HomeMy Public PortalAbout004-2018 - Sanitation - Smith Implements - 2 John Deer UTVsPURCHASE AGREEMENT ORIGINAL
THIS AGREEMENT made and entered into this _tL day of January, 2018, by and between the
City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary
Commissioners (hereinafter referred to as the "City") and Smith Implements, Inc., 3421 W. State
Road 38, Richmond, Indiana 47374 (hereinafter referred to as the "Contractor").
SECTION I. STATEMENT AND SUBJECT OF WORK
City hereby agrees to purchase from Contractor two (2) new Diesel UTVs, with the specifics of
the equipment being more specifically described in Exhibit `B", which is attached hereto and
incorporated by reference herein.
A Request for Quotes has been made available for inspection by Contractor, is on file in the
office of the Department of Sanitation for the City of Richmond, Indiana, consisting of a total of
three (3) typewritten pages, which are attached hereto and incorporated herein by reference as
Exhibit "A".
The response of Contractor to said Request for Quotes is attached hereto and incorporated by
reference herein as Exhibit `B", consisting of eleven (11) typewritten pages.
Should any provisions, terms, or conditions contained in any of the documents attached hereto as
Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the
provisions, terms, or conditions of this Agreement, this Agreement shall be controlling.
This Agreement shall not take effect until the City is in receipt of any required bonds and
certificates of insurance, and until a purchase order has been issued by the Purchasing
Department.
SECTION II. STATUS OF CONTRACTOR
Contractor shall be deemed to be an independent contractor and is not an employee or agent of
the City of Richmond.
SECTION III. PURCHASE PRICE
City shall pay Contractor a sum not to exceed Thirty -Five Thousand Nine Dollars and Forty -Two
Cents ($35,009.42) for the above described two (2) new diesel UTVs. Said amount includes all
shipping, handling and delivery charges. The equipment is to be delivered to the Richmond
Sanitary District Wastewater Treatment Plan, 2380 Liberty Avenue, Richmond, Indiana. The
estimated delivery time for the above described equipment is thirty (30) days after the execution
of this Purchase Agreement.
Contract No. 4-2018
Page 1 of 3
SECTION IV. PROHIBITION AGAINST DISCRIMINATION
Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on
behalf of Contractor or any sub -contractor shall not discriminate against any employee or
applicant for employment to be employed in the performance of this Agreement, with respect to
hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly
related to employment, because of race, religion, color, sex, disability, national origin, or
ancestry.
SECTION V. MISCELLANEOUS
This Agreement is personal to the parties hereto and neither party may assign or delegate any of
its rights or obligations hereunder without the prior written consent of the other party. Any such
delegation or assignment, without the prior written consent of the other party, shall be null and
void. This Agreement shall be controlled by and interpreted according to Indiana law and shall
be binding upon the parties, their successors and assigns. This document constitutes the entire
Agreement between the parties, although it may be altered or amended in whole or in part at any
time by filing with the Agreement a written instrument setting forth such changes signed by both
parties. By executing this Agreement the parties agree that this document supersedes any
previous discussion, negotiation, or conversation relating to the subject matter contained herein.
This Agreement may be simultaneously executed in several counterparts, each of which shall be
an original and all of which shall constitute but one and the same instrument.
The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit
arising out of this Contract must be filed in said courts. The parties specifically agree that no
arbitration or mediation shall be required prior to the commencement of legal proceedings in said
Courts. By executing this Agreement, Contractor is estopped from bringing suit or any other
action in any alternative forum, venue, or in front of any other tribunal, court, or administrative
body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right
Contractor may have to bring such suit in front of other tribunals or in other venues.
Any person executing this Contract in a representative capacity hereby warrants that he/she has
been duly authorized by his or her principal to execute this Contract.
In the event of any breach of this Agreement by Contractor, and in addition to any remedies,
Contractor shall be liable for costs incurred by City in its efforts to enforce this Agreement,
including but not limited to, City's reasonable attorney's fees, to the proportionate extent that
Contractor is determined to be in breach of this Agreement.
In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement
arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption
or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any
of the provisions of this Agreement.
