Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Contract - Patin Construction, LLC - 10/24/2024
CITY OF ROUND ROCK BID COPY/ORIGINAL TRANSPORTATION DEPARTMENT ROUND ROCK TEXA5 Project Manual For: OLD SETTLERS EXTENSION September 2024 Prepared By: Aguirre& Fields, LP OF 'TF-�glll APPROVED BY' f� �`j '' _ f RYAN .. WILLIAMS Ci 3 tl A 1 i.�RN E %.......110418 ..... i �'� 1r //��� �'•�ZCENS!�•'V���� 9/16/2024 TBPE Firm Registration No F-739 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 Company 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 Amount Bid Dollars($ 5%GAB ). 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 the Old Settlers Extension project ff for which Bids are to be opened at the office of Owner on the 24 day of September 92024 . 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 24th day of the month of September 20 24 . Patin Construction LLC Harco National Insurance Company P . ipal Surety .� Kenneth Nitsche Printe Name Printed Name Du Y B � a � By: h Title: Title: Attorney-In-Fact Address: 38067W.2nd Street Address: 4200 Six Forks Road Suite 1400 Taylor,TX 76574 Raleigh NC 27609 00200 4-2020 Page 1 Bid Bond 00443638 Resident Agent of SSWurety: A6�� �� Signature Kenneth Nitsche Printed Name 143 East Austin St Street Address Giddings Texas 78942 City, State,Zip Page 2 00200 42020 Bid Bond 00443638 POWER OF ATTORNEY Bond# N/A HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered:4200 Six Forks Rd,Suite 1400, Raleigh, NC 27609 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, NINA K. SMITH, KENNETH NITSCHE, ROBERT K. NITSCHE, CRAIG T. PARKER, ROBERT JAMES NITSCHE, JENNIFER J. BIEHLE Giddings, TX their true and lawful attorney(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 duly 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,Attorneys-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, undertakings, 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,2023 STATE OF NEW JERSEY STATE OF ILLINOIS ; `�;a "' 4� Lt•'. County of Essex County of CookSEAL 1904 EMichael F.Zurcher : , Executive Vice President,Harco National Insurance Company and International Fidelity Insurance Company On this 31st day of December,2023 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. r` Hy CIN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal,at the City of Newark, GP " R��': New Jersey the day and year first above written. �OTA/�r 0130 9TFOF NEVI J��°°` Cathy Cruz a Notary Public of New Jersey My Commission Expires April 16,2029 CERTIFICATION I,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, September 24,2024 A00134 Irene Martins,Assistant Secretary 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: 9-16-2024 1. Does the company have a written construction Safety program? QYes ❑No 2. Does the company conduct construction safety inspections? DYes ❑No 3. Does the company have an active construction safety-training program? x❑Yes ❑No 4. Has the company been fined by OSHA for any willful safety violations in the past ❑Yes E 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, ®Yes ❑No or less over the past three years? Attach the company's OSHA 200/300 logs for the past three years. 6. Does the company or affected subcontractors have competent persons in the following Areas? A. Scaffolding ®Yes ❑No ❑N/A B. Excavation ©Yes ❑No ❑N/A C. Cranes Q Yes []No ❑N/A D. Electrical Q Yes ❑No ❑N/A E. Fall Protection Q Yes []No ❑N/A F. Confined Spaces Q Yes ❑No ❑N/A I hereby certify that the abo informationls true and correct. O� Signature — Title Page 1 004108-2014 Statement of Bidder's Safety Experience 00090654 Attention:This form contains Information relating toewmployee health and must be used in a manner OSHA's Form 300 (Rev.o 01/2004)) that protects Year 2023 Log of Work-Related Injuries and Illnesses for ent occupatiblawhile afetyalnfermation 1.lthpurposes.ng eeed for occupational safety and health purposes. U.S.Department h A Labor Occupational Safety and Health Administration You must record Information about every work-related injury or Iltness that involves loss of consclousness,restrlaed work wUvq or Job dal days may from work,or medical treatment Form approved OMB no.1218-0176 beyond first aid.You must also record significant work-related Injuries and Illnesses that are diagnosed by a physician or licensed heats care professional,You must also record work-related Injuries and Illnesses that meet any of the speclno recording criteria listed in 29 CFR 1904,8 through 1904.12 Feel free to use two IInes for a single case It you need to.You must complete Establishment name Patin Construction LLC an Injury and illness Incident report(OSI IA Form 301)a equivalent forth for each Injury or Illness recorded on Oils form.1f you're not sure whether a base Is recordable,call your local OSHA dike for help. City Taylor State Texas � e Enter the number of (A) (B) (C) (D) (E) (F) CHECK ONLY ONE box for each case based on days the Injured or III Check the"Injury"column or choose one type of Case Employee's Name Job Title(e.g., Dale of Where the event occurred(e.g, Describe Injury or illness,parts of body affected, the most serious outcome for that case: worker was: illness: No. Welder) Injury or Loading dock north end) and object/substance,that directly Injured or made (M) Y onset of person III(e.g.Second degree bums on right Illness forearm from acotyieno torch) AwayOn Job (mo./day) transferor E o c _ From restriction g rn Ey t Job transfer Other record- Work (days) or restriction able cases (days) _ N S §.' a (0) (H) (1) (J) (K) (L) (1) (2) (3) (4) (SI) (6) 1 Victor Campos Laborer 6-6-23 Elgin TX,near middle school Laceration to top of head X X 2 Darrell Pierce Superintendent 6-29-23 Main Shop Laceration to left middle finger X X 3 Jacob McDermott Mechanic 12-8-23 Main Shop Laceractton to right middle finger X x Page totals o 0 0 3 0 0 3 0 ro 0 0 Be sure to transfer these totals to the Summary page(Form 300A)before you post it. z F " �g m Puotic reporting burden lar ths collection dl inlamatia Is asUmaleC to average 14 minutes Der response,Including time to nw!ew the Instructlon,search and gather the data needed,and compWte and rowew,the collection of Information. Persons are not required to respond to the coAoctkm of Information unless It displays a cunenlly vaik ONE conuol number.If you have any comments about Nese esdmales or any aspects of this data collection,contact:US < Department of Labor,OSHA Once of Statlsbcs,Roan N-3644,200 Consl@udon Ave,NW,Washington,DC 20210.Do not send the completed forms to this office. Page 1 of 1 (1) (2) (3) (4) (6) (6) OSHA's Form 300A (Rev.01/2004) Year 2023 ``'� Summary of Work-Related Injuries and Illnesses ..S.Dtyarid Ad.ln_abor Occupotlonal Safety antl Health AtlminletrPtlon va Fonn approved Ol no.1218-0176 All establishments covered by Part 1904 must complete this Summarypage,even if no In/udes or illnesses occurred during the year. Remember to review the Log to verify that the entries are complete Using the Log,count the Individual entries you made for each category. Then write the totals below, Establishment information making sure you've added the entries from everypage of the log. If you had no cases write"0." Employees former employees,and their representatives have the right to review the OSHA Form 300 In Your establishment name Patin Construction LLC its entirety. They also have limited access to the OSHA Form 301 or Its equivalent. Soo 29 CFR 190,L 35,In OSHA's Recordkeeping rule,for further details on the access provisions for these forms. Street 3800 W.2nd Street tafflom City Taylor State TX ZIP 76574 Industry description(e.g.,Manufacture of motortruck hollers) Total number of Total number of Total number of cases Total number of Construction deaths cases with days with job transfer or other recordable away frompwork restriction cases Standard Industrial Classification(SIC),if known(e.g.,SIC 3715) 0 0 0 3 1 7 7 1 (G) (H) (I) (J) OR North American Industrial Classification(NAICS),If known(e.g.,336212) 2 3 7 1 1 0 Employment Information Total number of Total number of days of days away from job transfer or restriction Annual average number of employees 131 Total hours worked by all employees last 0 U year 326,387.54 (K) (L) Sign here Total number of... Knowingly falsifying this document may result in a fine. (M) (1) Injury 3 (4) Poisoning 0 (2) Skin Disorder 0 (5) Hearing Loss 0 (3) Respiratory I certify that I have examined this document and that to the best of my knowledge the entries are true,accurate,and Condition 0 (5)All Other Illnesses 0 complete. Company executive Title Post this Summary page from February 1 to April 30 of the year following the year covered by the form Phone Date Public reporting burden for this collection of Information is estimated to average 58 minutes per response,including time to review the