First Amendment to Community Development Block Grant (CDBG) Subrecipient Agreement with Dubuque Community SchoolsCity of Dubuque
City Council Meeting
Consent Items # 07.
Copyrighted
November 20, 2023
ITEM TITLE: First Amendment to Community Development Block Grant (CDBG)
Subrecipient Agreement between the City of Dubuque and Dubuque
Community Schools
SUMMARY: City Manager recommending City Council First Amendment to CDBG
Subrecipient Agreement between the City of Dubuque and Dubuque
Community Schools.
RESOLUTION Authorizing the First Amendment to the CDBG
Subrecipient Agreement between the City of Dubuque and Dubuque
Community Schools
SUGGESTED Suggested Disposition: Receive and File; Adopt Resolution(s)
DISPOSITION:
FIN ik[91:ILy,I=11ZINI+13
Description Type
MVM Memo City Manager Memo
Amendment #1 DCSD Lincoln Wellness Project- Staff Memo
Memo
Amendment #1 DCSD Lincoln Wellness- Resolution Resolutions
Amendment 1 DCSD Lincoln Wellness- Signed Supporting Documentation
Insurance Schedule G
Insurance Schedule F
Supporting Documentation
Supporting Documentation
City of Dubuque AP 3.02 Public Improvement Supporting Documentation
Contracts and Goods and Services Purchasing Policy
THE CITY OF
Dubuque
DUB TEE1.
All -America City
Masterpiece on the Mississippi
� pp
zoo�•*o 13
zoi720zoi9
TO: The Honorable Mayor and City Council Members
FROM: Michael C. Van Milligen, City Manager
SUBJECT: First Amendment to CDBG Subrecipient Agreement between the City of
Dubuque and Dubuque Community Schools
DATE: November 15, 2023
Housing & Community Development Director Alexis Steger is recommending City
Council First Amendment to CDBG Subrecipient Agreement between the City of
Dubuque and Dubuque Community Schools.
The City of Dubuque entered into a Community Development Block Grant (CDBG)
Subrecipient Agreement with Dubuque Community Schools on September 18, 2023, to
assist with a complete site redesign at Lincoln Elementary to improve the use of space
in a low -mod area. To fully process the Subrecipient Agreement, the City of Dubuque
staff requested Insurance Schedule F from Dubuque Community Schools. After much
discussion and consultation with Dubuque Community Schools, City of Dubuque staff,
and insurance partners, the original Subrecipient Agreement must be amended to
reflect the accurate Insurance Schedule for Subrecipients, Contractors, and
Subcontractors. Therefore, this memorandum transmits a resolution to amend the
Subrecipient Agreement to the accurate language regarding insurance and bonding.
I concur with the recommendation and respectfully request Mayor and City Council
approval.
v
Mic ael C. Van Milligen
MCVM:sv
Attachment
cc: Crenna Brumwell, City Attorney
Cori Burbach, Assistant City Manager
Alexis Steger, Housing & Community Development Director
THE CITY OF
DUB E
Masterpiece on the Mississippi
To: Michael C. Van Milligen, City Manager
From: Alexis M. Steger, Housing & Community Development Director
Date: November 14, 2023
Dubuque
MI-Aneriea City
2007-2012.2013
2017*2019
Subject: First Amendment to CDBG Subrecipient Agreement between the City of
Dubuque and Dubuque Community Schools
BACKGROUND
The City of Dubuque entered into a Community Development Block Grant (CDBG)
Subrecipient Agreement with Dubuque Community Schools on September 18, 2023, to
assist with a complete site redesign at Lincoln Elementary to improve the use of space
in a low -mod area. To fully process the Subrecipient Agreement, the City of Dubuque
staff requested Insurance Schedule F from Dubuque Community Schools. After much
discussion and consultation with Dubuque Community Schools, City of Dubuque staff,
and insurance partners, the original Subrecipient Agreement must be amended to
reflect the accurate Insurance Schedule for Subrecipients, Contractors, and
Subcontractors. Therefore, this memorandum transmits a resolution to amend the
Subrecipient Agreement to the accurate language regarding insurance and bonding.
DISCUSSION
The original Subrecipient Agreement stated, "Subrecipient shall meet the strictest
standard for bonding and insurance coverage." When the City of Dubuque requested
the strictest insurance, Insurance Schedule F, from Dubuque Community Schools,
Dubuque Community Schools and their insurance agents questioned if this was the
appropriate Insurance Schedule. From there, City of Dubuque staff including Finance,
Legal, Housing and Community Development as well as insurance partners reviewed
the original Subrecipient Agreement language provided for Insurance and Bonding as
well as the City's Insurance Schedules. After much discussion and input from all
parties, it was determined that Subrecipients do not need to carry the strictest
insurance. Therefore, we are amending our Agreement to reflect the appropriate
Insurance Schedules for all community partners. Specifically, our Insurance and
Bonding section now states Subrecipients must submit Insurance Schedule G and the
Subrecipient's contractors and subcontractors must submit Insurance Schedule F. The
Amendment language regarding Insurance and Bonding reflects input from community
partners and is much clearer for community partners as well.
RECOMMENDATION
I respectfully request the City Council approve the first amendment to the Subrecipient
Agreement with Dubuque Community Schools and authorize the Mayor to execute the
amendment on behalf of the City.
Prepared by: Mary Bridget Corken-Deutsch, Community Development Specialist
Prepared by Macy Bridget Corken Deutsch Housing & Community Devel., 350 W. 6th St., Suite 312 563 690-6072
Return to Adrienne N. Breitfelder, City Clerk, 50 W. 130 St., Dubuque, IA 52001, (563) 589-4100
RESOLUTION NO. 375-23
RESOLUTION AUTHORIZING THE FIRST AMENDMENT TO THE CDBG
SUBRECIPIENT AGREEMENT BETWEEN THE CITY OF DUBUQUE AND DUBUQUE
COMMUNITY SCHOOLS
Whereas, the City of Dubuque and Dubuque Community Schools entered into a
CDBG Subreciplent Agreement dated September 18, 2023 with respect to improve the
quality of a public facility at 555 Nevada Street, Lincoln Elementary School; and
Whereas, the parties desire to modify the Subrecipient Agreement as set out in
the First Amendment to the Subrecipient Agreement attached hereto; and
Whereas, the Dubuque Community Schools services provided will be to a
minimum of 51 % low moderate income area, meeting the CDBG National Objective of
Low/Mod-Income Housing benefit, and eligible activity of 03F: Parks, Recreational
Facilities.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF DUBUQUE, IOWA:
Section 1. That the First Amendment to the CDBG Subrecipient Agreement be
approved.
Section 2. That the Mayor of the City of Dubuque is hereby authorized to
execute the First Amendment to the CDBG Subrecipient Agreement.
Section 3. That the Mayor of the City of Dubuque is hereby authorized and
directed to designate the City Manager or the Housing and Community Development
Department Director to execute all related documents on behalf of the City of Dubuque,
Iowa.
Passed, approved, and adopted this 20th day of November 2023.
Attest c_:�_;rad N-Cav .a g , ayor
Aes12 4�111
Adrienne Breitfelder, City Clerk
FIRST AMENDMENT
TO
SUBRECIPEINT AGREEMENT BETWEEN
THE CITY OF DUBUQUE
AND
DUBUQUE COMMUNITY SCHOOLS
This First Amendment to Subrecipient Agreement, dated for reference purposes the 20th day
of November , 2023, is made and entered into by the City of Dubuque, Iowa, a Responsible Entity
administering Community Development Block Grant funds (City), and Dubuque Community Schools
(Subrecipient).
WHEREAS, City and Subrecipient entered into a Subrecipient Agreement dated September 18,
2023 (the Subrecipient Agreement); and
WHEREAS, City and Subrecipient desire to amend the Subrecipient Agreement as set forth
herein.
NOW THEREFORE, IN CONSIDERATION OF THE MUTUAL TERMS AND COVENANTS CONTAINED
HEREIN, CITY AND SUBRECIPIENT AGREE AS FOLLOWS:
Section 1, Section E.5 of the Subrecipient Agreement is hereby amended to read as follows:
E.5 Insurance and Bondin
The Subrecipient shall comply with the bonding and insurance requirements of 2 CFR 200 and
any applicable state and local requirements for insurance and bonding. The Subrecipient must
carry Insurance Schedule G. The Subrecipient's contractors and subcontractors must carry
Insurance Schedule F and list the City of Dubuque and Subrecipient as additional insureds. The
Subrecipient is responsible for providing the Certificate of Insurance with all required
endorsements for all contractors and subcontractors to the City of Dubuque upon request.
For construction or facility improvement contracts or subcontracts entered by the Subrecipient
for the purpose of executing the scope of work in Exhibit A, the City may accept the bonding
policy and requirements of the Subrecipient provided that the City has made a determination
that the City's interest is adequately protected. If such a determination has not been made, the
minimum requirements must be as outlined in the City of Dubuque's Administrative Policy 3.02
Public Improvement Contracts and Goods and Services Purchasing Policy— Procedure V. A-D.
Section 2. List of Exhibits of the Subrecipient Agreement is hereby amended to read as follows:
Exhibit E Insurance Schedule G
Exhibit F Insurance Schedule F
Exhibit G City of Dubuque Administrative Policy 3.02 Public Improvement Contracts and
Goods and Services Purchasing Policy
Section 3. Except as modified herein, the Subrecipient Agreement shall remain in full force and
effect.
CITY OF DUBUQUE, IOWA
By:
Brad M.Cavanag , yor
Dubuque Community Schools
By:
Kate Parks, Board President
City of Dubuque Insurance Requirements for Vendors (Suppliers, Service Providers)
INSURANCE SCHEDULE G
1. Dubuque Community Schools shall furnish a signed certificate of insurance to the City of Dubuque, Iowa
for the coverage required in Exhibit I prior to the contract commencement. Each certificate shall
be prepared on the most current ACORD form approved by the Iowa Insurance Division or an
equivalent. Each certificate shall include a statement under Description of Operations as to why
the certificate was issued. Eg: Project # or purchase agreement
2. All policies of insurance required hereunder shall be with an insurer authorized to do business in
Iowa and all insurers shall have a rating of A or better in the current A.M. Best's Rating Guide.
3. Each certificate shall be furnished to the Finance Department of the City of Dubuque.
4. The service provider shall be required to carry the minimum coverage/limits, or greater if required
by law or other legal agreement, in Exhibit I. Failure to provide the required minimum coverage
shall not be deemed a waiver of such requirements by the City of Dubuque.
5. Failure to obtain or maintain the required insurance shall be considered a material breach of this
agreement.
6. All required endorsements shall be attached to certificate.
7. Whenever a specific ISO form is referenced the current edition of the form must be used unless
an equivalent form is approved by the Director of Finance and Budget. The service provider must
identify or list in writing all deviations and exclusions from the ISO form.
8. If vendor's limits of liability are higher than the required minimum limits then the vendor's limits
shall be this agreement's required limits.
9. Vendor shall require all subcontractors and sub -subcontractors to obtain and maintain during the
performance of work insurance for the coverages described in this Insurance Schedule and shall
obtain certificates of insurance from all such subcontractors and sub -subcontractors. Vendor
agrees that it shall be liable for the failure of a subcontractor and sub -subcontractor to obtain and
maintain such coverage. The City may request a copy of such certificates from the Vendor.
10. Vendor shall be responsible for deductibles/self-insured retention for payment of all policy
premiums and other costs associated with the insurance policies required below.
11. All certificates of insurance must include agents name, phone number, and email address.
12. The City of Dubuque reserves the right to require complete, certified copies of all required
insurance policies, including endorsements, required by this Schedule at any time.
13. The City of Dubuque reserves the right to modify these requirements, including limits, based on
changes in the risk or other special circumstances during the term of the agreement, subject to
mutual agreement of the parties.
Page 1 of 4 Schedule G Vendors April 2021
City of Dubuque Insurance Requirements for Vendors (Suppliers, Service Providers)
INSURANCE SCHEDULE G (continued)
EXHIBIT I
A) COMMERCIAL GENERAL LIABILITY
General Aggregate Limit $2,000,000
Products -Completed Operations Aggregate Limit $1,000,000
Personal and Advertising Injury Limit $1,000,000
Each Occurrence $1,000,000
Fire Damage Limit (any one occurrence) $50,000
Medical Payments $5,000
1) Coverage shall be written on an occurrence, not claims made, form. The general
liability coverage shall be written in accord with ISO form CG 00 01 or business
owners form BP 00 02. All deviations from the standard ISO commercial general
liability form CG 00 01, or Business owners form BP 00 02, shall be clearly
identified.
2) Include ISO endorsement form CG 25 04 "Designated Location(s) General
Aggregate Limit."
3) Include endorsement indicating that coverage is primary and non-contributory.
4) Include Preservation of Governmental Immunities Endorsement (Sample
attached).
5) Include additional insured endorsement for:
The City of Dubuque, including all its elected and appointed officials, all its
employees and volunteers, all its boards, commissions and/or authorities and
their board members, employees and volunteers. Use ISO form CG 20 10
(Ongoing operations) or its equivalent.
6) Policy shall include Waiver of Right to Recover from Others endorsement.
B) WORKERS' COMPENSATION & EMPLOYERS LIABILITY
Statutory Benefits covering all employees injured on the job by accident or disease as
prescribed by Iowa Code Chapter 85.
Coverage A Statutory —State of Iowa
Coverage B Employers Liability
Each Accident $100,000
Each Employee -Disease $100,000
Policy Limit -Disease $500,000
Policy shall include Waiver of Right to Recover from Others endorsement.
Coverage B limits shall be greater if required by the umbrella/excess insurer.
OR
If, by Iowa Code Section 85.1A, the Vendor is not required to purchase Workers'
Compensation Insurance, the Vendor shall have a copy of the State's Nonelection of
Workers' Compensation or Employers' Liability Coverage form on file with the Iowa
Workers' Compensation Insurance Commissioner, as required by Iowa Code Section
87.22. Completed form must be attached.
Page 2 of 4 Schedule G Vendors April 2021
City of Dubuque Insurance Requirements for Vendors (Suppliers, Service Providers)
INSURANCE SCHEDULE G (continued)
C) POLLUTION LIABILITY
Coverage required: —Yes X No
Pollution liability coverage shall be required if the lessee, contracting party, or permittee
has any pollution exposure for abatement of hazardous or contaminated materials
including, but not limited to, petroleum products, the removal of lead, asbestos, or PCBs.
Pollution product and completed operations coverage shall also be covered.
Each Occurrence $2,000,000
Policy Aggregate $4,000,000
1) Policy to include job site and transportation coverage.
2) Include additional insured for:
The City of Dubuque, including all its elected and appointed officials, all its
employees and volunteers, all its boards, commissions and/or authorities and
their board members, employees and volunteers. Use ISO form CG 20 10.
(Ongoing operations) or its equivalent and CG 20 37(competed operations).
3) Include Preservation of Governmental Immunities Endorsement.
4) Provide evidence of coverage for 5 years after completion of project.
D) PROFESSIONAL LIABILITY $1,000,000
Coverage required: —Yes X No
If the required policy provides claims -made coverage:
1) The Retroactive Date must be shown and must be before the date of the
agreement.
2) Insurance must be maintained and evidence of insurance must be provided for at
least five (5) years after completion of the work or services.
3) If coverage is canceled or non -renewed and not replaced with another claims -
made policy form with a Retroactive Date prior to the date of the agreement, the
contractor must provide "extended reporting" coverage for a minimum of five (5)
years after completion of the work or services.
E) CYBER LIABILITY/BREACH $1,000,000
Coverage required: Yes X No
Coverage for First and Third Party liability including but not limited to lost data and
restoration, loss of income and cyber breach of information.
F) UMBRELLA/EXCESS $1,000,000
Coverage required: X Yes _ No
The General Liability, Automobile Liability and Workers Compensation Insurance
requirements may be satisfied with a combination of primary and Umbrella or Excess
Liability Insurance. If the Umbrella or Excess Insurance policy does not follow the form of
the primary policies, it shall include the same endorsements as required of the primary
policies including Waiver of Subrogation and Primary and Non-contributory in favor of the
City.
Page 3 of 4 Schedule G Vendors April 2021
City of Dubuque Insurance Requirements for Vendors (Suppliers, Service Providers)
Please be aware that naming the City of Dubuque as an additional insured as is required by this
Insurance Schedule may result in the waiver of the City's governmental immunities provided in Iowa Code
sec. 670.4. If you would like to preserve those immunities, please use this endorsement or an equivalent
form.
PRESERVATION OF GOVERNMENTAL IMMUNITIES ENDORSEMENT
1. Nonwaiver of Governmental Immunity. The insurer expressly agrees and states that the purchase
of this policy and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any
of the defenses of governmental immunity available to the City of Dubuque, Iowa under Code of Iowa
Section 670.4 as it is now exists and as it may be amended from time to time.
2. Claims Coverage. The insurer further agrees that this policy of insurance shall cover only those
claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it
now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa
Section 670.4 shall be covered by the terms and conditions of this insurance policy.
3. Assertion of Government Immunity. The City of Dubuque, Iowa shall be responsible for asserting
any defense of governmental immunity, and may do so at any time and shall do so upon the timely written
request of the insurer.
4. Non -Denial of Coverage. The insurer shall not deny coverage under this policy and the insurer
shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for
reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of
the defense(s) of governmental immunity asserted by the City of Dubuque, Iowa.
No Other Change in Policy. The above preservation of governmental immunities shall not otherwise
change or alter the coverage available under the policy.
SPECIMEN
(DEPARTMENT MANAGER: FILL IN ALL BLANKS AND CHECK BOXES)
Page 4 of 4 Schedule G Vendors April 2021
City of Dubuque Insurance Requirements for General, Artisan or Trade Contractors,
Subcontractors or Sub -Subcontractors
Class A:
Class B:
Class C:
INSURANCE SCHEDULE F
Asbestos Removal
Fiber Optics
Sanitary Sewers
Asphalt Paving
Fire Protection
Sheet Metal
Concrete
Fireproofing
Site Utilities
Construction Managers
General Contractors
Shoring
Cranes
HVAC
Special construction
Culverts
Mechanical
Steel
Decking
Paving & Surfacing
Storm sewers
Demolition
Piles & Caissons
Structural Steel
Deconstruction
Plumbing
Trails
Earthwork
Retaining Walls
Tunneling
Electrical
Reinforcement
Water main
Elevators
Roofing
Chemical Spraying
Landscaping
Rough Carpentry
Doors, Window &
Masonry
Stump Grinding
Glazing
Vehicular Snow Removal
Tank Coating
Drywall Systems
Painting & Wall Covering
Tree Removal
Fertilizer Application
Pest Control
Tree Trimming
Geotech Boring
Scaffolding
Tuckpointing
Insulation
Sidewalks
Waterproofing
Finish Carpentry
Plastering
Well Drilling
Carpet Cleaning
General Cleaning
Power Washing
Carpet & Resilient
Grass Cutting
Tile & Terrazzo Flooring
Flooring
Janitorial
Window Washing
Caulking & Sealants
Non Vehicular Snow &
Acoustical Ceiling
Ice Removal
Filter Cleaning
Office Furnishings
Page 1 of 6 Schedule F, General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors April 2021
City of Dubuque Insurance Requirements for General, Artisan or Trade Contractors,
Subcontractors or Sub Subcontractors
INSURANCE SCHEDULE F (continued)
Contractor shall furnish a signed certificate of insurance to the department responsible for the
contract for the coverage required in Exhibit I prior to commencing work and at the end of the
project if the term of work is longer than 60 days. Contractors presenting annual certificates shall
present a certificate at the end of each project with the final billing. Each certificate shall be
prepared on the most current ACORD form approved by the Iowa Department of Insurance or an
equivalent approved by the Director of Finance and Budget or Designee. The certificate must
clearly indicate the project number, project name, or project description for which it is being
provided Eg: Project # Project name: or
Project Location at or construction of
2. All policies of insurance required hereunder shall be with an insurer authorized to do business in
Iowa and all insurers shall have a rating of A or better in the current A.M. Best's Rating Guide.
