HomeMy WebLinkAbout07-15-2010 Airport CommissionIOWA CITY AIRPORT COMMISSION
MEETING AGENDA
AIRPORT TERMINAL BUILDING
1801 S. RIVERSIDE DRIVE
IOWA CITY, IOWA
THURSDAY, JULY 15, 2010 - 6:OOP.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 & 12130
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
IOWA CITY AIRPORT COMMISS
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 Watford
CALL TO ORDER:
Chairperson Horan called the meeting to order at 6:02 P.M.
APPROVAL OF MEETING MINUTES:
DRAFT
Minutes from the May 20, 2010, meeting was reviewed. Assouline moved to approve the
minutes of the May 20, 2010; seconded by Horan. Motion carved 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 & 12f30 — 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 COMP
MEETING AGENDA
AIRPORT TERMINAL BUILDING
1801 S. RIVERSIDE DRIVE
IOWA CITY, IOWA
THURSDAY, JULY 15, 2010 - 6:OOP.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/[DOT Projects - AECOM — David Hughes
i. Runway 7125 & 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
IOWA CITY AIRPORT COMMISSION
JUNE 17, 2010 — 6:00 P.M.
AIRPORT TERMINAL BUILDING
Members Present:
Members Absent:
Staff Present:
Others Present:
CALL TO ORDER:
Howard Horan, Jose Assouline, Greg Farris
Minnetta Gardinier, Steve Crane
Sue Dulek, Michael Tharp
Matt Wolford, David Hughes, Phillip Wolford
Chairperson Horan called the meeting to order at 6:02 P.M.
APPROVAL OF MEETING MINUTES:
DRAFT
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 7/25 & 12/30 — 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 34; 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 16, 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 carved 3-0; Gardinier and Crane absent
Airport Commission
June 17, 2010
Page 4
AIRPORT COMMISSION
ATTENDANCE RECORD
YEAR 2010
NAME
TERM
EXP.
1/21
2118
Greg Farris
3/1/13
X
X
Minnetta
Gardinier
3/1/15
X
X
Howard
Horan
3/1114
X
X
Jose
Assouline
3/1/12
---
---
Steve Crane
3/1/14
---
---
Janelle Rettig
311/12
X
X
John Staley
3/1/10
X
X
KEY: X =
Present
O =
Absent
OIE =
Absent/Excused
NM =
No meeting
-- =
Not a Member
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:
CALL TO ORDER:
Chairperson Horan called the meeting to order at 6:00 P.M.
ITEMS FOR DISCUSSION/ACTION:
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 Adjoumed at 6:03pm
CHAIRPERSON
DATE
Airport Commission
July 1, 2010
AIRPORT COMMISSION
ATTENDANCE RECORD
YEAR 2010
2
NAME
TERM
1/21
2118
3118
4/16
4129
5/20
6/17
7/1
EXP.
Greg Farris
3/1/13
X
X
X
O/E
X
O/E
X
X
Minnetta
Gardinier
3/1/15
X
X
X
O/E
X
X
O/E
X
Howard
Horan
3/1/14
X
X
X
X
X
X
X
X
Jose
Assouline
3/1/12
---
---
---
---
---
X
X
X
Steve Crane
3/1/14
---
---
---
X
X
X
O/E
X
Janelle
Rettig
3/1/12
X
X
X
X
O/E
---
---
---
John Staley
3/1/10
X
X
---
---
---
---
---
---
KEY: X =
Present
O =
Absent
O/E =
Absent/Excused
NM =
No meeting
— =
Not a Member
SJUI.10
Iowa City Airport Commission
REALTme Online Activity Report
Aealgnment # NAID00070732
Disposillon - Sale
Land
Receiving Company
NAI Iowa Realty Commerclal
tie 3rd St BE
Cedar Rapids, IA 62401
Client Contact
Airport Commission
TRANSACTION TEAM
Nome
Scott Byers
Craig Byars
Airport Commission
Van Miller
Amanda Proper
SITE SUBMISSIONS
Data Name
06104/10 Loopnet Premium
05110/10 NA IRC website
03118110 Iowa City MLS
PROSPECT ACTIVITY
Date Name Status
Comment
Lsoking to locate micro-browery. VMilier spoke to him and APmper followed up with electronic lnformagun.
777/2010 Jim Simmons Reviewing
17, 20102:22 PM Ta Uckburden@hubbellmalty.com' Cc: Miller, Van Subject On behalf of Van Miller: Iowa City Nick, Plei
05/17/10 Unknown/Nick Burden Reviewing
From: Proper, Amanda Sent: Thumday, June
In lot 17 and using as gravel employee parking unb7raady to bull detail shop. From:Proper,Amanda Sent: Wednesday, May 26, 2C
05126/10 Carousel Motors No Further Interest
Kyle s2VMiller-interested purchasing
Ryan Smith called inquiring about lots 6 & 10. VMJIsr gave pricing. Ryan is looking for dimensions -he will get tram assessors site.
03110110 Von Maier Industrial Signed/Executed
MESSAGES/COMMENTS
Date mossago / Comment
.
71712010 Regional oumoarcial real estate broker small scheduled for7113
Repmnalcommerdst real ests's broker emal scheduled for 7113
7162010 RTharp request for property update by 710@12:00pm
From: Sent Tuasday,Ju1y06,20103.G0PM To:MSer,Vm Cc:Pmper,Amanda Sublectlawe C4AuPod Commiulon Update Van, I'm puting together 1:8 locket Information for the nut Airport
7212010 Industrial users such In Johnson S surrounding counties In process
IndusNal user search in Johnson S surrounding tourist In process. Preparing a mailing to surrounding Industrial users.
60312010 Introduction to Wendy Ford
Fmm: Wendy Ford jme&:WendyFord@lowa di .orgJ Sent Wednesday, June 23, 2010 3:54 PM To: Proper, Amends Subject FW:On behalf of Van Miter: Iowa C4Airpod Commisson client update HIAmenda, My name is Wendy Ford and I am 0m Emmmic Deve
62112010 Adolf] Info requested Re: Unknown l tick Burden
From: Burden, Nick® Des Moines lmailto:nkk.burden@cbm.mml Sort: Thursday, June 17, 20102:55 PM Tu:Pmper,Amenda Subject RE: On behalf of Van Miter. Ion City Amanda, The Nfoimabon you sent looks great. U P035Lk, we also wanted to get
62112010 Add8l Info sent Re: Unknown l Nick Burden
From: Proper, Amanda Sent Friday, June 18, 20109:48 AM To;N1ckburdan@hub1bdaely.mm' Subject On behalf of Van Miller. laws City Nick, Please sea the attached Information u requested for the RuppertRood lots in two City,Iowa. Plesse1
611812010 Client is Nick Burden Re: Unknown l Jim Angsbnan l Jim Angstnan
Front:jangdman@skagnumoom (mailo:jangstnan@skogman.mmJ Sent Fraley, June 18. 201010:59 AM To: Proper, Amanda; jengsboan@skegman.com Cc: Miller, Van Subject Re: On behalf of Van War: Ruppert Road Van and Amanda, I just looked at my client
61162010 Van Meter PEA Amendment FULLY EXECUTED
Fmm: Sue Dulek ImaTm:Su Dulek@VNa,*.org) Sent Wednesday, June 16, 20101121 AM To: Milan. Van Subject FVJ: Altched Image Von: I no sooner gat done emoting you when Mike called saying he had talked to the DOT. 1 then found Dale and he
61152010 Client update sent to Michael Tharp
From: Proper, Amanda Sent Tuesday, June 15, 201010:06 AM To:'mkhea4Narp@lo�.org'CC: Miller, Van Subject On behelfofVan Mier. Iowa City Airport Commission client update Michael, Planes see the attached clurtupdate report on Ethel
6/152010 MTharp response Re: Client update sent to Michael Tharp
From: Mchael Tharp(mmlb:NkhseFThar@io'wa-rity.orgl Sent Tuesday, Juno 15, 201010:20 AM To:Proper, Amanda Cc:Mdar, Von Subject RE On behrvorven Miller. Iowa CityAlrpod Commission clam update Amanda, N distribute to gw Ahpo
61142010 Van Meter PSAAmendment
From: Ryan Satin (mallo:remNh I69%yahoa.mmJ Sent Monday, June 14, 20102:25 PM To:Millar,Ven Subject Fw: Amendment for VMI Van, We have changed the date on here so that they can take their time with planning the maect bugdmg. Theymaywa
6114f1010 No further Interest Re: Carousel Motors l Kyle
Irwiy direcad to City, no further mmmuNaetian from Prospect. Would appear there k no fuller Interest
61112010 Amendment to Lot lit PA
From: Sue Dulak (m rrb:SwDukk@lowa<Ity.orgl Sent Thursday, June 10, 2010 826 AM To: MUT, Van Subject Van Meter Ven: Sorry that l took so long to get a proposed amendment. Let me knmv lfyoJre okwth the attached, and Bm, please few
61112010 Buyer timing may take 30t days to design bldg.
From: Mier, Van Sent Friday, Juno 11, 201010:59 AM To:'Sae DukX Subject FlY:Re: FyLWAwaft and see what Na buyer suggest. I was under the Impression Net Ntywere further along with the design photo. As long ae they agree to waive ego
6182010 Info needed for new FAA study
—OdgNel Message—From:Hughes,David(Des What ) Irmilho:Oavld.Hugheafgaemm.coml Sant Tuesday, June 08, 20102:39 PM To: Ryan Smith Cc: Dave KuAm; War, Van; Sue Dufok Subject RE: Van Motor FAA eproval In Iowa City Ryan, You no
6g2010 FAMAdditionel Study
Original Maasape— From: Sue Dubk jnu I1c:Sue-0ukk@low Eyorgl Sent Monday, June 07.20101:46 PM To:Ryan SmAh Cc. MOkr,Van; Michael Thorp Subject FW:closing Ryan: I'm attaching an email fmm David Hughes', who Is the Airport
6I12010 Buyerw® nsedto have an alropace study done and getappmal from FAA
From: Sue Dulek (maN:Sua-0ukk@bwardty.argl Sant Thursday, May27, 20104A2 PM To: Ryan Smith Cc MkhNIThzrp; Alger, Van Subject RE: Attached Image I have asked our engineer to consider Miscue. On the other had, the CAYWr cot bu
527/2010 FAA form Sent to RyanlVan Meter
From: Mier, Van Sent Wednesday, May 26, 20102:48 PM To: Ryan Smith Subject FW: Closing Ryan. Agreement looks to be lady sell explanatory. The bung plans will need to be submitted to the FAA as per paragraph 2. According to Sue It can bad
6,27,2010 Building height Info —Sue Oulek-David Hughes
From: Sue Oukk(ma6to:Sua-Duiak@owa-*.orgj Sent Wednesday, May26,20104:19 PM To:M1Iw Van Cc: Michael The% Hughes, David (Des Moines)Subject FW. Attached Image Van: The hue of Ou bukeng heightline has some up befare. lam
512712010 35 R height restriction Re: Van Meter Industrial t Ryan Smith
From: Sue Dolor lme6to:Sue-Dukk@lowa-ity.orgj Sent:Thursday, May 27, 20109AB AM To: Ryan Bob;Miller, Van Subject RE: Van Meter Iowa City Ryan: ran afraid not. Ig forward to you by separate amag the totter from the FAA that requires
51272010 FAA -Iowa City Airport letter 1.13.2003
From: Sue Dulek jnnalto:Sue-Dulauffowasityagj Sent Thursday, May 27,20109:48 AM To: Ryan Smith; Mt, Van Subject FW: Attached Image See Mvfovs small. Susan Dulek Assistant CityAtlomey 410 Ent Washington Boast lvwa City, IA 52240
5262010 Covenants, restrictions, FAA form
From: Sue Ouiek[maito:Sus-Oukk@ vm4ty.orgj Sent Tuesday, May 25,2010 10:24 AM To:M3eAVen Subject RE:Closig Inlialy, there were covenants and restrictions, but to 2007 they were a6 released but for tot 5. The reason tar Me release
51192010 Marketing campaign sent
From: Constant Contact (maeto:suppad@constantoantactmml Sent Wednesday, May 19,201010:05AM To:Proper,Amanda Subject Your emall Development Ground - Iowa CllyA*Ion Commence Perk has been sent Deer5cott0yers, Youramag,namedlorm Cl
51182010 Compiling a list oflndustdd usere In Iowa City and Johnson County
Cc tripling a Net of Indusblal more In Iowa City and Johnson County for targeted merkeWg plan
5/1812010 Client update sent to Michael Tharp
From: Mchael Tharp jmaito'JAchaekTherpfmacitysrg] Sent Tuesday, May 10, 201011:58 AM To: Miller, Van Cc: Proper, Amanda Subject RE: On behalf of Van Maier, Iowa City Airport Commission cleat update Van, Thais what I had alldpated.
51172010 Eomset Money received and turned In for processing
Eames[ Money resolved and turned In kr momssing
611712010 Marketing campaign created and scheduled to be sent 5119
Marketing campaign created and scheduled to be sent 5119 to regional commercial mal estate bakers
51142010 Check being milled to 1163rd tit CR Re: Eamut Money
From: Most, Von Sent Friday, May 14, 201010:50 AM To:Ryan Smlth'Subject RE: Van Meter 116 TNrd Steel BE CR 52401 Van R.M t, MCR NAI laws Realty Commercial 31 M78a33 0 31 9ZSD-8134 C 319861555E F wm'Aer@kwsmmmatdel.ccmF
51122010 Van Meter attorney Info
From: Mlaq Van jmalOormRer®IaweCommercial.cemj Sent Wednesday, May 12, 201012:19 PM To: Sue Dulek Subject FW. Van Meter Sue, Please see response to: Buyers attorney Thanks, Van Van R.Miller, MCR NAI Iowa Realty CammamW1319-378-683
5/112010 When to send obstruct?
From: Mier, Van Sent Tuesday, May 11. 20108:45 AM Ta:'Sue OuNW Subject RE abstract Wig check Sue. Van R. Miller, MCR NA Iowa Realty Commercial M9-376-5A33031M60-8134C 319-8615658F vmRer@kraecommemieLmm From: Sua OulekI
51112010 Earnest Money
VM ar inn for Ryan Smith- need a check for earnest money.
51112010 Re: Eameat Money
From: M9er,Van Sent Tuesday, May 11. 20103:46 PM To: Ryan Smith Subject RE: abstract Ambrose and Boyd can hold the money lace 9 that is sbnpler.I mass the conbxlstate& the sebng agent and 9that is the way to go then 'Iowa Realty Conant
5/102010 Iowa City City Council Agenda Special Formal Meeting
May1D,2010®7:DOpm Sala of property to Van Meter was eppmwedwlth no opposition.
4272010 AlrportCommisslon special planning session planning
From: Nutt, Van (malhu:vm®ar®IowaCommardal.com] Seat: Monday, April 26,20104:32 PM To: Michael Tharp Subject RE: Airport Commission Meeting- possible dates Any of these fistedwould be One. Do l present the offer (backgmurid.,.a0er,counto
4272010 IC Airport meating scheduled 4129 ® 6pm-VMlllerto attend
Fmm: MiOor, Van [malb.v mer@[orreCommerdW=mj Sent Mondry, Am026, 20104:46 PM To: Michael Tharp Subject RE: Spada] AkportCommisslon Meeting -April 29N, limn ThanksMike. Wd see you Vert Van Van R. Miller, MCR NAI lone Realy
4272010 MTharp req. for offer Info l conipondence
From: Amanda Proper(mellto:epmper®macom] Sent Tuesday, April 27,201010:07AM To:'m10h6eN1arp(ajiowacly.arg'Cc:M11er,Ven Subject RE: Airport Commission Meeting -possible dates importance: High Michael, AtVmie request l have ottoch
4272010 Wharp m'd Info
From: Michael Tharp[maMo:Michae4Therp®iowa-ciy.orgj Sent Tuesday, April 27,201010:16 AM To: Amanda Proper Subject: RE: Airport Commission Meetng- possible dates Amanda, I've mcelwd the gee, andwR include them N the AkpodCommiss
4262010 Offer signed by Dale Hailing Re: Van Meter Industrial l Ryan Smith
From: Sue Dulak [madtnSue-Dulak®kwady.og] Sent Monday, April 26, 20109:44AM To: Muller, Van Cc: Mchael Thwp Subject RE Counteroffer to Iowa City 423 Van: Dale accepted contingent on Councd approval. I've attached his ecceplance.
4262010 VMIOer to attend upcoming meetings Re: Offer signed by Dale Halting
From: Miller, Van (mWItavmMm®IoweCommma;al.com] Sent: Monday, April 26, 201010:10 AM To: Sua Dulek Subject RE: Counter offer to Iowa City 423 Theaks Sue. I WU forward this information to Ryan Smiih. Wig also put the upcoming meetings (A
426201D Ink to Ryan Seattle IVsn Meter Ri:VMlllerto attend upcoming meetings
From: Miler, Van (mallmvm®erMloweCammarolal.com] Sent Monday, April 26, 201010:18 AM To: Ryan Smith Subject FW. Counter offer to Iowa Ciy 423 Ryan, Good newsll City has accepted the offer subject to requhed app ovals which Sue Ddek has a
4262010 Lot pricing ink to Michael Tharp
From: Michael Tharp lms1W:Mchael-Thmp@kwa-cityxrrgj Sent Monday, Apn125,20102:26 PM To: Proper, Amanda Cc: Miller, Van Subject RE: On beholl of Van Witter. Aviation Commerce Pars pricing Thanksl Michael Tharp, C.M. Operations Specialist
4232010 Van Meter counter offer[360000]
From: M itar, Van [maiito, mMer@lowoCommanial.comj Sent Friday, Apd]23, 20101:30 PM To: Sue Dulak Subject: FW: Counter affer to Iowa City 423 Sue re: Counteroffer from Van Meter, I would have to go beck and check the original offer to detarm
41192010 Counter proposal expired Re: Van Meter lndoebld l Ryan Smith
From: Miller, Van [ma0a:vmgerClawaCommertaLcom] Sent Monday, April 19, 201011:05 AM To: Sue Dulak Subject RE: airport offer Sue, I spoke with Ryan Smith just a few minutes ago. Apparently Van Meter will be making a decision wbho Die neat
411SQ010 VMIOcr Um for Ryan Smith- update an counter?
VW6r Um for Ryan Smith - update on counter?
4/92010 Meeting outcome, pricing and purchase proudum
From:War, Van jmsll1o:vm0ao@IM3Commerd3Lcam] Sent Friday, Apn109, 20109:18 AM To: Sue Dulak Subject RE: Lot Thanks Sue, Not sure if we will have a meeting of the mmtls over pricing by raid Thursday or not. We doable though and wig
02010 City of lows City taunter offer($400,000)
From: Sue Durk jmeOb:Sue-Ouiek®hwa dty.org] Sent Friday, Apr909, 20103:36 PM To: Myer, Van Cc: Michael Tharp Subject FW: Attached Wage Van: Here is the Ciys countera0er. If you need IN original, let me know. Sue Susan Dutek As
4162016 Van Miller met with Sue Dulak to discuss revised Van Meter offer
10:00am meeting
4/72010 Van Meter explanation of plans
—Original Message— From: Ryon Smith (m21lto:rsmlth9690@yshoo.eomj Sant: Wednesday, April 07, 20101:23 PM To: Miler, Van Subject Re: Purchase agreement Van, Van Motar is currently looking at 12,000-15,000 in warehouse space with a 3-5,000s
4R12010 2nd offer Re: Van Meter Industrial I Ryan Smith
From: Miler, Van jmdlavmUUer@IcwaCommarclsl.cumj Sent Friday, Apn102, 20101:33 PM To: Sue Dulak Subject RF'Massage ham KMBT C451 Thatm'gwark be. See you then. Thanks, Van Vsn R. MGar, MCR NAI kwa Rea'ty Commercial 319-3784833
4111010 Revised offer Re: Van Meter Industrial I Ryan Smith
From: Ryan Smith (ma0a:remkh9690@yahoo.comj Sent Thursday, April 01, 201010:51 AM To: Miter, Van Subject Fw: Message from INBT C451 Van, Attached Is the revised after. Please confirm thatyou have received this offer. Ryan Fmm:'Smi0, Ry
3292010 IC -offer to purohue also (rorrn)
From: Kirk Hiand(ma0k:khland@imev.nejj Sent Monday, March 29, 20100:56 AM To:Miter, Van Subject: Flat offer to purchase aviation perk Klrk Hilond Managing Broker NAl Iowa Realty Commercial 116 Third ST S.E. Cedar Rapids, IA 52401319-37
329/2010 City has chasan not to respond Re: Van Meter Industrial l Ryan Smith
The city has chosen to not respond to this offer
3252010 Lot 10 offer. Van Meter Industrial
From: Ryan Smith (mrshonmith969D@yahoo.comj Sant Wednesday, March 24, 2010 2.40 PM To: Proper, Amanda Subject Fw: Lot 10 offer Is City Van, Per our Conversation, attached is the offer for purchase for lot 10, Ruppert Rd. Iowa City, Is. The buy
3252010 Offer forwarded to assistant city attorney Re: Unknown l Ryan Smith
From: Miller, Van (maittowmior@lowsCommerclal.com) Sant Thursday, March 25, 20101:42 PM To: Susan Dulek(suo-dulek@awa-ety.org) Subject FW: Lot lit offer Is City Sue, Per our phone conversation m: Purchase Offer- Aviation Commerce Park
3232010 AProper flu WIRyan Re: Unknown l Ryan Smith
From: Proper, Amanda Sent Tuesday, March 23,201011.02 AM To:'Ryan Smith'CC Miter, Van'Subject RE: On behalf of Van Miter Ruppert Road Ryan, Just following up to make sure you resolved the informal that you ware looking for. Please
3=010 Ryan requested plat maps Re: Unknown I Ryan Smith
Ryan Smith requested the plat maps for Loa 6610 Ruppert Road. From Proper, Amanda Sent Monday, March 22, ZD102:10 PM To:'rsm1Ih9690@yahoo.cnm' Cc:'M9ar, Van' Subject On babel ofVan Milan. Ruppert Road Ryan, Van Miller asked me to
1=010 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 behaeof Van Mi er.. Ruppert Road Ryan, I enlarged the subject area and etached k this anal.... It looks as though West of Ne property Una (on lot 11) In
31192010 Main of0ce number Installed an the signs
Ken lGiglerput office phone number riders an the signs. He noticed lhalore al the atria was taanlog butdidn'than any equlpmentwilb him to for It
31182010 Van Miller met with IC Airport Commission
Van Milker met with IC Airport Commission - "pained that he has taken over the filing. Michael Tharp w8 be Van's point of contact
31182010 VMg1or discussed property at weekly broken meeting
VMAar dricussed property atweekdy brokers meeting to share Ideas
31112010 Assignment lnlgated via Member.NAIGIabal.Com
Assignment Initiated via Members.NAIGkbalLom:
3/112010 3118 meeting scheduled wllC Airport Commission
IN HOend and Van Miter am scheduled to most with the IC Airport Commission to discuss Van taking overlie assignment.
/AI Global`"
Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Dr. Iowa City, IA 52246 (319) 350 5045
RESOLUTION NO.
RESOLUTION AUTHORIZING THE CHAIRPERSON TO EXECUTE AND THE
SECRETARY TO ATTEST TO AN OFFICE SPACE LEASE BETWEEN THE
AIRPORT COMMISSION OF THE CITY OF IOWA CITY, IOWA, AND JOHN
OCKENFELS.
WHEREAS, 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 THE AIRPORT COMMISSION OF THE
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
Passed and approved this
CHAIRPERSON
ATTEST:
SECRETARY
Nays
Absent
Assouline
Crane
Farris
Gardinier
Horan
Approved By:
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. _hi 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:
Tyne of Coverage
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 casts 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 may be 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 maybe
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. Inte ag�fion. 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 may be 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-
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
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
CHAIRPERSON
ATTEST:
SECRETARY
day of
It was moved by and seconded by
adopted, and upon roll call there were:
Ayes
Nays
_ 2010.
Approved By:
City Attorney's Office
the Resolution be
Absent
Assouline
Crane
Farris
Gardinier
Horan
i r 1
m W;ir. �
CITY OF IOWA CITY
410 Fasl Washington Strect
Iowa City. Iowa 52240-1826
(319)356-5000
(319) 356-5009 FAX
www.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, ISO I 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 911-12, Page 2 of21
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 V•myl 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.
Purchasinc:
Mary Niichel-Hegwood
Purchasing Agent
marv-niicheltcwr Iowa-city.ore
(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
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 REOUIREMENTS 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 M. 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 of21
SECTION H. 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 of21
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:
1. 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 famish 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 M. 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
Firm Pricing & Special Discounts
Total
20
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 411-12, Page 9 of 21
SECTION III — REQUEST 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 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 OPPORTIIlVM 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 (59/o) 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 successfid 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 bidders may be retained pending contract award or rejection. All other
security deposits will be returned promptly.
RFP 011-12, 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 REOUDtEMENTS. 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 Coveraee
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 $1M)
Type of Coveraee Each
Occurrence Agm�te
a. Comprehensive General Liability
(1) Bodily Injury & Property Damage $500,000 $1,000,000
b. Automobile Liability Combined
Sinele 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 911-12, 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.ic,gov.orddcfault/apps/eciuil)ment/cominodities.asp.
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 FDtM
1. REJECTION OF PROPOSALS. The City reserves the right to acceptor 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 proposers 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 derme 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 REOUIREMENTS. 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 final 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 fines (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 DA
S. ERRORS IN PROPOSAL. Any 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 finther action by either party. The contract shall be on forms provided by the City; or if the proposals
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. AVAH.ABH.ITY OF FUNDS. A contract shall be deemed valid only to the extent of appropriations available to
each prcjecL 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 terns 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 terns 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 411-12, 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 terms, 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 temrinated, 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.
& 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 parry 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 -DISCRIMINATION. 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 terry payment shall be made within thirty (30) calendar days
from receipt of itemized invoice. Before City will pay any invoice, the invoice must fast 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 911-12, 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
All 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 carpettflooring 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.
n n F F G
A
Room Number
Name of Room
Sq
Ft
Sq Ft
Price
for
Flooring
Total
Price
for
Flooring
x Q
Total Price
for Cove
Base
Materials
Total Price
for Labor for
Removal,
Floor Prep,
Replacement,
& Cove Base
Total Price
For Labor,
Flooring, &
Cove Base
+ E +
Tile Carpet Floorin
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 C et Floorin
123 - Stairwell
120
Ceramic Tile Floorin
121 - En Vestibule
20
1 rn 1 Floorin
Ig
106 - Women's Restroom
180
109 - Men's Restroom
144
Vinyl Plank Flooring
100 —Main Hallway
238
112 — Surrounding Lobby Area
470
113 — Main Hallw
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 #11-12, 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
North
LEG
Irml F
Tile Cb
Ic
Check Requests During Month
Approved
Cbeck Requests
Monthly Expense Report -June'10
6112010 Menards (Gress Seed and Tools)
6112010 let Air (Maintenance / Cleaning)
6/102010 let Air (Maintenance Reimbursement)
6212010 Ace Refddgemtion (AC Repair - Terminal)
6/242010 Air Cooled Engine Services (Chain Saw blade sharpener/repair)
6282010 T&K Roofing (Leak Repair Old Hangar H)
Airport Operating Expenses
City CIP Fend Expenses
Total Expenses
Capital Projects
Construction Contracts
United Hangar
Runway 7.25 R 12-30 Reconstruction
Runway 12-30 Reconstructlon
Hanger H Expand
Airport Funds CIP Funds
$158.82
$5,000.00
$534.71
$396.48
$50.55
$497.50
$6,638.06
$0.00
$6,638.06
Project Bid Amount Paid During Month Paid Current FY
Paid Previous FY
Paid To Date %Paid
$103.060.00
$94,562.69
$94,562.69 91.8
$1,890,900.50 $1,919,439.86
$62,716.19
$1,992,156.05 104.8
$1,522,771.00 $902,495.45
$387,032.40
$1,289,527.85 84.7
$350,940.00 $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 1 a Mowed
0-Turn
NIA
06/01/10
Mow Section 3a
Section 3a Mowed
Bat Win
N/A
06102/10
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
NIA
06/02/10
Mow Section 5a,b
Sections 5a,b Mowed
Bat Win
N/A
06/04/10
Mow Section 4b,c
Sections 4b,c Mowed
Bat Win
N/A
06/04/10
Mow Sections 6a,b,c,d,e
Sections 6a,b,c,d,e Mowed
Bat Wing
NIA
06/05/10
Mow Sections 3a,b
Sections 3a,b Mowed
Bat Win
N/A
06/05/10
Weeds on Mormon Trek Fenceline
Weeds Removed
0-Turn, Weed Wackers
N/A
05/05/10
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/Parkingfencing/Parking lot
Weed Wackers, Ground Sterilent
INV
06/10/10
Jet A Filters Due
Filters Ordered
3 x 1633MMTB, 1 x OS51288
$704.25
06/11/10
0-Turn Pully Spline Stripped
Taken to City for Maintenance
New pullys ands lines
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 Win
N/A
06/16/10'
Mow Sections 4b,c,d,e,f Mowed
Sections 4b,c,d,e,f
Bat Win
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 Win
N/A
06/16/10
Mow Sections 6a,e
Sections 6a,e Mowed
Bat Win
N/A
06/17/10
Doors Broken on Popcorn Machine
Plexi lass Replaced
Plexiglass
$12.21
06117110
Mow Sections 6b,c,d
Sections 6b.c.d mowed
Bat Win
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 Win
N/A
06/17/10
Two Runway Lights Broken
Repaired Two Runway Lights
INV
06121/10
Continue Organizing City Bay
Organized Shop
N/A
O6l22/10
Mow Sections 1a,b
Sections la,b Mowed
0-Turn
N/A
O6l23/10
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
NIA
06/26/10
Mow Section 3a
Section 3a Mowed
Bat Win
NIA
is
06/26/10
06/26/10
06/28/10
06/29/10
06/29/10
06/29/10
06/30/10
06/30/10
06/30/10
Mow Sections 4d,e,f
Mow Sections 6a,b
Mow Sections 6a,b,c,d,e
Mow Sections 1a,b
Weed Wack/Sterilize Weeds
Jet A Filters Due
Runway/Taxiway Lights Out
Jet A Filters Due
Li ht Bulb Out in Han ar #48
Sections 4d,e,f Mowed
Sections 5a,b Mowed
Sections 6a,b,c,d,e Mowed
Sections 1a,b Mowed
Weeds Removed/Ground Sterilized
Jet A Self Serve Filter Changed
3 Runway and 1 Taxi .. Li ht Re laced
Jet A Fuel Farm Filters Chan ed
Li ht Bulb Replaced
Bat Win
Bat Win
Bat Win
0-Turn
Weed Wackers, Ground Sterilent
1 x OS51288
- 4 x EXM 45W 6.6A Bulbs
3 x 1633MMTB
4 200w and 4 300w Bulbls Added to Inv.
N/A
NIA
N/A
N/A
INV
INV
INV
INV
$36,29
Amount to be reimbursed to Jet Air; $790.53
"Paid for or Purchased b M'k Th
y i e arp
INV — in inventory
REVE: 07.07.10 15:32:52 Method: 19
Account
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
Revenue
------------------------------------------------------------
7600 Airport
560100 Airport Operations
MISCELLANEOUS REV.
369100 Reimb of Expenses
369900 Miscellaneous Other Income
Total MISCELLANEOUS REV.
USE OF MONEY & PROP.
381100 Interest on Investments
382100 Land Rental
382200 Building/Room Rental
384200 Vending Machine Comm
384900 Other Commissions
Total USE OF MONEY & PROP.
OTHER FINANCING SOURCES
392100 Sale of Land
393120 General Levy
Total OTHER FINANCING SOURCES.
Total Airport Operations
Total Airport
ti: GRAND TOTAL ***
Page: 1
YTD Period
Revenue Revenue Remainder $
------------ --- --------- ------------ ------
500.00
-500.00
------ ------------ ----- ------ ------
500.00 -500.00
2115.00
2941.26
-826.26
139.07
42600.00
41967.83
538.93
632.17
98.52
229000.00
231842.00
21221.00
-2842.00
101.24
175.00
82.95
92.05
47.40
21127.00
14460.30
1800.50
6666.70
-------
68.44
--- ---
------------ ------------
295017.00
------------
291294.34
-----
23560.43
3722.66
98.74
225000.00
223000.00
2000.00
99.11
116400.00
120000.00
10000.00
------------
-3600.00
103.09
------
------------------------
341400.00
------------
343000.00
10000.00
----
-1600.00
--------
100.47
------
------------------------
636417.00
------------
634794.34
33560.43
--- ------------
1622.66
99.75
------
------------------
636417.00
--
634794.34
33560.43
------------
1622.66
99.75
------
------------------------
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
412000 Perm Part Time
413000 Temporary Employees
414100 Overtime Wages
414500 Longevity Pay
421100 Health Insurance
421200 Dental Insurance
421300 Life Insurance
421400 Disability Insurance
421500 Unemployment Compensation
422100 FICA
423100 IPERS
424500 Monthly Cellular/PCS Allowance
Total PERSONNEL
SERVICES
431020 Court Costs & Services
432020 Annual Audit
432070 Management Services
432080 Other Professional Services
435056 Delivery Services
435057 Couriers
435060 Legal Publications
436030 Transportation
436050 Registration
436060 Lodging
436080 Meals
437010 Comp Liability Insurance
437020 Fire & Casualty Insurance
437030 Worker's Comp Insurance
437041 Bonding & Other Insurance
437200 Loss Reserve Payment
232.00
52.02
31578.00
31028.08
2436.00
10000.00
574.00
31.50
62.00
4367.00
3636.00
303.00
525.00
216.72
18.06
240.00
80.66
6.88
554.00
148.30
12.67
1991.00
2487.00
2323.24
180.57
2439.00
2104.94
164.09
300.00
-
---------------------
54775.00
------------
40163.96
3152.77
180.00
78.00
527.00
1201.71
9000.00
18297.31
250.00
49.54
28.00
83.40
44.00
94.57
11.11
900.00
159.40
400.00
480.00
500.00
471.82
150.00
140.00
7040.00
3950.00
12067.00
12138.00
4412.00
86.00
34.00
936.00
875.00
5000.00
5000.00
179.98 22.42
549.92 98.26
9426.00 5.74
62.00
731.00 83.26
308.28 41.28
159.34 33.61
405.70 26.77
1991.00
163.76 93.42
334.06 86.30
300.00
14611.04 73.33
102.00 43.33
-674.71 228.03
9000.00
-18297.31
-49.54
-55.40 297.86
-50.57 214.93
740.60 17.71
-80.00 120.00
29.18 94.36
10.00 93.33
3090.00 56.11
-71.00 100.59
52.00 39.53
61.00 93.48
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
438010
(CONTINUED)
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
443000
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
446100
Other Technical Services
City Attorney Chargeback
6360.00
5081.31
1278.69
. 89
446130
ITS-PC/Peripheral Support Charge
400.00
400.00
10000.0000
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
Account
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
Appropriated expenditures Expenditures
--------------------------
-
------------------------------------------------------
------
7600 Airport (CONTINUED)
560100 Airport Operations (CONTINUED)
SERVICES (CONTINUED)
446370 Fuel Chargeback
446380 Vehicle Repair & Maintenance Cha
446390 Auto Body Repair Chargeback
449055 Permitting Fees
449060 Dues & Memberships
449120 Equipment Rental
449140 Tools Rental
449360 Interest expense
Total SERVICES
SUPPLIES
452010 Office Supplies
452030 Minor Office Equipment/Furniture
452040 Sanitation & Industrial Supplies
454010 Reference Materials & Books
454020 Subscriptions
455120 Misc Computer Hardware
461030 Plants & Trees
461040 Other Agriculture Chemicals
463200 Other Chemicals & Supplies
465060 Lubricants
466030 Paint Supplies
466040 Plumbing Supplies
466050 Electrical Supplies
466060 Other Construction Supplies
466070 Other Maintenance Supplies
467020 Equipment Repair & Maintenance S
467160 Other Vehicle Repair & Maintenan
468020 Concrete
468030 Asphalt
468050 Sand
469040 Traffic Control Improvement Supp
Page: 3
Encumbrance Balance % Used
----------- ------------ ---- --
8506.00
3562.11
431.40
4943.89
41.88
4017.00
14690.81
2468.43
-10673.81
365.72
109.00
216.60
-107.60
198.72
65.00
-65.00
625.00
675.00
-50.00
108.00
213.00
732.25
-519.25
343.78
250.00
250.00
44951.00
44950.08
3745.84
.92
------------
100.00
------
------------------------
235778.00
-------
242406.23
----- ------------
19910.89
-6628.23
102.81
850.00
560.07
289.93
65.89
500.00
500.00
533.00
533.00
17.00
15.55-
1.45
91.47
2007.00
2038.00
-31.00
101.54
419.00
570.00
-151.00
136.04
88.00
319.84
119.94
-231.84
363.45
364.00
3730.85
-3366.85
1024.9
327.00
327.00
'
138.00
138.00
25.00
22.33
2.67
89.32
25.00
25.00
742.00
1035.26
-293.26
139.52
288.00
115.56
172.44
40.13
288.00
193.86
38.88
94.14
67.31
149.00
149.00
376.00
376.00
243.00
243.00
273.00
99.60
173.40
36.48
50.00
50.00
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
469200 Tools
469260 Fire Ext 5 Refills
469320 Miscellaneous Supplies
Total SUPPLIES
CAPITAL OUTLAY
472010 Building Improvement
473010 Contracted Improvements
473020 Non -Contracted Improvements
Total CAPITAL OUTLAY
OTHER FINANCIAL USES
490150 Operating Subsidy
490160 Misc Transfers Out
490190 Interfund Loan
Total OTHER FINANCIAL USES
Total Airport Operations
Total Airport
*** GRAND TOTAL ***
674.00
674.00
73.71
-73.71
108.00
452.00
-344.00
418.52
484.00
536.36
500.00
-52.36
110.82
------
------------------------
8968.00
------------
9897.02
------------
658.82
-----------
-929.02
110.36
1800.00
-1800.00
82276.00
11750.00
70526.00
14.28
7500.00
7500.00
------
------------------------
89776.00
------------
13550.00
------------
------------
76226.00
15.09
9781.00
9780.96
815.08
.04
100.00
68000.00
67857.00
143.00
99.79
24170.00
24170.04
2014.17
-.04
----
100.00
------
----------- ------------
101951.00
---------
101808.00
--------------
2829.25
-------
143.00
-•------ ---
99.86
------
------------------------
491248.00
--
407825.21
--------- ------------
26551.73
83422.79
------------
83.02
•-----
-----------------------
491248.00
------------
407825.21
------------
26551.73
83422.79
-------- ---
83.02
------
------------ ------------
491248.00
-
407825.21
-----------------------
26551.73
83422.79
83.02
TRID: 07.07.10 15:35:20 Method: 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 Report0 Source Description
-- ---------- ------------ --- -------------------- --------------
7600 Airport
560100 Airport Operations
412000 Perm Part Time
06.04.10 Old Sys 100602010012
06.18.10 Old Sys 10061601D011
Total Perm Part Time
413000 Temporary Employees
06,04.10 Old Sys
Total Temporary Employees
421100 Health Insurance
06.17.10 Journal
Total Health Insurance
421200 Dental Insurance
06.17.10 Journal
Page: 1
Debit Credit
-------- ------------
497662\CIC
PAYROLL RECAP\PAYROLL 04
1218.00
497904\CIC
PAYROLL RECAP\PAYROLL 18
1219.00
------------
------------
2436.00
100602010012 497662\CIC PAYROLL RECAP\PAYROLL 04 31.50
------------ ------------
31.50
100623190459 008545 JUN HEALTH INSURANCE\CIC HEALTH INS 301.00
------------------ -----
303.00
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
Total Life Insurance
421400 Disability Insurance
06.18.10 New Vouch 100621030010 06747432 Check:669032\MADISON NATIONAL LIFE
Total Disability Insurance
422100 FICA
06.04.10 Old Sys 100602010012
06.i8.10 Old Sys 100616010011
Total FICA
423100 IPBRS
06.04.10 Old Sys 100602010012
06.18.10 Old Sys 100616010011
6040599\FICA\CITY CONTRIBUTION
6180599\FICA\CITY CONTRIBUTION
6040599\IPBRS\CITY CONTRIBUTION
6180599\IPBRS\CITY CONTRIBUTION
6.88
------------------------
6.88
12.67
------------ ------------
12.67
91.49
89.08
------------ ------------
180.57
83.09
81.00
TRID: 07.07.10 15:35:20 Method: 4
Iowa City General Ledger System
Expenditures Detail
FY 2010 Detail Reporting
For the period 06.01.10 to 06.30.10
Page: 2
Trans Date Trans Type Report# Source Description Debit Credit
----------- ---------- - -------------------------------- --------- ----- ------------------
7600 Airport (CONTINUED)
560100 Airport Operations (CONTINUED)
423100 IPERS (CONTINUED)
Total IPBRS
432080 Other Professional Services
06.02.10 New Vouch 100603030011 07400628 Check:668302\SECURITY ABSTRACT COMP
Total Other Professional Services
435060 Legal Publications
06.16.10 New Vouch 100617030057 07401303 Check:668874\IONA CITY PRESS CITIZE
Total Legal Publications
437020 Fire & Casualty Insurance
06.02.10 New Vouch 100603030011 07400744 Check:668303\SELECTIVE INSURANCB\FY
Total Fire & Casualty Insurance
438010 Stormwater Utility Charges
06,16.10 Journal 100623190459 008543 057-095-03\STORMWTR\6.16.10 Bill Da
Total Stormwater Utility Charges
438030 Electricity
06.15.10 New Vouch
06.15,10 New Vouch
06.15.10 New Vouch
06.15.10 New Vouch
Total Electricity
438070 Heating Fuel/Gas
06.15.10 New Vouch
06.16.10 New Vouch
06.16.10 New Vouch
Total Heating Fuel/Gas
100616030016 07401170 Check:668762\MIDAMBRICAN BNBRGY\ELE
100616030016 07401211 Check:668762\MIDAMBRICAN ENERGY\ELE
100616030016 07401213 Check:668762\MIDAMBRICAN ENERGY\ELE
100616030016 07401214 Check:668762\MIDAMBRICAN ENERGY\ELE
100616030016 07401212 Check:668762\MIDAMBRICAN ENERGY\GAS
100617030057 07401335 Check:668762\MIDAMBRICAN ENERGY\GAS
100617030057 07401344 Check:668761\MIDAMBRICAN ENERGY\GAS
66.69
945.86
75.05
128.85
------------ ------------
1216.45
20.42
17.81
39.29
77.52
TRID: 07.07.10 15:35:20 Method: 4
Trans Date Trans Type
7600 Airport (CONTINUED)
560100 Airport Operations (CONTINUED)
438080 Sewer Utility Charge
06.16.10 Journal
06.16.10 Journal
06.16.10 Journal
06.16.10 Journal
Total Sewer Utility Charge
438090 Water Utility Charge
06.16.10 Journal
06.16.10 Journal
06.16,10 Journal
06.16.10 Journal
06.16.10 Journal
Page: 3
Iowa City General Ledger System
Expenditures Detail
FY 2010 Detail Reporting
For the period 06.01.10 to 06.30.10
Report# Source Description Debit
100623190459
008543
057-115-00\SEWER\6.16.10
Bill
Date
8.15
100623190459
008543
057-117-00\SEWER\6.16.10
Bill
Date
48.05
100623190459
008543
057.118-03\SBWBR\6.16.10
Bill
Date
20.12
100623190459
008543
057-120-00\SBWBR\6.16.10
Bill
Date
54.04
130.36
100623190459
008543
057-095-03\WATER\6.16.10
Bill
Date
6.41
100623190459
008543
057-115-00\WATER\6.16.10
Bill
Date
16.47
100623190459
008543
057-117-00\WATBR\6.16.10
Bill
Date
36.31
100623190459
008543
057-118-03\WATBR\6.16.10
Bill
Date
15.38
100623190459
008543
057-120-00\WATER\6.16.10
Bill
Date
40.80
Total Water Utility Charge
438100 Refuse Collection Charges
06.22.10 New Vouch 100623030016 06747490 Check:668964\ALLIED WASTE SRRVICRS\
06.22.10 New Vouch 100623030016 06747490 Check:668964\ALLIED WASTE SERVICES\
Total Refuse Collection Charges
442010 Other Building Repair & Maintenance Ser
06.08.10 New Vouch 100609030010 07400889 Check:668421\JET AIR INC IOW\CLEANI
Total Other Building Repair & Maintenance Servi
442070 Bldg Pest Control Services
06.16.10 New Vouch 100617030051 06747168 Check:668713\HAWREYE PEST CONTROL I
Total Bldg Pest Control Services
443080 Other Equipment Repair & Maintenance Se
06.15.10 New Vouch 100616030016 07401294 Check:668729\JET AIR INC IOW\MONTHL
Total Other Equipment Repair & Maintenance Sery
Credit
------------ ------------
115.37
74.00
25.00
------------ ------------
99.00
500.00
------------ ------------
500.00
33.95
------------------------
33.95
34.71
------------------------
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
06.08.10 New Vouch
Plant Care
100609030010 07400888
Check:668421\JET AIR INC IOW\MOWING
------------
4500.00
------------
Total Nursery Service -Lawn and Plant Care
4500.00
446160 ITS-NetworkJInternet Chargeback
06.01.10 IT Int/Nwk 100601150404 00006031
JUN ITS NETW/INTRNET
------------
30.00
------------
Total ITS-NetworkJInternet Chargeback
30.00
446200 Photocopying Chargeback
9.18
06.01.10 Copier Chg
10062915533E 00600048
MAY PHOTOCOPY CHARGE
------------
------------
Total Photocopying Chargeback
9.18
446220 Phone Service Chargeback
85.66
06.24.10 Qwest Chrg
100624110903 00005032
May Telecom Charges
------------
------------
Total Phone Service Chargeback
85.66
446320 Mail Chargeback
6.65
06.01.10 Mail
100611152557 00600051
MAY POSTAL CHARGES
------------
------------
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
Iowa City General Ledger System
Expenditures Detail
FY 2010 Detail Reporting
For the period 06.01.10 to 06.30.10
Page: 5
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 009537 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, Al
------------
119.94
------------
Total
Plants & Trees
119.94
466070
Other Maintenance Supplies
06.08.10 New Vouch
100609030010 06747079
Check:668427\MENARDS\GRASS SEED, Al
------------
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 Ups
------------
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 Airport Operations
26551.73
TRID: 07.07.10 15:35:21 Method: 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 Reporty Source
-----------------------------------------
7600 Airport (CONTINUED)
560100 Airport Operations (CONTINUED)
490190 Interfund Loan (CONTINUED)
Total Airport
Page: 6
Description Debit Credit
----------------------- ------------ ------------
26551.73
TRID: 01.07.10 15:35:21 Method: 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
----------- ---------------------- --------
7600 Airport (CONTINUED)
560100 Airport Operations (CONTINUED)
490190 Interfund Loan (CONTINUED)
tt' GRAND TOTAL t't
Page: 7
Description Debit Credit
------------------------ ------------ ------------
------------------------
26551.73
TRID: 07.07.10 15:35:32 Method: 4
Trans Date Trans Type
Iowa City General Ledger System
Revenues Detail
FY 2010 Detail Reporting
For the period 06.01.10 to 06.30.10
Report# Source Description
7600 Airport
560100 Airport Operations
382100 Land Rental
06.10.10 Payment 100610093853 00016694 2-4\BELL LARRY & SANDRA\PAYMENT
06.21.10 Misc Pymt 100701125724 70.16\ARMED FORCES RESERVE\MAY 2010
Total Land Rental
382200 Building/Room Rental
06.02.10 Payment
06.02.10 Payment
06.03.10 Payment
06.04.10 Payment
06.07.10 Payment
06.07.10 Payment
06.08.10 Payment
06.08.10 Payment
06.08.10 Payment
06.08.10 Payment
06.08.10 Payment
06.08.10 Payment
06.08.10 Payment
06,08.10 Payment
06.09.10 Payment
06.09.10 Payment
06.09.10 Payment
06,11.10 Payment
06.11.10 Payment
06.11.10 Payment
06.11.10 Payment
06.11.10 Payment
06.11.10 Payment
06.11.10 Payment
06.11.10 Payment
06.11.10 Payment
06.11.10 Payment
Page: 1
Debit Credit
300.00
238.93
------------ ------------
538.93
100602110516
00016619
1-36\BUTLER JOHN\JUN 10\RANGAR #36
168.00
100602110516
00016619
1-36\BUTLER JOHN\JUN 10\HANGAR #37
168.00
100603101811
00016664
2-3\DOWNES & ASSOCIATES\JUN 10\HANG
168.00
100604094553
00016672
2-11\HERTZ CORPORATION\JUN 10\OFFIC
300.00
100607092616
00016594
1-2\FIELD HOWARD\JUN 10\HANGAR #54
168.00
100607112903
00016393
9-1\BULGARELLI ➢AVID\MAY 10\HANGAR
148.00
100608094345
00016420
3-2\FARRIS GREG\MAY 10\HANGAR #29
148.00
100608094345
00016610
1-21\SCHNELL TON\JUN 10\HANGAR #62
174.00
100608094345
00016612
1-23\HALL ROBERT\JUN 10\HANGAR #6
141.00
100608094345
00016612
1-23\HALL ROBERT\JUN 10\HANGAR #12
148.00
10060B094345
00016618
1-18\MASCARI RICE\JUN 10\HANGAR #3
148.00
100608094345
00016657
2-5\OPERATOR PERFORMANCE LAB\JUN 10
4038.00
100608094345
00016657
2-5\OPERATOR PERFORMANCE LAB\JUN 10
168.00
100608094345
00016660
1-19\STEARNAN\JUN 10\HANGAR #47
168.00
100609090308
00016658
2-3\WIECHERT RONALD\JUN 10\HANGAR
192.00
100609113507
00016075
9-2\WHIRLYBIRD HELICOPTERS\APR 10\F
100.00
100609113507
00016412
9.1\WHIRLYBIRD HELICOPTERS\MAY 10\F
100.00
100611093027
00014051
2.7\HINELEY HARRY\SRP 09\HANGAR #3
293.55
100611093027
00014051
2-7\HINRLEY HARRY\SEP 09\HANGAR #1
102.45
100611093027
00014354
2-7\HINRLEY HARRY\OCT 09\HANGAR #3
404.00
100611093027
00014354
2.7\HINRLEY HARRY\OCT 09\HANGAR #1
141.00
100611093027
00014609
2-7\HINELEY HARRY\NOV 09\HANGAR #3
404.00
100611093027
00014609
2-7\HINELEY HARRY\NOV 09\HANGAR #1
141.00
100611093027
00014962
2-7\HINELEY HARRY\DEC 09\HANGAR #3
404.00
100611093027
00014962
2-7\HINRLEY HARRY\DEC 09\HANGAR #1
141.00
100611093027
00015166
2-7\HINELEY HARRY\JAN 10\HANGAR #3
404.00
100611093027
00015166
2-7\HINELEY HARRY\JAN 10\HANGAR #1
141.00
TRID: 07.07.10 15:35:32 Method: 4
Trans Date Trans Type
----------- ----------
Iowa City General Ledger System
Revenues Detail
FY 2010 Detail Reporting
For the period 06.01.10 to 06.30.10
Report$ Source Description
----------------- -----------------------
Page: 2
Debit Credit
------------------------------
7600 Airport (CONTINUED)
560100 Airport Operations
(CONTINUED)
382200 Building/Room
Rental (CONTINUED)
06.11.10
Payment
100611093027
00015416
2-7\RINKLEY 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
00015699
2-7\HINKLBY HARRY\MAR 10\HANGAR 13
404.00
06.11.10
Payment
100611093027
00015698
2-7\HINKLBY HARRY\MAR 10\HANGAR 91
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\HINKLBY 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\JUN 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 FORRBST\JUN 10\HANGAR #
148.00
06.15.10
Payment
100615091549
00016622
2-16\FULL JBRRY\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\YELDBR ROY\JUN 10\HANGAR 918
148.00
06.17.10
Payment
100617090253
00016666
3-3\FLANAGAN JAMBS\JUN 10\HANGAR #
168.00
06.18.10
Payment
100618092245
00016662
2-1\SAPPHIRE VISTAS LLC\JUN 10\HANG
148.00
06.18.10
Payment
100610092245
00016706
2-23\ROAR 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\JDN 10\HANGAR #5
168.00
06.18.10
Payment
100623110036
00016652
89-13\GURNETT DON\JDN 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
06.10.10
Payment
100623110036
00016699
89-20\CORN GARY\JUN 10\HANGAR #22
148.00
06.18.10
Payment
100623110036
00016704
89-22\MEADS JAMBS 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
06.22,10
Rental (CONTINUED)
Payment 100622092921
00016653
2-4\ROOF
KBITH\JUN 10\HANGAR #32
615.00
06.22.10
Payment
100622032921
00016653
2-4\ROOF
REITH\JUN 10\COMMERCIAL B
200.00
300
06,22.10
Payment
100622092921
00016654
2-11\JET
AIR INC\JUN 10\BUILDINGS D
174.00
174.
06.22.10
Payment
100622092921
00016671
2-11\JET
AIR\JUN 10\HANGAR #60
174.00
06.22.10
Payment
100622092921
00016671
00016063
2-11\JBT
2-12\HARTWIG
AIR\JUN 10\HANGAR #59
RANDY\APR 10\HANGAR #
06.23.10
06.23.10
Payment
Payment
100623101158
100623101158
00016628
2-11\NB
IA PHYS THERPY ASSOC\JUN 10
198.00
06.24.10
Payment
100624093408
00016626
1-5\LACINA
DAVB\JUN 10\HANGAR #57
198.00
21221.00
Total Building/Room
Rental
384900 Other Commissions
06.17.10 Misc Pymt
100617090259
2-5\WESTERN PETROLEUM CO\GAS COMMIS
1800.50
1800.50
Total Other Commissions
393120 General Levy
06.30.10
Journal
100623190459
008533
Airport
Prop Tx Supp\Jun Budgeted 0
10000.00
00
Total General Levy
------------
-------------- ---
33560.43
Total Airport Operations
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 +++ 33560.43
------------------------
------------ ------------
PKG_DETL: 07.07.10 15:59
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
-
---------------------------------------------------
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
7600 560100 431020 Court Costs & Svcs
7600 560100 432020 Annual Audit
7600 560100 435057 Couriers
7600 560100 435060 Legal Publications
7600 560100 436030 Transportation
7600 560100 436050 Registration
9,398
180
527
28
44
600 See attached form.
345 See attached form.
7600 560100 560100 436060 Lodging 500 See attached form.
Notes
----------
Page: 1
PKG_DETL: 07.07.10
IN, SP1, TRO; SC
7600 560100 436080 Meals
15:59
0,800, 600,0;
GROUP:
PACKAGE:
PRIORITY:
7600 560100 437010 Comp Liability Ins
2011 BUDGET DETAIL
PA 200,30, EA 600,65;
560100 Airport Operations
Base Package
200 See attached form.
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
7600 560100 438070 Heating Fuel/Gas
7600 560100 438080 Sewer Utility Charge
7600 560100 438090 Water Utility Charge
7600 560100 438100 Refuse Coll Charges
7600 560100 438110 Local Phone Service
7600 560100 438120 Long Distance Servic
Total Prof/Technical Svcs
7600 560100 442010 Other Bldg R & M Svc
7600 560100 442020 Structure R & M Svcs
7600 560100 442030 Heating Equip R & M
7600 560100 442040 Cooling Equip R & M
7600 560100 442060 Elect & Plumb R & M
7600 560100 442070 Bldg Pest Control
7600 560100 445030 Nursery -Lawn & Plant
7600 560100 445080 Snow & Ice Removal
7600 560100 445110 Testing Services
7600 560100 445140 outside Printing
7600 560100 446100 City Attorney Chgbk
7600 560100 446130 ITS-PC/Periph Supp
7600 560100 446140 ITS-Cmptr Repl Chgbk
7600 560100 446160 ITS-NW/Internet Chg
7600 560100 446200 Photocopying Chgbk
7600 560100 446220 Phone Svc Chgbk
7600 560100 446300 Phone Equip/Line Chg
7600 560100 446320 Mail Chgbk
7600 560100 446350 City Vehicle Repl
7600 560100 446360 City Vehicle Rental
7600 560100 446370 Fuel Chgbk
7600 560100 446380 Vehicle Rep & Maint
15,074
11,581
1,925
1,736
1,197
454
55
71,142
10,000 Average of money spent.
5,000 Average of money spent.
500
500
50o No justification provided.
437
27,300 JA contract
27,000 JA Agreement
1,280
166
6,360
400
467
360
512
618
1,000
495
14,176
644
7,000
Less fuel driven costs.
6,000 More maintenance by City shop.
7600 560100 446390 Auto Body Repair 109
Page: 2
PKG_DETL: 07.07.10 15:59
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
7600 560100 449060 Dues & Memberships
7600 560100 449120 Equipment Rental
7600 560100 449140 Tools Rental
7600 560100 449360 Interest Expense
Total Repair & Maintenance
7600 560100 452010 Office Supplies
7600 560100 452030 Minor Off Equip/Furn
7600 560100 452040 Sanita & Indust Supp
7600 560100 454010 Reference Mat & Book
7600 560100 454020 Subscriptions
7600 560100 455120 Misc Comp Hardware
Total Office/EDP Supplies
7600 560100 461030 Plants & Trees
7600 560100 461040 Other Ag Chemicals
7600 560100 463200 Other Chem & Supplie
7600 560100 465060 Lubricants
7600 560100 466030 Paint Supplies
7600 560100 466040 Plumbing Supplies
7600 560100 466050 Electrical Supplies
7600 560100 466060 Other Construc Suppl
7600 560100 466070 Other Maint Supplies
7600 560100 467020 Equip R & M Supplies
1600 560100 467160 Oth Veh R&M Supplies
7600 560100 468020 Concrete
7600 560100 468030 Asphalt
7600 560100 468050 Sand
7600 560100 469040 Traffic Ctrl Improve
7600 560100 469190 Minor Equipment
7600 560100 469260 Fire Ext & Refills
7600 560100 469320 Misc Supplies
Total Operating/Maint Supp
7600 560100 473020 Non -Contracted Impro
7600 560100 490150 Operating Subsidy
7600 560100 490190 IntrFund Loan
Total Other Financial Uses
Amount Notes
------------ ----------- ---------------------
625
213
250
60,060
171,972
850
500
6,533 JA Cleaning
17
2,507 Wx & Mag/Books
419
10,826
500 New Plants / Trees
1,500 Vegetation Control
327
138
25
25
742
288
288
149
376
243
273
50
1,500
Signs/Markers/Paint
674
108
500 No justification provided.
------------
7,706
35,000
10,219
42,090
------------
52,309
Page: 3
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
FTB Funding - Transfers Between Funds
Budgeted in General Fund for Employee
Benefits
Econ Dev Coord, funding split w/ Enterprise Funds:
50/20120/10 - 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