Loading...
HomeMy Public PortalAbout101-2019 - Chronin Toyota - Ford ExdporerORIGINAL t7 PURCHASE AGREEMENT THIS AGREEMENT made and entered into this '73 day of %40201 % by and between the City of Richmond; Indiana, a municipal corporation acting y and through its Board of Sanitary Commissioners, 50 North 51 Street, Richmond, Indiana 47374 (hereinafter referred to as the "-City") and Cronin Toyota, Inc.S601 National Road East, Richmond, Indiana .47374 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby agrees to purchase from Contractor one (1) new vehicle, delivered to 2380 Liberty - Ave., Richmond, Indiana, with said vehicle being a 2019 or newer Ford Explorer XLT 4 door sports utility vehicle, with said vehicle being more specifically described in Exhibit "B" attached hereto and incorporated by reference herein. City sent Request for Quotes containing certain specifications to Contractor on March 20, 2019. A copy of said Request for Quote -is attached hereto and incorporated herein by reference as Exhibit "A" The response of Contractor to said Request for Quotes, dated April 22, 2019, is attached hereto and incorporated by reference herein as Exhibit "B". 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 insurances and until a purchase order has been issued by the Purchasing Department. r 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 -Eight Thousand Six 'Hundred Fifty -One:. Dollars and Seventy -Three Cents ($3 8,651.73) for a 2019 Ford Explorer xLT 4 door sports utility vehicle. The monies to be paid to Contractor are based upon the bid sheet -submitted' by Contractor, which is set -forth in Exhibit "B", and attached with this Agreement and made a part hereof. The estimated delivery time for the above described equipment is within sixty (60) days after the execution of this Purchase Agreement. Contract No.101"2019 Page 1 of 3 i SECTION Iv. PROHIBITION AGAINST DISCREVM4ATION 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 Y. 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 a -ad 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 estoppel 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. 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 coml.or tribunal, all other portions shall remain in full force and effect. Any person executing this Purchase Agreement in a representative capacity hereby warrants that he or she has authorization, in writing, by his or her principal to execute this Contract on behalf of the Contractor and that such authorization has not been revoked or rescinded. Page 2 of 3 IN WITNESS WMRECF, 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. a ' "CITY" THE CITu" OF RICHMONID, INDIANA by and through its Board of Sanitary Commissioners By: Sue Miller, President Aman Bakshi, Vice President Stems, Member Dated: APPROVED-- �I now, �yor _ 02 Dated: 7 " 1 Page 3 of 3 "CONTRACTOR" CRON]N TOYOTA, INC. By: Printed: kA— Title: �--- Dated: 4V ; 4 '.wr"31RICE REQU ST O � ' �4 � v U1 Y OF MCIMOND DEPARAffilr of SAIUAMN 2380 LIBERTY AVENCJWICH%403%D, MIANA 47374 THIS, IS NOT AN ORDER MOI+M (765) 983-7450eM (765) 962 2669 r-L-aarr.s w jL.r.-r. r- :� - _ - _ _V -.Y` _33 ".'r i .+ ^L. ' :=. "ti' �i. K:1 x__ ,- �+ _��_ - : —"%*+ ..41 -�' •i r. aet.:��nas�saaa+.�r� —`- - +ems • VENDOR 11 LJ 1 i L L C 1 IONS This- is a request for. a -price for the services of materials described below.. Any additional specifications may be attached hereto. This is NOT an order and the City reserves the right to accept all- or part, or decline the entire proposal. Please complete. your- full''name and phone number below with signature;- itemize all"' prices and charges where requested, and attach any explanation. for any substitution to specifications altered_ Return in a sealed envelope, in care of Richmond Sanitary. District Board. of Commissioners to the' administration building at the address above by the specified. date.. and time to be considered. DATE: REPLY MUST BE IN BY: PAYMENT TERMS-. DELIVERY REQUIRED: March 20, 2019 10:00 A.M. on April 23, 2019 UPON RECEIPT OFINVOICE DEWVERED DESCRIPTION.' This is a request for quotes' to purchase One (1) 2019 or newer, 4-door-sport utility vehicle.- Please -see attached specifications. Please include all warranty information with quote-. E: Verify requirements: and Indiana Local Preference Claims will apply to this quote, information enclosed. Return this sheet and the proposal sheet in a sealed envelope addressed to:. Richmond Sanitary- District Denise Johnson, Customer- Service Mgr 2380. Liberty Avenue-. Richmond, IN- 47374 Res 5UV Quote Valid Until Questions? Call Jeff Lohmoeller 765.983-•7464. NAME OF FIRM QUOTING: BY: STATE TAX EXEMPTION # 003121909-001 Richmond Sanitary District AUTHORIZED BY SIGNATURE • TITLE PHONE NUMBER � s � r b • 1 � p MINIMUM SPECIFICATIONS FOR MID -SIZE SPORT UTILfTYVEHICLE TEE RICHMOND SANITARY DISTRICT wishes to obtain. ONE (1) 2019 or newer, Mid -Size, 4-door Sport Utility Vehicle. The following are specifications for the vehrcle. Please confirm on each line below whether your vehicle will meet these specifications. FOUR WHEEL DRIVE (ORALI.WHEELDRIVE) YES NO V-6ENGINE YES NO AUTOMATICTRANLSMISSION/OVERDRIVE YES NO • 1 ANTI -LOCK BRAKES YES NO_____ POWER STEERING YES N POWER LOCKSAIMNDOM YES NO CRUISE CONTROL YES NO HEATER AND AIR CONDITIONING YES N O KEYLESS ENTRY YES N BACKUP SENSORS WTH CAMERA YES NO 2"d ROW BENCH AND FOLD AWAY 3RD ROW SEATING YES . NO KEYLESS ENTRY W/REMOTE START .YES . NO AM/FM RADIO W/ CD, BLUEfOOTH AND AUXILIARY INPUT YES NO HEATED MIRRORS YES NO CARPET FLOORING Y NO VINYL OR LEATHER SEATS YES NO TILT WH EEL - YES NO 4-DOOR PLUS HATCH BACK YES NO AIL TERRAIN TIRES YES, NO EXTERIOR COLOR: WHITE Y NO INTERIOR COLOR: BLACK OR CHARWAL YES NO 2-1 NCH CUSTOM FIT REECE STYLE HfrCH RECEIIVER YES NO WARRANTY INFORMATION INCLUDED' Y - NO OWNER'S MANUALINCLUDED YES NO mr9 i ■ 1 ■ ALL OTHERSTANDARD OPTIONS INCLUDED YES NO (PROVIDE USTWITH QUOTE) STROBE LED LIGHTS (INTO REAR BACKUP llGHTS AND YES NO HIDEAWAY IN FRONTGRILLWITH SINGLE INTERIORS\MTCH) HEAVY DUTY RUBBERALLI 6kMER FLOOR MATS YE NO (FRONTAND BACK} WEATHERTEC H OR EQUAL Proposal Sheet Mid --Size Sport U i 'ty Vehicle Richmond Sanitary District Year/Make/Model: Dealership Submitting Quote: Price Firm for How Long: Estimated Delivery Time: Total Price of New Vehicle: � Prices to Include all shipping, handling, delivery, pick-up and set --up charges. Vehicle shall be delivered to the -Richmond Sanitary District WWTP at 23 80 Liberty Ave. Richmond, IN 47374. All questions shall be directed to Jeff Lohmoeller at 765-983--7464. Authorized Signature Date Contact Person (Printed) Phone. Number Dealership Indiana Local Preference Claim: Defmitions: Affected Noun —Wayne County or an adjacent county. Local Indiana Business --.a. business whose pi cipal place of business is in an .affected County; a busincM thatpa.ys a majority of its p4yro-, (in dollar volume) to residents of .affected Counties; or a business that employeesresidents of ,affected Counties as a majority ority of its employees. Local Preference Documentation If the Bidder is claiming local preference as defined by Indiana Code 5-22--15--20.9, it shall include such clam with its Bid. Iu addition the Bidder shall submit, as a Post --Bid submittal, all documentation required by the Local Indiana Preference form. If the Bidder is a Joint Venture and is claiming local preference pursuant tcf-Indiana Code 5--22--15--20.9, the Bidder shall submit all post 'bid documentation as required by the Post -Bid submittEds. In determining whether the Joint venture qualifies as a Local Indiana Business, as defined by Indiana Code S 22-15--20.9, tho Owner will evaluate, the Jost Venture by combining each business's total payroll, payroll paid to residents of Affected Counties, 'total number of employees, and total, number of employees who are residents of .affected Counties. Further, each part of the Joint Venture, shah submit the location of it's principal place of business will be a consideration in whether the Joint Venture - qualifies as a local Indiana business. The Owner wiH determine whether the, Joint venture qualifies as a Local 7n dian a business. % The total overall Joint Venture must qualify as a Local Indiana Business to receive the local preference as deffied. in Indiana Code 5--22--I5--20.9. Subject to Indiana Code 5--22-15--20.9, award of the Contract will be made to the lowest, responsive and responsible Bidder, where the Bid is reasonable and does not exceed the funds available for t'he project. The Owner reserves the right to reject all Bids and may -waive or allow a Bidder to correct errors, omissions or other irregularities in Bid Documents that are found not to have afforded the Bidder a substantial competitive advantage over other Bidders. �f/iLA JlJe� A MIATA LOCAL PREFERENCE CLAD (only fu out this Fart H elaiaaa ug to be a Local Indiana Business) Pursuant to. ana. Code 5 -22-15--20.9, (Name of Business) - Claims a local Indiana business preference for the bid for Project . in Wayne County, Indiana. (Name of Project) The Clam of applicability of the Local Indiana Business preference is based upon the follo-vving (Check all that apply) . ❑ 1. The location of the Business's principal place of business is: A) in Wayne County, or B) in an adjacent county ❑ 2. The majority of the business's payroll, for the previous twelve (12) months from the date of this Bid, is to residents in Wayne or an adjacent county. ❑ 3. Thd majoXity of the business's employee's, for the previous twelve (12) from the date of this Bid, are residents of Wayne or an adjacent county. - . If business is deemed to be the apparent low bidder, business shall provide information pursuant to Post --Bid submittal (Local Indiana Business Preference), to substantiate the claim of a local Indiana business. Poles 1 BIDS iJ.0AUT 1AL Local Indiana Business Preference Pursuant to the City of Richmond Bidding and Contract Requirements, this application for the local Indiana business, pursuant to Indiana Code section 5--22--15 -20.9, is hereby submitted for the Project listed below by Bidder/Applicant (hereinafter Bidder). (Use additional sheets if necessary.) Date Bid Submitted: Proj ect Number: Project Name: Bidder: Contact Name: Phone Number: Principal Place of Business: Number of Months Address has been Principal Place of Business: Number of all Employees for the twelve (12) months prior to the date of Bid submission: Number of Employees who were residents of ,erected Counties for the twelve (12) months prior.- to the date of Bide submission: 1. If the Bidder claims it is a local Indiana business because the Bidder's prmcipal place of business is in. Wayne County or an adjacent county, give a statement expla ffim' g the reasons the business considers the location named as the business's principal. place of business! - 2. In order to claim local preference pursuant to Indiana Code section. 5-22--I5--20.9, the Bidder must supply below its total pay -roll and the amount of the business's payroll paid t residents of -erected Counties for the previous, twelve (12) months from the date of the Bid. ti a. Total Amount of payroll paid to all employees of Bidder in the previous twelve (12) months from the date of the Bid: $ b. Total Amount of payxoll paid to residents of affected counties for the previous twelve (12) m oaths from the date of the Bid: Bidder shall supply supp ox-C g p ayrall re orris sufficient for Owner to establish the ab ove repiesentatians. When supplying supporfing records, Bidder skull redact aH Social Security Numbers C,9 E -V@rify Requirements: Defnitions: ' E- Ter'ftPro am — A. electronic verification of work authorization program of the Megal Immmigration. Reform. and %mmigration Responsibility Act -of 1996 (P-L 104--208), Division. C, Title IV,s.403 (a), as amended, operated by the United States Department of Homeland. Security or successor work authorization program designated by the United States Depart of Homeland Security or other federal agency authorized to verify the work authorization status of newly hued employees under the immigration Reform and control Act of 19•86 (P.L. 99--603). : • s No performance of services shall commence unf the following has been met: 1. The City is in receipt of any required cerditcates of insurance; 2. The City is in receipt of any required of ddavit signed by Contractor in accordance with Indiana Code 22-5-•1.7-11 (a) (2); and. 3. A purcnase order has been issued by the Purchasing Department. - I�l3TIITdLil 7�Li�7[ 1�ll di3�lidi�©:3®[It�T3I11�T8�lI3Il?�i�I3�LImnL7�iiaIDii&[I3]3[i3CIi�ALIQ�I�AI 13C3tdI=A]�L1�kii3L9IIIYIs]�1 ]3TlrlFi;Iiamt7uMma"11113 COAIPLLANCE INDLANA E--VERIFY -PRO GRAM REQUIREMENTS Pursuant to Indiana Code 22.5.1,7, Contractor is required to enroll in and -verify the work °ty status of all newly hired employees of the contractor through the Indiana E-Verify program:" Contractor is not required to verify the work eligibility status of au nearly hired employees of the contractor through. the Indiana. E--Verify program. if the Indiana E-Verify program no longer exists. Prior to the',, perfomaance of the Agreement, Contractor shall provide to the City its signed Affidavit , + g that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22--5--1 .7 (a) ) • la the event Contractor violates IC 22-5--1.7 the Contractor shall be required to remedy the violation no later than thirty (3 0) days after the City notif es, tho Contractor of the violation.. If the Contractor fads to remedy the violation within the thirty (3 0) day p erio d pro-vided. ab owe, :the City shah consider the Contractor to be in. -breach of this Agreement and this Agreement will be terminated. If the City determines that fenninating this Agreement would be detdmental to the public interest or public prop erty, the City may allow this Agreement to remain in effect until the City pro cures a new contractor. If this Agreement is terminated undex this section, then pursuant to IC 22--5-1.7--13 (c) the Contractor will remain liable to the City for actual. damages. Affidavit of Employment Eligibility Verification The Contractor, _ _ I under the p enaMes of p cajury that Contractor does not kno-vvingly employ an unauthorized alien. If Contractor is self-employed and does not employ any employees, Contractor verfes he or she is a United States citizen or qualified alien.. The Contractor has not knowingly employed or contracted -with an unauthorized alien and shall not retain an employee or contract with a person that the Contractor subsequently leams Is au unauthoxized alien.. Pursuant to Incl7ana Code 22-5-1.7, Contractor has enrolled in and verified theworkeligibility status of all newly hired employees of the contractor th-rough the Indiana E-- Verify program• I-e Contractor has required Contractor's subcontractors to certify to the Contractor that the subcontractor does not k ow ugly employ or contract nth an unauthorized alien and that the subcontractor has enrolled and is pardeipatin.g in the E--Verify program. `Ihe Contractor wiU Maintain this cer6fcation throughout the duration of the term of a contract vdth a sub con' tractor. I hereby verify under the penalty of penury that the foregoing statement is true. Dated this day of 20 (signature) (Iduted name) �r$BJee&S'? aAN RqVESTRMNT .ACTI8 Pursuant to Indiana Code (IQ 5--22--16.5, Contractor certifies that Contractor is not engaged in investment activities in. Iran. In. the event City determines during the course of this .Agreement that this certification is no longer valid, City shall notes Contractor in writing of said detennivation and shall give contractor ninety ety (90) days .thin which to respond to the Witten notice. In the event Contractor falls to demonstrate to the City that the Contractor has ceased investment activities in Iran within. ninety (90) days after the written nonce is given to the Contractor, the City may proceed nth any remedies it may have pursuant to IC :5-22--16.5. In the event the City - determines during the course of this .Agreement that this certification is no longer valid a --ad said determination is not refuted. by Contractor in the manner set forth in IC 5-22-16.5, -t e City reserves the right to consider the Contractor to be in breach of this .Agreement and terminate the agreement - -up on the expiration. of the ninety (9 0) day p exiod s et forth ab ove. r n a • � i! �4 C O R 4 j � PRICE REQUEST 1k aW OF MCUMOND DETARTMENT OF SANrFAnON 2380 LIBERTY AVENUE•RICHMOND, INDIANA 47374 PHONE (765) 983-7450.FAX (765) 962 2669 THIS IS NOT AN ORDER .. •ii�Y-t'i�ti 1. � __ _ r�� �..--..^.�..•.-. _.r•.. ..-�. ..w�. ...r. ._ �. �..r«r..»-.�. ..._ ��r�--+�-�.-.-w....re.. - _ _: '.�'�� '�i - � . ._ �. -_ .. - ...- _-�..._ ! ..!- , � __V..�L r:.. •.. `..a..a..t_a.:tww . _ ��_ _ a � ... � _ ... _ _ _,� - �-. .'..r.�_....�_�-...++•+--r�+w`.. __ _ _ _ _ - �� _ :Yi _ �Y.st r'�� VENDOR INSTRUCTIONS This is a request for a price for the services of materials Cronin Toyota described below. Any additional specifications may be attached hereto. This is NOT an order and the City reserves 5601 National Road East the right to accept all or part, or decline the entire proposal. Please complete your full name and phone number below Richmond, IN 47374 with signature; itemize all prices and charges where requested; and attach any explanation for any substitution to specifications altered. Return in a sealed envelope, in care of Richmond Sanitary District Board of Commissioners to the administration building at the address above by the specified date and time to be considered. DATE: REPLY MUST BE IN BY: PAYMENT TERMS: DELIVERY REQUIRED: March 20, 2019 10:00 A.M. on April 23, 2019 UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes to purchase One (1) 2019 or newer 4 door sport utility vehicle. Please see attached specifications. Please include all warranty information with quote. E--Verify requirements and Indiana Local Preference Claims will apply to this quote, information enclosed. Return this sheet and the proposal sheet in a sealed envelope addressed to: Richmond Sanitary District Denise Johnson, Customer Service Mgr 2380 Liberty Avenue Richmond, IN 47374 Re: SUV Quote Valid Until �L3b11 q Questions? Call Jeff Lohmoeller 765-983-7464. $ 35, STATE TAX EXEMPTION # 003121909-001 Richmond Sanitary District NAME OF FIRM QUOTING: C'M-rLi 1-1 Ao+b nqo -VA-de- B. AUTHORIZED BY SIGNATURE TITLE '4a.a ) 9 DATE 1 5 13-aoa --7ool PHONE NUMBER MINIMUM SPECIFICATIONS FOR MID -SIZE SPORT UTILIIYVEHICLE TIC RICHMOND SANITARY DISTRICT wishes to obtain ONE (1) 2019 or newer, Mid -Size, 4-door Sport Utility Vehicle. The following are specifications for the vehicle. Please confirm on each line below whether your vehicle will meet these specifications. FOURWHEELDRNE(ORALLWHEELDRIVE) YES •✓ NO V-6 ENGINE YES ✓ NO AUTOMATICTRANSMISSION/OVERDRIVE YES ✓ NO � ANTI -LOCK BRAKES YES NO POWERSTEERING YES V/ NO POWERLOgCS/IMNDOWS YES V NO CRUISE CONTROL YES v NO HEATERANDAIRCONDf110NING YESJ NO KEYIE55 ENTRY YES NO BACKUP SENSORS WITHCAMERA YES %/ NO 2nd ROW BENCH AND FOLD AWAY 3RD ROW SEATING YES . NO KEYLESS ENTRY W/REMOTE START -YES. � NO AM/FM RADIO W/CD,BLUEf00THANDAUXILIARYINPUT YES ND HEALED MIRRORS YES J NO � CARPET FLOORING YES NO VINYLORLEATHERSEATS YES NO � 11LTWHEEL • YES NO � 4-DOOR PLUS HATCH BACK YES NO V ALL TERRAIN TIRES YES NO � EXTERIOR COLOR: WHITE YES NO INTERIORCOLOR: BLACK ORCHARCOAL YES v NO V 2-INCH CUSTOM FIT REECE SiYLEHITCH RECQII/ER YES NO � WARRAMYINFORMATIONINCLUDED YES � NO OWNERS MANUAL INCLUDED YES `� NO �J�Uj Iar� ) ALL OTHER STANDARD OPTIONSINCLUDED YES NO (PROVIDE USTWITH H QUOTE) STROBE LED L1GHT5 (INTO REAR BACKUP LIGHTS AND YES NO HIDEAWAY IN FRONTGRIIlWffHSINGLE INTERIOR SWITCH) HFAWDUiYRUBBERALLWEATHERFLOOR MATS YES NO v (FRONTAND BAGIQ WEATHERTECH OR EQUAL Proposal Sheet Mid -Size Sport Utility Vehicle Richmond Sanitary District EXO)o(er X0 YearlMakelMo del . 019 D e alership Submitting Quote: _�ln RObmah%ve Price Firm. for Homer Long: �/z' f� � �* ���' -b a��[��I � � 9DIq mode)sg� se- _t'hz vehlc4k Estimated Delivery Time: �� � � � " �3 Total Price of New Vehicle: $ Prices to include all shipping, handling, delivery, pick-up and set-up charges. Vehicle shall be delivered to the- Richmond Sanitary District WWTP at 2380 Liberty Aire. Richmond, IN 47374. All questioxis shall be directed to Jeff Lohmoeller at 765-983-7464. SAuo e Date --k e -70 - 9 3 5 - 8035 Contact Person (rrmted) Lmn't'(1 fiL)iVMAVe_ Dealership Phone Number yl1°jl � �Ja��O MBA L0CAL PREFERENCE CLAIM (On1V M out this Part if el�nig to be a Local Indiana Business) Pursuant to Indiana Code 5--22-15--2 o. 9,C(un in pubmolive) (Name of Business) - Claims a local ldiana business preference for the bid. for Prof ect Ve �1 q or n6 Ll Job i 0 V in Wayne County, Indiana. (Dame of Prof ect)' . The Clabn of a licab' ' of the focal htdia�.a Business preference is based upon. the following pp � (Check all that apply) . X. The location of the Business's pxincipai place of business is: A) in Wayne County, or B) in an adjacent county 0/'2. The majority �of the business's payroh, for the previous twelve (12)months fromthe date of this Bid, is to residents in. Wayne or an adjacent county. Pr'3. The ma' on . of the business's emn. to ee's for the previous twelve(12)months from J� � Y � p the date of this Bid, are residents of Wayne or an adjacent county. If business is deemed to be the apparent low bidder, business shall provide inform ation pursuant to Post; Bid submittal (Local Indiana Business Preference), to substantiate the claim of a local Indiana business. . 