Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Metro-Ag Waste Injection Systems, Inc.
• Metro -Ag Waste Injection Systems, Inc. 550 N 2nd. Street Suite 202 i4"Sit\PO BOX 231 Breese, IL 62230 th+ii; CHI cie.vJL f Audit(); 1310 EiuuoSEDk www.metroag.com Metro -Ag Waste Injection Systems, Inc. ��A 550 N 2nd. Street Suite 202 rri 77\ PO BOX 231 Breese, IL 62230 fltti; (leyiti kia,t�r Bw FOND 611ECL0SE9* www.metroag.com 0 II 0 EZ ire um) c 0 m rR r \ r 0 rR CO 'CC CL ® L Q X W R ▪ , - ate 03 C S C D N • y to am 0 - it U •' LO co b L4 "To most locations. Express Package Service er aim r _ a > C m Eo O Z `%•y m IZ) 'y C N nO D T as 0 aa LL COCA co E • co- a y 413 NCO • y O • m O C m c 0c a > N ;we g 10 Q'y yNay;aU LLto 7O A > ❑ ❑ ❑ s, 1 �\ .0 ` �t itis„ In fit° A +t.• Ce •h.'P.> .N t 5.1 � '4 4ln ♦y 5c. In 4 -ICN Zin _s. .y, `1 ' yl. 1/44- 41,t-• as_ • "V. 1 h • ' r w; -,31 • l.. lt. .t, e. r,. 4s. . 1j - h • • s•. 43.5. u1. •h h� e .• -fit ;+�+ Ott,.y'`�- *ti .•h�M In oft. ln at "C a- •.- • M } .0'5'.'4.51- S.S`• . may, „et,1 13 •JN. "• y+ S1 E 0 - 0 • m -o o LCYC $CO =134:C mmc 0um >vmt ma 15. aa :43 LL = ', C c m Ntu! ❑ Cl L E. a a N m > -m O c W -0 0 +- a .c Z CA = m m C to 0 CO co Y _ m L a Ca 'n a (5 0) 0u_ z in CL fedex.com 1.800.GoFedEx 1.800.463.3339 O 0 • Declared value limit $500 Dept./Floor/Suite/Room 0 IV FedEx Envelope* 2 Your Internal Bil •0 G0 co2 CO 0 L 5 CO 0. m T m y L I cu en O Ln a•ro to O. y d oit E'al co = m W f/1 R t 0 N Lb ? m • LL CD a o C O CI a CA c cC m _ fA = > 0 CO - = Q) O O m VCO c V 'O i CU y c CL ~ cn v� az CO ❑ m C CI) 'E mm O Y o�OYvmp mcd0 Iiibl •-m L. O m x CO›- co (J I- 0 c- ea 01- Li E) LIZ U _ml al o 00 y coO Ir. m d C Y d 0 co 0.... z ���, m (.t) " O N m y •� U 0 m-vt 0 O • m L T 15 a- 1 a O wmE = OaE ❑ Oti ` }y c 0' • I-1 at) ti C 'O C 0 ata Ig 0 E 0 d o -,0 Q CC • m yo= L0 lac coCro gra CEm 01m a Cn m'c 0 Zoo 0 c 03 m a y•J 0:3- y0L • CPI m'E m` CU 0 0 Z 0 Uw OoIy Ln crop =QLL Resbicdons apply for dangerous goods —see the current FedEx Service Guide. Payment 8111 to: E� c zn UR mma,Et Rm m gra +4 0CO Q 0 eaT Cr) 0 CiJ = Q 32¢CL CXv rfl2& II ❑ Dept/Floor/Suite/Room 0 O O 0- +.4 N O d O coy 0 L C: 0 1 m m -o 0 aaG w m a roCLc tn y 0 . O m E c 0 0 O N 0 a m 03 0 O J O m t CD O o U ❑ C 0 U L U Cn CO U t� -34 • In -c =' < is CreditCard Audt +i a t t\'a n 0 0 N "[Our liability is limited to USS100 unless you declare a higher value. See the current FedEx Service Guido for details. Rev. Date 3/15 • Part 067002 • ©2012-2015 FodEx • PAINTED IN U.S.A. RADA 00100 J 8102 6913 0485 FID 5121912 20/4G18 BLVA 546C1/3309/008A �C Xam r 0 .sO uddiys adoianua u-uoqpeo x3pad 'Jews m m m CJ) A M v ro Zus CD (1) (I) FORM OF BID OR PROPOSAL ANAEROBIC DIGESTER #3 CLEANING AND DISPOSAL PROJECT CITY CONTRACT NO. 953 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 Illinois , a Partnership consisting of the following partners: Metro -Ag Inc _ , 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 AECOM 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 ANAEROBIC DIGESTER #3 CLEANING AND DISPOSAL PROJECT, CITY CONTRACT NO. 953, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: ANAEROBIC DIGESTER #3 CLEANING AND DISPOSAL PROJECT CITY CONTRACT NO. 953 BID AMOUNT The work is being estimated by two separate quantities, I) removal and disposal of material within the conical section, amount estimated to be 62,300 gallons and for each additional foot of liquid - material above the conical section, 1 foot quantities estimated to be 28,800 gallons Lump sum for the cone section: $ 68,000 00 Lump sum cost per/ ft. of sidewall above the cone. $ 6 800.00 Total bid amount based upon cone section plus 1 foot $ 74 800 00 (Bid Award Amount) Note: The estimate and total bid for comparison will be based upon the conical section and I foot of additional sidewall depth of material. Final quantities will be based upon a minimum of the cone section and the total side wall depth actually removed BIO -SOLIDS DISPOSAL LOCATION The contractor shall identify the location of projected land disposal site for removed digester contents. Identified site information Physical address location RuraLBlackhawk_C o unty Owner, agreement for disposal Rending Estimated number of acres available 250 Any other pertinent site information 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 ANAEROBIC DIGESTER 93 CLEANING CITY CONTRACT