If any portion of this agreement is declared unenforceable by a comlor tribunal, all other portions
shall remain in full force and effect.
Page 2 of 3
IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of
the day and year first written above, although signatures may be affixed on different dates.
"CITY"
"CONTRACTOR"
THE CITY OF RICHMOND, INDIANA SMITH IMPLEMENTS, INC.
by and through its Board of
Sanitary Commissioners
/f
By: By: W
Sue Miller, President
Printed: �IVO% L cad
Title: Ud
Dated: ho u,y
Aman Bakshi, Vice President
reg Stfens, Member
/M
Dated: ( ! `JC9
APPROVED -
now, or
Dated: 01
(Z
Page 3 of 3
PRICE REOUEST
�o
CW0FMCMQM
THIS IS NOT AN ORDER
VENDOR
INSTRUCTIONS
This Is a request fora prlds for the services of materials,
described be low. Any additional -speofflaaffo ' na May be
attached her6to. This Is NOT sit order and'thO C lose the right to .accept all or part, or decline the enti:11miraL
Please complete your full nimb and phone number below
with signature;IteNzo Oil" pfloes -and, crafgas where
requested; and attach. any eipliknatlon.fk any substitution to
optiptilogtibind altered. Return in sl'sskled stivellopb, In okra of
Rlcihffkqn4 Sanitary 6jStrIqt;0oard of Commissioners to
the administration b0ding at the ,address above by the
specified date and time to be.consIdered.
PLYMPPTPE.INl3Y'
PAYMENTTERMS:
I)EILIVERY.R9QUIRED:
October 16,2017
1'Q'00 A.M. on Odtober-�4,2017
UPON RECEIPT OF INVOICE
DELIVERED
DESCRIPTION
•Thls Is a request for quotes fbi purchasing two(2) 1017 012Lel UTVs. Sppelfications are enclosed.
y requirements and indlana Local Preference Claims will apply to this . quote.
AtIl E-Verif -
Return the quote In a sealed envelope .addressed to. Richmond Sanitary District
Denise. Johnson, Customer Svc Mrg
2396 Llborty Avenue
Richmond, IN 47314
11o: Diesel.0TV's
Please include Oil warranty InWiNaUdh With quote.. Arty questions, please call Jeff LOhMpelldt at 765-9037464.
Quote Valid UnKI Cost Per Diesel UIV
Total,puoted Cost
NAME OF FIRM QUOTING:
STATE TAX EXEMPTION #00312190M01
13Yi
AUTHdfdWM 13Y GIGNATURE
Richmond Sat ary District BATE PHO1gEWqM5r!;R
I
Specifications Por W two i017 Wiese] ITV
fi . H is looking to purchase a UTV for jf&-quart ft to completeIcU
The klchMond Sanitary prid, ersworkthAtis-dff .1
with a truck,
Specs
Cylinder 854ce Diesel engine Yes NO
38.3 ft. lbs. of Torque Yeg No
EVUrphsmis9lon with.1-ligh, Low, Reverse Yes No
4 Wheel Drive
Independent Suspension With &V of travel
2611 -All Terrain Tires
Electric Power Steering
Dual Disc Brakes(Front and Rear)
10.2" Ground Clearance
7 Gallon Fuel Capacity
iOdo lb. cargo Bed Capacity
Yes
Yes
Yes
Yes
Yes
Yes
Cargo 9.ed Power lift
Yes
Sqhting Occuponcy MlnlmuM of 2-
Yes
1400 lbi ToWing Capacity
Yes
Odometer, -Hour rnefqt
'SpOdometer, Fuel Gauge,Yes
Tilt Steering Wheel
Yes
3 Yearfattory Warranty
Ye§
DraW-Par
Yes
Side Mirrors
-Yes
Roof(poly)
Yes
Full Door
Yes
Glass Windshield (with Wipers)
Yes
No
No
No
No
No
No
No
No
No
fVo
No,
NO
No
No
No
No
Proposal Sheet
Dealership Submitting Quote:
Price Firm for How long
Estimated Delivery
(2) New 20V Diesel UN $ each $ Both
Government Discounts $
Price After Disco unt $
Total Price for (2) NdW 2017 Diesel UTV ¢
Prices to Include all shipping, handling, delivery, pickup. and setup charges. Vehicle to be delivered to the
Richmond Sanitary D'isttict WWTP, 2390 Liberty -Ave., Richmond, IN 47374
All questions shall be directed to Pat Smoker; PlantSuperintendent76SA960-0765 or Jeff Lohmoeller, Plant
o Manager, 765=993-2670.
