Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Contract - SpawGlass Contractors, Inc. - 11/6/2025 (2)
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 133Tm-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 (In words, indicate dav, month, and year.) 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 Rock,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 (Name, legal status, and address) document by reference.Do not use with other general conditions SpawGlass Contractors,Inc unless this document is modified. 111 I 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 A.1 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 term 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 Ninety-Nine Dollars and Zero Cents($7,072,999.00),subject to additions and deductions by Change Order as 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 CDT on 09/03/2025 under Subscription No.20250142682 which 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: (68b76057ba35a93ae72284f0) R - 2625 -Zff7 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 Construction Manager's Fee;and other items that comprise the Guaranteed Maximum Price as defined in Section 3.2.1 of the Agreement. (Provide itemized statement below or reference an attachment.) 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 6.1.3 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 met for 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 unit price and quantity limitations, if any, to which the unit 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 following boxes) [ ] The date of execution of this Amendment. [X] Established as follows: (Insert a date or a means to determine the date of commencement of the Work.) 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 following boxes and complete the necessary information.) AIA Document At 33—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 2 CDT on 09/03/2025 under Subscription No.20250142682 which 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: (68b76057ba35a93ae72284f0) [ ] Not later than()calendar days from the date of commencement of the Work. [X] By the following date:December 18,2026 §A.2.3.2 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 Drawings here, or refer to an exhibit attached to this Amendment.) 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 identified a Sustainable Objective in the Owner's Criteria, identify the document or documents that comprise the Sustainability Plan by title, date and number of pages, and include other identifying information. The Sustainability Plan identifies and describes the Sustainable Objective;the targeted Sustainable Measures; implementation strategies selected to achieve the Sustainable Measures; the Owner's and Construction Manager's roles and responsibilities associated with achieving the Sustainable Measures;the specific details about design reviews, testing or metrics to verify achievement of each Sustainable Measure;and the Sustainability Documentation required for the Project, as those terms are defined in 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 allowance.) Item Price Tree Pruning $25,000.00 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 CDT on 09/03/2025 under Subscription No.20250142682 which 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 Documentse 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: (Idents each 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 any other documents or information here, or refer to an exhibit attached to this Amendment.) ARTICLE A.4 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 information.) This Amendment to the Agreement entered into as of the day and year first written above. OWNER(Signatur L4EMaden,"Austin GER(Signature) BY:Craig Morgan,May Division President (Printed name and title) (Printed name 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 Architects.This document was produced at 11:42:14 4 CDT on 09/03/2025 under Subscription No.20250142682 which 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: (68b76057ba35a93ae72284f0) Additions and Deletions Report for AIA® Document A 133 — 2019 Exhibit A This Additions 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 it,as 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 Deletions Report is provided for information purposes only and is not incorporated into or constitute any part of the associated 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 Kimley Horn on April 30th, 2025 Harrell Parkway Phase A.3 100% Cross Sections as issued by Kimley Horn on April 30th, 2025 Item Price Tree Pruninc $25.000.00- Dewaterine $30.000.00 Tree Removal $3,560.00 Irrigation Repair $4,000.00 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 SnawGlass Contractors,Inc I I 1 1 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. [X ] Established as follows: 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 document was produced at 11:42:14 CDT on 09/03/2025 under Subscription No.20250142682 which 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: (68b76057ba35a93ae72284f0) (Insert a date or a means to determine the date of commencement of the Work.) January 5th,2026 PAGE 3 [ ] Not later than()calendar days from the date of commencement of the Work. [ ] By the following date:December 18,2026 PAGE 4 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 07/05/2026,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: (68b76057ba35a93ae72284f0) Certification of Document's Authenticity AIA Document D401111 — 2003 1,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 11:42:14 CDT on 09/03/2025 under Order No.20250142682 from AIA Contract Documents software and that in preparing the attached final document I made no changes to the original text of AIArl Document A 133TM- 2019 Exhibit A,Guaranteed Maximum Price Amendment,other than those additions and deletions shown in the associated Additions and Deletions Report. (Signed) ` jS►.oQ, 3�c L� N�r+t�AG t7—z (Title) q�10(202� (Dated) AIA Document D401—2003.Copyright©1992 and 2003.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 CDT on 09/03/2025 under Order No.20250142682 which 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: (68b76057ba35a93ae72284f0) C H U B B Surety O + 908.903.3485 202B Halls Mill Road,PO Box 1650 F +908.903.3656 Whitehouse Station,NJ 08889-1650 Federal Insurance Company Liberty Mutual Insurance Company AIA Document A312111- 2010 Payment Bond K42117948(Federal) 022244311(LibertyMutual) Any singular reference to Contractor,Surety,Owner or other party shall be considered plural where applicable. CONTRACTOR SURETY (Name, legal status and address): (Name, legal status and principal place of business): SpawGlass Contractors,Inc. Federal Insurance Company(IN) 1111 Smith Road Austin,Texas 78721 Liberty Mutual Insurance Company(MA) OWNER (Name, legal status and address): City of Round Rock 221 East Main Street Round Rock,TX 78644 CONSTRUCTION CONTRACT Date: August 20,2025 Amount: $49,728,161.00 Forty Nine Million Seven Hundred Twenty Eight Thousand One Hundred Sixty One and 00/100 Dollars Description(Name and Location): Old Settler's Park Buildout–Package 3D Multipurpose Complex Expansion BOND Date(Not earlier than Construction Contract Date): September 3,2025 Amount: $49,728,161.00 Forty Nine Million Seven Hundred Twenty Eight Thousand One Hundred Sixty One and 00/100 Dollars Modifications to this Bond: El None ❑ See Page 4 CONTRACTORS AS PRINCIPAL SURETY Com SppawGIass Co (Corporate Seal) Company: � 11 t t!�� Federal Insurance C p ' erty (Corporate Seal) Mutual Insuranc o y < ••• did a Signature: ent -Austin Region Attorney-i act Name: John A.Prince =,?id•TEXA•� 'San ;eal`(1.1'his 3rd day of September, 2025 (A j1 kbujisignatures appear on the last page of this Performance Bond.) (FOR INFORMATION ONLY—Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE(Architect.Engineer orotherparty) Adams Risk Management Services,LLC 1111 N Loop West Ste.600 Houston,TX T7008 713-869-8346 Printed in cooperation with the American Institute of Architects(VA)by Chubb. The language in this document conforms to the language used in AIA Document A312 r"-2010. Form 15-02-0574-FED(Rev.11/16) 1 L The Contractor and the Surety,jointly and severally,bind themselves,their heirs,executors,administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract,which is incorporated herein by reference,subject to the following terms. 2. If the Contractor promptly makes payment of all sums due to Claimants,and defends,indemnifies and holds harmless the Owner from claims,demands,liens or suits by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract, then the Surety and the Contractor shall have no obligation under this Bond. 3. If there is no Owner Default under the Construction Contract,the Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety(at the address described in Section 13)of claims,demands,liens or suits against the Owner or the Owner's property by any person or entity seeking payment for labor,materials or equipment furnished for use in the performance of the Construction Contract and tendered defense of such claims,demands,liens or suits to the Contractor and the Surety. 4 When the Owner has satisfied the conditions in Section 3,the Surety shall promptly and at the Surety's expense defend,indemnify and hold harmless the Owner against a duly tendered claim,demand,lien or suit. 5. The Surety's obligations to a Claimant under this Bond shall arise after the following: 51 Claimants,who do not have a direct contract with the Contractor, .1 have furnished a written notice of non-payment to the Contractor, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were, or equipment was, furnished or supplied or for whom the labor was done or performed,within ninety(90)days after having last performed labor or last furnished materials or equipment included in the Claim;and .2 have sent a Claim to the Surety(at the address described in Section 13). 5.2 Claimants,who are employed by or have a direct contract with the Contractor,have sent a Claim to the Surety (at the address described in Section 13). G If a notice of non-payment required by Section 5.1.1 is given by the Owner to the Contractor,that is sufficient to satisfy a Claimant's obligation to furnish a written notice of non-payment under Section 5.1.1. 7. When a Claimant has satisfied the conditions of Sections 5.1 or 5.2,whichever is applicable, the Surety shall promptly and at the Surety's expense take the following actions: 71 Send an answer to the Claimant,with a copy to the Owner,within sixty(60)days after receipt of the Claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed;and 7.2 Pay or arrange for payment of any undisputed amounts. 73 The Surety's failure to discharge its obligations under Section 7.1 or Section 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim, except as to undisputed amounts for which the Surety and Claimant have reached agreement.If,however,the Surety fails to discharge its obligations under Section 7.1 or Section 7.2, the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to be due and owing the Claimant. 8. The Surety's total obligation shall not exceed the amount of this Bond,plus the amount of reasonable attorney's fees provided under Section 7.3,and the amount of this Bond shall be credited for any payments made in good faith by the Surety. 9. Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any,under any construction performance bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and the Surety under this Bond,subject to the Owner's priority to use the funds for the completion of the work. Printed in cooperation with the American Institute of Architects(AIA)by Chubb. The language in this document conforms to the language used in AIA Document A312 rm-2010. Form 15-02-0574-FED(Rev.11/16) 2 10 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract.The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond,and shall have under this Bond no obligations to make payments to,or give notice on behalf of,Claimants or otherwise have any obligations to Claimants under this Bond. 1L The Surety hereby waives notice of any change,including changes of time,to the Construction Contract or to related subcontracts,purchase orders and other obligations. 12. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is subject of the Construction Contract is located or after the expiration of one year from the date (1) on which the Claimant sent a Claim to the Surety pursuant to Section 5.1.2 or 5.2,or(2)on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract,whichever of(1)or(2)first occurs.If the provisions of this Paragraph are void or prohibited by law,the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 13. Notice and Claims to the Surety,the Owner or the Contractor shall be mailed or delivered to the address shown on the page which their signature appears.Actual receipt of notice or Claims, however accomplished, shall be sufficient compliance as of the date received. 14 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. I& Upon request by any person or entity appearing to be a potential beneficiary of this Bond,the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. 16. DEFINITIONS 161 Claim.A written statement by the Claimant including at a minimum: .1 the name of the Claimant; .2 the name of the person for whom the labor was done,or materials or equipment furnished; .3 a copy of the agreement or purchase order pursuant to which labor,materials or equipment was furnished for use in the performance of the Construction Contract; .4a brief description of the labor,materials or equipment furnished; .5 the date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; .tithe total amount earned by the Claimant for labor,materials or equipment furnished as of the date of the Claim; .7 the total amount of previous payments received by the Claimant;and, .8 the total amount due and unpaid to the Claimant for labor,materials or equipment furnished as of the date of the Claim. 