Loading...
HomeMy WebLinkAbout11/18/2025 Motion to accept the Municipal Partnering Initiative joint bid results for the 2026 and 2027 Generator Maintenance Program in an amount not to exceed $33,247.50 each year.Item Cover Page Subject Motion to accept the Municipal Partnering Initiative joint bid results for the 2026 and 2027 Generator Maintenance Program in an amount not to exceed $33,247.50 each year. Meeting November 18, 2025 - REGULAR MEETING OF THE MOUNT PROSPECT VILLAGE BOARD Fiscal Impact (Y/N) Y Dollar Amount $33,247.50 in 2026 and $33,247.50 in 2027 Budget Source Water and Sewer Enterprise Fund Category CONSENT AGENDA Type Action Item Information The Village owns and maintains 22 stationary generators that provide emergency standby electrical power in case of utility interruption. Generators are placed at key public buildings, wastewater pumping stations, Levee 37, and four of five 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. Some 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 in a joint purchasing contract. The Village has found considerable savings by utilizing existing contracts with other municipalities and government agencies. 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 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 Glenview, Buffalo Grove, Highland Park, Kenilworth, Northbrook, and Palatine; Glenview manages this contract. Discussion Bids for a two-year contract, with two optional one-year extensions, were opened at Glenview Village Hall on November 3, 2025. Four generator maintenance companies submitted bids. The lowest -cost, responsive bid was submitted by Midwest Power Industries of McHenry, Illinois. A copy of the bid tabulation is attached. Midwest Power has previously provided generator maintenance services to the Village. All work was performed satisfactorily. The total annual cost to service all Village generators twice per year is $30,225. The total two- year cost to service each generator twice per year is $60,450. Since the maintenance of these generators helps to identify repairs in advance of generator failure, staff is requesting a 10% contingency ($3,022.50) each year to address any unforeseen issues should they arise. A 10% annual contingency would bring the project award total to $66,495.00 (The $30,225.00 base bid in 2026 and the $30,225.00 base bid in 2027 plus the 10% contingency of $3,022.50 in 2026 and 2027). The 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 the 2026-2027 Generator Maintenance Program. 2. Action at the discretion of the Village Board. Staff Recommendation Staff recommends the Village Board accept the results of the Municipal Partnering Initiative joint bid for Generator Maintenance and award a two year contract to Midwest Power Industry of McHenry, IL, in amounts not to exceed $33,247.50 in 2026 and $33,247.50 in 2027. In addition, staff requests authority to extend the contract for up to two additional one year periods beyond the initial 2-year term provided the contractor's work is acceptable, and the contractor agrees not to raise rates. Attachments 1. RFB 250037 Generator Maintenance Bid Tabulation 2. midwest power Bid_Proposal Required Documents (4) 3. Addendum #1 0 w 0 w w z Ln Q z Q w Z m z U � w O ?: N Z O > N Q O C Op (U n Ln rn CD rj O O Ln N Opt N W M N m pp z O\ in LL w ti O > C' U G! L. W aW Ol E a R C Z E Z C N CL z 7 0 a 'm +' c o o kq 7 O N Ln Ln GO OJ O a N ;O � N iPr N iPr N H} 00 Ln N LA N N N LT N cn N C C E (a L U N L U a) O\ E o O O rN o A& N 7 N N + iq O L + O c \ N C O O N C O O L Ln O ti O 7 L ti} Ln O M O O Ln V} O Ln L a Ln O m 00 ti Ln O p 7 U j O Oi O (T W 00 if N Ln Ln r1i ^ i prq 01 Ln N Ln L .. iPr .N-I N fb N M LA IA 7 O .N-I Ln 16 if} n O ifT = Ln ^ {�.} co O\ in- Ln ^ W V.i Ln n HF � O y} rj 01 O N M d ifT � (T d J!l OD d " N M V \ ii} 0) d M . N N mi+ HT \ i-R O 11 . .--I M y� ifT \ VT lL .--I M i pi :EL N :E.--i \ dLn� Y a N a g L do� Y d a g L d�� Yoa a�7 "a g00 i do� n 11 0 ' CL O O\ O O W n A M L O y LO d N .-I d Ln Ln 00 O d Ln O i a 0 Ln \ O O O Lff f0 N s m y O N d Ln N n .--i .--i 01 Y O a 0 i O. M \ L O 10 Lcy,n Ln 00 O. Ln i y M L7J O d L. lb L 00 ^i d .ti M-i •--� r 9 C) N i N L N Q Q N i Q N N n O (V d ,,�i 0 {�* d if} �, ifi a .fi c ,/} i O N d .�-i o� if} if} 3 if} „ if} a if} c O d 0 d z ifi 3 z „ ii- a z c O ifi d c s a c t a c s c Z cii cii Lri Lri Lri Lri Ln Ln cii cii Lri Lri Lri Lii Lii Ln Lii cii mC7=Y fZa°�'S mC7°'=YSZ a COC7°�'SS°�'sY°�'SS Za mC7 a m m m V m O m W m LC m m a m m m V m O m W m m m a m m m V m m W m m m a m m 00 l70 00 O r-I O � O tD J_ M `7 O O O N L Vl Jy O V Q -Lj U Q U m m 2 m o' > -o c C t0 O O x N a rn O � N N N 'O c O TO i0 m C c U c U c U LOn N O .! O fn 00 O Ln N Ln N Ln N O O O M O M O M O J J c n E fn E °+�' q U Ln E c 3 o U a' c w a ai � LL +� ai v m aci o +3 (D c c REQUEST FOR BIDS RFB # 250037 BID DOCUMENTS AND SPECIFICATIONS GENERATOR MAINTENANCE AND AS - NEEDED REPAIRS The ViRage of envie v C% VILLAGE OF GLENVIEW 2500 EAST LAKE AVENUE GLENVIEW, IL 60026 (847) 724-1700 r LEGAL NOTICE Official notice is hereby given that the Village will receive bids electronically via DemandStar until 2:00 p.m. local time on November 3, 2025. The bid opening will be held virtually via Teams. Please use the following information to join the bid opening via Teams on November 3, 2025 at 2:00 p.m. local time: Microsoft Teams Need help? Join the meeting now Meeting ID: 275 484 213 gig 3 Passcode: oj9jY2JT Dial in by phone +1 872-240-8966 285550029# United States, Chicago Find a local number Phone conference ID: 285 550 029r# For organizers. Meeting options I Reset dial -in PIN RFB NO: 260037 RFB ON. GENERATOR MAINTENANCE 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 or the Village's purchasing website (hops://www.gionview.if.us/purchasing). Plans, specifications, and bid forms will be provided electronically. All bids shall be accompanied by a Bid Band 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. All work under this contract shall comply with the Prevailing Wage Act of the State of Illinois, 820 ILLS 130/0.01 et seq. 8 the Employment of Illinois Workers on Public Works Act (30 ILCS 57010.01 et. seq) if applicable. 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 awardthe contract in a manner best serving the interest of the Village. Dated: October 20, 2025 Zhanna Kolokolov Purchasing Manager RFB Number 250037 2 Due: Nov. 3, 2025, 2:00 PM GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS SUBMISSION INFORMATION Village of Glenview 2500 East Lake Ave Glenview, IL 60026 REQUEST FOR BID INFORMATION Company Name- Msr',�+ %IfA{1S'+� i nC Address. (4851 PfIYYU_— r wg:: j city, State, Zip Code 4L&nLu , I L (k OLM BID PRICING TABLE BASE BID ITEM REQUEST FOR BIDS BID OPENING DATE: TIME: LOCATION: #250037 November 3, 2025 2:00 P.M. Local Time Teams COPIES: One (1) original electronic PDF Item No. Items GENERATOR PREVENTATIVE MAINTENANCE PRICE LOAD BANK TEST & TRANSFER SWITCH MAINTENANCE PRICE ITEM A — VILLAGE OF BUFFALO GROVE (JANUARY 2026 — 2028 ANNUAL 550 ANNUAL 600 1 Generator Location Name G02- VILLAGE HALL Generator Address 0 Raupp Blvd 2 3 G04- PUB WORKS G15- PO ICE D PARTMENT 51 Raupp Blvd 46 Raupp Blvd 625 625 600 600 4 5 G20- WELL #1 G19- WELL #2 Arlington Heights Rd 11 Arlington Heights Rd 800 450 750 600 6 G21- ELL #6 120 Horatio Blvd 450 750 7 G03- WELL #7 00 LaSalle Ln 450 750 8 G05- RA PP LIFT STATION 154 Raupp Blvd 625 600 9 G0 - GOLFVIEW LIFT 'TATIO 1 Golfview Terr 550 600 10 G09- CAMBRIDGE ON THE LAKE 985 Buffalo Grove Rd 625 600 11 G07- CHATHAM LIFT STATION 739 Weidner 625 12 G18- CAM ELOT LIFT STATION 1502 Brandywyn Ln 625 00 13 G10- PORT CLINTON LIFT STATION 51 W. Port Clinton Rd 625 600 14 15 G23- RIVER OAKS LIFT STATION G22- RT. 22 LIFT STATION 00 Prairie Rd 600 Palazzo Dr 600 750 600 16 G 4- JOHNSON D LIFT STATIC?N 1100 Johnson Dr 625 6(10 17 18 G16 LINDEN LIFT STATION G12- FIRE STATION #2 1640 Linden Ave 05 Dundee Rd 625 625 600 600 19 20 G13- FIRE STATION #2 _ B 109 Deerfield Pkwy 01 Arboretum Way6 525 600 600 21 p P 181 Lake Cook Rd 525 00 22 00 Half Day Rd 525 600 ITEM A—suBTOT 1,925.00 I& It3, 0 . RFB Number 260037 3 Due: Nov. 3, 2025, 2:00 PM GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS Item No. Items GENERATOR PREVENTATIVE MAINTENANCE PRICE LOAD BANK TEST & TRANSFER SWITCH MAINTENANCE PRICE ITEM B - VILLAGE OF GLENVIEW (JANUARY 2026 — 2028) ANNUAL ANNUAL Generator Location Name Generator Address I PUBLIC WORKS PHASE 1 2498 E. Lake Avenue 725 600 2 PUBLIC WORKS PHASE 111 2498 E. Lake Avenue 650 600 3 WILLOW ROAD PUMP STATION 1100 Willow Road 750 600 4 PATRIOT PUMP STATION 2650 Patriot Boulevard 550 600 5 RUGEN SR. PUMP STATION 12200 Rugen Road $ 975 800 6 EN RLI JR_ PUMP STATION 10 ugen Road RRd V-4 1 975 7 WEST LAKE RESERVOIR 04 W. Lake Avenue $ 975 8 .g LARAMIE PUMP STATION 697 Laramie Avenue 6 [7 $ 950 800 9 EAST LAKE LIFT STATION 800 E. Lake Avenue 1 8 $ 475 10 HEATHERFIELD LIFT STATION 1940 Westleigh Avenue 475 600 11 FIRE STATION #6 :1215 Waukegan Road 750 600 12 FIRE STATION #7 3507 Glenview Road 550 600 13 FIRE STATION #8 1901 Landwehr Road 475 600 14_ FIRE STATIQN #1 a 31 E. Lake Avenue 475 1$ 600 15 FIRE STATION #14 50 Patriot Boulevard 475 4 600 16 GLENVIEW MUNICIPAL CENTER (POLICE AND VILLAGE HALL) 500 E. Lake Avenue 1250 17— CARIANN QRTH LIFT STATION 1344 Cadann Lane 375 0 600 18 GLENVIEW ROAD SOUTH LIFT sTATIoN 25 Glenview Road 37S 0600 19 HARMS ROAD LIFT STATION 15 Harms Road 950 0 600 20_ QQNLIFF PARK LIFT STATION 0 C. Echo Lane 1$ 7 S Q fi0a 21 TALL TREES STORM STATION 11421 Sequoia Trail (1800 E. Lake Avenue Entrance) Soo ITEM B -SUBT 13,925-00 11,200.00 REGULAR OVERTIME 22 SERVICE RATES (TO INCLUDE TRUCKfTR1P FEES 155.00 232.50 Item No. Items GENERATOR PREVENTATIVE MAINTENANCE PRICE LOAD BANK TEST & TRANSFER SWITCH MAINTENANCE PRICE ITEM C - CITY OF HIGHLAND PARK (JANUARY 2026 - 2028) ANNUAL ANNUAL Generator Location Generator Address PUBLIC WORKS n1 1150 HALF DAY ROAD 425 600 2 POLICE DEPARTMENT 1677 OLD DEERFIELD ROAD 950 800 3 CITY HALL 707 ST. JOHN'S AVENUE A;lr% 600 4 FIRE STATION 32 692 BURTON AVENUE 425 600 5 FIRE STATION 33 1130 CENTRAL AVENUE ..950 RQQ 6 FIRE STATION 34 1100 HALF DAY ROAD 42S 7 FORT SHERIDAN 50 LOGAN LOOP rrn 8 WATER TOWER 1850 GREEN BAY ROAD 300 600 9 NORTtj RESERVOIR 1120 HALF DAY ROAD 1:)r,() Soo 10 1WATER TREATMENT PLANT 1 110 10 PARK AVENUE lZ50 1 00f) 11 WATER TREATMENT PLANT 2 PARK AVENUE 1250 1000 ITEM C -SUBTOTA 8,200.00 6,800.00 RFB Number 250037 4 Due: Nov. 3,2025,2:00 PM GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS REGULAR OVERTIME ERVIGE RATES O INCWDE TRUCK TRIP FEES EE�fl.00 ENERATOR 232.50 LOAD BANK TEST & 12 EVENTATIVE TRANSFER SWITCH Item MAINTENANCE PRICE MAINTENANCE PRICE No. Items ITEM a -- VILLAGE OF. KENILWORTH (JANUARY 2026 -- 2028 ANNUAL ANNUAL 500 Generator Location Name Generator Address 1 VILLAGE HALL PUBLIC WORKS 19 RICHMOND ROAD 7 IVY COURT S 500 47S 500 2 3 BOOSTER STATION AVE AND 500 S00 LAND DRRIVE, SHLAND 4 WATER TOWER PARK 26 ROGER WATER TOWER $ 500 500 ARK ITEMD-SUSTOTl4 J 75 nnn GENERATOR LOAD BANK TEST & PREVENTATIVE TRANSFER SWITCH Item Items MAINTENANCE PRICE MAINTENANCE PRICE No. ITEM E — VILLAGE OF MOUNT PROSPECT ANUARY 2026 -- 2028 ANNUAL ANNUAL Generator Location Generator Address 1 G2 E. KENSINGTON RD — STATION 14 700 2 12000 G3 1601 W. GOLF RD NATURAL GAS 550 600 3 G4 50 S. EMERSON ST Uso 800 4 G6 G6 1700 W. CENTRAL RD 112 E. HIGHLAND AVE Well #5 425 450 800 800 5 6 G7 1629 W. ALGONQUIN RD Well #16 450 800 7 G8 601 W_ GOLF RD 550 600 8 G9 LINCOLN ST RELIEF 550 600 9 G 0 LINCOLN - WE GO RELIEF 550 600 10 G11 COTTONWOOD RELIEF 550 600 11 G1 APLE-BERKSHIRE RELIEF 550 600 12 G13 ILLIAM RELIEF 550 600 13 G14 Ot3IS RELIEF 550 600 14 G 6 GEORGE ST NORTH 550 15 G17 1480 N ELMHURST RD - WELL #17 450 800 16 Ala 600 SEE GWUN WELL ##11 450 800 17 G19 911 E KENSINGTON ROAD 450 800 18 G20 111 E RAND ROAD 425 800 19 G2'1 1 S MAPLE - GARAGE 550 600 2 25 N RIVER ROAD Levee Pump #1 550210 41415 07 N RIVER ROAD Levee Pum #2 550 600 22 G2 ALGONQUIN ARLINGTON HEIGHTS 550 600 ITEM E--SUBTaTA 11,375-00 15100.0 24 G4 One-time OIL CHANGE 25 G19 One-time OIL CHANGE 1050 25 G5 One-time OIL CHANGE & COOLANT 1650 ITEMS E1 - SUBTOTA 3,750.00 RFB Number 250037 S Due: Nov. 3, 2025, 2:00 PM GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS Item No. Items GENERATOR PREVENTATIVE MAINTENANCE PRICE LOAD BANK TEST & TRANSFER SWITCH MAINTENANCE PRICE ITEM F —VILLAGE OF NORTHBROOK (JANUARY 2026 — 2028) ANNUAL ANNUAL Generator Location Name Generator Address I CREMQOD PLACE 1000 WAUKEGAN ROAD $ 650 650 2 FIRE STATION #10 650 HUEHL ROAD S 425 600 3 FIRE STATION #11 740 DUNDEE ROAD $ 825 800 4 FIRE STATIQN #12 1840 SHERMER ROAD 425 600 5 RED CENTER 1842 SHERMER ROAD 4SO 6na 6 POLICE STATION 1401 NN-DWEHR ROAD 550 600 7 FLEE[ MAINTENANCE 1227 CEDAR LANE 550 600 8 PUBLIC WORKS CE14TER 656 HUEKL ROAD 950 800 9 VILLAGE HALL 1225 CEDAR LANE 5000 600 10 WATER FILLRAI[ON PLANT 750 DUNDEE ROAD 950 800 11 WEST SIDE Rg§ERVOIR 3339 WALTERS AVENUE 650 600 12 RAW WATER PUMP STATION 1195 SHERIDAN ROAD (IN GLENCOE) 750 800 13 CHERRY LANE LIFT STATION 2025 CHERRY LANE $ 525 600 14 COTSWOLD LIFT glATION 12.500 DUNDEE ROAD $ 425 600 15 EDGEWOOD LIFT STATION 1328 EDGEWOOD LANE 425 600 16 HOLEY LIFT SLATIQbl 135 SKOKIE BOULEVARD 425 600''__ 17 FOREST VIEW LIFT STATION 4500 FOREST VIEW DRIVE 550 r%nn IS GREENWOOD LIFT STATION_ 615 GREENWOOD ROAD 425 600 19 HOLSTE LIFT STATIOtj 1801 HOLSTE 425 600 20 TATION 1740 KILARNEY LANE 425 600 21 MACARTHUR LIEI SIA_TIO_N 2905 MACARTHUR BOULEVARD A?[; 600 22 BEyE13E LIFT STATION 150 REVERE DRIVE 425 600 23 ROYAL RIDGE LIFT STATION 1370 TECHNY ROAD 425 60T 24 STONE GATE LIFT STATION 568 STEVEN LANE 425 600 25 WI l I OW FE5TUAL LIFT 1106 FOUNDERS ROAD $ 425 600 26 COM ED LIFT STATION 1200 FRONTAGE ROAD (SEE ORTHBROOK SPECIFICATIONS IN INTTACHMENT A) $ 425 $ 600 ITEM F --suBmTALp 13,850.00 $ 19,450.00 Item No. Items GENERATOR PREVENTATIVE MAINTENANCE PRICE LOAD BANK TEST & TRANSFER SWITCH MAINTENANCE PRICE ITEM G — VILLAGE OF PALATINE (JANUARY 2026 — 2028) ANNUAL ANNUAL Generator Location Name Generator Address I G-001 - FIRE STATION 84 20 W. ILLINOIS. AVE. $ 425 Is buu _ 2— G-002 - SQUARE D LIFT STATION luKAs AVE. & PATRicK s 425 is 600 3 G-002 - SMITH STREET TANK 50 N. SMITH ST. $ 500 4 G-004- DEER GROVE LIFT STATION UENTIN RD. & 425 600 5 _ _- G-005 - KASUBA LIFT STATION 1830 N. BALDWIN RD. 500 800 6 G-006 - NORTH SUPPLY PUMP STATION 1381 N. ROHLWING RD. 500 1 800 7 QQQ7 - ELRE STATION 85 39 E. COLFAX ST. 425 600 8 G-008 - VILLAGE HALL 200 E. WOOD ST. 450 BUO 9 G-009 - SOUTH SUPPLY PUMP STATION 200 W. MICHIGAN AVE. 425 800 RFB Number 250037 6 Due: Nov. 3,2025,2:00 PM GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS 10 9410.- PUBLIC QFM 148 W. ILLINOIS AVE. 11 G:911- I0ES!aI6N8g_ 1475 N. HICKS RD. 350 600 _12 _9=912 - 1:110§ a J2UNQEE EUMP STATIQN 1501 N HICKS ROAD 500 13 G:01 3 -DEER PARK BQQSJE&UATI. N 399 N. DEE LN. 550 600 14 G-014 - EM SM-0 81 215 N, QUENTIN RD. 1 A25 600 - 11 G-Q1§-EJ13_gSTA1J!2N_J3_ 87 E. PALATINE RD. 425 09 le "1§ - Uirst-I LLE1 UAIJUDI 32 W. HALEYS HILL CT. 425 00 17 G-017 - PARKINQ PgCK M,ITH ST, & COLFAX ST. 55_0 800 18 -G-018 - RANDVILLE LIFT SlAn QN_- ORTH OF 1465 E. 625 600 19 G-019-GOLINMYSIDE PUMP 5 -ON In 1199 W. NORTHWEST 425 800 20 JUUATJON NORTH OF 1484 N. OAK 425 600 _21- -G-0.2.2--- ROSE &LILLY LIE! MITIONN 884 E. LILLY LN, 425 600 3-.-S..HIRES LIFTIQN 1525-35 S. ROSELLE RD. 425 600 23 G-024 ABLING10 QEF.,J1,LJEJ �J_AJIQW 519 S. CONSUMERS AVE. 450 24 U:925 --LQNQ r28QN 175 N. COACH RD, 42S 25 E!gLICE t1gADQ1_j&R1gRa 96 N. HICKS RD. 450 26 -,QZQZZ tfr;RQN 12un Fume I1QN 1 RENAISSANCE PLACE 425 0 800 ITEM 6 -SUSTOTA 1192,; nn 0 15.800-05- PROMPT PAYMENT DISCOUNT: 0 0/0 DAYS The bidder 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. 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. THE SECTION BELOW MUST BE COMPLETED IN FULL AND SIGNED Tim undersigned hereby gerttfiol that they have lead and uncle(sUnd the contents of this solicitation and agree 10 fuMI011 at the prices sham any or apt of the item above, subject to 40 Instructions, conditions, *"CIFIcOtiono and attachments hereto. Failure to have mad a" the Provisions Of this solicitation *hall not be cause to after any cesillung contract or to accept any mqueW for odditiollal compensation. By signing alls bid document, the bidder hereby cerWas that they are not barred from bidding an this contract as a result of a violation of efthor 590.011330-30rUE-4ofthelig" I Cliry i Authorized Signature, Midwest Power Industry Inc 11 04W Company Name. TyPoWl3rinted Name; Ubn T:-H—ennincaffield pate: 1 0/30aQZ5 Title- Pres,id t' honeNumber; 11"TQ-L974 E-mail ilkwestogwer- rn lumber. RFS Number 250037 7 Due: Nov. 3, 2025,2:00 PM GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS PROJECT SPECIFICATIONS 1. 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 CContractor") to perform general maintenance, 'inspections, and as needed repairs on municipal generators (the "Services"). All work performed under this RFB shalt be in accordance with the provisions of the Illinois Prevairng Wage Act 820 ILCS 130/0.01 of seq. and Employment of Illinois Workers on Public Works Act (30 ILCS 570/0.01) if applicable. 2. 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_ 3. 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 reserve 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_ 4. 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. 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 ifte 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 Village reserves the right to reject a proposed price increase and terminate the agreement. S. 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 hank 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 exception(s) must be clearly noted and explained in the Bid Proposal. The Contractor should be on -site within 4 hours in emergency situations, including after hours, weekends and holidays_ Any exception(s) must be clearly RFB Number 250037 8 Clue: Nov. 3, 2025. 2:00 PM GENERATOR MAINTENANCE AND As -NEEDED REPAIRS noted and explained in the bid proposal. a. Scheduling of Work: 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. b. 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. Except to the OSHA Noise Hazard Requirement of 90 dBA, 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_ c. 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. d. Utilities: The Contractor may utilize the water and electricity at the facility being worked on.. a. Completion of Job: The job is not considered complete until all work listed in the Scope has been inspected and accepted by the Municipalities respective designee. Completion includes, but is not limited to, satisfaction of the 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. 9. INVOICES AND PAYMENTS The Contractor shall submit invoices to the Village detailing the services provided on a monthly basis. All services shall be invoiced based on unit pricing and quantities used. The Village shall only pay for quantities used or ordered. Quantities may be adjusted up or down based on the needs of the Village. Payment shall be made in accordance with the Local Government Prompt Payment Act. 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 60056 RIPS Number 250037 8 GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS 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 Due: Nov. 3, 2025, 2.00 PM Village of Palatine Public Works Department 148 W. Illinois Avenue Palatine, IL 60067 10. CALENDAR OF EVENTS CTENTALIVE AND SUBJECT TO CHANGE-1 Please note: Timelines specific to recommendation and approval by the Village Board of Trustees are subject to change per the schedules of each respective participating municipality. For questions specific to a municipality's schedule, please contact the Village of Glenview. r► , October 20, 2025 Bid sent to potential bidders and advertised on DemandStar. October 28, 2025 Last day to submit questions and requests for clarification. October 30, 2025 Addendum issued if necessary 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 3, 2025 November 3, 2025 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. November 2025 Recommendation to the Village Board of Trustees Januag 1, 2026 Implementation Date 11. ADDITIONAL INFORMATION Should the bidder require additional inforration about this bid, please submit questions via email to: purchasinga@glenyiew.ilms. Questions are required no later than 4:30 P.M. on October 28, 2025. ANY and ALL changes to these specifications are valid only if they are included by written Addendum from the Village 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 Village recognizes that in some cases the information conveyed in this RFB may provide an Insufficient basis for performing a complete analysis of'the i.FB requirements. Prospective bidders are, therefore, requested to make the best possible use of the information provided, without the expectation RFB Number 250037 10 Due: Nov. 3, 2025, 2:00 PM GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS that the Village 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. 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 Village. 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 hms://www.glenview.il.us/purchasing. The Village is utilizing DemandStar.com to take the place of the paper bid that would normally be sent to the 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. 2. DEFINITIONS 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 Price 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 Qr 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 Village 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 tihe current market price for the materials and/or work covered herein. The Village further reserves the right not to award or to negotiate any items whose unit prices or subsection appears excessive or unbalanced. Furthermore, the Village reserves the right to reject the unbalance item(s) and to contract with another provider for the services without giving further consideration to the bidder. RFB Number 250037 11 Due: Nov. 3, 2026. 2:00 PM GENERATOR MAINTENANCE AND AS -NEEDED REPAID 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 pUEqbasing@gIenview.iI.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 suGGessful Bidder shall not withdraw or cancel its bid after having been notified that the 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 DurchasingL@alenview.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 Durchasingt ,glenview.it._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 andlor 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 the Village President, Village Trustees, or any other official or employee of the Village (collectively, "Village Personnel") with regard to the Project, other than in the manner and to the person(s) designated herein. The Village Manager reserves the right to disqualify any bidder found to have contacted Village Personnel in any manner with regard to the Project. Additionally, if the Village Manager determines that the contact with Village Personnel was in violation of any provision of 720 ILCS 5f33EE, the matter will be turned over to the Cook County State's Attorney for review and prosecution. 8. CONTRACTOR REPRESENTATIONS Contractor hereby represents and warrants as follows: A. It is a company which is validly existing and duly authorized to do business under the laws of the State of Illinois, with power and authority to conduct its business as currently conducted and as contemplated by this Agreement. B. All necessary corporate, regulatory, or other similar action has been taken to authorize and empower Contractor to execute, deliver and perform this Agreement. The person(s) executing this Agreement on behalf of Contractor is duly authorized to do so and this Agreement is a legal, valid and binding obligation of each and all of the owners, shareholders, officers, managers, partners or members of Contractor, enforceable against them in accordance with its terms, subject to bankruptcy, equitable principles and laws affecting creditor's rights generally. C. Except only for those representations, statements or promises expressly contained in the Agreement Documents, no representation, statement or promise, oral or in writing, of any kind whatsoever by the Village, its officials, agents, or employees has induced Contractor to enter into this Agreement or has been relied upon by Contractor- D. No proceeding of any kind, including, but not limited to, litigation, arbitration, judicial or administrative, is wending or threatened against or contemplated by Contractor which would under any circumstance have any Material adverse effect on the execution, delivery, performance or enforceability of this Agreement. As of the date of execution of this Agreement, Contractor has not received notice, or has a reasonable basis for believing that Contractor or any of its members, shareholders, partners, associates, officers, managers or employees are the subject of any criminal' action, complaint or investigation pertaining to any felony charge, or any civil action or claim predicated on alleged acts of antitrust violations; business fraud; discrimination due to race, creed, color, disability, gender, marital status, age, national origin, or religious affiliation. RFB Number 250037 U Due: Nov. 3, Z025, 2 00 PM GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS E. This Agreement constitutes a valid, legal and binding obligation of Contractor, and to the extent permissible by law, is enforceable against it in bankruptcy, insolvency, reorganization, moratorium and other laws affecting the enforcement of creditors' rights generally and to general principles of equity, regardless of whether such enforcement is considered in a proceeding in equity or at law. F. Contractor shall provide prompt notice to the Village whenever any of the representations or warranties contained herein ceases to be true or correct. 9. DISCLOSURES AND rV 1 CN 11A1. %,vr%rua, r a yr u...-....... ...• ....— ___. __ __ The Village'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 in 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, brothers and sisters and their spouses. To ensure full and fair consideration of all bids, the Village requires all Bidders, including owners or employees, to investigate whether a potential or actual conflict of interest exists between the Bidder and the Village, its 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 Village 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 Village to take appropriate measures to ensure the fairness of the bidding process. The Village requires 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 Village discovers an undisclosed potential or actual conflict of interest, the Village may disqualify the Bidder and/or refer the matter to the appropriate authorities for investigation and prosecution.. 90. RESPONSIVENESS OF BIDS Bids shall be evaluated as follows (not listed in order of priority) to determine responsiveness: • Bid pricing Compliance with specifications + Submittal of required documentation 9. JOINT PURCHASING/PURCHASING EXTENSION The purchase of good's 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 IL.CS 525/0.01, 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. 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: RFB Number 250037 13 Due: Nov. 3, 2025, 2:00 FM GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS 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 modifyiwithdraw their bids prior to opening. Once bids have been received and opened, bids cannot be withdrawn or modified without the approval of the Village's Board of Trustees. This Agreement may be amended or supplemented only by an instrument in writing executed by both of the parties hereto. 11. ASSIGNMENT Neither the Contractor nor the Village shall assign any duties or performance under this Agreement without the express written consent of the other. U. NO IMPLIED WAIVERS The failure of either party at any time to require performance by the other party of any provision of this ;agreement shall not affect in any way the full right to require such performance at any time thereafter. Nor shall the waiver of either party of a breach of any provision of this Agreement be taken or held to be a waiver of the provision itself. 13. PREVAILING WAGE If this contract calls for the construction of a "public work!, within the meaning of the Illinois Prevailing Wage Act, 820 ILCS 130/.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 wade rates, please refer to the Illinois Department of Labor's website at http //www illinois gov/idol/Laws Rules/CONMED/Pages/prevailing-wage-rates.ate. 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. 14. CERTIFIED PAYROLL. RECIUIREMENTS Pursuant to PA 100-1177 and in accordance with 820 ILCS 130/5.1, 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 illinois gov/idoULawsRules/CONMED/Pa es/certifiedtragscri tof a rolLas x- is. CHANGE ORDERS Ile 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 quaiity and/or scope of fire contract specifications. AlI 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. 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 $ub-subcontractor. RFB Number 250037 14 Due: Nov. 3, 2025. 2:QQ PM GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS C. Detailed written Requests for Change Girders must be submitted to the Purchasing Manager. 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 Manager. D. Each written Request for a Change Order must be accompanied by written suggestions where costs can be reduced to onset 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 Manager prior to commencing any additional work covered by such order. Work performed without proper authorization shall be the Contractor's sole risk and expense. F. All change order requests and approvals shall comply with the provisions of 720 ILCS 5133E-9. 16. 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.. 17. ADDITIONSIDELETIONS 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 amou 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. 18. 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. 19. HOLD HARMLESS The Contractor agrees to indemnify, same 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 attomeys' 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. The Contractors obligations under this Section shall survive the expiration or termination of this Agreement, RF13 Number 250037 1s Due: NOV. 3. 2©25. 2:00 PM GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS 20 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. 21. TERMINATION The Village reserves 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 Village 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 Village 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. 22. TERMINATION FOR DEFAULT The Village reserves the right to immediately terminate this Agreement with written notification for defaulL 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 Village, failure to promptly comply with the contract specifications and repeat non-compliance with the contract specifications after written notice, etc. 23.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. 24. 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 firms must be clean disclosedin the bid on the form r uvided 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 disquallficafion. 25. PROTEST PROCEDURE The full context of Protest Procedures can be found in the Village's Procurement Policy at httj)s,,//olenview.if.us/Aovemment/Pages/Purchasing.asr)x An overview of the procedures are 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 a hearing. The Village Manager will conduct a review and try to resolve the issue in a manner amicable to alt parties within ten (10) business days after receipt of the recommendation, date of the hearing or the review, RFI3 Number 250037 16 Due: Now 3, 2025, 2:00 PM GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS whichever is later. 26. 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. 27. 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. 28. PROPERTY OF THE VILLAGE All documents, findings and work products shall become the property of the Village upon payment for services rendered. 29. ON -ENFORCEMENT 13Y 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 laid 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. NON 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 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 rooting permits) contained in the Village's code. B. Contactor 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 contrac% RFB Number 250037 17 due: Nov. 3, 2025, 2.00 PM GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS 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 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, 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 safely/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 practices) being conducted as determined by each Municipality's 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 practice(s). 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. INDEP'ENDENT 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. AUDITIACCESS 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, S. If this contract is a formally advertised, competitively awarded, fixed price contract, the contractor agrees to include access to records as specified 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. RFB Number250037 Is Due: Nov. 3, 2025. 2:00 PM GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS 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 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. CONFIDENTIALITY Contractor understands that it may receive or gain access to information that is confidential or highly sensitive in nature and acknowledges that such information will be used only for the purpose of fulfilling its obligations under the Agreement. Further, any output from this Agreement is to be kept confidential and is for the sole use of the Village. Contractor shall not reveal such information and/or output to other parties without the express written permission of the Village. All records and documents received by Contractor from the Village shall remain the sole property of the Village and all such records, or exact copies thereof, shall be turned over intact to the Village within ten (10) days of the Village's request Confidential information shall include, without limitation: A. All information that concerns the business affairs of the Village including, without limitation, financial information, and all other data, records, and proprietary information involving the Village's business operations; B. Any information developed or created by Contractor in connection with the services being rendered under this Agreement by Contractor; and C. Any other information reasonably identified by the Village as confidential; provided however that confidential information shall not include the following: i. Information known by, or generally available to the public at large through no breach by Contractor of this Agreement; ii. Any information given to Contractor by a third party without continuing restrictions on its use; iii. Information disclosed by Contractor with the Village's written approval; and iv. information required to be disclosed by taw. 38. FREEDOM OF INFORMATION ACT As a Contractor of the Village, Contractor may be subject to certain records requests brought pursuant to the tiGnois Freedom of Information Act 5 ILCS 140/1, et seq. (the "Act') Contractor agrees to cooperate with the Village to answer requests for records brought pursuant to the Act for which Contractor may have records in its possessions. 39. OMISSIONS/HIDDEN CONDITIONS RFB Number250037 19 Dace: Nov. 3, 2025, 2s00 PM GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS 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. 40. NEW PARTS AND MATERIALS: TITLE Equipment and materials must be of current date (latest model or supply) and meet specifications. This provision. excludes the use of surplus, re -manufactured or used products, whether in part or in whole, except where specifications explicitly provide therefore_ Further, the bidder warrants that it has lien free title to all equipment, supplies, or materials purchased under the terms of this contract. 41. 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 number and Para -graph 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. 42. 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 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. 44. CONTRACT BONDS RFB Number 250037 20 Due: Nov. 3, 2025, 2:00 PM GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS 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 bands 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. 45. SEVERABILI _ If any part of this Agreement shall be held to be invalid for any reason, the remainder of this Agreement shall be valid to the fullest extent permitted by law. 46. NOTICES Any notices or demands, which may be or are required, to be given by either party to the other under this Agreement shall be in writing, and all notices, demands and payments required to be given or made hereunder shall be given or made either: (a) by hand delivery; or (b) by United States certified mail, postage prepaid addressed to the Village or Contractor, respectively, at the following addresses, or at such other place as the Village or Contractor may from time to time designate in writing: If to the Village: The Village of Glenview 2500 East Lake Avenue Glenview, IL 60026 Attn: If to the Contractor. � � c�u�y i �►C !L gp72. Attn: i ,sf-dd f- RFB Number250037 21 GENERATOR MAINTENANCE AND AS -NEEDED REPAIR$ With a coat/ to: Julie A. Tappendorf Ancei Glink 140 S. Dearborn Street, 6111 Floor Chicago, IL 60603 With a copy to: t4S(33 pjowu p�.rYw " Due: Nov. 3, 2025, 2:00 PIA 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 - products/completed 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 - O 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; 1. Contractual liability including protection for the Gontractor 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 accidentl$1,000,000 each employee disease/$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. 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@glenview.il.us. RFB Number 2SO037 22 Due. Nov. 3, 2025, 2,00 PM GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS 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. 6. The Contractor shall advise the Village via email to purchasing@glenview.H.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 Bests Financial Strength Rating of W or better, and a Financial Size Category of "Class Vil" 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 Contractor's or its subcontractor's insurer(s) 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.'` RFS Number 250037 23 Due: Nov. 3, 2025, 2:00 PM GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS 2. WARRANTY 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 qualityy, 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. 3. 