Loading...
HomeMy WebLinkAbout24-342ORDINANCE 24-342 AN ORDINANCE OF THE CITY OF DENTON AUTHORIZING THE CITY MANAGER TO EXECUTE AN INTERLOCAL AGREEMENT BETWEEN THE CITY OF DENTON AND THE UNIVERSITY OF NORTH TEXAS, A HIGHER EDUCATION AGENCY OF THE STATE OF TEXAS (UNT), REGARDING THE INSTALLATION OF AN EMPTY DUCT BANK WITHIN THE BONNIE BRAE PHASE 3 WIDENING AND RECONSTRUCTION PROJECT. WHEREAS, The City of Denton (“CITY”) and University of North Texas (“UNT“) mutually desire to enter into an interlocal agreement as provided for in Chapter 791.032 of the Texas Government Code; and WHEREAS, CITY is constructing the Bonnie Brae Phase 3 Widening and Reconstruction project, widening and reconstructing Bonnie Brae Street from FM 1515/IH35-E to Roselawn Drive from a 2-lane rural roadway to a 4-lane divided urban section (hereinafter the “Project”); and WHEREAS, UNT, seeking to be best prepared for future development on their property on the west side of Bonnie Brae (hereinafter “Mean Green Village”), desires to include in the Project at their sole expense, an empty duct bank (hereinafter “Alternate 1 – Alignment 5), providing the appropriate infrastructure and route for both electrical and telecommunications from the existing facilities on the east side ofBonne Brae Street to the west side of Bonnie Brae Street in anticipation of future growth at Mean Green Village; and WHEREAS, CITY desires to include Alternate 1-Alignment 5 in the Project to prevent the need for future disturbance to the newly constructed Bonnie Brae Street, road base/sub-grade and drainage facilities by UNT and/or its subcontractors for the purpose of installing the electrical and telecommunications duct bank.; and WHEREAS, CITY and UNT desire to pool their resources, avoid unnecessary or duplicative expenses, and take advantage of maximizing economies of scale, resulting in cost savings.; and WHEREAS, the City Council having considered the importance of the project to the citizens of Denton and finding that it is in the public's health and safety interest, is of the opinion that it should approve the Agreement; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The findings and recitations contained in the preamble of this ordinance are incorporated herein by reference as true and as if fully set forth in the body of this ordinance. SECTION 2. The City Manager, or their designee is hereby authorized to execute on behalf of the City the Interlocal Cooperation Agreement for the installation of Alternate 1 Alignment 5 within the Bonnie Brae Phase 3 Widening and Reconstruction Project Docusign Envelope ID: 4C03A46C-A143-4549-B45A-85E8DB418AE0 SECTION 3. The City Manager, or their designee, is further authorized to carry out all obligations and duties of the City as set forth in the Agreement, including but not limited to the expenditure of funds. SECTION 4. The City Manager, or designee, is the City’s designated, authorized official, with the power to authorize, accept, reject, alter or terminate the Agreement(s) on behalf of the City and act on behalf of the City of Denton in all matters related to the Agreement(s) and any subsequent agreements that may result. SECTION 5. This Ordinance shall become effective immediately upon its passage and approval. The seconded by the following vote K - L] : q: e Tr dda : ?0 Aye –gZ– V/ 1 b/ V/ U/ Nay Abstain Absent Gerard Hudspeth, Mayor: Vicki Byrd, District 1 : Brian Beck, District 2: Paul Meltzer, District 3 :/ Joe Holland. District 4: Brandon Chase McGee, At Large Place 5 : Chris Watts, At Large Place 6: PASSED AND APPROVED this the ]Tday of 2024 drr„#Z=,R ATTEST: JESUS SAL CITY SECRETARY APPROVED AS TO LEGAL FORM: MACK REINWAND, CITY ATTORNEY By: Bgna•narrrr„n,n=nUHft &VBA da =====:::=:===: ORDINANCE: UNT – iNTERLOCAL COOPERATiON AGREEMENT REGARDING THE INSTALLATION OF AN EMPTY DUCT BANK (ALTERNATE I – ALIGNMENT 5) WITHIN THE BONNIE BRAE PHASE 3 WIDENiNG & RECONSTRUCTION PROJECT Page 2 of 2 Docusign Envelope ID: 4C03A46C-A143-4549-B45A-85E8DB418AE0 DENTON COUNTY § § STATE OF TEXAS § INTERLOCAL COOPERATION AGREEMENT BETWEEN THE UNIVERSITY OF NORTH TEXAS AND THE CITY OF DENTON REGARDING THE INSTALLATION OF AN EMPTY DUCT BANK WITHIN THE BONNIE BRAE PHASE 3 WIDENING AND RECONSTRUCTION PROJECT THIS AGREEMENT is entered into by and between the CITY OF DENTON, a Texas municipal home-rule corporation (hereinafter “City”) and the UNIVERSITY OF NORTH TEXAS, a higher education agency of the State of Texas (hereinafter "UNT"), engaged in providing services to the citizens of Denton, Texas, each acting by, through, and under the authority of their respective governing bodies and officials and jointly referred to herein as "parties," and is effective on the date last written hereinbelow (the "Effective Date"). RECITAL A. The Intergovernmental Cooperation Act, Chapter 791.035, V.T.C.A, Texas Government Code, provides authorization for any local government to contract with an institution of higher education or university, as defined by Section 61.003 Texas Education Code, to perform governmental functions and services in which the contracting parties are mutually interested under the terms of the Act. B. CITY is constructing the Bonnie Brae Phase 3 Widening and Reconstruction project, widening and reconstructing Bonnie Brae Street from FM 1515/IH35-E to Roselawn Drive from a 2-lane rural roadway to a 4-lane divided urban section (hereinafter the “Project”) C. UNT, seeking to be best prepared for future development on their property on the west side of Bonnie Brae (hereinafter “Mean Green Village”), desires to include in the Project at their sole expense, an empty duct bank (hereinafter “Alternate 1 – Alignment 5), providing the appropriate infrastructure and route for both electrical and telecommunications from the existing facilities on the east side of Bonne Brae Street to the west side of Bonnie Brae Street in anticipation of future growth at Mean Green Village. D. CITY desires to include Alternate 1-Alignment 5 in the Project to prevent the need for future disturbance to the newly constructed Bonnie Brae Street, road base/sub-grade and drainage facilities by UNT and/or its subcontractors for the purpose of installing the electrical and telecommunications duct bank. E. CITY and UNT desire to pool their resources, avoid unnecessary or duplicative expenses, and take advantage of maximizing economies of scale, resulting in cost savings. F. Now, therefore, in consideration of the mutual covenants contained herein and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties, intending to be legally bound, do hereby agree as follows: Docusign Envelope ID: 4C03A46C-A143-4549-B45A-85E8DB418AE0 UNT – INTERLOCAL COOPERATION AGREEMENT Page 2 of 15 for the ALTERNATE 1 – ALIGNMENT 5 DUCT BANK within the BONNIE BRAE PHASE 3 WIDENING & RECONSTRUCTION PROJECT AGREEMENT 1. Adoption of Preamble All of the matters stated in the preamble of this Agreement are true and correct and are hereby incorporated into the body of this Agreement as though fully set forth in their entirety herein. 