Authorized Signature Date
Contact Person
Phone
PRICE REQUEST
WOVIACUMOND
DEPOT�MUA N
0aWW=.=M4
A47374
THIS IS NOT AN ORDER
-777-:77777777-'
VENDOR
INSTRUCTIONS
This Is arequest fora price for the services of materials
Sm6lmpleifteiita
deandbed below. Arty additional specifications may be
attached hereto. This Is KPT an order and thii City reserves
3421 West SX.38
the ht to accept all or pad, or daogne the enure prop6sat.
Plaides cothplete your full name grid phone number below
Richmond 47574
IN
witti .4griqIqre,. .. Itombba gh p#qga apd obqrges where
requested; and attach any explanation for any-substitutlon to
sp6bIWbhs altered. Retuth In a sealed drIVW0A In cars of
Rlcfirfigh'0 idnitdl DI9trI6fBoard '6f Commissioners to
'address
the adminis6fi6ni Wid1hg at the above by the
ppedRed data and, Umg to be constdqrea.
DATE,
REPLY MUST -BE IN P.Y:
PAYMF44T TERMS:
DELIVERY REQUIRED:
I
PctobsH6,2017
W00 AA on OcWhdf 24,2917
I
UPON RECEIPT OF . INVOICE
DELIVERED
DESCRIPTION
,This Is a request for quotes for purchasIqg-kwdf2) 2o17 Diesel UT%P-.s. Specifications are enclosed,
M E-Verify requirements and Indiana Local 0 n a Claims will apply to Oils quote.
- Prefere.
Return the quote In a sealed envelope addressed to'. Richinoffd Sanitary District
Denise Johnson, Customer Svc ft
M01 Liberty Avenue
Richmond, IN 47974
Re: Diesel-d*6
Please incil' d all r -ty information 't Aquestions,please call Jeff I-ohmoeller at 705-983-7464.
q e.. ware n 9YQq- ny-
.�
QUote Valid Unitl 'I, -16AW-Alvv f 'Cost Pet Uesdl UTV $, 1 L7,5 0.4 - Z/
Total Quoted Cost $-221F
STATE TAX EXIEMPTON1 603121900-001
Richmohd piste $Nhitary IN (lot
NAME-oz FlIRM'Oug-T-1
16
A0THoHj&o BysIONATURE
J)hli,
TITLE
PAIP Numpg!l.
Snecifications For (2) Two 2017 Ulesel UTV
The Richmond Sanitary_ Landfill Is looking to purchase a UTV for tight -quarters work that Is difficult to complete
with a truck:
specs
3 Cylinder.854cc Dlesel engine Yes J No
38.S ft. lbs. of Torque Yes No.
CVTTransolisslon With high, Low, Reverse Yes No
4 Wheel Drive Yes N No
independentSuspension with.8.5.' of travel
26" All Terrain Tires
Electric PoiWgrSteering
Dual Dlsc Brakes(Front-and Rear)
10.2' Ground Clearance
7 Gallon Fuel Capacity
Yes
Yes
Yes
Yes
J
Yes
Yes
d
1000 lb. Cargo Bed Capacity
Yes
Cargo Bed Power Lift
Yes
Seating Occupancy Minimum of.2
Yes
t%
150t) lb. Towing Capacity
Yes
Y
Speedometer, Fuel Gauge, Odometer, Hour meter
Yes
M'
Tilt.Steering Wheel
Yes
3 Year Factory Warranty
Draw Bar t
Side M..irrors
Roofer )VIAL
Full Door
Glass Windshield (with wipers)
.Yes /
Yes Y
Yes 1/
Yes
Yes 1i
Yes
No
No
No
No
No
No
No
No
No
No
No V
No
No
No
No
No
Proposal Sheet
Dealership Submitfing,ttuote,
&01000
Price Firm for How Long
U
Estimated Delivery
4 () kvo
(2-) New 2617 Diesel UTV
50
10 each$ 4012,4,Both
1
Government Discounts
Price After Discount
-04Jf
Tqtal Price for (2) New 2017 Diesel UTV
Pelces,tolticlude all shipping, handling, delivery, pickup and setup charges. Vehicle to -be delivered to the
Richmond Sanitary pistrict WWTP,,2.380 L.iberty Ave, Rlchih6rtd, 1N 47374
All questlt)ns sh4ll be directed to Pat SmOker, Plant Superintendent 765z960-0765 or Jeff Lohmoellerj Plant
Manager, 765-993-2670.
