Summary. Project Objectives. Background

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

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

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

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

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

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

BOROUGH OF HOPATCONG REQUEST FOR PROPOSALS PROFESSIONAL SERVICES

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

Montana Legislative Lobbyist Services

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

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

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

PERSONAL SERVICES CONTRACT

CIRB PROJECT AGREEMENT - (NOT TO EXCEED) (4/26/2017) --- RESOLUTION NO.

City of Tustin Community Development Department REQUEST FOR PROPOSAL FOR AS-NEEDED BUILDING INSPECTION AND PLAN CHECK SERVICES

THE BOROUGH OF EAST RUTHERFORD REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSAL Enterprise Asset Management System

REQUESTS FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES AND OTHER BID EXEMPT SERVICES

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

CITY OF GONZALES BANK DEPOSITORY SERVICE RFP

SERVICE AGREEMENT XX-XXXX-XXX-XX

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

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

TERMS AND CONDITIONS OF THE INVITATION TO BID

SAMPLE. It is agreed that this proposal may not be withdrawn within a period of thirty (30) days after the date set for the opening thereof.

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

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

PART I - GENERAL INFORMATION

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

SEALED BID - REQUEST FOR PROPOSALS # FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS

SECTION AGREEMENT

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

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

Contract Description; Qualifications; Proposal.

ADOPTION AGREEMENT AND RELEASE

Iowa Public Employees Retirement System Request for Proposal Design and Construction Contract Administration Services

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

INSTRUCTIONS TO BIDDERS Medical Center

NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS ("RFP") DISTRICT INSPECTOR GENERAL/INTERNAL AUDIT SERVICES RFP #12-002

E-RATE CONSULTING AGREEMENT

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

Tulsa Community College

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

SECTION A - INSTRUCTIONS

State of Iowa, Board of Regents Standard Terms and Conditions

REQUEST FOR PROPOSALS EMERGENCY MEDICAL SERVICES (EMS) CITY OF YORK

REQUEST FOR PROPOSAL Police Department Roof System Renovation

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

Your proposal is not revocable for ninety (90) days following the response deadline indicated above.

CITY OF SPRING HILL, TENNESSEE

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work)

REQUEST FOR PROPOSALS Galax Water Treatment Plant and Galax Wastewater Treatment Facility Control System Integration Service Term Contract

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

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

RFP ATTACHMENT I: ACKNOWLEDGEMENT OF RFP TERMS AND CONDITIONS

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

City of Hyattsville RFP

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m.

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

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work)

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.

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

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

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

INVITATION FOR BID Annual Water Meter Purchase

REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System

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

OHIO DEPARTMENT OF TRANSPORTATION

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING

Mesquite Independent School District

AGREEMENT FOR PROFESSIONAL SERVICES

Contract Description; Qualifications; Proposal.

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

CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No

BATS Title VI Policies and Procedures

EXHIBIT C FACILITIES MASTER PLAN CONSTRUCTION MANAGEMENT SERVICES AGREEMENT

JOB CREATION AGREEMENT FOR SCHOELLER ARCA SYSTEMS, INC.

VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

SECTION INSTRUCTIONS TO BIDDERS

PROJECT LABOR AGREEMENT [PUBLIC SECTOR]

Diesel Engine Replacement for. Gillig Low Floor Buses

BRISTOL VIRGINIA CITY COUNCIL 300 Lee Street Bristol, Virginia March 24, :00 p.m.

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING

ITB-PW Concrete psi with Fiber Mesh. Required Submittals

LEGAL NOTICE - ADVERTISEMENT FOR BID

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

Contract Description; Qualifications; Proposal.

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

DOCUMENT INSTRUCTIONS TO BIDDERS

NASSAU COMMUNITY COLLEGE

LETTER OF INTEREST NOTICE FOR RAPID RE-HOUSING PROGRAM

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

Standard Contract for Personal Services

ORDINANCE NUMBER 67-O-12

Contract Description; Qualifications; Proposal.

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

Request for Proposals for Homeless Outreach Services

SUBDIVISION AGREEMENT

Transcription:

Summary Request for Proposals for Design Engineering and Construction Services Iowa City Water Distribution Pressure Zone Improvements Project 2019 Iowa City, Iowa The City of Iowa City is soliciting proposals from consultants to provide preliminary and final design services to create an east pressure zone within the existing water distribution system based on the projects recommended in the 2018 water distribution system study, and to use the model generated by this study to develop a water main replacement matrix. The study is available in electronic format upon request. An excerpt from the study is included as an enclosure that shows the zone boundaries and lists the recommended projects. The model will be made available to the selected consultant. Project Objectives The first goal of the project is to review the distribution study projects, develop solutions and design for the necessary projects to create an east pressure zone within the Iowa City water distribution system. The consultant will be expected to review the study, system model, and system parameters, recommend any alterations for the necessary improvements with construction cost estimates, move forward with design of the improvements and provide agreed upon bidding and construction services. The second goal of the project is to develop with City Staff an objective matrix of parameters to use for prioritizing water main replacement projects. The scoring system will need to use the available water system model, GIS data, and City master planning efforts (i.e. pavement replacement, growth boundaries, and infill projects). The resultant system will need to be able to be used by City Staff with available computer applications. Background The Iowa City water distribution system contains approximately 270 miles of water main, four ground storage reservoirs (GSR), and the treatment facility. Pressures in the northeastern region of the City need to be higher to allow for continued development. A study of the system and subsequent project recommendations was completed in 2018. The recommended course of action is to create a separate pressure zone on the east side of the City and elevate the pressure set points of the single GSR in this zone to accommodate development. The projects recommended to create this zone are spatially distributed and generally include the installation of check valves, pressure reducing valves, and the need to dead-end or loop water main. Potential upgrades to the affected GSR may also need to be made. The model developed during the study was used to analyze the system and determine the recommended projects. The City would like to further use the model to develop a matrix of variables to apply to system water main as an objective means of determining future water main replacement projects to effectively allocate financial resources Request for Proposal Page 1 2019 Iowa City Water Distribution Pressure Zone Improvements Project

Preliminary and General Services 1. Lead a meeting with Iowa City Public Works staff at the Water Treatment Facility to review the project scope, schedule, and fee and to discuss key elements. The consultant s lead design engineer will participate in person with other staff deemed necessary. 2. Collect drawings, specifications, reports, and other pertinent information related to the project. The City of Iowa City will provide available information upon request. 3. Become familiar with and utilize the model from the 2018 water distribution study. 4. Informally present the list of projects with potential variations to City Staff for creating the east pressure zone, and a preliminary set of variables to use for the water main replacement matrix. All projects and any additional contracted field data collection shall include opinions of probable construction costs in an itemized format. 5. Move forward with design of projects. 6. Continued refinement of the water main replacement matrix shall include two (2) additional consultant lead meetings beyond the initial informal presentation to solicit staff feedback on the results. 7. The final matrix and resulting water main replacement projects will be presented to City staff at a final meeting. An electronic copy and three (3) hard copies sealed by a professional engineer in the State of Iowa will be provided to the City. Design Services 1. Prepare project plans and specifications for pressure zoning projects. 2. Make recommendation to bid as a single package of projects or as multiple bids. 3. Property acquisition is not anticipated. 4. Perform any necessary topographic survey work. 5. Coordinate as necessary with private utilities 6. Facilitate as necessary meetings with property owners and public meetings. 7. The design of a combined pressure reducing valve and check valve station at the intersection of Scott Blvd. and Muscatine Ave. will be required to be completed first to allow incorporation of documents into the American Legion Rd. Reconstruction project to be constructed in fiscal year 2020. 8. The combined pressure reducing valve and check valve station at the intersection of Rochester Ave. and 1 st Ave. will be included in the fiscal year 2021 Rochester Ave. Reconstruction project. 9. Design for the check valve station at 1 st Ave. and Washington St. will substantially conform with design completed for check valve stations constructed at two other locations. 10. Submit 50 percent and 90 percent design completion plans and specifications and an opinion of probable cost to the City for review and comment. Lead meetings with City staff to discuss project plans and specifications. 11. Address the City s 50 percent and 90 percent review comments and incorporate into the final project documents. Submit final plans and specifications for review. 12. Provide the City with one electronic copy of the final plans and specifications, sealed by a professional engineer licensed in the State of Iowa. Bidding and Construction Related Services 1. The City will distribute plans and specifications to prospective bidders. 2. The consultant will send an informal Advertisement to Bid to prospective bidders and suppliers. Request for Proposal Page 2 2019 Iowa City Water Distribution Pressure Zone Improvements Project

3. The City will tabulate and analyze bid results. 4. The consultant will review component shop drawings and submittals. Provide comments as necessary. 5. The City will provide day-to-day construction inspection. 6. The consultant will perform periodic site visits during construction and at critical junctures to inspect installation. 7. The consultant will perform a final site visit upon completion of construction to determine the project conforms to the Contract Documents. 8. The consultant will prepare a punch list of items to be completed or corrected and provide the punch list to the contractor. The contractor will coordinate with the City and consultant to address the list and prepare closeout documents. 9. The consultant will review contractor prepared as-built drawings and provide record drawings and comments to the City in the form of reproducible hard copy drawings and electronic AutoCAD files. 10. The consultant will provide technical guidance during the establishment of new pressure setpoints 11. The consultant will update the model accordingly for all system improvements. 12. The consultant will evaluate recorded pressure results before and after the establishment of the pressure zone and validate with the water system model. Schedule The City desires to complete the project in a timely manner, with construction design plans and bid documents ready to go out for bid by December 3, 2019. The exception will be the design for the combined station at Scott Blvd. and Muscatine Ave. which will need to be completed by July 11, 2019. An estimated proposal selection schedule is listed below: February 22: March 8: March 21: April 11: May 21: Distribution of RFP Documents RFP Questions Due Receive RFP Submissions Selection of Consultant Signed Contract for Consultant Services Estimate of Fees A fee estimate, and breakdown shall be included in the Consultant s proposal. Hourly rates shall be included for all staff that will be expected to work on the project as described in the scope. Compensation for services is expected to be hourly not-to-exceed compensation. Proposal Submittal Requirements 1. Submittal Deadline: Thursday, March 21 at or before 2:00 pm. 2. Submittal Location: City of Iowa City, City Clerk s Office Attn: Jonathan Durst, P.E. 410 E Washington St Iowa City, IA 52240 3. Submittal Copies: Seven (7) paper copies and one electronic copy. Request for Proposal Page 3 2019 Iowa City Water Distribution Pressure Zone Improvements Project

4. Submittals shall include the following contents at a minimum: a. Name and contact information of the design firm and primary contact person. b. Statement of qualifications and examples of similar experience on other projects. c. Description of project scope and understanding d. Proposed schedule. e. Estimate of fees and standard hourly rates. f. Signed wage theft policy (enclosed) 5. Submittals shall be limited to no more than twenty (20) pages single-sided, or ten (10) pages double-sided. 6. Submittals will be evaluated on qualifications, understanding of project, reference projects, schedule, and fees. 7. The City will provide 30 minutes for a meeting with candidate firms upon request. 8. The City reserves the right to interview candidate firms. Contact Information All questions, inquiries, requests for public information and clarifications regarding this Request for Proposal can be answered by e-mailing the representative listed below. All questions will be answered on an individual basis and will not be posted to the City s website. In order to receive a response, they must be in written form and be submitted via e-mail no later than Friday, March 8, 2019, 4:00 p.m. (local time). Jonathan Durst, P.E. Phone: 319-356-5169 jonathan-durst@iowa-city.org Enclosure Excerpt from 2018 water system study Copy of the City s Consultant Agreement template Copy of the City s Wage Theft Policy Request for Proposal Page 4 2019 Iowa City Water Distribution Pressure Zone Improvements Project

Excerpt from 2018 water system study Figure 1: Figure 4-3 from the 2018 system study depicting the East and Central pressure zone boundaries and additional water main expected in 2037. The goal will be to complete the projects necessary to establish the East (purple) pressure zone. page 5

Excerpt from 2018 water system study Figure 2: Figure 4-5 from the 2018 system study spatially depicting the improvement projects necessary to establish the East pressure zone. page 6

Excerpt from 2018 water system study Table 1: Abridged table of projects recommended or completed to create the east pressure zone. Project location Type Notes Intersection of Scott Blvd. and Muscatine Ave. Combined pressure reducing valve and check valve Design to be incorporated into the American station Legion Rd. reconstruction project of fiscal year 2020 Design to be incorporated into the Rochester Ave. reconstruction project of fiscal year 2021 Intersection of 1 st Ave. and Rochester Ave. Combined pressure reducing valve and check valve station Intersection of 1 st Ave and E. Washington St. Check valve station Intersection of 1 st Ave and Friendship St. Check valve station (design complete) To be completed with the 1 st Ave. water main replacement project in 2019. Check valve station to be constructed at Court St. in lieu of Friendship St. Intersection of Prairie du Chien Rd. and Foster Rd. Check valve station (design complete) To be constructed with the Foster Rd. extension in 2019. This was not shown in the report due to the extension not being in design at the time of report finalization. Intersection of N. Dubuque St. and Kimball Rd. Dead-end or loop water main Due to the recent completion of the Gateway project and the new pavement in this area a permanent valve closure is likely in lieu of looping. Intersection of Kimball Rd. and N. Gilbert St. Dead-end or loop water main Due to the recent completion of the Gateway project and the new pavement in this area a permanent valve closure is likely in lieu of looping 1 st Ave. from Tudor Dr. to Princeton Rd. Dead-end or loop water main Intersection of 1 st Ave. at Mayfield Rd. Dead-end or loop water main Due to relocation of the 1 st and Friendship check valve this location is likely to be dead-ended or looped to the north in lieu of the report s proposed loop to Court. Muscatine Ave. from Dover St. to American Legion Brown St. from N. Dodge St. to Governor St. Intersection of Ridge Rd. and Virginia Dr. Dead-end or loop water main Dead-end or loop water main Dead-end or loop water main page 7

Copy of City s Consultant Agreement Template 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. page 8

Copy of City s Consultant Agreement Template 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 page 9

Copy of City s Consultant Agreement Template with the City, and 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 V. MISCELLANEOUS INSERT DESCRIPTION OF COMPENSATION 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 page 10 Date

Copy of City s Wage Theft Policy 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 page 11

Copy of City s Wage Theft Policy 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 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 page 12