13.07.2015 Views

REQUEST FOR PROPOSALS - City of Champaign

REQUEST FOR PROPOSALS - City of Champaign

REQUEST FOR PROPOSALS - City of Champaign

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

702 Edgebrook Drive, <strong>Champaign</strong>, IL 61820, at a price <strong>of</strong> $30.00. Payment shall be in cash ormoney order, payable to the <strong>City</strong> <strong>of</strong> <strong>Champaign</strong>. Payments will not be refunded.Each Proposal shall be accompanied by an acceptable form <strong>of</strong> Proposal Guaranty in an amountequal to at least ten percent (10%), as a guarantee that if the Proposal is accepted, the Contractorwill execute the contract and all other Contract Documents and file acceptable contract bond andpro<strong>of</strong> <strong>of</strong> insurance within fourteen (14) days <strong>of</strong> the Notice <strong>of</strong> Award.The <strong>City</strong> <strong>of</strong> <strong>Champaign</strong>, Illinois, reserves the right to reject any or all Proposals or portionsthere<strong>of</strong> and to waive any formality or technicality in any Proposals in the interest <strong>of</strong> the <strong>City</strong>.The contractor shall comply with the Illinois Prevailing Wage Act, the Veteran’s Preference Act,the Employment <strong>of</strong> Illinois Workers on Public Works Act, the <strong>City</strong>’s Equal Opportunity inPurchasing Ordinance and the Illinois Human Rights Act.If federal funds are used to finance this project, the contractor shall comply with the Davis-Bacon Act.<strong>City</strong> <strong>of</strong> <strong>Champaign</strong>


SECTION 1. INTRODUCTION1.1 Standard TerminologyThe term “<strong>City</strong>” refers to the <strong>City</strong> <strong>of</strong> <strong>Champaign</strong>, except that when a Request is issued byMetcad or the <strong>Champaign</strong> Public Library, it shall mean “<strong>City</strong> <strong>of</strong> <strong>Champaign</strong> on behalf <strong>of</strong>”the relevant agency. A prospective Contracting Agency will be referred to as the“Vendor” or “Contractor”. “Proposal” shall refer to all proposals, quotes, and/orqualifications submitted in response to this Request.1.2 Vendor QuestionsALL questions pertaining to this Request (RFP or RFQ) must be submitted in writing atleast five (5) business days prior to the deadline for submission to:Greg SkaggsCommunity Development Specialist<strong>City</strong> <strong>of</strong> <strong>Champaign</strong>102 N Neil St.<strong>Champaign</strong>, IL 61820Facsimile:(217) 403-7090Email:greg.skaggs@ci.champaign.il.usVendors are prohibited from contacting staff <strong>of</strong> the <strong>City</strong> <strong>of</strong> <strong>Champaign</strong> regarding thisRequest except as specifically set forth herein. Failure to comply with this provision mayresult in rejection <strong>of</strong> any or all proposals.1.3 General InstructionsA. All proposals should follow the format described in this Section and in “Contentand Format” Section <strong>of</strong> this Request. Vendor shall provide information requestedby this Request in a direct and concise manner. Responses shall refer directlyto section numbers in this Request and meet or exceed the requirements asdescribed.B. The requirements stated herein are mandatory unless stated otherwise. It shouldbe understood that failure to respond to a specific requirement may be the basisfor eliminating a Vendor from consideration during comparative evaluation <strong>of</strong>proposals.C. The <strong>City</strong> <strong>of</strong> <strong>Champaign</strong> reserves the right to accept or reject any or all proposals,or portions there<strong>of</strong>.D. When a package proposal is made for a package price, the package price shallbe taken to include all items referenced in the package.E. The Vendor may submit multiple proposals involving various methods <strong>of</strong> meetingproposal objectives. However, each submitted proposal shall be complete inevery respect and marked as Proposal No. 1, No. 2, etc. on the cover page.2Form A-1 6/12


F. Subsequent to receipt <strong>of</strong> proposals, the <strong>City</strong> or its authorized representative mayrequire the Vendor to make oral presentations or to respond to telephone calls orclarify its Proposal.G. Section and subsection numbering should be in a consistent format using thenumbers indicated in the “Content and Format” section <strong>of</strong> the Request andbeginning each section on a new page.1.4 Content and FormatAn original plus the required number <strong>of</strong> copies <strong>of</strong> the proposal shall be submitted alongwith all the required documentation. The original and copies <strong>of</strong> the proposal shall bepackaged separately and securely bound and sealed. Each shall show the name andaddress <strong>of</strong> the Vendor submitting the proposal on the front cover.Proposals should include the following in the order listed. Each section should belabeled.Section 1.Vendor Information:(A)(B)(C)(D)Name, address, phone number, email and website <strong>of</strong> the Vendor;Name <strong>of</strong> the contact person for the Vendor;A brief company pr<strong>of</strong>ile describing the chain <strong>of</strong> command for eachperson assigned to the project. Document the availability <strong>of</strong> allpersons assigned to the project and whether the Vendor hassufficient resources to complete the project within the <strong>City</strong>’s timeconstraints.A Statement <strong>of</strong> Qualifications, including a narrative or otherstatement by the firm <strong>of</strong> its qualifications for the proposed project.Section 2.References:List <strong>of</strong> two (2) references that may be contacted. Include the name,address, phone number, website and a contact person for eachreference.Section 3.Acknowledgments:Acknowledgment <strong>of</strong> any response to questions or addenda sent by the<strong>City</strong>.Section 4.Proposal Information:(A)(B)Address each and every requirement listed in the Specificationsby providing:(i) An overview <strong>of</strong> the proposal(ii) Detailed technical response(iii) Detailed costsProposal Form(s) if provided by the <strong>City</strong>.3Form A-1 6/12


Section 5.Contract Documents:The selected Vendor will be required to execute a contract with the <strong>City</strong> insubstantially the form provided. The person or persons signing on behalf<strong>of</strong> the selected Vendor must be authorized by said Vendor to sign such acontract. If the person signing for the Vendor is not a corporate <strong>of</strong>ficer inthe case <strong>of</strong> a corporation, a partner in the case <strong>of</strong> a partnership, or amember in the case <strong>of</strong> an LLC, then the Vendor shall providedocumentation <strong>of</strong> that person’s authority to execute the contract on behalf<strong>of</strong> the Vendor. Acceptable documentation <strong>of</strong> said authority shall include aresolution adopted by the board <strong>of</strong> the business entity in question orbylaws <strong>of</strong> that entity granting said authority, or a cover letter signed by acorporate <strong>of</strong>ficer, a partner or a member as the case may be, grantingsaid authority.A full and valid complement <strong>of</strong> all standard Vendor warranties should beincluded. The contract documents shall incorporate all requirementsrequired in this Request and all elements <strong>of</strong> the Vendor’s proposal. Thevendor’s contract shall state that in the event <strong>of</strong> a conflict between therequirements <strong>of</strong> this Request or the Vendor’s contract, the Requestrequirements shall govern.Section 6.Additional Contract Documents:The Vendor shall submit the following additional documents with theProposal:(A) Disclosure Affidavit(B) Affirmative Action Report Form OR Certificate from CommunityRelations Office [(217) 403-8830].(C) Dual Representation Affidavit - Not Necessary1.5 Proposal Guarantee (APPLICABLE TO THIS <strong>REQUEST</strong>)All proposals made in response to this Request shall be accompanied by a bank draft,cashier's check, letter <strong>of</strong> credit, certified check or proposal bond issued by a licensedsurety equal to ten percent (10%) <strong>of</strong> the total value <strong>of</strong> the proposal to secure a proposalbond. Any check submitted to secure the proposal must be made out to the “<strong>City</strong> <strong>of</strong><strong>Champaign</strong>”. This security will be returned upon the signing <strong>of</strong> a contract with theselected Vendor, the withdrawal <strong>of</strong> this Request, or the withdrawal <strong>of</strong> a proposal as setforth by this Request. Failure <strong>of</strong> the selected Vendor to submit any required documentsin the form and time required by the <strong>City</strong> shall constitute cause for the <strong>City</strong> to retain thesum posted, not as a penalty, but as liquidated damages. By submission <strong>of</strong> a proposal,the Vendor acknowledges the impracticability <strong>of</strong> calculating the actual damages whichwould be suffered by the <strong>City</strong> for its failure to comply with the Request and agrees thatthe sum posted is reasonable.4Form A-1 6/12


1.6 Evaluation CriteriaThe <strong>City</strong> will conduct an evaluation <strong>of</strong> the proposal(s) submitted. The evaluation will bebased on at least the following criteria; however, not necessarily in the order provided orwith equal weight given to each criterion.The Vendor will be evaluated based on:A. Compliance with the Request requirements;B. Cost <strong>of</strong> the specified items or services; andC. Other criteria as set forth below:1.7 Customer Service(1) The ability, capacity, and skill <strong>of</strong> the Vendor to perform the contract orprovide the service required;(2) The capacity <strong>of</strong> the Vendor to perform the contract or provide the servicepromptly or within the time specified, without delay or interference;(3) The character, integrity, reputation, judgment, experience and efficiency<strong>of</strong> the Vendor including but not limited to past performance record; defaultunder previous contracts, whether or not such contracts were with the<strong>City</strong>; competency; and failure to pay or satisfactorily settle all bills due forlabor and material on former contracts;(4) The previous and existing compliance by the Vendor with laws andordinances relating to the contract;(5) The quality, availability and adaptability <strong>of</strong> the supplies, machinery, plantor other equipment or contractual services to the particular use required;(6) The ability <strong>of</strong> the Vendor to provide future maintenance and service forthe use <strong>of</strong> the subject <strong>of</strong> the contract, including guarantees;(7) The sufficiency <strong>of</strong> the financial resources and financial ability <strong>of</strong> theVendor to enter into and perform the contract or service;(8) Whether the Vendor is entitled to Local Preference pursuant to Section12.5-34 <strong>of</strong> the <strong>Champaign</strong> Municipal Code, 1985 as amended;(9) Completion and approval <strong>of</strong> the EEO/AA paperwork.The <strong>City</strong> expects the Vendor to deliver a high level <strong>of</strong> customer service regarding themanufacture, delivery, and installation <strong>of</strong> any equipment and the provision <strong>of</strong> any serviceto the <strong>City</strong>, its employees and its customers.1.8 Rights to Submitted MaterialsAll proposals, responses, inquiries, or correspondence relating to or in reference to thisRequest, and all reports, charts, displays, and other documentation submitted by the5Form A-1 6/12


Vendor shall become the property <strong>of</strong> the <strong>City</strong> when received and shall not be returned tothe Vendor. The <strong>City</strong> reserves the right to use the material or any ideas submitted in thisproposal in response to the Request whether amended or not. Selection or rejection <strong>of</strong>any proposal does not affect this right.1.9 Public Records and Requests for Confidential TreatmentProposals become the property <strong>of</strong> the <strong>City</strong> and, along with late submissions, will not bereturned to the proposing party. Your proposal will be open to the public under theIllinois Freedom <strong>of</strong> Information Act (“FOIA”) (5 ILCS 140) and other applicable laws andrules, unless you request in your proposal that <strong>City</strong> treat certain information as exempt.A request for confidential treatment will not supersede the <strong>City</strong>’s legal obligations underFOIA. The <strong>City</strong> will not honor requests to exempt entire proposals, and it shall be yourresponsibility as the proposing party to show the specific grounds under FOIA or otherlaw or rule that support exempt treatment. Regardless the application <strong>of</strong> any exemptionspursuant to FOIA or other law or rule, the <strong>City</strong> shall disclose the successful proposer’sname, the substance <strong>of</strong> the proposal, and the price.If you request exempt treatment <strong>of</strong> a portion(s) <strong>of</strong> your proposal, you must submit anadditional copy <strong>of</strong> your proposal with such exempt information deleted. This copy muststate the general nature <strong>of</strong> the material redacted and shall retain as much <strong>of</strong> theproposal as possible. You, the proposing party, shall be responsible for any costsassociated with the <strong>City</strong>’s defense <strong>of</strong> your request for exempt treatment. Further, youagree to allow the <strong>City</strong> to facilitate evaluation, or to respond to requests for publicrecords. Additionally, you warrant that the copy or duplication <strong>of</strong> your proposal pursuantto a request for public records will not violate the rights <strong>of</strong> any third party.1.10 Proprietary InformationAny restrictions on the use <strong>of</strong> information contained within a proposal shall be clearlystated as such within the proposal. The <strong>City</strong> will only be able to comply with a requestfor confidentiality to the extent allowed by law.1.11 Affirmative ActionIf this contract will be over $17,500, the Vendor shall comply with the Equal Opportunityin Purchasing Ordinance <strong>of</strong> the <strong>City</strong> <strong>of</strong> <strong>Champaign</strong> (Section 12.5-65 <strong>of</strong> the <strong>Champaign</strong>Municipal Code, 1985, as amended). Pursuant to the Ordinance, the Vendor must haveon file a Certificate <strong>of</strong> Approval or an Affirmative Action Form plus an approvedAffirmative Action Plan before a Vendor can be selected. Inquiries concerning thisrequirement may be directed to the Community Relations Office, 102 N. Neil Street,<strong>Champaign</strong>, IL 61820 or by telephone at (217) 403-8830.1.12 Acceptance <strong>of</strong> Proposal ContentThe contents <strong>of</strong> the proposal or parts there<strong>of</strong> selected by the <strong>City</strong> will be incorporatedinto the final Contract Documents to the extent they comply with this Request.6Form A-1 6/12


1.13 Cost <strong>of</strong> the Vendor to Respond to RequestThe <strong>City</strong> is not responsible for any cost incurred by a Vendor in the process <strong>of</strong>responding to this Request or for any pre-contract costs incurred by any Vendorparticipating in the selection process.1.14 Public AdvertisingThe Vendor is specifically denied the right to use the name <strong>of</strong> the <strong>City</strong> <strong>of</strong> <strong>Champaign</strong> forpublic advertising or reference in any form or medium without the express writtenpermission <strong>of</strong> the <strong>City</strong> <strong>of</strong> <strong>Champaign</strong>.1.15 TerminationThe <strong>City</strong> reserves the right to terminate the selection process at any time, to reject anyor all proposals and to award the contract in the best interest <strong>of</strong> the <strong>City</strong> <strong>of</strong> <strong>Champaign</strong>.1.16. Payment and Performance Bond - Applicable to this RequestThe selected vendor will be required to furnish a Payment and Performance Bond asrequired by Part 4 Section 4.9 within fourteen (14) days <strong>of</strong> being notified in writing <strong>of</strong> itsselection. Vendors making proposals shall be familiar with the Performance Bondrequirement contained in the contract documents.7Form A-1 6/12


PART 2GENERAL CONDITIONS2.1 Project Information.Project Name:Project Location:Project Description:Conditions:Gateway Studio Apartments Demolition1505 N Neil Street, <strong>Champaign</strong>, IL 61820See Technical SpecificationsSee Technical SpecificationsThe Contractor shall provide all labor, materials, tools, utility costs, equipment and otherservices and incidentals necessary or convenient for the proper execution and completion<strong>of</strong> the project, as shown on the plans and as specified in the Contract Documents, and thecarrying out <strong>of</strong> all duties and obligations imposed on the Contractor by the ContractDocuments.2.2 Compliance With Laws. The Contractor shall perform in compliance with all federal, stateand local laws, ordinances, statutes, rules and regulations governing or affecting theperformance <strong>of</strong> this work. Particular attention is directed to Section 21-14 <strong>of</strong> the<strong>Champaign</strong> Municipal Code, 1985, as amended, prohibiting construction noise between thehours <strong>of</strong> 10:00 p.m. and 7:00 a.m., unless a waiver is obtained pursuant to Section 21-17.2.3 Contract Documents.A. Contract Documents; Conflicts. The following documents are a part <strong>of</strong> thecontract and are incorporated by reference herein:1. Properly executed Change Orders;2. Addenda issued during bidding process;3. General Conditions (Parts 2 and 4);4. Notice and Instructions to Bidders (Part 1);5. Technical Specifications (Part 3);6. Plans and Drawings approved by the <strong>City</strong> Engineer;7. Supplemental Conditions or Specifications;8. Standard Specifications as described in 2.3B – E;9. Payment and Performance Bond;10. Certificate(s) <strong>of</strong> Insurance;11. Current IDOT Prequalification Certificate (Not Applicable to this Contract)12. Affidavits.In the event <strong>of</strong> a conflict within these Contract Documents and unless otherwisestated, the language within the lower number document shall take precedence overthe higher number document.B. Standard Specification. Except as otherwise stated, the project shall be governedby the “Standard Specifications for Road and Bridge Construction," adoptedJanuary 1, 2012, by the Illinois Department <strong>of</strong> Transportation, as amended fromtime to time by IDOT, including, but not limited to, the supplemental specificationsPart 2 GC-Outdoor CIP - 1 - C-4 6/13


and recurring special provisions adopted January 1, 2013 by IDOT. Thesespecifications are hereafter referred to as “Standard Specifications.”C. Water and Sewer Main Standards. The “Standard Specifications for Water andSewer Main Construction in Illinois,” Sixth Edition, July 2009, shall govern theproject with regard to construction specifications for water lines and sanitary sewerconstruction. In the case <strong>of</strong> conflict with regard to specifications <strong>of</strong> water and sewermain construction, the “Standard Specifications for Water and Sewer MainConstruction in Illinois” shall govern.D. Traffic Control Devices and Other Traffic Control Items. The latest edition ineffect on the date <strong>of</strong> issuance <strong>of</strong> the Contract Documents <strong>of</strong> the “Manual on UniformTraffic Control Devices,” prepared by the Illinois Department <strong>of</strong> Transportation, shallgovern all items and requirements relating to the application <strong>of</strong> traffic controldevices, traffic safety, and traffic control within or around the construction sites.E. “Highway Standards”. “Highway Standards,” prepared by the Illinois Department<strong>of</strong> Transportation, shall provide details <strong>of</strong> standard designs <strong>of</strong> variousappurtenances that may be referenced in the plans. The Highway Standards shallbe references by standard number, which includes a revision number. The HighwayStandards number with the revision number listed on the Index <strong>of</strong> Sheets included inthe plans shall hold precedence over the Highway Standards numbers listedelsewhere in the plans or Contract Documents.F. Sources <strong>of</strong> Copies <strong>of</strong> Standards.1. Copies <strong>of</strong> the “Standard Specifications for Road and Bridge Construction,”and the “Highway Standards” can be obtained from:Illinois Department <strong>of</strong> Transportation2300 South Dirksen ParkwaySpringfield, IL 62764www.dot.state.il.us2. Copies <strong>of</strong> the “Manual on Uniform Traffic Control Devices” can be obtainedfrom:Illinois Department <strong>of</strong> Transportation2300 South Dirksen ParkwaySpringfield, IL 62764www.dot.state.il.us and http://mutcd.fhwa.dot.gov3. Copies <strong>of</strong> the “Standard Specifications for Water and Sewer MainConstruction in Illinois” can be obtained from the following:Illinois Society <strong>of</strong> Pr<strong>of</strong>essional Engineers600 South Second StreetSpringfield, IL 60204http://www.ilspe.comIllinois Municipal League1220 South Seventh StreetSpringfield, IL 62703http://www.iml.orgPart 2 GC-Outdoor CIP - 2 - C-4 6/13


