Wednesday, September 02, 2009
Huntley School District 158 Ice Melt Specs
To All Bidders:
The Board of Education of School District #158 is accepting sealed bids for furnishing Ice Melt to School District 158.
Sealed bids will be accepted at the District 158 Administration Center, 650 Academic Drive., Algonquin, IL. 60102 no later than 2:30 p.m. on Monday, August 24, 2009. The envelope is to be marked “Ice Melt - Bid # 2009-40" Bids will be opened and read aloud at the District Office at that time.
All questions shall be directed to the Director of Operations and Maintenance at 847-659-6163.
Sincerely,
Douglas Renkosik
Director of Operations and Maintenance
General Conditions
See “Instructions to Bidders and General Conditions” which is later in this document. When a bidder signs the bid form, the bidder acknowledges having read and agrees to all the conditions and terms listed in this document. In addition, the bidder must sign and include copies of the forms from that document with the bid form for a complete bid.
No bid bond is required with this bid.
Any interpretation of the proposed documents will be made only by an addendum duly issued by the Director of Operations and Maintenance or the Chief Operations Officer. A copy of such addendum will be faxed, e-mailed, and/or mailed to each person receiving a set of such contract documents and to such prospective bidders as shall have requested that they be furnished with a copy of each addendum. Failure on the part of the prospective bidder to receive a written interpretation prior to the time of the opening of bids will not be grounds for withdrawal of his proposal. Bidders shall acknowledge receipt of each addendum issued in the space provided on the proposal form. Oral explanations will not be binding.
Award will be made by official Board documents. Bidder’s order form is not acceptable and can not be used.
Upon request, bidder shall be able to deliver to the O&M Office with two days, one sample of the product of the type on which you are bidding and the test certification report that the proposed product meets the performance ratings shall be included with bid.
SCOPE OF WORK
Furnish pelletized Ice Melt compound in 50# bags for Consolidated School District 158 as indicated in this specification. The bid shall provide one shipment of all product listed in this specification. The bid price shall include delivery charges to the bidding address.
PRODUCT SPECIFICATIONS FOR ICE MELTING COMPOUND
1. product is typically know as Magnesium Chloride Hexahydrate
2. product shall be pelletized for distribution threw a commercial walk-behind, two wheel spreader.
3. product composition shall contain…….
1. Magnesium Chloride 46 to 48%
2. Calcium Chloride 2 to 3 %
3. Sodium Chloride 0.5 to 1 %
4. Potassium chloride 0.2 to 1 %
5. Sulphates 0.02% typical
4. Product shall be provided in 50 # plastic bags.
5. Product shall be delivered on shrink wrapped pallets
6. REQUIRED QUANTITY 64 pallets at 48 bags per pallet at 50 lbs per bag or 3,072 bags 50 lbs each
Certified test reports on product proposed shall be provided with the bid as a part of complete bid.
DELIVERY SCHEDULE
Successful bidder must be able to delivery the specified product 30 days of notification of bid award. The School District intends to present the bids to the Board of Education in September with an anticipated bid award on September 18, 2009. Failure to deliver a shipment on-time constitutes default by the vendor and gives authority to School District 158 to suspend the procurement process with the bidder, rescind the remainder of the bid, and re-bid the procurement of ice melt from the defaulted vendor. Site Addresses for delivery is District 158 Administration Transportation Building, 650 Academic Drive, Algonquin, IL 60102
BID FORM
BF page 1 of 1
TO: SCHOOL DISTRICT #158 D.H.R. # ______
650 Academic Drive
Algonquin, IL. 60102
FROM:
(Company Name)
FOR: Ice Melt Compound
BASE BID delivered price
3,072 bags, 50 pounds each @ $ _______._____ per bag = $ _________________________
Attached with this bid are......................
Product literature ____________
Test certification ____________
Bidder agrees to complete work within weeks after contract is awarded
Addendum(s) No(s) thru have been received and are duly noted
If Bidder Product deviates from specifications in any manner, the Bidder must spell out specific deviations on attachment to bid.
I have carefully examined the instructions and specifications and have examined the site where the work is to take place. If awarded a contract within sixty (60) days, I agree to furnish all labor and materials required to complete the work described in these documents in accordance with the terms that have been outlined.
Company Name By (Sign Name)
Address Title
City, State Zip Code
( ) ( )
Telephone No. Fax No.
INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS
1. GENERAL
A. Bids must be submitted on the standard bid form which is enclosed.
B. Facsimile copies of bids are not accepted
C. Bids must be submitted in a sealed envelope. They should be addressed to: Dr. John Burkey at the Administration Center at 650 Academic Drive, Algonquin, IL 60102.
D. The sealed envelope with the bid should be marked in the lower left hand corner with the type of contractual work or item on which you are submitting your bid.
E. Bids will not be accepted after the scheduled date and time of the bid opening.
F. On supply or equipment bids, prices quoted should include delivery to the School District Building as indicated on the specifications.
G. All bids must be typed or written in pen. Pencil is not acceptable. BIDS WRITTEN IN WITH PENCIL WILL BE REJECTED.
2. EXCEPTIONS
It is the intention of the district to have a fair and open bid process. Bidders are not required to bid the specific manufacturer and model number shown in the bid documents. But any exceptions to these conditions or deviations from the specifications must be submitted in writing and attached to the bid form. If any items bid are other than the manufacturer and model number, the Vendor MUST: 1.) Include Literature with a picture, specifications, manufacturer name and model/part #. 2.) Clearly specify on the Bid Form where an alternative is bid. Failure to do any of the above will constitute a “No Bid” item.
In the event of any claim by any unsuccessful bidder concerning or relating to the issue of “equal or better” or “equal to”, the unsuccessful bidder agrees, at his own cost, to defend such claim and agrees to hold the District harmless from any loss or damage arising out of this transaction.
3. FIRM BID PRICES
Prices, terms and conditions must be firm for a period of sixty days from the date of the bid unless otherwise agreed to by DISTRICT 158 and the bidder.
4. EXEMPTION FROM TAXES
School District 158 is exempt from Federal, State, and Municipal taxes.
5. INVESTIGATION OF BIDDERS
Contractors or suppliers who are bidding for the first time should submit at least five references, name, addresses, and phone numbers of projects done in the last four years. These should be from managers of commercial buildings or school buildings and preferably in the northwest suburban area. The five references must be for five different projects. The Board of Education reserves the right to reject any bid if it is determined that the bidder is not qualified to complete the work described in the specifications in an acceptable manner.
6. RESERVATION OF RIGHTS BY THE DISTRICT
The Board of Education reserves the right to reject any or all bids and to award the bid in the best interest of the District.
7. DEPARTMENT OF HUMAN RIGHTS REGULATIONS
All bidders must abide by and attest to the fact that they are in compliance with the Illinois Human Rights Act as amended effective July 1, 1993 (formerly the Fair Employment Practice Commission). The D.H.R. (formerly F.E.P.C.) number must be on the bid form. Bidders who do not have a D.H.R. number can satisfy this requirement by signing the enclosed Certificate of Compliance and submitting it with the bid.
8. INSURANCE REQUIREMENTS
1. The successful bidder shall expressly bind himself/herself to defend and save the District harmless from all suits or actions of every name and description including Scaffolding Act Liability. Successful bidder shall carry insurance, in company or companies acceptable to the District, for Worker’s Compensation, Commercial General Liability, and Automobile liability.
2. Each bidder shall submit as part of the bid, a certification of insurance in force to meet the above specifications. That certificate shall name CONSOLIDATED SCHOOL DISTRICT 158 as an additional insured and shall state that all insurance listed above is primary. CONSOLIDATED SCHOOL DISTRICT 158 shall be notified 30 days prior to any material change in the insurance.
3. Workman's Compensation - Statutory - meet minimum requirements for State of Illinois work.
4. Comprehensive General Liability Insurance: The successful bidder shall maintain at all times during the contract Comprehensive Liability Insurance (including Broad Form Property Damage) with limits for combined bodily injury and property damage of not less than $1,000,000 for each occurrence and not less than $1,000,000 aggregate.
