HomeMy WebLinkAbout07-27-2006 Airport Commission IOWA CITY AIRPORT COMMISSION
MEETING AGENDA
AIRPORT TERMINAL BUILDING
1801 S. RIVERSIDE DRIVE
IOWA CITY, IOWA
THURSDAY, JULY 27, 2006 - 7:30 A.M.
1. Determine Quorum
2. Resolution - Consider a resolution awarding contract and authorizing the Chairperson to sign
and the Secretary to attest a contract for the construction of "North T-Hangar Taxilane and
North Terminal Parking Lot Rehabilitation.
3. Resolution — Consider a resolution approving supplemental agreement no. 6 with Earth Tech
for engineering services relating to the mitigation of obstructions within the primary surface
and the approaches to Runway 7/25.
4. Adjourn
Prepared by: Michael Tharp,Operations Specialist, 1801 S.Riverside Dr, Iowa City IA 52246 319-350-5045
RESOLUTION NO.
RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE
CHAIRPERSON TO SIGN AND THE SECRETARY TO ATTEST A CONTRACT
FOR THE CONSTRUCTION OF "NORTH T-HANGAR TAXILANE AND NORTH
TERMINAL PARKING LOT REHABILITATION"
WHEREAS, LL Pelling Company, Inc. of Iowa City, Iowa has submitted the lowest responsible
bid of$174,073.17 for construction of the above named project.
NOW, THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION, THAT:
1. The contract for the construction of the above named project is hereby awarded to LL
Pelling Co. subject to the condition that awardee secure adequate performance and
payment bond, insurance certificates, and contract compliance program statements.
2. The Chairperson is hereby authorized to sign and the Secretary to attest the contract for
construction of the above-named project, subject to the condition that awardee secure
adequate performance and payment bond, insurance certificates, and contract
compliance program statements.
Passed and approved this day of , 2005.
CHAIRPERSON
Approved by
ATTEST:
SECRETARY City Attorney's Office
It was moved by and seconded by the Resolution be
adopted, and upon roll call there were:
Ayes Nays Absent
Farris
Hartwig
Horan
Rettig
Staley
MITIGATION OF OBSTRUCTIONS
RUNWAY 7-25
IOWA CITY MUNICIPAL AIRPORT
IOWA CITY,IOWA
FAA AIP PROJECT NO.3-19-0047-13
SUPPLEMENTAL AGREEMENT NO.6
WHEREAS, a Professional Services Agreement was entered into between Iowa City Airport Commission,Iowa
City, Iowa (Client), and Earth Tech, Inc. (Consultant), Des Moines, Iowa, dated August 16, 2004, for the
preliminary design of Dane Road Relocation and Runway 7-25 Extension;and
WHEREAS,the Client and the Consultant entered into Supplemental Agreement No. 1 dated April 14,2005, for
final design of grading of the 800-foot extension of Runway 7-25 and grading of the full-length parallel taxiway
to Runway 7-25 and the relocation of Dane Road;and
WHEREAS, the Client and the Consultant entered into Supplemental Agreement No. 2 dated September 8,
2005,for construction engineering services during the construction of the rerouting of Willow Creek and a triple
concrete reinforced box culvert; and
WHEREAS,the Client and the Consultant entered into Supplemental Agreement No. 3 dated February 9,2006,
for an obstruction survey of the approaches to Runway 7-25 and Runway 30 at the Iowa City Municipal Airport,
Iowa City,Iowa;and
WHEREAS, the Client and the Consultant entered into Supplemental Agreement No. 4 dated June 8, 2006, for
an update to the Airport Layout Plan for the area south of Runway 12-30 as a result of the closing of Runway
18-36 at the Iowa City Municipal Airport;Iowa City,Iowa;and
WHEREAS,the Client and the Consultant entered into Supplemental Agreement No. 5 dated June 16,2006, for
construction engineering services during the grading and drainage for Runway 7-25 extension including the
proposed runway safety area;and
WHEREAS, the Client and the Consultant now desire to enter into Supplemental Agreement No. 6 for
engineering services related to the mitigation of obstructions within the primary surface and the approaches to
Runway 7-25.
NOW THEREFORE,it is mutually agreed to amend the original Professional Services Agreement as follows:
I. Scope of Services
Services to be provided under this Supplemental Agreement No. 6 include engineering services related
to the mitigation of obstructions within the primary surface and the approaches to Runway 7-25 at the
Iowa City Municipal Airport, Iowa City, Iowa. The Project Description and Scope of Services are
further defined in Attachment A.
