Loading...
R-2023-041 - 2/9/2023 RESOLUTION NO. R-2023-041 WHEREAS, the City of Round Rock has duly advertised for bids for the Heritage Trail West Project, and WHEREAS, while only one bid was received from Patin Construction, LLC, the City Council has determined that the bid is acceptable, and WHEREAS, the City Council wishes to accept the bid of Patin Construction, LLC, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City a contract with Patin Construction,LLC for the Heritage Trail West Project. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 9th day of February, 2023. -, A Z CRAIG M AN, or City of Ro nd Roc exas ATTEST: 1 MEAGAN VINKS, ity Clerk 0112.20232:4878-2484-0781 ■■■ H A L F F SMARTER SOLUTIONS 13620 BriarwiDrive, Suite 100 ■■■ Austin, tin, Texas 78729 ■■■ (512)777-4600 January 19, 2023 Katie Baker, Park Development Manager City of Round Rock 301 W. Bagdad Ave. Round Rock, TX 78664 Letter of Recommendation: Heritage Trail West Dear Ms. Baker: As you are aware the bid process for the above referenced project is complete and one contracting company successfully submitted bids for this project. Based upon contractor qualifications, references, and the current construction market; Halff Associates recommends Patin Construction, Taylor, TX be awarded the contract for this project for the base bid amount of$19,500,000 Respectfully submitted, Brandon Hay, PLA Landscape Architect I Project Manager Halff Associates, Inc. - Austin Format of Submitted Proposal Cover Sheet Tab A. Bind Bond Tab B. Proposal Form Tab C. Questionnaire 1. Basic information 2. Organization 3. Experience Tab labeled 3.1) Insert Current Project List Tab labeled 3.2) Insert Past Project List Tab labeled 3.5) Insert Claims and Suits Explanation Tab labeled 3.6) Insert up to ten projects constructed inside Austin-Round Rock MSA Tab labeled 3.7) Insert 00410 Statement of Bidders Safety Experience and attached OSHA 200,300 Logs 4. Financial Information Tab labeled 4.1) Insert Financial Statement or provide in sealed envelope Tab labeled 4.7) Insert Certificate of Insurance(s) 5. Proposed Personnel Tab labeled 5.1) Insert Personnel Resumes Tab labeled 5.2) Insert Team Projects 6. Proposed Plan, Schedule, and Quality Control Program Tab labeled 6.8) Insert Construction Schedule 7. Ability to Meet Project Schedule Questionnaire Signature/ Acknowledgment EXHIBIT "A" FORM 1295 INSTRUCTIONS Pursuant to Section 2252.90 of the Texas Government Code, as of January 1, 2016,any business entity entering into a contract with a local government that requires approval of the governing body must submit a disclosure of interested parties (Form 1295) to the local government prior to the execution of the contract. The Texas Ethics Commission (TEC) has created an electronic filing application for business entities to submit the required information and generate the required form. The City of Round Rock may not enter into a contract that requires the approval of the City Council until the business entity files a Form 1295 with the City Clerk. Please follow the instructions below to file your Form 1295 with the TEC and the City of Round Rock: • Upon being notified of a bid award,the award recipient("business entity")must go to the following website: https: 'www.ethics state tx.us filinginfo 1295:and follow the login instructions on the website application to complete a Form 1295. ✓ If this is a business entity's first time logging on to the website application, the business entity must create a Username and Password and then follow the application's instructions to complete a Form 1295. ✓ The City does not have a Contract ID Number System. Please insert 000000 and the project name in this box. Do not put the resolution number of the initial agreement if this is a supplemental agreement -only put the project name. ✓ Even if a business entity has no interested parties, Form 1295 still must be completed using the website application and filed with the City Clerk. Please note that there are very few instances that a business will not have any interested parties. Visit the TEC's FAO page for the definition of an interested party. ✓ If a business is publicly traded, they are exempt from having to complete a Form 1295. Please e-mail the City Clerk stating such. • The business entity MUST print and sign the completed Form 1295 once it has been accepted by the TEC and no longer has DRAFT stamped on it. ✓ The signed Form 1295 must be scanned and e-mailed directly to the City Clerk at mspinksia!roundrocktexas.gov as soon as it is completed. DO NOT send the form back to the Purchasing Department, Project Manager, or mail it with signed original agreements/contracts. ✓ The City Clerk only has 30 days from receipt to acknowledge the form in the TEC system. If you do not return it to the City Clerk promptly, and the 30 days has expired when she receives it, you WILL have to complete another one. • A new Form 1295 is required for each contract a business entity enters into with the City of Round Rock, including Supplementals, Amendments, and Change Orders. • A Form 1295 cannot be handwritten. It must be completed electronically through the TEC website application. If you have any questions regarding the process of filing Form 1295 with the City, please contact: Meagan Spinks,City Clerk Phone: (512)218-6644 E-mail: mspinks'a roundrocktcxas.gov If you have questions regarding the actual form or the online filing application, please visit the TEC's FAQ page: https::.`www.ethics.state.tx.us resources FAQ&TA(ZForm l 295.phn Revised 1027'2021 M Spinks Page I of I 00150 QUESTIONNAIRE City of Round Rock, Texas Questionnaire: Section 00150 Request for Competitive Sealed Proposals for Parks and Recreation Round Rock, Texas 78664 QUESTIONNAIRE Please provide the following information in the same sequence and in the same format contained herein.This form may be retyped at the proposer's option. Supplemental materials providing additional information in response to any question may be attached(and must be numbered to correspond to the number of the question),but the information requested below is to be provided in this format. 1. Basic Information: 1.1 Name of organization: Patin Construction LLC 1.2 Address of principal office: 3800 W.2nd Street, Taylor, TX 76574 1.3 Telephone number and facsimile number of principal office: 512-269-1071 1.4 Form of business organization(e.g., corporation, partnership,joint venture): LLC 1.5 Year founded: 2007 1.6 Individual named as primary contact(including telephone number if not at principal offtce): Tim Patin, President Jimmy Patin,Vice President 2. Organization: 2.1 How many years has your organization been in business in construction in its current capacity? 15 2.2 How many years has your organization been in business under its present name? 15 2.3 Under what other former names has your organization ever operated? None 2.4 If your organization is a corporation, answer the following: (a)date and state of incorporation, and (b)names and titles of all corporate officers. 3-29-2007, Texas. Tim Patin-President, Jimmy Patin-Vice President 2.5 If your organization is a partnership, answer the following: (a)date of organization; (b) type of partnership (if applicable); and (c) the names of all general partner(s). See Above. Limited Liability Company LLC 2.6 If your organization is individually owned, answer the following: (a) date of organization; and(b)name of owner. 2.7 If the form of your organization is other than those listed above: (a) describe it; and(b) name the appropriate owners, officers, principals, etc. 2.8 Is your organization authorized to do business in Texas? Yes :3. Experience: 3.1 Current Work: Attach a list of all projects your organization is currently constructing. For each such project provide: See Attached (a) the name, and for whom constructed; (b) location; (c) general nature of the project; (d) construction procurement method (e.g., competitive bid); (e) nature of your services(e.g., general contractor); (f) contract amount; (g) size in square feet; (h) percent complete; and (i) scheduled completion date, including name of owner(and contact person with contact information) and architect(and contact person with contact information). 3.2 Work Over Past Five Years: Attach a list of major projects(particularly any facilities related to this project)constructed by your organization over the preceding five-year period. For each such project provide: See Attached (a) the name, and for whom constructed; (b) location; (c) general nature; (d) construction procurement method(e.g.,competitive bid); (e) nature of your services(e.g., general contractor); (f) contract amount; (g) size in square feet; (h) original construction budget and actual cost of construction at completion. Describe difference if necessary. (i) start date, completion date, and original construction schedule duration 0) name of owner, including contact person and contact information (k) name of architect, including contact person and telephone number. (1) name of project manager and superintendent 3.3 List the categories of work that your organization normally performs with its own forces. On this project, do you propose to do any work with your own forces? If so, please describe what work you plan to self-perform. Sitework, Concrete, Utilities, Roadway 3.4 List any subcontractors in which your organization has some ownership and list the categories of work those subcontractors normally perform. To be Determined after award 3.5 Claims and Suits: If the answer to any of the questions in this Paragraph 3.5 below is "yes", please attach full details. 3.5.1 Has your organization ever failed to complete any work awarded to it? (Your answer to this question 3.5.1 must include any matters involving your No organization and its officers or principals in their current or any past positions) 3.5.2 Are there any pending or outstanding judgements? No 3.5.3 Are there any pending or outstanding claims? No 3.5.4 Are there any pending or outstanding arbitration proceedings? No 3.5.5 Are there any pending or outstanding lawsuits? No 3.5.6 Within the preceding five years, has your organization filed any lawsuits or requested arbitration with regard to any construction contract? No 3.5.7 Within the preceding five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? No 3.6 List up to ten projects of like size, scope and complexity your organization has performed, if any, inside the Austin- Round Rock MSA and date those projects were completed. See Attached 3.7 Describe your firm's job site safety program for this project and specific safety policies in which each employee must be in compliance. 3.7.1 Form 00410 and OSHA 200-300 logs for the last three (3) years. See Attached 4. Financial Information: 4.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement, showing the following items: Available upon request 4.1.1 Current assets (e.g. cash,joint venture accounts, accounts receivable, notes receivable, accrued income,deposits, materials inventory, and prepaid expenses). 4.1.2 Non-current assets (e.g., net fixed assets, other assets). 4.1.3 Current liabilities (e.g., accounts payable, current notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes). 4.1.4 Non-curent liabilities (e.g., notes payable). 4.1.5 Capital accounts and retained earnings (e.g.,capital, capital stock, authorized and outstanding shares par value, earned surplus and retained earnings). 4.2 Name and address of firm that prepared the attached financial statement and date thereof. 4.3 Is the attached financial statement for the identical organization named under Question 1.1 above? If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent, subsidiary). 4.4 Will the organization whose financial statement is attached act as a guarantor of the proposed contract for construction (answer this question only if your answer to 4.3 is "no")? 4.5 Provide name,address, contact person, and phone number for your bank reference. 4.6 Surety and Agent: Provide the: (a) name of your bonding company; and(b) the name and address of your agent. Payment and performance bonds for 100%of the Guaranteed Sum will be required. 4.7 Insurance: Provide the: (a) types; (b) limits; (c)carriers; (d)expiration dates(or attach a copy of a current Certificate of insurance) for all insurance policies currently maintained by your organization, including Commercial General Liability, Automobile Liability, Excess (Umbrella) Liability, Worker's Compensation and Employers' Liability, and (e) name, address, and phone number of your insurance agent. 5. Proposed Personnel for this Project: 5.1 Personnel: Identify the specific Project Manager(s) and Job Site Superintendent(s)who would work on this project. If any of these individuals will not be assigned on a full time basis to this project, identify those individuals and describe their other responsibilities. Attach a resume with their city of residence listed and list of references with phone numbers, for each individual identified. The identified Project Manager(s)and Job Site Superintendent(s) shall be assigned to the project through final completion of the project. 5.2 Has this team worked together on previous projects, list the projects? Were the projects successful? Yes, see attached resumes 6. Proposed Plan, Schedule& Quality Control Program 6.1 Describe your proposal work plan for this project, particularly Heritage Trail West and taking over an incomplete project. Detailed schedule will be provided after bid at post interview 6.2 If any, identify portions of previously completed construction that you recommend for removal and replacement apart from items already include in the scope of the project. Otherwise,do you accept ownership and associated risk for all previously constructed portions of the project? 6.3 Describe your construction management approach and ability to coordinate work with all subcontractors and suppliers in order to meet the deadlines established in the submittal construction schedule. 6.4 Describe your ability to complete the project with in the schedule taking into account existing commitments. 6.5 Describe your ability to identify and resolve potential issues, delays, etc. 6.6 Describe your back up/contingency plan for any unanticipated delays. 6.7 Describe your quality control program. Explain the methods used to ensure quality control during the construction phase of the project. Provide specific examples of how these techniques or procedures were used from any of three(3)projects listed in response to Section 1. Background, Experience, Qualifications 6.8 Describe how your quality control team will measure the quality of construction performed by Subcontractors on this project, and how will you address non-conforming work. 6.9 Provide complete construction schedule assuming a notice to proceed will be provided within 120 days of bid opening(actual notice to proceed will be a different date). Schedule should reflect the proposed duration but shall not exceed the construction schedule in the Instructions to Proposers Section 1.21 A. 7. Ability to Meet Project Schedule: 7.1 Do you foresee any problem meeting the project schedule?(If answer is yes, please explain.) No 7.2 Does the stipulated time of 480 calendar days seem reasonable for this project? Yes 7.3 Does the stipulated time effect cost of project and if so please explain? No 7.4 Describe the scheduling techniques, including any scheduling or project management software, you would employ on this project. 7.5 What other projects will your organization be starting during while this project is starting? 7.6 Has your organization been assessed any liquidated damages or other damages for delay on any project during the last five years? If answer is yes, identify project and provide details. No By execution hereof the undersigned warrants and represents that the foregoing answers to this Questionnaire are true and correct. Signa re ofl'P Jt"I Printed Name of Proposer 41 ( E QDE _ Title Patin Construction LLC Name of Firm 3800 W. 2nd Street,Taylor, TX 76574 Address of Firm 512-269-1071 Telephone Number of Firm N/A Facsimile Number of Firm Acknowledgement The State of Texas ) County of�W—q SUBSCRIBED AND SWORN TO BEFORE ME on this day of the month of C&kl , 2022, in the capacity and for the purposes indicated. yyMMpWAR t y Public,State of Texas MY liatuyD#1 310 hqA 293 { My Commission Expires: BID BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Patin Construction, LLC of the City of Taylor County of Williamson State of Texas as Principal, and Harco National Insurance ConpTv authorized under the laws of the State of Texas to act as surety on bonds for principals,are held and firmly bound unto the CITY OF ROUND ROCK,TEXAS("Owner"), in the penal sum of Five Percent(5%)of the total amount of the Bid of the Principal submitted to the Owner, for the Work described below; for the payment whereof, well and truly to be made, and the said Principal and Surety do herby bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, as follows: In no case shall the liability of the Surety hereunder exceed the sum of( Five-Percent of Greatest AmQ3,tnt Bid Dollars(S �. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas,the Principal has submitted the above-referenced Bid to the Owner, for construction of the Work under the "Specifications for Construction of Heritage Trail West Project for which Bids are to be opened at the office of Owner on the 15th day of December 20 22 . NOW,THEREFORE,if the Principal is awarded the Contract,and within the time and manner required under the"Instructions to Bidders,"after the prescribed forms are presented to her-'him for signature,enters into a written Agreement substantially in the form contained in the Bid Documents, in accordance with the Bid, and files the two (2) bonds with the Owner, one to guarantee faithful performance and the other to guarantee payment for labor and materials, then this obligation shall be null and void;otherwise, it shall be and remain in full force and effect. If, however, Principal fails to enter into a written Agreement with the Owner in accordance with the Bid or Principal and Surety fail to timely deliver to Owner the performance and payment bonds required by the Bid Documents, Surety within five(5)business days after receipt of a written demand from Owner shall pay to Owner the full penal sum of this Bid Bond, subject to the limitation described herein. In the event that suit is brought upon this Bond by the Owner and judgment is recovered, said Surety shall pay all costs incurred by the Owner in such suit, including a reasonable attorney's fee to be fixed by the Court. IN WITNESS WHEREOF, the said Principal and Surety have signed this instrument on this the 15th_____-_____day of the month of December_ 20 22 Patin Construction. LLC _Harco National Insurance Company Prir�ipal Surety - �__►��^^'� ►t� tw__ Kenneth Nitsche Printe Name Printed Name By: — --- By: Title, _ Title: Attorney-In-Fact Ad ss: 3800 W.2nd street Address: One Newark Center,20th Floor Taylor,TX 76574 Newark,NJ 07102 00200 4-2020 Page 1 Bid Bond 00443638 Resident Agent of Surety- Signature Kenneth Nitsche Printed Name 143 E. Austin Street Address Giddings,TX 78942 City,State,Zip Pige 2 00200 4-2020 Bid Bond 00443638 POWER OF ATTORNEY Bond# NIA HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered: 702 Oberlin Road, Raleigh,North Carolina 27605 KNOW ALL MEN BY THESE PRESENTS That HARCO NATIONAL INSURANCE COMPANY a corporation organized and existing under the laws of the State of Illinois and INTERNATIONAL FIDELITY INSURANCE COMPANY,a corporation organized and existing under the laws of the State of New Jersey and having their principal offices located respectively in the cities of Rolling Meadows,Illinois and Newark.New Jersey,do hereby constitute and appoint GARY A. NITSCHE, VIOLET J. FROSCH, NINA K. SMITH, KENNETH NITSCHE, ROBERT K NITSCHE, CRAIG T PARKER, ROBERT JAMES NITSCHE Giddings, TX their true and lawful attomey(s)-in-fact to execute, seal and deliver for and on its behalf as surety any and all bonds and undertakings contracts of indemnity and other writings obligatory in the nature thereof,which are or may be allowed,required or permitted by law statute,rule regulation,contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY,as fully and amply.to all intents and purposes as if the same had been duty executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed,and may be revoked,pursuant to and by authority of the By-Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December 2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December 2018 "RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President. Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint,and to revoke the appointments of,Attomeys-in-Fact or agents with power and authority as defined or limited in their respective powers of attorney and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds undertak.ngs recognizances contracts of indemnity and other written obligations in the nature thereof or related thereto, and(2)any such Officers of the Corporation may appoint and revoke the appointments of joint-control custodians, agents for acceptance of process, and Attorneys-in-fact with authority to execute waivers and consents on behalf of the Corporation,and(3)the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond,undertaking recognizance contract of indemnity or other written obligation in the nature thereof or related thereto,such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation,to be valid and binding upon the Corporation with the same force and effect as though manually affixed" IN WITNESS WHEREOF,HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December,2018 Ty \0� G STATE OF NEW JERSEY STATE OF ILLINOIS j 0? •0 County of Essex County of Cook q �'`� 1904 r 1904 ra (/ 0".. t N ;'• ud�CINO����►D,-'_ lE b Kenneth Chapman Executive Vice President,Harco National Insurance Company �•• and International Fidelity Insurance Company On this 31st day of December,2018 before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn,said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY;that the seals affixed to said instrument are the Corporate Seals of said Companies;that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. � `LE'A," e�� IN TESTIMONY WHEREOF,I have hereunto set my hand affixed my Official Seal,at the City of Newark, .........7.OGj, New Jersey the day and year first above written OP TAg, oASsoc, 0010 J ERS*", ;hirelle A.Cutley a Notary Public of New Jersey 11140, My Commission Expires April 4,2023 CERTIFICATION 1,the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Sections of the By-Laws of said Companies as set forth in said Power of Attorney,with the originals on file in the home office of said companies and that the same are correct transcripts thereof,and of the whole of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect IN TESTIMONY WHEREOF,I have hereunto set my hand on this day, December 15,2022 A00134 Irene Martins,Assistant Secretary 00300 PROPOSAL FORM Request for Competitive Sealed Proposals for Construction Services PROPOSAL FORM PROJECT NAME: Heritage Trail West PROJECT LOCATION: 750 Chisholm Trail Road PROJECT OWNER: City of Round Rock,Texas DATE: 12-15-2022 PROPOSER: Firm Name: Patin Construction LLC Principal Office Address: 3800 W. 2nd Street, Taylor, TX 76574 Telephone Number: 512-269-1071 Facsimile Number: N/A Primary Contact Name: Tim Patin Primary Contact Title: President ADDENDA ACKNOWLEDGMENT: The undersigned Proposer acknowledges receipt of the following addenda: Addendum No. I dated 11-30-2022 Date Received 11-30-2022 Addendum No. 2 dated 12-1-2022 Date Received 12-1-2022 Addendum No. 3 dated Date Received Addendum No.4 dated Date Received NO MODIFICATIONS,ADDITIONS,DELETIONS OR ATTACHMENTS SHALL BE MADE TO THIS PROPOSAL FORM. IN SUBMITTING THIS PROPOSAL, THE PROPOSER REPRESENTS THAT ALL LABOR, MATERIALS, EQUIPMENT AND SERVICES ASSOCIATED WITH THE WORK, AS WELL AS THE TERMS AND CONDITIONS OF THE PROPOSED CONTRACT, SHALL BE IN STRICT CONFORMANCE WITH THE CONTRACT DOCUMENTS ON WHICH THIS PROPOSAL IS BASED. CONTRACTOR PROPOSES: In response to the Request for Competitive Sealed Proposals for Construction Services for the execution of the work described by the contract documents for the above-described project, and having examined the site where the work is to be performed,and being familiar with local conditions as they might in any way affect the cost and/or time for execution of the work, and having carefully examined all of the contract documents and addenda thereto, the undersigned Proposer agrees to perform all of the work, to provide all services,to furnish all necessary superintendence,labor,machinery,equipment,tools,materials, insurance and miscellaneous items, including transportation and other facilities as may be required for the complete and satisfactory and timely execution of the work for which this proposal is submitted,as provided by the attached supplemental specifications and as shown on the plans for the construction of the project, all for the lump-sum consideration stated as follows: TOTAL PROPOSED CONTRACT SUM: J SQ N-D oiNTEe� Nt1LL161"J (river pv0p9CD TMO Dollars (S ��r 00 PROPOSED ALTERNATE COSTS: Alternate No. 1: Contractor to include as an alternate price to the Total Proposed Contract Amount the cost to ADD the following: TOTAL ALTERNATE No. 1 SUM: N/A Dollars($ ) Alternate No.2: Contractor to include as an alternate price to the Total Proposed Contract Amount the cost to ADD the following: TOTAL ALTERNATE No. 2 SUM: N/A Dollars($ ) Alternate No. 3: Contractor to include as an alternate price to the Total Proposed Contract Amount the cost to ADD the following: TOTAL ALTERNATE No.3 SUM: N/A Dollars VOLUNTARY ALTERNATE SUM: (Attach description on separate sheet if needed) N/A Dollars($ The undersigned Proposer agrees to commence work within ten(10)days after the date of written "Notice to Proceed." The undersigned Proposer further agrees to complete the work in full within 480 calendar days after the date of the written"Notice to Proceed,"subject to any extensions of time allowed by the contract documents,and in phases as indicated on the drawings. The undersigned Proposer and the Owner agree that for each and every calendar day on which the work,or any portion thereof,remains incomplete after the stated calendar-day period,the Proposer shall pay the amount of Two Thousand Five Hundred Dollars($2,500.00) per calendar day as liquidated damages,not as a penalty but for delay damages to the Owner. Such amount shall be deducted by the Owner from any payment due to the Proposer. The undersigned Proposer agrees that this proposal shall be good for and may not be withdrawn for a period of one hundred and twenty(120)calendar days after closing deadline for receiving proposals. The undersigned Proposer agrees, if notified of the acceptance of this proposal within one hundred and twenty(120)days of the time set for opening of proposals, to execute and deliver to the Owner within five(5)days from the date of such notification the required construction contract,a performance bond and a payment bond for the total amount of the construction agreement, and a certificate of insurance, all as stipulated in the contract documents. The undersigned Proposer agrees to attach to this proposal a certified check, cashier's check or proposal bond in the amount of five percent(5%)of the total proposed contract sum. Also accompanying this proposal is all information required in the"Instruction to Proposers." It is understood and agreed by and between the parties that the proposal security accompanying this proposal will be returned to the Proposer, except in the following instance: in the event of acceptance of this proposal, if the Proposer fails to execute the required construction agreement and deliver the required performance and payment bonds within five (5) days after acceptance, then the proposal security shall become the property of the Owner and shall be considered as liquidated damages for the delay and other inconveniences suffered by the Owner because of such failure of the Proposer. The undersigned Proposer acknowledges that the Owner reserves the right to reject any and/or all proposals covered in this Request for Competitive Sealed Proposals and that the Owner has the right to waive any informalities and/or defects in proposals or to accept such proposals as it shall deem to be in the best interests of the Owner. In submitting this proposal, the Proposer represents that no person or company other than the Proposer listed below or otherwise indicated hereinafter has any interest whatsoever in this proposal or the construction agreement that may be entered into as a result hereof. The undersigned Proposer certifies that the proposed contract sum and all prices contained in this proposal have been carefully checked and are submitted as correct and final. The undersigned Proposer further certifies that the unit prices have been shown in words and figures for each item listed in this proposal; and it is understood and agreed that, in the event of a discrepancy,the words shall govern. The undersigned Proposer affirms that she/he/they are duly authorized to execute this proposal,and that this company, corporation, firm, partnership, and/or individual has not prepared this proposal in collusion with any other Proposer. The undersigned Proposer affirms that the content of this proposal as to prices, terms, and conditions has not been communicated by the undersigned nor by any agents or employees of the undersigned to any other person engaged in this type of business, prior to the official public opening of this proposal. This Proposal Form shall be signed by the Proposer as follows: J. Sole Proprietorship: Signature of sole proprietor in the presence of a notary public who will also sign and affix seat, printed name, and printed title (if any). Insert the printed words "Sole Proprietor'under the signature. K. Partnership or Joint Venture: Signature of all partners or joint venturers in the presence of a notary public who will also sign and affix seal, printed name,and printed title(if any). Insert the printed words"Partner"or"Joint Venturer'under each signature. L. Corporation:Signature of duly authorized signing officers,printed names,and printed titles. Under each such signature,insert the capacity in which the signing officer acts. Affix the corporate seal. Signa re of rop er JIMMY PA-TIO Name of Proposer-Printed q 1 CE ��ES ►� Er' tet' Title Patin Construction LLC Name of Firm 3800 W. 2nd Street,Taylor,TX 76574 Address of Firm 512-269-1071 Telephone Number of Firm N/A Facsimile Number of Firm [Corporate Seal, if a corporation] ACKNOWLEDGMENT THE STATE OF XAS § COUNTY OF § SUBSCRIBED AND SWORN TO BEFORE ME on this the day of the month of 2022, in the c c� and M for the urposes indicated. YVONKPALo ublic,State of Texas •.2 My Notary lD g�2ti7200 `•';;� ; ExpY'es 29,� y Commission Expires: Z 00410 STATEMENT OF BIDDER'S SAFETY EXPERIENCE Page 1 00410 8-2014 Statement of Bidder's Safety Experience 00090654 Solicitation Requirements, Contract Forms & Conditions of Contract Statement of Bidder's Safety Experience Section 00410 Bidder must submit a signed Statement of Bidder's Safety Experience form with his Bid; failure to do so will constitute an incomplete Bid that may be rejected. in order to make a responsive Bid, Bidder must provide evidence that it meets minimum OSHA construction safety program requirements, has not been fined by OSHA for any willful safety violations in the past three years, and has a lost time injury rate that doesn't exceed the limits established below. All questions must be answered and data given must be clear and comprehensive. If necessary, questions may be answered on separate attached sheets. Company Name: Patin Construction LLC Address: 3800 W. 2nd Street,Taylor,TX 76574 Phone: 512-269-1071 Completed by: Tim Patin Date: 12-15-2022 I. Does the company have a written construction Safety program? x❑Yes ❑No 2. Does the company conduct construction safety inspections? [@ Yes ❑No 3. Does the company have an active construction safety-training program? ®Yes ❑No 4. Has the company been fined by OSHA for any willful safety violations in the past Dyes [(No three years? 5. Does the company have a lost time injury rate of 7.8 for SIC 15, or 7.6 for SIC 16, C Yes ❑ No or less over the past three years? Attach the company's OSHA 2001300 logs for the past three years. 6. Does the company or affected subcontractors have competent persons in the following Areas? �,_.fJ A. Scaffolding L�Yes ❑No ❑N.A B. Excavation Yes [:]No ❑N A C. CranesYes []No ❑N/A D. Electrical Yes ❑No ❑N A E. Fall Protection Cf es [:]No ❑N:A F. Confined Spaces Wes ❑No ❑N A I hereby certify that the above information is true and correct. — �IGt �e�s ► P r� Signature Title Page 1 00410 8-2014 Statement of Bidder's Safety Expenence 00090654 OSHA's Form 300A (Rev.0112004) Year 2021 <Q� Summary of Work-Related Injuries and Illnesses U.S.Department of Labor ounerwrr soli.rr tweiat Aevr�+.u.um Faeeeaer.e pklero ���sot;e Af estea,lo.",vS covered by Pert 1904 mustax"re ttk]Summery crepe.awn f no kVsm*s o' ahesses oCCurrW Orrsro Ilse ver RemrmDer lo revew"LOG m verly Marine enacts ere panpleN UlwV lM Lop,tours the rrdAidual enrries you made fp eecn cotegwy Trion write ire turas Dillow Establishment Information making sura you%v added tfe snare:"m every Page It trw log Ir ydr,rod nP�......rtts ro Emp0yees loaner empbyves.ane fMs repesenfemet neve aw nom f revile the OSHA Form 300 er Yp eytebeer,more Mme perm C irrstn.cton LLC. its entirelyThey also new arrsted access to tte OSHA Form 301 or fs equivalent. See 29 CFR 190435 ,,OSMA's Ro"dkeepvq rue Ip hmlh r derails on tie access powyaw b these hams. Street 30M IN [rid Suess Clty TwAor State Teas LD 76576 111MIIbK O�� voustry dasurpuon(e.p..Mwxfxvxa of motor trach aeews) Total number of Total number of Total number of cases Total number of Cornmac". deaths Cases with days with fob transfer or other recordable away from Wok restriction cases Sw+da a upasvur s tC),e knTn(e.g..SIC 3715) p 1 0 0 (G) (H) pl - — (J) OR Noirvi Amerwan indLethei (69..336212) yam.. t yR fiK .'r ay. : !lutgbW p( Employment Information Total number of Total number of days of days away from fob transfer or restriction Annur+v.raoe nurrlDW Of empoyses 146 Tea hours waked by d errlpoyees last 113 0 yaw _ 5,279.16 _-IK1 L llm t'y and III"Types Sign here `' e Total number of.. Knotetngly fslslfying this document 1.4 result In•fine. (M) (1) Inlury 1 (4) Poisontrlo 0 (2) Skin Disorder 0 (5) Reanno Loss 0 I ceruty tfwt i have-orad V"dctalrtwnt and 01st to Ire bell Of my knowledge a e enuaet e s eve -Ie y (3) Respiratory O Vftbr. CoridiUon 0 (6)All Other Illnesses 0 TM Peon �retxier. - ontpeny 512.269.1074 Post this Summary page from February 1 to April 30 of the year following the year covered by the form ptww eb Poesc reperwq hodw 4 in,cotecaon N nromalin is ewmrw TO a erage 5E ntnAes m rowvw,walud g We b terrew to uruualm.sewch ad galla its east neeteG.and[mods am ror e,no adecsm of ribmubm Pertua as not(Mored to tesprstd to M doseclion d nk7nWm allies it dodleys a anarM valid owe OWWO renter It you ratis any oersrrees abas stere emma-a"ataeds Of On errs ookedi.,moan-US OWNIme+ 4 1 Xis rAKA nrkw N Sr,rrrha Wim N__*A4 7m(�,vww, m Awl NW nr MIT) nn M-1 Ihw rwi i iM Mme of RIM ii"M OSHAas Form 300A (Rev.0112004) Year 2020 40 Summary of Work-Related Injuries and Illnesses �:,.Vand ,. : Fero app—.d Oa-ir.12ibtta Al esrenasMnerrs a[ylerad by Part 1904 must=rWilafe t/ds SURI ry bps,Ken If no irifu1*2 or anesses ooasred&A*v nw yak. Rrranrtrar to review vie Lop b wYy prat rhe sneiss re conviers Lftkv da Lop,mora the kwwuw errbbs you MWO for sed)t7tepa y. Then WIte the biters below, £aublfahmattt informabon maldrrp sure route added the anular tom ewy peps d fee bp. rf you had no cases write 1).' Empbyses hamar urpbyses,and thes repn»enralAes rave 6a right b review the OSHA Form 300 In Your salsOMrnent name Pia to Const ucrim LLC. as eheely. They sbo ham smaed sQeas in errs OSHA Form 301 or Its OWMANW. See 29 CFR 1904.34 M OSHA's RsooMkeedrg nip,for hr/trrr detach an the smsas provisions Aar(neer hams. street 3900 W.2nd Street City Taylor State Texas Zip 76574 Industry description(e-p..IAanufacaln at motor truck trelrs) Total number of Total number of Total number of cases Total number of Cormaucron deaths cases with days with job transfer or other recordable away from work resbictbn cases Surwrd Inousetei Classtllcaom(SIC),9 Wwwwr(e.p.,SIC 3715) 0 0 1 0 _ (G) (H) (I) IJ) OR Ham Arnie n indusWa CJaneleeaon(NAiCS�if lu w (e.g..336212) 1 7 7 1 o —4 Employnr4lt Information Total number of Total number of days of days away from )ob transfer or restrlctlon Annual eweps numrWr of enpoyaes 4 Tool noun worked by as employees ism 0 16 ysr 3 .57 (K) (LI Sign here Total number of... Knowbrpy fabJfylnp this dl unwert may it In■fine. (M) (1) Injury 1 (4) Poisoning 0 (2) Skin Disorder 0 (5) Heartrlg Loss 0 i a (3) Rasplatory mp drat 1 ase exarrmeo tti aoarrtrent and not to me oeu d my ere wwwieape raures are we.emrneb,enc compete. Condltlon 0 (6)At Other Illnesses 0 JOMI P.Cannan,CSMO SSM SsfMy Ok*C or Comps y macud-e Trio 214-287-6131 iMOW1 Post this Surmtary page hon February 1 to April 30 of the year following the year covered by the form Psora Dee PAea rq;odap Kaden for sip oohidon d VNIMMA oa is 006rabd b arrarpa 51 neaea Par raapar,M+6k0*Mb rw 0 M NrauAa4 asrdr ane _ p-rt M 4aa natla-ad mnaib WW mbr era ar1 d HamrMon Panay n not rgead b+rpard b M asarsorr d F6teratar trio t Reels s aaroray add 018 award murtr,I you heee an/arrrta deat era Whines or arty aOsds d ftls dm O*Kftt,mrast US Dapahrea d lrar.09N Oeoa tl(Wsetw fdoan fs3644.2IDCmartrn Awe.NYt.Waeiaan.DC M210.Do not aand eY asreYbd lame to ti ofo e. Attontion:This lofrr contains information retaong to OSHA's Form 300 -Rev 00 2C0-r employee health and must be used In a manner inat protects the conhdenllahty of emoloyees to the extent Year 20� �—, M Log of Work-Related Injuries and Illnesses possible while the v and neon rS'Deng used for U.S.Department of Labor OCCupallOnal saleh,and health purposes o.cw.tron.r ytitr•„�a.•nn Aame,e,....o.n :G ^::.c•:p�_.::.^:�l+a:.�."3(A:�r 9:?'.sCr<:?;e:E:1230.d.':C 3U.a.:d>2n sC1n•Ilrt!!C.�A'.G MIpSS UNf u•:G.K KSJ M C..'SCtr'Sr'Q9t re5::_:2r.:,crn acr,,fry a.^.a n�•,Sre, r.•r .p.•. - - Y.3 gar.."74. .:r-,N-,ica!'iCel:c:`:3C.C'C nisi WC`1::^`USr afs:raccic svvwa p:veil fffevoa•r mir ane evirseS•Tt ve ver'nesec n,a(1r`vs Gwp J•-rsao ne agr .sre OIG it<w^L •1v:.'.Sr als.:•e_1l,:,varf•/aH+ecX wvs anenYYSSeS m.'rreefSPY J"Soeai,rac:rests clMef!a asree A 23 CFR For Yw 3iNc4rl r30.•;r2 reit,flea rc ,Sa`,C afYS xf d S+r>Cre edit a rGJ l:eM•t„ ^�rr.,,S;1;,rrpfC:e do yy!'i aflC IeMS3 MCICYrt:Qaoefr k+?SNA Film 30f�Cr aCJ+t/eN ICt.T:G a3Cl'rri�.n J•rrS3 reCG.:.O:.n rn5 r l� Classify the case CHECK ONLY ONE box for each ca�e -. �.rr^p tLre.,nefrw�a tau rs re:.:r,2rne caY:c.r:IG:dr•J�r+.:Cnc�e.0 Hero .'T /, 'F - _ �xf ~-is _- hl rH IDI (E) Flbisdortthefor ster.r he ntarms.or CA- Fitlpluveel name juk u;:r Uan•of injur, N•here the even,occurred Describe in/ury or dlaaa.pant;of body aReaeQ. Ir works wu: .fte4ut-otr.rw*of tYfn.w: no rlor ousel and OtjJ—♦uh,tarl«that directly injured "'----"--- o(illn<sa ur maQe petwo ill 4n.vd d._.,,lour, . n.nWe.d of IYerk (M) S .M/,.,.,.,w n,...,.,,_.-:.•.n...n Aw.r on lob J"wa mr r oth.IlvrO. frvm >•nsr..o, r ij fi - k P.." Ir...rM ty..Nbuen alt. r.arricrbn a l� (13) (N) 0) (J) IKi U (11 (2) (3) 14) (5) e) � J/��cG���` �./'1C� �Eu�///��� �Q.,�� �/ �_��c /�_f"� 5•'/�r�'�f � /� �fC� ❑ D (�' ❑ Q .,, ��.1., �- - �Y�i��R�-1.- -/��� ��t'iI/f� --I-a-I�/--�1��l�J a a'LI O ❑ ❑ � _�J.a O J.•., �- _- rr-ot. — — — -- O ❑ ❑ ❑ = r r - y -- ��-..- y- ._. ❑ ❑ ❑ ❑ —_Jia _—.1.:, - - - - - ------ -- — - . . _.. ❑ D ❑ ❑ -- Jan daa. - - - C - - -- ----- -- -- — — 0 D ❑ 0 —m„ — — — r - - ------ --- ❑ ❑ ❑ ❑ —Jn: - - - - - - Pape totets> _SL 0 L -A9— A 42 v 0 � Q rd.l.• .._ ,r tl..•#.,... .+r•nu. S:, ,w _-c amp.rc[ - ..Ln.. .. .r.l:.:I.r:1, u. ..«J. .. .•\:.J.II ra., _•F.. ay.:r, err•nw.... -.e••r_e, .ine.n .• � a J_ 1,..,.I.br,,... .6..,.,I-y 1...a .a..t...Ivl n,lb.. ... ....•b.....,.,.., . _ I.., t.. to.. ,•!y.....ae..l. ..It..+• .. l,fkiMur . r.nl'a.r... a •. 7 _ u.t...,a...,♦ .... . .......,.. ...r.. ♦n a..:...••aa..x w 6. ..ed:a .,q ..�ra.r.. P1111100 at'R it 121 (3) 141 (S) i6) OSHA'S Form 300A (Rev 01,2004) Year 20L !2_0 u.s.ap-7tm..nt Summary of Work-Related Injuries and Illnesses Labor ow.rr.r..r aa.v.rr..r r•..ru,a�r.t.1.r..rr« All esfaohsnments Covered by Pyr 1904 must cornobNy rhos Summery raege,even d nn nrllh raifrlrA wi/rries M iNMy.CCM1c(YnfrrM rkrfn(J me vear Reingmtyel to review the log to newly That me enures are cOmpiele arid eccurere Delo a compbfrrg Nes summary using the log.Count Nle rrh M81 enures you macs hx earn cammxyy Then writs the roars beAoww,mNung sure you ve aodaC rhe ernes(Tom every page 01 me tog It yotf Establishment information rad ro cases..wwe'0 fmr)Aoyees,former emn ofoyees.ano thew raryesenrallves have the rrgr to renew rhe OSHA Form 370 in its eMrety They also n10eve bmrred access trip OSHA Farm 30r or ds eptrvehsnl.See 29 CFR Pert r 904.35.til OSHA s recavdheeprg rule.for l rlher deterls on me access provisions la these tams. Smoo W ere+ _ Cay Ther Srnc7X ZIPAI90 Number of Cases Total number of Total number of Total number of Total number of Indearrydrsc gxwn(rf "`fi'1r'^ "or'� 1rwkn1 deaths cases with days cases witlijob ocher«cordable _ away Cmm work trarufer or restriction cases Sraodard Irid vriil C(asiirraion(SIC).dlmear•n{v.r,S'13) C G I If (Gl (H) O) P OR � �:onh Nnerran lndrumalChsadrattoo l^INCSI.dlmoan r.p..336'1') Number of Day-- Total number of drys awry Total number of days of joh Employment information(If yn.d00I IYIY druJgw v, er dY from work transfer or restriction [(uhdaen en dr back d dor p.,{r m rrrv.r.ur./ , A.—I averapr...btro(—ploy,— (K) (L) Total hwl ..cried by all—pi.,—but year 02 l Q`�(/6 Injury and iiiness Types Sign here Total number of Knovrmg)y falsifying this docurn"t may result m a Fine. (PA) (1)Injuries (4)Poisonings 1certuy fife[to merit and the m the txsr of rtn (5)Hearing loss 67spa rfr5-- eruc•Accurate. I coplete. (2)Skin disorders (6)NI other IllnessesFITm (3)Resplratorycondiuons Post this Summary page hoot r Fobmary1 to April SO ofdto year fofilawby tuba year oovarsd by Me Ilm•1•. roi.rl,. n,q hwnku x.rho.,(k.rr+•.Ia r•.,nnr•,.n. ...d�• :reap Nr n�rrr.ro yar ray.. nl.rrl•rr r:n.r. ..rh.m.rnr.onr....vnl and riadn.run dr ..4d.nit ..uryd.r. rid.. .f..,..4.n.u••(ur:.rw,,,.u.H...,•t .. r.q.wr.l. . ..all x.1�.•.4r: r.•.frrfn ink..rd•y.lt..t...n.rvl•..a1nlrMla.. n•I nnuan.Ir...,.la.. .. ..n.,J••w'r1..+. ate• .•run tyre.....1 da.do y(kr.«air niurl\Iklurrruarw.tLtlar.(1\II�(IIRr.J']rxMa1.W..w.Ilr.wr N.1ri117M11.n..,...v.�..wh.Nl1 \rt.xu.,r•,. hr .112111 Il,y.n..ml rh..wti.r..l l.♦uv d•n.11i,. Patin Construction LLC 3800 W. 2A Street Taylor, Texas 76574 O: (512) 269-1071 F: (512) 269-1072 October 21,2022 Per your request,below is a list of current and completed projects in the last year. 1. Owner- KB Homes Project- Salerno Ph. 5-Round Rock,TX Project Value-$9,646,785.50 Project End Date- December 2022 Project-Salerno Ph. 14-Round Rock,TX Project Value-$1,611,452.00 Project End Date-December 2022 Project-Salerno Ph.7-Round Rock,TX Project Value-$7,316,607.30 Project End Date-May 2023 Project- Salerno Ph. I I-Round Rock,TX Project Value-$3,295,636.70 Project End Date- April 2023 David Garza Senior Project Manager 10800 Pecan Park Blvd.STE 200 Austin,TX. 78750 (512)651-8057 Email:dagarza@kbhome.com 2. Owner—RABH 12 LLC Project-Ridge at Blackhawk Ph. I,Sect. 1 &2 Project Value-$7,366,175.85 Project End Date-October 2022 Matt Tiemann Tiemann Land and Cattle Development Inc. 21100 Carries Ranch Rd. Pflugerville,TX 78660 (512)990-1933 Email: mtiemann@ticdevelopment.net 3. Owner-City of San Marcos Project-Uhland Road Improvements Project Value-$6,495,711.54 Project End Date-February 2023 4. Owner-Sunfield Development LLC Project-Sunfield 5-3 Mass Grading Project Value-$1,375,980.00 Project End Date-December 2022 Project-Sunfield 5-3 Paving Project Value-$2,125,990.00 Project End Date-February 2023 Project-Sunfield Subaru-Public Improvements and Lift Station Project Value-$2,781,832.00 Project End Date-April 2023 Scot Whitwer (512)-578-3103 Sunfield Development LLC 5. Owner-Carma Easton LLC Project-Colton Bluff Springs Roadway and Union Park Lane Project Value-$3,648,201.25 Project End Date-December 2022 Project-North Fork Dry Creek WW Interceptor Seg. 3-Ph. A Project Value-$940,585.00 Project End Date-December 2022 Project- North Fork Dry Creek WW Interceptor Seg. 3-Ph. B Project Value-$1,295,383.00 Project End Date- May 2023 Aaron Googins Carma Easton LLC (512)809-5118 Email:aarongoogins@outlook.com 6. Owner- City of Round Rock Project-FM 1460/AW Grimes Northbound Turn Lanes Project Value-$611,487.60 Project End Date-October 2022 JC Montelvngo Project Manager City of Round Rock-Transportation Department Austin,TX.78758 (512)218-7026 Email:jmontelongo@roundrocktexas.gov 7. Owner-City of Belton Project-2021 Street and Utility Improvements Project Value-$1,539,685.00 Project End Date- December 2022 8. Owner-City of Elgin Project-County Line Road Phase 1 Project Value-$6,789,518.20 Project End Date-October 2023 Patin Construction LLC 3800 West 2nd Street Taylor,Texas 76574 O: (512) 269-1071 F: (512) 269-1072 February 16, 2022 Per your request, below is a list of References for Patin Construction. 1. Owner—City of Round Rock,Texas Project—Cypress Blvd Realignment Project Description - Removal of 1,800 if of Existing Cypress Blvd and realign 2,1001f of new boulevard. Completed August 2016 Contract Amount $1,678,000 Project—Seton Parkway Extension Project Description- 4,600 if of boulevard extension, Water, Sewer, Storm, Roadway. Completed March 2016 Contract Amount - $3,237,000 Project-Southwest Downtown Infrastructure Improvements San Saba and West Liberty Project Description - Streetscape, Electrical Conduct, Water, Sewer, Storm Sewer, New Streets, Concrete. Contract Amount -$4,190,000 Project—Municipal Office Plaza, Brown & Florence Street Project Description City Office Plaza Courtyard, Brown & Florence Street Rehabilitation. Completed February 2013 Contract Amount - $1,972,000 Project -Sports Center Wastewater - Completed February 2016 - $200,000 Project -Stella Park - Completed May 2016 - $260,000 Project - Dove Creek Drainage - Completed December 2015 - $291,000 Project - RM 1431 Water Line - Completed September 2014 - $199,000 Project - Red Bud Turn Lane - Completed September 2014 - $181,000 Project - Gattis School Turn Lane - Completed September 2014 - $344,000 Project- Various SMP projects since 2017 as subcontractor performing concrete work Reference: Jeff Bell, City Project Manager - (5 l 2) 801-4461; jbell@roundrocktexas.gov Reference: Eddie Zapata, City Project Manager - (512) 218-6605; ezapata@roundrocktexas.gov 2. Owner - City of Georgetown,Texas Project- San Gabriel Lift Station Improvements Project Description - Lift Station and Wastewater improvements Contract Value -$2,079,250.00 Reference Rick Kasberg, President of KPA Engineering (254) 773-3731; RKasberg@kpaengineers.com Project- 17"Street Rehab and Old Town Curb and Gutter Project Description - Roadway and Curb and Gutter rehab. Completed June 2020. Contract Value - $926,440.00 Reference Trae Sutton, Engineer (254) 760-1052; Tsutton@kpaengineers.com Project-Shell Road Sidewalks Project Description Sidewalk Improvements. Completed August 2020 Contract Value - $229,825.00 Reference Trae Sutton, Engineer (254)760-1052;Tsutton@kpaengineers.com Project-Airport Road Improvements Project Description - Roadway, Drainage, Utility,Traffic Signal Improvements Completed November 2019 Contract Value -$2,409,389.70 Project-9th Street Reconstruction Project Description Streetscape, Electrical Conduit, Drainage, Sewer, Water Pipe, Roadways, Landscaping and Lighting. Completed September 2015 Contract Value - $784,000.00 Reference -Trae Sutton, Engineer-- (254) 760-1052;Tsutton@kpaengineers.com Project-Curb and Gutter Replacement Project Description - Remove and Replace Curb & Gutter, Driveways, Sidewalks and Valley Gutters to improve drainage. Completed September 2015 Contract Amount$532,000. Reference: Joel Weaver, Project Manager-(512) 931-7698; joel.weaver@georgetown.org Project-2011 Street and Drainage Improvements Project Description Remove and Replace Curb & Gutter, Driveways, Sidewalks and Valley Gutters to improve drainage. Contract Amount$640,000. Reference: Joel Weaver, Project Manager (512) 931-7698; joel.weaver@georgetown.org Project-Tin Barn Alley & 8th Street Improvements Project Description -- Streetscape, Electrical Conduit, Drainage, Sewer, Water Pipe, Roadways, Landscaping and Lighting. Completed October 2015 Contract Amount$839,000. Reference: Joel Weaver, Project Manager (512) 931-7698 joel.weaver@georgetown.org 3. Owner-HEB General Contractor -Joeris General Contractors Project-HEB Public Utility Improvements Project Description - Sanitary Sewer, Water and Storm Sewer Improvements for a new HEB. Completed September 2016. Project Value- $1,720,000 Project-Muirfield & Gattis School Project Description New Street,Turn Lane and Traffic Signal. Completed November 2016. Project Value - $1,850,000 Reference Nick Beuke -Joeris General Contractors (512) 990-6341; Reference - Patrick Stanchak - HEB Construction (210)938-7911; Engineer References: Kasberg,Patrick & Associates,LP -Trae Sutton, PE, CFM (512) 819-9478; TsuttonOknaengineers.com Murfee Engineering, Inc. Ken Martin, (512) 968-6373 BEFCO Engineering, Inc. -Gene Kruppa, PE, RPLS (979)968-6474 School Project References: Texas School for the Blind - Lisa Peterson (previously employed by Walton Construction a CORE Company)(512)937-4125 Giddings ISD - Jason Locke - Gaeke Construction Company (979)542-2943; Developer References: KB Home Lone Star Inc.- Laurie Lara(512) 651-8064, David Garza(512) 651- 8057 Tiemann Land and Cattle- Bryan Holubec (512)922-5470 Tim Timmerman-(512) 306-0500; timmerman@sbcglobal.net Sunfield Development LLC- Scot Whitwer, (214)-578-3103 Other Recent Completed Projects: (projects not shown on current project list KB Home Lone Star Inc.- Colton Bluff Phase 1, Condos and Drainage Improvements-Completed March 2021- $15,000,000 Tiemann Land and Cattle- Lakeside at Blackhawk Phase 4- Completed August 2020- $1,471,000 KB Home Lone Star Inc.- Star Ranch Parcel 22- Completed August 2018 $3,408,474.60 Tim Timmerman-Timmerman Pond-Completed July 2018- $596,07.55 City of Pflugerville- Helios Water Line- Completed May 2018-$254,137.50 City of Round Rock-Old Castle Round Rock Road Improvements-Completed May 2018-$685,200.00 City of Georgetown- Scenic Sidewalk Improvement-Completed May 2018- $149,286.45 KB Home Lone Star Inc.- Meadows @ Clear fork sec. 3-Completed April 2018 Williamson County- Arterial H. BLVD-Completed March 2018-$3,401,849.67 City of Taylor- Edmond and Mills street improvement- Completed January 2018- $1,074,073.00 KB Home Lone Star Inc.- Presidential Meadows sec.13- Completed December 2017- $1,724,637 KB Home Lone Star Inc.- Presidential Meadows sec.7-Completed November 2017- $133,874 City of Temple—Crossroads Park Completed September 2017 $5,526,000 City of Georgetown-Sidewalk Construction along I-35 Completed September 2017•$631,65.25 City of Pflugerville - 1849 Park - Completed October 2017 $3,510,000 City of Cedar Park—Little Elm Trail Improvements-Completed January 2017 $5,082,000.00 Bastrop County—Stony Point Wastewater —Completed February 2017 $220,000.00 KB Home Lone Star inc. - Freeman Tract 3 Subdivision, Streets& Utilities. Completed March 2016 - $1,720,000 KB Home Lone Star inc. - Star Ranch Parcel 23 Subdivision, Streets & Utilities. Completed October 2015 - $2,855,000 City of Leander- Bagdad Road Sidewalk Construction. Completed April 2016 - $584,000 Luminant Kosse Mine—Coal Mine Surface Reclamation Project ongoing Our workman's compensation modifier is 0.68. Our total equipment value owned to date is $7,000,000. We currently have 150 employees, completed over 175 Bonded jobs to date and have been in the construction business for 15 years. If you need any more information please let us know. Thank you, Patin Construction LLC PATIN CONSTRUCTION LLC AVAILABLE EQUIPMENT - OWNED Equipment Year Make Air Compressor 2001 Ingram Rand Air Compressor 2000 John Deere Articulated Truck Volvo Articulated Truck Volvo Backhoe 2006 John Deere Backhoe Backhoe 2012 John Deere Backhoe Backhoe 2006 John Deere BH Load Blade Motor Grader 2006 John Deere Blade Blade Motor Grader 2013 John Deere Blade Motor Grader 2015 John Deere Compactor 1989 Caterpillar Compactor Vibratory 2014 Bomag Roller Curb Machine 2003 Gomaco Curb Mach Dozer 2015 John Deere Bulldozer Dozer Caterpillar Excavator Hitachi Excavator 2010 Komatsu Excavator Excavator 2008 Komatsu Excavator Excavator 2013 Caterpillar Excavator 2017 Volvo Excavator mini 2018 Volvo Fork Lift 2000 Harlo GPS 2015 Topcon ASSY, MCR3 SGL GPS 2015 Topcon GX-55 SINGLE GPS GPS 2015 Topcon Hiper V Dual GD GPS 2015 Topcon MC2 Dozer GPS GPS 2015 Topcon Hiper V Base&Rover GPS 2017 Topcon FC-5000 Atom GEO GPS 2017 Topcon Dual GD FH915 GPS 2018 Topcon Hiper V Base Receiver GPS 2018 Topcon Robotic Total Station GPS 2017 Topcon Hiper V Dual GD FH91 GPS 2018 Single GPS GPS 2018 Assembly GPS 2018 Hiper V Dual FH91 Hoe Ram Allied Hoe Ram No brand Hydraulic hammer Hoe Ram No brand Hydraulic hammer Loader 2007 Komatsu Loader Loader Komatsu Loader Loader 2016 Volvo Wheel Loader Loader 2017 Volvo Mower Cub Cadet Pressure Washer Hotsy Carlson Pressure Washer Hotsy Carlson Roller 2004 113omag Sheeps Hoof 1 OF 2 PATIN CONSTRUCTION LLC AVAILABLE EQUIPMENT - OWNED Equipment Year Make Roller 2006 Bomag Roller Roller 2004 Bomag Roller Roller 1998 Ingram Roller Shaker Buckett 2017 TAG Manufacturing Skid Steer 2007 Cat Skid Steer Skid Steer Skid Steer Skid Steer 2013 Cat Survey 2017 Leica Geo Systems 5 Second R500 Survey Equipment Viva&Leica Captivate Trac Water Wagon 2012 CAT W00 Water Tank 2015 Niece Husqvarna Saw 2016 Husqvarna (Yamner engine) 2OF2 ►Jimmy Patin of Patin Construction 3800 W 2nd Street Taylor,TX 76574 Phone: 5 12-269-107 1 Website: www.patinconstruction.com Current Status - Vice President and 5C)`'i� Owner in Patin Cons truc 11 - Field Operations / Estimating I have thirty-six years in the Central Texas Commercial Construction Industry. My experience has provided me with a thorough understanding of all aspects of construction work and the ability to succeed in a high pressure environment. started Patin Construction LLC in March 2007 Our goal is to safely provide quality work and stability for our employees, clients and community. We currently have over 150 employees that perform Site Work, Utilities and Concrete Work for the State of Texas, Local Counties, Central Texas Cities as well as Private Customers / Our workman's compensation modifier is 0.76. Our total equipment value owned is $9,000,000 / We have completed over 220 Bonded }obs to date. We have performed Reclamation Services at Kosse Mine for 5 years. Todd A. KeRgen 250 Adina Church Road Thrall, Texas 76578 (512)-923-9270 keltpntgyahoo.com BACKGROUND INFORMATION I am an efficient and motivated Transportation Construction Project Manager with proven sound business sense and extensive experience in the Transportation Construction and Operations,staff supervision and hiring, implementing administrative policies,design and construction of transportation systems. I have keen logistical, analytical and problem-solving skills which can be of immense value to the Transportation construction field. My involvement in the areas of Transportation Engineering, Planning and Construction Management along with the management of the Operations and Maintenance division have uniquely position me to use my 32 years of experience and knowledge in the construction of public and private infrastructure. PROFESSIONAL EXPERIENCE PATIN CONSTRUCTION LLC Current Construction Proiect Manager Key Responsibilities: • Ensure timely execution of all phases of multi-faceted construction and/or rehabilitation projects for Public infrastructure from inception to completion. Coordinates the construction of transportation or utility projects; to include storm water,water,wastewater and dry utility facilities. Work involves coordinating and or attending project meetings;reviewing plan specifications for assigned projects;reviewing and maintaining schedules for each project assigned;and coordinating construction processes for assigned projects. • Establishing, reviewing and maintaining schedules for each project assigned; Performs support and project management by attending and managing project related meetings including construction progress meetings;handles other meetings including pre-bid,bid openings,and pre-construction meetings. • Performs construction phase monitoring by conducting regular construction site visits of existing projects to provide technical oversight; works closely and successfully with the assigned Construction Inspector; investigates construction problems and situations;assists in resolving and coordinating solutions. • Reviews,negotiates,and recommends change orders and or quantity adjustments; monitors quality and progress of sub-contractors,and dry utility providers. CITY OF ROUND ROCK 1996 to 2018 Transportation Operations Manager Key Responsibilities: • Directing a major functional area of the Transportation Department (Project Development, Project Management, Street Division Operations,Drainage Division Operations and Vehicle Maintenance Facility Operations)and manage highly complex and multi-disciplinary activities. ■ Managed the implementation of the Building and Facilities maintenance division and managed the day to day operations of the division. Developed the annual maintenance contracts for the City of Round Rock's assets as well as the Janitorial contracts needed for City of Round Rock's Facilities. (2001-2003) Page I 1 ■ Exercise considerable independence in working with department heads and division managers of other City departments on problems relating to Transportation activities. Work involves representing major program areas of the department in liaison activities and coordinating special projects across divisions. • Work assignments are broad in scope and require the use of independent judgment and initiative in making technical and managerial decisions of considerable difficulty. • Direct divisions and responsibilities,which may include street and sidewalk maintenance,flood control,Commercial Franchise agreements for refuse collection,street sweeping,traffic signal maintenance,parking lot maintenance and the Fleet Maintenance Division and serve as a Project Manager of CIP,GO Bond and General fund projects. • Plan work programs, manage employees, develop and control budgets, and develop and implement policies and procedures for assigned divisions;and performs other related work as assigned. CITY OF ROUND ROCK 1995 to 1996 Street and Drainage Superintendent Key Responsibilities: • Managed, directed, and coordinated the activities of the Street & Drainage Division; 1 coordinated maintenance activities with other City divisions and departments. I directed the work groups and responsibilities,which included street,sidewalk maintenance and flood control. CITY OF ROUND ROCK 1986 to 1995 Street Department Key Responsibilities: began my career with the City of Round Rock as a Laborer in the Street Department and within this nine-year period moved from this entry level position to a Senior Maintenance worker in the Drainage section of the Street Department.This equipped me with the training and expertise to perform a variety of semi-skilled and skilled tasks in the construction, maintenance, and/or repair of City streets, sidewalks, driveways, curbs, gutters, drainage easements,storm drains,signs,striping,brush chipping,paving and the maintenance of right of ways and easements. AFFILIATIONS • Served as President of the Central Texas Chapter to the American Public Works Association • Member of the American Public Works Association • Member of the International Municipal Signal Association PROFESSIONAL TRAINING/ EDUCATION Texas Department of Transportation • Local Government Project Procedures certified 2018 Federal Emergency Management Agency Page 12 • Incident Command System 2006 • Single Recourses and Initial Action Incidents 2006 • National Incident Management System 2006 • National Response Plan 2006 • Hazard Mitigation (G 170) 2002 University of Virginia Weldon Cooper Center for Public Service • LEAD Training 2004 International Municipal Signal Association • Traffic Signal Preventive Maintenance 2001 • NEMA Cabinet Trouble Shooting 2001 • Traffic Signal Certification (Traffic Signal Inspector) 2001 • Traffic Signal Certification (Work Zone Safety) 2000 • Traffic Signal Certification (Signal Tech) 2000 Texas A&M University Texas Engineering Extension Service • Traffic Signal Cabinet Systems 2001 • Trouble Shooting Traffic Signal Control Systems 2000 • Traffic Signal Electronics 1999 • Street Maintenance 1988 Round Rock Huh School 1982 INTEREST AND ACTIVITIES Family, hunting, fishing, hiking, sports and traveling REFERENCES Available on request Page 13 1 INSURANCE ® GROUP Surrty December 1, 2021 RE, Patin Construction, LLC To Whom It May Concem. We are pleased to confirm our surety relationship with Patin Construction, LLC. Harco National Insurance Company (HARCO), as surety, considers Patin Construction, LLC a valued surety client and hold them in our highest regard Over its years in business, Patin Construction, LLC has developed an impressive portfolio of successfully completed construction projects They have been awarded projects through competitive hard bid and direct negotiation and have delivered these projects via the traditional method whether general contractor or subcontractor. Patin Construction, LLC has always performed their obligations satisfactorily. Subject to normal underwriting considerations and upon satisfactory review of contract terms and documents, HARCO will be prepared to provide bonding support for Patin Construction, LLC HARCO has provided a $10MM single / $35MM aggregate surety program for Patin Construction, LLC. Of course, higher limits could be considered.As always, HARCO reserves the rights to perform underwriting at the time of any bond request including, without limitations, prior review and approval of relevant contract documents, bond forms and project financing. This letter is intended to be a bonding reference. It is not an assumption of liability, nor is it to be construed as a bid, performance or payment bond. HARCO is licensed to do business in the State of Texas and has an A.M. Best Rating of A- (Excellent), Size Group XI ($750 Million to $1 Billion), a Govemmental Treasury Listing in excess of $63,162,000. Our home address is 4200 Six Forks Road, Raleigh, North Carolina 27609. We hold Patin Construction, LLC in the highest possible regard and it is our pleasure and privilege to recommend them for your consideration. Should you have any questions, please do not hesitate to call. Sincerely, u ' l Steven E. White Manager— Houston Regional Office