Custodial Supplies

expired opportunity(Expired)
From: Harper College(Higher Education)
Q01037

Basic Details

started - 10 Oct, 2021 (about 2 years ago)

Start Date

10 Oct, 2021 (about 2 years ago)
due - 25 Oct, 2021 (about 2 years ago)

Due Date

25 Oct, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
Q01037

Identifier

Q01037
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 Custodial Supplies Specification & Contract Document Number: Q01037 Bid Opening: 11:00 AM Central Time, October 25, 2021 Return Bids To: Harper College 1200 W. Algonquin Road Palatine, Illinois 60067-7398 Attn: Purchasing Department “A” Building, Room A-217 Upload bids electronically using the following link: https://www.dropbox.com/request/DaOmYzB72FNM702T67Rg Bid Opening: 11:00 a.m. Central Time, October 25, 2021 To access via phone dial 312-535-8110 and use access code 2491 458 9771. To join online: https://harpercollege.webex.com/harpercollege/j.php?MTID=mcfb 11d6c344e8aaffee506bd7b73ba51 Please mark the - Request for Bid Q01037 Return Envelope: - October 25, 2021, 11:00 AM - Custodial Supplies Bid Deposit: none required Performance Bond: none required
Issued by: Mark Sobie Purchasing Specialist Please return the entire document intact. https://www.dropbox.com/request/DaOmYzB72FNM702T67Rg https://harpercollege.webex.com/harpercollege/j.php?MTID=mcfb11d6c344e8aaffee506bd7b73ba51 https://harpercollege.webex.com/harpercollege/j.php?MTID=mcfb11d6c344e8aaffee506bd7b73ba51 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 October 25, 2021, at 11:00 a.m. Central Time at which time they will be publicly opened and read aloud for: Custodial Supplies Specification & Contract Document Number Q01037 Upload bids electronically using the following link: https://www.dropbox.com/request/DaOmYzB72FNM702T67Rg To access bid opening via phone dial 312-535-8110 and use access code 2491 458 9771. To join online go to https://harpercollege.webex.com/harpercollege/j.php?MTID=mcfb11d6c344e8aaffee506bd7b73ba51. Bidding documents are available on the Harper website at www.harpercollege.edu or by contacting the Purchasing Department at purchasing@harpercollege.edu. The last day to submit questions is October 14, 2021, at 2:00 p.m. Central Time. Questions submitted after that date may not receive a written response. The bid deadline is October 25, 2021 at 11:00 a.m. Central Time. Questions should be addressed to Mark Sobie at purchasing@harpercollege.edu. 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. A bid deposit is not required. 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 Mark Sobie Purchasing Specialist https://www.dropbox.com/request/DaOmYzB72FNM702T67Rg https://harpercollege.webex.com/harpercollege/j.php?MTID=mcfb11d6c344e8aaffee506bd7b73ba51 http://www.harpercollege.edu/ mailto:purchasing@harpercollege.edu mailto:purchasing@harpercollege.edu HARPER COLLEGE 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. 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. 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 his contract or his right, title or interest therein, or his 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 his obligations, or change the terms of the contract. HARPER COLLEGE GENERAL CONDITIONS 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: William Rainey Harper College Attn: Accounts Payable 1200 W. Algonquin Road Palatine, IL 60067-7398 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. HARPER COLLEGE GENERAL CONDITIONS 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 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 HARPER COLLEGE GENERAL CONDITIONS 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. 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. HARPER COLLEGE 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: 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, 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 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 nonopening of a bid not properly addressed and identified in the provided envelope, except as otherwise provided by law. HARPER COLLEGE INSTRUCTIONS TO BIDDERS 2.6 EXAMINATION OF DOCUMENTS The bidder shall, before submitting his bid, carefully examine the specifications, project scope and work tasks to be accomplished, contract documents, bid, and insurance requirements. If his bid is accepted, he shall be responsible for, and the College will make no allowance for, any errors in his bid resulting from his 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. HARPER COLLEGE INSTRUCTIONS TO BIDDERS 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 certified check, cashier’s check drawn on a responsible bank doing business in the United States and shall be made payable to Harper College. 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 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 reasonably 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, unless “Brand Name Required” is indicated. 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 his 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. HARPER COLLEGE INSTRUCTIONS TO BIDDERS 2.19 AWARDING THE CONTRACT The contract will be awarded to the lowest responsible and responsive bidder(s), meeting specifications. The intent of the College is to award to 2-3 vendors; however, the college reserves the right to make multiple awards by category whichever the College deems to be in its best interest. 2.20 REQUIRED AFFIDAVITS - CERTIFICATION OF COMPLIANCE The bidder is required to execute and submit with his 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 he is 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 he is 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 he has 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. 2.21 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. 2.22 FREEDOM OF INFORMATION ACT Harper College is a public body and subject to the Freedom of Information Act, 5 ILCS 140/1 (FOIA). Any information submitted to Harper College by the respondent/bidder is subject to disclosure to third parties in accordance with FOIA. HARPER COLLEGE INSTRUCTIONS TO BIDDERS If the respondent/bidder intends for Harper College to withhold trade secrets, commercial information or financial information from disclosure to a third party in response to a FOIA request, the respondent/bidder must specifically mark information that is proprietary, privileged or confidential and would cause competitive harm if released at the time of the proposal/bid is submitted to Harper College. 5 ILCS 140/7(1)(g). Any content not so marked by the bidder/respondent at the time of the proposal/bid submission will be presumed to be open to public inspection. The respondent/bidder may be required to substantiate the basis for its claims at a later time. Notwithstanding timely notice received from a respondent/bidder, Harper College reserves the right, in its sole discretion and subject only to applicable law, to withhold or release the subject information in response to a FOIA request. It is unacceptable for a proposal/bid to be marked proprietary, privileged and/or confidential in its entirety. A proposal/bid marked as such may be deemed non-responsive by Harper College. HARPER COLLEGE 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 he 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 his proposal resulting from his failure or neglect to comply with these instructions. 3.2 BASIS OF AWARD Bids will be canvassed on the basis of the price(s) as shown on the Proposal page. Bidders are cautioned to include in their proposal all related charges. The College reserves the right to make the award of 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 his 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. HARPER COLLEGE 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 Excess Liability Each Occurrence 1,000,000 Aggregate 1,000,000 Automobile Liability Bodily injury (each acc) 1,000,000 Property damage (each acc) 1,000,000 Worker’s Compensation Statutory Limits Each accident 500,000 Disease-Policy limit 500,000 Disease-Each employee 500,000 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 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. HARPER COLLEGE SPECIAL CONDITIONS 3.8 INTERPRETATIONS During the bidding process questions should be submitted to Mark Sobie, Purchasing Specialist, at purchasing@harpercollege.edu. 3.9 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 4.0 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. 4.1 SUBCONTRACTORS Please state below the name, address and portion of work to be performed by any subcontractors including their level of experience 1. _________________________ ___________________________________________ Name of Firm Address Portion of Work 2. _________________________ ___________________________________________ Name of Firm Address Portion of Work mailto:purchasing@harpercollege.edu Harper College COVID-19 Contractor Plan v1.3 Projects January 29, 2021 Table of Contents: 1.0 Guidelines for Managing Outside Contractors on Campus 1.1 Introduction: 1.2 Risk Mitigation Practices 2.0 COVID-19 Prevention & Protocol 2.1 Interpretation and Effect: 2.2 Health & Hygiene 2.3 Face Coverings 2.4 Social Distancing 2.5 Cleaning & Disinfecting 2.6 Health/Illness Assessment (before site entry) 3.0 COVID-19 Exposure/Potential Exposure Protocol 3.1 General Illness: Individuals with signs of an illness 3.2 Recognized Exposure defined 3.3 Employees with recognized exposure 4.0 Resources and Forms 4.1 COVID-19 Exposure Risk Assessment Guide 4.2 COVID-19 Illness/Health Assessment 4.3 COVID-19 Safe Jobsite Checklist 4.4 COVID-19 General Recommendations for Routine Cleaning and Disinfecting on Jobsites 4.5 Best Practice Recommendations for COVID-19 Mitigation on Jobsites Attachments: COVID-19 Illness/Health Assessment Daily Log (10/20/20) COVID-19 Exposure Risk Assessment Guide 1.0 Guidelines for Managing Outside Contractors on Campus: 1.1 Introduction: All CDC/OSHA and state/local/provincial guidelines must be followed and adhered to. Risk mitigation/safety plans and protocols around COVID-19 specifically are required. These plans/protocols may be prepared by staff and agreed to by contractor. Attached are model plans and protocols for risk mitigation and safety during the COVID-19 pandemic. Capital project personnel on a campus may collect plans/protocols from the contractors and will have either project managers or general maintenance staff on campus manage compliance according to the agreed upon terms. In all cases, contractors shall develop their plans and self-manage their crew. 1.2 Risk Mitigation Practices: • All current CDC Guidelines shall be followed o Social Distancing- a minimum of 6 feet of physical separation o Face Coverings o Hand Washing/Hand Sanitizer o Regular Cleaning of high touch surfaces • General Requirements o Contractor shall provide portable toilets for their crews o Contractor shall provide hand washing stations on site for their crews o Trash shall be removed daily o EHS shall conducts periodic inspections of the job site o Meetings between all parties shall be held virtually whenever possible o Only approved work shall be conducted on campus o Contractor shall post CDC/WHO health and safety posters at jobsite • Arriving on Campus (prior to starting work) o Sick Workers shall not be allowed on Campus o Crews requiring Access keys and badges are required to check in with campus police and show valid IDs* o Contractor shall provide temperature and visual checks daily (10/20/20) o Contractor shall provide an email copy of the COVID-19 Illness/Health Assessment daily log to the Harper College Project Manager by 10:00 am each workday. Failure to provide this document or incomplete information may result in disciplinary action. First occurrence contractor being removed from Campus for a minimum of 48 hours and second occurrence contractor will be removed from the Campus and the contract may be terminated. (10/20/20) • On campus o Crew and staff schedules shall be staggered to limit exposure (breaks, lunch, etc.) o Crew movement has been restricted to the areas of work only o PPE shall be provided by the contractor and used at all time o Job site shall be cleaned frequently with approved chemicals/disinfectants o Elevators shall be occupied by one person at a time. (8/10/20) 2.0 COVID-19 Prevention & Protocol 2.1 Interpretation and Effect: To minimize the risk of COVID-19, Contractors shall enact the following protocols* based on the Center of Disease Control (CDC) Risk Assessment and Management criteria. These protocols and plans are subject to any conflicting laws, rules, or regulations, which shall take precedence over these protocols and plans to the extent of any conflict. By accepting and utilizing these protocols and plans, each Contractor and subcontractor acknowledges that it remains responsible for the means, methods, techniques, and procedures used with respect to its work, and that Harper College has no responsibility or liability arising from implementation and utilization of these plans or protocols, or from the Contractor’s work or its subcontractor’s work. By accepting and utilizing these protocols and plans, the Contractor acknowledges that it has no entitlement to an adjustment to the contract schedule or to the contract sum based upon the implementation and/or utilization of these protocols and plans, and that it hereby releases Harper College from any such claims. 2.2 Health & Hygiene: First and foremost, employees are to stay home if they are sick. All employees are encouraged to practice good everyday respiratory etiquette and hand hygiene as recommended by the Centers for Disease Control (CDC). This virus is disseminated in the same manner as colds and the flu and employees can help prevent the spreading of this virus by using the same preventive measures: • Wash your hands often with soap and water for at least 20 seconds. Use an alcohol-based hand sanitizer that contains greater than 60% ethanol or 70% isopropanol if soap and water are not available. • Avoid touching your eyes, nose, or mouth with unwashed hands. • Cover your mouth and nose when you cough or sneeze. Throw the tissue away and wash your hands. • Clean and disinfect objects and surfaces you touch. • Avoid close contact with people who are sick. 2.3 Face Coverings: For all work locations and access to locations, face coverings are required. 2.4 Social Distancing: Social Distancing of 6 feet shall be maintained whenever possible, following best practice recommendations for COVID-19 mitigation for work locations and access. • See 4.5 Best Practice Recommendations for COVID-19 Mitigation on Jobsites 2.5 Cleaning & Disinfecting: Follow the general recommendations for routine cleaning and disinfection on jobsites. • See 4.4 COVID-19 General Recommendations for Routine Cleaning and Disinfecting on Jobsites 2.6 Health/Illness Assessment (before site entry): Required screening shall be required to allow people on-site. The Contractor shall measure the employee’s temperature and assess symptoms prior to them starting work and before the individual enters any building. Subcontractors are required to follow the same procedures. • See 4.1 COVID-19 Exposure Risk Assessment Guide (*) Modify jobsite protocol that is under more stringent local, state or federal Public Health Orders. 3.0 COVID-19 Exposure/Potential Exposure Protocol Observed Illness (observed by others, info comes out of questioning an individual) Communicated Illness (individual notifies us) 3.1 General Illness: Individuals with signs of an illness • Health Assessment conducted (using COVID-19 Illness/Health Assessment) by contractor • Contractor shall report any potential COVID-19 Illness to College’s Project Manager immediately • If affirmative, employee shall be sent home and asked to contact a doctor • Contractor shall follow up on employee’s status as appropriate • Employee shall provide a doctor’s release prior to return • Contractor shall report any confirmed COVID-19 Illness to the College’s Project Manager Immediately upon verification 3.2 Recognized Exposure defined as prolonged exposure to an: • Individual who is ill, laboratory confirmed to have COVID-19 • Individual who is ill, symptoms clinically compatible to COVID-19 • Individual in contact with someone laboratory confirmed to have COVID-19 • Individual in contact with someone ill, symptoms clinically compatible to COVID- 19 3.3 Employees with recognized exposure shall take the following steps as appropriate: • Contractor shall assess level of contact (per CDC definition). If: o Recognized Exposure: impacted employees shall be notified, sent home for 14 days, asked to self-monitor, contact medical provider, and avoid contact with high risk/vulnerable individuals o Unrecognized Possible Exposure: Contractor to continue general practices and continue to monitor for symptoms, follow appropriate social distancing and prevention guidelines • Contractor shall follow up on affected worker’s status as appropriate • Contractor shall report assessments to the College’s Project Manager • College’s Project Manager will determine jobsite actions: o Temporary partial/full closure (final determination made by Executive Vice President of Administrative Services and Executive Director of Facilities) • Contractor shall provide notification to Owner, Subcontractors, Vendors, and other Partners, notification shall include: o Jobsite status o Date ill worker was last on site o Locations/areas used by worker o Confirmation of notification of others per CDC close contact definition o Confirmation that affected areas have been cleaned per CDC recommendations (based on Safe Jobsite Checklist) • Contractor to send notification to affected workers or others outlining actions taken and/or requirements to return 4.0 Resources and Forms 4.1 COVID-19 Exposure Risk Assessment Guide 4.1.1 If You Are: • Recognized Exposure: o A household member o An intimate partner o An individual providing care in a household without using recommended CDC infection control precautions o An individual who has had close contact for a prolonged period of time o Travel from a country with widespread ongoing transmission, which as of 3/27/20, includes all countries o Travel on cruise ship or river boat And Have Had Exposure to: • A person with symptomatic COVID-19 (either laboratory-confirmed or a clinically compatible illness) during the period from 48 hours before symptoms onset and until they meet current criteria from the CDC for discontinuing home isolation as defined below: o At least 3 days (72 hours) have passed since recovery defined as resolution of fever without the use of fever-reducing medications and improvement in respiratory symptoms (e.g. cough, shortness of breath); and, o At least 7 days have passed since symptoms first appeared These Actions Apply: • Stay home until 14 days after last exposure and maintain social distance (at least 6 feet) from others at all times • Self-monitor for symptoms o Check temperature twice a day o Watch for fever, cough, or shortness of breath o Avoid contact with people at higher risk for severe illness (unless they live in the same home and had same exposure) • Follow CDC guidance if symptoms develop 4.1.2 If You Are: • Unrecognized Possible Exposure: o All U.S. residents, other than those with a known risk exposure And Have Had Exposure to: • Possible unrecognized COVID-19 exposures in U.S. communities These Actions Apply: • Be alert for symptoms o Watch for fever, cough, or shortness of breath o Take temperature if symptoms develop • Practice social distancing o Maintain 6 feet of distance from others o Stay out of crowded places • Follow CDC guidance if symptoms develop 4.2 COVID-19 Illness/Health Assessment Use the Following Questions when Pre-Screening Workers for Entry to the Jobsite Each Day 1. Are you experiencing any symptoms such as fever, cough, or shortness of breath? Yes □ No □ Comments: 2. Have you been in close contact with anyone who has been diagnosed with COVID-19? Yes □ No □ Comments: 3. Have you been in close contact with anyone who may have COVID-19 but is yet to be confirmed? Yes □ No □ Comments: 4. Are you currently in close contact with anyone, such as a family member, who is experiencing symptoms or has been confirmed as positive for COVID- 19? Yes □ No □ Comments: 5. Have you traveled internationally in the last 14 days? Yes □ No □ Comments: 6. Have you traveled outside your home state in the last 14 days? Yes □ No □ Comments: By answering YES to any of the above questions, the worker will be asked to complete a “secondary screening” where potential Risk Exposure will be determined based on the affirmative answer. All necessary precautions will be taken to protect the worker and others on the jobsite. Any worker who is not eligible to enter the site will be asked to work with their supervisor and their company to implement appropriate protocols for managing the situation. 4.3 COVID-19 Safe Jobsite Checklist Always incorporate proper hygiene protocols on your job. As part of your regular cleaning and disinfection of your jobsite, use this checklist to focus on the following areas as applicable:  Handrails in stairways and walkways  Gang box handles  Entry gates  Doors  Handles  Interior and exterior doorknobs  Locks  Lunch areas  Conference rooms  Tables/chairs (including backs and arms)  Call boxes for elevators/personnel hoists  Light switches  Plan tables  Shared hand/power tools, battery charging stations, etc.  Restrooms – including handles, seats, locks, hand-wash stations, and soap dispensers  Other shared/common areas In addition to the above preventative cleaning and disinfecting measures, in the event of a suspected or laboratory-confirmed case of COVID-19 on the project, please follow these guidelines as established by the CDC to clean and disinfect your jobsite:  Temporarily close off areas used by the ill individual  Use appropriate PPE – disposable gloves and gown  Wait as long as practical before cleaning and disinfecting to minimize potential for exposure to respiratory droplets  Open outside doors and windows to increase air circulation in the area  Clean and disinfect all areas used by the ill individual, focusing on frequently touched surfaces Remember to make sure to maintain social distancing of 6’ whenever possible 4.4 COVID-19 General Recommendations for Routine Cleaning and Disinfecting on Jobsites The health and safety of everyone on our projects is number one priority. As we continue to responsibly manage the evolving COVID-19 situation, we encourage all team members to support and assist in routine cleaning of frequently touched surfaces on our jobsites with household cleaners and EPA-registered disinfectants that are appropriate for the surface. Remember to always follow label instructions and the Safety Data Sheet (SDS) for proper handling and personal protection while using the selected chemicals. Labels contain instructions for safe and effective use of the cleaning product including precautions you should take when applying the product, such as wearing gloves and making sure you have good ventilation during use of the product. Remember, Never Mix Chemicals! Definitions: • Cleaning refers to the removal of dirt and impurities, including germs, from surfaces. Cleaning alone does not kill germs. But by removing the germs, it decreases their number and therefore any risk of spreading infection. • Disinfecting works by using chemicals to kill germs on surfaces. This process does not necessarily clean dirty surfaces or remove germs. But killing germs remaining on a surface after cleaning further reduces any risk of spreading infection. Regularly Clean and Disinfect High-Touch Surfaces Such as: • Gang box handles • Entry gates, doors, handles, interior and exterior doorknobs, locks • Lunch areas, conference rooms and other tables/chairs (including backs and arms) • Light switches • Plan tables • Shared hand/power tools, cords, battery charging stations, etc. • Restrooms – including handles, seats, locks, hand-wash stations, and soap dispensers • Other shared/common areas How to Clean and Disinfect Surfaces • Wear disposable gloves when cleaning and disinfecting surfaces. Gloves should be discarded after each cleaning. If reusable gloves are used, those gloves should be dedicated for cleaning and disinfection of surfaces for COVID-19 and should not be used for other purposes. Consult the manufacturer’s instructions for cleaning and disinfection products used. Clean hands immediately after gloves are removed. • If surfaces are dirty, they should be cleaned using a detergent or soap and water prior to disinfection. • For disinfection, use only products that are listed on EPA’s List N: Disinfectants for Use Against SARS-CoV-2. Follow the manufacturer’s instructions for all cleaning and disinfection products (e.g. concentration, application method, contact time, etc.) Your help in preventing the spread of illness is critical. Contact your supervisor is you have any questions or concerns. 4.5 Best Practice Recommendations for COVID-19 Mitigation on Jobsites General Recommendations for all Locations • Designate a COVID-19 Supervisor per jobsite responsible for monitoring and enforcing Plan • Establish a regular cleaning schedule for work location • Discourage workers from sharing tools and equipment • Re-evaluate work processes to eliminate multiple people working within 6 feet of one another • Eliminate unnecessary person-to-person contact in the workplace • During in-person meetings, ensure that all participants remain separated by at least 6 feet, including when entering and exiting meeting space Training • Ensure all Employees have been trained and are familiar with the Plan. • Provide training on Prevention Protocols including: o Sanitation, hand washing and proper hygiene o Social Distancing requirements and compliance expectations o The various administrative controls and tools being used o Signs and symptoms to be aware of and how to report signs of illness o If You Are Sick – Stay at Home Policy o Stop Work Authority Social Distancing on the Jobsite • Coordinate deliveries to ensure workers on site are not exposed to delivery personnel • Where possible, require delivery drivers to remain in their vehicles • Eliminate all unessential visitors to jobsite • Adjust jobsite entrance to ensure six feet minimum between those exiting and entering • Reduce the size of work crews where possible • Stagger start/stop times to decrease number of workers arriving and departing at same time • Minimize interaction between work crews • Eliminate or minimize worker exposure to public or non-work areas • Install physical barriers where possible to limit worker exposure to non-work areas • Identify designated break and lunch areas • Ensure workers take break and lunch periods while maintaining appropriate social distance • Establish “one-way” traffic if necessary, in areas that cannot accommodate the recommended 6 feet between workers (for example in stairways – dedicate one stairway for travel up and the other for down) Signage • Increase Signage o At Gates and Job Office Doors – No Public Access o Social Distancing Signage • Post hand washing and social distancing reminder signage on/near temporary toilet facilities • Post COVID-19 hotline information DETAILED SPECIFICATIONS Harper College is accepting bids for Custodial Supplies as per the bid pricing sheet attached. All bids must be submitted in the manner and form prescribed by the specifications which control award of the contract(s). All bids should include all ancillary charges should include standard freight, packing and shipped. Prices quoted will be F.O.B. delivered designated location, William Rainey Harper College, 1200 West Algonquin Road, Palatine, Illinois. Purchases made by Harper College are exempt from state and local sales taxes, and bid prices must exclude any such taxes. Tax exemption certificates will be furnished upon request. All bids shall be based on the estimated quantities set forth on the attached bid form. These quantities shall be used as a basis for the comparison of the bid proposals. The quantities are based on Harper College best estimates based on historical purchasing of the products listed. As the College continues to operate under restrictions due to the Covid pandemic, actual usage may vary from these estimated quantities. The college reserves the right to increase or diminish the amount of any product as it may deem necessary, without change of price per unit of quantity. All packages, cartons or other containers must be clearly marked with a) a packing slip with contents or item number from specifications, b) the number of boxes on the shipment, c) the purchase order number and d) the vendor’s name and order number. Deliveries are to be made between the hours of 7:00 am and 3:00 pm at Building B, Monday through Friday. Where specific Name Brand items are requested, an “Equal” will not be accepted. The specification is for that specific product only. Where specific brand names are not required an equal can be offered. To be considered equal to the item so named or described the item must meet the following minimum criteria: (1) it is at least equal in quality, durability, appearance, strength and design; (2) it will perform at least equally the function imposed by the general design for the work being contracted for or the material being purchased; and (3) it conforms substantially, even with deviations, to the detailed requirements for the item in the specifications. The name and identification of all materials other than the one specifically named shall be submitted to Harper College in writing for approval, prior to purchase, use or fabrication of such items. Approval shall be at the sole discretion of the college, shall be in writing to be effective, and the decision of the College shall be final. The College may require tests of all materials so submitted to establish quality standards at the Vendor's expense. All directions, specifications and recommendations by manufacturers for installation, handling, storing, adjustment and operation of their equipment shall be complied with; responsibility for proper performance shall continue to rest with the Vendor.) DETAILED SPECIFICATIONS Warranty: The successful bidder shall replace, repair or make good, without cost to the college any defects or faults arising within one (1) year after date of acceptance of articles furnished hereunder (acceptance not to be unreasonably delayed) resulting from imperfect or defective work done or materials furnished by the Vendor. Material Safety Data Sheets (SDS) must be forwarded to Harper College within thirty (30) days after the bid award. All products must be properly labeled with the product name, manufacturer’s name, address and emergency telephone number, ingredients, cautions, warnings, hazard rating and first aid. Payment: Properly submitted invoices will be processed in accordance with the terms on the face of this Contract and as provided under the "Local Government Prompt Payment Act", 50 ILCS 505/1, et seq. Term of Contract: The term of the contract will be for one year, with an option for (3) one-year renewals. Initial contract term will be from January 1, 2022 – December 31, 2022. Basis of Award: Award will be based on the lowest bid received from the most responsive and responsible bidders(s) determined by Harper College. Note: The contract will be awarded to the lowest responsible and responsive bidder(s), meeting specifications. The intent of the College is to award to 2-3 vendors; however, the college reserves the right to make multiple awards by category whichever the College deems to be in its best interest. Prices: Prices shall remain firm and will include all charges that may be incurred in fulfilling requirement(s) for the twelve-month period following contract award. Price adjustments: The College will review fully documented requests for price adjustment after any Contract has been in effect for one (1) year. Any price adjustment will only be made at the time of Contract renewal and/or extension and will be a factor in the extension review process. Increases to the monthly fee can be requested at each annual contract renewal and must be approved by the College. This will be the only consideration for increases in the contract. Increases should not exceed the % increase in CPI-U (use October 2021 to calculate the % change) or 2% in any given year, whichever is less. The College will determine whether the requested price adjustment or an alternate option, is in the best interest of the College. Any price adjustment will be effective upon the effective date of the Contract extension. All price increase shall be reviewed and approved by Purchasing. Delivery: Delivery must be made three to five business days after receipt of order. Paper Products, Trash Can Liners, Soap and Urinal screens must be delivered within three to five days after receipt of order, but vendor must be capable of delivering within 24 hours after receipt of order when needed. Fuel Surcharges: Shall be not be added without preapproval. If approved, it should be added to the invoice as a separate line item. All requests to add fuel surcharges must be reviewed and approved by Purchasing. Invoices: Awarded vendor(s) must also provide itemized invoices, at the awarded unit price. Category A: Paper Products/Liners ITEM MFR.PART # MFR. DESCRIPTION EST. ANN. USAGE U.O.M. Brand Name Required MFR. MFR Part# UOM Count Per UOM Unit Price Est. Ext. Price 1 13728 GEORGIA PACIFIC LG. 2PLY ACCLAIM TOILET PAPER 640 1 CASE / 6 ROLLS 2 13102 GEORGIA PACIFIC SM. 2PLY ACCLAIM TOILET PAPER 947 1 CASE / 8 ROLLS 3 20204 GEORGIA PACIFIC M / MULTIFOLD PAPER TOWEL 425 1 CASE OF 16 PK 4 26100 GEORGIA PACIFIC 1000FT. PAPER TOWELS / ROLL 1055 1 CASE / 6 ROLLS 5 393414 ASPEN LINER 40X48 16 MIC BLACK 40-45 GAL 81 1 CASE OF 250PC. 6 390714 ASPEN LINER 30X37 10 MIC BLACK 20-30 GAL 127 1 CASE OF 500PC. 7 Z8048VRR01 HERITAGE BAG LINER 40X48 16 MIC CLEAR 40- 45 GAL 509 1 CASE OF 250PC. 8 Z6037MNR01 HERITAGE BAG LINER 30X37 10 MIC CLEAR 20- 30 GAL 300 1 CASE OF 500PC. Total for Group A: Paper Products/Liners Category B: Cleaning Chemicals ITE M MFR.PAR T # MFR. DESCRIPTION EST. ANN. USAGE U.O.M. Brand Name Required MFR. MFR Part# UOM Count Per UOM Unit Price Est. Ext. Price 9 3318102 DIVERSEY HOT SPRINGS / HEAVY DUTY FLOOR CLEANER (Brand Name Only) 20 1 CASE / 2- 1.5 GAL. X 10 5002620 DIVERSEY DEFOAMER / ANTIMOUSSE ANTIESPUMA (Brand Name Only) 8 1 CASE / 6 QRTS. X 11 730519 DIVERSEY BOWL CLEANER, CREW, CLINGING, 9.25% HCL, JD (Brand Name Only) 36 1 CASE / 12 - 32OZ X 12 4995295 DIVERSEY EMEREL / MULTI SURFACE CRÈME CLEANER (Brand Name Only) 7 1 CASE / 12 - 32OZ. X 13 4512767 DIVERSEY WIWAX / FLOOR MAINTAINER (Brand Name Only) 1 1 CASE / 4-1 GAL. X 14 5032360 DIVERSEY PRO STRIP / HEAVY DUTY STRIPPER (Brand Name Only) 45 1 CASE / 5 GAL X 15 45114 JOY JOY MANUAL POT & PAN DETERGENT 35 1 CASE / 8- 38OZ. 16 KAIO KIAVAC KIAVAC KAIO HYDROGEN PEROXIDE CLEANER (Brand Name Only) 6 1 EACH X 17 KBOSHK KIAVAC KAIBOSH / HOSPIITAL GRADE DISINFECTANT / CLEANER (Brand Name Only) 11 1 CASE / 4-1GAL. X 18 717 STEARNS CONCEPT 915 ICE MELT REMOVER 9 1 CASE / 36 PACK Total for Group B: Cleaning Chemicals Category C: Soap ITEM MFR.PART # MFR. DESCRIPTION EST. ANN. USAGE U.O.M. Brand Name Required MFR. MFR Part# UOM Count Per UOM Unit Price Est. Ext. Price 19 64031 KUTOL KUTOL ANTIBACTERIAL FOAMING MOISTURE WASH (Brand Name Only) 100 1 CASE / 6PC. X 20 69041 KUTOL KUTOL EZ FOAMING LUXURY HAND SOAP (Brand Name Only) 300 1 CASE / 6PC. X Total for Group C: Soap Category D: Janitorial Supplies ITEM MFR.PART # MFR. DESCRIPTION EST. ANN. USAGE U.O.M. Brand Name Required MFR. MFR Part# UOM Count Per UOM Unit Price Est. Ext. Price 21 500480 011599019 3M 3M WAX / FLOOR FINISH (Brand Name Only) 24 1 BOX / 5 GAL X 22 08484 3M 20" WHITE SUPER POLISH PAD / 4100 SERIES 7 1 CASE / 5 PADS 23 08481 3M 17" WHITE SUPER POLISH PAD / 4100 SERIES 2 1 CASE / 5 PADS 24 08477 3M 13" WHITE SUPER POLISH PAD / 4100 SERIES 6 1 CASE / 5 PADS 25 18210 3M 20" WHITE NATURAL BLEND / 3300 SERIES 5 1 CASE / 5 PADS 26 08382 3M 20" BLACK STRIPPER PAD / 7200 SERIES 14 1 CASE / 5 PADS 27 08379 3M 17" BLACK STRIPPER PAD / 7200 SERIES 2 1 CASE / 5 PADS 28 8278 3M 20" BLACK HIGH PROD STRIPPING PAD / 7300 SERIES 1 1 CASE / 5 PADS 29 55433 3M EASY SHINE APPLICATOR KIT (Brand Name Only) 8 1 EA X 30 59379 3M EASY SHINE FLOOR FINISH (Brand Name Only) 60 1 EA X 31 55434 3M EASY SHINE APPLICATOR PADS (Brand Name Only) 6 1 CASE / 10 PADS X 32 08293 3M SCOTCH BRITE GENERAL PURPOSE SCOUR PAD NO. 96 5 1 BOX / 20 PC. 33 07445 3M SCOTCH BRITE LIGHT DUTY CLEANSING PAD NO. 98 1 1 BOX / 20 PC. 34 08004 3M DOODLEBUG BRAND BROWN SCRUB & STRIP PAD NO. 8541 6 1 BOX / 20 PC. 35 05241 3M DOODLEBUG BRAND HIGH PROD STRIP PAD NO. 8550 2 1 BOX / 20 PC. ITEM MFR.PART # MFR. DESCRIPTION EST. ANN. USAGE U.O.M. Brand Name Required MFR. MFR Part# UOM Count Per UOM Unit Price Est. Ext. Price 36 20688 3M SCOTCH BRITE MEDIUM DUTY SCRUB SPONGE NO. 74 5 10 CASE / 20PC. 37 55658 3M SCOTCH BRITE EASY ERASING PAD NO. 4004CC 3 1 CASE / 12PC. 38 57196 3M SCOTCH BRITE SPONGE NO. A21 25 2 EACH 39 75122 TRIPLE S MED DUTY SCRUB SPONGE NO. 74 GREEN & YELLOW 9 1 CASE / 20PC. 40 05224 TRIPLE S CHEWING GUM REMOVER 4 1 CASE / 12 CANS 41 25130973 NATURELLA MAXI PAD 10 1 CASE / 250PC. 42 N/A PLAYTEX PLAYTEX TAMPONS 10 1 CASE / 500PC. 43 25177673 R.M.C. TOILET SEAT COVERS 100 1 CASE / 20 PACKS 44 25025088 ROCHESTER FEMININE, LINER, WAX, 7.5X10X3, KRFT#77 32 1 CASE / 500PC. 45 02500 TAMPEX P&G TAMPEX FOR VENDING 4 1 CASE / 500PC. 46 071076 BRIGHTON PROFESSIONAL URINAL SCREENS / CHERRY 70 1 BOX / 12 PC. 47 UNS9201 UNISAN TOILET PLUNGER 20 1 EACH 48 FG637400BLA RUBBERMAID BROOM, LOBBY, 35”. POLYFILL, RUBBERMAID 72 1 EACH 49 36P502 Tough Guy 21 inL Nylon, Synthetic Long Handle Toilet Brush 75 1 EACH 50 6337 RUBBERMAID 10" RUB MAID FLOOR SCRUBBER / POLY BI- LEVEL 12 1 EACH 51 2640 RUBBERMAID RUBBERMAID BRUTE DOLLY 3 1 EACH ITEM MFR.PART # MFR. DESCRIPTION EST. ANN. USAGE U.O.M. Brand Name Required MFR. MFR Part# UOM Count Per UOM Unit Price Est. Ext. Price 52 2642 RUBBERMAID RUBBERMAID BRUTE CADDY BAG - YELLOW 2 1 CASE / 6PC. 53 2643GRY RUBBERMAID RUBBERMAID BRUTE ROUND CONTAINER / 44 GAL. 2 1 EACH 540 2655 RUBBERMAID RUBBERMAID BRUTE ROUND CONTAINER / 55 GAL. 2 1 EACH 55 6173-88-BK RUBBERMAID RUB MAID CLEAN CART W/ ZIPPER & YEL VINYL BAG 2 1 EACH 56 6181 RUBBERMAID RUBBERMAID LOCKING JANITOR CART CABINET 1 1 EACH 57 7577-74 TRIPLE S WAVE BREAK BUCKET & D/P WRINGER - YELLOW 2 1 EACH 58 57005 TRIPLE S STAINLESS STEEL WIPES 9 1 CASE / 6 CONT. 59 3103 IMPACT IMPACT 28" LAMBSWOOL DUSTER 25 1 EACH 60 3105 IMPACT IMPACT TELESCOPIC LAMBSWOOL DUSTER 20 1 EACH 61 19062 TRIPLE S 36" NEXTGEN BLUE MICRO LOOPED END DUST MOP PAD 15 1 EACH 62 19090 TRIPLE S 16" X 16" NEXTGEN BLUE MICROFIBER CLOTH 120 pk (10) 1 CASE / 24PC. 63 416 CHICOPEE CHIX / STRETCH N DUST CLOTH 20 1 CASE / 5 BOXES 64 7354 IMPACT BLOODBOURNE PATHOGEN CLEANUP KIT W/O DISINFECT 2 1 EACH 65 2532 RUBBERMAID RUBBERMAID LOBBY PRO UPRIGHT DUST PAN W/ COVER 12 1 EACH 66 6112-77 RUBBERMAID RUBBERMAID CAUTION WET FLOOR 2-SIDED SAFETY SIGN 6 1 EACH MFR.PART # MFR. DESCRIPTION EST. ANN. USAGE U.O.M. Brand Name Required MFR. MFR Part# UOM Count Per UOM Unit Price Est. Ext. Price 67 SR500 UNGER SAFETY SCRAPER 50 1 EACH 68 RB10C UNGER 4" CARBON STEEL REPACEMENT BLADES 6 1 PACK / 10 BLD 69 PVR 380A NUMATIC VACUUM 6 1 EACH 70 120125 TOLCO 32OZ. ROUND PLASTIC BOTTLE (BOTTLE ONLY ) 90 1 EACH 71 110502 TOLCO MODEL 320 9-1/4" DIP TUBE - BLUE / WHITE (SPRAY HEAD ) 120 1 EACH Total For Group D: Janitorial Supplies Category E: PPE ITEM MFR.PART # MFR. DESCRIPTION EST. ANN. USAGE U.O.M. Brand Name Required MFR. MFR Part# UOM Count Per UOM Unit Price Est. Ext. Price 72 GRPRXL SAFETY ZONE XL-DISPOSABLE NITRILE GLOVES - POWDER FREE (Brand Name Only) 180 1 CASE / 10 BOXES X nitrile 73 GRPRLG SAFETY ZONE L-DISPOSABLE NITRILE GLOVES - POWDER FREE (Brand Name Only) 230 1 CASE / 10 BOXES X 74 GRPRMD SAFETY ZONE M-DISPOSABLE NITRILE GLOVES - POWDER FREE (Brand Name Only) 160 1 CASE / 10 BOXES X 75 GRPRSM SAFETY ZONE S - DISPOSABLE NITRILE GLOVES - POWDER FREE (Brand Name Only) 120 1 CASE / 10 BOXES X 76 MFG Item # 8804-03 GOJO Purell Advanced Green Certified instant hand sanitizer foam (265922) 108 1 case/3 refills 77 MFG Item # 5456-04 GOJO Purell Advanced Instant Hand Sanitizer (605707) 120 1 case/4 refills 78 MFG Item # 8820-06 GOJO Purell ADX Hand Sanitizer Dispensary (266024) 48 1 ea. 79 MFG Item # 2720-12 GOJO Touch Free Dispenser (901320) 24 1 ea. 80 MFG Item # 2424-DS GOJO Stand, Hand Sanitizer Dispenser, Gray 6 1 ea. Total for Group E: PPE PROPOSAL The undersigned proposes, in accordance with the terms and conditions of the Contract Documents, of which this Proposal is a part, to furnish all equipment, materials and labor, required for Bid Q01037 Custodial Supplies at Harper College, 1200 W. Algonquin Road, Palatine Illinois, 60067. All in accordance with the General and Special Conditions, the Detailed Specifications at the price set forth below and/or at the unit prices included on the attached pricing sheet: Bid Categories: A: Paper Products/Liners Group A Total $_______________ B: Cleaning Chemicals Group B Total $_______________ C: Soap Group C Total $_______________ D: Janitorial Supplies Group D Total $_______________ E: PPE Group E Total $_______________ Note: The attached Excel spreadsheet must be returned with the bid including your detailed unit prices. RECEIPT OF ADDENDA: The receipt of the following addenda is hereby acknowledged: Addendum No. _________________, Dated____________________ Addendum No. _________________, Dated____________________ SIGNATURES (If an Individual) Signature of Bidder (Seal) Business Address PROPOSAL (continued) (If a Partnership) Firm Name (Seal) By Business Address of all Partners of the Firm (If a Corporation) Corporate Name By Business Address (CORPORATE SEAL) Name of Officers: President Secretary Treasurer Attest: (Secretary) Name of Bidder Date Person to Contact Regarding this Bid Phone Email ___________________________________________________________________ Failure to complete and return this form may be considered sufficient reason for rejection of the bid. LIST OF REFERENCES This list is required to consist of projects of similar size and complexity. The list of projects should be located as similar to this project as possible. Name of Project (Owner) Location Total Contract Cost Date Completed Contact Person (Owner) Telephone (Owner) Name of Project (Owner) Location Total Contract Cost Date Completed Contact Person (Owner) Telephone (Owner) Name of Project (Owner) Location Total Contract Cost Date Completed Contact Person (Owner) Telephone (Owner) Name of Project (Owner) Location Total Contract Cost Date Completed Contact Person (Owner) Telephone (Owner) DISQUALIFICATION OF CERTAIN BIDDERS PERSONS AND ENTITIES SUBJECT TO DISQUALIFICATION No person or business entity shall be awarded a contract or subcontract, for a stated period of time, from the date of conviction or entry of a plea or admission of guilt, if the person or business entity, (A) has been convicted of an act committed, within the State of Illinois or any state within the United States, of bribery or attempting to bribe an officer or employee in the State of Illinois, or any state in the United States in that officer's or employee's official capacity; (B) has been convicted of an act committed, within the State of Illinois or any state within the United States, of bid rigging or attempting to rig bids as defined in the Sherman Anti-Trust Act and Clayton Act 15 U.S.C.; (C) has been convicted of bid rigging or bid rotating, or attempting to rig or rotate bids under the laws of the State of Illinois, or any state in the United States; (D) has been convicted of an act committed, within the State of Illinois or any state in the United States, of price-fixing or attempting to fix prices as defined by the Sherman Antitrust Act and Clayton Act 15 U.S.C. Sec. 1 et sig.; (E) has been convicted of price-fixing or attempting to fix prices under the laws of the State of Illinois, or any state in the United States; (F) has been convicted of defrauding or attempting to defraud any unit of state or local government or school district within the State of Illinois or in any state in the United States; (G) has made an admission of guilt of such conduct as set forth in subsection (A) through (F) above which admission is a matter of record, whether or not such person or business entity was subject to prosecution for the offense or offenses admitted to; (H) has entered a plea of nolo contendere to charges of bribery, price fixing, bid rigging, bid rotating, or fraud; as set forth in subparagraphs (A) through (F) above. Business entity, as used herein, means a corporation, partnership, trust, association, unincorporated business or individually owned business. HARPER COLLEGE CERTIFICATION OF COMPLIANCE The undersigned, being first duly sworn on oath, deposes and states that he has the authority to make this certification on behalf of the bidder, : (Name of Company) (A) That in connection with this procurement, (1) the prices in this bid have been arrived at independently, without consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; and (2) the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not be knowingly disclosed by the bidder prior to opening directly or indirectly to any other bidder or to any competitor; and (3) no attempt has been made or will be made by the bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. (B) The undersigned further states, (1) he is the person in the bidder's organization responsible within that organization for the decision as to the prices being bid herein and that he has not participated, and will not participate, in any action contrary to (A)(1) through (A)(3) above; or (2) (a) he is not the person in the bidder's organization responsible within that organization for the decision as to the prices being bid herein but that he has been authorized to act as agent for the persons responsible for such decision in certifying that such persons have not participated, and will not participate, in any action contrary to (A)(1) through (A)(3) above, and as their agent does hereby so certify; and (b) that he has not participated, and will not participate, in any action contrary to (A)(1) through (A)(3) above. (C) The undersigned certifies that, pursuant to Illinois Compiled Statutes, 720 ILCS 5/33E-1 et seq., the bidder is 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. (D) The undersigned certifies that, pursuant to Illinois Compiled Statutes, 65 ILCS 5/11-42.1-1, the bidder is not delinquent in the payment of any tax administered by the Illinois Department of Revenue. (E) The undersigned certifies that 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. (F) The undersigned certifies that the bidder has a written Sexual Harassment Policy in place in full compliance with Illinois Compiled Statutes, 775 ILCS 5/2-105(A)(4). (G) It is expressly understood that the foregoing statements, representations, and promises are made as a condition to the right of the bidder to receive payment under any award made hereunder. Authorized Signature:_____________________________________________________ Title:______________________________________________________________ Failure to complete and return this form may be considered sufficient reason for rejection of the bid. HARPER COLLEGE TAX COMPLIANCE AFFIDAVIT ________________________________________, being first duly sworn, deposes and says: that he is __________________________________ (Partner, Officer, Owner, Etc.) of __________________________________. (Consultant) The individual or entity making the foregoing Proposals or bid certifies that he is not barred from contracting with Harper College because of any delinquency in the payment of any tax administered by the Department of Revenue unless the individual or entity is contesting such taxes, in accordance with the procedures established by the appropriate revenue act, The individual or entity making the Proposals or bid understands that making a false statement regarding delinquency in taxes is a Class A Misdemeanor and, may have other serious legal consequences. _______________________________________________ (Name of Bidder if the Bidder is an Individual) (Name of Partner if the Bidder is a Partnership) (Name of Officer if the Bidder is a Corporation) The above statements must be subscribed a sworn to before a notary public. Subscribed and Sworn to this _____ day of __________________, 20___ ______________________________ SEAL Failure to complete and return this form may be considered sufficient reason for rejection of the bid. HARPER COLLEGE BIDDER’S CERTIFICATION BID PROPOSAL , as part of its bid on a contract for (Name of Bidder) to , (General Description of Item(s) bid on) (Name of Governmental Body) hereby certifies that said bidder is not barred from bidding on the aforementioned contract as a result of a violation of either Section 33E or 33E-4 of Article 33E of Chapter 38 of the Illinois Revised Statutes. By: Authorized Agent of Bidder Subscribed and sworn before me this day of , 20__ (Notary Public) Failure to complete and return this form may be considered sufficient reason for rejection of the bid.

1200 West Algonquin Road Palatine, IL 60067Location

Address: 1200 West Algonquin Road Palatine, IL 60067

Country : United StatesState : Illinois

You may also like

036.24.B2 Custodial Supplies

Due: 29 Nov, 2028 (in about 4 years)Agency: Howard County Public Schools

PAPER NSN 7530-01-539-9831 ABILITY ONE

Due: 23 May, 2024 (in 19 days)Agency: FEDERAL PRISON SYSTEM / BUREAU OF PRISONS

Custodial Supplies and Small Equipment

Due: 24 May, 2024 (in 20 days)Agency: Los Fresnos Consolidated Independent School District

Please Sign In to see more like these.

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