Loading...
IDOT Agree Woodward MuseumMEMORANDUM May 14, 2002 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Iowa Department of Transportation Supplemental Agreement for the Woodward Museum (Freight House) Restoration Project Iowa DOT No. STP-ES-2100(619)--81-31, Agreement No. 00-STPE-45 Public Works Director Mike Koch is recommending approval of the Supplemental Agreement with the Iowa Department of Transportation (Iowa DOT) for the Woodward Museum (Freight House) Restoration Project. I concur with the recommendation and respectfully request Mayor and City Council approval. Michael C. Van Milligen MCVM/jh Attachment cc: Barry Lindahl, Corporation Counsel Cindy Steinhauser. Assistant City Manager Michael A. Koch. Public Works Director CITY OF DUBUQUE, IOWA MEMORANDUM May 13, 2002 TO: Michael C. Van Milligen, City Manager FROM: Michael A. Koch, Public Works Directo SUBJECT: Iowa Department of Transportation Supplemental Agreement for the Woodward Museum (Freight House) Restoration Project Iowa DOT No. STP-ES-2100(619)--81-31, Agreement No. 00-STPE-45 INTRODUCTION The enclosed resolution authorizes the Mayor to execute a Supplemental Agreement with the Iowa Department of Transportation (Iowa DQT) for the Woodward Museum (Freight House) Restoration Project. BACKGROUND The Dubuque County Historical Society (DCHS) and the City as the local sponsor secured a Transportation Equity Act for the 21st Century (TEA-21) Grant in the amount of $629,121 awarded by the Iowa Department of Transportation (Iowa DOT) for the Woodward Museum (Freight House) Restoration Project. DISCUSSION Through discussions with the Iowa DOT, DCHS and City staff, it was determined that the project would be more efficiently managed and would have more local participation if the project could be bid locally through the City of Dubuque. The Iowa DOT will allow local bidding of a TEA-21 project if the project elements being bid are estimated to cost less than $100,000 each. To achieve this, the Woodward Museum (Freight House) Restoration Project was separated into six (6) individual projects. Pursuant to the terms of the original TEA-21 agreement, the enclosed Supplemental Agreement authorizes the City to let the Woodward Museum (Freight House) Restoration Project locally through the City's normal bidding process. ACTION TO BE TAKEN The City Council s requested to adopt the enclosed resolution and authorize the Mayor to sign the Supplemental Agreement for the Woodward Museum (Freight House) Restoration Project. Prepared by Robert D. Schiesl, Civil Engineer CC:Pauline Joyce, Administrative Services Manager Jerry Enzler, Mississi ppi River Museum Mark Hantelmann, Mississippi River Museum Kevin Eipperle, Durrant Group Gary Schulte. Durrant Group Roger R. Walton, P.E., Local Systems Engineer, IDOT RESOLUTION NO. 257-02 RESOLUTION AUTHORIZING A SUPPLEMENTAL AGREEMENT WITH THE IOWA DEPARTMENT OF TRANSPORTATION FOR THE WOODWARD MUSEUM (FREIGHT HOUSE) RESTORATION PROJECT Whereas, the City of Dubuque is the sponsor of a Transportation Enhancement Grant for the Woodward Museum (Freight House) Restoration Project awarded to the Dubuque County Historical Society; and, Whereas, the Dubuque County Historical Society wishes to bid the Woodward Museum (Freight House) Restoration Project; and, Whereas, the Iowa Department of Transportation will allow the Woodward Museum (Freight House) Restoration Project to be bid locally after completion of a supplemental agreement with the City. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: Section 1. That the Mayor is hereby authorized to sign the Supplemental Agreement with the Iowa Department of Transportation to proceed with the local bidding of the Woodward Museum (Freight House) Restoration Project. Passed, approved and adopted this 20th day of May, 2002. Terrance M. Duggan, Mayor Karen M. Chesterman, Deputy City Clerk Iowa Department of Transportation District 6 430 Sixteenth Avenue SW P.O. Box 3150, Cedar Rapids, iA 52406-3150 319-364-0235 FAX: 319-354-9614 roge r.walto n~dot.state.ia, us May 7, 2002 Reft STP-ES-2100(619) 8I-3t Dubuque County City of Dubuque Agreement 00-STPE45 Bob Schiesl, P.E. City of Dubuque 50 West 13th Street Dubuque, IA 52001-4845 SUBJECT: STP Project Dear Bob: I have attached two (2) copies of an agreement between the city of Dubuque and the Iowa Department of Transportation for the above referenced project. The project involves preservastion of the historic railroad freight house (Woodward Building). Please secure the necessary approvals and signatures of your city council and return both signed copies of the agreement to this office for further processing. After I receive the signed copies of the agreement, I will sign the agreement, and I will have the fully executed agreement returned to you office. You and/or any engineer involved with the project should carefully review both the exhibit sections that pertain to project right of way acquisition and the agreement paragraph pertaining to the amount of federal funds. If you have any questions concerning this agreement, please contact me at the above listed phone number. Very truly yours, Roger R_ Walton, P.E. Local Systems Engineer RRW:keh Attachraent November 1, 2001 SUPPLEMENTAL AGREEMENT FOR INNOVATIVE CONTRACTING For Transportaction Enhancement Projects less than $100,000 and National Recreational Trails Projects Recipient: City of Dubuque Project Number: STP-ES-2t00(619~--8I-31 Original Agreement No: 00-STPE-45 This is a supplemental agreement between City of Dubuque (hereinafter referred to as Recipient) and the Iowa Department of Transportation (hereinafter referred to as the DOT). Pursuant to the terms of the original agreement and Innovative Contracting (SEP-14), the DOT agrees to allow the Recipient to take quotes or let to sealed bid this project or portions of the project. In consideration of the foregoing, the Recipient agrees as follows: The Recipient shall conduct the project development and implementation in compliance with applicable state and federal laws, ordinance and administrative roles. The Recipient will monitor the contractor's compliance with the federal contracting requiremems. Procurement procedures must be in accordance with 49 CFR 18.36 unless some other method is considered to be cost effective (such as the use of Recipient local forces) is proposed by the Recipient, and is approved by the DOT. Following are a couple of methods of procurement. Procurement by small purchase procedures: Small purchase procedures are those relatively simple and informal procurement methods for securing services or supplies that do not cost more (in aggregate) than $25,000 for cities (Iowa Code Section 384.96), and $50,000 for counties (Iowa Code Sections 309.41 and 331.341). If small purchase procedures are used, price or rate quotations will be obtained from an adequate number of qualified sources. Procurement by sealed bids (formal advertising): Bids are publicly solicited and a firm fixed-price (lump sum or unit price) is awarded to the responsible bidder whose bid, conforming with all the material terms and conditions of the invitation for bids, is the lowest in price. The Recipient shall comply with the applicable laws, administrative rules and procedures for public purchasing and contracting as applicable to political subdivisions of the State of Iowa. S~pplemental Agreement for Innovative Contracting ?age 2 of 3 If this project or portions thereof are to be procured by small purchase procedures (i.e.,quotes), the Recipient shall advertise for quotes in the DOT's Weekly Letting Report, utilize DOT form and Proposal Notice, obtain DOT concurrence to proceed, make a good faith effort to seek out quotations from at least three (3) qualified sources, and obtain DOT concurrence in the award prior to the awarding of the contract. If portions of the project are let to sealed bid by the Recipient, the Recipient shall advertise for bidders in the DOT's Weekly Letting Report, make a good faith effort to get at least three (3) bidders, hold a public letting with DOT form and Proposal Notice, and award contract for the project work. DOT concurrence in the award must be obtained prior to the award. The Recipient shall provide the DOT file copies of project letting documents (Bond, Contract, etc.) within five (5) days after letting. The recipient shall assure that all contracts, entered in furtherance of National Recreational Trails projects and Innovative Contracting of Transportation Enhancement Projects of less than $100,000, shall contain provisions as follows: a. All contracts shall: i. contain notice of awarding agency requirements and regulations pertaining to reporting. ii. contain a provision allowing access by the Iowa Department of Transportation, the Federal Highway Administration, the Comptroller General of the United States, or any of their duly authorized representatives to any records of the contractor which are directly pertinent to that specific contract for the purpose of making audit, examination, excerpts, and transcriptions. iii. contain a provision requiring retention of all required records for three years after the contracting agency makes final payments and all other pending matters are closed. iv. contain mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163, 89 Stat. 871). All contracts for construction or repair shall require compliance with the Copeland "Anti-Kickback" Act (18 USC 874) as supplemented in Department of Labor regulations (29 CFR 3). If the project is within a Federal-aid highway right-of-way and is in excess of $2,000, the contract shall require compliance with the Davis-Bacon Act (40 USC 276a to 276a-7) as supplemented by Department of Labor regulations (29 CFR 5). Supplemental Agreement for Innovative Contracting Page 3 of 3 d. Construction contracts in excess of $2,000 and other contracts in excess of $2,500 which involve the employment of mechanics or laborers, shall require compliance with Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 USC 327 -330) as supplemented by Department of Labor regulations (29 CFR 5). e. If the contract is for more than $10,000, it shall provide for termination for cause and for convenience by the contracting agency, including the manner by which it will be effected and the basis for settlement. f. Construction contracts in excess of $10,000 shall require compliance with Executive Order 11246 of September 24, 1965, titled "Equal Employment Opportunity" as amended by Executive order 11375 of October 13, 1967, and as supplemented in Department of Labor regulations (41 CFR 60). The Recipient shall assure compliance with the following regulations regarding the Buy America provision on the procurement of foreign products and materials: Section 165 of the Surface Transportation Assistance Act of 1982, 23 CFR 635.410 and Sections 1041(a) and 1048(a) of the Intermodal Surface Transportation Efficiency Act (ISTEA). h. The Recipient shall make a good faith effort to ensure that Disadvantaged Business Enterprises (DBE), as defined in 49 CFR 26, have the maximum opportunity to participate in the performance of the contract or subcontract work. The Recipient shall submit their reasons for the proposed level of DBE involvement to the Iowa DOT. g. In witness whereof, each of the parties hereto has executed this Supplemental Agreement as of the date shown opposite its signature below. RECIPIENT: City of Dubuque By: Terrance M. Duggan Title: Ma ' or Cit of IOWA DEPARTMENT OF TRANSPORTATION: By: Phi er R. Walton, P.E. g Local Systems Engineer District 6 Date: May 20, 2002 , Date: 4 21r ,,Z�DZ