CITY OF GAINESVILLE INVITATION TO BID



Similar documents
ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA

Bids must be on the "BID FORM" provided and be submitted in a sealed envelope that is plainly marked "NEW VEHICLES BID".

HALIFAX REGIONAL MUNICIPALITY (HRM) Seven (7) Current Model Year 4 Door Compact Front Wheel Drive Cars TENDER T15-122

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

HOUSTON COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT

RFQ No. 4856B /MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 2:00 PM

OSWEGO COUNTY PURCHASING DEPARTMENT

REQUEST FOR PROPOSAL. Insurance Broker Services. Property Liability Casualty Fleet Workers Compensation

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

REQUEST FOR PROPOSALS FOR PROPERTY RISK MANAGEMENT SERVICES

Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015

HOUSTON COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT

REQUEST FOR PROPOSAL Procurement of Landscaping Services

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS

INSTRUCTIONS, REQUIREMENTS

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

Department of Purchasing & Contract Compliance

REQUEST FOR QUOTES ACTUARIAL CONSULTING SERVICES - GASB 43 & 45 To Valuate the Town of Reading Retiree Medical & Life Insurance Obligation

REQUEST FOR PROPOSAL RFP GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538


Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

INSTRUCTIONS TO BIDDERS

CITY OF WINCHESTER, KENTUCKY REQUEST FOR PROPOSAL INSURANCE BROKERAGE SERVICES

CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI INVITATION TO BID

Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal.

CITY OF URBANA, ILLINOIS REQUEST FOR QUOTE GENERAL TERMS, CONDITIONS AND SPECIFICATIONS FOR: ONE (1) ELECTRIC PASSENGER VEHICLE RFQ #

REQUEST FOR PROPOSALS FOR TELEPHONE SERVICES FOR CUMBERLAND COUNTY GOVERNMENT

RFP Milestones, Instructions, and Information

COUNTY OF TANEY, MISSOURI

REQUEST FOR PROPOSAL

VEHICLE LEASE REQUEST FOR QUOTE Winter 2015 RVC15-08

Robla School District

Washington County School District Request for Proposal School Bus Fleet Tracking System RFP #TD 1011

City of Statesboro. Request for Qualifications: Life Insurance Brokerage Services

DUE DATE: August 23, :00 p.m.

Issue Date: May 6, 2014

REQUEST FOR QUALIFICATIONS

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

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

REQUEST FOR QUALIFICATIONS/PROPOSALS FOR THE PROVISION OF PROFESSIONAL SERVICES PRIMARY BANKING. ISSUE DATE: June 23, DUE DATE: July 12, 2011

PIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR PROPOSAL (RFP) for PRINT MANAGEMENT SYSTEM FOR PUBLIC COMPUTERS

Request for Proposal Permitting Software

City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044

Request for Proposals for Upgraded or Replacement Phone System

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE. (Project)

REQUEST FOR PROPOSALS: Internet Access Service. For: Peach County School District (BEN: )

Belgrade School District No Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

NOLENSVILLE POLICE DEPARTMENT REQUEST FOR PROPOSAL AND BID RECORDS MANAGEMENT SYSTEM SOFTWARE

REQUEST FOR PROPOSALS CONSULTANT TO PERFORM EXECUTIVE SEARCH SERVICES FOR THE POSITION OF TOWN MANAGER FOR THE TOWN OF NORTH KINGSTOWN RI

INSTRUCTIONS TO BIDDERS

Department of Purchasing & Contract Compliance

Request for Proposal: Network Switches

Request for Proposal RFP # Printing & Mailing Services

North American Development Bank. Model Bidding Document: Procurement of Goods, Works and Services

CLAY COUNTY UTILITY AUTHORITY, FLORIDA REQUEST FOR PROPOSALS FOR

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

Due Date: Tuesday September 8, 2:00 pm

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

SEALED BID SOLICITATION QUOTATION BLANKET ORDER

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

REQUEST FOR QUALIFICATIONS

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #

REQUEST FOR PROPOSALS

COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK (845)

TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY. Qualification Period January 1, 2014 December 31, 2014

