Loading...
HomeMy WebLinkAbout07-15-2010 Airport Commission IOWA CITY AIRPORT COMMISSION MEETING AGENDA AIRPORT TERMINAL BUILDING 1801 S. RIVERSIDE DRIVE IOWA CITY, IOWA THURSDAY, JULY 15, 2010-6:00P.M. 1. Determine Quorum 2. Approval of Minutes from the following meetings: June 17, 2010; July 1, 2010 3. Public Discussion - Items not on the agenda 4. Items for Discussion/Action: a. Aviation Commerce Park b. Consider a resolution approving lease for office space in Hangar G with John Ockenfels d/b/a Wingnuts LLC c. FAA/IDOT Projects-AECOM—David Hughes i. Runway 7/25& 12/30 1. Consider a resolution accepting improvements to Runway 7-25 and Runway 12-30 2. Consider a resolution approving the early release of retainage ii. Obstruction Mitigation iii. 2010 Pavement Rehab 1. Public Hearing 2. Consider a resolution approving the plans, specifications, form of contract, and estimate on cost for the construction of FY2010 Pavement Rehabilitation project, and directing city clerk to publish notices of said hearing, and directing the chairperson to place said plans on file for public inspection d. 2011 Air Race Classic e. Corporate Hangar"L" f. Airport"Operations": Strategic Plan-Implementation; Budget; Management i. Terminal Building Flooring Project g. FBO/Iowa Flight Training/Whirlybird Reports h. Subcommittees' Reports i. Commission Members' Reports j. Staff Report 5. Set next regular meeting for August 19, 2010 at 6:00 p.m. 6. Adjourn Airport Commission June 17,2010 Page 1 MINUTES DRAFT IOWA CITY AIRPORT COMMISSION JUNE 17, 2010—6:00 P.M. AIRPORT TERMINAL BUILDING Members Present: Howard Horan, Jose Assouline, Greg Farris Members Absent: Minnetta Gardinier, Steve Crane Staff Present: Sue Dulek, Michael Tharp Others Present: Matt Wolford, David Hughes, Phillip Wolford RECOMMENDATIONS TO COUNCIL: (to become effective only after separate Council action): None CALL TO ORDER: Chairperson Horan called the meeting to order at 6:02 P.M. APPROVAL OF MEETING MINUTES: Minutes from the May 20, 2010, meeting was reviewed. Assouline moved to approve the minutes of the May 20, 2010; seconded by Horan. Motion carried 2-0; Farris abstained, Gardinier and Crane absent. PUBLIC DISCUSSION: None. ITEMS FOR DISCUSSION/ACTION: a. Aviation Commerce Park—Dulek discussed a delay with the closing of the Lot#10 sale. The buyer wanted to make sure the construction plans would be approved by the FAA prior to closing. Dulek noted the amended agreement provides that the Buyer must submit an FAA Airspace study application by August 18 and close within 14 days of approval or the city could terminate the purchase agreement. Tharp distributed an activity report submitted by the Realtor. b. FAA/IDOT Projects—AECOM—David Hughes a. Runway 7125 &12130—Hughes stated that they weren't ready to accept the Runway reconstruction project yet. Hughes and Tharp met with an FAA inspector to do a final review of the ARRA portion of the project. Hughes stated that during the walkthrough there were a couple of items that still needed to be completed and that he would bring these to the contractor's attention. Hughes discussed some of the punch list items that were remaining to be completed. c. Executive Session—Farris made the motion to adjourn to Executive Session to discuss strategy with counsel in matters that are presently in litigation or where litigation is imminent where its disclosure would be likely to prejudice or IOWA CITY AIRPORT COMMISSION MEETING AGENDA AIRPORT TERMINAL BUILDING 1801 S. RIVERSIDE DRIVE IOWA CITY, IOWA THURSDAY, JULY 15, 2010 - 6:00P.M. 1. Determine Quorum 2. Approval of Minutes from the following meetings: June 17, 2010; July 1, 2010 3. Public Discussion-Items not on the agenda 4. Items for Discussion/Action: a. Aviation Commerce Park b. Consider a resolution approving lease for office space in Hangar G with John Ockenfels d/b/a Wingnuts LLC c. FAA/IDOT Projects-AECOM—David Hughes i. Runway 7/25 & 12/30 1. Consider a resolution accepting improvements to Runway 7-25 and Runway 12-30 2. Consider a resolution approving the early release of retainage ii. Obstruction Mitigation iii. 2010 Pavement Rehab 1. Public Hearing 2. Consider a resolution approving the plans, specifications, form of contract, and estimate on cost for the construction of FY2010 Pavement Rehabilitation project, and directing city clerk to publish notices of said hearing, and directing the chairperson to place said plans on file for public inspection d. 2011 Air Race Classic e. Corporate Hangar"L" f. Airport"Operations": Strategic Plan-Implementation; Budget; Management i. Terminal Building Flooring Project g. FBO/Iowa Flight Training/Whirlybird Reports h. Subcommittees' Reports i. Commission Members' Reports j. Staff Report 5. Set next regular meeting for August 19, 2010 at 6:00 p.m. 6. Adjourn Airport Commission June 17,2010 Page 1 MINUTES DRAFT IOWA CITY AIRPORT COMMISSION JUNE 17, 2010—6:00 P.M. AIRPORT TERMINAL BUILDING Members Present: Howard Horan, Jose Assouline, Greg Farris Members Absent: Minnetta Gardinier, Steve Crane Staff Present: Sue Dulek, Michael Tharp Others Present: Matt Wolford, David Hughes, Phillip Wolford RECOMMENDATIONS TO COUNCIL: (to become effective only after separate Council action): None CALL TO ORDER: Chairperson Horan called the meeting to order at 6:02 P.M. APPROVAL OF MEETING MINUTES: Minutes from the May 20, 2010, meeting was reviewed. Assouline moved to approve the minutes of the May 20, 2010; seconded by Horan. Motion carried 2-0; Farris abstained, Gardinier and Crane absent PUBLIC DISCUSSION: None. ITEMS FOR DISCUSSION/ACTION: a. Aviation Commerce Park—Dulek discussed a delay with the closing of the Lot#10 sale. The buyer wanted to make sure the construction plans would be approved by the FAA prior to closing. Dulek noted the amended agreement provides that the Buyer must submit an FAA Airspace study application by August 18 and close within 14 days of approval or the city could terminate the purchase agreement. Tharp distributed an activity report submitted by the Realtor. b. FAAIIDOT Projects—AECOM—David Hughes a. Runway 7125 &12130—Hughes stated that they weren't ready to accept the Runway reconstruction project yet. Hughes and Tharp met with an FAA inspector to do a final review of the ARRA portion of the project. Hughes stated that during the walkthrough there were a couple of items that still needed to be completed and that he would bring these to the contractor's attention. Hughes discussed some of the punch list items that were remaining to be completed. c. Executive Session—Farris made the motion to adjourn to Executive Session to discuss strategy with counsel in matters that are presently in litigation or where litigation Is imminent where its disclosure would be likely to prejudice or Airport Commission June 17,2010 Page 2 disadvantage the position of the governmental body in that litigation; seconded by Assouline. Motion carried 3-0; Gardinier and Crane absent The Commission went into Executive Session at 6:10 and returned to open session at 6:19. i. Obstruction Mitigation— Hughes stated that they are working on closing out this project. He further explained what they are working on to finalize things for the FAA's report. ii. • 2010 Pavement Rehab—Hughes reviewed some concerns with the Commission regarding pavement projects and how these projects will impact the Airport. He explained the various pavement projects, noting which areas will get patch work and which areas may need closure in order to complete the project. Hughes noted that they will be running into football season with some of these projects, and he added that they have talked with Jet Air about the best way to approach this, for the least amount of disruption. Hughes stated that in looking at the projects again today, they are probably over the amount of State funds that are allocated for this project. He further explained the conditions they are currently seeing in the various pavements, and how this has changed since the original bid was made. Hughes then responded to Members' questions regarding pavement projects. Horan noted that they need to be most responsive to Jet Air and how things will affect their operations. Farris moved to defer the resolution setting a public hearing to the July 1`r meeting,for the plans, specifications, form of contract, and estimate on cost for the construction of FY2010 Pavement Rehabilitation project, and directing City Clerk to publish notices of said hearing, and directing the chairperson to place said plans on file for public inspection; seconded by Assouline. Motion carried 3-0; Gardinier and Crane absent d. Building H —University of Iowa Hangar Expansion —Tharp noted that the hangar work is finished and documentation has been received. He recommended the Airport Commission accept the work. i. Consider a resolution accepting improvements to Building H— Farris moved to accept the resolution; seconded by Assouline. Motion carried 3-0; Gardinier and Crane absent e. 2011 Air Race Classic—Tharp noted that Gardinier is on her way to the 2010 Air Race Classic. He did note that he made a call the other day to the Fort Myers, Florida,Airport manager to see how they deal with the race and to introduce himself. f. Corporate Hangar"L"—Tharp noted that Members received a memo regarding this in their packet. He noted that the 2011 Aviation program does contain a recommendation to award Iowa City$200,000 for the hangar construction. He added that this is about $50,000 less than he had hoped. He asked the Commission for their guidance on how much of the land sale proceeds they want to put into this project. The overall project budget is $900,000. Tharp further explained the financing for this project, noting several scenarios for making up this gap. The discussion turned to the cost for hangars, and the various sizes that would be best utilized. Tharp brought Assouline up to date on the Commission's plans for this hangar. Airport Commission . . June 17,2010 Page 3 g. Airport"Operations": Strategic Plan Implementation; Budget; Management— Tharp spoke first to the water heater issue. He noted that the options are to either spend upwards of$3,000 on a 40-gallon electric water heater that needs new wiring, or to spend $700 on a 20-gallon water heater that plugs into a regular outlet. Members agreed that the 20-gallon setup will work. Tharp also brought up a need to have the windows resealed, noting that he has one bid so far for$4,600. Farris made the motion to authorize Tharp,with the Chair's approval, to contract with a company to reseal the terminal windows; seconded by Assouline. Motion carried 3-0; Gardinier and Crane absent Tharp noted that last month's open house saw about 600 visitors. He added that Congressman Loebsack was one of the visitors, and that he was able to speak with the congressman briefly. Tharp also noted that the carpets on the first floor are slated to be replaced. He is working with the City purchasing department on this. The discussion turned to the type of floor coverings they should use. h. FBO/Iowa Flight Training/Whirlybird Reports—Matt Wolford spoke to the Members, sharing a maintenance report with them. He noted that they have been doing a lot of mowing this season. He added that the open house was a success for them, as well. Wolford and Tharp both noted that Tony Stewart's jet landed at the Airport today. Phillip Wolford also commented on the open house's success. He added that overall things are slowly picking up in the industry. A brief discussion ensued about the air conditioning in the terminal building. i. Subcommittees' Reports—Horan noted that Members received a subcommittee list in their packet. He also added that in regards to the south commercial area, he believes this is an opportunity for them and that they should start giving some thought to the long- range planning for this area. j. Commission Members' Reports—Farris noted that he talked to the folks at the Summer of the Arts and that he would like to do a tour of the Airport with them to give them some ideas on using the Airport for one of their venues. Assouline noted that he attended the open house, and he shared some ideas on getting more traffic to the Airport. k. Staff Report—None. SET NEXT REGULAR MEETING FOR: The next regular meeting will be Thursday, July 15, 2010 at 6:00 P.M. at the Airport Terminal building. A special meeting will be held Thursday, July 1, 2010, at 6:00 P.M. to set the above- mentioned public hearing. ADJOURN: The meeting adjourned at 7:36 P.M. Farris made the motion to adjourn the meeting at 7:36 P.M.; seconded by Assouline. Motion carried 3-0; Gardinier and Crane absent Airport Commission June 17,2010 Page 4 AIRPORT COMMISSION ATTENDANCE RECORD YEAR 2010 TERM 1/21 2/18 3/18 4/15 4/29 5/20 6/17 NAME EXP. • Greg Farris 3/1/13 X X X OlE X O/E X Minnetta 3/1/15 X X X O/E X X OlE Gardinier Howard 3/1/14 X X X X X X X Horan Jose 3/1/12 -- --- - --- X X Assouline Steve Crane 3/1/14 -- --- X X X OlE Janelle Rettig 3/1/12 X X X X O/E --- --- John Staley 3/1/10 X X --- --- --- --- KEY: X = Present O = Absent OIE= Absent/Excused NM= No meeting -- = Nota Member 1 Airport Commission July 1,2010 MINUTES PRELIMINARY IOWA CITY AIRPORT COMMISSION July 1, 2010 -6:00 P.M. AIRPORT TERMINAL BUILDING Members Present: Howard Horan, Minnetta Gardinier, Greg Farris, Steve Crane, Jose Assouline Members Absent Staff Present: Sue Dulek, Michael Tharp Others Present: RECOMMENDATIONS TO COUNCIL: (to become effective only after separate Council action): None CALL TO ORDER: Chairperson Horan called the meeting to order at 6:00 P.M. ITEMS FOR DISCUSSION/ACTION: 1. FAA/IDOT Projects-AECOM—David Hughes a. Runway 7/25 & 12/30 1. Consider a resolution accepting improvements to Runway 7-25 and Runway 12-30 — Tharp noted that this was deferred from the June meeting and that they had not been able to coordinate the necessary work with the contractor. Tharp noted that this would be deferred until the July regular meeting. b. 2010 Pavement Rehab 1. Consider a resolution setting a public hearing on for the plans, specifications, form of contract, and estimate on cost for the construction of FY2010 Pavement Rehabilitation project, and directing city clerk to publish notices of said hearing, and directing the chairperson to place said plans on file for public inspection — Farris moved the resolution seconded by Crane Tharp noted that he had received the plans and specifications. Gardinier asked if this project would be completed this calendar yet to which Tharp responded it would. Horan called the question. Motion carried 5-0 ADJOURN: Meeting Adjourned at 6:03pm CHAIRPERSON DATE 2 Airport Commission July 1,2010 AIRPORT COMMISSION ATTENDANCE RECORD YEAR 2010 TERM 1/21 2118 3/18 4/15 4/29 5/20 6/17 7/1 NAME EXP. Greg Farris 3/1/13 X X X O/E X O/E X X Minnetta 3/1/15 X X X O/E X X O/E X Gardinier Howard 3/1/14 X X X X X X X X Horan Jose 3/1/12 --- --- --- --- --- X X X Assouline Steve Crane 3/1/14 --- --- --- X X X O/E X Janelle 3/1/12 X X X X 0/E --- --- --- Rettig John Staley 3/1/10 X X --- --- --- --- --- --- KEY: X = Present O = Absent O/E= Absent/Excused NM= No meeting = Not a Member 8-Jul-10 Iowa City Airport Commission REALTrec Online Activity Report Aeelgnment fx NAID00070732 Disposition-Sale Land Fiocelvinci Company NAI Iowa Realty Commercial 116 3rd St SE Cedar Rapids,IA 52401 Client Contact Airport Commission TRANSACTION TEAM Nome Scoil Byers Craig Byers Airport Commission Ven Miller Amanda Proper SITE SUBMISSIONS Date Name 06104/10 Loopnet Premium 05116/10 NAI IRC website 03116/10 Iowa City MLS PROSPECT ACTIVITY Data Name Status Comment 7/7/2010 Jim Simmons Reviewing Looidng to locate micro-brewery.VMiller spoke to him and AProper followed up with electronic Information. 06/17/10 Unknown/Nick Burden Reviewing From:Proper,Amanda Sent:Thursday,June 17,2010 2:22 PM To:'Nikburden@hubbellreaity.com' Cc:Miller,Van Subject On behalf of Van Miller:Iowa City Nick, Piet 05126110 Carousel Motors No Further lnleresl Kyle s2 VMiiler-interested In purchasing lot 17 end using as gravel empbyee paridng until ready to build detail shop. From:Proper,Amanda Sent:Wednesday,May 26,2C 03/16110 Von Meier Industrial Signed I Executed Ryan Smith called inquiring about lots 6&10. VMler gave pricing. Ryan is looming for dimensions-he w!i gel from assessors site. MESSAGES I COMMENTS Date Message I Comment 722010 Regional commercial real estate broker email scheduled for 7113 Regionalcommercial real estate broker email scheduled far 7/13 7102010 RTharp request for property update by 718 @ 12:00pm From:Michael Tharp(malta:Mkhae4Tharptiawe-city.orgl Sent Tuesday,July 06,20103:00 PM To:Miller,Van Cc:Proper,Amanda Subject Iowa City Airport Commission Update Van, rm outing together the packet information for the next/Mood 7/2)2010 Industrial user search in Johnson S surrounding counties in process Industrial user search In Johnson 6 surrounding counties In procese.Preparing a mailing to surrounding Industrial users. 6/23/2010 Introduction to Wendy Ford From:Wendy Ford jma0to:WendyFord®Iowacily.org] Sent Wednesday,June 23,2010 3:54 PM To:Proper,Amanda Subject FW:On behalf of Van M9ac Iowa CM Airport Cammisshn dint update Hl Amanda, My name is Wendy Ford and I em the Economic Dave 6212010 Addt'I Info requested Re:Unknown I Nick Burden From:Burden,Nick®Des Moines Imoilto:nick.burden®cbre.coml Sant Thursday,June 17,2010 2:55 PM To:Proper,Amanda Subject RE:On behalf of Van Miter.Iowa City Amanda,The Mfounaion you Bent looks greet.If possible,we also wanted to get 6212010 Addtl Info sent Re:Unknown I Nick Burden From:Proper,Amanda Sent Friday,June 18,2010 9:48 AM To:'Nickburden®hubbe2aafy.com'Subject On behalf°Wan Milan Iowa City Nick,Please see the attached intonnmion as requested for the Ruppert Road lots ti Iowa City,Iowa. Please I 6/182010 Client Is Nick Burden Re:Unknown I Jim Art986nan 1 Jim Angstoan From:jangstman®ekagman.com Imailto:jangstoan®ekogman.rom] Sent Friday,June 18,201010:59 NA To:Proper,Amanda;jengsbnan®skegmen.com Cc:Miller,Van Subject:Re:On behalf of Van Miler:Ruppert Road Van and Amanda, I just looked at my client' 6/162010 Van Meter PSA Amendment FULLY EXECUTED From:Sue Dulak Immlto:Sue-0ulek®Iawacdy.argl Sent Wednesday,June 18,20101121 AM To:Mier,Van Subject FW:Attached Image Van:I no sooner got done emailnng you when Mike caged saying he had talked to the DOT.I then found Dale and he s 6/15/2010 Client update Bent to Michael Tharp From:Proper,Amanda Sent Tuesday,June 15,2010 10:06 AM To:'mlcheaptherp®rona.city.org'Cc:Miler,Van Subject On behalf of Van Miter:Iowa CityAirport Commission client update Michael,Please see the attached cGent update report onbehal 6/1512010 MTharp response Re:Client update Bent to Michael Them From:Weimar Tharplmaiio:McheeVTharp@iowa-dty.ctgj Sent Tuesday,June 15,2010 10:20 AM To:Proper,Amanda Cc:Maser,Van Subject REOn behalf of Van Miler.Iowa City Airport Commission client update Amanda, rodubibute to the Alrpo 6/142010 Van Meter PSA Amendment From:Ryan Smith lmalllo:remlh8690@yahoo.com] Sent Monday,June 14,2010 2:25 PM To:Wet Van Subject Fw:Amendment for UM!Van,Wa hate changed the date on here so thattheycantake their time with planning the correct hulidmg.They may wa 6/142010 No further Interest Ro:Carousel Motors I Kyle K Inquiry directed to City,no further communication from Prospect Would appear there is no funkier Interest 6/11/2010 Amendment to Lot 10 PA From:Sue Dulek(ma0to:Sue-0ulek®Iowacity.ogl Sent Thursday,June 10,2010 826 AM To:Miller,Van Subject Van Meter Van:Sorry that I took so long to gel proposed amendment Let me know!you're akwit the attached,end Deo,please lone 6/112010 Buyer timing-may take 30+days to design bldg. From:Meer,Van Sent Friday,June 11,201010:59 AM To:'Sue Dulek'Subject FW:Re:F4LWDwait and seewhat the buyer suggest.I was under the impression that theywere further along with the design phase.As long as they agree to waive elo 6/82010 Info needed for new FM study —OriginalMessage—From:Hughes,Davld(Des Moines)lma :Davtd.tlughea(gaecom.coml Sent Tuesday,June 08,2010239 PM To:Ryan Smith Cc:Dave Kurira;Miter,Van;Sue Dulek Subject RE:Ven Mater/FAAeproval N Iowa City Ryan,You no 622010 FM'Additionel Study —Original Message—From:Sue Dulek Ima3to:Sue-0ulekr lowacity.mgl Sent Monday,June 07,2010 1:46 PM To:Ryan Smith Cc:Miler,Van;Michael Thorp Subject FW:closing Ryan:I'm attaching en email from David Hughes',who Is the Airport 6/12010 Buyer vial need to have an airspace study done and get approval from FM From:Sue Dulek(ma1to:Sue-Dulek@lorardy.argl Sant Thursday,May 27,20104:42 PM To:Ryan Smith Cc Michaeimarp;Miner,Van Subject RE:Attached Image I have asked our engineer to consider this Issue.On the other hand,the Gaycannot lou 52712010 FAA form sent to RyanNsn Meter From:Kier,Von Sent Wednesday,May 26,2010 2:48 PM To:Ryan Smith Subject FW:Closing Ryan.Agreement looks to be Wry self explanatory.The building plans win need to be submitted to the FM es per paragraph 2.According to Sue Bean bed 5127/2010 Building height Info_Sue Dulek-David Hughes From:Sue Culek(maUto:Sue-Wlak®lowa-city.org( Sent Wednesday,May26,2010 4:19 PM To:Mier,Van Cc:Michael Thant;Hughes,David(Des Moines)Subject FW.Meshed Image Ven:The Issue of the buMtng height8ns hes COMB up before.I em 5/2712010 35 R height restriction Re:Van Meter Industrial/Ryan Smith From:Sue Dulek lmalto:Sue-Dulek@lowa-city.orgj Sent:Thursday,May27,20109:48 AM To:Ryan Smith;Miller,Van Subject RE:Ven Meter lIowa City Ryan:Fm afraid not.11 toward to you by separate°mag the letter from the FAA that mikes 51272010 FM-Iowa City Airport letter 1.13.2003 From:Sue Dulek(maIt:Sue-Dulek lova-city.org1 Sent Thursday,May 27,2010 9:48 AM To:Ryan Smith;Miller,Van Subject FW:Attached Image See previous email Susan Dulek Assistant City Attorney 410 East Washington Street Iowa City,1A 52240 5262010 Covenants,restrictions,FAA form From:Sue Duiak(mato:Sue-Dulek@tovsrdty.orgl Sent Tuesday,May 25,2010 10:24 AM To:Miller,Van Subject RE:Closing Initially there were covenants end restrictions,but N 2007 they were a8 released but fortol5.The reason tor the release 5/19/2010 Marketing campaign sent From:ConstantContact jmaetosupp°n@constantantotoomj Sent Wednesday,May 19,201010:05 AM To:Proper,Amanda Subject Your email Development Ground-Iowa CiyAviton Commerce Perk has been sent Deer Scott Byrne,Your email,named lows CI 51182010 Compiling s Ilst of Industrial users In Iowa City and Johnson County Compiling a 1st of lndushial users In Iowa City and Johnson County for targeted marketing plan 5/18/2010 Client update sent to Michael Tharp From:Mchael Tharp jnrelto:MSchael-Tharp@iowacityetgl Sent Tuesday,May 18,2010 11:58 AM To:Miller,Van Cc:Proper,Amanda Subject RE:On behalf of Van Meer,Iowa City Abpod Commission dent update Ven, That's what I had antdpeted. 51172010 Bernell Money received and turned In for processing Earnest Money received end turned In for processing 51172010 Marketing campaign crested end scheduled to be sent 5/19 Marketing campaign created and scheduled to be sent 5/19 to regional commercial real estate brokers 511412010 Check being melted to 116 3rd St CR Re:Earnest Money From:Mier,Ven Sent Friday,May 14,2010 10:50 AM To:Ryan Smith'Subject RE:Van Meter 116 Third Street SE CR52401 Ven R.Meer,MCR NAM lows Realty Commercial 319378-68330 319350.8134 C 3198815558 F wmget@lowecommetdal.com F 5112/2010 Van Meter attorney Info From:Miler,Van(malfovmger@lowaCommercial.ceml Sent Wednesday,May 12,2010 12:19 PM To:Sue Dulek Subject FW:Van Meter Sue,Please sea response re:Buyers attorney Thanks,Van Ven R.Miller,MCR NM Iowa ReattyCommercil 319-378-663 511112010 Where to send abstract? From:Mier,Von Sent Tuesday,May 11,20108:45 AM To:'Sue GAB Subject RE.abstract Wal check Sue.Van R Meer,MCR NAI Iowa Realty Commercial 319-378-68330319360-8134 C 319-8615658 F vminer@lwecornmemid.com From:Sue OutkI 51112010 Earnest Money Mbar Mn for Ryan Smith-need a check for earnest money. 5111/2010 Re:Earnest Money From:Mier,Van Sent Tuesday,May 11,20103:46 PM To:Ryan Smith Subject RE:abstract Ambrose end Boyd am hold the money too If that is simpler.I know the contract states the seting agent and ifthat is the way to go then'Iowa Really Commer 5/102010 Iowa City City Council Agenda Special Formal Meeting May 10,2010 @ 7:00pm Safe of property to Van Meter was epprovedwith no opposition. 4272010 Airport Commission epecial planning session planning From:Miler,Van[mallto:vm®er®IowaCommerdal.com] Sent Monday,April 26,20104:32 PM To:Michael Tharp Subject RE:Aiport Commission Meeting-possible dates Any of these fisledwould be One.Do I present the offer(background....offer,counts 4/27/2010 IC Airport meeting scheduled 4/29 @ 6pm•VMIllerto attend From:Moir,Van(maigevmgeelo eCommerdal.wmf Sent Monday,Apri120,20104:45 PM To:Midieel Tharp Subject RE:Spedd AirportCommaskn Meeting-April 29th,Open Thanks Mike.Wi see you then.Van Van R.IFBer,MCR NAI Iowa Really 4/27/2010 MTherp req.for offer Info f conapandence From:Amanda Proper(mellto:epmper®me.com] Sent Tuesday,April 27,2010 10:07AM To:'mlcheek harpo lewacly.arg'Cc:Miller,Van Subject RE:Airport Commission Meeting-possible dates Importance:High Michael,At Van's request I have attach 4/27/2010 MTharp reed Info From:Michael Tharp[maOfo:Mehae4Tharp®iowa-ciy.orgj Sent Tuesday,April 27,2010 10:16 AM To:Amanda Proper Subject RE:Airport Commkssion Meeting-possible dates Amanda, I've received the gee,and will indrde them In the Apart Commies 4262010 Offer signed by Delo Melling Re:Van Meter Industrial 1 Ryan Smith From:Sue Dulek(madta:Sue-Ouik®iowady.erg] Sent Monday,April 26,20109:44AM To:Mier,Van Cc:Michael Tharp Subject RE Counter offer to Iowa City 423 Van:Dale accepted contingent on Counc0 approvaL I've attached hie acceptance. 4/26/2010 VMOer to attend upcoming meetings Re:Offer signed by Dale Halling From:Miller,Von(meiltavmi0er®IowaCommerdatcomj Sent:Monday,April 26,2010 10:10 AM To:Sue Dulek Subject RE:Counter offer to Iowa City 423 Thanks Sue. I will forward this information to Ryan Smith.Wig also put the upcoming meetings(A 4/26/2010 Info to Ryan Smith I Van Meter Re:VMIllerto attend upcoming meetings From:Miler,Van[mallmvmalergloweCammardaLwm] Sent Monday,Apn126,201010:10 AM To:Ryan Smith Subject FW:Counter effor to Iowa City 423 Ryan,Good newel!City has accepted the offer subject to required sparevak which Sue Dulek has a 4262010 Lot pricing Ink to Michael Tharp From:Mohael Tharp lmaite:k5chael-Therp@lowaciy4ryl Sent Monday,April 26,2010 2:20 PM To:Proper,Amanda Cc:Mar,Van Subject RE:On behalf of Van Miller.Aviation Commerce Para pricing Thanks,Michael Tharp,C.M.Operations Specle0st 4232010 Van Meter counter offer{360000) From:Miler,yen[maiikvm0ler@IawoCommerdal.comj Sent Friday,April 23,20101:30 PM To:Sue Dulek Subject:FW:Counteroffer to Iowa Cly 423 Sue re:Counteroffer from Van Mater,l would have to go back and check the original offer la determ 41192010 Counter proposal expired Re:Van Meter Industrial I Ryan Smith From:Maar,Ven[ma0k:vmder@laweCommeniaLcoml Sent Monday,April 19,201011:05 AM To:Sue Dulek Subject RE:ahead offer Sue, I spoke with Ryan Smith just a few minutes ago.Apparently Van Meter will be making a dedsknwilhm the next 41152010 VMIller Um for Ryan Smith•update an counter? VMOkr Um for Ryan Smith-update on counter? 4/92010 Muting outcome,pricing and purchase procedure From:Web Van jmallto:vmaler®IowaCammerdaLcom] Sent Friday,April 09,20109:10 AM To:Sue Dulek Subject RE:Lot 6 Thanks Sue, Not sure Uwe we have a meeting of the minds over pricing by next Thursday or not Its doable though end wit 4/9/2010 City of Iowa City counter offer($400,000} From:Sue Dukk jme0to:Sue-Outek@kwetiy.org] Sent Friday,Apr009,2010 3:36PM To:11er,Van Cc:Morel Tharp Subject FW:Attached Mage Van:Here Is the City's countera0er.II you need 0e orgbnat al me know.Sue Susan Dulek As 4102010 Van Miller met with Sue Dulek to discuss revised Van Meter offer 10:00am meeting 4/72010 Van Meter explanation of plans —Original Message—From:Ryan Smith(melfousmlth9690@yahao.com)Sent:Wednesday,April 07,2010 1:23 PM To:Miller,Van Subject Re:Purchase agreement Van,Van Meter is cunen0y looking at 12,000-15,000 In warehouse space with a 3-5,000s 482010 2nd offer Re:Van Mater Industrial I Ryan Smith From:Miler,Van(maltlovmioergtowaCommercal.com) Sent Friday,Apri 02,20101:33 PM Te:Sue Dulek Subject RE Message from KMBT C451 That wig work fine.See you then.Thanks,Vann Ven R.Misr,MCR NAI kwa Realty Commercial 319-370-6033 4112010 Revised offer Re:Van Meter Industrial I Ryan Smith From:Ryan Smith(ma0to:remkh9690@yahoo.coml Sent Thursday,April01,2010 10:51 AM To:Miler,Van Subject Fw:Message from KklBT C451 Van,Attached is the revised offer.Please confirm that you have received this offer.Ryan From:'Smith,Ry 3292010 IC•offer to purchase doc(form) From:Kirk Hland(megk:khiknd@inay.neq Sent Monday,March 29,2010 0:56 AM To:Miller,Van Subject:FW:offer to purchase aviation perk Kirk Milord Managing Broker NAI Iowa Redly Commercial 116 Third STS.E.Cedar Rapids,IA 52401 319-37 3/29/2010 City has chosen not to respond Re:Van Meter Industrial)Ryan Smith The city has chosen to not respond to this offer 3252010 Lot 10 offer.Van Meter Industrial From:Ryan Smith(ma0a:remith9690@yahoo.comj Sent Wednesday,March 24,2010 240 PM To:Proper,Amanda Subject Fur:Lot 10 offer la Cdy Van,Per our Conversation,attached Is the offer for purchase for lot 10,Ruppert Rd Iowa City,la The buy 3252010 Offer forwarded to assistant city attorney Re:Unknown I Ryan Smith From:Mier,Van(maittavmi0er@IoweCommerciaicomj Sent Thursday,March 25,2010 1:42 PM To:Susan Dulek(sue-dulek@lewadty.org)Subject FW:10110 offer la City Sue, Per our phone conversation re:Purchase Offer-Aviation Commerce Park 3/23/2010 AProper flu w/Ryan Re:Unknown I Ryan Smith From:Proper,Amanda Sent Tuesday,March 23,201011:02 AM To:RyanSmith'CcMIer,Van'Subject RE:CM hehdfatVan Miter.Ruppert Road Ryan,Just teeming up to make sum you received the information Nat you were looking for.Please 3222010 Ryan requested plat maps Re:Unknmvn I Ryan Smith Ryan Smith requested the plat maps for Lea 6610 Ruppert Road From:Proper,Amanda Sent Monday,March 22,2010 2:10 PM To:'mmii9690@yahoo.com'Cc:'Miller,Van'Subject On behaffofVan Milan Ruppert Road Ryan,Van Millar asked me to 322)2010 enlarged plat map sent Re:Ryan requested plat maps From:Proper,Amanda Sent Monday,March 22,2010 2:25 PM To:Ryan Smith'Subject RE:On behalf of Van Miiter.Ruppert Read Ryan,I enlarged the subject area and attached bo Nle email...Il looks as though West of the property One(on lot 11)el 3/19/2010 Main office number Installed on the signs Ken/Gooier put office phone number riders on the signs. He noticed that one of the signs was leaning but didn't have any equipment tilt him a fw it 31182010 Van Miller met with IC Airport Commission Van Miller mot with IC Airport Commission-explained that he has taken over the 0sti'ng.Michael Tharp WI be Van's point olcontact 31182010 VMIBer discussed property at weekly broken meeting VM9ar discussed propenyatweedy brokers meeting to share Ideas 31112010 Assignment Initialed via Membere.NAiGlobaLCom Assignment Initiated via Members.NAIGlobaLCom: 3/11/2010 3118 meeting scheduled WIC Airport Commission Kirk HOend and Van Miller am scheduled to meet with the IC Airport Commission to discuss Van taking over the assignment. N4i Global' Prepared by: Michael Tharp,Operations Specialist, 1801 S.Riverside Dr.Iowa City,IA 52246(319)350 5045 RESOLUTION NO. RESOLUTION AUTHORIZING PHE CHAIRPERSON TO EXECUTE AND THE SECRETARY TO ATTEST TO AN OFFICE SPACE LEASE BETWEEN PHE AIRPORT COMMISSION OF 1HE CITY OF IOWA CITY,IOWA,AND JOHN OCKENFELS. WHFREAS,the Airport Commission of the City of Iowa City has negotiated a lease for Office Space located in Building G, at the Iowa City Municipal Airport; and WHEREAS,the Commission finds the proposed lease to be proper and in the best interest of the Iowa City Municipal Airport; and, WHEREAS,the term of the lease shall be from July 15, 2010 through July 31, 2011. NOW,THEREFORE,BE IT RESOLVED BYU IHE AIRPORT COMMISSION OF 1HE CITY OF IOWA CITY: 1. That the proposed hangar lease for Office Space is hereby approved. 2. That the Chairperson is directed and authorized to execute and the Secretary to attest to the office space lease between the Airport Commission and Advanced Infoneering. It was moved by and seconded by the Resolution be adopted, and upon roll call there were: Ayes Nays Absent Assouline Crane Farris Gardinier Horan Passed and approved this Appro�ve�d,By: CHAIRPERSON < ATTEST: SECRETARY City Attorney's Office OFFICE LEASE THIS OFFICE LEASE made and entered into on , 2010, by and between the Iowa City Airport Commission of Iowa City, Iowa (hereinafter called the "Commission"), and John Ockenfels (hereinafter called "Tenant"), whose address for the purpose of this lease is_1370 Deerwoods Drive NE, Swisher,IA 52338 1. Leased Property. In consideration of the mutual terms,agreements,and conditions herein contained,Commission hereby leases unto Tenant the following described real property situated at the Iowa City Municipal Airport in Iowa City,Johnson County,Iowa,("Airport"): A 165 square foot office located in the northwest corner of Building G, 1801 South Riverside Drive, at the Iowa City Municipal Airport. A Diagram showing the approximate location of said office is attached hereto and incorporated herein as Exhibit A (referred to as "Leased Property"and/or"Office Space"). 2. Term. The term of this lease shall commence on July 15,2010 and shall expire on July 31,2011. In the event Tenant shall continue to occupy the Office Space beyond the term of this Lease without executing a Lease for another 12-month term,such holding over shall not constitute a renewal of this Lease but shall be a month-to-month tenancy only. 3. Rent. Tenant agrees to pay Commission rent for the Leased Property as follows:$_110.00_per month, in advance,payable on the first day of each month. The rent shall be paid pro rata by the Tenant for any period of possession less than a full month. A 1.5%late fee(which is $ 1.65 per day)for rent not received by the Commission will be charged after the fifteenth(15) day of each month. Tenant agrees to pay the pro rate rent for July 2010 by August 1,2010. 4. Possession. Tenant shall be entitled to possession on the first day of the term of this lease,and shall yield possession to the Commission at the time and date of the close of this lease,except as herein provided. Should the Commission be unable to give possession on said date,Tenant's only damages shall be a pro rata reduction of the monthly rent otherwise due. 5. Use of Property. Tenant covenants and agrees during the term of this lease to use and occupy the Leased Property only for official purposes. In regard to said use,the Tenant shall comply with all city,state,and federal codes,including but not limited to Federal Aviation Administration rules and regulations. Parking shall be limited to the hard surfaced area directly north of Building G. Access to the controlled access gate west of the building shall not be obstructed. 6. Maintenance. Commission shall be responsible for the structural maintenance of the Leased Property,including the walls,roof,and floor,and Commission shall keep these structures in good repair. Tenant shall be responsible for the interior maintenance of the Leased Property. Tenant agrees to keep faucets closed so as to prevent waste of water and flooding of the property;to promptly take care of any leakage or stoppage in any water,gas,or waste pipe inside the property; to repair any damage to electrical circuits due to overloading. Tenant shall maintain adequate heat to prevent freezing of pipes. 7. Reasonable Care of Leased Property. Tenant shall not permit or allow any portion of the property to be damaged by any negligent act or omission of the Tenant or its employees,and Tenant agrees to surrender the Leased Property at the expiration of this agreement in as good condition as at the commencement of this Lease,normal wear and tear excepted. 8. Insurance. - 1 - • a. Tenant shall at its own expense procure and maintain general liability and casualty insurance in a company or companies authorized to do business in the State of Iowa,in the following amounts: Type of Coverag Comprehensive General(or Premises)Liability—Each Occurrence$1,000,000 b. Tenant's insurance carrier shall be A rated or better by A.M.Best. Tenant shall name the Commission and the City of Iowa City,as additional insured. The Commission and Tenant acknowledge that a Certificate of Insurance is attached to this Lease. Tenant shall provide fifteen(15)days notice to the Commission before cancellation of said insurance. c. It is the Tenant's responsibility to keep the insurance certificate current. If the Certificate of insurance expires during the term of the lease,the Tenant must provide a current certificate to the Airport within 7 days of when the certificate expires. 9. Utilities. Commission shall pay all water use and sewer utility costs incurred for the Leased Property during the term of this lease,as such costs become due. Tenant shall be responsible for all electricity and gas costs including expenses for heating,cooling,and lighting the Leased Property during the term of this lease. Tenant is responsible for his or her own refuse disposal. 10. Non-Discrimination. The Tenant covenants,in consideration of the right to Leased Property at the Iowa City Municipal Airport,that the Tenant,its employees,and agents shall not discriminate against any person in employment or public accommodation because of race,religion,color, creed,gender identity,sex,national origin,sexual orientation,mental or physical disability, marital status or age. "Employment"shall include but not be limited to hiring,accepting, registering,classifying,upgrading, or referring to employment. "Public accommodation"shall include but not be limited to providing goods,services,facilities,privileges and advantages to the public. The Tenant shall remain in compliance with all requirements of 49 CFR 21,non- Discrimination in Federally Assisted Programs of the Department of Transportation. 11. Assignment. This Lease shall not be modified,waived or abandoned except in writing duly executed by both parties. This Lease contains the whole agreement of the parties,and is not assignable by either party without the written consent of the other. 12. Sublease Tenant shall not sublease the Office Space or assign this Lease without the prior written approval of the Commission. 13. Condition of Premises Tenant shall accept the Office Space in its present condition without any liability or obligation on the part of the Commission to make any alterations,improvements or repairs of any kind on or about said Office Space. 14. Alterations.Tenant shall not install any fixtures or make any alterations,additions or improvements to the Office Space without the prior written approval of the Commission.Any interior alterations or improvements which Tenant elects to make during the term of this lease shall comply with Title II,42 U.S.C. 12131 ("Americans with Disabilities Act").All fixtures installed or additions and improvements made to the Office Space shall,upon completion of such additions and improvements,become Commission property and shall remain in the Office Space at the expiration or termination of this Lease,however terminated,without compensation or payment to Tenant. Fixtures include,but are not limited to,locks,brackets for window coverings, plumping,light fixtures, luminaries,and any item permanently attached to the wall,floor,or ceiling of the Office Space by means of cement,plaster,glue,nails,bolts,or screws. 15. Access and Inspection.The Commission has the right to enter and inspect the Office Space at any reasonable time during the term of this Lease upon at least 24 hours notice to the Tenant -2- for any purpose necessary, incidental to or connected with the performance of its obligations under the Lease or in the exercise of its governmental functions. In the case of an emergency,the Commission may enter the Office Space without prior notice but will provide notice to the Tenant after the fact. The Commission shall not,during the course of any such inspection, unreasonably interfere with the Tenant's use and enjoyment of the Office Space.At a minimum, the Office Space will be inspected annually.Upon execution of this Lease,if Tenant desires to change the lock to the Office Space,tenant shall provide notice to the Commission before he or she does so and shall provide a new key to the Commission within twenty-four hours of doing so. 16. Casualty. In the event the Office or Office Space,or the means of access thereto,shall be damaged by fire or any other cause,the rent payable hereunder shall not abate provided that the Office Space is not rendered untenantable by such damage.If the Office Space is rendered untenantable and Commission elects to repair the Office or Office Space,the rent shall abate for the period during which such repairs are being made,provided the damage was not caused by the acts or omissions of Tenant, its employees,agent or invitees,in which case the rent shall not abate.If the Office or Office Space is rendered untenantable and Commission elects not to repair the Office or Office Space,this Lease shall terminate. 17. Indemnity. Tenant agrees to release,indemnify and hold the Commission,its officers and employees harmless from and against any and all liabilities, damages,business interruptions, delays,losses,claims,judgments,of any kind whatsoever,including all costs,attorneys'fees,and expenses incidental thereto,which may be suffered by,or charged to,the Commission by reason of any loss or damage to any property or injury to or death of any person arising out of or by reason of any breach,violation or non-performance by Tenant or its servants,employees or agents of any covenant or condition of the Lease or by any act or failure to act of those persons.The Commission shall not be liable for its failure to perform this Lease or for any loss,injury,damage or delay of any nature whatsoever resulting therefrom caused by any act of God,fire,-flood, accident,strike,labor dispute,riot,insurrection,war or any other cause beyond Commission's control. 18. Disclaimer of Liability. The Commission hereby disclaims,and Tenant hereby releases the Commission from any and all liability,whether in contract or tort(including strict liability and negligence)for any loss,damage or injury of any nature whatsoever sustained by Tenant,its employees, agents or invitees during the term of this Lease,including,but not limited to,loss, damage or injury to the property of Tenant that maybe located or stored in the Office Space, unless such loss,damage or injury is caused by the Commission's gross negligence or intentional willful misconduct.The parties hereby agree that under no circumstances shall the Commission be liable for indirect consequential,special or exemplary damages,whether in contract or tort (including strict liability and negligence),such as,but not limited to,loss of revenue or anticipated profits or other damage related to the leasing of the Office Space under this Lease. 19. Default. This Lease shall be breached if:(a)Tenant fails to make the rental payment;or(b) Tenant or the Commission fails to perform any other covenant herein and such default shall continue for five(5)days after the receipt by the other party of written notice. 20. Security. Tenant acknowledges that the FAA or another governmental entity or subdivision may enact laws or regulations regarding security at general aviation airports such that the Commission may not be able to comply fully with its obligations under this Lease,and Tenant agrees that the Commission shall not be liable for any damages to Tenant that may result from said non- compliance. 21. Notices. Any notice,for which provision is made in this Lease,shall be in writing,and may be given by either party to the other,in addition to any other manner provided by law,in any of the following ways: -3 - a. by personal delivery to the Commission Chairperson b. by service in the manner provided by law for the service of original notice,or c. by sending said Notice by certified or registered mail,return receipt requested,to the last known address.Notices shall be deemed to have been received on the date of receipt as shown on the return receipt. If to the Commission,addressed to: • Iowa City Airport Commission Iowa City Municipal Airport 1801 S.Riverside Drive Iowa City,IA 52246 If to Tenant,addressed to: John Ockenfels 1370 Deerwoods Drive NE Swisher,IA 52338 Email: 22. Operations Specialist. The Operations Specialist is the person designated by the Commission to manage the Office Space and to deliver all notices and demands from the Commission,and to perform inspections as provided in Paragraph 15. 23. Integration. This Lease constitutes the entire agreement between the parties,and as of its effective date supersedes all prior independent agreements between the parties related to the leasing of the Office Space.Any change or modification hereof must be in writing signed by both parties. 24. Waiver. The waiver by either party of any covenant or condition of this Lease shall not thereafter preclude such party from demanding performance in accordance with the terms hereof. 25. Successors Bound. This Lease shall be binding and shall inure to the benefit of the heirs,legal representatives,successors and assigns of the parties hereto. 26. Severability. If a provision hereof shall be finally declared void or illegal by any court or administrative agency having jurisdiction over the parties to this Lease,the entire Lease shall not be void,but the remaining provisions shall continue in effect as nearly as possible in accordance with the original intent of the parties. 27. Grant Assurances. This Lease shall be subordinate to the provisions of any outstanding or future agreement between Commission and the United States government or the State of Iowa relative to the maintenance,operation,or development of the Iowa City Municipal Airport. Tenant acknowledges and agrees that the rights granted to Tenant in this lease will not be exercised so as to interfere with or adversely affect the use,operation,maintenance or development of said Airport. 28. FAA Provisions. a. Tenant,for itself,heirs,personal representatives,successors in interest,and assigns,as a part of the consideration hereof,does hereby covenant and agree as a covenant running with the land that in the event facilities are constructed,maintained,or otherwise operated on the said property described in this(license, lease,permit,etc.)for a purpose for which a Department of Transportation program or activity is extended or for another purpose involving the provision of similar services or benefits,the(licensee, lessee, -4- permittee,etc.)shall maintain and operate such facilities and services in compliance with all other requirements imposed pursuant to 49 CFR Part 21,Nondiscrimination in Federally Assisted Programs of the Department of Transportation,and as said Regulations maybe amended. b. Tenant,for itself,personal representatives,successors in interest,and assigned,as a part of the consideration hereof,does hereby covenant and agree as a covenant running with the land that:(1)no person on the grounds of race,color,or national origin shall be excluded from participation in,denied the benefits of,or be otherwise subject to discrimination in the use of said facilities,(2)that in the construction of any improvements on,over,or under such land and the furnishing of services thereon,no person on the grounds of race,color,or national origin shall be excluded from participation in,denied the benefits of,or otherwise be subject to discrimination,(3)that Tenant,shall use the premises in compliance with all other requirements imposed by or pursuant to 49 CFR Part 21,Nondiscrimination in Federally Assisted Programs of the Department of Transportation, and as said Regulations may be amended. c. It in understood and agreed that nothing herein contained shall be construed to grant or authorize the granting of an exclusive right within the meaning of Section 308 of the Federal Aviation Act of 1958. This Lease shall be subordinate to the provisions of any outstanding or future agreement between the Commission and the United States government or the Commission and the State of Iowa relative to the maintenance, operation,or development of the Iowa City Municipal Airport. Tenant acknowledges and agrees that the rights granted to Tenant in this Lease will not be exercised so as to interfere with or adversely affect the use,operation,maintenance or development of the Airport d. Tenant agrees to furnish service on a fair,equal and not unjustly discriminatory basis to all users thereof;and to charge fair,reasonable and not unjustly discriminatory prices for each unit or service;provided,that Tenant may make reasonable and non-discriminatory discounts,rebates,or other similar types of price reductions to volume purchasers. e. The Commission reserves the right(but shall not be obligated to Tenant)to maintain and repair the landing area of the airport and all publicly-owned facilities of the airport, together with the right to direct and control all activities of Tenant in this regard. f. The Commission reserves the right further to develop or improve the landing area and all publicly-owned air navigation facilities of the airport as it sees fit,regardless of the desires or views of Tenant,and without interferences or hindrance. g. The Commission reserves the right to take any action it considers necessary to protect the aerial approaches of the airport against obstructions,together with the right to prevent Tenant from erecting, or permitting to be erected,any building or other structure on the airport which in the opinion of the Commission would limit the usefulness of the airport or constitute a hazard to aircraft. h. During time of war or national emergency,the Commission shall have the right to enter into an agreement with the United States Government for military or naval use of part or all of the landing area,the publicly-owned air navigation facilities and/or other areas or facilities of the airport.If any such agreement is executed,the provisions of this instrument, insofar as they are inconsistent with the provisions of the agreement with the Government,shall be suspended. i. It is understood and agreed that the rights granted by this Lease will not be exercised in such a way as to interfere with or adversely affect the use,operation,maintenance or development of the airport. -5- j. There is hereby reserved to the Commission,its successors and assigns,for the use and benefit of the public,a free and unrestricted right of flight for the passage of aircraft in the airspace above the surface of the premises herein conveyed,together with the right to cause in said airspace such noise as may be inherent in the operation of aircraft,now known or hereafter used for navigation of or flight in the air,using said airspace or landing at,taking off from,or operating on or about the airport. k. The Lease shall become subordinate to provisions of any existing or future agreement between the Commission and the United States of America or any agency thereof relative to the operation,development,or maintenance of the airport,the execution of which has been or may be required as a condition precedent to the expenditure of federal funds for the development of the airport. IOWA CITY AIRPORT COMMISSION TENANT By: BY: Commission Chairperson ATTEST: Approved By: City Attorney's Office • -6- Prepared by: Michael Tharp,Operations Specialist, 1801 S.Riverside Dr.Iowa City,IA 52246(319)350 5045 RESOLUTION NO. RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE ON COST FOR "FY2010 PAVEMENT REHABILITATION AND HANGAR DRAINAGE" PROJECT AT THE IOWA CITY MUNICIPAL AIRPORT WHEREAS,notice of public hearing on the plans specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held. NOW, THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above-named project shall be in the amount of 10% (ten percent) of bid payable to the Iowa City Airport Commission. 3. The City Clerk is hereby authorized and directed to publish notice for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Bids for the above-named project are to be received by the City of Iowa City, Iowa at the Office of the City Clerk, at the City Hall, before 2:00pm on the July 29, 2010, or at a later date and/or time as determined by the Commission Chairperson or their designee,and thereupon referred to the Airport Commission, for action upon said bids at its next meeting, to be held at the Iowa City Airport Terminal Building, 1801 S. Riverside Drive, Iowa City, Iowa at 6:00pm on the 19 day of August 2010, or at a later date and/or time as determined by the Commission Chairperson or designee,with notice of said later date and/or time to be published as required by law, or if said meeting is cancelled, at the next meeting of the Airport Commission thereafter as posted by the City Clerk. Passed and approved this day of 2010. Approved By: CHAIRPERSON ATTEST: S Q • (d SECRETARY City Attorney's Office It was moved by and seconded by the Resolution be adopted, and upon roll call there were: Ayes Nays Absent Assouline Crane Farris Gardinier Horan I r I ®ter mounigqr CITY OF IOWA CITY 110 East Washington Street Iona City. Iowa 52240-1826 (3191 356-5000 1319) 356-5009 FAX nnn.icgov.org #11-12,REQUEST FOR PROPOSAL TO REPLACE CARPET FLOORING FOR THE CITY OF IOWA CITY AIRPORT The City of Iowa City intends to enter into a contract with a qualified vendor to replace the carpet flooring in the designated offices and work areas at the City of Iowa City Airport. A Mandatory Pre-Submission Conference will be held at the City of Iowa City's Airport, 1801 S.Riverside Dr.,Iowa City,IA 52246. The conference will be held on July 6,2010, 10:00 a.m. The Pre-Submission Conference will provide each vendor with an opportunity to discuss the City's flooring requirements,to discuss the specifications related to the project,and to ask questions that pertain to this Request for Proposal. Please review the following Request for Proposal before attending the Pre-Submission Conference. RFP#11-12,Page 2 of 21 DATE: June 28,2010 REQUEST FOR PROPOSAL: #11-12,REQUEST FOR PROPOSAL TO REPLACE CARPET AND VINYL FLOORING FOR THE CITY OF IOWA CITY AIRPORT NOTICE TO PROPOSERS: Sealed Proposals will be received at the Office of the City Clerk,until the time and date specified below. ADDRESS PROPOSALS TO: Attention of the City Clerk's Office,City Hall,410 E. Washington St.,RM 140,Iowa City,IA 52240-1826. Proposals shall be sealed and clearly marked on the front"Request for Proposal to Replace Carpet and Vinyl Flooring for the City of Iowa City Airport,#11-12." QUESTIONS: All questions and clarifications regarding this Request for Proposal can be answered by e-mailing the following representative no later than July 12,2010,5:00 p.m. (CT). All questions must be e-mailed in order to receive a response. Purchasing: Mary Niichel-Hegwood Purchasing Agent mary-n i ichel(Wiowa-city.ora (319)356-5078 PROPOSALS ARE DUE NO LATER THAN:2:30 p.m.,July 16,2010(CT). Proposers shall submit four(4)copies of their proposal. FAXED or E-mailed Proposals will not be accepted. The City is not responsible for delays occasioned by the U.S.Postal Service,the internal mail delivery system of the City, or any other means of delivery employed by the bidder. Similarly,the City is not responsible for,and will not open,any proposal responses which are received later than the date and time stated above. BONDS AND INSURANCE: Insurance is required with this Request for Proposal. as specified in Section III B. A Performance Bond is not required. NO CONTACT POLICY: After the date and time established for receipt of proposals by the City,any contact initiated by any bidder with any City representative,other than the Purchasing Department representative listed herein,concerning this request for bid is prohibited. Any such unauthorized contact may cause the disqualification of the bidder from this procurement transaction. INDEX: Section I. Vendor Requirements Checklist Section II. Specific Conditions and Instructions to the Proposal Section III. General Conditions and Instructions to Proposers Section IV. References Section V. Pricing and Company Information Form Floor Plans(pages 20 and 21) • RFP#11-12,Page 3 of 21 SECTION L VENDOR REQUIREMENTS CHECKLIST DOCUMENTS REQUIRED TO BE SUBMITTED WITH THIS PROPOSAL (Please review the following checklist to make sure the documents listed below are included with all four(4)copies of your proposal) The vendor's proposal must be summarized in letterform on the vendor's letterhead stationary. The vendor's letter must include the following information: • A general description of the company. The individual from the company who will be responsible for overseeing this project and the work performed. • The number of years the vendor has been in business providing the specified services • The number of employees that the vendor will have responsible for this contract • A detailed work plan/schedule for the areas requiring carpet and vinyl replacement. The vendor's letter must be signed by an officer of the vendor or a designated agent empowered to bind the firm in the contract offer. A minimum of three (3) references from companies or agencies for projects similar in scope to this request for proposal. Include the company or agency's name and address, the name, title, phone number of each reference(Section IV). References other than the City of Iowa City must be submitted. A completed and signed Pricing and Company Information Form(Section V). The City is not responsible for the vendor's failure to provide information and pricing on required items. In this instance the prices submitted will prevail as the bid price for all required equipment, materials, labor, and travel. EXCEPTIONS/DEVIATIONS to this Request for Proposal are to be included in Section V. If adequate space is not provided for exceptions/deviations,please use a separate sheet of paper. If your company has no exceptions/deviations,please write "No Exceptions" in the space provided. If you state no exceptions,you may not add your company's terms and conditions or any other documents to your submitted proposal or any submittals after the proposal due date. Warranty Literature on each specified flooring product Note: The vendor's proposal must include the items listed above and must be sealed at submission time. Failure on the vendor's part to submit a sealed proposal and a complete proposal may be cause for rejection of the vendor's proposal. RFP#11-12,Page 4 of 21 . SECTION II. SPECIFIC CONDITIONS AND INSTRUCTIONS TO THE PROPOSAL A. SCOPE OF WORK: The City of Iowa City is soliciting proposals from qualified vendors to replace the carpet and vinyl flooring in the designated offices,lobby, lounge,restrooms,stairwell, entry vestibule,and hallways at the City of Iowa City Airport per the terms,conditions,and specifications referenced herein. The floor plans included in the Request for Proposal,designate the areas requiring carpet,vinyl,and tile replacement. Listed below are the specifications for the flooring required for each area at the Airport. Carpet,Vinyl and Baseboard Removal and Carpet,Tile,and Vinyl Installation The awarded vendor will be responsible for the removal of the existing carpet/flooring and baseboard,floor prep, and the supply and installation of new flooring, underlayment(if applicable),cove base,and transition strips(if applicable),in the areas designated below. CARPET FLOORING Carpet Tile Flooring specified for lounge(room 110),six(6)offices(room 108, 111, 115, 116, 117, 118),reception area(room 114),partial lobby area(room 112),and Water Fountain Alcove(room 107) Style: Shaw Carpet Tile 54436 Carpet Flooring specified for stairwell area—room 123 Style: Masland Broadloom 12'carpet style CERAMIC TILE FLOORING Ceramic Tile Flooring specified for Entry Vestibule—room 121 Style: Mannington Serengeti Slate Porcelain Tile VINYL FLOORING Vinyl Flooring specified for the two(2)restrooms—rooms 106 and 109 Style: Armstrong Natural Fusion VINYL PLANK FLOORING Vinyl Plank specified for main hallways(rooms 100, 113),surrounding lobby area-room 112,and foyer—room 119 Style: Mannington Natures Path Select COVE BASE Vinyl Cove base for all walls in the areas requiring floor replacement Style: Roppe 4" Vinyl Cove Base The awarded vendor shall furnish all required equipment,tools,materials, labor,and travel to complete the project. B. FLOORING&INSTALLATION: Professional workmanship shall meet or exceed existing industry standards. Unless otherwise specified,the awarded vendor shall unconditionally guarantee the labor and the materials used in performance of this contract within the specified guidelines and recommendations of the manufacturer's warranty. A one(1)year warranty will be required from the awarded vendor for workmanship on the project,which includes all of the tasks required to complete floor replacement for the designated area. This is in addition to the material • RFP#11-12,Page 5 of 21 warranty offered by the manufacturer. The material warranty period and the installation warranty period will not begin until the project is completed by the awarded vendor and accepted by the Airport. The City reserves the right to terminate this contract if the materials or labor provided under this contract do not meet or exceed existing industry standards. The City will be the only party responsible for making the final determination on quality of materials,equipment,and professional workmanship. C. SAFETY: The awarded vendor shall,prior to commencing work,thoroughly examine and become familiar with the project work area and associated facilities to ensure the installation can be completed in an orderly,safe manner. In addition,the awarded vendor shall maintain a safe work environment at all times.The installer(s)shall report immediately to the designated Airport Representative the existence of unsafe condition(s)which will compromise the performance of service. Safety will be the sole responsibility of the awarded vendor. The awarded vendor shall take all necessary precautions for the safety of the City's and awarded vendor's employees and the general public and shall erect and properly maintain at all times all necessary facility safeguards for the protection of the awarded vendor's employees and the general public. If necessary,the awarded vendor shall post signs warning against hazards in and around the work site. All commodities and/or service shall comply with applicable OSHA regulations in effect at the time commodities are shipped and/or the service is performed.Material Safety Data Sheets(MSDS)are required in accordance with applicable regulations. Material Safety Data Sheets must be left on site immediately after commodities and/or services have been delivered and installed. D. PROJECT COMPLETION: 1. Upon completion of the project, the awarded vendor will be required to review all completed work with the designated Airport Representative. 2. Before acceptance and final payment is made,the awarded vendor shall clean and remove surplus and discarded materials,temporary structures and debris of any kind at no additional cost to the City. The awarded vendor shall leave the site of work in a neat and orderly condition equal to that which existed prior to initiation of the project. E. PAYMENT PROCESS: 1. Payment for the project will not be made until all designated areas are fully completed(flooring,transition strips, baseboards)and the project has been accepted by the Airport. 2. All payments for the project will only be made to the awarded vendor. The awarded vendor/general contractor will be responsible for the reimbursement of subcontractors that have performed work related to the project. F. MANDATORY SITE VISIT: A mandatory site visit will be held at the City of Iowa City's Airport, 1801 S.Riverside Dr.,Iowa City,IA 52246. The pre-submission conference will be held on July 6,2010,10:00 a.m. Vendors will have an opportunity to familiarize themselves with the work area and all conditions that may affect the time,cost or performance of the project. In addition,vendors will also have an opportunity during the site visit to ask questions that pertain to the project. Vendors pre-submission conference are encouraged to take measurements of the areas requiring flooring replacement. G. PROPOSAL REQUIREMENTS: I. All questions and clarifications regarding this Request for Proposal can be answered by e•mailing the City representative listed on page 2 no later than July 12,2010,5:00 p.m.(CT). All questions must be e-mailed in order to receive a response. 2. The vendor is responsible for all costs related to the preparation of this proposal. RFP#11-12,Page 6 of 21 3. The format of the vendor's proposal must be consistent with the format of the specifications listed. 4. No bid security will be required. 5. Insurance will be required before commencement of work,see Section III-B. 6. The submission of a proposal by the vendor implies the vendor's acceptance of the terms and conditions of this request for proposal,unless otherwise stated. 7. Vendors are required to meet all qualifications and specifications of this request for proposal in order to be considered for award. 8. Upon submittal of the vendor's proposal,it will be assumed that each vendor has read and is thoroughly familiar with the contract documents and the requirements of the project. The failure or omission of a vendor to examine any document shall in no way relieve the vendor from any obligation in respect to its proposal. 9. The vendor will be required to furnish all supervision,labor,materials,tools,travel,and equipment necessary to complete the proposed project in a timely manner. All costs to complete this project must be included in the submitted proposal;no additional costs will be paid by the Airport. 10. Proposals will be considered only from firms which are regularly engaged in the business as described in the request for proposal package;with a record of performance for a reasonable period of time,which have sufficient financial support,equipment,and organization to ensure that they can satisfactorily perform the requirements of the project if awarded the contract under the terms and conditions stated herein. The terms"equipment and organization"as used herein shall be construed to mean a fully equipped and well established company in-line with the best business practice in the industry and as determined by the City. 11. All workmanship shall be guaranteed against defects resulting from faulty installation methods or practices for a period of not less than one(1)year from the date of final acceptance by the City of Iowa City. 12. Proposed pricing shall specify F.O.B.destination and include all delivery costs. 13. Proposers must include the following items with their submitted proposal: a. The vendor's proposal must be summarized in letterform on the vendor's letterhead stationary. The vendor's letter must include the following information: • A general description of the company. The individual from the company who will be responsible for overseeing this project and the work performed. • The number of years the vendor has been in business providing the specified services • The number of employees that the vendor will have responsible for this contract • A detailed work plan/schedule for the areas requiring carpet and vinyl replacement. The vendor's letter must be signed by an officer of the vendor or a designated agent empowered to bind the firm in the contract offer. b. A minimum of three (3) references from companies or agencies for projects similar in scope to this request for proposal. Include the company or agency's name and address, the name, title, phone number of each reference(Section IV). References other than the City of Iowa City must be submitted. c. A completed and signed Pricing and Company Information Form(Section V). The City is not responsible for the vendor's failure to provide information and pricing on required items. In this instance the prices submitted will prevail as the bid price for all required equipment, materials, labor,and travel. • RFP#11-12,Page 7 of 21 EXCEPTIONS/DEVIATIONS to this Request for Proposal are to be included in Section V. If adequate space is not provided for exceptions/deviations,please use a separate sheet of paper. If your company has no exceptions/deviations,please write "No Exceptions" in the space provided. If you state no exceptions,you may not add your company's terms and conditions or any other documents to your submitted proposal or any submittals after the proposal due date. d. Warranty Literature on each specified flooring product Note: The vendor's proposal must include the items listed above and must be sealed at submission time. Failure on the vendor's part to submit a sealed proposal and a complete proposal may be cause for rejection of the vendor's proposal. H.PROJECT COMPLETION DATE: 1. Once an award has been made,the awarded vendor shall contact the designated Airport Representative to meet and set up a performance schedule for the project. During the meeting,a detailed project work schedule including the timeline and work plan for completing the flooring requirements for this project will be identified. 2. No extensions shall be granted without the expressed written consent of the designated Airport Representative. I. CONTRACT AWARD: 1. The vendor's proposal must be complete to be considered for award. 2. This contract will be awarded to one(1)vendor who will be responsible for the management of the project. Payment for the project will only be made to the vendor selected to receive the contract award. The City will not be responsible for payments made to subcontractors,this will be the sole responsibility of the awarded vendor. 3. The awarded vendor will be responsible for all subcontractors working on this project. All subcontractors must be approved by the City in order for the vendor to receive the contract award. 4. The City reserves the right to qualify,accept,or reject any or all contractors as deemed to be in the best interest of the City. The City of Iowa City reserves the right to accept or reject any or all proposals and to waive irregularities or technicalities in any proposal when in the best interest of the City. The City of Iowa City reserves the right to accept or reject any exception taken by the contractor to the terms and conditions of the Request for Proposal. 5. It is the City's intent to make an award within thirty days(30)working days of the proposal due date. 6. Award,if made,will be in accordance with the terms and conditions herein. 7. Award,if made,shall be in the form of a Purchase Order. 8. Award of this contract does not restrict the City from procuring the required services and supplies from other qualified vendors. 9. Any change to the contract must be approved in writing by the Purchasing Agent and the awarded vendor. 10. The awarded vendor will be required to submit a current certificate of insurance prior to delivery and commencement of work. The certificate of insurance shall include the following items: • The City of Iowa City will be named as additional insured • Project bid number and project title as the description • Insurance carriers will be rated as A or better by A.M.Best 11. The awarded vendor will be given the City's contract compliance document to complete and return before formal contract award,if the project is$25,000 or more. 12. The awarded vendor will be required to provide MSDS sheets for any chemicals used on the job site. RFP#11-12,Page 8 of 21 13. Requests to perform weekend work must be approved by the designated Airport Representative. J. EVALUATION PROCESS: An evaluation committee will independently evaluate the merit of proposals received in accordance with the evaluation factors defined in the RFP. Failure of the proposer to provide any information requested in the RFP may result in disqualification of the proposal and shall be the responsibility of the proposer. The evaluation process shall be based on a 100 point scale.The proposal that accrues the highest point total shall be recommended for award subject to the best interests of the City of Iowa City. It is required that the proposal receive a minimum of 80 points in order to be considered for this award. Categories have been identified for the evaluation process.Each category shall receive a point value within the specified range based on how well the proposal meets or exceeds the City's specifications.The following table lists the maximum points associated with each category. "Vendor submission of a proposal implies vendor acceptance of the evaluation technique and vendor recognition that some subjective judgments shall be made by the City of Iowa City during assignment of points." POINT CATEGORY ASSIGNED POINTS Qualifications,Experience,&References for the Primary/General Contractor 40 Project Completion Schedule, Work Plan,Subcontractor List(if applicable) 40 Finn Pricing&Special Discounts 20 Total 100 The above conditions and instructions clarify this specific bid document,but are in addition to the attached GENERAL CONDITIONS AND INSTRUCTIONS TO PROPOSERS(Section III). RFP#11-12,Page 9 of 21 SECTION III—REOUEST FOR PROPOSAL CITY OF IOWA CITY—PURCHASING DIVISION GENERAL CONDITIONS AND INSTRUCTIONS TO PROPOSERS The general rules and conditions which follow apply to all proposals issued by the City unless otherwise specified. Proposers or their authorized agents are expected to fully inform themselves as to the conditions,requirements,and specifications before submitting proposals;failure to do so shall be at the proposer's own risk. REQUEST FOR PROPOSAL(RFP): is defined as a request for an offer,by one party to another,of terms and conditions with reference to some work or undertaking. This document constitutes a REQUEST FOR PROPOSAL,and is thus a solicitation for responses. Conversely,this REQUEST FOR PROPOSAL is NOT a bid and is not governed by state or federal bidding requirements. Moreover,any acceptance of a proposal shall NOT result in a binding contract between the City and the proposer, but instead will simply enable negotiations to take place which may eventually result in a detailed and refined agree- ment or greementor contract between the proposer and the City. "Proposal date" as referenced herein shall mean the local date and time specified in the proposal documents. A. CONDITIONS FOR PROPOSING 1. NO CONTACT POLICY. After the date and time established for receipt of proposals by the City,any contact initiated by the bidder or by a City representative,other than the Purchasing Division representative listed herein, concerning this Request for Proposal is prohibited. Any such unauthorized contact may cause the disqualification of the proposer from the procurement transaction. 2. COMPLETENESS/AUTHORIZATION OF PROPOSAL. Proposer shall supply all information and submittals required by the proposal documents to constitute a proper proposal.The proposal shall clearly state the legal name,address, telephone number,and fax number of the proposer. The proposal shall be signed above the typed or printed name and title of the signer. The signer shall have the legal authority to bind the proposer to the proposal. 3. ADDRESSING OF PROPOSAL. Unless otherwise specified,faxed or e-mailed proposals will not be accepted. Proposal shall be submitted in a sealed envelope or box clearly marked on the front with proposal number and due date,and unless otherwise specified,addressed to: Attn:City Clerk's Office City of Iowa City 410 E.Washington St.,RM 140 Iowa City,Iowa 52240-1826 4. PROPOSAL DEADLINE. Proposer shall be responsible for taking whatever measures are necessary to ensure that the proposal reaches the office of the City Clerk or other specified agent on or before the local time and date specified. The City shall not be responsible for,and may not consider,any proposal delayed in the postal or other delivery service,or in the City's internal mail system,nor any late proposal,amendment thereto,or request for withdrawal of proposal received after the date specified.Proposals received after the time and date specified on the Request for Proposal will not be opened and will not be considered for award. A written request for withdrawal of a proposal or any part thereof may be granted,provided the request is received in writing by the City prior to the specified proposal date. 5. RECEIPT OF PROPOSALS. Unless otherwise required by the Iowa Public Records law,during the process of negotiations,no proposals shall be handled so as to permit disclosure to competing proposers of the identity of the proposer with whom the City is negotiating or the contents of the proposal. RFP#11-12,Page 10 of 21 . 6. PROPOSALS BINDING 120 DAYS. Unless otherwise specified,all formal proposals submitted shall be binding for one hundred and twenty(120)calendar days following proposal date,unless the proposer(s),at the City's request,agrees in writing to an extension. 7. TRADE SECRETS OR PROPRIETY INFORMATION. The laws of Iowa require that at the conclusion of the selection process the contents of all proposals be placed in the public domain and be open to inspection by interested parties. Trade secrets or proprietary information that are recognized as such and protected by law may be withheld. 8. MULTIPLE PROPOSALS. Proposers may submit more than one proposal,provided the additional proposal or proposals are properly submitted on the proposal forms or in the proposal format. 9. COMPETENCY OF PROPOSER No proposal may be accepted from or contract awarded to any person,firm or corporation which is in arrears or in default to the City of Iowa City upon any debt or contract. Prior failure of a proposer to perform faithfully on any previous contract or work for the City may be grounds for rejection. If requested,the proposer, shall present evidence of performance ability and possession of necessary facilities,pecuniary resources and adequate insur- ance to comply with the terms of these proposal documents;such evidence shall be presented within a specified time and to the satisfaction of the City. 10. COLLUSIVE PROPOSING. The Proposer certifies that the proposal is made without any previous understanding, agreement or connection with any person,firm,or corporation making a proposal for the same project,without prior knowl- edge of competitive prices,and that the proposal is in all respects fair,without outside control,collusion,fraud or otherwise illegal action. 11. OFFICERS NOT TO BENEFIT. Upon signing this agreement,Consultant acknowledges 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 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 12. EQUAL EMPLOYMENT OPPORTUNITY. All proposers are subject to and must comply with the provisions of the City's EEO policy and applicable local,state and federal anti-discrimination laws.All City contractors,subcontractors or consultants with contracts of$25,000 or more(or less,if required by another governmental agency)must abide by the requirements of the City's Contract Compliance. Emergency contracts are exempt from this provision. B.BONDS AND INSURANCE 1. BID SECURITY. When required,no bid shall be considered unless accompanied by either of the following forms of bid security: a. A certified or cashier's check drawn on a solvent Iowa bank or a bank chartered under the laws of the United States, or a certified share draft drawn on a credit union in Iowa or chartered under the laws of the United States,in an amount equal to a minimum of five percent(5%)of the bid,or b. A bid bond executed by a corporation authorized to contract as a surety in the State of Iowa,in a penal sum of a minimum of five percent(5%)of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY,IOWA,and shall be forfeited to the City of Iowa City as liquidated damages in the event the successful bidder fails to enter into a contract within fourteen (14)calendar days and,when required,post bond satisfactory to the City insuring the faithful performance of the contract and maintenance of said work,if required,pursuant to the provisions of the bid documents and other contract documents.The amount of the check,draft or bond shall not constitute a limitation upon the right of the City of Iowa City,Iowa,to recover for the full amount of such damage. Security deposits of the lowest two(2)or more bidden may be retained pending contract award or rejection.All other security deposits will be returned promptly. RFP#11-12,Page 11 of 21 2. PERFORMANCE BOND. When required,the successful bidder shall furnish a bond in the amount of one hundred percent(100%)of the contract price,said bond to be issued by a responsible surety approved by the City and shall guarantee the prompt payments of all materials and labor and protect and save harmless the City from claims and damages of any kind caused by the operation of the contract,and shall also guarantee the maintenance of the improvement for a specified period following its completion and acceptance by the City.A letter of Irrevocable Credit from a responsible lending agency approved by the City,for the same guarantee(s)as noted above,may be submitted for approval.The City reserves the right to accept or reject this form of guarantee. 3. INSURANCE REOUIREMENTS. When required,the successful bidder shall provide insurance as follows: a. Certificate of Insurance;Cancellation or Modification 1. Before commencing work,the Contractor shall submit to the City for approval of a Certificate of Insurance meeting all requirements specified herein,to be in effect for the full contract period. The Contractor shall notify the City in writing at least thirty(30)calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt on the contract,and to withhold payment for any work performed on the contract. 4. The policy shall be primary in payment,not excess or contingent,regardless of any other coverage available to the City. b. Minimum Coverage Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage,and shall be in the following type and minimum amounts: Insurance Requirements Informal Project Specs: Class I(under$IM) Type of Coverage Each Occurrence Aggregate a. Comprehensive General Liability (1) Bodily Injury&Property Damage $500,000 $1,000,000 b. Automobile Liability Combined Single Limit (1) Bodily Injury&Property Damage $500,000 c. Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. The City requires that the Contractor's Insurance carrier be A rated or better by A.M.Best. C. SPECIFICATIONS 1. FORMAL SPECIFICATIONS. The proposer shall abide by and comply with the true intent of the specifications (i.e.,not take advantage of any unintentional error or omission). Whenever mention herein is made of a service to be provided in accordance with laws,ordinances,building codes,underwriters'codes or similar expressions,the requirements of these laws,ordinances,etc.,shall be construed as the minimum requirements of the specifications. The absence of a written list of deviations submitted with the proposal shall hold the proposer strictly accountable to the City and to the specifications as written. Any unauthorized deviation from the specifications may be grounds for rejection of the service when delivered. RFP#11-12,Page 12 of 21 2. PROPOSED ALTERNATE. When an item is identified in the bid document by a manufacturer's name or catalog number,it is understood that the bidder proposes to furnish the commodity and/or service so identified by the City unless the bidder specifically proposes an alternate.In bidding on a proposed alternate,the bidder shall clearly state on his/her bid exactly what he/she proposes to furnish,and forward with his/her bid,a complete description of the proposed alternate, including brand,model number,drawings,performance and test data,references,and any other information necessary for a complete evaluation.Bidder shall include a statement setting forth any changes in other materials,equipment,or other work which would be required by incorporation of the proposed alternate.The burden of proof of the merit of the proposed alternate is upon the proposer. The City's decision to approve or disapprove of a proposed alternate shall be final. 3. OUALIFICATIONS,CREDENTIALS AND REFERENCES. The proposer shall provide a description of qualifications,credentials,experience,and resources as they relate to the provision of the proposal. The proposer shall also provide a list of clients for whom similar work has been performed within the last two years,including the firm,contact person,address,and phone number of each contact person. 4. ADDENDUM TO SPECIFICATIONS. Any substantive interpretation,correction or change of the proposal docu- ments shall be made by written addendum. Unless otherwise specified the addendum will be posted to the City of Iowa City website: www.icgov.orddefault/apps/equipmentkommodities.asn. Interpretation,corrections or changes of the proposal documents made in any other manner shall not be binding. Such interpretations,corrections or changes shall not be relied upon by proposer. Any addenda shall be issued by the City within a reasonable time prior to the proposal date. It is the proposer's responsibility to visit this web-site to insure that they have received all important addenda or revisions to the Request for Proposal prior to bidding. D. SELECTION OF FIRM 1. REJECTION OF PROPOSALS. The City reserves the right to accept or reject any or all proposals,to waive irregularities and technicalities,and to request resubmission.The City also reserves the right to reject the proposal of any proposer who has previously failed to perform properly or complete on time contracts of a similar nature,or a proposal from a proposer who,investigation shows,is not in a position to satisfactorily and timely perform the contract. 2. SELECTION. The City desires to enter into negotiations and ultimately reach an agreement with a Proposer who demonstrates the best combination of attributes to conduct the project,and who also negotiates a project cost with the City that is fair and reasonable.The City may conduct discussions with any proposer who has submitted a proposal to determine qualifications,for further consideration.Since the initial review by the City will be deemed preliminary in nature,the document and process will be deemed confidential until such time as the successful proposer is selected.Criteria for selection will include but not be limited to: • The quality,availability,adaptability and life cycle costing of the commodities and/or service. • Guarantees and warranties. • Ability,capacity and skill to provide the commodities and/or service required within the specified time. • Ability to provide future maintenance and service. • Character,integrity,reputation,experience and efficiency. • Quality of performance of previous and/or existing contracts. • Previous and existing compliance with laws and ordinances relating to contracts with the City and to the proposer's employment practices. • Whether the proposer is in arrears to the City,in debt on a contract or is a defaulter on surety to the City. • If reasonable doubts arise as to proposer's solvency, the City reserves the right to require financial information sufficient to show solvency and/or require a performance bond. • Such other relevant information as may be secured by the City. • Cost estimate;the City is not required to accept the proposal with the lowest cost estimate. Once the City has reached an agreement with the Proposer,a purchase order will be issued to the awardee. The purchase order will deme the conditions of the contract between the City and the contractor selected to receive the award. RFP#11-12,Page 13 of 21 3. CORRECTIONS TO SUBMITTED PROPOSALS. Any changes that are made to this proposal using correction fluid,writing utensils,etc.before submission must be dated and initialed in each area that a change was made. 4. PRICING REQUIREMENTS. All pricing submitted by the bidder shall be indicated in both words and figures. (Ex. $200.50,Two hundred dollars and fifty cents). 5. PRESENTATIONS. When required and based on an evaluation of proposals submitted,the City may select finalists who will be required to participate in interviews,including key personnel designated for the proposal,and to make presentations regarding their qualifications and their ability to furnish the required service to best serve the needs of the City. Formal presentations will be scored and evaluated by a committee. The evaluation committee will make a recommendation to the City Manager and if required,to the City Council for fmal approval.Nothing in the proposal can obligate the City to enter into a contract. 6. LOCAL PURCHASES. Unless otherwise specified,cost and other considerations being equal,local firms(i.e.an office in Iowa City)shall be given first consideration for the project. 7. FEDERAL TRANSIT FUNDS. Purchases utilizing Federal Transit funds are not eligible for local or state purchase consideration as described above in D.6. 8. ERRORS IN PROPOSAL. My ambiguity in any proposal as a result of omission,error,lack of clarity or non- compliance by the proposer with specifications,instructions and conditions shall be construed in the light most favorable to the City. Changes in proposals shall be initialed and dated. E. GENERAL CONTRACT PROVISIONS 1. CONTRACT AWARD. Upon City's selection and satisfactory negotiation between City and Proposer on the work to be performed,a written award in the form of a Purchase Order,contract or other instrument shall result in a binding contract without further action by either party.The contract shall be on forms provided by the City;or if the proposer's contract document is used,the City reserves the right to modify any document to conform to the request for proposal and to do so in the light most favorable to the City. 2. INSURANCE. Current Certificate of Insurance in the amounts specified shall be on file with the City before work can commence. 3. AVAILABILITY OF FUNDS. A contract shall be deemed valid only to the extent of appropriations available to each project. The City's extended obligation on these contracts which envision extended funding through successive fiscal periods shall be contingent upon actual appropriation for the following fiscal year. 4. CONTRACT ALTERATIONS. No alterations or variables in the tenns of a contract shall be valid or binding upon the City unless authorized in writing by both parties. 5. SUBLETTING OF CONTRACT. Proposer shall not assign,transfer,convey,sublet or otherwise dispose of the contract or their right,title or interest therein,or their power to execute such contract to any other person,firm or corporation without the prior written consent of the City,but in no case shall such consent relieve the Proposer from their obligations,or change the terms of the contract. 6. CONTRACT PERIOD. Contract shall remain in force for the full specified period and until all services have been satisfactorily delivered and accepted and thereafter until all requirements and conditions shall be met,unless: a. Extended upon written authorization of the City and accepted by contractor,for a period negotiated and agreed upon by both parties,when in the best interest of the City. b. Terminated due to default,as described below. RFP#11-12,Page 14 of 21 7. DEFAULT. The contract may be cancelled or annulled by the City in whole or in part by written notice of default to the Proposer upon non-performance,violation of contract tenns,delivery failure,bankruptcy or insolvency,or the making of an assignment for the benefit of creditors. The City reserves the right to grant Contractor a specified cure period during which to cure or remedy the default,which cure period shall be included in the written notice of default. If default is not cured within the specified time,City reserves the right,but is not obligated to,extend the cure period or City may deem the Contract terminated without further notice.In either event,the defaulting Contractor(or his/her surety)shall be liable to the City for cost to the City in excess of the defaulted contract price. Lack of knowledge by the Contractor will in no way be a cause for relief from responsibility. If the Contract is terminated,an award may then be made to the next qualified proposer,or when time is of the essence, services may be contracted in accordance with Emergency procedures. 8. DELIVERY FAILURES. Failure of a contractor to provide commodities and/or service within the time specified, unless extended in writing by the City,or failure to replace rejected commodities and/or service when so directed by the City shall constitute delivery failure. When such failure occurs the City reserves the right to cancel or adjust the contract, whichever is in the best interest of the City. In either event, the City may purchase in the open market commodities and/or service of comparable worth to replace the articles of service rejected or not delivered On all such purchases,the Contractor shall reimburse the City,within a reasonable time specified by the City,for any expense incurred in excess of contract prices, or the City may deduct such amount from monies owed the Contractor.If the contract is not cancelled, such purchases shall be deducted from contract quantities.The City reserves the right to accept commodities and/or service delivered which do not meet specifications or are substandard in quality,subject to an adjustment in price to be determined by the City. 9. FORCE MAJEURE. The Contractor shall not be liable in damages for delivery failure when such failure is the result of fire, flood, strike, act of God, act of government, act of an alien enemy or any other circumstances which, in the City's opinion, is beyond the control of the Contractor. Under such circumstances, however, the City may at its discretion cancel the contract. 10. INDEMNITY. The Proposer shall indemnify,defend and hold harmless the City of Iowa City and its officers, employees and agents from any and all liability,loss,cost,damage,and expense(including reasonable attorney's fees and court costs)resulting from,arising out of,or incurred by reason of any claims,actions,or suits based upon or alleging bodily injury including death,or property damage rising out of or resulting from the Proposer's operations under this Contract, whether such operations be by the Contractor or by any Subcontractor or by anyone directly or indirectly employed by either. Proposer is not,and shall not be deemed to be,an agent or employee of the City of Iowa City. Responsibility for Damage Claims-It is specifically agreed between the parties executing this contract that it is not intended by any of the provisions of any part of the contract documents to create in the public or any member thereof a third party beneficiary hereunder,or to authorize anyone not a party to this contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this contract. It is understood that no subcontractor is a third party beneficiary to any contract between the Contracting Authority and the prime contractor.Nothing in any special provision or any supplemental specification shall be construed as eliminating or superseding the requirements of this section. Proposer further agrees to: a. Save the City its agents and employees harmless from liability of any nature or kind for the use of any copyright or non- copyright composition,secret process,patented or unpatented invention,article,apparatus,or appliance,including any device or article forming a part of the apparatus or appliance of which the Proposer is not the patentee,assignee,licensee or owner,furnished or used in the performance of the contract. b. Obtain all permits and licenses required by city,state and federal governments and pay all related fees.The Proposer shall also comply with all laws,ordinances,rules and regulations of the City, State of Iowa and the Federal Government 11. ANTI-DISCRIM NATION. Proposer shall not discriminate against any person in employment or public accommodation because of race,religion,color,creed,gender identity,sex,national origin,sexual orientation,mental or physical disability,marital status or age."Employment" shall include but not be limited to hiring,accepting,registering, classifying,promoting,or referring to employment. "Public accommodation"shall include but not be limited to providing goods,services,facilities,privileges and advantages to the public. RFP#11-12,Page 15 of 21 F. PAYMENT PROVISIONS 1. PAYMENT TERMS. Payment may be made only after inspection and acceptance by the using department. Payment of balances shall be made only after approval and final acceptance by the City. 2. INVOICING. Following acceptance of each payment term,payment shall be made within thirty(30)calendar days from receipt of itemized invoice.Before City will pay any invoice,the invoice must first include proposal number, department name,dollar amount,and any other pertinent information. 3. TAXES. The City of Iowa City is exempt from all Federal,State of Iowa and other states'taxes on the purchase of commodities and services used by the City of Iowa City within the State of Iowa.The Purchasing Division shall provide tax exemption certification to out-of-state suppliers as required.Out-of-state taxes imposed on purchases of commodities and/or services which are used within another state are applicable and subject to payment. Contractors shall bill the City Accounting Division,including tax,for contracts pertaining to the alteration,construction or repair of real property.The Contractor shall provide the necessary Iowa Department of Revenue Contractor's Statement(one contractor's statement for each subcontractor).The Accounting Division shall then contact the State of Iowa for tax reimbursement. Contractors and subcontractors shall pay all legally required sales,consumer and use taxes on all commodities and/or services purchased or rented to complete their contract. If a contractor,subcontractor,or builder is to use building materials,supplies,and equipment in the performance of a construction contract with a designated exempt entity,the person shall purchase such items of tangible personal property without liability for the tax if such property will be used in the performance of the construction contract and a purchasing agent authorization letter and an exemption certificate,issued by the designated exempt entity,are presented to the retailer. Revised 12/09 RFP#11-12,Page 16 of 21 SECTION IV. REFERENCES The Proposer must provide a minimum of three(3)references from past and present clients for projects similar in scope to this project including the company or agency's name and address, the name, title, and phone number of each reference. The City reserves the right to contact each reference to assist with the evaluation of this Request for Proposal. The City of Iowa City will not be accepted as a reference. 1.) Company Name: Company Address: Company Contact: Title of Contact: Phone Number: 2.) Company Name: Company Address: Company Contact: Title of Contact: Phone Number: 3.) Company Name: Company Address: Company Contact: Title of Contact: Phone Number: Note: Additional references may be included with the submitted proposal. RFP#11-12,Page 17 of 21 SECTION V. PRICING AND COMPANY INFORMATION FORM Ml costs, including,but not limited to supervision,labor,equipment,materials(baseboards,transitions strips,etc.),tools, travel,and equipment necessary to complete the project must be included in the submitted proposal;no additional costs will be paid by the Airport. The awarded vendor will be responsible for the removal of the existing carpet/flooring and baseboard,floor prep,and the supply and installation of new flooring,underlayment(if applicable),cove base,and transition strips(if applicable),in the areas designated below. The proposer must measure all areas requiring carpet at the mandatory pre-submission meeting. All pricing submitted by the proposer will be based on the proposer's confirmed measurements. Any differences between the City's measurements listed below and the measurements taken by the proposer must be noted in the vendor's submitted proposal. The City will be responsible for any costs omitted for the vendor's submitted proposal. A B C D B F Cr Room Number Sq Sq Ft Total Total Price Total Price Total Price Name of Room Ft Price Price for Cove for Labor for For Labor, for for Base Removal, Flooring,& Flooring Flooring Materials Floor Prep, Cove Base Replacement, (B C) &Cove Base (D+E+F) Tile Carpet Flooring 107-Water Fountain Alcove 16 108-Office 112 110-Lounge 294 111 —Office-Flight Planning 125 112—Partial Lobby 307 114-Reception Area 138 115—Office 108 116-Office 208 117-Office 108 118-Office 108 Broadloom Carpet Flooring 123-Stairwell 120 Ceramic Tile Flooring 121 -Entry Vestibule 20 Vinyl Flooring 106-Women's Restroom 180 109-Men's Restroom 144 Vinyl Plank Flooring 100—Main Hallway 238 112—Surrounding Lobby Area 470 113—Main Hallway 125 119—Foyer 50 Total Square Feet 2871 Written Total Cost of Project (example: Two hundred and twenty-two dollars) RFP#11-12,Page 18 of 21 EXCEPTIONS/DEVIATIONS to this Request for Proposal are to be included in the space below. If adequate space is not provided for exceptions/deviations, please use a separate sheet of paper. If your company has no exceptions/deviations, please write "No Exceptions" in the space provided. If you state no exceptions, you may not add your company's terms and conditions or any other documents to your submitted bid or any submittals after the bid due date. Designated person(s)who can be contacted for information during the period of evaluation and for prompt contract administration upon award of the contract. Provide the following information: Name: Phone Number: E-mail Address: ALTERNATIVE FEE STRUCTURE: (Please attach a detailed explanation and include documentation if your firm's pricing is calculated differently than stated above) The undersigned proposer,having examined and determined the scope of this Request for Proposal,hereby proposes to provide the required labor,materials,services, equipment,and travel to perform the work as described in the proposal documents and to do all work at the prices set forth within. The undersigned proposer states that this proposal is made in conformity with the specifications and qualifications contained herein. In the event that there are any discrepancies or differences between any conditions of the vendor's proposal and the Request for Proposal prepared by the City of Iowa City,the City's Request for Proposal shall prevail. The undersigned proposer certifies that this proposal is made in good faith and without collusion or connection with any other person or persons bidding on the project. Name of Firm: Authorized Representative: Signature of Representative: Title of Authorized Representative: Address: City/State/Zip: Phone Number: Fax Number: RFP 1111-12,Page 19 of 21 E-Mail Address: Date Signed: Addenda Form The undersigned hereby acknowledges receipt of the following applicable addenda: Addenda Number Date North I - 1 Coom yaler Fountain Alcove Office u k Lounge Restroom n Flight Plan- ning(Office) C ® ...Fairy Vestibule / Lobby I- \ 1k I ►Ctainacll Elevato I L• Office C Reception Office area Office Office C i North t - m _ LEGEND IIC Cirli 1 Vinyl Plank Flooring :i . , ;l„ Ceramc Tile Flooring C zes OOri-,o: ' �C �+ -1 1 tiler Fountain Alcove Tile Carpet Flooring Officeti: 1:': i- .a i, '. Vinyl Flooring ;''a, rrLours a r 1 . r: g 'li pO�fm= o Flight Plan- ' ning(Office) ir=---.... I C 1, J .Entry Vestibule / Lobby ',Stains cl l \ Ill( j Elevator .- 'I Rccep- Jq office ( tion I Ofiicc area IN I/fice . Office Monthly Expense Report -June '10 Check Requests During Month Approved Airport Funds CIP Funds Check Requests 6/1/2010 Menards(Grass Seed and Tools) $158.82 6/1/2010 Jet Mr(Maintenance l Cleaning) $5,000.00 6/10/2010 Jet Air(Maintenance Reimbursement) $534.71 6/21/2010 Ace Refridgeration(AC Repair-Terminal) $396.48 6/24/2010 Air Cooled Engine Services(Chain Saw blade sharpener/repair) $50.55 6/28/2010 T&K Roofing(Leak Repair Old Hangar 11) $497.50 Airport Operating Expenses $6,638.06 City CIP Fund Expenses $0.00 . Total Expenses $6,638.06 Capital Projects Construction Contracts Project Bid Amount Paid During Month Paid Current FY Paid Previous FY Paid To Date %Paid United Hangar $103,060.00 $94,562.69 $94,562.69 91.8 Runway 7-25812-30 Reconstruction $1,890,900.50 $1,919,439.86 $62,716.19 $1,982,156.05 104.8 Runway 12-30 Reconstruction $1,522,771.00 $902,495.45 $387,032.40 $1,289,527.85 84.7 Hangar Expand $350,840.00 $204,462.06 $187,431.54 $391,893.60 111.7 Pending Expenses Total Pending Expenses $0.00 $0.00 2010 Airport Maintenance Activity and Cost Report. Month of: June Date Maintenance Needed Action Taken Required Parts/Equipment Cost 06/01/10 Drainage Ditch Blocked by Guard Ditch improved Bobcat, Shovels, Gravel $37.78 06/01/10 Mow Section 1 a Section 1a Mowed 0-Turn N/A 06/01/10 Mow Section 3a Section 3a Mowed Bat Wing N/A 06/02/10 Mow Section 2 Section 2 Mowed 0-Turn N/A 06/02/10 Mow Section 4d,e,f Sections 4d,e,f Mowed Bat Wing N/A 06/02/10 Mow Section 5a,b Sections 5a,b Mowed Bat Wing N/A 06/04/10 Mow Section 4b,c Sections 4b,c Mowed Bat Wing N/A 06/04/10 Mow Sections 6a,b,c,d,e Sections 6a,b,c,d,e Mowed Bat Wing N/A 06/05/10 Mow Sections 3a,b Sections 3a,b Mowed Bat Wing N/A 06/05/10 Weeds on Mormon Trek Fenceline Weeds Removed 0-Turn,Weed Wackers N/A 06/05/10 Barbed Wire Fence Broken Mended Fence along Mormon Trek - N/A 06/06/10 Potholes in Driveway Potholes Patched Asphalt Patch INV 06/07/10 Weeds in S, Tee Expansion Joints Weeds Removed, Joints Treated Weed Wackers, Ground Sterilent INV 06/07/10 Misc. Weeds Sprayed along fencing/Parking lot Weed Wackers, Ground Sterilent INV 06/10/10 Jet A Filters Due Filters Ordered 3 x 1633MMTB, 1 x 0551288 $704.25 06/11/10 0-Turn Pully Spline Stripped Taken to City for Maintenance New pullys and splines N/A 06/12/10 Tractor Clutch Slipping Taken to City for Maintenance Clutch Linkage Extended N/A 06/14/10 City Bay Needs Cleaned Cleaned/Re-organized Bay - N/A 06/16/10 Mow Sections 1a,b Sections la,b Mowed 0-Turn N/A 06/16/10 Mow Sections 3a,b Sections 3a,b Mowed Bat Wing N/A 06/16/10' Mow Sections 4b,c,d,e,f Mowed Sections 4b,c,d,e,f Bat Wing N/A 06/16/10 Flat Tire on 0-Turn Taken to Linder Tire for Repair New Valve Stem N/A 06/16/10 Mow Sections 5a,b Sections 5a,b Mowed Bat Wing N/A 06/16/10 Mow Sections 6a,e Sections 6a,e Mowed Bat Wing N/A 06/17/10 Doors Broken on Popcorn Machine Plexiglass Replaced Plexiglass $12.21 40 06/17/10 Mow Sections 6b,c,d Sections 6b.c.d mowed Bat Wing N/A 06/17/10 Mow Section 2 Sections 2 Mowed 0-Turn N/A 06/17/10 Mow Section 4a Section 4a Mowed Bat Wing N/A 06/17/10 Two Runway Lights Broken Repaired Two Runway Lights - INV 06/21/10 Continue Organizing City Bay Organized Shop - N/A 06/22/10 Mow Sections la,b Sections la,b Mowed 0-Turn N/A 06/23/10 Viewing Area Rooftop Missing Shingles Viewing Area Rooftop Repaired - N/A 06/23/10 Trim/Pickup Wind Fallen Trees/Branches Trees Trimed, Branches Removed Chainsaw, Red Truck N/A 06/24/10 Mow Section 2 Section 2 Mowed 0-Turn N/A 06/26/10 Mow Section 3a Section 3a Mowed Bat Wing N/A 06/26/10 Mow Sections 4d,e,f Sections 4d,e,f Mowed Bat Wing N/A 06/26/10 Mow Sections 5a,b Sections 5a,b Mowed Bat Wing N/A 06/28/10 Mow Sections 6a,b,c,d,e Sections 6a,b,c,d,e Mowed Bat Wing N/A 06/29/10 Mow Sections la,b Sections la,b Mowed 0-Turn N/A 06/29/10 Weed Wack/Sterilize Weeds Weeds Removed/Ground Sterilized Weed Wackers, Ground Sterilent INV 06/29/10 . Jet A Filters Due Jet A Self Serve Filter Changed 1 x 0551288 INV 06/30/10 Runway/Taxiway Lights Out 3 Runway and 1 Taxiway Light Replaced - 4 x EXM 45W 6.6A Bulbs INV 06/30/10 Jet A Filters Due Jet A Fuel Farm Filters Changed 3 x 1633MMTB INV 06/30/10 Light Bulb Out in Hangar#48 Light Bulb Replaced 4 200w and 4 300w BuIbis Added to Inv. $36.29 Amount to be reimbursed to Jet Air: $790.53 *Paid for or Purchased by Mike Tharp INV— in inventory • REVE: 07.07.10 15:32:52 Method: 19 Page: 1 Iowa City General Ledger System Budget to Actuals Revenues Summary FY 2010 Revenue Reporting For the period 06.01.10 to 06.30.10 Estimated YTD Period Account Revenue Revenue Revenue Remainder % 7600 Airport 560100 Airport Operations MISCELLANEOUS REV. 369100 Reimb of Expenses 369900 Miscellaneous Other Income 500.00 -500.00 Total MISCELLANEOUS REV. 500.00 -500.00 USE OF MONEY & PROP. 381100 Interest on Investments 2115.00 2941.26 -826.26 139.07 382100 Land Rental 42600.00 41967.83 538.93 632.17 98.52 382200 Building/Room Rental 229000.00 231842.00 21221.00 -2842.00 101.24 384200 Vending Machine Comm 175.00 82.95 92.05 47.40 384900 Other Commissions 21127.00 14460.30 1800.50 6666.70 68.44 Total USE OF MONEY & PROP. 295017.00 291294.34 23560.43 3722.66 98.74 OTHER FINANCING SOURCES 392100 Sale of Land 225000.00 223000.00 2000.00 99.11 393120 General Levy 116400.00 120000.00 10000.00 -3600.00 103.09 Total OTHER FINANCING SOURCES. 341400.00 343000.00 10000.00 -1600.00 100.47 Total Airport Operations 636417.00 634794.34 33560.43 1622.66 99.75 Total Airport 636417.00 634794.34 33560.43 1622.66 99.75 tit GRAND TOTAL *** 636417.00 634794.34 33560.43 1622.66 99.75 EXPE: 07.07.10 15:32:39 Method: 19 Page: 1 Iowa City General Ledger System Budget to Actuals Expenditures Summary FY 2010 Expense Reporting For the period 06.01.10 to 06.30.10 YTD Period Account Appropriated Expenditures Expenditures Encumbrance Balance t Used 7600 Airport 560100 Airport Operations PERSONNEL 411000 Perm Full Time 232.00 52.02 179.98 22.42 412000 Perm Part Time 31578.00 31028.08 2436.00 549.92 98.26 413000 Temporary Employees 10000.00 574.00 31.50 9426.00 5.74 414100 Overtime Wages 62.00 62.00 414500 Longevity Pay 421100 Health Insurance 4367.00 3636.00 303.00 731.00 83.26 421200 Dental Insurance 525.00 216.72 18.06 308.28 41.28 421300 Life Insurance 240.00 80.66 6.88 159.34 33.61 421400 Disability Insurance 554.00 148.30 12.67 405.70 26.77 421500 Unemployment Compensation 1991.00 1991.00 422100 FICA 2487.00 2323.24 180.57 163.76 93.42 423100 IPERS 2439.00 2104.94 164.09 334.06 86.30 424500 Monthly Cellular/PCS Allowance 300.00 300.00 Total PERSONNEL 54775.00 40163.96 3152.77 14611.04 73.33 SERVICES 431020 Court Costs & Services 180.00 78.00 102.00 43.33 432020 Annual Audit 527.00 1201.71 -674.71 228.03 432070 Management Services 9000.00 9000.00 432080 Other Professional Services 18297.31 250.00 -18297,31 435056 Delivery Services 49.54 -49.54 435057 Couriers 28.00 83.40 -55.40 297.86 435060 Legal Publications 44.00 94.57 11.11 -50.57 214.93 436030 Transportation 900.00 159.40 740.60 17.71 436050 Registration 400.00 480.00 -80.00 120.00 436060 Lodging 500.00 471.82 28.18 94.36 436080 Meals 150.00 140.00 10.00 93.33 437010 Comp Liability Insurance 7040.00 3950.00 3090.00 56.11 437020 Fire & Casualty Insurance 12067.00 12138.00 4412.00 -71.00 100.59 437030 Worker's Comp Insurance 86.00 34.00 52.00 39.53 437041 Bonding & Other Insurance 936.00 875.00 61.00 93.48 437200 Loss Reserve Payment 5000.00 5000.00 100.00 EXPE: 07.07.10 15:32:39 Method: 19 Page: 2 Iowa City General Ledger System Budget to Actuals Expenditures Summary FY 2010 Expense Reporting For the period 06.01.10 to 06.30.10 YTD Period Account Appropriated Expenditures Expenditures Encumbrance Balance % Used 7600 Airport (CONTINUED) 560100 Airport Operations (CONTINUED) SERVICES (CONTINUED) 438010 Stormwater Utility Charges 7104.00 7103.52 591.96 .48 99.99 438030 Electricity 15074.00 12903.13 1216.45 2170.87 85.60 438070 Heating Fuel/Gas 11581.00 6488.71 77.52 5092.29 56.03 438080 Sewer Utility Charge 1925.00 1654.46 130.36 270.54 85.95 438090 Water Utility Charge 1736.00 1454.48 115.37 281.52 83.78 438100 Refuse Collection Charges 1157.00 1213.00 99.00 -56.00 104.84 438110 Local Phone Service 454,00 880.64 -426.64 193.97 438120 Long Distance Service 55.00 58.77 -3.77 106.85 442010 Other Building Repair & Maintena 10951.00 11733.44 500.00 -782.44 107.14 442020 Structure Repair & Maintenance S 4000.00 1947.92 2052.08 48.70 442030 Heating Equipment Repair & Maint 500.00 2786.40 -2286.40 557.28 442040 Cooling Equipment Repair & Maint 500.00 500.00 442060 Electrical & Plumbing Repair & M 500.00 1382.66 -882.66 276.53 442070 Bldg Pest Control Services 437.00 407.40 33.95 29.60 93.23 443050 Radio Equipment Repair & Mainten 275.00 -275.00 443060 Telecom Equipment Repair & Maint 441.00 -441.00 443080 Other Equipment Repair & Mainten 3317.00 5476.65 34.71 -2159.65 165.11 445030 Nursery Service-Lawn and Plant C 36300.00 36000.00 4500.00 300.00 99.17 445080 Snow and Ice Removal 18000.00 18000,00 100.00 445110 Testing Services 1280.00 825.10 454.90 64.46 445140 Outside Printing 166.00 123.05 42.95 74.13 445230 Other Technical Services 446100 City Attorney Chargeback 6360.00 5081.31 1278.69 79.89 446130 ITS-PC/Peripheral Support Charge 400.00 400.00 100.00 446140 ITS-Computer Replacement Chargeb 633.00 211.12 421.88 33.35 446160 ITS-Network/Internet Chargeback 360.00 360.00 30.00 100.00 446200 Photocopying Chargeback 512.00 230.88 9.18 281.12 45.09 446220 Phone Service Chargeback 618.00 691.91 85.66 -73.91 111.96 446300 Phone Equipment/Line Chargeback 1014.00 935.00 79.00 92.21 446320 Mail Chargeback 495.00 513.78 6.65 -18.78 103.79 446350 City Vehicle Replacement Chargeb 14176.00 14397.42 1161.30 -221.42 101.56 446360 City Vehicle Rental Chargeback 644.00 484.88 159.12 75.29 EXPE: 07.07.10 15:32:40 Method: 19 Page: 3 Iowa City General Ledger System Budget to Actuals Expenditures Summary FY 2010 Expense Reporting For the period 06.01.10 to 06.30.10 YTD Period Account Appropriated Expenditures Expenditures Encumbrance Balance % Used 7600 Airport (CONTINUED) 560100 Airport Operations (CONTINUED) SERVICES (CONTINUED) 446370 Fuel Chargeback 8506.00 3562.11 431.40 4943.89 41.88 446380 Vehicle Repair & Maintenance Cha 4017.00 14690.81 2468.43 -10673.81 365.72 446390 Auto Body Repair Chargeback 109.00 216.60 -107.60 198.72 449055 Permitting Fees 65.00 -65.00 449060 Dues & Memberships 625.00 675.00 -50.00 108.00 449120 Equipment Rental 213.00 732.25 -519.25 343.78 449140 Tools Rental 250.00 250.00 449360 Interest Expense 44951.00 44950.08 3745.84 .92 100.00 Total SERVICES 235778.00 242406.23 19910.89 -6628.23 102.81 SUPPLIES 452010 Office Supplies 850.00 560.07 289.93 65.89 452030 Minor Office Equipment/Furniture 500.00 500.00 452040 Sanitation & Industrial Supplies 533.00 533.00 454010 Reference Materials & Books 17.00 15.55 1.45 91.47 454020 Subscriptions 2007.00 2038.00 -31.00 101.54 455120 Misc Computer Hardware 419.00 570.00 -151.00 136.04 461030 Plants & Trees 88.00 • 319.84 119.94 -231.84 363.45 461040 Other Agriculture Chemicals 364.00 3730.85 -3366.85 1024.9 463200 Other Chemicals & Supplies 327.00 327.00 ' 465060 Lubricants 138.00 138.00 466030 Paint Supplies 25.00 22.33 2.67 89.32 466040 Plumbing Supplies 25.00 25.00 466050 Electrical Supplies 742.00 1035.26 -293.26 139.52 466060 Other Construction Supplies 288.00 115.56 172.44 40.13 466070 Other Maintenance Supplies 288.00 193.86 38.88 94.14 67.31 467020 Equipment Repair & Maintenance S 149.00 149.00 467160 Other Vehicle Repair & Maintenan 376.00 376.00 468020 Concrete 243.00 243.00 468030 Asphalt 273.00 99.60 173.40 36.48 468050 Sand 50.00 50.00 469040 Traffic Control Improvement Supp 134.03 -134.03 EXPE: 07.07.10 15:32:40 Method: 19 Page: 4 Iowa City General Ledger System Budget to Actuals Expenditures Summary FY 2010 Expense Reporting For the period 06.01.10 to 06.30.10 YTD Period Account Appropriated Expenditures Expenditures Encumbrance Balance % Used 7600 Airport (CONTINUED) 560100 Airport Operations (CONTINUED) SUPPLIES (CONTINUED) 469190 Minor Equipment 674.00 674.00 469200 Tools 73.71 -73.71 469260 Fire Ext & Refills 108.00 452.00 -344.00 418.52 469320 Miscellaneous Supplies 484.00 536.36 500.00 -52.36 110.82 Total SUPPLIES 8968.00 9897.02 658.82 -929.02 110.36 CAPITAL OUTLAY 472010 Building Improvement 1800.00 -1800.00 473010 Contracted Improvements 82276.00 11750.00 70526.00 14.28 473020 Non-Contracted Improvements 7500.00 7500.00 Total CAPITAL OUTLAY 89776.00 13550.00 76226.00 15.09 OTHER FINANCIAL USES 490150 Operating Subsidy 9781.00 9780.96 815.08 .04 100.00 490160 Misc Transfers Out 68000.00 67857.00 143.00 99.79 490190 Interfund Loan 24170.00 24170.04 2014.17 -.04 100.00 Total OTHER FINANCIAL USES 101951.00 101808.00 2829.25 143.00 99.86 Total Airport Operations 491248.00 407825.21 26551.73 83422,79 83.02 Total Airport 491248.00 407825.21 26551.73 83422.79 83.02 *** GRAND TOTAL 't' 491248.00 407825.21 26551.73 83422.79 83.02 TRID: 07.07.10 15:35:20 Method: 4 Page: 1 Iowa City General Ledger System Expenditures Detail FY 2010 Detail Reporting For the period 06.01.10 to 06.30.10 Trans Date Trans Type Report# Source Description Debit Credit 7600 Airport 560100 Airport Operations 412000 Perm Part Time 06.04.10 Old Sys 100602010012 497662\CIC PAYROLL RECAP\PAYROLL 04 1218.00 06.18.10 Old Sys 100616010011 497904\CIC PAYROLL RECAP\PAYROLL 18 1218.00 Total Perm Part Time 2436.00 413000 Temporary Employees 06.04.10 Old Sys 100602010012 497662\CIC PAYROLL RECAP\PAYROLL 04 31.50 Total Temporary Employees 31.50 421100 Health Insurance 06.17.10 Journal 100623190459 008545 JUN HEALTH INSURANCE\CIC HEALTH INS 303.00 Total Health Insurance 303.00 421200 Dental Insurance 06.17.10 Journal 100623190459 008544 JUN DENTAL INSURANCE\CIC DENTAL INS 18.06 Total Dental Insurance 18.06 421300 Life Insurance 06.18.10 New Vouch 100621030010 06747332 Check:669034\MADISON NATIONAL LIFE 6.88 Total Life Insurance 6.88 421400 Disability Insurance 06.18.10 New Vouch 100621030010 06747432 Check:669032\MADISON NATIONAL LIFE 12.67 Total Disability Insurance 12.67 422100 FICA 06.04.10 Old Sys 100602010012 6040599\FICA\CITY CONTRIBUTION 91.49 06.18.10 Old Sys 100616010011 6180599\FICA\CITY CONTRIBUTION 89.08 Total FICA 180.57 423100 IPBRS 06.04.10 Old Sys 100602010012 6040599\IPBRS\CITY CONTRIBUTION 83.09 06.18.10 Old Sys 100616010011 6180599\IPERS\CITY CONTRIBUTION 81.00 TRID: 07.07.10 15:35:20 Method: 4 Page: 2 Iowa City General Ledger System Expenditures Detail FY 2010 Detail Reporting For the period 06.01.10 to 06.30.10 Trans Date Trans Type Report# Source Description Debit Credit 7600 Airport (CONTINUED) 560100 Airport Operations (CONTINUED) 423100 IPERS (CONTINUED) Total IPERS 164.09 432080 Other Professional Services 06.02.10 New Vouch 100603030011 07400628 Check:668302\SECURITY ABSTRACT COMP 250.00 Total Other Professional Services 250.00 435060 Legal Publications 06.16.10 New Vouch 100617030057 07401303 Check:668874\IOWA CITY PRESS CITIZE 11.11 Total Legal Publications 11.11 437020 Fire & Casualty Insurance 06.02.10 New Vouch 100603030011 07400744 Check:668303\SELECTIVE INSURANCE\FY 4412.00 Total Fire & Casualty Insurance 4412.00 438010 Stormwater Utility Charges 06.16.10 Journal 100623190459 008543 057-095-03\STORMWTR\6.16.10 Bill Da 591.96 Total Stormwater Utility Charges 591.96 438030 Electricity 06.15.10 New Vouch 100616030016 07401170 Check:668762\MIDAMBRICAN ENERGY\ELE 66.69 06.15.10 New Vouch 100616030016 07401211 Check:668762\MIDAMERICAN ENERGY\ELE 945.86 06.15.10 New Vouch 100616030016 07401213 Check:668762\MIDAMERICAN ENERGY\ELE 75.05 06.15.10 New Vouch 100616030016 07401214 Check:668762\MIDAMERICAN ENERGY\ELE 128.85 Total Electricity 1216.45 438070 Heating Fuel/Gas 06.15.10 New Vouch 100616030016 07401212 Check:668762\MIDAMERICAN ENERGY\GAS 20.42 06.16.10 New Vouch 100617030057 07401335 Check:668762\MIDAMERICAN ENERGY\GAS 17.81 06.16.10 New Vouch 100617030057 07401344 Check:668761\MIDAMERICAN ENERGY\GAS 39.29 Total Heating Fuel/Gas 77.52 TRID: 07.07,10 15:35:20 Method: 4 Page: 3 Iowa City General Ledger System Expenditures Detail FY 2010 Detail Reporting For the period 06.01.10 to 06.30.10 Trans Date Trans Type Report# Source Description Debit Credit 7600 Airport (CONTINUED) 560100 Airport Operations (CONTINUED) 438080 Sewer Utility Charge 06.16.10 Journal 100623190459 008543 057-115-00\SEWER\6.16.10 Bill Date 8.15 06.16.10 Journal 100623190459 008543 057-117-00\SEWER\6.16.10 Bill Date 48.05 06.16.10 Journal 100623190459 008543 057.118-03\SEWER\6.16.10 Bill Date 20.12 06.16.10 Journal 100623190459 008543 057-120-00\SEWER\6.16.10 Bill Date 54.04 Total Sewer Utility Charge 130.36 438090 Water Utility Charge 06.16.10 Journal 100623190459 008543 057-095-03\WATER\6.16.10 Bill Date 6.41 06,16.10 Journal 100623190459 008543 057-115-00\WATER\6.16.10 Bill Date 16.47 06.16.10 Journal 100623190459 008543 057-117-00\WATER\6.16.10 Bill Date 36.31 06.16.10 Journal 100623190459 008543 057-118-03\WATER\6.16.10 Bill Date 15.38 06.16.10 Journal 100623190459 008543 057-120-00\WATER\6.16.10 Bill Date 40.80 Total Water Utility Charge 115.37 438100 Refuse Collection Charges 06.22.10 New Vouch 100623030016 06747490 Check:668964\ALLIED WASTE SERVICES\ 74.00 06.22.10 New Vouch 100623030016 06747490 Check:668964\ALLIED WASTE SERVICES\ 25.00 Total Refuse Collection Charges 99.00 442010 Other Building Repair & Maintenance Ser 06.08.10 New Vouch 100609030010 07400889 Check:668421\JET AIR INC IOW\CLEANI 500.00 Total Other Building Repair & Maintenance Servi 500.00 442070 Bldg Pest Control Services 06.16.10 New Vouch 100617030057 06747168 Check:668713\HAWREYE PEST CONTROL I 33.95 Total Bldg Pest Control Services 33.95 443080 Other Equipment Repair & Maintenance Se 06.15.10 New Vouch 100616030016 07401294 Check:668729\JET AIR INC IOW\MONTBL 34.71 Total Other Equipment Repair & Maintenance Sery 34.71 TRID: 07.07.10 15:35:21 Method: 4 Page: 4 Iowa City General Ledger System Expenditures Detail FY 2010 Detail Reporting For the period 06.01.10 to 06.30.10 Trans Date Trans Type Report& Source Description Debit Credit 7600 Airport (CONTINUED) 560100 Airport Operations (CONTINUED) 445030 Nursery Service-Lawn and Plant Care 06.08.10 New Vouch 100609030010 07400888 Check:668421\JET AIR INC IOW\MOWING 4500.00 Total Nursery Service-Lawn and Plant Care 4500.00 446160 ITS-Network/Internet Chargeback 06.01.10 IT Int/Nwk 100601150404 00006031 JUN ITS NETW/INTRNET 30.00 Total ITS-Network/Internet Chargeback 30.00 446200 Photocopying Chargeback 06.01.10 Copier Chg 100629155338 00600048 MAY PHOTOCOPY CHARGE 9.18 Total Photocopying Chargeback 9.18 446220 Phone Service Chargeback 06.24.10 Qwest Chrg 100624110903 00005032 May Telecom Charges 85.66 Total Phone Service Chargeback 85.66 446320 Mail Chargeback 06.01.10 Mail 100611152557 00600051 MAY POSTAL CHARGES 6.65 Total Mail Chargeback 6.65 446350 City Vehicle Replacement Chargeback 06.30.10 EQ Repl 100702153648 00006006 JUN REPLACEMENT COST 1161.30 Total City Vehicle Replacement Chargeback 1161.30 446370 Fuel Chargeback 06.30.10 EQ Div 100702153648 00006008 JUN DIVISION FUEL 431.40 Total Fuel Chargeback 431.40 446380 Vehicle Repair & Maintenance Chargeback 06.30,10 EQ Div 100702153648 00006008 JUN DIVISION SERVICE 2468.43 Total Vehicle Repair & Maintenance Chargeback 2468.43 TRID: 07.07.10 15:35:21 Method: 4 Page: 5 Iowa City General Ledger System Expenditures Detail FY 2010 Detail Reporting For the period 06.01.10 to 06.30.10 Trans Date Trans Type Report$ Source Description Debit Credit 7600 Airport (CONTINUED) 560100 Airport Operations (CONTINUED) 449360 Interest Expense 06.30.10 Journal 100623190459 D08537 Corp Hangar Loan Int\Jun Interfund 1859.94 06.30.10 Journal 100623190459 008537 Airprt SE Hangar Int\Jun Interfund 977.30 06.30.10 Journal 100623190459 008537 Airprt SW Hangar-Int\Jun Interfund 908.60 Total Interest Expense 3745.84 461030 Plants & Trees 06.08.10 New Vouch 100609030010 06747079 Check:668427\MENARDS\GRASS SEED, AI 119.94 Total Plants & Trees 119.94 466070 Other Maintenance Supplies 06.08.10 New Vouch 100609030010 06747079 Check:668427\MENARDS\GRASS SEED, AI 38.88 Total Other Maintenance Supplies 38.88 469320 Miscellaneous Supplies 06.15.10 New Vouch 100616030016 07401294 Check:668729\JET AIR INC IOW\MONTHL 500.00 Total Miscellaneous Supplies 500.00 490150 Operating Subsidy 06.30.10 Journal 100623190459 008533 Econ Dev Coord 101\Jun Budgeted Ope 815.08 Total Operating Subsidy 815.08 490190 Interfund Loan 06.30.10 Journal 100623190459 008537 Corp Hangar Loan Prn\Jun Interfund 1140.07 06.30.10 Journal 100623190459 008537 Airprt SE Hangar Prn\Jun Interfund 352.70 06.30.10 Journal 100623190459 008537 Airprt SW Hangar-Prn\Jun Interfund 521.40 Total Interfund Loan 2014.17 Total Airport Operations 26551.73 TRID: 07.07.10 15:35:21 Method: 4 Page: 6 Iowa City General Ledger System Expenditures Detail FY 2010 Detail Reporting For the period 06.01.10 to 06.30.10 Trans Date Trans Type Report Source Description Debit Credit 7600 Airport (CONTINUED) 560100 Airport Operations (CONTINUED) 490190 Interfund Loan (CONTINUED) 26551.73 Total Airport TRID: 07.07.10 15:35:21 Method: 4 Page: 7 Iowa City General Ledger System Expenditures Detail FY 2010 Detail Reporting For the period 06.01.10 to 06.30.10 Trans Date Trans Type Report# Source Description Debit Credit 7600 Airport (CONTINUED) 560100 Airport Operations (CONTINUED) 490190 Interfund Loan (CONTINUED) ttt GRAND TOTAL **t 26551.73 TRID: 07.07,10 15:35:32 Method: 4 Page: 1 Iowa City General Ledger System Revenues Detail FY 2010 Detail Reporting For the period 06.01.10 to 06.30.10 Trans Date Trans Type Report# Source Description Debit Credit 7600 Airport 560100 Airport Operations 382100 Land Rental 06.10.10 Payment 100610093853 00016694 2-4\BELL LARRY & SANDRA\PAYMENT 300.00 06.21.10 Misc Pymt 100701125724 70.16\ARMED FORCES RESERVE\MAY 2010 238.93 Total Land Rental 538.93 382200 Building/Room Rental 06.02.10 Payment 100602110516 00016619 1-36\BUTLER JOHN\JUN 10\HANGAR #36 168,00 06.02.10 Payment 100602110516 00016619 1-36\BUTLER JOHN\JUN 10\HANGAR #37 168.00 06.03.10 Payment 100603101811 00016664 2-3\DOWNES & ASSOCIATES\JUN 10\HANG 168.00 06.04,10 Payment 100604094553 00016672 2-11\HERTZ CORPORATION\JUN 10\OFFIC 300.00 06.07.10 Payment 100607092616 00016594 1-2\FIELD HOWARD\JUN 10\HANGAR #54 168.00 06.07.10 Payment 100607112903 00016393 9-1\BULGARELLI DAVID\MAY 10\HANGAR 148.00 06.08.10 Payment 100608094345 00016420 3-2\FARRIS GREG\MAY 10\HANGAR #29 148.00 06.08.10 Payment 100608094345 00016610 1-21\SCHNELL TON\JON 10\HANGAR #62 174.00 06.08.10 Payment 100608094345 00016612 1-23\HALL ROBERT\JUN 10\HANGAR #6 141.00 06.08.10 Payment 100608094345 00016612 1-23\HALL ROBERT\JUN 10\HANGAR #12 148.00 06.08.10 Payment 100608094345 00016618 1-18\MASCARI RICA\JUN 10\HANGAR #3 148.00 06.08.10 Payment 100608094345 00016657 2-5\OPERATOR PERFORMANCE LAB\JUN 10 4038.00 06.08.10 Payment 100608094345 00016657 2-5\OPERATOR PERFORMANCE LAB\JUN 10 168.00 06.08.10 Payment 100608094345 00016660 1-19\STEARMAN\JUN 10\HANGAR #47 168.00 06.09.10 Payment 100609090308 00016658 2-3\WIECHERT RONALD\JUN 10\HANGAR 192.00 06.09.10 Payment 100609113507 00016075 9-2\WHIRLYBIRD HELICOPTERS\APR 10\F 100.00 06.09.10 Payment 100609113507 00016412 9.1\WHIRLYBIRD HELICOPTERS\MAY 10\F 100.00 06.11.10 Payment 100611093027 00014051 2.7\HINELEY HARRY\SEP 09\HANGAR #3 293.55 06.11.10 Payment 100611093027 00014051 2-7\HINELEY EARRY\SEP 09\HANGAR #1 102.45 06.11.10 Payment 100611093027 00014354 2-7\HINELEY HARRY\OCT 09\HANGAR #3 404.00 06.11.10 Payment 100611093027 00014354 2.7\HINELEY HARRY\OCT 09\HANGAR #1 141.00 06.11.10 Payment 100611093027 00014609 2-7\HINELEY HARRY\NOV 09\HANGAR #3 404.00 06.11.10 Payment 100611093027 00014609 2-7\HINELEY HARRY\NOV 09\HANGAR #1 141.00 06.11.10 Payment 100611093027 00014962 2-7\11INELEY HARRY\DEC 09\HANGAR #3 404.00 06.11.10 Payment 100611093027 00014962 2-7\HINELEY HARRY\DEC 09\HANGAR #1 141.00 06.11.10 Payment 100611093027 00015166 2-7\HINELEY HARRY\JAN 10\HANGAR #3 404.00 06.11.10 Payment 100611093027 00015166 2-7\HINELEY EARRY\JAN 10\HANGAR #1 141.00 TRID: 07.07.10 15:35:32 Method: 4 Page: 2 Iowa City General Ledger System Revenues Detail - FY 2010 Detail Reporting For the period 06.01.10 to 06.30.10 Trans Date Trans Type Report# Source Description Debit Credit 7600 Airport (CONTINUED) 560100 Airport Operations (CONTINUED) 382200 Building/Room Rental (CONTINUED) 06.11.10 Payment 100611093027 00015416 2-7\HINKLEY HARRY\FEB 10\HANGAR #3 404.00 06.11.10 Payment 100611093027 00015416 2-7\HINKLBY HARRY\FEB 10\HANGAR #1 141.00 06.11.10 Payment 100611093027 00015698 2-7\HINKLBY HARRY\MAR 10\HANGAR #3 404.00 06.11.10 Payment 100611093027 00015698 2-7\HINKLBY HARRY\MAR 10\HANGAR #1 141.00 06.11.10 Payment 100611093027 00016042 2-7\HINKLBY HARRY\APR 10\HANGAR #3 404.00 06.11.10 Payment 100611093027 00016042 2-7\HINKLBY HARRY\APR 10\HANGAR #1 141.00 06.11.10 Payment 100611093027 00016378 2-7\HINKLBY HARRY\MAY 10\HANGAR #3 404.00 06.11.10 Payment 100611093027 00016378 2-7\111NKLEY HARRY\MAY 10\HANGAR #1 141.00 06.11.10 Payment 100611093027 00016609 2-5\RANEY CHARLES\JUN 10\HANGAR #1 141.00 06.11.10 Payment 100611093027 00016611 2-4\BULLERS JONATHAN\JON 10\HANGAR 141.00 06.15.10 Payment 100615091549 00016599 2-11\RUYLE JOHN\JUN 10\HANGAR #33 358.00 06.15.10 Payment 100615091549 00016614 2-17\IOWAAERO\JUN 10\HANGAR #43 168.00 06.15.10 Payment 100615091549 00016615 2-12\HOLLY FORREST\JUN 10\HANGAR # 148.00 06.15.10 Payment 100615091549 00016622 2-16\FULL JERRY\JUN 10\HANGAR #45 204.00 06.15.10 Payment 100615091549 00016668 2-19\VRANEK DOUGLAS\JUN 10\HANGAR 141.00 06.16.10 Payment 100616091930 00016631 2-3\CHALKLEY BEN\JUN 10\HANGAR #14 148.00 06.16.10 Payment 100616091930 00016637 1-11\AEROHAWKS\JUN 10\HANGAR #19 148.00 06.16.10 Payment 100616091930 00016709 1-26\YELDER ROY\JUN 10\HANGAR #18 148.00 06.17.10 Payment 100617090253 00016666 3-3\FLANAGAN JAMBS\JON 10\HANGAR # 168.00 06.18.10 Payment 100618092245 00016662 2-1\SAPPHIRE VISTAS LLC\JUN 10\HANG 148.00 06.18.10 Payment 100618092245 00016706 2-23\ROHR BRIAN\JUN 10\HANGAR #27 148.00 06.18.10 Payment 100623110036 00016592 89-1\MILLER RICHARD\JUN 10\HANGAR 168.00 06.18.10 Payment 100623110036 00016600 89-3\VOS JEREMY\JUN 10\HARNGAR #41 168.00 06.18.10 Payment 100623110036 00016624 89-5\FISHBAUGH JUSTIN\JUN 10\HANGA 174.00 06.18.10 Payment 100623110036 00016629 89-6\ALLENDER PATRICK\JUN 10\HANGA 168.00 06.18.10 Payment 100623110036 00016641 89-8\EDMONDS TERRY\JUN 10\HANGAR # 204.00 06.18.10 Payment 100623110036 00016650 89-12\SQUADRONS UP\JON 10\HANGAR #5 168.00 06.18.10 Payment 100623110036 00016652 89-13\GURNETT DON\JUN 10\HANGAR #3 310.00 06.18.10 Payment 100623110036 00016661 89-14\SINGLETARY ROBERT\JUN 10\HAN 141.00 06.18.10 Payment 100623110036 00016675 89-16\SWANSON NAOMI\JUN 10\HANGER 141.00 06.18.10 Payment 100623110036 00016699 89-20\COHN GARY\JUN 10\11ANGAR #22 148.00 06.18.10 Payment 100623110036 00016704 89-22\MEADE JAMES N\JUN 10\HANGAR 168.00 TRID: 07.07.10 15:35:33 Method: 4 Page: 3 Iowa City General Ledger System Revenues Detail FY 2010 Detail Reporting For the period 06.01.10 to 06.30.10 Trans Date Trans Type Report# Source Description Debit Credit 7600 Airport (CONTINUED) 560100 Airport Operations (CONTINUED) 382200 Building/Room Rental (CONTINUED) 06.22.10 Payment 100622092921 00016653 2-4\ROOF KEITH\JUN 10\HANGAR #32 615.00 06.22.10 Payment 100622092921 00016653 2-4\ROOF KEITH\JUN 10\COMMERCIAL B 200.00 06.22.10 Payment 100622092921 00016654 2-11\JET AIR INC\JON 10\BUILDINGS D 3926,00 06.22.10 Payment 100622092921 00016671 2-11\JET AIR\JUN 10\HANGAR #60 174.00 06.22.10 Payment 100622092921 00016671 2-11\JET AIR\JON 10\BANGAR #59 168.00174.00 06.23.10 Payment 100623101158 00016063 2-12\HARTWIG RANDY\APR 10\BANGAR # 06.23.10 Payment 100623101158 00016628 2-11\NH IA PHYS THERPY ASSOC\JUN 10 198.00 06.24.10 Payment 100624093408 00016626 1-5\LACINA DAVE\JUN10\HANGAR #57198.00 Total Building/Room Rental 21221.00 384900 Other Commissions 06.17.10 Misc Pymt 100617090259 2-5\WESTERN PETROLEUM CO\GAS COMMIS 1800.50 Total Other Commissions 1800.50 393120 General Levy 06.30.10 Journal 100623190459 008533 Airport Prop Tx Supp\Jun Budgeted 0 10000.00 Total General Levy 10000.00 Total Airport Operations 33560,43 TRID: 07.07.10 15:35:33 Method: 4 Page: 4 Iona City General Ledger System Revenues Detail FY 2010 Detail Reporting For the period 06.01.10 to 06.30.10 Trans Date Trans Type Report# Source Description Debit Credit 7600 Airport (CONTINUED) 560100 Airport Operations (CONTINUED) Total Airport 33560.43 TRID: 07.07.10 15:35:33 Method: 4 Page: 5 Iowa City General Ledger System Revenues Detail FY 2010 Detail Reporting For the period 06.01.10 to 06.30.10 Trans Date Trans Type Report# Source Description Debit Credit 7600 Airport (CONTINUED) 560100 Airport Operations (CONTINUED) *** GRAND TOTAL **t 33560.43 PKG_DETL: 07 .07 .10 15 :59 Page: 1 - 2011 BUDGET DETAIL IN, SP1, TRO; SC 0, 800, 600, 0; PA 200, 30, EA 600, 65; GROUP: 560100 Airport Operations PACKAGE: Base Package PRIORITY: ESTIMATED REVENUES Account Amount Notes 7600 560100 334900 Other State Grants -182,110 Funding 4 maintenance projects. 7600 560100 381100 Int on Investments -2,500 7600 560100 382100 Land Rental -46,000 7600 560100 382200 Building/Room Rental -229,000 7600 560100 384200 Vending Machine Comm -175 7600 560100 384900 Other Commissions -21,127 Total Transfers -298,802 7600 560100 393120 General Levy -100,000 TOTAL REVENUES: -580,912 BUDGETED EXPENDITURES Account Amount Notes 7600 560100 411000 Perm Full Time 1 7600 560100 412000 Perm Part Time 32,869 7600 560100 413000 Temporary Employees 1,000 Total Salaries & Wages 33,870 7600 560100 421100 Health Insurance 4,000 7600 560100 421200 Dental Insurance 223 7600 560100 421300 Life Insurance 71 7600 560100 421400 Disability Insurance 158 7600 560100 422100 FICA 2,592 7600 560100 423100 IPERS 2,354 Total Employee Benefits 9,398 7600 560100 431020 Court Costs & Svcs 180 7600 560100 432020 Annual Audit 527 7600 560100 435057 Couriers 28 7600 560100 435060 Legal Publications 44 7600 560100 436030 Transportation 600 See attached form. 7600 560100 436050 Registration 345 See attached form. 7600 560100 436060 Lodging 500 See attached form. PKG_DETL: 07 .07 .10 15 :59 Page: 2 2011 BUDGET DETAIL IN, SP1, TRO; SC 0, 800, 600, 0; PA 200, 30, EA 600, 65; GROUP: 560100 Airport Operations PACKAGE: Base Package PRIORITY: 7600 560100 436080 Meals 200 See attached form. 7600 560100 437010 Comp Liability Ins 5,000 Per Risk Manager. 7600 560100 437020 Fire & Casualty Ins 12,670 7600 560100 437030 Worker's Comp Ins 90 7600 560100 437041 Bonding & Other Insu 936 7600 560100 437200 Loss Reserve Payment 10,000 7600 560100 438010 Stormwater Charges 8,000 7600 560100 438030 Electricity 15,074 7600 560100 438070 Heating Fuel/Gas 11,581 7600 560100 438080 Sewer Utility Charge 1,925 7600 560100 438090 Water Utility Charge 1,736 7600 560100 438100 Refuse Coll Charges 1,197 7600 560100 438110 Local Phone Service 454 7600 560100 438120 Long Distance Servic 55 Total Prof/Technical Svcs 71,142 7600 560100 442010 Other Bldg A & M Svc 10,000 Average of money spent. 7600 560100 442020 Structure R & M Svcs 5,000 Average of money spent. 7600 560100 442030 Heating Equip R & M 500 7600 560100 442040 Cooling Equip R & M 500 7600 560100 442060 Elect & Plumb R & M 500 No justification provided. 7600 560100 442070 Bldg Pest Control 437 7600 560100 445030 Nursery-Lawn & Plant 27,300 JA contract 7600 560100 445080 Snow & Ice Removal 27,000 JA Agreement 7600 560100 445110 Testing Services 1,280 7600 560100 445140 Outside Printing 166 7600 560100 446100 City Attorney Chgbk 6,360 7600 560100 446130 ITS-PC/Periph Supp 400 7600 560100 446140 ITS-Cmptr Repl Chgbk 467 7600 560100 446160 ITS-NW/Internet Chg 360 7600 560100 446200 Photocopying Chgbk 512 7600 560100 446220 Phone Svc Chgbk 618 7600 560100 446300 Phone Equip/Line Chg 1,000 7600 560100 446320 Mail Chgbk 495 7600 560100 446350 City Vehicle Repl 14,176 7600 560100 446360 City Vehicle Rental 644 7600 560100 446370 Fuel Chgbk 7,000 Less fuel driven costs. 7600 560100 446380 Vehicle Rep & Maint 6,000 More maintenance by City shop. 7600 560100 446390 Auto Body Repair 109 PKG_DETL: 07 .07 .10 15 :59 Page: 3 2011 BUDGET DETAIL IN, SP1, TRO; SC 0, 800, 600, 0; PA 200, 30, EA 600, 65 ; GROUP: 560100 Airport Operations PACKAGE: Base Package PRIORITY: Account Amount Notes 7600 560100 449060 Dues & Memberships 625 7600 560100 449120 Equipment Rental 213 7600 560100 449140 Tools Rental 250 7600 560100 949360 Interest Expense 60,060 Total Repair & Maintenance 171,972 7600 560100 452010 Office Supplies 850 7600 560100 452030 Minor Off Equip/Furn 500 7600 560100 452040 Sanita & Indust Supp 6,533 JA Cleaning 7600 560100 454010 Reference Mat & Book 17 7600 560100 454020 Subscriptions 2,507 Fix & Mag/Books 7600 560100 455120 Misc Comp Hardware 419 Total Office/EDP Supplies 10,826 7600 560100 961030 Plants & Trees 500 New Plants / Trees 7600 560100 461040 Other Ag Chemicals 1,500 Vegetation Control 7600 560100 463200 Other Chem & Supplie 327 7600 560100 465060 Lubricants 138 7600 560100 466030 Paint Supplies 25 7600 560100 466040 Plumbing Supplies 25 7600 560100 466050 Electrical Supplies 742 7600 560100 466060 Other Construc Suppl 288 7600 560100 466070 Other Maint Supplies 288 7600 560100 467020 Equip R & M Supplies 149 7600 560100 467160 0th Veh R&M Supplies 376 7600 560100 468020 Concrete 243 7600 560100 468030 Asphalt 273 7600 560100 468050 Sand 50 7600 560100 469040 Traffic Ctrl Improve 1,500 Signs/Markers/Paint 7600 560100 469190 Minor Equipment 674 7600 560100 469260 Fire Ext & Refills 108 7600 560100 969320 Misc Supplies 500 No justification provided. Total Operating/Maint Supp 7,706 7600 560100 473020 Non-Contracted Impro 35,000 7600 560100 490150 Operating Subsidy 10,219 7600 560100 490190 IntrFund Loan 42,090 Total Other Financial Uses 52,309 PKG_DETL: 07 .07 .10 15 :59 Page: 4 2011 BUDGET DETAIL IN, SP1, TRO; SC 0, 800, 600, 0 ; PA 200, 30, EA 600, 65; GROUP: 560100 Airport Operations PACKAGE: Base Package PRIORITY: TOTAL EXPENDITURES: 392,223 PERSONNEL Seq Position Name FTE Salary Fringes 661 MWI - AIRPORT (VACANT) HOLD VACANT PENDING CONTRACT 1.00 1 621 AIRPORT OPERATIONS SPECIALIST THARP, MICHAEL .75 32,869 9,250 758 TEMPS - AIRPORT TEMPS - AIRPORT 1,000 146 TOTAL ALL EMPLOYEES: 1.75 33,870 9,396 CAPITAL OUTLAY Seq Description Budget Notes 1 Pavement Rehab 5,000 Pavement Maintenance as needed. 2 Terminal Roof Rehab 10,000 Terminal roof aged 15 years, showing signs of deterioration (leaking). 3 Carpet Replacement 15,000 Terminal carpets are 15 years old and showing permanent damage / discoloration. 4 Terminal Door Replacement 5,000 PKG_DETL: 07 . 07 .10 15 :59 Page: 5 2011 BUDGET DETAIL IN, SP1, TRO; SC 0, 800, 600, 0; PA 200, 30, EA 600, 65; GROUP: 560100 Airport Operations PACKAGE: Base Package PRIORITY: BUDGET TRANSFERS Seq Account Transfer Notes 8 7600 560100 393120 000 -100,000 Operating Transfers - Support to GF, JCCOG, Library, Sr Ctr Cable Transfers to General Fund include $100,000 operating subsidy (separate from Admin Servs charge) plus the Library AV support. 5 7600 560100 490150 000 10,219 FTE Funding - Transfers Between Funds Budgeted in General Fund for Employee Benefits Econ Dev Coord, funding split w/ Enterprise Funds: 50/20/20/10 - GF/WW/Wtr/Airport Right-of-Way Employee, funded by RUT: MWII Forestry - Brian Tack 1 7600 560100 490190 000 12,920 Loan Repayments - Principal Only. FS4 starts in FY12, SCT env ends FY14 1 7600 560100 490190 000 8,419 Loan Repayments - Principal Only. FS4 starts in FY12, SCT env ends FY14 1 7600 560100 490190 000 14,239 Loan Repayments - Principal Only. FS4 starts in FY12, SCT env ends FY14 1 7600 560100 490190 000 6,512 Loan Repayments - Principal Only. FS4 starts in FY12, SCT env ends FY14 Department Manager Signature Date