Smart Parking & Mobility Management Plan: Mobile License Plate Recognition System Request to Distribute RFPCity of Dubuque
City Council
ACTION ITEMS # 6.
Copyrighted
March 2, 2026
ITEM TITLE: Smart Parking & Mobility Management Plan: Mobile License
Plate Recognition System Request to Distribute RFP
SUMMARY: City Manager recommending City Council approval to
distribute a Request for Proposal (RFP) to secure a vendor
for Mobile License Plate Recognition Enforcement (Mobile
LPR) System for Parking Enforcement Officers (PEOs) as
part of the Smart Parking & Mobility Management Plan
Development and Implementation Project.
SUGGUESTED Receive and File; Approve
DISPOSITION:
ATTACHMENTS:
1. MVM Memo Smart Parking & Mobility Management Plan Mobile LPR System
Request to Distribute RFP
2. Staff Memo LPR RFP
3. City of Dubuque LPR RFP_2026-02-23
Page 816 of 939
Dubuque
THE CITY OF
uFA�a9a av
DuBE
13
Masterpiece on the Mississippi zoo�•*o
rP PP 2017202019
TO: The Honorable Mayor and City Council Members
FROM: Michael C. Van Milligen, City Manager
SUBJECT: Smart Parking & Mobility Management Plan: Mobile License Plate
Recognition System Request to Distribute RFP
DATE: February 26, 2026
Director of Transportation Services Ryan Knuckey is recommending City Council
approval to distribute a Request for Proposal (RFP) to secure a vendor for Mobile
License Plate Recognition Enforcement (Mobile LPR) System for Parking Enforcement
Officers (PEOs) as part of the Smart Parking & Mobility Management Plan Development
and Implementation Project.
The scope of the RFP requires smart parking & mobility systems that serve the
downtown Dubuque area which will be economically sustainable for the City balanced
with improving downtown business vitally.
The Parking Department estimates the Mobile LPR System will cost $150,000
depending on proposals submitted. Funds will come from the Smart Parking System
Capital Improvement Project (CIP) (4683000005-305-67990).
I concur with the recommendation and respectfully request Mayor and City Council
approval.
Y
Mic ael C. Van Milligen
MCVM:sv
Attachment
cc: Crenna Brumwell, City Attorney
Cori Burbach, Assistant City Manager
Ryan Knuckey, Director of Transportation Services
Jenny Larson, Chief Financial Officer
Gus Psihoyos, City Engineer
Joe Pregler, Chief Information Officer
Jill Connors, Economic Development Director
Russ Stecklein, Operation Supervisor — Parking Division
Antonio Mouzon, Office of Community Impact Director
Justine Hull, Traffic Engineer
Jim Bousley, Project Manager
Page 817 of 939
THE COF
DiU!B E
Masterpiece on the Mississippi
TO: Michael C. Van Milligen - City Manager
FROM: Ryan Knuckey — Director of Transportation Services
Dubuque
*Aoeriea &ly
�RfUN4LCNl; ltxlx:
2007-2012.2013
2017*2019
SUBJECT: Smart Parking & Mobility Management Plan: Mobile LPR System Request
to Distribute RFP
DATE: February 23, 2026
INTRODUCTION
The purpose of this memorandum is to request City Council approval to distribute a
Request for Proposal (RFP) to secure a vendor for Mobile License Plate Recognition
Enforcement (Mobile LPR) System for Parking Enforcement Officers (PEOs) as part of
the Smart Parking & Mobility Management Plan Development and Implementation
Project.
BACKGROUND
The Dubuque Main Street, Central Avenue Corridor areas and Historic Millwork District
make up a majority of the core downtown business district in Dubuque. Having
convenient, available parking in downtown Dubuque is a concern for many local
employers, property developers, and residents. A lack of available parking spaces can
lead to employees, customers, tenants, and homeowners walking undesirable distances
between open parking spaces and their final destinations.
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
parking and smart transportation technology, and identify future opportunities for
efficiencies.
The guiding principles developed for the Smart Parking & Mobility Management Plan
Development include:
• Parking is a key ingredient for keeping the downtown economically viable.
• Parking needs to be a partnership between the public and private sectors.
• Fair and accessible 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 recreation opportunities.
Page 1 of 3
Page 818 of 939
• Parking access and any updated policies need to meet the needs of a diverse
group of users.
• Parking must be fully integrated with Transit and other forms of transportation
system mobility in order to maximize efficiencies and customer experience.
• Parking and transportation mobility is not free, and an updated revenue fee
structure needs to be established.
• Parking 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, parking, and subsequent modes of travel to
final points of destination must feel safe for customers.
• A business strategy that works in a post -pandemic environment needs to be
developed.
The scope of the RFP requires smart parking & mobility systems that serve the
downtown Dubuque area which will be economically sustainable for the City balanced
with improving downtown business vitally.
DISCUSSION
City staff recommends moving forward with the RFP for a Mobile LPR system for our
PEOs. The RFP outlines requirements the Parking Department is looking for and allows
the vendors to propose alternative approaches as long as they meet minimum
requirements of the RFP. The end solution must also be able to integrate with the Pay
by Plate Multi -Space Meter (PbP MSM) RFP and be able to fully integrate with AIMS,
our parking management software.
Schedule for the Mobile LPR System RFP Distribution and Vendor Selection:
- RFP Issue Date
March 4, 2026
- Questions Deadline
April 1, 2026, before 10:00 AM
- RFP Submittal Deadline
April 8, 2026, before 2:00 PM
- Consultant Interviews
April 20, 2026
- Recommendation to City Manager
May 13, 2026
- Project Start Date
June 29, 2026
- Completion of Work
July 29, 2026
The recommended review committee for the submitted proposal is as follows:
• Ryan Knuckey, Director of Transportation Services
• Joe Pregler, Chief Information Officer
• Jill Connors, Economic Development Director
• Russ Stecklein, Operation Supervisor — Parking Division
• Corinne Rothblum, Economic Mobility Special Assistant
• Antonio Mouzon, Office of Community Impact Director
• Justine Hull, Traffic Engineer
• Jim Bousley, Project Manager
• Representative from Walker Consultants
Page 2of3
Page 819 of 939
RECOMMENDATION
It is recommended that the City distribute the Smart Parking & Mobility Management
Plan Development and Implementation Project Mobile LPR System RFP and solicit
proposals from qualified vendors to provide the requested professional services.
BUDGETIMPACT
The Parking Department estimates the Mobile LPR System will cost $150,000
depending on proposals submitted. Funds will come from the Smart Parking System
Capital Improvement Project (CIP) (4683000005-305-67990).
ACTION TO BE TAKEN
I respectfully request City Council authorization to release the RFP for the Mobile LPR
System.
cc: Jenny Larson — Chief Financial Officer
Gus Psihoyos - City Engineer
Joe Pregler - Chief Information Officer
Jill Connors - Economic Development Director
Russ Stecklein - Operation Supervisor — Parking Division
Antonio Mouzon - Office of Community Impact Director
Justine Hull - Traffic Engineer
Jim Bousley - Project Manager
Page 3of3
Page 820 of 939
THE CITY OF
DUB'P�abE
Masterpiece on the Mississippi
Mobile License Plate Recognition
Enforcement (Mobile LPR) System
Procurement
Request for Proposal
Documents Manual
THE IOWA STATEWIDE URBAN DESIGN AND SPECIFICATIONS (SUDAS) 2026 EDITION,
SHALL APPLY TO THIS PROJECT. THEY ARE AVAILABLE ONLINE AT:
https://www.iowasudas.org/manuals/specifications-manual/
CITY OF DUBUQUE SUPPLEMENTAL SPECIFICATIONS 2023 EDITION,
SHALL APPLY TO THIS PROJECT. THEY ARE AVAILABLE ONLINE AT:
https://www.cityofdubugue.org/DocumentCenter/View/55134/2023-SUDAS-City-of-Dubuque-Supplemental-Specifications
Dubuque CITY OF DUBUQUE
PARKING DEPARTMENT
AN -America CMy
DUBUQUE, IA
1
m
2007 • 2012 •2013
Adopted Date: April 17, 2018
y SUSTAINABLE
DUBUQUE
viable - livable • equitable
Date Issued: March 4, 2026
Page 821 of 939
PROJECT DIRECTORY PAGE
SECTION 00101
Mobile License Plate Recognition Enforcement System (Mobile LPR)
Procurement Project
Dubuque, Iowa
101.1 Authorized Parties:
The following contacts are the authorizing representatives for each of the parties, if a
change is to be made to the Contract the following representatives must be contacted
and approve of the change.
PROJECT MANAGER
City of Dubuque
Intermodal Facility
950 Elm Street
Dubuque, Iowa 52001
Project Contact:
Name: Joey Lueck
Title: Project Manager
Department: Transportation
Email: jlueck(a�cityofdubugue.org
Phone: 563-589-4228
ENGINEER'S REPRESENTATIVE
Walker Consultants
7760 France Ave. S., Suite 820
Minneapolis, MN 55435
Proiect Contact:
Name: Brian McGann
Title: Consultant
BMcGanN(MalkerConsultants.com
Phone: 612-207-4585 cell
CONTRACTOR'S REPRESENTATIVE
Contractor Name
Contractor Address
City, State, Zip Code
Proiect Contact:
Name: Name
Title: Title
Email: Email
Phone: Phone
2
Page 822 of 939
101.2 OTHER CONTACT INFORMATION:
City of Dubuque -Parking Division
949 Kerper Blvd
Dubuque, IA 52001
Project Representative:
Name: Russ Stecklein
Title: Transportation Supervisor
Email: rsteckle(a-)-cityofdubugue.org
Phone. 563-589-4197
City of Dubuque -Inspection &
Construction Services
350 W. 6t" Street
Dubuque, IA 52001
Project Representative:
Name: Mike Belmont
Title: Asst. Director/Building Code Official
Email: mbelmont(a-)-cityofdubugue.org
Phone: 563-589-4150
City of Dubuque -Information
Services
1300 Main Street
Dubuque, IA 52001
Project Representative:
Name: Joe Pregler
Title: Chief Information Officer
Email: jpregler cityofdubugue.org
Phone: 563-589-4280
___= END OF SECTION 00101
3
Page 823 of 939
TABLE OF CONTENTS
SECTION 00110
PROJECT DIRECTORY PAGE SECTION 00101...........................................................2
TABLE OF CONTENTS SECTION 00110........................................................................4
PROPOSAL SUMMARY SECTION 00120.......................................................................5
INSTRUCTIONS TO PROPOSERS SECTION 00200......................................................7
PROPOSAL FORMAT SECTION 00285........................................................................12
PROPOSAL SUBMITTAL CHECKLIST SECTION 00300..............................................15
RFP PROPOSAL FEE FORM SECTION 00401.............................................................16
VENDOR BACKGROUND INFORMATION - SMALL CONTRACTS
SECTION 00471.............................................................................................................20
VENDOR EQUIPMENT CONTRACT SECTION 00500..................................................31
PERFORMANCE AND MAINTENANCE BOND SECTION 00600.................................35
INSURANCE PROVISIONS AND REQUIREMENTS SECTION 00700 .........................40
SALES AND USE TAX EXEMPTION CERTIFICATE SECTION 00750 .........................46
PROJECT SCHEDULE AND AGREED COSTS OF DELAY SECTION 00800 ..............51
NOTICE TO PROCEED SECTION 00850......................................................................53
MOBILE LPR PRICE PROPOSAL FORMS SECTION 01100........................................54
MOBILE LICENSE PLATE RECOGNITION ENFORCEMENT SYSTEM
SECTION 111248...........................................................................................................61
APPENDIX A - VENDOR EVALUATION PROCESS.....................................................76
APPENDIX B - RFP RULES AND PROTEST PROCEDURE........................................79
APPENDIX C - CONTRACT TERMS AND CONDITIONS.............................................80
APPENDIX D - STATEMENT REGARDING CONTRACT TERMS AND CONDITIONS82
==== END OF SECTION 00110 ====
Il
Page 824 of 939
PROPOSAL SUMMARY
SECTION 00120
120.1 Time and Place for Filing Proposals
Proposals for the work comprising this procurement must be filed as stated below:
Submittal Deadline: April 8, 2026 before 2:00 p.m. CST
Submittal Location: Via email to: jlueck(a�cityofdubuque.orq
Submittal Copies-
1 ) Proposals: one electronic PDF file shall be provided.
2) Vendor Fees: one electronic PDF file shall be provided.
3) Name all electronic files using the following format:
"Dubuque Mobile LPR Project Proposal — (Proposer Name)"
"Dubuque Mobile LPR Project Fee — (Proposer Name)"
120.2 Time for Commencement and Completion of Work
Work on the Project must be commenced within ten (10) calendar days after a contract
has been executed and the Notice to Proceed has been issued and shall be fully
completed by July 29, 2026.
120.3 Proposal Documents
Copies of the Request for Proposal (RFP) documents may be obtained at the Parking
Department, Intermodal Facility, 950 Elm St, Dubuque, Iowa 52001. The Request for
Proposal documents will also be available on the City's website at
www.cityofdubugue.org/bids.aspx. No deposit is required to obtain copies of the
Request for Proposal.
120.4 Sales Tax
The Proposer should not include State of Iowa sales tax in its Proposal. A sales tax
exemption certificate will be available for all material purchased in Iowa for incorporation
into the Mobile License Plate Recognition Enforcement System Project.
120.5 RFP Proiect Scope Summ
Mobile License Plate Recognition Enforcement System (Mobile LPR) Procurement
Project Code: 4683000005
The City of Dubuque is soliciting competitive sealed proposals from qualified vendors to
provide all material, labor, equipment, services and training necessary to furnish and
install fully integrated on-line, real-time mobile license plate recognition system. The City
is requesting proposals from qualified vendor(s) for an integrated on-line, real-time
mobile license plate recognition system.
The system includes:
The mobile LPR system includes:
a. Cameras
b. CMS
Page 825 of 939
c. MSM System Integration, see separate RFP listed on City of Dubuque
website, Pay -by -Plate Multi -Space Parking Meter (PbP MSM) System
Procurement, for further information.
d. Citation Management System integration
e. PbC System integration
f. All necessary components and materials for a complete and functioning
turnkey LPR system (except the enforcement vehicle) as identified in this
RFP.
g. (2) owner -supplied motor vehicles to be equipped by contractor.
h. Additional spare parts as recommended to provide best combination of
value and up -time to the Owner.
2. Integration with existing AIMS parking management systems:
a. Permit Management
b. Citation (Ticket) Management
The City desires to complete metered space upgrades in all downtown on -street parking
spaces in 2026 and has capital funding allocated to do so. The City wishes to select a
single vendor or vendor team to upgrade our metered space system in all on -street
metered spaces, so that is consistent across all facilities. The City requests proposals
provide itemized costs, categorized by equipment type and by facility.
Additionally, the City welcomes alternative approaches to equipment financing beyond
outright capital purchase.
The content herein represents the minimum components for this project. The proposing
entity or entities should describe the means or strategy by which they will satisfy the
requested scope of services, or at the proposing entity's or entities' 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 proposing entity or entities, the
proposing entity or entities should detail what processes and methods will be used to
make the project better.
120.6 Title VI — Non -Discrimination Clause
The City of Dubuque in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat.
252, 42 U.S.C. 2000d-2000d-4 and Title 49, Code of Federal Regulations, Department of
Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in
Federally assisted programs of the Department of Transportation issued pursuant to
such Act, hereby notifies all Proposers that it will affirmatively insure that in any contract
entered into pursuant to this advertisement, minority business enterprises will be
afforded full opportunity to submit Proposals in response to this invitation and will not be
discriminated against on the grounds of race, color, national origin, sex, age, or disability
in consideration for an award.
120.7 Request for Proposal Distribution
On the following date, March 4, 2026, this Notice was posted at the following locations:
The City of Dubuque Website.
0
Page 826 of 939
==== END OF SECTION 00120 ====
INSTRUCTIONS TO PROPOSERS
SECTION 00200
200.1 REQUEST FOR PROPOSAL DOCUMENTS
Copies of the RFP Documents may be obtained at the Parking Department, 950 Elm
Street, Dubuque, Iowa 52001. The Proposal Documents Manual will also be available on
the City's website at www.cityofdubugue.org/bids.aspx. No deposit is required.
200.2 EXAMINATION
Proposers must use complete sets of RFP Documents in preparing Quotes. Proposers
must examine the RFP Documents and the project locations to obtain first-hand
knowledge of existing conditions. Extra compensation will not be given for conditions
that can be determined by examining the RFP Documents and the sites.
200.3 QUESTIONS AND INTERPRETATIONS
Proposers must submit questions about the RFP Documents to the Project Manager in
writing or by email only. Replies will be issued to RFP Document holders of record as
Addenda to the RFP Drawings and Specifications and will become part of the RFP
Documents. Neither City nor a Proposer may rely on oral clarification.
Failure to request clarification will not waive the responsibility of comprehension of the
RFP Documents Manual and performance of the work in accordance with the intent of
the documents. Signing of the RFP Proposal constitutes an acknowledgement of
understanding of the RFP Documents.
For questions concerning this Request for Proposals, please submit your requests to the
City's designated Project Manager. The City has made considerable efforts to ensure an
accurate representation of information in this RFP. 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 of Dubuque.
Any questions concerning this RFP must be received on or before 10.00 a.m. CST on
April 1, 2026. Any inquiries received after this date will not be answered. When
submitting a question please include the appropriate Vendor contact information.
From the date of issuance of the RFP until final City action, the Proposer shall not
discuss the RFP with or contact 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 shall be considered a violation of
the RFP rules and be grounds for disqualification of the Vendor's proposal.
7
Page 827 of 939
Project Manager contact information is as follows:
Joey Lueck
City of Dubuque E-mail: jlueck(c�cityofdubuque.orq
Transportation Department
950 Elm St
Dubuque, IA 52001
200.4 PRODUCT OPTIONS
To obtain approval to use an unspecified product, a Proposer must deliver written
requests to the Project Manager at least seven (7) working days before the Proposals
are due. Late requests will not be considered. Be sure to clearly describe and indicate
the product for which approval is requested and include any data as necessary to
demonstrate acceptability of the substitute product. The written request must indicate
the section number, page number and line number of the Specification for the product. If
the product is acceptable, the Project Manager will approve it in an Addendum.
200.5 INSPECTION OF THE PROJECT SITE
Each Proposer is encouraged visit the project site(s) of the proposed work to fully
acquaint itself with the existing conditions relating to the project and must inform itself as
to the facilities involved, the difficulties and the restrictions related to the performance of
the Proposal Contract. Each Proposer must thoroughly examine and familiarize itself
with the specifications and all other RFP Documents. The Vendor by the execution of
the Proposal Contract shall in no way be relieved of any obligation under the contract
due to Vendor's failure to receive or examine any contract document or to visit the site
and acquaint itself with the conditions there existing. City will be justified in rejecting any
claim based on facts regarding which the Vendor should have been aware of as a result
of its inspection.
200.6 RELEASE OF SITE: SEQUENCE OF WORK
Proposers are referred to the RFP Documents Manual for information regarding the
manner in which the project site(s) will be released and made available for equipment
installation purposes, and the sequence in which the installation work shall be
performed.
200.7 PREPARATION OF PROPOSALS
1. All Proposals must be submitted using the RFP Proposal Fee Form (SECTION 00401)
supplied by the City and bound in this RFP Documents Manual. All Proposals are
subject to all requirements of the RFP Documents Manual including these
INSTRUCTIONS TO PROPOSERS. All Proposals must be regular in every respect and
no modifications, exclusions, or special conditions shall be made or included on the RFP
Proposal Fee Form by the Proposer.
2. The RFP Proposal and RFP Proposal Fee Form (SECTION 00401) must be enclosed
in separate and clearly labeled electronic files.
Page 828 of 939
Proposals for the work comprising this procurement must be filed as stated below:
• Submittal Location: Via email to: jlueck cityofdubugue.org
• Submittal Copies:
1) Proposals: one electronic PDF file shall be provided.
2) Proposal Fees: one electronic PDF file shall be provided.
a. THE ELECTRONIC FILE CONTAINING THE RFP PROPOSAL MUST BE
LABELED AS FOLLOWS:
Dubuque Mobile LPR Project Proposal — (Proposer Name)
b. THE ELECTRONIC FILE CONTAINING THE RFP PROPOSAL FEE FORM
MUST BE LABELED AS FOLLOWS:
Dubuque Mobile LPR Project Fee — (Proposer Name)
3. Proposals submitted after the date and time for filing proposals as listed in the
Proposer Summary (SECTION 00120) shall not be considered and will be returned to
the Proposer unopened.
4. The City may reject any irregular or non -responsive Proposal.
5. If the Project is awarded, it will be awarded by the City to the Proposer ranked highest
based on the proposal ranking criteria. The Contract for the work will require the
completion of project according to the Proposal Documents Manual.
6. Each Proposer must include with their Proposal, in the appropriate spaces provided
on the RFP Proposal Fee Form, the proposed Fees of performing said work in
compliance with the Proposal Documents Manual including all items of labor, equipment,
materials and overhead costs.
200.8 CORRECTIONS
Erasures or other changes in the Proposal or RFP Proposal Fee Form must be
explained or noted and initialed by the Proposer.
200.9 TIME FOR RECEIVING PROPOSALS
Proposals received prior to the time of opening will be securely kept. The officer whose
duty it is to open them will decide when the specified time has arrived and will distribute
them to the RFP review committee, and no Proposal received thereafter will be
considered.
200.10 RANKING OF PROPOSALS
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 a
Vendor and make a recommendation of Award to the Dubuque City Council in
accordance with the rules listed in Attachment A.
.01
Page 829 of 939
200.11 WITHDRAWAL OF PROPOSALS
Proposals (received prior to the time fixed for opening) may be withdrawn on written
request by the Vendor.
200.12 PROPOSAL SUBMITTAL INFORMATION
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, RFP Proposal Fee Form, dividers and the front and back
covers. Any proposals exceeding 18 numbered pages will not be considered. Any and
all links will not be reviewed by the Selection Committee.
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 Vendor's responsibility to ensure
that all addendums to this RFP have been received before submitting the proposal.
200.13 VENDOR BACKGROUND INFORMATION FORM
The Vendor Background Information Form (Section 00471) must be submitted within 72
hours of a formal request being made by the RFP Selection Committee. The Form may
be submitted to the City by either delivering a hard copy or by email to the Project
Manager.
200.14 AWARD OF CONTRACTS AND REJECTION OF PROPOSALS
The Vendor Equipment Contract (SECTION 00500) shall be awarded by the Dubuque
City Council. The Vendor to whom the award is made shall be notified at the earliest
possible date by a Notice of Award. Failure of a Vendor to provide the Vendor
Background Information Form within the period specified in Section 200.13 or within
such extended period as the City may grant, based upon reasons determined sufficient
by the City, shall be grounds for determining a Vendor's Proposal as not responsible,
and the City may either award the Contract to another Vendor or re -advertise for
Proposals.
200.15 EXECUTION OF VENDOR CONTRACT
1. Within fifteen (15) calendar days after the date of the City's Notice of Award, the
successful Vendor shall execute and deliver to the City a Contract (SECTION 00500) in
the form included in the Proposal Documents Manual in such number of copies as the
City may require.
2. Insurance documents shall be submitted in accordance with SECTION 00700 and
must be properly completed prior to execution of the Contract by the City.
3. Iowa Sales Tax Exemption Certificate documents shall be submitted in accordance
with SECTION 00750 and must be properly completed prior to execution of the Contract
by the City.
4. The successful Vendor shall, within the period specified in Section 00200.14
Paragraph 1 above, also furnish a Contractor's Performance and Maintenance Bond in
10
Page 830 of 939
the form included in the Proposal Documents Manual and shall bear the same date as,
or a date subsequent to, the date of the Contract. The power of attorney for the person
who signs for any surety company shall be attached to such Bond.
5. The failure of the successful Vendor to execute such Contract and to supply the
required Bond(s), Insurance, and Iowa Sales Tax Exemption Certificate information
within fifteen (15) calendar days after the date of City's Notice of Award, or within such
extended period as the City may grant, based upon reasons determined sufficient by the
City, shall constitute a default, and the City may either award the Contract to another
Vendor or re -advertise for Proposals.
6. After the Contract, Bonds, Insurance Documents, Sales Tax Exemption Certificate
Form and Contractor Background Information Form have been properly provided, the
City will execute the contract and issue the Notice to Proceed.
___= END OF SECTION 00200 =___
11
Page 831 of 939
PROPOSAL FORMAT
SECTION 00285
285.1 INFORMATION TO BE INCLUDED IN THE PROPOSAL
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 as they represent the minimum criteria against which the proposal will
be evaluated.
A. Letter of Transmittal
Provide a letter of transmittal briefly outlining the Vendor's understanding of the work and
list the Project Manager's name, address, office telephone number, mobile telephone
number and email address. The name that is provided for the Project Manager will be
used as the primary contact person during the RFP evaluation process.
B. Table of Contents
The proposal shall contain a table of contents that delineates each section and the
corresponding page number.
C. Profile of Firm
Provide general information about the Firm, along with its area of expertise and
experience as it relates to this RFP. Describe the experience and success of the Firm in
working on similar projects. State the size of the Firm, the size of the Firm's professional
staff, and the location(s) of the office from where the work on this project
will be performed.
D. Project Capacity/Workload
Discuss the Vendor's ability to integrate this project into their present workload. Include a
statement to specify if the Vendor currently has the capacity to undertake the project or
whether it intends to hire additional staff or partner with sub -contractors.
E. Scope of Services
Describe the means or strategy by which the Vendor would satisfy the scope of services
for the Project as detailed in the project drawings and technical specifications. The
Vendor may also choose to submit a second alternative or hybrid strategy with a
modified scope of services that would improve the results of the project.
Include a basic work plan that delineates the Vendor's approach to the completion of the
project. The work plan, at a minimum, should include those components outlined in this
RFP. The Vendor should indicate in the work plan those aspects that are expected to be
completed by city staff.
Highlight any parts of the work plan that will reflect the Vendor's unique philosophy or
insight regarding the approach to this project and how this approach positively impacts
the successful completion of the project.
12
Page 832 of 939
F. Quality Assurance/Quality Control
As a part of the proposal, specifically describe the quality control process that will be
used throughout the project. List the number of hours for each phase that will be
dedicated to OA/QC and briefly describe how those hours will be spent. The City expects
that the majority of the QA/QC process will be performed by someone who is not an
active member of the project team.
G. Project Team Qualifications
Provide the names for key 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 short summary of their qualifications and experience.
Include a flow chart that shows the communication path between the City and the
Vendor. 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-contrator staff
on the project team flow chart. Describe the major tasks each team each team member
will be working on.
Provide the name and location of other sub -consulting firms that would be used by the
Vendor during the project and the approximate percentage and type of work that would
be performed by each firm. Summarize the qualifications and experience of all sub-
contractor staff working on the project.
In submitting the proposal, the prospective Vendor is representing that each person
listed or referenced in the proposal shall be available to perform the services as
described.
Provide at least 3 client references (include individual contact names and telephone
numbers) for similar projects that have been completed by the Vendor in the last 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.
H. Proposed Project Schedule
Provide a project schedule for each proposed strategy. Outline the time durations and
estimated completion dates for each major component of the proposed scope of work.
The schedule should list all deliverables that are required throughout the project.
I. Certificate of Insurance
The Vendor should provide a statement indicating that they are able to meet the City's
insurance requirements for professional services (SECTION 00700). Submittal of
insurance documents as part of this RFP is not required.
13
Page 833 of 939
J. Understanding of Final Contract Terms
The Proposer should sign the statement in Appendix D that indicates they have read and
understand Appendix C — 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 Vendor must be clearly stated in the submitted
proposal.
14
Page 834 of 939
PROPOSAL SUBMITTAL CHECKLIST
SECTION 00300
300.1 RFP Submittal Check List
Checking your Proposal submittal, before filing, against the following checklist will help
prevent minor errors or omissions, which could result in rejection of the Proposal because
it is non -responsive.
(1) RFP Proposal Fee Form:
• The proposal must be submitted on the form listed below and provided by the
City:
• RFP PROPOSAL FEE FORM - SECTION 00401
• Acknowledge receipt of all addenda on the RFP Proposal Fee Form (SECTION
00401).
• RFP Proposal Fee Form (SECTION 00401) must be signed by an authorized
agent.
• The RFP Proposal Fee Form must not be qualified in any way or contain any
disclaimers or special conditions, or the Proposal may be found non -responsive.
• The Proposal should include all points of information listed in Section 00285.
• Submit Section 001100 Mobile LPR Price Proposal Forms in PDF file format as
pages included with the RFP Proposal Fee Form (Section 00401).
(2) Submittal of Proposal:
• The Proposal and RFP Proposal Fee Form (SECTION 00401) must be
submitted in a separate electronic file labeled as follows:
RFP PROPOSAL MUST BE LABELED AS FOLLOWS:
Dubuque Mobile LPR Project Proposal — (Proposer Name)
THE RFP PROPOSAL FEE FORM MUST BE LABELED AS FOLLOWS:
Dubuque Mobile LPR Project Fee — (Proposer Name)
• And addressed to Location for Filing the Proposal:
■ Via email to: jlueck _cityofdubugue.org
• Sufficient time should be allowed for Proposals to be delivered. Late
Proposals will not be considered and will be returned unopened.
==== END OF SECTION 00300 ====
15
Page 835 of 939
RFP PROPOSAL FEE FORM
SECTION 00401
PROJECT: Mobile License Plate Recognition Enforcement System (Mobile LPR)
Procurement
PROPOSAL TO: Office of Parking Department by email to: jlueck cityofdubugue.org
PROPOSAL FROM:
(Telephone)
(Company)
(Street Address)
(City, State, Zip)
401.1 General
The undersigned Vendor agrees, if the Proposal is accepted, to enter into a Contract with
the City, in the form included in the Proposal Documents Manual, to perform and furnish
the Work as specified or indicated in the Proposal Documents Manual for the Listed Fee
Price and within the timeframe and schedule indicated in the Contract Documents and in
accordance with other terms and conditions of the Contract Documents.
401.2 Recitals
In submitting this Proposal Fee Form, Vendor represents, as more fully set forth in the
Vendor Equipment Contract, that:
a. This Proposal Fee will remain subject to acceptance for forty-five (45) calendar
days after the day of Proposals being due;
b. The City has the right to reject this Proposal and to waive any informalities in
the Proposal or Proposal Fee;
c. Proposer will sign and submit the Vendor Equipment Contract with the Bond
and other documents required by the Contract Documents within fifteen (15)
calendar days after the date of City's Notice of Award;
The Vendor hereby certifies that they are the only person or persons interested in this
proposal as principals; that an examination has been made of the specifications, contract
form, including the special provisions contained herein, and the work site, and the Vendor
understands that the quantities of work shown herein are approximate only and are subject
to increase or decrease; and further understands that all quantities of work, whether
increased or decreased, are to be performed at the lump sum price as stipulated herein;
the Vendor proposes to furnish all necessary machinery, equipment, tools, labor and other
16
Page 836 of 939
means of installation, and to furnish all materials specified in the manner and time
prescribed and to do the work at the prices herein set out.
401.3 Vendor's Acknowledgment
In submitting this Proposal this Vendor acknowledges and represents that:
1) Vendor has examined copies of all the Contract Documents;
2) Vendor has researched the Place of Work and become familiar with the general,
local, and site conditions;
3) Vendor is familiar with Federal, State, and local laws, ordinances and regulations
that govern the work specified by the Contract Documents;
4) Vendor has correlated the information known to the Vendor, observations obtained
from the examination of the site, reports and drawings identified in the Contract
Documents and additional investigations, explorations, tests, studies and data
within the Contract Documents;
5) This Vendor is genuine and not made in the interest of or on behalf of an
undisclosed person, firm or corporation; Vendor has not directly or indirectly
induced or solicited another Vendor to submit a false or sham Proposal; Vendor
has not solicited or induced a person, firm or corporation to refrain from submitting
a Proposal; and Vendor has not sought by collusion to obtain for itself an advantage
over another Proposer or over City;
6) Local and State sales and use taxes are not included in the Proposal Amount.
401.4 Project Total Amount
Vendor will complete the work in accordance with the Contract Documents for the
following:
Project Total Amount $
(figures)
(use words)
Any written exclusions on the RFP Proposal Fee Form may render the Proposal as
nonresponsive and may result in rejection by the City.
401.5 Timeliness
Vendor agrees that the work shall be Substantially Complete and made ready for final
payment in accordance with Contract Documents no later than the date(s) indicated in
Section 00800 — Project Schedule and Agreed Cost of Delay.
17
Page 837 of 939
401.6 Documents To Be Submitted To Respond to this RFP
The following documents are included and made a condition of this Proposal:
1) The Proposal:
The proposal should address all points outlined in this RFP excluding any cost
information. The proposal should be prepared simply and economically, providing
a straight -forward, concise description of the Vendor's capabilities that satisfy the
requirements of this RFP.
2) The RFP Proposal Fee Form:
Accompanying the Proposal, this RFP Proposal Fee Form shall be submitted in a
separate electronic file which identifies the component costs of the total fee amount.
401.7 Document Submittal Requirements by Vendor
The Vendor must submit the Vendor Background Information Form (Section 00471) to the
Project Manager within 72 hours after formal request by the RFP Review Committee.
Failure to submit the Vendor Background Information Form by the required deadline may
be considered justification for the City to determine the Vendor as not responsible.
401.8 Contract Execution
The Vendor further agrees to execute a formal Contract and Bond, within fifteen (15)
calendar days after the date of the City's Notice of Award. The Vendor also agrees it will
commence work on or before ten (10) calendar days after the date of City's Notice to
Proceed, and it will complete the work within the specified contract period or pay the
Agreed Cost of Delay stipulated in the Contract Documents.
401.9 Questions and Interpretations
Failure by the Proposer to request clarification of the Contract Documents during the RFP
Proposal process does not waive the responsibility for comprehension of the documents
and performance of the work in accordance with the Contract Documents. Signing of the
RFP Proposal Fee Form constitutes the Vendor's certification as implicitly denoting
thorough comprehension of intent of the Contract Documents.
401.10 Addenda
The Vendor acknowledges receipt of the following addenda:
401.11 Signatures
Dated:
Dated:
Dated:
Dated:
in
Page 838 of 939
Vendor:
Vendor Name
Street (Business Location)
City
State
Signature
Title
Zip
Dated:
Dated:
___= END OF SECTION 00401 =___
19
Page 839 of 939
VENDOR BACKGROUND INFORMATION - SMALL
CONTRACTS
SECTION 00471
VENDOR BACKGROUND INFORMATION
FOR SMALL CONTRACTS (Between $25,000 and $3,000,000)
Upon request of the RFP Review Committee, the Vendor must submit the Vendor
Background Information Form to the Project Manager within 72 hours after the request is
made. Failure to submit the Vendor Background Information Form by the required
deadline may be considered justification for the City to determine the Vendor as not
responsible.
All questions must be answered clearly and comprehensively. If necessary, questions
may be answered on separate attached sheets. The Vendor may submit any additional
information that it deems necessary.
1. SUBMITTED BY:
Official Name of Firm:
Address:
2. VENDOR'S CONTACT INFORMATION:
Contact Person:
Title:
Phone:
Email:
3. TYPE OF ORGANIZATION:
SOLE PROPRIETORSHIP
Name of Owner:
Doing Business As:
Date of Organization:
20
Page 840 of 939
❑ PARTNERSHIP
Date of Organization:
Type of Partnership:
Name of General Partner(s):
❑ CORPORATION
State of Organization:
Date of Organization:
Executive Officers:
President:
Vice President(s):
Treasurer:
Secretary:
❑ LIMITED LIABILITY COMPANY
State of Organization:
Date of Organization:
Members:
❑ JOINT VENTURE
State of Organization:
Date of Organization:
Form of Organization:
Joint Venture Managing Partner(s):
21
Page 841 of 939
Name:
Address:
Name:
Address:
Name:
Address:
❑ OTHER
State of Organization:
Name of Organization:
Form of Organization:
Date of Organization:
Principal:
Name:
Title:
Address:
A. How many years has your organization been in business as a parking
vendor?
years.
B. How many years have you been engaged in the parking business under
your present firm or trade name?
years.
M
Page 842 of 939
C. Under what other or former names does or has your organization
operated?
4. CERTIFICATIONS:
Disadvantage Business Enterprise:
Minority Business Enterprise:
Woman Owned Enterprise:
Small Business Enterprise:
Other:
5. BONDING INFORMATION:
Bonding Company:
Address:
Bonding Agent:
Address:
Contact Name:
I,=
Aggregate Bonding Capacity:
CERTIFIED BY:
Available Bonding Capacity as of date of this submittal:
6. EQUIPMENT INSTALLATION EXPERIENCE:
A. Current Experience:
List on Schedule A all uncompleted projects currently under contract.
23
Page 843 of 939
B. Previous Experience:
List on Schedule B at least three (3) projects completed within the last
three (3) years that had a similar scope of work.
Do you have direct related project experience? If NO, direct related project
experience, add an Attachment that explain how you intend to complete the
contract.
❑ NO ❑YES
In the past eight (8) years has the firm listed in Section 1 ever failed to
complete an equipment installation contract awarded to it? If YES, add an
Attachment that provides details of the circumstances and include Project
Owner's contact information.
❑ NO ❑YES
Have you ever been found not to be a responsible Vendor by a
municipality? If YES, add an Attachment that provides details of the
circumstances and include Project Owner's contact information.
❑ NO ❑YES
In the past eight (8) years has any Corporate Officer, Partner, Joint Venture
participant or Proprietor ever failed to complete a parking equipment
installation contract awarded to them in their name or when acting as a
principal of another entity? If YES, add an Attachment that provides details of
the circumstances and include Project Owner's contact information.
❑ NO ❑ YES
Are there any judgments, claims, disputes or litigation pending or
outstanding with an individual value greater than $200,000 involving the
firm listed in Section 1 or any of its officers (or any of its partners if a
partnership or any of the individual entities if a joint venture)? If YES, add an
Attachment that provides details of the circumstances and include Project
Owner's contact information.
❑ NO ❑ YES
Have you ever been declared in default under a performance Bond in the
last five (5) years? If YES, add an Attachment that provides details of the
circumstances and include the name and contact person of the owner(s) of the
project and the contact person at the surety/Bonding company.
❑ NO ❑ YES
24
Page 844 of 939
Are you currently being investigated for or have previously violated in the
last five years any of the following state or federal laws: Iowa Minimum
Wage Act, Iowa Non -English Speaking Employees Act, Iowa Child Labor
Act, Iowa Labor Commissioner's Right to Inspect Premises, Iowa
Compensation Insurance Act, Employment Security Act, Iowa Competition
Act, Iowa Income, Corporate and Sales Tax Code, Iowa Employee
Registration Requirements, Iowa Hazardous Chemical Risks Act, Iowa Wage
Payment Collection Act, Federal Income and Corporate Tax Code, The
National Labor Relations Act, The Drug -Free Workplace Act, the Employee
Retirement Insurance Security Act, Title VI of the Civil Rights Act of 1964,
The Fair Labor Standards Act? If YES, add an Attachment that provides details
of the circumstances and explain.
❑ NO ❑YES
7. SAFETY PROGRAM:
Name of Equipment Installation Vendor's Lead Safety Officer:
Name of Equipment Installation Vendor's Safety
Officer assigned to this project:
Include the following as attachments:
A. Provide as an Attachment Vendor's OSHA No. 300- Log & Summary of
Occupational Injuries & Illnesses for the past 2 years. Vendor must submit
the same information for all proposed Subcontractors performing Work having
a value in excess of 10 percent of the total proposal amount.
B. Provide as an Attachment Vendor's list of all OSHA Citations &
Notifications of Penalty (monetary or other) received within the last 2 years
(indicate disposition as applicable) - IF NONE SO STATE. Vendor must
submit the same information for all proposed Subcontractors performing Work
having a value in excess of 10 percent of the total proposal amount.
C. Provide as an Attachment Vendor's list of all safety citations or
violations under any state all received within the last 2 years (indicate
disposition as applicable) - IF NONE SO STATE. Vendor must submit the
same information for all proposed Subcontractors performing Work having a
value in excess of 10 percent of the total proposal amount.
D. Provide the following for the firm listed in Section 3 (attach additional sheets
as necessary) the following (Vendor must submit the same information for all
proposed Subcontractors performing Work having a value in excess of 10
percent of the total proposal amount:
25
Page 845 of 939
Workers' compensation Experience Modification Rate (EMR) for the last 2
years:
YEAR EMIR
YEAR EMIR
Total Recordable Frequency Rate (TRFR) for the last 2 years:
YEAR TRFR
YEAR TRFR
Total Number of Hours Worked (TNHW) for the last 2 Years:
YEAR TNHW
YEAR TNHW
I HEREBY CERTIFY THAT THE INFORMATION SUBMITTED HEREWITH,
INCLUDING ANY ATTACHMENTS, IS TRUE TO THE BEST OF MY KNOWLEDGE
AND BELIEF AND THAT THE CITY OF DUBUQUE MAY RELY ON THE
INFORMATION PROVIDED.
NAME OF ORGANIZATION:
SIGNATURE:
NAME:
TITLE:
DATE:
NOTARY ATTEST:
SUBSCRIBED AND SWORN TO BEFORE ME
THIS DAY OF , 20
NOTARY PUBLIC - STATE OF
MY COMMISSION EXPIRES:
REQUIRED ATTACHMENTS:
1. Schedule A (Current Experience).
26
Page 846 of 939
2. Schedule B (Previous Experience).
3. Evidence of authority for individuals listed in Section 3 to bind organization to a
Contract.
4. Resumes of officers and key individuals (including Safety Officer) of Company
named in Section 1.
5. Required safety program submittals listed in Section 7.
6. Additional items as needed to complete background information request.
27
Page 847 of 939
SCHEDULE A
PROJECTS CURRENTLY UNDER CONTRACT
Project Name:
Project Information
Project Type:
Contract Start Date:
Contract End Date:
Percent Complete: Contract Amount:
Project Name:
Project Information
Project Type:
Contract Start Date:
Contract End Date:
Percent Complete: Contract Amount:
Project Name:
Project Information
Project Type:
Contract Start Date:
Contract End Date:
Percent Complete: Contract Amount:
Project Name:
Project Information
Project Type:
Contract Start Date:
Contract End Date:
Percent Complete: Contract Amount:
Project Name:
Project Information
Project Type:
Contract Start Date:
Contract End Date:
Percent Complete: Contract Amount:
Project Name:
Project Information
Project Type:
Contract Start Date:
Contract End Date:
Percent Complete:
Contract Amount:
9-1
Page 848 of 939
SCHEDULE A
PROJECTS CURRENTLY UNDER CONTRACT
Project Name:
Project Information
Project Type:
Contract Start Date:
Contract End Date:
Percent Complete: Contract Amount:
Project Name:
Project Information
Project Type:
Contract Start Date:
Contract End Date:
Percent Complete: Contract Amount:
Project Name:
Project Information
Project Type:
Contract Start Date:
Contract End Date:
Percent Complete: Contract Amount:
Project Name:
Project Information
Project Type:
Contract Start Date:
Contract End Date:
Percent Complete: Contract Amount:
Project Name:
Project Information
Project Type:
Contract Start Date:
Contract End Date:
Percent Complete: Contract Amount:
Project Name:
Project Information
Project Type:
Contract Start Date:
Contract End Date:
Percent Complete:
Contract Amount:
29
Page 849 of 939
SCHEDULE B
PREVIOUS EXPERIENCE (List projects that fulfill the requirements of Section 6113)
Project Name:
Project Information
Project Type:
Contract Start Date:
Contract End Date:
Percent Complete: Contract Amount:
Project Name:
Project Information
Project Type:
Contract Start Date:
Contract End Date:
Percent Complete: Contract Amount:
Project Name:
Project Information
Project Type:
Contract Start Date:
Contract End Date:
Percent Complete: Contract Amount:
Project Name:
Project Information
Project Type:
Contract Start Date:
Contract End Date:
Percent Complete: Contract Amount:
Project Name:
Project Information
Project Type:
Contract Start Date:
Contract End Date:
Percent Complete: Contract Amount:
Project Name:
Project Information
Project Type:
Contract Start Date:
Contract End Date:
Percent Complete:
Contract Amount:
___= END OF SECTION 00471 =___
30
Page 850 of 939
VENDOR EQUIPMENT CONTRACT
SECTION 00500
PROJECT: Mobile License Plate Recognition Enforcement System (Mobile LPR)
Procurement
THIS EQUIPMENT CONTRACT (the Contract), made in triplicate, dated for references
purposes the day of , 20 between the City of
Dubuque, Iowa, by its City Manager, through authority conferred upon the City Manager
by its City Council (City), and by
(Vendor).
For and in consideration of the mutual covenants herein contained, the parties hereto
agree as follows:
VENDOR AGREES:
To furnish all material and equipment and to perform all labor necessary for the
1. Mobile License Plate Recognition Enforcement (Mobile LPR) Procurement Project
(Project).
2. CONTRACT DOCUMENTS
A. The Contract Documents consist of the following:
1. Project Title Page.
2. Project Directory Page (Section 00101).
3. This Vendor Equipment Contract (Section 00500).
4. Performance and Maintenance Bond (Section 00600).
5. The Iowa Statewide Urban Design And Specifications (SUDAS) 2026
Edition.
6. CITY OF DUBUQUE Supplemental Specifications 2023 Edition.
7. Other Standard and Supplementary Specifications as listed on the Title
Page of the Contract Document Manual.
8. Technical Specifications and Special Provisions included in the
Document Manual.
9. Mobile License Plate Recognition Enforcement System (SECTION
111248).
10. Addenda (numbers _ to _, inclusive).
11. Insurance Provisions and Requirements (Section 00700).
12. Sales Tax Exemption Certificate (Section 00750).
13. Project Schedule and Agreed Cost of Delay (Section 00800).
14. Other Project Information and Permits (Sections 01100 and
Appendixes).
31
Page 851 of 939
15. Exhibits to this Contract (enumerated as follows):
a. Vendors RFP Proposal Fee Form (pages to inclusive).
b. The following documentation that must be submitted by Vendor
prior to Notice of Award.
Vendor Background Information Form (Section 00471)
ii.
16. The following which may be delivered or issued on or after the Effective
Date of the Contract:
a. Notice to Proceed (Section 00850).
b. Change Orders (Not attached to this agreement).
There are no other Contract Documents. The Contract Documents may only be
amended, modified, or supplemented as provided in General Conditions.
3. All materials used by the Vendor in the Project must be of the quality required by the
Contract Documents and must be installed in accordance with the Contract Documents.
4. The Vendor must remove any materials rejected by the City as defective or improper,
or any of said work condemned as unsuitable or defective, and the same must be
replaced or redone to the satisfaction of the City at the sole cost and expense of the
Vendor.
5. Five percent (5%) of the Contract price will be retained by the City for a period of thirty
(30) days after final completion and acceptance of the Project by the City Council to pay
any claim by any party that may be filed for labor and materials done and furnished in
connection with the performance of this Contract and for a longer period if such claims
are not adjusted within that thirty (30) day period, as provided in Iowa Code Chapter 573
or Iowa Code Chapter 26. The City will also retain additional sums to protect itself
against any claim that has been filed against it for damages to persons or property
arising through the prosecution of the work and such sums will be held by the City until
such claims have been settled, adjudicated or otherwise disposed of.
6. The Vendor has read and understands the Contract Documents herein referred to and
agrees not to plead misunderstanding or deception related to estimates of quantity,
character, location or other conditions for the Project.
7. In addition to any warranty provided for in the specifications, the Vendor must also fix
any other defect in any part of the Project, even if the Project has been accepted and
fully paid for by the City. The Vendor's maintenance bond will be security for a period of
two years after the issuance of the Certificate of Substantial Completion.
32
Page 852 of 939
8. The Vendor must fully complete the Project under this Contract on or before the date
indicated in the Project Schedule and Agreed Cost of Delay Section of the Contract
Documents.
9. INDEMNIFICATION FROM THIRD PARTY CLAIMS. To the fullest extent permitted by
law, Vendor shall defend, indemnify and hold harmless City, its officers and employees,
from and against all claims, damages, losses and expenses claimed by third parties, but
not including any claims, damages, losses or expenses of the parties to this Contract,
including but not limited to attorneys' fees, arising out of or resulting from performance of
this Contract, provided that such claim, damages, loss or expense is attributable to
bodily injury, sickness, disease or death, or injury to or destruction of property, including
loss of use resulting there from, but only to the extent caused in whole or in part by
negligent acts or omissions of Vendor, or anyone directly or indirectly employed by
Vendor or anyone for whose acts Vendor may be liable, regardless of whether or not
such claim, damage, loss or expense is caused in part by a party indemnified hereunder.
10. The Vendor hereby represents and guarantees that it has not, nor has any other
person for or in its behalf, directly or indirectly, entered into any arrangement or Contract
with any other Proposal, or with any public officer, whereby it has paid or is to pay any
other Vendor or public officer any sum of money or anything of value whatever in order
to obtain this Contract; and it has not, nor has another person for or in its behalf directly
or indirectly, entered into any Vendor arrangement with any other person, firm,
corporation or association which tends to or does lessen or destroy free competition in
the award of this Contract and agrees that in case it hereafter be established that such
representations or guarantees, or any of them are false, it will forfeit and pay not less
than ten percent (10%) of the Contract price but in no event less than $2,000.00 (Two
Thousand Dollars) to the City.
11. The surety on the Bond furnished for this Contract must, in addition to all other
provisions, be obligated to the extent provided for by Iowa Code 573.6 relating to this
Contract, which provisions apply to said Bond.
12. The Vendor agrees, and its Bond is surety therefore, that after the Certificate of
Substantial Completion has been issued by the City, it will keep and maintain the Project
in good repair for a period of two (2) years.
13. The Project must be constructed in strict accordance with the requirements of the
laws of the State of Iowa, and the United States, and ordinances of the City of Dubuque,
and in accordance with the Contract Documents.
33
Page 853 of 939
A. All applicable standards, orders, or regulations issued pursuant to the Clean Air
Act of 1970 (42 U. S. C. 1958 (H) et. seq.) and the Federal Water Pollution Act
(33 U. S. C. 1368 et. seq.) as amended, Executive Order 11738, and
Environmental Protection Agency regulations (40 CFR, Part 15). Vendor must
comply with Section 103 and 107 of the Contract Work Hours and Safety
Standards Act (40 USC 327-330) and Department of Labor Regulations (29 CFR,
Part 5).
B. The City of Dubuque in accordance with Title VI of the Civil Rights Act of 1964,
78 Stat. 252, 42 U.S.C. 2000d-2000d-4 and Title 49, Code of Federal
Regulations, Department of Transportation, Subtitle A, Office of the Secretary,
Part 21, Nondiscrimination in Federally assisted programs of the Department of
Transportation issued pursuant to such Act, hereby notifies all vendors that it will
affirmatively insure that in any contract entered into pursuant to this
advertisement, minority business enterprises will be afforded full opportunity to
submit bids in response to this invitation and will not be discriminated against on
the grounds of race, color, national origin, sex, age, or disability in consideration
for an award.
THE CITY AGREES:
14. Upon the completion of the Contract, and the acceptance of the Project by the City
Council, and subject to the requirements of law, the City agrees to pay the Vendor as full
compensation for the complete performance of this Contract, the amount determined for
the total work completed at the price(s) stated in the Vendor's RFP Proposal Fee Form
and less any Agreed Cost of Delay provided for in the Contract Documents.
CONTRACT AMOUNT $
CITY OF DUBUQUE, IOWA:
VENDOR:
Department
Vendor
By:
By:
Signature
Signature
Printed Name
Printed Name
Title
Title
Date
Date
___= END OF SECTION 00500 =___
34
Page 854 of 939
PERFORMANCE AND MAINTENANCE BOND
SECTION 00600
KNOW ALL BY THESE PRESENTS:
That we,
as Principal (hereinafter the "Vendor" or "Principal")
and
as Surety are held and firmly bound unto the City of Dubuque, Iowa, as Obligee
(hereinafter referred to as "Owner"), and to all persons who may be injured by any
breach of any of the conditions of this Bond in the penal sum of
dollars
($ ), lawful money of the United States, for the payment of which
sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and
assigns, jointly or severally, firmly by these presents.
The conditions of the above obligations are such that whereas said Vendor entered into
a contract with the Owner, bearing date the day of
2026, (hereinafter the "Contract") wherein said Vendor undertakes and agrees to
construct the following project in accordance with the Contract Documents, and to
faithfully perform all the terms and requirements of said Contract within the time therein
specified, in a good and workmanlike manner, and in accordance with the Contract
Documents. The Contract Documents for Mobile License Plate Recognition
Enforcement System (Mobile LPR) Procurement Project detail the following described
improvements:
Mobile License Plate Recognition Enforcement System (Mobile LPR)
Procurement
The City of Dubuque is soliciting competitive sealed proposals from qualified
vendors to provide all material, labor, equipment, services and training necessary
to furnish and install fully integrated on-line, real-time mobile license plate
recognition system. The City is requesting proposals from qualified vendor(s) for
an integrated on-line, real-time mobile license plate recognition system.
The system includes:
1. The mobile LPR system includes:
a. Cameras
b. CMS
c. MSM System Integration
d. Citation Management System integration
35
Page 855 of 939
e. PbC System integration
f. All necessary components and materials for a complete and
functioning turnkey LPR system (except the enforcement vehicle) as
identified in this RFP.
g. (2) owner -supplied motor vehicles to be equipped by contractor.
h. Additional spare parts as recommended to provide best
combination of value and up -time to the Owner.
2. Integration with existing AIMS parking management systems:
a. Permit Management
b. Citation (Ticket) Management
It is expressly understood and agreed by the Vendor and Surety in this Bond that the
following provisions are a part of this Bond and are binding upon said Vendor and
Surety, to -wit:
1. PERFORMANCE: The Vendor shall well and faithfully observe, perform, fulfill, and
abide by each and every covenant, condition, and part of said Contract and Contract
Documents, by reference made a part hereof, for the project, and shall indemnify and
save harmless the Owner from all outlay and expense incurred by the Owner by reason
of the Vendor's default of failure to perform as required. The Vendor shall also be
responsible for the default or failure to perform as required under the Contract and
Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing
materials or providing labor in the performance of the Contract.
2. MAINTENANCE: The Vendor and the Surety on this Bond hereby agree, at their own
expense:
A. To remedy any and all defects that may develop in or result from work to be
performed under the Contract Documents within the period of two (2) year(s) from
the date of acceptance of the work under the Contract, by reason of defects in
workmanship, equipment installed, or materials used in construction of said work;
B. To keep all work in continuous good repair; and
C. To pay the Owner's reasonable costs of monitoring and inspection to assure
that any defects are remedied, and to repay the Owner all outlay and expense
incurred as a result of Vendor's and Surety's failure to remedy any defect as
required by this section.
36
Page 856 of 939
Vendor's and Surety's Contract herein made extends to defects in workmanship
or materials not discovered or known to the Owner at the time such work was
accepted.
4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract
to the contrary notwithstanding, to the following provisions:
A. To consent without notice to any extension of time authorized in approved
change orders to the Vendor in which to perform the Contract;
B. To consent without notice to any change in the Contract or Contract
Documents, authorized in approved change orders which thereby increases the
total contract price and the penal sum of this Bond, provided that all such changes
do not, in the aggregate, involve an increase of more than twenty percent (20%)
of the total contract price, and that this Bond shall then be released as to such
excess increase;
C. To consent without notice that this Bond shall remain in full force and effect
until the Contract is completed, whether completed within the specified contract
period, within an extension thereof, or within a period of time after the contract
period has elapsed and the liquidated damage penalty is being charged against
the Vendor.
The Vendor and every Surety on the Bond shall be deemed and held bound, any
contract to the contrary notwithstanding, to the following provisions:
D. That no provision of this Bond or of any other contract shall be valid that limits
to less than five (5) years after the acceptance of the work under the Contract the
right to sue on this Bond.
E. That as used herein, the phrase "all outlay and expense" is not to be limited in
any way, but shall include the actual and reasonable costs and expenses incurred
by the Owner including interest, benefits, and overhead where applicable.
Accordingly, "all outlay and expense" would include but not be limited to all
contract or employee expense, all equipment usage or rental, materials, testing,
outside experts, attorney's fees (including overhead expenses of the Owner's staff
attorneys), and all costs and expenses of litigation as they are incurred by the
Owner. It is intended the Vendor and Surety will defend and indemnify the Owner
on all claims made against the Owner on account of Vendor's failure to perform
as required in the Contract and Contract Documents, that all agreements and
promises set forth in the Contract and Contract Documents, in approved change
37
Page 857 of 939
orders, and in this Bond will be fulfilled, and that the Owner will be fully
indemnified so that it will be put into the position it would have been in had the
Contract been performed in the first instance as required.
In the event the Owner incurs any "outlay and expense" in defending itself against any
claim as to which the Vendor or Surety should have provided the defense, or in the
enforcement of the promises given by the Vendor in the Contract, Contract Documents,
or approved change orders, or in the enforcement of the promises given by the Vendor
and Surety in this Bond, the Vendor and Surety agree that they will make the Owner
whole for all such outlay and expense, provided that the Surety's obligation under this
Bond shall not exceed one hundred twenty-five percent (125%) of the penal sum of this
Bond.
In the event that any actions or proceedings are initiated regarding this Bond, the parties
agree that the venue thereof shall be Dubuque County, State of Iowa. If legal action is
required by the Owner to enforce the provisions of this Bond or to collect the monetary
obligation incurring to the benefit of the Owner, the Vendor and the Surety agree, jointly,
and severally, to pay the Owner all outlay and expense incurred therefor by the Owner.
All rights, powers, and remedies of the Owner hereunder shall be cumulative and not
alternative and shall be in addition to all rights, powers, and remedies given to the
Owner, by law. The Owner may proceed against surety for any amount guaranteed
hereunder whether action is brought against the Vendor or whether Vendor is joined in
any such action(s) or not.
NOW THEREFORE, the condition of this obligation is such that if said Principal shall
faithfully perform all the promises of the Principal, as set forth and provided in the
Contract, in the Contract Documents, and in this Bond, then this obligation shall be null
and void, otherwise it shall remain in full force and effect.
When a work, term, or phrase is used in this Bond, it shall be interpreted or construed
first as defined in this Bond, the Contract, or the Contract Documents; second, if not
defined in the Bond, Contract, or Contract Documents, it shall be interpreted or
construed as defined in applicable provisions of the Iowa Code; third, if not defined in the
Iowa Code, it shall be interpreted or construed according to its generally accepted
meaning in the construction industry; and fourth, if it has no generally accepted meaning
in the construction industry, it shall be interpreted or construed according to its common
or customary usage.
Failure to specify or particularize shall not exclude terms or provisions not mentioned
and shall not limit liability hereunder. The Contract and Contract Documents are hereby
made a part of this Bond.
Page 858 of 939
Project No.
Witness our hands, in triplicate, this
SURETY COUNTERSIGNED BY:
Signature of Agent
Printed Name of Agent
Company Address
City, State, Zip Code
Company Telephone Number
PRINCIPAL:
Vendor
By:
Signature
Printed Name
Title
NOTE:
day of , 2026.
FORM APPROVED BY:
Representative for Owner
SURETY:
Surety Company
By:
Signature Attorney -in -Fact Officer
Printed Name of Attorney -in -Fact Officer
Company Name
Company Address
City, State, Zip Code
Company Telephone Number
1. All signatures on this performance, payment, and maintenance Bond must be
original signatures in ink; copies, facsimile, or electronic signatures will not be
accepted.
2. This Bond must be sealed with the Surety's raised, embossing seal.
3. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this
Bond must be exactly as listed on the Certificate or Power of Attorney
accompanying this Bond.
==== END OF SECTION 00600 ====
39
Page 859 of 939
INSURANCE PROVISIONS AND REQUIREMENTS
SECTION 00700
City of Dubuque Insurance Requirements for General, Artisan or Trade Vendors,
Subcontractors or Sub Subcontractors
Class A:
Class R-
Class C:
Asbestos Removal
Asphalt Paving
Concrete
Construction Managers
Cranes
Culverts
Decking
Demolition
Deconstruction
Earthwork
Electrical
Elevators
Chemical Spraying
Doors, Window &
Glazing
Drywall Systems
Fertilizer Application
Geotech Boring
Insulation
Finish Carpentry
Carpet Cleaning
Carpet & Resilient
Flooring
Caulking & Sealants
Acoustical Ceiling
Filter Cleaning
Insurance Schedule F
Fiber Optics
Fire Protection
Fireproofing
General Contractors
HVAC
Mechanical
Paving & Surfacing
Parking Gate Equipment
Piles & Caissons
Plumbing
Retaining Walls
Reinforcement
Landscaping
Masonry
Vehicular Snow Removal
Painting & Wall Covering
Pest Control
Scaffolding
Sidewalks
Plastering
General Cleaning
Grass Cutting
Janitorial
Non Vehicular Snow &
Ice Removal
Office Furnishings
Roofing
Sanitary Sewers
Sheet Metal
Site Utilities
Shoring
Special Construction
Steel
Storm Sewers
Structural Steel
Trails
Tunneling
Water Main
Rough Carpentry
Stump Grinding
Tank Coating
Tree Removal
Tree Trimming
Tuckpointing
Waterproofing
Well Drilling
Power Washing
Tile & Terrazzo
Flooring
Window Washing
,m
Page 860 of 939
INSTRUCTIONS FOR INSURANCE SUBMITTAL:
EXHIBIT I
A) COMMERCIAL GENERAL LIABILITY
General Aggregate Limit $2,000,000
Products -Completed Operations Aggregate Limit $2,000,000
Personal and Advertising Injury Limit $1,000,000
Each Occurrence $1,000,000
Fire Damage Limit (any one occurrence) $50,000
Medical Payments $5,000
1) Coverage shall be written on an occurrence, not claims made, form. The
general liability coverage shall be written in accord with ISO form CG 00 01 or
business owners form BP 00 02. All deviations from the standard ISO
commercial general liability form CG 00 01 or business owners form BP 00 02
shall be clearly identified.
2) Include ISO endorsement form CG 25 04 "Designated Location(s) General
Aggregate Limit" or CG 25 03 "Designated Construction Project(s) General
Aggregate Limit" as appropriate.
3) Include endorsement indicating that coverage is primary and non-contributory.
4) Include Preservation of Governmental Immunities Endorsement.
(Sample attached).
5) Include additional insured endorsement for:
The City of Dubuque, including all its elected and appointed officials, all its
employees and volunteers, all its boards, commissions and/or authorities and
their board members, employees and volunteers. Use ISO form CG 20 10
(Ongoing operations).
6) The additional insured endorsement shall include completed operations under
ISO form CG 20 37 during the project term and for a period of two years after
the completion of the project.
7) Policy shall include Waiver of Right to Recover from Others endorsement.
8) 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 13th Street Dubuque, Iowa 52001. Contractor and subcontractor shall
not use any drone without the prior written approval of the city of Dubuque.
Any drone usage must comply with above liability limits and the additional
insured endorsement must name the City of Dubuque with respect to aircraft
liability coverage.
B) WORKERS' COMPENSATION & EMPLOYERS LIABILITY
Statutory Benefits covering all employees injured on the job by accident or disease as
prescribed by Iowa Code Chapter 85.
Coverage A Statutory —State of Iowa
Coverage B Employers Liability
Each Accident $100,000
Each Employee -Disease $100,000
Policy Limit -Disease $500,000
Policy shall include Waiver of Right to Recover from Others endorsement.
41
Page 861 of 939
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.
C) AUTOMOBILE LIABILITY
Combined Single Limit $1,000,000
Coverage shall include all owned, non -owned, and hired vehicles. If the Contractor's
business does not own any vehicles, coverage is required on non -owned and hired
vehicles.
1) Policy shall include Waiver of Right to Recover from Others endorsement.
D) UMBRELLA/EXCESS LIABILITY
The General Liability, Automobile Liability and Workers Compensation Insurance
requirements may be satisfied with a combination of primary and Umbrella or Excess
Liability Insurance. If the Umbrella or Excess Insurance policy does not follow the form of
the primary policies, it shall include the same endorsements as required of the primary
policies including but not limited to Waiver of Subrogation and Primary and Non-
contributory in favor of the City.
All Class A contractors with contract values in excess of $10,000,000 must have
umbrella/excess liability coverage of $10,000,000.
All Class A and Class B contractors with contract values between $500,000 and
$10,000,000 must have umbrella/excess liability coverage of $3,000,000.
All Class A and B contractors with contract values less than $500,000 must have
umbrella/excess liability coverage of $1,000,000.
All Class C contractors are not required to have umbrella/excess liability coverage.
All contractors performing earth work must have a minimum of $3,000,000 umbrella
regardless of the contract value.
E) POLLUTION LIABILITY
Coverage required: YesX No
Pollution liability coverage shall be required if project involves any pollution exposure for
hazardous or contaminated materials including, but not limited to, the removal of lead,
asbestos, or PCB's. Pollution product and complete operations coverage shall also be
covered.
im
Page 862 of 939
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.
F) 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.
G) UMBRELLA/EXCESS LIABILITY
The General Liability, Automobile Liability and Workers Compensation Insurance
requirements may be satisfied with a combination of primary and Umbrella or Excess
Liability Insurance. If the Umbrella or Excess Insurance policy does not follow the form of
the primary policies, it shall include the same endorsements as required of the primary
policies including but not limited to Waiver of Subrogation and Primary and Non-
contributory in favor of the City.
All Class A contractors with contract values in excess of $10,000,000 must have
umbrella/excess liability coverage of $10,000,000.
All Class A and Class B contractors with contract values between $500,000 and
$10,000,000 must have umbrella/excess liability coverage of $3,000,000.
All Class A and B contractors with contract values less than $500,000 must have
umbrella/excess liability coverage of $1,000,000.
All Class C contractors are not required to have umbrella/excess liability coverage.
All contractors performing earth work must have a minimum of $3,000,000 umbrella
regardless of the contract value.
F) POLLUTION LIABILITY
Coverage required: YesX No
Pollution liability coverage shall be required if project involves any pollution exposure for
hazardous or contaminated materials including, but not limited to, the removal of lead,
asbestos, or PCB's. Pollution product and complete operations coverage shall also be
covered.
43
Page 863 of 939
Each Occurrence $2,000,000
Policy Aggregate $4,000,000
1) Policy to include job site and transportation coverage.
2) Include additional insured for:
The City of Dubuque, including all its elected and appointed officials, all its
employees and volunteers, all its boards, commissions and/or authorities
and their board members, employees and volunteers. Use ISO form CG 20
10. (Ongoing operations) or its equivalent and CG 20 37 (completed
operations) or its equivalent.
3) Include Preservation of Governmental Immunities Endorsement.
4) Provide evidence of coverage for 5 years after completion of project.
5) Include endorsement indicating that coverage is primary and
non- contributory.
6) Policy shall include waiver of right to recovery from others endorsement.
7) Pollution liability shall include ISP endorsement CA 99 48. Pollution
Liability -Broadened Coverage for Covered Autos, or equivalent
endorsement if the contractor has vehicles that transport fuel onto
the Owner's property.
RAILROAD PROTECTIVE LIABILITY
Coverage required: Yes No
Any contract for construction or demolition work on or within fifty feet (50') from the edge
of the tracks of a railroad and affecting any railroad bridge, trestle, tracks, roadbeds,
tunnel, underpass, or crossing, for which an easement, license or indemnification of the
railroad is required, shall require evidence of the following additional coverages.
Railroad Protective Liability:
$ each occurrence (per limits required by Railroad)
$ policy aggregate (per limits required by Railroad)
QB
An endorsement to the Commercial General Liability policy equal to ISO CG 24 17
(Contractual Liability -Railroads). A copy of this endorsement shall be attached to the
certificate of insurance.
Schedule F, General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors November 2017
Page 864 of 939
Please be aware that naming the City of Dubuque as an additional insured as is required by this Insurance Schedule
may result in the waiver of the City's governmental immunities provided in Iowa Code sec. 670.4. If you would like to
preserve those immunities, please use this endorsement or an equivalent form.
PRESERVATION OF GOVERNMENTAL IMMUNITIES ENDORSEMENT
1. Nonwaiver of Governmental Immunity. The insurer expressly agrees and states that the purchase of this policy
and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any of the defenses of
governmental immunity available to the City of Dubuque, Iowa under Code of Iowa Section 670.4 as it is now exists
and as it may be amended from time to time.
2. Claims Coverage. The insurer further agrees that this policy of insurance shall cover only those claims not
subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now exists and as it
may be amended from time to time. Those claims not subject to Code of Iowa Section 670.4 shall be covered by the
terms and conditions of this insurance policy.
3. Assertion of Government Immunity. The City of Dubuque, Iowa shall be responsible for asserting any defense
of governmental immunity, and may do so at any time and shall do so upon the timely written request of the insurer.
4. Non -Denial of Coverage. The insurer shall not deny coverage under this policy and the insurer shall not deny
any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for reasons of governmental
immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental
immunity asserted by the City of Dubuque, Iowa.
No Other Change in Policy. The above preservation of governmental immunities shall not otherwise change or alter the
coverage available under the policy.
SPECIMEN
Schedule F, General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors January 2023
==== END OF SECTION 00700 ====
Page 865 of 939
SALES AND USE TAX EXEMPTION CERTIFICATE
SECTION 00750
The City of Dubuque, as a designated exempt entity awarding equipment contracts, will issue special
exemption certificates to Vendors and subcontractors, allowing them to purchase, or withdraw from
inventory, materials for the Contract free from sales tax pursuant to Iowa Code Sections: 422.42 (15)
& (16), and 422.47 (5). The special exemption certificate will also allow a manufacturer of building
materials and equipment to consume materials in the performance of a project without owing tax on
the fabricated cost of those materials or equipment.
These tax exemption certificates and authorization letters are applicable only for the work
under the contract. The Vendor and each subcontractor shall comply with said Iowa Code
Sales Tax requirements, shall keep records identifying the equipment, materials and
supplies purchased and verify that they were used on the contract, and shall pay tax on any
materials purchased tax-free and not used on the contract.
2. Upon award of Contract the City will register the Contract, Vendor, and each subcontractor
with the Iowa Department of Revenue and Finance; and distribute tax exemption
certificates and authorization letters to the Vendor and each subcontractor.
MR
Page 866 of 939
PROJECT INFORMATION REQUIREMENTS FOR
STATE OF IOWA SALES TAX EXEMPTION CERTIFICATES
FOR VENDORS & SUBCONTRACTORS
Submitting Department: Transportation
Department Contact: Joey Lueck
Project CIP Number(s): 4683000005
Please complete this form in its entirety and submit along with the executed Contract, Bonds and
Certificate of Insurance. Upon receipt, the City Finance Department will work with the Iowa Department
of Revenue to issue Sales Tax Exemption Certificates to the approved Vendor(s) to allow for the
purchase or inventory withdrawal of materials for the specified Project free from State of Iowa Sales
Tax.
Sales tax exemption certificates are not provided to material suppliers.
The Vendor and subcontractors can provide copies of the sales tax exemption certificates issued by the City to
individual material suppliers.
Project Name: Mobile License Plate Recognition Enforcement
System (Mobile LPR) Procurement
Project Description: Provide all material, labor, equipment, services
and training necessary to furnish and install fully
integrated on-line, real-time mobile license plate
recognition system.
Start Date: June 29, 2026
Final Completion Date: July 29, 2026
1. General Prime Vendor:
Contact Name:
Complete Address:
(Include PO Box and Street Information)
City, State, Zip Code
Telephone Number:
Federal I.D. Number:
(or Include Social Security Number)
Work Type to be Completed:
47
Page 867 of 939
2. Subcontractor:
Complete Address:
(Include PO Box and Street Information)
City, State, Zip Code
Telephone Number:
Federal I.D. Number:
(or Include Social Security Number)
Work Type to be Completed:
I Subcontractor:
Complete Address:
(Include PO Box and Street Information)
City, State, Zip Code
Telephone Number:
Federal I.D. Number:
(or Include Social Security Number)
Work Type to be Completed:
4. Subcontractor:
Complete Address:
(Include PO Box and Street Information)
City, State, Zip Code
Telephone Number:
Federal I.D. Number:
(or Include Social Security Number)
Work Type to be Completed:
5. Subcontractor:
Complete Address:
(Include PO Box and Street Information)
City, State, Zip Code
Telephone Number:
Federal I.D. Number:
(or Include Social Security Number)
Work Type to be Completed:
Page 868 of 939
6. Subcontractor:
Complete Address:
(Include PO Box and Street Information)
City, State, Zip Code
Telephone Number:
Federal I.D. Number:
(or Include Social Security Number)
Work Type to be Completed:
7. Subcontractor:
Complete Address:
(Include PO Box and Street Information)
City, State, Zip Code
Telephone Number:
Federal I.D. Number:
(or Include Social Security Number)
Work Type to be Completed:
8. Subcontractor:
Complete Address:
(Include PO Box and Street Information)
City, State, Zip Code
Telephone Number:
Federal I.D. Number:
(or Include Social Security Number)
Work Type to be Completed:
9• Subcontractor:
Complete Address:
(Include PO Box and Street Information)
City, State, Zip Code
Telephone Number:
Federal I.D. Number:
(or Include Social Security Number)
Work Type to be Completed:
Page 869 of 939
10. Subcontractor:
Complete Address:
(Include PO Box and Street Information)
City, State, Zip Code
Telephone Number:
Federal I.D. Number:
(or Include Social Security Number)
Work Type to be Completed:
11. Subcontractor:
Complete Address:
(Include PO Box and Street Information)
City, State, Zip Code
Telephone Number:
Federal I.D. Number:
(or Include Social Security Number)
Work Type to be Completed:
12. Subcontractor:
Complete Address:
(Include PO Box and Street Information)
City, State, Zip Code
Telephone Number:
Federal I.D. Number:
(or Include Social Security Number)
Work Type to be Completed:
13. Subcontractor:
Complete Address:
(Include PO Box and Street Information)
City, State, Zip Code
Telephone Number:
Federal I.D. Number:
(or Include Social Security Number)
Work Type to be Completed:
==== END OF SECTION 00750 ====
50
Page 870 of 939
PROJECT SCHEDULE AND AGREED COSTS OF DELAY
SECTION 00800
800.1 SCHEDULE:
CALENDAR DAY SCHEDULE:
Work required by the Contract Documents shall commence within ten (10) calendar days after
Notice to Proceed has been issued and shall be Substantially Complete by July 15, 2026 and
Finally Complete by July 29, 2026.
800.2 AGREED COSTS OF DELAY:
Time is of the essence of the Contract. As delay in the diligent prosecution of the work may
inconvenience the public, obstruct traffic, interfere with business, and/or increase costs to the City
such as engineering, administration, and inspection, it is important that the work be prosecuted
vigorously to final completion.
An extension of the contract period may be granted by the City for any of the following reasons:
Additional work resulting from a modification of the Contract Documents by approved change
order.
2. Delays caused by the City.
I Other reasons beyond the control of the Vendor, which in the City's opinion, would justify such.
Should the Vendor, or in case of default the Surety, fail to complete the work within the specified
Substantial and Final Completion Dates, a deduction at the daily rate for agreed costs of delay will be
made for each and every calendar day or working day, whichever is specified, such that the work
remains uncompleted. The Vendor or the Vendor's Surety shall be responsible for all costs incidental
to the completion of the work, and shall be required to pay the City the following daily costs:
A. For each calendar day that any work remains uncompleted beyond the Substantial Completion
date the Vendor will be assessed and shall pay, $700.00 per calendar day, not as a penalty
but as predetermined and Agreed Cost of Delay until Substantial Completion requirements are
met.
B. For each calendar day that any work remains uncompleted beyond the Final Completion date
the Vendor will be assessed and shall pay, $500.00 per calendar, not as a penalty but as
predetermined and Agreed Cost of Delay until Final Completion requirements are met.
Permitting the Vendor to continue and finish the Work, or any part of it, after the expiration of the
Substantial and Final Completion dates or Milestone Dates or extension thereof shall in no way
operate as a waiver on the part of the City of any of its rights or remedies under the contract,
including its right to Agreed Cost of Delay pursuant to this provision. Furthermore, the assessment of
Agreed Cost of Delay shall not constitute a waiver of the City's right to collect any additional damages
which the City may sustain by failure of the Vendor to carry out the terms of the Contract.
51
Page 871 of 939
The Agreed Cost of Delay rates specified in the Contract Documents is hereby agreed upon as the
true and actual damages due the City for loss to the City and to the public due to obstruction of traffic,
interference with business, and/or increased costs to the City such as engineering, administration,
construction, and inspection after the expiration of the contract times, or extension thereof. Such
Agreed Cost of Delay will be separately invoiced to the Vendor, and final payment will be withheld
from the Vendor until payment has been made of this invoice for the agreed cost of delay. The
Vendor and its surety shall be liable for any agreed cost of delay in excess of the amount due the
Vendor.
___= END OF SECTION 00800 =___
52
Page 872 of 939
THE CITY OF City of Dubuque
D� � Parking Department
U 950 Elm Street
Dubuque, IA 52001
Masterpiece on the Mississippi (563) 589-4228
NOTICE TO PROCEED
SECTION 00850
TO: VENDOR NAME ISSUE DATE:
ADDRESS
CITY, STATE ZIP COMMENCEMENT DATE:
(INSERT DATE = 10 DAYS FROM ISSUING NOTICE TO PROCEED)
PROJECT: Mobile License Plate Recognition Enforcement System (Mobile LPR) Procurement
Project
Dear
You are hereby notified to commence the work on the Project, on or before the commencement date,
in accordance with the Contract Documents. The Contract Time shall begin to run on the
commencement date.
You are required to return an acknowledged copy of this Notice to Proceed to the City.
THE CITY HAS RECEIVED A COPY CITY OF DUBUQUE, IOWA
OF THE CONTRACTOR'S WRITTEN
SAFETY PROGRAM
❑ YES
By:
(Signature)
(Name)
(Title)
ACCEPTANCE OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this day of
PRINCIPAL:
(Vendor)
By:
(Signature)
(Name)
(Title)
==== END OF SECTION 00850 ====
53
.2026.
Page 873 of 939
Mobile License
Plate Recognition
Enforcement (Mobile LPR)
System Procurement
THE C
DUUB�QTEJ
Masterpiece on the Mississippi
Request for Proposal (RFP)
March 4, 2026
MOBILE LPR PRICE PROPOSAL FORMS
SECTION 01100
54
Page 874 of 939
THE CITY OF
DUB E WALKER
CONSULTANTS
Masterpiece on the Mississippi
City of • • - Iowa
Mobile LPR
16 Price Proposal Form IMAM.
SUMMARY
MOBILE LPR HARDWARE
Mobile LPR
$ -
MOBILE LPR HARDWARE SUBTOTAL
$ -
SOFTWARE, INTERFACES AND INTEGRATIONS
Software
$ -
Integrations and Interfaces
$ -
$ -
MOBILE LPR SOFTWARE, INTERFACES AND INTEGRATIONS SUBTOTAL
CONSUMABLES AND SERVICES
Consumables (Tickets, Receipts, etc.)
$ -
Services (Design, Installation, Project Management, etc.)
$ -
$ -
CONSUMABLES AND SERVCES SUBTOTAL
NEW .ewe Ime $ _
RECURRING FEES
Annual Cost
Post -Warranty Maintenance M-LPR - Year 1
$ -
Post -Warranty Maintenance M-LPR - Year 2
$ -
Post -Warranty Maintenance M-LPR - Year 3
$ -
Post -Warranty Maintenance M-LPR - Year 4
$ -
Post -Warranty Maintenance M-LPR - Year 5
$ -
Post -Warranty Maintenance M-LPR - Year 6
$ -
Post -Warranty Maintenance M-LPR - Year 7
$ -
Post -Warranty Maintenance M-LPR - Year 8
$ -
Recurring Fees
$ -
Page 875 of 939
N
Masterpiece on the Mississippi
Item
City of •
Mobile LPR
ProposalL. Price
• - Iowa
System
Cost
WALKER
CONSULTANTS
Comments
Mobile LPR Equipment
Complete Mobile LPR System
[additional items]
Quantity
Unit Cost
Extension
Quantifies as required for complete system
0
$
$
$
$
$
$
Mobile LPR Equipment Subtotal:
$
Page 876 of 939
N WALKER
C0NSUlTANTS
Masterpiece on the Mississippi *
• • - • •
. -System
City ILLe lForm
SOFTWARE,arm
INTEGRATIONS,
Item Cost Comments
Software
Software (if any)
[additional items]
Quantity
Unit Cost
Extension
Quantifies as required for complete system
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
Software Subtotal:
$
Integrations and Interfaces
[additional items]
Quantity
Unit Cost
Extension
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
Integrations and Interfaces Subtotal:
$
Page 877 of 939
N WALKER
CONSUIiANTS
Masterpiece on the Mississippi
ty of • • - Iowa
obile, LPR System
Price Pro arm
Item Cost Comments
Consumables
List if any
[additional items]
Quantity
Unit Cost
Extension
0
$
$
0
$
$
0
$
$
0
$
$
Consumables Subtotal:
$
Services
Design Coordination
Installation
Project Management
Mobilization
Bonding
Training
Acceptance Testing
Final System Operational Testing -30 day
Local Storage facility
Freight
Warranty
Sub-Contractor-1 [Describe]
Sub-Contractor-2 [Describe]
Sub-Contractor-3 [Describe]
]additional items]
Quantity
Unit Cost
Extension
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
Services Subtotal:
$
Page 878 of 939
Nj_�EWALKER
CONSULTANTS
Masterpiece on the Mississippi
'ELCLity • • - • •
. - LPR Systrm
e Proposal For
WARRANTY/POST-WARRANTY MAINTENANCE
Service Position Cost Comments
WARRANTY HOURLY SERVICE RATES
Hardware Technician
Network Engineer
Server Engineer
Software Engineer
Database Engineer
[additional items]
Hourly Service Rate
For non -warranty service
$
$
$
$
$
$
POST -WARRANTY MAINTENANCE HOURLY SERVICE RATES
Hardware Technician
Network Engineer
Server Engineer
Software Engineer
Database Engineer
[additional items]
Hourly Service Rate
$
$
$
$
$
$
POST -WARRANTY MAINTENANCE Mobile LPRs (YEARS 3-10)
Year 1
Year 2
Year 3
Year 4
Year 5
Year b
Year 7
Year 8
Annual Cost
$
$
$
$
$
$
$
$
Page 879 of 939
Nj-�EWALKER
CONSULTANTS
Masterpiece on the Mississippi
City of • • - Iowa
Mobile LPR System
LM Price Proposal Form
ALTERNATE BID ITEMS
Item Cost Comments
Hardware
]additional items]
Quantity
Unit Cost
Extension
0
$
$
0
$
$
Software/Third Party Applications
[additional items]
Quantity
Unit Cost
Extension
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
0
$
$
Page 880 of 939
MOBILE LICENSE PLATE
RECOGNITION ENFORCEMENT SYSTEM
SECTION 111248
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Instructions to Proposers
B. Price Form
C. Vendor Compliance Form
1.2 REFERENCES
A. List of Abbreviations:
1. AKA Also Known As
2. BOLO Be on the Lookout
3. CMS Central Management System
4. ID Identification
5. OCR Optical Character Recognition
6. MSM Multi -Space Meter
7. LPR License Plate Recognition
8. PC Personal Computer
9. PbC Pay by Cell
10. PbP Pay -by -Plate
11. PEO Parking Enforcement Officer
12. RH Relative Humidity
13. RAM Random Access Memory
14. RMA Return Merchandise Authorization
15. SSM Single -Space Meter
1.3 SUMMARY
A. Provide all material, labor, equipment, services and training necessary to furnish and install fully
integrated on-line, real-time mobile license plate recognition system functioning as described herein.
B. System Description
1. The mobile LPR system includes:
a. Cameras
b. CMS
c. MSM System Integration
d. Citation Management System integration
e. PbC System integration
f. All necessary components and materials for a complete and functioning turnkey LPR
system (except the enforcement vehicle) as identified in this RFP.
g. (2) owner -supplied motor vehicles to be equipped by contractor.
h. Additional spare parts as recommended to provide best combination of value and up -
time to the Owner.
2. Integration with existing AIMS parking management systems:
a. Permit Management
61
Page 881 of 939
b. Citation (Ticket) Management
1.4 DESIGN CRITERIA
A. LPR System Performance
1. Achieve a capture rate of 98% for all non -exception vehicles, as defined in this section,
meaning that 98% of all license plates within range of being read by the LPR cameras are
identified as license plates for the sake of reading and recording each plate's characters.
2. Achieve an N Factor rating of 92%, meaning that the LPR system reads all captured license
plate characters, exclusive of stacked characters, correctly, 92 percent (92%) of the time for all
non -exception vehicles as defined within this section. Missing, misread, or additional
characters as determined by the LPR system, are counted against the read accuracy (i.e. if a
license plate contains six standard characters "ABC123", then N=6. Therefore, in order for the
system to achieve an N read, the system reads the LPN "ABC123" exactly). Additional
characters added before or after the license plate characters count against the read rate. (i.e.,
"1ABC123" does not constitute an N read).
3. Achieve an N-1 Factor rating of 96%, meaning that the LPR system reads all but one license
plate character, exclusive of stacked characters, correctly, 96 percent (96%) of the time for all
non -exception vehicles as defined within this section.
4. Achieve an N-2 Factor rating of 98%, meaning that the LPR system reads all but two license
plate character, exclusive of stacked characters, correctly, 96 percent (98%) of the time for all
non -exception vehicles as defined within this section.
5. Exception vehicles do not count against the accuracy of the LPR system. For the purposes
of the LPR performance requirements an exception vehicle is defined as:
a. Any vehicle whose license plate is obstructed, obscured, or encroached upon by a
foreign object.
b. Vehicles that contain excessive graphics and advertising such that it is impossible for
the LPR system to determine which graphics belong to the license plate and which
graphics do not.
c. Vehicles with no license plate.
d. Vehicles with temporary cardboard (non -reflective) "Dealer Plates."
e. Motorcycles.
6. Provide a means, subject to approval by the City, to remotely score the LPR system to
ensure it meets the performance requirements. Provide all software needed to test the LPR
system's performance, downloadable to a standalone PC used for testing.
B. Fully operational regardless of extreme weather such as heat, sun, rain, ice, snow, freezing rain,
etc.
C. Operating temperature range of -30 to +55 Celsius and to 95% RH.
1.5 PRICE REQUIREMENTS:
A. Price includes the provision of all material, labor, equipment, and services necessary to furnish and
install fully integrated mobile LPR system as outlined herein.
B. Add Alternative: Provide pricing for Maintenance, Service, and Parts Contract after oneyear
warranty:
W,
Page 882 of 939
1. A separate contract awarded for Maintenance, Service and parts that would commence with
expiration of one-year warranty period.
2. Provide annual pricing for five (5) years after initial one-year warranty period.
C. Substantial Completion: A certificate of substantial completion will be provided when the following
requirements have been satisfied:
1. All systems, features and communications, have passed the SAT per Section 3.2 of this
document.
2. All spare parts, stock material and manuals are on site and have been approved.
3. All test checklists, documentation and training has been completed.
D. Final Acceptance: Final acceptance will occur upon satisfactory completion of all work, tests,
demonstrations and training specified herein as well as successful completion of sixty-day operational
test per Section 3.2 of this document.
1.6 ADMINISTRATIVE REQUIREMENTS
A. Coordination:
1. Distribute to the appropriate parties any installation diagrams, details, and templates for
setting, anchoring and/or mounting meters.
2. Coordinate interfaces with any other systems by others, including but not limited to Local
Area Network, MSM/SSM/PbC vendors, etc.
1.7 PROPOSAL SUBMITTALS - TO BE INCLUDED WITH RESPONSE
A. Price Form:
1. Total system cost (design, manufacture, shipping, installation, training, commissioning, etc.).
City of Dubuque, IA Draft Construction Documents
2. Include per unit cost of each component.
3. Include any and all recurring fees.
4. Include recommended spare parts to be kept on -site.
B. Product Data:
1. Product description for each component including the following:
a. Detail of user interface.
b. Operating temperature and humidity ranges.
c. Camera housing materials.
d. Photos of installed system, including and identifying base products and options.
e. Installation and mounting requirements.
f. List of modular components that may be replaced by hand.
g. List of components that require tools for replacement, and identify which tools are
required.
2. RMA process and procedures.
63
Page 883 of 939
3. Description of the CMS software, including the following:
a. Configuration diagram.
b. Software platforms and programming language.
c. Communication protocol, polling procedures and transaction message flow from
peripheral devices to and through CMS.
d. Describe how data and license plate images are transferred in real time.
e. Describe the minimum, maximum, and average amount of time in seconds the
system will take to transmit and receive images and data, including what parameters or
conditions will affect transmission times and what percentage of each type of
transmission can be expected to be transmitted within the average transmission time.
f. Describe any file limitations in downloading, sending and storing license plate images.
g. Communication failure/error identification and recovery.
h. Fault tolerance.
i. Back-up procedures.
j. Data storage and retrieval procedures.
4. Description of LPR paid parking and time -limit enforcement sequence.
5. Description of non -license plate time -limit sequence.
6. Sample screenshots, databases and reports:
a. Screenshots of dashboards.
b. License plate images.
c. Databases.
d. Enforcement reports.
e. Statistical reports.
C. Spare Parts
1. Provide a list of recommended spare parts and associated pricing.
2. Provide a list of all spare parts including:
a. Part name.
b. Part number.
c. Unit price.
d. RMA process and procedures.
D. Exceptions and Substitutions:
1. Complete and submit an all-inclusive Specification Exception List (including substitutions),
identifying any substantive non-compliance with specification requirements.
2. Substitutions: It is recognized that there are variations in equipment between manufacturers.
Where functional performance, features or quality of system varies materially from that
specified, submit a Request for Substitution identifying substitution being proposed. This
submittal may be accompanied by catalog sheets, brochures, and technical specifications of
the proposed system.
E. Installation Schedule: Detailed schedule of project requirements including milestones for delivery,
installation, training, and testing. Milestones include special project requirements related to
coordination with work by others and phasing.
Page 884 of 939
F. List manufacturer of each primary component of system.
G. If cellular communication technology is proposed to be provided by the contractor, provide the
following submittals with the proposal:
1. Underlying technology proposed, i.e. 4G LTE, 5G, 5G UWB, etc.
2. Cut sheet(s) of the cellular components.
3. Monthly service cost per line of service and in total.
4. Expected end -of -service date of the cellular components based on known carrier sunset
dates for the proposed technology. If no sunset dates are known, include a statement
indicating such.
5. A complete list of carriers compatible with the proposed cellular technology
H. Contractor's detailed plan to provide a cellular site survey and carrier selection or
recommendation. Cellular site survey will be required after contract award.
Contractor Information
1. Provide the following information:
a. Name of company.
b. Brief company overview including a description of the company structure, and a
statement on whether the company is a private or public entity
c. Years in business.
d. Number of employees.
e. Annual sales volume.
f. Name and contact information (address, email, and phone number) of Principals
and/or Local Contacts.
2. Provide a list of any subcontractors, their business address, and a brief summary of their
role in the project.
3. Provide the name, location, and contact information of the nearest authorized service center
for maintenance and repairs.
4. Proven ability to provide installation and/or service and support after installation, meeting
minimum requirements as specified herein.
5. Continuously worked with equipment manufacturer, including providing installations and/or
service, for minimum of three (3) years.
6. Approved in writing by manufacturer.
7. Documentation of manufacturer's installation and/or service training within previous two (2)
years.
8. Similar system installed in three (3) or more municipalities of similar size and complexity.
Provide the following for each installation:
a. Name of project.
65
Page 885 of 939
b. Location.
c. Contact name, telephone number and email address.
d. Date of installation.
e. Description of equipment and quantities.
J. Manufacturer's Qualifications (if not the Contractor): Provide documentation:
1. In continuous operations for previous five (5) years.
2. Description of the manufacturer's presence in the region.
3. Similar system and system integration installed in three (3) or more municipalities of similar
size and complexity. Provide the following for each installation:
a. Name of project.
b. Location.
c. Contact name, telephone number and email address.
d. Date of installation.
e. Description of equipment and quantities.
K. Warranty:
1. Submit copy of warranty (per Section 1.10 of this document) and explanation of any
instances which may impact warranty coverage. Note that a two-year warranty is required.
2. Submit RMA procedures.
1.8 INFORMATIONAL AND CLOSEOUT SUBMITTALS
A. All submittal approvals, comments and rejections will be returned to the Contractor by the Owner's
designated representative with requests for resubmittal as appropriate. Resubmit as required until
submittal is approved by the Owner's designated representative.
B. Operating Documentation: Prior to initiation of field test and training, deliver two hard copies and
one electronic copy of operations manuals, maintenance, and administration manuals.
C. Copies of all licenses, registrations, documentation, disks and other media as may have been
included with those commercially available software packages provided with system. In addition,
ensure that all licenses, registrations and warranties have been transferred to Owner prior to final
software turnover.
D. At least 30 days prior to scheduled training sessions, deliver a Training Plan. Include at a
minimum, a description of all training courses including identification of instructional outcome,
duration of course, and type of presentations.
E. Testing Plan and Documentation: Provide a test plan for review and approval by Owner or Owner's
authorized representative 30 days prior to start of first test. Include demonstrations of compliance with
specifications, contractual compliance, disaster recovery testing and documentation, definitions of all
test objectives, participant responsibilities, documentation for tests, and procedures for dealing with
failures during test.
F. If the system requires a connection to the public internet via a fixed or cellular connection, provide
a cellular site survey along with methodology for selection or recommendation of carrier. Contractor is
Page 886 of 939
expected to do all required cellular signal strength measurements and determine ideal modem and/or
antenna placement. Owner has no responsibility to ensure adequate cellular signal strength.
G. Contractor is responsible for all permits and licenses and compliance with all codes and
regulations.
1.9 QUALITY ASSURANCE
A. All components and installation to comply with all laws, ordinances, codes, rules, and regulations
of public authorities having jurisdiction over this part of the work. It is the responsibility of the
Contractor to meet these and all other current technical, performance, and safety standards that are
applicable to all components and to the entire system, even when not specifically referenced.
B. Open -architecture system where all interfaces (hardware and software) conform to national and
International Organization for Standardization (ISO) standards.
C. All materials and equipment listed, labeled, or certified by a nationally recognized testing
laboratory to meet Underwriters Laboratories, Inc. (UL) standards, where test standards have been
established.
1. Equipment and materials which are not covered by UL Standards may be
considered, provided equipment and material is listed, labeled, certified, or
otherwise determined to meet safety requirements of a nationally recognized
testing laboratory.
2. Equipment of a class for which no nationally recognized testing laboratory accepts, certifies,
lists, labels, or determines to be safe, will be considered if inspected or tested in accordance
with national industrial standards, such as NEMA, or ANSI. Evidence of compliance includes
certified test reports and definitive product data.
D. Equipment housings, conduits, and junction boxes exposed to weather (any location not in a
conditioned environment) will meet or exceed NEMA 3SX or IP54 standards to be moisture -proof and
provide sufficient protection so that the components continue to function without moisture, dust,
particle, heat, or cold -related interruption. Components that do not meet NEMA 3SX or IP54
standards or better may be considered if implemented with supplemental environmental controls to
sufficiently protect equipment.
1.10 WARRANTY
A. General: Equipment and installation (100% parts and labor) for two (2) years from date of final
acceptance by Owner or Owner's Representative. System maintained and serviced against any and
all malfunctions due to manufacturing or installation defects at no cost to Owner during warranty
period, including preventive maintenance per manufacturer's recommendations or as necessary to
keep equipment in good working order. Software support provided during warranty period to include
all software upgrades at no additional cost to Owner.
1. Warranty period commences after Contractor has demonstrated satisfactory performance of
system as specified in the Acceptance Testing Plan.
2. Maintain a log of all maintenance, preventive maintenance and repair work performed under
warranty and provide to Owner or Owner's Representative at end of warranty period.
B. Warranty response period:
67
Page 887 of 939
1. Immediate telephone support available from 8:00 am — 5:00 pm, local time, Monday -Friday.
2. On -site response by qualified service technician within 48 hours, excluding weekends and
holiday.
C. If Contractor is not available for above response, Owner or Owner's Representative may affect
repairs with no impact on warranty. Pre -qualify appropriate Owner or Owner's Representative to
perform repairs and identify types of repair each trained individual is qualified to perform after training
of Owner personnel.
D. Replace items taken from spare parts inventory during warranty period at no additional cost to
Owner.
E. Preventative Maintenance Service during the Warranty Period:
1. Provide preventative maintenance services for all systems throughout the warranty period.
Preventative maintenance procedures and frequencies are defined within the Manufacturer's
recommended maintenance procedures manual.
2. Preventative maintenance services include but are not limited to inspection, testing,
necessary adjustment, alignments, calibration, parts cleaning, communication system
maintenance, server administration and database administration of the hardware provided as
part of this project by the Contractor.
3. Perform all preventative maintenance at non -peak periods during regular business hours.
F. Software Support during the Warranty Period:
1. Make available to the Owner normal software improvement releases (updates) as they
become available at no additional cost to the Owner.
2. Provide all software patches and updates free of charge during the warranty period;
however, the Owner has right of refusal.
3. Seven (7) calendar days prior to all software modifications, patches, updates, and upgrades,
provide accurate and complete documentation that describes:
a. Patch/update release designation.
b. Proposed date and time of implementation.
c. Detailed description of what the patch/update accomplishes.
d. Test plan that shows the change has been successfully tested and has passed
internal unit, end -to -end testing.
e. Full disaster recovery procedures that return the system to its prepatch/update
condition
4. Provide operating system support and database administration services including
adherence to the recommended operating system patches and updates as they are made
commercially available by the operating system developer.
5. Coordinate the testing and implementation of all patches and updates with the Owner.
6. Support upgrades to the application based on operating system patch and upgrade
requirements. For example, if run on a Microsoft operating system, the software can be
Page 888 of 939
patched according to the Microsoft patch and upgrade schedule without breaking any
application. If Microsoft decommissions an operating system, the Contractor must be capable
of releasing code compatible with next operating system upgrade prior to Microsoft ending
support for current operating system.
7. If at any time the Contractor ceases to do business or ceases to make the software product
commercially available, the Owner will assume full ownership of the software. Thirty days prior
to ceasing to do business, the Contractor will provide the most current version of the software
source code to the Owner.
8. Provide corrective patches and upgrades in the event security vulnerability or system
availability issues are discovered.
1.11 DELIVERY, STORAGE, AND HANDLING REQUIREMENTS
A. Contractor is responsible for insuring all shipped items. Any items damaged during shipping will be
replaced and shipped to the project site, by expedited means if requested, at no additional cost to the
Owner.
B. Owner will provide a designated storage/staging area for equipment that has not been installed.
Location to be determined after contract award.
C. It is the Contractor's responsibility to protect the equipment from theft and damage until final
acceptance. Contractor will replace the equipment at no additional cost to the Owner.
D. Deliver equipment to site in manufacturer's original containers to prevent damage and marked for
easy identification.
PART 2 — PRODUCTS
Ago] 4►kIII :7_1111111LT, /_1►F_1W4LT, 14►1111&1V&*t94LTA I
A. Microprocessor controlled, in on-line, virtual real-time communication. In event of failure during
communication, an error -checking and recovery routine is employed to prevent corruption of data.
B. Hosted system, capable of operating with proper user ID and password, to all authorized users.
1. Provide continual software updates at no additional fees for the life of the contract.
2. Maintain a secure connection while active, and automatically log -off after programmable
period of inactivity.
3. Remote access to CMS over standard TCP/IP connection (may use web browserbased
applications).
4. Browser -based user -interface modules utilize client/server technology or equivalent. The
following general requirements apply to all components or modules:
a. Windows -based graphical user interface.
b. Allow for both standard and custom report formats.
c. Adequate security to allow for different classifications of users.
5. System back-up in less than three hours.
Page 889 of 939
6. Provide any and all updates to the CMS at no additional cost to the Owner for the life of any
contract.
C. Accurately enforce/match scanned vehicle license plates to data files such as:
1. PbP meter payments.
2. PbC parking payments.
3. Permit vehicles.
4. No parking zones.
5. Tow, boot or seizure eligible registrations.
6. City, state, and federal stolen vehicle license plates.
7. Previously scanned vehicles for time limit violations.
8. Authorized "white list" vehicle license plates.
9. BOLO vehicle license plates.
D. Ability to identify moved and re -parked vehicles or time limit parking via "electronic chalking".
E. Ability to provide security features so that a vehicle identified as a scofflaw cannot be bypassed
without corrective action or supervisory authorization. Note: This is not desired presently but should
be available in the future at no additional cost.
F. Capable of duration of stay and turnover analysis.
G. Ability to schedule updates (i.e., hot lists).
H. Provide mapping functions with zones for location identification and rules.
I. Maximum response time for data retrieval (i.e., query against "hit" file on hand-held): Four (4)
seconds.
J. Trunk mounted processor.
K. Intelligent Power Supply Unit for ignition start-up and shut down.
L. Color touch screen
1. Display license plates scanned
2. Audible and visual alerts of license plates which are in violation or otherwise identified as
scofflaws.
M. Provide the capability for supervisors to perform field audits.
70
Page 890 of 939
N. Provide for remote access to the management features of the system from designated
workstations for authorized supervisors.
O. Ability of real time system updating to the boot and tow system (i.e., location of vehicle booted,
vehicle color and make, boot number) and any and all information necessary to complete a boot
record by wireless cell card or some other wireless system. Note: This is not desired presently but
should be available in the future at no additional cost.
P. Storage
1. Capable of automatic storage and wireless transmission of all data and digital images.
2. Unlimited storage capacity.
3. Ability to store and catalogue images for up to sixty (60) days and recall them on demand by
field -sortable search.
Q. Automatically capture, interpret, process, display and store license plate images
R. Incorporate fuzzy logic for identifying misreads.
S. Provide real-time displays of:
1. License plate image.
2. License plate.
3. Image of vehicle.
4. Date and time.
5. GPS coordinates.
T. Manual Features
1. Ability to manually identify misread plates.
2. Ability to add notes to images.
U. Queries:
1. Ability to manually enter plates for querying purposes.
2. Ability to cross-link, query and input data from external sources.
3. Ability to audit all queries by date, time and user password.
4. Ability to save frequent query requests.
V. Data format in either .csv or text file.
W. Ability to export and print all data.
X. Data download by flash drive or wireless.
71
Page 891 of 939
Y. Include updatable mapping system and license.
Z. Security
1. Utilize protocols and passwords that prevent unauthorized access to software and
hardware and manipulation of data and reports, including individual transactions.
2. Include multiple levels of access authorization to all operational, administrative and reporting
functions and provide the following security features:
a. Define individual user and group -based security.
b. Ability to assign a unique user ID and password for each person authorized to use
system.
c. Ability to establish an expiration period for passwords and periodically change that
password for each authorized user ID.
d. Ability to disable a user ID following successive log -on failures exceeding a specific
limit.
e. Ability to view and report user and group level security rights and create userdefined
fields.
f. Ability to de -activate codes for former users and internal and external customers.
3. Provide Owner with a complete list of initial installation administrator usernames and
passwords for all authorized users.
4. Monitor the transmission of repeated messages that may indicate possible problems with
the system.
5. Display abnormal status conditions as a visual alarm on the workstation screen,
accompanied by an audible alarm.
a. The display continues to flash until the abnormal condition is corrected. The audible
alarm continues until turned off by operator.
b. Record the abnormal status condition and the acknowledgement of the alarm,
including time, workstation and operator.
2.2 CAMERAS
A. Ability to capture plate images for parallel and diagonally parked vehicles and moving vehicles.
B. Ability to read reflective and non -reflective license plates.
C. Ability to take still pictures.
D. Ambient lighting conditions have no effect on the accuracy of the LPR system regardless of the
time of the day and night. Provide any necessary shading or lighting elements required to mitigate the
effect of the ambient lighting conditions on the LPR system performance.
E. Perform all optical character recognition.
F. RF shielded camera cables.
G. Internal heating elements.
72
Page 892 of 939
H. Rated at 30 frames per second.
I. Anti -theft mounting /removal brackets.
J. Equipped with IR lens for license plate and color image for verification.
K. Capable of multiple images with multiple flash and shutter settings.
L. Target range of 9' to 30'.
M. In -camera GPS.
N. Pulsed LED illumination.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install LPR System in accordance with manufacturer's recommendations.
B. Installation and Start -Up: Contractor is responsible for installation of all Contractor supplied
equipment and its interfacing and interconnection with Owner supplied equipment (i.e., 2 motor
vehicles)
C. Contractor is responsible for all software and communications by all computers and peripheral
devices.
D. Owner or Owner's Representative may observe installation process and stop the work at any time
throughout the process.
3.2 FIELD QUALITY CONTROL
A. Provide an Acceptance Testing Plan to demonstrate the functionality of the system.
1. Include demonstrations of compliance with all specifications, contractual compliance,
definitions of all test objectives, participant responsibilities, documentation of tests and
procedures for dealing with failures during test.
2. Detail tests for every functional requirement of the system, including PbC integration.
a. Include checklist for specified supplies, spare parts, training operation and
training manuals.
b. Provide space for acceptance by Contractor and Owner or Owner's representative.
3. Confirm that all specified features are provided and fully operational before
scheduling Acceptance Testing with Owner and/or Owner's Agent.
4. Notify Owner or Owner's Representative in writing at least one week prior to test session. If
a test is not successful, correct noted deficiencies and advise Owner or Owner's
Representative, at least two days in advance, that test session is ready to resume.
5. Owner or Owner's Representative may witness tests.
73
Page 893 of 939
B. Passing Acceptance testing, even if performed in the presence of the Owner or Owner's
Representative, does not relieve the Contractor of the responsibility to provide a system in
accordance with the Specifications.
C. Promptly correct all problems encountered at no cost to the Owner.
D. Sixty -Day Operational Test and Final Acceptance
1. After go -live date, the Owner will conduct an operational test for sixty (60) days.
2. Performance Standards:
a. System is fully operational without downtime or programming problems for the
complete monthly reporting cycle. For each down time period of between one hour and
eight hours, or programming problems that delay the report cycle, two days will be
added to the test duration.
b. All reports correlate 100% with MSM and PbC data.
3. Maintain detailed records and a logbook of all tests, events and issues to be provided to the
Owner upon completion of the tests.
3.3 INSTRUCTION AND TRAINING
A. Fully instruct the Owner's designated personnel in the operation, adjustment, and maintenance of
all products, equipment, and systems.
B. Coordinate scheduling of on -site and in -person instructional classes with Owner's designated
personnel to avoid conflicts and peak -period personnel demands.
C. Submit a proposed instruction schedule prior to equipment installation. Owner will tentatively
approve or suggest changes to the training schedule.
D. Ample time should be allotted within each session for the instructor to fully describe and
demonstrate all aspects of the SSSM system and allow Owner personnel to have hands on
experience with the meters.
E. All instruction courses will consist of classroom instruction and actual "hands-on" experience.
Classes will be set up in a room designated by the Owner.
F. Provide experienced instructors that speak fluent English in a clear precise manner.
G. Provide all documentation required for instructing Owner personnel. The Owner retains the right to
copy training materials as frequently as required for ongoing internal use only.
H. Provide an instructional notebook or user's manual to accompany every instruction course. Submit
a hard copy and electronic version of all manuals (operation and maintenance) written in common
English with appropriate photos, diagrams, and schematics to supplement the text.
I. Training categories:
1. Maintenance.
2. Enforcement.
74
Page 894 of 939
3. Administration.
J. Provide hard copies and electronic operation and maintenance manuals for all components.
==== END OF SECTION 111248 ====
75
Page 895 of 939
APPENDIX A - VENDOR EVALUATION PROCESS
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
Vendors for placement on the Vendors short-list for the project. The following criteria
are among those that will be used to initially evaluate submitted proposals:
Proposed Solution Functionality and Technical Design:
a. This criteria pertains to system functionality and design, including the
experience of parking customers, and the City as the parking owner and
operator. Aspects of the parking experience include accepting payment,
event parking, navigating the devices, equipment, conducting
enforcement, and collecting and reviewing data.
2. Proposed Approach approach/methodology completing the scope of services
such as:
a. Logic and convenience of the proposed approach and methodology
relative to the city's needs. Compatibility of the proposed approach and
methodology to city policies and practices in administering this type of
public improvement project.
b. Grasp of project requirements and level of interest in the project.
c. Creativity and problem -solving ability.
3. Experience, Qualifications, and References
a. Experience and qualifications of all team members (including any subconsultants)
executing similar projects for municipalities similar to Dubuque, including in size,
geographic market, weather conditions, and
customer/user profile.
b. Quality of references provided, similarity of references to Dubuque, and
quality of feedback received from references.
c. A Track record of the all vendor team members working together.
4. Ongoing System Maintenance and Support.
5. Proposed schedule required to complete project.
6. Cost of the proposed project.
OR
Page 896 of 939
VENDOR SHORT-LIST EVALUATION CRITERIA
The RFP selection committee may choose to interview one or all of the short-listed
Vendors. Both the original submitted proposals and the results of any Vendor
interviews and professional references will be used to select the final Vendor for the
project. The following criteria are among those that will be used to evaluate the
Vendors on the short-list:
Proposed Solution Functionality and Technical Design:
a. This criteria pertains to system functionality and design, including the
experience of parking customers, and the City as the parking owner and operator.
Aspects of the parking experience include accepting payment,
event parking, navigating the devices, equipment, conducting
enforcement, and collecting and reviewing data.
2. Proposed Approach approach/methodology completing the scope of services
such as:
a. Logic and convenience of the proposed approach and methodology
relative to the city's needs. Compatibility of the proposed approach and
methodology to city policies and practices in administering this type of
public improvement project.
b. Grasp of project requirements and level of interest in the project.
c. Creativity and problem -solving ability.
3. Experience, Qualifications, and References
a. Experience and qualifications of all team members (including any subconsultants)
executing similar projects for municipalities similar to
Dubuque, including in size, geographic market, weather conditions, and
customer/user profile.
b. Responsiveness and compatibility between the Vendor and City, including general
attitude and ability to communicate and be a high -quality team player, ability of the
Vendor to maintain a high level of direct interaction and communication with city staff,
ability to listen, be flexible, and follow and/or implement direction and/or ideas or
concepts.
c. A Track record of the all vendor team members working together.
4. Ongoing System Maintenance and Support.
5. Proposed schedule required to complete project.
6. Cost of the proposed project.
7. Overall success of past installations and system operational functionality with
other municipalities and/or other system operators.
77
Page 897 of 939
For the ranking of the Vendors during both the initial evaluation and the short list
evaluation, the RFP Selection Committee shall use the RFP Scoring Matrix. The RFP
Scoring Matrix has weights assigned to the above listed criteria. The Vendor ranked
highest after the scoring matrix is completed will be recommended for the award of this
project by the RFP Selection Committee.
SELECTED CONSULTANT - FEE NEGOTIATION PROCESS
Upon the successful completion of the Vendor RFP review process, the RFP Selection
Committee will recommend to the City Manager, the awarding of a contract to the
highest ranked Vendor. Upon consensus of the award recommendation between the
RFP Selection Committee and the City Manager, the City Manager will then make a
formal recommendation of award to the Dubuque City Council. The City Manager will
also request authority from the Dubuque City Council to negotiate with the recommended Vendor a
final scope of work and fee structure for the project, and for the
authority to execute a contract with the Vendor awarded this project by the City Council.
After authority is granted to negotiate an agreement and execute a contract with a
Vendor, the Vendor and city staff shall jointly prepare a final detailed scope of work with
a set fee. After the final scope of services has been determined, a fee has been
negotiated, the City shall incorporate these documents 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 offerer. Otherwise,
negotiations with the offerer ranked first shall be formally terminated and negotiations
commenced with the Vendor ranked second, and so on until a contract can be
negotiated that is acceptable to the City.
The City Council has the authority to reject all proposals, and if desired issue a new
RFP and seek new proposals.
Payment for Work: The Vendor with an executed contract with City shall be paid once
monthly. The invoiced amount shall be based on the percentage of work completed as
reported on as part of the monthly submitted payment application.
Page 898 of 939
APPENDIX B - RFP RULES AND PROTEST PROCEDURE
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 Vendor an advantage or
benefit not enjoyed by other prospective Vendors.
EXCEPTIONS
Proposer exceptions to any part of the requirements stated in this request must be
clearly identified as exceptions and noted in the letter of transmittal and in the submitted
project cost estimate.
RANKING OF THE PROPOSALS
No debriefings or scoring information shall be released before the City Manager has
recommended that a contract be negotiated with the recommended Vendor. 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 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 Jurisdiction Representative set forth in the RFP Documents Manual,
who shall review the written dispute and work with the City Manager to render a
decision which shall be considered final.
79
Page 899 of 939
APPENDIX C - CONTRACT TERMS AND CONDITIONS
TERMS AND CONDITIONS
The following clauses shall be included in the final signed contract:
1. VENDOR'S CONSULTANT ENDORSEMENT ON PLANS.
If required by Iowa law as part of the equipment installation, the Vendor shall hire an Iowa licensed
design professional who shall endorse any part of the work prepared under this Agreement that is
required to be so under the law. The design professional shall affix thereto the seal of a licensed
professional engineer, or licensed professional architect, licensed to practice in the State of Iowa, in
accordance with the current Code of Iowa.
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 a contract amendment being executed by both parties.
3. EXTRA WORK.
The Vendor 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
Vendor shall submit in writing a request for additional compensation which will be considered by the
City. If approved by the City, the Vendor 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 Vendor. 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.
Vendor 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, Vendor 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
Vendor, Vendor's subcontractor, or anyone directly or indirectly employed by Vendor or Vendor
subcontractor or anyone for whose acts Vendor or Vendor's subcontractor may be liable, regardless
of whether or not such claim, damage, loss or expense is caused in part by a party indemnified
hereunder.
:1
Page 900 of 939
City may terminate this agreement, with or without cause, upon providing 14 days written notice to the
Vendor.
8. ERRORS & OMISSIONS.
In the event that the work product prepared by the Vendor is found to be in error and revision or
reworking the work product is necessary, the Vendor agrees that it shall do such revisions without
expense to the City, even though final payment may have been received. The Vendor 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 Vendor herein.
9. OWNERSHIP OF PROJECT 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 Vendor. 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 Vendor for the specific purpose
intended will be the City's sole risk and without liability or legal exposure to the Vendor.
The City acknowledges the Vendor'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 Vendor.
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 Vendor 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 Vendor in this Agreement is
prohibited unless written consent is obtained from the Engineer and approved by the City.
RE
Page 901 of 939
APPENDIX D — STATEMENT REGARDING CONTRACT TERMS AND
CONDITIONS
The proposer must indicate that they have read and understand Appendix C — Contract Terms and
Conditions, and agree to include the clauses that are listed in Appendix C in the final signed contract.
Please see separate RFP listed on City of Dubuque website, Pay -by -Plate Multi -Space Parking Meter
(PbP MSM) System Procurement, for further information.
Statement
Y/N
The Vendor has read and understands Appendix C — Contract Terms
and Conditions and agrees to include the clauses that are listed in
Appendix C in the final signed contract.
Page 902 of 939