Loading...
Areas of Persistent Poverty RFPCopyrighted December 15, 2025 City of Dubuque City Council CONSENT ITEMS # 17. ITEM TITLE: Areas of Persistent Poverty RFP SUMMARY: City Manager recommending City Council authorization to release the Areas of Persistent Poverty RFP and that the City Manager be authorized to negotiate and execute an agreement with the recommended consultant. SUGGUESTED Receive and File; Approve DISPOSITION: ATTACHMENTS: 1. MVM Memo 2. Memo Areas of Persistent Poverty RFP (003) 3. RFP AoPP (003) Page 341 of 1019 THE CITY OF DUBE Masterpiece on the Mississippi TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Areas of Persistent Poverty RFP DATE: December 9, 2025 Dubuque AI WIN av 2007-2012.2013 2017*2019 Director of Transportation Services Ryan Knuckey is recommending City Council authorization to release the Areas of Persistent Poverty RFP and that the City Manager be authorized to negotiate and execute an agreement with the recommended consultant. The local share is $25,000 and the FTA share is $225,000. The estimated cost for consulting services associated with the Master Plan Development and Implementation Project is estimated to be between $200,000—$225,000. This work will be funded from the Areas of Persistent Poverty Grant Project Fund (#5385000023) which has a total available budget of $250,000. I concur with the recommendation and respectfully request Mayor and City Council approval. Y Mic ael C. Van Milligen I►VA140LTAiWIIIIIIIIIIIIIII IIIIIIIII Attachment cc: Crenna Brumwell, City Attorney Cori Burbach, Assistant City Manager Ryan Knuckey, Director of Transportation Services Jenny Larson, Director of Finance & Budget Laura Bendorf, Budget Manager Joe Pregler, Chief Information Officer Jodi Johnson, Operation Supervisor —Transit Division Page 342 of 1019 THE CITY OF Dubuque DUB E MI-AmeMOW hx w Masterpiece on the Mississippi � pP 13 zo°''° zoi7*20*zoi9 TO: Michael C. Van Milligen - City Manager FROM: Ryan Kn uckey—Di rector of Transportation Services SUBJECT: Areas of Persistent Poverty RFP DATE: December 8, 2025 INTRODUCTION The purpose of this memorandum is to request City Council approval to distribute a Request for Proposal (RFP) for Transportation Services to develop and manage a master plan. The RFP will require the selected consultant to develop and manage a master plan to conduct a planning study that will help the Transit Division optimize its bus routes and identify potential service changes to improve service for Areas of Persistent Poverty (AoPP) (tracts: 1, 3, 5, 6, 7.01, 7.02, 8.01, and 11.04) and Dubuque's historically disadvantaged tracts (tract 12.02), and determine appropriate equipment and facility needs. The RFP will require the selected consultant to conduct data collection, incorporate City and business development, transit service, market and financial analysis, public and stakeholder engagement, and develop a master plan. BACKGROUND The Transit Division operates The Jule Bus system and offers mass transit or fixed route services and paratransit or "MiniBus" services within the city limits of Dubuque, Iowa. On weekdays, The Jule operates eight (8) fixed routes and ten (10) paratransit buses during normal hours of operation from 6:15 a.m. until 6:45 p.m. The Jule also provides the following fare -free options including two (2) morning commuter routes, an afternoon commuter route operating from 4:45 a.m. until 6:00 a.m. and 2:30 p.m. until 3:55 p.m. As well as a downtown business shuttle operating from 6:45 a.m. until 9:00 a.m. and 4:00 p.m. until 6:35 p.m. On Saturdays, The Jule operates six (6) fixed routes and five (5) paratransit buses operating from 8:15 a.m. until 5:45 p.m. Having convenient and affordable public transportation in the City of Dubuque is a necessity for many residents, local employers, property owners, and property developers. A transit system that serves its community and offers a valuable alternative method to travel to work, area services, local shopping centers, schools, and leisure activities is vital to reducing emissions, road congestion, and growing our local economy. Page 1 of 3 Page 343 of 1019 As part of this project the City is seeking to implement holistic transportation solutions to provide a positive customer experience that financially supports the system, from customer point of origin to point of final destination, which also minimizes travel time. Implemented solutions will maximize existing city mobility and parking assets and resources, leverage best in class smart transportation technology, and identify future opportunities for the City to purchase new resources that will further improve transportation efficiencies. The scope of this RFP requires the consultant team to study, design, collect public input, and implement strategies to help the Transit Division optimize its bus routes and identify potential service changes. These changes are to improve service for AoPP, Dubuque's historically disadvantaged tracts, new business development, and City improvements. DISCUSSION As part of this RFP the consultant will study existing mobility needs and author an master plan that documents current and emerging challenges, recommends short-term, mid-term, and long-term solutions while providing financial modeling for all recommendations. The consultant will then assist City staff in selecting vendor technology and software systems, if needed, that implement the solutions recommended in the master plan. Guiding principles developed for this project include: • Public transportation is a necessity for providing residents access to local employers, area services, local shopping centers, schools, and leisure activities. • Fair and supportive mobility solutions are one of the core components of a community's livability because it provides access to living wage jobs, healthcare services, quality education, cultural institutions, and recreational opportunities. • Public transportation access and any updated policies need to meet the needs of a varied group of users. • Public transportation must be fully integrated with parking and other forms of transportation system mobility in order to maximize efficiency and customer experience. • Assessing current fare structure and a fair and balanced revenue fee structure needs to be established as well as researching the benefits and cost savings of adopting and evaluating a fare free structure. • Transportation and mobility solutions need to utilize the most up to date technology and must be simple to use and manage across all platforms. • To the maximum extent feasible, public transportation, and subsequent modes of travel to final points of destination must feel "safe" for customers. The schedule for the RFP distribution and consultant selection is as follows: RFP Release to Public Questions Due Date Responses Due Date Proposal Due Date December 17, 2025 January 21, 2026 January 28, 2026 February 11, 2026 Page 2of3 Page 344 of 1019 Selection Committee Review Consultant Interviews Recommendation to City Manager February 12 — February 25, 2026 February 25 — March 25, 2026 April 8, 2026 The recommended Steering and Selection Committees for the submitted proposals are as follows: Core Team: • Jodi Johnson, Operations Supervisor —Transit Division • Joey Lueck, Transportation Services Analyst • Russ Stecklein, Operation Supervisor —Parking Division • Ryan Knuckey, Director of Transportation Services Extended Team: • Anderson Sainci, Director of Economic Mobility & Neighborhood Support • Joe Pregler, Chief Information Officer Information Services • Jason Duba, Assistant Planner • Laura Bendorf, Budget Manager • Nic Hockenberry, Director of Workforce Solutions—GDDC • Public Works Representative RECOMMENDATION It is recommended that the City distribute the Areas of Persistent Poverty RFP and solicit proposals from qualified consultants to provide the stated professional services for the proposed master plan. BUDGETIMPACT The local share is $25,000 and the FTA share is $225,000. The estimated cost for consulting services associated with the Master Plan Development and Implementation Project is estimated to be between $200,000—$225,000. This work will be funded from the Areas of Persistent Poverty Grant Project Fund (#5385000023) which has a total available budget of $250,000. ACTION TO BE TAKEN I respectfully request authorization to release the Areas of Persistent Poverty RFP and that the City Manager be authorized to negotiate and execute an agreement with the recommended consultant. cc: Jenny Larson, Director of Finance & Budget Laura Bendorf, Budget Manager Joe Pregler, Information Services Manager Jodi Johnson, Operation Supervisor —Transit Division Page 3of3 Page 345 of 1019 REQUEST FOR PROPOSAL (RFP) ISSUE DATE: December 17, 2025 THE CITY OF DPHONET TR CONTACT: Joey Lueck NO: 563-589-4228 v 1> EMAIL: jlueck@cityofdubuque.org Masterpiece on the Mississippi SUBMIT PROPOSAL/OFFER PRIOR TO: SUBMIT TO: CLOSING DATE: February 11, 2026 SEE Section 6.0 CLOSING TIME: Prior to 2:00 P.M. CST FAX/EMAIL NOT ACCEPTED DESCRIPTION: PLANNING STUDY TO OPTIMIZE BUS ROUTES, IDENTIFY POTENTIAL SERVICE CHANGES, AND IDENTIFY APPROPRIATE EQUIPMENT AND FACILITY NEEDS o 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. o 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: Page 346 of 1019 CITY OF DUBUQUE The Jule REQUEST FOR PROPOSAL PLANNING STUDY TO OPTIMIZE BUS ROUTES, IDENTIFY POTENTIAL SERVICE CHANGES, AND IDENTIFY APPROPRIATE EQUIPMENT AND FACILITY NEEDS DECEMBER 17, 2025 2 Page 347 of 1019 Table of Contents SECTION PAGE Tableof Contents.....................................................................................................................3 1.0 INTRODUCTION..................................................................................................................4 2.0 BACKGROUND INFORMATION.........................................................................................5 3.0 PROJECT SCOPE OF SERVICES......................................................................................6 4.0 PROPOSAL REQUIREMENTS...........................................................................................8 5.0 CONTRACT TERMS AND CONDITIONS.........................................................................11 6.0 PROPOSAL QUESTIONS AND ANSWERS.....................................................................11 7.0 PUBLIC RECORDS AND REQUESTS FOR CONFIDENTIAL TREATMENT..................12 8.0 SUBMISSION REQUIREMENTS.......................................................................................13 Appendix A Consultant Evaluation and Selection Process..............................................15 Appendix B RFP Rules and Protest Procedure..................................................................20 Appendix C City of Dubuque Contract Terms and Conditions.........................................22 Appendix D Insurance Requirements.................................................................................25 Appendix E Project -Related Data........................................................................................30 3 Page 348 of 1019 TRANSIT DIVISION PLANNING STUDY TO OPTIMIZE BUS ROUTES, IDENTIFY POTENTIAL SERVICE CHANGES, AND IDENTIFY APPROPRIATE EQUIPMENT AND FACILITY NEEDS Request for Proposal (RFP) Transit Division December 17, 2025 1.0 INTRODUCTION THE CITY OF DUB E Masterpiece on the Mississippi The City of Dubuque Transportation Services Transit Division, hereinafter referred to as the Transit Division, has received an Areas of Persistent Poverty (AoPP) grant to conduct a planning study that will help the Transit Division optimize its bus routes and identify potential service changes to improve service for AoPP and Dubuque's historically disadvantaged tracts, and determine appropriate equipment and facility needs. The Transit Division is soliciting competitive sealed proposals from qualified and experienced consulting firms, in alignment with the Federal Transit Administration (FTA) Master Agreement (MA) (31) http://www.transit.dot.gov, to develop a fair master plan that is reactive to today's demands and create a transit model in order to achieve it. The Consultant selected for the project will possess the following qualifications: • Expertise in service evaluation and planning, with an understanding of how changes will impact the City of Dubuque, its Citizens, and the Transit Division. • Prior success implementing mobility management plans. • Experience with public engagement, involvement, and data collection. • Proficient in Geographic Information Systems (GIS) mapping and routing software to assist in route and ridership analysis. • Ability to coordinate, plan, and achieve results in a timely manner. • Ability to create financial modeling to create different service types. The selected Consultant will be expected to complete the contracted scope of work within the proposed schedule, under the general direction and coordination of the City's Transit Division as authorized by the Dubuque City Council. End of Section 1.0-------------------------------------------- 0 Page 349 of 1019 2.0 BACKGROUND INFORMATION The Transit Division operates The Jule Bus system and offers mass transit or fixed route services and paratransit or "MiniBus" services within the city limits of Dubuque, Iowa. On weekdays, The Jule operates eight (8) fixed routes and ten (10) paratransit buses during normal hours of operation from 6:15 a.m. until 6:45 p.m. The Jule also provides the following fare -free options two (2) morning commuter routes, an afternoon commuter route operating from 4:45 a.m. until 6:00 a.m. and 2:30 p.m. until 3:55 p.m. As well as a downtown business shuttle operating from 6:45 a.m. until 9:00 a.m. and 4:00 p.m. until 6:35 p.m. On Saturdays, The Jule operates six (6) fixed routes and five (5) paratransit buses operating from 8:15 a.m. until 5:45 p.m. The current Full Fare structure for the fixed route is: - $1.50 for a single ride cash fare. - $15.00 for eleven (11) rides on a reloadable bus pass. - $45.00 for monthly unlimited rides on a reloadable bus pass. The current Half -Fare structure for Senior Citizens (aged 65 plus) or a Medicare card holder for the fixed route is: - $0.75 for a single ride cash fare. - $7.50 for eleven (11) rides on a reloadable bus pass. - $22.50 for monthly unlimited rides on a reloadable bus pass. Fare -free options are available on the fixed route for the following groups: - Youth, age five (5) and under. - Youth, age six (6) through eighteen (18) with a valid magnetic student ID. - Dubuque College Students with a valid magnetic student ID. Paratransit service is available for Senior Citizens (aged 65 plus) or people with disabilities and applicants whose functional ability prevents them from using the fixed route bus service. • $3.00 per one-way trip. The City of Dubuque, hereinafter referred to as the City, is located on the Mississippi River in northeastern Iowa, adjacent to Illinois and Wisconsin. The City is approximately thirty (30) square miles in area, with a population of approximately 60,000 people. The City's web site is www.cityofdubugue.org. The community's areas of persistent poverty (AoPP) are comprised of the following census tracts: • Tract 1: Population 2,415 • Tract 3: Population 2,094 • Tract 5: Population 3,696 • Tract 6: Population 2,978 • Tract 7.01: Population 3,667 • Tract 7.02: Population 3,429 Page 350 of 1019 • Tract 8.01: Population 3,976 • Tract 11.04: Population 4,373 The community's historically disadvantaged tracts are comprised of the following census tract: • Tract 12.02: Population 2,218 Information obtained from Census Reporter: httD://censusreaorter.ora/profiles/14000US 19061001104-census-tract-1104-du buaue-ia/ End of Section 2.0 3.0 PROJECT SCOPE OF SERVICES The Transit Division currently has $250,000 in funding available to complete the project which includes data collection, transit service and land usage analysis, public and stakeholder engagement, and development of a master plan. It is vital the City to receives a high -quality plan built upon a robust stakeholder engagement process. The following outline represents the minimum components for this project. The Consultant should describe the means or strategy by which they will satisfy the Scope of Services, or at the Consultant's preference provide an alternative or second additional hybrid strategy that would improve the results of this project. If a hybrid strategy is being recommended by the Consultant, the Consultant should detail what processes and methods will be used to make the project better. The Scope of Work for the Project to be performed by the Consultant will include the following: 1. Data Collection and Needs Assessment a. Review and assess existing and future conditions for multimodal transportation. b. Collect economic and demographic data. c. Review planning efforts to incorporate, plans and studies include but are not limited to: ■ Dubuque City Council Vision, Mission and Priorities List ■ Climate Master Plan ■ Move DBQ: Ride, Park, Walk, Roll ■ Historic Millwork District Master Plan ■ Dubuque 2017 — Imagine Dubuque Comprehensive Plan ■ Dubuque 2021 Community Equitable Poverty Reduction & Prevention Plan ■ DMAT 2050 Long Range Transportation Plan For links to additional information, see Appendix E Project -Related Data. 2. Transit Service Analysis a. Evaluate existing and planned transit services with recommended alternatives based on demand. 0 Page 351 of 1019 b. Assess accessibility of bus routes, stops, and shelters and propose enhancements taking social fairness into consideration. c. Recommend route changes to better serve areas of persistent poverty (AoPP) and historically disadvantaged tracts changes or improvements can include employment opportunities, social opportunities, and educational opportunities. d. Ensure the system meets the needs of individuals who lack access to employment, education, health care, and other vital destinations. e. Evaluate a route to the Dubuque Regional Airport and Department of Motor Vehicles for the general public. f. Evaluate the potential for the Transit Division to offer fare -free options to all passengers on the fixed route and paratransit services. ■ Also evaluate how going fare -free would affect routes and ridership. g. Assess if the City has any possible food deserts and how the Transit Division can help counteract or eliminate them. h. Assess the hours of service adequately serve the public using The Jule's fixed route and paratransit services. i. Review current Transit Division equipment and planning technology and offer suggestions for improvements and efficiencies. j. Determine if the Transit Division has appropriate staffing for current and proposed operations. k. Complete National Environmental Policy Act (NEPA) compliance reviews and approved environmental documents that satisfy Federal Transit Administration (FTA) requirements. I. Identify financing sources and perform cash flow analyses for potential revenue sources. 3. Land Usage Analysis a. Evaluate existing land use conditions taking the following into consideration: ■ Transit -oriented development (TOD) ■ Complete streets ■ Bicycle and pedestrian access ■ All modes of mobility and design for fair access and involvment of all residents and identify transportation alternatives. b. Identify development that has the highest potential for success based on local market conditions and trends. ■ Take into account market and demographic information. c. The City is currently updating its unified development code (UDC). The UDC regulates zoning, subdivisions, signs, site development, and historic preservation in the City of Dubuque. ■ For a link to additional information, see Appendix E Project -Related Data. 4. Public and Stakeholder Engagement a. Outline public and stakeholder outreach strategies to best engage the following groups: ■ Steering committee ■ General public 7 Page 352 of 1019 ■ Area businesses ■ Non-profit organizations ■ Neighborhood association groups ■ Transit action groups ■ Schools ■ Elected officials. 5. Master Plan a. Use data and information gathered to develop a master plan with recommendations to increase access to and interest in transit with the following considerations: ■ Land use ■ Social fairness ■ Accessibility ■ Sustainability ■ Climate impact ■ Budget analysis ■ Operations analysis ■ Financial feasibility. End of Section 3.0 ----- 4.0 PROPOSAL REQUIREMENTS The Proposal should address all the points outlined in this request for proposal (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 Consultant's capabilities to satisfy the requirements of this RFP. 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 minimum criteria against which the proposal will be evaluated. No faxed or printed proposals will be accepted. The proposal must be a document of not more than eighteen (18) numbered 8-1/2 x 11-inch pages, with the exception of the project schedule which may be presented in 11 x 17-inch format, and not including the letter of transmittal, index, dividers, and the front and back covers. Any proposals exceeding eighteen (18) numbered pages will not be considered. Any information submitted via hyperlink will not be reviewed and considered for this proposal. For more information on submission requirements, see Section 8.0 Submission Requirements. Page 353 of 1019 1. Letter of Transmittal Provide a letter of transmittal briefly outlining the Consultant's understanding of the work and list the Project Manager's: Name, Address, Office Telephone Number, Mobile Telephone Number, Email Address. The name that is provided for the Project Manager will be used as the primary contact person during the RFP evaluation process. 2. Index The proposal shall contain a table of contents that delineates each section and the corresponding page number. 3. Profile of Consultant Provide general information about the Consultant, along with its area of expertise and experience as it relates to this RFP. Describe the experience and success of the Consultant in working on similar projects. State the size of the Consultant, the size of the Consultant's professional staff, and the location of the office(s) from where the work on this project will be performed. If Sub -Consultants will be utilized, provide similar profile information. 4. Project Team Qualifications Provide the names of all members of the project team associated with this project. Specifically identify the supervisory and management staff including principals, the project manager, and technical experts who would be assigned to this project. For each project team member, provide a brief summary of their qualifications and experience. List any relevant training, continuing or professional education, or awards. Also describe any relevant experience and success of the project team members proposed for the Dubuque project who have previously worked on similar projects together. Specifically list successful experiences working on master plans for clients like Dubuque. Include a flow chart that shows the communication path between the City and Consultant. Include all project team members on the flow chart and show the supervisory relationship between all members of the team. Be sure to include all Sub - Consultant staff on the project team flow chart. Provide the name and location of other sub -consulting firms that would be used by the Consultant during the project and the approximate percentage of the work that would be performed by each of these firms. Provide the qualifications and experience of all Sub - Consultant staff working on the project. In submitting the proposal, the prospective Consultant is representing that each person listed or referenced in the proposal shall be available to perform the services as described. The Project Manager, principals, management, and other project team staff may be changed in accordance with the requirements described in Appendix C, Section 4. Substitution of Project Team Members. 0 Page 354 of 1019 Provide at least three (3) client references (include individual contact names, email addresses, and telephone numbers) for similar projects that have been completed by the Consultant in the past five (5) years. List the names of individuals on the project team proposed for the Dubuque project who have worked on the client reference projects. 5. Project Capacity/Workload Discuss the Consultant's ability to integrate this project into their current workload. Include a statement to specify if the Consultant has the capacity to undertake the project or whether it intends to hire additional staff or partner with Sub -Consultants. 6. Scope of Services Describe the means or strategy by which the Consultant would satisfy the scope of services for the currently approved budget. For more information, see Section 3.0 Project Scope of Services. Include a basic work plan for each strategy that delineates the Consultant's approach to the completion of the project. The work plan, at a minimum, should include the major components outlined in Section 3.0 Project Scope of Services of this RFP. The Consultant should indicate in the work plan the scope items they expect to be completed by the City. Highlight any parts of the work plan that will reflect the Consultant's unique philosophy or insight regarding its approach to this project and how this approach positively impacts the successful completion of this project. 7. Proposed Project Schedule Provide a project schedule outlining the time durations and estimated completion dates for each major scope component. The schedule should list all points that are listed in Section 3.0. 8. Understanding of Final Contract Terms The Proposer should provide a statement that indicates they have read and understand Appendix C City of Dubuque Contract Terms and Conditions and agree to include the clauses that are listed in Appendix C in the final signed contract. Any exceptions to the Contract Terms and Conditions by the Consultant must be clearly stated in the submitted proposal. 9. Certificate of Insurance The Consultant should provide a statement indicating that they will be able to meet the City's insurance requirements for professional services should they be selected. (See Appendix D Insurance Requirements.) Submittal of insurance documents as part of this RFP is not required. 10 Page 355 of 1019 10. Fees and Compensation Provide a proposed fixed cost, plus reimbursable expenses budget for each strategy proposed to complete the requested scope of services. Breakdown costs by major scope element and include a list of hourly rates for personnel assigned to this project. Any costs associated with public input, must be clearly outlined including the number of virtual and in -person meetings and surveys. Quotation of fees and compensation shall remain firm for a period of at least ninety (90) days from the RFP submission deadline. • Remember to separate the proposed budget from the other portion of the RFP submittal. Initial screening will be completed without knowledge of the Consultant's proposed fee for services. End of Section 4.0 5.0 CONTRACT TERMS AND CONDITIONS City of Dubuque Standard Contract Documents and Forms apply to this Project and are incorporated hereinafter by reference and are attached as appendix C to this request for proposal (RFP). --------------------------------------------- End of Section 5.0-------------------------------------------- 6.0 PROPOSAL QUESTIONS AND ANSWERS If you have any questions concerning the proposal, or other technical questions, please submit an email with your requests to the City's designated Project Manager. The City has made considerable efforts to ensure an accurate representation of the information in this request for proposal (RFP). Each Consultant 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 or email) as an officially numbered and titled addendum to the RFP by the City. Any questions concerning the proposal must be received before 2:00 p.m. CST on January 21, 2026. Any inquiries received after this date will not be answered. When submitting a question to the Project Manager, please include the appropriate contact information. Responses to questions will be posted on January 28, 2026 to all Consultants. From the date of issuance of this RFP until final City award of this contract, the Consultant 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's Project Manager identified in this section. Violation of this requirement will be considered a violation of the rules and be grounds for disqualification of the Consultant's proposal. 11 Page 356 of 1019 Project Manager contact information is as follows: Joey Lueck Project Manager City of Dubuque Transit Division 950 Elm St Dubuque, IA 52001 Office: (563) 589-4228 Email: jlueck(a)cityofdubuaue.org Consultants shall submit proposals to the Project Manager. End of Section 6.0 ----- 7.0 PUBLIC RECORDS AND REQUESTS FOR CONFIDENTIAL TREATMENT The City shall treat all information submitted by a Consultant as public records unless the Consultant properly requests that specific parts of the proposal be treated as confidential at the time of submission AND, in the opinion of the City or the City's counsel, the information is in fact confidential under Iowa or other applicable law. The City's release of public records is governed by Iowa Code Chapter 22. Consultants are encouraged to familiarize themselves with Chapter 22 before submitting a proposal. The City will copy and produce public records as required to comply with Chapter 22 or other applicable laws, and no prior notice of the release of any public record will be provided to any Consultant. Any request for confidential treatment of information must be included in the transmittal letter with the Consultants' proposal. For each confidentiality request, the Consultants must (1) enumerate the specific grounds in Iowa Code Chapter 22 or other applicable law that supports treatment of the material as confidential; (2) provide adequate justification as to why the material should be maintained in confidence; (3) explain why disclosure of the material would not be in the best interest of the public; and (4) set forth the name, address, telephone number, and email address for the person authorized by the Consultant to respond to inquiries by the City concerning the confidential status of such material. Requests to maintain an entire proposal as confidential will result in the entire proposal being rejected as non -responsive. A request for confidentiality that does not comply with this section or a request for confidentiality of information or material which cannot be held in confidence as set forth herein are grounds for rejecting a proposal as non -responsive. Any proposal submitted which contains information for which the Consultant is requesting confidential treatment must be conspicuously marked by the Consultant as containing confidential information, and each page upon which confidential information appears must be conspicuously marked as containing confidential information. Failure to properly identify 12 Page 357 of 1019 specific information as confidential shall be deemed to constitute the Consultants consent to public disclosure of part or all of any such information. If the Consultant designates any portion of its proposal as confidential, the Consultant must submit a version of its proposal labeled as "Public Copy" and from which the confidential information has been excised. The confidential information must be excised in such a way as to allow the public to determine the general nature of the material removed and to retain as much of the proposal as reasonably possible. If the City receives a request for information that includes information the Consultant has marked as confidential and the City believes it is required to release the information so intends to release such information, the City will give written notice to the Consultant at least seven (7) calendar days prior to the release of the information to allow the Consultant to seek injunctive relief pursuant to Iowa Code § 22.8. The City shall not be required to seek injunctive relief or otherwise take any legal action for or on behalf of any Consultant. After seven (7) calendar days, the City may release the information marked confidential unless a court of competent jurisdiction determines the information to be exempt from disclosure under Iowa Code Chapter 22 or other applicable law. Except as otherwise provided herein: if the Consultant fails to comply with the request process set forth herein; if the Consultants request for confidentiality is unreasonable, as determined in the sole discretion of the City or the City's counsel; or if the Consultant rescinds its request for confidential treatment, then the City may release such information or material with or without providing advance notice to the Consultant and with or without affording the Consultant the opportunity to obtain an order restraining its release. The Consultants' failure to request confidential treatment of material will be deemed a waiver of any right to confidentiality the Consultant may have had. End of Section 7.0 8.0 SUBMISSION REQUIREMENTS Before submitting a proposal, each Consultant 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: February 11, 2026 before 2:00 p.m. CST • Submittal Location: Via email to: bug ue.org • Submittal Copies: Proposals: one electronic PDF file shall be provided. Consultant Fees: one electronic PDF file shall be provided. Name all files using the following format: • Company Name_Planning Study_Proposal.pdf • Company Name —Planning Study_Project Cost Estimate.pdf 13 Page 358 of 1019 No faxed or printed proposals will be accepted. The proposal must be a document of not more than eighteen (18) numbered 8-1/2 x 11-inch pages, with the exception of the project schedule which may be presented in 11 x 17-inch format, and not including the letter of transmittal, index, dividers, and the front and back covers. Any proposals exceeding eighteen (18) numbered pages will not be considered. Each addendum shall be acknowledged in the Letter of Transmittal by providing the addendum number and title. Failure to acknowledge each addendum will be considered grounds for possible disqualification. It is solely the Consultant's responsibility to ensure that all addendums to this request for proposal (RFP) have been received before submitting the proposal. The original proposal document shall be signed by an officer of the Firm who is authorized to legally bind the Proposer to its provisions. Proposals shall contain a statement indicating the period during which the proposal will remain valid. A period of no less than ninety (90) calendar days from the proposal closing date is required. Each Consultant assumes full responsibility for delivery of the required proposal documents on or before the deadline. Any proposal received after the submittal deadline will not be considered. The City is not responsible for any loss or delay with respect to delivery of the proposal. The City of Dubuque is not liable for any costs incurred by any Consultant 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. Upon receiving this RFP, we request that you complete the "Receipt of Proposal Acknowledgement" and "No Response Reply" information contained on the first page of this document and return it to the City's Project Manager by regular mail or email so the City can ensure that each Consultant has received this RFP. The City of Dubuque appreciates your time and consideration of this RFP. Respectfully, Joey Lueck Project Manager Transit Division City of Dubuque End of Section 8.0 14 Page 359 of 1019 TRANSIT DIVISION PLANNING STUDY TO OPTIMIZE BUS ROUTES, IDENTIFY POTENTIAL SERVICE CHANGES, AND IDENTIFY APPROPRIATE EQUIPMENT AND FACILITY NEEDS THE C DUUB-&FE Masterpiece on the Mississippi Request for Proposal (RFP) Transit Division December 17, 2025 Appendix A Consultant Evaluation and Selection Process 15 Page 360 of 1019 INITIAL EVALUATION CRITERIA Proposals will be screened to ensure that they meet the minimum requirements of the proposal format. A Selection Committee will review qualifying proposals and select Consultants for placement on the Consultant short-list for the project. The following criteria are among those that will be used to initially evaluate submitted proposals: 1. A high level of professional competence and a proven track record in the preparation and implementation of master plans or similar (20% of Evaluation): a. Qualifications and experience of the Consultant and any Subconsultants. b. Demonstration of the project team's professional expertise and technical abilities. c. If a joint venture with Sub -Consultants, the track records of the Consultants experience working together. d. Experience of the Consultant working on municipal projects. e. Experience of the Consultant working on municipal projects with Federal Transit Administration (FTA) and Department of Transportation (DOT) regulations and guidelines. f. Experience of the Consultant working on multi -modal mobility projects. g. Experience of the Consultant working with municipal budget scenarios. 2. Quality and completeness of the written proposal. The proposal should clearly demonstrate an understanding of the City's overall objectives, fair practices in public transportation services, and a realistic and strategic plan for more effective use of fixed route buses and a better utilization of the bus system. (20% of Evaluation) 3. Design approach/methodology for completing the scope of services such as (20% of Evaluation): a. Grasp of project requirements and level of interest in the project. b. Creativity and problem -solving ability. c. Ability of Consultant team to demonstrate initiative, motivation, and knowledge as an indication of their desire to work with the City of Dubuque. 4. Ability to adhere to proposed schedule required to complete project. (10% of Evaluation) a. Ability of Consultant to adhere to completed projects, based on provided examples. 5. Proven experience leading stakeholder engagement activities in a dynamic and engaging way that effectively reaches many community groups where they are at. Ability to provide a highly qualified project team that has experience with all aspects covered by this request for proposal's (RFP's) scope of work, who can draw on significant institutional knowledge to bring innovative solutions to the project, and who effectively can build connections with all types of mobility users. (30% of Evaluation) CONSULTANT SHORT-LIST EVALUATION CRITERIA A Selection Committee may choose to interview one (1) or all of the short-listed Consultants. Both the original submitted proposals, and the results of any Consultant interviews will be used to select the final Consultant for the project. The following criteria are among those that will be used to evaluate the Consultants on the short-list: 16 Page 361 of 1019 A high level of professional competence and a proven track record in the preparation and implementation of master plans or similar (15% of Evaluation): a. Qualifications and experience of the Consultant and any Sub -Consultants. b. Demonstration of the project team's professional expertise and technical abilities. c. If a joint venture with Sub -Consultants, the track records of the Consultants experience working together. d. Experience of the Consultant working on municipal projects. e. Experience of the Consultant working on municipal projects with Federal Transit Administration (FTA) and Department of Transportation (DOT) regulations and guidelines. f. Experience of the Consultant working on multi -modal mobility projects. g. Experience of the Consultant working with municipal budget scenarios. h. Overall success of past projects completed for the City of Dubuque. 2. Quality and completeness of the written proposal. The proposal should clearly demonstrate an understanding of the City's overall objectives, fair practices in public transportation services, and a realistic and strategic plan for more effective use of fixed route buses and a better utilization of the bus system. (15% of Evaluation) 3. Design approach/methodology in completing scope of services such as (15% of Evaluation): a. Grasp of project requirements and level of interest in the project. b. Creativity and problem -solving ability. c. Ability of Consultant team to demonstrate initiative, motivation, and knowledge as an indication of their desire to work with the City of Dubuque. d. Superior project management capabilities. 4. Responsiveness and compatibility between the Consultant and City (20% of Evaluation): a. General attitude and ability to communicate and be a high -quality team player. b. Ability of the Consultant to maintain a high level of direct interaction and communication with city staff and steering committee. c. Ability to listen, be flexible, and follow and/or implement direction and/or ideas or concepts. d. How the Consultant team interacts with the general public, city staff, steering committee, and public officials. 5. Ability to adhere to proposed schedule required to complete the project (10% of Evaluation). a. Ability of Consultant to adhere to completed projects, based on provided examples. 6. Proven experience leading stakeholder engagement activities in a dynamic and engaging way that effectively reaches many community groups where they are at. Ability to provide a highly qualified project team that has experience with all aspects covered by this RFP's scope of work, who can draw on significant institutional 17 Page 362 of 1019 knowledge to bring innovative solutions to the project, and who effectively can build connections with all types of mobility users. (25% of Evaluation) SELECTED CONSULTANT - FEE NEGOTIATION PROCESS Upon the successful completion of the Consultant review process, the RFP Selection Committee will recommend to the City Manager, the awarding of a contract to the highest ranked Consultant. The Selection Committee will also request authority to negotiate with the recommended Consultant a final scope of work and fee structure for the project. After authority is granted to negotiate an agreement and execute a contract with a Consultant, the Consultant shall prepare an industry standard Work Breakdown Structure (WBS) to reflect the Consultant's approach to the completion of the project. The WBS, at a minimum, should include work tasks for each of the components outlined in the RFP, a separate line item for each deliverable, and list project management as a separate task. No individual task on the WBS shall have a total value exceeding $5,000. The Consultant shall indicate in the WBS the work tasks that will be completed by city staff. The format of the WBS shall summarize the fixed fee for each task listed, plus individually list in a separate section any associated reimbursable expenses that would specifically relate to this project. An example WBS may be obtained from the City if desired. Once the selected Consultant has prepared the WBS, the City and the Consultant will meet and the final scope of work for the project will be negotiated by joint revision to the WBS in order to best meet the goals of the project while considering available funding. During the negotiation process, tasks to be completed by city staff, work reassignment to different project team members, and the addition or elimination of tasks may be modified on the WBS in order to achieve the best overall results for the project. The selected Consultant shall be responsible for updating the WBS to reflect any changes that were agreed to during negotiations. After the final scope of services has been determined, a fee has been negotiated, and the WBS has been finalized, the Consultant shall incorporate the WBS into the contract documents being prepared for signature. If a contract satisfactory and advantageous to the City can be negotiated at a price considered fair and reasonable, the award shall be made to that Consultant. Otherwise, negotiations with the Consultant ranked first shall be formally terminated and negotiations commenced with the Consultant ranked second, and so on until a contract can be negotiated that is acceptable to the City. Upon the successful completion of contract negotiations, the Selection Committee shall recommend that the City Manager execute a contract with the successful Consultant. The City Manager will in turn make a decision to execute the contract with a Consultant. Page 363 of 1019 Payment for Work: The Consultant awarded the contract shall be paid once monthly. The invoiced amount shall be based on the Earned Value of the percent work completed as reported on the most recently updated and submitted WBS. 19 Page 364 of 1019 TRANSIT DIVISION PLANNING STUDY TO OPTIMIZE BUS ROUTES, IDENTIFY POTENTIAL SERVICE CHANGES, AND IDENTIFY APPROPRIATE EQUIPMENT AND FACILITY NEEDS THE C DUUB-*TE Masterpiece on the Mississippi Request for Proposal (RFP) Transit Division December 17, 2025 Appendix B RFP Rules and Protest Procedure 20 Page 365 of 1019 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 Consultants an advantage or benefit not enjoyed by other prospective Consultants. 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 has recommended that a contract be negotiated with the recommended Consultant. However, after authorization has been granted to negotiate a contract, all contents of the submitted proposals shall become public information. DEFINITIONS The City has established for the purposes of this request for proposal (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 proposal but may result in being considered as not in the best interest of the City. DISPUTES/EXCEPTIONS Any prospective Proposer who disputes the reasonableness or appropriateness of any item within this RFP document, any addendum to this RFP document, notice of award or notice of rejection shall set forth the specific reason and facts concerning the dispute, in writing, within five (5) business days of the receipt of the proposal document or notification from the City. The written dispute shall be sent via certified mail or delivered in person to the point of contact set forth in Section 6.0 Proposal Questions and Answers, who shall review the written dispute and work with the City Manager to render a decision which shall be considered final. 21 Page 366 of 1019 TRANSIT DIVISION PLANNING STUDY TO OPTIMIZE BUS ROUTES, IDENTIFY POTENTIAL SERVICE CHANGES, AND IDENTIFY APPROPRIATE EQUIPMENT AND FACILITY NEEDS THE C DUUB-&FE Masterpiece on the Mississippi Request for Proposal (RFP) Transit Division December 17, 2025 Appendix C City of Dubuque Contract Terms and Conditions 22 Page 367 of 1019 TERMS AND CONDITIONS The following clauses shall be included in the final signed contract: 1. CONSULTANT'S ENDORSEMENT ON PLANS. The Consultant shall endorse the completed study prepared under this Agreement. 2. CHANGE IN SCOPE OF SERVICES. No change in scope shall be permitted during this project without the prior written agreement of both parties and the WBS being updated. 3. EXTRA WORK. The Consultant shall monitor the approved project budget in relation to the specific tasks included in the approved scope of work and evaluate the work effort expended as it relates to the approved budget. Should additional work be required for a task beyond the currently authorized scope and budget, the Consultant shall submit in writing a request for additional compensation which will be considered by the City. If approved by the City, the Consultant shall not commence work on the extra work until the City has provided written approval of the request for additional compensation. 4. SUBSTITUTION OF PROJECT TEAM MEMBERS. The Project Manager, partners, management, other supervisory staff and technical specialists proposed for the project may be changed if those personnel leave the Consultant. These personnel may also be changed for other reasons however, in either case, the City retains the right to approve or reject the replacements and no replacements shall begin working on the project without the express, prior written permission of the City of Dubuque. 5. INSURANCE. Consultant shall at all times during the performance of this Agreement provide insurance as required by the attached Insurance Schedule. 6. INDEMNIFICATION. To the fullest extent permitted by law, Consultant shall indemnify and hold harmless the City, its officers, agents, 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 (other than the Project itself) including loss of use resulting therefrom, but only to the extent caused in whole or in part by negligent acts or omissions of the Consultant, Consultant's sub -contractor, or anyone directly or indirectly employed by Consultant or Consultant sub- contractor or anyone for whose acts Consultant or Consultant's sub -contractor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. 23 Page 368 of 1019 7. TERMINATION. City may terminate this agreement, with or without cause, upon providing 14 days written notice to the Consultant. 8. ERRORS & OMISSIONS. In the event that the work product prepared by the Consultant is found to be in error and revision or reworking the work product is necessary, the Consultant agrees that it shall do such revisions without expense to the City, even though final payment may have been received. The Consultant must give immediate attention to these changes so there will be a minimum of delay during Implementation. The above and foregoing is not to be constructed as a limitation of the City's right to seek recovery of damages for negligence on the part of the Consultant herein. 9. OWNERSHIP OF WORK PRODUCT DOCUMENTS. All sketches, tracings, plans, specifications, reports on special studies and other data prepared under this Agreement shall become the property of the City and shall be delivered to the Project Manager upon completion of the plans or termination of the services of the Consultant. There shall be no restriction or limitations on their future use by the City, except any use on extensions of the project or on any other project without written verification or adaptation by the Consultant for the specific purpose intended will be the City's sole risk and without liability or legal exposure to the Consultant. The City acknowledges the Consultant's plans and specifications, including all documents on electronic media, as instruments of professional service. Nevertheless, the plans and specifications prepared under this Agreement shall become the property of the City upon completion of the services and payment in full of all moneys due to the Consultant. The City and the Consultant agree that any electronic files prepared by either party shall conform to the specifications listed in Section 8.0 of the contract. Any change to these specifications by either the City or the Consultant is subject to review and acceptance by the other party. Additional efforts by the Consultant made necessary by a change to the CADD software specifications shall be compensated for as Additional Services. The City is aware that significant differences may exist between the electronic files delivered and the respective Implementation documents due to addenda, change orders or other revisions. In the event of a conflict between the signed Implementation documents prepared by the Consultant and electronic files, the signed Implementation documents shall govern. The City may reuse or make modifications to the plans and specifications, or electronic files while agreeing to take responsibility for any claims arising from any modification or unauthorized reuse of the plans and specifications. 10.SUBLETTING, ASSIGNMENT OR TRANSFER. Subletting, assignment, or transfer of all or part of the interest of the Consultant in this Agreement is prohibited unless written consent is obtained from the Engineer and approved by the City. 24 Page 369 of 1019 TRANSIT DIVISION PLANNING STUDY TO OPTIMIZE BUS ROUTES, IDENTIFY POTENTIAL SERVICE CHANGES, AND IDENTIFY APPROPRIATE EQUIPMENT AND FACILITY NEEDS THE CITY OF DUB E Masterpiece on the Mississippi Request for Proposal (RFP) Transit Division December 17, 2025 Appendix D Insurance Requirements 25 Page 370 of 1019 City of Dubuque Insurance Requirements for Professional Services INSURANCE SCHEDULE J shall furnish a signed certificate of insurance to the City of Dubuque, Iowa 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. Each certificate shall include a statement under Description of Operations as to why the certificate was issued. Eg: Project # 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 shall be furnished to the Finance Department of the City of Dubuque. 4. Failure to provide coverage required by 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 agreement. 5. Contractors shall require all subconsultants and sub-subconsultants to obtain and maintain during the performance of work insurance for the coverages described in this Insurance Schedule and shall obtain certificates of insurances from all such subconsultants and sub-subconsultants. Contractors agree that they shall be liable for the failure of a subconsultant and sub- subconsultant to obtain and maintain such coverages. The City may request a copy of such certificates from the Contractor. 6. All required endorsements shall be attached to the certificate. The certificate is due before the contract/agreement can be approved. 7. Whenever a specific ISO form is listed, required the current edition of the form must be used, or an equivalent form may be substituted if approved by the Director of Finance and Budget and subject to the contractor identifying and listing in writing all deviations and exclusions from the ISO form. 8. Contractors shall be required to carry the minimum coverage/limits, or greater if required by law or other legal agreement, in Exhibit I. If the contractor's limits of liability are higher than the required minimum limits then the provider'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 agreement, subject to mutual agreement of the parties. Page 1 of 4 Schedule J Professional Services January 2023 26 Page 371 of 1019 City of Dubuque Insurance Requirements for Professional Services INSURANCE SCHEDULE J (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 endorsement indicating that coverage is primary and non-contributory. 3) Include Preservation of Governmental Immunities Endorsement. (Sample attached). 4) 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 26. 5) Policy shall include Waiver of Right to Recover from Others endorsement. 6) Policy shall include cancellation and material change endorsement providing thirty (30) days advance written notice of cancellation, non -renewal, reduction in insurance coverage and/or limits and ten (10) days written notice of non-payment of premium shall be sent to: City of Dubuque Finance Department, 50 West 13"' Street Dubuque, Iowa 52001. B) 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. C) WORKERS' COMPENSATION & EMPLOYERS LIABILITY Page 2 of 4 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. 27 Schedule J Professional Services January 2023 Page 372 of 1019 City of Dubuque Insurance Requirements for Professional Services 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 Workers' Compensation Insurance Commissioner, as required by Iowa Code Section 87.22. Completed form must be attached. D) UMBRELLA/EXCESS LIABILITY $1,000,000 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 but not limited to Waiver of Subrogation and Primary and Non- contributory in favor of the City. E) PROFESSIONAL LIABILITY $2,000,000 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. F) CYBER LIABILITY/BREACH $1,000,000 Page 3 of 4 Yes 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. Schedule J Professional Services January 2023 Page 373 of 1019 City of Dubuque Insurance Requirements for Professional Services 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 Chance 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 J Professional Services January 2023 29 Page 374 of 1019 TRANSIT DIVISION PLANNING STUDY TO OPTIMIZE BUS ROUTES, IDENTIFY POTENTIAL SERVICE CHANGES, AND IDENTIFY APPROPRIATE EQUIPMENT AND FACILITY NEEDS THE CITY OF DUB E Masterpiece on the Mississippi Request for Proposal (RFP) Transit Division December 17, 2025 Appendix E Project -Related Data 30 Page 375 of 1019 Links to Project -Related Data (but not limited to) 1. The Jule Operations and Transit Services Information: • https://www.citvofdubugue.org/274/Transit 2. Dubuque City Council Vision, Mission and Priorities List • https://www.citvofdubugue.org/72/Goals-Priorities 3. Climate Action Plan: • https://www.cityofdubuque.org/l374/50-by-2030-Plan 4. Move DBQ: Ride, Park, Walk, Roll: • https://www.cityofdubugue.org/movedbg 5. Historic Millwork District Master Plan: • https://www.cityofdubuque.org/DocumentCenter/View/45950/Millwork-District-Master- Plan- 6. University of Dubuque Investment in Edward Babka Aviation Learning Center: • https://www.dbg.edu/NewsEvents/News/University-of-Dubuque-Plans-Significant- Investment-in-Babka-Aviation-Learning-Center-to-Support-Expo.cfm 7. University of Dubuque Pursues Opening New Medical School: • https://www.dbg.edu/NewsEvents/News/UD-Pursues-Opening-the-First-New-Medical- School-in-Iowa-in-Over-125-Years.cfm 8. Dubuque 2017 - Imagine Dubuque Comprehensive Plan: • https://www.cityofdubugue.org/2432/Imagine-Dubuque 9. Dubuque 2021 Community Equitable Poverty Reduction & Prevention Plan: • https://www.citvofdubugue.org/2974/Equitable-Poverty-Reduction-Prevention-P 10. DMAT 2050 Long Range Transportation Plan: • https://www.eciatrans.orq/pdf/DMATS/Organizational%201nformation/Planning%2ODocu ments/DMATS%20LRTP%202050%20Adopted%2010-14-21.pdf 11. City of Dubuque to Update Unified Development Codes (UDCs): • https://www.cityofdubugue.org/3228/Unified-Development-Code-Update 31 Page 376 of 1019