Loading...
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