Security Camera System for the Sportsplex

expired opportunity(Expired)
From: Jackson(City)

Basic Details

started - 13 Nov, 2023 (22 days ago)

Start Date

13 Nov, 2023 (22 days ago)
due - 28 Nov, 2023 (7 days ago)

Due Date

28 Nov, 2023 (7 days ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
City of Jackson

Customer / Agency

City of Jackson
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1 INVITATION TO BID CITY OF JACKSON, TENNESSEE PURCHASING DEPARTMENT Purchasing Website Bid Name / Number Security Camera System for the Jackson SPX Facility Due Day / Date / Time Tuesday, November 28,2023 / 10:30 a.m. CDT Bid Location / Mail Address City Hall, 115 E. Main, Suite 202, Jackson, TN 38301. Attn: Purchasing Bid Contact / Telephone Jamayla Hill, 731-425-8369, jhill@jacksontn.gov Delivery Location 250 Bancorpsouth Pkwy, Jackson, TN 38305 FOB Destination, freight prepaid and allowed City of Jackson, TN Net 30 Bidder is responsible for completing the remaining portion of this bid document ITEM QTY DESCRIPTION UNIT PRICE The City of Jackson seeks to purchase a security camera system for the Jackson Sportsplex. Please fill out the price sheet that is listed after the specification page. We are asking for a unit price of each camera and a total price of all your work. Bidders Reminder: Bid to be signed in ink by authorized
company representative; Verify prices, extensions and total as correct ADDENDA ACKNOWLEDGEMENT: __________, __________, __________, __________, __________, __________ By signing this document, the undersigned hereby agrees to the prices and all other terms and conditions, including the attached Sealed Solicitation General Terms & Conditions and the Citys Requirements for Bids and Requests for Proposals, contained in this bid and associated document relating to this bid and will furnish items as specified if this bid is accepted. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief that each bidder complies pursuant to T.C.A. 12-12-106 & T.C.A. 12-4-119. SUBMITTAL INSTRUCTIONS: Place signed bid response in a sealed envelope plainly identified on the outside with vendor name and bid name and number. Vendor is responsible for delivery to City of Jackson Purchasing Dept., City Hall, 115 E. Main, Suite 202, Jackson, TN 38301 on or before the bid opening date and time. Firm Name______________________________________________ By________________________________________________ PRINTED & SIGNED Address_______________________________________________ ________________________________________________ Telephone_____________________________________________ E-Mail________________________________________________ THIS SHEET MUST BE SIGNED AND RETURNED WITH BID SUBMITTAL TO BE CONSIDERED VALID City of Connect Here PURCHASING DEPARTMENT https://jacksontn.hosted.civiclive.com/government/departments/purchasing/bids_or_proposals 2 CITY OF JACKSON, TENNESSEE Purchasing Website (Ctrl + Left Click to follow the above link) SEALED SOLICITATION GENERAL TERMS AND CONDITIONS Read Carefully if applicable or unless specifically noted otherwise in the solicitation documents 1. ACCEPTANCE, REJECTION AND POSTPONEMENT Issuance of a Bid/RFP/RFQ does not commit the City to make an award. The City reserves the right to postpone or reject any or all bids/rfps/rfqs, to waive informalities and to accept the Bid/RFP/RFQ judged to be in the best interest of the City. The City has the right to accept the lowest and/or best bid received. 2. ADDENDA Addenda will be issued to all known interested parties and posted on the Citys website (listed above). All addenda issued shall become part of the solicitation documents. It is the vendors responsibility to determine and acknowledge all addenda issued for a solicitation. If addenda acknowledgments are not included with the bid/proposal, the bid/rfp could be rejected. 3. AWARD An award, if made, shall be to the lowest and best responsible, responsive bidders(s) who best meets quality and performance standards as described in the solicitation documents and whose bid/rfp is determined to be in the best interest of the City. The City also reserves the right to award this product/service based on other contracts in-place as may be in our best interest. 4. AWARD PERIOD The City shall have 15 days to issue a contract. Any contract past that period must be mutually agreed upon by both parties. 5. BRAND NAMES By referencing a product or service name as or approved equal, the City intends to establish a minimum level of quality by which alternate offers can be judged. If an alternate is specifically requested by the City, the vendor must include complete descriptive literature and specifications that clearly describe the item and how it differs from the referenced item. Vendor reference to literature previously submitted will not satisfy this provision. Unless specified otherwise, it is understood that the referenced product will be furnished. The City alone will determine whether an alternate is equivalent and meets the standards of quality and performance for the Citys use. A sample or demonstration may be required at the expense of the vendor. 6. CONDITION STANDARDS It is understood and agreed that any item offered or shipped as a result of this solicitation shall be new unless otherwise called for in the solicitation. 7. DEFAULT In case of contractor default or failure to provide material or service according to the solicitation, the City may cancel this contract and acquire from another source and may recover any excess cost by (1) invoice; (2) deduction from an unpaid balance due; (3) collection against the bid and/or performance bond; or (4) a combination of the aforementioned remedies or other remedies provided by law. All costs associated with default will be borne by the contractor. The City reserves the right to remove a company in default from the active vendor list for a time period to be determined by the Director of Purchasing. 8. DELIVERY Delivery/completion schedule must be clearly identified and realistically stated, as this may be a determining factor in the award. 9. DISCOUNT AND PAYMENT Payment terms are Net 30 following receipt of the material or service and a correct invoice unless otherwise stated in the solicitation document. Discounts for prompt payment will be considered in the bid evaluation for award. Partial payment will be allowed only if addressed in the solicitation. 10. EVALUATION Bids/RFPs/RFQs will be evaluated according to the criteria set forth in the document with the degree of importance determined by the City. 11. EXAMINATION OF BIDS/RFPS/RFQS Bids and associated documents may be examined at the opening. Only the name of the respondent is read aloud for RFPS/RFQS. All solicitations are closed for review and inspection during the evaluation period, prior to award. 12. FOB (FREE-ON-BOARD) POINT All prices quoted shall be FOB destination, freight prepaid and allowed unless otherwise stated in the solicitation document. The seller pays and bears the freight charges and owns the goods while they are in transit. Title passes at the designated City location, when delivered. 13. INSPECTION All supplies or materials purchased as a result of this solicitation are subject to inspection and rejection by the City. Rejected materials will be returned at the vendors expense. 14. INSURANCE The contractor shall maintain, at their expense, such insurance as required by the solicitation. Such insurance shall protect the City for claims of damages which may arise during operations under this contract whether such operations be by the Contractor or by any subcontractor or anyone directly or indirectly employed by either of them. Any required insurances shall be maintained for the term of the contract and beyond the term of the contract when so required in the solicitation. 15. LICENSES, FEES, PERMITS The contractor is responsible for furnishing the proper licenses, fees, and permits required by law to do business with the City of Jackson in completion of the project. All work shall be done in accordance with the latest building codes, state and federal laws relative to the contract. 16. MULTIPLE ITEM BIDS The City can determine the successful bidder(s) either on the basis of the individual line items or the total of all items. ALL OR NONE bids must be clearly identified on the bid form and will be considered only if in the Citys best interest. 17. PARTS AND SERVICE The successful vendor must be able to provide adequate parts and service for all items awarded. Service location and ability to perform may be a consideration in the award. 18. PRICING All pricing must appear in the spaces provided on the citys form (if applicable) and be in ink or typed. Changes or corrections by the bidder/proposer must be initialed in ink by the person signing. No corrections may be made in pencil. Unit prices will prevail in case of an extension error. The City will correct math computation errors (unit price & totals). No bid may be altered or amended after bid opening time. Obvious mistakes will be given special consideration upon receipt of written request and full disclosure or evidence regarding pricing error. 19. PROPRIETARY/CONFIDENTIAL INFORMATION Vendors are hereby notified that all information submitted as part of, or in support of, bids/proposals will be available for public inspection after award, in compliance with Tennessee Statutes unless the vendor additionally identifies a specific area or scope of data or other materials to be protected and details the reasons protection is necessary. 20. QUESTIONS City of Connect Here PURCHASING DEPARTMENT https://jacksontn.hosted.civiclive.com/government/departments/purchasing/bids_or_proposals 3 Questions must be received by the City by Wednesday at noon prior to the scheduled opening on Tuesday. No oral interpretations or instructions given by any city employee or any other person shall apply. Changes relative to any solicitation will be in writing, in the form of an addendum. 21. SAFETY STANDARDS All manufactured items and fabricated assemblies shall comply with applicable requirements of OSHA/TOSHA and any related standards thereto. 22. SAMPLES Samples will be furnished at no charge to the City. They will remain in the Purchasing Department for testing and evaluation until an award is made. Vendors are responsible for picking up their samples within two (2) weeks after the award. Samples not collected after that time shall become the property of the City. Samples from the successful vendor will be held until delivery is received and accepted as being equal to the sample. 23. SEALED SOLICITATION OPENINGS Bids will be read aloud at the specified date and time as stated in the document. RFPs/RFQS respondent names will be read aloud. All openings are public meetings. Bidders/proposers and interested persons are invited to attend. The City reserves the right to postpone any solicitation opening under circumstances warranting such action, including but not limited to instances when the City receives fewer than one response. 24. SIGNATURE ON BIDS When submitting a bid, the bid form must contain the full name and address of the company and be signed in Ink by a person authorized to bind that company to a contract. Unsigned paper bids will not be considered, read or tabulated. They may not be signed during or after the bid opening, even if a representative is present. 25. SUBMITTAL OF SEALED BIDS/RFPS/RFQS Any forms furnished by the city must be completed and returned as specified in the solicitation, otherwise response will be considered as non-responsive. TELEPHONE, FACSIMILE, FAXED OR E-MAIL RESPONSES WILL NOT BE ACCEPTED. Paper submittals shall be sealed in an envelope. No solicitation received after closing time shall be considered. The official time for paper submittals will be that of the date and time clock in the Purchasing Department. Late submittals will not be accepted. 26. TAXES The City is exempt from Federal excise tax, State, and city sales tax. Contractors are not exempt from the use tax on materials and supplies used in the production of an item or in the performance of a repair or construction contract. Tax exemption certificates will be furnished upon request. 27. TERM OF CONTRACT Unless otherwise stated, the City reserves the right to purchase like items at the same contract price for a period of one year from the award date subject to agreement of both parties. The City may cancel any contract for cause, or non-appropriation of funds, following written notification of intent. 28. WARRANTY Unless otherwise specified by the City, all items shall be guaranteed for a minimum period of one (1) year against defects in material and workmanship. 29. Termination for Cause If, through any cause, the successful bidder shall fail to fulfill in a timely and proper manner, as determined by the City of Jackson, its obligations under this Contract/Purchase Order, or if the bidder violates any of the covenants, agreements, or stipulations of this contract, the City of Jackson shall thereupon have the right to terminate the contract by giving written notice to the bidder of such termination and specifying the effective date thereof, at lease thirty (30) days before the effective date of such termination. Satisfactory work shall be determined by the City of Jackson in its sole discretion. In the event of such termination, the bidder shall be entitled to receive just and equitable compensation for satisfactory work completed on documents, services or materials collected and/or prepared by the bidder in connection with this Contract/Purchase Order as of the date of receipt of notifications of termination. The bidder shall be paid an amount which bears the same ratio to the total compensation as the services actually performed bear to the total services of the bidder covered by the Contract/Purchase Order, less payments previously made. The bid/proposal/contract/purchase order may be canceled by the City of Jackson at any time for just cause such as non-delivery, substitution of non- specified products, late deliveries, or continuous problems with the vendor. Non-delivery of merchandise within one week of order will be grounds for voiding the agreement. The city reserves the right to reject any bid if the evidence submitted by, or investigated of, such bidder is not properly qualified to carry out the obligations of the bid and to complete the work contemplated therein within the time frame set forth in the bid using superior quality merchandise/equipment. 