TPS SEC Bid - Connecticut



TOWN OF TRUMBULL, CONNECTICUT

BOARD OF EDUCATION

REQUEST FOR QUOTATION

MILK BID

BID 6376 DUE: June 1, 2020 @ 2:00PM

GENERAL INSTRUCTIONS

The Town of Trumbull, Connecticut (hereinafter referred to as Town), through the Office of the Purchasing Agent, will accept sealed bids from qualified contractors (hereinafter referred to as vendor, contractor). The Town and Trumbull Board of Education (hereafter referred to as BOE) is accepting MILK BID proposals for Nine (9) schools cafeterias in all Trumbull Public Schools located in Trumbull, CT 06611 as specified in accordance with the attached Specifications and Requirements

This RFP is not a contract offer, and no contract exists until a written contract is signed by the Town and the successful proposer.

NOTE: The Board of Education reserves the right to reject any or all bids and to award the

contract in a manner which, in its opinion, serves the best interest of the Trumbull Board

of Education in the bid. The LOW BID, shall be only one consideration in awarding this

contract.

1. PREPARATION OF BIDS

a. Bids shall be submitted by using the enclosed BID PROPOSAL FORM that accompanies this request. Submit one (1) ORIGINAL and one (1) EXACT COPY. Bidders should submit bids in a clear, concise and legible manner to permit proper evaluation of responsive bids.

b. Bidders may also submit, under separate cover with their proposal, any samples of reports and documents that are necessary to meet the requirements of this bid request.

2. BID SUBMISSION

a. Bids are to be submitted in a sealed envelope clearly marked and addressed as follows:

Purchasing Agent – KEVIN BOVA

LT. Anthony Lopes

Bid 6376 – Due: June 1, 2020 by 2 pm sharp

Trumbull Police Department

158 Edison Rd,

Trumbull, CT 06611

b. Please be advised that the person signing the formal proposal must be authorized by your organization to contractually bind your firm with regard to prices and related contractual obligations for the delivery period requested.

c. No oral, email, telephonic, or faxed proposals will be considered. Corrections, deletions, or additions to the bids may be made by wire, provided such wires are received in correct and comprehensive form prior to the opening time of bids, and confirmed by letter. No telephone corrections, deletions, or additions will be accepted. The Town reserves the right to reject any or all bids, and to waive any or all formalities in connection therewith.

3. BID TIME

a. Bids shall be received at the Trumbull Police Department ATT: Purchasing Agent Kevin Bova and LT. Anthony Lopes, prior to the advertised hour of opening, at which time all proposals will NOT be publicly opened and will NOT be read aloud due to the current situation of Covid 19.

b. A bidder may withdraw a proposal at any time prior to the above scheduled date and time. Any bid received after the above scheduled date and time shall not be considered or opened.

4. TOWN - BOARD OF EDUCATION-OPTIONS

a. The BOE reserves the right to reject any or all bids and to waive any requirements, irregularities, technical defects or service therein when it is deemed to be in the best interest of the Town /BOE.

b. If your proposal does not meet or better the required specifications on all points, which must be outlined in a letter, otherwise it will be presumed that a proposal is in accordance with the required specifications.

c. The Town of Trumbull- BOE reserves the exclusive right to determine whether or not a proposal meets or exceeds the stated specifications.

5. TAXES

All purchases made by the Town & BOE, and associated with the award of this requirement shall be tax exempt. Any taxes must not be included in bid prices. A TOWN-BOE Tax Exemption Certificate shall be furnished upon request.

6. INQUIRIES

a. All inquiries regarding this request shall be answered up to close of business MAY 22, 2020 after which time no additional questions will be accepted. To ensure consistent interpretation of certain items, answers to questions the Town deems to be in the interest of all bidders will be made available in writing or by Fax as appropriate to all bidders. Inquiries of a technical nature may be directed to BETTY SINKO FOOD SERVICE DIRECTOR (203-452-4500) BSinko@. All other questions may be directed to Kevin J. Bova Purchasing Agent (203.452.5042) kbova@trumbull-

b. Additionally, after proposals are received, the Town-BOE reserves the right to communicate with any or all of the bidders to clarify the provisions of Proposals. The Town further reserves the right to request additional information from any bidder at any time after proposals are opened.

c. It is the sole responsibility of the responding firm to verify any addendums that may have been issued relating to this request prior to submission of a proposal. Failure to submit a bid or proposal that does not address any changes or addendums may result in a disqualification of a bid submission.

7. AWARD AND AUTHORITY

The Town Purchasing Agent will issue notification of award in writing along with a Standard Contract agreement. Then BOE will issue a Purchase order.

The Award will be based on best lowest price

The award shall be made after careful consideration of all factors including the final price.

8. PRICING

a. All prices quoted are to be firm for a period of one hundred and eighty five (185) days following bid opening. Special Consideration will be given to responses with extended firm price dates. The Town-BOE is always interested in any and all cost reduction opportunities.

b.

9. ASSIGNMENT OF RIGHTS, TITLES, AND INTERESTS

Any assignment or subcontracting/ 3RD PARTY by a services to be provided bidder, vendor, or contractor for work to be performed, or goods and/or, in whole or in part, and any other interest in conjunction with Town procurement shall not be permitted without the express written consent of the Town of Trumbull-BOE. Affirmative action /equal opportunity employer. Minority / women owned business enterprise are encouraged to apply

No contract may be assigned or transferred without the consent of the Purchasing Authority.

10. HOLD HARMLESS CLAUSE

Bidder agrees to indemnify, hold harmless and defend the Town from and against any and all liability for loss, damage or expense which the Town may suffer or for which the Town may be held liable by reason of injury, including death, to any person or damage to any property arising out of or in any manner connected with the operations to be performed under an agreement with the Town, whether or not due in whole or in part of any act, omission or negligence of the Town or any of his representatives or employees.

11. WORK REGULATIONS AND STANDARDS

All work activities performed in association with this request must be performed and completed for the Town-BOE in accordance with current Federal State and Local regulations. All services performed shall also conform to the latest OSHA standards and/or regulations.

12. DELIVERY

a. Schedule shall be arranged with the Betty Sinko and or approved BOE personal.

b. Special consideration may be given to bidders that can deliver as necessary

c. ALL INVOICES TO BE SENT TO BOE ATT: Betty Sinko

BOE LONG HILL ADMIN BUILDING

6254 MAIN STREET TRUMBULL CT 06611

13. CONFLICT OF INTEREST

Public officials shall be prohibited from receiving any town work procured through a public

Bid or bid waived process so as to avoid any appearance of impropriety or conflict of interest;

And; Public officials cannot circumvent the intent of this ordinance by receiving town work

Through a bid waiver, as proscribed by the Trumbull Town Charter.

14. STATEMENT OF QUALIFICATIONS AND REFERENCES

Bidders shall complete and submit the “Statement of Qualifications” section of this request along with the References

Form. The Town may make such investigations as necessary and it deems appropriate to

Determine the qualifications of the proposer to perform the work required. If the Town is not satisfied that the proposer is

Properly qualified, The Town along with the BOE reserves the right to reject the proposal of said

Proposer.

15. SPECIFICATIONS –

a) Each Bidder will be held responsible to have studied the Specifications, satisfied itself regarding all requirements, and to have included in the proposal an amount sufficient to cover all schools.

b) Should any Bidder find discrepancies in the Specifications - requirements, or be in doubt as to the exact meaning, notify the BOE-Town at once. The BOE-Town may then, at their option, issue Addenda clarifying same. The Town shall not be responsible for oral instructions or misinterpretations of Specifications.

c) The Town-BOE reserves the right to issue Addenda at any time prior to the Bid Opening. All such Addenda become, upon issuance part of the Specification. Each Bidder shall cover such Addenda in the proposal and shall acknowledge receipt of same on the blank provided therefore. It is the bidders’ responsibility to access the Town’s website or contact the Town for any addenda that may be issued in conjunction with this bid.

d) The Town-BOE reserves the right to require any or all Bidders to submit statements as to previous experience in performing comparable work; and as to financial and technical organizations and resources available for this specification. .

16. LOWEST RESPONSIBLE PROPOSAL

a) The Town along with the BOE shall determine the “lowest responsible qualified proposer” on the basis of the Proposer submitting the lowest “Total Proposal”, responsiveness of his Technical Proposal; and demonstrating a history of the ability and integrity necessary to perform the required work; and certifying that it shall perform the work in accordance with the specifications, scope of work and drawings if apical.

b) Proposals will be compared on the basis of the “Total Proposal” of the items listed in the Proposal and on basis of the Proposer’s experience and competence.

17. Addendums

It is the responsibility of all proposal submitters to verify with the Town if any addendums or changes to this bid have been made. All and any addendums will be posted on the Town of Trumbull – Purchasing Department website. trumbull- .

TOWN OF TRUMBULL, CONNECTICUT

BOARD OF EDUCATION

REQUEST FOR QUOTATION

MILK BID

BID 6376 DUE: June 1,, 2020 @ 2:00PM

General SPECIFICATIONS

GENERAL SPECIFICATIONS

BID FOR SCHOOL YEAR 2020-2021 BEGINNING AUGUST 1, 2020

DUE: MONDAY, JUNE 1, 2020 AT 2 PM

Trumbull Police Station

Kevin Bova, Purchasing

LT. ANTHONY LOPES

158 Edison Rd, Trumbull, CT 06611

A. MILK FOR RESALE

1. The Contract period shall extend from August 1, 2020 through June 30, 2021. There are approximately 185 days in the school year.

Nine (9) school cafeterias - One (1) High School - Trumbull

Two (2) Middle Schools – Hillcrest & Madison Six (6) Elementary Schools -

Booth Hill

Daniels Farm

French Town

Jane Ryan

Middlebrook

Tashua

2. The quality of milk for all products contained herein shall meet all bacteria standards for milk as stated in the Dairy Laws of the State of Connecticut. Specifications for required milk products are as follows:

One-half Pints in plastic-coated paper cartons.

AND

Without Artificial Growth Hormones

Plastic containers, translucent, in 8 oz., 10 oz. sizes, are preferred as the packaging for all milks to be delivered. Although the traditional cartons will be accepted, new packaging is the preference in this district. Please bid both traditional cartons and plastic bottles when bidding if available.

Please state price for cartons 8 oz. and plastic containers for 8 oz., 10oz, milk products that are without artificial growth hormones.

Plastic containers, in 8 oz., 10 oz. sizes, are to be free of soil at time of delivery.

All containers shall be properly sealed and free from leaks.

a) LOW-FAT MILK (1%)- not less than 2000 USP units Vitamin A per quart, not less than 400 USP units Vitamin D per quart, not less than 0.5% milk fats and not more than 2.0% milk fats. Shall be protein fortified and contain not less than 8.25% total milk solids non-fat. The ratio of the protein to total non-fat solids of the food and the protein efficiency ratio of all protein present shall not be decreased as a result of adding such ingredients. Emulsifiers or stabilizers added shall not be more than 2% by weight of the total non-fat milk solids added.

b) FAT FREE MILK (0%) SKIM MILK has sufficient milk-fat removed to bring the level to less than 0.5%.

c) FAT FREE (SKIM) - shall contain all the specifications as described for fat free (skim) milk with the addition of cocoa or chocolate or other approved flavoring.

3. Terms of price escalation (or de-escalation) - purchased milk (1/2 pints) only. Price escalation (or de-escalation) during the length of the contract period and through and including any renewal or extension period, specified herein will be allowed for purchased milk (1/2 pints) only. Bid quotations submitted in this regard should be based on the Federal Milk Market Administrator's monthly milk price which becomes effective June 2020.Subsequent billing adjustments will be allowed to the successful bidder-dealer when the monthly milk price as published by the Federal Milk Market Administrator equals or exceeds a total accumulation of 1/10 cent (.001) per 1/2/ pint of milk (based upon 184 1/2 pints of milk per hundred-weight) over (or under) the amount bid – or subsequently adjusted in accordance with this Section A.3 - by said dealer to the Trumbull School Food Service Program. The billing increase (or decrease) allowed as a result of the referenced cost accumulation will be the actual amount of the accumulated increase (or decrease) in question. Any accumulated monthly milk cost increase (or decrease) which is less than 1/10 cent (.001) per 1/2 pint of milk (over or under the amount bid - or currently being billed) shall be absorbed by the successful bidder-dealer.

All billing adjustments described above shall become effective on the first day of the month following the date (usually the 5th) of the Federal Milk Market Administrator's monthly milk price announcement which shall serve as the sole basis for the price adjustments referred to in this specification. No price adjustment shall be allowed except as provided for and in accordance with this Section A.3.

