CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

Similar documents
CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

RFP Circulation Date: 12/14/18. Proposal Submission Deadline: 01/09/19

REQUEST FOR PROPOSAL (RFP) TO PROVIDE A RECREATION MANAGEMENT SOFTWARE SOLUTION

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

CITY OF HUTCHINSON SEALED BID FORM Page 1 of 3

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309) INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

REQUEST FOR PROPOSAL (RFP) FOR SUPPLY OF CONCESSIONS SUPPLIES AT VARIOUS CITY FACILITIES FOR THE CITY OF GALESBURG, IL

REQUEST FOR PROPOSAL (RFP) FOR AGREEMENT FOR SOFT DRINK MACHINES AND RELATED PRODUCTS AT VARIOUS CITY FACILITIES FOR THE CITY OF GALESBURG, IL

PROPOSALS DUE NO LATER THAN 11:00 A.M., SEPTEMBER 23, 2015 (6 COPIES) TO THE ATTENTION OF KRAIG BOYNTON, PURCHASING AGENT.

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

REQUEST FOR PROPOSAL (RFP) FOR BUNKER LINKS GOLF COURSE OPERATIONAL SERVICES FOR THE CITY OF GALESBURG, IL

REQUEST FOR PROPOSAL (RFP) TO PROVIDE A STORM SEWER INSPECTION SOFTWARE SOLUTION

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

REQUEST FOR PROPOSAL (RFP) FOR SUPPLY OF CONCESSIONS SUPPLIES AT VARIOUS CITY FACILITIES FOR THE CITY OF GALESBURG, IL

AUGUSTA COUNTY SERVICE AUTHORITY

BID DOCUMENTS FOR ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA Fax:

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

REQUEST FOR PROPOSAL (RFP) FOR ARCHITECTURAL/ENGINEERING SERVICES FOR MAJOR IMPROVEMENTS FOR RECREATIONAL OPPORTUNITIES IN ROTARY PARK

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803

BID DOCUMENTS FOR THERMAL IMAGING CAMERA

Champaign Park District: Request for Bids for Playground Surfacing Mulch

BID DOCUMENTS FOR STRYKER POWER-PRO XT COT

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV.

CITY OF HUTCHINSON BID FORM Page 1 of 2

STATEMENT OF BIDDER'S QUALIFICATIONS

PERSONAL SERVICES AGREEMENT BETWEEN THE UNIVERSITY OF WYOMING AND

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

QTY DESCRIPTION ALL PER ATTACHED SPECIFICATIONS UNIT PRICE

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

REQUEST FOR QUOTATION

WINDOW WASHING

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Planning Department Half Ton Regular Cab 4x4 Pick-Up Truck 2

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

REQUEST FOR SEALED BID PROPOSAL

Appomattox River Water Authority

PLEASANTVILLE HOUSING AUTHORITY

REQUEST FOR SEALED BID PROPOSAL

Your Company Name Zipper Auger. Bid# pm March 23, 2017

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

Proposal No:

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas THIS IS NOT AN ORDER

RFP GENERAL TERMS AND CONDITIONS

INVITATION TO BID BL010-16

The written bid documents supersede any verbal or written prior communications between the parties.

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

BID DOCUMENTS FOR. WTP VFD Replacement Bid

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

INVITATION TO BID BL007-18

BID ON LIQUID ZINC ORTHOPHOSPHATE & LIQUID POLYPHOSPHATE

CITY OF ANN ARBOR INVITATION TO BID

Request for Quotation

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

REQUEST FOR QUOTATION

Commonwealth of Kentucky, hereinafter referred to as the University or as the First Party, and

Appomattox River Water Authority

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST

St. George CCSD #258

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

NOTICE TO BIDDERS. Four (4) 2018 Harley Davidson Road King Police Model Motorcycles (FLHP) in solid luxury blue or equal

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC Amy Woods, Finance Department

LEGAL NOTICE INVITATION TO SUBMIT QUOTATIONS

GUILFORD COUNTY SCHOOLS Invitation for Bids

REQUEST FOR SEALED BID PROPOSAL

ADVERTISEMENT FOR BIDS

FLOYD COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT #12 East 4 th Ave. Ste. 106 ROME, GA (706) FAX (706)

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA

ORANGE BOARD OF EDUCATION 637 ORANGE CENTER ROAD ORANGE, CT (203) SPECIFICATION COVER SHEET

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving

CITY OF TITUSVILLE, FLORIDA

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

*Reverse Auction: Wednesday, June 7, 2018

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

ATTENTION ALL BIDDERS MANDATORY PRE-BID MEETING WEDNESDAY, MARCH 8, 10:00 A.M.

INVITATION TO BID (ITB)

PROPOSAL FOR 2019 MINERAL WELL BRINE

CITY OF LOS ANGELES NONDISCRIMINATION EQUAL EMPLOYMENT PRACTICES AFFIRMATIVE ACTION

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID

REQUEST FOR QUOTATION

REQUEST FOR PROPOSALS FOR SERVICES OF FUND ATTORNEY /REGULATORY COMPLIANCE & LEGISLATIVE SERVICES

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

Transcription:

CITY OF GALESBURG PURCHASING 55 W Tompkins St Galesburg, IL 61401 Phone: (309) 345-3678 INVITATION FOR BIDS For the purchase of various water main materials to be used for N. Seminary St. improvements for the Galesburg Water Division Instructions to Bidders 1. An advertisement for sealed bids on the above was published in the Galesburg Register-Mail on July 13, 2016. As stated in such notice, bids will be received until 11:00 a.m., local time, August 03, 2016, and, at that time, publicly opened and read aloud in the Basement Conference Room, located in City Hall. Bids received after 11:00 a.m. will be rejected. 2. The person, firm or corporation making a bid shall submit it in a sealed envelope to the Purchasing Agent or his duly designated representative on or before the hour and the day stated above. The notation "Bid on Water Main Materials shall appear on the outside of the sealed envelope and shall include the name of the bidder. Bidder shall also clearly mark on the outside of the envelope: company name and address. 3. The bidder shall insert the cost, and supply all the information, as indicated on the Bid Form. The cost inserted shall be net and shall be the full cost for the work specified, including all factors whatsoever. No permits shall be waived or paid for by the City of Galesburg. 4. No charge will be allowed for taxes from which the City of Galesburg is exempt: the Illinois Retailer s Occupation Tax, the Service Occupation Tax, the Service Use Tax, the Use Tax, Federal Excise and Transportation Tax.

5. Each bidder shall affirm that no official or employee of the City of Galesburg is directly or indirectly interested in this bid for any reason of personal gain. 6. No bid may be changed or withdrawn after the time of the bid opening. Any modifications or withdrawals requested before this time shall be acceptable only when such request is made in writing and agreed to by the Purchasing Agent. 7. The City of Galesburg reserves the right to reject any and all bids and to waive any informalities or technicalities in the bidding. Any bid submitted will be binding for (60) sixty days after the date of the bid opening. 8. The City has adopted an "Equal Employment Opportunity Clause", which is incorporated into all specifications, purchase orders, and contracts, whereby a vendor agrees not to discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin or ancestry. A copy of this clause may be obtained at the City Clerk's Office, City Hall, Galesburg, Illinois. 9. The City of Galesburg has adopted an Affirmative Action Program. All formal sealed bids must be accompanied by a properly prepared Certificate of Compliance form, whereby the vendor certifies the number of employees he has in each class of employment, and that affirmative action has been taken to ensure equality of opportunity in all aspects of employment. 10. Bidder certifies that all laws of the State of Illinois and ordinances of the City of Galesburg in effect at the date of the bid shall be observed by him. Evidence of any violation during the term of the agreement shall be considered sufficient reason to discontinue purchases by the City from that vendor. 11. All general bidding information, bid forms, conditions of the contract, and the form of agreement, between the City and the Contractor, shall be approved by Purchasing prior to advertising of public notice of the project. 12. The successful bidder is prohibited from assigning, transferring, conveying, subletting, or otherwise disposing of the contract to be signed or its rights, title or interest therein or its power to execute such Agreement to any other person, company or corporation without the previous consent and approval, in writing, by the City of Galesburg. 13. Bid must show the number of days required to complete services under normal conditions. Bids should also indicate an estimated start date and completion date. 14. The City requires that vendors be paid through ACH (automatic clearing house). The awarded vendor will be required to provide the City with applicable banking

information for proper payment. An ACH form is attached to this document for vendor review. 15. These instructions are to be considered an integral part of any bid. Dated: July 13, 2016 Kraig Boynton Purchasing Agent

City of Galesburg Operating Under Council Manager Government Since 1957 Specifications for Water Main Materials The City of Galesburg Water Division is requesting bids for various water main materials that will be utilized by City staff to perform improvements to the water supply on North Seminary St. in Galesburg, IL. Bid prices submitted shall reflect and include delivery of materials to the Galesburg Water plant which is located at 920 W. Main St., Galesburg, IL. The list of materials is as follows: Qty. Item 2 8 x 1-1/2 Tap Saddle for C-900, Mueller # BR2S 80 8 x 1 Tap Saddle for C-900, Mueller # BR1S 2 1-1/2 Corporations Comp. CTS, Mueller 80 1 Corporations Comp. CTS, Mueller 80 4000 ft. or 14 300ft rolls Curb Boxes, 4-1/2 Depth, Mueller extension type with Minneapolis pattern base 1 Plastic CTS 80 1 Curb Stops, Mueller, Comp. x Comp. 10 1 Female Curb Stop, Mueller 8 4-1/2 Trench Depth Fire Hydrant, Waterous - Mueller 5-1/4 (See spec. sheet) 10 1 M.I.P. x 1 comp. (CTS) straight adaptor, Mueller 10 1 M.I.P. x 3/4 comp. (CTS) straight adaptor, Mueller

Qty. Item 250 1 Stainless Steel Inserts (short by Ford) 8 1-1/2 Stainless Steel Inserts 2 6 Tap Valve, Mueller (see spec. sheet) 14 6 Standard Valve, Mueller (see spec. sheet) 6 8 Standard Valve, Mueller (see spec. sheet) 14 8 MJ x 6 Swivel Hydrant Tee 14 6 MJ x MJ 45 Bend 1 8 PE x 4 MJ Reducer 2 8 Tap Valve, Mueller (see spec. sheet) 1 8 x 6 Cross MJ x MJ 2 4 MJ x MJ 45 Bend 12 8 MJ x MJ 45 Bend 2,400 ft. 8 C-900 DR18 200 ft. 6 C-900 DR18 8 6 ROMAC Macros 6,500 ft. 12 Gauge Solid Wire Tracer Wire (copper head) 45 mil, 5 1,000ft rolls 26 Valve Box Aligners 26 5-1/4 x 26 Valve Box Top 26 5-1/4 x 26 Valve Box Bottoms 26 Valve Box Lid, marked WATER 80 8 Restraint Collars, ROMAC, grip ring accessory pack 80 6 Restraint Collars, ROMAC, grip ring accessory pack

Qty. Item 1 4 MACROS 4 8 MACROS 2 8 X 6 Tap Sleeves, all stainless steel 2 8 x 8 Tap Sleeves, all stainless steel 1 8 x 8 MJ x Swivel Hydrant Tee 1 8 MJ x MJ 22.5 Bend

Hydrant and Valve Specifications Fire Hydrants 1. For uniformity purposes, manufacturers accepted will be: Mueller or Waterous 2. Fire hydrants shall comply with all provisions of AWWA Standard C502-85 and all the additional provisions outlined in these specifications. Hydrants shall be of the compression type with the main valve closing with the water pressure (Dry barrel fire hydrants). 3. They shall be of the three-way type with two (2) 2-1/2" hose nozzles and one (1) 4-1/2" pumper nozzle, all with N.S. Threads; with no hydrant caps to be less than 18" from mark ground line of hydrants to center of hydrant caps, inlet (shoe) Mechanical Joint connection capable of accepting standard pipe and furnished with all joint material. 4. They shall be of the "traffic break-away" ground line flange design with "safety" stem coupling and shall permit 360 degree rotation of upper barrel by infinite degree. 5. Friction losses through the hydrant shall not exceed 4.26 psi at 1000 gpm through 4-1/2" nozzle, or 1.75 psi at 500 gpm through 2-1/2" hose nozzle. 6. Hydrant bonnet (top) assemblies shall be so designed as to seal the operating stem threads from contact with internal water and external elements by the use of nonadjustable O-ring type seals and shall be provided with convenient external means of relubrication to all operating threads and thrust bearing surfaces. 7. Lower barrel sections, flanges below grad and show castings shall be uniformly cast of ASTM A-126 Grade B gray Cast Iron, or ductile iron, but in no combination thereof. 8. Finish above ground shall be of durable enamel, "Lime Yellow" in color. 9. Hydrants to open L.H. (counter-clockwise). Operating nuts and cap nuts to be 1-1/2" pentagon. 10. The main valve assembly shall incorporate an automatic drain valve system. "Seat ring, drain ring, or valve, drain bushings or tubes, retainer ring, and/or elbow bushing shall be manufactured of bronze in accordance with AWWA C502-85, Section 2 and Table 2." 11. The shoe shall include a permanently sealed and locked bronze bushing to provide bronze on bronze threading of seat ring to shoe. Both threaded parts shall be constructed of an acceptable grade of low zinc bronze as described above. 12. All nozzles shall be furnished with caps and gaskets, less chains. 13. Any deviation from these specifications must receive written approval from the City of Galesburg not less than 24 hours prior to bid date. All bids must include a typical friction loss chart, a detailed shop drawing listing applicable ASTM numbers of all components, and certification of compliance from the manufacturer. 14. Delivery of the fire hydrants shall be in open trailers, FOB Galesburg. Buried Valves A. Manufacturers: a. American Flow Control b. U.S. Pipe and Foundry c. Mueller B. Gate valves 4-inch and larger: Resilient wedge type, AWWA C509 and suitable for buried service. a. Bonnet bolts, studs and nuts: Series 304 stainless steel b. Valve bodies, bonnets and gates: Ductile iron, per ASTM A536, valves to close in a clockwise direction. c. Stem seals: O-ring d. Provide valves with bronze stems and non-rising stem. e. Valves will be provided with valve boxes and lids marked WATER. Any deviation from these specifications must receive written approval from the City of Galesburg.

CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 BID FORM Name of Bidder Business Address Phone No. Fax No. E-Mail Address: The Bidder above mentioned declares and certifies: First - Second - Third - That this bid is made without any previous understanding, agreement or connection with any other person, firm or corporation making a bid for the same purpose; and, is in all respects, fair and without collusion or fraud. That no officer, employee or person whose salary is payable in whole or in part from the City of Galesburg is directly or indirectly interested in this bid or in any portion of the profits thereof. That said bidder has carefully examined the Instructions to Bidders and the Specifications: and will, if successful in this bid, furnish and deliver at the prices bid within the time stated, the goods or services for which this bid is made. Fourth - That the prices quoted herein are net and exclusive of all taxes from which the City of Galesburg is exempt.

Fifth - That the cost of the goods or services which meets the requirements as set forth in the Instruction to Bidders and the Specifications aforementioned is: *Bid unit pricing is attached on separate page. The total cost of all line items being submitted with this bid is: $ Sixth - That said bidder has executed the Certificate of Compliance, and has submitted herewith. Date Person, Firm, or Corporation Authorized signature and title Printed Name of Individual

Qty. Unit of Measure Bid for Water Main Materials for N Seminary St 2 8 x 1-1/2 Tap Saddle for C-900, Mueller # BR2S 80 8 x 1 Tap Saddle for C-900, Mueller # BR1S 2 1-1/2 Corporations Comp. CTS, Mueller 80 1 Corporations Comp. CTS, Mueller 80 4000 Ft. Item Unit Price Extension Curb Boxes, 4-1/2 Depth, Mueller extension type with Minneapolis pattern base 1 Plastic CTS (May substitute 14 300ft rolls) 80 1 Curb Stops, Mueller, Comp. x Comp. 10 1 Female Curb Stop, Mueller 8 4-1/2 Trench Depth Fire Hydrant, Waterous - Mueller 5-1/4 (See spec. sheet) 10 1 M.I.P. x 1 comp. (CTS) straight adaptor, Mueller 10 1 M.I.P. x 3/4 comp. (CTS) straight adaptor, Mueller 250 1 Stainless Steel Inserts (short by Ford) 8 1-1/2 Stainless Steel Inserts 2 Ea, 6 Tap Valve, Mueller (see spec. sheet) 14 6 Standard Valve, Mueller (see spec. sheet)

Qty. Unit of Measure 6 8 Standard Valve, Mueller (see spec. sheet) 14 8 MJ x 6 Swivel Hydrant Tee 14 6 MJ x MJ 45 Bend 1 8 PE x 4 MJ Reducer 2 8 Tap Valve, Mueller (see spec. sheet) 1 8 x 6 Cross MJ x MJ 2 4 MJ x MJ 45 Bend 12 8 MJ x MJ 45 Bend 2,400 Ft. 8 C-900 DR18 200 Ft. 6 C-900 DR18 8 6 ROMAC Macros 6,500 Ft. 26 Valve Box Aligners Item Unit Price Extension 12 Gauge Solid Wire Tracer Wire (copper head) 45 mil, 5 1,000ft rolls 26 5-1/4 x 26 Valve Box Top 26 5-1/4 x 36 Valve Box Bottoms 26 Valve Box Lid, marked WATER

Qty. 80 80 1 4 2 2 1 1 Unit of Measure Item Unit Price Extension 8 Restraint Collars, ROMAC, grip ring accessory pack 6 Restraint Collars, ROMAC, grip ring accessory pack 4 MACROS 8 MACROS 8 x 6 Tap Sleeves, all stainless steel 8 x 8 Tap Sleeves, all stainless steel 8 x 8 MJ x Swivel Hydrant Tee 8 MJ x MJ 22.5 Bend Total Bid for Project: Company Bidding Project: Authorized Signature: Date:

RETURN WITH BID TO THE CITY OF GALESBURG, ILLINOIS CERTIFICATE OF COMPLIANCE EMPLOY- MENT SUPER- VISORY SALES OFFICE SKILLED SEMI- SKILLED NON- SKILLED WHITE BLACK OTHER MALE FEMALE (PLEASE FILL IN THE NUMBER OF EMPLOYEES IN EACH CLASS) 1. THE CONTRACTOR OF COMPANY WILL NOT DISCRIMINATE AGAINST ANY EMPLOYEES OR APPLICANT FOR EMPLOYMENT BECAUSE OF RACE, CREED, COLOR, SEX, AGE, NATIONAL ORIGIN, HANDICAPPING CONDITION UNRELATED TO ABILITY TO PERFORM THE JOB; AND, WILL TAKE AFFIRMATIVE ACTION TO ENSURE THAT APPLICANTS ARE EMPLOYED WITHOUT REGARD TO THEIR RACE, CREED, COLOR, SEX, AGE, HANDICAP OR NATIONAL ORIGIN. SUCH ACTION SHALL INCLUDE, BUT NOT BE LIMITED TO, THE FOLLOWING: EMPLOYMENT, UPGRADING, DEMOTION OR TRANSFER, RECRUITMENT OR RECRUITMENT ADVERTISING, LAYOFF OR TERMINATION, RATES OF PAY OR OTHER COMPENSATION, AND SELECTION FOR TRAINING, INCLUDING APPRENTICESHIP. THE CONTRACTOR OR COMPANY AGREES TO POST, IN CONSPICUOUS PLACES, AVAILABLE TO EMPLOYEES AND APPLICANTS FOR EMPLOYMENT, NOTICES SETTING FORTH THE PROVISIONS OF THIS NON-DISCRIMINATION CLAUSE. 2. THE CONTRACTOR OR COMPANY WILL, IN ALL SOLICITATIONS OR ADVERTISEMENTS FOR EMPLOYEES OR ON THEIR BEHALF, STATE THAT ALL QUALIFIED APPLICANTS WILL RECEIVE CONSIDERATION FOR EMPLOYMENT WITHOUT REGARD TO RACE, CREED, COLOR, SEX, AGE, HANDICAPPING CONDITION UNRELATED TO ABILITY OR NATIONAL ORIGIN. THE SAME SHALL HOLD TRUE WHEN RECRUITMENT SOURCES ARE USED TO SECURE APPLICANTS. 3. THE CONTRACTOR OR COMPANY AGREES TO NOTIFY ALL OF ITS SUBCONTRACTORS OF THEIR OBLIGATION TO COMPLY WITH THE NON-DISCRIMINATION POLICY. 4. In the event of the Contractor's or Company's non-compliance with the non-discrimination clauses of the Contract or Purchase or with any of such rules, regulations or orders, the CONTRACT OR Purchase may be cancelled, terminated or suspended in whole or in part and the Contractor or Company may be declared ineligible for further City Contracts or Purchases in accordance with the Affirmative Action Program adopted by the Galesburg City Council at their meeting on August 6, 1990. BY: BIDDER

THIS FORM IS BASED ON IRS REQUIRMENTS FOR THE SAME ESSENTIAL INFORMATION AS A W-9 RETURN TO: CITY OF GALESBURG ATTN: A/P 55 W TOMPKINS ST GALESBURG, IL 61401 OR FAX TO: 309-343-4765 The following information is needed to complete your vendor file and to comply with IRS requirements. Please fill out this form as completely as possible to ensure proper payment to you. Please return completed form as soon as possible to The City of Galesburg at the above address or fax number. Please call 309-345-3674 with any questions. BUSINESS NAME: INDIVIDUAL NAME: (for Sole Proprietors as appears on Social Security Card) BUSINESS ADDRESS: CITY, STATE, ZIP: YOUR TAXPAYER IDENTIFICATION NUMBER: (FEIN or business tax ID. No.) OR, YOUR SOCIAL SECURITY NUMBER: If using SSN, enter the name on the card above as Individual Name.) PLEASE CHECK APPROPRIATE BOX: Individual/Sole Proprietor Corporation Partnership Other YOUR COMPANY PROVIDES: Legal Services Services Materials Other ARE YOU SUBJECT TO BACKUP WITHHOLDING? Yes No PERSON TO CONTACT: PHONE NUMBER: UNDER PENALTY OF PERJURY, I CERTIFY THAT THE INFORMATION PROVIDED ABOVE IS CORRECT AND COMPLETE. Signature Date Title FOR OFFICE USE ONLY ENTERED INTO SYSTEM VENDOR NUMBER: