2021-04-19 - Ordinance 2021-026 - AUTHORIZING EXECUTION OF A CONTRACT WITH AMERICAN HOIST AND MANLIFT, FOR ELEVATOR MAINTENANCE SERVICESORDINANCE 2021-26
AN ORDINANCE AUTHORIZING EXECUTION OF A CONTRACT WITH AMERICAN HOIST AND MANLIFT FOR
ELEVATOR MAINTENANCE SERVICES
and
and
WHEREAS, the Village of Buffalo Grove is a home rule unit pursuant to the Illinois Constitution of 1970;
WHEREAS, the Village sought out companies qualified to provide the requested services and materials;
WHEREAS, the Village engaged in a competitive procurement process to obtain the best value for money.
NOW THEREFORE, BE IT ORDAINED BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF
BUFFALO GROVE, COOK AND LAKE COUNTIES, ILLINOIS, as follows:
SECTION 1. The foregoing recitals are hereby adopted and incorporated and made a part of this Ordinance as if
fully set forth herein.
SECTION 2. The Village Manager is authorized to execute a contract with American Hoist and Manlift at a price
not to exceed $47,494.79 for a five year agreement pending review and approval by the Village Attorney.
SECTION 3. If any section, paragraph, clause or provision of this Ordinance shall be held invalid, the invalidity
thereof shall not affect any other provision of this Ordinance.
SECTION 4. This Ordinance shall be in full force and effect from and after its passage and approval and not be
codified.
AYES: 5 — Stein, Ottenheimer, Weidenfeld, Johnson, Pike
NAYES: 0 — None
ABSENT: 1— Smith
PASSED: April 19, 2021
APPROVED: April 19, 2021
APPROVED:
BV 4 -4- -,4-
everly Sussman, rest ent
ATTEST:
•
Janet irabian, Village Clerk
AGREEMENT ACCEPTANCE
VoBG-2021-14
ELEVATOR MAINTENANCE
ACCEPTANCE
The Agreement/Proposal attached hereto and by this reference incorporated herein and m de a part hereof is
hereby accepted by the order of [Village of Buffalo Grove) ("Municipality") this ._ /s'r day of 7,4j -
20'Z-1.
This Acceptance, together with the Agreement/Proposal attached hereto, constitutes the entire and only
agreement between the parties relating to the accomplishment of the Work and the compensation therefore and
supersedes and merges any other prior or contemporaneous discussions, agreements, or understandings, whether
written or oral, and shall prevail over any contradictory or inconsistent terms or conditions contained in any purchase
order, acceptance, acknowledgement, invoice, or other standard form used by the parties in the performance of the
Agreement/Proposal. Any such contradictory or inconsistent terms or conditions shall be deemed objected to by
Municipality without further notice of objection and shall be of no effect nor in any circumstances binding upon
Municipality unless accepted by Municipality in a written document plainly labeled "Amendment to
Agreement/Proposal." Acceptance or rejection by Municipality or any such contradictory or inconsistent terms or
conditions shall not constitute acceptance of any other contradictory or inconsistent terms or conditions.
By:
Title: Village Manager
VoBG-2021-14 DUE: April 7, 2021 9:30 AM
Elevator Maintenance 42
INVITATION TO BID
VoBG-2021-14
BID DOCUMENTS AND SPECIFICATIONS
ELEVATOR MAINTENANCE
FOR THE VILLAGES OF BUFFALO GROVE, LIBERTYVILLE, AND WINNETKA
VILLAGE OF BUFFALO GROVE
50 RAUPP BLVD., BUFFALO GROVE, IL 60089
(847) 459-2525
-110
VoBG-2021-14 OUE; April 7, 2021 9:30AM
Elevator Maintenance 0
invitati^n to Bid
ITB NO: VOBG-2022-24
INVITATION TO BID ("ITB") ON: ELEVATOR MAINTENANCE
FOR
VILLAGES OF BUFFALO GROVE, LIBERTYVILLE, AND WINNETKA
Scope of work indudes: The maintenance, and repair of Elevator units currently owned by the Municipalities. These
devices are located at various facilities throughout the Municipalities. The intent of the Municipalities is to enter into
a term agreement with a single elevator maintenance contractor.
All work under this agreement shall comply with the Prevailing Wage Act of the State of Illinois, 920 ILCS 130/0.01
et seq. & the Employment of Illinois Workers on Public Works Act (30 ILCS 570/0.01 et. seq).
The Municipalities reserve the right to reject any and all bids or parts thereof, to waive any irregularities or
informalities in bid procedures and to award the agreement in a manner best serving the interest of the
Municipalities.
For the first year of the contract, April 30, 2021— May 1.2022, Municipalities can enter into the contract on a date
mutually agreed upon by the MPI Community and the Contractor. In subsequent contract years municipalities may
join the contract in accordance with the terms defined in Joint Procurement section of the attached contract.
NON -MANDATORY Walkthrough-All Contractors are encouraged to visit each building described in the Appendices
hereto. Village staff will conduct a Walkthrough of each facility on dates and times specified below. Attendance at
these walkthroughs is not mandatory; however, Contractors are warned that no allowance will be granted to bidders
unfamiliar with the work. Please contact the Municipality to schedule your walkthrough and get the meeting location.
Village of Buffalo Grove Village of Libertyville
Date of Walkthrough
9:00 A.M, on Tuesday, March 23,
2021
Date of Walkthrough
9:00A.M. on Monday, March 22,
2021
Village of Winnetka
Date of Walkthrough
9!00 A.M. on Wednesday, March 24,
2021
Contact for Appointment: Contact for Appointment: Contact for Appointment:
Nick Smith Daniel Juarez Steve Auth
Facilities Manager Facilities Manager Superintendent
847-459-2525 847-613-5181 847-716-3273
nsmith@vbg.org djuarez@libertyville.com sauth@winnetka.org
Timeline
Monday, March 29, 20219:30 AM Due date for all questions regarding the Work
("Question Due Date")
Wednesday, April 7. 20219:30 AM Bid Proposals due to the Village
("Bid Due Date")
VoBG-2021.14
Elevator Maintenance
DUE: April 7, 2021 910 AM
INSTRUCTIONS TO BIDDERS
QUESTIONS ON THE WORK
All comments, concerns and questions regarding the Work and these documents shall be addressed to the Village of
Buffalo Grove Purchasing Manager via email at BGfinance@vbg.org with the subject line "Elevator Maintenance 2021".
All comments, concerns and questions regarding the Work must be received by Monday, March 29, 20219-30 AM CST
on the Question Due date (defined above).
AID PROPOSAL DOCUMENTS
Each bidder must submit co ies of the following documents (collectively, the "Bid Proposal"):
1. Schedule of Prices
2. Contractor Information
3. Bid Bond
4. Contractor References
5. Disqualification of Certain Bidders
6. Anti -Collusion Affidavit and Contractor's Certification
7. Conflict of Interest
8. Tax Compliance Affidavit
9. Sub -Contractor Information
10. Participation Affidavit & Agreement Acceptance
BID SECURITY
Along with the Bid Proposal, each bidder must submit with its Bid Proposal a bank draft, cashier's check, certified check
or bid bond equal to at least five percent (5%) of the Total Contract price, as set forth in their Schedule of Prices (the
"Bid Security").
BID SUBMITTAL
All bid proposals must be submitted electronically through the Village's Vendor Registry online procurement system by
the Bid Due Date on Wednesday, April 7, 20Z1 9:30 AM. Hard copy bids will not be accepted. All bids will be opened
and read publicly via the GoToMeeting video conferenting platform https:llglobameetina com liojpL10842L45
or by calling into +AJ8721240-3212, Access Code: 308-423-245
In order to submit a bid proposal, bidders shall:
1. Go to www.vba.org/bids
2. Select on the project description, 'Elevator Maintenance 2022'and click the large red button at the top.
3. Log in to your account and enter your total bid price. This will be the as read bid price.
4. Bid Submittal Documents shall be a single attachment as a .pdf document (up to 200 MB)
VoBG-2021-14 Bid for Village of Buffalo Grove, Illinois
Elevator Maintenance 2021
NO WITHDRAWAL OF BIDS
No Bid proposal shall be withdrawn after the Bid Due Date without the consent of the Village for a period of ninety (90)
calendar days after the Bid Due Date.
VoSG-2021.14 DUE, April i, 2021 9:30 AM
Elevator Maintenance 2
I. Schedule of Prices — Routine Maintenance
INVITATION TO BID CON/TTCIRACT�,O�R` INFORMATION
Company Name: d 4l, Mow k1,51 LAM /10r4 IAA,
Address: 1591l / PWI L D IV/i/c aw/T Jl _
City, State, rip Code: 17�116X 6 -2'G .60�e9f
A. Buffalo Grove - Routine Maintenance
Schedule of Prices
Project Elevator Maintenance and
Re air
ITB# VoBG-2021-14
Public Works: 51 Raupp, 8lvd Buffalo Grove
Number of Units
Monthly Cost
Annual Cost
1
$ /& /. 00
$ Y7 o
Police Department: 46 Raupp, Blvd Buffalo Grove
Number of Units
Monthly Cost
Annual Cost
f o -
$ vo
Village Hall: 50 Raupp, Blvd Buffalo Grove
Number of Units
Monthly Cost Annual Cost
1
$ /&/ $ / ? ao
Arboretum Golf Course: 401 Half Day Rd., Blvd Buffalo Grove
Number of Units
Monthly Cost
Annual Cost
1
$ /&/ ead
Total Annual Cost
$ %� • o� -
vv
$ � -7o;Lg-
-
A.
A. Total Annual Cost in Writing $
B. Winnetka
Village of Winnetka: 510 Green Bay Rd.
Number of Units Monthly Cost Annual Cost
1 $ / 0/ 00
B. Total Annual Cost
B. Total Annual Cost in Writing
VoBG 2021-14
Elevator Maintenance
DUE; April T, 2021 9.30 AM
I. Schedule of Prices - Routine Maintenance cont.
C. Libertyville
Village of Libertyville:118 W. Cook
Number of Units Monthl Cost �ff
Annual Cost
Schertz Building: 200 E. Cook
Number of Units Monthly Cost
Annual Cost
1
$
$
Civic Building:135 W. Church
Number of Units MonthIX Cost
Annual Cost
_
/ 'l
Sports Complex: 1950 N. Hwy 45
Number of Units Monthly Cost
Annual Cost
Parking Garage Lake: 151 Lake
Number of Units Monthly Cost
Annual Cost
Fire Station 1:1551 N. Milwaukee
Number of Units Monthly Cost
Annual Cost
-U
of
1 $ 188, $ a
Parking Garage 123 W. Church
Number of Units Monthly Cast Annual Cost
C. Total Annual Cost $ 36-$ 00
C. Total Annual Cost in Writing $ " Zt J&-7V.
T
a�
Total Bid Price for all Municipalities A+B+C
Vo8G-2021-14 DUE: Aril 7, 2021 9:30 AM
Elevator Maintenance 4
II. Schedule of Prices - Labor Rates
Labor rates for additional work, overtime work/callback.
Business Hours After Hours Weekend Hours Hourly Rate
Monday- Monday - Friday Saturday - Federal Holiday
Friday Sunda
Mechanic
$ o1
$ .. coS
$ 5
S
LI3
$ /6o
Sa�Assistant
$ a
a�
Markup of
Materials
Above Vendor
Cost
Equipment
Fees (if
applicable)
Trip
Charge (if
ap p lice
Minimum Call -
out Hours
rate sheet if
After, Weekend, and Federal Ha
Outside of Normal Business Hours
on -can Response times
Emergency Callback
Non -Emergency Callback
Number of Employees Available for Emergency Calls
III. WARRANTY DETAILS
Warranty Terms as found in the Specifications herein.
Details
Warranty period of workmanship
i
VoBG-202144
Elevator Maintenance
% C %
Hours only.
lr�wuarairavuia
List Time Unit Below
DUE: April i, 2021 9:30 AM
5
BIDS SHALL BE ACCOMPANIED BY BID SECURITY IN AN AMOUNT NOT LESS THAN FIVE PERCENT (5%) OF THE AMOUNT OF THE
TOTAL BID.
All work under this agreement shall comply with the Prevailing Wage Rate Act of the State of Illinois, 820 ILCS 130/OAl et seq.
& the Employment of Illinois Workers on Public Works Art (30 ILCS 570/0.01).
NOTE TO BIDDERS; Any and all exceptions to these specifications MUST be clearly and completely indicated on the bid sheet.
Attach additional pages if necessary. Please be advised that any exceptions to these specifications may cause your bid to be
disqualified.
CONTRACTOR INFORMATION: Contractor shall submit the following certified information with the bid:
Contractor is currently engaged in the ysser Icing of Elevator equipment and has been for the previous twenty
(20) years. q/fiG(s,r��dti !"r7
Contractor shall have technical qualifications of at least ten (10) years maintaining microprocessor -based
Elevator equipment. Qualification shall be based on having trained supervisory and installation personnel and
the facilities to install the Elevator equipment proposed in the Chicago area.
Contractor shall submit a list of installations totaling 200 Elevators where full maintenance service contracts
similar to the type required under this Bid are in effect.
Do you agree thatescalating prices shall be no more than the Consumer Price Index for All Urban Consumers (CPI-U) in the Chicago
area or 2% whichever is less., for each of the possible three (3), one (1) year extensions (pleas i 'tial)?
Yes No
THE SECTION BELOW MUST BE COMPLETED IN FULL AND SIGNED
The undersigned hereby certifies that they have read and understand the contents of this solicitation and agree to furnish at the prices
shown on any or all of the items above, subject to all instructions, conditions, specifications and attachments hereto. Failure to have read all
the provisions of this solicitation shall not be cause to after any resulting agreement or to accept any request for additional compensation.
By signing this bid document, the bidder hereby certifies that they are not barred from bidding on this agreement as a result of a violation of
either Section 13E-3 or 33E-4 of the Illinois Criminal Code of 1961, as amended.
h
Authorized Stgnaturev %'��{ � Company Name:
Typed/Printed Name: Date:
Title: G G /LIIh-'wot7L p _ Telephone Number:_ 10 �'
Email tJGCcJ ci 111PIZU14 �(/n, cot"t
VoBG 2021-14 DUE: April t, 2021 9:30 AM
Elevator Maintenance 6
GENERAL TERMS AND CONDITIONS
I. INTENT
it is the Intent of the Villages of Buffalo Grove, Libertyville, and Winnetka (collectively, the "Municipalities"), intend to jointly
bid the maintenance and repair of elevator units currently owned by the Municipalities. These devices are in operation and
located at various facilities throughout the Municipalities as indicated in Appendix A. The intent of the Municipalities is to
enter into a term agreement with a single elevator maintenance contractor.
The work performed shall be in accordance with the provisions of the Illinois Prevailing Wage Act B20 ILCS 230/0.01 et seq.
and Employment of Illinois Workers on Public Works Act (30 ILCS 570/0.01).
2. Non -Mandatory Walk4rough
All Contractors are encouraged to visit each building described in the Appendices hereto. Village staff will conduct a walkthrough
of each facility on dates and times provided on page one (1). Attendance at this walkthrough is not mandatory; however,
Contractors are warned that no allowance will be granted to bidders unfamiliar with the work.
3. BID PRICE
Within the Schedule of Prices, please provide pricing for maintenance of elevators for the Municipality as identified herein.
Additionally, please provide labor rates for unscheduled maintenance calls and emergencies in the Section 11— Labor Rates. The
Section III —Warranty Details shall be filled in as well.
Routine Maintenance rates shall include all tralnsportation costs, fuel surcharges, tools, equipment fees, and testing
equipment necessary to perform preventative maintenance and repairs during regular business hours. No allowances shall
be made for transportation or mobilization costs, routine/standard equipment and incidentals.
Emergency Callback service, the Contractor shall be compensated for the Afterhours Work, Holiday Hours, and travel time at
the rates listed in Schedule of Prices — Labor Rates. Invoicing shall only include hours spent at the work site, and data
that substantiates completion of the work related to the Emergency/disaster is required by the Municipal Contact and is
essential for the authorization of payment.
In the event additional equipment and/or materials are necessary to perform services, the Contractor shall receive prior written
approval from the Municipality. Failure to obtain prior approval could result in non-payment by the Municipality.
Each Municipality reserves the right to award the bid, in part or in whole or to not award, whatever is deemed to be in the best
interest of the Municipality.
4. SECURITY GUARANTEE
Each bidder shall submit a Old Bond, Certified or Cashier's Check in the amount of 5% to the Village of Buffalo Grove to serve as
a guarantee that the bidders shall enter into an agreement with the Municipalities to perform the work identified herein, at the
price bid, As soon as the bid prices have been compared, the Village of Buffalo Grove will return the bonds of all except the three
lowest responsible bidders. When the Agreement is executed the bonds of the two remaining unsuccessful bidders will be
returned. The bid bond of the successful bidder will be retained until the payment bond and performance bond have been
executed and approved, after which it will be returned.
Any bid not complying with the Security Guarantee requirement will be rejected as non -responsive.
VoBG 2021-14 DUE; April 7, 2021 9.30 AM
Elevator Maintenance 7
S. CONTRACT BONDS
The successful Contractor shall furnish within ten (10) calendar days after being notified of the acceptance of bid:
5.1 A performance bond satisfactory to each Municipality, executed by a surety company authorized to do business in the
State of Illinois, in an amount equal to 100 percent (100%) of the purchase order issued by each Munidpality as security
for the faithful performance of the Municipalitys agreement; and
5.2 A payment bond satisfactory to each Municipality, executed by a surety company authorized to do business in the State
of IUinois, for the protection of all persons supplying labor and materials to the Contractor or Subcontractors for the
performance of work provided for in the agreement, in an amount equal to 100 percent (100%) of the purchase order
issued by each Municipality.
5.3 Documents required by section 5 must be received and approved by the Municipality before a written agreement will be
issued.
All bonds must be from companies having a rating of at least A -minus and of a class size of at least X as determined by A.M. Best
Ratings.
6. VOLUMVESTiMATED QUANTITY
The quantities indicated are estimates quantities. The Municipalities do not guarantee any specific amount and shall not be
held responsible for any deviation. This agreement shall cover the Municipality's requirements whether for more or less than
the estimated amount.
The Municipalities reserve the right to increase and/or decrease quantities, add or delete locations, or add/delete a
Municipality during the term of the Agreement, whatever is deemed to be in the best interest of the Municipalities.
On the Schedule of Prices, where the quantityis identified as "0", it is the intent of the Municipality to solicit a unit price for
the item identified. The bidders should not include the unit pricing in their total.
7, AWARD
Award shall be made to the lowest responsive and responsible bidder who best meets the specifications including financial
capacity to perform, experience and qualifications performing similar work, and scheduling based upon the evaluation criteria
specified herein.
Award shall be made by each Municipality on a total lump sum for Its pa lion of the base bid. The Municipalities reserve the
right to award in part or in whole or not award any portion of the bid, whatever is deemed to be in the best interest of the
Municipalities. Each Municipality further reserves the right to reject any or all bids.
Each year, the individual Municipalities shall award their work to the Contractor independently of each other after having
secured permission to do so from their respective corporate authorities. Work shall proceed in an individual Municipality per
its scheduling with the Contractor regardless of whether all of the Municipalities' corporate authorities have approved their
awards to the Contractor for their respective work by the individual Municipality's scheduled start date.
S. TERM
The Agreement shall be in effect for two (2) years from the date of award. The Municipality reserves the right to renew this
agreement for three (3) additional one (1) year periods, subject to acceptable performance by the Contractor. At the end of
any agreement term, each Municipality reserves the right to extend this agreement for a period of up to sixty (60) calendar
days for the purpose of getting a new agreement in place.
for any year beyond the initial two years, this agreement is contingent upon the appropriation of sufficient funds by each
Municipality; no charges shall be assessed for failure of a Municipality to appropriate funds in future agreement years. Written
requests for price revisions after the first two (2) year period shall be submitted at least Sixty (60) calendar days in advance of
the annual agreement period. Requests must be based upon and include documentation of the actual change in the cost of the
components involved in the agreement and shall not include overhead, or profit
Each Municipality reserves the right to reject a proposed price increase and terminate the agreement.
VoBG-2021-14 OUE., April 7, 2021 9:30 AM
Elevator Maintenance 8
9. ESCALATION
Written requests for price revisions after the first two year period shall be submitted at least sixty (60) calendar days in
advance of the annual agreement period, Requests must be based upon and include documentation of the actual change in
the cost of the components involved in the agreement and shall not include overhead, or profit and pursuant to the CPI -All
Urban Consumers, Chicago or 2% whichever is less.
Each Municipality reserves the rightto reject a proposed price increase and terminate the agreement.
10. CERTIFICATIONS
The contractor must have and maintain all certifications as required by law.
11. REFERENCES
The Contractor shall provide customer references using the form identified herein. Each bidder must provide references
where work has been performed within the last five (5) years, as a full-time firm, primarily, continuously and actively engaged
In the work as identified in the Scope of Work.
The Municipalities reserve the right to consult references, financial statements, and any other resources to determine the
capability of the bidder.
12, ADDITIONS/DELETIONS
Equipment may be added or deleted during the term of this agreement. Pricing for added equipment shall be consistent with
pricing submitted for similar sized ELEVATOR Units as identified in the proposal herein.
13. JOINT PURCHASING/PURCHASING EXTENSION
The purchase of goods and services pursuant to the terms of this Agreement shall also be offered for purchases to be made by
the Municipalities, as authorized by the Governmental Joint Purchasing Act, 30 ILCS 525/0.01, et seq, (the "Act*). All purchases
and payments made under the Act shall be made directly by and between each Municipality and the successful bidder. The
bidder agrees that the Village of Buffalo Grove shall not be responsible in any way for purchase orders or payments made by the
other Municipalities. The bidder further agrees that all terms and conditions of this Agreement shall continue in full force and
effect as to the other Municipalities during the extended term of this Agreement.
Bidder and the other Municipalities may negotiate such other and further terms and conditions to this Agreement ("Other
Terms") as individual projects may require, In order to be effective, Other Terms shall be reduced to writing and signed by a
duly authorized representative of both the successful bidder and the other Municipality.
The bidder shall provide the other Municipalities with all documentation as required in the ITB, and as otherwise required by the
Village of Buffalo Grove, including, but not limited to:
100% performance and payment bonds for the project.
Certificate of Insurance naming each additional Municipality as an additional insured
Certified payrolls to each additional Municipality for work performed
VOBG-2021 11 DUE: April 7, 2021 9130 AM
Elevator Maintenance 3
14. DOCUMENT OBTAINED FROM OTHER SOURCES
The Village of Buffalo Grove is the only official source for bid packages and supporting materials. Registration on the Village
of Buffalo Grove website at www.vbg.oreJbids with the Village of Buffalo Grove is the only way to ensure bidders receive all
Addenda and other Notices concerning this project The Village of Buffalo Grove cannot ensure that bidders who obtain bid
packages from sources other than the Village of Buffalo Grove will receive Addenda and other Notices. All bidders are advised
that bids that do not conform to the requirements of this bid package, including compliance with and attachment of all Addenda
and other Notices, may, at the Village of Buffalo Grove's discretion, be rejected as nonresponsive and/or the bidder disqualified.
15. CONTACT WrM VILLAGE PERSONNEL
All bidders are prohibited from making any contactwith the municipalities' Presidents, Trustees, or any other official or employee
or agent of the municipalities (collectively, "Municipal Personnel") with regard to the project, other than in the manner and to
the person(s) designated herein. The Buffalo Grove Village Manager reserves the right to disqualify any bidder found to have
contacted Municipal Personnel in any manner with regard to the Project. Additionally, if the Buffalo Grove Village Manager
determines that the contact with Municipal Personnel was in violation of any provision of 720 ILC $ 5/33E, the matter will be
turned over to the Cook County State's Attorney for review and prosecution.
16. ADDITIONAL INFORMATION
Should the bidder require additional information about this bid, submit questions via email to BGfinanceklvbg.org with the
subject line "Elevator Maintenance 2021" no later than 9:30 A.M. on Monday, March 29, 2021.
ANY and ALL changes to these specifications are valid only if they are included by written Addendum from the Village of Buffalo
Grove to All Bidders. No interpretation of the meaning of the plans, specifications or other agreement documents will be made
orally. Failure of any bidder to receive any such addendum or Interpretation shall not relieve the bidder from obligation under
this bid as submitted. All addenda so issued shall become part of the bid documents. Failure to request an interpretation
constitutes a waiver to later claim that ambiguities or misunderstandings caused a bidder to improperly submit a bid.
The Village of Buffalo Grove recognizes that in some cases the information conveyed in this ITB may provide an insufficient
basis for performing a complete analysis of the TTB requirements. Prospective bidders are, therefore, requested to make the
best possible use of the information provided, without the expectation that the Village of Buffalo Grove will be able to answer
every request for further information or that the schedule for receipt and evaluation of proposals will be modified to
accommodate such request.
17. DISCLOSURE OF POTENTIAL OR ACTUAL CONFLICT OF INTEREST (30 ILCS 300/SO.35)
Each Municipality's Code of Ethics prohibits public officials or employees from performing or participating in an official act or
action with regard to a transaction in which he has or knows he will thereafter acquire an interest for profit, without full public
disclosure of such Interest. This disclosure requirement extends to the spouse, children and grandchildren, and their spouses,
parents and the parents of a spouse, and brothers and sisters and their spouses.
To ensure full and fair consideration of all bids, the Municipalities require all Bidders to investigate whether a potential or
actual conflict of interest exists between the Bidder and any Municipality, their officials, and/or employees. ff the Bidder
discovers a potential or actual conflict of interest, the Bidder must disclose the conflict of interest in its bid, identifying the
name of the municipal official or employee with whom the conflict may exist, the nature of the conflict of interest, and any
other relevant information. The existence of a potential or actual conflict of interest does NOT, on its own, disqualify the
disclosing Bidder from consideration. Information provided by Bidders in this regard will allow the Municipalities to take
appropriate measures to ensure the falmess of the bidding process.
The Municipalities require all bidders to submit a certification, enclosed with this bid packet, that the bidder has conducted the
appropriate investigation and disclosed all potential or actual conflicts of interest.
By submitting a bid, all Bidders acknowledge and accept that if a Municipality discovers an undisclosed potential or actual
conflict of interest, that Municipality may disqualify the Bidder and/or refer the matter to the appropriate authorities for
investigation and prosecution.
VOBG 2021-14 DUE: April 7, 2021 9:30 eu
Elevator Maintenance 10
18. SILENCE OF SPECIFICATIONS
The apparent silence of specifications as to any detail or apparent omission from a detailed description concerning any portion
shall be interpreted as meaning that only the best commercial material or practice shall prevail and that only items of the best
material or workmanship to be used.
19. NEW PARTS AND MATERIALS: TITLE
Equipment and materials must be of current date (latest model or supply) and meet specifications. This provision excludes the
use of surplus, re -manufactured or used products, whether in part or in whole, except where specifications explicitly provide
therefore. Further, the bidder warrants that it has lien free title to all equipment, supplies, or materials purchased under the
terms of this agreement.
For all parts supplied as part of this agreement, no more than a Ift markup will be allowed on all parts that are charged to the
Municipalities. The Contractor shall furnish original purchase receipt to the Municipalities upon request for verification purposes.
20. PREVAILING WAGE ACT (820 ILCS 130/0.01, et seq)
The Municipality is an Illinois unit of local government and the Work hereunder is subject to the Illinois Prevailing Wage Act, 820
1LCS 130/0.01, et seq.
Pursuant to PA 100-1177 the Illinois Department of Labor (IDOL) has activated an electronic database (Payroll Portal) capable of
accepting and retaining certified payrolls submitted under the State of Illinois Prevailing Wage Act (820 ILCS/130/1). All
contractors and subcontractors completing work forthe Municipality pursuantto the Act must submit all certified payroll through
the IDOL Payroll Portal.
Consequently, the Contractor and each subcontractor shall submit with their application for payment(s) the email certification
received from their IDOL Payroll Portal submittal with each of their pay requests. Any delay in processing the payments due to a
lack of aforementioned email certification shall not be an event of default by the Municipality and shall not excuse any delay by
the Contractor who shall proceed with the Work as if no delay in payment has occurred. The Contractor and Municipality shall
agree to take any further steps not outlined above to ensure compliance with the Prevailing Wage Act. Upon two business days'
Notice, the Contractor and each subcontractor shall make available to the Municipality their records to confirm compliance with
the Prevailing Wage Act. Finally, to ensure compliance with Prevailing Wage Act, the Contractor and each subcontractor shall
keep for a period of not less than 5 years after the Work has been completed records of all laborers, mechanics, and other
workers employed by them for the Work; the records shall include each worker's name, address, telephone number,
classification or classifications, the hourly wages paid in each period, the number of hours worked each day, the starting and
ending times of work each day and, when available, last four digits of the social security number
Link to the Illinois Department of labor prevailing wage portal,
https://www2Al inois_.govrdo►/Laws-Rules/CONM ED/Pages/Prevai li ng-Wage-Portal.aspx
21. EMPLOYMENT OF ILLINOIS WORKERS ON PUBLIC WORKS ACT (301LCS S70/0.01 et.seq.)
Pursuant to 30 ILCS 570/0.01 et. seq., any month immediately following 2 consecutive calendar months during which the level
of unemployment in the State of Illinois has exceeded 5% as measured by the United States Department of Labor, the Contractor
shall employ only Illinois laborers on this project unless Illinois laborers are not available, or are incapable of performing the
particular type of work involved, which the contractor much certify with the Village of Buffalo Grove's Purchasing Manager,
22. ILLINOIS HUMAN RIGHTS ACT (775 ILCS 5/)
In the event of the Contractor's non-compliance with the provisions of the Equal Employment Opportunity Clause, the Illinois
Human Rights Act or the Applicable Rules and Regulations of the Illinois Department of Human Rights ("Department"), the
contractor may be declared ineligible for future contracts or subcontracts with the State of Illinois or any of its political
subdivisions or municipal corporations, and the agreement may be cancelled or voided in whole or part, and such other sanctions
or penalties may be imposed or remedies invoked as provided by statute or regulation.
VoBG 2021-14 DUE- April 7, 2021 9:30 AM
El"or Maintenance 11
23. SUBSTANCE ABUSE PREVENTION ON PUBLIC WORK PROJECT ACT
Contractor shall comply with the provisions of 820 ILCS 265/1, of seq., which include prior to commencement of work on a
municipal project, having in place a written substance abuse program for the prevention of substance abuse among its
employees which meets or exceeds the program requirements Identified in this Act. The substance abuse policy shall be
submitted in writing to the Municipality and shall be made available to the general public.
25. TOXIC SUBSTANCES DISCLOSURES
All bidders must comply with the requirements of the Toxic Substance Disclosure to Employees Act (820 ILCS 255/1 et. seq.), for
any materials, supplies, and covered by said Act.
26, WAIVER OF WORKERS COMPENSATION/OCCUPATIONAL DISEASE EXPENSE REIMBURSEMENT
The Contractor agrees to waive any and all rights to reimbursement of workers' compensation expenses under Section 1(a)(4)
of the Illinois Workers' Compensation Act (820 ILCS 305), and as amended, and the Contractor agrees to waive any and all
rights to reimbursement of occupational disease expenses under Section 1(a)(3) of the Illinois Occupational Diseases Act (820
ILCS 310), and as amended.
27, RESPONSIVE BID
27.1 A "Responsive Bid" is defined as a "bid which conforms in all material respects to the requirements set forth in the
"Invitation for bids." Bidders are hereby noted that any exceptions to the requirements of this bid may be cause for
rejection of the bid.
27.2 Bidders shall promptly notify the Village of Buffalo Grove of any ambiguity, inconsistency or error which they may discover
upon examination of the bidding documents. Interpretations, corrections and changes will be made by addendum. Each
bidder shall ascertain prior to submitting a bid that all addenda have been received and acknowledged in the bid.
28. UNBALANCED BIDS
Any bid which is materially unbalanced as to prices for the Base Bid and/or Optional Bid Items may be rejected. An unbalanced
bid Is one which is based on the prices significantly less than the cost for some work and/or prices which are significantly
overstated for other work.
The Municipalities will review all unit prices submitted by the apparently lowest responsible and responsive bidder and will
decide whether any of the unit prices are excessively above or below a reasonable cost analysis value determined by the
Municipalities.
In the event any unit prices are determined to be unbalanced and contrary to the interest of the Municipalities, the Municipalities
reserve the right to reject such bid at the discretion of the Municipalities.
29. OMISSIONS/HIDDEN CONDITIONS
The drawings and/or specifications are intended to include all work and materials necessary for completion of the work. Any
incidental item of material, labor, or detail required for the proper execution and completion of the work and omitted from either
the drawings or specifications or both, but obviously required by governing codes, federal or state laws, local regulations, trade
practices, operational functions, and good workmanship, shall be provided as a part of the agreement work at no additional cost
to the Municipality, even though not specifically detailed or mentioned.
30. MODIFICATIONS
Bidders shall be allowed to modify/withdraw their bids prior to opening. Once bids have been received and opened they
cannot be changed or withdrawn unless requested in writing and approved by the Municipalities.
VoBG-2021.14 DUE: April 7, 2021 9:30 Ail
Eievator Maintenance 12
31. INSURANCE
The Contractor shall maintain for the duration of the agreement, including warranty period, insurance purchased from a
company or companies lawfully authorized to do business in the state of Illinois and having a rating of at least A -minus and a
class size of at least X as rated by A.M. Best Ratings. Such insurance as will protect the Contractor from claims set forth below
which may arise out of or result from the Contractor's operations under the agreement and for which the Contractor may be
legally liable, whether such operations be by the Contractor or by a Subcontractor or by anyone directly or indirectly employed
by any of them, or by anyone for whose acts any of them may be liable:
31.1 Workers' Compensation Insurance covering all liability of the Contractor arising under the Workers' Compensation Act
and Occupational Diseases Act; limits of liability not less than statutory requirements.
31.2 Employers Liability covering ail liability of contractor as employer, with limits not less than: $1,000,OG0 per injury — per
occurrence; $S00,000 per disease— per employee; and $1,000,000 per disease — policy limit.
31.3 Comprehensive General Liability in a broad form on an occurrence basis, to include but not be limited to, coverage for
the following where exposure exists; Premises/Operations, Contractual Liability, Products/Completed Operations for 2
years following final payment, Independent Contractor's coverage to respond to claims for damages because of bodily
Injury, sickness or disease, or death of any person other than the Contractor's employees as well as claims for damages
Insured by usual personal injury liability
coverage which are sustained (1) by a person as a result of an offense directly or indirectly related to employment of
such person by the contractor, or (2) by another person and claims for damages, other than to the Work itself, because
of injury to or destruction of tangible property, including loss of use there from; Broad Form Property Damage
Endorsement; Railroad exclusions shall be deleted if any part of the project is within 50 feet of any railroad track
General Aggregate Limit $ 3,000,000
Each Occurrence Limit $ 1,000,000
31.4 Automobile Liability Insurance shall be maintained to respond to claims for damages because of bodily injury, death of a
person or property damage arising out of ownership, maintenance or use of a motor vehicle. This policy shall be written
to cover any auto whether owned, leased, hired, or borrowed.
Each Occurrence limit
$1,000,DOO
31.5 Contractor agrees that with respect to the above required insurance:
31.5.1 The CGL policy shall be endorsed for the general aggregate to apply on a "per Project" basis;
31.5.2 To provide separate endorsements: to name each Municipality as additional insured as their interest may
appear, and; to provide thirty (30) calendar days notice, in writing, of cancellation or material change.
31.5.3 The Contractor's insurance shall be primary in the event of a claim.
31.5.4 Each Municipality shall be provided with Certificates of Insurance and endorsements evidencing the above
required insurance, prior to commencement of this Agreement and thereafter with certificates evidencing
renewals or replacements of said policies of insurance at least thirty (30) calendar days prior to the expiration
of cancellation of any such policies.
31.5.5 A Certificate of Insurance that states the each Municipality has been endorsed as an "additional insured" by
the Contractor's insurance carrier. Specifically, this Certificate must include the following language: "?he
(Municipality's name inserted), and their respective elected and appointed officials, employees, agents,
consultants, attorneys and representatives, are, and have been endorsed, as an additional insured underthe
above reference policy number on a primary and non-contributory basis for general liability and
automobile liability coverage for the duration of the agreement term"
31.6 failure to Comply: In the event the Contractor fails to obtain or maintain any insurance coverages required under this
agreement, the Municipality may purchase such insurance coverages and charge the expense thereof to the Contractor.
VOBG-2021.14 DUE: April 7, 2021 9!30 AM
Elevator Maintenance 13
32. HOLD HARMLESS
The Contractor agrees to indemnify, save harmless and defend each Municipality and their respective elected and appointed
officials, employees, agents, consultants, attorneys and representatives and each of them against and hold it and them harmless
from any and all lawsuits, claims, Injuries, demands, liabilities, losses, and expenses; including court costs and attorneys fees for
or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to property, which
may arise or which may be alleged to have arisen out of, or in connection with the work covered by this project. The foregoing
Indemnity shall apply except if such injury is caused directly by the willful and wanton conduct of the Municipality, its agents,
servants, or employees or any other person indemnified hereafter. The obligations of the Contractor under this provision shall
not be limited by the limits of any applicable insurance required of the Contractor.
33. CHANGE IN STATUS
The Contractor shall notify the Village of Buffalo Grove and each Municipality immediately of any change In its status resulting
from any of the following: (a) vendor is acquired by another party; (b) vendor becomes insolvent; (c) vendor, voluntary or by
operation law, becomes subject to the provisions of any chapter of the Bankruptcy Act; (d) vendor ceases to conduct its
operations in normal course of business. The Village of Buffalo Grove and each Municipality shall have the option to terminate
Its agreement with the vendor immediately on written notice based on any such change in status.
34. SUBCONTRACTORS
If any Bidder submitting a bid intends on subcontracting out all or any portion of the engagement, that fact, and the name of
the proposed subcontractinitfirm(s) must be clearly disclosed in the bid on the form provided herein (use additional sheets if
necessary)
in the event the Contractor requires a change of the subcontractor (s) identified a written request from the Contractor and a
written approval from the Municipality is required.
Notwithstanding written consent to subcontract approved by the Municipality, the Contractor shall perform with the
Contractor's own organization, work amounting to not less than fifty (50%) percent of the total agreement cost, and with
materials purchased or produced by the Contractor. Third party machinery insurance coverage to replace Contractor's
responsibility for complete maintenance service will not be acceptable. Failure to identify subcontractors could result in
disqualification,
35. CHANGE ORDERS
The Municipalities believe that the project is fully defined in the Agreement Documents and that Change orders will not be
necessary. However, in the event that a Change Order is required, the Contractor shall review the scope of work to be
performed under the agreement to suggest alternatives that can be implemented to offset the cost increase of any
necessary changes without sacrificing the quality and/or scope of the agreement specifications. All Change Orders and
alternative suggestions must be approved by the Municipality prior to execution.
35.1 Change Orders shall comply with 720 ILCS 5/33E-9,
35.2 In case of an increase in the Agreement Sum, there will be an allowance for overhead and profit.
35.3 The allowance for the combined overhead and profit, including premiums for all bonds and insurance, shall be based on
the percentage as bid. This same percentage shall apply to both extras and credits and for work performed by the
Contractor, a Subcontractor, or Sub -subcontractor.
35.4 Detailed written Requests for Change Orders must be submitted to the Municipality's Representative on the form
provided by the Municipality. (Request furnished in any other format or lacking sufficient information will be rejected).
In order to facilitate checking of quotations for extras or credits, all requests for change orders shall be accompanied by
a complete itemization of costs including labor, materials and Subcontracts. Where major cost items are Subcontracts,
they shall also be itemized. Requests will be reviewed by the affected Municipality's Purchasing Manager.
35.5 Each written Request for a Change Order must be accompanied by written suggestions where costs can be reduced to
offset the Change Order increase requested or a written certification stating that the Contractor has reviewed the work
to be performed and cannot identify areas where costs can be reduced.
35.6 A written Change Order must be issued by the affected Municipality's purchasing Manager prior to commencing any
additional work covered by such order. Work performed without proper authorization shall be the Contractor's sole risk
and expense.
VoBG-2021-14 DUE: April 7, 2021 9!30 AM
Elevator Mainteruuwe 14
36. INVOICES AND PAYMENTS
The Contractor shall submit invoices to each Municipality detailing the services provided directly to the respective Municipality,
All services shall be invoiced based on unit pricing and quantities used. The Municipalities shall only pay for quantities used or
ordered. Quantities may be adjusted up or down based on the needs of the Municipality. Payment shall be made in accordance
with the Local Government Prompt Payment Act.
Invoices shall be delivered to:
Village of Buffalo Grove
Facilities Manager
51 Raupp Blvd
Buffalo Grove, IL 60089
Village of Winnetka
Superintendent
1390 Willow Road
Winnetka, IL60093
Village of Libertyville
Facilities Manager
118 W. Cook Ave.
Libertyville, II 60048
37. PRECEDENCE
Where there appears to be variances or conflicts, the following order of precedence shall prevail; The Municipalities' Project,
Statement of Work, Specifications; The Village of Buffalo Grove General Terms & Conditions, and the Contractor's Bid Response.
38. JURISDICTION, VENUE, CHOICE OF LAW
This agreement shall be governed by and construed according to the laws of the State of Illinois. Jurisdiction and venue shall be
exclusively found in the Circuit Court of Cook County, State of Illinois, the I& Judicial Circuit Court of DuPage County and the
19th Judicial Circuit Court of Lake County.
39. NON -ENFORCEMENT BY THE MUNICIPALITIES
The Contractor shall not be excused from complying with any of the requirements of the Agreement because of any failure on
the part of the Municipalities, on anyone or more occasions, to insist on the Contractor's performance orto seekthe Contractor's
compliance with any one or more of said terms or conditions.
40. INDEPENDENT CONTRACTOR
The Contractor is an independent contractor and no employee or agent of the Contractor shall be deemed for any reason to be
an employee or agent of the Municipalities.
41. TERMINATION
The Municipalities reserve the right to terminate their respective portion of this agreement, or any part thereof, upon thirty (30)
calendar day's written notice, In case of such termination, the Contractor(s) shall be entitled to receive payment from the
terminating Municipalities for work completed to date in accordance with the terms and conditions of the Agreement In the
event that the Agreement is terminated due to Contractor's default, the Municipalities shall be entitled to purchase substitute
items and/or services elsewhere and charge the Contractor with any or all losses incurred, including attorney's fees and
expenses.
The Municipality may terminate this Agreement with 30-day advance notice for failure to remedy deficiencies identied in an
Audit. The Municipality may also terminate this Agreement should a fourth Out of Service credit be incurred within a twelve
month period.
The Municipality may terminate this Agreement with 3-day advance notice for failure to remedy violations of the Municipality's
work rules.
42- NON APPROPRIATIONS
The Municipalities reserve the right to terminate their respective part of the Agreement or to reject bids, in the event that
sufficient funds to complete the Agreement are not appropriated by the either Village Board of Trustees or City Council of the
affected Municipality.
VOOG 2021 14 DUE; April 7. 2021 9:30 AM
Elevator Maintenance 15
43. PROTEST PROCEDURE
Any bidder adversely affected by an intended decision or action with respect to the award of anyformal solicitation, suspension,
debarment or any other procurement issues shall file with the Village of Buffalo Grove's Purchasing Manager a written notice of
protest within three (3) working days of the recommendation for an award. such protest shall be in writing, shall state the
particular grounds on which it is based, shall include all pertinent documents and evidence and shall be accompanied by a
cashier's check in the amount of five percent (5%) of the agreement award amount, or, if the amount of the agreement award
cannot be reasonably determined at that time, then in the amount of One Thousand Five Hundred Dollars ($1,500.00), made
payableto the Village of Buffalo Grove, (subject to the procedures and conditions hereinafter stated). The purpose of this protest
bond shall be to reimburse the Village for all administrptive costs associated with the appeal process.
Failure to submit a protest bond that is compliant with this provision with the bid protest shall be deemed a waiver of the bid
protest and is a jurisdictional deficiency in the protest that will forfeit the right of the bidder to maintain the protest.
43. AFFIDAVITS
The following affidavits included in the agreement must be executed and submitted With the bid
A References
6. 01squaiification of Certain Bidder$
C Affidavit/Anti-ccvllision
D Conflict of Interest I -arm
1, fax Compliance
F Identification of Subcontractors
G Participation Affidavit
45. CONTRACfOWS LICENSES
The bidder to which the agreement is awarded (including subcontractors), prior to commencing any work, must have a valid
Contractor's license or other required license on -file with the Municipality in which the work is performed.
46. FIELD MODIFICATIONS
A field modification is written by the Municipality to the contractor for purposes of clarification of the specifications or plans.
A field modification is limited to items that do not change the scope of the project. Field modifications do not affect either the
project cost or completion date.
Field modifications become part of the Agreement Documents and become binding upon the contractor if he fails to object
within three (3) working days after receiving the modification. A field modification may be used as the basis of a project cost
change or agreement extension if all parties agree on the field modification form to a potential future claim of either parry, or
that the field modification will be compiled with, but under protest.
VOBG2021.14 DUE. April 7, 2021 9:30 AM
Elevator Maintenance 16
47, AUDIT/ACCESS TO RECORDS
A) The contractor shall maintain books, records, documents and other evidence directly pertinent to performance of the work
under this agreement consistent with generally accepted accounting standards in accordance with the American Institute
of Certified Public Accountants Professional Standards. The contractor shall also maintain the financial information and data
used by the contractor in the preparation or support of any cost submissions required under this subsection, (Negotiation
of Agreement Amendments, Change orders) and a copy of the cost summary submitted to the Municipality. The Auditor
General, the Municipality, the Agency, or any of their duly authorized representatives shall have access to the books, records,
documents, and other evidence for purposes of inspection, audit, and copying. The contractor will provide facilities for such
access and inspection.
B) if this agreement is a formally advertised, competitively awarded, fixed price agreement, the contractor agrees to include
access to records as specified in above. This requirement is applicable to all negotiated change orders and agreement
amendments in excess of $25,000, which affect the agreement price. In the case of all other prime contracts, the contractor
also agrees to include access to records as specified above in all his contracts and all tier subcontracts or change orders
thereto directly related to project performance, which are in excess of $25,000.
C) Audits conducted pursuant to this provision shall be consistent with generally accepted auditing standards in accordance
with the American Institute of Public Accountants Professional Standards.
D) The contractor agrees to the disclosure of all information and reports resulting from access to records pursuant to the
subsection above. Where the audit concerns the contractor, the auditing agency will afford the contractor an opportunity
for an audit exit conference and an opportunity to comment on the pertinent portions of the draft audit report, The final
audit report will include the written comments, if any, of the audited parties.
E) Records under the subsections above shall be maintained and made available during performance of the work under this
agreement and until three years from the date of final audit for the project. In addition, those records which relate to any
dispute or litigation or the settlement of claims arising out of such performance, costs or items to which an audit exception
has been taken, shall be maintained and made available for three years after the date of resolution of such dispute, appeal,
litigation, claim or exception.
48. WITNARAWL OF BID
Upon written request, bids may be withdrawn at any time prior to the advertised bid opening. Bidders withdrawing their bid
prior to the date and time set for the bid opening may still submit another bid if done so in accordance with these instructions.
After the bid opening time, no bid shall be withdrawn or canceled for a period of sixty (60) calendar days thereafter. The
successful Bidder shall not withdraw or cancel its bid after having been notified that each City and Village's board of trustees/city
council as the case may be, have accepted said bid.
49. COMPETENCY OF BIDDER
If requested in writing by a Municipality, the Bidder must present within three (3) working days, satisfactory evidence of its
ability and possession of the necessary facilities, experience, financial resources and adequate insurance to comply with the
terms of the Agreement.
Additionally, bidders shall provide, at a minimum, five (5) references that indicate the bidder's ability to successfully perform
similar work on the form identified herein.
Ile
�tlrc,� S�ITI�
VoBG-2021-14 DUE, April T, 2021 9:30 AM
Elevator Maintenance i 7
50. BIDDER QUALIFICATIONS AND EVALUATION CRITERIA
Bidders must be qualified a contractor(s) and demonstrate the capability to provide services required in accordance with the bid
specifications. This would include but is not limited to:
Bids shall be evaluated as follows (not listed in order of priority):
• Bid pricing
• Compliance with specifications
• References (Complete the Reference Sheet included herein.)
• Experience
• Submittal of required documentation
51. PERMITS AND LICENSES
A. Contractor shall obtain, at its own expense, all permits and licenses which may be required to complete the Work, and/or
required by municipal, state, and federal regulations and laws. Prior to performing any Work, Contractor and all subcontractors
must obtain a business license in each Municipality they will work in. Contractor is directed to the permitting requirements
(including but not limited fence, construction, demolition, dumpster, electrical, grading, plumbing, right-of-way and roofing
permits) contained in each Municipalities' applicable code.
S. Contractor represents that it, its employees, agents and subcontractors 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 Total laws,
regulations and ordinances applicable to the performance of this agreement.
52. SAFFTY OF PENS
Contractor shall comply with all applicable federal, state, and local safety laws, regulations and codes. Contractor shall be In
charge of, and responsible for, maintaining the site and performing the Work, so as to prevent accidents or injury to persons on,
about, or adjacentto the site where the Work is being performed. Contractor shall maintain and implement, and ensure that all
Subcontractors maintain and implement, an appropriate safety/loss prevention program for the protection of the life and health
of employees and persons nearby. Contractor is fully responsible and assumes liability for the failure of Subcontractors to comply
with the requirements herein.
53. ADDITIONAL SAFETY STANDARDS
Contractor shall perform all Work in compliance with all applicable Federal, State and local laws and regulations, including but not
limited to, the following:
All equipment used under this agreement shall be maintained in good operating condition and be appropriately licensed and
inspected by the State of Illinois or authority having jurisdiction.
Any hazardous work practice(s) ring conducted as determined by the Municipal Contact or his/her designee shall be immediately
discontinued by the contractor upon receipt of either written or verbal notice by the Municipal Contact or his/her designee to
discontinue such practice(s). The Contractor shall not continue any work which it considers dangerous and shall immediately
notify the Municipal Contact or his/her designee if such is the case,
VoBG-2021-14 DUE; April 7, 2021 9.30 AM
Elevator Maintenance 18
LABOR STATUTES, RECORDS AND RATES
CONSTRUCTION CONTRAC175 for MUNICIPAL (TIES - STATE OF ILUNOIS
All Contractors shall familiarize themselves with all provisions of all Acts referred to herein and in addition shall make an investigation
of labor conditions and all negotiated labor agreements which may exist or are contemplated atthis time. Nothing in the Acts referred
to herein shall be construed to prohibit the payment of more than the prevailing wage scale.
In the employment and use of labor, the Contractor and any subcontractor of the Contractor shall conform to all Illinois Constitutional
and statutory requirements including, but not limited to, the following:
1.0 Equal Employment Opportunity:
1.1 Illinois Constitution, Article 1, Section 17, which provides: "All persons shall have the right to be free from
discrimination on the basis of race, color, creed, national ancestry and sex in the hiring and promotion practices of
any employer or in the sale or rental of property."
1.2 Illinois Constitution, Article I, Section 18, which provides: 'The equal protection of the laws shall not be denied or
abridged on account of sex by the state of its units of local government and school districts."
1.3 The Public Works Employment Discrimination Act, 775 ILCS 10/1, provides in substance that no person may be
refused or denied employment by reason of unlawful discrimination, nor may any person be subjected to unlawful
discrimination in any manner in connection with contracting for or performance of any work or service of "any kind
by, for, on behalf of, or for the benefit of the State, or of any department, bureau, commission, board or other
political subdivision or agency thereof."
1.4 Contractor shall comply with the Illinois Human Rights Act, 775 ILCS 5/1-101 et seq., as amended and any rules and
regulations promulgated in accordance therewith, including, but not limited to the Equal Employment Opportunity
Clause, Illinois Administrative Code, Title 44, Part 750 (Appendix A), which is incorporated herein by reference.
Furthermore, the Contractor shall comply with the Public Works Employment Discrimination Att, 775 ILCS 10/0.01
et seq., as amended.
2.0 The Veterans Preference Act, 330 ILCS 55/1, provides: "In the employment and appointment to fill positions in the
construction, addition to, or alteration of all public works undertaken or contracted for by the State, or any of its political
subdivisions thereof, preference shall be given to persons who have been members of the Armed Forces of the United
States —in times of hostilities with a foreign country..."
3.0 The Servicemen's Employment Tenure Act, as amended, 330 ILCS 60/2, "safeguarding the employment and the rights and
privileges inhering in the employment contract, of servicemen,"
Vo8G-=144 DUE: A--1 7, 2021 9:30 AM
Elevator Maintenance 19
4.0 The Prevailing Wage Act, 820 ILCS 130/0.01 et seq., provides: "it is the policy of the State of Illinois that a wage of no less
than the general prevailing hourly rate as paid for work of a similar character in the locality in which the work is performed,
shall be paid to all laborers, workers and mechanics employed by or on behalf of any and all public bodies engaged in public
works." The current Schedule of Prevailing Wages for Cook County, Lake County, DuPage County or McHenry County must
be prominently posted at the project site by the Contractor.
4.1 The Prevalling Wage Act, 820 ILCS 130/4, provides; "AII bid specifications shall list the specified rates to all laborers,
workers and mechanics in the locality for each craft or type of worker or mechanic needed to execute the contract.
If the Department of Labor revises the prevailing rate of hourly wages to be paid by the public body, the revised rate
shall apply to such contract, and the public body shall be responsible to notify the Contractor and each subcontractor
of the revised rate."
4.1.1 The Village shall notify the Contractor of any revised rates as determined by the Department of Labor and as
received by the Municipality. It shall be the responsibility and liability of the Contractor to promptly notify
each and every subcontractor of said revised rates.
4.1,2 Unless otherwise specified in the Contract Documents, the Contractor shall assume all risks and responsibility
for any changes to the prevailing hourly wage which may occur during the Contract Time. A revision to the
prevailing rate of hourly wages shall not be cause for any adjustment in the Contract Sum.
4.2 The Prevailing Wage Act, 820 ILCS 130/5 provides that the Contractor and each Sub Contractor shall, ''submit
monthly, In person, by mail or electronically a certified payroll to the public body in charge of the project."
4.2.1 The Contractor shall submit to the Village by the fifteenth day, monthly, a certified payroll list including all
workers, laborers and mechanics employed by the Contractor and each of the Sub Contractors.
4.2.2 The certified payroll records shall include each worker's name, address, telephone number, last 4 digits of
social security number, classification, number of hours worked each day, the hourly wage and starting and
endingtimes each day.
4.2.3 Included with the payroll records, the Contractor and each Sub Contractor shall attest, in writing, to the
veracity and accuracy of the records and that the hourly rate paid is not less than the general prevailing
wages required.
5.0 The Child Labor Law, as amended, 820 ILCS 205/1, which provides: "No minor under 16 years of age ... at any time shall be
employed, permitted or suffered to work in any gainful occupation —In any type of construction work within this state."
The Contractor will include verbatim or by reference the provisions contained herein in every subcontract it awards under which any
portion of the agreement obligations are undertaken or assumed, so that such provisions will be binding upon such subcontractor.
The Contractor will be liable for compliance with these provisions by such subcontractors.
The Contractor and each subcontractor shall keep or cause to be kept an accurate record of names, occupations and actual wages
paid to each laborer, workman and mechanic employed by him in connection with the agreement. This record shall be open at all
reasonable hours for inspection by any representative of the Village or the Illinois Department of Labor and must be preserved forfive
(S) years following completion of the agreement.
The current Prevailing Wages Rates for Cook, Lake County & Dupage McHenry Counties can be found at:
httvs://www2.illinois.gov/idol/Laws-RulesICONMED/Pages/current nrevailing-rates.aspx
VOBG-2021-14 DUE: April T. 2021 9:30 AM
Elevator Maintenance 20
SPECIFICATIONS
March 2021
LO INTENT
The Municipalities are seeking competitive bids for the maintenance and repair of Elevator units currently owned by the
Municipalities. These devices are in operation and located throughout the Municipalities as indicated in Technical
Specijkations. The intent of the Municipalities is to enter into a term agreement with a single Elevator contractor.
LO SCOPE OF WORK
The Contractor shall furnish all labor, supervision, tools, equipment and miscellaneous materials necessary to provide regular
maintenance and, repair service on conveyances operated by the Municipalities at various facilities located at the addresses
detailed in Appendix A.
The Contractor shall provide all labor, material, tools and supervision for the complete maintenance of all the Elevator
equipment at the facilities. The goal of this service is to assure timely and dependable response to operating needs.
The Contractor shall check -in, upon arrival at work site, and checkout prior to departure from the work site at each
Municipality.
Municipal Contact information is as follows:
Village of Buffalo Grave
Nick Smith
Facilities Manager
847-459-2525
nsmith@vbg.org
Village of Winnetka
Steve Auth
Superintendent
947-716-3273
sauth�winnetka.org
Village of Libertyville
Daniel Juarez
Facilities Manager
947-613-5181
djuarez@iibertyville.com
3.0 SiTE ACCESS
The Contractor shall have access to the sites during business hours Monday through Friday as follows. The Contractor shall
perform all work required by this Agreement during the regular business hours shown below.
Village of Buffalo Grove
7:00 a.m. to 3:30 p.M.
Village of Winnetka
7:00 a.m. to 3:30 p.m.
Village of Libertyville
7:00 a.m. to 3:30 p.m.
VoBG-2021•14 DUE: April 7, 2021 9:30 AM
Elevator Maintenance 21
4.0 WORK HOURS
For the purposes of this agreement, Business Work Hours shall be Monday through Friday from 7:00 am until 4:00 pm.
Afterhours work shall be Monday through Friday from 4:01pm until 6:59 am Weekend Hours shall be all day Saturday and
Sunday, and Holiday hours shall be only be Federally recognized Holidays all day
All emergency calls for unscheduled service shall be provided as necessary to diagnose problems and perform any repairs or
adjustments between scheduled maintenance. Emergency services shall be available to Municipalities 365 days per year, 24
hours per day.
4.2 CALL BACK
The awarded contractor shall provide, as a condition of award, a 24 hour service telephone number, the Service
manager's telephone number and an alternate phone number where service personnel can be reached in the event of an
emergency. This should not ever be picked up by an answering machine. This must be answered by a live person who
has authority to dispatch out service.
Regular Hour Callback Smite: The Contractor shall provide unlimited Emergency and Non -Emergency Callback
Service during Business Work Hours.
Emergency Callback Service: The Contractor shall provide minor adjustments, minor repairs and parts replacement
necessary to return the unit to service when there is an entrapment, a primary service Elevator is shutdown, or any
supervisory system is not working. Callback made during Business Work Hours shall be responded to at no extra
charge.
Emergency Callback Service Response: The Contractor shall have a mechanic at the Elevator /machine room
within forty five (45) minutes during regular working hours and within one hour on Saturdays, Sundays and
Holidays; and for all other times after notification to the Contractor.
Non-EmergencyCallback Service: The Contractor shall provide minor adjustments, minor repairs and parts
replacement necessary to return any unit to service at the request of the Municipality. Callback made during
Business Work Hours in this document shall be responded to at no extra charge.
Mon -Emergency Callback Service Response: The Contractor shall have a mechanic at the Elevator /machine room
within two (2) hours during regular working hours, Saturdays, Sundays and holidays; and for all other times after
notification to the Contractor,
Overtime Work and Additional Callbacks: The Contractor shall work on overtime as required by the Municipality. The
Contractor shall also provide Emergency Callback Service during overtime hours, in addition to the Emergency Callback
Service provided, as requested by the Municipality. The maximum billable travel time for Afterhours Work or Holiday Hours
shall not exceed one (1) hour each way. The Contractor shall be compensated for the Afterhours Work, Holiday Hours, and
travel time at the rates listed in schedule of Prices.
Failure to provide emergency simmes as Identified herein could result In disqualification and no further consideration for
an award.
In the event additional equipment is necessary to perform services, the Contractor shall receive prior approval in writing from
the Municipality, Failure to obtain prior approval could result in non-payment by the Municipality.
Each Municipality reserves the right to seek alternate service if the Contractor fails to respond. Additional costs to the
Municipality will be deducted from the Contractor's compensation. This will be strictly adhered to and the Municipalities
reserve the right to terminate the agreement with no financial penalties to the Municipality if the contractor is not doing a
satisfactory job, either with the repairs or In timeliness of response to emergency calls.
VOBG-2021.14 DUE; Apf117. 2021 9:30 AM
Elevator Maintenance 22
S.0 COMPLETION OF JOB
The job is not considered complete until all work listed in the Scope has been inspected and accepted by the Director or
his/her designee.
6.0 QUAIITY ASSURANCE
The Contractor shall cause repairs to the referenced area in accordance with industry standards and any applicable
manufacturer's installation Instructions so that manufacturer's warranty is not in any way void_
The Contractor shall provide an adequate number of licensed/skilled workmen who are thoroughly trained and experienced
In the work and material of the types that are the subject of this specification.
The Contractor shall be responsible for the quality of service performed by Contractor's apprentice employees on all
maintenance performed for the Municipalities. Any maintenance performed by the Contractor's apprentices shall be under
the Contractor's supervision.
7.0 WARRANTY
The warranty period of any mate6al shall be the Manufacturers minimum warranty and is at no extra cost to the Municipality.
The warranty period of workmanship of the contractor must be identified and is at no additional cost to the Municipality.
Failure to identify and state the workmanship warranty period shall result in disqualification with no further consideration
given.
8.0 TRAVEt TIMEITRIP CHARGE
In the event that the Contractor is required to respond to an emergencyMsaster situation, hours spent traveling to and
from the Contractor's location to the Municipality (portal to portal) shall not exceed the maximum billable travel time of
one (1) hour.
9.0 QUANTITY ADJUSTMENTS
Sale of Property, The Municipality shall modify the Agreement by removing the units at a Location upon the sale of the
property with 30-day advance written notice (Effective date shall be the date of closing).
Removal of Units; The Municipality may modify the Agreement by removing a unit, such as a unit being
modernized/abandoned, such as when the passenger Elevator group(s) are being modernized, or removing a Location with
30-day advance written (Effective date shall be the date of award of the modernization agreement).
Addition of Units: The Municipality may modify the Agreement by adding units to the Agreement with a mutually agreeable
Unit Price.
V0BG402144 DUE April 7, 2021 9:30 AM
Elevator Maintenance 23
10.0 MAINTENANCE
General: Such work shall not be limited to, but shall include examination, adjustment, lubrication, as required, and If the
conditions warrant, repair and replacement of the following components:
Elevator pump**
Controllers"
Magnet frames"
Motor**
Valves**
Signal re-lamping
Regulators
plunger packing
V-Belts
Strainers
Timers
Relays
Coils
Control wiring
** These items (Elevator pump, controllers, magnet frames, motor and valves) shall be considered major components
and REPLACEMENT of the actual part will be billable. The REPAIRS to it are not. All labor, travel and accessories to
REPLACE the Elevator pump, controllers, magnet frames, motor and valves will be covered by this agreement. Only the part
will be billable should it need to be replaced. All of the other above mentioned parts (timers, coils, control wiring, signal
re-lamping, plunger packing, regulators, v-belts, strainers and relays) are to be repaired and replaced as a part of this
agreement and are not to be billed.
Contractor will examine the Elevator equipment for optimum operation. The examination, lubrication, and adjustment will
cover the following component groups and related equipment of the Elevator system:
* Control and landing positioning systems
• Signal fixtures
Machines, drives, motors, governors, sheaves and ropes
* Power units, pumps, valves, and jacks
Car and hoistway door operating devices and door protection equipment
* Loadweighers, car frames and platforms and counterweights
* Safety mechanisms
1. Lubricate equipment for smooth and efficient performance.
2. Adjust Elevator parts and components to maximize the Elevator's performance and safe operation.
3. Relamp all signals as required (during regularly scheduled visits).
4. Repair or replace components worn due to normal wear.
Equipment Testing: Contractor shall coordinate, participate and ensure that governor and safety tests, and relief pressure
tests on hydraulic Elevators are performed once per year. Category 1 testing should be done once a year and Category 5
tests are also required as part of this agreement This cost shall be included in the bid price of the agreement. No extra fees
will be paid for the above mentioned yearly testing.
Contractor will equip employees with the tools, documentation and knowledge to troubleshoot Elevators. Contractor is also
to maintain a comprehensive parts inventory. Replacement parts must be available within 24 hours, 7 days a week. All
replacement parts for Municipal Elevators should be new.
VoSG-202144 DUE; April 7, 2021 9,30 AM
Elevator Maintenance 24
MAINTENANCE (cant.)
Accessory Equipment: To be inspected lubricated, adjusted, repaired or replaced by the contractor:
• Door operator**
• Car & hoist way
• Door hangers & tracks
• Car door contacts
• Door protective devices
• Alarm bell & buffers
• Emergency telephones
** This item (door operator) shall be considered a major component and replacement of the actual part will be billable. The
repairs to it are not. All labor, travel and accessories to REPLACE the door operator will be covered by the agreement, Only
the part will be billable should it need to be replaced.
Emergency Operation Testing: The Contractor shall test and document Firefighter's Service Operation and Standby
Power Operation (where provided) monthly during regular hours in coordination with the respective building systems.
Laws: The Contractor and its employees shall comply with all applicable laws, ordinances, rules and regulations.
Subsequent Requirements: The Contractor will not be required to make tests, other than those included in this Agreement,
or install new devices on the equipment which may be recommended or directed by Municipality's insurance companies,
federal, state, municipal or other authorities.
Assignments: The Contractor shall have no right, power or authority to assign or transfer any portion of the work except as
authorized in writing by the Municipality.
Possession of Equipment: Municipality shall retain control of the equipment. Municipality is responsible to provide a safe
working place for the Contractor's employees. Municipality shall also notify the Contractor of operational problems,
malfunctions and accidents.
Access to Equipment: Municipality shall allow the Contractor uninterrupted access to the equipment for maintenance and
a reasonable time to perform maintenance and repairs.
Coordination: The Contractor shall notify Municipality when an Elevator will be removed from service for maintenance,
repairs, inspections and testing. Work shall be performed so as to minimize the impact on the operation of facilities. Any
unit which is out of service for four (4) hours shall be reported to the Municipality explaining the extent of the problem and
indicating when it will be resolved. The Municipality shall be notified in writing 48 hours in advance of any unit which will be
removed from service for planned repairs explaining the extent of the repairs and indicating when the unit will be retumed
to service.
Barricades, The Contractor shall erect barricades when an Elevator or escalator is removed from service. Barricades shall
be provided by the Contractor, subject to approval from Municipality_
Contractors Employees: The Contractor shall provide qualified field personnel, mechanics and helpers which maintain and
repair the equipment, and supervisory personnel shall be under the direct employment of the Contractor. Field personnel
shall wear uniforms which bear the Contractor's name or emblem. Uniforms shall be maintained in a neat and clean
condition at all times. Municipality may request changes in personnel for persons performing work under this Agreement.
Cleaning -up: The Contractor shall at all times keep non -equipment areas free from accumulation of oils, greases, waste
materials and rubbish caused by the Contractor. Municipality reserves the right to remove the rubbish, clean the areas or
replace the defaced material and deduct the cost from the monthly Amount Due. The Contractor shall keep the equipment
areas in clean condition.
VoSG-202144 DUE: April 7, 2021 9:30 .;4
Elevator Maintenance 25
MAINTFNANCE (cont.)
Parts/Lubrication: The Contractor shall provide only genuine parts supplied by the original manufacturer of the equipment
for replacement or repair, and to furnish and use only those lubricants obtained from and/ or recommended by the
manufacturer of the equipment. Equivalent parts or lubricants maybe used if approved in writing by the Municipality.
Parts Availability: The Contractor shall provide sufficient spare parts at the Location or readily available (within one hour)
for replacement except those required for major repairs.
Tools: The Contractor shall have all tools readily available (within one hour) to repair the Elevator s except for major
repairs/adjustments.
1LD PERFORMANCE REQUIREMENTS
Overall Elevator Adjustments: Contractor shall at all times maintain the efficiency, safety and operating characteristics as originally
designed and installed by the manufacturers of the equipment. The following requirements shall be maintained regardless of load
on the Elevator or direction of travel while providing smooth and quiet operation, including acceleration, deceleration, stopping,
ride, and door operation:
1. Contract Speed: The speed, as measured in feet per minute, shall be maintained within 5 %for traction Elevators and
within 10%for hydraulic Elevator s.
2. Floor -To -Floor Time: The floor -to -floor times shall be maintained at or below the time indicated in the table below. The
time, measured in seconds, shall be measured from the start of the doors closing until the Elevator is stopped at the next
typical floor with the doors open two-thirds of the way.
Door Motion Times: The door open time, as measured in seconds, shall be maintained as indicated In the table below. The
door close time, as measured in seconds, shall be maintained as indicated in the table below or the minimum allowed by
Code, whichever is greater.
4. Stopping Accuracy: The stopping accuracy, measured in inches, shall be maintained within 3/8inch,
ALL PASSENGER ELEVATORS
Elevator Group
Contract
Floor to Floor
Door Open
door
Close
Speed
Time
Times
Times
2.6
Main Passenger
350
10.3
1.6
VaRG-2021.14 DUI: April y, 2021 9:30 AM
Elevator Maintenance 20
a2A RECORDS
General: The Contractor shall make available to the Municipality all records.
Maintenance togs: The Contractor shall maintain a log (check -chart) of completed maintenance tasks and repairs in each
machine room. The log shall be signed/ initialed and dated by the mechanic when tasks are completed. The log shall include
monthly firefighters service testing.
Callback logs: The Contractor shall maintain a log of all callbacks, including corrective measures in each machine room. The
log shall besummarized monthly and provided to the Municipality.
Performance logs: The Contractor shall conduct performance evaluations of the Unit's performance and operation. These
evaluations will be conducted on an annual basis, or more frequently when conditions warrant. The speed, floor -to -floor
times, door times and all safety devices are to be tested in accordance with manufacturer's operating standards,
Work Tickets, The Contractor, In response to a callback or routine monthly maintenance, must notify the Municipal Contact
in charge of their arrival at the Building and verification of their start time of the Work. After the Work is completed, the
Contractor must secure the signature of the Building Engineer on the Contractor's work ticket. In the event a Building
Engineer Is not at the Location, the Contractor is to phone the Contact Person in Appendix A for the Building and confirm
the Work is complete and at what time it was completed. The Contractor shall include the following information on the
work ticket:
1. Building name and address.
2. Unit number or designation.
3. Date and time call was received.
4. Authorized representative placing the callback.
5, Callback response date and start time.
6. Description of work performed at the job site, including any parts replaced, and an explanation of the specific
problems and corrective measures taken.
7. Mechanic/helper names, labor hours worked (straight and/or overtime), and number of hours worked to complete
job (attach daily time sheets).
8. Date and time callback was completed with equipment back in running order, with signature from an authorized
person.
The Contractor shall submit copies of the work tickets at least once a month, The Contractor shall note on the Work Ticket
and to bring to the attention of the Municipal Contact any conditions that may affect the safe operation of Elevator.
VOBG-2021-14 DUE: April 7, 2021 9:30 AM
Elevator Maintenance 27
13.0 AUDIT OF WORK
The Munlcipality may duly authorize representatives to make reviews, inspections and tests to verify that the requirements
of the Agreement are being fulfilled.
Review: The Contractor shall provide personnel to assist with the equipment survey.
Documentation: The Contractor shall provide copies of any and all records requested within 30 calendar days of written
notification.
Remedy: The Contractor shall correct deficiencies identified within 30 calendar days of notification.
Failure to complete this work shall be cause for termination for Non -Performance.
14.0 BILLING
Invoices: The Contractor shall invoice the Municipality each month. Invoices shall indicate the individual price for each of
the conveyances and a total price for all of them. Any credits should be sent separately.
Any additional work charges, any additional callback charges, any work outside scope shall be billed separately after a
separate purchase order has been issued. No invoice should be submitted without appropriate purchase order number
noted on the invoice.
Out Of Service Credit: The Contractor shall credit the Municipality the entire month's billing as indicated in the Schedule of
Pricesfor each unit that is out of service for 72 hours per month, except for major repairs (as defined in the International
Union of Elevator Constructors "IUEC" work rules) which increases the downtime to 120 hours for the month. The
Contractor shall include these credits on the monthly Invoice.
VoBG-2021-14 DUE, April 7, 2021 4:30 AM
Elevator Maintenance 28
INFORMATION SHEET
Address of Service Center(s) froryl which you ppropose to furnish service to the Municipalities
11 r11L`Iz4rdA) A51 114
Address: 15�2 -e �,�/✓�`
City, State, Zip Code: lj CLV rZ % GY9l
Contact Person/ ,
Telephone Number -
Address:
City, State, Zip Code:
Contact Person/
Telephone Number:
Provide Contact person and phone number(s) for 24 hour emergency callouts/service:
Contact Person:
4'1-:rli 7-7—
Telephone Number:
Contact Person:
�rwl � i»�7rml
Telephone Number: 77 3 ` -Z)47
Contact Person:
�r,�ifl�5 7ffGi�lr�Sofy
Telephone Number:
Subcontractors — List name and contact information for any subcontractors you propose to use in fulfilling the
obligations of this bid,
Subcontractor:
Address --
City, State, Zip Code: _
Contact Person/
Telephone Number:
Specialty:
Subcontractor:
Address:
City, State, Zip Code:
Contact Person/
Telephone Number:
Specialty:
VOBG 2021-14 DUE: April T, 2021 9:30 AM
Elevator Maintenance 29
Please provide the Municipalities with a list of your current employees who you are proposing to service the
Municipalities, what certifications they have and how many years they have been employed by your company,
Employee Name:
Certifications Ld if lk- �?— 11,1GGfr, WIC
Years of Service:
r-
Employee Name: &Z"YO
Certifications L eG 4G .2— /NC;C,",41iG
Years of Service:
Employee Name: 7janJ G 94 fi4,-un%
Certifications Zeellf. ;/- AtC-6h%? A-11 Cr
Years of Service:
Employee Name: VI-
`i/E-5 1f*IMP-57nJ
Certifications LecAL az irtCEyy,�
Years of Service:
Employee Name:
Certifications Z4CV- G .2- AICICI f1 116-
Years of Service: Z�Q&tj'Q/
Employee Name: / �iGL-` t/ - —
Certifications
Years of Service:
Use additional pages as needed.
VoBG-2021.14
Elevator Maintenance
30
DUE: April 7. 2021 T30 AM
APPENDIX A. - ADDITIONAL MUNICIPALITY -SPECIFIC INFORMATION
Village of Buffalo Grove
Elevator Maintenance
EXISTING ELEVATORS - LISTING OF QUANTITIES
LOCATION, MUNICIPAL ID, DEVICE MAKE, MODEL, YEAR
Buffalo Grove
Public works: 51 Raupp, Blvd Buffalo Grove
Unit ID
I Device Make
Model
Year
E:A1263
I Dover
unknown
Police Department: 46 Raupp, Blvd Buffalo Grove
i Unit ID Device Make Model Year
I US35833EA126 Dover I unknown
Village Hall: 50 Rau , Blvd Buffalo Grove
Unit 1D
Device Make
Model
Year
HC 16417
I Otis
ABA21040B
Arboretum Golf Course: 401 Half Day Rd., Blvd Buffalo Grove
Unit ID
Device Make
Model
_
Year
8011047110 1
Kone 1
_
20200667
END OF SECTION
V013G-2021-14 DUE: April 7, 2021 9:30 AM
M"or Malntenance 31
Appendix A (cont.):
Additional Municipality -specific Information
Village of Winnetka
ELEVATOR Maintenance
EXISTING ELEVATORS- LISTING OF QUANTITIES
LOCATION, MUNICIPAL ID, DEVICE MAKE, MODEL, YEAR
Winnetka
Village of Winnetka: 510 Green Bay Rd.
Unit ID IDevice Make Model Year
Z21076 I Virginia -Control H013311
END OF SECTION
VGBG-2021-14 DUE: April 7. 2021 9:30 AM
Elevator Maintenance 32
Appendix A (cant.):
Additional Municipality -specific Information
lieo�� abertyYffle
spirit of independence
EXISTING ELEVATORS - LISTING OF QUANTITIES
LOCATION, MUNICIPAL ID, DEVICE MAKE, MODEL, YEAR
iriilage
Of
Ruilding
Ubertyvllle
Publk 9WIdI
p: Ekim
K+);ie
torsjConv
Mfgr - -
e"nCes
r+[tixlcl
Smp.'s
PJLEV#
Addrs
IL
-
1
-- ---
Viffi�ge
1 t8 �
K tM9
l'}513
ii - - —
z
HA
CA"
Kone
2
2
Scherer
20D EL
H01 3
199li
Cook
3
13S W.
ff(H 8971
199J
hutt�et atie f
_
2
t;1►esc}►
t'35U N,
ItD1 151 --
200
- -
4
Spy
Udr
2
Comp1m
Hwy 45
S
141
151 [aloe
Iisi?15�2�
2014)
1zf►lx+�n
3
r"WT e
# I
151 LAc
10215111
2 U�-
�,yx�e►�
b
Pft
roc
#2
IAIce
7
l S [S
ii01 T9
191
$churnarhrr
2fitilrear
$ration 1
l�+st�ore
iy--
4wac
� _
TAW—
3
c unt
(bwCh
S7458W
Church
l'f3 W,
'T00"I
2(117 ` —
K
0227-
$ch6fdTee
Gstage
Chreh
IS75224U
Cbutch
'I110864t
END OF SECTION
VOBG-2021-14 DUE: April 7, 2021 9:30 AM
Elevator Maintenance 33
APPENDIX B. REQUIRED SUBMITTALS
1. Schedule of Prices
2. Contractor Information
3. Bid Bond
4. Contractor References
S. Disqualification of Certain Bidders
fi. Anti -Collusion Affidavit and Contractor's Certification
7. Conflict of Interest
8. Tax Compliance Affidavit
9. Sulu -Contractor Information
10. Participation Affidavit & Agreement Acceptance
VOSG 202144 RUE: April T. 2021 9:30 AM
Elevator Maintenance 34
CONTRACTOR RrFFRRNCrS
References- List at least three (3) references from commercial/local government organizations and the number of
pieces your company provided service for at those businesses where your company has provided ELEVATOR services
within the past 60 months. Those references should be for businesses where your company has serviced a minimum of
20 pieces of equipment. References will be checked prior to award. Any negative responses may result in disqualification
of the bid. Include contact names and phone numbers - make sure that the phone numbers and contact names are ones
that are current and that the references can be reached.
Municipality: V(&c/j4C' o� L�C3G72Ty' vic�Z _
Address: /rj�' po CDO,
City, State, Zip Code:
Contact Person/
Telephone Number:
Dates of Service/Award
Amount:
Municipality:
Address:
City, State, Zip Code:
Contact Person/Telephone
Number:
Dates of Service/Award
1_1-&7L7Y V1/1e_vrL
PAA.�ie-t_ .Ju*4C- _Z JV7- 61.3 --5-le/
Zo / Q 40 PJE!56 "
-i��7 p
lJ� �Ff L C??,LIGL _ G . &nc' 2
/UrGe eZI7 - 4/S'q-1ZS-;Z S
Amount: Zdl9— rc?�i5L7
Agency:�U�l�
Address: —7 4L- &-T
9dtx'�T
City, State, ZIP Code: i�
Contact Person/
Telephone Number: 5611-AyG4r F �rS-2 Sca
Dates of Service/Award �l3 G+
Amount: T / �C> , do Ja'ue ZV4 70?v — e��3
Agency:
Address:
City, State, Zip Code:
Contact Person/
Telephone Number:
Dates of Service/Award
Amount:
VOBG-2021-14 DUE: April 7, 2021 9:30 AM
Elevator Maintenance 35
DISQUAI.IFICA I; ION ov (+ i mIN 131I)DI RS
PERSONS AND ENTITIES SUBJECT TO DISQUAUFICATiON
No person or business entity shall be awarded a contract or subcontract, for a stated period of time, from the date of conviction or
entry of a plea or admission of guilt, if the person or business entity,
(A) has been convicted of an act committed, within the State of Illinois or any state within the United States, of bribery or
attempting to bribe an officer or employee in the State of Illinois, or any State In the United States In that officer's or
employee's official capacity;
(B) has been convicted of an act committed, within the State of Illinois or any state within the United States, of bid rigging or
attempting to rig bids as defined in the Sherman Anti -Trust Act and Clayton Act 15 U.S.C.;
(C) has been convicted of bid rigging or attempting to rig bids under the laws of the State of Illinois, or any state in the United
States;
(D) has been convicted of bid rotating or attempting to rotate bids under the laws of the State of Illinois, or any state in the United
States;
(E) has been convicted of an act committed, within the State of Illinois or any state in the United States, of price-fixing or
attempting to fix prices as defined by the Sherman Anti -Trust Act and Clayton Act 15 U.S.C. Sec. 1 et seq.;
(F) has been convicted of price-fixing or attempting to fix prices under the laws of the State of Illinois, or any state in the United
States;
(G) has been convicted of defrauding or attempting to defraud any unit of state or local government or school district within the
State of Illinois or in any state in the United States;
(H) has made an admission of guilt of such conduct as set forth in subsection (A) through (F) above which admission is a matter of
record, whether or not such person or business entity was subject to prosecution for the offense or offenses admitted to;
(I) has entered a plea of nolo contendere to charges of bribery, price fixing, bid rigging, bid rotating, or fraud; as set forth in
subparagraphs (A) through (F) above.
Business entity, as used herein, means a corporation, partnership, limited liability company trust, association, unincorporated
business or individually owned business.
By signing this document, the bidder hereby certifies that they are not barred from bidding on this agreement as a result of a
violation of either Section 33E-3 or 33E-4 of the Sllinois Criminal C ylee of L%1, as amended.
1 ./ (Signature of Offeror if the Offeror is an Individual)
(Signature of Partner if the Offeror is a partnership)
(Signature of Officer if the Offeror is a Corporation)
The above statements must be subscribed a sworn to before a notary public,
Subscribed and Sworn to thisdt-ir--
day of f-&4,CA 02021
r Notary Public
Failure to complete and return this form maybe considered sufficient reason for rejection of the proposal,
OFFICIAL SEAL
FAY A MINNEY48t1RNAF I)
NOTARY PL9JC - STATE OF ILlWS
M'l COiA1MSSION EXPIRES 141t912,
VoBG-2021-14 DUE: April 7, 2021 9:30 AM
Elevator Maintenance 36
ANTI 4 OLLUSION AFt'IDAVII ANn (ON rRAt.1'Ot1'S CF.RTIT'1CAT[ON
f2��/'� being first duty sworn,
deposes and says that he is ?14_ ' 1Pe_7L1
(Partner, Officer, Municipality, Etc,)
Of �Iz/�le r�Ib/5? /�r/I�G/ f /l+/G
(Contractor)
The party making the foregoing proposal or bid, that such bid is genuine and not collusive, or sham; that said bidder has
not colluded, conspired, connived or agreed, directly or indirectly, with any bidder or person, to put in a sham bid or to
refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or
communication or conference with any person; to fix the bid price element of said bid, or of that of any other bidder, or
to secure any advantage against any other bidder or any person interested In the proposed agreement.
The undersigned certifies that he is not barred from bidding on this agreement as a result of a conviction for the
violation of State laws prohibiting bid -rigging or bid -rotating.
(Name of Bidder if the Bidder is an Individual)
(Name of Partner if the Bidder is a Partnership)
(Name of Mcer if the Bidder is a Corporation)
The above statements must be subscribed a sworn to before a notary public.
Subscribed and Sworn to this JO�`day of H&(C-A , 2021
Notary Public
v ~ P%
OFFICIAL SEAL
KAY A QUINNEY-BUIRNARa
NOTARY PUBLIC - STATE OF ILLiI�S
MY COMMISSION EXP4RES12M9124
_-%. A""
Failure to complete and return this form may be considered sufficient reason for rejection of the bid.
VOBG-2021-14 DUE: April T, 2021 9:30 AM
Elevator Maintenance 37
t;0NFl.lCTi1N INI�_RF_S)"
t�lx6721e^Jli�y- GGfl-l- _ hereby certifies that
it has conducted an investigation into whether an actual or potential conflict of interest exists between the bidder, its
Municipality's and employees and any official or employee of a Municipality identified herein.
Bidder further certifies that it has disclosed any such actual or potential conflict of interest and acknowledges if bidder
has not disclosed any actual or potential conflict of interest, the Municipalities may disqualify the bid or the affected
Municipality may void any award and acceptance that the Municipality has made,
(Name of Bidder if the Bidder is an individual)
(Name of Partner if the Bidder is a Partnership)
(Name of officer if the Bidder is a Corporation)
The above statements must be subscribed a sworn to before a notary public.
Subscribed and Sworn to this30l'" day of l icc. cA 02021
Notary Public
Failure to complete and return this form may be considered sufficient reason for refection of the bid.
OFFICIAL SEAL
KAY A OUINNEY BURNARD
NOTARY RWIC -STATE OF ILLINOIS
W COMASSION EXPIRES 12/IW24
VoBG-2021-14 DUE: April T, 2021 9:30 AM
Elevator Maintenance 3E
IAN CONIP1.JPINCIi A17FIDAVIT
-Jo'. + A !' " " �(�'r - J being first duly sworn,
deposes and says that he is rice.7119avr —_
(Partner, Officer, Municipality, Etc.)
Of f/��ICnr� i� r )RiWLiFT /Nc.
(Contractor)
The individual or entity making the foregoing proposal or bid certifies that he is not barred from contracting with the any
of the Municipalities identified herein because of any delinquency in the payment of any tax administered by the
Department of Revenue unless the Individual or entity is contesting, in accordance with the procedures established by
the appropriate revenue act. The individual or entity making the proposal or bid understands that making a false
statement regarding delinquency in taxes is a Class A Misdemeanor and, in addition, voids the agreement and allows the
Municipalityto recover all amounts paid to the individual or entity under the agreemen 'n civil action
(Name of-B—idcKer i the Bidder is an Individual)
(Name of Partner if the Bidder is a Partnership)
(Name of Officer if the Bidder is a Corporation)
The above statements must be subscribed and sworn to before a notary public.
Subscribed and Sworn to this,,br—day of _ " LI , 2021
N-ota4 Public
OFFICIAL SEAL
KAY A WINNEY-BURNARD
s NOTARY PUBLIC STATE OF IWNOIS
MY COMMISSION EXPIRES t2h9124
Failure to complete and return this form may be considered sufficient reason for rejection of the bid.
VDBG-2021-14 DIE: April 7, 2021 9:30 AM
Elevator Maintenance 39
SLIB CONTRACTOR INFORhIATION
(ATTACH ADDITIONAL PAGES AS NEEDED)
Name: # Years in Business:
Address: _ _ _ # Years used by Contractor:
Services provided by Sub -Contractor: /_
1 1.4
Name: # Years in Business:
Address:
Services provided by Sub -Contractor:
# Years used by Contractor:
Name: # Years in Business:
Address: # Years used by Contractor:
Services provided by Sub -Contractor:
VQBG-2021-14
Elevator Maintenance
40
DUE: April T, 2021 9:30 AM
V %R I iCIP 41 WN A F HJ)A4 I I
I�5�,V1 /4''� _5 � being first duly sworn,
deposes and says, under penalties as provided in Section -109 of the Illinois Code of Civil Procedures, 735 ILCS 5/1-
109, that he is /�1�E�i��g ✓�
(Partner, Officer, Municipality, Etc.)
Of
(Contractor)
The individual or entity making the foregoing proposal or bid certifies that the Contractor or Subcontractor, respectively,
is not barred from being awarded a agreement or subcontract pursuant to 30 ILCS 500/50-10. Additionally, the
Contractor or Subcontractor, respectively, certifies he/she is not suspended from doing business with any State, Federal
or Local Agency.
w
(Name idder if the Bidder is an Individual)
(Name of Partner if the Bidder is a Partnership)
(Name of Officer if the Bidder is a Corporation)
The above statements must be subscribed and sworn to before a notary public.
Subscribed and Sworn to this` day of �,u _ ri 02021
19tary Public
OFFICIAL SEAL
KAY A QUINNEY-BURNARD
LNOTARY KGLIC - STATE of ILLIN0IS
AAAA -------
MYCOWSSIONEXPIRES i2/1W24
Failure to complete and return this form will be considered sufficient reason for rejection of the bid.
VOSO-2021-14 DUE: April 7, 2021 9!30 AM
Elevator Maintenance 41
AGREEMENT ACCEPTANCE
VoBG-2021-14
ELEVATOR MAINTENANCE
ACCEPTANCE
The Agreement/Proposal attached hereto and by this reference incorporated herein and made a part hereof is
hereby accepted by the order of [insert Municipgljr name] ("Municipality") this _ 2!21,- day of rltct -L
2021. v,IIa�f, c4 r r Ala traVe-
- Gberkikooc
0 nn t�
This Acceptance, together with the Agreement/Proposal attached hereto, constitutes the entire and only
agreement between the parties relating to the accomplishment of the Work and the compensation therefore and
supersedes and merges any other prior or contemporaneous discussions, agreements, or understandings, whether
written or oral, and shall prevail over any contradictory or inconsistent terms or conditions contained in any purchase
order, acceptance, acknowledgement, invoice, or other standard form used by the parties in the performance of the
Agreement/Proposal, Any such contradictory or inconsistent terms or conditions shall be deemed objected to by
Municipality without further notice of objection and shall be of no effect nor in any circumstances binding upon
Municipality unless accepted by Municipality in a written document plainly labeled "Amendment to
Agreement/Proposal." Acceptance or rejection by Municipality or any such contradictory or inconsistent terms or
conditions shall not constitute acceptance of any other contradictory or inconsistent terms or conditions.
By:
Title:E
VOBG-MI44 DUE: April 7, 2021 9:30 AM
Elevator Maintenance 42
Customer ID
120 N LASALLE
12010 KENT TRAIL
1212 CONDO ASSOC
150 E. HURON
1621 N. ASHLAND COND
1632 Central
1642 bosworth condo
1742 W HADDON
2 E. OAK PARTNERS
2200 CABOT DRIVE LLC
3150 CONDO ASSOC
332 N MICHIGAN
4211 N CICERO AVE
4901 IRVING PARK ROA
510 W. FULLERTON
525 S. DEARBORN
6000 N. Cicero
606 REALTY 6954 GREE
745 FLETCHER DRIVE
990 CONDO ar-90C
AABBTTT ADHESIVES
ABBVIE STOREROOM IL
ACCU LABS
AFFORDABLE MOVING
AHLSTROM-MUNKSJO
ALLAIANCE ELEVATOR
alien smith
ALTO ICP, LLC
ALTO PEKIN, LLC
AMALGAMATED SUGAR
American Sale Corp
AMICK
AMICK FARMS MONETTA
ANDERSON ELEVATOR
ARDENT MILLS PA
Ardent Mills Saginaw
ARDENT MILLS SHERMAN
ARKANSAS MILL SUPPLY
ATHENAEUM THEATRE
AVIENT 2400 DEVON AV
AVIENT CORPORATION
BAKEMARK
BAD HOLDINGS,LLC
Bartlett Milling
BAY STATE MILLING MN
BAY STATE MILLING NJ
Bell Tower
BEPC BEULAH, ND
BEPC GILLETTE WY
BEPC LELAND OLDS
BEPC WHEATLAND, WY
Bettenhausen Chrysl
BINNY'S 1111 CHICAGO
American Hoist Manlift Wednesday, March 17, 2021
Customer List
pg. 1 of 9
CHICAGOLAND EQUIP
CHS Cavalier
CHS DRAYTON
CHS Hensel
CHS MILLING WINONA
CHS SUNFLOWER
CHS SUNFLOWER FARGO
ehs Waverly 11 e
CHS, INC Grandin ND
CHS, INC MS
CHS, INC. MCVILLE
CHURCH OF HOLY SPIRI
C1 PROPERTIES
LINER
CINESPACF 31ST ST.
QNESPACE CHICAGO FI
CITIZENS THERMAL
CITY LAKE FOREST CIT
CITY LAKE FOREST CRO
CITY LAKE FOREST FIR
CITY LAKE FOREST SEN
CITY LIGHTS CHURCH
CITY OF YORKVILLE
CLEARWATER PAPER
CM 21, LLC
CO-ALLANCE SCIRLEVIL
CO -ALLIANCE FRANKFOR
CO -ALLIANCE REMINGTO
CO -ALLIANCE TIPTON
COFCO INTERNATIONAL
COFCO MILWAUKEE
COMFORT INN GENEVA
COMPASS MINERALS UT
CON AGRA ALTON,IL
CONAGRA COLUMBUS OH
CONAGRA HASTINGS MN
CONSOLIDATED GRAIN
CONSOLIDATED MILL
CORELLE BRANDS
CORPORETUM 1 & 2
DAIRY FARMERS WINTHR
DAIRY FARMERS ZUMBRO
DAKOTA AG COOP
DAKOTA GASIFICATION
DAKOTA MILL & GRAIN
DAKOTA MILL MIDLAND
DARIEN JR. H.S.
DARIEN PUBLIC SCHOOL
DAYTON POWER
DAYTON POWERABERDEEN
DESERET GRAIN
DEVELOPMENT & OPTION
DOUBLETREE BY HILTON
DOW CHEMICAL
American Hoist Manlift Wednesday, March 17, 2021
Customer List
pg. 3 of 9
INTER CONTIN 1510
INTER CONTIN 19111
INTER CONTIN 2720
INTER CONTIN 2720 W
INTER CONTIN 333
INTER CONTIN 4433
INTER CONTIN 6400
INTER CONTIN REPUBLI
INTER CONTINENTAL
INTERPARK 1000
INTL PAPER EASTOVER
INT'L PAPER FRANKLIN
INT'L PAPER OKLAHOMA
JD Heiskell
JOSE GABRIEL
KELLEY BEAN - MAYVIL
KERMIT KELLY 105TH
KNOWS ES ELECTRONICS
KRIfTER MANAGEMENT
lafarge south chgo e
LAGUNITAS BREWING CO
LAKE FOREST LIBRARY
LaQuinta Inn & Suite
LAZ PARK -150 WACKER
LIFELINE FOODS- MO
little black pearl e
LIVE NATION
LOCKPORT MOOSE
MAALT
maalt amarillo tx e
MAALT OK
MALTEUROP
MAPLE LEAF 747 RED 0
MAPLE LEAF 749 BURN
MAPLE LEAF 759 BURR
MARINA CITY PROPERTI
MAR-JAC POULTRY, INC
MCGRATH LEXUS
McGRATH NORTH & KRAT
MGP INGREDIENTS
MIDNIGHT CINEMA
MILESTONE, INC.
MINNESOTA POWER COHA
MINN-KOTA AG PRODUCT
MINN-KOTA Bamey, ND
MINN-KOTA Breckenrid
MINN-KOTA Kent
MINNKOTA POWER
Minn-KOTA Wyndmere
Mokena Library
MONDELE7 GLOBAL LLC
NEURO PSYCHIATRIC HO
NIPSCO WHEATLAND
NORAG EDIN OK
American Hoist Manlift Wednesday, March 17, 2021
Customer List
pg. 5 of 9
RICELAND FOODS WHEAT
RICELAND FOODS,INC
RICELAND JONESBORO
RICELAND MARSTON
RICELAND PARKIN AR
RICELAND STUTfGART
RICELAND TUCKERMAN
RICELAND WALDENBURG
RICELAND WHEATLEY AR
RIVER OAKS
RIVER VIEW COAL
RIVERLAND AG ND
Riviana Foods
RIVIANA FOODS, INC.
ROCK TENN
ROCKFORD AUBURN HIGH
ROCKFORD BARBOUR
ROCKFORD BLOOM
ROCKFORD BROOKVIEW
ROCKFORD EAST HIGH
ROCKFORD EISENHOWER
ROCKFORD FLINN
ROCKFORD GUILFORD
ROCKFORD HASKELL
ROCKFORD HILLMAN
ROCKFORD JEFFERSON
ROCKFORD KENNEDY
ROCKFORD LINCOLN
ROCKFORD MARSHALL
ROCKFORD MONTESSORI
ROCKFORD PUBLIC SCHO
ROCKFORD RESA
ROCKFORD ROOSEVELT
ROCKFORD SPRING CREE
ROCKFORD STERLING
ROCKFORD WASHINGTON
ROCKFORD WELSH
ROCKFORD WEST MIDDLE
ROOH
RW SIDLEY
S.P. PLUS
S.P. PLUS PHILADELPH
SANGAMON COUNTY WATE
SANGAMON/BFACH VIEW
SANGAMON/CENTER PARK
SANGAMON/CHATHAM EAS
SANGAMON/CHATHAM NOR
SANGAMON/COTTAGE GRO
SANGAMON/EAST FARM
SANGAMON/EX FLOW
SANGAMON/FOREST PARK
SANGAMON/FOX MILL LA
SANGAMON/LINCOLN LAN
SANGAMON/SOUTH PARK
American Hoist Manlift Wednesday, March 17, 2021
Customer List
pg, 7 of 9
WATERFORD CONDOS
WAUPUN CORRECTIONAL
WAYNE ENTERPRISES
WAYNE FARMS GUNTERSV
WEBSTER COUNTY COAL
wesley realty
WEST ROCK- SC
WESTERN FEED MILL
American Hoist Maniift Wednesday, March 17, 2021
Customer List
pg 9 of 9
Client#:14247 AMERHOIS
ACORD- CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYY1rY)
03/30/2020
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLYAND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER($), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(les) must have ADDITIONAL INSURED provisions or be endorsed,
If SUBROGATION IS WAIVED, submit to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer any rights to the certificate holder In lieu of such endorsemertt(s).
PRODUCER „cW.cT April Mroz
RAM Insurance Agency nx
=_1I; 615-893-8284_ 1IN,: M,I; 312 621.2288
Lock rt, IL h St,441 #303 ADPREP: amroz@raminsuranceagency.com
Lockport, IL. 60441 - " -' -
WSUR AFFORDING COVERAGE NAIC0
815-893$Z$4 INSURER A., Everest Indemnity Ins Co 10851
INSURED MSURER S : RSUI Indemnity CO 22314
American Hoist 8l Maniift Inc �,� c :Ins co of the West 27847
Horn Glen,AnnicI Drive, Unit 5 INSURER D. Cincirmat( Insurance Company 10677
Horner Glen, IL 60491 --
Yv�CMVGJ LGR I IrIVNIG leumor-M KGYIJIVM NUMUCK.
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED A80VE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTII TYPE OF INSURANCE ,ADDLSUSR ---- POLICY EFF �iONCYEXP { LIMITS
MSR POLICY NUMBER hIMIDDiYYYY 1AWD
A X COMMERCIAL GENERALLIABM.nY X X CF8GL00133191/09/2020 04109120211 EACH OCCURRENCE s1000 000
$5000.
�
_ CLAIMS -MADE �� OCCUR 0
��R�TED ,
000,
X BI/PD Ded:10000 1.MED EX (My one per - $5x000
IAGGREGATE LIMBAPPLIES PER,PR4POLICY :JECT LQC
POTHER.
D
_
AUTOMOBILE LIABILITY
X ANY AUTO
3CHEOV ED
AUTOS ONLY
ANOONOWNEO
MIRED
X X
AUTOS ONLY AUTOS ONLY
i
B
X
UMBRELLA LAB
X OCCUR
EXCESS We
I CLAIMS -A+
D WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOMPARTNEW
OFFICERLMEMBER EXCLUDEI
(MWKW Y in ► R)
M yes, desaiba lyder
DESCRIPTION OF OPERATIOI
D Rented Equipment
D Installation Fitr
X I X ? ENP0319188
X i X NHAOS6090
X WIL500408409
v/N
OMIA
ENP0319188
ENP0319188
$
COMS04/09120211 {Er, Ydunl I oL LI R 1,1
BODILY INJURY (Perperrw) S
BODILY INJURY (Pei accldant) S
PROPERTY DAMAGE - - y —
(F* ecddent}.. _
S
E.L. DISEASE - EA EMPLOYEEI 51.000.000 I
04/09/2021 $250,000 Per Item
04/0912021 $100,000 Per Job
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES IACORD 161, AddltbrW Reworks Schedule, may he attached If more space Is roqui vdi
IT IS AGREED THAT THE VILLAGE OF LIBERTYVILLE, OFFICIALS, AGENTS, EMPLOYEE, VOLUNTEER ARE LISTED AS
ADDITIONAL INSURED TO THE ABOVE GENERAL LIABILITY POLICY WHEN REQUIRED IN A WRITTEN CONTRACT
Village of Libertyville SHOULD ANY OF THE ABOVE DESCRIBED POL1CtES 13E CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
118 West Cook ACCORDANCE WITH THE POLICY PROVISIONS.
Libertyville, IL 60048
AUTHORIZED REPRESENTATIVE
01988.2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016103) 1 of 1 The ACORO name and logo are registered marks of ACORD
#538858WM38M3 DPO1
Client#: 24247 AMERHOIS
ACORD,~ CERTIFICATE OF LIABILITY INSURANCE =DATE'°°�"""'
019
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTIIORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT 11 the certificate holder Is an ADDITIONAL INSURSD, the pollcy(les) must have ADDITIONAL INSURED provisions or be endorsed
it SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorssment. A statement on
this certificate does not confer any rights to the certificate holder In tieu of such endorsement(s).
PRODUCER kW.. I April Mroz _
RAM Insurance Agency _LA NqEIn - 815-893-8284 _�,,,c 312 621-2288�!
16614 W. 159th St., #303 E-MAIL' - —
Lockport- IL. 60441 ADOREss: amroz@raminsuranceagency.com
815-893-8280 ENSURER( AFFORDING COVERAGE NAIL0
- INSURER A: Everest Indemnity Ins Co 10851
INSURED INSURER a. RSUI Indemnity Co 22314
American Hoist 8 Manlift Inc INSURER C: Ir1s CO Of the West 27847
HomerGlen, I Drive, Unit 5 INSURER D: Cincinnati Insurance Company 10677
Homer Glen, IL 60491
INSURER E -
INSURER F
COVERAGES CERTIFICATE NUMBER. REVISION NUMBER.
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
�EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
%L SR TYPE OF INSURANCE ADDL.SIIBR- POLICY EFF ppppL C�YE i — —
m POLICY NUMBER MM1L1D MifU%YA 1 UMITS
A X COMMERaALCENeIu►lw+elun X X CF8GL00133181 4/0912019 04/091202 EACHOCCURRENCE $_1,000,000__
f 0�p_p
_ ( CUMIAS-MAoE I x I OCCUR I PR j yTOEaEoNcc E+Wexa 550.000
MED EXP (Airy one perecn) $5 000
PERSONAL & AOV INJURY s 1,000 000
GERL AGGREGATE LIMIT APPLIES PER GENERALAGGREGATE s 2 000 000
POLICY U J1170r- E]LOC PRODUCTS-COMPIOPAGG 32,000 000
OTHER. 3
D
AUTOMOBILEUA8ILITY
X ANY AUTO
ONMEq SCHEXxJLEO
_ AUTOEOS ONLY AV=
S ONLY X ANON
X
I X
ENP0319188
4/09/2019
W091202 DINEDls LE LIMIT
BODILY INJURY (Per parser)
SLY INJURY (Per ao&*M)
PROPERTY DAMAGE
LLPSCdMA)
1,0(
S
5
S _
UMBRELLA Lue X DccuR
LDED
X
X
_
9/2019
04/09/20 EAcr.00CLIRRFJJGE
$5 Ot
B
SS UAB CLAIMS -MADE
-
(NHA082686
AGGREGATE
$5 O�
X RETENTIXNISO
_
s
C
WORKERS COMPENSATION
AND EWLOYERS' LIAeIUTYER
ANY PROPRIETORIPARTNERIEXECUTIVE Y r N
OFFICERIMEMBER EXCLUDED? a
(MMWafsry ki NNI
NIA
X
i
W1L500408408
912019
0410912D X IPER OTH-
EL EACH ACCIDENT
1
[ , , tlCfLCC _ GA wd rwCL
S7 OL
! ne
Per
em
I
D INSRE
LLATION FLTR 1 ENP0319188 410912019� D410912020 $100,0000 Per Job
DESCRIPTION OF OPERATIONS I LOCATIONS I VENXCLES (ACORD 101, AddWWW Ra wks Scheduh, Auy be attached M mprt space Is regLomo)
r'.FRTIFUtAYF Nry nF0
Proof of Insurance
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIDNS.
AUTI'9P14TED REPRESENTATIVE
I
�.e f. /*., ksa ';A-
ACORD 25 (20ISM3) 1 of 1
#S3495941M349124
0IBU-2015 ACOR13 CORPORATION. All rights reserved.
The ACORD name and logo are reglaterad marks of ACORD
AMM1
Finance Department
Wtv Raupp Blvd
Buffalo Grove, IL 60089 2198
PhonF 8,17 :159 2525
Fax 847•g159.7906
Elevator Maintenance
ADDENDUM #1
TO: Prospective Bidders and Other Interested Parties
FROM: Village of Buffalo Grove Finance Department
ISSUE DATE: March 29, 2021
SUBJECT: ADDENDUM #1
Note: 'Phis Addendum is hereby declared a part of the original proposal documents
and in case of conflict, the provisions in the following Addendum shall
govern.
The following changes and clarifications shall be made to the Bid Documents for the Elevator
Maintenance project. (VoBG-2021-14)
Ql. Can you specify if the contractor will have to prove their onsite monthly maintenance visits or
will a minimum requirement be specified so all bid are estimated equally?
Al. Monthly visits are required by the specifications.
Q2. The Schindler MRL's at 123 W Church are proprietary Schindler Equipment and some parts
and boards are not sold to outside contractors or Schindler will require the owner to sign an
exclusive agreement with Schindler before it will repair or provide support to the elevator. Is there
an exclusion for Schindler parts that are not available to other contractors or if Schindler refuses
support to the contractor for this agreement?
A2. Current Elevator Company has not had to buy parts. Current company does monthly checks. If
beyond their experience with Schindler we can coordinate with the manufacturer to come out. Also
last company had a tech that worked with Schindler before working with current contractor.
PROSPECTIVE BIDDERS ARE TO ACKNOWLEDGE RECEIPT OF ADDENDUM #1.
INCLUDE AND NOTE THIS ADDENDUM IN YOUR PROPOSAL.
PROSPECTIVE BIDDER:
SIGNED:__c eohL:DATE:
C)y
5
Elevator Maintenance VoBG-2021-14
Finance Department
fifty Raupp Nlvrt
Buffalo Grove IL 6008y 2198
Phone, R47 1;9 2525
Fax 847-451141)06
Elevator Maintenance
ADDENDUM #2
TO: Prospective Bidders and Other Interested Parties
FROM: Village of Buffalo Grove Finance Department
ISSUE DATE: March 30, 2021
SUBJECT: ADDENDUM #2
Note: This Addendum is hereby declared a part of the original proposal documents
and in case of conflict, the provisions in the following Addendum shall
govern.
The following changes and clarifications shall be made to the Bid Documents for the Elevator
Maintenance project. (VoBG-2021-14)
Ql. On the elevator maintenance bid does the bid number include the annual State of Illinois test?
The bid package does not mention the testing at all. Or are you getting billed for testing separate?
Al. Please see page 24 of the bid packet under Equipment Testing. As noted, the cost of these tests
should be included in the bid price.
PROSPECTIVE BIDDERS ARE TO ACKNOWLEDGE RECEIPT OF ADDENDUM #1.
INCLUDE AND NOTE THIS ADDENDUM IN YOUR PROPOSAL.
PROSPECTIVE BIDDER: .S r �4 -Tr7C
/R44
SIGNED: DATE:
Elevator Maintenance VoBG-2021-14