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