INVITATION TO BID #16/17-16CNP OES Serving Line Equipment May 31, 2017

Similar documents
REQUEST FOR PROPOSAL DESIGN BUILD PUBLIC WORKS BUILDING. March 2017

Montgomery County Intermediate Unit 2 West Lafayette Street Norristown, Pa 19401

REQUEST FOR PROPOSAL (RFP) FOR LOCAL COUNSEL LEGAL REPRESENTATION FOR LYCOMING COUNTY IN POTENTIAL OPIOID- RELATED LITIGATION

Request for Proposal. for. Student Loan Default Prevention Services RFP. Proposal Due Date-November 29, 2017

Sincerely, Dwayne Scicchitano, Coordinator Northumberland County Weatherization

Automatic License Plate Recognition System for the Police Department

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on March 21, 2018.

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

SPECIAL ADMINISTRATIVE BOARD OF THE TRANSITIONAL SCHOOL DISTRICT OF THE CITY OF ST. LOUIS RFQ #:

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

Agency of Record for Marketing and Advertising

SMALL BUSINESS INCENTIVE GRANT PROGRAM (SBIG)

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

DALTON PUBLIC SCHOOLS

Business Improvement Grant Program. Application

Pest Control Services

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

Copiers. Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701

REGISTERED DIETITIAN

REQUEST FOR PROPOSALS: Strategic Plan. Schedule: Written questions will be due by 12:00 p.m. (CST), November 22, 2017

Poughkeepsie City School District Jane Bolin Administration Building 11 College Avenue Poughkeepsie, NY STAC Services School Year

Request for Proposal. NEXT GENERATION RADIO SYSTEM NEEDS ASSESSMENT AND STRATEGIC PLAN Ref #22715RFP911

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

GUIDELINES FOR BUSINESS IMPROVEMENT GRANT PROGRAM BY THE COLUMBUS COMMUNITY & INDUSTRIAL DEVELOPMENT CORPORATION

ADDENDUM No. 1 REQUEST FOR PROPOSALS: AGENCY OF RECORD FOR MARKETING & ADVERTISING. DATE: September 3, 2015

ITB # Law Enforcement Vehicle Equipment Installation

LIBRARY COOPERATIVE GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [Governing Body] for and on behalf of [grantee]

REQUEST FOR PROPOSAL. Certification Form. CONSTRUCTION MANAGEMENT SERVICES RFP Number BS June 24, of 9

Downtown Interior Improvement Grant Program Application Packet

STONE CHILD COLLEGE. The contract will be for one (1) year and correspond with the fiscal year of the College, which is July 1, 2018 to June 30, 2019.

Date: April 6, 2018 SUBJECT: REQUEST FOR QUALIFICATIONS. RFQ # Business Analyst Services

REQUEST FOR PROPOSAL: SAN EXPANSION & OPTIMIZATION

BREMEN CITY SCHOOL NUTRITION PROGRAM PROCUREMENT PLAN

Summer School Nurse (LPN or RN)

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

Request for Proposals (RFP) RFP NO. E&CD GRANT WRITING AND ADMINISTRATION SERVICES

REQUEST FOR QUOTATION For Renovation of Juvenile Court Administrative Office

2018 NEW HAMPSHIRE ELECTRIC COOPERATIVE (NHEC) COMMERCIAL WEATHERIZATION PROGRAM

BARNEGAT TOWNSHIP SCHOOL DISTRICT 550 BARNEGAT BOULEVARD NORTH BARNEGAT, NEW JERSEY (609) FAX (609)

Request for Proposal. Purchase of New Mobile Trailer Climbing Wall. No November 23, 2015

RFP # Digital Marquee PROPOSAL OPENING DATE: January 10, 2018

REQUEST FOR PROPOSALS Thomas MacLaren State Charter School Classroom Furniture for K-5 School March 2, 2018

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

Request for Proposal: Alton Middle School NETWORK CABLING

Request for Proposal Youth Motivational and Workshop Speakers

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Request for Proposals

EDGEWOOD INDEPENDENT SCHOOL DISTRICT

WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services

Knights Ferry Elementary School District

Caledonia Park Playground Equipment

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

In consideration of the mutual covenants and promises contained herein, the parties agree as follows:

Request for Qualifications Construction Manager

SEALED BID NO. : BID TITLE: DUE DATE/TIME: prior to 2:00 p.m. SUBMITTED BY: (Name of Company)

BELGRADE SCHOOL DISTRICT NO. 44

REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES

Request for Proposal: NETWORK FIREWALL

REQUISITION & PROPOSAL

REQUEST FOR QUOTATION For CISCO Catalyst Network Equipment

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2075. For. Student Refund and Financial Aid Disbursement Payments

CITY OF BUNNELL INVITATION TO BID NO GRANT WRITING AND ADMINISTRATIVES SERVICES

YUROK TRIBE REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP & RFQ)

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

CITY OF PORT ARANSAS, TEXAS REQUEST FOR PROPOSAL (RFP) FIRE STATION TEMPORARY FACILITY NOTICE TO BIDDERS

REQUEST FOR PROPOSAL FOR BUILDING LEASE

ALABAMA THE UNIVERSITY OF ALABAMA SURPLUS PROPERTY SALE PS /23/15

PPL s Business Energy Efficiency Program Direct Discount for Small Commercial & Industrial

Request for Proposal

LIVONIA PUBLIC SCHOOLS FARMINGTON ROAD LIVONIA, MI (734)

BELTON INDEPENDENT SCHOOL DISTRICT

Request for Proposal. for. LED Lighting Upgrade. November 17, 2015

Le-Nor-Co Purchasing Cooperative. Joint Purchase Agreement. February 2017

NOTICE OF REQUEST FOR PROPOSALS

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

Colquitt Regional Medical Center

KELLER INDEPENDENT SCHOOL DISTRICT

TABLE OF CONTENTS. Page 2 of 24

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

December 1, CTNext 865 Brook St., Rocky Hill, CT tel: web: ctnext.com

Commercial Façade Improvement Grant Program Application Packet

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

REQUEST FOR PROPOSAL ERATE Funding Year NETWORK UPGRADE PROJECT

LAUREL SCHOOL DISTRICT REQUEST FOR PROPOSAL ERATE Funding Year WIRELESS UPGRADE PROJECT

ALDINE INDEPENDENT SCHOOL DISTRICT Dr. Wanda Bamberg, Superintendent of Schools

CITY OF PORT ARANSAS, TEXAS REQUEST FOR PROPOSAL (RFP) BASEBALL FIELD LIGHTING NOTICE TO BIDDERS

REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX

Blue Jeans Go Green UltraTouch Denim Insulation Grant Program OFFICIAL GRANT APPLICATION GUIDELINES

New Jersey Department of Transportation Bureau of Research RESEARCH PROJECT Request for Proposal 2017/19 Program

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for STREET CONSTRUCTION SERVICES. RFP STREET WIDENING and TRAFFIC SIGNAL INSTALLATION

Downtown Retail Interior Improvement Award Program Application Packet

LivaNova Terms and Conditions for Donations and Grants

Jean Monestime Miami-Dade County Commissioner, District 2 Mom And Pop Small Business Grant Program

REQUEST FOR PROPOSAL (RFP) COVER PAGE

September 14, 2016 ADDENDUM NO. 1 SPECIFICATION NO FOR REPAIR SERVICES FOR VEHICLE IMMOBILITY DEVICES ( BOOTS )

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

M/WBE Supplier Diversity Profile Form

TX Notarial Certificates

Transcription:

Jenny Seals Superintendent INVITATION TO BID #16/17-16CNP OES Serving Line Equipment May 31, 2017 Scott Suttle BOE President Description The St. Clair County Board of Education invites you to bid on a OES Serving Line Equipment Package to replace current equipment at Odenville Elementary School Cafeteria. Sealed proposals will be received by the St. Clair Board of Education at 410 Roy Drive, Ashville, Alabama 35953 until Monday, June 12, 2017 at 9:00 a.m., at which time they will be publicly opened and read aloud. A pre-bid conference will be held at the St. Clair County Schools Central Office, 410 Roy Drive, Ashville, AL 35953 on Tuesday, June 6, 2017 at 9:00 am. Bidders are urged to attend this meeting by which they will be given the opportunity to ask questions regarding equipment specifications and approval of any comparable equipment. Equipment Specifications: Item 1 Silverware Dispenser Quantity 2 Each Stainless steel counter to measure 30"L x 30"W x 24"H. Counter to be mounted on 6" casters to make the overall height 30". Top shall include a 28"L x 28"W x B"H depression to accommodate prepackaged plastic ware. Item 2 Milk Cooler Quantity 2 Each Milk Cooler, 34" long, single access, forced air cooling, (8) 13" x 13" x 11" or (4) 19" x 13" x 11" crate cap., stainless steel interior & exterior, (4) locking swivel casters, 1/4 hp, Made in USA. Milk Cooler to be manufactured by Continental Refrigeration. Item 3 Merchandising Display Counter Quantity 2 Each Stainless steel counter to accommodate drop-in pass-thru refrigerated merchandiser, Delfield model #F5PC48N. Side of the counter is to include an electrical outlet for item #2 to plug into. Rear of the counter to have perforated stainless steel doors. Counter to be stainless construction with laminated standoffs as per general specifications. Size and shape per drawings. Item 4 Corner Counter Quantity 2 Each Stainless steel mitered corner. Corner counter to be open to shelves on the back side. Counter to be stainless construction with laminated standoffs as per general specifications. Size and shape per drawings. Page 1

Item 5 Hot Food Counter Quantity 2 Each Hot Food Counter to be self-serve with five (5) individually controlled hot wells. Hot wells to have self-serve sneeze guard that includes lighting and thermostatically controlled heat strip. Rear of the counter to include stainless steel doors. Counter to be stainless construction with laminated standoffs as per general specifications. Size and shape per drawings. Item 6 Heated Shelf Counter Quantity 2 Each Heated Shelf Counter to be self-serve Hatco model #HBGB-3018. Heated shelf to have self-serve sneeze guard that includes lighting and thermostatically controlled heat strip. Rear of the counter to include stainless steel doors. Counter to be stainless construction with laminated standoffs as per general specifications. Size and shape per drawings. Item 7 Cold Food Counter Quantity 2 Each Cold Food Counter to be self-serve with the capacity to hold six (6) hotel pans. Cold wells to have two-tier self-serve sneeze guard that includes lighting below the bottom shelf. Rear of the counter to include perforated stainless steel doors. Counter to be stainless construction with laminated standoffs as per general specifications. Size and shape per drawings. Item 8 Electrical Counter Quantity 2 Each Electrical counter to house one (1) load center each. Load center is to allow for single point electrical connection for each side of the serving counter line-up. Rear of the counter is to include stainless steel doors. Counter to be stainless construction with laminated standoffs as per general specifications. Size and shape per drawings. Item 9 Ice Machine Counter Quantity 2 Each Ice Machine Counter is to be manufactured to support the weight of existing ice machines and dispensers. Rear of the counter is to be left open with a notched top to allow for final connections. Front of the counter is to have a removable access panel that is to be concealed by the laminated standoff panel. Counter to be stainless construction with laminated standoffs as per general specifications. Size and shape per drawings. Item 10 Cashier Counter Quantity 1 Each Cashier counter to include receptacle for data and electrical with all necessary penetrations and grommets. Counter to be stainless construction with laminated standoffs as per general specifications. Size and shape per drawings. Page 2

Manufacture: Specifications are based on Atlanta Custom Fabricators. Alternates must be written and approved by St Claire County Schools 10 days prior to the bid opening. Alternate manufacturers must submit shop drawings for approval prior to bid. Alternate manufacturers must have ten (10) years in business to be considered. St Clair County Schools: Final connections, plumbing, and any necessary electrical upgrades. Dealer Responsibility: Removal and disposal of the existing serving counters. Awarded dealer will do field dimensions, sign and verify as built drawings from manufacture prior to manufacturing. Dealer is responsible for delivering, uncrating, setting in place and leveling the new serving counters. Removal of trash and cleaning the new serving counters are the responsibility of the awarded dealer. Winning Bid The winning bid will be determined based upon the submitted price from the lowest responsible bidder. Any equipment requiring pre-approval must be submitted to Rachel Fowler by Tuesday, June 6, 2017 at 9 a.m. during the pre-conference meeting. A vendor/bidder will be awarded bid based on total price for equipment package. Determination of responsible bidder will be determined based upon but not limited to total bid price, shipping/delivery cost, warranty offered, references, and previous owner-vendor experiences. Bidders are to contact Rachel Fowler, Child Nutrition Program Director at 205-594-2022 or Joe Goble, Facilities Director, at 205-594-2056, for questions regarding the bid. Sealed Bids will be received at the St Clair County Board of Education, 410 Roy Drive, Ashville, AL 35953, until 9:00 a.m. CDT on June 12, 2017. Bids may be mailed or hand delivered. No faxed bids will be accepted. Bid opening will take place at 9:00 a.m. on Monday, June 12, 2017 at the Board of Education main office. The St. Clair County Board of Education maintains the right to terminate this agreement if the successful bidder breaches any material term or condition of this agreement and fails to cure such breach in a reasonable amount of time. The St. Clair County Board of Education reserves the right to reject any and/or all bids. Bid results will be posted at www.sccboe.org/departments/facilities and Purchasing. Directions for Submitting Bids and Bid Opening The opening of bids will be at 9:00 a.m. on Monday, June 12, 2017 at the St. Clair County Board of Education Central Office at 410 Roy Drive, Ashville Alabama. Bids are to be submitted in a sealed envelope with BID # 16/17-16CNP clearly marked on the outside of the envelope. Any bid received after that time and date will not be considered. Any bid may be withdrawn prior to the deadline listed; however, after a bid has been opened it may not be withdrawn. All prices and other terms of the bid shall be firm for a period of sixty (60) days from the date of the bid opening. In the event that only one bid is submitted the bid agent may reject the bid, extend the deadline of the bid, and/or negotiate the bid according to bid regulations. Page 3

Sealed bids may be mailed or delivered to the attention of: Joe Goble Coordinator of Facilities BID # 16/17-16CNP 410 Roy Drive Ashville, Al. 35953 (205)594-2056 Each bidder must include the following items with the bid: Bid Quote Page Affidavit of Alabama Immigration Non-Collusion Affidavit The successful bidder must provide the following within two weeks of being awarded the bid: E-Verify Memorandum of Understanding W-9 Sign a contract with the conditions set forth in the bid. Failure to provide these documents within the stated time frame will result in forfeiture with the next lowest bidder being awarded. Page 4

BID QUOTE PAGE Bid #16/17-16CNP Bid Opening Date: June 12, 2017 at 9:00 A.M. St. Clair County Board of Education Central Office 410 Roy Drive, Ashville AL 35953 NAME OF COMPANY: ADDRESS: PHONE: _ FAX: EMAIL: Submitted Price Per Bid Specifications: Equipment Unit Price Pkg. Price Item 1: Silverware Dispenser (2) Item 2: Milk Cooler (2) Item 3: Merchandising Display Counter (2) Item 4: Corner Counter (2) Item 5: Hot Food Counter (2) Item 6: Heated Shelf Counter (2) Item 7: Cold Food Counter (2) Item 8: Electrical Counter (2) Item 9: Ice Machine Counter (2) Item 10: Cashier Counter (2) Package Price SIGNATURE OF COMPANY OFFICIAL DATE Page 5

AFFIDAVIT OF ALABAMA IMMIGRATION COMPLIANCE BY A SUBCONTRACTOR TO LOCAL SCHOOL BOARD IN THE STATE OF ALABAMA AND/ OR THE STATE BOARD OF EDUCATION In compliance with SECTIONS 9 (a) and (b) BEASON-HAMMON ALABAMA TAXPAYER AND CITIZEN PROTECTION ACT (the Act ); CODE OF ALABAMA, SECTIONS 31-13-9 (a) and (b), this Affidavit of Alabama Immigration Compliance is to be completed and signed by an officer or owner of a subcontractor and notarized, as a condition for the award of any contract by a local school board ( the Board ) or by the Alabama Department of Education (ALSDE) to a Contractor that employs one or more employees in the State of Alabama and is a recipient of funds from the State of Alabama Department of Education, or funds from any political subdivision of the State of Alabama, or any public funded entity. As determined by the Superintendent of the Alabama Department of Education, a notarized Subcontractor Affidavit in this format shall be acceptable by all Contractors to local school boards in the State of Alabama and the ALSDE in compliance with the Act. Subcontractors are to provide notice to their Subcontractors of their Alabama Immigration Compliance obligations. State of Alabama: County of : Before me, a notary public, personally appeared (print name) who, is duly authorized by the business entity/employer which appears below, being sworn, says as follows: As a condition for being a subcontractor to a contractor or grantee on a project paid for by contract, grant, or incentive by the State of Alabama, or any political subdivision thereof, or any state-funded entity, I hereby attest that in my capacity as (your position) for (name of subcontractor), said subcontractor does not knowingly employ, hire for employment, or continue to employ an unauthorized alien. Further, subcontractor affirms that it is providing notice to its subcontractors of their Alabama Immigration Compliance obligations. I further attest that said subcontractor is enrolled in the E-Verify program and attached to this Affidavit is our E-Verify Memorandum of Understanding confirming such program enrollment. Further, as a direct subcontractor, for those current employees for whom the E-Verify program may not be used in accordance with applicable federal rules and regulations, subcontractor has reviewed, or had reviewed, the Form I-9s for each of its current employees and has a good faith belief that it has complied with ALA. CODE 31-13-9(c) and (d). I have read this Affidavit and swear and affirm that it is true and correct. Signature of Affiant Sworn to and subscribed before me this day of, 2. I certify that the Affiant is known (or made known) to me to be the identical party he or she claims to be. Signature and Seal of Notary Public Page 6

St. Clair County Board of Education 410 Roy Drive Ashville, Alabama 35953 (205) 594-7131 Fax (205) 594-4441 Notice of Alabama Immigration Law Compliance Requirements to all Contractors of the St. Clair County Board of Education As a Contractor, as defined in the Beason-Hammon Alabama Taxpayer and Citizen Protection Act, to the St. Clair County Board of Education ( the Board ), it is critical to your relationship (future or continuing) with the Board that you comply with the Immigration Reform and Control Act of 1986, as amended by the Immigration Act of 1990, and the Beason-Hammon Alabama Taxpayer and Citizen Protection Act. Accordingly, please provide your Affidavit of Immigration Compliance with attached E-Verify Memorandum of Understanding, as requested in the attached memorandum. If you do not believe these obligations apply to you, please notify the Board immediately. Every contract entered into by the Board from this point forward with a contractor will contain the following clause or one substantially similar: Alabama Immigration Law Compliance Contract: Contractor agrees that it will fully comply with the Immigration Reform and Control Act of 1986, as amended by the Immigration Act of 1990, and the Beason- Hammon Alabama Taxpayer and Citizen Protection Act, which makes it unlawful for an employer in Alabama to knowingly hire or continue to employ an alien who is or has become unauthorized with respect to such employment or to fail to comply with the I-9 requirements or who fails to use E-Verify to verify the eligibility to legally work in the United States for all of its new hires who are employed to work in the State of Alabama. Without limiting the foregoing, Contractor shall not knowingly employ, hire for employment, or continue to employ an unauthorized alien, and shall have an officer or other managerial employee who is personally familiar with the Contractor s hiring practices to execute an affidavit to this effect on the form supplied by the Board and return the same to the Board. Contractor shall also enroll in the E-Verify Program prior to performing any work, or continuing to perform any ongoing work, and shall remain enrolled throughout the entire course of its performance hereunder, and shall attach to its affidavit the E-Verify Program for Employment Verification and Memorandum of Understanding and such other documentation as the Board may require to confirm Contractor s enrollment in the E-Verify Program. Contractor agrees not to knowingly allow any of its subcontractors, or any other party with whom it has a contract, to employ in the State of Alabama any illegal or undocumented aliens to perform any work in connection with the Project, and shall include in all of its contracts a provision substantially similar to this paragraph. If Contractor receives actual knowledge of the unauthorized status of one of its employees in the State of Alabama, it will remove that employee from the project, jobsite or premises of the Board and shall comply with the Immigration Reform and Control Act of 1986, as amended by the Immigration Act of 1990, and the Beason-Hammon Alabama Taxpayer and Citizen Protection Act. Contractor shall require each of its subcontractors, or other parties with whom it has a contract, to act in a similar fashion. If Contractor violates any term of this provision, this Agreement will be subject to immediate termination by the Board. To the fullest extent permitted by law, Contractor shall defend, indemnify and hold harmless the Board from any and all losses, consequential damages, expenses (including, but not limited to, attorneys fees), claims, suits, liabilities, fines, penalties, and any other costs arising out of or in any way related to Contractor s failure to fulfill its obligations contained in this paragraph. To the extent that there is no formal written contract between the Board and the Contractor, such as where business is conducted by purchase order, this document shall serve as the Alabama Immigration Compliance Contract. Alabama Immigration Law Compliance Contract Notice Acknowledged and Agreed by Contractor whose name appears below: Contractor Officer or Owner Signature/Date Print Name/Title/Company Page 7 St. Clair County Board of Education

NON-COLLUSION AFFIDAVIT I state that I am of of (Title) (Name of 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 proposal. I state that: (1) The budgets shown in this proposal have been arrived at independently and without consultation, communication or agreement with any other contractor, responder, or potential responder to this Request for Proposal (RFP) or Invitation to Bid (ITB). (2) Neither the price(s) nor the amount of the proposal, and neither the approximate budgets nor approximate amounts in this proposal, have been disclosed to any other firm or person who is a responder or potential responder to this RFP/ITB, and they will not be disclosed before the proposal opening. (3) No attempt has been made or will be made to induce any firm or person to refrain from responding to this RFP/ITB, or to induce them to submit a budget that is higher than the budget in this proposal, or to submit any intentionally high or noncompetitive proposal or other form of non-responsive proposal. (4) The proposal and budget prepared by 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 proposal. (5) its affiliated, subsidiaries, officers, directors, and (Name of Firm) employees are 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 or proposing on any public contract. I state that understands and acknowledges that the (Name of Firm) above representations are material and important, and will be relied on by the St. Clair County Board of Education (SCCBOE) in awarding the contract(s) for which this proposal is submitted. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as fraudulent concealment from SCCBOE of the true facts relating to the submission of proposals for this contract. Signature Printed Name Date Page 8