Loading...
Signed Contract_McCullough Creative Group for Client Advertising on Transit Bus ExteriorsCopyrighted January 3, 2022 City of Dubuque Consent Items # 15. City Council Meeting ITEM TITLE: Signed Contract(s) SUMMARY: McCullough Creative Group for the production, installation, and removal of client advertising on transit bus exteriors. SUGGESTED Suggested Disposition: Receive and File DISPOSITION: ATTACHMENTS: Description Type McCullough Creative Group Contract Supporting Documentation AGREEMENT BETWEEN THE CITY OF DUBUQUE, IOWA AND MCCULLOUGH CREATIVE GROUP This Agreement, dated for reference purposes the 15t day of December, 2021, is made and entered into by and between the City of Dubuque, Iowa and McCullough Creative Group of Dubuque, Iowa. Whereas, the City of Dubuque, Iowa (City) is seeking production, installation, and removal of advertising for its buses; and Whereas, McCullough Creative Group (McCullough) proposes to provide the production and installation of advertising (Advertisements) for City's buses. Now, therefore it is agreed by and between the parties as follows: SECTION 1. TERM. The original term of this Agreement shall be from December 1, 2021, through December 1, 2022 (Term) with the option to renew for two (2) additional one (1) year terms. SECTION 2. DECAL PRODUCTION. McCullough agrees to provide advertising for businesses (Advertising Customers) for display on City buses according to the process outlined in the Request For Production (RFP) attached, and Decal Pricing Guide attached as Appendix E. McCullough will provide an editable design template for each bus type. McCullough will provide templates to Advertising Customers and to the City for design purposes only. Such templates will remain the joint property of McCullough and the City. McCullough will not make any design changes to final production without the consent of the City and the Advertising Customer. McCullough must show accurate or near accurate final proofs of all Advertisements to City and the Advertising Customer before decal applications of Advertisements are placed on buses. McCullough shall not print any decal applications of Advertisements until the City and the Advertising Customer approve final proofs of such Advertisements. SECTION 3. WARRANTY. McCullough warrants that all approved Advertisements and designs do not infringe upon any trademark or copyright. SECTION 4. INDEMNIFICATION. McCullough agrees to defend, indemnify and hold the City of Dubuque, its officers and employees free and harmless from any and all loss, liability, claims and demands, including attorney's fees, arising out of the character, contents or subject matter of any Advertisements displayed or produced pursuant to this Agreement. SECTION 5. STANDARDS. All Advertisements shall conform to recognized business standards. Graphics, artwork, and copy of Advertisements shall be of high quality. SECTION 6. COMPLIANCE WITH APPLICABLE LAWS. Advertisements created pursuant to this Agreement shall not conflict with the applicable laws of the United States, the State of Iowa, the City of Dubuque and/or any other applicable laws. 11Page SECTION 7. PAYMENT FOR SERVICES AND COSTS. McCullough will bill the Advertising Customer directly for production and installation costs, upon execution of a signed contract between the City and the Advertising Customer. A copy of such contract will be provided to McCullough for reference purposes. Each invoice will describe and cover the production and installation costs for the project described in the signed contract between the City and the Advertising Customer provided to McCullough by the City. SECTION 8. TERMINATION. City reserves the right to terminate this Agreement for any reason upon not less than ninety (90) days written notice to McCullough. SECTION 9. ENTIRE AGREEMENT. This Agreement constitutes the entire agreement between the City and McCullough. City shall not be bound by any stipulations, conditions, or agreements not set forth in this Agreement. SECTION 10. WAIVER. Waiver by the City of any breach of any provision shall not constitute a waiver of any other breach of that provision or any other provision. SECTION 11. ASSIGNMENT. The parties may not assign all or any part of this Agreement without the prior written consent of the other. Such written consent shall not be unreasonably withheld. SECTION 12. DISPUTE RESOLUTION. The parties agree to submit any dispute or disagreement between the parties arising out of or in connection with any term or provision of this Agreement, the subject matter hereof, or the interpretation or enforcement hereof to mediation, and if mediation is not successful, then to binding arbitration. SECTION 13. SEVERABILITY. If any provision of this Agreement is deemed by any court or other competent authority to be void or unenforceable in whole or in part, this Agreement shall continue to be valid as to the other provisions thereof and the remainder of the affected provision. SECTION 14. FORCE MAJEURE. Neither party will be liable to the other or be deemed in breach of this Agreement for any failure or delay in rendering performance arising out of causes beyond its reasonable control and without its fault or negligence. Such causes may include, but are not limited to, acts of God or the public enemy, terrorism, significant fires, floods, earthquakes, epidemics, quarantine restrictions, strikes, freight embargoes or unusually severe weather. The party whose performance is affected agrees to notify the other promptly of the existence and nature of any delay. SECTION 15. HEADINGS. The section headings contained in this Agreement are included herein for reference purposes only, solely for the convenience of the parties hereto, and shall not in any way affect the meaning, interpretation or applicability of this Agreement or any term, condition, or provision hereof. SECTION 16. APPLICABLE LAW. This Agreement shall be governed by and construed solely in accordance with the laws of the State of Iowa. 11Page SECTION 17. NOTICES. Notices provided pursuant to this Agreement shall be given or made in writing and deposited in the United States mail, registered and postage prepaid„ to the following: To McCullough Creative Group: Pat McCullough 10446 Ironwood Drive Tamarack Business Park Dubuque, IA 52003 To City: Ryan Knuckey Transportation Services Director 950 Elm Street Dubuque, IA 52001 CITY OF DUBUQUE MCCULLOUGH CREATIVE GROUP By: �vc � By: Mici ael C. Van Milligen City Manager 11Pc-,ge REQUEST FOR PROPOSAL (RFP) OF THE CtUB ISSUE DATE: October 14, 2021 Russ Stecklein D�CONTACT: PHONE NO: 563-589-4197 EMAIL: rsteckleCa)citvofdubug ue.org Masterpiece on the Mississippi SUBMIT PROPOSAL/OFFER PRIOR TO: SUBMIT TO: Dubuque City Clerk 50 W. 13th Street CLOSING DATE: November 2, 2021 Dubuque, IA 52001 CLOSING TIME: Prior to 2:00 P.M. CDT DESCRIPTION: Production, installation, and removal of client advertising on transit bus exteriors RECEIPT OF PROPOSAL ACKNOWLEDGEMENT If you are considering a response to this RFP, please mark the box to the left, fill in the information below and return this sheet as a confirmation that you received this RFP. NO RESPONSE REPLY If you do not want to respond to this RFP at this time, please mark the box to the left, fill in the information below and return this sheet only. COMPANY NAME: DATE: MAILING ADDRESS: CITY/STATE: ZIP CODE: AUTHORIZED SIGNATURE: PRINTED NAME: TITLE OF AUTHORIZED REPRESENTATIVE: EMAIL: PHONE: 11PagP. CITY OF DUBUQUE The Jule REQUEST FOR PROPOSALS Production, installation, and removal of client advertising on transit bus exteriors City of Dubuque, Iowa October 14, 2021 21Page 11Page Table of Contents: SECTION 1.0 Introduction......................................................... 2.0 Project Objectives......................................................... 3.0 Community Background ................................................... 4.0 Project Scope of Services ................................................ 5.0 Use of City Resources .................................................... 6.0 Information to be Included in the Proposal ........................... 7.0 Proposal Questions and Answers .................................. 8.0 Submission Requirements ............................................... Appendix A Vendor Evaluation and Selection Process Appendix B RFP Rules and Protest Procedure Appendix C City of Dubuque Contract Terms and Conditions Appendix D Decal Production Checklist Appendix E Pricing Guide Appendix F Insurance Requirements PAGE 4 4 4 4 6 7 8 8 31Pace City of Dubuque, Iowa Request for Proposal Production, installation and removal of client advertising on transit bus exteriors 1.0 INTRODUCTION The City of Dubuque, Iowa is soliciting competitive sealed proposals from qualified professional vendor firms to provide production, installation and removal of client advertising on transit bus exteriors. 2.0 OBJECTIVES The City of Dubuque is seeking an agreement with a qualified vendor to provide production, installation, and removal of client advertising on transit bus exteriors. The original term of this Agreement shall be a two-year term with the option to renew for two (2) additional one (1) year terms. 3.0 COMMUNITY BACKGROUND The City of Dubuque is located on the Mississippi River in northeastern Iowa, adjacent to Illinois and Wisconsin. The City is approximately 30 square miles in area, with a population of approximately 60,000 people. The City's annual operating and capital budget is nearly $116 million and funds a full range of services. The City's web site is www.citvofdubuque.org. The community has a stable and diversified manufacturing base and a growing service sector. Dubuque is the major retail, medical, education and employment center for the tri-state area. Tourism continues to be a major economic force in the community. City government works in collaboration with the private sector to promote economic development. The job creation and unemployment numbers show that Dubuque is growing steadily in the current economic climate. Dubuque's construction numbers reveal an even more encouraging picture. The City has formed strong relationships with the local business community to promote continued economic growth and success. 4.0 PROJECT SCOPE OF SERVICES The following outline represents the minimum components for the project. The City will evaluate submitted proposals and award contract to selected vendor based on the best proposed solution. 4 1 P a g e SCOPE OF WORK Vendor agrees to provide logo decals and advertising for businesses (Advertising Customers) for display on City buses according to Appendix D, Decal Production Process Checklist, and Appendix E, Decal Pricing Guide. Vendor will provide an editable design template for each bus type. Vendor will provide templates to Advertising Customers and to the City for design purposes only. Such templates will remain the joint property of Vendor and the City. Vendor will not make any design changes to final production without the consent of the City and the Advertising Customer. Vendor must show accurate or near accurate final proofs of all advertisements to City and the Advertising Customer before decal applications of advertisements are placed on buses. Vendor shall not print any decal applications of advertisements until the City and the Advertising Customer approve final proofs of such advertisements. COST Cost will be submitted on attached form E in a separate sealed envelope INSTALLATION AND REMOVAL OF ADVERTISING • All installations shall be performed by certified installer(s) for the particular type of material used. • Installation and/or removal of advertising shall generally take place between the hours of 7:00 a.m. and 5:00 p.m. on weekdays, unless otherwise coordinated with Transit staff. The Contractor shall provide the Operations Supervisor with a list of buses for which advertising needs to be installed and/or removed. This list shall be provided to the Operations Supervisor at least 72 hours in advance of the desired day when installation and/or removal is to be performed. • The successful bidder shall deliver, install, and remove materials within the Jule garage in the advertising area (specific lane assignment to be given the day of each installation and/or removal) located at 949 Kerper Blvd, Dubuque, IA. • The successful bidder shall contact the Supervisor -on -Duty whenever entering or exiting the facility. • The Transit garage area must be kept clean. Waste materials from installation must be collected and removed by the contractor. • While within the Jule facility, the successful bidder shall follow the instructions of Jule personnel. • Inspection of installed/removed advertising will be done, by transit staff, within 3-5 business days. Any work that does not pass inspection must be corrected, by the contractor, with seven (7) calendar days. Work shall be coordinated with Transit staff. • Bus number, safety stickers, exterior signage and labels, and various sections of the bus (e.g., front curbside/driver's window, emergency exits, etc.) must be clearly visible from the outside and unobstructed by the wrap ads. The Transit Manager will provide direction to contractors about the placement of the wrap ads to ensure compliance with Iowa DOT regulations for public transit providers. 5 1 P a g e • The successful bidder should direct questions about installation/removal to the Jule Operations Supervisor. • The successful bidder shall take a picture of the completed installation/removal and email to the Operations Supervisor. • The successful bidder is responsible for returning bus to its original condition, with reasonable wear and tear exempted, when any display advertisements are removed. • Damage to the paint surface caused by the application or removal of advertisements is not considered reasonable wear and tear. • The successful bidder is responsible for the cost of any damages to the transit bus, resulting from their installation and/or removal work. • Payment for paint and/or body damage will be invoiced, due and payable net 30 days from receipt of invoice or may be deducted from any balances owed. • Hiding paint damage will be grounds for termination of services. Bids - Bid amounts are expected to be for an all-inclusive amount. All responses to this Request for Proposals must include the following information describing the Vendors proposal • Complete pricing breakdown using a line -item pricing structure. Include any necessary components or services that the RFP may not have mentioned. • Any and all labor necessary for installation • Summary sheet of proposal pricing, with any alternate(s) pricing clearly marked below the main proposal. • Specification sheets of materials and other key components • Provide details of all product and service warranties. • Provide a listing of at least 3 similar projects completed and a contact reference for each. 5_0 CITY RESOURCES 5_1 - Use of City Resources for the RFP Preparation • All information requests shall be directed to the City's Transportation Services Interim Director, Russ Stecklein, (rsteckleCabcitvofdubuaue.ora) or at 563-589- 4197. All vendors should note that contacting other City of Dubuque staff, or any of the Selection Committee members shall be considered inappropriate and be grounds for disqualification. 5.2 - Material Available for the RFP . Bus Ad measurements are attached for bidder's review. ❑ Vehicle fleet listing is available ❑ On -site visits to view vehicles can be provided at bidders request based on staff and vehicle availability 6.0 INFORMATION TO BE INCLUDED IN PROPOSAL The Proposal should address all the points outlined in this RFP excluding any cost information which shall be included in a separate sealed envelope labeled "Project Cost Estimate'. The Proposal should be prepared simply and economically, providing a straight -forward, concise description of the vendor's capabilities to satisfy the requirements of the RFP. A maximum proposal length of 10 pages will be enforced. To simplify the review process and to obtain the maximum degree of comparability, the proposal shall include the following information and shall be organized in the order and manner specified below. While additional data may be presented, the following subjects must be included. They represent the criteria against which the proposal will be evaluated. Letter of Transmittal Provide a letter of transmittal briefly outlining the vendor's understanding of the work, which specific sections of the Scope of Services are addressed in the submitted proposal and list the Project Manager's the name, address, telephone number, fax number and e-mail address. The name that is provided for the Project Manager will be used as the primary contact person during the RFP evaluation process. Profile of Firm Briefly provide general information about the Firm, along with its area of expertise and experience as it relates to this RFP. Photos or other images of completed comparable work should be provided. Scope of Services Describe the means or strategy by which the vendor would satisfy specific sections of the Scope of Services. Fees and Compensation Please indicate on Appendix E. Description of proposed products, lifespan and durability should also be included in this section. 7 1 P a g e Quotation of fees and compensation shall remain firm for a period of at least 60 days from the RFP submission deadline. 7.0 PROPOSAL QUESTIONS AND ANSWERS The City has used considerable efforts to ensure an accurate representation of information in this RFP. Each Proposer is urged to conduct its own investigations into the material facts provided. No answers given in response to questions submitted shall be binding upon this RFP unless released in writing (letter, fax or email) as an officially numbered and titled addendum to the RFP by the City of Dubuque. From the date of issuance of the RFP until final City action, the Proposer shall not discuss the RFP with or contact any other City of Dubuque staff or any of the Selection Committee members except as expressly authorized by the City Project Manager. Violation of this restriction will be considered a violation of the rules and be grounds for disqualification of the vendor's proposal. Project Manager contact information is as follows: Russ Stecklein Project Manager City of Dubuque Transit Division 950 Elm Street Dubuque, IA 52001 Phone: 563.589.4197 E-mail: rsteckleacitvofdubuoue.org 8_0 SUBMISSION REQUIREMENTS Before submitting a proposal, each Proposer shall make all investigations and examinations necessary to ascertain site conditions and requirements affecting the full performance of the contract and to verify any representations made by the City upon which the Proposer will rely. PROPOSAL SUBMITTAL INFORMATION • Submittal Deadline: November 2, 2021 • Submittal Location: City of Dubuque City Clerk's Office 50 West 13th Street Dubuque, Iowa 52001-4864 • Submittal Contact Russ Stecklein ■ Submittal Copies: Three (3) sets of the proposal shall be provided. Submit one (1) original signed proposal and two (2) copies. 81Page Proposals can be submitted in hard copy no later than the date and time set out in this document. Each addendum should be acknowledged in the Letter of Transmittal by providing the addendum number and title. It is solely the vendor's responsibility to ensure that you have received all addendums to this RFP before submitting the proposal. Each vendor assumes full responsibility for delivery and deposit of the completed proposal package on or before the deadline. Any proposals received after the submittal deadline will not be considered and will be returned unopened to the Proposer. The City of Dubuque is not responsible for any loss or delay with respect to delivery of the proposals. The City of Dubuque is not liable for any costs incurred by any vendor prior to the execution of an agreement or contract. Nor shall the City of Dubuque be liable for any costs incurred by Firms that are not specified in any contract. All results from this project will remain the property of the City of Dubuque. 9 1 P a g e Appendix A Vendor Evaluation and Selection Process INITIAL EVALUATION CRITERIA Proposals will be screened to ensure that they meet the minimum requirements of the required format. A selection committee will review qualifying proposals and select Firms for placement on the vendor short-list for the project. The following criteria in order of their relative importance (most is first, least is last) will be used to initially evaluate submitted proposals. 1. A high level of professional competence and a proven track record in providing labor, material and equipment to install advertising on bus exteriors: a. Qualifications and experience of the vendor and any sub vendors. b. Demonstration of the project team's professional expertise. If a joint venture with sub vendors, the track records of the Firms' experience working together. c. Experience of the vendor working on municipal projects. d. Experience of the vendor working on municipal projects in Iowa. 2. Design approach/methodology in completing scope of services such as: a. Grasp of project requirements and level of interest in the project. b. Creativity and problem -solving ability. c. Ability of vendor team to demonstrate initiative, motivation and knowledge as an indication of their desire to work with the City of Dubuque. 3. Proposed timeframe required to install and remove advertising. 4. Quality and completeness of the written proposal. The proposal should clearly demonstrate understanding of the City's overall objectives for the intermodal transportation center study. SUPPLIER SHORT-LIST EVALUATION CRITERIA The selection committee will again review the qualifying proposals of only the short- listed firms. The following criteria are among those that will be used to evaluate the vendors on the short-list. 1. Qualifications and Technical Capability of the Proposer (40 Percent) The evaluation will be based upon: o Results of customer references related to similar projects o Demonstrates understanding of the project and its requirements o Utilizes and promotes current Equipment and Supplies o Minimizes risk by use of the most current, proven and available state- of-the-art technologies. 2. Experience Base of the Proposer (20 Percent) The evaluation will be based upon: o Breadth and depth of project experience with and past performance on similar projects. o Overall installation and deployment experience. o Financial solvency and capacity. 3. Qualifications of Personnel Assigned to the Project (20 Percent) The evaluation will be based upon: o Project management team. o Organization of the work and management plan. o Availability of key personnel. 4. Price (20 Percent) The evaluation will be based upon: o Comparative to similar systems/ proposals for each element in the Price Proposal Form. o Unit prices comparable to similar unit prices in the industry. Following completion of the interview process (should it be necessary), the Selection Committee will review the evaluation of the written RFP relative to the input received during the interview process and prepare a final ranking of the short-listed respondents. SELECTED VENDOR PROCESS Upon the successful completion of the vendor review process, the RFP Selection Committee will recommend to the City Manager or City Council the awarding of a contract to the highest ranked vendor based a 'best value" basis. Evaluation factors that are most important to the City are quality of proposed personnel, experience performing similar scopes of work, length of installation and removal schedule and cost. Payment for Work: The vendor will be paid directly by the advertising client based on decal pricing rates identified in the contract with the City. Appendix B RFP Rules and Protest Procedure PROTEST PROCEDURES In general, protests will only be accepted from prospective bidders or offerors whose direct economic interest would be affected by the award of a contract or refusal to award a contract. The Project Manager will consider all such protests, whether submitted before or after the award of a contract. If oral objections are raised and the matter cannot be resolved to the satisfaction of the objector, a written protest shall be required before any further consideration is given. Protest submissions should be concise, logically arranged, and clearly state the grounds for the protest. Protests must include at least the following information: 1. Name, address, and telephone number of protestor; 2. Identification of the solicitation or contract number; 3. A detailed statement of the legal and factual grounds of protest including copies of relevant documents; and, 4. A statement as to what relief is requested. The written dispute shall be sent via certified mail or delivered in person to the Project Manager. All protest documents received by the Project Manager shall be stamped with date and time received and logged into a protest file folder. Decision on Protest The Project Manager shall forward all protests to the City Manager, with all applicable supporting documentation, who will review the reasons for the protest and will respond to each issue noted in the protest. The City Manager will discuss his/her findings with The Jule Transit Advisory Board before a final decision is made concerning the protest. The Procurement Officer shall provide a final decision to the protesting Vendor/Contractor in writing within thirty (30) calendar days from the receipt of the written protest and shall provide notice of such decision to all interested parties. MINOR IRREGULARITIES The City reserves the right to waive minor irregularities in submitted proposals, providing such action is in the best interest of the City. Minor irregularities are defined as those that have no adverse effect on the City's best interests, and will not affect the outcome of the selection process by giving the prospective vendors an advantage or benefit not enjoyed by other prospective vendors. EXCEPTIONS Proposer exceptions to any part of the requirements stated in this request must be clearly identified as exceptions and noted in the letter of transmittal and in the submitted project cost estimate. RANKING OF THE PROPOSALS No debriefings or scoring information shall be released before the City Manager or City Council has recommended that a contract be negotiated with the recommended Firm. However, after authorization has been granted to negotiate a contract, all contents of the submitted proposals shall become public information. The City has established for the purposes of this RFP that the words "shall", "must", or "will" are equivalent in this RFP and indicate a mandatory requirement or condition, the material deviation from which shall not be waived by the City. A deviation is material if, in the City's sole discretion, the deficient response is not in substantial accord with this RFP's mandatory conditions requirements. The words "should" or "may" are equivalent in this RFP and indicate very desirable conditions, or requirements but are permissive in nature. Deviation from, or omission of, such a desirable condition or requirement will not in and of itself cause automatic rejection of a proposal but may result in being considered as not in the best interest of the City. Appendix C City of Dubuque Standard Terms and Conditions STANDARD TERMS AND CONDITIONS ACCELERATED PAY DISCOUNTS - Accelerated discounts should be so stated on the bid submittal page. If quick pay discounts are offered, the City reserves the right to include that discount as part of the award criteria. Prices must, however, be based upon payment in net thirty (30) days after receipt, inspection and acceptance. In all cases, quick pay discounts will be calculated from the date of the invoice or the date of acceptance, whichever is later. ADA COMPLIANCE 1. The Vendor shall comply with all applicable provisions of the Americans with Disabilities Act (Public Law 101-336, 42 U.S.C. 12101 et seq.) and applicable Federal regulations under the Act. 2 Bids for design, construction, programs, policies and concessions of any type shall comply with the 2010 Standards for Accessible Design, the ADA title II regulation, Section 504 of the 1973 Rehabilitation Act, and similar statutes and regulations prohibiting discrimination on the basis of disability. 3. The Vendor shall ensure that its websites and all online services, including those websites or online services provided by third parties upon which Dubuque relies to provide services or content, comply with, at minimum, Web Content Accessibility Guidelines - WCAG 2.0 AA. ASSIGNMENT - The City and the Vendor each are hereby bound and the partners, successors, executors, administrators and legal representatives of the City and the Vendor are hereby bound to the other party to the Contract and to the partners, successors, executors, administrators and legal representatives (and said assigns) of such other party, in respect of all covenants, agreements and obligations of the Contract. Any assignment or attempt at assignment made without prior written consent of the City shall be void. BID CURRENCY/LANGUAGE - All bid prices shall be shown in US Dollars ($). All prices must remain firm for the duration of the Contract regardless of the exchange rate. All bid responses must be submitted in English. BID FORM - Each bidder must submit an original bid and additional copies as required on the forms attached. The bidder shall correctly sign the bid, and the bid may be rejected if it shows any omissions, alterations of the form, additions not called for in the bid, or any irregularities of any kind. In case of a discrepancy between the unit price and the extended price, the unit price shall prevail. BID INFORMATION IS PUBLIC — The bid and all documents submitted with any bid shall become public documents subject to Iowa Code Chapter 22, which is otherwise known as the "Iowa Open Records Law". By submitting the bid any document to the City of Dubuque in connection with a bid, the submitting party recognizes this and waives any claim against the City of Dubuque and any of its officers and employees relating to the release of any document or information submitted. Each submitting party shall hold the City of Dubuque and its officers and employees harmless from any claims arising from the release of any document or information made available to the City of Dubuque arising from any opportunity. Bid information requested by the public or other bidders will be provided in an alternative format if the requestor is a person with a disability and requires an alternative form for comprehension. BID REJECTION OR PARTIAL ACCEPTANCE - The City reserves the right to accept or reject any or all bids or parts thereof. The City further reserves the right to waive technicalities and formalities in bids, as well as to accept in whole or in part such bids where it is deemed advisable in protection of the best interests of the City. CONFLICT OF INTEREST - The Vendor represents, warrants, and covenants that no relationship exists or will exist during the Contract period between the Vendor and the City that is a conflict of interest. No employee, officer or agent of the Vendor shall participate in the selection or in the award if a conflict of interest, real or apparent, exists. The provisions of Iowa Code ch. 68B shall apply to the Contract. If a conflict of interest is proven to the City, the City may terminate the Contract, and Vendor shall be liable for any excess costs to the City as a result of the conflict of interest. The Vendor shall establish safeguards to prevent employees, consultants, or members of governing bodies from using their positions for purposes that are, or give the appearance of being, motivated by the desire for private gain for themselves or others with whom they have family, business, or other ties. The Vendor shall report any potential, real, or apparent conflict of interest to the City. CONTRACT DOCUMENTS — The Contract Documents are this Contract, the Request for Bids, the Vendor's Bids, and the following additional documents, if any: In the event of a dispute with respect to any term or condition in the Contract Documents, they shall be interpreted in the following order: this Contract, the Request for Bids, the Vendor's Bids, and the following additional documents, if any: DISPUTES - Should any disputes arise with respect to the Contract, the Parties agree to act immediately to resolve such disputes. Time is of the essence in the resolution of disputes. The Vendor agrees that the existence of a dispute notwithstanding, it will continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute and the City shall continue to make payment for all Work properly performed. Should the Vendor fail to continue to perform its responsibilities regarding all non -disputed work, without delay, any additional costs incurred by the City or the Vendor as a result of such failure to proceed shall be borne by the Vendor. The unintentional delayed payment by the City to the Vendor of one or more invoices not in dispute in accordance with the terms of the Contract will not be cause for Vendor to stop or delay Work. FORCE MAJEURE - Force majeure shall be any of the following events: acts of God or the public enemy; compliance with any order, rule, regulation, decree, or request of any governmental authority or agency or person purporting to act therefore; acts of war, public disorder, rebellion, terrorism, or sabotage; floods, hurricanes, or other storms; strikes or labor disputes; or any other cause, whether or not of the class or kind specifically named or referred to herein, not within the reasonable control of the party affected. A delay in or failure of performance of either party shall not constitute a default hereunder nor be the basis for, or give rise to, any claim for damages, if and to the extent such delay or failure is caused by force majeure. The party who is prevented from performing by force majeure shall be obligated, within a period not to exceed fourteen (14) days after the occurrence or detection of any such event, to give notice to the other party setting forth in reasonable detail the nature thereof and the anticipated extent of the delay, and shall remedy such cause as soon as reasonably possible, as mutually agreed between the parties. INDEMNIFICATION - To the fullest extent permitted by law, the Vendor shall indemnify and hold harmless the City, its officers and employees, from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the Contract, provided that such claim, damages, loss or expense is attributable to bodily injury, sickness, disease or death, or injury to or destruction of property, including loss of use resulting therefrom, but only to the extent caused in whole or in part by negligent acts or omissions of the Vendor, or anyone directly or indirectly employed by the Vendor or anyone for whose acts the Vendor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. LAWS AND REGULATIONS - The Contract shall be governed, interpreted and enforced in accordance with all applicable federal, State of Iowa, and local laws, ordinances, licenses and regulations and shall apply to the Contract throughout, as the case may be. The Vendor certifies that in performing the Contract it will comply with all applicable provisions of the federal, state, and local laws, ordinances, licenses and regulations. Venue for any action arising out of this Contract shall be the Iowa District Court for Dubuque County, Iowa. METHOD OF AWARDING - The City reserves the right to make awards based on the entire bid or on an item by item basis. However, if Vendor's bid is based on an "all or none" condition, the City may consider its bid non -responsive and reject the entire bid. NO GIFT STANDARD - The City of Dubuque is committed to upholding the highest ethical standards in all of its business practices. This standard recognizes the need to avoid even the perception of improper gifts or favors to employees. Therefore, all suppliers have been asked to abide by the City's "No Gift" standard. The "No Gift" standard also applies to all offers of discounts or free items at any place of business targeted toward a City employee and not available to the general public, regardless of the value. NON -COLLUSION STATEMENT - Neither the Vendor, nor anyone in the employment of the Vendor, has employed any person to solicit or procure the Contract nor will the Vendor make any payment or agreement for payment of any compensation in connection with the Contract. There is no contract, agreement or arrangement, either oral or written, expressed or implied, contemplating any division of compensation for Work rendered under the Contract or participation therein, directly or indirectly, by any other person, firm or corporation, except as documented in the Contract. Neither the Vendor, nor anyone in the employment of the Vendor, has either directly or indirectly entered into any agreement, participated in any collusion or otherwise taken any action in restraint of free competitive procurement in connection with the Contract. NON-DISCRIMINATION AND EQUAL OPPORTUNITY - All Vendors that engage in contracts with the City of Dubuque, Iowa agree as follows: The Vendor will not discriminate against any employee or applicant for employment because of race, sex, color, creed, ancestry, national origin, marital status, Familial status, religion, age, disability, sexual orientation, gender identity, genetic information, status with regard to public assistance, status as a veteran or any classification protected by federal, state, or local law, (Protected Classes) except where age and sex are essential bona fide occupational requirements, or where disability is a bona fide occupational disqualification. Such action shall include, but not be limited to the following; (a) Employment, (b) Upgrading, (c) Demotion or transfer, (d) Recruitment and advertising, (e) Layoff or termination, (f) Rate of pay or other forms of compensation, and (g) Selection for training, including apprenticeship. The Vendor further assures that managers and employees comply with both the spirit and intent of federal, state, and local legislation, government regulation, and executive orders in providing affirmative action as well as equal opportunity without regard to the protected classes, as stated above. The Vendor will include, or incorporate by reference, the provisions of the nondiscrimination clause in every contract or subcontract unless exempt by the rules, regulations or orders of the City and will provide in every contract or subcontract that said provision will be binding upon each Vendor. REGULATORY AGENCY COMPLIANCE - Compliance with laws and regulations set forth by regulatory agencies is required. These agencies include, but are not limited to, OSHA — Occupational Safety & Health Agency, EPA — Environmental Protection Agency, ]CC — Interstate Commerce Commission, DNR — Department of Natural Resources, and DOT — Department of Transportation. The City of Dubuque expects that Vendors will offer expertise on conformance of regulations applying to the products they sell and the Work they perform. RIGHT TO PROTEST - Anyone wishing to file a protest concerning (1) the specifications, (2) the bid procedure or (3) the award of the Contract must do so in writing in accordance with the City's Protest by bidders which is found in the City's purchasing policy SAFETY DATA SHEETS - The Hazard Communication Standard (HCS) requires chemical manufacturers, distributors, and importers to ensure that each container of hazardous chemicals leaving the workplace is labeled, tagged, or marked and to provide Safety Data Sheets (SDS) to communicate the hazards of hazardous chemical products. It is the chemical supplier's responsibility to determine which products are covered and to provide SIDS with the initial shipment. It is also the chemical supplier's responsibility to provide any updated or revised SIDS, as they become available for any products sold and delivered to the City of Dubuque. City of Dubuque employees shall not accept a shipment of any chemical that does not have a SDS attached or currently on file. Safety Data Sheets shall be available in alternative formats if the requestor is a person with a disability and requires an alternative format for comprehension. SUBCONTRACTING - All Sub Vendors shall be listed in the Contract or in a written amendment to the Contract. SUSPENSIONS AND DEBARMENT - The Vendor hereby certifies, pursuant to 2 CFR pt. 180 and 2 CFR pt. 3000, that neither it nor its principles are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in the Contract by any federal agency. The Vendor further certifies that it is not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in any contracts with the City of Dubuque or the State of Iowa. TAXES - The City of Dubuque is exempt from sales tax and certain other use taxes. Any charges for taxes from which the City is exempt will be deducted from invoices before payment is made. TERMINATION OF CONTRACT - The City may terminate the Contract at any time for any reason with or without cause. In that event, all finished or unfinished Work, reports, materials(s) prepared or furnished by the Vendor under the Contract shall, at the option of the City, become its property. If the Contract is terminated by the City as provided herein, the Vendor shall be paid for all Work which has been authorized, provided, and approved up to the effective date of termination. The City will not be subject to any termination fees from the Vendor. WARRANTIES - WORK - The Vendor shall perform Work for the City pertaining to the Project as set forth in the Contract. Vendor represents that the Work and all of its components shall be free of defects; shall be performed in a manner consistent with other Vendors in a similar industry and application; and shall conform to the requirements of the Contract. Vendor shall be responsible for the quality, technical accuracy, completeness and coordination of all Work performed under the Contract. Vendor shall, promptly and without charge, provide all corrective Work necessary as a result of Vendor's acts, errors, or omissions with respect to the quality and accuracy of the Work. Vendor shall be responsible for any and all damages to property or persons as a result of Vendor's acts, errors, or omissions, and for any losses or costs to repair or remedy any Work undertaken by City based upon the Work as a result of any such acts, errors, or omissions. Vendor's obligations shall exist without regard to, and shall not be construed to be waived by, the availability or unavailability of any insurance, either of City or Vendor. WARRANTIES - INTELLECTUAL PROPERTY - Vendor represents and warrants that all the materials and Work produced, or provided to the City pursuant to the terms of the Contract shall be wholly original with the Vendor or that the Vendor has secured all applicable interests, rights, licenses, permits or other intellectual property rights in such materials and work. The Vendor represents and warrants that the materials and Work, and the City's use of same, and the exercise by the City of the rights granted by the Contract shall not infringe upon any other work or violate the rights of publicity or privacy of, or constitute a libel or slander against, any person, firm, or corporation. The Vendor further represents and warrants that the materials and Works does not infringe upon the copyright, trademark, trade name, trade dress patent, statutory, common law or any other rights of any person, firm or corporation or other entity. The Vendor represents and warrants that it is the owner of or otherwise has the right to use and distribute the Work contemplated by the Contract. Appendix D Decal Production Process 1. After a signed contract is received from the Advertising Customer, City provides an email to vendor containing number and type of vehicles, start date for advertising, and Advertising Customer contact information to allow vendor to schedule production. 