HomeMy WebLinkAbout064285 - Construction-Related - Contract - Southwestern Bell Telephone Company dba AT&T64285 CSCNo. ----
MASTER UTILITY ADJUSTMENT AGREEMENT
THIS AGREEMENT, by and between the City of Fort Worth, Texas, hereinafter identified as the "City", and Southwestern Bell Telephone Company, d/b/a AT&T Texas, hereinafter identified as the "AT&T", is as follows:
WITNESSETH
WHEREAS, the City, acting in conjunction with the United States Army Corp of Engineers ("COE") and the Tarrant Regional Water District ("TR WD"), is undertaking a flood control, transportation, and public improvement project within the area depicted on Exhibit I, attached hereto, known as the Trinity River Vision Project (the "Project); and
WHEREAS, the City has notified the AT&T that certain of its facilities and appurtenances (the "AT&T Utilities") are in locational conflict with the Project, and the City has requested that the AT&T undertake the adjustment of the AT&T Utilities as necessary to accommodate the Project; and
WHEREAS, the specific AT&T Utilities and the specific proposed adjustments to the AT&T Utilities will be identified and described in a series of Utility Adjustment Agreement Schedules to this Master Agreement ("Adjustment Schedules"), in the form attached hereto as Exhibit 4 ( attached hereto), to be prepared by AT&T after Plans therefor have been prepared in accordance with this Agreement and agreed to in writing by the City, the Trinity River Vision Authority ("TRVA"), and AT&T (each an "Adjustment"); and
WHEREAS, the AT&T recognizes that time is of the essence in completing the work
contemplated herein; and
WHEREAS, the City and the AT&T desire to implement the Adjustments by entering into this Agreement for all AT&T Utilities and a separate Adjustment Schedules for each Utility Adjustment.
AGREEMENT
NOW, THEREFORE, in consideration of these premises and of the mutual covenants and agreements of the parties hereto and other good and valuable consideration, the receipt and sufficiency of which being hereby acknowledged, the City and the AT&T agree as follows:
1.Agreement to Adiust Facilities, AT&T hereby agrees to perform such Adjustmentsas are necessary to accommodate the Project, as set forth in the Adjustment Schedules,and AT&T and the City hereby agree to participate in the costs of such Adjustments asset forth herein. For purposes of this Agreement, an Adjustment shall be deemednecessary to accommodate the Project if the AT&T Facilities to be adjusted are whollyor partially within the area depicted on Exhibit I, and the Adjustment work is requestedby the City, COE or TRVA in order to accommodate any of the construction orimprovements described in Exhibit 2, attached hereto, or any subsequent materials ordocuments produced or disseminated by the Trinity River Vision Authority, the City,COE or TRV A in connection with the Trinity River Vision Project. Without limiting theforegoing, the parties agree that the Adjustments set forth on Exhibit 3 are necessary toaccommodate the Project and are included within this Agreement.
1
2.Preparation of Plans, For each Adjustment that is to be accomplished hereunder,AT&T will prepare an Adjustment Schedule that will identify the necessary adjustmentand provide the drawings, plans, required specifications, and cost estimates for theproposed Adjustment
(collectively, the "Plans"). The Plans will specifically identify any Betterments (as
defined in Section 9 hereof) to be undertaken as part of such Adjustment. City will
review and approve the Plans prior to commencement of such Adjustment.
3.Review by COE and TRVA, The City will submit each Adjustment Schedule and allcorresponding Plans to COE and TRV A for their review and approval. The parties willexercise best efforts to modify any Plans as necessary to address any comments made byCOE or TRVA thereon.
4.Design and Construction Standards, All design and construction performed for theAdjustment work which is the subject of this Agreement shall comply with and conformto the following:
5.
(a)All applicable local, state and federal laws, regulations, decrees, ordinances and
policies;
(b)The terms of all governmental permits or other approvals, as well as any privateapprovals of third parties necessary for such work; and
( c)The standard specifications, standards of practice, and construction methods
( collectively, "standards") which the AT&T customarily applies to facilitiescomparable to the AT&T Utilities that are constructed by the AT&T or for theAT&T by its contractors at the AT &T's expense, which standards are current atthe time this Agreement is signed by the AT&T, and which the AT&T hassubmitted to the City in writing.
Such design and construction also shall be consistent and compatible with (i) the current
design and construction of the Project and (ii) any other utilities being installed in the same vicinity.
Construction by the AT&T; Scheduling,
(a)AT&T shall perform the construction necessary to adjust the AT&T Utilities.
All construction work hereunder shall be performed in a good and workmanlikemanner, and in accordance with the Plans. AT&T agrees that during the Adjustment of the Utility, AT&T and its contractors will coordinate their work with the City so as not to interfere with the performance of work on the Project by the City or by any other party. "Interfere" means any action or inaction that interrupts, interferes, delays or damages Project work.
(b)AT&T may utilize its own employees or may retain such contractor or
contractors as are necessary to Adjust the AT&T Utilities. If the Adjustment ofthe Utility is undertaken by AT &T's contractor under a competitive bidding process, all bidding and contracting shall be conducted in accordance with all federal and state laws and regulations applicable to the AT&T and the Project.
2
6.
( c)AT&T shall obtain all permits necessary for the construction to be performed
by the AT&T hereunder, and the City shall cooperate in that process as needed.
(d)AT&T shall commence its construction for Adjustment of each AT&T Utility
hereunder promptly after (i) receiving written approval of the Plans from the City,
COE and TRVA;
(ii)receiving written notice to proceed therewith from the City, and (ii) any right of
way necessary for such Adjustment has been acquired either by the City (for
Adjustments located within the right of way) or by the AT&T (for Adjustments
located outside of the right of way), or a right-of-entry permitting AT&T's
construction has been obtained from the land owner by the City or by the AT & T with
the City's prior approval.
( e)AT&T shall use best efforts to complete each Adjustment on or before the time set
forth in the applicable Adjustment Schedule.
City Respppsihility for Cosu o{ Wprk.
(a)With the exception of any Betterment (hereinafter defined), the parties shall equally
share the cost of any Adjustment between themselves, except to the extent that the
Utility is located outside of the public right-of-way on a compensable property
interest, in which case City shall bear all the costs of that portion of the Adjustment.
All costs charged to the City by AT&T shall be reasonable and shall be computed
using rates and schedules not exceeding those applicable to the similar work
performed by or for AT&T at AT&T's expense. The costs paid by the City
pursuant to this Agreement shall be full compensation to AT&T for all costs
incurred by AT&T in Adjusting the AT&T Utilities (including without limitation
costs ofrelinquishing and/or acquiring right of way).
(b)In the event that, in order to accommodate the Project, AT&T is required by the City
to relocate facilities previously adjusted pursuant to Plans approved by the City in
accordance with this Agreement, the City shall be responsible for one hundred
percent (I 00%) of the costs of any subsequent Adjustment.
7.Costs pf the Wprk. AT &T's costs for Adjustment of the AT&T Utilities shall be derived from
(i)the accumulated total of costs incurred by the AT&T for design and construction of such
Adjustment, including without limitation the eligible engineering costs incurred by the AT&T
for design of the Adjustment prior to execution of this Agreement, plus (ii) the AT &T's other
related costs (including AT&T's corporate overhead loadings), plus (iii) AT&T's right of
way acquisition costs, if any, which are reimbursable pursuant to Paragraph 13.
8.Billi pg. Payment, Records and Audits.
(a)Each Adjustment Schedule shall include an estimate of the costs to be incurred by
AT&T in accomplishing the Adjustment covered by the Adjustment Schedule.
The estimated cost shall be a good faith estimate of approximate costs, and the
actual costs incurred by AT&T in accomplishing the Adjustment may be higher.
The estimated cost is subject to change due to any number of factors including, but
not limited to, changing conditions in the field, weather delays, changes in AT & T's
3
9.
labor, materials or contractor costs, or changes in the scope of the work.
(b)Upon execution of each Adjustment Schedule, City shall pay to AT&T its share of
the estimated costs of the Adjustment covered by the Adjustment Schedule. Upon
completion of the Adjustment covered by the Adjustment Schedule, AT&T shall
calculate its actual costs of the Adjustment. In the event that the actual costs of
the Adjustment exceed the estimated cost, the City shall pay its share of the excess
within forty-five (45) days ofreceipt ofan invoice for such excess. In the event
that the actual costs of the Adjustment a re less than the estimated cost, AT&T sha II
refund to the City the City's share of the difference within forty-five days of the
calculation.
(c)AT&T shall maintain complete and accurate cost records for all work performed
pursuant to this Agreement and each Adjustment Schedule. AT&T shall
maintain such records for four (4) years after receipt of final payment
hereunder. The City and its representatives shall be allowed to audit such
records during the AT&T's regular business hours. The parties shall mutually
agree upon (and shall promptly implement by payment or refund, as applicable)
any financial adjustment found necessary by the City's audit.
(d)In the that, after approval of the City of AT&T's Plans for an Adjustment,
including the cost estimate for the Adjustment, AT&T determines or
anticipates that the actual costs may exceed the estimated cost by more than
five percent (5%), AT& Twill notify the City of the increased costs, and request
the City's approval for the increased costs. In the event the City refuses to
approve the increased costs, AT&T may cease work on the project until an
agreement is reached.
Betterment.
(a)For purposes of this Agreement, the term "Betterment" means any upgrading
of an AT&T Utility being Adjusted that is not attributable to the construction
of the Project and is made solely for the benefit of and at the election of AT&T,
including but not limited to an increase in the capacity, capability, efficiency or
function of the Adjusted Utility over that provided by the existing Utility facility
or an expansion of the existing Utility facility; provided, however, that the
following are not considered Betterments:
(i)any upgrading which is required for accommodation of the Facility;
(ii)replacement devices or materials that are of equivalent standards
although not identical;
(iii)replacement of devices or materials no longer regularly manufactured
with the next highest grade or size;
(iv)any upgrading required by applicable laws, regulations or ordinances;
(v)replacement devices or materials which are used for reasons of
economy (e.g., non-stocked items may be uneconomical to purchase);
(vi)any upgrading required by AT&T's written "standards" meeting the
4
10. 11. requirements of Paragraph 3{c); or
(vii)any discretionary decision by AT&T that is contemplated within a
particular standard described in clause (vi) above.
This provision applies for fiber optic AT&T Utilities only: Extension of an
Adjustment to the nearest splice boxes shall not be considered a Betterment if
required by the AT&T in order to maintain its written telephony standards.
Any upgrading required by the AT&T's written "standards" meeting the
requirements of Paragraph 3{c) shall be deemed to be of direct benefit to the Project.
(b )It is understood and agreed that the City will not pay for any Betterments and that
the AT&T shall not be entitled to payment therefor. No Betterment may be
performed in
connection with the Adjustment of the AT&T Utilities which is incompatible with
the Project or which cannot be performed within the other constraints of applicable
law, any applicable governmental approvals, including without limitation the
scheduling requirements thereunder. Accordingly, AT&T will certify to one of the
following statements regarding betterments on any Adjustment Schedule made
hereunder:
I.The Adjustment of the AT&T Utilities pursuant to the Plans does not
include any Betterment.
2.The Adjustment of the AT&T Utilities pursuant to the Plans includes
Betterment to the AT&T Utilities by reason of [inse rt explanation,
e.g. "replacing 12"pipe with24"pipe}: __ . AT&T has provided to
the City comparative estimates for (i) all costs for work to be
performed by AT&T pursuant to this Agreement, including work
attributable to the Betterment, and (ii) the cost to perform such work
without the Betterment, which estimates are hereby approved by the
City. The estimated amount of the AT&T's costs for work hereunder
which is attributable to Betterment is
$ __ , calculated by subtracting (ii) from (i). The percentage of the
total cost of the AT&T's work hereunder which is attributable to
Betterment is
_%, calculated by subtracting (ii) from (i), which remainder shall be
divided by (i).
( c)If any Adjustment includes a Betterment, then AT&T is responsible for the actual cost
of the identified Betterment, determined by multiplying (a) the Betterment percentage
stated in Paragraph 9(b ), by (b) the actual cost of all work performed by the AT&T
pursuant to the applicable Adjustment Schedule (including work attributable to the
Betterment). The final invoice submitted pursuant to Paragraph 8(b) shall deduct
the actual cost of the identified Betterment.
Salvage. For any Adjustment from which AT&T recovers any materials and/or parts and
retains or sells the same, after application of any applicable Betterment credit, the City is
entitled to a credit for the salvage value of such materials and/or parts. The final invoice
submitted pursuant to Paragraph 8(b) shall deduct the full salvage value.
Utility Ipyestigatiops. In performing the Adjustment, AT&T shall comply with the
notification and locate process established under the Underground Facility Damage
5
12.
13.
Prevention and Safety Act, Ch. 251, Texas Utilities Code (the "One-Call Statute"). If the
horizontal markings provided in response to AT&T's compliance with the One-Call Statute
indicate a potential conflict, AT&T shall take all additional actions that may be necessary to
physically locate the conflicting facilities and may be impacted by the Project. In performing
any excavation activities in connection with the Project, the City shall comply with the
notification and locate process established under the Underground Facility Damage
Prevention and Safety Act, Ch. 251, Texas Utilities Code (the "One-Call Statute"). Ifthe
horizontal markings provided in response to the City's compliance with the One-Call Statute
indicate a potential conflict, the City shall take all additional actions that may be necessary
to physically locate the conflicting facilities and may be impacted by the Project.
Jnspectiop apd Ownership ofAJ&J Utilities.
(a)The City shall have the right, at its own expense, to inspect the Adjustment
work performed by the AT&T or its contractors, during and upon completion of
construction to ensure that such work is being undertaken in accordance the
Plans and all applicable legal requirements. All inspections of work shall be
completed and any comment provided within five (S) business days after
request for inspection is received. Each Adjustment shall be deemed
completed once the City has certified in writing that the Adjustment has been
completed in accordance with the Plans and all applicable legal requirements,
which certification shall not unreasonably be delayed or withheld.
(b)AT&T shall accept full responsibility for all future repairs and maintenance
of said AT&T Utilities. In no event shall the City become responsible for
making any repairs or maintenance, or for discharging the cost of same. The
provisions of this Paragraph 12(b) shall not limit any rights which AT&T may
have against the City if the City damages any AT&T Utility as a result of its
Project activities
(c)The City shall have the right, at its own expense, to inspect the Adjustment
work performed by the AT&T or its contractors, during and upon completion of
construction to ensure that such work is being undertaken in accordance the
Plans and all applicable legal requirements. All inspections of work shall be
completed and any comment provided within five (5) business days after
request for inspection is received. Each Adjustment shall be deemed
completed once the City has certified in writing that the Adjustment has been
completed in accordance with the Plans and all applicable legal requirements,
which certification shall not unreasonably be delayed or withheld.
(d)AT&T shall accept full responsibility for all future repairs and maintenance
of said AT&T Utilities. In no event shall the City become responsible for
making any repairs or maintenance, or for discharging the cost of same. The
provisions of this Paragraph 12(b) shall not limit any rights which AT&T may
have against the City if the City damages any AT&T Utility as a result of its
Project activities.
Real Property Interests.
(a)Upon execution of any Adjustment Schedule, AT&T shall promptly provide to
the City documentation acceptable to the City indicating any right, title or interest
in real property claimed by AT&T (excluding any legal right to use the public
rights-of-way) with respect to the AT&T Utilities covered by the Adjustment
6
Schedule in their existing location(s) ("Existing Interests").
(b)If acquisition of any new easement or other interest in real property ("New
Interest") is necessary for the Adjustment of any AT&T Utilities, then the City
shall be responsible for undertaking such acquisition. The City shall
implement each acquisition here under expeditiously so that related
Adjustment construction can proceed in accordance with the City's Project
schedules. The City shall be responsible for the actual and reasonable
acquisition costs of any such New Interest (including without limitation the
AT& T's reasonable overhead charges and legal costs as well as compensation
paid to the landowner), excluding any costs attributable to Betterment as
described in Paragraph 9.
(c)The City shall be responsible only for replacement in kind of an Existing Interest
(e.g., as to width and type), unless a New Interest exceeding such standard (i) is
required in order to accommodate the Project or by compliance with applicable
law, or (ii) is called for by the City in the interest of overall Project economy.
Any New Interest which is not City's cost responsibility pursuant to the preceding
sentence shall be considered a Betterment to the extent that it upgrades the
Existing Interest which it replaces, or in its entirety if the related AT&T Utility
was not installed pursuant to an Existing Interest. Betterment costs shall be
solely the AT&T's responsibility.
(d)For each Existing Interest located within the final Project limits, upon
completion of the related Adjustment work, AT&T agrees to execute a quitclaim
deed or other appropriate documentation relinquishing such Existing Interest
to the City, unless the affected AT&T Utility is remaining in its original location
or is being reinstalled in a new location within the area subject to such Existing
Interest. For each such Existing Interest relinquished by AT&T, the City shall do
one of the following to compensate AT&T for such Existing Interest, as
appropriate:
(i)If the City acquires a New Interest for the affected AT&T Utility on
AT& T's behalf, the City shall be responsible for the acquisition costs in
accordance with Paragraph 13(b) and 13(c) of this section; orlf the
AT&T does not require a New Interest for the affected AT&T Utility,the City shall compensate AT&T for the fair market value of suchrelinquished Existing Interest, as mutually agreed between AT&T andthe City.