The Associated General Contractors <strong>of</strong> Illinois3219 Executive Park DriveP.O. Box 2579Springfield, IL 62708http://www.agcil.org2.4 Construction Managements, Scheduling and Time Limit for the ProjectA. Job Site Agent. At the inception <strong>of</strong> the project, the Contractor shall notify the <strong>City</strong>Engineer <strong>of</strong> the name <strong>of</strong> its job site agent. The Contractor shall notify the <strong>City</strong>Engineer <strong>of</strong> any change <strong>of</strong> the job site agent, immediately upon such change. Thejob site agent shall be a competent English-speaking individual capable <strong>of</strong> readingand thoroughly understanding the plans and specifications and thoroughlyexperienced in the type <strong>of</strong> work being performed, who shall receive instructions fromthe <strong>City</strong> Engineer or authorized representatives. The job site agent shall have fullauthority to execute orders or directions <strong>of</strong> the <strong>City</strong> Engineer without delay, and topromptly supply such materials, equipment, tools, labor, and incidentals as may berequired. The job site agent shall be furnished irrespective <strong>of</strong> the amount <strong>of</strong> worksublet.B. Completion Date. Time is <strong>of</strong> the essence <strong>of</strong> the contract. The <strong>City</strong> Engineer will bemonitoring the Contractor’s progress toward final completion. The Contractor shallcomplete the work within the number <strong>of</strong> calendar days specified or by the specificdate in the bid form contained in Part 4 <strong>of</strong> the Contract Documents. The“Completion Date” may be further described in Part 3 <strong>of</strong> this document, entitled“Technical Specifications”. The time shall begin to run on the date the Contractorreceives the written notice to proceed. The contract completion period may beextended only by written change order.C. Project Schedule and Other Submissions.1. All shop drawings required in the plans or Part 3 shall be submitted to theEngineer within fourteen (14) calendar days <strong>of</strong> receipt <strong>of</strong> the “Notice <strong>of</strong>Award”.2. Within fourteen (14) calendar days from the date the contract is signed bythe Contractor, the Contractor shall submit to the <strong>City</strong> Engineer for approval,a feasible Project Schedule showing the order in which the Contractorproposes to carry on the work, the dates on which the Contractor will starteach major work activity, and the planned dates for completing each majorwork activity. The schedule shall contain a date certain for substantialcompletion and a date certain for final completion.3. The Project Schedule shall show the proposed time for completing all workon the project including ordering and delivery <strong>of</strong> all materials to beincorporated in the work, together with a list <strong>of</strong> the sources from which thematerials are to be obtained. The schedule shall show the critical path on aGantt Chart or bar chart, or other appropriate scheduling tool or documentapproved by the <strong>City</strong> Engineer, which shall indicate the work to becompleted and the time schedule. The schedule shall include an allowancefor work delays due to weather conditions. Refer to Time Extensions Due toWeather in this contract document for additional information about workPart 2 GC-Outdoor CIP - 3 - C-4 6/13


delays due to weather. No payment will be approved unless an up-to-dateapproved schedule is on file with the <strong>City</strong> Engineer.4. Work on <strong>City</strong> observed holidays is prohibited without prior writtenauthorization from the Public Works Director. If a <strong>City</strong> Holiday falls on aSaturday, then work is prohibited on the preceding Friday. If the <strong>City</strong> Holidayfalls on a Sunday, then work is prohibited on the following Monday. <strong>City</strong>Holidays are:New Years DayMemorial DayLabor DayThanksgiving DayChristmas Eve DayMartin Luther King’s BirthdayFourth <strong>of</strong> JulyVeteran’s DayFriday after ThanksgivingChristmas DayCompliance with this provision shall be considered incidental and no specialpayment will be made. The decision as to whether or not to allow theContractor’s request to work on <strong>City</strong> Holidays shall be in the Public WorksDirector’s sole discretion as the Director determines to be in the best interest<strong>of</strong> the public.5. The failure to produce a critical path schedule does not relieve theContractor <strong>of</strong> the obligation to complete the project within the time requiredby these documents. All schedules shall be in a form approved by the <strong>City</strong>Engineer in his sole discretion. The delivery date <strong>of</strong> such schedule may onlybe extended by written approval <strong>of</strong> the <strong>City</strong> Engineer.D. Substantial Completion Explanation. The term "substantial completion" shallmean substantial completion <strong>of</strong> the work, or <strong>of</strong> a designated portion, occurring onthe date when construction is sufficiently complete in accordance with the ContractDocuments so that the <strong>City</strong> can occupy or utilize the Project, or a designatedportion, for the use <strong>of</strong> which it is intended. The term “Substantial Completion” maybe further defined in Part 3, entitled “Technical Specifications”. Such technicaldefinition may include a listing <strong>of</strong> specific work items that must be complete in theirentirety for the Project to be considered substantially complete. A certificate <strong>of</strong>Substantial Completion signed by the <strong>City</strong> shall confirm this date.E. Final Completion Explanation. The term “final completion” does not mean“substantial completion.” The term “final completion” shall mean that all the workdescribed on the plans and specifications or work necessary to restore land orbuildings damaged or impacted by the project shall be accomplished in its entirety.This work includes any and all construction, grading, shaping, landscaping, sodding,seeding, mulching, restoration, or clean up that may be required on the project. Allitems, which require correction due to final inspection (“punch list items”), shall becorrected or reconstructed in their entirety prior to final completion.The work is not finally complete if any item <strong>of</strong> work remains to be accomplished or ifthe Contractor has not submitted any required document, including but not limited tooperators’ manuals, shop drawings, and other documents essential for completionor maintenance <strong>of</strong> the work, or completed any obligation imposed on Contractor bythe Contract Documents.Part 2 GC-Outdoor CIP - 4 - C-4 6/13


The term “Final Completion” may be further defined in Part 3, entitled “TechnicalSpecifications”. Such technical definition may include a listing <strong>of</strong> specific work itemsthat must be complete in their entirety for the Project to be considered finallycomplete. A certificate <strong>of</strong> Final Completion signed by the <strong>City</strong> shall confirm thisdate.F. Project Progress.1. If the Contractor’s progress is materially affected by changes in the plans orin the approved amount <strong>of</strong> the work, or if, in the sole judgment <strong>of</strong> the <strong>City</strong>Engineer, such changes become necessary in the best interests <strong>of</strong> theproject due to circumstances not known at the time the contract was enteredinto or arising thereafter, or if the Contractor has failed to comply with itsapproved progress schedule, it shall submit a revised project schedule ifrequested by the <strong>City</strong> Engineer, which schedule shall show how theContractor proposes to prosecute the balance <strong>of</strong> the work. The Contractorshall submit a revised progress schedule within seven (7) calendar daysafter the date <strong>of</strong> the request by the <strong>City</strong> Engineer. The Contractor shallmake every progress schedule submitted by the Contractor consistent withall contract requirements regarding the order <strong>of</strong> performance <strong>of</strong> portions <strong>of</strong>the work. No payment will be made to the Contractor while theContractor is delinquent in the submission <strong>of</strong> a progress schedule.2. The Contractor shall use all practical means to make the progress <strong>of</strong> thework conform to that shown on the progress schedule that is in effect. If theContractor falls behind the scheduled progress, the Contractor shall takesuch steps as may be necessary to improve progress. In the event <strong>of</strong> failureto do so, the <strong>City</strong> Engineer may require the Contractor to increase any or all<strong>of</strong> the Contractor’s forces, shifts, days or hours <strong>of</strong> work, and/or adjust theconstruction plan so as to improve progress as required by the schedule, allwithout additional cost to the <strong>City</strong>. The Contractor shall make suchadjustments within 72 hours after receipt <strong>of</strong> written direction from the <strong>City</strong>Engineer. For each day or part there<strong>of</strong> that the Contractor does not complywith the direction <strong>of</strong> the <strong>City</strong> Engineer, the Contractor shall be liable for andpay to the <strong>City</strong> or the <strong>City</strong> shall be entitled to withhold from amounts due asset forth under 2.16(b).G. Liquidated Damages.1. Liquidated damages shall be charged in accordance with these documentsand Article 108.09 <strong>of</strong> the Standard Specifications except as modified bythese General Conditions. If a conflict between these documents and Article108.09 <strong>of</strong> the Standard Specifications arises, these documents will control.2. Liquidated damages shall be charged at the rate <strong>of</strong> $1,025 per calendar day.By entering this agreement, the Contractor specifically acknowledges that itis impractical to calculate and prove actual delay costs for failure to completethe contract on time. The amount stated above accounts for administration,engineering, inspection, and supervision costs <strong>of</strong> delay during periods <strong>of</strong>delayed performance, as well as damages to the public for inability to usethe public improvement.Part 2 GC-Outdoor CIP - 5 - C-4 6/13


3. Liquidated damages shall accrue starting the first day after substantialcompletion or final completion, whichever is applicable, should have beenaccomplished until substantial completion or final completion, whichever isapplicable, is accomplished to the satisfaction <strong>of</strong> the <strong>City</strong> Engineer in his solediscretion, unless otherwise stated in Part 3 <strong>of</strong> this document, entitled“Technical Specifications.”H. Time Extensions.1. Request for Time Extensions. The Contractor may request an extension<strong>of</strong> time when it can establish justification as specified in Article 108.08 <strong>of</strong> theStandard Specifications for Road and Bridge Construction, as modified bythis document. The Contractor must make the request in writing, and in themanner specified in 108.08. The contract schedule and completion datesmay be modified only by a properly executed written change order.2. Weather Related Time Extensions. Article 108.08(b)(2) <strong>of</strong> the StandardSpecifications concerning Extraordinary Conditions <strong>of</strong> Weather shall bemodified by the addition <strong>of</strong> the following:“The <strong>City</strong> <strong>of</strong> <strong>Champaign</strong> interprets that extraordinary conditions <strong>of</strong> weatherwould include the number <strong>of</strong> rainfall events that exceed normal frequency.The term normal frequency shall be defined as the range <strong>of</strong> rainfall eventsthat falls within plus or minus one standard deviation from the median. Thisrange <strong>of</strong> rainfall events is expected to occur approximately 85% <strong>of</strong> the time.To determine the actual number <strong>of</strong> rainfall events that fall within the normalrange for the particular seasons <strong>of</strong> the year, weather records collected by theIllinois State Water Survey for the period from 1965 to 2001 were statisticallyanalyzed. The number <strong>of</strong> rainfall events during which more than 0.10 inch <strong>of</strong>rain fell were averaged for each month and the standard deviation wascomputed. The normal frequency <strong>of</strong> rainfall events for each month wasdetermined by adding one standard deviation to the average and roundingup to the next whole number. The result is the normal frequency <strong>of</strong> rainfallevents greater than 0.10 inches, which is shown in the table at the end <strong>of</strong>this section.Weather conditions that are dryer than normal do not present constructionproblems and therefore no change in contract time will be approved.Weather conditions that are wetter than normal may impact and delayconstruction. Therefore, for each day that a rainfall event <strong>of</strong> 0.10 inch orgreater occurs above the expected normal frequency, one additionalcalendar day shall be added to the construction contract completion date.Rainfall shall be measured on the job site where work is being performed.”Part 2 GC-Outdoor CIP - 6 - C-4 6/13


Rainfall Frequency Analysis for <strong>Champaign</strong>, Illinois1965 to 2001Frequency <strong>of</strong> Rainfall Events Greater Than 0.10 Inches.Month Average One Standard Deviation Normal FrequencyApril 7.8 2.8 11May 7.8 2.4 11June 6.0 2.7 9July 6.7 2.9 10August 6.3 2.4 9September 5.4 2.5 8October 5.6 2.0 8November 6.1 2.3 93. Fire Related Time Extensions. Article 108.08(b)(4) <strong>of</strong> the StandardSpecifications concerning Fires shall be modified by the addition <strong>of</strong> thefollowing:“Fires on the job site, adjacent to the work site, or involving the Contractors’,sub-contractors’ or material suppliers’ property that materially affects theprogress <strong>of</strong> the work will be considered as justification for an extension <strong>of</strong>time.”4. Epidemic Related Time Extensions. Article 108.08(b)(5) <strong>of</strong> the StandardSpecifications concerning Epidemics shall be modified by the addition <strong>of</strong> thefollowing:“Epidemics that affect the Contractors’, sub-contractors’ or materialsuppliers’ ability to obtain construction labor or labor to produce materials willbe considered a justification for an extension <strong>of</strong> time.”5. Material Delivery Related Time Extensions. Article 108.08(b)(8) <strong>of</strong> theStandard Specifications concerning material delivery shall be modified by theaddition <strong>of</strong> the following:“Material delivery delays may be considered a justification for an extension<strong>of</strong> time when the Contractor has exercised due diligence in securing criticalmaterials. Due diligence is established when the following conditions havebeen met:a. The Contractor has submitted all shop drawings in compliance with2.4(C)(1) above; andb. The submitted shop drawings demonstrate that the selected materialsupplier’s delivery schedule will permit the Contractor to meet thecompletion date requirements specified in the bid documents; andc. The Contractor has placed the order for materials in compliance withthe material suppliers’ requirements within five (5) business days <strong>of</strong>the date <strong>of</strong> the Notice to Proceed or shop drawing approval,whichever is later; andd. The Contractor notifies the <strong>City</strong> Engineer in writing immediately, butno later than within five (5) business days <strong>of</strong> receiving notice <strong>of</strong> themanufacturer’s inability to deliver materials pursuant to the schedule;ande. The <strong>City</strong> Engineer has investigated the material supplier’s claim <strong>of</strong>delayed delivery and found it to be justified.Part 2 GC-Outdoor CIP - 7 - C-4 6/13


6. Other Time Extensions. This Section 2.4 may be further modified ordefined in Part 3 – Technical Specifications.2.5 Guarantee Period (This Section does not apply to construction contracts funded withMotor Fuel Taxes administered by the Illinois Department <strong>of</strong>Transportation.)The Contractor warrants all work performed under this contract is free from defects and wasperformed in accordance with the Contract Documents for a period <strong>of</strong> one (1) year from thedate <strong>of</strong> final completion <strong>of</strong> the work, as accepted in writing, by the <strong>City</strong> Engineer after allother partied have signed the document. In case <strong>of</strong> acceptance <strong>of</strong> a part <strong>of</strong> the work foruse or occupancy prior to the final acceptance <strong>of</strong> the entire work, the guarantee for the partso accepted shall be for a period <strong>of</strong> one (1) year from the date <strong>of</strong> such partial acceptance,in writing, by the <strong>City</strong> Engineer. Work performed due to this warranty requirement shall beguaranteed for a period <strong>of</strong> one (1) year. This Section 2.5 may be further amended in Part 3– Technical Specifications.2.6 Utilities and Other Facilities Encountered. In addition to the following sections, theContractor shall comply with Article 105.07 <strong>of</strong> the Standard Specifications.A. Location <strong>of</strong> Facilities Not Shown on Plans. The Contractor is advised thatvarious underground and surface utilities and other facilities may or may not beshown on the plans. The locations and dimensions <strong>of</strong> such facilities where showndo not purport to be absolutely correct. Such facilities are plotted on the plans forthe information <strong>of</strong> the Contractor, but information so given is not to be construed asa representation that such facilities will be found or encountered exactly as plotted.Other facilities and structures may also be encountered which are not shown on theplans. The <strong>City</strong> and its <strong>City</strong> Engineer assume no responsibility whatever in respectto the sufficiency or accuracy <strong>of</strong> the information shown in the plans relative to thepresence or location <strong>of</strong> such facilities.B. Contractor Responsible for Locating Facilities. Before beginning work, it shallbe solely the Contractor's responsibility to coordinate with the utility or other facilityowners and to determine the actual location <strong>of</strong> all such facilities. The Contractorshall also obtain from the respective companies detailed information relative to thelocation <strong>of</strong> their facilities and the working schedules <strong>of</strong> the companies for removingor adjusting them.C. Field Locations; Companies Known to Have Facilities Within the <strong>City</strong>. For fieldlocations for all utilities call "JULIE" at 800-892-0123.(http://www.illinois1call.com/index.htm) The following is a partial list <strong>of</strong> companies,municipalities or agencies known to have underground or overhead facilities withinthe <strong>City</strong> right-<strong>of</strong>-way in the <strong>City</strong> <strong>of</strong> <strong>Champaign</strong>:Part 2 GC-Outdoor CIP - 8 - C-4 6/13


COMMUNICATIONSPOWERAND GASRAILROADSEWERSSTREETLIGHTS &TRAFFICSIGNALSWATERAT&T201 S. Neil Street<strong>Champaign</strong>, IL 61820Phone (217) 398-7980Fax (217) 398-7991Comcast303 Fairlawn DriveUrbana, Illinois 61801Phone (217) 384-2530FAX (217) 384-2021AmerenConstruction Engineering500 S. 27 th StreetDecatur, IL 62521Phone: 1800-892-7715Fax: (217) 425-4161Canadian National/Illinois Central2905 N. OakUrbana, IL 618021-888-888-5909<strong>City</strong> <strong>of</strong> <strong>Champaign</strong> Operations702 Edgebrook Drive<strong>Champaign</strong>, IL 61820-2159Phone: (217) 403-4770Fax: (217) 403-4754Urbana-<strong>Champaign</strong> Sanitary District1100 E. University AvenueUrbana, IL 61803Phone: (217) 367-3409Fax: (217) 367-2603<strong>City</strong> <strong>of</strong> <strong>Champaign</strong> Traffic &Lighting702 Edgebrook Drive<strong>Champaign</strong>, IL 61820-2159Phone: (217) 403-4710Fax: (217) 403-4755Illinois American WaterP.O. Box 578Alton, Illinois 62002Phone: 1-800-422-2782Fax: (618) 433-4569University <strong>of</strong> IllinoisFacilities & ServicesService Office(217) 333-0340University <strong>of</strong> IllinoisFacilities & ServicesService Office(217) 333-0340Norfolk & SouthernTrack Supervisor2100 W. College AvenueNormal, IL 61761-2372Phone (309) 452-7922University <strong>of</strong> IllinoisFacilities & ServicesService Office(217) 333-0340University <strong>of</strong> IllinoisFacilities & ServicesService Office(217) 333-0340University <strong>of</strong> IllinoisFacilities & ServicesService Office(217) 333-0340D. Maintain Facilities in Operating Condition. The Contractor shall maintain inoperating condition all utilities and other facilities encountered in the work except asspecifically noted by the Contract Documents. The Contractor shall be entirelyresponsible for all damages to water pipes; electrical conduits; existing drains orsewers; gas pipes; and poles carrying electrical current, telephone, telegraph ortelevision lines during the prosecution <strong>of</strong> the work and shall be liable for damages topublic or private property resulting therefrom, which amount may be deducted fromany monies due the Contractor for work done. Any damage to existing utilities andother facilities as a result <strong>of</strong> the Contractor's construction operations shall berepaired to the satisfaction <strong>of</strong> the facility owner at the Contractor's expense, whetheror not said facilities are shown on the plans.Part 2 GC-Outdoor CIP - 9 - C-4 6/13


E. Contractor Responsible for Cost <strong>of</strong> Moving Facilities. Facilities that are withinthe limits <strong>of</strong> and interfere with the proposed construction are to be moved orremoved at no cost to the <strong>City</strong> except as otherwise provided for in the StandardSpecifications, General Conditions, Technical Specifications or as noted in theplans.It is understood and agreed that the Contractor has considered in the bid all <strong>of</strong> theknown, and otherwise unknown, permanent and temporary facility appurtenances intheir present or relocated positions and that no additional compensation will beallowed for any delays, inconvenience or damage sustained by the Contractor dueto any interference from the said facility appurtenances or by the operation <strong>of</strong>moving them either by the facility owners or by the Contractor; or for any specialconstruction methods or sequences required in prosecuting the work due to theexistence <strong>of</strong> said appurtenances either in their present or relocated positions.F. Notification Requirement for Damages to Utilities and Facilities.1. Gas Utility Damage. If the Contractor or its subcontractor cuts a gas line <strong>of</strong>any size, the Contractor shall immediately, and not later than ten (10)minutes after such damage, notify the <strong>Champaign</strong> Fire Department bycalling ‘911’ and reporting a gas line cut. After the <strong>Champaign</strong> FireDepartment is notified, the Contractor shall notify the appropriate utilitycompany <strong>of</strong> the damage. The Contractor shall notify the utility company <strong>of</strong>such damage immediately and not later than ten (10) minutes <strong>of</strong> itsoccurrence unless unusual or extreme conditions prevent the Contractorfrom making notification.2. Other Facilities. In the event that any other type <strong>of</strong> utility or other facilityline is damaged, the Contractor shall notify the appropriate facility company<strong>of</strong> the damage. The Contractor shall notify the facility company <strong>of</strong> suchdamage immediately and not later than ten (10) minutes <strong>of</strong> its occurrenceunless unusual or extreme conditions prevent the Contractor from makingnotification.G. Notice to Water Company Regarding Fire Hydrant Use.The Contractor shall notify the water company <strong>of</strong> the dates and times when a firehydrant will be required for use on a project and shall also notify the company whenthe use is completed.2.7 Protection <strong>of</strong> Existing Features Within and Adjacent to the Work Area.A. General. The Contractor shall preserve and protect all existing trees, shrubs,plantings, street signs, parking meters, fences, retaining walls, windows, light poles,pavement surfaces, property survey monuments, structures and utility lineappurtenances unless otherwise provided for in the plans and Contract Documents.Any required protection <strong>of</strong> existing features within and adjacent to the work areashall be considered part <strong>of</strong> the Contractor’s responsibility under this contract. Anydamage to existing features within and adjacent to the work area, created by failure<strong>of</strong> the Contractor to provide adequate protection from its construction operations,shall be repaired or replaced to the satisfaction <strong>of</strong> the respective owner at theContractor's expense.Part 2 GC-Outdoor CIP - 10 - C-4 6/13


B. Survey Monuments. The Contractor shall preserve and protect all permanentsurvey markers, including private property corner markers, section or quartersection monuments, and permanent benchmarks. Survey markers necessarilymoved as a result <strong>of</strong> construction, or otherwise damaged by the Contractor shall bereplaced at the Contractor's expense by a land surveyor registered in the State <strong>of</strong>Illinois. The Contractor shall comply with 605 ILCS 5/9-104 pertaining to sectionalor other corner stones.2.8 Private Contracting Work.It is acknowledged that occasions may arise during the course <strong>of</strong> construction, whereadjacent private property owners may request the Contractor to perform certain work underseparate contract (e.g. private driveways, sidewalks, etc.). Such private contracting work isacceptable to the <strong>City</strong>; however, the <strong>City</strong> Project, construction work, time schedule,specifications or conditions shall not be jeopardized by such private contracting work.During construction, the <strong>City</strong> Engineer shall be kept informed by the Contractor as to thegeneral extent and scheduling <strong>of</strong> any such private work.2.9 <strong>City</strong>’s Right to Withhold Certain Amounts and Make Application There<strong>of</strong>In addition to the payments to be retained by the <strong>City</strong> under the other provisions <strong>of</strong> thiscontract, the <strong>City</strong> may withhold a sufficient amount <strong>of</strong> any payment otherwise due to theContractor to cover the following:A. For claims arising in and from the performance <strong>of</strong> the work on the project under thisContract.B. For defective work not remedied.C. For failure <strong>of</strong> the Contractor to make property payments to its subcontractors andsuppliers.The <strong>City</strong> shall disburse and shall have the right to act as agent for the Contractor indisbursing such funds as have been withheld pursuant to this paragraph to the party orparties who are entitled to payment therefrom (including the <strong>City</strong>). The <strong>City</strong> will render tothe Contractor a proper accounting <strong>of</strong> all such funds disbursed on behalf <strong>of</strong> the Contractor.2.10 Guarantee <strong>of</strong> WorkA. General Warranty. The Contractor warrants all work performed under this contractis free from defects and was performed in accordance with the Contract Documentsfor a period <strong>of</strong> one (1) year from the date <strong>of</strong> final completion <strong>of</strong> the work, asaccepted in writing, by the <strong>City</strong>’s Project Manager after all other parties have signedthe document. In case <strong>of</strong> acceptance <strong>of</strong> a part <strong>of</strong> the work for use or occupancyprior to the final acceptance <strong>of</strong> the entire work, the guarantee for the part soaccepted shall be for a period <strong>of</strong> one (1) year from the date <strong>of</strong> such partialacceptance, in writing, by the <strong>City</strong>’s Project Manager. Work performed due to thiswarranty requirement shall be guaranteed for a period <strong>of</strong> one (1) year unlessotherwise specified in the Technical Specifications.B. Inspection, Correction and Rejection. The <strong>City</strong> shall have the right to rejectmaterials and workmanship that are defective or require correction. Rejectedworkmanship shall be satisfactorily corrected, and rejected materials shall bePart 2 GC-Outdoor CIP - 11 - C-4 6/13


emoved from the premises, both without charge to the <strong>City</strong>. If the Contractor doesnot correct such defective work and remove rejected materials within a reasonabletime, fixed by written notice, the <strong>City</strong> may remove or correct the work and deduct theamount from any sums due the Contractor by the <strong>City</strong>.C. Inspection After Completion. Should it be considered necessary or advisable bythe <strong>City</strong> at any time before acceptance <strong>of</strong> the work to make an examination <strong>of</strong> workalready completed by dissembling, removing or tearing out same, the Contractorshall on request promptly furnish all necessary facilities, labor and materials for thatpurpose and the costs there<strong>of</strong> shall be charged to the Contractor if the work wascovered prior to inspection by the <strong>City</strong>.D. No Waiver by Inspection or Payment. Neither the inspection <strong>of</strong> or payment forany work or materials provided pursuant to the Contract Documents shall relieve theContractor <strong>of</strong> the responsibility for negligence or faulty materials or workmanship tothe extent and within the period provided by law or this agreement, whichever islonger, and upon written notice the Contractor shall remove any defects duetherefrom and correct the same.2.11 Contingency Bid Items and Quantities/Unit PricesA. Some bid items and their respective quantities as noted on the Summary <strong>of</strong> Quantitiesin the Schedule <strong>of</strong> Prices may not be shown on the plans. These bid items are listed toestablish a unit price. In addition, some quantities include a contingency quantity that hasbeen estimated to allow for various amounts <strong>of</strong> work that may or may not be required as aresult <strong>of</strong> actual field conditions. The <strong>City</strong> Engineer will determine the need for this workduring the construction process.B. It shall be understood that no price increase will be considered in the actual unit pricesbid for these and any other unit price items as a result <strong>of</strong> an increase or decrease in theactual quantity <strong>of</strong> work to be performed.2.12 Limitation <strong>of</strong> Liability.The Contractor affirmatively represents that the Contractor is skilled and experienced in theuse and interpretation <strong>of</strong> plans, drawings and specifications such as those included in theContract Documents. Further, the Contractor also affirmatively represents that theContractor has carefully reviewed the plans, drawings and specifications <strong>of</strong> this contractand has not relied in any way on any explanation or interpretation, oral or written, from anyother source. Unless the Contractor shall give written notice to the <strong>City</strong> Engineer <strong>of</strong> anyambiguities contained in the plans, drawings and specifications at least five (5) calendardays prior to the submission <strong>of</strong> the Contractor's bid, the Contractor agrees that it shall beconclusively presumed that the Contractor has exercised the Contractor's skill andexperience and found the plans, drawings and specifications sufficient and free fromambiguities, errors or omissions for the purpose <strong>of</strong> determining the contract bid price for theperformance <strong>of</strong> the work in conformity with the plans, drawings and specifications.If the Contractor is required to do extra work not shown in the Contract Documents asdetermined by the <strong>City</strong> Engineer in his sole discretion, an equitable adjustment in thecontract bid price will be made as provided in Article 109.04 entitled “Payment for ExtraWork” <strong>of</strong> the Standard Specifications by written change order.Part 2 GC-Outdoor CIP - 12 - C-4 6/13


Further, the Contractor affirmatively agrees to limit the total aggregate liability <strong>of</strong> the <strong>City</strong>and its agents and consultants to an amount not to exceed $20,000 for consequential andincidental damages the Contractor may suffer with respect to any act <strong>of</strong> pr<strong>of</strong>essionalnegligence associated or connected with the plans, drawings and specifications from whichthe Contractor prepared the contract bid price. The Contractor further agrees to obtain fromthe Contractor's subcontractor(s) as a condition precedent to their performance, a likelimitation <strong>of</strong> liability such that the total aggregate liability <strong>of</strong> the <strong>City</strong> and its agents andconsultants to the Contractor, and all subcontractor(s) shall not exceed $20,000 forconsequential and incidental damages which may be suffered by the Contractor andsubcontractor(s) in connection with the contract bid price.It is understood and agreed between the parties hereto that this limitation <strong>of</strong> liability clauseshall be confined in application to only those matters affecting the contract bid price andshall not affect any party's liability for bodily injury or property damage arising or resultingfrom the sole negligence <strong>of</strong> any party, their agents or employees.2.13 Accident PreventionThe Contractor shall exercise all reasonable protection at all times for the protection <strong>of</strong> allpersons and property and shall be responsible for all damages to persons or property,either on or <strong>of</strong>f the site, which occur as a result <strong>of</strong> the Contractor’s fault or negligence inconnection with the prosecution <strong>of</strong> the work.Termination <strong>of</strong> this Contract shall not be deemed a waiver <strong>of</strong> Contractor’s responsibility.The Contractor shall observe all safety provisions <strong>of</strong> applicable laws; and, building andconstruction codes shall be observed; and, the Contractor shall take or cause to be takensuch additional safety and health measures as the <strong>City</strong> may determine to be reasonablynecessary to protect the <strong>City</strong>.2.14 Indemnification.A. To the greatest extent permitted by law, the Contractor agrees to indemnify, defendand save harmless the <strong>City</strong> and its agents, employees and consultants, from all lossor expense (including any and all costs and attorney's fees) by reason <strong>of</strong> liabilityimposed by law upon the <strong>City</strong> and its consultants, agents and employees fordamages because <strong>of</strong> bodily injury, including death, at any time resulting therefrom,sustained by any person or persons or on account <strong>of</strong> damage to property, includingloss <strong>of</strong> use there<strong>of</strong>, arising out <strong>of</strong> or in consequence <strong>of</strong> the performance <strong>of</strong> the work,whether such injuries to person or damage to property is due or claimed to be dueto the negligence <strong>of</strong> the Contractor, the subcontractors <strong>of</strong> the Contractor, the <strong>City</strong>,and its consultants, agents and employees, except to the extent such injury ordamage shall have been occasioned by the sole negligence or willful and wantonmisconduct <strong>of</strong> the <strong>City</strong> and its agents or consultants, or employees, whether aloneor in combination.B. Responsibility for Damage Claims: The Contractor shall indemnify, defend, andsave harmless the <strong>City</strong> its <strong>of</strong>ficers, employees and agents, from all suits, actions orclaims <strong>of</strong> any character including the cost <strong>of</strong> defense and attorney's fees broughtbecause <strong>of</strong> any injuries or damages received or sustained by any person, persons,or property on account <strong>of</strong> the operations <strong>of</strong> said Contractor; or on account <strong>of</strong>, or inconsequence <strong>of</strong>, any neglect in safeguarding the work by the Contractor; or throughthe use <strong>of</strong> unacceptable materials in constructing the work by the Contractor; orbecause <strong>of</strong> any act or omission, neglect, or misconduct <strong>of</strong> said Contractor; orPart 2 GC-Outdoor CIP - 13 - C-4 6/13


2.15 Insurance.because <strong>of</strong> any claims or amounts recovered for any infringement or patent,trademark or copyright by the Contractor or the materials it supplied, or from anyclaims or amounts arising or recovered under the Worker's Compensation Act, orany other law, ordinance, order or decree; and so much <strong>of</strong> the money due saidContractor under and by virtue <strong>of</strong> the contract as shall be considered necessary bythe <strong>City</strong> for such purposes may be retained for the use <strong>of</strong> the <strong>City</strong>; or in case nomoney or insufficient money is due, the Contractor's surety shall be held until suchsuits, actions or claims have been settled and suitable evidence to that effectfurnished to the <strong>City</strong>.A. General Requirement. During the term <strong>of</strong> this Agreement, at its own cost andexpense, the Contractor shall maintain in full force and effect insurance policies asenumerated below.B. Occurrence Policies. All policies shall be written on an occurrence basis.C. Additional Insured. The required Certificate <strong>of</strong> Insurance must include thestatement “The <strong>City</strong> <strong>of</strong> <strong>Champaign</strong> and its <strong>of</strong>ficers and employees are added asadditional insured parties on the General Liability policy on a primary andnon-contributory basis”.D. Qualification <strong>of</strong> Insurers. All policies will be written with insurance carriersqualified to do business in the State <strong>of</strong> Illinois rated A-VIII or better in the latestBest's Key Rating Guide.E. Time <strong>of</strong> Submission; Certificate <strong>of</strong> Insurance. At or before the time <strong>of</strong> execution<strong>of</strong> this agreement and prior to commencing any work activity on the project, theContractor shall provide the <strong>City</strong> with certificates <strong>of</strong> insurance showing evidence theinsurance policies noted below are in full force and effect and giving the <strong>City</strong> at least30 days written notice prior to any change, cancellation, or non-renewal except inthe case <strong>of</strong> cancellation for non-payment <strong>of</strong> premium, in which case notice shall be10 days. The Contractor shall provide any renewal certificates <strong>of</strong> insuranceautomatically to the <strong>City</strong> at least 30 days prior to policy expiration. The Contractorshall upon request <strong>of</strong> the <strong>City</strong> provide copies <strong>of</strong> any or all insurance policies.F. Types and Limits <strong>of</strong> Insurance.1. Commercial General Liability Insurance (CGL). Contractor shall maintainCGL insurance with a limit <strong>of</strong> not less than $1,000,000 each occurrence.The CGL insurance shall be written on ISO occurrence form CG 00 01 (orsubstitute form providing equivalent coverage) and shall cover liability arisingfrom premises, operations, independent contractors, personal andadvertising injury, and liability assumed under an insured contract. The <strong>City</strong><strong>of</strong> <strong>Champaign</strong>, its <strong>of</strong>ficers and employees shall be included as insured underthe CGL, using ISO additional insured endorsement 20 10 or substituteproviding equivalent coverage. The insurance shall apply as primaryinsurance with respect to any other insurance or self insurance programsafforded to the <strong>City</strong>. There shall be no endorsement or modification <strong>of</strong> theCGL to make it excess over other available insurance; alternatively if theCGL states that it is excess or pro rata, the policy shall be endorsed to beprimary with respect to the additional insured. There shall be noPart 2 GC-Outdoor CIP - 14 - C-4 6/13


endorsement or modification <strong>of</strong> the CGL limiting the scope <strong>of</strong> coverage forliability assumed under a contract.2. Automobile Liability. Contractor shall maintain automobile liabilityinsurance with a limit <strong>of</strong> not less than $1,000,000 each accident. Suchinsurance shall cover liability arising out <strong>of</strong> any auto, including owned, hired,and non-owned autos.3. Workers’ Compensation Insurance. Contractor shall maintain workers’compensation and employers’ liability insurance. The commercial umbrellaand/or employers’ liability limits shall not be less than $1,000,000 eachaccident for bodily injury by accident or $1,000,000 each employee for bodilyinjury by disease.4. Builders Risk Insurance or Installation Floater: The terms Builders Riskand Installation Floater are interchangeable as respects the requiredcoverage. The Contractor will provide either a Builders Risk or anInstallation Floater as the circumstances <strong>of</strong> the project require, unless theOwner requires one or the other. Builders risk insurance is required ininstances where this contract is to construct a structure or involve tangibleproperty other than land, or streets and where the value <strong>of</strong> the tangibleproperty exceeds $10,000.a. The Owner’s Risk. Owner bears the risk <strong>of</strong> loss or damage for Ownerprocuredequipment while in transit or in storage away from the jobsite untilresponsibility for the Owner-procured equipment is accepted by a contractoror the property is transferred to the custody <strong>of</strong> the designated contractor, thecustody <strong>of</strong> any contractor subject to the supervision <strong>of</strong> the designatedcontractor, or any contractor named as an additional insured, or namedinsured, under the Builders Risk/Installation Floater coverage. Thedesignated contractor is responsible for providing and paying for the BuildersRisk insurance. Any loss or cost <strong>of</strong> repair not covered by such insuranceshall be borne by the Contractor responsible for the work, without additionalcost to the Owner.b. Contractor Designated to Provide Builders Risk. The Contractor isassigned the responsibility <strong>of</strong> procuring the Builders Risk policy and shallprocure a policy that insures against all risks <strong>of</strong> direct physical loss ordamage to the project. The policy shall be issued under an ISO CompletedValue Form, or equivalent form, with one hundred percent (100%) <strong>of</strong> theinsurable value <strong>of</strong> the Work to be done and incorporated in the buildingunder this contract including all materials in or adjacent thereto and intendedfor use thereon. Risk <strong>of</strong> transit and storage for equipment, not Ownerprocuredequipment or property, is the responsibility <strong>of</strong> the Contractor.Contractors will be responsible for payment <strong>of</strong> the policy deductible forlosses to their portion <strong>of</strong> the work. In addition, Contractors will also beresponsible for any losses to their portion <strong>of</strong> the work that are not covered bythe Builders Risk policy procured for the project. Contractors will beresponsible for submitting and negotiating their claims, if any, under theBuilders Risk policy, and/or for any other coverage’s that they might procureon their own behalf.Part 2 GC-Outdoor CIP - 15 - C-4 6/13


c. Insureds Under the Builders Risk Policy. The policy shall be issued in thename <strong>of</strong> the designated Contractor, and/or other party or parties designatedby the Owner, with the Owner, Assigned Subcontractor(s), Pr<strong>of</strong>essionalServices Consultant(s) and other parties designated by the Owner asadditional insureds, as their interests may appear. A copy <strong>of</strong> the policy shallbe provided to the <strong>City</strong> <strong>of</strong> <strong>Champaign</strong> Risk Management Department andothers if they request a copy <strong>of</strong> the Builders Risk policy, any partiesdesignated, as additional insureds by the Owner. Contractor must agree tomaintain such insurance for the duration <strong>of</strong> the project.d. Occupancy. The policy by its terms or endorsement shall specificallypermit and allow for beneficial or partial occupancy prior to substantialcompletion <strong>of</strong> the project and acceptance by the Owner.5. Umbrella Liability: The following liability limits shall apply on a peroccurrence basis:Project AmountUmbrella Liability$1 - $99,999 One Million Dollars ($1,000,000)$100,000 - $499,999 Two Million Dollars ($2,000,000)$500,000 - $999,999 Five Million Dollars ($5,000,000)$1,000,000 + Ten Million Dollars ($10,000,000)6. Self-insured: If a self-insured retention or deductible is maintained on any <strong>of</strong>the policies, the Contractor shall provide the amount <strong>of</strong> the self-insuredretention or deductible to the <strong>City</strong>. Such deductibles shall be subject toapproval by the <strong>City</strong>. Such approval shall not be unreasonably withheld.The Contractor will be held solely responsible for the amount <strong>of</strong> suchdeductible and for any co-insurance.G. Subrogation Clause. The following subrogation clause shall appear in all policies<strong>of</strong> insurance:"Subrogation Clause - It is hereby stipulated that this insuranceshall not be invalidated should the insured waive in writing priorto a loss any or all right <strong>of</strong> recovery against any party for lossoccurring to the property described herein."H. Insurance Not A Limitation. The insurance coverage and requirements containedin this Section shall not be construed to be a limitation <strong>of</strong> liability for the Contractor.2.16 Veterans Preference Act and Prevailing Wage ActA. The Contractor shall comply with the Veterans Preference Act, 330 ILCS 55/1 etseq., in the employment and appointment to fill positions in the construction,addition to, or alteration <strong>of</strong> any public works.B. The Contractor and each <strong>of</strong> its subcontractors shall comply with the PrevailingWage Act, 820 ILCS 130/1 et seq., in the matter <strong>of</strong> prevailing wages. Contractorsshall familiarize themselves with all <strong>of</strong> the provisions <strong>of</strong> the Act, and in addition,should make an investigation <strong>of</strong> the existing labor conditions, and any negotiatedlabor agreements which may exist or are contemplated at this time. A copy <strong>of</strong> theprevailing wage rates as determined by the <strong>City</strong> <strong>of</strong> <strong>Champaign</strong>, Illinois, is availablePart 2 GC-Outdoor CIP - 16 - C-4 6/13


from the <strong>City</strong> Clerk’s Office, <strong>City</strong> <strong>of</strong> <strong>Champaign</strong>, 102 North Neil Street, <strong>Champaign</strong>,Illinois. Nothing in the Act shall be construed to prohibit the payment <strong>of</strong> more thanthe prevailing wage scale. Should the prevailing wage rate change duringperformance <strong>of</strong> the Contract, the Contractor shall comply with the latestdetermination.C. Public Act 094-0515 amended the Prevailing Wage Act by changing Section 5.Contractors and subcontractors participating on public works are required to submitcertified payrolls for all projects. The information required by this Public Act issimilar to what is required on Federal projects; however, there are some differences.Some <strong>of</strong> the additional information required is the starting and ending times <strong>of</strong> workeach day, telephone number <strong>of</strong> the employee if available and that the contractor orsubcontractor is aware that filing a certified payroll that he or she knows to be falseis a Class B misdemeanor. You are strongly encouraged to review Public Act 094-0515 to ensure compliance.2.17 Employment <strong>of</strong> Illinois Workers on Public Works Act.APPLICABLE TO THIS CONTRACTIf this section is noted as “APPLICABLE TO THIS CONTRACT”, that indicates that theContractor must comply with the Employment <strong>of</strong> Illinois Workers on Public Works Act, (30ILCS 570-0.01 et seq) because the project is funded in whole or in part by funds from oradministered by the State <strong>of</strong> Illinois and the unemployment rate in the State <strong>of</strong> Illinois hasexceeded five percent (5%) during the two calendar months immediately preceding the date<strong>of</strong> execution <strong>of</strong> this contract. In accordance with said Act, the Contractor shall insure that atleast ninety percent (90%) <strong>of</strong> laborers employed on the project shall be Illinois Laborers orcertify with prior approval by the <strong>City</strong> that an insufficient number <strong>of</strong> Illinois Laborers who arecapable <strong>of</strong> performing the work on the project are available to meet said requirement. AnIllinois Laborer, for purposes <strong>of</strong> the Act, is defined as any person who has resided in Illinoisfor at least thirty (30) days and who intends to become or remain an Illinois resident. Inaddition, the Act requires that the Contractor shall not employ more than three non-residentexecutives or experts who are otherwise regularly employed by the Contractor, to work onthe project.2.18 Human Rights Guarantee Provision.A. For purposes <strong>of</strong> this provision, "contracting entity" means the legal entity that hassigned a contract to provide services or perform work or to provide personalproperty or a combination there<strong>of</strong> to or on behalf <strong>of</strong> the <strong>City</strong>. The words used hereinand the requirements shall be interpreted or have the meaning ascribed to them inthe <strong>City</strong>'s Equal Opportunity in Purchasing Ordinance. (See Article III <strong>of</strong> Chapter12.5 <strong>of</strong> the <strong>Champaign</strong> Municipal Code, 1985, as amended.)1. Non-Discrimination Pledge. The contracting entity shall not discriminateagainst any employee during the course <strong>of</strong> employment or applicant foremployment because <strong>of</strong> race, color, religion, creed, class, national origin, sex,age, marital status, physical or mental handicap, sexual preference, familyresponsibilities, matriculation, political affiliations, prior arrest record or source <strong>of</strong>income. The contracting entity shall take good faith affirmative action inaccordance with its affirmative action plan which has been submitted to andapproved by the <strong>City</strong>.Part 2 GC-Outdoor CIP - 17 - C-4 6/13


2. Notices. The contracting entity shall post notices regarding non-discriminationin conspicuous places available to employees and applicants for employment.The notices shall be provided by the <strong>City</strong>, setting forth the provisions <strong>of</strong> the nondiscriminationpledge; however, the contracting entity may post other notices <strong>of</strong>similar character supplied by another governmental agency in lieu <strong>of</strong> the <strong>City</strong>'snotices.3. Solicitation and Ads for Employment. The contracting entity shall, in allsolicitations and advertisements for employees placed by or on behalf <strong>of</strong> thecontracting entity, state that all qualified applicants will receive consideration foremployment without regard to race, color, religion, creed, class, national origin,sex, age, marital status, physical or mental handicap, sexual preference, familyresponsibilities, matriculation, political affiliations, prior arrest record or source <strong>of</strong>income. An advertisement in a publication may state: "This is an EqualOpportunity Employer", which statement shall meet the requirements <strong>of</strong> thisSection.4. Employment Relations. The contracting entity shall have sent within six (6)months prior to entering into a <strong>City</strong> contract or shall send prior to the effectivedate <strong>of</strong> the contract to each labor union, employment service agency, orrepresentative <strong>of</strong> workers with which the contracting entity has a collectivebargaining agreement or other contract or understanding, a notice as set forth inSection 2 advising the labor union, worker representative, employment serviceagency <strong>of</strong> the contracting entity's commitment under the Non-DiscriminationPledge.5. Access to Books. The contracting entity shall permit access to all books,records and accounts pertaining to its employment practices by the <strong>City</strong>Manager or by the <strong>City</strong> Manager's designee for purposes <strong>of</strong> investigation toascertain compliance with this provision.6. Reports. The contracting entity shall provide periodic compliance reports to the<strong>City</strong> Manager. Such reports shall be within the time and in the mannerproscribed by the <strong>City</strong> and describe efforts made to comply with the provisions<strong>of</strong> this provision entitled "Human Rights Guarantee".7. Remedies. In the event that any contracting entity fails to comply with the nondiscriminationpledge, affirmative action provisions <strong>of</strong> the above subsections, orfails to comply with or make good faith efforts to comply with affirmative actionplans or any provision <strong>of</strong> <strong>City</strong>, State or Federal law relating to human rights, afterthe <strong>City</strong> has provided written notice to the contracting entity <strong>of</strong> such failure tocomply and provided the contracting entity with an opportunity to speak to the<strong>City</strong> Manager or the <strong>City</strong> Manager's designee relative to such failure to comply,then the <strong>City</strong>, at its option, may declare the contracting entity to be in default <strong>of</strong>this agreement and take, without election, any or all <strong>of</strong> the following actions:a. Cancel, terminate or suspend the contract in whole or in part;b. Declare the contracting entity ineligible for further contracts for a calendaryear;c. Recover from the contracting entity by set-<strong>of</strong>f against the unpaid portion <strong>of</strong>the contract price, or otherwise recover money due to the contracting entityPart 2 GC-Outdoor CIP - 18 - C-4 6/13


pursuant to the contract, the sum <strong>of</strong> $50 per day, as liquidated damages andnot as a penalty, for each day after the date <strong>of</strong> the notice that the contractingentity shall fail to comply with these provisions <strong>of</strong> the contract, as determinedby the <strong>City</strong> Manager, the said sum being fixed and agreed upon by andbetween the contracting entity and the <strong>City</strong> because <strong>of</strong> the impracticabilityand extreme difficulty <strong>of</strong> fixing and ascertaining the actual damages which the<strong>City</strong> would sustain in the event <strong>of</strong> such breach <strong>of</strong> contract, and said amount isagreed to be the amount <strong>of</strong> monetary damages which the <strong>City</strong> would sustain;d. Seek other sanctions as may be imposed by the Human RelationsCommission or other governmental bodies pursuant to law.B. The construction Contractor shall automatically include the provisions <strong>of</strong> theforegoing paragraphs in every construction subcontract so that the provisions will bebinding upon each construction subcontractor.2.19 Directives from the <strong>City</strong> Engineer.A. Engineering Directives. All work <strong>of</strong> the contract shall be completed to thesatisfaction <strong>of</strong> the <strong>City</strong> Engineer. The <strong>City</strong> Engineer may, from time to time, issueorders or directives regarding the work to be performed on this Project.B. Directives to Comply With Contract. The Contractor shall comply with all termsand conditions <strong>of</strong> the Contract. In the event the Contractor fails to comply with thecontract requirements or to execute work ordered by the <strong>City</strong> Engineer, the <strong>City</strong>Engineer may, at the expiration <strong>of</strong> a period <strong>of</strong> 18 hours after giving notice in writingand/or in person to the Job Site Agent or by FAX to the Contractors Main Office,proceed to execute such work as may be deemed necessary, and the cost there<strong>of</strong>shall be deducted from compensation due or which may become due the Contractorunder the contract. The Contractor specifically acknowledges that it is impractical tocalculate and prove all actual costs and damages associated with its failure tocomply with the terms and conditions <strong>of</strong> the contract and therefore agrees to anestimated deduction amount <strong>of</strong> $500.00 per 18 hours per incident per location, notas a penalty, but as damages.C. Safety Directives. The Contractor shall at all times protect the safety <strong>of</strong> the publicwhile performing the work. In the event the <strong>City</strong> Engineer orders work related tosafety <strong>of</strong> the public, as determined by the <strong>City</strong> Engineer, the Contractor shallexecute the work ordered by the <strong>City</strong> Engineer. If the Contractor fails to execute thework, the <strong>City</strong> Engineer may, at the expiration <strong>of</strong> a period <strong>of</strong> 4 hours after givingnotice in writing and/or in person to the Job Site Agent or by FAX to the Contractor’sMain Office, proceed to execute such work as may be deemed necessary, and thecost there<strong>of</strong> shall be deducted from compensation due or which may become duethe Contractor under the contract. The Contractor specifically acknowledges that itis impractical to calculate and prove all actual costs and damages associated withits failure to protect the safety <strong>of</strong> the public and therefore agrees to an estimateddeduction amount <strong>of</strong> $500.00 per 4 hours per incident per location, not as apenalty, but as damages.D. Contractor Responsible for Safety. Nothing contained in this subsection shallrequire the <strong>City</strong> Engineer to make inspections or otherwise identify safety related jobconditions. The Contractor is required and has responsibility to provide for all jobsite safety conditions at all times, except as directed in writing by the <strong>City</strong> Engineer.Part 2 GC-Outdoor CIP - 19 - C-4 6/13


E. Future Projects. Failure to comply with Directives <strong>of</strong> the <strong>City</strong> Engineer may resultin disqualification <strong>of</strong> the Contractor or rejection <strong>of</strong> the bidder’s bid on future cityprojects.2.20 Claim and Dispute Resolution: APPEAL TO THE CITY MANAGER.A. Manner <strong>of</strong> Asserting Claims or Disputes. The Contractor shall bring all disputesor claims it has to the attention <strong>of</strong> the <strong>City</strong> Engineer for resolution, including allmatters relating to the execution and satisfactory completion <strong>of</strong> the work. The claimor dispute shall be in writing and specifically detail the claim or dispute. The claimor dispute must be asserted within twenty-one (21) calendar days <strong>of</strong> the date theevent resulting in the claim or dispute occurred unless sooner required by theStandard Specifications, or the claim or dispute is waived.B. Handling. The <strong>City</strong> Engineer or his designee shall review the asserted claim ordispute and respond to the Contractor in writing as to whether the claim or dispute issustained, rejected or if additional information is necessary to review the claim. Inthe event the <strong>City</strong> Engineer determines that the claim should be sustained,appropriate documentation will be prepared for the file, or a Change Order will beprepared for handling pursuant to standard <strong>City</strong> procedure.C. Appeal to <strong>City</strong> Manager.1. Notice. In the event the <strong>City</strong> Engineer determines that the claim is rejected,the <strong>City</strong> Engineer shall state in writing the basis for rejection <strong>of</strong> the claim.Thereafter, the Contractor may seek review <strong>of</strong> that decision by the <strong>City</strong>Manager or his designee. The request for review by the <strong>City</strong> Manager shallbe in writing and made within seven (7) calendar days from the date <strong>of</strong> the<strong>City</strong> Engineer’s determination or else the claim or dispute shall be waived.The request for review shall contain the following:a. A statement specifying that a dispute has occurred;b. A statement <strong>of</strong> the Contractor’s position and a summary <strong>of</strong> evidenceand arguments supporting that position;c. The name and title <strong>of</strong> the senior executive who will be representingthe Contractor; and2. Meeting. Upon receipt <strong>of</strong> the Request for Review, the <strong>City</strong> Manager shallarrange for a meeting in <strong>Champaign</strong>, Illinois at a mutually acceptable timeand place. The meeting shall include at least the Contractor’s Job SiteAgent and appropriate city staff to address the dispute. The parties shallbring supporting documentation for their claims and disputes and meet asnecessary to resolve the dispute or claim.3. Resolution. The <strong>City</strong> Manager shall render a decision concerning the claimor dispute and, if necessary, prepare a written statement <strong>of</strong> finaldetermination. In the event the <strong>City</strong> Manager resolves the matter in favor <strong>of</strong>the Contractor, staff shall prepare appropriate documentation or a ChangeOrder for handling pursuant to standard <strong>City</strong> procedure. In the event theContractor is not satisfied with the final determination by the <strong>City</strong> Managerand Contractor has not otherwise waived its claim in the manner providedherein, Contractor shall retain any rights it otherwise may have inaccordance with Illinois Law with regard to said claim.Part 2 GC-Outdoor CIP - 20 - C-4 6/13