NO.953 BF -I of 2 Oficial Address: (Including Zip Code): 50 North Serond Street, Suite 202 Breese IL .62230 I.R.S. No. 37-1192973 FORM OF BID ANAEROBIC DIGESTER #3 CLEANING CITY CONTRACT NO.953 BF -3 of 2 Mayor QUENTIN HART COUNCIL MEMBERS DAVID JONES Ward 1 BRUCE JACOBS Ward 2 PATRICK MORRISSEY Ward 3 JEROME AMOS, JR. Ward 4 RON WELPER Ward 5 TOM LIND At -Large STEVEN SCHMITT At -Large SALES TAX EXEMPTION ANAEROBIC DIGESTER 113 CLEANING CITY OF WATERLOO, IOWA 715 Mulberry St WATERLOO ENGINEERING DEPARTMENT Waterloo, IA 50703 • (319) 291-4312 Fax (319) 291-4262 ERIC TIIORSON, P.E. • City Engineer INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME: Metro -Ag Inc. ADDRESS: 550 North Second Street, Suite 202 Breese, IL. 62230 (Check One) PRIME: X SUBCONTRACTOR: FEDERAL ID#: 37-1192973 PROJECT NAME: Easton WVVTP Digester #3 Cleaning Project PROJECT CONTRACT NO.: 953 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) Biosolids Removal ■ ■ ■ ■ ■ ■ WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer CITY CONTRACT NO. 953 Page STE-I of I NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Illinois )ss County or Clinton Brian I Kramar being first duly sworn, deposes and says that: He is (Owner, Partner Officer Representative or Agent) of Metro -A. Inc. 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; 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 affi. t. (Signed) PrA ident Title Subscribed and sworn to before me this twen y -third day of August 2018 /"AM PthilMi Title My commission expires March 7 2022 CARRIE M KRAMER OFFICIAL SEAL Notary Public, State of Illinois My Commission Expires March 07, 2022 NON -COLLUSION ANAEROBIC DIGESTER #3 CLEANING CITY CONTRACT NO.953 NCA -t of 2 NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of County of )ss ) being first duly sworn, deposes and says that: 1. He is (Owner, Partner Officer, Representative or Agent) , of hereinafter referred to as the "Subcontractor;" He is fully informed respecting the preparation and contents of the subcontractor's proposal submitted by the subcontractor to contract pertaining to the project in (City or County and State) 3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal; 4. Neither the subcontractor 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 proposal in connection with such contract or to refrain from submitting a proposal in connection with such contract, or has in any manner, directly or indirectly, sought by unlawful agreement or connivance with any other bidder, firm or person to fix the price or prices in said subcontractor's proposal, or to fix any overhead, profit or cost element of the price of prices in said subcontractor's proposal, or to secure through 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 subcontractor's proposal 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 swom to before me this day of , 2018. Title My commission expires NON -COLLUSION ANAEROBIC DIGESTER 143 CLEANING CITY CONTRACT NO,953 NCA -2 of 2 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 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. EQUAL OPPORTUNITY ANAEROBIC DEIGESTER 43 CLEANOUT CITY CONTRACT NO. XXXX EOC-I of 2 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. 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, ' ge, mental or physical disabilities. EQUAL OPPORTUNITY ANAEROBIC DEIGESTER N3 CLEANOUT (Signed) Ask 1 Appropriate Official) President (Title) August 23, 2018 (Date) CITY CONTRACT NO, XXXX EOC-2 of 2 CONTRACT NO.: PROJECT NAME- DATE AMEDATE OF LETTING: NON-RESIDENT BIDDER CERTIFICATION 953 August 23 2018 I hereby certify that I am an Iowa non-resident bidder. COMPANY NAME: Metro -Ag Inc. CORPORATE OFFICER: Brian L, Kramer TITLE: president DATE: August 23, 2018 STATE/COUNTRY OF RESIDENCY: Illinois USA Stated below are the preference(s) to resident bidders in the state/country of (Preference to bidders, labor force, or other preferential treatment to bidders or laborers, etc, RESIDENT BIDDER ANAEROBIC #3 DIGESTER CLEANOUT CITY CONTRACT NO. XXXXX RB -3 of 3 Revised February 2003 CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM Check box that applies to party completing program: ( ( x ) General Contractor ) Subcontractor L Section A to be completed by GENERAL CONTRACTORS only: A. Name of Company Metro -Ag Inc. 550 N. 2nd St. Address of Company Ste. 202 Breese, IL Zip 62230 Telephone Number ( 618 1 526-2341 Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number) 17 P9973 Name of Equal Employment Officer _Ganja Kramer Name of Project Easton WWTP Digester #3 Cleaning Project Waterloo, IA Project Contract Number 953 Estimated Construction Work Dates 11/1/ 9018 Section B to be completed by SUBCONTRACTORS only: B. Name of General or Prime Contractor Metra -Ag Inc. Name of Subcontractor N/A Subcontractor's Address Zip Subcontractor's Telephone Number ( Subcontractor's Federal ID Number (if no Federal ID Number Owner/President's Social Security Number) _ Name of Equal Employment Officer C. Remainder of program to be completed by party completing program, either Prime or Subcontractor. L The Owners and/or Principals of your company: Name Address 550 N. 2nd St. Position Sex Brian L. Kramer Ste. 202 Breese, IL President Ethnic Origin Other Areas of Interest: If your company has branches or subsidiaries, or if your company is a branch or subsidiary of a parent organization, give the following information: Name Type of Address Affiliation Degree II. EMPLOYER'S POLICY (Please read carefully.) A. We, the undersigned, recognize that we are morally and legally committed to nondiscrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap. E. The employment policies and practices of the undersigned are to recruit and hire employees without discrimination, and to treat them equally with respect to compensation and opportunities for advancement, including training, upgrading, promotion, and transfer. However, we realize the inequities associated with employment training, upgrading, contracting and subcontracting for minorities and women and we will direct our efforts to correcting any deficiencies to the maximum extent possible. The same will be required of our SUBCONTRACTORS and suppliers. We submit this program to assure compliance with Executive Order 11246, as amended, and other subsequent orders that may pertain to equal employment opportunity and merit employment policies, fully realizing that our qualification and/or merit system should be evaluated and revised, if necessary. We agree to put forth the maximum effort to achieve full employment and utilization of capabilities and productivity of all our citizens without regard to race, creed, color, sex, national origin, economic status, age, and mental or physical handicap. Metrn-Ag Inc will give training (Name of Company) and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent feasible. III. AFFIRMATIVE ACTION C. Metro -Ag Inc recognizes that the (Name of Company) effective application of a policy of merit employment involves more than Just a policy statement, and Metro -Ag Inc. (Name of Company) will, therefore, re-evaluate our Affirmative Action Program to ensure that equal employment opportunities are available on the basis of individual merit, and to actively encourage minorities, women and local residents to seek employment with our company on this basis. Metro-Aq Inc. will undertake the (Name of Company) following six (6) steps to improve our Affirmative Action Program: 1. Minority Recruitment and Employment; 2. Local Recruitment and Employment; 3. Disabled Veteran and Vietnam Era Veteran Recruitment and Employment; 4. Handicapped Recruitment and Employment; 5. Female Recruitment and Employment; and 6. Training, Upgrading and Promotional Opportunities. Metro -Ag Inc. will take (Name of Company) whatever steps are necessary to ensure that our total work force has adequate minority, female, and local representation. We will utilize the following methods in our recruitment attempts: 1. Local advertising media (newspapers, radio, TV); 2. Community organizations (churches, clubs, schools); 3. Public and private institutions in the area (UNI, Hawkeye Community College); 4. Job Service of Iowa; and 5. Other. Metro -Ag Inc will seek qualified minority, (Name of Company) female, and Local group applicants for all job categories and will make asserted efforts to increase minority, female and group representation in occupations at the higher levels or skill and responsibility. All sources of employment used shall be aware that we are an Equal Employment Opportunity Employer. Labor organizations representing our employees will be notified of our Equal Employment Opportunity Policy and Affirmative Action Program. Training, upgrading, promotion and transfer activities at all levels will be monitored to ensure that full consideration has been given to qualified minority, female, and local group employees. One. will encourage other (Name of Company) companies with whom we are associated and/or do business, to do the same and we will assist them in their efforts. Mejrn-Ag Inc has taken the following (Name of Company) Affirmative Action to ensure that minority, female, local contractors and/or suppliers were provided opportunities to negotiate and/or bid on this project: (if none, write "NONE") 2. None As a result of the above efforts, we have involved minority, female, and local contractors and/or suppliers in the following areas of subcontracting: (if none, write "NONE") 1, None Metra -Ag Inc will require approved (Name of Company) Affirmative Action Programs from all nonexempt contractors who propose to work on this project and will take whatever steps are necessary to ensure that non -minority contractors have adequate representation of minority, female and local persons in their total work force. K. In further accordance with rules and guidelines issued pursuant to Executive Order 11246 as amended, we establish the goals for our company, based on parity percentages supplied by the City, and we realize these goals will be reviewed on an annual basis. L. Metro -Ag Iflr will keep records of (Name of Company) specific actions relative to recruitment, employment, training, upgrading and promotion and will provide the City of Waterloo with any information relative to same, including activities of our SUBCONTRACTORS and suppliers as necessary or when requested. Parity figures for companies located in Waterloo are as follows: Minority Parity = 08 (R%) Employment Goals: Metro -Ag Inc: Affirmative Action (Name of Company) The definition of Affirmative Action Goals is as follows: "Goals may not be rigid and inflexible quotas which must be met, but must be targets, reasonably attainable by means of applying every good faith effort to make all aspects of the entire Affirmative Action Program work." For the year 200_, please submit percentage targets for employing minorities and women. If you already have reached your target for hiring minorities and women, please submit that percentage. *Goals for Minorities: 0 Goals for Women: 1R *Your affirmative action goals should be between l% and 10% or more for minorities and 1% and 5% or more for women. Please be advised that the goals or targets are purely your estimation of how many women and minorities your company can reasonably expect to hire in 20j. Note, that none of the goals are rigid or inflexible. They are targets that your company calculates as reasonably attainable. This will help the City in its monitoring procedures as required by City of Waterloo Resolution No. 1984-142(4). CONTRACTOR'S TOTAL WORK FORCE (WATERLOO) INDICATE: DISABLED VETERAN: DV VIETNAM ERA VETERAN: VV HANDICAPPED: 11 NAME AND ADDRESS JOB CATEGORY RACE SEX HOURLY WAGE Colby Gudinas - 550 N. 2nd St. Ste. 202 Breese II Laborer Caucasian Male $15.50 Joshua Leath - 550 N. 2nd St. Ste. 202 Breese IL Laborer Caucasian Male $1530 Andrew HiImes - 550 N. 2nd St. Ste. 202 Breese, IL Laborer Caucasian Male $33.65 Rich Harrison - 550 N. 2nd St. Ste, 202 Breese IL Laborer Caucasian Male $32.69 Todd Netemeter - - 550 N. 2nd S1. Ste. 202 . -- - Matt Prosise - 550 N. 2nd St. Ste. 202 Breese, IL Labo er Laborer Caucasian Caucasian u- - 18.50 Male $15.50 Chad Lappe - 550 N. 2nd St. Ste. 202 Breese, IL Laborer Caucasian Male $15 75 Kyle Ellis - 550 N. 2nd St. Ste. 202 Breese, IL Laborer Caucasian Male $15.50 INDICATE: DISABLED VETERAN: DV VIETNAM ERA VETERAN: VV HANDICAPPED: 11 We hereby certify that we are in compliance with all City and Federal Affirmative Action Regulations and agree to accept all liability for failure to comply. City of Waterloo Affirmative Action Officer Respectfully submitted, By: Brian L. Kramer Company Executive August 23, 2018 Date By: Carrie Kramer Equal Employment Opportunity Officer August 23 2018 Approved Date Disapproved Reason: By: Date: DESCRIPTION OF JOB CATECOl2IES Officials/Manager: Occupations in which employees set broad policies, exercise overall responsibility for execution of all policies, or direct individual departments or special phases of the agency's operations or provide specialized consultation on a regional, district or area basis. Includes: department heads, bureau chiefs, division chiefs, directors, deputy directors, controllers, examiners, wardens, superintendents, unit supervisors, sheriffs, police and fire chiefs and inspectors and kindred workers. 2. Professionals: Occupations which require specialized and theoretical knowledge which is usually required through college training or thorough work experience and other training which provides comparable knowledge. Includes: personnel and labor relations workers, social workers, doctors, psychologists, registered nurses, economists, dietitians, lawyers, system analysts, accountants, engineers, employment and vocational rehabilitation counselors, teachers or instructors, police and fire captains and lieutenants and kindred workers. 3. Technicians: Occupations which require a combination of basic scientific or technical knowledge and manual skill which can be obtained through specialized post -secondary school education and through equivalent on-the-job training. Includes: computer programmers and operations, draftsmen, surveyors, licensed practical nurses, photographs, radio operators, technical illustrators, police and fire sergeants and kindred workers. 4. Office/Clerical: Workers are responsible for internal and external communication, recording and retrieval of data and/or information and other paper work required in an office. Includes: bookkeepers, messengers, office machine operators, clerk -typists, stenographers, court transcribers, hearing reporters, statistical clerks, dispatchers, license distributors, payroll clerks and kindred workers. 5. Skilled Craft Workers: Workers perform jobs which require special manual skill and a thorough and comprehensive knowledge of the processes involved in the work which is acquired through on-the-job training programs. Includes: Mechanics and repairman, electricians, heavy equipment operators, stationary engineers, skilled machine occupations, carpenters, compositors and typesetters and kindred workers. 6. Sales Workers: Occupations engaging wholly and primarily in direct selling. Includes• advertising agents and salesman, insurance agents and brokers, real estate agents and brokers, stock and bond salesmen, demonstrators, salesmen and sales clerks, grocery clerks and cashier checkers, and kindred workers. 7. Operatives (semi -skillet* Workers who operate machine or processing equipment or perform other factory -type duties of intermediate skill level which can be mastered in a few weeks and require only limited training. Includes: apprentices (auto mechanics), plumbers, building trades, metal working trades, bricklayers, carpenters, electricians, machinists, mechanics, printing trades, etc., operatives, attendants (auto service and parking), plasterers, chauffeurs, deliverymen and furnacemen, heaters (metal), laundry and dry cleaning operatives, milliners, mine operatives and laborers, motormen, oilers and greasers, (except auto painters), (except construction and maintenance), photographic process workers, stationary fireman, truck and tractor drivers, weavers, (textile), welders and flame cutters and kindred workers. Laborers (unskilled): Workers in manual occupations which generally require no special training. Perform elementary duties that may be learned in few days and require the application of little or no independent judgment. Includes: garage laborers, car washers and greasers, gardeners (except farm) and groundskeepers, longshoremen, and stevedores, lumbermen, raftsmen and woodchoppers, laborers performing lifting, digging, mixing, loading and pulling operations and kindred workers. Apprentices: Persons employed in a program including work training and related instruction to learn a trade or craft which is traditionally an apprenticeship, regardless of whether the program is registered with a Federal or State agency. 10. Trainees (on-the-job): Production, persons in formal training for craftsmen when not trained under apprentice programs- operative laborer, and service occupations. White Collar... persons engaged in formal training for clerical, managerial, professional, technical, sales, office and clerical occupations. STATEMENT OF' BIDDER'S QUALIFICATIONS (To be submitted by the Bidder only upon the specific request of the City of Waterloo, Iowa.) All questions must be answered and the date given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of bidder. Metro -Ag Inc. 2. Permanent main office address. 550 North Second Street Suite 202 Breese, IL 62230 3. When organized. ;.April 23, 1982 4. If a corporation, when incorporated. November 12, 1985 5. How many years have you been engaged in the contracting business under your present firm or trade name? 36 years under the same name, same owner, same reliability, same excellence 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion.) Paxton, IL, $23,000, Fall 2018; Salem, IL, $20,000, Fall 2018; Stookey WWTP, $27,000, Fall 2018; Mahomet, IL, $29,000, Fall 2018 7. General character of work performed by your company. Professional 8. Have you ever failed to complete any work awarded to you? If so, where and why? No 9. Have you ever defaulted on a contract? If so, where and why? No 10. List the more important projects recently completed by your company, stating the approximate cost for each, and month and year completed. Paxton, IL, $23,000, Fall 2017; Salem, IL, $20,000, Fall 201,7 Stookey WWTP, $27,000, Fall 2017; Mahomet, IL, $29,000, Fall 2017 11. List your major equipment available for this contract. See Attached 12. Experience in construction work similar in importance to this project. Scott Air Force Base 13. Background and experience of the principal members of your organization, including the officers. This company started in 1982, and has performed throughout the country since. 14. Credit available: $ 300,000 15. Give bank reference: first MicLBank-Julie kiuelsmann 16. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City of Waterloo, Iowa? Yes STATEMENT OF BIDDERS QUALIFICATIONS ANAEROBIC DIGESTER 113 CLEANOUT CITY CONTRACT NO. 953 SQ -1 of 2 17. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the City of Waterloo, Iowa, in verification of the recitals comprising this Statement of Bidder's Qualifications. Dated at Metro -Ag Inc. this 23 day of August , 2016. 2018 State of Illinois Metro -Ag (Name of Bidder) By: Brian L. Kramer Title: President County of Clinton ) ss: Brian L. Kramer , being duly sworn deposes and says that he is President of Metro -Ag Inc. (Name of Organization) and that the answers to the foregoing questions and all statements t -rein ontained are true and correct. Subscribed and sworn to before me this 23rd day of August , 2016. 2018 My commission expires STATEMENT OF BIDDERS QUALIFICATIONS ANAEROBIC DIGESTER 113 CLEANOUT � / am:€ i,Vl• 'Ad/vie)) Notary Public March 7 2022 ** * END OF SECTION * * * r i; ',9 KRAMER ,.CIALSEAL Nc P-ubSc, State of Illinois n.'.: Con, fission Expires r:z:-n 07, 2022 CITY CONTRACT NO. 953 SQ -2 of 2 Policy Number: Date Entered: 6/12/2018 A� 6 CERTIFICATE OF LIABILITY INSURANCE DATE(MM/0I1YYYI 8/16/2018 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 Foppe Insurance Agency, Inc. 215 North Main Street Breese, IL 62230 CONTACT PHONE INC No EMI. (618) 526-4505 FAX we Noy (618) 526-4506 EDnFLss: breese@foppeinsurance.com INSURER(S) AFFORDING COVERAGE NAICN INSURER A: Erie Insurance Exchange LIMITS INSURED Metro Ag Waste Injection Systems, Inc.INSURER6: P.O. Box 231 Breese, IL 62230 AIG Granite State Ins. Co. COMMERCIAL INSURER C: Westchester Surplus Lines Ing. Co INSURER D: INSURERE: INSURER F : 6/10/2018 REVISION NUMBER: THIS IS INDICATED CERTIFICATE EXCLUSIONS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. !NSR LTRINSD TYPE OF INSURANCE ADOL SUBR WVO POLICY NUMBER POLICY EFF (MWODA'YYY) POLICY (MM EXP DOMYYI LIMITS A X COMMERCIAL GENERAL CLAIMS -MADE ABILITYEACH OCCUR X Q42 1050693 6/10/2018 6/10/2019 OCCURRENCE $ 1,000,000 pREMSE$(EaocruEDence) $ 100,000 I l MED EXP (Any one person) $ 10,000 PERSONAL 8ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE POLICY LIMIT APPLIES JPRO- ECT PER: LOC PRODUCTS. COMP/OPAGG $ 2,000,000 $ OTHER: A AUTOMOBILE LIABILITY AUTO ONLY ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY Q06 1040057 6/10/2018 6/10/2019 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY person) $ - A Y � 1 ANY OWNED AUTOS BODILY INJURY (Per accident) $ ' A. ``7 rS' PROPERTY DAMAGE (Per accident) $ XHIRED AUTOS $ A Y I� UMBRELLALIAB EXCESS LIAB X OCCUR CLAIMS -MADE Q30 1070188 6/10/2018 6/10/2019 EACH OCCURRENCE $ 6,000,000 AGGREGATE g 6,000,000 $ XDED RETENTION$ 10, 000 B WORKERS AND ANY OFFICER/MEMBER (Mandatory If yes, DESCRIPTION COMPENSATION EMPLOYERS' PROPR dosed nNH) e under OF LIABILITY EXCLUDED?ECUTNE OPERATIONS below V!N N/A WC 009-67-6287 11/14/2017 11/14/2018 PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 EL. DISEASE -EA EMPLOYEE $ 1,000,000 E.L. DISEASE- POLICY LIMIT $ 1,000,000 A C Comp / COLL DED Pollution Policy Q06 1040057 G28140496 003 06/10/2018 07/06/2018 06/10/2019 07/08/2019 $100 / $500 2,000,000 DESCRIPTION Blanket written in OF OPERATIONS / LOCATIONS! VEHICLES (ACORD 01, Additional Remarks Schedule, may be attached If more space Is require ) additional insured applies: Owner, engineer and other individuals, employees or entities are includ contract for ongoing and completed operations on a primary non-contributory basis on general liabil contract. CANCELLATION CITY OF WATERLOO, IA 715 MULBERRY ST WATERLOO, IA 50703 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 / e." /("S/Lee WILLIAM R. POPPE /�V/ ACORD 25(2015/03) ©1988.2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Produced using Forms Boss Plus software. www.FormsBoss.com; Impressive Publishing,LLC 800-208-1977 d ty ERIE INSURANCE COMMERCIAL GENERAL LIABILITY FIVESTAR CONTRACTORS ULTRAFLEX PACKAGE UL-RH (Ed. 7/16) UF -3886 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES, OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM A. Section II - Who Is An Insured is amended to include as an additional insured: 1. Any person or organization for whom you are perform- ing operations when you and such person or organiza- tion have agreed in writing in a contract or agreement that such person or organization be added as an addi- tional insured on your policy; and 2. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph 1. above. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omissions of those acting on your be- half; in the performance of your ongoing operations for the ad- ditional insured. However, the insurance afforded to such additional insured described above: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are re- quired by the contract or agreement to provide for such additional insured. A person's or organization's status as an additional insured under this endorsement ends when your operations for the person or organization described in Paragraph 1. above are completed. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: 1. 'Bodily injury", "property damage" or "personal and advertising injury arising out of the rendering of, or the failure to render, any professional architectural, en- gineering or surveying services, including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineer- ing activities. 1 This exclusion applies even if the claims against any in- sured allege negligence or other wrongdoing in the super- vision, hiring, employment, training or monitoring of oth- ers by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of, or the failure to render, any professional ar- chitectural, engineering or surveying services. 2. "Bodily injury" or "property damage" occurring after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same pro- ject. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement described in Paragraph A.1.; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is Less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Metro -Ag Unit Numbers Semi -Trucks Model # 2006 International (4/30/14) VIM/198047 2006 Western Star (9/8/14) VIN#W38260 2018 Kenworth T800 (2/19/18)VIN#179845 Trailers Model It 1974 Fruehauf Tank Trailer SN#0M5659306 1974 Pennco Tank Stainless Steel SN#954000 1972 Heil Tank SN#92354 1972 Heil Tank SN#923539 1973 Pennco Tank SN#2118702 1973 Pennco Tank SN#2118016 1972 Pennco Tank SN#2118012 1993 Trailmaster Tank - 3009 1993 Trailmaster Tank - 3010 1965 Butler Tank (DBL Conoco) SN#3968NAM 1982 Betterbilt Gooseneck (CPU Trailer) SN#110338 1992 Homemade Trlr (Godwin Pump TIr) SN#TD12043 2007 American Hauler (Job Site Trailer) SN#015743 2014 Trailerman 354 Gooseneck SN#000496 2013Sure(RedicK (713 Dragline Pump Trl) SN#078592 Frue - Dump Trailer SN#780404 2005 XL (T&C RGN) SN#005420 2017 Trailerman (723 Detroit Pump Trl)SN#001081 BEI Crawler Trailer (520 Boat Trailer)SN#B170063 2011 Houle Pump Caddy Trailer (w/Unit521) Tractors Model # 2004 TS115 New Holland - SN: 6080 2014 New Holland 9.450 - SN: 9687 2014 New Holland 9.450 - SN: 9809 2010 Case IH Quad Track SN:8661 2011 Magnum 215 SN:05847 (Purchased) 2011 Magnum 215 SN:05944 (Leased) 2015 Magnum 220 04:03130 (DOP3/18) Pick -Up Trucks Model # 2007 Dodge 3500 SN#708211 2015 GMC SN#119628 2015 Dodge Ram BLK SN#536737 2016 F350 SN#B12035 2016 F350 TLK SN#B94268 2009 F350 SN#A34256 2013 F350 (DOP4/18) SN#B13037 Tanks Model # 2000 Balzer 6350 Tank -Blue 2010 Houle 7300 Tank -Green Pumps Model # 1999 Houle Lagoon Pump # 2 42' Cummin Power Unit Aurora Pump -Split Casing 2003 Houle Lagoon Pump #3 42' N -Tech Pump on Unit 504 Gorman -Rupp Trash Pump Wacker 3" pump Godwin 3" pump 2013 Houle Lagoon Pump #3 42' Godwin 6" Pump Honda 4" Trash Pump Sykes Pump Power Prime DV200 - Rain4Rent 2017 Nuhn Agitation Boat 2011 Houle 8' Super Pump (Pit Pump)w/M215 Duetz High Pressure Water Pump (DAB) Wer -Stationary Inline Chopper 2018 - Chrone Flow Mtr. For Loading Trucks Dragline Model # Farmstar Hose Cart (New)/Hose 2007 Sullivan Air Compressor Air Compressor - Ingersoll Rand 2005 Wichita Frac Tank SN#WTM05866 MA Tool Bar -10 Shank DMI 855 Cummins & Cornell 6819MPC & ECS on M210 Hose Humper 11.10 Detroit & 6NHTB19 (Cornell off of 713) Pump - 4NHTB Cornell Pump (Boost) 2014 Farmstar Hose Reel Model 1408 2016 Metro -Ag Tool Bar - 14 Shank Dietrich Ingersoll-Rand Air Compressor-RB11 Metro -Ag Tool Bar Trailer 2013 825i JD Gator Detroit Smart Turner Pump on M213 (Main) Farmstar Hose Humper 2017 Kubota Side By Side Homemade Suction Pipe - for Main Pumps 2013 HC16 - HoseCart SN#HC16152 BID BOND Travelers Casualty and Surety Company of America Hartford, CT 06183 KNOWN ALL BY THESE PRESENTS, That we, Metro -Ag Waste Injection Systems, Inc , as Principal, and Travelers Casualty and Surety Company of America , as Surety, are held and firmly bound unto City. of Waterloo, Iowa Waste Management Services Department 3505 Easton Ave Waterloo, IA 50702 , as Obligee, in the sum of rive Percent Dollars ( 5% successors and assigns, jointly and severally, as provided herein. for the payment of which we bind ourselves, and our WHEREAS, Principal has submitted or is about to submit a bid to the Obligee on a contract for Digester #3 Cleaning Project City Contract No. 953 ("Project"). NOW, THEREFORE, the condition of this bond is that if Obligee accepts Principal's bid, and Principal enters into a contract with Obligee in conformance with the terms of the bid and provides such bond or bonds as may be specified in the bidding or contract documents, then this obligation shall be void; otherwise Principal and Surety will pay to Obligee the difference between the amount of Principal's bid and the amount for which Obligee shall in good faith contract with another person or entity to perform the work covered by Principal's bid, but in no event shall Surety's and Principal's liability exceed the penal sum of this bond. Signed this I6th day of August 2018 • Metro -Ag Waste Inj tion Systems, Inc (Principal) By: Seth Reedy Travelers Casualty and Surety Company of America , Attorney -in -Fact TRAVELERS A Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Seth Reedy, of Mattoon, Illinois, their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. rY�wq�ry, HARTFORD CONN.jR , qac - State of Connecticut City of Hartford ss. Ltri sio,_yilwrop-7,-Alap By: Robert L. Raney, Senior Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021 .UA R' C titarAtakat Marie C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 16th day of August cirah\ SG r ( HARTFORD, a \ COHN. i 0 a as 2018 COVArt I�+ Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above-named Attorney -in -Fact and the details of the bond to which the power is attached. STATE OF Illinois COUNTY OF Coles On this 16th day of August 2018 before me personally appeared Seth Reedy with whom I am personally acquainted, who, being by me duly sworn, said: that he is Attorney -in -Fact of Travelers Casualty and Surety Company of America, the corporation described in and which executed the foregoing instrument; that he knows the corporate seal of said Company; that said seal affixed to said instrument is such corporate seal; that it was affixed by authority of the Board of Directors thereof and of his office under the Standing Resolutions of said Company; and that he signed his name thereto as Attorney -in - Fact by like authority. ij41tL1 My commission expires: 02/27/2019 Daniel L Gabel , Notary Public — - - OFFICIAL SEAL DANIEL L GAEL NOTARY PUBLIC, STATE OF ILLINOIS My Commission Expires Feb 27, 2019