The successful bidder must provide each month a clear explanation of last month’s price, this month’s price and the change, if any, with the relied upon federal order.

4. Other miscellaneous instructions:

(a) Dealer shall deliver applicable milk products at least two times per week (at a daily time to be determined by each Cafeteria Manager) according to the available storage facilities located at each school.

(b) Storage Facilities: Dealer shall provide and regularly service one (1) cooler at Trumbull High School; two (2) coolers at Hillcrest Middle School; three (3) coolers at Madison Middle School; one (1) or two (2) coolers as required by enrollment at each Elementary School. Coolers provided by the Dealer shall be large enough to store the daily supply of milk in the delivery racks. The Dealer shall also provide additional coolers, if needed, because of unexpected needs. Dealer is to load milk into all coolers.

NOTE: All specified cooler equipment (cabinets) will be placed in each school no later than ten (10) calendar days after the date on which the Business Office notifies (in writing) the successful dealer of the subject bid award.

(c) Excess milk at each cafeteria after the final meal served before each school vacation shall be picked up and/or credited to the respective school cafeteria account.

B. TERMS AND CONDITIONS OF SERVICE - All Cafeterias

1. Straws, plastic, single 6 1/2" wrapped, shall be provided by the Dealer as requested by the Cafeteria Managers or other persons in charge.

2. The Board of Education reserves the right to test samples of milk throughout the school year to determine if the purchased milk is up to specifications as cited in Section A, 2 above. If milk is found not up to these specifications, the Board may, at its discretion, cancel the contract. The expense for all testing is to be born by the Dealer.

3. Milk shall be delivered to all schools (see attached list of locations) between the hours of 7:00 A.M. and 10:00 A.M. to the previously referenced nine schools. The Dealer's proposed delivery schedule, which is to be submitted at time of Bid, shall be subject to Food Service Department approval. If desired, the Food Service Department will assist in working out the schedule. Modifications of time may be made only at the discretion of the Food Service Department.

4. The Dealer shall load the milk into milk coolers or refrigerators provided for this purpose at all schools. Always rotating product so older stock will be used first. No milk shall be left outside of a school building

5. The Dealer shall deliver milk from his dairy to all schools in a refrigerated vehicle or vehicles. The cases holding the milk cartons are to be clean at all times; the refrigerated vehicle, which is to be maintained in excellent sanitary condition, shall be subject to unannounced inspections by the School Department and the local Board of Health. Any unsatisfactory conditions found as a result of such inspections shall be corrected immediately by the Dealer.

6. A daily delivery slip shall be left at each school; completely itemized bills shall be mailed monthly (by the succeeding fifth calendar day) to the School Lunch Office.

7. In the event that school sessions are cancelled due to inclement weather or holidays, no milk shall be delivered.

8. Buy American Provision:

Section 104 (d) of the William F. Goodling Child Nutrition reauthorization Act of 1998 requires schools and institutions participating in the National School Lunch Program (NSLP) and School Breakfast Program (SBP) to purchase, to the maximum extent practicable, domestic commodities or products for use in meals served under the NSLP and SBP. The legislation defines “domestic commodity or product” as one that is produced in the United States and is processed in the United States substantially using agricultural commodities that are produced in the United States. “Substantially” means that over 51 percent of the final processed product consists of agricultural commodities that were grown domestically.

C. CONSUMPTION STATISTICS 2019-2020

During the 2019-2020 school years approximately 442,650 half pints of milk were used; 8,079 low fats and skim milk, and 328,050 chocolate skim milk and 49,200 strawberries. (All figures are approximations due to school closure).

D. SAMPLES

Samples may be requested subsequent to the bid opening.

E. HEALTH CERTIFICATES

Copies of appropriate health certificate records may be requested subsequent to the bid opening.

F. CONTRACT

A written contract will be prepared by the Board of Education for use in connection with this bid proposal for the 2020-2021 school year.

G. The Board of Education reserves the right to reject any or all bids and to award the contract in a manner which, in its opinion, serves the best interest of the Trumbull Board of Education in the bid. The LOW BID, shall be only one consideration in awarding this contract. The Board of Education may reject any and all bids it deems necessary in the event it turns over control of its Food Services operations to a third party.

H. While any such contract awarded as the result of this bid shall be for the 2020-2021 school year ending June 30, 2021, the Board of Education may, at its option and/if deemed in the best interest of the Board of Education and/or the Trumbull Public School System, renew or extend the milk service contract referred to herein for an additional period of one year or more, if mutually agreeable to the awarded contractor-dealer for fiscal 2020-2021.

I. Discount terms are invited.

J. The Trumbull Board of Education requires that each responsive bidder include the attached certification statement with each bid on each contract. By signing the certification statement, the bidder certifies that neither it nor any of its principals (e.g. key employees) have been proposed for debarment, debarred, or suspended by a federal agency. It is the responsibility of each bidder to sign the certification statement and submit it with any bid.

K. Successful bidders will be required to submit with each monthly invoice certification statements relating to the portion of the price invoiced which is attributable to the Federal Market Order price and the Compact Over-order price with a copy of the applicable Federal Market Order. The successful bidder assumes the risk of and is responsible for all errors in the calculation of price escalation or de-escalation, and will promptly refund the Board of Education for all charges in excess of those permitted herein.

If a dairy imposes the Compact Over-order price structure and if the legislation is not extended, the dairy agrees to reduce the half-pint price by the amount certified as attributable to the Compact Over-order price structure.

Vendors are required to provide invoices that separate out the eight-ounce milk products eligible for reimbursement from any other products, such as straws, orange juice, etc.

L. All questions pertaining to this bid should be directed to:

Betty Sinko

Food Service Director

Trumbull Bd. of Education

6254 Main Street

Trumbull, CT 06611

203/452-4500

1. Quotations (to not more than three decimal places) are requested for milk for resale in the Trumbull Public Schools for the school year 2020-2021 (See separate General specifications attached).

2. Quotations are to be the same price for all three types of milk described in general Specifications Article A-2.

3. Quotations requested are to be for the contract period as described in general Specifications Article A-3.

Nine (9) school cafeterias – All located in Trumbull, CT 06611

Booth Hill School

545 Booth Hill Road

Frenchtown School

30 Frenchtown Road

Daniels Farm School

710 Daniels Farm Road

Middlebrooks School

220 Middlebrooks Avenue

Jane Ryan School

190 Park Lane

Tashua School

401 Stonehouse Road

Hillcrest Middle School

530 Daniels Farm Road

Madison School

4630 Madison Avenue

Trumbull High School

72 Strobel Road

TOWN OF TRUMBULL, CONNECTICUT

BOARD OF EDUCATION

REQUEST FOR QUOTATION

MILK BID

BID 6376 DUE: June 1, 2020 @ 2:00PM

Bid Form / PROPOSAL FORM

ADDENDA

The following Addenda have been received. The modifications to the Bid Documents noted therein have been considered and all costs thereto are included in the Base Bid.

Addenda # _________, ___________, __________, ___________, ____________

The undersigned affirms and declares that this proposal is executed with full knowledge and acceptance of the specifications, requirements, terms and conditions contained herein and with complete understanding and full compliance of system requirements and hereby submits this proposal for the request noted above and certifies that this proposal meets all the specifications and conditions requested herein. Any substitutions to the specifications requested are clearly and completely noted. Any alternate proposals are presented in a similar format to those requested and are attached herein. It is understood that the Town-BOE reserves the right to reject any or all proposals or waive any formalities in this request.

This proposal is submitted in full compliance with all Specifications and General Terms and Conditions except as

This Quotation / Proposal is to remain firm for one school year 2020-2021

By submission of this Proposal, each Proposer certifies, that this Proposal has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this Proposal with any other Proposer or with any competitor.

|Description |SIZE |PRICE |

|1/2 PT CHOCOLATE |  |  |

|1/2 PT STRAWBERRY |  |  |

|1/2 PT 1% WHITE |  |  |

|1/2PT SKIM |  |  |

|1/2PT C&C |  |  |

|SOUR CREAM |  |  |

|GALLONS 1% |  |  |

|EGGS |  |  |

|LACTAID (quarts) |  |  |

|SOY MILK (1/2 gal) |  |  |

|SMOOTHIES-MANGO |  |  |

|SMOOTHIES-BERRY |  |  |

|SMOOTHIES-BLUE |  |  |

|Water 16.9oz/40 |  |  |

|Water 8oz/48 |  |  |

|A & E Apple 8oz/24 |  |  |

|A & E Fruit Punch 8oz/24 |  |  |

|Switch - Watermelon |  |  |

|Switch - blk cherry |  |  |

|Description |SIZE |PRICE |

|Switch - orange |  |  |

|Switch - kiwi berry |  |  |

|Switch-fruit punch |  |  |

|Switch - grape |  |  |

|Switch - pineapple |  |  |

|  |  |  |

|Yogurts |  |  |

|STRAWS |  |  |

I have read the specifications and my proposal is submitted in complete compliance with all the items listed therein.

____________________________________ ______________________________________

Company Name by (Signature)

____________________________________ ______________________________________

Address Print Name (Duly Authorized Representative)

___________________________________ ______________________________________

Town –City -Zip Title

____________________________________ ______________________________________

Date Telephone/Fax

___________________________________ ______________________________________

Email Cell Phone/ Alt.Contact Number

TOWN OF TRUMBULL, CONNECTICUT

BOARD OF EDUCATION

REQUEST FOR QUOTATION

MILK BID

BID 6376 DUE: June 1, 2020 @ 2:00PM

REFERENCES

(To be submitted with proposal – attach additional pages as necessary)

List references for similar services provided for at least four (4) clients in the past five (5) years (attach any other client references if desired). PLEASE NOTE IT IS THE TOWN’S INTENT TO COMMUNICATE WITH THE REFERENCES LISTED HEREIN.

CLIENT 1:

Organization Name: ________________________________________________

Contact Name: __________________________________________ Phone: ___________________________

Service Dates: _____________________________________________________

Project(s): ___________________________________________________________________________________

CLIENT 2:

Organization Name: ________________________________________________

Contact Name: __________________________________________ Phone: ___________________________

Service Dates: _____________________________________________________

Project(s): ___________________________________________________________________________________

CLIENT 3:

Organization Name: ________________________________________________

Contact Name: __________________________________________ Phone: ___________________________

Service Dates: _____________________________________________________

Project(s): ___________________________________________________________________________________

CLIENT 4:

Organization Name: ________________________________________________

Contact Name: __________________________________________ Phone: ___________________________

Service Dates: _____________________________________________________

Project(s): ________________________________________________________________________________

TOWN OF TRUMBULL, CONNECTICUT

BOARD OF EDUCATION

REQUEST FOR QUOTATION

MILK BID

BID 6376 DUE: June 1, 2020 @ 2:00PM

THE PROPOSER SHALL STATE THE NAMES OF ALL OF ALL PROPOSED SUBCONTRACTORS.

PROPOSED ANY 3rd PARTY SUBCONTRACTORS

If none, write "None"__________________________________.

Proposed Subcontractor Name _____________________________________

Address________________________________________________________

Proposed Subcontractor Name _____________________________________

Address________________________________________________________

Proposed Subcontractor Name _____________________________________

Address________________________________________________________

Proposed Subcontractor Name _____________________________________

Address________________________________________________________

*Insert description of work and subcontractors' names as may be required.

This is to certify that the names of the above-mentioned 3RD PARTY subcontractors are submitted with full knowledge and consent of the respective parties.

The Proposer warrants that none of the proposed subcontractors 3RD PARTY have any conflict of interest as respects this contract.

Proposer _____________________________________

(Fill in Name)

By ___________________________________________

(Signature and Title)

TOWN OF TRUMBULL, CONNECTICUT

BOARD OF EDUCATION

REQUEST FOR QUOTATION

MILK BID

BID 6376 DUE: June 1, 2020 @ 2:00PM

NON-COLLUSION AFFIDAVIT OF PRIME BIDDER

State of )

) SS:

County of )

, being first duly sworn,

1. He is of

The bidder that has submitted the attached bid.

2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such bid.

3. Such price is genuine and is not a collusive or sham bid.

4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other Bidder, firms or person to submit a collusive or sham Bid in connection with the Contract for which the Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other Bidder, firm or person to fix the proceeds or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit or cost element of the Bid price or the Bid price of any bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage, against the Town of Trumbull, (Owner) or any person interested in the proposed Contract; and

5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest including this affiant.

Signed

Subscribed and sworn to before me this day of , 20

Title

My Commission Expires

END OF General bid 6376

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download