4. Failure to Participate. In the event the Contractor fails to participate in anypart <strong>of</strong> this process, it shall thereby waive the asserted dispute or claim.D. Good Faith and Continued Performance. Throughout resolution <strong>of</strong> any claims ordisputes, the parties will exercise principals <strong>of</strong> good faith and fair dealing. Theparties acknowledge that certain dispositions and remedies will require approval bythe <strong>Champaign</strong> <strong>City</strong> Council, thus immediate action may not be available. Thatnotwithstanding, the parties will continue to perform all requirements <strong>of</strong> the contractpending a resolution <strong>of</strong> the dispute or claim.2.21 Default and Termination.In the event the Contractor voluntarily petitions for bankruptcy or is adjudge bankrupt ormakes a general assignment for the benefit <strong>of</strong> creditors or if a receiver is appointed onaccount <strong>of</strong> the Contractor’s insolvency or in the event that any <strong>of</strong> the provisions <strong>of</strong> thiscontract are violated by the Contractor or any <strong>of</strong> its subcontractors, in addition to its otherremedies, the <strong>City</strong> may terminate the contract immediately by sending written notice to theContractor. The <strong>City</strong> may serve notice upon the Contractor <strong>of</strong> its intention to terminate thecontract unless certain remedial actions are taken and, unless the remedial actions havebeen taken to the satisfaction <strong>of</strong> the <strong>City</strong>, the contract shall terminate. The <strong>City</strong> may takeover the work and prosecute the same to completion and the Contractor shall be liable tothe <strong>City</strong> for any excess cost occasioned to the <strong>City</strong> thereby.2.22 Attorneys Fees.The Contractor shall be responsible for all costs incurred by the <strong>City</strong> to enforce anyprovision <strong>of</strong> this contract and/or to remedy any Contractor default or breach <strong>of</strong> contract,including all court costs and reasonable attorney’s fees.2.23 Construction Debris.The Contractor shall not conduct any generation, transportation or recycling <strong>of</strong> constructionor demolition debris, clean or general or uncontaminated soil generated during construction,remodeling, repair, and demolition <strong>of</strong> utilities, structures, and roads that is not commingledwith any waste, without the maintenance <strong>of</strong> documentation identifying the hauler, generator,place <strong>of</strong> origin <strong>of</strong> the debris or soil, the weight or volume <strong>of</strong> the debris or soil, and thelocation, owner, and operator <strong>of</strong> the facility where the debris or soil was transferred,disposed, recycled or treated. The Contractor must maintain this documentation for 3years. The following criteria must be met:A. The Contractor must ensure that load tickets and manifests that document thetransfer, disposal, or other disposition <strong>of</strong> all debris leaving the construction site arecompleted.B. The load ticket and manifest shall:1. Identify the hauler, generator, and place <strong>of</strong> generation <strong>of</strong> the debris or soil.2. Identify the weight or volume <strong>of</strong> the debris or soil.3. Identify the location, owner, and operator <strong>of</strong> the facility where the debris orsoil was transferred, disposed, recycled, or treated.C. The generator, transporter or recycler must maintain this documentation for 3 years.Part 2 GC-Outdoor CIP - 21 - C-4 6/13


2.24 Tree Protection In Construction Zones.A. Tree Protection Barriers. It is the responsibility <strong>of</strong> the Contractor to protect allpublic trees located on the public right-<strong>of</strong>-way adjacent to work sites. Trees shall beisolated from all construction activities by erecting durable barriers (e.g. chain linkfence, plywood walls, or portable concrete “jersey” barriers) around any trees thatmay be subject to construction damage prior to the start <strong>of</strong> any work. Plastic snowfence is not acceptable.B. Tree Identification. Trees requiring protection shall be identified on the plans or asdirected by the <strong>City</strong> Engineer or <strong>City</strong> Forestry Supervisor. The dimensions <strong>of</strong> treeprotection barriers shall be as follows:1. Small trees (0-6 inches in diameter) shall be protected by erecting protectivetree barriers the maximum width <strong>of</strong> the parkway and lengthwise 5 feet from thecenter <strong>of</strong> the tree on each side <strong>of</strong> the tree.2. Medium to large trees (7 inches and greater in diameter) shall be protected in amanner determined by the Forestry Supervisor. In no case shall the protectivedevice be closer than 10 feet from the centerline <strong>of</strong> the tree except in thoseportions bordered by the public sidewalk or curb, in which case the protectivedevice shall be <strong>of</strong>fset 1 foot wherever possible.C. Material or Equipment Storage Near Trees Prohibited. Soil, excavated material,gravel, crushed aggregate, concrete or any type <strong>of</strong> construction materials shall notbe temporarily stored or deposited at the base <strong>of</strong> trees or within the drip line <strong>of</strong>trees. Vehicles or construction equipment <strong>of</strong> any type shall not drive, park or passover the root zones <strong>of</strong> trees, unless such movement is unavoidably necessary forthe construction <strong>of</strong> the proposed improvements. Failure to adequately protect treesduring construction will result in liquidated damages. Costs for repair orreplacement resulting from construction damage will be borne by the Contractor.D. Underground Utility Installations. All installations <strong>of</strong> underground utilities on thepublic right-<strong>of</strong>-way are subject to approval by the <strong>City</strong>. Any installations that mayaffect parkway trees due to underground conflicts are subject to the review andapproval <strong>of</strong> the <strong>City</strong> Forestry Supervisor. Utility installation on the public right-<strong>of</strong>wayshould follow the guidelines listed in the attached table. When auguring isrequired, the distance <strong>of</strong> the tunnel from the face <strong>of</strong> the tree is determined by thediameter <strong>of</strong> the tree at 4 1/2 feet. In no case shall the tunnel be less than 2 feet indepth.E. Excavation Within Tree Root Zone. Cutting roots is unavoidable in trenching andexcavation operations within the tree root zone. Generally the root zone lies withinthe drip line <strong>of</strong> the trees, but may extend beyond the drip line for some trees. Whenroots are encountered in excavation, it is necessary that all exposed roots be cutcleanly to promote wound closure and regeneration. The cuts shall be a cleanvertical cut at the proper root locates nearer the tree trunk. The cut shall be madeby hand digging around the root and cutting with a chain saw, hand saw, lopper orother similar method. Ripping, shredding, chopping or tearing will not be permitted.Alternatively, a root saw such as a Vermeer model V1550 or approved equal maybe used to cut roots prior to excavation. Use <strong>of</strong> a backhoe, ax, hatchet, pick ax,machete or knife will not be permitted.Part 2 GC-Outdoor CIP - 22 - C-4 6/13


F. Pre-Construction Pruning. Clearance pruning to avoid conflicts with constructionequipment will be done by <strong>City</strong> Forestry crews upon request. Requests for pruningshould be received a minimum <strong>of</strong> one month before the start <strong>of</strong> construction, or atthe pre-construction conference.G. Tree Removal. If it is necessary to remove a <strong>City</strong> tree that is not indicated to beremoved on the plans, the Contractor shall bear the cost <strong>of</strong> removal and shallreimburse the <strong>City</strong> for the replacement value <strong>of</strong> the tree in accordance with TheGuide for Plant Appraisal and its successor publications, as published by theInternational Society <strong>of</strong> Arboriculture.2.25 Trespass and Damage to Private Property.A. Trespass. The Contractor shall not walk, drive, park or store equipment, cars, ortrucks, move or otherwise occupy any portion <strong>of</strong> private property without expresswritten consent <strong>of</strong> the private property owner. This prohibition includes drivewaysand the driveway apron located on public right <strong>of</strong> way. A copy <strong>of</strong> the written consentshall be provided to the <strong>City</strong> prior to the use <strong>of</strong> said private property. Said consentshall contain an express acknowledgement by the property owner that theContractor, and not the <strong>City</strong> <strong>of</strong> <strong>Champaign</strong>, shall be responsible for any and alldamages that may arise from the use <strong>of</strong> said property. Contractor shall obtain arelease <strong>of</strong> claim from each private property owner when the property is no longerused for the project and shall provide copies <strong>of</strong> the same to the <strong>City</strong>. Claims fordamage or breach <strong>of</strong> contract shall be processed and resolved by the Contractor inthe manner set forth in section (B) below.B. Damage. During the construction <strong>of</strong> improvements covered under this contract,damage may occur to private property or to property owned by governmentagencies including, but not limited to, the <strong>City</strong> <strong>of</strong> <strong>Champaign</strong>, the University <strong>of</strong>Illinois, Park District, or Mass Transit District. Property owners may seekreimbursement for the damages from the Contractor. The <strong>City</strong> has an interest inassuring that all damage claims are resolved in a pr<strong>of</strong>essional and timely manner.To assure that all property owners receive pr<strong>of</strong>essional and prompt resolution <strong>of</strong>their claim, the following procedure shall be followed:1. Not later than the day <strong>of</strong> the pre-construction conference, the Contractorshall provide the <strong>City</strong> the name, job title, and telephone number <strong>of</strong> theContractor’s Claim Representative who is responsible for receiving andresponding to damage claims.2. In instances where owners <strong>of</strong> damaged property, or their agents, contact the<strong>City</strong> to report damage, the owner or their agent will be advised to report thedamage and the estimated cost to the Contractor’s Claim Representativewho is responsible for receiving and responding to damage claims.3. The Contractor shall report all claims in writing, within seven calendar days<strong>of</strong> receipt, to the <strong>City</strong> <strong>of</strong> <strong>Champaign</strong> Risk Manager. This may beaccomplished by a routine weekly claim report. The Risk Manager may bereached by mail or in person at the <strong>City</strong> <strong>of</strong> <strong>Champaign</strong> PersonnelDepartment, 102 N. Neil Street, Fourth Floor, <strong>Champaign</strong>, Illinois 61820,telephone 217-403-8770, fax 217-403-8780.Part 2 GC-Outdoor CIP - 23 - C-4 6/13


2.26 Concrete Material.4. The Risk Manager will inform the <strong>City</strong> Engineer that a damage claim hasbeen filed. The <strong>City</strong> Engineer shall immediately withhold from all paymentsdue the Contractor an amount <strong>of</strong> $500.00 per damage claim for compliancewith this section. The amount withheld shall be retained until theContractor’s Claim Representative provides to the <strong>City</strong>’s Risk Manager acopy <strong>of</strong> the formal written response to the property owner making thedamage claim.5. In the event that the Contractor’s Claim Representative fails to provide aformal written response to the claim prepared by the Contractor’s insurancecarrier within sixty (60) calendar days, $500.00 per claim shall be deductedfrom all payments due the Contractor as liquidated damages and not as apenalty. For every 60 calendar days that elapse without a formal writtenresponse, an additional $500.00 shall be deducted from all payments duethe Contractor as liquidated damages and not as a penalty. The sumretained shall continue to be held until a formal written response is provided.A 60-day extension <strong>of</strong> time shall be granted if the Contractor’s ClaimRepresentative provides a written explanation for the response delay to the<strong>City</strong>’s Risk Manager.6. The Contractor’s Claim Representative shall provide to the <strong>City</strong>’s RiskManager a copy <strong>of</strong> the formal written response to the claim prepared by theContractor’s insurance carrier or third party claims administrator. Finalpayment to the Contractor for the project may be made after the <strong>City</strong>’s RiskManager advises the <strong>City</strong> Engineer that the Contractor has processed theclaim pr<strong>of</strong>essionally and promptly as defined in this section.A. Portland Cement Concrete Sources. All Portland Cement Concrete providedunder this contract shall meet the requirements <strong>of</strong> Section 1020 <strong>of</strong> the StandardSpecifications. All concrete shall be from an Illinois Department <strong>of</strong> Transportation(IDOT) approved plant and prepared using an IDOT approved mix design.B. Material Strength Deficiency Calculation. The plans may specify locations wherePCC concrete shall obtain a minimum flexural strength <strong>of</strong> 600 psi or a compressivestrength <strong>of</strong> 3200 psi within 72 hours. Completed work made <strong>of</strong> PCC concrete thatfails to meet the specified minimum strength requirements shall be paid for at a rateless than the established contract unit prices. The <strong>City</strong> is paying a premium for highearly strength concrete and will not pay that premium when the material fails toperform as specified. The payment rates shall be determined by using one <strong>of</strong> thefollowing equations depending upon the strength measurement system used:Compressive Strength Formula:Flexural Strength Formula:R = U * {(C 1 + C 2 +…+C n ) / (3,200 * n)}R = U * {(C 1 + C 2 +…+C n ) / (600 * n)}Where:R = Reduced Rate <strong>of</strong> PaymentU = Unit Bid Price Established in the Contract Documents for Pay Item in QuestionC = Compressive Strength <strong>of</strong> Individual Test Specimen at 72 HoursN = Number <strong>of</strong> Test SpecimensPart 2 GC-Outdoor CIP - 24 - C-4 6/13


2.27 Traffic Control.The calculated payment rate shall be used only for that portion <strong>of</strong> the workrepresented by the test specimens. The <strong>City</strong> Engineer shall keep detailed records<strong>of</strong> the locations where test specimens were obtained, and the quantities <strong>of</strong> workcompleted in conjunction with that days concrete pour. In no case shall the rate <strong>of</strong>payment exceed the Contract Unit Price.A. General.1. This section may be further modified or defined in Part 3 - TechnicalSpecifications.2. This item <strong>of</strong> work shall include furnishing, installing, maintaining, replacing,relocating and removing all traffic control devices used for the purpose <strong>of</strong>regulating, warning or directing traffic during the construction or maintenance<strong>of</strong> this improvement.3. Traffic control shall be provided as called for in the plans, the TechnicalSpecifications, applicable Highway Standards, applicable sections <strong>of</strong> theStandard Specifications, or as directed by the <strong>City</strong> Engineer. A FLAGMANSHALL BE REQUIRED AS INDICATED ON IDOT TRAFFIC CONTROLSTANDARDS AND AS DIRECTED BY THE CITY ENGINEER.4. The governing factor in the execution and staging <strong>of</strong> work for this project isto provide the motoring public with the safest possible travel conditions alongthe roadway through the construction zone. The Contractor shall arrange hisoperations to keep the closing <strong>of</strong> any lane <strong>of</strong> the roadway to a minimum.5. All traffic control devices used on this project shall conform to the plans,Special Provisions, Traffic Control Standards, Traffic Specifications and the"Illinois Manual on Uniform Traffic Control Devices for Street and Highways"(MUTCD). No modification <strong>of</strong> these requirements will be allowed withoutprior written approval <strong>of</strong> the <strong>City</strong> Engineer. Arrow boards where specifiedfor use on this projects shall be solar powered.B. Keeping the Road Open to Traffic.1. Traffic shall be permitted to use the road at all times. All constructionoperations shall be arranged to facilitate the movement <strong>of</strong> traffic.2. On two-lane pavements, construction operations shall be confined to onetraffic lane, leaving the opposite lane open to traffic.3. On 4-lane pavement, construction operations shall be confined to 1 traffic lanein each direction, leaving the other 2 traffic lanes open to traffic throughout theperiod <strong>of</strong> construction.C. Opening Lanes For Sporting Events.1. No broken pavement, open holes, trenches, barricades, cones, or drums willremain on or adjacent to the traveled way and all lanes shall be opened totraffic during any Home Football Period, except where major bridgePart 2 GC-Outdoor CIP - 25 - C-4 6/13


construction and/or other major roadway reconstruction requiring overnightlane closures would make it impractical. Patching and resurfacing is notconsidered major roadway reconstruction.2. Home Football Period: The Home Football Period shall apply for University<strong>of</strong> Illinois football games to be played at Memorial Stadium at the University<strong>of</strong> Illinois at Urbana-<strong>Champaign</strong>Day <strong>of</strong> Football GameLength <strong>of</strong> Home Football PeriodTuesday, Wednesday,or Thursday3:00 PM on the day before the game until 6:00 AM on the day afterthe game.Friday3:00 PM on Thursday until 12:01 AM MondaySaturday3:00 PM on Friday until 12:01 AM MondaySunday3:00 PM on Friday until 6:00 AM MondayMonday12:01 AM on Saturday until 6:00 AM TuesdayShould the Home Football Period for two different games overlap, then bothshall apply and shall be considered as one continuous period.3. These requirements shall apply in addition to any other requirements in theStandard Specifications.D. Quality <strong>of</strong> Traffic Control Devices.1. Traffic Control Devices include signs and their supports, signals, pavementmarkings, barricades with sand bags, channelizing devices, warning lights,arrow boards, flaggers, or any other device used for the purpose <strong>of</strong>regulating, detouring, warning or guiding traffic through or around theconstruction zones.2. Only signs, barricades, vertical panels, drums and cones that meet therequirements <strong>of</strong> IDOTS “Quality Standard for Work Zone Traffic ControlDevices - 2004" shall be used on this project. Copies <strong>of</strong> this publication areavailable at http://dot.state.il.us/workzone/controldevices.html3. At the time <strong>of</strong> the initial set-up or at the time <strong>of</strong> major stage changes, 100percent <strong>of</strong> each type <strong>of</strong> device (cones, drums, barricades, vertical panels orsigns) shall be acceptable as defined by the referenced publication.Throughout the duration <strong>of</strong> the project, the percentage <strong>of</strong> acceptable devicesmay decrease to 75 percent only as a result <strong>of</strong> damage and/or deteriorationduring the course <strong>of</strong> the work. Work shall not begin until a determination hasbeen made that the traffic control devices meet the quality required in thisstandard. The Contractor is required to conduct routine inspections <strong>of</strong> thePart 2 GC-Outdoor CIP - 26 - C-4 6/13


work site at a frequency that will allow for the prompt replacement <strong>of</strong> anytraffic control device that has become displaced or damaged to the extentthat it no longer conforms to the shape, dimensions, color and operationalrequirements <strong>of</strong> the MUTCD, the Traffic Control Standards or will no longerpresent a neat appearance to motorists. A sufficient quantity <strong>of</strong> replacementdevices, based on vulnerability to damage, shall be readily available to meetthis requirement.E. Placement <strong>of</strong> Traffic Control Signs and Devices.F. Signs1. The Contractor shall be responsible for the proper location, installation andarrangement <strong>of</strong> all traffic control devices. Special attention shall be given toadvance warning signs during construction operations in order to keep laneassignment consistent with barricade placement at all times. The Contractorshall immediately remove, cover or turn from the view <strong>of</strong> the motorists alltraffic control devices which are inconsistent with detour or lane assignmentpatterns and conflicting conditions during the transition from one constructionstate to another. When the Contractor elects to cover conflicting orinappropriate signing materials used, he shall totally block out reflectivity <strong>of</strong>the sign and shall cover the entire sign. The method used for covering thesigning shall meet the approval <strong>of</strong> the <strong>City</strong> Engineer.2. The Contractor shall coordinate all traffic control work on this project withadjoining or overlapping projects, including barricade placement necessaryto provide a uniform traffic detour pattern. When directed by the <strong>City</strong>Engineer, the Contractor shall remove all traffic control devices, which werefurnished, installed and maintained by him under this contract, and suchdevices shall remain the property <strong>of</strong> the Contractor. All traffic control devicesshall remain in place until specific authorization for relocation or removal isreceived from the <strong>City</strong> Engineer.3. The Contractor shall ensure that all traffic control devices installed areoperational, functional and effective 24 hours a day, including Sundays andholidays.1. Construction signs referring to daytime lane closures during working hoursshall be removed, covered or turned away from the view <strong>of</strong> the motoristsduring non-working hours.2. Flashing lights shall be used on each approach in advance <strong>of</strong> the work areaand installed above the first two signs in each series during the hours <strong>of</strong>darkness.3. All provisions <strong>of</strong> Article 107.25 <strong>of</strong> the Standard Specifications shall applyexcept the third paragraph shall be revised to read: "The Contractor shallmaintain, furnish, and replace at his own expense, any traffic sign or postwhich has been damaged or lost by the Contractor or a third party.”G. Lights on Barricades. All barricades, drums and vertical panels shall be equippedwith a flashing light when used during hours <strong>of</strong> darkness.Part 2 GC-Outdoor CIP - 27 - C-4 6/13


H. Placement and Removal <strong>of</strong> Signs and Barricades. Placement <strong>of</strong> all signs andbarricades shall proceed in the direction <strong>of</strong> flow <strong>of</strong> traffic. Removal <strong>of</strong> all signs andbarricades shall start at the end <strong>of</strong> the construction areas and proceed towardoncoming traffic unless otherwise directed by the <strong>City</strong> Engineer.I. Pedestrian Sidewalk Control.1. The Contractor shall install, maintain and remove necessary signs andbarricades needed to direct pedestrians to usable sidewalks and walkwaysduring the construction in accordance with Traffic Control Standard Case701801.2. All barricades shall be Type I and II equipped with a flashing light. At eachpoint <strong>of</strong> closure, sufficient number <strong>of</strong> barricades shall be used to completelyclose the sidewalk to pedestrian movement.3. Generally, where construction activities involve the intersection <strong>of</strong> two streets,the work shall be staged so that both sidewalks (cross walks) are not out <strong>of</strong>service at the same time. Pedestrian traffic control shall be pre-approved bythe <strong>City</strong> Engineer.J. Public Safety and Convenience.1. The Contractor shall provide a telephone number where the Contractor’sJob Site Agent can be contacted on a 24-hour-a-day basis to receivenotification <strong>of</strong> any deficiencies regarding traffic control and protection. TheContractor shall dispatch men, materials and equipment to correct any suchdeficiencies. The Contractor shall respond to any call from the <strong>City</strong>concerning any request for improving or correcting traffic control devices andbegin making the requested repairs within two hours from the time <strong>of</strong>notification.2. When traveling in lanes open to public traffic, the Contractor's vehicles shallalways move with and not against or across the flow <strong>of</strong> traffic. Thesevehicles shall enter or leave work areas in a manner, which will not behazardous to, or interfere with traffic and shall not park or stop except withindesignated work areas.3. Personal vehicles shall not park within the grassy area <strong>of</strong> public right-<strong>of</strong>-wayexcept in specific areas designated by the <strong>City</strong> Engineer.4. The Contractor shall maintain entrances and side roads along the proposedimprovement. Interference with traffic movements and inconvenience toowners <strong>of</strong> abutting property and the public shall be kept to a minimum. Anydelays or inconveniences caused the Contractor by complying with theserequirements shall be considered, as incidental to the contract, and noadditional compensation will be allowed.K. Compliance With Parking Regulations.1. The work to be performed under this contract is exempted by the MunicipalCode <strong>of</strong> the <strong>City</strong> <strong>of</strong> <strong>Champaign</strong>, Section 33-18, from certain regulationsPart 2 GC-Outdoor CIP - 28 - C-4 6/13


contained in Chapter 33 <strong>of</strong> the Municipal Code. The language <strong>of</strong> this sectionsays:"The provisions <strong>of</strong> this chapter regulating the movement andparking <strong>of</strong> vehicles shall not apply to equipment or vehicleswhile actively engaged in installing, repairing or otherwiseimproving streets or street pavements."2. This is interpreted to mean that while actual construction work is in progress,vehicles necessary for the production <strong>of</strong> the work may temporarily park orstop in locations in the immediate vicinity <strong>of</strong> the work site. Vehicles andequipment include those vehicles and equipment owned or leased by theContractor and his employees which are actively used in the constructionactivity. This exemption does not apply to any vehicle or equipment, which isnot essential to the actual progress <strong>of</strong> the construction. (e.g., a vehicleowned by the employees <strong>of</strong> the Contractor used to transport the employee tothe job site or to his home but not used to carry tools actively used on theproject site). These vehicles must be parked according to posted regulationsand are subject to any meter fees.L. Closing Streets to Through Traffic.1. No streets may be closed to through traffic without the permission <strong>of</strong> the <strong>City</strong>Engineer. There may be construction locations at which the work could beaccomplished in less time if a road closure is permitted. At those locations,the Contractor may propose a road closure and identify the exact type <strong>of</strong>traffic control signage proposed. Roads may not be closed unless approvedby the <strong>City</strong> Engineer and provided there is a reasonable convenient detourroute available and provided work is continuous. Minimum working day is 8hours per day 5 days per week when roads are closed.2. The method <strong>of</strong> signage should conform to one <strong>of</strong> several IDOT TrafficControl Design Standards. The <strong>City</strong> Engineer shall have the right to approveor deny any requested road closure. No road closure will be permittedwithout the approval <strong>of</strong> the <strong>City</strong> Engineer. The following procedure shall beused:a. The Contractor shall confer with the <strong>City</strong> Engineer a minimum <strong>of</strong> fiveworking days in advance <strong>of</strong> any proposed road or street closure.b. A press release shall be prepared by the <strong>City</strong> Engineer for publicationat least 48 hours preceding the proposed closure.c. Temporary no parking signs will be provided by the <strong>City</strong> Engineerand posted by the Contractor a minimum <strong>of</strong> 24 hours prior to the timethat they must be enforced. A 48-hour posting period is desired.d. Handbills (notices) prepared by the <strong>City</strong> Engineer stating the time <strong>of</strong>the closure and estimated duration shall be distributed by theContractor to every residence, which will be affected by the closure.Handbills (notices) shall be placed on the windshields secured by thewiper blade <strong>of</strong> every parked car on the street, which will be affectedby the closure. Handbills shall be distributed a minimum <strong>of</strong> 48 hoursin advance <strong>of</strong> any closure.e. When the operation extends through an intersection, the appropriateHighway Standards shall be erected on the side street to safeguardPart 2 GC-Outdoor CIP - 29 - C-4 6/13


the traffic as directed by the <strong>City</strong> Engineer.f. Keeping Entrances Open. At least one entrance shall be kept open atall times for properties, which have more than one existing entrance.Any other entrances that are 20 feet wide or wider shall have half <strong>of</strong>it’s width left open so that traffic will be allowed to use the portion <strong>of</strong>the entrance that is not obstructed or under construction.g. Any inconveniences, delays or costs incurred by the Contractor incomplying with these Special Provisions will be considered to beincidental to the contract and no additional compensation will beallowed.M. Opening Road To Traffic. Prior to opening the pavement to traffic, all patches,adjoining pavement and the entire right <strong>of</strong> way adjacent to the patching operationsshall be cleared <strong>of</strong> all materials caused by the Contractor’s operations, and the backfillalong the curb-line or shoulder edge <strong>of</strong> the pavement shall be compacted to thesatisfaction <strong>of</strong> the <strong>City</strong> Engineer.N. Notice To Residents Handbill Delivery. The Contractor shall deliver handbills,provided by the <strong>City</strong> Engineer, to homeowners and business owners adjacent toconstruction zones at least 48 hours in advance <strong>of</strong> beginning any constructionactivities. The <strong>City</strong> Engineer shall designate the limits <strong>of</strong> handbill delivery. Drivewayclosure handbills shall also be delivered to affected residents at least 48 hours inadvance <strong>of</strong> the driveway closure. The <strong>City</strong> Engineer shall provide the drivewayclosure handbill to the Contractor.O. Method <strong>of</strong> Measurement and Payment. The method <strong>of</strong> measurement and basis <strong>of</strong>payment shall be as described in Part 3, “Technical Specifications” <strong>of</strong> thisdocument. Delays to the Contractor caused by complying with these requirementswill be considered incidental to the item for Traffic Control and Protection, and noadditional compensation will be allowed.P. Failure to Comply With Traffic Control Requirements (Checked One Applies)OR1. Projects Not Funded with Motor Fuel Taxes. The primary concern <strong>of</strong> the<strong>City</strong> is to maintain a safe traveled way for the public and a safe environmentfor the worker in the construction zone. The Contractor is expected tocomply with the contract documents and Directives <strong>of</strong> the <strong>City</strong> Engineerconcerning traffic control protection. The Contractor shall provide atelephone number where the Contractor’s Job Site Agent can be contactedon a 24-hour-a-day basis to receive notification <strong>of</strong> any deficiencies regardingtraffic control and protection. The Contractor shall immediately respondcorrecting traffic control deficiencies by dispatching men, materials, andequipment to correct such deficiencies. Failure to comply with therequirements <strong>of</strong> this Section shall be treated as a Safety Directive (2.16(C)).2. Motor Fuel Tax Funded Projects. (IDOT Required Language.)a. These provisions shall prevail over the language contained in section2.16.b. To ensure a prompt response to incidents involving the integrity <strong>of</strong>Part 2 GC-Outdoor CIP - 30 - C-4 6/13


work zone traffic control, the Contractor shall provide a telephonenumber where a responsible individual can be contacted 24 hours-aday.c. When the <strong>City</strong> Engineer is notified, or determines a traffic controldeficiency exists, he/she will notify and direct the Contractor tocorrect the deficiency within a specified time. The specified time,which begins upon notification to the Contractor, will be from 1/2 hourto 12 hours based upon the urgency <strong>of</strong> the situation and the nature <strong>of</strong>the deficiency. The <strong>City</strong> Engineer shall be the sole judge.d. A deficiency may be any lack <strong>of</strong> repair, maintenance, or noncompliancewith the traffic control plan. A deficiency may also beapplied to situations where corrective action is not an option such asthe use <strong>of</strong> non-certified flaggers for short term operations; workingwith lane closures beyond the time allowed in the contract; or failureto perform required contract obligations such as traffic controlsurveillance.e. If the Contractor fails to correct a deficiency within the specified time,a daily monetary deduction will be imposed for each calendar day orfraction there<strong>of</strong> the deficiency exists. The calendar day(s) will beginwith notification to the Contractor and end with the <strong>City</strong> Engineer'sacceptance <strong>of</strong> the correction. The daily monetary deduction will be$2,500 per day. For those deficiencies where corrective action wasnot an option this monetary deduction will be immediate.f. In addition, if the Contractor fails to respond, the <strong>City</strong> Engineer maycorrect the deficiency and the cost there<strong>of</strong> will be deducted frommonies due or which may become due the Contractor. Thiscorrective action will in no way relieve the Contractor <strong>of</strong> his/hercontractual requirements or responsibilities. (Revised: January 1,2005)End Part 2Part 2 GC-Outdoor CIP - 31 - C-4 6/13


Project Name:PART 4PROPOSAL AND CONTRACT DOCUMENTSGateway Studio Apartments DemolitionProposal Number:2013/144.1 Proposal Form and Schedule <strong>of</strong> Prices1. The undersigned submits the attached proposal for the project described in Parts1 through 3 <strong>of</strong> the proposal documents and other work necessary to complete theproject as required by the Contract Documents.2. The undersigned has carefully examined in detail the site <strong>of</strong> the proposed work,and has familiarized himself/herself with all <strong>of</strong> the local conditions affecting thecontract and the detailed requirements <strong>of</strong> performance, and understands that inmaking the proposal, the proposer waives all right to plead misunderstandingregarding the same.3. The undersigned agrees to complete the work as set forth in Section IV below,unless additional time is granted in accordance with the contract documents.4. Accompanying this proposal is a proposal bond, a proposal guarantee cashier’scheck or money order made payable to the <strong>City</strong> <strong>of</strong> <strong>Champaign</strong> in the amount setforth in Section III below.5. If this proposal is accepted and the undersigned shall fail to execute a contract orsubmit evidence <strong>of</strong> insurance, performance bond or other documents as requiredin the Contract Documents, it is hereby agreed that the amount <strong>of</strong> the proposalsecurity shall become the property <strong>of</strong> the <strong>City</strong>, and shall be considered aspayment on damages due to delay and other causes suffered by the <strong>City</strong>because <strong>of</strong> the failure to execute the contract or submit required document(s);otherwise, said proposal security shall be returned to the undersigned uponexecution <strong>of</strong> the contract and submission <strong>of</strong> required documents.6. The undersigned acknowledges receipt <strong>of</strong> the following addenda:ADDENDA NO.DATE OF ADDENDA7. The undersigned submits herewith the contractor’s Schedule <strong>of</strong> Prices coveringthe work to be performed under this contract.Part 4 – ink completion Page 1 <strong>of</strong> 23Gateway Demolition Project 6/13


I. (Please Type or Print)Name and Address <strong>of</strong> Proposer:_____________________________________________________________________________________________________________________________________________________Phone: ______________________________ Fax and Email:_________________________II. PROPOSALTotal Proposal Amount in Words: ______________________________________________________________________________________________________________________Total Proposal Amount in numbers:$________________________________________III. PROPOSAL SECURITY(Circle One) Proposal Bond / Certified Check / Cashier Check / Bank Draft / Letter <strong>of</strong> CreditBond Amount: ________________________________________________________(10% <strong>of</strong> Proposal Amount)(Item MUST be attached to this form)IV. COMPLETION DATE/SCHEDULEProject Completion Date/Schedule:OrWithin 90 calendar days <strong>of</strong> receipt <strong>of</strong> a Notice to ProceedBY:_______________________________(Signature)DATE:_______________________________________________________(Printed Name)_______________________________(Title)If a corporation, affix sealATTEST:_______________________________________________________________________________________(Printed Name)Part 4 – ink completion Page 2 <strong>of</strong> 23Gateway Demolition Project 6/13


Gateway Studio Apartments DemolitionSCHEDULE OF PRICESITEM No. DESCRIPTION AMOUNT - INDICATEPOSITIVE OR(NEGATIVE)BB01 Mobilization/Demobilization $BB02 Project Planning & Work Plan(s) Development $BB03 Above-Grade Building Demolition $BB04 Below-Grade Demolition $BB05 Building Material Rubble Removal/Disposal $Friable Asbestos Containing Materials (including $BB06 materials within the tunnels, pits, vaults, chases, andburied)Non-Friable Asbestos Containing Materials $BB07 (including materials within the tunnels, pits, vaults,chases, and buried)Hazardous Waste Removal & Disposal (within the $BB8 building’s footprints & on or above the buildingslowest floor slab)Contaminated Waste Removal & Disposal (within $BB9 the buildings’ footprints & on or above thebuildings’ lowest floor slab)BB10 Universal Waste Removal & Disposal $BB11Site Restoration, Including Fencing and Other Fill $MaterialsUnderground Utility Costs, Include the $BB12 Capping/Closing <strong>of</strong> Existing Utilities to beAbandoned & Proposed Utility CostsBB13S<strong>of</strong>t Costs for Bonding, Insurance & Project $AdministrationBB14Total Allowance Amount from Table on Page $00300-4. Refer to Section 01102 for AllowancesBB15 Environmental Testing & Site Monitoring $BB16 Security, Odor, Dust & Noise Control $TOTAL PROPOSAL AMOUNT $00300-3


Gateway Studio Apartments DemolitionUNIT PRICES AND ALLOWANCESRefer to Specification Section 01102 for a detailed description <strong>of</strong> the Allowances and Section01270 for a detailed description <strong>of</strong> the Unit Prices.ITEMNo.U001U002U003U004U005U006DESCRIPTIONExcavation, waste characterization, transportation, anddisposal <strong>of</strong> contaminated soils, as defined in Section02120.Excavation, waste characterization, transportation, anddisposal <strong>of</strong> soils classified as a “hazardous waste” inSection 02120.Disposal <strong>of</strong> contaminated concrete waste as defined inSection 02083.Disposal <strong>of</strong> hazardous concrete waste as defined inSection 02083Placing/Pumping Flowable Backfill in abandonedsewer piping, manhole vaults, structures, and pits.Pumping, waste characterization, transportation, anddisposal <strong>of</strong> non-hazardous contaminated groundwaterin accordance with the requirements set forth inSection 02130.UNIT(A)QUANTITYPERSECTION01102 (B)COSTPERUNITTon 300 $Ton 100 $Ton 5 $Ton 5 $Cu. Yd 175 $Gallon 12,000 $TOTAL ALLOWANCE AMOUNT $ALLOWANCESUBTOTAL(A) x (B)00300-4