The compensation provided to AT&T pursuant to either subparagraph (i) or subparagraph
(ii) above shall constitute complete compensation to the AT&T for therelinquished Existing Interest, and no further compensation shall be due to theAT&T from the City on account of such Existing Interest.
15.Amepdmegts apd Modificatiops. This Agreement cannot be amended, modified orrevised unless done in writing and signed by City and AT&T. No provision may bewaived except in a writing signed by both parties. The failure by a party to enforce anyprovision of this Agreement or to require performance by the other party will not be
construed to be a waiver, or in any way affect the right of either party to enforce such
provision thereafter.
16.Relatiopship of the Parties. This Agreement does not in any way, and shall not beconstrued to, create a principal/agent or joint venture relationship between the parties
7
hereto and under no circumstances shall AT&T or the City be considered as or represent itself to be an agent of the other.
17.Entire Agreement, This Agreement, including any Adjustment Schedule s to beexecuted pursuant to this Agreement, embodies the entire agreement between the partiesand there are no oral or written agreements between the parties or any representationsmade which are not expressly set forth herein.
18. Assignment; Binding Effect, Neither the AT&T nor the City may assign any of its rights or delegate any ofits duties under this Agreement without the prior written consent of the other party, which consent may not be unreasonably withheld or delayed.
This Agreement shall bind the AT&T, the City, and their successors and permitted assigns, and nothing in this Agreement nor in any approval subsequently provided by either party hereto shall be construed as giving any benefits, rights, remedies, or claims to any other person, firm, corporation or other entity, including, without limitation, any contractor or other party retained for the Adjustment work or the public in general.
19.Traffic Control, Before undertaking any work on an Adjustment in a public right-ofway, AT&T must obtain a permit from the City for such work. In order to receive thepermit, AT&T shall submit a traffic control plan acceptable to the City's Traffic Engineerand in compliance with the requirements of the Texas Manual on Uniform Traffic ControlDevices that outlines how the general public as well as AT&T workers and subcontractorswill be protected while work on the Adjustment is being undertaken. Bettermentpercentages calculated in Paragraph 9 shall also apply to traffic control costs.
20.Notices, Except as otherwise expressly provided in this Agreement, all notices orcommunications pursuant to this Agreement shall be sent or delivered to the following:
AT&T: Cecilia McDonald Director -Construction and Engineering 2301 Ridgeview Dr. Plano, TX, 75025 Phone:214-502-8066
The City of Fort Worth: Clair Davis Senior Capital Project Officer 100 Fort Worth Trail, 14th FLR Fort Worth, TX 76102 Phone: 817-392-7893
Any notice or demand required herein shall be given (a) personally, (b) by certified or registered mail, postage prepaid, return receipt requested, ( c) by confirmed fax, or ( d) by reliable messenger or overnight courier to the appropriate address set forth above. Any notice served personally shall be deemed delivered upon receipt, served by facsimile
8
transmission shall be deem delivered on the date of receipt as shown on the received
facsimile, and served by certified or registered mail or by reliable messenger or overnight courier shall be deemed delivered on the date of receipt as shown on the addressee's registry or certification of receipt or on the date receipt is refused as shown on the records or manifest of the U.S. Postal Service or such courier. Either party may from time to time designate any other person or address for this purpose by written notice to the other party.
21.Auproyals, Any acceptance, approval, or any other like action (collectively "Approval")required or permitted to be given by either the City or AT&T pursuant to this Agreement:
(a)Must be in writing to be effective ( except if deemed granted pursuant hereto), and
(b)Shall not be unreasonably withheld or delayed; and if Approval is withheld,such withholding shall be in writing and shall state with specificity the reason forwithholding such Approval, and every effort shall be made to identify with asmuch detail as possible what changes are required for Approval.
22.Time; Force Majeure.
( c)Time is of the essence in the performance of this Agreement.
(d)All references to "days" herein shall be construed to refer to calendar days,unless otherwise stated.
23.Neither AT&T nor the City shall be liable to the other for any delay in performance underthis Agreement from any cause beyond its control and without its fault or negligence("Force Majeure"), such as acts of God, acts of civil or military authority, fire, earthquake,strike, unusually severe weather, floods or power blackouts. If any such event of ForceMajeure occurs, AT&T agrees, if requested by the City, to accelerate its efforts hereunderif reasonably feasible in order to regain lost time, so long as the City agrees to reimburseAT&T for such reasonable and actual costs of such efforts.
24.Governmental Powers Not Waived by City. By entering into this Agreement, the City
does not waive any of its governmental powers or immunities; provided, however, that
the City acknowledges that, pursuant to §271.151 et seq. of the Texas Local Government
Code, the City has waived sovereign immunity to suit for the purpose of adjudicating a
claim for breach of this Agreement, subject to the terms and conditions of that subchapter.
25. No Third Party Rights, This Agreement is solely for the benefit of the parties hereto and
is not intended to create or grant any rights, contractual or otherwise, to any other person
or entity.
26.Venue, Venue for any action under this Agreement shall lie in state courts located in
Tarrant County, Texas or the United States Court for the Northern District of Texas -
Fort Worth Division.
27.Continuing Performance, In the event of a dispute, AT&T and the City agree to continue
their respective performance hereunder to the extent feasible in light of the dispute,
including paying billings, and such continuation of efforts and payment of billings shall
not be construed as a waiver of any legal right.
9
28.Authority, AT&T and the City each represents and warrants to the other party that the
warranting party possesses the legal authority to enter into this Agreement and that it has
taken all actions necessary to exercise that authority and to lawfully authorize its
undersigned signatory to execute this Agreement and to bind such party to its terms.
Each person executing this Agreement on behalf of a party warrants that he or she is
duly authorized to enter into this Agreement on behalf of such party and to bind it to the
terms hereof.
29.Cooperatiop, The parties acknowledge that the timely completion of the Project will
be influenced by the ability of AT&T (and its contractors) and the City to coordinate their
activities, communicate with each other, and respond promptly to reasonable requests.
Subject to the terms and conditions of this Agreement, AT&T and the City agree to take all
steps reasonably required to coordinate their respective duties hereunder in a manner
consistent with the City's current and future construction schedules for the Project. The
AT&T further agrees to require its contractors to coordinate their respective work
hereunder with the City.
30.Termigatiop, If the Project is canceled or modified so as to eliminate the necessity of
the Adjustment work described herein, then the City shall notify the AT&T in writing and
the City may terminate this Agreement. Upon such termination, the parties shall
negotiate in good faith an amendment that shall provide mutually acceptable terms and
conditions for handling the respective rights and liabilities of the parties relating to such
termination.
31.Captiops, The captions and headings of the various paragraphs of this Agreement are
for convenience and identification only, and shall not be deemed to limit or define the contest
of their respective paragraphs.
32.Coupterparts, Agreement may be executed in any number of counterparts. Each such
counterpart hereof shall be deemed to be an original instrument but all such counterparts
together shall constitute one and the same instrument.
33.Effective Date, This Agreement shall become effective upon the date of signing by the last party(either the AT&T or the City) signing this Agreement.
10
34.Limitation ofLiability,NOTWITHSTAN DING ANY PROVISION OF THISAGREEMENT TO THE CONTRARY, NEITHER PARTY SHALL BE LIABLE TO THEOTHER PARTY FOR ANY SPECIAL, INCIDENTAL, INDIRECT, PUNITIVE,RELIANCE OR CONSEQUENTIAL DAMAGES, WHETHER FORESEEABLE OR NOT,INCLUDING, BUT NOT LIMITED TO, LOSS OF PROFITS OR REVENUE, COST OFCAPITAL, COST OF REPLACEMENT SERVICES, OR CLAIMS OF CUSTOMERS OR OFANY OTHER THIRD PARTIES, OCCASIONED BY ANY CAUSE WHATSOEVER,INCLUDING, WITHOUT LIMITATION BREACH OF CONTRACT, BREACH OFWARRANTY, NEGLIGENCE OR STRICT LIABILITY.
ACCEPTED AND AGREED:
CITY OF FORT WORTH:
DULY AUTHORIZED
REPRESENTATIVE:
BY.· t>Af1A/Bu,rJ/WefJ.
N a8fe1�1'Ki\'lll�db 11:1s:04S)
Title: Assistant City Manager
Date: ___ _,2025
APPROVAL RECOMMENDED:
By:;<;� �&Name: Ronald Gonzales Title: Asst City Secretary
ATTEST:
�By�A
Name: Jannette S. Goodall Title: City Secretary
CONTRACT COMPLIANCE
MANAGER:
By signing I acknowledge that I am the person responsible for the monitoring and
administration of this contract, including ensuring all performance and reporting requirements.
By: �
Name: Clair Davis Title: Sr. Capital Projects Officer
APPROVED AS TO FORM AND
LE�ALIT�
By. De�B3 Bleil< reo 11, 2025 16.-40.1-4 CST)Name: oug B ac Title: Sr. Assistant City Attorney
CONTRACT AUTHORIZATION:M&C:M&C 25-0659
11
AT&T
SOUTHWESTERN BELL TELEPHONE
COMPANY:
DULY AUTHORIZED
REPRESENTATIVE:
aeailia madonald By: cecilia mcdonald (Oct 30, 202510:16:12 COT)
Name: Cecilia McDonald
Title:Director-Access Construction & End.
Date: l0/30 2025
11-A
EXHIBIT 1
Area of the Project
0
•
-CLEAIR FORK GATE
,,..,. ------------.....__ �
ITS
�
-FWWR
12
I
1
\
; .,.
/
/
EXHIBIT2
Description of the Project
Accommodate any of the construction or improvements described as part of the Fort Worth Central City Project generally described as listed below:
1.The proposed USACE bypass channel is approximately 8,400 feet long and consistsof four general elements: the base flow channel, soft edge (levee), hard edge(retaining walls), and maintenance staging/ set-back areas. The proposed channelextends north from the Clear Fork of the Trinity River upstream of the confluencewith the West Fork, crosses the West Fork, and merges oack into the Trinity Rivernorth of downtown Fort Worth.
2.City of Fort Worth Roadway projects located on Kansas St., Greenleaf St., Arthur St., and Commercial St.
Road and Main Street. Improvements at each of the street locations include but are not limited to the following:
a.New levee construction at the US Army Corps of Engineers bypass channel
b.Roadway construction at each end of the levees with transition back to existing road
c.Related retaining wall construction
d.Access road construction where needed
e.Temporary paving for detours
f.Intersection and signalization improvements
13
EXHIBIT3
Adjustments Necessary to Accommodate the Project.
Greenleaf Street
At the time of this agreement, preliminary plans for South Bypass have been used to establish utility
impacts.
AT&T has relocated aerial cable and buried cable to the east side of Greenleaf St. at Kansas St. for
existing working circuits.
AT&T has removed aerial cable from south of White Settlement Bridge on Greenleaf St to Kansas St
Abandonments and/or removals will be designed and completed in accordance with the FWCC Bypass
Channel Design Guidelines.
Arthur Street
At the time of this agreement, preliminary plans for South Bypass Channel have been used to establish utility impacts. AT&T will remove existing handholes, ducts and cable/fiber facilities out of the Greenleaf Street corridor.
Post relocation analysis, AT&T has removed the aerial facilities to allow ONCOR to remove the power and poles in accordance with the analysis and conflict resolution for the South Bypass Channel to Kansas St Abandonments and/or removals will be designed and completed in accordance with the FWCC Bypass Channel Design Guidelines.
Kansas Street
At the time of this agreement preliminary plans for South Bypass have been used to establish utility
impacts. AT&T will reroute existing cable/fiber facilities out Kansas Street (W-E) corridor. AT&T
will begin this reroute west of Greenleaf Street and Kansas Street and proceed east on Kansas Street.
AT&T will continue east on Kansas St. and crossing under the proposed west levee under the proposed channel and under the proposed east levee to Commercial Street. AT&T
AT&T will construct an underground conduit facility west and east routing in service cable facilities
to an acquired easement at Commercial St. and Kansas St. where new AT&T facilities will be
relocated adjacent to the adjacent to the Bypass Channel Project.
AT&T will relocate existing repeater terminal (RT) presently located along Kansas St. within the channel
footprint near Arthur St. The new RT will be placed off the street right of way near the northwest comer
ofKansas St. and Commercial St.
AT&T will abandon and/or remove existing facilities from the channel footprint in the following Streets:
Kansas St., Greenleaf St., Arthur St Abandonments and/or removals will be designed and completed
in accordance with the FWCC Bypass Channel Design Guidelines.
� Notwithstanding anything to the contrary herein, as plans for the South Bypass Channel project
for Kansas Street, Arthur St. and Greenleaf St as set forth in Exhibit 2, are more fully developed, additional or
alternative adjustments may prove necessary. In such an event, the parties agree to cooperate with one
another fully in identifying those additions or adjustments, which will be deemed to be part of this
Exhibit 3 for all purposes.
14
EXHIBIT4
Form of Adjustment Schedule
FWCC Project Location
Project Limits From:
To:
Estimated Costs Note: Plans, Specifications and Estimate must be attached to support the Estimated Costs. The supporting documentation must show items, quantities, units and unit costs.
The purpose of this form is to inform the City of the anticipated dates by which Utility's facilities that are in conflict with the above project limits will be adjusted. The dates below assume that all necessary right-of-way for the project has been acquired, that sufficient plans indicating the proposed improvements have been submitted to Utility, and that design changes requiring material utility facility redesign do not occur.
Utility Company:
Anticipated Construction Start Date:
Anticipated Duration of Construction Date:
Anticipated Construction Completion Date:
The information provided above is strictly an estimate and is provided to City solely for City's planning purposes. This form is not intended to create any legally binding commitments on either Utility or City, nor to waive any rights Utility or City might otherwise possess. If there is a conflict between prior submitted dates and those shown in this form, the dates set forth above should be used for City's planning purposes
10/09/2025
Authorized Utility Representative Date
15
1
MASTER UTILITYADJUSTMENT AGREEMENT
THIS AGREEMENT, by and between the City of Fort Worth, Texas, hereinafter identified
as the "City", and Southwestern Bell Telephone Company, d/b/a AT&T Texas, hereinafter
identified as the "AT&T", is as follows:
WITNESSETH
WHEREAS, the City, acting in conjunction with the United States Army Corp of Engineers
("COE") and the Tarrant Regional Water District ("TRWD"), is undertaking a flood control,
transportation, and public improvement project within the area depicted on Exhibit I, attached
hereto, known as the Trinity River Vision Project (the "Project); and
WHEREAS, the City has notified the AT&T that certain of its facilities and appurtenances (the
"AT&T Utilities") are in locational conflict with the Project, and the City has requested that the
AT&T undertake the adjustment of the AT&T Utilities as necessary to accommodate the Project;
and
WHEREAS, the specific AT&T Utilities and the specific proposed adjustments to the AT&T
Utilities will be identified and described in a series of Utility Adjustment Agreement Schedules
to this Master Agreement ("Adjustment Schedules"), in the form attached hereto as Exhibit 4
(attached hereto), to be prepared by AT&T after Plans therefor have been prepared in accordance
with this Agreement and agreed to in writing by the City, the Trinity River Vision Authority
("TRVA"), and AT&T (each an "Adjustment"); and
WHEREAS, the AT&T recognizes that time is of the essence in completing the work
contemplated herein; and
WHEREAS, the City and the AT&T desire to implement the Adjustments by entering into
this Agreement for all AT&T Utilities and a separate Adjustment Schedules for each Utility
Adjustment.
AGREEMENT
NOW, THEREFORE, in consideration of these premises and of the mutual covenants and
agreements of the parties hereto and other good and valuable consideration, the receipt and
sufficiency of which being hereby acknowledged, the City and the AT&T agree as follows:
1.Agreement to Adjust Facilities. AT&T hereby agrees to perform such Adjustments
as are necessary to accommodate the Project, as set forth in the Adjustment Schedules,
and AT&T and the City hereby agree to participate in the costs of such Adjustments as
set forth herein. For purposes of this Agreement, an Adjustment shall be deemed
necessary to accommodate the Project if the AT&T Facilities to be adjusted are wholly
or partially within the area depicted on Exhibit I, and the Adjustment work is requested
by the City, COE or TRVA in order to accommodate any of the construction or
improvements described in Exhibit 2, attached hereto, or any subsequent materials or
documents produced or disseminated by the Trinity River Vision Authority, the City,
COE or TRVA in connection with the Trinity River Vision Project. Without limiting the
foregoing, the parties agree that the Adjustments set forth on Exhibit 3 are necessary to
accommodate the Project and are included within this Agreement.
2
2.Preparation of Plans. For each Adjustment that is to be accomplished hereunder,
AT&T will prepare an Adjustment Schedule that will identify the necessary adjustment
and provide the drawings, plans, required specifications, and cost estimates for the
proposed Adjustment
(collectively, the "Plans"). The Plans will specifically identify any Betterments (as
defined in Section 9 hereof) to be undertaken as part of such Adjustment. City will
review and approve the Plans prior to commencement of such Adjustment.
