Active SLED Opportunity · MICHIGAN · CITY OF JACKSON
AI Summary
City of Jackson RFQ for asbestos abatement, demolition of residential structures, and site restoration at 800 Wildwood Ave. Includes hazardous material removal, demolition, grading, and restoration. Requires licensed contractors, compliance with environmental and safety regulations, and completion by July 7, 2026, with liquidated damages for delays.
The objective of this Request for Quotation is for 800 Wildwood Ave - Demolition.
| Release Project Date: | May 6, 2026 |
| Response Submission Deadline: | May 19, 2026, 10:00am |
| Completion Date: | July 7, 2026 |
A. "City" shall mean the City of Jackson, Michigan, a municipal corporation, or the City department responsible for overseeing the performance of the work.
B. "Contract Documents" shall include the following:
Request for Quotation Agreement
Insurance Certificate Change Orders
Notice to Proceed Specifications General Conditions
Plans and Drawings Quote Proposal
All other documents attached hereto
C. "Contractor" shall mean the person or persons, company or corporation who has contracted for the completion of the work specified in the contract documents.
D. "Work" shall mean the services to be performed by the Contractor as set forth in these contract documents.
1. EXAMINATION OF QUOTE DOCUMENT: Before submitting a Quote, Contractors shall carefully examine the specifications and shall fully inform themselves as to all existing conditions and limitations. The Contractor shall indicate in the Quote the sum to cover the cost of all items included on the Quote form.
2. COMMUNICATIONS: All communications, any modifications, clarifications, amendments, questions, responses, or any other matters related to the Invitation for Quote (IFQ) must be made only through the Purchasing Department Contact noted on the cover of this IFQ. A violation of this provision is cause for the City to reject a Company’s Quote. No contact with other City employees is permitted and may be grounds for disqualification.
3. INVITATION FOR QUOTE MODIFICATIONS: Clarifications, modifications, or amendments may be made to the IFQ at any time prior to the Quote Deadline at the discretion of the City. It is the Contractor’s responsibility to periodically check the City’s e-Procurement website at: http://procurement.opengov.com/portal/cityofjackson until the posted Quote Deadline to obtain any issued addenda.
4. PREPARATION OF QUOTE: The Quote shall be legibly prepared. The Quote shall be legally signed, and the completed address of the Contractor given thereon.
5. QUOTE SUBMISSION: Submit offer on Pricing Table provided. Contractors are required to complete entire Invitation to Bid and include attachments. Quotes must be submitted via the City of Jackson e-Procurement Portal, https://procurement.opengov.com/portal/cityofjackson. It is the Contractor’s responsibility to ensure their Quote is received prior to the Quote Due Date and Time deadline.
Submission of a Quote establishes a conclusive presumption that the Contractor is thoroughly familiar with the Invitation for Quote and that the Contractor understands and agrees to abide by each, and all of the stipulations and requirements contained therein. The opening and reading of a Quote does not constitute the City’s acceptance of the Contractor as a responsive and responsible Contractor. All costs incurred in the preparation and presentation of the Quote, as well as any resulting contract, is the Contractor’s sole responsibility; no pre-award costs will be reimbursed to any Contractor.
6. EXPLANATION TO CONTRACTORS: Any information given to a prospective Contractor concerning the IFQ will be furnished to all prospective Contractors as an amendment or addendum to the IFQ if such information would be prejudicial to uninformed Contractors. Receipt of amendments or addenda by a Contractor must be acknowledged in the Quote. Oral explanation or instructions given prior to the opening will not be binding.
7. WITHDRAWAL OF QUOTE: Quotes may be withdrawn by written notice or in person by a Contractor or their authorized representative, provided their identity is made known and a receipt is signed for the Quote, but only if the withdrawal is made prior to the Quote Due Date and Time. No Quote may be withdrawn for at least ninety (90) days after the Quote Due Date and Time.
8. ALTERNATE QUOTES: Contractors are cautioned that any alternate Quote, unless specifically requested, or any changes, insertions, or omissions to the terms and conditions, specifications, or any other requirement of this IFQ may be considered non- responsive, and at the option of the City, may result in rejection of the alternate Quote.
9. LATE QUOTES: Any Quote received for this project after the exact date and time specified for receipt, will not be considered.
10. DUPLICATE QUOTES: No more than one (1) Quote from any Contractor, including its subsidiaries, affiliated companies, and franchises will be considered by the City. In the event multiple Quotes are submitted in violation of this provision, the City will have the right to determine which Quote will be considered, or at its sole option, reject all such multiple Quotes.
11. REJECTION: The City Manager reserves the right to reject any and all Quotes and to waive minor irregularities and/or technicalities in the Quotes. A Contractor’s failure to provide any additional information requested by the City prior to a Contractor selection may result in rejection of the Quote. The City may reject any Quote from any person, firm or corporation in arrears or in default to the City on any contract, debt, or other obligation, or if the Contractor is debarred by the City from consideration for a contract award. The City reserves the right to reject all nonconforming, nonresponsive, unbalanced, or conditional Quotes.
12. UNIT PRICES: If there is a discrepancy between unit prices and their extensions, unit prices shall prevail. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum.
13. NON-DISCRIMINATION: The City of Jackson will not contract with any person or firm that discriminates against employees or applicants for employment because of any factor not related to job performance. The Contractor must comply with all federal, state, and local laws and policies that prohibit discrimination in employment contracts. The Contractor must include in its subcontracts provisions that prohibit subcontractors from discriminating in their employment practices.
14. QUOTE SIGNATURES: An authorized official must sign Quotes. Each signature represents a binding commitment upon the Contractor to provide the goods and/or services offered to the City if the Contractor is determined to be the lowest responsible Contractor. The Contractor must complete, sign, and have notarized the form regarding Authorization to Submit Quotes attached to this IFQ.
15. FOIA REQUIREMENTS: Quotes are subject to public disclosure after the deadline for submission in accordance with state law.
16. DISQUALIFICATION OF CONTRACTORS: Any one or more of the following causes may be considered for the disqualification of a Contractor as non-responsive and justification for the rejection of their Quote:
a. Evidence of collusion among Contractors.
b. Lack of competency as revealed by either financial, experience, capacity, or equipment statements.
c. Lack of responsibility as shown by past work.
d. Uncompleted work under other contracts which in the judgment of the City might hinder or prevent the prompt completion of additional work if needed.
17. SUBCONTRACTORS: The successful Contractor must provide a list of all subcontractors regardless of the dollar amount or percentage and the services they will provide. The successful Contractor must provide a copy of a contract between the successful Contractor and all subcontractors. The successful Contractor is responsible for all payments and liabilities of all subcontractors. In an effort to promote supplier diversity, The City encourages Contractors to identify and include qualified disadvantaged businesses as subcontractors when proposing to provide products and services to the City. The City reserves the right to approve or reject, in writing, any proposed subcontractor. If the City rejects any proposed subcontractor in writing, the successful Contractor shall be responsible for assuming the proposed subcontractor’s responsibilities. The successful Contractor may propose another subcontractor if it does not jeopardize the effectiveness or efficiency of the contract. Nothing contained in the IFQ or in the contract shall create or be construed as creating any contractual relationship between the subcontractor and the City. The Contract will not be assignable to any other business entity without the City’s approval.