4.2(a) Proposal Bond (Secured by Surety)We, , as Principal, and , as Surety, are held and firmly bound unto the <strong>City</strong><strong>of</strong> <strong>Champaign</strong>, Illinois (hereinafter referred to as “<strong>City</strong>”) in the penal sum <strong>of</strong> $ . We bindourselves, our heirs, executors, administrators, successors, and assigns, jointly to pay tothe <strong>City</strong> this sum under the conditions <strong>of</strong> this instrument.WHEREAS, the condition <strong>of</strong> the foregoing obligation is such that the saidPrincipal is submitting a written proposal to the <strong>City</strong> acting through its awarding authority forthe construction <strong>of</strong> the work for the Project described in the Contract Documents towhich this is attached.THERE<strong>FOR</strong>E, if the proposal is accepted and a contract awarded to the Principal by the<strong>City</strong> for the above designated Project, and the Principal shall within fourteen (14) calendar daysafter award enter into a formal contract, furnish surety guaranteeing the faithful performance <strong>of</strong>the work and payment <strong>of</strong> all persons who might claim a lien on such work, and furnish evidence<strong>of</strong> the required insurance coverage, all as provided elsewhere in these Contract Documents,then this obligation shall become void; otherwise it shall remain in full force and effect.IN THE EVENT the <strong>City</strong> determines the Principal has failed to enter into a formalcontract or furnish surety guaranteeing the faithful performance <strong>of</strong> the work and payment <strong>of</strong> allpersons who might claim a lien on such work or furnish evidence <strong>of</strong> required insurance incompliance with any requirements set forth in the preceding paragraph, then the <strong>City</strong> actingthrough its awarding authority shall immediately be entitled to recover the full sum set out above,together with all court costs, all attorney fees, and any other expense <strong>of</strong> recovery. The Principaland Surety hereby agree that said sum is a reasonable amount <strong>of</strong> damages incurred by the <strong>City</strong>.IN TESTIMONY WHEREOF, the said Principal has caused this instrument to be signedby its respective <strong>of</strong>ficers and its corporate seals if it is a corporation to be hereunto affixed thisday <strong>of</strong> , 20 .PRINCIPAL: (Company Name)(SEAL)By: (Signature and Title)Part 4 – ink completion Page 4 <strong>of</strong> 23Gateway Demolition Project 6/13


SURETY: (Name)(SEAL)BY: (Signature <strong>of</strong> Attorney-in-Fact)STATE OF )COUNTY OF )) ss.I, , a Notary Public in and for said county and State, do hereby certify that ,as Principal, and , as Surety, who are each personally known to me to be the samepersons whose names are subscribed to the foregoing instrument on behalf <strong>of</strong> Principal andSurety, appeared before me this day in person and acknowledged respectively, that theysigned, sealed and delivered said instrument as their free and voluntary act for the uses andpurposes therein set forth.SUBSCRIBED and SWORN to before me this _____ day <strong>of</strong> __________________, 20___My commission expires: _____________________________________________________Notary PublicNOTE:1. Improper execution <strong>of</strong> this form (i.e. missing signature or notary public seal) may resultin the proposal being declared irregular.2. If Surety Bond is used in lieu <strong>of</strong> Guarantee Check, it must be on this form and must besubmitted with Proposal.Part 4 – ink completion Page 5 <strong>of</strong> 23Gateway Demolition Project 6/13


4.2(b) Proposal Bond (Secured by Certified Check, Letter <strong>of</strong> Credit, Cashier’s Check orBank Draft)We, , as Principal, is held and firmly bound unto the <strong>City</strong> <strong>of</strong> <strong>Champaign</strong>, Illinois(hereinafter referred to as “<strong>City</strong>” in the penal sum <strong>of</strong> $ . I bind myself, my heirs, executors,administrators, successors, and assigns, jointly to pay to the <strong>City</strong> this sum under the conditions<strong>of</strong> this instrument.WHEREAS the condition <strong>of</strong> the foregoing obligation is such that the said Principal issubmitting a written proposal to the <strong>City</strong> acting through its awarding authority for work describedin the Contract Documents to which this Proposal Bond is attached.THERE<strong>FOR</strong>E, if the proposal is accepted and a contract awarded to the Principal by the<strong>City</strong> for the above designated work, and the Principal shall within fourteen (14) calendar daysafter award enter into a formal contract, furnish surety guaranteeing the faithful performance <strong>of</strong>the work and payment <strong>of</strong> all persons who might claim a lien on such work, and furnish evidence<strong>of</strong> the required insurance coverage, all as provided elsewhere in these Contract Documents,then this obligation shall become void; otherwise it shall remain in full force and effect.IN THE EVENT the <strong>City</strong> determines the Principal has failed to enter into a formalcontract or furnish surety guaranteeing the faithful performance <strong>of</strong> the work and payment <strong>of</strong> allpersons who might claim a lien on such work or furnish evidence <strong>of</strong> required insurance incompliance with any requirements set forth in the preceding paragraph, then the <strong>City</strong> actingthrough its awarding authority shall immediately be entitled to recover the full sum set outabove, together with all court costs, all attorney fees, and any other expense <strong>of</strong> recovery. ThePrincipal hereby agrees that said sum is a reasonable amount <strong>of</strong> damages incurred by the <strong>City</strong>.IN TESTIMONY WHEREOF, the said Principal has caused this instrument to be signedby its respective <strong>of</strong>ficers and its corporate seal, if it is a corporation to be hereunto affixed thisday <strong>of</strong> , 20 .PRINCIPAL: (Company Name)(SEAL)By: (Signature and Title)Part 4 – ink completion Page 6 <strong>of</strong> 23Gateway Demolition Project 6/13


STATE OF )COUNTY OF )) ss.I, , a Notary Public in and for said county and State, do hereby certify that ,as Principal, who is personally known to me to be the same person whose name is subscribedto the foregoing instrument on behalf <strong>of</strong> Principal, appeared before me this day in person andacknowledged that he/she signed, sealed and delivered said instrument as his/her free andvoluntary act for the uses and purposes therein set forth.SUBSCRIBED and SWORN to before me this _____ day <strong>of</strong> __________________, 20___My commission expires: _____________________________________________________Notary PublicNOTE: Improper execution <strong>of</strong> this form (i.e. missing signatures or seals or incompletecertification) may result in proposal being declared irregular.Part 4 – ink completion Page 7 <strong>of</strong> 23Gateway Demolition Project 6/13


4.3 Disclosure AffidavitDISCLOSURE AFFIDAVIT(NOTE: This Affidavit must be completely filled out and signed by any party doing business with the <strong>City</strong>. ThisAffidavit assists the <strong>City</strong> in making determinations relative to conflict <strong>of</strong> interests and other laws.)STATE OF ____________________ )) ss.COUNTY OF __________________ )SECTION I.BUSINESS STATUS STATEMENTI, the undersigned, being duly sworn, do state as follows:A. _______________________________________ (Hereinafter "Contractor") is a:Company Name(Place mark in front <strong>of</strong> appropriate type <strong>of</strong> business)_____ Corporation (if a Corporation, complete B)_____ Partnership (if a Partnership, complete C)_____ Limited Liability Corporation (if an LLC, complete C)_____ Individual Proprietorship (if an Individual, complete D)Contractor’s Federal Tax Identification Number, or in the case <strong>of</strong> an individual or soleproprietorship, Social Security Number:________________________B. CORPORATIONThe State <strong>of</strong> Incorporation is _______________________________Registered Agent <strong>of</strong> Corporation in Illinois:___________________________________Name___________________________________Address___________________________________<strong>City</strong>, State, Zip___________________________________TelephoneBusiness Information (If Different from Above):__________________________________Company Address, Principal Office__________________________________<strong>City</strong>, State, Zip__________________________________TelephoneFacsimile__________________________________WebsitePart 4 – ink completion Page 8 <strong>of</strong> 23Gateway Demolition Project 6/13


The corporate <strong>of</strong>ficers are as follows:President:_________________________________________Vice President: ________________________________________Secretary:_________________________________________C. PARTNERSHIP OR LLCThe partners or members are as follows: (Attach additional sheets if necessary)______________________Name______________________Name______________________Name___________________________________Home Address & Telephone___________________________________Home Address & Telephone__________________________________Home Address & TelephoneThe business address is ____________________________________________Telephone:____________________Fax:______________________My home address is________________________________________________Telephone:____________________Fax:______________________D. INDIVIDUAL PROPRIETORSHIPThe business address is ____________________________________________Telephone:____________________Fax:______________________My home address is____________________________________________Telephone:____________________Fax:______________________SECTION II. NON-COLLUSION STATEMENT (50 ILCS 105/3; 65 ILCS 5/3.1-55-10)A. This proposal is made without any connection or common interest in the pr<strong>of</strong>itswith any other person other than the Contractor except as listed on a separateattached sheet to this affidavit.Check One:_________ Others Interested in Contract_______ NonePart 4 – ink completion Page 9 <strong>of</strong> 23Gateway Demolition Project 6/13


B. No department director or any employee or any <strong>of</strong>ficer <strong>of</strong> the <strong>City</strong> <strong>of</strong> <strong>Champaign</strong> has anyfinancial interest, directly or indirectly, in the award <strong>of</strong> this contract except as listed on aseparate attached sheet to this affidavit.C. That the Proposer/Contractor is not barred from submitting a proposal on any contractas a result <strong>of</strong> violation <strong>of</strong> 720 ILCS 5/33E-3 and 5/33E-4 (Proposal Rigging or ProposalRotating).SECTION III. DRUG FREE WORKPLACE AND DELINQUENT ILLINOIS TAXES STATEMENTThe undersigned states under oath that the Contractor is in full compliance with the Illinois DrugFree Workplace Act, 30 ILCS 580/1, et. seq. The undersigned also states under oath andcertifies that the Contractor is not delinquent in payment <strong>of</strong> any tax administered by the IllinoisDepartment <strong>of</strong> Revenue except that the taxes for which liability for the taxes or the amount <strong>of</strong>the taxes are being contested in accordance with the procedures established by the appropriateRevenue Act; or that the Contractor has entered into an agreement(s) with the IllinoisDepartment <strong>of</strong> Revenue for the payment <strong>of</strong> all taxes due and is in compliance with theagreement. (65 ILCS 5/11-42.1-1)SECTION IV. FAMILIARITY WITH LAWS STATEMENTThe undersigned, being duly sworn, hereby states that the Contractor and its employees arefamiliar with and will comply with all Federal, State and local laws applicable to the project,which may include, but is not limited to, the Prevailing Wage Act and the Davis-Bacon Act.CONTRACTOR_____________________________Signature_____________________________Printed Name_____________________________TitleSUBSCRIBED and SWORN to before me this ____ day <strong>of</strong> _______________, 20___._________________________________Notary PublicPart 4 – ink completion Page 10 <strong>of</strong> 23Gateway Demolition Project 6/13


4.4 Proposer’s Affidavit Regarding Pending and Uncompleted Work(Construction and Demolition Proposals Only)STATE OF ________________________________)) ss.COUNTY OF ______________________________ )I, the undersigned, being duly sworn, do hereby declare that the following is atrue and correct statement relating to all uncompleted contracts <strong>of</strong> the undersigned forFederal, State, County, <strong>City</strong> and private work, including all subcontract work; and allpending low proposals not yet awarded or rejected; and equipment available.1 2 3 4 5 AwardsPendingProjectContractWith:ContractPricePart 4 – ink completion Page 11 <strong>of</strong> 23Gateway Demolition Project 6/13


GRADING $STRUCTURES $UNCOMPLETED WORK IN EVEN DOLLARSGRAVEL OR CRUSHED STONESURFACE OR BASE$BITUMINOUS SURFACE TREATMENTS $BITUMINOUS HOT MIX TYPE $CONCRETE PAVEMENT $ELECTRICAL WORK $CURB AND GUTTER $SEWERS $WATER $STORM SEWER $SIDEWALKS $DEMOLITION $OTHER (EXPLAIN) $TOTAL $DATE EQUIPMENT AVAILABLE <strong>FOR</strong>WORKAffiant’s Signature:__________________________________________________________Type or Print Name & Title:___________________________________________________Company Name:___________________________________________________________SUBSCRIBED and SWORN to before me this: _____ day <strong>of</strong> ___________________, 20___.My Commission Expires: _______________________________________________Notary PublicInstructions: This affidavit is to be completely filled out and executed by the chief <strong>of</strong>ficer <strong>of</strong> theproposer authorized to submit the affidavit. Attach written explanation where applicable.Part 4 – ink completion Page 12 <strong>of</strong> 23Gateway Demolition Project 6/13


4.5 Subcontractor and Major Material Suppliers ListI. SUBCONTRACTOR LIST (Attach additional sheets as necessary)NAMEADDRESS AND PHONEII.MAJOR MATERIAL SUPPLIERS (Attach additional sheets as necessary)NAMEADDRESS AND PHONEPart 4 – ink completion Page 13 <strong>of</strong> 23Gateway Demolition Project 6/13


4.6 Equal Opportunity in Purchasing1. If you have a current Annual Certificate <strong>of</strong> Compliance from the CommunityRelations Office <strong>of</strong> the <strong>City</strong> <strong>of</strong> <strong>Champaign</strong>, do not fill out the Affirmative ActionForm. Attach a copy <strong>of</strong> your Certificate to your proposal.2. If you do not have a current Certificate, you must fill out the Affirmative ActionForm and file an Affirmative Action Plan with the Community Relations Office <strong>of</strong>the <strong>City</strong> <strong>of</strong> <strong>Champaign</strong>.3. Award <strong>of</strong> the contract by the <strong>City</strong> Council <strong>of</strong> the <strong>City</strong> <strong>of</strong> <strong>Champaign</strong> will not be onan agenda for approval until you have filled out the appropriate paperwork orhave a current Annual Certificate <strong>of</strong> Compliance.Community Relations Office102 North Neil Street<strong>Champaign</strong>, Illinois 61820(217) 403-8830 or (217) 403-8835 (fax)Requested by:Office Use OnlyDate:Approved by:Date:Vendor Number: Code: Entered: CROFINCertificate Number: Certificate Expiration Date:AFFIRMATIVE ACTION REPORT <strong>FOR</strong>MFailure to properly complete and sign this form prior to the execution <strong>of</strong> a contract with the <strong>City</strong>, or within 7 daysafter a request to submit this report, will result in it being returned unprocessed thereby resulting in adelay or denial <strong>of</strong> eligibility to submit a proposal or do business with the <strong>City</strong> <strong>of</strong> <strong>Champaign</strong>.Section I. Identification1. Company Name and Address:PLEASE PRINTd/b/a:Chief Executive Officer:Address:<strong>City</strong>/State/Zip:Telephone: ( )______ - ____________ Fax: ( ) ________- ____________FEI Number:E-mail Address:Social Security Number:Part 4 – ink completion Page 14 <strong>of</strong> 23Gateway Demolition Project 6/13


Check one <strong>of</strong> the following:Corporation Partnership Individual Proprietorship Limited Liability Corp.2. Name and Address <strong>of</strong> the Company’s Principal Office (answer only if not the same as above):Name:Address:<strong>City</strong>/State/Zip:3. Major activity <strong>of</strong> your company (product or service):4. Nature <strong>of</strong> Business:Contract:Proposal:Register as a new vendor for future projects.Other:SECTION II. Policies and PracticesDescription <strong>of</strong> Equal Employment Opportunity (EEO) Policies and Practices YES NOA. Is it the Company’s policy to recruit, hire, train, upgrade, promote and discipline persons withoutregard to race, color, sex, religion, national origin, age, mental and/or physical disability?B. Has someone been assigned to develop procedures, which will assure that the EEO policy isimplemented and enforced by managerial, administrative, and supervisory personnel? If so,please indicate the name and title <strong>of</strong> the <strong>of</strong>ficial charged with this responsibility.Name: ____________________________________Title: ___________________________________Telephone: ________________________________ Fax: ____________________________________E-mail ____________________________________________________________________________C. Has the company developed a written Affirmative Action Plan? Note: a copy <strong>of</strong> the AffirmativeAction Plan must be submitted with this form in order to be considered eligible to dobusiness with the <strong>City</strong> <strong>of</strong> <strong>Champaign</strong>. If you would like technical assistance in developing a plan,please contact the Community Relations Office at (217) 403-8830.D. Has the company developed a written policy statement prohibiting Sexual Harassment? Note:Please attach a copy <strong>of</strong> the policy statement.Part 4 – ink completion Page 15 <strong>of</strong> 23Gateway Demolition Project 6/13


E. If advertising is used, does it specify that all qualified applicants will be considered foremployment without regard to race, color, sex, religion, national origin, mental and/or physicaldisability, or age?F. Has the contractor notified all <strong>of</strong> its sub-contractors <strong>of</strong> their obligations to comply with the EqualOpportunity requirements either in writing, by inclusion in subcontracts or purchase orders?G. Is your company a minority/women owned business? (Defined as at least 51% owned byindividuals who are <strong>of</strong> the female gender and/or who have origins in one or more <strong>of</strong> the followinggroups: African American, Hispanic, Asian American, and Native American.)H. If you answered “YES” to G, please check all classifications that apply: ___ African American___ Asian American ___ Hispanic ___ Native American ___ FemaleI. If you answered “YES” to G, would you like to be added to our Minority E-mail Group and/orMinority Directory? Please include your e-mail address: ____________________________________J. Is the company a state certified minority/women owned business? If yes, please attach a copy <strong>of</strong>state certification.K. Is your company certified with IDOT as a DBE firm? (Defined as a small business firm that isowned and controlled by socially and economically disadvantaged individuals.)L. Does the company have collective bargaining agreements with labor organizations?M. Have the labor organizations been notified <strong>of</strong> the company’s responsibility to comply with theEqual Employment Opportunity requirements in all contracts with the <strong>City</strong> <strong>of</strong> <strong>Champaign</strong>?SECTION III. Employment Informationa. Please complete the company work force analysis on the bottom <strong>of</strong> this page. Use the number <strong>of</strong> employees as<strong>of</strong> the most recently payroll period. Be sure to complete all applicable columns.b. Job Classifications (see descriptions, next page)c. Identify the geographical area(s) from which the company may reasonably recruit employees(Use city, county, Standard Metropolitan Statistical Area, or distance in miles from company location, etc.)d. If minorities and females are currently under-represented in your work force, please attach a copy <strong>of</strong> anexplanation <strong>of</strong> your plan to recruit and hire qualified minorities and females.Part 4 – ink completion Page 16 <strong>of</strong> 23Gateway Demolition Project 6/13


Job CategoriesOverall TotalsWhite (Not <strong>of</strong>Hispanic Origin)Black or African-American (Not <strong>of</strong>Hispanic Origin)Hispanic orLatinoAsian orPacificIslanderAmericanIndian orAlaskan NativeM F M F M F M F M F M F(A) (B) (C) (D) (E) (F) (G) (H) (I) (J) (K) (L) (M)Officials & MgrsPr<strong>of</strong>essionalsTechniciansSales WorkersOffice & ClericalCraft Workers(Skilled)Operatives(Semi-Skilled)Laborers(Unskilled)Service WorkersTOTALM = MALE, Column B is sum <strong>of</strong> Rows D, F, H, J and L. F = FEMALE, Column C is sum <strong>of</strong> Rows E, G, I, K and M.Date <strong>of</strong> above Data:______________________________SECTION IV. CertificationThe company certifies that it has answered all <strong>of</strong> the foregoing questions truthfully to the best <strong>of</strong>its knowledge and belief and agrees that it/he/she will comply and abide by the <strong>City</strong>’s AffirmativeAction Ordinance (Section 12.5-65) and Human Rights Guarantee provision (Section 12.5-64).Signature: Typed Name & Title Telephone Number DateDEFINITIONS OF TERMINOLOGY LISTED IN THE WORK<strong>FOR</strong>CE PROFILE TABLE(See previous Page)DESCRIPTION OF RACE/ETHNIC CATEGORIESRace/ethnic designations as used by the Department do not denote scientific definitions <strong>of</strong> anthropological origins. For the purposes <strong>of</strong> this report, an employee may beincluded in the group to which he or she appears to belong, identifies with, or is regarded in the community as belonging. However, no person should be counted in more thanone race/ethnic group. The race/ethnic categories for this report are:Part 4 – ink completion Page 17 <strong>of</strong> 23Gateway Demolition Project 6/13


White (Not <strong>of</strong> Hispanic origin). All persons having origins in any <strong>of</strong> the original peoples <strong>of</strong> Europe, North Africa or the Middle East.Black <strong>of</strong> African-American (Not <strong>of</strong> Hispanic origin). All persons having origins in any <strong>of</strong> the Black racial groups <strong>of</strong> Africa.Hispanic or Latino. All persons <strong>of</strong> Mexican, Puerto Rican, Cuban, Central <strong>of</strong> South American, or other Spanish culture or origin, regardless <strong>of</strong> race.Asian or Pacific Islander. All persons having origins in any <strong>of</strong> the original peoples <strong>of</strong> the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands. This areaincludes, for example, China, India, Japan, Korea, the Philippine Islands and Samoa.American Indian or Alaskan Native. All persons having origins in any <strong>of</strong> the original peoples <strong>of</strong> North America, and who maintain cultural identification through tribal affiliationor community recognition.DESCRIPTION OF JOB CATEGORIESEach employee should be counted in only one job category. Select the category containing the jobs most similar to that performed by the employee. The jobs listed in eachcategory are intended to provide an example, not a complete list, <strong>of</strong> all job titles falling into that category.Officials and Managers. Occupations requiring administrative and managerial personnel who set broad policies, exercise overall responsibility for execution <strong>of</strong> these policies,and direct individual departments or special phases <strong>of</strong> firm’s operations. Includes: <strong>of</strong>ficials, executives, middle management, plant managers, department managers, andsuperintendents, salaried supervisors who are members <strong>of</strong> management, purchasing agents and buyers, railroad conductors and yard masters, ship captains, mates and other<strong>of</strong>ficers farm operators and managers, and kindred workers.Pr<strong>of</strong>essionals. Occupations requiring either college graduation or experience <strong>of</strong> such kind and amount as to provide a comparable background. Includes: accountants andauditors, airplane pilots and navigators, architects, artists, chemists, designers, dietitians, editors, engineers, layers, librarians, mathematicians, natural scientist, registeredpr<strong>of</strong>essional nurses, personnel and labor relations specialist, physical scientist, physicians, social scientist, teachers, surveyors and kindred workers.Technicians. Occupations requiring a combination <strong>of</strong> basic scientific knowledge and manual skill which can be obtained through 2 years <strong>of</strong> post high school education, such asis <strong>of</strong>fered in many technical institutes and union colleges, or through equivalent on-the-job training. Include: computer programmers, drafters, engineering aides, juniorengineers, mathematical aides, licensed, practical or vocational nurses, photographers, radio operators, scientific assistants, technical illustrators, technicians (medical,dental, electronic, physical science), and kindred workers.Sales. Occupations engaging wholly or primarily in direct selling. Includes: advertising agents and sates workers, insurance agents and brokers, real estate agents, andbrokers, stock and bond sales workers, demonstrators, sales workers and sales clerks, grocery clerks, and cashiers/checkers, and kindred workers.Office and Clerical. Includes all clerical-type work regardless <strong>of</strong> level <strong>of</strong> difficulty, where the activities are predominantly non manual though some manual work not directlyinvolved with altering or transporting the products is included. Includes: bookkeepers, collectors (bills and accounts), messengers and <strong>of</strong>fice helpers, <strong>of</strong>fice machine operators(including computer), shipping and receiving clerks, stenographers, typists and secretaries, telegraph and telephone operators, legal assistants, and kindred workers.Craft Workers (Skilled). Manual workers <strong>of</strong> relatively high skill level having a thorough and comprehensive knowledge <strong>of</strong> the processes involved in their work. Exerciseconsiderable independent judgment and usually receive an extensive period <strong>of</strong> training. Includes: the building trades, hourly paid supervisors and lead operators who are notmembers <strong>of</strong> occupations, compositors and typesetters, electricians, engravers, painters (construction and maintenance), motion picture projectionists, pattern and modelmakers, stationary hand painters, coaters, bakers, decorating occupations, and kindred workers.Operatives (Semi-Skilled). Workers who operate machine or processing equipment or perform other factory-type duties <strong>of</strong> intermediate skill level which can be mastered ina few weeks and require only limited training. Includes: apprentices (auto service and stitchers, dryers, furnace workers, heaters, laundry and dry cleaning operatives,milliners, mine operatives and laborers, motor operators, oilers and greasers (except auto), painters (manufactured articles), photographic process workers, truck andtractor drivers, knitting, looping, taping and weaving machine operators, welders and flame cutters, electrical and electronic equipment assemblers, butchers and meatcutters, inspectors, testers and graders, hand packers and packagers, and kindred workers.Laborers (Unskilled). Workers in manual occupations which generally require no special training who perform elementary duties that may be learned in a few days andrequire the application <strong>of</strong> little or no independent judgment. Includes: garage laborers, car washers and greasers, groundskeepers and gardeners, farm workers, stevedores,wood choppers, laborers performing lifting, digging, mixing, loading and pulling operation and kindred workers.Service Workers. Workers in both protective and nonprotective service occupations. Includes: Attendants (hospital and other institutions, pr<strong>of</strong>essional and personal service,including nurses aides, and orderlies), barbers, char workers and cleaners, cooks, counter and fountain workers, elevator operators, firefighters and fire protection, guards,doorkeepers, stewards, janitors, police <strong>of</strong>ficers and detectives, porters, waiters and waitresses, amusement and recreation facilities attendants, guides, ushers, publictransportation attendants, and kindred workers.J:\CMO\CRO\A-Affirmative Action\<strong>FOR</strong>MS-LOGS\AA <strong>FOR</strong>MS\Affirmative Action Report Form REVISED 2011.03.15.docxPart 4 – ink completion Page 18 <strong>of</strong> 23Gateway Demolition Project 6/13


4.7 Notice <strong>of</strong> AwardTO:ProjectName:ProjectNumber:The <strong>City</strong> <strong>of</strong> <strong>Champaign</strong> has considered the proposal submitted by you for the workdesignated by the above-referenced project. You are hereby notified that your proposal hasbeen accepted.You are required to furnish the following documents within fourteen (14) calendar daysfrom the date <strong>of</strong> this Notice in accordance with the Contract Documents:a) Contract Signature page (4.8)b) Payment and Performance Bond(s) (4.9)c) Certificate(s) <strong>of</strong> Insurance (see 4.10) with the following language: “The <strong>City</strong> <strong>of</strong><strong>Champaign</strong> and its <strong>of</strong>ficers and employees are added as additional insuredparties on all policies on a primary and non-contributory basis.”If you fail to execute said contract and furnish the required bond(s) and insurancecertificate(s) within fifteen days, the <strong>City</strong> will be entitled to consider your proposal abandonedand your proposal bond will be forfeited as liquidated damages. In addition, the <strong>City</strong> will beentitled to such other rights as may be granted by law. You are required to return anacknowledged copy <strong>of</strong> this Notice <strong>of</strong> Award to the <strong>City</strong> immediately.CITY OF CHAMPAIGN, ILBY:_____________________________________________(<strong>City</strong> Engineer)Dated this _____ day <strong>of</strong> ___________________________, 20_____.ACKNOWLEDGEMENT OF NOTICE OF AWARDReceipt <strong>of</strong> the above Notice <strong>of</strong> Award is hereby acknowledged.BY:________________________________________________________________(Signature)(Title)Dated this ____ day <strong>of</strong> ____________________________, 20____.Part 4 – ink completion Page 19 <strong>of</strong> 23Gateway Demolition Project 6/13


4.8 Contractabove.Project Name:THIS AGREEMENT is made on the date set forth below between the <strong>City</strong> <strong>of</strong><strong>Champaign</strong> (hereinafter, “<strong>City</strong>”) and the Contractor identified below and its heirs,executors, administrators, successors and assigns (hereinafter, “Contractor”), on theterms and conditions as follows:A. The Contractor shall, at Contractor’s own cost and expense, complete all <strong>of</strong> thework and furnish all materials and labor necessary to complete the work inaccordance with the plans and specifications in full compliance with all <strong>of</strong> theterms <strong>of</strong> these Contract Documents and the requirements <strong>of</strong> the <strong>City</strong> Engineer forthe amount stated in the Proposal Form, subject to adjustments as provided forin the Contract Documents and any subsequently approved Change Orders.B. The <strong>City</strong> shall pay Contractor in the manner and in the amount set forth in theProposal and Contract documents.C. The following documents are part <strong>of</strong> this Contract and are incorporated herein asif repeated at length:1. Properly executed Change Orders;2. Addenda issued during proposal process;3. General Conditions (Parts 2 and 4);4. Notice and Instructions to Proposers (Part 1);5. Technical Specifications (Part 3);6. Plans and Drawings approved by the <strong>City</strong>;7. Supplemental Conditions or Specifications;8. Standard Specification as described in Part 2 (if applicable);9. Payment and Performance Bond(s);10. Certificate(s) <strong>of</strong> Insurance;11. Affidavits.D. NOTE: If the Contractor is a corporation, partnership or LLC, and a person otherthan a corporate <strong>of</strong>ficer, partner or member <strong>of</strong> that business entity identified inthe Disclosure Affidavit signs this contract, the Contractor must provide as anadditional contract document, sufficient documentation <strong>of</strong> that persons authorityto sign contracts for the Contractor, such as a resolution adopted by the businessentity’s board, the business entity’s bylaws, or a cover letter disclosing thatauthority, signed by a corporate <strong>of</strong>fice, partner or member identified in theDisclosure Affidavit.IN WITNESS WHEREOF, the parties hereto set their hands the day and year first writtenCONTRACTORATTESTProjectNumber:BY: ________________________________(Signature)ITS:_______________________________(Print Name and Title)BY:____________________________(Signature)ITS:___________________________(Print Name and Title)Part 4 – ink completion Page 20 <strong>of</strong> 23Gateway Demolition Project 6/13


CITY OF CHAMPAIGN, ILBY: ________________________________(<strong>City</strong> Manager)ATTESTBY:____________________________(<strong>City</strong> Clerk)Approved as to form:BY:_____________________________<strong>City</strong> Attorney COUNCIL BILL #4.9 Combined Payment and Performance BondCONTRACT DATE:________________We, __________________________________________________, as Principal, and_______________________________________, as Surety, are held and firmly bound unto the<strong>City</strong> <strong>of</strong> <strong>Champaign</strong> (hereafter referred to as "<strong>City</strong>") in the sum <strong>of</strong> ______________________________________________ Dollars ($____________________) lawful money <strong>of</strong> the UnitedStates, well and truly to be paid unto said <strong>City</strong> for the payment <strong>of</strong> which we bind ourselves, ourheirs, executors, administrators, successors and assigns jointly to pay to the <strong>City</strong> this sum underthe conditions <strong>of</strong> this instrument.WHEREAS, THE CONDITION OF THE <strong>FOR</strong>EGOING OBLIGATION IS SUCH that thesaid Principal has entered into a written contract with the <strong>City</strong> for the construction <strong>of</strong> work on thecontract to which this is attached, which contract is hereby referred to and made a part here<strong>of</strong>,as if written herein at length, and whereby the said Principal has promised and agreed toperform said work in accordance with the terms <strong>of</strong> said contract, and has promised to pay allsums <strong>of</strong> money due for any labor, materials, apparatus, fixtures or machinery furnished to suchPrincipal for the purpose <strong>of</strong> performing such work and has further agreed to pay all direct andindirect damages to any person, firm, company or corporation suffered or sustained on account<strong>of</strong> the performance <strong>of</strong> such work during the time there<strong>of</strong> and until such work is completed andaccepted and any warranty period applicable thereto completed; and has further agreed thatthis bond shall inure to the benefit <strong>of</strong> any person, firm, company or corporation, to whom anymoney may be due from the Principal, subcontractor or otherwise, for any such labor, materials,apparatus, fixtures or machinery so furnished and that suit may be maintained on such bond byany such person, firm, company or corporation, for the recovery <strong>of</strong> any such money.NOW, THERE<strong>FOR</strong>E, if the said Principal shall well and truly perform said work inaccordance with the terms <strong>of</strong> said contract, and shall pay all sums <strong>of</strong> money due or to becomedue for any labor, materials, apparatus, fixtures or machinery furnished to the Principal for thepurpose <strong>of</strong> constructing such work, and shall commence and complete the work within the timeprescribed in said contract, and shall pay and discharge all damages, direct and indirect, thatmay be suffered or sustained on account <strong>of</strong> such work during the time <strong>of</strong> the performancethere<strong>of</strong> and until the said work shall have been accepted, and any warranty period applicablethereto completed, and shall hold the <strong>City</strong> and its employees and agents as required in saidcontract on account <strong>of</strong> any such damages and shall in all respects fully and faithfully complywith all the provisions, conditions and requirements <strong>of</strong> said contract, then this obligation to bevoid; otherwise to remain in full force and effect and upon notice to the Surety <strong>of</strong> the Principal'sfailure to perform, the Surety shall perform the obligations <strong>of</strong> the Principal hereunder.The <strong>City</strong> may sue on this bond, and any person furnishing material or performing labor, either asan individual or as a subcontractor, shall have the right to sue on this bond in the name <strong>of</strong> the<strong>City</strong> for its use and benefit.Part 4 – ink completion Page 21 <strong>of</strong> 23Gateway Demolition Project 6/13


The said surety, for value received, hereby stipulates and agrees that no change,extension <strong>of</strong> time, alteration or addition to the terms <strong>of</strong> the contract or the Contract Documentsaccompanying the same or to the work to be performed thereunder shall in any way affect itsobligations on this bond, and it does hereby waive notice <strong>of</strong> any such change, extension <strong>of</strong> time,alteration or addition to the terms <strong>of</strong> the contract or to the work or to the Contract Documents.PROVIDED, FURTHER, that no final settlement between the <strong>City</strong> and the Contractorshall abridge the right <strong>of</strong> any beneficiary hereunder, whose claim may be unsatisfied.In addition, the Principal and Surety, jointly and severally, expressly guarantee that allservices to be performed, all materials to be furnished, and all performance under the contractshall be fulfilled in accordance with all requirements <strong>of</strong> the contract and the ContractDocuments. In addition, Principal and Surety, jointly and severally, expressly guarantee that inthe event <strong>City</strong> is required to enforce this bond in a court <strong>of</strong> law, the <strong>City</strong> will be indemnified withrespect to all court costs and reasonable attorneys' and witness fees which are related to suchenforcement proceedings.IN TESTIMONY WHEREOF, the said Principal and the said Surety have caused thisinstrument to be signed by their respective <strong>of</strong>ficers and their corporate seals to be hereuntoaffixed this ______ day <strong>of</strong> _________________________, 20____.PRINCIPAL: (Company Name)(SEAL)By: (Signature and Title)SURETY: (Name)(SEAL)By: (Signature <strong>of</strong> Attorney-in-Fact)Part 4 – ink completion Page 22 <strong>of</strong> 23Gateway Demolition Project 6/13


STATE OF _____________ )) ss.COUNTY OF _____________ )I,_______________________________, a Notary Public in and for said County andState, do hereby certify that _________________________________________ (Insert name<strong>of</strong> individuals signing on behalf <strong>of</strong> PRINCIPAL and SURETY) who are each personally knownto me to be the same persons whose names are subscribed to the foregoing instrument onbehalf <strong>of</strong> PRINCIPAL and SURETY, appeared before me this day in person andacknowledged respectively, that they signed, sealed and delivered said instrument as their freeand voluntary act for the uses and purposes therein set forth.SUBSCRIBED and SWORN to before me this: ____ day <strong>of</strong> _______________, 20___.My commission expires: _______________________________________________Notary PublicNOTE: If the contractor wishes to use a different payment or performance bond form,the Legal Department must approve the form.4.10 Certificate <strong>of</strong> InsuranceA Certificate <strong>of</strong> Insurance must be provided consistent with the requirements setforth in the General Conditions.Attention is directed to the requirement that the Certificate <strong>of</strong> Insurance mustcontain the following language: “The <strong>City</strong> <strong>of</strong> <strong>Champaign</strong> and its <strong>of</strong>ficers andemployees are added as additional insured parties on all policies on a primary andnon-contributory basis.”Failure to submit the required Certificate <strong>of</strong> Insurance may result in declaration <strong>of</strong>proposer default.Part 4 – ink completion Page 23 <strong>of</strong> 23Gateway Demolition Project 6/13

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!