Loading...
Request for Proposals - Consultant Services for ADA Self-Evaluation-Training Copyright 2014 City of Dubuque Consent Items # 26. ITEM TITLE: Request for Proposals - Consultant Services for ADA Review and Update of Self-Evaluation and Transition Plan SUMMARY: City Manager recommending approval to release a Request for Proposals to provide consultant services for an ADA Review and Update of Self-Evaluation and Transition Plan. SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Approve ATTACHMENTS: Description Type RFP Consultant for ADA Review& Update of Self- City Manager Memo Evaluation and Transition Plan-MVM Memo Staff Memo Staff Memo RFP for ADA Consultant Review Supporting Documentation THE CITY OF Dubuque UBE I erica .i Masterpiece on the Mississippi 2007-2012-2013 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: RFP Consultant Services for ADA Review and Update of Self-Evaluation and Transition Plan DATE: May 31, 2016 The City approved an Americans with Disabilities Act (ADA) Transition Plan in 1992. ADA improvements have been implemented according to this plan and self-evaluations since then. Last year a multi-department team put together and executed a community engagement plan to gain input on accessibility of City facilities, transit and improvements such as curb cuts. The input received from this engagement process was shared with Departments for review and implementation. Inspector II Gary Blosch also recently completed a self-evaluation of City facilities. Items identified were shared with departments to address right away or plan and budget for in the future. Lastly, a management software was recently approved to create a database and mapping system of ADA improvements. This will assist in tracking improvements made as well as planned throughout the entire City system. Building Services Manager Todd Carr and Leisure Services Manager Marie Ware recommend City Council approval to release a Request for Proposals to provide consultant services for an ADA Review and Update of Self-Evaluation and Transition Plan. I concur with the recommendation and respectfully request Mayor and City Council approval. Mic ael C. Van Milligen MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Teri Goodmann, Assistant City Manager Todd Carr, Building Services Manager Marie L. Ware, Leisure Services Manager THE CITY OF Dubuque 10 All-America City Masterpiece on the Mississippi 2007•2012 •2013 TO: Michael C. Van Milligen, City Manager FROM: Todd Carr, Building Services Manager Marie L. Ware, Leisure Services Manager SUBJECT: RFP Consultant Services for ADA Review and Update of Self-Evaluation and Transition Plan DATE: May 26, 2016 INTRODUCTION The purpose of this memorandum is to request City Council approval of the attached Request for Proposals (RFP) to provide consultant services for an ADA Review and Update of Self Evaluation and Transition Plan. BACKGROUND The City approved a Transition Plan in 1992. ADA improvements have been implemented according to this plan and self-evaluations since then. Last year a multi- department team put together and executed a community engagement plan to gain input on accessibility of city facilities, transit and improvements such as curb cuts. The input received from this engagement process was shared with Departments for review and implementation. Inspector II Gary Blosch also recently completed a self-evaluation of city facilities. Items identified were shared with departments to address right away or plan and budget for in the future. Lastly, a management software was recently approved to create a database and mapping system of ADA improvements. This will assist in tracking improvements made as well as planned throughout the entire city system. DISCUSSION A committee was approved develop the attached RFP that would allow selection of a consultant to develop an ADA transition plan and self-evaluation update, program and policies review as well as perform specific site audits. The engagement committee last year identified the evaluation of policies and procedures as a focus of our next work. The RFP identifies in the scope of services more details. The committee is Crenna Brumwell, Assistant City Attorney, Gary Blosch, Inspector II, Jane Smith, Engineering Assistant II, Taj Suleyman, Equity Outreach Coordinator, Candice Eudaley, Transit Manager and Marie Ware, Leisure Services Manager. The proposals will be due July 2 with a recommendation to the City Council slated for July 18th. This timing is so the work by the consultant can be completed to share with Departments prior to the budgeting cycle for FY 18. BUDGETIMPACT The budget approved is as follows: ADA Compliance Consultant CIP # 350-2678 Consultant Services $60,000 This CIP was approved as a part of the current FY 16 budget as a Building Department CIP and is currently available. ACTION REQUESTED We respectfully request City Council approval of the RFP for consultant services for an ADA Review and Update of Self Evaluation and Transition Plan. Attachment: RFP 2 bt CITY OF DUBUQUE, IOWA 50 West 13th Street B E Dubuque, IA 52001 Masterpiece on the Mississippi Phone: 563-690-6040 REQUEST FOR PROPOSAL (RFP) CONSULTANT SERVICES FOR ADA REVIEW AND UPDATE OF SELF EVALUATION AND TRANSITION PLAN INTRODUCTION The City of Dubuque, Iowa is soliciting requests for proposals from qualified consulting firms to provide professional consultant services for ADA review and update of self-evaluation and transition plan. Interested and qualified firms are invited to submit a proposal to provide professional services for the project, as noted below. Proposals prepared in response to this Request for Proposal (RFP) are due before 2:00 p.m. on July 2, 2016. The anticipated schedule for this project is that the City of Dubuque will execute a contract with the selected consultant by July 20, 2016 and the project will be completed by October 10, 2016. Please review the entire RFP for specific requirements. Any questions regarding the project or this RFP should be directed to Gary Blosch, Inspectorll, at 563-690-6040 and/or email gblosch(aD_cityofdubugue.org prior to submission. COMMUNITY BACKGROUND The city of Dubuque is located on the Mississippi River in northeastern Iowa, adjacent to Illinois and Wisconsin. As Iowa's oldest city, Dubuque is a community well known for its historic and architectural beauty. The Mississippi River basin area creates a generally flat terrain which is complimented by a line of bluffs that parallel the River. There is a grade change from the river area to the top of the bluff. In addition Dubuque was an early river town chartered in 1833 with the first settler Julien Dubuque arriving in 1785. The geography and historic development of our river town at times makes accessibility challenging but achievable. Dubuque is proud of its history and has preserved and treasured many of its historic buildings, structures and areas. The city is over 30 square miles in area, with a population of nearly 60,000 persons. 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. The City of Dubuque is governed by an elected Mayor and City Council and managed by a City Manager. The City funds a full range of municipal services. City government works in collaboration with the private and non-profit sectors to promote economic development and sustainability. Sustainability along with downtown, neighborhood, and riverfront planning and revitalization are long-standing priorities of the City Council. The City's web site is www.citvofdubuque.org. The City Council's Goals and Priorities are available online at http://www.citvofdubugue.orq/counciIgoaIs. BACKGROUND The City of Dubuque commissioned an Accessibility Study in 1992 to evaluate architectural barriers in all city-owned facilities. The City had an ADA/504 Committee. Annual ADA progress reports were completed by the Human Rights Department from 1999 to 2008. Work has continued by individual departments since. The City Council has established priorities in work related to inclusion which has led to the efforts described below. 2015 Community Engagement A committee of city staff from Transit, Legal, Leisure Services, Engineering, Human Rights and Building Departments developed and implemented a community-wide engagement plan to gain community input related to accessibility of city facilities and travel whether by bus or as a pedestrian throughout the city. The city wanted public input related to ADA needs within the context of city property/areas focusing on access of buildings/areas and transportation infrastructure. This was done to engage community members to identify and prioritize transportation needs and building/area access. The input was then shared with the City Manager and appropriate departments in order to address what is already planned, what needs to be planned or what needs to be addressed through budget or action plans. An executive summary is shared in the file share site located at https://cityofdubugue.sharefile.com/d- s513c0352bb545268, with more detail at www.citvofdubuque.org/ADA. 2015 ADA Compliance Audit of City Facilities Inspector II Gary Blosch of the Building Department completed a comprehensive ADA compliance audit (self-evaluation) of all city facilities. The audit findings were then shared with each Department Manager to complete the improvements, or budget or create an action plan to address the issue outlined. The Audit is in the share file site listed above. 2015 —2016 InVision FM Invision FM was recently selected as the software provider to be the database for all information related to ADA compliance and transition in city-owned buildings, curb cuts and more for all city departments. This will assist the city in managing its ADA Transition Plan through the city GIS system. An intern will be recruited to do the work in the software of inputting current as well as future projects, improvements, systems and more. The data and/or reports should be in a format compatible with Invision FM Software. ADA Documents A share file site has been set up at https://cityofdubugue.sharefile.com/d-s513c0352bb545268 2 to allow firms to view City of Dubuque ADA related documents including transition plan, self- evaluation, progress reports, current policies, etc. PROJECT LOCATION Park, Building Year and Structures Address Acreage Estab. Flora 2605 Pennsylvania Avenue 35 1953 Murphy 1700 S. Grandview Avenue 80 1927 Eagle Point 2601 Shiras Avenue 164 1910 A.Y. McDonald Hawthorne St. & Volunteer Drive 8 2005 Miller Riverview 1851 Admiral Sheehy Drive 20 1987 Bergfeld Recreation Area 7600 Chavenelle Drive 73 1999 Veterans' Memorial 2700 Northview Drive 73 1959 Washington 700 Locust Street 1 1836 Allison-Henderson 1500 Loras Boulevard 5 1916 Approximate Facility Address Square Feet City Hall 50 West 13th Street 22,800 sq. ft. City Hall Annex 1300 Main Street 11,526 sq. ft. Historic Federal Building 350 West 6th Street 39,516 sq. ft. Five Flags Civic Center 405 Main Street 70,306 sq. ft. Carnegie-Stout Library 360 West 11th Street 20,000 sq. ft. Multicultural Family Center 1157 Central Avenue 6,600 sq. ft. Parking Garages Address Locust Street Ramp 830 Bluff Street Iowa Street Ramp 701 Iowa Street 5th Street Ramp 501 Iowa Street Five Flags Ramp 100 West 4th Street Transit Vehicles, Transfers and Stops Transit Vehicles The Transit Division owns four types of vehicles. All are equipped with either a lift or ramp and areas for mobility device securement. The project includes a review of ADA features on the four types of transit vehicles and a recommendation for future purchases including but not limited to mobility device securement and lift vs. ramp access features. Transit Transfer Areas The Transit Division has three transfer areas in the city. One is new(2015), one was improved in 2013 and the third is a basic area with a bus shelter, only. The project includes review of the three transfer area types for access, compliance, and best practices recommendations for future transfer development or improvements to existing transfer areas. Transit Bus Stops The Transit Division has over 250 bus stops. Specific corridors pose a variety of difficulties for bus stop installation and compliance with ADA. Bus stop requests received for the following corridors and/or intersections that have proven difficult to accommodate ADA: Rockdale Rd corridor, Rhomberg Avenue & Fengler, Radford Rd, Loras Blvd, Peru Rd, Kerper Blvd & Kerper 3 Ct. The project includes review of these corridors and intersections for access, compliance, and best practices recommendations for future bus stop installation. A recommendation for amenities that best accommodate the intent of ADA is also included. PROJECT SCOPE Project Goals 1. Review and provide evaluation of City services and programs to determine compliance with current regulations. Review should include the city website. 2. Provide an evaluation of City facilities including right-of-way, buildings, playgrounds and pedestrian facilities outlined in proposal. 3. Review city policies related to ADA and accessibility and make recommendations. Share best practices related to recommendations. 4. Provide the city with cost estimates or enough information for city to seek cost estimates knowledgably as a result of the evaluation. 5. Recommend priorities as needed for items identified in self-evaluation and/or transition plan. 6. Provide information in a database format to be placed in city's facility maintenance software, InVision. 7. Prepare an updated Self-Evaluation and Transition Plan that complies with current ADA standards. Said plan to include reviewing and recommending grievance procedures changes as necessary and best practices. ADA Progress Assessment Report Review and evaluate existing documents and reports related to the City's past ADA efforts. This can include but not be limited to past plans, work completed to date, Progress Reports, maps and reference documents provided by the City or obtained by Consultant from other means. Assess the City's progress on non-compliant items listed in the City's original 1992 transition plan. Self-Evaluation Report Provide field review of city buildings, facilities, parks and transit vehicles, transfer points and stops listed above. Review right-of-way compliance with the ADA. Identify noncompliant items or other barriers and provide remedial options for compliance. A digital photo of the noncompliance should be a part of report and documentation. A reference to the code defining the barrier to access will be provided. Due to limited City staff availability it is the intent of the City that these field reviews be conducted largely by the Consultant solely. Surveys that need staff assistance can be scheduled. Provide an evaluation of City services, programs and facilities for compliance with ADA, identify noncompliant items or other barriers and provide options for compliance. This evaluation should include review of the city website. Provide a report, including cost evaluation of all proposed modifications separated by categories of buildings, facilities, parks, transit and right-of-ways. 4 Community and Staff Evaluation / Involvement Complete at least one community engagement exercise related to findings that will be the outcome of the scope of services in this RFP. This should include but may not be limited to community engagement and involvement regarding the review and self-evaluation of city programs and services. Design the next phase of public engagement and input. This future engagement might be done by a consultant and/or city staff. Conduct one training with city staff related to findings and moving forward with updated Transition Plan. Evaluation of Policies / Procedures Obtain and conduct an intensive review of all written policies, rules and regulations of the City and all of its departments. This should be a discovery process to determine which if any policies have language or processes that may be discriminatory and not in compliance with Title 11 of the Act. Review the City's reasonable accommodation policy and compliant procedure and recommend necessary changes and best practices. Based on review and identification of departments that do not have policies or procedures or whose policies or procedures require modification, provide model policies and procedures recommended for use by departments. Said policies should be included in the Transition Plan. Action Steps / Updated Transition Plan Provide a complete and accurate report to include recommendation for any modifications or deletion of language in all program policies, practices and procedures. Provide a complete evaluation of city facilities including costs for proposed modifications, recommended priorities for completion of proposed modifications and a listing of recommended modifications. Provide assistance in reviewing required grievance procedures and all public notices required by ADA. Provide an updated comprehensive ADA Transition Plan based upon all tasks above. Consultant shall incorporate the ADA Best Practices Tool Kit for State and Local Governments as a minimum guideline for the transition plan. It shall also incorporate relevant requirements including but not limited to US Access Board Guidelines and PROWAG. TIMELINE July 2, 2016 RFPs due at 2:00 p.m. July 11, 2016 Interviews held by phone if needed July 18, 2016 City Council approval of recommended firm July 19— 29, 2016 Contract and insurance work with chosen consultant October 10, 2016 Complete work product due October 17, 2016 City Council approval of work product 5 BUDGET The project budget is as follows: ADA Review and Update Consultant Services Total Project (includes all services and all reimbursables) $ 60,000 If the budget does not cover the scope of services requested, a recommendation on the prioritization of items in the scope and breakdown of phases is needed. It is planned that $50,000 would be available to continue work in Fiscal Year 2018 and $40,000 in Fiscal Year 2019. There is no commitment in this RFP to the future budgets or for chosen consultant to continue past the scope of this RFP. This information is provided to show intentions for the future based on City Council allocation in the future. EVALUATION CRITERIA AND PROCESS The objective is to select the consultant most qualified to provide the services outlined in this request. Initial screening will be done without knowing the consultant's proposed fee for services. While cost is a key consideration the City reserves the right to choose the best proposal, which may not be based on price. Evaluations will be based on the criteria listed below. The proposal review committee consists of representatives of the Building, Leisure Services, Engineering, Human Rights, Transit and City Attorney Departments. Responsiveness, Quality, and Completeness of Proposal • Everything is included that was required by the RFP • Proposal schedule to complete the project • Ability to successfully complete the scope of services on time and within budget • The quality of written material and presentation, relevant experience, answers to questions, and overall organization Experience/Qualifications • Qualifications and experience of principle consulting staff or project team developing, managing and completing projects of similar size communities and/or similar facilities and number of facilities • Technical competence of the consultant (team) related to the Scope of Services requested including but not limited to ADAAG, Federal PROWAG, MUTCD, Title 24, ADA Title II and III Federal and State of Iowa current accessibility requirements • Technical competence in historic parks and structures • Project manager's expertise, experience, and unique qualifications especially in performing similar services • Qualifications and experience of any sub-consultants (if proposed) on similar projects • References from other organizations for which the consultant has provided comparable service • Experience working with municipalities and City staff • Ability of Consultant to demonstrate the project in clear terms that articulate in non-technical terms the issues at hand. • Description of the methodology used to complete the Scope of work as detailed in this RFP. 6 • Consultant's demonstrated skills in facilitating public meetings, making presentations, engaging and working with the public and building consensus • Consultant proposed revisions and/or changes to the scope of services that would better serve the community Proposed Fees and Compensation • Reasonability of scope of services to fees proposed INFORMATION TO BE INCLUDED IN PROPOSAL Letter of Transmittal - Provide a one page letter of transmittal briefly stating the consultant's interest in this project, outlining the consultant's understanding of the work and the name, address, office and cell phone numbers and email address of the primary contact person. Profile of Consultant - Provide general information about the consultant and its area(s) of expertise in regards to this RFP, including the qualifications of the project manager and other key personnel to be assigned to the project, previous experience and unique qualifications for this project. Background and Organization - Identify name, address, history and organization of the consultant, including an overview of the services the consultant provides in-house and the number of years the consultant has provided the requested services. Describe any other relevant professional services offered by the consultant and how these services may be able to benefit the City. Experience - Describe recent professional experience with detailed but brief descriptions of representative projects, including project budgets, team members, community engagement process, and other applicable information, including work with public sector clients, and a minimum of three (3) most recent projects similarly situated to this project and contact information. Team Members - Identify key team members that will be assigned to the project, specific roles and responsibilities, time commitment to the project, and individual professional expertise/credentials, especially relating to experience with similar studies. • List project manager for the team • A listing of team personnel who will actually be assigned to perform the work on this project, and a breakdown and description of tasks assigned per project team member. • Technical competencies of team member(s) related to scope of work. • For consultants located outside the region, address how the consultant will remain responsive to short notice requests and meetings • Identify similar projects that team members have worked on together • Identify the teams' diversity and protected class(es) Sub-consultant(s) personnel experience • Names and addresses of any outside consultant(s) or associate(s) proposed to be involved with this project • Include each proposed sub-consultant(s) experience and qualifications as described above for firm's personnel • Identify similar projects that team members have worked on together with the sub- consultants 7 Scope of Project Services - The proposed scope of services will describe the firm's detailed approach to completing the ADA Review and Update project. The scope of services will include sufficient discussion of proposed methodologies, techniques, and procedures for each work item. Describe the means or strategy by which the consultant would satisfy the following scope of services, and/or an alternative or hybrid strategy recommended by the consultant. The proposed scope of services will describe the firm's approach to completing the ADA Review and Update. Example of Similar Work Product —The firm is to provide an electronic web link to a completed and approved similar work product. Scope is shared on pages 4-5. Proposed Project Schedule - Completion of project outlined in the scope is October 10, 2016. Provide a project schedule outlining the time period and estimated completion date of the proposed scope of work. This should include a schedule for and description of all deliverable products throughout the period. Describe the method to assure that the time schedule will be met. Identify the person responsible for assuring schedule compliance. Products should be delivered in hardcopy and electronic formats compatible with the City's computer software and hardware. The proposal shall discuss the firm's ability to integrate this contract into the present workload. References - The proposal shall include at least three references of past clients with projects providing comparable services. These projects should have been completed within the past five years with the same project manager, sub-consultants and/or other key personnel proposed for this project. Full name, title, address, email and phone should be provided along with time period of project and brief description of the Scope of Services. Litigation - Provide litigation information, if applicable. Any past claims and/or lawsuits and reason for the claim and/or lawsuit. Fees and Compensation - Provide a proposed cost plus a not to exceed expenses budget for completion of the proposed scope of services with cost breakdowns by scope element. Clearly define reimbursable costs such as travel, printing, etc. Reimbursables are to be a not exceed cost and a part of the total fees proposed. Provide hourly and overhead rates for personnel, including for additional services should additional services be required. Include proposed fee payment schedule. Quotation of fees and compensation shall remain firm for a period of at least 90 days from the submission deadline. Please separate the proposed fees and compensation from the other portion of the RFP submittal and enclose in separate envelope. Initial screening will be done without knowing the consultant's proposed fee for services. If the budget does not cover the scope of services requested, a recommendation on the prioritization of items in the scope and breakdown of phases is needed. Certificate of Insurance - The selected firm will be required to meet the insurance requirements of Insurance Schedule C of the City upon award of contract. See Appendix A. Insurance schedule is not required to be in force for the RFP submission. 8 SUBMISSION REQUIREMENTS A signed original and six (6) hard copies plus one (1) PDF copy on CD or flash drive of the proposal clearly labelled ADA REVIEW AND UPDATE OF SELF EVALUATION AND TRANSITION PLAN in a sealed box or envelope must be received by 2:00 p.m. CST, July 2, 2016 at the following address: Gary Blosch, Inspector II City of Dubuque Building Department 50 West 13th Street Dubuque, IA 52001 To simplify the review process and obtain the maximum comparability, the proposal must include the following information, at a minimum, and be organized in the following manner. All proposals submitted must be limited to twenty-five (25) pages not including front and back covers (optional), transmittal letter, references, and fees and compensation. Fees and compensation must be submitted in a separate envelope. • Presented in 8 % x 11 inch format, minimum 11 point Arial font • All recyclable materials, no binders or binding • In the same order as described below • The original proposal will include original signatures in ink, by authorized personnel, on all documents that require an authorized signature • Do not include marketing materials • No faxed or e-mail proposals will be accepted. Failure to provide the required mandatory information may result in a consultant not being considered. Submitted proposals will not be returned. Questions should be directed to Gary Blosch by telephone at 563-690-6040 or by email at gblosch@cityofdubuque.org. Proposals will be reviewed by the committee. After the proposals are evaluated, the City will determine if any of the consultants will be interviewed. The City may choose to contact officials from other jurisdictions regarding a consultant, its prior work experience, and its ability to successfully complete the scope of services. The City may request clarification or additional information from a specific consultant in order to assist in the City's evaluation of a proposal. Finally, City may require changes in the scope of services, further negotiate the proposed work and/or method and amount of compensation, as deemed necessary by the City, before execution of a contract. Work products will be developed for the City as a part of the scope outlined in the RFP by contract. Such documents and work products will remain the joint property of the Vendor and the City. Each consultant assumes full responsibility for delivery and deposit of the completed proposal package before the deadline. The City is not responsible for any loss or delay with respect to delivery of the proposals. The City reserves the right to reject any and all proposals and to negotiate changes with any consultant. The City is not liable for any cost incurred by any consultant prior to the execution of an agreement or contract, nor shall the City be liable for any costs incurred by the consultant that are not specified in any contract. The City of Dubuque is an Equal Employment Opportunity Employer. 9 APPENDIX A Insurance Schedule C 1. shall furnish a signed Certificate of Insurance to the City of Dubuque, Iowa forthe coverage required in Exhibit I prior to commencing work and at the end of the project if the term of work is longer than 60 days. Providers presenting annual certificates shall present a Certificate at the end of each project with the final billing. Each Certificate shall be prepared on the most current ACORDform approved by the Iowa Department of Insurance or an equivalent. Each certificate shall include a statement under Description of Operations as to why issued. Eg: Project # Project Location at or construction of 2. All policies of insurance required hereunder shall be with a carrier authorized to do business in Iowa and all carriers shall have a rating of A or better in the current A.M. Best's Rating Guide. 3. Each Certificate shall be furnished to the contracting department of the City of Dubuque. 4. 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. 5. Consultants shall require all subconsultants and sub-subconsultants to obtain and maintain during the performance of work insurance for the coverages described in this Insurance Schedule and shall obtain certificates of insurances from all such subconsultants and sub- subconsultants. Consultants agree that it shall be liable for the failure of a subconsultants and sub-subconsultants to obtain and maintain such coverages. The City may request a copy of such certificates from the Consultants. 6. All required endorsements to various policies shall be attached to Certificate of insurance. 7. Whenever a specific ISO form is listed, an equivalent form may be substituted subject to the provider identifying and listing in writing all deviations and exclusions that differ from the ISO form. 8. Provider shall be required to carry the minimum coverage/limits, or greater if required by law or other legal agreement, in Exhibit I. If provider's limits of liability are higher than the required minimum limits then the provider's limits shall be this agreement's required limits. 9. Whenever an ISO form is referenced the current edition of the form must be used. Insurance Schedule C (continued) Exhibit I A) COMMERCIAL GENERAL LIABILITY General Aggregate Limit $2,000,000 Products-Completed Operations Aggregate $1,000,00 Personal and Advertising Injury Limit $1,000,00 Each Occurrence $1,000,00 Fire Damage Limit (any one occurrence) $ Medical Payments $ 5,000 a) Coverage shall be written on an occurrence, not claims made, form. The general liability coverage shall be written in accord with ISO form CG0001 or business owners form BP0002. All deviations from the standard ISO commercial general liability form CG 0001, or Business owners form BP 0002, shall be clearly identified. b) 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. c) Include endorsement indicating that coverage is primary and non-contributory. d) Include endorsement to preserve Governmental Immunity. (Sample attached). e) Include an endorsement that deletes any fellow employee exclusion. f) Include additional insured endorsement for: The City of Dubuque, including all its elected and appointed officials, all itsemployees and volunteers, all its boards, commissions and/or authorities and their board members, employees and volunteers. Use ISO form CG 2026. B) AUTOMOBILE LIABILITY $1,000,000 (Combined Single Limit) C) WORKERS' COMPENSATION & EMPLOYERS LIABILITY Statutory benefits covering all employees injured on the job by accident or disease as prescribed by Iowa Code Chapter 85 as amended. Coverage A Statutory—State of Iowa Coverage B Employers Liability Each Accident $100,00 Each Employee-Disease $100,00 Policy Limit-Disease $500,00 Policy shall include an endorsement providing a waiver of subrogation to the City of Dubuque. Coverage B limits shall be greater if required by Umbrella Carrier. D) UMBRELLA LIABILITY $1,000,000 Umbrella liability coverage must be at least following form with the underlying policies included herein. E) PROFESSIONAL LIABILITY $1,000,000 a) Provide evidence of coverage for 5 years after completion of project. F) CYBER LIABILITY $1,000,000 Coverage for First and Third Party liability including but not limited to lost data and restoration, loss of income and cyber breach of information. Yes No 11 City of Dubuque Insurance Requirements for Professional Services Preservation of Governmental Immunities Endorsement 1. Nonwaiver of Governmental Immunity. The insurance carrier expressly agrees and states thatthe 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 subjectto 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 Cityof 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 12 Schedule C Professional Services May 2016