II. Compensation
Compensation for the above services will be on a cost plus fixed fee basis in accordance with Part III of
the original agreement. The direct labor, overhead, direct expenses and fixed fee are shown in
Attachment B. The compensation for the services shall be a not-to-exceed amount of One Hundred
Twenty-Eight Thousand Dollars($128,000.00)without authorization of the Client.
III. In all other respects, the obligations of the Client and the Consultant shall remain as specified in the
Professional Services Agreement dated August 16,2004,and subsequent amendments.
IN WITNESS WHEREOF,the parties hereto have executed this Supplemental Agreement No. 6 as of the dates
shown below:
IOWA CITY AIRPORT COMMISSION
By Date
Randall D.Hartwig
Chairperson
EARTH TECH, INC.
By Date July 20,2006
Joe A.Becker
Vice President
L:\work\ADMIN\AGREE\SUPPLE\SA6ICAirport.doc
Attachment A
SCOPE OF SERVICES
FOR
MITIGATION OF OBSTRUCTIONS
RUNWAY 7-25
IOWA CITY MUNICIPAL AIRPORT
IOWA CITY,IOWA
FAA ATP PROJECT NO.3-19-0047-13
A. PROJECT DESCRIPTION
The project includes the Mitigation of Obstructions at the Iowa City Municipal Airport,
Iowa City, Iowa. Known obstructions exist within the primary surface and the
approaches to Runway 7-25. Additional known obstructions exist within the approaches
to Runway 12-30 and the FAR Part 77 Imaginary Surfaces for the airport, but these
obstructions will not be addressed under this project. Appropriate action so that the
primary surface and approaches to Runway 7-25, as is required to protect instrument and
visual operations to the airport, will be adequately cleared and protected by removing,
lowering,relocating,marking,or lighting or otherwise mitigating existing airport hazards
is the basis for this project.
B. PROJECT BACKGROUND
The Airport Master Plan prepared by McClure Engineering Company and approved by
the Airport Commission in 1996 included an Obstruction Table in Chapter Six- Airport
Layout Plan listing 165 potential obstructions within the terminal airspace of the Iowa
City Municipal Airport. The Airport Layout Plans were updated by Snyder &
Associates, Inc. and approved by the Federal Aviation Administration in 2002. Sheet 5
of these Airport Layout Plans provided an update to the Obstruction Tables that includes
176 potential obstructions within the terminal airspace of the Iowa City Municipal
Airport. This Obstruction Table provided a basis for the mitigation of obstructions for
Runway 7-25.
An Airport Obstruction Mitigation Study was completed by Stanley Consultants Inc.
(Stanley) in December 2002. This study was an evaluation of the Iowa City Airport
Obstruction Table as included in the 2002 Airport Layout Plan (ALP). The Stanley
report of 2002 provided three tables in an attempt to identify the status of each of the
items listed in the Obstruction Table on the 2002 ALP. The first table (Table 2.1) is a
restatement of the Obstruction Table in the ALP. The second table (Table 3.1), which
contains 119 obstructions, is a list of currently mitigated obstructions based on a field
review of the obstructions and the determination comments that were included with the
Obstruction Table in the 2002 ALP. The third table(Table 4.1)provides an Obstruction
Mitigation Priority List for 57 obstructions.
By contacting the Federal Aviation Administration Airspace Specialist, it was determined
that an airspace review was not completed on the obstructions listed in the Obstruction
Table in the 2002 ALP. As a result,Earth Tech submitted requests for airspace review on
37 obstructions listed in the Obstruction Table from the 2002 ALP,all within the primary
surface or the approaches to Runway 7-25. Some of these obstructions were listed in
Table 3.1 and some were listed in Table 4.1 of the Stanley Study. Determinations have
been received on all 37 requests submitted. Six of the determinations indicate that the
obstruction is"No Hazard"to the terminal airspace for the Iowa City Municipal Airport.
The remaining 31 determinations indicate that the obstruction is a hazard to terminal
airspace, but acceptable with mitigation consisting of marking and/or lighting or removal
of the obstruction.
Based on the above background information, it is suggested that the obstructions listed on
Table 4.1 of the Stanley Study that have not been removed or mitigated since December
2002 and some of the obstructions listed on Table 3.1 of the Stanley Study that are
associated with Runway 7-25 should be submitted for airspace review and determination.
The attached Table 1 is a listing of the obstructions within the primary surface and
approaches of Runway 7-25 at the Iowa City Municipal Airport that are the subject of
this project.
C. SCOPE OF SERVICES
The work to be performed by the Consultant shall encompass and include detailed work,
services, materials, equipment and supplies necessary to provide engineering and
administrative services for the evaluation and mitigation of the obstructions to the
primary surface and approaches to Runway 7-25 at the Iowa City Municipal Airport that
are listed in Table 1. Work shall be divided into the following tasks:
1. Additional Airspace Requests — This task consists of the preparation of
electronic form 7460 and submittal of this form for each of the additional
obstructions located within the primary surface and approaches to Runway 7-25
that are listed in Table 1.
2. Review Airspace Reports — This task consists of reviewing and documenting
each of the airspace determinations reports received. This task also includes the
field review and photo logging of each obstruction determined to be a hazard to
terminal airspace that requires mitigation. The survey of the obstruction,
completion of a data form, and submittal to the FAA is part of this task.
Requests for survey have been received for 31 of the 37 airspace reviews
previously submitted.
3. Property Owner Coordination —This task consists of identifying the property
owner of each of the obstructions, contacting each property owner to make them
aware that an obstruction to terminal airspace for the Iowa City Municipal
Airport is located on their property, and meeting with each property owner to
discuss issues and potential mitigation options. It is anticipated 15 property
owners will be contacted.
4. Utility Coordination—This task consists of meeting with each utility company
to identify obstructions related to poles. Identified utility companies include Mid
-2-
American Energy, Qwest Telephone, and Mediacom. Approximately 7 of the
identified obstructions are poles owned by a utility company. The coordination
with each utility will identify actual ownership of the poles and the associated
utilities supported by the poles. This coordination will identify issues and
discuss potential mitigation options.
5. Recommended Mitigation of Obstructions — This task consists of the
evaluation of the airspace reports, the individual property owner meetings, and
the utility company meetings to determine a recommendation of mitigation for
each obstruction. An estimate of cost for mitigation of each obstruction based on
the recommendation will be prepared. This information will be documented in a
report that will be provided to the Commission, the City and the FAA for
approval. These mitigation options may include marking and lighting, purchase
and removal, lowering or altering with revised airspace request, or demolition as
in the case of the United Hangar.
6. Prepare Mitigation Documents — This task consists of the preparation of
mitigation documents for each obstruction based on the approved mitigation
plan. Documents to be provided will vary dependent upon the type of
obstruction and the mitigation recommended.
a. Marking and/or Lighting — Marking and Lighting to be done in
accordance with FAA Advisory circular 70/7460-IK. Identify the type
of marking plan if required. Identify the number and type of obstruction
lights necessary. Locate the nearest power source and conduit route from
this source to the obstruction to be lighted. Size the electrical units
involved. Prepare a plan and specification for bidding and installation.
Prepare the basis of agreement for installation of the marking and/or
lighting of an obstruction on private property. The agreement needs to
address the need for marking and/or lighting, the plans for marking
and/or lighting, access for construction, and maintenance and operation
plans for the marking and/or lighting. The means of access and any
agreement will be based on the existing property description on file with
Johnson County and will not include a separate property survey or
description.
b. Obstruction Purchase and Removal — This type of mitigation would
normally relate to a tree located on private property. Identify the specific
obstruction. Determine a value for the obstruction. The City Forester
will provide assistance for this value determination. Prepare the basis for
an agreement to purchase and remove the obstruction. The agreement
needs to address the value of the obstruction, the cost of removal, the
means of access, and permanent easement over property. The means of
access and the easement will be based on the existing property
description on file with Johnson County and will not include a separate
property survey or description.
-3-
c. Alteration and Resubmit Airspace — Determine the location and
elevation of the obstruction accurately. Define alteration or lowering
required to eliminate obstruction from being a hazard to terminal
airspace. Prepare the basis of an agreement for the alteration or lowering
of the obstruction. The agreement needs to identify the means of altering
or lowering, the access to make modifications, and an easement for the
obstruction. The revised obstruction will be resubmitted for airspace
review. The means of access and the easement will be based on the
existing property description on file with Johnson County and will not
include a separate property survey or description.
d. Demolition and Removal — This mitigation is specifically for the
demolition of the United Hangar. Provide a survey for asbestos. Prepare
bid documents for the removal and disposal of the structure. Assist the
Airport Commission with bidding.
7. Assistance During Mitigation — This task consists of monitoring individual
mitigation plans during construction for compliance with the plans,
specifications, agreements, and grants conditions. It is anticipated three (3)
construction contracts will be let. This work shall be in accordance with the
following.
a. Pre-Construction Conference - This task consists of attending and
conducting a pre-construction conference with representatives of the
Contractor, Commission, City, affected utilities, and property owner if
work is on private property.
b. Shop Drawings and Submittals - This task consists of reviewing shop
drawings and other submittals as required of the Contractor by the
contract documents for conformance with the design concept of the
Project and compliance with the information given in the contract
documents.
c. Construction Assistance - This task consists of answering design
interpretation questions from the Sponsor, Contractor, review staff and
appropriate agencies.
d. Pay Applications and Reimbursements - This task consists of
preparing and processing monthly applications for payment to the
Contractor and forwarding to the Sponsor for execution with
recommendations for approval and payment. This task also includes
preparation of federal reimbursements forms for the Sponsor.
e. Labor and Payroll Reports-This task consists of the reviewing weekly
labor and payroll reports for compliance with Davis-Bacon Act,
conducting on-site employee interviews, and conducting E.E.O. site
inspections. Original documents will be submitted to the Sponsor at
completion of project for storage.
-4-
f. Site Visits - This task consists of providing periodic site visits to the
construction site by design personnel at appropriate stages of
construction to review the quality of the work and to determine, in
general,whether the work conforms with the contract documents.
g. Change Orders - This task consists of coordinating with the Sponsor
and Contractor in preparing and processing contract change orders.
h. Construction Observation - This task consists of providing field
observation during construction to review the work of the Contractor to
determine if the work is proceeding in general accordance with the
contract documents and that completed work appears to conform to the
contract documents. Staffing requirements may be adjusted during the
Project in relation to the level of construction activity.
Non-Compliance Reporting - This task consists of reporting to the
Sponsor any work believed to be unsatisfactory, faulty or defective or
does not conform to the contract documents, and advising the Sponsor of
any work that should be corrected or rejected.
j. Contractor Modifications - This task consists of reviewing, evaluating
and making recommendations to the Sponsor on suggestions for
modifications that have been made by the Contractor.
k. Project Files - This task consists of maintaining files for
correspondence, reports of the job conferences, shop drawings, and
sample submissions, reproductions of original contract documents
including addenda, change orders, field modifications, additional
drawings issued subsequent to the execution of the contract, Engineer
clarifications and interpretations of the contract documents, progress
reports and other Project-related documents.
Daily Reports - This task consists of the resident field representative
keeping a diary, log book or report for those times on site, recording
hours on the job site; weather conditions; data relative to questions of
extras or deductions; list of visiting officials and representatives of
manufacturers, fabricators, suppliers and distributors; activities;
decisions, observations in general and specific observations in more
detail when necessary, as in the case of observing test procedures. As
part of this task, weekly construction progress and review reports will be
prepared and submitted to the FAA.
m. Punch List - This task consists of conducting a review of the Project
near completion and preparing a list of items(punch list)to be completed
or corrected.
-5-
n. Final Review - This task consists of performing a field observation of
the completed project before a final application for payment is processed
for the Contractor.
o. Project Closeout - This task consists of assisting the Sponsor with
Project completion and final closeout documentation from the Contractor
for the FAA by providing a statement covering the following:
i. Sponsor Certification for Final Acceptance.
ii. Final Outlay Report—Standard Form SF-271.
iii. Final Project Cost Summary.
iv. Final Construction Report.
I. Brief narrative of work accomplished as well as any excluded
items.
2. Summary of key milestone dates — Receipt of Bids, NTP,
Substantial Completion, Contract Date, Final Inspection, and
Final Acceptance.
3. Statement of compliance with contract labor provisions (payroll
reviews,complaints, etc.)Reference AC 150/5100-6.
4. Summary of final contract quantities.
5. Explanation of underruns and overruns.
6. Change Order Summary.
7. Testing Report Summary including a copy of all acceptance test
results.
8. Final Review Report including signature of consultant.
9. Contractor's Final Statement of Completion-typically submitted
as the final payment request.
v. Final Obstruction Disposition Documentation.
vi. Summary of DBE Utilization.
8. Conferences and Meetings — This task consists of conferences and meetings
that will be attended by the Consultant for the purpose of coordination,
information exchange and general understanding of the status and direction of the
project. The conferences and meetings consist of the following:
a. Once the recommended mitigation plan is prepared, the Consultant will
famish copies of the completed plan to the Commission,the City and the
FAA for review. After a reasonable time for review,a meeting called by
the Commission will be held to review the submitted documents. This
meeting will include representatives of the Commission,the City,and the
FAA. This meeting will be used to discuss individual mitigations
options and identify a final obstruction mitigation plan for
implementation. This meeting will be held at the city offices.
b. Review meetings with the Commission and City Staff on a monthly basis
to present status of mitigation plan and discuss action items necessary to
-6-
complete plan prior to completion of Runway 7-25 Extension. These
meetings will be scheduled on the same day as the Commission
meetings, but prior to the Commission meetings. These meetings will
be held at the city offices.
9. Project Administration - This task consists of office administration and
coordination of the project. Interoffice meetings, general day-to-day
administrative responsibilities, and typing of interoffice memoranda and minutes
of meetings are included in this task.
L:\work\ADMIN\AGREE\PROF\ICMitigationofObatructionsAttachA.doc
-7-
Table 1
Estimate Cost of Mitigation of Obstructions(Runway 7-25)
Iowa City Municipal Airport
Iowa City,Iowa
FAA AIP Project No.3-19-0047-13
Date: July 19,2006
2002 ALP Stanley Stanley Airspace Additional Estimated
Obstr. 2002 2002 Review Airspace Obstruction Description" Mitigation
No. Table 4-1 Table 3-1 List* Reviews Cost
1 x x Road(Riverside Drive) $ 30,000.00
4 x x Mid American Power Pole $ 5,000.00
5 x x Tree $ 10,000.00
7 x x Sign $ 9,000.00
10 x x Pole $ 10,000.00
11 x x Light $ 10,000.00
12 x x Tree $ 5,500.00
13 x x Tree $ 6,500.00
14 x x Tree $ 6,500.00
15 x x Fence $ 500.00
16 x x Tree $ 6,500.00
17 x x Road(Riverside Drive)-Same as No.1 $ -
19 x x Tree $ 6,500.00
20 x x Tree $ 6,500.00
21 x x Tree $ 6,500.00
22 x x Tree $ 6,500.00
23 x x Pole $ 10,000.00
24 x x Pole $ 10,000.00
25 x x Tree $ 6,500.00
26 x x Antenna $ 10,000.00
98 x x Light $ 10,000.00
101 x x Tree $ 6,500.00
128 x x Pole $ 10,000.00
130 x x Tree $ 6,500.00
154 x x Building $ 10,000.00
155 x x Tree $ 6,500.00
156 x x Pole $ 6,500.00
157 x x Pole $ 6,500.00
159 x x Mid American Power Pole $ 5,000.00
160 x x Mid American Power Pole $ 5,000.00
161 x x Mid American Power Pole $ 5,000.00
162 x x Mid American Power Pole $ 5,000.00
163 x x Mid American Power Pole $ 5,000.00
164 x x Lightpoles(Hargrave) $ 25,000.00
166 x x Pole $ 500.00
167 x x Mid American Power Pole $ 10,500.00
_ 169 x x Tee Hangar C $ 5,000.00
170 x x Tee Hangar B $ 5,000.00
172 x x 172 United Hangar Removal*** $ 90,000.00
175 x x Mid American Power Pole $ 10,500.00
1A x Tree $ 6,500.00
A x A Tree-Same as No.16 with Higher elev. $ 500.00
M x M Tree $ 6,500.00
Subtotal $ 409,500.00
Contingencies(20%) $ 82,600.00
Estimate of Mitigation costs $ 492,100.00
Engineering and Administrative Costs $ 128,000.00
Estimate of Total Project Costs $ 620,100.00
•Airspace Review Submitted by Earth Tech in 2006
••Taken from Report by Stanley Consultants Dated December 2002
***Asbestos investigation is a part of Engineering Agreement,only minimual cost included for removal.
Note: Assumptions provided in Obstruction Mitigation Report dated August 2003 are also valid for these estimates.
Attachment B
Iowa City Municipal Airport
Extension of Runway 7-25
FAA AIP Project No.3-19-0047-13
Airspace Review and Mitigation-Runway 7-25
Engineering Services
Consultant Cost Summary
I. Direct Labor Cost
Classification Hours Rate/Hour Amount Totals
Senior Professional 100 $69.50 $6,950.00
Project Professional 292 $55.00 $16,060.00
Staff Professional 224 $32.00 $7,168.00
CADD Operator 132 $21.00 $2,772.00
Senior Technician 280 $23.00 $6,440.00
Technician 24 $18.00 $432.00
Project Support 108 $16.00 $1,728.00
Direct Labor Total 1160 $41,550.00
II. Payroll Burden and Overhead costs 160.00% $66,480.00
Ill. Direct Project Expenses
Category Units Rate/Unit Amount
Mileage 4000 $0.445 $1,780.00
Per Diem 0 $30.00 $0.00
Lodging 0 $70.00 $0.00
Copier 2500 $0.06 $150.00
Plan Copier 0 $0.50 $0.00
GPS $25.00 $0.00
Geodimeter $12.50 $0.00
Nuclear Density Guage $40.00 $0.00
Miscellaneous $800.00 $2,730.00
IV. Earth Tech Estimate Costs $110,760.00
Rounded $110,800.00
V. Subcontract Expense
Ames Environmental-Asbestos Testing $1,000.00
$1,000.00
VI. Estimated Costs $111,800.00
VII. Fixed Fee $16,200.00
VIII. Maximum Amount Payable $128,000.00
Iowa City Municipal Airport
Extension of Runway 7-25
FAA AIP Project No.3-19-0047.13
Airspace Review and Mitigation-Runway 7.25
Engineering Services
Staff Hour Estimate
Item Description Senior Project Staff CADD Senior Project
No. Professional Professional Professional Operator Technician Technician Support Totals
1 Additional Airspace Requests 4 8 12
2 Review Airspace Reports 12 24 12 12 60
3 Property Owner Coordination 8 16 12 12 12 60
4 Utility Coordination 8 16 8 16 48
5 Recommended Mitigation of Obstructions 8 16 8 8 4 44
6 Pre aration of Mitigation Documents
a Marking and Lighting 8 32 32 24 12 8 116
b Obstruction Purchase and Removal 8 16 16 12 8 60
c Alteration and Resubmit Airspace 4 8 4 4 4 24
d Demolition and Removal 8 24 16 16 8 72
7 Assistance During Mitigation
a Pre-Construction Conference 12 12 24
b Shop Drawing and Submittals 4 8 4 16
c Construction Assistance 4 16 16 36
d Pay Applications and Reimbursements 8 8
e Labor and Payroll Reports 24 24
f Site Visits 8 32 8 48
g Change Orders 8 12 12 32
h Construction Observation 200 200
i Non-Compliance Reporting 16 16
j Contractor Modifications 4 8 12
_ k Project Files 24 24
I Daily Reports 24 24
m Punch List 4 4 4 12
_ n Final Review 8 8 16
o Project Closeout 8 12 24 12 4 60
8 Conferences and Meetings
a Mitigation Plan Review 8 16 16 4 44
b Monthly Status Meetings 8 32 4 44
9 Project Administration 12 12 24
Total Estimated Hours 100 292 224 132 280 24 108 1160
Prepared by: Michael Tharp,Operations Specialist, 1801 S.Riverside Dr.Iowa City,IA 52246(319)350 5045
RESOLUTION NO.
RESOLUTION APPROVING SUPPLEMENTAL AGREEMENT NO. 6 WITH EARTH
TECH FOR ENGINEERING SERVICES RELATING TO THE MITIGATION OF
OBSTRUCTIONS WITHIN THE PRIMARY SURFACE AND THE APPROACHES TO
RUNWAY 7/25
WHEREAS, the Iowa City Airport Commission entered into a contract entitled "Professional
Services Agreement"with Earth Tech on August 16, 2004 to provide engineering services for the
runway 7-25 extension project;
WHEREAS, Part I(A) of said agreement provides that the parties will enter into supplemental
agreements for phases 2 and 3;
WHEREAS, the Commission and Earth Tech entered into Supplemental Agreements Nos.
1,2,3,4, and No. 5 previously;
WHEREAS, the Commission and Earth Tech now desire to enter into Supplemental Agreement
No. 6, a copy of which is attached.
WHEREAS, it is in the best interest of the Commission to enter into Supplemental Agreement
No. 6
NOW,THEREFORE,BE IT RESOLVED BY THE AIRPORT COMMISSION OF THE
CITY OF IOWA CITY:
1. The Chairperson is authorized to sign Supplemental Agreement No. 6
Passed and approved this day of 2006.
Approved By:
CHAIRPERSON
ATTEST:
SECRETARY City Attorney's Office
It was moved by and seconded by the
Resolution be adopted, and upon roll call there were:
Ayes Nays Absent
Farris
Hartwig
Horan
Rettig
Staley
•
•
Earth Tech 500'S.W,7th Street P 515.244.1470.
Suite 301 F 515.244.4803
A tit/CO lnteinatmnalLtd,Campany Des Moines, IA 50309 wWw,earthtech.com.
July 21,2006
Mr.Randall D.Hartwig Pitt Es.Iowa City Airport Commission1801 S.Riverside Drive
Iowa City,IA 52246
RE: T-Hangar Taxilane Rehabilitation
IDOT Alp No. 9I-002-0I0W-100
Terminal Parking Lot Rehabilitation
Airport Fund No.473010
Iowa City Municipal Airport
City of Iowa City,Iowa
Earth Tech ID No.88056
Dear Mr,Hartwig:
We have reviewed the bids received by the City of Iowa City on July 20,2006,for the above-mentioned project,
Five bids were received, L.L. Palling Company, Inc. of Iowa City, Iowa,was the Iow bid received and was in
the amount of$174,073.17. The low bid was lower than the engineer's estimate by$7,141.83. Bid Schedule
Nos 1,Taxilane Rehabilitation and Bid Schedule No. 2,Terminal Parking Rehabilitation are both with the funds
allocated for each respective project.A copy of the tabulation of bids is attached.
L.L Pelling Company, Inc. showed that they had contacted two(2)Targeted Small Businesses (TSB)as part of
the bidding process. One of the TSB companies did not submit L.L.Pelling a quote. The other TSB company
supplied L.L.Pelling a quote and L.L. Felling indicates that they are subcontracting with the TSB company of
Advanced Traffic Control for this project.
We would recommend award of a contract in the amount of$174,073.17 to L.L. Palling Company, Inc for this
project.
If you have any questions or need additional information,please contact our office at your convenience.
Very truly yours,
Earth Tech
boLa3.
David B.Hughes,P.E.
Cc: Ms.Kay Thede,Iowa Department of Transportation(w/enclosures)
L•)warapmjcd\66056\wgAGanuc\RH07210&Iir.dn<
'
TABULATION OF BIDS - I
IOWA CITY MUNICIPAL AIRPORT
IOWA CITY,IOWA
Earth Tech No.08056
Dale:July 20,2006
PROJECT:T-HANGAR TAXILANE REHABILITATION
(DOT AIP No.01-02-010W-100
BID SCHEDULE NO.1
I ENOWEERS ESTIMATE I L.L Polling Co.Inc. I Hansen Asphalt IowaC�Excavaung Vieth Construction Corp Peterson Construction Co.
ESTIMATED- 'ESTIMATED. Iowa Clty,IA Iowa City,IA CoralvIllo,IA CedarFalls,IA Reihbeik,IA
ITEM 0211MATED UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL
NO.. DESCRIPTION. UNIT QUANTITY•. PRICE UN
AMOT. PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT
1 l_':Oooik0 IS LO �5 5300,00 3 530800: a. 3323.00 0 13,300.00 3 5300.00 3 .3.500,00 5- 1.500.00 5 1,` al 5 00 $ '3300.3 5 7.800.00'. 0 7,600.00
_.2' ..PSna:stF.om0•el .SM 2,5132 3 500. 3 29,62500-3 7.40. 4 23.700.00 3 115. 5 1235375 5 - '500 6 42376.00 1 5.00 3- 49.375.00 3 5.40.3. 22,57530
3 ._.Grade and Comoact SUerraOa. 'SYD.. 5R5.0 3 2.60 5, .15.750.00 $ 11.5 S 112'225 S 100. S. .9,67559. .5 - 1.25 5 12343.75 $ 130 1 11.1112,5. S 320:1 31.600.3
4. TYPE NH1nt685 - __ EACH - 5.0.3.. 1,50000 a _.,2.003.00 3.. 1,73250. I 5.62;50 5 .230000. 3 10,000.00' $ 050.005 4,750,00. 5 1,523,I5 5,250.63. 5 .2302,02 5 14,510.00
:5.- _.12In411Twe Pip, '- LFT _. ;00.0 3" "15.00 5 5.445.00' $I 2254 4 V7,554.92 4 41,00. S 14,59100 .3. '11.71 3. 821200 3- 19,05 S 7.20535 S -03:05.1 12.705.22
6• BRumineud Pr'ne Coat _ :GAL, 5000 $ 300' 51 1000,00 3 190 S °3.3. 5 ]90: 5 1,3000 3„... 4.00 6 520052 5 ".1.110 3 950,000. .190 5 30.00
7 Aethth Edhat Cis' TON 1,675.0 5 55.00. S 82,125.3: 3 55.00 3 93.800,00 3 73,00 3 122273,3, 3- 3150 1: 2745750 1, 55.00'I 1 8383.00 5600
5 54.00 S 9 .03
EIII
TOTALOIO SCH
VLE NO.1 II 183,945.00 S 159,213.67 13 173,8075 d3 176.68325 u3 177,943.05 II5 194.850.3
PROJECT:TERMINAL PARKING LOT REHABILITATION
AIRPORT FUND NO.473010
BID SCHEDULE NO.2
I ENGNEER'B ESTIMATE I L.L.Palling Co.Inc. Hanson Asphalt I Iowa City Excavating Vieth Construction Corp [Peterson CanstrucOon Co.