18. EMPLOYEES: All workers employed on this project must be employed by the successful Contractor or their subcontractor(s). The successful Contractor is required to submit a list of all employees who may be working for the successful Contractor and their subcontractors on this project.
19. CONTRACTORS RESPONSIBILITY: The Contractor must be capable, either as a firm or a team, of providing the goods or services as described in the Specifications and/or Scope of Services, and to maintain those capabilities until notification of the fact that their Quote response was unsuccessful. Exclusion of any good or service for the IFQ may serve as cause for rejection of the Quote. The successful Contractor will be responsible for all goods and services in the IFQ whether they are provided or performed by the successful Contractor or subcontractors. Further, the City will consider the successful Contractor to be the sole point of contact with regards to contractual matters, including payment of any and all charges resulting from the cost of any contract.
20. CONTRACT COMMENCEMENT: Commencement of a contract shall not begin prior to all necessary City approvals, including City Manager approval where required, and receipt of a Notice to Proceed. Commencement of a contract without these approvals is solely at the Contractor’s own risk and is likely to result in no payment for services performed or goods received.
A. Schedule of Work: The Contractor shall, prior to start of construction, submit to the City for approval a practicable and feasible schedule, showing the order in which he proposes to carry on the work. The schedule shall be in the form of a progress chart of suitable scale to indicate approximately the percentage of work scheduled for completion at any time.
B. Drawings and Specifications: The drawings and specifications are so drafted as to indicate the conditions existing to the best knowledge and belief of the City but are not guaranteed 100 percent accurate. Should any inconsistency or error appear or occur in the drawings and/or specifications, the Contractor shall report it to the City and obtain proper adjustments before proceeding with the work. In the case where soil borings have been made, and logs thereof are recorded, the information is offered to the Contractor merely as evidence and the Contractor himself must assume entire responsibility for any conclusions which he may draw from it.
C. Performance and Completion of Work: Contractor shall provide all labor, materials, tools, and equipment for proper execution of work in accordance with contract documents and shall complete and deliver work to the City within the specified time. The Contractor shall furnish sufficient forces, construction plant and equipment as may be necessary to ensure the progress of the work in accordance with the approved progress schedule. If, to maintain satisfactory progress, it is necessary to increase the workforce or to work overtime, such additional work shall be without additional cost to the City.
Failure of the Contractor to comply with the requirements of the Contract under this provision will be grounds for determination by the City that the Contractor is not pursuing the work with such diligence as will ensure completion within the specified time limits. Upon such determination by the City, it may terminate the Contractor's right to proceed with the work, in accordance with the provisions governing Termination of Contract in these General Conditions.
D. Materials and Workmanship: All materials shall meet the requirements of the applicable specifications and shall be installed or used in accordance with the directions of the manufacturer. All work shall be done in a good, substantial, workmanlike manner, by appropriately licensed workmen.
E. Superintendence by Contractor: The Contractor shall give his personal superintendence to the work or have a competent foreman or superintendent, satisfactory to the City, on the work at all times during progress, with authority to act for him. The Contractor shall also be responsible for the general supervision and coordination of work among the various subcontractors.
F. Permits, Fees, and Notices: The Contractor shall secure and pay for the abatement and demolition permits, if required, and all other permits and governmental fees, licenses, and inspections necessary for proper execution and completion of the Work.
The Contractor shall comply with and give notices required by laws, ordinances, rules, regulation, and lawful orders of public authorities bearing on performance of the Work.
All work shall comply with all requirements of all current ordinances, laws and regulations of all federal, state, and local authorities having jurisdiction. The Contractor shall be responsible for requesting, obtaining, and paying for inspections of his work as required by said authorities.
If the Contractor observes that portions of the Contract Documents are at variance with applicable laws, statutes, ordinances, building codes, or rules and regulations, the Contractor shall promptly notify the City in writing, and necessary changes shall be accomplished by appropriate modification. If the Contractor performs Work contrary to laws, statutes, ordinances, building codes, or rules and regulations without such notice to the City, the Contractor shall assume full responsibility for such Work and shall bear the attributable costs.
G. Protection of Property and Structures: The Contractor shall carefully protect the property of the City, adjacent properties and structures, and utilities both above and below the surface of the ground. All damages to property, existing structures, trees, and shrubs will be remedied by the Contractor by repairing or replacing the same as incidental to the work, and no extra compensation will be allowed.
H. Protection and Preservation of Land Monuments and Property Line Marks: The Contractor shall protect carefully from disturbance or damage, all land monuments and iron pins or other markers which establish property or street lines, provided that where such monuments or marker must, of necessity, be disturbed or removed in the performance of the contract, the Contractor shall first give ample notice to the City, so that he may witness or reference in such monuments or markers. Should the Contractor disturb, remove, or damage any established land monument or property or street line mark without first giving the City ample notice, the City may, at his option, deduct the cost of reestablishing such monuments or markers from any monies due or to become due the Contractor.
I. Safeguards: The Contractor shall at all times take every precaution to safeguard both employees and the public from hazards incidental to the work, and shall comply with all applicable provision of Federal, state and Municipal Safety Laws and Codes. When required, safeguards shall include watchmen, traffic signalmen, railing, barricades, and lights employed in such a manner as to afford maximum safety.
J. Use of Premises: The Contractor shall confine his apparatus, the storage of materials, and the operation of his workers to limits indicated by law, ordinance, permits, or direction of the City, and shall not unreasonably encumber the premises or streets with his equipment or materials. He shall further make every effort to maintain two-way traffic as often as possible. Whenever it becomes necessary to close off a street, permission of the City must be obtained. The Police Department, Fire Department, Traffic City, and local residents will be notified forty-eight (48) hours in advance of each closing by the Contractor.
K. Cleanup of Temporary Storage Site: At the completion of the work, the Contractor shall remove all rubbish, tools, equipment, temporary work and surplus materials from the temporary storage site and adjacent premises. If the Contractor does not attend to such cleaning as stipulated above when so requested by the City, the City may cause such cleaning to be done by others and charge the cost thereof to the Contractor. No portion of the work can be abandoned before the cleanup is completed, nor shall final payment be made prior to complete cleanup and acceptance by the City.
L. Water for Construction Use: If the Contractor intends to use water from the City system, he shall make application to the City Water Department and pay all charges that may be imposed by the Water Department. Adequate precaution shall be taken by the Contractor against freezing or waste of water. All use of any of the City fire hydrants shall be done in accordance with the requirements of the City Water Department, and every effort will be made by the Contractor to use these hydrants in such a manner as not to interfere with the operation of the City Fire Department.
1) Hazardous materials must be abated in accordance with MIOSHA and DEQ regulations and the attached Pre-Demolition Compliance Survey assessment.
2) Compact all clean backfill material with a hoe-pack or vibrating roller compactor.
3) Remove 2 curb(s) cut(s) and entry approach(s). (1-40' / 1-28' lineal feet)
4) Install 78 lineal feet of curb and gutter (44' & 34'). If road is in disrepair will need to cut street and have forms installed to form front gutter pan and then have road repaired with hot patch asphalt upon completion of concrete work.
5) Remove and replace 70 lineal feet of cracked, heaved and broken public sidewalks.
6) See enclosed water and sewer service records for approximate location and any special instructions for shared services. If no service card is provided it is the contractor’s responsibility to ensure that neighboring water and sewer services are operational at the conclusion of the demolition.
1. INTRODUCTION: Through this Invitation for Quote (IFQ) the City of Jackson hereby invites businesses who meet the qualifications and specifications set forth herein to submit Quotes for asbestos abatement, demolition of residential buildings and accessory structures, and site restoration at various locations throughout the City of Jackson.
2. EXAMINATION OF CONTRACT DOCUMENTS AND SITE: It is the responsibility of each Contractor before submitting a Quote to:
a. Examine the contract documents thoroughly
b. Study and understand the contract documents as they relate to each site in this IFQ that may in any manner affect the cost, progress, or performance of work
c. Attend the Pre-Quote meeting, if scheduled
d. Visit each site in this IFQ to familiarize themselves with local conditions that may in any manner affect the cost, progress, or performance of the work
e. Consider federal, state, and local laws and regulations that may affect the cost, progress, performance, or furnishing the work
f. Promptly notify the City of Jackson in writing of all conflicts, errors, omissions, ambiguities, or discrepancies which the Contractor has discovered in or between the contract documents and such related documents
3. Before submitting Quotes each Contractor will, at their own expense, make such additional investigations and tests as the Contractor may deem necessary to determine their Quote for performance of the work in accordance with the time, price, and other terms and conditions of the contract documents.
4. The locations of existing utilities are taken from records believed to be reliable. The City of Jackson, or any employee of the City of Jackson, will not be responsible for any omissions or variations from the indicated location of existing utilities which may be encountered in the work.
5. The submission of a Quote will constitute an incontrovertible representation by the Contractor that they have complied with every requirement of this section, that without exception the Quote is based upon performing and furnishing the work required by the contract documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown, indicated or required by the contract documents, that Contractor has given the City of Jackson Purchasing Agent written notice of all conflicts, errors, ambiguities and discrepancies that the Contractor has discovered in the contract documents and that the contract documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performing and furnishing the work, and that the time stated in the proposal is sufficient to complete the project.
6. This IFQ includes the abatement of asbestos, the demolition and removal of the residential buildings and accessory structures, and site improvements as indicated in the attachments for the properties listed below.
7. Professional inspections, surveys, and lab tests of these structures have been completed to determine the presence, types, quantities, and locations of asbestos: containing materials (ACM), mercury, and household hazardous waste. A report is included in the attachment for each property. Proper removal of any and all such materials shall be the responsibility of the successful demolition Contractor and all costs for removal shall be included in the Quote for each site. Please invite any potential subcontractors to attend the mandatory pre-Quote inspections. Area given is the total floor area as shown in the City Assessor database.
8. Contract documents require that all work on this project be completed as follows: full site demolished, trees and fencing removed with quality bladed rough grade no later than the completion date listed in the Timeline, liquidated damages of one thousand dollars ($1,000) per calendar day, thereafter.
9. The Contractor understands that no work may commence until all bonds, licenses and certificates of insurance have been provided to the City. Said documents shall be provided within ten (10) calendar days after receipt of Notice of Award. The Contractor agrees to complete all work detailed herein and to conform with the terms of this contact and all applicable laws, ordinances, rules, and regulations within the schedule outlined above. Abatement of hazardous material may not begin before a Hazardous Material Abatement permit is issued by the Department of Community Development. Demolition may not begin before a demolition permit is issued by the Department of Community Development.
10. Failure to provide all required documents within ten (10) days of receipt of Notice of Award, or failure to complete all required work within the time specified above shall constitute a breach of this contract and justify cancellation by the City. Upon cancellation of the contract, the Contractor shall be liable to the City for any increased cost caused by the Contractors’ breach. Contractors declared in breach will also be removed from the active Contractors list maintained by the City until such time as any costs have been reimbursed to the City and/or the matter is otherwise fully resolved to the satisfaction of the City.
11. Contractor shall provide all of the information as requested herein with their Quote. Failure to do so and/or failure to provide post-Quote requested information may be cause for rejecting the Quote as non-responsive.
The City and its employees, agents or representatives shall at all times have access to the work whenever it is in preparation or in progress, and the Contractor shall provide proper facilities for such access and inspection.
The City shall have the right to reject materials and workmanship which are defective or do not comply with contract documents. Rejected workmanship shall be satisfactorily corrected and rejected materials shall be removed from the premises without charge to the City. If the Contractor fails to correct such defective work or remove rejected materials within a reasonable time, the City may remove them and charge the expense to the Contractor.
The successful Contractor will be responsible for providing the following services for each Property included in this project:
1. Abatement of asbestos indicated in the attached Asbestos Containing Material and Hazardous Materials Inspection Report by a licensed asbestos abatement contractor in accordance with state and federal regulations prior to demolition.
a. The demolition contractor is strictly prohibited from beginning demolition of the structure prior to receiving clearance to proceed from the City. The City has hired an independent contractor to conduct hazardous material clearance inspections in order to verify that all hazardous materials have been abated prior to demolition. The demolition contractor must provide an air monitoring report and notify the City when all hazardous material has been abated. There will be a $5,000.00 fine for beginning demolition of the structure prior to the hazardous material clearance inspection and authorization to proceed with the demolition from the City. The contractor will not be paid for the demolition of any structure if they begin demolition of the structure prior to the hazardous material clearance inspection and authorization to proceed with the demolition from the City.
2. Provide the requisite environmental insurance that will cover the Contractor, its subcontractors, and the City from any claim arising out of the abatement and demolition process in addition to other required insurance required in this IFQ. If the Contractor has subcontracted the work to a licensed asbestos abatement firm, the subcontractor’s insurance may meet this requirement.
3. Demolition of all structure(s) and abatement of hazardous materials shall be in accordance with the following:
4. Prior to commencing abatement provide the following:
a. Submit for the City’s approval a project schedule for the abatement of hazardous materials, completion of the demolition and all special conditions, and site restorations as required by this Agreement. This schedule shall include allowances for periods of time required for the City’s review. Time limits established in the schedule approved by the City shall not be exceeded by the Contractor.
b. 10-day Michigan Department of Environmental Quality (DEQ)/National Emissions Standards for Hazardous Air Pollutants (NESHAP) notice to abate.
c. 10-day Michigan Department of Licensing and Regulatory Affairs (LARA) (Michigan Occupational Safety and Health Administration (MIOSHA) notice to abate.
d. Provide revised notifications if applicable.
e. Obtain abatement permit from the Department of Community Development.
5. Prior to commencing demolition, the Contractor shall:
a. Abate hazardous materials identified in the attached assessment reports for each structure in accordance with local, state, and federal regulations.
b. Provide air monitoring report for all abatement activity. Dates must match the appropriate LARA (MIOSHA) abatement notification dates.
c. Provide a Non-Hazardous Special Waste and Asbestos Manifest for disposal of hazardous material in an approved Type II landfill (see attached example).
d. Request Visual Clearance inspection from the Department of Community Development.
e. Provide 10-day DEQ notice to demolish.
f. Provide revised 10-day DEQ notice to demolish if applicable.
g. Arrange for proper abandonment of all utility services. Contact Miss Dig prior to demolition.
h. Submit a completed demolition permit application.
i. Verify existing condition of streets, sidewalks, curbs, fences, and other infrastructure and site improvements with the Department of Community Development and provide photographs of all damages that exist prior to mobilizing equipment on-site.
j. Install storm water inlet filters on storm drain inlets at the demolition site and the first two (2) storm drain inlets downstream of the demolition site or as directed by the Department of Community Development.
k. Coordinate the closure of any public street with the Department of Public Works.
l. Install safety measures to limit access to the demolition.
m. Install soil erosion control measures as site conditions warrant.
6. During Demolition:
a. Request a pre-demolition inspector prior to commencing demolition activities.
b. Water down all attic areas containing insulation prior to demolition and water entire structure during demolition and all demolition debris during loading into trucks for removal from site to the satisfaction of the Department of Community Development using a minimum three (3) inch hose. Provide a water truck or contact the City Water Department (517-768-6107) for a metered connection to a City fire hydrant. Inspection of watering must be requested by Contractor.
c. Demolish the entire structure including all appurtenances attached thereto.
d. Remove all footings, foundations, basement walls, and basement floors.
e. Remove all debris from basements, partial basements, and foundation excavations.
f. Terminate existing sanitary, storm sewer and water service lateral(s) within the foundation excavation area. Ensure watertight terminations and record the locations with triangulation measurements on the demolition permit checklist.
g. Demolish or remove all garages, sheds, and accessory or temporary structures including, but not limited to, poles, decks, fences, retaining walls, carports, pools, and play structures as directed by the Department of Community Development.
h. Remove all trees, shrubs and vegetation as listed on the Demolition Special Conditions provided and as directed by the Department of Community Development.
i. Remove all hard surfaces including, but not limited to, concrete, masonry, asphalt, and hard packed stone or gravel.
j. Remove all driveway curb and gutter openings and approaches as directed by the Department of Community Development.
k. Remove sidewalk section(s) as listed on the demolition special conditions provided.
7. After Demolition:
a. Request inspection by the Department of Community Development of all basement and foundation excavations and water and sewer termination prior to backfilling.
b. Backfill all excavations with granular, class 2 sand, compacted to 95% density to prevent settling. Compaction is to be completed using vibrating rollers or hoe- packs. Tract excavator compaction is not permitted. The Department of Community Development reserves the right to require compaction testing paid by the Contractor if deemed necessary.
c. Water down sidewalks and streets adjacent to the demolition site at the end of each day of demolition and after loading demolition debris for removal from the site.
d. Install new curb and gutter as indicated on the demolition special conditions report. Hand tool joints required. Saw cut joints prohibited.
Gutter pans must be finished to a clean straight edge in alignment with existing curbs. Forming of the face of the gutter pan may be required. All surfaces in City streets requiring repairs must be completed using hot-patch asphalt. Overflow in City streets is strictly prohibited.
e. Grade the entire site (pin to pin) to blend smoothly with surrounding properties, public sidewalks, driveways, and curbs. Final grade shall be executed in a manner that provides a continuous smooth grade free of voids, pockets, and debris including, but not limited to, rocks, roots, plastic, wood, cement, block, brick, and steel or other construction material. Grade shall be completed so as to eliminate pooling or draining of water onto neighboring properties. Install three (3) inches of topsoil. The topsoil shall be reasonably free of noxious weeds or other foreign matter such as stones, clay lumps, grass, roots, sticks, and other extraneous matter. Final site restoration may include, but not be limited to, application of slow growing, climate appropriate perennial grass seed (Dutch White Clover (), covered with straw, or sod. The Contractor must warranty site for a minimum of one (1) year.
f. Repair, reseed and cover with straw landscape areas on adjoining properties and the area between the curb and sidewalk. Install three (3) inches of topsoil. The topsoil shall be reasonably free of noxious weeds or other foreign matter such as stones, clay lumps, grass, roots, sticks, and other extraneous matter. Final site restoration may include, but not be limited to, application of slow growing, climate appropriate perennial grass Dutch White Clover (Trifolium repens), covered with straw, or sod. Biodegradable straw blankets installed and pinned per manufacturer specifications.
g. Replace all public sidewalks, curbs, driveway approaches, and driveways on the demolition site and adjoining properties damaged during demolition or removal activities in accordance with Department of Community Development standards.
h. Repair all sidewalks, parkways, curbs, and neighboring properties damaged by Contractor or their subcontractors at Contractor’s expense.
i. Remove all paper, wood, rubbish, and debris from the site before final inspection.
j. Provide a bill of lading/Special Material Manifest for disposal of demolition debris in an approved landfill.
k. Submit a completed demolition permit checklist to the Department of Community Development.
l. Install new trees and vegetation as listed on the demolition special conditions provided. Provide Dragon Bags (watering) on all newly planted trees. All trees must have a minimum of 2 ˝ inch caliper measured 8 inches from the ball of the tree.
8. Exception: The Director of the Department of Community Development or the Chief Building Official may authorize a deviation from the above standards in the best interest of the City provided however that such deviation complies with the spirit and intent of City Code of Ordinances, Chapter 5.
9. Provide any additional services that may be required by the Contractor to complete the demolition in accordance with federal, state, or local laws and regulations.
10. For additional details and specifications see property specific Demolition Special Conditions.
Trees/shrubs: Remove stump from S ROW area. Plant 2 Japanese Lilac of 2 ½” caliper in Wildwood ROW area. Plant 3- 2 ½” Japanese Lilac or Bradford Pear trees on site to locations selected by the City.
A. See Specifications
B. Acceptance as Release: Contractor's acceptance of final payment shall be a release to the City of any and all claims of any nature Contractor may assert against City arising out of or relating to this work.
Remove chain link fence to N and W. Remove all asphalt and concrete from full site to public walks. Saw cut along all walks to prevent damage. Obtain MDOT approval for work in the N. West ROW area and obtain any required permits or detour plans from MDOT for work in the MDOT ROW.
1. CONDITIONS OF STRUCTURES: The City assumes no responsibility for the actual condition of structures to be demolished. Variations from the condition at the time of bidding may occur due to environmental elements or other reasons prior to the start of demolition work.
2. SALVAGE ITEMS: Items of salvable value to the Contractor may be removed from the structure as work progresses. Salvage items must be transported from the site as they are removed. Storage or sale of removed items on site will not be permitted.
3. EXPLOSIVES: Use of explosives will not be permitted.
4. TRAFFIC CONTROL: Conduct demolition operations and removal of debris to ensure minimum interference with streets, alleys, walks and other adjacent occupied or used facilities. Do not close or obstruct streets, alleys, walks or other occupied or used facilities without written permission from the governing bodies having jurisdiction thereof. Provide alternate routes around closed or obstructed traffic paths as directed by the appropriate governmental bodies.
Driving bulldozers, excavators, compactors, bobcats and other demolition equipment on City streets and alleys is strictly prohibited. All equipment must be transported on appropriate trailers.
