Loading...
Request for Proposals_9th & 11th Streets Two-Way Traffic StudyMasterpiece on the Mississippi TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: 9th Street & 11th Street Traffic Study One -Way to Two -Way Conversion DATE: March 26, 2010 Dubuque bitil All- AmaicaCity 2007 As part of the Historic Millwork District Master Plan, the Cunningham Group recommended 9 Street, between Bluff and Elm, and 11 Street, between Central and Elm, be converted from one -way to two -way streets. The study would evaluate the potential for converting 9 Street, between Locust Street and Kerper Boulevard, and 1 1 th Street, between Central Avenue and Kerper Boulevard, from one -way to two -way traffic. In addition, 10 Street, between Bluff Street and Central Avenue will be evaluated for possible conversion to two -way traffic. Portions of these streets are under Iowa DOT jurisdiction, and the Iowa DOT advised the City to conduct a study to evaluate the feasibility of such change and potential traffic impact. City Engineer Gus Psihoyos recommends City Council approval to distribute a Request for Proposal to seek qualified firms interested in providing professional services for the 9 Street & 11 Street Traffic Study: One -Way to Two -Way Conversion. I concur with the recommendation and respectfully request Mayor and City Council approval. MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Gus Psihoyos, City Engineer 1 ,---- -___ M chael C. Van Milligen DISCUSSION The professional consultant services contract for the 9 Street & 11 Street Traffic Study: One -Way to Two -Way Conversion will include the following: — Study current traffic flow patterns on 9 10 and 11 Streets between Locust Street and Kerper Boulevard. — Provide traffic summaries for a variety of corridor improvement/modification scenarios. — Provide horizontal roadway concepts for the study corridors. — Provide cost estimates for the roadway improvements recommended in the vicinity of the Historic Millwork District. The tentative schedule for the 9 Street & 11 Street Traffic Study: One -Way to Two - Way Conversion RFP is as follows: RFP Release to Public Response Due Date Recommendation to City Manager Recommendation to City Council Study Completion The selected consultant will complete the study under the general direction and coordination of the City's Engineering Department as authorized by the City Council. BUDGET IMPACT The project budget is expected to be in the range of $75,000 - $140,000 once a final scope of services has been negotiated. The funding will be allocated from the potential savings of street reconstruction projects. ACTION TO BE TAKEN April 6, 2010 April 20, 2010 April 23, 2010 May 3, 2010 October 29, 2010 I respectfully request the City Council to approve the distribution of the Request for Proposal (RFP) for the 9 Street & 11 Street Traffic Study: One -Way to Two -Way Conversion. cc: Laura Carstens, Planning Services Manager Aaron DeJong, Assistant Economic Development Director Jon Dienst, PE John Klostermann, Street Maintenance Supervisor Jenny Larson, Budget Director David Ness, PE Ken TeKippe, Finance Director Bill Schlickman, Traffic Engineering Assistant Kelley Deutmeyer, ECIA Chandra Ravada, ECIA CITY OF DUBUQUE ENGINEERING DEPARTMENT REQUEST FOR PROPOSAL 9th & 11 Streets Traffic Study One -way to Two -way Conversion City of Dubuque, Iowa April 6, 2010 Page 2 of 34 REQUEST FOR PROPOSAL (RFP) THE CITY OF DUB ISSUE DATE: April 6, 2010 CONTACT: Jon Dienst, P.E. PHONE NO: 563 589 - 4270 FAX NO: 563 - 589 -4205 EMAIL: jdienst @cityofdubuque.org Masterpiece on the Mississippi SUBMIT PROPOSAUOFFER PRIOR TO: CLOSING DATE: April 20, 2010 CLOSING TIME: 2:00 P.M. (local time) SUBMIT TO: SEE Section 8.0 FAX/EMAIL NOT ACCEPTED DESCRIPTION: 9 Street & 11 Street Traffic Study One -way to Two -way Conversion RECEIPT OF PROPOSAL If you are considering a response the left, fill in.the information below that you received this RFP. NO RESPONSEREPLY If you do not want to respond to ACKNOWLEDGEMENT to this RFP, please mark the box to and return this sheet as a confirmation this RFP at this time, please mark the below and return this sheet only. box to the left, fill in the information COMPANY NAME: DATE: MAILING ADDRESS: CITY /STATE: ZIP CODE: AUTHORIZED SIGNATURE: PRINTED NAME: TITLE OF AUTHORIZED REPRESENTATIVE: EMAIL: PHONE: Table of Contents: SECTION PAGE 1.0 Introduction 4 2.0 Project Objectives 4 3.0 Community Background 5 4.0 Project Scope of Services 5 5.0 Use of City Resources 9 6.0 Information to be Included in the Proposal 10 7.0 Proposal Question and Answers 12 8.0 Submission Requirements 13 Appendix A Consultant Evaluation Selection Process 15 Appendix B RFP Rules and Protest Procedure 19 Appendix C City of Dubuque Contract Terms and Conditions 21 Appendix D Insurance Requirements 24 Appendix E Project Related Data 32 RFP ORGANIZATION 9th & 11 Streets Traffic Study One -way to Two -way Conversion City of Dubuque, Iowa April 6, 2010 Page 3 of 34 9 & 11 Streets Traffic Study One -way to Two -way Conversion City of Dubuque, Iowa 1.0 INTRODUCTION 2.0 PROJECT OBJECTIVES April 6, 2010 Page 4 of 34 Consultant Professional Services Request for Proposal Masterpiece on the Mississippi The City of Dubuque, Iowa is soliciting competitive sealed proposals from qualified professional consulting firms to complete a traffic study of 9 Street and 11 Street for the City of Dubuque. The purpose of the traffic study is to evaluate the potential for converting 9 Street between Locust Street and Kerper Blvd. from one -way to two -way traffic and converting 11 Street from one -way to two -way traffic between Central Avenue and Kerper Blvd. Additionally, 10 Street would be studied to convert to two -way operation between Bluff and Elm Streets. It is anticipated that the timeframe for the project will be approximately two months following the signing of a professional services agreement. The selected Consultant will be expected to complete the contracted scope of work within the specified timeframe, under the general direction and coordination of the City's Engineering Department as authorized by the City Council. In the Historic Millwork District Masterplan it was identified that 9 Street and 11 Street should be converted to two -way traffic to facilitate interaction with the Millwork District. The two streets are currently one -way pairs that are partially under IDOT jurisdiction for US 52 traffic and provide access to US 61/151. The City of Dubuque is seeking a qualified Consultant to study traffic flow on these streets and identify corridor improvements or modifications needed; potential impacts to access to US 61/151; and provide a capital improvement plan for roadway improvements in the vicinity of the Historic Millwork District. 3.0 COMMUNITY BACKGROUND The City of Dubuque is located on the Mississippi River in northeastern Iowa, adjacent to Illinois and Wisconsin. The City is approximately 30 square miles in area, with a population of approximately 60,000 people. The City's annual operating and capital budget is nearly $116 million and funds a full range of services. The City's web site is www.cityofdubuque.orq. The community has a stable and diversified manufacturing base and a growing service sector. Dubuque is the major retail, medical, education and employment center for the tri- state area. Tourism continues to be a major economic force in the community. City government works in collaboration with the private sector to promote economic development. The job creation and unemployment numbers show that Dubuque is growing steadily in the current economic climate. Dubuque's construction numbers reveal an even more encouraging picture. The City has formed strong relationships with the local business community to promote continued economic growth and success. 4.0 PROJECT SCOPE OF SERVICES The following outline represents the minimum components for conducting this traffic study. In preparing a response to this RFP, the Consultant should describe the means or strategy by which they would satisfy the scope of services. 4.1 — Project Management & Accounting 4.1.1 The Consultant shall identify one person to serve as the Project Manager for this project. The Project Manager shall be the leader of this effort and is expected to ensure that the project scope, schedule and budget are being adhered to at all times for the duration of the project. Additionally, the Project Manager shall serve as the primary point of contact for all exchange of information between the City and the Consultant. 4.1.2 The Project Manager shall maintain an updated, Work Breakdown Structure (WBS) or task outline for the duration of the study. The WBS shall contain line items for all major deliverable components of the project and any significant subcomponents. Project Management shall be listed as a separate task on the WBS. The WBS shall be maintained in electronic format using Microsoft Project software. The WBS shall track the amount of work accomplished on each task that listed. 4.1.3 The Project Manager shall maintain an updated project schedule for the duration of the project based on the tasks listed in the WBS. The project schedule shall also be maintained in Microsoft Project software. 4.1.4 The Project Manager shall maintain an updated Total Project Cost (TPC) budget for the duration of the project. The TPC budget shall be completed using the best available information at the time of each submittal in order to provide an estimated total cost for all components of the project. The budget shall include direct costs and reimbursable expenses for both the Consultant and the City. Page 5 of 34 4.1.5 The Project Manager shall submit to the City a bulleted progress report of the project on a twice- monthly basis. The summary shall only contain a list of major events that have occurred over the previous two weeks, a list of work that will be accomplished in the upcoming weeks and a list of critical items that need immediate attention. 4.2 Project Manager Deliverables The following is a list of requirements that shall be provided throughout the study. 4.2.1 The Project Manager shall submit an updated electronic copy of the WBS to the City on a monthly basis. The WBS shall be submitted on the first Tuesday of each month. At the time of submittal, the Project Manager shall be available for approximately 15 minutes by phone to discuss the progress made on individual tasks. 4.2.2 The Project Manager shall submit and updated electronic copy of the project schedule on the first Tuesday of each month. 4.2.3 The TPC budget shall be submitted to the City in an electronic file format on the first Tuesday of each month. 4.2.4 The Project Manager shall submit the project progress report on the first and third Tuesday of each month. The summary shall be submitted electronically and be less than a single page in length. 4.3 — Data Collection 4.3.1 Site visits conducted by the Consultant's roadway design and planning staff to obtain ground level site photos as needed to document clearly existing conditions, access issues, existing traffic control, and potential constraints along the corridors selected in the study. Up to six peak hour turning movement counts will be gathered for high priority study intersections. Observations will be made within the study area including a review of queuing, conflicts, signal phasing, lane utilization and pedestrian activity. 4.3.3 Obtain the latest available peak hour turning movement counts and traffic signal timing information (if applicable) from the City or State for the study intersections and adjacent influencing intersections (listed below and shown in attached Study Area figure). It is assumed that no more than six turning movement counts will be gathered by the consultant. Any additional counts that are not available or dated will be collected by City staff. Page 6 of 34 1. W 1 lth Street/Bluff Street 19. E 9th Street/Jackson Street 2. W 11 Street/Locust Street 20. E 9th Street/Washington Street 3. W 11 th Street/Central Avenue 21. E 9th Street/US 61/151 Southbound Entrance Ramp 4. E 11 Street/White Street 22. E 9th Street/US 61/151 Northbound 5. E 11 th Street/Jackson Street 6. E 11 Street/Washington Street Adjacent Influencing Intersections (non -study 7. E 11 th Street/Elm Street intersections) 8. E 11 th Street/US 61/151 Southbound Exit Ramp 1. W 12th Street/Main Street 9. E 1 lth Street/US 61/151 Northbound Entrance Ramp 2. W 12th Street/Iowa Street 10. E 1 lth Street/US 61 /151/Kerper Blvd 3. W 12th Street/Central Avenue 11. W 1 0th Street/Bluff Street 4. W 11th Street/Main Street 12. W 10th Street/Locust Street 5. W 11 th Street/Iowa Street 13. W 10th Street/Central Avenue 6. W 10th Street/Main Street 14. E 10th Street/White Street 7. W 10th Street/Iowa Street 15. W 9th Street/Bluff Street 8. W 9th Street/Main Street 16. W 9th Street/Locust Street 9. W 9th Street/Iowa Street 17. W 9th Street /Central Avenue 10. W 8th Street /Locust Street 18. E 9th Street/White Street 4.4 - Transportation Planning Analysis 4.4.1 Travel Demand Model Review Review existing base year and 2031 TransCAD files to determine big picture issues /concerns /questions with the model coding. Coordinate with DMATS to identify modifications to the model. Anticipated model refinements include coding study corridors and cross streets of interest into the model. Utilizing the TransCAD travel demand model, the consultant will make the necessary modifications as directed by DMATS. 4.4.2 Corridor Improvement Scenario Comparison Run up to 10 corridor improvement scenarios (including a base year and future 2031 No build scenario) for the study area with TransCAD. Prepare graphical representation of the volume to capacity ratios and volume differences (compared to 2031 No Build) for study corridors using raw daily volume projections based on the specified corridor improvements. The consultant will coordinate with the City to determine the capacity improvements to consider for each scenario. In coordination with the City and the Iowa DOT, determine a single preferred corridor improvement scenario (2031 Build). This scenario will be utilized to develop the future projections (Task 4.5.1 and 4.5.2), perform capacity analysis (Task 4.6), and to develop concepts (Task 4). Potential corridor improvement scenarios include: 1. Base Year No Build (one -way operations of the study corridors) 2. 2031 No Build (one -way operations of the study corridors) 3. 2031 Convert 9th and 11th Streets to two -way operation Page 7 of 34 4. 2031 Convert 9th, 10th and 11th Streets to two -way operation 5. 2031 Convert 9th and 11th Streets to two -way operation, remove Kerper Boulevard between 9th and 11th Streets and convert frontage road east of US 61/161 to two -way operation 6. 2031 Convert 9th and 11th Streets to two -way operation, realign EIm Street and add Pine Street east of EIm Street between 9th and 11th Streets 7. 2031 Convert 9th, 10th and 11th Streets to two -way operation, remove Kerper Boulevard between 9th and 11th Streets, convert frontage road east of US 61/161 to two -way operation, realign EIm Street and add Pine Street east of EIm Street between 9th and 11th Streets 4.5 — Volume Development 4.5.1 Daily Volume Projections The consultant will develop 2031 No Build and Build daily volume projections utilizing the TransCAD travel demand model for the study intersections. The 2031 No Build scenario will assume one -way operations for the study corridors. The 2031 Build scenario utilized for this task will be identified in Task 4.4.2. The 2031 No Build and Build raw assignments from the TransCAD travel demand model will be post - processed using base year count and assignment deviations. A figure will be developed comparing raw and post - processed ADTs for existing, 2031 No Build and 2031 Build. The figure will be utilized for DMATS's review of the ADTs. 4.5.2 Peak Hour Volume Development Develop existing AM and PM peak hour turning movement volumes for the study intersections and develop turning movement figures summarizing volume data. Raw peak hour turning movement volume data will be provided by the City (up to six turning movement counts will be conducted during the site visit) and will be balanced between intersections where appropriate. Existing peak hour percentage factors (K- factors) and directional factors (D- factors) will be calculated. Develop year 2031 No Build and Build AM and PM peak hour turning movement volumes for the study intersections and develop turning movement figures summarizing volume data. Kfactors and D- factors calculated for existing conditions will be utilized to estimate future peak hour directional volumes. It should be noted that volumes will be balanced between intersections where appropriate. 4.6 - Traffic Capacity Analysis 4.6.1 Existing Condition Analysis Analyze existing AM and PM peak hour traffic operations of the study area intersections with Synchro 7.0. Scope includes compiling and summarizing the approach and intersection level of service. 4.6.2 Future Conditions Analysis Analyze future No Build and Build 2031 AM and PM peak hour traffic operations of the study Page 8 of 34 area intersections with Synchro 7.0. Scope includes compiling and summarizing the approach and intersection level of service. 4.7 — Conceptual Development of Selected Improvements 4.7.1 Concept Layout Develop conceptual layouts for one corridor improvement scenario (Build 2031) identified in Task 4.4.2. Scope assumes layouts will be developed for: • 11th Street from Central Avenue to Kerper Boulevard • 10th Street from Bluff Street to Elm Street • 9th Street from Bluff Street to Kerper Boulevard The layouts will be developed assuming vacation of Kerper Boulevard, two -way conversion of the frontage road east of US 61/151 and realignment of Elm Street and construction of Pine Street. Relocation of the US 61/151 northbound exit ramp to 11th Street will be investigated due to the close intersection spacing with Elm Street. Along 9th, 10th and 11th Streets initial turning templates will be developed for the cross streets based on the design vehicle for the study area (identified by the City). This analysis will be used to determine the impact of the conversion to the existing curb returns and potential right of way and parking impacts. Given this is a feasibility study, concepts will be very preliminary. Concepts will reflect one option to meet the capacity and typical section improvements required. Color filled shapes will be utilized to show proposed pavement widening. Concept development will be "planning level" and based on horizontal layout only. Aerial photo based plan view figures (Scale: 1 " =100') will be developed for the project study area to show the 2031 proposed improvements. Ball park planning level right of way impacts will be based on a set distance from edge of pavement (to be provided by the City). Typical cross section requirements and design criteria will be provided by the City. 4.8 — Cost Estimates Provide conceptual planning level construction cost estimate that includes ball park right of way acquisition costs for all of the potential improvements identified in the previous task. For partial acquisitions, scope assumes the right of way costs will be based on a per square -foot unit cost (to be provided by the City). 4.7 — Report 4.7.1 Document the traffic study in a draft report. Documentation shall include a summary of study procedures, findings and recommendations. Exhibits shall be included that detail recommended roadway improvements, cost estimates, operational results, and traffic simulation results. Develop and produce exhibits detailing the recommended improvements for use in the report documentation and for presentation to the public. A draft report will be submitted to the City for review and comments. Page 9 of 34 4.7.2 Prepare final report addressing comments and directives provided by the City Council. Provide a sequenced Capitol Improvement Plan based on the results of the study and the directives of the City. 4.8 — Project Coordination 4.8.1 Coordination with City Staff The consultant will participate in a minimum of two coordination meetings with the City of Dubuque to review long range land use plans, planned and programmed roadway improvements, and to assist in identifying corridors to be studied and potential improvements to be considered. The first meeting would occur after the modeling effort was complete to present the findings of the corridor improvement scenario comparison (Task 2.2). The two technical meetings are proposed as follows: • Technical Coordination Meeting 1 — Review findings of the corridor improvement scenario comparison. (Include Iowa DOT staff) • Technical Coordination Meeting 2 — Review capacity analysis results and proposed improvements. The consultant would also be required to participate in up to three conference calls. 4.8.2 — City Council Work Session One work session with the City Council will be included with this study to present the findings and recommendations. 4.8.3 — Miscellaneous Coordination Coordinate with the Iowa Department of Transportation (Iowa DOT) with respect to the impact of the 9th and 11th Streets conversion on the US 61/151 interchange. Coordinate with emergency services and transit to identify existing routes and any potential concerns or issues with the proposed one -way to two -way conversions of 9th, 10th and 11th Streets. 4.9 — Schedule It is the intent of the City that the project shall be completed within six months (6) after signing of the contract. 5.0 USE OF CITY RESOURCES 5.1 - Use of City Resources for the RFP Preparation • All information requests shall be directed to the City's Project Manager as detailed in Section 7.0 of this request for proposal. All Consultants should note that directly contacting other City of Dubuque or ECIA staff or any of the Selection Committee members shall be considered inappropriate and grounds for disqualification. Page 10 of 34 5.2 - Material Available for the RFP • Most current aerial photograph of the project area. A current aerial photograph of the City of Dubuque is available in SID file format on DVD if requested by the Consultant. • CADD line work drawings of City Roads (PDF and AutoCAD Format) are available on DVD if requested by the Consultant. 5.3 - City Resources Available to the Selected Consultant • The City will make its ArcView GIS mapping and data analysis capabilities available for this project as well as staff contact/resources persons in the Planning Services Department and the Engineering Department. Digital aerial photos of the City of Dubuque were taken in the spring of 2007. • III. ITEMS TO BE PROVIDED OR CONDUCTED BY THE CITY OR • DMATS • 1. Proposed land use plans for project area • 2. Existing Daily and Peak Hour (Turning Movement) Traffic Counts for study corridors and • intersections • 3. City Planned and Programmed Transportation Improvements 5.4 - Outside Resources Available to the Consultant • East Central Intergovernmental Association 3999 Pennsylvania Avenue Dubuque, IA 52002 Phone 563.556.4166 Fax 563.556.0348 6.0 INFORMATION TO BE INCLUDED IN PROPOSAL The Proposal should address all of the points outlined in this RFP excluding any cost information which shall be included in a separate sealed envelope labeled "Project Cost Estimate ". The Proposal should be prepared simply and economically, providing a straight- forward, concise description of the Consultant's capabilities to satisfy the requirements of the RFP. To simplify the review process and to obtain the maximum degree of comparability, the proposal shall include the following information and shall be organized in the order and manner specified below. While additional data may be presented, the following subjects must be included. They represent the criteria against which the proposal will be evaluated. Letter of Transmittal Provide a letter of transmittal briefly outlining the Consultant's understanding of the work and list the Project Manager's the name, address, telephone number, fax number and e-mail address. The name that is provided for the Project Manager will be used as the primary contact person during the RFP evaluation process. Page 11 of 34 Index Each proposal shall contain a table of contents that delineates each section contained in the proposal and the corresponding page number. 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 performing similar projects. State the size of the Firm, the size of the Firm's professional staff, and the location of the office from where the work on this project will be performed. Discuss the Consultant's ability to integrate this project into their present workload. Include a statement to specify if the Consultant currently has the capacity to undertake the project or whether it intends to hire additional staff or partner with subconsultants. Scope of Services Describe the means or strategy by which the Consultant would satisfy the scope of services for the currently approved budget as listed in Section 4.0. Include a basic work plan for each strategy that delineates the Consultant's approach to the completion of the project. The work plan, at a minimum, should include those components outlined in Section 4 of this RFP. The Consultant should indicate in the work plan those aspects that might be completed by City staff. Highlight any parts of the work plan that will reflect the Consultant's unique philosophy or insight regarding it's approach to this project and how this approach positively impacts the successful completion of the project. Project Team Qualifications Provide the names of all members of the project team associated with this project. Specifically identify the supervisory and management staff including principals, the project manager, and technical experts who would be assigned to this project. For each project team member, provide their qualifications and experience. Include any training and relevant continuing and professional education. Include a flow chart that shows the communication path between the City and Consultant. Include all project team members on the flow chart and show the supervisory relationship between all members of the team. Be sure to include all subconsultants staff on the project team flow chart. Provide the name and location of other subconsulting firms that would be used by the Consultant during the project and the approximate percentage of the work that would be performed by each of these firms. Provide the qualifications and experience of all subconsultant staff working on the project. In submitting the Proposal, the prospective Consultant is representing that each person listed or referenced in the proposal shall be available to perform the services as described. The Project Manager, principals, management, and other project team staff may be changed in accordance with the requirements described in Appendix D "3. Substitution of Project Team Members ". Page 12 of 34 Describe the experience and success of the project team members proposed for the Dubuque project, in performing similar projects. Specifically list any experience and success completing corridor studies for municipalities similar to Dubuque. Include at least 3 client references (including individual contact names and telephone numbers) for similar projects that have been completed by the Firm 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 referenced projects. Understanding of Final Contract Terms The Proposer should provide a statement that indicates they have read and understand Appendix C — "City of Dubuque Contract Terms and Conditions ", and agree to include the clauses that are listed in Appendix C in the final signed contract. Any exceptions to the Contract Terms and Conditions by the Consultant must be clearly stated in their submitted Proposal. Certificate of Insurance The Consultant should provide a statement indicating that they are able to meet the City's insurance requirements for professional services. (See attached Insurance Schedule C — Appendix D.) Submittal of insurance documents as part of this RFP is not required. Proposed Project Schedule Provide a project schedule for each 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. Fees and Compensation Provide a proposed fixed cost, plus reimbursable expenses budget for each strategy proposed to complete the requested scope of services. Breakdown costs by major scope element and include a list of hourly rates for personnel assigned to the project. Quotation of fees and compensation shall remain firm for a period of at least 90 days from the RFP submission deadline. Remember to separate the proposed budget from the other portion of the RFP submittal. Initial screening will be done without knowing the Consultant's proposed fee for services. 7.0 PROPOSAL QUESTIONS AND ANSWERS If you have any questions concerning this proposal, or other technical questions, please submit your requests to the City's designated Project Manager. The City has used considerable efforts to ensure an accurate representation of information in this RFP. Each Proposer is urged to conduct its own investigations into the material facts provided. No answers given in response to questions submitted shall be binding upon this RFP unless released in writing (letter, fax or email) as an officially numbered and titled addendum to the RFP by the City of Dubuque. Page 13 of 34 Any questions concerning this proposal must be received on or before 2:00 p.m. CDT on December 27, 2007. Any inquiries received after this date will not be answered. When submitting a question to the Project Manager, please include the appropriate Consultant contact information. From the date of issuance of the RFP until final City action, the Proposer shall not discuss the RFP with or contact any other City of Dubuque, City of Asbury, ECIA, DMAT's staff or any of the Selection Committee members except as expressly authorized by the City Project Manager identified in this section(Section 7.0). Violation of this restriction will be considered a violation of the rules and be grounds for disqualification of the Consultant's proposal. Project Manager contact information is as follows: Jon Dienst, P.E. Project Manager City of Dubuque Engineering Department 50 West 13th Street Dubuque, IA 52001 8.0 SUBMISSION REQUIREMENTS Before submitting a proposal, each Consultant shall make all investigations and examinations necessary to ascertain site conditions and requirements affecting the full performance of the contract and to verify any representations made by the City upon which the Proposer will rely. PROPOSAL SUBMITTAL INFORMATION • Submittal Deadline: April 20, 2010 on or before 2:00 p.m. CST • Submittal Location: • Submittal Contact & Mailing Address: Page 14 of 34 Phone: 563.589.4270 Fax: 563.589.4205 E -mail: jdienst @cityofdubuque.org City of Dubuque Engineering Department 50 West 13th Street Dubuque, Iowa 52001 -4864 City Engineer City of Dubuque Engineering 50 West 13th Street Dubuque, Iowa 52001 -4864 • Submittal Copies: Eight (8) sets of the proposal shall be provided. Submit one (1) original signed proposal, seven (7) copies and also an electronic .pdf version, all labeled East -West Corridor Connectivity Study. Submitted proposals must be in delivered in printed format with the exclusion of the one required .pdf version. The .pdf version shall be submitted on a compact disk along with proposal hardcopies. No faxed or e-mail proposals will be accepted. The proposal must be a document of not more than twelve (12) numbered 8 -1/2 x 11 -inch pages, with the exception of the project schedule which may be presented in 11 x 17 -inch format, and not including the letter of transmittal, index, dividers and the front and back covers and the separately sealed cost proposals. Proposals should not include any pre - printed or promotional materials. Any proposals exceeding 12 numbered pages will not be considered. Each addendum must be acknowledged in the Letter of Transmittal by providing the addendum number and title. Failure to acknowledge each addendum will be considered grounds for possible disqualification. It is solely the Consultant's responsibility to ensure that you have received all addendums to this RFP before submitting the proposal. The original proposal document shall be signed in blue ink by an officer of the Firm who is authorized to legally bind the Proposer to its provisions. Proposals are to contain a statement indicating the period during which the proposal will remain valid. A period of not less than ninety (90) calendar days from the proposal closing date is required. Failure to comply with the above requirements shall be considered grounds for possible disqualification. Each Consultant assumes full responsibility for delivery and deposit of the completed proposal package on or before the deadline. Any proposals received after the submittal deadline will not be considered, and will be returned unopened to the Proposer. The City of Dubuque is not responsible for any loss or delay with respect to delivery of the proposals. The City of Dubuque is not liable for any costs incurred by any Consultant prior to the execution of an agreement or contract. Nor shall the City of Dubuque be liable for any costs incurred by Firms that are not specified in any contract. All results from this project will remain the property of the City of Dubuque. Upon receiving this RFP, we request that you complete the "Receipt of Proposal Acknowledgement" — "No Response Reply" information contained on the first page of this document and return it to the City's Project Manager by mail, fax or email so the City can ensure that each Consultant received this Request For Proposal. The City of Dubuque appreciates your time and consideration of this RFP. Sincerely, Jon Dienst, P.E. Civil Engineer II City of Dubuque Page 15 of 34 S tn & 11th Streets Traffic Study One -way to Two -way Conversion City of Dubuque, Iowa Consultant Professional Services Request for Proposal April 6, 2010 Appendix A Page 16 of 34 Masterpiece on the Mississippi Consultant Evaluation and Selection 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 Firms for placement on the consultant short-list for the project. The following criteria are among those that will be used to initially evaluate submitted proposals. 1. A high level of professional competence and a proven track record in the preparation of traffic studies and transportation corridor studies or similar: a. Qualifications and experience of the Consultant and any subconsultants. b. Demonstration of the professional expertise and technical abilities of the project team members. c. If a joint venture with subconsultants, the track records of the Firms experience working together. d. Experience of the Consultant working on municipal projects. e. Experience of the Consultant working on municipal projects in Iowa. Quality and completeness of the written proposal. The proposal should clearly demonstrate understanding of the City's overall objectives in the preparation of the 9 & 11 Streets Traffic Study One -way to Two -way Conversion for the City of Dubuque. 1. Design approach /methodology in completing scope of services such as: a. Grasp of project requirements and level of interest in the project. b. Creativity and problem solving ability. c. Ability of Consultant to demonstrate initiative, motivation and knowledge of the City of Dubuque. 2. Proposed schedule required to complete project. CONSULTANT SHORT -LIST EVALUATION CRITERIA A selection committee will interview the short- listed Firms. Both the original submitted proposal and the results of the Consultant interview will be used to select the final Consultant for the project. The following criteria are among those that will be used to evaluate the Consultants on the short-list. 1. A high level of professional competence and a proven track record in the preparation of transportation corridor study reports and traffic studies or similar: a. Qualifications and experience of the Consultant and any sub - consultants. b. Demonstration of the professional expertise and technical abilities of the project team members. c. If a joint venture with subconsultants, the track records of the Firms experience working together. d. Experience of the Consultant working on municipal projects. e. Experience of the Consultant working on municipal projects in Iowa. f. Experience of the project team working with the public and other project stakeholders in preparing transportation corridor study reports and major traffic studies. g. Overall success of past projects completed for the City of Dubuque Page 17 of 34 Quality and completeness of the written proposal. The proposal should clearly demonstrate understanding of the City's overall objectives in the completion of the 9 & 11 Streets Traffic Study One -way to Two -way Conversion for the City of Dubuque. 1. Design approach /methodology in completing scope of services such as: a. Grasp of project requirements and level of interest in the project. b. Creativity and problem solving ability. c. Ability of Consultant team to demonstrate initiative, motivation and knowledge of the City of Dubuque. 2. Responsiveness and compatibility between the Consultant and City: a. General attitude and ability to communicate. b. Ability of the Consultant to maintain a high level of direct interaction and communication with City staff. c. Ability to listen, be flexible, and follow and /or implement direction and /or ideas or concepts. d. How the Consultant team interacts with the general public, City staff, and public officials. 3. Proposed schedule required to complete project. 4. Cost of the 9 & 11 Streets Traffic Study One -way to Two -way Conversion for the City of Dubuque in relationship to the services offered. SELECTED CONSULTANT - FEE NEGOTIATION PROCESS Upon the completion of the evaluation of the proposals, the RFP Selection Committee will recommend to the City Manager or City Council, the awarding of a contract to the highest ranked Consultant. The Selection Committee will also request authority to negotiate with the recommended Consultant a final scope of work and fee structure for the project. After authority is granted to negotiate an agreement and execute a contract with a Consultant, the Consultant shall prepare an industry standard Work Breakdown Structure (WBS) to reflect the Firm's approach to the completion of the project. The WBS, at a minimum, should include work tasks for each of the components outlined in the RFP, a separate line item for each deliverable, and list project management as a separate task. No individual task on the WBS shall have a total value exceeding $10,000. The Consultant shall indicate in the WBS the work tasks that will be completed by City staff. The format of the WBS shall summarize the fixed fee for each task listed, plus individually list in separate section any associated reimbursable expenses that would specifically relate to this project. A sample format of a WBS can be obtained from the City if desired. Once the selected Consultant has prepared the WBS, the City and the Consultant will meet and the final scope of work for the project will be negotiated by joint revision to the WBS in order to best meet the goals of the project while considering available funding. During the negotiation process, tasks to be completed by City staff, work reassignment to different project team members, and the addition or elimination of tasks may be modified on the WBS in order to achieve the best overall results for project. Page 18 of 34 The selected Consultant shall be responsible for updating the WBS to reflect any changes that were agreed to during negotiations. After the final scope of services has been determined, a design fee has been negotiated, and the WBS has been finalized, the Consultant shall incorporate the WBS into the contract documents being prepared for signature. If a contract satisfactory and advantageous to the City can be negotiated at a price considered fair and reasonable, the award shall be made to that offerer. Otherwise, negotiations with the offerer ranked first shall be formally terminated and negotiations commenced with the Consultant ranked second, and so on until a contract can be negotiated that is acceptable to the City. Upon the successful completion of contract negotiations, the selection committee shall recommend that the City Manager execute a contract with the successful Consultant. The City Manager will in turn make a decision to execute the contract or request the Dubuque City Council make a final determination to award and execute the contract with a Consultant. Payment for Work: The Consultant awarded the contract shall be paid once monthly. The invoiced amount shall be based on the Earned Value of the percent work completed as reported on the most recently updated and submitted WBS. Page 19 of 34 9 & 11 Streets Traffic Study One -way to Two -way Conversion City of Dubuque, Iowa Consultant Professional Services Request for Proposal April 6, 2010 Appendix B RFP Rules and Protest Procedure Masterpiece on the Mississippi MINOR IRREGULARITIES The City reserves the right to waive minor irregularities in submitted proposals, providing such action is in the best interest of the City. Minor irregularities are defined as those that have no adverse effect on the City's best interests, and will not affect the outcome of the selection process by giving the prospective Consultants an advantage or benefit not enjoyed by other prospective Consultants. EXCEPTIONS Proposer exceptions to any part of the requirements stated in this request must be clearly identified as exceptions and noted in the letter of transmittal and in the submitted project cost estimate. RANKING OF THE PROPOSALS No debriefings or scoring information shall be released before the City Manager or City Council has recommended that a contract be negotiated with the recommended Firm. However, after authorization has been granted to negotiate a contract, all contents of the submitted proposals shall become public information. 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 a proposal, but may result in being considered as not in the best interest of the City. DISPUTES /EXCEPTIONS Any prospective Proposer who disputes the reasonableness or appropriateness of any item within this RFP document, any addendum to this RFP document, notice of award or notice of rejection shall set forth the specific reason and facts concerning the dispute, in writing, within five (5) business days of the receipt of the proposal document or notification from the City. The written dispute shall be sent via certified mail or delivered in person to the point of contact set forth in Section 7.0, who shall review the written dispute and work with the City Manager to render a decision which shall be considered final. Page 21 of 34 U & 11 t" Streets Traffic Study One -way to Two -way Conversion City of Dubuque, Iowa Consultant Professional Services Request for Proposal April 6, 2010 Appendix C City of Dubuque Contract Terms and Conditions Page 22 of 34 Masterpiece on the Mississippi TERMS AND CONDITIONS The following clauses shall be included in the final signed contract: 1. CONSULTANT'S ENDORSEMENT ON PLANS. The Consultant shall endorse the completed computations prepared under this Agreement, and 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 the WBS being updated. 3. SUBSTITUTION OF PROJECT TEAM MEMBERS. The Project Manager, partners, management, other supervisory staff and technical specialists proposed for the project may be changed if those personnel leave the Consultant. These personnel may also be changed for other reasons however, in either case, the City retains the right to approve or reject the replacements and no replacements shall begin working on the project without the express, prior written permission of the City of Dubuque. 4. INSURANCE. Consultant shall at all times during the performance of this Agreement provide insurance as required by the attached Insurance Schedule. 5. INDEMNIFICATION. To the fullest extent permitted by law, Consultant shall indemnify and hold harmless the City from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the Contract, provided that such claim, damages, loss or expense is attributable to bodily injury, sickness, disease or death, or injury to or destruction of property (other than the Project itself) including loss of use resulting therefrom, but only to the extent caused in whole or in part by negligent acts or omissions of the Consultant, Consultant's subcontractor, or anyone directly or indirectly employed by Consultant or Consultant subcontractor or anyone for whose acts Consultant or Consultant's subcontractor may be liable, regardless of whether or not such claim, damage, Toss or expense is caused in part by a party indemnified hereunder. 6. ERRORS & OMISSIONS. In the event that the work product prepared by the Consultant is found to be in error and revision or reworking the work product is necessary, the Consultant agrees that it shall do such revisions without expense to the City, even though final payment may have been received. The Consultant must give immediate attention to these changes so there will be a minimum of delay during construction. The above and foregoing is not Page 23 of 34 to be constructed as a limitation of the City's right to seek recovery of damages for negligence on the part of the Consultant herein. 7. OWNERSHIP OF ENGINEERING DOCUMENTS. All sketches, tracings, plans, specifications, reports on special studies and other data prepared under this Agreement shall become the property of the City and shall be delivered to the Project Manager upon completion of the plans or termination of the services of the Consultant. There shall be no restriction or limitations on their future use by the City, except any use on extensions of the project or on any other project without written verification or adaptation by the Consultant for the specific purpose intended will be the City's sole risk and without liability or legal exposure to the Consultant. The City acknowledges the Consultant's plans and specifications, including all documents on electronic media, as instruments of professional service. Nevertheless, the plans and specifications prepared under this Agreement shall become the property of the City upon completion of the services and payment in full of all moneys due to the Consultant. The City and the Consultant agree that any electronic files prepared by either party shall conform to the specifications listed in Attachment of the contract. Any change to these specifications by either the City or the Consultant is subject to review and acceptance by the other party. Additional efforts by the Consultant made necessary by a change to the CADD software specifications shall be compensated for as Additional Services. The City is aware that significant differences may exist between the electronic files delivered and the respective construction documents due to addenda, change orders or other revisions. In the event of a conflict between the signed construction documents prepared by the Consultant and electronic files, the signed construction 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. 8. SUBLETTING, ASSIGNMENT OR TRANSFER. Subletting, assignment, or transfer of all or part of the interest of the Consultant in this Agreement is prohibited unless written consent is obtained from the Engineer and approved by the City. Page 24 of 34 9th & 11 Streets Traffic Study One -way to Two -way Conversion City of Dubuque, Iowa Consultant Professional Services Request for Proposal April 6, 2010 Appendix D Insurance Requirements Page 25 of 34 Masterpiece on the Mississippi INSURANCE SCHEDULE C INSURANCE REQUIREMENTS FOR PROFESSIONAL SERVICES TO THE CITY OF DUBUQUE 1. All policies of insurance required hereunder shall be with an insurer authorized to do business in Iowa. All insurers shall have a rating of A better in the current A.M. Best Rating Guide. 2. All policies of insurance shall be endorsed to provide a thirty (30) day advance notice of cancellation to the City of Dubuque, except for 10 day notice for non- payment, if cancellation is prior to the expiration date. This endorsement supersedes the standard cancellation statement on the Certificate of Insurance. 3. shall furnish a signed Certificate of Insurance to the City of Dubuque, Iowa for the coverage required in Paragraph 6 below. Such Certificates shall include copies of the following endorsements: a) Commercial General Liability policy is primary and non - contributing. b) Commercial General Liability additional insured endorsement. c) Governmental Immunities Endorsement. shall also be required to provide Certificates of Insurance of all subcontractors and all sub -sub contractors who perform work or services pursuant to the provisions of this contract. Said certificates shall meet the same insurance requirements as required of 4. Each certificate shall be submitted to the contracting department of the City of Dubuque. 5. Failure to provide minimum coverage shall not be deemed a waiver of these requirements by the City of Dubuque. Failure to obtain or maintain the required insurance shall be considered a material breach of this agreement. 6. Contractor shall be required to carry the following minimum coverage /limits or greater if required by law or other legal agreement: a) COMMERCIAL GENERAL LIABILITY General Aggregate Limit $2,000,000 Products - Completed Operations Aggregate Limit $1,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence Limit $1,000,000 Fire Damage limit (any one occurrence) $ 50,000 Medical Payments $ 5,000 Page 26 of 34 INSURANCE REQUIREMENTS FOR PROFESSIONAL SERVICES TO THE CITY OF DUBUQUE This coverage shall be written on an occurrence form, not claims made form. All deviations or exclusions from the standard ISO commercial general liability form CG 0001 or Business owners BP 0002 shall be clearly identified. Form CG 25 04 03 97 `Designated Location (s) General Aggregate Limit' shall be included. Governmental Immunity endorsement identical or equivalent to form attached. Additional Insured Requirement: 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 shall be named as an additional insured on General Liability including "ongoing operations" coverage equivalent to ISO CG 20 10 07 04. b) Automobile $1,000,000 combined single limit. c) WORKERS COMPENSATION & EMPLOYERS LIABILITY Statutory for Coverage A Employers Liability: Each Accident Each Employee Disease Policy Limit Disease d) PROFESSIONAL LIABILITY e) UMBRELLA/EXCESS LIABILITY Completion Checklist INSURANCE SCHEDULE C (Continued) ❑ Certificate of Liability Insurance (2 pages) ❑ Designated Location(s) General Aggregate Limit CG 25 04 03 97 ❑ Additional Insured CG 20 10 07 04 ❑ Governmental Immunities Endorsement Page 27 of 34 $ 100,000 $ 100,000 $ 500,000 $1,000,000 NONE ACQRE& CERTIFICATE OF LIABILI FAX (S63)556-4425 P (563)S56-0272 INSURANCE AGENCY STREET ADDRESS CITY, STATE, ZIP CODE aemmo Company Street Address City, State, Zip Code COVERAGES A A THE POLICIES Of INSURANCE USTCD BELOW HAVE BEEN ISSUED TO T1-E INSURED NMbAfi0VE FOR THE POLICY PERIQC UNMATED NOTWTHSTANDIN■ ANY REOUIREMENT, TERM OR CONDITION OF AMY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BF Issi,F n OR MAY PPRTAN, THF INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 13 SUBJECT TO ALL TKE 'LIM% EXCLUSIONS AND CONDITIONS OF SUCH POLICES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAM CLAIMS. PE OP istsumAsict POLICY OWS KEW*/ EFFECIPit PMC oast logsbcpcn UABILITY • 44t1ERC144. GEP4: UAL' I T t Aso MADE LX] OC,CuR AkilE8 tiotiT sPPL 1E8 PIER .1.8 Cy 7T AUTOMOBILE um/LAY X ANY A (TO Al OWNED AUTO:" S CHE.DuaL AUTOS 1 MIl p40N-oss4rn AUTOS ExcESSfusoREU.A UMPLITY X I AIMS 'JAW ftiouC NoLL X , 11.11 - NTHSN YO3fOCERS COMPENMOON Am" frupLovuor LI/LEIU T ANY PROM rTORIPARTNEROEYECL1T1'K Off CLRAILMOLA tAt:LUOUr it 5665r De 3i.E.CiAL Plum; IONSI polo* 0 LIABILITY CITY OF DUBUQUE CITY HALL 50 W. 11TH STREET DUBUQUE, IA 52001 CORD 26 (2001/0111 TY INSURANCE UAlE 411111111YYYVY) 02/28/2005 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY MD CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE noes NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE WSLACRA Insurance Company sal,PER 8 1481/R8s C. NEUREA t ',SOWER E Iru'cirymOirstrsordELminsti/zsttaitArgargraDanted237LIFYKIkPOLICIES INCL . ONGOING & COMPLETED PERATIONS COVERAGE EQUIVILANT TO ISO CG 2010 0704 1 CG 2037 0704. GENERAL LIABILITY POLICY IS PRIMARY N0N FORM CG 2504 0397 "DESIGNATED LOCATIONS" GENERAL LIABILITY AGGREGATE LIMIT SHALL BE NCLUOED. GOVERNMENTAL IMMUNITIES ENDORSEMENT IS /NCLUDED. ALL POLICIES OF INSURANCE SHALL BE ENDORSED 0 PROVIDE THIRTY (30) DAY ADVANCE NOTICE OF CANCELLATION TO THE CITY OF DUBUQUE. MEWEIrdalLigaliammrergenommomerssmor■ COLD ANY OF THE Asan 005CRXIFO POUCIVI OE CANCELLE0 MOPE TITE IXPINAtIOs ir.fl Hismcf, THE INstwo WOMEN WILL 1110111%N* MAIL 30 DAYS Worms NOME 10 1141 cERYIRCATE HOLDER NAMED TO int uif I, MIONOUINOUHNONOUPOUNIBINNIMPUIRMIUDIDUNHULUIDDUE&RXXX IOUNONSINNXIONNOW/HNODOMMIONOBIBINNIMMIBBOXYJUOEXXX Page 28 of 34 UTNOR2 110 pappenewromor • .MRFNCE 0,4A,810Raeep .2pirsmtp1 ms^,....0 WU JIP Vary m.4, mato I) PUMOWILSAWilhAMY (AILRAL. AU..A1 10 RODUCTS Capip•Op Ars; 5 CCUSINED SINGLE LOAN 4:tawrzma: U0011.1r 114JUR. f Pet 05t1ari ROD YINJu frw peeidArn) PPUPtR I Y L Mug 044‘10 A) AUTO ONLY , CTNER INA% AlITO ONL Y edinran MOTO 1,000,000 S0,000 5.000 6 1.000,000 1 .144I: AOu 1 STATN- I OTH CIRY I aultTS4 . E L EACH ACCIDENT 1• LL Ut1ALAL EAfI4PtOFF .„ . E L DISEASE - PC:11;Y 1 441 S1,000,000 NAIC 2 „0043 1,000,000 JJ9(4 1,000.000 1.000.000 100.000 100,000 500,000 1:11;t1Ei0.15.1 IMPORTANT tithe certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. A statement on this certificate does not conks rights to the certificate holder In iu of such endorsement(s). If SUBROGATION IS WAIVED. subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer right to the certificate holler in lieu of such endorsement (s). DISCLAIMER The Certificate of Insurance on the reverse side of this Dorm does not constitute a contract between the Issuing insurer(s), authorized representative or producer, end the certificate holder, nor does k affirmatively or negatively amend extend or alter the coverage afforded by the policies fisted thereon. SPECIMEN Page 29 of 34 I JUNE 2005 I POLICY NUMBER: This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Designated Location s): A. For all sums which the insured becomes legally obligated to pay as damages caused by *occurrences" under COVERAGE A (SECTION 1), and for all medical expenses caused by acci- dents under COVERAGE C (SECTION 1), which can be attributed only to operations at a single designated •location' shown in the Schedule above: 1. A separate Designated Location General Aggregate Limit applies to each designated location', and that limit is equal to the amount of the General Aggregate Unlit shown in the Declarations. 2. Tire Designated Location General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except dam- ages because of 'bodily Injury or 'property damage' included in the 'products- completed operations hazard', and for medical expenses under COVERAGE C regardless of the. num- ber a!: a. Insureds; SCHEDULE ANY AND ALL COVERED LOCATIONS (If no entry appears above, information required to complete rs e • orsement will as applicable to this endorsement) CG 25 04 03 97 Copyright. Insurance Services Office, Inc., 1496 Page 30 of 34 COYMEF C'LAL GENERAL LIABILITY CG 2..5 04 03 97 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY, DESIGNATED LOCATIONS) GENERAL AGGREGATE LIMIT shown in the Declarations b. Claims made or •suits" brought or c. Persons or organizations making claims or bringing "suits'. 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Desig- nated Location General Aggregate Limit for that designated 'location'. Such payments shall not reduce the General Aggregate Limit shown in the Declarations rtor shall they re- duce any other Designated Location General Aggregate Limit for any other designated 'location' shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence. Fire Damage and Medical Ex- pense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, suyh. limits will be subject to the applicable Designated Location General Aggregate Limit. SPECIMEN JUNE 2005 I N ame 01 Addidonai Insured Person(s) Or Organization(s): Location(*) Of Coveted Operations 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. Information required to complete this Schedule, if not shown above, wil be shown in the Declarations POLICY NUMBER: THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE A. Section 0 — Who is An Insured is amended to include as an additional insured the person(*) or orgenizatlon(s) shown in the Schedule. but only with respect to tiabti r for `bodily injury". "property damage:" or "personal and advertising fluty caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations for the additional insureds) at the iocadon(s) desig- nated above. CG20100704 EC1MEN COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 ADDITIONAL INSURED -" OWNERS, LESSEES OR CONTRACTORS -- SCHEDULED PERSON OR ORGANIZATION M. With respect to the insurance afforded to these additional insured*, the foNowing additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" oecurrerg after: 1. All work. Including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the iodation of the covered operations has been completed; or 2. That portion of "'your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. I JUNE 2005 I e► ISO Prooertiea. inc.. 2004. Pane 1 of 1 Page 31 of 34 13 CITY OF DUBUQUE, IOWA GOVERNMENTAL IMMUNITIES ENDORSEMENT 1 Nonwaiver of Governmental Immunity. The insurance carrier 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 insurance carrier 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 insurance carrier. 4. Non - Denial of Coverage. The insurance carrier shall not deny coverage under this policy and the insurance carrier 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 Page 32 of 34 JUNE 2005 I 9 & 11 t" Streets Traffic Study One -way to Two -way Conversion City of Dubuque, Iowa Consultant Professional Services Request for Proposal April 6, 2010 Appendix E Project Related Data Page 33 of 34 Masterpiece on the Mississippi