HomeMy WebLinkAbout01-18-2024 Airport CommissionIOWA CITY AIRPORT COMMISSION
MEETING AGENDA
AIRPORT TERMINAL BUILDING
1801 S. RIVERSIDE DRIVE
IOWA CITY, IOWA
THURSDAY, JANUARY 18, 2024 - 5:00 P.M.
1. Determine Quorum 1 min*
2. Approval of Minutes from the following meetings: 2 min
December 14, 2023
3. Public Comment - Items not on the agenda 5 min
4. Items for Discussion / Action
a.
Unhoused encampments (Stevens Drive/Sturgis Ferry)
10 min
b.
Airport Construction Projects:
20 min
i. FAA grant projects
1. Runway 25 Threshold Relocation
a. Consider a resolution accepting project as complete. (A24-01)
2. Runway 12/30 Displaced Threshold/Relocation
3. Terminal Area Study
4. Solar Power Project
a. Consider a resolution approving agreement with WIT for design, bid, and
construction support services (A24-02)
ii. Iowa DOT grant projects
1. FY23 Program
a. Terminal Building Improvements
c.
Airport "Operations"
45 min
i. Budget
ii. Management
1. OPL Request for fencing installation
a. Consider a resolution approving contract amendment. (A24-03)
2. Airport Manager Job Description Update
iii. Events
d.
FBO / Flight Training Reports
10 min
i. Jet Air
e.
Commission Members' Reports
2 min
f.
Staff Report
2 min
5. Set next regular meeting for February 8, 2024
6. Adjourn
*The times listed in the agenda are the anticipated duration of that particular agenda item. The actual
discussion may take more or less time than anticipated.
if you will need disability -related accommodations in order to participate in this program/event, please
contact Michael Tharp, Airport Manager, at 319-356-5045 or at michael-tharp @iowa-city.org. Early
requests are strongly encouraged to allow sufficient time to meet your access needs.
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 2 of 117
MINUTES
IOWA CITY AIRPORT COMMISSION
December 14, 2023 — 6:00 P.M.
AIRPORT TERMINAL BUILDING
DRAFT
Members Present: Judy Pfohl, Chris Lawrence, Hellecktra Orozco, Warren Bishop, Ryan
Story
Members Absent:
Staff Present: Michael Tharp, Jennifer Schwickerath,
Others Present: Carl Byers (via zoom), Minnetta Gardinier
RECOMMENDATIONS TO COUNCIL:
None
DETERMINE QUORUM
A quorum was determined at 6:01 pm and Orozco called the meeting to order.
APPROVAL OF MINUTES
Lawrence moved to accept the minutes of November 15, 2023, seconded by Pfohl. Motion
carried 5-0
PUBLIC COMMENT - None
ITEMS FOR DISCUSSION / ACTION
a. Unhoused encampments (Stevens Drive/Sturgis Ferry) — Tharp stated they had
filed the eviction notices and that a court hearing was scheduled for Monday. Tharp
noted that the last count had around 5 people remaining in the area. Orozco asked
about the cleanup schedule to which Schwickerath responded.
b. Airport Construction Projects:
i. FAA grant projects
1. Runway 25 Threshold Relocation — Tharp stated they were
working on some final paperwork and were not ready to accept it as
complete. Lawrence asked about the lighting, and Tharp noted that
all lights associated with the project were installed.
a. Consider a resolution accepting project as complete no
action
2. Runway 12/30 Displaced Threshold/Relocation — Tharp stated
this was waiting for the new year.
3. Terminal Area Study — Tharp noted they were finishing the
revisions after the FAA review of the study draft.
4. Solar Power Project — Tharp stated that they were working on the
scope of services agreement with CMT and that they had 2 options
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 3 of 117
Airport Commission
December 14, 2023
Page 2 of 4
for moving forward. One would have bids opening in May and other
could speed up the process with a special meeting in February.
Tharp stated that this would be a short meeting to set a public
hearing for the next regular meeting in March. Members discussed
the scheduling and chose by consensus to use the accelerated
schedule.
5. FAA FY24 AIP Pre -Application- Tharp stated that they had
submitted the draft to the FAA and the only comments they received
were regarding the terminal building program and if the grant didn't
come through they'd need to slide the project. Gardinier asked
about the plans to replace the terminal building to which members
responded. Gardinier asked if another location for the terminal had
been considered. Tharp stated the plan called for the demolition of
the existing building to be replaced by something in approximately
the same area. Byers noted that if they got the money for the
planning grant, then some of the subjects that were discussed could
be further reviewed. Tharp stated that if the Commission agreed
with the plan, he would submit it. Members agreed by consensus.
ii. Iowa DOT grant projects
1. FY23 Program
a. Terminal Building Improvements —Tharp stated they were
waiting for the contractor to get their supplies.
iii. Airport/Locally Funded Projects — none
iv. Future Projects — none
c. Airport "Operations"
i. Budget —Tharp stated that they had received the check from the Community
Foundation to pay for the art mural project. Tharp noted that this had brought
their fund balance back into the positive. Tharp stated they still need a
couple of good years with major surpluses to bring the fund balance up to a
comfortable level.
ii. Management-
1. OPL Request for fencing installation —Tharp stated they received
a request from OPL for some additional fencing around their facility.
Tharp stated that request wouldn't impact the solar project or other
activities at the airport. Tharp stated that if they were amenable to
to the plan, he would create a contract amendment for the
Commission to formally approve.
2. Strategic Plan End of Year Review — Tharp stated that for the plan
having only been out there for 6 months, they've already done some
pretty good things. Tharp stated that as far as community events
they hosted Summer of the Arts Movie Night, the Climate Fest
movie, had an open house for the art mural. Tharp stated that he
had an invitation to talk with a university coffee club about the
airport. Tharp then discussed the 21d goal from the plan and stated
that they had constructed the south taxilane extension for future
hangars. The 3r1 goal Continue to develop funding mechanisms for
airport operations, improvements, and maintenance. Tharp noted
that they recently updated the fuel flowage fees, and had the
successful fundraising campaign for the art mural. Tharp noted the
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 4 of 117
Airport Commission
December 14, 2023
Page 3 of 4
solar power project intended to reduce the airport's utility costs
Tharp stated the final goal was to 'sustain strong communication
and collaboration with the City Council, City Administration, and
other City Departments. Tharp noted they had presented the
strategic plan to Council. The Public Art Advisory Committee had
helped with the art mural project. Tharp also noted that Streets and
Public Works were very involved in helping with the encampment
cleanups. Lawrence stated his desire was for the Commission to
fulfill the goal of attending Council meetings. Gardinier asked about
a trail along Riverside drive and members discussed things they've
done trying to advocate for the trail.
3. T-Hangar Improvements — Tharp stated he wanted to follow up on
comment from Story last meeting and give Commission members a
chance to brainstorm what ideas they might have in terms of making
the hangars have a better value for the price tenants pay. Story said
his comments revolved around access and usage of the hangars
and doing additional work in regards to maintenance of the hangars
especially on the north side. Lawrence asked about the tracking
system that Tharp had set up and Tharp responded that it was
working as planned. Members discussed increasing maintenance
work and being more pro -active on maintenance items instead of
reactive. Tharp noted that they could increase the communication
as well and remind tenants that they should be reporting items that
need attention. Pfohl suggested sending a letter to tenants and
reminding them of the maintenance details.
iii. Events — Tharp stated that as the events for 2024 were scheduled the list
would be repopulated
d. FBO / Flight Training Reports
I. Jet Air — Tharp noted that Wolford wasn't in attendance due to some sick
family. Tharp stated he didn't have a lot of info from Matt. Orozco asked
about when they were purchasing the broom, and Tharp responded that
would be next summer with the next year's budget.
e. Commission Members' Reports —none
Staff Report — Tharp noted he would be out of the office the last week of December.
SET NEXT REGULAR MEETING — Members set the next meeting for January 1111, 2024 at
6:OOpm. Story stated that he would not be able to attend the next meeting.
ADJOURN
Pfohl moved to adjourn, seconded by Lawrence. Motion carried 5-0. Meeting adjourned at
6:55pm.
CHAIRPERSON DATE
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 5 of 117
Airport Commission
December 14, 2023
Page 4 of 4
Airport Commission
ATTENDANCE RECORD
2022-2023
TERM
CD
0
0
0
w
0
0
0
0
of
0
0
0
O
0o
cc
O
to
O
{O
C
W
O
N
co
O
co
+
CDA
+
t0
N
i
A
NAME
EXP.
N
N
ro
N
N
N
N
N
N
N
N
N
N
N
N
N
W
W
W
W
W
W
W
W
W
W
W
W
W
W
Warren
06/30/26
Bishop
X
X
X
X
X
X
X
X
X
X
X
X
O/E
X
X
Scott Clair
06/30/23
X
X
X
X
X
O/E
O/E
X/E
O/E
Not a member
Christopher
06/30/25
X
X
O/E
X
O/E
X
X
X
X
X
X
X
X
X
X
Lawrence
Hellecktra
06/30/24
X
X
X
XIE
O/E
O/E
O/E
X
X
X
X
X
X
X
X
Orozco
Judy Pfohl
06/30/26
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
Ryan Story
06/30/27
Not a member
X
O/E
X
O/E
X
X
Key:
X = Present
X/E = Present for Part of Meeting
O = Absent
O/E = Absent/Excused
NM = Not a Member at this time
X/S = Present for subcommittee meeting
O/S = Absent, not a member of the subcommittee
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 6 of 117
Prepared by: Michael Tharp, Airport Manager, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045
Resolution number
Resolution accepting the work for the Runway 25 Threshold
relocation, runway 7/25 remarking, and relighting
Whereas, the Airport's consultant, Bolton & Menk has reported that the work associated with
this project has been completed by Neumiller Electric, Inc. of Tiffin Iowa, and has recommended
that the work be accepted as complete, and
Whereas, the final contract price is $447,767.90, which is established from the original contract
cost of $476,553.90 an increase $23,378.20 from change order #1 and a reduction of
$52,164.20 from Change Order #2 to reflect final quantities of materials used in the project.
Now, therefore, be it resolved by the Iowa City Airport Commission:
1. Said improvements are hereby accepted by the Iowa City Airport Commission.
Passed and approved this day of 2024.
Chairperson
Secretary
It was moved by and seconded by
adopted, and upon roll call there were:
Approved by
City Attorney's Office
Ayes Nays Absent
the Resolution be
Bishop
Lawrence
Orozco
Pfohl
Story
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024
Page 7 of 117
CERTIFICATE OF FINAL COMPLETION
To: Iowa City Airport Commission
Iowa City Airport
1801 Riverside Drive
Iowa City, Iowa 52246
Date: 1/11/2024
Project: Runway 7/25 Threshold Relocation
Iowa City Municipal Airport
FAA AI P Number: 3-19-0047-030-2021
BMI Number: T51.122513
A final inspection of the above -referenced project was completed on Thursday. October 27th, 2022. At
that time, a punchlist was developed and forwarded to attendees and the Contractor. Items remaining
were minor or involved completion of electrical items which were awaiting delivery, so didn't prohibit use
of the runway with the relocated threshold. For that reason, Substantial Completion was established as
of October 27, 2022.
Completion of punchlist items continued through the 2023 construction season and was completed in late
fall of 2023 upon delivery of remaining lights. Therefore, Bolton & Menk recommends the Iowa City
Airport Commission formally accept the project as Complete, with Final Completion as of December 15,
2023, pending Commission acceptance.
The final change order reconciling quantities and establishing the exact final cost has been completed,
with a final cost of $447,767.90, which is approximately 6.04% below the original contract value of
$476,553.90. Major cost adjustments were changes to the FAA -owned PAPI system requested by the FAA
and re -use of existing electrical conduits.
We are currently working with the Contractor to finalize all documentation required to formally close this
project out with the FAA. Punchlist items have been completed, so when all documentation has been
received from the Contractor and the required 30-day waiting period has passed, we will recommend
release of retainage and the project warranty period will also begin.
Bolton & Menk, Inc.
BY: �ekl Qa^
Carl L. Byers, P.E.
TITLE: Project Manager
ACCEPTANCE OF FINAL COMPLETION
The Iowa City Airport Commission formally accepts the project noted above as FINALLY COMPLETE as of
the 15th day of December, 2023.
BY:
TITLE: Chair, Iowa City Airport Commission
Iowa City Airport Commission FINAL COMPLETION
Runway 7/25 Threshold Relocation—T51.122513
H:\IACYIA\T51122513\9_Closeout\2024-01-11- Certificate of Final Completion.docx
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 8 of 117
Prepared by: Michael Tharp, Airport Manager, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045
Resolution number
Resolution approving services agreement with Crawford,
Murphy & Tilly, Inc. for professional services related to "Airside
Ground Mount Solar Array" improvements.
Whereas, the Iowa City Airport Commission issued a Request for Qualifications for engineering
services relating to the installation of solar panels at the Iowa City Municipal Airport, and
Whereas, Crawford, Murphy & Tilly Inc. was selected from the responses at the meeting on
December 8, 2022 to provide the above services, and
Whereas, the Commission and Crawford, Murphy & Tilly, Inc., now desire to enter into a scope
of services agreement, a copy of which is attached, and
Whereas, it is in the best interest of the Commission to enter into the associated agreement.
Now, Therefore, be it resolved by the Airport Commission of the City of Iowa City:
1. The Chairperson is authorized to sign and the Secretary to attest to the attached
agreement upon direction of counsel.
Passed and approved this day of 2024
Chairperson
Attest:
Secretary
It was moved by and seconded by
adopted, and upon roll call there were:
Approved by
y Attorney's Office
Ayes Nays Absent
the Resolution be
Bishop
Lawrence
Orozco
Pfohl
Story
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 9 of 117
PROFESSIONAL SERVICES AGREEMENT
BETWEEN
IOWA CITY MUNICPAL AIRPORT
AND
CRAWFORD, MURPHY, AND TILLY, INC.
FOR
CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
AIP Proj. # 3-19-0047-OXX-2024
PRELIMINARY
X DESIGN
X CONSTRUCTION
X SPECIAL SERVICES
THIS AGREEMENT made and entered into this day of
, 20 by and between the IOWA CITY AIRPORT
COMMISSION, whose address is 1801 S. Riverside Drive, Iowa City, Iowa, 52246, hereinafter referred to
as "AIRPORT' and CRAWFORD, MURPHY AND TILLY, INC. (CMT), Consulting Engineers, whose
address is 2750 West Washington, Springfield, Illinois 62702, hereinafter referred to as "CONSULTANT'.
WHEREAS, AIRPORT requires professional services of CONSULTANT to provide necessary
engineering and related services for the project e', design, bidding, and construction
supervision for Construct Airside Ground Mount Solar Array, hereinafter referred to as "Project"; and,
WHEREAS, CONSULTANT has agreed to provide the requested professional services; and,
WHEREAS, The Iowa City Airport Commission selected Crawford, Murphy and Tilly, Inc. during
the December 8th, 2022, Commissioner's meeting for the scope of work included in this project and,
WHEREAS, CONSULTANT was selected by AIRPORT in accordance with the requirements of
Federal Regulation 49 CFR Part 18.
NOW, THEREFORE, in consideration of the covenants and agreement hereinafter set forth, the
parties agree as follows:
ARTICLE 1. SCOPE OF SERVICES
1.1 CONSULTANT, in consideration of the payment on the part of AIRPORT, agrees to furnish and
perform the engineering services required for the preparation of Project.
1.2 CONSULTANT will provide all civil, electrical, structural, and geotechnical services required to
prepare construction plans, contract documents, technical specifications and associated services
for Project as detailed in the Estimate of Effort and Scope of Work.
1.3 Project Development and Formulation (Preliminary) Phase Services — NOT IN THIS CONTRACT
K%lmaCityA 3006285-00_Amide olarAnay\_ProjManWgreement\DPS&CPS\Draft IOW - Solar Project- DPS,SS. & CPSAgreemenLtloc Page 1
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 10 of 117
1.4 Basic Design Phase Services
This phase shall include all activities required to accomplish a complete project design including:
1.4.1 Perform topographic surveys of proposed construction areas as required for design.
1.4.2 Perform soils and subsurface testing and investigations of proposed construction areas
as required for design.
1.4.3 Prepare preliminary plans, specifications, contract documents, and opinions of probable
construction cost, to be approved by the AIRPORT, FAA and the State (when applicable).
1.4.4 Prepare and submit final plans, specifications and contract documents for approval by the
AIRPORT, FAA and the State (when applicable) prior to advertising for bids.
1.4.5 Prepare a Design Report, including opinions of construction quantities and construction
costs. The report will be submitted at the required intervals to the AIRPORT, FAA and
the State (when applicable).
1.4.6 Coordinate the establishment of bid proposals into schedules to allow flexibility of award
to match the funds available.
1.4.7 Provide complete sets of approved plans, specifications and contract documents for the
bidding of the project. Materials will meet the requirements of Section 508 Electronic
Information Technology compliance where applicable.
1.4.8 The CONSULTANT agrees to submit plans, specifications, contract documents and cost
estimates per the anticipated project milestones presented below. The CONSULTANT
will endeavor to adhere to the schedule. The FAA and the AIRPORT will be provided with
an opportunity to review and comment on the 30% Engineering Design Report and the
90% Plans and Specifications submittal.
K:lmaCityA 3008285-00_AmideolarMay\_ProjManWgreement\DPS&CPS%DmftIOW- Solar Project- Des, SS. & CPS Agreement doc Paget
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 11 of 117
Anticipated project milestones:
• 30% Submittal — February 2, 2024
• 90% Submittal — February 23, 2024
• Final Submittal — March 12, 2024
• Letting Date — April 8, 2024
1.5 Construction Phase Services
This phase shall consist of the following:
1.5.1 The CONSULTANT shall provide construction observation including the furnishing of a
Resident Project Representative and sufficient qualified inspection and survey personnel
for the purpose of observing the progress and quality of work performed by the
Contractor(s) as detailed Attachment A General Scope of Services and Attachments C
through C-3. The CONSULTANT will endeavor to provide protection for the AIRPORT
against defects and deficiencies in the work of Contractor(s), but the furnishing of such
resident project representation will not make the CONSULTANT responsible for
construction means, methods, techniques, sequences of procedures or for safety
precautions or programs, or for Contractor(s)' failure to perform the work in accordance
with the Contract documents.
1.5.2 The CONSULTANT shall perform verification of testing as necessary in accordance with
the requirements of the Federal Aviation Administration, in the field and the laboratory, as
required, in proper time and in sufficient number to assist in documenting that
construction is in accordance with the plans and specifications. Copies in all test reports
will be made available to the AIRPORT and the FAA as required. For tests taken by the
CONSULTANT, copies of the test reports shall be attached to the Weekly Reports
submitted to the AIRPORT and FAA
1.5.3 The CONSULTANT shall observe tests taken by the Contractor as necessary to meet the
requirements of the Federal Aviation Administration, in the field and the laboratory, as
required, in proper time and in sufficient number to assist in documenting that
construction is in accordance with the plans and specifications. For tests taken by the
Contractor, copies of those test reports shall be submitted to the AIRPORT and FAA (if
requested).
1.5.4 The CONSULTANT shall act as the AIRPORT's agent during construction and shall
endeavor to protect the AIRPORT's interest. The CONSULTANT will furnish the
AIRPORT a weekly construction progress and inspection report.
1.5.5 The CONSULTANT shall prepare all addition and deletion change orders and
supplemental agreements as required. After acceptance of the Construction Change
Orders by the Contractor, copies will be submitted to the AIRPORT and the FAA for
approval and signature before proceeding with the work
1.5.6 The CONSULTANT shall review periodic progress estimates submitted by the Contractor
during the construction of the project and shall review the final estimate when the work is
completed. Periodic progress estimates shall be submitted regularly to the AIRPORT for
concurrence and submittal to the FAA for federal participation payments. The
CONSULTANT will assist in the preparation of Federal payment requests.
1.5.7 The CONSULTANT shall review shop drawings and construction submittals, and prepare
and maintain necessary records of construction progress.
K:lmaCityA 3008285-00_AimideolarMay\_ProjManWgreement\DPS&CPS%DmftIOW- Solar Project- Des, SS. & CPS Agreement doc Page
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024
Page 12 of 117
1.6
1.5.8 When the project has been completed and is ready for final acceptance, the
CONSULTANT shall arrange for inspection of the finished work by the FAA, the
AIRPORT, the Contractor and the CONSULTANT following which the final payment
estimate for the work shall be considered by the AIRPORT.
1.5.9 Upon acceptance of the project, the CONSULTANT shall prepare the record drawings,
the construction engineering report, and shall provide the AIRPORT with one (1) set of
reproducible record drawings.
1.5.10 The CONSULTANT shall conduct labor wage rate interviews and document the
interviews using GSA Form 1445.
The CONSULTANT shall provide personnel meeting the requirements of Attachment F — FAA
Central Region Standards for Construction Observation.
This contract assumes the project will take 35 Calendar Days or less to construct. The
CONSULTANT will provide a full-time and/or part-time onsite representative as outlined in
Attachment A General Scope of Services or as required by the AIRPORT. CONSULTANT's
representation may be a sub -CONSULTANT retained to provide construction observation
services per request of the AIRPORT. Attachment C provides a breakdown of estimated costs.
Attachments C-1 through C-3 are a breakdown by task and direct expenses. If this time is
exceeded due to the Contractor working extra hours or contract time extending longer than
anticipated, and the delays are not caused by the CONSULTANT, the CONSULTANT shall, with
the approval of the AIRPORT and FAA, be reimbursed for these additional services at a mutually
acceptable fee negotiated at the time all pertinent circumstances are known.
Special Services Phase
The development of some projects may involve services, activities or studies outside of the basic
design phase services routinely performed by the CONSULTANT; those activities for this Project
include:
1.6.1 Spec al (non routine) so 1 nvest gat ons, destruct VP and non ripstruGfive testing, nGluding
pavement sampling, laboratory test related al s and reports.
.a Land �o --a.nd-phetograrnmetry-surveysand-topegraph:G maps.
1.6.3 c....Gial drainage,eRViFE)RFnental stud e and analyses.
1.6.4 PF(BpaFatio Of P eFty FAaps .tabs updates.
1.6.6 Expert Witness: Provide assistance, as required and requested, to the AIRPORT, as an
expert witness in litigation arising from the development or construction associated with
the project.
1.6.7 Bidding Phase Services including: Assist the AIRPORT with the preparation of bid
documents and contracts, advertisement, distribution, opening and review of bid
documents, contract award, preparation and execution of contract documents and grant
application.
K:lmaCityA 3008285-00_AmideolarMay\_ProjManWgreement\DPS&CPS%DmftIOW- Solar Project- Des, SS. & CPS Agreement doc Page
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 13 of 117
ARTICLE 2. CHANGE IN SCOPE
It is mutually agreed that any change in the scope of Project as outlined in Article 1, by AIRPORT or the
Federal Aviation Administration (FAA), resulting in extra expense to CONSULTANT, will be considered
beyond the normal scope of this Agreement. In addition to the foregoing services, AIRPORT may require
additional services such as property surveys, descriptions of land, easements, redesign, or major
changes of the concept after plans or concepts have been approved by AIRPORT or FAA. Payment to
CONSULTANT for such work, because of the change of scope of Project, will be negotiated at the time of
the anticipated change and will be mutually agreed to by execution of an amendment to this Agreement.
ARTICLE 3. COMPENSATION
3.2 Compensation for services in this Agreement for Engineering Services — Design Phase Services
will be on a cost plus fixed fee basis with the fixed fee being $9,470.00 and the total amount not
to exceed $81,700.00 without a modification to this Agreement. The estimated cost for
CONSULTANT's services for this part of Project is shown as Attachments B, B-1, B-2 and B-3.
For all work under this Paragraph, CONSULTANT will submit monthly statements to AIRPORT
for all payroll costs and other expenses incurred on Project and will include a pro-rata share of
the fixed fee in proportion of the statement amount to the not to exceed amount. Sub -Consultants'
compensation will be at the hourly rates and direct expense rates stated in their respective
proposals. Sub -Consultants will submit monthly statements to CONSULTANT for inclusion in
CONSULTANT's monthly statement to AIRPORT. AIRPORT will make payment monthly to
CONSULTANT based on the aforementioned statement. Said compensation will be for all labor,
fixed fee, and other expenses incurred by CONSULTANT and Sub -Consultants. CONSULTANT
will then make payment to Sub -Consultant of the amount indicated in the statement. Upon final
completion and acceptance of Project, any remaining portion of the fixed fee will be included on
the final statement from CONSULTANT.
3.3 Compensation for services in this Agreement for Engineering Services — Construction Phase
Services will be on a cost plus fixed fee basis with the fixed fee being $6,370.00 and the total
amount not to exceed $50,400.00 without a modification to this Agreement. The estimated cost
for CONSULTANT's services for this part of Project is shown as Attachments C, C-1, C-2 and C-
3. For all work under this Paragraph, CONSULTANT will submit monthly statements to AIRPORT
for all payroll costs and other expenses incurred on Project and will include a pro-rata share of
K:lmaCityA 3008285-00_AmideolarMay\_ProjManWgreement\DPS&CPS%DmftIOW- Solar Project- Des, SS. & CPS Agreement doc Page
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 14 of 117
the fixed fee in proportion of the statement amount to the not to exceed amount. Sub -Consultants'
compensation will be at the hourly rates and direct expense rates stated in their respective
proposals. Sub -Consultants will submit monthly statements to CONSULTANT for inclusion in
CONSULTANT's monthly statement to AIRPORT. AIRPORT will make payment monthly to
CONSULTANT based on the aforementioned statement. Said compensation will be for all labor,
fixed fee, and other expenses incurred by CONSULTANT and Sub -Consultants. CONSULTANT
will then make payment to Sub -Consultant of the amount indicated in the statement. Upon final
completion and acceptance of Project, any remaining portion of the fixed fee will be included on
the final statement from CONSULTANT.
3.4 Compensation for services in this Agreement for Engineering Services — Special Services Phase
will be on a cost plus fixed fee basis with the fixed fee being $1,920.00 and the total amount not
to exceed $14,900.00 without a modification to this Agreement. The estimated cost for
CONSULTANT's services for this part of Project is shown as Attachments D, D-1, D-2 and D-3.
For all work under this Paragraph, CONSULTANT will submit monthly statements to AIRPORT
for all payroll costs and other expenses incurred on Project and will include a pro-rata share of
the fixed fee in proportion of the statement amount to the not to exceed amount. Sub -Consultants'
compensation will be at the hourly rates and direct expense rates stated in their respective
proposals. Sub -Consultants will submit monthly statements to CONSULTANT for inclusion in
CONSULTANT's monthly statement to AIRPORT. AIRPORT will make payment monthly to
CONSULTANT based on the aforementioned statement. Said compensation will be for all labor,
fixed fee, and other expenses incurred by CONSULTANT and Sub -Consultants. CONSULTANT
will then make payment to Sub -Consultant of the amount indicated in the statement. Upon final
completion and acceptance of Project, any remaining portion of the fixed fee will be included on
the final statement from CONSULTANT.
3.5 Payments will be made to CONSULTANT by AIRPORT within sixty (60) days of receipt of proper
billing. Invoices which are not paid within sixty (60) days of receipt of proper billing will bear
interest at the rate of one and one-half percent (1'/2%) for each month or fraction thereof from the
date sixty (60) days after receipt of proper billing to time of payment except when payment delays
are beyond the control of AIRPORT.
ARTICLE 4. CONSULTANT RESPONSIBILITIES
4.1 CONSULTANT will act as AIRPORT's agent and will endeavor to protect AIRPORT's interest.
4.2 CONSULTANT will ensure that all employees working on Project are and will remain properly
licensed, registered, and/or otherwise authorized as required by any federal, state, or municipal
law, to perform the services under this Agreement.
ARTICLE 5. AIRPORT RESPONSIBILITIES
5.1 AIRPORT will make available to CONSULTANT all technical data that is in AIRPORT's
possession including maps, surveys, property descriptions, borings, or other information required
by CONSULTANT and relating to his work.
5.2 AIRPORT agrees to cooperate with CONSULTANT in the approval of all plans and specifications,
or should they disapprove of any part of said plans and specifications, will make a timely decision
in order that no undue expense will be caused CONSULTANT because of lack of decisions. If
CONSULTANT is caused to incur expenses such as additional design drafting, due to changes
ordered by AIRPORT after the completion and approval of the plans and specifications,
CONSULTANT will be equitably paid for such extra expenses and services.
5.3 AIRPORT will pay publishing costs for advertisements of notices, public hearings, requests for
bids, and other similar items and will pay for all permits and licenses that may be required by
K:lmaCityA 3008285-00_AimideolarMay\_ProjManWgreement\DPS&CPS%DmftIOW- Solar Project- Des, SS. & CPS Agreement doc Page
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 15 of 117
local, state, or federal authorities, and will secure, with the assistance of CONSULTANT when
requested, necessary land, easements, and rights -of -way required for Project.
ARTICLE 6. OPINION OF PROBABLE CONSTRUCTION COST
An opinion of probable construction cost prepared by CONSULTANT represents judgment as a design
professional and is supplied for AIRPORTs guidance. Since CONSULTANT has no control over the cast
of labor and material, or over competitive bidding or market conditions, CONSULTANT does not
guarantee the accuracy of its opinion as compared to contractor bids or actual cost to AIRPORT.
ARTICLE 7. NOTICE TO PROCEED
It is further mutually agreed by the parties hereto that CONSULTANT will proceed to furnish engineering
services on any phase of the Agreement under the terms heretofore provided in this Agreement, after the
Notice to Proceed has been given in writing by AIRPORT. CONSULTANT agrees to perform said
services and work to carry out the provisions of the Agreement in a good and workmanlike manner.
ARTICLE 8. FEDERAL AVIATION ADMINISTRATION (FAA) APPROVAL
This Agreement is subject to the approval of the Federal Aviation Administration (FAA), if required.
ARTICLE 9. CONSULTANT WORK PRODUCT
9.1 CONSULTANT, or its duly authorized representative, will sign the original tracings of all drawings
and the first page of all specifications, estimates, or similar documents prepared by
CONSULTANT under CONSULTANT's printed name and over the affixed replica of the
authorized representative's professional seal or the authorized representative's registration
certificate number, including the State or jurisdiction of issuance.
9.2 All sketches, tracings, plans, specifications, reports on special studies, and other data prepared
under this Agreement will become the property of AIRPORT and will be delivered to AIRPORT
upon completion of the plans or termination of the services of CONSULTANT. There will be no
restriction or limitation on their future use by AIRPORT, except any use on extensions of Project
or on any other project without written verification or adaptation by CONSULTANT for the specific
purpose intended will be AIRPORT's sole risk and without liability or legal exposure to
CONSULTANT.
9.3 AIRPORT acknowledges CONSULTANT's plans and specifications, including all documents on
electronic media, as instruments of professional service. Nevertheless, the plans and
specifications prepared under this Agreement will become the property of AIRPORT upon
completion of the services and payment in full of all moneys due to CONSULTANT.
9.4 AIRPORT and CONSULTANT agree that any electronic files prepared by either party will conform
to typical industry practices and be able to be electronically manipulated or modified.
9.5 AIRPORT is aware that significant differences may exist between the electronic files delivered
and the respective construction documents due to addenda, change orders, or other revisions. In
the event of a conflict between the signed construction documents prepared by CONSULTANT
and electronic files, the signed construction documents will govern.
9.6 AIRPORT may reuse or make modifications to the plans and specifications, or electronic files
while agreeing to take responsibility for any claims arising from any modification or unauthorized
reuse of the plans and specifications.
ARTICLE 10. REQUIRED FEDERAL CONTRACT CLAUSES
<AlowaCityA 3008285-00_AmideolarMay\_ProjManWgreement\DPS&CPS%DmftIOW- Solar Project- Des, SS. & CPS Agreement doc Page
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 16 of 117
CONSULTANT further agrees to the Required Federal Contract Clauses as stated in Attachment G of this
Agreement.
ARTICLE 11. INDEMNIFICATION AND HOLD HARMLESS
11.1 To the fullest extent permitted by law, CONSULTANT will hold harmless and indemnify AIRPORT
from and against all claims, suits, damages, losses, expenses, and reasonable attorney's fees,
arising out of or resulting from performance of the work, provided that such claims, suits,
damages, losses, or expenses are attributable to bodily injury, sickness, disease, or death, or to
injury or damage to or destruction of property including loss of use resulting there from, but only
the extent caused by negligent acts or omissions of CONSULTANT, its agents, or anyone directly
or indirectly employed by them, regardless of whether or not such claim, damage, loss, or
expense is caused in part by a party indemnified hereunder.
11.2 These indemnities will not be limited by listing any insurance coverage. If any negligent acts,
errors, and/or omissions are made by CONSULTANT in any phase of the work under this
Agreement, the correction of which may require additional field or office work, CONSULTANT will
be promptly notified and will be required to perform such additional work as may be necessary to
correct these negligent acts, errors, and/or omissions without undue delay and without additional
cost to AIRPORT. CONSULTANT will be responsible for any damages incurred as a result of its
negligent acts, errors, and/or omissions and for any losses or cost to repair or remedy
construction as a result of its negligent acts, errors, and/or omissions.
ARTICLE 12. INSURANCE
CONSULTANT will obtain and maintain continuously, public liability insurance combined single limit bodily
injury and property damage, auto and non -owner auto coverage, and Professional Liability Insurance
(also known as errors and omissions) coverage as required below. CONSULTANT will furnish to
AIRPORT certificates of insurance showing the amount and types of insurance.
Workers Compensation: Statutory
Commercial General Liability: $1,000,000
Professional Liability: $5,000,000
Automobile Liability: $1,000,000
Umbrella Coverage: $5,000,000
ARTICLE 13. MODIFICATION OF AGREEMENT
Any modification of this Agreement or additional obligation assumed by either party in connection with this
Agreement will be binding only if evidenced in a writing signed by each party or an authorized
representative of each party.
ARTICLE 14. PARTIES BOUND
This Agreement will be binding on and will inure to the benefit of and will apply to the respective
successors and assigns of CONSULTANT and AIRPORT. All references in this Agreement to
CONSULTANT or AIRPORT will be deemed to refer to and include successors and assigns of
CONSULTANT or AIRPORT without specific mention of such successors or assigns.
ARTICLE 15. ASSIGNMENT
Neither AIRPORT nor CONSULTANT will assign any rights or duties under this Agreement without the
prior written consent of the other party; provided, however, CONSULTANT may assign its rights to
K:lmaCityA 3008285-00_AmideolarMay\_ProjManWgreement\DPS&CPS%DmftIOW- Solar Project- Des, SS. & CPS Agreement doc Page
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 17 of 117
payment without AIRPORT's consent. Unless otherwise stated in the written consent, no assignment will
release or discharge the assignor from any obligation under this Agreement.
ARTICLE 16. TERMINATION
This Agreement may be terminated by either party upon thirty (30) days written notice should either party
fail substantially to perform in accordance with its terms through no fault of the other. It is also understood
that any such violation or breach of contract is subject to legal remedies in addition to any contractual or
administrative measures.
Reasons for which this Agreement may be terminated by either party because of circumstances beyond
the control of either party include, but are not limited to, inferior or uncompleted work by CONSULTANT,
lack of diligence by either party, or non -availability of funds or governmental policy decisions to abandon
or postpone the work indefinitely.
ARTICLE 17. AGREEMENT EXPIRES
This Agreement expires upon final approval and acceptance of the completed Project by the participating
parties and after all final engineering charges have been paid to CONSULTANT.
ARTICLE 18. DISPUTES
In the event of a dispute between AIRPORT and CONSULTANT arising out of or related to this
Agreement, the aggrieved party will notify the other party of the dispute within a reasonable time after
such dispute arises. If the parties cannot thereafter resolve the dispute, each party will nominate a senior
officer of its management to meet to resolve the dispute by direct negotiation or mediation.
Should such negotiation or mediation fail to resolve the dispute either party may pursue resolution in
District Court.
During the pendency of any dispute the parties will continue diligently to fulfill its respective obligation
hereunder.
ARTICLE 19. SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any
event rendering any portion or provision of this Agreement void will in no way affect the validity or
enforceability of any other portion or provision of this Agreement. Any void provision will be deemed
severed from this Agreement, and the balance of this Agreement will be construed and enforced as if it
did not contain the particular portion or provision held to be void. AIRPORT and CONTRACTOR further
agree to amend this Agreement to replace any stricken provision with a valid provision that comes as
close as possible to the intent of the stricken provision. The provisions of this Article will not prevent this
entire Agreement from being void should a provision which is of the essence of this Agreement be
determined void.
/_1:t�i 111:1011143*
20.1 All notices, demands, or other writings in this Agreement provided to be given, made, or sent, or
which may be given, made, or sent, by either party to the other, will be deemed to have been fully
given, made, or sent when made in writing and deposited in the United States mail, registered
and postage prepaid, and addressed as follows:
To Airport: Iowa City Municipal Airport
Attention: Airport Manager
1801 S. Riverside Drive
Iowa City, Iowa 52246
K:lmaCityA 30M285-00_AimideolarMay\_ProjManWgreement\DPS&CPS%Dmft10W- Solar Project- Des, SS. & CPS Agreement doc Page
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 18 of 117
To Consultant: Crawford Murphy & Tilly, Inc.
Attention: Bradley M. Hamilton, P.E.
2750 West Washington Street
Springfield, Illinois 62702
20.2 The address to which any notice, demand, or other writing may be given, made, or sent to any
party as above provided may be changed by written notice given by the party as above provided.
ARTICLE 21. TIME OF THE ESSENCE
Time is of the essence of this Agreement and all of its provisions.
ARTICLE 22. GOVERNING LAW
It is agreed that this Agreement will be governed by, construed, and enforced in accordance with the
laws of the State of Iowa.
ARTICLE 23. ATTORNEY FEES
In the event that any action is filed in relation to this Agreement, the unsuccessful party in the action will
pay to the successful party, in addition to all the sums that either party may be called on to pay, a
reasonable sum for the successful party's attorney fees.
ARTICLE 24. PARAGRAPH HEADINGS
The titles to the paragraphs of this Agreement are solely for the convenience of the parties and will not be
used to explain, modify, simplify, or aid in the interpretation of the provisions of this Agreement.
ARTICLE 25. FORCE MAJEURE
In the event that either party hereto will be delayed or hindered in or prevented from the performance of
any act required hereunder by reason of strikes, lockouts, labor troubles, unavailability or excessive price
of fuel, power failure, riots, insurrection, war, terrorist activities, chemical explosions, hazardous
conditions, fire, weather or acts of God, or by reason of any other cause beyond the exclusive and
reasonable control of the party delayed in performing work or doing acts required under the terms of this
Agreement, then performance of such act will be excused for the period of the delay and the period for
the performance of any such act will be extended for a period equivalent to the period of such delay.
ARTICLE 26. OFFICERS TO NOT 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.
ARTICLE 27. CITY OF IOWA CITY EQUAL EMPLOYMENT OPPORTUNITY POLICY
CONSULTANT further agrees to comply with the required City of Iowa City Equal Employment
Opportunity policy as outlined in Attachment L of this Agreement.
ARTICLE 28. CITY OF IOWA CITY WAGE THEFT POLICY
CONSULTANT further agrees to comply with the required City of Iowa City wage theft policy as outlined
in Attachment M of this Agreement.
K:lmaCityA 3008285-00_Aimide olarMay\_ProjManWgreement\DPS&CPS\IOW Amide SolarAnay- Des. SS. & CPS Agreamont(Final).dw Page 10
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 19 of 117
IN WITNESS WHEREOF, the parties hereto affixed their signatures this day of
r�
ATTEST:
By:
Printed Name
Title:
AIRPORT
Iowa City Airport Commission, Iowa
M
Printed Name
Title:
CONSULTANT
Crawford, Tu.rphy Tilly, Innnr���
`tttU llll////
By.
QORATF '•..: Z
=_ O v P�
LL ��
Brian R. Welker
Printed Name
i J ''••.....OELP:'
''''',/ `````
Title: Sr. Vice President & COO
111 I t tt*
ATTEST:
By:
Travis Strait
Printed Name
Title: Project Engineer & Associate
K:lmaCityA 3008285-00_Aimide olarMay\_ProjManWgreement\DPS&CPS%DmftIOW- Solar Project- Des, SS. & CPS Agreement doc Page 11
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024
Page 20 of 117
LIST OF ATTACHMENTS
ATTACHMENT A - GENERAL SCOPE OF SERVICES
ATTACHMENT B/ B-1 I B-2I B-3 - DESIGN PHASE SERVICES
ESTIMATE OF COSTS / SALARY EXPENSES
ATTACHMENT C / C-1 / C-2 / C-3 - CONSTRUCTION PHASE SERVICES
ESTIMATE OF COSTS / SALARY EXPENSES
ATTACHMENT D / D-1 / D-2 1 D-3 - PLANNING AND SPECIAL SERVICES
ESTIMATE OF COSTS / SALARY EXPENSES
ATTACHMENT E - ENGINEERING REPORT (General Guidance)
ATTACHMENT F - FAA CENTERAL REGION STANDARDS FOR
CONSTRUCTION OBSERVATION
ATTACHMENT G - FEDERAL CONTRACT PROVISIONS
ATTACHMENT H - SUMMARY OF OVERHEAD AND INDIRECT COSTS
ATTACHMENT I - PROJECT EXHIBIT
ATTACHMENT J - CIP PROJECT SUBMITTAL
ATTACHMENT K - FAA GO LETTER
ATTACHMENT L - IOWA CITY EQUAL EMPLOYMENT OPPORTUNITY POLICY
ATTACHMENT M - IOWA CITY WAGE THEFT POLICY
K:\IowaCi yAPM0062654)0_AirsideSolarArt y\_ProjMan\Agreement\DPS & CPS\IOW Airside Solar Array- DPS, SS, & CPS Agreement (Final),cl Page 12
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 21 of 117
CMT 23005404.00
ATTACHMENT A
GENERAL SCOPE OF SERVICES
RING DESIGN SERVICES FOR AIRFIELD PROJECTS
AIRSIDE GROUND MOUNT SOLAR ARRAY
IOWA CITY MUNICIPAL AIPRORT
1) GENERAL
The CONSULTANT shall complete preliminary work items that include initial agency coordination,
project kickoff management and project site review.
The CONSULTANT shall prepare a comprehensive preliminary design package for review by the
Sponsor and the FAA. The CONSULTANT shall provide 30% preliminary design drawings, cost
estimate, time estimate and preliminary design report.
The CONSULTANT shall continue to develop this project from a 30% design level to a 100% design
level including all required bidding documents. The CONSULTANT shall prepare a comprehensive
100% design package that shall include design drawings, general details, phasing plan and details,
technical specifications, cost and time estimates, and contractual bidding documents. Final drawings
and specifications shall be sealed by a professional engineer registered in the State of Iowa, suitable for
bidding.
The CONSULTANT shall be responsible for bidding coordination, airspace coordination, grant
application support and ALP updates.
Work shall be designed in conformance with FAA regulations and design criteria.
2) SCOPE OF SERVICES
Preliminary Work Items
Design of Airside Ground Mount Solar Array — Preliminary work item effort: The CONSULTANT
shall perform the following detailed scope of services:
a) The CONSULTANT shall refine project scope and definition beyond the initial project
programming phase in preparation for the pre -design meeting.
b) The CONSULTANT shall coordinate and manage a pre -design meeting with the Sponsor and the
FAA. Task shall include preparation of agenda and final meeting minutes.
c) The CONSULTANT shall complete a review of available record information related to the project
site. Record information review may include but not limited to existing pavement structure,
pavement geometry, airfield electrical layout and underground utilities.
30% Design Services
Design of Airside Ground Mount Solar Array — 30% Design effort: The CONSULTANT shall perform
the following detailed scope of services:
December 11, 2023 1 of 6 Airside Ground Mount Solar Army
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024
Page 22 of 117
CMT 23005404.00
a) The CONSULTANT shall prepare a preliminary design report including preliminary plan sheets,
preliminary cost estimate and preliminary time estimate to an approximate 30% design level.
Report shall include preliminary solar array layout and electrical layout.
b) The CONSULTANT shall perform a preliminary utility investigation. Utility investigation shall
include review of existing topographic survey information, record drawings, design locate and
airport knowledge to identify FAA cables, Airport electric cables and other key utilities in the
project area. This preliminary investigation will help identify which utilities will need to be
examined further in a more in-depth utility investigation beyond the 30% design.
c) The CONSULTANT shall coordinate a geotechnical investigation to determine soil types,
thickness, and suitability of material as a construction platform. The investigation shall include
relevant testing. The final geotechnical report shall provide recommendations for stabilization of
unsuitable field conditions. Geotechnical investigation shall be completed by a subconsultant.
Cost of work shall be included in scope of the project.
d) The CONSULTANT shall coordinate with the local utility company for interconnection of solar
array to the existing electric service at the airfield lighting vault. The approval from the utility
company will be required to determine maximum size of the solar array can be interconnected to
the electric service.
e) The CONSULTANT shall identify all required Local, State, and Federal permits and their
associated fees. It is anticipated that an Iowa City floodplain development permit will be required
for this project.
f) The CONSULANT shall research and coordinate with equipment manufacturers to develop solar
array design based on the design parameters of solar equipment. The solar equipment shall include
PV modules, inverters and racking system for ground mount.
g) The CONSULTANT shall coordinate an on -site design survey of the project limits. Topographic
survey shall include all physical features within the project limits. Inventory of all underground
structures, pipe networks, manhole and pipe inverts, and municipal utilities shall be included in the
survey. Topographic survey shall be completed by a subconsultant. Cost of work shall be
included in scope of the project.
30%-100% Design Services
Design of Airside Ground Mount Solar Array — 30-I00% Design effort: The CONSULTANT shall
perform the following detailed scope of services:
a) The CONSULTANT shall design a complete Airside Ground Mount Solar Array to supply energy
to the electrical loads connected to the existing electric service at the Airfield Lighting Vault. The
electrical design shall include sizing of the solar array based on the energy consumption,
interconnection capacity and physical layout. The electrical designs shall also include inverter and
string calculations, location and mounting of string inverters, racking system for PV modules,
underground AC and DC cabling and behind -the -meter interconnection.
b) The CONSULTANT shall prepare phasing plans and construction sequencing details for the
project limits. This work shall include coordinating with the Airport, FAA, airline tenants, and
other stakeholders to verify phasing concepts and associated operational impacts. This work shall
comply with current airport safety, traffic control, and security standards. This work shall also
include identification of haul routes, AOA security access points and staging areas for the
contractors.
c) The CONSULTANT shall check airspace surfaces within FAA AC 150/5300-13A and Part 77 for
planned construction activity related to the project.
December 11, 2023 2 of 6 Airside Ground Mount Solar Army
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 23 of 117
CMT 23005404.00
d) The CONSULTANT shall prepare a Construction Safety and Phasing Plan that conforms to the
standards established within AC 150/5370-2(Latest Edition).
e) The CONSULTANT shall prepare general and technical specifications for the project.
f) The CONSULTANT shall develop a 90% and final estimate of probable project cost, time and
DBE participation.
Special Services - Bidding Services
Design of Airside Ground Mount Solar Array — Bidding Services: The CONSULTANT shall perform
the following detailed scope of services:
a) The CONSULTANT shall prepare front-end bidding documents including construction contract.
b) The CONSULTANT shall prepare bid advertisement and coordinate publication and posting to
online plan room.
c) The CONSULTANT shall be responsible for coordinating plan requests, issuance of addendums,
and maintenance of a bidders list.
d) The CONSULTANT shall hold and attend one pre -bid meeting and respond to all questions in
writing or through addendum, if required.
e) The CONSULTANT shall hold and attend the public bid opening.
f) The CONSULTANT shall review all bids for completeness and submit recommendations to the
Sponsor and FAA.
g) The CONSULTANT shall coordinate review and submittal of Buy American waiver request if
required.
h) The CONSULTANT shall prepare the Notice to Award, Contracts, and Notice to Proceed for
execution by the Airport and Contractor.
Special Services — ALP Update / Airspace / Grant Application Documentation
Design of Airside Ground Mount Solar Array — Environmental / Airspace / Grant Application
Documentation: The CONSULTANT shall perform the following detailed scope of services:
a) The CONSULTANT shall prepare and submit to the FAA a Redline ALP update due to changes
required for the installation of the airside solar array.
b) The CONSULTANT shall prepare and submit FAA 7460 forms and exhibits required for the
construction airspace determination. This task shall also include coordination and submittal of the
Construction Safety Phasing Plan (CSPP) to the FAA for review and approval.
c) The CONSULTANT shall assist the Sponsor with preparation of documentation required by the
FAA for issuance of the Airport Improvement Program (AIP) grant.
Construction Phase Service
The CONSULTANT shall provide construction phase services for the Airside Ground Mount Solar
Array project. The project is proposed to be constructed under a Federal Aviation Administration
(FAA) Bipartisan Infrastructure Law (BIL) Airport Infrastructure Grant (AIG). The CONSULTANT
shall perform the following detailed scope of services:
December 11, 2023 3 of 6 Airside Ground Mount Solar Army
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024
Page 24 of 117
CMT 23005404.00
a) TASK 1.0 OFFICE
a. Task LI: Task includes routine project coordination, monitoring of project staffing levels and
review of adherence to overall project schedule and contractual elements.
b. Task 1.2: Task includes project coordination and correspondence with Sponsor, FAA, and
Contractor throughout the duration of the project.
c. Task 1.3: Task includes periodic site review to monitor overall project progress and to discuss
issues encountered in the field.
d. Task 1.4: Task includes preparation and submittal of Request for Proposal's (RFP's) for
project subconsultants. Additional task elements include review of proposals received as well
as contractual coordination.
e. Task 1.5: Task includes coordination with Airport Operations to issue appropriate NOTAM's
and/or pilot communication required to facilitate construction activities and airfield pavement
closures.
f. Task 1.6: Task includes coordination with local FAA Technical Operations to coordinate
construction activities around FAA facilities.
g. Task 1.7: Task shall include review and response to Contractor's Request for Information
(RFIs) and preparation of contract document changes as necessary.
h. Task 1.8: Task includes technical assistance required to close-out project grant upon
completion of project.
b) TASK 2.0 PRECONSTRUCTION CONFERENCE / PREPARATION
a. Task includes coordination and participation in a project preconstruction meeting. Required
attendees include Sponsor, Contractor, and FAA. Additional task items include the
preparation and distribution of meeting agenda and minutes.
c) TASK 3.0 SHOP DRAWINGS / MATERIALS / MIX DESIGN REVIEW
a. Task includes review of Contractor submitted shop drawings, material certifications and
various project mix designs for compliance with the project specifications and FAA Buy
American requirements.
d) TASK 4.0 SURVEYING / LAYOUT / PROJECT CONTROL
a. Task includes establishment of necessary horizontal and vertical control required to construct
the project. Additional task items include providing additional surveying and/or layout
information requested by the contractor during construction (i.e. CAD files, layout
clarification, etc.). The Contractor is responsible for all construction layout.
e) TASK 5.0 RESIDENT PROJECT ENGINEER
a. Task 5.1: Task includes preparation and review of preconstruction documentation and
required project start-up coordination. Additional tasks include overall project file set-up.
b. Task 5.2: Task includes providing full-time construction observation services to observe and
monitor the construction work for compliance with the contract documents. Full-time
inspection duties shall include but not limited to daily diary reports, daily inspection reports,
measuring completed quantities, Quality Assurance (QA) testing coordination, preparation of
December 11, 2023 4 of 6 Airside Ground Mount Solar Army
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024
Page 25 of 117
CMT 23005404.00
Contractor's monthly pay estimate, review of Contractor's certified payrolls, DBE
compliance review, wage rate interviews and monthly EEO reporting requirements. Full-time
construction inspection services are anticipated to be required during racking foundation
installation and underground cabling installation. Full-time construction inspection services
are anticipated to be needed for a total of 2 weeks.
Additional tasks include ensuring the Contractor remains in compliance with the submitted
Construction Safety and Phasing Plan (CSPP), and review and approve the Contractor's
Safety Plan Compliance Document (SPCD).
c. Task 5.3: Task includes providing part-time construction observation assistance to observe
and monitor construction work for compliance with the contract documents. It is anticipated
that part-time construction inspection will be needed while the contractor is constructing
equipment racking and setting panels. Part-time inspection will include full-time inspection
task however the Resident Engineer will not be onsite every day. Estimated part-time
construction services are anticipated to last 3 weeks with the Resident Engineer onsite 4 hours
a day 3 days a week.
I) TASK 6.0 FINAL INSPECTION
a. Task includes coordination and participation in a final inspection meeting with the Sponsor,
Contractor, and FAA including preparation and distribution of meeting agenda and
identification and distribution of final punchlist items.
g) TASK 7.0 PUNCHLIST COMPLETION
a. Task includes overseeing and verifying completion of all punchlist work and notifying the
Sponsor and FAA of final acceptance.
h) TASK 8.0 DEVELOPMENT OF RECORD DRAWINGS
a. Task includes preparing record of final quantities and providing "Record" drawings based on
redline construction markups maintained by the consultant. The "Record" drawings will be
provided in a digital format along with one (1) "hard copy" set of drawings.
i) TASK 9.0 CONSTRUCTION DOCUMENTATION CLOSEOUT / AUDIT REVIEW
a. Task includes preparation and submittal of construction project closeout documentation as
well as preparation required for project audits.
3) DESIGN DELIVERABLES
The deliverables shall consist of the following:
A 30% Engineers' Report
a)
Project background and scope
b)
Project funding
c)
Project schedule
d)
Design criteria
e)
Solar array layout
f)
Initial electrical layout
g)
Initial construction phasing
h)
Geotechnical investigation
i)
Existing conditions / utilities
j)
Permits
December 11, 2023 5 of 6 Airside Ground Mount Solar Army
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 26 of 117
CMT 23005404.00
k) Supporting documentations and calculations
1) Estimate of probable cost and time
B 90% design submittal. The deliverable shall include the development of plan sheets, details,
technical specification and probable cost and time required to implement the improvements.
Submittal includes the development of contract documents and bidding documents.
a) The anticipated plan sheets include:
i. Site Plan and Control
ii. Construction Phasing and Safety Plan and Details
iii. Stormwater Pollution Prevention Plan and Details
iv. Existing Conditions and Removals
v. Solar Array Layout and Details
vi. Solar Array Electrical Design and Details
vii. Engineering Information
b) The anticipated technical specifications anticipate references to FAA AC 150/5370-
10(Lasted Edition) Standards for Specifying Construction of Airports for:
i.
General Provisions
ii.
General Construction Items
iii.
Sitework
iv.
Miscellaneous
v.
Fencing
vi.
Drainage
vii.
Turfing
viii.
Lighting Installation
ix.
Special Provisions
C 100% design submittal. The deliverable shall include final drawings and specifications sealed
by a professional engineer registered in the State of Iowa. Submittal includes the following
items:
a) incorporation of 90% review comments
b) Final sealed plan set
c) Final sealed technical specifications
d) Final bidding and contractual documents
e) Final opinion of probable cost
f) Final opinion of probable time
g) Final estimate of DBE participation
h) Final airspace submittal to the FAA
December 11, 2023 6 of 6 Airside Ground Mount Solar Army
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024
Page 27 of 117
Iowa City Municipal Airport
Airside Ground Mount Solar Array
ATTACHMENT B
DESIGN PHASE SERVICES
ESTIMATE OF COSTS
Category
1 Direct Salary Costs (See Attachment B-1)
2 Overhead and Labor ( 54.76% )
3 General and Administrative Overhead ( 117.50% )
4 Direct Nonsalary Expenses
Lodging'
Meals/Per Diem'
Transportation
Materials & Supplies
Printing
Other Costs (Excluding outside Services)
5 Fixed Payment2
6 Outside Services/Subconsultants
Amount
$22,821.40
$12,497.00
$26,815.15
$585.00
$410.00
$9,470.00
$9.100.00
Total = $81,698.55
Total Amount Not to Exceed = $81,700.00
Estimated Construction Cost: $500,000 (See Attachment T)
Federal/Local
Attach a sketch labeled ATTACHMENT P in sufficient detail to clearly delineate the proposed areas of work
NOTES:
1/ Not inlcuded in calculation of fixed payment amount.
2/ Fixed Payment (Profit) _ (15%)x[Direct Salary Costs + (OH&B)x(Direct Salary Costs) + Transportation
+ Materials & Supplies + Printing + CADD time + Other Costs (excluding outside services)].
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 28 of 117
Iowa City Municipal Airport
Airside Ground Mount Solar Array
ATTACHMENT B.1
DESIGN PHASE SERVICES
ESTIMATE OF SALARY EXPENSE
TIME REQUIRED
HOURLY
SALARY
CLASSIFICATION
(HOURS)
WAGE
EXPENSE
PRINCIPAL
0
$98.40
$0.00
PROJECT ENGINEER II
78
$79.33
$6,187.74
PROJECT ARCHITECT II
0
$66.69
$0.00
PROJECT MANAGER II
0
$75.74
$0.00
PROJECT ENGINEER 1
73
$63.00
$4,599.00
PROJECT MANAGER
0
$60.91
$0.00
PROJECT ENVIRONMENTAL SPECIALIST 1
0
$64.78
$0.00
PROJECT STRUCTURAL ENGINEER 1
0
$62.98
$0.00
SENIOR ENGINEER 1
114
$46.69
$5,322.66
SENIOR ARCHITECT I
0
$35.77
$0.00
TECHNICAL MANGER II
4
$53.60
$214.40
SENIOR PLANNER 1
0
$44.97
$0.00
GIS SPECIALIST
0
$44.12
$0.00
ENVIRONMENTAL SPECIALIST III
0
$49.30
$0.00
SENIOR STRUCTURAL ENGINEER 11
0
$61.73
$0.00
SENIOR STRUCTURAL ENGINEER 1
40
$46.79
$1,871.60
ENGINEER 1
124
$35.40
$4,389.60
STRUCTURAL ENGINEER 11
0
$35.30
$0.00
ENVIRONMENTAL SPECIALIST II
0
$43.08
$0.00
PLANNER 1
0
$35.45
$0.00
ENVIRONMENTAL SPECIALIST 1
8
$29.55
$236.40
TECHNICAL MANAGER 1
0
$31.58
$0.00
LAND SURVEYOR
0
$47.34
$0.00
SENIOR TECHNICIAN 1
0
$44.22
$0.00
SENIOR TECHNICIAN II
0
$55.13
$0.00
TECHNICIAN II
0
$36.46
$0.00
TECHNICIAN 1
0
$30.78
$0.00
PROJECT ADMINISTRATIVE ASSISTANT
0
$28.99
$0.00
ADMINISTRATIVE/ ACCOUNTING ASSISTANT
0
$22,72
$0.00
AVERAGE
TOTAL
"1
$51.75
$22,821.40
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 29 of 117
Iowa City Municipal Airport
Airside Ground Mount Solar Array
ATTACHMENT 13-2
Design Phase Services
ESTIMATED COST BREAKDOWN
Item
4a days @
Sub -Total $0.00
4b MEA cioco D (Plot e Camp days @
days Sub -Total $0.00
4c TRANSPORTATION
Travel Reimbursement 900 Miles @ $0.65 $585.00
Day @
T1U
Sub -Total $585.00
Sub -Total $0.00
4e PRINTING
Report (8.5 x 11)
400
sheets@
$0.35
$140.00
Exhibits (11 x17)
20
sheets@
$0.75
$15.00
Project Manual (8.5 x 11)
600
sheets@
$0.35
$210.00
Plan Set
60
sheets@
$0.75
$45.00
Sub -Total $410.00
Sub -Total $0.00
6 Outside Services / Subconsulants
Topographic Survey (Subconsultant) $4,000.00 $4,000.00
Geotechnical Investigation (Subconsultant) $5,000.00 $5,000.00
Direct Shipping Cost $100.00 $100.00
Sub -Total 9,100.00
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 30 of 117
Iowa City Municipal Airport
Article Ground Mount Solar Array
Attachment B-3
Cost Estimate of Consultant Services (By Task)
a. Element of Work
Noun
Nautly
Rate
Total Direct
Labor
%of Total
Labor
d
8
It62
Desi n PM1asa Per Sadism of A nee ant
1000 Preliminary Assessment and Schematic Oasign
133
1.99
E6,915.20
W.W%
W
19
W
4
42
B
1100 Preliminary Work Items
27
$67.84
$1,831.72
8.03%
12
11
4
1105 Scope Refinement and Proecl Definition
3
$7389
$22166
097%
2
1
1110 Site 'VISUReview by Design Team
8
$7117
$56a32
2A9%
4
4
1115 Pre -Des, Much and Pre and.
8
$71.17
S569.32
2,49%
4
4
1120 Review Record! Drawings and Available Data Relakd In
the Proje,3 Area/Site
8
$WL93
S47142
207%
2
2
4
12W Sneveyl4gel64nvesigatiansl yarfY EcKiMg{-reIW1I1gN
1206 Top. 'Class Saw a. Sleary Field Walk
i210 Perm... data
1300 Preliminary Concept and Development of 30%Engineers
Report
%
$46.41
$3,993.94
17.50%
12
8
22
36
8
1305 General Scope DevelopmenVOverell Limits
4
$54.85
$219.38
a m%
2
2
1310 History Research and Review
4
54669
$181
0 82%
4
1315 Sequence of Construction Concepts and CSPP
6
$52.13
5312.76
137%
2
4
13M Exis4lg Conditions ValldalionlReviee
4
$46.0
$186.76
0.82%
4
1325 Ground Mount Solar Array and Electrical Layout
8
$5T.37
$458,92
201%
4
4
1330 UBIity Intercunnection Coordination
12
S5D04
sa)(I
2.63%
4
8
1335 Local Floodplain ccordina0on and announcing
10
$36.24
S362.40
1.59%
2
8
1340 Racking and Equipment Mamdadurer Coordination
20
W.19
$883.72
3 87%
4
t8
1 US Exhibits Preparation& Development in Supped of
Preliminary Egineemg Report
18
WAS
$78272
343%
2
8
8
1400 Preliminary Identification List of Expected
Specifiwti0ns
10
$57A9
$574.88
2.52%
4
11
4
2
1500 Fred. Opinion of Probable Cost, Quantity Evaluations,
Computations and Funding Review; Preliminary Estimate
of Time
10
$51.47
$544.66
2.26%
2
4
4
2000 Plan and Document Development - Decline Design (30%
to 90%Level)
175
$51.83
$9,070."
30.75%
34
n
a
24
52
2100 Review and Resolve Prelim Design Issues From
Engineering Report Stage
12
$63.01
$756.08
3.31%
4
4
4
2105 Review 30%E,mm irg Report with GwmoJFAA
4
$71,17
$28468
125%
2
2
2110 Resolve Outstanding Issues from 30%Engineering
Report Review
8
5471A2
207%
2
2
4
2200 Plan SeVDraveing Development
121
$51.20
$6,19&%
27.15%
24
13
20
24
40
2205 CoverlSummary of QuantitieraGeneral Items
5
S249.76
109%
1
4
2210 Site PlanlProjent Control Plan
6
$52.13
S312,76
137%
2
4
2215 Sequence of Construcharr PM1neing Plan, Notes and
Details I CSPP
8
UWA4
1.78%
2
6
2220 Existing CondiBoneram, RemovaVDetails
8
540SA4
1 i8%
2
6
2225 Ground Mount Solar Am, and Electrical Design
42
$0.0
S2,244.88
9.81
16
2
24
22M Racking System and Equipment Pad Structural Design
30
552.21
$1.5111
636%
4
2
24
2235 Solar Array and Electrical Details
22
use)
$1,00e72
442%
4
2
18
2300 Development of Technical Specifications
22
$50.00
$1,100.04
4.82%
4
2
9
a
2400 Quantity Computations, Development of Opinion of Fran.
Cost and Estimate of Contract Time
20
$W.%
$1,019.16
4.47%
2
4
10
4
2405 Quantity Computations
8
$41.95
S38368
168%
2
4
2
2410 Cast Estimate Preparation and Development
4
S4689
$18076
0 82%
4
2415 Estimate of Time Preparation and Development
3
S52.13
$153.38
0,69%
1
2
2420 Amend Engineers Repair (as applicable)
5
$5649
$29246
128%
2
1
2
3000 Plan and Document Development - Final Design 190%-
100%)
for
$40.7%
$5,327.72
23.35%
14
13
34
1e
W
3100 Review and Resolve Prelim Design Issues From Design
Report Stage
8
$Sfi.II
$448.84
1.97%
2
2
2
2
3105 Review of 90% Design Documents with IOW/FAA
4
71.17
$284 fie
125%
2
2
3110 Comment Resolution From Agency 90%Review
4
S41.05
$164.18
0.72%
2
2
3200 Development of Final Issued for aid Set of Plans
74
W.9E
53,W9.%
15,82%
10
6
18
16
24
3205 CoverlSummary of QuantifieinGeneral Items
2
$4669
S93.38
041%
2
3210 Site Plameroject Control Plan
4
Uses
$186.76
0.82%
4
3215 Sequence of ConstrudaNPllasing Plan. Notes ant
Debate I CSPP
10
S4e%
$499.52
2.19%
2
8
32M Endsadi ling COlons,rPrem p ReowriVeialls
5
$49.95
S249.76
109%
1
4
3225 Ground Mount Solar Array and Electrical Design
13
S51.04
s6li
291%
4
1
B
MW Rackin8 System and Equipment Pad Structural Design
19
$51.07
S970.30
4.25%
2
1
16
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 31 of 117
Iowa City Municipal Airport
Airside Ground Mount Solar Array
Attachment B-3
Cost Estimate of Consultant Services (By Task)
Element of Work
Noun
Raurly
Rate
Total Direct
Labor
%of Total
labor
d
d
6
T'
a
$
isY
3
$
Design Phase Par Section 1.4 of Agreement)
3235 Solar Array and Electrical Details
21
$4508
$946]2
Rarde...toTechnical Specifications based on Comment
pher,utlo0 - Prepare IFB Contract Documents
12
$52.97
$63560
2
6
2
30D0 Revisions to Quantity Computations, Final Rev. of Opinion
of Prob. Coat antl Estimate of Contract Time
13
$d8.72
$03.32
3
8
2
M05 Quantity Computations
5
$45.dd
S227.18
J51,3300
1
2
2
3410 CtEtimatePrepamtlonandDevelopment
2
Ill
S93.38
2U15
Estimate of Time Preparation add Development
3
552.13
$15fi.38
1
23420
Prepare DBE Goals antl Estimate
3
$5213
$15fi38
1
24000
General Overall projst Related Taso
28
$57.98
$1,sul
18
a
4100 Quality Control and Constructional Bananas
10
$541.T0
2.47%
6
4
4105 Prepare OC Plan
2
Uses,
S93.38
C41%
2
4110 Complete OAP Reviews and Follow-up
2
$46.0
$93.38
0.41 %
2
4115 Complete Constmdability Reviews (at 30%. 9014 add
ID0%
6
58360
5378110
165%
6
4200 Project Management and Meetings
12
$63.00
$756.00
3.31%
12
4205 Protect Review and Coordination Meetings with the
Owner and FAA (Est. (3) MISS Q 1 Hou to Ea3
3
sel 00
slial
063%
3
4210 Internal Project Design Meetlrgs and Coordination (Est.
(3) of li @ 1 Houds)IEa.)
3
56360
$18900
0281%
3
M
4215 Project Management and Grand. of Design Team and
SubconsWmns
1 8
$6100
1 $37800
real
6
4300 Project Design Closeout and Arouse
1 d
$46.69
1 $186]6
0.82%
I -
4
Totals
"1
1 $51.75
1 $ 22,821."
1 100A0%
78
-
73
114
4
10
1M
8
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024
Page 32 of 117
Iowa City Municipal Airport
Airside Ground Mount Array
ATTACHMENT C
CONSTRUCTION PHASE SERVICES
ESTIMATE OF COSTS
Category
1 Direct Salary Costs (See Attachment C-1)
2 Overhead and Labor
3 General and Administrative Overhead
4 Direct Nonsalary Exoenses
Lodging'
Meals/Per Diem'
Transportation
Materials & Supplies
Printing
Other Costs (Excluding outside Services)
5 Fixed Payment2
6 Outside Services/Subconsultants
Construction Cost:
Federal/Local
( 54.76% )
( 117.50% )
Amount
$14,920.02
$8,170.20
$17,531.02
$1, 500.00
$150.00
$110.00
$100.00
$6,370.00
$1, 530.00
Total = $50,381.24
Total Amount Not to Exceed = $50,400.00
$500,000 (See Attachment T)
Attach a sketch labeled ATTACHMENT P in sufficient detail to clearly delineate the proposed areas of work
NOTES:
1 / Not inlcuded in calculation of fixed payment amount.
2/ Fixed Payment (Profit) _ (15%)x[Direct Salary Costs + (OH&B)x(Direct Salary Costs) + Transportation
+ Materials & Supplies + Printing + CADD time + Other Costs (excluding outside services)].
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 33 of 117
Iowa City Municipal Airport
Airside Ground Mount Solar Array
ATTACHMENT C-1
CONSTRUCTION PHASE SERVICES
ESTIMATE OF SALARY EXPENSE
TIME REQUIRED
HOURLY
SALARY
CLASSIFICATION
HOURS
WAGE
EXPENSE
PRINCIPAL
0
$98.40
$0.00
PROJECT ENGINEER II
30
$79.33
$2,379.90
PROJECT ARCHITECT II
0
$66.69
$0.00
PROJECT MANAGER II
0
$75.74
$0.00
PROJECT ENGINEER 1
42
$63.00
$2,646.00
PROJECT MANAGER 1
0
$60.91
$0.00
PROJECT ENVIRONMENTAL SPECIALIST 1
0
$64.78
$0.00
PROJECT STRUCTURAL ENGINEER 1
0
$62.98
$0.00
SENIOR ENGINEER 1
204
$46.69
$9,524.76
SENIOR ARCHITECT 1
0
$35.77
$0.00
TECHNICAL MANGER 11
0
$53.60
$0.00
SENIOR PLANNER 1
0
$44.97
$0.00
GIS SPECIALIST
0
$44.12
$0.00
ENVIRONMENTAL SPECIALIST III
0
$49.30
$0.00
SENIOR STRUCTURAL ENGINEER II
0
$61.73
$0.00
SENIOR STRUCTURAL ENGINEER 1
0
$46.79
$0.00
ENGINEER 1
0
$35.40
$0.00
STRUCTURAL ENGINEER II
0
$35.30
$0.00
ENVIRONMENTAL SPECIALIST 11
0
$43.08
$0.00
PLANNER I
0
$35.45
$0.00
ENVIRONMENTAL SPECIALIST 1
0
$29.55
$0.00
TECHNICAL MANAGER 1
0
$31.58
$0.00
LAND SURVEYOR
0
$47.34
$0.00
SENIOR TECHNICIAN 1
0
$44.22
$0.00
SENIOR TECHNICIAN II
0
$55.13
$0.00
TECHNICIAN II
0
$36.46
$0.00
TECHNICIAN 1
12
$30.78
$369.36
PROJECT ADMINISTRATIVE ASSISTANT
0
$28.99
$0.00
ADMINISTRATIVE / ACCOUNTING ASSISTANT
0
$22.72
$0.00
AVERAGE
TOTAL
288
$51.81
$14,920.02
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024
Iowa City Municipal Airport
Airside Ground Mount Solar Array
ATTACHMENT C-2
Construction Phase Services
Item
ba days @
Sub -Total $0.00
dh days -@
Sub -Total $0.00
4c TRANSPORTATION
Travel Reimbursement 2700 Miles @ $0.65 $1,755.00
Daily Vahias Charge Day
Tells
Sub -Total $1,755.00
4d MATERIALS AND SUPPLIES
Surveying Supplies (paint, lathe, stakes, etc)
Drafting Mod
$100.00
Misc. Equipment and Direct Project Supplies
$50.00
Sub -Total
$150.00
4e PRINTING
Plan Set 30 sheets@
$0.75
$22.50
Photo -Copies 250 sheets@
$0.35
$87.50
$0.00
$0.00
Sub -Total
$110.00
4f OTHER COSTS (EXCLUDING OUTSIDE SERVICES)
Direct Project Shipping Expense
5 OUTSIDE SERVICES I SUBCONSULTANTS
CIA Testing Subconsultant
Oil Concrete Care Cars'!
Onsite Concrete Testing
Concrete Cylinders
Sample Pickup
Tavel, Light Vehicle
$100-00
sue -Total $100.00
S1 /Hear
SW / Each
$250 tEach
$225 tFarh
S210 tEach
$117 /Hour
8.00
$936.00
$19 /Each
6.00
$114.00
$100 /Trip
3.00
$300.00
$60 /Trip
3.00
$180.00
Sub -Total
$1.530.00
Recommended CIA Testing
Not -To -Exceed=
$1,530.00
Page 34 of 117
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 35 of 117
Iowa City Municipal Airport
Aleslde Ground Mount Solar Artery
Attachment C-3
Cost Estimate of Consultant Services (By Task)
Element o(Work
Hour.
Hourly
Rate
•/. of Tutal
Labor
6
3
S
2
g
�
i2
rasensus. Phase 6e plows
18 Office Engineering
50
$64.31
$3,21544
21.55
10
U
6
M Pmled ManagementO laugslMeep
5
$66,00
$315.00
2,11%
5
1.2 Awn and FAA Coordination l Conesin`ncence(1 lvrjsSMmk(
5
SW.W
331500
2.11%
5
1.3 Penodlc Site Rewevep visit-4haureper Nail(
10
$]1.1]
$1.136.6t
7.63%
6
6
1.4 SubmnwOam Coxeiretron and Management
/
SW.W
$252.00
1.69%
/
1.5 Cmrdlretion of NOTAWd elc.witAAirpat Droppers
4
$54.85
5319.38
1./7%
2
2
1.6 FM Technical OperMbre CwMlration
4
16100
U52.DO
1.69%
4
1] Repentel W Request her Information (He a)
6
$56.93
U71 42
3.16%
2
2
4
18 Ta.11a1 A..... btlue, grant [mesa.
4
58300
$252.00
1.69%
4
2.0 Precomtmction Conference l Preparation
1/
f65.34
01174
717
6
4
4
3.0 Shop Drawings/ Materials l Mix Design Review
U
15].5]
$1,U1.M
am
a
16
4.0 Surveyin9/LayoWProject Control
12
130.76
1369.36
2
13
5.0 Resident Project Engineer and NslnMa
in
W."
Kigali
43.61
140
5.1 CmatmNon Stan W l Documentation Set-up
4
546.69
S166.76
1.25%
4
5.2 RA Text Delly Combustion Observatim(EM. W M work weeks for 2
wei
100
WLN
U.W9.00
31.29%
IN
5.3 Pan Tme CuaGruc4on Cderegion(EY. 3 Wyt a week 4 lour px 6tytW.N
I M 3weeXs)6.0
f1.8b.64
11.2]%
38
Finallrmpectian
it l]/6.13
6
4
4
].0 PuncMlstCompetionf/61
3,13°
10
60 Developme- of Record Drawings
S]4)0/
501°
18
9.0 Cansnuuion Documentation Closeo IAudit review
$373.52
2.50°
6
Totals
U6
SSt61
SM,920.03
100.00
U
Q
30I
II
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024
Page 36 of 117
Iowa City Municipal Airport
Airside Ground Mount Solar Array
ATTACHMENT D
61;jxy/_1�1ziAVA[y;9
ESTIMATE OF COSTS
Category
1 Direct Salary Costs (See Attachment D-1)
2 Overhead and Labor
3 General and Administrative Overhead
4 Direct Nonsalary Expenses
Lodging'
Meals/Per Diem'
Transportation
Materials & Supplies
Printing
Other Costs (Excluding outside Services)
5 Fixed Pavmene
6 Outside Services/Subconsultants
( 54.76% )
( 117.50% )
Amount
$4,701.11
$2,574.33
$5,523.80
$1,920.00
$150.00
Total = $14,869.24
Total Amount Not to Exceed = $14,900.00
Estimated Construction Cost: $500,000 (See Attachment T)
Federal/Local
Attach a sketch labeled ATTACHMENT P in sufficient detail to clearly delineate the proposed areas of work
NOTES:
1 / Not inlcuded in calculation of fixed payment amount.
2/ Fixed Payment (Profit) _ (15%)x[Direct Salary Costs + (OH&B)x(Direct Salary Costs) + Transportation
+ Materials & Supplies + Printing + CADD time + Other Costs (excluding outside services)].
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 37 of 117
Iowa City Municipal Airport
Airside Ground Mount Solar Array
ATTACHMENT D-1
SPECIAL SERVICES
ESTIMATE OF SALARY EXPENSE
TIME REQUIRED
HOURLY
SALARY
CLASSIFICATION
(HOURS)
WAGE
EXPENSE
PRINCIPAL
0
$98.40
$0.00
PROJECT ENGINEER II
8
$79.33
$634.64
PROJECT ARCHITECT II
0
$66.69
$0.00
PROJECT MANAGER II
0
$75.74
$0.00
PROJECT ENGINEER 1
43
$63.00
$2,709.00
PROJECT MANAGER 1
0
$60.91
$0.00
PROJECT ENVIRONMENTAL SPECIALIST 1
0
$64.78
$0.00
PROJECT STRUCTURAL ENGINEER 1
0
$62.98
$0.00
SENIOR ENGINEER 1
23
$46.69
$1,073.87
SENIOR ARCHITECT I
0
$35.77
$0.00
TECHNICAL MANGER II
0
$53.60
$0.00
SENIOR PLANNER 1
0
$44.97
$0.00
GIS SPECIALIST
0
$44.12
$0.00
ENVIRONMENTAL SPECIALIST III
0
$49.30
$0.00
SENIOR STRUCTURAL ENGINEER 11
0
$61.73
$0.00
SENIOR STRUCTURAL ENGINEER 1
0
$46.79
$0.00
ENGINEER 1
0
$35.40
$0.00
STRUCTURAL ENGINEER 11
0
$35.30
$0.00
ENVIRONMENTAL SPECIALIST II
0
$43.08
$0.00
PLANNER I
8
$35.45
$283.60
ENVIRONMENTAL SPECIALIST 1
0
$29.55
$0.00
TECHNICAL MANAGER 1
0
$31.58
$0.00
LAND SURVEYOR
0
$47.34
$0.00
SENIOR TECHNICIAN 1
0
$44.22
$0.00
SENIOR TECHNICIAN II
0
$55.13
$0.00
TECHNICIAN II
0
$36.46
$0.00
TECHNICIAN 1
0
$30.78
$0.00
PROJECT ADMINISTRATIVE ASSISTANT
0
$28.99
$0.00
ADMINISTRATIVE I ACCOUNTING ASSISTANT
0
$22.72
$0.00
AVERAGE
TOTAL
82
$57.33
$4,701.11
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 38 of 117
Iowa City Municipal Airport
Airside Ground Mount Solar Array
ATTACHMENT D-2
Special Services
Item
4a day6 @
4b uu moon DIEM (Not :n IF xed Fee Camp) days @
4o TRANSPORTATION
Travel -Reimbursement Mile6-@
Da 1), =s^",Gle ChaFge Day-@
Tells
4e PRINTING
Report (8.5-;( 11-) sheets@
7) sheets@
sheets@
Plan Set sheets@
Sub -Total $0.00
Sub -Total $0.00
Sub -Total $0.00
Sub -Total $0.00
Sub -Total $0.00
Sub -Total $0.00
6 Outside Services / Subconsultants
Advertisement Posting 1 Each @ $150.00 $150.00
Sub -Total $150.00
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 39 of 117
Iowa City Municipal Airport
Airside Ground Mount Solar Array
Attachment D-3 - Special Services Phase
Cost Estimate of Consultant Services ley Task)
g
Element of Warts
Hours
v9'
Hourly
RAab
Total Direct
"bar
% Total
Latter
Labor
7
a
8
i
38
S
3
a
R
a
R
x
3
s
R
R
d
9 al Services Ph.
5000 Bidding
56
f61
f3,413.99
72.62°
8
33
15
5005 Develop ProjectManual I Front End COMracl Documents
10
E09.95
$699.52
10 63 %
2
0
W10 Prepare entl DlSM1ibNe Advertisement
2
WA5
$109.69
233Y
1
1
W15 Ciprii of Bell DOcvmenWBiddels Lis!
2
$4669
$93.38
1W9
2
5020 Roepord h Bidders DuestiprWPrepere Addends
10
$63.01
$630.00
13 40°
6
2
6
Nis Frond MreXng
•
f63.00
$2 m
536%
5e30 Bid Opening
a
Hi
$252.W
536%
a
Will Rini of ads
6
$73.89
$W3.32
943
I
2
5040 COardinats Award wit IOW anal FAA
•
$63.W
E252.00
5.36
A
5045 Buy Arrarltan Waiver Coordination(it Regulated)
81
Woe
ESM.W
UlL
8
5o5O Prepare and Send Wt. of Award
1
Woe
593.00
1.34
1
5055 Prepare ark Coordinate Exiii of Compact Cmlmsnls
<
Woo
$M,W
5 36%
<
SNOlisue Notice to Proceed
1
W,00
WIN
IM
1
ON NEPA EnvironmxNal CATEX
7000 Redline ALP Update
10
foal.%
Ee00.80
8.71%
2
a
8000 Airapaw DocumentslExhibital Data Upload
0
$52.13
$312.76
6.65
2
page FAA Application for Funds and Supporting Documentation
0
02.13
$312.70
6.65
2
10000 Project Management
4
W.00
$253.00
5.36°
TOhh
a1
fST.}3
SB,T01.11
100.00%
8
13
23
8
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 40 of 117
ATTACHMENT E
FAA CENTRAL REGION RECOMMENDED OUTLINE FOR ENGINEER'S DESIGN REPORT FOR
IOWA PROJECTS
The FAA project manager relies on the engineer's design report to assist with their evaluation of AIP eligibility and conformance to
FAA operational safety requirements. To facilitate this review, the Sponsor's consultant should strive to address all applicable
elements listed below in the order listed. Failure to properly address an applicable element may result in delays of the project
review. If an element is not applicable, retain the element title and include the statement "This item is not applicable to this project."
To limit misdirected design resources, FAA strongly recommends early submittal of the engineers report, especially for large and
complex projects.
1. General Scope of Project
1.1. Present a brief narrative on the scope of work as initially presented in the Data Sheet, approved by the FAA's
Project Initiation Letter (Go Letter), and refined through the Pre -design Meeting. Describe any major changes
to the scope proposed by the Data Sheet.
1.2. Provide an exhibit illustrating the project limits (only if the Data Sheet is inadequate)
1.3. Include in an appendix a copy of the signed Data Sheet submitted for this project
1.4. Include in an appendix the Predesign Meeting minutes
1.5. Include in an appendix the project budget using the Final Project Cost Summary format
2. Existing Conditions
2.1. Describe the history and current condition of the existing system (original construction, rehabilitation projects,
maintenance history, etc.). For pavement projects, identify the Pavement Condition Index (PCI) from the latest
pavement inspection report.
2.2. Include a representative number of photographs that depict existing conditions. If applicable, also include
photographs of any existing safety area deficiencies.
2.3. List all documents collected and reviewed including, as examples: as -built drawings of projects previously
constructed near or applicable to the Project, topographic surveys, geotechnical reports, and airport
maintenance records.
2.4. Identify and briefly explain any unique and unusual system elements and circumstances and if any need to be
addressed and why.
3. Utilities in the Work Area
3.1. Identity all known existing underground utility lines in and adjacent to work area
3.2. Identity impacts to development as part of the design phase as opposed to delegating discovery of impacts to
the contractor.
3.3. If physical impact is suspected such that lowering or relocation is necessary, positively identify the underground
cable by location and depth during the design phase
3.4. Assume locations noted on record drawings are inaccurate.
3.5. Pothole areas of potential conflicts with existing underground utilities.
4. Fleet Mix
4.1. Fleet mix including number of departure operations and allocation of operations to runways
4.2. TFMSC for last five years (calendar or fiscal)
5. Design Standards
5.1. List Advisory Circulars applicable for current project
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 41 of 117
5.2. Identify in table format specific values for critical design standards. For runway projects, include RDC (includes
visibility minimums):
5.3. Design aircraft as identified on the approved ALP (AAC, ADG, TDG)
5.4. Standard dimensional values for safety areas, object free areas, etc.
5.5. Standard geometric values for runways and taxiways
5.6. Standards for surface gradients (longitudinal and transverse)
6. Geometric Improvements
6.1. Identify area were geometric improvements are being made
6.2. Provide a concept drawing in an Appendix with dimensions for the geometry (if there are no preliminary
submittals before the 90% submittal)
6.3. Address fillet design considerations taxiway edge safety margin (TESM)
7. Geotechnical Investigation
7.1. Summarize the geotechnical investigation (pavement cores/soil borings, water table, etc.)
7.2. Summarize the subgrade soils characteristics and properties.
7.3.a. soil classifications, moisture contents, Atterberg limits, etc.
7.4.b. CBR and/or k-value for untreated soil (and for treated soil if lime, fly ash, or cement kiln dust stabilization is
anticipated or is being recommended, etc.).
7.5.c. other geotechnical recommendations such as geotextile fabric/geogrid, subgrade drainage, etc.
7.6.7.3. Include a copy of the Geotechnical Report in an appendix. The Geotechnical Report should include
photographs of each pavement core.
8. Pavement Design
8.1. Fleet mix including number of departure operations (shall match Fleet Mix Table) and allocation of operations
to runways
8.2. Pavement design alternatives with life -cycle analysis and justification for preferred alternative
8.3. Subgrade stabilization
8.4. Underdrain justification and design
8.5. Existing pavement alternatives, if applicable (e.g. disposition or reuse of asphalt millings, crushing PCC
pavement and re -use as base, reclaiming/mixing aggregate base into subgrade).
8.6. Material availability and capacity to deliver
8.7. FAARFIELD program results
8.8. FAA Form 5100-1
8.9. Pavement Condition Number (PCN) calculation results (FAA Form 5010 shall be updated to include the PCN).
Coordinate with FAA Regional Paving Engineer.
9. Pavement Marking
9.1. Discuss paint materials, black outlines, glass beads, etc.
9.2. Show layout of markings conforming to AC 15015340-1
9.3. Address application of temporary marking (CSPP).
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 42 of 117
9.4. Sponsor must conduct a life cycle cost analysis when specifying a higher initial cost item that provides longer
service life.
10.
Drainage Design
10.1.
Delineation of drainage area
10.2.
Existing drainage area characteristics and structures
10.3.
Storm water runoff calculations
10.4.
Inlet and storm sewer system design calculations
10.5.
Detention pond drainage requirement (empty within 48 hours)
10.6.
Subsurface drainage
10.7.
Underdrain system connection to storm sewer system
10.8.
For Iowa airport projects, consult the Iowa SUDAS Design Manual and the Iowa Storm Water Management
Manual
11.
Environmental Considerations
11.1.
Storm water management measures
11.2.
Permits
11.3.
For Iowa airport projects, consult the Iowa Construction Site Erosion Control Manual
11.4.
Remediation (soil, asbestos, etc.), if applicable.
12.
Airfield Lighting and Signage
12.1.
Describe the existing system (age, condition, type)
12.2.
Layout of airfield lights and signage (consult Engineering Brief 92)
12.3.
Electrical vault improvements, if any.
12.4.
Electrical circuit load calculations and summary table
13.
NAVAIDS
13.1.
Provide listing of all NAVAIDS and ownership
13.2.
Identify impacts to FAA -owned navigation aids (physical and outages). Impacts to FAA -owned NAVAIDS may
require a Reimbursable Agreement.
13.3.
Provide design calculations for Sponsor -installed NAVAIDS
13.4.
Include obstacle clearance surfaces verification, (if applicable)
13.5.
For PAR siting, provide a drawing in an Appendix that shows all layout and siting calculations including the
PAR OCS
14. Miscellaneous Work Items
14.1. Address other project related work items such as retroreflective markers, seeding, fencing, etc.
15. Life Cycle Cost Analysis
15.1. Applies whenever Sponsor desires a higher initial cost alternative over a lower cost alternative
15.2. Must use constant dollars (no inflation) and 7% discount rate
15.3. LCCA required for selection of pavement (concrete vs. asphalt)
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 43 of 117
16. Sponsor Requested Modifications to AIP Construction Standards
16.1.
Do not change FAA standards unless absolutely necessary.
16.2.
Contact the FAA Project Manager to discuss prior to submitting MOS request.
16.3.
All MOS request are to be submitted through FAA Airports GIS websile for HQ review.
16.4.
MOS request shall provide description and justification for all sponsor requested modifications to FAA
construction standards.
17.
Delineation of AIP Non -participating work
17.1.
Do not include AIP ineligible work in the project unless it is advantageous to the Federal government.
17.2.
Separately identify all work items that are not eligible for AIP participation.
17.3.
Provide justification for why non -participating work should be allowed as part of an AIP funded project
17.4.
Establish how non -participating work will be separated from AIP work (schedules, line items)
18.
Construction Safety and Phasing
18.1.
Considerations for Airport Operational Safety during Construction
18.2.
Discuss the proposed phasing concept and contractor's access and staging area
18.3.
Avoid providing a lot of detail on safety and phasing in the Report sinceas the Construction Safety and Phasing
Plan (CSPP) will establish the complete requirements for operational safety and phase during construction.
18.4.
Submit the CSPP as a separate document; do not include it in an appendix of the Engineer's Report. It will be
included in appendix of the Project Manual.
19.
Project Schedule
19.1.
Include critical milestone dates as applicable. Refer back to Go Letter, Predesign Minutes.
19.2.
Project initiation
19.3.
Preliminary investigation and design
19.4.
Engineers Report submittal(s)
19.5.
Acquisition and submittal of aeronautical survey data (as applicable)
19.6.
Approach procedure development/amendment (as applicable)
19.7.
Availability of plans and specifications (e.g. 30%, 90%, Final)
19.8.
Bid opening
19.9.
Award of contract
19.10.
NTP
19.11.
Completion
19.12.
Closeout
20. Engineers Estimate of Probable Construction Cost
20.1. Provide an itemized summary of the engineers estimate of probable construction cost.
20.2. Separately identify AIP eligible costs from that of non -eligible costs
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 44 of 117
21. Project Budget Summary
21.1. Provide a project budget summary that identifies all anticipated project costs (Administrative, preliminary,
design, construction and observation/testing services)
22. DBE Participation
22.1. Indicate the status of the Sponsors DBE program (up to date, needs update etc)
22.2. Identify the current year of the 3 year overall goal. (i.e. Year 2 of overall 3 year goal)
22.3. Establish project specific goal based on progress toward meeting 3 year overall goal
Appendices (as applicable)
A. Data Sheet, Predesign Meefing Minutes
B. Project Budget Summary and Engineers Estimate of Probable Construction Cost
C. Geotechnical Investigation Report
D. Aircraft Fleet Mix Table
E. Pavement Design
F. Storm Drainage Calculations
G. Electrical Calculations
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 45 of 117
ATTACHMENT F
FAA CENTRAL REGION STANDARDS FOR CONSTRUCTION OBSERVATION - 2/28114
To attain FAA acceptance, the consulting engineering firm responsible for construction observation services shall prepare a COP
that satisfactory addresses the minimum standards and qualifications for Personnel, Equipment, and Facilities. The COP must
identify the required tests for both quality control and quality acceptance. The COP should also identify the frequency of tests and
any applicable action limits..
At least a minimum of 10 days prior to the preconstruction meeting, the Engineer should submit a project speck construction
observation program to the FAA for review and approval.
I. Construction Observation Program (COP):
The COP shall detail the measures and procedures the Engineer must utilize to comply with quality assurance provisions of the
construction contract, including but not limited to all tests required by the project specifications. The program shall include the
following items as a minimum:
a. Brief narrative that describes the general scope of the project work.
b. Name and title of the Sponsors authorized representative (Airport Manager, City Engineer etc.).
C. Name of Contractor and project Superintendent.
d. Name of Project Engineer/Manager that has overall responsibility for administration of the construction contract.
This person shall have the authority, as described in Section 50-08 of AC 15015370-10, to take necessary
actions to assure compliance with the contract requirements.
e. Name of Resident Observer. Identify the limits of the observer's responsibilities.
f. Name of Sponsor's Quality Assurance testing laboratory and a copy of their certificate of accreditation. For FAA
standard paving materials, the accreditation shall be from a nationally recognized accreditation program
(AASHTO, A21-A, etc.) as opposed to a State Highway program. The laboratory must have proper accreditation
for the specific tests required of the specified material.
g. Name of Contractors Quality Control testing laboratory including a point of contact.
h. Names of any other engineering firms with quality assurance responsibilities for the project. Include a
description of the services each fine will provide.
i. List qualifications for the Project Engineer, site inspectors, laboratory personnel, and testing personnel.
j. Itemized listing of all tests required by the contract specification. Include the type and frequency of required
tests, the method of sampling, the applicable test standard, and the acceptance criteria or tolerances permitted
for each type of test. Refer to the Summary Listing of Tests for AC 15015370-10 (pdf).
k. Identify procedures for assuring that:
• Tests are taken in accordance with the approved construction observation program;
• Tests are documented properly;
• Corrective actions / retesting is taken for failed tests;
• Mix designs meet project specifications. Include documentation of Engineers approval,
• Quality and quantity of materials meet project requirements;
• Reports are transmitted to proper parties.
It. Engineer's Field Office and Laboratory, Equipment and Contract Documents
a. The Engineer must assure that a facility suitable for use as a field office and laboratory is provided for within the
construction contract documents (Ref. Section 60-05).
b. The Engineer must assure that necessary equipment required for surveying, material testing, and project
inspection is available and is in proper working order.
C. The Engineer shall assure that approved plans and/or specifications are available to construction observation
and testing laboratory personnel employed by the Engineer or working under contract with the Engineer.
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 46 of 117
III. Personnel Qualifications
a. Project Engineer/Manager: The Project Engineer/Manager shall be a Professional Engineer, licensed in the
state where construction takes place (or a reciprocal state), and shall have overall responsibility for construction
observation of the project.
• The project engineer must be on the project site at the beginning of any critical operations and shall
supervise all additional construction observation personnel. Define critical operations in the
Construction Observation Program (COP).
• The engineer shall have authority to make decisions regarding the project, subject to approval of the
sponsor/owner and the FAA. The Project Engineer must sign all official project documents (i.e.
change orders, inspection reports, etc.).
• Unless otherwise approved by the FAA, the Project Engineer shall meet the following minimum
requirements:
1) Earthwork - 3 years experience in earthwork construction.
2) Base and Subbase - 3 years experience in base and subbase construction
3) Concrete or Asphalt - 5 years experience in airport or highway pavement construction.
b. Resident Observer The engineering consulting firm may supplement the Project Engineer with a Resident
Observer. The use of a Resident Observer may not diminish the responsibility of the Project Engineer. The
Project Engineer must be present at the start of all critical operations. The Resident Observer may assist the
Project Engineer with construction observation but must not assume the overall responsibility of the Project
Engineer. The qualifications for construction observation personnel will vary depending upon the material being
placed. We recommend a minimum of two years experience. Refer to the minimum standards for materials to
ascertain the minimum qualifications for the resident observer.
C. Field Testino Personnel: Unless otherwise specified, field-testing personnel shall have a minimum of one-year
experience in field-testing of the material being placed or constructed. In lieu of working experience, a certificate
of completion from an acceptable training course is acceptable subject to FAA approval.
d. Laboratory Personnel: The supervisors of the main testing laboratory and field laboratory shall have as a
minimum; two years of prior employment with the official project testing laboratory or other testing laboratories
with approved accreditation. The supervisor is ultimately responsible for the testing activity, but need not be
present for field sampling or field-testing.
IV. Testing Laboratory
a. The laboratory furnishing testing services for the project must have a current accreditation by a nationally
recognized accreditation program (i.e. AASHTO, A2LA). If a testing laboratory can show evidence that it has
applied for and paid necessary fees to an acceptable laboratory accreditation program, such evidence may
satisfy this requirement on an interim basis. The laboratory accreditation must address the tests required in the
project.
b. Testing functions occurring in the field such as density testing, material sampling, or specimen preparation may
be performed by accredited laboratory personnel or other qualified personnel. Field-testing personnel shall have
as a minimum, one year of experience with the appropriate material and construction methods.
V. Surveying
a. The surveying included in this portion of the observation program is limited to that required for construction of
the project. The Project Engineer should have access to all field notes and data collected during design
regardless of who designed the project. The survey party shall consist of a qualified party chief and survey
crew. All survey equipment must be in proper working operation prior to use. If property surveying is required,
the party chief must be a registered land surveyor.
b. Horizontal and Vertical Control: Per Section 50-06 of AC 150/5370-10, the Sponsor's engineer is responsible for
establishing horizontal and vertical control. Occasional spot check should be required to assure the integrity of
the control monuments. Due to accuracy requirements for aeronautical information, the construction
monuments for runway projects must be tied into the National Geodetic Service (NGS) National Spatial
Reference System (NSRS). For horizontal control, the referenced datum must be NAD83. For vertical control,
the referenced datum must be NAVD88. The contractor must adequately protect the construction monuments
throughout the duration of the project.
C. Construction Layout and Staking: The Contractor shall accomplish construction layout and staking by using
horizontal and vertical control monuments established by the Sponsor's surveyor. The Sponsor should avoid
situations that use the engineering consultant to accomplish construction layout and staking. The responsibility
and risk associated with construction layout and staking must remain with the Contractor.
d. During the course of the project work, the Sponsor's survey party shall make spot checks on alignment, verify
proper cross sections of the completed pavement layers (subgrade, subbase, base course and surface course)
and verify final cross sections for computing final pay quantities.
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 47 of 117
VI. Construction Observation and Material Testing
a. Subgmde, Subbase, and Base Course Construction Personnel.
1. Field Construction Observer: The Sponsors Engineer shall provide at least one on site construction
observer per shift with a minimum of 2 years experience in earthwork, and aggregate subbase/base
course construction. Subject to FAA approval, the observer may substitute up to one year of
experience with a four-year college degree in engineering or a certificate of completion from an
acceptable training course. If additional assistant construction observers are necessary, they shall
have a working knowledge of earthwork and subbase/base coarse construction procedures.
2. Field Testing Personnel: Unless otherwise specified, field testing personnel shall have a minimum of
one year experience in field testing of subgrade, subbase, and base courses. In lieu of working
experience and subject to FAA approval, it may be acceptable to reference a certificate of completion
from an acceptable training course.
3. Laboratory Personnel: The supervisor(s) of the main testing laboratory and field laboratory shall have
as a minimum; two years of prior employment with the official project testing laboratory or other
testing laboratories with approved accreditation. The supervisor is ultimately responsible for the
testing activity, but need not be present for field sampling or field testing.
b. Bituminous Paving Observation Personnel.
1. Field and Plant Inspectors: The Sponsor's Engineer shall furnish a sufficient number of observers to
adequately observe plant and field lay down operations. A minimum of one on site observer per shift
shall have at least five years of experience in the field of bituminous pavement construction. Subject
to FAA approval, the inspector may substitute up to one year of experience with four-year college
degree in engineering or a certificate of completion from an acceptable training course. Assistant
observers must have a working knowledge of the appropriate construction procedures. This includes
observers for construction of bituminous seal coats and surface courses.
2. Field Testing Personnel: Unless otherwise specified, field-testing personnel shall have a minimum of
one year experience in field testing and sampling of bituminous concrete. In lieu of working
experience and subject to FAA approval, a certificate of completion from an acceptable training
course may be accepted.
3. Laboratory Personnel: The supervisor(s) of the main laboratory and field laboratory shall have a
minimum of two years of supervisory employment with this laboratory or other laboratories with
approved accreditation. Additional laboratory personnel shall have a working knowledge of
bituminous mixture testing. The supervisor is ultimately responsible for the testing activity, but need
not be present for field sampling or field testing.
Concrete Paving and Structural Concrete Observation Personnel
Field Observers: The Sponsors Engineer shall furnish a sufficient number of observers to adequately
observe plant and field placement operations. A minimum of one on site observer per shift shall have
at least 5 years experience in concrete pavement construction. Subject to FAA approval, the observer
may substitute up to one year of experience with a four year college degree in engineering or a
certificate of completion from an acceptable training course. The observer shall be on site during the
placing, initial sawing and initial curing operations. Additional assistant observers shall have a
working knowledge of concrete paving procedures.
2. Field Testing Personnel: Unless otherwise specified, field-testing personnel shall have a minimum of
one-year experience in field testing and sampling of Portland cement concrete (PCC). In lieu of
working experience and subject to FAA approval, the testing personnel may substitute the experience
with a certificate of completion.
3. Testing Laboratory Personnel: The supervisor of the main laboratory and field laboratory shall have a
minimum of two years of employment with this laboratory or other laboratories that have approved
accreditation. Additional laboratory personnel shall have a working knowledge of concrete testing.
The supervisor is ultimately responsible for the testing activity, but need not be present for field
sampling or field-testing.
d. Manufactured Materials: For manufactured items such as cement, asphalt, steel, lime, flyash and etc., the
Project Engineer may accept the vendors certification that the materials meet the specifications. The Project
Engineer may also require testing of the material to assure compliance to the specifications.
e. Report of Test Results to the Contractor: The Project Engineer, or designee, shall verbally notify the Contractor
of the test results immediately after the tests are complete. The information shall include the results of the tests
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 48 of 117
and any payment deductions due to substandard construction materials. In no case shall the Contractor receive
notice more than 4 working hours after the test results are complete. Provide additional written notification to the
Contractor within 7 days after the tests are complete.
Retestina: The testing laboratory shall provide written notification to the Sponsor and the Contractor of
additional costs incurred from retesting of failed materials and additional quality assurance tests.
VII. Reports
a. Weekly Reports: The consultant shall prepare and submit a weekly construction progress and inspection report
conforming to FAA forth 5370-1. An equivalent format is acceptable provided the substitute format addresses
the same information. Record and file tests reports in a timely and orderly manner. Tests reports shall include
type of tests taken, applicable standards, location of tests, tests results (highlighting those test which fail
specification requirements), provisions for failed tests, and specification requirements. Test reports must be
made available for FAA review upon request.
b. Final Report: At the end of the project, the Project Engineer shall submit a final test and quality control report
that documents the results of all tests performed. Highlight tests that failed or did not meet the applicable test
standard and note corrective action and re -testing results. The report shall include any applied pay reduction
and justification for accepting any out -of -tolerance materials.
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 49 of 117
ATTACHMENT G
REQUIRED CONTRACT PROVISIONS FOR AIRPORT IMPROVEMENT PROGRAM AND FOR OBLIGATED SPONSORS
REQUIRED FEDERAL CLAUSES FOR PROFESSIONAL SERVICES CONTRACTS
INDEX
1. ACCESS TO RECORDS AND REPORTS (Reference: 2 CFR § 200.333, 2 CFR § 200.336)
2. BREACH OF CONTRACT TERMS (Reference 2 CFR § 200 Appendix II (A))
3. CIVIL RIGHTS GENERAL (Reference: 49 USC § 47123)
4. CIVIL RIGHTS - TITLE VI ASSURANCE (Reference: 49 USC § 47123)
5. CLEAN AIR AND WATER POLLUTION CONTROL (Reference: 2 CFR § 200 Appendix II (G))
6. CONTRACT WORK HOURS AND SAFETY STANDARDS (Reference: 2 CFR Part 200,
Appendix II (E), 2 CFR § 5.5 (b), 40 USC § 3702, 40 USC § 3704)
7. DEBARMENT AND SUSPENSION (Reference: 2 CFR PART 180 (Subpart C), 2 CFR Part 1200,
DOT Order 4200.5)
8. DISADVANTAGED BUSINESS ENTERPRISE (Reference: 49 CFR Part 26)
9. DISTRACTED DRIVING (Reference: Executive Order 13513 and DOT Order 3902.10)
10. DOMESTIC PREFERENCES FOR PROCURMENTS (2 CFR § 200.322, 2 CFR Part 200,
Appendix II (L))
11. EQUAL EMPLOYMENT OPPORTUNITY (EEO) (Reference: 2 CFR 200, Appendix II(C), 41 CFR
§ 60-1.4, 41 CFR § 60-4.3, and Executive Order 11246)
12. FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) (Reference: 29 USC
§ 201, et. seq.)
13. FOREIGN TRADE RESTRICTION CLAUSE (Reference: 49 USC § 50104 and 49 CFR Part 30)
14. LOBBYING AND INFLUENCING FEDERAL EMPLOYEES (Reference: 31 U.S.C. § 1352,2 CFR
Part 200, Appendix II (J), 49 CFR Part 20, Appendix A)
15. OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 (Reference 20 CFR Part 1910)
16. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE
SERVICES OR EQUIPMENT (Reference: 2 CFR § 200 Appendix II(K) and 2 CFR § 200.216)
17. RIGHTS TO INVENTIONS (Reference: 2 CFR § 200, Appendix II (F) and 37 CFR § 401)
18. SEISMIC SAFETY (Reference: 49 CFR Part 41)
19. TAX DELINQUENCY AND FELONY CONVICTION (Reference: Sections 8113 of the
Consolidated Appropriations Act, 2022 (Pub. L. 117-103) and DOT Order 4200.6)
20. TERMINATION OF CONTRACT (Reference: 2 CFR § 200 Appendix II (B))
21. VETERAN'S PREFERENCE (Reference: 49 USC § 47112(C))
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 50 of 117
ACCESS TO RECORDS AND REPORTS
Reference: 2 CFR § 200.334, 2 CFR § 200.337, and FAA Order 5100.38
The Contractor must maintain an acceptable cost accounting system. The Contractor agrees to provide the Owner,
the Federal Aviation Administration and the Comptroller General of the United States or any of their duly
authorized representatives access to any books, documents, papers and records of the Contractor which are directly
pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The
Contractor agrees to maintain all books, records and reports required under this contract for a period of not less
than three years after final payment is made and all pending matters are closed
BREACH OFCONTRACTTERMS
Reference: 2 CFR § 200 Appendix II(A)
Any violation or breach of terms of this contract on the part of the Contractor or its subcontractors may result in
the suspension or termination of this contract or such other action that may be necessary to enforce the rights of
the parties of this agreement.
Owner will provide Contractor written notice that describes the nature of the breach and corrective actions the
Contractor must undertake in order to avoid termination of the contract. Owner reserves the right to withhold
payments to Contractor until such time the Contractor corrects the breach or the Owner elects to terminate the
contract. The Owner's notice will identify a specific date by which the Contractor must correct the breach. Owner
may proceed with termination of the contract if the Contractor fails to correct the breach by the deadline
indicated in the Owner's notice.
The duties and obligations imposed by the Contract Documents and the rights and remedies available
thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise
imposed or available by law.
CIVIL RIGHTS — GENERAL
Reference: 49 USC § 47123
In all its activities within the scope of its airport program, the Contractor agrees to comply with pertinent statutes,
Executive Orders, and such rules as identified in Title VI List of Pertinent Nondiscrimination Acts and Authorities
to ensure that no person shall, on the grounds of race, color, national origin (including limited English
proficiency), creed, sex (including sexual orientation and gender identity), age, or disability be excluded from
participating in any activity conducted with or benefiting from Federal assistance.
This provision is in addition to that required by Title VI of the Civil Rights Act of 1964.
CIVIL RIGHTS —TITLE VI ASSURANCES
Reference: 49 USC § 47123 and FAA Order 1400.11
Title VI Solicitation Notice
The Sponsor, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42
USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will
affirmatively ensure that for any contract entered into pursuant to this advertisement, [select businesses,
or disadvantaged business enterprises or airport concession disadvantaged business enterprises] will be
afforded full and fair opportunity to submit bids in response to this invitation and no businesses will be
discriminated against on the grounds of race, color, national origin (including limited English proficiency),
creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an
award.
Title VI List of Pertinent Nondiscrimination Acts and Authorities
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 51 of 117
During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest
(hereinafter referred to as the "Contractor") agrees to comply with the following non-discrimination
statutes and authorities; including but not limited to:
• Title VI of the Civil Rights Act of 1964 (42 USC § 2000d et seq., 78 stat. 252) (prohibits
discrimination on the basis of race, color, national origin);
• 49 CFR part 21(Non-discrimination in Federally -Assisted programs of the Department of
Transportation —Effectuation of Title VI of the Civil Rights Act of 1964);
• The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 USC
§ 4601) (prohibits unfair treatment of persons displaced or whose property has been acquired
because of Federal or Federal -aid programs and projects);
• Section 504 of the Rehabilitation Act of 1973 (29 USC § 794 et sec.), as amended (prohibits
discrimination on the basis of disability); and 49 CFR part 27 (Nondiscrimination on the Basis of
Disability in Programs or Activities Receiving Federal Financial Assistance);
• The Age Discrimination Act of 1975, as amended (42 USC § 6101 et seq.) (prohibits
discrimination on the basis of age);
• Airport and Airway Improvement Act of 1982 (49 USC § 47123), as amended (prohibits
discrimination based on race, creed, color, national origin, or sex);
• The Civil Rights Restoration Act of 1987 (PL 100-259) (broadened the scope, coverage and
applicability of Title VI of the Civil Rights Act of 1964, the Age Discrimination Act of 1975 and
Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms
"programs or activities" to include all of the programs or activities of the Federal -aid recipients,
sub -recipients and contractors, whether such programs or activities are Federally funded or
not);
• Titles II and III of the Americans with Disabilities Act of 1990 (42 USC § 12101, et seq) (prohibit
discrimination on the basis of disability in the operation of public entities, public and private
transportation systems, places of public accommodation, and certain testing entities) as
implemented by U.S. Department of Transportation regulations at 49 CFR parts 37 and 38;
• The Federal Aviation Administration's Nondiscrimination statute (49 USC § 47123) (prohibits
discrimination on the basis of race, color, national origin, and sex);
• Executive Order 12898, Federal Actions to Address Environmental Justice in Minority
Populations and Low -Income Populations (ensures nondiscrimination against minority
populations by discouraging programs, policies, and activities with disproportionately high and
adverse human health or environmental effects on minority and low-income populations);
• Executive Order 13166, Improving Access to Services for Persons with Limited English
Proficiency, and resulting agency guidance, national origin discrimination includes
discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI,
you must take reasonable steps to ensure that LEP persons have meaningful access to your
programs [70 Fed. Reg. 74087 (2005)];
• Title IX of the Education Amendments of 1972, as amended, which prohibits you from
discriminating because of sex in education programs or activities (20 USC § 1681, et seq).
Compliance with Nondiscrimination Requirements
During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest
(hereinafter referred to as the "Contractor"), agrees as follows:
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 52 of 117
1. Compliance with Regulations: The Contractor (hereinafter includes consultants) will comply with
the Title VI List of Pertinent Nondiscrimination Ads and Authorities, as they may be amended from
time to time, which are herein incorporated by reference and made a part of this contract.
2. Non-discrimination: The Contractor, with regard to the work performed by it during the contract,
will not discriminate on the grounds of race, color, national origin (including limited English
proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in the
selection and retention of subcontractors, including procurements of materials and leases of
equipment. The Contractor will not participate directly or indirectly in the discrimination prohibited
by the Nondiscrimination Acts and Authorities, including employment practices when the contract
covers any activity, project, or program set forth in Appendix B of 49 CFR part 21.
3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all
solicitations, either by competitive bidding or negotiation made by the Contractor for work to be
performed under a subcontract, including procurements of materials, or leases of equipment, each
potential subcontractor or supplier will be notified by the Contractor of the contractor's obligations
under this contract and the Nondiscrimination Acts and Authorities on the grounds of race, color, or
national origin.
4. Information and Reports: The Contractor will provide all information and reports required by the
Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books,
records, accounts, other sources of information, and its facilities as may be determined by the
Sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such
Nondiscrimination Acts and Authorities and instructions. Where any information required of a
contractor is in the exclusive possession of another who fails or refuses to furnish the information,
the Contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate,
and will set forth what efforts it has made to obtain the information.
5. Sanctions for Noncompliance: In the event of a Contractor's noncompliance with the non-
discrimination provisions of this contract, the Sponsor will impose such contract sanctions as it or
the Federal Aviation Administration may determine to be appropriate, including, but not limited to:
a. Withholding payments to the Contractor under the contract until the Contractor complies;
and/or
b. Cancelling, terminating, or suspending a contract, in whole or in part.
6. Incorporation of Provisions: The Contractor will include the provisions of paragraphs one through
six in every subcontract, including procurements of materials and leases of equipment, unless
exempt by the Acts, the Regulations, and directives issued pursuant thereto. The Contractor will
take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation
Administration may direct as a means of enforcing such provisions including sanctions for
noncompliance. Provided, that if the Contractor becomes involved in, or is threatened with
litigation by a subcontractor, or supplier because of such direction, the Contractor may request the
Sponsor to enter into any litigation to protect the interests of the Sponsor. In addition, the
Contractor may request the United States to enter into the litigation to protect the interests of the
United States.
CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS
Reference: 2 CFR Part 200, Appendix II(E), 2 CFR § 5.5(b), 40 USC § 3702, and 40 USC § 3704
1. Overtime Requirements.
No contractor or subcontractor contracting for any part of the contract work which may require or involve the
employment of laborers or mechanics shall require or permit any such laborer or mechanic, including
watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 53 of 117
hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and
one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.
2. Violation; Liability for Unpaid Wages; Liquidated Damages.
In the event of any violation of the clause set forth in paragraph (1) of this clause, the Contractor and any
subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and
subcontractor shall be liable to the United States (in the case of work done under contract for the District of
Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages
shall be computed with respect to each individual laborer or mechanic, including watchmen and guards,
employed in violation of the clause set forth in paragraph (1) of this clause, in the sum of $29 for each calendar
day on which such individual was required or permitted to work in excess of the standard workweek of forty
hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this clause.
3. Withholding for Unpaid Wages and Liquidated Damages.
The Federal Aviation Administration (FAA) or the Owner shall upon its own action or upon written request of an
authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys
payable on account of work performed by the contractor or subcontractor under any such contract or any other
Federal contract with the same prime contractor, or any other federally -assisted contract subject to the
Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may
be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages
and liquidated damages as provided in the clause set forth in paragraph (2) of this clause.
4. Subcontractors.
The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through
(4) and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The
prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the
clauses set forth in paragraphs (1) through (4) of this clause.
CLEAN AIR AND WATER POLLUTION CONTROL
References: 2 CFR § 200 Appendix II(G), 42 USC § 7401, et seq, and 33 USC § 1251, et seq
Contractor agrees to comply with all applicable standards, orders, and regulations issued pursuant to the Clean Air
Act (42 USC §§ 7401-7671q) and the Federal Water Pollution Control Act as amended (33 USC §§ 1251-1387). The
Contractor agrees to report any violation to the Owner immediately upon discovery. The Owner assumes
responsibility for notifying the Environmental Protection Agency (EPA) and the Federal Aviation Administration.
Contractor must include this requirement in all subcontracts that exceed $150,000.
DEBARM ENT AN D SUSPENSION
Reference: 2 CFR Part 180 (Subpart C), 2 CFR Part 200, Appendix II(H), 2 CFR Part 1200, DOT Order 4200.5, and
Executive Orders 12549 and 12689
Certification of Bidder/Offeror Regarding Debarment
By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its
principals are presently debarred or suspended by any Federal department or agency from participation in
this transaction.
Certification of Lower Tier Contractors Regarding Debarment
The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered
transaction", must verify each lower tier participant of a "covered transaction' under the project is not
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 54 of 117
presently debarred or otherwise disqualified from participation in this federally assisted project. The
successful bidder will accomplish this by:
1. Checking the System for Award Management at website: http://www.sam.gov.
2. Collecting a certification statement similar to the Certification of Offeror /Bidder Regarding Debarment,
above.
3. Inserting a clause or condition in the covered transaction with the lower tier contract.
If the Federal Aviation Administration later determines that a lower tier participant failed to disclose to a higher
tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may
pursue any available remedies, including suspension and debarment of the non -compliant participant.
DISADVANTAGED BUSINESS ENTERPRISE
Reference: 49 CFR Part 26
Solicitation Language (Solicitations that include a Contract Goal)
Bid Information Submitted as a matter of responsiveness:
The Owner's award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort
requirements of 49 CFR §26.53.
As a condition of bid responsiveness, the Bidder or Offeror must submit the following information with its
proposal on the forms provided herein:
1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will
participate in the contract;
2) A description of the work that each DBE firm will perform;
3) The dollar amount of the participation of each DBE firm listed under (1)
4) Written statement from Bidder or Offeror that attests their commitment to use the DBE
firm(s) listed under (1) to meet the Owner's project goal
5) Written confirmation from each listed DBE firm that it is participating in the contract in the
kind and amount of work provided in the prime contractor's commitment; and
6) If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith
efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. The
documentation of good faith efforts must include copies of each DBE and non -DBE
subcontractor quote submitted to the bidder when a non -DBE subcontractor was selected
over a DBE for work on the contract.
Bid Information submitted as a matter of responsibility:
The Owner's award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort
requirements of 49 CFR §26.53.
As a condition of responsibility, every Bidder or Offeror must submit the following information on the
forms provided herein within five days after bid opening.
1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will
participate in the contract;
2) A description of the work that each DBE firm will perform;
3) The dollar amount of the participation of each DBE firm listed under (1)
4) Written statement from Bidder or Offeror that attests their commitment to use the DBE
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 55 of 117
firm(s) listed under (1) to meet the Owner's project goal
5) Written confirmation from each listed DBE firm that it is participating in the contract in the
kind and amount of work provided in the prime contractors commitment; and
6) If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith
efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. The
documentation of good faith efforts must include copies of each DBE and non -DBE
subcontractor quote submitted to the bidder when a non -DBE subcontractor was selected
over a DBE for work on the contract
Race/Gender Neutral Means
The requirements of 49 CFR part 26 apply to this contract. It is the policy of the Owner to practice
nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. The
Owner encourages participation by all firms qualifying under this solicitation regardless of business size or
ownership.
Contract Assurance 149 CFR § 26.13)
The Contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or
sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR part 26
in the award and administration of DOT -assisted contracts. Failure by the Contractor to carry out these
requirements is a material breach of this contract, which may result in the termination of this contract or such
other remedy as the Owner deems appropriate, which may include, but is not limited to:
I)Withholding monthly progress payments;
2)Assessing sanctions;
3)Uquidated damages; and/or
4)Disqualifying the Contractor from future bidding as non -responsible
Prompt Pavment l49 CFR 426.29
The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of
its contract no later than thirty (30) calendar days from the receipt of each payment the prime contractor
receives from the Owner. The prime contractor agrees further to return retainage payments to each
subcontractor within thirty (30) calendar days after the subcontractors work is satisfactorily completed. Any
delay or postponement of payment from the above referenced time frame may occur only for good cause
following written approval of the Owner. This clause applies to both DBE and non -DBE subcontractors.
Termination of DBE Subcontracts (49 CFR §26.53M)
The prime contractor must not terminate a DBE subcontractor listed in response to section Solicitation Language (or
an approved substitute DBE firm) without prior written consent of the Owner. This includes, but is not limited to,
instances in which the prime contractor seeks to perform work originally designated for a DBE subcontractor with its
own forces or those of an affiliate, a non -DBE firm, or with another DBE firm.
The prime contractor shall utilize the specific DBEs listed to perform the work and supply the materials for which
each is listed unless the contractor obtains written consent the Owner. Unless the Owner consent is provided, the
prime contractor shall not be entitled to any payment for work or material unless it is performed or supplied by the
listed DBE.
The Owner may provide such written consent only if the Owner agrees, for reasons stated in the concurrence
document, that the prime contractor has good cause to terminate the DBE firm. For purposes of this paragraph,
good cause includes the circumstances listed in 49 CFR §26.53.
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 56 of 117
Before transmitting to the Owner its request to terminate and/or substitute a DBE subcontractor, the prime
contractor must give notice in writing to the DBE subcontractor, with a copy to the Owner, of its intent to request to
terminate and/or substitute, and the reason for the request.
The prime contractor must give the DBE five days to respond to the prime contractor's notice and advise the Owner
and the contractor of the reasons, if any, why it objects to the proposed termination of its subcontract and why the
Owner should not approve the prime contractor's action. If required in a particular case as a matter of public
necessity (e.g., safety), the Owner may provide a response period shorter than five days.
In addition to post -award terminations, the provisions of this section apply to preaward deletions of or substitutions
for DBE firms put forward by offerors in negotiated procurements.
DISTRACTED DRIVING
Reference: Executive Order 13513 and DOT Order 3902.10
In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving',
(10/1/2009) and DOT Order 3902.10, "Text Messaging While Driving", (12/30/2009), the Federal Aviation
Administration encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease
crashes by distracted drivers, including policies to ban text messaging while driving when performing work related
to a grant or subgrant.
In support of this initiative, the Owner encourages the Contractor to promote policies and initiatives for its
employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text
messaging while driving motor vehicles while performing work activities associated with the project. The Contractor
must include the substance of this clause in all sub -tier contracts exceeding $10,000 that involve driving a motor
vehicle in performance of work activities associated with the project.
DOMESTIC PREFERENCES FOR PROCUREMENTS
Reference: 2 CFR § 200.322, 2 CFR Part 200, Appendix II(L)
The Bidder or Offeror certifies by signing and submitting this bid or proposal that, to the greatest extent
practicable, the Bidder or Offeror has provided a preference for the purchase, acquisition, or use of goods,
products, or materials produced in the United States (including, but not limited to, iron, aluminum, steel, cement,
and other manufactured products) in compliance with 2 CFR § 200.322.
EQUAL EMPLOYMENT OPPORTUNITY (EEO)
Reference: 2 CFR 200, Appendix II(C), 41 CFR § 60-1.4, 41 CFR § 60-4.3, and Executive Order 11246
Equal Opportunity Clause
During the performance of this contract, the Contractor agrees as follows:
(1) The Contractor will not discriminate against any employee or applicant for employment because of race,
color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative
action to ensure that applicants are employed, and that employees are treated during employment, without
regard to their race, color, religion, sex, sexual orientation, gender identify, or national origin. Such action shall
include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; layoff, or termination; rates of pay or other forms of compensation; and selection for
training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees
and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination
clause.
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 57 of 117
(2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the
Contractor, state that all qualified applicants will receive consideration for employment without regard to race,
color, religion, sex, sexual orientation, gender identity, or national origin.
(3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for
employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of
the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an
employee who has access to the compensation information of other employees or applicants as a part of such
employee's essential job functions discloses the compensation of such other employees or applicants to individuals
who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint
or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted
by the employer, or is consistent with the contractor's legal duty to furnish information.
(4) The Contractor will send to each labor union or representative of workers with which it has a collective
bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting
officer, advising the labor union or workers' representative of the Contractor's commitments under this section
202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places
available to employees and applicants for employment.
(5) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the
rules, regulations, and relevant orders of the Secretary of Labor.
(6) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24,
1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit
access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of
investigation to ascertain compliance with such rules, regulations, and orders.
(7) In the event of the Contractors noncompliance with the nondiscrimination clauses of this contract or with
any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in
part and the Contractor may be declared ineligible for further Government contracts in accordance with
procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be
imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule,
regulation, or order of the Secretary of Labor, or as otherwise provided by law.
(8) The Contractor will include the provisions of paragraphs (1) through (8) in every subcontract or purchase
order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of
Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor
or vendor. The Contractor will take such action with respect to any subcontract or purchase order as may be
directed by the Secretary of Labor as a means of enforcing such provisions, including sanctions for
noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with,
litigation with a subcontractor or vendor as a result of such direction, the Contractor may request the United
States to enter into such litigation to protect the interests of the United States.
Standard Federal Equal Employment Opportunity Construction Contract Specifications
1. As used in these specifications:
a. "Covered area" means the geographical area described in the solicitation from which this
contract resulted;
b. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S.
Department of Labor, or any person to whom the Director delegates authority;
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 58 of 117
C. "Employer identification number" means the Federal social security number used on the
Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941;
d. "Minority" includes:
(1) Black (all persons having origins in any of the Black African racial groups not of
Hispanic origin);
(2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South
American, or other Spanish culture or origin regardless of race);
(3) Asian and Pacific Islander (all persons having origins in any of the original
peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific
Islands); and
(4) American Indian or Alaskan native (all persons having origins in any of the original
peoples of North America and maintaining identifiable tribal affiliations through
membership and participation or community identification).
2. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any
construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these
specifications and the Notice which contains the applicable goals for minority and female participation and
which is set forth in the solicitations from which this contract resulted.
3. If the Contractor is participating (pursuant to 41 CFR part 60-4.5) in a Hometown Plan approved by the U.S.
Department of Labor in the covered area either individually or through an association, its affirmative action
obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan
for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their
participation in and compliance with the provisions of any such Hometown Plan. Each contractor or
subcontractor participating in an approved plan is individually required to comply with its obligations under
the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it
has employees. The overall good faith performance by other contractors or subcontractors toward a goal in
an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith
efforts to achieve the Plan goals and timetables.
4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through
7p of these specifications. The goals set forth in the solicitation from which this contract resulted are
expressed as percentages of the total hours of employment and training of minority and female utilization
the Contractor should reasonably be able to achieve in each construction trade in which it has employees in
the covered area. Covered construction contractors performing construction work in a geographical area
where they do not have a Federal or federally assisted construction contract shall apply the minority and
female goals established for the geographical area where the work is being performed. Goals are published
periodically in the Federal Register in notice form, and such notices may be obtained from any Office of
Federal Contract Compliance Programs office or from Federal procurement contracting officers. The
Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the
period specified.
5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the
Contractor has a collective bargaining agreement to refer either minorities or women shall excuse the
Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated
pursuant thereto.
6. In order for the non -working training hours of apprentices and trainees to be counted in meeting the goals,
such apprentices and trainees shall be employed by the Contractor during the training period and the
Contractor shall have made a commitment to employ the apprentices and trainees at the completion of their
training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 59 of 117
training programs approved by the U.S. Department of Labor.
The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The
evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve
maximum results from its actions. The Contractor shall document these efforts fully and shall implement
affirmative action steps at least as extensive as the following:
a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all
sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor,
where possible, will assign two or more women to each construction project. The Contractor shall
specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware
of and carry out the Contractors obligation to maintain such a working environment, with specific
attention to minority or female individuals working at such sites or in such facilities.
b. Establish and maintain a current list of minority and female recruitment sources, provide written
notification to minority and female recruitment sources and to community organizations when the
Contractor or its unions have employment opportunities available, and maintain a record of the
organizations' responses.
C. Maintain a current file of the names, addresses, and telephone numbers of each minority and female
off -the -street applicant and minority or female referral from a union, a recruitment source, or community
organization and of what action was taken with respect to each such individual. If such individual was
sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if
referred, not employed by the Contractor, this shall be documented in the file with the reason therefore
along with whatever additional actions the Contractor may have taken.
d. Provide immediate written notification to the Director when the union or unions with which the
Contractor has a collective bargaining agreement has not referred to the Contractor a minority person
or female sent by the Contractor, or when the Contractor has other information that the union referral
process has impeded the Contractor's efforts to meet its obligations.
e. Develop on-the-job training opportunities and/or participate in training programs for the area which
expressly include minorities and women, including upgrading programs and apprenticeship and trainee
programs relevant to the Contractor's employment needs, especially those programs funded or approved
by the Department of Labor. The Contractor shall provide notice of these programs to the sources
compiled under 7b above.
f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training
programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by
including it in any policy manual and collective bargaining agreement; by publicizing it in the company
newspaper, annual report, etc.; by specific review of the policy with all management personnel and
with all minority and female employees at least once a year; and by posting the company EEO policy on
bulletin boards accessible to all employees at each location where construction work is performed.
g. Review, at least annually, the company's EEO policy and affirmative action obligations under these
specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or
other employment decisions, including specific review of these items, with onsite supervisory personnel
such superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A
written record shall be made and maintained identifying the time and place of these meetings, persons
attending, subject matter discussed, and disposition of the subject matter.
h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news
media, specifically including minority and female news media, and providing written notification to
and discussing the Contractor's EEO policy with other contractors and subcontractors with whom the
Contractor does or anticipates doing business.
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 60 of 117
i. Direct its recruitment efforts, both oral and written, to minority, female, and community
organizations, to schools with minority and female students; and to minority and female recruitment and
training organizations serving the Contractor's recruitment area and employment needs. Not later than
one month prior to the date for the acceptance of applications for apprenticeship or other training by any
recruitment source, the Contractor shall send written notification to organizations, such as the above,
describing the openings, screening procedures, and tests to be used in the selection process.
j. Encourage present minority and female employees to recruit other minority persons and women
and, where reasonable, provide after school, summer, and vacation employment to minority and
female youth both on the site and in other areas of a contractor's workforce.
k. Validate all tests and other selection requirements where there is an obligation to do so under
41 CFR part 60-3.
I. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel,
for promotional opportunities and encourage these employees to seek or to prepare for, through
appropriate training, etc., such opportunities.
M. Ensure that seniority practices, job classifications, work assignments, and other personnel
practices do not have a discriminatory effect by continually monitoring all personnel and employment
related activities to ensure that the EEO policy and the Contractor's obligations under these
specifications are being carried out.
n. Ensure that all facilities and company activities are non -segregated except that separate or single
user toilet and necessary changing facilities shall be provided to assure privacy between the sexes.
0. Document and maintain a record of all solicitations of offers for subcontracts from minority and
female construction contractors and suppliers, including circulation of solicitations to minority and
female contractor associations and other business associations.
p. Conduct a review, at least annually, of all supervisors adherence to and performance under the
Contractor's EEO policies and affirmative action obligations.
8. Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or more
of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor
union, contractor community, or other similar groups of which the Contractor is a member and participant
may be asserted as fulfilling any one or more of its obligations under 7a through 7p of these specifications
provided that the Contractor actively participates in the group, makes every effort to assure that the group
has a positive impact on the employment of minorities and women in the industry, ensures that the concrete
benefits of the program are reflected in the Contractor's minority and female workforce participation, makes
a good faith effort to meet its individual goals and timetables, and can provide access to documentation
which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply,
however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the
Contractor's noncompliance.
9. A single goal for minorities and a separate single goal for women have been established. The Contractor,
however, is required to provide equal employment opportunity and to take affirmative action for all minority
groups, both male and female, and all women, both minority and non -minority. Consequently, if the
particular group is employed in a substantially disparate manner (for example, even though the Contractor
has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a
specific minority group of women is underutilized).
10. The Contractor shall not use the goals and timetables or affirmative action standards to
discriminate against any person because of race, color, religion, sex, or national origin.
11. The Contractor shall not enter into any subcontract with any person or firm debarred from
Government contracts pursuant to Executive Order 11246.
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 61 of 117
12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of
the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as
may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing
regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out
such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as
amended.
13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific
affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these
specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If
the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations,
or these specifications, the Director shall proceed in accordance with 41 CFR part 60-4.8.
14. The Contractor shall designate a responsible official to monitor all employment related activity to
ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof
as may be required by the Government, and to keep records. Records shall at least include for each
employee, the name, address, telephone number, construction trade, union affiliation if any, employee
identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice,
trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of
pay, and locations at which the work was performed. Records shall be maintained in an easily
understandable and retrievable form; however, to the degree that existing records satisfy this requirement,
contractors shall not be required to maintain separate records.
15. Nothing herein provided shall be construed as a limitation upon the application of other laws which
establish different standards of compliance or upon the application of requirements for the hiring of local or
other area residents (e.g. those under the Public Works Employment Act of 1977 and the Community
Development Block Grant Program).
FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE)
Reference: 29 USC § 201, et seq and 2 CFR § 200,430
All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29
CFR part 201, et seq, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in
full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part-
time workers.
The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The
Contractor must address any claims or disputes that arise from this requirement directly with the U.S.
Department of Labor— Wage and Hour Division.
TRADE RESTRICTION CERTIFICATION
Reference: 49 USC § 50104 and 49 CFR Part 30
By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract,
the Offeror —
is not owned or controlled by one or more citizens of a foreign country included in the list of countries that
discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR);
has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or
national of a foreign country included on the list of countries that discriminate against U.S. firms as published by
the USTR; and
has not entered into any subcontract for any product to be used on the Federal project that is produced in a
foreign country included on the list of countries that discriminate against U.S. firms published by the USTR.
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 62 of 117
This certification concerns a matter within the jurisdiction of an agency of the United States of America and the
making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title
18USC§1001.
The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns
that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by
reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice
to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances.
Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR §
30.17, no contract shall be awarded to an Offeror or subcontractor:
who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of
countries that discriminate against U.S. firms published by the USTR; or
whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such
USTR list; or
who incorporates in the public works project any product of a foreign country on such USTR list.
Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to
render, in good faith, the certification required by this provision. The knowledge and information of a contractor
is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business
dealings.
The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for
certification without modification in all lower tier subcontracts. The Contractor may rely on the certification of a
prospective subcontractor that it is not a firm from a foreign country included on the list of countries that
discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is
erroneous.
This certification is a material representation of fact upon which reliance was placed when making an award. If it
is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the
Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract
for default at no cost to the Owner or the FAA.
LOBBYING AND INFLUENCING FEDERAL EMPLOYEES
Reference: 31 USC § 1352 — Byrd Anti -Lobbying Amendment, 2 CFR part 200, Appendix II(I), and 49 CFR
part 20, Appendix A
CERTIFICATION REGARDING LOBBYING
The Bidder or Offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge
and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror,
to any person for influencing or attempting to influence an officer or employee of an agency, a Member
of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection
with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal
loan, the entering into of any cooperative agreement, and the extension, continuation, renewal,
amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an
officer or employee of Congress, or an employee of a Member of Congress in connection with this
Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit
Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 63 of 117
(3) The undersigned shall require that the language of this certification be included in the award documents
for all sub -awards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and
cooperative agreements) and that all sub -recipients shall certify and disclose accordingly
This certification is a material representation of fact upon which reliance was placed when this transaction was
made or entered into. Submission of this certification is a prerequisite for making or entering into this
transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification
shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.
OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970
Reference: 20 CFR Part 1910
All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of
29 CFR Part 1910 with the same force and effect as if given in full text. The employer must provide a work
environment that is free from recognized hazards that may cause death or serious physical harm to the
employee. The employer retains full responsibility to monitor its compliance and their subcontractor's
compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (29 CFR Part
1910). The employer must address any claims or disputes that pertain to a referenced requirement directly with
the U.S. Department of Labor —Occupational Safety and Health Administration.
PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR
EQUIPMENT
Reference: 2 CFR § 200 Appendix II(K) and 2 CFR § 200.216
Contractor and Subcontractor agree to comply with mandatory standards and policies relating to use and
procurement of certain telecommunications and video surveillance services or equipment in compliance with the
National Defense Authorization Act [Public Law 115-232 § 889(f)(1)].
RIGHT TO INVENTIONS
Reference: 2 CFR Part 200 Appendix II(F) and 37 CFR Part 401
Contracts or agreements that include the performance of experimental, developmental, or research work must
provide for the rights of the Federal Government and the Owner in any resulting invention as established by 37
CFR part 401, Rights to Inventions Made by Non-profit Organizations and Small Business Firms under Government
Grants, Contracts, and Cooperative Agreements. This contract incorporates by reference the patent and
inventions rights as specified within 37 CFR § 401.14. Contractor must include this requirement in all sub -tier
contracts involving experimental, developmental, or research work.
SEISMIC SAFETY
Reference: 49 CFR Part 41
The Contractor agrees to ensure that all work performed under this contract, including work performed by
subcontractors, conforms to a building code standard that provides a level of seismic safety substantially
equivalent to standards established by the National Earthquake Hazards Reduction Program (NEHRP). Local
building codes that model their code after the current version of the International Building Code (IBC) meet the
NEHRP equivalency level for seismic safety.
TAX DELINQUENCY AND FELONY CONVICTIONS
Reference: Sections 8113 of the Consolidated Appropriations Act, 2022 (Pub. L. 117-103) and DOT Order 4200.6
Certification of Offeror/Bidder Regarding Tax Delinquency and Felony Convictions
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 64 of 117
The applicant must complete the following two certification statements. The applicant must indicate its current
status as it relates to tax delinquency and felony conviction by inserting a checkmark (✓) in the space following
the applicable response. The applicant agrees that, if awarded a contract resulting from this solicitation, it will
incorporate this provision for certification in all lower tier subcontracts.
Certifications
The applicant represents that it is ( ) is not ( ) a corporation that has any unpaid Federal tax liability that has
been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed,
and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for
collecting the tax liability.
The applicant represents that it is ( ) is not ( ) a corporation that was convicted of a criminal violation under
any Federal law within the preceding 24 months.
Note
If an applicant responds in the affirmative to either of the above representations, the applicant is ineligible to
receive an award unless the Sponsor has received notification from the agency suspension and debarment
official (SDO) that the SDO has considered suspension or debarment and determined that further action is not
required to protect the Government's interests. The applicant therefore must provide information to the owner
about its tax liability or conviction to the Owner, who will then notify the FAA Airports District Office, which will
then notify the agency's SDO to facilitate completion of the required considerations before award decisions are
made.
Term Definitions
Felony conviction: Felony conviction means a conviction within the preceding twenty four (24) months of
a felony criminal violation under any Federal law and includes conviction of an offense defined in a
section of the U.S. Code that specifically classifies the offense as a felony and conviction of an offense that
is classified as a felony under 18 USC § 3559.
Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed, for which all
judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a
timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.
TERMINATION OF CONTRACT
Reference: 2 CFR § 200 Appendix II(B) and FAA Advisory Circular 150/5370-10, Section 80-09
Termination for Convenience (Construction & Equipment Contracts)
The Owner may terminate this contract in whole or in part at any time by providing written notice to the
Contractor. Such action may be without cause and without prejudice to any other right or remedy of Owner.
Upon receipt of a written notice of termination, except as explicitly directed by the Owner, the Contractor shall
immediately proceed with the following obligations regardless of any delay in determining or adjusting amounts
due under this clause:
1. Contractor must immediately discontinue work as specified in the written notice.
2. Terminate all subcontracts to the extent they relate to the work terminated under the notice.
3. Discontinue orders for materials and services except as directed by the written notice.
4. Deliver to the Owner all fabricated and partially fabricated parts, completed and partially completed
work, supplies, equipment and materials acquired prior to termination of the work, and as directed in
the written notice.
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 65 of 117
5. Complete performance of the work not terminated by the notice.
6. Take action as directed by the Owner to protect and preserve property and work related to this contract
that Owner will take possession.
