langhorne, pennsylvania - Neshaminy School District

advertisement
NESHAMINY SCHOOL DISTRICT
PURCHASING DEPARTMENT
2001 OLD LINCOLN HIGHWAY
LANGHORNE, PENNSYLVANIA 19047
BID CONDITIONS AND SPECIFICATIONS
TECH ED SUPPLIES FOR SY 2012/2013
BID PROPOSAL NO:
13-04
SUBMISSION DATE AND TIME:
Friday January 13th ,2012
at 10:00am.
DESTINATION FOR DELIVERY OF BIDS:
ONLINE VIA ESCHOOLMALL
EASYBID APPLICATION,WHICH
CAN BE FOUND AT
WWW.ESCHOOLMALL.COM
NO PRICING RESPONSES WILL BE ACCEPTED EXCEPT ONLINE IN THE
ESCHOOLMALL SYSTEM
Any questions pertaining to the bid specifications may be directed to
Mr. Thomas Sizgorich, Director of Purchasing at (215) 809-6280 , or
tsizgorich@neshaminy.k12.pa.us .
SPECIAL NOTE:
A.
Vendors must preregister with eschoolmall as a supplier ( see
www.eschoolmall.com to register) . You will be charged a $95
annual registration fee. The $95 Fee is the only eschoolmall
cost to bidders and awardees under this bid . There are no
other cost charged by eschoolmall for awards from
Neshaminy School District awards resulting from this bid.
Contact Tom Sizgorich(215-809-6280) if you are charged
any other fees.
NESHAMINY SCHOOL DISTRICT
2001 OLD LINCOLN HIGHWAY
LANGHORNE, PENNSYLVANIA
INSTRUCTIONS AND TERMS AND CONDITIONS FOR BIDDING
1.
Bids/Proposals will be opened electronically using eschoolmall’s easybid application in the
Purchasing Department at 2001 OLD LINCOLN HIGHWAY , Langhorne, Pennsylvania on the date
and time specified in the bid.
Bids shall be provided to vendors through eschoolmall’s easyBid application. All information will be
added and submitted by vendors directly through easyBid application. Alternative proposal
methods will not be considered. No oral or telegraphic modifications will be considered. Any
addenda issued during the time of the bidding shall be published as an addendum electronically and
shall be made a part of the contract.
2.
It is mutually understood and agreed by and between the School District and the Bidder that the
School District may make its award for one or more of the articles set forth in these specifications,
or may make its award for all of the articles set forth in these specifications. The School District
has the right to accept or reject all or any portion of any or all bids submitted, and to make the
award in the best interest of the School District.
3.
The Bidder agrees, if awarded any portion of the contract, to furnish and deliver the said articles at
such times, at such places, at such prices and in such quantities as herein specified, and that all of
the articles shall be subject to the inspection and approval of the School District. In the event that
any of the said articles shall be rejected as unsuitable or not in conformance with these
specifications, such articles shall at once be removed and returned to the Bidder and other articles
of proper quality as set forth in these specifications shall be furnished in place thereof. The School
District will incur no costs in excess of the amount awarded to replace unwanted or unsuitable
merchandise.
4.
In the event that the successful Bidder shall neglect or refuse to furnish and deliver the said articles
or any part thereof as provided in the specifications or to replace any which are rejected as stated
in these instructions, then the School District is authorized and empowered to purchase articles in
conformity with this contract from such party or parties in such quantities and in such manner as it
shall select at the expense of the successful Bidder, or to cancel this contract reserving unto itself,
nevertheless, all of the rights for damages which may be incurred by the School District.
5.
Where the invitation for bids describes or specifies a particular article, alternate bids covering articles
equal in all respects are permitted, unless otherwise stated. Where an invitation specifies an article
by name and the Bidder intends to furnish another article which the Bidder considers equal thereto,
in every instance the name and grade of the equivalent must be clearly stated in the bid. The
naming of any manufacturer by the School District is for the purpose of clarification and
identification and does not signify a preclusion of other manufacturers’ products, but it is agreed
that all articles shall be equal to those specified and shall, regardless of any trade or manufacturer's
name, meet the specifications. Vendor must identify name of manufacturer and manufacturer’s
number on bid. Failure to do so will be interpreted as indication of non-conformance with the
School District’s specifications.
If the item is being bid as specified , Bidder will select the “Quoted as specified checkbox” for each
line item. If the Bidder is responding with an alternate item, then the bidder shall indicate alternate
item within the item response notes and NOT select the “Quoted as specified “ checkbox.
If requested by the School District, Bidders shall furnish samples of such substitutes no later than
the time specified by the District and at the expense of the Bidder.
6.
Unless otherwise specified, samples are to be in the possession of the District prior to the date of
the bid opening in order to assure consideration. These samples shall be plainly marked with the
bid #, line #,item# and the name of the product as well as that of the Bidder. After awards are
made by the District, all samples will be returned to the unsuccessful Bidders at the expense of
those Bidders should they choose to have their samples returned. In the case of successful
Bidders, samples will be retained until final delivery of these items is completed.
7.
Bidder shall be responsible for notifying the School District of any price advantage to the District if
the order quantity of any item(s) were to be increased to the next higher price break point for that
item. Should such break point exist, such notice must be given at the time of bid submission.
2
8.
Vendor agrees to deliver as stated above such items of this bid as may be accepted by the School
District, immediately upon receipt of Purchase Order or within thirty (30) days thereafter, or
indicate exception. Items not delivered within the specified time are subject to cancellation by, and
at no cost to, the District.
9.
It is understood that the Neshaminy School District is exempt from the payment of excise taxes.
Should vendor desire to be exempt from such tax, vendor agrees to present to the District properly
prepared Exemption Certificates for execution. Such certificates will be presented only for items
furnished under this proposal, will list items and quantities delivered, and will state the names and
addresses of manufacturers and suppliers of said items.
10.
It is agreed that only those proposals received by the School District prior to the date and time
stated in each proposal shall be considered by the District. The School District reserves the right to
waive any irregularities in the best interest of the School District.
11.
Vendor agrees to hold harmless the Neshaminy School District, herein named, their officers,
employees or agents from any liability or performance of this contract which also includes claims
for Worker's Compensation.
12.
Vendor further agrees to comply with the laws, rules and regulations as may be applicable to the
supplying of, delivery of, installation of, and other acts necessary in the fulfillment of this proposal.
13.
Vendor agrees that the School District will make payment in full for any articles listed in, and
subject to, this proposal, ordered in writing by the School District and so delivered and installed (if
required), and to the satisfaction of the District for articles so delivered and accepted. Freight and
Handling and all other transportation and insurance charges are to be included in the Bidder’s Unit
Prices . The School District will not honor requests for payment for said charges added to the
contracted price(s) except orders released after Sept 1st that are less than $50 value. Three mailed
copies of Vendor’s invoice are required by the District for payment.
14.
Vendor agrees that any articles delivered, accepted by, and paid for by the School District shall
nevertheless be guaranteed for a period of at least one (1) year from the date of delivery. Bidder
agrees to replace any article developing defects within such period. Material with Product
expirations codes must have a shelf life that exceeds 18 months beyond the bid due date.
15.
Bidder shall enclose with bid submission catalog cuts and descriptive data in order to permit
thorough checking by School District personnel for each item and to determine specification
compliance. Samples shall be supplied as requested or as indicated herein.
16.
Bidder hereby agrees to fulfill all requirements with respect to the installation of items quoted on an
installed basis and accepts responsibility for having visited the installation site and becoming
familiar with all conditions which may affect such installation. Bidder further agrees to supply all
materials, tools, equipment, transportation, labor, supervision and insurance which are required to
complete the installation in a manner approved by the District.
17.
All bidders must enter information as to probable time of delivery for items upon which bids are
submitted. Orders placed as a result of bids will imply a contractual obligation of the Vendor to
supply the items within the time specified by the bidder on the bid.
18.
In the event that the Bidder's quotations are valid for less than 90 days - the extent of time allowed
for acceptance of the bid by the School District will be clearly indicated on the bid.
19.
The School District reserves the right to increase or decrease the quantity awarded for each item
from that originally requested without affecting the unit price.
20.
All cartons are to be clearly marked indicating the Purchase Order Number as it appears on the
Purchase Order.
21.
Bids shall show both unit and total prices. Should figures be in disagreement, the unit price shall
govern. Prices are to be expressed in two (2) decimal places only. Any prices displaying more than
two (2) decimal digits will not be recognized or rounded up by the Neshaminy School District.
22.
Reservations - Any bidder who has demonstrated poor performance during either a current or
previous agreement with the School District may be considered as an unqualified source and their
proposal may be rejected. The School District reserves the right to exercise this option as is
deemed proper and/or necessary.
3
23.
Piggyback Clause: Included in the Proposal/Bid is a piggyback option. All proposers are to
respond to this by indicating their acceptance or rejection on page 2 and 3 of the Proposal/Bid
Response Sheets in the space provided. There is a Piggyback option included in this bid which if
accepted by the supplier could allow other school districts both regionally and nationally to
piggyback onto this bid.
24.
The response to this Request for Proposal/Bid shall include :
a.. Submitted online bids in the eschoolmall system for those items of the core list
for which you are submitting a bid .
b. SCANNED COPIES of the following documents electronically attached within the
eschoolmall online bids :
1.Completed Proposal Response sheets(5 pages), including signature of
Contractor’s authorized representative and ;
2. Completed “Qualification Survey” form with a list of three references.
The contractor must be able to display experience providing similar product and
services to other customers comparable to the product and services required by
Neshaminy School District. A list of three references for similar products &
service must be provided with bid.
3. Completed Non-Collusion Affidavit.
4. Bid check/bond in 10 % of bid total dollar amount payable to Neshaminy
School District .
c. Mailed originals of Proposal Response sheets, Qualification Survey, Notarized Non
Collusion Affidavit and Bid Check/bond.
All Mailed UNDER SEPARATE COVER TO
Neshaminy School District 2001 Old Lincoln Highway , Langhorne, PA
19047 Attn Purchasing Dept. Ref: Bid 13-04.
TECH ED SUPPLIES- SPECIAL INSTRUCTIONS
1)
2)
3)
4)
Quantities listed (in our core list- the items listed in the Eschoolmall online bid ) represent
our best estimate of Neshaminy’s minimum requirements for the contract period.
Neshaminy School District does not guarantee the quantity in the core list . Any additional
actual usage will depend on the needs of the District and those of any other agency
utilizing the Piggyback option if accepted by Vendor. We operate a 8500 student school
district with 13 active school buildings and a staff of over 1400 employees. All deliveries
will be made to our central receiving location at 2001 Old Lincoln Hwy, Langhorne , PA
19047.
Neshaminy SD is part of the Bucks County Intermediate Unit Purchasing
Consortium whose member Districts, Technical Institutes and other members include
over 90,000 students .
The contract period will begin on the date of the Award Notification in Eschoolmall
system (or July 1st, 2012 ( whichever is earlier ) and expire at the end of the business day
on June 30th , 2013. The prices offered are to remain firm for the duration of the
contract period.
The School District reserves the option to extend the contracts for up to 3 additional
twelve ( 12 ) month periods with the mutual agreement of the parties. The terms and
conditions of any extension shall be mutually agreed to.
Deliveries will be requested as needed by the Neshaminy School District
throughout the contract period; however , most of the items on the core list will be
delivered upon Purchase order release for delivery July 1st, 2012 ,however deliveries may
be made during earlier months but invoices will be paid in July. All prices include freight
and handling charges except Orders valued under $50 which are released after
September 1st- those will be shipped FOB Shipping point , third party billed.
A 10 % Bid check/ bond is required with your response. It is agreed the surety will be
forfeited to and retained by the District as liquidated damages if this proposal or any part
thereof is accepted by the District and seller shall fail to carry out all of the provisions of
this proposal. Surety will be returned at end of contract period for all awardees and after
award notifications for all others.
TJS 12/14/11
4
PROPOSAL/ BID RESPONSE FOR BID13-04
( PAGE 1 OF 5 )
NESHAMINY SCHOOL DISTRICT
2001 OLD LINCOLN HIGHWAY
LANGHORNE, PENNSYLVANIA
(A completed response sheet shall be an electronic attachment included as part of the Supplier’s online
response in the eschoolmall system.)
Gentlemen:
We, the undersigned, herewith propose and agree to furnish to the Neshaminy School District any
one or all of the items that we have priced at the prices set opposite each item on the attached
bid response sheets and in the online eschoolmall easy line bidding software system used to
respond to this solicitation.
This proposal is subject to all the terms of these specifications as printed on the attached pages
and we hereby agree to enter into a written contract to furnish such item or items as may be
awarded to us, and to furnish such security as these specifications require.
The undersigned bidder certifies to having read these specifications and offers to furnish the
articles specified to the Neshaminy School District in exact accordance with the specifications and
at the prices stated.
SIGNATURE
__________________________________________________________________________
TITLE
__________________________________________________________________________
COMPANY
NAME__________________________________________________________________________
ADDRESS
__________________________________________________________________________
__________________________________________________________________________
TELEPHONE
__________________________________________________________________________
FAX
__________________________________________________________________________
E-MAIL
__________________________________________________________________________
DATE
__________________________________________________________________________
BIDDER PROPOSAL # (if any)
_____________________________________________________________
TERMS OF PAYMENT
_____________________________________________________________
BID SECURITY (10%) OF TOTAL BID______________________________________
As guarantee of such delivery and placement as required we/I have attached hereto a certified check, bank cashier's
check, trust company treasurer's check or Bid Bond from a surety company legally authorized to do business
in the Commonwealth of Pennsylvania and acceptable to the District (Bid Bond acceptance will be
determined by an A.M. Best Co. rating of B+ or higher), in an amount of no less than Ten (10%) Percent of
the total herein stated bid made payable to the Neshaminy School District. It is agreed the surety will be
forfeited to and retained by the District as liquidated damages if this proposal or any part thereof is accepted
by the District and we/I shall fail to carry out all of the provisions of this proposal.
5
Proposal /Bid Response for Bid 13-04
( PAGE 2 of 5 )
Proposer Name _: __________________________
OPTIONAL OFFERING OF DISCOUNT FROM MANUFACTURER PUBLISHED
LIST PRICE OR CATALOG PRICE BID OR COST PLUS
For items not specifically included in the Core List (the line items in the eschoolmall online bid ) ,
you are invited to submit a proposal for current use and use during subsequent yearly extensions
( if exercised) and/or for use by Piggybacking local procurement units.
We hereby offer All other ITEMS FROM the below specified Manufacturers ( FOB Destination) at X% off
published list or Y% off catalog pricing or
Cost Plus Z% (Note : only one method per mfr. may be selected ) :
Manufacturer Name
(Please indicate one
manufacturer(s) per line )
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
All other
manufacturer’s
21
Shop Labor Rate ( if
ever needed ). To
include all G & A
and profit.
X % off Published
List Price*
Y % off Catalog
Pricing *
Xxxxxxxxxxxxxxx
xxxxxxxxxxxxxxx
Xxxxxxxxxxxxxx
xxxxxxxxxxxxxx
$
per mhr
Cost **
Plus Z %
XXXXXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXXXXX
XXXXXXXXXX
*Lists or catalogs referenced are to be submitted as electronic attachments as part of online bid response
in eschoolmall system.
** Cost shall be as invoiced by manufacturer ( subject to audit by Buyer) less any rebates ( no G &A
expenses included ) .
1. Are you an Authorized dealer /distributor for the above MFRs?:Circle one …Yes / NO
Note : A letter of authorization from the Manufacturer may be requested at a later time .
Piggyback Clause- please check one
Accepted ( _____)
Not accepted (______)
2.
Are you willing to negotiate lower pricing after award for additional volumes ……Yes / No
6
Proposal /Bid Response for Bid 13-04
( PAGE 3 of 5)
Proposer Name _: __________________________
PIGGYBACKING CLAUSE
AUTHORIZATION FOR OTHER PUBLIC SCHOOL AGENCIES
TO PURCHASE DIRECTLY FROM VENDOR
ACCORDING TO THE TERMS OF THIS CONTRACT
Pursuant to Section 1902 of ACT 57 of May 15, 1998, as amended, (TITLE 62 Pa, C.S. 1902),
know as the “Commonwealth Procurement Code” school districts (and other local public
procurement units) are permitted to purchase supplies, materials, equipment, and other
personal property under the terms of a contract entered into by another awarding or
sponsoring school district. This process is commonly known as “piggybacking”. The
Neshaminy School District, which is the awarding / sponsoring district under this contract, is
willing to make this option available to other school districts for the items that are the subject
of this contract, provided the vendor indicates its agreement at the time it submits its offer to
the Neshaminy School District.
THIS FORM MUST BE RETURNED AS PART OF THE RFP PACKAGE, WHETHER OR NOT THE
VENDOR AGREES TO PARTICIPATE IN THE PIGGYBACKING PROVISIONS. If the vendor
indicates its agreement to the piggybacking arrangement, the following conditions will apply:
1.
2.
3.
4.
5.
6.
7.
Vendor will have the option to sell supplies, materials, equipment, and other personal
property (if that is the subject of its bid) directly to any of the other school districts in the
USA that submit order requests (in the form of purchase orders or such other
documentation as the vendor may require) directly to the vendor.
By this agreement, vendor is not required to accept all or any such order requests and may
impose reasonable limits on the quantities it is willing to provide to other districts.
If vendor agrees to sell items to other districts on a piggybacking arrangement, vendor
agrees that all terms and conditions of its agreement with the Neshaminy School District
including, but not limited to, specifications, price, and quality will apply to items sold to
other districts, and such terms including all guarantees and warranties will extend directly
to the additional purchasing district. Vendor acknowledges that the Neshaminy School
District will not be a party to any such sales agreements and will not serve as an
intermediary or assume any responsibility with respect to such transactions.
Payment for items sold to other districts will be the responsibility of such districts and will
be made directly to vendor. To this end, the Neshaminy School district, the vendor, and
other districts waive any obligation of those other districts under the application status to
make payments directly to the Neshaminy School District.
The decision of the vendor to make its product available to other districts under this
piggybacking arrangement shall not alter or affect its obligation of full performance to the
Neshaminy School District.
Although the Neshaminy School District intends, by this provision, to make the
piggybacking process available to other districts, subject to the vendor’s approval, the
Neshaminy School District makes no representation as to the ability of other districts to
purchase directly from the vendor without separate compliance with the competitive
bidding statutes and vendor and all other districts participating in the process assume the
responsibility to determine whether such compliance is excused by this provision and
Public School Code.
If any other “local procurement unit” piggybacks this agreement, the vendor shall rebate
( a service fee) to awarding/ sponsoring district (Neshaminy SD) or designated assignee
an amount equal to 2% of all revenues received under any such piggyback orders. This
2% shall be absorbed by the vendor in their G&A/Profit so that the cost to the other
district shall be no more than it is for the awarding/sponsoring district . This rebate is in
consideration and recognition of the fact that the vendor did not need to respond to
separate RFPs, quotes or bids; nor invest as much time in securing the additional award
from piggyback user districts and the time and effort expended by the sponsoring district
to enable the piggybacking process to occur. This rebate ( service fee) shall be paid
quarterly after the receipt of piggyback purchase order revenues. It shall be due and
payable the first day of March, June, September and December for the life of the contract
for all revenues received during the prior 120 days but not including the 30 days
immediately prior to these dates.
Vendor agrees to accept the piggybacking option:
_________________________
(Please Initial)
Vendor does not agree to accept the piggybacking option:
_________________________
(Please Initial)
( See next 2 pages for States and Counties in which Piggyback offer may apply )
7
Proposal /Bid Response for Bid 13-04
( PAGE 4 of 5)
States in which Piggyback offer may apply : Circle all that are included :
United States and its Territories in alphabetical order:

Alabama

New Hampshire

Alaska

New Jersey

American Samoa

New Mexico

Arizona

New York

Arkansas

North Carolina

California

North Dakota

Colorado


Northern Marianas
Islands
Connecticut


Ohio
Delaware


Oklahoma
District of Columbia


Oregon
Florida


Pennsylvania
Georgia


Puerto Rico
Guam


Rhode Island
Hawaii


South Carolina
Idaho


South Dakota
Illinois


Tennessee
Indiana


Texas
Iowa


Utah
Kansas


Vermont
Kentucky


Virginia
Louisiana


Virgin Islands
Maine


Washington
Maryland


West Virginia
Massachusetts


Wisconsin
Michigan


Wyoming
Minnesota


Mississippi
US States All 48
Contiguous

Missouri

Montana

Nebraska

Nevada
8
This is a list of the
Proposal /Bid Response for Bid 13-04
( PAGE 5 of 5)
Pennsylvania Counties where Piggyback offer may apply : Circle those included

Adams

Clinton

Lackawanna

Pike

Allegheny

Columbia

Lancaster

Potter

Armstrong

Crawford

Lawrence

Schuylkill

Beaver

Cumberland

Lebanon

Snyder

Bedford

Dauphin

Lehigh

Somerset

Berks

Delaware

Luzerne

Sullivan

Blair

Elk

Lycoming

Susquehanna

Bradford

Erie

McKean

Tioga

Bucks

Fayette

Mercer

Union

Butler

Forest

Mifflin

Venango

Cambria

Franklin

Monroe

Warren

Cameron

Fulton

Montgomery

Washington

Carbon

Greene

Montour

Wayne

Centre

Huntingdon

Northampton

Westmoreland

Chester

Indiana

Northumberland

Wyoming

Clarion

Jefferson

Perry

York

Clearfield

Juniata

Philadelphia

ALL
QUALIFICATION SURVEY
Proposal /Bid Response -Bid 13-04
for Proposer Name_: __________________________
If you are providing a proposal and wish to become a qualified supplier of Tech Ed Supplies , please respond to the
below list of information and include a completed survey as a scanned electronic attachment to your bid response in
the eschoolmall bidding system:
1. Name of Company:______________________________________________
Main Office location ( City /State):____________________________
Numbers of Other Stocking locations: __________
(Attach list of stocking locations( City /State): check if attached: (
)
2. Estimated Annual Sales/revenues (in dollars):_________________________
US Market Size of your industry In dollars : ___________________
Your estimated % Share of the US Market : ________
Your top three Competitors: ________________________________
________________________________
________________________________
3. Local Representative:
Name:
Address – Line 1:
Address – Line 2:
Email:
Phone:
Fax:
4. List top 10 Manufacturers for which you are an authorized distributor:
i. ______________________________
ii. ______________________________
iii. ______________________________
iv. ______________________________
v. ______________________________
vi. ______________________________
vii. ______________________________
viii. ______________________________
ix. ______________________________
x. ______________________________
Submit any Additional mfr. on an attached list : check if attached : (
5. Would you be willing to participate in a Reverse Auction for your products and services if you
become a qualified supplier?
6. Do have an online ordering website for your products ?
What is the URL ?
Can it’s use be customized for specific customer pricing agreement ?
Has the site been used in eschoolmall system as a dynamic link for ordering?
10
).
7. Please provide references which we may contact of current or past school district customers :
School Districts(at least three):
Reference 1:
 School District
 Location
 Contact name
 Phone number
11
Reference 2:




School District
Location
Contact name
Phone number
Reference 3:




School District
Location
Contact name
Phone number
NOTE – THE ORIGINAL OF THIS AFFIDAVIT IS TO BE MAILED TO:
Neshaminy School District
2001 Old Lincoln Highway ,
Langhorne, PA 19047
Attn Purchasing Dept. ref: Bid 13-04.
A SCANNED COPY of the document to be electronically attached within the eschoolmall online bids
Proposal /Bid Response for Bid 13-04
NON-COLLUSION AFFIDAVIT
________________________
Bidder Name
State of _____________________________
: s.s.
County of ___________________________ :
Contract/Bid No ____________________________
I state that I am ___________________________ of__________________________
(Title)
(Name of my firm)
and that I am authorized to make this affidavit on behalf of my firm, and its owners, directors, and officers. I am the person
responsible in my firm for the price(s) and the amount of this bid.
I state that:
(1) The price(s) and amount of this bid have been arrived at independently and without consultation, communication or
agreement with any other contractor, bidder or potential bidder.
(2) Neither the price(s) nor the amount of this bid, and neither the approximate price(s) nor the approximate amount of
this bid, have been disclosed to any other firm or person who is a bidder or potential bidder, and they will not be disclosed
before the bid opening.
(3) No attempt has been made or will be made to induce any firm or person to refrain from bidding on this contract, or
to submit a bid higher than this bid, or to submit an intentionally high or noncompetitive bid or other form of complementary
bid.
(4) The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from,
any firm or person to submit a complementary or other noncompetitive bid.
(5) _______________________, its affiliates, subsidiaries, officers, directors and employees are
(Name of my firm)
not currently under investigation by any governmental agency and have not in the last four years been convicted or found liable
for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any
public contract, except as follows:_______________________________________
(Indicate “none” if applicable.)
I
state
that
(Name of my firm)
_____________________________________________
understands
and
acknowledges
that the above representations are material and important, and will be relied on by the Neshaminy School District Board of Directors
when awarding the items for which this bid is submitted. I understand and my firm understands that any misstatement in this
affidavit is and shall be treated as fraudulent concealment from the Neshaminy School District Board of Directors, of the true facts
relating to the submission of bids for this contract.
___________________________________________
(Print Name of Authorized Person and Company Position)
____________________________________
Signature of Authorized Person
Sworn to and subscribed before
me this ____________ day of
______________________, 20_____
_______________________________
My commission Expires_____________
Notary Public
12
Download