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. Pursuant to 30 ILCS 570/0.01 et seq., any month immediately following 2 consecutive calendar months during Which the level of unemployment in the State of Illinois has exceeded 5% as measured by the United States Department of Labor, the Contractor shall employ only Illinois laborers on this project unless Illinois laborers are not available, or are incapable of performing the particular type of work involved, which the contractor 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 5/1-101 et seq., as amended, and any rules and regulations promulgated in accordance therewith, iincluding., but not limited to the Equal Employment Opportunity Clause, Illinois Administrative Code, Title 44, Part 750 (Appendix A), which is incorporated herein by reference. Additionally, the consultant shall comply with any Fair Employment Ordinance that has been adopted by the Village. 5. ILLINOIS HUMAN RIGHTS ACT (775 ILCS 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. S. SUBSTANCE ABUSE PREVENTION ON Pilr31 lt` WnDWQ 01 f% 1=f-rO Aflr .ct-w„ .t r-- contractor shall comply with all provisions of 820 ILCS 265/1, 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 requirements, Contractor shall provide the Village with a copy of the relevant sections of said agreement in lieu of the wriien substance abuse program. RFB Number 250037 24 Due. Nov. 3, 2025. 2:00 PM GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS 7. WAIVER OF WORKERS COMPENSATI©N1OCCUPATIONAL DISEASE EXPENgE 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 II_CS 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 wrhUn approval. Therefore, if 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. 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 its 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: 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 worir_ 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 RFB Number 250037 25 Due: Nov. 3, 2025, 2:00 PM GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS any issues that the Contractors staff have experienced during the week as well as any work planned that was not accomplished.. IS. 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 employees 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. 16. DAMAGES The Contractor is responsible for any damage to public or private property caused as a result 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 250037 26 Due. Nov. 3, 2025, 2.00 PM GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS LABOR STATUTES, RECORDS AND RATES CONSTRUCTION All Contractors shad familiarize themselves with all provisions of all Acts referred to herein and in addition shad 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 1, Section 17, which provides: "All persons shall have the right to be free from discrimination on the basis of race, color, creed, national ancestry and sex in the hiring and promotion practices of any employer or in the sale or rental of property." 1.2 Illinois Constitution, Article 1, Section 18, which provides: "The equal protection of the laws shall not be denied or abridged on account of sex by the state of its units of local government and school districts." 1.3 The Public Works Employment Discrimination Act, 775 ILCS 10/1, provides in substance that no person may be refused or denied employment by reason of unlawful discrimination, nor may any person be subjected to unlawful discrimination in any manner in connection with contracting for or performance of any work or service of "any kind by, for, on behalf of, or for the benefit of the State, or of any department, bureau, commission, board or other political subdivision or agency thereof." 1.4 Contractor shall comply with the Illinois Human Rights Act, 775 ILCS 5/1-101 et seq., as amended and any rules and regulations promulgated in accordance therewith, including, but not limited to the Equal Employment Opportunity Clause, Illinois Administrative Code, Title 44, Part 750 (Appendix A), which is incorporated herein by reference. Furthermore, the Contractor shall comply with the Public Works Employment Discrimination Act, 775 ILCS 1010.01 et seq., as amended, 2.0 The Veterans Preference Act, 330 ILCS 55/1, provides: "In the employment and appointment to fill positions in the construction, addition to, or alteration of all public works undertaken or contracted for by the State, or any of its political subdivisions thereof, preference shall be given to persons who have been members of the Armed Forces of the United States...in times of hostilities with a foreign country..." 3.0 The Servicemen's Employment Tenure Act, as amended, 3301LCS 60/2, "safeguarding the employment and the rights and privileges inhering in the employment contract, of servicemen." 4.0 The Prevailing Wage Act, 820 ILCS 130/0.01 et seq., provides: "it is the policy of the State of Illinois that a wage of no less than the general prevailing hourly rate as paid for work of a similar character in the locality in which the work is performed, shall be paid to all laborers, workers and mechanics employed by or on behalf of any and all public bodies engaged in public works." The current Schedule of Prevailing Wages for Cook County and/or Lake County must be prominently posted at the project site by the Contractor. 4.1 The Prevailing Wage Act, 820 ILCS 130/4, 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." RFS Number 250037 27 Due: Nov. 3, 2025, 2:00 PM GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS 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 100-1177 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 wane work performed by Contractor employees or subcontractors.. 5.0 The Child Labor Law, as amended, 820 ILCS 205/1, which provides; "No minor under 16 years of age ... at any time shall be employed, permitted or suffered to work in any gainful occupation... in any type of construction work within this state." The Contractor will include verbatim or by reference the provisions contained herein in every subcontract it awards under which any portion of the 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: httcs.//www2.illinois.gav/idol/Laws-Rules/CON M ED/Pages/Rates.asi)x RFB Number 250037 28 Due: Nov. 3, 2025, 2:00 PM GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS REFERENCES Please fist below five (5) references for which your firm has performed similar work for municipalities as identified in Bidder Qualifications. Municipality: Geneva School District 304 Address: 227 N Fourth St City, State, Zip Code: Geneva, IL 60134 Contact Person/ Telephone Number: Brian Pedersen 630-330-0591 Dates of Service/Award Amount $13,703.50 We currently service these generators Municipality: Mill Creek Water Reclamation District Address: 39w899 Wellington Wi City, State, Zip Code: Geneva, IL 60134 Contact Person/Telephone Number: Jason Fowler 630-208-9898 Dates of Service/Award Amount 2023 - $281,OOQOO Completed Generator ,project. We currently service these generators Agency: pillage of Wilmette Address: 1200 Wilmette Ave City, State, Zip Code- Wilmette, IL 60091 Contact Person/ Telephone Number: John Ramaker 847-853-7619 Dates at Service/AwardAmount: 2021 - $14,665.00 We currently service these generators Agency: SEECQ.M Crystal Lake~ Address: 100 Woodstock St City, State, Zip Code: Crystal Lake, IL 6001' Contact Person/ Telephone Number: Peter Sofie 815-322-3450 Dates of Service/Award Amount: 2025 - $4046.90 We currently service these generators Agency: Valli Produce Address: 6550 N Alpine Rd City, State, Zip Code: Loves Park, IL 61111 Contact Person/ Telephone Number: Dominic Presta 847-875-6647 Dates of Service/Award Amount: 2021 - $4750.00 We currently service these generatr REB Number250037 29 Due: Nov. 3, 2025, 2:00 P&I GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS DISQUALIFICATION OF CERTAIN BIDDI=Rs 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 