Loading...
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