SLED Opportunity · ILLINOIS · CITY OF AURORA, IL
AI Summary
The City of Aurora, IL seeks bids for preventive maintenance and annual load bank testing of emergency standby generators and automatic transfer switches at seven fire stations. Qualified contractors must attend a mandatory site visit and provide comprehensive service to ensure reliable emergency power systems.
The City of Aurora, Illinois is inviting qualified contractors to submit bids for comprehensive maintenance services for the emergency standby generators serving seven of its municipal fire stations. These generators are critical infrastructure assets that ensure uninterrupted power for emergency response operations, communications systems, life-safety equipment, and facility support during utility outages. The selected contractor will be responsible for performing scheduled preventive maintenance, inspections, load testing, and any necessary corrective repairs to ensure each unit remains fully operational and compliant with applicable codes and manufacturer standards.
This project aims to safeguard the reliability and readiness of Aurora’s emergency response network by establishing a proactive, performance-focused maintenance program. The City is seeking experienced, detail-oriented professionals with demonstrated expertise in commercial or municipal generator systems who can provide responsive service, thorough documentation, and long-term asset stewardship. This opportunity offers the chance to support essential public safety operations while building a strong working relationship with one of Illinois’ largest and most active municipalities.
Historically, the City of Aurora has not operated under a structured, proactive generator maintenance plan and is now seeking to implement a consistent, standards-based program designed to improve reliability, extend equipment life, and reduce the risk of unexpected failures. These generators are critical to maintaining uninterrupted emergency response operations, communications, and life-safety systems during power outages.
The goal of this project is to transition from reactive service to a planned and documented maintenance approach that emphasizes routine inspections, load testing, manufacturer-recommended service intervals, and clear reporting. By formalizing this program, the City aims to enhance operational readiness and ensure dependable performance of essential infrastructure that directly supports public safety.
To ensure accurate bidding and a full understanding of site conditions, the City will require a mandatory on-site walkthrough of all seven fire stations. This walkthrough will provide contractors the opportunity to evaluate generator models, configurations, access limitations, transfer switch setups, and overall installation conditions before submitting proposals. Attendance will be required in order to submit a responsive bid, as the City believes firsthand site familiarity is essential to delivering a thorough and competitive proposal.
The successful Bidder may be required to (a) enter into a fully signed contract in writing with the City of Aurora covering matters and things as are set forth in the Bid Proposal Package; and (b) carry insurance acceptable to the City covering public liability, property damage and workers compensation.
The City of Aurora, Illinois is inviting qualified contractors to submit bids for comprehensive maintenance services for the emergency standby generators serving seven of its municipal fire stations. These generators are critical infrastructure assets that ensure uninterrupted power for emergency response operations, communications systems, life-safety equipment, and facility support during utility outages. The selected contractor will be responsible for performing scheduled preventive maintenance, inspections, load testing, and any necessary corrective repairs to ensure each unit remains fully operational and compliant with applicable codes and manufacturer standards.
This project aims to safeguard the reliability and readiness of Aurora’s emergency response network by establishing a proactive, performance-focused maintenance program. The City is seeking experienced, detail-oriented professionals with demonstrated expertise in commercial or municipal generator systems who can provide responsive service, thorough documentation, and long-term asset stewardship. This opportunity offers the chance to support essential public safety operations while building a strong working relationship with one of Illinois’ largest and most active municipalities.
In addition to all other labor requirements set forth in this proposal and in the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation, during the performance of this contract, the Contractor for itself, its assignees, and successors in interest (hereinafter referred to as the “Contractor”) agrees as follows:
I. SELECTION OF LABOR
The Contractor shall comply with all Illinois statutes pertaining to the selection of labor.
II. EQUAL EMPLOYMENT OPPORTUNITY
During the performance of this contract, the Contractor agrees as follows:
(1) That it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, ancestry, age, marital status, physical or mental handicap or unfavorable discharge from military service, and further that it will examine all job, classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any such under-utilization.
(2) That, if it hires additional employees in order to perform this contract or any portion hereof, it will determine the availability of minorities and women in the area(s) from which it may reasonably recruit and it will hire for each job classification for which employees are hired in such a way that minorities and women are not underutilized.
(3) That, in all solicitations or advertisements for employees placed by it or on its behalf, it will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, national origin, ancestry, age, marital status, physical or mental handicap or unfavorable discharge from military service.
(4) That it will send to each labor organization or representative of other workers with which it has or is bound by a collective bargaining or other agreement or understanding, a notice advising such labor organization or representative of the Contractor's obligations under the Illinois Human Rights Act and the Department's Rules and Regulations. If any such labor organization or representative fails or refuses to cooperate with the Contractor in its efforts to comply with such Act and Rules and Regulations, the Contractor will promptly so notify the Illinois Department of Human Rights and the City of Aurora and will recruit employees from other sources when necessary to fulfill its obligations thereunder.
(5) That it will submit reports as required by the Department of Human Rights Rules and Regulations, furnish all relevant information as may from time to time be requested by the Department or the City of Aurora, and in all respects comply with the Illinois Human Rights Act and the Department's Rules and Regulations.
(6) That it will permit access to all relevant books, records, accounts and work sites by personnel of the City of Aurora and the Illinois Department of Human Rights for purposes of investigation to ascertain compliance with the Illinois Human Rights Act and the Department's Rules and Regulations.
(7) That it will include verbatim or by reference the provisions of this clause in every subcontract so that such provisions will be binding upon every such Subcontractor. In the same manner as with other provisions of this contract, the Contractor will be liable for compliance with applicable provisions of this clause by all its Subcontractors; and further it will promptly notify the City of Aurora and the Illinois Department of Human Rights in the event any Subcontractor fails or refuses to comply therewith. In addition, the Contractor will not utilize any Subcontractor declared by the Illinois Human Rights Commission to be ineligible for contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations.
1. Project Overview
The City of Aurora Fire Department requires regular, comprehensive maintenance for its 10 emergency generators to ensure reliable operation during power outages. This maintenance will be conducted by qualified technicians experienced in servicing diesel and natural gas emergency standby generators from multiple manufacturers including: Cummins, Caterpillar, John Deere Volvo, Onan and Ford who will perform detailed checks, servicing, and inspections on key generator systems. Upon completion of each maintenance visit, the technician will provide a written report detailing the condition of the systems, any necessary repairs, and recommendations for continued operation. Maintenance needs to begin on 7 of the 10 generators in 2026. Generators and switches at stations 4, 9, and 13 will need maintenance beginning in 2028.
2. Scope of Work
The maintenance technician will perform the following tasks and inspections on the listed generator systems to ensure optimal functionality:
A. Cooling System
Radiator/Heater Exchanger:
Inspect for blockages, leaks, and damage.
Clean as necessary.
Antifreeze Protection and Level:
Check antifreeze level and condition.
Ensure proper protection against freezing based on local temperature requirements.
Hoses and Connections:
Inspect for cracks, leaks, or signs of wear.
Ensure proper securement of hoses.
Fan Drive Pulley and Fan:
Inspect for wear or damage.
Lubricate or replace as necessary.
Fan Belt(s):
Inspect for signs of wear, tension, and alignment.
Jacket Water Heater(s):
Inspect for proper function and clean.
Water Pump(s):
Inspect for leakage and performance.
Ensure smooth operation.
Thermostat(s):
Test for functionality and temperature regulation.
Laboratory Analyzed Engine Coolant Sample:
Collect and submit engine coolant sample for laboratory analysis to assess condition.
B. Starting System
Check Battery(ies):
Inspect for corrosion, leakage, or damage.
Ensure batteries are charged and maintained.
Check Specific Gravity:
Test the specific gravity of the battery electrolyte.
Battery Charger:
Verify the functionality of the battery charger.
Starting Motor(s):
Inspect the starter motor(s) for wear and performance.
Alternator:
Inspect for performance and electrical output.
Clean slip rings and brushes as necessary.
C. Engine Monitors, Safety Controls, and Control Panel
Gauges:
Inspect the operation of all gauges (e.g., oil pressure, temperature, fuel level).
Safety Controls:
Test and calibrate safety features to ensure they are fully operational.
Remote Annunciator/Alarms:
Test the remote annunciator for alarm function and proper connectivity.
Start Controls (Manual and Auto):
Test the manual and automatic start functions for proper response.
Voltmeter:
Check the voltmeter for accurate readings.
Ammeter:
Check the ammeter to ensure proper load management.
Frequency Meter:
Inspect the frequency meter for proper function.
Circuit Breaker:
Test the circuit breaker for operation and correct rating.
D. Fuel System
Day Tank Level and Gauge:
Inspect fuel level and verify gauge functionality.
Fuel Line and Connections:
Inspect for leaks, damage, and proper sealing.
Governor and Controls:
Inspect governor settings and controls for proper function.
Fuel Pressure:
Check fuel pressure and ensure correct operational values.
Change Fuel Filter(s):
Replace fuel filters to ensure clean fuel delivery.
E. Air Induction and Exhaust
Air Filter(s):
Inspect, clean, and replace air filters as necessary.
Verify air filter service indicator.
Air Inlet System:
Inspect for blockages or restrictions in the air intake system.
Turbocharger(s):
Inspect for proper operation and cleanliness.
Exhaust Manifold(s):
Check for cracks, leaks, or signs of wear.
Exhaust System:
Inspect exhaust piping, mufflers, and supports for proper function and condition.
Valves and Rotators (at valve adjustment only):
Inspect and adjust if required.
Louver Operation:
Ensure that all louver systems are functioning and free of obstructions.
F. Generator
Bearings:
Inspect and grease generator bearings.
Space Heater(s):
Inspect and verify operation of any space heaters.
Vibration Isolator(s):
Inspect vibration isolators and ensure proper mounting.
Wiring Connections:
Inspect wiring for signs of wear or damage.
Tighten all connections as needed.
Cable Connections:
Inspect cables for wear and corrosion, ensuring a tight connection.
Maintain Water Separator:
Clean or replace water separators to prevent fuel contamination.
Lubricate Fan Pulley:
Lubricate the fan pulley to ensure smooth operation.
G. Gas Engines Only
Gas Line and Connections:
Inspect gas lines for leaks and proper sealing.
Carburetor and Linkage:
Inspect for damage, wear, and proper operation.
Oil Pressure:
Inspect and verify oil pressure readings.
Magneto/Distributor:
Inspect and maintain the ignition system for reliable operation.
Crankcase Breather:
Inspect and clean the crankcase breather to ensure proper air flow.
3. Maintenance Frequency
Annual Inspections: A complete system inspection and service will be performed annually.
Emergency Services: Response time for emergency maintenance or repair will be within [10] hours of notification.
4. Reporting and Documentation
Written Report: After each maintenance visit, a detailed written report will be submitted to the Aurora Fire Department. The report will include:
A description of the work completed.
Any repairs or parts replacements made.
Recommendations for ongoing maintenance or future repairs.
Copies of laboratory analysis for coolant and oil samples.
5. Waste Disposal
EPA Compliance: All waste materials (e.g., used oil, fuel filters, air filters) will be disposed of in accordance with EPA regulations and local environmental laws.
6. Contractor Requirements
The contractor must provide qualified technicians experienced in servicing diesel and natural gas emergency standby generators from multiple manufacturers including: Cummins, Caterpillar, John Deere Volvo, Onan and Ford with demonstrated experience in the maintenance and service of emergency generators.
The contractor will be responsible for maintaining all necessary certifications and insurance as required by local regulations.
This Scope of Work (SOW) outlines the specific maintenance tasks required for the City of Aurora Fire Department's emergency generators to ensure they remain fully operational and in optimal condition for all emergency needs. The contractor is expected to meet or exceed these requirements and provide timely, professional service.
1.1 ADVERTISEMENT
The word Advertisement shall mean and refer to the official notice as published in the City of Aurora, Illinois, electronic bidding platform inviting bids for the construction of this improvement.
1.2 A.S.T.M.
Wherever the letters A.S.T.M. are herein used, they shall be understood to mean the American Society of Testing Materials.
1.3 ATTORNEY
Wherever the word Attorney is used in these specifications or in the contract, it shall be understood to mean the Corporation Counsel of the City or designee.
1.4 BIDDER
Wherever the word Bidder is used, it shall be understood to mean the individual, firm, or corporation formally submitting a proposal for the work contemplated, or any portion thereof, acting directly or through an authorized representative.
1.5 BOARD
Wherever the word Board or a pronoun in the place of it occurs in these specifications, it shall be interpreted to mean the Board of Local Improvements of the City of Aurora, Illinois, and any of its authorized representatives provided, however, that such persons shall be understood to represent said Board to the extent of the special duties delegated to such representatives.
1.6 CITY CLERK
Wherever the term City Clerk is used herein, it shall be understood to mean the City Clerk of the City of Aurora, Illinois.
1.7 CITY COUNCIL OR COUNCIL
Wherever the term City Council, or Council, appears in these specifications it shall be taken to mean the City Council of the City of Aurora, Illinois.
1.8 CONTRACT
The term Contract shall be understood to mean the agreement covering the performance of the work covered by these general specifications, including the advertisement for bids, instructions to bidders, bid proposal, performance bond, these general specifications, supplemental specifications, special provisions, general and detailed Plans for the work, standard specifications referred to in the special provisions, all supplemental agreements entered into and all general provisions pertaining to the work or materials thereof, all of which are collectively referred to as the “Contract Documents”.
1.9 CONTRACTOR
Wherever the word Contractor occurs in these specifications, it shall be interpreted to mean the person or persons, firm, or corporation who submits a proposal and thereafter enters into the contract governed by these specifications as party or parties of the second part, and the agents, employees, workmen, heirs, executors, administrators, successors, or assignees thereof.
1.10 ENGINEER
Wherever the word Engineer is used in these specifications, it shall be interpreted to mean the City Engineer or his designee charged with directing and having charge of a portion of the project limited by the particular duties entrusted to him.
1.11 MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES
The MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES, latest edition, as adopted by the United States Department of Transportation Federal Highway Administration.
1.12 PAYMENT BOND
The term Payment Bond shall be understood to mean the bond executed by the Contractor and his surety guaranteeing the payment of all sums of money due for any labor, materials, apparatus, fixtures, or machinery furnished to such principal for the purpose of performing the contract work.
1.13 PERFORMANCE BOND
The term Performance Bond shall be understood to mean the bond, executed by the Contractor and his surety, guaranteeing complete execution of the contract.
1.14 PLANS
Wherever the word Plans is used in these specifications, it shall be understood to mean all drawings, sketches, and detailed Plans or reproductions thereof pertaining to the construction involved.
1.15 PROPOSAL
Wherever the word Proposal is used, it shall be taken to mean the written proposal of the bidder on the form furnished for the work contemplated.
1.16 PROPOSAL GUARANTY
The term Proposal Guaranty shall be understood to mean the security designated in the Advertisement for Bids or Notice to Contractors to be furnished by the bidder as a guaranty of good faith to enter into a contract for the work contemplated
1.17 SPECIFICATIONS
Wherever the word Specifications is used it shall be understood to include all directions and requirements contained herein or referred to hereby, together with all special provisions and written agreements made or to be made pertaining to the work involved. All articles referred to in these general specifications when not qualified otherwise than by numbers, shall be understood to be articles from these general specifications.
1.18 STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION
The STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION, latest edition, prepared by the Illinois Department of Transportation and adopted by said Department.
1.19 STANDARD SPECIFICATIONS FOR SEWER AND WATER MAIN CONSTRUCTION
The STANDARD SPECIFICATIONS FOR SEWER AND WATER MAIN CONSTRUCTION, latest edition, as adopted by the Illinois Society of Professional Engineers.
1.20 STANDARD SPECIFICATIONS FOR TRAFFIC CONTROL ITEMS
The STANDARD TRAFFIC SIGNAL SPECIFICATIONS, latest edition, as adopted by the Illinois Department of Transportation.
1.21 STATE
Wherever the word State is used herein, it shall mean the State of Illinois.
1.22 SURETY
The word Surety shall be understood to mean the individuals who are, or the corporate body which is bound with and for the Contractor for the acceptable performance of the contract, and for his payment of all debts pertaining to the work.
1.23 WORK
Wherever the word “Work” is used, it shall mean the work including all materials, labor, tools, appliances, equipment, and appurtenance necessary and incidental thereto to perform and complete everything specified or implied in the Plans, specifications, and in the contract documents, in full compliance with all the terms and conditions thereof and in a good and workmanlike manner.
Effective: January 1, 1999
Revised: January 1, 2015
1. Prevailing Wages. All wages paid by the Contractor and each subcontractor shall be in compliance with The Prevailing Wage Act (820 ILCS 130), as amended, except where a prevailing wage violates a federal law, order, or ruling, the rate conforming to the federal law, order, or ruling shall govern. The Illinois Department of Labor publishes the prevailing wage rates on its website at www.state.il.us/agency/idol/rates/rates.htm. If the Illinois Department of Labor revises the prevailing wage rates, the revised prevailing wage rates on the Illinois Department of Labor’s website shall apply to this contract and the Contractor will not be allowed additional compensation on account of said revisions. The Contractor shall review the wage rates applicable to the work of the contract at regular intervals in order to ensure the timely payment of current wage rates. The Contractor agrees that no additional notice is required. The Contractor shall be responsible to notify each subcontractor of the wage rates set forth in this contract and any revisions thereto.
2. Payroll Records. The Contractor and each subcontractor shall make and keep, for a period of not less than five years from the date of the last payment on a contract or subcontract, records of all laborers, mechanics, and other workers employed by them on the project; the records shall include each worker’s employed by them on the project; the records shall include information required by 820 ILCS 130/5 for each worker. Upon seven business days’ notice, the Contractor and each subcontractor shall make available for inspection and copying at a location within this State during reasonable hours, the payroll records to the public body in charge of the project, its officers and agents, the Director of Labor and his deputies and agents, and to federal, State, or local law enforcement agencies and prosecutors.
3. Submission of Payroll Records. The Contractor and each subcontractor shall ,no later than the 15th day of each calendar month, file a certified payroll for the immediately preceding month with the public body in charge of the project, except that the full social security number and home address shall not be included on weekly transmittals. Instead the payrolls shall include an identification number for each employee (e.g., the last four digits of the employee’s social security number). The certified payroll shall consist of a complete copy of the payroll records except starting and ending times of work each day may be omitted
The certified payroll shall be accompanied by a statement signed by the Contractor or subcontractor or an officer, employee, or agent of the contractor or subcontractor which avers that: (i) he or she has examined the certified payroll records required to be submitted by the Act and such records are true and accurate; (ii) the hourly rate paid to each worker is not less than the general prevailing rate of hourly wages required; and (iii) the Contractor or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class A misdemeanor.
4. Employees Interviews. The Contractor and each subcontractor shall permit his/her employees to be interviewed on the job, during working hours, by compliance investigators of the Department or the Department of Labor.
2.1 AWARD OF CONTRACT
The decision of the award of the contract will be made as may be decided upon by the Council after bids have been opened and tabulated. The Contract shall be governed by the laws of the State of Illinois. No contract shall provide for arbitration of the parties.
2.2 FAILURE TO EXECUTE CONTRACT
In the event that said bidder fails or refuses to execute said contract and furnish said bonds within the period of five (5) days after mailing notice of such award or within such additional number of days as the City may determine, then the sum deposited as a proposal guaranty by said bidder on the work so awarded may be retained by the City as liquidated damages and not a forfeiture. It is hereby agreed that said sum is a fair estimate of the amount of damages that the City will sustain in case said bidder fails to enter into the contract and furnish bonds as herein provided, said actual damages being uncertain in amount and difficult to determine in the event of such failure or refusal by the bidder.
2.3 VENUE FOR LEGAL ACTION
The venue for any legal action that may arise from this agreement shall be in Kane County, Illinois.
2.4 WAIVER OF TRIAL BY JURY
The Contractor agrees to waive trial by jury for itself and all of its contracts with sub-Contractors shall contain a provision waiving trial by jury in the event of any legal action which may arise from this agreement with the City of Aurora as a party litigant.
The site visit will start promptly at 12:30 pmFriday, April 3, 2026Vendors must be present at the start of the meeting and visit all sites to qualify to submit a bid for this project. 2424 Hafenrichter Road will be the first location of the site visits 730 Hill Avenue, 3770 McCoy Drive, 1701 Bilter Road, 500 N. Eola Road, 75 N. Broadway, 824 Kenilworth Place, 600 Indian Trail, 2390 W. Illinois Avenue . There will be no late admissions. If the bidder is not present at the start of the meeting, they will not be allowed to participate in the solicitation
1. Project Overview
The City of Aurora Fire Department requires annual load bank testing for its emergency generators to verify their capacity to handle full electrical loads during power outages. The load bank test is essential to ensure that the generators are capable of providing the necessary power during critical emergency situations. The work shall include all aspects of conducting the test, generating the report, and making recommendations for any needed repairs or adjustments.
2. Objectives
To verify the performance and capacity of the emergency generators under simulated full-load conditions.
To ensure that the generators can handle peak operational loads without issues.
To identify potential weaknesses, wear, or performance issues before they lead to system failure.
To comply with NFPA 110 and other applicable standards for emergency backup systems.
3. Scope of Work
The contractor shall perform the following tasks as part of the annual load bank testing for the Aurora Fire Department’s emergency generators:
A. Preparation for Load Bank Testing
Pre-Test Inspection:
Inspect all generators, fuel systems, and electrical connections to ensure they are in operational condition.
Verify that all safety controls and emergency shutdown systems are in place and functioning correctly.
Check coolant levels, oil levels, and battery charge status.
Perform an initial start-up of each generator and allow it to warm up to its standard operating temperature.
Coordination with Fire Department:
Coordinate the test schedule with the Aurora Fire Department to ensure minimal disruption to station operations.
Verify any access requirements and safety protocols with the Fire Department prior to testing.
B. Load Bank Testing
Conduct Load Bank Test:
Perform load bank testing on each generator using appropriate load bank equipment, ensuring the generator is subjected to a range of loads to simulate full operational demand.
The test shall run the generator at full load (or specified percentage of full load) for a minimum of 2 hours, ensuring the system maintains stable voltage, frequency, and temperature.
Monitor and record data for:
Voltage
Frequency
Load percentage
Engine temperature
Oil pressure
Fuel consumption
Exhaust temperature
Test Run Conditions:
Perform both manual and automatic start tests to verify proper functionality of all control systems.
Document the generator's starting time, load response, and recovery time during the test.
Test the generator’s load acceptance and response time when transitioning to full load conditions.
Test all relevant control panel alarms, gauges, and safety systems to ensure they function during load operation.
C. Post-Test Inspection
Post-Test Evaluation:
After the load test, perform a detailed inspection of the generator for any signs of irregularities, overheating, or mechanical issues.
Check for any fault codes or system warnings that may have been triggered during the test.
Test all safety shutdowns to verify their response when required.
Fuel System Check:
Inspect the fuel system for any leaks or irregularities caused by load bank testing.
Verify day tank levels and fuel quality following the test.
Operational Monitoring:
Ensure that the generator returns to standby mode without issues after the test.
Verify that all systems are reset and operational, including remote annunciator alarms and system monitoring tools.
D. Reporting and Documentation
Written Test Report:
The contractor shall provide a detailed written report following the completion of the load bank testing. The report will include:
Generator test results (load, performance, and operational data).
A summary of the generator’s performance at various load levels.
Any anomalies or issues observed during the test.
Recommendations for any required maintenance, repairs, or further testing.
Copies of any error logs or diagnostic reports generated during the test.
Test Data Submission:
Provide all recorded data (voltage, frequency, load, temperature, etc.) from the load bank testing in both raw and summarized formats.
Recommendations:
If any issues are identified during the testing (e.g., underperformance, overheating, poor load response), include detailed recommendations for repairs, replacements, or adjustments.
Compliance Certification:
Ensure that all testing is performed in accordance with NFPA 110, NFPA 99, and any other applicable local, state, or federal codes and regulations.
4. Maintenance of Equipment and Safety Protocols
Safety Protocols:
All testing shall be conducted in compliance with OSHA and NFPA safety standards.
Ensure that the work area is properly secured, and all necessary safety precautions are in place to protect personnel and property.
Notify the Fire Department of any potential safety concerns during the testing process.
Equipment Maintenance:
All load bank equipment used for the testing must be maintained in good working order and calibrated as necessary.
The contractor is responsible for the setup, operation, and breakdown of all test equipment.
5. Contractor Qualifications
The contractor performing the load bank testing must provide qualified technicians experienced in servicing diesel and natural gas emergency standby generators from multiple manufacturers including Cummins, Caterpillar, John Deere Volvo, Onan and Ford with experience in the servicing and testing of emergency generators.
The technician must be familiar with the relevant standards, including NFPA 110, NFPA 99, and any local electrical codes.
The contractor must provide all necessary equipment for the testing, including load banks, meters, and safety equipment.
6. Test Frequency and Schedule
Annual Testing: Load bank testing will be performed once per year for each generator at the Aurora Fire Department.
Scheduling: Testing shall be scheduled in coordination with Fire Department staff to ensure minimal operational disruption, preferably during off-peak hours.
This Scope of Work (SOW) outlines the expectations and requirements for the Annual Load Bank Testing of the Aurora Fire Department’s emergency generators. The contractor is expected to perform the test efficiently, safely, and in compliance with all applicable standards. A detailed report will be provided after each testing session, with recommendations for any corrective actions as necessary.
| Release Project Date: | March 20, 2026 |
| Pre-Proposal Meeting (Mandatory): | April 3, 2026, 12:30pm Vendors must be present at the start of the meeting and visit all sites to qualify to submit a bid for this project. |
| Question Submission Deadline: | April 3, 2026, 5:00pm |
| Response Submission Deadline: | April 8, 2026, 11:00am |
The Director of Purchasing, or delegate, shall represent and act for the City in all matters pertaining to the bid proposal and Bid in conjunction thereto.
1. Project Overview
The City of Aurora Fire Department requires comprehensive service and inspection of the Automatic Transfer Switches (ATS) for its emergency backup generators. This service will ensure that the transfer switches function correctly during power outages, providing uninterrupted power to the critical systems. The following scope outlines the required inspections, testing, and checks to ensure the ATS components are in optimal working condition.
2. Scope of Work
The contractor shall provide all necessary labor, materials, equipment, and expertise to perform the following tasks for the Automatic Transfer Switches (ATS) installed at the fire department’s facilities.
A. Visual Inspection and Condition Check
Inspect for Moisture or Wetness (Past or Present):
Thoroughly inspect the transfer switch, electrical panel, and surrounding areas for any signs of moisture or water accumulation.
Assess for any previous water damage that may have occurred in the past and ensure there are no current leaks or moisture concerns.
Inspect Insulating Materials for Deterioration:
Check all insulating materials inside the transfer switch for any signs of deterioration due to excessive heat.
Ensure that any materials showing signs of wear, cracking, or damage are reported and recommendations for replacement or repair are provided.
Inspect Control Relay Contacts for Corrosion or Discoloration:
Inspect control relay contacts for any signs of corrosion, discoloration, or damage due to excessive heat or other operational stresses.
Verify that the contacts are free from contaminants or damage that could impair the performance of the transfer switch.
B. Operational Testing
Simulate a Normal Power Source Failure:
Conduct a test by simulating a normal power source failure to verify the functionality of the ATS in switching to backup power.
Observe the transfer of power and ensure that the switch operates correctly without delays or malfunctions.
Monitor the timing and smooth transition between power sources.
Check Operating Current Level vs. Rating:
Measure and check the operating current level against the transfer switch’s specified rating.
Confirm that the ATS is not exceeding its rated current levels during operation.
C. Time Delay and Control Settings
Record All Time Delay Settings:
Record all time delay settings for both the pickup and dropout functions of the transfer switch.
Verify that these settings match the manufacturer’s recommended values and the operational requirements of the fire department.
Record and Compare the Voltage Drop Across Main Contacts:
Measure and record the voltage drop across the main contacts of the ATS.
Ensure that the voltage drop is within acceptable limits and that no excessive resistance is present, which could indicate worn contacts or poor connections.
D. Connection Checks and Monitoring
Check Cable Connections with Infrared Thermometer:
Use an infrared thermometer to check the temperature of all cable connections and main contacts.
Record temperature readings to identify any potential overheating connections or areas that may require tightening or further investigation.
Ensure that the temperatures are within safe operating ranges.
Check All Cables and Control Wire Connections:
Inspect all cables and control wire connections between the ATS controls, sensing panel, and any other components of the system.
Tighten any loose connections as necessary to ensure proper signal transmission and safe operation.
Check for signs of wear, chafing, or corrosion on the wiring.
E. Battery Check
Check the Battery in the Controller:
Inspect the battery in the ATS controller to ensure it is fully charged and in good working condition.
Test the battery’s voltage to confirm that it is within the acceptable range for proper operation.
Replace the battery if it is nearing the end of its useful life or shows signs of failure.
3. Reporting and Documentation
Written Report:
After completing the service, the contractor will provide a detailed written report outlining all findings, including:
Any issues identified with the transfer switch, cables, connections, or components.
Recommendations for repairs or replacements, if applicable.
Data from the voltage drop tests and temperature readings.
All time delay, pickup, dropout settings, and battery status.
Recommendations:
Include any recommended corrective actions based on the findings from inspections and tests. If repairs or component replacements are needed, the contractor will provide a follow-up action plan.
4. Maintenance Frequency and Service Intervals
Annual Service: This transfer switch service should be performed annually to ensure the system is in top working order for emergency situations.
Emergency Service: Should any issues arise or during an unexpected failure of the ATS, an emergency service call should be placed, with the contractor available to respond within 6 hours from the time of notification 24/7/365.
5. Safety Protocols and Contractor Requirements
The contractor performing this work must be a licensed electrical contractor with experience in servicing automatic transfer switches.
All work will be performed in compliance with NFPA 70E, NFPA 110, and relevant local and state electrical codes.
The contractor is responsible for ensuring all required personal protective equipment (PPE) is used, and that the work area is maintained in a safe condition.
The contractor must carry appropriate insurance and indemnification coverage as required by the City of Aurora.
This Scope of Work (SOW) outlines the necessary inspections, testing, and checks to be performed on the Automatic Transfer Switches (ATS) at the City of Aurora Fire Department. The contractor is expected to ensure that all components are fully operational and to provide timely recommendations for any necessary repairs or replacements.
a. Bidders intending to respond to this opportunity must create a FREE account with OpenGov by signing up at https://procurement.opengov.com/signup. This step is necessary to establish a communication link with the City. The Bidder, not the City, is responsible for obtaining any addenda to the original specification. Addenda and other relevant information will be posted on the City’s E Procurement System. Addenda notifications will be emailed to all persons on record as following this Bid. Failure of any bidder to receive any such addenda or interpretation shall not relieve such bidder from any obligation under their bid proposal as submitted. All addenda so issued shall become part of the contract documents. Paper submissions will not be accepted.
b. Bids may be received up to, but no later than the designated date and time as specified via the City’s E Procurement System, OpenGov. The City’s E Procurement System Clock is the official clock for the determination of all deadline dates and times. Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections. The City of Aurora strongly recommends completing your responses well ahead of time. All bids shall have provided all requested information, and submitted all appropriate forms, certificates, affidavits and addendum acknowledgements in order to be considered responsive.
c. Bids must be submitted on the forms provided and all information and certifications called for must be furnished. Bids submitted in any other manner, or which fail to furnish all information or certificates required, may be summarily rejected. Bids may be modified or withdrawn prior to the time specified for the opening of bids through the City’s E Procurement System. Bids shall be filled out legibly in ink or type-written with all erasures, strikeovers and corrections initialed in ink by the person signing the bid. The bid shall include the legal name of the bidder, the complete mailing address, and be signed in ink by a person or persons legally authorized to bind the bidder to a Bid. Name of person signing should be typed or printed below the signature.
d. The City of Aurora reserves the right at any time and for any reason to accept or reject any or all Bids or portion thereof, or accept an alternate bid. The City reserves the right to waive any immaterial defect in any bid, or technicality, informality or irregularity in the bids received, and to disregard all nonconforming or conditional bids or counter-proposals. Unless otherwise specified by the bidder or the City, the City reserves the right to hold the best bids for ninety (90) days from the opening date. Bidder agrees to accept a notice of award, if selected, based on the terms of this Bid Proposal in the event that a notification of award is received on or before expiration of the 90-day time period. The City reserves the right to cancel the Bid Proposal at any time, without liability for any loss, damage, cost or expense incurred or suffered by any Bidder as a result of that cancellation. Each Bidder is solely responsible for the risk and cost of preparing and submitting a Bid Proposal.
e. Although price is a consideration, qualifications and experience, capacity to handle the work, and response to the bid, will also be considered. No Bid Proposal will be considered unless the Bidder shall furnish evidence satisfactory to the City that they have the necessary facilities, abilities, experience, equipment, and financial and physical resources available to fulfill the conditions of the Bid and execute the Work should the Bid be awarded to them. Bid Proposal documents which are not responsive to the requirements herein may not be considered by the City for an award of the Bid.
The Bid will be awarded to the lowest responsive responsible Bidder. In determining the responsibility of any Bidder, the City may take into account other factors such as past records of its or other entities transactions with the Bidder, experience, ability to work cooperatively with the City and its staff, adequacy of equipment, ability to complete performance within necessary time limits, and other pertinent considerations such as, but not limited to, reliability, reputation, competency, skill, efficiency, facilities and resources.
The Bidder will be awarded in the City’s best interests based on these and other legally-allowable considerations. The City and its representatives and agents may make any investigations deemed necessary to determine the ability of the Bidder to perform the Work. The Bidder shall furnish any information and data requested by the City for this purpose.
3.1 INTENT OF PLANS AND SPECIFICATIONS
The true intent of the Plans and these specifications is to provide for the erection and completion in every detail of the work described herein, and it is understood that the Contractor will furnish all labor, materials, equipment, tools, transportation, and necessary supplies, such as may reasonably be required to execute the contract in a satisfactory and workmanlike manner and in accordance with the Plans, specifications, and terms of the contract. Both parties must stipulate any deviation from these requirements in writing.
3.2 SPECIAL WORK
Should any construction conditions which are not covered by the Plans and these specifications be anticipated or encountered during construction, Supplemental Specifications for such work will be prepared by the Engineer and shall be considered a part of these specifications, the same as though contained fully herein.
3.3 INCREASED OR DECREASED QUANTITIES
The right is reserved, without impairing the contract, to make such increase or decrease in the quantities of the work as may be considered necessary to complete fully and satisfactorily the work included in the contract. The compensation to the Contractor for such changes shall be adjusted as provided herein.
3.4 ALTERATIONS IN PLANS AND SPECIFICATIONS
The City reserves the right to make such changes in the Plans and in the character of the work as may be necessary or desirable to ensure completion in the most satisfactory manner, provided such changes do not materially alter the original Plans and specifications. Such changes shall not be considered as waiving or invalidating any conditions or provisions of the contract.
3.5 EXTRA WORK
The City reserves the right, without impairing the contract, to order the performance of such work, of a class not contemplated in the proposal as may be considered necessary to complete fully and satisfactorily the work included in the contract. The Contractor shall do such extra work when ordered and authorized in writing by the Engineer, and the Contractor shall be compensated for such extra work on the basis and in the amount as provided herein.
3.6 EASEMENTS, PERMITS, AND REGULATIONS
The Contractor shall keep himself fully informed of all Federal, State, Municipal and local regulations, private contracts, grants, easements, and permits, in any manner affecting the work herein specified and provided for. He shall at all times observe and comply with and cause all his Subcontractors, agents, and employees to observe and comply with each and all of the same. The Contractor does hereby assume any and all liability under the same and shall protect and indemnify the City and its officers and employees against any and all claims or liabilities arising from or based on the violation of, or failure to comply with either or all of the same.
3.7 FINAL CLEANING UP
Upon completion and before final acceptance of the work, the Contractor shall, in addition to the detailed work of grading, restoring ground surfaces, repairing roadways and pavements, and all other work specifically provided for in these specifications, remove all falsework, excess or useless excavated materials, rejected materials, rubbish, temporary buildings, temporary foundations, replace or renew any fences damaged, and restore in an acceptable manner all property, both public and private, which may have been damaged during the prosecution of the work, and shall leave the site of the work in a neat and presentable condition satisfactory to the Engineer.
4.1 AUTHORITY OF THE ENGINEER
The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished and work performed, and as to the manner of performance and rate of progress of the work, and shall decide all questions which may arise as to the interpretation of the Plans and specifications, and all questions as to the acceptable fulfillment of the terms of the contract.
4.2 PLANS AND WORKING DRAWINGS
General drawings, showing such details as are necessary to give a comprehensive idea of the construction contemplated, will be shown in the general Plans, but the Contractor shall submit to the Engineer for approval such additional detailed shop drawings or working drawings, together with a detailed structural analysis of all component parts, as may be required for the construction of any part of the work and prior to the approval of such Plans, any work done or material ordered shall be at the Contractor's risk.
The contract price shall include the cost of furnishing all working drawings and the Contractor will be allowed no extra compensation for such drawings.
4.3 DEVIATIONS FROM THE PLANS
No deviation from the general Plans or the approved working drawings will be permitted without the written order of the Engineer. No allowance shall be made for work done other than is shown on the Plans, profiles and drawings, and provided for in the specifications.
4.4 COORDINATION OF SPECIFICATIONS AND PLANS
In the event of any discrepancy between the Plans and figures written thereon, the figures are to be considered as correct. In the case of any discrepancy between the Plans and the specifications, the Engineer shall determine which are to govern. If there is a discrepancy between the general specifications and the supplemental specifications, the supplemental specifications are to govern.
The Contractor shall take no advantage of any apparent error or omission in the Plans or specifications, but the Engineer shall be permitted to make such corrections and interpretations as may be deemed necessary for the fulfillment of the intent of the Plans and specifications.
4.5 ORDER OF WORK
The order of sequence of the execution and/or conduct of the work shall be subject to the approval and/or direction of the Engineer, which approval and/or direction shall not in any way relieve the Contractor of any responsibility in connection with the prosecution to completion of the work under contract.
4.6 COOPERATION BY CONTRACTOR
The Contractor shall conduct his operation so as to interfere as little as possible with those of other Contractors, Subcontractors, the public, or adjoining property owners on or near the work site. The Contractor shall at all times during his absence from the work site have a competent superintendent or foreman capable of reading and thoroughly understanding the Plans and specifications, as his agent on the work, who shall receive instructions from the Engineer or his authorized representative. The superintendent or foreman shall have full authority to execute the order and/or directions of the Engineer without delay and to promptly supply such materials, tools, plant equipment, and labor as may be required. The superintendent or foreman shall have a copy of the Plans and specifications on the job at all time.
4.7 CONSTRUCTION STAKES
Reference lines and grade points for the location, alignment, and elevation of each structure will be determined and established by the Engineer, but the Contractor shall assume full responsibility for the alignment, elevations, and dimensions of each and all parts of the work with reference to the lines, points, and grades as established by the Engineer. For all structures, the Engineer shall furnish the Contractor with centerline and/or center points and such benchmarks or other points as are necessary to lay out the work correctly. The Contractor shall check all lines, points, and grades which may be given by the Engineer supplementary to the centerline, points, and control bench marks aforesaid, and shall be responsible for the accuracy of all measurements for grades and alignment of the work with reference to the centerline and/or points and bench marks established by the Engineer.
The Contractor shall exercise proper care in the preservation of alignment, grade, and reference stakes set for his use, or that of the Engineer. If such stakes are injured, lost, or removed by the Contractor's operations, they shall be reset at his expense.
4.8 INSPECTION
The Engineer or his representative shall be allowed access to all parts of the work at all times and shall be furnished such information and assistance by the Contractor as may be required to make a complete and detailed inspection thereof. Such inspection may include mill, plant, or shop inspection and any material furnished under these specifications is subject to such inspection.
a. Bidders intending to respond to this opportunity must create a FREE account with OpenGov by signing up at https://procurement.opengov.com/signup. This step is necessary to establish a communication link with the City. The Bidder, not the City, is responsible for obtaining any addenda to the original specification. Addenda and other relevant information will be posted on the City’s E Procurement System. Addenda notifications will be emailed to all persons on record as following this Bid. Failure of any bidder to receive any such addenda or interpretation shall not relieve such bidder from any obligation under their bid proposal as submitted. All addenda so issued shall become part of the contract documents. Paper submissions will not be accepted.
b. Bids may be received up to, but no later than the designated date and time as specified via the City’s E Procurement System, OpenGov. The City’s E Procurement System Clock is the official clock for the determination of all deadline dates and times. Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections. The City of Aurora strongly recommends completing your responses well ahead of time. All bids shall have provided all requested information, and submitted all appropriate forms, certificates, affidavits and addendum acknowledgements in order to be considered responsive.
c. Bids must be submitted on the forms provided and all information and certifications called for must be furnished. Bids submitted in any other manner, or which fail to furnish all information or certificates required, may be summarily rejected. Bids may be modified or withdrawn prior to the time specified for the opening of bids through the City’s E Procurement System. Bids shall be filled out legibly in ink or type-written with all erasures, strikeovers and corrections initialed in ink by the person signing the bid. The bid shall include the legal name of the bidder, the complete mailing address, and be signed in ink by a person or persons legally authorized to bind the bidder to a Bid. Name of person signing should be typed or printed below the signature.
d. The City of Aurora reserves the right at any time and for any reason to accept or reject any or all Bids or portion thereof, or accept an alternate bid. The City reserves the right to waive any immaterial defect in any bid, or technicality, informality or irregularity in the bids received, and to disregard all nonconforming or conditional bids or counter-proposals. Unless otherwise specified by the bidder or the City, the City reserves the right to hold the best bids for forty-five (45) days from the opening date. Bidder agrees to accept a notice of award, if selected, based on the terms of this Bid Proposal in the event that a notification of award is received on or before expiration of the 45-day time period. The City reserves the right to cancel the Bid Proposal at any time, without liability for any loss, damage, cost or expense incurred or suffered by any Bidder as a result of that cancellation. Each Bidder is solely responsible for the risk and cost of preparing and submitting a Bid Proposal.
e. Although price is a consideration, qualifications and experience, capacity to handle the work, and response to the bid, will also be considered. No Bid Proposal will be considered unless the Bidder shall furnish evidence satisfactory to the City that they have the necessary facilities, abilities, experience, equipment, and financial and physical resources available to fulfill the conditions of the Bid and execute the Work should the Bid be awarded to them. Bid Proposal documents which are not responsive to the requirements herein may not be considered by the City for an award of the Bid.
The Bid will be awarded to the lowest responsive responsible Bidder. In determining the responsibility of any Bidder, the City may take into account other factors such as past records of its or other entities transactions with the Bidder, experience, ability to work cooperatively with the City and its staff, adequacy of equipment, ability to complete performance within necessary time limits, and other pertinent considerations such as, but not limited to, reliability, reputation, competency, skill, efficiency, facilities and resources.
The Bidder will be awarded in the City’s best interests based on these and other legally-allowable considerations. The City and its representatives and agents may make any investigations deemed necessary to determine the ability of the Bidder to perform the Work. The Bidder shall furnish any information and data requested by the City for this purpose.
Central Station - 75 N. Broadway
Cummins 6CTAA8.3G2 S/N 46605623
Station 3 - 600 Indian Trail
John Deere GFPXL06.7DGB S/N F4GE9585A
Station 4 - 800 Michels
TBD - new station in 11/26 (Will be under service contract through 2027)
Station 5 - 730 Hill
Cummins QSB5-G6 NR3 S/N 74556121
Station 7 - 824 Kenilworth
John Deere 6068RG83 S/N PE6068N003340
Station 8 - 3770 McCoy
Volvo TAD1641GE S/N D16*018994*03*A
Station 9 - 500 N. Eola
Caterpillar C7.1 S/N T9W008565 (under service contract through 2027)
Station 10 - 2339 W. Illinois
ONAN QSB5G13 S/N 74326040
Station 12 - 2424 Hafenrichter
Ford CSG-649I-6005-F S/N 31215-1-04-98
Station 13 - 1701 Bilter
Caterpillar C7.1 S/N T9W00859 (under service contract through 2027)
The Bidder will be required to furnish a Performance Bond in the amount of one hundred percent (100%) of the annual maintenance cost, Public Liability Insurance, and Workers Compensation Insurance; all of which shall be acceptable to the City of Aurora.
The Bidder awarded the project will need to provide performance bond for one year with a letter attached from the bond company certifying that the bond may be automatically renewed for the second year.
The term Performance Bond shall be understood to mean the bond, executed by the contractor and his surety, guaranteeing complete execution of the contract.
Proof of liability insurance coverage through a reputable, recognized carrier shall be provided at the time of acceptance and signing of the contract and shall remain current for the duration of the contract.
The City of Aurora, by showing and substantiating sufficient proof of incompetence, negligence, poor or substandard workmanship which would cause unwarranted damage or deterioration of either premises, contents or appendages, reserves the right to terminate said Contractor without recourse from the City by successful Contractor.
5.1 SPECIFICATIONS FOR MATERIALS
All materials used in this work shall conform in all respects to the specifications therefore as herein set forth. Where a specification for material to be used in this work is not specifically set forth in these specifications, such material shall conform in all respects to the specifications as set forth in the A.S.T.M. Standards and/or Tentative Standards adopted and in effect on the date of receiving bids.
5.2 SUBSTITUTION OF MATERIALS AND EQUIPMENT
Wherever in these specifications or on the Plans for this work, materials or equipment are specified by trade names or catalog numbers of certain manufacturers, it is done for the purpose of establishing a standard of quality, durability, and/or efficiency, and not for any purpose of limiting competition. Wherever such definite reference is made in these specifications to any such material or equipment, is understood that any equivalent material or equipment may be provided, however, that the written approval and acceptance of the Engineer of such equivalent material or equipment must be obtained prior to its purchase and/or incorporation in any part of the work.
5.3 THE METHODS OF TESTING
All tests of materials or equipment used in the work shall be made in accordance with the methods described in these specifications or the method of test prescribed in any specification for material or equipment herein specifically referred to and designated to govern the quality of any material or equipment.
Where a method of test for any material or equipment is not specifically provided for, such material or equipment shall be tested in accordance with the methods prescribed and set forth in the A.S.T.M. Standards and Tentative Standards adopted and in effect on the date of receiving bids.
5.4 DEFECTIVE MATERIALS
All materials not conforming to the requirements of these specifications shall be considered as defective and all such materials, whether in place or not, shall be rejected and shall be removed immediately from the work by the Contractor at his expense unless otherwise permitted by the Engineer. No rejected materials, the defects of which have been subsequently corrected, shall be used until approval has been given. Upon failure on the part of the Contractor to immediately comply with any order of the Engineer relative to the provisions of this section, the Engineer shall have the authority to remove and replace such defective material and to deduct the cost of removal and replacement from any moneys due or which may become due to the Contractor.
The Bidder awarded the contract will be not be required to furnish a Performance Bond or Payment Bond.
The Bidder will be required to furnish Public Liability Insurance, and Workers Compensation Insurance; all of which shall be acceptable to the City of Aurora.
Proof of liability insurance coverage through a reputable, recognized carrier shall be provided at the time of acceptance and signing of the contract and shall remain current for the duration of the contract.
The City of Aurora, by showing and substantiating sufficient proof of incompetence, negligence, poor or substandard workmanship which would cause unwarranted damage or deterioration of either premises, contents or appendages, reserves the right to terminate said Contractor without recourse from the City by successful Contractor.
6.1 BARRICADES, LIGHTS, AND SIGNS
The Contractor shall at his own expense and without further or other order provide, erect, and maintain at all times during the progress or suspension of the work, suitable barricades, fences, signs, or other adequate protection, and shall provide, keep, and maintain such lights, danger signals, and watchmen as may be necessary or as may be ordered by the Engineer to ensure the safety of the public, as well as those engaged in connection with the work. All barricades and obstructions shall be protected at night by signal lights, which shall be suitably placed and which shall be kept burning from sunset to sunrise. Barricades shall be of substantial construction, and shall be painted in such a way as to increase their visibility at night.
The Contractor shall be held responsible for all damage to the work due to failure of barricades, signs, lights, and watchmen to protect it, and whenever evidence of such damage is found prior to acceptance, the Engineer may order such damaged portion immediately removed and replaced by the Contractor without cost to the City if, in his opinion, such action is justified. The Contractor's responsibility for the maintenance of barricades, signs, and lights shall not cease until the project shall have been accepted.
6.2 USE OF EXPLOSIVES
The use of explosives shall be prohibited.
6.3 PROTECTION AND RESTORATION OF PROPERTY
It is understood that in the execution of the work herein provided for there may be interference with and/or damage to trees, shrubbery, crops, fences, railroad tracks, overhead structures such as poles, wires, cables, underground structures such as sewers, gas mains, telephone conduits and cables, water mains, drains, service connections, wires, pipes, conduits, located along, adjacent to, and/or crossing the locations of the work, and that it may be necessary to relocate or reconstruct certain of such structures, improvements, and installations and/or to make repairs to the same by reasons of doing the work herein provided for, and it is therefore particularly and specifically agreed that the Contractor, except as otherwise herein provided, shall do the work necessary for such relocation, reconstruction, and repair and shall bear and pay all of the cost and expense of such relocation, reconstruction, and/or repair of, and all damage done to any and all such pipe line and other structures, improvements, and installations, including service connections, if any, to adjacent property, existing at the date of the execution of the contract and/or existing, during the period of the work to be done under the contract, which may be interfered with, damaged, and/or necessarily relocated, reconstructed, or repaired in the performance of the work herein provided for, including the restoration and resurfacing of unpaved portions of public streets and alleys, rights-of-way, easements, and private property damaged or disturbed by the work, the same to be restored to as good condition as the same existed at the time of the commencement of any such work or relocation.
It is further agreed that the owners of any structures, improvements, installations, referred to in the preceding paragraph shall have the right to do the work or any part thereof necessary for the relocation, reconstruction, replacement, repair, and other work required by reason of any interference with and/or damage to such structures, improvements, installations, due to the prosecution of the work and upon completion of such work by them done, said owners may render bills to the Contractor for the cost and expense thereof, which bills shall be paid by the Contractor, without extra compensation therefore from the City, upon demand by said owners, or upon demand made by the City upon the Contractor for the payment thereof.
6.4 RESPONSIBILITY FOR DAMAGE CLAIMS
The Contractor agrees to indemnify and save harmless the City of Aurora, their agents, and employees from and against all loss and expenses (including costs and attorneys' fees) by reason of liability imposed by law or claims made upon the City of Aurora for damages because of bodily injury, including death at any time resulting therefrom sustained by any person or persons or on account of damage to property, including loss of use thereof, arising out of or in consequence of the performance of this work, whether such claims or injuries to persons or damage to property be due to the negligence of the Contractor, his Subcontractors or the City of Aurora.
The Contractor shall assume total risk and shall be responsible for any and all damages or losses caused by or in any way resulting from the work and provide all insurance necessary to protect and save harmless the City of Aurora and its employees. Said insurance shall include contractual liability equal to the limits hereinafter set forth.
The Contractor agrees to purchase a policy of insurance, which shall include the City of Aurora as an additional insured or provide separate coverage for the City with an owner's protective policy. All Insurance provided by Contractor, extending to owner as additional insurance, shall be primary and insurance maintained by owner shall be excess and not contributing with Contractor’s insurance. The minimum amounts of insurance shall be as follows, except that no restrictions on occurrence limits will be permitted:
Bodily Injury Liability Property Damage Liability
Each Occurrence Each Occurrence Aggregate
$3,500,000 $500,000 $7,000,000
The coverage and amounts above are minimum requirements and do not establish limits to the Contractor’s liability. Other coverage and higher limits may be provided at the Contractor’s option and expense.
Owner does not waive its subrogation rights against Contractor and/or any Subcontractor for damages due to losses to owner due to the fault or negligence of the Contractor and/or any Subcontractors during or as a result of the performance of the work.
All such insurance must include an endorsement whereby the insurer agrees to notify the City of Aurora at least thirty (30) days prior to non-renewal, reduction or cancellation. The Contractor shall cease operations on the project if the insurance is canceled or reduced below the required amount of coverage. All costs for insurance as specified herein will not be paid for separately, but shall be considered as incidental to the contract.
6.5 WORKERS COMPENSATION ACT
The Contractor further agrees to insure his employees and their beneficiaries and to provide the employees and the beneficiaries of any Subcontractor employed from time to time by him on said work, the necessary first-aid, medical, surgical, and hospital services and any compensation provided for in the Workers Compensation Act of the State of Illinois that is or may be in force in the State.
Such insurance shall be placed by said Contractor in a company or association (to be approved by the City and to be accepted by the Council thereof) authorized under the laws of the State of Illinois to insure the liability above specified.
Said Contractor hereby further agrees to indemnify, keep and save harmless said City from all action, proceedings, claims, judgments, awards, and costs, losses, damages, expenses, and attorney's fees which may in any way be brought against said City by reason of any accidental injuries or death suffered by any of his employees or the employees of any Subcontractor employed by him in and about the performance of the work provided for in the contract, and any and all liability resulting thereupon; and said Contractor, in case of any suit, action, or proceeding on account of any or all of the foregoing shall defend the same for and on behalf of said City and indemnify the City therefore and pay the amount of any and all awards and final judgments and/orders rendered and entered therein, together with all loss, costs, damages, attorney's fees, and expenses incurred therein. Said Contractor shall be the sole employer of its employees and workers, and in no way so shall the City be considered a joint employer of same under any circumstance.
Bids may be withdrawn prior to the deadline for submitting bid proposals through the City’s E Procurement System, the responding bidder may “un-submit” their proposal in OpenGov. After withdrawing a previously submitted proposal, the responding bidder may submit another proposal at any time up to the deadline for submitting bid proposals prior to the opening.
Bidders are cautioned to verify their bids before submission. Negligence on the part of the bidder in preparing the bid confers no right for withdrawal or modification of the bid after it has been opened. Bidders may not withdraw their bid after the opening without the approval of the Director of Purchasing. Requests to withdraw a bid must be in writing and properly signed. No bid proposal will be opened or accepted, which is received after the time and date scheduled for the Bid Proposals to be received.
Each Bidder shall deposit with Bid a Bid guarantee consisting of a bank draft, Bid bond, cashier’s check, or certified check drawn on a good and solvent National or State Bank and payable to the order of the City, in an amount not less than ten percent (10%) of the total amount of the Bid submitted, as a guaranty that in case the Bidder’s Bid is accepted, the Bidder shall within one day after the date of such acceptance and notification thereof, deliver to the City a contract signed and executed by the Bidder, proper insurance certificates and a Performance and Payment Bond in one hundred percent (100%) of the contract sum furnished by a responsible bonding company acceptable to and written upon forms prepared or approved by the City as security for payment of labor and materials and for the faithful performance of the contract and compliance with the provisions of law relating to the payment of prevailing rate of wages. Electronic copies of Bid Deposit MUST be uploaded electronically with submission, with the original being submitted no later than the advertised Bid Opening date and time to: City of Aurora, IL; Purchasing Division, 101 N. Lake Street, Aurora, IL 60506. All Bid deposits will be retained by the City until a Bid award is made, at which time the Bid deposit will be promptly returned to the unsuccessful Bidders. The Bid deposit of the successful Bidder will be retained until the equipment, goods or services have been received or completed and found to be in compliance with the specifications. Performance by the Bidder shall not be considered complete, until final inspection and acceptance by the City of the Bidder’s Work. Final inspection shall occur within 30 days after the actual completion of the Work. Execution of the contract is contingent upon receipt of an acceptable Performance and Payment Bond and any required certificates of insurance. Upon failure to meet the requirements of this paragraph, the Bidder shall forfeit the amount deposited as liquidated damages and no mistakes or errors on the part of the Bidder shall excuse the Bidder or entitle him to a return of the aforementioned amount.
It shall be the responsibility of the Bidders to make any and all investigations necessary to become thoroughly informed of what is required and specified in the bid. No plea of ignorance by the Bidders of conditions that exist or may hereafter exist as a result of failure or omission on the part of the Bidder to make the necessary examinations and investigations will be accepted as a basis for varying the requirements of the City of the compensation to the Bidder.
Each Bidder submitting a bid proposal is responsible for examining the complete Invitation to Bid Package and all Addenda, and is also responsible for informing itself of all conditions that might in any way affect the cost or the performance of any Work. Failure to do so will be at the sole risk of the Bidder, and no relief will be given for errors or omissions by the Bidder. If awarded the Bid, the Bidder will not be allowed any extra compensation by reason of any matter or thing concerning which such Bidder should have fully informed himself, because of his failure to have so informed himself prior to submitting the bid proposal. The submission of a bid proposal shall be construed as conclusive evidence that the Bidder has made such examination as is required in this section and that the Bidder is conversant with local facilities and difficulties, the requirements of the Invitation to Bid documents, and of pertinent, local, state and federal laws and codes, prevailing local labor and material markets, and has made due allowance in its bid proposal for all contingencies.
7.1 SUBLETTING OR ASSIGNMENT OF WORK
If the Contractor sublets the whole or any part of the work to be done under the contract, with or without the written consent of the City, he shall not, under any circumstances, be relieved of his liabilities and obligations. All transactions of the Engineer shall be with the Contractor; Subcontractors shall be recognized only in the capacity of employees or workmen and shall be subject to the same requirements as to character and competence. In case any party or parties, to whom any work under the contract shall have been sublet, shall disregard the directions of the Engineer or his duly authorized representatives, or shall furnish any unsatisfactory work or shall fail or refuse in any way to conform to any of the provisions or conditions of the contract, then in that case, upon the written order of the Engineer, the Contractor shall require said party or parties in default to discontinue work under the contract. Said work shall be corrected or made good and shall be continued and completed by the said Contractor or by such other party or parties as are approved by the Engineer, in the manner and subject to all of the requirements specified in the contract.
7.2 PROSECUTION OF WORK
The Contractor shall begin the work to be performed under the contract no later than ten (10) days after the execution and acceptance of the contract, unless otherwise provided. The work shall be conducted in such a manner and with sufficient materials, equipment and labor as is considered necessary to ensure its completion within the time specified in the contract. The Contractor shall solely be fully responsible for complying with state and local prevailing wage requirements in accordance with its Bidders Certification, and for all wage rate and hour regulations and applications
7.3 PAYMENT
BASIS OF PAYMENT
Payment of the CONTRACTOR for performance of the CONTRACT shall be made by the OWNER and shall be based on the value of the installation resulting from the CONTRACTOR’s operations.
The cost of all WORK incidental to the completion of the project in accordance with the Plans and Specifications, excepting authorized extra WORK, shall be included in the unit and lump sum prices stated in the CONTRACTOR’s accepted Proposal. The amount obtained by the summation of the products of the quantities of WORK performed or the respective unit or lump sum prices for several items listed in the proposal shall be payment in full, except for payment for authorized extra WORK, for delivering the completed project to the OWNER in accordance with the Plans and Specifications.
SUBMISSION OF BID BREAKDOWN
Within 10 days after the execution of this CONTRACT, the CONTRACTOR must submit to the ENGINEER in duplicate an acceptable breakdown of the lump sums and unit prices bid for items of the CONTRACT, showing the various operations to be performed under the CONTRACT, and the value of each of such operations, the total of such items to equal the total price bid. The CONTRACTOR shall also submit such other information relating to the bid prices as may be required and shall revise the bid breakdown as directed. Thereafter, the breakdown may be used for checking the CONTRACTOR’s applications for partial payments hereunder but shall not be binding upon the OWNER or the ENGINEER for any purpose whatsoever.
PARTIAL PAYMENTS
When not otherwise provided for under the Specifications for an item of WORK or a complete project, and if the rate of progress is satisfactory to the ENGINEER, partial payments will be made the CONTRACTOR by the OWNER during progress of construction. The amount of each partial payment shall be limited to ninety (90) percent (unless otherwise provided in the Instructions to Bidders) of the value of the WORK shown in the Engineer’s periodic estimate to have been done and installed in place by the CONTRACTOR subsequent to the time of commencing WORK or of making the last preceding partial payment on account of WORK done. An amount greater than ninety (90) percent of the value of a largely completed project may be paid the CONTRACTOR at the option of the OWNER.
The CONTRACTOR’s request for payment shall be in the form of an invoice, submitted to the OWNER through the ENGINEER, setting forth amounts due for WORK completed on payment items set forth in the CONTRACTOR’s Proposal, and shall be accompanied by:
requested on previous payment requests.
The CONTRACTOR’s request will be reviewed by the ENGINEER and if the ENGINEER is in agreement with the value of WORK completed, as requested by the CONTRACTOR, and if the request is accompanied by the CONTRACTOR’s Sworn Statement, Subcontractor and material suppliers waiver of lien as stated above, and by the CONTRACTOR’s waiver of lien, the ENGINEER will recommend payment to the OWNER.
Partial payment made to the CONTRACTOR by the OWNER for WORK performed shall in no way constitute an acknowledgement of the acceptance of the WORK nor in any way prejudice or affect the obligation of the CONTRACTOR, at his expense, to repair, correct, renew or replace any defects or imperfections in the construction of the WORK under CONTRACT and its appurtenances, nor any damage due or attributable to such defect, damage and the CONTRACTOR shall be liable to the OWNER for failure to correct the same as provided herein.
Payment in full or in part may be withheld for reasons which include but are not limited to: (1) the existence of defective work which is not remedied; (2) the existence of third party claims filed or reasonable evidence indicating probable filing of such claims; (3) the failure of the CONTRACTOR to make payments properly to Subcontractors or for labor, materials or equipment; (4) the existence of reasonable evidence that the WORK cannot be completed for the unpaid balance of the contract sum; (5) damage to the OWNER; (6) the existence of reasonable evidence that the WORK will not be completed within the CONTRACT time, and that the unpaid balance will not be adequate to cover actual or liquidated damages for the anticipated delay; or, (7) persistent failure to carry out the work in accordance with the contract documents. If within a reasonable time not to exceed 45 days CONTRACTOR has not remedied any condition for which payment in full has been withheld, then OWNER may make such payments as OWNER deems necessary to remedy such situation from said funds withheld and pay the balance to CONTRACTOR, or if, sums are still due to remedy the situation, CONTRACTOR will remit any balances due to OWNER within 10 days of notice of same.
ACCEPTANCE AND FINAL PAYMENT
Whenever the CONTRACT shall have been completely performed on the
part of the CONTRACTOR, and all parts of the WORK have been approved by the ENGINEER and accepted by the OWNER, including the resolution of all matters of dispute, a final estimate showing the value of the WORK will be prepared by the ENGINEER as soon as the necessary measurements and computations can be made, all prior estimates upon which payments have been made being approximate only and subject to corrections in the final payments.
The CONTRACTOR shall submit a final payment request showing the total quantities completed for the entire project and all previous payouts. This payment request shall be accompanied by a sworn affidavit listing all Subcontractors and material suppliers and the total payments to each. Final Waivers of Lien from the Subcontractors and material suppliers as well as the CONTRACTOR shall also be furnished at this time.
A final payment including all amounts of money shown by the final estimate to be due the CONTRACTOR shall be made by the OWNER as soon as practicable after the final acceptance of the WORK, provided the CONTRACTOR has furnished the OWNER satisfactory evidence that all sums of money due for labor, materials, apparatus, fixtures or machinery furnished for the purpose of performing the Contract have been paid or that the person or persons to whom the same may respectively be due have consented to such final payment.
It is the intent of the City to award the bid to the lowest responsive responsible bidder meeting specifications. Award will be based on the following factors, but not limited to (where applicable): (a) adherence to all conditions and requirements of the bid specifications; (b) price; (c) qualifications of the bidder, including past performance, financial responsibility, general reputation, experience, service capabilities, and facilities; (d) delivery or completion date; (e) product appearance, workmanship, finish, taste, feel, overall quality, and results of product testing; (f) maintenance costs and warranty provisions; and (g) repurchase or residual value.
If the Bidder modifies limits, restricts or subjects his bid proposal to conditions that would change the requirements of the bid, this would be considered a conditional or qualified Bid Proposal and will not be accepted. The City reserves the right to delete any item listed in the bid.
The City reserves the right to require of the Bidder proof of his/her capability to perform as required by the specifications. However, prequalification of the Bidder shall not be required. The City may, at its option, disqualify a Bidder and reject his bid proposal for cause. Reasons deemed sufficient for this action shall include, but not be limited to, the following:
Evidence of collusion among Bidders.
The price quoted for each item is the full purchase price, including delivery to destination and includes all transportation and handling charges, premiums on bonds, material or service costs and all other overhead charges of every kind and nature. Unless otherwise specified, prices shall remain firm for the duration of the purchase.
Unit prices shall not include any local, state or federal taxes. In case of mistake in extension of price, unit price shall govern.
The City reserves the right to require of the Bidder proof of his/her capability to perform as required by the specifications. Prequalification of Bidders as contained in the Illinois Department of Transportation Check Sheet LRS6 in the “Supplemental Specifications and Recurring Special Provisions” is required on this project. The City may, at its option, disqualify a Bidder and reject his bid proposal for cause. Reasons deemed sufficient for this action shall include, but not be limited to, the following:
The specifications are prepared to describe the goods and/or service which the City deemed to be in the best interest to meet its performance requirements. Bidders desiring to submit a Bid Proposal on items which deviate from the stated specifications, but which they believe to be equal, may do so by submitting all inquiries via the City’s E Procurement System, OpenGov, but all specification deviations must be clearly stated. Bidders shall submit all inquiries, including requests for alternates or substitutions regarding this bid via the City’s E Procurement System by the designated date and time. All answers to inquiries, including requests for alternates or substitutions, will be posted on the City’s E Procurement System. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the interested bidder to ensure they have received addendum, if any issued. The Purchasing Director reserves the right to rule upon specification deviation in a manner as best befits the needs of the City. The Purchasing Director will reject all deviations that amount to material nonconformity with the specifications of the Bid Proposal.
Prices quoted must be net after deducting all trade and quantity discounts. Where cash discounts for prompt payment are offered, the discount period shall begin with the date of receipt of a correct invoice or receipt or final acceptance of goods, whichever is later.
Payment shall be made for services rendered. The City, after inspection and acceptance, and in consideration of the faithful performance by the Proposer, agrees to pay for the completion of the work embraced in this contract, payment shall be made in accordance with the Illinois Local Government Prompt Payment Act (50 ILCS 505/1, et. seq.) upon receipt of the invoice.
Time, in connection with any discount offered, will be computed from the date of delivery to the City or from the date a correct invoice is received by the City of Aurora Purchasing Division, if the latter date is later than the date of delivery.
Prices will be considered NET, if no payment discount is shown.
Invoices MUST contain the Purchase Order Number, as issued by the City.
The successful Bidder shall submit invoices via e-mail to:
or Mail to the following address:
City of Aurora
Attn: Purchasing Division
44 E. Downer Place
Aurora, IL 60507
The City of Aurora offers electronic funds transfer (EFT) payment to our vendors. EFT is fast, simple, safe and secure and is our preferred method of payment!
The City of Aurora is exempt, by law, from paying State and City Retailer’s Occupation Tax, State Service Occupation Tax, State Use Tax and Federal Excise Tax (per Illinois Revised Statutes, Chapter 120, Paragraph 44) upon City works and purchases. The City of Aurora’s Sales Tax Exemption Number is E9996-0842-07.
Bidders shall promptly notify the City of any ambiguity, inconsistency of 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.
Time is of the essence of this bid and if delivery of acceptable items or rendering of services is not completed by the time promised, the City reserves the right, without liability, in addition to its other rights and remedies, to terminate the Bid by notice effective when received by Bidder, as to stated items not yet shipped or services not yet rendered. The City will procure articles or service from other sources and hold the Bidder responsible for any excess cost incurred as provided for in Article 2 of the Uniform Commercial Code.
Bid Proposals must be signed by the Bidder with his/her usual signature. Bid Proposals by partnerships must be signed with the partnership name by all members of the partnership, or an authorized representative, followed by the signature and title of the person signing. Bid Proposals by corporations must be signed with the name of the corporation, followed by the signature and title of the person authorized to bind it in the matter.
When a corporation submits a Bid Proposal, its agent must present legal evidence that he has lawful authority to sign said Bid Proposal and that the corporation has a legal existence. In the event that any corporation organized and doing business under the laws of any foreign state is the successful Bidder, such corporation must present evidence before any Bid is executed that it is authorized to do business in the State of Illinois. Bidders by corporations must be executed in the corporate name by the President or a Vice President (or other corporate officer accompanied by evidence of authority to sign), and the signature must be attested by the Secretary or an Assistant Secretary, along with the corporate seal. The corporate address and state of incorporation must be shown below the signature. Bid Proposals by partnerships must be executed in the partnership name and signed by a partner whose title must appear under the signature, and the official address of the partnership must be shown below the signature. Any corrections to entries made on the Bid Proposal forms shall be initialed by the person signing the Bid Proposal. When requested by the City, satisfactory evidence of the authority of any signature on behalf of the Bidder shall be furnished.
Materials or equipment purchased are subject to inspection and approval at the City’s destination. The City reserves the right to reject and refuse acceptance of items which are not in accordance with the instructions, specifications, drawings or data of Bidder's warranty (express or implied). Rejected materials or equipment shall be removed by, or at the expense of, the Bidder promptly after rejection.
Bidder warrants that all goods and services furnished hereunder will conform in all respects to the terms of the solicitation, including any drawings, specifications or standards incorporated herein, and that they will be free from latent and patent defects in materials, workmanship and title, and will be free from such defects in design. In addition, Bidder warrants that said goods and services are suitable for, and will perform in accordance with, the purposes for which they are purchased, fabricated, manufactured and designed or for such other purposes as are expressly specified in this solicitation.
Bidders are required, if requested to do so, to affect a demonstration of the item(s) being Bid if the City feels it has insufficient knowledge of the item’s operations or performance capability. Such demonstration must be at a site which is most convenient and agreeable to the effected City personnel.
Sufficient references of all like public and/or private agencies must be submitted in the Vendor Submission section. Listing must include company name, contact person, telephone number and date purchased. All Bidders, as a condition of and prior to entry into a contract, agree that a complete background investigation of the principals of the Bidder and all employees who will work on the project may be made. Bidders agree to cooperate with the appropriate City of Aurora personnel to supply all information necessary to complete these investigations. The City of Aurora in its complete discretion may disqualify any Bidder, including low Bidder, and may void any contract previously entered into based on its background investigation.
The City reserves the right to cancel the whole or any part of the Bid if the Bidder fails to perform any of the provisions in the Bid or fails to make delivery within the time stated. The Bidder will not be liable to perform if situations arise by reason of strikes, acts of God or public enemy, acts of the City, fires or floods.
By signing this bid, the bidder hereby certifies that they are not barred from bidding on this Bid as a result of a violation of Article 33E, Public Bids of the Illinois Criminal Code of 1961, as amended (Illinois Compiled Statutes, 720 ILCS 5/33E-1).
Complete and detailed brochures and vehicles, equipment, materials, goods, supplies and/or services to be furnished must be included with each Bid.
The successful Bidder shall obtain, at its own expense, all permits and licenses which may be required to complete the contract.
The successful Bidder agrees to indemnify, protect, defend, and save the City of Aurora and its officers and employees, harmless against any demand for payment for the use of any patented material process, article, or device that may enter into the manufacture, construction, presentation or form a part of the Work covered by the contract.
Bidders shall submit all inquiries, including requests for alternates or substitutions regarding this bid, up to, but no later than the designated date and time as specified via the City’s E Procurement System, OpenGov. All answers to inquiries will be posted on the City’s E Procurement System. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted.
No questions will be accepted or answered verbally.
No questions will be accepted or answered after the cut-off date/time.
It is the responsibility of the interested bidder to ensure they have received addenda, if any issued.
Illinois Freedom of Information Act. The Contractor acknowledges the requirements of the Illinois Freedom of Information Act (FOIA) and agrees to comply with all requests made by the City of Aurora for public records (as that term is defined by Section 2(c) of FOIA in the undersigned’s possession and to provide the requested public records to the City of Aurora within two (2) business days of the request being made by the City of Aurora. The undersigned agrees to indemnify and hold harmless the City of Aurora from all claims, costs, penalty, losses and injuries (including but not limited to, attorney’s fees, other professional fees, court costs and/or arbitration or other dispute resolution costs) arising out of or relating to its failure to provide the public records to the City of Aurora under this agreement.
The Bidder shall at all times observe and comply with all Federal, State, Municipal and other local laws, ordinances, regulations, and requirements which in any manner affect the conduct of the Work, and with all Federal, State and local laws and policies of non-discrimination, sexual harassment, prevailing wages and others applicable thereto; and all such orders or decrees as exist at the present and which may be enacted later, of bodies or tribunals having jurisdiction or authority over the Work, and no plea of misunderstanding or ignorance thereof will be considered. He shall indemnify and save harmless the City and all its officers, agents, employees and servants against any requirement, claim or liability arising from or based on the violation of any such law, ordinance, regulation, order or decree, whether by himself or his employees.
This Bid shall be governed by and construed according to the laws of the State of Illinois.
At the Bidder’s expense, the Bidder shall secure and maintain in effect throughout the duration of this Bid, insurance of the following kinds and limits to cover all locations of the Bidder’s operations. The Bidder shall furnish Certificates of Insurance to the City before starting or within ten (10) days after the execution of the Bid, whichever date is reached first. All insurance policies shall be written with insurance companies approved by the City of Aurora and licensed to do business in the State of Illinois and having a rating of not less than A IX, according to the latest edition of the A.M. Best Company; and shall include a provision preventing cancellation of the insurance policy unless thirty (30) days prior written notice is given to the City. This provision shall also be stated on each Certificate of Insurance as: “Should any of the above-described policies be canceled before the expiration date thereof, the issuing company will endeavor to mail 10 days written notice to the certificate holder named to the left”. Upon requested, the awardee of this Bid will give the City a copy of the insurance policies. The policies must be delivered to the City within two weeks of the request. The limits of liability for the insurance required shall provide coverage for not less than the following amount, or greater where required by law:
(1) Worker’s Compensation Insurance - Statutory amount.
(2) General Liability Insurance:
(a) $1,000,000 per occurrence and $2,000,000 general aggregate
(b) $500,000 per occurrence for Property Damage
(c) $1,000,000 per occurrence for Personal Injury
(3) Auto Liability Insurance:
(a) Bodily injury with limits not less than $1,000,000
(b) Property damage with limits not less than $500,000
(4) Umbrella excess liability of $1,000,000 per occurrence, $2,000,000 aggregate
The Bidder shall include the City as a primary, non-contributory additional named insured on both General and Auto Liability Insurance policies and indicate said status on any Certificates of Insurance provided to the City pursuant to this project. All insurance premiums shall be paid without cost to the City.
The Bidder agrees to indemnify and save harmless the City of Aurora, their agents and employees from and against all loss and expenses (including costs and attorneys' fees) by reason of liability imposed by law or claims made upon the City of Aurora for damages because of bodily injury, including death at any time resulting therefrom sustained by any person or persons or on account of damage to property, including loss of use thereof, arising out of or in consequence of the performance of this project work, whether such claims or injuries to persons or damage to property be due to the negligence of the Bidder or his Subcontractors. The Bidder shall assume total risk and shall be responsible for any and all damages or losses caused by or in any way resulting from the work and provide all insurance necessary to protect and save harmless the City of Aurora and its employees.
The Bidder further agrees to insure his employees and their beneficiaries and to the employees and the beneficiaries of any subcontractor employed from time to time by him on said Work, the necessary first-aid, medical, surgical, and hospital services and any compensation provided for in the Workers Compensation Act of the State of Illinois that is or may be in force in the State.
Such insurance shall be placed by said Bidder in a company or association (to be approved by the City and to be accepted by the Council thereof) authorized under the laws of the State of Illinois to insure the liability above specified.
Said Bidder hereby further agrees to indemnify, keep and save harmless said City from all action, proceedings, claims, judgments, awards, and costs, loss, damages, expenses, and attorney’s fees which may in any way come against said City by reason of any accidental injuries or death suffered by any of his employees or the employees of any subcontractor employed by him in and about the performance of the Work provided for in the Bid, and any and all liability resulting thereupon; and said Bidder, in case of any suit, action, or proceeding on account of any or all of the foregoing shall defend the same for and on behalf of said City and indemnify the City therefore, and pay the amount of any and all awards and final judgments and orders rendered and entered therein, together with all loss, costs, damages, attorney’s fees, and expenses incurred therein. Said Bidder shall be the sole employer of its employees and workers, and in no way shall the City be considered a joint employer of same under any circumstance.
The Bidder shall provide an adequate number of competently trained personnel with sufficient supervision to provide the services required, and the Bidder shall provide identification of its personnel if requested by the City.
Any Bidder’s employee whose employment is reasonably detrimental or objectionable to the City shall be immediately transferred from the premises upon the City’s request. The exercise of the option shall not be construed as placing the City in charge of the Work or making the City responsible for safety.
All on the road vehicles or equipment shall be identified by the Bidder’s name for purpose of identification.
All tools or equipment required to carry out the operations within the scope of the contract shall be provided by the Bidder, and shall meet the standards of the Federal Occupational Safety and Health Act and State of Illinois safety codes as may be required by law. The City reserves the right to inspect the equipment that will be used prior to award of Bid.
O20-029 approved April 28, 2020 defines “Local business” to mean a vendor or contractor who has a valid, verifiable physical business address located within the corporate boundaries of the City of Aurora at least twelve months prior to a bid or proposal opening date, from which the vendor, contractor or consultant operates or performs business on a daily basis, including manufacturing production or distribution. The business must disclose the percentage of workforce in the City of Aurora; be registered with the City of Aurora, if applicable; be subject to City of Aurora taxes (inclusive of sales taxes); be current with property tax payments and sales tax payments; not have any outside cited code violations; not have any outstanding debts to the City of Aurora; have adequately qualified and trained staff to service the bid of interest.
The City of Aurora encourages minority business firms to submit Bidders and encourages the successful Bid Bidder to utilize minority businesses as sub-contractors for supplies, equipment, services and construction.
The Bidder shall begin the Work to be performed under the Bid as specified in the specifications after the execution and acceptance of the Bid, unless otherwise provided. The Work shall be conducted in such a manner and with sufficient materials, equipment and labor as is considered necessary to ensure its completion within the time specified in the Bid.
Bidder shall schedule its Work to meet the requirement of the City. Bidder shall perform the Work expeditiously in cooperation with the City’s agents, employees, Bidders and subcontractors. Bidder shall make no claim against City and no claim shall be allowed for any damages which may arise out of any delay caused by City, its agents, employees, Bidder or subcontractors. Bidder’s sole remedy for delay shall be an extension in the Bid time.
Wherever special conditions are written into the Special Conditions and Specifications which are in conflict with conditions stated in these Instructions to Bidders, the conditions stated in Special Conditions and Specifications shall take precedence.
Bidder represents and warrants that the goods or services furnished hereunder (including all labels, packages and container for said good) comply with all applicable standards, rules and regulations in effect under the requirements of all Federal, State and local laws, rules and regulations as applicable, including the Occupational Safety and Health Act as amended, with respect to design, construction, manufacture or use for their intended purpose of said goods or services. Bidder shall furnish "Safety Data Sheet(s)" in compliance with the Illinois Toxic Substances Disclosure to Employees Act.
Bidder represents and warrants that the goods or services furnished hereunder (including all labels, packages and container for said good) comply with all applicable standards, rules and regulations in effect under the requirements of all Federal, State and local laws, rules and regulations as applicable, including the Occupational Safety and Health Act as amended, with respect to design, construction, manufacture or use for their intended purpose of said goods or services.
It is understood that in the execution of the Work herein provided for there may be interference with and/or damage to trees, shrubbery, crops, fences, railroad tracks, overhead structures such as poles, wires, cables, underground structures such as sewers, gas mains, telephone conduits and cables, water mains, drains, service connections, wires, pipes, conduits, located along, adjacent to, and/or crossing the locations of the Work, and that it may be necessary to relocate or reconstruct certain of such structures, improvements, and installations and/or to make repairs to the same by reasons of doing the Work herein provided for, and it is therefore particularly and specifically agreed that the Bidder except as otherwise herein provided, shall do the Work necessary for such relocation, reconstruction, and repair and shall bear and pay all of the cost and expense of such relocation, reconstruction, and/or repair of, and all damage done to any and all such pipe line and other structures, improvements, and installations, including service connections, if any, to adjacent property, existing at the date of the execution of the contract and/or existing, during the period of the Work to be done under the contract, which may be interfered with, damaged, and/or necessarily relocated, reconstructed, or repaired in the performance of the Work herein provided for, including the restoration and resurfacing of unpaved portions of public streets and alleys, rights-of-way, easements, and private property damaged or disturbed by the Work, the same to be restored to as good condition as the same existed at the time of the commencement of any such Work or relocation.
It is further agreed that the owners of any structures, improvements, installations, referred to in the preceding paragraph shall have the right to do the Work or any part thereof necessary for the relocation, reconstruction, replacement, repair, and other Work required by reason of any interference with and/or damage to such structures, improvements, installations, due to the prosecution of the Work and upon completion of such Work by them done, said owners may render bills to the Bidder for the cost and expenses thereof which bills shall be paid by the Bidder without extra compensation therefore from the City, upon demand by said owners, or upon demand made by the City upon the Bidder for the payment thereof.
Section 2-331(5) of the Aurora City Code requires that bidders for city contracts in excess of $25,000 must participate in active apprenticeship and training programs approved and registered with the United States Department of Labor’s Bureau of Apprenticeship and Training to be considered a responsible bidder. A bidder must affirm such participation in the Bidder’s Certification submitted with any bid. Furthermore, the bidder must submit a copy of each applicable program registration certificate with his/her bid.
If the Bidder sublets the whole or any part of the Work to be done under the contract, with or without the written consent of the City, he shall not, under any circumstances, be relieved of his liabilities and obligations. All transactions of the City shall be with the Bidder; subcontractors shall be recognized only in the capacity of employees or workmen and shall be subject to the same requirements as to character and competence. In case any party or parties, to whom any work under the contract shall have been sublet, shall disregard the directions of the City or his duly authorized representatives, or shall furnish any unsatisfactory Work or shall fail or refuse in any way to conform to any of the provisions or conditions of the contract, then in that case, upon the written order of the City, the Bidder shall require said party or parties in default to discontinue Work under the contract. Said Work shall be corrected or made good and shall be continued and completed by the said Bidder or by such other party or parties as are approved by the City, in the manner and subject to all of the requirements specified in the contract.
The Bidder shall guarantee the Work to be free from defects of any nature for a period of one year from and after the final acceptance and payment for the Work by the City, and the Bidder shall maintain said Work and shall make all needed repairs and/or replacements during this one year period which in the judgment of the Council, may be necessary to insure the delivery of the Work to the City in first-class condition and in full conformity with the plans and specifications therefore, at the expiration of the guarantee period.
The successful Bidder will be required to execute a contract in the form attached hereto (as may be modified and amended by the City) within five (5) days after notice of award and receipt of the contract from the City and sign and deliver to the City all required copies of the contract. Failure on the part of the Bidder to execute the contract within five (5) days and provide the required evidence of insurance at, or before the execution of the contract, will be considered just cause for the annulment of the award of the Bid.
The successful Bidder will be required to execute a contract in the form attached hereto (as may be modified and amended by the City) within fifteen (15) days after notice of award and receipt of the contract from the City and sign and deliver to the City all required copies of the contract. Failure on the part of the Bidder to execute the contract within fifteen (15) days and provide the required evidence of insurance at, or before the execution of the contract, will be considered just cause for the annulment of the award of the Bid.
Bid Deposit MUST be uploaded electronically with submission through the City’s E Procurement System, OpenGov. Upon notification from the City, Bidder’s must deliver ORIGINAL Bid Deposit within three (3) business days.
Bid Deposit MUST be uploaded electronically with submission through the City’s E Procurement System, OpenGov. Upon notification from the City, Bidder’s must deliver ORIGINAL Bid Deposit within three (3) business days.
Please download the below documents, complete, and upload.
Include Municipality, Address, Phone Number, Contact Person, Date of Project for each reference
Please provide the following information for each subcontractor. If you do not have subcontractors, please write "N/A"
Company:
Address:
City, State, Zip:
Phone Number:
Contact Person:
By signing this Proposal, the Proposer hereby certifies that they are not barred from bidding on this Proposal as a result of a violation of Article 33E, Public Bids of the Illinois Criminal Code of 1961, as amended (Illinois Compiled Statutes, 720 ILCS 5/33E-1).
The Bidder's Executing Officer, being first duly sworn on oath, deposes and states that all statements made herein are made on behalf of the Bidder, that this deponent is authorized to make them and that the statements contained herein are true and correct.
Bidder deposes, states and certifies that Bidder is not barred from contracting with any unit of local government in the State of Illinois as result of a delinquency in payment of any tax administered by the Illinois Department of Revenue unless Bidder is contesting, in accordance with the procedures established by the appropriate statute, its liability for the tax or the amount of the tax, all as provided for in accordance with 65 ILCS 5/11-42.1-1.
I/We hereby certify that:
A. A complete set of bid papers, as intended, has been received, and that I/We will abide by the contents and/or information received and/or contained herein.
B. I/We have not entered into any collusion or other unethical practices with any person, firm, or employee of the City which would in any way be construed as unethical business practice.
C. I/We have adopted a written sexual harassment policy which is in accordance with the requirements of Federal, State and local laws, regulations and policies and further certify that I/We are also in compliance with all other equal employment requirements contained in Public Act 87-1257 (effective July 1, 1993) 775 ILCS 5/2-105 (A).
D. As applicable, I/We are in compliance with the most current “Prevailing Rate” of wages for laborers, mechanics and other workers as required by the State of Illinois Department of Labor.
E. I/We operate a drug free environment and drugs are not allowed in the workplace or satellite locations as well as City of Aurora sites in accordance with the Drug Free Workplace Act of January, 1992.
F. The Bidder is not barred from bidding on the Project, or entering into this contract as a result of a violation of either Section 33E-3 or 33E-4 of the Illinois Criminal Code, or any similar offense of “bid rigging” or “bid rotating” of any state or the United States.
G. As applicable, I/We will submit, for all contracts in excess of $25,000.00, a certificate indicating participation in apprenticeship and training programs approved and registered with the United States Department of Labor.
H. I/We will abide by all other Federal, State and local codes, rules, regulations, ordinances and statutes.
Please download the below documents, complete, and upload.
Please provide verification letter like sample attached.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Upload IDOT prequalification as described in Check Sheet LRS6 in the “Supplemental Specifications and Recurring Special Provisions” in the categories appropriate for the type of work
proposed for this project.
COA General Specifications and the IDOT Employment Special Provisions
Where are we meeting for the site visit(s)?
This includes but not limited to: plumbing licenses, industry certifications, proof of safety training, IDOT Prequal., etc
This will be added by purchasing in the Vendor submissions in the next stage.
Would we like this option?
Please provide the anticipated
Q (Scope of Work): Hello - I don't see anywhere in the documents that an Oil change is required as part of the Annual Service? Are we supposed to include Oil and Filters in our pricing? Also, it states under Section 4 in the Scope under reporting that "Copies of laboratory analysis for coolant and oil samples" need to be included, but I don't see Oil samples as part of the scope anywhere in the document either?
A: Oil Changes and samples should be included as part of the scope of work.
Q (Contract term): I do not see where the term is stated. In the overview, it states that stations 4,9 and 13 will not need maintenance until 2028. This leads me to believe that the term is multiple years. Please confirm the term in years for the annual maintenance.
A: The initial term is two years with an option to extend to a third year.
Q (Mandatory Meeting): can you tell me where the initial meeting site is for the April 3rd Pre-Proposal meeting?
A: Fire Station 12 @ 2424 Hafenrichter Rd. in Aurora is where we will begin on 4/3.
Q (No subject): What are hours of operations for Generator Annual Maintenance, Annual Load Bank, and Annual ATS Testing?
A: 0800-1700
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.