5. Owner’s Protective Liability: The successful bidder shall maintain at all times during the contract Owner’s Protective Liability with limits for combined bodily injury and property damage of not less than $1,000,000 for each occurrence and not less than $1,000,000 aggregate.
6. Comprehensive Auto Liability Insurance: The successful bidder shall maintain at all times during the contract Comprehensive Auto Liability with limits for combined bodily injury and property damage of not less than $1,000,000 for each occurrence and not less than $1,000,000 aggregate.
7. Excess Liability: An umbrella policy is required with minimum lists of $3,000,000 per occurrence and will apply to both bodily injury and property damage. The umbrella policy shall apply over all primary coverage and limits of liability as listed in the preceding section. The umbrella coverage must be as broad as the primary policies and must be free of any restrictions that do not appear in the underlying policies.
e. Owned/Rented Equipment Insurance: The Contractor shall secure, pay for and maintain whatever Fire or Extended Coverage Insurance deemed necessary to protect the Contractor against loss of owned or rented capital equipment and tools, including any tools owned by mechanics, and any tools, equipment, scaffoldings, staging, towers and forms owned or rented by the Contractor. The requirement to secure and maintain such insurance is solely for the benefit of the Contractor; Contractor shall require same coverage of Subcontractor. Failure of the Contractor to secure such insurance or to maintain adequate levels of coverage shall not obligate the Owner, or their agents and employees for any losses of owned or rented requirement. It is expressly understood and agreed that the Owner shall have no responsibility therefore, the Contractor secures such insurance the insurance policy shall include a waiver of subrogation clause as follows: “It is agreed that in no event shall this insurance company have any right of recovery against the Owner or their agents.”
A copy of the Certificate of Insurance shall be furnished to the Director of Operations & Maintenance before the work begins.
CERTIFICATE OF INSURANCE FORM The following wording must appear in the section, Description of Operations/Locations/Vehicles/Restrictions/Special Items:
School District #158 is named as additional insured as their interests may appear with respect to General Liability.
Work cannot begin nor will any payments be issued until the Certificate of Insurance has been received with School District #158 being named as additional insured.
9. SIGNATURE: CONSTITUTES ACCEPTANCE
The signing of the bid form shall be construed as acceptance of all the provisions contained herein.
10. BID BOND Bid Bond is not required on this particular project.
11. Performance Bond and Labor and Material Payment Bond
A Performance and a Labor and Material payment Bond is not required on this project.
12. PAYMENTS
On District projects, a 10% retainer fee will be held if applicable, until all punch list items are completed and approved by the Director of Operations and Maintenance. The School District #158 processes checks once a month. The deadline for receiving invoices is the last day of the month of the month.
13. Bid Summaries will be mailed the day after the Board approves the lowest most responsible bid.
FORMS TO BE SUBMITTED
The following DISTRICT 158 forms (copies attached)must be completed, signed and submitted with your bid:
1. Certificate of Eligibility To Bid.
2. Certificate of Compliance To The Illinois Department of Human Rights.
CERTIFICATE OF ELIGIBILITY TO BID
(contractor), pursuant to Section 33E-11 of the Illinois Criminal Code of 1961 as amended, hereby certifies that neither (he, she, it) nor any of (his, her, its) partners, officers, or owners of (his, her, its) business has been convicted in the past five (5) years of the offense of bid-rigging under Section 33E-3 of the Illinois Criminal Code of 1961 as amended and that neither (he, she, it) nor any of (his, her, its) partners, officers or owners of (his, her, its) business has ever been convicted of the offense of bid-rotating under Section 33E-4 of the Illinois Criminal Code of 1961 as amended.
Date Name of Contractor/Company
Street Address City, State, Zip
Title of Officer Name of Officer (Please Print)
Signature of Officer
CERTIFICATE OF COMPLIANCE
TO THE
ILL. DEPARTMENT OF HUMAN RIGHTS REGULATIONS
For this bid to receive consideration by the Board of Education of School District #158, Algonquin, Illinois, the following certificate must be signed by an official of your
company and returned with your bid. This is to certify that our company is in compliance with the provisions of the Illinois Department of Human Rights Regulations.
Signed:
Signature
By:
Printed Name
Title:
Date:
The Board of Education of School District #158 is accepting sealed bids for furnishing Ice Melt to School District 158.
Sealed bids will be accepted at the District 158 Administration Center, 650 Academic Drive., Algonquin, IL. 60102 no later than 2:30 p.m. on Monday, August 24, 2009. The envelope is to be marked “Ice Melt - Bid # 2009-40" Bids will be opened and read aloud at the District Office at that time.
All questions shall be directed to the Director of Operations and Maintenance at 847-659-6163.
Sincerely,
Douglas Renkosik
Director of Operations and Maintenance
General Conditions
See “Instructions to Bidders and General Conditions” which is later in this document. When a bidder signs the bid form, the bidder acknowledges having read and agrees to all the conditions and terms listed in this document. In addition, the bidder must sign and include copies of the forms from that document with the bid form for a complete bid.
No bid bond is required with this bid.
Any interpretation of the proposed documents will be made only by an addendum duly issued by the Director of Operations and Maintenance or the Chief Operations Officer. A copy of such addendum will be faxed, e-mailed, and/or mailed to each person receiving a set of such contract documents and to such prospective bidders as shall have requested that they be furnished with a copy of each addendum. Failure on the part of the prospective bidder to receive a written interpretation prior to the time of the opening of bids will not be grounds for withdrawal of his proposal. Bidders shall acknowledge receipt of each addendum issued in the space provided on the proposal form. Oral explanations will not be binding.
Award will be made by official Board documents. Bidder’s order form is not acceptable and can not be used.
Upon request, bidder shall be able to deliver to the O&M Office with two days, one sample of the product of the type on which you are bidding and the test certification report that the proposed product meets the performance ratings shall be included with bid.
SCOPE OF WORK
Furnish pelletized Ice Melt compound in 50# bags for Consolidated School District 158 as indicated in this specification. The bid shall provide one shipment of all product listed in this specification. The bid price shall include delivery charges to the bidding address.
PRODUCT SPECIFICATIONS FOR ICE MELTING COMPOUND
1. product is typically know as Magnesium Chloride Hexahydrate
2. product shall be pelletized for distribution threw a commercial walk-behind, two wheel spreader.
3. product composition shall contain…….
1. Magnesium Chloride 46 to 48%
2. Calcium Chloride 2 to 3 %
3. Sodium Chloride 0.5 to 1 %
4. Potassium chloride 0.2 to 1 %
5. Sulphates 0.02% typical
4. Product shall be provided in 50 # plastic bags.
5. Product shall be delivered on shrink wrapped pallets
6. REQUIRED QUANTITY 64 pallets at 48 bags per pallet at 50 lbs per bag or 3,072 bags 50 lbs each
Certified test reports on product proposed shall be provided with the bid as a part of complete bid.
DELIVERY SCHEDULE
Successful bidder must be able to delivery the specified product 30 days of notification of bid award. The School District intends to present the bids to the Board of Education in September with an anticipated bid award on September 18, 2009. Failure to deliver a shipment on-time constitutes default by the vendor and gives authority to School District 158 to suspend the procurement process with the bidder, rescind the remainder of the bid, and re-bid the procurement of ice melt from the defaulted vendor. Site Addresses for delivery is District 158 Administration Transportation Building, 650 Academic Drive, Algonquin, IL 60102
BID FORM
BF page 1 of 1
TO: SCHOOL DISTRICT #158 D.H.R. # ______
650 Academic Drive
Algonquin, IL. 60102
FROM:
(Company Name)
FOR: Ice Melt Compound
BASE BID delivered price
3,072 bags, 50 pounds each @ $ _______._____ per bag = $ _________________________
Attached with this bid are......................
Product literature ____________
Test certification ____________
Bidder agrees to complete work within weeks after contract is awarded
Addendum(s) No(s) thru have been received and are duly noted
If Bidder Product deviates from specifications in any manner, the Bidder must spell out specific deviations on attachment to bid.
I have carefully examined the instructions and specifications and have examined the site where the work is to take place. If awarded a contract within sixty (60) days, I agree to furnish all labor and materials required to complete the work described in these documents in accordance with the terms that have been outlined.
Company Name By (Sign Name)
Address Title
City, State Zip Code
( ) ( )
Telephone No. Fax No.
INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS
1. GENERAL
A. Bids must be submitted on the standard bid form which is enclosed.
B. Facsimile copies of bids are not accepted
C. Bids must be submitted in a sealed envelope. They should be addressed to: Dr. John Burkey at the Administration Center at 650 Academic Drive, Algonquin, IL 60102.
D. The sealed envelope with the bid should be marked in the lower left hand corner with the type of contractual work or item on which you are submitting your bid.
E. Bids will not be accepted after the scheduled date and time of the bid opening.
F. On supply or equipment bids, prices quoted should include delivery to the School District Building as indicated on the specifications.
G. All bids must be typed or written in pen. Pencil is not acceptable. BIDS WRITTEN IN WITH PENCIL WILL BE REJECTED.
2. EXCEPTIONS
It is the intention of the district to have a fair and open bid process. Bidders are not required to bid the specific manufacturer and model number shown in the bid documents. But any exceptions to these conditions or deviations from the specifications must be submitted in writing and attached to the bid form. If any items bid are other than the manufacturer and model number, the Vendor MUST: 1.) Include Literature with a picture, specifications, manufacturer name and model/part #. 2.) Clearly specify on the Bid Form where an alternative is bid. Failure to do any of the above will constitute a “No Bid” item.
In the event of any claim by any unsuccessful bidder concerning or relating to the issue of “equal or better” or “equal to”, the unsuccessful bidder agrees, at his own cost, to defend such claim and agrees to hold the District harmless from any loss or damage arising out of this transaction.
3. FIRM BID PRICES
Prices, terms and conditions must be firm for a period of sixty days from the date of the bid unless otherwise agreed to by DISTRICT 158 and the bidder.
4. EXEMPTION FROM TAXES
School District 158 is exempt from Federal, State, and Municipal taxes.
5. INVESTIGATION OF BIDDERS
Contractors or suppliers who are bidding for the first time should submit at least five references, name, addresses, and phone numbers of projects done in the last four years. These should be from managers of commercial buildings or school buildings and preferably in the northwest suburban area. The five references must be for five different projects. The Board of Education reserves the right to reject any bid if it is determined that the bidder is not qualified to complete the work described in the specifications in an acceptable manner.
6. RESERVATION OF RIGHTS BY THE DISTRICT
The Board of Education reserves the right to reject any or all bids and to award the bid in the best interest of the District.
7. DEPARTMENT OF HUMAN RIGHTS REGULATIONS
All bidders must abide by and attest to the fact that they are in compliance with the Illinois Human Rights Act as amended effective July 1, 1993 (formerly the Fair Employment Practice Commission). The D.H.R. (formerly F.E.P.C.) number must be on the bid form. Bidders who do not have a D.H.R. number can satisfy this requirement by signing the enclosed Certificate of Compliance and submitting it with the bid.
8. INSURANCE REQUIREMENTS
1. The successful bidder shall expressly bind himself/herself to defend and save the District harmless from all suits or actions of every name and description including Scaffolding Act Liability. Successful bidder shall carry insurance, in company or companies acceptable to the District, for Worker’s Compensation, Commercial General Liability, and Automobile liability.
2. Each bidder shall submit as part of the bid, a certification of insurance in force to meet the above specifications. That certificate shall name CONSOLIDATED SCHOOL DISTRICT 158 as an additional insured and shall state that all insurance listed above is primary. CONSOLIDATED SCHOOL DISTRICT 158 shall be notified 30 days prior to any material change in the insurance.
3. Workman's Compensation - Statutory - meet minimum requirements for State of Illinois work.
4. Comprehensive General Liability Insurance: The successful bidder shall maintain at all times during the contract Comprehensive Liability Insurance (including Broad Form Property Damage) with limits for combined bodily injury and property damage of not less than $1,000,000 for each occurrence and not less than $1,000,000 aggregate.
5. Owner’s Protective Liability: The successful bidder shall maintain at all times during the contract Owner’s Protective Liability with limits for combined bodily injury and property damage of not less than $1,000,000 for each occurrence and not less than $1,000,000 aggregate.
6. Comprehensive Auto Liability Insurance: The successful bidder shall maintain at all times during the contract Comprehensive Auto Liability with limits for combined bodily injury and property damage of not less than $1,000,000 for each occurrence and not less than $1,000,000 aggregate.
7. Excess Liability: An umbrella policy is required with minimum lists of $3,000,000 per occurrence and will apply to both bodily injury and property damage. The umbrella policy shall apply over all primary coverage and limits of liability as listed in the preceding section. The umbrella coverage must be as broad as the primary policies and must be free of any restrictions that do not appear in the underlying policies.
e. Owned/Rented Equipment Insurance: The Contractor shall secure, pay for and maintain whatever Fire or Extended Coverage Insurance deemed necessary to protect the Contractor against loss of owned or rented capital equipment and tools, including any tools owned by mechanics, and any tools, equipment, scaffoldings, staging, towers and forms owned or rented by the Contractor. The requirement to secure and maintain such insurance is solely for the benefit of the Contractor; Contractor shall require same coverage of Subcontractor. Failure of the Contractor to secure such insurance or to maintain adequate levels of coverage shall not obligate the Owner, or their agents and employees for any losses of owned or rented requirement. It is expressly understood and agreed that the Owner shall have no responsibility therefore, the Contractor secures such insurance the insurance policy shall include a waiver of subrogation clause as follows: “It is agreed that in no event shall this insurance company have any right of recovery against the Owner or their agents.”
A copy of the Certificate of Insurance shall be furnished to the Director of Operations & Maintenance before the work begins.
CERTIFICATE OF INSURANCE FORM The following wording must appear in the section, Description of Operations/Locations/Vehicles/Restrictions/Special Items:
School District #158 is named as additional insured as their interests may appear with respect to General Liability.
Work cannot begin nor will any payments be issued until the Certificate of Insurance has been received with School District #158 being named as additional insured.
9. SIGNATURE: CONSTITUTES ACCEPTANCE
The signing of the bid form shall be construed as acceptance of all the provisions contained herein.
10. BID BOND Bid Bond is not required on this particular project.
11. Performance Bond and Labor and Material Payment Bond
A Performance and a Labor and Material payment Bond is not required on this project.
12. PAYMENTS
On District projects, a 10% retainer fee will be held if applicable, until all punch list items are completed and approved by the Director of Operations and Maintenance. The School District #158 processes checks once a month. The deadline for receiving invoices is the last day of the month of the month.
13. Bid Summaries will be mailed the day after the Board approves the lowest most responsible bid.
FORMS TO BE SUBMITTED
The following DISTRICT 158 forms (copies attached)must be completed, signed and submitted with your bid:
1. Certificate of Eligibility To Bid.
2. Certificate of Compliance To The Illinois Department of Human Rights.
CERTIFICATE OF ELIGIBILITY TO BID
(contractor), pursuant to Section 33E-11 of the Illinois Criminal Code of 1961 as amended, hereby certifies that neither (he, she, it) nor any of (his, her, its) partners, officers, or owners of (his, her, its) business has been convicted in the past five (5) years of the offense of bid-rigging under Section 33E-3 of the Illinois Criminal Code of 1961 as amended and that neither (he, she, it) nor any of (his, her, its) partners, officers or owners of (his, her, its) business has ever been convicted of the offense of bid-rotating under Section 33E-4 of the Illinois Criminal Code of 1961 as amended.
Date Name of Contractor/Company
Street Address City, State, Zip
Title of Officer Name of Officer (Please Print)
Signature of Officer
CERTIFICATE OF COMPLIANCE
TO THE
ILL. DEPARTMENT OF HUMAN RIGHTS REGULATIONS
For this bid to receive consideration by the Board of Education of School District #158, Algonquin, Illinois, the following certificate must be signed by an official of your
company and returned with your bid. This is to certify that our company is in compliance with the provisions of the Illinois Department of Human Rights Regulations.
Signed:
Signature
By:
Printed Name
Title:
Date:
