Loading...
HomeMy WebLinkAbout01/04/2022 Motion to accept Municipal Partnering Initiative Bid Result for 2022-2023 Generator Maintenance Program in an amount not to exceed $32,587.50.tem Cover Page Su bject Motion to accept Municipal Partnering Initiative Bid Result o 2022-2023 rte:. o Maintenance Program in an amount not to exceed $32,587.50. Meeting Fiscal Impact Dollar Amount Budget source Category Type Information January 4, 2022 - REGULAR MEETING OF THE MOUNT PROSPECT VILLAGE BOARD -- true $32f587.50 Water and sewer Fund and General Fund "4101 1 1i Consent The Village owns and maintains twenty (20) stationary generators that provide emergency, standby electrical power in case of utility interruption. These generators are placed at key public buildings, all wastewater pumping stations, and at four (4) of the potable water booster pumping stations. These units range in size from 25kW to 750kW. Maintenance of these units requires unique training and skills as well as specialized equipment such as a resistive load bank tester. In addition, some of the units have exhaust emissions with sophisticated controls and monitoring hardware that require specialized training and diagnostic equipment to maintain. As an alternative to the Village letting a bid for generator maintenance, staff looked to leverage economies of scale by participating joint purchasing contract. The Village has found great success and savings by utilizing existing contracts with other municipalities and government agencies. In this instance, staff elected to participate in the Municipal Partnering Initiative (MPI) joint purchasing contract for generator maintenance. The village has participated in this contract since 2017. MPI is a collective of cook county, Lake county, and DuPage county 1 municipalities that have successfully leveraged bulk purchasing and workload sharing to reduce the cost of many municipal services. Municipalities currently participating in the MPI generator maintenance contract include the villages of Glenview, Buffalo Grove, Northbrook, Palatine, and Kenilworth as well as the City of Highland Park. The bid award is for a two (2) year term with the option of two (2) additional one (1) year extensions beyond the initial termination date by mutual, written agreement. The bid pricing is favorable with cost to provide generator maintenance on a per generator basis equivalent to the cast of generator maintenance in the previous two (2) year contract (2019). The total, two (2) year cost to service all 20 generators (twice per year) is $29,,625. It is relevant to note that although the cost per unit will remain unchanged, the overall cost of generator maintenance for the Village is higher than previous contracts because of the addition of three (3) new generators including new powerplants at the Police HQ, Fire Station 13, and the Maple Street Parking Deck. Since the maintenance of these generators identify unforeseen repairs, staff is requesting a 10% contingency ($2,962.50) to address any of these unforeseen issues should they arise. A 10% contingency would bring the project award total to $32,587.50 (the $29,,625.00 base bid plus the 10% contingency of $2,962.50). The contractor holding the MPI generator maintenance bid is Midwest Power Industry of Ringwood, IL. Midwest Power has previously provided generator maintenance services to the pillage. All work performed was satisfactory. This MPI contract is publicly bid and satisfies the public bidding requirements of the Village of Mount Prospect Purchasing Policy. Alternatives 1. Accept Municipal Partnering Initiative Joint Bid Results for Generator Maintenance. 2. Action at discretion of pillage Board. Staff recommends the pillage Board accept the results of the Municipal Partnering KA Initiative joint bid for Generator Maintenance and award a two (2) year contract to Midwest Power Industry of Ringwood, IL, in an amount not to exceed $32,,587-50. In addition, staff requests approval to extend the contract for up to two (2) additional one (1) year periods beyond the initial termination date provided the contractor agrees not to raise rates. ATTACHMENTS: 2021 GENERATOR MAINT. AND AS NEEDED REPAIR RFB . pdf Midwest Power Bid response. pdf RFB 220050 Addendum #1.pdf RFB 220050 Addendum # 2. pdf 2021_GEN._MAINT._Specifications-Mount Prospect.pdf k] REQUEST FOR BIDS BID DOCUMENTS AND SPECIFICATIONS GENERATOR MAINTENANCE AND AS NEEDED REPAIRS VILLAGE OF GLENVIEW 2500 EAST LAKE AVENUE GLENVIEW, IL 60026 (847) 724-1700 l ' %'N, f.. rip.✓%'fiilr.Sl•Iil N1 nk 4J. 1'1,'7WM3M1'».nh1�'hY E '��j' .i. [p� p� yilJ. di �. a�A.�S..JIL ... .. P' `ti...,/�r I rF.. . ....... ..... ........... ......... . ...... ........................ 4 LEGAL NOTICE Official notice is hereby given that the Village will receive bids electronically via DemandStar until 2:00 p.m. local time on October 25, 2021. The bid opening will be held virtually via Zoom. Please use the following information to join the bid opening via Zoom on November 11, 2021 at 2:00 p.m. local time: Website/URL: https:llglobal.gotomeeting .comljoinl844042077 Telephone: +1 (571) 317-3122; Meeting ID: 869-3456-3454; Passcode: 620439 RFB NO: 220050 RFB ON: GENERATOR MAINTEANCE AND AS NEEDED REPAIRS Scope of work will include inspection, maintenance and as needed repairs of Municipal owned emergency electrical generation systems, which include both natural gas drive and diesel driven engines. Plans, specifications, and bid forms may be obtained through DemandStar, the Village's purchasing website (https://www.glenview.il.us/clovernment/Pages/Purchasing.aspx), or by calling (847) 904-4338. Plans, specifications, and bid forms will be provided electronically. All bids shall be accompanied by a Bid Bond for not less than five percent (5%) of the bid amount. The successful bidder must furnish a satisfactory performance and payment bond in the full amount of the bid. A scanned copy of the bid bond must be included in the pdf file submission. The original bid bond must be mailed to the Village Hall, 2500 East Lake Avenue, Glenview, IL 50025 attention Purchasing Manager. The Village recommends using certified or priority mail options in order to have a tracking number. All work under this contract shall comply with the Prevailing Wage Act of the State of Illinois, 820 ILCS 130/0.01 et seq. &the Employment of Illinois Workers on Public Works Act (30 ILCS 570/0.01 et. seq). Offers may not be withdrawn for ninety (90) days after closing date without the consent of the Board of Trustees. Any Bid submitted unsigned, via mail, via in person delivery, via fax, via email or received subsequent to the aforementioned date and time, may be disqualified and returned to the bidder. The Village of Glenview reserves the right to reject any and all bids or parts thereof, to waive any irregularities or informalities in bid procedures and to award the contract in a manner best serving the interest of the Village. Dated: October 25, 2021 Erika Smith Director of Finance 5 RFB Number 220050 2 Due: November 111 20219 2:00 PM GENERATOR MAINTENANCE AND AS NEEDED REPAIRS Village of Glenview 2500 East Lake Ave Glenview, IL 60026 REQUEST FOR BID INFORMATION Company Name: Address: City, State, Zip Code: BID PRICING TABLE SUBMISSION INFORMATION INVITATION: BID OPENING DATE: TIME: LOCATION: #220050 NOVEMBER 11, 2021 2:00 P.M. Local Time Zoom COPIES: One (1 ) original electronic PDF Item No. Items ANNUAL GENERATOR PREVENTATIVE MAINTENANCE PRICE ANNUAL LOAD BANK TEST AND TRANSFER SWITCH MAINTENANCE PRICE ITEM A -VILLAGE OF BUFFALO GROVE (JANUARY 2022 -2024) 1 G02- VILLAGE HALL 2 G04- PUBLIC WORKS 3 G15- POLICE DEPARTMENT 4 G20- WELL #1 5 G19- WELL #2 6 G21- WELL #6 7 G03- WELL #7 8 G05- RAUPP LIFT STATION 9 G06- GOLFVI EW LIFT STATION 10 G11- CAMBRIDGE CT LIFT STATION 11 G07- CHATHAM LIFT STATION 12 G18- CAMELOT LIFT STATION 13 G10- PORT CLINTON LIFT STATION 14 G23- RIVER OAKS LIFT STATION 15 G22- RT. 22 LIFT STATION 16 G14- JOHNSON DR. LIFT STATION 17 G16- LINDEN LIFT STATION 18 G12- FIRE STATION #25 19 G13- FIRE STATION #26 20 G17- LIFT STATION #27 21 G24- ABRORETUM GOLF 22 G25- OLD TREATMENT PLANT LS 23 G26- CAMBRIDGE ON THE LAKE LS ITEM A —SUBTOTAL RFB Number 220050 3 GENERATOR MAINTENANCE AND AS NEEDED REPAIRS Due: November 11, 2021, 2:00 PM 6 Item No. Items ANNUAL GENERATOR PREVENTATIVE MAINTENANCE PRICE ANN UAL LOAD BANK TEST AND TRANSFER SWITCH MAINTENANCE PRICE ITEM B - VILLAGE OF GLENVIEW (JANUARY 2022 - 2024) $ $ 1 PUBLIC WORKS PHASE III 2 PHASE WORKS PHASE 1 3 WILLOW ROAD PUMP STATION 4 PATRIOT PUMP STATION 5 RUGEN SR. PUMP STATION 6 RUGEN JR. PUMP STATION 7 WEST LAKE RESERVOIR 8 LARAMIE PUMP STATION 9 EAST LAKE LIST STATION 10 HEATHERFIELD LIFT STATION 11 FIRE STATION #6 12 FIRE STATION #7 13 FIRE STATION #8 REGULAR OVERTIME 14 FIRE STATION #13 15 FIRE STATION #14 16 GLENVIEW MUNCIPAL CENTER POLICE AND VILLAGE HALL 17 CARIANN NORTH LIFT STATION 18 GLENVIEW ROAD SOUTH LIFT STATION 19 HARMS ROAD LIFT STATION 20 CUNLIFF PARK LIFT STATION 21 ILLINOIS AMERICAN BOOSTER STATION ITEM B -SUB TOTAL Item No. Items ANNUAL GENERATOR PREVENTATIVE MAINTENANCE PRICE ANNUAL LOAD BANK TEST AND TRANSFER SWITCH MAINTENANCE PRICE ITEM C - VILLAGE OF HIGHLAND PARK (JANUARY 2022 -2024) $ $ 1 PUBLIC WORKS - 1150 HALF DAY ROAD 2 POLICE DEPARTMENT- 1677 OLD DEERFI ELD ROAD 3 CITY HALL - 1707 ST. JOHN'S AVENUE 4 FIRE STATION 32 - 692 BURTON AVENUE 5 FIRE STATION 33 - 1130 CENTRAL AVENUE 6 FI RE STATION 34 - 1100 HALF DAY ROAD 7 FORT SHERIDAN - 50 LOGAN LOOP 8 WATER TOWER - 1850 GREEN BAY ROAD 9 NORTH RESERVOIR - 1124 HALF DAY ROAD 10 WATER TREATMENT PLANT 1 - 10 PARK AVENUE 11 WATER TREATMENT PLANT 2 - 10 PARK AVENUE REGULAR OVERTIME SERVICE RATES (TO INCLUDE TRUCKITRIP FEES) ITEM C —SUB TOTAL RFB Number 220050 4 Due: November 11, 2021, 2:00 PM GENERATOR MAINTENANCE AND AS NEEDED REPAIRS Item No. Items SEMIANNUAL GENERATOR PREVENTATIVE MAINTENANCE PRICE ANN UAL LOAD ITEM E - VILLAGE OF MOUNT PROSPECT (J U LY 2022 TO J U LY 2024) ANNUAL BANK TEST AND Item Items GENERATOR TRANSFER No. G3- 1601 W. GOLF RD (NATURAL GAS) PREVENTATIVE SWITCH 3 G4 - 50 S. EMERSON ST MAINTENANCE MAINTENANCE 4 G5 - 1700 W. CENTRAL RD PRICE PRICE 5 ITEM D - VILLAGE OF KENILWORTH (JANUARY 2022 - 6 2024) $ $ 1 VILLAGE HALL - 419 RICHMOND ROAD 2 PUBLIC WORKS - 347 IVY COURT 3 BOOSTER STATION - KENILWORTH AVENUE AND ASHLAND DRIVE 4 WATER PLANT - 1 KENILWORTH AVENUE 11 ITEM D -SUB TOTAL Item No. Items SEMIANNUAL GENERATOR PREVENTATIVE MAINTENANCE PRICE ANNUAL GENERATOR PREVENTATIVE MAINTENANCE WITH 2 HR LOAD BANK PRICE ITEM E - VILLAGE OF MOUNT PROSPECT (J U LY 2022 TO J U LY 2024) $ $ 1 G2 - 2000 E. KENSINGTON RD - STATION 14 GENERATOR TRANSFER 2 G3- 1601 W. GOLF RD (NATURAL GAS) PREVENTATIVE SWITCH 3 G4 - 50 S. EMERSON ST MAINTENANCE MAINTENANCE 4 G5 - 1700 W. CENTRAL RD PRICE PRICE 5 G6 - 112 E. HIGHLAND AVE 6 G7 - 1629 W. ALGONQUIN RD $ $ 7 G8 - 601 W. GOLF RD 8 G9 - LINCOLN ST RELIEF 9 G10 - LINCOLN -WE GO RELIEF 10 G11 - COTTONWOOD RELIEF 11 G12 - MAPLE - BERKSHIRE RELIEF 12 G13 -WILLIAM RELIEF 13 G14 - LOUIS RELIEF 14 G15 - FAIRVIEW RELIEF 15 G16 - GEORGE ST NORTH 16 G17 -1480 N ELMHURST RD - WELL #17 17 G18-600 SEE GWUN- WELL#11 18 G19 - 911 E KENSINGTON ROAD 19 G20 - 111 E RAND ROAD 20 G21 - 301 S MAPLE - GARAGE ITEM E - SUB TOTAL RFB Number 220050 5 Due: November 11, 2021, 2:00 PM GENERATOR MAINTENANCE AND AS NEEDED REPAIRS ANN UAL LOAD ANNUAL BANK TEST AND Item Items GENERATOR TRANSFER No. PREVENTATIVE SWITCH MAINTENANCE MAINTENANCE PRICE PRICE ITEM F - VILLAGE OF NORTHBROOK (JANUARY 2022 - 2024) $ $ 1 CRESTWOOD PLACE - 1000 WAUKEGAN ROAD 2 FIRE STATION #10 - 650 HUEHL ROAD RFB Number 220050 5 Due: November 11, 2021, 2:00 PM GENERATOR MAINTENANCE AND AS NEEDED REPAIRS 3 FIRE STATION #11 - 740 DUNDEE ROAD 4 FIRE STATION #12 -1840 SHERMER ROAD 5 RED CENTER - 1842 SHERMER ROAD 6 POLICE STATION - 1401 LAN DW EH R ROAD 7 FLEET MAINTENANCE GARAGE - 1227 CEDAR LANE 8 PUBLIC WORKS CENTER - 655 HUEHL ROAD 9 VILLAGE HALL - 1225 CEDAR LANE 10 WATER FILTRATION PLANT - 750 DUNDEE ROAD 11 WEST SIDE RESERVOIR - 3339 WALTERS AVENUE 12 RAW WATER PUMP STATION - 1195 SHERIDAN ROAD IN GLENCOE 13 CHERRY LANE LIFT STATION - 2025 CHERRY LANE 14 COM ED LIFT STATION - 1200 FRONTAGE ROAD 15 COTSWOLD LIFT STATION - 2500 DUNDEE ROAD 16 EDGEWOOD LIFT STATION - 1328 EDGEWOOD LANE 17 FOLEY LIFT STATION - 135 SKOKIE BOULEVARD 18 FOREST VIEW LIFT STATION - 4500 FOREST VIEW DRIVE 19 GREENWOOD LIFT STATION - 615 GREENWOOD ROAD 20 HOLSTE LIFT STATION - 1801 HOLSTE 21 KI LARNEY LIFT STATION - 1740 KI LARNEY LANE 22 MACARTHUR LIFT STATION - 2905 MACARTHUR BOULEVARD 23 REVERE LIFT STATION - 150 REVERE DRIVE 24 ROYAL RIDGE LIFT STATION - 1370 TECH NY ROAD 25 STONEGATE LIFT STATION - 2568 STEVEN LANE 26 WILLOW FESTIVAL LIFT STATION - 1106 FOUNDERS ROAD 27* COM ED LIFT STATION - 1200 FRONTAGE ROAD (SEE NORTHBROOK SPECIFICATIONS N ATTACHMENT A) ITEM F -SUB TOTAL Item No. Items ANNUAL GENERATOR PREVENTATIVE MAINTENANCE PRICE ANNUAL LOAD BANK TEST AND TRANSFER SWITCH MAINTENANCE PRICE ITEM G - VILLAGE OF PALATINE (JANUARY 2022 2024) $ $ 1 G-001 - FIRE STATION 84 2 G-002 - SQUARE D LIFT STATION 3 G-004 - DEER GROVE LIFT STATION 4 G-005 - KASUBA LIFT STATION 5 G-006 - NORTH SUPPLY PUMP STATION 6 G-007 - FIRE STATION 85 7 G-008 - VILLAGE HALL 8 G-009 - SOUTH SUPPLY PUMP STATION 9 G-010 - PUBLIC WORKS 10 G-011 - FIRE STATION 82 11 G-013 - DEER PARK BOOSTER STATION 12 G-014 - FIRE STATION 81 13 G-015 - FIRE STATION 83 14 G-016 - DUNHAVEN WOODS LIFT STATION 15 G-017 - PARKING DECK 16 G-018 - RAN DVI LLE LIFT STATION 17 G-019 - COUNTRYSIDE PUMP STATION 18 G-021 - PEPPERTREE LIFT STATION RFB Number 220050 6 Due: November 11, 2021, 2:00 PM GENERATOR MAINTENANCE AND AS NEEDED REPAIRS 19 G-022 - ROSE & LILLY LIFT STATION 20 G-023 - SHIRES LIFT STATION 21 G-024 - ARLINGTON CREST LIFT STATION 22 G-026 - POLICE HEADQUARTERS 23 G-027 -HERON DRIVE PUMP STATION ITEM G —SUB TOTAL Any and all exceptions to these specifications MUST be clearly and completely indicated on the bid sheet. Attach additional pages if necessary. NOTE TO BIDDERS: Please be advised that any exceptions to these specifications may cause your bid to be disqualified. Submit bids electronically through DemandStar ONLY. Any bid not submitted electronically via DemandStar may be rejected as non-responsive. ..:.:.... .:.......... . PROMPT PAYMENT DISCOUNT: % DAYS The undersigned hereby certifies that they have read and understand the contents of this solicitation and agree to furnish at the prices shown any or all of the items 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 alter any resulting contract 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 contract as a result of a violation of either Section 33E-3 or 33E-4 of the Illinois Criminal Code of 1961, as amended. Authorized Signature: Typed/Printed Name:_ Title: E-mail Company Name: Date: Telephone Number: Fax Number: RFB Number 220050 7 Due: November 11, 2021, 2:00 PM GENERATOR MAINTENANCE AND AS NEEDED REPAIRS 10 PROJECT SPECIFICATIONS 'I. INTENT The Village of Glenview ("Glenview"), the Village of Buffalo Grove ("Buffalo Grove"), the Village of Highland Park ("Highland Park"), Village of Kenilworth ("Kenilworth"), Village of Mount Prospect ("Mount Prospect"), Village of Northbrook ("Northbrook"), Village of Palatine (Palatine), (collectively the "Municipalities") are seeking a reputable contractor ("Contractor") to perform general maintenance, inspections, and as needed repairs on municipal generators (the "Services"). All work performed under this RFB shall be in accordance with the provisions of the Illinois Prevailing Wage Act 820 ILCS 13010.01 et seq. and Employment of Illinois Workers on Public Works Act (30 ILCS 57010.01). 2. PRE-BID MEETING A NON -MANDATORY PRE-BID MEETING WILL BE HELD ON NOVEMBER 2, 2021 AT 10:00 AM VIRTUALLY VIA GOTOMEETING. PLEASE CLICK THIS LINK ON JUNE 18 AT 10:00 AM TO ATTEND THE VIRTUAL MEETING: https://global.gotomeeting.com/ioin/652430301 YOU CAN ALSO DIAL IN USING YOUR PHONE: +1 (646) 749-3122; ACCESS CODE: 652-430-301 3. BID PRICE Please provide pricing for the Services listed. All pricing is not -to -exceed pricing and includes all labor, transportation costs and equipment necessary to perform the Services. No allowances shall be made for transportation or mobilization costs and routine/standard equipment. 4. 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. The Municipalities reserves the right to award the Bid 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. The Municipalities further reserve the right to award to multiple contractors and to reject any or all bids. 5. TERM The initial term of the contract shall be for two (2) years from the date of the award. The Municipalities reserve the right to renew this contract for two (2) additional one (1) year periods subject to acceptable performance by the Contractor. At the end of any contract term, the Municipalities reserve the right to extend this contract for a period of up to sixty (60) days for the purpose of getting a new contract in place. For any year beyond the initial year, this contract is contingent upon the appropriation of sufficient funds by the Municipalities; no charges shall be assessed for failure of the Municipalities to appropriate funds in future contract years. Written requests for price revisions after the first year period shall be submitted at least ninety (90) days in advance of the annual contract period. Requests must be based upon and include documentation of the actual change in the cost of the components involved in the contract and shall not include overhead, or profit. 7. ESCALATION Written requests for price revisions after the initial term shall be submitted at least sixty (60) days in advance of the annual contract period. Requests must be based upon and include documentation of the actual change in the cost of the components involved in the contract and shall not include overhead, or profit and pursuant to the CPI -All Urban Consumers, Chicago or 2% whichever is less. CPI will be based upon the average of the previous twelve months, non -seasonal adjusted. The Municipalities reserve the right to reject a proposed price increase and terminate the agreement. RFB Number 220050 8 Due: November 11, 2021, 2:00 PM GENERATOR MAINTENANCE AND AS NEEDED REPAIRS 11 8. SCOPE OF WORK The services obtained shall be of a qualified and capable firm that provides generator/transfer tests and inspection services in accordance with the frequencies listed for each municipality in Attachment A. At each inspection, provide properly qualified and experienced staff to complete a full load test or load bank test. If a full load is not available, the Bid Proposal shall accommodate for a temporary load bank of sufficient size. Qualified providers must be able to provide 24-hour service to the listed generators/transfer switches. Any exceptions) must be clearly noted and explained in the Bid Proposal. Contractor should be on-site within 4 hours in emergency situations, including after hours, weekends and holidays. Any exception(s) must be clearly noted and explained in the bid proposal. 1 Scheduling of Work: In an effort to minimize the disruption of Village employees, inspections, maintenance and repairs shall be coordinated and completed with the Public Works Department and shall be cognizant that some municipal facilities are partially open to the public. Staff, including public safety personnel will remain on site during contracted work. Additionally, written prior approval is required to work during any holiday. 2. Safety: The contractor is advised that they will be expected to comply with all OSHA standards as well as the Illinois Department of Labor to protect both the Contractors' staff and building occupants not employed by the Contractor. Exception to the OSHA Noise Hazard Requirement of 99 d BA, all contractors shall provide hearing protection for their employees exposed to noise levels of 85 dBA and above. The contractor shall report all serious injuries, occupational exposures, or substantial property loss to the Municipalities. The contractor shall provide the Municipalities with a copy of all Material Safety Data Sheets (MSDS) for hazardous materials (as defined by OSHA) used to complete the work of this project. 3. Disposal: The Contractor shall remove all debris from associated municipal facilities to an approved dump location without additional cost or encumbrance to the Municipalities. The Contractor shall remove all tools, general supplies and all materials brought to the site by the Contractor or any of its vendors or employees. 4. Utilities: The Contractor may utilize the water and electricity at the facility being worked on. 5. Completion of Job: The job is not considered complete until all work listed in the Scope has been inspected and accepted by the Facilities Manager or his/her designee. Completion includes, but is not limited to, satisfaction of the Facilities Manager or his designated representative that the project scope has been completed as designated within this document, all deliverables have been received, any damage to Village property has been repaired, and all cleanup of refuse has taken place. RFB Number 220050 9 Due: November 11, 2021, 2:00 PM GENERATOR MAINTENANCE AND AS NEEDED REPAIRS 12 9. INVOICES AND PAYMENTS 10. The Contractor shall submit invoices to the Municipalities detailing the services provided monthly. 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 Municipalities. Payment shall be made in accordance with the Local Government Prompt Payment Act. Invoices to the Municipalities shall include the following information: work completed, time of completion, name of employee completing the work, anticipated future work. Invoices shall be delivered to: Village of Buffalo Grove City Hall 50 Raupp Blvd. Buffalo Grove, IL 60089 Village of Highland Park City Hall 1707 St. Johns Ave. Highland Park, IL 60035 Village of Mount Prospect Public Works Department Attn: Casey Botterman 1700 W. Central Rd. Mt. Prospect, IL 50056 Village of Palatine Public Works Department 148 W. Illinois Avenue Palatine, IL 60057 Village of Glenview Public Works Department 2498 East Lake Avenue Glenview, IL 60026 Village of Kenilworth Village Hall 419 Richmond Ave. Kenilworth, IL 60043 Village of Northbrook Village Hall 1225 Cedar Ln. Northbrook, IL 60062 CALENDAR OF EVENTS TENTATIVE AND SUBJECT TO CHANG 111111 /I II II IIIIIIII II.1 111 1 1 II 111 II MEEME1 Bid sent to potential bidders and advertised on the Village's October 25, 2021 website and DemandStar. Please confirm that you have received via email to purchasing@glenview. il. us. Non -Mandatory Pre -Bid Meeting November 2, 2021 Zoom at 10:00 AM https://zoom.com/ioi n/552434301 November 4, 2021 Last day to submit questions and requests for clarification. November 5, 2021 Addendum issued if necessary ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, RFB Number 220050 10 GENERATOR MAINTENANCE AND AS NEEDED REPAIRS Due: November 11, 2021, 2:00 PM i FC] November 11, 2421 11. ADDITIONAL INFORMATION Deadline for Bid Submission. Bids received after the date and time identified will be returned unopened One (1) electronic PDF of the completed/signed bid by November 11, 2021 before 2:00 P.M. CST, to DemandStar. Please see the attached instructions on How to Register in DemandStar, How to Respond to an Electronic Bid in DemandStar, and How to Search for Bids in DemandStar. Recommendation to the Village Board of Trustees Implementation Date 1. What fluids (oil, coolant etc.) and parts are to be replenished/replaced and at what frequency. a. Buffalo Grove — oil and specific coolant changes are described in the Specifications for Buffalo Grove. Any other fluid changes will be based on the fluid test report results. Further, at each site visit, following an inspection, the Contractor shall contact the Municipal Site Representative and make a recommendation as to which parts (if any) and/or fluids to replace or replenish. b. Glenview — Engine oil and oil filters will be replaced annually at a minimum and whenever run time between oil and oil filter changes meets or exceeds 100 hours. Coolant and coolant filter changes will be based on run time between these changes and compared to the manufacturers' recommendations or if fluid test analyses necessitate an earlier replacement. Further, at each site visit, following an inspection, the Contractor shall contact the Municipal Site Representative and make a recommendation as to which parts (if any) and/or fluids to replace or replenish. As a part of the post -inspection communication, the Contractor shall supply the Municipal Site Representative with a comprehensive report detailing recommendations pertaining to coolant and oil maintenance. Reports from load bank testing shall be provided by the Contractor to the Municipal Site Representative. C. Kenilworth — At each site visit, following an inspection, the Contractor shall contact the Municipal Site Representative and make a recommendation as to which parts (if any) and/or fluids to replace or replenish. d. Mount Prospect — oil and specific coolant changes are described in the Specifications for Mount Prospect (Attachment A). Any other fluid changes will be based on the fluid test report results. e. Northbrook — See attachment A. f. Palatine — Oil and specific coolant or other fluid changes will be based on the fluid test report results. Further, at each site Visit following an inspection, the Contractor shall contact the Municipal Site Representative and make a recommendation as to which parts (if any) and/or fluids to replace or replenish. RFB Number 220050 11 GENERATOR MAINTENANCE AND AS NEEDED REPAIRS Due: November 11, 2021, 2:00 PM 14 2. The municipalities do not have any generators located within 50 feet of a railroad. Should the bidder require additional information about this bid, please submit questions via email to: purchasing@glenview.il.us. Questions are required no later than 5:00 P.M. on November 4, 2021. ANY and ALL changes to these specifications are valid only if they are included by written Addendum from the Municipalities to All Bidders. No interpretation of the meaning of the plans, specifications or other contract 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 Municipalities recognize that in some cases the information conveyed in this RFB may provide an insufficient basis for performing a complete analysis of the RFB requirements. Prospective bidders are, therefore, requested to make the best possible use of the information provided, without the expectation that the Municipalities will be able to answer every request for further information or that the schedule for receipt and evaluation of bids will be modified to accommodate such request. RFB Number 220050 12 Due: November 11, 2021, 2:00 PM GENERATOR MAINTENANCE AND AS NEEDED REPAIRS 15 GENERAL TERMS AND CONDITIONS 1. SUBMISSION OF BID All bids must be submitted electronically through DemandStar.com by the specified opening date and time of the bid. Bids submitted after the specified date and time will not be accepted. Mailed and in person delivery of bids will not be accepted by the Municipalities. Any bid not submitted electronically via DemandStar.com may be rejected as non-responsive. It is the sole responsibility of the Bidder to submit the pdf copy of the bid on DemandStar.com. Instructions for submitting bids are attached to this document and may be found at https://www.,qlenview.il.us/government/Pages/Purchasin.g.aspx. The Village of Glenview is utilizing DemandStar.com to take the place of the paper bid that would normally be sent to Glenview Village Hall. Respondents are still required to complete all of the bid documents and provide all of the requested information in a pdf file(s) as if they were submitting a paper bid. A scanned copy of the bid bond must be included in the pdf file submission on DemandStar.com. The original bid bond must be mailed to Glenview Village Hall, 2500 East Lake Avenue, Glenview, IL 50025 attention Purchasing Manager on or before the bid due date. The Village recommends using certified or priority mail options to have a tracking number. A. Base Bid is the sum stated in the Bid for which the Bidder offers to perform the Work described in the Bidding Documents as the base, to which Work may be added or from which Work may be deleted for sums stated in option Bids/Alternate Bids or Unit Prices. B. option or Alternate Bid is an amount stated in the Bid for each item to be added to or deducted from the amount of the Base Bid if the corresponding changes in the Work, as described in the Bidding Documents, if accepted. C. Unit Price is an amount stated in the bid as a price per unit of measurement for materials, equipment, or services, including all overhead and profit for a portion of the Work as described in the Bidding Documents. The owner may reject or negotiate any unit price which is considered excessive or unreasonable. In the event of a conflict or calculation error between the total base bid pricing, and/or extension pricing, the Unit Price shall prevail. D. option Price is a base bid price that may be accepted in lieu of the base bid. 3. RESPONSIVE BID A. 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 notified that any exceptions to the requirements of this bid may be cause for rejection of the bid. B. Bidders shall promptly notify the Municipalities 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. 4. UNBALANCED BIDDING Bidders shall not submit a bid, which contains irregularities of any kind, including unbalanced bids. By an unbalanced bid, it is meant that one or more separate items or subsections are substantially out of line with the current market price for the materials and/or work covered herein. The Municipalities further reserve the right not to award or to negotiate any items whose unit prices or subsection appears excessive or unbalanced. Furthermore, the Municipalities reserve the right to reject the unbalance item(s) and to contract with another provider for the services without considering the bidder. RFB Number 220050 13 Due: November 11, 2021, 2:00 PM GENERATOR MAINTENANCE AND AS NEEDED REPAIRS iF 5. WITHDRAWAL OF BID Bids may be withdrawn at any time prior to the advertised bid opening through DemandStar.com or by submitting a request in writing to the Purchasing Manager at purchasing(@.glenview.il.us. 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 ninety (90) calendar days thereafter. The successful Bidder shall not withdraw or cancel its bid after having been notified that the respective Village's board of trustees have accepted said bid. 6. DOCUMENTS OBTAINED FROM OTHER SOURCES The Village of Glenview and DemandStar are the only official sources for bid packages and supporting materials. To ensure receipt of addenda and any other notices concerning this project, bidders must either email purchasinq(@-glenview.il.us confirming receipt of the bid documents (i.e. request to be added to the plan - holders list) or download a copy of the bid documents directly from DemandStar. The Village cannot ensure that bidders who do not email purchasing(cb-glenview.il.us or have not downloaded the bid documents from DemandStar 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's discretion, be rejected as nonresponsive and/or the bidder disqualified. In such cases, the Village will NOT rebid the project absent extraordinary circumstances. 7. CONTACT WITH VILLAGE PERSONNEL All bidders are prohibited from making any contact with any of the Municipalities' Village Presidents, Village Trustees, or any other official or employee of the Municipalities (collectively, "Municipality Personnel") with regard to the Project, other than in the manner and to the person(s) designated herein. The Village Managers reserve the right to disqualify any bidder found to have contacted any Municipality Personnel in any manner with' regard to the Project. Additionally, if the Village Managers determine that the contact with Municipality Personnel was in violation of any provision of 720 ILLS 5/33EE, the matter will be turned over to the Cook County State's Attorney for review and prosecution. 8. DISCLOSURES AND POTENTIAL CONFLICTS OF INTEREST (30 ILLS 500/50-35} Glenview'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, including owners or employees, to investigate whether a potential or actual conflict of interest exists between the Bidder and the Municipalities, their officials, and/or employees. If 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 fairness 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 the Municipalities discover an undisclosed potential or actual conflict of interest, they may disqualify the Bidder and/or refer the matter to the appropriate authorities for investigation and prosecution. 9. RESPONSIVENESS OF BIDS Bids shall be evaluated as follows (not listed in order of priority) to determine responsiveness: • Bid pricing • Compliance with specifications RFB Number 220050 14 Due: November 11, 2021, 2:00 PM GENERATOR MAINTENANCE AND AS NEEDED REPAIRS 17 Submittal of required documentation 9. 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 other governmental units, as authorized by the Governmental Joint Purchasing Act, 30 ILCS 52510.01, et seq. (the "Act"). All purchases and payments made under the Act shall be made directly by and between each governmental unit and the successful bidder. The bidder agrees that the Village of Glenview shall not be responsible in any way for purchase orders or payments made by other governmental units. The bidder further agrees that all terms and conditions of this Agreement shall continue in full force and effect as to the other governmental unit during the extended term of this Agreement. Bidder and the other governmental unit 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 governmental unit. The bidder shall provide the other governmental unit with all documentation as required in the RFB, and as otherwise required by the Village of Glenview, including, but not limited to: 100% performance and payment bonds in the amount awarded by the respective governmental unit Certificate of insurance naming each additional governmental unit as an additional insured Certified payrolls to each governmental unit for work performed 10. MODIFICATIONS Bidders shall be allowed to modify/withdraw their bids prior to opening. Once bids have been received and opened, bids cannot be withdrawn or modified without the approval of the respective municipalities' Board of Trustees. 11. PREVAILING WAGE If this contract calls for the construction of a "public work", within the meaning of the Illinois Prevailing Wage Act, 820 ILCS 1301.01 et seq. ("the Act"), the Act requires contractors and subcontractors to pay laborers, workers, and mechanics performing services on public works projects no less than the "prevailing rate of wage" (hourly cash wages plus fringe benefits) in the county where the work is performed. For information regarding current prevailing wage rates, please refer to the Illinois Department of Labor's website at http://www.illinois.gov/idol/Laws-Rules/CONMED/Pages/prevailing-wage-rates.aspx. All contractors and subcontractors rendering services under this contract must comply with all requirement of the Act, including but not limited to, all wage, notice and record keeping duties. 12. CERTIFIED PAYROLL REQUIREMENTS Pursuant to PA 100-1177 and in accordance with 820 ILCS 13015.1, contractors shall submit to the Illinois Department of Labor (IDOL) all certified payroll records for prevailing wage work performed by contractor employees or subcontractors. IDOL is charged with developing and maintaining an online portal for prevailing wage construction contractors to file their certified payrolls. The portal may be accessed by visiting https://www2. it li nois.gov/idol/Laws Rul es/CON M EDIPages/cortifiedtranscriptofpayroll. aspx. 13. CHANGE ORDERS The Village believes that the project is fully defined in the Contract 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 contract 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 contract specifications. All Change Orders and alternative suggestions must be approved by the Village prior to execution. A. In case of an increase in the Contract Sum, there will be an allowance for overhead and profit. RFB Number 220050 15 Due: November 11, 2021, 2:00 PM GENERATOR MAINTENANCE AND AS NEEDED REPAIRS 18 B. 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. C. Detailed written Requests for Change Orders must be submitted to the Purchasing Agent. 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 Purchasing Agent. D. 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. E. A written Change order must be issued by the Purchasing Agent prior to commencing any additional work covered by such order. Work performed without proper authorization shall be the contractor's sole risk and expense. 14. RESPONSIBILITY OF BIDDER Bidders shall be evaluated as follows (not listed in order of priority) to determine responsibility: References (Complete the Reference Sheet included herein) Firm/Staff Experience Identify references for similar projects as outlined above. Please include the organization, contact name, title, address, telephone number and cost of the project on the reference sheet provided herein. Failure to provide references as identified may result in the bidder being considered not responsible with no further consideration for award. No agreement will be awarded to any person, firm or corporation that is in whole or in part, in an unsatisfactory manner, in any agreement with the Village, or who is a defaulter as to surety or otherwise upon any obligation to the Village. 15. ADDITIONSMELETIONS The quantities indicated are estimated quantities. The Village does not guarantee any specific amount and shall not be held responsible for any deviation. This contract shall cover the Village's requirements whether more or less than the estimated amount. The Village reserves the right to increase and/or decrease quantities or add or delete locations during the term of the Agreement, whatever is deemed to be in the best interest of the Village. 16. SILENCE OF SPECIFICATIONS The apparent silence of specifications as to any detail or apparent omission from it as 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 used. 17. HOLD HARMLESS The Contractor agrees to indemnify, save harmless and defend the Village and its 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 Villages, 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 by the Contractor. RFB Number 220050 16 Due: November 11, 2021, 2:00 PM GENERATOR MAINTENANCE AND AS NEEDED REPAIRS 19 1 S. CHANGE IN STATUS The contractor shall notify the Village 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 shall have the option to terminate its contract with the vendor immediately on written notice based on any such change in status. 19. TERMINATION The Municipalities reserve the right to terminate this Agreement, or any part thereof, upon thirty (30) days written notice. In case of such termination, the Contractor(s) shall be entitled to receive payment from the Municipalities for work completed to date in accordance with the terms and conditions of this agreement. In the event that this Contract 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. 20. TERMINATION FOR DEFAULT The Municipalities reserve the right to immediately terminate this Agreement with written notification for default. Contractor's default shall include but not be limited to: failure to perform or complete tasks outlined in the specifications within the stipulated time frame, failure of requests to provide additional labor, any criminal activity by any staff member within the Municipalities, failure to promptly comply with the contract specifications and repeat non-compliance with the contract specifications after written notice, etc. 21. REFERENCES The contractor shall provide customer references using the form identified herein. Each bidder must demonstrate at least five (5) years' prior experience, as a full-time firm, primarily, continuously, and actively engaged in the work as identified in the Scope of Work. The Village reserves the right to contact references, review financial statements and any other resources to determine the capability of the bidder. 22. 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 subcontracting firm(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 Village is required. Failure to identify subcontractors could result in disqualification. 23. PROTEST PROCEDURE The full context of Protest Procedures can be found in Glenview's Procurement Policy at https://glenview.il.us/government/Pages/Purchasing.aspx. An overview of the procedures is included below. Any bidder wishing to file a protest regarding the bid process may do so by giving written notice to the Village's Purchasing Division within three (3) business days of award. This notice must include a protest bond, the title of the requirement, the request for bid number, the closing date and the nature of the protest. In the event that the protest cannot be resolved by mutual agreement, the Purchasing Division shall refer the protest to the Village Manager or his/her duly authorized representative within five (5) business days after the protest meeting with a recommendation, in writing, for resolution of the protest. The Village Manager may conduct an evidentiary hearing at his or her sole option and may designate a representative to preside at such hearing. The Village Manager will conduct a review and make an attempt to resolve the issue in a manner amicable to all parties within ten (1 0) business days after receipt of the recommendation, date of the hearing or the review, whichever is later. RFB Number 220050 17 Due: November 11, 2021, 2:00 PM GENERATOR MAINTENANCE AND AS NEEDED REPAIRS 24. PRECEDENCE Where there appears to be variances or conflicts, the following order of precedence shall prevail: The Agreement between the Village and Contractor, the Village's Project Specifications, the Village's General Terms & Conditions and Special Terms & Conditions and the Contractor's Bid Response. 25. 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. 26. PROPERTY OF THE MUNICIPALITIES All documents, findings and work products shall become the property of the Municipalities upon payment for services rendered. 27. ON -ENFORCEMENT BY THE VILLAGE 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 Village, on any one or more occasions, to insist on the Contractor's performance or to seek the Contractor's compliance with any one or more of said terms or conditions. 28. RESERVATION OF RIGHTS The Village reserves the right to accept the Bid that is, in its judgment, the best and most favorable to the interests of the Village and the public; to reject the low price Bid; to reject any and all Bids; to accept and incorporate corrections, clarifications or modifications following the opening of the Bid when to do so would not, in the Village's opinion, prejudice the bidding process or create any improper advantage to any Bidder; and to waive irregularities and informalities in the bidding process or in any Bid submitted; provided, however, that the waiver of any prior defect or informality shall not be considered a waiver of any future or similar defects or informalities, and Bidders should not rely upon, or anticipate, such waivers in submitting the Bid. The enforcement of this Reservation of Rights by the Village shall not be considered an alteration of the bids. 29. NDN -APPROPRIATIONS The Village reserves the right to terminate their respective part of this contract or to reject bids, in the event that sufficient funds to complete the contract are not appropriated by the Village Board of Trustees of the Village. 30. COMPETENCY OF BIDDER If requested in writing by the Village, 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 Contract Documents. 31. CONTRACTOR'S LICENSES The bidder to which the contract is awarded (including subcontractors), prior to commencing any work, must have a valid Contractor's License or other required license on -file with the Village. 32. 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 the Village. 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 the Village's code. B. 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 local laws, regulations and ordinances applicable to the performance of this contract. 33. SAFETY The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work on this project. The Contractor shall take all necessary precautions for RFB Number 220050 18 Due: November 11, 2021, 2:00 PM GENERATOR MAINTENANCE AND AS NEEDED REPAIRS 21 the safety of, and shall provide the necessary protection to prevent damage, or injury to all persons and property. The Contractor shall comply with all applicable federal, state, and local safety laws, regulations and codes. The 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 adjacent to the site where the Work is being performed. The 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. The contractor is fully responsible and assumes liability for the failure of Subcontractors to comply with the requirements herein. 34. 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 contract 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) being conducted as determined by Facilities Manager or his/her designee shall be immediately discontinued by the Contractor upon receipt of either written or verbal notice by the Director of Public Works or his/her designee to discontinue such practices). The Contractor shall not continue any work which it considers dangerous and shall immediately notify the Director of Public Works or his/her designee if such is the case. 35. 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 Village. 36. AUDIVACCESS TO RECORDS A. The contractor shall maintain books, records, documents and other evidence directly pertinent to performance on 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 Contract Amendments, Change orders) and a copy of the cost summary submitted to the owner. The Auditor General, the owner, 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 contract is a formally advertised, competitively awarded, fixed price contract, the contractor agrees to include access to records as specified in above. This requirement is applicable to all negotiated change orders and contract amendments in excess of $25,000, which affect the contract 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 loan 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 RFB Number 220050 19 Due: November 11, 2021, 2:00 PM GENERATOR MAINTENANCE AND AS NEEDED REPAIRS 22 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. F. The right of access conferred by this clause will generally be exercised (with respect to financial records) under: i. negotiated prime contractors; ii. negotiated change orders or contract amendments in excess of $25,000 affecting the price of any formally advertised, competitively awarded, fixed price contract; and iii. subcontracts or purchase orders under any contract other than a formally advertised, competitively awarded, fixed price contract. G. This right of access will generally not be exercised with respect to a prime contract, subcontract, or purchase order awarded after effective price competition. In any event, the right of access shall be exercised under any type of contract or subcontract: i. with respect to records pertaining directly to contract performance, excluding any financial records of the contractor; and ii. if there is any indication that fraud, gross abuse, or corrupt practices may be involved. 37. OMISSIONS/HIDDEN CONDITIONS The drawings and/or specifications are intended to include all work and materials necessary for completion of the work. Any incidental item of material, labor, or detail required for the proper execution and completion of the work and omitted from either the drawings or specifications or both, but obviously required by governing codes, federal or state laws, local regulations, trade practices, operational functions, and good workmanship, shall be provided as a part of the contract work at no additional cost to the owner, even though not specifically detailed or mentioned. 3$. NEIN 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 contract. 39. EXCEPTIONS TO SPECIFICATIONS Any exceptions to these specifications shall be listed and fully explained on a separate page entitled "Exceptions to Specifications", prepared by the Bidder on its firm's letterhead, to be attached to and submitted with these documents at the time of submission of the bid. Each exception must refer to the page number and paragraph to which it pertains. The nature of each exception shall be fully explained. Bidders are cautioned that any exceptions to these specifications may be cause for rejection of the bid. Should a Bidder submit a bid where any exception is not clearly marked, described and explained, the Village will consider the bid to be in strict compliance with these specifications. If then awarded an agreement, the successful Bidder shall comply with all requirements in accordance with these specifications. 40. FIELD MODIFICATIONS A field modification is written by the Village 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 Contract 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 contract extension if all parties agree on the field modification form to a potential future claim of either party, or that the field modification will be compiled with, but under protest. 41. NOTICE TO PROCEED RFB Number 220050 20 GENERATOR MAINTENANCE AND AS NEEDED REPAIRS Due: November 11, 2021, 2:00 PM 23 No work shall be undertaken prior to contract approval by the Contractor and the Village and the issuance of a Notice to Proceed and purchase order. 42. GUARANTIES AND WARRANTIES All guaranties and warranties required shall be furnished by the bidder and shall be delivered to the Village before the final voucher on the contract is issued. 43. SECURITY GUARANTEE Each bidder shall submit a Bid Bond to serve as a guarantee that the bidders shall enter into a contract with the Village to perform the work identified herein, at the price bid. As soon as the bid prices have been compared, the Village 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 requirement may be rejected as non-responsive. A scanned copy of the bid bond must be included in the pdf file submission on DemandStar.com. The original bid bond must be mailed to the Village Hall, 2500 East Lake Avenue, Glenview, IL 60025 attention Purchasing Manager on or before the bid due date. The Village recommends using certified or priority mail options in order to have a tracking number. 44. CONTRACT BONDS The successful Contractor shall furnish within ten (10) calendar days after being notified of the acceptance of bid: 6.1 A performance bond satisfactory to the Village, 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 the Village as security for the faithful performance of the Village's contract; and 6.2 A payment bond satisfactory to the Village, executed by a surety company authorized to do business in the State of Illinois, for the protection of all persons supplying labor and materials to the Contractor or Subcontractors for the performance of work provided for in the contract, in an amount equal to 100 percent (100%) of the purchase order issued by the Village. 6.3 Documents required by this section must be received and approved by the owner before a written contract 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. RFB Number 220050 21 Due: November 11, 2021, 2:00 PM GENERATOR MAINTENANCE AND AS NEEDED REPAIRS 24 SPECIAL TERMS & CONDITIONS 'I. INSURANCE The Contractor shall be required to purchase and maintain during the life of the Agreement, the following required insurance with limits of not less than set forth below: A. COMMERCIAL GENERAL LIABILITY INSURANCE Coverage on an occurrence basis that insures against claims for bodily injury (including death), property damage and personal and advertising injury arising out of or in connection with any Services under the Agreement, whether such operations or services are by the Contractor or a subcontractor. The minimum limits of liability for this insurance is as follows: a. $1,000,000 combined single limit - each occurrence b. $1,000,000 personal and advertising injury; c. $2,000,000 combined single limit - general aggregate; and d. $1,000,000 combined single limit - prod uctslcompleted operations aggregate. This insurance shall include coverage for all of the following: e. When the following box is checked - ❑ any general aggregate limit shall apply per project; f. Liability arising from premises and operations; g. Liability arising from the actions of independent contractors; h. When the following box is checked - ❑ liability arising from the explosion, collapse and underground hazards; i. Liability arising from products and completed operations with such coverage to be maintained for two (2) years after termination of the Agreement; j. Contractual liability including protection for the Contractor from bodily injury (including death) and property damage claims arising out of liability assumed under any resulting Agreement; and On all commercial General Liability Insurance policies, the Village, its elected and appointed officials and its employees shall be named as additional insureds, on a primary and non-contributory basis. The endorsements evidencing the additional insured status required herein shall accompany the certificates of insurance furnished to the Village under this Section. B. BUSINESS AUTO LIABILITY INSURANCE At least $1,000,000 combined single limit each accident, covering bodily injury (including death) and property damage claims arising out of the ownership, maintenance or use of owned, non -owned, and hired autos. C. WORKERS' COMPENSATION INSURANCE Statutory benefits as required by Illinois law, including standard other States Insurance and Employers' Liability Insurance with limits of at least $1,000,000 each accident/$ 1,000,000 each employee diseasel$1,000,000 disease policy limit. The minimum employers' liability limits may be satisfied with a combination of employers' liability and umbrella excess liability insurance. D. UMBRELLA EXCESS LIABILITY or EXCESS LIABILITY INSURANCE Umbrella Excess Liability or Excess Liability insurance with minimum limits of: a. $5,000,000 combined single limit - each occurrence; b. $5,000,000 combined single limit — aggregate other than prod uctslcompleted operations and auto liability; and c. $5,000,000 combined single - prod uctslcompleted operations aggregate. RFB Number 220050 22 Due: November 11, 2021, 2:00 PM GENERATOR MAINTENANCE AND AS NEEDED REPAIRS 25 This insurance shall include all of the following coverages on the applicable schedule of underlying insurance: d. Commercial general liability; e. Business auto liability; and f. Employers' liability, and shall follow form with the coverage provisions required for underlying insurance. E. PROFESSIONAL LIABILITY INSURANCE Professional Liability Insurance with limits of at least $1,000,000 each occurrence and $2,000,000 aggregate, for claims alleging acts, errors or omissions by the Contractor or its subcontractors, arising from the rendering or failure to render Contractor's professional services under the Agreement. The Contractor shall not commence services under the Agreement until it has obtained, at its own expense, all required insurance and such insurance has been approved by the Village; nor shall the Contractor allow any subcontractor to commence operations or services on any subcontract until all insurance required of the subcontractor has been so obtained and approved by the Contractor. Approval of the Contractor's required insurance will be granted only after submission to the Village of original certificates of insurance and any required endorsements evidencing the required insurance, signed by authorized representatives of the insurers, to the Village via e-mail to purchasing a@glenview. il. us. 1. The Contractor shall require all subcontractors to maintain during the term of the Agreement, commercial general liability insurance, business auto liability insurance and workers' compensation and employers' liability insurance to the same extent required of the Contractor in 1.A., 1. B., 1.C. and 1. E. (when required) herein. The Contractor shall furnish subcontractor's certificates of insurance to the Village immediately upon the Village's request. 2. Providing any insurance required herein does not relieve the Contractor of any of the responsibilities or obligations assumed by the Contractor in the Agreement or for which the Contractor may be liable by law or otherwise. 3. Failure to provide and continue in force insurance as required herein may be deemed a material breach of the Agreement and shall be grounds for immediate termination of the Agreement by the Village, in the Village's sole discretion. 4. Failure of the Village to receive from Contractor certificates or other evidence of full compliance with these insurance requirements or failure of the Village to identify a deficiency in these requirements from such certificates or other evidence provided shall not be construed as a waiver of Contractor's obligation to maintain required insurance. 5. By requiring insurance and insurance limits herein, the Village does not represent that coverage and limits will necessarily be adequate to protect Contractor. 8. The Contractor shall advise the Village via email to purchasing@alenview.il.us and by certified mail, return receipt requested, within two (2) business days after Contractor's receipt of any notice of cancellation, non -renewal, or other termination of, or any substantive change to any insurance policy providing or represented as providing the coverages mandated herein. Failure to do so may be construed as a material breach of the Agreement. 7. The Contractor's and all subcontractor's insurers must be lawfully authorized to do business in the State of Illinois and must be acceptable to the Village, in their sole discretion. All such insurers must have a Best's Financial Strength Rating of "A" or better, and a Financial Size Category of "Class VII" or better in the latest evaluation by the A. M. Best Company, unless the Village grants specific prior written approval for an exception. 8. Any deductibles or retentions of $5,000 or greater ($10,000 for umbrella excess liability) for any policies required hereunder shall be disclosed by the Contractor and are subject to the Village's prior written approval. Any deductible or retention amounts elected by the Contractor or its subcontractor or imposed by RFB Number 220050 23 Due: November 11, 2021, 2:00 PM GENERATOR MAINTENANCE AND AS NEEDED REPAIRS Contractor's or its subcontractor's insurers) shall be the sole responsibility of Contractor or its subcontractors and are not chargeable to the Village as expenses. 9. If any required insurance purchased by the Contractor or its subcontractors has been issued on a "claims made" basis, the Contractor must comply with the following additional conditions. The limits of liability and the extensions to be included remain the same. Contractor or its subcontractor must either: a. Agree to provide certificates of insurance to the Village evidencing the above coverages for a period of two (2) years after termination. Such certificates shall evidence a retroactive date no later than the beginning of the Services under the Agreement, or; b. Purchase an extended (minimum two (2) years) reporting period endorsement for each such "claims made" policy in force as of the date of termination and evidence the purchase of this extended reporting period endorsement by means of a certificate of insurance and a copy of the endorsement itself. Such certificates and copy of the endorsement shall evidence a retroactive date no later than the beginning of the Services under the Agreement. 10. Certificate of Insurance that states the Village of Glenview has been endorsed as an "additional insured" by the Contractor's insurance carrier. Specifically, this Certificate must include the following language: "The Village of Glenview and their respective elected and appointed officials, employees, agents, consultants, attorneys and representatives, are, and have been endorsed, as an additional insured under the above referenced policy number(s) on a primary and non-contributory basis for general liability and automobile liability coverage for the duration of the contract term." �M,17111NM111►11wo A. Contractor warrants to the Village that all materials furnished under this Contract shall be new and of the most suitable grade for the purpose intended and that all Work shall be of good quality, free from faults and defects and in conformance with the Contract Documents. Prior to Final Completion, Contractor shall deliver to the Village all warranties required under the Contract Documents, or to which Contractor is entitled from manufacturers, suppliers, and Subcontractors. Unless otherwise provided, all warranties for products and materials incorporated into the Work shall begin on the date of Substantial Completion and remain in effect for a period of one (1) year. B. Neither the final payment, any provision in the Contract Documents nor partial or entire use or occupancy of the premises by the owner shall constitute an acceptance of Work not done in accordance with Contract Documents or relieve the Contractor or its sureties of liability with respect to any warranties or responsibilities for faulty or defective materials and workmanship. Contractor or its sureties shall remedy any defects in Work and any resulting damage to Work at its own expense. Contractor shall be liable for correction of all damage resulting from defective Work. If Contractor fails to remedy any defects or damage, the Village may correct the defective Work or repair damages and the cost and expense incurred shall be paid by or be recoverable from the Contractor or its surety. C. Contractor warrants that the Work shall be done in a workmanlike manner in strict accordance with the Contract Documents and guarantees that the labor and material will be free of defects for the period stated in the Contract Documents, but in no event less than one (1) year from the date of Substantial Completion. 3. EMPLOYMENT OF ILLINOIS WORKERS ON PUBLIC WORKS ACT (30 ILCS 5741 Pursuant to 30 ILCS 57010.01 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 must certify with the Village's Purchasing Division. 4. EQUAL EMPLOYMENT OPPORTUNITY The successful Proposer shall comply with the Illinois Human Rights Act, 775 ILCS 511-101 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 RFB Number 220050 24 Due: November 11, 2021, 2:00 PM GENERATOR MAINTENANCE AND AS NEEDED REPAIRS 27 incorporated herein by reference. Additionally, the co nsultantshaII comply with any Fa i r E m pl oym ent Ord i n a nce that has been adopted by the Village. 5. ILLINOIS HUMAN RIG HTS ACT (775 I LCS 51) In the event the Contractor's non-compliance with the provision 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 contract 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. 8. SUBSTANCE ABUSE PREVENTION ON PUBLIC WORKS PROJECTS ACT (820 I LCS 28511, et seq.) Contractor shall comply with all provisions of 820 1 LCS 28511, et seq. including having in place, and providing to the Village, a written substance abuse program for the prevention of substance abuse among employees PRIOR to commencement of work on a Village project. Contractor shall be responsible for ensuring its substance abuse program meets or exceeds the standards set forth in the Substance Abuse Prevention on Public Works Projects Act. If a collective bargaining agreement is in effect that fulfills the aforementioned requirements, Contractor shall provide the Village with a copy of the relevant sections of said agreement in lieu of the written substance abuse program. 7. 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 I LCS 310), and as amended. 8. TOXIC SUBSTANCES DISCLOSURES All bidders must comply with the requirements of the Toxic Substance Disclosure to Employees Act, for any materials, supplies, and covered by said Act. 9. ALTERNATE AND MULTIPLE BIDS Unless otherwise indicated in these documents, the bidder may not submit alternate or multiple bids as part of this package. The submission of more than one bid within a single package may be cause for rejection of any or all of the bids of that bidder. 10. EQUALITY/BRAND NAME Whenever this RFB mentions an item by name and uses specific descriptions, it is intended to convey to the Contractor an understanding of the standard of excellence required by the Village. Items of equal type, quality, and size, which will conform substantially to the standard of excellence established to provide equivalent merit, strength, durability, and to perform the required functions in accordance with this RFB may be offered. Manufacturer/model names provided in the bid specifications herein convey the standard and uniformity the Village demands. It shall be understood that prior to bidding a substitute, the bidder must receive prior written approval. Therefore, it shall be understood that, by submitting a bid, the bidder is stating to the Village that no substitutions were made and that the bidder's pricing is based upon pre -approved brands. The Village shall be the sole determiner about whether a substitute item is equal to the item specified. 11. SUBSTITUTIONS No substitutions shall be allowed during the term of this agreement without written consent from the Village's Purchasing Division. The contractor shall request permission to substitute an item of equal or higher quality when an item ordered is unavailable for delivery within the time required by the Department of Facilities. 12. AFFIDAVITS The following affidavits included in these contract documents must be executed and submitted with the bid: RFB Number 220050 25 Due: November 119 2021, 2:00 PM GENERATOR MAINTENANCE AND AS NEEDED REPAIRS a) References b) Disqualification of Certain Bidders (affirmation by signing bid form) c) Affidavit/Anti-collusion d) conflict of Interest Form e) Tax compliance f) Identification of Subcontractors g) Participation Affidavit 13. COORDINATION The contractor shall appoint a single point of contact for communications and coordination with the Public Works Director or his/her designee. This individual shall be responsible for arranging work assignments, follow- up monitoring and supervision of work. 14. REPORTING A status report indicating the work completed the week prior and the work planned for the current week should be provided to the Director of Public Works or his/her designee weekly. The weekly report should also indicate any issues that the Contractors staff have experienced during the week as well as any work planned that was not accomplished. 15. SUPERVISION The Contractor is responsible for supervising all employees and their work. Any work which the Public Works Director or his/her designee determines not to be satisfactory must be performed again at the Contractor's own expense. The Contractors supervisor should conduct random or spot inspections of its employee's work. The Contractors supervisor is also responsible for training new personnel and any additional training of experienced personnel as requested by the Village at the contractor's expense. Training includes, but shall not be limited to, geographic areas of the Village, field equipment, and safety. The Village reserves the right to require a replacement of the Supervisor if they do not meet Village standards. 15. DAMAGES The Contractor is responsible for any damage to public or private property caused because of their work. The Contractor shall take all necessary steps to prevent damage to public right-of-ways, trees, businesses, houses, sidewalks, and other real or personal property. If any claims are filed by residents, the Contractor should resolve all claims and report the claim to the Public Works Director or his/her designee within 12 hours. RFB Number 220050 26 Due: November 11, 2021, 2:00 PM GENERATOR MAINTENANCE AND AS NEEDED REPAIRS F LABOR STATUTES, RECORDS AND RATES CONSTRUCTION CONTRACTS FOR VILLAGE OF GLENVIEW - STATE OF ILLINOIS 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 at this 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 I, 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 ILLS 1011, 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 511-101 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 Act, 775 ILLS 1010.01 et seq., as amended. 2.0 The Veterans Preference Act, 330 ILCS 5511, 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 5012, "safeguarding the employment and the rights and privileges inhering in the employment contract, of servicemen." 4.0 The Prevailing Wage Act, 820 1 LCS 13010.01 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 and/or Lake County must be prominently posted at the project site by the Contractor. 4.1 The Prevailing Wage Act, 820 ILCS 13014, provides: "All 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." RFB Number 220050 27 GENERATOR MAINTENANCE AND AS NEEDED REPAIRS Due: November 11, 2021, 2:00 PM 30 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 Village. 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 Pursuant to PA 106-1177 and in accordance with 820 ILCS 130/5. 1, the contractor shall submit to the Illinois Department of Labor all certified payroll records for prevailing wage work performed by Contractor employees or subcontractors. 5.0 The child Labor Law, as amended, 820 ILCS 20511, 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 contract 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 contract. 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 for four (4) years following completion of the contract. The current Prevailing Wages Rates for Cook County can be found at: https://www2. illinois.gov/idol/Laws-Rules/CON M ED/Pages/Rates.aspx RFB Number 220050 28 Due: November 11, 2021, 2:00 PM GENERATOR MAINTENANCE AND AS NEEDED REPAIRS 31 REFERENCES Please list below five (5) references for which your firm has performed similar work for municipalities as identified in Bidder Qualifications. Municipality: Address: 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 Amount: Agency: Address: City, State, Zip Code: Contact Person/ Telephone Number: Dates of Service/Award Amount: Agency: Address: City, State, Zip Code: Contact Person/ Telephone Number: Dates of Service/Award Amount: Agency: Address: City, State, Zip Code: Contact Person/ Telephone Number: Dates of Service/Award Amount: RFB Number 220050 29 Due: November 11, 2021, 2:00 PM GENERATOR MAINTENANCE AND AS NEEDED REPAIRS 32 DISQUALIFICATION OF CERTAIN BIDDERS PERSONS AND ENTITIES SUBJECT TO DISQUALIFICATION 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 rotate 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 Sig.; (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 (G) 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 (G) above. Business entity, as used herein, means a corporation, partnership, trust, association, unincorporated business or individually owned business. (Please sign bid form indicating compliance) RFB Number 220050 30 Due: November 11, 2021, 2:00 PM GENERATOR MAINTENANCE AND AS NEEDED REPAIRS 33 ANTI -COLLUSION AFFIDAVIT AND CERTIFICATION deposes and says that he is of (Partner, officer, owner, Etc.) (Contractor) , being first duly sworn, The party making the foregoing bid 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 contract. The undersigned certifies that he is not barred from bidding on this contract as a result of a conviction for the violation of State laws prohibiting bid -rigging or bid -rotating. (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 this day of , 2021 Notary Public Failure to complete and return this form may be considered sufficient reason for rejection of the bid. RFB Number 220050 31 Due: November 11, 2021, 2:00 PM GENERATOR MAINTENANCE AND AS NEEDED REPAIRS 34 CONFLICT OF INTEREST , hereby certifies that it has conducted an investigation into whether an actual or potential conflict of interest exists between the bidder, its owners and employees and any official or employee of the Village of Glenview. 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 Village may disqualify the bid. (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 this day of , 2021 Notary Public Failure to complete and return this form may be considered sufficient reason for rejection of the bid. RFB Number 220050 32 Due: November 11, 2021, 2:00 PM GENERATOR MAINTENANCE AND AS NEEDED REPAIRS 35 TAX COMPLIANCE AFFIDAVIT deposes and says that he is of (Contractor) ,being first duly sworn, (Partner, officer, owner, Etc.) The individual or entity making the foregoing bid or bid certifies that he is not barred from contracting with the Village of Glenview 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, or entity making the bid or bid understands that making a false statement regarding delinquency in taxes is a Class A Misdemeanor and, in addition, Voids the contract and allows the municipality to recover all amounts paid to the individual or entity under the contract in civil action (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 and sworn to before a notary public. Subscribed and Sworn to this day of , 202 1 Notary Public Failure to complete and return this form may be considered sufficient reason for rejection of the bid. RFB Number 220050 33 Due: November 11, 2021, 2:00 PM GENERATOR MAINTENANCE AND AS NEEDED REPAIRS SUB CONTRACTOR INFORMATION Name: Address: Services provided by Sub -Contractor: Name: Address: Services provided by Sub -Contractor: Name: Address: Services provided by Sub -Contractor: RFB Number 220050 (ATTACH ADDITIONAL PAGES AS NEEDED) 34 GENERATOR MAINTENANCE AND AS NEEDED REPAIRS # Years in Business: # Years used by Contractor: # Years in Business: # Years used by Contractor: # Years in Business: # Years used by Contractor: Due: November 11, 2021, 2:00 PM 37 PARTICIPATION AFFIDAVIT , 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 of (Contractor) (Partner, officer, owner, Etc.) The individual or entity making the foregoing Bid or quotation certifies that the Contractor or SubContractor, respectively, is not barred from being awarded a contract or subcontract pursuant to 30 ILCS 500150-10. Additionally, the Contractor or Subcontractor, respectively, certifies he/she is not suspended from doing business with any State, Federal or Local Agency. (Name of Quoter if the Quoter is an Individual) (Name of Partner if the Quoter is a Partnership) (Name of officer if the Quoter is a Corporation) The above statements must be subscribed and sworn to before a notary public. Subscribed and Sworn to this day of 2021 Notary Public Failure to complete and return this form will be considered sufficient reason for rejection of the bid. RFB Number 220050 35 Due: November 11, 2021, 2:00 PM GENERATOR MAINTENANCE AND AS NEEDED REPAIRS !J RFB Number /.. 4 GENERATOR MAINTENANCE AND AS NEEDED REPAIRS Due: November il, 20219 2:00 PM 40 ............... Jr li ANNUAL LOAD 2022 —2024 $ ANNUAL BANK TEST AND PUBLIC WORKS - 1150 HALF DAY ROAD. .. G ENERATOR TRANSFER ... ................. ................ .................. .... ..... . ............ ............ ........ .. . . ..... 3 PREVENTATIVE SWITCH 4 FIRE STATION 32 - 692 BURTON AVENUE' ll MAINTENANCE MAINTENANCE 5 FIRE STAT*N 33 -- 1130 CENTRAL AVENUE PRICE PRICE FIRE STATION 34 -1 100 HALF DAY ROAD 11 s:,,qU,,5 ITEM B VILLAGE OF GLENVIEW (JANUARY 2022li J� F0R.,'.T.lS-HF,.R.lDAN - 50 LOGAN LOOP a.l � ��� r '�� � �.I r... � *, '�� 202 r. Am �sz!§ .............ff PUBLIC WORKS PHASE Hl ------- - -------------- . . . . . . . . . . . . . . . . . ,m� rr'r7 10 WATER TREATMENT PLANT 1 - 10 PARK AVENUE PHASE WORK,' S PHASE I WATER. TREATMENT PLANT 2 10 PARK AVENUE WILLOW ROAD PUMP STATION ................ ...... IREGULAR OVERTIME --------- - --- --- -- --------------------------------------- ------- -------------- PA -TRIO ­T PUMP STATION SERVICE RATES (TO INCLUDE TRUCKfTRIP FEES) RUGEN SR. PUMP STATION RUGEN JR. PUMP -STATION ... ............. ............. . . . . . . . . . . ri . ........ . ........ .... . . ....... ........ .... ................. ............... WESTLAKE RESERVOIR wt LARAMIE PUMP STATION ------------ ---------- ------ ------ .............. . .. . . --- --- EAST LAKE LIST STATION . ...... ...... HEATHERFIELD LIFT STATION — --------- fill FIRE STATION #6 .......... .... .. ......... . . FIRE S TATION #7 FIRE STATION #8 -------- - ------------ --- --------------- - ------- l-------- — ------ FIRE STATION #13 .. . . .. ............... .. ............ .................... .......... ........ . ... — . ......................... . ....... . ...... . ... . ff .. ......... .... ...... ........ ..... ..... -NVIEW MVNC�PAL- CENTER LLAGE .. . .. I IANN NORTH LIFI" S'TATION :NVIF-W ROAD SOUTH LIFT STATION GLF ...... ........ .. . . ... ............. . HARMS ROAD LIFT STATION ---------------------------------- - - --- - ------- - -------- - -------------------- ---- ---------- OUNLIF F PARK LIFT S"FKFI ON ------------- ----- ----------- ----------------- - ----- --------- ............ ... ......... �LLINOIS AMERICAN BOOSTER STATION .......... . . ......."N/M r15 Oji KI a ..... .. ... .......... ............... ............... ...... ..... . . . . . . . . . . . . . . . . . . . . . . . . . . ..................... ........ ........ ...... ..... . ...... . . . . . . . . . . . . ........ ...... . . . . . . ..... . . . . . ............... .............. ......... ....... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .................. .......... . . . . . . . . . . . . . . . . . . . . . . . . . . ............ .......... ...... ..... p I � ANNUALLOAD ANNUAL BANK TEST AND GENERATOR TRANSFER PREVENTATIVE SWITCH MAINTENANCE MAINTENANCE PRICE PRICE RFB Number /.. 4 GENERATOR MAINTENANCE AND AS NEEDED REPAIRS Due: November il, 20219 2:00 PM 40 ITEM C — VILLAGE OF'HIGHLAND PARK (JANUARY 2022 —2024 $ 1 PUBLIC WORKS - 1150 HALF DAY ROAD. .. 2 POLICE DEPARTMENI'- 1677 OLD DEERFIELD ROAD ... ................. ................ .................. .... ..... . ............ ............ ........ .. . . ..... 3 CITY HALL -1707 ST, JOHN'S AVENUE 4 FIRE STATION 32 - 692 BURTON AVENUE' 5 FIRE STAT*N 33 -- 1130 CENTRAL AVENUE 6 FIRE STATION 34 -1 100 HALF DAY ROAD 11 s:,,qU,,5 �� V '7 F0R.,'.T.lS-HF,.R.lDAN - 50 LOGAN LOOP a.l � ��� r '�� � �.I r... � *, '�� 8 WATER TOWER .- 1850 GREEN BAY ROADS Am �sz!§ 9 NORTH RESERVOIR - 1120 HALF DAY ROAD V .f�yy :IWi •.� tllbr� 'w.�i. ,m� rr'r7 10 WATER TREATMENT PLANT 1 - 10 PARK AVENUE WATER. TREATMENT PLANT 2 10 PARK AVENUE IREGULAR OVERTIME SERVICE RATES (TO INCLUDE TRUCKfTRIP FEES) RFB Number /.. 4 GENERATOR MAINTENANCE AND AS NEEDED REPAIRS Due: November il, 20219 2:00 PM 40 . . . .. ............ .. .. .. .. . fi!�- NimMy I w% ANNUAL ANNUAL, BANK TEST AND Item GENERATOR, TRANSFER NG. Items PREVENTATIVE SWITCH MAINTENANCE MAINTENANCE PRICE PRICE ITEM D — VILLAGE OF KENILWORTH (JANUARY 2022 2024) $ $ I VILLAGE HALL - 419 RICHMOND ROAD L k. - 2 PUBLIG 'NORMS' - 347 [VY COURT .5 110 , 0 U'� 3 BOOSTER STATION -- KENlLW0R-'f'H AVENUE AND ASHLAND DRIVE =5—y 4 WATER. PLANT - I KENILWORTH AVENUE -.7ja 5 G6 -112 E. HIGHLAND AVE S'l c' jfy . . . .. ............ .. .. .. .. . . ....................... ANNUAL SEMIANNUAL GENERATOR. Item GENERATOR PREVENTATIVE No. Items PREVENTATIVE MAiNTENANCE MAINTENANCE TH 2 HR LOAD PRICE BANK PRICE ITEM E — VILLAGE OF MOUNT PROSPECT (JULY 2022 TO JULY 2024) $ $ I G2 - 2000 E. KENSINGTON RD - STATION 14 L k. - 2 G3, 1601 W. GOLF RD (NAT, URAL. GAS) .5 110 , 0 U'� 3 G4 -.50 S. EMERSONST 4 G5 -.1700 W. CENTRAL RD Alf 5 G6 -112 E. HIGHLAND AVE x S�' 6 G7 -1629 W. ALGONQUIN RD 7 G6 - 601 W. GOLF RD All ...... ........ . 61 2L . ...... .. . 8 G9 - LINCOLN S -F RELIEF 9 G10 - LINCOLN -WE GO RELIEF 10 011, - COTTONWOOD REU EF 11 C312 - MAPLE - BERKSFfiRE RELIEF 12 GI 3 -WILLIAM RELIEF .130 . . . . 13 G 14 - LORIS RELIEF ss' . ........ .. . . ....... ...... ..... 0 C., 14 G15 - FAIRVIEW RELIEF 5 43 15 Gl 6 - GEORGEST NORTH 16 GI 7 -1480 N ELMHU RSTRD w VVE LL #17 17 GI 8- 600 SEE GVVUN- WELL #11 ............. ... . ... ............. 18 G19 - 911 E KEN SINGiTON ROAD 19 G20 - Ill E RAND ROAD . . . .. . ... ... ................ ............ 20 G.21 - 301 -S MAPLE - GARAGE < ............. .... . . ......... .. ITEM E - SUB 1 T'0'AL mom.................... ..... I ----------- - - R.FB Number, 220050 5 Due: November 11, 2021,-2:00 ` GENERATOR MAINTENANCE AND AS NEEDED REPAIRS 41 ANNUAL. LOAD ANNUAL BANK TEST AND Item GENERATOR. TRANSFER No. Items PREVENTATIVE SWITCH MAINTENANCE MAINTENANCE PRICE PRICE ITEM F - VILLAGE OF NORTHBROOK. (JANUARY'2022 20214) $ 1 CRESTWOOD PLACE -1000 WAUKEGAN ROAD .......... . . 6p 7 5-j6m' 2 1 FIRE STATION- #10 - 650 HUEHL ROAD.�' ''.. ; �r �M . . .................... ..... . .... . ..... R.FB Number, 220050 5 Due: November 11, 2021,-2:00 ` GENERATOR MAINTENANCE AND AS NEEDED REPAIRS 41