3. Each Certificate required shall be furnished to the Department of the City of
Dubuque.
4. Failure to provide the coverages described in this Insurance Schedule shall not be deemed a
waiver of these requirements by the City of Dubuque. Failure to obtain or maintain the required
insurance shall be considered a material breach of this contract.
5. Contractor shall require all subcontractors and sub -subcontractors to obtain and maintain during
the performance of work insurance for the coverages described in this Insurance Schedule and
shall obtain certificates of insurance from all such subcontractors and sub -subcontractors.
Contractor agrees that it shall be liable for the failure of a subcontractor and sub -subcontractor to
obtain and maintain such coverage. The City may request a copy of such certificates from the
Contractor.
6. All required endorsements to various policies shall be attached to the certificate of insurance.
7. Whenever an ISO form is referenced the current edition must be provided.
8. Contractor shall be required to carry the minimum coverage/limit, or greater if required by law or
other legal agreement, in Exhibit I - Insurance Schedule F. If the contractor's limits of liability are
higher than the required minimum limit, then the contractor's limits shall be this agreement's
required limits.
9. Contractor shall be responsible for deductibles and self -insured retention for payment of all policy
premiums and other cost associated with the insurance policies required below.
10. All certificates of insurance must include agents name, phone number, and email address.
11. The City of Dubuque reserves the right to require complete, certified copies of all required
insurance policies, including endorsements, required by this Schedule at any time.
12. The City of Dubuque reserves the right to modify these requirements, including limits, based on
changes in the risk or other special circumstances during the term of the contract, subject to
mutual agreement of the parties.
Page 2 of 6 Schedule F, General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors April 2021
City of Dubuque Insurance Requirements for General, Artisan or Trade Contractors,
Subcontractors or Sub Subcontractors
INSURANCE SCHEDULE F (continued)
EXHIBIT I
A) COMMERCIAL GENERAL LIABILITY
General Aggregate Limit $2,000,000
Products -Completed Operations Aggregate Limit $2,000,000
Personal and Advertising Injury Limit $1,000,000
Each Occurrence $1,000,000
Fire Damage Limit (any one occurrence) $50,000
Medical Payments $5,000
1) Coverage shall be written on an occurrence, not claims made, form. The general
liability coverage shall be written in accord with ISO form CG 00 01 or business
owners form BP 00 02. All deviations from the standard ISO commercial general
liability form CG 00 01 or business owners form BP 00 02 shall be clearly
identified.
2) Include ISO endorsement form CG 25 04 "Designated Location(s) General
Aggregate Limit" or CG 25 03 "Designated Construction Project(s) General
Aggregate Limit" as appropriate.
3) Include endorsement indicating that coverage is primary and non-contributory.
4) Include Preservation of Governmental Immunities Endorsement. (Sample
attached).
5) Include additional insured endorsement for:
The City of Dubuque, including all its elected and appointed officials, all its
employees and volunteers, all its boards, commissions and/or authorities and
their board members, employees and volunteers. Use ISO form CG 20 10
(Ongoing operations).
6) The additional insured endorsement shall include completed operations under
ISO form CG 20 37 during the project term and for a period of two years after the
completion of the project.
7) Policy shall include Waiver of Right to Recover from Others endorsement.
B) WORKERS' COMPENSATION & EMPLOYERS LIABILITY
Statutory Benefits covering all employees injured on the job by accident or disease as
prescribed by Iowa Code Chapter 85.
Coverage A Statutory —State of Iowa
Coverage B Employers Liability
Each Accident $100,000
Each Employee -Disease $100,000
Policy Limit -Disease $500,000
Policy shall include Waiver of Right to Recover from Others endorsement.
Coverage B limits shall be greater if required by the umbrella/excess insurer
OR
If, by Iowa Code Section 85.1A, the Contractor is not required to purchase Workers'
Compensation Insurance, the Contractor shall have a copy of the State's Nonelection of
Workers' Compensation or Employers' Liability Coverage form on file with the Iowa
Page 3 of 6 Schedule F, General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors April 2021
City of Dubuque Insurance Requirements for General, Artisan or Trade Contractors,
Subcontractors or Sub Subcontractors
C)
D)
E)
INSURANCE SCHEDULE F (continued)
Workers' Compensation Insurance Commissioner, as required by Iowa Code Section
87.22. Completed form must be attached.
AUTOMOBILE LIABILITY
Combined Single Limit
$1,000,000
Coverage shall include all owned, non -owned, and hired vehicles. If the Contractor's
business does not own any vehicles, coverage is required on non -owned and hired
vehicles.
1) Policy shall include Waiver of Right to Recover from Others endorsement.
UMBRELLA/EXCESS LIABILITY
The General Liability, Automobile Liability and Workers Compensation Insurance
requirements may be satisfied with a combination of primary and Umbrella or Excess
Liability Insurance. If the Umbrella or Excess Insurance policy does not follow the form of
the primary policies, it shall include the same endorsements as required of the primary
policies including Waiver of Subrogation and Primary and Non-contributory in favor of the
City.
All Class A contractors with contract values in excess of $10,000,000 must have
umbrella/excess liability coverage of $10,000,000.
All Class A and Class B contractors with contract values between $500,000 and
$10,000,000 must have umbrella/excess liability coverage of $3,000,000.
All Class A and B contractors with contract values less than $500,000 must have
umbrella/excess liability coverage of $1,000,000.
All Class C contractors are not required to have umbrella/excess liability coverage.
All contractors performing earth work must have a minimum of $3,000,000 umbrella
regardless of the contract value.
POLLUTION LIABILITY
Coverage required: —Yes _ No
Pollution liability coverage shall be required if project involves any pollution exposure for
hazardous or contaminated materials including, but not limited to, the removal of lead,
asbestos, or PCB's. Pollution product and complete operations coverage shall also be
covered.
Each Occurrence $2,000,000
Policy Aggregate $4,000,000
1) Policy to include job site and transportation coverage.
Page 4 of 6 Schedule F, General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors April 2021
City of Dubuque Insurance Requirements for General, Artisan or Trade Contractors,
Subcontractors or Sub Subcontractors
INSURANCE SCHEDULE F (continued)
2) Include additional insured for:
The City of Dubuque, including all its elected and appointed officials, all its
employees and volunteers, all its boards, commissions and/or authorities and
their board members, employees and volunteers. Use ISO form CG 20 10.
(Ongoing operations) or its equivalent and CG 20 37 (completed operations)
or its equivalent.
3) Include Preservation of Governmental Immunities Endorsement.
4) Provide evidence of coverage for 5 years after completion of project.
F) RAILROAD PROTECTIVE LIABILITY
Coverage required: —Yes _ No
Any contract for construction or demolition work on or within fifty feet (50') from the edge
of the tracks of a railroad and affecting any railroad bridge, trestle, tracks, roadbeds,
tunnel, underpass, or crossing, for which an easement, license or indemnification of the
railroad is required, shall require evidence of the following additional coverages.
Railroad Protective Liability:
$ each occurrence (per limits required by Railroad)
$ policy aggregate (per limits required by Railroad)
OR
An endorsement to the Commercial General Liability policy equal to ISO CG 24 17
(Contractual Liability -Railroads). A copy of this endorsement shall be attached to the
certificate of insurance.
Page 5 of 6 Schedule F, General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors April 2021
City of Dubuque Insurance Requirements for General, Artisan or Trade Contractors,
Subcontractors or Sub Subcontractors
Please be aware that naming the City of Dubuque as an additional insured as is required by this
Insurance Schedule may result in the waiver of the City's governmental immunities provided in Iowa Code
sec. 670.4. If you would like to preserve those immunities, please use this endorsement or an equivalent
form.
PRESERVATION OF GOVERNMENTAL IMMUNITIES ENDORSEMENT
1. Nonwaiver of Governmental Immunity. The insurer expressly agrees and states that the purchase
of this policy and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any
of the defenses of governmental immunity available to the City of Dubuque, Iowa under Code of Iowa
Section 670.4 as it is now exists and as it may be amended from time to time.
2. Claims Coverage. The insurer further agrees that this policy of insurance shall cover only those
claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it
now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa
Section 670.4 shall be covered by the terms and conditions of this insurance policy.
3. Assertion of Government Immunity. The City of Dubuque, Iowa shall be responsible for asserting
any defense of governmental immunity, and may do so at any time and shall do so upon the timely written
request of the insurer.
4. Non -Denial of Coverage. The insurer shall not deny coverage under this policy and the insurer
shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for
reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of
the defense(s) of governmental immunity asserted by the City of Dubuque, Iowa.
No Other Change in Policy. The above preservation of governmental immunities shall not otherwise
change or alter the coverage available under the policy.
SPECIMEN
(DEPARTMENT MANAGER: FILL IN ALL BLANKS AND CHECK BOXES)
Page 6 of 6 Schedule F, General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors April 2021
CITY OF DUBUQUE
ADMINISTRATIVE POLICY
POLICY NUMBER: 3.02
SUBJECT: PUBLIC IMPROVEMENT CONTRACTS AND GOODS AND
SERVICES PURCHASING POLICY
APPROVED BY: CITY MANAGER
EDIT RESPONSIBILITY: FINANCE
EFFECTIVE DATE: OCTOBER 1, 1979
REVISED JULY 1, 2022
01:716b94
The purpose of this Administrative Policy (AP) is to state the City's policy on public
improvement contracts and purchases of goods and services and to provide standard
procedures for public improvement contracts and the purchase of goods and services
for the City.