5. PROTECTION: The Contractor shall execute the work so as to prevent injury to adjacent buildings, structures, other facilities, and persons. Ensure safe passage of persons around the area of demolition. The Contractor shall provide and maintain any additional barricades, warning lights, and signs, danger signals, and/or temporary covered passageways as are necessary for the protection of life and property. Contractor will provide adequate fire protection in accordance with the requirements of the agencies having jurisdiction thereof, maintain and provide adequate protection of the area, and not create any hazardous conditions.
6. DAMAGES: The Contractor shall promptly repair damages to adjacent buildings, structures, properties and facilities.
7. TIME ALLOCATED TO COMPLETE DEMOLITION: The Contractor shall complete the project with prompt dispatch, subject only to delays caused by weather conditions, or other conditions beyond the Contractor’s personal control. The Contractor recognizes and understands that time is of the essence in the completion of the services required under this agreement, and that timely and orderly completion of this project is critical to the interests of the City. Upon receiving a Notice to Proceed from the City to demolish the properties included in this Quote package, the Contractor shall complete the demolition of all properties and the restoration of all sites including all property specific special conditions within the following time limits: Contract documents require that all work on this project be completed as follows: Contract documents require that all work on this project be completed as follows: full site demolished, trees and fencing removed with quality bladed rough grade no later than the completion date listed in the Timeline, liquidated damages of one thousand dollars ($1,000) per calendar day, thereafter.
8. PAYMENT: Contractor must comply with all conditions of this contract and submit the following documentation prior to payment:
a. Copy of all manifests for the hazardous material abatement and demolition debris (see attached example). If the hazardous material was removed by use of a consolidated load, Contractor must receive original manifests for all homes in that load and provide City with copies.
b. Completed demolition checklist (see attached example)
c. Itemized bill for each property that lists the following items:
EXAMPLE:
Address | GREENING COSTS | Asbestos Abatement Cost |
Demolition Cost |
Total | |||
Dirt |
Grade |
Seed |
Sidewalk | ||||
421 Example 1 | 2450.00 | 750.00 | 300.00 | 1200.00 | 1750.00 | 10800.00 | 17250.00 |
421 Example 2 | 2450.00 | 750.00 | 300.00 | 1200.00 | 650.00 | 10300.00 | 15650.00 |
The City will be unable to process payment for invoices that do not contain these separate line items/costs.
9. PAYMENT FOR SERVICES: Payment for completed properties will be made in accordance with City purchasing regulations. Invoices for projects that have been approved by the Department of Neighborhood and Economic Operations will be processed on a bi-weekly basis. Invoices received and approved after the Purchasing Department submittal deadline will be paid in the next pay cycle. If the Contractor does not complete the demolition of and restoration including all property specific special conditions within the specified time limits, the City may withhold liquidated damages in the amount of one thousand dollars ($1,000.00) for each calendar day the project continues beyond specified time limits. Failure to comply with the provisions of this contract or to perform in violation of local, state, or federal regulations may result in non-payment of services.
10. OPT OUT CLAUSE: The City reserves the right to remove any parcel/structure from the list of properties awarded to the Contractor prior to demolition of the structure. In that event, Contractor will be reimbursed for all abatement expenses (if applicable), plus costs incurred up to a maximum of five hundred ($500).
11. FINES AND PENALTIES: Any fines, penalties, or other monetary sanctions from any federal or state authority against the City that are a result of the actions or failure to act of the Contractor will be deducted from any payment that is due to the Contractor. If the fine, penalty or other monetary sanction is levied after Contractor receives payment, Contractor shall reimburse the City within 10 days of written notice for all such fines, penalties, or monetary sanctions.
12. WITHHOLDING: Contractor must require that its employees comply with the City of Jackson rules for withholding income tax for work performed in the City of Jackson. In addition, all contracts between the Contractor and any subcontractors must contain a provision requiring the subcontractor to comply with the City of Jackson rules for withholding of income tax for work performed in the City of Jackson. Copies of such contract language must be provided to the City prior to commencement of work by the subcontractor.
13. ENTIRE AGREEMENT: This Agreement constitutes the entire understanding of the parties and supersedes all prior and contemporaneous agreements, negotiations, and representations of any kind, both written and oral, with respect to the subject matter of this Agreement. This Agreement supersedes any agreements submitted by the Contractor, and in the event of conflicting provisions, the provisions of this Agreement as drafted by the City shall control even if an agreement, specification, or proposal submitted by the Contractor was executed contemporaneously with this Agreement and even if the agreement, specification or proposal submitted by the Contractor claims to supersede this Agreement.
14. FAILURE TO PROVIDE DOCUMENTATION: If Contractor fails to provide any documentation needed for reimbursement to the City from any state or federal reimbursement program, and the City is not reimbursed due to the failure of the Contractor to provide such documentation, the amount of the reimbursement that the City did not receive as a result shall be deducted from any amounts owed to the Contractor. It shall be the responsibility of the Contractor to contact the City and determine the documents needed by the City for reimbursement, as well as the information necessary on such documents. If the City determines that the Contractor has failed to provide any required documentation needed for reimbursement, the City shall notify the Contractor in writing and the Contractor shall have ten (10) days to provide complete documentation. After the expiration of the ten (10) day period, the City is under no obligation to notify, remind, urge or request that the Contractor provide the documentation or to extend the time to produce the documentation and the amount of the reimbursement lost by the City as a result of the defective documentation can then be deducted from any amounts owing to the Contractor, including amounts owed to the Contractor from other contracts between the City and the Contractor.
15. WINTER WORK PAYMENT: For demolition projects that have the demolition of all structures on the property complete on or before November 15 of the year that the demolition project commenced, but cannot complete the full site work due to winter weather conditions, the City will pay seventy percent (70%) of the contract price for the individual demolition project (for the particular property – not the entire contract price upon the completion, and approval of the City, of Winter Grade. Winter Grade is defined as degrading the entire site (pin to pin) to blend smoothly with surrounding properties, public sidewalks, driveways, and curbs. Winter grade shall be executed in a manner that provides a continuous smooth grade free of voids, pockets, and debris including, but not limited to, rocks, roots, plastic, wood, cement, block, brick, and steel or other construction material. Winter Grade shall be completed so as to eliminate pooling or draining of water onto neighboring properties.
A. Change Orders: The City shall have the authority to order changes in the work through additions, deletions, or substitutions. Modifications, deletions, additions, or substitutions’ that change the scope of the work as designated by the contract plans, and extensions of time to complete the contract, shall be covered by a written order signed by the authorized representatives of the Contractor and the City. The contract sum shall be adjusted in accordance with unit prices and/or lump sum prices as Quote.
No verbal changes to, or verbal clarifications or verbal communications of any kind relating to any Quote specification are binding upon the City.
B. Extra Work: Being defined as work for which unit prices are not listed.
Compensation for such extra work shall be based on the actual cost to the Contractor for labor, materials, and equipment plus fifteen (15%) percent. The Contractor shall do such extra work as may be ordered by the City. Any extra work required in an emergency to protect life and property shall be performed by the Contractor as is necessary. The City shall be notified within 48 hours of start of any extra work, for which the Contractor shall keep a strict account of actual cost, and a written work order shall be made out as soon as practical to do so. "Extra work" submitted after the 48-hour limitation will not be reimbursed by the City.
C. Delays: Delays shall be separated into two (2) classifications as determined by the City. The classifications are as follows:
1. Delays for which the Contractor is responsible, and
2. The latter classification shall include delays caused by Acts of God, riots, strikes, shortages of materials which could not be avoided by reasonable foresight, national emergencies which might create delays, etc.
Delays falling into classification (2) above shall in no way affect the validity of the Contract, but the time limitation of the Contract shall be extended by the same amount of time as such delay may cause to be lost. The Contractor must notify the City within 48 hours of any delays falling into this classification.
D. Liquidated Damages: Should the work under these specifications not be finished within the time specified in the Notice to Proceed for any reason other than delays in classification (2) above, it is agreed that there may be deducted by the City from the final payment to the Contractor a sum computed at the rate of one thousand dollars ($1,000) per calendar day, beginning the day following the scheduled date of completion and continuing until the date of final acceptance of the work. Failure to complete a designated portion of the work according to its scheduled date of completion will also cause a sum computed at the rate of one thousand dollars ($1,000) per calendar day as above, to be deducted from the final payment. It is understood that the above deduction of one thousand dollars ($1,000) per calendar day is not a penalty, but money due, to be treated as liquidated damages to reimburse the City for the extra costs due to the delay in the completion of the work.
This contract or agreement shall be voidable or rescindable at the discretion of the City at any time if a City employee who is a party to this contract or agreement or has a financial interest in this contract or agreement fails to disclose his or her interest as required by the City of Jackson Code of Ordinances (“the Code”). This contract or agreement is also voidable or rescindable if a lobbyist for the Contractor (as defined in Section 2-555 of the Code), or an agent of the Contractor, offers a gift, gratuity, honoraria, or payment that is prohibited by the Code to a City employee, the Mayor, an Elected Official, an Appointed Official, or a member of a board or commission of the City
Should the Contractor, at any time, refuse or fail to prosecute the work with promptness and diligence, or in accordance with the contract documents, the City may, at its sole discretion, terminate the Contractor's right to proceed with that portion of the work by written notice to the Contractor. In such event, the City may enter upon the premises and for the purpose of completing work included under the contract, take possession of all suitable materials thereon and finish the work by whatever method it deems expedient. In such case the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the contract price exceeds the expense of finishing work, including compensation for additional managerial and administrative services, such excess shall be paid to the Contractor. If such expense shall exceed the unpaid balance, the Contractor and his sureties shall be liable for and shall pay the difference to the City.
A. Insurance: The Contractor will be required to show evidence of automobile and commercial general liability insurance, worker's compensation insurance and professional liability insurance (where applicable), which is acceptable to the City. The commercial general liability insurance policies shall name the City, its agents, representatives, officers, and employees as additional insured to protect their interests. Both bodily injury and property damage insurance must be on an occurrence basis; and said policies shall provide that the coverage afforded thereby shall be primary coverage to the full limits of liability stated in the declarations, and if said City, agents, representatives, officers, or employees have other insurance against the loss covered by said policies, that other insurance shall be excess insurance only. The Contractor shall secure and maintain during the progress of the work such insurance from financially responsible insurance companies, licensed in the State of Michigan, and approved by the City, that will protect the Contractor, its sub-Contractors, and the City from claims for bodily injury, death, or property damage which may arise from performance of the contract. The Contractor shall at the time of execution of the contract file with the City certificate(s) of insurance and endorsements, which shall cover all of the insurance as required herein. The certificates and endorsements shall reference the project or contract to which they apply. Upon request by the City, the Contractor shall submit all insurance policies for review. The amounts and types of such insurance shall be not less than the following:
1. Minimum required limits of liability:
(A) Comprehensive Commercial General Liability limits of at least:
a. Bodily injury, each occurrence ............................. $1,000,000
b. Bodily injury, aggregate........................................ $1,000,000
c. Property damage, each occurrence...................... $1,000,000
d. Property damage, aggregate................................ $1,000,000
(or in the alternative to a, b, c, d)
e. Bodily injury and Property Damage Combined Single Limit:
each occurrence................................................... $1,000,000
and aggregate ......................................................$1,000,000
(B) Automobile Liability Limits of at least:
a. Bodily injury, each person .................................. $1,000,000
b. Bodily injury, each occurrence............................. $1,000,000
c. Property damage, each occurrence.................... $1,000,000
(or in the alternative to a, b, c)
d. Bodily injury and Property Damage Combined Single Limit:
each occurrence.................................................. $1,000,000
2. Worker's Compensation and Employer's Liability Insurance as required by the State of Michigan for all Contractors’ employees and those of its sub-Contractors engaged in work under this contract with limits of not less than $500,000. If Contractor is a sole proprietorship and as such is not eligible for Worker's Compensation Coverage, Contractor must submit proof of same, satisfactory to the City. If Contractor is otherwise not obligated to carry Worker's Compensation Coverage, Contractor must submit documentation from the Michigan Department of Labor (Form WC- 337 or its equivalent); and
3. If the contract requires any work procedures involving explosives, blasting, demolition, excavating, trenching, tunneling, underground work, or other dangerous activity as determined by the City, the property damage liability coverage shall include standard explosion, collapse and underground coverage (XCU) for property damage and bodily injury liability coverage with limits of $1,000,000 each occurrence and $1,000,000 aggregate; additionally, Contractor shall provide third party pollution liability insurance coverage with minimum limits of $1,000,000 per occurrence and $1,000,000 aggregate. The insurance shall name the City and its officers, employees, agents, and representatives as an additional insured party.
4. Each policy shall provide for thirty (30) days written notice of cancellation, expiration, termination, or change of policy to the City. The Contractor shall submit evidence of the coverage to the City for review and approval. The City will, in writing, identify the policies and indicate its approval or disapproval. New policies shall be provided to the City in place of all policies disapproved. Insurances which expire before Contractor's work is accepted by the City shall be renewed and evidence of such renewal shall be submitted to the City for approval.
5. The Contractor shall advise all insurance companies to familiarize themselves with all of the conditions and provisions of the contract, and insurance companies shall waive the right to special notification for any change or modification of the contract, extension of time, decreased or increased work, cancellation or of any other act or acts by the City or its authorized employees or agents pertaining to the contract. Failure to notify the aforesaid insurance companies of such changes shall in no way relieve the insurance companies of its obligation under the contract.
6. Nothing contained in these insurance requirements is to be construed as limiting the extent of the Contractor’s responsibility for payment of damages resulting from its operations under this contract.
7. If the contract involves new construction, Contractor shall purchase and maintain an Owner's and Contractor's Protective Liability insurance policy and property insurance upon the Work at the site in the amount of the full replacement cost thereof. The insurance shall
a. Include the interests of the City, Contractor, Subcontractors, and if applicable, Engineer, City's Consultant, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured;
b. Be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss and damage to the Work, temporary buildings, falsework, and Work in transit and shall insure against at least the following perils: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, and such other perils or causes of loss as may be specifically required by supplementary conditions. The form of policy for this coverage shall be Completed Value.
c. Include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of City’s and architects);
d. Cover materials and equipment in transit for incorporation in the Work or stored at the site or at another location that was agreed to in writing by City prior to being incorporated in the Work; and,
e. Be maintained in effect until payment is made unless otherwise agreed to in writing by City and Contractor with 30 days written notice to each other additional insured to whom a certificate of insurance has been issued.