BID FORM REHABILITATION CONSTRUCTION PROJECT FOR

DeKalb County Purchasing Policy. August 6, 2014

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE

Center Unified School District

REQUEST FOR PROPOSALS

Department of Purchasing & Contract Compliance

Judicial Council of California

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSTRUCTIONS TO BIDDERS

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP#

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

SECTION INSTRUCTIONS TO BIDDERS

ADDENDUM NUMBER TWO (2) TO THE REQUEST FOR PROPOSAL (RFP) FOR FINANCIAL PLANNER POOL, RFP NUMBER 2P

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

Air Conditioning Maintenance Services

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 19, 2016

N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP")

COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID

Transcription:

CITY OF GAINESVILLE INVITATION TO BID BID No. 15054 One (1) New 19 Ton Boom Truck Cab with 3 Section 70 Full Power Boom Cab Mounted on Single Axle (Per Attached Specifications) Bid Release: 5/21/15 Bid Questions Deadline: 5/28/15 Bid Due Date: 6/4/15 Postal Return Address: Courier Delivery Address: City of Gainesville City of Gainesville Public Utilities Public Utilities 757 Queen City Parkway 757 Queen City Parkway Gainesville, GA 30501 Gainesville, GA 30501

City of Gainesville Invitation to Bid BID No. 15054 One (1) New 19 Ton Boom Truck with 3 Section 70 Full Power Boom Cab Mounted on Single Rear Axle Sealed Bids will be received by the City of Gainesville, Purchasing Department, 757 Queen City Parkway, Gainesville, GA. 30501 until 2:00 PM., June 4, 2015, for the Purchase of One (1) New 19 Ton Boom Truck with 3 Section 70 Full Power Boom Cab Mounted on Single Rear Axle OVERVIEW The City of Gainesville, Georgia (Hereafter also referred to as The City ) seeks Bids to provide One (1) New 19 Ton Boom Truck with 3 Section 70 Full Power Boom Cab Mounted on Single Rear Axle for its Public Utilities Department. The City desires to purchase One (1) New 19 Ton Boom Truck with 3 Section 70 Full Power Boom Cab Mounted on Single Rear Axle The Boom Truck is expected to be available for use at the 1006 S. Bradford St. Ext., Gainesville, GA 30501 no later than 12/31/15. BID CORRESPONDENT Upon Release of this Bid, all vendor communications concerning this acquisition must be directed to the Purchasing Department correspondent listed below: Amy J. Smith City of Gainesville Public Utilities 757 Queen City Parkway, Gainesville, GA. 30501 Phone: 770-297-2982 FAX: 770-531-2672 asmith@gainesville.org Unauthorized contact regarding the Bid with other Gainesville City employees may result in disqualification. Any oral communications will be considered unofficial and non-binding on the City of Gainesville. Vendor should rely only on written statements issued by the Bid correspondent.

BID QUESTIONS All questions must be submitted in writing to the Bid correspondent named above. Questions must be received by 10:00 a.m., May 28, 2015. A list of questions and answers will be provided to all know Bidders and by request. Requests may be made to the Bid correspondent named above. BID RESPONSE DATE AND LOCATION The Public Utilities Purchasing Department must receive the vendors Bid in a sealed envelope, in its entirety, not later than 2:00 PM Eastern Standard Time in Gainesville, Georgia on June 4, 2015. Bids arriving after the deadline will be returned unopened to their senders. All Bids and accompanying documentation will become the property of the City of Gainesville and may not be returned. One (1) original and (1) copy of this Bid must be submitted to allow for evaluation. Bids must be clearly marked on the outside of the package: One (1) New 19 Ton Boom Truck with 3 Section 70 Full Power Boom Cab Mounted on Single Rear Axle Vendors assume the risk of the method of dispatch chosen. The City of Gainesville assumes no responsibility for delays caused by any delivery service. Postmarking by the due date will not substitute for actual Bid receipt. Late Bids will not be accepted nor will additional time be granted to any vendor. Bids may not be delivered by facsimile transmission or other telecommunication or solely by electronic means. Bid Schedule: Bid Release: May 21, 2015 Bid Questions Deadline: Bid Due Date: Anticipated Award Date: May 28, 2015 10:00 AM June 4, 2015 2:00 PM EST June 4, 2015 (subject to final Bid review) WAIVER OF TECHNICALITIES All items must meet or exceed specifications as stated by the City of Gainesville. The City of Gainesville reserves the right to waive any technicalities and to reject or accept any Bid in its entirety or to accept any portion thereof if it is determined that either method results in lower costs, better service, final satisfaction or is otherwise determined to be in the best interest of the City of Gainesville. Award may be made by item number or in total. Determination of best response to Bid will be the sole judgment of the City of Gainesville. Bids shall remain valid for ninety days for the date of Bid opening. BID REJECTION The City of Gainesville reserves the right to reject any or all Bids at any time without penalty. MODIFICATION OF BIDS Any clerical mistake that is patently obvious on the face of the Bid may, subject to the limitations described below, be corrected upon written request and verification submitted by the Bidders. A nonmaterial omission in a Bid may be corrected if the Purchasing Department determines that correction to be in the City s best interest. Omissions affecting or relating to any of the following shall be deemed material and shall not be corrected after Bid opening: (1) Price Information; and