4J I Affidavit of Employment Eligibility Verification "fhe Contractor, �t 1 .. _ °N' ._. af�rru. under the penalties of perjury that rl Contractor sloes not knowingly employ an unauthorized alien. If Contractor is self --employed and does not employ any employees, Contractor verifies he or she is a United States citizen or quahflcd alien. The Contractor has not knowingly employed or contracted with an unauthorized alien and shall not retain an employee or contract with a person that the Contractor subsequently learns is an unauthoxized alien. Puxsuant to Indiana Code 22--5--I.7, Contractor has enrolled in and vended the work eligibility statas of all newly hired employees of the contractor through the Indiana E-- Ver* program.. The Contractor has required Contractor's subcontractors to certify to the Contractor that the subcontractor does not knowingly employ or contract with an unauthorized alien and that the subcontractor has enrolled and is paxticipaCmg in the E- Verify program. The Contractor will maintain this certification throughout the duration of the term of a contract with a subcontractor. I hereby ver._fy under the penalty of perjury that the foregoing statement is true. Dated this a0, day of 20_Lg_.. (pxinied name) CHI-006438 UH 9-NURMIIf..NF,• ] G6430,.Jl4061 2936 120181211 7438 CU T CERT CERT TRD RAMP 6C 4P CAiJP BOOH EXf'L 1 5"D80 KG X86589 NB ,s a r r • � � •EPA • a a tGsl�vli�taYet4ide,. a a : CC a •: . • Fuel Economy n =� _.. You spend RA��•± 5tar+d�rd 5Ws rtrr9n lrasn tr to 93 • • ' MPG MPG. The best whide rates 136 MPGa. 19 STAliSAitC EQ LileN�li $3,000 • DOORFfAH01ES-$ODYCOEGR 1To1lCtf LfPI>)i}41ER1Dfi/PA5S1N�N1 • • -i combined c1tYR>M7 r.Ety hlphwriy more in fuel costs A1,V%M Wifil tl ". g . AOWANC rpics WTTM P-. M •> fTr�� I.essE tLE3i ,sets ROW -Sr =NtonAT . rERAKW.!-W11�.Q15WAW ~• ,:AWa�-�SrA F-FROM over 5 years • ii'FAOLAMPS - A COMA= • DUAL EUdM VE VAMN MMA . ' • CUMM COMM z � A1R&%W - FROW SrAr 53 ysilaru psr 1 DO rrtiEa COrriparad to the -PRIW1CXGLABS-RW.ODORS• .•LFATHFASH1FTKNW •-mmLsTAFrrmftr -_ ':}i #roumm8ED>iwAcT '. average new vehicle. •RFAplWW P4WASWDRUT •LEATHMWi3 PMMW1(El1 !WTUJaMrA CE 0W1PM •AIIUKW-UFPYCA14" ■'itAR8PO1LER.B0OTC0LOR ■POWM09f ABEAT•10WAY .. SMON START ;._' • •� •.` 1FRONTPASS.WMJRTR9JCl1 .2 Fuel Ecaaailry�Greenhau�aGasRatingn, say SmagFiattngn� c�M TAi<LA�tps•1r� •POwERPoDrrrs-tzv ■MYk>Y• ••• -WOkt PReSSIIdOHrrSYS :};• Annual fuel Co . T At33:A $WAY CONYP40L • �{I mTIrB.ESGOPf�, ' • POWER StrEtsaio WAVAS , x ' • LATCH CNkM SAF Y SYSTEU V; ;. s a,�vET>a c MMM • MEARVn w CALMIA • PMUEtERALON ■ SSE 8Etaly i 9Y3TEliI! • �PE�Wt r f 9Y8T�VlI ! .$2000.&VUmmo"swoampwMmars"" '+`�` �'a 1 -�`= . - . � $1LE+i•T?,6s ..s��«.�+r^.�;r:�.;`-' I Best ? biF{Eil$lt11i-><ifC f CIA AI[dHl Y ��' t ; _ • ThIs whide Lmh i76 gr=j CC per errs. the bw emAt 0 grams perrAD fl&4*e enM. Produft zd doo 9 . • •_ . • 1 UM I81ii+ P Gitr�lru+4 !�o I aimacato ■err ara; Imm rrlore a tuolratnornr 4an ' � � s �• . '• � ■ 5i�v+s0ltnveltn�+�iN - �� nit�voe�a oIt TM vv.S tE*rs as •0Fi1YF]tCQNiNWrPACKAGE eMEPRICCS id8,5 QED Q >f FA C r%lam;CFJ1�St s:rT TOTN.YENi=&OPiWf=T}IFR • - - {3.35G6- �t •PQ'WM LWrGATE � CUMAT1011 a t19.IVMY ' • • 6t:s GOVERNMENT -M=Tt3TARTSY3rM •AM DvALZONECLWAT>rCM . • TOTAL BEIFORE ataeotttrt•s.: o OVerall Veh[Cle Scam •S-WAY POWER PASS0ER SEAT ■F�ORWARIf SFJMG SYSTEM EQLIIFAiEhET 4ET40P si+1V11it� t aaG.bQ {�aad on �e curariied mtVs of fr=WL skk end solorec ll+lwasc^s ss:asa+r;#- •t; {ritialr, •NiFA7ED ST�Rrelt#we t Shmm ONLY be oatI F , 0d to atirarvehi W of s mnu ale ow welpt -COMFOAT PACKAGE *BLIS (�B�U.ND S�MTT INFO SYS VA) t : , R..{{�_ 1�.7tfA� 1 Aatit w��.e C�.�tratFtahi =XLT- VN FFATM BUNDLE � .u• r •[ Frontal Mar � � � /� • nl:c+i sk1:tii►�''��ili.E�'jC�i'°���5. ` • Crash Passenger ta'.Ei.$DLTSPK PNTD ALUM wins :. • &wd m the dA ca *ry Irs ■ aorrW hwd. 6�AL O TFIAMLUMON NOCRARGE Snou1d ONLY be tx M*W 10 CM81 V41IM21 of MrA r slice and "*IVL - c►x :;?i SCafL+ :x . P245l30fi1#! Ar5 B5W'iiRES - `. . CALIPORN AEMPS. lorfSSYSTtiM NOCHARQE ' Side Front seat .sme tXA MTRXW1T0W?ter: 5"m :< :• •tk fit' ' * - _��T •: �LME A�•�.1*ALy�c� L I NAY WS Crash Rear seat � 13NRVE:RQ/lL G1RTtAGE DOW OPENER amwd on trm rbk of i&ry fa a skin it pxt .y FROW UCEHSE RNO ATE UPACKEi CHARGE � � � 7` y iCTo PCs ar,;tiI Iw LiVr? 4 k . •- - Rollover l�C • .•' ;• ,� ,!_. Baeod on tlto rbk pt ranovCrrn a ebgTo++Wdo crash. . . ' • • • . ' 1 1 . 1 ■ 1 1 'i Source., National Highway Traffic Safety AdmInIstwion (NHTSAI. ' rw +: • .. IrBtit cn Fan! PMt=1 The "emended sls v ^S. ,; . ■ 1 1 »=�xaDaaxcaeeSaSll��mm ®® PIM"cnrCrasr hAAm aeerrrad ' ���. r: • ` ®�®��®���'®�1�I66����11 d5dUft1fttt1eU5.Ctc'yd3tJV4Vda►SNVMW �•.�._,�...�......_,.;...__._._�..... _ :•;`••.: ' . ra s4:+.b . 1,rt-�' ,Fadde�:oivlt CONVOY w�sxmrriss+r■sa•ao�r. O'k1, WARM � � 9 a �YfftPor -a3d ou. Sot 4i A003 aR I F�c�e��, rraEw.. .. , rehide cap ynit 10 d1�rl�r�s ird�Ing e1�irEe ems, carbr�i molEaoa�. ,and �,� ■ .. r�rrraeaspabe�1 F.ireEll�rllobet+ lT d rich are >m oft 5�ia ai { io c r�rtaerarEd b+rbefec or afi:es rsprcd. re harm o rn hize mW bmlq a ftot, do not kthe e4re ex* as maesraEy, sz = yDW • ; I kr-d- Modem A&dnefik%Umok1aiYiF#* WWBha14MM damandwearqbmavr&yWrAm&hequer..tjwhose i&4your Wide. • ..@+hiur#taali�I�larirratilci�dldgadrlMlrElld,�': ,dM061N RB2X 216 M4U 120510 FaliiQ�Fllh,71�ilGii �JW1�IY1%rt` C8• ' 1bRllOtatfsOaiip *6M ulllatEsrdldrd6t6>ibdatrvra �ef� ...�r■•er r...g W22J201 s 1201812167438 -U) une 11, Z7 I The Board of Sanitary Commissioners of the Sanitary Distract of Richmond, Indiana, met in regular session in the Board Room of the Richmond Sanitary District Building, 2380 Liberty Avenue, Richmond, Indiana, on Tuesday, June 11, 2019 at 10:00 A.M. Those present were Aman Bakshi-- vice --President, Greg Stiens- Board Member, Bryan Ervin -- Director, Elijah Welch- District Engineer, Jeff Lohmoeller- WWTP and Maintenance Manager, Kim Vessels- Assistant City Attorney, Jessica Foster- Assistant Recording Clerk, Leighanne Hahn -- Pretreatment Operator, Pat Smoker- Plant Superintendent, Todd Hobson- WWTP Operator, perspective bidders, G101.3 acid WCTV. The first order of business was to approve board minutes from the May 21, 2019 meeting. Mr. Stiens made a motion to approve the minutes from the May 21, 2019 meeting. Mr. Bakshi seconded the motion. The motion passed 2-0. The next order of business was to approve the invoices. The invoices were in the total amount of $396,661.73 covering May 17, 24, & 31, 2019. Mr. Stiens made a motion to approve the invoices. Mr. Bakshi seconded the motion. The motion passed 2-0. The next order of business was the Director's Report. Mr. Ervin informed the board that the 2019 Spring Clean Up had so far been successful and that the pick-up for the final zone, southwest Richmond, had been extended as there was more trash than anticipated. The next order of business was to receive bids quotes for Cleaning Services at Richmond Sanitary District. Four quotes were received. The first quote was received from Office Pride of Richmond, Indiana, at the cost of $3,247.50 per month. Additional costs are as follows: $1,500.00 for a one- time deep clean, $1,686.80 to shampoo the carpets twice a year, $400.00 to wash exterior windows twice a year, $400.00 to wash interior windows twice a year, $3,251.70 to wax floors twice a year, and $35.001hour per person for any additional labor. The quote is valid for one year. The second quote was from Whitewater Valley Cleaning of Richmond, Indiana, at the cost of $2,976.88 per month. Additional costs are as follows: $693.76 to shampoo twice a year, $991.25 to wash exterior windows twice a year, $991.25 to wash interior windows twice a year, $5,401.75 to wax floors twice a year, and $27.5 olhour per person for any additional labor. -The quote is valid through December 31, 2019. The third quote was received from Elite Clean of Richmond, Indiana, at the cost of $2,800.00 per month. Additional costs are as follows:.1801sq. ft. to shampoo twice a year, $2.50 per window to wash exterior windows twice a year, $2.50 per window to wash interior windows twice a year, 0.48 ¢1sq. ft. to wax floors twice a year, and $25.00Ihour per person for any additional labor. The quote is valid until June 30, 2019. The fourth quote was received from Apex Cleaning & Building of Richmond, Indiana, at the cost of $5,114.16 per year. Additional costs are as follows: $1,328.31 to shampoo carpets twice a year, $1,600.00 to wash exterior windows twice a year, $1,600.00 to wash interior windows twice a year, $1,089 to clean & seal concrete or $7,058.40 to strip, clean & wax tile, and $24mour per person for any additional labor. The board referred bids to management for evaluation and recommendation. The next order of business was to receive bids for new Hook Truck with New water Tank. The first bid was received from Pyramid Equipment Inc., of Rolling Prairie, Indiana, at the cost of $45,950.00 for the stainless steel tank only. The bid is firm for 30 days and the estimated delivery time is 8-9 months after purchase order is issued. The second bid was received from Selking International of Richmond, Indiana, at the cost of $174,260.00 for an International I3V--607 with PJ steel tank or $169, 8 8 0.0 0 for a polyethylene tank. This included the trade-in value for the. previous hook truck is $ 8,700.00. The bid is firm until June 29, 2019, and estimated delivery time is 11-13 months after purchase order is issued. The third bid was received from Municipal Equipment Inc. of Louisville, Kentucky, at the cost of $173,585.00 for a Freightliner • M2-106 with steel tank or $167, 8 04.0 0 for a polyethylene tank. This included the trade-in value for the previous hook truck at $ 8, 5 00.0 0. The bid is firm for 30 days and the estimated • delivery time is 250 days after purchase order is issued. The fourth bid was received from Municipal Equipment Inc. of Louisville, Kentucky, at the cost of $174,185.00 for an International IV-607 with stainless steel tank or $167,904.00 for a polyethylene tank. This included the trade --in value for the previous hook truck at $8,500.00. The bid is firm for 30 days and the estimated delivery time is 300 days after the purchase order is issued. The board referred bids to management for evaluation and recommendation. The next order of business.was-the xecommendationxto�.a a c._-quate ..for: burpoo S�or-ts Utxli i' -vehlcl Mr:~ Lohmoeller _recoxrin�endec award --the quote=to-� ran n. of Richmond-. di for for a = ' 2019 Ford Explorer~ XLT in. the amount of $3 8 651.73. Mr. Chidester submitted a wry n o -ni:on to the boardon why�4Cronn.:Toata s� quote was the Iowest�tesponslble=fand�responsive=:brdde:- Stiens made a motion to �ativard- the quote to zonin Ta'Y;-0 of_l�chidofid fidiana, in -the- amount of `-- $3-8;65J1.73 Mf.-Faks> e of c e'd`t emotion=: Theumot on amassed -0. The next order of business was the recommendation to award bid for Six Fully Automated Residential Trash Trucks. Mr. Lohmoeller recommended to award the bid to Southeastern Equipment of Indianapolis, Indiana, for leasing six New way Sidewinder 22 ASL Freightliner M2- 106 trash trucks in the amount of $2433140.76 per year. The contract with Southeastern Equipment would be a six year lease ending December 31, 2026, and would be financed through Baystone Government Finance of Manhattan, Kansas [corrected and adjusted for approval by minute scrivener from the information provided verbally as listed in the packet request memo] . Mr. Ervin stated that Richmond Sanitary would keep two of the current fleet as back up and the remaining trucks would be sold off or used as trade --in to replace other commercial recycling trucks in the future. Mr. Stiens made a motion to award the contract to Southeastern Equipment of Indianapolis, Indiana, and B aystone Government Finance of Manhattan, Kansas, in the amount of $243,140.76 per year. Mr. Bakshi seconded the motion. The motion passed 2-0. The next order of business was the recommendation to award bid for Two Commercial Trash Trucks. Mr. Lohmo eller recommended to award Pyramid Equipment of Rolling Prairie, Indiana, for two Pak Mor M2-106 trucks in an amount not -to -exceed $347,800.00. Mr. Stiens made a motion to award the bid to Pyramid Equipment of Rolling Prairie, Indiana, in an amount not -to -exceed $347,800.00. Mr. Bakshi seconded the motion. The motion passed 2--0. The next order of business was the recommendation to award bid for new High Sprocket Crawler Tractor. Mr. Lohmoeller recommended to award MacAllister Machinery of Indianapolis, Indiana, for a Caterpillar Model D8T in an amount not -to --exceed $482,900.00. This cost includes the trade-- in of Richmond Sanitary District's 2015 D8T (G) Dozer. Mr. Ervin stated the equipment has to be replaced often due to the high amount of wear from daily use. Mr. Stiens made a motion to award the contract to Southeastern Equipment of Indianapolis, Indiana, in an amount not -to --exceed $482,900.00, which includes the trade in of the 2015 D8T (G) Dozer. Mr. Bakshi seconded the motion. The motion passed 2--0. The. next order of business was the recommendation to award quote for Instrumentation and Control System Technical Services. Mr. Lohmoeller recommended to award the quote to Hurst Technical J2 steel tank or $169,880.00 for a polyethylene tank. This included the trade-in value for the. previous hook truck is $ 8,700.00. The bid is fmn until rune 29, 2019, and estimated delivery time is 11--13 months after purchase order is issued. The third bid was received from Municipal Equipment Inc. of Louisville, Kentucky, at the cost of $173,585'.00 for - a Freightliner ' M24 06 with steel tank or $167,804.00 for a polyethylene tank. This included the trade-in value for the previous hook truck at $8,500.00. The bid is, firm for 30 days and the estimated' delivery time is 250 days after purchase order. is issued. The fourth bid was received from Municipal Equipment Inc. of Louisville, Kentucky, at the cost of $174,185.00 for an International HV--607 with stainless steel tank or $167,904.00 for a polyethylene tank. This included the trade-in value for the previous hook_ truck at W500.00. The bid -is firm for 30 days and the estimated delivery time is 300 -days after the purchas e order is issued. The board referred bids to management for evaluation and recommendation. next order_ a :was« theze do ar aquo 4r. _xF �a a .utility.+F�A�+`_ a....,, �r .�.�.—Force ' ■ . s Lvhnaoelleec .ided=to=the qutc _ hx �a �`'iana, for a �--� 2019 Ford Explorer XLT in rthe2an ount of $3 8,651.73. Mr. Chidester submitted a written o o the board :�. x, �: �- _ ' � � - o C . - 'Fa o s quote was ` e Qo__w §T 701 s and res sry =b er. Sty ens ma • &a mot ) o�,wa�drthe =�to� o " ' a - '� - - �, = orm t f a a th ane Dint of �3-8,�51:�7���=. � rS , s�C�a�ld�t',-. ��t�:or�. 'rho n3c���n as�ed.�--Ok •:__ t The next order of business was the recommendation to award bid for Six Fully Automated Residential Trash Trucks. Mr. Lohmoeller recommended to award the bid to Southeastern Equipment of Indianapolis, Indiana, for leasing six New way Sidewinder 22 ASL Freightliner M2- C 106 trash trucks in the amount of $243,140.76 per year. The contract with Southeastern Equipment would be a six year lease ending December 31, 2026, and would 'be financed through Baystone Government, Finance of Manhattan, Kansas [corrected and adjusted -for approval by - minute scrivener from the information provided verbally as listed in the packet request memo]. Mr.Ervin stated that Richmond Sanitary -would keep two of the current fleet as back up and the remaining trucks would be sold off or used as trade-in to replace other commercial recycling trucks in the future.. Mr. Stiens made a motion to award the contract to S outheastern Equipment of Indianapolis, Indiana, and Baystone Government Finance of Manhattan, Kansas, in the amount of $243,140.76 per year. ,Mr. Bakshi, seconded 'the motion. The motion passed 2-0. The next order of .business was the recommendation to award bid for Two Commercial Trash Trucks. Mr. Lohmoeller recommended to award Pyramid Equipment of Rolling Prairie, Indiana, for two Pak Mor M2-106 trucks in an amount not -to -exceed $3471800.00. Mr. Stiens made a motion to award the bid to Pyramid Equipment of Rolling Prairie, Indiana, in an amount not--to--exceed $347,800.00. Mr. Bakshi- seconded the motion. The motion passed 2--0. The next order of business was the recommendation to award bid for new I3igh Sprocket Crawler Tractor. Mr. Lohmoeller recommended to award -MacAllister Machinery of Indianapolis, Indiana, for a Caterpillar Model D8T in an amount not--to-exceed $482,900.00. This cost includes the trade- in of Richmond Sanitary District's 2015 D8T (G) Dozer. Mr. Ervin stated the equipment has to be replaced often due to the high amount of wear from daily use. Mr. Stiens made, 'a motion to award the contract to Southeastern Equipment of Indianapolis, Indiana, in an amount not--to--exceed $482,900.00, which includes the trade in of the 2015 D8T (G) Dozer. Mr. Bakshi seconded the motion. -The motion passed 2-0. The. next order of business was the recommendation to award quote for Instrumentation and Control System Technical Services. Mr. Lohmoeller recommended to award the quote to Hurst Technical 3 Services of Fort Wayne, Indiana for one year with the option to renew for two additional one year terms. The first year would cost $79.00Ihour for up to 576 hours per year or a not -to -exceed cost of $45,504.00 annually. For the first year, an additional 100 hours would be granted at the cost of $79.00Ihour or a not -to -exceed cost of $7,900.00 on top of the annual cost. The second year would cost $80.06/hour for up to 576 hours per year or a not -to -exceed cost of $46,080.00 annually. The third year would cost $81.00Ihour for.up to 576 hours per year or $46,656.00 annually. Mr. Stiens made a motion to award the quote to Hurst Technical Services of Fort Wayne, Indiana, as outlined. Mr. Bakshi seconded the motion. The motion passed 2-0. The next order of business was approval to enter into contract with Maze Design. The contract with Maze Design would be in the amount of $11,500.00, and would detail a design for a new women's restroom in the Solid Waste Garage. Mr. Stiens made a motion to enter into contract with Maze Design to design a new women' s restro om in the Solid waste garage in the amount of $11, 5 0 0.0 0 . Mr. Bakshi seconded the motion. The motion passed 2-0. The next order of business was to approve wastewater Discharge Permit No. R5-06-0522 for Richmond Power & Light of Richmond, Indiana. The permit was re --opened May 25, 2019, in order to make a permit revision that would add an additional outfall for the facility. The revision is effective starting June 11, 2019 and is valid until May 8, 2022. Mr. Stiens made a motion to approve wastewater Discharge Permit No. R5-06-0522 for Richmond Power & Light of Richmond, Indiana, expiring May 08, 2022. Mr. Bakshi seconded the motion. The motion passed 2-0. The next order of business was to approve wastewater Residuals Permit No. R-RREST-2019, 20, 21, 22 for Rumpke- Portable Restro oms of Dayton, Ohio. The permit is valid until. April 30, 2022. Mr: Stiens made a motion to approve Wastewater Residuals Permit No. R--RREST-2019, 20, 21, 22 for Rumpke- Portable Restrooms of Dayton, Ohio, expiring April 30, 2022. Mr. Bakshi seconded the motion. The motion passed 2--0. The next order of business was to approve Groundwater Discharge Permit No. GW2--RBR288WP-- 0619 for Haber Land Company LTD of Richmond, Indiana. The permit is valid until. December 31, 2019. Mr. Stiens made a motion to approve Groundwater Discharge Permit No. GW2-RBR.288WP- 0619 for Haber Land Company LTD of Richmond, Indiana, expiring December 31, 2019. Mr. Bakshi seconded the motion. The motion passed 2-0. The next order of business was the Project Status Update. Mr. welch gave an update to the Board on the Sanitary District's current projects. With no further business, Mr. Stiens made a motion to adjourn the meeting. Mr. Bakshi seconded the motion. The motion passed 2--0. The meeting adjourned at 10:45 A.M. Jessica Foster, Assistant Recording Clerk Aman Bakshi, vice President Complete and submit this form to the Purchasing Department of the City of Richmond Vender number Address # (dice use only -do not fill in) Levi iusiness Name Cconirv_ 1:rck Vendor Business Contact Business Street Address LL0700 Mejo WaxiC_n � {City State Zip Code +4 �-�#Vrison D H N6030 Business Phone FAX Number Toll Free Number �13 30 - 5300 Company Web Address w W 4?. Cedl'kyl k0(d -Co fy1 .� E-=il Address �� t 13OY1 � �nrnc�'tus�om Tax Payer ID (TIN): Federal EIN: 31 - 17 t!(p16 q or Svc. Sec. # Contact Phonc Number Specify 1099 Category if known: (Fcd tax withheld, commissions, healthcare payments, proceeds, CIDT or FPS u-ithholding...j 1099 Address: Box/Bldg/Suite: Strect: City/State/Zip Contact Name: SECTION A VENDOR MAILING ADDRESS (Please complete if different from business address.) Does your business accept Purchase Orders: [] Yes [] No Address F I City State Zip Code + 4 SECTION B VENDOR REMITTANCE ADDRESS (required to be completed.) Address 11:0-100 Neu.) Howe Rj City State Zip Code + 4 -t�rr+sorti v 14 g5D3 o Accounts Receivable Contact Name Phone Number FAX Number s131 boa - 5 as SECTION C BUSINESS INFORMATION Business Type Consultant� DINirihutor Smice ProvidcroContractor Lcgal Corporation (Law Finn Fc&ral [ jovenunctit or Agenev State Government or Agency Loral Government or Agency O%snership Status (Check one only.) Stile 11roprictorflndividual I Partnership, (Check all that apply.) Corporution V Nan-ProFt ft./Corp. LLC Small Business Minority Business Women -Owned Business Professional Corp. i HEREB1' CERTIFY THAT: 1. 'TIlL• NUMBER SHOWN ON THIS FORM IS MY CORRECT TAXPAYER IDENTIFICATION NUMBER (OR 1 AM WAll INQ FUR A NUMBER TU BE ISSUED TO ME), AND 2. 1 ANI yt)Y SUBJL•C'T TO BACKUP WITHHOLDING BECAUSE: (a) I AM EXEMPT FOR BACKUP WITHHOLDING. OR (b) I IIA%'t: NOT BEEN NOTIFIED BY THE INTERNAL REVENUE SERVICE (IRS) THAT I AM SUBJECT TO BACKUP NVITHIR LDING AS A RESULT OF A FAILURE: TO REPORT ALL INTEREST OR DIVIENDEDS, OR (c) THEIRS HAS NOT1I'll:l) ME THAT I AAI NO LONGER SUBJECT TO BACKUP WITHHOLDING, AND 1 ANI A U.S. PERSON (INCLUDING A U.S. RESIDENT ALIEN), CERTIFICATION INSTRUCTIONS. YOU MUST CROSS OUT ITEM 2 ABOVEIF YOU HAVE BEEN NOTIFIED BY THE IRS THAT YOU ARE CURRENTLY SUBJECT TO BACKUP MT1I11OLDING BECAUSE YOU HAVE FAILED TO REPORT ALL INTEREST AND DIVIDENDS ON YOUR TAX RETURN. FOR REAL-ESTATE TRANSACTIONS, ITEM 2 DOES NOT APPLY. PRINTED OR TYPED NAME TITLE SIGNATURE DATE This information is needed in order to process a purchase order. PLEASE RETURN COMPLETED FORM TO: CITY OF RICHMOND RICHINIOND SANITARY DISTRICT 2380 LIBERTY AVENUE RICILMOND, IN 47374 Or fax to 765-962-2669 Please call if you have questions: 765-983-7445 ALSO, please note that for all City Departments an original invoice will need to be mailed to Accounts Payable at the City of Richmond, 50 North 5' Street, Richmond, IN 47374 with the Purchase Order # referenced on the invoice in order for payment to be processed. Thank you.