Loading...
HomeMy WebLinkAboutTK Concrete, Inc.TK Concrete. Inc. 1608 Fifield Road Pella, IA 50219 ‘4,4 Sealed Bid Proposal For: City of Waterloo FY 2025 Sidewalk Ramp & Trail Repair Program -Zone 4 t• auoZ-weiSoad n 0 1, a) o fD T 03 N Q. o NJ cn to c 3 3 O sris (D CO ,44 0�1 ftml .� n 14�o vi tit o tb 0. FORM OF BID OR PROPOSAL FY 2025 SIDEWALK RAMP & TRAIL REPAIR PROGRAM — ZONE 4 CONTRACT NO. 1106 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of to a Partnership consisting of the following partners: tonVCr Meer-1, `Ji 2 (_Uneyr c-. , having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this FY 2025 SIDEWALK RAMP & TRAIL REPAIR PROGRAM — ZONE 4, Contract No. 1106, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2025 SIDEWALK RAMP & TRAIL REPAIR PROGRAM — ZONE 4 CONTRACT NO. 1106 ITEM BID SPECIFICATION SUPPLEMENTAL SP = SUDAS SPCL * S E E PROV DESCRIPTION UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 1- ADA SIDEWALK RAMP REPAIRS 1 7030-108-A-0 REMOVE SIDEWALK SF 4,450.4 $ 2, r0 $ /1 / 24 2 7030-108-E-0 SIDEWALK, PCC, 4" SF 1,767.2 $ /0 $ 1 7 4 7,0 $ 90252 c 3 7030-108-E-0 SIDEWALK, PCC, 6" SF 2,683.5 $ /5 SIDEWALK CURB LF 10.3 $ ! 00 $ /030 $ 20 /30 4 SP tt1 5 7030-108-G-0 DETECTABLE WARNING SURFACE SF 366.0 $ ss' 247.0 $ /0 $ Rc,/ ) 0 SAW CUT, 1/2" CURB OPENING LF 6 7030-108-B-0 7 2010-108-E-0 EXCAVATION, CLASS 10 SF $ //) tat 2,356.0_$ 6.-- DESCRIPTION UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID SPECIFICATION SUDAS ITEM BID FORM OF BID CONTRACT NO. 1106 Page 1 of 4 SUPPLEMENTAL SP = SPCL Y SEE PROV DIVISION 1 - ADA SIDEWALK REPAIRS (CONTINUED) 8 9010-108-C-0 HYDROSEEDING SF 2,382.0 $ 3 .2 S $ ) 7Y/ s-o 9 7040-108-A FULL DEPTH PATCH , ASPHALT SY _ 2.9 $ 3S 0 $ /O /S 10 SP 42 EROSION & SEDIMENT CONTROL LS 1.0 $ 4,00 $ ij9pb 11 8030-108-A-0 TRAFFIC CONTROL LS 1.0 $ 2 6 ,�O _ $ 420,r0 TOTAL BID - DIVISION 1 $ / WV fg.7 DIVISION 2 - WATERLOO REGIONAL AIRPORT SIDEWALK RAMP REPAIRS 1 7030-108-A-0 REMOVE SIDEWALK SF 458.0 $ C $ 34 6r 2 7030-108-E-0 SIDEWALK, PCC, 6" SF 458.0 $ /) $ 77 Ste, 3 7030-108-G-0 DETECTABLE WARNING SURFACE SF 53.1 $ f.O $ 3/ V. 4 7040-108-1-0 REMOVE CURB & GUTTER LF 49.6 $ Zs $ /2 yp 5 7010-108-E-0 CURB & GUTTER, 24", 9" LF 49.6 $ /pp $ gi,GO 6 2010-108-E-0 EXCAVATION, CLASS 10 SF 48.4 $ as- $ / 2 /p 7 9010-108-C-0 HYDROSEEDING SF 48.4 $ 30 $ / 4/S.2- 8 SP 42 EROSION & SEDIMENT CONTROL LS 1.0 $ ACO& $ 2c oo 9 8030-108-A-0 TRAFFIC CONTROL LS 1.0 $ / ysOp $ / 2 f"DO TOTAL BID - DIVISION 2 $ 3i/i198 DIVISION 3 - VERMONT STREET SIDEWALK INFILL 1 7030-108-E-0 SIDEWALK, PCC, 4" SF 625.8 $ it, $ 6) sP 7030-108-E-0 SIDEWALK, PCC, 6" SF 34.3 $ /s" $ 617 V , Co 3 7030-108-G-0 DETECTABLE WARNING SURFACE SF 8.0 _ $ 40 $ 970 4 7030-108-B-0 SAW CUT, 1/2" CURB OPENING LF 6.6 $ / 0 $4 5 2010-108-E-0 EXCAVATION, CLASS 10 SF 660.1 $ 5 $ 3300 z 6 9010-108-C-0 HYDROSEEDING SF 1,511.6 $ 3,e se $ 4141i , 7 7 SP 42 EROSION & SEDIMENT CONTROL LS 1.0 $ Sago $ 33 sa 8 8030-108-A-0 TRAFFIC CONTROL LS 1.0 $ 'Lroo $ 9rco TOTAL BID - DIVISION 3 $_nV / L° ITEM BID SPECIFICATION SUPPLEMENTAL SP SUDAS = SPCL {SEE PROV DESCRIPTION UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 4 -TRAIL REPAIRS 1 7030-108-A-0 REMOVE TRAIL, PCC SF 5,765.0 $ / $ Q $86y 7 re? 2 7030-108-E-0 TRAIL, PCC, 6" SF 5,765.0 $ 7SO $ 93 23) s 3 7040-108-A TRAIL FULL DEPTH PATCH , ASPHALT SY 60.0 $ $ /31 6-00 4 8030-108-A-0 TRAFFIC CONTROL LS 1.0 $ . 45-00 $ / $/ coo TOTAL BID - DIVISION 4 $ g3J V iir TOTAL BID DIVISIONS 1, 2, 3 & 4 $ a9 5-3/ _ / 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. FORM OF BID CONTRACT NO. 1106 Page 2 of 4 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of 56/0 OF bid Dollars ($ ) in the form of bId li)bn , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Resident Bidder Certification (. ), or Non -Resident Bidder Certification ( ). (Mark one.) 7 The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an LOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. Date 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. FORM OF BID CONTRACT NO. 1106 Page 3 of 4 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or 'NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. I � L vnC►'ci-o) lork y �1 e.� Oiccr 5/z/zq (Date) /�I....... of D�.J �-Inv\ (Name Bidder) BY: 1/174-- /XL— Title Prcsic'cn4 Official Address: (Including Zip Code): itpo& 1; Girt(' Ziewl Pc i 1 c4 , TL-\ 50 Z 1 q I.R.S. No. 3'3 " i ga ?5 31, FORM OF BID CONTRACT NO. 1106 Page 4 of 4 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of —rob() & County of M v i O f ) • )ss Y l'}I c Cr , being first duly sworn, deposes and says that: 1 He is (Owne Partner, Officer, Representative, or Agent) , of r1L Con rrJr: , the Bidder that has submitted the attached Bid; 2. He is fully -informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid: 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. Th (Signed) riz 4/1 itr Title Subscribed and sworn to before me this Zfl C/ c Title day of fllci9 20 ...Y A. L/UA My commission expires 124Z10 lie Jennifer VerMeer Commission Number 766921 My Commission Expires Z1 Z$I ZL9 oMcC) rhOm�e-r 0 EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: 1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. 7 The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non-discrimination clause in every contract, subcontract or purchase order unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. 8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, creed, color, sex, national origin, economic status, age, mental or physical disabilities. (Signed) 12A, propriate Official) 3vcSidCfl* 5/zl zq (Title) (Date) Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: pi - Yes 0Yes Yes ,e s gYes © No O No ONo ONo ONo My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). My company has an office to transact business in Iowa. My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: 0 1 / Di / t i to 0r~}/ 02_ / 2-q Address: /&0g P 1 Flr iG� evad City, State, Zip: hi IA' 5 z_ j "/ / / Address: City, State, Zip. / / to / / Address: City, State, Zip: Dates: Dates: / to You may attach additional sheet(s) if needed. To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor O Yes 0 No force preferences or any other type of preference to bidders or laborers? 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. eOflCYC+O) I n Firm Name: Signature: cr„ Date: 5/Z-/ ZV You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09-15) Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ONoYes Q esQl(o Q es Yes CN0 O YespNo o Yes ' No o Yes''No i Q Ye,�No 0 My business is currently registered as a contractor with the Iowa Division of Labor. My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 309-6001 (09-15) MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM Prime Contractor Name: rae!Z Covicvc1r c Project: i,U tc-t-c r w0 Zo r el -nu Letting Date: 45 %Z J ZL NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: h�'`7i afrt Title: Fre > i cl c,rTt' Date: 5 1 Z 1 Z �E SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions may be directed to Contract Compliance Office 319-291- 4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Rudy Jones, Contract Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PRE -BID MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid Subcontractors MBE/WBE Contacted Dates YeslNo Contacted Dates Yes/No Dollar Amount be Subcontracted Proposed to 60nn;cIs f3&yv'j'ccett' q,/2tj 1°n IA n0 119A 11Z4 ro 4Pavrked1aPC'ie Lofqiiii no /Pi4 trtin S `I"no et i e I Suture Rj c que es`f y es $- X. y es $ ifrob 00 SCy (Form CCO-4) Rev. 06-20-02 MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM INSTRUCTIONS Prime Contractor Responsibilities: Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBE/WBE businesses are provided the opportunity to participate in the performance of contracts and subcontracts. Prime contractors are required to assist MBE/WBE businesses in overcoming barriers to participation, and must make good faith efforts to secure bids from, and award subcontracts to, MBE/WBE businesses. For all contract bids of $50,000 or more, the following is required to demonstrate good faith efforts in accordance with this policy: 1. "MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly completed and signed on Form CCO-4 (Rev. 06-20-02). Please note that this document must include all subcontractor contacts, bids received, and awarded - not just those related to disadvantaged business enterprise vendors. 2. A minimum of three (3) MBE/WBE business contacts must be made and documented, if there are at least three (3) MBE/WBE businesses offering services in the areas to be subcontracted (see City of Waterloo MBE/WBE Certified List). If less than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBE/WBE contact not on the City's MBE/WBE list, attach a copy of the certification from another government agency. 3. Contacts to each MBE/WBE businesses are required to be a minimum of seven (7) working days prior to the date the prime contractor submits the bid to the City of Waterloo. 4. The following documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" for each MBE/WBE business contacted: a. A copy of the bid received from the MBE/WBE, OR b. If no bid was received, a copy of correspondence received from the MBE/WBE with a "no bid" response, OR c. If no response was received, a copy of the solicitation sent to the MBE/WBE with proof of mailing attached. 5. If any MBE/WBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" on why the MBE/WBE was not selected. These reasons could include: a. Not low bid. Copies of the competing bids may be required for verification. b. MBE/WBE did not bid, withdrew bid or was non -responsive. c. Documentation of other business -related reason for not selecting the MBE/WBE business for a subcontract. d. Prime contractor self performs work. e. Any other reason relied on by the Prime Contractor. The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals. Subcontractors Responsibilities: 1. Each MBE/WBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBE/WBE firm is interested in bidding. If the City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and an MBE/WBE in which the MBE/WBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. Form CCO-4A Rev. 07-08-02 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, TK Concrete, Inc. as Principal, and Old Republic Surety Company , as Surety, are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five Percent (5%) of the Total Bid Amount Dollars ($ ) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the 2nd day of May , 20 24 , for FY 2025 SIDEWALK RAMP & TRAIL REPAIR PROGRAM ZONE 4, Contract No. 1106 NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 2nd day of May , A.D. 20 24 . TK Concrete, Inc. (Seal) Principal Witness C=-01' ACk. 10 6 jarvalt- Witness BID BOND 011169)er %Zit (Title) By Old Republic Surety Company Surety By etTh Zachary Matter Attorney-in=fact , 0 6tin fry .,. Page 1 of 1 **** * * * OLD REPUBLIC SURETY COMPANY ** * ** POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and appoint: RYAN O. SWALVE, ZACHARY MEFFERD, ZACHARY MATTER, HAVILAH WATSON of WEST DES MOINES, IA its true and lawful Attorney(s)-in-Fact, with full power and authority for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof, (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, or black lung bonds), as follows: ALL WRITTEN INSTRUMENTS and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are ratified and confirmed. This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18,1982. RESOLVED that, the president, any vice-president or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to execute and deliver and affix the seal of the company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attorney -in -fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant secretary; or (ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be required) by a duly authorized attorney -in -fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be 29th of September 2022 affixed this Assr„ant Secreta day STATE OF WISCONSIN, COUNTY OF WAUKESHA - SS On this 29th day of \„UI II II;lr;,,,,: • W GOPPOAArt t. O -- it a; 7. 0- • o September 2022 SEAL 1081 • • , personally came before me, OLD REPUBLIC SURETY COMPANY President Alan Pavlic and Karen J Haffner , to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. CERTIFICATE A<CAlitit •eg49/6014*. Notary Public My Commission Expires: September 28, 2026 (Expiration of notary's commission does not invalidate this instrument) I, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney, are now in force. �c. suRF T%�•,o J0� Q ` a. coPPONAre CO 17 40-0605 ORSC 22262 (3.06) ...IF: g SEAL ;0 2=• ,.,.111 PJt'd., tot Signed and sealed at the City of Brookfield, WI this day of Assis,L,lt Secreta ,?ate ZIP BONDS