Ready to grow

your students.

Now enrolling kindergarten!

For students who are age 5 by October 15th, 2025

MATH • STEM • SOCIAL SCIENCE • ARTS • READING & WRITING

REQUEST FOR PROPOSAL (RFP) FOR NEW ROOF FOR JACKSON
CHARTER SCHOOL IN ROCKFORD, ILLINOIS

Issued: May 6, 2025

Rockford Charter School Organization (hereinafter “RSCO”) will accept sealed bids for all materials and

labor for the repair, restoration, and remodeling of an approximately 11,350 square foot roof of the Jackson

Charter School building, located at 315 Summit Street Rockford, IL 61107. Jackson Charter School is a public

school (charter school).

Bidders are advised of the following requirements of this contract: 1) Illinois Prevailing Wage and Monthly

Certified Payroll; 2) Insurance Certificate and Endorsement.

Bids will be received by Dr. Ebony Wrenn at Jackson Charter School, at the above address until

11:00 a.m. (CST) on May 14, 2025. All bids will be publicly opened by Dr. Ebony Wrenn at 12:00 p.m.

on May 14, 2025.

Written questions regarding the specifications or the bid process may be addressed to Dr. Ebony

Wrenn, at the address above, no less than five (5) business days prior to the scheduled bid opening date. If

necessary, clarifications or amendments to the bid documents will be provided through written “bid packet

addendums”, which will be provided to all interested bidders who have received or requested a bid packet.

The RSCO Board reserves the right to reject any and all bids or to waive any technicalities, discrepancies,

or information in the bids. RCSO does not discriminate in admission, access to, treatment, or employment

in its programs and activities.

Upon selection, Bidders will be expected to work with RCSO’s insurance company for purposes of bid

cost reimbursement.

Submitted by:

Rockford Charter School Organization (RCSO)

315 Summit Street

Rockford, IL 61107

1ROCKFORD CHARTER SCHOOL ORGANIZATION

INVITATION TO BID

Project Name: Rockford Charter School Organization Roof Repair

Overview

RCSO will accept sealed bids, as set forth in the specifications and contract documents, for all materials and

labor for the repair of an approximately 11,350 square foot roof for the Jackson Charter School building,

located at 315 Summit Street Rockford, IL 61107. These repairs will exclude the pitched roof of the original

building, as well as the roof of maintenance area of the building.

Bidders will be required to demonstrate their capability through references or by means acceptable to RCSO.

Further, all submitted bids shall be in compliance with any and all applicable federal, state, and local laws

(including any permit requirements required therein) regarding the repair, restoration, and remodeling of the

Jackson Charter School roof. This bid is open to all contractors engaged in the services specified herein.

RCSO reserves the right to reject any and all bids, or to accept the proposal(s) deemed most advantageous to

RCSO. The advertisement will be published for at least 7 days on the Jackson Charter School website.

Submittal of Bid: The Bidder’s submittal shall include the completed Bid Sheet. RCSO will strictly hold the

Bidder to the terms of the bid. The bid must be executed by a person having the legal right and authority to

bind the Bidder.

Bids will be addressed to and received by Dr. Ebony Wrenn, Interim Principal of Jackson Charter School, at

the above address no later than 11:00 a.m. (CST) on Wednesday, May 14, 2025.

Bids arriving after the specified time will not be accepted. Mailed bids which are delivered after the specified

hour will not be accepted regardless of postmarked time on the envelope. Bidders should carefully consider

all bid delivery options (US Postal Service, UPS, Federal Express, private delivery service, etc.) and select a

method that will successfully deliver their bid by the required time and date. Bids shall be submitted in sealed

envelopes carrying the following information: Bidder’s name, address, project name and project number of

bid as indicated in the specification, and designated date and time of the bid opening. Unless otherwise stated,

RCSO will award a proposal or reject a proposal within 60 days of the date of the proposal opening.

No pre-bid meeting will be scheduled. If a site visit is needed, these will be coordinated with Dr. Ebony Wrenn

by appointment only at 815-316-0093, Ext. 108.

RFP Opening: May 14, 2025, at 12:00 p.m. (CST) by Dr. Ebony Wrenn. the time of the public opening.

Withdrawal of Bid: Bidders may withdraw or cancel their bid, in written form, at any time prior to the

advertised bid opening time.

Contract Documents: Any drawings, plans, standard conditions, special conditions, supplemental additional

conditions, specifications, bid notice, bid sheet, and addendum, if any, as specified herein shall form the

“Contract Documents.” For the purpose of this bid, the word “RCSO” shall refer to the Rockford Charter

School Organization, and the word “Bidder” shall refer to any person, company, or entity submitting a bid.

Any work shown or described in one of the documents shall be construed as if described in all the documents.

The date and time as stated is alsoScope of Services:

RCSO is seeking bids for the materials and labor for the repair, restoration, and remodeling of the Jackson

Charter School roof. The scope of this project will not include the pitched roof of the original building, as

well as the roof of the maintenance area of the building – those areas can be specifically identified by the

Maintenance Manager for the school during a site inspection. The work shall consist of all the furnishings,

repairs, and installation of all roofing materials, insulation, fasteners, metal work, and other materials

deemed to be a part of the overall system in accordance with the following scope items:

Full tear off of the two existing roofing layers all the way down to the structural deck with the

exception of the pitched roof of the original building as well as the roof of the maintenance area as

that work was already completed.

Install saddles and tapered insulation to ensure efficient water shedding.

Cut out and repair any rust or problem areas found to prevent leaks.

Ensure all drains, scuppers, and gutters are clean and properly integrated with new roofing.

Clean up and haul away debris.

Preparation of Bid:

Bidders Qualifications: Bidder must provide a detailed statement regarding the business and technical

organization of the Bidder that is available for the work that is contemplated herein. Information pertaining

to financial resources, experiences of personnel, previously completed projects, plant facilities, and other data

may also be required to satisfy RCSO that the Bidder is equipped and prepared to fulfill the contract should

the contract be awarded. The competency and responsibility of Bidders and of their proposed subcontractors

will be considered in making awards. Further, a Bidder should be able to demonstrate, through previous work

experience, that they are familiar with rules and regulations pertaining to the performance of construction

work for a public-school building.

RCSO may make such investigations as it deems necessary, and the Bidder shall furnish to RCSO under oath,

if so required, all such information and data for this purpose as RSCO may request. A responsible Bidder is

one who meets all of the following requirements:

a) b) c) d) e) Have adequate financial resources or the ability to secure such resources;

Have the necessary experience, organization, and technical qualifications, and has or can acquire,

the necessary equipment to perform the proposed contract;

Is able to comply with the required performance schedule or completion date, taking into account

all existing commitments;

Has a satisfactory record of performance, integrity, judgment, and skills; and

Is qualified and eligible to receive an award under all applicable laws and regulations.

References: Submittals shall include a list of at least Three (3) references of corporate firms, municipal

agencies, or public schools, who can attest to the Bidder’s ability to fulfill this contract in a competent and

expeditious manner. Include names, addresses, phone numbers, and the nature and size of past contracts.

RCSO strongly prefers that at least one (1) listed reference be a public school.

3Deviations and Exceptions: Bidders are advised that they must clearly indicate any and all deviations they

intend to take from the detailed specification, as written in the bid document, at the time of bid submittal. All

exceptions shall be listed on the Detail Exception Sheet included with the bid document. The contractor

will be responsible for any work that is not acceptable to RCSO and will be responsible for the correction of

the condition within ten (10) days of notification, at no additional cost to RCSO.

Bid Review and Basis of Award:

Bid Review: Each bid shall be evaluated to determine whether the proposed product or service complies with

the specifications detailed in this document. If this evaluation determines that a bid does not comply with the

specifications set forth in this invitation to bid, then that bid shall be eliminated from consideration. RCSO

reserves the right to reject any or all bids and/or to waive any irregularities or disregard any informality in the

bids and bidding when, in its opinion, the best interest of RSCO will be served by such action. Furthermore,

RSCO reserves the right to award each item to a different Bidder, or all items to a single Bidder unless

otherwise noted on the Bid Sheet. RCSO may determine as follows: 1) an equal or alternative is a satisfactory

substitute; 2) an early delivery date is entitled to more consideration than price; 3) an early delivery date is to

be disregarded because of the reputation of the Bidder for not meeting delivery dates; 4) a Bidder is not a

responsible Bidder; and 5) what exceptions or deviations from written specifications will be accepted.

No bid will be accepted from or contract awarded to any person, firm, or corporation that is in arrears or is in

default to RCSO upon any debt or contract, or that is a defaulter, as surety or otherwise, upon any obligation

to RCSO or had failed to perform faithfully any previous contract with RCSO.

Basis of Award: RCSO will evaluate proposals and will award a contract to any responsive and responsible

Bidder whose proposal will be most advantageous to the RCSO. RCSO is interested in obtaining the best

overall value and reserves the right to make a selection based on its judgement of the proposal that is best

suited for the purpose intended. RCSO may 1) reject any or all proposals; 2) accept other than the lowest bid;

and 3) waive informalities or minor irregularities in proposals received. A “Responsive Bidder” is able to

provide a product or service that conforms in all material respects to the specifications detailed in this

document. This will include a Bidder’s knowledge of public-school building construction laws, procedures,

and processes (including school law requirements and permit requirements). A “Responsible Bidder” is a

corporation, company, or person who has the ability in all respects to provide the product or service desired at

the highest possible standards of quality. A factor in the determination of who is awarded the bid will be the

Bidder’s ability to show that they have previously performed construction work on public school buildings or

are knowledgeable of the requirements for performing such work.

Form of Contract: The form of contract between RSCO and the Contractor will be a contract which shall

be acceptable to RCSO. Said contract will include as exhibits the purchase order referencing the bid

specification, these bid documents, and the bid submitted by the Contractor, including all standard terms and

conditions set forth herein.

STANDARD TERMS AND CONDITIONS:

The standard terms and conditions listed below shall be made a part of and shall supersede and replace all

conflicting language contained in the Contractor’s purchase orders, work order, agreement, or other contract

documents, and will take precedence over all other terms and conditions therein, unless otherwise agreed to in

writing, and acknowledged by both parties.

4Where the terms of any Agreement or Purchase Order contradict or conflict with any local, state, or federal

ordinance, statute, or regulation that portion of the agreement shall be construed or rewritten, in a manner in

which compliance shall occur. Costs or associated expenses for any changes to due to compliance with this

subsection shall be the responsibility of the Contractor.

Conformance to Scope of Work & Inspections: The Contractor is expected to conform to the scope of

work as set forth in the purchase order/proposal/work order. RCSO shall have the right to inspect any

materials, components, equipment, supplies, services, or completed work specified herein. Any of said items

not complying with the specifications set forth in the scope of work are subject to rejection at the option of

RCSO. Any items rejected shall be removed from the premises of RCSO and/or replaced at the entire expense

of the Contractor. The Contractor will be responsible, at Contractor’s sole expense, for the correction of the

condition of any work not acceptable to RCSO. Should the scope of work be altered, the Contractor will be

expected to work with RCSO’s insurance company and the appropriate building permit office to discuss

further remediation options.

Termination of Contract: RCSO reserves the right to terminate the whole or any part of the contract, upon

written notice to the Contractor, in the event that sufficient funds to complete the contract are not appropriated

by the Board of Directors of RCSO.

RCSO further reserves the right to terminate the whole or any part of the contract, upon written notice to the

Contractor, in the event of default by the Contractor, in accordance with the standard specifications. Default

is defined as failure of the Contractor to perform any of the provisions of the contract, or failure to make

sufficient progress so as to endanger performance of the contract in accordance with its terms. In the event of

default and termination, RCSO may procure, upon such terms and in such manner as RCSO may deem

appropriate, supplies or services similar to those so terminated.

The Contractor shall be liable for any excess costs for such similar supplies or service unless acceptable

evidence is submitted to RCSO that failure to perform the contract was due to causes beyond the control and

without the fault or negligence of the Contractor.

The Contractor will agree that pursuant to requirements imposed under Illinois law, if applicable, Rockford

Charter School shall have 120 days after each election of board members to terminate this Agreement, without

cause and without penalty.

Taxes: Rockford Charter School Organization is exempt from paying Illinois Use Tax, Illinois Retailers

Occupation Tax, and Federal Excise Tax.

Freedom of Information Act (FOIA): RCSO is required by Public Act 96-542 to comply with Freedom of

Information Requests (FOIA) within five (5) business days of a record request. All Contractors used by RCSO

may be in possession of records covered by this act and therefore will be required to provide RCSO with those

records upon request and within the time frame of the Act.

Change Orders: After the contract award, changes in or additions to the work and/or a change in the amount

of money to be paid to the Bidder must be the result of an approved change order ordered and approved by the

designated Director(s) and approved by the RCSO Board of Directors.

Public Act 094-0460 (50 ILCS 525/5), if applicable, will require the successful contractor verify any change

order request you receive from a subcontractor will not exceed 49% of your original subcontract amount. Any

5needed change order that will increase the subcontract by 50% or more will require your opening up that

portion of the work to competitive bidding.

Guarantees and Warranties: Bidder warrants that all goods and services furnished hereunder will conform

in all respects to the terms of the RFP and the Proposal, including any drawings, specification or standards

incorporated herein, and that they will be free from latent and patent defects in materials, workmanship, and

title, and will be free from such defects in design to the best of the Bidder’s knowledge. In addition, Bidder

warrants that said goods and services are suitable for, and will perform in accordance with, the purposes for

which they are purchase, fabricated, manufactured, and designed or for such other purposes as are expressly

specified in this RFP. Bidder further warrants, if installation of product or materials is included in the proposal,

that installation shall comply with manufacturer’s instructions, or, if none, in accordance with industry best

practice. RSCO may return any nonconforming or defective items to the Bidder or require correction or

replacement of the item at the time the defect is discovered, all at the Bidder’s risk an expense. Acceptance

of delivery shall not relieve the Bidder of its responsibility. All guarantees and warranties required shall be

furnished by the Contractor and shall be delivered to RCSO before final payment on the contract is issued.

The warranty period shall commence upon final acceptance of product.

Risk of Loss/Delivery: Where applicable, all materials shipped to RCSO must be shipped F.O.B. delivered,

designated location, Rockford, Illinois, which is further defined as meaning the price submitted in the proposal

is the total price to RCSO, including all freight and delivery charges. Under no circumstances may prepaid

charges be added to the invoice. If the delivery is made by truck, arrangements must be made in advance by

the Bidder, with concurrence by RCSO, for receipt of the materials. The materials must be delivered where

directed. Truck deliveries will be accepted at the RCSO between 6:30 a.m. and 7:30 a.m. and between 4:30

p.m. and 5:30 p.m., on weekdays. Should the Contractor need to make arrangements to schedule a delivery

during window outside of the specified timeframes above, including on a Saturday, they are directed to contact

Dr. Ebony Wrenn at 815-316-0093, Ext. 108, to discuss such delivery arrangements.

Toxic Substance: Prior to delivery of any material which is caustic, corrosive, flammable, or dangerous to

handle, the supplier will provide written directions as to methods of handling such products, as well as the

antidote or neutralizing material required for its first aid. (Materials Safety Data Sheet).

Payment: The Contractor shall submit with each payment request the Certified Payroll and Contractor’s Partial

Waiver of Lien for the full amount of the requested payment. Beginning with the second payment request, and

with each succeeding payment request, the Contractor shall submit Certified Payroll and partial waivers of

lien for each subcontractor and supplier showing that the amount paid to date to each is at least equivalent to

the total value of that subcontractor’s work, less retainage, included on the previous payment request. The

Contractor’s request for final payment shall include the Contractor’s Certified Payroll and Final Waiver of Lien

which shall be for the full amount of his contract, including any change orders thereto, and Final Waivers of

Lien from all subcontractors and suppliers for which Final Waivers of Lien have not previously been

submitted. Failure to submit Certified Payroll and Waivers of Lien may result in a delay of invoice payment.

A. Submission of Invoices – Contractor shall submit invoices directly to the RCSO Fiscal Director as soon

as possible after completion of the repair. Invoices shall provide a detailed breakdown of the amount

billed, including certified payroll records with the name, title, rate of pay, hours worked, and services

rendered by each individual during the period stated. Contractor shall forward a progress report setting

forth the rates of completion for all tasks scoped and for all deliverable products. No invoice shall be

deemed due unless and until a progress report has been submitted to RCSO and/or RCSO’s designee.

6B. Payment by RCSO – Payment shall be made within thirty (30) days of the RCSO and/or RCSO’s

designee’s final approval to pay the invoice. No payments shall be made to Contractor unless and until

Contractor furnishes a written statement of final waivers and certified payroll which includes the names

of all parties furnishing labor and/or materials under this contract and the amounts due or to become

due on each. These statements must be made under oath or be verified by affidavit. RCSO shall not

issue any payments until certified payroll and waivers of lien have been supplied to RCSO by

Contractor.

C. Payment to Subcontractors – Upon receipt of payments from RCSO, Contractor shall promptly pay

each Subcontractor amounts due and owing to said Subcontractor. Contractor shall require in any

contract with Subcontractors that each Subcontractor make payments to their Subcontractors,

contractors, and suppliers in similar manner.

D. Final Payment to Contractor – Upon completion of the work and approval by RCSO and/or RCSO’s

designee, and upon receipt and approval of all closeout submittals required under the Contract

Documents and all final waiver(s) of lien, RCSO will pay the Contractor the final payment within thirty

(30) calendar days thereafter. The acceptance by the Contractor of final payment shall constitute a

release and waiver of any and all rights and privileges under the terms of the contract and shall relieve

RCSO from any and all claims or liabilities for anything done or furnished relative to the work or for

any act or neglect on the part of RCSO relating to or connected with the contract. Any payment,

however, final, or otherwise, shall not release the Contractor or his sureties from any obligations under

the contract.

Hold Harmless Agreement (Contractual Liability): The Bidder agrees to indemnify and save harmless

RCSO, including its appointed officials, employees, and agents against any and all claims, loss damage, injury,

liability, and court costs and attorneys’ fees incident thereto, including any claims made by employees of the

Bidder or any of their subcontractors, as well as all other persons, resulting directly or indirectly from the work

covered by this contract or the equipment used in connection therewith. It is understood that this agreement

shall apply to any and all such claims whether resulting from the negligence or the intentional acts of the

Bidder, or otherwise.

Bonds and Insurance: Contractor shall be required to provide all performance and completion bonds as

required by Federal, State, or Local Law Bonds and shall include, but not are not limited to those required

under the Public Construction Bond Act (30 ILCS 550/0.01 et. Seq.)

The Contractor shall maintain and furnish Certificates of Insurance to RSCO, all general liability coverage,

automobile liability coverage, and workers’ compensation insurance to the minimum limits set forth below.

All insurance noted below is primary and in no event will be considered contributory to any insurance

purchased by RCSO. All insurance noted below will not be canceled, reduced, or materially changed without

providing RCSO thirty (30) days advance notice, via certified mail. Each insurance coverage shall name

RCSO as an additional named insured on a primary & non-contributory basis.

All required coverages shall be from a company authorized to do business in Illinois and with at least a rating

of “A” or higher with a Best’s financial size category of Class XIV or higher, in the following types and

amounts:

A) Commercial General Liability Coverage *

72) 3) 4) 5) 1) $1,000,000 Per Occurrence

$500,000 Damage to Rented Premises (Each Occurrence)

$1,000,000 Personal & Advertising Injury

$3,000,000 General Aggregate ($2,000,000 will suffice)

$3,000,000 Products/Completed Operations Aggregate ($2,000,000 will suffice)

B) Commercial Automobile Liability Coverage *

(Only needed if operations include using vehicles on RCSO owned property)

1) $1,000,000 Combined Single Limit

C) Workers’ Compensation Coverage

(Only needed if Contractor has employees that will be on RCSO premises)

1) Statutory limits

2) Employers Liability Limits of $500,000/$500,000/$500,000

Evidence of Insurance:

The Contractor agrees that with respect to the above required insurance that:

a) All certificates of insurance shall have Rockford Charter School Organization named as an additional

insured and the address for certificate holder must read exactly as:

Rockford Charter School Organization,

an Illinois Not-for-Profit Corporation and Charter School

315 Summit Street

Rockford, IL 61107

b) Insurance Notices and Certificates of Insurance shall be provided to:

Rockford Charter School Organization,

an Illinois Not-for-Profit Corporation and Charter School

315 Summit Street

Rockford, IL 61107

Any and all deductibles or other forms of retention are the responsibility of the Bidder. All deductibles or other

forms of retention are subject to the approval of RCSO. The Bidder will disclose to RCSO in writing the

amounts of any deductible or self-insured retentions on the insurance required under this contract.

The Bidder waives any right of subrogation it may have or later acquire against RCSO.

The Bidder shall not commence work under this contract until they have obtained all insurance required under

this section and such insurance has been approved by RCSO, nor shall Bidder allow any subcontractor to

commence work on their subcontract until the same insurance has been obtained by the subcontractor. The

Bidder and their subcontractor(s) shall maintain all insurance required under paragraphs A through D of this

Section for not less than one (1) year after completion of this contract.

ADDITIONAL TERMS AND CONDITIONS – CONSTRUCTION PROJECTS:

8Definitions of Terms:

Contract Time: The number of working days or calendar days or combination allowed for completion

of the contract, including authorized time extensions.

Contractor: The individual, firm, partnership, joint venture, or corporation contracting with RCSO for

performance of prescribed work

Bidder: The individual, firm, partnership, joint venture, or corporation who applies to contract with

RCSO for performance of prescribed work.

RCSO: The Rockford Charter School Organization.

Plans: The approved plans, profiles, typical cross sections, working drawings, and supplemental

drawings, or exact reproductions thereof, which show the location, character, dimensions, and details

of the work to be done.

Specifications: The body of directions, provisions, and requirements contained herein, or in any

supplement adopted by RCSO, together with written agreements and all documents of any description

made or to be made pertaining to the method or manner of performing and paying for the work, the

quantities, and the quality of materials to be furnished under the contract.

Subcontractor: An individual, firm, partnership, or corporation who, with the written consent of RCSO

and/or RCSO’s designee, assumes obligation for performing specified work.

Work: Work shall mean the furnishing of all labor, materials, tools, equipment, and other incidentals

necessary or convenient to the successful completion of the project and the carrying out of all duties

and obligations imposed by the contract. Work may also be used in context to describe, in whole or in

part, the completed facilities to be constructed, altered or removed, as detailed in the contract. RCSO

and/or RCSO’s designee will have exclusive authority to determine the intent and remaining of the

usage of this term wherever it appears in the contract.

Intent: It is the intent of these specifications that the RCSO will procure all specified products of first-class

workmanship to ensure complete and acceptable product performance in all aspects, within the budget

limitations, and in accordance with offering procedures as outlined by the Statutes and Regulations of the State

of Illinois, applicable Federal Statutes and Regulations, and policies of RCSO.

Examination of Premises, Measurements, and Elevations: The Bidder shall verify all measurements

relative to the work, shall be responsible for the correctness of same. The Bidder will examine the site and the

premises and satisfy themselves as to the existing conditions under which the Bidder will be obligated to

operate. Failure of the Bidder to notify RCSO, in writing, of any condition(s) or measurement(s) making it

impossible to carry out the work as shown and specified, will be construed as meaning no such conditions

exist and no additional moneys will be added to the contract. To the extent applicable, the Contractor must

notify all utility companies that are a part of J.U.L.I.E. of the responsibility of each utility company to locate

its utilities. RCSO will not accept any liability or pay any additional costs in the event any unknown utilities

are uncovered which may result in the redesign, delay, or need for additional equipment on the job site.

9No claim whatsoever will be allowed to any contract for changes, extra work, or material, not included in the

Bidder’s original bid, or for a greater amount of money than the contract states is to be paid, for any reason,

including, but not limited to subsurface or latent physical conditions, or unknown physical conditions at the

site. The Bidder is responsible for making a full examination of the site of the proposed work, and bid

documents, specifications, general conditions, plans, special provisions, and contract forms before submitting

their bid. The Bidder is responsible for fully informing themselves as to the quality and quantity of materials

required, and the character of the work to be performed. Should, after inspection, the scope of the bid work be

increased and or the cost expectation increases, Bidder is responsible for coordinating such increases with

RCSO’s insurance carrier.

Additional Changes. Additional compensation for any labor or materials not clearly covered in the base bid

will be allowed only when prior approval for such work is granted. Failure to receive such approval, in writing,

shall indemnify RCSO from any costs associated with such request.

Licensing: The Contractor and their subcontractor(s) shall hold all required licenses, permits, qualifications

and certificates, and have duly registered and otherwise complied in all respects with all applicable federal,

state and local laws, regulations and ordinances applicable to the performance of this contract prior to the start

of any work.

Building Permits: The Contractor shall obtain all required building permits prior to the start of any work.

These permits may include City permits or permits required through the Regional Office of Education for

Boone-Winnebago Counties.

Performance Security: The Contractor shall furnish as performance security a Performance Bond and a Labor

and Material Payment Bond acceptable to RCSO prior to the start of any work. Each of the bonds shall be in

the sum of 120% of the contract amount (may NOT be a copy or facsimile). The performance bond shall: 1)

serve as security for faithful performance of the work; and 2) guarantee the work against defective

workmanship and material for a period of not less than one (1) year following acceptance of the work. The

Labor and Material Bond shall serve as security that all wages are paid and materials provided for the work

are paid by the Contractor. For contract awards that are less than $100,000.00, a Letter of Credit, in a form

suitable to RCSO, may be submitted as performance security, instead of a Performance Bond and a Labor and

Material Payment Bond.

Failure to Execute: Failure to execute the contract shall, at the option of RCSO, constitute a breach of the

agreement made by acceptance of the bid, and RSCO shall be entitled to forfeiture of the certified check, bank

draft, or Bid Bond accompanying the bid that is required, not as a penalty, but as liquidated damages. In the

event of failure of a Bidder to whom an award of contract has been made, to execute the contract and furnish

a Performance Bond within ten (10) days after notification of award, such award may be nullified, and an

award may be made to the next lowest responsive and responsible Bidder approved by RCSO.

Waiver of Lien: Where applicable, a Waiver of Lien and Contractor’s Affidavit must be submitted by the

Bidder, verifying that all subcontractors and material invoices have been paid prior to RCSO approving final

payment.

Cleanup of Jobsite. The Contractor shall be responsible for maintaining all work areas in a neat and orderly

manner. All ground areas shall be clean, neat, and orderly at the end of each day’s work. All roof top areas

shall be clean, and materials properly stored at the end of each day’s work. All waste receptacles shall be

emptied at the end of each day’s work, or properly secured so that entry to such container is restricted. Further,

10removal of all drippage of bitumen or adhesives from walls, windows, floors, and finished surfaces shall be

the contractor’s responsibility.

Notification of Work: The Contractor shall notify RCSO 48 hours prior to commencement of work and 24

hours prior to each inspection at 815-316-0093, Ext. 108.

Removal and Replacement: All removal and replacement items will be marked and measured for payment

prior to removal by the Contractor. Any removal beyond these lines will be replaced to the satisfaction of

RCSO and/or RCSO’s designee with no additional compensation.

Business/Resident Notification: The Contractor shall not close any street or private driveway without the

consent of the RCSO and/or RCSO’s designee and the proper notification of the affected business/resident.

Access to Work Areas. The contractor shall permit only authorized personnel into the work areas including,

but not limited to, the actual roof area. The foreman shall accept responsibility for identifying all persons

seeking access to work areas and secure all such areas from non-authorized personnel. As directed, the foreman

shall allow access to the work areas only to representatives approved by RCSO. It is suggested that notification

of this limited access policy be placed in a visible location so that enforcement of the policy is uniform.

Delivery of Materials. The delivery, storage, and protection of all materials shall be the responsibility of the

contractor. All materials shall be new and free from defects with the manufacturer’s label secure and legible.

All materials shall be stored with as much precaution as possible against weather, vandalism, and theft. All

roll goods should be stored on end and pallets should not be stacked. All rooftop storage should include the

proper “loading” of materials to avoid any concentration of structure loading. When such materials are

purchased directly by the contractor for said project, it shall be their obligation to replace all damaged or

missing materials.

ADDITIONAL TERMS AND CONDITIONS; SCOPE – PROJECT SPECIFIC

Scope of Work: This bid will be for the repair of identified areas of the RCSO school building’s roof in

accordance with the attached specifications. This roof shall consist of all the furnishings, repairs, and

installation of all roofing materials, insulation, fasteners, metal work, and other materials deemed to be a part

of the overall system as specified in the accompanying drawings, documents, and building specifications.

Work shall be completed in full accordance with these documents, except by prior written consent of RCSO.

All drawings necessary for the completion of the described roof area are contained within these documents.

Performance of Services: The Contractor shall supply all required supervision, skilled labor, transportation,

new materials, apparatus, and tools necessary for the entire and proper completion of the work. The Bidder

shall supply, maintain, and remove all equipment for the performance of the work and be responsible for the

safe, proper, and lawful construction, maintenance, and use of the same. This work shall be completed to the

satisfaction of RCSO.

All workers shall be thoroughly experienced in the particular class of work in which they are employed. RCSO

reserves the right to dismiss any workers who do not have available the skill(s) necessary to properly complete

any job they are so assigned.

11It is the contractor’s responsibility to have fully examined all factors relevant to the successful completion of

the specified work. Further, the contractor shall inform RCSO of any omissions, conflicts, discrepancies, or

other problems external to these documents. The superintendent or foreman shall be on the jobsite at all times

during working hours and in charge of all work. The superintendent or foreman shall enforce strict discipline

among all workers in his charge.

The Bidder shall provide adequate protection of the job site to protect the general public from any injury as a

result of the job. The Bidder shall provide all safeguards and suitable barricades to protect public and adjacent

property. RCSO is not responsible for site safety. The Bidder is solely and exclusively responsible for

construction means, methods, technologies, and site safety.

Project Completion. The Contractor shall be prepared to commence work within fifteen (15) days after the

award of contract, or as soon as weather conditions permit, unless otherwise specified by RCSO, and shall be

completed no later than three months from the date with which construction commences. Failure to begin the

project in an expeditious manner may result in the cancellation of this contract. The vendor shall advise RCSO

in writing three (3) working days prior to the start date. Should the vendor be unable to meet the scheduled

start date, RCSO reserves the right to cancel all pending contracts with said vendor.

Contact. All questions regarding these specifications should be directed to Dr. Ebony Wrenn at 815-316-0093

ext. 108.

Preconstruction Meeting. A preconstruction meeting will be conducted prior to the start of the project. The

meeting shall be attended by the Contractor, a representative of RCSO, and the contractor’s designated

foreman. The condition of the building and grounds areas shall be recorded, and the contractor shall be

responsible for the correction and/or repair of any damage to the facilities resulting from the related project.

Requirements for Jobsite.

1. RCSO will allow for use of sanitary facilities and drinking water use in a manner prescribed by Dr.

Ebony Wrenn. The Contractor and its employees will only have access to designated areas of the

school building and must not deviate from those approved locations.

2. Prior to entering the school building, the Contractor and their employees will be subject to a

temperature screening in accordance with school policy. Further the Contractor and their employees

shall be required to wear masks while on the jobsite. Should the Contractor wish to discuss these

requirements, they are directed to speak with Dr. Ebony Wrenn at 815-316-0093, Ext. 108.

3. Absolutely no alcoholic beverages or drugs of any nature (except certain approved prescription

medications) will be allowed on RCSO property at any time.

4. Any worker using abusive language or presenting an offensive appearance shall not be allowed to

remain on the property after such discovery.

Radios and/or other sound devices will not be allowed on the job site without the consent of RCSO.

The contractor will confine all equipment and storage of materials to areas which will allow RCSO to

maintain normal traffic and shall not unreasonably encumber the premises.

5. 6. 127. Failure to adhere to these expectations may result in termination of the Agreement and/or the expulsion

of offending employees from RCSO premises.

8. All of Contractor’s employees, agents, principals, and consultants shall abide by Federal, State, and

Local laws and RSCO policies while on RCSO premises. No employee, agent or principal of

Contractor and its consultants and vendors shall fraternize with any student of RCSO. Any employee

whose conduct is judged unfit by RCSO shall not be permitted to work on the project.

9. Contractor employees accessing school grounds are required to have in their possession identification

issued by RCSO. All such persons must check in with the school main office to receive a visitor’s

identification at which time the individual must present a government issued photo identification which

will be used to verify the individual’s name appears on the Certified Cleared Employee List. At the

conclusion of the workday, plastic or hard cover identification, if provided, must be returned to the

schools. Contractor warrants that it shall immediately notify RCSO if a certified cleared employee is

convicted of an enumerated offense or their name appears on any of the noted Databases. A violation

of this section is a material breach of contract.

Project Acceptance Procedures: A final inspection will be conducted by the Contractor and a representative

of RCSO. Such inspection shall be conducted immediately after notification of completion by the Contractor.

All items noted during the final inspection shall be completed within seven (7) working days from the date of

inspection. Working days are considered to be regular business days, excluding all holidays, Saturday, and

Sunday.

All final pay item quantities shall be agreed upon between RCSO and/or RCSO’s designee and the Contractor,

and a final invoice shall be submitted by the Contractor, complete with all required waivers of lien and surety.

Approval of the final pay estimate by the RCSO Board of Directors shall constitute acceptance of the project

by RCSO, and written notice of such action shall be given to the Contractor. The date of approval of the final

pay estimate shall be the Date of Acceptance and shall also be the date of the Start of Guarantee.

General Guarantee; Warranty: In addition to Manufacturer’s material warranty, Contractor shall provide a

one (1) year warranty on installation of roof. Further, Contractor warrants to RCSO that all materials and

equipment furnished under this contract shall be new and of the most suitable grade for the purpose intended

and that all work shall be of good quality, free from faults and defects and in conformance with the Contract

Documents. Prior to final completion, Contractor shall deliver to RCSO and/or RCSO’s designee all warranties

required under the Contract Documents, or to which Contractor is entitled from manufacturers, suppliers, and

Subcontractors. Unless otherwise provided, all warranties for products and materials incorporated into the

work shall begin on the date of Substantial Completion.

Neither the final payment, any provision in the Contract Documents nor partial or entire use or occupancy of

the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract

Documents or relieve the Contractor or its sureties of liability with respect to any warranties or responsibilities

for faulty or defective materials and workmanship. Contractor or its sureties shall remedy any defects in work

and any resulting damage to work at its own expense. Contractor shall be liable for correction of all damage

resulting from defective work. If Contractor fails to remedy any defects or damage, RCSO may correct the

defective work or repair damages and the cost and expense incurred shall be paid by or be recoverable from

the Contractor.

13Contractor warrants that the work shall be done in a workman like manner in strict accordance with the

Contract Documents and guarantees that the labor, material, and equipment will be free of defects for the

period stated in the Contract Documents, but in no event less than one (1) year from the date of Substantial

Completion.

14COMPLIANCE WITH STATE AND FEDERAL LAW; LABOR STANDARDS; PREVAILING

WAGE REQUIREMENTS

Contractor warrants that it will comply with any and all applicable federal, state, and local laws, ordinances

statutes, rules and regulations which may include, but are not limited to the following statutes set forth below.

Costs or associated expenses for any changes to contracts due to compliance with this subsection shall be the

responsibility of the Contractor. Contractor is responsible for identifying which laws are applicable to a

particular bid, considering that the Bid is being conducted by a public school.

Public Works Contract Change Order Act.

Contractor acknowledges that it has reviewed the Public Works Contract Change Order Act (50 ILCS 525/5

et seq.) and understands that this agreement shall be subject to the provisions therein. Should a change order,

or a series of change orders, which would constitute an increase of more than 50% of the original contract

price, or otherwise trigger the requirements of the Change Public Works Contract Change Order Act, be

required, such Change Order or series of Change Orders, shall be let out for bid as required by statute and

Ordinance, and shall be excluded from the purview and scope of this Agreement.

Substance Abuse Prevention on Public Works Projects Act.

Contractor acknowledges that it has reviewed the Illinois Substance Abuse Prevention on Public Works

Projects Act (820 ILCS 265/1 et seq.) and that it will prohibit employees, contractors, subcontractors, and sub-

subcontractors from using, possessing, distributing, delivering, or being under the influence of a drug, or use

of be under the influence of alcohol, while performing work on a public works project.

Contractor further warrants that it has in place a written program for in place for the prevention of substance

abuse by its employees, contractors, subcontractors, or subcontractors, and that a copy of the written program

for the prevention of substance abuse shall be filed with RCSO, pursuant to the Substance Abuse Prevention

on Public Works Projects Act (820 ILCS 265/1 et seq.), before commencement of work on the Project shall

begin.

Criminal History Records Checks.

To comply with 105 ILCS 5/10-21.9(f) and agree to: a) not allow any of its employees to have direct, daily

contact with one or more students if the employee was found guilty of any offense listed in 105 ILCS 5/10-

21.9(c) or 5/21B-80(c); b) prohibit any of its employees from having direct, daily contact with one or more

students in the employee was found guilty of any offense in 5/21B-80(b) (certain drug offenses) until seven

years following the end of the employee’s sentence for the criminal offense; c) require each of its employees

who will have direct, daily contact with one or more students(2) to cooperate during RCSO’s fingerprint-based

criminal history records check on him or her; and d) reimburse RCSO for the cost of the fingerprint-based

criminal history records check that the RCSO obtains on each employee of the Contractor who will have direct,

daily contact with a student(s).

Physical Fitness and Professional Growth.

To comply with 105 ILCS 5/24-5 and agrees to: a) concerning each employee who will have direct, daily

contact with one or more student(s), to provide RCSO with evidence of physical fitness to perform the duties

assigned and freedom from communicable disease and b) to require any new or existing employee who has

and will have direct, daily contact with one or more student(s) to complete additional health examination as

required by RCSO and be subject to additional health examinations, including tuberculosis screening, as

required by the Illinois Department of Public Health rules or order of a local health official.

15Public Construction Bond Act.

Contractors are required to provide all performance and completion bonds as required by State Statute and

Local Ordinance. Bonds required may include, but not are not limited to those required under the Public

Construction Bond Act (30 ILCS 550/0.01 et. Seq.)

Contractor warrants and acknowledges that it has reviewed the Public Construction Bond Act (30 ILCS

550/0.01 et seq.) and shall furnish to RCSO Bonds that contain terms in compliance therewith.

Patriot Act Compliance: Executive Order 13224 and Anti-Money Laundering.

The Contractor represents and warrants to RCSO that neither it nor any of its principals, shareholders,

members, partners, or affiliates, as applicable, is a person or entity named as a Specially Designated National

and Blocked Person (as defined in Presidential Executive Order 13224) and that it is not acting, directly or

indirectly, for or on behalf of a Specially Designated National and Blocked Person. The Contractor further

represents and warrants to RCSO that the Contractor and its principals, shareholders, members, partners, or

affiliates, as applicable, are not, directly or indirectly, engaged in, and are not facilitating, the transactions

contemplated by this Agreement on behalf of any person or entity named as a Specially Designated National

and Blocked Person.

The Contractor hereby agrees to defend, indemnify, and hold harmless RCSO, the RCSO Corporate

Authorities, and all RCSO appointed officials, officers, employees, agents, representatives, engineers, and

attorneys, from and against any and all claims, damages, losses, risks, liabilities, and expenses (including

reasonable attorneys’ fees and costs) arising from or related to any breach of the foregoing representations and

warranties.

Prevailing Wage Act.

The contractor acknowledges that it has reviewed the Illinois Prevailing Wage Act, has reviewed and agrees

to pay the applicable prevailing wage rates, as applicable, and which are in effect during project duration, and

will strictly comply with the Illinois Prevailing Wage Act and related requirements, including subcontractor

requirements.

Not less than the Prevailing Wages as found by the Department of Labor or determined by the court on review

shall be paid to laborers, workmen, and mechanics performing work under this contract. Current standards

are available on the Illinois Department of Labor web site at www.state.il.us/agency/idol/ (Illinois Prevailing

Wage Act – 820 ILCS 130/). Contractors are responsible for paying prevailing wage, when required, based

on the most current IDOL standards, throughout the term of the contract.

Public Act 095-0635 amends the Prevailing Wage Act and requires the successful contractor, before work

commences, to file with the Public Body certification that they have a substance-abuse program and provide

drug testing. All contractor’s bonds and subcontractor’s bonds shall include a provision as will guarantee the

faithful performance of such prevailing wage clause as provided by this bid specification or contract.

The Contractor shall be responsible for keeping, collecting, and submitting copies to RCSO, all records and

documentation, including, but not limited to, the certified payroll contemplated under the Act, which are

required, or may be required, under the Illinois Prevailing Wage Act (820 ILCS 130/0.01, et seq.), including

that documentation which is required from subcontractors and sub-subcontractors. Such documents shall be

submitted to the attention of the RCSO Finance Director, at 315 Summit Street, Rockford, IL 61107. The

Contractor further agrees to cooperate with RCSO in responding to any request by the Illinois Department of

16Labor, or other authorized agency or governmental or quasi-governmental unit of the State of Illinois in

providing documentation of compliance with the Illinois Prevailing Wage Act. Failure of the bidder to submit

certified payrolls may delay progress payments and future payments. Neither the Contractor nor any firm,

partnership, or association in which they have a substantial interest may be designated as an ineligible

contractor by the Department of Labor pursuant to 820 ILCS130/11a.

OSHA Requirements

The Occupational Safety and Health Act of 1970 (OSHA) “guarantees workers the right to a safe and healthful

workplace”. Under Section 5(a) (1) of the OSHA Act, the employer must “furnish to each of his employees’

employment and a place of employment which are free from recognized hazards that are causing or likely to

cause death or serious physical harm to his employees.”

There are times when RCSO must hire entitles and individuals (contractors) to perform services. To this end,

contractors hired by RCSO must perform their duties in a manner that is compliant with all state and federal

health and safety laws and industry guidelines. It is the responsibility of the contractor to ensure that their

personnel and subcontractors comply with all state and federal health and safety laws and regulations and

industry guidelines, including, but not limited to those set forth by: OSHA and related regulations, the Safety

Inspection and Education Act, the Health and Safety Act, the National Institute of Occupational Safety and

Health, the National Fire Protection Association, the Centers for Disease Control, American Industrial Hygiene

Association, the American Council of Governmental Industrial Hygienists, the Environmental Protection

Agency, and the Department of Transportation.

Sexual Harassment

The Contractor certifies that they have complied and will comply with the requirement of Section 2-105 of the

Illinois Human Rights Act (775 ILCS 5/2-105) with respect to sexual harassment policies. The terms of that

law, as applicable, are hereby incorporated into the Contract.

No Smoking/No Tobacco

RCSO is a smoke free campus. Bidder agrees that it and its employees will abide by RCSO’s no smoking/no

tobacco use policy (including snuff, electronic cigarettes, and e-vapor products) at all times while on RCSO

property.

Illinois Drug Free Workplace Act

The Contractor represents and certifies that it will provide a drug free workplace by complying with the Illinois

Drug Free Workplace Act (30 ILCS 580) and agrees to comply with the notification mandates and other

requirements in the Illinois Drug Free Workplace Act. For purposes of this document, “Contractor” is defined

in the Illinois Drug Free Workplace Act as “a corporation, partnership, or other entity with 25 or more

employees at the time of letting the contract, or a department, division, or unit thereof directly responsible for

the specific performance under a contract of $5,000 or more.”

I the undersigned certify that I have examined and carefully reviewed the above legal requirements and I

further understand which laws I must comply with. I further certify that upon submission of this bid, I have

the full authority to ensure compliance with any and all applicable legal requirements and that I shall ensure

such requirements are upheld during the course of my work should I be selected as Contractor for this project.

Dated this ______ day of ___________,20__.

Signature_____________________________________________

17Title_____________________________________

EQUAL EMPLOYMENT OPPORTUNITY CLAUSE

During the performance of this contract, the Contractor agrees as follows:

1. That it will not discriminate against any employee or applicant for employment because of race, color,

religion, sex, national origin, or ancestry; and further, that it will examine all job classifications to determine

if minority persons or women are underutilized and will take appropriate affirmative action to rectify any such

underutilization.

2. That, if it hires additional employees in order to perform this contract, or any portion hereof, it will

determine the availability (in accordance with the Commission’s Rules and Regulations for Public

Contracts) of minorities and women in the area(s) from which it may reasonably recruit, and it will hire for

each job classification for which employees are hired in such a way that minorities and women are not

underutilized.

3. That, in all solicitations or advertisements for employees placed by it or on its behalf, it will state that all

applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex,

national origin, or ancestry.

4. That it will send to each labor organization or representative of workers with which it has or is bound by

a collective bargaining or other agreement or understanding, a notice advising such labor organization or

representative of the Contractor’s obligations under the Illinois Fair Employment Practices Act and the

Commission’s Rules and Regulations for Public Contracts. If any such labor organization or representative

fails or refuses to cooperate with the Contractor in its efforts to comply with such Act and Rules and

Regulations, the contractor will promptly so notify the Illinois Fair Employment Practices Commission and

the contracting agency and will recruit employees from other sources when necessary to fulfill its obligations

there under.

5. That it will submit reports as required by the Illinois Fair Employment Practices Commission’s Rules and

Regulations for Public Contracts, furnish all relevant information as may from time to time be requested by

the Commission or the contracting agency, and in all respects comply with the Illinois Fair Employment

Practices Act and the Commission’s Rules and Regulations for Public Contracts.

6. That it will permit access to all relevant books, records, accounts, and work sites by personnel of the

contracting agency and the Illinois Fair Employment Practices Commission for purposes of investigation to

ascertain compliance with the Illinois Fair Employment Practices Act and the Commission’s Rules and

Regulations for Public Contracts.

7. That it will include verbatim or by reference the provisions of paragraphs 1 through 7 of this clause in

every performance subcontract as defined in Section 2.10 (b) of the Commission’s Rules and Regulations for

Public Contracts so that such provision will be binding upon every such subcontractor; and that it will also

include the provisions of paragraphs 1,5, 6, and 7 in every supply subcontract as defined in Section 2.10(a)

of the Commission’s Rules and Regulations for Public Contracts so that such provisions will be binding upon

every such subcontractor. In the same manner as with other provisions of this contract, the contractor will be

liable for compliance with applicable provisions of this clause by all its subcontractors; and further it will

promptly notify the contracting agency and the Illinois Fair Employment Practices Commission in the event

any subcontractor fails or refuses to comply therewith. In addition, no contractor will utilize any subcontractor

declared by the Commission to be non-responsible and therefore ineligible for contracts or subcontracts with

18the State of Illinois or any of its political subdivisions or municipal corporations.

NON-COLLUSION AFFIDAVIT OF PRIME BIDDER

State of )

) ss.

County of )

, being first duly sworn, deposes and says that:

(1) He/She is of , the Bidder that has submitted the attached Bid;

(2) (3) (4) (5) He/She is fully informed respecting the preparation and contents of the attached Bid and of all

pertinent circumstances respecting such Bid;

Such Bid is genuine and is not a collusive or sham Bid;

Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or

parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed,

directly or indirectly with any other Bidder, firm or person to submit a collusive or sham Bid in

connection with the contract for which the attached Bid has been submitted or to refrain from bidding

in connection with such contract, or has in any manner, directly or indirectly, sought by agreement or

collusion or communication or conference with any other Bidder, firm or person to fix the price or

prices in the attached bid or of any other bidder, or to fix any overhead, profit, cost element of the bid

price or the bid price of any other Bidder, or to secure though any collusion, conspiracy, connivance

or unlawful agreement any advantage against RCSO or any person interested in the proposed contract;

and The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion,

conspiracy, connivance, or unlawful agreement on the part of the Bidder or any of its agents,

representatives, owners, employees, or parties in interest, including this affiant.

(Signed)

(Name and Title)

Subscribed and sworn to before me

this day of , 20__

((Notary Public)

19My commission expires .

STATEMENT OF BIDDER’S QUALIFICATIONS

All bidders must fully disclose the following information in a clear and comprehensive manner. This statement

must be signed and notarized. If necessary, questions may be answered on separate attached sheets. The

bidder may submit any additional information he desires:

1. Name of bidder.

2. Permanent main office address.

3. Date organized.

4. If a corporation, where incorporated.

5. How many years have you been engaged in the construction business under your present firm or trade

name?

6. Itemize contracts currently in hand by client, term, and amounts.

7. General character of work performed by your company:

8. Have you ever failed to complete any work awarded to you.

9. Have you ever defaulted on a contract? Yes ______ No

10. Provide a complete listing of any past (last ten years) or pending litigation against the company and/or

any of its principals involving the actual or alleged failure to meet contractual obligations to provide

landscaping services.

2012. Experience in work similar in importance to contract being offered by RCSO.

13. Background and experience of the members of your organization, including principal owners and

officers.

16. Will you, upon request, fill out a detailed financial statement and furnish any other information that

may be required by RCSO to verify your capability to provide roofing required by the specifications,

contract documents and/or alternative bids?

17. YES______ NO_______

The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any other

information requested by RCSO in the verification the recitals comprising this statement of Bidder’s

Qualifications.

Dated at this day of , 20__.

By:

Its:

State of )

) ss.

County of )

being duly sworn deposes and says that he is of that the answers to the foregoing questions and all statements contained therein are true and correct.

Subscribed and sworn before me this day of My commission expires on .

, 20__.

and

21CERTIFICATE OF BENEFICIAL INTEREST

The following individuals have a beneficial interest of more than 7.5% in the bidding enterprise:

Name: Name: Name:

Address: Address: Address:

Position/Title: Position/Title: Position/Title:

Name: Name: Name:

Address: Address: Address:

Position/Title: Position/Title: Position/Title:

If a Corporation, the following individuals are the Officers and Directors:

Name: Name: Name:

Address: Address: Address:

Position/Title: Position/Title: Position/Title:

Name: Name: Name:

Address: Address: Address:

Position/Title: Position/Title: Position/Title:

State of )

) ss.

County of )

being duly sworn deposes and says that he is of that the answers to the foregoing questions and all statements contained therein are true and correct.

and

22Subscribed and sworn before me this My commission expires on .

day of , 20__.

BID SHEET

The undersigned, having examined the specifications and all conditions affecting the specified project,

including full and detailed examination of the current facility, the site itself, and the conditions located therein,

offer to furnish all services, labor, and incidentals specified for the price below. (Including all attachments to

the bid document)

The contractor certifies that they have visited the sites of the proposed work, before bidding, to thoroughly

familiarize them self with all existing conditions under which the work is to be done and acquaint them self

with any conditions which may affect the work. Failure to take this precaution will not relieve the contractor

from any obligations to comply strictly and fully with the terms of the contract and no allowance will be made

for the failure of the contractor to correctly estimate his time, material and bid price.

The undersigned Bidder certifies that they are not barred from bidding on this contract as a result of a

conviction for the violation of state laws prohibiting bid rigging or bid rotating, (720ILCS 5/33E-1, et seq.)

and is not delinquent in any taxes to the Illinois Department of Revenue. (65 ILCS 5/11-42.1-1)

It is understood that RCSO reserves the right to reject any and all bids and to waive any irregularities when,

in its opinion, the best interest of RCSO will be served by such action.

No bid will be accepted from or contract awarded to any person, firm, or corporation that is in arrears or is in

default to RCSO upon any debt or contract, or that is a defaulter, as surety or otherwise, upon any obligation

to RCSO, or had failed to perform faithfully any previous contract with RCSO.

Bidding Company Name:

I (We) propose to complete the following project as more fully described in the specifications for the

following:

BID AMOUNT

Project Bid (required) Total Cost

Materials & Installation/Repair of RCSO Roof – Standard Roofing $

EXCEPTIONS: Any exceptions must be clearly noted below. Failure to do so may be reason for

rejection of the bid. It is not our intention to prohibit any potential Bidder from bidding by virtue of the

specifications, but to describe the material and services actually required. RCSO reserves the right to accept

or reject any or all exceptions.

23Bidders exceptions are (if none, please state as such):

_____________________________________________________________________________________

_____________________________________________________________________________________

_____________________________________________________________________________________

_____________________________________________________________________________________

Number of Bid Packet Addendums Received:

___________

I the undersigned certify that I have examined and carefully prepared this from the above specifications

(including all attached drawings and exhibits) and have checked the same in detail before submitting

this proposal, that I have only incorporated the specified requirements in my bid, that I have completed

submitted all required data, and that I have full authority to make such statements and submit this

proposal on bidders behalf and that said statements are true and correct.

Dated this ______ day of ___________,20__.

Signature_____________________________________________

Title_____________________________________

24REFERENCES

List three (3) references that you have done similar work, service or supplied similar products to within the

last twelve-twenty-four (12-24) months (Only correct contact names and phone numbers will be acceptable).

RCSO strongly prefers that at least one (1) public school be listed as a reference.

Entity:

Address:

City, State, Zip Code:

Telephone Number:

Contact Person:

_______________________________________________________________________________________

Entity:

Address:

City, State, Zip Code:

Telephone Number:

Contact Person:

_______________________________________________________________________________________

Entity:

Address:

City, State, Zip Code:

Telephone Number:

Contact Person:

25DRAFT

RUBBER STAMPED, FAXED, COPIED, OR TYPED SIGNATURE WILL DISQUALIFY

YOUR BID MUST BE AN ORIGINAL SIGNATURE

CERTIFICATIONS

Vendor certifies that it has not been barred from contracting with a unit of state or local

government as a result of a violation of Section 33E-3 or 33E-4 of the Criminal Code of 1961, as

amended. ______Yes ______No

Vendor certifies that it is aware that all contracts for the Construction of Public Works are

subject to the Illinois Prevailing Wage Act (820 ILCS 130/1-12).

______Yes ______No

Under penalties of perjury, I certify that __________________________ is my correct Federal

Taxpayer Identification Number. I am doing business as a (please check one):

_____Individual

_____Sole Proprietorship

_____*Partnership

_____**Corporation

_____Not-for-Profit Corporation

_____Real Estate Agent

_____Government Entity

_____Tax Exempt Organization

(IRC 501(a) only)

_____Trust or Estate

_____ Medical and Health Care

Services Provider Corporation

*State full names, titles and addresses of all responsible principles and/or partners below;

______________________________________________________________________________

Name:_______________________________________________Title:_____________________

Address:______________________________________________________________________

______________________________________________________________________________

Name:_______________________________________________Title:_____________________

Address:______________________________________________________________________

______________________________________________________________________________

Name:_______________________________________________Title:_____________________

Address:______________________________________________________________________

______________________________________________________________________________

REQUEST FOR PROPOSAL (RFP) FOR MAINTENANCE/CUSTODIAL SERVICES
FOR JACKSON CHARTER SCHOOL IN ROCKFORD, ILLINOIS

Issued: May 8, 2025

I. INTRODUCTION

Jackson Charter School is committed to maintaining efficient operations within the

school. To do so, it is important that all functions of the school are properly managed.

The school is seeking experienced firms to perform maintenance/custodial services for

the school. In order for your proposal to be considered, it must meet all the deadlines

and requirements outlined throughout this request.

Proposals are due no later than May 14, 2025, at 5:00 P.M. CST

There is no obligation on the part of the Jackson Charter School to reimburse those

submitting proposals for the costs of preparing their responses to this RFP.

II. SCHOOL DETAILS

Jackson Charter School is public school in the Rockford Public School District 205.

The school welcomes students K-5. The school is considering outsourcing some or all

of maintenance and custodial functions for the school.

III. SCOPE OF SERVICES

The following scope of services is sought for the request for proposals. Please note, if any

proposal excludes any portion of the tasks set forth below, please specifically reference

which task or tasks are not included in your proposal response:

1 Provide a safe and clean learning environment.

Ensure the entirety of the interior and exterior of the property is sterilized, clean, and

in good working order at all times.

Remove all trash on schedule as outlined by School.

Dust and sanitize all reachable surfaces and touch points on schedule as outlined by

School.

Sweep, mop, and/or vacuum all floors on schedule as outlined by School.

Provide schedule and perform regular deep cleaning/polishing of floors (carpet and

hard surfaces).

Keep bathroom facilities stocked with toilet paper, Kleenex, paper towels, soap and

other necessary supplies.

Provide immediate customer service to staff with maintenance/janitorial needs.

Create and execute maintenance/janitorial schedule.

Complete maintenance tasks as capable, unless an additional vendor is needed.

Notify School Executive Director when additional contracted maintenance is required

for specialized work such as HVAC, plumbing or electrical work and ensure quality

work is completed in timely manner.

Assist School in developing and executing facility budget.

Supervise contracted maintenance/janitorial staff.

Provide sidewalk snow removal and salt application.

IV. REQUIREMENTS FOR APPLICATION

1. 2. 3. Proposed staffing structure for services provided. Include number of employees

proposed to be provided, hours per day and per week in addition to detailed daily,

weekly and monthly schedule of services to be provided.

Outline of any and all Fees for service, both monthly and annually, including any

additional costs for supplies or equipment used.

References must be provided identifying a minimum of three previous clients for

contact in which consulting services were performed. Prior work in school

settings and specifically with school leaders is preferred but not required.

V. PROPOSAL TIMELINE

The RFP will be posted on May 8, 2025. Consideration for this RFP will close

May 14, 2025, at 5:00 p.m.

2VI. NOTICE TO APPLICANTS

Jackson Charter School is soliciting competitive proposals for maintenance services

with the qualifications and experience listed throughout this document. Please email

or hand-deliver proposals to:

Dr. Ebony Wrenn

ewrenn@jacksoncharterschool.org

Jackson Charter School

315 Summit Street

Rockford, IL 61107

Proposals are due no later than 5:00 pm on May 14, 2025. Proposals will be

evaluated following this due date by the Board with a proposal selected at the May

15, 2025, School Board meeting.

VII. QUESTIONS/INQUIRIES

Please direct any questions and inquiries to:

Dr. Ebony Wrenn

ewrenn@jacksoncharterschool.org

Jackson Charter School

315 Summit Street

Rockford, IL 61107

3GENERAL TERMS AND CONDITIONS

“School” means Jackson Charter School.

“RFP” means a Request for Proposal issued by the

School at any time or times. “Bidder” means a person or entity submitting a proposal to the

School in response to an RFP; including successful Bidders who may also be referred to as

“Contractor”.

1. PROPOSAL OPENING. Proposals will be received at the Board Attorney’s Office or via the

specified email addresses until the date and time specified for closure. No other proposals will be

considered after this date and time unless it is evidenced and determined that the proposal was in

the School’s possession prior to the scheduled proposal opening time and date. Late proposals

shall be rejected and shall remain unopened. The School does not prescribe the method by which

proposals are to be transmitted; therefore, it cannot be held responsible for any delay, regardless

of the reason, in transmission of the proposals. All proposals delivered in person shall be hand

delivered to Jackson Charter School, 315 Summit Street, Rockford, IL 61107.

2. PROPOSAL PREPARATION. Proposals must be submitted on this form and all information

and certifications called for must be furnished. Proposals submitted in any other manner, or

which fail to furnish all information or certificates required, may be summarily rejected.

Proposals may be modified or withdrawn prior to the time specified for the opening of the

proposals. Proposals shall be filled out legibly in ink or typewritten with all erasures, strikeovers

and corrections initialed in ink by the person signing the proposal. The proposal shall include the

legal name of the Bidder, the complete mailing address, a valid email address, and be signed in

ink by a person or persons legally authorized to bind the Bidder to a contract. Name of person

signing should be typed or printed below the signature.

3. PROPOSAL ENVELOPES. Envelopes containing proposals must be sealed and addressed to

Jackson Charter School Board Chair Tamir Bell. The name and address of the Bidder must be

shown on the envelope. Proposing companies may submit proposals electronically to the email

addresses provided above.

4. ERRORS IN PROPOSALS. Bidders are cautioned to verify their proposals before submission.

Negligence on the part of the Bidder in preparing the proposal confers no right for withdrawal or

modification of the proposal after it has been opened. In case of error in the extension of prices

in the proposal, the unit prices will govern and bind Bidder.

5. RESERVED RIGHTS. The School reserves the right at any time and for any reason to cancel

an RFP, accept or reject any or all proposals or any portion thereof, or to accept an alternate offer

which meets all terms and conditions of the RFP. The School reserves the right to waive any minor

informality or defect in any RFP and proposal. Unless otherwise specified, the School will award

4a proposal or reject proposals within 90 days of the date of proposal opening. The School may seek

clarification from any Bidder at any time and failure to respond promptly is cause for rejection.

6. INCURRED COSTS. The School will not be liable for any costs incurred by Bidders in

responding to an RFP.

7. AWARD. The School will evaluate proposals and will award a contract to the lowest responsive

and responsible Bidder whose proposal, conforming to the solicitation and specifications will be

most advantageous to the School. Determination of the lowest responsible Bidder conforming to

the solicitation shall not be restricted to the price quotation alone, but will include such other

factors (where applicable) as (a) adherence to all conditions and requirements of the technical

specifications; (b) price; (c) qualifications of the Bidder, including past performance, financial

responsibility, general reputation, experience, service capabilities, and facilities; (d) delivery or

completion date; (e) product appearance, workmanship, finish, taste, feel, overall quality, and

results of product testing; (f) maintenance costs and warranty provisions; (g) repurchase or residual

value; and (h) other such related items. The School is interested in obtaining the best overall value

and reserves the right to make a selection based on its judgment of the proposal that is best suited

for the purpose intended. The School may (1) reject any or all proposals, (2) accept other than the

lowest Bidder, and (3) waive informalities or minor irregularities in proposals received. The School

may accept any item or group of items of an offer, unless the Bidder qualifies the proposal by

specific limitations. The School reserves the right to determine the lowest responsible Bidder on

the basis of an individual item, groups of items, or in any way determined to be in the best interests

of the School. A written award or acceptance of a proposal mailed or otherwise furnished to the

successful Bidder within the time for acceptance specified in the proposal shall result in a binding

contract without further action by either party provided, the School at its discretion may elect to

require a formal written contract in which event the binding contract is not formed until the written

contract is signed.

8. PRICING. The price quoted for each item is the full purchase price, including delivery to

destination, and includes all transportation and handling charges, premiums on bonds, material or

service costs, patent royalties and all other overhead charges of every kind and nature. Unless

otherwise specified, prices shall remain firm for the contract period. If at any time after a contract

is awarded, the successful Bidder(s) makes a general price reduction in the comparable price of

any material covered by the contract to customers generally, an equivalent price reduction based

on similar quantities and/or considerations shall apply to the contract for the duration of the

contract period (or until the price is further reduced). Such price reduction shall be effective at the

same time and in the same manner as the reduction in the price to customers generally. For the

purpose of this provision, a “general price reduction” shall mean any horizontal reduction in the

price of an article or service offered (1) to successful Bidder’s customers generally, or (2) in the

successful Bidder’s price schedule for the class of customers, i.e., wholesalers, jobbers, retailers,

etc., which was used as the basis for bidding on this contract. An occasional sale at a lower price,5or sale of distressed merchandise at a lower price, would not be considered a “general price

reduction” under this provision. The successful Bidder shall invoice the School at such reduced

prices indicating on the invoice that the reduction is pursuant to the “price reduction” provision of

this contract. The successful Bidder, in addition, shall within ten (10) days of any general price

reduction, notify the Principal and Board of Directors of such reduction by letter. Failure to do so

may result in termination of the contract.

Option year pricing, if any, may include price increases as stated in the proposal specifications.

9. DISCOUNTS. Prices quoted must be net after deducting all trade and quantity discounts.

10. INTERPRETATION OR CORRECTION OF BIDDING DOCUMENTS. Bidders shall

promptly notify the Jackson Charter School of any ambiguity, inconsistency or error which they

may discover upon examination of the RFP documents. Interpretations, corrections and changes

to the RFP may only be made by the issuance of an addendum by the School. Each Bidder shall

ascertain prior to submitting a prior that all addenda have been received and acknowledged in the

offer.

11. DEFAULT. If delivery of acceptable items or rendering of services is not completed by the

time promised, the School reserves the right, without liability, in addition to its other rights and

remedies, to terminate the contract by notice effective when received by Bidder, as to stated items

not yet shipped or services not yet rendered and to purchase substitute items or services elsewhere

and charge the Seller with any or all losses incurred. The School shall be entitled to recover its

attorney fees and expenses in any successful action by the School to enforce this contract.

12. INSPECTION. Materials or equipment purchased are subject to inspection and approval at the

School’s destination. The School reserves the right to reject and refuse acceptance of items which

are not in accordance with the RFP, instructions, specifications, drawings or data or Bidder’s

warranty (express or implied). Rejected materials or equipment shall be removed by, or at the

expense of, the Bidder promptly after rejection and if not removed within 10-calendar days after

notice, such shall be returned via collect shipping.

13. ROYALTIES AND PATENTS. Bidder shall pay all royalties and license fees. Bidder shall

defend all suits or claims for infringement of any patent, copyright or trademark rights and shall

hold the School harmless from loss on account thereof.

14. COMPLIANCE WITH LAWS AND REGULATIONS. Bidder represents and warrants that

throughout the term of any contract arising from award of a proposal and any extension thereof,

Bidder and all products shall be and shall remain in compliance with all applicable federal, state,

and local laws and regulations.

615. TERMINATION FOR CAUSE.

a) The School may terminate this contract in whole or in part, without liability:

if deliveries are not made at the time and in the quantities specified,

if the Bidder fails to perform any of the provisions of the RFP, the proposal, and the

resulting contract, or so fails to make progress as to endanger performance of the

contract in accordance with its terms, and in either of these circumstances does not cure

such failure within 30 days or such period of time as the School may direct,

if it is determined the successful Bidder knowingly falsified information provided to

the School,

if it is determined the successful Bidder offered substantial gifts or gratuities to a School

official, employee, or agent whether in their official capacity or not,

or in the event of a breach or failure of the Contractor to comply with any of the other

terms or conditions herein.

b) The School shall notify the contractor in writing of the specific nature of the breach and

shall request that it be cured. If the Contractor does not cure the breach within thirty (30)

days of such notice, the School may immediately terminate this contract. To terminate, the

School shall give notice to the Contractor in writing, and to the extent specified therein,

Contractor shall immediately terminate deliveries under the contract. Termination of the

contract shall not preclude the School from pursuing any and all remedies available to it at

law or at equity.

c) Any termination by the School, whether for default or otherwise, shall be without prejudice

to any claims for damages or other rights of the School against Contractor.

d) The School shall have the right to audit all elements of any termination claim and

Contractor shall make available to the School on request all books, records, and papers

relating thereto. The Contractor shall be paid only for the performance of work up to the

date of termination if the School exercises its right to terminate.

16. TERMINATION WITHOUT CAUSE. Unless otherwise specified in the RFP, a contract

resulting from award of a proposal may be unilaterally terminated by the School, for any or no

reason, upon sixty (60) days written advance notice to the Bidder. Bidder may submit claims for

actual work performed up to and including the day of notice of termination with appropriate

documentation supporting such claim for materials, labor, or acquired inventory for equitable

adjustment and any such material shall become the property of the School upon settlement.

17. ASSIGNMENT. The Bidder may not assign, subcontract, delegate or otherwise transfer this

contract or any of its rights or obligations hereunder, nor may it contract with third parties to

perform any of its obligations hereunder except as contemplated in this contract, without the

School’s prior written consent.

18. FORCE MAJEURE. Each Party shall be excused from liability for the failure or delay in

performance of any obligation under this Agreement by reason of any event beyond such Party’s

7reasonable control including but not limited to Acts of God, fire, flood, explosion, earthquake, or

other natural forces, civil or military authority, terrorists, war, civil unrest, accident, any strike or

labor disturbance, shortage or inability to obtain critical material or supplies, plague, epidemic,

pandemic, outbreaks of infectious disease or any other public health crisis, including quarantine

or other employee restrictions, or any other event similar to those enumerated above and beyond

the Parties’ control.

Such excuse from liability shall be effective only to the extent and duration of the event(s) causing

the failure or delay in performance and provided that the Party has not caused such event(s) to

occur and continues to use diligent, good faith efforts to avoid the effects of such event and to

perform the obligation. School’s payment obligations under this Agreement shall be tolled for the

duration of such force majeure and in proportion to the extent that Contractor’s performance is

delayed, suspended, or otherwise affected. If a Party’s non-performance under this section extends

for thirty (30) days or longer, the Party affected by such non-performance may terminate this

Agreement by providing written notice thereof to the other Party.

19. PROPOSAL CERTIFICATION. The Bidder’s signature on a proposal certifies: (a) The

proposal is genuine and not made in the interest of, or on the behalf of, any undisclosed persons,

firms or corporation and is not submitted in conformity with any agreement or rules of any group

association, or organization. (b) Bidder has not directly or indirectly induced or solicited any other

Bidder to enter a false or sham proposal. (c) Bidder has not solicited or induced any person, firm

or group to refrain from bidding. (d) Bidder has not sought by collusion or otherwise to obtain for

self-interest any advantage over any other Bidder or the Owner. The Bidder’s signature on the

Proposal Form certifies that they have read and understand the contents of this solicitation and

agree to furnish at the prices shown any or all of the items and/or services, subject to all

instructions, conditions, specifications and attachments hereto. Failure to have read all the

provisions of the RFP shall not be cause to alter any resulting contract, request additional

compensation, or relieve Bidder from obligation to perform under this contract.

20. MODIFICATIONS. This contract can be modified only by written bi-lateral modification

signed by the parties or duly authorized agents.

21. ADDENDA. If it becomes necessary to revise any part of the RFP, a written addendum will be

issued by the School and posted on the School webpage and may also be posted with Bonfire. If

the School issues written addenda, such addenda shall become part of the contract documents. A

Bidder who fails to review an addendum and who has previously submitted an offer, shall not be

relieved from any obligation in the proposal submitted.

22. BINDING EFFECT. The terms, conditions, provisions, and undertakings of any contract

formed by award of a proposal shall be binding upon and inure to the benefit of each of the parties

thereto and their respective successors and assigns.

823. EQUAL OPPORTUNITY EMPLOYER. Jackson Charter School is an Equal Opportunity

Employer and encourages proposals or proposals from any company or individual regardless of

race, gender, national origin, religion or age.

24. INSURANCE REQUIREMENTS. All Respondents/Contractors shall have a Certificate of

Insurance and provide policy endorsements evidencing specific coverage of the types of insurance

in the amounts specified below and deliver to the School only upon award of an RFP such

qualifying certificate or certificates of insurance. Coverage shall be placed with a responsible

company licensed to do business in the State of Illinois, and with a minimum insurance rating of

A: VII as found in the current edition of A M Best’s Key Rating Guide. Each policy shall bear an

endorsement precluding the cancellation or reduction of said policies without providing to the

School thirty (30) days prior notice thereof in writing. All required insurance shall be maintained

by the Contractor in full force and effect during the life of the Contract, and until such time as all

work has been approved and accepted by the School. The Contractor is responsible for all

insurance deductibles and Self-Insured Retentions. During the term of the Contract, Contractor

shall maintain insurance at or above the limits specified, and each such policy shall include the

School as an additional insured. Such policies shall cover any loss or liability that may be incurred

by the School, its board members, administrators, employees, staff members, agents, attorneys,

and all other representatives, resulting from Contractor’s maintenance, operation, or use of a

Vehicle in performing transportation services pursuant to the attached Contract, or from

Contractor’s performance of any other duty under the Contract. Contractor shall furnish all such

policies, with proper certification, to the School upon execution of the Contract. All such policies

shall contain a cancellation clause requiring the insurer for each respective policy to notify the

School at least thirty (30) days in advance of the expiration of that policy or any decreases in the

scope of its coverage below the requirements of this Section or the attached specifications. In the

event of such expiration or decrease, the School may withhold money due and owing to Contractor,

or which may become due and owing to Contractor, in an amount sufficient to obtain insurance to

the levels required by this Section, and may then apply those funds for that purpose. All deductibles

required by all such policies shall be paid by Contractor, and the School shall have no obligation

to pay them.

The insurance required by this section shall meet the minimum limits established in Section 12-

707.01 of the Illinois Vehicle Code, 625 ILCS 5/12-707.01, including a minimum of personal

injury liability insurance in the amount of $1,000,000 for any one person in any one accident, and

subject to the limit for one person, $5,000,000 for two or more persons injured by reason of the

operation of the vehicle in any one accident.

The cost of all policies required by this Section shall be reflected in the prices stated on the

Proposal Form, and Contractor shall not be entitled to receive from the School any additional

compensation for any such insurance costs. At all times during the term of the contract, the

9Contractor and its independent contractors shall maintain, at their sole expense, insurance coverage

for the Contractor, its employees, officers and independent contractors, as follows:

Insurance Type Minimum Acceptable Limits of Liability

Workers Compensation Statutory

Employers Liability

A. Each Accident

B. Each Employee-disease

C. Policy Aggregate-disease

$1,000,000

$1,000,000

$1,000,000

**Commercial General Liability ****

A. Per Occurrence

B. General Aggregate

1. General Aggregate – Property

2. General Aggregate – Per

Project

3. General Aggregate –

Products/Completed

$1,000,000

$5,000,000

$3,000,000

$3,000,000

Comprehensive Auto Liability

Uninsured Motorist Coverage

$5,000,000 bodily injury and property

damaged combined

$150,000 per person, $500,000 aggregate

Fire Legal Liability (any one fire) $100,000

General Umbrella Excess Liability $3,000,000 – $5,000,000*

**Business Auto Liability**** $1,000,000

*Minimum $3,000,000.00; maximum $5,000,000.00 as prescribed in the proposal documents

**An Additional Insured Endorsement as well as endorsements for Waiver of Subrogation and

Insurance is Primary and Non-Contributory to additional insured insurance coverage in addition

to a Certificate of Insurance

****Garage Liability (combines standard GL & Auto Liability) Garage Keepers Liability

If any policy or coverage is written as “claims made” then coverage must be maintained for 4 years

after project completion.

Notwithstanding the existence of required insurance, Contractor agrees it is responsible for injury

and damage to persons and property including such damages as may exceed the limits set forth

above, resulting from its own negligence and the negligence of its owners, employees, agents and

representatives and further for the negligence of others under Contractor’s direction and control

when arising from or in any way related to the bid and resulting contract and Contractor’s

performance of its contract obligations.

The School and its officers and employees shall be named as additionally insured on all certificates

of insurance. Insurance certificates shall also reference project name and RFP. Certificates can be

mailed to Jackson Charter School, 315 Summit Street, Rockford, IL 61107.