Moline Coal-Valley School District Custodial Products and Supplies

MOLINE SCHOOL DISTRICT NO. 40
SPECIFICATION
CUSTODIAL PRODUCTS AND SUPPLIES
ADVERTISEMENT FOR BIDS
The Moline Board of Education, School District No. 40, Moline, Illinois will receive sealed bids for
CUSTODIAL PRODUCTS AND SUPPLIES until 2:00 p.m., Wednesday, April 8th, 2015, in the School
District Facilities Office at 1619 - 11th Avenue, Moline, Illinois 61265.
The envelope that contains the bid shall be plainly marked, "SEALED BID - CUSTODIAL
PRODUCTS AND SUPPLIES".
The Board of Education reserves the right to accept or reject any or all bids or to waive formalities or
irregularities as its best interest may require.
Brad Lester
Custodial Services Coordinator
March 24, 2015
INSTRUCTIONS TO BIDDERS
1.
Bidders may obtain copies of Bidding Documents from the Facilities Office, 1619 11th Avenue,
Moline, Illinois 61265 or on the District web site: http://www.molineschools.org/bids_rfps.html.
2.
If a discrepancy is found, contractor shall notify the Owner immediately who can then issue
information in the form of an addendum. Questions shall be submitted in writing to Brad Lester,
Custodial Services Coordinator, 3600 Avenue of the Cities, Moline, Illinois 61265. Replies will
be issued to all bidders of record as Addenda; bidders shall acknowledge receipt of Addenda in the
Bid Form. No addenda will be issued later than three days prior to the date for receipt of bids.
3.
Products described and listed by manufacturer establish a standard of quality. Specifications for
all products being bid are attached. Substitutions will be considered if written documentation
(MSDS and product information sheet) of equivalence has been submitted by the bidder and
received by the District with the bid. Each such substitution shall include a complete
description and any other information necessary for an evaluation. The burden of proof of
the merit of the proposed substitute is upon the proposer. Equivalence shall be determined by the
District and items awarded in the District’s best interest. Products without documentation that
meet or exceed the established standard of quality will be rejected as non-responsive.
4.
Bids shall be submitted on the forms provided with these specifications; signed by the authorized
agent of bidder; and received in a sealed envelope addressed:
SEALED BID - CUSTODIAL PRODUCTS AND SUPPLIES
MOLINE SCHOOL DISTRICT FACILITIES OFFICE
1619 11th AVENUE
MOLINE, ILLINOIS 61265
5.
In submitting a bid, bidder represents that he has read the Instructions, Conditions and
Specifications. Extra payments will not be given for conditions that can be determined by
examination.
6.
Bidder is required to identify any deviations from the product specifications attached.
NO FAX BIDS WILL BE ACCEPTED
7.
All products bid and provided under this bid package must have batch numbers provided and
installed by the manufacturer on each container.
8.
For bidder's reference, only the District's estimated annual consumption has been shown on the bid
form for each product. The District reserves the right to vary the actual quantities ordered based
on its best interests.
9.
Bidder is required to provide pricing, as requested, on the attached bid forms. For products that
need to be diluted to use, please include a price per ‘usable gallon’ and the dilution ratio for an
average strength mixture.
10.
All bids submitted must remain valid for one year from the date bids are due.
11.
Bidders may be required to make a presentation and provide product demonstrations to owner to
assist in bid package evaluation.
12.
A bidder's request to withdraw any or all of their quotation will subject the entire bid package to
being rejected.
13.
For the purpose of evaluating products, the bidder will be required, if requested, to provide
reasonable samples of any or all products on which they have quoted. Failure to comply may
subject the entire package to rejection. All sample containers must be properly labeled.
14.
The District is exempt from Illinois Sales and Usage tax on all materials purchased.
QUALIFICATION OF BIDDERS
1.
The owner does not intend to maintain large quantities of products in inventory. Vendor must
maintain local warehousing facilities with inventory of all products quoted or provide guaranteed
next day shipping from other warehousing facilities. On a single sheet of paper, information must
be provided regarding the effects of freezing on products being quoted on.
2.
Successful vendor(s) will be required to make site visits/inspections as requested, provide training
to district staff via hands-on demonstrations, video tapes, literature, and lectures. Bidder is
expected to provide necessary equipment for all demonstrations.
3.
Upon request, bidder must submit evidence of successful training programs and extensive
experience on use of products quoted.
CONDITIONS
1.
The Successful Vendor and any products provided by this Vendor, shall comply with all laws,
ordinances, rules, regulations and lawful orders of public authorities bearing on the sale of goods
to and performance of work for Illinois Public School Districts.
2.
Products bid under this proposal shall meet all federal, state, and local statutes, rules, regulations,
codes, ordinances, and requirements which are applicable to Moline School District No. 40, a
public Illinois school district.
3.
Compatibility of new floor care products with current floor care products used in the District will
be a consideration.
4.
Successful vendor(s) must provide free of charge all product labels as required for all
customer containers. Labels must provide all information as required by law.
NO FAX BIDS WILL BE ACCEPTED
5.
All shipments will be received at the District Warehouse, 3432 Avenue of the Cities, Moline,
Illinois 61265. All deliveries to be made between 7:00 a.m. and 2:30 p.m. on weekdays. All
deliveries to be coordinated through Warehouse Manager (309-743-8630).
6.
Freight and delivery costs to the Moline School District as identified above shall be included in
the total bid price.
7.
Successful vendor(s) will be required to provide the District with the phone number and name of
the manufacturer’s lab and chemist(s) for product support.
8.
Successful vendor(s) will be required to notify the District in writing if formulation of any product
being provided changes during the term of the contract. This notification must be prior to any
reformulated product being delivered and must identify changes to product.
9.
Products will be ordered via purchase orders in various quantities at various times throughout the
year. There is no intent to make one large quantity purchase. Vendor(s) are to invoice for
products as they are received by owner.
10.
Purchase Orders will be the form of agreement and will be awarded to the lowest responsible
bidders whose evaluation by the owner indicates to the owner that an award is in the best interest
of District.
11.
The following documents are attached to and made a condition of this Bid:
•
•
•
•
Non-Collusion Affidavit
Bidder Eligibility Certification
Vendor Information Form
List of Area References
These forms must be completed, signed and submitted with the enclosed Bid Form at the time of
the bid opening.
12.
All vendors and contractors must comply with the public contract provisions under the Illinois
Human Rights Act, including the sexual harassment provisions. This bill amends the Illinois
Human Rights Act to require every party to a public contract and every bidder to a public contract
to have a written sexual harassment policy, post a notice of the policy and provide training on
sexual harassment prevention as part of a new employee training program. The policy must, at a
minimum, include the illegality of sexual harassment, the definition of sexual harassment under
State law, a description of sexual harassment utilizing examples, the contractor's internal
complaint process, including penalties, the legal recourse, investigative and complaint process
available through the Department of Human Rights, directions on how to contact the Department
and protection against retaliation.
13.
It shall be the policy of the Board of Education to not discriminate against any employee or
applicant for employment or retention or promotion because of race, color, religion, sex,
disability, age, marital status, national origin or ancestry.
NO FAX BIDS WILL BE ACCEPTED
Moline School District No. 40
-
BID FORM 2015
-
PART A - FLOOR CARE AND CLEANING PRODUCTS
Bidders to quote on any or all items shown as they desire. Please include quantity per case.
Item
1a.
Liquid Hand Soap
Brand Name
Renown
Est.
Qty/yr.
590 gal
Price/ea
$________
Unit
/gal.
Unit/
case
Dilution
Rate
Identify if Equivalent
See attached product sheets for equivalency
n/a
NOTE: Container or MSDS must NOT be labeled "Keep out of reach of children" or any statement to that effect.
2a.
Glass & Plastic Cleaner
Hillyard
100 gal
$________
$________
/gal.
/other
n/a
3a.
Disinfectant/Cleaner
w/ MRSA claim
Disinfectant
ReJuvNal
60 / 5-gal
$________
$________
$________
/5 gal.
/usable gal
55 gal.
oz/___gal
4a.
Hi Speed Buffing
Seal Finish
Hillyard SEAL 341
80 /5-gal
$________
$________
/5 gal.
/other
n/a
n/a
5a.
Floor Conditioner
& Neutralizer
Hillyard
180 pkts.
$________
$________
/pkt
/usable gal
pkt/___gal
6a.
Citrus Scrub
Hillyard
15 / 5-gal
$________
$________
$________
/5 gal
/usable gal
/other
oz/___gal
7a.
Gum Remover
Hillyard Gum-Go
12 cans
$________
$________
/can
/other
oz. can
8a.
Ice Melt
Titan, Ossian, Inc.
450 bags
$________
/50 lb bag
n/a
9a.
Grafitti Remover
Hillyard ZIZ-O
36 /1-lb tub
$________
$________
/tub
/other
n/a
size (# oz)
10a.
Vomit Absorbant
Hillyard Sorb-It
132 /16-oz
$________
$________
/16 oz
/other
n/a
size (# oz)
11a.
NEB
Degreaser Cleaner
Bi-State
48 / 5-gal
$________
$________
/5 gal
/usable gal
oz/___gal
Liquid Enzyme
Hillyard
350 qt
$________
/qt
n/a
Powdered Cleanser
Ajax
60 can
$________
$________
/can
/other
size (# oz)
size (# oz)
12a.
13a.
5 / 55-gal
Company Name __________________________________
Page 1A
Moline School District No. 40
Item
14a.
Brand Name
Green Seal Certified
All Purpose Hydrogen
Peroxide Based Cleaner
RMC Proxi Concentrate
15a.
Green Select
Foaming Hand Soap
16a.
-
BID FORM 2015
Est.
Qty/yr.
284 / gal
Price/ea
-
PART A - FLOOR CARE AND CLEANING PRODUCTS
Unit
Unit/
case
Dilution
Rate
/gal.
/usable gal
/55 gal.
oz/___gal
5 / 55-gal
$________
$________
$________
Hillyard
90 /gal
$________
/gal
n/a
Nutra-Rinse
Hillyard
20 / 5-gal
$________
$________
/5-gal
/usable gal
oz/___gal
17a.
Bowl Cleaner
RMC Bowl Tamer
180 /qt
$________
/qt
n/a
18a.
Defoamer
Hillyard
20 /qt
$________
$________
/qt
/usable gal
oz/___gal
19a.
Floor Restorer
Hillyard Super Shine All
8 / 5-gal
$________
$________
/5-gal
/usable gal
oz/___gal
20a.
Clario alcohol-free
foaming hand sanitizer
Betco
180 / 1000 ml
$________
$________
1000 ml
other
n/a
size (# oz)
21a.
VOC Compliant Dust
Mop Treatment
Hillyard
6 / 5-gal
$________
/5-gal
n/a
22a.
VOC Compliant
Urethane Gym Finish
Hillyard 350
12 / 5-gal
$________
$________
/5-gal
other
n/a
size
23a.
Gym Floor
Waterless Cleaner
Hillyard
Kleen-up Solvent
5 / 5-gal
$________
$________
/5-gal
other
n/a
size
Identify if Equivalent
See attached product sheets for equivalency
The Following Addenda are acknowledged:
ALL BIDDERS REQUIRED TO COMPLETE THIS SECTION IN IT'S ENTIRETY.
My signature signifies that I am an authorized agent of the aforementioned Company and am authorized to quote and enter into contracts as called
for in this advertisement for bid. Furthermore, I certify that by submitting my quotation I am bound by all requirements as called for in the specifications.
Signature ___________________________________________
Date _______________________________________________
Print Name __________________________________________
Title ________________________________________________
Company Name __________________________________
Page 2A
Moline School District No. 40
-
BID FORM 2015
-
PART B - CUSTODIAL EQUIPMENT SUPPLIES
Bidders to quote on any or all items shown as they desire. Please include quantity per case.
Item
Est.
Price/ea
Unit
Qty/yr.
Quantity
Part Number of Item
per Case
1b.
35 qt. Yellow Mop Bucket Combo
with Down Press 16-24 oz. 2" casters
12 ea
$________
ea
2b.
Bowl Swab, Acrylic Yarn Puff
.577-940 74 BSR (Clng. Splty Co.)
150 ea
$________
ea
3b.
Counter Brush, 7" Duster w/ Plastic
Bristle, 1-7/8" Trim, Empire 282-046, 21-4480
15 ea
$________
ea
4b.
20 oz. 4 ply, White Cotton Mopheads
w/ 1" Head Band
132 ea.
$________
ea
5b.
20" 3M 7300 High Productivity Pads
(Black-Stripping pads) 175 RPM
50 ea
$________
$________
ea
Other
5/box
6b.
20" 3M 3200 Hi-Speed Burnish Pads (off-white)
1500 - 2000 RPM
20 ea
$________
$________
ea
Other
5/box
7b.
20" 3M 5100 Low Speed Thick Strip pad (black)
700 RPM
50 ea
$________
$________
ea
Other
5/box
8b.
20" 120 Grit Screens
20 ea
$________
$________
ea
Other
20/box
9b.
O'Cedar Angler Broom
36 ea
$________
ea
n/a
10b.
Wet Mop Handle - Wood 60"
with metal bracket
36 ea
$________
ea
n/a
11b.
Non-powdered Vinyl Disposable Gloves, 4.5 mil
100 gloves/box
Size: XL
10,500 ea
$________
/glove
#_____/box
12b.
Non-powdered Vinyl Disposable Gloves, 4.5 mil
100 gloves/box
Size: L
8,000 ea
$________
/glove
#_____/box
13b.
Toilet Tissue Roll Fixtures - Single Fixture:
Self-locking 2 3/4" x6 1/8"
4 1/2" from wall - Metal Chrome - 18 gauge steel
18 ea
$________
ea
Company Name ____________________________________
n/a
Page 1B
Moline School District No. 40
-
Item
BID FORM 2015
-
PART B - CUSTODIAL EQUIPMENT SUPPLIES
Est.
Qty/yr.
Price/ea
Unit
Quantity
per Case
Part Number of Item
14b.
15b.
Infinity Twist Dust Mops
12-18% Acrylic, balance cotton, w/ tie
18"x5"
36"x5"
21 ea
12 ea
$________
$________
ea
ea
16b.
18"x5" Flat Mop Frame
8 ea
$________
ea
17b.
32oz. Spray bottles
without trigger sprayer
150 ea
$________
ea
18b.
Trigger sprayers for 32oz. Spray bottles
Chemical Resistant
150 ea
$________
ea
19b.
5-Gallon pail pump
1 oz. dispensing
18 ea
$________
ea
20b.
Black 12" metal dust pan
18 ea
$________
ea
21b.
Non Proprietary Refillable Liquid Lotion
Soap Dispenser
60 ea
$________
ea
22b.
Clario Foam Sanitizer Dispenser
12 ea.
$________
ea
23b.
Windsor Versamatic Vacuum Bags
paper, 10/pkg
900 ea
$________
/bag
#____/pkg
24b.
Tornado CV30/CV38 Vacuum Bags
paper, 10/pkg
1000 ea
$________
/bag
#____/pkg
n/a
n/a
The following Addenda are acknowledged:
ALL BIDDERS REQUIRED TO COMPLETE THIS SECTION IN IT'S ENTIRETY.
My signature signifies that I am an authorized agent of the aforementioned Company and am authorized
to quote and enter into contracts as called for in this advertisement for bid. Furthermore, I certify that by
submitting my quotation I am bound by all requirements as called for in the specifications.
Signature ___________________________________________
Date _______________________________________________
Print Name __________________________________________
Title ________________________________________________
Company Name ____________________________________
Page 2B
Moline School District No. 40
-
BID FORM 2015
-
PART C - CUSTODIAL SUPPLIES
Bidders to quote on any or all items shown as they desire
Item
Est.
Qty/yr.
Price/ea
Unit
Quantity
per Case
5000 bags
$________
$________
/bag
/bag
____/cs
Other
1c.
Sanitary Napkin Waxed Liner Bags
for Disposal Containers
2c.
Trash Can Liner 40"x48"
150/case Coreless Rolls
Color: Magnum Blue
.98 mil Low Density
Virgin Resin
True Gauge Star Bottom
64,500 bags
$________
$________
/bag
/bag
____/cs
Other
3c.
Trash Can Liner 25"x43"
200/case Coreless Rolls
Color: Gray
.98 mil Low Density
Virgin Resin
True Gauge Star Bottom
134,000 bags
$________
$________
/bag
/bag
____/cs
Other
Part Number of Item
The following Addenda are acknowledged:
ALL BIDDERS REQUIRED TO COMPLETE THIS SECTION IN IT'S ENTIRETY.
My signature signifies that I am an authorized agent of the aforementioned Company and am authorized
to quote and enter into contracts as called for in this advertisement for bid. Furthermore, I certify that by
submitting my quotation I am bound by all requirements as called for in the specifications.
Signature ___________________________________________
Date _______________________________________________
Print Name __________________________________________
Title ________________________________________________
Company Name ____________________________________
Page 1C