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 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)

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 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

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

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

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

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

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 W Tompkins St Galesburg, IL Phone: (309)

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

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

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

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

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

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

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

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

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

BID DOCUMENTS FOR THERMAL IMAGING CAMERA

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER

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

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

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

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

BID DOCUMENTS FOR STRYKER POWER-PRO XT COT

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

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

BID DOCUMENTS FOR. WTP VFD Replacement Bid

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2016/2017 MODEL PNEUMATIC COMPACTOR

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

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

PERSONAL SERVICES AGREEMENT BETWEEN THE UNIVERSITY OF WYOMING AND

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

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

CITY OF GAINESVILLE INVITATION TO BID

City of Waukegan 100 N. Martin Luther King Jr. Ave. Waukegan, IL (847) (847) fax BID DOCUMENTS FOR OUTDOOR WARNING SIREN SYSTEM

WINDOW WASHING

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

Champaign Park District: Request for Bids for Playground Surfacing Mulch

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

Storage Cages for the Solid Waste Division of the Boone County Fiscal Court

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

PROPOSAL FOR 2017 MINERAL WELL BRINE

Invitation for Bid. Purchase of Live Floor Trailer

PROPOSAL FOR 2019 MINERAL WELL BRINE

Vertical Milling Machine

St. George CCSD #258

Appomattox River Water Authority

Proposal No:

CITY OF HUTCHINSON BID FORM Page 1 of 2

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

HVAC Remodel Second Floor North Center Building

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

ADVERTISEMENT FOR BIDS

STATEMENT OF BIDDER'S QUALIFICATIONS

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole

PLEASANTVILLE HOUSING AUTHORITY

Invitation To Bid. for

QTY DESCRIPTION ALL PER ATTACHED SPECIFICATIONS UNIT PRICE

SERVICE BODIES TO FIT TWO (2)2016 FORD F250 EXTENDED CAB PICK-UP TRUCKS EIGHT (8) FOOT BOX DELETE CITY OF HUDSON PUBLIC UTILITIES

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

CENTENNIAL SCHOOL DISTRICT Business Office 48 Swan Way, Warminster, PA (215) , Extension FAX: (215)

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN

INSTRUCTIONS TO BIDDERS

R E Q U E S T F O R B I D. UNIFIED SCHOOL DISTRICT NO POYNTZ AVENUE MANHATTAN, KS

SEVEN (7), 2017 OR NEWER GASOLINE POWERED, 1 TON 4x4 CREW CAB LONG BED PICKUP TRUCKS For the Boone County Public Works Department

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

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

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

INSTRUCTIONS TO BIDDERS

INVITATION FOR BID Multi Power Power Plant

ALL TERRAIN SLOPE MOWER

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

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

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

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

Invitation to Bid. Attached you will find a Bid Form. If you have any questions, feel free to call or me directly.

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

HARTSELLE UTILITIES INVITATION FOR BID

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

BID FOR LUMP SUM CONTRACT

SECTION 1.A BID FOR LUMP SUM CONTRACT

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE:

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

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION

HOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract

NOTICE AND CALL FOR BID Multi-Material Horizontal Baler with Above Floor Conveyor

PROPOSAL FOR LIQUID CALCIUM CHLORIDE

.z:> By: Dan Tadic, P.E. Acting Public Works Director

Bulk CO2 Tank and Fill Box

INVITATION FOR BIDS FOR A PURCHASE OF 9 VEHICLES TO BE USED BY MONROE COMMUNITY MENTAL HEALTH AUTHORITY

CITY OF TITUSVILLE, FLORIDA

Transcription:

CITY OF GALESBURG PURCHASING 55 W Tompkins St Galesburg, IL 61401 Phone: (309) 345-3678 INVITATION FOR BIDS For the purchase of (1) one new stump grinder to be utilized by the Forestry Division Instructions to Bidders 1. An advertisement for sealed bids on the above was published in the Galesburg Register-Mail on November 10, 2013 As stated in such notice, bids will be received until 11:00 a.m., local time, November 20, 2013 and, at that time, publicly opened and read aloud in the Basement Conference Room, located in City Hall. 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 (1) one stump grinder for the Forestry Division shall appear on the outside of the sealed envelope. The bidder shall also include their Company name and address on the outside of the submitted envelope. 3. The bidder shall insert the price, and supply all the information as indicated on the Bid Form. The prices inserted shall be net and shall be the full cost for the items specified, including all factors whatsoever. 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. Delivery of the goods and/or services shall be as stated in the bid documents. 7. 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.

8. 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. 9. 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. 10. 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. 11. Bidder certifies that all laws of the State of Illinois and ordinances of the City of Galesburg in effect at the date of bidding 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 supplier. 12. These instructions are to be considered an integral part of any bid. Dated: November 10, 2013 Kraig Boynton Purchasing Agent

CITY OF GALESBURG, ILLINOIS Specifications for (1) one new stump grinder to be utilized by the Forestry Division GENERAL: This bid is for the purchase of (1) one stump grinder to be utilized by the Forestry Division. The new unit will replace unit #143, a 2000 Vermeer SC502A with approximately 400 hours. The new unit should be equivalent to that of a Vermeer SC802 stump grinder. The Vermeer brand is being listed for comparison purposes. All equivalent offerings will be considered. Units offered shall closely meet or exceed the following below listed specifications. Applicable literature shall be supplied by vendor when submitting bid. Vendors are required to review the detailed specifications and check yes or no as to whether the offer submitted will meet the requirements stated. The vendor should address any discrepancies by attaching a letter with their bid detailing the discrepancy. Should the awarded vendor not be able to supply the unit as stated in the timeframe stated, the City reserves the right to discontinue the purchase at no cost to the City and recommend that the City Council ban the vendor from any future procurements with the City. Change orders will not be issued for vendor errors. All standard equipment and accessories, whether or not specified, shall be provided unless overwritten by the detailed specifications. All manufacturer s window stickers and paperwork shall accompany the delivery of the unit. Questions concerning the detailed specifications or to inspect the trade-in should be directed to Mr. Myron Miller, Central Garage Supt. at (309) 345-3661 during normal business hours. DETAILED: General YES NO Unit shall be in the 74hp (55.2kW) class. Length of the basic unit shall not exceed 167" (424cm). Width of the unit shall not exceed 80" (204cm). Overall height shall not be more than 79" (201cm). Maximum weight of the unit shall not be more than 4040lb (1832.5kg) with manual controls, or 4100lb (1859.7kg). Engine YES NO Unit shall be equipped with an industrial, Tier 4i(Stage IIIB) engine equal to a Duetz TD2011L04I with 74hp (55.2kW). Chassis YES NO The units chassis shall be constructed of reinforced 4" (10cm) tubing. The boom shall be 5" (12.7cm) square tubing. Wheels floatation 16.5X8.25 mod style, 6 bolt circle. Axle must be a torsion axle rated at 6000lb (2721.6kg). Fenders must be welded on.

Cutting System YES NO The cutting wheel shall be balanced and a mimimum of 28" (71.1cm) in diameter and.93" (2.3cm) thick. The wheel shall have a minimum of 42 teeth. The teeth shall be carbide tipped. The tooth and pocket shall be of two piece construction of forged steel secured to the wheel with two bolts. The cutting dimensions shall be a minimum of 25" (63.5cm) below ground, 35" (88.9cm) above ground and have a 103" (261.6cm) swing arc. All dimensions shall be measured from the centerline of the cutter wheel. The unit shall be able to telescope, via hysraulic tongue cylinder, 60" (152.4cm). The unit shall be equipped with AutoSweep which detects rpm drop of the engine and automatically slows the cutting sweep rate until the engine rpm's recover to full rpm. Hydraulic System YES NO The unit shall be equipped with live hydraulics with the hydraulic pump directly coupled to the engine. The system must be open center with a return type 6 micron, 100 micron mesh suction strainer type filtrations system. The unit shall have a maximum relief pressure of 2000 psi (138 bar). The unit shall have a hydraulic tank with a minimum capacity of 3 gal (11.3L). Drive YES NO The cutter wheel system shall be of a direct, gearbox type drive. The drive shall consist of an upper gearbox with straight bevel gears, attached to a drive shaft with u-joints and a lower gearbox with straight bevel gears.

Instrumentation/Controls YES NO The unit shall have an hour meter, a cold engine starting system, an alternator/battery light. An engine warning light for low oil pressure warning and high engine oil temperature warning, automatic low oil pressure shutdown and high engine oil temperature shutdown switches. The unit shall have a swing out control station. The unit shall have separate controls for swing (left/right), forward/backward movement and up/down movement mounted on the control station. The throttle and ignition switch shall be on the control station. The control station shall have an operator viewing window constructed of coated polycarbonate 3/16" (5mm) thick. The unit shall come equipped with two tow chains, brakes, stop, LED/Trailer towing lights, turn, tail, side marker and license plate lights. The unit shall have an enclosed lockable battery compartment. Manuals/Instructions YES NO Two full sets of operator's maintenance and parts manuals shall be supplied with the machine. A cabled operator's manual printed on water resistant paper placed in a weather tight storage box shall be provided near the control panel. An operations and safety video (DVD) shall be supplied with each machine.

CITY OF GALESBURG, ILLINOIS BID FORM Name of Bidder Business Address Phone No. Fax No. E-Mail Address: The Bidder above mentioned declares and certifies: First - Second - Third - Fourth - Fifth - 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. That the prices quoted herein are net and exclusive of all taxes from which the City of Galesburg is exempt. That the cost of the goods or services that meets the requirements as set forth in the Instruction to Bidders and the Specifications aforementioned is: If new: Cost for new stump grinder as specified $ Less Trade-in: $ Net Cost to City $ Year, Make, and Model: Delivery Lead Time:

*Applicable brochure information should be submitted with bid. Sixth - Seventh - That said bidder has executed the Certificate of Compliance, and has submitted herewith. That the complete guarantee and warranties offered are: Eighth - That complete literature and specifications, where applicable, for the goods or services are attached herewith. Person, Firm, or Corporation Authorized signature and title Printed Name of Individual

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, HANDICAPOR 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 REQUIREMENTS FOR THE SAME ESSENTIAL INFORMATION AS A W-9 RETURN TO: CITY OF GALESBURG OR FAX TO: 309-343-4765 ATTN: A/P 55 W TOMPKINS ST GALESBURG, IL 61401 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 THE SYSTEM VENDOR NUMBER: