Loading...
R-18-25VILLAGE OF DEERFIELD LAKE AND COOK COUNTIES, ILLINOIS RESOLUTION NO. R-18-25 RESOLUTION AUTHORIZING RENEWAL OF A CONTRACT TO ELEVATOR INSPECTION SERVICES WHEREAS, on January 20, 2014 the Village of Deerfield ("Village") entered into an agreement with Elevator Inspection Services Co., Inc., of Burr Ridge, Illinois ("Consultant") for the provision of elevator inspection services ("Agreement"); and WHEREAS, the 2014 Agreement between the Village and the Consultant is set to expire; and WHEREAS, in October 2018, Lake County led a joint procurement process to renew this agreement with updated pricing and agreement term covering 2019 through 2023; and WHEREAS, the Village and the Consultant now desire to renew the Agreement, for calendar year 2019; and WHEREAS, the Village Board has determined that renewing the Agreement with the Consultant will serve and be in the best interest of the Village and its residents; and NOW, THEREFORE, BE IT RESOLVED BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF DEERFIELD, LAKE AND COOK COUNTIES, ILLINOIS, in the exercise of its home rule powers, as follows: SECTION ONE: RECITALS. The foregoing recitals are incorporated into, and made a part of, this Resolution as findings of the Village Board. SECTION TWO APPROVAL OF RENEWAL. The Village Board hereby approves the renewal of the Agreement, in substantially the form attached to this Resolution as Exhibit A ("Renewal") SECTION THREE: EXECUTION OF RENEWAL. The Village Manager and the Deputy Village Clerk are hereby authorized and directed to execute and attest the Renewal upon receipt by the Village Clerk of at lease one original copy of the Renewal executed by the Consultant; provided, however, that if an executed copy of the Renewal is not received by the Village Clerk within 30 days after the effective date of this Resolution, then this authority to execute and attest the Renewal will, at the option of the Village Board, be null and void. SECTION FOUR: EFFECTIVE DATE. This Resolution will be in full force and effect upon its passage and approval by a majority of the member of the Village Board. [This Space Left Blank Intentionally] IN PASSED this 17th day of December AYES: Benton, Jester, Oppenheim, Seiden, Shapiro, Struthers NAYS: None ABSENT: None ABSTAIN: None 2018. APPROVED this 17th day of December 2018. ATTEST: g-ql- Tiillag Clerk -3- Village resident EIS / Elevator Inspection Services Mr CONTRACT RENEWAL: DATE OF ISSUANCE: PROJECT: CONTRACTOR: Description: Change in Contract Price: Change in Contract Time: APPROVED: Village of Deerfield City Manager Date Print Name 5-year Term January 1, 2019 Elevator Inspection RFP-18156 2018 Elevator Inspection Service Co., Inc. Elevator Inspection, Plan Review & Reporting Services. See attached Jan. I st, 2019 thru Jan. 1 ". 2023 ACCEPTED: CO. Name Elevator Inspection Service Operations Manager Date Print Name 745 MCCLINTOCK DRIVE,SUITE 235 • BURR RIDGE, ILLINOIS 60527 630-323-6541 • NX'A'V'.EI.LiyA'I'OR-INSPI;("I'I )NV (' M • 708-323-7149 FAX LakeCounty INVITATION TO BID Lake County Purchasing Division 18 North County Street - 9th floor Waukegan, Illinois 60085-4350 (847) 377-2929 EMAIL: Purchasing@lakecountyil.gov CONTRACTOR INFORMATION Company Name: Elevator Inspection Service Company, Inc Address: 745 McClintock Dr. Suite 235 Citv_ Burr Ridge State & Zip Code: IL. 60527 Bid Summary SUBMISSION INFORMATION INVITATION#: 18156 BID OPENING DATE: October 11, 2018 TIME: 2:00 p.m. Local Time LOCATION: Lake County Purchasing Division 18 N. County St., 9th Floor, Waukegan, IL 60085-4350 Submit one (1) original and one (1) electronic copy on a CD Access Bid Results h ttp : ([www.lakecountvpurchasir!gportal.com/ ISSUANCE DATE: September 7, 2018 BUYER: Susan Brines A. Elevator Inspections — Group Discount Rate (Price shall be an all-inclusive fee and provide a group discount rate for semiannual inspections for all eight groups.) Grou Location Service Fee Group 1- 8 City of Highland Park, City of Lake Forest, Village of Lincolnshire, Village of Bannockburn, Village of Deerfield, Lake County, Village of Lake Bluff, and Village of Buffalo Grove Initial inspection $ First year N/C-$1900 yrs 2-5 See Attached Pricing Matrix Re -inspection $ 17.00 fter hours inspection $19 00 B. New Construction & Upgrades - Group Discount Rate (Price shall be an all-inclusive fee and include plan review and inspection. Price shall provide a group discount rate for all eight groups). Grout) Location Service Fee Group 1- 8 City of Highland Park, City of Lake Forest, Village of Lincolnshire, Village of Bannockburn, Village of Deerfield, Lake County, Village of Lake Bluff, and Village of Buffalo Grove Plan review & Initial Inspection $ 80.00 Re -inspection $ 30.00 NOTE TO BIDDERS: Any and all exceptions to these specifications MUST be clearly and completely indicated on the bid sheet. Attach additional pages if necessary. Please be advised that any exceptions to these specifications may cause your bid to be disqualified. If a bid includes any exceptions, Bidders must insert an "X" in the following box indicating a bid submission with exceptions. a All documents shall be properly signed and completed. Submit bids by sealed bid only. Fax and e-mail bids are not acceptable and will not be considered. 2 EIS / Elevator Inspection Services VF Pricing Matrix for Group Participation Lake County RFP 18156 / Elevator Inspection EIS will perform the FIRST YEAR of inspections at no cost to group participants Community Estimated number of Inspections Yearly First YEAR of Initial Inspections Savings, based on $19.00 per Inspection City of Highland Park 455 No Charge $8,645.00 City of Lake Forest 273 No Charge $5,187.00 Village of Lincolnshire 189 No Charge $3,591.00 Village of Bannockburn 48 No Charge $912.00 Lake County 384 No Charge $7,296.00 Village of Deerfield 450 No Charge $8,550.00 Village of Lake Bluff 31 No Charge $589.00 Village of Buffalo Grove 420 No Charge $7,950.00 Total Group Savings $42,720.00 These savings are available for any late joining communities starting the first cycle at the beginning of the second year. Please Note: Data for the estimated number of yearly inspections provided by the Lake County RFP 745 MCCLINTOCK DRIVE, STUITE 235 • BURR RIDGE IL 60527 630-323-6541 \\ \\ \\ .1:1.EVA'1'OR-[NSPCC"1'lON.CON • 630-323-7149 FAX 4&, EIS ELEVATOR INSPECTION SERVICES COMPANY SERVICE CONTRACT TO: DATE: Andrew Lichterman .January 20, 2014 Village of Deerfield 850 Waukegan Road Deerfield, II. 60015 PHONE: CONTRACT #: 847-719-7403 13286 LC BUILDING LOCATIONS: Deerfield, IL RE: ANNUAL ELEVATOR INSPECTION and PLAN REVIEW CONTRACT Contract for Services: Elevator Inspection Services Company, Inc., (hereafter referred to as EIS) as an independent contractor, shall provide the services of inspection for all vertical transport conveyances operating within the legal jurisdictional boundaries of the Village of Deerfield and any additional services as hereinafter set forth: Service Provided: Our standard service includes the following • EIS inspectors arc State licensed, QEI certified, bringing experienced expertise directly from the elevator industry. • An Account Manager will be assigned to you offering "One Point of Contact" for scheduling, billing and code information. • All inspections will be performed in accordance with ASME A17.1 standards by our Illinois licensed Q.F.I certified inspector. EIS conducted inspections will comply with the State of Illinois Public Act 096-0054. • A copy of the inspection report will be left at location and a second copy mailed with the invoice. EIS will provide code mandated or client requested inspections, execute proper follow-up verification with filing of the necessary documentation, and finalize the inspection cycle with a client report. When suitable, we will furnish custom reports as mandated by local authorities. Fees: Plan Review and Approval: Eighty and 00 100 Dollars 80.00 Provide plan review and approval based on prints submitted. Acceptance Inspection and Certification: N C EIS will provide initial acceptance inspection and certification of a new or modernized unit. If an acceptance inspection fails, the elevator contractor will be billed for our services, not. the Village of Deerfield. //, yy{ /"Annual Inspections: Nineteen and 00 100 Dollars 19.00 per inspection *see attached bid form for first 7,� - ` inspection and and• re -inspection (initial pass only.). i 745 MC CLINTOCK DRIVE, SUITE 235 • BURR RIDGE, IL 60527 630-323-6541 630-323-7149 FAX EIS ELEVATOR INSPECTION SERVICES COMPANY This service will consist of annual inspections of all units as described by address location on the Village of Deerfield listing master (furnished) and accessory equipment in accordance with ASME A17.1. A written report will be sent to you after each inspection stating any code violation(s) or hazardous condition(s). Code Compliance Re -Inspections: Fifteen and 00/100 Dollars 15.00 * after initial inspection A thirty (30) day re -inspection will be scheduled for all conveyances which "failed" an initial inspection to ensure previously cited code violations were corrected. Village of Deerfield Owned Conv antes: NO CHARGE D.00 EIS will conduct annual inspections of all Village owned conveyances and accessory equipment Gratis. Re -Inspection: A State of Illinois required, thirty (30) day re -inspection is scheduled for each unit reported as "failed" during the initial inspection. All "failed" conveyances will be re -inspected at $15.00 for each re -inspection. That in the event an inspection by EIS discloses a code violation, the obligation to remedy/repair said violation in a timely manner shall be the sole and exclusive responsibility of the building owner/conveyance operator to which the failure report was issued. Accordingly, said building owner/conveyance operator agrees to hold harmless and indemnify EIS from any and all liability and/or controversy(ies) relating to non performance by the building owner/conveyance operator relative to the remedy/repair of said violation(s) and for any subsequent re -inspections) by EIS which is/are deterred due to the building owner's/conveyance operator's non performance as stated herein. Terms and Conditions: This Inspection contract is for one (1) year with four (1) one year extensions (see attached for terms) Invoices will follow within thirty (30) days of completed inspection. Terms: Net thirty (30) days from date of invoice. (Pre-printed Certificates Blanks supplied by your office will be generated by EIS at no additional charge to the village. This value-added service is available providing the Village of Deerfield has an elevator inspection program agreement in place with the Illinois Office of the State Fire Marsbal). It is agreed that Elevator Inspection Services Company, Inc. shall not be liable for any loss or damage by any cause beyond EIS' reasonable control. In any event, EIS shall not be liable for consequential damages, or reasonably foreseeable damages arising from an accident occurring between the initial inspection and the re - inspection. Successors and Assigns: The Owner, managers and EIS respectively bind themselves, their partners, successors, assigns and legal representatives to the other party hereto and to partners, successors, assigns and legal representatives of such other party in respect to covenants, agreements and obligations contained in the Contract Documents as referred to herein. Except as provided in this Agreement, neither party shall assign the Contract as a whole without written consent of the other. If the owner and/or managers attempt to make such an assignment ,xithout such consent they shall nevertheless remain legally responsible for all obligations under the Contract. Rights, Remedies & Waivers: 745 MC GLINTOCR DRIVE, SUITE 235 - BURR RIDGE, IL 60527 630-323-6541 630-323-7149 FAX FA AL E I S ELEVATOR INSPECTION SERVICES COMPANY qW Duties and obligations imposed by the this Agreement and rights and remedies available thereunder shall be in addition to and not a limitation of duties, obligations, rights and remedies otherwise imposed or available by law or in equity. No action or failure to act by the Owner, manager, or agent thereof shall constitute a waiver of a right or duty afforded them under this Contract, nor shall such action or failure to act constitute approval of or acquiescence in a breach thereunder, except as may be specifically agreed in writing. In the event that any provision of this Contract should be held to be void, voidable or unenforceable, the remaining portions of said Contract shall remain in full force and effect. Except as expressly provided to the contrary herein, all provisions of this Contract shall survive all performances hereunder. Modifications: This Agreement constitutes the whole and entire agreement of the parties with respect to the subject matter of this Agreement, and it shall not be modified or amended in any respect