(2) Any required Insurance WITHDRAWAL OF BIDS Bids may be withdrawn at any time prior to the Bid opening. After Bids have been publicly opened, withdrawal of a Bid shall be based upon the following: The Bidders shall give notice in writing of his claim of right to withdraw his Bid due to an error within two business days after the conclusion of the Bid opening procedure. Bids may be withdrawn from consideration if the price is substantially lower than the other Bids due solely to a mistake therein, provided the Bid was submitted in good faith, and the mistake was a clerical mistake as opposed to a judgment mistake, and was actually due to an unintentional arithmetic error or an unintentional omission of a quantity of work, labor or material made directly in the compilation of the Bid, which unintentional arithmetical error or unintentional omission can be clearly shown by objective evidence drawn from inspection of original work papers, documents and materials used in the preparation of the Bid sought to be withdrawn. The Bidder s original work papers shall be the sole acceptable evidence of error and mistake if he elects to withdraw his Bid. If a Bid is withdrawn under the authority of this provision, the lowest remaining responsive Bid shall be deemed to be the low Bid. BIDDERS RESPONSIBILITY When determining whether a Bidder is responsible, or when evaluating a Bid, the following factors may be considered, any one of which will suffice to determine whether a Bidders is responsible or the Bid is the most advantageous to the City: The ability, capacity and skill of the Bidders to perform the contract or provide the equipment and/or service required. The character, integrity, reputation, judgment, experience and efficiency of the Bidders. Whether the Bidders can perform the contract within the time specified. The quality of performance of previous public and private contracts or services, including, but not limited to, the Bidder s failure to perform satisfactorily or complete any written contract. The City s termination for default of a previous contract with a Bidder, within the past three years, shall be deemed to be such a failure. The previous and existing compliance by the Bidders with laws relating to the contract or service. Evidence of collusion with any other Bidders, in which case colluding Bidders will be restricted from submitting further Bids on the subject project or future Bids, for a period not less than three years. The Bidders has been convicted of a crime of moral turpitude or any felony, excepting convictions that have been pardoned, expunged or annulled, whether in this state, in any other state, by the United States, or in a foreign country, province or municipality. Bidders shall affirmatively disclose to the City all such convictions, especially of management personnel or the Bidders as an entity, prior to notice of award or execution of a contract, whichever comes first. Failure to make such

affirmative disclosure shall be grounds, in the City s sole option and discretion, for termination for default subsequent to award or execution of the contract. If the Bidders will be unable, financially or otherwise, to perform the work. At the time of the Bid opening, the Bidder is not authorized to do business in the Georgia, or otherwise lacks a necessary license, registration or permit. Any other reason deemed proper by the City. NON-ENDORSEMENT As a result of the selection of a vendor to supply products and/or services to the City of Gainesville, the City of Gainesville is neither endorsing nor suggesting that the vendor s product is the best or only solution. The vendor agrees to make no reference to the City of Gainesville in any literature, promotional material, brochures, sales presentation or the like without the express written consent of the City of Gainesville. PROPRIETARY BID MATERIAL Any information contained in the Bid that is proprietary will be neither accepted nor honored. All information contained in this Bid is subject to public disclosure. RESPONSE PROPERTY OF THE CITY OF GAINESVILLE All material submitted in response to this request become the property of the City of Gainesville. Selection or rejection of a response does not affect his right. NO OBLIGATION TO BUY The City of Gainesville reserves the right to refrain from contracting with or purchasing from any vendor. The release of this Bid does not compel the City of Gainesville to purchase. COST OF PREPARING BIDS The City of Gainesville is not liable for any cost incurred by vendors in the preparation and presentation of Bids and demonstrations submitted in response to this Bid. NUMBER OF BID COPIES REQUIRED Vendors are to submit (1) original Bid and (1) copy. ADDENDA Bidders are responsible to check the City of Gainesville s website for the issuance of any addenda prior to submitting a Bid. The address is http://www.gainesville.org/purchasing

BID AWARD AND EXECUTION The City will select the Bid that, in its sole discretion, is the most responsive and responsible Bid to the City. The City reserves the right to make any award without further discussion of the Bid submitted; there may be no best and final offer procedure. Therefore, the Bid should be initially submitted on the most favorable terms the vendor can offer. The specification may be altered by the City of Gainesville based on the vendor s Bid and an increase or reduction of services with the manufacturer may be negotiated before Bid award and execution. LOCAL VENDOR PREFERENCE Local Vendor means a bidder or offeror which operates and maintains a brick and mortar business, i.e. a physical business address, within the city limits of the City of Gainesville, has a current business license, has paid in full all real and personal taxes owed the City, is considered a vendor in good standing with the City and can obtain an active vendor status. A local vendor may receive an opportunity to match for purchases, bids, Bid or contracts over $20,000 and less than $100,000. The local vendor may be given an opportunity to match the lowest price Bid, if the quotation or bid of the local vendor is within 3% of the lowest price Bid by a non-local vendor. In the event a local vendor matches the lowest price Bid, including all other terms, quality, services and conditions, then the local vendor shall be awarded the contract. In the event the price Bid of more than one local vendor is within 3% of the lowest overall price Bid of a non-local vendor, the local vendor with the lowest Bid will be given the first opportunity to match the lowest overall price Bid. If this local vendor declines to match the price Bid, then the local vendor with the next lowest bid within 3% will be given the opportunity to match the lowest Bid. This process will continue with all local vendors having Bid within 3% of the lowest overall bid by a non-local vendor. Policy to be stated. This policy shall be so stated in all applicable solicitations. Exemptions. This provision does not apply to public works construction projects or road projects pursuant to the laws of the State of Georgia (O.C.G.A 36-91 or 32-4). BID REQUIREMENTS/EVALUATION CRITERIA The City will evaluate all written submittals. It is incumbent upon the Bidders to demonstrate within their Bids how each requirement will be satisfied. All Bids must meet the specification as outlined in this Bid. The City reserves the right to investigate the qualifications and experience of the Bidders, or to obtain new Bids. Bids not sufficiently detailed or in an unacceptable form may be rejected by the City. Dates and documentation included in the Bid become public information upon opening the Bids. Interested firms must follow the process outlined in the following pages in submitting their Bid. The following criteria, not listed in order of importance, will be used to evaluate Bids. Terms, condition and pricing of purchase or lease agreement. Cost of amenities available for the product(s).

Product Requirements The following specifications are provided as a minimal requirement only. The City will consider any product that meets or exceeds the minimum requirements. Bidders shall provide information regarding the proposed product for evaluation by the City. A. One (1) New 19 Ton Boom Truck with 3 Section 70 Full Power Boom Cab Mounted on Single Rear Axle COMPLY (Check one only) EXCEPTION 1. Color: White yes no exc 2. Engine: Diesel Engine 350 HP yes no exc 3. Transmission: 6 speed automatic with overdrive programmed for construction purposes yes no exc 4. G.V.W.R.: Maximum available yes no exc 5. Wheelbase: (dimension to fit unit offered) yes no exc 6. Battery: High capacity yes no exc 7. Alternator: High output yes no exc 8. Brakes: Power ABS brake system yes no exc 9. Front Tires: (2) Tubeless steel belted radial, all terrain yes no exc 10. Rear Tires: (2) Tubeless steel belted radial, all terrain yes no exc 11. Spare wheel and tire: Full size to match yes no exc 12. Mirrors: Driver & passenger manual black folding extendable trailer outside mirrors yes no exc 13. Glass: Tinted windows yes no exc 14. Heating / Cooling: All weather heating / Air Conditioner yes no exc 15. Radio: Standard AM / FM stereo yes no exc 16. Seat: Vinyl full-width bench, gray or blue yes no exc 17. Floor Covering: Rubber floor covering with HD auxiliary rubber mats yes no exc

18. Instruments / Gauge Package: fuel, water temp, hour meter, tachometer, oil pressure, volt meter, speedometer w/odometer yes no exc 19. Wipers: Windshield wiper w/delay yes no exc 20. Safety Alarm: Back-up alarm yes no exc 21. Rear bumper: shall be 12 x 4 x 1/8 tread plate step bumper. yes no exc 22. 300 of 9/16 Wire Rope yes no exc 23. 5 Ton Headache Ball yes no exc 24. 20 Steel Floor Bed yes no exc 25. Removable Front Boom Rest yes no exc 26. 24 Steel Bulkhead yes no exc 27. Aluminum Tool Box (Chassis Mount) yes no exc 28. Front Center Stabilizer yes no exc 29. Rear Bumper Underride Protection yes no exc 30. Hydraulic Capacity Alert & ATB System yes no exc 31. Outrigger Monitoring System yes no exc 32. Two person steel manbasket mounted to tip of boom yes no exc 33. 4 function radio remote control yes no exc 34. Hydraulic Capacity Alert System yes no exc 34. Current OSHA inspection yes no exc 34. Complete manufacturer s descriptive literature and warranty shall be submitted with response. yes no exc NOTE: A PURCHASE ORDER WILL NOT BE ISSUED FOR THIS TRUCK UNTIL JULY 1, 2015

D. EXCEPTIONS AND DEVIATIONS It is the vendor s responsibility to carefully examine each item of the specifications. Failure to respond to each item of the specifications - comply: yes / no / exc - could cause this response to be rejected without review as nonresponsive. All variances, no responses, exceptions and/or deviations should be explained by item no., in the following spaces provided: Number of Products to be purchased: It is the City s intent to purchase One (1) New 19 Ton Boom Truck with 3 Section 70 Full Power Boom Cab Mounted on Single Rear Axle. Bids should include pricing details for One (1) New 19 Ton Boom Truck with 3 Section 70 Full Power Boom Cab Mounted on Single Rear Axle Responsibilities of the Bidder The Bidder, at its sole expense shall: Deliver, install, test and adjust product. Comply with all laws, ordinances, regulations, requirements and rules with respect to the maintenance of the (product).

City of Gainesville INVITATION TO BID Bid No. 15054 One (1) New 19 Ton Boom Truck with 3 Section 70 Full Power Boom Cab Mounted on Single Rear Axle Bid Certification Bidders must return the following certification with their Bids. With my signature, I certify that I am authorized to commit my firm to the Bid and that they information herein is valid for 90 days from this date. I further certify that all information presented herein is accurate and complete and that the scope of work can be performed as presented in this Bid upon the City s request. Bidders Signature Date Name (printed) Title Unofficial Witness Signature Date Name (printed) Title Company Address Phone Fax Email Address Notary Public Commission Expires:

City of Gainesville INVITATION TO BID Bid No. 15054 One (1) New 19 Ton Boom Truck with 3 Section 70 Full Power Boom Cab Mounted on Single Rear Axle Bid Certification This form must be completed and signed for bid to be considered. Postal Return Address: Courier Delivery Address: City of Gainesville City of Gainesville Purchasing Office Purchasing Office 757 Queen City Parkway 757 Queen City Parkway Gainesville, GA 30501 Gainesville, GA 30501 Bid Response: Truck: Year / Make / Model Boom: Make / Model Bid Total: Having read and responded to all attached specifications, the undersigned offers the above quoted prices, terms and conditions. Signed, sealed, and delivered In the presence of: Unofficial Witness (Name of Company) By: (Person authorized to sign binding contract) Title: Notary Public Commission Expires: Attest: (Officer of Company if Corporation) Title: