Loading...
HomeMy WebLinkAboutSouthern Minnesota Urethanes, LLCNO. 6 DIGESTER ROOF REHABILITATION PROJECT Bid Tab: August 31, 2017 Estimate: $65,000 Bidder Bid Security Bid Amount Southern Minnesota Urethanes, LLC Caledonia, MN 5% $42,000 ltair i to 0 r 3 0. 01 -„ O 3 0 rt n 0 c 3 O 1 rC 1 co m l0 W PRESS FIRMLY TO SEAL P RIORITY *MAIL* E XPRESSTM OUR FASTEST SERVICE IN THE U.S. WHEN USED INTERNA1 A CUSTOMS DECLAF LABEL MAY BE REQ( EP13F July 2013 OD: 10111 IlII1lIlI1lIlll PS10001000 :'ALL COPIES LEGIBLE. c L CUSTOMER USE ONLY (FROM: (PLEASE PRINT) PHONE( PAYMENT BY ACCOUNT (if applicable) DELIVERY OPTIONS (Customer Use Only) 0 SIGNATURE REQUIRED Note: The mailer must check the "Signature Required- box 11 the mailer. 1) Requires the addressee's signature; OR 2) Purchases additional insurance; OR 3) Purchases COD service; OR 4) Purchases Return Receipt service. It the box is not checked, the Postal Service will leave the item in the addressee's mail receptacle or other secure location without attempting to obtain the addressee's signature on delivery. Delivery Options ❑ No Saturday Delivery (delivered next business day) ❑ Sunday/Holiday Delivery Required (additional fee, where available') C3 0 10:30 AM Delivery Required (additional fee, where available') Refer to USPS.conf or local Post Office for availability. - 1AJ TO: (PLEASE PRINT) NITS SrRrEf POSTAL SERVICE¢ 1007 50703 FOR DOMESTIC AND INTERNA II 1NM1 1.;Nr 11111 10, O _ 1 b ';ZIP -t 4® (U.S. ADDRESSES ONLY) n I= I 1 For pickup or USPS Tracking^', visit USPS.com or call 800-222-1811. 1 1 C4 1 $100.00 Insurance Included. PHONE( 1 1 1 1 11 11111111 11111 1 EL7902 061711S UNITED SUITES POSTAL SERVICE ORIGIN (POSTAL SERVICE.USE ONLY) D 1 -Day PO ZIP Code 111 PRIORITY *MAIL* EXPRESS' ❑2-Day ❑ Military Scheduled Delivery Date (MM)DD/YY) Date Accepted (MM/DD/YY) 1-30-0 Postage -3" - Scheduled Delivery Time ❑ 10:30 AM 0 3:00 PM ❑ 12 NOON Postage $ ❑ DPO U.S. POSTAGE CALEDONIA, MN 55921 AUG MOUNT $23.75 R2304W 121275-02 Insurance Fee $ COD Fee Time Accepted 0 AM 0 PM 10:30 AM Delivery Fee $ Return Receipt Fee Uve Animal Transportation Fee $ $ Special Handling/Fragile $ Sunday/Holiday Premium Fee $ Weight 0 Fiat Rale Acceptance Employee Initials lbs. ozs DELIVERY (POSTAL SERVICE USE ONLY) Employee Signature 0 AM 0 PM Delivery Attempt (MM)IDD/YY) Time Total Postage & Fees $ • Delivery Attempt (MM)1313/Y) Time 0 AM 0 PM Employee Signature LABEL 11-B, OCTOBER 2016 PSN 7690-02.000.9996 3 -ADDRESSEE COPY al 1 UNITED STATES POSTAL SERVICE® Southern Minnessota Urethanes LLC 9024 Loomis Road Caledonia, MN 55921-2776 City Clerk/Auditor City of Waterloo 715 Mulberry St. Waterloo, IA 50703 Contract No. 939 No. 6 Digester Roof Rehabilitation Project Southern Minnessota Urethanes LLC 9024 Loomis Road Caledonia, MN 55921-2776 City Clerk/Auditor City of Waterloo 715 Mulberry St. Waterloo, IA 50703 Contract No. 939 No. 6 Digester Roof Rehabilitation Project RIVERFRONT STADIUM NETTING Bid Tab: August 31, 2017 Estimate: $65,000 Bidder Bid Security Bid Amount Southern Minnesota Urethanes, LLC Caledonia, MN S7a 41 E 4 j 060 FORM OF BID OR PROPOSAL NO. 6 DIGESTER ROOF REHABILITATION PROJECT BID TAB WITH SPECIFICATIONS CITY CONTRACT NO. 939 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 _Minnesota Partnership consisting of the following partners: Steven Popplewell having familiarized (himself) 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 CITY OF WATERLOO, WASTE MANAGEMENT SERVICES 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 NO. 6 DIGESTER ROOF REHABILITATION PROJECT, CITY CONTRACT NO. 939, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: NO. 6 DIGESTER ROOF REHABILITATION PROJECT CITY CONTRACT NO. 939 ,a BID ITEM DESCRIPTION '1 UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE' Mobilization, to include insurance, bonds, permits, etc. LS 1.0 $12,600 $12,600 2 Remove and dispose of all spray polyurethane foam (SPF) insulation on No. 6 Digester tank roof/lid, 3,017 sq. ft. area. LS 1.0 $5,000 $5,000 3 Remove any additional material and all rust on digester roof/lid metal surface. The entire roof area will be properly washed with turbo nozzle at 4000 psi removing all rust and foam materials to a clean prepared surface, if rust is not removed with turbo nozzle then a process called "Walnut Shell blasting" will be used to remove rust, prior to applying an epoxy and rust prohibitive primer. Will do all clean up and disposal of"Walnut Shell blasting". No sparking tools or equipment shall be used on the digester roof/lid. LS 1.0 $3,750 $3,750 4 Epoxy Sealer: Apply an Epoxy sealer to roof metal plate section groves. The groves are approximate 30.5 feet long x 1 inch wide x'/< inch deep, total of 915 liner feet long, Number of grove on roof are 30. Fill all approved groves with epoxy sealer. SPF will adhere to the Epoxy sealer. Liner feet 915 $NA, not recommended $NA, not recommended 5 Primer: Rust areas will be sprayed with Primer as needed. Assume entire surface. SPF will adhere to the Primer. Sq. ft. 3017 $0.55 $1,650 FORM OF BID NO. 6 DIGESTER ROOF REIIABILITATION PROJECT CITY CONTRACT NO. 939 BF -1 of 2 BID ITEM - DESCRIPTION UNIT = EST. QTY. UNIT BID PRICE TOTAL BID PRICE' 6 Polyurethane Foam - Closed Cell: Spray digester roof surface with BASF FE 348 2.8 Series Spray Polyurethane Foam Roofing Insulation, with a minimum thickness of 3", Close Cell High density foam, at 2.8 lb./ft.' density minhnum, over a 3,017 sq. ft. area. LS 1.0 $8,750 $8,750 7 Base Coating: A base coating of BASF Elastocoat S -5001-L Solvent Base Silicone Roof Coating will be applied in accordance with manufacturer's instructions. Base coating will be a contrasting color from the top coating at a rate of at least one (1) gallon per 100 square feet for each coat. LS 1.0 $2,050 $2,050 8 Top Coating: A top coating of BASF Elastocoat 5-5001-1_, Solvent Base Silicone Roof Coating will be applied in accordance with manufacturer's instructions. Top coating will be the color White at a rate of at least one (1) gallon per 100 square feet for each coat. Second top coating with Granules will be added, at a rate approximately 40 pounds per 100 square feet of roof area, apply granules accordance with manufacturer's instructions. LS I.0 $5,200 $5,200 9 Warranted for a minimum of Ten (10) years for no -leaks and top coating. LS 1.0 $3,000 $3,000 TOTAL BID $42,000 Payment to be made as following: 50% on signing contract, payment on completion of job and 5% Retainage until project finalized. ITEM # GENERAL INSTRUCTIONS 1 Applicators shall have minimum of 5 years' experience in application of spray polyurethane foam and waterproofing materials of type specified. 2 Pre -Installation Conference: -Prior to commencement of application of insulated roofmg system, representatives of roofmg contractor, subcontractors and other parties affected by this work shall meet at site to review application procedures, scheduling and safety requirements. 3 Arrange for storage of roofing products with Waste Management Services Administrative staff and store roofing products in accordance to manufactur'er's recommendations. 4 Preparation: -Protect adjoining areas from overspray that are not to receive roofing system products. 5 Installation: - Apply materials of epoxy sealer, primer, SPF, base coating, top coating and granules coating in accordance with manufacturer's instructions for metal deck surfaces. - Apply SPF according to manufacturer's instructions for thickness of each spray/application. FORM OF BID NO. 6 DIGESTER ROOF REHABILITATION PROJECT CITY CONTRACT NO. 939 13F-2 of 2 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. 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 Two thousand one hundred Dollars ($2,100.00 ) in the form of Bid bond 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 ( X ). (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 FOC, 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. #1 Date August 21, 2017 FORM OF BID NO. 6 DIGESTER ROOF REHABILITATION PROJECT CITY CONTRACT NO. 939 BF -3 of 2 - Apply SPF so there is no ponding water, from rain water, on digester roof/lid. - The minimum combined cured thickness of the basecoat and topcoat will be in accordance with manufacture's recommended mills needed for ten (10) year warranty. - Elastomeric roof coating will have UV Resistant Protection. 6 Base and Top coatings of the BASF, has a Flame Spread ASTM E-108 Class A rating (for BASF Elastocoat S-5001-L Silicone Roof Coating). 7 Notify Waste Management Services Administrative staff, the day of, before any roof product sprays are being applied. 8 Safety: Safety procedure will be the contractor responsibility and will not find the City of Waterloo, Waste Management Services Department liable. ✓ No sparking tools or equipment shall be used on the digester roof/lid. V No smoking on digester roofs, in digester complex or outside around the digester complex. ✓ Post Warning Signs — All Entry points must be posted with: • Breathing Hazard (while applying and 2 hours after) • Safe to reenter time: (write in reentry time) 3days after completion • *CAUTION* No Hot Work 9 Clean-up: -Clean-up of all waste materials from the project is the contractor's responsibility. I0 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. 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 Two thousand one hundred Dollars ($2,100.00 ) in the form of Bid bond 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 ( X ). (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 FOC, 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. #1 Date August 21, 2017 FORM OF BID NO. 6 DIGESTER ROOF REHABILITATION PROJECT CITY CONTRACT NO. 939 BF -3 of 2 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 Subcontraetor(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. 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. Southern Minnesota Urethanes LLC BY: e of Bidder) August 28, 2017 (Date) 507-429-5151 Title President/owner Official Address: (Including Zip Code): 9024 Loomis Road Caledonia, Minnesota 55921-2776 507/896/5000 somnur@acegroup.cc I.R.S. No. 27-2255624 FORM OF BID NO. 6 DIGESTER ROOF REHABILITATION PROJECT CITY CONTRACT NO. 939 BF -4 of 2 Mayor QUENTIN HART COUNCIL MEMBERS TOM POWERS Ward 1 BRUCE JACOBS Ward 2 PATRICK MORRISSEY Ward 3 JEROME AMOS, JR. Ward 4 RON WELPER Ward 5 TOM LIND At -Large STEVEN SCHMI'I'T At -Large CITY OF WATERLOO, IOWA WATERLOO ENGINEERING DEPARTMENT 715 Mulberry St. • Waterloo, IA 50703 • (319) 291-4312 Fax (319) 291-4262 ERIC THORSON, P.E. • City Engineer INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME: Southern Minnesota Urethanes LLC ADDRESS: 9024 Loomis Road Caledonia, Minnesota 55921-2776 (Check One) PRIME: X SUBCONTRACTOR: FEDERAL ID#: 27-2255624 PROJECT NAME: No. 6 Digester Roof Rehabilitation Project PROJECT CONTRACT NO.: 939 DESCRIPTION OF WORK: ❑ Brickwork ❑ Carpentry ❑ Concrete ❑ Drywall -Plaster -Insulation ❑ Electrical ❑ Excavation/Grading ❑ Flooring ❑ Heavy Construction ❑ Heating -Ventilating -Air Cond. ❑ Landscaping ❑ Painting ❑ Paving ❑ Plumbing ❑ Roofing -Siding -Sheet Metal ❑ Windows ❑ Wrecking -Demolition , ❑ Other (Please Specify) WWTF Digester repair SALES TAX EXEMPTION NO. 6 DIGESTER ROOF REHABILITION PROJECT WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer CITY CONTRACT NO. 939 Page STE-1 of 1 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: 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. EQUAL OPPORTUNITY NO. 6 DIGESTER ROOF REHABILITION PROJECT CITY CONTRACT NO. 939 EOC-1 of 2 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) (Approp is e Offcial) -7 itle) /C i 20// (Date) EQUAL OPPORTUNITY CITY CONTRACT NO. 939 EOC-2 of 2 NO. 6 DIGESTER ROOF REHABILHTON PROJECT NON-RESIDENT BIDDER CERTIFICATION CONTRACT NUMBER: 939 PROJECT NAME:NO. 6 Digester roof rehabilitation project DATE OF LETTING: August 31,2017 I hereby certify that I am an Iowa non-resident bidder. COMPANY NAME: Southern Minnesota Urethanes LLC CORPORATE OFFICER: Steven Popplewell TITLE: President/Owner DATE: August 27,2017 STATE/COUNTRY OF RESIDENCY: Minnesota Stated below are the preference(s) to resident bidders in the state/country of Minnesota (Preference to bidders, labor force, or other preferential treatment to bidders or laborers, etc. NONE RESIDENT BIDDER NO. 6 DIGESTF..R ROOF REHABR,ITION PROJECT CITY CONTRACT NO. 939 RB -3 of 3 CONTRACTOR REGISTRATION CERTIFICATE STATE OF IOWA DIVISION OF LABOR CONTRACTOR REGISTRATION 1000 East Grand Avenue Des Moines, IA 50319-0209 Phone (515) 242 — 5871 www. iowacontractor. qov SOUTHERN MINNESOTA URETHANES 9024 LOOMIS RD CALEDONIA, MN 55921 DATE ISSUED: 07/25/2017 DATE EXPIRES: 08/15/2018 REGISTRATION NUMBER: C127666 -Inc,t�.�- M l r IPU' Michael A. Mauro, Commissioner NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of /11,5y st?w County of Ala 5 t I )ss being first duly sworn, deposes and says that: 1. He is President/Owner , of Southern Minnesota Urethanes LLC, 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 his affiant. (Signed) . ar a / ' / i"-c.,�//J�% Subscribed and sworn YYo before ane this y t S'.�Y-sf d Cc/N & ,2017 itle 2514 day of My commission expires / 3/- 2O20 TOBY L. BURRICHTER Notary Public -Minnesota My Commission Expires Jan.31, 2020 NON -COLLUSION CITY CONTRACT NO. 939 NCA -I of 2 NO. 6 DIGESTER ROOF REIIABILITION PROJECT BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, SOUTHERN MINNESOTA URETHANES LLC as Principal, and WESTERN SURETY as. Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa,. hereinafter called "OWNER," in the penal sum FIVE PERCENT OF THE 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 31ST day of AUGUST , 2017, for CITY CONTRACT NO. 939, NO 6 DIGESTER ROOF, REHABILITATION PROJECT 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 perforin theagreement created by the acceptance of said Bid, Then this obligation shall be void, otherwisethe same shall remain in force and effect; it beingexpressly understood and agreed that the Iiability 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 inay 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 22ND day of AUGUST , A.D. 2017. Principal By //2 L ii2C7i1/7" (Seal) (Title) WESTERN SURETY COMPANY Surety By (Seal) Witness Attorney-in-fact BID BOND NO. 6 DIGESTER ROOF REHABILTTION' PROJECT CITY CONTRACT NO. 939 Western Surety Company POWER OF ATTORNEY - CERTIFIED COPY Bond No 63322546 Know All Men By These Presents, that WESTERN SURETY COMPANY, a corporation duly organized and existing under the laws of the State of South Dakota, and having its principal office in Sioux Falls, South Dakota (the "Company"), does by these presents make, constitute and appoint TOM C FUCHSEL its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred, to execute, acknowledge and deliver for and on its behalf as Surety, bonds for: Principal: Southern Minnesota Urethanes LLC Obligee: City of Waterloo Waste Management Services Dept, Amount: $1, 000, 000.00 and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Senior Vice President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said attorney(s)-in-fact may do within the above stated limitations. Said appointment is made under and by authority of the following bylaw of Western Surety Company which remains in full force and effect. "Section 7. All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." All authority hereby conferred shall expire and terminate, without notice, unless used before midnight of 2017 , but until such time shall be irrevocable and in full force and effect. Iotir - f Western Surety Company has caused these presents to be signed by its Vice President, Paul T. Bruflat, and its cor r' this 31st day of August 2017 �c,URETp�, . 3' �� q \\ m cORPORATF�I WEST.' R� SURELY COMPANY :17! Li Fi * aLKL * - /FT42.w ss S'I'1'i'+ �UTN DA'��.€iEI A Paul T.4uflat, Vice President COUl r i NA AHA On this 31st day of August ,in the year 2017 , before me, a notary public, personally appeared Paul T. Bruflat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act and deed of said corporation. +40940b4ytikei ayyyyyyyyyy + J. MOHR 8 741 ,r NOTARY PUBLIC � � d Notary Public - South Dakota i — y SOUTH DAKOTA •= !� a +I, ookeve yyyb 000sco yy,,s; + My Commission Expires June 23, 2021 I the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable, and furthermore, that Section 7 of the bylaws of the Company as set forth in the Power of Attorney is now in force. In testimony whereof, I have hereunto set my hand and seal of Western Surety Company this 31s t. day of August 2017 November 29 WESTSURE" COMPANY Paul T.xiruflat, Vice President To validate bond authenticity, go to www.cnasurety.com > Owner/Obligee Services > Validate Bond Coverage. Form F5306.1-2016