30. Termination for Convenience Either the City of Jackson or the bidder may terminate this Contract at any time by giving written notice to the other party of such termination and specifying the effective date thereof, at least 30 days before the effective date of such termination. The bidder shall be paid an amount which bears the same ratio to the total compensation as the services actually performed bear to the total services of the bidder covered by the Contract/Purchase Order, less payments previously made 31. Disqualification of Bidder Although not intended to be an exhaustive list of causes for disqualification, any one or more of the following causes, among others, may be considered sufficient for the disqualification of the Bidder and the rejection of their Bid: A. Evidence of collusion among Bidders. B. Lack of competency as revealed by either financial statements, experience or equipment statements as submitted, or other factors. C. Lack of responsibility as shown by past work, judged from the standpoint of workmanship as submitted. D. Default on a previous municipal contract for failure to perform 4 BIDDERS MUST SUBMIT WITH YOUR BID Please use the below checklist to make sure all items are turned in with your packet Bidder must return the signed invitation to bid form Any requested information on the bid form Acknowledgment of any issued Addenda Certificate of insurance with the proper types of insurance as stated on the previous page. If selected as successful bidder, you will be required to add the City additionally insured. Solicitation Document A: Affidavits to be notarized Solicitation Document B: Affidavits W-9 if new bidder Completed business license information Completed building department information Signed safety form ANY BID SUBMITTED WITHOUT THE ABOVE INFORMATION MAY BE REJECTED. Use information in bid package to submit your bid. Any questions should be addressed, in writing, to Jamayla Hill, jhill@jacksontn.gov. Potential bidders must review the bid package upon receipt to identify any questions and/or issues. Any/all questions should be submitted in a single request for addendum. Questions must be received by the City Wednesday at Noon prior to the scheduled opening. No oral interpretations or instructions given by any city employee or any other person shall apply. Changes relative to any solicitation will be in writing, in the form of an addendum Minority business enterprises (MBEs) and disadvantaged business enterprises (DBEs) are encouraged to participate in the project. Bidders are encouraged to use MBEs and DBEs as subcontractors in the performance of this project. The City of Jackson accounting department pays invoices every Thursday Lack of written notification of any delay in stated delivery time will be cause for discounted price of 1% per month until delivery is facilitated or cancellation of award. Any delay must be brought to the attention of the purchasing department, City Hall, 115 E. Main Street, Suite 202, Jackson, TN 38301. Purchase Order/Contract will go into effect once a purchase number has been assigned. 5 Background The City of Jackson, TN seeks to purchase a security camera system for the Jackson Sportsplex Facility. The Vendor shall be responsible for a turn-key procurement that involves configuration, labor, installation of all equipment, required cabling, setup, programming and associated training. Scope The requirement is for the procurement, installation, training and certification of facility cameras and equipment. The new cameras and hardware must be compatible and integrate with All-proposed equipment must be ONVIF compliant in order to allow for a full feature-set within the widest range of software. https://www.dropbox.com/scl/fo/7kw5wks3kw7asqyj8sdng/h?dl=0 In the above dropbox link you will see picture breakdowns of the Facility. In the pictures there will be arrows of the desired vision of the camera. The Color of the area designates the type of camera needed. Yellow Arrow = Outdoor Red Arrow = Outdoor Long Range Purple Arrow = Inside Camera Outdoor Cameras Minimum Specifications Resolution = 8MP Impact Rating = IK 9 Operating Temperature Range = -35F to 135F Supported Motion & Classified Object Detection = Pixel / Person, Vehicle Weatherproofing = IP66 ONVIF Compliance = Profile S, Profile T, and Profile M IR Illumination = 90 ft Horizontal Angle of View = 90 Vertical Angle of View = 48 Lens Control = Remote Zoom & Focus, Autofocus City of Connect Here PURCHASING DEPARTMENT