2. Scope of the Agreement A. UNT provided to the City the design of Alternate 1 – Alignment 5, prepared by Halff Associates, Inc. that was included in the City’s Bonnie Brae Phase 3 Widening and Reconstruction Project, hereinafter the “Project” and who’s location has been selected by UNT and attached hereto as “Exhibit A.” B. UNT provided The Engineers Opinion of Probable Construction Cost (“OPCC”) prepared by UNT’s engineering firm Halff Associates, Inc. of $180,000.00.,attached hereto as “Exhibit B.” C. CITY included Alternate 1-Alignment 5 in its Project Plans and as a separate proposal item in the Projects Unit Price Proposal Sheet; Attached hereto as “Exhibit C”. and on August 15, 2023 the CITY awarded the project to Sundt Construction, Inc. A notice to proceed was issued on October 16, 2023. D. UNT agrees to provide to the CITY funds totaling $174,227.28 (“Estimated Total Cost”) which includes the proposal amount of Alternate 1 - Alignment 5 ($158,727.55) and the proportionate percentage of the general construction and excavation proposal items ($4,101.68) as well as a 7% contingency ($11,398.05) to cover the cost of city staffed project management and inspection services within 60 days of the request from the City. E. The Estimated Total Cost paid by UNT shall be available to the CITY to pay for the construction, inspection, project management and related costs of Alternate 1 – Alignment 5, and the CITY, in its sole discretion, is entitled to use, at any time, all or a portion of the funds in connection with the construction of Alternate 1 – Alignment 5. The CITY shall be entitled to any and all interest, if any, that may accrue on the funds and such interest shall be considered as funds provided by UNT. 3. Responsibilities of UNT A. Provide inspection staff of their own to ensure proper installment to meet the future needs of electrical and telecommunications materials and to verify quantities for pay applications and any other needs as they apply to Alternate 1 – Alignment 5. B. Review material submittals provided by Contractor through the City’s ProCore construction management software and respond accordingly within the time frame set forth within the City’s Contract with the Contractor. C. Communicate to CITY inspection and project management staff any issues related to Alternate 1 – Alignment 5 in a timely manner. Docusign Envelope ID: 4C03A46C-A143-4549-B45A-85E8DB418AE0 UNT – INTERLOCAL COOPERATION AGREEMENT Page 3 of 15 for the ALTERNATE 1 – ALIGNMENT 5 DUCT BANK within the BONNIE BRAE PHASE 3 WIDENING & RECONSTRUCTION PROJECT D. Review and approve pay applications that include work performed by the contractor on Alternate 1 – Alignment 5 duct bank within 5 business days from receipt of the pay application from the CITY. E. Review change order requests submitted by the contractor through the City’s ProCore construction management software with Engineer of Record and/or other appropriate staff and respond within 5 days. (some requests maybe time sensitive and require expedited response times to prevent work stoppage). F. Provide to the CITY payment in full for any approved change orders exceeding the contract bid amount of Alternate 1-Alignment 5 which may include a 7% contingency to cover city staff time within 60 days of the request from the CITY. G. Participate in walk-throughs and provide sign off by UNT and Engineer of Record of duct bank condition and acceptance prior to burial. 4. Responsibilities of the City A. Submit payment request in the amount of $174,227.28 to UNT within 15 days of the full execution of this agreement. B. Setup a separate account for the UNT funds for proper tracking and payment use for Alternate 1 – Alignment 5. C. Provide city staff inspector and project manager to ensure proper installation as it is related to the City’s Project. D. Consult UNT staff and/or representative(s) for review and approval of the following as they are specific to work performed for Alternate 1 – Alignment 5: i. Contractor material submittals ii. Contractor Pay Applications iii. Contractor Change Requests iv. Walkthroughs prior to burial v. Acceptance of work vi. Any other items that may require review and approval E. Coordinate city staff inspections with UNT assigned representative(s). F. Ensure all required UNT staff and/or assigned representatives and Halff Associates, Engineer of Record have access to the project management software ProCore and provide any needed training on said software. G. Provide monthly statements of UNT advanced funds balance to UNT upon completion of contractor monthly pay applications. H. Upon completion and acceptance of duct bank Alternate 1 – Alignment 5, provide any remaining funds to UNT within 60 days. Docusign Envelope ID: 4C03A46C-A143-4549-B45A-85E8DB418AE0 UNT – INTERLOCAL COOPERATION AGREEMENT Page 4 of 15 for the ALTERNATE 1 – ALIGNMENT 5 DUCT BANK within the BONNIE BRAE PHASE 3 WIDENING & RECONSTRUCTION PROJECT 5. Acknowledgements A. UNT acknowledges and agrees that the City has relied on UNT’s Electrical Duct Bank Plans for Alternate 1 – Alignment 5; and acknowledges further that UNT has reviewed and is in agreement with said plans. B. The City acknowledges and agrees that UNT has relied on the City's Bonnie Brae Phase 3 Widening and Reconstruction plans for placement of Alternate 1 – Alignment 5; and acknowledges further that UNT has reviewed and is in agreement with said plans. C. It is further acknowledged that upon construction completion and installation of Alternate 1 – Alignment 5, the City shall not be responsible or liable for installation, maintenance and/or defects. UNT agrees that in the event of any such issues or defects, or other conditions affecting Alternate 1 – Alignment 5, UNT shall look solely to the Project's Contractor and/or Sub- Contractor responsible for installation during the Project warranty period until such warranty has expired, at which time UNT assumes full responsibility for Alternate 1 – Alignment 5 installed as part of the Project. Accordingly, the City will require that the warranties of such Contractor and/or Sub-Contractor(s) are assignable to UNT, and the City will assign such warranties to UNT. 6. LIABILITY It is understood and agreed between the parties that each party hereto shall be responsible for its own acts of negligence. Where injury or property damage results from the joint or concurrent negligence of both parties, liability, if any, shall be shared by each party on the basis of comparative responsibility in accordance with the applicable laws of the State of Texas, subject to all defenses available to them, including governmental immunity. Neither party shall be responsible to the other for any negligent act or omission. These provisions are solely for the benefit of the parties hereto and not for the benefit of any person or entity not a party hereto; nor shall any provision hereof be deemed a waiver of any defense available by law. 7. Miscellaneous The obligations of the parties to this Agreement shall be performable in Denton County, Texas, and if legal action is necessary in connection with or to enforce rights under this Agreement, exclusive venue shall lie in Denton County, Texas. The term of this AGREEMENT will commence upon execution of both parties and conclude upon construction completion and acceptance by both parties as stated herein, Item 3: Responsibilities of UNT and Item 4: Responsibilities of the City. 8. This AGREEMENT embodies the entire agreement between the parties and cannot be varied except by the written agreement of the parties. Docusign Envelope ID: 4C03A46C-A143-4549-B45A-85E8DB418AE0 UNT – INTERLOCAL COOPERATION AGREEMENT Page 5 of 15 for the ALTERNATE 1 – ALIGNMENT 5 DUCT BANK within the BONNIE BRAE PHASE 3 WIDENING & RECONSTRUCTION PROJECT Any notice given by one party to the other in connection with this Agreement shall be in writing and shall be by personal delivery, sent by registered mail or certified mail, return receipt requested, postage prepaid to: CITY: City of Denton Attn: Trevor Crain, Director Capital Improvement Projects 401 N. Elm Street Denton, Texas 76201 Copy To: City of Denton Attn: Sara Hensley City Manager’s Office 215 East McKinney Street Denton, Texas 76205 UNT: University of North Texas Attn: Jeff Brown 1155 Union Circle #311040 Denton, TX 76203-5017 Copy To: University of North Texas System Attn: Teresa Rogers 1901 Main Street Dallas, TX 75201 9. Modification No waiver or modification of this Agreement or of any covenant, condition, limitation herein contained shall be valid unless in writing and duly executed by the party to be charged therewith. No evidence of any waiver or modification shall be offered or received in evidence in any proceeding arising between the parties hereto out of or affecting this Agreement, or the rights or obligations of the parties hereunder, unless such waiver or modification is in writing, duly executed. The parties further agree that the provisions of this section will not be waived unless as herein set forth. 10. Severability The parties hereto specifically agree that in case any one or more of the sections, subsections, provisions, clauses or words of this Agreement or the application of such sections, subsections, provisions, clauses or words to any situation or circumstance should be, or should be held to be, for any reason, invalid or unconstitutional, under the laws or constitutions of the State or the United States of America or in contravention of any such laws or constitutions, such invalidity, unconstitutionality or contravention shall not affect any other sections, subsections, provisions, clauses or words of this Agreement or the application of such sections, subsections, provisions, clauses or words to any other situation or circumstance, and it is intended that this Agreement shall be severable and shall be construed and applied as if any such invalid or unconstitutional section, subsection, provision, clause or word has not been included herein, and the rights and obligations of the parties hereto shall be construed and remain in force accordingly. Docusign Envelope ID: 4C03A46C-A143-4549-B45A-85E8DB418AE0 UNT – INTERLOCAL COOPERATION AGREEMENT Page 6 of 15 for the ALTERNATE 1 – ALIGNMENT 5 DUCT BANK within the BONNIE BRAE PHASE 3 WIDENING & RECONSTRUCTION PROJECT 11. Governing Law and Venue This Agreement shall be construed under and governed by, and in accordance with the laws of the State of Texas, and all obligations of the parties hereto, created by this Agreement are performable in Denton County, Texas. Venue of any suit or cause of action under this Agreement shall lie exclusively in Denton County, Texas. 12. Entire Agreement This Agreement and the exhibits attached thereto constitute the entire agreement among the parties hereto with respect to the subject matter hereof and supersede any prior understandings or written or oral agreements between the parties with respect to the subject matter of this Agreement. No amendment, modification, cancellation or alteration of the terms of this Agreement shall be binding on any party hereto unless the same is in writing, dated subsequent to the date hereof, and is duly executed by the parties hereto. 13. Waiver of Terms and Conditions The failure of either party to enforce or insist upon compliance with any of the terms or conditions of this Agreement shall not constitute a general waiver or relinquishment of any such terms or conditions, but the same shall be and remain at all times in full force and effect. 14. Binding Authority This Agreement is entered into by the duly authorized officials of each respective governmental entity. 15. Captions The captions contained in this Agreement are for informational purposes only and shall not in any way affect the substantive terms or conditions of this Agreement. [Remainder of this page intentionally left blank. Signatures to appear on following page.] Docusign Envelope ID: 4C03A46C-A143-4549-B45A-85E8DB418AE0 UNT – INTERLOCAL COOPERATION AGREEMENT Page 7 of 15 for the ALTERNATE 1 – ALIGNMENT 5 DUCT BANK within the BONNIE BRAE PHASE 3 WIDENING & RECONSTRUCTION PROJECT EXECUTED TO BE EFFECTIVE AS OF THE DAY OF _________________, 2024. UNIVERSITY OF NORTH TEXAS, a higher education institution of the State of Texas _____________________________________ Clayton Gibson, Vice President for Finance & Administration, CFO EXECUTED on this, the ____ day of _________________, 2024. CITY OF DENTON By: _______________________________________ CITY MANAGER, SARA HENSLEY ATTEST: JESUS SALAZAR, CITY SECRETARY By: _________________________________ APPROVED AS TO LEGAL FORM: MACK REINWAND, CITY ATTORNEY By: _________________________________ THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED as to financial and operational obligations and business terms. ______________________________ SIGNATURE Trevor Crain PRINTED NAME Director TITLE Capital Projects DEPARTMENT ______________________________ DATE 22 February 02.26.2024 Docusign Envelope ID: 4C03A46C-A143-4549-B45A-85E8DB418AE0 UNT – INTERLOCAL COOPERATION AGREEMENT Page 8 of 15 for the ALTERNATE 1 – ALIGNMENT 5 DUCT BANK within the BONNIE BRAE PHASE 3 WIDENING & RECONSTRUCTION PROJECT EXHIBIT A Alternate 1 Alignment 5 Duct Bank Location Docusign Envelope ID: 4C03A46C-A143-4549-B45A-85E8DB418AE0 UNT – INTERLOCAL COOPERATION AGREEMENT Page 9 of 15 for the ALTERNATE 1 – ALIGNMENT 5 DUCT BANK within the BONNIE BRAE PHASE 3 WIDENING & RECONSTRUCTION PROJECT EXHIBIT B Opinion of Probable Cost - OPCC Docusign Envelope ID: 4C03A46C-A143-4549-B45A-85E8DB418AE0 From:Sundt Construction, Inc. 8445 Freeport Pkwy Suite 240 Irving, TX 75063 Yunwei Tong PROJ.:Bonnie Brae Phase 3 Widening & Reconstruction 480.293.3263 CSP:8094-1 jjwilliams@sundt.com Item No. SPEC Description of work BID QTY UOM Unit Price Extended Price 1 01  70  00 MOBILIZATION 1 LS 3,750,000.00$       3,750,000.00$                          2 01  58  13 CAPITAL IMPROVEMENT SIGNS 5 EA 500.00$                  2,500.00$                                  3 01  57  13 EROSION CONTROL SWPPP 1 LS 225,000.00$          225,000.00$                             4 32  93  00 TOPSOIL IMPORTED 14,510 SY 4.00$                      58,040.00$                               5 32  93  00 TOPSOIL NATIVE 28,566 SY 3.25$                      92,839.50$                               6 32  93  00 BLOCK SODDING 17,718 SY 6.50$                      115,167.00$                             7 TxDOT 164 HYDROMULCH WITH SEEDS 31,315 SY 2.00$                      62,630.00$                               8 31  10  00 PREPARING ROW 1 LS 1,312,000.00$      1,312,000.00$                          9 31  23  16 EXCAVATION 42,773 CY 20.00$                    855,460.00$                             10 02  41  15 REMOVE EXISTING  CONCRETE PAVING 5,759 SY 20.00$                    115,180.00$                             11 02  41  15 REMOVE EXISTING ASPHALT PAVING 19,834 SY 6.00$                      119,004.00$                             12 31  24  00 EMBANKMENT 57,093 CY 15.00$                    856,395.00$                             13 TxDOT 134.6001 BACKFILL 99 STA 600.00$                   59,400.00$                               14 32  11  29 12" LIME SLURRY (54LBS/SY)1,975.9 TON 325.00$                  642,167.50$                             15 32  11  29 12" LIME TREATED SUBGRADE 73,180 SY 5.00$                      365,900.00$                             16 32  11  23 ROADBED BASE 195 SY 40.00$                    7,800.00$                                  17 32  13  13 CONCRETE PAVEMENT  6‐INCH 890 SY 95.00$                    84,550.00$                               18 32  13  13 CONCRETE PAVEMENT  8‐INCH 3,224 SY 105.00$                  338,520.00$                             19 32  13  13 CONCRETE PAVEMENT 10‐INCH 2,825 SY 115.00$                  324,875.00$                             20 32  13  13 CONCRETE PAVEMENT 11‐INCH 59,272 SY 130.00$                  7,705,360.00$                          21 32  12  16 ASPHALT PAVEMENT, TY C, SAC‐A, PG64‐22, 2"3,548 SY 30.00$                    106,440.00$                             22 32  12  16 ASPHALT PAVEMENT, TY B, PG64‐22, 4"145 SY 40.00$                    5,800.00$                                  23 32  12  16 ASPHALT PAVEMENT, TY B, PG64‐22, 7"1,704 SY 70.00$                    119,280.00$                             24 32  12  16 ASPHALT PAVEMENT, TY B, PG64‐22, 10"1,699 SY 85.00$                    144,415.00$                             25 32  16  00 CONCRETE CURB & GUTTER 30‐INCH 1,492 LF 45.00$                    67,140.00$                               26 32  16  00 CONCRETE RIBBON CURB 662 LF 50.00$                    33,100.00$                               27 32  16  00 MONOLITHIC CURB 29,790 LF 7.50$                      223,425.00$                             28 32  16  00 5‐FOOT SIDEWALK  4‐INCH 3,119 SY 105.00$                  327,495.00$                             29 32  16  00 10‐FOOT SHARED USE PATH 5‐INCH 12,946 SY 85.00$                    1,100,410.00$                          30 32  16  00 CURB RAMPS TYPE   I 4 EA 4,250.00$               17,000.00$                               31 32  16  00 CURB RAMPS TYPE  II 22 EA 2,775.00$               61,050.00$                               32 32  16  00 CURB RAMPS TYPE III 6 EA 4,950.00$               29,700.00$                               33 32  13  13 CONCRETE STREET HEADER 349 LF 60.00$                    20,940.00$                               34 34  71  13 TRAFFIC CONTROL 30 MO 25,000.00$             750,000.00$                             35 32  12  16 TEMPORARY ASPHALT PAVEMENT, TY B, PG64‐22, 6"4,910 SY 58.50$                    287,235.00$                             36 34  71  13 PORTABLE MESSAGE SIGNS (2 Count)90 WK 280.00$                  25,200.00$                               37 OMITTED 38 OMITTED 39 32  32  00 RETAINING WALL (SPREAD FOOTING) W/TRAFFIC RAIL TY SSTR 546 SF 160.00$                  87,360.00$                               40 OMITTED 41 32  13  16 4‐INCH STAMPED & STAINED CONCRETE 2,755 SY 170.00$                  468,350.00$                             42 32  32  00 SIDEWALK RETAINING WALL 337 LF 160.00$                  53,920.00$                               43 TxDOT SS5112 REMOVABLE BOLLARD 2 EA 2,750.00$               5,500.00$                                  *44 TS‐1 HAUL OFF UNSUITABLE MATERIAL 100 LOAD 105.00$                  10,500.00$                               *45 TS‐2 HAUL OFF LANDFILL QUALITY MATERIAL 100 LOAD 520.00$                  52,000.00$                               **46 32  31  00 SMOOTH OR BARBED WIRE FENCE 1,427 LF 22.00$                    31,394.00$                               47 01  35  13 KCS RAILROAD COORDINATION & FLAGGING 1 LS 165,000.00$          165,000.00$                             $21,285,442.00 EXHIBIT C Alernate 1- Duct Bank 5 Total Cost Breakdown City of Denton Bonnie Brae Phase 3 - Unit Price Proposal Form including SECTION I - PAVING    *UNSUITABLE MATERIALS ARE CLASSIFIED AS NON‐TRASH MATERIALS ‐ CANNOT BE COMPACTED TO PROPER DENSITIES. SECTION 00 42 44 - UNIT PRICE PROPOSAL FORM - CSP OFFEROR'S APPLICATION - UNIT PRICE PROPOSAL City of Denton Capital Projects 901-B Texas Street Denton, TX 76209 Attn: Cori Power/Purchasing Dept. END SECTION 1 ‐ PAVING ITEMS SUBTOTAL Docusign Envelope ID: 4C03A46C-A143-4549-B45A-85E8DB418AE0 Item No. SPEC Description of work BID QTY UOM Unit Price Extended Price 48 31  23  16 Channel Excavation 1,947 CY 15.00$                     29,205.00$                              49 32  01  29 Concrete Pavement Repair 327 SY 300.00$                   98,100.00$                              50 33  42  11 18" RCP (CL III)3,025 LF 120.00$                   363,000.00$                            51 OMITTED 52 33  42  11 24" RCP (CL III)1,401 LF 111.00$                   155,511.00$                             53 33  42  11 24" RCP (CL V)130 LF 150.00$                   19,500.00$                              54 OMITTED55 33  42  11 30" RCP (CL III)784 LF 160.00$                   125,440.00$                            56 33  42  11 30" RCP (CL V)148 LF 190.00$                   28,120.00$                              57 33  42  11 36" RCP (CL III)526 LF 260.00$                   136,760.00$                            58 33  42  11 42" RCP (CL III)93 LF 280.00$                   26,040.00$                               59 33  42  11 48" RCP (CL III)1,145 LF 325.00$                   372,125.00$                            60 OMITTED61 33  42  11 60" RCP (CL III)851 LF 500.00$                   425,500.00$                            62 33 01 30 Post CCTV Inspecton 9,775 LF 4.00$                       39,100.00$                              63 33  42  11 6' X 4' RCB 874 LF 650.00$                   568,100.00$                            64 33  42  11 8' X 5' RCB 690 LF 700.00$                   483,000.00$                             65 33  42  11 9' X 7' RCB 106 LF 1,200.00$                127,200.00$                            66 33  42  11 6" HDPE Pipe 120 LF 120.00$                   14,400.00$                              67 33  42  33 10' Standard Curb Inlet 1 EA 8,500.00$                8,500.00$                                 68 33  42  33 10' Recessed Curb Inlet 39 EA 8,750.00$                341,250.00$                            69 33  42  33 20' Channel Inlet 1 EA 25,000.00$              25,000.00$                              70 33  42  33 3' x 3' "Y" Inlet 1 EA 7,000.00$               7,000.00$                                 71 33  42  33 4' x 4' "Y" Inlet 2 EA 8,500.00$               17,000.00$                               72 33  42  33 Drop Inlet Type 1 1 EA 7,000.00$               7,000.00$                                 73 TxDOT 465 Type M Manhole 21 EA 13,000.00$             273,000.00$                            74 33  42  30 Manhole Type 1‐C 2 EA 9,000.00$               18,000.00$                              75 33  42  30 Junction Box Type 1 2 EA 18,000.00$             36,000.00$                              76 33  42  23 "PW" Wingwalls 4 EA 44,750.00$             179,000.00$                            77 OMITTED 78 33  05  05 Trench Safety 9,268 LF 3.00$                      27,804.00$                              79 33  05  05 Cement Stabilized Sand CSS)77 CY 200.00$                  15,400.00$                              80 33  42  23 Connect RCP to Headwall 3 EA 2,500.00$               7,500.00$                                 81 31  37  00 5" Class "A" Concrete Rip‐Rap 2,026 SY 86.00$                    174,236.00$                            82 31  37  00 12" Grouted Rock Rip‐Rap 92 SY 275.00$                  25,300.00$                              83 31  37  00 18" Grouted Rock Rip‐Rap 416 SY 300.00$                  124,800.00$                             84 33  42  23 18" Safety End Treatment Type II (4:1) (C)1 EA 2,500.00$               2,500.00$                                 85 33  42  23 24" Safety End Treatment Type II (4:1) (C)2 EA 3,000.00$               6,000.00$                                 86 33  42  23 30" Safety End Treatment Type II (4:1) (C)1 EA 3,200.00$               3,200.00$                                 87 OMITTED 88 OMITTED 89 02  41  14 Remove Existing Inlet 1 EA 1,800.00$               1,800.00$                                  90 02  41  14 Remove Existing Headwall 5 EA 2,500.00$               12,500.00$                              91 02  41  14 Remove Existing Storm Pipe 1,598 LF 45.00$                    71,910.00$                              92 02625 Flexamat 13,735 SF 8.75$                      120,181.25$                            93 02  41  14 Plug 1 LS 2,000.00$               2,000.00$                                 94 32  16  00 4" Concrete Flume 552 SY 150.00$                  82,800.00$                              95 OMITTED 96 02  41  13 Remove Existing Traffic Rail from Headwall 66 LF 12.00$                    792.00$                                     97 33  42  23 Reconstruct 3 foot Headwall on Exist. Box Culvert 66 LF 225.00$                  14,850.00$                              98 TxDOT 450 Type PR1 Handrail 342 LF 120.00$                  41,040.00$                              99 33  42  11 Box Culvert Transition 1 LS 55,000.00$             55,000.00$                               $4,712,464.25 100 OMITTED 101 33  14  11 8" C‐900 PVC DR‐14, C‐900 WATER LINE 47 LF 150.00$                  7,050.00$                                 102 33  14  11 12" C‐900 PVC DR‐14,C‐900 WATER LINE 4,664 LF 195.00$                  909,480.00$                            103 OMITTED104 33  14  40 STANDARD FIRE HYDRANT ASSEMBLY 13 EA 18,000.00$             234,000.00$                            105 33  14  30 2" AIR RELEASE VALVE 4 EA 18,000.00$             72,000.00$                              106 33  14  25 CONNECTION TO EXISTING WATER LINE WITH MAIN 8 EA 5,000.00$               40,000.00$                              107 OMITTED108 33  14  20 8" GATE VALVE 1 EA 4,200.00$               4,200.00$                                 109 33  14  20 12" GATE VALVE 6 EA 6,600.00$               39,600.00$                              110 33  14  17 WATER SERVICE 11 EA 5,400.00$               59,400.00$                               END SECTION II ‐ DRAINAGE ITEMS SUBTOTALSECTION III - WATER IMPROVEMENTS SECTION II - DRAINAGE IMPROVEMENTS for the ALTERNATE 1 - ALIGNMENT 5 DUCT BANK within the BONNIE BRAE PHASE 3 WIDENING & RECONSTRUCTION PROJECT UNT - INTERLOCAL COOPERATION AGREEMENT Page 11 of 15 Docusign Envelope ID: 4C03A46C-A143-4549-B45A-85E8DB418AE0 Item No. SPEC Description of work BID QTY UOM Unit Price Extended Price 111 OMITTED112 33  14  20 8" X 8" TAPPING SLEEVE & VALVE (City Furn. & Instl)1 EA 6,000.00$               6,000.00$                                 113 33  14  20 16" X 12" TAPPING SLEEVE & VALVE (City Furn. & Instl)1 EA 9,600.00$               9,600.00$                                 114 33  14  17 RELOCATE WATER METER 20 EA 600.00$                  12,000.00$                              115 02  41  14 CUT AND PLUG EXISTING WATER LINE 1 LS 25,000.00$             25,000.00$                              116 02  41  14 REMOVE & SALVAGE EXISTING GATE VALVE 4 EA 600.00$                  2,400.00$                                  117 02  41  14 REMOVE & SALVAGE EXISTING FIRE HYDRANT 3 EA 1,200.00$               3,600.00$                                 118 33  05  07 18" STEEL CASING BY OPEN CUT 1/2" THICK 50 LF 575.00$                  28,750.00$                              119 33  05  05 TRENCH SAFETY 4,711 LF 6.00$                      28,266.00$                              120 32  01  17 TEMPORARY ASPHALT PAVEMENT REPAIR 503 SY 240.00$                  120,720.00$                            121 COG 504.5.2 ROCK CUSHION *100 CY 50.00$                    5,000.00$                                 122 33  14  17 RELOCATE WATER SERVICE AT KCS R.R.1 EA 3,600.00$               3,600.00$                                  123 32  84  00 RELOCATE SPRINKLER SERVICE AT KCS R.R.1 EA 4,200.00$               4,200.00$                                  $1,614,866.00 124 33  05  05 TRENCH SAFETY (DEPTH 0‐10 FT)3,131 LF 6.00$                      18,786.00$                              125 33  05  05 TRENCH SAFETY (DEPTH 10‐20 FT)3,976 LF 12.00$                    47,712.00$                               126 02  41  14 ABANDON EXIST. MANHOLE 3 EA 1,200.00$               3,600.00$                                  127 02  41  14 REMOVE EXIST. MANHOLE 13 EA 2,400.00$               31,200.00$                              128 32  01  17 TEMPORARY ASPHALT PAVEMENT REPAIR 428 SY 240.00$                  102,720.00$                            129 33  31  14 8" SDR 26 SEWER LINE 835 LF 195.00$                  162,825.00$                            130 33  31  14 10" SDR 26 SEWER LINE 13 LF 225.00$                  2,925.00$                                 131 33  31  14 12" SDR 26 SEWER LINE 98 LF 255.00$                  24,990.00$                              132 33  31  14 21" SDR 26 SEWER LINE 1,653 LF 345.00$                  570,285.00$                             133 33  31  14 24" SDR 26 SEWER LINE 4,200 LF 405.00$                  1,701,000.00$                         134 33 01 30 Post CCTV Inspecton 6,800 LF 2.50$                      17,000.00$                              135 33  31  16 4" SEWER SERVICE 9 EA 8,400.00$               75,600.00$                              136 33  05  62 4' DIA. STANDARD MANHOLE (PRE‐CAST)3 EA 19,500.00$             58,500.00$                              137 33  05  62 4' DIA. DROP MANHOLE (PRE‐CAST)3 EA 21,500.00$             64,500.00$                              138 33  05  62 5' DIA. STANDARD MANHOLE (PRE‐CAST)19 EA 26,000.00$             494,000.00$                             139 33  05  62 5' DIA.  MANHOLE OVER EXIST. SEWER LINE (PRE‐CAST)2 EA 26,000.00$             52,000.00$                               140 33  05  62 5' DIA.  DROP MANHOLE (PRE‐CAST)2 EA 30,000.00$             60,000.00$                              141 OMITTED142 33  05  07 36" STEEL CASING BY BORE (5/8" THICK)110 LF 3,200.00$               352,000.00$                            143 33  05  07 20" STEEL CASING BY OPEN CUT (1/2" THICK)40 LF 630.00$                  25,200.00$                              144 33  05  62 4' EXTRA DEPTH MANHOLE 49 VF 420.00$                  20,580.00$                               145 33  05  62 5' EXTRA DEPTH MANHOLE 194 VF 660.00$                  128,040.00$                             146 02  41  14 PLUG 1 LS 36,000.00$             36,000.00$                               $4,049,463.00 147 34  41  24 DRILL SHAFT 30 IN (TY A)36 LF 462.00$                  16,632.00$                              148 34  41  24 DRILL SHAFT 36 IN (TY A OR TY B)136 LF 600.00$                  81,600.00$                               149 34  41  24 DRILL SHAFT 48 IN (TY A)88 LF 955.00$                  84,040.00$                               150 26  05  33 CONDUIT 2" PVC 689 LF 25.50$                    17,569.50$                              151 26  05  33 CONDUIT 3" PVC 2451 LF 28.50$                    69,853.50$                              152 26  05  33 CONDUIT 4" PVC 1126 LF 31.50$                    35,469.00$                              153 26  05  19 ELEC CONDR #4 POWER 1050 LF 3.60$                      3,780.00$                                 154 26  05  19 ELEC CONDR #6 POWER 86 LF 2.55$                      219.30$                                    155 26  05  35 GROUND BOXES TY CBX 18 EA 2,200.00$               39,600.00$                               156 26  05  00 ELEC SERVICE 3 EA 9,000.00$               27,000.00$                              157 34  41  50 ALUM SIGNS 18" X 18" LANE USE 14 EA 372.00$                  5,208.00$                                 158 34  41  21 INST HWY TRAF SIG 3 EA 22,000.00$             66,000.00$                              159 34  41  10 SIGNAL HEADS BK PLT ‐ 3 SEC 26 EA 168.00$                  4,368.00$                                 160 34  41  10 SIGNAL HEADS BK PLT ‐ 4 SEC 8 EA 183.00$                  1,464.00$                                 161 34  41  10 SIGNAL HEADS BK PLT ‐ 5 SEC 1 EA 202.00$                  202.00$                                     162 26  05  19 TRAF SIG CABLES 3C#12 ILLUM & ILSN 2818 LF 3.50$                      9,863.00$                                 163 26  05  19 TRAF SIG CABLES 21C #14 AWG 7253 LF 7.50$                      54,397.50$                              164 26  05  19 TRAF SIG CABLES 7C #14 AWG 2338 LF 3.15$                      7,364.70$                                 165 26  05  19 TRAF SIG CABLES 5C #14 AWG 2494 LF 2.50$                      6,235.00$                                 166 26  05  19 TRAF SIG CABLES 3C #16 CCTV 246 LF 3.50$                      861.00$                                    167 34  41  21 STEEL POLE STR ASSEMBLY 34' TY D 8 EA 14,000.00$             112,000.00$                             168 34  41  21 STEEL POLE ASSEMBLY W/ 25' ARM, LUM & ILSN 3 EA 31,000.00$             93,000.00$                               169 34  41  21 STEEL POLE ASSEMBLY W/ 40' ARM, LUM & ILSN 1 EA 34,000.00$             34,000.00$                              170 34  41  21 STEEL POLE ASSEMBLY W/ 50' ARM, LUM & ILSN 2 EA 37,000.00$             74,000.00$                                *ROCK CUSHION IS FOR STABILITY UNDER CULVERT IF MATERIAL IS TOO SANDY FOR BEARING. NEEDS TO BE APPROVED BY CITY PRIOR TO PLACEMENT. END SECTION III ‐ WATER ITEMS SUBTOTALSECTION IV - WASTEWATER IMPROVEMENTS END SECTION IV ‐ WASTEWATER ITEMS SUBTOTALSECTION V - SIGNALS (CITY) Docusign Envelope ID: 4C03A46C-A143-4549-B45A-85E8DB418AE0 Item No. SPEC Description of work BID QTY UOM Unit Price Extended Price 171 34  41  21 STEEL POLE ASSEMBLY W/ 55' ARM, LUM & ILSN 1 EA 38,000.00$              38,000.00$                              172 34  41  21 STEEL POLE ASSEMBLY W/ 60' ARM, LUM & ILSN 1 EA 40,000.00$              40,000.00$                              173 34  41  10 12" LED TRAF SIG LAMPS YEL ARROW (FLASHING) 4 EA 366.00$                   1,464.00$                                 174 34  41  11 PED PB POLE ASSEMBLY 15 EA 2,600.00$                39,000.00$                              175 34  41  10 ACC PED SIG UNITS (APS PUSH BUT)16 EA 920.00$                   14,720.00$                              176 34  41  26 ALUM SIGNS ILLUM STREET NAME (ILSN)8 EA 4,300.00$                34,400.00$                               177 34  41  27 CONTROLLER, CABINET, BASE, & FDN 3 EA 27,500.00$              82,500.00$                              178 OMITTED179 34  41  10 12" LED TRAF SIG LAMPS GRN BALL 27 EA 370.00$                   9,990.00$                                 180 34  41  10 12" LED TRAF SIG LAMPS YEL BALL 27 EA 370.00$                   9,990.00$                                 181 34  41  10 12" LED TRAF SIG LAMPS RED BALL 37 EA 370.00$                   13,690.00$                              182 34  41  10 12" LED TRAF SIG LAMPS GRN ARROW 9 EA 370.00$                   3,330.00$                                  183 34  41  10 12" LED TRAF SIG LAMPS YEL ARROW (STEDY)9 EA 370.00$                   3,330.00$                                 184 34  41  10 LED PED SIGNAL SIG SEC (COUNTDOWN)16 EA 700.00$                   11,200.00$                              185 34  41  15 BI‐DIR PREMPT (OPTICOM) UNIT 4 EA 4,200.00$                16,800.00$                              186 34  41  15 EMER VEH DET (OPTICOM) CABLE 697 LF 3.10$                       2,160.70$                                 187 34  41  29 COHYU 4260 SERIES IP CAMERA 2 EA 9,500.00$                19,000.00$                              188 34  41  12 CCTV CABLE CAT 5E 190 LF 3.10$                       589.00$                                     189 34  41  29 GRIDSMART CAMERA 2 EA 33,400.00$              66,800.00$                              190 34  41  12 GRIDSMART CABLE CAT 5E 190 LF 3.10$                       589.00$                                    191 OMITTED192 26  05  33 CONDUIT 2" RIGID METAL 40 LF 42.00$                    1,680.00$                                 193 34  41  12 APS CABLE 1,907 LF 2.00$                      3,814.00$                                 194 34  41  10 LANE USE SIGNAL 16" X 16" 2 IND 5 EA 6,500.00$               32,500.00$                              195 34  41  10 LANE USE SIGNAL 16" X 16" 3 IND 17 EA 7,900.00$               134,300.00$                             196 34  41  10 LANE USE SIGNAL 30" X 30" 1 IND 5 EA 6,700.00$               33,500.00$                              197 34  41  10 LANE USE SIGNAL 30" X 30" 2 IND 4 EA 4,300.00$               17,200.00$                               $1,475,273.20 198 416.6031 DRILL SHAFT (TRF SIG POLE) (30 IN)11 LF 465.00$                  5,115.00$                                 199 416.6032 DRILL SHAFT (TRF SIG POLE) (48 IN)66 LF 955.00$                  63,030.00$                               200 618.6023 CONDUIT 2" PVC SCHD 40 174 LF 25.50$                    4,437.00$                                 201 618.6029 CONDUIT 3" PVC SCHD 40 607 LF 28.50$                    17,299.50$                              202 618.6033 CONDUIT 4" PVC SCHD 40 601 LF 31.50$                    18,931.50$                              203 OMITTED 204 OMITTED 205 OMITTED 206 620.6008 ELEC CONDR (#8) INSULATED 1,494 LF 2.15$                      3,212.10$                                 207 620.6009 ELEC CONDR (#6) BARE 899 LF 2.55$                      2,292.45$                                 208 620.6010 ELEC CONDR (#6) INSULATED 30 LF 2.55$                      76.50$                                      209 621.6012 TRAY CABLE (3  CONDR)(14 AWG)664 LF 3.35$                      2,224.40$                                 210 624.6008 GROUND BOXES TY C (162911) W/ APRON 5 EA 2,200.00$               11,000.00$                              211 628.6115 ELEC SERVICE TY D 120/240 060 (NS)AL(E)PS(U)1 EA 9,000.00$               9,000.00$                                  212 680.6005 INST HWY TRAF SIG (DPT SUP CNT & CAB)(ISO)1 EA 23,000.00$             23,000.00$                              213 681.6001 TEMP TRAF SIGNALS 1 EA 120,000.00$          120,000.00$                            214 682.6001 VEH SIG SEC (12") LED (GRN)9 EA 370.00$                  3,330.00$                                 215 682.6002 VEH SIG SEC (12") LED (GRN ARW)2 EA 370.00$                  740.00$                                    216 682.6003 VEH SIG SEC (12") LED (YEL)9 EA 370.00$                  3,330.00$                                 217 682.6004 VEH SIG SEC (12 ") LED (YEL ARW)4 EA 370.00$                  1,480.00$                                 218 682.6005 VEH SIG SEC (12") LED (RED)9 EA 370.00$                  3,330.00$                                  219 682.6006 VEH SIG SEC (12") LED (RED ARW)4 EA 370.00$                  1,480.00$                                 220 682.6018 PED SIG SEC (LED) (COUNTDOWN)6 EA 700.00$                  4,200.00$                                 221 682.6029 BACK PLATE (12 IN)(3 SEC) ALUM 9 EA 168.00$                  1,512.00$                                 222 682.6031 BACK PLATE (12 IN)(5 SEC) ALUM 2 EA 202.00$                  404.00$                                    223 684.6033 TRAF SIG CABLES (TY A) (14 AWG) (7 CONDR)664 LF 3.15$                      2,091.60$                                 224 OMITTED 225 684.6046 TRAF SIG CABLES (TY A) (14 AWG) (20 CONDR)681 LF 7.40$                      5,039.40$                                 226 684.6079 TRAF SIG CABLES (TY C) (12 AWG) (2 CONDR)952 LF 2.00$                      1,904.00$                                 227 686.6006 INS TRF SIG PL AM(S) STR (TY A)1 EA 13,500.00$             13,500.00$                              228 686.6060 INS TRF SIG PL AM (S) 1 ARM (55') LUM & ILSN 1 EA 38,000.00$             38,000.00$                              229 686.6064 INS TRF SIG PL AM (S) 1 ARM (60') LUM & ILSN 1 EA 40,000.00$             40,000.00$                              230 686.6068 INS TRF SIG PL AM (S) 1 ARM (65') LUM & ILSN 1 EA 42,000.00$             42,000.00$                               231 687.6002 PED PB POLE ASMBLY 6 EA 2,600.00$               15,600.00$                              232 6186.6002 ITS GND BOX (PCAST) TY 1 (243636) W/APRON 1 EA 4,600.00$               4,600.00$                                 233 6058.6002 BBU SYSTEM (EXTERNAL BATT CABINET)1 EA 9,300.00$               9,300.00$                                 234 6292.6003 RVDS (PRESENCE & ADVANCE DET)6 EA 10,000.00$             60,000.00$                               $531,459.45 END SECTION V ‐ SIGNALS (CITY) ITEMS SUBTOTALSECTION VI - SIGNALS (TXDOT) END SECTION VI ‐ SIGNALS (TXDOT) ITEMS SUBTOTAL UNT – INTERLOCAL COOPERATION AGREEMENT Page 13 of 15 for the ALTERNATE 1 – ALIGNMENT 5 DUCT BANK within the BONNIE BRAE PHASE 3 WIDENING & RECONSTRUCTION PROJECT Docusign Envelope ID: 4C03A46C-A143-4549-B45A-85E8DB418AE0 Item No. SPEC Description of work BID QTY UOM Unit Price Extended Price 235 32  17  23 TYPE IB DOUBLE LINE 3,126 LF 2.60$                      8,127.60$                                 236 32  17  23 TYPE IB EDGELINE 493 LF 1.25$                      616.25$                                    237 32  17  23 TYPE IIIA BARRIER LINE 2,627 LF 3.20$                      8,406.40$                                 238 32  17  23 TYPE IA BROKEN LINE *2,980 LF 1.35$                      4,023.00$                                 239 32  17  23 TYPE VA STOP BAR 488 LF 12.00$                    5,856.00$                                  240 32  17  23 TYPE IA BROKEN LINE C/R RPM 287 EA 5.00$                      1,435.00$                                 241 32  17  23 TYPE IIIA BARRIER LINE C/R RPM 197 EA 5.00$                      985.00$                                    242 32  17  23 TYPE IB DOUBLE LINE A/A RPM 164 EA 5.00$                      820.00$                                    243 32  17  23 YIELD LINE 40 EA 50.00$                    2,000.00$                                 244 32  17  23 TYPE IB DOUBLE BROKEN LINE *1,760 LF 2.50$                      4,400.00$                                 245 32  17  23 TYPE IA EDGELINE 663 LF 1.25$                      828.75$                                     246 32  17  23 TYPE IB DOTTED LINE 10,303 LF 1.35$                      13,909.05$                              247 32  17  23 TYPE VB DIAGONAL MARKING 65 LF 12.00$                    780.00$                                    248 32  17  23 WORD, WHITE, PER LETTER 16 EA 160.00$                  2,560.00$                                 249 32  17  23 SYMBOL, WHITE, ARROW 2 EA 160.00$                  320.00$                                    250 32  17  23 SYMBOL, WHITE, RR CROSSING 4 EA 800.00$                  3,200.00$                                 251 666‐2001 REFL PAV MRK TY I (W) 4" (BRK 804 LF 1.35$                      1,085.40$                                  252 666‐2005 REFL PAV MRK TY I (W) 4" (DOT)959 LF 3.20$                      3,068.80$                                 253 666‐2010 REFL PAV MRK TY I (W) 4" (SLD)1,154 LF 1.25$                      1,442.50$                                 254 666‐2034 REFL PAV MRK TY I (W) 8" (SLD)877 LF 2.70$                      2,367.90$                                 255 666‐2046 REFL PAV MRK TY I (W) 24" (SLD)105 LF 12.00$                    1,260.00$                                 256 666‐2052 REFL PAV MRK TY I (W) (ARROW)5 EA 175.00$                  875.00$                                    257 666‐2067 REFL PAV MRK TY I (W) (DBL ARROW)1 EA 200.00$                  200.00$                                     258 666‐2094 REFL PAV MRK TY I (W) (WORD)5 EA 175.00$                  875.00$                                     259 666‐2109 REFL PAV MRK TY I (Y) (SLD)1,336 LF 1.25$                      1,670.00$                                 260 666‐XXXX REFL PAV MRK TY I (Y) (DBL SLD)84 LF 2.50$                      210.00$                                    261 672‐6007 REFL PAV MRKR TY I‐C 66 EA 5.00$                      330.00$                                    262 672‐6009 REFL PAV MRKR TY II‐A‐A 4 EA 5.00$                      20.00$                                      263 672‐6010 REFL PAV MRKR TY II‐C‐R 20 EA 5.00$                      100.00$                                     264 OMITTED 265 34  41  50 SMALL SIGN ASSEMBLY 96 EA 675.00$                  64,800.00$                              266 34  41  50 LARGE SIGN ASSEMBLY 4 EA 1,800.00$               7,200.00$                                 267 34  41  50 RELOCATE SMALL SIGN ASSEMBLY 6 EA 750.00$                  4,500.00$                                 268 OMITTED $148,271.65 269 26  05  35 PULL BOX 29 EA.1,100.00$               31,900.00$                              