Loading...
HomeMy WebLinkAboutBeard & Van Heiden Contracting, LLCSEALED RFP FOR DEMOLITION AND SITE CLEARANCE SERVICES CONTRACT #2019-03-08P BEARD & VAN HEIDEN CONTRACTING LLC 21230 240TH ST GRUNDY CENTER, IA 50638 CITY OF WATERLOO '2,5- CITY CLERK'S OFFICE APR 4 2019 f440:08:44 EXHIBIT "A" SIGNATURE PAGE 1420 Commercial Street, 1422 Commercial Street, 1426 Commercial Street, 1430 Commercial, 1211 Sycamore Street, 328 W. 14th Street, 419 Lane Street, 536 Dawson Street. The undersigned Proposer/Bidder, having examined these documents and having full knowledge of the condition under which the work described herein must be performed, hereby proposes that they will fulfill the obligations contained herein in accordance with all instructions, terms, conditions, and specifications set forth; and that they will furnish all required services and pay all incidental costs in strict conformity with these documents for the stated process as payment in full. Our bid, for demolition and site clearance of the site is, not to exceed: 1420 Commercial Street $ 5.250.00 1422 Commercial Street $ 6.000.00 1426 Commercial Street $ 8.500.00 1430 Commercial $ 8.800.00 1211 Sycamore Street $ 11,000.00 328 W. 14th Street $ 10,000.00 419 Lane Street $ 13 500.00 536 Dawson Street $ 12.000 00 Submitting Firm: BEARD & VAN HEIDEN CONTRACTING LLC Address. 21230 240TH ST City: GRUNDY CENTER State: IOWA Zip: 50638 Authorized Representative (print) BRETT R. BEARD Authorized Representative Signature ,c1, < Date : 3/13/2019 Email: beardsplumbingna.gmail.com Phone: 319-939-6125 Fax: EXCEPTIONS/DEVIATIONS to this Request for Proposal shall be listed in writing on an attached document provided by the Bidder. Please be as specific as possible. Please check one: X Our company has no exceptions/deviations. Our company does have exceptions/deviations which are listed on an attached document. GENERAL INFORMATION. Freight and/or delivery charges, if any, shall be included in the price. FIRM PRICING. Offered prices shall remain firm for a minimum of sixty (60) days after the due date of this solicitation unless indicated otherwise. Accepted prices shall remain firm for the duration of the contract. ADDENDA (It is the Bidder's responsibility to check for issuance of any addenda). The authorized representative herby acknowledges receipt of the following addenda: Addenda Number 1 Date 3/13/2019 Addenda Number Date Addenda Number Date Addenda Number Date We choose not to bid at this time but would like to be considered for future requests for bid CITY OF WATERLOO, IOWA Request for Bid Contract #2019-03-8P DEMOLITION AND SITE CLEARANCE SERVICES [no regulated asbestos -containing materials (no RACM)] 1420 Commercial Street, 1422 Commercial Street, 1426 Commercial Street and 1430 Commercial, 1211 Sycamore Street, 328 W. 14th Street, 419 Lane Street, 536 Dawson Street. City of Waterloo, Iowa Prepared by City of Waterloo Planning and Zoning Department SECTION I NOTICE OF REQUEST FOR BID 1.0 Receipt and Opening of Bid The City of Waterloo is seeking sealed bids for the demolition, removal and disposal of 1420 Commercial Street, 1422 Commercial Street, 1426 Commercial Street and 1430 Commercial, 1211 Sycamore Street, 328 W. 14th Street, 419 Lane Street, 536 Dawson Street. 1.1 . City Hall is located at 715 Mulberry St, Waterloo, Iowa. Bids sent electronically or via facsimile will not be accepted. The mailing container or envelope shall be plainly marked on the outside with the notation RFP Timeline Name of the Bid: Notice of RFP Date: Walk thru Date: Deadline for Bid Submittal: Submit Sealed Bid to: Method of Submittal: Contact Person, Title: E-mail Address: Phone/ Fax Numbers: DEMOLITION AND SITE CLEARANCE SERVICES- 1420 Commercial Street, 1422 Commercial Street, 1426 Commercial Street and 1430 Commercial, 1211 Sycamore Street, 328 W. 14th Street, 419 Lane Street, 536 Dawson Street. Wednesday February 27, 2019 No mandatory Walk thru Thursday March 14, 2019 at 12:00 p.m., Central Time Address exactly as stated: SEALED RFP FOR DEMOLITION AND SITE CLEARANCE SERVICES (no RACM) City Hall City Clerk's Office 715 Mulberry Street Waterloo, IA 50703 Mail or Overnight Delivery, In Person (No Electronic or Fax Submittals) Chris Western, Planner/Project Manager ch ris.western (awaterloo-ia. orq Phone: 319-291-4366 Fax: 319-291-4262 RFP FOR DEMOLITION SERVICES (no RACM) : 1420 Commercial Street, 1422 Commercial Street, 1426 Commercial Street and 1430 Commercial, 1211 Sycamore Street, 328 W. 14th Street, 419 Lane Street, 536 Dawson Street. 1.2 The City reserves the right to accept or reject any or all bids and to waive any informalities or irregularities in bids if such waiver does not substantially change the offer or provide a competitive advantage to any Bidder. The City reserves the right to defer acceptance of any bid for a period not to exceed sixty (60) calendar days from the date of the deadline for receiving bids. 1.3 The City is not responsible for delays occasioned by the U.S. Postal Service, the internal mail delivery system of the City, or any other means of delivery employed by the Bidder. Similarly, the City is not responsible for, and will not open, any bid responses that are received later than the date and time stated above. Late bids will be retained in the RFP file, unopened. No responsibility will be attached to any person for premature opening of a bid not properly identified. 1.4 Bids will be opened on Thursday March 14, 2019, at 12:00 pm (our clock) Central Time in the Clerks Offic, City Hall, 715 Mulberry Street, Waterloo. The main purpose of this opening is to reveal the name(s) of the Bidder(s), not to serve as a forum for determining the awarded bid(s). 1.5 Bids will be evaluated promptly after opening. After an award is made, a bid summary will be sent to all companies who submitted a bid. Bids may be withdrawn anytime prior to the scheduled closing time for receipt of bids; no bid may be modified or withdrawn for a period of sixty (60) calendar days thereafter. SECTION II INSTRUCTIONS TO BIDDERS 2.0 The Bid shall include the attached Exhibit "A" signature page, properly completed. A company representative who is authorized to bind the company will sign on behalf of the company to indicate to the City that you have read all provisions of the RFP and agree to all terms and conditions, except as provided in paragraph 2.4 below. By making a Bid, the Bidder represents that they have examined the subject property. Any questions about the meaning or intent of the specifications must be submitted by the Deadline for Questions listed above. The City of Waterloo reserves the right to reject any or all bids, and to accept in whole or in part, the bid, which, in the judgment of the bid evaluators, is the most responsive and responsible bid. 2.1 General Liability Insurance with limits of liability of at least $1,000,000 per occurrence for Bodily Injury and Property Damage. At a minimum, coverage for Premises, Operations, Products and Completed Operations shall be included. This coverage shall protect the public or any person from injury or property damages sustained by reason of the contractor or its employees carrying out their work. 2.1.1 The City reserves the right to require increased liability limits, not to exceed Fifteen Million Dollars ($15,000,000) from bidders, should the project represent an elevated hazard level to the City as determined by the Insurance Committee. 2.1.2 Commercial General Liability Insurance Policy, including but not limited to, insurance for premises construction operations (when applicable), contractual liability, completed operations with respect to liability arising out of the ownership, use, occupancy or maintenance of the premises and all areas appurtenant thereto, to afford protection with respect to RFP FOR DEMOLITION SERVICES (no RACM) : 1420 Commercial Street, 1422 Commercial Street, 1426 Commercial Street and 1430 Commercial, 1211 Sycamore Street, 328 W. 14th Street, 419 Lane Street, 536 Dawson Street. bodily injury, personal injury, death or property damage of not less than One Million Dollars ($1,000,000) per occurrence combined single limit/Two Million Dollars ($2,000,000) general aggregate. 2.1.3 Comprehensive Automobile Liability Insurance Policy with limits for each occurrence of not less than One Million Dollars ($1,000,000) Combined Single Limit with respect to bodily injury, property damage or death. 2.1.4 Workers Compensation Insurance Policy or similar insurance in form and amounts required by law. 2.1.5 Coverage must be maintained by a financially stable carrier with a minimum AM Best rating of A- or above. It will be the outside party's responsibility to provide proof of their carriers rating. 2.1.6 The City of Waterloo, Iowa will be named as an additional insured with respect to all casualty insurance policies. 2.1.7 Certificate of insurance will be submitted to the City Clerk prior to commencement of the contract/agreement and shall include a thirty -day notice of cancellation provision. 2.1.8 If the outside party fails to perform any of its obligations under the City's Insurance and Policy Requirements, Waterloo reserves the right to either purchase the required insurance coverage and assess the cost directly to the outside party, or to declare the outside party's bid invalid. 2.2 Bonds 2.2.1 A guarantee from each Bidder equivalent to five percent (5%) of the price is required. The guarantee shall consist of a firm commitment, such as a bond, certified check, or other negotiable instrument acceptable to the City, as assurance that the Bidder will, upon acceptance of its, execute such contractual documents as may be required within the time specified. 2.2.2 Successful Bidder will be required to furnish bond in an amount equal to one hundred percent (100%) of the contract price and shall be issued by a responsible surety acceptable to the City. The bond shall guarantee the faithful performance of the contract and the terms and conditions therein contained, shall guarantee the prompt payment of all materials and labor and protect and save harmless the City from claims and damages of any kind arising out of the performance of this contract. 2.3 This Request for Bid does not commit the City to make an award, nor will the City pay any costs incurred in the preparation and submission of bids, or costs incurred in making necessary studies for the preparation of bids. 2.4 Important Exceptions to Contract Documents - The Bidder shall clearly state in the submitted bid any exceptions to, or deviations from, the minimum bid requirements, and any exceptions to the terms and conditions of this RFP. Such exceptions or deviations will be considered in evaluating the bids. Any exceptions should be noted on the Signature Page. Companies are cautioned that exceptions taken to this RFP may cause their bid to be rejected. No additional exceptions shall be allowed after submittal of a bid. 2.5 Incomplete Information - Failure to complete or provide any of the information requested in this RFP, including references, and/or additional information as indicated, may result in disqualification by reason of "non responsiveness". RFP FOR DEMOLITION SERVICES (no RACM) : 1420 Commercial Street, 1422 Commercial Street, 1426 Commercial Street and 1430 Commercial, 1211 Sycamore Street, 328 W. 14th Street, 419 Lane Street, 536 Dawson Street. SECTION III SPECIAL TERMS AND CONDITIONS 3.0 Term of Contract 3.0.1 The initial term of the Contract shall be for eleven (11) weeks, anticipated to be from the award of contract starting (March 18, 2019) to (May 31, 2019). 3.0.2 A Contract, approved by the City Council and signed by the Mayor, shall become the document that authorizes the Contract to begin, assuming the insurance requirements have been met. Each section contained herein, any addenda and the response (Bid) from the successful bidder shall also be incorporated by reference into the resulting Contract. 3.0.3 No price escalation will be allowed during the initial term of the Contract. If it is mutually decided to renew beyond the initial period and the Contractor requests a price increase, the Contractor shall provide documentation on the requested increase. The City reserves the right to accept or reject price increases, to negotiate more favorable terms, or to terminate (or allow to expire) without cost, the future performance of the Contract. 3.0.4 The total actual expenses shall not exceed the amount allowed by the project Contract, including any renewal extensions thereof, unless amended by written agreement. 3.1 Agreement Forms 3.1.1 After award, the Bidder will be required to enter into a written contract with the City. 3.1.2. Termination for Cause. In the event that Contractor defaults in the performance or observance of any covenant, agreement or obligation set forth in the Contract, and if such default remains uncured for a period of seven (7) days after notice thereof shall have been given by City to Contractor (or for a period of fourteen (14) days after such notice if such default is curable but requires acts to be done or conditions to be remedied which, by their nature, cannot be done or remedied within such 14 -day period and thereafter Contractor fails to diligently and continuously prosecute the same to completion within such 14 -day period), then City may declare that Contractor is in default under the Contract. 3.1.3 Termination for Convenience. The Contract may be terminated at any time, in whole or in part, upon the mutual written agreement of the parties. City may also choose to terminate the Contract at any time by delivering to Contractor 10 -days' advance written notice of intent to terminate. 3.1.4 Remedies. If Contractor is in default of the Contract and has not cured said default as set forth in Section 3.1.2 above, the City may take any one or more of the following steps, at its option: 3.1.4.1 by mandamus or other suit, action or proceeding at law or in equity, require Contractor to perform its obligations and covenants under the Contract, or enjoin any acts or things which may be unlawful or in violation of the rights of the City under the Contract, or obtain damages caused to the City by any such default; 3.1.4.2 have access to and inspect, examine and make copies of all books and records of Contractor which pertain to the project; 3.1.4.3 declare a default of the Contract, make no further disbursements, and demand immediate repayment from Contractor of any funds previously disbursed under the Contract; 3.1.4.4 terminate the Contract by delivering to Contractor a written notice of termination; and/or RFP FOR DEMOLITION SERVICES (no RACM) : 1420 Commercial Street, 1422 Commercial Street, 1426 Commercial Street and 1430 Commercial, 1211 Sycamore Street, 328 W. 14th Street, 419 Lane Street, 536 Dawson Street. 3.1.4.5 take whatever other action at law or in equity may be necessary or desirable to enforce the obligations and covenants of Contractor under the Contract, including but not limited to the recovery of funds. 3.1.4.6 No delay in enforcing the provisions hereof as to any breach or violation shall impair, damage or waive the right of City to enforce the same or to obtain relief against or recover for the continuation or repetition of such breach or violation or any similar breach or violation thereof at any later time or times. In the event that City prevails against Contractor in a suit or other enforcement action under the Contract, Contractor agrees to pay the reasonable attorneys' fees and expenses incurred by City. 3.2 Terms of Payment 3.2.1 Services authorized under this Contract shall be submitted as "lump sum" after services are delivered and accepted. 3.2.2 City has the right, at its discretion, to deny payment for any work by any Contractor if the total actual expenses exceed the amount allowed by the project Contract, including any renewal extensions thereof. The Contractor is not obligated to continue performance of services under this Agreement or otherwise incur costs in excess of the total actual expense allowed unless an amendment to the Contract is approved, and the City notifies the Contractor, in a written amendment, of the City's acceptance of the revised total actual expense allowed. 3.2.3 All work is to be done in strict compliance with this RFP and Demolition Specifications attached as Exhibit "B". The City may withhold payment for reasons including, but not limited to, the following: unsatisfactory job performance or progress, defective work, disputed work, failure to comply with material provisions of the Contract, third party claims filed or reasonable evidence that a claim will be filed or other reasonable cause. SECTION IV SERVICE REQUIREMENTS 4.0 Background The City of Waterloo, Iowa, is seeking bids for demolition and site clearance services for: 1420 Commercial Street, 1422 Commercial Street, 1426 Commercial Street and 1430 Commercial, 1211 Sycamore Street, 328 W. 14th Street, 419 Lane Street, 536 Dawson Street. 4.1 Scope of Work The City of Waterloo is seeking a qualified demolition contractor to demolish the structures and clear the site. The Bidder understands and agrees that demolition and debris removal in the most expeditious manner possible is of the utmost importance and it will make every effort to complete all requirements of the Contract in the shortest time possible. The services to be performed under this Contract shall consist of the work described in the separate "Demolition Specifications" document (attached Exhibit "B") and shall be performed according to the standards set forth therein and herein. Any reference in this RFP to "this specification" shall include such Demolition Specifications. Bidder shall be responsible to familiarize itself with the specifications and to make a personal examination of the job site(s) and the physical conditions that may affect its ding and performance under the contract. RFP FOR DEMOLITION SERVICES (no RACM) : 1420 Commercial Street, 1422 Commercial Street, 1426 Commercial Street and 1430 Commercial, 1211 Sycamore Street, 328 W. 14th Street, 419 Lane Street, 536 Dawson Street. Important note: The structures are currently being abated of asbestos, and upon notice to proceed the property will be deemed to be clear of, or have been abated for, asbestos containing materials (ACM) and may be handled as such. 4.2 Silence of Specifications — Commercially accepted practices shall apply to any detail not covered in this specification and to any omission of this specification. Any omission or question of interpretation of the specification that affects the performance or integrity of the service being offered shall be addressed in writing and submitted with the Bid. SECTION V METHOD OF EVALUATION 5.0 Contract Award - Any Contract award(s) made by the City of Waterloo is subject to prior approval by the City of Waterloo City Council. 5.0.1 Award of Contract shall be made to the most responsible and responsive bid from a Company whose bid offers the greatest value to the City with regard to the criteria detailed and the specifications set forth herein. The City may select a Bidder based on an "all or none" bid, on individual responses, or as is otherwise deemed to be in the best interest of the City. 5.1 Financial Terms will not be the sole determining factor in the award. To determine the award, the City will award a contract to the Bidder offering services and experience that best represents the overall value to the City. 5.2 Bid Evaluation Procedures 5.3.1 Each bid will be evaluated based on experience and the evaluators judgment of how well the bid addresses the City's requirements. Each prospective company is assured that any bid submitted will be evaluated using the best available information and without any forgone conclusions. 5.3.2 Consideration will also be given to solicited written clarification provided during the evaluation process and input from staff or other persons judged to have useful expertise that should be considered in a responsible, fair assessment of the relative merits of each bid. 5.3 A Bidder's submission of a bid constitutes its acceptance of this evaluation technique and its recognition and acceptance that subjective judgments will be used by the evaluators in the evaluation. 5.4 Following the evaluation process, the award process is as follows: 5.5.1 The evaluators shall determine which bidder has submitted the best bid using the criteria set forth above, and make its recommendation to the City Council. 5.5.2 The City Council considers a resolution awarding the Contract and authorizing the Mayor to execute the Contract on behalf of the City. Note, no Contract shall be deemed to be created and exist unless and until the City Council adopts a resolution awarding the Contract and authorizes the Mayor to sign the Contract. 5.5.3 The Mayor executes the Contract. RFP FOR DEMOLITION SERVICES (no RACM) : 1420 Commercial Street, 1422 Commercial Street, 1426 Commercial Street and 1430 Commercial, 1211 Sycamore Street, 328 W. 14th Street, 419 Lane Street, 536 Dawson Street. BID BOND AMCO Insurance Company Nationwide Mutual Insurance Company Allied Property & Casualty Insurance Company 1100 Locust St., Dept 2006 Des Moines, TA 50391-2006 (866) 387-0457 CONTRACTOR: Beard & Van Heiden Contracting LLC 21230 240th Street Grundy Center, Iowa 50638 SURETY: Nationwide Mutual Insurance Company 1100 Locust Street Des Moines, Iowa 50391 OWNER: City of Waterloo 715 Mulberry Street Waterloo, Iowa 50703 BOND AMOUNT: 5% Of Bid Amount FIVE PERCENT OF BID AMOUNT PROJECT: Contract #2019-0308P - Demolition & Site Clearance Services The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Docurnents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof: or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be a Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this bond shall be construed as a statutory bond and not as a common law bond. Signed and scaled this 14th day of March, 2019. Beard & Van Heiden Contracting LLC (Witness) (Witness) (Principal) (Seal) (Title) Nationwide Mutual Insurance Company (Surety) (Seal) (Title) Rob Lentz, Attorney -in -Fact it. Os This document conforms to American Institute of Architects Document A310, 2010 edition Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation AMCO Insurance Company, an Iowa corporation National Casually Company, an Ohio corporation Allied Property and Casualty Insurance Company, an Iowa corporation hereinafter referred to severally as the "Company" and collectively as "the Companies" does hereby make, constitute and appoint: Anila R. Calderon, Dana R. Clark, Mike Kuper, Michael Parry, Matthew Gilmer, Joshua Severson, Andrew Roby, Jeff Thielen, Crlstopher Hansen, Robert N. Johnston, Elizabeth Moore, Ashlee Schullng, Paulette M. Dyson, Ben Lewis, Morgan Collins, Becky Nichols, Jeff Cose, Richelie Smith, Aaron J. Jamison, Kim Wells, Carmen R. Wilson, Sandra Alitz Spencer Paris, Larry D. Slegh, Richard E. Harman IV, Logan Dorpinghaus, Corey Days, Patrick Johnson, Jill DeRobertis, Regina Wicks, Dominic Amoroso, Kyle Huntrod, Jenna Weiland, Twanisha Siejkowski, Heidi Cornelison, Michael Mailer, Steve Sanker, Diana Kelly, Brian Pflum, Stevie Voigt, Cale Rizer, Guy TenoId each In their individual capacity, its true and lawful attorney-in-fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of FIVE MILLION AND NO/100 DOLLARS ($5,000,000.00) and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED, that the president, or any vice president be, and each hereby Is, authorized and empowered to appoint attorneys -In -fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms. applications, memorandums. undertakings. recognizances, transfers, contracts of Indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company.' "RESOLVED FURTHER, that such attorneys -in -fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however. that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant Treasurer shall have the power and authority to sign or attest all approved documents, Instruments, contracts, or other papers in connection with the operation of the business of the company In addition to the chairman of the board, the chief executive officer, president. treasurer or secretary; provided, however, the signature of any of them may be printed, engraved. or stamped on any approved document, contract, instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument o be ealed an._. uty attested by the signature of Its officer the 1st day of May 2017 Ap:4, •♦;: SEAL ; j 'rot....-' r?`ppwwz `•: It *SEAL,0 ae'ab It SEAL Antonio Albanese, Vice President of Nationwide Mutual Insurance Company, National Casualty ompany, AMCO Insurance Company, Allied Property and Casualty Insurance Company ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF NEW YORK' ss On this 1st day of May , 2017 , before me came the above-named officer for the Company aforesaid, to me personally known to be the officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed hereto is the corporate seal of said Company, and the said corporate seal and his signature were duly affixed and subscribed to said instrument by the authority and direction of said Company. BARRY T. BASSIS Notary Public. State of New York No. 02BA4656400 Qualified in New York County Commission Expires April 30, 2019 Notary Public My Commission Expires CERTIFICATE Apr] 30, 2019 I, Laura B. Guy, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended In any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of attorney Is still In full force and effect. IN WITNESS WHEREOL,I hve hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this 14th day of March 1 This power of attorney expires: BDJ 1(05-17)00 April 30, 2019 a Assistant Secretary ACRO ®� CERTIFICATE OF LIABILITY INSURANCE DATE (MMIUDIYYYY) 03/13/10 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Kyle Blehm Go FBL Financial Group Inc. 424 Main Street Reinbeck, IA 50660-1050 INSURED BEARD & VAN HEIDEN CONTRACTING, LLC PO BOX 146 GRUNDY CENTER, IA 506380146 CONTACT NAME; Kyle BloFan lAlSurip 606) (319) 3452839 E-MAIL ADDRESS;__._ 1 (NC, No): INSURER(S) AFFORDING COVERAGE NAIC/1 INSURER A Farm Bureau Propedy B Casually Insurance Company INSURERB: 13773 INSURER c INSURER 0 : INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADOL$UHR INSD \W0 POLICY NUMBER POLICY EFE on/wentIMM/g0W1YY) POLICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY ❑X■ 01/01/1019 01/01/3020 EACH OCCURRENCE $ 1,000,000 __ CLAIMS -MADE %� OCCUR CPP6058135 ETED PDREMISES(ETOapaureonr,e) MED EXP (Any one person) $ 100,000 $ 5,000 PERSONAL &ADV INJURY $ 1,000,000 GUM AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 1 policy n Pio I I LUC PRODUCTS-COMP/OP AGG $ 2, 000, 000 OTHER: $ A AUTOMOBILE LIABILITY X ® CPP6058135 01/01/2019 01/01/2020 jEOaacctlden0 INGLC LIMIT $ 1,000,000 ANY AUTO BODILY INJURY (Per person) $ OWNEDSCHEDULED AUTOS ONLY X AUTOS BODILY INJURY (Per accident) $ HIRED AUTOSONLY NON -OWNED AUTOS ONLY PROPERTY DAMAGE (Per accident) $ —... _ UMBRELLA LIAB OCCUR ■ c EACH OCCURRENCE $ EXCESS LIAB _ CLAIMS -MADE AGGREGATE $ DEO 1 1 RETENTIONS $ T' WORKERS COMPENSATION AND EMPLOYERS' LIABILITY x_I ;MUTEj OTH- – ER YIN ANY PROPRIETOR/PARTNER/EXECUTIVEE. CN N /A WC 6018815 01/02/2019 01/02/2020 L. EACH ACCIDENT $ 100,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) III E.L. DISEASE- EA EMPLOYEE $ 100,000 – - $ 500,000 If yes, describe under DESCRIPTIONOFOPERATIONS below 61, DISEASE - POLICY LIMIT DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may he attached If mo a space Is requl ed) The City of Waterloo is listed as an additional insured with respect to all casualty insurance policies. CERTIFICATE HOLDER CANCELLATION City of Waterloo 715 Mullberry St. Waterloo, IA 50703 ACORD 25 (2016/03) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SDF ®Help 6E"aT Rating Services Rating Search: Advanced Search Search &Print rj Farm Bureau Property & Casualty Insurance Company FEIN #: 420331872 A.M. Best #: 000354 NAIC #: 13773 Domiciliary Address 5400 University Avenue West Des Moines, IA 50266-5997 United States Web: www.tbfs.com Phone: 515-225-5400 Fax: 515-453-3306 Assigned to Fmnoialakungth Seth°' Insurance pan companies that have, in our opinion, an excellent ability to meet their ongoing insurance obligations. View additional news, reports and products for this company. Based on A.M. Bests analysis, 052562 - Farm Bureau Mutual Holding Company is the AMB Ultimate Parent and identifies the topmost entity of the corporate structure. View a list of operating insurance entities in this structure. Financial Strength Rating View Definition;. Rating: Affiliation Code: Financial Size Category: Outlook: Action: Effective Date: A (Excellent) p (Pooled) XIII ($1.25 Billion to $1.5 Billion) Stable Affirmed June 12, 2018 Initial Rating Date: June 30, 1946 Long -Term Issuer Credit Rating View Definition Long -Term: Outlook: Action: a+ Stable Affirmed Best's Credit Rating Analyst Rating Office: A.M. Best Rating Services, Inc. Senior Financial Analyst: Maurice Thomas Director: Michelle Baurkot See the Disclosure information Form or Press Re/ease below for the office and analyst at the time of the rating event. Disclosure Information Form View A.M. Bests Rating Disclosure Form Powered by A M. Best's Global Insurance Database Page 1 of 4 Related Financial and Analytical Data Effective Date: June 12, 2018 Initial Rating Date: April 28, 2008 u Denotes Under Review Best's Rating A.M. Best has provided ratings & analysis on this company since 1946. Financial Strength Rating Effective DateRating 6/12/2018 A 9/29/2017 A 8/9/2016 A 5/27/2015 A 6/6/2014 A Long-Terrn Issuer Credit Rating Effective DateRating 6/12/2018 a+ 9/29/2017 a+ 8/9/2016 a 5/27/2015 a 6/6/2014 a The following links provide access to related data records that A.M. Best utilizes to