SLED Opportunity · ILLINOIS · CITY OF URBANA

    Joint and Crack Sealing 2026, Section 26-00714-00-PP

    Issued by City of Urbana
    cityIFBCity of UrbanaSol. 251886
    Closed
    STATUS
    Closed
    due Apr 21, 2026
    PUBLISHED
    Apr 7, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    City of Urbana seeks bids for routing, cleaning, and sealing cracks in Portland cement concrete pavement at various locations. The project requires compliance with IDOT standards, insurance, bonding, and submission via the City's e-Procurement Portal by April 21, 2026.

    Opportunity details

    Solicitation No.
    251886
    Type / RFx
    IFB
    Status
    open
    Level
    city
    Published Date
    April 7, 2026
    Due Date
    April 21, 2026
    NAICS Code
    237310AI guide
    Jurisdiction
    City of Urbana
    Agency
    City of Urbana

    Description

    This project consists of routing, cleaning, and sealing cracks in existing Portland cement concrete pavement in various locations.

    Project Details

    • Reference ID: FY2026-ITB-181
    • Department: Public Works - Engineering
    • Department Head: Justin Swinford (Assistant City Engineer)

    Important Dates

    • Questions Due: 2026-04-17T22:00:00.000Z

    Meetings & Milestones

    EventDateLocation
    Bid Opening LocationJoin: https://teams.microsoft.com/meet/28737764908595?p=U2HpdUp0KR5qwkkHCp Meeting ID: 287 377 649 085 95 Passcode: kc9E922s Dial in by phone +1 872-201-6563,,385038442# United States, Chicago Phone conference ID: 385 038 442#

    Evaluation Criteria

    • Commercial General Liability – limits of not less than:
      Bodily Injury & Property Damage - Each Occurrence$1,000,000
      Bodily Injury & Property Damage - General Aggregate$2,000,000
      Products-Completed Operations Aggregate $2,000,000
      Personal & Advertising Injury Liability$1,000,000

      Vendors shall name the City of Urbana and its officers and employees as additional insured on a primary and non-contributory basis to any City of Urbana insurance or self-insured program, for liability arising out of the activities of Vendors. Coverage will include contractual liability and a waiver of subrogation.

    • Submission

      All submittals shall be provided in the format requested in a direct and concise manner.  Submittals are required to be submitted via the City’s e-Procurement Portal by the date/time prescribed in this request.  Any submittals received after the date and time specified in the request shall not be considered and will not be opened. It is the responsibility of the prospective vendors to ensure their submittal is complete in accordance with the requirements of this request in the City’s e-Procurement Portal, by the specified time and date. Submittals received after the time and date will not be accepted. 

    • Bid and Proposal Bonds or Guarantees
      1. All proposals made in response to this Request shall be accompanied by a bank draft, cashier's check, letter of credit, certified check (“security checks”) or proposal bond issued by a licensed surety equal to five percent (5%) of the total value of the proposal to secure a proposal.  Any check submitted to secure the proposal must be made out to the “City of Urbana”. The City will not accept conditional or qualified proposals unless provided otherwise in the request.
      2. Vendors must submit original proposal security checks or bonds so that such proposal security checks or bonds are received by the City by the proposal due date and time. Failure to do so may result in a proposal being disqualified. Proposal security checks or bonds must be submitted with the proposal and be clearly labeled with the name, address, and phone number of the Vendor; the name of the project; and the proposal due date and time.
      3. This security will be returned upon the signing of a contract with the selected Vendor, the withdrawal of this Request, or the withdrawal of a proposal as set forth by this Request. Failure of the selected Vendor to submit any required documents in the form and time required by the City shall constitute cause for the City to retain the sum posted, not as a penalty, but as liquidated damages. By submission of a proposal, the Vendor acknowledges the impracticability of calculating the actual damages which would be suffered by the City for its failure to comply with the Request and agrees that the sum posted is reasonable.
    • Silence of Specifications

      The apparent silence of the specifications as to any detail or apparent omission from it as to a detailed description concerning point shall be interpreted as meaning that only the best commercial material or practice shall prevail and that only items of the best materials or workmanship are to be used.

    • General
      1. Awards shall only be made to Vendors deemed responsible with fully responsive submittals.
      2. Should an awarded vendor be incapable of meeting any conditional award provisions, City may make an award to the next ranked vendor.
      3. If an award is not made within 45 days after unsealing submittals, respondent may request a withdrawal of their submittal without penalty.
    • Commercial General Liability – limits of not less than:
      Bodily Injury & Property Damage - Each Occurrence$1,000,000
      Bodily Injury & Property Damage - General Aggregate$2,000,000
      Products-Completed Operations Aggregate$2,000,000
      Personal & Advertising Injury Liability$1,000,000

      Vendors shall name the City of Urbana and its officers and employees as additional insured (for contractors, additional insured status must be provided via CG 2010 07/04 and CG 2037 07/04 for two (2) years from completion of the project), on a primary and non-contributory basis to any City of Urbana insurance or self-insured program, for liability arising out of the activities of Vendors. Coverage will include contractual liability and a waiver of subrogation. 

    • Proximity to City

      Vendor shall be located within XX miles of Urbana City Hall 400 S. Vine Street Urbana, IL 61802.

    • IDOT Standard Specifications for Road and Bridge Construction

      Insurance shall be according to Article 107.27 of the IDOT Standard Specifications for Road and Bridge Construction and the following special provisions.

      Insurance must be placed with companies with an A.M. Best Rating of A- VIII or better.

      For “Employers Liability” (part (a)(2) of Article 107.27 of the Standard Specifications), change the coverage limit to $1,000,000 for each category. Coverage will include a waiver of subrogation in favor of the City of Urbana.

      Add the following requirements to “Commercial General Liability” (part (b) of Article 107.27 of the Standard Specifications):

      (4) Personal and Advertising Injury Liability Limit:  $1,000,000.

      Contractor shall name the City of Urbana and its officers and employees as additional insured (additional insured status must be provided via CG 2010 07/04 and CG 2037 07/04 for two (2) years from completion of the project), on a primary and non-contributory basis to any City of Urbana insurance or self-insured program, for liability arising out of the activities of Contractor. Coverage will include contractual liability and a waiver of subrogation.

      Add the following requirements to “Commercial Automobile Liability” (part (c) of Article 107.27 of the Standard Specifications):

      Contractor shall name the City of Urbana and its officers and employees as additional insured on a primary and non-contributory basis to any City of Urbana insurance or self-insured program, for liability arising out of the activities of Contractor. Coverage will include a waiver of subrogation.

      Add the following requirements to “Umbrella Liability” (part (d) of Article 107.27 of the Standard Specifications):

      (1) General Aggregate Limit:  $5,000,000

      (2) Each Occurrence Limit:  $5,000,000

      Pollution Liability.  When the services provided under this contract include any potential pollution/environmental risk or losses caused by pollution conditions, including mold and asbestos, that may arise from the Contractor’s work, Contractor shall maintain pollution liability insurance coverage at minimum limits as indicated below for itself, and its employees and agents. When a claims-made policy is renewed or replaced, the policy retroactive date must coincide with, or precede commencement of services by Contractor under this Contract. A claims-made policy that is replaced by an occurrence based policy or not renewed must have an extended reporting period of at least two years.

      Pollution Liability:  $1,000,000 per occurrence and $2,000,000 annual aggregate 

      Contractor shall name the City of Urbana and its officers and employees as additional insured on a primary and non-contributory basis to any City of Urbana insurance or self-insured program, for liability arising out of the activities of Contractor. Coverage will include a waiver of subrogation. 

    • New Goods; Title

      All goods, equipment, and materials must be of current date (latest model or supply) and meet specifications.  This provision excludes the use of surplus, re-manufactured or used products, either in part or in whole, except where the specifications explicitly provide therefore.  Further, the Vendor warrants that it has lien free title to all equipment, supplies or materials purchased under the terms of this Contract.

    • Proximity to City

      Vendor, or their applicable service center, shall be located within 150 miles of the Urbana Public Works Department located at 706 S. Glover Avenue Urbana, IL 61802 for any ongoing service or warranty work. 

    • Workers’ Compensation, as required by applicable law, with limits of not less than:
      Coverage A (Statutory Benefits)Illinois Statutory
      Coverage B (Employer’s Liability)

      $1,000,000 each disease

      $1,000,000 each employee

      $1,000,000 policy limit

      Coverage will include a waiver of subrogation in favor of the City of Urbana.

    • Lump Sum Award
      1. If an award is made, it will be made to the Vendor with the lowest, lump sum pricing proposal.
      2.  Unit price proposals shall be tabulated and cumulated to determine lowest, lump sum pricing proposal.
      3. Lump sum shall include any selected alternative bids (if applicable).  
    • Opening

      Submittals shall be opened publicly through an electronic procurement system in the presence of one or more witnesses at the time and place designated.

    • Workers’ Compensation, as required by applicable law, with limits of not less than:
      Coverage A (Statutory Benefits)Illinois Statutory
      Coverage B (Employer’s Liability)

      $500,000 each disease

      $500,000 each employee

      $500,000 policy limit

      Coverage will include a waiver of subrogation in favor of the City of Urbana.

    • Performance Bonds or Guarantees
      1. The successful respondent awarded the work shall provide a performance bond in the amount of 100 percent of the contract price within fifteen (15) calendar days from the date of the Notice of Award. 
      2. The bond should be in the form of a bond issued by an insurance company licensed to do business in the State of Illinois, cashier’s check, or letter of credit. 
      3. Failure to fully deliver the goods and services within requirements of the final contract will be considered just cause to forfeit surety.
    • IDOT Standard Specifications for Road and Bridge Construction
      1. Bonds or guarantees shall be according to the instructions on the applicable IDOT proposal form (BLR 12200 or BLR 12240) and the applicable IDOT Local Roads and Streets Recurring Special Provision for Bidding Requirements and Conditions (LRS #6 or LRS #7).
    • Best Value
      1. If an award is made, it shall be to the submittal that offers the best overall value as determined by a City evaluation team.  
      2. If deemed necessary, City may opt to conduct subsequent interviews with any respondents they deem necessary.
    • Special Funding Requirements

      If there is any special funding (like grants) associated with this purchase/contract, special funding requirements for using those funds should be incorporated in this section.  Typically, these can be found in special funding agreements and may require compliance with additional state/federal acts, certifications, diversity inclusion goals/requirements, etc.

    • Quantities

      Where quantities are specifically stated, the Vendor shall deliver, and the City shall pay for only such quantities as therein stated. 

    • Pre-Submittal Meeting

      A mandatory pre-submittal meeting will be held on NO VALUE at NO VALUE at NO VALUE.

    • Automobile Liability

      Automobile Liability, when any owned, hired, or non-owned motor vehicles are used in connection with work to be performed, Vendor must provide Automobile Liability insurance with limits of not less than:

      Automobile Liability $1,000,000 combined single limit

      Vendors shall name the City of Urbana and its officers and employees as additional insured on a primary and non-contributory basis to any City of Urbana insurance or self-insured program, for liability arising out of the activities of Vendors. Coverage will include a waiver of subrogation.

    • Automobile Liability

      Automobile Liability, when any owned, hired, or non-owned motor vehicles are used in connection with work to be performed, Vendor must provide Automobile Liability insurance with limits of not less than:

      Automobile Liability $1,000,000 combined single limit

      Vendors shall name the City of Urbana and its officers and employees as additional insured on a primary and non-contributory basis to any City of Urbana insurance or self-insured program, for liability arising out of the activities of Vendors. Coverage will include a waiver of subrogation. 

    • Line Item Award
      1. If awards are made, they shall be made to vendors based on individual line items.
      2. Awards will be made Vendors based on the lowest unit cost submitted for individual line items.
      3. The City may opt to issue a primary, backup, or no award of individual line items.
      4. Awards may be made to multiple vendors.
    • Umbrella/Excess Liability

      Umbrella/Excess Liability, to follow form over General Liability, Automobile Liability, and Employer’s Liability with limits of not less than:

      Umbrella/Excess Liability

      $5,000,000 each occurrence

      $5,000,000 general aggregate

       

    • Pre-Submittal Meeting

      An optional pre-submittal meeting will be held on NO VALUE at NO VALUE at NO VALUE. Attendance is not required but highly encouraged. 

    • Liquor Liability

      Liquor Liability, when a Vendor will distribute, sell, serve or provide alcoholic beverages, Vendor must provide Liquor Liability insurance with limits of not less than:

      Liquor Liability $1,000,000 combined single limit

      Vendors shall name the City of Urbana and its officers and employees as additional insured on a primary and non-contributory basis to any City insurance or self-insured program. Coverage will include a waiver of subrogation.

    • Prices

      The prices for goods and services shall be complete and shall include all equipment, labor, materials, shipping, handling, installation, and other charges unless specifically denoted otherwise. Where prices are given in both words and figures, the words shall govern.

      If unit pricing is utilized and there is a discrepancy between the total amount and a unit price, the unit price shall govern.  Vendor shall provide all goods and services in accordance with the pricing included in Vendor’s response unless otherwise provided for in the Contract Documents.

    • Delivery

      Vendor shall complete delivery of goods or services in accordance with the provisions of the solicitation. Each shipment shall include a separate invoice.

      • Delay:  Should the Vendor be delayed by the City for any cause, there shall be added to the time of completion a time equal to the period of such delay caused by the City.  However, the Vendor shall not be entitled to claim damages or extra compensation for such delay or suspension.
      • Point of Destination:  All materials shipped to the City must be shipped F.O.B. to the designated location.  If no location is designated, items shall be shipped to Urbana City Hall located at 400 S. Vine Street Urbana, IL 61801.  If delivery requires a City representative to be present to receive the delivery then arrangements must be made in advance by the Vendor to ensure City representative will be available and present at the time of delivery.
      • Method and Containers:  Unless otherwise specified, goods shall be delivered in commercial packages in standard commercial containers, so constructed as to insure acceptance by common or other carrier for safe transportation, at the lowest rate, to the point of delivery.  Containers become the property of the City unless otherwise definitely specified by the Vendor.
      • Delivery Failures:  Failure of a Vendor to deliver within the time specified or within thirty (30) days of issuance of the Purchase Order if no time is specified, or failure to make replacements of rejected articles when so requested, immediately or as directed by the City, shall constitute authority for the City to purchase in the open market articles of comparable grade to replace the articles rejected or not delivered.  On all such purchases, the Vendor shall reimburse the City, within a reasonable time specified by the City, for any expense incurred in excess of Contract prices.  Such purchases shall be deducted from Contract quantities.  Should public necessity demand it, the City reserves the right to use or consume articles delivered which are substandard in quality, subject to an adjustment in price to be determined by the City.
    • Professional Liability

      When the services provided under this contract include any professional services, Vendors shall maintain professional liability insurance coverage at minimum limits as indicated below, for itself, and its employees and agents to include coverage for acts, errors, and/or omissions related to the rendering or failure to render such professional services. When a claims-made policy is renewed or replaced, the policy's retroactive date must coincide with, or precede the commencement of services by Vendors under this Contract. A claims-made policy that is replaced by an occurrence-based policy or not renewed must have an extended reporting period of at least two years.

      When Vendors provide medical-related services, the policy shall include coverage specific to medical malpractice.

      Professional Liability /Errors and Omissions

       

      $1,000,000 per claim

      $3,000,000 annual aggregate

       

       

    • Umbrella/Excess Liability

      Umbrella/Excess Liability, to follow form over General Liability, Automobile Liability, and Employer’s Liability with limits of not less than:

      Umbrella/Excess Liability

      $5,000,000 each occurrence

      $5,000,000 general aggregate

       

    • Pre-Submittal Meeting

      No Pre-Submittal meeting is required for this procurement.

    • Payment

      If payment terms are not indicated, the City shall make payment no more than 30 days after receipt of an invoice, pay application, or pay request that has been approved by authorized City representative. Vendor shall list applicable P.O. number on all invoices and packing lists.  

    • Definitions
      1. The term “City” refers to the City of Urbana except when a request is issued by the Urbana Free Library, in which case it shall mean “City of Urbana on behalf of the Urbana Free Library”
      2. A prospective Contracting Agency will be referred to as the “Vendor”, “Bidder”, “Contractor”, “Respondent”, “You”, or “Consultant.”
      3. “Request”, “Invitation”, or “Solicitation” shall refer to this document that specifics the goods/services sought by the City.
      4. “Proposal”, “Response”, or “Bid” shall refer to all proposals, bids, quotes, and/or qualifications submitted in response to the request or invitation.
      5. “Time” shall refer to all time limits designated as days within these documents and shall be interpreted to mean calendar days unless otherwise specified.
      6. A “Calendar Day” is every day on the calendar.
    • Professional Liability

      When the services provided under this contract include any professional services, Vendors shall maintain professional liability insurance coverage at minimum limits as indicated below, for itself, and its employees and agents to include coverage for acts, errors, and/or omissions related to the rendering or failure to render such professional services. When a claims-made policy is renewed or replaced, the policy's retroactive date must coincide with, or precede the commencement of services by Vendors under this Contract. A claims-made policy that is replaced by an occurrence-based policy or not renewed must have an extended reporting period of at least two years.

      When Vendors provide medical-related services, the policy shall include coverage specific to medical malpractice.

      Professional Liability /Errors and Omissions

      $1,000,000 per claim

      $3,000,000 annual aggregate

       

    • Cyber

      Cyber, when any services require access to the City’s information technology infrastructure or the sharing or transfer of personal or sensitive data with outside entities, Vendors shall maintain cyber liability coverage to cover claims involving security breach, system failure, data recovery, cyber extortion, information theft, damage to or destruction of electronic information, and release of private information. The policy shall provide coverage for breach response costs, regulatory fines and penalties as well as credit monitoring expenses. Coverage to be maintained for the duration of the agreement and three years following its termination. This insurance requirement applies when a third party will be using, storing, sharing, transferring, or accessing private, confidential or protected information. Vendors shall maintain cyber liability insurance with limits of not less than:

      Cyber$3,000,000 per claim
    • Tax Exemption

      The City is exempt from paying federal excise tax, state and local retailers’ occupation tax, state and local service occupation tax, use tax, service use tax, and sales tax.  The City’s tax exempt number will be furnished to the successful respondent upon execution of a final contract.

    • Pollution Liability

      Pollution Liability – When the services provided under this contract include any potential pollution/environmental risk or losses caused by pollution conditions, including mold and asbestos, that may arise from the Vendor’s work, Vendor shall maintain pollution liability insurance coverage at minimum limits as indicated below for itself, and its employees and agents. When a claims-made policy is renewed or replaced, the policy retroactive date must coincide with, or precede commencement of services by Vendors under this Contract. A claims-made policy that is replaced by an occurrence-based policy or not renewed must have an extended reporting period of at least two years. 

      Pollution Liability

      $1,000,000 per claim

      $2,000,000 annual aggregate

      Vendors shall name the City of Urbana and its officers and employees as additional insured on a primary and non-contributory basis to any City of Urbana insurance or self-insured program, for liability arising out of the activities of Vendors. Coverage will include a waiver of subrogation. 

    • Public Records and Requests for Confidential Treatment
      1. Proposals become the property of the City and, along with late submissions, will not be returned to the proposing party.  Your proposal will be open to the public under the Illinois Freedom of Information Act (“FOIA”) (5 ILCS 140) and other applicable laws and rules, unless you request in your proposal that City treat certain information as exempt.  
      2. A request for confidential treatment will not supersede the City’s legal obligations under FOIA.  The City will not honor requests to exempt entire proposals, and it shall be your responsibility as the proposing party to show the specific grounds under FOIA or other law or rule that support exempt treatment.  Regardless the application of any exemptions pursuant to FOIA or other law or rule, the City shall disclose the successful proposer’s name, the substance of the proposal, and the price.   
      3. If you request exempt treatment of portion(s) of your proposal, you must submit an additional copy of your proposal with such exempt information redacted.  This copy must state the general nature of the material redacted and shall retain as much of the proposal as possible.  You, the proposing party, shall be responsible for any costs associated with the City’s defense of your request for exempt treatment.
      4. Further, you agree to allow the City to facilitate evaluation, or to respond to requests for public records.  Additionally, you warrant that the copy or duplication of your proposal pursuant to a request for public records will not violate the rights of any third party.
      5. Any restriction on the use of proprietary information contained within a proposal shall be clearly stated as such within the proposal.  The City will only be able to comply with a request for confidentiality to the extent allowed by law.
    • Responsibilities of Respondent
      1. It shall be the responsibility of each Respondent to be fully familiar with the instructional, technical, legal, and other requirements or conditions contained in and included with this Request and any associated addenda. No plea of error or ignorance by a Respondent regarding this information shall be accepted.  
      2. Should a Respondent find discrepancies or omissions in the specifications or other contract documents or be in doubt as to the meaning of any specification or term, the Respondent shall notify the City at least two (2) business days prior to the deadline for submission.  
      3. The Contractor shall indicate in its submittal whether subcontractors may be used for any portion of the work and, if so, furnish a written list of all proposed subcontractors and the nature of the Work being provided.  
      4. The successful respondent shall be capable of providing any additional documentation required (typically any required insurance certificates or bonds) and an executed contract in an approved form within fifteen (15) days from the date of the Notice of Award.
      5. Unless specified otherwise, successful respondent shall execute a City provided or City approved contract.  Contract documents shall incorporate all requirements/conditions established in the solicitation, along with Vendor submissions, other required documents post-award, contract, and any associated change orders.
    • Inspection; Rejection; Acceptance

      Before making payment, the City may inspect all goods delivered and services performed and reject those that are defective or nonconforming. The City may return rejected goods and goods supplied in excess quantities to the Vendor at the Vendor’s risk and expense. The Vendor shall promptly correct all work or services identified to be defective or nonconforming, whether observed before or after completion of the services. The Vendor is responsible for all costs of correcting such defective or nonconforming goods or services, including costs associated with repairing any damage, re‐performing the services, and incurred due to the Vendor’s inadequate performance. 

    • Warranties

      In addition to all warranties provided by law and unless specified otherwise in the request, the Vendor warrants that the goods delivered pursuant to this request:

      1. Conform to the descriptions and specifications contained herein;
      2. Are fit for the purpose for which such goods are ordinarily employed and any particular use the City has specified to the Vendor;
      3. Are new, unused, and safe for their intended purpose;
      4. Are free from any security interests, liens, claims, or encumbrances;
      5. Comply with all applicable federal, state, and municipal laws;
      6. Do not infringe upon or violate any copyrights or patents, unless the City has furnished the designs used on the goods; and
      7. Will operate for a reasonable period under normal use.
    • Questions

      All questions pertaining to this request shall be submitted in writing through the OpenGov Procurement Question & Answer Tab via the City’s e-Procurement Portal until the date/time prescribed in this request.  Please include the section title for each question, if applicable, in order to ensure that the questions asked are responded to correctly. All questions submitted and answers provided shall be electronically distributed to bidders/consultants following this solicitation on the City’s e-Procurement Portal.

    • Cancellation

      The time for delivery of goods or performance of services pursuant to this request is of the essence.  The City may cancel any or all of the contract without liability if the Vendor: (a) fails to meet price, quantity, quality, or delivery requirements; (b) ceases to operate in the normal course of business; (c) declares bankruptcy or otherwise is subject to legal proceedings concerning creditor relief; (d) applies for or is subject to appointment of a receiver; or (e) makes any assignment for the benefit of creditors.  The City also reserves the right to cancel for any other reason permitted by the Uniform Commercial Code.

    • Addenda

      Any addenda shall be posted on the City’s e-Procurement Portal. Addenda notifications will be emailed to all persons on record as following this procurement. Failure of any bidder/consultant to receive any such addenda or interpretation shall not relieve such bidder/consultant from any obligation under their bid as submitted. All addenda so issued shall become part of the contract documents.

    • Attorney's Fees

      If the City initiates suit for any default of the Vendor and the City substantially prevails in any such suit, the Vendor shall pay the City’s costs to enforce the terms of the P.O., including court costs and reasonable attorneys’ fees.

    • Withdrawal of Bid/Proposal

      Bids/Proposals may be withdrawn through the City’s e-Procurement Portal; the responding firm may “unsubmit” their bid/proposal in OpenGov Procurement prior to the submission deadline. After withdrawing a previously submitted bid/proposal, the responding firm may submit another bid/proposal at any time prior to the submittal deadline. If an award is made, the City shall do so within ninety (90) calendar days of the actual submission deadline. During this 90-day period, the submissions constitutes an irrevocable offer subject to acceptance by the City and the Vendor may not withdraw or attempt to change its submittal.  After such time has elapsed, the Vendor may withdraw the proposal if it has not been selected prior to the request to withdraw. Except as otherwise provided by regulation, all decisions to permit the correction or withdrawal of bids/proposals following the submittal deadline, or to cancel awards or contracts based on bid/proposal mistakes, will be submitted in writing and will be supported by a written determination made by the City procurement contact.

    • City’s Rights Reserved

      The City reserves the right to reject any and all submittals, or any part therof, and to waive any technicalities or informalities deemed to be in the best interests of the City; any such decision shall be considered final.  In order to verify responsible vendor status, the City may request additional information and/or conduct interviews/discussions with any respondent who makes an acceptable or potentially acceptable submittal. The City may make such investigations as it deems appropriate to determine the ability of the Vendor to perform the work, and the Vendor shall furnish the City all such information and data for this purpose as the City may request.  The City reserves the right to reject any submittal if the evidence submitted by, or investigation of such Vendor fails to satisfy the City that such Vendor is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein.

      Respondents shall be accorded fair and equal treatment with respect to any opportunity for discussion and revision of submittals following opening of submittals. During the course of such discussions, the City shall not disclose any information derived from one proposal to any other respondent. 

      The City may require the solicitation and the respondent’s submittal be incorporated in full or in part as Contract Documents. This implies that the solicitation and all responses, supplemental information, and other submissions provided by the respondent during discussions or negotiations may be held by the City as contractually binding on the successful respondent.  When the City determines a respondent’s submittal to be unacceptable, such respondent shall not be afforded an additional opportunity to supplement its submittal.  The City will not be liable in any way for any costs incurred by respondents in replying to this solicitation.

    • Indemnification

      Except for claims based solely upon the negligence, gross negligence, or willful, wanton, or intentional misconduct of the City, its officers, agents, or employees, the Vendor shall INDEMNIFY and DEFEND the City and its officers, agents, and employees against all claims, including attorneys’ fees, arising from:

      1. Any defect in the goods or services that existed at the time of delivery to the City;
      2. The Vendor’s breach of any warranty; or
      3. The Vendor’s performance or failure to perform the provisions of this P.O.
    • Conditional Award

      Successful Vendor shall provide any required conditional award items and information as may be required within fourteen (14) days from the Notice of Award and prior to execution of the contract by the City to avoid delays and potential award cancellation.  Prospective vendors shall be familiar with the requirements in this solicitation related to, but not limited to, insurance and bonding requirements.

    • Risk of Loss

      The Vendor shall bear the risk of loss, injury, or destruction of the goods or services specified in the final contract until delivery to the specified destination and the City’s inspection and acceptance.

    • No Bid

      Anyone part who does not submit a proposal for the work but who wishes to receive final tabulations or award information may “Follow” the project to receive automated notifications pertaining to this solicitation.

    • Independent Contractor

      The City and successful respondent are independent contractors with respect to each other, and nothing in this request or final contract creates an association, partnership, joint venture, or agency relationship between them.

    • Force Majeure

      Neither party will be deemed to be in default for performance delays caused by floods, earthquakes, fires, epidemics, pandemics, wars, riots, or other civil disturbances. The City may cancel the contract after determining such delay will prevent successful performance of work associated with contractual terms and conditions.

    • Assignment; Subcontractors

      The Vendor shall not assign or subcontract its rights without the City’s prior written approval. All Work performed for the Vendor by any subcontractor will be pursuant to an appropriate written agreement which specifically binds the subcontractor to the applicable terms and conditions of the Contract Documents, but no contractual relationship shall exist between any subcontractor and City.

    • Governing Law

      All applicable Federal and State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the scope of work shall apply to and deemed included in the final Contract.  The parties shall construe this contract according to Illinois law and the Urbana City Code and shall initiate and maintain any action to interpret or enforce this contract in the Sixth Judicial Circuit Court, Champaign County, Illinois.

    • Nonwaiver

      Either party’s failure to enforce any provision of this contract will not be deemed a waiver of future enforcement of that or any other provision.  A waiver of any provision of this contract is valid only if in writing and signed by the parties.

    • Requirements for Nondiscrimination, Equal Opportunity in Employment, Human Rights Guarantee, and Sexual Harassment Prevention

      Vendor shall comply with:

      1. Urbana City Code Section 2-119, which prohibits employment discrimination by contractors and vendors with the City;
      2. The Equal Employment Opportunity provisions of Ill. Admin. Code tit. 44, § 750; and
      3. Article 2 of the Illinois Human Rights Act, 775 ILCS 5/2-101 et seq., including without limitation the requirement that the Vendor have a written sexual harassment policy in conformance with 775 ILCS 5/2-105.
    • Survival

      The obligations set forth in the paragraphs entitled Warranties, Default, Indemnification, and Governing Law shall survive the termination of the contract. 

    • Use of City's Name

      The City’s name or logo shall not be used in any form of advertising without the City’s prior written permission. The City’s name or logo shall not be used in any form of advertising without the City’s prior written permission. 

    • Notice of Award

      The City will notify the Successful Respondent of their final selection for award; said notice will include subsequent award conditions and request for any additional documentation required for execution of contract.

    • Change Orders

      Any modifications or amendment to an existing contract or agreement shall be mutually agreed upon in writing and signed by both the Vendor and authorized City representative.

    • Proof of license, permit, etc.

      Vendors must provide proof of conformance with any applicable Federal/State/Local permits, licenses, certifications, etc., as stated in the scope of work. It is the Vendor’s responsibility to inquire about requirements with Procurement Contact.

    • Confidentiality

      Vendor understands that the submittal is subject to FOIA and the City is required to share information that is subject to FOIA requirements

    • Disputes and Remedies

      Disputes concerning a question of fact arising under this Contract that are not disposed of by agreement between the Vendor and the City’s authorized representative shall be decided by the Mayor.  The decision of the Mayor or the Mayor’s designee for the determination of such decisions shall be final and conclusive unless determined by a court of competent jurisdiction to have been fraudulent, or capricious, or arbitrary, or so grossly erroneous as necessarily to imply bad faith or not supported by substantial evidence.  In connection with any proceeding under this clause, the Vendor shall be afforded an opportunity to be heard and to offer evidence in support of its position.  Pending final decision of a dispute hereunder, the Vendor shall proceed diligently with the performance of the Contract and in accordance with the decision of the Mayor or Mayor’s designee, whichever was last issued.

    • Default and Termination
      1. In the event the Vendor voluntarily petitions for bankruptcy or is adjudged bankrupt or makes a general assignment for the benefit of creditors or if a receiver is appointed on account of the Vendor’s insolvency or in the event that any of the provisions of this Contract are violated by the Vendor or by any of its subcontractors or the City reasonably believes such violation is likely, the City may terminate the Contract immediately by sending written notice to the Vendor.
      2. Additionally, the City may serve notice upon the Vendor of intention to terminate unless certain remedial actions are taken.  Unless within five (5) days after the serving of such notice upon the Vendor such violation shall cease and arrangements satisfactory to the City for correction be made, the Contract shall upon expiration of said five (5) days cease and terminate with no further notice.
      3. After termination, the City may take over the work and prosecute the same to completion at the expense of the Vendor, and the Vendor shall be liable to the City for any excess cost occasioned to the City thereby, and in such event the City may take possession of and utilize in completing the work, such materials and equipment including those of the Vendor as may be on the site of the work and necessary therefore.
      4. Vendor shall be responsible for all costs incurred by the City to enforce any provision of this Contract and/or to remedy any Vendor default or breach of this Contract, including all court costs and reasonable attorneys’ fees.
    • Remedies

      In the event of a default, the non-defaulting party shall be entitled to all available remedies, whether in law or in equity.

    Submission Requirements

    • Confirmation of Understanding & Authorization (required)

      By confirming, vendor is certifying that they have read and understand the provisions of this procurement and are authorized to submit response on behalf of the company.

    • Confirmation of Insurance Requirements (required)

      By confirming, vendor is certifying that they have fully read and are capable of providing any required Insurance at the limits required in accordance with the costs included in their submission.  Vendor also certified that they understand that failure to meet these requirements post award may lead to cancellation of award.

      Any consideration for alternative limits should have been submitted in writing through the OpenGov Procurement Question & Answer Tab prior to submission.

    • Cost Proposal (required)
    • Submittal of Formal Contract Proposal (required)

      Please upload the following proposal documents:

      1. Formal Contract Proposal (BLR 12200)
      2. Bid Bond (BLR 12230)
      3. Apprenticeship or Training Program (BLR 12325)
    • Submittal of Deliver and Install Proposal (required)

      Please upload the following proposal documents:

      1. Deliver and Install Proposal (BLR 12240)
      2. Bid Bond (BLR 12230)
      3. Apprenticeship or Training Program (BLR 12325)
    • Schedule of Prices Submittal (required)

      Please upload the Schedule of Prices (BLR 12201) proposal document.

    • Submittal of Forms Required by IDOT Funding (required)

      Please upload the following proposal documents:

      1. Affidavit of Illinois Business Office (BLR 12326)
      2. Affidavit of Availability (BC 57)
    • Vendor, or their applicable service center, is located within 150-mile radius of the Urbana Public Works Department located at 706 S. Glover Avenue Urbana, IL 61802. (required)
    • Input address of vendor or service center to perform future service/maintenance work. (required)
    • Vendor Spec Sheet and Pricing Breakdown (required)

      Upload the spec sheet for the vehicle/equipment for proposed vehicle, and pricing breakdown.

    • Photos of actual vehicle/equipment proposed (Optional)
    • Statement of Qualifications (required)

      Please upload your SOQ based on instructions provided in section Statement of Qualifications

    • Would you be utilizing subcontractors for this project?
    • W-9 (required)
    • Does this response have any proprietary information? (required)

      Refer to Public Records and Requests for Confidential Treatment under Instructions.

    • Upload Redacted Response (required)
    • Acknowledgment of FOIA Requests (required)

      By confirming, the vendor understands that the submittal is subject to FOIA and the City is required to share information that is subject to FOIA requirements.

    • Equal Employment Opportunity (EEO) Certification with City of Urbana

      Find information regarding EEO at: Vendors and Contractors | Urbana, IL 

      or e-mail ohre@urbanail.gov

      The EEO Certification does not require a response under Vendor Submittals and Confirmations section to submit. 

      If a vendor’s submittal is going to independently exceed cost thresholds requiring EEO Certification with the City alone or taken in combination with other contractual work with the City in the current fiscal year, a contract cannot be executed prior to EEO approval.

      If an applicant is going to be close to the threshold, we encourage them to proactively upload the EEO paperwork as the City’s Human Relations Commission (HRC), that evaluates and grants certifications, only meets once per month and requires new applications to be submitted for review 3 weeks prior to meetings for review.

      Should an award be made to an uncertified vendor that requires certification, the award may be conditional upon awarded vendor obtaining required EEO certification within a prescribed time frame.  Failure to meet this award condition may result in award cancellation. 

    • Upload Equal Employment Opportunity (EEO) Certification with City of Urbana, Illinois
    • Upload Equal Employment Opportunity (EEO) Packet
    • Vendor Representations and Additional Duties Form
    • Does the vendor agree to the following? (required)

      The Vendor agrees that following representations and additional duties are a material part of the contract. The vendor, having been duly sworn under oath, certifies and agrees as follows:  

      1. None of the Vendor or its partners, officers, owners, employees, or agents have been barred from contracting with a unit of State or local government in the past five years as a result of a conviction for bid rigging, in violation of 720 ILCS 5/33E-3 or any similar offense of any state or the United States which contains the same elements as this offense.  720 ILCS 5/33E-11.  
      2. None of the Vendor or its partners, officers, owners, employees, or agents have ever been barred from contracting with a unit of State or local government as a result of a conviction for bid rotating, in violation of 720 ILCS 5/33E-4 or any similar offense of any state or the United States which contains the same elements as this offense.  720 ILCS 5/33E-11.
      3. If the Vendor holds any elected or appointed office under the laws or Constitution of this State, the Vendor is in compliance with the Public Officer Prohibited Activities Act.  50 ILCS 105/3. 
      4. The Vendor is not a municipal officer with a prohibited financial interest in this contract, directly in the officer’s own name or indirectly in the name of any other person, association, trust, or corporation, in accordance with 65 ILCS 5/3.1-55-10.
      5. If the Vendor employs commercial motor vehicle operators, the Vendor is in compliance with the Federal Highway Administration rules for controlled substances and alcohol use and testing.  49 CFR Parts 40 and 382. 
      6. During the term of this contract, the Vendor shall comply with (a) Urbana City Code Section 2-119, which prohibits employment discrimination by contractors and vendors with the City; (B) the Equal Employment Opportunity provisions of Ill. Admin. Code tit. 44, § 750; and (C) Article 2 of the Illinois Human Rights Act, 775 ILCS 5/2-101 et seq., including without limitation the requirement that the Vendor have a written sexual harassment policy in conformance with 775 ILCS 5/2-105. 
      7. If this contract involves the construction, reconstruction, alteration, repair, improvement, or maintenance of public works, the Vendor has filed with the City and made available to the general public a copy of the Vendor’s written substance abuse prevention program, which meets or exceeds the requirements of 820 ILCS 265/15. 
      8. If this contract involves the construction, reconstruction, alteration, repair, improvement, or maintenance of public works, the Vendor shall use United States produced steel products, in compliance with 30 ILCS 565/4.
      9. If this contract involves the construction, addition to, or alteration of public works, the Vendor shall employ laborers in compliance with the Veterans Preference Act (330 ILCS 55/0.01 et seq.) and the Employment of Illinois Workers on Public Works Act (30 ILCS 570/0.01 et seq.).
      10. The Vendor shall comply with all applicable provisions of the Prevailing Wage Act, which requires the payment of the prevailing rate of wage to all laborers, workers, and mechanics employed by or on behalf of a public body in the construction, demolition, maintenance, or repair of public works.  820 ILCS 130/0.01 et seq.  The prevailing wage rates are established and revised by the Department of Labor and are available at www.state.il.us/agency/idol/rates/rates.htm
      11. The Vendor shall obtain from all subcontractors to be used in the performance of this contract a sworn statement agreeing to the representations and additional duties contained on this document.  The Vendor shall maintain the sworn statements on file for the duration of this contract and shall promptly provide them to the City upon request.  If a subcontractor is or becomes ineligible for a contract with the City, the Vendor promptly shall terminate its subcontract upon the City’s request. The Vendor shall include adequate provisions in all subcontracts to allow it to terminate such subcontracts as required herein.

      The representations contained on this document are true, complete, and correct in all respects.  The representations contained herein are continuing.  If any such representation is no longer true or correct, the Vendor promptly shall notify the City in writing. 

    • If you disagree with a statement, please state the statement and explain why. (required)
    • Please select one statement, in accordance with 65 ILCS 5/11-42.1-1 (required)
    • Are you familiar with or have you reviewed current City Purchasing Policy information to ensure compliance? (required)

      Please review existing purchasing policy information to ensure you are compliant.

      Purchasing Flow Charts

      Purchasing Policies

    • General Description (required)

      Fill in the blank with a general description of the goods or services being requested.

    • IDOT Standard Specifications for Road and Bridge Construction? (required)

      Will this procurement lead to a construction contract that uses the Illinois Department of Transportation (IDOT) Standard Specifications for Road and Bridge Construction as its basis?

    • Type of Proposal (required)

      Review Chapter 12 of the IDOT Bureau of Local Roads and Streets Manual for an explanation of the types of contracts and proposals.  Choose only one option.

    • IDOT Funding for Construction? (required)

      Will this procurement lead to construction that is funded through the Illinois Department of Transportation (IDOT), including State Motor Fuel Tax (MFT) or State grant funding?

    • Pre-Submittal Meeting (required)
    • Will this solicitation have a public bid/proposal opening? (required)
    • Pricing (required)
      • Choose Option 1 when you have set line items, for example:
        • This is a quote for goods or commodities.
        • This is a public works bid, with a pricing table that can be uploaded into OpenGov Procurement from an Excel spreadsheet.
        • Seeking services for hourly rate schedules.
      • Choose Option 2 when you need vendors to provide you with the line items.
      • Choose Option 3 for construction with IDOT funding, according to IDOT requirements.
    • Method of Award (Select One) (required)

      Invitation to Bids are designed to be a competitive sealed bidding process, where the award is generally made to the responsible bidder who submitted the lowest responsive bid.

      Lump Sum Awards:

      1. If an award is made, it will be made to the Vendor with the lowest, lump sum pricing proposal.
      2.  Unit price proposals shall be tabulated and cumulated to determine lowest, lump sum pricing proposal.
      3. Lump sum shall include any selected alternative bids (if applicable).  

      Line Item Awards:

      1. If awards are made, they shall be made to vendors based on individual line items.
      2. Awards will be made Vendors based on the lowest unit cost submitted for individual line items.
      3. The City may opt to issue a primary, backup, or no award of individual line items.
      4. Awards may be made to multiple vendors.

      Best Value Awards:

      1. If an award is made, it shall be to the submittal that offers the best overall value as determined by a City evaluation team.  
      2. If deemed necessary, City may opt to conduct subsequent interviews with any respondents they deem necessary.

      IDOT Standard Specifications for Road and Bridge Construction.  Include either Local Roads and Streets Recurring Special Provision LRS 6 or LRS 7, according to the type of contract.  Select this option for a construction contract with IDOT Standard Specifications as its basis.

    • Does this solicitation require Statement of Qualification? (required)
    • Page Limit for Statement of Qualification (required)
    • What level of insurance is required for this procurement? (required)

      The following table details insurance requirements for City contracts, which generally apply to purchases over $10,000. All contractors performing work on the City’s premises should provide insurance, even for contracts of less than $10,000. These requirements apply when a vendor or contractor is performing work for the City, but not to purchases of only materials or supplies. Other exceptions may be approved as described below. This section will be updated from-time-to-time.

      Purchases are classified as high, medium or low risk. The risk levels are defined in the following table –

      Tier 1 – High Risk

      Tier 2 – Medium Risk

      Tier 3 – Low Risk

      Requires a contract with High Risk insurance language found in OpenGov Procurement.

      Must have the certificate of insurance (COI) in hand and “additional insured” language must appear on the COI. Certificate must include project name and location. Attach COI to requisition.

      Requires a contract with Medium Risk insurance language found in OpenGov Procurement.

      Insurance certificate does not have to be in hand, but must be available upon request.

      Purchase Order Terms & Conditions are sufficient. Must note that PO is, “Subject to terms and conditions on reverse,” and ensure that vendor is provided a copy of the PO.

       

      All construction contracts, regardless of cost including: 1) any contract where contractor will use cranes, rigging, scaffolding, and/or erection equipment; 2) any contract where work is performed on the City’s premises; 3) janitorial services

       

      All professional services including, but not limited to, accounting, financial, legal, consulting must have Professional / Errors & Omissions Liability coverage.

      Services provided by licensed medical/dental/clinic psychology professionals must have Professional Liability – Medical Malpractice Coverage.

      All other services, unless a specific risk has been identified, in which case it must be addressed in consultation with the HR & Finance Director and City Attorney.

       Contracts involving hazardous materials such as abatement, hauling, etc. shall require vendor to carry Pollution Liability with limits of $1M per occurrence and $2M aggregate.

      Purchases where services require access to the City’s information technology infrastructure or services involving the sharing or transfer of personal data or sensitive data with outside entities require vendor to provide $3M of cyber risk coverage.

      Includes inter-agency agreements or other agreements between the City and other governmental agencies.

      Vendors providing charter transportation services.

       

       

    • Special Insurance (required)

      Select any/all special insurance coverages that may apply to this solicitation.

    • Are there any bonding requirements? (required)

      Bonding Requirements are not required for following procurements: 

      • Fleet vehicles & equipment

      Bid and proposal bonds are used to ensure that a bidder or proposer follows through on commitments made in a proposal or bid to execute a contract on the terms specified in the solicitation and bid or proposal. The terms “bond” and “guarantee” are sometimes used interchangeably. 

      Bid and Proposal Bonds or Guarantees

      Bids over $25,000 must require a bid bond secured by a cashier’s or certified check, letter of credit, or an insurance company licensed to do business within the State of Illinois. The bond should be in an amount equal to at least 5% of the bid or proposal. Higher amounts may be required at the department head’s discretion. A proposal bond may also be required at the discretion of the department head. The security will be held to ensure good faith on the part of the bidder or proposer to be applied as liquidated damages should the bidder or proposer fail to execute and submit all required contract documents within the time required, or attempt to withdraw the bid or proposal prior to the beginning date of the contract.  Exceptions to these requirements can only be made as follows:

      Purchase AmountApprovals
      Up to $10,000Department Head
      Over $10,000 to $25,000Finance Director
      Over $25,000City Administrator

      The security will be held to ensure good faith on the part of the bidder or proposer to be applied as liquidated damages should the bidder or proposer fail to execute and submit all required contract documents within the time required or attempt to withdraw the bid or proposal prior to the beginning date of the contract.

       Each department will hold bid or proposal bonds and maintain an updated listing of all bid or proposal bonds. Any cashier’s or certified check will be held in a secure location and returned by department staff to the bidder or proposer as soon as the City has entered into a contract with a vendor.

      Performance Bonds or Guarantees

      Performance bonds are used to guarantee performance of a contract and are in effect throughout the term of the contract.

      Construction and demolition contracts with a cost over $25,000 must require payment bonds (performance and labor and material payment bond) written for the duration of the contract. The performance bond should be conditioned on full completion of the contract, according to its terms, and payment for materials and labor used in such completion, for 100% of the contract price. The bond should be in the form of a bond issued by an insurance company licensed to do business in the State of Illinois, cashier’s check, or letter of credit. The security should be provided to the City with other contract documents, prior to the City’s execution of the contract document. Department staff is responsible for verifying that the proper security has been provided.   The City may require performance bonds for other types of contracts at the department head’s discretion. 

      Each department will hold performance bonds and maintain a listing of all performance bonds and the form in which security was provided. Any security provided in the form of a cashier’s check will be submitted to the Financial Services Manager, who will deposit these amounts into the City’s bank account and maintain a record of these deposits. At completion of the project, the department will notify the Financial Services Manager in writing that the project has been completed to the City’s requirements and the Financial Services Manager will issue a City check to the vendor within 30 days 

       

    • Select applicable bonding requirement (required)
    • Supplementary Terms & Conditions (required)

      The section should be utilized if you have a need to:

    • Do any of the recurring supplementary terms and conditions apply to this purchase/contract? (check all that apply) (required)

      Should a specific type of purchase/contract have a recurring supplementary condition that you would like included in the template, you can contact an Open Gov Procurement administrator to inquire about developing and including it in this section.

    • Will the contract *definitely* be less than the EEO threshold (25K - 30K)? (required)

      This refers to the City’s requirement to obtain employment information from vendors and obtain approval of vendors from the Human Relations Commission. Applies to construction projects $25,000 and over, and other purchases $30,000 and over. Also applies to cumulative, individual purchase from the same vendor.

      If you are not sure, say "No."

    Key dates

    1. April 7, 2026Published
    2. April 21, 2026Responses Due

    AI classification tags

    Frequently asked questions

    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

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.