HomeMy WebLinkAboutMidwest Concrete, Inc.•
•
•
Midwest Concrete Inc.
9835 Cottingham Rd.
Peosta, IA 52068-7001
Ph: (563) 845-0947
Fax: (563) 583-1007
office@midwest-concrete.net
Bid Documents
Sealed Bid for Complete Construction
Sealed Proposal
FY 2022 Center for the Arts Parking Improvements Phase 2
Contract No. 1007
City of Waterloo
August 26, 2021 @ 1:00 p.m.
YOF WIITERLOO
CITY trs1Lt-w*t'S U$-I I ;F
uCi z6 2v2 PM ; _4 �a
9835 Cottingham Rd.
Peosta, IA 52068-7001
Ph: (563) 845-0947
Fax: (563) 583-1007
office@midwest-concrete.net
far
Bid Documents
Sealed Bid for Complete Construction
Bid Bond
FY 2022 Center for the Arts Parking Improvements Phase 2
Contract No. 1007
City of Waterloo
August 26, 2021 @ 1:00 p.m.
CITY OF r, ° E
CITY CLERKS uF =Grp
AUG 26 2021 PM12:4b:57
C45
a
1
FORM OF BID OR PROPOSAL
FY 2022 CENTER FOR THE ARTS PARKING IMPROVEMENTS
PHASE 2 (ART BLOCK)
CONTRACT NO. 1007
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 1OWA - , a
Partnership consisting of the following partners:
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 2022 CENTER FOR
THE ARTS PARKING IMPROVEMENTS, PHASE 2 (ART BLOCK), City Contract No. 1007, all in
accordance with the above -listed documents and for the unit prices for work in place for the following
items and quantities:
FY 2022 CENTER FOR THE ARTS PARKING IMPROVEMENTS
PHASE 2 (ART BLOCK)
CITY CONTRACT NO. 1007
SUDAS
UNIT
TOTAL
QTY.
UNIT
TOTAL
ITEM
DESCRIPTION
NO.
SPEC.
BID
PRICE
BID
PRICE
1
2010
Clearing
and
Grubbing
LS
1
$ ";coo
$ 35-op. co
2
2010
Topsoil,
Furnish
and
Spread
CY
100.0
$
Li g,
$
team . Do
3
2010
CY
300
$ 3.oO
$ Hi1 bp
Class
10
Excavation,
Roadway
and
Borrow
ice
4
2010
Subgrade
Preparation
SY
4868.6
$
I :be
$ 8 S2,0
tic
5
2010
Subgrade
Treatment,
Geogrid
(Type
2)
SY
600.0
$ 3 etc
$
Iv/ ► Q p
6
2010
Modified
Subbase
TONS
1610.3
$
ZZi
$ 3r€,231i
$3f ac72000D(CLASSIII),21
7
4040
Main,
LF
189.0
$13o.�
$15gi�$(I,,b2.oO
Storm
2000D
Sewer,
(CLASS
Gravity
III),
15
IN.
Trenched,
RCP,
8
4040
Storm
Sewer,
Gravity
Main,
IN.
Trenched,
RCP,
LF
24.0
9
6010
Manhole
Adjustment,
Minor
6.0
$ 11200,00
$ 170,00
EA
10
6010
Utility
Accesses
4.0
$
1100,c0
$ WO04049
EA
Removal
of
Intakes
and
11
6010
Intake,
6010.502
1.0
$ t- cc0teD
$ y, 00
EA
12
6010
Intake,
6010.505
4.0
$ -2.130 19
$
lI zoo, pa
EA
13
7010
Standard
Slip
Form
Portland
Cement
SY
4057.6
$
$
Db,�
r f
Concrete
Durability,
or
Pavement,
8
IN.clIOD
Class
C,
Class
3
14
7010
SY
3396.7
$ /0,00
$
33 93oo
Removal
of
Pavement
15
7030
SY
30.7
$
12.00
$ 3 to a VO
Removal
of
Sidewalk
$ n is,op
16
7030
Sidewalk,
PCC,
6
IN.
SY
133.0
$ cc00
17
32 13
16
Tan
Colored
Sidewalk,
PCC,
6 IN.
SY
394.0
$
I1oS,cc
$
6 SpiO% co
FORM OF BID OR PROPOSAL
AECOM #60661493
FB-1-4
City Contract Nol 1007
FY22 Center for the Arts Parking Improvements
Phase 2 (Art Block)
Waterloo, Iowa
ITEM
NO.
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
SUDAS
P PEC.
32 13 16
8010
8010
8010
8010
8010
8020
8020
5020
8030
9040
9040
9040
9040
9040
10010
11020
P LAN
PLAN
PLAN
PLAN
P LAN
P LAN
P LAN
PLAN
PLAN
P LAN
PLAN
PLAN
PLAN
PLAN
PLAN
PLAN
PLAN
DESCRIPTION
Grey Colored Sidewalk, PCC, 6 IN.
Lighting Poles, Type 1
Lighting Poles, Type 2
Lighting Poles, Type 3
Electrical Circuits
Handholes
Painted Pavement Markings, Waterborne or
Solvent -Based
Painted Symbols and Legends, Waterborne
or Solvent -Based
Relocate Hydrant
Traffic Control
SWPPP Management
Wattles, Installation
Wattles, Maintenance
Inlet Protection Device, Installation
Inlet Protection Device, Maintenance
Removals, As Per Plan
Mobilization
Concrete Bollard with Sign
Concrete Bollard without Sign
Bed Preparation
Washed Stone Mulch and Weed Barrier
Fabric
Shredded Cedar Mulch and Weed Barrier
Fabric
Groundcover (Feather Reed Grass, 1-Gal.
Cont.)
Groundcover (Prairie Dropseed, 1-Gal. Cont.)
Groundcover (Stella D'Oro Daylily, 1-Gal.
Cont.)
Groundcover (Warrior Switchgrass, 1-Gal.
Cont.)
Shrub (Gro-Low Sumac, 3-Gal. Cont.)
Tree (Quaking Aspen, 1.5" Cal B&B)
Tree (Skyline Honeylocust, 2.5" Cal B&B)
Tree (Spring Snow Crabapple, 1.5" Cal. B&B)
Tree (Techny Arborvitae, 4-5' Spec. B&B)
Bike Racks
Waste Receptacles
Benches
UNIT
SY
EA
EA
EA
LF
EA
STA
EA
EA
LS
LS
LF
LF
EA
EA
LS
LS
EA
EA
S F
S F
SF
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
TOTAL
QTY.
284.0
4.0
4.0
11.0
926.0
UNIT
BID PRICE
$ yqoo,00
$ 995.00
3.0 $ (IS0'co
12.50
4.0
1.0
1.0
1.0
110.0
110.0
11.0
11.0
1.0
1.0
4.0
7.0
$ go co
$ 7,5D . co
$ 3010,6)
$ 2•Soo.o°
$ Limo
$ 25
$
$ 4 ig; 00
$ yo/000,&
$ S�
5578.0
5370
208
196
38
56
184
89
5
1
14
15
$
ask
16(
$ tO
/31110
1ift33
/6•7-1-
TOTAL
BID PRICE
$ yz� (goo .emu
$ /it/ WO •e4
$ peo-e0
$ 92,2Sov
$ its.? AL
$ 3y510.ao
$ l00o AA)
$ i2.9beO
$ s9-515.60
$ sines&
az. Sao ,to
tq'o .tP
$ "flat SU
//0.00
$ 1,0oo, op
$ 94000.00
$ vett Do
760S.00
$ fogza ,Sb
$ vows eft,
$ 9/4,51f
$ 244 3 ,Cog
$ 43
$ 369.98 $ //to
$ 4(,!'tvo
$ 494 sy $ 111 e do
5
1
7
$ • 0°
$ rine°
$ i.bp,cO
TOTAL BID AMOUNT
$ 3 3 Co. o0
t Soo. o'0
$ (.9,si,q
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 OR PROPOSAL
AECOM #60661493
FB-2-4
City Contract Nol 1007
FY22 Center for the Arts Parking Improvements
Phase 2 (Art Block)
Waterloo, Iowa
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
laid Vie vld
BIDDERS
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Bidders Status Form.
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 $10,000.00 in
work for the City in the current calendar year, are prepared to submit an AAP or Update and an
EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable
Dollars ($ ) in the form of
is submitted herewith in accordance with the INSTRUCTIONS TO
The bidder has received the following Addendum or Addenda:
Addendum No.
Date €'L7 rek'
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.
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.
FORM OF BID OR PROPOSAL FB-3-4 FY22 Center for the Arts Parking Improvements
AECOM #60661493 City Contract Nol 1007 Phase 2 (Art Block)
Waterloo, Iowa
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.
MIACJRS+ COVICrtf- IKL•
(Name of Bidder)
BY:
(Date)
Title Fr?! t d t f
fficial Address: (Including Zip Code):
Co l l j ntn r2 t ,
ctosi, IA C3roug
I.R.S. No. 36- ci)41,-`1'-1
FORM OF BID OR PROPOSAL FB 4 4 FY22 Center for the Arts Parking Improvements
AECOM #60661493 City Contract Nol 1007 Phase 2 (Art Block)
Waterloo, Iowa
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of (o v c&
County of
vvq IAL
tun Cocctts
)ss
)
, being first duly sworn, deposes and says that:
1. He is ff OwnerhPartner, Officer, Representative, or Agent) of M I GM es + CO Vt�- (e- -{
�� , the Bidder that has submitted the attached Bid;
He is fully informed respecting the preparation and contents of the attached Bid and of all
pertinent circumstances respecting such Bid;
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
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
(Signed)
` __ Title
`
Subscribed and sworn to before me this -��V1 day of r" A-V\ iisf
a v- yc fruid - No ir
My commission expires q AL, -) A
NON -COLLUSION AFFIDAVITS NCA-1 of 2
AECOM #60661493 City Contract No, 1007
Title
AMANDA M. WESSELS
t Notarial Seal = State of Iowa,
• M' CoExpiremmission Nu =r712724
FY22 Center for the Arts Parking Improvements
Phase 2 (Art Block)
City of Waterloo, Iowa
(vtt
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.
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.
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,
EQUAL OPPORTUNITY CLAUSE EOC-1 of 2 FY22 Center for the Arts Parking Improvements
AECOM #60661493 City Contract No, 1007 Phase 2 (Art Block)
City of Waterloo, Iowa
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)
propriate Officia )
FYesidtw�"
(Title)
2�t2o (
( ate)
EQUAL OPPORTUNITY CLAUSE EOC-2 of 2 FY22 Center for the Arts Parking Improvements
AECOM 1160661493 City Contract No, 1007 Phase 2 (Art Block)
City of Waterloo, Iowa
Bidder Status Form
To be completed by all bidders Part A
Please answer "Yes" or "No" for each of the following:
Yes
EPYes
Fines
■
N o
N o
N o
fYes ❑ No
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 inn Iowa during the past 3 years at the following addresses:nn��,,�1
Dates: 5 / IS / II toQ a / Address: qra /� 1o7✓� l/1G�-v�-�
City, State, Zip• Pe osI'` l IA-- S 1f+oS'
Dates: / / to / / Address:
City, State, Zip:
Dates: / / to / / Address:
You may attach additional sheet(s) if needed. City, State, Zip:
To be completed by non-resident bidders Part C
1. Name of home state or foreign country reported to the Iowa Secretary of State:
force preferences or any other type of preference to bidders or laborers? Yes I I No
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.
2 Does your company's home state or foreign country offer preferences to resident bidders, resident labor
O
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.
Firm Name: ittOW Cif- eonrr�>�� ({2L -
Signature: C,uti Date: g '? Co a--L
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)
BSF-1
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.
IjYes
'Yes
•
Yes
N o
N o
N o
Yes ❑ No
Yes
Yes
Yes
Yes Fib No
Yes 10 No
Yes
Yes
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)
BSF-2
04
MBENVBE BUSINESS ENTERPRISE
0 PIE -BID CONTACT . ORM TIOLN FORM
LO t� l (. fat L' ��� (, . Project: t' 2-0110 Q bt'4 .Y ! brie -44+1 1111 Letting Date:
Prime Contractor Name: V.kit ( GtV' L j
NO MBE/WBE SUBCONTRACTORS: If
as to why subcontracting vi not f si
Contractor Signature:
you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation
with this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form.
Title: Fkft &IA Date: U) ICT)--
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 should 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 Louis Starks, 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
MBENVBE BUSINESS ENTERPRISE CONTACTS
Quotes
Received
Quotation
used
in
bid
Subcontractors
MBE/WBE
Contacted
Dates
Yes/No
Contacted
Dates
Yes/No
Dollar
be
Amount
Subcontracted
Proposed
to
l
A)0CA)
(&r1tr$—L0�ZCkc-rc�
I aectrit
PQ
0
eime 2-1
/0
11
Jlii
wsrco 64444ruch
trn
-el 0---2-1
(Form CCO-4) Rev. 06-20-02
MBE/WBE PARTICIPATION
AECOM #60661493
M-6 of 6
City Contract No. 1007
Weeo o+M 1451-- a eint rho
tfr5siW%S/./ Cnine
wr ne�v'� n
6)0
wt irati ge/tma tigat4re
wirk- ortneceitatf eoere- /via to use
gke 418 UMW st•L 401- co
64154w64-sd en 4t, sue- tvork,
FY22 Center for the Arts Parking Improvements
Phase 2 (Art Block)
City of Waterloo, lowa
watier
Creaktir COntriaCr
C-414,7 idti
c 5", kis /-4(
1/4/46 r 4
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Midwest Concrete, Inc.
as Principal, and West Bend Mutual Insurance Company
as Surety are held and firmly bound unto the
CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal sum Five Percent of Amount Bid
Dollars ($ 5% ) 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 26th day of
August , 2021, for FY 2022 Center for the Arts Parking Improvement Phase 2 (Art Block)
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 pres-
ents to be signed by their proper officers this 26th day of August , A.D 20 21 .
ri If/ Met-- -4
Witness
BID BOND
AECOM #60661493
Midwest Concrete, Inc.
(Seal)
Principal
By
(Title)
Rya ff Coates, Owner
West Bend Mutual Insurance Company _ (Seal)
Surety
NI
Nicole Hermsen Attorney 4n fact
By
BB-1 OF 1
City Contract No. 1007
FY22 Center for the Arts Parking Improvements
Phase 2 (Art Shock)
C;ty of kN',,ter!oo, Iowa
WEST BEND
A MUTUAL INSURANCE COMPANY"
THE SILVER LINING'
Bond No. 2499587
POWER OF ATTORNEY
Know all men by these Presents, That West Bend Mutual Insurance Company, a corporation having its principal office in the City of West
Bend, Wisconsin does make, constitute and appoint
Nicole Hermsen
lawful Attorney(s)-in-fact to make execute, seal and deliver for and on its behalf as surety and as its act and deed any and all bonds,
undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority
shall exceed in amount the sum of: Ten Million Dollars ($10,000,000)
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted
by the Board of Directors of West Bend Mutual Insurance Company at a meeting duly called and held on the 21st day of December,
1999.
Appointment ofAttorney-In-Fact. The president or any vice president, or any other officer of West Bend Mutual Insurance
Company may appoint by written certificate Attorneys -In -Fact to act on behalf of the company in the execution of and attesting of
bonds and undertakings and other written obligatory instruments of like nature. The signature of any officer authorized hereby
and the corporate seal may be affixed by facsimile to any such power of attorney or to any certificate relating therefore and any
such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the
company, and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon
the company in the future with respect to any bond or undertaking or other writing obligatory in nature to which it is attached.
Any such appointment may be revoked, for cause, or without cause, by any said officer at any time.
In witness whereof, the West Bend Mutual Insurance Company has caused these presents to be signed by its president undersigned
and its corporate seal to be hereto duly attested by its secretary this 22nd day of Se tember, 2017.
Attests 12
Christopher C. Z
Secretary
State of Wisconsin
County of Washington
On the 22nd day of September, 2017, before me personally came Kevin Al Steiner to me known being by duly sworn, did depose and
say that he resides in the County of Washington, State of Wisconsin; that he is the President of West Bend Mutual Insurance Company,
the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal
affixed to said instrument is such corporate seal that is was so affixed by order of the board of directors of said corporation and that he
9
gait
Spa• I"saRt
tpRPORATF\
SEALi
Kevin A. Steiner
Chief Executive Officer/President
signed his name thereto by like order. ••� ,,,,
jJ :.....,,Pee'..
noTA}1 y
;ate: PUBLIC `,� .'
OF WISE,.
bah-
Juli A. • nedum
Senior orporate Attorney
Notary Public, Washington Co., WI
My Commission is Permanent
The undersigned, duly elected to the office stated below, now the incumbent in West Bend Mutual Insurance Company, a Wisconsin
corporation authorized to make this certificate Do Hereby Certify that the foregoing attached Power of Attorney remains in full force
effect and has not been revoked and that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force.
Signed and sealed at West Bend, Wisconsin this 26th day of August 2021
at'1� dt9 '..:
!�`' SEAL/
iN�n /1i
Heather Dunn
Vice President — Chief Financial Officer
Notice: Any questions concerning this Power of Attorney may Be direr teo to the Bond Manager at NSI, a division of West Bend
Mutual Insurance Company.
1900 S. 18th Ave. West Bend, WI 53095 I ph (262) 334-6430 l 1-800-236-5004 I fax (262) 338-5058 l www.thesilverlining.com