except by a written instrument executed by all the parties. This Agreement subject to all terms and conditions based on RFP 13286 submitted to Lake County on November 21, 2013. Attorneys Fees: In the event that any action, suit litigation or other legal proceeding is instituted to remedy, present or obtain relief from a breach of this Contract or arising out of a breach of this Contract, the prevailing party shall recover all of said party's cost and attorney's fees incurred in each and every such action, suit, litigation and/or proceeding. Legal Jurisdiction/Venue: The rights and duties arising under this Contract shall be governed by the laws of the State of Illinois. Acceptance: I/we agree to the terms and conditions as stated and set forth in this Contract and further state that the signatory as affixed hereto is duly authorized to execute this Contract. Accepted by: l Date 'fide: �g�g.1W�i�ra Elevator Inspection Services Company Inc. Accef d b - DateTI Title:T/04ks 745 MC CLINTOCR DRIVE, SUITE 235 • BURR RIDGE, IL 60527 630-323-6541 630-323.7149 FAX EIS/ Elevator Inspection Services Pricing Matrix for Alternate Bid Group Participation Lake County Bid No. 13286 / Elevator Inspection EIS will perform the first series of inspections and re -inspections at no cost to group participants Estimated number of First series of Instant savings, based Community Inspections Yearly Inspections on $19.00 per �nennrrinn City of Highland Park 468 502 No Charge $4,446.00 City of Lake Forest No Charge No Charge $4,769.00 Village of Lincolnshire 352 $3,344.00 Village of Bannockburn 96 No Charge $912.00 Lake County 50 No Charge No Charge $475.00 $4,275.00 Village of Deerfield 450 Village of f Lake Bluff 62 No Charge $589.00 I Village of Buffalo Grove 342 No Charge $3,249.00 Total Group Savings $22,059.00 v\N iW.?6COdO�S These savings are available for all late joining communities for two (2) years from contract implementation date. Data from Lake Countv Bid Document 745 MCCLINTOCK DRIVE,SUITE 233 • BURR RIDGE, ILLINOIS 60527 630-323-6541 • u u ,�� I: }_ t � _s i y_ I +; I:I _ S l i; ti ;_[ ;.I • 630-323-71 49 FAX LakeCounty SUMISSM iMFOWAATiOI'! WWATM M W Labe County Central PON Fly SW W. UWhXMS r Rd umrwvft, U. 80iw iNWrATM TO BW WDM l ym Lour t I�n�e:E Wt3 S trr eal /AL-- Addrm WX M anxIC, my, suft,lp i fro 1. Sm SW A. EIOYDLot` InspeWon (Pry shalt be an wj4ndw ve fee) Group 1 City of liighlarnd Park WWAMONR; MM BID OPEMW DATE: Norernber 21, 2M TBiR>~ 2M p ati Lo=1 rme IDCATM Cft*W 1I 5nbndt we (1) on nal mW ane (:q gybed elesaro * rie AM an a CD arflash drW Access Bid R Di 'M NwWald r s, ms BIf W& WarWy Sdie ---� r hours Group 2 MY of Lake Forest nitla i ins irksPectk n Group 3 Village of U o hi hire nitial ins — _ r hours i Group 4 Vi a of Bannofturn nitia! Ins - - -- hours! Group 5 Village of D nNai ins - - - r hours b Group 6 f Labe County nitial ins nspe�#ior r hours it 7 VH! ge of Labe Bluffhw3InGroup insGroup gn�al a Vide of Boo G� iris --- --- --JAftr hours in 2 ATTACNIVIENT 1 EGr A. New Construction & Upgrades (P up Location Group 1 City of Highland Park Group 2 City of Lake Forest Group 3+VIllageof Lincolnshire Group 4llage of Bannockburn ge of Deerfield Groupt6LUake Group County roup 7 Village of Lake Bluff (Group8 Village of Buffalo Grove I shall be an all-inclusive fee and include plan review and qP�Ian7re Fee iew & Initial Inspection _ Ian review & initial Inspection 90. Ian review & Initial inspection e-inspection Ian review & Initial Insnertinn n review & Initial Ian review & Initial review & Initial Inspection _ _9 0 , 10 review & Initial 40.00 I. Alternate Bid A. Semiannual Elevator Inspections —Group Discount Rate (Price shall bean all-inclusive fee and provide a group discount rate for semiannual inspections for all eight groups.) City of Highland Park, City of Lake Forest, initryl ial inspection e Village of Lincolnshire, Village of Group 1- 8 Bannockburn, Village of Deerfield, Lake Re -inspection 15.0 0 County, Village of Lake Bluff, and Village of Buffalo Grove fter hours inspection 19.00 * Please see attached Pricing Matrix for supplemental savings. B. New Construction & Upgrades -Group Discount Rate (Price shall bean all-inclusive fee and include plan review and inspection. Price shall provide a group discount rate for all eight groups). ty of Highland Park, City of Lake Forest, Ilage of Lincolnshire, Village of Bannockburn, Ilage of Deerfield, Lake County, Village of ke Bluff, and Village of Buffalo Grove Ian review & Initial Re -inspection 30.00 Page 3 of 3 Addendum#1 for BID 13286 Genera{ Terms and Con�tiorns It Is the intent of Lake County, the Guy of Highland Party the City of Lake Forest Village Bannockburn, the Village of Deerfield, the Village of Lake Bluff, and Buffalo Grove, herein after referred to as 11Lo al f Governmental Units to jointly bid a contract with a certified and licensed firm to perform elevator inspections for the Local Governmental units. L Bid Price., The Bid Price shall include all costs associated with furnishing, supervision, labor, materials, tools, vehicles, equipment, and any minting necessary to CDM Ple etethe inspections, maintenance, and certifications. The Bidder shall, at Bidder's expense, procure all necessary licenses, certifications and permits needed to conduct the work required under the terms of this contract. L Wkgbft Bkls Will be accepted until 2:W p.m. local time, November 21, 2013, at the Labe County Central Permit Facility, SWW. Wind�Lar �, � gfinais 600M Each bid must include the following completed and signed forms: A. Bid Sheet (p& 2 -4) B. General Information (pg. is) C. Qualifications Sheet (pg.16) Sheet (pg. E. Bidder yatite Added Se7rvioes P F. (pg ) roposed Inspection Schedule (pg.19) G. Certificate of Insurance H. Copy of License I. Sample of Elevator Inspection Report J. Noted Exceptions to Bid 4. Where there appears to be variances or conflicts, the following order of precedence shall Specliications; Lake County General Tents & Conditions, Lake Countyprevail: take County and The Bidder's Bid Response. Invitation for Bids General Terms &Conditions Award shall be made to the lowest responsive and responsible bidder that is in compliance with all specifications, terms, and conditions contained herein. Lake County reserves the right to award this contract to multiple vendors based on the total bid amount or by group if determined to be In the best Interests of Lake County. 6.LQWgdft The dal quantity of purchases for this contract Is estimated. Lake County does not rantee pec amount and shall not be hell responsible for any deviation. Ali orders received by the �Conntractoa during tthhe term of the contract shall be filled in accordance with the terms and conditions set forth herein. This contract shall cover Lake County's requirements whether more or less than the estimated amount. 7. Reports. Bidder shall furnish an Elevator Inspection Report under this contract as identified herein at no additional cost The Contractor will not be allowed to subcontract work under this contract unless written approval is granted by the Lake County Purchasing Department. 9. MdAlaw After bid submittal, bids may be subjected to subsequent review. Lake County reserves the right to conduct follow up reference checks, request additional inkrmation or perform other activities related to comprehensive bid review and determir►ation of the lowest responsive and responsible Bidder who best meets the specifications. 10.1U= The contract period shall commence upon execution of the contract(s) and shall remain in effect for a one (1) year Period. Lake County reserves the right to extend this contractfor four (4) additional, one (1) year periods, subject to acceptable performance by the Contractor. At the end of any contract term, Lake County reserves 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 contract year, this contract is contingent upon the appropriation of sufficient funds. This contract shall be governed by and construed according to the laws of the State of Illinois. Jurisdiction and venue shall be exclusively found in the 19'hJudidal Circuit Court State of Illinois for the Local Governmental Units whose office is in Lake County. 12. The Contractor shall submit Invoices to each Local Governmental Unit detailing the services provided directly to the respective Loral Governmental Unit. All services shall be invoiced based on unit pricing and quantities used. The Local Governmental Units shall only pay fbr quantities used or ordered. quantities may be adjusted up or down based on the needs of each unit. Payment shall be made In accordance with the Local Government Prompt Payment Act. Invoices and any written notices for each Local Governmental Unit shall be submitted to the following locations: Ctt/ of Highland Park 1707 St Johns Avenue Highland Park, IL 60035 city of Lake Forest 220 E Deerpath Dr Lake Forest, IL 60045 Vfalage of Deerf�l Lake County — -- 850 Waukegan Road 500 W. Winchester Road Deerfield,lL 60015 Libertyville, f16o048 VBtage of Wroo ire V8140 of Bannocidwm One Olde Half Day Road 2275 Telegraph Road Lincolnshire, IL 60069 Bannoddwm, IL 60015 Vie of Labe Bluff VlWO of Buffalo Grow 40 East Center Avenue 50 Raupp Blvd Lake Bluff,1160044 Buffalo Grove IL 60089 13..- ...., . Contractorshall provide Contractor Qualifications on form that follows. Each Bidder must demonstrate at least three (3) years Prior experience, as a full-time firm, primarily, continuously, and actively engaged in Elevator Inspections. 14.... _ . - - 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 Lake County. 15. HaWAKMhU20M The Provideragrees to lndemngy save harmless and defend of Lake County, the City of Hiighiand Park, the City of lake Forest, Village of uncolnshire, the Village of Bannockburn, the Village of Deerfield, the Village of Lake Bluff, and the Village of Buffalo Grave, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court Costs and attomey'sfees, for or on account of any injury to any person, or any death at any time resultingfrom 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 contract. The forming indemnity shall apply except if such injury, death or damage is caused directly by the willful and wanton conduct of of Lake County, the City of highland Paris, the City of Lake Forest, Village of Lincolnshire, the Village of Bannockburn, the Village of Deerfield, the Village of Lake Bluff, and the Village of Buffalo Grove, its agents, servants, or employees or any other person Indemnified hereunder. 16. jam; The County reserves the right to terminate this contract, or any Local Governmental Units respective portion of this contract, or any part of this contract, upon thirty (30) days written notice. in case of such termination, the Contractor shall be entitled to receive payment from the local Governmental Units for work completed to date In accordance with the terms and conditions of this contram in the event that this Contract is terminated due to Contractor's default, the Local Governmental Units shall be entitled to purchase substitute Items and/or services elsewhere and charge the Contractor with any or all losses incurred, including attorneys Bees and expenses. 17. Refegencem, References must be provided as requested on the Reference Page. Bidders shall complete and submit the Reference Form with their bid. IL Addoldw Any and all changes to the specifications and terms and conditions of this Bid are valid only If they are included by written addendum to all bidders, which will be mailed or delivered prior to the bid opening date to all who are known to have received a complete Invitation to Bid. Each potential bidder shall acknowledge receipt of any addenda by signing such addendum and returning a copy to the lake County Purchasing Division prior to, or along with, a sealed bid. Addenda are available of the Lake County Web -Site at Each bidder, by acknowledging receipt of any addenda, is responsible for the contents of the addenda and any changes to the bid therein. Addenda are available on the Lake County Web -Site at httn:UMME LahMunhril PxWFinance%nurihasing/Paaes/Bids FPLasox 19. in status:* The Successful Contractor shall notify Lake County immediately of any change in its status resulting from any of the following. (a) Proposer is acquired by another party; (b) becomes insolvent; (c) voluntary or by operation law, becomes subject to the provisions of any chapter of the Bankruptcy Act; (d) ceases to conduct its operations in normal course of business. Lake County shall have the option to terminate its contract with the Contractor Immediately on written notice based on any such change in status. 20. N orcenm!nt by the County: The Contracborshall not be excused from complying with any of the requirements of the contract because of any failure on the part of Lake County or any of the respective`local governmental units interested in contracting services with the Contractor, on any one or more occasions, to Insist on the Contractor's performance or to seek the Proposers compliance with any one or more of said terms or conditions. 