2 Advertising Customer supplies artwork files including images, logos, fonts and other necessary material to vendor via FTP 30 days prior to production date. 3. Vendor reviews material and requests any additional information if needed and makes possible suggestions to achieve the wishes of City/Advertising Customer. 4. Vendor supplies PDF proofs to City and Advertising Customer. 5. Vendor contacts City to schedule decal installation. 6. Vendor prints and applies decal after City and Advertising Customer sign off on final proof. City and Advertising Customer must sign off on final proof via e-mail before any decals are applied. Appendix E Decal Pricing 241Page Decal pricing includes time required to prepare files, remove existing decals, produce new decal and install new decal. No changes to the decal pricing guide can be made by either party while this contract is in effect. The original term of this Agreement shall be from November 2021, through October 2023 (Term) with the option to renew for two (2) additional one (1) year terms. Materials quoted in Column A will be used for long term advertising contracts. Materials quoted in Column B will be used for short term campaigns or event advertising lasting no longer than 6 months. A B Vehicle Type and Decal Position Dimensions Minimum 2 Year Lifes an 6 Month Lifespan Material Original Light Duty and Sprinter Passenger Side 151.5" x 72" Driver Side 202" x 72" Rear Passenger Side 76" x 70" 151.5" x 32" Driver Side 202" x 32" New Light Duty Passenger Side 137.5" x 66" Driver Side 206"x66" Rear 74"x80" Passenger Side 137.5"x22' Driver Side 206"x22" Original Heavy Duty Vehicle Passenger Side 173" x 98" Driver Side 197" x 98" Rear Passenger Side 84" x 30" 173" x 43" Driver Side 197" x 43" New Heavy Duty Vehicle Passenger Side 212.75"x97.5" Driver Side 217"x97.5" Half -Height Decals (no windows) Passenger Side 212.75"x42.5" Drivers Side 217"x42.5" Appendix E: Project Cost Estimate APPLICATION OF VEHICLE GRAPHICS Project coordination, formatting of client -provided artwork with two proofs for client review, final electronic art, output/assembly and application of vinyl graphics, and materials. Original Light -Duty Bus — Full Driver Side with Windows (202" x 72") Account Services and Creative Services ..........................$475 Removal of Existing Graphics**........................................$300 Materials* ......................................................................... $700 Graphic Production and Application..................................$825 — Driver Side Bottom Panel, No Windows (202" x 32") $1,450 Account Services and Creative Services ........_................$425 Removal of Existing Graphics** ...................... .................. $300 Materials* ......................................................................... $325 Graphic Production and Application..................................$400 — Full Passenger Side with Windows (151.5" x 72")................................................... Account Services and Creative Services ..........................$475 Removal of Existing Graphics**........................................$300 Materials* ......................................................................... $550 Graphic Production and Application..................................$650 — Passenger Side Bottom Panel, No Windows (151.5" x 32").................................... Account Services and Creative Services ..........................$425 Removal of Existing Graphics**........................................$300 Materials* .......... ............................................................... $250 Graphic Production and Application..................................$350 — Rear Side (76" x 70")................................................................................................. Account Services and Creative Services ..........................$475 Removal of Existing Graphics**........................................$300 Materials* ......................................................................... $ 300 Graphic Production and Application..................................$650 New Light -Duty Bus — Full Driver Side with Windows (206" x 66")............................................................. Account Services and Creative Services ..........................$475 Removal of Existing Graphics**........................................$300 Materials* ......................................................................... $650 Graphic Production and Application ........................... ....... $825 — Driver Side Bottom Panel, No Windows (206" x 22").............................................. Account Services and Creative Services ..........................$425 Removal of Existing Graphics**........................................$300 Materials* ......................................................................... $250 Graphic Production and Application..................................$375 $2,300 .......... $1,975 $1,325 $1,725 ....................... $2,250 $1,350 Appendix E: Project Cost Estimate (continued) — Full Passenger Side with Windows (137.5" x 66")......................................................................................... $1,875 Account Services and Creative Services ..........................$475 Removal of Existing Graphics**........................................$300 Materials* ......................................................................... $450 Graphic Production and Application ............... ................... $650 — Passenger Side Bottom Panel, No Windows 137.5" x 22.................................................-,........... ........... $1,225 Account Services and Creative Services .... ...................... $425 Removal of Existing Graphics**........................................$300 Materials*......................................................................... $150 Graphic Production and Application..................................$350 — Rear Side (74" x 80")....................................................................................................................................... $1,725 Account Services and Creative Services ..........................$475 Removal of Existing Graphics**........................................$300 Materials* ......................................................................... $300 Graphic Production and Application..................................$650 Original Medium -Duty Bus — Full Driver Side with Windows (252" x 68") ................................................................................................... $2,725 Account Services and Creative Services ..........................$475 Removal of Existing Graphics**........................................$300 Materials* ......................................................................... $850 Graphic Production and Application ................ ........ ....... $1,100 — Driver Side Bottom Panel, No Windows (252" x 26") ....•..................................................... $1,525 Account Services and Creative Services .......................... $425 Removal of Existing Graphics**........................................$300 Materials*......................................................................... $350 Graphic Production and Application .......... ........... ............. $450 — Full Passenger Side with Windows (191.5" x 68" )...............................................................................- $2,525 Account Services and Creative Services ..........................$475 Removal of Existing Graphics**........................................$300 Materials* ......................................................................... $650 Graphic Production and Application...............................$1,100 — Passenger Side, Bottom Panel, No Windows (191.5 x 26")......................................................................... $1,475 Account Services and Creative Services ..........................$425 Removal of Existing Graphics**........................................$300 Materials* ......................................................................... $250 Graphic Production and Application..................................$500 — Rear Side (71 " x 79")....................................................................................................................................... $1,725 Account Services and Creative Services ..........................$475 Removal of Existing Graphics**........................................$300 Materials*......................................................................... $300 Graphic Production and Application..................................$650 Appendix E: Project Cost Estimate (continued) Original Heavy -Duty Bus — Full Driver Side with Windows (197" x 98")................................................................................................... $2,775 Account Services and Creative Services ........... ............... $475 Removal of Existing Graphics**........................................$300 Materials*......................................................................... $950 Graphic Production and Application ........................... .... $1,050 — Full Passenger Side with Windows (173" x 98")............................................................................................ $2,675 Account Services and Creative Services .................. ........ $475 Removal of Existing Graphics**........................................$300 Materials* ......................................................................... $ 850 Graphic Production and Application...............................$1,050 New Medium/Heavy-Duty Bus — Full Driver Side with Windows (217" x 97.5')...................................................._,......................................... $2,875 Account Services and Creative Services ..........................$475 Removal of Existing Graphics**........................................$300 Materials*...................................................................... $1,050 Graphic Production and Application...............................$1,050 — Full Driver Side Bottom Panel, No Windows (217" x 42.5").......................................................................... $1,625 Account Services and Creative Services ..........................$425 Removal of Existing Graphics**........................................$300 Materials* ......................................................................... $450 Graphic Production and Application..................................$450 — Full Passenger Side with Windows and Door Frame (212.75" x 97.5")......................................................... $2,875 Account Services and Creative Services ..........................$475 Removal of Existing Graphics**........................................$300 Materials*...................................................................... $1,000 Graphic Production and Application...............................$1,100 — Passenger Side Bottom Panel, Door Frame, No Windows (212.75" x 42.5")................................................ $1,675 Account Services and Creative Services ..........................$425 Removal of Existing Graphics**........................................$300 Materials* ......................................................................... $450 Graphic Production and Application..................................$500 Appendix E: Project Cost Estimate (continued) REMOVAL OF VEHICLE GRAPHICS Project coordination and removal of existing vinyl graphics from one side (driver, passenger, orrear) of a Jule bus.............................................................................................................................................. $300 NEW DESIGN TEMPLATES*** Project coordination and assessment of one Jule bus including photography, measurements, andlayout of design templates.................................................................................................... Please Note: Client to provide high -resolution, print -ready artwork. Pricing does not include any design, file, or photo manipulation. Pricing includes a maximum of two proofs for client review. Additional proofs will be invoiced as client alterations at a standard hourly rate. The bus is to be delivered to and picked up from McCullough Creative for graphics application and/or removal. McCullough Creative is not responsible for transporting driver. The City of Dubuque is responsible for handling all initial project coordination with the client regarding their contract with The Jule and explanation of the process. This includes telling the client to allow 30 days for scheduling the graphic application once final artwork is approved and that the pricing does not include any design, file, or photo manipulation. If additional coordination by McCullough Creative is required or requested, that time will be invoiced to the City of Dubuque at a standard hourly rate. *Costs of materials are subject to change. * Additional costs for removal may incur if existing graphics were not applied by McCullough Creative or if the existing graphics were applied prior to five years before removal. ***Assessment and new design templates required for each bus size. Pricing is valid through October2023. Appendix F Insurance Requirements 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 Masonry Tank Coating Doors, Window & Vehicular Snow Removal Tree Removal Glazing Painting & Wall Covering Tree Trimming Drywall Systems Pest Control Tuckpointing Fertilizer Application Scaffolding Waterproofing Geotech Boring Sidewalks Well Drilling Insulation Plastering Finish Carpentry Rough Carpentry Landscaping Stump Grinding Carpet Cleaning Carpet & Resilient Flooring Caulking & Sealants Acoustical Ceiling Filter Cleaning General Cleaning Grass Cutting Janitorial Non Vehicular Snow & Ice Removal Office Furnishings Power Washing Tile & Terrazzo Flooring Window Washing 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. A) B) INSURANCE SCHEDULE F (continued) EXHIBIT I 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. 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. 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 INSURANCE SCHEDULE F (continued) Workers' Compensation Insurance Commissioner, as required by Iowa Code Section 87.22. Completed form must be attached. C) 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. D) 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. E) POLLUTION LIABILITY Coverage required: Yes X_ 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 PCBs. 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. 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 _X_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. 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 33