Uniform Shirts

expired opportunity(Expired)
From: Jackson(City)

Basic Details

started - 14 Nov, 2022 (17 months ago)

Start Date

14 Nov, 2022 (17 months ago)
due - 29 Nov, 2022 (17 months ago)

Due Date

29 Nov, 2022 (17 months 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.

Sealed bids, subject to the conditions specified on all sheets attached hereto, will be received until 10:30 A.M. on Tuesday, November 29, 2022 in the Purchasing Department at City Hall and then publicly opened for furnishing the following supplies and/or services to be delivered in accordance with the following instructions: Deliver Product/Service to: Uniform Shirts THE SEALED BID SHOULD BE CLEARLY MARKED: UNIFORM SHIRTS Mail or Deliver the Sealed Bid to: City Hall, 115 E. Main, Suite 202, Jackson, TN 38301 Attn: Purchasing DELIVERY CHARGES FOR PRODUCTS/SERVICES/SAMPLES BID ARE TO BE PREPAID AT SUCCESSFUL BIDDERS EXPENSE TO POINT OF DESTINATION F.0.B. JACKSON, TENNESSEE AND BACK TO VENDOR. ITEM BIDDER MUST INDICATE BRAND AND/OR GRADE (IN SPACE PROVIDED ON BRAND OR UNIT PRICE AMOUNT No. . BID FORM) OF ITEM HE PROPOSES TO FURNISH IN CONNECTION WITH HIS GRADE BID. COST PER DOLLARS CENTS The City of Jackson will receive sealed Bids for Uniform Shirts Per attached specifications or equal
TOTAL THE CITY IS EXEMPT FROM ALL FEDERAL AND STATE TAX; DISCOUNTS: % 20 days % 30 Days BIDDERS MUST BID PRICES THAT DO NOT INCLUDE SUCH TAX. DATE. In compliance with the above invitation for bids, and subject to all the conditions contained herein, the undersigned offers, and agrees, if this bid be accepted within days from the date of the opening, to to complete the project in this bid package at the price set opposite each item within days after purchase order is issued. BIDDERS FIRM NAME STREET ADDRESS BY. SIGNATURE OF PERSON AUTHORIZED TO SIGN BID TITLE CITY STATE PLEASE PRINT/TYPE SIGNATURE: ZIP. E-MAIL ADDRESS: TELEPHONE NO: FAX NUMBER: BUSINESS LICENSE NUMBER: BIDDER MUST RETURN THE SIGNED INVITATION TO BID FORM. The following Minimum General Bid Conditions have been developed and may pertain to none, or any and all purchases that may be made as a result of this request for bids. 1. 10. 11. 12. The City has the right to accept the lowest and/or best bid received. ACCEPTANCE AND REJECTION The City reserves the right to reject any and all bids, to waive any informality in bids, and unless otherwise specified by the bidder, to accept any item in the bid. TiME OF ACCEPTANCE If a bidder fails to state a time within which a bid must be accepted, it is understood and agreed that the City shall have sixty days to accept. ERRORIN BID In cases of errors in the extension of prices in the bid, the unit price will govern. No bid shall be altered or amended after the specified time for opening bids. After bid opening, a vendor will be permitted to withdraw a bid where there is obvious clerical error in the bid. If a bidder discovers any ambiguity, conflict, discrepancy, or omission or other error in the bid, they shall immediately notify Montrell Lawrence mlawrence@jacksontn.gov of such error and request modification or clarification of the document. DISCOUNT PERIOD Discounts will be taken as written on the invitation to bid. DEFAULT OF CONTRACTOR In case of default of the contractor, the City may procure the articles of services from other sources and hold the contractor responsible for any excess cost occasioned thereby. SAMPLE OF MATERIALS Samples of items, when required, must be furnished free of expense to the City and if not destroyed, will upon request be returned at the bidders expense. SIGNATURE ON BIDS Each bid should give the full name and business address of the bidder. Unsigned bids will be rejected. The person signing the bid must show his/her title, and if requested by the City, must furnish satisfactory proof of his or her authority to bind his or her company in contract. Bids must be written with computer, typewriter, ink, or indelible pencil; otherwise, they may not be considered. Purchase order will be issued to the firm name appearing on the bid. ALTERNATE Bibs Alternate bids will not be considered unless specifically called for in the bid. BOND REQUIREMENTS All bond requirements shall be identified in the invitation to bid. The right is reserved to require the successful bidder to furnish security, free of any expense to the City, to guarantee faithful performance of the contract. TIME OF PERFORMANCE The number of calendar days in which delivery will be made after receipt of order shall be stated in the bid. When no time of delivery is stated by the bidder, it is understood and agreed that delivery is to be made within two weeks after receipt of order. Shipping should be FOB destination. SPECIFICATIONS It is understood that reference to available specifications shall be sufficient to make the terms of such specifications binding on the contractor. The use of the name of a manufacturer, or any special brand or make in describing an item does not restrict the bidder to that manufacturer or specific article, unless specifically stated. The articles on which the proposals are submitted must be equal or superior to that specified. Articles received not equal will be picked up by vendor or returned to vendor shipping charges collect. Reference to brand names, trade names, model numbers or other descriptions peculiar to specific brand products is made to establish a required level of quality and functional capabilities. It is not intended to exclude other products of that level. Comparable products of other manufacturers will be considered if proof of comparability is contained in the bid. It shall be the responsibility of the vendors, including vendors whose product is referenced, to furnish with the bid such specifications, catalog pages, brochures or other data as will provide an adequate basis for determining the quality and functional capabilities of the product offered. Failure to provide this data may be considered valid justification for rejection of a bid. 13. Inspection Whether or not an inspection point is specified herein, all material and workmanship shall be subject to inspection and test at all times and places (including inspection and test after arrival at destination) and, when practicable during manufacture. In case any articles are found to be defective in material or workmanship, or otherwise not in conformity with the specification requirements, the City shall have the right to reject such articles, or require their correction. Final inspection shall be conclusive except as regards latent defects, fraud, or such gross mistakes as amount to fraud. 14. WarRANTY State any and all guarantees or warranties that would apply to item/ product/service which you are bidding. 15. Bids must be submitted with one original and four copies. 16. Faxed or E Mailed bids will not be accepted. 17. These specifications meet the minimum requirement. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as Uniform Shirts No bids will be accepted after the advertised bid opening time. The city reserves the right to determine the competence and responsibility of a bid from its knowledge of the bidders qualifications or from other sources. No questions will be answered after noon, the Friday prior to invitation opening. BIDDERS MUST SUBMIT WITH YOUR BID Proposer must return the signed invitation to bid form 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 Signed safety form oOo Oooo0aa ANY BID SUBMITTED WITHOUT THE ABOVE INFORMATION MAY BE REJECTED. The City is exempt from federal and state taxes. Upon request, the city will provide a sales tax exemption certificate to the awarded firm. Contractors doing business with the city shall not be exempted from paying sales tax to their suppliers for materials to fulfill contractual obligations to the city, nor shall any vendor be authorized to use the citys tax exemption in securing such materials. Use information in bid package to submit your bid. Any questions should be addressed, in writing, to Montrell Lawrence, email (mlawrence@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. Requests for clarification must be received by the purchasing department by noon, the Friday before the scheduled date of the bid opening. Purchase Order/Contract will go into effect once a purchase number has been assigned. 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. 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 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 City of 2 4 ) Connect Here A PURCHASING DEPARTMENT Specifications The attached specifications are written merely as a guideline with desired features and not to favor any specific brand or manufacturer. City of Jackson shirts ALL SHIRTS: All shirts will be direct embroidered with the full color City of Jackson seal on the left chest with an estimate of 18,000 stitches and the "Connect Jackson" logo with an estimate SK stitches. The logos or shirt will not bunch up after washing and drying at the logo location on the shirt. Packaging: Each department's shirts will be delivered to the vendors location and will be the complete order. All will be contained in a box(s) with the departments name on the outside. The department representative will give out the shirts based upon the order form completed by the employee. Orders will be placed twice a year, once in the spring and once in the fall. State delivery time after the order is placed: State your minimum order of shirts to be ordered: State the colors of shirts you have available from which the departments may choose to purchase: State your price on only the items listed on the below quote sheets. Shipping and handling costs and all others costs will be included in the shirt prices. Each department will order off this form from the selected vendor. Each employee wearing these shirts must wear the same color as the others in their department. Each department can choose their own color to wear. SAFETY SHIRTS Upcharge ADULT SAFETY REFLECTIVE T-shirts Upcharge for ADULT SAFETY REFLECTIVE T-shirts for Big & Big & Tall Tall Ultra breezelite Green Ultra breezelite orange Sizes large 5X with pocket Sizes large 5X with pocket Style#100495 (or similar alternative) Style#100495 ( or similar alternative) Short Sleeve Short Sleeve L L XL XL 2XL 2XL 3XL 3XL 4XL 4XL 5XL 5XL Upcharge ADULT SAFETY REFLECTIVE T-shirts Upcharge for ADULT SAFETY REFLECTIVE T-shirts for Big & Big & Tall Tall Ultra breezelite Green Ultra breezelite Orange Sizes large 5X with pocket Sizes large 5X with pocket Long Sleeve Long Sleeve Style#100496 (or similar alternative) Style#100496 ( or similar alternative) L L XL XL 2XL 2XL 3XL 3XL 4XL 4XL 5XL SXL Mens Lightweight Lime-Colored Safety T-shirt Mens Lightweight Lime-Colored Safety T-shirt (Not reflective but safety lime-colored) (Not reflective but safety lime-colored 4.25 ounce 100% Polyester 4.25 ounce 100% Polyester Performance fabric that wicks away sweat Performance fabric that wicks away sweat Style#100493 (or similar alternative) Style#100494 ( or similar alternative) Upcharge Short Sleeve Upcharge for Long Sleeve for Big & Big & Tall Tall L i XL XL 2XL 2XL 3XL 3XL 4XL 4XL 5XL 5XL ADULT T-SHIRT ADULT T-SHIRT SHORT SLEEVE Heavyweight 100% Cotton, 6.2 ounce With Pocket Sizes S-4XL Style# K87 ( or similar alternative) s Upcharge for Big & Tall Without Pocket With Pocket _ Without Pocket M L XL 2XL 3XL AXL ADULT T-SHIRT LONG SLEEVE Heavyweight 100% Cotton, 6.2 ounce With Pocket Sizes S-4XL Style#K126 ( or similar alternative) Ss Upcharge for Big & Tall Without Pocket With Pocket _ Without Pocket M L XL 2XL 3XL AXL ADULT T-SHIRT SHORT SLEEVE 60%(Cotton) / 40%(Poly) With Pocket Style# 104616 ( or similar alternative) Sizes S-AXL Ss Upcharge for Big & Tall Without Pocket With Pocket Without Pocket M L XL 2XL 3XL AXL All POLO SHIRTS: Easy Care Cotton Poly Super Blend 60/40, 6.8 ounce Stain Release, Curl Free Collar MEN'S POLO SHIRT, LONG SLEEVE PIQUE Upcharge for Big & Tall Sizes S-6XL With Pocket Without Pocket With Pocket Without Pocket Ss M L XL 2XL 3XL 4XL SXL XL MEN'S POLO SHIRT, SHORT SLEEVE PIQUE Upcharge for Big & Tall Sizes S-6XL With Pocket Without Pocket With Pocket Without Pocket Ss M L XL 2XL 3XL 4XL SXL '6XL LADIES POLO SHIRT, LS PIQUE POCKETLESS LADIES POLO SHIRT, SS PIQUE POCKETLESS Sizes S-4XL Sizes S-4XL IS Ss M M L LE XL XL 2XL 2XL 3XL 3XL 4XL 4XL City of Jackson Shirts Totals by Department Uniform Committee Calculated totals for each department based on (5) five shirts per employee/year Departments Committee Rep _Total for Dept Med Large XG tae 2XLG-3XLG 4XLG SXLG-7XLG Stormwater Operations Jason Wooley 50 5 5 10 35 10 5 shop /slgnateation 1D.Stowns 2 ; Street Dept. Randi Ezelle 185 10 50 35 40 35 10 5 H&S Leilani Mills 70 5 5 5 30 15 T.R. White Terry Smith 20 10 10 City Hall Devilon 15 5 10 Park Maintenance Kirk Smith 16 1 4 6 5 Groundskeeping Frank Woods 31 2 5 5 11 5 2 1 Public Safety Garage Phillip Evans 50 5 10 5 5 10 5 5 444 38 101 76 5 111 65 17 5 10 N Connect Here _/ T PURCHASING DEPARTMENT Effective March 19, 2013, if your bid does not include the following information, it may be rejected for non-compliance according to the invitation to bid. In your bid, place a copy of your insurance certificate. If you are the successful bidder, a complete and current certificate of insurance will be asked of you. UNDER DESCRIPTION OF OPERATIONS IT SHOULD READ: CITYOF JACKSON IS NAMED AS AN ADDITIONAL INSURED WITH RESPECTS GENERAL LIABILITY AND AUTOMOBILE LIABILITY COVERAGE. 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. e Commercial General Liability in the amount of $1,000,000 per occurrence and must include Products/Completed Operations, Explosion/Collapse/Underground Coverage and coverage for insured contracts. 