270 26  56  00 35' WHITE CONCRETE STREET LIGHT POLE 54 EA 3,000.00$               162,000.00$                            271 26  05  33 2" P.V.C. CONDUIT 10,554 LF 25.00$                    263,850.00$                            272 26  56  00 160W LED FIXTURE 54 EA 900.00$                  48,600.00$                              273 26  05  13 #2 DX WIRE 989 LF 5.25$                      5,192.25$                                  274 26  05  13 #4 DX WIRE 1,091 LF 5.75$                      6,273.25$                                  275 26  05  13 #6 DX WIRE 8,909 LF 4.50$                      40,090.50$                              276 26  05  00 ELECTRIC SERVICE 3 EA 10,000.00$             30,000.00$                              277 26  05  35 12"X12" ELECTRIC BOX 54 EA 1,100.00$               59,400.00$                               $647,306.00 278 26  05  35 GROUND BOX 64 EA 3,000.00$               192,000.00$                             279 26  05  33 4" PVC 90° SWOOPING  BEND, RISER & PLUG 208 EA 360.00$                  74,880.00$                              280 26  05  33 4" PVC 90° SWOOPING  BEND 76 EA 340.00$                  25,840.00$                              281 26  05  33 4" PVC 7,659 LF 34.00$                    260,406.00$                             $553,126.00 282 02 41 15 SIDEWALK REMOVAL 189 SF 7.00$                      1,323.00$                                  283 32 01 17 ASPHALT PAVEMENT REPAIR (TEMPORARY)150 SY 203.00$                  30,450.00$                              284 32 01 29 CONCRETE PAVEMENT REPAIR (PERMANENT)267 SY 375.00$                  100,125.00$                            285 33 01 29 CONCRETE PAVEMENT REPAIR (TEMPORARY)51 SY 356.00$                  18,156.00$                              286 32 16 00 CONCRETE SIDEWALK 189 SF 22.25$                    4,205.25$                                 287 32 01 29 CONCRETE SPEED BUMP REPAIR 3 EA 350.00$                  1,050.00$                                 288 32 32 00 PAVE STONE RETAINING WALL REPAIR 8 LF 385.00$                  3,080.00$                                  289 32 93 00 4" TOPSOIL 490 CY 43.00$                    21,070.00$                              290 32 93 00 BLOCK SODDING 4,407 SY 6.30$                      27,764.10$                              291 33 05 05 TRENCH SAFETY PROTECTION 5,877 LF 5.00$                      29,385.00$                              292 33 01 50 ADJUST SSCO TO GRADE 1 EA 350.00$                  350.00$                                    293 51 05 05 DEMO ELECTRIC SWITCHGEAR 2 EA 6,000.00$               12,000.00$                              294 51 05 05 DEMO ELECTRIC PULL BOX 2 EA 1,000.00$               2,000.00$                                  295 51 05 05 DEMO DATA PULL BOX 2 EA 1,000.00$               2,000.00$                                  SECTION VII - STRIPING *SUMMARY QUANTITY FOR LINES ARE ACTUAL LENGTHS AS LAID ON THE GROUND END SECTION VII ‐ STRIPING ITEMS SUBTOTALSECTION VIII - STREET LIGHTS END SECTION VIII ‐ STREET LIGHTS ITEMS SUBTOTALSECTION IX - CONDUIT END SECTION IX ‐ CONDUIT ITEMS SUBTOTALSECTION X - UNT DUCT BANK IMPROVEMENTS (SHEETS DB1 - DB29) Docusign Envelope ID: 4C03A46C-A143-4549-B45A-85E8DB418AE0 Item No. SPEC Description of work BID QTY UOM Unit Price Extended Price 296 51 05 05 DEMO ELECTRICAL DUCT BANK 2,800 LF 40.00$                     112,000.00$                            297 51 05 05 DEMO DATA DUCT BANK 2,900 LF 40.00$                     116,000.00$                            298 51 05 05 LOCATING AND EXCAVATING EXISTING DUCT BANK 10 EA 750.00$                   7,500.00$                                 299 51 05 13 500 KCMIL MV‐105, EPR, 15KV 8,352 LF 39.00$                     325,728.00$                            300 51 05 13 #2 MV‐105, EPR, 15KV 2,440 LF 11.00$                     26,840.00$                              301 51 05 26 #2 BARE COPPER 100 LF 140.00$                   14,000.00$                               302 51 05 26 #4/0 BARE COPPER 100 LF 16.00$                     1,600.00$                                 303 51 13 29 SWITCHGEAR PME‐9 2 EA 70,000.00$              140,000.00$                            304 51 05 13 TERMINATIONS AT TRANSFORMERS 18 EA 700.00$                   12,600.00$                              305 51 05 43 ELECTRICAL MANHOLE 7 EA 38,000.00$              266,000.00$                            306 51 05 43 ELECTRICAL DUCT BANK ‐ PRIMARY 4 CELL 167 LF 325.00$                   54,275.00$                              307 51 05 43 ELECTRICAL DUCT BANK ‐ PRIMARY 2 CELL 2,450 LF 300.00$                   735,000.00$                             308 51 05 43 ELECTRICAL DUCT BANK (TO TRANSFORMERS)185 LF 300.00$                   55,500.00$                              309 51 05 43 DATA PULLBOX 9 EA 20,000.00$              180,000.00$                            310 51 05 43 DATA DUCTBANK ‐ TELECOM 4 CELL 3,075 LF 300.00$                   922,500.00$                             $3,222,501.35 $38,240,172.90 312 32  01  17 ASPHALT PAVEMENT REPAIR (TEMPORARY)68 SY 203.00$                   13,804.00$                               313 32  93  00 4" TOPSOIL 33 CY 51.00$                     1,683.00$                                 314 32  93  00 BLOCK SOD 293 SY 6.35$                       1,860.55$                                 315 33  05  05 TRENCH SAFTEY PROTECTION 380 LF 1.00$                       380.00$                                    316 51  05  43 ELECTRICAL MANHOLE 1 EA 35,000.00$              35,000.00$                              317 51  05  43 ELECTRICAL DUCTBANK ‐ PRIMARY 2 CELL 200 LF 225.00$                   45,000.00$                              318 51  05  43 DATA PULLBOX 1 EA 16,000.00$              16,000.00$                               319 51  05  43 DATA DUCTBANK ‐ TELECOM 4 CELL 180 LF 250.00$                   45,000.00$                               $158,727.55 $158,727.55 $38,398,900.45 Bonnie Brae Phase 3 Widening & Reconstruction CSP 8094-1 6,142,460.00$                         0.0258410394,101.68$                                  162,829.23$                             11,398.05$                               174,227.28$                          7% City Staff (Project Manager & Inpspections): *Total  Estimated Final Cost of Alternate 1 ‐ Alignment 5 : *Any UNT authorized change order may modify cost EXPLANATION OF ESTIMATED TOTAL COST OF UNT'S ALTERNATE 1 - ALIGNMENT 5 DUCTBANK General Items & Excavation Total (items highlighted in green): Proportionate Percentage to Alternate 1 ‐ Alignment 5 Proposal:Applicable General Items & Excavation Costs:Subtotal: END ALTERNATE PROPOSAL ITEMS END SECTION X ‐ UNT DUCT BANK IMPROVEMENTS SUBTOTAL END BASE PROPOSAL ITEMS PROJECT BASE PROPOSAL AMOUNT (SECTIONS I through X): 311- ALTERNATE 1 - ALIGNMENT 5 (EMPTY UNT DUCT BANK - SHEETS DB13 & DB24) END ALTERNATE 1 ‐ UNT EMPTY DUCT BANK IMPROVEMENTS SUBTOTAL ALTERNATE 1-ALIGNMENT 5 PROPOSAL AMOUNT : TOTAL PROJECT PROPOSAL AMOUNT (SECTIONS I through X + ALTERNATE 1): Sundt Construction, Inc. UNT – INTERLOCAL COOPERATION AGREEMENT Page 15 of 15 for the ALTERNATE 1 – ALIGNMENT 5 DUCT BANK within the BONNIE BRAE PHASE 3 WIDENING & RECONSTRUCTION PROJECT Docusign Envelope ID: 4C03A46C-A143-4549-B45A-85E8DB418AE0