Owner agrees to pay Contractor for:
1. Completed and acceptable work executed in accordance with the contract documents prior to the
effective date of termination;
2. Documented expenses sustained prior to the effective date of termination in performing work and
furnishing labor, materials, or equipment as required by the contract documents in connection with
uncompleted work;
3. Reasonable and substantiated claims, costs, and damages incurred in settlement of terminated
contracts with Subcontractors and Suppliers; and
4. Reasonable and substantiated expenses to the Contractor directly attributable to Owner's termination
action.
Owner will not pay Contractor for loss of anticipated profits or revenue or other economic loss arising out of or
resulting from the Owner's termination action.
The rights and remedies this clause provides are in addition to any other rights and remedies provided by law or
under this contract.
Termination for Cause (Construction)
Section 80-09 of FAA Advisory Circular 150/5370-10 establishes standard language for conditions, rights, and
remedies associated with Owner termination of this contract for cause due to default of the Contractor.
Termination for Cause (Equipment!
The Owner may, by written notice of default to the Contractor, terminate all or part of this Contract for cause if
the Contractor:
1. Fails to begin the Work under the Contract within the time specified in the Notice- to -Proceed;
2. Fails to make adequate progress as to endanger performance of this Contract in accordance with its
terms;
3. Fails to make delivery of the equipment within the time specified in the Contract, including any Owner
approved extensions;
4. Fails to comply with material provisions of the Contract;
5. Submits certifications made under the Contract and as part of their proposal that include false or
fraudulent statements; or
6. Becomes insolvent or declares bankruptcy.
If one or more of the stated events occur, the Owner will give notice in writing to the Contractor and Surety of its
intent to terminate the contract for cause. At the Owner's discretion, the notice may allow the Contractor and
Surety an opportunity to cure the breach or default.
If within [101 days of the receipt of notice, the Contractor or Surety fails to remedy the breach or default to the
satisfaction of the Owner, the Owner has authority to acquire equipment by other procurement action. The
Contractor will be liable to the Owner for any excess costs the Owner incurs for acquiring such similar
equipment.
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 66 of 117
Payment for completed equipment delivered to and accepted by the Owner shall be at the Contract price. The
Owner may withhold from amounts otherwise due the Contractor for such completed equipment, such sum as
the Owner determines to be necessary to protect the Owner against loss because of Contractor default.
Owner will not terminate the Contractor's right to proceed with the work under this clause if the delay in
completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of
the Contractor. Examples of such acceptable causes include: acts of God, acts of the Owner, acts of another
Contractor in the performance of a contract with the Owner, and severe weather events that substantially
exceed normal conditions for the location.
If, after termination of the Contractor's right to proceed, the Owner determines that the Contractor was not in
default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the Owner
issued the termination for the convenience the Owner.
The rights and remedies of the Owner in this clause are in addition to any other rights and remedies provided by
law or under this contract.
VETERAN'S PREFERENCE
Reference: 49 USC § 47112(c)
In the employment of labor (excluding executive, administrative, and supervisory positions), the Contractor and
all sub -tier contractors must give preference to covered veterans as defined within Title 49 United States Code
Section 47112. Covered veterans include Vietnam -era veterans, Persian Gulf veterans, Afghanistan -Iraq war
veterans, disabled veterans, and small business concerns (as defined by 15 USC § 632) owned and controlled by
disabled veterans. This preference only applies when there are covered veterans readily available and qualified
to perform the work to which the employment relates.
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 67 of 117
ATTACHMENT H
INDIRECT OVERHEAD COSTS
SUMMARY OF OVERHEAD AND INDIRECT COSTS
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 68 of 117
Illinois Department of Transportation
2300 South Dirksen Parkway I Springfield, Illinois 162764
June 2, 2023
Subject: PRELIMINARY ENGINEERING
Consultant Unit
Prequalification File
Roger Driskell
CRAWFORD, MURPHY, & TILLY, INC.
2750 West Washington Street
Springfield, IL 62702
Dear Roger Driskell,
We have completed our review of your "Statement of Experience and Financial
Condition" (SEFC) which you submitted for the fiscal year ending Dec 31, 2021.
Your firm's total annual transportation fee capacity will be $96,800,000.
Your firm's payroll burden and fringe expense rate and general and administrative
expense rate totaling 172.26% are approved on a provisional basis. The rate used
in agreement negotiations may be verified by our Bureau of Investigations and
Compliance in a pre -award audit. Pursuant to 23 CFR 172.11(d), we are providing
notification that we will post your company's indirect cost rate to the Federal
Highway Administration's Audit Exchange where it may be viewed by auditors from
other State Highway Agencies.
Your firm is required to submit an amended SEFC through the Engineering
Prequalification & Agreement System (EPAS) to this office to show any additions or
deletions of your licensed professional staff or any other key personnel that would
affect your firm's prequalification in a particular category. Changes must be
submitted within 15 calendar days of the change and be submitted through the
Engineering Prequalification and Agreement System (EPAS).
Your firm is prequalified until December 31, 2022. You will be given an additional
six months from this date to submit the applicable portions of the "Statement of
Experience and Financial Condition" (SEFC) to remain prequalified.
Sincerely,
Jack Elston, P.E.
Bureau Chief
Bureau of Design and Environment
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 69 of 117
CRAWFORD, MURPHY & TILLY, INC.
SUMMARY OF INDIRECT OVERHEAD COST
AUDITED CALENDAR YEAR 2021
AND PROVISIONAL 2021/2022
CMT ACCOUNT % OF DIRECT
NUMBER ACCOUNT NAME LABOR COSTS
PAYROLL BURDEN AND FRINGE BENEFITS
6151 FICA Tax 12.81%
6102, 6103, 6170 Paid Time Off (Vacation, Holidays and Sick Leave) 15.79%
6154, 6156, 6158 Group Medical, Life, Workers Comp, Disability and Unemployment Insurance 15.35 %
6159, 6160 Employee Retirement Plan Contributions 10.81 % 54.76%
GENERAL & ADMINISTRATIVE OVERHEAD EXPENSE
6104-6120
Indirect Salaries - Not Allocable to Projects
6222, 6264
Miscellaneous Taxes
6231
Professional Fees
6251
Rent
6252
Utilities
6271
Telephone & Data
6253-6254
Maintenance, Repairs & Supplies
6261-6265
Office Supplies, Shipping & Reproduction
6281, 6284
Seminars, Registration & Education
6291,92,95,6321-23
Travel & Vehicle Expense
6331, 6332
Business Insurance
6351,52,61,62,69
Equipment Expense, Repairs & Maintenance
6366, 6367, 6368
Computer Expense & Supplies
6371,6372,6381,6382
Maps, Reference Books, Engineering & Survey Supplies
6401+COFC
Depreciation & Cost of Facilities Capital (0.14%)
69.72%
1.02%
4.60%
10.39%
0.76%
2.29%
1.60%
1.22%
2.71 %
2.29%
3.15%
1.30%
12.11%
0.44%
3.90% 117.50%
TOTAL OVERHEAD 172.26%
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 70 of 117
I_\ir_11y:lkvdAzIAI
PROJECT EXHIBIT
71
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 72 of 117
F—A IIFT& :Id1:1Zk 0,
CIP PROJECT SUBMITTAL
Airport Commission Agenda & 1Mf F5ackel
FEDERAL AVIATION ADMINISTRA *u-w-arrc�81802224 FEWDA A SHEET
CAPITAL IMPROVEMENT PROGRAM (CIP)
AIRPORTS DIVISION - CENTRAL REGION
SEE INSTRUCTIONS TO COMPLETE THIS INFORMATION
Airport Name, LOCID, City, State:
Iowa City Municipal Airport, IOW, Iowa City, Iowa
At Project Type:
Solar Power Panels
Local Priority:
1-Very High
Fed. Share (AIP):
$ -
IFFY Requested:
2024
Fed. Share (BIL-AIG):
$405,000.00
NEPA Determination:
See Below
State Share:
$ -
Provide Detailed Project Scope and Justification Below. You must attach a
Local Share:
$45,000-00
sketch/drawing (on a separate sheet) that clearly identifies the scope of the
project.
Total Project Cost:
$ 450,000.00
Project Description: This project will provide a solar array system to offset the cost of electricity for
the airport.
Justification: A combination of rooftop and ground based solar panels will be installed to provide
for solar power to major electrical uses at the airport.
ALP Verification: The proposed improvements will need to be added to the ALP.
NEPA Categorical Exclusion or Date of Environmental Determination: Proposed improvements
are CE per FAA order 1050.1 F paragraph 5-6.3.i.
Clear Approaches per FAA AC 15015300-13 and FAA order 8260.3: Approaches are clear
Property Ownership: All land needed for this project is currently owned by the airport as shown in
the current Exhibit A.
SPONSOR SIGNATURE BLOCK
Signature:
Date:
11 /22/2022
Printed Name:
Judy Pfohl
Title:
Airport Commission Chair Person
Phone Number:
319-356-5045 (Ext. 2)
Email:
Michael-Tharp@iowa-city.org
CIP DATA SHEET Page 2 of 2
Airport Commission Agenda 1£ Itdb Idadret
MdddeAjrDj3QatAaAev)8,18Q2824 P®ggd Z@ of 114
Solar Power Panels — Sketch
ZY
QZ
Y
a
_0O N
C N
0
n -
iLF r
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024
�$8
8888
=g
S,
8 2 0
v�i
V1 00 8 O N O
O
r
m
r ri ri p
a
Q
a
8 8 8 8 8 0
8
woe
g$Da
T
O
O
O N O
N
r,
n yj
O
_
7
R
O
O
O
8O 88 8� 8� OO
O O O v� vet
h
r ewf M A N O
n
r C
N
�
H
z o a
8
o_
F z
a
u
„
W
zzcc
CL
�
Q
w
m Ow
a
W
Z
o�U
U a
3
C]
M
.a]
a=�
o O
Ix
r
>
d
a
a-
0
a
a
i
J
�
F
O
H
z
—
Page 75 of 117
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 76 of 117
ATTACHMENT K
FAA GO LETTER
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 77 of 117
01
U.S. Department of
Transportation
Federal Aviation
Administration
January 9, 2024
Mr. Michael Tharp
Airport Manager
Iowa City Municipal Airport
1801 S. Riverside Drive
Iowa City, IA 52246
Central Region
Iowa, Kansas
Missouri, Nebraska
Re: Iowa City Municipal Airport (IOW); Iowa City, IA
Potential Grant No. 3-19-0047-037 (BIL - AIG - 2024)
Subject: Initiation of Work for Proposed FY 2024 Project
Dear Mr. Tharp:
901 Locust
Kansas City, Missouri 64106
(816) 329-2600
Proposed Proiect
The FAA is considering the following project(s) as part of the FY 2024 Capital Improvement
Program:
Install Solar Panels
Proposed Project Description
$442,800.00
Federal Share Requested
The project(s) scope of work and anticipated Federal share are based on your Airport Capital
Improvement Plan (ACIP) Data Sheet.
Contact me if you no longer plan to accomplish this work this year, the scope has changed, or the
cost estimate has changed significantly.
Purpose and Limitations of Letter
This is not a guarantee of funding, nor is the value of the project considered a final determination by
the FAA. The Congressional notification of funding, if issued, will serve as your official
announcement that funding is available for your location. All work activities performed prior to
Congressional release of funds are at the sponsor's initiative.
FAA Environmental Determination
The FAA determined that there are no individual or cumulative extraordinary circumstances
associated with this proposed action. The project is environmentally Categorically Excluded
(CATEX) under paragraph(s) Doc CATEX 5-6.3i of FAA Order 1050.1F as it relates to the National
Environmental Policy Act (NEPA). No further environmental documentation for this project is
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 78 of 117
Page 2 of 2
Go Letter
IOW 037
needed. Please refer to the environmental conditions to be included in the project design and/or
construction as appropriate.
What you need to do now
To compete for funding this fiscal year, you should complete the following actions:
• Evaluate your progress in meeting your 3-year DBE Program goal. If you have any questions
regarding your DBE Program, contact Ms. Ofelia Medina at 424-405-7205 or
ofelia.medina@faa.gov
• Initiate actions that require long lead times.
• Our records show the latest Exhibit A or Airport Property Map is dated 5/5/2015. If this does
not match your records, please contact Amy Walter at (816) 329-2603 or amy.walter@faa.gov
to correct.
Detailed Guidance
Detailed guidance regarding each of the above steps can be found in the AIP Sponsor Guide located
at hLtp://www.faa.gov/airports/central/aip/sponsor guide/.
uestions
If you have any questions, please contact me at (816) 329-2619 or anthony.pollard@faa.gov.
Sincerely,
?'e-
'•_•J r
Anthony Pollard
State Airport Engineer - Iowa
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 79 of 117
ATTACHMENT
IOWA CITY EQUAL EMPLOYMENT OPPORTUNITY POLICY
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 80 of 117
F1x03i[a]:IMCI =1:1=1 /_rl=1LT, l=I:Y11
It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work.
This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to
ensure that applicants seeking employment with them and their employees are treated equally without regard
to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status,
and age.
It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing
and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and
opportunity to gain and maintain employment.
PROVISIONS:
1. All contractors, vendors, and consultants requesting to do business with the City must submit an
Equal Opportunity Policy Statement before the execution of the contract.
2. All City contractors, vendors, and consultants with contracts of $25,000 o r more (or
less) i f required by another governmental agency) must abide by the requirements of the City's
Contract Compliance Program. Emergency contracts may be exempt from this provision at the
discretion of the City. Regardless of the value of the contract, all contractors, vendors, and
consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the
City Code.
3. Contracting departments are responsible for assuring that City contractors, vendors, and
consultants are made aware of the City's Contract Compliance Program reporting responsibilities
and receive the appropriate reporting forms. A notification of requirements will be included in any
request for proposal and notice of bids.
4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on
pages CC-2 and CC-3) or other required material must be received and approved by the City.
5. Contracting departments are responsible for answering questions about contractor,
consultant and vendor compliance during the course of the contract with the City.
6. All contractors, vendors, and consultants must refrain from the use of any signs or designations
which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and
instead use gender neutral signs.
7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's
Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1.
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 81 of 117
SECTION II -ASSURANCE OF COMPLIANCE
The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program
which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION
TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT.
With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows:
(For the purposes of these minimum requirements, "contractor' shall include consultants and vendors.)
1. The contractor will not discriminate against any employee or applicant for employment and will
take affirmative efforts to ensure applicants and employees are treated during employment
without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender
identity, disability, marital status, and age. Such efforts shall include, but not be limited to the
following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising;
layoff or termination; rates of pay or other forms of compensation; and selection for training,
including apprenticeship.
2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of
the contractor; state that it is an equal opportunity employer.
Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the
regulations (see generally 29 U.S.C.§ 1608 at sec.) and relevant orders of the U.S. Secretary of Labor. The
Secretary of Labor, and not the City, enforces said regulations and orders.
3. Provide a copy of your written Equal Employment Opportunity policy statement.
Where is this statement posted?
4. What is the name, telephone number and address of your business' Equal Employment
Opportunity Officer?
(Please print) ----------------
Phone number
Address
5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by
federal and state law for the duration of the contract. NOTE: The City can provide assistance in
obtaining the necessary posters.
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 82 of 117
6. How does your business currently inform applicants, employees, and recruitment sources
(including unions) that you are an Equal Employment Opportunity employer?
The above responses to questions 1 through 6 are true and correctly reflect our Equal Employment
Opportunity policies.
Business Name
Signature
Print Name
Phone Number
Title
Date
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 83 of 117
SECTION III -SUGGESTED STEPS TOASSURE EQUAL EMPLOYMENT OPPORTUNITIES
���.Pr��.►-�1.»re-�
Determine your company's policy regarding equal employment opportunities. Document the policy and
post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy
to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement
should recognize and accept your responsibility to provide equal employment opportunity in all your
employment practices. In regard to dissemination of this policy, this can be done, for example, through the
use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web
page p o s t i n g s, employee handbooks, and advertising.
2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER
Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of
administering and promoting your company's Equal Employment Opportunity program. This person should
have a position in your organization which emphasizes the importance of the program.
3. INSTRUCT STAFF
Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All
employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions
should be trained and required to comply with your policy and the current equal employment opportunity laws.
4. RECRUITMENT
(a) Let potential employees know you are an equal opportunity employer. This can be done
by identifying yourself on all recruitment advertising as "an equal opportunity employer".
(b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth
recruitment will only perpetuate the current composition of your workforce. Send recruitment
sources a letter annually which reaffirms your commitment to equal employment opportunity
and requests their assistance in helping you reach diverse applicant pools.
(c) Analyze and review your company's recruitment procedures to identify and eliminate
discriminatory barriers.
(d) Select and train persons involved in the employment process to use objective standards
and to support equal employment opportunity goals.
(e) Review periodically job descriptions to make sure they accurately reflect major job
functions. Review education and experience requirements to make sure they accurately
reflect the requirements for successful job performance.
(f) Review the job application to insure that only job related questions are asked. Ask
yourself "Is this information necessary to judge an applicant's ability to perform the job
applied for?" Only use job -related tests which do not adversely affect any particular group of
people.
(g) Monitor interviews caref ully. Prepare interview questions inadvance to
a s s u r e t h a t they are only job related. Train your interviewers on discrimination laws.
Biased and subjective judgments in personal interviews can be a major source of
discrimination.
(h) Improve hiring and selection procedures and use non -biased promotion, transfer and
training policies to increase and/or improve the diversity of your workforce representation.
Companies must make sure procedures for selecting candidates for promotion, transfer and
training are based upon a fair assessment of an employee's ability and work record.
Furthermore, all companies should post and otherwise publicize all job promotional
opportunities and encourage all qualified employees to bid on them.
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 84 of 117
r
®4M
CITY OF IOWA CITY
Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of
Ordinances which prohibits certain discriminatory practices in employment as well as
a sample policy. Please note that the protected characteristics include some not
mandated for protection by Federal or State law. As a contractor, consultant or vendor
doing business with the City of Iowa City you are required to abide by the provisions of
the local ordinance in conjunction with your performance under a contract with the City.
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 85 of 117
SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY
To all employees of
This Company and its employees shall not discriminate against any employee or applicant for
employment based on his or her a g e , national origin, color, creed, disability, gender
identity, marital s t a t u s , ra ce, religion, sex, or sexual orientation. The anti -discrimination
policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. Further, this Company and its employees will
provide a working environment free from such discrimination.
All employees are encouraged to refer minority and women applicants and applicants with
disabilities foremployment.
The Equal Employment Opportunity Off icerfor — — — — — — — — — — — — — — is:
Name:
Address: — — — — — — — — — — — — — —
Telephone Number: ----------
NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal
counsel to formulate a policy which specifically meets the needs of your company.
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 86 of 117
2-3-1: EMPLOYMENT; EXCEPTIONS:
A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for
employment, or to otherwise discriminate in employment against any other person or to discharge any
employee because of age, color, creed, disability, gender identity, marital status, national origin, race,
religion, sex or sexual orientation. (Ord. 03-4105, 12-16-2003)
It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or
training an applicant, to expel any member, or to otherwise discriminate against any applicant for
membership, apprenticeship or training or any member in the privileges, rights or benefits of such
membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital
status, national origin, race, religion, sex or sexual orientation of such applicant or member.
C. It shall be unlawful for any employer, employment agency, labor organization or the employees or
members thereof to directly or indirectly advertise or in any other manner indicate or publicize that
individuals are unwelcome, objectionable or not solicited for employment or membership because of
age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or
sexual orientation. (Ord. 95-3697, 11-7-1995)
D. Employment policies relating to pregnancy and childbirth shall be governed by the following:
1. A written or unwritten employment policy or practice which excludes from employment applicants or
employees because of the employee's pregnancy is a prima facie violation of this title.
2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and
recovery therefrom are, for all job related purposes, temporary disabilities and shall be treated as
such under any health or temporary disability insurance or sick leave plan available in connection
with employment or any written or unwritten employment policies and practices involving terms and
conditions of employment as applied to other temporary disabilities.
E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee
or prospective employee a test for the presence of the antibody to the human immunodeficiency
virus.
An agreement between an employer, employment agency, labor organization or their employees,
agents or members and an employee or prospective employee concerning employment, pay or
benefits to an employee or prospective employee in return for taking a test for the presence of the
antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do
not apply if the state epidemiologist determines and the director of public health declares through the
utilization of guidelines established by the center for disease control of the United States department
of health and human services, that a person with a condition related to acquired immune deficiency
syndrome poses a significant risk of transmission of the human immunodeficiency virus to other
persons in a specific occupation.
F. The following are exempted from the provisions of this section:
1. Any bona fide religious institution or its educational facility, association, corporation or society with
respect to any qualifications for employment based on religion when such qualifications are related
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 87 of 117
Inc.to a bona fide religious purpose. A religious qualification for instructional personnel or
an administrative officer, serving in a supervisory capacity of a bona fide religious
educational facility or religious institution shall be presumed to be a bona fide
occupational qualification. (Ord. 94-3647, 11-8-1994)
2. An employer or employment agency which chooses to offer employment or advertise for
employment to only the disabled or elderly. Any such employment or offer of employment
shall not discriminate among the disabled or elderly on the basis of age, color, creed,
disability, gender identity, marital status, national origin, race, religion, sex or sexual
orientation. (Ord. 95-3697, 11-7- 1995)
1. The employment of individuals for work within the home of the employer if the
employer or members of the family reside therein during such employment.
2. The employment of individuals to render personal service to the person of the
employer or members of the employer's family. (Ord. 94-3647, 11-8-1994)
3. The employment on the basis of sex in those certain instances where sex is a bona fide
occupational qualification reasonably necessary to the normal operation of a particular
business or enterprise. The bona fide occupational qualification shall be interpreted
narrowly. (Ord. 03-4105, 12- 16-2003)
4. A state or federal program designed to benefit a specific age classification which serves a
bona fide public purpose. (Ord. 94-3647, 11-8-1994)
5. The employment on the basis of disability in those certain instances where presence of
disability is a bona fide occupational qualification reasonably necessary to the normal
operation of a particular business or enterprise. The bona fide occupational qualification
shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003)
6. Any employer who regularly employs less than four (4) individuals. For purposes of this
section, individuals who are members of the employer's family shall not be counted as
employees. (Ord. 08- 4312, 8-11-2008)
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 88 of 117
ATTACHMENT M
IOWA CITY WAGE THEFT POLICY
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 89 of 117
CITY OF IOWA CITY
WAGE THEFT POLICY
It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to
enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an
owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or
administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa
Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the
payment of wages, fora period of five (5) years from the date of the last conviction, entryof plea, administrative finding or admission
of guilt. (hereinafter "Wage Theft Policy')
Application. The Wage Theft Policy applies to the following:
a. Contracts in excess of $25,000 for goods, services or public improvements.
b. Contracts for discretionary economic development assistance. "Discretionary' economic development assistance shall
mean any economic development assistance provided by the City of Iowa City that is not required by law.
II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction
or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback
purchasing or contracts with other governmental entities.
III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy
and provide it to the Contracting Department prior to the execution of the contract.
Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes
aware that a person or entity (including an owner of more than 25%of the entity) has admitted guilt or liability or been adjudicated
guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment
Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local
ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award,
such violation shall constitute a default under the contract.
IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request
in writing indicating that one or more of the following actions have been taken:
a. There has been a bona fide change in ownership or control of the ineligible person or entity;
b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s);
c. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default;
or
d. Other factors that the person or entity believes are relevant.
The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional
documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City
Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall
make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or
waiver.
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 90 of 117
STATE OF
[II61IRM
WAGE THEFT AFFIDAVIT
) SS:
upon being duly sworn, state as follows:
1. 1 am the [position] of ["contracting entity"]
and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an
ownership interest in said contracting entity of more than 25%.
2. Neither [contracting entity] nor any person or entity with an ownership interest
of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative
proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum
Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the
payment of wages in the last 5 years.
This instrument was acknowledged before me by
,20
Signature
Notary Public in and for the State of
on
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024
Page 91 of 117
Prepared by: Michael Tharp, Airport Manager, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045
Resolution No
Resolution approving Lease - Amendment No. 2 of the Lease Agreement with
University of Iowa for the lease of Hangar building "H".
Whereas, the Board of Regents, State of Iowa for the Use and Benefit of the University of Iowa
and the Iowa City Airport Commission initially entered into a lease dated March 22, 2010 and
into Lease - Amendment No. 1 dated September 16, 2010.
Whereas, the parties wish to amend the lease terms further with the attached amendment to
allow for installation of fencing and other updates:
Now, therefore, be it resolved by the Iowa City Airport Commission, that:
1. Lease — Amendment No. 2 is approved.
2. The Chairperson is authorized to sign Lease — Amendment No. 2.
Passed and approved this day of 2024.
Chairperson
Attest
Secretary
It was moved by
adopted, and upon roll call there were.
Ayes
and seconded by
Nays
Approved by
City Attorney's Office
Absent
the Resolution be
Bishop
Lawrence
Orozco
Pfohl
Story
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024
Page 92 of 117
Lease — Amendment No. 2
This lease amendment, made and entered into this day of , by and between The Iowa
City Airport Commission (hereinafter called the 'Landlord') whose address for the purpose of this lease is
Iowa City Municipal Airport, 18015. Riverside Drive Iowa City, IA 52246 and the Board of Regents, State
of Iowa for the Use and Benefit of the University of Iowa (hereinafter called 'Tenant') whose address for
the purpose of this lease is 105 Jessup Hall, University of Iowa, Iowa City, Iowa 52242
Whereas, the LANDLORD and TENANT initially entered into a lease dated March 22, 2010 and
amendment no. 1 dated September 16, 2010.
Whereas, the parties wish to amend the lease terms further with the following:
Paragraph l.a is amended by deleting "with 15 exterior parking adjacent to the building" and replacing
it with "the associated hangar apron and adjacent parking."
Paragraph 1.a. is amended by adding "Leased area DOES NOT INCLUDE Airport Garage and entry areas."
Paragraph 4.c (new) is inserted "Tenant shall have the option to install additional fencing at tenant's
expense to enclose the perimeter of the leased ground, which shall connect to existing airport fence. A
gate along the access road to the parking area is also permitted at Tenant's expense. Any plans for
fencing and/or a gate shall be approved by the Airport Manager prior to installation."
Exhibit A is amended to reflect the amendments to Paragraph l.a. Amended Exhibit A is reflected in the
image below.
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 93 of 117
All other terms and conditions of the lease remain unchanged.
IN WITNESS THEREOF, the parties hereto have duly executed this lease amendment
Tenant
The University of Iowa
I aZ
Date University Business Manager
Landlord:
Date Chairperson, Iowa City Airport Commission
Date City Attorney
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024
Page 94 of 117
Job Class #27-29
Identification
Position Title: Airport Manager
Department: Airport
Division: Airport
Supervisor: Airport Commission Chair
Job Summary
FLSA Exempt
Non Civil Service
Plans, directs, and coordinates the short and long range vision of aviation and non -aviation
development as set forth by the Iowa City Airport Commission. Compiles and manages the Operating
and Capital Improvement Program budgets; applies for and monitors airport grants and coordinates
project work with consultants, tenants and City departments. This is a full-time exempt position
requiring periodic evening and weekend duties.
Job Scope
Responsible for planning and directing the management, operations, development and maintenance
of the airport. Reports directly to the Airport Commission.
Supervision Received
Works under the general supervision and policy direction of the Airport Commission and reports to
and is hired by the Commission.
Essential Job Duties and Responsibilities
Advises and confers with Airport Commission concerning operating conditions and needs.
Serves as staff contact for Airport Commission, Airport Zoning Commission and Airport Zoning Board
of Adjustment.
Creates agendas and meeting information packets for assigned Boards & Commissions.
Advises and recommends policy and/or operational matters to the Airport Commission, including
public relations activities associated with the Airport.
Attends professional meetings, seminars and workshops to stay abreast of new trends, legislation
and innovation related to the industry.
Represents Airport at City department head, budget, council and other meetings as necessary.
Prepares and presents capital and operating budget to Commission, City Administrator and City
Council.
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 95 of 117
CITY OF IOWA CITY - Job Descriotion
Oversees and coordinates all Airport activities including customer service and hangar facility
leases/rentals.
Develops relationships and serves as liaison between the Airport Commission, other City
departments, representatives of county, state and federal agencies, private aircraft operators and the
Fixed Base Operator.
Administers and facilitates leases, contracts and agreements with users of the facilities.
Ensures safe and efficient operation of the Airport in compliance with the Federal Aviation
Administration (FAA) regulations.
Provides oversight of all applicable federal, state and local regulations as well as Airport policies and
procedures.
Researches and applies for local, state and federal funding; monitors the reimbursements and
related reports.
Directs and monitors consultants regarding project scope, schedule, budget, development of design
and construction documents, bid evaluation, construction contract preparation and technical support
during construction.
Conducts self in a manner which promotes and supports diversity and inclusivity in the workplace
and community.
Performs all other related duties as assigned.
Physical and Environmental Conditions
The physical demands and work environment conditions described here are representative of those
that must be met by employee to successfully perform the essential functions of this job and are
encountered while performing those essential functions. Reasonable accommodations may be made
to enable individuals with disabilities to perform the essential functions.
Regularly required to walk around airport facilities, sit for long periods, talk and hear. Specific vision
abilities are required by this job to include but not limited to close vision. When working in outside
weather, will routinely stand for prolonged periods of time, stoop, kneel, bend, climb or crouch to
reach items and maneuver uneven or outdoor terrain and drive some machinery. May be exposed to
moving mechanical parts, fumes or airborne particles, vibrations and outside elements including
extreme cold, heat, wind, wet or humid conditions.
The noise level in the work environment is usually moderate but may be loud at times.
Minimum Education, Experience and Certification
Bachelor's degree in airport administration or a closely related field from an educational institution
accredited by a DOE recognized accreditation body and 3 years or aviation management experience
required. Or equivalent combination of education and experience. Valid drivers license with satisfactory
driving record required. Must be 18 years of age per Iowa Code 92.8. Must pass criminal background
check.
Updated 11/22/2022
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 96 of 117
CITY OF IOWA CITY - Job Description
Preferred Education, Experience and Certification
Pilot's license preferred. Certified Member (CM) designee from the American Association of Airport
Executives (AAAE) or ability to achieve in 12 to 24 months. Valid Class B commercial driver's license
with airbrakes endorsement preferred.
Knowledge. Skills, and Abilities
Extensive knowledge of airport/aviation operations. Thorough knowledge of State and Federal laws
affecting local municipalities and airports including FAA and Transportation Security Administration
rules and regulations. Excellent organizational and time management skills with the ability to manage
projects and project teams that includes a variety of stakeholders. Working knowledge of contract
and financial management and budget administration. Excellent oral and written communication skills
including the ability to make public presentations, prepare comprehensive reports and meeting
minutes. Ability to read and understand technical manuals and other documentation as they relate to
Airport projects and finances. Exercises good judgement, independently makes decisions, organizes
plans and prioritize work. Proficient with Microsoft Office Suite, digital communication and social
media applications
The above statements are intended to describe the general nature and level of work being performed by
individuals assigned to this job. They are not intended to be an exhaustive list of all responsibilities, duties,
and skills required of personnel so classified in this position.
Updated 11/22/2022
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024
Page 97 of 117
CITY OF IOWA CITY -JOB DESCRIPTION
Position Title:
Airport Manager
Department:
Airport
Division:
Airport
Supervisor:
Airport Commission Chair
F LSA:
Exempt
Pay Grade:
Job Number:
Date:
Job Summary
Plans, directs, and coordinates the short and long range vision of aviation and non -aviation
development as set forth by the Iowa City Airport Commission. Compiles and manages the
Operating and Capital Improvement Program budgets; applies for and monitors airport grants
and coordinates project work with consultants, tenants and City departments. This is a full-time
exempt position requiring periodic evening and weekend duties.
Essential Job Duties and Responsibilities
The following duties are normal for this position. These are not to be construed as exclusive
or all-inclusive. Other duties may be required and assigned.
• Advises and confers with Airport Commission concerning operating conditions and
needs.
• Serves as staff contact for Airport Commission, Airport Zoning Commission and Airport
Zoning Board of Adjustment.
• Creates agendas and meeting information packets for assigned Boards and Commissions.
• Advises and recommends policy and/or operational matters to the Airport Commission,
including public relations activities associated with the Airport.
• Attends professional meetings, seminars and workshops to stay abreast of new trends,
legislation and innovation related to the industry.
• Represents Airport at City department head, budget, City Council and other meetings as
necessary.
• Prepares and presents capital and operating budget to Commission, City Manager and
City Council.
• Oversees and coordinates all Airport activities including customer service and hangar
facility leases/rentals.
• Develops relationships and serves as liaison between the Airport Commission, other City
departments, representatives of county, state and federal agencies, private aircraft
operators and the Fixed Base Operator.
• Negotiates, administers, and facilitates leases, contracts and agreements with users of
the facilities.
• Ensures safe and efficient operation of the Airport in compliance with the Federal
Aviation Administration (FAA) regulations.
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 98 of 117
• Provides oversight of all applicable federal, state and local regulations as well as Airport
policies and procedures.
• Researches and applies for local, state and federal funding; monitors the
reimbursements and related reports.
• Directs and monitors consultants regarding project scope, schedule, budget,
development of design and construction documents, bid evaluation, construction
contract preparation and technical support during construction.
• Prepares and submits bills for payment, monitors budget items, assists with budget
planning and recommendations for Airport.
• Conducts self in a manner which promotes and supports diversity and inclusivity in the
workplace and community.
• Performs all other related duties as assigned.
.. ... ... rap.11
Required Education and/or Expereince
Bachelor's degree from an accredited educational institution and one year experience; or five
years of related experience and/or equivalent combination of education and experience. Degree
and/or experience in Aviation and Airport Management or related field.
Preferred Education and/or Experience
Bachelor's degree from an accredited educational institution and two years experience; or six
years of related experience and/or equivalent combination of education and experience.
Other Requirements — Certificates/Licensures
Certified Member (CM) designee from the American Association of Airport Executives (AAAE) or
ability to achieve in 12 to 24 months.
Pilot's license preferred.
Valid State of Iowa driver's license with satisfactory driving record required.
Valid State of Iowa Class B commercial driver's license with airbrakes endorsement preferred.
Must be 18 years of age per Iowa Code 92.8.
Must pass criminal background check.
Knowledge, Skills, and Abilities
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 99 of 117
• Ability to apply common sense understanding to carry out instructions furnished in
written, oral, or diagram form.
• Ability to apply concepts such as fractions, percentages, ratios, and proportions to
practical situations.
• Ability to calculate figures and amounts such as discounts, interest, commissions,
proportions, and percentages.
• Ability to deal with problems involving several concrete variables in standardized
situations.
• Ability to read and understand technical manuals, financial reports, and legal
documents, and other documentation as they relate to Airport projects and finances.
• Ability to reliably and predictably carry out duties.
• Ability to respond to common inquiries or complaints from customers, regulatory
agencies, or members of the business community.
• Ability to use good judgement, independently makes decisions, organizes plans and
prioritize work.
• Knowledge at an advanced level of airport/aviation operations.
• Knowledge of contract and financial management and budget administration.
• Knowledge of State and Federal laws affecting local municipalities and airports including
FAA and Transportation Security Administration rules and regulations.
QPP^�^T
• Skill in oral and written communication skills including the ability to make public
presentations, prepare comprehensive reports and meeting minutes.
• Skill in organizational and time management with the ability to manage projects and
project teams that includes a variety of stakeholders.
• Skill in using computers and applicable software applications (Microsoft Office — Word,
Excel, Outlook), digital communication, and social media applications.
Supervision
No supervision of direct reports.
Physical Demands
The physical demands described here are representative of those that must be met by an
employee to successfully perform the essential duties and responsibilities of this job.
Reasonable accommodations may be made to enable individuals with disabilities to perform
the essential duties and responsibilities.
Airport Commission Agenda & Info packet
Meeting Date: January 18, 2024 Page 100 of 117
While performing the duties of this job, the employee is regularly required to talk or hear. The
employee is frequently required to sit; use hands to finger, handle, or feel and reach with hands
and arms. The employee is occasionally required to stand; walk and stoop, kneel, crouch, or
crawl. The employee must occasionally lift and/or move up to 10 pounds. Specific vision
abilities required by this job include close vision, distance vision, color vision, depth perception
and ability to adjust focus. Regularly required to walk around airport facilities, sit for long
periods, talk and hear.
Work Environment
The work environment characteristics described here are representative of those an employee
encounters while performing the essential duties and responsibilities of this job. Reasonable
accommodations may be made to enable individuals with disabilities to perform the essential
duties and responsibilities.
While performing the duties of this job, the employee is occasionally exposed to moving
mechanical parts, fumes or airborne particles, toxic or caustic chemicals, risk of electrical shock,
vibration, and traffic hazards. The employee is occasionally exposed to outside weather
conditions, dampness, direct sunlight, dust, pollen, insect stings, and animals. The noise level in
the work environment is usually loud. Involves some exposure to stress due to the work
environment and/or crisis situations.
Iowa City is an Equal Opportunity Employer. In compliance with the Americans with Disabilities
Act as Amended, the City will provide reasonable accommodations to qualified individuals with
disabilities and encourages both prospective and current employees to discuss potential
accommodations with the employer.
I have read and understand the duties of this job description, and I agree that I can perform the
duties of this position with or without reasonable accommodation.
Employee
Department Head
Date
Date
r_
Q
L
C J
roE
w
iw
C J
`tlE
J
U
a
E
a
Ola
L
ro
Ola
a
u
C C
O
3
C C
C
O
N
O
o. a
9
Y
w
a
a
LL
>
au
o
u
au
u
m
c
ac
o
x
ac
c
�e ro
M
�e ro
ro
n
ul c
a
ul c
c
�
as
L
u
as
a
L
cY
ro
ro
cY
Y
J C
O
J C
C
U
u
O•r
C
O.
O•r
i ftl
N
a
L fp
Ip
i
us
x
z
us
s
N NNNN
NNN
tD IO
lD
OJ
IO IO
l0
r r r r r
r r r
M M
O
V
M M
M
00000
000
ut ut
H
ut
ut ut
ut
NNNN4l1
NNN
V V
4!1
V
V V
V
a avaa
ava
mm
a
rn
mrn
rn
N N
N
N N
N
m m mmm
m m m
m m
m
m
m m
m
❑
N NNN N
N N N
N N
N
N
N N
N
K
vlHHHVl
NN
N
N
NN
N
Q
„i r'I rl �"I „'1
HHH
rl r "-I
NN
N
N
NN
N
V
N NNN N
N N N
N N
N
N
N N
N
a
I••I ••I ••I'i ri
••I •i •i
I••1 ••I
N
••I
rl rf
rl
0
0
. MI mM
awr
m
o0
m
In
o
0
oN
ry
v
O
O
M.dln l
r
ON. ••
W
00
N
N
M
m
ow
b
O
O
O
1V1 11 rIL1 •
01
OWO ••
y
Wv
r
rn
N
N
LArN
r
Vl
01
01
OMCO VIM �
O
RNV1
r
rN
M
M
Vl
Vt
rIW •
Ol
�
rl
rl
M CO N
N
M
tD rl •
v1
M
�
W
ry
N
Lt
W
i
uU
LI
oa
>
z
0o
a
w
m
w
C N
U
N
C
ot1�
La
ao_a o.a
ao.a
gaa
a
Ea
Oaa
an
ro
a>
J
»»>
J
VI»>
J
=>>
>
J
J>
J
E»
J
J>
NZ
Q
ZZZZz
Q
NZZZ
Q
zz
Z
Q
Z
Q
Q
V1Z
pCj j
H
H
H H H H H
F
Q H H H
F
mH H
H
H
d H
H
W H H
H
H
H
C M
YW
F
NW b WbW
F
� W W b
F
9b W
b
F
W
F
M W b
F
w W
O a
N
Z
•Uvvv
Z
LL
Z
•JVv
Z
ro
Z
Z
Y
y a
Ov
O
O
vvv
J
O
Vv
O
vvv
O
CV
Q
VN
O
'rNNNNN
O
OINNN
O
MNN
N
O
'ra
O
CNN
O
aN
o
u
LO000O
u
c000
u
o0
o
u
LO
u
mac,u
BO
YN
V
YN N N N N
V
N N N
V
i N N
N
V
YN
V
N N
V
6N
.
0.6
N L
Q
V
Q
Y
Q
a
Q
V
Q
3
Q
r
U a
0 0
v
N
c
c
C �
V
y
w
x
O
w
N
w
n
ro
L
Q
a
a o
00000
000
00
0
0
00
0
0
Y
L
0
n
L
a
oW
ow
w
mW
mtO
W
N N
N N
N
rr
rr
r
MWMW
mvm
00
00
O
OVMMN
O v mmo
v v m
O O
O O
O
Zr
M
"WWWM
NIO CO COrn
WWW
W W W
I I
MM
IO
11
MM
I
M
Ol
rIN VI VI VI
MVI V1
NN
r
lD
NN
N
O
N
rn
r r r r r
a<aaa
r r r
a<a
H H
»
M
W
O
a
H H
»
H
>
U
a
vlln vl vl vl
of In v1
H H
v1
m
H H
H
J
VI
V
Q
W
H
`�
VVVVV
VV0
O
r
w w w w w
w w w
;;
❑
Z
IIJ^
O
O
U
V
0
w www w
w w w
H H
Q
m
H
O
}
a
zQzQ
uu
i
m
uu
u
o A
a
m
LL
QzQ QzQ QzQ azaz
V
QzQ
V
w
L
H
n
O
V V V V
H H H H H
wwwww
V V
H H H
www
H H
ww
>
O
of
H H
Kw
w
\L
OCl)OW
r
OWWWWW
OWWW
OHH
O-
OHH
OH
V/
NV
miiiii
rXxx
� <<
UI
w=
WQQ
NQ
OEm
J
O H
O Q Q Q Q Q
O Q Q Q
O
-
O U
O
O
LL
LL
m LL
w o c c o m
M H H H H H
W❑❑❑
M H H H
N F
p W w
Z
Q
N Z
V)
v
R w W
r f-
W w
W
v0
vMsMxm
vzmx
vnn
❑
vJ
vnn
vn
O
U
0 00
Om m m mm
o m m m
ob �
r
o v
o w W
O W
`
a
ry •ir
rl •'1 r'I •'1 •i ."I
r'I rl rl rl
'i ut ut
v
.ib
r'I ut of
rl ut
y
}
O
'-INO
NMMMmm
NMmm
NWW
W
."IN
NWW
NW
a
L
r
>
O 00
000000
Vlrlrlrl�'i
0000
000
v
00
000
00
�, L
W WO
WWC,
WOO 000
Waco
Waco, 0 0
WO O
war
O
c
WC,
WO
W O O
war
W O
WC,
olU
Z
ww
N
N
ca o
V
rr
r
n
r
n
n
r
sin
I
a
0
A
oA
OEA
C
ri
is
C
4
O O
O
O
O
N
N
O
00
O
O
O O
O
O
O
09
ry
n
O
00
m
O
•
O
O
m
O
ry
.
M
m
m
rl
.i
V1
N
M
Of
N
N
m
01
1
m
1
�
I
O O
O
O
O
O
O
O
Z Z
O
00
O
O
O O
O
O
O
O
O
O
W W
O
00
O
O
1' fL
Q Q
z z
Q
F
H
0
0
0 0
0
0
o
ti
m
m
o
00
0
0
O O
O
O
O
m
n
N
O
00
N
O
1/1
V
N
1/t
n
N
N
M
I
M
'i
In
m
I
rl
I
1
O O
O
O
O
O
n
O
O
00
O
O
v0
O
O
H
O
O
Ii
V
N
Q
M
Z
H
H
a
z
0 0
0
0
0
0
0
0
o
H
00
o
F o
n
H
H
T
i••I
.i
rn
n
rl
.�
rl
0
n
0 0
0
0
0
o
00
o
m
o
o
v
o
v
m
o
In
o
LL LL LL
LL
LL
O
N
W W W
rl
W
N
W
of
O
6' 6' C'
I
6'
In
C
I
m
1
1
O M O
O
O
m'-10
O
of
n
m
OmN
�Vrl
�
O
In
-
m
N
1
O
O
q�
ul
I
C
C
HHH
N
d
Ec
d
H
ul
C
IF
6
J
O
OL U'
a
U
0L
0
U m
1+m
O
U
W
N
O
N
K
mMm
m
N
E
m 0
V
a
J
W
N
F+
C
0
000
c
O
cx
O
O
a
0
O
VI
a
L
NNN
a
N
0 a
U
N IF
E
\
r c
\ O
L
d
N
L
9
rl In 0
n
m
L
rl
u
a
u
E
V
a
V
r
rl rlN
rl
av
W M
a
N a
VI
�
VI
N
41
C
\\\
J
\
C
L
\
a
a
G
ro
J
NNN
V
N
a s
Y
N
rl rl r)
W
r)
H>
O
0
:i m
Innm
m
N
O
O
O
O
O
O
�Vln
O
m
00
0
10 0
Ol
••1
M
r•I
Oi
'i
rl
N
000
M
O
r•IN
O�
O 1••1
rl
rl
M
O1
O1
'-I
N
N
NNN
N
N
V V
V
N N
N
M
t0
l0
lD
m
m
m
.i rl .i
m
rl
mm
m
m
m
m
m
m
m
m
m
\\\
m
\
mm
m
\ m
O
O
O
O
O
O
O
O
000
O
O
00
O
O O
O
O
O
O
O
O
O
O
NNN
O
N
00
O
N O
0 0 0
O
In
O In
m
m
m
m
m
m
m
m
NNN
m
N
ww
mm
m
N m
m
io
m
m
io
m
m
io
a
iom
io
io
n
n
n
n
n
n
n
n
n
nn
n
n
000
OV
00
O
ON
w
.
�
JJJJ
JJ
JJ
J
J
.
JJJJ
O
<
�
vrvi
vwi
vOi
YYYY
'i
Y
Y
YYYY
W W W W
ww
ww
W
W
W W W W
W W W W
W W
W W
W
W
W W W W
000
Om
3333
00
o
w
33
33
O
3
Om
3
�D
3333
000
Ol0
HHHH
00
O
r
HH
N
HH
N
H
OM
H
rl
HHHH
r
m
w
O
M
rn
N
rl rl •i rl
w
rl rl
rl
rl •i
w
'-I
O
rl
N
'-I •i •i rl
r
II II II II
M
II II
N
II II
II
�-I
II
O
II II II II
Z22z
22
22
z
2
22zz
rn
o 0 o
a
o 0
0
>
>
m
o o
m
u'w CK
CC
w
CC
c'
C
w
KKKwu'
M MMM
mm
MM
M
M
M MM M
N N N N
N N
N N
N
N
N N N N
V1TNM
V101
V101
Ot
Ol
V1 O1NM
N O N N
N O
N O
O
O
N ON N
000
00
NNNN
00
O
O
0
0
N
00
N
O
000
00
rl'i rl rl
00
O
O
HH
'-I'-I
O
rl •i
HH
O
'-I
00
rl
O
HHHH
'-I'iHrl
II II II II
zzzz
II II
II II
II
II
H
II II II II
zzzz
zz
zz
zz
zz
z
z
z
zzzz
zzzz
z ga �z
sz
ga gn
z
z4n zz
wszz
cz
cK
z
wwww
¢¢¢¢
¢¢
¢¢
¢
¢
¢¢¢¢
3333
33
33
3
3
3333
00o
Or
OO
O
<
lD
1p
ON
?
0 0 0
O m
0 0
O
N
r
r
O V
w
w
o
rn
o
rn
a
o
V
l0
N
N
r-I
rl
o
<
m
v
000
00
0o
O
m
0
o
ow
o
m
v
ry
H
r
a
m
rl
w
O
w
Ic
w
000
00
00
0
0
0
0
00
0
m m mm
mm
mm
m
m
m mm m
N N N N
N N
N N
N
N
N N N N
V rn
V
�o
V OINM
N0N N
N o
N
a
0
N ON N
000
00
00
O
M
rn
fHN
O
ry
Ow
N
O
M
rl rl'i rl
HHHH
w
N
HH
'-'-
rl
rl'i
r
'-I
?
'i
M
HHHH
'-I r rl rl
LL LL LL
LL LL
LL
LL
LL LL
O
w W W W
w
LLLL
W W
W
W
t 0
w W Ww
0000
rr
mm
1p
r
t ,H H
NNON
NN
rr
m
O
N�VIw
M M�-IM
MM
1p 1p
a
0VN
N"IOM
O.iO
COHO
mm
mm
rvrv.iry
M M N m
ww
O
V
U
EJ
FO
OW
nnnn
Wr
C
nn
C
nn
W
n
HO
n
nnnn
O.
LE
1' W= W
Ea
T
ro
w w
ro
W=
U
w
c
6'
6' W W W
CT
W•�
LL661
E
ro
L
6LL
L
66
C
6
iH
6
LLLLCLL
o' a
m mmm
m m
mm
L
m
W T
m
m mm m
W YIJ
c Cr
NNNN
YT
T
c
NN
c
NN
J
N
NNNN
ro�
0 0 00
L L
Y
H
0 0
H
00
ul
O
�
O
000 0
0
IF Or
L
N N N N
ro ro
N N
N N
C
N
Jr
N
N N N N
O\L
~LL
rI 1/�N ma0o
a
Y
�" V1
IV
"1N
H
V1
O.d
N
pi V1N O1
W c W
u E
OH""
E O.
a
ON
Y
OH
W
H
3 ro
rl
Q
OH""
c
W L
\\\\
"E
c
N
\\
c
\\
W
\
00
\
v
\\\\
Ed
HHHH
iH
JW
2
0
LL
r�HM
N�Hm
0 00
00
O ry M.i
0 0
O
O
O N
O
ON
O
ry
0 0
N
O
ON
Om��••I
rnO
0000
00
rl
00
N
00
M
0
M�
0000
NNm
M'i
NNNN
Nm
�
rl
NN
rl
NN
rl
N
rl rl
N
N
NNNN
'i rl rl rl
N
rl rl
N
rl rl
N
'i
NN
rl
N
rl .i rl'i
mmm
MMM
MV
MV
Vl
VV
V
v
\\
V
\\
V
VV
\
R
\\\\
W\ww
w000
ww
w
w
w
ww�000 0
000
00
0000
00
O
O
00
O
00
00
O
O
O
O
000 O
\\
\
22
r
\
\\\\
H
Vvv<
as
H
Va
H
a
H
a
H
v a v v
000
OQO
00
00
O O
00
O
0
O
0
0
O
N N
O
0
N
O O
00
N
O
Q
0 000
OOOO
coOO
OO
M
O
O
N
OOOO
0 00 0
www
LLLL
N N N N
ww
w w
w
w
w
w
N N
w
w
N N
w
N
ww
w w
N
w
NM""
�o pow
rnn
LLLL
nn
w
r
w
r
w
n
w
n
w
n
woo
nn
wN
r
O
0
o `ma
OE01
v
N
e
n
www
W W W
'-I H H H
00
U
O
O
O
O
O
O
O
O
t0
O U+
• mmm
N
O
Y
l0
l0
N
O N
m .a.a rl
m
c
in
a
o
o rI
ao II II II
W
co
M
M
N •-I
zzz
I
E
m »
mnm
w
m
d d 6
Y
ro
Y
MMM
VI
NN N
L
NO N
"0"
O
O rINN
HHF
U
2 Z Z
¢¢¢
o
=WW
>
www
c
333
a
L
ro
V
ao
0o
i
d
o
0
0
0
0
0
0
o
m
o �o
ao
00
0
0
0
0
0
0
0
o
m
o a
J
r
O1
l'J
V
V
N OJ
�O
rl
W
M
V
M M
d'
-
m
M
LL
d'
d
LL
O
00
�O
O
O
O
O
O
O
O
O
✓+ O
p
W
V
N O
V
w
a0
r
n
H
r
LL
LL
O
0
00
O
0
0
0
0
0
0
0
0
0 0
x
mm m
o
NN N
r
�n O1M
O
rvOry
O
of rINN
00
Qt
O
�n
eo
r
LL
O
W
w W w
r W
Z
d' d' 6'
>
wmw
O
NN N
O
r r r
O
www
Ot
O
U
nnn
p.�
H
>
>
l+
C
www
ENJ
d
L
L
VI
Y!
>
10
O
dd6
W
vl
¢
Y
W
VI
W
VI
N
N
>
L
Ol
V
1+
C
O
MmM
YY
m
a
V-
VI
ro
NNN
N
3
O
W
L
Y
Y
000
00
O
Q
N
N
L
O
T
h
m
L
ro
NrvN
M U
N
N
d
L
L
d
O
L
p1
IA N V\t O\1
L Y
\'1
Id
C
w
L
>
0
N
C
OrIN
W L
N
J
ro
L
y
r
r
L
ro
C
01
w
W \\\
L J
\
C
C
O.
S
O
OI
f0
OI
U
H HHH
O V
'H
¢
li
Q
O
x
O
V
J
~
w
JO
n Om
v
ON
O O<CO
OON
01
N
m
N
f0
N
N
N
l0
m
l0
m NNN
��
N
N
N
N
N
V1
Vl
Vl
V1
lD
l0
10
N .a .i rl
rvm
rl
m
m
m
m
m
m
m
m
m
m
m
v
vv
a
v
v
v
v
v
a
v
v
v
v
ewe
0 000
00
O
O
O
O
O
O
O
O
O
O
O
O
rl aOa
V
r1
O NNN
00
00
O
0
0
O
O
0
O
0
O
0
0
O
0
O
O
0
0
O
0
O
O
u, 000
0
O
M
M
w
v+
ap NNN
ww
aO CO
N
N
w
N
a0
w
N
N
a0
w
OD
w
w
N
a0
w
w
N
a0
r
nr
n
r
r
n
n
n
n
n
n
n
r
M
a
O
O
o `ma
OE01
v
N
a,
k
h
N
O
M
a0
rrrrr
O
r
rrr
'
o0000
o00
vi
rn
a+
o
o
n
vi
vi vi vivi v,
m
in vi vi
�o
�o
o
o
v
m
aavov
vvv
�
�
00
0
0
0
0
o
co
r
o
v
�o
vi
in
O�
r
•i
N
vi
t0
O
m
N
N
l0
"1
W
l0
O1
i-1
C
O
O
M
O1
e'1
�n
N
a0
V
N
O
N
V
I
I
ti
.i
KKK
00000
00 0 0 0
000
0 0
O
O
O
O
O
O
O
W W W W W
O
O
w w w
O
00
0
0
0
0
0
0
0
00000
0
0
coo
0
HHHHH
HHH
G]
oVITAoo
000
Cl
K KKK K
K K K
m
>ii»
>>>
m
HHHHH
H H H
K KKK K
K K K
a
ommoo
moo
O
O
N
r'1 "I "1 •i •'1
"1 •i •'1
N
O O O 00
O 00
aO oO aOWW
WMCO
O O
O
O
O
O
O
N
m
rl "I "1 •i •'1
O
l0
"1 •i •'1
b
00
O
O
O
O
O
M
M
O
N
M
• LA
V4
L4
O
O
N
1;
M
M
t0
r
W
O
O
r
O
}»>}
M>}>
K
a0
O
O
O
V
ry
UV V'V'U'
V
U'V'V'
O
K KKK K
K K K
W
N
M
Ol
r
W W W W W
W W W
N
ri
ZZZZZ
ZZZ
W
WQQ
QW QW QW QW
55635
55635
QW QW
UVV
HHHHH
HHH
K KKK K
O
K K K
m
O
O
O
O
N
O
M
rl
W W W W W
KI
p
W W W
M
.-I
0
r
�aaaa
aaa
T
V
N
N
m
T
O
0Ooc0
L,
c00
r'1
�"I
N
HHHHH
HHH
f Eflf
IIf
00
0
0
0
0
0
0
0
0
0
0
O
V V V V V
V V V
O
N
N
m
NNNNN
'M'1 .�'I .m'�
i~v1
N
00000
000
O O
O
iD
O
r
p
r
m
0
M m
O
O
O
O
N
O
M
V
rl
HHHHH
W
0
HHH
V
~
�-
00000
coo
LL
c
V
N
N
M
m
W
O
ZZZZZ
N
ZZZ
."I W
ri
•i
K
N
>>>>>
>>>
K
�
r
in rlin m.i
r1O�
00
MNin ry vi
OOap
ry
r
M V1CO OM
V1� N
r
•'I
~
H
V
T
V
a
d
d
HHHHH
lro7
HHH
d
in
Y
6
L
N
K
ddddd
\
ddd
T K
E
U
QQQQQ
QQQ
Y U
O
0
0>'
T
h
W
a
VI
V
L
L
M
Y
M M M MM
D
mmm
M
C
L
q�J
a
a
N
N NNN N
LL
N N N
N
ro
ro
u
O
U
HHHHH
000
Y O
�
OI
a
16
N
NNNNN
�
OI
NNN
� N
J
to
L
C
K
\
L
\\\\\
C
\\\
\
N
a
O
Y
r
4-
"1 •i •'I
L O
U
a
Y
'O
L
N
U
ri ''I''1 •'1 .'I
HHHl
V
Y
''1 •i ''I
a N
or
�n N
E
E
L
L
c
0
vi
O
\
a
\\\\\
c
ro
\\\
3 \
a
o
0
0
o
Y
N
NNN rvN
ro
a
NrvN
ry
ff
V
LL
;
m
J
N
fi
W
ri'i fi'i'-I
J
2
fi .i'i
m
VI rl
M
OKWKI O'J
KKICO
M
00
O
O
O
"I
O
O
r
O
O+O+Of O�Oi
O
O
O r
rKl
r
mmm mMM
CO V1
00
O
O
O
O
N
O
O
O
O O 000
O
O
000
O O
lO tp
r
r
r
r
r
M
N
�
NNNNN
[O
M
NNN
K N
M m
m
m
M
M
M
M
�"I
m
rl "I''I .'1''I
m
m
''I •'1 •'I
m r
00
O
O
O
O
O
O
O
O
00000
0
0
000
0 0
O
V v<
a
OQ
00
O
0
O
0
O
0
0
O
O
0
O
0
N
O
0
NNNNN
O
O
0
NNN
O
0
in in
in
in
in
in
v�
in
p
in
ppppp
in
in
ppO
0 in
ap Kl
K
t0
W
K
0
M
N
Kt
NNNNN
K
[O
NNN
K N
N N
N
n
b
r
n
n
b
n
b
n
b
n
r
b
n
n
v
O
O
oN✓
MY�
OE01
v
N
a,
e
ae
ae
ae
ae
ae
�o.o�o
ae
ae
ae
m
aoe
awe aoe
In
R
O
O
N
MMO
M
m
$e
a0
R
$e
V1N rl
v1
W
m
IO
mrnv
m
In
tp
Of
.i
In
O
O
O
ry
In
fH
O
t0
O
O
.i O
t0
O
O
O
a
L
M
m
00
O
N
rl
00
O
01
N
m
r•1
O
In
r
T
1
OI
�V
rl
In
ro C
.H
U
'i
� m
m
SEX
V
omo
ro
a+ ul a
a
r c c
t
c�ro
roam
c
O
O
0
O
O
n E rn
o
O
0
O
m
O
O
O 0
amc
ro
m
czo
3
o
ama
♦+
m
o
n
We
Y IUM
C
N
m
W
u
O
m
C oro
ro
N
mom
0.-
O
�mm
m
In
o
0
o
m
t� f x
In
m
o
a
m
o
o
.H o
of
V
r
tp
V
1'
N
M
N
Z
rl
W
OI
In
r
Ol
H
OI
O
m
In
N
rl
O
Ol
O
N
m
'-
m
Z
r
66
Q
m
VVx
J
H H
1
;
N
ao
.i
In
Q Q VI
r
Of
O
O
U
ry
N
m
r r z
.H
In
Z
O
rl
W W Q
>
rl
n n m
J
0
0
0
0
0
0
0
0
0
0
0
0 0
xxx
x
H
» >
>
N
m
o
wwv
OO d
0
V
tO
lD
O
m
'H rH fH
O
m
O
O
rl
O
O
O O
In
V
V
a0
a
000
r
W
O
O
0
N
m
r'I
M
n
T
O
O
W
coo
O
N
W
N
m
Z Z Z
-
N
Z
O
K
e-1
> > >
>
rl
M
OO vt
O
r
00 N
M
aDVr
N
Ol
rNM
Vl
'-I
1p rl N
W
N
V
N
N
d
J✓
m
T
HHH
E
d
H
V
c
c U
T
w
U
UI
m
c
m m m
O
a
1
c
m
a Y
V
V
m
QQQ
qg�
•�
-
Q
6
E
O
C
V
6'
V
V
N
M
C
10
mmM
O'
M
N
O
O
V
NNN
C!
q�J
W
N
V
J
J W
V
O
V
t
N
�
000
L
u
O
vl
O'
O'
�
N
a
m
rvrvN
3
a
rn
�
ry
m
w
w y+
`
`
o
vi
mrnm
u
i+
m'
o
m
m
N
J
Vro
✓3
ImH
O
m
\rl
Lro
ro
6
O
O
m
OU
v
'H
Ju
O
rrf
V
x
V
m
wm
O V
M
r r r
r
O
r
O
O
O
O
O+O+m
O
O
O
O
a
O
O
O O
Ol
V1
O
rH
N
�'H
V1 V1N
N
m
C
l0
N
r
N
W l0
O
O
1••I
rl
rl
O
000
O
O
O
O
O
O
O
O O
M
rl
m
M
M
V
.H rl rl
V
V
V
V
rl
V
V
C V
Wb w
b
O
O
O
O
O
O
000
O
O
O
O
O
O
O
O O
m
N
m
t0
W
m
N N N
OD
m
f0
W
N
m
m
N a0
r
n
n
n
n
n
n
n
n
n
n
n r
a
0
0
o Lma
MY�
OE01
v
N
a,
N
N
Of
Mm
O
O
M
p
r N
rn rn
•i
10
In
v�
v
v
N N
O
O
O
O
o0
ON
.i
O
O
O
O
O
O m
>
O
O
O
rn
00
�D
O
O
O
O
r
L
O In
01
N
r
In
rn
�
a0
•-I
N
O v
N
M
rn
•-I
K
M
rn
•-I
M M
ro C
rl
M
01
¢
O0
Y
0p
L E
L
VI
OI
L
++
ro
c J
Q
w
3
ro�
o
o O
n E
O
o
0
0
00
O
O
IH
o
O
o
O
O IH
o O
O
O
O
O
00
F+
O
O
O
w
O
o
O
O O
01
mw
yl
Cd'
L
O
F
o
ro
H
u
0wu
6
L
W C
L
O
V
F
W
W
w e
Q
ul
O
O
aw
cv
� c
o•�
Lro
o ry
�f
o
0
o
ry
om
a+
o
0
0
0
0
o co
0
0
0
0
orn
m
o
0
0
o
m
o r
m
m
e
v
rn
r
rn ry
ry
In
a+
.i
In
.I
c kc
3 3
m
n
M
O O
H H
VV
2z
H H
o m
zH
o
0
o
Ic
oo
v
o
o
w
m
O N
H H
O
1/1
r
m OI
N
In
M
O r
QQ
V1
rn
rn
N
a{
rn
N
In N
W W
rl
nn
0 0
0
0
0
0
00
0
0
0
0
0
0
xx
1010
N
w N
w
a0 c0
W
00
n
O M
rl'i
O
O
O
lO
00
W
p
v
p
O
O
M
rn p
O N
00
O
In
r
C
rn
0:
N
C
N
M K
O r
N
Of
O1
N
<
Ol
N
pp
LL
LL
LL
LL
O rn
Z Z
•i
r
W
W
l0
W
OO
W
In N
»
C
C
rl
K
K
ON
r
vl
O
N
OHO
.i
.i
In
In
V1N
a
CO
rl
C1
N
l0
N
M
'-I
ro w
a
c
m
u
L
L
m
c
¢
J K
HH
u
c
01
Z
O
H
01
H
01
O
4+
0 H
d d
N
> T
W
V
Z
L
Z
d'
U
Z
U w
¢¢
>
C
H
O)
Q
0
0
6
V'
Y
J
01 0
L H
M M
w
L
L
IE L
M
L
m
L
M
ro
u
N
ro M
0
N N
0
d
w
L O
N
01
N
01
N
Y
f0
3 N
a
00
6
V V
O
>
0
d
O
L
V O
T C
N N
OI
Yl
O
N 1-1
N
L
ry
\
N
O.
W
N
L ro
\\
rn
C
a
Q
\
01
\
V
\
ro
a
6
C
0 \
W
rn rn
C
L
C
'-I
N
'i
d
rl
U
Q
H
N rl
t O
\\
3
VI
✓
L
E ✓
\
VI
\
VI
\
VI
IA
VI
VI \
c
o
a
J
a
H
H
H
H
H
H
Z VI
z
HH
'i'i
H
H
O
O
<U
Q V
H
rl
H
H
fi
H
H
rl
H
H
H
H
H 'i
O O
OriT
O
O
O
O
00
O
0
W
0
w
O
O
O
0 N
M �
NN
O
r'1
V
m
rl0
01
N
CO
m
W
C
IN
lO
01 CO
N Vl
NN
1/1
V1
1/1
1/1
\OlD
N
lD
N
l0
N
l0
t0
lD
l0 N
v v
rl rl
v
v
v
v
v v
rl
v
'i
v
rl
v
v
v
v rl
vv
v�
v�
v
v
v
v�
�
0 O
00
O
O
O
O
00
O
O
O
O
O
O
0
O
O O
v
v
v
v
00
0
0
0
0
N
0
10n IOi+
co
N
IOi+
IOi+
IOn v0i
O
O
O
In
O
a0 00
N N
CO
N
N
o0
a000
N
c0
N
N
N
N
ap
00
N N
r r
n
n
n
n
nn
n
n
n
r
r
n
a,
is
2°
2°
3F
2E
aQ
dE
2°
22
2E
3C
2Y
302 22
•
o
o+
v;
v
v
�o
a+
i.
o
w
V'
o
O
o
U' Q
r
O
o
rn
m
O
o
O
o 0
O
vi
O
Q V
rn
m
'-I
ut
O
c0
O
O
V
W
N
V
l0
O
O
t0
u
w
N
u
V W
F
rn
tD
W
N
V
N
ro
u
u
u
a
Hz
o❑
ry
a
H
V
C
O�
0w -
W
ro
QH
Z
LL
V
L
❑
W
V
zo
W
O
O
u
H
o
w
o
o
io
0
0
0
o
vHi
0
0
0
0
0 0
0
d
>
>
u
ww
w
v
❑❑
N
U
V
V
u
V V
❑
❑
❑
O
O
rn
N
rn
O
O
O
O
O
O
O O
O
V
O
a
rn
V
O
ry
O
ri
o
v+
o
r
m
m
a
vi
N
Q
N
N
Q
W
V
O1
-
b
V
rn
M
rl
0
0
0
0
0
0
0
0
0
0
0
0 0
a
L
V
O
O
O
�+
❑❑
O
w
J
O
H
J
O
J
O
O
O
O O
O
u
�+
w w
O
r
F
w
H
m
F-
V
�
N
V
N
N
V
O
C
rn
LL
LL
LL
.i
w
w
.�
ww
w w
io
w
v
w
m
w
�
CC
m
K
K
ei
C
O
V1N
�-I
N
M
O
r
M
rn
14
O
M
N
c0
r-I
rl
N
rl
N
M
L
U
V
Y
w
w
Y
ttl
N
L
t0 o7J
u
Z
c
HH
u
w
H
C'
u
H
L
H
m
w
w
l�
W
w
w
Z 2
m
Z
m
2
V
2
w
w
L
c N
Ol
V'
U
E
V' V'
a
w
V'
w
m
V'
V'
L
LL
w
w w
c
a
w
w
O
m
w u
m
>
m m
m
u
M
u
m
m
m
N
m
E
T
N
L
J
NN
L
ry
L
N
w
N
c
c
w
M >
6
0
w
u
00
ro
L
O
L
N
O
O
O
f
c L
O
N
VI
W
NN
L
w
N
w
L
N
w
N
d
V
w w
u
\
\\
V
>
\
>
V
\
\
VI
L+
ea
E VI
O
rl
w
w
rl'i
rl
•i
V
rl
G
F+
m
c
c
MM
r
T
m
T
M
M
T
E
0
u
O
\
O
O
\\
N
\
N
W
\
L
\
N
L
w
VI
d
'rv-I
S
d
��
E
U
rl
V
LL
�
j
�
V
R
❑
W f
ww
O
O
m
O
O
m
O
m
O
O
O O
N
O
N
M
00
m
m
0
m
m
O
m
O
O
O
0
rl N
�O
N
tp
�D
N N
�D
l0
N
t0
t0
N
�D
N
a0
rn
rn
rn rn
O
O
O
O
00
O
O
O
O
O
O
O
O
O
O
o
O O
a0
N
a0
t0
N N
a0
N
N
OD
a0
N
a0
N
ap
N
ap
00 a0
r
n
n
n
n
n
n
n
n
n
r
r n
r
O
0
o `ma
OE01
v
N
0
o
v
m
N
d.°
22
2F 3F
2E
22
2E
dE
22
3F
dE
22
2E
2E
22
t0
ab
v
o
m
.-I
N
O
O
O
O
O
O
O
O
O
'-.
O
..
.
.
i
a
E
W
N
L
O
O
0 0
O
O
O
O
O
O
O
O
O
O
O
E
O
O
O O
O
O
O
O
O
O
O
O
O
O
O
y
C
u
u
c
C
W
Y
C
ro
O
O
O O
O
O
O
O
c0
O
O
O
O
Ot
M
E
m
ry
vi
v
x
ry
3
U
O
N �
H
n
00
�
C N
�
H
rn c
,�
•1
~
c ..
o m
,U
Eo,
o
0
00
0
0
0
0
0
0
0
0
0
0
0
o
U �
o �
6
j
Q
�n
O
0
0
00
0
0
o
a
o
0
0
0
o
co
o
�
0
o
rn
n
o
0
V
O
V
N�N
IL
w
>
N
x 0
v
c
Q
W f
I
x
0 a
U
O
Y
U
U
N VI
4-
6
N
Y
N
N
r
Q
v
N
O
Y
I
W
L
E
O
Of
Q
Ot
Q
u
C
u
f
C
U1
O
N
..
U
= W
N
U N
A
L
m
U
L
p
W
W
E
H
❑O
E
0
0
0
E
O
O
a
W
O
W
rl
o`ma
0
O
O
00
O
O
O
O
O
O
O
O
O
O
O
N
pErn
01
O1
01N
V1
V1
pi
„i
lO
lD
tO
1�
N
LL
Q U
VI
N
V1
0
❑
v
a
as
a
a
a
a
a
a
a
a
a
a
a
�
A
ry
rl
'-IH
r-I
rl
H
'-I
'-I
H
r-I
rl
H
'-I
•-I
\
L�
Q N
O
O
00
O
O
O
O
O
O
O
O
O
O
O
N
q
r
N
W
op
W W
W
a0
W
CO
a0
W
W
a0
W
CO
a0
ON
G O
EsUJ
W
r LL
n
n
Nn
n
n
N
n
n
n
n
n
n
n
n
Can
0
a
2°
3F
N
d.°
22
22
2F
22
2F
22
22
2F
2F 2E
dE
22
3F
aro
m
N
•-1
O
O
O
O
O
•-i
a0
O
O
O
w
O O
O
O
O
O
O
O
O
O
w
C
O
O
O
o0
00
O
O
O
•ti
r1
ti
m
�n
a
a
i
0
0
0
0
0
0
0
0
0
0
0
0 0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0 0
0
o
O
0
0
0
0
o
m
ao
0
0
0
w
o0
0
0
0
o
O
o
0
o
M
.
o
0
0
00
00
o
O
o
M
N
M
n
N
Y
U
N �
6 N
O O
C N
'O Z'
�
'-I
rl
•i
m
�n
in
ry
N
Q ro
c ..
o m
,�
Eo,
o
0
0
0
0
0
0
0
0
0
0
00
0
0
0
o
U a
r �
0
6
Q
a0
O
O
�n
O
O
a0
O
O
O
O
O O
O
O
O
C
O
O
w
O
O
n
a
w
a
O
Q
L
E
ro
K
o
>
>
u hEl
4a+
}
,W^ W
c
a
0
qi
LL
a
m
OU
N
a
3
m
N
VI
C
-O
U a
L
VI
a
L
r
S
W
Q
X
a
N
tC
C
a V
R' U
a
L
J
•�i�
W
w
W
L
d
ro
'O L
~
o
m
t
a
ro
L
a
L
o
N
Y
♦C,
U
Y
u0
cJ
L
O.
C
tC
C
O
0
NL
C
L
Q
O
UOO
W
LL
dV
Z
LL
m
HW
or
O
p
Q
O
O
O
O
O
O
O
O
O
O
O
O10
O
O
O
w
M
V
01
O
�"I
w
OI
N
w
Ol ri
N
V
ri
oErn
G W
.i
n
O
m
O
m
O
a
•-I
o+
N
m
N
rn
N
rn
N
m
M
a
M
rn
O� O
mm
O
m
N
a
O
in
O
p
v
a
a
v
a
a
a
a
a
a
a
a s
a
a
a
A
r-V
rl
'i
'i
rl
rl
'i
rl
rl
'i
'i
rl
rl
rl
'i
'i
rl
'i
rl •i
rl •i
rl
rl
'i
'-I
rl
rl
V
O
n
0
O
O
O
O
O
O
O
O
0
O
0
O
O O
O
O
O
�.. q
r
W N
W
W
O
W
a0
aG
a0
a0
0
a0
a0
oG a0
0
a0
a0
Es
na o
r LL
n
n
n
n
n
n
n
n
n
n
n
nn
n
n
n
Can
a,
a
ae aY
ae
�
aoe
aoe
ae
ae
�
ae
�
�
�
0 0
0
o
O
o
o
O
o
O
O
0
0
rt
rt
00
0
0
0
0
0
0
0
0
0
0
0
00
0
0
0
0
0
0
0
0
0
0
0
N
O
m
�o
M
N
I
00
O
O
O
O
O
O
O
O
O
O
O
00
O
O
O
O
O
O
O
O
O
O
O
R'
W
2
H
O
00
O
O
O
O
O
O
O
O
O
O
O
00
O
O
O
O
O
O
O
O
O
O
O
of
G
N
O
m
ip
io
v�
N
I
O
H
Q
00
O
O
O
0
O
O
O
O
O
O
O
O
Z
7
0
LL
N
2
S
00
0
0
0
0
0
0
0
0
0
0
0
0
V
00
0
0
0�
o
o
O
o
0
0
0
0
0
0
LA
N
W
01
N
I
N
0
N
a
A
U
W
A
L
W
ut
J
-au
w
o
Y
`o
a
o
u
a
s
�o
a
M
u
a
rn
b
a
w
roa
rn
a
ry
ro
n
c
J
w
a
roY
ro
O
R
O
Y
O
O
N
J
W
S•r
�
W
V
O
U
n
w
Y
\
V N
n
c
O
ry
O
'-I
rl
rl
'i
rl
rl
rl
d V
O
F'1
N
rl
N
V1
Vf
N
Vt
Vf
Vl
V1
O
00
�••I
N
N
O
O
O
O
O
O
�••I
N
ri
�O O
O
O
N
N
M
N
l0
l0
r
o0
vi
O
V?
V
V
m
v
V
V
V
V
V
d•
V
�
00
0
0
0
0
0
0
0
0
0
0
0
0
rl .-I
N
.i
ti
a
N
ti
ti
N
ti
N
.�
ti
00
O
O
O
N
O
O
O
O
O
O
O
O
ao ao
m
oo
m
ry
m
m
m
ro
m
m
m
m
a
0
0
oN✓
OE01
v
N
0
m
a
a
ae
32
82
3F
3�2
dF
2F
32
2F
3F
32
dF
dF
2E
ab
a
o
0
0
0
0
0
0
0
0
0
0
0
0
o
a
m
rn
n
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
o
a
0
0
0
0
0
0
0
0
0
0
0
0
o
ti
rn
a
Y
n
U
N �
6 N
O O
C N
�
�
d
rn�
Q'
c ..
o a
,
o
U a
r �
0
6
Q
O
O
O
O
O
O
O
O
O
O
O
O
O
O
a
i
a
W
a
w
a
c
a
a
o
>
a
O
O
a
r
r
K
Y
LL
a
Y
Y
O
C
a
O
m
O
WQ
f
t
A
L
A
V
C
f0
a
U
m
L
O
L�
y p
n
L
r
V1
L
J
a
VI
V
E
n
L
N
A
r
K
a
a
u
u
a
o.
o�
a
U
U
=M W
J
L
vl
vl
E
W
Y
J
t
L
O
t
L
p
O'
W
0
0
£
£
Y
O
O
V
a
d'
O
O
S
W
Y
0
3
LL
O
LL
Y
0
a
W
W
O
Q
W
W
„i
•'1
'i
N
N
N
N
N
N
N
N
N
- I�
=
W
l0
l0
t0
l0
t0
l0
l0
tG
l0
lD
tG
l0
01
L
p ma
O
Q
O
O
O
O
O
O
O
O
O
O
O
O
O
6
oErn
G W
.i
O
O
M
m
T
m
O
ry
O
n
rl
O
rl
rl
rn
O
N
m
M
M
O
¢
I.L
O U'
V
lD
t0
�D
M
M
M
V
V
�D
t0
l0
t0
m
O
O
O
O
O
O
O
O
O
O
O
O
O
H
c 0
}
ry
rl
rl
'i
'i
_ rl
_ rl
•i
•i
rl
rl
rl
rl
.i
•i
rl
rl
rl
rl
•i
•-I
rl
'i
.i
rl
O
H
p
a N
n
O
O
O
O
O
O
O
O
O
O
O
O
O
q
N
_ W
W
0
a0
M
a0
a0
0
a0
a0
oD
a0
00
..
EsW
na o
r LL
n
n
n
ry
n
n
n
n
n
n
n
n
n
Can
N
rl
w
m
N
n
0
M
I
ti
�v
M
N V
O rl
C0
O�
O O
n
M V1
I
nl0
.i rl
I
no
O
O o
a0
V N
rn
mrn
a
nN
n
m ri
m v
N N
I
O
n n
v
n m
I
oo
no
as
0
no
o
n
rn
rno
v
n m
I
eo �
O o
V V
I
w w
n o
O
ww
d
w X
cw
NW
N
J J
J
F F
W F
00
O
w0
m �
0
Wu
H w
0
oA«
�'
oern
0 W
w
Q
v
O
J
L
Q
N
q
N
Ga0
`W
r LL
K7n
e
MA
a
ti
a
0
0
oAE
OE01
9
V
A
C.
Y
u
W
t0 z 'n
a
\.. o W
ac a
NO 0U
O.- Y
N N
L Vla
•• W Y L
a> uro
o W3
rO •nL
a 00
n n
\ Y T
L C r L
w 1 r L
a L o
su
�a
z
Y Y
ro a
W 01 L
L a ro
m J
T zzz a
W o
N O LL z a
m z c
o v z W
O a N
ro zc O Y
Y T>zz ✓ t c
O H�p m a ••9 W W E
~ W a L ZCM)N E
O1
a u z •• JS •• N tp •• O T
w W 0 wo YrozT \••vin. u O+
1' W W •• Y E C.- \V N W
u MY u ro OM V l•••• V" W •- •••• W a
% F xz C U W
W W Y J ro c o L W V•r O N L Y O W
a� MI o V •• L O O L U O m m" Y C O'- - U
.i O M T O V W m m Y •• C W 1 Y m o x
W J Y n S U N 4� > vl J r W .. L W a c W
.LL m ?coNro�ZLN viroa ma WaYUo0O3�n
W wH OU N O l7 •• W••OL --O WJ WO W a ro\a \L Wr Yro'Y�W> -
ro
m m N WWWc ="= m "C""N v Nm MM W> W 0
WWWW •NO oo==VOo` NWWLL OEF- unW N\
UVVU H WY oW1'LLW'no WCT WWo
C C C C Y i a Y W W a a L a Wdna TY
W W W W L 1' J =- C
J J J J O Q C C C EL O C C C n C Y Nr Y J
CO'O.O• nW U.—.-L Jau.-.—U.- uuLYU-o
W W W W WY c ... O O J c ... c L c c O W c J E
VI000 C' M611LLOV1 l-Iaaahla HHOOHM<
W
LL
0
W
n
J
WY
W nro
a TY
OYn
Y UVY
Y V n C C
UWJJJ
W'n- O O
La L o u u
ooaw<<
0
0
o `ma
OE01
n
N
0
r
m
m
m
a
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
m
\
\
\
\
\
\
m
\
\
\
\
\
\
\
\
\
\
z
z
z
z
z
z
4
z
z
z
z
z
z
z
z
z
z
ti
ti
0
V
a
a
o
0
0
0
a
a
a
a
a
a
a
a
a
Q76
\
\
?
\
\
\
\
\
\
\
\
\
\
z
z
u
u
u
z
z
z
z
z
z
z
z
z
z
v
=
w
o
�
Cv
C
Y
Q
�
W
O
v
N
0
C
L
t
m
@
N
m
a
�
y
Y
p
O
O
p
U
p
O
OOU
U
U
U
O
m
L
O
a
w
m
m
m
m
m
m
w
w
w
w
L
w
m
K
m
m
m
m
m
N
N
L
L
w
_
C
w
N
N
m
2
2
N
w
Y
v
°
•°
x
m
c
3
3
W
a
0m
.2
i
o
o
L
v
v
o.
a
m
m
m
m
a
a
m
m
m72
E
v
a
m
v0
v0
w
v
O
a
m
O.
a
O.
O.
CL
a
++
p
v
a
a
a
a
w
a
v
v
E
E
a)
v
v
v
v
a
a
a
a
w
w
.�
>
w
N
2
H
h
U
U
m
m
N
V
U
O
t
w
U
m
C
L
w
w
N
a
C
a
=
2
Y
L
u
w
w
3
3
3
u
m
on
,D
a
Y
U
c
0
C
r
O
z
Or
L
N
w
C
c
Eo
a
CL
E
N
O
m
p
p
fl-
�-
w
O
>>>
w
m
Q
..�
++
O
-
=
m
>z
w
N
N
N
N
�'
K.
to
to
w
ate+
C
[
u
Y
o.
a
O.
m
O.
m
w
m
m
w
w
w
._
n
a°°
m
Y
m°
3=
cr
m
C
G
N
m
a
a
a
a
b=D
+'
L
O
c
OD
w
w
w
w
m
m
C
m
O
O
O
ao
h
L
'e
m
m
m
rac
N
v
v
N
N
N
3
3
3
L
+�
Y
�+
N>>
m
m
m
O
O
O
Q
m
m
m
m
m
m
M
m
m
m
m
m
M
M
M
M
M
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
\
\
\
\
\
\
\
\
\
\
�
N
N
lD
I�
Q1
N
O
N
al
N
01
N
ci
\
�
\
CO
\
CO
\
41
\
01
\
c-I
\
ri
\
N
\
N
\
N
\
N
\
N
\
\
\
\
\
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
c-I
c-I
ci
ri
ci
c-I
a —I
ei
ci
ci
�--i
.--I
ri
rl
ri
ci
ci