Consent Agenda Item 8. B. 3) c) December 18, 2014 COLLEGE OF DuPAGE

advertisement
Consent Agenda
Item 8. B. 3) c)
December 18, 2014
COLLEGE OF DuPAGE
REGULAR BOARD MEETING
STANDARD BOARD APPROVAL
___________________________________________________________________
1.
SUBJECT
Student Resource Center (SRC) Library Furniture Move Services.
2.
BUDGET STATUS
The College estimated the total cost of this bid package to be $60,000.00. The
recommended contractor’s bid is $20,888.00 or $39,112.00 below the estimate.
These funds are being provided by the Student Resource Center Construction
Budget #03-90-36800-5309001.
3.
BACKGROUND INFORMATION
The SRC Library Furniture Move Services project was publicly bid in one package
and includes one trade: Moving & Storage. Services include removing materials
from existing shelving, labeling, storing, removing existing shelving, and re-installing
materials on new shelving.
A legal bid notice was published and twenty three (23) bidders were solicited. Six (6)
vendors responded of which two (2) were in-district. One (1) bidder was disqualified
because the bidder did not acknowledge addenda. One (1) bid was returned
because it arrived after the deadline. No minority vendors were identified.
Following is a recap of the bid tabulation:
Vendor
3MD Relocation Services
Advantage Moving & Storage
Armstrong Relocation Co.*
Hollander International Storage and Moving Co.
McCollisters *
Dreiske
Recommended Vendor in Bold
Disqualified Vendor
* In-District
Bid
$69,900.00
$20,888.00
$32,695.00
$35,810.00
$25,422.00
Bid Returned
This purchase complies with State Statute, Board Policy and Administrative
Procedures.
Consent Agenda
Item 8. B. 3) c)
December 18, 2014
4.
RECOMMENDATION
That the Board of Trustees award the bid for Student Resource Center (SRC) Library
Furniture Move Services to the lowest responsible bidder, Advantage Moving &
Storage, Inc., 2641 Corporate Parkway, Algonquin, IL 60102 for the bid of
$20,888.00.
BID NO: 2015 - B0038
BIDDER: _______________
COMMUNITY COLLEGE DISTRICT NO. 502
STUDENT RESOURCE CENTER (SRC) LIBRARY FURNITURE MOVE SERVICES
FOR
FACILITIES PLANNING AND DEVELOPMENT
PRE-BID MEETING
NOVEMBER 13, 2014 AT 11:00 AM
STUDENT RESOURCE CENTER (SRC) – LIBRARY
***2ND FLOOR MAIN ENTRANCE ON NORTH SIDE OF SRC
COLLEGE OF DUPAGE
425 FAWELL BLVD
GLEN ELLYN, IL 60137
RESPONSES DUE: NOVEMBER 21, 2014 at 2:00 P.M.
DELIVER SEALED BIDS TO:
COLLEGE of DUPAGE
PURCHASING DEPARTMENT
425 FAWELL BLVD.
BERG INSTRUCTIONAL CENTER
ROOM BIC 1540
GLEN ELLYN, ILLINOIS 60137
Requisition Number 641177
Dated 11/7/14
ISSUED BY THE
PURCHASING DEPARTMENT
COMMUNITY COLLEGE DISTRICT NO. 502
TABLE OF CONTENTS
STUDENT RESOURCE CENTER (SRC) LIBRARY FURNITURE MOVE SERVICES

Legal Advertisement for Bid – 1 Page

Invitation to Bid – 3 Pages

General Instruction to Bidder - 10 Pages

Attachment A General Provisions – 3 Pages

Pre-Bid Meeting Location Drawing – 1 Page

Drawings – 3 Pages

Bid Form – 4 Pages

Certifications / Signature Pages – 3 Pages
LEGAL NOTICE
Sealed bids are invited by the College of DuPage for the following Contract for Work:
BID NO: 2015 - B0038
STUDENT RESOURCE CENTER (SRC) LIBRARY FURNITURE MOVE
SERVICES BID
The work is located at:
Student Resource Center (SRC) Library
College of DuPage
425 Fawell Blvd
Glen Ellyn, IL
All Drawings, Specifications and Bid Forms shall be obtained by email request to
andersons270@cod.edu.
A Pre-Bid Meeting will be held Thursday, November 13, 2014 at 11:00 AM, local
nd
time, at the above address. The meeting location is the 2 floor Library main
entrance. For additional questions regarding the Pre-Bid Conference, please email:
careyj372@cod.edu.
Sealed bids will be received in Room 1540, Berg Instructional Center (BIC), College
of DuPage, 425 Fawell, Glen Ellyn, Illinois, up to 2:00 PM, local time, on Friday,
November 21, 2014. Said bids will be publicly opened and read aloud. No bids will
be received after the time specified herein.
Bids shall be submitted in triplicate on the forms provided, with bid deposit in
accordance with General Instructions to Bidders, which are a part of the
Specifications. Each bid shall be accompanied by a bid deposit in the amount of
fifteen percent (15%) of the Base Bid, payable to the order of the Board of
Trustees, College of DuPage. All questions must be submitted in writing to
andersons270@cod.edu, & careyj372@cod.edu.
No less than the general prevailing wage rates, as required or adjusted
pursuant to the Illinois Prevailing Wage Act (820 ILCS 130/1-12), shall be
paid to all laborers, work persons, and mechanics performing work under
this contract.
The College of DuPage reserves the right to reject any and all bids by Order of
the Board of Trustees, College of DuPage, Community College District Number
502.
INVITATION TO BID
COLLEGE OF DUPAGE
STUDENT RESOURCE CENTER (SRC) LIBRARY FURNITURE MOVE SERVICES
Date: November 11, 2014
The following contract documents are included as part of this Invitation to Bid:
CONTRACT DOCUMENTS
A. Legal Notice
B. Invitation to Bid
C. General Instructions to Bidders
D. Additional General Provisions
E. Pre Bid Meeting Location Drawing
F. Drawings
G. Bid Form
H. Certifications
Bid package documents, drawings and specifications will be available on
November 11, 2014. Each contractor should contact Shirley Anderson at andersons270@cod.edu and
request Student Resource Center (SRC) Library Furniture Move Services Bid Documents.
See legal notice for pre-bid conference and bid due date information.
Any bid received after the time and date stated above will be returned, unopened to the bidder, no matter
what date it was mailed. College of DuPage shall not be responsible for bids that are not received at the
specific office location indicated above by the stated deadline. It is the bidder’s responsibility to ensure
adequate lead times are allowed for delivery.
Prices will be F.O.B. DESTINATION and INSTALLED, College of DuPage, 425 Fawell Blvd., Glen
Ellyn, IL 60137. Prices must be firm. No bids will be accepted on the basis of price prevailing at time of
shipment.
Any company or organization to be awarded a contract for goods and/or services must be in compliance
with all State and Federal laws regarding Fair Employment Practice as well as all rules and regulations
thereunder.
Awards will be made to the lowest responsible bidder.
Brand or trade names on bid specifications are used for identification purposes only.
No bid shall be withdrawn for a period of sixty (60) days after the bid opening date without the consent of
the Board of Trustees. The quantities indicated are a reasonable estimate at this time. The College of
DuPage reserves the right to revise any and all quantities, up to the sixty (60) day period.
Page 1
Invitation to Bid
REQUESTS FOR INFORMATION/CLARIFICATION
Any request for clarification of documents shall be provided in written form via e-mail to Ms. Shirley
Anderson at andersons270@cod.edu with a copy to Ms. Julie Carey at careyj372@cod.edu no later than
Monday, November 17, 2014 at 12:00 p.m.
RETAILER’S OCCUPATIONAL TAX
The owner is exempted from all applicable Federal, State and local sales tax. Retail sales tax shall not be
included in any bid amount or passed on to the Owner in any form. The Owner will provide tax exempt
certificates upon request.
CERTIFIED PAYROLL
Contractor shall submit to the Owner, monthly certified payroll records as a component of the Application
for Payment. This submittal shall contain records for the contractor and all sub-contractors utilized for the
project. All submittals shall be marked to the attention of the project manager with a transmittal sheet
indicating all contents.
EXCEPTIONS TO SPECIFICATIONS
All prospective Contractors must read the bid specifications and College agreement terms and conditions
attached to this bid carefully. Any exceptions, including additions and/or deletions to the specifications,
terms or conditions presented must be clearly stated and summarized as a separate section in the bid
response. Each Contractor shall submit a detailed summary statement of any and all exceptions taken to
any part of this bid with reference to the specific document, section and/or paragraph(s) involved. It shall
be mutually understood that the Contractor shall comply with all specifications, terms, and conditions of
the bid documents unless specifically excluded in their bid response. Unfamiliarity with the College's
agreements, operations, and facilities shall not relieve the successful Contractor from the necessity of
providing, without cost to the College, any materials or performing any labor or service that may be
required to carry out the intent of the resulting agreements. Contractor’s signature shall be
construed as acceptance of, and willingness to comply with, all provisions of the bid and resulting
agreements unless noted.
ERROR IN BID
Where a bidder claims to have made a mistake, such mistake must be called to the attention of the Owner
within twenty-four (24) hours after the opening of bids. Within forty-eight (48) hours of the bid opening,
bidder shall submit to Owner original documentary evidence to the Owner’s designated contracting
officer with a detailed explanation of how the mistake was made. Failure to conform with this requirement
precludes the bidder from withdrawing its bid based upon a bid mistake. If such notice, proof and
explanations have been tendered, and the contracting officer is convinced that a bona fide mistake has
been made, the contracting officer may recommend to the Board of Trustees that the bidder be allowed to
withdraw its bid and recommend that the bid be awarded to the next lowest responsible responsive bidder.
If the Board determines by majority vote, that the bidder has made a bona fide error, no award will be
made upon such bid and the bid security will be returned.
COMPLIANCE
Submissions under this Invitation to Bid shall be for items at least equal to or better than the quality and
performance characteristics stated herein. The burden of proof that product and services meet
specifications shall be documented by the bidder and be provided as part of the submitted proposal.
Failure to provide complete documentation of the product compliance with specifications required, may
result in bid rejection.
Page 2
Invitation to Bid
TIME OF COMPLETION
Time is of the essence in the installation of the materials and the Contract will be predicated upon full
compliance with the Contractor’s stated time of completion for Owner’s useful installation included
in this proposal. The Owner will evaluate each bidder’s capability in this regard in awarding the
Contract. Bidders are informed that actual construction must be started immediately following the
award and signing of contracts and work must be carried on continuously thereafter until completion
except on written order from the Engineer.
SUPPLIERS AND SUB-CONTRACTORS
Contractor shall supply the college with a listing of all suppliers and/or sub-contractors to be utilized as
part of this Contract. This listing shall be provided as part of the bid. In the event that no sub-contractors
are to be utilized, contractor shall submit a statement indicating so.
Bidders are reminded of the following:
1. Any request for clarification of documents shall be provided in written form via e-mail to Ms.
Shirley Anderson at andersons270@cod.edu with a copy to Ms. Julie Carey at
careyj372@cod.edu no later than Monday, November 17, 2014 at 12:00 p.m.
2. The Proposal Form must be filled out completely. Bids must be complete and include all work in
accordance with the bid documents.
3. Bids are to include the cost of 100% Performance and 100% Labor and Material Payment Bond
in accordance with General Instructions to Bidders, Article 22.
4. Bids are to include the cost of insurance in accordance with General Instructions to Bidders, Article
10.
5. College of DuPage will hold the Contract Agreement with the successful Contractor. The Form
of Contract Agreement is included in the bid documents.
6. Bid security shall be submitted per the General Instructions to Bidders.
Very truly yours,
College of DuPage
Julie Carey
Project Manager
END OF SECTION
Page 3
Invitation to Bid
GENERAL INSTRUCTIONS TO BIDDERS
COLLEGE OF DUPAGE
STUDENT RESOURCE CENTER (SRC) LIBRARY FURNITURE MOVE SERVICES
425 FAWELL BLVD.
GLEN ELLYN, IL 60137
November 11, 2014
1. SUBMISSION OF BIDS
Bids must be made in accordance with the following instructions and format provided in the Bid Form,
and must be fully completed.
2. RECEIPT OF BID DOCUMENTS:
Upon receipt of the Bid Package, the bidder shall immediately check that all documents listed in the Table
of Contents have been received. If an item is missing, please contact Ms. Shirley Anderson of the College
of DuPage at andersons270@cod.edu and copy Ms. Julie Carey of the College of DuPage at
careyj372@cod.edu.
3. PRE-BID CONFERENCE:
Refer to Legal Notice for date, time, and place. Agenda items include review of bidding procedure,
proposal format, site utilization, schedule, scope, questions and answers.
4. EXAMINATION OF SITE AND CONTRACT DOCUMENTS:
Before submitting a bid, the bidder is required to carefully examine the Contract Documents, visit the site
and note existing facilities, conditions, and limitations affecting the work to be performed under this
Contract.
By submitting a bid, the bidder agrees it has examined the Contract Documents, has visited the site, noted
all conditions and limitations affecting the work, and fully understand the nature of the work, general and
local conditions.
By submitting a bid, the bidder agrees that it will not make any claim for damages or additional
compensation because of lack of information, or because of any misunderstanding, or because of any
misinterpretation of the requirements of the Contract.
5. PREPARATION OF BIDS:
Bid Forms shall be complete without alterations, erasures, or corrections.
Bids containing conditions, omissions, alterations, items not called for, or irregularities of any kind, may
be rejected for failure to comply with the requirements stated herein.
Include the full business address of the bidder. Signature shall be both in longhand and typed.
Partnerships must sign the proposal. In case of a proposal submitted by a Corporation, the bid shall be
signed by an officer duly authorized to sign on behalf of the Corporation.
Page 1
General Instructions to Bidders
6. EXPLANATION TO BIDDERS:
Where appropriate, interpretations will be confirmed by Addenda to all registered bidders who have
attended the pre-bid conference. Direction received from other parties and/or not confirmed via addenda
shall not be considered.
Such Addenda, issued during the bidding period, shall be acknowledged on the Bid Form and shall be
included in the Contract at the time of award.
7. ACCEPTANCE OR REJECTION OF BIDS:
The College of DuPage reserves the right to reject any bid if it is not deemed suitable for the purpose for
which it is intended.
The bidder acknowledges the right of the Owner to reject any or all bids and to waive any informality or
irregularity in any bid received. In addition, the bidder recognizes the right of the Owner to reject a bid if
the bidder failed to submit the data required by the bidding documents, or if the bid is in any way
incomplete or irregular.
8. TAXES:
The Owner is exempted from all applicable Federal, State, and local sales taxes. Retail sales taxes shall
not be included in any bid amount or passed on to the Owner in any form. The Owner will provide tax
exempt certificates upon request.
9. PERMITS:
Owner shall purchase all building and stormwater permits required. Contractors must be currently (2014)
registered with DuPage County Building Department.
10. INSURANCE:
Each bidder must include in his proposal all costs associated with providing insurance
coverage as specified below:
The College of DuPage requires a Certificate of Insurance listing:
I) Workmen’s Compensation Insurance shall be carried for all employees employed
in carrying out the work contemplated under this agreement. The insurance shall
comply with all State of Illinois and Federal requirements as may relate to
Worker’s Compensation Insurance. Employer’s Liability Insurance shall also be
provided for both bodily injury and disease that may arise out of the employment
of any person involved in work under this agreement.
Limits: $500,000 Each Accident
$500,000 Each Disease
$500,000 Policy limit on disease
II) Automobile Liability Insurance shall be carried to cover any liability arising out of the
use of any automobile. This insurance shall cover owned, non-owned, leased and
Page 2
General Instructions to Bidders
hired automobiles to protect claims for bodily injury or property damage which may
arise from the use of motor vehicles engaged in various operations under this Contract.
Combined Single Limit of $1,000,000 for both bodily injury and property damage.
III) General Liability Insurance shall include: Bodily Injury, Property Damage,
Personal Injury, Explosion, Collapse and Underground Damage Liability
Endorsements (commonly called X, C, and U hazards), Products and Completed
Operations, Blanket Contractual and Broad Form
Property Damage coverage,
with:
Limits: $1,000,000 Per occurrence
$2,000,000 General Aggregate
$1,000,000 Personal and advertising injury liability
$2,000,000 Products and completed operations aggregate
 Include College of DuPage, its director’s & officers, employees and agents as additional
insured’s on the policy.
 Stipulate that such insurance is primary and is not in addition to, or contributing with,
any other insurance carried by, or for the benefit of College of DuPage.
 Waive any and all right of subrogation against College of DuPage
 Contain separation of insured’s endorsement.
 The aggregate limit must be written per Project or per location limit
IV) Umbrella/Excess Liability Insurance shall be carried to cover any liability in excess of
the limits of coverage already required and provided through the primary liability policies.
Limits: $4,000,000 Per occurrence
$4,000,000 Aggregate
Umbrella Excess Liability Insurance must be in excess of the Employer’s Liability
Insurance,
Automobile Liability Insurance, and General Liability Insurance.
V) Property Insurance shall be carried to protect all owned property brought on the premises
relative to this agreement.
VI) Terms and Conditions
 Prior to the commencement of the agreement, a valid/original Certificate of Insurance
evidencing that all required insurance is in force, executed by an authorized
representative of the insurance company, must be sent to College of DuPage, Attn:
Purchasing Supervisor. Such Certificates shall identify the specific project/contract
and location.
 All Insurance companies shall be rated A VI or better by the current Best’s Rating Guide
and approved by the College.
 All policies of insurance must be endorsed to contain a provision giving College of
DuPage a thirty- day (30) prior written notice by registered mail of any cancellation of
that policy or material change in coverage.
Page 3
General Instructions to Bidders
 Receipt and review by the College or the College’s Representative of any copies of
insurance policies or insurance certificates shall not relieve the party to this agreement
of his obligation to comply with the insurance provisions of the Agreement.
 The insurance provisions of this Agreement shall not be construed as a limitation of the
responsibilities and liabilities pursuant to the terms and conditions of this Agreement,
including but not limited to
liability for claims in excess of the insurance limits and coverage’s set forth herein.
 All policies shall be written with insurance companies licensed to do business in the State
of Illinois. The College reserves the right to verify any information with the carrier.
11. TEMPORARY ON-SITE FACILITIES:
Each bidder must include in its proposal all costs for installation, maintenance, and removal of temporary
sheds, field offices, all utilities, site restoration, drinking water, temporary toilet facilities, and rubbish
removal required for his exclusive use.
12. ENGINEERING/LAYOUT:
Engineering refers to any shop drawings, submittals, and record drawings required for approval of the
work. Each bidder must include in its unit prices all costs for engineering (no individual line item for this
work will be included in the bid packages).
Any required Construction Layout will be performed by each individual Contractor and will be
compensated from designated Pay Item for each project in accordance with the specifications.
13. AWARD OF CONTRACT:
The award of the contract will be made within sixty (60) calendar days after the opening of proposals to
the lowest responsible and qualified bidder whose bid complies with all the requirements prescribed. The
successful bidder will be notified by letter that its bid has been accepted and that is has been awarded the
contract. Failure to execute performance as per the accepted bid may result in legal action by the College
of DuPage to recover damages.
If a contract is not awarded within sixty (60) days after the opening of proposals, a bidder may file a
written request with the Purchasing Manager on the withdrawal of its bid and the Owner will permit such
withdrawal.
The bid security of all except the three (3) low bidders will be returned promptly after the bids have been
checked, tabulated, and the relation of the bids established. Proposal security of the three (3) lowest
bidders will be returned as soon as the contract and the bond of the successful bidder have been promptly
executed and approved.
If contracts cannot be awarded promptly, the Owner may permit the three (3) lowest bidders to substitute
for the bank cashier’s checks, bank drafts, or certified checks submitted with their proposals as proposal
guarantees, bidder’s bonds executed by corporate surety companies satisfactory to the Owner, but such
substitution shall not be made until a period fifteen (15) days has elapsed after the date of opening.
Page 4
General Instructions to Bidders
14. RELIEF FROM BID ERRORS OR PROTEST OF ANY DISPOSITION OF A BID:
Error in Bid. Where a bidder claims to have made a mistake, such mistake must be called to the attention
of the Owner within twenty-four (24) hours after the opening of bids. Within forty-eight (48) hours of the
bid opening, bidder shall submit to Owner original documentary evidence to the Owner’s designated
contracting officer with a detailed explanation of how the mistake was made. Failure to conform to this
requirement precludes the bidder from withdrawing its bid based upon a bid mistake. If such notice,
proof, and explanations have been tendered, and the contracting officer is convinced that a bona fide
mistake has been made, the contracting officer may recommend to the Owner’s Board of Trustees that the
bidder be allowed to withdraw its bid and recommend that the bid be awarded to the next lowest
responsible responsive bidder. If the Board of Trustees determines by majority vote, that the bidder has
made a bon fide error, no award will be made upon such bid and the bid security will be returned.
Protest of Action Taken on Bid. Where a bidder disagrees with any action taken on its bid, or the award
of any contract, the bidder shall conform to the procedures set forth herein.
15. BID DISPUTES:
Final and Binding Arbitration. By submitting a bid and by executing the bid submittal form, each
bidder agrees to submit to final and binding arbitration any claim it has or may have against the Owner,
the Architect/Engineer, Construction Manager, and their respective employees arising out of or in
connection with the administration, evaluation, recommendation to award or reject any bid, or the award
or rejection of any bid.
Demand for Arbitration within 48 Hours. An unsuccessful or successful bidder must personally serve
on the Owner a written demand for arbitration within forty-eight (48) hours of the award of the contract or
waive any challenge to the award or rejection of the award. The demand for Arbitration shall set forth
with specificity the factual and legal basis of the challenge to the rejection or award of the bid. Within
forty-eight (48) hours of receipt of the demand for Arbitration, the Owner shall respond in writing
answering the factual and legal basis for the award. Either party may request and receive documentation
from the other party pertaining to the basis of the award or rejection of the bid. Disputes relating to such
exchange shall be resolved by the arbitrator.
Selection of Arbitrator. The parties shall promptly select an Arbitrator from the membership of the
Society of Illinois Construction Attorneys (www.soica.org) or such other arbitrator the parties expressly
agree and set a date for hearing on the challenge to the bid award or rejection. If the parties are unable to
agree on an Arbitrator, either party may initiate a claim before the American Arbitration Association. An
Arbitrator shall be selected by a Case Manager of the American Arbitration Association on a Fast Track
Procedure basis. Proceedings shall be had in accordance with the American Arbitration Association
Construction Industry Arbitration Rules then in effect to the extent consistent with the provisions herein.
Expedited Process. A hearing shall be set as expeditiously as appropriate to allow a fair hearing and
prompt disposition of the dispute without delay in issuance of a Notice to proceed and the commencement
of the Project.
Expenses of Arbitration. All expenses pertaining to the Arbitration of the award or rejection of the bid
shall be shared equally between the participants to the Arbitration.
Page 5
General Instructions to Bidders
Final and Binding. The decision of the arbitrator shall be final and binding and enforceable and
judgment may be entered upon it in accordance with the applicable law in any courth having jurisdiction
thereof.
16. ALTERNATE SELECTION:
Lower bidder is determined on basis of lump sum bid. The College of DuPage shall have the right to
accept Alternates in any order or combination based upon the best use of available budget, at the sole
discretion of the College.
17. SAFETY:
The Contractor shall comply with State and Federal Safety Regulations as outlined in the latest revision
of the Federal Construction Safety Standards (Series 1926) and with applicable provisions and regulations
of Occupational Safety and Health Administration (OSHA), and the Standards of the Williams-Steiger
Occupational Health and Safety Act, 1970 (Rev.). The Contractor, Architect/Engineer, and Owner shall
each be responsible for his own respective agents and employees.
18. REGULATIONS:
The Contractor or Subcontractor warrants that they are familiar with and they shall comply with all
Federal, State, and Local Laws, statutes, ordinances, rules, and regulations and the orders and decrees of
any courts or administrative bodies or tribunals in any manner affecting the performance of the Contract,
including, without limitation, Workmen’s Compensation Laws, minimum salary and wage statutes and
regulations, laws with respect to permits and licenses and fees in connection therewith, laws regarding
maximum working hours and laws and regulations with respect to use of explosives. No plea of
misunderstanding or ignorance thereof will be considered. Whenever required, the Contractor or
Subcontractor shall furnish the college with satisfactory proof of compliance with said Federal, State, and
Local Laws, statutes, ordinances, rules, regulations, orders, and decrees.
19. EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION:
In the hiring of employees for the performance of work under the Contract and any subcontract
thereunder, no Contractor or subcontractor shall, by reason of race, color, sex, religion, national origin,
ancestry, age, marital status, disability, unfavorable military discharge, or sexual orientation, discriminate
against any citizen of the United States, in the employment of Labor or workers, who are qualified and
available to perform work to which the employment is related. Neither shall any Contractor or
Subcontractor or any person on behalf of either discriminate against or intimidate any employee hired for
the performance of work under this Contract on account of race, color, sex, religion, national origin,
ancestry, age, marital status, disability, unfavorable military discharge, or sexual orientation.
20. PREVAILING WAGE RATES:
All contracts for work herein are subject to the provisions of 820 ILCS 130, Ch. 48, PR. 39s-1 through
39s-12, providing for the payment of the prevailing rate of wages to laborers, workmen, and mechanics
engaged on the work. It shall be the responsibility of the contractor to monitor revisions in Prevailing
Wage rates and apply such revised rates to any such contract. Rates are posted at the Illinois Department
of Labor website: www.state.il.us/agency/idol/rates.html
Page 6
General Instructions to Bidders
Contractor shall submit to the Owner, monthly certified payroll records as a component of the Application
for Payment. This submittal shall contain records for the contractor and all subcontractors utilized for the
project. All submittals shall be marked to the attention of the project manager with a transmittal sheet
indicating all contents.
21. BID SECURITY:
Bid security in the form of a CERTIFIED CHECK, CASHIER’S CHECK, or BID BOND made payable
to the College of DuPage is an amount equal to fifteen percent (15%) of the base bid total IS REQUIRED.
The bond carrier shall have a minimum Best Rating of a VI. The Bid Security shall be submitted with the
bid and will be retained by the Owner if the successful bidder fails to execute the contract within ten (10)
days after the notice of acceptance of their bid by the Owner. Retention of the Bid Security by the College
pursuant to the terms of the bid specifications does not preclude or in any way limit any other remedies
the College may have against the bidder for violation of the terms of the bid specifications or the refusal
of the bidder to enter into the Contract.
22. PERFORMANCE AND PAYMENT BONDS:
The successful bidders must, within ten (10) days after they have received notice of the award to them
and at the time of entering into a contract with the College of DuPage, furnish a Performance Bond
agreeing to perform the work in accordance with all of the provisions of the Contract, as in said
Performance Bond provided and a Payment Bond agreeing to pay not less than the prevailing wages to
laborers, workmen, and mechanics engaged on the work, subject to the provisions of ch. 48, Section 39s1 through 39s-12, Ill. Rev. Stat. All work shall be performed in accordance with the Contract and the
laws of the State of Illinois and agreeing to pay all sums of money due for labor, materials, apparatus,
fixtures or machinery and transportation with respect thereto, as in said Payment Bond provided, each
dated the same day as the Contract, in the forms prescribed by the College of DuPage and each in an
amount equal to the Contract price and authorized to do business in the State of Illinois. These bonds shall
be maintained by the Contractor and shall remain in full force and effect until final acceptance of the
work by the College of DuPage. The Contractor agrees and will cause the surety to agree to be bound by
each and every provision of all the Contract documents. The bond carrier shall have a minimum Best
Rating of a VI.
If any surety upon any bond furnished in connection with this Contract becomes unacceptable to the
College of DuPage, the Contractor shall promptly furnish such additional security as may be required
from time to time to protect the interests of the College of DuPage and all persons supplying labor or
materials in the prosecution of the work contemplated by this Contract.
In the event the surety shall make any assignment for the benefit of creditors or commit any act of
bankruptcy, or if it shall be declared bankrupt, or if it shall file a voluntary petition in bankruptcy, or shall
in the opinion of the College of DuPage be insolvent, the Contractor agrees forthwith upon request of the
College of DuPage to furnish and maintain other corporate surety with respect to said Bonds satisfactory
to the College of DuPage. All costs of Performance/Payment Bonds shall be included in the Base Bid.
23. PROMOTIONAL INFORMATION:
There shall be no information divulged concerning this project to anyone including, for example,
information in application for permits, variances, and other approval except such as is necessary to secure
the same provided that all such applications shall be first submitted to the Owner for approval. The
Page 7
General Instructions to Bidders
Contractor shall not further refer to the project in any of his promotional materials without the Owner’s
prior written consent.
24. PROPOSAL MODIFICATIONS:
It is understood that bids are in strict accordance with specification requirements. Bids shall be deemed
final, conclusive, and irrevocable. No bid shall be subject to correction or amendment for any error or
miscalculation, except as provided herein. Bid prices shall include cost of materials as specified, any
applicable discounts and shipping.
25. PROJECT CLARIFICATIONS:
At the pre-bid conference, there will be an opportunity for Contractors to ask questions or seek
clarifications to this bid and the attached specifications. In addition, if any Contractor submitting a bid for
this project is in doubt as to the true meaning of the specification or other documents or any part thereof,
they shall request clarification from the Purchasing Manager. Questions or clarifications may be
submitted until November 17, 2014 at 12:00 PM. All questions must be submitted in writing to:
Ms. Julie Carey
Project Manager
College of DuPage
425 Fawell Blvd.
Glen Ellyn, IL 60137
careyj372@cod.edu
Ms. Shirley Anderson
Buyer
College of DuPage
425 Fawell Blvd.
Glen Ellyn, IL 60137
andersons270@cod.edu
No oral or telephonic questions or clarifications shall be considered unless requested by the College. Once
all of the questions and request for additional information have been received, the College will publish the
same along with the answers to all registered Contractors for this bid. This document will be published by
5:00 p.m. on November 18. No questions or clarifications shall be accepted for this bid after the deadline
established above, to allow the College sufficient time to respond. All addenda shall become part of the
bid (Contract) documents. The College shall not be responsible for any explanation, interpretation, or
communication made that does not follow this procedure.
26. CONTRACTOR QUALIFICATIONS:
In order for a contractor to be considered for award, they must have available staff, expertise, experience,
organization, and support personnel to perform this work within the time frame specified. Contractors
must also adequately demonstrate the capability and expertise necessary to cope with the requirements of
the work to be performed. In addition, Contractor must have been in business within the State of Illinois
for a minimum of 5 years. Customer references may be required.
The College of DuPage shall be the sole entity that determines whether or not the bidders meet the
following qualifications based upon the information submitted with bids and subsequent research.
Any and all bidders (General Contractor, Prime Contractors, Subcontractors, and Suppliers) who have
previously contracted work and/or are currently contracted with the College of DuPage must have
completed that work in accordance with all contract requirements. COD shall have the right to reject any
bidding or bidders who have not fulfilled contract requirements to the satisfaction of COD.
Page 8
General Instructions to Bidders
Additional qualifications are required for those contractors and suppliers within each section of the
Technical Specifications of the Project Manual. Prior to bidding, all bidders and those who wish to supply
or perform any of the work must meet these requirements.
The Contractor shall list ALL sub-contractors in the appropriate location on the bid form.
Contractors and subcontractors with ongoing contracts with the College (with schedules that are
concurrent with the schedule for this project) will be required to provide separate crews and
Superintendents to perform the work under this Contract. Contractors and their subs with ongoing work
with the College of DuPage shall provide a written list on Company letterhead of all staff assigned to
current contracts and this contract.
27. CONTRACTOR’S AFFIDAVIT WAIVER OF LIEN:
Contractor’s affidavit and waiver of lien shall be submitted with the monthly invoices. Contractor must
state all sub-contractors and status of payment for labor and materials to each. “Waiver of Lien to Date”
(Form #1722, rev. 3/76) and “Final Waiver of Lien” (Form #3870CT, rev. 3/76). Payment will not be
processed until these forms have been received.
All Contractors shall also submit a waiver of lien for each sub-contractor associated with the job, with
their invoice. Payment will not be processed until these forms have been received.
28. RECORD DRAWINGS:
All Contractors shall submit record drawings (as-builts) in duplicate, upon the completion of work. Final
payment will not be processed until drawings have been received and verified as complete. All drawings
submitted shall become property of the College of DuPage. An as-built engineering survey, along with
other requirements for as-built documents as detailed in Section 01 78 39 of specifications, shall be
completed.
29. ENVIRONMENTAL HAZARDS:
The Contractor or Subcontractor shall incorporate the use of products containing the lowest available
amounts of volatile organic compounds (VOC’s) in the completion of all aspects of the Contract. Material
Safety Data Sheets (MSDS) shall be provided to the College for any product that poses a potential health
hazard from its use. In the event that products with low VOC’s cannot be utilized, the Contractor shall
notify the College of the situation and limit the application of such products to periods when the facilities
are minimally populated. The contractor shall make every effort to keep exposure to hazardous materials
below OSHA permissible limits.
The Contractor shall furnish the College with satisfactory proof of compliance whenever requested.
The contractor and all subcontractors shall comply with all applicable State and Federal EPA earthwork
excavation, transportation, and placement on and off site regulations. All testing requirements and costs
shall be the sole responsibility of the Contractor and not the Owner.
30. PAYMENT:
The Owner will make partial payments to the Contractor monthly and will retain from the Contractor’s
payment requests an amount equal to 10% of the work performed until Final Payment.
Page 9
General Instructions to Bidders
31. CORRECTION OF WORK AFTER FINAL PAYMENT:
Neither the final payment of this Contract, by the Owner, nor any provisions in these Contract documents
shall relieve the Contractor of the responsibility for negligence in the furnishings and installations of said
improvement or faulty workmanship or material which show up within the minimum guarantee period of
two (2) years from the final acceptance of the work performed under this Contract, nor of the
responsibility of remedying such faulty workmanship and materials. All warranties/guarantees in writing
prior to submitting invoices. Payment will not be released until written warranty/guarantee is received by
the College of DuPage. See specifications for work where warranties exceed two (2) years.
32. SCHEDULE:
The following is listing of the important milestones that are required for this project:




Board Approval of Bid
Start of Moving
Completion of Moving
Project Closeout/Final Completion
December 18, 2014
December 19, 2014
January 8, 2014
January 15, 2014
*Substantial completion includes the completion of all major items of work, all areas are open to
pedestrian traffic and ready for the safe use by the College.
Contractors shall include all costs for premium time required to complete the project by the Substantial
Completion Date. Failure to meet the Substantial Completion Date of January 8, 2014 will result in
liquidated damages.
33. LIQUIDATED DAMAGES:
The Contractor acknowledges that the Work involves construction in areas which are essential to the
Owner’s operations. Failure to complete the Work on or before the Contract Time(s) will result in
material economic losses to the Owner. Contractor agrees to perform the Work fully and shall execute
and substantially complete and finally complete the Work within the prescribed time. Should the
Contractor fail to complete the Work within such times, the Contractor agrees to credit or pay, as the case
may be, to the Owner for each and every day of such delay in substantial completion of the Work beyond
the Contract Time the Sum of One Thousand Dollars ($1,000.00) per day, as liquidated damages.
Additionally, should the Contractor fail to finally complete the Work within such time, the Contractor
shall credit or pay, as the case may be, to the Owner for each and every day of such delay in final
completion of the Work the Sum of Five Hundred Dollars ($500.00) per day, as liquidated damages. The
Contractor acknowledges the difficulty in estimating the actual damages that the Owner may incur, but
agrees that the amounts set forth herein are reasonable approximations of the Owner’s losses due to
expenses and loss of operations per diem. The Contractor agrees that these amounts are not a penalty.
Such sums shall be deducted from payments otherwise due to the Contractor, then and in that event,
Contractor shall be liable to the Owner for such difference, which shall be paid within thirty days after
request by the Owner. The aforesaid liquidated damages relate to different damages incurred by the
Owner and shall therefore be measured independently, and if necessary, concurrently.
END OF SECTION
P a g e 10
General Instructions to Bidders
Facilities, Planning and Construction
425 Fawell Blvd
Glen Ellyn, IL 60137
Attachment “A” General Provisions
1.
Work required under this section shall include, but is not limited to, supplying all
labor, materials, and equipment necessary for the project, per all contract drawings and
contract specifications.
2.
All work shall be completed in a professional manner by a knowledgeable General
Contractor who is familiar with the type of work required.
3.
General Contractor shall inspect the site of work before submitting their bid and shall
familiarize themselves with the existing conditions of the project work area, including
access routes, need for construction signage, various modes of protection necessary to
implement the work as specified herein. Submission of a bid shall be accepted
evidence that such a visit and investigation has been made. No allowance shall be
made on behalf of a contractor because of existing conditions that could have been
known via site visit.
4.
All dimensions shall be obtained by the contractor for the accommodation of
equipment and materials furnished and installed by the General Contractor.
5.
The Owner will obtain and purchase the building permit, but the General Contractor
will be responsible in pulling them and submitting required contractor licenses.
6.
The General Contractor shall clean the job site daily and remove from the premises
any waste material and debris caused by the performance of the included in the
contract.
7.
General Contractor shall warrant that no materials containing asbestos will be used on
this project.
8.
General Contractor shall be held responsible for any damage caused to the building or
grounds resulting from the execution of this work. All restorations are to be completed
with materials and workmanship consistent with COD standards.
9.
General Contractors are prohibited from allowing their employees to work on campus
who have been convicted of violent crimes or who have outstanding criminal warrants.
Page 1
Attachment “A” General Provisions
10.
All General Contractors who employ work release persons as employees shall furnish
to the College of DuPage Project Manager all names of such persons employed under
the Work Release Program.
11.
All General Contractors shall provide the College of DuPage Project Manager a list of
supervisors in charge of the construction along with 24 hour telephone numbers and
sites of construction.
12.
General Contractor and their employees shall comply with all parking regulations and
shall park their vehicles in authorized areas only.
13.
General Contractors shall consult with the City of Naperville for state law
requirements, prior to installation of any temporary fencing or directional signage.
Construction compounds are to have affixed to the perimeter fences, signs that state:
“Trespassing in the Compound is a Violation of State Law.”
14.
Contractors and their employees are to obey all laws, as well as the rules of College of
DuPage when they are on College property.
15.
College of DuPage students, faculty, and staff are not to be disturbed or in any way
disrupted in their responsibilities. Construction personnel are to refrain from any
unsavory or unwanted comments towards students, faculty, staff and visitors to
campus.
16.
College of DuPage is non-smoking campus. The use of tobacco products is prohibited
anywhere on the campus, indoors or exterior, with the exception of within personal
vehicles.
17.
General Contractor and his employees shall secure all property as much as feasible to
reduce theft or damage to equipment or property. Contractors are expected to work
with Pepper Construction and participate in crime prevention efforts.
18.
All materials shall be new, except where noted on specifications or drawings, and in
manufacturer’s original, unopened containers with labels intact and legible, and in
sufficient quantity to allow continuity of work.
19.
Storage of materials
A.
B.
C.
D.
20.
Store all materials on clean raised platforms with protective covering.
Protect materials against damage by construction traffic
Provide continuous protection of materials
Remove damaged materials from the job site.
The General Contractor shall be responsible for any materials delivered to the College
Page 2
Attachment “A” General Provisions
during the term of the Contract. Any storage of materials provided by the College
shall be at the sole risk of the Contractor.
21.
The General Contractor is responsible to locate both public and private underground
utilities in the area of the Work. After JULIE and private utility locating firms have
been notified about the project and marked the utilities found on the work site, and
prior to beginning any excavations, the General Contractor will coordinate a meeting
at the site, “joint utility locate meeting”, where all contractors, designer, and
representatives of the College are in attendance. General contractor will provide 48
hours in advance of this meeting, a map indicating utilities located as they relate to
excavation areas or areas that will be used for vehicle access. The purpose of this
onsite meeting is to gain further understanding of what utilities may be impacted by
the work, and to coordinate the shutdown of any utilities intended to go out of service
during the implementation of the work.
22.
In the event General Contractor encounters uncharted utilities during performance of
the work, whether damaged or not, the General Contractor will stop work and will
notify Naperville Police and Pepper Construction of the incident for inspection for
further direction. After the call to campus police, the General Contractor will notify
the COD Project Manager.
23.
At the end of the project, any utility markings, flags, paints, etc. shall be removed by
the General Contractor, restoring the area to as-like conditions or better.
24.
All existing utilities found/located during the performance of the work, shall be
graphically documented/recorded and these records will be turned over to COD in hard
and electronic mediums.
END OF SECTION
Page 3
Attachment “A” General Provisions
PRE BID
MEETING
LOCATION
Student Resource Center
Level 2
M
2001
B
Lobby
F
2022
2021
A
2023
X
2024
2000
2020
Jack H. Turner
Conference Center
Library
2025
2046
2045
2043
2006
A
2159
2150
IT
2106 2107
J
H
2133
Payroll
A
D
E E
C
F
D G
F
H
Human
Resources 2134B
G
2132
C
D
2120
2113 2116
2114 2115
2037
2033
Accounts
Payable
2130
Financial
Affairs
M
F
2124
2102
Learning Commons
A C B
E
2121
2103
A
K
2134
2130A
N
L
M
2104
President’s
Office
2141
2112
2118
2105
2135
2138
2117
2131
2111
2160
A
2034
Records
A
2136
2038
2032
2110
2139 2137
A
2109
2140
2155
A
B
2156
2039
C
2108
2163
2165
2162
2153
2157
F
2129
2166
F
2174
E
D
2041
2036
B
2164
G
M
2168
2167
E
2172
2169 2170
2044
2042
2035
2011
2030
F M
E
2012
2119
M
F
2122
2101
Computer
Lab
2123
2100
Police
M
J K L
KEY
Classroom
Student Service Area
Office Space
Restroom
Meeting Room
Other
E Elevator
Emergency Area
Accessible
Exit
A
E
BIC
G
G.2
J
H
G.8
H.2
K
L
M
N
P
N.8
H.5
(30) Periodical and
Newspaper shelving to be
disposed. Material to be
removed, stored in SRC
2000, and re-installed on
new shelving.
0.4
312.565.1800 Telephone
312.565.5912 Facsimile
www.lshdesign.com
F
233 North Michigan Avenue
Suite 3000
Chicago, Illinois 60601
E.8
LL
1
1.6
1.6
CORRIDOR
C-209
2
N-MB805
N-CT805
EDIT
EXSTG
LAPTOP
CART
2021B
N-CT805
MEDIA LAB N-TA814
LS
LF0053
LF0053
N-CL894
N-LF806A
CL0089
N-CL894
N-CL894
N-CL894
LF0053
N-CL894
LF0053
N-ST805
PP
N-CL892
N-CL894
N-CL894
CL0089
TYP.
CL0089
N-CL892
N-CT701
N-TA728
CT0671
TYP.
N-CL894
N-CL892
LF0003
(2) "New Book"
shelves to be
shifted to NE. No
storage required.
N-CL894
N-CL892
TYP.
CL0091
N-CL894
CT0671
TYP.
CL0094
N-ST701
2020A
LF0003
N-CL892
TYP.
General area of
carrels. Relocate
(14) to 3rd floor,
dispose of (55),
dispose of (10)
computer tables
TYP.
CT0671
CL0094
N-WB704
QQ
N-CL894
CIRCULATION
N-ST805
LF0065
2024
N-CL894
LF0003
2043
TYP.
CL0089
LF0003
CT0671
N-CT701
TYP.
N-CT806 TYP.
CL0091
TYP.
N-TA816
NCG815
LF0006
TYP.
N-TA728
5
NCG815 TYP.
CT0671
TYP.
CT0671 TYP.
TYP.
TYP.
TA1043
NCG815
TYP.
TA1043
NCG815
NTA822
CT0671
LF0006
LF0006
N-CT701
LF0003
TYP.
NCG815
TYP.
N-CG709
TA1043
CIRCULATION
ASST MNGR
TYP.
CL0089
NTA822
TA1043
NCG815
N-CT701
TYP.
LF0001
LF0003
TYP.
CT0671
CLASSROOM (32)
NCG815
CL0091
2025
LF0006
N-ST701
LF0004
CT0671
TYP.
N-ST703
6
TYP.
N-CT701
(2) atlas stands to be
disposed. Material to be
removed, stored in SRC
2000, and re-installed on
new shelving.
DVD & VHS
N-LF808B
LF0001
N-LF808A
MEN
CLASSROOM (32)
2026
2027
2030
CL0091
CL0094
CL0094
N-LF808A
N-CG709
CORRIDOR
LF0007
LF0007
FI0050
NCG815
LF0003
CT0671
LF0027
LF0003
TYP.
TYP.
FI0052
TYP.
LF0001
CT0671
CT0671
N-WU725
N-WU725
N-WU725
(68) Reference shelving
to be disposed. (2) to be
relocated to circulation
services. Material to be
removed, stored in SRC
2000, and re-installed on
new shelving.
FOR FURNITURE PHASE 2 BID
2H
PHILANTHROPY
CT0671
LF0004
TYP.
LF0010
FV0002
CT0003
CT0003
N-WU725
FL0255
FL0255
FL0102
LF0066
N
LF0010
CT0671
2H
E/W PN 66"H;
CT0672
N/S PN 54"H
N-WU725
POWER PANELS ON
WEST 6 PACK
WALL SHELF
CONFIRM POWER ONLY.2H
TYP.
FV0002
FI0052
LF0066
LF0004
FV0102 FV0102 FV0102 FV0102 FV0102
FI0052
2
N-WU725
FI0052
LF0066
CONFIRM TABLES VS CARRELS FROM 3RD FLOOR.
N-WU725
FI0052
TYP.
CT0671
CORRIDOR
2041
4H
LF0014
FV0002
FV0002
FV0002
FV0002
FV0002
FV0002
FV0002
4H
N-SC811
2150D
N-WU725
TYP.
2H
2154C
TYP.
CTR TOP PHOTOCOPIER, PRTR
2H
UP
TA1041
Drawn By:
4H
Checked By:
CIRCULATION
REFERENCE COLLECTION
2043
F
G
Date
6/4/13
08/809/2012
06/27/12
05/01/2012
03/15/2012
EAST 6 PACK
CT0003
POWERED
FROM
WALL
CT0003
CT0673
Issue
DI #16.1
DI #12 BP #4 REBID & PERMIT
DOCUMENTS ISSUE #7 BP #4
100% OWNER REVIEW & PERMIT
50% CONTRACT DOCUMENTS
2.2
6.3
CT0003
CT0003
2042
LF0001
LF0004
BREAK/ CONF
ROOM
CT0677
FI0052
N-WB704
MEN
N-WU725 N-WU725
FI0051
TYP.
FI0052
CL0091
N-TA816
DIPLOMA PRINT STATION
N-WU725
FI0051
NCG815
CL0091
TYP.
FV0102 FV0102 FV0102 FV0102
22997
FL0102
2042
TYP.
No.
5
4
3
2
1
CT0674
N-LF808A
NCG815
LF0001
N-TA728
FV0102
N-WU815
CIRCULATION
UP
FV0038
2044
CIRCULATION
N-ST701
8
2043
TYP.
N-WB705
N-CT806 TYP.
CIRCULATION
CIRCULATION
MANAGER
N-CG709
N-TA803
N-WB705
7
N-CG709
N-ST805
NCG815 LF0001
CL0093
WOMEN
LF0055
N-CT701
TYP.
2045
LF0056
N-CG709
CT0677
N-WU814
TYP.
ST207
N-ST703
CL0094
CL0092
CL0091
STAIR B
TYP.
CL0089
LF0005
N-WU814 CT0675
2046
CIRCULATION
ASST MNGR
CL0095
N-TA803
MOVE 3 CARREL STATIONS AND ASSOC.
POWER AND DATA TO SOUTH WALL
N-ST703
TA1043
LF0001
(4) DVD / VHS shelving
to be relocated next to "
New Book" shelving.
Material to be removed
and re-installed on new
shelving. No storage
required.
H
(8) tables to be
disposed.
J
K
L
K
M
1
N
P2
J
ENLARGED SECOND FLOOR FURNITURE PLAN - L
1/8" = 1'-0"
KEYPLAN
0'
4'
L
8'
16'
A
H
B
C
D
G
F
E
Author
Checker
Scale:
AS NOTED
Project No.:
87706.00
02 ENLARGED 2ND
FLOOR FURN.
PLAN - L
Sheet No.
AQ-113L
F:\Projects\8770600\BIM\RVT-Local_Files\SRC Furniture 8770600 (cardizzone).rvt
N-TA803
VESTIBULE
TYP.
LF0065
CT0671
CLASSROOM (40)
CL0089
CT0671
6/4/2013 12:07:15 PM
4
Elevator Consultant
LS
VE
O
N
N-CL892
TYP.
N-CT701
N-CT805
IC
PH
A
GR
BO
OK
S
CU
N-ST805
DK0039
N-CT805
N-LF806B
R
PE
PA
N-LF805
DI
CA
CT0686
N-LF807
425 FAWELL BOULEVARD, GLEN ELLYN, IL 60137
N-LF805
CT0681
S
HH ANGUS & ASSOCIATES LIMITED
O
DI
AU
OK
BO
Cost Consulting
N-SC802
LF0063
COLLEGE OF DUPAGE
FP0138
LF0063
Plumbing Engineer
CL0092
LF0058
Fire Protection Engineer
N-LF807
N-TA819
Electrical Engineer
CL0091
N-CT805
Mechanical Engineer
LF0003
3.2
RL0108
CL0089
N-CT805
FP0119
N-CT805
CL0091
LF0056
NE
W
TA1014
2023
FP0127
N-CT806 TYP.
N-TA816
LF0056
CONSTRUCTION COST SYSTEMS INC.
LF0058
Structural Engineer
LF0003
BOWMAN, BARRETT & ASSOCIATES INC.
N-TA814
NE
W
TA0344
N-WB704
TYP.
N-SC802
OFFICE
N-CG802
2021A
N-SC802
FP0138
CL0091
STUDENT RESOURCE CENTER
SRC & LIBRARY RENOVATION
N-SC705
N-SC810
CL0089
2021
STORAGE
N-SC705
N-CT805
CL0091
RR
EN
TP
ER
IO
N-CT805
CL0091
N-CT805
EDIT
N-SC705
N-SC810
CL0089
CL0091
N-TA814
N-CT805
N-TA819
2022
3
CL0091
N-TA814
RELOCATE EXSTG
LAPTOP SHELVING TO HERE
N-SC810
CL0091
TYP.
N-CT805
N-CT805
N-SC810
N-CT805
CL0089
AMSCO ENGINEERING INC.
22999
N-TA814
CL0091
SP
AP
ER
S
LOBBY
NN
CL0091
N-CT805
N-MB805
N-CT805
N-TA814
Copyright C 2008 Loebl Schlossman & Hackl Inc.
MM
CT0671
K
FV0002
Additional carrels. See
note on AQ113-L.
FV0016
FV0002
FV0016
FV0002
FV0016
CT0194
N-TA729
N-CG813
N-WU765C
N-CT705 N-CT705 N-CT705 N-CT705
LF0064
N-CT705
FL0006
MEETING ROOM
N-TA729
2153
FP0094
CG0271
TABLE SIZE
N-CT705
OB0109
N-CT705
N-TA729
N-TA729
N-CT705
N-TA729
2150C
N-CZ702
CTO144
N-CT705 N-CT705 N-CT705 N-CT705
N-WB704
WS0062
CG0271
CG0271
CG0271
PANTRY/ WORK/
SUPPLY
N-WS805
N-WS806
FL0093 FL0102 FL0102 FL0226
STC VERIFY END PANELS/SUPPTS
REQUIRED?
2156
WS0057
OFFICE
N-CT701
FP0084WS0057
N-ST703
N-ST703
AQ-PRES
11
TA0578
2155
N-CT701
N-FP803
N-FP803
THIS AREA ALL NEW.
AA
N-CT807
N-WU812
RECORDS SERVICE
N-CL816
WS0053
N
2150
BB
N-CL816
N-FP803
N-CT701
WS0066
N-FP804
N-FP804
N-TA815 TYP.
N
N-TA719
PN0452
N-CT701
WS0458
PN0452
WS0064
N
N-CT701
N-FP804
N
PN0459
N-CT701
N-TA814
PN0461
WS0454
WS0452
WS0453 PN0457
OS0024
OS0024
PN0455 PN0453 PN0452 PN0452
DK0255
2037
N-CG711
CT0685
Additional carrels. See
note on AQ113-L.
FI0045
(12)
FI0046
(2)
FI0077
TA1027
(2)
2035
4H
FI0044
N-TA725
CG0322
REFERENCE
PROJECT OFFICE
CT0676
X.2
N-TA725
CT0678
LF0064
FI0045
X
N-WU816
CG0322
CG0322
4H
CT0687
FL0257
CT0672
4H
TYP.
9.1
RR0107
FP0083
FL0257
CT0676
BREAK ROOM
N-WB701
CG0322
2036
AV EQUIPMENT
DISTRIBUTION &
STORAGE
(13)
2033
TA1011
WS0063
N-WU745A
CT0676
N-WU743A
N-CT701
LF0074
TA0049
FL0257
CT0676
LF0074
Reference shelving
continued. See note on
AQ113-L.
N-WU821
N-WU745C
N-CT701
N-CT701
WS0063
N-FP804
WS0059
N
PN@42"H
PROVIDE 2 DOLLY
N-CG711A
N-WB704
TECH SERVICES
LF0021
SUPERVISOR PN @ 42"H
2 NETWORK PRTER, VALIDATOR, FAX, TYPEWRITER
N-CL816 N-CL816
2034A
CC
LF0033
CATALOGUE
FACULTY
LF0033
CATALOGING
SUPERVISOR
BK0150
BK0025
LF0077
WS0178
WS0358
CT0693
10.1
TA0049
N-CT701
WS0178
FL0257
2034
DK0255
FP0083
RR0107
TA0049
FP0104
SHORTEN WALL BY 3'
TECH SERVICES
WORK AREA
CT0687
2034E
2034D
CT0692
CT0680
TA0049
ACQUISITION
SUPERVISOR
WS0463
WS0463
2034C
CT0680CT0680
N-WU818
TA1032
FL0006
LF0077
TA0049 TA0049
CC
CT0687
Y
FL0257
FL0006
CT0680
TA1000
CT0306
PN 66"H
N-WU817
CT0676
N-TA814
N-WU820
N-WU816
METAL BACK
PANEL
CT0687
PN@66"H
N-FP803
FL0006
LF0074
CT0676
N-WU819
BB
FL0006 FL0006 FL0006
N-SC703
N-CT701
WS0459
ILL MNGR
TYP.
N-CT807
N-TA719
PN0452
TYP.
WS0451
LF0065
LF0064
N-TA816
WS0061
WS0063
N-CT701
WS0058
CT0671
C-211A
PN0460
WS0455
WS0456
N-WB704
WORKSURFACE TO BE N-FP803
NOTCHED AT COLUMN
N-FP803
LOUNGE
N-TA820
PN0458
4H
N-CT701
THIS AREA GROUPED AS N-WU813 IN SPECS
NEW PANELS, OVERHEAD STORAGE
REUSE WORKSURFACES & PEDESTALS
SOME NEW PEDS REQURED.
N-CG814
CL0080
OPTIONAL USE OF ACC POWERCOMM TABLES,
REDUCES CAPACITY TO TO 48
TA1011
N
WS0059
FP0083 FP0083
CG0322
2039
N
WS0062 WS0062
AQ-PRES
11
NCG815
WS0455
N-CT701
WS0457
WS0455
4H
WS0059
N
N
N-FP803
N-FP803
N-WU811
I.T. RECEPTION
NCG815
LF0064
N
N
N
WS0068
WS0054
WS0066
FP0083 FP0083
CT0001 N-CT701
PN0456
N-TA803
WS0068
N
2150B
SHARED
CLASSROOM (62)
WS0062
N-CT701
WS0055
FL0006
ILL PROCESSING
LF0064
N-FP803
N-CT701 WS0062
N-CT701
WS0062
N-FP803
N-FP803
FP0083 FP0083
FP0083 FP0083
FL0225
NCG815
WS0060
N-FP803
CT0211
FP0083
CT0178
WS0062
CT0671
TA1043
2032
N
WS0068 WS0062
FP0083
FP0083
CT0073
CT0073
N-FP803
WS0063
THE FILES SHOWN ARE 2 DRAWER WITH COMMON TOP
N-TA803
WS0068
N
EAST WEST END PANELS @ 42"H
EAST WEST DIVIDER PANELS @66"H, POWERED FROM WALL
NORTH SOUTH PANELS@42"H
TA0587
N-TA821 N-TA821
CT0671
NCG815
LF0055
N-ST701
N
WS0068
CT0073 N-FP803 N-FP803
CG0271
2038
N-TA820 N-TA803 N-TA803 N-TA803
TYP.
CT0671
CT0073
WS0068
N
NCG815
FP0079
WS0062
CT0073
FP0083
TA0361
OB0063
FP0079
WS0062
N
WS0068
OFFICE
NCG815
NCG815
4H
2150F
CT0073
FP0084
WS0068
N
N-CT701
N-TA820
CT0671
NCG815
PN0456 PN0456
2H
WS0126
CG0152
NCG815
4H
FV0016
2154A
FL0221
NCG815
2H
RECORDS
STORAGE
FP0079
W
W.1
MEETING ROOM
TA1043
LF0010
2150A
WS0315
2043
NCG815
TA1043
RECORDS
WS0062
LF0064
NCG815
FV0016
FV0096
N-CG813
CTO144 OB0066
CIRCULATION
4H
FV0096 FV0016
FV0096 FV0016
N-WB701
N-WB705
REFERENCE COLLECTION
Copyright C 2008 Loebl Schlossman & Hackl Inc.
FV0002
FV0016
CT0671
FL0257
BK0022
FL0006
FV0001
FV0016
CORRIDOR
C-212
Z
11
DD
A
MEN
2126E
ANGEL
FRAN
RAE
EE
CINDY
WOMEN
2126C
DENISE
A.8
12
B
KATIE
NOT IN CONTRACT
1
FF
CHERYL
SAPNA
GERALDINE
LISA
GERALDINE
PATTI
LISA
NORMA
PATTI
INTERN
NORMA
AMY
NOT IN CONTRACT
RDG ADMIN
No.
5
4
3
2
1
JANE
DIANE
computer
station
Date
6/4/13
08/809/2012
06/27/12
05/01/2012
03/15/2012
B.9
C
BUDGET
MANAGER
(MAUREEN)
(JIM)(JIM)
Issue
DI #16.1
DI #12 BP #4 REBID & PERMIT
DOCUMENTS ISSUE #7 BP #4
100% OWNER REVIEW & PERMIT
50% CONTRACT DOCUMENTS
JOE GIO
RECEPTION
MATH ASSIST
ADMIN
(JILL)
(EUGENE)
SHARON
FINANCE
ANGELINA
SOUTH LOBBY RENOVATION
REFER TO A-481 SERIES
OPEN
22INTERNS
INTERNS
GG
INTERN
INTERN
F
G
H
J
K
L
M
N1
K
L
Drawn By:
1
ENLARGED 2ND FLOOR FURN PLAN - H
J
1/8" = 1'-0"
0'
4'
8'
16'
KEYPLAN
A
H
Checked By:
Author
Checker
Scale:
AS NOTED
87706.00
B
C
D
Project No.:
G
F
E
02 ENLARGED 2ND
FLOOR FURN PLAN
-H
FOR FURNITURE PHASE 2 BID
Sheet No.
AQ-113H
F:\Projects\8770600\BIM\RVT-Local_Files\SRC Furniture 8770600 (cardizzone).rvt
OPEN
6/6/2013 2:41:19 PM
13
Elevator Consultant
FV0016
N-CG813
N-CG813
CG0271
10
FV0002
N-TA729
ADDITIONAL LATERAL FILES (5 DRW) AVAILABLE.
FP0005
FP0005
TA0580
FV0016
UP
4H
425 FAWELL BOULEVARD, GLEN ELLYN, IL 60137
N-CG813
WOMEN
WS0126
FV0002
2H
TYP.
HH ANGUS & ASSOCIATES LIMITED
N-TA729
LF0010
N-SC811
Cost Consulting
N-TA729
N-CG813
OB0066
WS0126
CTR TOP PHOTOFV0002
COPIER, PRTR
FV0016
N-TA729
WS0126
FP0095
N-WS801
WS0315
CTO144
2157
FV0002
CT0194
N-CG813
C-202
WS0126
FV0002
COLLEGE OF DUPAGE
N-CG813
CT0194
CORRIDOR
SECURITY
FV0002
FV0002
CONSTRUCTION COST SYSTEMS INC.
N-CG813
N-TA729
FP0094
FV0002
FV0002
CT0194 CT0194
2150D
N-CG813
WS0140
FV0002
FV0002
TA1041
UP
Structural Engineer
N-CG813
N-WB705
FL0219
WS0315
FV0002
4H
BOWMAN, BARRETT & ASSOCIATES INC.
ROOM
2154C
FP0095
FV0002
N-CG813BREAK/ CONF
MEN
9
FV0002
Plumbing Engineer
ST203
LF0014
FV0002
FV0102
FV0102 FV0102 FV0102DIPLOMA
PRINT STATION
2041
4H
FV0002
FV0102
CORRIDOR
Fire Protection Engineer
FV0038
Relocate round tables /
chairs to circulation
services.
Electrical Engineer
STAIR 3
2H
LF0004
N
Mechanical Engineer
8
M
LF0010
CT0671
TYP.
FV0102 FV0102 FV0102 FV0102 FV0102
L
312.565.1800 Telephone
312.565.5912 Facsimile
www.lshdesign.com
J
H.5
233 North Michigan Avenue
Suite 3000
Chicago, Illinois 60601
H
STUDENT RESOURCE CENTER
SRC & LIBRARY RENOVATION
G
AMSCO ENGINEERING INC.
F
5' - 0"
CORRIDOR
GROUP RM
GROUP RM
3127
3125
(11) Tables to be
disposed of.
GROUP RM (8)
N-CT701
N-CT804
TYP
N-CT701
N-CG811
N-CT804
TYP
3121
N-TA809
N-CT804
TYP
COPIER
N-TA801
N-BK701
N-CK701
N-CG812
N-WU738
3149
N-LF802
N-LF803
N-TA715
N-CL802
N-LF802
N-LF803
N-LF802
N-LF803
3100E
GROUP RM
N-SF810
3146
N-TA801
N-LF802
N-LF803
N-LF803
N-SF803
N-LF802
N-CG811
TYP
GROUP ROOM (8)
N-CG811
TYP N-LF803
N-SF801
N-LF803
3100D
N-LF802
N-ST801
TYP
N-CL802
ELEC
DATA
N-LF802
N-SF815
3100B
N-TA807
N-SF801
N-ST801
TYP
N-LF803
ELEC
ELEC
N-LF802
3100A
3100C
N-LF802
N-WU738
N-LF803
N-LF802
GROUP ROOM (8)
OFFICE
3141
3142
N-CL802
N-TA807
N-LF802
N-CG812
3116D
N-TA720A
N-TA720A
ELEVATOR LOBBY
CONFERENCE
ROOM (20)
N-TA720A
N-TA720A
3116
3116C
N-TA720A
N-TA720A
3110
3111
N-WB702
N-FL701
N-WU750
N-CG812
N-CG812
N-CG812
N-FL701
SHARED
N-CG812
OFFICE
N-BK701
N-CG812
LTA STUDENT
OFFICE
3138
3109
N-CT804
N-CT701
N-CT804
N-WU750
SHARED
OFFICE
N-CG812
3118C
N-BK701
MEN
N-WB705
N-FL701
N-WU750
N-FL701
N-CT701
N-TA N-WU750
3106
N-FL701
N-CG812
N-CG812
N-WU738
N-BK701
N-CT804
N-CL811
N-CG801
TYP
8
N-BK701
N-CT804
N-CG812
N-CL811
3118B
N-CT701
3118
OID PROGRAM
N-CT804
ASST
3118D
N-CG812
N-SC701
OID SUITE
THREE DRAWER OR
5 DRW FL?
N-CT804
N-FL701
N-WB703
N-WU750
3118A
WOMEN
N-WB705
N-WU750
OID SUPV
N-WU738
N-FL701
N-WU738
N-WU738
N-CG812
N-LF802
N-TA715
OFFICE
N-TA715
N-CK701
N-LF802
N-LF803
N-LF803
N-LF802
N-LF803
N-LF803
N-TA814
N-FFLAT801 N-FFLAT801
N-ST701
CLASSROOM (20)
ARCHIVES
N-SC703
STORAGE
3104
3105
N-CK701
N-TA811
3103A
N-TA728A
N-SC703
N-LF804
ARCHIVES
N-LF804
N-WB702
N-CT806
TYP
N-TA728
TYP
N-TA811
N-LF804
N-LF804
N-SC805
N-ST801
TYP
N-SC806
N-TA807
MUSIC
N-LF804
N-LF801
N-LF802
N-TA803
N-CT804
TYP
N-LF803
N-LF804
N-SC806
GROUP ROOM (8)
GROUP R00M (12)
3143
3144
N-LF802
N-SC805
No.
8
8
N-LF801
7
N-BK701
N-CG811
TYP
N-CG811
TYP
N-CG811
TYP
GROUP ROOM (8)
MUSIC
N-CG811
TYP
3145
CORRIDOR
GROUP RM
C-306
3102
LIBRARY
N-CT801
TYP
N-CG811
N-CG811
N-ST703
N-CG811
TYP
N-CL807
N-CG811
TYP
N-CG811
TYP
N-CG811
TYP
N-CG811
TYP
N-CG811
TYP
12/07/12
11/27/2012
08/809/2012
06/27/12
05/01/2012
03/15/2012
N-WU727B
N-CG811
N-CG811
N-TA804
N-TA804
6' - 0"
6' - 0"
6' - 0"
6' - 0"
6' - 0"
6' - 0"
6' - 0"
N-TA805
N-TA804
N-TA805
N-TA805
N-TA805
N-TA805
N-TA805
N-TA805
6' - 0"
N-TA805
6' - 0"
N-TA805
N-CG802
N-SF804
N-CK701
TYP
N-SF811
N-TA805
N-SF802
N-SF802
N-CG802
TYP
TYP
N-CG801
TYP
8' - 0"
N-TA805
N-TA805
N-CG801
TYP
KI
N-CG811
N-CG811
VESTIBULE
N-CG802
TYP
-
6' - 0"
N-CG811
TYP
6' - 0"
N-CG801
TYP
N-SF813
N-CL808
N-TA813
12/18/12
N-CT705
7
N-TA804
N-CG811
TYP
N-CT701
FIELD VERIFY DIMS FOR CORRECT
MIDDLE WORKSURFACE SIZE.
N-CG811
N-TA801
N-CG811
TYP
KI
Date
1//7/13
KI
N-CG801
TYP
N-CG811
TYP
GROUP RM
3101
N-ST703
1' - 3"
N-TA801
8
N-CG811
6
5
4
3
2
1
CLOCK
3103B N-FL701
Issue
DOCUMENTS ISSUE 15 PRE BID
REVISIONS
DOCUMENTS ISSUE #15.1
ADDENDUM 1
DOCUMENTS ISSUE #15
ASI-010
DI #12 BP #4 REBID & PERMIT
DOCUMENTS ISSUE #7 BP #4
100% OWNER REVIEW & PERMIT
50% CONTRACT DOCUMENTS
6' - 0"
N-TA801
N-BK705 N-BK705
N-CT705
N-CG812
3100
N-TA806
ARCHIVES
READING AREA
ARCHIVES
OFFICE
3103
N-LF801
(9) study carrels
to be disposed.
312.565.1800 Telephone
312.565.5912 Facsimile
www.lshdesign.com
233 North Michigan Avenue
Suite 3000
Chicago, Illinois 60601
N-CT705
TYP
N-TA720A
ELEC
OFFICE
N-WB704
N-LF801
N-LF803
N-TA720
CLOSET
N-TA715
N-CG811
TYP
N-LF803
N-TA803
3108
N-TA715
N-SF815
N-LF803
ELEV #2
N-CK701
N-CG812
N-SF801
N-LF803
N-WB704
N-TA808
N-CL801
N-LF802
12' - 0"
N-CZ702
N-TA814
N-CT806
TYP
C-309
N-SF816
N-CL802
N-LF803
N-TA815
CORRIDOR
3140
N-CL801
N-LF803
N-CK701
GROUP ROOM (12)
3139
N-LF802
N-TA815
N-SF802
N-CG811
TYP
N-CG811
N-CG811
N-SF812
N-SF802
N-CG702
ASSOCIATE VP
OF ACADEMIC
PLANNING
N-TA805
N-CG811
TYP
N-CG702
Drawn By:
N-TA703
Checked By:
34100A
N-CL807
N-CL808
6' - 0"
N-SF814
N-CG811
TYP
N-TA805
N-SF802
N-CL807
N-CL808
N-CL809
N-CL810
N-CL810
N-CL809
N-CL808
N-CL807
N-CL807
N-CL807
N-CG708
N-CG811
N-CG708
K
L
1
4'
8'
16'
ENLARGED 3RD FLOOR FURNITURE PLAN - H
1/8" = 1'-0"
FOR FURNITURE BID & CONTRACTOR REFERENCE
KEYPLAN
Scale:
AS NOTED
Project No.:
87706.00
5
B
C
D
G
F
E
Sheet No.
N-BK702
J
Checker
03 ENLARGED 3RD
FLOOR FURN.
PLAN - H
N-CK702
0'
Author
A
H
AQ-114H
F:\Projects\8770600\BIM\RVT-Local_Files\SRC Furniture 8770600 (cardizzone).rvt
N-LF803
N-CG811
TYP
N-LF802
3116B
C-312
3112
N-CK701
LTA
COORDINATOR
BREAK ROOM
N-CG811
CORRIDOR
STORAGE
N-CG812
N-CT701
3137
N-LF803
N-CL802
N-TA801
N-TA815
N-CG811
C-311
C-308
N-WU738
N-CT701
N-CG811
N-TA725
CORRIDOR
N-ST701
CLASSROOM (30)
TREK MOBILE, FLIP TOP?
3114
N-TB801
1 WORK UP HGT ADJ. CRANK
3115
OFFICE
N-TA715
N-CG811 N-CG811
N-CG811
1/7/2013 1:09:49 PM
N-SF801
N-LF802
N-WU738
N-CG812
N-CG812
N-LF802
N-LF803
N-TA715
N-WU738
N-TA715
N-WU738
SICK
ROOM
3116A
N-TA815
N-CK701
N-SF803
N-LF803
N-TA815
3113
N-CG812
3136
N-TA715
N-LF803
N-TA815
N-TA815
CORRIDOR
N-CT701
OFFICE
CLOSET
N-LF802
N-CG812
N-CK701
N-CT701
N-TA715
N-WU738
N-CG812
3135
N-CG811
TYP
N-CL802
N-LF803
8
N-TA715
N-LF802
N-LF803
N-TA815
N-TA815
GROUP RM
N-CG811
TYP
N-CK701
N-LF802
N-TA815
N-TA816
OFFICE
N-CK701
N-CL802
N-LF803
N-TA815
N-CT701
3134
N-CK701 N-CG812
N-SF801
CLOSET
N-LF802
3132
OFFICE
3147
N-LF803
N-WU738
N-WU738
3133
N-TA715
N-CL801
N-CL801
N-CL802
N-CT701
N-TA715
OFFICE
N-WU738
N-LF802
N-BK701
N-SF801
N-TA725
N-CK701
OFFICE
N-CL802
N-LF803
N-CK701
OFFICE
JUVENILE COLLECTION
N-TA815
N-TA815
N-CL811
N-TA715
N-LF802
N-CG811 N-CG811
N-CL813
N-CL812
N-CL811
N-CT804
TYP
N-CL801
N-LF803
3120F
(22) Juvenile
shelving to be
disposed. (2) to
be relocated.
Material to be
removed, stored
in SRC 2000
and re-installed
on new shelving.
N-CG812
N-LF803
C-313
N-TA810
N-CL812
N-CG811
TYP
N-LF802
OFFICE
N-TA812
N-CL812
N-CT804
TYP
N-CG811
TYP
CORRIDOR
N-TA810
3131
N-CL802
N-TA815
N-CL812
N-CL811
N-CG811
TYP
N-LF803
N-CL811
3130
GROUP ROOM (8)
N-CG811
TYP
N-TA809
GROUP RM (12)
VCR/TV
N-CG811
TYP
N-LF802
3120E
N-SF817
3129
N-CG811
TYP
ADMIN STORAGE
N-SC801
N-TB802
N-TA719
PRINTER
N-LF803
N-CG709
N-WB704
GROUP ROOM (8)
N-CG811
TYP
N-SF801
N-TA715
GROUP RM (8)
N-CG811
TYP
N-CG811
TYP
N-CT804A
3120G
N-SC802 N-SC802
N-WU735
N-CG709
COMMUNICATIONS
2 open shelf storage
N-TA801
N-CG811
TYP
N-CG811
TYP
N-CT802
TYP
N-CT802
TYP
N-BK701
Elevator Consultant
STORAGE
3120C
C-301
3123
N-CG811
TYP
N-CT701
ASSOC. DEAN
OFFICE
3120
425 FAWELL BOULEVARD, GLEN ELLYN, IL 60137
N-CG811
TYP
N-CG811
TYP
N-FL705 N-BK704
N-TB801
Copyright C 2008 Loebl Schlossman & Hackl Inc.
3128
N-TA801
N-FL705
ADMIN SUITE
GROUP RM (10)
N-CG811
N-CG811
TYP
N-CL814
N-CL806 N-CL805
3100
DISPLAY
RACK
LOCATION
N-CL813
N-WU806
3120D
3120B
HH ANGUS & ASSOCIATES LIMITED
LIBRARY
TELE
3122
DEAN'S OFFICE
Cost Consulting
N-CG811
TYP
N-CL805
N-SF801
ELEC
3124
N-CG803
COLLEGE OF DUPAGE
N-CG811 N-CG811
TYP
TYP
3126
N-CT802
TYP
ADMIN
SECRETARY
N-TA719
CONSTRUCTION COST SYSTEMS INC.
N-TA802
N-CL814
Structural Engineer
N-TA802
N-SF801
N-CL813
BOWMAN, BARRETT & ASSOCIATES INC.
N-SF807
SILENT STUDY
(10)
N-CG811
TYP
N-CG803
Plumbing Engineer
3150
N-TA803
N-CG811
TYP
5' - 0"
N-SF801
N-WA801
N-WA801
3120A
N-CG812
N-CG812
N-WU807
CONFERENCE
N-CZ703
N-CG812 ROOM
Fire Protection Engineer
N-CT806
TYP
N-WB704
N-CL802
N-CL804
N-CG812
N-TA703B
N-CG812
N-CL805
CCIC PROJECT
OFFICE
3152
N-TA801
N-CL804
N-SF806
N-CL803
CLASSROOM (25)
N-CG811
TYP
N-CL804
SHAFT
N-CG812
N-CG811
TYP
Electrical Engineer
N-TA720A
ST304
N-BK701
N-TA814
N-CG811
TYP
N-SF801
3151
3153
N-CG811
TYP
N-SF805
N-BK701
STAIR 4
N-TA809
Mechanical Engineer
C-300
CCIC SUPRV
OFFICE
8
STUDENT RESOURCE CENTER
SRC & LIBRARY RENOVATION
N-CT804
N-CT701
N-CL803
4' - 2"
CORRIDOR
N-FL701
WOMEN
N-TA801
N-CL804
N-CL805
N-ST701
N-WB705
N-CL805
N-CL806
AMSCO ENGINEERING INC.
3029
3' - 0"
(44) CCIC
shelving to be
disposed.
Material to be
removed, stored
in SRC 200 and
re-installed on
new shelving.
SHAFT
9' - 0"
MEN
N-CL806
ELEV #4
Bid Form
SRC Library Furniture Move Services Bid Form
BID FORM
FOR
College of DuPage
STUDENT RESOURCE CENTER (SRC) LIBRARY FURNITURE MOVE SERVICES
_______________
BID DUE DATE: FRIDAY, NOVEMBER 21, 2014
TIME: 2:00 PM
LOCATION: BIC 1540
College of DuPage
425 Fawell Blvd
Glen Ellyn, IL 60137
DEADLINE FOR SUBMISSION OF WRITTEN QUESTIONS: November 17 at 2:00 PM
To: College of DuPage
425 Fawell Blvd.
Glen Ellyn, IL 60137
Attention: Purchasing
FIRM NAME:
___________________________________
___________________________________
___________________________________the undersigned
Page 1 of 4
Bid Form
SRC Library Furniture Move Services Bid Form
Item
Description
Materials
Labor
Total
$
$
$
Unpack materials on new shelving (CCIC and
Junvenile)
$
Dispose of tables (quantity 11)
$
Dispose of study carrels (quantity 9)
$
SECOND FLOOR
$
$
$
$
$
$
THIRD FLOOR
1
2
3
4
Pack + Relocate materials, Disassemble +
Dispose of shelving (CCIC and Junvenile)
5
Pack + Relocate Shelving + Unpack for
DVD/VHS Shelving AND "New Book" Shelving
$
$
$
6
Pack + Relocate materials, Disassemble +
Dispose of shelving (Reference, Periodical,
Newspaper)
$
$
$
7
Unpack materials on new shelving
(Reference, Periodical, Newspaper)
$
$
$
8
Relocate technology (packing completed by
IT), Unpack technology in new carrels (final
connections by IT)
$
$
$
9
Disassemble and Dispose of computer and
study carrels (quantity 65)
$
$
$
10
Relocate study carrels to third floor (quantity
14)
$
$
$
11
12
Pack + Relocate materials, Dipose of atlas
stands, Unpack material on new atlas stands
Dispose of tables (quantity 8)
$
$
$
$
$
$
13
Relocate round tables and chairs within 2nd
floor (quantity 3)
$
$
$
TOTAL BID
$
$
$
The Base Bid Total above EXCLUDES all applicable sales and/or use taxes; INCLUDES all
insurance premiums required to meet standards set forth in the Invitation to Bid, and
INCLUDES all premiums for a Performance Bond and a Labor and Material Payment Bond as
identified in the Invitation to Bid.
SCOPE MAY INCREASE OR DECREASE AFTER AWARD OF PROJECT. THE OWNER
RESERVES THE RIGHT TO AWARD ON A TOTAL PACKAGE OR ITEM-BY-ITEM
BASIS, WHATEVER IS IN THE BEST INTEREST OF THE COLLEGE.
A.
Bidder agrees that if written notice of the acceptance of this bid is mailed or delivered to the
undersigned within 60 days after the Bid Due Date, or any time thereafter before it is
withdrawn, the undersigned shall meet a representative of College of DuPage to execute the
Page 2 of 4
Bid Form
SRC Library Furniture Move Services Bid Form
Contract. Performance and Payment Bonds and the appropriate insurance certificates will be
delivered to the College of DuPage at the time of execution of the Contract. Failure to execute
said contract within ten (10) days after receipt of Notice to Award may be considered a default
under the obligation of the bid bond.
B.
The above price includes all stipulations and requirements of
Addenda No.
, No.
, No.
, No.
, which have been received and accepted by the
undersigned.
C. Any company or organization to be awarded a contract for goods and/or services must be in
compliance with the Human Rights Act and all rules and regulations thereunder.
Our company has an Equal Employment Opportunity and Affirmative Action Program which
complies with Executive Order 11246, the Vietnam Era Veterans’ Readjustment Assistance Act
of 1974 and the Rehabilitation Act of 1973.
YES__________
NO__________
Our company certifies that it is eligible for bidding on public contracts, and is not in violation of
either paragraph 33E-3 or 33E-4 of Public Act 86-720, 720 ILCS.
YES___________
NO__________
Our company certifies that it is eligible for bidding on public contracts, and has complied with
section 11a of the Prevailing Wage Act, 820 ILCS 130/0.01-12(2000), and has not disregarded
their obligations to employees under the Prevailing Wage Act on two (2) separate occasions, and
that they, or any firm, corporation, partnership or association in which such contractors or
subcontractors have an interest, are not prohibited from being awarded any contract or subcontract
for a public works project.
YES__________
NO__________
Bid Security Enclosed: 15% of base bid total
Bid Bond ________
Cashier’s Check_________
Current Experience Modification Rating
Certified Check________
Federal ID# _____________________
OSHA Incident Rates: Recordable
If the below listed firm or any proposed subcontractors have been debarred in the past or are
currently debarred from participating in public works projects Please check this box.
LET IT BE KNOWN TO ALL BIDDERS THAT THE ABOVE INFORMATION WILL BE USED AS
CRITERIA IN THE EVALUATION OF VENDORS. MINORITY AND WOMAN OWNED
BUSINESSES ARE ENCOURAGED TO APPLY.
Page 3 of 4
Bid Form
SRC Library Furniture Move Services Bid Form
SIGNED __________________________________________________________________
NAMED (printed)___________________________________________________________
TITLE ____________________________________________________________________
(Authorized Agent)
COMPANY NAME __________________________________________________________
ADDRESS _________________________________________________________________
CITY,STATE, ZIP ___________________________________________________________
TELEPHONE _____________________________________ FAX ____________________
E-MAIL ADDRESS __________________________________________________________
DATE______________________________________________________________________
Page 4 of 4
CERTIFICATIONS
THE UNDERSIGNED IS CAUTIONED TO CAREFULLY READ THESE CERTIFICATIONS PRIOR TO SIGNING THE
SIGNATURE PAGE. SIGNING THE SIGNATURE PAGE SHALL CONSTITUTE A WARRANTY BY THE UNDERSIGNED
THAT ALL THE STATEMENTS, CERTIFICATIONS AND INFORMATION SET FORTH WITHIN THESE CERTIFICATIONS
ARE TRUE, COMPLETE AND CORRECT AS OF THE DATE THE SIGNATURE PAGE IS SIGNED. THE UNDERSIGNED
IS NOTIFIED THAT IF THE COLLEGE LEARNS THAT ANY OF THE FOLLOWING CERTIFICATIONS WERE FALSELY
MADE, THAT ANY CONTRACT ENTERED INTO WITH THE UNDERSIGNED SHALL BE SUBJECT TO TERMINATION.
A.
Prevailing Wage Act. To the extent required by law, Contractor shall not pay
less than the prevailing wage as established pursuant to an Act Regulating the Wages of
Laborers, Mechanics, and Other Workman employed under Contract for Public Workers
820 ILCS 130/1 et seq.
B.
Human Rights Act. To the extent required by law, Contractor shall abide by
the Illinois Human Rights Act, 775 ILCS 10/0.01 et seq.
C.
Drug Free Workplace. To the extent required by law, Contractor shall abide
with the requirements of the Drug Free Workplace Act 30 ILCS 580.1 et seq.
D.
Sexual Harassment Policy. Contractor represents by the signing of this
Agreement that it has a written sexual harassment policy that is in accordance with 775
ILCS 5/2-105 (A) (4).
E.
Non-debarment. By executing this agreement Contractor certifies that it has
not been debarred from public contracts in the State of Illinois for violating either 33E-3 or
33E-4 of the Public Contracts Act, 720 ILCS 5/33E-1 et seq.
F.
Fair Employment Practice Contractor is in compliance with all State and Federal laws regarding Fair
Employment Practice as well as all rules and regulations.
G. Our company has an Equal Employment Opportunity and Affirmative Action Program which complies with
Executive Order 11246, the Vietnam Era Veterans’ Readjustment Assistance Act of 1974, and the
Rehabilitation Act of 1973.
Yes _______ No _______
ADVICE
MINORITY/WOMAN-OWNED, DISADVANTAGED BUSINESS? YES_____ NO_____. If yes, please attach copy of
certification and advise certification number and expiration date below:
STATE NEGOTIATED BID/ COOPERATIVE AGREEMENT: YES _____ NO _______ Contract No. ___________
Name of Certifying Entity: _________________________________________________________
Certification #: ________________ _____________
CE-1
Expiration Date:
_____
SIGNATURE PAGE
Check One:
 SOLE PROPRIETOR  PARTNERSHIP (and/or JOINT VENTURE)  LIMITED LIABILITY COMPANY
 CORPORATION
The undersigned acknowledges receipt of a full set of Contract Documents and Addenda Numbers __________________
(None unless indicated here). The undersigned makes the foregoing Bid subject to all of the terms and conditions of the
Contract Documents. The undersigned certifies that all of the foregoing statements of the Vendor Certifications are true and
correct. The undersigned warrants that all of the facts and information submitted by the undersigned in connection with this
Bid are true and correct. Upon award and execution of this Contract by the College of DuPage Board of Trustees, the
undersigned agrees that execution of this Bid shall stand as the undersigned's execution of this Contract.
BUSINESS NAME:__________________________________________________________________________
BUSINESS ADDRESS:
____________________________________________________________________________________________
BUSINESS TELEPHONE:
FAX NUMBER:
EMAIL ADDRESS:
CELLULAR TELEPHONE NUMBER:
FEIN/SSN:
AUTHORIZED SIGNATURE:
_______
PRINT NAME:
TITLE:
_____________________________________________________________________________________
DATE:
Subscribed to and sworn before me this
day of
, 2014.
My commission expires:
X
Notary Public Signature
Notary Seal
*
Attach hereto a partnership resolution or other document authorizing the individual signing this Signature Page to
so sign on behalf of the Partnership.
**
If the LLC is not registered in the State of Illinois, a copy of a current Certificate of Good Standing from the state
of incorporation must be submitted with this Signature Page.
*** Attach either a certified copy of the by-laws, articles, resolution or other authorization demonstrating such
persons to sign the Signature Page on behalf of the LLC.
*** If the corporation is not registered in the State of Illinois, a copy of the Certificate of Good Standing from the state
of incorporation must be submitted with this Signature Page.
***** In the event that this Signature Page is signed by any persons other than the President and Secretary, attach
either a certified copy of the corporate by-laws, a resolution or other authorization by the corporation, authorizing
such persons to sign the Signature Page on behalf of the corporation.
CE-2
COLLEGE OF DUPAGE SIGNATURE PAGE
ON BEHALF OF THE COLLEGE OF DUPAGE, A BODY POLITIC AND CORPORATE OF THE STATE OF
ILLINOIS, THIS CONTRACT IS HEREBY EXECUTED BY:
SENIOR VICE-PRESIDENT ADMINISTRATION AND TREASURER
DATED AT GLEN ELLYN, ILLINOIS THIS ___ DAY OF_____________, ,2014
THE COLLEGE HEREBY ACCEPTS:
THE FOREGOING PROPOSAL AS IDENTIFIED IN THE CONTRACT DOCUMENTS FOR CONTRACT FOR
(SCR) LIBRARY FURNITURE MOVE SERVICES
TOTAL AMOUNT OF CONTRACT: $
(DOLLARS AND CENTS)
FUND CHARGEABLE:
CE-3
Purchasing Department
425 Fawell Boulevard
Glen Ellyn, Illinois 60137-6599
http://www.cod.edu
PHONE (630) 942-2813
Addendum #1
STUDENT RESOURCE CENTER (SRC) LIBRARY FURNITURE MOVE SERVICES
ADDENDUM #1
November 14, 2014
This addendum is issued to clarify the bid package for this project, as issued by this
office on November 14 and is now considered a part thereof. In accordance with the
scope of work, bidders are instructed to be advised of the following:
SCHEDULE
Move contractor is required to pack and relocate materials from existing shelving on December
22 – 23. Move contractor is required to unpack materials on new shelving January 7 – 9. All
material being stored in SRC 2000 must be removed by January 9.
SCOPE OF WORK
SECOND FLOOR

Move contractor required to relocate (2) sections of the Graphic Novel section to make
room for the New Book and DVD/VHS shelving.
THIRD FLOOR



Move contractor required to relocate (6) additional study carrels from second floor to
third floor (in addition to 14 previously called out on bid documents).
Move contractor required to dispose of (2) book bins.
All materials are “shelf to shelf” except for the Juvenile shelving. Move contractor
responsible for labeling materials to insure everything is re-installed properly.
GENERAL


Move contractor will have access to SRC freight elevator, which is accessible from first
floor dock, second floor and third floor library.
Move contractor required to provide own dumpster and dumpster service. Dumpster
can be located just south of dock. Confirm final location with Julie Carey, Senior
1
Purchasing Department
425 Fawell Boulevard
Glen Ellyn, Illinois 60137-6599
http://www.cod.edu
PHONE (630) 942-2813
Addendum #1
Project Manager, before placing. Move contractor required to remove final dumpster
from site when work is complete.
BID FORM
Revised Bid form included in Addendum #1 to accommodate scope of work changes listed
above.
Please mark "ADDENDUM 1 RECEIVED" on your response.
Sincerely,
Julie Carey
Senior Project Manager
College of DuPage
425 Fawell Blvd.
Glen Ellyn, IL 60137
careyj372@cod.edu
2
Bid Form
SRC Library Furniture Move Services Bid Form – ADDENDUM #1
BID FORM
FOR
College of DuPage
STUDENT RESOURCE CENTER (SRC) LIBRARY FURNITURE MOVE SERVICES
_______________
BID DUE DATE: FRIDAY, NOVEMBER 21, 2014
TIME: 2:00 PM
LOCATION: BIC 1540
College of DuPage
425 Fawell Blvd
Glen Ellyn, IL 60137
DEADLINE FOR SUBMISSION OF WRITTEN QUESTIONS: November 17 at 2:00 PM
To: College of DuPage
425 Fawell Blvd.
Glen Ellyn, IL 60137
Attention: Purchasing
FIRM NAME:
___________________________________
___________________________________
___________________________________the undersigned
Page 1 of 4
Bid Form
SRC Library Furniture Move Services Bid Form – ADDENDUM #1
Item
Description
Materials
Labor
Total
$
$
$
Unpack materials on new shelving (CCIC and
Junvenile)
$
Dispose of tables (quantity 11)
$
Dispose of study carrels (quantity 9)
$
Dispose of book bins (quantity 2)
$
SECOND FLOOR
$
$
$
$
$
$
$
$
THIRD FLOOR
1
2
3
4
5
Pack + Relocate materials, Disassemble +
Dispose of shelving (CCIC and Junvenile)
65
Pack + Relocate Shelving + Unpack for
DVD/VHS Shelving AND "New Book"
Shelving. Relocate Graphic Novel sections to
accommodate space for aforementioned
shelving.
$
$
$
7
Pack + Relocate materials, Disassemble +
Dispose of shelving (Reference, Periodical,
Newspaper)
$
$
$
8
Unpack materials on new shelving
(Reference, Periodical, Newspaper)
$
$
$
9
Relocate technology (packing completed by
IT), Unpack technology in new carrels (final
connections by IT)
$
$
$
10
Disassemble and Dispose of computer and
study carrels (quantity 65)
$
$
$
11
Relocate study carrels to third floor (quantity
20)
$
$
$
12
13
Pack + Relocate materials, Dipose of atlas
stands, Unpack material on new atlas stands
Dispose of tables (quantity 8)
$
$
$
$
$
$
$
$
$
Dumpster service to accommodate entire
scope.
$
$
$
TOTAL BID
$
$
$
14
15
Relocate round tables and chairs within 2nd
floor (quantity 3)
GENERAL
The Base Bid Total above EXCLUDES all applicable sales and/or use taxes; INCLUDES all
insurance premiums required to meet standards set forth in the Invitation to Bid, and
INCLUDES all premiums for a Performance Bond and a Labor and Material Payment Bond as
identified in the Invitation to Bid.
Page 2 of 4
Bid Form
SRC Library Furniture Move Services Bid Form – ADDENDUM #1
SCOPE MAY INCREASE OR DECREASE AFTER AWARD OF PROJECT. THE OWNER
RESERVES THE RIGHT TO AWARD ON A TOTAL PACKAGE OR ITEM-BY-ITEM
BASIS, WHATEVER IS IN THE BEST INTEREST OF THE COLLEGE.
A.
Bidder agrees that if written notice of the acceptance of this bid is mailed or delivered to the
undersigned within 60 days after the Bid Due Date, or any time thereafter before it is
withdrawn, the undersigned shall meet a representative of College of DuPage to execute the
Contract. Performance and Payment Bonds and the appropriate insurance certificates will be
delivered to the College of DuPage at the time of execution of the Contract. Failure to execute
said contract within ten (10) days after receipt of Notice to Award may be considered a default
under the obligation of the bid bond.
B.
The above price includes all stipulations and requirements of
Addenda No.
, No.
, No.
, No.
, which have been received and accepted by the
undersigned.
C. Any company or organization to be awarded a contract for goods and/or services must be in
compliance with the Human Rights Act and all rules and regulations thereunder.
Our company has an Equal Employment Opportunity and Affirmative Action Program which
complies with Executive Order 11246, the Vietnam Era Veterans’ Readjustment Assistance Act
of 1974 and the Rehabilitation Act of 1973.
YES__________
NO__________
Our company certifies that it is eligible for bidding on public contracts, and is not in violation of
either paragraph 33E-3 or 33E-4 of Public Act 86-720, 720 ILCS.
YES___________
NO__________
Our company certifies that it is eligible for bidding on public contracts, and has complied with
section 11a of the Prevailing Wage Act, 820 ILCS 130/0.01-12(2000), and has not disregarded
their obligations to employees under the Prevailing Wage Act on two (2) separate occasions, and
that they, or any firm, corporation, partnership or association in which such contractors or
subcontractors have an interest, are not prohibited from being awarded any contract or subcontract
for a public works project.
YES__________
NO__________
Bid Security Enclosed: 15% of base bid total
Bid Bond ________
Cashier’s Check_________
Current Experience Modification Rating
Certified Check________
Federal ID# _____________________
Page 3 of 4
Bid Form
SRC Library Furniture Move Services Bid Form – ADDENDUM #1
OSHA Incident Rates: Recordable
If the below listed firm or any proposed subcontractors have been debarred in the past or are
currently debarred from participating in public works projects Please check this box.
LET IT BE KNOWN TO ALL BIDDERS THAT THE ABOVE INFORMATION WILL BE USED AS
CRITERIA IN THE EVALUATION OF VENDORS. MINORITY AND WOMAN OWNED
BUSINESSES ARE ENCOURAGED TO APPLY.
SIGNED __________________________________________________________________
NAMED (printed)___________________________________________________________
TITLE ____________________________________________________________________
(Authorized Agent)
COMPANY NAME __________________________________________________________
ADDRESS _________________________________________________________________
CITY,STATE, ZIP ___________________________________________________________
TELEPHONE _____________________________________ FAX ____________________
E-MAIL ADDRESS __________________________________________________________
DATE______________________________________________________________________
Page 4 of 4
Purchasing Department
425 Fawell Boulevard
Glen Ellyn, Illinois 60137-6599
http://www.cod.edu
PHONE (630) 942-2813
Addendum #2
STUDENT RESOURCE CENTER (SRC) LIBRARY FURNITURE MOVE SERVICES
ADDENDUM #2
November 19, 2014
This addendum is issued to clarify the bid package for this project, as issued by this
office on November 19 and is now considered a part thereof. In accordance with the
scope of work, bidders are instructed to be advised of the following:
RFI QUESTIONS AND ANSWERS
1. Can you clarify "shelf to shelf" (third floor 3rd bullet) ANSWER: SHELF TO SHELF
INDICATES THAT THE MOVE VENDOR WILL REMOVE ALL MATERIALS FROM
THE EXISTING SHELF AND RE-ISNTALL MATERIAL ON NEW SHELF EXACTLY
AS IT WAS PREVIOUSLY INSTALLED (SAME ORDER).
a. How far (distance) is it from the current shelf to the destination (new) shelf.
ANSWER: PER THE BID DOCUMENTS, MATERIALS WILL BE RELOCATED
TO SRC 2000 FOR STORAGE AND RE-INSATLLED ON NEW SHELVING.
THE NEW SHELVING WILL BE INSTALLED IN THE SAME LOCATION AS
THE EXISTING SHELVING.
b. Will the moving of these materials be done all at one time, (during December
22nd and 23rd this portion of the move will be started and completed) ANSWER:
AS INDICATED IN ADDENDUM #1, ALL MATERIALS NEED TO BE
REMOVED FROM THE EXISTING SHELVING AND RELOCATED TO SRC
2000 BY THE END OF THE DAY ON DECEMBER 23. ALL MATERIALS WILL
BE REMOVED FROM SRC 2000 AND RE-INSTALLED ON THE NEW
SHELVING JANUARY 7 – 9.
c. When it states "re-installing" does this include the assembly of the new shelves or
just the placement of the materials in there original order on the new shelves?
ANSWER: ASSMEBLY OF NEW SHELVES BY FURNITURE VENDOR. MOVE
CONTRACTOR ONLY RESPONSIBLE FOR PLACEMENT OF MATERIALS IN
1
Purchasing Department
425 Fawell Boulevard
Glen Ellyn, Illinois 60137-6599
http://www.cod.edu
PHONE (630) 942-2813
Addendum #2
THEIR ORIGINAL ORDER ON THE NEW SHELVES (WITH EXCEPTION TO
JUVENILE MATERIAL, WHICH WILL NOT BE SHELF TO SHELF).
2. Can you clarify what needs to be disassembled stored and reassembled? Referring
to the shelving unites themselves. ANSWER: DVD/VHS, NEW BOOK, GRAPHIC
NOVEL, AND (2) REFERENCE SHELVING UNITS ARE REQUIRED TO BE
RELOCATED WITHIN THE LIBRARY. MOVE CONTRACTOR TO DISASSEMBLE
AND REASSEMBLE AS REQUIRED FOR RELOCATION. ALL OTHER SHELVING
UNITS TO BE DISPOSED OF.
3. Please confirm the total computer count. We understand that "per computer" will
represent: 1 monitor, 1 CPU, 1 keyboard, 1 mouse and related cords...ANSWER:
THERE ARE 94 COMPUTERS. THE “PER COMPUTER” REPRESENTATION IS
CORRECT.
4. Please confirm how many feet from the dock, to the freight elevator and how many
doorways if any, single or double wide? (are we able to visit, to view the dock? If so,
what is the protocol?) ANSWER: SEE ATTACHED PLAN. REQUEST TO VIEW THE
DOCK SHOULD HAVE OCCURRED AT THE PRE BID MEETING ON 11/13.
5. Please confirm, will the dumpster(s) be positioned "in the dock" so the men will be
able to reach from the dock, to load with disposal items? If this is not the case, how far
from the dock will the dumpsters be positioned? ANSWER: SEE ATTACHED PLAN.
6. How many dumpsters can be placed into the dock or designated location, at the
same time, for the disposal project? ANSWER: SEE ATTACHED PLAN. IDEALLY,
ONE DUMPSTER. TWO IS ACCEPTABLE.
7. Please verify if actual table disposal count is 29 tables. ANSWER: CONFIRMED. 19
REGULAR TABLES WILL BE DISPOSED. 10 COMPUTER TABLES WILL BE
DISPOSED.
8. It was said during the walk through that the chairs are not being disposed of. Please
confirm, will the mover's relocate the chairs? If so, will they be stored
or relocated directly to a new location and/or remain in the same area which they
are currently? If being moved/stored, are you able to confirm a "chair count"? Stacking:
Desk Chairs: (to clarify, chairs that are with the 3 round tables will be moved, with said
tables, near the circulation desk) ANSWER: THERE ARE 94 ROLLING CHAIRS AND
22 STACKING SLED CHAIRS. CHAIRS MAY NEED TO BE PUSHED OUT OF THE
2
Purchasing Department
425 Fawell Boulevard
Glen Ellyn, Illinois 60137-6599
http://www.cod.edu
PHONE (630) 942-2813
Addendum #2
WAY IN SURROUDING AREAS, BUT DO NOT NEED TO BE RELOCATED INTO
STORAGE.
9. Please confirm: Periodical & Newspaper shelving count. The Bid/Map notes: "30"
shelving units, we count 61. Are all being disposed of? If 31 are remaining, will they
require packing along with the initially noted 30? ANSWER: THERE ARE 6
NEWSPAPER UNITS AND 55 PERIODICALS UNITS. ALL ARE BEING DISPOSED
OF.
10. With the increase of 6 additional carrels being moved to the 3rd floor, will that lower
the amount of carrels being disposed of? Or will it remain, 55 ? ANSWER: THE
NUMBER BEING DISPOSED OF WILL DECREASE.
11. Please confirm, the 20 carrels being moved to the 3rd floor. They are single
individual carrels, correct? Not the ones that are positioned as (8 carrels as a 1pc unit,
or 6 carrels as a 1pc unit). ANSWER: CORRECT. THEY ARE INDIVIDUAL,
FREESTANDING CARRELS.
DRAWINGS REFERENCED ABOVE (ATTACHED)
Please mark "ADDENDUM 2 RECEIVED" on your response.
Sincerely,
Julie Carey
Senior Project Manager
College of DuPage
425 Fawell Blvd.
Glen Ellyn, IL 60137
careyj372@cod.edu
3
Student Resource Center
Level 1
A B
1009
A
M
1005
E
1007
F
1006
1004
1008
A
A
1019
1020
1018 1017
1025
1021 1024
1040
1064
1026
1062
1060
1063
Bookstore
SRC
DOCK
1065
1027
1023
WDCB 1011 1013 1015
Radio
1022 1030
1010
1016
1039 1012
A B 1034
Bookstore/
Dining Delivery
Dock
1000
1041
A
1031
1033
1061
SRC
FREIGHT
ELEVATOR
1068
1029
1066
1067
1035
E
1069
1046
Freight
1047
1048
A
1045
DUMPSTER
1144LOCATION
1150
SECOND
DUMPSTER
LOCATION
1140
1126
1128
1125
1158A
1561
E
M
1127
1131
1120
Cafeteria
1134
1132
1122
1123
1153
1152A
1124
1119
F
J
1111
Continuing
Education
1118
M
L
1133
1112
H
D E F
B
1117 1116 1115 1114 1113
C M
1007
D C BLearning
Teaching &
Center
E
A
E Elevator
Student Service Area
Office Space
Restroom
Emergency Area
1105
Meeting Room
Under Construction
Other
Accessible
Exit
K
G
F E
KEY
Classroom
1135
A 1101
Student Resource Center
Level 2
M
2001
Lobby
DOOR
TO
SRC 2000
STORAGE
2000
ROOM
A
2022
2023
2024
2020
Jack H. Turner
Conference Center
Library
2006
M
2168
B
SRC
FREIGHT
2159
2166
ELEVATOR
2105
2135
2138
2106 2107
J
H
A
K
2134
2133
Payroll
A
D
E E
C
F
D G
F
H
Human
Resources 2134B
G
2132
C
D
2120
2113 2116
2114 2115
2037
2033
Accounts
Payable
2130
Financial
Affairs
M
F
2124
2102
Learning Commons
A C B
E
2121
2103
N
L
M
2104
President’s
Office
2141
2112
2118
2131
2111
2160
A
2034
Records
A
2136
2038
2032
2110
2139 2137
A
2109
2140
2039
A
2150
IT
F
C
B
2156
2155
2162
2153
2157
2108
2164
2163
2165
A
2130A
2167
F
2174
E
D
2041
2129
2172
2169 2170
G
2044
2042
2035
2011
2030
F M
E
2012
2045
2043
2119
M
F
2046
2ND FLOOR
LIBRARY
ACCESS TO
SRC 2000 AND
SRC FREIGHT
E
ELEVATOR
2036
2025
2117
F
2021
B
2122
2101
Computer
Lab
2123
2100
Police
M
J K L
KEY
Classroom
Student Service Area
Office Space
Restroom
Meeting Room
Other
E Elevator
Emergency Area
Accessible
Exit
A
E
BIC
Student Resource Center
Level 3
Computer Lab
3002
3000A
E
3005
3000
3019
A TLC
3007
3004
3003
3018
3016
3010
B
3031
3030
3020
3006
3001
3032
3008
3014
3012
3022
3157 3156
M
F
3152
3013
A
M
3151 3150
3128
3011
3124 3122
3127 3125
PATH B - NO
STAIRS
E
Library
D
3100
C
B
A
G
3123 3121
3132 3115
3134 3113
3147 3135
3136 3111
3138 3109
3137
3139
3140
3141
3142 3105
3143
3144
3145
Student Service Area
Office Space
Restroom
Meeting Room
Other
E Elevator
Emergency Area
F
3116D
3112
3110
3116
E
Exit
C
D
3103A
3104
Accessible
B
3118
M
3101 3102
3116C
A
F
KEY
Classroom
D
3114
3130
3149 3133
C
B
3120
3129
3131
3010
A
3126
3146
PATH A INSTALL
RAMP
ACROSS
STAIRS
F
E
3014
3015
3116A
3017
E
3103
3103B
3116B
Download