162 Claimant:An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor,materials,or equipment for use in the performance of the Construction Contract. The term Claimant also includes any individual or entitythat has rightfully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project is located.The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water,gas power, light, heat, oil gasoline, telephone service or rental equipment used in the Construction Contract, architectural and engineering services required for performance of the work of the Contractor Printed in cooperation with the American Institute of Architects(AIA)by Chubb. The language in this document conforms to the language used in AIA Document A312 m-2010. Form 15-02-0574-FED(Rev.II/16) 3 and the Contractor's subcontractors,and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor,materials or equipment were furnished. 163 Construction Contract: The agreement between the Owner and the Contractor identified on the cover page,including all Contract Documents and all changes made to the agreement and the Contract Documents. 16A Owner Default:Failure of the Owner,which has neither been remedied nor waived,to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. 165 Contract Documents.All the documents that comprise the agreement between the Owner and Contractor. 17. If this Bond is issued for an agreement between a Contractor and subcontractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. 18. MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: 18.1 "Claim notices for FEDERAL INSURANCE COMPANY must be sent to the following address: Chubb,PO Box 2191, Chesapeake,Virginia 23327,Attention:Surety Support Team." (Space is provided below for additional signatures of added parties,other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Federal Insurance Company Signature: Signature: Name and Title: Name and Title: Address: Address: Printed in cooperation with the American Institute of Architects(AIA)by Chubb. The language in this document conforms to the language used in AIA Document A312 rm-2010. Form 15-02-0574-FED(Rev.11/16) 4 C H U B B Surety O + 908.903.3485 202B Halls Mill Road,PO Box 1650 F +908.903.3656 Whitehouse Station,NJ 08889-1650 Federal Insurance Company Liberty Mutual Insurance Company AIA Document A312 Performance Bond K42117948(Federal) 022244311(Liberty Mutual) Any singular reference to Contractor,Surety.Owner or other party shall be considered plural where applicable. CONTRACTOR(Name and Address): SURETY(Name and Principal Place of Business): SpawGlass Contractors, Inc. Federal Insurance Company(IN) 11 l 1 Smith Road Liberty Mutual Insurance Company(MA) Austin,Texas 78721 OWNER(Name and Address): City of Round Rock 221 East Main Street Round Rock, TX 78644 CONSTRUCTION CONTRACT Date: August 20,2025 Amount:$49,728,161.00 Forty Nine Million Seven Hundred Twenty Eight Thousand One Hundred Sixty One and 00/100 Dollars Description (Name and Location): Old Settler's Park Buildout–Package 3D Multipurpose Complex Expansion BOND Date(Not earlier than Construction Contract Date): September 3,2025 OW 4?$19,728,161.00 Forty Nine Million Seven Hundred Twenty Eight Thousand One Hundred Sixty One and 00/100 Dollars phis Bond: ® None ❑ See Page 3 C, P Cotner l)(Corporate SeaSURETY �tlaw I G�9]IK`t Company: (Corporate Seal) Federal Insuran*Prince '��Q�S '•••• •� Liberty Mutu y KiGatu t �� Signature: Name n� Tit Da id en Name and i e ident -Austin Region Attorney-in-Fact (Any additional signatures appear on page 3) (FOR INFORMATION ONLY—Name,Address and Telephone) AGENT or BROKER: Adams Risk Management Services,LLC OWNER'S REPRESENTATIVE(Architect,Engineer or other pari)): 1111 N Loop West Ste.600 Houston,TX 77008 713-869-8346 Printed in cooperation with the American Institute of Architects(AIA)by Chubb.The language in this document conforms exactly to the language used in AIA Document A312 December 1984 edition,Third Printing.March 1987. Form 15-02-0279-FED(Rev 1116) A312-1984 1 1 The Contractor and the Surety,jointly and severally, performance and payment bonds executed by a bind themselves, their heirs, executors, administrators, qualified surety equivalent to the bonds issued on the successors and assigns to the Owner for the performance of Construction Contract,and pay to the Owner the amount the Construction Contract,which is incorporated herein by of damages as described in Paragraph 6 in excess of the reference. Balance of the Contract Price incurred by the Owner 2 If the Contractor performs the Construction Contract, resulting from the Contractor's default;or the Surety and the Contractor shall have no obligation under 4.4 Waive its right to perform and complete, arrange this Bond,except to participate in conferences as provided for completion, or obtain a new contractor and with in Sub-paragraph 3.1. reasonable promptness under the circumstances: 3 If there is no Owner Default, the Surety's obligation .1 After investigation,determine the amount for under this Bond shall arise after: which it may be liable to the Owner and,as soon 3.1 The Owner has notified the Contractor and the as practicable after the amount is determined, Surety at its address described in Paragraph 10 below tender payment therefor to the Owner;or that the Owner is considering declaring a Contractor .2 Deny liability in whole or in part and notify the Default and has requested and attempted to arrange a Owner citing reasons therefor. conference with the Contractor and the Surety to be held 5 If the Surety does not proceed as provided in Paragraph not later than fifteen days after receipt of such notice 4 with reasonable promptness,the Surety shall be deemed to discuss methods of performing the Construction to be in default on this Bond fifteen days after receipt of Contract. If the Owner,the Contractor and the Surety an additional written notice from the Owner to the Surety agree, the Contractor shall be allowed a reasonable demanding that the Surety perform its obligations under this time to perform the Construction Contract, but such Bond,and the Owner shall be entitled to enforce any remedy an agreement shall not waive the Owner's right,if any, available to the Owner.If the Surety proceeds as provided subsequently to declare a Contractor Default;and in Subparagraph 4.4, and the Owner refuses the payment 3.2 The Owner has declared a Contractor Default and tendered or the Surety has denied liability, in whole or in formally terminated the Contractor's right to complete part, without further notice the Owner shall be entitled to the contract. Such Contractor Default shall not be enforce any remedy available to the Owner. declared earlier than twenty days after the Contractor 6 After the Owner has terminated the Contractor's right and the Surety have received notice as provided in to complete the Construction Contract, and if the Surety Subparagraph 3.1;and elects to act under Subparagraph 4.1, 4.2, or 4.3 above, 3.3 The Owner has agreed to pay the Balance of the then the responsibilities of the Surety to the Owner shall Contract Price to the Surety in accordance with the terms not be greater than those of the Contractor under the of the Construction Contract or to a contractor selected Construction Contract,and the responsibilities of the Owner to perform the Construction Contract in accordance with to the Surety shall not be greater than those of the Owner the terms of the contract with the Owner. under the Construction Contract. To the limit of the amount 4 When the Owner has satisfied the conditions of of this Bond, but subject to commitment by the Owner of the Balance of the Contract Price to mitigation of costs Paragraph 3,the Surety shall promptly and at the Surety's and damages on the Construction Contract, the Surety is expense take one of the following actions: obligated without duplication for: 4.1 Arrange for the Contractor, with consent of the 6.1 The responsibilities of the Contractor for correction Owner, to perform and complete the Construction of defective work and completion of the Construction Contract;or Contract; 4.2 Undertake to perform and complete the 6.2 Additional legal,design professional and delay costs Construction Contract itself, through its agents or resulting from the Contractor's Default, and resulting through independent contractors;or from the actions or failure to act of the Surety under 4.3 Obtain bids or negotiated proposals from qualified Paragraph 4;and contractors acceptable to the Owner for a contract for performance and completion of the Construction 6.3 Liquidated damages,or if no liquidated damages are Contract, arrange for a contract to be prepared for specified in the Construction Contract,actual damages execution by the Owner and the contractor selected caused by delayed performance or non-performance of with the Owner's concurrence,to be secured with the Contractor. Printed in cooperation with theAmerican Institute of Architects(AIA)by Chubb.The language in this document conforms exactly to the language used in AIA Document A312 December 1984 edition,Third Printing,March 1987. Form 15-02-0279-FED(Rev.11/16) A312-19842 7 The Surety shall not be liable to the Owner or others be deemed deleted herefrom and provisions conforming to for obligations of the Contractor that are unrelated to the such statutory or other legal requirement shall be deemed Construction Contract, and the Balance of the Contract incorporated herein. The intent is that this Bond shall be Price shall not be reduced or set off on account of any such construed as a statutory bond and not as a common law bond. unrelated obligations. No right of action shall accrue on this 12 DEFINITIONS Bond to any person or entity other than the Owner or its heirs,executors,administrators or successors. 12.1 Balance of the Contract Price:The total amount payable by the Owner to the Contractor under the 8 The surety hereby waives notice of any change,including Construction Contract after all proper adjustments have changes of time,to the Construction Contract or to related subcontractors,purchase orders and other obligations. been made, including allowance to the Contractor of any amounts received or to be received by the Owner in 9 Any proceeding,legal or equitable,under this Bond may settlement of insurance or other claims for damages to be instituted in any court of competent jurisdiction in the which the Contractor is entitled,reduced by all valid and location in which the work or part of the work is located and proper payments made to or on behalf of the Contractor shall be instituted within two years after Contractor Default under the Construction Contract. or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform 12.2 Construction Contract: The agreement between its obligations under this Bond,whichever occurs first. If the the Owner and the Contractor identified on the signature page, including all Contract Documents and changes provisions of this Paragraph are void or prohibited by law, thereto. the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to 10 Notice to the Surety,the Owner or the Contractor shall perform or otherwise to comply with the terms of the be mailed or delivered to the address shown on the signature Construction Contract. page. 12.4 Owner Default: Failure of the Owner,which has 11 When this Bond has been furnished to comply with a neither been remedied nor waived,to pay the Contractor statutory or other legal requirement in the location where as required by the Construction Contract or to perform the construction was to be performed,any provision in this and complete or comply with the other terms thereof. Bond conflicting with said statutory or legal requirement shall MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: (Space is provided below for additional signatures of added parties,other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Federal Insurance Company Signature: Signature: Name and Title: Name and Title: Address: Address: Printed in cooperation with the American Institute of Architects(AIA)by Chubb.The language in this document conforms exactly to the language used in AIA Document A312 December 1984 edition,Third Printing,March 1987. Forth 15-02-0279-FED(Rev.11/16) A312-19843 CHUBB' Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by These Presents,that FEDERAL INSURANCE COMPANY,an Indiana corporation,VIGILANT INSURANCE COMPANY,a New York corporation,PACIFIC INDEMNITY COMPANY,a Wisconsin corporation,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Andrew A.Adams,Norman E.Adams,Michael Macomber,John A.Prince and Larry D.Snider of Houston,Texas---- each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than ball bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 10th day of April 2024. �GQ� �4.��� We�.us�►. Rupert HD Swindells.,Assistant Secretary Warren Eich horn.Vine President *COTO 0TV i�"bra 4s1 STATE OF NEW JERSEY County of Hunterdon SS. On this 10th day of AprH,2024 before me,a Notary Public of New Jersey,personally came Rupert HD Swindells and Warren Eichhorn,to me known to be Assistant Secretary and Vice President,respectively,of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY,the companies which executed the foregoing Power of Attorney,and the said Rupert HD Swindells and Warren Eichhorn,being by me duly sworn, severally and each for himself did depose and say that they are Assistant Secretary and Vice President,respectively,of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies;and that their signatures as such officers were duly affixed and subscribed by like authority. Notarial Seal ,c Albert Cann NOTARY PUBLX OF NEW JERSEY No 50207369 ,y uavc Commis—Erb Auisurt 22,2027 Nohry Public CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY on August 30,2016, WESTCHESTER FIRE INSURANCE COMPANY on December 11,2006;and ACE AMERICAN INSURANCE COMPANY on March 20,2009: "RESOLVED,that the following authorizations relate to the execution,for and on behalf of the Company,of bonds,undertakings,recognizances,contracts and other written commitments of the Company entered Into in the ordinary course of business(each a'Written Commitment"): (1) Each of the Chairman,the President and the Vice Presidents of the Company Is hereby authorized to execute any Written Commitment for and on behalf of the Company,under the seal of the Company or otherwise. (2) Each duly appointed attorney-in-fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company,under the seal of the Company or otherwise, to the extent that such action Is authorized by the grant of powers provided for in such person's written appointment as such attorney-in-fact (3) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized,for and on behalf of the Company,to appoint in writing any person the attorney-In- fact of the Company with full power and authority to execute,for and on behalf of the Company,under the seal of the Company or otherwise,such Written Commitments of the Company as may be specified in such written appointment which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company Is hereby authorized,for and on behalf of the Company,to delegate in writing to any other officer of the Company the authority to execute,for and on behalf of the Company,under the Company's seal or otherwise,such Written Commitments of the Company as are specified in such written delegation,which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution,and the seal of the Company,may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED,that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers,employees and other persons to act for and on behalf of the Company,and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." I,Rupert HD Swindells,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY(the"Companies")do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true,correct and in full force and effect, (ii) the foregoing Power of Attorney is true,correct and In full force and effect. Given under my hand and seals ofsaid Companies at Whitehouse Station,NJ,this 3rd day of September,2025 1 ® y. • ® Kit Rupert HD StYiodelis,Assistant Secretary IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER PLEASE CONTACT US AT: Telephone 908 903-3493 Fax(908)903-3656 e-mail:surety@chubb.com Combined:FED-VIG-PI-WFIC-AAIC(rev.11-19) This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company Mutual, The Ohio Casualty Insurance Company Certificate No 8205857-974105 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Andrew A. Adams,John A Prince,Larry D Snider,Michael Macomber,Norman E Adams all of the city of _ Houston state of Ta each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 28th day of June 2021 - Liberty Mutual Insurance Company INSU,q01 INS& 1NSU.0 The Ohio Casualty Insurance Company oaPORlq�C, QJ clipo;Z qy yr opPOkq, ti0 West American Insurance Company 3 o n 1912 0 1919 1991 C Vi Y i r, 0 1 W O S 3fn E Nrd9�Sq cNUS�aa3 y° RAMP dad �S NDIANP da B (GGivry N O 77 + �� xyl + �� ''M • �� y' — @ David M.Carey,Assistant Secretary m State of PENNSYLVANIA County of MONTGOMERY ss o E On this 28th day of June 2021 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance @ Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. > cIN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. O SP PAST a OZ Q4i�N`opry£ F� Commonwealth of Pennsylvania-Notary Seal 00 p '4[Y 9 Teresa Pastella,Notary Public Montgomery County y/�- C O V OF My commission expires March 28,2025 B C s Commission number 1126044 y .� yoQ�G Member,Pennsylvania Association of Notaries Teresa Pastella,Notary Public Q O 4RY l � O VC:) 0 This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual C? O E Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o N a CO ARTICLE IV–OFFICERS:Section 12.Power of Attorney. °O 7CD o @ Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the 7 -o > President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety m CU � any and all undertakings,bonds,recognizances and other surety obligations.Such attomeys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall -a have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed,such o a) Z L) instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under the m provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ri Q ARTICLE XIII–Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make, execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation–The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization–By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attomey of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 3rd day of September 2025 P�1NSU� P5'11 INS& \NsUl�+,9 J=`oNPORg Qym �J?°oPpoRgr��q� VProaPORgT�yC+ 1912a 1919 1991 W o a 3° y. 1. ��9 SgcNus�'�-da3 %�RAMPS dam YS �NOIANP ,ya By: C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02/21 CHUBB Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by These Presents,that FEDERAL INSURANCE COMPANY,an Indiana corporation,VIGILANT INSURANCE COMPANY,a New York corporation,PACIFIC INDEMNITY COMPANY,a Wisconsin corporation,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Andrew A.Adams,Norman E.Adams,Michael Macomber,John A.Prince and Larry D.Snider of Houston,Texas---- each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this IOW day of April 2024. Rupert HD Swindells.Assisnot Secerary Warren Eichhorn.Vim Prrsldent 0 STATE OF NEW JERSEY County of Hunterdon ss. On this ION day of April,2024 before me,a Notary Public of New Jersey,personally came Rupert HD Swindells and Warren Eichhorn,tome known to be Assistant Secretary and Vice President,respectively,of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY,the companies which executed the foregoing Power of Attorney,and the said Rupert HD Swindells and Warren Eichhorn,being by me duly sworn, severally and each for himself did depose and say that they are Assistant Secretary and Vice President,respectively,of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies;and that their signatures as such officers were duly affixed and subscribed by like authority. Notarial Seal Albert Caettrio NOTARY PtXKX OF NEW JERSEY rprMr No 50207369 uutc Commission Expw-Au Ernt 72,70¢7 Notary hWle CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY on August 30,2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11,2006;and ACE AMERICAN INSURANCE COMPANY on March 20,2009: 'RESOLVED,that the following authorizations relate to the execution,for and on behalf of the Company,of bonds,undertakings,recognizances,contracts and other written commitments of the Company entered into in the ordinary course of business(each a'Written Commitment"): (1) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company,under the seal of the Company or otherwise. (2) Each duly appointed attorney-in-fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company,under the seal of the Company or otherwise, to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney-In-fact (3) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized,for and on behalf of the Company,to appoint in writing any person the attorney-in- fact of the Company with full power and authority to execute,for and on behalf of the Company,under the seal of the Company or otherwise,such Written Commitments of the Company as may be specified in such written appointment,which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized,for and on behalf of the Company,to delegate in writing to any other officer of the Company the authority to execute,for and on behalf of the Company,under the Company's seal or otherwise,such Written Commitments of the Company as are specified in such written delegation,which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution,and the seal of the Company,may be affixed by facsimile on such Written Commitment or written appointment or delegation FURTHER RESOLVED,that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers,employees and other persons to act for and on behalf of the Company,and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested.' 1,Rupert HD Swindells,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY(the"Companies")do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true,correct and in full force and effect, (ii) the foregoing Power of Attorney is true,correct and in full force and effect Given under my hand and seals of said Companies at Whitehouse Station,NJ,this 3rd day of Septembert202(5 Rupert HD Sit•irtdHls.Assistant Sectrtary IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER PLEASE CONTACT US AT: Telephone 908 903-3493 Fax(908)903-3656 e-mail:surety@chubb.com Combined:FED-VIGPI-WFIC-AAIC(rev.11-19) This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company Mutual® The Ohio Casualty Insurance Company Certificate Na 8205857-974105 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Andrew A. Adams,John A.Prince;Larry D Snider,Michael Macomber,Norman E Adams all of the city of Houston state of TX each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 28th day of June 2021 Liberty Mutual Insurance Company 1Nsu. -,I1 INS& tNsuR The Ohio Casualty Insurance Company oaPOgTq'1n c13,o c, PORgr`9y UPS°aPORarq'!'n West American Insurance Company Fo m W 3 1912 Q 1919 1991 0z7 By. U io ra David M Carey,Assistant Secretary c`o State of PENNSYLVANIA ss w N County of MONTGOMERYo E On this 28th day of June 2021 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance M .0 0cu Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes 'n therein contained by signing on behalf of the corporations by himself as a duly authorized officer. > cIr- IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. O CU j p, PAST 0_0 O Fi pNµ- 1 Commonwealth of Pennsylvania-Notary Seal N O I�Q pJ'� F'411<, Teresa Pastella,Notary Public Q 75. Montgomery County C r0 O @ OF My commission expires March 28,2025 By- C: Commission 'USY1:,4 Member,Pennsylvania Asocation of Notaries number eresa Pastella,Notary Public _Q O r0 �TA� O C:) O This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 3 O Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o M a ARTICLE IV–OFFICERS:Section 12 Power of Attorney. 000 0 o m Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the 6 a President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety �CO ami any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall-0100 have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such Co m Zo instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under the fl ra provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. n LL ARTICLE XIII–Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make, execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation–The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization–By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 3rd day of September , 2025 P�1NSu� 01 INS", %Nsu - J 3o°aPo�roy0 QJ3`pnPOggr�'Pgy� VP=°pPos�T��(.� o m 1912 0 1919 0 2 1991 _144- 0 dji9sS4cH°se.aD QZFh S' $ By — * *� �y1 A*Psq Dr� a rs� * �da Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02/21 Have a complaint or need help? Tiene una queja o necesita ayuda? IMPORTANT NOTICE AVISO IMPOR TANTE If you have a problem with a claim or your premiums, call Si tiene un problema con un reclamo o las primas,llame your insurance company first. If you can't work out the primero a la empresa de seguros.Si no puede resolver el issue, the Texas Department of Insurance may be able to problema,el Departamento de Seguros del estado de Tejas help. puede ayudar. Even if you file a complaint with the Texas Department of Si registra una queja con el Departamento de Seguros del Insurance, you should also file a complaint or appeal estado de tejas,tambien debe presentar una queja o through your insurance company. If you don't, you may apelacion a traves de su compania de seguros.Si no to hace lose your right to appeal. puede perder su derecho de apelar. To get information or file a complaint with CHUBB: Para obtener informacion o registro de una queja con CHUBB: Call Toll-free:1-800-36-CHUBB 11ame al:1-800-36-CHUBB Mail: Eastern Claim Service Center Correo: Eastern Claim Service Center 600 Independence Parkway 600 Independence Parkway Chesapeake,VA 23320 Chesapeake,VA 23320 Attn: Surety Support Attn: Surety Support Phone: 800-252-4670 Fax: 800-664-5358 Telefono: 800-252-4670 Fax: 800-664-5358 Email: ecsc.claims@chubb.com Correo electronico: ecsc.claims@chubb.com To get help with an insurance question or file a complaint Para ayuda con una pregunta de seguros o registrar una with the state: queja con el estado: The Texas Department of Insurance El Departamento de Seguros del Estado de Tejas Call with a question: 1-800-252-3439 Preguntas: 1-800-252-3439 File a complaint: www.tdi.texas.gov Quejas: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov Correo electronico: ConsumerProtection@tdi.texas.gov Mail: MC-111-iA,P.O.Box 149091 Correo: MC-111-1A,P.O.Box 149091 Austin,TX 78714-9091 Austin,TX 78714-9091 Form 15-10-0347(Rev.2/23) Liberte Mutual. SURETY TEXAS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call toll-free for information or to Usted puede llamar al numero de telefono gratis make a complaint at para informacion o para someter una queja al 1-877-751-2640 1-877-751-2640 You may also write to: Usted tambien puede escribir a: 2200 Renaissance Blvd.,Ste. 400 2200 Renaissance Blvd., Ste. 400 King of Prussia,PA 19406-2755 King of Prussia,PA 19406-2755 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion coverages, rights or complaints at acerca de companies, coberturas, derechos o 1-800-252-3439 quejas al 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros Consumer Protection(I I I A A) de Texas Consumer Protection(I l I-I A) P.0. Box 149091 P. 0. Box 149091 Austin,TX 78714-9091 Austin,TX 78714-9091 FAX: (512)490-1007 FAX#(512)490-1007 Web: hM;//www.t i.texas.gov Web: hMl://www.tdi.texas.jzov E-mail: Cg nsumerProtection(a..tdi.texas.g_ov E-mail: CongumerProtection tdi texas gov_ PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Should you have a dispute concerning your Si tiena una disputa concerniente a su prima o a premium or about a claim you should first un reclamo, debe comunicarse con el agente o contact the agent or call 1-800-843-6446. primero. Si no se resuelve la disputa, puede If the dispute is not resolved, you may contact the entonces comunicarse con el departamento (TDI) Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR UNA ESTE AVISO A SU POLIZA: POLICY: This notice is for information only and does not Este aviso es solo para proposito de informacion become a part or condition of the attached y no se convierte en parte o condicion del document. documento adjunto. NP 70 68 09 01 LMS-15292 10115 i z r 90% GMP R1 CITY OF ROUND ROCK OLD SETTLER'S PARK BUILDOUT PROJECT Harrell Parkway Package 3A.3 July 21st, 2025 � 46 rh �' .y • fel .� � op TABLE OF CONTENTS TAB 1 TAB 6 GUARANTEED MAXIMUM PRICE PROPOSED GMP BREAKDOWN PROPOSAL FORM TAB 2 TAB 7 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 , �4 Providing the Absolute Best Construction Experience 1 . Project Cost Summary 90% CD GMP OVERVIEW SpawGlass 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 $ 9,195 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 Tcq Lt r- W e+%,ze 1, Tyler Wenzel, Project Executive v ..AVE ..:, z.. 1 . Providing the Absolute Best Construction Experience 1 . Executive Summary 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 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. 't PROJECT TEAM Ate, ,N 11!• NH I •I1 J t`/ �1 •I t � { F �t SpawGlass Providing Absolute Cons"ction ORGANIZATION CHART LEGEND Management Support Team Lead/Single Point-of-Contact On-site Team Safety CITY OF ROUND ROCK M Preconstruction/Esti mating Support DAVID PADEN1 AR I TOM MCCLANAHAN DIVISION PRESIDENT SENIOR ESTIMATOR JOEY GEORGE ADAM WARDEN OPERATIONS MANAGER ESTIMA JUAN MARQUEZ BRIAN CLAXTON AFETY COORDINATOR BIM/VDC COORDINATOR TYLER WENZEL PROJECT EXECUTIVE/ PRECONSTRUCTION SERVICES MANAGER PARKER BLASCHKE _ c':_ HARRISON HOLLEY SENIOR PROJECI MANAGER SENIOR SUPLRINiENDENI © ASSISTANT PROJECT MANAGERS © ASSISTANT SUPERINTENDENTS DAYLON DYESS QUALITY CONTROL COORDINATOR 1 , t i 6 Providing the Absolute Best Construction Experience 1 . List of Documents 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 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 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-WAY TRAFFIC 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" DIA TO 60" 4/30/2025 R-76-SAFETY END TREATMENT SETP-CD PIPE CULVERTS TYPE II -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-4SB15 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 4/30/2025 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 I , A ' A • -� .. - ra_ I• � l / I 1 Providingthe Absolute Best Constrction Experience 1 1 , 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 Requirements and General Conditions 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 — Existing 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 08 — Openings Division 09 — Finishes Division 10 — Specialties Division 11 — Equipment Division 12 — Furnishings Division 13 — Special Construction Division 14 — ConveyingEquipment 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. 2. 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 1 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. k T ` AB 6 PROPOSED GMP BREAKDOWN SpawGlass 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 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 $ 21.25 100.00 Harrell Parkway 3A.3 100% GMP Estimate Date:07/10/2025 Page 1 of 1 Documents Date: 04/30/2025 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 i 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: 07110/2025 Page 1 of 2 Documents Date: 0413012025 ITEI COST COST i SF % OF TOTAL Indirect Costs . . Builder's Risk Insurance 9,195 0.03 j 0.13 % General Liability Insurance 55,169 0.17 0.78 Payment and Performance Bonds 61,761 0.19 0.87 % Escalation _ L _ _ 123,202 0.37 1.74 % Contractor's Contingency 212,190 0.64 I 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:0413012025 Detail Report (Direct Costs Only) Harrell Parkway 3A.3 100% G M P 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 6,160,108 Div. 01 - General Requirements 716,4251 General Requirements 716,425 MOBILIZATION 1.0 LS 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. 02 - Existing 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.) — I— 1.0 Each 2,350.00 2,350 REMOVING CONC (PAV) 685.0 SY 32.00 21,920 REMOVING CONC (RIPRAP) 143.0SY 29.00 4,147 REMOVING CONC (SIDEWALKS) 240.0 SY 18.00 4,320 REMOVING CONC (CURB) I 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: 07/10/2025 Page 1 of 5 Documents Date:04/3012025 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 I 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. r3 - Concrete 3,440,638 !; 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 i 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 (4SB15) 2,072.5 LF 190.00 393,775 PRESTR CONC SLAB BEAM (5SB15) 2,808.5 LF 186.00 522,381 RAIL(TY C411) 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 r • 80,800 Masonry/ Stone 80,800 RIPRAP (STONE PROTECTION)(18 IN) 489.7 CY 165.00 80,800 Div. 05 - Metals 290,699 Harrell Parkway 3A.3 100% GMP Estimate Date: 0711012025 Page 2 of 5 Documents Date: 0413012025 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. 26 - Electrical 162,856! Electrical 162,850 DRILL SHAFT(RDWY ILL POLE) (30 IN) 40.0 LF 379.00 15,160 IN RD IL (TY SA) 4OB-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 CONDR(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. 31 Earthwork 425,5821 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 GR1&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.3 100% GMP Estimate Date: 0711012025 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) 7 420.0 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 Div. 32 - Exterior Improvements 849,865 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. i 6.00 3,804 Tragic 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)GF1 (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 1.35 500 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: 0711012025 Page 4 of 5 Documents Date: 0413012025 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 Utilities 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 1I) (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: 0711012025 Page 5 of 5 Documents Date:0413012025 AB 7 MASTER PROJECT SCHEDULE `iM1Y,1 Sp awGlass Activity ID Activity Name Ong Rem Start Finish % Total ?5 2026 2027 Dur Dur Float -------------------- Miiestones - 775 381 237eb-24A 22-Mar-27 50.84% 28 EartyProcurement 270 0 23-Feb-24A 23-Jan-25A 100% �j jrj�rjt; 2-Lakeview 498 50 26-Jan-24 A 01-W-25 89 96% 7 ��Itp�ippr; 3A1-Harrell Pkwy,Lakeview Parking&Apex Fields Relocation 496 110 15-Jan-24A 30-Dec-25 77-82% 22 :$k'l:JHppo 0(*y 3A2-Harrell Pkwy 599 230 15-Jan-24A 18-jun-26 616% 220 ;*t:HS 3A3-Harrel Pkwy(Bridge) 696 327 15-Jan-24 A 03-Nov-26 53.02% 123 ;3A A2180 "SG receipt of Package 3A 3 30%Drawings 5 0 15-Jan-24A 15Jan-24 A 100% �� 1 l?p A2190 DevelopmentofPackage 3A360%Drawings 61 0 03-Jun-24A 19aWg-24A 100% 00-0 A2200 SG Receipt of Package 3A.3 60%Drawings(Target Date 09.17.24) 1 0 19AW-24 A 119-,Aug-24 A 100% "T-V" A2220 Development of Package 3A3 100%Drawings 30 1 14-0d-24A 23-Jul-25 96-67% 77 :DAV910prh8it'Oki P9Cl(Ap6, A2230 SG receipt of Package 3X3 100%Drawings(Target Date 11.05.24) 1 0 28-Apr-25A 3GApr-25A 100% J A2240 City review of Package 3A 3 100%Drawings 10 0 01-Ma)r-25 A 06-May-25A 100% �pYigvj p� gQ 3 1 A2250 Final plan revisions for Package 3A.3 10 10 24JuQ5 06-Aug-25 0% 132 b 1 Irial pfe�re ¢ioj� forF>a Package 3A3 30%Drawings 90 0 15-Jan-24A 22-Mar-24A 100% DF�wK�9 A1870 SG provide constructabiity review comments on 30%Package 3A.3 drwgs 5 0 15-Jan-24 A 17Jan-24 A 100% IFivIBMlbdrftdfettt�Or130° A1880 Conduct page flip meeting reviewing 30%Package 3A3 drwgs 5 0 17-Jan-24 A 17-Jan-24 A 100% r1Q Mvl�ll. 3076 r"N 49; A1890 **SG solicit 30%Package 3A3 drawings for budgeting 15 0 22-Jan-24A 19-Feb-24 A 100% i3 d18NkryS�q bldp8 A1900 SG compile pr ing for 30%Package 3A.3 drawings 4 0 191A 27-Feb-24 A 100% ,'iQ�q��pg¢;�3 d�vlip9 A1910 SG submit budgetary pricing for 30%Package 3A 3 drawings 1 0 28-Feb-24 A 28-Feb-24 A 100% ;Ptjgigfp(09%P�g1�e;3A. A1920 Pinner provide comments on 30%Package 3A.3 drwg budgetary numbers 5 0 29-Feb-24 A 15-Mar-24 A 100% riiiiiiii 6h'3'6%' 3A 3 A1930 SG revise Package 3A 3 pricing according to owner comments 5 0 15adar--24A 22-Mar-24A 1DO% .3;0 9doDltLr Sd - rrrr n•r. Package 3A.3 60%Drawings 38 0 2SAug-24A 04-Oct-24A 100% 9;9Q%L1mv�i�gS:; A2260 SG provide constructabi review comments on 60%Package 3A.3 d s 5 0 26-Aug-24 A 05-38 24A 100% itY 9 n^9 -Au9 � tiMy,rcriowimmme A2280 **SG solicit 60%Package 3A3 drawings for budgeting 15 0 12Sep-24 A 30Sep 24 A 100% 6 ppm /l drp j�g$ A2290 SG compile pricing for 60%Package 3A 3 drawings 4 0 30Sep-24 A 03-0d-24 A 100% Rr!-, (oi"N Package 3A. A2300 SG submit budgetary pricing for 60%Package 3A.3 drawings 1 0 04-0d-24 A 04Oct-24 A 100% Odic�f:F 60%Pi Stan Date: 15-Jan-24 rfr. A tual Work ♦ ♦Milestone CoRR OSP - Preconstruction Schedule Finish Date: 22-Mar-27 Remaining Work VmmmmT Summary WBS Layout All Activities Data Date: 23-Jul-25 rfr. Critical Remaining Work ■® Level of Effort Page 1 of 3 Run Date 23-Jul-25 Ax"ID Activity Name Orig Rem start Finish % Total ?5 2026 ZO-27 Dur Dur Float a A2330 SG provide construdabdity review comments on 100%Package 3A3 drwgs 5 0 30-Apr-25 A 07-111 A 100% prolAd9Aons"Clabiity;rB A2350 SG solicit 100%Package 3A 3 for GMP 20 0 12-May-25 A 05-Jun-25 A 100% apij9t!pQ�q'c gV: A2360 SG compile GMP for Package 3A3 from 100%drawings 4 0 06-Jun-25 A 12Jun-25A 100% bQrjtP414 GMP fqr;, ' A2370 SG submit GMP for Package 3A 3 1 0 12-Jun-25A 16Jun-25A 100% :66 60 :6lURfib f A2380 Owner/Design Team revia w GMP for Package 3A.3 and provide comments 5 0 16-Jun-25A 10-Jul-25A 100% 19Vi9 A2390 SG review comments for Package 3A3 GMP and revise accordingly 4 0 11 Jul-25 A 16-Jul-25 A 100% 3 t9v19W COrnRl9ri S fgr,F A2400 SG resubmit Package 3A.3 GMP 1 0 17-Jul-25A 23Jul-25A 100% ;$(y`;rpgijtirij pjaOii IlA; A2410 Owner forward Package 3A.3 GMP to CoRR City Council 10 10 24-Jul-25 06-Aug-25 0% 77 6;C7vjr�e%�grj�j�by li ri A5430 CoRR City Council approval process for Package 3A3 GMP 30 30 07-Aug-25 18Sep-25 0% 77 :OC 44R Gty�CWr�IC A A5420 SG provide CoRR fist of recommended priority subcontractors for approval 1 1 05Sep-25 05-Sep-25 0% 81 SR pr :cARtR16t of, A5410 CoRR provide approval for recommended subcontractors 5 5 08-Sep-25 12Sep-25 0% 81 '+; I�l;ppVlCl9 Bpprilkr�l Buy-W and Contract Administration 55 55 07alug-25 2340G 25 0% 77 ;$yyW j�4 A2420 SG conduct buyout meetings for preliminary scopes of work for Package 3A.3 20 20 07-Aug-25 04Sep-25 0% 81 0; ggrjw Wiiio 6W A2430 SG administer contracts to subcontractors for Package 3A 3 10 10 19-Sep-25 02-01 0% 77 A2440 Subcontractors review SG subcontract for Package 3A-3 5 5 03-W-25 09-0d-25 0% 77 Slrbl6rltF�dtOrblOJi6Jv A2450 SG finalize and execute subcontracts for Package 3A.3 5 5 10-0d-25 16-0d-25 0% 77 :w;SG MAN&:and OX9Wt A2460 Mobilization of preliminary subcontractors for Package 3A.3 5 5 17-0d-25 23-01 0% 77 ;r :MObiimtpn;gf plli6ill Submittals 40 40 24-Oct-25 22-Dec-25 0% 244 ;Sy4rjri {a A2470 "Submittals-Long lead materials for Package 3A.3(Elec,Bridge Elements) 40 40 24-Cd-25 22-Dec-25 0% 244 ",'!$a4rn`A� iiigg Procurement 100 100 23-Dec-25 14-May-26 0% 244 : ichpftjr¢irjen� A2480 "Procurement-Long lead materials for Package 3A3(Elec,Bridge Elements) 100 100 23-Dec-25 14-May-26 0% 244 r" ®®M MIMS M. , r A5480 Demolition of existing site elements 20 20 05-Jan-26' 30Jan-26 0% 31 ;ti;D�Itidl00rf b[ A5490 Underground utilities 40 40 05-Jan-26 27-Feb-26 0% 121 UfrdOr�td,n!i A5560 Drip piers and construct footings for bridge structure 60 60 02-Feb-26 24-Apr-26 0% 31 ;F;:[g0tpgC3:aMd A5570 Construct abutments columns and bents 50 50 30-Mar-26 08-Jun-26 0% 31 c:O,gnw(m,Cj A5580 Erect precast girder beams and place bridge concrete 40 40 09Jun-26 03 Aug-26 0% 31 ;d6 A5500 Construct roadway and sidewalks 40 40 07-Jul-26 31-Aug-26 0% 31 :k'ct;Cbh*d A5510 Irrigation 20 20 01-Sep-26 29-Sep-26 0% 31 A A5530 Install light poles 10 10 01 Sep-26 15-Sep-26 0% 51 P;Rist ll lk A5520 Landscaping 20 20 16-Sep-26 13-W-26 0% 31 '41 i enG Start Date 15-Jan-24 Actual Work ♦ ♦Milestone CoRR OSP - Preconstruction Schedule Finish Date: 22-Mar-27 Remaining Work TOmmmV Summary WBS Layout All Activities , Data Date: 23-Jul-25 Critical Remaining Work — Level of Effort Page 2 of 3 Run Dale 23-Jul-25 9 Activity ID Activity Name Ong2026 2027 Dur Dur Float A A5540 Install site furnishings I Me signage 20 20 30-Sep-26 2740ct-26 0% 31 ;;R;Its A5550 Punchlist and Closeout 15 15 14-W-26 03-Nov-26 0% 31 to j 3B-Tennis/PrJdebal 656 120 31 Jan-24A 14-Jan-26 81.71% -15 = jr{alAic�de 3B-Maintenance Area 515 152 22 Jan-24 A 27-Feb-26 70.49% 298 %I`A¢��grjqrim ' 3C-Rock'N River 780 165 12-Feb-24A 18-Mar-26 78.85% 10 =Ro}kNI 3C-Rec Center Complex-Site 310 0 25-Jan-24 A 09-Apr-25A 100% V GOTP�K`C5R' 3C-Rec Center Complex-Buildings 736 373 25Jan-24 A 12Jan-27 49.32% 77 3D-Mu&Rurpose Center Expansion 785 422 25-Jan-24A 22-Mar-27 46.24% 28 Start Date15-Jan-24 f� Actual Work ♦ ♦Miestone l OSP -Preconstruction Schedule Finish Date: 22-Mar-27 =3,� Remaining Work VmwmOV Summary .WBS Layout All Activities Data Date: 23-Jul-25 fr. Critical Remaining Work ® Level of Effort Page 3 of 3 Run Dale 23-Jul-25 PROCUREMENT PACKAGE STRATEGY r, a r �x S awGlass p Providing Absolute Best Construction Experience 1 . 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 II - 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. .r i SpawGlass Contractors, Inc. 1111 Smith Road Austin, TX 78785 512-719-5251 www.SpawGlass.com Connect with us today! ®_ x @ 91 ; :