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. e 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. e 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. e = If required by contract documents, the VENDOR must carry Professional Liability in the amount of $1,000,000 per occurrence. e@ 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 the issuing Insurance Company will mail 30 days written notice to: City of Jackson Purchasing Department 115 E. Main St. #202 Jackson, TN 38301, by registered mail, return receipt requested. e 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. ll City of Connect Here PURCHASING DEPARTMENT SOLICITATION DOCUMENT A: NOTARIZED AFFIDAVITS The undersigned agrees that the following conditions are or will be met. NON-COLLUSION AFFIDAVIT He/she is fully informed respecting the preparation and contents of the attached bid and ofall pertinent circumstances respecting such bid; Such bid is genuine and is not a collusive or sham bid; 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 otherfirm, or, to fixany 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 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 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 The responder is not ineligible for employment on public contracts as a result of a conviction or guilty plea or a plea of nolocontender 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. Nocommissioner 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. 12 ILLEGAL IMMIGRANTS 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. By signing below the bidder agrees that: The firm does not knowingly utilize the services of illegal immigrants in the performance of contracts. The firm agrees that the State may conduct random checks of personnel records as it pertains to this issue. 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: Notary Public 13 8. 10. 11. Connect Here 2 PURCHASING DEPARTMENT Solicitation Document B: Affidavits Conflict of Interest 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. 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. 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. By submission of this form, the supplier is certifying that no conflicts of interest exist. Drug Free Workplace Requirements 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 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 Supplier fully understands the preparation and contents of the attached offer and of all pertinent circumstances respecting such offer. Such offer is genuine and is not a sham offer. Iran Divestment Act 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 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 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. 14 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 [SSE ee PrintedName 9 Title SS ee 15 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 16 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 name: Vendor Location: 17 This bid may be canceled, or the acceptance of any bid proposal revoked by the city of Jackson upon written notification to the other party at any time prior to, or after, the issuance of a requisition for purchase or the execution of a written contract by the City of Jackson. 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. The City of Jackson has the right to waive informalities and to reject any and all bids whom it finds, after reasonable inquiry and evaluation to be non-responsive, or it would not be in the best interest of the project to make the award. Bid will be awarded to the lowest/ best responsive bidder. 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 on the 15th and 30th of each month. 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. 18 Addendum | Addenda Il Addenda Ill Addenda IV. Addenda V. ACKNOWLEDGE RECEIPT OF ALL ADDENDA INFORMATION Addenda VI Addenda VII Addenda VIII Addenda IX. Addenda X. All bids are opened at 10:30 a.m. unless otherwise indicated If addenda acknowledgements are not included with the bid/proposal, the bid/proposal could be rejected. It is the bidder/proposers sole responsibility to obtain the Bid/Proposal package, from the purchasing department. Bid/Proposal packet, Addenda and other information can be obtained from mlawrence@jacksontn.gov or on the City Purchasing website, https://www.jacksontn.gov/government/departments/purchasing/bids or pro posals . It is the vendors responsibility to check the website or request the addendum. Contact the Purchasing department to be included on the bid list. Mail the completed form to City Hall, Attn: purchasing 115 E. Main St., Suite 202, Jackson, TN 38301. 19

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

Uniforms and Footwear

Due: 30 Jun, 2025 (in 14 months)Agency: All Using Agencies

Uniforms and Footwear

Due: 30 Jun, 2025 (in 14 months)Agency: All Using Agencies

Uniform Leasing and Rental

Due: 20 May, 2024 (in 25 days)Agency: City of Cape Coral ( Part of Demandstar Extended Network )

Please Sign In to see more like these.

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