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