Instruction,search and gather the data needed,and complete and review the collection of information.Persons are no!required to respond to the collection of information unless it displays a currently valid OMB control number If you have any comments about these estimates or any aspects of this data collection,contact:US Department of Labor.OSHA Office of Statistics.Room N-3644,200 Constitution Ave.NW.Washinaton.DC 20210.Do hot send the completed forms to this office, OSHA's Form 300A (Rev.01/2004) Year 2022 4> Summary of Work-Related Injuries and Illnesses U.S.Department of Labor Occupmtiorul emim[y and Mmmith AemlNmlrmlion All establishments covered by Pan N no must complete this Summary page,even o ina Form approved 011e re.1218-0170juries r messes occurred wring the veer, Remember to review the Loo/o verify that the entries we complete • C Using the Log,count the individual envies you made for each category. Then write the totals below, Establishment information making sure you've added the entries from every page of the log. If you had no cases write'0' Employees former employees,and trier representatives have the right to review the OSHA Form 300 in Your establishment name Palin Construction,LLC its entirely. They also have limited access to the OSHA Farm 301 w its equivalent. See 29 CFR 1904.35,in OSHA's Recordkeepirg rule,for further details on the access provisions for these forms. Street 3800 W 2nd Street Number of Cases City Taylor State Texas Zip 76574 Industry description(e.g.,Manufacture of motor truck trailers) Total number of Total number of Total number of cases Total number of Construction deaths cases with days with job transfer or other recordable away from work restriction Cases Standard Industrial Classification(SIC),if known(e.g.,SIC 3715) 0 1 0 0 (G) (HI (I) (A OR North American Industrial Classification(NAICS),H known(e.g.,336212) 2 3 7 1 1 0 Number of Days Employment information Total number of Total number of days of days away from job transfer or restriction Annual average number of employees 142 r v Total hours worked by all employees last 16 0 year 357,280 IKI (L) Injury and Illness Types Sign here Total number of... Knowingly falsifying this document may result In a fine. (M) (1) Iniury 1 (4) Poisoninq 0 (2) Skin Disorder 0 (5) Hearinq Loss 0 (3) Respiratory certify that I have exa ned M document and that to est of my knowledge he entries are Vue,accurate,and complete. Condition 0 (6)All Other Illnesses 0 t � Z � 7� C/ Company a cuuve Title Post this Summary page from February 1 to April 30 of the year following the year covered by the form Phone Dale Public reporting burden for dvs collection of informalim is estimated to average 58 minules per response,including lime to review the instruction,search and gather the data needed,and complele and review the collection of inlormahon.Persons are not required to respond to Ire oyledian of inkxmalion unless it displays a currently valid OMB oorerd number.It you have any camuads about these estimates a any aspects of this data collection,contacts US Depar nie t N I at.OSHA ORrn re Slmtidirx R—N-3rdA 7m cmiihi ion A-NW WaWrMrn Dr.XV10 Ih rM mervl IM arn4rirrl krmrt In Illu nAMt OSHA's Form 300A (Rev.0112004) Year 2021 <>> Summary of Work-Related Injuries and Illnesses U.S.Department of Labor Oecup�tlorYl Safety and/NAlih Adminbbalion Farm approved OMB m 1218-0176 AN establishments covered by Part 1904 must complete this Summary page,even Ano iryw*s or illnesses occurred during the year. Remember to review the Loo to verily that the entries are complete Using the Log,count the individual entries you made for each category. Then wide the totals below, Establishment information making sure you've added the entries from every page of the Aug. If you had no cases write"0.' Employees former employees,and Ther representatives have the right to review the OSHA Form 300 in Your establishment name Patin Construction,LLC. ns entirely. They also have limited access to the OSHA Form 301 or its equivalent. See 29 CFR 1904.35.er OSHA's Recordkeeping rule,for further details on the access provisions M these forms Street 3800 W.2nd Street Number of Cal City Taylor State Texas zip 76574 Industry description(e.g.,Manufacture of motor truck trailers) Total number of Total number of Total number of cases Total number of Construction ' deaths cases with days with job transfer or other recordable away,from work restriction Cases Standard Irusinal ati S C),H kn (e.g.,SIC 3715) 0 1 0 0 (Co) (H) (1) (J) OR North American Industrial Classification C known(e.g.,336212) Employment information Total number of Total number of days of days away from job transfer or restriction Annual average number of employees 148 u Total hours worked by all employees las; '\ 113 0 year .279.16 /) (K) (L) / - — 4 M Sign here Total number of... Knowingly falsifying this document m4 result In a fine. (M) (1) Iniury 1 (4) Poisoninq 0 (2) Skin Disorder 0 (5) Hearinq Loss 0 1 certify that I have examined this document and that to the best of my knowledge the entries are true,accurate.and (3) Respiratory complete Condition 0 (6)All Other Illnesses 0 Tim Patin President Company executive Title 512-269-1071 1/72022 Post this Summary page from February 1 to April 30 of the year following the year covered by the form Phone Date Public reporbrg burden for this colleellen of inlumalm is estimated to average 58 minutes per respolow,alluding lime to review the Instruction.search and gather the data deeded,and corrode and review the collection of information.Persons are nit regdred to respond to ft collection of mkxmabon unless it displays a au Indy valid 011,18 corltrd dumber.It you have any mrmlmis abaA these asemales or any aspects d this data cdlectlon,contact US Uepanmenl dl I atxx 0RHA Off—M Slarictvx Rrrvn N-YA4 7r1f1 f dihuun Ave NW Wadvmlm rK:7/121(1 M mI vrvl Ifw mmNNM krms In lha rukw BID FORM PROJECT NAME: Old Settlers Blvd PROJECT LOCATION: Round Rock,Texas OWNER: City of Round Rock,Texas DATE: September 24,2024 Gentlemen: Patin Construction LLC Pursuant to the foregoing Notice to Bidders and Instructions to Bidders,the undersigned bidder hereby proposes to do all the Work,to furnish all necessary superintendence, labor,machinery,equipment,tools,materials,insurance and miscellaneous items,to complete all the Work on which he bids as provided by the attached Bid Documents,and as shown on the plans for the construction of OLD SETTLERS EXTENSION and binds himself on acceptance of this bid to execute the Agreement and bond for completing said Work within the time stated,for the following prices,to wit: Any addenda issued will be posted with the Project Manual and/or Contract Documents on the City's website at httos://www.roundrocktexas.aov/businesses/solicitations by the close of business on September 19,2024 Prior to submitting a bid, the bidder is responsible for determining if any addenda have been issued and for following any instructions in any addenda issued. Bidder acknowledges receipt of the following Addenda by listing Addendum"number"and"date". 1-9-13-2024 2-9-17-2024 F BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 1 44.18 STA 100 6002 PREPARING ROW STATION for Five thousand dollars and zero cents. $ 5,000.00 $ 220,900.00 2 96 SY 104 6015 REMOVING CONC(SIDEWALKS) complete in place per SQUARE YARD for Twenty dollars and zero cents. $ 20.00 $ 1,920.00 3 1835 SY 104 6017 REMOVING CONC(DRIVEWAYS) complete in place per SQUARE YARD for Twenty dollars and zero cents. $ 20.00 $ 36,700.00 4 940 LF 104 6022 REMOVING CONC(CURB AND GUTTER) complete in place per LINEAR FOOT for Five dollars and zero cents. $ 5.00 $ 4,700.00 5 1263 SY 105 6037 REMOVING STAB BASE AND ASPH PAV(0"-16") complete in place per SQUARE YARD for Eighteen dollars and zero cents. $ 18.00 $ 22,734.00 6 24049 CY 110 6001 EXCAVATION(ROADWAY) complete in place per CUBIC YARD for Twelve dollars and zero cents. $ 12.00 $ 288,588.00 7 15565 CY 132 6002 EMBANKMENT(FINAL)(DENS CONT)(TY A) complete in place per CUBIC YARD for Nine dollars 00300-9-2015 Pagel of 21 Bid Form and zero cents. $ 9.00 $ 140,085.00 00300-9-2015 Page 2 of 21 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 8 28065 SY 160 6003 FURNISHING AND PLACING TOPSOIL(4") SQUARE YARD for Two dollars and zero cents. $ 2.00 $ 56,130.00 9 7233 SY 162 6002 BLOCK SODDING SQUARE YARD for Fifteen dollars and zero cents. $ 15.00 $ 108,495.00 10 22606 SY 164 6007 BROADCAST SEED(PERM)(URBAN)(CLAY) complete in place per SQUARE YARD for One dollars and zero cents. $ 1.00 $ 22,606.00 11 11001 SY 164 6009 BROADCAST SEED(TEMP)(WARM) complete in place per SQUARE YARD for One dollars and zero cents. $ 1.00 $ 11,001.00 12 11001 SY 164 6011 BROADCAST SEED(TEMP)(COOL) complete in place per SQUARE YARD for One dollars and zero cents. $ 1.00 $ 11,001.00 13 1.15 AC 166 6001 FERTILIZER complete in place per ACRE for Two thousand dollars and zero cents. $ 2,000.00 $ 2,300.00 14 812 MG 168 6001 VEGETATIVE WATERING complete in place per MEGAGALLON for Ten dollars and zero cents. $ 10.00 $ 8,120.00 15 2165.5 SY 169 6003 SOIL RETENTION BLANKETS(CL 1XTY C) complete in place per SQUARE YARD for Three dollars and zero cents. $ 3.00 $ 6,496.50 16 919 TON 260 6002 LRAE(HYDRATED LM1E(SLURRY)) complete in place per TON for Three hundred fifty dollars and zero cents. $ 350.00 $ 321,650.00 17 30885 SY 260 6027 LIME TRT(EXST MATLx8") complete in place per SQUARE YARD for Eight dollars and zero cents. $ 8.00 $ 247,080.00 00300-9-2015 Page 3 of 21 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 18 25680 SY 360 6004 CONC PVMT(CONT REiNF-CRCP)(10") complete in place per SQUARE YARD for Eighty five dollars and zero cents. $ 85.00 $ 2,182,800.00 19 5517 LF 402 6001 TRENCH EXCAVATION PROTECTION complete in place per LINEAR FOOT for Five dollars and zero cents. $ 5.00 $ 27,585.00 20 120 LF 416 6001 DRILL SHAFT(18 IN) complete in place per LINEAR FOOT for Four hundred fifty dollars and zero cents. $ 450.00 $ 54,000.00 21 500 LF 416 6004 DRELL SHAFT(36 IN) complete in place per LINEAR FOOT for Seven hundred dollars and zero cents. $ 700.00 $ 350,000.00 22 326 LF 416 6029 DRELL SHAFT(RDWY ILL POLE)(30 IN) complete in place per LINEAR FOOT for Three hundred sixty dollars and zero cents. $ 360.00 $ 117,360.00 23 13 LF 416 6032 DRILL SHAFT(TRF SIG POLE)(36 IN) complete in place per LINEAR FOOT for Four hundred eighty dollars and zero cents. $ 480.00 $ 6,240.00 24 44 LF 416 6034 DRELL SHAFT(TRF SIG POLE)(48 IN) complete in place per LINEAR FOOT for Seven hundred twenty dollars and zero cents. $ 720.00 $ 31,680.00 25 97.5 CY 420 6013 CL C CONC(ABUT) complete in place per CUBIC YARD for One thousand five hundred dollars and zero cents. $ 1,500.00 $ 146,250.00 26 65.4 CY 420 6029 CL C CONC(CAP) complete in place per CUBIC YARD for One thousand five hundred dollars and zero cents. $ 1,500.00 $ 98,100.00 27 34.6 CY 420 6037 CL C CONC(COLUMN) complete in place per CUBIC YARD for One thousand five hundred dollars and zero cents. $ 1,500.00 $ 51,900.00 00300-9-2015 Page 4 of 21 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 28 16330 SF 422 6001 REINF CONC SLAB complete in place per SQUARE FOOT for Thirty dollars and zero cents. $ 30.00 $ 489,900.00 29 4140 SF 422 6013 BRIDGE SIDEWALK complete in place per SQUARE FOOT for Ten dollars and zero cents. $ 10.00 $ 41,400.00 30 132 CY 422 6015 APPROACH SLAB complete in place per CUBIC YARD for Six hundred fifty dollars and zero cents. $ 650.00 $ 85,800.00 31 2264 SF 423 6001 RETAINING WALL(MSE) complete in place per SQUARE FOOT for One hundred sixty dollars and zero cents. $ 160.00 $ 362,240.00 32 2056.32 LF 425 6037 PRESTR CONC GIRDER(TX40) complete in place per LINEAR FOOT for Two hundred eighty dollars and zero cents. $ 280.00 $ 575,769.60 33 222 CY 432 6002 RIPRAP(CONC)(5 IN) complete in place per CUBIC YARD for Five hundred fifty dollars and zero cents. $ 550.00 $ 122,100.00 34 6 CY 432 6003 RIPRAP(CONC)(6 IN) complete in place per CUBIC YARD for One thousand dollars and zero cents. $ 1,000.00 $ 6,000.00 35 65.3 CY 432 6045 RIPRAP(MOW STRIP)(4 IN) complete in place per CUBIC YARD for Five hundred dollars and zero cents. $ 500.00 $ 32,650.00 36 15 CY 432 6051 RIPRAP(STONE COMMON)(GROUT)(18 IN) complete in place per CUBIC YARD for Two hundred dollars and zero cents. $ 200.00 $ 3,000.00 7340 SY 432 NEW P.C.CONCRETE SIDEWALKS 4 INCH 37 THICKNESS complete in place per SQUARE YARD for Fifty five dollars and zero cents. $ 55.00 $ 403,700.00 00300-9-2015 Page 5 of 21 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 38 734 SY 433 P.R.CONCRETE DRIVEWAY complete in place per SQUARE YARD for One hundred twenty dollars and zero cents. $ 120.00 $ 88,080.00 39 484 LB 442 6007 STR STEEL(MISC NON-BRIDGE) complete in place per POUND for Thirty five dollars and zero cents. $ 35.00 $ 16,940.00 40 1495 LF 450 6036 RAIL(TY C411) complete in place per LINEAR FOOT for Four hundred dollars and zero cents. $ 400.00 $ 598,000.00 41 50 LF 450 6048 RAIL(HANDRAILXTY B) complete in place per LINEAR FOOT for Two hundred dollars and zero cents. $ 200.00 $ 10,000.00 42 132 LF 454 6003 AMOR JOINT complete in place per LINEAR FOOT for Two hundred dollars and zero cents. $ 200.00 $ 26,400.00 43 1770 LF 464 6003 RC PIPE(CL MX18 IN) complete in place per LINEAR FOOT for Ninety five dollars and zero cents. $ 95.00 $ 168,150.00 44 703 LF 464 6005 RC PIPE(CL MX24 IN) complete in place per LINEAR FOOT for One hundred twenty five dollars and zero cents. $ 125.00 $ 87,875.00 45 663 LF 464 6007 RC PIPE(CL ID)(30 IN) complete in place per LINEAR FOOT for One hundred seventy five dollars and zero cents. $ 175.00 $ 116,025.00 46 1461 LF 464 6008 RC PIPE(CL M36 IN) complete in place per LINEAR FOOT for Two hundred ten dollars and zero cents. $ 210.00 $ 306,810.00 47 1060 LF 464 6009 RC PIPE(CL III)(42 IN) complete in place per LINEAR FOOT for Two hundred fifty dollars and zero cents. $ 250.00 $ 265,000.00 00300-9-2015 Page 6 of 21 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 48 17 EA 465 6013 INLET(COMPL)(PCOx3FT)(NONE) complete in place per EACH for Seven thousand five hundred dollars and zero cents. $ 7,500.00 $ 127,500.00 49 18 EA 465 6014 INLET(COMPL)(PCOx3FT)(LEFT) complete in place per EACH for Seven thousand five hundred dollars and zero cents. $ 7,500.00 $ 135,000.00 50 16 EA 465 6015 INLET(COMPL)(PCOx3FTXRIGHT) complete in place per EACH for Eight thousand dollars and zero cents. $ 8,000.00 $ 128,000.00 51 7 EA 465 6021 INLET(COMPLXPCOx5FT)(NONE) complete in place per EACH for Thirteen thousand dollars and zero cents. $ 13,000.00 $ 91,000.00 52 5 EA 465 6022 INLET(COMPLXPCOx5FTXLEFT) complete in place per EACH for Seventeen thousand dollars and zero cents. $ 17,000.00 $ 85,000.00 53 6 EA 465 6023 INLET(COMPL)(PCOx5FTXRIGHT) complete in place per EACH for Fourteen thousand dollars and zero cents. $ 14,000.00 $ 84,000.00 54 2 EA 465 6071 INLET(COMPL)(PSLXRC)(4FTX4FT) complete in place per EACH for Ten thousand dollars and zero cents. $ 10,000.00 $ 20,000.00 55 4 EA 465 6074 INLET(COMPL)(PSL)(RCx5FTX5FT) complete in place per EACH for Twelve thousand dollars and zero cents. $ 12,000.00 $ 48,000.00 56 2 EA 465 6076 INLET(COMPLXPSL)(RCx6FTX6FT) complete in place per EACH for Eighteen thousand dollars and zero cents. $ 18,000.00 $ 36,000.00 1 EA 465 6158 INLET(COMPL)(PAZDXFGx3FTX3FT-3FTX3FT) 57 complete in place per EACH for Seven thousand five hundred dollars and zero cents. $ 7,500.00 $ 7,500.00 00300-9-2015 Page 7 of 21 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 3 EA 465 6160 INLET(COMPLXPAZD)(FGx4FTX4FT-4FTX4FT) 58 complete in place per EACH for Seven thousand five hundred dollars and zero cents. $ 7,500.00 $ 22,500.00 59 1 EA 465 6560 INL(CMPXPAZD-CZ)(FGx4FTX4FT-4FTX4FT) complete in place per EACH for Seven thousand five hundred dollars and zero cents. $ 7,500.00 $ 7,500.00 60 2 EA 466 6010 HEADWALL(CH-FW-0)(DIA=42 IN) complete in place per EACH for Five thousand dollars and zero cents. $ 5,000.00 $ 10,000.00 61 1 EA 496 6002 REMOV STR(INLET) complete in place per EACH for One thousand five hundred dollars and zero cents. $ 1,500.00 $ 1,500.00 62 20 LF 496 6007 REMOV STR(PIPE) complete in place per LINEAR FOOT for One hundred dollars and zero cents. $ 100.00 $ 2,000.00 63 6449 LF 496 6043 REMOV STR(SMALL FENCE) complete in place per LINEAR FOOT for Three dollars and zero cents. $ 3.00 $ 19,347.00 64 1 LS 500 6001 MOBILIZATION complete in place per LUMP SUM for Two hundred thousand dollars and zero cents. $ 200,000.00 $ 200,000.00 12 MO 502 6001 BARRICADES,SIGNS AND TRAFFIC HANDLING 65 complete in place per MONTHS for One thousand five hundred dollars and zero cents. $ 1,500.00 $ 18,000.00 66 530 LF 506 6002 ROCK FILTER DAMS(INSTALL)(TY 2) complete in place per LINEAR FOOT for Fifty dollars and zero cents. $ 50.00 $ 26,500.00 67 530 LF 506 6011 ROCK FILTER DAMS(REMOVE) complete in place per LINEAR FOOT for Ten dollars and zero cents. $ 10.00 $ 5,300.00 00300-9-2015 Page 8 of 21 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 68 200 SY 506 6020 CONSTRUCTION EXITS(INSTALL)(TY 1) complete in place per SQUARE YARD for Thirty dollars and zero cents. $ 30.00 $ 6,000.00 69 200 SY 506 6024 CONSTRUCTION EXITS(REMOVE) complete in place per SQUARE YARD for Ten dollars and zero cents. $ 10.00 $ 2,000.00 70 15655 LF 529 6005 CONC CURB(MONO)(TY II) complete in place per LINEAR FOOT for Eighteen dollars and zero cents. $ 18.00 $ 281,790.00 71 17 LF 529 6016 CONC CURB(TY F I) complete in place per LINEAR FOOT for One hundred dollars and zero cents. $ 100.00 $ 1,700.00 72 28 LF 529 6027 CONC CURB(TY C2) complete in place per LINEAR FOOT for One hundred dollars and zero cents. $ 100.00 $ 2,800.00 73 1 EA 5316006 