3.Review by COE and TRVA. The City will submit each Adjustment Schedule and all
corresponding Plans to COE and TRVA for their review and approval. The parties will
exercise best efforts to modify any Plans as necessary to address any comments made by
COE or TRVA thereon.
4.Design and Construction Standards. All design and construction performed for the
Adjustment work which is the subject of this Agreement shall comply with and conform
to the following:
(a) All applicable local, state and federal laws, regulations, decrees, ordinances and
policies;
(b)The terms of all governmental permits or other approvals, as well as any private
approvals of third parties necessary for such work; and
(c) The standard specifications, standards of practice, and construction methods
(collectively, "standards") which the AT&T customarily applies to facilities
comparable to the AT&T Utilities that are constructed by the AT&T or for the
AT&T by its contractors at the AT&T's expense, which standards are current at
the time this Agreement is signed by the AT&T, and which the AT&T has
submitted to the City in writing.
Such design and construction also shall be consistent and compatible with (i) the current
design and construction of the Project and (ii) any other utilities being installed in the
same vicinity.
5. Construction by the AT&T; Scheduling.
(a) AT&T shall perform the construction necessary to adjust the AT&T Utilities.
All construction work hereunder shall be performed in a good and workmanlike
manner, and in accordance with the Plans. AT&T agrees that during the
Adjustment of the Utility, AT&T and its contractors will coordinate their work
with the City so as not to interfere with the performance of work on the Project
by the City or by any other party. "Interfere" means any action or inaction that
interrupts, interferes, delays or damages Project work.
(b) AT&T may utilize its own employees or may retain such contractor or
contractors as are necessary to Adjust the AT&T Utilities. If the Adjustment of
the Utility is undertaken by AT&T's contractor under a competitive bidding
process, all bidding and contracting shall be conducted in accordance with all
federal and state laws and regulations applicable to the AT&T and the Project.
3
(c)AT&T shall obtain all permits necessary for the construction to be performed
by the AT&T hereunder, and the City shall cooperate in that process as needed.
(d)AT&T shall commence its construction for Adjustment of each AT&T Utility
hereunder promptly after (i) receiving written approval of the Plans from the City,
COE and TRVA;
(ii) receiving written notice to proceed therewith from the City, and (ii) any right of
way necessary for such Adjustment has been acquired either by the City (for
Adjustments located within the right of way) or by the AT&T (for Adjustments
located outside of the right of way), or a right-of-entry permitting AT&T's
construction has been obtained from the land owner by the City or by the AT&T with
the City's prior approval.
(e)AT&T shall use best efforts to complete each Adjustment on or before the time set
forth in the applicable Adjustment Schedule.
6.City Responsibility for Costs of Work.
(a)With the exception of any Betterment (hereinafter defined), the parties shall equally
share the cost of any Adjustment between themselves, except to the extent that the
Utility is located outside of the public right-of-way on a compensable property
interest, in which case City shall bear all the costs of that portion of the Adjustment.
All costs charged to the City by AT&T shall be reasonable and shall be computed
using rates and schedules not exceeding those applicable to the similar work
performed by or for AT&T at AT&T's expense. The costs paid by the City
pursuant to this Agreement shall be full compensation to AT&T for all costs
incurred by AT&T in Adjusting the AT&T Utilities (including without limitation
costs of relinquishing and/or acquiring right of way).
(b)In the event that, in order to accommodate the Project, AT&T is required by the City
to relocate facilities previously adjusted pursuant to Plans approved by the City in
accordance with this Agreement, the City shall be responsible for one hundred
percent (I 00%) of the costs of any subsequent Adjustment.
7.Costs of the Work. AT&T's costs for Adjustment of the AT&T Utilities shall be derived from
(i)the accumulated total of costs incurred by the AT&T for design and construction of such
Adjustment, including without limitation the eligible engineering costs incurred by the AT&T
for design of the Adjustment prior to execution of this Agreement, plus (ii) the AT&T's other
related costs (including AT&T's corporate overhead loadings), plus (iii) AT&T's right of
way acquisition costs, if any, which are reimbursable pursuant to Paragraph 13.
8. Billing, Payment, Records and Audits.
(a)Each Adjustment Schedule shall include an estimate of the costs to be incurred by
AT&T in accomplishing the Adjustment covered by the Adjustment Schedule.
The estimated cost shall be a good faith estimate of approximate costs, and the
actual costs incurred by AT&T in accomplishing the Adjustment may be higher.
The estimated cost is subject to change due to any number of factors including, but
not limited to, changing conditions in the field, weather delays, changes in AT&T's
4
labor, materials or contractor costs, or changes in the scope ofthe work.
(b)Upon execution ofeach Adjustment Schedule, City shall pay to AT&T its share of
the estimated costs of the Adjustment covered by the Adjustment Schedule. Upon
completion of the Adjustment covered by the Adjustment Schedule, AT&T shall
calculate its actual costs of the Adjustment. In the event that the actual costs of
the Adjustmentexceedthe estimated cost, the Cityshall pay its share ofthe excess
within forty-five (45) days of receipt ofan invoice for such excess. In the event
thattheactual costsoftheAdjustmentarelessthantheestimatedcost,AT&Tshall
refund to the City the City's share ofthe difference within forty-five days ofthe
calculation.
(c)AT&T shall maintain complete and accurate cost records for all work performed
pursuant to this Agreement and each Adjustment Schedule. AT&T shall
maintain such records for four (4) years after receipt of final payment
hereunder. The City and its representatives shall be allowed to audit such
records during the AT&T's regular business hours. The parties shall mutually
agreeupon (and shall promptlyimplement bypaymentor refund, asapplicable)
anyfinancialadjustmentfoundnecessarybytheCity'saudit.
(d)In the that, after approval of the City of AT&T's Plans for an Adjustment,
including the cost estimate for the Adjustment, AT&T determines or
anticipatesthattheactualcosts may exceed the estimated cost by more than
five percent(5%), AT&Twill notify the Cityof theincreasedcosts, andrequest
the City's approval for the increased costs. In the event the City refuses to
approve the increased costs, AT&T may cease work on the project until an
agreementisreached.
9.Betterment.
For purposes ofthis Agreement, the term "Betterment" means any upgrading
of an AT&T Utility being Adjusted that is not attributable to the construction
oftheProject and is made solely for the benefit ofand at the election ofAT&T,
including but not limitedtoanincreaseinthecapacity,capability,efficiencyor
functionoftheAdjusted UtilityoverthatprovidedbytheexistingUtilityfacility
or an expansion of the existing Utility facility; provided, however, that the
followingare not considered Betterments:
(i)anyupgradingwhichisrequiredfor accommodation oftheFacility;
(ii)replacement devices or materials that are ofequivalent standards
although not identical;
(iii)replacement ofdevices or materials no longer regularlymanufactured
with the next highest grade or size;
(iv)anyupgradingrequiredbyapplicablelaws, regulations or ordinances;
(v)replacement devices or materials which are used for reasons of
economy (e.g., non-stocked itemsmaybe uneconomical to purchase);
(vi)any upgrading required byAT&T's written "standards" meeting the
5
requirements ofParagraph 3(c); or
(vii)any discretionary decision by AT&T that is contemplated within a
particular standard described in clause (vi) above.
This provision applies for fiber optic AT&T Utilities only: Extension of an
Adjustment to the nearest splice boxes shall not be considered a Betterment if
required by the AT&T in order to maintain its written telephony standards.
Any upgrading required by the AT&T's written "standards" meeting the
requirements of Paragraph 3(c) shall be deemed to be of direct benefit to the Project.
(b) It is understood and agreed that the City will not pay for any Betterments and that
the AT&T shall not be entitled to payment therefor. No Betterment may be
performed in
connection with the Adjustment of the AT&T Utilities which is incompatible with
the Project or which cannot be performed within the other constraints of applicable
law, any applicable governmental approvals, including without limitation the
scheduling requirements thereunder. Accordingly, AT&T will certify to one of the
following statements regarding betterments on any Adjustment Schedule made
hereunder:
I.The Adjustment of the AT&T Utilities pursuant to the Plans does not
include any Betterment.
2. The Adjustment of the AT&T Utilities pursuant to the Plans includes
Betterment to the AT&T Utilities by reason of [insert explanation,
e.g. "replacing 12" pipe with 24" pipe]: . AT&T has provided to
the City comparative estimates for (i) all costs for work to be
performed by AT&T pursuant to this Agreement, including work
attributable to the Betterment, and (ii) the cost to perform such work
without the Betterment, which estimates are hereby approved by the
City. The estimated amount of the AT&T's costs for work hereunder
which is attributable to Betterment is
$ , calculated by subtracting (ii) from (i). The percentage of the
total cost of the AT&T's work hereunder which is attributable to
Betterment is
%, calculated by subtracting (ii) from (i), which remainder shall be
divided by (i).
(c) If any Adjustment includes a Betterment, then AT&T is responsible for the actual cost
of the identified Betterment, determined by multiplying (a) the Betterment percentage
stated in Paragraph 9(b), by (b) the actual cost of all work performed by the AT&T
pursuant to the applicable Adjustment Schedule (including work attributable to the
Betterment). The final invoice submitted pursuant to Paragraph 8(b) shall deduct
the actual cost of the identified Betterment.
10.Salvage. For any Adjustment from which AT&T recovers any materials and/or parts and
retains or sells the same, after application of any applicable Betterment credit, the City is
entitled to a credit for the salvage value of such materials and/or parts. The final invoice
submitted pursuant to Paragraph 8(b) shall deduct the full salvage value.
11.Utility Investigations. In performing the Adjustment, AT&T shall comply with the
notification and locate process established under the Underground Facility Damage
6
Prevention and Safety Act, Ch. 251, Texas Utilities Code (the "One-Call Statute"). If the
horizontal markings provided in response to AT&T's compliance with the One-Call Statute
indicate a potential conflict, AT&T shall take all additional actions that may be necessary to
physically locate the conflicting facilities and may be impacted by the Project. In performing
any excavation activities in connection with the Project, the City shall comply with the
notification and locate process established under the Underground Facility Damage
Prevention and Safety Act, Ch. 251, Texas Utilities Code (the "One-Call Statute"). If the
horizontal markings provided in response to the City's compliance with the One-Call Statute
indicate a potential conflict, the City shall take all additional actions that may be necessary
to physically locate the conflicting facilities and may be impacted by the Project.
12.Inspection and Ownership of AT&T Utilities.
(a)The City shall have the right, at its own expense, to inspect the Adjustment
work performed by the AT&T or its contractors, during and upon completion of
construction to ensure that such work is being undertaken in accordance the
Plans and all applicable legal requirements. All inspections of work shall be
completed and any comment provided within five (5) business days after
request for inspection is received. Each Adjustment shall be deemed
completed once the City has certified in writing that the Adjustment has been
completed in accordance with the Plans and all applicable legal requirements,
which certification shall not unreasonably be delayed or withheld.
(b)AT&T shall accept full responsibility for all future repairs and maintenance
of said AT&T Utilities. In no event shall the City become responsible for
making any repairs or maintenance, or for discharging the cost of same. The
provisions of this Paragraph 12(b) shall not limit any rights which AT&T may
have against the City if the City damages any AT&T Utility as a result of its
Project activities
(c)The City shall have the right, at its own expense, to inspect the Adjustment
work performed by the AT&T or its contractors, during and upon completion of
construction to ensure that such work is being undertaken in accordance the
Plans and all applicable legal requirements. All inspections of work shall be
completed and any comment provided within five (5) business days after
request for inspection is received. Each Adjustment shall be deemed
completed once the City has certified in writing that the Adjustment has been
completed in accordance with the Plans and all applicable legal requirements,
which certification shall not unreasonably be delayed or withheld.
(d)AT&T shall accept full responsibility for all future repairs and maintenance
of said AT&T Utilities. In no event shall the City become responsible for
making any repairs or maintenance, or for discharging the cost of same. The
provisions of this Paragraph 12(b) shall not limit any rights which AT&T may
have against the City if the City damages any AT&T Utility as a result of its
Project activities.
13.Real Property Interests.
(a)Upon execution of any Adjustment Schedule, AT&T shall promptly provide to
the City documentation acceptable to the City indicating any right, title or interest
in real property claimed by AT&T (excluding any legal right to use the public
rights-of-way) with respect to the AT&T Utilities covered by the Adjustment
7
Schedule in their existing location(s) ("Existing Interests").
(b)If acquisition of any new easement or other interest in real property ("New
Interest") is necessary for the Adjustment of any AT&T Utilities, then the City
shall be responsible for undertaking such acquisition. The City shall
implement each acquisition here under expeditiously so that related
Adjustment construction can proceed in accordance with the City's Project
schedules. The City shall be responsible for the actual and reasonable
acquisition costs of any such New Interest (including without limitation the
AT&T's reasonable overhead charges and legal costs as well as compensation
paid to the landowner), excluding any costs attributable to Betterment as
described in Paragraph 9.
(c)The City shall be responsible only for replacement in kind of an Existing Interest
(e.g., as to width and type), unless a New Interest exceeding such standard (i) is
required in order to accommodate the Project or by compliance with applicable
law, or (ii) is called for by the City in the interest of overall Project economy.
Any New Interest which is not City's cost responsibility pursuant to the preceding
sentence shall be considered a Betterment to the extent that it upgrades the
Existing Interest which it replaces, or in its entirety if the related AT&T Utility
was not installed pursuant to an Existing Interest. Betterment costs shall be
solely the AT&T's responsibility.
(d)For each Existing Interest located within the final Project limits, upon
completion of the related Adjustment work, AT&T agrees to execute a quitclaim
deed or other appropriate documentation relinquishing such Existing Interest
to the City, unless the affected AT&T Utility is remaining in its original location
or is being reinstalled in a new location within the area subject to such Existing
Interest. For each such Existing Interest relinquished by AT&T, the City shall do
one of the following to compensate AT&T for such Existing Interest, as
appropriate:
(i)If the City acquires a New Interest for the affected AT&T Utility on
AT&T's behalf, the City shall be responsible for the acquisition costs in
accordance with Paragraph 13(b) and 13(c) of this section; orIf the
AT&T does not require a New Interest for the affected AT&T Utility,
the City shall compensate AT&T for the fair market value of such
relinquished Existing Interest, as mutually agreed between AT&T and
the City.
The compensation provided to AT&T pursuant to either subparagraph (i) or subparagraph
(ii) above shall constitute complete compensation to the AT&T for the
relinquished Existing Interest, and no further compensation shall be due to the
AT&T from the City on account of such Existing Interest.
15.Amendments and Modifications. This Agreement cannot be amended, modified or
revised unless done in writing and signed by City and AT&T. No provision may be
waived except in a writing signed by both parties. The failure by a party to enforce any
provision of this Agreement or to require performance by the other party will not be
construed to be a waiver, or in any way affect the right of either party to enforce such
provision thereafter.
16.Relationship of the Parties. This Agreement does not in any way, and shall not be
construed to, create a principal/agent or joint venture relationship between the parties
8
hereto and under no circumstancesshallAT&T ortheCitybe considered asorrepresent
itself to be an agent of the other.
17.Entire Agreement.This Agreement, including any Adjustment Schedule s to be
executed pursuant to this Agreement, embodies the entire agreement between the parties
and there are no oral or written agreements between the parties or any representations
made which are not expressly set forth herein.
18.Assignment; Binding Effect. Neither the AT&T nor the City may assign any of its
rights or delegate any ofits duties under this Agreement without the prior written consent
of the other party, which consent may not be unreasonably withheld or delayed.
This Agreement shall bind the AT&T, the City, and their successors and permitted
assigns, and nothing in this Agreement nor in any approval subsequently provided by
either party hereto shall be construed as giving any benefits, rights, remedies, or claims
to any other person, firm, corporation or other entity, including, without limitation, any
contractor or other party retained for the Adjustment work or the public in general.
19.Traffic Control. Before undertaking any work on an Adjustment in a public right-of-
way, AT&T must obtain a permit from the City for such work. In order to receive the
permit, AT&T shall submit a traffic control plan acceptable to the City's Traffic Engineer
and in compliance with the requirements of the Texas Manual on Uniform Traffic Control
Devices that outlines how the general public as well as AT&T workers and subcontractors
will be protected while work on the Adjustment is being undertaken. Betterment
percentages calculated in Paragraph 9 shall also apply to traffic control costs.
20.Notices. Except as otherwise expressly provided in this Agreement, all notices or
communications pursuant to this Agreement shall be sent or delivered to the following:
AT&T:
Cecilia McDonald
Director - Construction and Engineering
2301 Ridgeview Dr.
Plano, TX, 75025
Phone: 214-502-8066
The City of Fort Worth:
Clair Davis
Senior Capital Project Officer
100 Fort Worth Trail, 14th FLR
Fort Worth, TX 76102
Phone: 817-392-789
Any notice or demand required herein shall be given (a) personally, (b) by certified or
registered mail, postage prepaid, return receipt requested, (c) by confirmed fax, or (d) by
reliable messenger or overnight courier to the appropriate address set forth above. Any
notice served personally shall be deemed delivered upon receipt, served by facsimile
9
transmissionshallbedeem delivered on the date ofreceipt as shown on the received
facsimile, and served by certified or registered mail or by reliable messenger or
overnight courier shall be deemed delivered on the date of receipt as shown on the
addressee's registry or certification of receipt or on the date receipt is refused as shown
on the records or manifest of the U.S. Postal Service or such courier. Either party may
from time to time designate any other person or address for this purpose by written
notice to the other party.