The policies of insurance required to be purchased and maintained by Contractor in accordance with this paragraph must be approved by City prior to commencement of construction.
B. Indemnification: The Contractor shall indemnify, defend, and save the City of Jackson, its agents, servants, employees, or representatives (hereinafter "the City), harmless from and against all costs, losses, claims, demands, suits, actions, payments, judgments, or expenses, legal or otherwise, which may occur, arise, or alleged to have occurred or arose from personal injuries, property damage, bodily injury, or otherwise, brought or recovered against the City by reason of any act or omission, without limitation or exception, of the City, the Contractor, its agents, Contractors, servants, employees, or representatives, in the course of, or arising out of, the performance, execution or guarding of all work or services relating to this contract. However, this provision does not indemnify, for the sole negligence of the City, in those situations described in Act 165 of the Public Acts of Michigan of 1966, as amended.
C. Liens: Neither the final payment nor the remaining retained percentage shall become due until the Contractor submits to the City (1) an affidavit that all payrolls, bills for materials and equipment, and other indebtedness connected with the Work for which the City or its property might in any way be responsible, have been paid or otherwise satisfied, (2) consent of surety, if any, to final payment and (3), if required by the City, other data establishing payment or satisfaction of all such obligations, such as receipts, releases and waivers of liens arising out of the Contract, to the extent and in such form as may be designated by the City. If any lien or claim remains unsatisfied after all payments have been made, the Contractor shall refund to the City all moneys that the latter may be compelled to pay in discharging such lien or claim, including all costs and reasonable attorneys' fees.
D. Guarantee: The Contractor shall guarantee all materials and work performed under this Contract for the period of one year from the date final payment is made. The Contractor shall promptly make any corrections made necessary for reason of faulty materials or workmanship, including corrections of damage to other City property resulting thereby, without cost to the City.
A. General: At the City's option, all claims, disputes, or questions arising out of or relating to these contract documents may be referred to arbitration for decision and award.
B. Selection: If the City elects to utilize arbitration, the parties may agree on one arbitrator; otherwise, a list of three (3) names shall be requested from the American Arbitration Association. Each party shall eliminate one (1) name from the list. After elimination, the one (1) name remaining, shall be the arbitrator who shall determine the dispute and/or award. If both parties eliminate the same name, then the remaining list of two (2) names shall be sent to the American Arbitration Association with a request to have them decide which arbitrator shall hear the case. Certified copies of the findings and/or award shall be filed with the City and the Contractor.
C. Compensation: The arbitrator shall make such rules as he or she shall determine equitable to govern the conduct of the investigation and determination of the award. The arbitrator shall fix the amount of the cost of the proceedings, including his or her fair and reasonable compensation and shall determine how the total cost shall be borne. All proceedings shall be pursuant to the American Arbitrator's Association rules.
D. Work to Continue: The Contractor will carry on the work during the time any arbitration is proceeding, unless agreed in writing by both parties that other arrangements shall be made.
A. Subcontracts: The Contractor agrees to be fully responsible to the City for the acts or omissions of his subcontractors and anyone employed directly or indirectly by him, or them and this contract obligation shall be in addition to the liability imposed by law upon the Contractor.
B. Taxes: The Contractor shall include and be deemed to have included in his Quote and contract price all Michigan sales and use taxes currently imposed by legislative enactment and as administered by the Michigan Department of Revenue on the Quote date.
If the Contractor is not required to pay or bear the burden, or obtains a refund or drawback in the whole or in part of any Michigan sales or use tax, interest or penalty thereon, which was required to be and was deemed to have been included in the Quote and contract price, the contract price shall be reduced by the amount thereof and the amount of such reduction, whether as a refund or otherwise, shall insure solely to the benefit of the City of Jackson.
C. Assignments: The Contractor shall not assign this contract nor any monies to become due thereunder without the prior written consent of the City.
D. Social Security: The Contractor shall pay the contributions measured by wages of his employees required by the Social Security Act and/or the Public Acts of the State of Michigan and shall accept exclusive liability for said contributions both on account of employees carried directly on his payrolls and for those of his sub- Contractors. The Contractor shall further indemnify and hold harmless the City on account of any contributions measured by the wages of employees of the Contractor or any sub-Contractor which may be assessed against the City under authority of said Act of State Law of Michigan.
E. Patents: The Contractor shall defend all suits or claims and shall save the City harmless for liability of any nature or kind, including costs and expenses for or on account of any patented invention, article, or appliance, manufactured or used in the performance of this contract.
F. Testing and Laboratory Service: All field and laboratory inspection and testing of materials prior to use will be provided for the City under a separate contract or arrangement. The manner and extent of such service, and the selection of the testing agencies, shall be established by the City.
Whenever such prior testing of materials shall indicate that such material does not meet specifications, the Contractor may, at his own expense, make appropriate tests to prove otherwise. Final decision on acceptance or rejection of these materials shall be made by the City.
G. Interpretation of Contract Documents: If any doubt exists in the mind of the Contractor as to the correct meaning of any part of the drawings, specifications, or contract documents, he may submit a written request to the City for any interpretation of the intended meaning, and in so doing he must assume the responsibility for its delivery to the City.
In case of any discrepancy in the contract documents, the matter shall be immediately submitted to the City, without whose decision, said discrepancy shall not be adjusted by the Contractor, save only at his own risk and expense.
H. Access: The Contractor shall provide the City, the Department of Labor, or any authorized representative thereof; with access to any books, documents, papers, and records of the Contractor which are pertinent to this project for the purpose of making audit, examination, excerpts, and transcriptions.
I. Measurement and Payment: In the event the contract involves unit Quote pricing, such pricing shall govern over total dollar amounts unless indicated otherwise. Quantities of work completed under the contract shall be determined by the City using the standards or methods of measurement provided in the Specifications, Special Provisions, Supplemental Specifications, or any other provision contained in the contract documents. Every attempt shall be made to measure quantity of work as fairly and accurately as possible; however, in the event of a discrepancy or dispute between the Contractor and the City, the City reserves the right to make final determination of the quantities of work completed in order to calculate the total cost of the work (Total contract amount.)
J. Coordination of Plans and Specifications: In case of discrepancy, figured dimensions shall govern over scaled dimensions and the parts of the contract will prevail over all other parts in the following order.
1. Demolition Special Conditions
2. Supplemental/Technical Specifications
3. Project Plans and Drawings
4. General Conditions
The Contractor shall not take advantage of any apparent error or omission in the plans, specifications, or other contract documents and if any inconsistency, omission, or conflict is discovered in the plans, specifications, or other contract documents, or if in any place the meaning of the plans, specification, or other contract documents is obscured or uncertain or in dispute, the City will decide as to the true intent.
K. Notification of State or Federal debarment/suspension or violation: The Contractor shall notify the City within seven (7) days of any State or Federal debarment, suspension, conflict of interest, or gross program violations. If such violations are reported, the contract shall be voidable at the option of the City.
L. Withholding: Contractor must require that its employees comply with the City of Jackson rules for withholding of income tax for work performed in the City of Jackson. In addition, all contracts between the Contractor and any subcontractors must contain a provision requiring the subcontractor to comply with the City of Jackson rules for withholding of income tax for work performed in the City of Jackson. Copies of such contract language must be provided to the City prior to commencement of work by the subcontractor.
M. Fines and Penalties.: Any fines, penalties, or other monetary sanctions from any federal or state authority against the City that are a result of the actions or failure to act of the Contractor will be deducted from any payment that is due to the Contractor. If the fine, penalty or other monetary sanction is levied after Contractor receives payment, Contractor shall reimburse the City within 10 days of written notice for all such fines, penalties, or monetary sanctions.
By submitting this application, I, the bidder, hereby propose to perform said work, strictly as specified in the bid documents at the prices set forth on the attached schedule of bid prices, upon receipt of written notice of acceptance of this bid within one hundred twenty (120) calendar days after opening of the bids at the time stated in said Invitation; to execute a properly completed contract in the form provided with the bid documents in accordance with this bid; to give bond with good and sufficient surety or sureties, satisfactory to the City Attorney of Jackson, for the faithful performance of said contract, for payment of labor and materials, and, if required, for maintenance of work; and to give such bond within ten (10) days after notice of award.
The Commission of the City of Jackson, on 12/19/72, passed a resolution committing the City to a policy and procedure regarding compliance to affirmative hiring practices by contracting agencies doing business with the City of Jackson, effective 12/20/72.
The purpose of the policy and procedure is to ensure that all citizens of our community have the opportunity for equality of treatment in service and employment.
The City requests that all bidders who will be doing business with the City in the amount of $5,000 or more during any fiscal year, shall comply with the provisions of the Contract Compliance Policy.
Bidders will be required to show an Equal Employment Opportunity Certificate of Compliance or demonstrate compliance with standards for equal employment opportunity established by state and federal statute:
will not discriminate against any employee or applicant for employment with respect to hire, tenure, term, conditions, or privileges or employment because race, religion or national origin, color, age, sex, height, weight, marital status, sexual orientation, gender identity, and physical or mental handicap.
In connection with this commitment, the bidder understands that they will be reviewed by the State of Michigan, Department of Civil Rights for determination of its status as an awardable Bidder.
The undersigned hereby agrees that they will abide by the terms of any agreements made with the City of Jackson in order to achieve awardable status.
In connection with the performance of this contract, the contractor agrees as follows:
1. The contractor will not discriminate against any employee/employer for employment because of race, religion or national origin, color, age, sex, height, weight, marital status, sexual orientation, gender identity, and physical or mental handicap. The contractor will take affirmative action to ensure that minority applicants are employed, and that employees are treated during employment without regard to their race, religion, color, national origin, age, sex, height, weight, marital status or handicap. Such action shall include, but not be limited to, the following: layoff or termination, rates of pay or other forms of compensation, selection for training, upgrading or promotion, transfer or recruitment.
2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, national origin, age, sex, height, weight, marital status or handicap. As a disclaimer, the contractor may state in the advertisement that he/she is an equal opportunity employer.
3. The contractor will furnish and file compliance reports with the City of Jackson as requested. Such reports shall elicit information as to the practices, policies, program and employment statistics for the contractor and said contractor shall permit access to all books, records and accounts regarding employment practices by agents and representatives of the City duly charged with investigative duties to assure compliance with this clause.
4. Breach of the covenants herein may be regarded as a material breach of the contract or purchasing agreement.
5. The contractor will include, or incorporate by reference, the provisions of paragraphs (1) through (4) in every subcontract or purchase order unless exempted by the rules, regulations or orders of the Michigan Civil Rights Commission and will provide in every subcontract or purchase order that said provisions will be binding upon each subcontractor or seller.
The undersigned understands and agrees that, as a Contractor for services, there shall be no discrimination against any employee or applicant for employment because of race, religion or national origin, color, age, sex, height, weight, marital status, sexual orientation, gender identity, and physical or mental handicap, including but no limited to employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation and selection for training.
The Contractor further agrees to the following:
(a) It will assist and actively cooperate with the City in obtaining compliance of any subcontractors with the equal opportunity rules, regulations, and relevant orders.
(2) It will furnish the City such information as might be required for the supervision of its compliance program and will otherwise assist the City in the discharge of its responsibility for ensuring compliance.
(3) In the event that the Contractor fails or refuses to comply with the equal opportunity regulations, the City may cause to be canceled, terminated, or suspended in whole or in part the contractual arrangement between the City and the Contractor.
The bidder certifies that he does not maintain or provide for his employees any segregated facilities and does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. The bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods) he will obtain identical certification from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files.
As a requirement to perform work for the City of Jackson on a contractual basis, I must have provided my employees with the basic training requirements of the HAZARD COMMUNICATION STANDARD as prescribed by the Michigan Right to Know amendments to Act 154 of the Public Acts of 1974 (Act 80, Public Acts 1986), prior to starting any work for the City. While engaged in working for the City, I will continue to comply with Michigan Right to Know Law until completion of the contract.
I am aware that if I bring any hazardous chemical to the City's workplace, I must have available the MSDS for these chemicals, in a place accessible to all employees in the workplace. If necessary, due to the "special protection information" requirement stated on the MSDS for the chemicals, I will provide all employees with any special training, special protective clothing or equipment necessary to eliminate or lessen the possible exposure to the hazardous chemical or chemicals.
By execution of this Release, the contractor acknowledges that he and all subcontractors and suppliers will comply with all requirements of the HAZARD COMMUNICATION STANDARD. Further, the contractor shall hold harmless from and indemnify the City against all claims, suits, actions, costs, counsel fees, expenses, damages, judgements or decrees, by reason of his failure, or the failure of any subcontractor, suppliers, or any person employed under said contractor to comply with the requirements of Act 154 of the Public Acts of 1974 as amended.
The prospective participant certifies, to the best of its knowledge and belief, that it and its principals:
(1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in transactions under federal non-procurement programs by any federal department or agency;
(2) Have not, within the three-year period preceding the proposal, had one or more public transactions (federal, state, or local) terminated for cause or default; and
(3) Are not presently indicted or otherwise criminally or civilly charged by a government entity (federal, state, or local) and have not, within the three-year period preceding the proposal, been convicted of or had a civil judgment rendered against it:
(a) For the commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public transaction (federal, state, or local) or a procurement contract under such a public transaction;
(b) For the violation of federal or state antitrust statutes, including those proscribing price fixing between competitors, the allocation of customers between competitors, or bid rigging; or
(c) For the commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property.
I understand that a false statement on this certification may be grounds for the rejection of this proposal or the termination of the award. In addition, under 18 U.S.C. §1001, a false statement may result in a fine of up to $10,000 or imprisonment for up to five years, or both.
Please download the below documents, complete, and upload.
Please provide your sam.gov Unique ldentity Number (UlN), if you
have received it. lf you have applied for your UIN and have not received it, please indicate the date of application.
Licenses must contain the Company Name or the Qualifying Officer Name.
If there are no liquidated damages, please write "N/A"
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.