Loading...
HomeMy WebLinkAbout08-16-2012 Airport CommissionIOWA CITY AIRPORT COMMISSION MEETING AGENDA AIRPORT TERMINAL BUILDING 1801 S. RIVERSIDE DRIVE IOWA CITY, IOWA THURSDAY, AUGUST 16, 2012 - 6:00 P.M. 1. Determine Quorum 1 min* 2. Approval of Minutes from the following meetings: 5 min July 19, 2012 3. Public Discussion - Items not on the agenda 5 min 4. Items for Discussion / Action: a. Airport Commerce Park 15 min i. Consider a motion recommending approval of purchase agreement for lots 15 & 14 and option to purchase lot 13 b. FAA /IDOT Projects: AECOM / David Hughes 5 min i. Obstruction Mitigation ii. 7/25 Parallel Taxiway Grading & Drainage iii. 7/25 Parallel Taxiway Paving & Lighting iv. Airport Electrical Rehab c. Hangar L Taxiway 15 min i. Consider a resolution approving contract for construction of taxiway d. T- Hangar Rates and Fees 15 min e. Airport "Operations" 15 min i. Strategic Plan- Implementation ii. Budget iii. Management 1. Consider a resolution approving purchasing manual f. Consider a motion to adjourn to executive session pursuant to Section 21.5(1)(k) of the Iowa Code and Resolution No. A06 -14 regarding security procedures or emergency preparedness information g. FBO / Flight Training Reports 5 min i. Jet Air ii. Iowa Flight Training h. Subcommittee Report 5 min i. For August: Budget (Chair, Secretary, Ops Spec) 2 min ii. For September: Community Liaison (Assouline, Tharp) i. Commission Members' Reports 2 min j. Staff Report 2 min 5. Set next regular meeting for September 20, 2012 at 6:00 p.m. 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 Airport Commission Agenda & Info Packet 2 of 76 Airport Commission July 19, 2012 Page 1 MINUTES DRAFT IOWA CITY AIRPORT COMMISSION JULY 19, 2012 — 6:00 P.M. AIRPORT TERMINAL BUILDING Members Present: Jose Assouline, Minnetta Gardinier, Howard Horan, Rick Mascari Staff Present: Sue Dulek, Michael Tharp Others Present: Matt Wolford, Jeff Edberg, Eric Scott, David Hughes RECOMMENDATIONS TO COUNCIL: (to become effective only after separate Council action): none CALL TO ORDER: Chairperson Assouline called the meeting to order at 6:00 P.M. APPROVAL OF MEETING MINUTES: Minutes of the June 21, 2012, meeting were reviewed. Horan moved to approve the minutes of the June 21, 2012, meeting as submitted; seconded by Mascari. Motion carried 4 -0. PUBLIC DISCUSSION: None. ITEMS FOR DISCUSSION /ACTION: a. Airport Commerce Park — Jeff Edberg spoke to Members regarding the marketing plan for the Commerce Park lots. He shared several handouts with them while reviewing the plan. Edberg clarified how these lots are listed in both the Iowa City area MLS and the Cedar Rapids MLS, and are also listed on internet websites. The conversation continued, with Edberg further sharing how his various contacts in the commercial real estate business are beneficial in marketing the Airport Commerce Park lots. He also responded to Members' questions and concerns regarding the marketing plan. Edberg noted that the recession has affected the amount of interest in such lots, but that he believes things will pick up again. As the conversation continued, Edberg noted the various tools that he uses to market these lots. Signage is the most important tool, andthe MLS listing is also very important. Mascari suggested they share some of Edberg's handouts with the Council. Horan then suggested they have some type of presentation in order to share this information with the Council. Others noted that the minutes themselves will reflect the efforts being made to sell these lots. b. FAA/IDOT Projects: AECOM — i. Obstruction Mitigation — David Hughes addressed the Members next, noting that he has no update on the obstruction mitigation issue. ii. 7/25 Parallel Taxiway Grading & Drainage — A pre -final inspection was done last week, according to Hughes. The contractor is working on the punchlist this week and is close to being done on this project. Airport Commission Agenda & Info Packet 3 of 76 Airport Commission July 19, 2012 Page 2 iii. 7125 Parallel Taxiway Paving & Lighting — Hughes noted that they have put this project out for bid. There were four bids received, and these were shared with the FAA, according to Hughes. The low bid was from Metro Paving at $2.5 million. Members briefly discussed the four bids and the noted difference in costs. Hughes noted that the FAA has concurred with his recommendation to award the contract to the low bidder. Tharp noted that as an alternate bid item they added the 75 -foot wide connections for north and south, where the closed runway was. That alternate came in around $48,000, and would need to be funded locally, according to Tharp. He briefly explained how they could cover this expense. Tharp then briefly explained what the task order entails. 1. Horan moved to consider Resolution #Al2 -23 to Accept Bids and Award the Contract, With the Alternate Bid Item, to Metro Paving; seconded by Mascari. Motion carried 4 -0. 2. Mascari moved to consider Resolution #Al2 -24 to Authorize the Chair to Sign the FAA Grant; seconded by Horan. Motion carried 4 -0. 3. Mascari moved to consider Resolution #Al2 -25 to Authorize the Chair to Sign Task Order #10 With AECOM for Construction Observation Services; seconded by Gardinier. Motion carried 4 -0. iv. Airport Electrical Rehab — Hughes noted that they had a pre - construction conference last week with the contractor on this project. The contractor is basically ready to go, and once contracts are executed work can begin. c. Iowa DOT — Tharp noted that these are the two grant awards the Airport applied for earlier this year. The first one is for funding to do roof rehabs on the terminal building and also on building D, where Care Ambulance has its office. This is a roughly $100,000 project, according to Tharp. Tharp then responded to Members' questions regarding these projects and the accompanying grants. i. Mascari moved to consider Resolution #Al2 -26 Accepting IDOT Grant for Terminal and Building D Roof Rehabilitation; seconded by Horan. Motion carried 4 -0. ii. Mascari moved to consider Resolution #Al2 -27 Accepting IDOT Grant for Hangar L taxiway and Utility Construction; seconded by Gardinier. Motion carried 4 -0. d. Hangar L Taxiway — Tharp noted that now that the grants have been accepted they have money to fund the projects. Tharp noted that these next contracts were necessary to start the taxiway project. He briefly explained the three resolutions needing the Commission's approval. i. Horan moved to consider Resolution #Al2 -28 Approving Contract With MidAmerican Energy for Placement of Electrical Transformer; seconded by Mascari. Motion carried 4 -0. ii. Mascari moved to consider Resolution #Al2 -29 Approving Contract With MidAmerican Energy for Placement of Gas Main Utility Service; seconded by Gardinier. Motion carried 4 -0. iii. Mascari moved to consider Resolution #Al2 -30 Approving Contract With Foth for Consulting Services Related to Hangar L Taxiway Construction Design and Observation; seconded by Horan. Motion carried 4 -0. e. Airport Operations — i. Strategic Plan- Implementation Airport Commission Agenda & Info Packet 4 of 76 Airport Commission July 19, 2012 Page 3 1. Review of Strategic Plan — Tharp began the discussion by stating that he had hoped to have the fifth Member of the Airport Commission present for this review. He stated that he would like to walk through the goals and strategies with the Commission. Tharp noted that he and Assouline need to make a visit to a Council meeting to bring them up -to -date on what the Airport is doing. Tharp continued to review the plan, noting how the Annual Report is prepared each year. Gardinier suggested they invite the Councilors to important events at the Airport, giving them ample time to plan to attend such events. Tharp continued through the goals and strategies, noting how the Airport is meeting their objectives. Gardinier asked if anything has been done with the Airport's emergency operations plan. Tharp responded, noting that he does keep it updated with current contact information, that type of thing, but that there has not been a thorough review done in some time. Gardinier asked that they look into the process for updating this plan. She added that she believes they should review this plan annually. Tharp continued to review the Strategic Plan with Members, emphasizing those issues that he will be working on now that his position is full time. Gardinier noted the issue of tracking flights. She stated that she emailed Tharp earlier this week regarding the fuel pump and whether the W number could be made part of this process. She briefly explained how this is done at other airports and how it could assist in tracking flights. The topic of where privately - built hangars could be located was touched on next. Tharp continued his review, noting that the goal is to give visitors to the Airport a good experience so they return. He reviewed the improvements and upgrades that have already been completed, as well as those issues that still need to be addressed. The discussion turned to upkeep and cleaning of the plane by Riverside Drive. Members discussed the various groups in the area that might be willing to help in this endeavor. ii. Budget — Tharp noted that the new fiscal year began on July 1. iii. Management - 1. Purchasing Policy Review— Tharp shared what the City's new purchasing policy is now, noting that the Airport should follow this, as well. Members briefly discussed the existing policy regarding Tharp's spending authority that has a $2,000 limit and whether they need to amend this or not. After some discussion, Members agreed to keep the limit at $2,000. A resolution adopting the purchase manual will be on the agenda next month. f. FBO / Flight Training Reports — i. Jet Air — Matt Wolford of Jet Air spoke to Members next. He shared the monthly maintenance report with the Commission, noting that everything has been pretty standard. Of course the mowing has dropped off dramatically due to the dry weather. Members reviewed the maintenance items listed and asked questions of Wolford on a couple of items. Gardinier brought up a couple of problems with the fuel pump that need to be addressed. Wolford continued, noting that Jet Air is still doing well. Their building is coming along with some delays. ii. Iowa Flight Training - Airport Commission Agenda & Info Packet 5 of 76 Airport Commission July 19, 2012 Page 4 g. Subcommittee Report - i. For July — No Report ii. For August — Budget — Members of this subcommittee will make plans to meet. h. Commission Members' Reports — Gardinier spoke first. She stated that the Air Race Classic was a `blast' this year. She came in 30th out of 49 planes. Gardinier stated that she was speaking with someone at the University today who asked why there are so many planes landing in the middle of the night, adding that the person claims it wakes her up. She added that she looked into the issue of noise abatement, specifically what Ames has done. Members began to discuss this issue, with Gardinier stating that she would like to review this issue. Tharp will put something together for Members' review. Gardinier also shared upcoming events — July 31st, pilot and author, Carol Ann Garrett will be giving a talk for EA33. She added that they would like to use the meeting room at the Airport for this event. The Fishbaughs are hosting this event and are planning to do a cookout, as well, that evening. Gardinier also shared that on August 28th the Barnstormers will be coming in for the night. Mascari shared that he is now settled into his `new' hangar. He also shared that he will be heading to Oshkosh this week. Horan shared that he has two hours of dual instruction left to do. i. Staff Report — Tharp noted that he will be out of the office the week of the 30th for vacation. He shared that there was one applicant for the Commission opening and the person should be appointed at the next Council meeting. SET NEXT REGULAR MEETING FOR: The next regular meeting will be Thursday, August 16, 2012, at 6:00 P.M. at the Airport Terminal building. ADJOURN: The meeting adjourned at 8:01 P.M. Assouline made the motion to adjourn the meeting at 8:01 P.M.; seconded by Horan. Motion carried 4 -0. CHAIRPERSON DATE Airport Commission July 19, 2012 Page S Airport Commission Agenda & Info Packet 6 of 76 Airport Commission ATTENDANCE RECORD 2012 Key: X = Present X/E = Present for Part of Meeting O = Absent O/E = Absent /Excused NM = Not a Member at this time TERM 0 0 0 0 0 0 0 N W A A Ln 0) NAME EXP. m rn N_ 0 N_ m -4 N (o N N N N N N \ _ N N 03/01/13 X X X X X X X X Rick Mascari 03/01/14 X X X X X X X X Howard Horan Minnetta 03/01/15 X X X X X X O/E X Gardinier Jose 03/02/12 O/E X X X X X X X Assouline Key: X = Present X/E = Present for Part of Meeting O = Absent O/E = Absent /Excused NM = Not a Member at this time Airport Commission Agenda & Info Packet 7 of 76 COUNTER OFFER TO: Autohaus LTD ( "Buyer ") The City of Iowa City, a municipal corporation, ( "City") makes the following counter oiler to the offer dated July 31, 2012 to purchase the following described property: Lot 13 -15 North Airport Development Subdivision. 1. NEW PROVISION. A new Paragraph 18 is added: Within three years after closing on the sale of the Property, Buyer shall apply for a building permit to construct a building for commercial use on the Property in compliance with applicable provisions of the City Zoning Code and Building Code. Said building shall be a minimum of 4,000 to 5,000 square feet, or a size mutually agreeable to the parties in writing. This obligation shall survive execution, delivery, and recording of a warranty deed pursuant to Paragraph 4 above, shall inure to the benefit and bind the successors and assigns of Buyer, and shall be a covenant running with the title to the Property. The City will record this agreement, and upon issuance of a building permit as provided herein, the City shall promptly record a release of this covenant. 2. OTI4ER TERMS: All other terms and conditions of the initial offer not inconsistent with this counter -offer shall remain the same. Expiration: This Counter Offer shall expire at 4:00 p.m. on August 7, 2012, CITY OF IOWA CITY, IOWA as M. Markus, City Manager Date Accepted this 6 day of kl q U c 1 2012 at /0 : r76) o'clock A.M. BUYER BYG�ill /�? Airport Commission Agenda & Info Packet 8 of 76 Purchase and Sale Agreement Page I OFFER TO PURCHASE REAL ESTATE AND ACCEPTANCE (PURCHASE AND SALE AGREEMENT) TO: City of Iowa City, an Iowa municipal corporation (hereinafter "City "). Autohaus LTD (hereinafter "Buyer"), hereby offers to buy all the City's right, title and interest in the real estate legally described as follows: Lot 14 and 15 of North Airport Development parcel # 1016451006 (.91 acres) and parcel # 1016451007 (.91 acres) together with all the City's right, title and interest in all Improvements, if any, located on the above - described real estate, and under any easement and servitudes for the benefit of the City, free and clear of all liens, encumbrances, reservations, exceptions and modifications except for the Permitted Exceptions, as defined below. The entirety of the above - described interests being conveyed shall hereinafter be referred to as the "Property ". The Property shall be conveyed with good, clear, merchantable title, subject to the following "Permitted Exceptions ": Zoning and building laws and ordinances; 2. Subject to covenants, restrictions, reservations and easements of record approved by Buyer. In consideration of the covenants and obligations contained herein, the parties agree as follows: 1. PURCHASE PRICE. The purchase price shall be $336,936 (Three Hundred Thirty Six Thousand Nine Hundred Thirty Six Dollars, the "Purchase Price "), and option to purchase through January 31, 2013 lot # 13 parcel # 1016451005 for $166,617 (One Hundred Sixty -six Thousand and Six Hundred Seventeen Dollars, the "Purchase Price ") paid as follows: $10,000 with this offer to be deposited upon acceptance of this offer, in the trust account of Willis Client Trust Account, delivered to the City at the time of closing and transfer of possession, if any, and the balance payable in full at the time of closing and transfer of possession. Offer is subject to Buyer receiving satisfactory terms for financing with -in 30 days of City Council approval and property appraising for sale price with -in 30 days of City Council approval. 2. ABSTRACT AND TITLE. City shall promptly deliver to the Buyer for examination an abstract of title for the Property, continued to a date subsequent to the date of this Offer, prepared pursuant to Iowa Code Sections 614.29 through 614.38, Iowa Land Title Association Abstracting Standards, and Iowa Land Title Examination Standards of the Iowa State Bar Association. The abstract shall begin with the government patent to the Property and show merchantable title in City, subject only to Permitted Exceptions. The cost of the continuance of an existing abstract shall be paid by the City. The City shall pay all costs required to deliver marketable title to the Property and City shall pay the cost of any additional abstracting and /or title work due to acts or omissions of City, including transfers or death of City or assigns. The abstract shall become the property of the Buyer when the Purchase Price is paid in full. City of Iowa City - Offer to Purchase Real Estate Lot 14 15 7 30 12.doc Airport Commission Agenda & Info Packet 9 of 76 Purchase and Sale Agreement Page 2 3. DEED. At the time of closing and upon payment of the Purchase Price, City shall convey the Property to Buyer by Warranty Deed, free and clear of all liens, restrictions, and encumbrances. 4. POSSESSION AND CLOSING. Subject to the Buyer's and City's timely performance of all obligations herein, closing shall be held at a time mutually agreed upon by City and Buyer, no later than FORTY FIVE (45) days after formal approval of the agreement by the City Council of Iowa City pursuant to paragraph 16 of this agreement (the "Closing Date "). On and after the Closing Date and upon payment of the Purchase Price, the Buyer shall be entitled to immediate possession of the Property and to receipt of all rents and profits from the Property due thereafter, if any. 5. CONDITION OF THE PROPERTY. Buyer is purchasing the Real Estate and improvements thereon in their present condition with no warranties or representations from City regarding the condition of the property or improvements thereon. Within THIRTY (30) days of formal approval of this agreement by the City Council for City pursuant to paragraph 16 of this agreement , the Buyer, at its expense, shall have the right to conduct such investigations, inspections and inventories of the Property and conditions related to the Property, including but not limited to surveys, soil tests, well water tests and /or reports, environmental studies, review of zoning and/or other applicable legal regulations, costs of development, as it deems reasonable or necessary prior to closing. The City hereby grants the Buyer, its officers, agents, employees and independent contractors, the right to enter upon the Property at reasonable times upon reasonable notice, oral or written, from time to time after the date of this Offer for the purposes of investigating, inspecting and performing inventories of the Property and to determine if there are any environmental deficiencies, including hazardous materials, substances, conditions, or waste. Buyer shall indemnify and hold harmless City from and against any and all expenses, claims, or losses arising from or in connection with any activities of Buyer, its officers, agents, employees, or contractors on the Property prior to the Closing Date, including without limitation, any attorney's fees or court costs occasioned by such claims. Buyer may notify City in writing of any such deficiency. Failure to do so shall be deemed a waiver of Buyer's inspection and repair rights. In the event of any claim or demand by Buyer as a result of inspections, City shall declare and commence one of the following options: (a) curing the deficiency, or (b) amending this agreement by giving Buyer a credit for the cost of curing the deficiency, or (c) canceling this agreement. If prior to the Closing Date City does not promptly cure all such deficiencies in a manner mutually agreeable to the Buyer and City, then Buyer may declare this offer null and void. 6. STATUS QUO MAINTAINED. The Property shall be preserved in its present condition and City shall deliver it intact at the time possession to the Buyer is given. All risk of loss or damage to the Property is on City until the Buyer takes possession. Prior to possession by the Buyer, City shall promptly give written notice to the Buyer of any loss or damage to the Property. In the event of loss, damage or destruction of all or part of the Property, the Buyer shall have the option to terminate this Agreement effective immediately. However, in the case of loss, damage or destruction of all or part of the Property from causes covered by insurance, the Buyer shall have the option to either: (1) take possession of the Property and accept an assignment of all City's right, title and interest in and to any claims City has under the insurance policies covering the Property; or (2) terminate this Agreement effective immediately. Buyer shall be permitted to make a walk through inspection of the property prior to possession and closing, in order to determine that there has been no material change in the condition of the property except those mutually agreed upon. City of Iowa City - Offer to Purchase Real Estate Lot 14 15 7 30 12.doc Airport Commission Agenda & Info Packet 10 of 76 Purchase and Sale Agreement Page 3 7. TAXES. City shall pay a pro -rata share of any taxes on the Property (real and personal) for the fiscal year (July 1 - June 30) of Closing based on the Closing Date, and all unpaid taxes for prior years. The amount shall be calculated based upon the assessed valuation, legislative tax rollback, and real estate tax exemptions that will actually be applicable to and used for the calculation of taxes payable in the fiscal year commencing July 1, 2012. If, at the time of closing the tax rate is not certified, then the most current, certified tax rate shall be used. 8. REMEDIES OF THE PARTIES. In the event of default hereunder, Buyer and City is entitled to utilize any and all remedies or actions at law or in equity available to them with respect to this agreement and shall be entitled to obtain judgment for costs and attorney fees as permitted by law. 9. SPECIAL ASSESSMENTS. City shall pay in full all special assessments on the Property which have been certified to the Johnson County Treasurer for collection before the Closing Date. 10. TIME IS OF THE ESSENCE. Time is of the essence of this agreement. 11. CONTRACTS BINDING ON SUCCESSORS IN INTEREST. The document shall apply to and bind the heirs, executors, administrators, partners, assigns, and successors in interest of the respective parties. 12. INTENTION OF USE OF WORDS AND PHRASES. Words and phrases contained herein, including the acknowledgement clause, shall be construed as in the singular and plural number, and as masculine, feminine or neuter gender, according to the context. 13. PARAGRAPH HEADINGS. The paragraph headings contained herein are for convenience in reference and are not intended to define or limit the scope of any provision of this document. 14. AGENCY DISCLOSURE. City is represented in this transaction by real estate agent Jeff Edberg of Skogman Commercial Real Estate Services Group. Buyer is represented in this transaction by real estate agent Bill Wittig of Allison James Estates and Homes — Commercial Services Division. 15. NOTICE. Any notice required under this agreement shall be deemed perfected when it is received in writing either by personal delivery or upon the date of the posting of said notice posted by Certified Mail. Such notices to City shall be sent or delivered to City of Iowa City, Attn. City Manager, 410 E. Washington St., Iowa City, Iowa, 52240. Such notices to Buyer shall be sent or delivered to PO Box 2057 Iowa City, IA 52244. 16. IOWA CITY COUNCIL APPROVAL. City's obligations under this agreement are contingent upon formal approval by the City Council for Iowa City, pursuant to Section 364.7 of the Code of Iowa. City shall seek said approval with -in 30 days after acceptance of execution of this agreement by the City Manager on behalf of the City. City of Iowa City - Offer to Purchase Real Estate Lot 14 15 7 30 12.doc Airport Commission Agenda & Info Packet 11 of 76 Purchase and Sale Agreement Page 4 17. TIME FOR ACCEPTANCE. If this offer is not accepted by the City Manager on behalf of the City on or before 5:00 (P.M.) on August 3, 2012 it shall become void and all payments shall be returned to Buyer. This Offer is presented to the City on this 31 s' day of July, 2012. Accepted this 31st day of July, 2012. BUYER: Autohaus LTD i This offer is accepted this day (A.M. / P.M.) CITY OF IOWA CITY, IOWA BY: Thomas Markus - City Manager of , at City of Iowa City - Offer to Purchase Real Estate Lot 14 15 7 30 12.doc Airport Commission Agenda & Info Packet 12 of 76 f O `4 Airport Commission Agenda & Info Packet 13 of 76 CITY OF IOWA CITY -- "'� =T MEMORANDUM Date: August 13, 2012 To: Airport Commission From: Michael Tharp Re: T- Hangars rates and fees for 2012 -2013 Iowa City has consistently measured at or above area airports in regards to T- Hangar Rates. The Iowa City Airport Commission last adjusted rates for the 2011/2012 lease cycle. Based on the information, it is staff's recommendation that the Airport Commission maintain the existing rates. It is staff's position that these rates continue to be fair market value for the hangars at the Iowa City Airport T- Hangar Monthly Rates at select airports Iowa City Airport $144 -$234 Cedar Rapids $88 -$370 Ames $95 Tipton $100 Washington $70 -$100 Davenport $105 -235 2012 Hangar Rate Survey Current Iowa City HangarA 144 HangarB 151 HangarC 151 Hangarl 172,209 Hangar) 172,209 Hangar K 178,202,234,196 Airport Commission Agenda & Info Packet Cedar Rapids Tipton 88 88 100 88 100 156 -194 156 -194 156 -370 Washington Ames 70 100 14 of 76 Davenport 105 95 127 127 235 0 Y a 0 �o m Q E E U `o E1 o> o " o� o L; ti L; L; L; tititi o° E " = o = E L; L; L; L; tititititi E z E o " E ti ti ti _ E o 0 " rE� 3 .n .n .n .n .n .n L; E°o .n .n .n .n .n .n z; .n .n z; .n L; E � o ~ E 0 ¢ m r O N N Y U N a 0 a v m Q O E O U `o El M N C M -- 0 N ( (D N N Ol T N h V � M O MN N c m U — , Y T OI OI OI OI OI J 3 '3 '3 '3 '3 '3 O ❑ mmmmm F O O O O c O O o o c 0 o r v u r N T 4 N N h h c ioo -v - N N N W U fA fA fA fA fA fA fA U N C T a m L W W U � m m m m m L L L L L F F F F F ¢ O m m m m m C C C C C 'a 'a 'a 'a 'a F w O o mmmmm ti Z CPI Inflation Calculator Page 1 of 1 Airport Commission Agenda & Info Packet 17 of 76 CPI Inflation Calculator 100.00 in 2011 E Has the same buying power as: $102.02 in 2012 Calculate About this calculator Mobile Browser? View full screen. http: / /data.bls.gov /cgi- bin /epicale.pl ?cost 1= 100 &yearl - 2011 &year2 =2012 8/13/2012 \ \ - 2 ] Z — _ E / . - _ ; \\ { \ \£ \ \ \ \ \\ \ \ \\\ \ ED 0 EO f o0 E } } } } } / } \ \ \ \ / \ /\\ } } } \/} \ \ \\ \ } \\ { ) \ EY.PE: 08.13.12 12:43:29 Netaod: 1 Account ° ................. 7600 AirDOrt AIRPORT 560100 Airport Operations SALARIES & WAGES REGULAR SALARIES & WAGES 411000 Perm Full Time 413000 Temporary Employees Total REGULAR SALARIES & WAGES OTHER WAGES 414500 Longevity Pay Total OTHER WAGES Total SALARIES & WAGES EMPLOYER BENEFITS GROUP INSURANCE 421100 Health Insurance 421200 Dental Insurance 421300 Life Insurance 421400 Disability Insurance Total GROUP INSURANCE SOCIAL SECURITY CONTRIBUTIONS 422101 FICA Trzai SOCIAL SECURITY CONTRIBUTIONS RETIREMENT CONTRIBUTIONS 42310) 1PERS iota! RETIREMENT CONTRIBUTIONS Total EMPLOYEE BENEFITS Airport Commission Agenda 8, Info Packet iBI111M Page: 1 Iowa City General Ledger System FY 2013 Expense Reporting For the oeriod 07.01.12 to 0731.12 YTD Period Appropriated Expenditures Expenditures Encumbrance Balance T Toed ........... -- - -- ----- -- - -- -- ----- -- --• -- -- --- --- ---- - ----- 49474,00 353517 3535.07 45939.93 1.15 3530 35.00 -35.00 -- --- ----- -- ---- 49474.00 -- ---- -- - --- 35,10.07 -- -- - 3570.07 --- ---- --- -- - -- - -- -- -- - ---- 4590s.93 ------ 7.22 244.00 244.00 -- --- ------- ---------- 244,00 -- -------- ---- --------- - -- --- --- -- - - -- 244.00 - -- --- 49718.00 ° ------ 3510.07 3570.07 - 46147.93 7,18 4525.00 389.23 389.23 4135.7" 8.63 318.00 26.70 26.70 291.30 8.40 94.00 10.54 10.54 83.46 1'.21 23930 19.40 19.40 219,60 8.12 -- --- - - -- -- ---- 5176,00 -- --- - -- -- 445.87 - --- 445.87 --- ------ -- --- 4732.13 - --- -- 8.61 3893.00 21,0.06 27).06 3532.34 7.10 - --- ------ -- -- 1803.CO ---------- ------------ 270.06 270,06 -- °-- ---.... ---------- 3532,94 ------ 7,10 4311.00 309.53 309.53 4001.47 7.18 ---- - -- --- --- 431-.30 -- - ------ --- 309.53 309.53 ---- --- -- - -- ----- -- 4001.47 -- -- -- 7.18 -- --------- -------- 13290.00 ---- - --- 1025.46 --- --- '1025.46 --- 12264.54 ---- -- 7.72 Airport Commission Agenda & Info Packet 'ax.PE' C9.I3,12 12 2:43:29 Method; 1 0111 M Pane; 2 :owa City General Ledger System FT 2013 Expense Reporting For the period 07.01.12 to 07.31.12 9T3 Period Account Appropriates Expenditures Expenditures Rnnnmbrance Balance %Used ,600 Airport (CONTINUED; AIRPORT !CONHNUED? 560100 Airport Operations (CONTINUED PROFESSIONAL & TECHNICAJ SERVICES OFFICIAL11ADMINSTRATIV3 SERVICES 431020 Court Costs k Services Total OFFICIALIADMINSTRATIVE SERVICES PROFESSIONAL SERVICES 432020 Annual Audit ?otEi PROMSLONAL SERVICES DATA AND COMMUNICATION SERVICES 435C56 Delivery Services 435063 Leaai Publications Total DATA AND COMMUNICATION SERVICES TRATNINC & EDUCATION 436030 Transportation 435050 Registration 436060 Lodging 436084 .Meals Total TRAINING & EDUCATION INSURANCE 4370'10 Cow.) Liability Insurance 439024 Fire & Casualty Insurance 437030 Worker's C9ap Insurance 07041 Bonding & Other Insurance 437200 Loss Reserve Payment Total I':tSUP,ANCE UTILITY SERVICES 438010 Scormwater Uti'ity Charges 43303) Eiectridty 430050 Landfill: Use 67.00 67,00 67.00 61.00 2350,00 23350.01 -- --- -- --- -- --- --•-- --------- --- -- • ----- -- -- ------ 2350.00 2560.00 15.00 15.00 12.00 12.00 27.00 27.04 100.10 700.00 400.00 420-.00 423.00 •25.00 ilf.23 500.16 SOO.OD 270,00 200.01 6O0.O0 425.00 42530 1375.00 23.61 4345.00 3530.00 13316,00 44.30 410.00 5000.00 23615.00 3530.00 3530.00 -- - - - - - - - - - ------•-- 3530.00 7104.00 906.26 986.26 14220.00 1383,39 138 "3,39 17.00 8 ?5,00 81.24 13316.00 44,00 9'.0.100 5000.00 20085.00 14.95 6:17.74 13.99 12836.61 9.73 17.00 EXPE: 08.11.12 12:43:30 Method: 1 Account Airport Commission Agenda & Info Packet Iowa City General Ledger System PY 2013 Expense Reporting For the period 07.01.12 to 07.31.12 VTD Period Appropriated Expenditures Expenditures 760C Airport 1C01dTINUED) AIRPORT [CONTINUED 560100 Airport Cperation8 ;CONTINUED! PROFESSIONAL & TECHNICAL SERVICES (CONTINUED) UTILITY SERVICES ( CONTINUED) 438070 Heating Fuel /Gas =38080 Sewer Utility Charge 438090 Water Utility Charge 438100 Refuse Collection Charges 438120 Long Distance Service Total UTILITY SERVICES Total PROFESSIONAL & TECHNICAL SERVICES REPAIR & MAINTENANCE BUILDING REPAIR & 1...4AINTHVAKE SERVICES 442010 Other Building Repair & Maintena 44202E Structure Repair & Maintenance S 442030 Reating Equipment Repair & Maint 442140 Cooling Equipment Repair & Maint 442060 Electrical & Plumbing Repair & M 442070 Bldg Pest Control Services Total BUILDING REPAIR & MAINTENANCE SERVICE EQUIPMENT REPAIR & MAINTENANCE SERVICES 443080 Other Equipment Repair & Mainten Total 3QUIPMENT REPAIR & MAINTMANCE SERVIC fiECENICAL SERVICES 445030 Nursery Service -Lawn and Plant C 445080 Snow and Ice Removal 445100 Towing 445110 Testing Services 445140 Qataide Printing 445230 Other Technical Services 21 of 76 Page: 3 Encumbrance Balance t Uses -- ------ -- ---- -- -- -- -- -- -- 6174.00 35.89 35,89 6138.11 .58 i30.00 '19.98 119.98 1199.02 9.10 1199 -00 110.58 110.58 1088.42 9.22 1166.00 97.00 97,00 1069.00 8.32 46.00 4.17 4.17 11,8.1) 5.07 -- -- -- -- - - -- ----- 31245.00 -- -- - -- - --- - --- 2737,27 -------- -- ---------- 2737.27 - --- --- --- -- 28507.73 -- -- -- 8.76 -- - - - - -- - ----- 59104.00 ------ ----•--..... 6692.27 - -- - ------- 6692.27 ---- ------- 52411.73 - ----- 11.32 12692.00 1626.72 1626.72 11065.28 12.82 4944.00 50.00 50.00 4894.00 1.01 4919.00 4919.00 865.00 53335 533.35 331,65 61.66 2229,00 2229.00 423.00 33.95 33.95 389.05 8.0 260,121,01) 1244.02 --•----- --- --- -- 2244,02 -- ----- 23827.98 8.51 3210.00 1505.72 1505.72 1704.28 46.91 --- -- - - - - -- -- -- -- - ---- - ---- - ------ ------------ --- --- -- -- -- - - - - -- 3210,00 1505,72 1505.72 1704.28 46.9'_ 32760.00 5005.81 5005.81 27754.19 15.28 23400.00 23400.00 156.00 155.00 900.00 900.00 207.00 287.00 3729.00 3729.00 Airport Commission Agenda & Info Packet 22 of 76 EBPE: 05.13.12 12:43:30 Method: 1 Page: 4 ToVa Cite General Ledger System FY 2013 Expense Reporting For the period 07.01.12 to D ?.31,12 KD Period kccouot Appropriated Expenditures Expenditures Encumbrance Balance 5 Used --------- --- -- ---------------- ---- - - - --- - ----- - -- - -- ---- ........ ....... ._ - •- ---- ------ - -- --- ------ 76CD Airport (CONTINUED) AIRPORT (CONTIN99D) 560100 Airport Operations {CONTINUED! REPAIR & MAINTENANCE (CONTINUED! ECR:NICAL SERVICES iCGNT HUED; Total TECHNICAL SERVICES INTRA- DEPARTMENT SERVICES 446100 City Attorney Chargeback 446130 ITS- PC/Peripheral Support Charge 446140 ITS - Computer Replacement Chargeb 446150 ITS - Application Development Fee 446160 ITS- Netaorkjirte: net Chargehack 446200 Photocopying Chargeback 44622C Phone Service Chargeback 445308 Phone Equipment/Line Chargeback 446320 Kai' Chargeback 445350 City Vehicle Replacement Chargeb 446360 City Vehicle Rental Chargeback 446370 Fuel Chargeback 446380 Vehicle Repair & Maintenance Cha Total INTRA- DEPARTMENT SERVICES NISCULANEOUS SERVICES & CHARGES 449055 Permitting Fees 449C6C Dues & Membershiss 449360 Interest Expense Total MISCELLANEOUS SERVICES & CHARGES Total REPATR & MAINTENANCE OTHER PURCHASED SERVICES ;CHANGE TO OFFICE &U GENERAL SUPPLIES 452,010 Office Supplies 452030 Minor Office EquipmentFurnitare 452040 Sanitation & Industrial Supplies .......... 61152.00 -- _ ---- -- - 5005,81 - ---------- - - - -- -- 5CC5.81 --- ---- -- -- - - -- 56146.19 ---- -- 8.19 3343.00 3343.00 416.CO 800.0) 800.00 -384.00 192.31 474.00 101.42 101.42 372.50 21.40 154.00 154.00 360.00 60.00 6630 300.00 16,67 172.00 12,24 12.24 159.76 7.12 1042.00 82.29 82.29 959.71 1.9D 1083.00 92.50 92.51 990.51 8.54 38136 4.42 4.42 3116.58 1.10 14943.00 1363.72 1363.72 13579.28 9.13 646.00 646.00 4266.00 156.73 156.73 4109.27 3.67 12000.OG 300-78 300.75 11699.32 2.51 -------- ---- 39280.00 - ---- ------- - 2974.10 --- --- ---- ----- 2974,10 -- -- ------- --- 36305.90 ------ 7.57 65.00 65.00 1175.00 1175.00 55928.00 5740.78 3740.78 52187,'12 6.69 -------- 57168.00 -- -- - ----- ---- 3740.78 -- - - -- -- - -- --- - 3740.78 ----- -- -- ------ 53427.22 6.54 --- -- - - - 166682.90 - -- -- -- - -- ---- ----- 15470.43 -•- ... .. 1S4 ?0.43 --- ---- -- - -- --- 171411.57 ------ 8.28 392,00 392.00 118.00 i1E.00 240.00 240.00 Airport Commission Agenda & Info Packet "PE: 08,13.12 12:43:30 Method: I Iowa City General Ledger System FY 2013 Expense Reporting For the period 07.01,12 to 07.31,12 YTD Period Account Appropriated Expenditures Expenditures -------------------- -- ------- --- --- --- -------- -- --- - - - - - -- --- -- - - - - -- --- ...... 7600 Airport (CONTINUED) AIRPORT ; Airport Commission Agenda & Info Packet B %PE: G8.1s.i2 '12:43:30 Method: 1 Iowa City General Ledger System FY 2013 Expense Reporting For the period 97.0112 to 07.31.12 YTD Period Account Appropriated Expenditures Expenditures Encumbrance Mr, Airport (CONTINUED; AIRPORT ;CONTINUED) 560100 Airport Operation3 (CONTINUED( IMPROVEMENTS OTHER THAN BUILDING IMPROVEMENTS OTHER THAN BUILDING (GREATER 473(10 Contracted lmprovements Total IMPROVEMENTS OTHER THAN BUILDING OTHER FINANCIAL USES 490150 Operating Subsidy 490190 Interfnnd Loan Total OTHER FINANCIAL USSR Total Airport Operations Total Airport P 11171M Page: 6 Balance I Used 20004,0p 20000.00 2040Q,h4 20400.OD _:892.00 991.0) 911.00 10901.00 8.33 45832,40 3080.74 3080.74 42751.26 6.72 - ---- --- ---- --- 57124.44 --- ------ ----- 4071.74 ------- ------------ 4071.74 ------------ 53652.26 - --- -- 7.45 ---- -------- ---------- 93375,00 -- ---- 31048.46 -------- - - - ----- 31098.06 ---------- 362276.94 - -- - -- 7.— -- --- - - -- - -- - ?93375.00 --- -- - - - - -- --- 31092.06 -- - -- - -- - --- -- ---- 31098.06 -- ------------ 362276.94 ---- -- 7.91 Airport Commission Agenda 8, Info Packet E'IPE; 09.13.12 12.43:30 Method; 1 PbY.7i61 Page: Iowa City General Ledger System FY 2013 Expense Renortina For the period V.01.12 to 0 7.31.12 Y'1'D Period Accoart Appropriated Expenditures Expenditures Encumbrance Balance a Used 7600 Airport (CONTINHDI AIRPORT (L"ONTINUEDI 560100 Airport Operations (CONTINUED) OTHER FINANCIAL USES (CONTINUED) -------- ---- -- ---- --- - -- - ------- ---- --- --------- - ------ --- -- - -- - -- HAND TOTAL + 393375.00 31096.06 31098.00, 362276.94 73: ------ - -- - -- ------ - ----- ----- - - -- - -- --- -- -- - ---- ---- -- --- - -- -- ---- ------------ --- --- - - - --- ---- -- - -- - -- ----- -- - -- -- --- --- -- -- -- -- - - -- Rk9E; 08,13,12 12:43!48 Method; 3 Arco= ---------------------------------------------- 76CC Airport. TNTHEST REVENUES 381100 Interest on investnents Total INTERFST REVENUES 11 1N TS 382100 Lend Rental 382200 3uilding /Room Rental Taal RENTS ROYALTIES S COMMISSIONS 3842,00 Vending Machine Comm 3384900 Other Comraiss>ons Total ROYALTIES 8 COMMISSIONS TRANSFERS TRANakSRS FROM GOVERNMENTAL ACTIVITIES 393123 Genera? levy Airport Commission Agenda & Info Packet Pz^-n- IM, Page= 1 Iowa City General Ledger System Fi' 2013 Revenue Reporting For the _period 07.01.12 to 07.31.12 Estimated YTD Period kevenae Revenue Revenue Remainder s Tota- TRANSFERS FROM GGU"sRNMENTAL ACTIVITIES Total_ TRANSFERS Total Airport *** GRAND TOTAL *a 1170,00 270,57 270,57 899.43 23. -3 ---------- -- --- 1170,00 -- ------- ------------ 270.57 274 ------ 57 ------ 899,43 ------ 23.'3 40943.01) 756,67 756.67 40186,33 1,85 235283,00 19687.00 19687.00 215596.00 8 ", ----- - - - ---- ----- 276226.00 - --- --- ------------ 20443.67 20443.67 ------ .... 255782,33 ....-- 7.40 9?,CC 10.80 10.80 86.20 11.13 16931.00 2276.84 2276,84 14654.10 1 3.45 - ----------- --- 17029.00 --------- -------- 2287.64 ---- 2287.60 ------ --- --- 14740.40 ---- -- 13.43 100041).1)0 8333.33 8333.33 91666.67 8.33 - 100000.00 83333.33 ----- 8333.33 -- -- -- --- - 91666.67 -- - --- 8.33 -- --- - - - - -- -- IOCG00.00 --- - ------ -- 83333,333 ----- -- --- 8333.33 - ---- - - - --- 91666.6' -- ---- 8.33 394424.40 3i335.17 31335.17 363088.83 7.94 -- --- - - -- - -- ------ 394424.00 ------------ ------ - - -- -- --- 31335.17 - - - - -- --- - - ----- 3;335.17 --- --- - - - - -- - ---------- 363088.83 -- ---- --- -- - --- -- 7.94 - - - - -- Airport Commission Agenda & Info Packet 27 of 76 TF.ID: 08,13.12 12:44:26 Method: 4 Pace: 1 Iowa City General Ledger System Expenditures Detail FY 201' Detail Reporting For the period 07.01.12 to 07,31,12 Trans Date Trans Type Report# Sonrce Description Debit Credit -- - --- - -- -- - --- - ----- - --- - - - -- - - - - -- -- ---- ----- -- ----- -- - -.. — 6GD A :rDCrt 560100 Airport Operations 411000 Perm Full Time 07.13.12 Old Sys 120711610009 07.27.12 Old Sys 120725010008 Total Perm Full Time 4130 +)0 Temporary Employees 07.13.12 Old Sys Total Temporary Employees 421100 Health Insurance 07,16.12 Journal Total Health Insurance 421200 Dental Insurance 07.16,12 Journal 507100 \CIC PAYROLL RECAP\PAYRCLL 13 1652.19 507236�M PAYROLL RECAPIPAYROLL 27 1882,88 3535.07 124711010079 507100 '\CIC PAYROLL RECAP�,PAYROLL 13 35.04 35.00 120803165800 010212 JUL HEALTH INSURANCE�CIC HEALTH INS 369,23 389.23 120303165000 710211 JUL DENTAL INSURAKFE CIC DENTAL INS Total Dental Insurance =21300 Life Insurance 07.18.12 New Vouch 120719030135 06792378 ChecR:71230'�MADISON NATIONAL LIFE Total Life Insurance 421400 Disability Insurance 07 18.12 Nev Vouch 120719030135 76792473 CHeck:712305�MADISON NATIONAL LIFE Total Disability_ Insurance 422100 FICA 07.13,12 Old Sys 120711010009 71.27,12 Old Sys 1207250 1_0008 Total FICA 23100 IPRRS J7.13.12 Gld Sys 120711010009 77,27.i2 0'd Sys 120725010008 7130599'tPICA'�CITY CGNTRI3UTIGN 7270599�,FICA \CITY CONTRIBUTION 7130599�IPRRS\CITY CONTRIBUTION 7270599')IPERS \CITY CONTRIBUTION 26.70 26.70 10.54 10.54 19.47 - -- -- - -- - - - - -- 19.40 127.55 142.51 270.06 1:6.28 163.25 TRID: 08.13.12 ;2:44:27 Method: 4 Airport Commission Agenda & Info Packet Iowa City General Ledger System Expenditures Detail FY 2013 Detail Reporting For the period 07,01.'2 to 07.31.12 Trans Date Trans Type Repertk Scurce Description - -- -- - - - - -- — -- --- -- ----- - - - --- -•-- _ _ °-... ------- ---.- .... .. 7400 Airport 'CONTINUED) 540100 Airport Operations ;CONTINUED 423100 IPERS (CONTINUED) T otal IFERS 436050 Registration 07.:1.12 P -Card Total Registration 43791E Comp Liability Insurance 07,10,12 New Vouob 120802i52100 19000588 AAAE�MICEAEL TRARP 120723030009 03304:11 Check:7".8781,AW WELT AMBRISCO INSUR 28 of 76 Page 2 Debit Credit - --- --- ---- -- --- - - - - -- ------------ --- -- ------- 304.53 425.00 — --- ------------ 425.00 3530.90 ------ - - - - -- ----- -- - - - -- Tcta'_ Comp Liability Insurance 3530.00 438010 Stormwater Utility Charges 07.18.12 Journal 120803165800 010239 057 - 095- 031STORMWTR \7.18.12 Bill Da 986.26 Total Stormwater Utility Charges ------ - ----- -- -- --- - ---- 986.26 438030 Electricity 0;.25.12 Mew Vouch 120802030036 00900504 Check:9100161611DAMERICAN ENERGY11180 96171 07.26.12 New Vouch 12,0802030036 00900558 Check:910016t,MIDAMERICAN ENERM180 1058.36 07.26.12 New Vouch 123802030036 00900560 Check: 910016 \MIDA?dERICAN HNEP.GY1180 34.32 07.26.12 New Vouch 120802030036 00900563 Check: 910016\MTDAMERICAN ENERGY1180 194.00 Total Electricity -- ---- ------ ---- --- ---- 13E3.39 438G7O Heating Fue /Gas 07.26.12 New Vouch 1208020300 36 08900515 Check:9100:6 \MIDAMERICAN ENERGYj180 15.89 07,26.32 New Vouch 120802030036 09900561 Check:910316\MIDAMERICAN ENERGY�180 10.00 07,26.12 New Vouch 120802030036 00900569 Check:9100161MIDAMERICAN ENERGY�180 10.90 Total Heating Fuel/Gas -- -- -- ---- -- ------- -- --- 35.89 .38080 Sewer Utility Charge 07.18.12 Journal 120803165800 010209 057- 120- 00'SEWERj7.18.12 Bill Date 35.68 07.18.12 Journal 120803165800 010209 057 - 118 -03 MWER17.18,12 Bill Date 20.12 07.18.12 Journal 120903165809 010209 057. 117- 00V9E4ER17.18.12 Bill Date 20.12 07.18 -12 Journal 120803165800 010299 Bill late 44.06 TRID; 08,13.12 12;44:27 Method: 4 TrarS Date Trans Type Airport Commission Agenda 8, Info Packet Iowa City General Ledger System Expenditures Detail FY 2013 Detail Reporting For the period 07.11.12 to 07.31.12 Report# Source Description -- --------- --- -- --- -- - - --- -- 7600 Airport (CONTINUED) 560lu Airport Operations (CONTINUED) 438080 Sewer Utility Charge ;CONTINUED_,) Total Sewer Utility Charge 438Q97 rater utility Charge 07.18.'_2 Journal 120803165800 010209 057 i2C O0`yWATBR \7.18.12 Bill Date O7,I8.11 Journal 120803165800 010209 057- '18 -03 \WATER \7.18.12 Bill Date 07.18.12 Journal 127803165800 010209 057 - 117 -00 WATER17.15.12 Bill Date 07.18.12 Journal 120803165800 010209 057 115- 09 \NATBR1,7.1B.1? Bill Date 07.18.12 Journal 120803165800 010209 059 - 095- 0310ATER \7.18.12 Bill Date Total Plater Utility Charge 438100 Refuse Collection Charges 07.18.12 New Vouch 120719030135 06792234 Check:712214 \ABC DISPOSAL SYSTEMS I 07.18.12 New Vouch 120719030135 06792246 Check:712214iABC DISPOSAL SYSTEMS I Totai Reface Collection Charges 438120 Long Distance Service 07,01.12 Ph Lon Est 128801092718 00007019 JUL LONG DIST CNGBK Total Long Distance Service 442010 Other Building Repair .& Maintenance Ser 07,10.12 New Vouch 12C71103CC10 06791763 Check;711 0,62 \DAN'S OVERRBAD DOORS 07.10.12 New Vouch 120711030010 06791877 Check:712001 \JET AIR INC ION \CLBANI 07.17.12 New Vouch '2C71803CC14 06791996 Check:712250 \DAN'5 OVERFEAD DOORS 1 07.21.12 P -Card 120602152100 19000587 FREEMAN LOCK AND ALARM\MiCRAEL TEAR Total Other Building Repair & Maintenance Servi 442020 Structure Repair & Maintenance Services 07.2'.12 P -Card 120802152100 19000391 OEC*OTIS ELEVATOR CO \JUNE NASBY Total Structure Repair & Maintenance Services PI:Z.71W Page; 3 Debit Credit ------ ------ ---- -------- 119.98 27.04 15..3E 15.38 43.38 9.40 110.58 69.00 28.00 ----- - - -- --- -- ---------- 97.00 4.17 4.17 81.73 600.00 70'.24 243.75 '626.72 50.BO 50.00 Airport Commission Agenda & Info Packet 30 of 76 PRIG: 08,13.12 i2;44:2 , Method- 4 Page; 4 Iowa City Ge:ierai Ledqer System Expenditures Detail FY 2013 Detail Reporting For the period 07.01.12 to 07.31.12 Trans Date Trans Type Report# Source Description: Debit Credit ---- -- ----- -------- . 7600 Airport (CONTINUED? ........ .... ------------------- - ----- -- -- -- --- -- -- --- ----- -- -- -- 560100 Airport Operations (CONTINUED) 442U0 Cooling Equipment Repair & Maintenance 07.17,12 New Vouch 120718030014 06791998 Check:712295j3ELLY HEATING & A/C IN 161.35 C7.17.12 New vouch 120718030014 06991999 Check:712295'VELLY HEATING & AJC IN 372.00 Tota: Cooling Equipment Repair & Maintenance Se -- --- 533.35 -- --- ------- 442670 Bldg Pest Control Services 07.25.12 New Vouch 120726030142 06/92803 Cheek:7130W,HAWY.EYE PEST CONTROL I 33.95 otal Bldg Pest Control Service; ------------ 33.95 ------------ 4430$0 Other Equipment Repair & Maintenance Se 07.17.12 New Vouch 120711030010 06791878 Check:712001'\JBT AIR INC IOW�MAINT 1181.90 07.30.12 New Vouch 120731030008 06792892 Cheek:7133WDAN'S OVERHEAD DOORS 1 323.32 Total Other Equipment Repair & Maintenance Sery --- -- - - - --- 1505. ---- - -- --- 72 4110E Nursery Service -Lawn and Platt Care 01.10.12 New Vouch 120711030017 06791376 Check:7120011JET AIR INC IDW'�MAINT 45CO.00 07.21.12 P -Card 120872152100 19000589 PLEASANT VALLEY LP�MICHAEL THARP 505.81 Total Nurseri Service -Lawn and Plant Care --- --------- 5005.91 --- --- - - -- -- ?46130 ITS-PC/Peripheral Support Chargeback 7731.12 IT Support 120731133908 00007024 FY13 ITS ANNUAL CHGB 800.00 -otal ITS-P'/Peripheral Support Chargeback ............ 800.00 ....... 445147 ITS - Computer Repia-^_emeat Chargeback 07.01.12 IT Rep1 120709172520 x0007025 JUL ITS REPL CHGBCE 191.42 fiotal ITS - Computer Replacement Chargeback 101 -42 -- --- ------- -- 446160 ITS- Networkllnternet Chargeback 07.01.12 IT Int /Nwk 120706159916 00737031 JUL M NETW /'INTRNET 60.00 Total ITS- Networkilnternet Chargeback bO.00 Airport Commission Agenda & Info Packet 31 of 76 TR'D: 08.13.12 12:44;27 Method: 4 page: e Iowa City General Ledger System Expenditures Detail FY 2013 Detail Reporting For the period 87.01.12 to 07.31.12 Trans Date Trans 7ype R2part4 Source Deszriptior, Debit Credit - - -- --- -- - - - - -- - --- - - - - -- ---- -- - - - - -- - -- --- ---- 7680 Airport (CONTINUED) 550100 Airport Operations (CONTINUED; 446200 Photocopying Chargeback 07.01.12 Copier Chg 120725180801 00700043 JON PHOTOCOPY CHARGE 12.24 Total Photocopying Chargeback 446220 Phone Service Chargeback 07.31.12 Qwest Chrg 120301111047 08007032 Jul Telecom Charges Total Phone Service Chargeback 446300 Phone Egaipment?Line Chargeback 07.01,12 Ph Ecuipmt 120801092718 88087018 JUL PMON EQUIP CHGER iota! ?hone Equipment /Line Chargeback 446320 Mail Chargeback 07.01.12 Nail 129724111348 08700061 JUN POSTAL CHARGES Total Mail Chargeback 440350 City Vehicle Replacement Chargeback 07.311.12 80 Repl 120806085949 0000 1,006 JUL REPLACEMENT COST Totai City Vehicle Replacement Chargeback 448370 Fuel Chargeback ,J7.31.12 EQ Div 120806085949 00007008 JUL DIVISION FUEL Total Fuel Chargeback 446380 Vehicle Repair 6 Maintenance Chargeback 81,.31.12 EQ Div 120806085949 00007008 JUL DIVISION SERVICE Total Vehicle Repair & Maintenance Chargeback 449360 interest Ea_penae 81.31.12 journal 120803165800 010199 Corp Hangar Loan Int\Ju1 Interfnnd 8 ",31.12 courral 12080316 58QO 818199 UI Hangar Loan Int,Jul Intarfund Lo 87.31.12 Journal_ 120803165800 010199 SW T -Hngr Loan Int�Jul Interfand Lo 12.24 82.29 -- -- -- ------ - --- -- - - -- -- 82.29 92,50 -- --- - -- - --- -- -- -- -- - - -- 92,50 4.42 ---- -- - - - - -- ------ - - -- -- 4,42 1363.72 -- --- -- - -- -- ------ --- --- 1'363.72 156.73 - ---- - - - --- ---------- -- 156.", 300.78 -- -- ------- ------ - -- --- 300,78 1715.173 12J4.71 820,96 Airport Commission Agenda 8, Info Packet 32 of 76 TRID: 08,13.12 !2:44:27 Method: 4 Page: 6 Iowa City General Ledger System Expenditures Detail FY 2013 Detail Reporting For the period 07,01.12 to 07.31.12 Trans Date Trans Type Report# Source Description Debit Credit ---- - - - - - -- ------ ---- - - -- ------ -- - - - - -- --- ---- -- -----•-•--- -- -- ---- - - - - -- - -- ---- ----- - ----- ------ 7609 kirport i'ONTIN -ICED) 56C100 Airport Operations (, CONTINUED; 4 =9360 interest Expense !;CONTINUED; ------ --- --- -- ---- - - - - -- Total Interest Expense 3740.78 466040 Plumbing Supplies 07,10.12 New Vouch 120711030010 067918/8 Check:71200'�JET AIR INC IOW��,MAINT 102.57 Total Plumbing Supplies 102,57 466070 Other Maintenance Supplies 07 ,10.12 New Vouch 120711030010 06741878 Check:712001'tJET AIR INC IMMAiNT 6.63 Total Other Maintenance Supplies -- --- -- -- -- - ---- ------ 469190 Minor Equipment 97.10.12 New Vouch 120711030010 06791878 Chec'.t:7120011,JET AIR INC IONVIAINT 56,59 Tota'- Minor Equipment 56.59 469200 Tools 0 1.10.12 New Vouch 120711010010 06791878 Check:7120011JET AIR, INC IOW'PMAIIDT 44.22 Total Tools 44.22 ?69360 Food and Beverages !7.10.12 New Vouch 120711039010 0679'878 Check:712001�)JET AIF. NC IDWI,MAINT Total 'cod and Beverages 190150 Operating Subsidy 67,31.12 Journal Total Operating Subsidy 490150 Interfund Loan 07,31.12 Journal 07.31.'_2 Journal 07.31.12 Journal Total Interfund Loan 58.08 ------ --- --- ------------ 58.08 120803165800 010193 Airport 10% ED CoordlJul Budgeted 0 991.00 ---- -- - - - - -- ------ - - - - -- 991.00 120803165800 010199 Corp Hangar Loan Prn \Jn1 Interfund 1284.97 12080316!800 010199 UI Hangar Loan PrinC \Jul Interfund 1186.73 120803165800 010199 SW T -Hngr Loan Princ'1Jul Interfund 609,04 ------ - - -- -- ------------ 3080.74 MD: 0Q.,1M 12:4417 Method! 4 Airport Commission Agenda & Info Packet Iona City General Ledger System Expenditures Detail FY 2013 Detail Reporting For the period 07.01,12 to 07.31,12 Trans Date Trans Type Report¢ Source Description -- ---•------ - --•--- ----------------------- 6100 Airpo- t (CONTINUED) 560100 Airport Operations (CQNTINUED; 490190 Interfund Loan (CON'TINUED) Total Airport Operations 33 of 76 Raae: 7 Debit Credit 31799.06 Airport Commission Agenda & Info Packet 34 of 76 ?BID: 08.13.12 12:44:27 Method: 4 page: 8 owa City General Ledger System Rxpenditures Detail FY 2013 Detail Repartirq For the period 01.01.12 to 07.31.12 Trans Date Trans Type Report#, Source Description. Debit Credit ---- --- --- -- -- --- --- --- --- --- --- -- ---- - -- -- --- --- ----- - -- --- 530 Air ort "ONTINJBD) �6b100 Airport Operations ICONTMUSDI 49019E Interftnd Loan (CONTINUED -- - - - - - - - - - - - - - - - - - - - - - -eta? Airport 3:098.06 Airport Commission Agenda & Info Packet 35 of 76 '3ID: 28.17.12 12:41:27 Method: 4 Page: 9 Iowa City General Ledger System Expen,itures Detail Pi 2013 Detail Reporting For the period 07.01,12 to 07.31.12 Trans Date Trans Type Repoxt@ Source Description Debit Credit 7300 Airport (CONTiNUD) 560100 Airport Operations (CONTINUM 490190 Interfund Loan (CONTINURD) GRAND TGTA toe 31G9S.OE ------------ ------ - -- - -- Airport Commission Agenda & Info Packet 36 of 76 TRID: 08.13.12 12:44:33 Method: 4 Pa4e: I 'ova City General Ledger System Revenues Detail FY 2013 Detail Reporting Far the period 0731,12 to 07,31,12 Trans Date Trans Type Report# Source Description Debit Credit 600 Airport 560100 Airport Operations 3 61100 Interest on Investments 07.31.12 Allocation 1208091[54" interest allocation 270.57 Total interest on Investments ------- --- -- 270.57 382100 Land Rental 07.1.2.12 Payment 120712092732 00022404 2- 13\BELL LARRY & SANDRA \PAYMENT 300,00 07.16,12 Payment 120716090926 00022419 1- 34\,JET AIR\JUL 12\GROUND LEASE 156,67 07.16.12 Misc Pymt 1207251'01936 70- 1911ARNED FORCES RRSERIMAIP.POPT 350.D0 Total Land Rental --- ----- - --- -------- ---- 756.67 18,200 Building/Roo, Rental 07.02.12 Payment 120702093339 00022298 1- 1VANDERSEN JASON\JUL 12\HANGAR 144.00 0,02. 12 Payment 120702093339 00022298 1- 16\ANDERSEN JASON\JUL 12\HANGAR 144.00 07.02 -12 Payment 120702093339 1300222 99 1 17\HEADINGTON MERLE & BEasdLY\JU iS1,00 07 .13.12 Payment 120703094332 00022329 2- 10�,PITTON NIRRyJUL 12\HANGAR #26 1S1.G0 07,03.12 Payment 120703094332 80022381 2- 9VDOWNES GREG\JUL 12\HANGAR #51 172.00 07.C5.12 Payment 120705093737 00022333 2-5VSCHNELL TOM\JUL 12 \HANGAR 462 _78.00 07.05.12 Payment 12D705093737 G0022335 2- 6\BALL ROBERT \JUL 12 \PANGAR #6 144.00 07.135.12 Payment 120705993737 00022335 2- 6\HALL P.OBERT\JUL 12\HANGAR #12 151.00 07.05.12 Payment 120705093737 00022360 2 -3\HRR FRED\JUL 12\HANGAR #16 151.00 07.05.12 Payment 120705093737 00022378 2- 4\ST3ARMAN \JUL 12'',HANGAR 147 172.00 07,95.12 Payment 120706044347 00022294 1.3\FIELD HOWARD \JUL 12 \HANGAR 0,54 172.00 07.04.12 Payment 120706094347 00022336 1- 6\BULGARELLI DAVID\JUL 12yHANGAR 151 -00 071:.12 Payment 120709092336 00022297 2- 12\FULLER SCOTT\JUL 12\HANGAR 0 '72.00 07,09.12 Payment 120709092336 00022334 2.3\B4LLERS JONATHAN\JUL 12'ANGAR 153.00 07,09.12 Payment 120709092336 00022376 2.10\POWERS ROBERT \JUL 12\HANGAR # 145.00 07.10.12 Payment 1207:0092448 00022340 1- 12\MASCARI RICN\JUL 12 \HANGAR #3 15i.00 07.10.12 Payment 120710092448 00022341 1- 61BUTLER JOHN\JUL 121 ANGAP. #36 172,130 07.10,12 Pavvent 120710092448 00022341 1.6 \BUTLER JOHN \JUL 12\HANGAR #37 172.00 07.ii.12 Payment 120711093316 00022308 2.4\CARE AMBULANCE\JUL 12 \OFFICE 100.D0 07,12,12 Payment 120712092732 00022293 2- 12\ODGAARD JACOB\01L 12\HANGAR # 151.30 17,12,12 Payment 120712112649 00021870 9- 24MAGER DAIV AY 12\HANGAR #17 151.10 07,12,12 Payment 120712112849 00022/01 9- ' \YEAGER DAMAN 12\HANGAR #17 15'.00 TRID: 09.13,12 12:44:33 Method: 4 Airport Commission Agenda 8, Info Packet Iowa City General Ledger System Revenues Detail PY 2013 Detai' Reporting For the period 07.01.12 to 07,31.12 QlAnivil Page: 2 Trans Date ----- ------ Trans Type --- - - - - - -- Report# ----- - ----- Source - -- --- -- Description Debit --- -•---- ------ ------------ - - ---- -- ---- -- ---- Credit ----- ----- ?600 Airport NONTINUEDI 560100 Airport Operations ;CONTINUED) 3382200 Building/Room Rental iCONTT_NUEDI 07,13.12 Payment 120713091945 00022316 I-B \RUYL3 JOHN�JUL 121HANGAR #33 158.00 07.13.12 Payment 120713091945 00022353 1- 7 \ZHBROD ROY\JUL 12�HANGAR #20 151.00 07.16,12 Payment 120716090926 00022331 1- 21�DENARIA JOSEPHjJUL 12111ANGAR 151,00 07,16.12 Payment 120916090926 00022342 2- 18�HARTWIG RANDY'�JUL 12�11ANGAR # 17x.00 07,16.12 Payment 120716090926 39022374 1 -34ORT AIR INO.JUL 12\BUILDINGS D 4287.00 07.16.12 Payment 120716090926 00022395 1- 34�JRT AIR1,J-JL 12;HANCAR #60 17B,co 01.105.12 Payment 1_20716090926 00022385 1- 34'IJET AIRIJUL 12�XNGAR 459 178.00 07,16.12 Payment 120716090926 00022385 1- 34'yJET AIR \JUL 12�HANGAR 41 144,00 0^,17.12 Payment 1207I7091930 00022324 1- 19�11RUMLEY JAMES�JUL 12 \HANGAR, # 151,00 07.17,12 Payment 120717091930 00022343 1- 29�,LACINA DA "aEiJUL 121HANGAR #5? 202.00 07,17.12 Payment 120717091930 00022352 2- 13 \CHALRLE'i BEN \JUL 12�,HANGAR #1 151,00 97.17,12 Payment 120717091930 00022357 1- 16�AEROHAWZS \JUL 12 \HANGAR #19 302.00 07.17.32 Payment 120717091930 00022413 2.10.JOHR BRIAN\JUL 121HANGAR #27 161.00 07.20,12 Payment 12072009205E 00022377 2 -4' ;OPERATOR PERFORMANCE LAB;JUL 12 403835 v; 20,12 Payment 120720092050 00022377 2- 4\OPERATCR PERFORMANCE LABt,JUL 12 615.00 07.20,12 Payment 120720C92050 00022411 2- 12'POLASBI MICHAEL',,JUL 12\HANGAR 151.00 97.25.12 Payment 120720634540 00022291 89-1\MILLER RICHARW UL 12�HANGAR i% .00 07,20.12 Payment 120720094540 00022397 89- 0 'YAM>ADA THORU \JUL ff'HANGAR #2 151.09 07.20.12 Payment i20720094540 00022316 89- 8\EINCHLEY HARRYI,JUL 12111ANGAR 404.00 07,20,12 Payment 20720094540 00022316 V-B8 EINCHLBY HARRY�JUL 12\HANGAR 144.00 07,20,12 Payment 120720094540 00022120 89-9`wOS JEREMYIJUL 12t,HAR14GAR #64 196.00 07.20.12 Payment 120 720094541) 00022346 89- 10'iFISHBAUGH JUSTIN�JUL 12 \HANG 178,00 07,20.12 Payment 120720094540 00022349 89-11'1PATTSCEULL RICHARD\JUL 12jHA 2334.00 07,20,12 Payment 120720094540 00022351 89- 12'�ALLENDER PATRICK;JUL 12 \11ANG 172.00 07.20.12 Payment 120720094540 00022363 89- 14'tEDMONDS TERRYIJUL 12'1HANGAR 320.00 07,20.12 Payment 120720094540 00022377 89- 1VAUADRDNS UP \JUL 12t,HANGAR #5 172,03 07.20.12 Payment 120720094540 00022312 89- 19\GURNETT DON\JUL 121HANGAR #3 310.00 07,20,12 Payment 120720094540 1062213B6 89- 2119WANSON NAOMI�M 12\HANGER 144.04 07.20.12 Payment 120720094540 00C22408 89- 26yCOHN GARY'Q9L 12;HANGAR 441 172.00 07.20.12 Payment 120729094540 00022411 89- 28\1EADE JAMES N'0L 12'0ANGAR 172.00 07,23.12 Payment 120723090045 00022373 2- 7�ROOP EEITH'4JUL 12tHANGAR #42 _72.00 97,24.12 Payment 120724094036 00(22311 2- 2�SHEPHBRD TODD & JULIE;JUL 12,1H 144.00 TRID: 08.13.:2 12;94:33 Method: 4 Airport Commission Agenda & Info Packet Iowa City General Ledger System Revenues Detaii FY 2013 Detai-. Re_DOrtin4_ For the period 07.01.02 to 07 31.12 Trans Date Trans Type Report# Source Description Debit -------- --- - ----- ---- ----- ----- -- - - - - ---- ----------------------- ----------- - 7000 Airport (CONTINUED', 560100 Airport Operations (CONTINUED; 352200 Building /Room Rental ;CONTINUED( 07.27.12 Payment 120727092510 00022656 '-- 11'\FIELD H0WARD1AOG 1"MRGAR #5 07.27.12 Payment 1_20727092510 C0022705 2- 6 'kN6226W INCU.UG 12kRANGAR #49 07.27.12 Payment 120727192510 00022737 2- 13SPOWERS ROBERT\AUG 12'HANGAR # 07.30.12 Payment 2073009250? C0022660 2 -19 \ANDERSEN JASON�AUG 12t,EANGAR 07.30.12 Payment 120730042501 00022660 2 -15 1ANDERSEN JASOM,AUG 12'6HAir`GAR 07.30.12 Payment 120730092501 00022703 2- 17'DUT1ER JOHNyAUG 1211HANGAR 436 07.30.12 Payment 120730092501 00022703 2- 171,BUTLER JOHN ',AUG 121,11ANGAR #37 07.31.12 Payment 120731100126 00022100 1- 12'MWAA2R01SUN 12\HANGAR #43 07.31.11 Payment 123731107 ^_ -28 00022637 1 -11 MUMLEY 1AMESIAUG 12�11ANGAR # 07.31.12 Payment 120731100123 00022706 1- 15'XHMEISER RUSS\AUG 12�,HANGAR Total Building,/Room Rental 384200 Vending Machine Comm 07,25.12 Misc Pymt Teal tending Machine Comm 384900 Other Commissions 07.17.12 Misc Pvmt Total Other Commissions 393120 General Levi 07.31.12 Journal iota' General Levv Total Airport Operations 120725094333 2- S\03RICA.N BOTTL NG COMPANY \:ENDI 120717001936 1- 17'IEASTERN AVIATION FUELS\FUEL JU 120803,65300 010190 Ptax to AirportiJul Budgeted Operat Of -I ivil Page: 3 Credit 172,G0 i72.00 144.00 144.00 i4 ?.00R 172.00 1 ",2.00 172. U'0 150.00 209,00 .968".0', --- -- --- --- ------ -- ---- 10,80 2"276.80 ---- --- --- -- ---- -- --- --- 2276.80 3333,33 8333.33 3313.35.17 Airport Commission Agenda & Info Packet TRID, 0$.13.i2 12:44:33 Method: 4 -osa City General Ledger System Revenues Detail F° 2013 Detail Reporting For the period 07.01.12 to 04.31.12 Trans mate Trans Type Report# Source Description ------ - - - -- --- - - ----- ------- - ---- -------- ---- ------------------ '600 Airport (CO1dTINUED) 560100 Airport Operations iCONTIN'ED) Total Airport ItBZ ivjl ",. Page: 4 Debit Credit - --- -- ---- -- ------ ------ 313-5.17 Airport Commission Agenda & Info Packet 40 of 76 TRID: 09.13._2 .2:44:33 Method: 4 Pape: c ,cwa City General Ledger System Revenues Detail FY 2013 Detail Reporting For the period 07.01.12 to 07.31.12 Trans Date Trans Type Report# Source Description Debit Credit --- - - --- ----------------------------------- - ----- - -- --- -- - - - ---- 7690 Airport (OONTINUBD' 560106 Airport Operations (CONTINUED) GRAND TOTAL " 31335.1" ---- --- - - --- ---- ---- - --- ------------ -- --- - -- --- Airport Commission Agenda & Info Packet 41 of 76 Prepared by: Susan Dulek, Assistant City Attorney, 410 E. Washington St., Iowa City, IA 52240- 319- 356 -5030 RESOLUTION RESOLUTION ADOPTING PURCHASE MANUAL. WHEREAS, in April 2012, the City Council adopted a Purchasing Policy Manual; WHEREAS, the Purchasing Policy Manual grants the City Manager and Departments Heads authorization to make certain purchases up to certain dollar amounts; and WHEREAS, in Resolution No. A08 -05, the Airport Commission authorized the Airport Operations Specialist and the Chairperson to make purchases up to certain dollar amounts in certain circumstances. NOW, THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION THAT: 1. The Iowa City Purchasing Policy Manual is adopted as the policy governing purchases by the Airport Commission with the exception of chapters entitled "Authority to Purchase" (in Section 1), "Signature Approval Requirements" (in Section 1), and "Dollar Thresholds" (in Section 111). 2. Resolution No. A08 -05 shall be used in lieu thereof said chapters. Passed and approved this day of ATTEST: SECRETARY CHAIRPERSON It was moved by and seconded by adopted, and upon roll call there were: AYES: NAYS: 2012. Approved by �-_-) Ira City Attorney's Office ABSENT: Assouline Gardinier Horan Mascari Ogren the Resolution be Airport Commission Agenda & Info Packet 42 of 76 PURCHASING POLICY MANUAL �ddopi '',w CITY OF IOWA CITY Last revised: April 17, 2012 SECTION I SECTION II SECTION III SECTION IV SECTION V Airport Commission Agenda & Info Packet INTRODUCTION Purpose Employee Responsibility Waivers /Changes to the Manual Authority to Purchase Signature Approval Requirements PURCHASING DIVISION Mission Statement Role of the Purchasing Division Objectives of Purchasing Purchasing Cycle Copiers and Fax Machines Purchasing Staff 43 of 76 TABLE OF CONTENTS Page 3 Page 3 Page 3 Pages 3 -4 Pages 4 -6 Page 7 Page 7 Pages 7 -8 Pages 8 -9 Page 9 Page 9 I,NIIII lA DOIDI► III,. toleIMIIII ADIMIll]aILItoIIIA*3we (0 013i Types of Solicitations Page 10 Methods of Solicitation Pages 10 -11 Dollar Thresholds Pages 11 -12 Public Improvement Definition and Procurement Page 13 Advertising Public Bids and Request for Proposals Page 13 Surplus Equipment Transfer /Disposal Page 13 EXCEPTIONS TO COMPETITIVE PURCHASING Emergency Purchases Sole Source Cooperative Purchasing Page 14 Pages 14 -15 Page 15 INFORMATION TECHNOLOGY PROCUREMENT POLICY Purpose Page 16 Responsibility Page 16 Procedures Pages 16 -17 SECTION VI LEGAL REQUIREMENTS Gratuities/ Gift Law Page 18 Prohibited Interest in Public Contracts Policy Page 18 Local Preference Policy Page 18 -19 State and Federal Funding Page 19 Donated Funds Page 19 Professional and Technical Service Contracts Pages 19 -20 Record Retention Page 20 Public Record Page 20 SECTION VII REQUIRED DOCUMENTS FOR CITY PURCHASES Purchase Requisition Page 21 Purchase Order Page 21 Tax Exempt Certificate Page 21 General Terms and Conditions Document Page 21 Contract Compliance Document Page 21 Insurance Certificate Pages 21 -22 Security Bonds, Liquidated Damage Provisions, and Contract Incentives Pages 22 -24 SECTION VIII Airport Commission Agenda & Info Packet SHIPPING & PAYMENT TERMS FOR CITY PURCHASES Shipping Terms Page 25 Payment Terms Page 26 SECTION IX PURCHASING TERMS AND DEFINITIONS Pages 27 -29 44 of 76 Airport Commission Agenda & Info Packet 45 of 76 SECTION L INTRODUCTION A. Purpose The purpose of this manual is to define the City of Iowa City's purchasing policies in order to establish uniform purchasing practices throughout the City's departments and divisions. The policies defined in this manual are to encourage competition while promoting fair and equitable treatment of individuals who participate in the procurement process. In the event there is a separate funding authority with its own procurement policy, the departments and divisions shall follow both the funding authority's rules, as well as the City's purchasing policies. If they conflict, the more stringent policy shall prevail. The Iowa City Public Library and Iowa City Airport are managed by their own separate governing bodies and adopt their own purchasing policies. All other City entities are governed by this Purchasing Manual. All Public Improvement projects are managed by the City's Engineering Division, instead of the Purchasing Division, and are subject to all requirements of Iowa Code. Non - Public Improvement procurements made by the Engineering Division remain subject to the Purchasing Manual. B. EmploveeResponsibility It is the individual responsibility of each employee involved in the procurement process to understand the intent and the meaning of the policies and the procedures stated in this manual. If there is any question or concern relative to either the policies or procedures, or the ability of the employee to respond effectively to the requirements of the procedures, then it is the responsibility of the employee to bring it to the attention of the Purchasing Agent immediately. Employees failing to follow the purchasing policies may be subject to discipline. C. Waivers/ Changes to the Manual The City Manager may, for good reason consistent with the purposes of these policies, allow a purchase that is not in compliance with these policies if the waiver is not inconsistent with applicable law. The City Manager or designee may amend this Purchasing Manual to reflect City Council action. Any other change to the manual must be approved by the City Council. D. Authority to Purchase City Council Any spending authority not delegated by City Council is retained by City Council. The City Council determines expenditure levels through the formulation and approval of an Annual Operating Budget and Capital Improvements Program. In performing this policy - making function, the City Council establishes a set of goals, priorities, and performance standards which the City organization directs its collective efforts toward accomplishing. The adoption of the Annual Operating Budget is the approval of a level of expenditures necessary to accomplish the goals and objectives that have been established by each City program. With the exception of specific statutory requirements for Public Improvements, and subject to the limitations imposed by Council resolution on City Manager spending authority, no further Council action is required to initiate purchases within the budget (See Section III (D) of the Purchasing Policy Manual for more on Public Improvements). However, it is intended that the City Council will approve final disbursement of all public funds, as well as specific changes in program funding levels, upon the recommendation of the City Manager. Pursuant to a passed resolution, Council may designate an employee to sign a contract. As a general rule, all contracts and other transactions with other public bodies, such as Johnson County, the State of Iowa, or the United States government, are subject to City Council Airport Commission Agenda & Info Packet 46 of 76 approval. Also, it should be noted that there may be additional requirements for certain transactions that would dictate deviation from these rules. Citv Manager The City Manager is delegated the responsibility by the City Council to carry out the policy, direction, and goals of the City Council. It is his /her responsibility to manage the Annual Operating Budget in such a way that the goals and priorities of the City Council are accomplished. All recommendations for changes in general purchasing policy will be made with the prior approval of the City Manager. Departments City Departments are responsible for meeting the goals and objectives established by City Council and the City Manager, and are provided budget funds to meet these goals. With the approval of the Director of Finance and the concurrence of the City Manager, departments may initiate internal reallocation of their budget funds as needed within the guidelines established by the Finance Department. Although the City Council has established goals and levels of expenditures for each program, appropriation is not a permit nor a directive to expend funds unless the need for the item continues to exist at the time for purchase and the price of the item is within the parameters of the budget In addition, these criteria must be weighed ultimately against the unavailability of funds and the relationship of the department goals to the overall City priorities. For proper management control, it is necessary that expenditures be authorized prior to purchase. This authorization will be in the form of a signature on a purchase requisition, check request, or other approved forms for goods and services in question. In instances where additional justification is required, an interdepartmental memorandum, budget revision, or budget amendment form will be required. Note: Budget authorization for the expenditure of funds does not negate a department's responsibility to follow the City's purchasing policies and bid thresholds stated within this manual. E. Sianature Approval Requirements The following describes the signature approval required for the purchase and payment of different categories of procurement. The guidelines listed below address only the signatures required — not whether the project needs to go out for quote, bid, or REP. Those guidelines are listed in Section III of the Purchasing Manual. The Department must have budget authorization prior to any procurement Resolution No. 12 -190, passed April 17, 2012, addresses the dollar thresholds laid out below. 1.) Commodities, Operational Services, and Capital Outlav Expenditures of $20,000 or less: Appropriate Department Director or designee signature required. Expenditures greater than $20,000, but no greater than $150,000: Appropriate Department Director and City Manager or designee signatures required. Expenditures greater than $150,000: Appropriate Department Director and City Manager or designee signatures as well as City Council approval required via signed resolution. Because rock salt is typically purchased through the cooperative bidding process through the Iowa Department of Transportation, and the time period between DOT notification and the deadline for City commitment is shorter than would allow City Council approval, the City Manager is granted signature authority for the 4 Airport Commission Agenda & Info Packet 47 of 76 purchase and payment of rock salt through the DOT contract, even if that purchase exceeds $150,000. 2.) Professional and Technical Services Professional and Technical Services include services provided by consultants or individuals or organizations possessing a high degree of technical skill, such as lawyers, physicians, architects, and engineers. The requested services may include information, professional advice, training, or direct assistance. Contractors working within trades, such as plumbing, electrical services, and I VAC are considered as providing Operational Services, not Professional and Technical Services. It is the responsibility of the requesting department to confirm that the contractor possesses the skills required to pertomi the job. Cost remains an important consideration in securing Professional and Technical Services. Department Directors must confirm that the service provider does not appear on the Prohibited Interest List, maintained by the Accounting Division. Written contracts should contain the Prohibited Interest in Public Contracts Policy language, found on page 18. Any procurement of Professional or Technical Services in excess of $10,000 must take the form of a written contract. All written Professional and Technical Service Contracts, regardless of dollar value, must be approved by the City Attorney's Office before services can begin. Professional and Technical Service Contracts of $20,000 or less: Appropriate Department Director signature, and signed contract approval by the City Attorney's Office required. Contracts under $10,000 need not be in writing. Professional and Technical Service Contracts over $20,000, but no greater than $50,000: City Manager or designee and appropriate Department Director signatures, and signed contract approval by the City Attorney's Office required. Professional and Technical Service Contracts of greater than $50,000: City Manager and appropriate Department Director signatures, signed contract approval by the City Attorney's Office, and approval by the City Council required. 3.) Lease of Real Property or Rental of Equipment from Another Partv for More than One Year City Council signature approval is required for any lease of real property from another party for more than one year. City Manager signature approval and Department Director approval is required for the leasing or rental of equipment for more than one year. All written lease contracts for real property or rental of equipment from another party must be reviewed and approved by the City Attorney's Office. For any lease longer than one year for either real property or equipment rental, a copy of the signed lease should be forwarded to the Accounting division. The City allows the leasing or rental of equipment or building(s) if all of the following requirements are met: 1. Funds are budgeted and available to the requesting department; and 2. The period of time involved does not extend beyond fund availability; and 3. It is not the intent of the initial rental to transition into a lease /purchase option. Airport Commission Agenda & Info Packet 48 of 76 Tyne of Procurement Signatures Required * With the exception of DOT rock salt contracts, for which no City Council approval is required. City Council City Manager or Desi nee Department Director or Designee Commodities, Operational Services, Capital Outlay, and Lease of Real Property or Rental of Equipment for one year or less: Expenditures of $20,000 or less X Expenditures greater than $20,000, but no greater than $150,000 X X Expenditures greater than $150,000 X. X X Professional and Technical Services: Expenditures of $20,000 or less X Expenditures greater than $20,000, but no greater than $50,000 X X Expenditures greater than $50,000 X X X Lease of Real Property or Rental of Equipment for More than One Year: Real Property leased from another party X X X Rental of Equipment X X * With the exception of DOT rock salt contracts, for which no City Council approval is required. Airport Commission Agenda & Info Packet 49 of 76 SECTION IL PURCHASING DIVISION A. Mission Statement To provide quality service to City departments, protect the City's legal interests, and act responsibly on behalf of the public by maintaining the integrity of the City's procurement system through the encouragement of open competition and the impartial and fair treatment of vendors. B. Role of the Purchasing Division The Purchasing Division is a division of the Finance Department and is under the direction and supervision of the Director of Finance. The role of the Purchasing Division is to provide assistance to City employees in the purchase of commodities and/or services, the disposition of surplus property, and the processing and delivery of City mail. In addition, the Purchasing Division provides information to the general public regarding the operation of the City and its departments. The main responsibilities of Purchasing include: 1.) Assisting departments in the preparation of bid and request for proposal documents. 2.) Reviewing bid and request for proposal documents for conformance to City, state, and federal requirements. 3.) Coordinating the issuance and advertisement of requests for competitive sealed bids and request for proposals. 4.) Assisting bidders with questions regarding bids and request for proposals. 5.) Opening sealed bids at public bid openings (Bids that are prepared by the Purchasing Division). 6.) Opening sealed proposals and coordinating the evaluation process. 7.) Providing recommendations for contract awards. 8.) Completing the required documents and securing the appropriate signatures to make an award. 9.) Assisting departments in the administration of vendor contracts. 10.)Assisting departments with the informal competitive bidding process. 11.)Disposing of surplus property by transfer between departments, by competitive sale, or by issuance to a nonprofit organization. 12.)Assisting departments with mail procedure questions. 13.)Informing departments of any changes that occur within the postal industry. C. Objectives of Purchasing To assist City Departments with their purchasing needs by: 1.) Complying with all applicable state and federal laws. Airport Commission Agenda & Info Packet 50 of 76 2.) Encouraging fair and open competition among vendors through negotiation, competitive bidding and contract buying. 3.) Developing a cooperative relationship between the Purchasing Staff and the vendor and between the department and the vendor. 4.) Assisting in the preparation of the documents required to purchase commodities and services that meet all user specifications. 5.) Providing the necessary terms and conditions and contract language to protect the City from unforeseen contractual issues and/or risk management issues. 6.) Insuring timely delivery of the products and services at the right price. 7.) Providing current information on new products and services, alternative materials and costs. 8.) Insuring that Purchase Orders and contracts contain all necessary conditions such as quantities, warranties, shipping instructions, f.o.b. points, liability and indemnification terms, credit terms, and discounts allowed. 9.) Maintaining adequate records, files of vendors, and catalogs. 10.)Participating in established cooperative purchasing programs and contracts with other government entities. D. Purchasing Cvcle The purchasing cycle consists of four basic steps. The steps are listed below to provide guidance to departments and define the Purchasing Division's involvement in the procurement of goods and services for the City. 1.) Requirements Determination The need for a good or service is recognized by the department. 2.) Procurement Decision The method of purchase is determined based on the dollar value and the type of good or service being purchased. If the Purchasing Division's assistance is required (see bid guidelines), the department or division contacts the Purchasing Division with the requirements. 3.) Procurement Process a. The Purchasing Division works with the department to create a request for quote, request for bid or request for proposal. b. The Purchasing Division posts the solicitation to the City's website and contacts vendors to confirm that they have received the e -mail notification of the posting. c. The Purchasing Division, with the collaboration of the department, serves as a single point of contact for vendors with questions, assuring a uniform distribution of information to all interested vendors. d. With the approval of the City Manager, the Purchasing Division may create a pre - qualification program for vendors in certain classes of procurement. Airport Commission Agenda & Info Packet 51 of 76 e. Responses (bid or proposal submittal) to the solicitation are received through the City Clerk's office where they are time and date stamped. f All bids are publicly opened by the Purchasing Division. If the solicitation is a request for proposal, the Purchasing Division will review all proposals received for completeness and adherence to the specifications of the solicitation. The proposals that are determined to be complete will be distributed to the evaluation committee for review (see Request for Proposal description, Section III, for proposal guidelines). The City reserves the right to reject any incomplete bid or proposal, or all bids or proposals, in the event the City determines none of them sufficiently meet the City's needs. g. The Purchasing Division tabulates the responses and forwards the tabulation to the department for approval of the award recommendation and signature. It. The Purchasing Division makes an award once appropriate signatures have been received and required documents have been submitted by the vendor receiving the award. The City Attorney's office must approve the general terms and conditions that are included in city contracts. Any contract not utilizing our terms and conditions must be approved and signed by the City Attorney's Office. i. The Purchasing Division prepares the Purchase Order /contract and sends it to the awarded vendor for execution. 4.) Contract Administration a. The Purchasing Division administers the contract, including assisting with any service, quality, or delivery issues that occur during the contract period. The Purchasing Division involves the City Attorney's Office as needed. b. The Purchasing Division assists the department with contract renewal. E. Copiers & Fax Machines In addition to the responsibilities listed above, the Purchasing Division is responsible for procuring and maintaining the City's inventory of photocopiers and fax machines. F. Purchasing Staff The Purchasing Division includes staff certified in the Public Procurement Profession. City employees requiring assistance with purchasing issues can contact the Purchasing Division at 356 -5078. Airport Commission Agenda & Info Packet 52 of 76 SECTION III. PROCUREMENT PROCEDURES AND DOLLAR THRESHOLDS A. Types of Solicitations 1.) Informal Competitive Procedure: A competitive selection process in which the user department or the Purchasing Division makes an effort to contact at least three prospective and qualified vendors to provide a telephone or written quote for the required goods and /or services. 2.) Formal Competitive Procedure: A competitive selection process in which the Purchasing Division or the Public Works Department issues a solicitation (request for bid or request for proposal) for goods and/or services. The formal procedures include the manner and condition in which bids or proposals are received; and the procedure by which bids or proposals are opened, evaluated, and rejected or awarded. B. Methods of Solicitation The method of procurement for City departments shall be in accordance with the Purchasing Manual and shall consider the nature and circumstances of the specific procurement. The methods of procurement are listed below. 1.) Request for Bid (RFB) A Request for Bid is a formal method used to solicit competitive sealed bids for a good and/or operational service valued at greater than $20,000. Professional Services are typically put out for Request for Proposal. A bid is submitted to the City Clerk's office in a sealed envelope and is not opened until a specified time and date, otherwise known as a public bid opening. Award of the bid is made to the lowest responsible and responsive bidder meeting the standards, specifications, and terms and conditions contained within the solicitation. Bids not received by the stated due date and time will be rejected. 2.) Request for Proposal (RFP) A Request for Proposal is a formal method used to solicit competitive sealed proposals that includes all of the information contained within a bid as well as other criteria for evaluation. This form of solicitation is not evaluated on price alone; criteria including, but not limited to, the following may be used in evaluating proposals: the quality of the product or service, company responsibility and history, references, financial stability, technical expertise, warranties and guarantees, price, compliance with the specifications, management/customer service, and contract terms. The criteria used and the value placed on the criteria will depend on the goods and/or the services solicited. Proposals are received by the City Clerk's office; proposals received after the due date and time may be rejected. The Purchasing Division reviews the submitted proposals to make sure that they are complete. Only those proposals that are considered complete, otherwise known as responsive, are dispersed to an evaluation committee. The evaluation committee, which will consist of representatives from the the department making the purchase and other representatives appointed by the department, will receive the complete proposals with oral and written instructions from the Purchasing Division regarding the evaluation process. The evaluation committee may elect to meet as a group before the evaluation process begins. All proposals will be evaluated on an individual basis. Several scoring /evaluation methods, including a committee average, weighted scores, and pass -fail criteria, may be used to evaluate the proposals. During the evaluation process each committee 10 Airport Commission Agenda & Info Packet 53 of 76 member must keep an individual tabulation and notes of how he /she arrived at his/her decision. Once the evaluation committee has reviewed and scored the proposals, the evaluation committee may meet to discuss the proposals and the evaluations. During this time, items in question will be discussed. The evaluation committee may decide to make an award or elect to request clarification on the proposals. During this time, all contact with the vendor will be conducted solely through the Purchasing Division's point of contact, and responses will be presented in writing to the committee. The evaluation committee may also request an oral presentation to assist with the final decision to award. Once a recommendation for award has been made and it has been determined that the prospective awardee has met the standards, specifications, and terms and conditions contained within the solicitation, the Purchasing Division will route the recommendation for authorized signature approval. After required signature approval has been received, the Purchasing Division will send a letter announcing the award to all of the vendors who have submitted a proposal. The Purchasing Division will then secure the appropriate documents from the selected vendor and issue a Purchase Order for the contract Note: During the RFP process all information, including, but not limited to the submitted proposals, will be kept confidential until a formal award has been made by the Purchasing Division. 3.) Request for Quote (RFQ) A Request for Quote is an informal method of solicitation. The buyer will seek a minimum of three quotations and an award will be made to the vendor who provides the quote with the best combination of cost and quality for the specified good or service (See the bid threshold chart for the dollar amounts that apply to telephone quotes and written quotes, page 12). C. Dollar Thresholds (EXCLUDING PUBLIC IMPROVEMENTS) The following chart is intended to provide departments with guidelines to follow based on the dollar value of the goods and /or services being purchased. As noted in the chart, the Purchasing Division will also provide assistance to departments upon request for purchases that fall below the formal bid threshold. Note: Freight, handling, and installation costs are included in all dollar limits stated above. Note: City departments are strictly prohibited from dividing purchases into separate parts in order to avoid the bid threshold requirements listed in the following chart. 11 Airport Commission Agenda & Info Packet 54 of 76 Dollar Value of Purchase Method of Procurement Documentation Required Commodities, Operational Services, Capital Outlay, and Rental of Equipment: $5,000 or less No set procurement procedure: Proper Signature Authority Pricing obtained must be reasonable. Greater than $5,000 but no greater Informal Competitive Procedure: City employee (purchaser) must than $20,000 Minimum of 3 Telephone or document the date, name of the Written Quotes. company, name of company representative, description of good Note: Upon request from the internal and/or service (manufacturer, model department, the Purchasing Division #, dimensions, etc.), delivery date, will obtain quotes for goods or freight, terns, and dollar amount. services in this dollar range. All documentation regarding the informal quotation must be kept by the purchaser for audit purposes. Proper Signature Authority Greater than $20,000 Competitive Bidding Procedure: Formal Bid/Request for Proposal Formal Sealed Bid/Request for Document Proposal through Purchasing Division or Public Works Department. Proper Signature Authority Professional and Technical Services: $10,000 or less No set procurement procedure: Proper Signature Authority Pricing obtained should be reasonable. Greater than $10,000 but no greater Informal Competitive Procedure: City employee (purchaser) must than $50,000 Minimum of 3 written proposals. document the date, name of the company, name of company Note: Upon request from the internal representative, company department, the Purchasing Division qualifications, description of service will obtain quotes for goods or to be provided, completion date, and services in this dollar range. payment terms. All documentation regarding the informal quotation must be kept by the purchaser for audit purposes. Proper Signature Authority Greater than $50,000 Competitive Bidding Procedure: Formal Bid/Request for Proposal Formal Sealed Bid/Request for Document Proposal through Purchasing Division or Public Works Department. Proper Signature Authority 12 Airport Commission Agenda & Info Packet 55 of 76 D. Public Improvement Definition and Procurement This section defines the procurement procedures for public improvement projects, which differ significantly from the procedures used to procure goods and /or services. A public improvement is defined as, "a building or construction work, which is constructed under the control of a governmental entity and is paid for in whole or in part with funds of the government entity, including a building or improvement constructed or operated jointly with any other public or private agency. This definition is entirely controlled by Iowa Code Section 26.2 (3) (2011), as amended, and features some exclusions, including, but not limited to, emergency work or repair or maintenance work performed by employees of a governmental entity; and construction or repair or maintenance work performed for a city utility by its employees. If the procurement meets the definition of a public improvement project, or there is a question whether the project qualifies as a public improvement project, acquiring departments should consult with the City Attorney's Office for direction. Note: Under Iowa Code Section 26.5, departments are prohibited from dividing the project into separate parts in order to avoid the threshold requirements. All Public Improvement projects are managed by the City's Engineering Division, instead of the Purchasing Division, and are subject to all requirements of Iowa Code. Non - Public Improvement procurements made by the Engineering Division remain subject to the Purchasing Manual. E. Advertising Public Bids and Request for Proposals - City of Iowa Citv Website With the emergence of electronic procurement, the City of Iowa City's public website has become one of the main advertising resources for formal bid and proposal solicitations. The Purchasing Division utilizes the website to post Request for Proposals, Request for Bids, addendums, and bid results for commodities, services, vehicles and equipment, and construction projects. The Purchasing Division will use their discretion in determining other appropriate methods of advertising bid and proposal solicitations. F. Surplus Equipment Transfer/Disposal If a department no longer has a use for surplus vehicles and equipment, including, but not limited to, office furniture, heavy equipment, and computer equipment, the department should contact the Purchasing Division to assist with transfer or disposal. The Purchasing Division may contact other City divisions to determine whether they may have use for the surplus equipment. If no City department has use for the item, the Purchasing Division may dispose of it through public bidding (on- line), sealed bidding, the sale or transfer to other governmental agencies, or through donation or sale to a non - profit organization. The department requesting the transfer /disposal of the equipment shall provide the Purchasing Division with a description of the item (color, measurements), make, model, serial number, condition of the item, and any other pertinent information required to assist with transfer /disposal. 13 Airport Commission Agenda & Info Packet 56 of 76 SECTION IV. EXCEPTIONS TO COMPETITIVE PURCHASING All procurements that are exempt from the competitive process must have appropriate justification for exemption. The department initiating the purchase must complete a form for exemption from the bidding procedures before the purchase is made. The form can be obtained from the Purchasing Division. Once the form has been completed by the department and signed by the department director, the department should forward the form to the Purchasing Division. The Purchasing Division and the City Attorney's office will review the completed form. The department may proceed with the purchase once the Purchasing Division, City Attorney's Office, the Finance Director, and the City Manager or designee have approved the form. Documentation of the justification must be kept on file by the department initiating the purchase. The justification and the record of purchase shall be available for public inspection. Departments completing a purchase requisition for this type of procurement must attach the approved form for exemption to the purchase requisition before sending it to Purchasing for a purchase order number. Note: Even though a purchase may be exempt from the competitive purchasing requirements the department shall make a conscious effort to obtain the best pricing though price comparisons and /or negotiations with the selected supplier. It is the department's responsibility to obtain a fair and reasonable price, investigate the vendor's qualifications and any other information pertinent to the procurement while thoroughly documenting the process. In addition, if a department's purchase is deemed to be exempt from the competitive purchasing procedures, the department will be responsible for securing all of the required documents from the vendor before making the purchase (see Section VII. Required Documents for City Purchases). The following procurements are exempt from the competitive purchasing process: A. EmeraencyPurchases An Emergency Purchase may be exempt from the competitive bidding process when the purchase is made due to an unexpected and urgent request, where health and safety or the conservation of public resources is at risk. The use of this process is greatly discouraged, and should be utilized only when absolutely necessary. Before proceeding with an emergency purchase, the department requiring the commodity or service must receive written approval from the City Manager or designee. Within two (2) weeks of the emergency purchase, the department making the purchase must complete an "Emergency Purchase Form" available from the Purchasing Division, and return it to the Purchasing Division. Copies will be distributed to the City Manager, the Finance Director, and the Department Director. B. Sole Source In general, all purchases shall be made on a competitive basis. However, there may be a reason to request a Sole Source purchase. This means that there is only one product or service that meets the department's needs, and there is only one vendor offering the product or service. In this situation, the individual requesting the purchase must complete a "Sole Source Procurement Request" form (contact the Purchasing Division to receive a copy of the form) and return it to the Purchasing Agent for approval by City Manager or designee. 14 Airport Commission Agenda & Info Packet 57 of 76 Examples of a Sole Source procurement include: 1.) Items which must be compatible with existing equipment or systems and are available only from the original manufacturer or an exclusive distributor. 2.) Services that can be provided by only one source due to nature of the equipment requiring service (proprietary equipment features). 3.) Items that have specific features or are related to a specific geographic location that are available from only one source, by virtue of experience, expertise, proximity, or ownership of intellectual property rights. 4.) Items or services of information technology for which there are compatibility considerations, or the purchase would prevent voidance or termination of a warranty, or the purchase would prevent default under contract or other obligations. 5.) The Federal government or other government provider of funds for the items or services being purchased has imposed clear and specific restrictions on the use of the funds in a way that restricts the procurement to only one vendor. Situations when a Sole Source procurement is not appropriate: 1.) Only one specific make or model of an item will work, but it's available from at least two different vendors. Under these circumstances, bid out the item. 2.) Only one specific make or model of an item will work, and only one installer is available to install it, but the installer can still install the item if it is purchased from other vendors. Under these circumstances, bid out the item, and have the installer perform the installation. 3.) The Department really prefers one model, but at least one other model will perform adequately. Under these circumstances, consider an RFP, where the reason for the Department's preference for the first model will be strongly considered in evaluating the proposals. 4.) The item or service is available from two vendors, one who has done unsatisfactory work for the City, and one who has done good work for the City. Unless the unsatisfactory vendor's past work has been thoroughly documented, and is bad enough to warrant deeming them an "irresponsible bidder ", this vendor must be allowed to bid. In this event, consider an RFP to take into account prior work quality. C. CooperativePurchasina "Piggybacking ", a form of cooperative purchasing, allows government and govemment- related agencies to utilize existing purchasing contracts or agreements from other government entities. This type of purchasing is a competitive form of procurement that combines the requirements of two or more agencies in order to reduce administrative expenses and obtain better pricing based on volume discounts. In order for a government agency to participate in this form of cooperative purchasing, the following criteria must exist: 1.) The purchasing contract must be current. 2.) The purchasing contract must be the result of a formal competitive process. 3.) The government agency administering the contract must be willing to allow participation on behalf of other government agencies (note: participation may be limited to specific government agencies based on location, etc.). 4.) The government agency taking advantage of the existing contract must purchase the same products identified in the contract. 5.) If the cooperative purchasing contract is a regional contract, the state of the governrnent agency requesting participation must have signed a contract to participate. 15 Airport Commission Agenda & Info Packet 58 of 76 SECTION V. INFORMATION TECHNOLOGY PROCUREMENT POLICY A. Purpose 1.) To establish requirements for procurement of information technology goods and services for all Departments. 2.) To ensure that the City's purchases of information technology goods and services meet the necessary requirements for network connectivity, security and compliance. 3.) To ensure that contracts for procurement of information technology goods and services are written and documented with clear, complete and technically accurate specifications and/or Scope of Work, and that all such contracts, including all documents incorporated by reference as part of such contracts, are readily available for reference to ensure that vendors are providing the goods and services promised, and in case of a contract dispute. 4.) To establish collaboration between the City's Information Technology Services Division (ITS) and the Purchasing division, unless other arrangements are made ahead of time, to ensure the smooth acceptance and installation of information technology. 5.) To ensure that all information technology procurements follow the regulations and policies related to City procurement. This policy may be modified by Administrative Regulation approved, in writing, by the City Manager. 6.) To protect the City against loss following vendor default or failure. B. Responsibilitv All City departments and divisions shall comply with the policies and procedures in this regulation. C. Procedures 1.) Hardware and Software Purchases and Related Maintenance Agreements. The department initiating the procurement of information technology goods and services, shall submit a "Hardware /Software Recommendation" form to the ITS Help Desk for evaluation and assistance. In the case of information technology goods and services which are not linked to the City's computer network, and which are not supported by ITS, the initiating Department may inform ITS of its intended procurement via e -mail or memo, rather than by submitting a Hardware /Software Recommendation form. [ITS may request additional information from the initiating department if the intended procurement raises concerns as to connectivity, security, alternative procurement that may be less expensive or more efficient, or other issues of concern to ITS. ITS will offer all assistance that is appropriate.] ITS shall provide assistance in the development of specifications for hardware and software needs and development of a Scope of Work ( "SOW ") for related maintenance agreements. ITS approval is required for any Information Technology procurement. If ITS does not approve a purchase, the Department must seek review and approval by the City Manager, regardless of dollar amount, in order to proceed. 2.) IT Consulting Services. ITS will assist the initiating department in the development of the SOW. A preliminary SOW will be submitted to ITS, and ITS will either recommend the SOW be accomplished with in -house resources, or the procurement of an outside source. If outsource procurement is required, ITS will assist the initiating department in defining outsource requirements. The initiating department will submit a "Request to Retain Outside Consultant" form. 16 Airport Commission Agenda & Info Packet 59 of 76 3.) The Purchasing Division will prepare the appropriate contract, if required, between the City and the vendor, which Purchasing Division or end user will submit to the City Attorney's Office for approval. Payment in arrears will be encouraged if at all possible. 4.) Departments will submit computer - related requests through ITS for review prior to P- Card purchases. ITS will submit requisitions to the Purchasing Division for approval and issue of any necessary purchase orders. ITS will review the computer- related requisitions and either return it to the initiating department with comments and/or recommendations, or forward the completed requisition to the Purchasing Division. 5.) Unless otherwise specified by ITS, all information technology equipment will be delivered to ITS, and ITS will be responsible to track and verify satisfactory receipt of equipment. If the delivery is made directly to the initiating department, the department will immediately alert ITS of the equipmenPs arrival for inventory tracking purposes. 17 Airport Commission Agenda & Info Packet 60 of 76 SECTION VI. LEGAL REQUIREMENTS A. Gratuities/ Gift Law As stated in Iowa Code section 6813.22, (2011), as amended, the "Gift Law" prohibits officials, employees, candidates, or their immediate family members from receiving or soliciting gifts from a person who is or is seeking to be a party to a sale, purchase, lease, or contract with the City. Gifts from such restricted donors may be accepted only if they are worth $3.00 or less. Additional exceptions can be found in Iowa Code Section 68B.22(4), (2011) as amended, but should not be exercised without the approval of the City Attorney's Office. B. Prohibited Interest in Public Contracts Policv Pursuant to Iowa Code Section 362.5 (2011), as amended, a city officer or employee shall not have an interest, direct or indirect, in any contract or job of work or material or the profits thereof or services to be furnished or performed for the City. "City officer or employee" includes all employees, as well as members of the City Council and all City boards and commissions. With respect to "direct or indirect" interest, the City presumes a City officer or employee has shared financial interest with any of the following persons: • The spouse of a City officer or employee. • Any person eligible to register as a domestic partner, as defined in Iowa City Code 2 -6- 2, as amended, of a City officer or employee. • The unemancipated child of a City officer or employee. • The parent of a City officer or employee, if the City officer or employee is an unemancipated child. It is prohibited for any City officer or employee to participate, directly or indirectly, in a procurement when the City officer or employee is aware that: Any City officer or employee, directly or indirectly, has a financial interest pertaining to the procurement. Any other person, business, or organization with which a City officer or employee, directly or indirectly, is negotiating or has an arrangement concerning prospective employment is involved in the procurement. Before proceeding with a purchase, the department procuring the goods or services must confirm the vendor is not on the Prohibited Vendor list, as maintained by the Accounting Division. Some exceptions apply, but no procurement may be made from a Prohibited Vendor without the written approval of the City Attorney's Office. Procurements made in violation of this policy may result in disciplinary action and /or criminal charges under Iowa Code Section 362.5. C. Local Preference Preference may be given to local businesses or vendors that have a business located within Johnson County. This includes branch operations and franchises. Cost and other considerations being equal, local businesses shall be given first consideration for the purchase of goods or services. A local business or vendor that submits a quote or bid by the established deadline falling within 5% of the lowest bid will have the opportunity to match the lowest price submitted, but only if that price was submitted by a non -local vendor. 18 Airport Commission Agenda & Info Packet 61 of 76 In this instance, the City representative responsible for issuing the solicitation will contact the local vendor /business that has fallen within the 5% threshold to request a price match. The business /vendor will have a twenty -four hour period to submit a written price match to the City representative. If more than one local business /vendor meets the criteria above, each local vendor will be given forty -eight hours to submit a lower bid in writing. All revised bids must be at or lower than the original lowest bid. At the close of the forty-eight hour period, the contract will be awarded to the lowest bidder, local or otherwise. In the event of a tie, the local vendor will be awarded the contract. If two or more local vendors tie, the award will be determined by coin flip. The local preference policy does not apply to Public Improvement projects, goods and services acquired through the Request for Proposal process, or purchases utilizing Federal Transit funds or Federal funding. D. State and Federal Funding The purchasing policies stated in this manual are not preempted by the requirements for state and federal grants unless the city requirement is inconsistent with the state or federal grant requirements, in which case departments shall follow the strictest of any applicable policy. Departments shall adhere to the City's purchasing policies and all state and federal requirements, including completion of all required documents. In addition, all applicable conditions of state or federal funding must be included in bid and proposal solicitations. E. Donated Funds Departments are required to follow the bidding policies stated in this manual unless all of the following is true: 1.) Private funds are offered to the City for procurement of good or services. 2.) The City does not contribute any funds to the procurement. 3.) Pricing is reasonable. F. Professional and Technical Service Contracts Any procurement of Professional or Technical Services in excess of $10,000 must take the form of a written contract. All written Professional and Technical Service Contracts, regardless of dollar value, must be approved by the City Attorney's Office before services can begin. The following information must be included in a written Professional and Technical Services contract: 1.) Party Designation — identification of parties. 2.) Scope of the Agreement — defines the general nature of the goods and/or services to be provided. 3.) Compensation - The compensation should be clearly defined. A fixed fee or a not -to- exceed figure is preferred. 4.) Responsibility of both parties — specifically defines the role of both parties. 5.) Commencement and Termination — defines the start date, end date, and procedures required to terminate the contract. 6.) Time Requirements — defines a schedule of when specific milestones or objectives must be met. 7.) Modification Procedures —the procedures required to make changes to the contract. 8.) Conflict of Laws (if applicable) — language that sets the agreement for what state or courts will have jurisdiction, and what law will apply. Iowa law and Johnson County, Iowa jurisdiction is strongly encouraged. 19 Airport Commission Agenda & Info Packet 62 of 76 9.) Liability and Indemnification — defines the legal responsibility of the parties involved and the remedy for loss. Indemnification of the City should be sought from all such providers. 10.) Insurance — Coverage parameters and a monetary amount that protects against loss, damage, or liability. 11.) Equal Opportunity — policies and procedures used to ensure nondiscrimination and equal opportunity in employment. 12.) Severability - a clause that protects the remaining provisions of the agreement if one or more clauses of the agreement are declared void or unconstitutional. 13.) Acknowledgement — acceptance of the terms and conditions stated in the contract in the form of a signature by parties empowered to do so. G. Record Retention The Purchasing Division and Public Works Department, who are responsible for the procurement of goods, services, and equipment, are required to retain all written contracts, including bid and request for proposal documents, the awarded vendor's bid or proposal, and the purchase order for a period of five years. Departments procuring goods, services, and equipment through the informal quotation process, where assistance is not provided by Purchasing, are responsible for retaining documentation (including all quotes received) for a period of five years. H. Public Record Procurement information shall be recognized as public record to the extent provided by law and as set by Council Resolution 07 -260, passed August 21', 2007. However, the identity of proposers and documents received in response to a Request for Proposal may only be released to City staff prior to award of the contract. All details of contract proposals shall be kept confidential until final award of the contract. Details of contracts requiring Council approval may be disclosed as part of the Council approval process. In that event, disclosures should be limited as much as possible in order to best preserve the integrity of the procurement process. Questions regarding the potential confidentiality of documents should be directed to the City Attorney's Office. 20 Airport Commission Agenda & Info Packet 63 of 76 SECTION VII. REQUIRED DOCUMENTS FOR CITY PURCHASES A. Purchase Requisition See Administrative Rule for instructions. The City Manager is empowered to set Administrative Rules governing Purchase Requisition documents. Administrative Rules are available on the intranet, or from the Purchasing Division. B. Purchase Order See Administrative Rule for instructions. The City Manager is empowered to set Administrative Rules governing Purchase Order documents. Administrative Rules are available on the intranet, or from the Purchasing Division. C. Tax Exempt Certificate The City is exempt from all Federal, State of Iowa, sales, and use taxes on the purchase of goods and services used by the City of Iowa City within the State of Iowa. Departments requiring a tax exemption certificate can contact the Purchasing Division for the certificate. The tax exemption certificate can also be found on the City's intranet page under Forms /Templates. Out -of -state taxes imposed on purchases of commodities and/or services which are used within another state are applicable and subject to payment. In addition, the City is not exempt from paying state excise taxes on renting rooms or local hotel/motel taxes. D. General Terms and Conditions Document The City has established a standard document of general rules and conditions that the Purchasing Division includes in all request for bids and request for proposals. The General Terms and Conditions document, which binds the bidder to applicable conditions and requirements, is a separate section within the request for bid or request for proposal document. Bidders or their authorized agents are expected to fully inform themselves as to the conditions and requirements of this document before submitting a bid or proposal. Bidders are also subject to all federal, state, and municipal laws, rules, regulations, and limitations. Note: The General Terms and Conditions document is only one section of the request for bid or request for proposal document; this document shall be used as an addition to other Purchasing documents. Changes shall not be made to the General Terms and Conditions language without the approval of the City Attorney's Office. E. Contract Compliance Document All vendors are subject to and must comply with the provisions of the City's Equal Employment Opportunity policy and applicable local, state and federal anti - discrimination laws. All City contractors, subcontractors or consultants with contracts of $25,000 or more (or less, if required by another governmental agency) must complete the Contract Compliance Document and abide by the requirements of the document. Emergency contracts are exempt from this provision. F. Insurance Certificate Request for bids, request for proposals, and other agreements for the supply of some goods and services must include insurance and indemnity clauses as a means of risk management. The appropriate clauses are included in the Purchasing Division's General Term and Conditions document. The following examples are types of procurements where the vendor must provide an insurance certificate to the City: 1.) Contracts for professional or operational services to be performed for the City. 21 Airport Commission Agenda & Info Packet 64 of 76 2.) Public Improvement Projects. 3.) Purchases of goods potentially affecting the life or safety of employees or members of the public. 4.) Purchases of goods greater than $20,000. 5.) Contracts under which the contractor will have possession of City equipment. The vendor will be required to submit a certificate of insurance prior to commencement of work. In the event services are to be provided to the City, the vendor shall also provide a certificate of insurance showing workers compensation coverage. The certificate of insurance must meet all requirements set by Administrative Rule. The City Manager is empowered to set and amend said requirements by Administrative Rule. Administrative Rules are available on the intranet, or from the Purchasing Division. G. Securitv Bonds and Liquidated Damage Provisions The following are examples of bonding requirements and provisions that may be included in a contract between the City and the vendor to assist in the completion of a project. The decision to require a bid bond or performance bond should be made after consideration of the type of procurement and potential risks of vendor failure to commence work or complete work successfully. This subject may be subject to Administrative Rule, as set by the City Manager. 1.) Bid Bond The bid security is a guarantee submitted by the vendor, accompanied by a monetary commitment, by which a third party (surety) accepts liability and guarantees that the bidder: a. Will not withdraw a bid within the period specified for acceptance. b. Will execute a written contract or honor the written acceptance of the bid/proposal as executed by the Purchasing Division/Public Works Division. c. Will furnish such bonds, insurance certifications, etc. as required by the bid documents. The bid bond, if required, is part of the initial bid or request for proposal. No bid requiring a bid bond shall be considered unless accompanied by either of the following forms of bid security: a. A certified or cashier's check drawn on a solvent Iowa bank or a bank chartered under the laws of the United States, or a certified share draft drawn on a credit union in Iowa or chartered under the laws of the United States, in an amount equal to a minimum of five percent (5 %) of the bid, or b. A bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in a penal sum of a minimum of five percent (5 %) of the bid. 2.) Performance Bond A performance bond is a requirement of the initial bid or request for proposal which assures that the vendor will perform under the contract. The vendor is required to furnish a bond in the amount of 100% of the contract price before the project commences. The performance bond transfers the risk of default from the vendor to a bond company and protects the public entity from loss due to the vendor's inability to complete the contract as agreed. 22 Airport Commission Agenda & Info Packet 65 of 76 3.) Liquidated Damages & Contract Incentives Liquidated damage provisions are clauses in some contracts that require a specific predetermined sum to be paid by one party to the other in the event of breach of contract, such as late completion. It is not (and legally cannot be) a penalty. The liquidated damages sum constitutes a fair and best estimate of the actual damage suffered by a party in the event of breach by the other party. The following is a list of several possible factors to consider in determining damage figures. This should not be interpreted as an exhaustive list, as each individual contract delay breach could suggest different damages to the City or the public. • Actual monetary loss if applicable • Staff time (to finish a job, clean up after the contractor, to do anything that the contractor was supposed to do.) • Inconvenience to the public (continued detours, loss of use of facilities, etc.) • Lost opportunities (for trees to grow or other season - specific activities) • Lost revenue (such as from parking ramps, etc.) • Causing us to have to breach other contracts (does the City have to pay others liquidated damages if the City's work is not done right, or on time? Will our failure to complete a project well or on time reflect poorly on our City when trying to recruit businesses and tourism to the City ?) • Poor workmanship leading to ugly appearance, air pollution, noise pollution, odors, etc. • Any other losses contemplated The following is an example of a liquidated damages clause: Liquidated Damages A. Basis for Liquidated Damages: 1.) The City and the Contractor (Vendor, etc.) recognize that time is of the essence and that the City will suffer financial loss if the work is not completed within the times or by the dates specified in paragraph above, (or alternative date as determined by the City), as a result of (list factors contributing to the liquidated damages amount). 2.) The City and the Contractor (Vendor) recognize and agree that the delays, expense and difficulties involved in proving and litigating the actual loss suffered by the City if the work is not completed as scheduled is substantial and burdensome for both parties. 3.) Accordingly, it is intended that the Agreement between the City and the Contractor (Vendor) shall include provisions for Liquidated Damages to be paid for non - completion of the work, but not as a penalty, in accordance with the provisions outlined below. B. Terms of Liquidated Damages: 1.) Liquidated Damages in the amount of $ per day will be withheld from final payment from the City to the Contractor (Vendor) for each calendar day, or portion of a day, that expires after the dates established for project milestones in paragraph above (or alternative dates as 23 Airport Commission Agenda & Info Packet 66 of 76 determined by the City) without the milestone or project being completed. 2.) If the Contractor (Vendor) abandons the project by words or action, Liquidated Damages in the amount of S per day will be paid by Contractor (Vendor) to the City for each day that expires after the milestone or project completion date until the project is completed by the City or the Contractor (Vendor) selected by the City to replace the Contractor (Vendor). Contract Incentives A Contract Incentive is a contract provision that provides a means to reward the Contractor (Vendor) for reaching predetermined goals to reduce cost, reach a level of performance above the level contracted for, or produce results that are beneficial and exceed contract requirements. The following is an example of a Contract Incentive Clause: For each day the Contractor (Vendor) completes the project in its entirety before the beginning of the completion date in Paragraph the City will pay the Contractor (Vendor) an additional $ 24 Airport Commission Agenda & Info Packet 67 of 76 SECTION VIII. SHIPPING & PAYMENT TERMS FOR CITY PURCHASES A. Shiooina Terms When purchasing goods from a vendor it is important that the department understands and designates the appropriate shipping terms. The shipping terms not only determine who has the legal right to specify the carrier and the routing of any goods purchased, but they also define the point at which the City takes title of the goods, otherwise known as `Tree on board" (F.O.B.), and thus who takes the risk of damage during transit. The most common freight terms are F.O.B. destination and F.O.B. point of origin. F.O.B. destination (City of Iowa City Address) — title /ownership of the goods passes to the department when the goods have been delivered to the City. The cost of shipping and the risk of loss are borne by the vendor. The vendor is responsible for the goods until they are delivered. F.O.B. point of origin (vendor's facility) — title /ownership of the goods passes to the department at the vendor's facility. The department or division owns the goods in transit and files any claims. The department or division is responsible for the goods at the origin of shipment Note: Whether the department is making a small or large dollar purchase or signing a contract, it's pertinent that the shipping terms are carefully reviewed. The shipping terms will determine which party bears the risk of loss during transportation of the goods. For instance, if the department selects 17.0.13 destination and the goods are damaged while in transit, the department or division is not responsible for the goods since it has not accepted ownership. The following chart includes additional freight terms that may be used by the vendor and should be carefully selected by the department making the purchase. Freight Terms City Takes City Responsibilities Vendor Title of Goods Responsibilities F.O.B. Destination, At the City's facility Owns goods in transit Freight Prepaid (delivery destination) Pays freight F.O.B. Destination, At the City's facility Pays freight Owns goods in transit Freight Collect (delivery destination) F.O.B. Destination, At the City's facility Pays freight Owns goods in transit Freight Collect and (delivery destination) Deducts freight from Allowed vendor's invoice F.O.B. Point of Origin, At the point of origin or Owns goods in transit Freight Collect the vendor's facility Pays freight (factory) Files claims F.O.B. Point of Origin, At the point of origin or Owns goods in transit Pays freight Freight Prepaid the vendor's facility Files claims Adds freight to invoice facto Note: F.O.B. destination (City of Iowa City Address) is the City's preferred method of shipping since the seller maintains ownership of the goods until they are delivered. The cost of shipping (activities performed in preparation of the outgoing shipment of goods, which may include packaging, weighing, marking, loading, etc.) and the risk of loss are borne by the seller. 25 Airport Commission Agenda & Info Packet 68 of 76 B. Payment Terms Unless otherwise specified, the City's standard payment terms designate that payment to the vendor may be made only after inspection, approval, and final acceptance of the goods or services. Procurements for construction, capital equipment, professional services and other labor intensive and/or capital intensive projects may require interim payments. Interim payments or milestone payments must be clearly defined in written form in order to eliminate confusion between the City and the vendor. Whether the City makes interim payments or makes a single payment, it is important that the department not only receives the goods or services, but performs a complete inspection and confirms that the products received or the services performed are acceptable before payment to the vendor is made. The City's ability to remedy a problem is severely hampered if we have already paid the vendor for the good or services. Advance payment or prepayment for products or services is strongly discouraged (exclusions: subscriptions, memberships). Note: Before a department signs a contract for the procurement of goods or services the payment terms must be carefully reviewed. Payment in advance is strongly discouraged. Also, the department should review the number of days specified for payment. A department should not accept payment terms of less than thirty days considering the time it takes to receive, inspect, and accept the product or service and process the paperwork for payment. 26 Airport Commission Agenda & Info Packet 69 of 76 IX. PURCHASING TERMS AND DEFINITIONS Bid Bond: A monetary commitment (cashier's check or certified check) made by a third party to accept liability and to guarantee that the bidder will not withdraw the bid. The certified check or cashier's check will not exceed 10% of the bid price and will accompany the bid upon submittal. If an award is made and the successful bidder fails to enter into a contract with the City, the City is entitled to the entire amount of the bid bond. Bid Opening: A specified time and date where formal bids are opened and the enclosed information is publicly read. The bidder's name, price, items offered, delivery, etc. are read during the opening. Capital Asset: Assets that have a life expectancy beyond one year and a cost of $5,000.00 per item or more (examples: land, land improvement, building, equipment). Capital Outlav/Expenditure: Expenditures for acquiring land, building, equipment or other property, or for their preservation, development or permanent improvement (i.e. the acquisition or renovation of capital assets). The threshold for capital outlay is $5,000 per item or more. Purchases of goods under $5,000 per item are considered supplies. Cam: Shall mean the City of Iowa City, Iowa. Competition: The process by which two or more vendors attempt to secure the business of a third party through the offer of the most favorable price, quality, delivery terms or service. Contract: A legally binding promise, oral or in writing, enforceable by law. Emergency Purchase: A purchase made due to an unexpected and urgent request, where health and safety or the conservation of public resources is at risk. Evaluation Committee: A group or team of advisors selected to assist in recommending a vendor for a contract award. Goods: Anything purchased other than services or real property. Online Bidding: A procurement process in which an invitation for bid or request for proposal is posted electronically over the internet in a real -time, competitive bidding event. Operating Services: The furnishing of labor and time by a contractor or a vendor, which may involve to a lesser degree, the delivery or supply of products. Examples of contractors providing operational services are those working within trades, such as plumbing, electrical services, and HVAC. Professional and Technical Services are not Operational Services. Performance Bond: A bond, issued upon award of the contract, that secures the performance of all terms, conditions, and agreements stated within the contract by the vendor. A performance bond protects the buyer from the vendor's inability to complete the contract. Pre - Solicitation (Pre- Submission Conference): A meeting with prospective bidders or proposers to clarify the requirements of a contract to be put out for bid or proposal. Procurement: Purchasing, renting, leasing, or otherwise acquiring any supplies, services, or construction; includes all functions that pertain to the acquisition, description of requirements, selection and solicitation of sources, preparation and award of contract, and all phases of contract 27 Airport Commission Agenda & Info Packet 70 of 76 administration; combining the functions of purchasing, inventory control, traffic and transportation, receiving, inspection, storekeeping, and salvage and disposal operations. Procurement/Purchasina Policv: Governing principle which establishes the general parameters for the organization to follow in carrying out its responsibility for procuring equipment, supplies and services, etc. in the most efficient and economical method possible. Professional or Technical Services: Services provided by individuals or organizations possessing a high degree of technical skill, such as lawyers, physicians, architects, engineers, and other consultants. Contractors working within trades, such as plumbing, electrical services, and HVAC are considered as providing Operational Services, not Professional and Technical services. Public Improvement: A building or construction work, which is constructed under the control of governmental entity and is paid for in whole or in part with funds of the government entity, including a building or improvement constructed or operated jointly with any other public or private agency, but excluding urban renewal, demolition, and low -rent housing projects, industrial aid projects authorized under chapter 419, emergency work or repair or maintenance work performed by employees of a governmental entity, and excluding a highway, bridge, or culvert project, and excluding construction or repair or maintenance work performed for a city utility under chapter 388 by its employees or performed for a rural water district under chapter 357A by its employees. This definition is controlled by Iowa Code, and thus will incorporate any amendments to the statutory definition. See Iowa Code Section 26.2(3) (2011), as amended, for the controlling definition. Note - highway, bridge, and culvert projects are controlled by Iowa Code chapter 314, as amended. Real Propertv: Land and its permanently affixed buildings or structures. Responsible Bidder: Avendor who has the capability in all respects to fully perform the contract requirements, and the integrity and reliability which will assure good faith performance. Responsive Bidder: A vendor who submits a bid or proposal that fully conforms to all requirements contained within the solicitation. Request for Bid: A formal method used to procure a specific requirement (goods /services). A Request for Bid requires the submission of sealed bids and a public bid opening. Award is made to the lowest responsible and responsive bidder meeting the standards, specifications, and terms and conditions contained within the solicitation. Request for Proposal: A formal procurement method similar to a Request for Bid, except that factors other than price (such as quality, timeliness, experience, ability to meet specifications) are also considered in making the award. Risk Manaaement: The identification, measurement and treatment of property, liability, and personal loss exposures; includes analysis of potential risk situations and insurance needs, as well as the amount of financial coverage needed to protect the government. Sealed: The submission of responses to a solicitation in a form that prevents disclosure of the contents prior to a date and time established by the department or division for opening the responses. 28 Airport Commission Agenda & Info Packet 71 of 76 Specification: A detailed description of the physical, functional, or performance characteristics of a good or service that must be met before a contract is awarded. Sole Source: A purchase to fulfill a need for a commodity or service where there is only one product or service that meets the department's needs, and there is only one vendor offering the product or service. Only one vendor possesses the unique and singularly available capability to meet the requirements (technical specifications) of the solicitation. Surplus: Supplies or commodities that have completed their useful life and no longer have use to the original consumer, but may have some purpose or alternative use to another department within the City, or to an individual or entity outside the City. Tax Exempt: The City is exempt from all Federal, State of Iowa, and other states' taxes on the purchase of commodities and services used by the City of Iowa City within the State of Iowa. Vendor: A supplier /seller of goods or services 29 Airport Commission Agenda & Info Packet 72 of 76 Iowa City Purchasing Policy Manual Administrative Rules INTRODUCTION These rules serve to supplement the Purchasing Policy Manual, passed by the Iowa City Council on April 17, 2011. Per that Manual, the City Manager is empowered to consider and adopt Administrative rules to complement the procurement structures put in place by the Purchasing Manual. The Purchasing Manual is available on the intranet. Questions should be posed to the Purchasing Division at x5078. 1. PURCHASE REQUISITIONS A Purchase Requisition is a form used to initiate the procurement of goods and services. The form describes what is to be purchased, provides a record of the purchase request, and approves the commitment of funds. The department that initiates the purchase is responsible for completing the Purchase Requisition and acquiring a Purchase Order number from the Purchasing Division. A Purchase Requisition is required when the expenditure is $20,000 or more, the vendor requires a Purchase Order, or the Purchasing Division has assisted with the purchase through the bidding process. Purchase Requisitions are not required for Public Improvement projects. The Purchasing Division will assist with the completion of the Purchase Requisition, acquiring signatures, and assigning a Purchase Order number when the bidding process is used. Purchases not requiring the completion of a Purchase Requisition and the issuance of a Purchase Order will still require authorized signature approval (see pages 4 -6 of the Purchasing Manual). Note for Departments: It's important that the information listed on the Purchase Requisition is complete and accurate since this information is used to type the Purchase Order. A Purchase Requisition must include the following information A. Authorized fund number, cost center, expenditure number, and activity number, if applicable. B. An accurate and complete description of each good and/or service (catalog number, size, color, etc.) C. Quantities, including unit of measure D. Item cost and total cost E. Discounts, including trade -in values (if applicable) F. Warranties G. Delivery instructions, including delivery date, delivery address (department/division, name of individual, building and room number, as applicable) H. Term or timeframe of the contract (if applicable) 1. Shipping instructions /terms - f.o.b. points (see Section VIII of the Purchasing Manual) J. Authorized signatures for approval This Rule last revised: April 20, 2012 2. PURCHASE ORDERS The Purchase Order is a legal document that reflects a contract for the purchase of goods and/or services from the vendor. Once a Purchase Requisition has received signature approval and a Purchase Order number has been assigned by the Purchasing Division, a Purchase Order will be generated by the Purchasing Division. Copies of the Purchase Order are sent to the vendor, the Accounting Division, and the Department requesting the goods or services. Airport Commission Agenda & Info Packet 73 of 76 After the goods and/or services have been received and approved, a representative from the Department signs the Department Approval Copy and forwards it to the Accounting Division to proceed with payment. It is the Department's responsibility to confirm that the goods or services purchased are acceptable. If they are unacceptable in any way, the Department should not sign any acceptance with the delivery driver and should not pay for the goods or services until received in an acceptable manner. Once the Accounting Division receives the Department Approval Copy and the vendor's invoice, payment will be made. The Department will then receive a Department File Copy to close out the procurement process. Note: Once a Purchase Order has been issued and the vendor has accepted the document, it becomes a binding contract. Since a Purchase Order is a binding contract, it is important that this document contain the terms and conditions of the purchase. The terms and conditions should be obtained from the information listed on the Purchase Requisition. A description of the goods or services, quantities (including unit of measure), item cost and total cost, delivery dates, warranties, shipping instructions, f.o.b. points, credit terms, discounts, and the term or timeframe of the contract are essential requirements that must be stated on the Purchase Order. The term or timeframe of the Purchase Order depends on the goods and/or services being purchased. Clearly stated terms and conditions will assist in eliminating confusion on behalf of the City and the vendor. This Rule last revised: April 20, 2012 3. INSURANCE REQUIREMENTS When required by the Purchasing Manual (e.g. Section VII(F)), as amended, the successful bidder shall provide insurance as follows: A. Certificate of Insurance; Cancellation or Modification i. Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance meeting all requirements specified herein, to be in effect for the full contract period. ii. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. iii. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and /or to halt on the contract, and to withhold payment for any work performed on the contract. iv. The policy shall be primary in payment, not excess or contingent, regardless of any other coverage available to the City. B. Minimum Coverage i. The minimum coverage amounts will be governed by a number of factors relating to the associated potential risk to the City, as well as the dollar amount of the goods (including equipment or property leases) or services procured. Projects will be classified as either Class I or Class II. Class II projects will include any project determined by the City's Risk Manager to be higher in risk, or any procurement of goods or services of $1,000,000 or more. Any other procurement shall be considered a Class I procurement. Any policy or policies of insurance purchased by the Contractor to satisfy his /her responsibilities under this contract shall include contractual liability coverage, and shall include the minimum coverage requirements listed herein. Airport Commission Agenda & Info Packet ii. Insurance Requirements Class I Type of Coverage a. Comprehensive General Liability 74 of 76 Each Occurrence Aggregate (1) Bodily Injury & Property Damage $500,000 $1,000,000 b. Automobile Liability Combined Single Limit (1) Bodily Injury & Property Damage $500,000 c. Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. Class 11 Type of Coverage Each Occurrence Aggregate a. Comprehensive General Liability (1) Bodily Injury & Property Damage $1,000,000 $2,000,000 b. Automobile Liability Combined Single Limit (1) Bodily Injury & Property Damage $1,000,000 c. Excess Liability $1,000,000 $1,000,000 d. Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. The City requires that the Contractor's Insurance carrier be "A" rated or better by A.M. Best. WHEN ADDITIONALLY REQUIRED: Errors & Omissions $500,000 Fidelity Bond (minimum) $ 50,000 This Rule last revised: April 20, 2012 4. PROCUREMENT CONSOLIDATION As described in the Purchasing Manual, purchases shall not be divided so as to avoid crossing bid thresholds. In addition, the total sum of procurement of like goods or services anticipated in the course of the whole fiscal year should be considered as one purchase, and procured according to that dollar threshold. The annual budget allotment for the goods or services is the amount staff should use for the anticipated total expenditure for those goods or services for the fiscal year. For example, if a department has budgeted $50,000 for the purchase of widgets in a fiscal year, which they purchase in varying quantities each month, with each individual purchase under $20,000, but knows that over the course of the year they will need approximately $50,000 worth of widgets, they should consider it a $50,000 procurement, and put the widgets out for bid. They need not take delivery all at one time, but instead can take delivery monthly, or as needed, over the course of the year, paying for each delivery only after it has been received and accepted. In addition, multi -year contracts should be valued at the total expenditure for the entire length of the contract. It shall be presumed that any optional renewals will be exercised and therefore be considered part of the total expenditure. Finally, consider whether other Departments within the City may expect to procure the same goods or services, so as to create efficiencies and economies of scale by procuring the goods or services together. The Purchasing Division can assist in identifying these goods and services. This Rule last revised: April 20, 2012 Airport Commission Agenda & Info Packet 75 of 76 Prepared by: Susan Dulek, Assistant City Attorney, 410 E. Washington St., Iowa City, IA 52240 - 319 - 356 -5030 RESOLUTION NO. 116X-0-6' RESOLUTION RESCINDING RESOLUTION NO. A06 -21 AND AUTHORIZING THE AIRPORT OPERATIONS SPECIALIST AND COMMISSION CHAIRPERSON TO EXECUTE CONTRACTS FOR PUBLIC IMPROVEMENTS AND FOR PURCHASE OF GOODS NOT TO EXCEED A SPECIFIED DOLLAR AMOUNT. WHEREAS, the Airport Operations Specialist and the Commission Chairperson should be authorized to enter into certain contracts for public improvements, for professional services, and for purchase of goods if the estimated cost does not exceed a specified dollar amount. NOW, THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION THAT: 1. The Chairperson and the Operations Specialist are hereby authorized to initiate and execute, without Commission approval, the following contracts in accordance with the annual operation budget as approved by the City Council: a. Contracts for public improvements (i.e., "bricks and mortar ") where the total estimated total amount does not exceed $ 2,000.00. b. Purchases for goods, commodities, operating services, and capital outlay where the estimated total amount does not exceed $ 2,000.00. 2. In case of an "emergency," defined as when a failure to take immediate action would have an adverse impact on airport operations, facilities, personnel, airport customers or the general public, the Chairperson, the Chairperson is hereby authorized to initiate and execute, and to direct the Operations Specialist to do the same, without Commission approval, the following contracts in accordance with the annual operation budget as approved by the City Council: Contracts for public improvements (i.e., "bricks and mortar ") where the total estimated total amount does not exceed $ 10,000.00. b. Purchases for goods, commodities, operating services, and capital outlay where the estimated total amount does not exceed $ 10,000.00. Resolution No. A06 -21 is rescinded in its entirety. Passed and approved this (Qt'- day of �� C, V .2008. 014AIRPERSON Airport Commission Agenda & Info Packet 76 of 76 Approved by ATTEST: UL SECRETAIR-Y City Attorney's Office It was moved by stq t-e and seconded by $e y y t S adopted, and upon roll call there were: AYES: X K NAYS: ABSENT: Ferris Hartwig Horan Rettig Staley the Resolution be