21.Approvals. Any acceptance, approval, or any other like action (collectively "Approval")
required or permitted to be given by either the City or AT&T pursuant to this Agreement:
(a)Must be in writing to be effective (except if deemed granted pursuant hereto), and
(b)Shall not be unreasonably withheld or delayed; and if Approval is withheld,
such withholding shall be in writing and shall state with specificity the reason for
withholding such Approval, and every effort shall be made to identify with as
much detail as possible what changes are required for Approval.
22.Time; Force Majeure.
(c)Time is of the essence in the performance of this Agreement.
(d)All references to "days" herein shall be construed to refer to calendar days,
unless otherwise stated.
23.Neither AT&T nor the City shall be liable to the other for any delay in performance under
this Agreement from any cause beyond its control and without its fault or negligence
("Force Majeure"), such as acts of God, acts of civil or military authority, fire, earthquake,
strike, unusually severe weather, floods or power blackouts. If any such event of Force
Majeure occurs, AT&T agrees, if requested by the City, to accelerate its efforts hereunder
if reasonably feasible in order to regain lost time, so long as the City agrees to reimburse
AT&T for such reasonable and actual costs of such efforts.
24.Governmental Powers Not Waived by City. By entering into this Agreement, the City
does not waive any of its governmental powers or immunities; provided, however, that
the City acknowledges that, pursuant to §271.151 et seq. of the Texas Local Government
Code, the City has waived sovereign immunity to suit for the purpose of adjudicating a
claim for breach of this Agreement, subject to the terms and conditions of that subchapter.
25.No Third Party Rights. This Agreement is solely for the benefit of the parties hereto and
is not intended to create or grant any rights, contractual or otherwise, to any other person
or entity.
26.Venue. Venue for any action under this Agreement shall lie in state courts located in
Tarrant County, Texas or the United States Court for the Northern District of Texas -
Fort Worth Division.
27.Continuing Performance. In the event of a dispute, AT&T and the City agree to continue
their respective performance hereunder to the extent feasible in light of the dispute,
including paying billings, and such continuation of efforts and payment of billings shall
not be construed as a waiver of any legal right.
10
28.Authority. AT&T and the City each represents and warrants to the other party that the
warranting party possesses the legal authority to enter into this Agreement and that it has
taken all actions necessary to exercise that authority and to lawfully authorize its
undersigned signatory to execute this Agreement and to bind such party to its terms.
Each person executing this Agreement on behalf of a party warrants that he or she is
duly authorized to enter into this Agreement on behalf of such party and to bind it to the
terms hereof.
29.Cooperation.The parties acknowledge that the timely completion of the Project will
be influenced by the ability of AT&T (and its contractors) and the City to coordinate their
activities, communicate with each other, and respond promptly to reasonable requests.
Subject to the terms and conditions of this Agreement, AT&T and the City agree to take all
steps reasonably required to coordinate their respective duties hereunder in a manner
consistent with the City's current and future construction schedules for the Project. The
AT&T further agrees to require its contractors to coordinate their respective work
hereunder with the City.
30.Termination.If the Project is canceled or modified so as to eliminate the necessity of
the Adjustment work described herein, then the City shall notify the AT&T in writing and
the City may terminate this Agreement. Upon such termination, the parties shall
negotiate in good faith an amendment that shall provide mutually acceptable terms and
conditions for handling the respective rights and liabilities of the parties relating to such
termination.
31.Captions. The captions and headings of the various paragraphs of this Agreement are
for convenience and identification only, and shall not be deemed to limit or define the contest
of their respective paragraphs.
32.Counterparts. Agreement may be executed in any number of counterparts. Each such
counterpart hereof shall be deemed to be an original instrument but all such counterparts
together shall constitute one and the same instrument.
33.Effective Date. This Agreement shall become effective upon the date of signing by the last party
(either the AT&T or the City) signing this Agreement.
11
34.Limitation ofLiability.NOTWITHSTANDINGANY PROVISION OF THIS
AGREEMENT TO THE CONTRARY, NEITHER PARTY SHALL BE LIABLE TO THE
OTHER PARTY FOR ANY SPECIAL, INCIDENTAL, INDIRECT, PUNITIVE,
RELIANCE OR CONSEQUENTIAL DAMAGES, WHETHER FORESEEABLE OR NOT,
INCLUDING, BUT NOT LIMITED TO, LOSS OF PROFITS OR REVENUE, COST OF
CAPITAL, COST OF REPLACEMENT SERVICES, OR CLAIMS OF CUSTOMERS OR OF
ANY OTHER THIRD PARTIES, OCCASIONED BY ANY CAUSE WHATSOEVER,
INCLUDING, WITHOUT LIMITATION BREACH OF CONTRACT, BREACH OF
WARRANTY, NEGLIGENCE OR STRICT LIABILITY.
CITY AT&T
CITY OF FORTH WORTH SOUTHWESTERN BELL TELEPHONE
COMPANY
By:By:
______________________________________
Duly Authorized Representative Duly Authorized Representative
Printed Printed
Name:
______________________________________
Name:
_______________________________________
Date:
______________________________________
Date:
______________________________________
12
EXHIBIT 1
Area of the Project
13
EXHIBIT 2
Description of the Project
Accommodate any of the construction or improvements described as part of the Fort Worth Central
City Project generally described as listed below:
1.The proposed USACE bypass channel is approximately 8,400 feet long and consists
of four general elements: the base flow channel, soft edge (levee), hard edge(retaining walls), and maintenance staging/ set-back areas. The proposed channelextends north from the Clear Fork of the Trinity River upstream of the confluencewith the West Fork, crosses the West Fork, and merges back into the Trinity Rivernorth of downtown Fort Worth.
2.City of Fort Worth Roadway projects located on Kansas St., Greenleaf St., Arthur St., and Commercial St.
Road and Main Street. Improvements at each of the street locations include but are not limited to the following:
a. New levee construction at the US Army Corps of Engineers bypass channel
b.Roadway construction at each end of the levees with transition back to existing road
c.Related retaining wall construction
d. Access road construction where needed
e. Temporary paving for detours
f. Intersection and signalization improvements
14
EXHIBIT 3
Adjustments Necessary to Accommodate the Project.
Greenleaf Street
At the time of this agreement, preliminary plans for South Bypass have beenusedto establishutility
impacts.
AT&T has relocated aerial cable and buried cable to the east side of Greenleaf St. at Kansas St. for
existing working circuits.
AT&T has removed aerial cable from south of White Settlement Bridge on Greenleaf St. to Kansas St.
Abandonments and/or removals will be designed and completed in accordance with the FWCC Bypass
Channel Design Guidelines.
Arthur Street
At the time of this agreement, preliminary plans for South Bypass Channel have been used to
establish utility impacts. AT&T will remove existing handholes, ducts and cable/fiber facilities out
of the Greenleaf Street corridor.
Post relocation analysis, AT&T has removed the aerial facilities to allow ONCOR to remove the
power and poles in accordance with the analysis and conflict resolution for the South Bypass Channel
to Kansas St. Abandonments and/or removals will be designed and completed in accordance with the
FWCC Bypass Channel Design Guidelines.
Kansas Street
At the time of this agreement preliminary plans for South Bypass have been used to establish utility
impacts. AT&T will reroute existing cable/fiber facilities out Kansas Street (W-E) corridor. AT&T
will begin this reroute west of Greenleaf Street and Kansas Street and proceed east on Kansas Street.
AT&T will continue east on Kansas St. and crossing under the proposed west levee under the
proposed channel and under the proposed east levee to Commercial Street. AT&T
AT&T will construct an underground conduit facility west and east routing in service cable facilities
to an acquired easement at Commercial St. and Kansas St. where new AT&T facilities will be
relocated adjacent to the adjacent to the Bypass Channel Project.
AT&T will relocate existing repeater terminal (RT) presently located along Kansas St. within the channel
footprint near Arthur St. The new RT will be placed off the street right of way near the northwest corner
of Kansas St. and Commercial St.
AT&T will abandon and/or remove existing facilities from the channel footprint in the following Streets:
Kansas St., Greenleaf St., Arthur St. Abandonments and/or removals will be designed and completed
in accordance with the FWCC Bypass Channel Design Guidelines.
Note: Notwithstanding anything to the contrary herein, as plans for the South Bypass Channel project
for Kansas Street, Arthur St. and Greenleaf St. as set forth in Exhibit 2, are more fully developed, additional or
alternative adjustments may prove necessary. In such an event, the parties agree to cooperate with one
another fully in identifying those additions or adjustments, which will be deemed to be part of this
Exhibit 3 for all purposes.
15
EXHIBIT 4
Form of Adjustment Schedule
FWCC Project Location
Project Limits
From:
To:
Estimated Costs
Note: Plans, Specifications and Estimate must be attached to support the Estimated Costs. The
supporting documentation must show items, quantities, units and unit costs.
The purpose of this form is to inform the City of the anticipated dates by which Utility's facilities
that are in conflict with the above project limits will be adjusted. The dates below assume that all
necessary right- of-way for the project has been acquired, that sufficient plans indicating the
proposed improvements have been submitted to Utility, and that design changes requiring
material utility facility redesign do not occur.
Utility Company:
Anticipated Construction Start Date: ______________________________________
Anticipated Duration of Construction Date: ______________________________________
Anticipated Construction Completion Date: ______________________________________
The information provided above is strictly an estimate and is provided to City solely for City's
planning purposes. This form is not intended to create any legally binding commitments on either
Utility or City, nor to waive any rights Utility or City might otherwise possess.
If there is a conflict between prior submitted dates and those shown in this form, the dates set
forth above should be used for City's planning purposes
__________________________________________________________________
Authorized Utility Representative Date
5/28/2025
KANSAS ST PROJECT A02GFRX
ITEM QTY UNIT AMOUNT SUBTOTAL
CONTRATOR BID AWARD 1 $363,121.00 $363,121.00
$0.00
A02M3CQ A02T608 GREENLEAF REMOVAL 1 $7,125.36 $7,125.36
A02QHJS ARTHUR ST REMOVAL 1 $2,147.56 $2,147.56
A051KGS KANSAS ST REMOVAL 1 $1,288.81 $1,288.81
$0.00
$0.00
$0.00
$0.00
$0.00
CONSTRUCTION COST TOTAL $373,682.73 373,682.73$
B. MATERIAL & SUPPLIES
ITEM QTY UNIT AMOUNT SUBTOTAL
GRD BED 3 EA $0.89 $2.67
INNERDUCT 4"2600 FT $3.19 $8,294.00
HH 3X2X3 2 EA $271.67 $543.34
FIBER CABLE 024 210 FT $0.25 $52.50
FIBER CABLE 072 2425 FT $0.44 $1,067.00
FIBER TERMINAL 72 1 EA $1,125.31 $1,125.31
AERIAL STRAND-10 45 FT $2.08 $93.60
GUY-DOWN 1 EA $0.35 $0.35
ANC-EXP-3/4 1 EA $38.42 $38.42
PAD-CIP- 4IN 1 EA $980.00 $980.00
PEDESTAL 1 EA $91.15 $91.15
AERIAL COPPER CABLE 40 FT $0.56 $22.40
BURIED COPPER CABLE 1310 FT $0.48 $628.80
SPLICE CLOSURE 1 EA $718.67 $718.67
COPPER TERMINAL 25PR 1 EA $80.74 $80.74
HH 48X96X48 1 EA $2,053.33 $2,053.33
AERIAL SERVICE WIRE 6PR 40 FT $0.43 $17.20
BURIED SERVICE WIRE6PR 965 FT $0.32 $308.80
$0.00
$0.00
MATERIAL COST TOTAL $16,118.28 16,118.28$
C. MISCELLANEOUS COST
ITEM QTY UNIT AMOUNT SUBTOTAL
Minor and Miscellaenous (I.E. MOTOR VEHICLE, OTHER
EXPENSES, EXEMPT MATERIAL (NUTS, BOLTS, ETC),
PROVISIONING EXPENSE, VENDOR OTHER )1 EA $4,879.00 $4,879.00
LABOR COST TOTAL $4,879.00 4,879.00$
D. LABOR BY UTILITY OWNER
ITEM QTY UNIT AMOUNT SUBTOTAL
SPLICING (Removals, Installations & Rearrangements)178.17 HR $117.05 $20,854.80
CONTRACT COORDINATOR (Removals, Installations
& Rearrangements)80 HR $117.05 $9,364.00
LABOR COST TOTAL $30,218.80 30,218.80$
E. ENGINEERING COST
ITEM QTY UNIT AMOUNT SUBTOTAL
AT&T ENGINEERING (ENGINEERING & PROJECT
MANAGEMENT)80 HR $212.63 17,010.40$
CONTRACT ENGINEERING (ENGINEERING & PROJECT
MANAGEMENT )(Scope of Work and Bid Tabulations to be provided
at Final Billing)1 EA $90,405.00 $90,405.00
$107,415.40 107,415.40$
F. LOADINGS
ITEM QTY UNIT AMOUNT
AT&T CORPORATE OVERHEAD LOADINGS (AT&T
Labor which includes Splicing, AT&T Engineering and Contract
Coordinator)$47,229.20 101.2462%$47,817.77 $47,817.77 47,817.77$
SUBTOTAL
GRAND TOTAL 580,131.98$
A. CONSTRUCTION LABOR AND EQUIPMENT COST (Scope of Work and Bid Tabulations
to be provided at Final Billing)
AT&T -RELOCATION COST ESTIMATE COST
LOADINGS TOTAL
NOTE: *ITEMS NOTED WILL BE BUY AMERICA COMPLIANT AND LISTED ON FORM 1818 PRIOR TO COMMENCEMENT OF CONSTRUCTION.
UTILITY ID:
AT&T Proprietary (Internal Use Only)
Not for use or disclosure outside the AT&T companies
except under written agreement
FWCC USACE KANSAS STI
FORT WORTH. TX 76107
AT&T CABLES, XBOX, RT RELOCATIONS
ON KASAS ST FROM GREENLEAF ST TO S COMERCIAL ST.
PROJECT ID CITY NO. 00969, WATER PROJECT NO. P265-609170096988,
PRINTS 1-10: AT&T PLANNING
PRINTS 11-12: PROFILE FOR PLACING
PRINT 13: CONSTRUCTION-GENERAL NOTES
PRINTS 14-15: SCOPE OF WORK
!PRINTS 16-21: FRAC ANALYSIS WORKSHEET.
ISEWER PROJECT NO. P-275-709170096988, TRINITY RIVER VISION WBS NO. 07.04 DOE# 7051
I
Rest..lir-r,' :i�;:�,
I 1
SHPO NOTE:
STATING WORK IS TO STOP
IF ARTIFACTS ARE DISCOVERED.
BEGINNING AT WEST OF GREENLEAF ST ON KANSAS ST,
!AT&T PROPOSES PLACING 1 HANDHOLE 4X6X4 96 CU.FT, STA. 7+02.
BORING AND PLACING APPROX. 900' OF 2-4" PVC (1800') ON NORTH OF KANSAS ST.
FIBER & COPPER CABLES WILL BE PLACED INSIDE THE CONDUIT ONCE IN PLACE.
-AT STA 14+85, ON NORTH KANSAS ST & S. COMMERCIAL ST,
jAT&T PROPOSED PLACING XBOX CABINET
ALL BORING WILL BE AT A DEPTH OF 36" ON KANSAS ST.
BORING MIN 38' BELOW FUTURE FORT WORTH CENTRAL
!CITY BYPASS CHANNEL LEVEE APPROX. LEVEL 474'
·� ...•• ••••••••••
/� ✓/�/ J'
/.J"
.,,/
/,/'
CONTRACTOR INFO:
Respectfully,
Larry Wren
Engineering Manager
Email: LWren@pearce-services.com
Cell: 469-394-4631
AT&T ENGINEER:
David M. Lopez
AT&T
Lead Osp Ping & Engrg Design+
Civic Projects/ROW Team
2301 Ridgeview Dr, Room 2ND FLI
Plano, TX 75025 USA
Ofc.972-649-8728
Cell:214-500-7739
AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement.
[TI��y
PROJECT# A02GFRX DATE SVC REQ'D
10/31/2023
NPANNX I GEO LDC I CLLI 817332 T22332 FTWOTXED
PRIMARYENGR.: LOPEZ, DAVID M
ENGR. ID: DL 157 4 PERMIT REQ'D. N
PHONE#: 9726498728 PRINT 1 OF 21
EAC#l 19/39/23 SE PROJECT A92P3R7 BE ISSUED BEFORE! ROAD PROJECT A02GFRX. WHEN IT DONE, A92GFRX IS TO BE UPDATED TO INCLUDE
NOTE: LL BORES SHALL BE VERIFIED BY GYRO TECHNOLOG USING ACE PIPE CLEANING COMPANY, 817-332-1115 OR AND APPROVED EQUAL. TO PRINT 3
B5C
5BQ2MT-072 1000 PUUBK
22C
BKMH-25
210 LSHS POLE #1: 3313804 3587953
COUNTS ED402,121-122 IN NEW CABLE. CONTRACTOR TO PROVIDE RESULTS TO DAVID LOPEZ WITH AT&T
�
I I w
0j (PPA) SSC 1999' SBQ2MT-972 LG92,91-96 lzl (PPA) 22C 210' BKMH-25 HOA 29' � 845C � 11' I 1 31'
POLE #2: 3813897 3587922 SEE CLIP BELOW FOR HH PLACING DETAIL NOTE: INNERDUCT2-4 350 DBOR PROP 2-4" DUCTS I u, ... 0
HOA 29' 8'6C
PLACE AN INNERDUCT, 845C, THEN PULL COPPER THROUGH DUCT VACANT, THEN PULL FIBER SECOND ITEM THROUGH DUCT. 0(y � � id :::t �
LG92, 97-199 LG92, 191-193 LG92, 198-119 LG92,15-16 ED492, 55-58 MA997, 181-186 ED492, 121-122 A,31-72
21,855-BSS 21, 1780-1780 21, 2009-2099 21, 2101-2101 21, 2188-2188 21, 2221-2221 21, 2257-22S8 21, 2368-2368 A,10-2S
w ...I
� e
(JI] �2�� TPU2
4C
HH-48X96X4a GRD-BED 1 PGB1-3 HH 2100K 1 PLAC
HH-48X96X48 (PPA) 4C 4X8X4=128
� 359' INNERDUCT2-4 (PPA) 84SC
11' 4' BSW-6 972F
ORIVEWAY
4'
r - - - - - - - - - - - - - - - - PIUIP-l.2" WI. - - - - _,_ - - - - - - - - - - - - - - -I
><! >< "I w
-
LL. cc w ...I z w w 1:11:: �
w "'
845C
CS) BSW, '-
l
j
I
C
S
)
370 PULLBK � 5C + ANMW-25 O'I BSW-6 645C DROPS 900 PULLBK • WITH 3 WKRS ( PPA) SC 999'
CC la (PPA) 4SC 370' I§ ANMW-25
'- I>' 1 I-BBsw-6 21,sss-sss Ill 21, 1789-1789 ..... � I I �SfS.� :n. -� PROP 36" WL -1 I J di - - - - -i' - - - -t--4""' •aH: � "' • • � • • • • • � • .--,. ii: IF ,... ...., � • I • • • ,4, ... ,._ .__ ='- ci 1. t .±'--' •-• • • , • •-� • • A VARIABLE WIDTH ROW 69" 8+99
2051K,17-17 2051K,46-46 2951K, 191-191 C,4-5
21, 2999-2999 21, 2191-2191 21, 2188-2188 21, 2221-2221 21, 2257-2258 21, 2368-2368 29,54-54 29,61-61 29,66-66 2951K,17-17 2951K,46-46 2951K, 191-191 D, 16-2S A822C
�SPL
/\ 822)(
� SPL
A22C
� SPL
A�PL
P-P= SLACK SPAN 822C 218' PLD ON ASE A92P3R7
'1)(5
PLO ON ASE A92P3R7 FTWOTX93FDF I 399-1-2 GREENLEAF ST '· -· •• '·-· - •• ·-· ·-'ti � L-' loFWf.l>-12-399-BC (PPA) 822C 4C 'A 45X £::I::i ED492,121-122 f3 4"-PVC DPJ 3-12 A22C SPL
p NO#
�
"'I la: 1 )rJ,
TO CO
PROP 2-4"-HDPE
TO BLDG 200 GREENLEAF ST
1600DBOR � r.il 1899' 4"-HDPE (PPA) 4C SPL
l:!J 2@ 999' EA
�I � r � I -i '
�
,c
SPL
� __ PRINT 2 HH 2199K :_ L: HH-48X96X48 (PPA) 4C 4 X 8 X 4 = 128
� --ill I§
845C
5BQ2MT-072 450 PULLBK � (PPA) 84SC 459' SBQ2MT-972 LG92,97-199 C,5-72 -845C 822cm � 5BQ2MT-072
� ......... in
5BQ2MT-072 80 PLAC 120 LSHS
@I (PPA) 822C 299' SBQ2MT-972 LG92,91-96
�
Q]
BKTA-100 42 REMO
(1971) 22X 42' BKTA-100 2051K,401-450 B, 51-100
� ( 2013) 822C 459 ' 5BQ2MT-072 LG02, 91-96 NC D,97-190 NC LG02,191-103 NC D, 104-107 NC LG02,198-108 NC (B, 19-20) <A02P3R7> D, 19-20 B,21-24 NC A,25-30 NC
1-z 1-1 ------•!:
o, ui' , I ... st,
I
I llE a 0 = lE II-I
BBGNF-10-12 1 REMO
NO WOKERS � F 200 GREENLEAF ST TERMINAL (1980) 4SX 2051K,1-87 2051K,99-350 2051K, 95-97 2051K, 89-93
22X
ATPNA-10-25 1 REMO NO WORKERS �1--e:s[0 l!I��1:11:: ::c C. ::c
LG92, 191-193 LG92, 198-198 MA997, 181-186 ED492, 121-122 B,19-72
(2013) 22C 399' BKMA-400 29,1-200 A,201-400 MA007, 181-186 NC A,37-72 NC � I 300 GREENLEAF ST TERMINAL (1980) 22X 2051K, 426-450 ee
AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement.
45C
22C
Bl<MH-25 70 LSHS
BKMH-25 30 PLAC
I§ (PPA) 22C 70' BKMH-2S 21,855-8SS 21, 1780-1780 21, 2009-2009 21, 2101-2101 21, 2188-2188 21, 2221-2221 21, 22S7-2258 21, 2368-2368 29,S4-54 29,61-61 29,66-66 A,13-25
822C
STRAND-10 45 PLAC 45', STRAND-19, 822C
PROJECT# DATE SVC REQ'D
10/31/2023 A02GFRX NPANNX 817332 GEO LOC ICLLI T22332 FTWOTXED
PRIMARYENGR.: LOPEZ, DAVID M
ENGR. ID: DL 157 4 PERMIT REQ'D. N
PHONE#: 9726498728 PRINT 2 OF 21
r.,;;i (1971) 45C 408' � BKTA-400 21, 2001-2014 A, 15-16 21,2017-2079 A,80-81 21, 2082-2153 21,897-897 21, 2155-2175 21, 1797-1797 21,2177-2296 21,852-855 21, 2301-2305 21,898-900 21, 2309-2336 21, 1777-1780 21, 1798-1800 21, 2344-2400
22X
XXTX-25
� (195;, ·;;� 97' XXTX-25
2051K,426-450
B22X
6BQ2MT-072 1755 REMO
!CABLE REF# 12-1
FROM PRINT2 !!fl (2013) 822X 1755' 5BQ2MT-072 LG02, 91-96 NC (LG02,97-100) NC LG02,101-103 NC (LG02,104-107) NC LG02,108-108 NC (B,19-20) <A02P3R7> B,21-24 NC A,25-28 NC A,29-30 NC MA007, 181-186 NC A,37-38 NC A,39-40 NC A,41-72 NC
m
22X
BKMA-400 335 RECHOP l!zl (2013) 22X 335' BKMA-400 29,1-200 A,201-400
� NC <A02GFRX> C, 7-10 NC <A02GFRX> C, 14-17 NC ED402, 121-122 NC NC NC NC NC NC NC NC �
� (2013) 845C 140' 5BQ2MT-072 LG02,97-100 B,5-72
BKTH-300 100 REMO
(1977) 22X 100' BKTH-300 A,1-4 2051K, 5-10 A, 11-12 2051K, 13-50 (2051K,51-78) A, 79-81 (2051K,82-87) A,88-88 (2051K,89-93) A,94-94
NC NC NC NC <A02GFRX> B,51-78 NC <A02GFRX> B,82-87 NC <A02GFRX> B, 89-93 NC (2051K, 95-300) <A02GFRX> B, 95-300
(1977) 22C 140' BKTH-300 A,1-4 NC 2051K, 5-10 NC A,11-12 NC 2051K, 13-50 NC (2051K,51-78) <A02GFRX> B,51-78 A, 79-81 NC (2051K,82-87) <A02GFRX> B,82-87 A,88-88 NC
T22332 200 GREENLEAF � FDF-024 (2013) 845C LG02,97-100 B, 3-24
TELCO RM
�
�� ' I-- -_c-.scu:_
280 GREENLEAF ST
45X
BBGNA-25-4 1 REMO NO WORKERS
F 110 GREENLEAF ST
22X
5BQ2MT-072 410 ABAN
(2051K,89-93) A,94-94 <A02GFRX> B,89-93 NC � TERMINAL (1980) 45X
BKTS-50 25 REMO
� (1974) 22X 25' BKTS-50 2051K,426-450 A, 1-25
45X
ANTW-1200 230 REMO
� (1998) 45X 230' ANTW-1200 21,2001-2014 A, 15-16 21, 2017-2079 A,80-81 21, 2082-2153 21,897-897 21, 2155-2175 21, 1797-1797 21, 2177-2296 21,852-855 21, 2301-2305 21,898-900 21, 2309-2336 21, 1777-1780 21,1798-1800 21, 2344-2400 2051K, 1-800
I!§] (2051K, 95-300) <A02GFRX> B, 95-300 (2013) 845X 410' 5BQ2MT-072 LG02,97-100 B,5-72 � 200 GREENLEAF ST BLDG TERMINAL (1980) 22C
45X
BKTA-400 300 ABAN
� (1971) 45X 300' BKTA-400 A,1-4 2051K,5-10 A,11-12 2051K,13-50 (2051K, 51-350) ( 2906, 1401-1401) A,352-353 (2906, 1404-1450)
NC NC NC NC <A02GFRX> B, 51-350 <A02GFRX> B, 351-351 NC <A02GFRX> B, 354-400
(2051K,1-4) (2051K,5-10) (2051K, 11-12) (2051K,13-16) 2051K,17-17 (2051K, 18-25) 2051K, 26-26 (2051K,27-45) 2051K,46-46 (2051K,47-50) (2051K, 51-61) DD,62-62
NC <A02GFRX> B, 1-4 <A02GFRX> B, 5-10 NC NC <A02GFRX> B, 11-12 <A02GFRX> B, 13-16 NC NC NC <A02GFRX> B, 18-25 NC NC NC <A02GFRX> NC <A02GFRX> NC NC ( 2051K, 63-76) NC ( 2051K, 337-338) NC DD,79-79 NC (2051K,80-87) NC DD,88-88 NC (2051K,89-93) NC DD,94-94 NC (2051K, 95-97) NC DD,98-98 NC (2051K,99-100) NC 2051K, 101-101 NC (2051K, 102-300) NC (2906, 1401-1401) NC (2906,1402-1403) NC (2906,1404-1404) NC (2906,1405-1450) NC
B,27-45 NC NC B,47-50 NC <A02GFRX> B,51-61 NC <A02GFRX> <A02GFRX> NC <A02GFRX> NC <A02GFRX> NC
B,63-76 B, 77-78
B,80-87
B,89-93
<A02GFRX> B, 95-97 NC <A02GFRX> B,99-100 NC <A02GFRX> <A02GFRX> <A02GFRX> <A02GFRX> <A02GFRX>
B,102-300 B, 1401-1401 B, 1402-1403 B, 1404-1404 B, 1405-1450
(2051K, 89-93) (2051K, 95-97) (2051K,99-350) A,1-4 2051K,5-10 A,12-12 2051K,13-14 (2051K, 80-87) 2051K,23-25 2051K,27-32 2051K,34-50 (2051K,51-61) (2051K,63-78) 2051K,16-21
AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement.
<A02GFRX> B,89-93 <A02GFRX> B, 95-97 <A02GFRX> B, 99-350 NC NC NC NC <A02GFRX> B,80-87 NC NC NC <A02GFRX> B, 51-61 <A02GFRX> B,63-78 NC
�
POLE X
&�PL
j\2:JX � SPL
105A HANDHOLE (2013) 845C 3' 17 X 30 X 24 = 18
A_845C
L.!..::,. SPL
HAND DIG 5'
�
1'
�
1-111
LI. < w ...I z w w ai:: l,!J
�
/\ 845)(
� SPL �
4'
TO PRINT 2
NOTE: PLACE AN INNERDUCT, 845C, THEN PULL COPPER THROUGH DUCT VACANT, THEN PULL FIBER SECOND ITEM THROUGH DUCT.
,---. PRINT2
:.§.'. ,. .... PRINT2
:.L'.
� (PPA) 845C 450'
SBQ2MT-072
LG02,97-100
C,5-72
BSW-6 645C DROPS
WITH 3 WKRS
� (PPA) 45C 370' BSW-6 2051K, 17-17 2051K,46-46 2051K, 101-101 C,4-5
,.. ... PRINT 2
:.ts."..
� 350' INNERDUCT2-4 (PPA) 845C
PROJECT# A02GFRX DATE SVC REQ'D 10/31/2023
NPANNX 817332 GEO LOC ICLLI T22332 FTWOTXED
PRIMARYENGR.: LOPEZ, DAVID M
ENGR. ID: DL 157 4 PERMIT REQ'D. N
PHONE#: 9726498728 PRINT 3 OF 21
ATTENTION LCE:
EAC #1
NOTE:
45X !CABLES REMOVED BY JOB A02M3C_Q .. - .. PRINT3 :_�_ ...
� {201 3) 845X 410' 5BQ2MT-072 LG02,97-100 B,5-7 2
TAKE RECHOP CABLE TO THE !NORTHEAST PKWY GARAGE AND PLAC IN THE COPPER REC BIN CABLES REMOVED BY
JOB A021'13CQ
LL BORES SHALL BE VERIFIED BY GYRO TECHNOLOG USING ACE PIPE CLEANING COMPANY, 817-332-1115 OR AND APPROVED EQUAL. CONTRACTOR TO PROVIDE RESULTS TO DAVID LOPEZ WITH AT&T
ANMW<OO 175 ABAN r.,a (1988) 22X 38 6'
' en .
,---. PRINT 3 :_a_-..
� {201 3) 22X 335' BKMA-400
29,1-200 A,201-400 J;'� PROP. 2-4"-HDPE
SEE PRINTS 11 & 12 FOR 4" HDPE PROFILE1 • __ PRINT> :_1--..
"'
... 0
� "' "'
... HH
4X
MANHOLE 1 REMO
MANHOLE (1998 ) 4X 4 X 6 X 4 = 96
Q1]{201 3) 45X 175' ANMW-600 PG76,501-700 FH57, 51-60 FH57,151-160 A,221-550 {2906,1226-1235) {2906, 1276-1290) (2906, 1 351-1 365) {2906, 1 391-1400)
22X
BKMA-600
CS) 1200 RECHOP
� � � � <A02GFRX> B,551-560 <A02GFRX> B,561-575 <A02GFRX> B,576-590 <A02GFRX> B,591-600
� BKTP-50
2051K,8 01-850
r..;:i (1959) 22X 37 3' l:!:9 BKTS-50 2051K,851-900
CCORDING TO THE COMTECH, GPTC TICKET 409235, THE PG PAIRS LISTED BELOW ARE NOT WORKING .:!: "'
.........
I � 908' 2-4"-HDPE {PPA) AC� I !I t t I - - -.:AS
)(
- - - - - -
)E_ - - - -BE � )( B )( )( B ::t--;;. 1L � I , tl (201 3) 22X 1200' 'l""I � BKMA-600 .-1 PG76, 501-700 • FH57,51 -60 NC NC PG 76 401 8178109780 PG 76 404 8173382876
N
1-z 1-1 a:: 0..
it.AA -::--KANSAS--S-T-- - - --
- 11 11ARDIBL1! 1>1?D'l'lt-R6W--
e
@l .--.. PRINT3 :_L':.
(2013) 822X 1755' 5BQ2MT-0 72 LG02,91-96 NC ( LG02, 97-100) NC LG02, 101-103 NC
31 '
NC <A02GFRX> C,7-10
---. PRINT3 .. _�_ ...
r;;i (1998) 45X 2 30' � ANTW-1200
21,2001-2014 A,15-16
21,2017-20 79 A,8 0-81
21, 2082-2153
21,897-897
ffi 85X TO PRINT 5
5BQ2MT-024 150 REMO
ffi 822)(
[fl (2008 ) 85X 150 •
5BQ2MT-024
5BQ2MT-024 LG02, 109-110 � 2200 REMO DD�-24
(LG02 ,104-107) NC NC 21,2155-21 75
LG02,108 -108 NC <A02GFRX> C,14-17 21,1797-1797
(B, 19-20) <A02P3R7> ED402
NC 21,2177-2296
B,21 -24 NC ,121-122 NC 21,852-855
� ( 2013) 822X 2200 •
5BQ2MT-024
ffi AT-34T2MT-024 50 ADAN
A,25 -28 NC NC 21,2 301-2 305
A,29-30 NC NC 21,898-900
MA007 ,181-186 NC NC 21,2 309-2 336
A, 37-38 NC NC 21, 1777-1780
A, 39-40 NC NC 21, 1798-18 00
A,41-72 NC NC 21,2344-2400
NC 2051K, 1-8 00
LG02, 111-114 LG02, 104-107 LG02, 109-110 LG02,97-100 LG02, 15-16 ED402,55-58 A,21-24
lzl (1998) 85X 50' AT-34T2MT-024 LG02,111-114 � LG02, 104-107 A,9-14 LG02, 15-16 ED402, 55-58 A,21 -24
c:C FH57, 151-160 Iii 29,1-200 A,421-550 ......... (2906,1226-1235) '°
1-z 1-1 a:: 0.. e
(2906, 1276-1290) (2906,1351-1365) (2906,1 391-1 400)
NC NC NC <A02GFRX> B, 551-560 <A02GFRX> B, 561-575 <A02GFRX> B,576-590 <A02GFRX> B, 591-600
78BP-2700HA27 1 REMO 46)(
� F 2051 KANSAS ST XB0X 76BP-2700HA27 (1998) 45X
AFTW-200 380 ABAN
PG 76 431 8173356628 PG 76 436 8173356249 PG 76 441 8178858904 PG 76 444 8178104017 PG 76 446 8173356103 PG76 447 8173488 218 PG 76 522 8173351103 PG 76 568 817348978 3 P_(,_76 569 81781099 31
�
845)(
3BQ2MT--024 300 ABAN
45X F 2 1,2001-2014 r.;,i (198 6) 45X 3 8 0' F 0D,15-16 i!ZJ AFTW-200
( 2002) 8 45X 300 ' 3BQ2MT-024 LG02,104-107 LG02, 109-110 A,7-8 RT-CAB 1 REMO A,9-14
EAC #1
� T38 675 FTWOTXU1087MESA-6 (1876) 257X
205 1 KANSAS ST PG76,1-700 FH57,1-200
F 2 1,2017-2038 F 00,39-39 F 2 1, 2040-2079 F DD,80-82 F DD,83-89 F 2 1, 2090-2132 F 2 1, 2191-2191 F 2 1, 2134-2153 F 2 1,897-897
2051K, 1101-1 300
46)(
A"1W-300 210 ABAN
LG02, 15-16 ED402, 55-58 A,21-24
22X
ANTW-300 40 REMO CABLES REMOVED BY JOB A82QHJS
(2008 ) 822X 1100'
5BQ2MT-024 LG02, 109-110 DD,3-24 845)( ffi FDF-024 1 REMO T38675 FTWOTXU1087
2051 KANSAS FDF-024 (1998) 257X LG02,111-114 LG02,104-107 A,9-24
5X
ANMW-900 50 REMO ,.:;i (1998) 5X 50' � ANMW-900 PG 76, 1-500 A,501-700 FH5 7, 1-50 A, 751-760 FH57,61-100 FH57, 101-150 A,851-8 60 FH57, 161-200
F 2 1,2 155-2175F 21,1797-1797 F 21,2177-2190F 00,191-191
� (1998 ) 45X 210' ANTW-300 � (1998 ) 22X 40'
2051K, 1301-1600 ANTW-300
205 1K, 8 01-1100 F 21, 2 192-2296 � �!• ��!����05 PROJECT#
F 21'.898-900 A02GFRX DATE SVC REQ'D 10/31/2023 ; �!:����:��:: NPANNX
F 21, 2344-2400
GEO LDC ICLLI T22332 FTWOTXED
; ����:!:;:0 PRIMARYENGR.: LOPEZ, DAVID M
F FH57,101-150 ENGR. ID: DL 1574 PERMIT REQ'D. N
F 21,1798-1800
�
817332
205 1K, 1-1800 PHONE#: 9726498728 PRINT 4 OF 21
AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement.
313 GREENLEAF ST
TERMINAL (1980) 45X
2051K, 1501-1550
NO WORKERS
R 317 GREENLEAF ST
TERMINAL (1980) 45X
2051K, 1501-1550
NO WORKERS
R 325 GREENLEAF ST
TERMINAL (1980) 45X
2051K, 1501-1550
NO WORKERS
,. .,. �-� 1'-l "',,i � Gl
� �� '1<-�i -� <!)"
� � NO WORKERS ,>� i � 'fis. 7"
�
BBGNA05-04CCS
6 REMO
�
TO PRINT 4 l TO XBOX
�
�
1;
�-
X "' >- N m Ill N u, ... "'� ' ::::, 00 ... :c a, "' >- a, st "' ...... ..:� .
00 "' "'"' "1 N
H <(
\../
... "' "' N
BLDG TO BE
DEMOLISHED
I 308 ARTHUR ST
TERMINAL 1996 22
205 K, 1301-1500
•at"• N1�14
BLDG TO BE
DEMOLISHED
,---. PRINT4 :.1.2_._ I!§ (2002) 845X 300'
3BQ2MT-024
LG02,104-107
LG02,109-110
A,7-8
A,9-14
LG02,15-16
ED402,55-58
A,21-24
.-- .. PRINT4 :.�.'.
� (1998) 45X 210'
ANTW-300
2051K,1301-1600
822)(
3BQ2MT-024
300 REMO I!] (2002) 822X 300'
3BQ2MT-024
1-111
1:11: :, ::c 1-
LG02, 104-107
LG02, 109-110
A, 7-16
ED402,55-58
A,21-24
� (1998) 22X 170'
ANTW-200
2051K, 1401-1600
F□F-024
1 REMO
� T22332 FTWPTXRQ0AW
308 ARTHUR ST
FDF-024 (2002) 822X
LG02, 104-107
LG02, 109-110
A, 7-16
ED402, 55-58
A,21-24
AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement.
A"1W-300
115 ABAN
� (1998) 45X 115'
ANTW-300
2051K, 1301-1550
A,251-300
45X ill ANTW-50 20 ABAN
� (1998) 45X 20'
ANTW-50
2051K,1501-1550
45)( ill AJTW-50 301 ABAN
� (1973) 45X 301'
AJTW-50
2051K, 1501-1550
45X 0 ANTW-200
36 ABAN
1§1 (1996) 45X 36'
ANTW-200
2051K, 1301-1500
ffi
22)(
ANTW-200 190 REMO
F,1(1996) 22X 20'
�ANTW-200
2051K, 1301-1500
257X
RlW-OMP-01
1 REMO
� T51981 FTWPTXRQ
2COAX/2VIDEO (2002) 257X
BMS 308 ARTHUR ST
WORKING LG02,104-107
�
PROJECT# DATE SVC REQ'D 10/31/2023 A02GFRX
NPANNX 817332 GEO LOC ICLLI T22332 FTWOTXED
PRIMARYENGR.: LOPEZ, DAVID M
ENGR. ID: DL 157 4 PERMIT REQ'D. N
PHONE#: 9726498728 PRINT 5 OF 21
CS) CS) + .... .... I-----�---�---�
I I I I I I I
� 'I �
I I I
: I- � , 1/1 :c "!I a: I:; 1111 ... '' => " i i!: � a: :l! <C :l
cc
I I I I I I I J 31
�
J;'�·
PROP 2-4"-HDPE
SEE PRINTS 11 & 12 IFOR 4" HDPE PROFILE!
NOTE: LL BORES SHALL BE VERIFIED BY GYRO TECHNOLOG USING ACE PIPE CLEANING COMPANY, 817-332-1115 OR AND APPROVED EQUAL. CONTRACTOR TO PROVIDE RESULTS TO DAVID LOPEZ WITH AT&T
,. .... PRINT2
"' "' i
"' "'
• : : • LL':. � l ;� � � � � � � � �'2-� � � j,2-_ � i � � t �_:j_ � S_ ��-,':-�:��--����-:_-_-_-_----�1 -------... --_ j j i t I
..... , I I / 32'1 ' '¢ _ ---� _ --�-����--�! ___ _.., ___ �,-1 ____ ;_ _ _4_!!''.... S,1>.__ _______ --l __ ..1, ___________ --3.li"_ S..D, ______ _!':_P=1SS
1-A VARIABLE WIDTH Rr--_1_i_ -PRol>""31,"-W[ -- ------17�1111"" -\------ ---� , I I 60" STEEL CASING PIPE I !11 !!.� � i-�iif g :-:-:*)_u :-:-:-=·id#!:::: = · -•-�•jf • • • .. ·�I .. I
...... PRINT4
:.L':. ,.;i {2013) 22X 1200' l:':l BKMA-600 PG76, 501-700 FH57,51-60 FH57, 151-160 29, 1-200 A,421-550 {2906, 1226-1235) {2906, 1276-1290) {2906, 1351-1365) {2906, 1391-1400)
,..,. PRINT4 :.�.':.
r,:;i (2013) 822X 2200' � 5 BQ2MT -024 LG02, 111-114 LG02, 104-107 LG02,109-110 LG02,97-100 LG02, 15-16 ED402, 55-58 A,21-24
NC NC NC NC NC <A02GFRX> B, 551-560 <A02GFRX> B, 561-575 <A02GFRX> B, 576-590 <A02GFRX> B, 591-600
T I I "'I �I 'I �I I I I I
,.. _ ... PRINT3 :.L':.
� (2013) 822X 1755' 5BQ2MT-072 LG02,91-96 NC (LG02,97-100) NC LG02, 101-103 NC (LG02,104-107) NC LG02, 108-108 NC
Li::J.
1X
ANC-EXP-518
1 REMO
NC <A02GFRX> C, 7-10 NC <A02GFRX> C, 14-17 NC (B, 19-20) <A02P3R7> ED402,121-122 NC B,21-24 NC NC A,25-28 NC NC A,29-30 NC NC MA007, 181-186 NC NC A,37-38 NC NC A,39-40 NC NC A,41-72 NC NC
EAC #1
CABLES REMOVED BY
JOB A02QHJS
� (2008) 822X 1100' 5BQ2MT-024
LG02,109-110 B,3-24
,. ... PRINT4
:.§.'. �(1986) 45X 380' AFTW-200 2051K, 1101-1300
AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement.
+ rtl .... . ..... ..... 1-z 1-1 a: Q,,
�
�
PROJECT# DATE SVC REQ'D
10/31/2023 A02GFRX NPANNX 817332 GEO LOC ICLLI T22332 FTWOTXED
PRIMARYENGR.: LOPEZ, DAVID M ENGR. ID: DL 157 4 PERMIT REQ'D. N PHONE#: 9726498728 PRINT 6 OF 21
,---. PRINT,4 LL'..
1!](1986) 45X 380'
AFTW-200
,sx 2051K, 1101-1300
AFTW-100 24 0 ABAN
� (1986) 45X 240 '
AFTW-100
2051K, 1101-1200 '"'
AFTW-100 10 REMO
� (1986) 22X 10 '
AFTW-100 ! I 2051K
�
1101 -1200
• ,
....
I ::I ,I lq
�
.---. PRINT4 :_L'..
(2013) 22X 1200'
BKMA-600
PG76,501-700 NC
FH57, 51-60 NC
FH57, 151-160 NC
29, 1-200 NC
A,421-550 NC
(2906, 1226-1235) <A02GFRX> B, 551-560
(2906,1276-1290) <A02GFRX> B, 561-575
(2906,1351-1365) <A02GFRX> B,576-590
(2906,1391-1400) <A02GFRX> B, 591-600
,---. PRINT2 :_L'..
w
"' ... 0
w
w "'
CJ::,. 4C 0 845C
HH-3X5X3 GRD-BED
1 PLAC 1 PGB1-3
HH 2051K HH-3X5X3 (PPA) 4C 3XSX3=45 SEE CLIP BELOW
�
DRlVE
TO PRINT 8
FOR HH PLACING DETAIL
I XBOX I
II/I
• u>----'-.....-
� -36" s�D�----!-------KANSAS-��:_::__-:__T>��-8:"_�--��:._�· _ _::_� .::_-_;2�_::----�:7�-J-;8��-��;-�
"'i +�
--
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-� �A;�A�� -��T� -
R�� -
-
-
-
-;4+0� -
-
-
-
-
-
•
-
-
-
-
-
-
-
•
-
-
-
-
-
-
-
-
•
�
-
-
-
-
-�-
-
•
-
-
-
-
-
,--
\0 _ __ _ _ _ _ _ _ _ PROP 36" WL
I-60" STEEL CA"SfllG" PIPc - --- - -- - -- -- -- - -___________ _ z � pp x..-M
��r&----><--+--------+---_...----� e
BBGNA-25-4 1 REMO
� 303 ARTHUR TERM B
TERMINAL (1969) 22X
20 51K, 1201-1300
� I 303 ARTHUR ST 1 01 TERM A
TERMINAL (1986) 45X
2051K,1101 -1200
2051K,159-160
.---. PRINT 3
:_L'..
EAC #1 (2013) 822X 1755'
5BQ2MT-072
�
TO BE DEMOLISHED
NC
A02QHJS RJIIIV AT&T DG & A
.--.. PRINT,4 :_L'..
� ( 2013) 822X 2200 '
5BQ2MT-024
LG02,111-114
LG02, 104-107
LG02, 109-110
LG02,97-100
LG02, 15-16
ED402,55-58
A,21-24
0 WATER HH
TO PRINT 8
l!zl HH 2051K HH-3X5X3 (PPA) 4C 3X5X3=45
�II
,---. PRINT2 :_L'.. S45C Iii! (PPA) SC 0" ANMW-25 6BQ2MT-Q2,4 100 PLAC Ml (PPA) 845C 100' 5BQ2MT-024 21,855-855
21, 1780-1780
21, 2009-2009
21, 2101-2101
21, 2188-2188
21, 2221-2221
21, 2257-2258
21, 2368-2368
29,54-54
29,61-61
29,66-66
2051K, 17-17
2051K,46-46
LG02, 111-114 LG02, 104-107 D,9-24
84SC
BSW< -495 PULLBK
BSW-6 645C DROPS WITH 3 WKRS
,.a (PPA) 45C 495'
en 2051K, 101-101
� BSW-6 29,54-54 29,61-61 29,66-66 B,4-6
D,16-25 1-z
,. _,. PRINT2 1-1 a:: � e jg (PP:)�;�C 1000'
845C
5BQ2MT-072 650 PULLBK
5BQ2MT-072 LG02,91-96 LG02,97-100 LG02, 101-103 LG02, 108-110 LG02,15-16 ED402,55-58 MA007, 181-186 ED402, 121-122 A,31-72
822 C
5BQ2MT-072 125 LSHS
£:E:j.
646C
BSW<I 100 PLAC
BSW-6 645C DROPS WITH 3 WKRS
,.;:;i (PPA) 45C 100' � BSW-6 2051K, 17-17 2051K,46-46 2051K, 101-101 A,4-6
45C
ANMW-25 100 PLAC
� (PPA) 45C 100' ANMW-25 21,855-855 21, 1780-1780 21, 2009-2009 21, 2101-2101 21, 2188-2188 21, 2221-2221 21, 2257-2258 21, 2368-2368 B,10-25
� (PPA) 845C 775'
5BQ2MT-072
LG02,91-96
LG02,97-100
LG02, 101-103
LG02, 104-107
LG02, 108-108
LG02, 109-114
LG02,15-16
ED402, 55-58
MA007, 181-186
ED402, 121-122
C,39-72
845C
INNERDUCT2-,4 ,450 DBOR
I!§ 450' INNERDUCT2-4 (PPA) 845C ,>� BSW-6 072F
PROP 2-4" DUCTS
NOTE: CABLES REMOVED BY JOB A02QHJS
[§ FTWPTYRQ
[§I LG02, 91-96 NC
(LG02,97-100) NC
LG02, 101-103 NC
(LG02, 104-107) NC
<A02GFRX> C, 7-10
NC I!!] I V I I � lcn PLACE AN INNERDUCT, 845C, THEN PULL
COPPER THROUGH DUCT VACANT, THEN
PULL FIBER SECOND ITEM THROU_g_H DUCT. 303 ARTHUR ST
FDF-024 (2008)
LG02,109-110
B,3-14
LG02,15-16
B,17-24
845X LG02, 108-108 NC
(B, 19-20) <A02P3R7>
B,21-24 NC
A,25-28 NC
A,29-30 NC
<A02GFRX> C, 14-17
NC ::a.=
ED402, 121-122 NC
NC
NC
NC
N CS) CS) I- .... ZN 1-1
2-4"-HDP�
-�,I
�85C I�c
�
SPL
SPL
I-I�
0
PROJECT# A02GFRX DATE SVC REQ'D
10/31/2023
MA007, 181-186 NC NC
NC
NC
NC
a:: ::c � ::c I 1.L:fi I >-< => ' ✓ I I \-J "< \�} I ll..:ll 11-
NPANNX 817332 GEO LOC ICLLI T22332 FTWOTXED
PRIMARYENGR.: LOPEZ, DAVID M lzl ( 2008) 822X 1100 '
5BQ2MT-024
LG02,109-110
B,3-24
A,37-38 NC
A,39-40 NC
A,41-72 NC ee
AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement.
ENGR. ID: DL 157 4 PERMIT REQ'D. N
PHONE#: 9726498728 PRINT 7 OF 21
.-;-. PRINT> 2 @ 900' EA 111 180�----d"-PVC (PPA) 4C
...... f'RINT7 :_L'.
r-.., PRINT7 :_ � -'· BSW-6 645C DROPS WITH 3 WKRS 2] 450' INNERDUCT2-4 (PPA) 845C lzj (PPA) 45C 0' BSW-6 ,. ... l"'RINT 2 .'.,L':. �I (PPA) 85C 1000' _;>i 5BQ2MT-072 LG02, 91-96 LG02, 97-100 LG02, 101-103 LG02, 108-110 LG02,15-16 ED402, 55-58 MA007,181-186 ED402,121-122 A,31-72 ,. _ .. :'IRIMT7 : . l. •. ,. (PPA) 845C 0' � 5BQ2MT -072 LG02,91-96 LG02,97-100 LG02,101-103 LG02, 104-107 LG02 , 108-108 LG02 , 109-114 LG02,15-16 ED402, 55-58 MA007, 181-186 ED402, 121-122 C,39-72
545
540
C?C I
�, I
I
1 ·s.D
,. ... PRINT7 :. :L':. -5 ( PPA) 845C 100' � SBQ2MT-024 LG02, 111-114 LG02, 104-107 0,9-24
PRINT 2 : -� -':. (PP6.) SC 0' 6 ANMW-25 21,855-855 21, 1780-1780 21, 2009-2009 21, 2101-2101 21, 2188-2188 21, 2221-2221 21,2257-2258 21, 2368-2368 29, 54-54 29, 61-61 29,66-66 2051K,17·17 2051K,46-46 2051K, 101-101 D, 16-25
29, 54-54 29, 61-61 29, 66-66 B,4-6
,..,. PRINT7 :.L':. BSW-6 64SC DROPS WITH 3 WKRS [ij ( PPA) 45C 100' -BSW-6 2051K,17•17 2051K,46-46 2051K,101-101 A,4-6
CROSSINGS COMERCIAL ST LOOKING NORTH
_c:' -
EXGI OUND
I/EL ' '36.00
• I I DAVEME I 7' ilN
10]
__ .. pr,ii,.,r 7 :_ L, � (PPA) 45C 100' ANHW-25 21,855-855 21, 1780-1780 21, 2009-2009 21, 2101-2101 21, 2188-2188 21, 2221-2221 21, 2257-2258 21, 2368-2368 B, 10-25
�845' 1A.V'IN72$1J 1 PlAC ATT .100089329
2051 KANSAS ST IAWN72SU (PPA) 845C LG02, 111-114 LG02,104-107 A,9-72
1� I I ----
1a·s.o
545
540
,::-,,:
TOP C?n EL $33.00 10 rorR 0 EL533 00
�X6"WL .oo ,::-,n
525 'MIN J I PROP. COVER PROP_6'G A __J...AL��;;��
) -AT&T CABL ES IN 4 AS 1•.'-
PATH
'DUCTS
-30 -?0 - 0 0 1D -
PROPS· GAS tr.O.P,-510,1♦/-
,----1'' ONG BORE PA H 525 �o � -
45(,; 0 4SC PAD-CP-4IN 1 Pl.AC DRIVE I
�
ONWPNF100Y t PLAC F 2051 KANSAS ST 1l ONWPNF100Y (PPA) 45C IN 21,855-855
" 1-z 1-1 a: C. 0 I-
IN 21, 1780-1780 IN 21, 2009-2009 IN 21, 2101-2101 IN 21, 2188-2188 IN 21, 2221-2221 IN 21, 2257-2258 IN 21, 2368-2368 A,10-25 OUT 2051K,17-17 2051K,46-46 20S1K, 101-101 B,29-100
ROW
CTit�sc SPECIAL CIRCUIT CUTS ITJ:�ESTC CTI�;�STF
HH 2051K
I\ 4'C � �PL I\ 4,c L.:..::l S?l
[J§j, 4!'.i:; PED!:STAL 1 ?LAC 4,C
PRINT? :;RGNF-75-?5 1 PLAC
HH-3XSX3 (PPA) 4C 3 X S X 3 = 45 5
/\ 84SC � SPL
ATT 10 'XS' EASMT
�
181 � 1-6' 4• -10· .i l : I /-,,/
� ' ..
I-VI
...I
w
I VI
10' -6"
7 en I ) I -I I I I t:�NT 71 i 4 I I, I I � ): 4a : I 1-z 1-1 a: r 2'.J,--- --I I 0 o r -- --_-_ -� _____ --1 1-1_ _ _. -(;AS .Y '8" I-IL ---; I -�' • • • ••• ;.�:: '" ... : . �:.,.,. . . . . . . . . . . . . . ... c ........ . GAS -C.
---------------
< •
14+35.15 l Ii l Ii_ 14+39•5�ANSAS ST �\88.lS < < <
EAC#l 10/30123 ASE PROJECT A02P3R7 BE ISSUED BEFORE! ROAD PROJECT A02GFRX. WHEN IT DONE, A02GFRX IS TO BE UPDATED TO INCLUDE COUNTS ED402,121-122 IN NEW CABLE.
I WATER PROJECT:! P 26'>-609170096988 ATMOS ENERGY PIPELINE UEl-080.3979S-16469
� CONSTRUCTION NOTE: 24 INCHES MINIMUM CLEARANCE FROM HIGHWAY STRUCTURES ND ALL OTHER EXISTING UTILITIES (UNLESS MORE IS REQUIRED)
I V NOTE: PLACE AN INNERDUCT, 845C, THEN PULL COPPEl1 THROUGH DUCT VACANT, THEN PULL FIBER SECOND ITEM THROUGH DUCT.
PROJECT# I DATE SVC REQ'D A02GFRX 1013112023 NPANNX I GEO LOC I CLU 81733 2 T2233 2 FTWOTXEDPRIMARYENGR .. LOPEZ, DAVID M ENGR.10: DL 1574 PERMIT REQ'□, I N PHONE# 97264987 28 PRINT 8 OF 21
AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement.
,"g", PRINT7 I C'I 872� I•---• \@;i---BSW-6\,_) QJ 450' INNERDUCT2-4 (PPA) 845C
,.. ... PRINT7 :.L':..
EAC#l 10/30/23 �SE PROJECT A02P3R7 BE ISSUED BEFORE! ROAD PROJECT A02GFRX. WHEN IT DONE, A02GFRX IS TO BE UPDATED TO INCLUDE COUNTS ED402,121-122 IN NEW CABLE. r::;i (PPA) 845C 600' [gj (2013) 22C 490' BKMA-600 I (PG76,501-700) NC <A02GFRX> B, 1-200 f-NC <A02GFRX> B,201-210 NC NC
� 5BQ2MT-072 LG02,91-96 LG02, 97-100 LG02, 101-103 LG02, 104-107 LG02, 108-108 LG02, 109-114 LG02,15-16 ED482, 55-58 MA007 181-186
(FH57, 51-60) (FH57, 151-160) (29,1-53) 29,54-54 (29,55-60) 29,61-61 (29,62-65) 29,66-66 (29,67-200) A,421-550
NC <A02GFRX> B, 211-22011 [! <A02GFRX> B, 221-273 I �22C NC 20 SPL
I ED402:121-122 I C,39-72
,. • .., PRINT 7 ;_§_'.. BSW-6 645C DROPS WITH 3 WKRS @J (PPA) 45C 0' BSW-6 29,54-54 29,61-61 29,66-66 B,4-6
822C
5BQ2MT-024 110 PLAC
(2906, 1226-1235) (2906, 1276-1290) (2906, 1351-1365) (2906,1391-1400)
NC <A02GFRX> B,275-280 NC NC NC <A02GFRX> B,282-285 NC NC NC <A02GFRX> B, 287-420 NC NC <A02GFRX> B, 551-560 NC <A02GFRX> B, 561-575 NC <A02GFRX> B, 576-590 NC <A02GFRX> B, 591-600 NC �CCORDING TO THE COMTECHrGPTC TICKET 409235, THE PG PAIRS LISTED BELOW ARE NOT WORKING PG76 401 8178109780 PG76 404 8173382876 PG76 431 8173356628 PG76 436 8173356249 PG76 441 8178858904 PG76 444 8178104017 PG76 446 8173356103 PG76 447 8173488218 PG76 522 8173351103 PG76 568 8173489783 PG76 569 8178109931 100 � (PPA) 822C 110'
5BQ21'1T-024
LG02,111-114
LG02, 104-107
LG02, 109-110
LG02, 97-100
LG02,15-16
ED482,55-58
B,21-24
� (2013) 85X 275' 5BQ2MT-072 all "
,. ... PRINT4 :.L'.
LG02,91-96 NC NC ssx (LG02, 97-100) <A02GFRX> C, 7-10 NC ffi I-LG02, 101-103 NC NC ml2M,l,� i:!:i (LG02, 104-107) <A02GFRX> C, 14-17 NC ,::ii:: LG02, 108-108 NC NC 0.. cs. 19-20) Nc 1 <A02P3R7> ED402, 121-12zj0 �(2013) 22X 1200' B,21-24 NC NC t-BKMA-600 A,25-30 NC NC PRI N T3 MA0 07, 181-186 NC NC /j�� A,3 7-72 NC NC [§I (2013) 822X 1755' ffi 85X
@l I I
I-Ill
...J <C th� ,::ii::"' W-::e:: :ll ::e:: 0 Ill ... ,
31
�I I 15'
�I□ >-< I
I �I I
I
CLIP #1
�
846C
H""""2X3 1 PLAC
l!Zl BLDG TO BE DEMOLISHED 8'15C HH 204V ill HH-3X2X3 (PPA) 845C ��:��3 X2X3=18 SEE CLIP #1 FOR HH DETAIL
OIJ��TP02 RISER
j\22C
� $PL AB22C
�SPL AS:PL '1 1�11 l?l
,. ... PRINT 7 822C
1X
ANC-EXP-5/8 1 REMO
1X
GUY-DOWN 1 REMO POLE NO#
�
:.2.'..
(PPA) 822C 75' 5BQ2MT-072 LG02,91-96 LG02,97-100 LG02, 101-103 LG02, 104-107 LG02,108-108 LG02,109-114 LG02,15-16 ED402, 55-58 MA007, 181-186 ED402,121-122 C,39-72
ASW-6 40 LSHS
ASW-6 622C DROPS WITH 3 WKRS
Q]I (PPA) 22C 40'
ASW-6
29,54-54
29,61-61
29,66-66
B,4-6
X
pp
TO PRINT 10
�
822C i
SPL I I
�
5X I SPL I
� I I I I-Ill
I <C \ I ...J *'I 0 \1 1-1
I i1 > I• I\ HI \ 4'111,1 16'ilc i \ �i \ I 30' \ I * I
I I
I I
I I
I I
I I
I I
I I
I
I
I
I I I I I I I I I
Cl u, I
I \/
I I
/\i
I �
• ____ .J I -- - - - - - - - 0H- - --/-- -\ ------x pp
/
I
I -------------" I LOCATE ALL UTILITIES!
KANSAS ST 30' Jill.----BEFORE DIGGING 5BQ21'1T-072 ��f.":,1;.,"'g" -------�--------9----------------LOCATES-DIAL "811" ,URY/BORE ALL FIBER CABLE AT 36" MINI UNLESS OTHERWISE NOTED ,.. ... PRINT 4 :.L'.. lzl ( 2013) 822X 2200 ' 5BQ2MT-024 ANMW-l500 I§ 460 ABAN (2013) 45X 460' ANMW-600 SAME ATTRIBlITES REF. 11
� (2013) 85X 275' 5BQ2MT-024
SAME ATTRIBUTES REF. 7 r.,:;i (2013) 822C 550' � 5BQ2MT-072
SAME ATTRIBUTES REF. 3
PRINT 10
,.;i (2013) 822C 550' � 5BQ2MT-024
SAME ATTRIBUTES REF. 2
PRINT 10
4"-PVC 135 ABAN � 135' 1-4C-PC-C (2013) 5BQ2MT-024 572 REMO ,.a (2018) 822X 572'i,g 5BQ2MT-024 4X LG05,121-122 A,3-24 I!§ 85X
IFWNN-24 1 REMO (2018) 85X 225' 5BQ2MT-024 LG05,121-122 A,3-24 AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement.
PROJECT# I DATE SVC REQ'D A02GFRX 1013112023 NPANNX 817332 GEO LOC I C LLI T22332 FTWOTXED T22332 FTWWTXGK gll I 205-1-1 COMMERCIAL 51 CONSTRUCTION NOTE: PRIMARYENGR.: LOPEZ, DAVID M IFWNN*24 (2018) 85X 24 INC HES MINIMUM CLEARANCE LG05,121-122 FROM HIG HWAY STRUCTURES ENGR. ID: DL 1574 PERMIT REQ'D. N A, 3-24 �u�CE�;HJ;R����g����IES PHONE#: 97 26498728 PRINT 9 O F 21
,. --. PRINT9
:. §.�
QJ (2018) 822X 572' 5BQ2MT-024 LG05,121-122 A,3-24
hi (2013) 822C 550' � 5BQ2MT -024 LG02, 111-114 LG02, 104-107 LG02, 109-110 LG02,97-100 LG02, 15-16 ED402,55-58 A,21-22 A, 23-24
EAC#l 10/30123
@J !��!3L�2C 490'
I (PG76,501-700) (FH57, 51-60) (FH57, 151-160) (29,1-53) 29,54-54 (29,55-60) 29,61-61 (29,62-65) 29,66-66 (29,67-200) A,421-550 (2906,1226-1235) (2906,1276-1290) (2906,1351-1365) (2906,1391-1400)
NC NC NC NC NC NC NC NC NC NC NC <A02GFRX> <A02GFRX> <A02GFRX> <A02GFRX>
SE PROJECT A02P3R7 BE ISSUED BEFORE! ROAD PROJECT A02GFRX. WHEN IT DONE, A02GFRX IS TO BE UPDATED TO INCLUDE COUNTS ED402,121-122 IN NEW CAB!£....._,
@l (2013) 822C 550' SBQ2MT-072 LG02,91-96 NC (LG02,97-100) <A02GFRX> LG02,101-103 NC (LG02,104-107) <A02GFRX> LG02, 108-108 NC
NC C, 7-10 NC NC C,14-17 NC NC (B, 19-20) B,21-24 NC NC <A02P3R7> ED402,121-122 NC A,25-30 MA007,181-186 A,37-38 A,39-40 A,41-72
ffi 22X
BKMA-00 80 REMO
NC NC NC NC NC
�(2015) 22X 60' BKMA_ 50 NO WORKERS
NC NC NC NC NC
(2906,1226-1235) <A02GFRX> B,551-560 (2906,1276-1290) <A02GFRX> B,561-575 (2906, 1351-1365) <A02GFRX> B, 576-590 (2906, 1391-1400) <A02GFRX> B, 591-600
lzl (2013) SC 250' ANMW-600 (PG76,501-700) (FH57, 51-60) (FH57, 151-160) (29, 1-53) 29, 54-54 (29, 55-60) 29,61-61 (29,62-65) 29,66-66 (29,67-200) A,421-550
<A02GFRX> B, 1-200 j---<A02GFRX> B,201-210 <A02GFRX> B,211-220 <A02GFRX> B,221-273 NC <A02GFRX> B, 275-280 NC <A02GFRX> B, 282-285 NC <A02GFRX> B, 287-420 NC
Rl'IV DG&A DAMAGED
1X
GUY-DOWN 1 REMO
1X
ANC-EXP-5/8 1 REMO POLE 74661 35031 HOA 17'
B, 551-560 NC B, 561-575 NC B, 576-590 NC B, 591-600 NC
1C
GUY-DOWN 1 PLAC
1C
NC NC NC NC NC NC NC NC NC NC NC
�CCORDING TO THE COMTECl'-1, GPTC TICKET 409235,
ANC-EXP--3/4
1 PLAC
THE PG PAIRS LISTED BELOW ARE NOT WORKING
PG76 401 8178109780 PG76 404 8173382876 PG76 431 8173356628 PG76 436 8173356249 PG76 441 8178858904 PG76 444 8178104017 PG76 446 8173356103 PG76 447 8173488218 PG76 522 8173351103 PG76 568 8173489783 PG76 569 8178109931
<A02GFRX> B,1-200 <A02GFRX> B,201-210 <A02GFRX> B,211-220 <A02GFRX> B,221-273 NC <A02GFRX> B,275-280 NC <A02GFRX> B,282-285 NC <A02GFRX> B,287-420 NC
POLE 746601 35020 HOA 20'
POLE 74660 35012 HOA 23'
ffi 22X
BKMS-100
460 REMO
(2906,1226-1235) <A02GFRX> B,551-560 NC POLE 74660 35002
� (1988) 22X 460' l!:!IBKMS-100 A,1-25 (2906,1226-1235) A,36-75 (2906,1276-1290) A,91-100
NO WORKERS NC <A02GFRX> B,551-560 NC <A02GFRX> B,561-575 NC
(2906, 1276-1290) <A02GFRX> B, 561-575 NC (2906, 1351-1365) <A02GFRX> B, 576-590 NC HOA 21' (2906,1391-1400) <A02GFRX> B,591-600 NC
TO XBOX@ F 1722 WljIT� S�TTLEMENT RD 'I 'I 'lzl [ij] �
X l I I I
;,, t I CD II "-' "-
xi
a, a, II � "-
X
.. II � "-
11
21
I§
H-fill i I
ll�
�
�
TO PRINT 9
AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement.
ii� w ....
w "'
w I...
I:!
I-
<C ...I
>
i (2013) SSC 350' 5BQ2MT-072 LG02,91-96 NC LG02, 97-100 NC LG02, 101-108 NC B,19-24 NC A, 25-30 NC MA007, 181-186 NC LG05,121-122 NC (A, 39-40) <A02P3R7> ED402,121-122 A,41-72 NO WORKERS NC
� (2013) SSC 350' 5BQ2MT-024 lliil F 104 VIOLA TERMINAL (1988) 2906, 1226-1235 2906, 1276-1290 2906, 1351-1365 2906, 1391-1400
22X
LG02, 111-114 LG02, 104-107 LG02, 109-110 LG02, 97-100 LG02, 15-16 ED402, 55-58 A,21-24
� F 112 VIOLA ST TERMINAL (1988) 22X A,1-25 NC (2906,1226-1235) <A02GFRX> B,551-560 A,36-75 NC (2906,1276-1290) <A02GFRX> B,561-575 A, 91-100 NC
� F 200 VIOLA ST TERMINAL (1988) 22X A,1-25 NC (2906,1226-1235) <A02GFRX> B,551-560 A,36-75 NC (2906, 1276-1290) <A02GFRX> B,561-575 A, 91-100 NC
� F 204 VIOLA ST TERMINAL (1988) 22X
Ml
A,1-25 NC (2906, 1226-1235) <A02GFRX> B, 551-560 A,36-75 NC (2906, 1276-1290) <A02GFRX> B, 561-575 A,91-100 NC
F 208 VIOLA ST TERMINAL (1988) 22X A,1-25 NC (2906,1226-1235) <A02GFRX> B,551-560 A,36-75 NC (2906,1276-1290) <A02GFRX> B,561-575 A, 91-100 NC PROJECT# A02GFRX DATE SVC REQ'O 10/31/2023 NPANNX 817332 GEO LOC ICLLI T22332 FTWOTXED
PRIMARYENGR.: LOPEZ, DAVID M
ENGR. ID: DL 157 4 PERMIT REQ'D. N
PHONE#: 9726498728 PRINT 1 Q OF 21
i:;,:;n EX GRADE
PROP AT&T HANDHOLE jX6X4 98 CU.FT
I
530 f'l_ no· BORE PITI
�
� '--
510 '
�
�
�
490 VJi»t:;
36"WLIN
'll II l:ii 11:.t:L r1rc
Al ,a. I- --Pl"lj� -•- ■
470 --- -- � 6" GJ W/10"8 _,,,.,,,..�· ,.....
7· �oo 8
PROFILE FOR PLACING OF 2-4" HDPE PRINTS 2 & 4 2@ 900' EACH
to
� PROPOSEDC•
:z! -/ !�� 'X.......
0 / / .Jl1 rr
w
�
...J
1.1.. V... g
� ro"�-�� �
-RPIPELINE'"EEL CASING
CJUl"!.C ,-,,..1 n
00
"""'--' ----
PROP, ff & T CABLES IN 2-4" HOP
t"L4t;.:1+UU
9 00
NOTE:
ALL BORES SHALL BE VERIFIED BY
GYRO TECHNOLOGY USING ACE PIPE
CLEANING COMPANY, 817-332-1115
OR AND APPROVED EQUAL.
!CONTRACTOR TO PROVIDE RESULTS TO
DAVID LOPEZ WITH AT.&T.
10
AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement.
�ANNEL GRADE
� ''" -
E ;,0· YVL ,n
-·-11 _____ ,. -·--------.. -
ALONG BORE PATH e• GAS PIPELIN�
OO W/1 0" STEEL CASINGALONG BORE PATH
,
i::i::n
530 '
510
490
470
11· •00
PROJECT# A02GFRX
�
DATE SVC REQ'O 10/31/2023
NPANNX I GEO LOC I CLLI 817332 T22332 FTWOTXED
PRIMARYENGR.: LOPEZ, DAVID M
ENGR. ID: DL 157 4 PERMIT REQ'D. N
PHONE#: 9726498728 PRINT 11 OF 21
490
0.1"'1,H n...,...._..,., l"J.lf"!lil'!
11· 12·
PROPOSED CHANNEL GRADE..._
'
PROP AT&T HANDHOLE
EX GRADE
.. , .. ,1
I
I
13
I..........._
PROP, LEVEE PIERS
-·-...... -.....
14
II
,, ., ... �i::
-r---6" GAS PIPELINE
n111r. ani::it:' PATM
IPE
16
10/31/2023
817332 T22332 FTWOTXED
DAVID
DL 157 4 N
9726498728 12 21
Proprietary (Internal Use Only.) Not for use or disclosure outside of companies except under written agreement.
A02GFRX
AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement.
A02GFRX 10/31/2023
817332 T22332 FTWOTXED
LOPEZ, DAVID M
DL 157
9726498728
LASH APPROX 365' OF CABLE TO EXISTING STRAND
PLACE STRAND AND LASHAPPROX 10' CABLE
PLACE 1 ANCHOR & REMOVE 3 ANCHORS
PLACE 1 DOWNGUY & REMOVE 1 ANCHOR
CLEAT 2 RISERS
PLACE APPROX 45' OF OVERHEAD GUY
REMOVE 2 CABINETS & 3 PEDS
REMOVE APPROX 5851' OF CABLE AND STRAND
REMOVE APPROX 1535' OF COPPER CABLE AND CHOP TO 4' Sfi-TIONS RETI_IRN TO NE PKWY
ATTACH TWO (2) TRACER WIRES TO THE TOP OF THE CARRIER PIPE AND SECURE THEM IN PLACE WITH
DUCT TAPE OR 10-MIL THICKNESS POLYETHLENE PRESSURE SENSITIVE TAPE AT EVERY JOINT AND AT
5-FOOT INTERVALS.
TAKE APPROPRIATE STEPS DURING PULLBACK TO ENSURE THAT CARRIER PIPE AND TRACER WIRES
ARE INSTALLED WITHOUT DAMAGE.
Materials Provided by AT&T:
• Fiber Cable
• Innerduct
• Duct Tape
• Hand Hales
• Ground Rods & Wire
• Prints
• Miscellaneous Materials
Materials can be picked up at: 2362 NE Parkway Garage.
Responsibilities of the Supplier:
• All Labor
• Equipment
• Supervision
• Work Area Protection
• City Permits
• Materials to Restore Right of Way f F.O.%%%i
• Any M cws Materials not provided by AT&T
Contact Information: For any queries, please contact the Local Construction Engineer (LCE), Jose
Tovar:
• Email:JT1512PATT.00rA
• Phone: [817 586-91261
Please ensure that all requirements are met and react: out if you hale any questions.
Thank you!
AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except underwritten agreement.
PROJECT # DATE SVC REQ'D
A02GFRX 10/31/2023
NPANNX GEO LOC I CLLI
817332 T22332 FTWOTXED
PRIMARYENGR.: LOPEZ, DAVID M
ENGR. ID: DL1574 PERMIT REQ'D. 1 N
PHONE#: 972649872$ PRINT 150E 21
lnputllffllllld•-el""-lnC.,U Ell.
2 lnput�orkMwn-crtnbledellthfwmsurfacriaCelll:23.
Input unit weight of fluid (drilling mud) in Cell E25 tD be inlruducl!d -1he lmn!hal!,dulng drilllq.
Input depth ID mp of max h...,.af malng mud in-f2& If drillinll mud tuill be at lnp af -m, thl!l
valuelsO..
llfaPIJllcable) Input-drlllqfluid pressure in Cell IE.27. lhis....-Vlllue issmne11mes used tD
enlrnW, !he impattaf-ttSfi'omflllid Pllfflllffll! thatv,oldd be.--lhln �
bydrDSlallCpn!SSIHealCUl-lftColumll M.
Input sol ............ and parameter,; in Cells 1132:Klli
II d...,-lnColumnAa!llstn 51!1ectmat1!rlal(sdl)typemmat:dl-.,ati!d�1mm
llorinalollorae,,loeie�rpretalion.
Input bmtnm ofbamJI depth In E2II. lhb\ � 15 "'9�1l!d lntableand l!Japb-. fattar
af Safel'{ is a-in ColUlllnO and plotted in 1111pb for an depth in<RIMfltS.
1�0:::111111,:w.11-1111!111maN1·..-.• ....... ,trn,rt' _____ llil&.
CONT PRINT 17
I
Rodl:IIIUIIJNIIIGI
lnputsoH unil ""°""""" -Id be based on lm!Nm dlbl or,usonable-.
Weilllllafdrilllnllfluidorllfllutmouldbe-onlmDwllmbtdlHIIP'lor�-.
DO NOTatANGE caLSA9:! 10 MIi "Matmll I, II,_• wil break lheflmc1ion. Use Notacolwnn mdcnotrwhid,
soil�mrrelillle1DM.-1toV.Flve-(sailltJpesare_in_lool.
fillurebe-fih--elf-mnllnlng-willldojllhud_of_,,,at�
...............
lhb\toal is-tDbe11....,<ninl!levd...-af:lbep-filrh¥drnlil:-dule1Dfluidsuscdfw
d!BIIHII ____ ---Lflll:LGROIIND,ml511111tfullyaccuratefor-perl'armed
Oll""'bonknlcffl:s. Tlilis1DOldocsNOl"acD11.1111;far-lluidpn:11s11n,_:lbe_ndDfa<r,.sudlas"""""<a>illl
15 used. 11115-doe!i NOT acmuntfar any __ may be lmpoEddule to pumplngaf--U!ls 1s.-i,
-d IIY lllllll!COll:lbe dlil riUndCOllld bcadtkdto:lbe "Addfd Drllille:flllid l'RssuR" RM in :lbelllllleto
--i111! tbe rlskaflramm! .-p,npe,1 -.. -ofSall!q! es,1mn,,11,,-too11s
---· Mane-.ta,mlyols-,111 bcen,quedt11111C1rear:allilldy..,.111eli!illafhydnwlil:ftac1mdor
,pecllk site mnd111ons.
... .,, Clllalla1iaM:: fnlm ER lll0-1-181171'111Ql'1111h �.a:
Hytlraulic:fraclun!canom,rin--mab!rialsand--15,•nd-ltllaslleen1illmd
that in soils, �lhltturi111 am ocawwllen 1k IIOrehole pn,ssureCIKHds 1k lowest-I conlining-.S
(-umprindpal5111!55"3lp!us--stn!llllh-Tbe-lln!nglhcanbe...,.__llfllle
undrained (shear}SUl!Rl'h oftbemlL minm plinclpal-lnBS!n!H llllll In a l'lllffllillly COIi---a
-;n,und mndilionist911ica11Jlhe-�-canben!U0118111y-(ullle-earth
prem,n,).
10/31/2023 A02GFRX
817332 T22332 FTWOTXED
LOPEZ, DAVID M
DL 157 4 N
9726498728 16 21
AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement.
CONT PRINT 18
AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement.
A02GFRX 10/31/2023
817332 T22332 IFTWOTXED LOPEZ, DAVID M DL 157 4 N 9726498728 17 21
AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement.
A02GFRX 10/31/2023
817332 T22332 FTWOTXED
LOPEZ, DAVID M
DL 157
9726498728
CONT PRINT 20
AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement.
A02GFRX 10/31/2023
817332 T22332 FTWOTXED
LOPEZ, DAVID M
DL 157 4 N
9726498728 19 21
AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement.
A02GFRX 10/31/2023
817332 T22332 FTWOTXED
LOPEZ, DAVID M
DL 157 4 N
9726498728 2Q 21
AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement.
A02GFRX 10/31/2023
817332 T22332 FTWOTXED
LOPEZ, DAVID M
DL 157 4 N
9726498728 21 21
City of Fort Worth, Texas Mayor and Council Communication
DATE: 08/12/25 M&C FILE NUMBER: M&C 25-0659
LOG NAME: 03DISCRETIONARY _SERVICES_AGREEMENT _AT&T _KANSAS_ST
SUBJECT
(CD 9) Authorize Execution of a Discretionary Services Agreement with AT&T, Inc. in the Amount of $580,131.98 for the Relocation of Aerial and
Buried Cable Facilities in Support of the Central City Flood Control Project, Adopt Appropriation Ordinance, and Amend the Fiscal Years 2025-
2029 Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1.Authorize Execution of a Discretionary Services Agreement with AT&T, Inc. in the Amount of $580,131.98 for the Relocation of Aerial and
Buried Cable Facilities in Support of the Central City Flood Control Project;
2.Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Grants Capital Project Other
Fund, subject to the receipt of the grant in the amount up to $580,131.98 for the purpose of funding the FW Central Utility Relocates
project (City Project No. 105935); and
3.Amend Fiscal Years 2025 -2029 Capital Improvement Program.
DISCUSSION:
The purpose of this Mayor & Council Communication is to authorize execution of a Discretionary Services Agreement with AT&T, Inc. for relocation
of aerial and buried telecommunication cable facilities within the Fort Worth Central City Flood Control Project area and adopt an appropriation
ordinance to fund the same. The agreement is in the amount of $580,131.98. All franchise utilities must be removed from the flood control project
area prior to construction by the U.S. Army Corps of Engineers.
The Central City Flood Control Project is being constructed by the U.S. Army Corps of Engineers in order to reduce the risk of flooding to over
2,400 acres of homes and businesses near downtown Fort Worth. To prepare for the construction of the future bypass channel integral to the
Central City Flood Control Project, all City infrastructure and franchise utilities must be removed from the channel construction area. AT&T, Inc.
owns and maintains certain telecommunication cable facilities within the Fort Worth Central City Flood Control Project channel area.
FUNDING: In accordance with the provisions of the lnterlocal Agreement between the City of Fort Worth and the Tarrant Regional Water District
(TRWD) City Secretary Contract Number 43425-A 1, and pursuant to the Trinity River Vision Authority Project Plan, the City of Fort Worth is eligible
to be reimbursed for costs considered to be Fort Worth Central City-related work (formally known as Trinity River Vision-related work).
The maximum amount allowed for these agreements will be up to $580,131.98; however, the actual amount used will be based on the final
invoiced costs for the work performed. These expenses will be reimbursed by Tarrant Regional Water District (TRWD) through available funds with
no net expense to the City.
A Form 1295 is not required because: This contract will be with a publidy-traded business entity or a wholly-owned subsidiary of a publidy-traded
business entity: AT&T, Inc.
FISCAL INFORMATION/ CERTIFICATION:
The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds
will be available in the current capital budget, as appropriated, in the Grants Capital Project Other Fund. The Transportation and Public Works
Department (and Financial Management Services) will be responsible for the collection and deposit of funds due to the City. Prior to an
expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds. This is a
reimbursement grant.
Submitted for City Manager's Office by: Dana Burghdoff 8018
Originating Business Unit Head: Christianne Simmons 6222
Additional Information Contact: Clair Davis 7893
City Secretary’s Office
Contract Routing & Transmittal Slip
*Indicates the information is required and if the information is not provided, the contract will be
returned to the department.
Contractor’s Name:
Subject of the Agreement:
M&C Approved by the Council? *Yes No
If so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes No
If so, provide the original contract number and the amendment number.
Is the Contract “Permanent”? *Yes No
If unsure, see back page for permanent contract listing.
Is this entire contract Confidential?*Yes No If only specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: Expiration Date:
If different from the approval date.If applicable.
Is a 1295 Form required?* Yes No
*If so, please ensure it is attached to the approving M&C or attached to the contract.
Project Number:If applicable.
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes No
Contracts need to be routed for CSO processing in the following order:
(Approver)
Jannette S. Goodall (Signer)
Allison Tidwell (Form Filler)
Permanent Contracts
Advanced Funding Agreements
Architect Service
Community Facilities
Completion Agreement
Construction Agreement
Credit Agreement/ Impact Fees
Crossing Agreement
Design Procurement
Development Agreement
Drainage Improvements
Economic Development
Engineering Services
Escrow Agreement
Interlocal Agreements
Lake Worth Sale
Maintenance Agreement/Storm Water
Parks/Improvement
Parks/Other Amenities
Parks/Play Equipment
Project Development
Property/Purchase (Property owned by the City)
Property/Sales (Property owned by the City)
Property/Transfers (Property owned by the City)
Public Art
Sanitary Sewer Main Replacements
Sanitary Sewer Rehabilitations
Settlements (Employees Only)
Streets/Maintenance
Streets/Redevelopment
Streets/Repairs
Streets/Traffic Signals
Structural Demolition (City owned properties)
Utility Relocation
Water Reclamation Facility
Water/Emergency Repair
Water/Interceptor
Water/Main Repairs
Water/Main Replacement
Water/Sanitary Sewer Rehabilitation
Water/Sewer Service
Water/Storage Tank