Campus Wireless Upgrade - Indoor Addendum #1 Addendum #2 Addendum #3

expired opportunity(Expired)
From: Harper College(Higher Education)
Q01136

Basic Details

started - 01 Jan, 2024 (4 months ago)

Start Date

01 Jan, 2024 (4 months ago)
due - 16 Jan, 2024 (3 months ago)

Due Date

16 Jan, 2024 (3 months ago)
Bid Notification

Type

Bid Notification
Q01136

Identifier

Q01136
Harper College

Customer / Agency

Harper College
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.

REQUEST FOR BID Campus Wireless Upgrade – Indoor Specification & Contract Document Number: Q01136 Bid Opening: 11:00 a.m. Central Time on January 12, 2024 Pre-Bid Meeting/ Harper College Site Visit (Non-Mandatory): 1200 W. Algonquin Road Palatine, Illinois 60067 Building W, Room W-218 2:00 p.m. Central Time on December 19, 2023 Followed by a site visit on Campus Deadline for any questions Regarding this project: December 20, 2024, at 2:00 p.m. Central Time Return Bids To: Harper College 1200 W. Algonquin Road Palatine, Illinois 60067-7398 Attn: Purchasing Department “A” Building, Room A-217 Please mark the - Request for Bid Q01136 Return Envelope: - January 12, 2024 by 11:00 a.m. Central Time - Campus Wireless Upgrade – Indoor Bid Deposit: 10% Performance Bond: 100% Material & Labor Bond: 100% Issued by: Nathan Chung Purchasing Specialist Please return the entire document intact. 2 LEGAL NOTICE Official notice is hereby given that bids will be received in the Purchasing Department of
Harper College, Building “A”, Room A-217, 1200 West Algonquin Road, Palatine, Illinois 60067 until January 12, 2024, by 11:00 a.m. Central Time and will be read aloud shortly thereafter. Campus Wireless Upgrade – Indoor Specification & Contract Document Number: Q01136 Bidding documents are available on the Harper website at www.harpercollege.edu or by contacting the Purchasing Department at purchasing@harpercollege.edu. A Non-Mandatory Pre-Bid Meeting will be conducted on December 19, 2023, at 2:00 p.m. Central Time at the Harper College, Building W Room W-218, 1200 W. Algonquin Road, Palatine, Illinois followed by a site visit on campus. This will be the only escorted visit of the site. The last day to submit questions is December 20, 2023, at 2:00 p.m. Central Time. Questions submitted after that date may not receive a written response. Questions should be addressed to Nathan Chung at purchasing@harpercollege.edu. Bid security in the form of a bid bond in an amount equal to 10 percent (10%) of the Base Bid amount shall be submitted with the bid. All bidders must comply with Illinois Law requiring the payment of prevailing wages by all Contractors working on public works. Bidder must comply with the Illinois Statutory requirements regarding labor, including Equal Employment Opportunity Laws. No bids may be withdrawn for a period of 90 days after the submission without the consent of the Board of Trustees. Any bid submitted unsealed, unsigned, fax transmission, email or received subsequent to the afore-mentioned date and time, may be disqualified and returned to the bidder. Bidders shall comply with Business Enterprise Program: Participation and Utilization Plan developed by Harper College. There is a 30 percent aspirational goal on this contract. The College reserves the right to reject all bids or parts thereof, to waive any irregularities or informalities in bidding procedures and to award the contract in a manner best serving the interest of the College. HARPER COLLEGE Nathan Chung Purchasing Specialist http://www.harpercollege.edu/ mailto:purchasing@harpercollege.edu mailto:purchasing@harpercollege.edu 3 HARPER COLLEGE SECTION 1.0 GENERAL CONDITIONS 1.1 DEFINITIONS The following terms when used in the contract documents shall be defined as follows: Bidder – The legal entity to which the contract is awarded by Harper College. College - Harper College Owner - Harper College Bid -The offer of the Bidder Bidder - The individual, corporation, or partnership who submits a bid. Contract Documents - Legal Notice, instructions, general conditions, supplemental conditions, specifications, drawings, addendum, etc. 1.2 INTENT OF THE CONTRACT DOCUMENTS The contract documents are complimentary, and what is called for by one shall be as binding as if called by all. The intention of the contract documents is to include in the contract price the cost of all materials, equipment, bonds, transportation and all other expenses as may be necessary for the complete performance of the contract according to the contract documents. 1.3 SILENCE OF SPECIFICATIONS The apparent silence of specifications as to any detail or apparent omission from it as detailed description concerning any point shall be interpreted as meaning that only the best commercial material or practice shall prevail and that only items of the best material or workmanship to be used. 1.4 CONTRACT QUANTITIES A. Specific Quantities: Where quantities are specifically stated in the contract documents, the bidder shall deliver and the College pay for only such quantities as therein stated. B. Requirements: Where quantities are stated in the contract documents in terms of requirements, the bidder shall deliver all such quantities as are ordered by the College within the contract period at the unit price that is proposed. C. Estimated Quantities: Where quantities are stated in the contract documents in terms of estimated quantities, the bidder shall supply that quantity as specified by the College within the limits of more or less than ten percent (10%) of the estimated quantity so specified, unless otherwise stated within the specification. 1.5 NO USE OF COLLEGE’S NAME The bidder is specifically denied the right of using in any form or medium the name of the College for public advertisement unless the College has granted permission to the bidder to do so. 1.6 NEW PARTS AND MATERIALS: TITLE Equipment and material must be of current date (latest model or supply) and meet specifications. This provision excludes the use of surplus, re-manufactured or used products, whether in part or in whole, except where specifications explicitly provide therefore. Further, the bidder warrants that it has lien free title to all equipment, supplies, or materials purchased under the terms of this contract. 4 HARPER COLLEGE SECTION 1.0 GENERAL CONDITIONS 1.7 SUBLETTING OF CONTRACT OR CONTRACT FUNDS It is mutually understood and agreed that the bidder shall not assign, transfer, convey, sublet, or otherwise dispose of their contract or their right, title or interest therein, or their power to execute such contract, to any other person, firm, or corporation, without the previous written consent of the College and in no case shall consent relieve the bidder from their obligations, or change the terms of the contract. 1.8 HOLD HARMLESS The bidder agrees to indemnify, save harmless, and defend Harper College, its officers, officials, employees, volunteers and agents, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses, or expenses, including court costs or attorney fees for or on account of any injury to any person, or any death at any time resulting from such injury or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this contract. 1.9 GUARANTIES AND WARRANTIES All guaranties and warranties required shall be furnished by the bidder and shall be delivered to the College before the final voucher on the contract is issued. 1.10 DELIVERY AND BILLING A. Shipping: All materials shipped to Harper College must be shipped F.O.B. delivered designated location, Palatine, Illinois. If the delivery is made by truck, the bidder must make arrangements in advance in order that the College may schedule for receipt of the materials. The materials must then be delivered where directed. No deliveries will be accepted on Saturday, Sunday, or holidays. B. Packing Slips: All shipments or deliveries shall be accompanied by packing slips or delivery tickets and shall contain the following information for each item delivered: 1. Purchase order number 2. Name of the article and stock number 3. Quantity ordered 4. Quantity back-ordered 5. Name of bidder C. Inspections: The College shall have the right to inspect any materials, components, equipment, supplies, services, or completed work specified herein. Any of the said items not complying with these specifications are subject to rejection at the option of the College. Any items rejected shall be removed from the premises of the College and/or replaced at the entire expense of the bidder. D. Invoices: Mail All Invoices to: Harper College Attn: Accounts Payable 1200 W. Algonquin Road Palatine, IL 60067-7398 5 HARPER COLLEGE SECTION 1.0 GENERAL CONDITIONS 1.11 TOXIC SUBSTANCES DISCLOSURES All bidders must comply with the requirements of the Toxic Substance Disclosure to Employees Act, for any materials, supplies, and covered by said Act. 1.12 “EQUAL EMPLOYMENT OPPORTUNITY” In the event of the bidder’s noncompliance with any provision of this Equal Employment Opportunity Clause, the Illinois Fair Employment Practices Act of the Fair Employment Practices Commission’s Rules and Regulations for Public Contracts, the bidder may be declared non-responsible and therefore ineligible for future contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations, and the contract may be cancelled or voided in whole or in part, and such other sanctions or penalties may be imposed or remedies involved as provided by statute or regulation. During the performance of this contract, the bidder agrees as follows: A. That it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin or ancestry; and further that it will examine all job classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any such underutilization. B. That, if it hires additional employees in order to perform this contract, or any portion hereof, it will determine the availability (in accordance with the Commission’s Rules and Regulations for Public Contracts) of minorities and women in the area(s) from which it may reasonably recruit and it will hire for each job classification for which employees are hired in such a way that minorities and women are not underutilized. C. That, in all solicitations or advertisements for employees placed by it or on its behalf, it will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, national origin or ancestry. D. That it will send to each labor organization or representative of workers with which it has or is bound by a collective bargaining or other agreement or understanding, a notice advising such labor organization or representative of the bidder’s obligations under the Illinois Fair Employment Practices Act and the Commission’s Rules and Regulations for Public Contract. If any such labor organization or representative fails or refuses to cooperate with the bidder in its efforts to comply with such Act and Rules and Regulations, the bidder will promptly notify the Illinois Fair Employment Practices Commission and the contracting agency and will recruit employees from other sources when necessary to fulfill its obligations there under. E. That it will submit reports as required by the Illinois Fair Employment Practices Commission’s Rules and Regulations for Public Contracts, furnish all relevant information as may from time to time be requested by the Commission or the contracting agency, and in all respects comply with the Illinois Fair Employment Practices Act and the Commission’s Rules and Regulations for Public Contracts. F. That it will permit access to all relevant books, records, accounts and work sites by personnel of the contracting agency and the Illinois Fair Employment Practices Commission for purposes of investigation to Fair Employment Practices Commission for purposes of investigation to ascertain compliance with 6 HARPER COLLEGE SECTION 1.0 GENERAL CONDITIONS the Illinois Fair Employment Practices Act and the Commission’s Rules and Regulations for Public Contracts. G. That it will include verbatim or by reference the provisions of paragraphs A through G of this clause in every performance subcontract as defined in Section 2.10 (b) of the Commission’s Rules and Regulations for Public Contracts so that such provisions will be binding upon every such sub-bidder; and that it will also so include the provisions of paragraphs A through G in every supply subcontract as defined in Section 2.10 (a) of the Commission’s Rules and Regulations for Public Contracts so that such provisions will be binding upon every such sub-bidder. In the same manner as with other provisions of this contract, the bidder will be liable for compliance with applicable provisions of this clause by all its sub-bidders; and further it will promptly notify the contracting agency and the Illinois Fair Employment Practices Commission in the event any sub-bidder fails or refuses to comply therewith. In addition, no bidder will utilize any sub-bidder declared by the Commission to be non-responsible and therefore ineligible for contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations. With respect to the two types of subcontracts referred to under paragraph G of the Equal Employment Opportunity Clause above, following is an excerpt of Section 2 of the FEPC’s Rules and Regulations for Public Contracts: Section 2.10. The term “Subcontract” means any agreement, arrangement or understanding, written or otherwise, between a bidder and any person (in which the parties do not stand in the relationship of an employer and an employee): a. for the furnishing of supplies or services or for the use of real or personal property, including lease arrangements, which, in whole or in part, are utilized in the performance of any one or more contracts; or b. under which any portion of the bidder’s obligation under any one or more contracts is performed, undertaken or assumed. 1.13 NON APPROPRIATIONS The College reserves the right to terminate the whole or any part of this contract or to reject bids, in the event that sufficient funds to complete the contract are not appropriated by the College Board of Trustees. 1.14 TERMINATION FOR DEFAULT The College reserves the right to terminate the whole or any part of this contract, upon written notice to the bidder, in the event of default by the bidder. Default is defined as failure by the bidder to perform any provisions of this contract or failure to make sufficient progress so as to endanger performance of this contract in accordance with its terms. In the event of default and termination, the College may procure, upon such terms and in a manner as the Purchasing Department may deem appropriate, supplies or services similar to those so terminated. The bidder shall be liable for any excess cost for such similar supplies or services unless acceptable evidence is submitted to the Purchasing Department that failure to perform the contract was due to causes beyond the control and without the fault or negligence of the bidder. 7 HARPER COLLEGE SECTION 1.0 GENERAL CONDITIONS 1.15 TERMINATION FOR CONVENIENCE The College may terminate this contract at any time upon a written notice to the bidder, should it be determined that these services are no longer required or if sufficient funds are not available to cover the estimated requirement. Payment for work performed prior to the effective date of termination shall be based upon an estimate of the services actually performed, and shall be mutually agreed upon by the College and the bidder. Such payment so made to the bidder shall be in full settlement for services rendered under this contract. 1.16 STATEMENT OF NON-DISCRIMINATION A. That in the hiring of employees for the performance of work under this contract or any subcontract, no contractor, subcontractor, or any persons acting on their behalf, shall be reason of race, creed, or color, discriminate against any citizen of the State in the employment of labor or workers who are qualified and available to perform the work to which the employment relates. B. That no contractor, subcontractor, nor any person on their behalf shall, in manner, discriminate against or intimidate any employee hired for the performance of work under this contract an account of race, creed, or color. C. For the performance of the contract, the contractor shall agree as follows: That all contractors or subcontractors will comply with all state laws regarding discrimination. The contractor will take affirmative action to ensure that applicants are employed, and the employees are treated during employment, without regard to their race, color, religion, national origin, ancestry or sex. 8 HARPER COLLEGE SECTION 2.0 INSTRUCTIONS TO BIDDERS The General Rules and Conditions which follow apply to all purchases and become a definite part of each formal legal notice, purchase order or contract issued by Harper College, unless otherwise specified. Bidders or their authorized representatives are expected to fully inform themselves of the conditions, requirements and specifications before submitting bids. Failure to do so will be at the bidder’s own risk and the bidder will not secure relief on the plea of error. 2.1 DEFINITIONS: The following definitions shall apply wherever they appear in the contract documents. College: William Rainey Harper College Owner: William Rainey Harper College Bid: The offer of the Bidder Bidder: The individual, corporation, or partnership who submits a bid. Contract Documents: Legal Notice, General Conditions, Instructions to Bidders, Supplementary or Special Conditions or Provisions, Detailed Specifications, drawings, addendum, etc. 2.2 GENERAL Bids shall be made in accordance with the instructions. Failure to execute bids as required may, at the discretion of the College, be cause for rejection. 2.3 FORMS Bids should be submitted on the forms provided by the College. 2.4 BLANKS & CORRECTIONS All blank spaces on any contract document shall be filled in with typewritten figures or printed in ink. Any erasures or corrections shall be dated and initialed. 2.5 SUBMISSIONS All bids shall be submitted in a sealed envelope to the office of the Purchasing Department, Harper College, Building A, Room A-217, 1200 W. Algonquin Road, Palatine, Illinois, 60067, by the specified opening time of the bids. The sealed envelope shall carry the following information on the face: bidder’s name, address, subject matter of the bid, date and hour designated for the opening of bids as shown in the notice. Where bids are sent by mail or courier service, the bidder shall be responsible for their delivery to the Purchasing Department prior to the designated date and hour for opening. If delivery is delayed beyond the date and hour set for the opening, bids thus delayed will not be considered and will be returned unopened. Bids transmitted by facsimile (fax) or e-mail will not be accepted. No responsibility will be attached to the Purchasing Department or the College for the premature or non- opening of a bid not properly addressed and identified in the provided envelope, except as otherwise provided by law. 9 HARPER COLLEGE SECTION 2.0 INSTRUCTIONS TO BIDDERS 2.6 EXAMINATION OF DOCUMENTS The bidder shall, before submitting their bid, carefully examine the specifications, project scope and work tasks to be accomplished, contract documents, bid, and insurance requirements. If their bid is accepted, they shall be responsible for, and the College will make no allowance for, any errors in their bid resulting from their failure or neglect to comply with these instructions. 2.7 EXECUTION Bid shall be signed. If the Bidder is a corporation, the bid shall bear the name of the corporation, signed by an officer authorized to bind the corporation. 2.8 WITHDRAWALS Bids may be withdrawn previous to the time of opening bids by written request. However, no offer shall be withdrawn within the ninety (90) calendar day period after the time set for the closing. Bidders withdrawing their bid prior to the time and date set for opening bids may still submit another bid if done in accordance with these instructions. 2.9 WORDS AND FIGURES Where amounts are given in both words and figures, the words will govern. 2.10 UNIT PRICES When unit prices are called for, bids shall include all unit cost items and alternates shown on the bids. When an error is made in extending total prices, the unit price will govern. 2.11 TAXES Harper College does not pay Federal Excise Tax or State of Illinois Sales Tax. A copy of the tax exemption letter is available upon written request. 2.12 NET PRICE Bid prices shall be net, including therein transportation and handling charges, F.O.B. Harper College, and shall further include all charges of whatsoever sort of labor and materials contained in the work or materials designated in the specifications and bids. 2.13 INTERPRETATIONS Interpretations of meaning of any item in the contract documents shall be valid only if issued in writing by the owner or owner’s representative designated in the contract documents. 2.14 BID DEPOSIT When required on the cover sheet, all bids shall be accompanied by a bid deposit in the amount specified. Bid deposits shall be in the form of a bid bond. All bids not accompanied by a bid deposit, when requested, may be rejected. Bid bonds will be accepted unless otherwise indicated in the specification. Bid deposits of 10 HARPER COLLEGE SECTION 2.0 INSTRUCTIONS TO BIDDERS the two lowest bidders will be returned after acceptance by the College of a satisfactory performance bond where such bond is required. If the bidder fails to produce the bond by the completion of the contract the bid deposit may be forfeited. 2.15 ALTERNATE EQUIPMENT OR MATERIALS A) Bids shall be evaluated and considered on equipment and/or material complying substantially with the contract specification. If any bidder deviates from the contract specifications or provides a substitute for any required equipment and/or materials listed in the contract specifications, the bidder shall list such deviations and/or substitutions, including technical data when applicable in a letter attached to the bid or on a form that may be provided by the College with the documents. B) The College reserves the right to determine whether any deviations and substitutions listed by the bidder are within the intent of the contract specifications and will reasonable meet the service requirements of College. C) When brand names or part numbers are indicated, it is for the purposes of establishing description or quality standards and not meant to be restrictive. 2.16 RESPONSIBILITY OF BIDDER No contract will be awarded to any person, firm or corporation that is in whole or in part, in an unsatisfactory manner, in any contract with Harper College, or who is a defaulter as to surety or otherwise upon any obligation to Harper College. 2.17 COLLEGE’S RIGHT TO ACCEPT OR REJECT Harper College reserves the right to accept any bids, any part of a bid, or any combination of bids, which may be deemed to be in the best interest of the College. The Harper College further reserves the right to reject any or all bids. 2.18 PROTEST PROCEDURE Any bidder wishing to file a protest regarding the bid process may do so by giving written notice to the College Purchasing Department within seven calendar days of the closing time and date. This notice should include the title of the requirement, the closing date and the nature of the protest. Any disputes concerning a question of fact under this bid which is not disposed of by agreement shall be decided by the College. The decision of the College for the determination of such appeals shall be final and conclusive unless determined by a court of competent jurisdiction to have been fraudulent, or capricious, or arbitrary, or so grossly erroneous as necessary to imply bad faith, or not supported by substantial evidence. In connection with any appeal proceeding under this clause, the Contractor shall be afforded an opportunity to be heard and offer evidence in support of their appeal. Pending final decision of a dispute hereunder, the Contractor shall proceed diligently with the performance of the contract and in accordance with the decision of the College. 11 HARPER COLLEGE SECTION 2.0 INSTRUCTIONS TO BIDDERS 2.19 AWARDING THE CONTRACT The contract will be awarded to the lowest responsible and responsive bidder meeting specifications. 2.20 CONTRACT TERM The term of the contract shall be as stated in the specifications. 2.21 REQUIRED AFFIDAVITS - CERTIFICATION OF COMPLIANCE The bidder is required to execute and submit with their proposal the Certification of Compliance affidavit found in the proposal section of these documents. Submission of the Certification of Compliance affidavit certifies that the bidder is in compliance with the following: A) The bidder certifies and affirms that the proposal was prepared independently for this project and that the pricing contains no fees or amounts other than for the legitimate execution of this work as specified, and that it includes no understanding or agreements in restraints of trade. B) The bidder certifies that they are not barred from bidding on this contract as a result of a conviction for violation of State of Illinois laws prohibiting bid-rigging or bid-rotating pursuant to Illinois Compiled Statutes, 720 ILCS 5/33E-1 et seq. C) The bidder certifies that they are not delinquent in the payment of any tax administered by the Illinois Department of Revenue, pursuant to Illinois Compiled Statutes, 65 ILCS 5/11-42.1-1. D) The bidder agrees to provide a drug free workplace in accordance with the Illinois Drug Free Workplace Act, Illinois Compiled Statutes, 30 ILCS 580/1 et seq. (This requirement applies to employers having twenty-five (25) or more employees.) E) The bidder certifies that they have a written Sexual Harassment Policy in place in full compliance with Illinois Compiled Statutes, 775 ILCS 5/2-105(A)(4). William Rainey Harper College, Community College District No. 512, confirms that it is in compliance with said statute. Failure of the bidder to complete and return the Certification of Compliance affidavit may be considered sufficient reason for rejection of the bid. 2.22 ALTERNATE AND MULTIPLE BIDS Unless otherwise indicated in these documents, the bidder may not submit alternate or multiple bids as part of this package. The submission of more than one bid within a single package may be cause for rejection of any or all of the bids of that bidder. 2.23 CONTRACTING WITH MINORITY FIRMS AND WOMEN BUSINESS ENTERPRISE The College has an aspirational goal of spending 30% of its budgeted expenditures with firms owned by minorities, females or persons with disabilities as required by Illinois Statute. Respondents to this request for bids shall comply with the provisions of the Business Enterprise program, and shall submit the appropriate Utilization Plan forms and/or Demonstration of Good Faith efforts checklist with their responses. The directory of BEP certified vendors can be found at the following website (https://cms.diversitycompliance.com/). 12 HARPER COLLEGE SECTION 3.0 SPECIAL CONDITIONS 3.1 INSPECTION OF INSTALLATION / WORK SITE Prior to submission of the bid, the bidder shall inspect in detail the site/s of the proposed work and familiarize him/herself with the local conditions affecting the contract under which they will be obligated to operate in performing the work. In particular, the bidder shall review the work site in respect to adequacy of access. Any concerns by the bidder in respect to any of these items shall be brought to the attention of the College prior to the bid opening. Upon award of a contract, the contractor shall be responsible for, and the College will make no allowance for, any errors in their proposal resulting from their failure or neglect to comply with these instructions. 3.2 BASIS OF AWARD Bids will be awarded on a lump sum based on the price(s) as shown on the Proposal page to the most responsive and responsible bidder. Bidders shall include all ancillary charges to complete the work in their bid. The College reserves the right to make the award of a contract on the base bid price only or in combination with any option or combination of options, whichever is considered to be in the best interest of the College. The College reserves the right to waive technicalities, or to reject any and all bids when, in the opinion of the Board of Trustees, the best interest of William Rainey Harper College will be served by such action. 3.3 METHOD OF PAYMENT The College will pay in accordance with the Local Government Prompt Payment Act. Invoices shall be sent to William Rainey Harper College, Attn: Accounts Payable, 1200 W. Algonquin Road, Palatine, Illinois, 60067-7398. 3.4 EXCEPTIONS TO SPECIFICATIONS / CORRECTIONS Any exceptions to these specifications shall be listed and fully explained on a separate page entitled "Exceptions to Specifications", prepared by the bidder on their firm's letterhead, to be attached to and submitted with these documents at the time of the bid opening. Each exception must refer to the page number and paragraph to which it pertains. The nature of each exception shall be fully explained. Bidders are cautioned that any deviations from or exceptions to these specifications may be cause for rejection of the bid. All prices and notations must be typed in or written in ink. Mistakes may be crossed out, and corrections typed in or written in ink adjacent and dated and initialed in ink by the person signing the proposal. 3.5 INSURANCE REQUIREMENTS Upon notice of acceptance of proposal, the successful bidder shall, within ten (10) calendar days of said notice, furnish to the College a certificate of insurance evidencing coverage by the types of insurance in the amounts specified below. Such coverage shall be placed with a responsible company acceptable to the College, licensed to do business in the State of Illinois, and with a minimum insurance rating of A: VII as found in the current edition of A M Best's Key Rating Guide. Each policy shall bear an endorsement precluding the cancellation or reduction of said policies without providing Harper College at least thirty (30) days prior notice thereof in writing. All required insurance shall be maintained by the contractor in full force and effect until such time as the subject equipment has been approved and accepted by the College. 13 HARPER COLLEGE SECTION 3.0 SPECIAL CONDITIONS INSURANCE REQUIREMENTS (Cont’d) Minimum Insurance Requirements: General Liability General Aggregate $2,000,000 Products-Comp/Op Agg $2,000,000 Personal Injury $1,000,000 Each Occurrence $1,000,000 Fire Damage (Any one fire) $50,000 Medical Exp (Any one person) $5,000 Excess Liability Each Occurrence $1,000,000 Automobile Liability Aggregate $1,000,000 Bodily injury (each acc) $1,000,000 Property damage (each $1,000,000 Workers’ Statutory Limits Compensation Each accident $500,000 Disease-Policy limit $500,000 Disease-Each employee $500,000 The Contractor shall name William Rainey Harper College and William Rainey Harper College, their governing boards, officers, employees, agents and volunteers as Additional Insureds on ISO Endorsement CG 20 26 or its equivalent for general liability. Additionally, required is a Waiver of Subrogation Clause in favor of the additional insured which applies on the general liability, automobile liability and workers’ compensation. Contractor shall cause each subcontractor employed by contractor to purchase and maintain insurance of the type specified above. When requested by the College, contractor shall furnish copies of certificates of insurance evidencing coverage for each subcontractor. 3.6 INDEMNITY To the fullest extent permitted by law, the contractor shall indemnify and hold harmless Harper College, its officers, officials, employees, volunteers and agents from and against all claims, damages, losses and expenses including but not limited to legal fees (attorney’s and paralegal’s fees and court costs), arising out of or resulting from the performance of the contractor’s work, provided that any such claim, damage, loss or expense ( i ) is attributable to bodily injury, sickness, disease or death, or injury to or destruction of tangible property, other than the work itself, including the loss of use resulting therefrom and ( ii ) is caused in whole or in part by any wrongful or negligent act or omission of the contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this paragraph. Contractor shall similarly protect, indemnify, and hold and save harmless Harper College, its officers, officials, employees, volunteers and agents from and against any and all 14 HARPER COLLEGE SECTION 3.0 SPECIAL CONDITIONS claims, costs, causes, actions and expenses including but not limited to legal fees, incurred by reason of contractor’s breach of any of its obligations under, or contractor’s default of, any provision of the Contract. 3.7 SUPPLEMENTAL INFORMATION When catalogues, literature or other attachments are submitted with the bidding document, this will be considered as supplemental information only. This information will not modify the requirements as stated in the bidding document in any manner whatsoever. In any area of conflict the bidding document will always prevail. 3.8 INTERPRETATIONS During the bidding process questions should be submitted to Nathan Chung at purchasing@harpercollege.edu. 3.9 PRE-BID MEETING & SITE VISIT A non-mandatory pre-bid meeting will be conducted on December 19, 2023, 2:00 p.m. Central Time. Interested qualified firms shall assemble in Building W, Room W-218 at the Harper College, 1200 W. Algonquin Road, Palatine, Illinois. The site visit will be followed by the meeting. 3.10 BACKGROUND CHECKS The contractor agrees to conduct criminal background checks on each of its employees, as well as employees of its subcontractors, prior to sending them to the College. The College may request new background checks of any employee at any time. Such criminal background checks will be performed at Contractor's or Subcontractor's expense and at no additional cost to the College. If in the College's sole discretion objectionable information regarding any employee is discovered in the background check, such person shall not be allowed to continue working at the College. The minimum background check process shall include, but not be limited to, the following checks: 1. Social Security Number trace 2. Federal, State and County Criminal Background Checks 3. National Sex Offender Registry 3.11 CONCEALED CARRY The contractor/supplier acknowledges that firearms are prohibited on the College’s campus except as provided in Section 65 of the Firearm Concealed Carry Act, 430 ILCS 66/65. The Contractor shall inform its employees and subcontractors of this prohibition and shall strictly enforce it when on the College’s campus. The supplier/contractor further agrees to consult and comply with Harper College’s Board Policies regarding the possession of firearms on campus. 15 PREVAILING WAGE REQUIREMENTS Each Contractor shall comply with requirements of “An Act regulating wages of laborers, mechanics and other workmen employed in any public works by the State, County, City or by any public body or any political subdivision or by anyone under contract for public works”. If, during the course of work under this contract, the Department of Labor revises the prevailing rate hourly wages to be paid under this contract for any trade or occupation, Owner, will notify Contractor and each Subcontractor of the changes in the prevailing rate of hourly wages. Contractor shall have the role responsibility and duty to ensure that the revised prevailing rate of hourly wage is paid by Contractor and all Subcontractors to each worker to whom a revised rate is applicable. Revisions to the prevailing wage as set forth above shall not result in an increase in the Contract Sum. For additional questions, refer to the Department of Labor’s website at: https://labor.illinois.gov/laws-rules/conmed/rates.html 3.12 https://labor.illinois.gov/laws-rules/conmed/rates.html Overtime Trade Title Rg Type C Base Foreman M-F Sa Su Hol H/W Pension Vac Trng Other Ins Add OT 1.5x owed Add OT 2.0x owed ASBESTOS ABT-GEN All ALL 48.90 49.90 1.5 1.5 2.0 2.0 17.37 15.91 0.00 0.91 0.00 0.00 ASBESTOS ABT-MEC All BLD 40.59 43.84 1.5 1.5 2.0 2.0 15.22 15.16 0.00 0.88 2.80 5.60 BOILERMAKER All BLD 54.71 59.63 2.0 2.0 2.0 2.0 6.97 25.06 0.00 2.83 0.00 0.00 BRICK MASON All BLD 50.81 55.89 1.5 1.5 2.0 2.0 12.50 23.01 0.00 1.16 0.00 0.00 0.00 CARPENTER All ALL 53.51 55.51 1.5 1.5 2.0 2.0 12.29 25.26 1.70 0.81 0.00 0.00 CEMENT MASON All ALL 50.75 52.75 2.0 1.5 2.0 2.0 17.33 22.00 0.00 1.15 0.00 1.50 3.00 CERAMIC TILE FINISHER All BLD 45.62 45.62 1.5 1.5 2.0 2.0 12.75 15.64 0.00 1.04 0.00 0.00 0.00 CERAMIC TILE LAYER All BLD 53.14 58.14 1.5 1.5 2.0 2.0 12.75 19.41 0.00 1.12 0.00 0.00 0.00 COMMUNICATION ELECTRICIAN All BLD 48.66 58.37 1.5 1.5 2.0 2.0 13.90 14.40 1.25 1.31 0.25 0.00 0.00 ELECTRIC PWR EQMT OP All ALL 60.15 66.00 1.5 1.5 2.0 2.0 13.08 20.29 0.00 3.25 0.00 0.00 0.00 ELECTRIC PWR GRNDMAN All ALL 46.92 66.00 1.5 1.5 2.0 2.0 10.21 15.83 0.00 2.54 0.00 0.00 0.00 ELECTRIC PWR LINEMAN All ALL 60.15 66.00 1.5 1.5 2.0 2.0 13.08 20.29 0.00 3.25 0.00 0.00 0.00 ELECTRICIAN All ALL 53.80 58.37 1.5 1.5 2.0 2.0 18.65 19.55 1.25 1.81 0.60 0.00 0.00 ELEVATOR CONSTRUCTOR All BLD 65.12 73.26 2.0 2.0 2.0 2.0 16.08 20.56 5.20 0.70 0.00 0.00 FENCE ERECTOR All ALL 48.48 50.48 1.5 1.5 2.0 2.0 13.68 18.32 0.00 0.75 0.00 0.00 0.00 GLAZIER All BLD 49.75 51.25 1.5 2.0 2.0 2.0 15.44 25.36 0.00 2.07 0.00 0.00 0.00 HEAT/FROST INSULATOR All BLD 54.12 57.37 1.5 1.5 2.0 2.0 15.22 17.86 0.00 0.88 4.15 8.30 IRON WORKER All ALL 57.00 59.00 2.0 2.0 2.0 2.0 17.05 25.56 0.00 0.49 0.00 0.00 LABORER All ALL 48.90 49.65 1.5 1.5 2.0 2.0 17.37 15.91 0.00 0.91 0.00 0.00 LATHER All ALL 53.51 55.51 1.5 1.5 2.0 2.0 12.29 25.26 1.70 0.81 0.00 0.00 MACHINIST All BLD 55.74 59.74 1.5 1.5 2.0 2.0 9.93 8.95 1.85 1.47 0.00 0.00 MARBLE FINISHER All ALL 38.75 52.46 1.5 1.5 2.0 2.0 12.50 20.95 0.00 0.66 0.00 0.00 0.00 MARBLE SETTER All BLD 49.96 54.96 1.5 1.5 2.0 2.0 12.50 22.31 0.00 0.85 0.00 0.00 0.00 MATERIAL TESTER I All ALL 38.90 1.5 1.5 2.0 2.0 17.37 15.91 0.00 0.91 0.00 0.00 MATERIALS TESTER II All ALL 43.90 1.5 1.5 2.0 2.0 17.37 15.91 0.00 0.91 0.00 0.00 MILLWRIGHT All ALL 53.51 55.51 1.5 1.5 2.0 2.0 12.29 25.26 1.70 0.81 0.00 0.00 Cook County Prevailing Wage Rates posted on 12/7/2023 OPERATING ENGINEER All BLD 1 56.60 60.60 2.0 2.0 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00 OPERATING ENGINEER All BLD 2 55.30 60.60 2.0 2.0 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00 OPERATING ENGINEER All BLD 3 52.75 60.60 2.0 2.0 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00 OPERATING ENGINEER All BLD 4 51.00 60.60 2.0 2.0 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00 OPERATING ENGINEER All BLD 5 60.35 60.60 2.0 2.0 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00 OPERATING ENGINEER All BLD 6 57.60 60.60 2.0 2.0 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00 OPERATING ENGINEER All BLD 7 59.60 60.60 2.0 2.0 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00 OPERATING ENGINEER All FLT 1 64.55 64.55 1.5 1.5 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00 OPERATING ENGINEER All FLT 2 63.05 64.55 1.5 1.5 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00 OPERATING ENGINEER All FLT 3 58.55 64.55 1.5 1.5 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00 OPERATING ENGINEER All FLT 4 54.05 64.55 1.5 1.5 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00 OPERATING ENGINEER All FLT 5 66.05 64.55 1.5 1.5 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00 OPERATING ENGINEER All FLT 6 54.05 64.55 1.5 1.5 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00 OPERATING ENGINEER All HWY 1 54.80 58.80 1.5 1.5 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00 OPERATING ENGINEER All HWY 2 54.25 58.80 1.5 1.5 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00 OPERATING ENGINEER All HWY 3 52.20 58.80 1.5 1.5 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00 OPERATING ENGINEER All HWY 4 50.80 58.80 1.5 1.5 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00 OPERATING ENGINEER All HWY 5 49.60 58.80 1.5 1.5 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00 OPERATING ENGINEER All HWY 6 57.80 58.80 1.5 1.5 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00 OPERATING ENGINEER All HWY 7 55.80 58.80 1.5 1.5 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00 ORNAMENTAL IRON WORKER All ALL 55.01 57.51 2.0 2.0 2.0 2.0 14.23 26.00 0.00 2.00 0.00 0.00 0.00 PAINTER All ALL 51.55 57.99 1.5 1.5 1.5 2.0 14.76 15.69 0.00 1.86 0.00 0.00 0.00 PAINTER - SIGNS All BLD 41.55 46.67 1.5 1.5 2.0 2.0 3.04 3.90 0.00 0.00 0.00 0.00 0.00 PILEDRIVER All ALL 53.51 55.51 1.5 1.5 2.0 2.0 12.29 25.26 1.70 0.81 0.00 0.00 PIPEFITTER All BLD 55.00 58.00 1.5 1.5 2.0 2.0 12.65 22.85 0.00 3.12 0.00 0.00 0.00 PLASTERER All BLD 48.75 51.68 1.5 1.5 2.0 2.0 17.33 20.33 0.00 1.15 0.00 0.00 0.00 PLUMBER All BLD 56.80 60.20 1.5 1.5 2.0 2.0 17.00 17.29 0.00 1.73 0.00 0.00 ROOFER All BLD 49.25 54.25 1.5 1.5 2.0 2.0 11.83 16.14 0.00 1.11 0.00 0.00 0.00 SHEETMETAL WORKER All BLD 51.15 55.24 1.5 1.5 2.0 2.0 14.18 28.45 0.00 1.05 0.00 0.00 0.00 Cook County Prevailing Wage Rates posted on 12/7/2023 SIGN HANGER All BLD 35.72 38.58 1.5 1.5 2.0 2.0 7.15 4.60 0.00 0.00 0.00 0.00 0.00 SPRINKLER FITTER All BLD 56.70 59.45 1.5 1.5 2.0 2.0 14.45 18.70 0.00 0.75 0.00 0.00 0.00 STEEL ERECTOR All ALL 57.00 59.00 2.0 2.0 2.0 2.0 17.05 25.56 0.00 0.49 0.00 0.00 STONE MASON All BLD 50.81 55.89 1.5 1.5 2.0 2.0 12.50 23.01 0.00 1.16 0.00 0.00 0.00 TERRAZZO FINISHER All BLD 46.94 46.94 1.5 1.5 2.0 2.0 12.75 17.73 0.00 1.07 0.00 0.00 0.00 TERRAZZO MECHANIC All BLD 50.85 54.35 1.5 1.5 2.0 2.0 12.75 19.12 0.00 1.10 0.00 0.00 0.00 TRAFFIC SAFETY WORKER I All HWY 40.10 41.70 1.5 1.5 2.0 2.0 10.60 9.35 0.00 1.00 0.00 0.00 0.00 TRAFFIC SAFETY WORKER II ALL HWY 41.10 42.70 1.5 1.5 2.0 2.0 10.60 9.35 0.00 1.00 0.00 0.00 0.00 TRUCK DRIVER E ALL 1 41.75 42.40 1.5 1.5 2.0 2.0 12.80 15.74 0.00 0.15 0.00 0.00 0.00 TRUCK DRIVER E ALL 2 42.00 42.40 1.5 1.5 2.0 2.0 12.80 15.74 0.00 0.15 0.00 0.00 0.00 TRUCK DRIVER E ALL 3 42.20 42.40 1.5 1.5 2.0 2.0 12.80 15.74 0.00 0.15 0.00 0.00 0.00 TRUCK DRIVER E ALL 4 42.40 42.40 1.5 1.5 2.0 2.0 12.80 15.74 0.00 0.15 0.00 0.00 0.00 TRUCK DRIVER W ALL 1 42.18 42.73 1.5 1.5 2.0 2.0 11.20 15.46 0.00 0.15 0.00 0.00 0.00 TRUCK DRIVER W ALL 2 42.33 42.73 1.5 1.5 2.0 2.0 11.20 15.46 0.00 0.15 0.00 0.00 0.00 TRUCK DRIVER W ALL 3 42.53 42.73 1.5 1.5 2.0 2.0 11.20 15.46 0.00 0.15 0.00 0.00 0.00 TRUCK DRIVER W ALL 4 42.73 42.73 1.5 1.5 2.0 2.0 11.20 15.46 0.00 0.15 0.00 0.00 0.00 TUCKPOINTER All BLD 50.53 51.53 1.5 1.5 2.0 2.0 9.55 21.72 0.00 1.11 0.00 0.00 0.00 Legend Rg Region Type Trade Type - All,Highway,Building,Floating,Oil & Chip,Rivers C Class Base Base Wage Rate OT M-F Unless otherwise noted, OT pay is required for any hour greater than 8 worked each day, Mon through Fri. The number listed is the multiple of the base wage. OT Sa Overtime pay required for every hour worked on Saturdays OT Su Overtime pay required for every hour worked on Sundays OT Hol Overtime pay required for every hour worked on Holidays H/W Health/Welfare benefit Vac Vacation Trng Training Other Ins Employer hourly cost for any other type(s) of insurance provided for benefit of worker. Explanations COOK COUNTY Cook County Prevailing Wage Rates posted on 12/7/2023 The following list is considered as those days for which holiday rates of wages for work performed apply: New Years Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Christmas Day and Veterans Day in some classifications/counties. Generally, any of these holidays which fall on a Sunday is celebrated on the following Monday. This then makes work performed on that Monday payable at the appropriate overtime rate for holiday pay. Common practice in a given local may alter certain days of celebration. If in doubt, please check with IDOL. TRUCK DRIVERS (WEST) - That part of the county West of Barrington Road. EXPLANATION OF CLASSES ASBESTOS - GENERAL - removal of asbestos material/mold and hazardous materials from any place in a building, including mechanical systems where those mechanical systems are to be removed. This includes the removal of asbestos materials/mold and hazardous materials from ductwork or pipes in a building when the building is to be demolished at the time or at some close future date. ASBESTOS - MECHANICAL - removal of asbestos material from mechanical systems, such as pipes, ducts, and boilers, where the mechanical systems are to remain. CERAMIC TILE FINISHER The grouting, cleaning, and polishing of all classes of tile, whether for interior or exterior purposes, all burned, glazed or unglazed products; all composition materials, granite tiles, warning detectable tiles, cement tiles, epoxy composite materials, pavers, glass, mosaics, fiberglass, and all substitute materials, for tile made in tile-like units; all mixtures in tile like form of cement, metals, and other materials that are for and intended for use as a finished floor surface, stair treads, promenade roofs, walks, walls, ceilings, swimming pools, and all other places where tile is to form a finished interior or exterior. The mixing of all setting mortars including but not limited to thin-set mortars, epoxies, wall mud, and any other sand and cement mixtures or adhesives when used in the preparation, installation, repair, or maintenance of tile and/or similar materials. The handling and unloading of all sand, cement, lime, tile, fixtures, equipment, adhesives, or any other materials to be used in the preparation, installation, repair, or maintenance of tile and/or similar materials. Ceramic Tile Finishers shall fill all joints and voids regardless of method on all tile work, particularly and especially after installation of said tile work. Application of any and all protective coverings to all types of tile installations including, but not be limited to, all soap compounds, paper products, tapes, and all polyethylene coverings, plywood, masonite, cardboard, and any new type of products that may be used to protect tile installations, Blastrac equipment, and all floor scarifying equipment used in preparing floors to receive tile. The clean up and removal of all waste and materials. All demolition of existing tile floors and walls to be re-tiled. COMMUNICATIONS ELECTRICIAN Installation, operation, inspection, maintenance, repair and service of radio, television, recording, voice sound vision production and reproduction, telephone and telephone interconnect, facsimile, data apparatus, coaxial, fibre optic and wireless equipment, appliances and systems used for the transmission and reception of signals of any nature, business, domestic, commercial, education, entertainment, and residential purposes, including but not limited to, communication and telephone, electronic and sound equipment, fibre optic and data communication systems, and the performance of any task directly related to such installation or service whether at new or existing sites, such tasks to include the placing of wire and cable and electrical power Cook County Prevailing Wage Rates posted on 12/7/2023 conduit or other raceway work within the equipment room and pulling wire and/or cable through conduit and the installation of any incidental conduit, such that the employees covered hereby can complete any job in full. MARBLE FINISHER Loading and unloading trucks, distribution of all materials (all stone, sand, etc.), stocking of floors with material, performing all rigging for heavy work, the handling of all material that may be needed for the installation of such materials, building of scaffolding, polishing if needed, patching, waxing of material if damaged, pointing up, caulking, grouting and cleaning of marble, holding water on diamond or Carborundum blade or saw for setters cutting, use of tub saw or any other saw needed for preparation of material, drilling of holes for wires that anchor material set by setters, mixing up of molding plaster for installation of material, mixing up thin set for the installation of material, mixing up of sand to cement for the installation of material and such other work as may be required in helping a Marble Setter in the handling of all material in the erection or installation of interior marble, slate, travertine, art marble, serpentine, alberene stone, blue stone, granite and other stones (meaning as to stone any foreign or domestic materials as are specified and used in building interiors and exteriors and customarily known as stone in the trade), carrara, sanionyx, vitrolite and similar opaque glass and the laying of all marble tile, terrazzo tile, slate tile and precast tile, steps, risers treads, base, or any other materials that may be used as substitutes for any of the aforementioned materials and which are used on interior and exterior which are installed in a similar manner. MATERIAL TESTER I: Hand coring and drilling for testing of materials; field inspection of uncured concrete and asphalt. MATERIAL TESTER II: Field inspection of welds, structural steel, fireproofing, masonry, soil, facade, reinforcing steel, formwork, cured concrete, and concrete and asphalt batch plants; adjusting proportions of bituminous mixtures. OPERATING ENGINEER - BUILDING Class 1. Asphalt Plant; Asphalt Spreader; Autograde; Backhoes with Caisson Attachment; Batch Plant; Benoto (requires Two Engineers); Boiler and Throttle Valve; Caisson Rigs; Central Redi-Mix Plant; Combination Back Hoe Front End-loader Machine; Compressor and Throttle Valve; Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Conveyor (Truck Mounted); Concrete Paver Over 27E cu. ft; Concrete Paver 27E cu. ft. and Under: Concrete Placer; Concrete Placing Boom; Concrete Pump (Truck Mounted); Concrete Tower; Cranes, All; Cranes, Hammerhead; Cranes, (GCI and similar Type); Creter Crane; Spider Crane; Crusher, Stone, etc.; Derricks, All; Derricks, Traveling; Formless Curb and Gutter Machine; Grader, Elevating; Grouting Machines; Heavy Duty Self-Propelled Transporter or Prime Mover; Highlift Shovels or Front Endloader 2-1/4 yd. and over; Hoists, Elevators, outside type rack and pinion and similar machines; Hoists, One, Two and Three Drum; Hoists, Two Tugger One Floor; Hydraulic Backhoes; Hydraulic Boom Trucks; Hydro Vac (and similar equipment); Locomotives, All; Motor Patrol; Lubrication Technician; Manipulators; Pile Drivers and Skid Rig; Post Hole Digger; Pre-Stress Machine; Pump Cretes Dual Ram; Pump Cretes: Squeeze Cretes-Screw Type Pumps; Gypsum Bulker and Pump; Raised and Blind Hole Drill; Roto Mill Grinder; Scoops - Tractor Drawn; Slip- Form Paver; Straddle Buggies; Operation of Tie Back Machine; Tournapull; Tractor with Boom and Side Boom; Trenching Machines. Class 2. Boilers; Broom, All Power Propelled; Bulldozers; Concrete Mixer (Two Bag and Over); Conveyor, Portable; Forklift Trucks; Highlift Shovels or Front Endloaders under 2-1/4 yd.; Hoists, Automatic; Hoists, Inside Elevators; Hoists, Sewer Dragging Machine; Hoists, Tugger Single Drum; Laser Screed; Rock Drill (Self-Propelled); Rock Drill (Truck Mounted); Rollers, All; Steam Generators; Cook County Prevailing Wage Rates posted on 12/7/2023 Tractors, All; Tractor Drawn Vibratory Roller; Winch Trucks with "A" Frame. Class 3. Air Compressor; Combination Small Equipment Operator; Generators; Heaters, Mechanical; Hoists, Inside Elevators (remodeling or renovation work); Hydraulic Power Units (Pile Driving, Extracting, and Drilling); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Low Boys; Pumps, Well Points; Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches. Class 4. Bobcats and/or other Skid Steer Loaders; Oilers; and Brick Forklift. Class 5. Assistant Craft Foreman. Class 6. Gradall. Class 7. Mechanics; Welders. OPERATING ENGINEERS - HIGHWAY CONSTRUCTION Class 1. Asphalt Plant; Asphalt Heater and Planer Combination; Asphalt Heater Scarfire; Asphalt Spreader; Autograder/GOMACO or other similar type machines: ABG Paver; Backhoes with Caisson Attachment; Ballast Regulator; Belt Loader; Caisson Rigs; Car Dumper; Central Redi-Mix Plant; Combination Backhoe Front Endloader Machine, (1 cu. yd. Backhoe Bucket or over or with attachments); Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Paver over 27E cu. ft.; Concrete Placer; Concrete Tube Float; Cranes, all attachments; Cranes, Tower Cranes of all types: Creter Crane: Spider Crane; Crusher, Stone, etc.; Derricks, All; Derrick Boats; Derricks, Traveling; Dredges; Elevators, Outside type Rack & Pinion and Similar Machines; Formless Curb and Gutter Machine; Grader, Elevating; Grader, Motor Grader, Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; Guard Rail Post Driver Truck Mounted; Hoists, One, Two and Three Drum; Heavy Duty Self-Propelled Transporter or Prime Mover; Hydraulic Backhoes; Backhoes with shear attachments up to 40' of boom reach; Lubrication Technician; Manipulators; Mucking Machine; Pile Drivers and Skid Rig; Pre-Stress Machine; Pump Cretes Dual Ram; Rock Drill - Crawler or Skid Rig; Rock Drill - Truck Mounted; Rock/Track Tamper; Roto Mill Grinder; Slip-Form Paver; Snow Melters; Soil Test Drill Rig (Truck Mounted); Straddle Buggies; Hydraulic Telescoping Form (Tunnel); Operation of Tieback Machine; Tractor Drawn Belt Loader; Tractor Drawn Belt Loader (with attached pusher - two engineers); Tractor with Boom; Tractaire with Attachments; Traffic Barrier Transfer Machine; Trenching; Truck Mounted Concrete Pump with Boom; Raised or Blind Hole Drills (Tunnel Shaft); Underground Boring and/or Mining Machines 5 ft. in diameter and over tunnel, etc; Underground Boring and/or Mining Machines under 5 ft. in diameter; Wheel Excavator; Widener (APSCO). Class 2. Batch Plant; Bituminous Mixer; Boiler and Throttle Valve; Bulldozers; Car Loader Trailing Conveyors; Combination Backhoe Front Endloader Machine (Less than 1 cu. yd. Backhoe Bucket or over or with attachments); Compressor and Throttle Valve; Compressor, Common Receiver (3); Concrete Breaker or Hydro Hammer; Concrete Grinding Machine; Concrete Mixer or Paver 7S Series to and including 27 cu. ft.; Concrete Spreader; Concrete Curing Machine, Burlap Machine, Belting Machine and Sealing Machine; Concrete Wheel Saw; Conveyor Muck Cars (Haglund or Similar Type); Drills, All; Finishing Machine - Concrete; Highlift Shovels or Front Endloader; Hoist - Sewer Dragging Machine; Hydraulic Boom Trucks (All Attachments); Hydro-Blaster; Hydro Excavating (excluding hose work); Laser Screed; All Locomotives, Dinky; Off-Road Hauling Units (including articulating) Non Self- Loading Ejection Dump; Pump Cretes: Squeeze Cretes - Screw Type Pumps, Gypsum Bulker and Pump; Roller, Asphalt; Rotary Snow Plows; Rototiller, Seaman, etc., self-propelled; Self-Propelled Compactor; Spreader - Chip - Stone, etc.; Scraper - Single/Twin Cook County Prevailing Wage Rates posted on 12/7/2023 Engine/Push and Pull; Scraper - Prime Mover in Tandem (Regardless of Size); Tractors pulling attachments, Sheeps Foot, Disc, Compactor, etc.; Tug Boats. Class 3. Boilers; Brooms, All Power Propelled; Cement Supply Tender; Compressor, Common Receiver (2); Concrete Mixer (Two Bag and Over); Conveyor, Portable; Farm-Type Tractors Used for Mowing, Seeding, etc.; Forklift Trucks; Grouting Machine; Hoists, Automatic; Hoists, All Elevators; Hoists, Tugger Single Drum; Jeep Diggers; Low Boys; Pipe Jacking Machines; Post-Hole Digger; Power Saw, Concrete Power Driven; Pug Mills; Rollers, other than Asphalt; Seed and Straw Blower; Steam Generators; Stump Machine; Winch Trucks with "A" Frame; Work Boats; Tamper-Form-Motor Driven. Class 4. Air Compressor; Combination - Small Equipment Operator; Directional Boring Machine; Generators; Heaters, Mechanical; Hydraulic Power Unit (Pile Driving, Extracting, or Drilling); Light Plants, All (1 through 5); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Pumps, Well Points; Vacuum Trucks (excluding hose work); Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches. Class 5. SkidSteer Loader (all); Brick Forklifts; Oilers. Class 6. Field Mechanics and Field Welders Class 7. Dowell Machine with Air Compressor; Gradall and machines of like nature. OPERATING ENGINEER - FLOATING Class 1. Craft Foreman; Master Mechanic; Diver/Wet Tender; Engineer; Engineer (Hydraulic Dredge). Class 2. Crane/Backhoe Operator; Boat Operator with towing endorsement; Mechanic/Welder; Assistant Engineer (Hydraulic Dredge); Leverman (Hydraulic Dredge); Diver Tender. Class 3. Deck Equipment Operator, Machineryman, Maintenance of Crane (over 50 ton capacity) or Backhoe (115,000 lbs. or more); Tug/Launch Operator; Loader/Dozer and like equipment on Barge, Breakwater Wall, Slip/Dock, or Scow, Deck Machinery, etc. Class 4. Deck Equipment Operator, Machineryman/Fireman (4 Equipment Units or More); Off Road Trucks; Deck Hand, Tug Engineer, Crane Maintenance (50 Ton Capacity and Under) or Backhoe Weighing (115,000 pounds or less); Assistant Tug Operator. Class 5. Friction or Lattice Boom Cranes. Class 6. ROV Pilot, ROV Tender TERRAZZO FINISHER The handling of sand, cement, marble chips, and all other materials that may be used by the Mosaic Terrazzo Mechanic, and the mixing, grinding, grouting, cleaning and sealing of all Marble, Mosaic, and Terrazzo work, floors, base, stairs, and wainscoting by hand or machine, and in addition, assisting and aiding Marble, Masonic, and Terrazzo Mechanics. Cook County Prevailing Wage Rates posted on 12/7/2023 TRAFFIC SAFETY Worker I Traffic Safety Worker I - work associated with the delivery, installation, pick-up and servicing of safety devices during periods of roadway construction, including such work as set-up and maintenance of barricades, barrier wall reflectors, drums, cones, delineators, signs, crash attenuators, glare screen and other such items, and the layout and application or removal of conflicting and/or temporary roadway markings utilized to control traffic in construction zones, as well as flagging for these operations. TRAFFIC SAFETY WORKER II Work associated with the installation and removal of permanent pavement markings and/or pavement markers including both installations performed by hand and installations performed by truck. TRUCK DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTION - EAST & WEST Class 1. Two or three Axle Trucks. A-frame Truck when used for transportation purposes; Air Compressors and Welding Machines, including those pulled by cars, pick-up trucks and tractors; Ambulances; Batch Gate Lockers; Batch Hopperman; Car and Truck Washers; Carry-alls; Fork Lifts and Hoisters; Helpers; Mechanics Helpers and Greasers; Oil Distributors 2-man operation; Pavement Breakers; Pole Trailer, up to 40 feet; Power Mower Tractors; Self-propelled Chip Spreader; Skipman; Slurry Trucks, 2-man operation; Slurry Truck Conveyor Operation, 2 or 3 man; Teamsters; Unskilled Dumpman; and Truck Drivers hauling warning lights, barricades, and portable toilets on the job site. Class 2. Four axle trucks; Dump Crets and Adgetors under 7 yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnapulls or Turnatrailers when pulling other than self-loading equipment or similar equipment under 16 cubic yards; Mixer Trucks under 7 yards; Ready-mix Plant Hopper Operator, and Winch Trucks, 2 Axles. Class 3. Five axle trucks; Dump Crets and Adgetors 7 yards and over; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnatrailers or turnapulls when pulling other than self-loading equipment or similar equipment over 16 cubic yards; Explosives and/or Fission Material Trucks; Mixer Trucks 7 yards or over; Mobile Cranes while in transit; Oil Distributors, 1-man operation; Pole Trailer, over 40 feet; Pole and Expandable Trailers hauling material over 50 feet long; Slurry trucks, 1-man operation; Winch trucks, 3 axles or more; Mechanic--Truck Welder and Truck Painter. Class 4. Six axle trucks; Dual-purpose vehicles, such as mounted crane trucks with hoist and accessories; Foreman; Master Mechanic; Self-loading equipment like P.B. and trucks with scoops on the front. Other Classifications of Work: For definitions of classifications not otherwise set out, the Department generally has on file such definitions which are available. If a task to be performed is not subject to one of the classifications of pay set out, the Department will upon being contacted state which neighboring county has such a classification and provide such rate, such rate being deemed to exist by reference in this document. If no neighboring county rate applies to the task, the Department shall undertake a special determination, such special determination being then deemed to have existed under this determination. If a project requires these, or any classification not listed, please contact IDOL at 217-782-1710 for wage rates or clarifications. Cook County Prevailing Wage Rates posted on 12/7/2023 LANDSCAPING Landscaping work falls under the existing classifications for laborer, operating engineer and truck driver. The work performed by landscape plantsman and landscape laborer is covered by the existing classification of laborer. The work performed by landscape operators (regardless of equipment used or its size) is covered by the classifications of operating engineer. The work performed by landscape truck drivers (regardless of size of truck driven) is covered by the classifications of truck driver. MATERIAL TESTER & MATERIAL TESTER/INSPECTOR I AND II Notwithstanding the difference in the classification title, the classification entitled "Material Tester I" involves the same job duties as the classification entitled "Material Tester/Inspector I". Likewise, the classification entitled "Material Tester II" involves the same job duties as the classification entitled "Material Tester/Inspector II". Cook County Prevailing Wage Rates posted on 12/7/2023 16 DETAILED SPECIFICATIONS The College is seeking to hire a qualified contractor to install Aruba Access Points (APs) and structured cabling systems. The APs will be provided by the College. Contractors should verify the materials required to complete the scope of work and include in their total bid amount. The work is expected to begin on or around March 15, 2024, and end on or before June 15, 2024. Scope of Work: The project entails the following key components: 1. Network Cabling Installation: Installation of structured cabling systems to ensure reliable data transmission throughout our premises, in accordance with industry standards and best practices. Specific requirements for this section are: 1. All cabling, outlets, patch panels must be new. 2. Run two plenum grade Commscope Systemax GigaSPEED Category 6A cables from the stated IDF to the indicated access point location. 3. Terminate the cables using MGS600 series information outlets installed in a suitable location. The outlets must be installed in a UL listed suitable surface mount box or device for the location. If the box cover is exposed below the finished ceiling the cover plate must be stainless steel. If the box or device is mounted above the ceiling it must be plenum grade. 4. Terminate in the IDF using new 2U Commscope Systemax patch panels. Harper IT will be responsible for determining the location and providing rack space for the patch panel. 5. All Commscope cabling and equipment shall have a 20 year or longer manufacturer backed parts and labor warranty. 6. All cabling installations shall be certified to CAT6a specifications. A copy of each certification shall be submitted to Harper College IT. Soft copies are preferred if possible. 7. Commscope CAT6a patch cables must be installed from the information outlets/jacks and the AP. 8. The cable length cannot exceed 295 feet. If it turns out it exceeds that distance, then it should be skipped and a credit given. 9. Work should be completed during regular business hours and not require overtime. There will be some instances when work may need to be done early in the morning between 6:30am and 8am. Classroom schedules will be provided by Harper IT when necessary. 10. Jack and patch panel labeling standards are provided at the end of this section. 2. Aruba Access Points Installation: Deployment of Aruba wireless access points. Please note that the configuration, testing, and optimization of access points are excluded from this bid. The planned locations for the access points are documented per building and per floor, with identification of the appropriate network distribution closet for each access point. 1. Access points and mounting hardware will be provided to the contractor by Harper IT. Software configuration and initial power up will also be the responsibility of Harper IT. 2. All AP mounts shall be installed below the finished ceiling and attached to the ceiling grid where possible. Universal mounts will be provided by Harper if the AP is mounted to drywall. 3. The maps and spreadsheets are based on current wifi coverage and deficiencies in coverage only. It’s possible some AP locations will need to shift slightly to allow easier 17 mounting or clear obstructions. The winning bidder will need to work with Harper IT to determine the appropriate mounting location. 4. If there is a discrepancy between the maps and spreadsheets the more expensive option should be assumed for bidding purposes. 5. Any debris must be cleaned up before leaving the area and at the end of every work day. If the installation requires working in the area of a desk and/or a computer the area must be protected. Within the Maps/Sheets section the contractor is expected to bid on the Total APs Needed. Maps/Sheets: Location Building Floor Room # Distribution Closet Total Aps Needed A 3 A334 A230 1 A 3 A336 A230 1 A 3 A370 A382 1 A 3 A364 A382 2 A 3 A318 A308a 1 A 3 A341a TBD 1 A 3 A382 A382 1 A 3 A308a A308a 1 A 3 A320 A308a 1 A 3 A339b A230 1 A 3 A3 SE A382 1 A 3 A334B A230 1 A 2 A236 A230+A382 2 A 2 A214 A101 1 A 2 A250 A382 1 A 2 A238 A382 1 A 2 A250f A382 1 A 2 A244 A230 1 A 2 A233 A230 1 A 2 A234g A230 1 A 2 A230 A230 1 A 2 A209 A101 1 A 2 A250e A382 1 A 1 A151 A151b 1 A 1 A131 A151b 1 18 A 1 A124 A101 1 A 1 A113 A101 1 A 1 A105 A101 1 A 1 A116 A101 1 A 1 A117 A101 1 A 1 A137c A151b 1 A 1 A137 A151b 4 A 1 A139a A151b 1 A LL A020/01 W127 1 A LL A013 W127 0 A LL A002 W127 1 A LL A023 W127 1 A LL A006 W127 1 A LL A019 W127 1 A LL A001 W127 1 A LL A024 W127 1 A LL A014 W127 1 TOTAL 46 19 20 21 22 Building Floor Room # Distribution Closet Total Aps Needed B 1 B117d b117d 1 B 1 B105 b117d 1 B112 b117d 1 B 1 B119 b117d 1 B 1 B114 b117d 1 B 1 B111 b117d 1 B 1 B111A b117d 1 B 1 B100 b117d 1 B 1 B116 b117d 0 B 1 B114 b117d 1 B 1 B114e b117d 1 23 B 1 B1 b117d 1 B 1 B1 SW b117d 1 TOTAL 12 Location Building Floor Room # Distribution Closet Total Aps Needed C 2 C201-3 A382 2 C222 A382 1 2 C216 A382 1 C 2 C20 C211- 213 A382 1 24 C 1 C1 NW A382 1 C102 A382 1 C104 A382 1 C 1 C1 SE A382 4 C 1 C104 A382 0 C 1 C1 A382 0 C 1 A382 1 TOTAL 13 25 Building Floor Room # Distribution Closet Total Aps Needed D O 010D D186 1 D 1 D110 D203a 2 D 1 D112 D203a 1 D109 D203a 1 D154 D255c 1 D158 D255c 1 D180 D186 2 D156 D255c 1 D176 D186 1 D160 D186 2 D172 D186 1 D195 D186 2 D193 D186 2 D190 D186 2 D139 D132 1 D148 D132 1 D142 D132 1 D130 D132 2 D121 D132 3 D116 D203a 1 D102 D203a 1 D 1 D152 D255c 1 D 1 D157 D255c 1 D 1 D178 D186 1 D 2 D204 203A 1 D221 d232 3 D221a d232 1 D230 d232 2 D259 d286 2 D258 d255b 1 D254 d255b 1 D249 D232 1 D264 d286 1 D281 d286 1 D290 d286 1 D280 d286 2 D276 d286 1 26 D272 d286 1 D260 d286 2 D244 d232 1 D269 d286 1 D214 d202a 1 D210 d202a 1 D211 d202a 1 D201 d202a 1 D 2 D259 D255b 3 D 2 D&H D286 1 D 2 D-E D286 1 D 2 Bridge D286 1 TOTAL 66 27 28 Building Floor Room # Distribution Closet Total APs Needed E 1 E106 E106a 6 TOTAL 6 29 Building Floor Room # Distribution Closet Total APs Needed F 3 F313B F335 0 F F313 F335 1 F F306 F335 5 F F359 F335 1 F F319 F335 1 F F337 F335 1 F F339 F335 1 F F317 F335 1 F 3 (?) F335 1 F 3 F341 F335 1 F 2 F206 F232 3 F F242 F232 1 30 F F215 F232 1 F F220 F232 1 F F216 F232 1 F F264 F232 2 F 2 F244 F232 3 F 1 F101 F162 1 F 1 F115 F162 1 F F165 F162 1 F F164 F162 1 F F179 F162 1 F F178 F162 1 F F139 F162 1 F F117 F162 1 F F129 F162 1 F F110 F162 4 TOTAL 38 31 32 33 Building Floor Room # Distribution Closet Total APs Needed G 1 Parking 61 G106 0 G 1 G114 gmob 2 G106 G106 1 G104 G106 5 G 1 gmob 8553 gmob 0 TOTAL 8 34 35 Location Building Floor Room # Distribution Closet Total APs Needed H 2 H262 H240 2 H206E H240 1 H257 H240 1 H251 H240 1 H248 H240 1 H206B H240 1 H244 H240 1 H204 H240 1 H261 H240 1 H265 H240 2 H266 H240 1 H270 H240 1 H 2 H265 H240 0 H 1 H144 H140 1 H190 H176 1 H187 H176 1 H194 H176 1 H192 H176 1 H185 H176 1 H114 H140 1 H106C H140 1 H149 H140 1 H147 H140 1 H167 H140 1 H162 H140 1 H145 H140 1 H106 H140 1 H130 H140 1 H 1 H166 H140 1 H 1 H160a H140 1 H 1 H160 H140 0 TOTAL 31 36 37 Location Building Floor Room # Distribution Closet Total APs Needed I 2 I202 I205a 1 I 2 I231 I205a 1 214 I205a 1 I234A I205a 1 I235 I205a 1 I225 I205a 1 I223 I205a 2 I 2 I222 I205a 1 I 1 I117 I205a 0 I127 I205a 1 I131 I205a 1 I 1 I117G I205a 1 I 1 I102 I205a 2 I103Q I205a 1 I103L I205a 1 I103X I205a 1 I103D I205a 1 I 1 I103S I205a 1 I 0 1 TOTAL 20 38 39 40 41 Location Building Floor Room # Distribution Closet Total APs Needed J 2 J280 J245b 1 J242 J245b 1 J245B J245b 1 J250 J245b 1 J257 J245b 1 J253 J245b 1 J261 J245b 1 J 2 J251 J245b 1 J 2 J242 J245b 0 J 2 J240 J245b 1 J 1 J135 J245b 0 J 1 J133b J245b 1 J 1 J165b J245b 1 J143C J245b 1 J143 J245b 1 J135 J245b 1 J153 J245b 1 J157 J245b 1 J162 J245b 1 J166 J245b 1 J 1 J143? J245b 1 J 1 J245b 1 TOTAL 20

1200 West Algonquin Road Palatine, IL 60067Location

Address: 1200 West Algonquin Road Palatine, IL 60067

Country : United StatesState : Illinois

You may also like

C1DA--Project 668-24-103 Replace Roofing Buildings 1, 2, 3/16, and 31

Due: 07 May, 2024 (in 5 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

HVAC and Restroom Upgrades - Lewisburg Campus

Due: 08 May, 2024 (in 6 days)Agency: College System of Tennessee

SB-I000866 Addendum No. 1

Due: 08 May, 2024 (in 6 days)Agency: Support Services