provide financial and analytical data on a consolidated or branch basis. AMB # Company Name Company Description 004233 Farm Bureau Property & Represents the A.M. Best Consolidated financials for the Casualty Group (G) Property/Casualty business of this legal entity. Best's Credit Report (Download PDF) - Where applicable, includes Best's Financial Strength Rating and -)' rationale along with comprehensive analytical commentary, detailed business overview and key financial data. Report Revision Date: 6/22/2018 (represents the latest significant change). Historical Reports are available in Best's Credit Report Archive. View additional news, reports and products for this company. Powered by A.M. Best's Global Insurance Database Page 2 of 4 Press Releases Date Title Sep 29, 2017 A.M. Best Upgrades Issuer Credit Rating of Members of Farm Bureau Property & Casualty Group Aug 09, 2016 A.M. Best Revises Issuer Credit Rating Outlook to Positive for Members of the Farm Bureau Property & Casualty Group Mar 13, 2008 A.M. Best Withdraws Rating of KFB Insurance Company, Inc. Jul 08, 2002 A.M. Best Comments on Farm Bureau Mutuai's Proposed Merger with Kansas and Nebraska Farm Bureau Find a Best's Credit Rating ''. Enter a Company Name Advanced: Search... HowtoGeta Best'sCradit Rating Best's Credit Ratings. Mobile App European Union Disclosures A.M. Best - Europe Rating Services Limited (AMBERS), a subsidiary of A.M. Best Rating Services, Inc., is an External Credit Assessment Institution (ECAI) in the European Union (EU). Therefore, Credit Ratings issued and endorsed by AMBERS may be used for regulatory purposes in the EU as per Directive 2006/48/EC. A.M. Best (EU) Rating Services B.V. (AMB -EU), a subsidiary of A.M. Best Rating Services, Inc., is an External Credit Assessment (ECAI) in the EU. Therefore, credit ratings issued and endorsed by AMB -EU may be used for regulatory purposes in the EU as per Directive 2006/48/EC. Australian Disclosures A.M. Best Asia-Pacific Limited (AMBAP), Australian Registered Body Number (ARBN No.150375287), is a limited liability company incorporated and domiciled in Hong Kong. AMBAP is a wholesale Australian Financial Services (AFS) Licence holder (AFS No. 411055) under the Corporations Act 2001. Credit ratings emanating from AMBAP are not intended for and must not be distributed to any person in Australia other than a wholesale client as defined in Chapter 7 of the Corporations Act. AMBAP does not authorize its Credit Ratings to be disseminated by a third -party in a manner that could reasonably be regarded as being intended to influence a retail client in making a decision in relation to a particular product or class of financial product. AMBAP Credit Ratings are intended for wholesale clients only, as defined. Credit Ratings determined and disseminated by AMBAP are the opinion of AMBAP only and not any specific credit analyst. AMBAP Credit Ratings are statements of opinion and not statements of fact. They are not recommendations to buy, hold or sell any securities or any other form of financial product, including insurance policies and are not a recommendation to be used to make investment /purchasing decisions. Important Notice: A.M. Best's Credit Ratings are independent and objective opinions, not statements of fact. A.M. Best is not an Investment Advisor, does not offer investment advice of any kind, nor does the company or its Ratings Analysts offer any form of Powered by A.M. Best's Global Insurance Database Page 3 of 4 structuring or financial advice. A.M. Best's credit opinions are not recommendations to buy, sell or hold securities, or to make any other investment decisions. For additional information regarding the use and limitations of credit rating opinions. as well as the rating process, information requirements and other rating related terms and definitions, please view Understanding Best's Credit Ratings. About Us I Site Map I Customer Service I My Account I Contact 1 Careers [Terms of Use I Privacy Policy [Security 1 Legal & Licensing Regulatory Affairs - Form NRSRO - Code of Conduct - Rating Methodology - Historical Performance Data Copyright © 2019 A.M. Best Company. Inc. and/or its affiliates ALL RIGHTS RESERVED. Powered by A.M. Best's Global Insurance Database Page 4 of 4