Request for Proposals (RFP) Inspection and Engineering Services for Iowa City Water Division Collector Well Maintenance Project February 14, 2018

Similar documents
Summary. Project Objectives. Background

PERSONAL SERVICES CONTRACT

# Laser Printing and Bulk Mailing of the City of Iowa City Utility Bill

SERVICE AGREEMENT XX-XXXX-XXX-XX

AGREEMENT FOR ON-CALL CONSULTING SERVICES BETWEEN THE THE CITY OF EL CENTRO AND FOR ON CALL RIGHT OF WAY ACQUISITION AND APPRAISAL SERVICES

City of Malibu Request for Proposals (RFP) for Government Relations and Lobbying Services

TML MultiState IEBP Executive Director EXECUTIVE SEARCH FIRM SERVICES Request for Qualifications

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

Topsfield Water Department Invitation to Bid Potassium Hydroxide June 1, 2007

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

AGREEMENT FOR PROFESSIONAL SERVICES

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

REQUEST FOR PROPOSAL Enterprise Asset Management System

Interstate Commission on the Potomac River Basin 30 West Gude Dr., Suite 450 Rockville, MD

CITY OF GONZALES BANK DEPOSITORY SERVICE RFP

GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE. between the City of and

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17

SAMPLE PROPERTY AND LIABILITY INSURANCE BROKER SERVICES AGREEMENT BETWEEN SPOKANE AIRPORT AND

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

Montana Legislative Lobbyist Services

Request for Proposals for Homeless Outreach Services

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

RFP ATTACHMENT I: ACKNOWLEDGEMENT OF RFP TERMS AND CONDITIONS

INFORMATION PACKET FOR: REQUEST FOR PROPOSAL for DEBT COLLECTION SERVICES

FINAL AGREEMENT FOR LAND DIVISION IMPROVEMENTS IN ACCORDANCE WITH THE TOWN OF WESTPORT CODE FOR TOWN OF WESTPORT, DANE COUNTY, WISCONSIN

MEMORANDUM OF AGREEMENT by and between THE CITY OF BOISE CITY and [SELECTED APPLICANT]

BOROUGH OF HOPATCONG REQUEST FOR PROPOSALS PROFESSIONAL SERVICES

PART I - GENERAL INFORMATION

APPLICATION FOR EMPLOYMENT

FIRST INDEMNITY OF AMERICA INSURANCE COMPANY INDEMNITY AGREEMENT

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017

LIVINGSTON PARISH COUNCIL. Request for Qualifications for. Professional Services for the Livingston Parish Road Overlay Project

REQUEST FOR PROPOSAL Police Department Roof System Renovation

REQUESTS FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES AND OTHER BID EXEMPT SERVICES

THE AGREEMENT between The REGENTS of NEW MEXICO STATE UNIVERSITY and the ARCHITECT

State of Iowa, Board of Regents Standard Terms and Conditions

THE BOROUGH OF EAST RUTHERFORD REQUEST FOR QUALIFICATIONS

ADOPTION AGREEMENT AND RELEASE

REQUEST FOR PROPOSAL #7036 CONFLICT PUBLIC DEFENSE SERVICES Due: November 9, 2012, 3:00 PM Pacific Local Time

AGREEMENT FOR PROFESSIONAL SERVICES Contract No.

REQUEST FOR QUALIFICATIONS FOR PEER REVIEW AND ON-CALL CONSULTING ENGINEER SERVICES FOR PLANNING & DEVELOPMENT

FLORIDA DEPARTMENT OF TRANSPORTATION

City of Joplin, Missouri. Request for Proposal. For. National Register Historic Places Nomination. For. Joplin Memorial Hall

SUBDIVISION IMPROVEMENT AGREEMENT. (Date of Subdivision Map Recordation: )

SAN ANTONIO WATER SYSTEM SERVICES AGREEMENT AGREEMENT FOR. THIS IS A SERVICE AGREEMENT (this Agreement ) by and between

INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Name: Individual: Business: (mark one)

SAMPLE AGREEMENT: CE AGREEMENT

Tulsa Community College

Request for Proposal. Physical Security Professional Review. ASIS Chapter Calgary / Southern Alberta

DEPARTMENT OF PUBLIC WORKS. Road Division ADDENDUM #1 COUNTY OF MERCED DEPARTMENT OF PUBLIC WORKS REQUEST FOR PROPOSAL:

We look forward to working together with you on this project and please feel free to call me at (907) if you have any questions.

Request for Proposal Number 5848-RFP-14/15. Auditing Services

Exhibit A CONTRACT. WHEREAS, it is the desire of FIT to retain the services of a Strategic Planning Consulting Services firm;

Capital Area Council of Governments REQUEST FOR PROPOSALS For Capital Area Emergency Communications District (CAECD)

The Consultant selected by the IDA will perform the following services:

CONTRACT FOR PROFESSIONAL SERVICES By and between TOWN OF JONESBORO And CHIEF FINANCIAL OFFICER And LOUISIANA LEGISLATIVE AUDITOR STATE OF LOUISIANA

NOTICE OF REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND RELATED SERVICES. This is a REQUEST FOR PROPOSAL by UMATILLA SCHOOL DISTRICT

ROGERS CORPORATION - TERMS AND CONDITIONS OF PURCHASE

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

PURCHASING AUTHORITIES AND PROCEDURES (ADOPTED: FEBRUARY 26, 2015; PORT ORDINANCE NO. 4321)

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 3 TO LEASE AGREEMENT EXHIBIT A TAMPA INTERNATIONAL AIRPORT UNITED STATES POSTAL SERVICE

E-RATE CONSULTING AGREEMENT

LEGAL NOTICE - RFP WANTED. Automated Refuse Container Lids, For 300 Gallon Capacity Containers GENERAL INFORMATION AND INSTRUCTIONS

PURCHASE AND SALE AGREEMENT FOR PROPERTY LOCATED AT

Attachment O Standard Draft Contract STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES MEDIUM AND HEAVY DUTY TRUCKS

NASSAU COMMUNITY COLLEGE

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS

SECTION 16 PURCHASING/ACCOUNTS PAYABLE POLICY AND PROCEDURES

CITY OF SPRING HILL, TENNESSEE

CERTIFICATE. Final. Upon. Instructions: letterhead. Page 1 of 3. CDC Documents. Revised 1/22/2018

TERMS AND CONDITIONS OF THE INVITATION TO BID

APPLICATION FOR EMPLOYMENT Allegany County Community Opportunities and Rural Development (ACCORD) Corporation

THIS INDEPENDENT ENGINEER'S AGREEMENT (this Independent Engineer's Agreement) is made on [ ]

CANADIAN COUNCIL OF MINISTERS OF THE ENVIRONMENT INC. (CCME)

AGREEMENT. by and between the CITY OF LOS ANGELES. and ERNST & YOUNG INFRASTRUCTURE ADVISORS, LLC. for the DOWNTOWN LA STREETCAR PROJECT

SOUTHERN CALIFORNIA EDISON COMPANY ENERGY SERVICE PROVIDER SERVICE AGREEMENT

County of Collier CLERK OF THE CIRCUIT COURT COLLIER COUNTY COURTHOUSE

SOURCE ONE SURETY, LLC.

REQUEST FOR QUALIFICATIONS (RFQ) FOR LOBBYIST SERVICES

Request for Proposal. RFP # Non-Profit, Sports Photography

Eastern Connecticut State University 83 Windham St., Willimantic, CT 06226

REQUEST FOR PROPOSAL Youth Sports Officiating Services

PROVIDER AGREEMENT. Between State of Nevada Department of Employment, Training and Rehabilitation BUREAU OF DISABILITY ADJUDICATION.

PROJECT LABOR AGREEMENT (rev. 03/18) ARTICLE I PURPOSE

Proposed Form of Satellite Sewer System Agreement Pursuant to Paragraph 13 of Consent Decree

[JURISDICTION] S AMENDMENTS TO AIA DOCUMENT A201, GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION EDITION

COMMONWEALTH OF PENNSYLVANIA POSTING AUTHORITY EXCESS MAINTENANCE AGREEMENT

STORMWATER TREATMENT DEVICE AND LOW IMPACT DEVELOPMENT STRUCTURE ACCESS AND MAINTENANCE AGREEMENT

1. Employer shall make the following payment to Employee:

Standard Contract for Personal Services

City of Hyattsville RFP

RESOLUTION NO

Park City Municipal Corporation Park City, Utah UTILITY BILL PRINTING AND MAILING SERVICES RFP October 2014

CITY OF SPRING HILL, TENNESSEE REQUEST FOR PROPOSAL FOR. Sandblasting & Painting of Fire Hydrants

Interlocal Agreement for Fire Protection Services

INTERDISTRICT COOPERATIVE AGREEMENT FOR THE FINANCING AND OPERATION OF THE PIERCE COUNTY SKILLS CENTER

Bidders/vendors are required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27 as set forth in EXHIBIT B.

DEVELOPMENT CONTRACT FOR PUBLIC IMPROVEMENTS. WHEREAS,, (the Developer ), whose. business address is, is the owner and developer of

DEPOSIT AGREEMENT GUARANTEEING SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT

Transcription:

(RFP) Inspection and Engineering Services for Iowa City Water Division Collector Well Maintenance Project February 14, 2018 SUMMARY The City of Iowa City, Iowa, is soliciting proposals from interested consultants to inspect alluvial collector wells, and provide professional engineering services for evaluation of inspection results to include recommended improvements, opinion of probable construction costs, and schedule. Consultants wishing to submit a proposal shall include information as described in this RFP. TABLE OF CONTENTS Background page 2 Scope of Services... page 2 Minimum Qualifications... page 2 Costs... page 3 Timeline. page 3 Consultant Selection Process. page 3 Submittal Contents.page 3 Contract Documents... page 4 Submittal Instructions and Deadline.. page 5 Inquiries......page 5 Distribution List. page 6 Consultant Agreement......Appendix A Wage Theft Policy.....Appendix B SUBMITTAL DELIVERY ADDRESS City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 SUBMITTAL DEADLINE: 2:00 p.m. CDT on Friday, March 9, 2018 2018 Collector Well Maintenance Project Page 1

BACKGROUND The City of Iowa City Water Division operates five horizontal alluvial collector wells as raw water sources for the drinking water treatment plant. Collector wells are located on two well fields in close proximity of the water treatment plant. All five wells were bored between 1999 and 2000, and were put into production in 2003. The Water Division is looking for an assessment of collector well physical condition and production, recommended operational parameters, and recommended improvements with emphasis on higher long-term production. SCOPE OF SERVICES The information provided in this section is not intended to comprise a detailed scope of services that will be determined in the final consultant contract, but is intended to provide general information to firms wishing to submit proposals. The City will negotiate the detailed scope of services with the successful firm. Services will include, but not be limited to, the following: Conduct a kick-off meeting with City Staff. Review available information provided by the City. Survey and field verify the project area. Conduct/Contract inspections of wells and horizontal lateral lines and submit inspection documentation to City Staff. Provide corrections to record drawings for wells and lateral lines based on inspections. Conduct a performance test on each collector well and calculate actual production capacity. Submit preliminary list of recommendations and cost estimates for proposed maintenance and rehabilitation projects for wells for City review and comment. Develop a maintenance and record keeping schedule for collector wells. Project team meetings (City and Consultant staff) and field visits as necessary. Provide report for review at approximately 50%, 90%, and 100% completion. Meet with City Staff to discuss and review comments for each submittal. Provide report in five (5) bound hard copies and one electronic copy. Following selection of a consultant, City staff will meet with consultant staff to negotiate final project design scope and fee. MINIMUM QUALIFICATIONS To be considered, consultants must document the knowledge, skills, and abilities of the firm and team members proposed for the project. COSTS Firms participating in the consultant selection process will be responsible for all costs incurred to respond to this RFP. 2018 Collector Well Maintenance Project Page 2

TIMELINE Tentative consultant selection timeline is as follows: Submittals are due 2:00 p.m. CDT on March 9, 2018. Selection of consultants on approximately March 23, 2018. Consultant agreements finalized in April 2018. Report to be completed by August 31, 2018. CONSULTANT SELECTION PROCESS The Selection Committee consists of several members of the Engineering and Water Divisions. Submittals will be reviewed based on the contents described below, and evaluated based on the following criteria: consultant qualifications and experience, project approach, consultant fees, project costs, and project scheduling. The firm deemed best qualified by the Selection Committee for the project will be selected for negotiations related to scope and fee. Should the City and Consultant not be able to reach an agreement regarding project scope and fee, the City reserves the right to negotiate with the firm determined by the City to be the next most qualified. The intent of the selection process is to select the most qualified firm based on the identified needs of the City of Iowa City. The skills, areas of expertise, and capabilities that the City of Iowa City believes are necessary for successful completion of the project will be evaluated and factored in the selection process. In all cases, the City of Iowa City reserves the right to select a consultant firm and award a contract that is in the best interests of the City. SUBMITTAL CONTENTS To standardize responses and simplify the comparison and evaluation of responses, all statements must be organized in the manner set forth below, separated into sections, and appropriately labeled. However, specific requirements for each section have been minimized in order to allow for flexibility for each firm to provide information they feel best conveys their qualifications. All information and materials requested shall be provided in the proposal under a single cover. The submittal length shall be limited to a maximum of 20 single-sided (or 10 double-sided) pages, not including dividers and covers. Minimum font size shall be ten (10) point. Cover Letter - The letter should state the firm s interest in being considered for selection and pertinent information for the firm s contact person. General Firm Profile - A general description of the firm is required. Describe the general nature of services provided by the firm, the location of main and branch offices, and the number of years the firm has provided services similar to those anticipated on the project included in the RFP. Any sub-consultants who are expected to be a part of the design team should be identified. Key Personnel - Provide information indicating anticipated key personnel, relationship to the projects and their positions within the firm. It is a requirement of the City of Iowa City that the key personnel identified during the consultant selection process will participate in and execute the project. Substitution of key personnel after selection will require approval by the City of Iowa City as project lead professionals are considered essential. Please indicate the persons possessing the licenses and certifications necessary to perform the type of work being requested. 2018 Collector Well Maintenance Project Page 3

Reference Projects - A listing of reference projects shall be provided. Reference projects should be of similar size and scope. Particular emphasis should be placed on innovative, sustainable and cost-effective solutions. Indicate which key personnel were involved in the reference projects and their role in the reference projects. Provide contact information for the project owners, the nature of the firm s scope of work on the project and the date the contract started and ended. Project Approach A description of the anticipated project approach, including technical and management factors that will lead to a quality project. Respondents are encouraged to use this section of the submittal to address unique understanding, knowledge and/or abilities of the firm as they apply to the project included in the RFP. Competitive advantages or special capabilities of project teams should be highlighted in this section. Estimate of Resources Based on the firm s understanding of the scope of work required, provide an estimate of the firm s resources that should be dedicated to the project. This can be in a form of the firm s choosing but should clearly convey a sense of the amount of effort, resources and an estimated price the firm believes will be required for the project. Project Schedule Provide a preliminary project schedule that includes projected durations for anticipated project phases, including project milestones and deliverables. Billing Rates Provide current billing rates for firm personnel, including rates of staff included in the proposal, at a minimum. CONTRACT DOCUMENTS The consultants selected to provide engineering services will be required to enter into a written consultant agreement with the City of Iowa City. A sample consultant agreement is included in Appendix A of this RFP. Any objections to agreement language shall be documented in the submitted proposal. In addition, selected consultants will be required to submit a completed copy of the City of Iowa City Wage Theft Policy, included in Appendix B of this RFP. Any objections to agreement language shall be documented in the submitted proposal. All projects shall utilize City of Iowa City standard front ends and contract documents for project development. SUBMITTAL INSTRUCTIONS AND DEADLINE The submittal should be sent or delivered to the following address: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 Five hard copies of the proposal and one electronic (PDF) copy of the submittal are due by 2:00 p.m. CDT on Friday, March 9, 2018. The submittals must be sealed and clearly marked as: Request for 2018 Collector Well Maintenance Project Page 4

Proposals for the 2018 Water Well Maintenance Project. No portion of a submittal may be submitted by FAX or e-mail. INQUIRIES Inquiries to clarify the requirements of the RFP can be directed to Chris Parizek by email at chrisparizek@iowa-city.org. Meeting requests to address questions related to projects included in this RFP will be limited to one 30- minute (maximum) meeting per consultant. All inquiries must be made no later than March 2, 2018. 2018 Collector Well Maintenance Project Page 5

DISTRIBUTION LIST AECOM Anderson Bogert Bolton & Menk, Inc. Burns & McDonnell Foth Infrastructure & Environment Hall & Hall Engineers HBK Engineering, LLC HDR HR Green Company IIW McClure Engineering Company MMS Consultants, Inc. MSA Professional Services, Inc. Shive-Hattery, Inc. Shoemaker & Haaland Snyder and Associates Stanley Consultants, Inc. Strand Associates, Inc. Veenstra & Kimm, Inc. Watersmith Engineering 2018 Collector Well Maintenance Project Page 6

Appendix A 2018 Collector Well Maintenance Project Page 7

CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into this day of,, by and between the City of Iowa City, a municipal corporation, hereinafter referred to as the City and, of, hereinafter referred to as the Consultant. INSERT BRIEF PROJECT DESCRIPTION BEGINNING WITH WHEREAS NOW THEREFORE, it is agreed by and between the parties hereto that the City does now contract with the Consultant to provide services as set forth herein. I. SCOPE OF SERVICES Consultant agrees to perform the following services for the City, and to do so in a timely and satisfactory manner. INSERT DESCRIPTION OF SCOPE OF SERVICES II. TIME OF COMPLETION The Consultant shall complete the following phases of the Project in accordance with the schedule shown. INSERT SCHEDULE OF SERVICES III. GENERAL TERMS A. The Consultant shall not commit any of the following employment practices and agrees to prohibit the following practices in any subcontracts. 1. To discharge or refuse to hire any individual because of their race, color, religion, sex, national origin, disability, age, marital status, gender identity, or sexual orientation. 2. To discriminate against any individual in terms, conditions, or privileges of employment because of their race, color, religion, sex, national origin, disability, age, marital status, gender identity, or sexual orientation. B. Should the City terminate this Agreement, the Consultant shall be paid for all work and services performed up to the time of termination. However, such sums shall not be greater than the "lump sum" amount listed in Section IV. The City may terminate this Agreement upon seven (7) calendar days' written notice to the Consultant. 2018 Collector Well Maintenance Project Page 8

C. This Agreement shall be binding upon the successors and assigns of the parties hereto, provided that no assignment shall be without the written consent of all Parties to said Agreement. D. It is understood and agreed that the retention of the Consultant by the City for the purpose of the Project shall be as an independent contractor and shall be exclusive, but the Consultant shall have the right to employ such assistance as may be required for the performance of the Project. E. It is agreed by the City that all records and files pertaining to information needed by the Consultant for the project shall be available by said City upon reasonable request to the Consultant. The City agrees to furnish all reasonable assistance in the use of these records and files. F. It is further agreed that no Party to this Agreement shall perform contrary to any state, federal, or local law or any of the ordinances of the City of Iowa City, Iowa. G. At the request of the City, the Consultant shall attend meetings of the City Council relative to the work set forth in this Agreement. Any requests made by the City shall be given with reasonable notice to the Consultant to assure attendance. H. The Consultant agrees to furnish, upon termination of this Agreement and upon demand by the City, copies of all basic notes and sketches, charts, computations, and any other data prepared or obtained by the Consultant pursuant to this Agreement without cost, and without restrictions or limitation as to the use relative to specific projects covered under this Agreement. In such event, the Consultant shall not be liable for the City's use of such documents on other projects. I. The Consultant agrees to furnish all reports, specifications, and drawings, with the seal of a professional engineer affixed thereto or such seal as required by Iowa law. J. The City agrees to tender the Consultant all fees in a timely manner, excepting, however, that failure of the Consultant to satisfactorily perform in accordance with this Agreement shall constitute grounds for the City to withhold payment of the amount sufficient to properly complete the Project in accordance with this Agreement. K. Should any section of this Agreement be found invalid, it is agreed that the remaining portion shall be deemed severable from the invalid portion and continue in full force and effect. L. Original contract drawings shall become the property of the City. The Consultant shall be allowed to keep reproducible copies for the Consultant's own filing use. M. Fees paid for securing approval of authorities having jurisdiction over the Project will be paid by the City. N. Upon signing this agreement, Consultant acknowledged that Section 362.5 of the Iowa Code prohibits a City officer or employee from having an interest in a contract with the City, and 2018 Collector Well Maintenance Project Page 9

certifies that no employee or officer of the City, which includes members of the City Council and City boards and commissions, has an interest, either direct or indirect, in this agreement, that does not fall within the exceptions to said statutory provision enumerated in Section 362.5. O. The Consultant agrees at all times material to this Agreement to have and maintain professional liability insurance covering the Consultant s liability for the Consultant s negligent acts, errors and omissions to the City in the sum of $1,000,000. IV. COMPENSATION FOR SERVICES INSERT DESCRIPTION OF COMPENSATION V. MISCELLANEOUS A. All provisions of the Agreement shall be reconciled in accordance with the generally accepted standards of the Engineering Profession. B. It is further agreed that there are no other considerations or monies contingent upon or resulting from the execution of this Agreement, that it is the entire Agreement, and that no other monies or considerations have been solicited. C. This Agreement shall be interpreted and enforced in accordance with the laws of the State of Iowa. Any legal proceeding instituted with respect to this Agreement shall be brought in a court of competent jurisdiction in Johnson County, Iowa. The parties hereto hereby submit to personal jurisdiction therein and irrevocably waive any objection as to venue therein, including any argument that such proceeding has been brought in an inconvenient forum. FOR THE CITY FOR THE CONSULTANT By: Title: Date: By: Title: Date: ATTEST: Approved by: City Attorney's Office Date 2018 Collector Well Maintenance Project Page 10

Appendix B 2018 Collector Well Maintenance Project Page 11

CITY OF IOWA CITY WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter Wage Theft Policy ) I. Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. Discretionary economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City s purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); c. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction 2018 Collector Well Maintenance Project Page 12

or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. Any objection that your company has regarding this policy must be stated in the space provided below. If your company is in agreement with this policy and is able to uphold the policy, provide a statement in the space provided below. Signature of Company Representative Date 2018 Collector Well Maintenance Project Page 13