16 U.S.0 (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; (1) has entered a plea of nolo contenders to charges of bribery, price fixing, bid ridging, 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 si n bid form indicatina corn liance RF13 Number 250037 30 Due: Nov. 3, 2025, 2:00 PM GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS ANTI -COLLUSION AFFIDAVIT AND CERTIFICATION Geri L Henningfield , being first duly sworn, deposes and says thatpe is President (Partner, Officer, Owner, Etc.) of Midwest Power Industry Inc (Contractor) 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-rotafing. (Name of Bidder if the gidder . ld Individual) (Name of Partner if the Biddeps a Partnership) (Name of Officer if the Bidder is a Corporation) The above stements must be ubscribed a sworn to before a notary public. Subscribed and Sworn to this 10 day of !i -e-r` 2025 t'0 11It 1111Iq/IJ..I Q� Q ++ "" • _ , 4 Notary Public op wjs� Failure to complete and return this form may be considered sufficient reason for rejection of the bid RFB Number 250037 31 Due. Nov. 3, 2025, 2:00 PM GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS CONFLICT OF INTEREST Midwest Dower Industry Inc , 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 ' Individual) (Name of Partner if the Bidde a Partnership) (Name of Officer if the Bidder is a Corporation) The above statements m t subscribed a sworn to before a notary public. titt Subscribed and Sw€ �(+tt3� day of� . 2025 t ,�,O TA y OS L i � • ? . Notary Public op i'14 ,++ Failure to comple a WItr9turn this form may be considered sufficient reason for rejection of the bid. RFB Number 250037 32 Due: Nov. 3, 2025, 2:00 PM GENERATOR MAINTENANCE AND AS -NEEDED REPAIR$ TAX COMPUANCE AFFIDAVIT brew I -,being first duly swam, deposes and says thatis President (Partner, Officer, Owner, Etc-) of Midwest Power Industry Inc (Contractor) The individual or entity making the foregoing bid or bid certifies than 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 contr civil action r (Name of Bidder if the Bidder is an In ' i al) (Name of Partner if the Bidder is a P nlership) (Name of Officer if the Bidder is a Corporation', The above statements must be subscribed and swam to before a notary public. Subscribed and Sworn V this day of , 2025 r' �OTARA,�,, Notary Public WisC Failure to complete andYattl`rn this form maybe considered sufficient reason for rejection of the bid. RFB Numbor 250037 33 Due: Nov. 3, 2025, 2:00 FIA GENERATOR MAINTENANCE AND AS -NEEDED REPAID SUB -CONTRACTOR INFORMATION (ATTACH ADDITIONAL PAGES AS NEEDED) Name: # Years in Business: Address: # Years used by Contractor: Services provided by Sub -Contractor: Name: Address: Services provided by Sub -Contractor: # Years in Business: # Years used by Contractor- Name: # Years in Business: Address: # Years used by Contractor: Services provided by Sub -Contractor: RFB Number 250037 U Due: Nov. 3, 2025, 2:00 PM GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS PARTICIPATION AFFIDAVIT r � }, 1 ,being first duly sworn, deposes and says, under penalties as provided in Section -109 of the Illinois Code of Civil Procedures, 735 ILLS 5/1- 109, thai a is President t (Partner, Officer, Owner, Etc.) of Midwest Power Industry Inc (Contractor) 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 500/50-10. Additionally, the Contractor or SubContractor, respectively, certifies he/she is not suspended from doing business with any State, Federal or Local Agency. r (NifrTieof Quoter if the Quoter is an dual) (Name of Partner if the Quoter is a artnership) (Name of Officer if the Quoter is a Corporation) The above statements must be subscribed and sworn to before a notary public. Subscribed and D day of 0C10 b �" .2025 i a �O TA1 + �[j r • r j 4 r 01300 Failure to corttpf /rV� may be considered sufficient reason for rejection of the bid. RFB Number 250037 35 Due: Nov. 3, 2025, 2:00 PM GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS Purchasing Division Village of Glenview 2500 East Lake Ave Glenview, IL 60026 October 29, 2025 ADDENDUM #1 (1 of 5 Pages) RFB #250037 RFB ON: GENERATOR MAINTENANCE AND AS -NEEDED REPAIRS RFB Due Date: NOVEMBER 3, 2025, 2:00 p.m. CST Please note the following clarifications, revisions, and additions to the bid documents. 1. Q: Glenview Sites: I did not see any generator units listed for the Glenview locations. Could you please provide a list of units and any relevant details for those Sites? Additionally, can you confirm if the scope for Glenview includes only an inspection with a 2-hour load bank test and ATS inspection' A: Glenview - See attached Exhibit for unit fist. For load bank testing, it is the intention of the Village of Glenview that the annual load bank test shall include at minimum: Load bank testing on each generator for its rated KW & voltage capacity; Perform load test at 25% load for 30 minutes, 50% load for 30 minutes, and 100% load for one hour; monitor the operation and verify the proper operation and conditions and report any problems; comprehensive testing report containing information and results from load bank tests (at all Village facilities, especially public safety and utility facilities). 2. Q: Kenilworth Scope Clarification The unit information indicates a need for a Yearly PM and Load Bank, but the scope also mentions Semi Annual inspections with Load Bank and ATS. o Can you clarify if the expectation is for two visits per year that include inspection, load bank test, and ATS inspection? p Or is one visit intended to be a full PM service (including oil change, etc.)? A: Kenilworth — Kenilworth is expecting one visit per year with a full PM service to include load bank testing. 3. Q: Mount Prospect. Buffalo Grove. Palatine -- April Service Details The scope mentions inspection with samples (oil, coolant, and fuel). a For fuel sampling, the document states to sample both Day and Storage Tanks. Should we assume two fuel samples per unit? a For units 40OKW and lower, the April service includes oil and filter change instead of oil sampling —please confirm this is correct A: Mount Prospect -- Only one fuel sample per unit. Confirmed for second part. Buffalo Grove This should just be 1 fuel sample per generator, as we don't have day/storage tanks. Confirmed for second part. so they have the same Palatine — Not every unit has two tanks and one tank fills the other, product. Assume one sample of the main tank for each unit. Confirmed for second part. Q: ATS Inspections and Units 40OKW+ o Should ATS inspections be included in pricing for both Annual and Semi Annual services? o For units 40OKW and above, it appears oil change pricing is not included. Can you confirm whether oil changes are excluded for these units? A: Glenview — ATS Inspections should be performed only once annually. Oil changes are not excluded and pricing should be included to be performed at the same time as annual inspections. Buffalo Grove — Assuming ATS = Automatic Transfer Switch, this should be inspected during annual load bank testing, and following a major repair. It does NOT need to be scheduled more than once per year. Oil change pricing is NOT included. Sampling should be completed with oil add as needed_ Necessary oil changes need to be quoted and approved prior to completion. Palatine — No, they should be done once a year. Oil changes are not excluded, but these units should only have their oil changed if deemed necessary by the lab results of the sample. 5. Q: Are there any generators that are not readily accessible? More than 50 feet from designated parking, or in basements or on rooftops? A: Glenview — No. Kenilworth — No. Mount Prospect — All of Mount Prospects generators are accessible and located on ground level - Highland Park — The Police Station generator is located on the lower level. Load testing requires a ladder (which the City will provide) as well as longer cables to run through the exhaust well and louvers down to the generator room. Palatine — No generators are more than 50 feet away. The generators at the Fire Stations and Shires lift station are inside the buildings, which can be parked next to. Northbrook - Most generators are withing 50ft and/or accessible by stairway to the basement (e.g., Village Hall and Police Station, but vehicles can be parked close to the facility entrances for service. The only generator that will be more than 50ft from a parking spot will be 1000 Waukegan Road which is the Crestwood Senior Housing. The Lake Front Generator is on the roof, but vehicles can be parked parallel to the building that has ladder access. The generator for Station 11 is on the east side of the fire station and is near a parking spot. Buffalo Grove — No. a. c`?, : Are there any generators that have multiple transfer switches? The only specifications list that indicates the number of Transfer switches is Mount Prospect. A: Glenview — West Lake has three, Laramie has three, Rugen Senior and Junior both have three, and Citizen's Booster has three. Kenilworth — No. Highland Park — Each City of Highland Park generator is equipped with only a single transfer switch. Palatine — All generators have one switch, Village Hall has a backup switch, which is only utilized for catastrophic failures. Northbrook — No. Buffalo Grove — No. 7, Q: 3. Just to clarify, for Buffalo Grove, if the generator is over 400kw, they would first like an oil sample to he taken? If the oil is determined to be unsatisfactory, then an oil change will be conducted? if the oil change is conducted it will be quoted out on a time and material basis? A: Buffalo Grove — Confirmed the answer is "Yes" to all questions asked. Palatine — Palatine has the same procedure_ Confirmed. The Village of Northbrook has requested an addition to Section 5.2. of their "ANNUAL GENERATOR PREVENTATIVE MAINTENANCE" included in red below, 5.2.1. Lubrication Oil quantity and condition • Change oil • Oil filter (s) • Oil pressure Crankcase breather System leaks • Fluid levels Pled clude a copy of this document in your bid submittal. Sincerely, Acknowledged and Accepted 254037-1: Zhanna Kolokolov Signature: Village of Glenview Company: l � l s j_yl(, Purchasing Manager GlerWtew Generator Spec Spreadsheet Generator Generator Count Location Foes veiniph EW 1'NlakelMedal Serial Make/Model Famine Seri& Public Works Service Center Phase 3 Natural 20E/3 140 OnanpQ536g3(k Clomm[ns C55 2519207E 1') 2498 East Lake Ave. Gas tJC1274fY6 Gen Set Accessib8ty: Rear exterior Of budding, driveway access' load bank &/or portable generator may sit within 20 feet of building generator Note) set. Gtnerac sD130; Ivem 2.) Diesel 2E0/3 130 S100130GG176.7 3000175405 F4GE9685Ad J602-0139J4E6. Public Works Service Center Phase D18145 Y3 dal 2498 East Lake Ave. Gen Set Accessibility: North Parkign lot just north of budding, load bank &/Or Portable generator may sit outside to the math. Note) dlar5R4 81FOB96 Caterpillar lhrdlsw Road Pump Station Nato ai 4250 Caterp� 83446 �4002224�1100WillowRoad Gas Gen Set Accessibility. Gen set sits outside with dme-up access, load bank &/or portatiie generator may sit outside immediately next to buiing Note) generator M. mp Station Natural p695142 E 1 G 34 05086 Patriot Blvd Pun Gas 4E17i3 100 Kohler iODRZG 260 Patriot Blvd Gen Set A[oessibRtty: Gen set sits outside with drhv up access: load bank &/Or portable generator may sit outside immediately nextto building Note) generator set. 4gD/3 B 7A761434-106- 5.) Riogen R�a:denior Pump SRatkm' Diesel epRlarSR-4R 3581 CterpRlar 3412 2WJ01846 2200 Ruoad t& Gat GenSets'bjity: Gen set sits aut5ide with dRtYe-up acpess; bad bank&/or•P°�ble g�rerator may sir autsirle tmm�iacety nets to building Note) amneratorset. _. Generator, tgaerator Make/Modef Fw4 Voil-Wh KW Make/Motlel Serial Eli ine Serial Count Lucat$on Cummins Rugen Road Junior Pump Station Diesel s 37IM901-CPL 2278 9.) 48U/3 750 K990t713558 (iSr30�G1 2210 Ru en Road 1900 Gal �` 7 Gen. set Accessibility. Gen set sits outside with. deh*-uP access: triad bank &/or Portable generator may sit outside irnmediateiy r t txs building. Note) geneator seG West take Reservoir Pump `Station Diesel AIM/3 750 Oitan K990020208D Cunmmins 371889900-10291i 7.) 3704 West Lake Avenue SOO Gal DFHA3381590 OSr3fJG2 1) Gen Set Accessibility-- Gen set sits outside with drive -up access; load bank, &/or Portable gernerator may sit outside dmmett ately near to bs Ming Note) generator room. 2) This unit is equipped with a remote radiator assembly - Laramie Pump Station Natural 49W 750 Onan HC iS34E1 Cummins SFA28 252321x1 s.i 957 wramie Avenue Gas R99xi846712 Gen Set Accessibility. Derr set sds outside wrchdrive-up access, load ba* k &/or, portable generator, may sit outside immediately next to building NOW)sanwatarset _. Fast Lake Lit Station 16DO Natural Ford I5"751- 1, IS-Y1naC 9.) Gas 240/3 60 Kohler 6ORZ202 371655-187o7b 600,E East take Avenue Gen set Accessibility: Gen sal is immediateiy inside rat station with shim -up bank &/or Portable BeSte or stay sR just out5ixfe of Note) station. Heatherfield rift 5iatrt Ford 17490H2-4RH 10.) 240/3 45 Kohler 45R202 391426 x83238 CSG649160(6F 9940Westieigh Avenue Gas Gen Set A�ssibliitic Gen set is immediately inside lift station with ddw--up access; load bank & jar portable generator may sit iust outside of tel �rnrn Generator Generator Ease_ :punt Location Fuel Vottslph KW MRWMedel MalldModd E " eSerial 11.y Fire Station 6 Diesel 240/3 200 DtYtnp� 120927/24 Perkins GM324 W54486N130969 1215 Wain n Road 391 Gal r r cm4F200 Note) Gen set AocessihW. Gen set sifts outsidevAth, ddve-UP acmes: load bank &/or portable generator matt sit Outside relaiiv(!y c%se to generator 12.) I3ire tation 7 Roadf fmi 1 208/3 1 130 1 _ oPG5GN1 1 3007fa3-1-1-1008 General Mators 12574554 25%to 45% 100% 100% 100% 100% 100% 95% 100% 100% 100% Note) 1) Gen Set Acr�ssiilylity: Genset sits outside with drivel access. load bank &Jar portable generator may sit outside relatively dose to genef8t0l set. Fere Station 8 Diesel Kahier 30284g2 Spec John Deere PE4045L192828 1130% 13.) 1 l 208%3 106 JIMECOF GMHt%7- iAS 4045FEF 1901 Landial Road 1) Gen Set Accessibility: i;en set sits outside wNh dove arze5ss; trod bank &/or portable gereratgrY outside re�tiveely dose to generator Note) Fire Station 13 Natural Spectrum 775M GIuF B.I. L 8-it 079117 100%14.) 208J3 104 10065G Detralt 8331 East Lake Avenue Gas Note) Gen Set sitsouiside with drive -up access; bad crank &/or portable generator rnay. sit outside relatively dose to the bonding generator set. Fire Station 14 1 Natwaf Spectrurtt 776489 GNf &1 I. 8.1 L 07996 100% 2250 Patriot 6Md, 15.) Gaz 209J3 ioo 100GSG Detroit Nate) Gen set sits outside with drrvel access, food bank. &Joe pprWtde generator may sit outside relati+rely, doscto the building generator set. Generator Genetator Egging '1 Fnel Volts/Plr KW Molce/Madcl Serb d Make/Model Eo ' e Serial Pere nta a of Fa ' Count Location Diesel Glenvrew Municipal center 2500 300R Gal under- 48013 100D Spectrum 10000SE6 2044394 {iM Detroit Diesel R163 7M36 5362t)Q3J-D4 100% 16.) bast take Avenue ground & Denali 304C1{t GA75 800 Gal Day Tank Gen Set AccessihiGty: Gen set is in its awn rotxrl at ground level next to east Parking foci bad bank &/or portable generator may sit outside in the Nate) east parking lot Naa 24 R ti 25 LG 31i16046 GM694 5390 100% North Lt 17.) 1344Caran G RF8 Note) Gen set sets outside witltdrive-up accellload bank &forpull generatornaysitoutsiderelativelydosetothestructuresgeneratorset. South Lift Station Natural 240J3 24 Kohler 25 R2G 3Ltt6D45 6M69415 53464 100% 1&1 42S Glenview Road Gas R� Note) Gen set sits outside with drive -up auess; load bank :&Jor- portable generator may sit outside relatively dose to the siructurel generator Set. END ADDENDUM #1