https://www.dropbox.com/scl/fo/7kw5wks3kw7asqyj8sdng/h?dl=0 6 Indoor Cameras Minimum Specifications Resolution = 3 MP Operating Temperature Range = 20F - 115F Supported Motion & Classified Object Detection = Pixel / Person ONVIF Compliance = Profile S, Profile T, and Profile M IR Illumination = 55 ft Horizontal Angle of View = 90 Vertical Angle of View = 48 Lens Control = Remote Zoom & Focus, Autofocus Complex A 10 Outdoor 1 Outdoor Long Range for Gates 3 Indoor Complex B & Main Pavilion 17 Outdoor 7 Indoor Complex C 9 Outdoor 1 Outdoor Long Range for Gates 1 Indoor Complex D 8 Outdoor 1 Outdoor Long Range for Gates 3 Indoor Maintenance Bldg. 2 Outdoor 2 Indoor Main Parking Lot (Wireless Connectivity) 4 Outdoor (Pole Mounted) Complex C Parking (Wireless Connectivity) 4 Outdoor (Pole Mounted) Complex D Parking (Wireless Connectivity) 3 Outdoor (Pole Mounted) Total Camera Count 60 Outdoor Cameras (3 of these are long range for gates) 16 Indoor Cameras 76 Total Cameras 7 Local NVR System & Software 30 Day Video Retention of All Cameras RAID 6 Redundancy on Storage Rack Mountable 5 Year Warranty on all Hardware Allow for Local as well as Remote Viewing via Mobile Device / APP Network Network configuring infrastructure. 1 Pair of Fiber Optic Cable to each complex from the Main Pavilion will be available for bidder use All cameras will operate on a private parallel network designed, configured and provided by bidder. Enterprise-Level Managed PoE + Switches with 10 GB Optics for backhaul Point of convergence with customer network will be the onsite NVR At all locations where there is a wall penetration or core drilling to allow for wiring, fire stopping materials should be applied to that area. Wired Equipment Wireless Equipment References Bidder must demonstrate experience by providing at least 2 references of similar scale and scope. Examples would be industrial, office or sports complexes, universities, stadiums, airports, etc. Warranty / Service Bidder must provide next-business day onsite service for all proposed components for a period of 5 years. This includes, but is not limited to, cameras, NVR, network equipment, battery backups, wireless bridges, solar panels and all components contained therein. Detailed Price List Bidder will provide a detailed breakdown of cost for all included components and proposed software along with a labor cost. Bidder will disclose any one-time license fees or recurring fees maintenance fees Period of Performance 90 Days after Receipt of Order. This period begins once the City of Jackson acknowledges receipt of fully-functional system Inspection-If you would like to do a walk through, please contact Jason Compton @731-425-8144 or 731-343-0388 ed Inspection-if you would like te do a walk through, please contact Jason Compton @731-425-8144 or 731-343-0388 8 Locations Unit Pricing Pricing for each requested Camera Unit Total Total Price of Cameras at the Facility Complex A 10 Outdoor 1 Outdoor Long Range for Gates 3 Indoor $____________ $____________ $____________ $____________ $____________ $____________ Complex B & Main Pavilion 17 Outdoor 7 Indoor $___________ $___________ $___________ $___________ Complex C 9 Outdoor 1 Outdoor Long Range for Gates 1 Indoor $____________ $____________ $____________ $____________ $____________ $____________ Complex D 8 Outdoor 1 Outdoor Long Range for Gates 3 Indoor $____________ $____________ $____________ $____________ $____________ $____________ Maintenance Building 2 Outdoor 2 Indoor $___________ $___________ $___________ $___________ Main Parking Lot (Wireless Connectivity) 4 Outdoor (Pole Mounted) $___________ $___________ Complex C Parking (Wireless Connectivity) 4 Outdoor (Pole Mounted) $___________ $___________ Complex D parking (Wireless Connectivity) 3 Outdoor (Pole Mounted) $___________ $___________ Network Info Wired Equipment Wireless Equipment $___________ $___________ $___________ $___________ Labor $___________ $___________ Grand Total $ 9 FINANCIAL INSTITUTIONS CITY OF JACKSON, TN INSURANCE REQUIREMENT CITY PROJECT CONTRACT The VENDOR shall purchase and maintain the insurance outlined below to provide protection from the VENDORS negligent acts. The VENDOR shall provide this insurance as required by the Contract Documents. The negligence by any subcontractor, by anyone directly or indirectly employed by any of them, shall be considered a negligent act of the VENDOR. Comprehensive General Liability in the amount of $1,000,000 per occurrence and must include Products/Completed Operations, Explosion/Collapse/Underground Coverage and Contractual Liability. The City of Jackson must be named Additional Insured and this must be noted on the Certificate of Insurance. The Insurance Company agrees to Waive their Right of Subrogation against The City of Jackson and this must be noted on the Certificate of Insurance. Auto Liability Insurance in the amount of $500,000 Combined Single Limit. The City of Jackson must be named Additional Insured and the Insurance Company agrees to Waive their Right of Subrogation against The City of Jackson and this must be noted on the Certificate of Insurance. Statutory Workers Compensation with Employers Liability Limits of 100/500/100 - The Insurance Company agrees to Waive their Right of Subrogation against The City of Jackson and this must be noted on the Certificate of Insurance. If required by contract documents, the VENDOR must carry Professional Liability in the amount of $1,000,000 per occurrence. Bankers Blanket Bond in the amount of $1,000,000. The Cancellation Clause on the Certificate of Insurance is amended to read: Should any of the described policies on the attached Certificate of Insurance be cancelled, non-renewed or reduced in coverage the issuing Insurance Company will mail 30 days written notice to: City of Jackson c/o Insurance Coordinator 125 E. Main St. #302 Jackson, TN 38301, by registered mail, return receipt requested. All Certificates should be issued with an Insurance Company (or Companies) maintaining an AM Best Rating of A- or better and a Financial Size of IX or greater. All Insurance Companies shall be authorized to conduct business in The State of Tennessee. The VENDOR shall maintain the above insurance through both final acceptance and any Warranty Period defined by the contract documents. 10 Solicitation Document A: Notarized Affidavits The undersigned agrees that the following conditions are or will be met. NON-COLLUSION AFFIDAVIT 1. He/she is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; 2. Such bid is genuine and is not a collusive or sham bid; 3. Neither the said firm nor any of its officers, partners, owners, agents, representatives, employees or parties interest, including this affiant, has in any way colluded conspired, connived or agreed, directly or indirectly, with any other responder, firm, or person to submit a collusive or sham bid in connection with the contract or agreement for which the attached bid has been submitted or to refrain from making a bid in connection with such contract or agreement, or collusion or communication or conference with any other firm, or, to fix any overhead, profit, or cost element of the bid price or the bid price of any other firm, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against COJ or any person interested in the proposed contract or agreement; and 4. 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 firm or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. CHILD CRIME AFFIDAVIT 1. The responder agrees not to allow any employee or volunteer who is awaiting trial or has been convicted of a felony crime involving the sexual exploitation of children, sexual offenses involving children or violent crimes to participate in this Agreement at sites where children may be present. Failure by the Bidder to comply with this requirement is grounds for immediate termination of the Agreement. AFFIDAVIT OF ELIGIBILITY 1. The responder is not ineligible for employment on public contracts as a result of a conviction or guilty plea or a plea of nolo contendere to violations of the Sherman Anti-Trust Act, mail fraud or state criminal violations with a contact let by the State of Tennessee or any political subdivision of the State of Tennessee. 2. No commissioner or officer of COJ or other person whose duty it is to vote for, let out, overlook or in any manner superintend any of the work for COJ has a direct interest in the responder. ILLEGAL IMMIGRANTS 1. The State of Tennessee amended the Tennessee Code Annotated, Title 12, Chapter 4 to prohibit contracting with firms that knowingly utilize the services of illegal immigrants in the performance of a contract for goods or services in the performance of a contract with the state or a state entity. Additionally, such firms may not knowingly contract with sub-contractors who utilize the service of illegal immigrants. 2. By signing below the bidder agrees that: a. The firm does not knowingly utilize the services of illegal immigrants in the performance of contracts. b. The firm agrees that the State may conduct random checks of personnel records as it pertains to this issue. c. Violation of this requirement shall be grounds for monetary and other penalties, up to and including termination of the contract. Additionally, violation of this requirement may result in the firm being prohibited from submitting bids for a period of one year. _____________________________________ _____________________________________ (Name) (Signature) _____________________________________ _____________________________________ (Title) (Date) Subscribed and sworn before me this _________ day of _______________________ 20_____. _________________________________________ My commission expires: ___________________ 11 Solicitation Document B: Affidavits The undersigned agrees that the following conditions are or will be met. Conflict of Interest 1. No commissioner or officer of COJ or other person whose duty it is to vote for, let out, overlook or in any manner superintend any of the work for the COJ has a direct interest in the award or the supplier providing goods or services. 2. No employee, officer or agent of the grantee or sub-grantee will participate in selection, or in the award or administration of an award supported by federal funds if a conflict of interest, real or apparent, would be involved. Such a conflict would arise when the employee, officer or agent, any member of his immediate family, his or her partner, or an organization, which employs, or is about to employ, any of the above, has a financial or other interest in the supplier selected for award. 3. The grantee's or sub-grantee's officers, employees or agents will neither solicit nor accept gratuities, favors or anything of monetary value from suppliers, potential suppliers, or parties to sub-agreements. 4. By submission of this form, the supplier is certifying that no conflicts of interest exist. Drug Free Workplace Requirements 5. Private employers with five or more employees desiring to contract for construction services attest that they have a drug free workplace program in effect in accordance with TCA 50-9-112. Certification of Nonsegregated Facilities 6. The undersigned also certifies to the City of Jackson that it does not maintain or provide for its employees any segregated facilities (i.e. with regard to race, color, religion, age, gender, disability or national origin) at any of its establishments and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The undersigned further agrees that it will obtain identical certification from its subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that it will retain such certifications in its files. General 7. Supplier fully understands the preparation and contents of the attached offer and of all pertinent circumstances respecting such offer. 8. Such offer is genuine and is not a sham offer. Iran Divestment Act 9. Concerning the Iran Divestment Act (TCA 12-12-101 et seq.), by submission of this bid/quote/proposal, each supplier and each person signing on behalf of any supplier certifies, and in the case of a joint bid/quote/proposal, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief that each supplier is not on the list created pursuant to 12-12-106. Accuracy of Electronic Copies 10. The supplier will provide one original copy of the bid/proposal/quote/qualifications to the COJ. Any copies or flash drives will contain the same information as the original. General 11. Neither the said supplier nor any of its officers, partners, owners, agents, representatives, employees or parties interest, including this affiant, has in any way colluded conspired, connived or agreed, directly or indirectly, with any other responder, supplier, or person to submit a collusive or sham offer in connection with the award or agreement for which the attached offer has been submitted or to refrain from making an offer in connection with such award or agreement, or collusion or communication or conference with any other supplier, or, to fix any overhead, profit, or cost element of the offer price or the offer price of any other supplier, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against COJ or any person interested in the proposed award or agreement. 12 12. The price or prices quoted in the attached offer are fair, proper and not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the supplier or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. Indemnity 13. Governmental entities in the State of Tennessee are limited from entering into contracts or agreements that indemnify or hold harmless third parties beyond the liability that would be imposed on the governmental entity by law. Therefore, the City of Jackson may not enter into any contract or agreement which requires it to indemnify or hold another harmless beyond the liability that is imposed on the City by law. Any agreement or contract which purports to do so is unenforceable. No Contact/No Advocacy Affidavit 14. After this solicitation is issued, any contact initiated by any supplier with any COJ representative concerning this solicitation is strictly prohibited-except for communication with the Procurement Division. My signature signifies that no unauthorized contact occurred. 15. To ensure the integrity of the review and evaluation process, respondents to this solicitation nor any firm representing them, may not lobby or advocate to COJ staff or Board members. My signature signifies that no unauthorized advocacy occurred. Non-Boycott of Israel Affidavit 16. Concerning the Non-Boycott of Israel Act (TCA 12-4-1 et seq.), by submission of this bid/quote/proposal, each supplier and each person signing on behalf of any supplier certifies, and in the case of a joint bid/quote/proposal, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief that each supplier is not boycotting Israel pursuant to 12-4-1 and will not during the term of any award. Note: Applicable only to contracts of $250,000 or more and to suppliers with 10 or more employees. Assurance of Compliance under Title VI of the Civil Rights Act of 1964 17. Hereby agrees that it will comply with Title VI of the Civil Rights Act of 1964 (P.L. 88-352) and all requirements imposed by the Regulations of the U.S. Department of Justice (28 CFR Parts 42 & 50) and the City of Jackson, and any directives or regulations issued pursuant to that Act and the Regulations, to the effect that, no person in the United States shall, on the ground of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subject to discrimination under any program or activity for which the Applicant received Federal financial assistance from the City of Jackson and HEREBY GIVES ASSURANCE THAT it will immediately take any measures necessary to effectuate this agreement. Affirmative Action Compliance Program 18. The Undersigned certifies to the City of Jackson that if the undersigned has fifty (50) or more employees and a contract with the City of Jackson for the furnishing of supplies or services or for the use of real or personal property in the amount of $50,000 or more, that it has developed and is maintaining a written Affirmative Action Plan for each of its establishments as required by OFCCP Regulations 41 C.F.R. 60-1.4,60-250-5, and 60-741.5. The undersigned hereby acknowledges receipt of these affidavits and certifies that the submittal in response to this solicitation is in full compliance with the listed requirements. Failure to properly acknowledge issues concerning the above is grounds for bid rejection and may subject the signer to penalties as directed by the appropriate laws. Signed by Printed Name Title 13 BUSINESS LICENSE APPLICATION FACT SHEET Contractors living outside Tennessee with no state business location must have a state business account number to report sales in counties with sales between $10,000 and $50,000. They must get a county and city business license in counties from each jurisdiction where the contractor has $50,000 or more in sales for the tax reporting period. If you are an out-of-state entity doing business in Tennessee without a fixed business location in Tennessee, please contact the Department to discuss your situation to determine if Tennessee business tax is required to be paid. Please contact the Department of Revenue at (615) 253-0600 (Nashville-area and out-of-state) or (800) 342-1003 (statewide toll-free). You also go to the state website tn.gov/revenue, revenue help, taxes, business tax, if you dont find your answer in the question, you can go to the bottom of the page and submit a request. Give all the details and a state representative will email you back with an answer. A business application can be located at cityofjackson.net. If you have any additional questions concerning the business license you may contact The City of Jackson, Revenue Department @ 731-425-8212. LIST PROJECT NAME: LIST CONTRACTOR & PHONE NUMBER: VENDOR LOCATION: LIST SUBCONTRACTORS & PHONE NUMBERS Safety Program Please state your safety program that your company has adopted to include any employee training or certification programs. This information must be included in your bid/proposal package. State any pertinent information that will satisfy the citys attempt to obtain this information. This information will be turned over to our Risk Management Department for their review. Call 731-425-8233 for additional information. Project / Bid name: Contractor and phone number: Vendor Location: Subcontractor and phone number:

100 E Main St, Jackson, TN 38301, USALocation

Address: 100 E Main St, Jackson, TN 38301, USA

Country : United StatesState : Tennessee

You may also like

GETTYSBURG - SECURITY SYSTEM UPGRADE

Due: 24 Aug, 2024 (in 8 months)Agency: FEDERAL COMMUNICATIONS COMMISSION

SECURITY SYSTEM FOR POD

Due: 30 Mar, 2024 (in 3 months)Agency: INTERNAL REVENUE SERVICE

Invitation to Bid - Event Center/AG Building - Security Camera

Due: 13 Dec, 2023 (in 7 days)Agency: Seward County

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.