orlized Signature
/7 .,rg&�r - —
contact Person
711r, f/4/. S-109
/Pfib- 0. e
.
Quote Id: 16268638
ALL PURCHASE ORDERS MUST BE MADE OUT
TO.(VENpOR):
Deere & Company
2000 John Deere: Run
Cary, NC 27513
FED ID: 38-2362580; DUNSM 607690989
Delivering Dealer:
Andrew Coomes
Smith Implements, Inc.
3421 West State Road 38
Richmond, IN 47374
'' IPJiPLNTS
ALL PURCHASE ORDERS MUST BE SENT
TO DELIVERING DEALER:
Smith Implements; Inc.
3421 West State Road 38
R1ch'fAond,*1N 47:374
888-272 2521
glennapittman@smlthlMplements.com
Prepared For:
Richmond Sanitation Dept.
glennapittman@smithimplernents.corri
Proposal For:
Quote Prepared By:
Andrew Coomes
andycoomes@smithimplements.com
Date: 19 October2017 Offer Explres; 30 November 2017
j
JOHN DEERS
ALL PURCHASE ORDERS MUST BE MADE -OUT
ALL. PURCHASE ORDERS MUST BE SENT
TO.tNEND179):
TO DELIVERING.DEALER:
Deere & Company
Smith Irdoldrierits, Inc.
2000 John Deere Run
34ZI .W.ect State Road 38
Cary, NO 27613
Richmon..d, IN 47:374
FED ID 36-2382680; DUN6#: 60 7690989
088 272 2521
glennapittma7i@smithimplements.com
Quote. Summary
Prepared For:.
Delivering Dealer:
Richmond SarlitatIor Dept
Smith irnploMents, Inc.
Andrew Coomes
60 N 6th St
RichMonci, IN 47374
3421 West State Road 38
Business: 766-983 7450
Richmond,1N.47374
Phone: 888-2122621
_
andycoomes@smithimplemenis.com
'Quote 1D: 16268538
-Created On: 19 October 2017
Last Modified On: 19 October 2017
Expiration Date: 30 November 2017
Equipment Summary Suggested list Selling Price Qty
Extended
JOHN DEE.RE XUV$55M (MY10) $ 20,838,94 $17,60411 _X 1 =
$17,604.71-
Contract: IN Landscaping NJPAPiggyback 16370-(PG 3P)
. Price Effective Date: October 19, 2017
JOHNDEEREXUV856M (MY18) $20,838.04 $1Z,604,71 X 1 =
$17,604.71
Contract: IN Landscaping NJPA Piggyback 16370 (PG 3P)
Price Effecilve Date: October 19, 2017
Equipment Total
$ 36,009.42
Salesperson : X
Quote Summary
Equipment Total $ 360009.42
Trade In
SubTotal
$ 44,009.42
Est. Service
$ 0.00
Agreetneitt.Tax _
Total
$ 05,009.4.2
Balance Dire
$ 35,pQ9.42
-It
to Accepted By ; X
•- IMPL@PdENTSelflng Equipment
Quote, Id: 10258530 Customer Name: RICHMOND SANITATION DEPT
ALL PURCHASE ORDERS MUST BE MADE OUT
ALL PURCHASE ORDERS MUST BE SENT
TO (VENDOR):
TQ DELIVERING DEALER:
Deere & Company
Smith Implements, Inc.
2000 John Deere Run
8421 West State Road 38
Cary, C 2 N7613
Richmond, IN 47374
FED. ID: 36-2382580; DUNSP 60-7600989
888 272.-2521
glennapittman@smithimpiements.cam
JOHN -MERE XUV855M (MY18)
►ntract: [N )_.andscaping NJPA Piggyback 18370 (PG 3P) Suggested List
ica Effective Date; October 19, 2017 $ 20,838.94
Selling Price
$17,504.71
* Price per item includes Fees and Non-contradt items
Code Description Qty List Price Discount% Discount Contract Extended
Amount Price Contract
Price
5700M
XW8551VI (MY18)
1
$14,489.00
16.00
.$ 2,319.84 1$12,179:16 $12,179.16
Standard Op_ tions - Par Unit
_
001A
US/Canada
1
$. 0.00
16.00
$ 0.00
$ 0.00
$ 0.00
0505
Build To Order
1
$ 0.00
16.00
$ 0.00
$ 0.00
$ 0.00
1029
Yellow Steal Wheels TOKS
1
$ 41.00
16.00
$ 6.56
$ 34.44
$ 34.44
Hawk All Terrain Tire's
2006
Bench $eat - Yellow
1
$ 0.00.
16.00
$ 0.00
$ 0.00
$ 0.00
2500
Green and Yellow
1
$ 0.00.
16.00
.$ 0.00
$ 0:00
-$ 0.00
3000
Deluxe CargQ Box with
1
$ 6.00
18.00
$ 0.00
$ 0:00
$ 0.00
Paint; Brake, Tail and
Reverse lights
3101
Cargo Box Power Lift
1
$ 849.00
Woo
$135.64
$ 713.16
$ 713.16
4004
Deluxe Gab Frame/Including
1
$ 2,4.70.00
16.00
$ 395.20
$ 2,074.80
:$ 2;074.80
Roof, Windshield, Wiper,
Electrical Kit and Rear.
Window and Nets
4049
Less Black Roof
1
$ 0.00
16,00
$ 0.00
$ 0.00
$ 0.00
4099
Less Power arid Protection
1
$ 0.00
16.00
$ am
$ 0.00
$ 0.00
4199
Paoicage
Less Rear Package
1
$ 0.0.0
10.00
$ 0.00
$ 0:00
$ 0:00
4249
Less Front Brush -Guard
1
$ 0.00
16.00
$0.00
$ 0.00
$ 0:00
Standard Opfiotis Total
$ 3,36.0.00
$ 637.00
$ 2,822.40
$ 2,822.40
Dealer AttachmentslNon-Contract/OPen Market
BM25445 Deluxe Close -Off Panel for
1
$ .311.37
16.00
$ 49.82
$ 261.65
$ 261.55
Poly or Gloss DoizrS
BM24560 Glass Door Kit-- Deluxe Cab
1
$ 2,480.81
16.00
$ 398.21
$ 2,090.60
.$ 2,090:60
BM22290 Drawbar- $1 mm (2-in.)
1
$ 41.73
16.00
$ 6.68
$ 3545
$ 35.05
BM23609 Side Mirrors - Deluxe Oab
1
$138.03
16.00
$ 22.68
$ 115.95
$115.95
Dealer Attachments Total
$ 2,97.9.04
$ 476.79
.$ 2,503.15
$ 2,$63.15
n
JOHN MERE
Selling Equipment
Quote Id: 16258638 Customer Name: RICHMOND,SANITATION DEPT
IMPLTH
EMENTS
ALL. PURCHASE ORDERS MUST BE MADE OUT
ALL. PURCHASE ORPM. 8 MUST Eiji SENT
TO (VENDOR):
To bELIVERING DEAIIR:
Deere & C6mpany
2000 John .Deere Run
Smlth implements, Inc.
3421 West State Road 38
Cary; NC 27513
Richmond; IN 47374
FED ID: --36-2382580; DUNSM 60-7690989
888 272-2621.
glennapitttman_@smithimptements.com
Value Added Services $ 0.00 $ 0.06 $ 0.00
Total
suagested Price $17;504.71.
JOHN DFEERE.MV855M (MY18)
act: IN Landscaping NJPA Piggyback 18370-(PG 3P) suggested List*
Mao Date: Qctol r 19, 2017 $ 20,838.94
Selling Price "
$17;504.71
Price per item - includes Fees and Non -contract items
e 'Description Qty. List Price Discount°/a Discount Contract Extended
Amount Price Contract
Price
57DOM
XUV655M (MY18)
1
$ .14,499,00
16.00
$ 2,319.84 4)'12.119-16 :$12,179.16
_
Standard Options - Per -Unit -
001A
US/Canada
1
$ 0.00
16.00
$ 0.00
$ 0.00
$ 0.00
0505
BUIId To Order
1
$ 0.00
16A
$.0.00
$ 0:00
$ 0.00
1029.
Yellow Steel Wheels. Terra
1
$ 41.00
16.00
$ 8.5$
$ 34A4
:$:34.44
20QB
Hawk All Terrain Tires
Bench Beat L Yellow
1
$ 0.06
16.00
$ 0.00
$ 0.00
$. 0.00
2500
Green and Yellow
1
$ 0.00
16.00
$ 0,00
$ 0.00
$ 0.00
3000
Deluxe Cargo BoX with
1
$ 0.0.0
10.00
$ 0100
$ 0.00
$ 0.00
Paint, Brake, Tail sand
ReVerse lights
3101
Cargo Box Power Lift
1
$ 849.00
4004
Oeluxe Gab Frame/Including
1
$ 2,470.00
Roof, Windshield, WOW,
Electrical Kit and Rear
Window And • nets
4040
Less P!.aek•Roof
1
$ 0.00
4099
Less Power and Protection
1
$ 0.00
Paokoge
4199
Less Rear Package
1
$ 0.00
4240
Less: Front.Brush•Guard
1
$ 0.00
Standard Options Total
$.M60.00
16.00 $.135:84 $ 713.16 $ 713,10
16.00 $ $95.20 $ 2,074.80 $ 4074,80
16.0.0
$ 0.00
16.00
$ 040
'16.00
$ 0100
16.00
$ 0.00
$.537.60
a.ti0
$ 0.00
$_ b.00
$ 0.00
0.00
$ O.bO
$.0,00
$ 0.00
p2.40
$ 2;$22A()
�.kln,L t3.L�
JOHN DEERIF IMPLEMENTS
Sell ing,Equ i pment
Quote Id: 16268538 Custojmdr Namo: RICHMOND SANITATION DEPT
ALL PURCHASE ORDERS MUST BE MADE OUT
ALL PURCHASE ORDERS MUST BE SENT
To (VENDOR):
TO DEUVER(N.r. DEALER: -
Deere & Company
Smith lrhplements, Inc.
3421 West Stale Road 88
2000 John Deer& Run
Cary, NG 27513
'ki6mond, IN 47374
FED lb: 36-2382680; D.UN,S#-.t 607690989
888!-272-;2521 ,
glennapittm6n@srnithlmpleme-nts.com
- B - M25445- Deluxe Close -.Off Panel for 1 $311.37
Poly or Q)ass Doors
dM24660 Glass Door Kit - Deluxe Cab .1
$ 2,488.81
W22290 Drawbar 51 mrp (2 in.) 1
$41.7-3
BM23508 Sfde.Mltrors-- Deluxe Cab 1
$138.03
Dealer Attachments Total
$2,979.94
Vaiu'e Added services
0.00
total
16. , 00 $49.82 $261.56 $261.55
16.00 $398..21
$2,090.60-
$2,090-60
16.00 $'6.68
$ 35405
$ 36.05-
'16.00 $22-.08
'$115.96.
$416.95
$476.76
$.1j603.16
$2,603.16
$0.00 $0.00
$-i7,604JI
ROST DIOD MUMMAL
Local Indisma.Dmkois Fr&mice
Pursout-to the City of RidWond Bidding tad Contract Requirements, this application p ti� x
p nfo *e1ocal.
Indiana businnpg,pursqant to hdiana code section s-22-15-2o.9, is hereby submitted for the project
Rated below by Bidder/Applicant (hereinafter Bidder). (Tise add(tioiW sheets if necessary,)
Date Bld.gubmittad: Or ,pWNt ADIJ ProjeotNumber:
PToleptName: IN7 IU8-SaL U wt
Bidder.
P(Mtq4W?,Ao_'. Amy Ommir,-Z Phone Number: AS-1 9/_L/ - S34
Principal iorl�
P1406 of Business: Gree)I�;WIL WQIM
Number of Montbs Aftess has been hinoipal Place of Business: A Veaves
Number of all Employees for thetwelve, (12) months prior to the da6 of K4 submission:
Number of Rkployeev Who were residents of Affected Counties for 1hetwelve (12) months prior to
the date of Bide submIssion-
1. lfthe-Biddw claims it is a.local,.1affiana. business because the Blddex'g principal place of business
is in Wayne County or an adjacent counfh- give aatat=ent explaioing the reasons the business
considers tote location named
as the business's
principal place of business:
2. In order to claim, local preference pursuant to Iiidiana Code section 522-1520.9, ft Bidder
must supply belowits total payroll and the amount of the bus11
moss s payroll paid ftesidents of
Affected Counties for te previous twelve (12) months from the date of the Did.
a. Total Amount of payroll paid' to all employees Oh'Biddex in the previous twelve (12)
monffis -A-cm the dgio of the BA.-
b. ToWAmouutofpayxoll_paidtoxeside-utsofaffertod.counti
ps for the,,vevious twelve
(12) monifisfiom the date of the Bid:
Bidder shall supply suppoffingpaytolt xecards sufficient for Owner to eStablishthe above
xepesentationi:
bt4
INDIANA 140CAL PAUL, AMM, CLAM
(Only fill out this Part .ff claiming to be aLocal 1ludioaBusiness)
Pursuant to Indiana. Code 5-22-15-20.9,("
I (Name of Business)
qaimp aJocal Thdiana business Nefermee hr the W for PxoJW
—1 tf i ; L UTV'� in Wayne County, Indiana.
6 am of Pr6ject)
0
The Claim of -applicability of the LpealIndiana Business preftence-isbased. up.onthebllov4ng
(Check all that apply)
)< 1. The location of the Business's *incipalplaae of business is:
,A.) in Wayne County, or
B) in an adjacent county
-11 2; The m4oAty of the businaBB's.-payroll, for the previous twelve (12) :on onth.s from the
date of this RA is to xesidlents in Wayne:oran adjacent county.
0 3. The majority of he business's employce's, for. the previous twelve (12) months fiom
the dato of ifils; Bid, at residents of Wayne of an adjacent coilhbr.
If business is deemed to b e the apparontlow bidder, business Bhall.provl4e infoi:mation pursuant to
PosOid submittal (Localhd1waBuAAess Preference), to substantiate the claim da local Indiana
business. I
Affidavit of Rmployinett Eligibility Venfication.
The Contractor, & IE44 �9� IX afflaids under -&o penatW of peiftu that.
Centro ctox floes i%t knowingly OMP16Y 04 -QnaAjhqjdzed alien. If Contractor is self employed
and does not @Mploy any employees, Contractor vexes he or she is -a United States citizen or.
.qualified alien.
The Contacmr has not Imbwiwjy employed or contracted -%ft an unauthorized ahMAn4
riot rotwn AA employee or contract with. 9, posw that tho Qattmotor subsequently leams is, an
mauthwiwd alien. Pursuant to Indiana Code 22-5-1.7, Contractor has enrolled verified
In 4 ve ed
theworkp4gibRystafaspf One*y-hired employees ofthp qaptractortbrorqghtheludia=B-
Vmif3rprogram,
The C.Ontrabtor has requited Contractor's subcontrotors to certify
to the - Confradtor that the
subcontractor does not knowingly employ or contract with an una�uihorized alien and that the
subcontractor has enrolled and is pmikipating -k tho E-Verify program The Contractor WM
znaintaim Ibis ceAtificafton tkoughout the duration ofIhe term of a contract with a siftcrattactox
I hexeby verify under the penalty of Pqjwy that ihe foregoing statement is true.
Dated tbi.s day of P2017-