8 2L .1An== Prices shaff remain tirm/foaed fir the first one (1) year period. Written requests for price revisions after the first year shall be submitted n&m 1y (90) days priorto'the end of the contrac:tterm. increase or deaose In proposed rates shall be compiled usingthe Consumer Price Index ((PI) forthe previous twelve (12) months to which the change is being requested. Requests must be based upon and include documentation of the actual change in cost of the components imrolyed In the contract and shall not include overhead or profit. Lake Countywill consider, Bidders Value Added Services. Labe County considers Value Added Services to the additional services (Le. Inventory management system) or certain specific business procedures offered by the Bidder that when utilized directly or indirectly serve to k=ease the total value of the services proposed. Lake County invites Bidders to include Value Added Services with your Invitation to Bid by attaching additional pages to the Bid sheet I MW20MVAILINADDIED Biddee's Value Added Services must bmclude specific information on your Value Added Service and present any potential costs, 23. All unresolved claims are to be submitted to the Udw County Purchasing Agent and resolved in accordance with the Provisions of Article 9 - Appeals and Remedies - of time Lake County Purchasing Ordinance. 20. JWJdft If two or more bids meeting the speciftations and other requirements of the bid information are tied for low price, the bids will be meted In accordance with the provisions of Artide 4— Competitive Bidding - of the Lake County Purchasing Ordinance. 25. low== The contractor must obtain, for the Contract term and any extension of it Insurance issued by a company or companies qualified to do business in the State of Illinois with an A.M. Best Rating of at least A -and provide the County with a Certr'ficate of Insurance IS days before the start of the project, and thereafter annually for contracts/ projects that will last more than one year. Insurance in the following types and amounts is necessary and/or where applicable: Workers CnmmoensWM (Cove= A) and Emnkners Liability Wmerm B) Workers Compensation Insurance covering all liability of the Contractor arising underthe Workers Compensation Act and Worimes Occupational Disease Aix at limits In accordance with the laws of the State of Illinois. Employers' Liability Insurance shall be maintained to respond to daims for damages because of bodily injury, occupational sidmess, or disease ordeath of the Contractors employees, with lirnrts listed below: a) Eadt Accident $1,000,0D0 b) Disease-Rolict► Limit $1,000,000 c) Disease -Each Employee $1,000A00 Such Insurance shall contain a waiver of subrogation In favor of Lake County. In a broad form on an occurrence basis shall be mall fined, to include, but not be limited to, coverage for property damage, bod7y Injury (including death), personal injury and advertising injury in the following converge forms where exposure exists: •Premises and Operations •1ndependent Contractors • ProduclutbrnplOW Operations • LWOW asnann ed under an Insured Contract/ Contractual uabiray • Personal Injury and Advertising Injury With limits of Wity not less than: $1,000,000 Each Omirrence $1,000AO Producls-Completed OpMtbIN $1000,000 Pew and Advertising injury limit $ 2,00(XW General aggregate; the CGL poky► shall be endorsed W provide that the Geneml Aggregate Limit applies separately to ea h of the contractor's projects away from premises owned or rented to contractor. Automobile liability insurance shall be maintained to respond to claims fur damages because of bodily injury, death of a person, or property damage arising out of ownership, maintenance, or use of a motor vehicle. This por=V shall be written to cover any auto whether owned, leased, hinted, or borrowed. The Contractors auto liability insurance, as required above, shall be written with limits of insurance not less than the folbwhW $1=000 Combined single Limit (Each Aa3deiit) Professional Liabrlity— Errors and Qmk9m (If aaofleab W The Enghmm-4Ard s/Ommitants forthe plans ofthe project shall be written with runts of insurance not less than the following; $1,000,00o per claim per poky year Ct erof shall beal pa tty is for uupt three (3) years project gy prp • PokV is to be on a primarybasis if Excess/ Umbt+ N Liability Iff aM ,k MWJ The Contractors Excess/ Umbrella dabMW insurance shall be written with the umbrella follow form and outline the underlying coverage, limits of insurance will be based on size of project: $ 5,000,000 per occurrence limit Off. and may be cipher depe►xiirig an fire project) Contractor agrees that with respect to the above required insurance: a) The CGL poky shall be endorsed fnr the general aggregate W apply on a 'per Project" basis; b) The Contractors Insurance shall be primary in the event of a claim. c) Contractor agrees that with respect to the above required Insurance, Labe County shall be named as additional Insured, Including its agents, officers, and employees and be provided with thirty (30) days' notice, in writing by endorsement, of cancellation or material charge; d) Lake County shall be provided with Cerfificntes of insurance and endorsements evidencing the above required Insurance, priorto commencement of this Contract and thereafter with certificates evidencing renewals or replacements of said polkies of insurance at least thirty (30) days prior to the expiration of cancellation of any such policies. Said (fees and Cerfificates of Insurance shall be provided to: Lake County PurchalftDivision 18 M. county 9th floor Wauicep% Mnois 60085 Attn: MAhAnne Hell, Lake County Piirdushig Agent Failure to Comply: In the event the Contractor fails to obtain or maintain any insurance coverage required under this agreement, Larne County may purchase such insurance cmwa a and charge the expense to the C.onb actor. Provide separate endorsements to name Lake County, the City of Highland Parr, the City of Lake Forest, the Village of Uneoinshire, the Village of Bannockburn, the Village of Deerfield, the Village of Lake Bluff, and the Village of Buffalo Grove as additional insured as their interest may appear, and; to provide thirty (30) notice, In wrid% of cancellation or material change. 10 2C "" The purchase of goods and services pursuant to the terms of this Contract shall also be offered for purchases to be made by other governmental units, as authorized by the Governmental Joint Purchasing Act, 30 ILCS 52510.01„ et seq. (the "Act). All purdwses and payments matte under the Act shall be made directly by and between each governmental unit and the successful bidder or proposer. The bidder or proposer agrees that lake County shall not be responsible In any way for purchase orders or payments made by the other governmental units. The bidder or proposer further agrees that all term and conditions of this Contract shall continue in full force and effect as to the other governmental units during extended terms. The credit or liability of each govemmental unit shall remain separate and distinct Disputes between bidders or proposers and governmental units shall be resolved between the immediate parties. The bidder or proposer and the other governmental units may negotiate such other and further terms conditions to this Contract ("Other Terns") 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 or proposer and the other governmental unit The bidder or proposershali provide the other govemmental units with all required documentation set forth in the solicitation Including but not limited to: performance and payment bonds, Certificates of Insurance naming the respective governmental unit as an additional Insured and certified payrolls to the other governmental unit as required. 27. The Contractorshall not assign this contract or any partthereof, without the priorwritten consent of Lake County Purchasing; Division. 28. Should the Contractor require additional Information about this Bid, please fax questions to Lake County purchasing Division (847) 984r5889 no less than seven (7) days prior to the Bid opening date. ANY and ALL changes to these specifications are valid only If they are included by written Addendum to All Bidders. No interpretation of the meaning of the Invitation to Bid 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 proposal. 29. i Lake County reserves the right to add or delete and Increase or decrease specific site locations within the boundaries of Lake County based on Lake County needs. All location changes will be negotiated consistent with services provided for other local units of government. 30. C n G Bids are subjectto the Illinois Freedom of Information Act. 3L Lake County reserves the right at any time and for any reason to cancel this Bid or any portion thereof, to reject any or all proposals, or to adept an attemate proposal. Lake County reserves the right to waive any immaterial defect in any proposal. Unless otherwise specified by the Contractor, Lake County has ninety (90) days to accept. Lake County may seek clarification from a Bidderat anytime and failure to respond promptly is cause for rejection 32. Lake County will not be liable for any costs incurred by respondents in replying to this Bid. 33. IMME The Co1JMy is exempt from paying certain Illinois State Taxes. 11 34. 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, 11 inois Administrative code, Title 44, Part 750 (Appendix A), which Is Incorporated herein by reference. Furthermore, the Corrtractorshall comply the Public Works Employment Discrimination Act, 775 ILLS 10/0.01et seq., as amended. 35, t orrifict of rntenwth The Contractor who Is awarded this contract will not be able to quote on or provide repairs to inspected equipment. 36. si#i"r:fY 'r' kilt::_, ,i ; The Work, and all of its components, shall be provided, performed, and completed In compliance with, and Contractor agrees to be bound by, all applicable federal, state, and local laws, orders, rules, and regulations, as they may be modified or amended from time to time, including without limitation the Prevailing Wage Act, 820 ILCS 130, to the extent applicabie. 37. : ri,- Arty and all exceptions take by Bidder to the terms of this Bid are to be identified In writing and Included in the fist of submittals. 38. Bj,; Each Bid shall be accompanied by a Bid Security in the form of a Bid Bond. Acceptable forms of security which may be submitted are: an executed surety bond issued by a company or companies qualified to do business in the State of Illinois with an A.M. Best Rating of at least A-, cash, certified check or cashier's check made payable to Lake County, an irrevocable letter of credit; or any other form of deposit issued by a financial Institution and acceptable to the Lake County. Personal or company checks are not acceptable. Bid Bond shall be an amount equal to at least ten (10%) percent of the annual Total Bid Price, payable without condition to the Owner, as a guaranty that the Bidder, If awarded the Contract, will promptly execute the Agreement in accordance with the Bidding Documents. Cashier's checks will be deposited and re -Issued (without Interest) upon receipt of performance and payment bonds. 39. A. PE1tF0RMAMXI3OID Upon receipt of the award letter the required performance bonds or payment bonds shall be delivered to the County and shall become binding on the parties upon execution of the contract. A performance bond s9M actoryto the Lake County, executed by a surety company authorized to do business in the State of Illinois, In an amount equal to 25 percent (25%) of the annual contract price as security for the faithful performance of the contract S. PAYMENT BOND A payment bond satisfactory to the Lake County, 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 of Subcontractors for the performance of work provided for in the contract, In an amount equal to 25 percent (25%) of the annual contract price. 40. All bidders are prohibited from making any contact with the following persons from each Local Governmental Units: Village Presidents, Village Trustees, or any other official or employee with regard to this project, other than the manner and to the person(s) designated herein. The Lake County Purchasing Agent reserves the right to disqualify any bidder found to have contacted Local Governmental Personnel in any manner with regard to the services provided herein. 12 � a• Intent; It is the faterit of Lake County, the City of Highland Parr, the City of Lake Forest, Village of Lincolnshire, the Village of Bannockburn, the Village of Deerfield, the Village of Lake Bluff, and Village of Buffalo Grove, herein after referred to as Local Governmental Units to jointly bid a contract with a certified and licensed firm to perform elevator Inspections for the Local Governmental Units. U. Background: In an effort to reduce program costs through bask principles: bulk purchasing, the sharing of best practices, and the sharing of workloads, Lake County along with the municipalities Identified in the southeast quadrant of Lake county have Identified joint service opportunities, which includes the provision of elevator Inspections and plan review for new installation and existing commercial and residential elevators, Lake County currently uses In-house staff to Perform the inspections and plan reviews for unincorporated Lake County, The remaining communities all have separate agreements to outsouree this service. A map of the Southeast Lake County Shared Services Workgroup has been Included with the Bid as Exhibit A. III. Scope of Work; The Contractor shall provide mechanical and electrical inspections of all safety devices and equipment on Passenger and freight elevators, dumb waiter, escalators, chairlifts, and other mechanical lifts conforming to the sPedfiCations attached hereto, with such exceptions or modifications, in accordance with the terms and conditions set forth herein: The Contractor shall exercise all necessary caution to protect traffic and to protect all public and private Property from injury or damage caused by the contractor's operations. Any practice obviously hazardous shall be Immediately discontinued by the contractor upon receipt of either written or oral notice to discontinue such Practice. The Contractor shall Comply with all OSHA and other Federal and State safety standards. Below is a chart of the estimated number of elevator inspections and the current schedule for the semi-annual Inspections. Community Estimated number Current schedule of inspectiam City of Highland Paris 455 February and Aygu st City of Lake Forest 251 February and Au Village of Lincolnshire 176 April and Village of Bannockburn 48 February and Au gust Lake County 21 Inspections scheduled throughout the year. Village of Deerfield 450 February and August Vilhtge of Lake Bluff 31 Twice a year Village of Buffalo Grove 171 June and December 13 Regtdrements f. General Requb 'reat#s is Generate and maintain an inspection schedule and due dates, provide prior notification to elevator owners/buflding managers and coordinate appointment dates to conduct mandated semi-annual test witnessing prior to the due date. ii. Conduct plan reviews for new elevators and for alterations to existing elevators within 10 business days iii. Conduct new elevator acceptance inspections and witness testing. iv. Conduct existing elevator repair/alteration Inspections and/or witness testing. V. Conduct existing elevator annual operation inspections and/or witness periodic testing. vi• Witness elevator fire service/emergency power testing as directed by the requesting unit of government. Al. Conduct accident investigations as directed by the requesting unit of government vial. Provide consulting services for anticipated modernizations, alterations, and/or upgrades. bc. Provide equipment audits for all operating vertical transport system In commercial, industrial, residential, Institutional, medical, and pubic use applications. x Schedule follow up inspections as necessary. XL Contractor shah be Inspections. required to print Out the certificates for the conveyances that passed the Al. Pick up and return plans when notified. xiil. Contractor shall retain responsibility for loss or damage of their own or rented ro kind of nature, Including but not limited to tools and p of whatever xiv. Submit written notice to � equipment requisite unit of government of all elevator owners/building managers who fail to schedule a required Inspection or test within thirty (30) days prior to the due date, or fail to pass a required inspection, or complete required corrective work within ninety (90) days of the due date. xv. Contractor shall provide a proposed schedule for each local governmental unit. it is the intent to continue to provide semi-annual inspections. If. Reporft Requirements L The Contractor shall complete an Elevator Inspection Report after each inspection. ii. The report shall contain the findings of the inspection and recommendations, particularly those dealing with code deficiencies, hazards and safety, and substandard maintenance. iii- Record keeping and tracking shall be completed by the Contractor and must be submitted to the requisite Local Governmental Unit Iv. The Contractor shall leave one copy on site and one copy shall be forwarded to the requisite Local Governmental Unit v. All work under this contract shall be performed during regular working hours, Monday through Friday 8:30 a.m. to 4:00 p.m., unless otherwise ordered by a Local Governmental Unit. 14 General Inf rnsink r (This section must be completed and returned with proposal. Attach addWwnal pages as required to complete required documentation.) AUTHORIZED NEGOTIATORS: Name: --q n 4S _ Phone # 8*1-303- 70-7 CS"'. 9 si7— 773=5'711 Name: IvY t CaisASdr Phone # 6303"-4A* PqL 72>8- 93T 3+qg RECEIPT OF ADDENDA: The receipt of the following addenda is hereby acknowledged: Addendum No. % Dated - Addendum Addendum No.__ Dated Addendum No. In submitting this proposal, It is understood that the Lake County reservesthe right to reject any or all Proposals, to accept an alternate Proposal, and to waive any Informallty in any Proposal. BUSINESS ORGANIZATION: (check one only) Sole Proprietor. An Individual whose signature is affoced to this proposal. Partnership: State full names, tines, and addresses of all responsible principals and/or partners on attached sheet. Corporation: State of Incorporation:__ 1-M06 1.5 Non-profit Corporation 501c3— US. Internal Revenue Code By signing this proposal document, the Proposerhereby certifies that it Is not barred from proposing on this contract as a result of a violation of either Section 33E-3 or 33E-4 of the Illinois Criminal Code of 1961, as amended. SrL61-*TbR IN,SPf r!W Jiftyl &E coy INC. BusinessAarne 1' Signature Print orType Name LAgyr AMEM60M Iq a0a Title Date is VALUE ADDED SERVICES (Attachment to Bid page 18) Please refer to Bid page 14. IT General R -guimements"for items listed below. Individual Community CIO= Price Price ITEM is Test Witnessing Witnessed Annual Pressure Relief Test: Our Q.E.I. inspector will witness this annual Hydraulic Elevator Test performed by a licensed elevator service contractor. This static test includes a determination that the cylinder and pressure system is operating according to code requirements. 2-hour time frame is allotted. Waiting time and tests exceeding the time frame will be charged for the additional time ..................... $125.00 $150.00 Witnessed Annual No -Load Test: Our certified inspector will witness this Traction Elevator Test conducted annually by a licensed elevator service contractor. This procedure will verify the functional performance of the equipment at travel extremities and observe that no bleed down occurs. 2-hour time frame is allotted. Waiting time and tests exceeding the time frame will be charged for the additional time .......................... $200.00 $225.00 Witnessed 5--_Uar Full Load Test: An EIS inspector in attendance will witness this Traction Elevator Test conducted every five years by a licensed elevator service contractor. This test determines that the unit functions properly at published rated weight load capacity. 4-hour time frame is allotted Waiting time and tests exceeding the time frame will be charged for the additional time .......................................... $350.00 $350.00 ITEM vi: Witnessed Fine Service/Eme=ncy Power Test: Phase I and Phase II will be tested at time of inspection............ No Charge No Charge (Testing of Fire Service required by owner on an overtime basic will be invoiced at;225.00 per hour). ITEM vii: GonductAccident lnves*w ons Following examination of the accident location by our Illinois licensed and credentialed Q.E.I. inspector we will produce a photographic record of the scene. An official accident report is reviewed to rule out any discrepancies inconsistent or in conflict with the site inspection. A full investigation report is fi=ished to the requesting unit of government The investigating inspector is available as required for deposition and court testimony relating to said inspector's investigation of the subject incident. Per hour ............... ........... ...... $125.00 $150.00 Individual Community dip Price Price ITEM via: Consulting Services The EIS resident consultant is a Q.E.I. certified and licensed inspector. As a qualified and experienced advisor consultant he will meet with government unit representatives, architects, engineers and construction/installer contractors to discuss the proposed modernization and/or upgrade being considered. Preliminary conveyance plans or concepts are essential at an initial meeting to obtain purposeful guidelines. The recommendations provided are indeed subject to validation by the jurisdictional authority of the local government.................................................... No Charge No Charge ITEM ix: Conveyance EguipmentAudits The EIS Equipment Audit includes on -site physical observation of the select equipment as an operating or non -operating conveyance system such as, but not limited to, commercial, educational, industrial, institutional, medical, municipal, recreational, residential and public use applications. An equipment status report is summarized and forwarded to the requesting unit of government ....................................... No Charge No Charge MUNICIPALITY OWNED CONVEYANCES All community owned conveyances will be inspected Gratis for the full tens of the contract.......................................................................... No Charge No Charge ELEVATOR ENTRAPMENT RESCUE PROGRAM: Provide demonstrations of techniques and procedures to Fire Dept and EMT Personnel.......................................................................... No Charge No Charge 24/7 EMERGENCY ANSWERING SERVICE: Telephone contacts: 708-828-9844 or 708-937-3448 111 L7/ LO1 J Ol : L4 vocuarJauva rf= uor 10 A�r-'eW� CERTIFICATE OF LIABILITY INSURANCE , tH 3i13 THE CERTIFICATE 13 MOM AS A MAIM Or MFd*ATTOPI ONLY AND Co'FTeJtM NO RiTeM UPON THE CERTIFICATE FIOLOER. THIS CwMp1CATR DOES WT APNRYATMELY OR NIiGA7W&Y AMEM EXTEND OR ALT M THE COVERAGE AFFOROHD D1f:THE POL.I= BE m. TM CERTIFICATIE OF MURK DM NOT CONSTITUTE A tWACT BZTMf M THE tBBUNG WUMWS), AUTHORWEO REPRE89RATM OR PRODUCER, AND THE CERTIFICATE HOLDER. WMPWAra: E h+s* twltlM le sn App1110NAL><iil a p Yt } rsluat es! a1JarAid. N SLIBROliAS1011 IE WAMER MOOd to Ire tense rae eordl8osls eR dse T+i, oerbii pelbks rintr reQwre an A Matwnase oa aw wrtlllwtl► ao.. not oo rlaFAn sAa offa o hoRw In lieu or each adolse am9a). . . La DuXo Fhmdll Sevkft Mc '� (�0} , Noi: ( ) zzs-s2a3 825 W StMe Stud Ue8119A _sum Gem", IL 60134 NMI — Phone (BSM) 208-MB Fax { , 22b•6243 . _ i t k- Tom! C�a+eik► 119038 sMasst� f INll�alee s Naoa w Fae tmmm coal Hertlosd 20478 RIVf►Pon lnasrsnw Oompe+q : 36M Ebvator II'MPeCUM Sa Vk= CO Inc r C s 235 i 20281 146 Moo kb* Or Ste Fed"— Bur RWp, IL 60527�— COVER"" CEIMMCATE NUiBRR: R>rVISION Numset., THIS E TO'(:tx I IFY TMAT TNLs POLICtE� OP Rt01iRANCE LIG'riiU piLpW'MAVtL �+ piR11ED TO'iT1Er TNSUTtED N�JJII=D ABOVE FOR T11>r POI.tCY PERl00 INMATM NOTWtT WANW 43 ANY RE4ifIRflAENT, TMtM OR CONDRION OF ANY CONTRACT OR OT?IER DOCUMENT V M RESPECT TO wHA:M rMIS CERTTf1CATE VAY BF 188M OR WRY PERTAI1, THE KWRAHCE Af FBRM 8Y Tma Pa.iG a DMRI8ED NERETN 16 SUDJECTTO ALL'THE TEM43, E11CUWMA AND CONEIMONS OF OWN POL►CM& LUM SHOWN MAY HAVE BEEN RL OMI BY PAID MAW Wei TrPeorinwx+wCe _ wrn..__ 1,000,000.00 Qlsi ML uAWiV nnµ 1 I � Ca~e+�C4sL�w.wsaui. I 1'��lla000+renoy ! * 300,000.00 Q cLAat�am= ® + i l W0764200261342 .5.000.00 A I0110312013 01JD3f109a PesnfOrjA�oAovutruftY 11, 1,0DO,000.DO iI t oeramrlL r�3Cr+L8+►rs s 2,0M.0110,00 ! Mt W2GR "'M U W APPLE: PER ly�:cow%W�Awi; * 2,000,000.00 a �n Auro I 9!p".F—r Kpmm) s ❑w m m n Rs �031477�76 03A=12 D8A212014 r NJRY (P�r oemetnt� i i ®,#aIDAlribB ®�0 � I 1 �—y S C ®u Uaa1W,LA I=❑ m occUll1rmm I s mrcr4e,�Ar Q p Als�s *sanel I APYVD0027b IpJ 05M6 013 ' 05MI12014 Isom ve * 5,000,ODD.00 rroa�co+ nummws ATIa+ I I U -vows ta,9 C Iµow ss�curswr'N I VVCr12-87-021189-00 ILL EACHA=CG T is 1,000,0D0.00 p��pE07 I IIN1A 05MMA14 rAWARP.GA 11.00 0M.00 oF�reltnTroN MONIMM7013 .... _ .� 0 profeasbnail Lbbniiar jII224-MI.- r b1ro11201f I o1ro1l2014 1.om,(MA oefORIP710n OQ nPPsunoNt ltOCAT101tf f V®leLt� iMrech Acosm 101, Add9afY Nrsesrks arss.asAa. It alOf� gseee b rasaisadJ CERf FICATH HOLDER CATkELLATa $FIDULD ANY of THE ASM UEZGMtW POL1Glle5 W OANCEURD WOM 1 ftp of DG8AW L BE TELNTr "IN TNB EJIPriATIDN DATE THWtWW. NOTKMILL ACCORDAM WITH THE POLICY 'ROV . "0 Waukegan Ad. DearBald IL 8�18 istrrl+ol®i�iri►T+vE 01N -MO ACORD :;CW,7 k:AT10N. Ali rights msemd, ACCM 25 (201 MM OF T'ha ACORD n ms and lop OM npiabEe W marks d ACORD