SCOPE
This AP establishes a policy for public improvement contracts and purchasing goods
and services and describes procedures for the preparation, processing, authorization
and approval of all purchases for the City.
POLICY
RESPONSIBILITY
The Director of Finance and Budget is responsible for the establishment and
administration of an orderly process of public improvement contracts and purchasing
materials and services for the City. Purchases for which the City will be expected to
make payment or reimbursement shall be completed in accordance with the provisions
of this AP.
The City uses a de -centralized purchasing system. Within the limitations of this
Administrative Policy, Department/Division Managers are responsible for the
dissemination and monitoring of the requirements of this AP for all personnel under their
jurisdiction. Department Managers and their designees are responsible for preparing
specifications, soliciting bids, reviewing bids, seeking City Council approval through the
City Manager when necessary, and preparing purchase requisitions.
Department/Division Managers are solely responsible for any funding source (e.g.
grants) requirements for purchases before contracting with vendors.
Employees are expected to participate in training offered by the Finance Department.
Training can be scheduled anytime by contacting the Finance Department. Department
Managers shall be responsible for monitoring the training needs of those employees.
Exemptions to Purchasing Authority:
1. Organizational units that are exempt from the requirements of this AP by state law
and City ordinances are:
(a) Airport Commission.
(b) Board of Trustees of the Carnegie -Stout Public Library.
(c) Dubuque Metropolitan Area Solid Waste Agency (DMASWA).
2. Organizational units exempt from purchasing authority are not exempt from other
City purchasing policies and are invited to adopt all other components of this
Administrative Policy.
PRINCIPLES OF PURCHASING AND CONTRACTING
The principles of purchasing and contracting in the City of Dubuque are as follows:
1. Consider the best interests of the City in all transactions and to carry out its
established policies.
2. Purchase without prejudice, seeking to obtain the maximum value for each dollar
of expenditure.
3. Work consistently to become knowledgeable of the equipment, materials,
supplies, services and construction work required for use by the City and
establish practical purchasing procedures for obtaining them.
4. Avoid all unethical practices and the appearances of the same.
5. Subscribe to and work for honesty and truth in buying and refrain from all forms
of conflict of interest.
6. Develop and maintain goodwill between the City and its suppliers and its
vendors.
7. Be familiar with federal and state regulations governing purchasing and
contracting activities or seek assistance when necessary.
PROCEDURE
The following procedure shall be followed for the purchase of all goods and services,
including all types of bid contracts and lease or lease purchase agreements for all
departments of the City.
Vendor Set -Up
A Vendor Set -Up Sheet along with a W-9 form shall be forwarded to the Finance
Department prior to issuing the first payment to a new vendor through secure
methods.
II. Insurance Requirements
Construction/Equipment/Maintenance/Service contracts and procurements with
the City require a certificate of insurance. Standard insurance requirements have
been established, which may be found on CODI and shall be stated in every
RFQ, RFP and contract issued by the City. Coverage limits are set by the City's
Finance Department and City Attorney's Office and should not be changed
without Finance Department approval. Insurance certificates and endorsements,
including renewal certificates, are required to be reviewed and approved by the
Finance Department. (See AP 3.26)
III. Local Purchasing Preference
As required by Iowa Code § 23A.3, it shall be City policy to consider purchasing
equipment, materials, supplies and services from locally owned businesses
located within the City of Dubuque when the cost and other considerations are
relatively equal.
The City allows locally owned -businesses located within the City of Dubuque
corporate limits a ten (10) percent preference on purchases up to $500, and a
five (5) percent preference on purchases of $500 or more.
Purchases which are made through the formal bid process (i.e., public
improvement projects) must be awarded to the lowest responsive, responsible
bidder as required by Iowa Code chapter 26.
If the purchase is subject to federal, state or county grant requirements, the
applicable provisions of the grant supersede the City's local purchasing
preference.
IV. Specifications
The development of bid specifications is the responsibility of the issuing
department. Specifications shall be detailed to the extent that they assist the
purchaser in obtaining the best value, provide a basis for full and fair competitive
bidding upon a common standard, and should be free from any restrictions which
would have the effect of restricting competition. When an outside vendor
develops the specifications or statement of work, that vendor is excluded from
competing since the terms created and inside knowledge gained in the process
may give the vendor an unfair competitive advantage.
V. Bond
Bonds offer tangible protection in the form of monetary assurances that the
bidder will meet the bidder's obligations. Bonds must be secured by the bidder at
the bidder's own cost if required in the specifications.
A bid bond is an agreement, accompanied by a monetary commitment, by which
a third party (the surety) accepts liability and guarantees that the bidder will not
withdraw the bid, that the bidder will furnish other bonds as required, and that if
the contract is awarded to the bonded (insured) bidder, the bidder will accept the
contract and perform the work as bid or else the surety will pay a specified
amount if the bidder refuses to sign the contract. Bid bonds protect the City from
erroneous or deliberate low bids which the vendor has no intention of honoring.
Should the vendor fail to enter into a contract, the bid bond is forfeited. Bid bonds
must be submitted with the bid. Bid bonds are required for public improvement
projects and repair and maintenance of public improvements, the minimum
amount of which will be in accordance with the Iowa Code. Other bids may
require bid bonds as determined to be in the City's best interest.
B. Performance Bond
This bond is a surety instrument guaranteeing that the vendor will perform per
the terms of the contract and is generally in an amount of 100% of the bid. This
bond affords protection from non-performance and non -completion of major
contracts, the efforts of which would result in considerable injury to the City.
Should the vendor default, the bond is cashed and the City may then utilize the
funds to complete the contract with another vendor. Performance bonds must be
submitted within the required time after the contract is awarded. Performance
Bonds are required for public improvement projects, the minimum amount of
which will be in accordance with the Iowa Code. Other bids may require
performance bonds as determined to be in the City's best interest.
C. Payment Bond
A payment bond, generally in the amount of 100% of the bid, guarantees
payment, as required by law, to all sub -contractors and suppliers providing goods
and services to the general contractor, who is under contract to the City. The
payment bond relieves the City of financial liens against a project should the
general contractor fail to pay suppliers and sub -contractors. These creditors will
look to the bond for payment. Payment bonds must be submitted within the
requirement time after the contract is awarded. Payment bonds are required for
public improvement projects. The amount of the bond must be in accordance
with the Iowa Code. Other bids may require payment bonds as determined to be
in the City's best interest.
D. Maintenance Bond
The maintenance bond protects the City's completed construction project for a
specified time period against defects and faults in materials, workmanship and
design that could arise later if the project was done incorrectly. The bond
functions as an insurance policy on the construction project to make sure the
contractor will either correct any defects that arise or that the City is
compensated for those defects. Maintenance bonds are not required by state law
but is City policy to require maintenance bonds public improvement projects.
VI. Bids
The City of Dubuque requires fair and open competition. Where purchases are
made under a bid process, the name of vendors submitting quotations and the
bid amounts shall be listed and attached with the purchase order and also with
the payment request on either the Quote Procurement Form or the Sole Source
Procurement Justification Form. In the event the lowest bid was not honored, for
example, the formal bid process does not apply, an explanation shall be attached
before it will be accepted for processing by the Finance Department. The
Department Manager or Department Manager's designee may begin the bid
process with a Request for Qualifications (RFQ) or a Request for Information
(RFI) to pre -qualify firms or to obtain sufficient information from potential
providers to prepare a more detailed solicitation.
A. Equipment/Materials and Supplies Bidding Procedures
The Department Manager or the Department Manager's designee is responsible
for the following when contracting for the purchase of equipment, materials, and
supplies:
• Ensuring funding is available and identifying the funding source
• Preparing specifications.
• Soliciting bids
• Reviewing bids
• Awarding or recommending the supplier based on the amount of the bid.
If the purchase is subject to the conditions of federal, state or county
grant requirements, the applicable provisions of the grant will determine
the method of bid solicitation and award.
• Seeking City Manager and/or City Council approval when necessary.
• Preparing the purchase requisition.
1) Purchase Approval Authority and Limitations
Purchases of equipment, materials, and supplies which have been
budgeted shall be approved in the following manner:
a) Purchases under $1,000 shall be approved by the Department
Manager or their designee.
b) Purchases of $1,000 or more shall be approved by the
Department/Division Manager and the Director of Finance and
Budget or their designee by the purchase order approval
process.
c) Purchases of $10,000 or more of equipment and vehicles
require a memo from the Department Manager to the City
Manager.
2) Purchases of equipment, materials, and supplies which have NOT been
budgeted, shall be approved in the following manner:
a) Purchases under $1,000 shall be approved by the
Department/Division Manager or the Department/Division
Manager's designee.
b) Purchases of $1,000 or more Department Managers shall obtain
approval from the Director of Finance and Budget and City
Manager prior to ordering, negotiating, receiving, or processing
payment for this type of purchase. Approval must be obtained
through a memo to the City Manager, which includes the
funding source.
3) Competitive Bidding Procedures for Equipment, Material and Supplies
a) Purchase price less than $3,000 competitive pricing is
encouraged.
b) Purchase price between $3,000 and $25,000 at least three
competitive written bids are required.
c) Purchase price $25,000 or more departments shall utilize a
formal Request for Quote (RFQ) process for the competitive
pricing of equipment, materials, and supplies.
d) Posting bids under "Doing Business" on the City's Website is
recommended.
B. Service Bidding Procedures
1) Responsibilities of Departments Contracting for Services
The Department Manager or the Department Manager's designees are
responsible for the following when contracting for services:
a) Ensuring funding is available for the project and identifying the
funding source.
b) Determining if the Request for Proposal (RFP) process should
be used to solicit proposals (see AP 3.17), including the use of
the RFP review committee process.
c) Preparing a clearly written Scope of Services.
d) Soliciting bids or following the RFP process.
e) Reviewing proposals.
f) Recommending the award of the contract or awarding the
contract based on the total cost of the contract. If the purchase
is subject to the conditions of federal, state or county grant
requirements, the applicable provisions of the grant will
determine the method of bid solicitation and award. Certain
Grant funded contracts for services must be competitively bid
every three years to avoid running into "retainer" status and
must be terminated after the period of three years.
g) Seek City Manager or City Council approval to award a contract
for services, when required.
2) Purchase Approval Authority and Limitations
Procurement of services which have been budgeted, shall be approved in
the following manner:
a) Purchases under $1,000 shall be approved by the Department
Manager or their designee.
b) Purchase price between $1,000 and $25,000 shall be approved
by the Department Manager and the Director of Finance and
Budget or their designee by the purchase order approval
process.
c) Purchases with costs of $25,000 or more require prior approval
by the Director of Finance and Budget and City Manager.
Approval shall be obtained through a memo that explains the
reason for the purchase and identifies the funding source that
will be used to cover the cost of the purchase.
d) Posting bids under "Doing Business" on the City's Website is
recommended.
3) Purchases of services which have NOT been budgeted, shall be approved
in the following manner:
a) Unbudgeted Services for less than $1,000 shall be approved by
the Department/Division Manager or their designee.
b) Unbudgeted Services $1,000 or more Department Managers
shall obtain approval from the Director of Finance and Budget
and City Manager prior to ordering, negotiating, receiving, or
processing payment for this type of purchase. Approval shall be
obtained through a memo to the City Manager, which includes
the funding source.
C) Construction Bidding Procedures
1) Overview of Iowa Construction Bidding Procedures Act
Public Construction Bidding Procedures: Iowa Code Chapter 26
establishes three procedures for bidding public construction:
• The Competitive Bidding Process;
• The Competitive Quotation Process; and
• The Informal Contracting Process.
A. The Competitive Bidding Process
The formal competitive bidding procedure is applicable to the
following public improvements:
TABLE 1
Year
Threshold
Horizontal
Vertical
Effective
Infrastructure
Infrastructure
Competitive Bid
$77,000
$139,000
2022
Competitive
N/A
$77,000
Quote
The above rates are updated annually. For current rates visit:
https://iowadot.gov/local_systems/publications/bid-and-quote-thresholds.
Table 1 Notes:
• The thresholds shown above apply to construction, reconstruction, or
improvement projects. Repair or maintenance projects are not subject to
these thresholds.
• Horizontal Infrastructure are publicly owned roads, bridges or culverts.
• Vertical Infrastructure are buildings, all appurtenant structures, utilities,
incidental street improvements including sidewalks, site development
features, recreational trails and parking facilities.
• Competitive quote procedures are not required for horizontal
infrastructure.
• Refer to Addendum 2 for definitions.
Background
Iowa Code Section 314.1 B establishes horizontal and vertical bid
threshold subcommittees that meet at least every other year to adjust
the bid and quote thresholds for city and county projects. These
thresholds become effective on Jan. 1 of the year following the year in
which the adjustment is made. If the estimated total cost of a public
improvement exceeds the competitive bid threshold in section 38.3 of
Iowa Code, or as adjusted in section 314.1 B in Iowa Code, the
governmental entity shall not enter into a contract for the public
improvement until the governmental entity has held a public hearing
and has approved the proposed plans, specifications, and form of
contract, and estimated total cost of the public improvement. Notice of
the hearing must be published as provided in section 362.3 of Iowa
Code.
B. Competitive Quotation Process
The competitive quotation procedure, found in Iowa Code § 26.14,
applies to projects involving the construction of public
improvements having an estimated total cost less than the
competitive bid limit. The lower threshold for competitive
quotations is subject to periodic adjustment and those adjustments
are tied to adjustments which are periodically made for the
competitive bid thresholds that apply to highway, bridge or culvert
work.
The City of Dubuque uses the competitive quotation procedure for
public improvements having an estimated total cost less than the
competitive bid limit, but more than $25,000.
C. Informal Contracting Process
a) The contracting procedure for work with an estimated cost less
than $25,000 is the same as the competition quotation
procedure, except that City Council approval is not required.
b) A public improvement project with an estimated cost less than
$25,000 does not require a performance, payment and
maintenance bond. See Iowa Code § 573.2.
c) The City has a separate Short Form Public Improvement
Contract Document that may be used for projects with an
estimated value less than $25,000.
2) Establishment of Purchasing Functions
Purchasing Authority
Iowa Code § 372.8 provides that the City Manager, as Chief
Administrative Officer, shall supervise the performance of all
contracts for work to be done for the City, make all purchases of
material and supplies, and see that such material and supplies are
received, and are of the quality and character called for by the
contract.
City Council Resolution No. 307-07 delegates the following
authority to the City Manager:
Section 1. Resolution No. 183-06 is rescinded.
Section 2. The City Manager shall have the authority to
award and execute contracts, to authorize work to proceed
under contracts, and to approve the vendor's performance
and payment bonds, and to make purchases on behalf of the
City as follows:
• Leases for a term of three years or less;
• Insurance contract renewals.
The City Manager shall submit a report to the City Council of
all such contracts or purchases in excess of $ 100,000,
leases and insurance contract renewals at the first regular
City Council meeting of each month.
Section 2. The City Manager may delegate the authority
granted herein provided such delegation is in writing.
Iowa Code § 380.4 provides that a resolution must be passed to
accept public improvements and facilities upon their completion.
3) Highway, Bridge or Culvert Projects
a) Competitive bidding for construction, reconstruction or
improvement of highways, bridges or culverts. The law requires
that all "new construction"; "reconstruction" or "improvement" of
highway, bridge or culvert infrastructure shall be advertised and
let for bid if it exceeds the applicable bid thresholds for the City,
unless it involves emergency work which is covered by a
separate procedure. The City may reject all the bids. The City
may also re -advertise and re -let the project without an additional
public hearing if no substantial changes are made to the
project's plans or specifications.
b) Repair or maintenance of highway, bridge or culvert
improvements. The City may self -perform, with employees of
the City, any and all "repair or maintenance" work relating to
highway, bridge or culvert work, or may enter into a contract for
"repair or maintenance work." The definition of "public
improvement" specifically excludes "repair or maintenance work
performed by employees of a city". The effect of that provision is
that neither the competitive bid nor the competitive quotation
provisions of Iowa Code Chapter 26 apply to repair or
maintenance work performed on facilities owned by the City
when that work is being performed by City employees, and the
City may use its own employees to perform that work without
limitation as to its dollar value (IAC 761-180.4(2)). However, if
the City wishes to have such repair or maintenance work
performed by a private vendor, the exception would no longer
apply, because the work would not be performed by employees
of the City, and if the estimated cost of that work exceeds the
competitive bid or competitive quotation threshold, the City will
then have to obtain competitive bids or competitive quotations
for that work.
c) The Iowa Department of Transportation has established by
administrative rule definitions for "new construction",
"reconstruction", "improvement", and "repair or maintenance".
The rules include provisions relating to the statutory requirement
for detailed cost accounting by governmental entities for
contract work or self -performed projects, and for annual
reporting of such costs to the Department. These rules were
developed with the assistance of an advisory committee of
public and private sector organizations.
4) Independent Estimate
The Department Manager or designee will establish the written
independent estimate (i.e. architect's or engineer's estimate) for the
construction contract. The independent estimate is to be
determined prior to bid initiation.
The Independent Estimate shall be provided to the City Council
when requesting permission to initiate bidding on the project.
The Department Manager or designee must ensure that the
contract scope is not reduced without disclosure to compensate for
an incorrect estimate.
5) Award and Notice to Proceed
Based on the estimated cost of the project, contracts will be
awarded by the City Council and signed by the Mayor unless that
authority has been clearly delegated and authorized to others by
the City Council.
After the contract has been signed by the required parties, a notice
to proceed with construction will be issued by the City. Prior to
issuance of a notice to proceed, the vendor's contract, bond(s),
notice of award, notice to proceed and certificate(s) of insurance
and sales tax exemption form must be provided to the City
consistent with the terms of the contract documents.
6) Contract Change Orders
Resolution No. 389-05 authorizes the City Manager to approve change
orders.
a) After award of a public improvement contract by the City
Council, the City Manager or the City Manager's designee may
approve change orders subject to the following procedure. All
change orders shall be monitored by the City Manager. When
the total for all change orders exceeds 10% of the contract
amount budgeted project contingency amount that was
approved by the City Council for the project, for all subsequent
change orders the City Manager shall provide an informational
memorandum to the City Council containing an explanation of
each change order and the status of the project and all change
orders issued to date at the next regularly scheduled City
Council meeting. Work on a project shall be allowed to
continue during the time the informational memorandum is
being prepared for the City Council.
b) The foregoing procedure shall also apply to unit priced contracts
when there will be a change in the number of units that will have
the effect of increasing the total contract amount in excess of
10% of the budgeted amount approved by the City Council for
the project or $100,000, whichever amount is greater.
c) Notwithstanding the foregoing, a change order shall be
submitted to the City Council for approval when it involves a
material change in the quantity or type of work to be done under
the contract.
7) Retainage
a) Public improvement contracts must include retainage, the
minimum amount and terms of which will be in
accordance with the Iowa Code 573.
b) Release of retained funds on public projects and repair
and maintenance of public improvements shall be in
accordance with the Iowa Code 573.
c) Other types of contracts may include a retainage
requirement if it is determined to be in the City's best
interest.
8) Contract Closeout
All contracts will be formally closed out by the overseeing department.
Each department will be responsible for contract closeout procedures,
which should include at a minimum:
a) Ensuring the contract file includes original copies of all
essentials.
b) Including contracts and contract procurement information.
c) Ensuring any encumbered contract money is released once all
claims are resolved.
d) Ensuring as -built information is recorded and submitted to the
responsible department for achieving.
e) Including formal record series based on each department's
formats and formal requirements.
f) Ensuring all releases of claims are signed and filed in the
contract file.
g) Project Acceptance. All public improvements, regardless of cost
must be accepted by the City Council per Iowa Code.
D. Addendums to Invitations for Bid
An addendum to an invitation for bids shall be issued if necessary to:
a) Make changes in the Invitation for bids.
b) Correct defects or ambiguities.
c) Add supplemental information needed by the bidders.
d) Revise information provided in the issued bid documents.
2. An addendum shall be:
a) Identified and made available to all prospective bidders.
b) Acknowledged by perspective bidders on their submitted
bid form
c) Issued within a reasonable time before bid closing to
allow prospective bidders to consider them in preparing
their bids. If the time and date set for bid closing does not
permit sufficient time for bid preparation, the time and
date for bid closing shall be extended by an addendum.
E. Bid Receipt/Opening
The City Clerk, or other authorized City representative, shall ensure each
bid is brought to the location of the "opening" with date and time of receipt
noted.
The City representative shall state that this is the bid opening for " " bid.
The City representative should state that the opening and reading of the
bids shall not be interpreted by those in attendance as to whether the bids
are being accepted or rejected by the City.
Bids shall be received and opened only under these circumstances:
a) When bids are received prior to due date and time stated
in the solicitation.
b) When the bids, on the outside, are clearly marked as
required by the solicitation.
c) When the bidder attended the mandatory pre -bid
conference and/or tour, if applicable.
If a bid is received after the due date, or the vendor did not attend a
mandatory pre -bid conference (if required), the City shall return the
unopened bid to the submitting representative. If the bid is returned
unopened, a letter shall be sent to the firm explaining the reason the bid
was returned.
Upon opening the bids, when applicable, the City representative shall
announce in alphabetical order the name of the firm that has submitted the
bid and then read the dollar amount offered. Upon reading all of the bids
received, the City representative shall announce that the bid opening is
closed and all bids are under evaluation to determine the lowest cost,
responsive, responsible bid. Any reference to the low bid or bidder should
be as the "apparent" low bid or bidder until all bids and supporting
documentation have been reviewed and verified as complete and
responsive. Bids should not be reviewed in the presence of the bidders.
Rather, the review will be conducted in a controlled environment in the
presence of at least one witness immediately after the formal bid opening is
concluded. The City may waive minor or immaterial irregularities in a bid if
allowed under Iowa law.
The bid tabulation shall be completed by the Department Manager or
designee. The addendum(s) issued should be included on the bid
tabulation.
Bids will be held until the contract is awarded by the City. Any inquiries
regarding the outcome of the solicitation opening and/or potential contract
award will be directed to the Department Manager or the Department
Manager's designee.
During the procurement and before the award, all bid submittals should be
kept until the execution of the contract signing. After execution of the bid
documents, bid bonds of non -successful bidders shall be returned. The
Department Manager or the Department Manager's designee shall keep all
bids during the project but the non -awarded bids should be discarded when
the contract file is closed and sent to storage.
F. Mistakes in Bids
The following guidance is provided:
a) A bidder may modify, withdraw, or resubmit its bid at any
time before the bid opening if the modification or
withdrawal is received before the time and date set for
bid opening and at the location designated in the bid
solicitation.
b) All documents concerning a modification or withdrawal of
a bid will be retained in the project file.
c) After bid opening, a bid mistake based on any type of
error may not be corrected.
d) When a mistake in the bid or other irregularity is
suspected, as in situations where the bid is extremely low
in comparison with the other bids, the City may contact
the bidder and request written confirmation of the bid or
any other documents that are submitted with the bid,
associated with the bid, or required to determine that the
apparent low bidder is responsive and responsible. For
public improvement contracts, unbalanced bids will be
considered grounds for finding the bid nonresponsive.
Nothing in the review procedure shall permit revision of
the total amount of the base bid.
e) Nothing contained in this procedure can be used to
improve a non -responsive bid to make it become
responsive.
f) Review by the City Attorney's Office will be made prior to
contract award.
G. Responsibility Criteria
a) The City shall determine that a bidder is responsible
before awarding a contract to the apparent low bidder.
b) Bids will be reviewed by engineers and/or City
departments administrating the projects for accuracy and
inclusion of all required documents.
c) In addition to the criteria set forth in this article, the City of
Dubuque may establish specific responsibility or
qualification criteria for a particular project. Any specific
responsibility criteria shall be set forth in the signed
agreement.
d) Factors to be considered in determining that an apparent
low bidder is not responsible include, but are not limited
to:
• Bidder has previously breached a contract with
the City, including unexcused failure to meet
scheduled milestones and/or failure to honor a
defend clause.
• Bidder has failed to perform or has not
performed in a satisfactory manner in
accordance with the terms of one or more
contracts with the City, except that failure to
perform or unsatisfactory performance caused
by acts beyond the control of the vendor shall
not be considered.
• Bidder has a record of unsatisfactory integrity
• Bidder has failed to deal in good faith with the
City on previous contracts.
• Bidders' financial, material, personnel or other
resources, including subcontractors, are
insufficient.
• Bidder has a record of unsatisfactory
performance
• Bidder is not legally qualified to contract with
the City.
e) A written determination of non -responsibility of a bidder
shall be made by the City Manager. A finding of non -
responsibility shall not be construed as a violation of the
rights of any person. Information furnished by a bidder
shall not be disclosed to third parties without prior written
consent by the bidder except to law enforcement
agencies or as otherwise required by law.
f) If an apparent low bidder is determined to be "not
responsible", notice of the determination shall be given to
the apparent low bidder by certified mail return receipt
requested. Within three (3) business days of receipt of
the notice, the apparent low bidder may request an
informal meeting with the Department Manager, or, at
their option, may request a meeting with the City
Manager. At that meeting the apparent low bidder may
bring counsel and submit evidence to support their
position.
g) The contract will then be awarded to the next lowest
bidder.
H. Protest by Bidders
1. Right to Protest: Any actual or prospective bidder who disagrees with the
solicitation or recommended award of a contract may protest to the City
Manager. The protest must be submitted in writing within three business
days after all bidders have been notified of the bid award
recommendation.
2. Authority to Resolve Protests: The City Manager shall have the authority
to settle and resolve a protest of a bidder involving the bid solicitation or
award of a contract.
VII. Collusion Amona Bidders
Collusion among bidders is prohibited. Any agreement or collusion
among bidders impeding the freedom of competition by mutually agreeing
to fix a price shall render such bids or proposals void.
Complaints Against Vendors
All complaints concerning vendor performance shall be directed to the Finance
Department. The Finance Department along with the department administrating
the contract will investigate any issues against a vendor and with the City
Attorney's Office shall take whatever action is warranted to resolve the issue. It is
the responsibility of the ordering department/division to follow up on materials
and services that are not received in a reasonable time.
II. Emergency/Urgent Purchases
A. During normal business hours departments should obtain the necessary
goods or services as required. Complete a purchase order online or use P-
Card for payment. Emergency purchases which exceed the budget
appropriation are subject to the approval procedures set out in this policy.
B. If the emergency purchase occurs after working hours, obtain the necessary
item or service. On the next working day complete the purchase order online.
The frequent occurrence of emergency purchases is to be avoided and
authority to purchase in this manner may be withdrawn if such
purchases indicate a lack of foresight.
C. When emergency repair of a public improvement is necessary and the delay
of advertising and a public letting might cause serious loss or injury to the
City, the Mayor shall make a finding of the necessity to institute emergency
proceedings under this section and shall procure a certificate from a
competent licensed professional engineer or registered architect, certifying
that emergency repairs are necessary.
For significant events the Emergency Operations Center shall be established and
purchases shall be authorized through the established protocols of the City's
Emergency Operations Plan.
III. Department/Division Authorization
Request for payments for $1,000 or more shall be digitally approved through the
purchase order process by the department/division/assistant manager/leadership
team member. All other purchases may be digitally approved through the
purchase order process by a designated representative. A list of such authorized
persons is digitally stored within the purchase order approval process. When
submitted to Finance Department, payment request shall have supporting
documentation. Payment request approved by an unauthorized person will be
returned.
A. Purchases under $1,000 and having sufficient funding will be processed by
the Finance Department.
B. Purchases over $1,000 will be processed after approval by the City Manager
or designee.
C. Payments will only be made from detailed invoices.
D. Payments cannot be made from quotes, proposals or statements.
E. If invoice indicates paying for goods or services from a quote, quote needs to
be attached to invoice.
IV. Council approval of expense payments
Pursuant to Iowa Code §372.13A Payments without prior authorization of council,
all expenses are submitted to City Council for approval before payment, except if
approved by prior City Council action or are exempt under City Council resolution
142.18.
V. Methods of Purchasing
City departments and City employees shall not have a store card, major credit
card or open store account in the City of Dubuque's name. Care should be taken
that sales tax is not applied to purchases, as the City of Dubuque is sales tax
exempt by State statue.
A. Purchase Orders
a) A purchase order is a contract between the City and the
vendor wherein the City agrees to purchase and the
vendor agrees to furnish goods and/or services as
described in the purchase order together with, when
necessary, a separate document which describes in
detail the terms and conditions of the transaction. Such
additional documentation shall be provided with the
purchase order to the Finance Department.
b) The invoices shall contain any notations that will assist
the Finance Department in processing invoices for
payment. Time and material jobs shall have invoices
broken down in detail by significant categories. Purchase
orders shall be promptly digitally approved and sent to
the Finance Department so that the vendors may be
promptly paid, and discounts can be applied.
c) Purchase order adjustments shall be provided to the
Finance Department via digital process or on a
PURCHASE ORDER ADJUSTMENT AND
CANCELLATIONS form (see addendum 4) if adjusting
funding sources on the purchase order. All adjustments,
regardless of dollar value, require department/division
manager approval. Purchase order adjustments greater
than $1,000 must be forwarded to the City Manager or
designee for approval before submitting to the Finance
Department. An adjustment is required if total payment
on the purchase order exceeds 10% of total purchase
order amount.
d) Whenever a service or material purchase is canceled, a
digital Purchase Order Closure request must be
submitted so that the encumbrance against the purchase
order may be released.
e) Outstanding purchase orders shall be reviewed
periodically, and discrepancies immediately reported to
the Finance Department.
f) At the end of each fiscal year, all outstanding purchase
orders will be reviewed by the Budget Director to
ascertain whether such orders shall be carried over to the
next fiscal year or canceled.
g) It is against internal control procedures for employees to
share their FinancePlus login password with other
employees.
B. Purchase Cards
The intent of the City of Dubuque's Purchasing Card (P-card) program is to
provide employees with an easy and efficient method to make purchases and
expedite payments to vendors. Any City employee who has a City P-card
shall use their City P-card for City purchases when applicable and not to use
their personal credit card. The P-card policies and procedures document is
provided to all City employees who receive a City P-card. P-cards can be
obtained by filling out the P-card application located on CODI.
C. Petty Cash
a) Minor purchases (under $25) may be made without a
purchase order providing that prior approval by the
Department Manager or designated representative(s) is
received. A properly coded and signed invoice/receipt
with descriptive evidence of the item and amount of
purchase is necessary and must be presented to the
Finance Department for reimbursement out of petty cash.
Petty cash shall not be used to cash personal checks or
to provide advances for personal expenditures.
b) Petty cash accounts may be established at the
department/division level with prior approval of the
Finance Director. Expenditures from petty cash are
limited to minor miscellaneous items costing less than
$25 for which a purchase order may not be warranted or
when a purchase card is unavailable. Examples of such
expenditures include postage and parking meters.
c) Petty cash accounts shall be balanced with
reimbursement requests and are subject to audit without
notice by the Finance Director or designated
representative. Requests for replenishment of
department/division petty cash accounts should be done
at least twice per fiscal year.
VI. Pavment of Invoices
All invoices will be digitally processed by the ordering department/division after
verifying the data on the invoice. Digitally process a copy of a detailed invoice
and packing slip (when provided), and quote (when provided) to the Finance
Department for payment.
Invoices entered in the check run batch by 11:59 p.m. Wednesday will have
checks dated/mailed on the following Wednesday.
Requests for manual checks must be accompanied by written explanation to
Director of Finance and Budget from the Department Manager of the requesting
department. These items must have prior approval from council or be an
exception to pre -approval. Manual checks should only be used in special
situations. All efforts shall be made to request checks through normal accounts
payable check run. Repeated requests for manual checks indicate a lack of
foresight. The Director of Finance and Budget may decline manual check
requests if doing so does not result in harm to the City or the vendor.
VII. Unsolicited Orders
Any items shipped to the City of Dubuque without City authorization can be
rejected and payment of invoice denied. The City's responsibility is to notify the
shipper in writing that they are to remove the goods within a specified period of
time and at their expense.
VIII. Record Retention
The responsibility for the development, maintenance and implementation of a
records management program is specifically assigned to the manager of each
City department. Bids or proposals for goods or services using grant funds shall
be retained in strict accordance with the terms of the grant. Generally, grants
contain a "Retention of Records" section stating the required retention period.
Grant retention terms supersede the City's retention policy.
IX. Gifts/Conflict of Interest
No City official or City employee shall be financially interested, directly or
indirectly, when negotiating any purchase or contract. Further clarification may
be obtained from the City Attorney's Office. City officials and City employees are
expressly prohibited from accepting, directly or indirectly, any rebate, money or
gift of value. See AP 4.10. Any personal use of City earned rebates is not
allowed and could be subjected to employee discipline, up to or including
termination.
Business transactions between the City and City officials or employees and
related parties are required to be disclosed in the City's Comprehensive Annual
Financial Report.
Related party vendors are businesses with more than 5% ownership by city
officials, employees, or the spouse or unemancipated minor child of city
employees or officials. Purchases of services or materials from a related party
vendor must be bid using formal or informal bidding procedures contingent
upon the cost of the services or materials.
Any contract or agreement with a related party vendor shall immediately be
reported to the Finance Department.
X. Sustainable Purchasina Practices
When bidding and purchasing products and/or services, departments are
encouraged to incorporate sustainable purchasing practices, including
environmentally preferable and socially responsible purchasing. Recognizing the
cities impact as a significant purchaser of goods and services, the City of
Dubuque's goal is to consider products whose sustainability, function and quality
are equal or superior to more traditional products and whose cost is equal or
less. This could include but is not limited to source of material and life cycle cost
considerations. This will:
a) Create a model for successfully purchasing environmentally
preferable and socially responsible products while maintaining
fiscal responsibility, quality, and compliance with applicable laws
and regulations.
b) Conserve natural resources.
c) Minimize pollution.
d) Reduce the use of water, energy and nonrenewable resources.
e) Reduce operational, repair and replacement cost.
f) Reduce or eliminate environmental health hazards in the
facilities and in the community.
g) Reduce materials sent to landfills.
h) Increase the use and availability of environmentally preferable
products.
i) Encourage suppliers to reduce environmental impacts within the
supply chain.
j) Support locally produced goods and services.
Departments shall consider products with nationally -recognized certifications
such as EnergyStar or Green Seal. Other key considerations may include
minimizing purchase of disposable products and product packaging, whether the
product is less hazardous than its traditional counterpart, whether it is more
durable or made from recycled materials, whether the product requires special
disposal, whether it conserves energy or water, or whether it is produced locally.
Language indicating the City's Sustainable Purchasing Practices should be
included, where applicable, in RFPs.
XI. Technology Purchases
Technology supported by the Information Services Department cannot be
purchased without prior approval from the Information Services Manager (See
AP 2.06).
XII. Bid Exceptions
Competitively bid federal, state and other public entity cooperative purchasing
contracts in which the City qualifies to participate may be utilized in lieu of
soliciting written bids or verbal quotations for the purchase of equipment,
supplies and/or services when approved by the City Manager. When trading in
equipment, and utilizing competitive pricing, i.e. government pricing, two quotes
must be obtained. If the purchase is subject to the conditions of federal, state or
county grant requirements, the applicable provisions of said grant supersede bid
exceptions.
XIII. Sole Source
Sole source justification may be used if the products or services are being
purchased to directly interface with or attach to equipment of the same
manufacturer, and no other manufacturer's products will correctly interface with
existing equipment. It may also be utilized when required to match pre-existing
materials, equipment or systems via an expansion or modification if such
purchase would produce architectural uniformity, ease and maintenance cost
savings or improved productivity through uniform utilization. In rare cases, only
one supplier may exist to provide a particular product or service. When providing
a justification based on the availability of one supplier, the product or service
shall be defined in generic terms. The City Manager or the City Manager's
designee approval is needed for sole source purchasing. Justifications can be
accepted more readily by providing information regarding attempts to locate
other suppliers, such as letters, informal quotations, or telephone contacts. Sole
source purchases must be accompanied with a Sole Source Procurement
Justification Form. If sole source justification is to be used for grant funded
purchases, departments should contact funding agency for prior approval.
XIV. Leasing
Lease purchases or installment agreements shall not be processed without the
prior approval of the City Manager or the City Manager's designee. Departments,
when applicable, shall provide documentation that the life cycle cost of the lease
agreement is less than the life cycle cost of the purchase, or that other
compelling reasoning exist
XV. Tie Bid Procedures
A. If the goods or services to be purchased are subject to the conditions of
Federal or State grant requirements, the applicable provisions of said grant will
determine the method of award.
B. If no Federal or State grant provisions apply, the City's Local Purchasing
Preference will be applied to all bids.
C. If the award cannot be determined by grant provisions or local purchasing
preference policy the award will be made to the tie bidder whose bid was
received (date and time -stamped) first.
XVI. Grant Funded Projects
The procurement policies stated in herein or other City administrative policies
related to purchasing and contracting are not preempted by the requirements for
state and federal grants unless the City requirement is inconsistent with the state
or federal grant requirements, in which case departments shall follow the strictest
of any applicable policy. City departments shall adhere to the City's procurement
policies and all state and federal requirements. In addition, all applicable
conditions of state or federal funding must be included in bid and proposal
solicitations and contracts.
Purchases made with federal, state, or local grant funds shall comply with the
requirements of the applicable federal and state grants. Care must be taken to
review the procurement policy provisions of every grant award package to ensure
that all restrictions and special purchase requirements are understood and
addressed. The employee who is administering the grant is responsible for
ensuring that purchases are allowable under the grant agreement and are in
accordance with this policy. All procurement documentation shall be kept in a
separate file for audit purposes.
Departments must ensure that small, minority and women's enterprises, are
notified of opportunities to bid projects that are partially or fully grant funded.
Refer to the six affirmative steps under the Code of Federal Regulation 2 CFR
200.321 and document the process taken. Two websites available to identify
disadvantaged businesses are Iowa Economic Development
www.iowaeconomicdevelopment.com/tsb and Iowa Department of Transportation
https://secure.iowadot.gov/DBE/Home. Other sources may be available as well.
The grant document shall be read carefully, the agency awarding the grant shall
be identified and all references to Office of Management Budget (OMB)
Circulars, the Code of Federal Regulation (CFR) or other documents that are
referred to shall be reviewed and the required terms and conditions included in
the solicitation documents (RFB, RFP or RFQ) and in the resulting contract.
Purchases made with Federal funds, require proof that the awarded vendor is not
suspended or debarred. Check vendor name against the System for Award
Management (SAM) website https://sam.gov/content/home. Enter the vendor
name and print the search results page. This page must be kept in the
procurement file.
Equipment/supplies acquired partially or fully with grant funds may have
procedures for managing and disposal of such equipment. Documentation is
required to be maintained by departments obtaining/administrating the grants in
the grant files per the terms of the grant. Fixed or Capital assets with a value
over $10,000 that have grant restrictions on disposal should be identified by
departments and flagged in the City's Fixed Asset Data Base by notifying the
Finance Department at the time of purchase.
Mic ael C. Van Milligan
City Manager
PURCHASE ORDER FLOW CHART
Approval to initiate purchase order
obtained at department level
Purchase Order initiated at YES
department level
Full approval at department
level
$1,000 or more —
Less than
Dept./Div./Assistant
$1,000-
Manager/Leadership
Dept.
team member
Manager or
approval required
designee
Addendum 1
Quotes received by dept. and
vendor selected
Vendor currently listed in
FinancePlus
NO
Vendor submits completed
W-9 to department
Dept. completes vendor set-up
form, submits W-9 and vendor
form to Finance Dept.
Vendor is added to
FinancePlus by Finance
Fully approved purchase orders are downloaded by Purchasing
Coordinator
Greater than $1,000 Less than $1,000 approved
approved by Director of by Purchase and Risk
Finance and Budqet Manager
Purchase order encumbered
Purchase orders available
G
Vendor provides invoices. Dept. matches invoices and
packing slip when available to purchase orders, completes
payment information, signs and dates purchase order.
Dept. forwards to Finance for payment
1
Check issued and mailed by Finance to the vendor
remit to address
Me
Addendum 2
Definitions
"Collusion" the secret combination, conspiracy, or concert of action between two or
more persons for fraudulent or deceitful purpose.
"Competitive Bid Threshold" the maximum estimated total cost of a road, bridge, culvert,
or other public improvement project for which a public advertisement and bid letting is
not required.
"Competitive Quote Threshold" the maximum estimated total cost of a public
improvement project, other than a road, bridge or culvert project, for which the
competitive quotation process is not required. The competitive quotation process is
prescribed by 761 Iowa Administrative Code Chapter 180.
"Contractor" any person or business having a contract with the City.
"Direct Pay" a payment made straight to the actual payee, without sending it through an
intermediary or a third party, or online purchase requisition process.
"Emergency Purchase" a purchase made to alleviate a situation in which there is a
threat to health, welfare, or safety under certain conditions defined as an emergency by
the jurisdiction, that does not allow time for normal, competitive purchasing procedures.
"Governmental Entity" state, political subdivisions of the state, public school,
corporations, and all officers, boards, or commissions empowered by law to enter into
contracts for the construction of public improvements, excluding the state board of
regents and the state department of transportation. As defined in 761 Iowa
Administrative Code Chagter 180.
"Horizontal Infrastructure" any public own road, bridge or culvert. As defined in 761 Iowa
Administrative Code Chagter 178.
"Public Improvement" a public improvement involves new construction, reconstruction,
or an improvement that results in betterment to a facility by improving either the original
design of the facility or the function of the facility. As defined in 761 Iowa Administrative
Code Chapter 180.
"Purchase Order (PO)" a commercial document and first official offer issued by a buyer
to a seller, indicating types, quantities, and agreed prices for products or services.
Acceptance of a purchase order by a seller forms a contract between the buyer and
seller, so no contract exists until the purchase order is accepted. It is used to control the
purchasing of products and services from external suppliers- Creating a purchase order
is typically the first step of the purchase to pay process in an ERP system. It is
originated within the department and approved by department/division manager or
designee signifying adherence to all purchasing policies. It contains a description and
M
quantity of the goods or services to be purchased, vendor selection, a required delivery
date (if applicable), valid accounting, and the amount.
"Purchase Card" a VISA Credit Card issued by US Bank for the City of Dubuque. The
purchasing card can be used with any vendor that accepts VISA as a form of payment.
It is a convenient, flexible purchasing tool, which offers an alternative to the existing
purchasing processes and provides an extremely efficient and effective method for
purchasing and payment.
"Related Parties" means City transactions between the City and a business owned by
an employee, the spouse of an employee, or the unemancipated child of an
employee.
"Repair or Maintenance Work" means the preservation of a road, street, bridge, culvert,
storm sewer, sanitary sewer, or other public facility (vertical infrastructure) so that it
remains in sound or proper condition, including minor replacements and additions as
necessary to restore the public facility to its original condition with the same design. As
defined in 761 Iowa Administrative Code Chapter 189.
"Sole Source" an original equipment manufacturer for an item that is
the only item that can perform the intended function and there are no
distributors; or the only supplier in the marketplace that can provide a
product or service.
"Urgent Purchase"any unforeseen adverse event, occurrence, or condition that, if not
immediately corrected, will have a significant and immediate articulable negative impact
upon the operations of the department, and that will require immediate action or
attention to prevent, diminish, or repair the damage or loss of City property, the
impairment of departmental functionality, or the interruption of essential services.
"Vendor" a qualified individual or business, meeting standards of
business competence and abilities established by the City, who
conducts business or seeks to do business with the City.
"Vertical Infrastructure" buildings, all appurtenant structures, utilities, incidental street
improvements including sidewalks, site development features, recreational trails, and
parking facilities. Vertical infrastructure does not include any work constructed in
conjunction with or ancillary to highway, street, bridge or culvert projects, including but
not limited to utilities and sidewalks. As defined in 761 Iowa Administrative Code
Chapter 18.
0:3
Quote Procurement Form
(Must be attached to Purchase Order in Finance Plus and Final Purchase Order paperwork for Payment)
This form shall be used to document quotes for goods costing $3,000 or more and services costing
$10,000 or more. A minimum of three quotes shall be obtained.
Prepared by:
Department:
Item Description:
Contract Duration (when applicable) from:
❑Goods or ❑ Service
to:
Title:
Date:
Vendor 1
Vendor 2
Vendor 3
Company Name
Street Address
City, St, ZIP
Person providing
Quote
Phone Number
Meets
Specification
Criteria
❑ Yes ❑ No
❑ Yes ❑ No
❑ Yes ❑ No
Proposed Cost
If fewer than three quotes are reasonably available, explain why and what steps were taken to assure the above
quotes are reasonable. This cannot be a related party vendor:
After evaluating the above information, please make your recommendation:
Recommended Vendor:
Signature:
Date:
If this purchase is believed to fall under the Sole Source provisions, please complete a Sole Source Justification Form
K
Sole Source Procurement Justification Form
(Must be attached to Purchase Order in Finance Plus and Final Purchase Order for Payment)
A sole source procurement shall be avoided unless clearly necessary and justifiable. The City Manager or designee may
exempt the purchase of goods or services from competitive selection processes when the purchase qualifies as a sole source
procurement because of the following circumstances:
1. One vendor is the only one qualified or eligible or is quite obviously the most qualified or eligible
to provide the good or service; or
2. The procurement is of such a specialized nature or related to a specific geographic location that only
a single source, by virtue of experience, expertise, proximity, or ownership of intellectual property
rights, could most satisfactorily provide the good or service; or
3. Applicable law requires, provides for, or permits use of a sole source procurement; or
4. The federal government or other provider of funds for the goods or service being purchased has
imposed clear and specific restrictions on the use of the funds in a way that restricts the
procurement to only one vendor; or
5. The procurement is a technology device that is systems software or an upgrade, or compatibility is
the overriding consideration, or the procurement would prevent voidance or termination of a
warranty, or the procurement would prevent default under a contract or other obligation.
Department
Contact Name
Vendor
Amount $
Department Approval Date
City Manager or Designee Approval Date
Please complete the following with all sole source request:
1) Is the vendor a known related party vendor to the City of Dubuque?
❑ Yes ❑ NO If yes relationship
2) What is the item/service, and what functions do they serve?
3) Explain why the recommended vendor is the only one qualified to provide the requested item(s) at the exclusion of all others, i.e. what
makes this vendor uniquely qualified?
4) Describe the research that has been completed to ensure that no other competition exists. Provide names of vendors contacted who are
unable to provide the item(s) or perform the service.
5) How did you determine that the vendor's price was reasonable?
3
0
0
O
City of Dubuque
Vendor Set -Up Sheet
A W-9 form must be completed, signed by a vendor representative and submitted with this sheet.
Business Name:
Remit to Address:
(Pleuse complete even if it is the
sane ns on the W-9)
(include 4-digit zip code)
SS or Tax ID #
Contact Name:
Telephone Number:
Fax Number:
Email:
Is anyone inthecompany a related party to a City of Dubuque Employee?
Related Parry* ONo Oyes -Relationship:
" A related party is a vendor with more than 50/oownership by a City employee, their spouse,
children/children-in-law, siblings/siblings-in-law, and/or parent/parent in-law
Is the company a Minority/Woman owned company?
FINo Yes
Authorization for ACH direct deposit
for payment of invoices
Financial
Name
Transit/ABA#
Ace ount# andType
Institution
on account
(9digits)
of Account(checking/savings)
Email address for ACH payment confirmation:
Contact Name and Title:
I authorize the City of Dubuque to initiate credit entries (deposits) to the account at the financial institution indicated above.
Signature: Date:
Printed Name:
Title:
For more information on ACH payments from the City of Dubuque please contact the Finance Department
563-589-4135 or accounts payable@cityofdubuque.org
For City of Dubuque use only
Vendor #
Date Bet -up:
Set-up by:
Dept. requesting: