Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-2025-287 - 11/6/2025
RESOLUTION NO. R-2025-287 WHEREAS, the City of Round Rock entered into a contract on December 21, 2023 with SpawGlass Contractors, Inc., entitled "Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of Work Plus a Fee with a Guaranteed Maximum Price"("Agreement"),and such contract is for the Old Settlers Park Buildout Project—Harrell Parkway (Package 3A.3); and WHEREAS, the terms of said Agreement require the submission of an Exhibit "A" to the Agreement titled, "Guaranteed Maximum Price Amendment" ("Amendment"); and WHEREAS,the City Council wishes to accept and execute said Amendment to the Agreement, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute, on behalf of the City, Guaranteed Maximum Price Amendment to the Agreement with SpawGlass Contractors, Inc. for the Old Settlers Park Buildout Project — Harrell Parkway (Package 3A.3), a copy of said Amendment being attached hereto as Exhibit"A" and incorporated herein for all purposes. The City Council hereby finds and declares that written notice of the date,hour,place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 6th day of November, 2025. CRAIG, OR N, Mayor City of Roun ock, Texas ATT T: ANN RANKLIN,City Clerk 0l 12.20252:4919-5712-6004 EXHIBIT A •j= = Document A133 - 2019 Exhibit A Guaranteed Maximum Price Amendment This Amendment dated the day of in the year,is incorporated into the accompanying AIA Document A 133r" 2019,Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price dated the day of in the year(the ADDITIONS AND DELETIONS: "Agreement") The author of this document may (Int u•ord1, indicate dmY,month, and)-ear.) have revised the text of the original AIA standard form.An Additions for the following PROJECT: and Deletions Report that notes (Name and address or location) revisions to the standard form text is available from the author and Old Settlers Park Buildout-- Harrell Parkway A.3 should be reviewed.A vertical line in the left margin of this document 3300 E. Palm Valley Blvd indicates where the author has Round Ruck,TX 78665 added to or deleted from the original AIA text. THE OWNER: This document has important legal (Name, legal status, and address) consequences.Consultation with an attorney is encouraged with City of Round Rock respect to its completion or modification. 221 East Main Street, Round Rock,TX 78644 AIA Document A201 TM-2017, General Conditions of the Contract THE CONSTRUCTION MANAGER: for Construction,is adopted in this document by reference.Do not use (Nome, legal status. and address) with other general conditions SpawGlass Contractors,Inc unless this document is modified. I I I 1 Smith Road,Austin,TX 78721 TABLE OF ARTICLES A.1 GUARANTEED MAXIMUM PRICE A.2 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION A.3 INFORMATION UPON WHICH AMENDMENT IS BASED AA CONSTRUCTION MANAGER'S CONSULTANTS,CONTRACTORS,DESIGN PROFESSIONALS,AND SUPPLIERS ARTICLE AA GUARANTEED MAXIMUM PRICE §A.1.1 Guaranteed Maximum Price Pursuant to Section 3.2.6 of the Agreement,the Owner and Construction Manager hereby amend the Agreement to establish a Guaranteed Maximum Price. As agreed by the Owner and Construction Manager,the Guaranteed Maximum Price is an amount that the Contract Sum shall not exceed.The Contract Sum consists of the Construction Manager's Fee plus the Cost of the Work,as that tern is defined in Article 6 of the Agreement. §A.1.1.1 The Contract Sum is guaranteed by the Construction Manager not to exceed Seven Million Seventy-Two Thousand Nine Hundred Nincty-Nine Dollars and Zero Cents(S 7,072,999.00),subject to additions and deductions by Change Order as AIA Document A133-2019 Exhibit A.Copynght®1991,2003,2009,and 2019.All rights reserved--The American Institute or Architects,"American Institute of Archilects,-"AIA,"the AIA Logo,and"AIA Contract Documents'aro trademarks of The American Institute of Architects.This document was produced al 1142 14 CDT on 09/0312025 under Subscription No.20250142682 which expires on 07/0512026,is not for resale,is licensed for one-time use only,and may only be used in accordance with the AIA Contract Documentsa Terms of Service.To report copyright violations,e-mail docinfo@aiaconlracts.com. User Notes: (68b76057ba3503ae722800) provided in the Contract Documents. §A.1.1.2 Itemized Statement of the Guaranteed Maximum Price. Provided below is an itemized statement of the Guaranteed Maximum Price organized by trade categories, including allowances,the Construction Manager's contingency;alternates; the Constniction Manager's Fee;and other items that comprise the Guaranteed Maximum Price as defined in Section 3.2.1 of the Agreement. (Provide itemi-ed statement belolr rn•reference an attarhruent.) Reference attached GMP Package TAB 06 §A.1.1.3 The Construction Manager's Fee is set forth in Section 6.1.2 of the Agreement. §A.1.1.4 The method of adjustment of the Construction Manager's Fee for changes in the Work is set forth in Section 6.t.3 of the Agreement. §A.1.1.5 Alternates §A,1.1.5.1 Alternates,if any,included in the Guaranteed Maximum Price: Item Price §A.1.1.5.2 Subject to the conditions noted below,the following alternates may be accepted by the Owner following execution of this Exhibit A.Upon acceptance,the Owner shall issue a Modification to the Agreement. (Insert below each alternate and the conditions that must be rnet fc�r the Owner to accept the alternate.) Item Price Conditions for Acceptance §A.1.1.6 Unit prices,if any: (Identify the item and state the trait price and quantit)-lonitation.s, i/carr, to it hick the caul price will be applicable.) Item Units and Limitations Price per Unit($0.00) ARTICLE A.2 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION §A.2.1 The date of commencement of the Work shall be: (Check one of the ftcllowirlg boxes.) [ ) The date of execution of this Amendment. [ X] Established as follows: (hcsert a date or a meanv to determine the date o/'coni mencenieni 01'1he IVork.) January 5th,2026 If a date of commencement of the Work is not selected,then the date of commencement shall be the date of execution of this Amendment. §A.2,2 Unless otherwise provided.the Contract Time is the period of time, including authorized adjustments,allotted in the Contract Documents for Substantial Completion of the Work.The Contract Time shall be measured from the date of commencement of the Work. §A.2.3 Substantial Completion §A.2.3,1 Subject to adjustments of the Contract Time as provided in the Contract Documents,the Construction Manager shall achieve Substantial Completion of the entire Work: (Check one of the/ollon Ark hore.v and complete the neces.cam ollornurtirrrt.) AIA Document A133 -2019 Exhibit A.Copyright C 1991.2003 2009.and 2019 AN rights reserved 'The American Institute of Architects,"'American Institute of Architects,''AIA,'the AIA Logo,and WA Contract Documents'are trademarks of The American Institute of Architects.This document was produced at 11 42 14 2 CDT on 09103+2025 under Subscription No.20250142682 wh ch expires on 07+05:2026,is not for resale,is licensed for one-time use only,and may only be used in accordance with the AIA Contract Documents`Terms of Service To report copyright violations e-mail docinfo@aiacontracts.com. User Notes: (66b760571ba35a93ae72284t0) [ ] Not later than{ )calendar days from the date of commencement of the Work. [X] By the following date: December 18,2026 §A.212 Subject to adjustments of the Contract Time as provided in the Contract Documents,if portions of the Work are to be completed prior to Substantial Completion of the entire Work,the Construction Manager shall achieve Substantial Completion of such portions by the following dates: Portion of Work Substantial Completion Date §A.2.3.3 If the Construction Manager fails to achieve Substantial Completion as provided in this Section A.2.3, liquidated damages,if any,shall be assessed as set forth in Section 6.1.6 of the Agreement. ARTICLE A.3 INFORMATION UPON WHICH AMENDMENT IS BASED §A.3.1 The Guaranteed Maximum Price and Contract Time set forth in this Amendment are based on the Contract Documents and the following: §A.3.1.1 The following Supplementary and other Conditions of the Contract: Document Title Date Pages §A.3.1.2 The following Specifications: (Either list the Specifications here, or refer to an exhibit attached to this Amendment) Harrell Parkway Phase A.3 Specifications as issued by Kimley-Horn on April 30th, 2025 Section Title Date Pages §A.3.1.3 The following Drawings: (Either list the Dr•alvings here, or refer-to an exhibit attached to this Allnendlmeni.) Harrell Parkway Phase A.3 100%Submittal as issued by Kimley Horn on April 30th, 2025 Harrell Parkway Phase A.3 100% Cross Sections as issued by Kimley Horn on April 30th, 2025 Number Title Date §A.3.1.4 The Sustainability Plan,if any: (If the Owner identired a Sustainable Objective in the Owner's Criteria, identify the docunnent or docinnernts that comprise the Sustainabiliq,Plan by title,dale and number of pages,and int lure other idem jj,ing irYormation. The Sustainability Plan identifies and describes the Sustainable Objec•tnve;the targeted Sustainable Measures, implementation strategies selected to achieve the Sustainable Measures;the On•ner's•and Construction Manager's roles and responsibilities associated with achieving the Sustainable Measures:the specs fie dletatls about design reviews,testing or metrics to verify achievement of each Sustainable.-Measure, and the Sustainability Documentation required.fin.the Project, as those terms are defined ar Exhibit C to the Agreement.) Title Date Pages Other identifying information: §A.3.1.5 Allowances, if any,included in the Guaranteed Maximum Price: (Identify each alloirance.) Item Price Tree Pruning $25,000.00 j Dewatering $30,000.00 AIA Document A133—2019 Exhibit A.Copyright®1991,2003,2009,and 2019.All rights reserved.-The American Institute of Architects,'"American Institute of Architects,- AIA;the AIA Logo,and'AIA Contract Documents"are trademarks of The American Institute of Architects.This document was produced at 11 42 14 3 COT on 09103/2025 under Subscription No 20250142682 which expires on 07/05)2026 .s not for resale,is licensed for one-time use only,and may only be used in accordance with the AIA Contract Documents"Terms of Service.To report copyright violations,e-mail docinfo@aiacontracts.com. User Notes: (68b76057ba35a93ae72284f0) Tree Removal $3,560.00 Irrigation Repair $4,000.00 §A.3.1.6 Assumptions and clarifications,if any,upon which the Guaranteed Maximum Price is based: (Ident),'veach assumption and clarification.) Reference attached GMP package-TAB 0 §A.3.1.7 The Guaranteed Maximum Price is based upon the following other documents and information: (List aril•other documents at-information here, or refer to an exhihii attached to this Amendment.) ARTICLE AA CONSTRUCTION MANAGER'S CONSULTANTS, CONTRACTORS, DESIGN PROFESSIONALS, AND SUPPLIERS §A.4.1 The Construction Manager shall retain the consultants,contractors,design professionals,and suppliers,identified below: (List name,discipline, address,and other informalion.) This Amendment to the Agreement entered into as of the day and year first written above. OWNER(Signature) C ION M ER(Signature) BY: Craig Morgan,Mayor B : Q aden,Austin Division President (Printed name and title) (Printed nante and title) AIA Document A133-2019 Exhibit A.Copyright®1991,2003,2009,and 2019.All rights reserved."The American institute of Architects,-`American Institute of Architects"AIA'the AIA Logo,and'AIA Contract Documents"are trademarks of The American Institute of Arch.lecls This document was produced at 11 42 14 4 COT on 09103/2025 under Subscription No.20250142682 which expires on 07/05/2026,is not for resale,is licensed for one Vme,use only and may only be used in accordance with the AIA Contract Documents"'Terms of Service.To report copyright violations,e-mail doanfo@aiacontracts com User Notes: (68b76057ba35a93ae72284f0) Additions and Deletions Report for AIA` Document A 133 — 2019 Exhibit A This Additons and Deletions Report,as defined on page 1 of the associated document reproduces below all text the author has added to the standard form AIA document in order to complete itas well as any text the author may have added to or deleted from the original AIA text Added text is shown underlined.Deleted text is indicated with a horizontal line through the original AIA text. Note: This Additions and Deletons Report is provided for information purposes only and is not incorporated into or constitute any part of the assoc.aled AIA document.This Additions and Deletions Report and its associated document were generated simultaneously by AIA software at 11:42:14 CDT on 09/03/2025 Changes to original AIA text PAGE 3 Harrell Parkway Phase A.3 Specifications as issued by Kimley-Horn on April 30th, 2025 Harrell Parkway Phase A.3 100% Submittal as issued by Kimlev Hom on April 30th, 2025 Harrell Parkway Phase A.3 100% Cross Sections as issued by Kimlev Horn on April 30th, 2025 Item Price Tree Pruning $25,000.00 Dewatering S30.000.00 Tree Removal3S ,560,00 Irrigation Repair S4,000.00 Variable Information PAGE 1 Old Settlers Park Buildout Harrell Parkway A.3 3300 E. Palm Valley Blvd Round Rock,TX 78665 City of Round Rock 221 East Main Street, Round Rock,TX 78644 SpawGlass Contractors,Inc I 1 I I Smith Road.Austin,TX 78721 § A.1.1.1 The Contract Sum is guaranteed by the Construction Manager not to exceed Seven Million Seventy-Two Thousand Nine Hundred Ninety-Nine Dollars and Zero Cents ($ 7.072,999.00 ),subject to additions and deductions by Change Order as provided in the Contract Documents. PAGE 2 Reference attached GMP Package TAB 06 [ ] The date of execution of this Amendment. IX ] Established as follows: Additionsand Deletions Report for AIA Document At 33-2019 Exhibit A Copyright®1991,2003,2009,and 2019.All rights reserved "The American Institute of Architects,-"Amencw Institute of Architects. AIA,"the AIA Logo,and"AIA Contract Documents'are trademarks of The American Institute of Architects This ' document was produced at 11:42:14 CDT an 09/03/2025 under Subscription No.20250142682 which expires on 07105/2026.is not for resale,is licensed for one- time use only,and may only be used in accordance with the AIA Contract Documents`Terms of Service To report copyright violations,e-mail docinfo@aiacontracts corn. User Notes: (68b76057ba35a93ae72284f0) (Insert a(late or a Areltns to(leiePptlne the(hate of co mlt encentent of the Wor-k) January 5th,2026 PAGE 3 ( Not later than O calendar days from the date of commencement of the Work. [X ] By the following date: December 18,2026 PAGE Reference attached GMP package-TAB 0 Additions and Deletions Report for AIA Document A133-2019 Exhibit A Copyright 1991,2003 2009,and 2019.All rights reserved."The American Institute of Architects,' American Institute of Architects, 'AIA,'the AIA Logo and'AIA Contract Documents'are trademarks of The American Institute of Architects This 2 document was produced at 11 42 14 CDT on 09/03,'2025 under Subscription No 20250142682 which expires on 07/0512026.is not for resale,is licensed for one time use only,and may only be used in accordance w th the AIA Contract Documents' Terms of Service.To report copyright violations e-mail doanfo@aaaconiracts corn User Notes: (68b76057ba35a93ae72284f0) Certification of Document's Authenticity AIA®Document D401 TM — 2003 I,Ashley Magallanez,hereby certify,to the best of my knowledge,information and belief,that I created the attached final document simultaneously with its associated Additions and Deletions Report and this certification at 1 1:42:14 CDT on 09,'03!2025 under Order No 20250142692 from AfA Contract Documents software and that in preparing the attached final document I made no changes to the original text of AIRF Document A 133T"l 2019 Exhibit A,Guaranteed Maximum Price Amendment,other than those additions and deletions shown In the associated Additions and Deletions Report (Signed) (7'irlr� (Dated) AIA Document D401-2003.Copyright sV 1992 and 2003.All rights reserved "The American Institute of Archilecls,"American Institute of Architects.''AIA,'the AIA Logo.and AIA Contract Documents'are trademarks of The American Institute of Architects This document was produced at 11 42.14 CDT on 0910312025 under Order No 2D250142682 which expires on 07/05/2026,is not for resale.Is licensed for onetime use only,and may only be used in accordance with the AIA Contract Documents`Terms of Service.To report copyright violat::ons_a-matt docmfo@aiacontracts com. User Notes: (68b76057ba35a93ae72284t0) • i r s- 90% GMP R1 CITY OF ROUND ROCK OLD SETTLER'S PARK BUILDOUT PROJECT Harrell Parkway Package 3A.3 �j July 21st, 2025 f . , r z a 1 Vol Jr ow efA�. ' � � `I �fA ♦— �,�.,..M.r.: '.�tie ai• . TABLE OF CONTENTS TAB 1 TAB 6 GUARANTEED MAXIMUM PRICE PROPOSED GMP BREAKDOWN PROPOSAL FORM TAB 2 TAB l EXECUTIVE PROJECT SUMMARY MASTER PROJECT SCHEDULE TAB 3 TAB 8 PROJECT TEAM PROCUREMENT PACKAGE STRATEGY TAB 4 TAB 9 LIST OF DOCUMENTS TAB 5 TAB 10 ASSUMPTIONS & CLARIFICATIONS 1 ' dR f a 1 y+ 4, 9 Providing the Absolute Best Construction Experience t 1 . Project Cost Summary 90% CD GMP OVERVIEW SpawGiass Contractors, Inc. hereby submits to the City of Round Rock for the use and benefit of the new Old Settler's Park Buildout - Package 3A.3 Harrell Parkway Realignment, a CMAR price based on the 90% CD Drawings, as follows: 1. The proposed amount for the Direct Cost of the Work: $ 6,160,108 2. General Conditions $ 0 3. Builder's Risk $ 91195 4. General Liability Insurance (.78%) $ 55,169 5. Payment & Performance Bonds $ 61,761 6. Escalation $ 123,202 7. Contractors Contingency (3%) $ 212,190 8. Construction Phase Fee (3.50%) $ 239,184 9. Owner/Design Progression Contingency (3.00%) $ 212,190 10.TOTAL: LINE ITEMS 1 THROUGH 9: $ 7,072,999 Ty Le r W e*yz a Tyler Wenzel, Project Executive TAB PROJECTEXECUTIVE SUMMARY kL Alf 00 1 � t Providing the Absolute Best Construction Experience Executive Summary City of Round Rock - Old Settler's Park Build Out Package 3A.3 - Harrell Parkway Realignment 90% CO Drawings 3300 E Palm Valley Blvd Round Rock, TX 78665 Scope of Work Package 3A.3 - Harrell Parkway Realignment is the construction of a new bridge. This includes demo, cast-in-place concrete, precast concrete, rails, sidewalks, rip rap, lights, erosion control, fencing, tree protection, striping, and site utilities. Overview The new Harrell Parkway Re-alignment modifies the existing road going through the middle of the Old Settler's Park. This work is planned to be completed in three main stages: 3A.1 - The road in front of the Lakeview project and the connection to Kenny Fort is the first phase, which allows the Lakeview package to be completed and allows a bypass by this connection. This phase also includes installation of the Lakeview parking lot and two new grass fields, of which these must be completed prior to the Multipurpose Complex commencing work. It is assumed that the entirety of the 3A.1 Harrell Parkway will be shutdown. 3A.2 - This phase is the rest of the road, minus the vehicular bridge. This phase will require the road to be re-built, while maintaining public access via pedestrians and vehicles. It is assumed that this section of Harrell Parkway must be partially open to the public during this construction phase. 3A.3 - This phase is the Chandler Branch vehicular bridge. The phasing of this road is crucial to allow for the construction to be completed, while keeping the park open and active to the public, This road also ties into all the other packages, which leads this package to be coordinated with the other packages schedule and logistics plan. 4 TAB 3 PROJECT TEAM z tY� SpawGlass ORGANIZATION CHART LEGEND Management Support Team Lead/Single Point-of Contact On-site Team Saiety CITY OF ROUND ROCK E Preconstruction/EstimatingSupport t, DAVID PADEN TOM MCCLANANAN DIVISION PRESIDENT SENIOR ESTIMATOR JOEY GEORGE ADAM WARDEN OPERATIONS MAMA,F N ESTIMATOR JUAN MARQUEZ BRIAN CLAXTON SAFETY COORDINATOR 8IMNOC COORDINATOR TYLER WENZEL PROJECT EXECUTIVE/ PRECONSTRUCTION SERVICES MANAGER r PARKER BLASCHKE URRISON HOUEY SENIOR PROJECT MANAGER SENIOR SUPERINTENDENT © ASSISTANT PROJECT MANAGERS © ASSISTANT SUPERINTENDENTS DAYLON DYESS QUALITY CONTROL COORDINATOR TAB LIST DOCUMENTS t hL t � � S`. i a n 4. f� Providing the Absolute Best v. Construction Experience , List of Documents City of Round Rock-Old Settler's Park Build Out Package 3A.3-Harrell Parkway Realignment 90°x6 CD Drawings 3300 E Palm Valley Blvd Round Rock,TX 78665 SHEET NUMBER&SHEET DESCRIPTION ISSUANCE DATE R1-COVER SHEET 4/30/2015 R-2-INDEX OF SHEETS 4/30/2025 R-3-PROJECT LAYOUT 4/30/2025 R4-SURVEY CONTROL 4/30/2015 R5-SURVEY CONTROL II 4/30/2025 R6-SURVEY CONTROL III 4/30/2025 R7-SURVEY CONTROL IV 4/30/2015 R8-SURVEY CONTROL V 4/30/2025 R-9-SECTIONS EXISTING TYPICAL 4/30/2025 R-10-SECTIONS EXISTING TYPICAL 4/30/2015 R-11-SECTIONS PROPOSED TYPICAL 4/30/2025 R-12-SECTIONS PROPOSED TYPICAL 4/30/2025 R-13-SECTIONS PROPOSED TYPICAL 4/30/2015 R-14-GENERAL NOTES 4/30/2025 R-15-SUMMARY OF TRAFFIC CONTROL PLAN QUANTITIES 4/30/2025 R-16-REMOVAL QUANTITIES SUMMARY OF 4/30/2015 R-17-SUMMARY OF ROADWAY QUANTITIES 4/30/2025 R-18-ROADWAY QUANTITIES SUMMARY OF 4/30/2025 R-19-ILLUMINATION QUANTITIES SUMMARY OF 4/30/2015 R-20-AND PAVEMENT MARKINGS SUMMARY OF SIGNING 4/30/2025 R-21-CONTROL QUANTITIES SUMMARY OF EROSION 4/30/2025 R-22-NARRATIVE TRAFFIC CONTROL PLAN 4/30/2015 R-23-EADOW DETOUR PLAN LAYOUT TRAFFIC CONTROL 4/30/2025 R-24-DETAILS CITY STANDARD 4/30/2025 R-25-AND REQUIREMENTS GENERAL NOTES BARRICADE AND CONSTRUCTION BC(1)-21 4/30/2015 R-26-PROJECT LIMIT BARRICADE AND CONSTRUCTION BC(2)-21 4/30/2025 R-27-WORK ZONE SPEED LIMIT BARRICADE AND CONSTRUCTION BC(3)-21 4/30/2025 R-28-TEMPORARY SIGN NOTES BARRICADE AND CONSTRUCTION BC(4)-21 4/30/2015 R-29-TYPICAL SIGN SUPPORT BARRICADE AND CONSTRUCTION BC(5)-21 4/30/2025 R-30-MESSAGE SIGN(PCMS)PORTABLE CHANGEABLE BARRICADE AND CONSTRUCTION BC(6)-21 4/30/2025 R-31-BC(7)-21 WARNING LIGHTS&ATTENUATOR ARROW PANEL,REFLECTORS, BARRICADE AND CONS 4/30/2015 R-32-CHANNELIZING DEVICES BARRICADE AND CONSTRUCTION BC(8)-21 1 4/30/2025 R-33-CHANNELIZING DEVICES BARRICADE AND CONSTRUCTION BC(9)-21 4/30/2025 R-34-BC(10)-21 CHANNELIZING DEVICES BARRICADE AND CONSTRUCTION 4/30/2015 R-35-PAVEMENT MARKINGS BARRICADE AND CONSTRUCTION BC(11)-21 4/30/2025 R-36-PAVEMENT MARKING PATTERNS BARRICADE AND CONSTRUCTION BC(12)-21 4/30/2025 R-37-TRAFFIC CONTROL ONE-LANE TWO-WAYTRAFFIC CONTROL PLAN TCP(2-2)-18 4/30/2015 R-38-TCP(3-3)-14 REMOVAL MARKER INSTALLATION/RAISED PAVEMENT MOBILE OPERATIONS TRAFFIC C 4/30/2025 R-39-WZ(RCD)-13 DETAILS ROAD CLOSURE WORK ZONE 4/30/2025 R-40-PAVEMENT MARKINGS WORK ZONE SHORT TERM WZ(STPM)-23 4/30/2015 R-41-DATA SHEET HORIZONTAL ALIGNMENT 4/30/2025 R-42-HORIZONTAL ALIGNMENT DATA SHEET 4/30/2025 R-43-HARRELL PARKWAY PLAN&PROFILE ROADWAY 4/30/2015 R-44-HARRELL PARKWAY PLAN&PROFILE ROADWAY 4/30/2025 R-45-HARRELL PARKWAY PLAN&PROFILE ROADWAY 4/30/2025 R-46-HARRELL PARKWAY PLAN&PROFILE SHARED-USE PATH 4/30/2015 R-47-HARRELL PARKWAY PLAN&PROFILE SHARED-USE PATH 4/30/2025 R-48-HARRELL PARKWAY PLAN&PROFILE SHARED-USE PATH 4/30/2025 R-49-HARRELL PARKWAY PLAN&PROFILE SHARED-USE PATH 4/30/2015 R-50-HARRELL PARKWAY PLAN&PROFILE SHARED-USE PATH 4/30/2025 R-51-HARRELL PARKWAY CONNECTION SIDEWALK 4/30/2025 R-52-HARRELL PARKWAY CONNECTION SIDEWALK 4/30/2015 R-53-DRIVEWAY DETAILS 4/30/2025 R-54-PROPOSED BRIDGE GRADING 4/30/2025 R-55-BRIDGE RIPRAP DETAIL 4/30/2015 R-56-DETAILS ROADWAY MISCELLANEOUS 4/30/2025 R-57-DETAILS ROADWAY MISCELLANEOUS 4/30/2025 R-58-DETAILS CITY STANDARD 4/30/2015 R-59-DETAILS CITY STANDARD 4/30/2025 R-60-DETAILS CITY STANDARD 4/30/2025 R-61-PCF-05 POST&CABLE FENCE 4/30/2015 R-62-GF(31)-19 TL-3 MASH COMPLIANT METAL BEAM GUARD FENCE 4/30/2025 R-63-TL-3 MASH COMPLIANT METAL BEAM GUARD FENCE(MOW STRIP)(MOD)GF(31)MS-19 4/30/2025 R-64-TL-2 MASH COMPLIANT THRIE-BEAM TRANSITION METAL BEAM GUARD FENCE GF(31)TR TL2-19 4/30/2015 R-65-MASH-TL-3 SOFTSTOP END TERMINAL TRINITY HIGHWAY SGT(10S)31-16 4/30/2025 R-66-SGT(11S)31-18 MASH-TL-3 MAX-TENSION END TERMINAL 4/30/2025 R-67-SGT(12S)31-18 MSKT-MASH-TL-3 SINGLE GUARDRAIL TERMINAL 4/30/2015 R-68-STONE RIPRAP SRR 4/30/2025 R-69-STONE RIPRAP SRR 4/30/2025 R-70-PRD-13 DETAILS PEDESTRIAN HANDRAIL 4/30/2015 R-71-PRD-13 DETAILS PEDESTRIAN HANDRAIL 4/30/2025 R-72-PRD-13 DETAILS PEDESTRIAN HANDRAIL 4/30/2025 R-73-SAFETY END TREATMENT SETP-PD PIPE CULVERTS TYPE II-PARALLEL DRAINAGE FOR 12"DIA TO 7 4/30/2015 R-74-PRECAST SAFETY END TREATMENT TYPE II-PARALLEL DRAINAGE PSET-SP 4/30/2025 R-75-SAFETY END TREATMENT SETP-CD PIPE CULVERTS TYPE II-CROSS DRAINAGE FOR 12"DIATO 60" 4/30/2025 R-76-SAFETY END TREATMENT SETP-CD PIPE CULVERTS TYPE 11-CROSS DRAINAGE FOR 12"DIA TO 60" 4/30/2015 R-77-PRECAST SAFETY END TREATMENT TYPE II-CROSS DRAINAGE PSET-SC 4/30/2025 R-78-HYDRAULIC DATA BRIDGE CHANDLER BRANCH 4/30/2025 R-79-BRIDGE LAYOUT CHANDLER BRANCH 4/30/2015 R-80-BRIDGE LAYOUT CHANDLER BRANCH 4/30/2025 R-81-SECTION BRIDGE TYPICAL CHANDLER BRANCH 4/30/2025 R-82-CHANDLER BRANCH ESTIMATED QUANTITIES 4/30/2015 R-83-CHANDLER BRANCH BRIDGE FOUNDATION LAYOUT 4/30/2025 R-84-CHANDLER BRANCH NO. 1 DETAILS BRIDGE ABUTMENT 4/30/2025 R-85-CHANDLER BRANCH NO. 1 DETAILS BRIDGE ABUTMENT 4/30/2015 R-86-CHANDLER BRANCH NO. 12 DETAILS BRIDGE ABUTMENT 4/30/2025 R-87-CHANDLER BRANCH NO.12 DETAILS BRIDGE ABUTMENT 4/30/2025 R-88-CHANDLER BRANCH NO.2 DETAILS BRIDGE BENT 4/30/2015 R-89-CHANDLER BRANCH NO.2 DETAILS BRIDGE BENT 4/30/2025 R-90-CHANDLER BRANCH NO.3 DETAILS BRIDGE BENT 4/30/2025 R-91-CHANDLER BRANCH NO.3 DETAILS BRIDGE BENT 4/30/2015 R-92-CHANDLER BRANCH NO.4 DETAILS BRIDGE BENT 4/30/2025 R-93-CHANDLER BRANCH NO.4 DETAILS BRIDGE BENT 4/30/2025 R-94-CHANDLER BRANCH NO.5-11 DETAILS BRIDGE BENT 4/30/2015 R-95-CHANDLER BRANCH NO.5-11 DETAILS BRIDGE BENT 4/30/2025 R-96-CHANDLER BRANCH FRAMING PLAN(SPANS 1-2)(UNIT 1) 4/30/2025 R-97-CHANDLER BRANCH BEAM UNIT 1(SPANS 1-2)100.00'PRESTR CONC SLAB 4/30/2015 R-98-CHANDLER BRANCH BEAM UNIT 1(SPANS 1-2)100.00'PRESTR CONC SLAB 4/30/2025 R-99-CHANDLER BRANCH FRAMING PLAN(SPANS 3-5)(UNIT 2) 4/30/2025 R-100-CHANDLER BRANCH BEAM UNIT 2(SPANS 3-5)150.00'PRESTR CONC SLAB 4/30/2015 R-101-CHANDLER BRANCH BEAM UNIT 2(SPANS 3-5)150.00'PRESTR CONC SLAB 4/30/2025 R-102-CHANDLER BRANCH FRAMING PLAN (SPANS 6-8)(UNIT 3) 4/30/2025 R-103-CHANDLER BRANCH BEAM UNIT 3(SPANS 6-8)150.00'PRESTR CONC SLAB 4/30/2015 R-104-CHANDLER BRANCH BEAM UNIT 3(SPANS 6-8)150.00'PRESTR CONC SLAB 4/30/2025 R-105-CHANDLER BRANCH(UNIT 4) FRAMING PLAN(SPANS 9-11) 4/30/2025 R-106-CHANDLER BRANCH BEAM UNIT 4(SPANS 9-11) 150.00'PRESTR CONC SLAB 4/30/2015 R-107-CHANDLER BRANCH BEAM UNIT 4(SPANS 9-11) 150.00'PRESTR CONC SLAB 4/30/2025 R-108-SLAB BEAM DESIGNS(NON-STANDARD SPANS)PSBND 4/30/2025 R-109-CHANDLER BRANCH SOIL BORING LOGS 4/30/2015 R-110-CHANDLER BRANCH SOIL BORING LOGS 4/30/2025 R-111-CHANDLER BRANCH SOIL BORING LOGS 4/30/2025 R-112-BRIDGE LIGHTING DETAILS BL(MOD) 4/30/2015 R-113-BRIDGE LIGHTING DETAILS BL(MOD) 4/30/2025 R-114-COMBINATION RAIL TYPE C411(MOD TEXAS CLASSIC 4/30/2025 R-115-COMBINATION RAIL TYPE C411(MOD TEXAS CLASSIC 4/30/2015 R-116-COMBINATION RAIL TYPE C411(MOD TEXAS CLASSIC 4/30/2025 R-117-PEDESTRIAN RAIL TYPE PR11(MOD) 4/30/2025 R-118-PEDESTRIAN RAIL TYPE PR11(MOD) 4/30/2015 R-119-ARMOR JOINT DETAILS AJ 4/30/2025 R-120-BAS-A BRIDGE APPROACH SLAB SPHALTIC CONCRETE PAVEMEN 4/30/2025 R-121-BRIDGE SIDEWALK BS-EJCP EXPANSION JOINT COVER PLATE(ALL SKEWS) 4/30/2015 R-122-CEMENT STABILIZED CSAB ABUTMENT BACKFILL BRIDGE ABUTMENT 4/30/2025 R-123-CEMENT STABILIZED CSAB ABUTMENT BACKFILL BRIDGE ABUTMENT 4/30/2025 R-124-COMMON FOUNDATION DETAILS 4/30/2015 R-125-COMMON FOUNDATION DETAILS 4/30/2025 R-126-NBIS BRIDGE IDENTIFICATION SIGN STANDARD 4/30/2025 R-127-PRESTRESSED CONCRETE SLAB BEAM DETAILS(TYPE 4SB15)PSB-45615 4/30/2015 R-128-PRESTRESSED CONCRETE SLAB BEAM DETAILS(TYPE 5SB15)PSB-5SB15 4/30/2025 R-129-ELASTOMERIC BEARING AND BEAM END DETAILS RESTR CONCRETE SLAB BEAM PSBEB 4/30/2025 R-130-RAIL ANCHORAGE DETAILS RESTR CONCRETE SLAB BEAMS PSBRA 4/30/2015 R-131-AFFIC RAIL FOUNDATION TRF FOR MASH TL-2,TL-3&TL-4 BRIDGE RAILS 4/30/2025 R-132-ILLUMINATION LAYOUT 4/30/2025 R-133 -ILLUMINATION LAYOUT 4/30/2015 R-134-ILLUMINATION LAYOUT 4/30/2025 R-135-DATA SUMMARY ELECTRICAL SERVICE 4/30/2025 R-136-MARKING LAYOUT SIGNING&PAVEMENT 4/30/2015 R-137-MARKING LAYOUT SIGNING&PAVEMENT 4/30/2025 R-138-MARKING LAYOUT SIGNING&PAVEMENT 4/30/2025 R-139-MARKING LAYOUT SIGNING&PAVEMENT 4/30/2015 R-140-MARKING LAYOUT SIGNING&PAVEMENT 4/30/2025 R-141-MARKING LAYOUT SIGNING&PAVEMENT 4/30/2025 R-142-MARKING LAYOUT SIGNING&PAVEMENT 4/30/2015 R-143-MARKING LAYOUT SIGNING&PAVEMENT 4/30/2025 R-144-MARKING LAYOUT SIGNING&PAVEMENT 4/30/2025 R-145-MARKING LAYOUT SIGNING&PAVEMENT 4/30/2015 R-146-MARKING LAYOUT SIGNING&PAVEMENT HERITAGE CROSSING 4/30/2025 R-147-SPORTS CAPITAL CROSSING MARKING LAYOUT SIGNING&PAVEMENT 4/30/2025 R-148-PM(1)-22 PAVEMENT MARKINGS TYPICAL STANDARD 4/30/2015 R-149-PM(2)-22 MARKINGS REFLECTORIZED PROFILE RAISED MARKERS POSITION GUIDANCE USING 4/30/2025 R-150-PM(3)-22 PAVEMENT MARKINGS AND LANE REDUCTION RURAL LEFT TURN BAYS, WO-WAY LEFT T1 4/30/2025 R-151-PM(4)-22A PAVEMENT MARKINGS CROSSWALK 4/30/2015 R-152-DESCRIPTION MATERIAL OBJECT MARKER DELINEATOR&D&OM(1)-20 4/30/2025 R-153-D&OM(2)-20 INSTALLATION OBJECT MARKER DELINEATOR& 4/30/2025 R-154-PLACEMENT DETAILS OBJECT MARKER DELINEATOR&D&OM(3)-20 4/30/2015 R-155-D&OM(4)-20 PLACEMENT DETAILS OBJECT MARKER DELINEATOR& 4/30/2025 R-156-PLACEMENT DETAILS OBJECT MARKER DELINEATOR&D&OM(5)-20 4/30/2025 R-157-PLACEMENT DETAILS OBJECT MARKER DELINEATOR& D&OM(6)-2( 4/30/2015 R-158-ATTENUATORS FOR VEHICLE IMPACT OBJECT MARKER DELINEATOR&D&OM(VIA)-20 4/30/2025 R-159-ED(1)-14 CONDUITS&NOTES ELECTRICAL DETAILS 4/30/2025 R-160-ED(2)-14 CONDUIT SUPPORTS ELECTRICAL DETAILS 4/30/2015 R-161-ED(3)-14 CONDUCTORS ELECTRICAL DETAILS 4/30/2025 R-162-ED(4)-14 GROUND BOXES ELECTRICAL DETAILS 4/30/2025 R-163-ED(5)-14 SERVICE NOTES&DATA ELECTRICAL DETAILS 4/30/2015 R-164-AND NOTES SERVICE ENCLOSURE ELECTRICAL DETAILS ED(6)-14 4/30/2025 R-165-ED(9)-14 PEDESTAL SERVICE TYPE PS LECTRICAL SERVICE SUPPORT ELECTRICAL DETAILS 4/30/2025 R-166-RCD(2)-22 SIGNING&STRIPING DETAILS RAILROAD CROSSING 4/30/2015 R-167-DETAILS ILLUMINATION ROADWAY RID(1)-20 4/30/2025 R-168-(RDWY ILLUM FOUNDATIONS)RID(2)-20 DETAILS ILLUMINATION ROADWAY 4/30/2025 R-169-POLES ILLUMINATION ROADWAY RIP(1)-19 4/30/2015 R-170-POLES ILLUMINATION ROADWAY RIP(2)-19 4/30/2025 R-171-POLES ILLUMINATION ROADWAY RIP(3)-19 4/30/2025 R-172-POLES ILLUMINATION ROADWAY RIP(4)-19 4/30/2015 R-173-GENERAL NOTES&DETAILS SMALL ROADSIDE SIGNS SIGN MOUNTING DETAILS SMD(GEN)-08 4/30/2025 R-174-PREVENTION PLAN(SWP3)STORMWATER POLLUTION 4/30/2025 R-175-PREVENTION PLAN(SWP3)STORMWATER POLLUTION 4/30/2015 R-176-CONTROL PLAN SEDIMENTATION EROSION AND 4/30/2025 R-177-CONTROL PLAN SEDIMENTATION EROSION AND 4/30/2025 R-178-SHARED USE PATH CONTROL PLAN SEDIMENTATION EROSION AND 4/30/2015 R-179-DETAILS CITY STANDARD 4/30/2025 R-180-DETAILS CITY STANDARD 4/30/2025 R-181-DETAILS CITY STANDARD 4/30/2015 R-182-REMOVAL PLAN 4/30/2025 R-183-REMOVAL PLAN 4/30/2025 L-7.0-ROADWAY LANDSCAPE PLAN 4/30/2015 L-7.1-ROADWAY LANDSCAPE PLAN 4/30/2025 L-7.2-ROADWAY LANDSCAPE PLAN 4/30/2025 L-7.3-ROADWAY LANDSCAPE PLAN 4/30/2015 L-7.4-ROADWAY LANDSCAPE PLAN 4/30/2025 L-8.00-LANDSCAPE DETAILS 4/30/2025 L-8.1-LANDSCAPE SPECIFICATIONS 4/30/2015 L-9.0-ROADWAY IRRIGATION PLAN 4/30/2025 L-9.1-ROADWAY IRRIGATION PLAN 4/30/2025 L-9.2-ROADWAY IRRIGATION PLAN 4/30/2015 L-9.3-ROADWAY IRRIGATION PLAN 4/30/2025 L-9.4-ROADWAY IRRIGATION SCHEDULE 4/30/2025 L-10.0-IRRIGATION DETAILS 4/30/2015 L-10.1-IRRIGATION SPECIFICATIONS 4/30/2025 L-2.0-SITE DETAILS 4/30/2025 L-2.1-SITE DETAILS 4/30/2015 L-2.2-SITE DETAILS 4/30/2025 L-2.3-SITE DETAILS 4/30/2025 L-2.4-SITE DETAILS 4/30/2015 L-2.5-SITE DETAILS 4/30/2025 L-3.0-LANDSCAPE PLAN 4/30/2025 L-3.1-LANDSCAPE PLAN 4/30/2015 L-3.2-LANDSCAPE PLAN 4/30/2025 L-3.3-LANDSCAPE PLAN 4/30/2025 L-3.4-LANDSCAPE PLAN 4/30/2015 L-3.5-LANDSCAPE PLAN 4/30/2025 L-3.6-LANDSCAPE PLAN 4/30/2025 L-3.7-LANDSCAPE PLAN 4/30/2015 L-3.8-PLANT SCHEDULE 4/30/2025 L-4.0-LANDSCAPE DETAILS 4/30/2025 L-5.0-IRRIGATION PLAN 4/30/2015 L-5.1-IRRIGATION PLAN 4/30/2025 L-5.2-IRRIGATION PLAN 4/30/2025 L-5.3-IRRIGATION PLAN 4/30/2015 L-5.4-IRRIGATION PLAN 4/30/2025 L-5.5-IRRIGATION PLAN 4/30/2025 L-5.6-IRRIGATION PLAN 4/30/2015 L-5.7-IRRIGATION PLAN 4/30/2025 L-5.8-IRRIGATION PLAN 4/30/2025 L-5.9-IRRIGATION SCHEDULE 4/30/2015 L-5.10-IRRIGATION DETAILS 4/30/2025 L-5.11-IRRIGATION DETAILS&SPECIFICATIONS 4/30/2025 PF-0.0-PLAYING FIELD OVERALL PLAN 4/30/2015 PF-1.0-PLAYING FIELD FENCING AND NETTING PLAN WEST 4/30/2025 PF-1.I-PLAYING FIELD FENCING AND NETTING PLAN WEST 4/30/2025 PF-1.2-PLAYING FIELD FENCING AND NETTING PLAN EAST 4/30/2015 PF-2.0-PLAYING FIELD LAYOUT AND MATERIALS PLAN-FIELD 11 4/30/2025 PF-2.I-PLAYING FIELD LAYOUT AND MATERIALS PLAN-FIELD 13&14 4/3012025 PF-2.2-PLAYING FIELD LAYOUT AND MATERIALS PLAN-FIELD 15&16 4/30/2015 PF-2.3-PLAYING FIELD LAYOUT AND MATERIALS PLAN-FIELD 12 4/30/2025 PF-2.4-PLAYING FIELD LAYOUT AND MATERIALS PLAN-FIELD 2 4/30/2025 TAB ASSUMPTIONS & CLARIFICATIONS Q4 �. r � I .r '!/ ���`�� tin •~'—` � ' / / t Providing the Absolute Best Construction Experience Assumptions and Clarifications City of Round Rock — Old Settler's Park Build Out Package 3A.3 - Harrell Parkway Realignment 90% CD Drawings 3300 E Palm Valley Blvd Round Rock, TX 78665 GENERAL QUALIFICATIONS 1. Kimley Horn is the civil engineer of record. 2. Based on an anticipated NTP of December 2025. 3. The baseline schedule is based on a 5-day work week. 4. Normal working hours have been included from 7:00 AM to 5:30 PM unless otherwise noted, with the exception of early concrete operations as deemed necessary. It is also assumed that work can occur on a 7 day a week schedule if required. Notify City Transportation Department on Wednesday before weekend work is scheduled for approval. 5. In order to subcontract scopes of work in a timely manner to meet the construction schedule it is assumed that buyout packages will be reviewed within 5 business days of their submission, 6. LEED Certifications or Green Building Programs are not incorporated into the project. 7. Performance & Payment Bonds are provided by SpawGlass. 8. General Liability is provided by SpawGlass and included in this proposal. 9. The proposal assumes that the specified material and equipment are available as required to meet the schedule. If they are not available as required, we assume the Owner/Architect will authorize alternate material or equipment selections. If specified material is not available, SpawGlass will submit to the City for approval. 10. The owner must accept GMP within 60 calendar days, at which time pricing will expire. 11. General conditions were originally based on one overall project and GMP during the RFP/RFQ time, and not as later outlined by the City. Any general conditions savings or losses from this package are to be rolled onto the other GMP packages as deemed necessary by SpawGlass. 12. SpawGlass budget pricing includes removal of the existing road in its entirety. This includes curbs, pavement, base, and lime stabilized base (if present). The proposed road will be built back with all new materials. 13. The quantities and unit rates of this proposal are based on the 60% DD Documents. Assumptions and Clarifications SPECIFIC QUALIFICATIONS Division 01 — General Reaullrements and General C2nditions 1. SpawGlass general conditions were included in the 3A.1 costs. 2. Construction photos will be taken on a regular basis by SpawGlass. Digital files will be turned in monthly. Aerial photos will also be taken. 3. Drone footage to be provided. 4. As-Built drawings, record drawings and record submittals will be kept in electronic format. These files will be accessible to all on the jobsite. 5. Reasonable repairs or damage caused by unknown factors will be funded from the CM Contingency, if funds remain AND approved by Owner. 6. Dimensional Control for the Project is included. 7. Individual non-photographic hard hat stickers for workers will be utilized. 8. On-site construction facilities have been included in this proposal. 9. Temporary barriers and enclosures are included to delineate construction zone from the public. 10. Construction cleaning and waste management have been included. 11. City fees related to tree mitigation to be by Owner. 12. No sound/vibration monitoring. 13. Dust control included in GR's. 14. No arborist included,city to use their own arborist.This city arborist includes tree trimming for construction activities and monthly reports that will be provided to SpawGlass on the tree health. Division 02 — Existina Conditions 1. The extent of demolition includes but limited too; removal of all existing asphaltic pavement, curbs, base material, piping, RCP, guard rails, handrails, and signage. 2. Includes removal of existing concrete bridge. Division 03 — Concrete 1. Includes columns, abutments, sidewalks, etc. Division 04 — Masonry 1. Includes rip rap. Division 05 — Metals 1. Includes railings. Division 06 — Wood, Plastics, and Composites Assumptions and Clarifications Division 07 - Thermal and Moisture Protection Division 06 - Openings Division 09 - Finishes Division 10 - $g_egjglties Division 11 - Eauipment Division 12 - Furnishings Division 13 - Special Construction Division 14 - Conveying Equipment Division 21 - Fire Suppression Division 22 - Plumbing Division 23 - HVAC and Controls Division 26 - Electrical 1. Includes conduit, wiring, and site light fixtures. Division 27 - Communications Division 28 - Electronic Safety &Security Division 31 - Earthwork 1. Clear& Grub as required is included. Z. SWPPP measures as required has been included. 3. SpawGlass assumes that all water can be taken from existing City of Round Rock water utilities on-site, and no water will need to be trucked in from other cities due to water restrictions. Division 32 - Exterior Improvements 1. Pavement Markings included. Division 33 - Utilities t . Assumptions and Clarifications 1. Includes piping for storm and water as shown. EXCLUSIONS 1. Permits, by Owner. 2. LEED documentation and Submittals. 3. We have not included the following items as we assume, they will be provided in a timely manner by the Owner at no cost to SpawGlass: a. Materials Testing Services b. Excludes all local electrical utility fees for permanent power 4. Preconstruction costs for the Project are not included in this budget. 5. Contaminated soils - hauling or disposal. Y e� TAB 6 PROPOSED GMP BREAKDOWN PA � r � V J t; 6' SP awGla.ss IVI � s t Summary Report Harrell Parkway 3A.3 100% GMP Estimate Date: 07/10/2025 Documents Date: 04/30/2025 Project Size (SF): 332,820 Project #: 3023121 Project Location: Round Rock Lead Estimator: Kristofer Rodriguez ITEM i COST COST i SF % OF TOTAL Direct Costs 6,160,108 18.51 87.09 % Indirect Costs 912,891 2.74 12.91 % Total Cost $ 7,072,999 $ 21.25 100.000/0 Harrell Parkway 3A.3 100%GMP Estimate Date:0711012025 Page 1 of 1 Documents Date: 04/3012025 Recap Report Harrell Parkway 3A.3 100% GMP Estimate Date: 07/10/2025 Documents Date: 04/30/2025 Project Size (SF): 332,820 Project #: 3023121 Project Location: Round Rock Lead Estimator: Kristofer Rodriguez ITEM COST COST I SF % OF TOTAL Direct Costs 6,160,108 18.51 87.09 Div. 01 - General Requirements 716,425 2.15 10.13 % Div. 02 - Existing Conditions 130,434 0.39 1.84 % Div. 03 - Concrete 3,440,638 10.34 48.64 Div. 04 - Masonry 80,800 0.24 1.14 % Div. 05 - Metals 290,699 0.87 4.11 % Div. 26 - Electrical 162,850 0.49 2.30 Div. 31 - Earthwork 425,582 1.28 6.02 Div. 32 - Exterior Improvements 849,865 2.55 12.02 % Div. 33 - Utilities 62,814 0.19 0.89 % Harrell Parkway 3A.3 100%GMP Estimate Date: 07/10/2025 Page 1 of 2 Documents Date: 04/30/2025 ITEM COST COST i SF %OF TOTAL Indirect Costs • . 1 2.74 1291 Builder's Risk Insurance 9,195 0.03 0.13 % General Liability Insurance 55,169 0.17 0.78 % Payment and Performance Bonds 61,761 0.19 0.87 % Escalation 123,202 0.37 1.74 % Contractor's Contingency 212,190 0.64 3.00 % Overhead and Profit 239,184 0.72 3.38 % Owner's Contingency 212,190 0.64 3.00 % Total Cost $ 7,072,999 $ 21.25 100.000/0 Harrell Parkway 3A.3 100%GMP Estimate Date:0711012025 Page 2 of 2 Documents Date:04130/2025 Detail Report (Direct Costs Only) Harrell Parkway 3A.3 100% GMP Estimate Date: 07/10/2025 Documents Date: 04/30/2025 Project Size (SF): 332,820 Project #: 3023121 Project Location: Round Rock Lead Estimator: Kristofer Rodriguez ITEM QUANTITY I UM UNIT COST TOTAL COST . 1 1 6,160,108 Div. 01 - General Requirements 716,425 General Requirements 716,425 MOBILIZATION 1.0 1_5 399,000.00 399,000 BARRICADES, SIGNS AND TRAFFIC HANDLING 10.0 MONTH 6,340.00 63,400 WK ZN PAV MRK SHT TERM (TAB)TY W 200.0 Each 6.00 1,200 WK ZN PAV MRK SHT TERM (TAB)TY Y-2 200.0 Each 6.00 1,200 PORTABLE CHANGEABLE MESSAGE SIGN 240.0 DAY1 100.00 24,000 PREPARING ROW 13.0 STATI 2,975.00 38,675 TEMP FENCING 2,000.0 LF 30.00 60,000 ADDITONAL YEAR MAINTENANCE BOND 1.0 LS 10,950.00 10,950 PAYMENT AND PERFORMANCE BOND (CHASCO) 1.0 LS 47,000.00 47,000 TREE PRUNING (ALLOWANCE) 1.0 LS 25,000.00 25,000 DEWATERING (ALLOWANCE) 1.0 LS 30,000.00 30,000 SWPPP MAINTENANCE 10.0 MONTH 1,600.00 16,000 Div. 1 . Conditions 130,434 Demolition 130,434 PREPARING ROW(TREE)(12" TO 24" DIA) 4.0 Each 1,460.00 5,840 PREPARING ROW(TREE)(24" TO 36" DIA.) 1.0 Each 2,350.00 2,350 REMOVING CONC (PAV) 685.0 SY 32.00 21,920 REMOVING CONC (RIPRAP) 143.0 SY 29.00 4,147 REMOVING CONC (SIDEWALKS) 240.0 SY 18.00 4,320 REMOVING CONC (CURB) 686.0 LF 7.00 4,802 REMOVING STAB BASE AND ASPH PAV (2"-6") 134.0 SY 9.00 1,206 Harrell Parkway 3A.3 100%GMP Estimate Date:0711012025 Page 1 of 5 Documents Date:0413012025 ITEM QUANTITY I UM UNIT COST TOTAL COST EXCAVATION (ROADWAY) 1,423.0 CY 19.00 27,037 REMOV STR (INLET) 1.0 Each 700.00 700 REMOV STR (HEADWALL) 1.0 Each 3,000.00 3,000 REMOV STR (PIPE) 395.0 LF 27.00 10,665 REMOV STR(SMALL FENCE) 528.0 LF 3.00 1,584 REMOVE STR (BARRIER GATE) 2.0 Each 705.00 1,410 REMOV STR (RAIL) 79.0 LF 27.00 2,133 RELOCATE ELECTRICAL SERVICES 3.0 Each 5,400.00 16,200 REMOVE LUMINAIRE POLE 5.0 Each 650.00 3,250 TREE REMOVAL ALLOWANCE 1.0 Acres 3,560.00 3,560 RELOCATE TRASH RECEPTACLE 1.0 Each 110.00 110 REMOVE THERMOPLASTIC STRIPING A.1 &A.2 27,000.0 LF 0.60 16,200 Div. 03 - Concrete i Cast-In-Place Concrete (Site) 3,440,638 CEM STABIL BKFL 88.0 SF 260.00 22,880 DRILL SHAFT (24 IN) 425.0 LF 208.00 88,400 DRILL SHAFT (36 IN) 1,280.0 LF 284.00 363,520 CL C CONC (ABUT) 27.0 CY 1,530.00 41,310 CL C CONC (CAP) 204.6 CY 1,330.00 272,118 CL C CONC (COL) 111.0 CY 1,890.00 209,790 REINF CONC SLAB 22,743.0 SF 28.00 636,804 APPROACH SLAB 63.0 CY 755.00 47,565 PRESTR CONC SLAB BEAM (45815) 2,072.5 LF 190.00 393,775 PRESTR CONC SLAB BEAM (5SB15) 2,808.5 LF 186.00 522,381 RAIL (TY 0411) 1,152.7 LF 356.00 410,361 RIPRAP (MOW STRIP)(4 IN) 23.2 CY 810.00 18,792 CONC CURB (RIBBON) 1,120.0 LF 26.00 29,120 DRIVEWAYS (CONC) 397.0 SY 115.00 45,655 CONC SIDEWALKS (5") 2,845.0 SF 99.00 281,655 RIPRAP (CONC)(5 IN) 88.3 CY 640.00 56,512 Div. 04 - Masonry 80,80 0 Masonry/Stone 80,800 RIPRAP (STONE PROTECTION)(18 IN) 489.7 CY 165.00 80,800 Div. i 290,699 Harrell Parkway 3A.3 100% GMP Estimate Date: 07/10/2025 Page 2 of 5 Documents Date:04/30/2025 ITEM QUANTITY I UM UNIT COST TOTAL COST Structural/Miscellaneous Steel- Erection 290,699 RAIL (HANDRAIL)(TY F) 382.0 LF 250.00 95,500 GRATE & FRAME 6.0 Each 2,940.00 17,640 MTL W-BEAM GD FEN (TIM POST) 450.0 LF 38.00 17,100 MTL BEAM GD FEN TRANS (TL2) 4.0 Each 2,680.00 10,720 GUARDRAIL END TREATMENT (INSTALL) 4.0 Each 4,845.00 19,380 RAIL(TY PR11)(MOD) 553.0 LF 139.00 76,867 ARMOR JOINT (SEALED) 190.0 LF 180.00 34,200 STR STEEL (MISC NON - BRIDGE) 689.0 Lbs 28.00 19,292 Div. Electrical 162,850 DRILL SHAFT (RDWY ILL POLE) (30 IN) 40.0 LF 379.00 15,160 IN RD IL (TY SA) 40B-8 (250W EQ) LED 3.0 Each 8,880.00 26,640 IN RD IL(TY SA) 40S 8 (250W EQ) LED 5.0 Each 8,120.00 40,600 CONDT (PVC) (SCH 80) (2") 2,395.0 LF 17.00 40,715 ELEC CONDR (NO.8) BARE 1,490.0 LF 3.25 4,842 ELEC COMDR (NO.8) INSULATED 2,980.0 LF 4.50 13,410 GROUND BOX TY A (122311)W/APRON 4.0 Each 2,060.00 8,240 CONDUIT(PREPARE) 235.0 LF 4.50 1,058 GROUND BOX (PREPARE) 3.0 Each 860.00 2,580 MODIFY EXISTING ELECTRICAL SERVICE 1.0 Each 6,395.00 6,395 CONDUIT(PVC) (SCH 40)(4") 214.0 LF 15.00 3,210 Div. Earthwork 364,823 EXCAVATION (ROADWAY) 6,064.0 CY 20.00 121,280 EMBANKMENT (FINAL)(DENS CONT)(TY C) 1,950.0 CY 53.00 103,350 FL BS (CMP IN PLC)(TYA GRI&2)(FNAL POS) 1,548.0 CY 58.00 89,784 LIME (HYDRATED LIME (SLURRY)) 89.0 TON/D 300.00 26,700 LIME TRT (EXST MATL)(8") 3,387.0 SY 7.00 23,709 Erosion Control 60,759 FURNISHING AND PLACING TOPSOIL (4") 9,021.0 SY 3.00 27,063 DRILL SEEDING (PERM) (RURAL) (CLAY) 9,021.0 SY 0.50 4,510 DRILL SEEDING (TEMP) (WARM) 9,021.0 SY 0.50 4,510 ROCK FILTER DAMS (INSTALL) (TY 2) 45.0 LF 25.00 1,125 Harrell Parkway 3A,3 100015 GMP Estimate Date:0 711 012 02 5 Page 3 of 5 Documents Date:0413012025 ITEM QUANTITY I UM UNIT COST TOTAL COST ROCK FILTER DAMS (REMOVE) 45.0 LF 5.50 248 CONSTRUCTION EXITS (INSTALL) (TY 1) 420.0 SY 12.00 5,040 CONSTRUCTION EXITS (REMOVE) 420.0 SY 1.10 462 TEMP SEDMT CONT FENCE (INSTALL) 2,931.0 LF 4.00 11,724 TEMP SEDMT CONT FENCE (REMOVE) 2,931.0 LF 1.50 4,396 TREE PROTECTION 3.0 Each 560.00 1,680 1Improvements Asphalt Paving 630,099 D-GR HMA TY-B PG64-22 529.0 TON/D 125.00 66,125 D-GR HMA TY-C PG70-22 4,030.0 TON/D 139.00 560,170 PRIME COAT (MC-30 OR AE-P) 634.0 Gal. 6.00 3,804 Trak Markings/Signage 70,622 RELOCATE SM RD SN SUP&AM TY TWT 9.0 Each 379.00 3,411 REMOVE SM RD SN SUP&AM 9.0 Each 108.00 972 INSTL DEL ASSM (D-SW)SZ (BR)CTB (BI) 14.0 Each 27.00 378 INSTL DEL ASSM (D-SW)SZ (BR)GFi (BI) 14.0 Each 49.00 686 INSTL OM ASSM (OM-2Y)(WC)GND 1.0 Each 149.00 149 REFL PAV MRK TY I (W)8"(DOT)(090MIL) 483.0 LF 3.00 1,449 REFL PAV MRK TY I (W)8"(SLD)(090MIL) 1,982.0 LF 2.50 4,955 REFL PAV MRK TY I (W)24"(SLD)(090MIL) 272.0 LF 11.00 2,992 REFL PAV MRK TY I (W)(ARROW)(090MIL) 20.0 Each 215.00 4,300 REFL PAV MRK TY I(W)(DBL ARROW)(090MIL) 2.0 Each 325.00 650 REFL PAV MRK TY I (W)(WORD)(090MIL) 20.0 Each 270.00 5,400 REFL PAV MRK TY I (W)(RR XING)(090MIL) 1.0 Each 814.00 814 REFL PAV MRK TY I (Y)12"(SLD)(090MIL) 781.0 LF 5.50 4,296 RE PM W/RET REQ TY I (W)6"(BRK)(090MIL) 370.0 LF 1.35 S00 RE PM W/RET REQ TY I (Y)6"(SLD)(090MIL) 24,730.0 LF 1.35 33,386 REFL PAV MRKR TY I-C 156.0 Each 7.00 1,092 REFL PAV MRKR TY II A A 732.0 Each 7.00 5,124 BLUE REFL PAV MRK 10.0 Each 7.00 70 Fences/ Gates 71,928 POST AND CABLE FENCE 166.0 LF 33.00 5,478 ECO-WALL 2,658.0 SF 25.00 66,450 Landscaping / Irrigation 77,216 Harrell Parkway 3A.3 100% GMP Estimate Date: 07/10/2025 Page 4 of 5 Documents Date:04/30/2025 ITEM QUANTITY I UM UNIT COST TOTAL COST SHADE TREES 39.0 Each 1,125.00 43,875 HARDWOOD MULCH 12.0 CY 76.00 912 IRRIGATION SYSTEM 1.0 LS 26,828.50 26,828 MOBILIZATION 1.0 LS 1,600.00 1,600 IRRIGATION REPAIR (ALLOWANCE) 1.0 LS 4,000.00 4,000 Div. Site Militles 62,814 RC PIPE (CL III)(18 IN) 74.0 LF 125.00 9,250 RC PIPE (CL III)(24 IN) 128.0 LF 133.00 17,024 SET (TY II) (18 IN) (RCP) (6: 1) (C) 2.0 Each 3,350.00 6,700 SET (TY II) (18 IN) (RCP) (6: 1) (P) 2.0 Each 3,350.00 6,700 SET (TY II) (24 IN) (RCP) (6: 1) (C) 2.0 Each 4,210.00 8,420 SET (TY II) (24 IN) (RCP) (6: 1) (P) 4.0 Each 3,680.00 14,720 Total - Direct Costs $ 6,160,108 Harrell Parkway 3A.3 100% GMP Estimate Date:0 711 012 02 5 Page 5 of 5 Documents Date:04/3012025 MASTERTAB 7 PROJECT SCHEDULE rrrru, COOP, SpawGICISS 1 ' r M f Providing the Absolute Best Construction Experience r I"q ID AdWy Ii 1 Mieskines 775 381 23-Fed-24A 22 ar-27 50.84% 28 EarlyProcurernent 270 0 23-Feb•24A 23,1an-25A 100% r{�+te(rl,0r1. 2 Lakeview 499 50 26.tan-24A 01-0a-25 89.96% 7 Lia)OyipN. 3A1-Harrel Pkwy,Lakeview Parting$Apex Fields Rebcation 496 110 15-Jan-24A 30-Daa25 7782% 22 $kl-MSO Pjft 3A2 Harrel Pkwy 599 230 15Jan-24A 18-Jun-26 61.6% 220 3A3 Harrel Pkwy(Bridge) 696 327 15-Jan-24 A 03?civ-26 5302% 123 3A 3 r A2'80 SG receipt of Package 3A.3 30%Drawings 5 0 15Jen 24 A 15 lain-24 A 100% kiA 3 8(tyi�laMM99 A2190 Development of Package 3A3 60%Drawings 61 0 03-Jun-.24 A 14Aug•24 A 100% of Pfd pge1} Q t A2200 SG Receipt of Package 3A3 60%Drawings(rarget Date 09 17 24) 1 0 19-Aug-24A 19-Aug-24 A 100% HetkdOA aA;380%�Dr[a4t1 A2220 Development of Package 3A3 100%Drawings 30 1 14-00-24A 23-Jul-25 96.67% 7,71;DNMitio aetof,Raddgit: A22M SG receipl of Package 3A3 100%Dravings(Target Date 1105 24) 1 0 28-Apr-25A 3D-Apr-25A 100% rBplgt 0��afdmpe3R3 A2240 City revew of Padage 3A3 100%Drewings 10 0 01-May-25A D6-May-25 A 100% Y A\`kwo pil"Ot 31,,3;1 A2250 Rnal plan revisions for Package 3A3 10 10 2"$-25 O&A4g-25 0% 132 b FFial ptpp•rpyi¢ib' Jar; Padage3A330%Drawings 90 0 15,WQ4A 22-Mar-24A 100% DtdWi.04 A1670 SG provide construcfabity,review comments on 30%Package 3A.3 drwgs 5 0 15-Jan-24A 17-Jan-24 A 100% 11"W tdrMisM 64 A1880 Conduct page 11Q resiting reviewing 30%Package 30.3 drvgs S 0 17Jan-24A 17-Jan-24A 100% 30Y:POdwa, i A1890 "SG solicit 30%Package 3A3 drawings for budgeting 15 0 22-Jan-24A 19-Feb-24 A 1 DO% :lh3 WevHopt ta► i At 900 SG compile pricing for 30%Package 3A 3 drawings 4 0 19-Feb-24A 27-Feb-24 A 100% 3Q�4�d 9P t3 A1910 SG Submit budgetary pricing for 30%Package 3A3 drewngs 1 0 28-Feb-24 A 28-Feb-24 A 100% j f cjripfpr t�.l?94Npgp;3/� A1920 Owner provide comments on 30%Package 3A 3 drwg budgetary numbers 5 0 29-Feb-24A 15-Mar-24 A 100% rttt bit 3D%P Oil 3A;3 A1930 SG revise Package 3A.3 pricing aocording to owner comments 5 0 15-Mar-24 A 22-Mer-24A 100% 3.p :Brk 09 ttl Padrage 3A3 60%Drawings 38 0 26 Aug-24 A 04-0ct-24 A 100% 9:90X nr'avfips A2260 SG provide constntdabiityreview comments on 60%Package 3A3 drugs S 0 26-Aug-24 A 05-Sep-24 A 100% p�iiy:raNOW10pMT A2280 *'SG solicit 60%Package 3A3 drawings for budgeting 15 0 12-Sep-24 A 30-Sep-24 A 100% pe<1fjgg 94:dmwM; A: A2290 SG compile pricing for 60%Package 3A,3 drawings 4 0 30-Sep-24 A OUM-24 A 100% ,Rr!aR9 fa 60?fq P�{J}ap �A A2300 SG submit budgetary pricing for 60%Package 3A 3 drawings 1 0 04-00-24 A 04-00-24 A 100% budodtffj/pr!"ft 60%P Stan Date 15-Jan-24 « Actual Work • •Milestone CoRR OSP-Preconstruction Schedule Finish Date 22-Mar-27 o—o Remaining Wok Tm—IV Summary Data Date 23-Jul-25 .WBS Layout All Aciwities �+ Critical Remaining Work ® Level of Eflot Page 1 of 3 Run Date 23-Jut-25 r PA23�3WCSG protide corroAlctablitty,reviewcommenb on 100%Package 3A3 dr%gs 5 0 30-Apr-25A 074Aay-25A 100% piDY[I6,00nsfVg9p8ty I A2350 SG solicit 1001/6 Package 3A3for GMP 20 0 12-May-25A 05-Jun-25A 100% lopii}6Qy4-:0 p q p A2360 SG cornGMP for Package 3A3 from 100%drawn s 4 0 06Jun-25A 12,1un-25A 100% GMP ar' t 9 9 'r°4r^F�4.. l..q&M A2370 SG submit GMP for Package 3A 3 1 0 12-Jun-25A 16Jun-25A 100% S6 b4brhK'GMP•Ibt Pm A2380 Owner!Design Team mvew GMP for Package 3A3 and provide comments 5 0 16-Jun-25A 10-Jul-25A 100% OVWW I De6lgrt Tame NVie A2390 SG review comments for Package 3X3 GMP and revise aomtdingy 4 0 11 Jul-25 A 1&Ju125 A 100% SQ review comntertts for A2400 SG resubmit Package 3A 3 GMP 1 0 17,X&25 A 21-Jul-25A 100% 7:rOJ44rDd�dGtk99@".. A2410 Owner forward Package 3A 3 GMP to CoRR City Council 10 10 2"1-25 06Aug-25 0% T7 3 A5430 CoRR City Council approval process fa Package 3A3 GMP 30 30 07-Aug-25 18Sep-25 0% 77 :GdRR:C1.Y.Cb dpp A5420 SG provide CoRR Est o1 recommended priority subcontractors for approval 1 1 05Sep-25 05-Sep-25 0% 81 i SG W!4 :,;4 RR:Bl of A5410 CoRR provide approval for recommended subcontractors 5 5 08—Sep-25 12Sep-25 0% 81 1:d(AR:p/o*0 app"Mt Buy-Out and ContmotAdminWnttion 55 55 07-Aug-25 23-oc-25 0% 77 f3�if!4iAaRidoajtbeFe A2420 SG conduct buyout meetings for preliminary scopes of%ork for Package 3k3 20 20 07-Aug-25 04-Sep-25 0% 81 a pprjQµt�(1V19{R A2430 SG administer contracts tosuboontradorsfor l}adage3A.3 10 10 19-S p25 02-W-25 0% T7 •0:8 cob A2440 Subcontractors review SG suboontrad for Package 3X3 5 5 03-0d-25 D9.Od-25 0% T7 1:SIrbC0At1AEW161aJfOdv t A2450 SG finalze and execute subcontrads for Package 3X3 5 5 10-0ct-25 16-0d-25 0% 77 1:SO t haFrwand axiiia,t ( A2460 Mobilization of preliminary subcontractors for Package 3X3 5 5 17-0d-25 23-W 25 0% T7 •S:MOMAWn:00040 i1 Submittals 40 40 24.OW-25 224)ea25 0% 244 A2470 "SubmMfals-Long lead materials for Package 3A 3(Elac,Bridge Elements) 40 40 24-0tt-25 22-Dec-25 0% 244 'f$V�?4fad9'4909 I Procurement 100 100 23-0so-25 141rtay-26 0% 244 V i?rpp{rprr}w l f'. A2480 -Procurement-Long lead materials for Package 3A3(Elect,Bridge Elements) 100 too 23-0eo-25 X14-May y--2+66 0% 244 `r F*rejrie Cbh lo A5480 Demolition of eAsdng site elements 20 20 05,lan-26' 30Jan-26 0% 31 a:Dbhior&fi bt 0 A5490 Underground uUMes 40 40 05Jan-26 27-Feb-26 0% 121 r� UntlO�rOUAd W A5560 041 piers and constrict footings for bridge stnrdure 60 60 02-Feb-26 24-Apr-26 0% 31 0;;3".64 piers'9nd A5570 Construct abutments columns and bents 50 50 3G Mar-26 08-Jun260% 31 0:,O,o itw at A5560 Erect precast girder beams and place bridge concrete 40 40 09-kin-26 03-Aug-26 0% 31 11;4:Fj6.4 A5500 Cons"cl roadway and sidewalks 40 40 07-Jul-26 3l Aug-26 0% 31 Cbh A5510 Irrigation 20 20 01-Sep-26 29-Sep-26 0% 31 q'Crf�Al A5530 Instal fight poles t0 10 01Sep-26 15-Sep-26 0% 51 :;e instal A5520 Landscaping 20 20 16Sep-26 13-0d-26 0% 31 a,) Stan Date 15-Jen-24 w Actual Work • •Milestone CoRR OSP-Preconstruction Schedule Finish Date 22-Mar-27 r_ao Remaining Work V--1 Summary Data Dale- 23-Jul-25 WBS Layout All Activities Critical Remaining Work ro Level of Effort Page 2 of 3 Run Dale 23-Jul-25 AdvilyIN Dur . Acti ID Ong Rem SW JUL Final % Iota -IS „: A5540 Instal silt fumhhhgs r oft Wgr age 20 20 30Sep-26 27,Oct 26 0% 31 o Inp�M A5550 Punriifst and Closeout 15 15 14-W-26 03-Nov-26 0% 31 0 38-Tennis 1 Picldebal 656 120 31Jan-24A 14Jan-26 8171% -15 YEI-T8nn9 1 38-Maintenance Area 515 152 22-Jan-24 A 27-Feb-26 70.49% 298 3F}lM*"' 3C Rodc'N River 790 165 12-Feb-24 A 18-Mar-26 78.85% 10 k •RodcH 3C Rec Center Complex Site 310 0 25-Jan-24A llA 100% Rec C,",tar c;,],T pe.-Sr. 30 Rec Center Complex-Buddilgs 736 373 25Jan-24A 12-Jan-27 49.32% 77 3D MullfPurpose Center Expansion 765 422 25Jan-24A 22Mar-27 4624% 28 Start Dato: 15-Jan-24 00-4in, Actual Work • ♦Milestone ll OSP-Preconstruction Schedule Finish Date. 22-Mar-27 o— Remaining Work Vol-"Summary W0S Layout All Activities Data Date 23-Jul-25 Mon--� Critical Remaining Work aaaaaaia, Level of Effort Page 3 0l 3 Run Dale 23-Ju1-25 ,... PROCUREMENT PACKAGE f �" � S awGlass p Providing Absolute Best Construction Experience Bid Proposal Package Strategy City of Round Rock - Old Settler's Park Build Out Package 3A.3 - Harrell Parkway Realignment 90% CD Drawings 3300 E Palm Valley Blvd Round Rock, TX 78665 Long Lead Time Equipment and Material There are no expected long lead items associated with package 3A.3. Construction Document Packages It is tentatively anticipated that multiple packages will be required to satisfy material procurement and drawings development. This includes: • Bid Package I - Package 3A.1 portion • Bid Package IL- Package 3A.2 portion • Bid Package III - Package 3A.3 portion Proposal Package Strategy The project will be advertised for proposals from suppliers, subcontractors, and vendors for all major features of work. Proposals shall be received via mail, email, courier, or hand delivered from subcontractors and suppliers. Any addendums that may be required will be issued one week prior to receiving proposals. The respondents will be evaluated on the subcontractors' ability to perform the work. Subcontractors will be recommended based on their company's personnel and corporate qualifications. SpawGlass will recommend the best value supplier and/or subcontractor to the Owner for concurrence prior to negotiating their contract. • • �,. .., Providing / / Best F jr PrA Construction Experience 00 0 00 A 0 Ad 00 AO 0 kL 4, r` SpawGlass Contractors, Inc. 1111 Smith Road Austin, TX 78785 512-719-5251 www.SpawGlass.com Connect with as today!