CURB RAMPS(TY 3) complete in place per EACH for Two thousand five hundred dollars and zero cents. $ 2,500.00 $ 2,500.00 74 1 EA 5316010 CURB RAMPS(TY 7) complete in place per EACH for Two thousand five hundred dollars and zero cents. $ 2,500.00 $ 2,500.00 75 4 EA 5316013 CURB RAMPS(TY 10) complete in place per EACH for Two thousand five hundred dollars and zero cents. $ 2,500.00 $ 10,000.00 76 325 LF 540 6001 MTL W-BEAM GD FEN(TIM POST) complete in place per LINEAR FOOT for Thirty five dollars and zero cents. $ 35.00 $ 11,375.00 77 4 EA 540 6006 MTL BEAM GD FEN TRANS(THREE-BEAM) complete in place per EACH for Three thousand dollars and zero cents. $ 3,000.00 $ 12,000.00 00300-9-2015 Page 9 of 21 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 7 EA 540 6016 DOWNSTREAM ANCHOR TERMINAL SECTION 78 complete in place per EACH for Two thousand five hundred dollars and zero cents. $ 2,500.00 $ 17,500.00 79 9 EA 544 6001 GUARDRAIL END TREATMENT(INSTALL) complete in place per EACH for Four thousand dollars and zero cents. $ 4,000.00 $ 36,000.00 80 8 EA 545 6015 CRASH CUSH ATTEN(INSTLXR)(WXTL2) complete in place per EACH for Forty two thousand dollars and zero cents. $ 42,000.00 $ 336,000.00 81 4 EA 610 6146 IN RD IL(TY SA)30B-8(250W EQ)LED complete in place per EACH for Seven thousand dollars and zero cents. $ 7,000.00 $ 28,000.00 82 40 EA 610 6162 IN RD IL(TY SA)30T-8(250W EQ)LED complete in place per EACH for Five thousand dollars and zero cents. $ 5,000.00 $ 200,000.00 83 19 EA 610 TREE PROTECTION complete in place per EACH for One thousand dollars and zero cents. $ 1,000.00 $ 19,000.00 84 7795 LF 618 6046 CONDT(PVC)(SCH 80)(2") complete in place per LINEAR FOOT for Twenty eight dollars and zero cents. $ 28.00 $ 218,260.00 85 585 LF 618 6047 CONDT(PVC)(SCH 80)(2")(BORE) complete in place per LINEAR FOOT for Seventy five dollars and zero cents. $ 75.00 $ 43,875.00 86 380 LF 618 6053 CONDT(PVC)(SCH 80)(3") complete in place per LINEAR FOOT for Thirty five dollars and zero cents. $ 35.00 $ 13,300.00 87 340 LF 618 6054 CONDT(PVC)(SCH 80)(3")(BORE) complete in place per LINEAR FOOT for Eighty five dollars and zero cents. $ 85.00 $ 28,900.00 00300-9-2015 Page 10 of 21 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 88 6900 LF 618 6058 CONDT(PVC)(SCH 80)(4") complete in place per LINEAR FOOT for Fifty dollars and zero cents. $ 50.00 $ 345,000.00 89 190 LF 618 6059 CONDT(PVC)(SCH 80)(4")(BORE) complete in place per LINEAR FOOT for Ninety three dollars and zero cents. $ 93.00 $ 17,670.00 90 1140 LF 618 6070 CONDT(RM)(2") complete in place per LINEAR FOOT for One hundred five dollars and zero cents. $ 105.00 $ 119,700.00 91 570 LF 618 6078 CONDT(RM)(4") complete in place per LINEAR FOOT for One hundred eighty dollars and zero cents. $ 180.00 $ 102,600.00 92 9970.00 LF 620 6007 ELEC CONSR(NO.8)BARE complete in place per LINEAR FOOT for Three dollars and zero cents. $ 3.00 $ 29,910.00 93 17090.00 LF 620 6008 ELEC CONDR(NO.8)INSULATED complete in place per LINEAR FOOT for Three dollars and zero cents. $ 3.00 $ 51,270.00 94 230.00 LF 620 6009 ELEC CONDR(NO.6)BARE complete in place per LINEAR FOOT for Five dollars and zero cents. $ 5.00 $ 1,150.00 95 460.00 LF 620 6010 ELEC CONDR(NO.6)INSULATED complete in place per LINEAR FOOT for Six dollars and zero cents. $ 6.00 $ 2,760.00 96 17.00 EA 624 6002 GROUND BOX TY A(122311)W/APRON complete in place per EACH for Two thousand five hundred dollars and zero cents. $ 2,500.00 $ 42,500.00 00300-9-2015 Page 11 of 21 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 97 5.00 EA 624 6010 GROUND BOX TY D(162922)W/APRON complete in place per EACH for Three thousand five hundred dollars and zero cents. $ 3,500.00 $ 17,500.00 98 12.00 EA 624 QUAZITE GROUND BOX&COVER complete in place per EACH for Four thousand dollars and zero cents. $ 4,000.00 $ 48,000.00 99 1.00 EA 628 6003 ELC SRV TY A 120/240 060(NS)AL(E)PS(U) complete in place per EACH for Thirteen thousand dollars and zero cents. $ 13,000.00 $ 13,000.00 100 1.00 EA 628 6213 ELC SRV TY D 120/240100(NS)AL(E)PS(U) complete in place per EACH for Nine thousand dollars and zero cents. $ 9,000.00 $ 9,000.00 101 1_00 EA 628 6308 ELC SRV TY T 120/240 000(NS)GS(I)SP(U) complete in place per EACH for Five thousand five hundred dollars and zero cents. $ 5,500.00 $ 5,500.00 102 644.00 LF 628 SEDIMENT CONTAINMENT DIKES complete in place per LINEAR FOOT for Twenty dollars and zero cents. $ 20.00 $ 12,880.00 103 8101.00 LF 642 SILT FENCE FOR EROSION CONTROL complete in place per LINEAR FOOT for Four dollars and zero cents. $ 4.00 $ 32,404.00 104 11 EA 644 6001 IN SM RD SN SUP&AM TYIOBWG(1)SA(P) complete in place per EACH for One thousand two hundred dollars and zero cents. $ 1,200.00 $ 13,200.00 105 2 EA 644 6002 IN SM RD SN SUP&AM TYIOBWG(1)SA(P-BM) complete in place per EACH for One thousand five hundred dollars and zero cents. $ 1,500.00 $ 3,000.00 106 3 EA 644 6004 IN SM RD SN SUP&AM TYIOBWG(1)SA(T) complete in place per EACH for One thousand five hundred dollars and zero cents. $ 1,500.00 $ 4,500.00 107 1 EA 644 6007 IN SM RD SN SUP&AM TYIOBWG(1)SA(U) complete in place per EACH for One thousand five hundred dollars and zero cents. $ 1,500.00 $ 1,500.00 00300-9-2015 Page 12 of 21 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 108 1 EA 644 6036 IN SM RD SN SUP&AM TYS80(1)SA(U-BM) complete in place per EACH for One thousand five hundred dollars and zero cents. $ 1,500.00 $ 1,500.00 109 3889 LF 662 6067 WK ZN PAV MRK REMOV(W)6"(SLD) complete in place per LINEAR FOOT for One dollars and zero cents. $ 1.00 $ 3,889.00 110 9458 LF 662 6098 WK ZN PAV MRK REMOV(Y)6"(SLD) complete in place per LINEAR FOOT for One dollars and zero cents. $ 1.00 $ 9,458.00 111 1087 LF 666 6036 REFL PAV MRK TY I(W)8"(SLD)(I OOMIL) complete in place per LINEAR FOOT for Three dollars and zero cents. $ 3.00 $ 3,261.00 112 132 LF 666 6042 REFL PAV MRK TY I(W)12"(SLD)(100MIL) complete in place per LINEAR FOOT for Five dollars and zero cents. $ 5.00 $ 660.00 113 169 LF 666 6048 REFL PAV MRK TY I(W)24"(SLD)(100MIL) complete in place per LINEAR FOOT for Ten dollars and zero cents. $ 10.00 $ 1,690.00 114 15 EA 666 6054 REFL PAV MRK TY I(W)(ARROW)(100MIL) complete in place per EACH for Three hundred dollars and zero cents. $ 300.00 $ 4,500.00 115 11 EA 666 6078 REFL PAV MRK TY I(W)(WORD)(100MIL) complete in place per EACH for Three hundred fifty dollars and zero cents. $ 350.00 $ 3,850.00 116 120 LF 666 6171 REFL PAV MRK TY II(W)6"(BRK) complete in place per LINEAR FOOT for Fifteen dollars and zero cents. $ 15.00 $ 1,800.00 117 18792 LF 666 6225 PAVEMENT SEALER 6" complete in place per LINEAR FOOT for One dollars and zero cents. $ 1.00 $ 18,792.00 00300-9-2015 Page 13 of 21 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 118 1087 LF 666 6226 PAVEMENT SEALER 8" complete in place per LINEAR FOOT for Two dollars and zero cents. $ 2.00 $ 2,174.00 119 169 LF 666 6230 PAVEMENT SEALER 24" complete in place per LINEAR FOOT for Four dollars and zero cents. $ 4.00 $ 676.00 120 1914 LF 666 6306 RE PM W/RET REQ TY I(W)6"(BRKx100MIL) complete in place per LINEAR FOOT for Two dollars and zero cents. $ 2.00 $ 3,828.00 121 7557 LF 666 6309 RE PM W/RET REQ TY I(W)6"(SLD)(100MIL) complete in place per LINEAR FOOT for Two dollars and zero cents. $ 2.00 $ 15,114.00 122 9201 LF 666 6321 RE PM W/RET REQ TY I(Y)6"(SLDx100MIL) complete in place per LINEAR FOOT for Two dollars and zero cents. $ 2.00 $ 18,402.00 123 56 EA 672 6007 REFL PAV MRKR TY I-C complete in place per EACH for Ten dollars and zero cents. $ 10.00 $ 560.00 124 54 EA 672 6009 REFL PAV MRKR TY II-A-A complete in place per EACH for Ten dollars and zero cents. $ 10.00 $ 540.00 125 96 EA 672 6010 REFL PAV MRKR TY II-C-R complete in place per EACH for Ten dollars and zero cents. $ 10.00 $ 960.00 126 3525 LF 677 6002 ELIM EXT PAV MRK&MRKS(6") complete in place per LINEAR FOOT for One dollars and zero cents. $ 1.00 $ 3,525.00 127 1 EA 680 6002 INSTALL HWY TRF SIG(ISOLATED) complete in place per EACH for Fifty eight thousand dollars and zero cents. $ 58,000.00 $ 58,000.00 00300-9-2015 Page 14 of 21 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 128 6 EA 682 6001 VEH SIG SEC(12")LED(GRN) complete in place per EACH for Five hundred dollars and zero cents. $ 500.00 $ 3,000.00 129 2 EA 682 6002 VEH SIG SEC(12")LED(GRN ARW) complete in place per EACH for Five hundred dollars and zero cents. $ 500.00 $ 1,000.00 130 6 EA 682 6003 VEH SIG SEC(12")LED(YEL) complete in place per EACH for Five hundred dollars and zero cents. $ 500.00 $ 3,000.00 131 2 EA 682 6004 VEH SIG SEC(12")LED(YEL ARW) complete in place per EACH for Five hundred dollars and zero cents. $ 500.00 $ 1,000.00 132 6 EA 682 6005 VEH SIG SEC(12")LED(RED) complete in place per EACH for Five hundred dollars and zero cents. $ 500.00 $ 3,000.00 133 1 EA 682 6006 VEH SIG SEC(12")LED(RED ARW) complete in place per EACH for Five hundred dollars and zero cents. $ 500.00 $ 500.00 134 2 EA 682 6018 PED SIG SEC(LEDXCOUNTDOWN) complete in place per EACH for One thousand three hundred dollars and zero cents. $ 1,300.00 $ 2,600.00 135 2 EA 682 6049 BACKPLATE W/REFL BRDR(4 SEC) complete in place per EACH for Two hundred dollars and zero cents. $ 200.00 $ 400.00 136 5 EA 682 6060 BACKPLATE W/REFL BRDR(3 SEC) complete in place per EACH for Three hundred dollars and zero cents. $ 300.00 $ 1,500.00 137 545 LF 684 6008 TRF SIG CBL(TY AX 12 AWGx3 CONDR) complete m place per LINEAR FOOT for Three dollars and zero cents. $ 3.00 $ 1,635.00 00300-9-2015 Page 15 of 21 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 138 191 LF 684 6030 TRF SIG CBL(TY A)(14 AWGx4 CONDR) complete in place per LINEAR FOOT for Four dollars and zero cents. $ 4.00 $ 764.00 139 607 LF 684 6033 TRF SIG CBL(TY A)(14 AWGx7 CONDR) complete in place per LINEAR FOOT for Five dollars and zero cents. $ 5.00 $ 3,035.00 140 455 LF 684 6046 TRF SIG CBL(TY AX14 AWGX20 CONDR) complete in place per LINEAR FOOT for Ten dollars and zero cents. $ 10.00 $ 4,550.00 141 430 LF 684 6079 TRF SIG CBL(TY CX12 AWG)(2 CONDR) complete in place per LINEAR FOOT for Three dollars and zero "r cents. $ 3.00 $ 1,290.00 142 1 EA 686 6040 INS TRF SIG PL AM(S)1 ARM(36')LUM&ILSN complete in place per EACH for Twenty five thousand dollars and zero cents. $ 25,000.00 $ 25,000.00 143 1 EA 686 6054 INS TRF SIG PL AM(S)1 ARM(50')ILSN complete in place per EACH for Forty thousand dollars and zero cents. $ 40,000.00 $ 40,000.00 144 1 EA 686 6060 INS TRF SIG PL AM(S)1 ARM(55')LUM&ILSN complete in place per EACH for Fifty two thousand dollars and zero cents. $ 52,000.00 $ 52,000.00 145 2 EA 687 6001 PED POLE ASSEMBLY complete in place per EACH for Seven thousand three hundred dollars and zero cents. $ 7,300.00 $ 14,600.00 146 2 EA 688 6001 PED DETECT PUSH BUTTON(APS) complete in place per EACH for One thousand five hundred dollars and zero cents. $ 1,500.00 $ 3,000.00 147 1 EA 688 6003 PED DETECTOR CONTROLLER UNIT complete in place per EACH for Five thousand dollars and zero cents. $ 5,000.00 $ 5,000.00 00300-9-2015 Page 16 of 21 Bid Form BASE BID Bid Approx. Item Description " Item Quantity Unit and Written Unit Price Unit Price Amount 148 11 EA 752 6005 TREE REMOVAL(4"-12"DIA) complete in place per EACH for Five hundred dollars and zero cents. $ 500.00 $ 5,500.00 149 29 EA 752 6006 TREE REMOVAL(12"-18"DIA) complete in place per EACH for Seven hundred fifty dollars and zero cents. $ 750.00 $ 21,750.00 150 11 EA 752 6007 TREE REMOVAL(18"-24"DIA) complete in place per EACH for One thousand dollars and zero cents. $ 11000.00 $ 11,000.00 151 1 EA 752 6008 TREE REMOVAL(24"-30"DIA) complete in place per EACH for One thousand dollars and zero cents. $ 1,000.00 $ 1,000.00 152 1 EA 752 6009 TREE REMOVAL(30"-36"DIA) complete in place per EACH for One thousand dollars and zero cents. $ 1,000.00 $ 1,000.00 153 1 EA 752 6011 TREE REMOVAL(42"-48"DIA) complete in place per EACH for One thousand dollars and zero cents. $ 1,000.00 $ 1,000.00 154 3216 LF SS 1002 CORRIDOR FENCE complete in place per LINEAR FOOT for One hundred ten dollars and zero cents. $ 110.00 $ 353,760.00 155 3 EA 5052 6001 BARRIER GATE complete in place per EACH for Three thousand five hundred dollars and zero cents. $ 3,500.00 $ 10,500.00 156 45 LF 6004 6031 ITS COM CBL(ETHERNET) complete in place per LINEAR FOOT for Eight dollars and zero cents. $ 8.00 $ 360.00 157 1 EA 6054 6001 SPREAD SPECTRUM RADIO complete in place per EACH for Three thousand dollars and zero cents. $ 3,000.00 $ 3,000.00 00300-9-2015 Page 17 of 21 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 158 1 EA 6054 6004 ANTENNA(OMNI-DIRECTIONAL) complete in place per EACH for Three thousand dollars and zero cents. $ 3,000.00 $ 3,000.00 159 1 EA 6058 6001 BBU SYSTEM(EXTERNAL BATT CABINET) complete in place per EACH for Twelve thousand dollars and zero cents. $ 12,000.00 $ 12,000.00 160 3 EA 6090 6005 ILSN(LED)(IOD) complete in place per EACH for Five thousand five hundred dollars and zero cents. $ 5,500.00 $ 16,500.00 161 1 EA 6306 6001 VIVDS PROSR SYS complete in place per EACH for Fifteen thousand dollars and zero cents. $ 15,000.00 $ 15,000.00 162 3 EA 6306 6002 VIVDS CAM ASSY FXD LNS complete in place per EACH for Eight thousand five hundred dollars and zero cents. $ 8,500.00 $ 25,500.00 163 1 EA 6306 6005 VIVDS CNTRL SOFTWARE complete in place per EACH for Six hundred fifty dollars and zero cents. $ 650.00 $ 650.00 164 769 LF 6306 6007 VIVDS CABLING complete in place per LINEAR FOOT for Eight dollars and zero cents. $ 8.00 $ 6,152.00 165 576 SY 7300 6003 REMOVE&DISPOSE GRAVEL DRIVE complete in place per SQUARE YARD for Twenty dollars and zero cents. $ 20.00 $ 11,520.00 166 6740 TON SS3076 DENSE GRADED HOT MIX ASPHALT(EXEMPT) complete in place per TON for One hundred thirty six dollars and zero cents. $ 136.00 $ 916,640.00 SUBTOTAL(Items 1 thru 166) J $13,339,337.10 00300-9-2015 Page 18 of 21 Bid Form WATERLINE ITEMS BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 167 4921 LF 402 6001 TRENCH EXCAVATION PROTECTION complete in place per LINEAR FOOT for Five dollars and zero cents. $ 5.00 $ 24,605.00 168 346 LF 501 30-IN BORING PIPE complete in place per LINEAR FOOT for One thousand two hundred dollars and zero cents. $ 1,200.00 $ 415,200.00 131 LF 505 ENCASEMENT PIPE(30")STEEL(OPEN CUT)(7/16-IN 169 THICKNESS) complete in place per LINEAR FOOT for Five hundred dollars and zero cents. $ 500.00 $ 65,500.00 170 160 LF 505 ENCASEMENT PIPE(24")STEEL(OPEN CUT)(7/16-IN complete in place per LINEAR FOOT for Three hundred dollars and zero cents. $ 300.00 $ 48,000.00 171 173 LF 510 WATER MAIN PIPE(DI)(61N) complete in place per LINEAR FOOT for Eighty five dollars and zero cents. $ 85.00 $ 14,705.00 172 710 LF 510 WATER MAIN PIPE(PVC)(8IN)(C-900) DR21 complete in place per LINEAR FOOT for Seventy five dollars and zero cents. $ 75.00 $ 53,250.00 173 4210 LF 510 WATER MAIN PIPE(PVC)(161N)(C-900) DR21 complete in place per LINEAR FOOT for One hundred fifteen dollars and zero cents. $ 115.00 $ 484,150.00 174 3.93 TON 510 DUCTILE IRON FITTINGS complete in place per TON for Twenty thousand dollars and zero cents. $ 20,000.00 $ 78,600.00 175 1 EA 510 WET CONNECTION(81N) complete in place per EACH for Ten thousand dollars and zero cents. $ 10,000.00 $ 10,000.00 176 1 EA 510 WET CONNECTION(16IN) complete in place per EACH for Twenty thousand dollars and zero cents. $ 20,000.00 $ 20,000.00 177 10 EA 511 GATE VALVE AND BOX(COMPLETE)(6") complete in place per EACH for Four thousand dollars and zero cents. $ 4,000.00 $ 40,000.00 00300-9-2015 Page 19 of 21 Bid Form WATERLINE ITEMS BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 178 1 EA 511 GATE VALVE AND BOX(COMPLETE)(8") complete in place per EACH for Five thousand dollars and zero cents. $ 51000.00 $ 15,000.00 179 8 EA 511 GATE VALVE&BOX(COMPLETE)(16") complete in place per EACH for Twenty thousand dollars and zero cents. $ 20,000.00 $ 160,000.00 IN I EA 511 2"COMBO AIR&VACUUM RELEASE VALVE complete in place per EACH for Twelve thousand five hundred dollars and zero cents. $ 12,500.00 S 12,500.00 181 1 EA 511 l"AIR RELEASE VALVE complete in place per EA.CH for Seven thousand five hundred dollars and zero cents. $ 7,500.00 $ 7,500.00 182 10 LA 511 FIRE HYDRANT ASSEMBLY complete in place per EACH for Eight thousand five hundred dollars and zero cents. $ 8,500.00 $ 85,000.00 1$3 2 EA 511 BLOW OFF VALVE complete in place per EACH for Five thousand dollars and zero cents. S 5,000.00 $ 10,000.00 SUBTOTAL WATERLINE(Items 167 thru 183) J $1,544,010.00 TOTAL BASE BID(Items 1 thru 183) J $14,883,347.10 184 1 LS EROSION CONTROL FORCE ACCOUNT complete in place per LUMP SUM for TEN THOUSAND dollars and ZERO cents. $ 10,000.00 S 10,000.00 ]$� l SAFETY CONTINGENCY FORCE ACCOUNT complete in place per LUMP SUM for TWENTY THOUSAND dollars and ZERO cents. S 20,000.00 $ 20,000.00 186 1 LS SAFETY CONTINGENCY FORCE ACCOUNT complete in place per LUMP SUM for SEVEN THOUSAND FIVE HUNDRED dollars and ZERO cents. $ 7,500.00 $ 7,500.00 Materials: $ 8,263,241.78 ;2 71 All Other Charges: $ •Total: $ 4963ri4?.1E9- J,✓8 00300-9-2015 Page 20 of 21 Bid Form tai 7zo, P�t�. ,. TOTAL BASE BID(Items I thru 183 Materials: $ 8,263,241.78 All Other Charges: $ `4, 20,'rt&�, 4, �� * Total: $ -i�#;88�,34?-�9" * Note: This total must be the same amount as shown above for "Total Base Bid" If this bid is accepted, the undersigned agrees to execute the Agreement and provide necessary bonds and insurance certification as per the Instructions to Bidders. The undersigned certifies that the bid prices contained in the bid have been carefully checked and are submitted as correct and final. The Owner reserves the right to reject any or all bids and may waive any informalities or technicalities. Respectfully Submitt , t---� � 3800 W. 2nd Street -- r� Signature Tim Patin Taylor, TX 76574 Print Name Address President 512-269-1071 Title Telephone Patin Construction LLC Name of Firm September 24, 2024 r" -- Date Secretary, if BAder is a Corporation 00200-9-2015 Page 21 of 21 Bid Form 00500 AGREEMENT City of Round Rock, Texas Contract Forms Standard Form of Agreement: Section 00500 City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor �/ AGREEMENT made as of the �� 44)day of in the year 20L/. BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor Patin Construction ("Contractor") 3800 W.2nd Street Taylor.TX 76574 The Project is described as: OLD SETTLERS EXTENSION The Engineer is: Ryan J.Williams,PE Aguirre&Fields,LP 12708 Riata Vista Circle,Suite A-109 Austin,Texas 78727 For and in consideration of the mutual terms, conditions and covenants of this Agreement and all accompanying documents between Owner and Contractor, the receipt and sufficiency of which are hereby acknowledged,Owner and Contractor agree as follows: ARTICLE I THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement,Conditions of the Contract(General,Supplementary and other Conditions), Drawings, Specifications,Addenda issued prior to execution of this Agreement,other documents listed in this Agreement and Modifications issued after execution of this Agreement;these form the Contract,and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations,representations or agreements, either written or oral.An enumeration of the Contract Documents,other than Modifications,appears in Article 7. ARTICLE 2 THE WORK OF THIS CONTRACT Contractor shall fully execute the Work described in the Contract Documents,except to the extent specifically indicated in the Contract Documents to be the responsibility of others. 00500 4-2020 Page 1 of 5 Standard Form of Agreement 00443647 ARTICLE 3 DATE OF COMMENCEMENT;DATE OF SUBSTANTIAL COMPLETION; DATE OF FINAL COMPLETION 3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a Notice to Proceed issued by Owner. 3.2 The Contract Time shall be measured from the date delineated in the Notice to Proceed. 3.3 Contractor shall commence Work within Ten 10 calendar days from the date delineated in the Notice to Proceed. 3.4 Contractor shall achieve Substantial Completion of the items of Work listed on Attachment A to this Agreement no later than three hundred and thirty ave 3( 35 )calendar days from issuance by Owner of Notice to Proceed, and Contractor shall achieve Substantial Completion of the entire Work no later than three hundred and sixty five 365 )calendar days from issuance by Owner of Notice to Proceed,subject to adjustments of this Contract Time as provided in the Contract Documents. 3.5 If Contractor fails to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement,Contractor shall pay to Owner,as liquidated damages, the sum of two thousand and No/100 Dollars($.2,000 )for each calendar day that Substantial Completion is delayed after the date(s) specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement and is not a penalty. It is agreed that the harm that would be caused by such failure, which includes loss of expected use of the Project areas,provision of alternative storage facilities and rescheduling of moving and occupancy dates,is one that is incapable or very difficult of accurate estimation.It is hereby agreed that if Substantial Completion of the Work(or any portion thereof)is not achieved on or before thirty(30)days after the date(s) specified for Substantial Completion in the Agreement, the Owner shall have the option to either collect liquidated damages as set forth herein or to thereafter rely on its remedies under the Contract Documents and at law and in equity, including without limitation, the recovery of actual damages. The date(s) specified for Substantial Completion of the Work(or any portion thereof)in the Agreement shall be subject to adjustment as provided in the Contract Documents. 3.6 Contractor shall achieve Final Completion of the entire Work no later than three hundred and sixty five 3( 65 )calendar days from issuance by Owner of Notice to Proceed. ARTICLE 4 CONTRACT SUM 4.1 Owner shall pay Contractor the Contract Sum in current funds for Contractor's full and complete performance of the Work and all of Contractor's obligations under this Agreement. The Contract Sum shall be Fourteen million nine hundred twenty thousand eight hundred forty-seven dollars and ten cents ($ 14,920,847.10 ),subject to additions and deductions as provided in the Contract Documents. 4.2 Does the Contract Sum include alternates which are described in the Bid Form? No X . Yes .If yes,please provide details below. 00500 4-2020 Page 2 of 5 Standard Form of Agreement 00443647 ARTICLE 5 PAYMENTS 5.1 PROGRESS PAYMENTS 5.1.1 Based upon Applications for Payment submitted to Engineer and Owner by Contractor,and Certificates for Payment issued by Engineer and not disputed by Owner and/or Owner's lender,Owner shall make progress payments on account of the Contract Sum to Contractor as provided below, in Article 14 of the General Conditions, and elsewhere in the Contract Documents. 5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month. 5.13 Provided that an Application for Payment is received by Engineer and Owner, and Engineer issues a Certificate of Payment not later than the tenth(10th) day of a month,Owner shall make payment to Contractor of amounts approved by the Owner not later than the tenth(10th)day of the next month.If an Application for Payment is received by Engineer and Owner after the application date fixed above,payment shall be made by Owner not later than one month after the Engineer issues a Certificate for Payment. The Owner shall not have any obligation to pay any amount covered by the Engineer's Certificate for Payment that is disputed by the Owner. 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by Contractor in accordance with the Contract Documents.The schedule of values shall allocate the entire Contract Sum among the various portions of the Work.The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as Engineer and Owner may require.This schedule,unless objected to by Engineer or Owner, shall be used as a basis for reviewing Contractor's Applications for Payment. 5.1.5 Applications for Payment shall wan-ant the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.1.6 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as provided in Article 14 of the General Conditions. 5.1.7 Except with Owner's prior written approval, Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. 5.2 FINAL PAYMENT 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by Owner to Contractor when: .1 Contractor has fully performed the Contract except for Contractor's responsibility to correct Work, and to satisfy other requirements,if any,which extend beyond final payment;and .2 a final Certificate for Payment has been issued by Engineer and approved by the Owner. 5.2.2 Owner's final payment to Contractor shall be made no later than thirty (30) days after the issuance of Engineer's final Certificate for Payment. In no event shall final payment be required to be made prior to thirty(30) days after all Work on the Contract has been fully performed.Defects in the Work discovered prior to final payment shall be treated as non-conforming Work and shall be corrected by Contractor prior to final payment,and shall not be treated as warranty items. ARTICLE 6 TERMINATION OR SUSPENSION 6.1 The Contract may be terminated by Owner or Contractor as provided in Article 15 of the General Conditions. 00500 4-2020 Page 3 of 5 Standard Form of Agreement 00443647 6.2 The Work may be suspended by Owner as provided in Article 15 of the General Conditions. ARTICLE 7 ENUMERATION OF CONTRACT DOCUMENTS 7.1 The Contract Documents,except for Modifications issued after execution of this Agreement,are enumerated as follows: 7.1.1 The Agreement is this executed version of the City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor,as modified. 7.1.2 The General Conditions are the "City of Round Rock Contract Forms 00700," General Conditions, as modified. 7.1.3 The Supplementary,Special,and other Conditions of the Contract are those contained in the Project Manual dated September 2024 . 7.1.4 The Specifications are those contained in the Project Manual dated September 2024 7.1.5 The Drawings,if any,are those contained in the Project Manual dated September 2024 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated September 2024 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda,if any,are those contained in the Project Manual dated September 2024 7.1.8 If this Agreement covers construction involving federal funds, thereby requiring inclusion of mandated contract clauses, such federally required clauses are those contained in the "City of Round Rock Contract Forms 03000,"Federally Required Contract Clauses,as modified. 7.1.9 Other documents,if any,forming part of the Contract Documents are as follows: n]1R ARTICLE 8 MISCELLANEOUS PROVISIONS 8.1 Where reference is made in this Agreement to a provision of any document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 8.2 Owner's representative is: Dawn Scheel Project Manager City of Round Rock Transportation (512)218-6603 8.3 Contractor's representative is: -TODD V.6 L.'f f;B P t'f MINA G 8 QA"rl"' C9►'5'T6ucTt$0 SLG .123 — q1 to 8.4 Neither Owner's nor Contractor's representative shall be changed without ten(10)days'written notice to the other party. 00500 4-2020 Page 4 of 5 Standard Form of Agreement 00443647 8.5 Waiver of any breach of this Agreement shall not constitute waiver of any subsequent breach. 8.6 Owner agrees to pay Contractor from available funds for satisfactory performance of this Agreement in accordance with the bid or proposal submitted therefor,subject to proper additions and deductions,all as provided in the General Conditions, Supplemental Conditions, and Special Conditions of this Agreement, and Owner agrees to make payments on account thereof as provided therein. Lack of funds shall render this Agreement null and void to the extent funds are not available. This Agreement is a commitment of City of Round Rock's current revenues only. 8.7 Although this Agreement is drawn by Owner,both parties hereto expressly agree and assert that,in the event of any dispute over its meaning or application,this Agreement shall be interpreted reasonably and fairly,and neither more strongly for nor against either party. 8.8 This Agreement shall be enforceable in Round Rock,Texas,and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein,exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 8.9 Both parties hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by an arbitration proceeding,including without limitation,any proceeding under the Federal Arbitration Act(9 USC Section 1-14)or any applicable state arbitration statute. 8.10 The parties, by execution of this Agreement, bind themselves, their heirs, successors, assigns, and legal representatives for the full and faithful performance of the tetras and provisions hereof. This Agreement is entered into as of the day and year first written above and is executed in at least two(2) original copies,of which one is to be delivered to Owner. OWNER CO RACTOR CITY F ROUND ROC TEXAS PrintedJame: Printed Name: Title Title: I'cS/� O., Date Signed: 2 Date Signed: S 2 ATTEST: City Clerk FOR CITY,APPROVED AS TO FORM: i ttorn 00500 4-2020 Page 5 of 5 Standard Form of Agreement 00443647 00600 INSURANCE AND CONSTRUCTION BOND FORMS BONDS AND INSURANCE INSTRUCTIONS Instruction Sheet 1. Insurance Company must be licensed by State of Texas. 2. Agent signing bonds must be licensed in Texas. 3. Agent signing bonds must have Power of Attorney on behalf of insurance company. 4. If Agent signing bonds has Power of Attorney, but not licensed in Texas, then the bond must be counter-signed by Texas local recording agent. ALL THE ABOVE INFORMATION CAN BE FOUND AT Texas Department of Insurance website—www.tdi.state.tx.us 5. Make sure the dollar amount on both Performance and Payment Bonds match the amount of the Agreement& Bid Form Sheet. 6. Both Performance and Payment Bonds should be signed by Authorized Person. If the contractor is a corporation, then it should be signed by the President or the Vice-President. If the contractor is not incorporated, then it may be signed by the Owner. Please state the title of the authorized person. CERTIFICATE OF LIABILITY INSURANCE Instruction Sheet 1. CERTIFICATE OF LIABILITY INSURANCE FORM The City of Round Rock's Certificate of Liability Insurance form provided herein or a standard ACORD form. 2. PRODUCER and INSURED- Please list name, address,phone number and e-mail. 3. COMPANIES AFFORDING COVERAGE — TDI number required. The TDI number can be obtained from the Texas Dept of Insurance Website: http://www.tdi.state.tx.us/. Company Lookup. Note:Exception to this rule.In certain instances where there is unusual risks involved,Surplus Lines Insurance Carriers can be used.Below are the guidelines: a. Insurance Company does not have to be"licensed in Texas",but they do have to be"eligible for a Texas license." Please verify with the Texas Dept of Insurance Website:hqp://www.tdi.state.tx.us/.—Company Lookup b. Policy has to be written by licensed surplus lines Aeent. Also verify with the Texas Dept of Insurance Website:hM://www.tdi.state.tx.us/-Agent Lookup 4. TYPES OF INSURANCE COVERAGE— CONSTRUCTION CONTRACT: Please double check the General Conditions and the Supplemental General Conditions for the types and amounts of insurance required. The Supplemental General Conditions usually state the following: a. Business Automobile Liability Insurance b. Workers' Compensation and Employers' Liability Insurance C. Commercial General Liability Insurance d. Builders' Risk Insurance— (Generally required for all "vertical" construction. Check with Project Manager for requirements.) FOR ALL OTHER CONTRACTS, PLEASE REFER TO THE INSURANCE SECTION FOR TYPE OF INSURANCE REQUIRED. (For example Engineering Service Contracts usually require"professional liability insurance".) 5. EFFECTIVE DATE & EXPIRATION DATE Please make sure dates are current. 6. City of Round Rock must be listed on the Certificate of Insurance as an additional insured (except Workers Compensation and Builders Risk). 7. Certificate must indicate that the insurance Company must give the City of Round Rock notice of any changes, cancellation , etc. at least thirty (30) days prior to date of change. 8. Make sure Certificate is signed by an Agent Licensed in the State of Texas, this can also be found on the Texas Department of Insurance website—www.tdi.state.tx.us—Agent Lookup. BOND NO.: HSHNSU0860629 PERFORMANCE 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 , and State of Texas , as Principal, and Harco National Insurance Company authorized under the law 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 Fourteen million nine hundred twenty thousand eight hundred forty-seven dollars and ten cents Dollars ($ 14,920,847.10 ) for the payment whereof, well and truly to be made the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,jointly and severally, by these presents: WHEREAS,the "I cipal has a tered into a certain written Agreement with the Owner dated the Z1��rr.� day of NO 20 24to which the Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: OLD SETTLERS EXTENSION NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Agreement and shall, in all respects, duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Agreement, agreed and covenanted by the Principal to be observed and performed, including but not limited to, the repair of any and all defects in said work occasioned by and resulting from defects in materials furnished by or workmanship of,the Principal in performing the Work covered by said Agreement and occurring within a period of twelve (12) months from the date of Final Completion and all other covenants and conditions, according to the true intent and meaning of said Agreement and the Plans and Specifications hereto annexed,then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page 1 00610 4-2020 Performance Bond 00443639 PERFORMANCE BOND(continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement, or to the Work performed thereunder, or the Plans, Specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond,and it does hereby waive notice of any such change,extension of time,alteration or addition to the terms of the Agreement, or to the work to be performed thereunder. If Principal fails to faithfully perform said Agreement, Surety, after receipt of written notice of Principal's default,shall perform all of Principal's duties and obligations under the Agreement. If, within ten (10) days after receipt of such notice from Owner, Surety does not commence to complete the obligations of Principal with a contractor acceptable to Owner and diligently complete the performance of the Principal's duties and obligations, Owner shall have the right but not the obligation to have the duties and obligations of Principal performed. In such event, Surety shall pay to Owner, upon demand, all costs, expenses and damages sustained by Owner as a result of Principal's failure to perform its duties and obligations under the Agreement up to the $14,920,847.10 sum of this Performance Bond, plus all costs and expenses, including attorney's fees and expert and consultant fees incurred by Owner to enforce its rights under this Performance Bond. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 1st day of November , 2024 . Patin Construction, LLC Harco National Insurance Company Princi Surety / / "-7 cKenneth Nitsche Printed Name Printed Name By: 'ti ` By: n..-0y/ Title: Title: Attorney-In-Fact Address: 3800 West 2nd Street Address: 4200 Six Forks Road Suite 1400 Taylor,TX 76574 Raleigh NC 27609 Resident Agent of Surety: r Signature Kenneth Nitsche Printed Name 143 E.Austin Street Address Giddings,TX 78942 City, State& Zip Code Page 2 00610 4-2020 Performance Bond 00443639 BOND NO.: HSHNSU0860629 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Patin Construction. LLC , of the City of Taylor , County of Williamson , and State of Texas , as Principal, and Harco National Insurance Company authorized under the laws of the State of Texas to act as Surety on Bonds for Principals,are held and firmly bound unto the CITY OF ROUND ROCK, TEXAS (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of Fourteen million nine hundred twenty thousand eight hundred forty-seven dollars and ten cents Dollars($ 14,920,847.10 )for the payment whereof,well and truly be made the said Principal and Surety bind themselves and their heirs, administrators, executors, successors, and assigns,jointly and severally, by these presents: WHEREAS,the Priipal has tered into a certain written Agreement with the Owner, dated the -day of , 20)-Vto which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: OLD SETTLERS EXTENSION NOW, THEREFORE,THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall well and truly pay all subcontractors, workers, laborers, mechanics, and suppliers, all monies to them owing by said Principals for subcontracts,work,labor,equipment,supplies and materials done and furnished for the construction of the improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page 1 00620 04-2020 Payment Bond 00437699 PAYMENT BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement, or to the Work performed thereunder, or the plans, specifications or drawings accompanying the same shall in anywise affect its obligation on this bond,and it does hereby waive notice of any such change,extension of time,alteration or addition to the terms of the contract,or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument this Ist day of November 2024 Patin Construction,LLC Harco National Insurance Company Prin 'T — r Surety Kenneth Nitsche Printed Name Printed Name IL By; By' �fAVR� Title: Title: Attorney-In-Fact Address: 3800 West 2nd Street Address: 4200 Six Forks Road Suite 1400 Taylor,TX 76574 Raleigh NC 27609 Resident Agent of Surety: Signature Kenneth Nitsche Printed Name 143 E.Austin Street Address Giddings,TX 78942 City, State&Zip Code Page 2 006201-2020 Payment Bond 00090656 POWER OF ATTORNEY Bond# HSHNSU0860629 HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered:4200 Six Forks Rd,Suite 1400,Raleigh, NC 27609 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, NINA K. SMITH, KENNETH NITSCHE, ROBERT K. NITSCHE, CRAIG T. PARKER, ROBERT JAMES NITSCHE, JENNIFER J. BIEHLE 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 duly 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,Attorneys-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, undertakings, 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 Attomeys-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,2023 INS(Jb ., t�\AEU N`rG.p STATE OF NEW JERSEY STATE OF ILLINOIS �O�•opvGn4p%-,�+ p�p0�j ys County of Essex County of Cook ° c CM SEAL T SEAL ;0: ✓ 1904 OJ: see �3 O •Q.`•�CINO�g "a' s !E a� Michael F.Zurcher Executive Vice President,Harco National Insurance Company and International Fidelity Insurance Company On this 31st day of December,2023 before me came the individual who executed the preceding instrument,to me personally known,and, being by me duly swom,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. P..NY.�R�, IN TESTIMONY WHEREOF,I have hereunto set my hand affixed my Official Seal,at the City of Newark, G.• ' .,� New Jersey the day and year first above written. �0TAR • = 9TFOF NE .N���• Cathy Cruz a Notary Public of New Jersey My Commission Expires April 16,2029 CERTIFICATION I,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, November 01,2024 A00134 Irene Martins,Assistant Secretary IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para presentar una queja: You may contact Ilarco National Insurance Company Usted puede comunicarse con su Harco National at: Insurance Company al: 1-800-3334167 1-800-3334167 You may also write to:Harco National Insurance Usted tambien puede escribir a Harco National Company c/o IAT Surety at: Insurance Company c/o IAT Surety at: Attn: Claims Department Attn: Claims Department One Newark Center,20th Floor One Newark Center,20th Floor Newark,NJ 07102 Newark,NJ 07102 You may contact the Texas Department of Insurance Puede comunicarse con el Departamento de Seguros de to obtain information on companies,coverages,rights Texas para obtener informacion acerca de companias, or complaints at: coberturas,derechos o quejas al: 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Insurance: Puede escribir al Departamento de Seguros de Texas: P.O.Box 149104 P.O.Box 149104 Austin,TX 78714-9104 Austin,TX 78714-9104 Fax:(512)490-1007 Fax: (512)490-1007 Web: www.tdi.texas.gov Web:www.tdi.texas.eov E-mail:Cons umerProtection(&tdi.texas.gov E-mail:ConsumerProtectionna tdi.texas.eov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your premium Si tiene una disputa concerniente a su prima o a un or about a claim you should contact the agent or the reclamo,debe comunicarse con el agente o la compania company first.If the dispute is not resolved,you may primero.Si no se resuelve la disputa,puede entonces contact the Texas Department of Insurance. comunicarse con el departamento(TDI). ATTACH THIS NOTICE TO YOUR BOND: UNA ESTE AVISO A SU FIANZA DE GARANTIA: This notice is for information only and does not Este aviso es solo para proposito de informacion y no become a part or condition of the attached document. se convierte en parte o condicion del documento adj unto. Client#:46421 PATINCON DATE(MM/DDiYYYY) ACORD,. CERTIFICATE OF LIABILITY INSURANCE 1 10/31/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME: Joyce Hinze The Nitsche Group A/CNNc Ext,979-540-2240 AJC,No): 143 East Austin E-MAIL ESS: Joyceh@TheNitscheGroup.com Giddings,TX 78942-3299 INSURER(S)AFFORDING COVERAGE NAICN 979 542-3666 LM Insurance Corporation 33600 'INSURER A: P INSURED INSURER B:Liberty Insurance Corporation 42404 Patin Construction LLC Texas Mutual Insurance Company 22945 INSURER C: P Y _ 3800 W.2nd Street Certain Underwriters @ Lloyds INSURER D: Y _ Taylor,TX 76574 INSURER E:Employers ers Insurance Co of Wausau 21458 Y INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLSUBR CY EFF - POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER POLI /YYYY) (MM/DD/YY LIMITS A X COMMERCIAL GENERAL LIABILITY TB5Z91475227014 0/25/2024 10/25/202a EACH OCCURRENCE $1,000,000 CLAIMS-MADE U OCCUR PREMISES RE $500 000 X PD DW:2,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1 OOO OOO GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PRO- POLICY I XI ECT rX I LOC PRODUCTS-COMP/OP AGG $2 000,000 OTHER: $ E AUTOMOBILE LIABILITY ASCZ91475227024 0/25/2024 10/25/202 E.B d.,,NEDSINGLE LIMIT 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNEDSCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ X AUTOS ONLY X AUTOS ONLY Per acddent X Drive Oth Car $ B X UMBRELLA LIABX OCCUR TH7Z91475227034 10/25/2024 10/25/202 00 EACH OCCURRENCE _ $5, 0,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED XI RETENTION $ C WORKERS COMPENSATION 0001 212733 6/03/2024 06/03/2025 X PER OTH- AND EMPLOYERS'LIABILITY STATUTE _ Y/N ANY PROP RI ETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? [IN N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 D Pollution Liab CPL00703001 10/25/2024 10/25/2025 $3,000,000 Aggregate $3,000,000 Occurance Deductible 10,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) As per policy provision, Certificate Holder is listed as additional insured in regard to the auto and general liability policies as provided by additional insured endorsement when required by written contract. General liability, auto and workers compensation policies include(s)a 30 Days Notice of Cancellation endorsement providing 30 days advance notice if policy is canceled by the company other than for nonpayment of premium,or direct cancellation by named insured as per policy provision. CERTIFICATE HOLDER CANCELLATION City f Round Rock SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE y oTHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City Manager ACCORDANCE WITH THE POLICY PROVISIONS. 221 E. Main Street Round Rock,TX 78664 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 Of1l The ACORD name and logo are registered marks of ACORD #S1133552/M1131269 579