_ - EsOMATED -ES11M0TE0, ' Iowa City,IA Iowa City,IA Coralyllle,IA a' Cedar Falls,IA -Reonbeck,IA
ITEM ESTIMATED UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL I UNIT TOTAL
,NO. OESCRIPTtON. _ _ UNIT OUANPTII, PRICE .AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT
_ _'4 MSWSIDVkL _.. _. IS r _I.0. 3 1.30,00, 3' 1,"4-'".02. 3 1:9303' 5 1,200.00 5 30.3. 60.005 143.00 $ 1.510,003 3,4003 1 3,400.03 4 5.9315 s 5,90000
'2 PwemsNft_mm93 SW T95.4 S. 2.06 1 235.00 5 2.90 3 2203.50 3. . 208 1590.00 5 5.3 5 3,91500 5 5.00 5 5075.00 1 .5.42 3 2.7300
3 3^-t810Cc^ae±Subl t, 3YD. 795.0 5 200' 1 ¶250.3 5 1.0 3 1,11300 5. 100 155E3 5 125. $ 33.75 3 1.65 5 1.311,75 3 320 3 2,514.00
4 P.C,C.SIdox-4k " LFT -53 5 350 3. 1...J^ O S 2555.3 5 1,425033 S 20000 1,000.00 3 ' 100.005 50050 0 200003 17.09.00 5 255.003 1,425,00
3'
5: Dw'Ii vs Prime C,011.. GAL 49.0 3 3,00 5 120.00 5 1.00 3 72.00 S" 3.00 120.03 3 4.00 5 150.3 3, 1.80' 3 72.00 S _ 1.80 3 72.00
6. .S:9M15i1de00C0ae5 :TON. 135.0 5 57.00. 3. 7,566... 5 .59.90 1 7,552 CO 5 75.3 10,175.00 5 50.50 S 7E9150 5 56.3 3 735.330 5 `L^3 2 7,560.00
'7 Pevercentfied,113 OFT 230.0 5 6.3' 1 1550.3 3 190 S 414.00 5 4.00, 920.00 3 1.70' 3 391.00 5 1.30 3 41450 S 1.80 1 414.00
TOTAL BIO SCHEDULE NO.2 3 15270.00 r 147,5930 rt, 14,600.00: [s 15,417.25 S 17,932.75. VS 20,183,
TOTAL BID(BID SCHEDULE NO.I PLUS BID SCHEDUlEN02). S 181215.00 - ? 174,073.17S 188416.75' 192,085,50 I$ 195.875.80 I3 215,405.00
Bid Bond 10% 10% 10% 10% 10% 10%
Adn0Medg.Addentlum 01 yes ye8 yes yes yes
Pelttnl of Engineer's E3timate 9606%. 104.01% 13.00% I08.09y 11502%
"Coraded Meth EMI'
Q� `.�` In Line lamer-BMSch,2
bids Tabulated By: ev:S 3. Ate^
Earth Tech,Inc.
Page 1 of 1
Marian Karr
From: Michael Tharp
Sent: Monday, July 24, 2006 4:02 PM
To: Greg Farris; Howard Horan; Janelle Rettig; John Staley; Randy Hartwig
Cc: Sue Dulek; Marian Karr
Subject: Packet Materials for 7/27 Meeting
Attachments: Agenda 7-27-06.doc; Resolution -Contract Award Taxilane & Parking Lot.doc; SA 6 Obst.
Mitigation.pdf; RESOLUTION -Supplemental Agreement No6.doc; Taxilane LOR and Bid
Tab.pdf
Hello all,
I'm trying something a little different with the special meetings the Airport Commission has on occasion. Since we
• typically have very few items to discuss at these meeting I'm going to send packet materials (if and when I can)
electronically. Regular Meetings will still continue with traditional mailings. This being the first one we'll work the
bugs out of the system.
Included in this mailing are the following:
Agenda for meeting—7/27
Taxilane& Parking Lot Letter or Recommendation and Bid Tab from Earth Tech
Proposed Resolution to award contract for Taxilane and Parking Lot Project
Proposed Supplemental Agreement No. 6 with Earth Tech
Proposed Resolution accepting Supplemental Agreement No. 6
Michael Tharp, C.M.
Operations Specialist
**Please remember if you are going to reply to this, make sure you are clicking on the "Reply" button and
NOT the "Reply All"
7/24/2006