Loading...
HomeMy WebLinkAbout2006 Airport Commission Resolutions RES. NO. SUBJECT DATE A06-01 RESOLUTION APPROVING PLANS, SPECIFICATIONS, 1/23/06 FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION TO REPAIR THE FLOORS IN HANGARS "B" AND "C" ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS A06-02 RESOLUTION AWARDING CONTRACT AND 2/9/06 AUTHORIZING THE CHAIRPERSON TO SIGN AND THE SECRETARY TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE FLOORS IN HANGARS "B" AND "C" PROJECT A06-03 RESOLUTION SETTING A PUBLIC HEARING ON 2/12/06 JANUARY 23, 2006 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF REPAIRS TO FLOORS IN HANGARS "B" AND "C", DIRECTING THE CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CHAIRPERSON TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION A06-04 RESOLUTION AUTHORIZING THE CHAIRPERSON TO 2/12/06 SIGN AND THE SECRETARY TO ATTEST TO AN EXTENSION OF THE AGREEMENT WITH IOWA REALTY COMMERICAL TO SELL AND/OR LEASE PROPERTY IN THE AVIATION COMMERCE PARK A06-05 RESOLUTION AUTHORIZING THE CHAIRPERSON TO 3/9/06 EXECUTE AND THE SECRETARY TO ATTEST TO A CORPORATE HANGER LEASE BETWEEN THE AIRPORT COMMISSION OF THE CITY OF IOWA CITY, IOWA, AND DON GURNETT A06-06 RESOLUTION SETTING A PUBLIC HEARING ON MAY 4/13/06 1ST 2006 FOR THE PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE ON COST FOR THE CONSTRUCTION OF "PHASE 2 PROJECT" WITHIN THE RUNWAY 7/25 EXTENSION PROJECT TO GRADE THE AREA FOR RUNWAY EXTENSION, AND DIRECTING CITY CLERK TO PUBLISH NOTICES OF SAID HEARING, AND DIRECTING THE CHAIRPERSON TO PLACE AND SAID PLANS ON FILE FOR PUBLIC INSPECTION 2006 Resolutions Page 2 A06-07 RESOLUTION APPROVING PLANS, SPECIFICATIONS, 5/1/06 FORM OF CONTRACT AND ESTIMATE ON COST OF THE CONSTRUCTION OF "PHASE 2 PROJECT"WITHIN THE RUNWAY 7/25 RUNWAY EXTENSION PROJECT TO GRADE THE AREA FOR RUNWAY EXTENSION A06-08 RESOLUTION ACCEPTING THE WORK FOR THE 6/8/06 HANGAR B&C CONCRETE FLOORING PROJECT A06-09 RESOLUTION ACCEPTING THE WORK FOR THE 6/8/06 HANGAR K ROOFING PROJECT A06-10 RESOLUTION APPROVING A FY2006 FAA GRANT FOR 6/8/06 THE SOUTH ECONOMIC DEVELOPMENT STUDY A06-11a RESOLUTION AWARDING CONTRACT AND 6/8/06 AUTHORIZING THE CHAIRPERSON TO SIGN AND THE SECRETARY TO ATTEST A CONTRACT FOR THE CONSTRUCTION OF "PHASE 2 PROJECT" WITHIN THE RUNWAY 7/25 RUNWAY EXTENSION PROJECT TO GRADE THE AREA FOR RUNWAY EXTENSION A06-11 b RESOLUTION SETTING A PUBLIC HEARING ON JUNE 6/16/06 27, 2006 FOR THE PLANS SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE ON COST FOR THE REHABILITATION OF NORTH T-HANGAR TAXILANES AND NORTH TERMINAL PARKING LOT AND DIRECTING CITY CLERK TO PUBLISH NOTICES OF SAID HEARING, AND DIRECTING THE CHAIRPERSON TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION A06-12 RESOLUTION APPROVING SUPPLEMENTAL AGREEMENT NO. 5 WITH EARTH TECH FOR ENGINEERING SERVICES FOR THE GRADING AND DRAINAGE FOR RUNWAY 7-25 EXTENSION INCLUDING THE PROPOSED RUNWAY SAFETY AREA A06-13 RESOLUTION APPROVING PLANS, SPECIFICATIONS, 6/27/06 FORM OF CONTRACT AND ESTIMATE ON COST FOR THE REHABILITATION OF THE NORTH T-HANGAR TAXILANES AND NORTH TERMINAL AUTOMOBILE PARKING LOT A06-14 RESOLUTION APPROVING A SECURITY INFORMATION 7/13/06 POLICY PURSUANT TO HF 2590, CODIFIED AT IOWA CODE SECTON 22.7(52). A06-15 RESOLUTION ACCEPTING THE MEMORANDUM OF 7/13/06 AGREEMENT NO. DTFACE-06-Z-80012 BETWEEN THE FM AND THE IOWA CITY AIRPORT COMMISSION TO PROVIDE TECHNICAL ASSISTANCE TO ASSIST IN RELOCATING THE ASOS EQUIPMENT. A06-16 RESOLUTION AWARDING CONTRACT AND 7/27/06 AUTHORIZING THE CHAIRPERSON TO SIGN AND THE SECRETARY TO ATTEST A CONTRACT FOR THE 2006 Resolutions Page 3 CONSTRUCTIONOF "NORTH T-HANGAR TAXILANE AND NORTH TERMINAL PARKING LOT REHABILITATION" A06-17 RESOLUTION APPROVING SUPPLEMENTAL 7/27/06 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 A06-18 RESOLUTION DELEGATING RESPONSIBILITY TO 8/10/06 PARTICULAR PERSONS HOLDING SPECIFIED POSITIONS TO IMPLEMENT THE REQUIREMENTS OF CHAPTER 22, IOWA'S PUBLIC RECORDS STATUE A06-19 RESOLUTION ACCEPTING THE WORK FOR THE 8/10/06 WILLOW CREEK BOX CULVERT A06-20 RESOLUTION ACCEPTING IOWA DEPARTMENT OF 8/10/06 TRANSPORTATION GRANT 9107010W300 FOR THE REHABILITATION OF HANGAR A A06-21 RESOLUTION ACCEPTING IOWA DEPARTMENT OF 8/10/06 TRANSPORTATION GRANT 910701OW100 FOR THE REHBILITATION OF SOUTH TAXIWAY AND SOUTH TAXILANES AROUND BUILDINGS G AND H A06-22 RESOLUTION AUTHORIZING THE AIPRORT 8/10/06 OPERATIONS SPECIALIST AND COMMISSION CHAIRPERSON TO EXECUTE CONTRACTS FOR PUBLIC IMPROVEMENTS FOR PURCHASE OF GOODS, NOT TO EXCEED A SPECIFIED DOLLAR AMOUNT. A06-23 RESOLUTION AUTHORIZING THE CHAIRPERSON TO 10/12/06 EXECUTE AND THE SECRETARY TO ATTEST TO A T- HANGAR USE, AGREEMENT BETWEEN THE IOWA CITY AIRPORT COMMISSION AND THE UNIVERSITY OF IOWA A06-24 RESOLUTION APPROVING SUPPLEMENTAL 11/9/06 AGREEMENT NO. 7 WITH EARTH TECH FOR ENGINEERING SERVICES RELATING TO THE TERMINAL APRON RECONSTRUCTION WEST OF THE NORTH/SOUTH TAXIWAY A06-25 RESOLUTION APPROVING PROJECT TASK ORDER 11/9/06 NO. 4 WITH EARTH TECH FOR ENGINEERING SERVICES RELATING TO THE SOUTH TAXILANE REHABILITATION AROUND BUILDING G A06-26 RESOLUTION APPROVING PROJECT TASK ORDER 11/9/06 NO. 5 WITH EARTH TECH FOR ENGINEERING SERVICES RELATING TO THE HANGAR A REHABILITATION 2006 Resolutions Page 4 A06-27 RESOLUTION AUTHORIZING THE CHAIRPERSON TO 11/9/06 EXECUTE AND THE SECRETARY TO ATTEST TO A CORPORATE HANGAR LEASE BETWEEN THE AIRPORT COMMISSION OF THE CITY OF IOWA CITY, IOWA, AND KEITH ROOF A06-28 RESOLUTION ACCEPTING THE WORK FOR THE 12/4/06 NORTH T-HANGAR TAXILANE AND NORTH PARKING LOT REHABILITATION A06-29 RESOLUTION AUTHORIZING THE CHAIRPERSON TO 12/4/06 SIGN AND THE SECRETARY TO ATTEST TO AN AMENDMENT TO THE AGREEMENT WITH IOWA REALTY COMMERCIAL TO SEE AND/OR LEASE PROPERTY IN THE AVIATION COMMERCE PARK THAT EXTENDS THE TERM AND CHANGES THE PRICING MODEL A06-30 RESOLUTION ACCEPTING A PROPOSAL FROM 12/4/06 MIDWEST JANITORIAL SERVICE, INC. FOR CLEANING AND JANITORIAL SERVICES AT THE IOWA CITY MUNICIPAL AIRPORT Prepared by:Susan Dulek,Assistant City Attorney,410 E.Washington St.,Iowa City,IA 52240 (319)356-5030 RESOLUTION NO. - c_ j RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION TO REPAIR THE FLOORS IN HANGARS "B" AND "C", ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held. NOW. THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Iowa City Airport Commission. 3. The City Clerk is hereby authorized and directed to publish notice for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, until 2:00 p.m. on the 6TH day of February, 2006, or at a later date and/or time as determined by the Commission Chairperson or designee, with notice of said later date and/or time to be published as required by law. Thereafter the bids will be opened by the Commission Chairperson or his designee, and thereupon referred to the Airport Commission , for action upon said bids at its next meeting, to be held at the Iowa City Airport Terminal Building, 1801 S. Riverside Drive, Iowa City, Iowa, at 5:45 p.m. on the 9th day of February, 2006, or at a later date and/or time as determined by the Commission Chairperson or designee, with notice of said later date and/or time to be published as required by law, or if said meeting is cancelled, at the next meeting of the Airport Commission thereafter as posted by the City Clerk. b-°C( Passed and approved this day of " `mac''" , 20• 1 . l - l;� . CHAIRPERSON 0- I Approved by ATTEST' . `Na '.I:A ‘1CRETARY City Attorney's Office airport/bid documents/boxculvertapprovplans.doc It was moved by and seconded by 5401 the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: Farris X Hartwig X Horan Staley F Prepared by: Susan Dulek,Assistant City Attorney,410 E.Washington St., Iowa City, IA 52240 (319)356-5030 RESOLUTION NO. °(o - O RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE CHAIRPERSON TO SIGN AND THE SECRETARY TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE FLOORS IN HANGARS "B" AND "C" PROJECT. WHEREAS, Bud Maas Concrete, Inc. of Iowa City, Iowa has submitted the lowest responsible bid of$46,825.00 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 Bud Maas Concrete, Inc., 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. { `\ C-e \O v u , Passed and approved this -- day of � v J , 2006. 1\/1,1 -i, (,( td- ---&c-r CHAIRPERSON Approved by ATTEST: ANA . a- ,c��, S RETARY City Attorney's Office ai rport/res/Fl oors.doc It was moved by +c l and seconded by C kr f S the Resolution be adopted, and upon ll call there were: AYES: NAYS: ABSENT: I Farris V Hartwig ,/ Horan I/ Staley t Prepared by:Susan Dulek,Assistant City Attorney,410 E.Washington St.,Iowa City,IA 52240,(319)356-5030 RESOLUTION NO. 0 t v 3 RESOLUTION SETTING A PUBLIC HEARING ON SA k) a 3 , 2006 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF REPAIRS TO FLOORS IN HANGARS "B" AND "C", DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CHAIRPERSON TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. BE IT RESOLVED BY THE IOWA CITY, IOWA AIRPORT COMMISSION: 1. That a public hearing on the plans, specifications, form of contract, and estjmate of cost for the construction of the above-mentioned project is to be held on the R 3+—F- day of r� , 2006, at -3. -)0 a.m./p7fti. in Iowa City Airport Terminal Building, 1801 S. Riverside Drive, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the Airport Commission thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the Chairperson in the office of the City Clerk for public inspection. 41" Passed and approved this day of , 20 C)c) . Z-1-1-- 1 )-1 CHAIRPERSON A roved by ATTEST: d r," 4z;:u3afro RETARY City Attorney's's Office airport/bid documents/SETPHhangarsB-C.doc 4. h? H It was moved by 01) and seconded by ", (� Y the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: Farris Hartwig Horan Staley '•a Prepared by: Susan Dulek,Asst.City Attorney,410 E.Washington Street, Iowa City, IA 52240(319)356-5030 RESOLUTION NO. °b - `-t- RESOLUTION AUTHORIZING THE CHAIRPERSON TO SIGN AND THE SECRETARY TO ATTEST TO AN EXTENSION OF THE AGREEMENT WITH IOWA REALTY COMMERCIAL TO SELL AND/OR LEASE PROPERTY IN THE AVIATION COMMERCE PARK. WHEREAS, the Iowa City Airport Commission, the Iowa City City Council, and NAI Iowa Realty Commercial have entered into a listing agreement ("Listing Agreement") to sell and lease the property known as the Aviation Commerce Park; WHEREAS, the parties subsequently extended the Listing Agreement three (3) and the last extension will expire on January 22, 2006; WHEREAS, City Council approved the Fifth Amendment to Listing Agreement, a copy of which is attached and incorporated herein, on January 10, 2006; WHEREAS, it is in the best interest of the Commission to approve the attached Fifth Amendment to Listing Agreement, which will extend the term by one year. NOW, THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION THAT: The Chairperson is authorized to sign and the Secretary to attest to the attached Fifth Amendment to Listing Agreement. Passed and approved this a{-, day of C C3 `t 4v , 2006. (7) --7(CHAIRPERSON Approved by ATTEST: ( . S= G � ,��,, a �`�i17/_/v T RETARY City Attorney's Office It was moved by L lbr tiN and seconded by Vey the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: V Farris Hartwig Horan _,� Staley FIFTH AMENDMENT TO LISTING AGREEMENT WHEREAS, in Resolution No. 04-120, the City Council approved a listing agreement ("Listing Agreement") among the Airport Commission, the City Council, and NAI Iowa Realty Commercial to sell and lease the property known as the Aviation Commerce Park subdivision; WHEREAS, in Resolution No. 04-202, the City Council approved a six (6) month extension of the Listing Agreement, and the parties subsequently entered into an Amendment to the Listing Agreement; WHEREAS, in Resolution No. 5-36, the City Council approved a second, six (6) month extension of the Listing Agreement, and the parties subsequently entered into the Second Amendment to the Listing Agreement; WHEREAS, in Resolution No. 5-248, the City Council approved a third, six (6) month extension of the Listing Agreement, and the parties subsequently entered into the Third Amendment to the Listing Agreement that expires on January 22, 2006; WHEREAS, in Resolution No. 5-316, the City Council approved an amendment to the Listing Agreement with respect to the pricing model, and the parties subsequently entered into the Fourth Amendment to the Listing Agreement; WHEREAS, NAI Iowa Realty Commercial acknowledges that Harry Wolf will be its lead broker should the Listing Agreement be extended; and WHEREAS, Paragraph 13 of the Listing Agreement provides that it may be amended by written agreement of the parties; and WHEREAS, the parties wish to amend the Listing Agreement by extending the term for an additional one (1) year. IT IS THEREFORE AGREED that: Paragraph 5 of the Listing Agreement is deleted in its entirety and the following new Paragraph 5 is substituted in lieu thereof: 5. TERM. The term of this Agreement and Agent's employment, right and authority shall expire on January 22, 2007. All other terms of the Listing Agreement shall remain in full force and effect. NAI IOWA REALTY COMMERCIAL Harry R. Wolf Date Regional Director • THE IOWA CITY AIRPORT COMMISSION Randall D. Hartwig, Chairperson Date Attest: Secretary Date THE CITY OF IOWA CITY Marian K. Karr, City Clerk Ross Wilburn, Mayor CITY ACKNOWLEDGMENT STATE OF IOWA ) ss: JOHNSON COUNTY ) On this day of , 2006, before me, the undersigned, a notary public in and for the State of Iowa, personally appeared Ross Wilburn and Marian K. Karr, to me personally known, who being by me duly sworn, did say that they are the Mayor and City Clerk, respectively, of said municipal corporation executing the within and foregoing instrument; that the seal affixed thereto is the seal of said municipal corporation; that said instrument was signed and sealed on behalf of said municipal corporation by authority of its City Council; and that the said Mayor and City Clerk as such officers acknowledged that the execution of said instrument to be the voluntary act and deed of said corporation, by it and by them voluntarily executed. Notary Public in and for the State of Iowa Approved by Ci N lace City Attorney's Office RESOLUTION NO. /9oo.-d5 RESOLUTION AUTHORIZING THE CHAIRPERSON TO EXECUTE AND THE SECRETARY TO ATTEST TO A CORPORATE HANGAR LEASE BETWEEN THE AIRPORT COMMISSION OF THE CITY OF IOWA CITY,IOWA,AND DON GURNETT WHEREAS,the Airport Commission of the City of Iowa City has negotiated a lease for Corporate hangar No. 34("Corporate Hangar Lease"), located in Building G at the Iowa City Municipal Airport; and WHEREAS,the Commission finds the proposed lease to be proper and in the best interest of the Iowa City Municipal Airport; and, WHEREAS,the term of the lease shall be from March 1,2006 through February 28,2009. NOW,THEREFORE,BE IT RESOLVED BY THE AIRPORT COMMISSION OF THE CITY OF IOWA CITY: • 1. That the proposed hangar lease for Corporate Hangar No. 34, is hereby approved. 2. That the Chairperson is directed and authorized to execute and the Secretary to attest to the corporate hangar lease between the Airport Commission and Don Gurnett, a copy of which is attached. (- Passed and approved this 4 Mare/1-06 CI t/ \()N Approved By: CHAIRPERSON 1 ` _ 3 -a-6(0 ATTEST: SECRETARY City Attorney's Office It was moved by 04.411:5 and seconded by tkora n the Resolution be adopted, and upon roll call there were: Ayes Nays Absent Farris ✓ Hartwig Horan Rettig Staley CORPORATE HANGAR LEASE This T-HANGAR LEASE ("Lease") entered into by and between the Iowa City Airport Commission ("Commission") and Don Gurnett ("Tenant") in Iowa City, Iowa. In consideration of the mutual covenants contained herein, and for other good and valuable consideration, the parties hereby agree as follows: 1. Lease of the Hangar Space. The Commission hereby leases to Tenant hangar space in Hangar #_34 (the "Hangar Space") located at the Iowa City Municipal Airport (the "Airport") and described as follows: Building G, corporate hangar with a 48' bifold door. The Hangar Space shall be used and occupied by Tenant principally for the storage or construction of the following aircraft: Aircraft Make & Model North American SNJ-4 Aircraft Registration Number N7692Z Aircraft Registered Owner Name Donald A. Gurnett Registered Owner Home and Business Telephone Numbers: 4664 Canterbury Ct, Iowa City, IA 52245 Phone: 319 338-4738 or 319 335-1697 Tenant shall promptly notify the Commission in writing of any change in the information furnished above. Tenant may request permission to store a substitute aircraft in the Hangar Space by making a written request to the Commission. In the event Tenant is permitted to store a substitute aircraft in the Hangar Space, all provisions of this Lease applicable to the Aircraft shall also be applicable to the substitute aircraft. If the Tenant sells the aircraft listed above and does not acquire replacement aircraft within ninety (90) days thereof, Tenant shall immediately notify the Commission, and this Lease shall be terminated. 2. Term. The term of this Lease shall commence on March 1, 2006, and shall end on the last day of the month of February, 2009. Tenant agrees to notify the Commission 45-days prior to the expiration of the existing term in order to facilitate the Commission in locating another tenant. In the event Tenant shall continue to occupy the Hangar Space beyond the term of this Lease without executing a Lease for another 12-month term, such holding over shall not constitute a renewal of this Lease but shall be a month-to-month tenancy only. 3. Rent. For use of the Hangar Space, Tenant shall pay the Commission the amount of $ 310 per month, payable in advance on the first day of each month. A 1.5% late fee (which is $ 4.65 per day) for rent not received by the Commission will be charged after the fifteenth (15) day of each month. 2 4. Security Deposit. • At the time of execution of this Lease, Tenant shall pay to the Commission in trust the sum of one month's rent to be held as a rental deposit. At the termination of the Lease, , the Commission shall return the deposit to the Tenant less any amounts due to repair damage, conduct cleanup or owed to the Commission. If the Tenant renews the lease each year, the deposit will be held over for the next year. 5. Use of the Hangar Space. a. The Hangar Space shall be used primarily for storage or construction of the Aircraft consistent with FAR and the Minimum Standards. This provision is not to be construed as a prohibition for storage of maintenance materials, cleaning materials, tools, parts, spares, and other aircraft components. b. Tenant may park his/her car in the Hangar Space during such time that Tenant is using the Aircraft. c. No commercial activity of any kind shall be conducted by Tenant in, from or around the Hangar Space. d. No maintenance, including painting, on the Aircraft shall be performed in the Hangar Space or anywhere on the Airport without the prior written approval of the Commission, except such maintenance as performed by the Tenant on his or her own aircraft as permitted by the FAA. Tenant shall take steps to ensure that the performance of such maintenance work shall not damage the Hangar Space or the Airport where the work is performed or emit offensive odors. e. Tenant shall be responsible and liable for the conduct of its employees and invitees, and of those doing business with it, in and around the Hangar Space. Tenant shall keep the Hangar Space clean and free of debris at all times. f. In utilizing the Hangar Space during the term of this Lease, Tenant shall comply with all applicable ordinances, rules, and regulations established by any federal, state or local government agency. g. Tenant shall dispose of used oil only in approved receptacles. h. At no time shall Tenant start or run his/her Aircraft engine(s) within the Hangar or Hangar Space. j. On the termination of this Lease, by expiration or otherwise, Tenant shall immediately surrender possession of the Hangar Space and shall remove, at its sole expense, the Aircraft and all other property therefrom, leaving the Hangar Space in the same condition as when received, ordinary wear and tear excepted. k. Tenant shall be liable for any and all damage to the Hangar or to the Hangar Space caused by Tenant's use, including, but not limited to, bent or broken interior walls, damage due to fuel spillage, or damage to doors due to Tenant's improper or negligent operation. 6. Rights and Obligations of Tenant. a. Tenant shall have at all times the right of ingress to and egress from the Hangar Space, except as provided in Paragraph 12. To ensure this right, the 3 Commission shall make all reasonable efforts to keep adjacent areas to the Hangar Space free and clear of all hazards and obstructions, natural or manmade. b. Tenant shall be responsible to maintain the interior of the Hangar Space to include janitorial services, maintaining all interior lights, cleaning of stoppages in plumbing fixtures and drain lines, cleaning of snow within two (2) feet of the apron adjoining the Hangar Space, disposing of any debris or waste materials, and maintaining any Tenant constructed structures and equipment. The Commission shall be the sole judge of the due maintenance undertaken by the Tenant, and may upon written notice, require specific maintenance work to be completed. If such maintenance is not completed within a reasonable time period, the Commission shall have the right to perform such due maintenance, and Tenant shall reimburse the Commission for the cost of such maintenance upon presentation of a billing. c. Tenant shall provide and maintain hand fire extinguisher for the interior of the Hangar Space of the building in accordance with applicable safety codes. d. Tenant shall not store any materials outside the Hangar Space. e. Tenant shall promptly notify the Commission, in writing, of any repairs needed on the Hangar or to the Hangar Space. 7. Rights and Obligations of the Commission. a. The Commission shall at all times operate and maintain the Airport as a public airport consistent with and pursuant to the Sponsor's Assurances given by Authority to the United States Government under the Federal Airport Act. b. The Commission shall not unreasonably interfere with the Tenant's use and enjoyment of the Hangar Space. c. The Commission shall maintain and keep the Hangar and Hangar Space in good repair except for the maintenance obligations of Tenant set forth in the Lease. In no event, however, shall the Commission be required to maintain or repair damage caused by the negligent or willful act of Tenant, its agents, servants, invitees, or customer. However, if due to any negligent or willful act by the Tenant, its agents, servants, invitees or customer, there is a need for maintenance or repair of damage, then Tenant shall so such maintenance or repair in a prompt, reasonable manner, as approved by the Commission. d. Snow shall be removed from in front of Hangar Space to within at least two (2) feet of the Hangar. Snow removal closer than two (2) feet is the responsibility of the Tenant. e. The Commission shall ensure appropriate grounds keeping is performed year round. 8. Sublease/Assignment. Tenant shall not sublease the Hangar Space or assign this Lease without the prior written approval of the Commission. 9. Condition of Premises. 4 Tenant shall accept the Hangar Space in its present condition without any liability or . obligation on the part of the Commission to make any alterations, improvements or repairs of any kind on or about said Hangar Space. 10. Alterations. Tenant shall not install any fixtures or make any alterations, additions or improvements to the Hangar Space without the prior written approval of the Commission. All fixtures installed or additions and improvements made to the Hangar Space shall, upon completion of such additions and improvements, become Commission property and shall remain in the Hangar Space at the expiration or termination of this Lease, however terminated, without compensation or payment to Tenant. Fixtures include, but are not limited to, locks, brackets for window coverings, plumbing, light fixtures, luminaries, and any item permanently attached to the wall, floor, or ceiling of the Hangar Space by means of cement, plaster, glue, nails, bolts, or screws. 11. Hazardous Materials. a. With the exception of Paragraph 11c below, no "hazardous substance," as defined in Iowa Code section 4556.411 (2005), may be stored, located, or contained in the Hangar Space without the Commission prior written approval. (The Iowa Code can be found online at www.legis.state.ia.us/IACODE . The. U.S. Code can be found online at www.findlaw.com/casecode/uscodes/index.html Federal regulations can be found online at http://www.access.aoo.cov/nara/cfr/cfr-table- search.html. ) Petroleum products and their byproducts for personal use may be stored or present in the Hangar Space if said substances are contained in approved containers. b. With the exception of Paragraph 11c below, Tenant shall handle, use, store and dispose of fuel petroleum products, and all other non-"hazardous substances" owned or used by it on the Airport in accordance with all applicable federal, state, local and airport statutes, regulations, rules and ordinances. No waste or disposable materials shall be released on the ground or in the storm sewers. Should such materials be spilled or escape from storage or in any way contaminate the Airport or property adjacent to the Airport through activities of the Tenant, the Tenant shall be responsible for the clean up, containment and otherwise abatement of such contamination at Tenant's sole cost and expense. Further, Tenant shall notify the Commission and appropriate governmental agency of such occurrence immediately. Should Tenant fail to do so, the Commission may take any reasonable and appropriate action in the Tenant's stead. The cost of such remedial action by the Commission shall be paid by the Tenant. c. Tenant may have the following materials stored in the Hangar Space: • 2 barrels of engine oil • 2 1/2 gallons gasoline for motorized tugs (but no aviation fuel or gasoline in drums) • 1 gallon of cleaning solvents 12. Special Events. During any special event at the Airport, including but not limited to the Sertoma Breakfast or Fly Iowa, Tenant acknowledges that the standard operating procedure at the Airport may be altered such that egress and ingress to the Hangar Space may be 5 altered by the Commission in writing. Tenant's failure to comply with the altered procedure is a default of this Lease, and the Commission may proceed to terminate this Lease. 13. Airport Rules and Regulations. Tenant agrees to be subject to Airport rules and regulations Upon adoption by the Commission or provide 30-days notice to terminate this Lease. Commission shall provide Tenant with a copy of said rules and regulations 30-days prior to their effective date. 14. Access and Inspection. The Commission has the right to enter and inspect the Hangar Space at any reasonable time during the term of this Lease upon at least 24 hours notice to the Tenant for any purpose necessary, incidental to or connected with the performance of its obligations under the Lease or in the exercise of its governmental functions. In the case of an emergency, the Commission may enter the Hangar Space without prior notice but will provide notice to the Tenant after the fact. The Commission shall not, during the course of any such inspection, unreasonably interfere with the Tenant's use and enjoyment of the Hangar Space. At a minimum, the Hangar Space will be inspected annually. Upon execution of this Lease, the Tenant subsequently changes the lock to the Hangar Space, he or she shall provide shall provide notice to the Commission before he or she does so and shall provide a new key to the Commssion within twenty-four hours of doing so. 15. Insurance. a. Tenant shall at its own expense procure and maintain general liability and casualty insurance in a company or companies authorized to do business in the State of Iowa, in the following amounts: Type of Coverage Comprehensive General (or Premises) Liability - Each Occurrence $1,000,000 b. Tenant's insurance carrier shall be A rated or better by A.M. Best. Tenant shall name the Commission and the City of Iowa City, as additional insured. The Commission and Tenant acknowledge that a Certificate of Insurance is attached to this Lease. Tenant shall provide fifteen (15) days notice to the Commission before cancellation of said insurance. c. It is the Tenant's responsibility to keep the insurance certificate current. If the Certificate of Insurance expires during the term of the lease, the Tenant must provide a current certificate to the Commision within seven (7) days of when the Certificate expires. 16. Casualty. In the event the Hangar or Hangar Space, or the means of access thereto, shall be damaged by fire or any other cause, the rent payable hereunder shall not abate provided that the Hangar Space is not rendered untenantable by such damage. If the Hangar Space is rendered untenantable and Commission elects to repair the Hangar or Hangar Space, the rent shall abate for the period during which such repairs are being 6 made, provided the damage was not caused by the acts or omissions of Tenant, its employees, agent or invitees, in which case the rent shall not abate. If the Hangar or Hangar Space is rendered untenantable and Commission elects not to repair the Hangar or Hangar Space, this Lease shall terminate. 17. Indemnity. Tenant agrees to release, indemnify and hold the Commission, its officers and employees harmless from and against any and all liabilities, damages, business interruptions, delays, losses, claims, judgments, of any kind whatsoever, including all costs, attorneys' fees, and expenses incidental thereto, which may be suffered by, or charged to, the Commission by reason of any loss or damage to any property or injury to or death of any person arising out of or by reason of any breach, violation or non- performance by Tenant or its servants, employees or agents of any covenant or condition of the Lease or by any act or failure to act of those persons. The Commission shall not be liable for its failure to perform this Lease or for any loss, injury, damage or delay of any nature whatsoever resulting therefrom caused by any act of God, fire, flood, accident, strike, labor dispute, riot, insurrection, war or any other cause beyond Commission's control. 18. Disclaimer of Liability. The Commission hereby disclaims, and Tenant hereby releases the Commission from any and all liability, whether in contract or tort (including strict liability and negligence) for any loss, damage or injury of any nature whatsoever sustained by Tenant, its employees, agents or invitees during the term of this Lease, including, but not limited to, loss, damage or injury to the Aircraft or other property of Tenant that may be located or stored in the Hangar Space, unless such loss, damage or injury is caused by the Commission's gross negligence or intentional willful misconduct. The parties hereby agree that under no circumstances shall the Commission be liable for indirect consequential, special or exemplary damages, whether in contract or tort (including strict liability and negligence), such as, but not limited to, loss of revenue or anticipated profits or other damage related to the leasing of the Hangar Space under this Lease. 19. Attorney Fees. If the Commission files an action in district court to enforce its rights under this Lease and if judgment is entered against the Tenant, Tenant shall be liable to and shall pay for the Commission's attorney fees incurred in enforcing the Lease and in obtaining the judgment. 20. Default. This Lease shall be breached if: (a) Tenant fails to make the rental payment; or (b) Tenant or the Commission fails to perform any other covenant herein and such default shall continue for five (5) days after the receipt by the other party of written notice. Upon the default by Tenant, or at any time thereafter during the cintinuance of such default, the Commission may take any of the following actions and shall have the following rights aganst Tenant: a. Termination. Commission may elect to erminate the lease by giving no less than thirty (30) days prior written notice thereof to Tenant and upon passage of time specified in such notice, this lease and all rights of Tenant hereunder shall terminate as fully and completely and with the same effect as if such date were , . 7 the date herin fixed for expiration of the Term and Tenant shall remain liable as provided in this paragraph. b. Eviction. Commission shall have the immediate right upon Termination of this lease to bring an action for forcible entry and detainer. c. Tenant to remain liable. No termination of this lease pursuant to this paragraph by operation or otherwise, and no repossession of the hangar space or any part thereof shall relieve Tenant of its liabilities and obligations hereunder, all of which shall survive such termination, repossession, or reletting. d. Damages. In the event of any termination of this lease or eviction from or repossession of the hangar space or any part thereof by reason of the occurrence of an Event of Default, Tenant shall pay to the Comission the rent and other sums and charges required to by paid by the Tenant for the period to and including the end of the Term. 21. Security. Tenant acknowledges that the FAA or another governmental entity or subdivision may enact laws or regulations regarding security at general aviation airports such that the Commission may not be able to comply fully with its obligations under this Lease, and Tenant agrees that the Commission shall not be liable for any damages to Tenant that may result from said non-compliance. 22. Thirty (30) Days Termination. Either party to this Lease shall have the right, with cause, to terminate this Lease by giving thirty (30) days' prior written notice to the other party. 23. Non-Discrimination. Tenant shall not discriminate against any person in employment or public accommodation because of race, religion, color, creed, gender identity, sex, national origin, sexual orientation, mental or physical disability, marital status or age. "Employment" shall include but not be limited to hiring, accepting, registering, classifying, promoting, or referring to employment. "Public accommodation" shall include but not be limited to providing goods, services, facilities, privileges and advantages to the public. 24. FAA Provisions. a. Tenant, for itself, heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree as a covenant running with the land that in the event facilities are constructed, maintained, or otherwise operated on the said property described in this (license, lease, permit, etc.) for a purpose for which a Department of Transportation program or activity is extended or for another purpose involving the provision of similar services or benefits, the (licensee, lessee, permittee, etc.) shall maintain and operate such facilities and services in compliance with all other requirements imposed pursuant to 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation, and as said Regulations may be amended. b. Tenant, for itself, personal representatives, successors in interest, and assigned, as a part of the consideration hereof, does hereby covenant and agree as a covenant running with the land that: (1) no person on the grounds of race, color, or national origin shall be excluded from participation in, denied the benefits of, or be otherwise subject to discrimination in the use of said facilities, (2) that in the construction of any improvements on, over, or under such land and the 8 furnishing of services thereon, no person on the grounds of race, color, or national origin shall be excluded from participation in, denied the benefits of, or otherwise be subject to discrimination, (3) that Tenant, shall use the premises in compliance with all other requirements imposed by or pursuant to 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation, and as said Regulations may be amended. c. It in understood and agreed that nothing herein contained shall be construed to grant or authorize the granting of an exclusive right within the meaning of Section 308 of the Federal Aviation Act of 1958. This Lease shall be subordinate to the provisions of any outstanding or future agreement between the Commission and the United States government or the Commission and the State of Iowa relative to the maintenance, operation, or development of the Iowa City Municipal Airport. Tenant acknowledges and agrees that the rights granted to Tenant in this Lease will not be exercised so as to interfere with or adversely affect the use, operation, maintenance or development of the Airport d. Tenant agrees to furnish service on a fair, equal and not unjustly discriminatory basis to all users thereof, and to charge fair, reasonable and not unjustly discriminatory prices for each unit or service; provided, that Tenant may make reasonable and non-discriminatory discounts, rebates, or other similar types of price reductions to volume purchasers. • e. The Commission reserves the right (but shall not be obligated to Tenant) to maintain and in repair the landing area of the airport and all publicly-owned facilities of the airport, together with the right to direct and control all activities of Tenant in this regard. f. The Commission reserves the right further to develop or improve the landing area and all publicly-owned air navigation facilities of the airport as it sees fit, regardless of the desires or views of Tenant, and without interferences or hindrance. g. The Commission reserves the right to take any action it considers necessary to protect the aerial approaches of the airport against obstructions, together with the right to prevent Tenant from erecting, or permitting to be erected, any building or other structure on the airport which in the opinion of the Commission would limit the usefulness of the airport or constitute a hazard to aircraft. h. During time of war or national emergency, the Commission shall have the right to enter into an agreement with the United States Government for military or naval use of part or all of the landing area, the publicly-owned air navigation facilities and/or other areas or facilities of the airport. If any such agreement is executed, the provisions of this instrument, insofar as they are inconsistent with the provisions of the agreement with the Government, shall be suspended. It is understood and agreed that the rights granted by this Lease will not be exercised in such a way as to interfere with or adversely affect the use, operation, maintenance or development of the airport. j. There is hereby reserved to the Commission, its successors and assigns, for the use and benefit of the public, a free and unrestricted right of flight for the passage of aircraft in the airspace above the surface of the premises herein conveyed, together with the right to cause in said airspace such noise as may be inherent in the operation of aircraft, now known or hereafter used for navigation 9 of or flight in the air, using said airspace or landing at, taking off from, or operating on or about the airport. k. The Lease shall become subordinate to provisions of any existing or future agreement between the Commission and the United States of America or any agency thereof relative to the operation, development, or maintenance of the airport, the execution of which has been or may be required as a condition precedent to the expenditure of federal funds for the development of the airport. 25. Remedies Cumulative. The rights and remedies with respect to any of the terms and conditions of this Lease shall be cumulative and not exclusive, and shall be in addition to all other rights and remedies,available to either party in law or equity. 26. Notices. Any notice, for which provision is made in this Lease, shall be in writing, and may be given by either party to the other, in addition to any other manner provided by law, in any of the following ways: a. by personal delivery to the Commission Chairperson b. by service in the manner provided by law for the service of original notice, or c. by sending said Notice by certified or registered mail, return receipt requested, to the last known address. Notices shall be deemed to have been received on the date of receipt as shown on the return receipt. (1) If to the Commission, addressed to: Iowa City Airport Commission Iowa City Municipal Airport 1801 S. Riverside Drive Iowa City, IA 52246 (2) If to Tenant, addressed to: Email: 27. Airport Commission Designee. The Airport Commission will designate an individual to manage the Hangar Space and to deliver all notices and demands from the Commission, to receive keys to the Hangar Space as provided in Paragraph 14, and to perform inspections as provided in Paragraph 14. 28. Integration. This Lease constitutes the entire agreement between the parties, and as of its effective date supersedes all prior independent agreements between the parties related to the leasing of the Hangar Space. Any change or modification hereof must be in writing signed by both parties. 10 29. Waiver. The waiver by either party of any covenant or condition of this Lease shall not thereafter preclude such party from demanding performance in accordance with the terms hereof. 30. Successors Bound. This Lease shall be binding and shall inure to the benefit of the heirs, legal representatives, successors and assigns of the parties hereto. 31. Severability. If a provision hereof shall be finally declared void or illegal by any court or administrative agency having jurisdiction over the parties to this Lease, the entire Lease shall not be void, but the remaining provisions shall continue in effect as nearly as possible in accordance with the original intent of the parties. IOWA CITY AIRPORT COMMISSION By: Title: Date: TENANT: By: Title: Date: Approved: 3-O?- J� City Attorney's Office C Hangar Lease 9-05 Prepared by: Michael Tharp,Airport Operations Specialist, 1801 S.Riverside Dr.,Iowa City,IA 52240(319)356-5045 RESOLUTION NO. s1f 66- O& RESOLUTION SETTING A PUBLIC HEARING ON /1 1 / a 2006 FOR THE PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE ON COST FOR THE CONSTRUCTION OF "PHASE 2 PROJECT" WITHIN THE RUNWAY 7/25 RUNWAY EXTENSION PROJECT TO GRADE THE AREA FOR RUNWAY EXTENSION, AND DIRECTING CITY CLERK TO PUBLISH NOTICES OF SAID HEARING, AND DIRECTING THE CHAIRPERSON TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION BE IT RESOLVED BY THE AIRPORT COMMISSION OF THE CITY OF IOWA CITY: 1. That a pubic hearing on the plans, specifications,form of contract,and estimate of cost for the construction of the above-mentioned project is to be held on the )§:t day of 2006 at ?:5D a0r /pm. In Iowa City Airport Terminal Building, 1801 S. River de Drive,Iowa City, Iowa,or if said meeting is cancelled,at the next meeting of the Airport Commission thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City,not less that four(4)nor more than twenty(20) days before said hearing. 3. That the copy of plans,specifications,form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the Chairperson in the officet5the City Clerk for public inspection Passed and approved this 464ZPO day of ., rf) 2006. /'2J ( ( d 104(x- Approved By: CHAIRPERSON pp ��' CC-�L- "' . -b So ATTEST: "40"-r\-.) " SEZETARY City Attorney's Office Prepared by: Michael Tharp,Operations Specialist, 1801 S.Riverside Dr.Iowa City,IA 52246(319)350 5045 RESOLUTION NO.A06 - 07 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE ON COST FOR Mt CONSTRUCTION OF "PHASE 2 PROJECT" WITHIN THE RUNWAY 7/25 RUNWAY EXTENSION PROJECT TO GRADE THE AREA FOR RUNWAY EXTENSION. WHEREAS,notice of public hearing on the plans specifications,form of contract and estimate of cost for the above-named project was published as required by law,and the hearing thereon held. NOW,THEREFORE,BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION THAT: 1. The plans, specifications,form of contract and estimate of cost for the above-named project are hereby approved 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10%(ten percent)of bid payable to the Iowa City Airport Commission 3. The City Clerk is hereby authorized and directed to publish notice for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Bids for the above-named project are to be received by the City of Iowa City,Iowa at the Office of the City Clerk, at the City Hall, until 2:00pm on the ls`day of June, 2006, or at a later date and/or time as determined by the Commission Chairperson or their designee,and thereupon referred to the Airport Commission,for action upon said bids at its next meeting,to be held at the Iowa City Airport Terminal Building, 1801 S.Riverside Drive,Iowa City,Iowa at 5:45pm on the 8th day of June,2006,or at a later date and/or time as determined by the Commission Chairperson or designee, with notice of said later date and/or time to be published as required by law, or if said meeting is cancelled,at the next meeting of the airport Commission thereafter as posted by the City Clerk. St Passed and approved this I day ofl� 2006. �. /j I Approved By: CHAIRPERSON 1 L 3St-s r —d cc ATTEST: . L SEC V TARY City Attorney's Office Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045 RESOLUTION NO. A 06` 0 F RESOLUTION ACCEPTING THE WORK FOR THE HANGAR B&C CONCRETE FLOORING PROJECT. WHEREAS, the Commission's consultant for the Hangar B&C Concrete Flooring Project, Earth Tech Inc., has recommended that the work on the installation of concrete floors by Bud Maas Concrete, Inc. be accepted; and WHEREAS, the contract price originally approved was $46,825.00, but the actual cost of the improvements was only $45,628.75 due to amount of materials used, and WHEREAS, the final contract price is $59,128.75, which includes the original contract amount of $45,628.75 and $13,500 from change order#1, is the approved amount. NOW, THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION THAT: Said improvements are hereby accepted by the Iowa City Airport Commission. Passed and approved this 1 day of J (,,-C___ , 2006. 1-.1.-0 ir)-1:ty CHAIRPERSON k L___ Approved by '1 ATTEST: _ Y- 30-0C. SEC' TARY City Attorney's Office It was moved by ,fit� and seconded by HD ^ the Resolution be adopted, and upon roll call thele were: Ayes Nays Absent / Farris ___4(___ Hartwig V- Horan V Rettig 1/ Staley Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045 RESOLUTION NO. /T 64 09 RESOLUTION ACCEPTING THE WORK FOR THE HANGAR K ROOFING PROJECT. WHEREAS, the Commission's consultant for the Hangar K Roofing Project, Earth Tech Inc., has recommended that the work on the repair of Hangar K roof by CBMS, LLC. be accepted; and WHEREAS, the contract price originally approved was $19,899.94, and the final cost of the improvements is $19,899.94. NOW, THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION THAT: Said improvements are hereby accepted by the Iowa City Airport Commission. S----- Passed and approved this day of DTA - , 2006. l‘'%vt- 4( -I) ifCHAIRPERSON Appro d by ATTEST: �) S--3 0-0;6 SECRE ARY City Attorney's Office It was moved by q and seconded by rr,.s the Resolution be adopted, and upon roll call fibre were: Ayes Nays Absent / Farris t/ Hartwig ,/ Horan Rettig V Staley 5.1w- Prepared Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045 RESOLUTION NO. A06- 10 RESOLUTION APPROVING A FY 2006 FAA GRANT FOR THE SOUTH ECONOMIC DEVELOPMENT STUDY. WHEREAS, the Federal Aviation Administration has awarded the Iowa City Municipal Airport a FY2006 (95/5) grant for$14,250 for the South Economic Development Study, WHEREAS, attached is a copy of the "Federal Aviation Administration Grant Agreement Assurances" for said grant; and WHEREAS, it is in the best interest of the airport to accept said grant. NOW, THEREFORE, BE IT RESOVLED BY THE IOWA CITY AIRPORT COMMISSION THAT: The Federal Aviation Administration FY 2006 (95/5) grant for $14,250 is accepted and the Chairperson is authorized to sign the "Federal Aviation Administration Grant Assurances", a copy of which is attached. Passed and approved this D day of CA"-e-- , 2006. v( ,l 11-\7 617 CHAIRPERSON Approved by ATTEST: `- SECRETARY City Attorney's Office It was moved by P_2 and seconded by ra ' the Resolution be adopted, and upon roll callere were: Ayes Nays Absent `.// Farris Hartwig Horan ✓ Rettig �� Staley Prepared by: Susan Dulek, Ass't. City Attorney, 410 E.Washington St., Iowa City IA 52246 319-350-5030 RESOLUTION NO. // RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE CHAIRPERSON TO SIGN AND THE SECRETARY TO ATTEST A CONTRACT FOR THE CONSTRUCTION OF "PHASE 2 PROJECT" WITHIN THE RUNWAY 7/25 RUNWAY EXTENSION PROJECT TO GRADE THE AREA FOR RUNWAY EXTENSION WHEREAS, C.J. Moyna & Sons, Inc. has submitted the lowest responsible bid of 950,154.00 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 C.J. Moyna & Sons, Inc. subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements and also subject to the City accepting the FAA grant offer and assurances agreeing to take appropriate action to assure hazard removal and mitigation. 2. Alternate Bid No. 1 in the bid amount of $43,000.00 is awarded subject to the Commission obtaining financing. 3. The Chairperson is hereby authorized to sign and the Secretary to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond. insurance certificates, and contract compliance program statements. 4.4 Passed and approved this — day of , 2006. CHAIRPERSON Approv by ATTEST: d C��V1 � tkc SECRtTARY City Attorney's Office It was moved by t` t and seconded by v";ti the Resolution be adopted, and upon roll call there were: Ayes Nays Absent Farris Hartwig Horan Rettig 'c Staley Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045 L3 RESOLUTION NO. 906 — /r2 RESOLUTION SETTING A PUBLIC HEARING ON 3 u in. 2006 FOR THE PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE ON COST FOR THE REHABILITATION OF NORTH T-HANGAR TAXILANES AND NORTH TERMINAL PARKING LOT AND DIRECTING CITY CLERK TO PUBLISH NOTICES OF SAID HEARING,AND DIRECTING THE CHAIRPERSON TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. BE IT RESOLVED BY THE AIRPORT COMMISSION OF THE CITY OF IO' �Q 1. That a pubic hearing on the plans,specifications,form of contract,and estirm ` 1 d�S - for the construction of the above-mentioned project is to be held on thej/? c r 1 5c.�tit 2006 at$.7/0 oppm in Iowa City Airport Terminal Building, 1801 ; #1,Drive,Iowa City, Iowa, r if said meeting is cancelled,at the next meeting of I'd lfi .h Commission thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the hearing for the above-named project in a newspaper published at least once weexiy aciu having a general circulation in the City,not less that four(4) nor more than twenty(20) days before said hearing. 3. That the copy of plans,specifications,form of contract,and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the Chairperson in the office of the City Clerk for public inspection Passed and approved this t 11'1 G day of it-by 2006. (44i v ` V Approved By: CHAIRPER',I N ATTEST: Ads CU \i'im 1a� S OM' TARY City Attorney's Office It was moved by ? k ' ;�• and seconded by r ) the Resolution be adopted, and upon roll call there were: Ayes Nays Absent Farris ✓ Hartwig ✓ Horan Rettig ✓ Staley Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045 RESOLUTION NO. H - /,0 RESOLUTION APPROVING SUPPLEMENTAL AGREEMENT NO. 5 WITH EARTH TECH FOR ENGINEERING SERVICES FOR THE GRADING AND DRAINAGE FOR RUNWAY 7-25 EXTENSION INCLUDING THE PROPOSED RUNWAY SAFETY AREA. 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,and No. 4 previously; WHEREAS, the Commission and Earth Tech now desire to enter into Supplemental Agreement No. 5, a copy of which is attached. WHEREAS, it is in the best interest of the Commission to enter into Supplemental Agreement No. 5 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. 5 "l Passed and approved this day of 73 t4 v -, 2006. RAtt tok4i Approved By: CHAIRPERON ATTEST: 4 TARY City Attorney's Office It was moved by 017\ , and seconded by the Resolution be adopted, and upon roll call there were: Ayes Nays Absent ✓ Farris Hartwig Horan Rettig Staley t r© EarthTech 501 Sycamore Street P 319.232.6531 Suite 222 F 319.232.0271 A NCO International Ltd.Company Waterloo, IA 50703 earthtech.com EXTEND RUNWAY 7-25 (PHASE 2) GRADING AND DRAINAGE CONSTRUCTION ENGINEERING FAA AIP PROJECT NO.3-19-0047-13 IOWA CITY MUNICIPAL AIRPORT IOWA CITY,IOWA • SUPPLEMENTAL AGREEMENT NO.5 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 Consultant has submitted to the Client Supplemental Agreement No. 4 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 now desire to enter into Supplemental Agreement No. 5 for construction engineering services during the grading and drainage for Runway 7-25 extension including the proposed runway safety area. 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. 5 include construction engineering services during the construction for grading and drainage of Runway 7-25 extension including the proposed runway safety area 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 Twelve Thousand Seven Hundred Dollars ($112,700.00)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. 5 as of the dates shown below: IOWA CITY AIRPORT COMMISSION By ettfiDate CJ(L i 1 L 0017 Randall D. Hartwig Chairperson EARTH TECH, INC By - i Se-4-4e' Date June 6,2006 Joe A. :ecker Vice President L:\work\ADMIMAGREEISUPPLESASICAirport.doc Approved By City Attorney's Office Attachment A EXTEND RUNWAY 7/25 (PHASE 2) GRADING AND DRAINAGE IOWA CITY MUNICIPAL AIRPORT IOWA CITY,IOWA FAA AIP PROJECT NO.3-19-0047-13 CONSTRUCTION-PHASE SERVICES PROJECT DESCRIPTION The project is described as the Extension of Runway 7-25 -Phase 2, Grading and Drainage, at the Iowa City Municipal Airport, Iowa City, Iowa. The runway extension is approximately 800 feet towards the west. This phase of the project involves the construction for the grading and drainage for the extension of Runway 7-25 including the proposed runway safety area. H. GENERAL PROJECT SCOPE The work to be performed by the Consultant shall encompass and include detailed work, services, materials, equipment and supplies necessary to provide construction engineering services during noted construction. Work shall be divided into the following tasks: A. Construction Phase 1. Assignment of Construction Manager - This task consists of assigning a project engineer who will coordinate Project activities and will be the principal liaison between the Sponsor, Consultant and regulatory agencies. 2. Assemble Construction Documents - This task consists of assisting the Sponsor in assembling the contract documents for execution by the Contractor and the Sponsor. 3. Pre-Construction Conference-This task consists of attending and conducting a pre-construction conference with representatives of the Contractor, Sponsor, Consultant,FAA and affected utilities. 4. Construction Surveying - This task consists of providing lines, grades, and measurements necessary for the prosecution and control of the work contracted for under the bid documents. Horizontal and vertical control will be established for the project by providing the Contractor with construction stakes and layout according to the following: a. Clearing and grubbing perimeter staking. b. Rough grade slope stakes at 100-foot stations. c. Drainage swale slope stakes and flow line blue tops at 50-foot stations. d. Creek grading slope stakes and flow line blue tops at 50-foot stations. e. Subgrade blue tops at 25-foot stations and 25-foot offset distance (max.) for the following section locations: • Runway-5 per station • Roadways- 3 per station £ Fence lines at 100-foot stations. g. Drain lines, cut stakes and alignment on 25-foot stations, inlet and manholes. h. Sanitary lines, cut stakes and alignment on 25-foot stations, inlet and manholes. i. Painting and striping layout marked for paint contractor. j. Initial survey and monitoring of settlement plates. 5. 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. 6. Construction Assistance - This task consists of answering design interpretation questions from the Sponsor, Contractor, review staff and appropriate agencies. 7. 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. 8. 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. 9. Testing of Materials - This task consists of providing field testing and materials tesfing in accordance with the Construction Inspection Program. A subconsultant will provide quality assurance testing for establishing proctor values for the embankment and backfill materials. Contractor will provide acceptance testing for Portland cement concrete. 10. 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. 11. Change Orders - This task consists of coordinating with the Sponsor and Contractor in preparing and processing contract change orders. 12. Construction Observation - This task consists of providing field observation during construction to review the work of the Contractor to determine if the work -2- • is proceeding in general accordance with the contract documents and that completed work appears to conform to the contract documents. Staffmg requirements may be adjusted during the Project in relation to the level of construction activity. 13. 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. 14. 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. 15. 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. 16. 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. 17. 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. 18. 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. 19. 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: a. Sponsor Certification for Final Acceptance. b. Final Outlay Report—Standard Form SF-271. c. Final Project Cost Summary. d. Final Construction Report. • Brief narrative of work accomplished as well as any excluded items. -3- • • Summary of key milestone dates — Receipt of Bids, NTP, Substantial Completion, Contract Date, Final Inspection, Final Acceptance. • Explanation of liquidated damages (if required). • Statement of compliance with contract labor provisions (payroll reviews, complaints, etc.)Reference AC 150/5100-6. • Summary of final contract quantities. • Explanation of underruns and overruns. • Change Order Summary. • Testing Report Summary including a copy of all acceptance test results. • Final Review Report including signature of consultant. • Contractor's Final Statement of Completion-typically submitted as the final payment request. e. Summary of DBE Utilization. 20. Record Drawings - This task consists of providing the Sponsor with a copy of Record Drawings of the construction plans for the Project based on the construction observation records of the review staff and Contractor showing those changes made during construction considered significant. Two copies of the Record Drawings in electronic and reproducible format will be provided to the Sponsor. One electronic copy would be for the FAA. Electronic drawings shall be in MicroStation V8 format. Task does not include updating of the Airport Layout Plans. 21. 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\ADMI \AGREE\SUPPLE\AttachAforSASICAirport.doc -4- Attachment B Iowa City Municipal Airport Extension of Runway 7-25 FAA ATP Project No.3-19-0047-13 Grading&Drainage Construction Engineering Services Consultant Cost Summary I. Direct Labor Cost Classification Hours Rate/Hour Amount Totals . Senior Professional 20 $69.50 $1,390.00 Project Professional 90 $55.00 $4,950.00 Staff Professional 180 $32.00 $5,760.00 CADD Operator 30 $21.00 $630.00 Senior Technician 700 $23.00 $16,100.00 Technician 320 $18.00 $5,760.00 Project Support 100 $16.00 $1,600.00 Direct Labor Total 1440 $36,190.00 II. Payroll Burden and Overhead costs 160.00% $57,904.00 III. Direct Project Expenses Category Units Rate/Unit Amount Mileage 2500 $0.445 $1,112.50 Per Diem 0 $30.00 $0.00 Lodging 0 $70.00 $0.00 Copier 1000 $0.06 $60.00 Plan Copier 0 $0.50 $0.00 GPS 20 $25.00 $500.00 Geodimeter 40 $12.50 $500.00 Nuclear Density Guage 20 $40.00 $800.00 Miscellaneous $150.00 $3,122.50 IV. Earth Tech Estimate Costs $97,216.50 Rounded $97,200.00 V. Subcontract.Expense Q/A Testing $1,500.00 $1,500.00 VI. Estimated Costs $98,700.00 VII. Fixed Fee $14,000.00 VIII. Maximum Amount Payable $112,700.00 J Iowa City Municipal Airport Extension of Runway 7-25 FAA AIP Project No.3-19-0047-13 Grading&Drainage Construction Engineering Services Staff Hour Estimate Item Description Senior Project Staff CADD Senior Project No. Professional Professional Professional Operator Technician Technician Support Totals 1 Assignment of Construction Manager 0 2 Assemble Construction Documents 2 2 3 Pre-Construction Conference 8 8 2 18 4 Construction Surveying 40 320 360 5 Shop Drawings 4 8 2 14 6 Construction Assistance 24 28 52 7 Pay Applications and Reimbursements 12 12 8 Labor&Payroll reports 56 56 9 Testing of Materials 2 120 122 10 Site Visits 8 24 24 56 11 Change Orders 2 4 2 8 12 Construction Observation 440 440 13 Non-Compliance Reporting 4 16 20 14 Contractor Modifications 2 4 8 14 15 Project Files 24 24 16 Daily Reports 80 80 17 Punch List 4 2 16 4 26 18 Final Review 8 8 12 28 19 Project Close-out 4 12 40 56 20 Record Drawings 2 4 30 36 21 Project Administration 8 8 16 Total 20 90 180 30 700 320 100 1440 Prepared by: Michael Tharp,Operations Specialist, 1801 S.Riverside Dr.Iowa City,IA 52246(319)350 5045 RESOLUTION NO. A o -1.3 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE ON COST FOR THE REHABILITATION OF THE NORTH T- HANGAR TAXILANES AND NORTH TERMINAL AUTOMOBILE PARKING LOT. WHEREAS,notice of public hearing on the plans specifications, form of contract and estimate of cost for the above-named project was published as required by law,and the hearing thereon held. NOW,THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION THAT: 1. The plans,specifications,form of contract and estimate of cost for the above-named project are hereby approved 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10%(ten percent)of bid payable to the Iowa City Airport Commission 3. The City Clerk is hereby authorized and directed to publish notice for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Bids for the above-named project are to be received by the City of Iowa City, Iowa at the Office of the City Clerk,at the City Hall,until 2:00pm on the 20th day of July, 2006,or at a later date and/or time as determined by the Commission Chairperson or their designee,and thereupon referred to the Airport Commission,for action upon said bids at its next meeting,to be held at the Iowa City Airport Terminal Building, 1801 S.Riverside Drive,Iowa City, Iowa at 7:30am on the 27th day of July,2006,or at a later date and/or time as determined by the Commission Chairperson or designee, with notice of said later date and/or time to be published as required by law,or if said meeting is cancelled,at the next meeting of the airport Commission thereafter as posted by the City Clerk. r4 Passed and approved this day of -3 -'e 2006. l b Approved By: CHAIRPERS \M` ATTEST: G- 5 '-�G SECRETA Y City Attorney's Office Ayes Nays Absent V' Farris Hartwig Horan Rettig Staley t Prepared by: Susan Dulek,Ass't. City Attorney,410 E.Washington St., Iowa City, IA(319)356-5030 RESOLUTION NO. A-aG RESOLUTION APPROVING A SECURITY INFORMATION POLICY PURSUANT TO HF 2590, CODIFIED AT IOWA CODE SECTION 22.7(52). WHEREAS, HF2590, which is codified at Iowa Code section 22.7(52) and which went into effect on July 1, 2006, provides that certain "[i]nformation concerning security procedures or emergency preparedness information" is a confidential record under Iowa's open records law if a governmental body adopts a policy identifying such records; WHEREAS, the Iowa City Airport Commission has determined that certain confidential information developed and maintained by the Commission concerning security procedures or emergency preparedness for the protection of Commission employees, visitors to airport facilities, persons in care, custody or control of the Commission, and Commission managed and controlled property, if disclosed, could reasonably be expected to jeopardize such employees, visitors, persons and property; and WHEREAS, the Airport Commission wishes to adopt a Security Information Policy for the protection of said employees, visitors, persons, and property. NOW, THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION THAT: The following Security Information Policy is adopted: The following information shall be kept confidential unless otherwise ordered by a court, by the lawful custodian of the records, or by another person duly authorized to release such information: a) Information directly related to vulnerability assessments; b) Information contained in records relating to security measures such as security and response plans, security codes and combinations, passwords, restricted area passes, keys, and security or response procedures; c) Emergency response protocols; and d) Information contained in records that, if disclosed, would significantly increase the vulnerability of critical physical systems or infrastructures of the City to attack. Passed and approved this '. day of �, , 2006. CHAIRPERSON C Approved by ATTEST: t, < _�V - 6 -43k,SMTARY City Attorney's Office ,e- -- It was moved by and seconded by R.� '� the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ✓ Farris / Hartwig Horan Rettig V Staley Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045 RESOLUTION NO. -` C'(0 - RESOLUTION ACCEPTING THE MEMORANDUM OF AGREEMENT NO. DTFACE-06-Z-80012 BETWEEN THE FAA AND THE IOWA CITY AIRPORT COMMISSION TO PROVIDE TECHNICAL ASSISTANCE TO ASSIST IN RELOCATING THE ASOS EQUIPMENT. WHEREAS, the Iowa City Airport Commission is relocating the Automated Surface Observation System (ASOS) in accordance with the closure of Runway 18136. WHEREAS, the FAA has agreed to provide technical assistance to ensure compliance with FAA ASOS Design requirements, WHEREAS, the Iowa City Airport Commission now wishes to enter into agreement with the FAA to provide these services, NOW, THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION, THAT: 1. The Chairperson is hereby authorized to sign and the Secretary to attest the Memorandum of Agreement, a copy of which is attached, between the FAA and the Iowa City Airport Commission to provide above mentioned assistance. 7*-1-- —i Passed and approved this `� day of °� L.) , 2006. 4 q ,o 1 ,),(41 CHAIRPERSON Approved by ATTEST: A ► linty• --(C) 0 C0 RETAR City Attorney's Office It was moved by R P ) and seconded by 4-9 the Resolution be adopted, and upon roll call there were: Ayes Nays Absent ✓ Farris V Hartwig c/ Horan ,/ Rettig _ _ Staley AGREEMENT NO. DTFACE-06-Z-80012 MEMORANDUM OF AGREEMENT BETWEEN FEDERAL AVIATION ADMINISTRATION AND IOWA CITY AIRPORT COMMISSION IOWA CITY, IOWA ARTICLE 1. PARTIES This agreement is between the Iowa City Airport Commission (IOWAC), Iowa City, Iowa,an entity of a local government, hereinafter referred to as the "Sponsor," and the Federal Aviation Administration (FAA). ARTICLE 2. SCOPE This memorandum of agreement (MOA) details specific responsibilities for FAA to provide engineering consultation and limited assistance to the "Sponsor" Iowa City Airport Commission for the review of engineering plans, site preparation and installation for the Automated Surface Observation System (ASOS) relocation at Iowa City Airport, Iowa City, Iowa. This MOA is knownas the Iowa City Airport Commission ASOS Relocation Project. a. Purpose: The purpose of this agreement is to provide funding for consultation services necessary to allow the FAA to provide technical assistance to the Sponsor to help ensure that the facility being relocated by the Sponsor will meet FAA ASOS design requirements for site preparation and installation for an operational ASOS facility. This MOA provides for ASOS site relocation to a new site with site preparation, equipment installation, equipment testing and verification for operational use. b. Management of the Agreement: The management-of the agreement shall be a joint effort of the Sponsor and the FAA. Both parties shall work closely together to ensure all processes outlined in this agreement are completed in the time frames referenced in Article 4 of this agreement. c. Roles and responsibilities: The Sponsor and the FAA agree to be bound by the "duty of good faith" and "best efforts" in achieving the purpose, goals and objectives of this agreement and in the performance of the terms, covenants and conditions of the agreement. DTFACE-06-Z-80012 2 d. The Sponsor will perform the following task: • (1) ASOS Relocation: The IOWAC will perform plans and construction for the ASOS relocation. IOWAC will provide a licensed survey on location of the new ASOS filed sensor site. The licensed survey shall be provided to the FAA on surveyor's letterhead and containing latitude, longitude and elevation on the field sensor site. Upon FAA approval of the submitted proposed new ASOS field sensor location per Case #2006-ACE-250-NRA, IOWAC may begin at their convenience to prepare the site for FAA/NWS moving the sensors. The FAA/NWS shall provide all standard drawings for IOWAC to perform site preparation work and construction. All power, foundations, site plan access for the new ASOS location shall be provided by IOWAC. The IOWAC will assist FAA/NWS in moving the sensors to the new location. The IOWAC will keep FAA/NWS informed of the completions to effect when FAA/NWS may initiate moving the ASOS sensors. After completion of the ASOS relocation, IOWAC shall provide copies of site as-built drawings, as follows: four(4) copies to the FAA and three (3) copies to the NWS. IOWAC will provide three (3) copies of an 11" x 14" airport drawing depicting the before and after ASOS locations directly to the NWS. The applicable site specific "Hazardous Substance Contamination Clause"will support the development of the Environmental Due Diligence Audit(EDDA). (2) Provide the funds necessary for the tasks included in the agreement. e. The FAA will perform the following tasks: ASOS Relocation: The FAA will coordinate the scope of work with NWS to relocate, power up and certify for service the existing equipment. The FAA will provide the "Request for Change", (RC) to the ASOS Program Office for initiating a funded project to the NWS for relocation to the IOWAC ASOS. The FAA will continue to keep NWS informed, as well as 10WAC, as to when field sensor location may be relocated. The RC provides NWS the request for service under the current FAA/NWS Contract to provide services in moving the ASOS. The FAA will provide assistance to NWS in sighting antenna for monitoring the field site with the ASOS electronics installed in a Terminal building on airport. The FM will be responsible for an EDDA and update the Master Site Lease for the new ASOS location. The FAA will provide, as necessary, an "on-site"Technical Project Representative who will, at the FAA's discretion, monitor the project and provide advice and comments to the Sponsor to ensure work being accomplished meets FM requirements. f. Type of Agreement: This agreement is an "other transaction". It is not intended to be, nor shall it be construed as, a partnership, corporation, or other business organization. ARTICLE 3. EFFECTIVE DATE AND TERM DTFACE-06-Z-80012 3 The agreement is effective on the date of the last signature and is considered complete when the final bill is paid or the Sponsor is provided a refund. ARTICLE 4. MILESTONES a. Project Management July 25, 2006 b. Construction Schedule—ASOS Site July 31 2006 c. FAA/NWS Relocating ASOS Sensor Site July 31, 2006 ARTICLE 5. INTELLECTUAL PROPERTY a. Rights in Data. The FAA retains Government Purpose Rights in all Data developed under this agreement. "Data" means recorded information, regardless of form or method of recording, which includes but is not limited to, technical data, computer software, trade secrets, . and mask works. The term does not include financial, administrative, cost, pricing or management information. "Government Purpose Rights" means the rights to— (1) Use, modify, reproduce, release, perform, display, or disclose data within the government without restriction; and, (2) Release or disclose technical data outside the government and authorize persons to whom release or disclosure has been made to use, modify, reproduce, release, perform, display, or disclose that data for Government Purposes. "Government Purpose" means any activity in which the United States Government is a party, including cooperative with international or multi-national defense organizations, or sales or transfers by the United States Government to foreign governments or international organizations. Government purposes include competitive acquisition by or on behalf of the government but do not include the rights to use, modify, reproduce, release, perform, display, or disclose data for commercial purposes or authorize others to do so. b. Rights in Inventions. The respective rights of the FAA and the Sponsor in regard:to patent rights are the same as those found at T.5-10 "Patent Rights— Retention by the Contractor(Short Form)". ARTICLE 6. LEGAL AUTHORITY DTFACE-06-Z-80012 4 This agreement is entered into under the authority of 49 U.S.C. 106(1) and (m), which authorizes agreements and other transactions on such terms and conditions as the Administrator determines is necessary. ARTICLE 7. POINTS OF CONTACT FAA Program Office Andrew McMurry ATO W-CSA-ACE472 Senior Operations Engineer 901 Locust Street, ACE-472 Kansas City, Missouri 64106 (816) 329-3484 (816) 329-3657 (fax) email: andrew.mcmurrv(Waa.00v FAA Contracting Officer • Sharon M. Calabro, Contracting Officer Department of Transportation Federal Aviation Administration 901 Locust Street, ACE-55 Kansas City, Missouri 64106 (816) 329-3113 (816) 329-3137(Fax) Sponsor Project Manager Randal Hartwig Iowa City Airport Commission 1801 South Riverside Drive Iowa City, Iowa 52246 (319) 337-2101 office ARTICLE 8. FUNDING AND REIMBURSEMENT PAYMENTS a. The estimated reimbursement costs: Consultation and Installation Labor $4,200.00 Travel expenses 2,000.00 Overhead charges (26%) 1.612.00 Total Estimated Cost $7,812.00 DTFACE-06-Z-80012 5 b. The cost estimates, above, represent a maximum expense to IOWAC for services rendered by the FAA. The total-amount is due to the FAA prior to services being rendered. All unused monies will be reimbursed back to IOWAC. The overhead costs will also be adjusted to reflect actual expenses. ARTICLE 9. PAYMENT PROVISION AND ACCOUNTING ARRANGEMENTS The Sponsor must pay the FAA in advance when the agency is required to obligate funds to comply with this agreement. The FAA will provide an advance payment computation to the Sponsor showing the agency's estimated total cost to comply with the agreement. The FAA will send the executed agreement to the Sponsor with a request for payment of the agency's estimated total cost. Payment in the amount of $7,812.00 must be received before the FAA incurs any obligation to implement this agreement. If reconciliation is necessary after the agreement expires or is terminated, the FAA will send a final bill or a refund without interest, as appropriate, to the Sponsor. The advance payment will be held as a "non-interest bearing" deposit until the final bill is issued and the project is closed. All funds due on the final bill will be netted against the total of the advance collection. The following accounting office is the accounts receivable office for this agreement: Department of Transportation Federal Aviation Administration Accounts Receivable Branch Attn: AMZ-310-ACE/AGL PO Box 25082 Oklahoma City, Oklahoma 73125 (405) 954-5413 The following accounting office is the billing office for this Agreement: Randal Hartwig Iowa City Airport Commission 1801 South Riverside Drive Iowa City, Iowa 52246 (319) 337-2101 office TIN NUMBER: 42-6004805 The amounts set forth in this agreement are estimates and in the event actual cost is less than the FAA estimated cost, the Sponsor shall pay only the actual cost. ARTICLE 10. FUNDS AVAILABILITY The Sponsor certifies that arrangements for sufficient funding appropriations have been made for payments of the estimated costs set forth above. DTFACE-06-Z-80012 6 ARTICLE 11. MODIFICATIONS Modifications to this agreement shall be in wilting and signed by a FAA Contracting Officer and the Sponsor. The modifications shall cite the subject agreement, and shall state the exact nature of the modification. No oral statement by any person shall be interpreted as modifying or otherwise affecting the terms of this agreement. ARTICLE 12. TERMINATION In addition to any other termination rights provided by this agreement, eil;her party may terminate this agreement at any time prior to its expiration date, with or without cause, and without incurring any liability or obligation to the terminated party (other than payment of amounts due and owing and performance of obligations accrued, in each case on or prior to the termination date) by giving the other party at least thirty (30) days prior written notice of termination. Upon receipt of a notice of termination, the receiving party shall take Immediate steps to stop the accrual of any additional obligations, which might require payment. All funds due after termination will be netted against the advance payment, and, as appropriate, a refund or bill will be issued. The Sponsor is also responsible for costs of settling and paying termination settlement proposals under terminated contracts entered into by the FAA for the purpose of this agreement. ARTICLE 13. ORDER OF PRECEDENCE In the event of any inconsistency between the terms of the agreement, the inconsistency shall be resolved by giving preference in the following order: (a) The Agreement (b) The Attachments ARTICLE 14. CONSTRUCTION OF THE AGREEMENT This agreement is an "other transaction"authorized under 49 U.S.0 106 (1) and (m) and is not a procurement contract, grant or cooperative agreement. Nothing in this agreement shall be construed as incorporating by reference or implication any provision of Federal acquisition law or regulation. Each party acknowledges that all parties hereto participated equally in the negotiation and drafting of this agreement and any amendments thereto; and that, accordingly, this agreement shall not be construed more stringently against one party than against the other. ARTICLE 15. DISPUTES Where possible, disputes will be resolved by informal discussion between the parties. In the event the parties are unable to resolve any disagreement through good DTFACE-06-Z-80012 7 faith negotiations, the dispute will be resolved by management of both parties. The decision is final unless it is timely appealed to the FAA Administrator, whose decision is not subject to further administrative review and, to the extent permitted by law, if final and binding. ARTICLE 16. WARRANTIES The FAA makes no express or implied warranties as to any matter arising under this agreement, or as to the ownership, merchantability; or fitness for a particular purpose of any property, including any equipment, device, or software that may be provided under this agreement. ARTICLE 17. LIABILITY With regard to any liability which may arise from activities that are the subject of this agreement, each party expressly agrees that it shall be solely and exclusively liable for. the negligent acts or omissions of its own agents, servants, contractors and/or employees, in accordance with applicable laws, and that neither party looks to the other to save or hold it harmless for the consequences of any negligent act or omission on the part of one of its own agents, servants, and/or employees. ARTICLE 18. DAMAGE TO FAA PROPERTY Except for damage to or destruction of FAA property caused by the FAA or any FAA personnel or FAA contractors, the Sponsor agrees to reimburse the FAA for any damage to or destruction of FAA property arising out of work under this agreement. ARTICLE 19. CIVIL RIGHTS ACT The Sponsor shall comply with Title VI of the Civil Rights Act of 1964 relating to nondiscrimination in federally assisted programs and provide a certification to that effect. ARTICLE 20. CLAUSES The following clauses are incorporated into this agreement by reference. 3.2.5-1 Officials Not to Benefit (April 1996), and 3.2.5-7 Disclosure Regarding Payments to Influence Certain Federal Transactions (June 1999) ARTICLE 21. PROTECTION OF INFORMATION The parties agree that they shall take appropriate measures to protect proprietary, privileged, or otherwise confidential information that may come, into their possession as a result of this agreement. DTFACE-06-Z-80012 8 1OWAC CITY AIRPORT COMMISSION IOWA CITY, IOWA FEDERAL AVIATION ADMINISTRATION b JJ1)-3BY: C444-1P-9/4"‘"J Christopher R. Blum `— TITLE: ' "°'1 ti9 "J TITLE: Regional Administrator DATE: 7- L H - 0 { DATE: Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045 RESOLUTION NO. A06 ' l' 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 Co. 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 V) day of .1 (^Li , 2006. '‘/1-1/g• t D CHAIRPERSON Approved by ATTEST: u .. S ETARY t . .,, City Attorney's Office It was moved by 'N� and seconded by 1-/u, a the Resolution be adopted, and upon roll call t ere were: Ayes Nays Absent Farris Hartwig ✓ Horan ✓ Rettig Staley Prepared by: Michael Tharp,Operations Specialist, 1801 S.Riverside Dr. Iowa City,IA 52246(319)350 5045 RESOLUTION NO. Pt' /7 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 2 7 day of 7 IA``"r 2006. X1•61, l Approved PP By: CHAIRPERSON ATTEST: fifes . . ��n% A - a `f Co c CRETARY cufrA City Attorney's Office It was moved by rrrh and seconded by J-tu 1t y the Resolution be adopted, and upon roll call there were: Ayes Nays Absent / d Farris Hartwig ,/ Horan / Rettig Staley Prepared by:Susan Dulek, Ass't. City Attorney,410 E.Washington St., Iowa City, IA 52240-319-356-5030 RESOLUTION NO. Of 06 - /,9 RESOLUTION DELEGATING RESPONSIBILITY TO PARTICULAR PERSONS HOLDING SPECIFIED POSITIONS TO IMPLEMENT THE REQUIREMENTS OF CHAPTER 22, IOWA'S PUBLIC RECORDS STATUTE. WHEREAS, Iowa Code § 22.1(2) provides that each governmental body shall delegate to particular officials and employees the responsibility for implementing the requirements of Chapter 22 and that the governmental body shall publicly announce the particular officials or employees to whom responsibility to implement the requirements of Chapter 22 has been delegated; WHEREAS, Iowa Code § 22.1(2) defines public records" as "all records, documents, tape, or other information stored or preserved in any medium, or belonging" to the Iowa City Airport Commission; WHEREAS, Iowa Code § 22.3 allows the lawful custodian of the records to adopt and enforce reasonable rules regarding the work and the protections of the records against damage or disorganization; WHEREAS, Iowa Code § 22.3 provides that all expenses shall be paid by the person desiring to copy or examine the records, that the Commission may charge a reasonable fee for supervising the examination of the records and the cost of the photocopying; WHEREAS, Iowa Code § 22.3A allows the public certain access to data stored electronically; WHEREAS, the City of Iowa City has adopted the "Public Records Policy of the City of Iowa City" in Resolution No. 05-67; WHEREAS, it is in the best interest of the public, the Commission, and the City to have a uniform policy that is applicable to all City offices and departments as well as the Commission; and WHEREAS, the Commission finds that the Public Records Policy of the Iowa City Airport Commission, which is attached Exhibit 1, and incorporated herein and which substantially mirrors the "Public Records Policy of the City of Iowa City, is reasonable. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA: Exhibit 1 is adopted as the policy of the Iowa City Airport Commission for the examination and copying of public records. The person holding the position of Airport Operations Specialist is hereby delegated with the responsibility for implementing the requirements of Chapter 22 with respect to records maintained at the Iowa City Airport. Resolution No. ' Page 2 E � Passed and approved this ( b— day of tAR- 9 u S I. , 2006. CHAIRPERSON 7l �� Approved by ATTEST: SECRETARY City Attorney's Office It was moved by Z-4441.1' 1 , and seconded by rc'( S the Resolution be adopted, and upon roll call there-were: AYES: NAYS: ABSENT: Farris 4./ Hartwig Horan Rettig Staley EXHIBIT t{ a PUBLIC RECORDS POLICY OF THE IOWA COMMISSION AIRPORT COMMISSION 1. Statement of Policy. The purpose of this policy is to facilitate broad access to public records. The Commission is committed to the policies set forth in Iowa Code Chapter 22 (2005), as amended. Commission staff shall cooperate with members of the public in implementing the provisions of that chapter. 2. Custodian. For purposes of this policy, "Custodian" means the person lawfully delegated by the Commission to act for the Commission in implementing Iowa Code Chapter 22. As designated in Resolution No. , the Custodian is the Airport Operations Specialist 3. Location of Record. A request for access to a record should be directed to the Airport Operations Specialist. 4. Office Hours. Requests for access to public records may be made in writing, in person, by e-mail, by fax, or by telephone. The request should identify the particular records by name or description to facilitate the location of the record. To facilitate a reply, mail or telephone requests should include the name, address, and telephone number of the person requesting the information. A person shall not be required to explain why the record is being requested. 5. Response. Access to a public record shall be provided promptly upon request unless the size or nature of the request makes prompt access infeasible. Absent unusual circumstances, access shall be provided within five (5) working days from the date the request is received by the Custodian. If the size or nature of the request for access to a record requires time for compliance, the Custodian shall comply with the request as soon as feasible. Access to a record may be delayed for one of the purposes authorized by Iowa Code section 22.8(4) or 22.10(4) (2005), as amended. The Custodian shall promptly give notice to the requestor of the reason for any delay in access to a public record and an estimate of the length of that delay and, upon request, shall promptly provide that notice to the requestor in writing. 6. Denial. The Custodian may deny access to the record only on the grounds that such a denial is warranted under by Iowa Code section 22.8(4) or 22.10(4) (2005), as amended, or that it is a confidential record, or that its disclosure is prohibited by a court order, or other applicable law. 7. Security of Record. No person may, without permission from the Custodian, search or remove any record from the Commission's files. Examination of Commission records shall be supervised by the Custodian or a designee of the Custodian. Copying of Commission records shall be done by the Custodian or designee. Records shall be protected from damage and disorganization. 8. Fees. Reproduction The charge for copies of records and documents shall be as follows: • a. Photocopy $ .15 per page b. Microfilm copy $ .50 per page c. Large Document copy (e.g. plat) $1.50 per page d. Audio tape/diskette/CD of meeting $3.50 per each Postage When the mailing of copies is requested, the actual cost of such mailing may be charged to the requestor. Fax When facsimile transmission is requested, the charge shall be $2.50 per page. Search and Retrieval. No charge will be made for the first fifteen (15) minutes for the services of staff in research and retrieval of records. Retrievals of more than fifteen (15) minutes will be assessed in quarter-hour intervals at the rate of$5.00 per quarter hour. Supervisory Fee. An hourly fee will be charged for actual Commission expenses in supervising the examination and copying of requested records when the supervision time required is in excess of fifteen (15) minutes. Supervision of more than fifteen (15) minutes will be assessed in quarter-hour intervals at the rate of$5.00 per quarter-hour. Advance Deposits. When the estimated total fee chargeable under this policy exceeds $25, the Custodian may require the requestor to make an advance payment to cover all or a part of the estimated fee. When a requestor has previously failed to pay a fee chargeable under this policy, the Custodian may require advance payment of the full amount of any estimated fee before the Custodian processes a new request from that requestor. Each department is responsible for collecting any applicable fee and providing an appropriate receipt. Overtime. If the services requested cannot be completed during regular office hours, a person may request that work be completed after hours. The charge will be the actual overtime paid to the person providing the assistance. The decision to authorize overtime shall be made by the Department Director or Supervisor, and there is no guarantee that the records will be provided in the time requested. Certified Copies. Certified copies of public documents in the Commission Clerk's office may be made only at the time the photocopy is made by the Commission Clerk. Electronic Data. The Commission is not required under Chapter 22 to provide the public with access to Commission software, but must allow access to records that are combined with its data processing software. If it is necessary to separate the record from the software to provide access, the Commission shall bear the cost of the separation. After the record has been separated, any additional fees (e.g., photocopying) shall be as provided in Paragraph 7 below. If the person requests that the record be specially processed, the fee for doing so shall be assessed in quarter-hour intervals at the rate of$11.00 per quarter-hour. 9. Confidential Records. 2 a. Basis. The Custodian may treat a record as a confidential record and withhold it from examination only to the extent that the Custodian is authorized by Iowa Code section 22.7 (2003), as amended, another applicable provision of law, or court order to refuse to disclose that record to members of the public. b. Access to Confidential Records. Under Iowa Code section 22.7 (2005), as amended, or other applicable provision of law, the Custodian may disclose certain confidential records to one or more members of the public. In requesting the Custodian to permit the examination and copying of such a confidential record, the following procedures apply and are in addition to those specified for request for access to records provided above. (1) Proof of identity. The Custodian may require the person requesting the confidential record to provide proof of identity or authority to secure access to the record. (2) Requests. The Custodian may require a request to examine and copy a confidential record to be in writing. A person requesting access to such a record may be required to sign a certified statement or affidavit enumerating the specific reasons justifying access to the confidential record and to provide any proof deemed necessary by the Custodian to establish relevant facts. c. Request denied. When the Custodian denies a request for access to a confidential record, the Custodian shall promptly notify the requestor. If the requestor indicates to the Custodian that a written notification of the denial is desired, the Custodian shall promptly provide such a notification that is signed by the Custodian and that includes: (1) The name and title or position of the Custodian responsible for the denial; and (2) A citation to the provision of the law vesting authority in the Custodian to deny disclosure of the record and a brief statement of the reason for the denial to the requestor. d. Request granted. When the Custodian grants a request for access to a confidential record to a particular person, the Custodian shall state any lawful restrictions imposed by the Custodian on that person's examination and copying of the record. e. Request that record be treated as confidential record. A request that a record be treated as a confidential record and withheld from public inspection shall be in writing if the Custodian so requests. The request shall set forth the legal and factual basis justifying the request and the name, address, and telephone number of a person authorized to respond to any inquiry or action of the Custodian concerning the request. Failure to make such a request does not preclude the Custodian from treating it as a confidential record. If the request is denied, the Custodian shall notify the requestor of the determination and the reasons therefore. On application by the requestor, the Custodian may engage in a good faith, reasonable delay in allowing examination of the record so that the requestor may seek injunctive relief under Iowa Code section 22.8 (2005), as 3 • amended, or other applicable law. The Custodian shall notify requestor in writing of the time period allowed to seek injunctive relief. f. Third Party. A person who is the subject of a confidential record may request that the record be disclosed to a third party. Said request must be in writing and must identity the particular record or records that may be disclosed, and the particular person or class of persons to whom the record may be disclosed. Such request does not require the disclosure of the record by the Custodian. Appearance of counsel on behalf of a person who is the subject of a confidential record is deemed to constitute consent for the Commission to disclose records about that person to the person's attorney. 10. Redaction of a Record. The Custodian may redact from a record any information that is confidential under state or federal law, such as a Social Security Number. 11. Creation of a Record. If the Custodian determines that it may be more feasible, economical, or otherwise reasonable that a response to a request may be better met by the creation of a record, such as a report or a document that does not presently exist, and that would be produced as a result of research or analysis, the Custodian may, but will not be required, to notify the requestor of that determination. The Custodian may advise the requestor of the actual cost of creating and providing such document that does not currently exist. The Custodian and the requester may in such instance, but will not be required to, agree to approve such document in exchange for the actual cost in lieu of providing access to the records originally requested. In absence of such agreement, records will be made available as provided in this policy. Adopted by Resolution No. on ,2006. 4 Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045 RESOLUTION NO. Add - /9 RESOLUTION ACCEPTING THE WORK FOR THE WILLOW CREEK BOX CULVERT. WHEREAS, the Commission's consultant for the Willow Creek Box Culvert, Earth Tech Inc., has recommended that the work on installation of the Willow Creek Box Culvert associated with the Runway 7 extension, by Iowa Bridge & Culvert Inc., be accepted as complete. WHEREAS, the final contract price is $915,920. NOW, THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION THAT: Said improvements are hereby accepted by the Iowa City Airport Commission. Passed and approved this /0 day of t 34 S k , 2006. CHAIRPERSON Approved by ATTEST: rJ SECRET,OY City Attorney's Office It was moved by and seconded by - ie.t1 the Resolution be adopted, and upon roll call there were: 1 Ayes Nays Absent Farris Le Hartwig ✓ Horan Rettig Staley RESOLUTION NO. 1106 — �??� RESOLUTION ACCEPTING IOWA DEPARTMENT OF TRANSPORTATION GRANT 9107010W300 FOR THE REHABILITATION OF HANGAR A. WHEREAS, the Iowa City Airport Commission has previously applied for Iowa Department of Transportation aid in airport related projects; WHEREAS, the Iowa Department of Transportation has offered a grant to the Iowa City Municipal airport to provide a maximum of $49,300 in an 85/15 matching grant for the rehabilitation of Hangar A; WHEREAS, it is in the best interest of the Iowa City Airport Commission to accept this grant. NOW,THEREFORE,BE IT RESOLVED BY THE AIRPORT COMMISSION OF THE CITY OF IOWA CITY: 1. The Chairperson is authorized sign and the Secretary to attest to acceptance of Grant 9107010W300. Passed and approved this ( 0 4! day of 2006. XJ-4, Approved By: pp �, CHAIRPERSON C��9� ATTEST: SE TARY City Attorney's Office It was moved by Wei/ and seconded by l�'�'t+� e the Resolution be adopted, and upon roll call there were: 0 Ayes Nays Absent Farris Hartwig Horan Rettig Staley RESOLUTION NO. PIO —02/ RESOLUTION ACCEPTING IOWA DEPARTMENT OF TRANSPORTATION GRANT 91070IOW100 FOR THE REHABILITATION OF SOUTH TAXIWAY AND SOUTH TAXILANES AROUND BUILDINGS G AND H. WHEREAS, the Iowa City Airport Commission has previously applied for Iowa Department of Transportation aid in airport related projects; WHEREAS, the Iowa Department of Transportation has offered a grant to the Iowa City Municipal airport to provide a maximum of $111,510 in a 70/30 matching grant for the rehabilitation of the south taxiway and the south taxilanes around buildings G and H; and WHEREAS, it is in the best interest of the Iowa City Airport Commission to accept this grant. NOW,THEREFORE,BE IT RESOLVED BY THE AIRPORT COMMISSION OF THE CITY OF IOWA CITY: 1. The Chairperson is authorized sign and the Secretary to attest to acceptance of Grant 9107010W100. Passed and approved this 10 4 day of ;{S t 2006. (k-/vev 1117 Approved By: CHAIRPERSO tlo_ ATTEST: q-CA/\/{) SECTARY City Attorney's Office It was moved by Rejli, and seconded by j-4t9 T G the Resolution be adopted, and up i roll call there were: Ayes Nays Absent Farris Hartwig Horan Rettig Staley Prepared by: Susan Dulek,Assistant City Attorney, 410 E.Washington St., Iowa City, IA 52240-319-356-5030 RESOLUTION NO. �-- RESOLUTION AUTHORIZING THE AIRPORT OPERATIONS SPECIALIST AND COMMISSION CHAIRPERSON TO EXECUTE CONTRACTS FOR PUBLIC IMPROVEMENTS.1fFOR PURCHASE OF GOODS, AFAR V P NOT TO EXCEED A SPECIFIED DOLLAR i 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: 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 CitX roil: ..-- - . - - -..., - . eer hg, architect) where theTotat estirnated-total-arnount does not exceed§_ b. Contracts for public improvements (i.e., "bricks and mortar") where the total estimated total amount does not exceed $ 'Obo,D(. c. Purchases for goods, commodities, operating services, and capital outlay where the estimated total amount does not exceed $ ? oc90.CJ Passed and approved this I L _ day of S , 2006. VL, ,. CHAIRPERSON Approved by 1.1\ ATTEST: .A C: SECRETARY City Attorney's Office It was moved by 04:2- ! and seconded by ( /` the Resolution be adopted, and upon roll call th were: s AYES: NAYS: ABSENT: Ferris Hartwig Horan Rettig Staley Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045 RESOLUTION NO. 0 (0 — RESOLUTION AUTHORIZING THE CHAIRPERSON TO EXECUTE AND THE SECRETARY TO ATTEST TO A T-HANGAR USE AGREEMENT BETWEEN THE IOWA CITY AIRPORT COMMISSION AND THE UNIVERSITY OF IOWA. WHEREAS,the Airport Commission of the City of Iowa City has negotiated a use agreement for T-hangar#42, located in Building I at the Iowa City Municipal Airport,a copy of which is attached; and WHEREAS,the Commission finds the proposed lease to be proper and in the best interest of the Iowa City Municipal Airport; and, WHEREAS,the term of the lease shall be from October 1, 2006 through September 30,2007. NOW,THEREFORE,BE IT RESOLVED BY THE AIRPORT COMMISSION OF THE CITY OF IOWA CITY: 1. That the attached use agreement for T-Hangar No.42, is hereby approved. 2. That the Chairperson is directed and authorized to execute and the Secretary to attest to the attached T-Hangar use agreement between the Airport Commission and University of Iowa. It was moved byrt+S and seconded by 40��'� the Resolution be adopted, and upon roll call t ere were: Ayes Nays Absent Farris Hartwig ✓ Horan ✓ Rettig t/ Staley Passed and approved this day of October, 2006. 2Vhiv(1( 1 Approved By: ON CHAIRPER 0 - ATTEST: �-C \ -mak SECRETARY City Attorney's Office T-HANGAR USE AGREEMENT (2006-2007) • This HANGAR USE AGREEMENT ("Agreement") entered into by and between the Iowa City Airport Commission ("Commission") and the University of Iowa, ("University"). In consideration of the mutual covenants contained herein, and for other good and valuable consideration, the parties hereby agree as follows: 1. Use of the Hangar Space. The Commission hereby grants an exclusive limited use license to University for hangar # 42 (Hangar Space) located at the Iowa City Municipal Airport (Airport) and described as follows: T-hangar with a bifold door. The Hangar Space shall be used and occupied by University principally for the storage or construction of the following aircraft: Aircraft Make & Model: Beechcraft Bonanza Aircraft Registration Number: N23540 Aircraft Registered Owner Name: University of Iowa Registered Owner Home and Business Telephone Numbers: University of Iowa, 319 335 5722 Email address of Primary Contact: thomas-schnell(a)_uiowa.edu University shall promptly notify the Commission in writing of any change in the information furnished above. University may request permission to store a substitute aircraft in the Hangar Space by making a written request to the Commission. In the event University is permitted to store a substitute aircraft in the Hangar Space, all provisions of this Agreement applicable to the Aircraft shall also be applicable to the substitute aircraft. • 2. Term. The term of this Agreement shall commence on October 1, 2006 ("commencement date"), and shall end on the last day of the month of September, 2007. Provided University is in compliance with all terms and conditions of this Agreement, the Commission acknowledges that Tenant will likely be offered another one-year agreement at the expiration of the term of this agreement, and Tenant acknowledges that rent will likely be increased under the subsequent one-year agreement. If Tenant does not intend to execute another agreement following the expiration of the term of this agreement, Tenant agrees to notify the Commission 45-days prior to the expiration of the existing term in order to facilitate the Commission in locating another tenant. In the event University shall continue to occupy the Hangar Space beyond the term of this Agreement without executing an Agreement for another term, such holding over shall not constitute a renewal of this Agreement but shall be on a month-to-month basis only. 3. Fees. For the use of the Hangar Space, University shall pay the Commission the amount of $153.00 per month. A 1.5% late fee (which is $2.30 per day) for Fees not received by the Commission will be charged after the fifteenth (15) day of each month. Electricity Fee. University acknowledges the following; a) the Commission has decided not to assess any type of fee for utility usage in the 2006-2007 T-Hanger Use Agreement except for the "home built fee" noted below; b) The Ad Hock Committee Report Semptember 9, 2004 To the Iowa city Airport Commission Re: T-Hanger Electrical Use is available for review that provides information on the average cost of 2 electricity for a variety of electrical appliances; c) The Commission is requesting that all T-hangar tenants examine their electricity use and make a voluntary payment to the Commission commensurate with the cost of electriicty used and that payment may be left at the office of Jet Air, Inc.; d) The Commission will be conducting a survey of all T- Hangar tenants on the question of electrical use; and e) The Commission will be reviewing this issue again in 2007 and that such a fee may be assessed beginning iwht the 2007-2008 Hanager Lease depending, in large part on whether tenants voluntarily pay a sufficient amount to cover the cost of electricity used by all T-Hangar tenants, which is of approximately $2,000.00 per year. Home Built Fee. If the University uses the Hangar Space to construct an "amateur built/home built" aircraf, Univiersity shall pay a "home built fee" of $10.00 every month for electricity until the FAA issues an Airworthiness Certificate. The fee is due regardless of the number of days that the Hangar Space is used for said purpose in that particular month. University shall make payment to the Commission by the last day of the succeeding calendar month. "Amateur built/home built" aircraft is defined as aircraft built by individuals and licensed by the Federal Aviation Administration (FAA) as "Experimental" (The parties acknowlede that this defintiion is adopted from the EAA web site at www.eaa.org.) 4. Deposit. At the time of execution of this Agreement, University shall pay to the Commission in trust the sum of one month's Fees to be held as a deposit. In the event that the University renews the Agreement, the deposit will be held for the next Agreement term. If the University does not renew the Agreement, the Commission shall return the deposit to the University, less any amounts due the Commission for Fees and damages to the Hangar Space. 5. Use of the Hangar Space. a. The Hangar Space shall be used primarily for aircraft storage consistent with federal regulations and all uses in the Minimum Standards b. University may park a car(s) in the Hangar Space during such time that University is using the Aircraft. c. This provision is not to be construed as a prohibition for storage of maintenance materials, cleaning materials, tools, parts, spares, and other aircraft components. d. No other commercial activity other than aircraft storage shall be conducted by University in, from or around the Hangar Space unless approved by the Commission or previously approved. e. University shall take steps to ensure that the performance of any approved activity shall not damage the Hangar Space or the Airport. f. University has non-exclusive use of the 10,000-gallon underground fuel tank west of Building H. The Commission will be responsible for maintenance and insurance for the fuel tank, but after consultation with University, may remove the tank if it becomes, at the Commission's sole discretion, cost-prohibitive to maintain. The Commission shall give the Univiersity ninety (90) days notice before the tank is removed, and the University shall have the option within those ninety (90) days to assume all maintenance and insurance costs in lieu of removal. The tank is to be used by University or permanent hangar #35 users. No fuel is to be resold. Any licensee using the fuel tank must purchase their own fuel and have it delivered to the tank. A $.10 per gallon fuel flowage fee will be paid to the Commission no later than thirty (30) days after the delivery of the fuel. 2 3 A copy of the fuel delivery ticket is to be received by the Commission no later than seven (7) days after the fuel delivery. g. University shall be responsible and liable for the conduct of its employees and invitees, and of those doing business with it, in and around the Hangar Space. University shall keep the Hangar Space clean and free of debris at all times. h. In utilizing the Hangar Space during the term of this Agreement, University shall comply with all applicable ordinances, rules, and regulations established by federal, state or local government agencies. At no time shall University start or run an Aircraft engine(s) within the Hangar or Hangar Space. j. On the termination of this Agreement, by expiration or otherwise, University shall immediately surrender possession of the Hangar Space and shall remove, at its. sole expense, the Aircraft and all other property therefrom, leaving the Hangar Space in the same condition as when received, ordinary wear and tear excepted. k. University shall be liable for any and all damage to the Hangar or to the Hangar Space caused by its use, including, but not limited to, bent or broken interior walls, damage due to fuel spillage, or damage to doors due to University's improper or negligent operation. University agrees, at its own expense, to pay for the monthly costs of all utilities for the Hangar Space. University is responsible for its own refuse disposal. 6. Rights and Obligations of University. a. University shall have at all times the right of ingress to and egress from the Hangar Space, except as provided in Paragraph 12. To ensure this right, the Commission shall make all reasonable efforts to keep adjacent areas to the Hangar Space free and clear of all hazards and obstructions, natural or manmade. b. University shall be responsible to maintain the interior of the hangar and office space, to include, but not limited to janitorial services, maintaining all interior lights, cleaning of stoppages in plumbing fixtures and drain lines, cleaning of snow within two (2) feet of the apron adjoining the Hangar Space, disposing of any debris or waste materials, and maintaining any University constructed structures and equipment. The Commission may change the automatic locking mechanism on the bi-fold door. The Commission shall be the sole judge of the due maintenance undertaken by the University, and may upon written notice, require specific maintenance work to be completed. If such maintenance is not completed within a reasonable time period, the Commission shall have the right to perform such due maintenance, and University shall reimburse the Commission for the cost of such maintenance upon presentation of a billing. c. University shall provide and maintain hand fire extinguisher for the interior of the Hangar Space of the building in accordance with applicable safety codes. Extinguisher must be mounted and be rated at least 2A 40BC. d. University shall not store any materials outside the Hangar Space. e. University shall promptly notify the Commission, in writing, of any repairs needed on the Hangar or to the Hangar Space. 3 4 7. Rights and Obligations of the Commission. a. The Commission shall at all times operate and maintain the Airport as a public airport consistent with and pursuant to the Sponsor's Assurances given by Authority to the United States Government under the Federal Airport Act. b. The Commission shall not unreasonably interfere with the University's use and enjoyment of the Hangar Space. c. In no event, shall the Commission be required to maintain or repair damage caused by the negligent or willful act of University, its employees or agents. However, if due to any negligent or willful act by the University, its employees or agents, there is a need for maintenance or repair of damage, then University shall do such maintenance or repair in a prompt, reasonable manner, as approved by the Commission. d. Snow shall be removed from in front of Hangar Space to within at least two (2) feet of the Hangar. Snow removal closer than two (2) feet is the responsibility of the University. e. The Commission shall ensure appropriate grounds keeping is performed year round. 8. Sublease/Assignment. University shall not sublease the Hangar Space or assign this Agreement without the prior written approval of the Commission. It is acknowledged that University has been approved to assign office and hangar space to the University of Iowa Operator Performance Laboratory for operation of an aircraft simulator and associated equipment. 9. Condition of Premises. University shall accept the Hangar Space in its present condition without any liability or obligation on the part of the Commission to make any alterations, improvements or repairs of any kind on or about said Hangar Space. 10. Alterations. University shall not install any fixtures or make any alterations, additions or improvements to the Hangar Space without the prior written approval of the Commission. All fixtures installed or additions and improvements made to the Hangar Space shall, upon completion of such additions and improvements, become Commission property and shall remain in the Hangar Space at the expiration or termination of this Agreement, however terminated, without compensation or payment to University. Fixtures include, but are not limited to, locks, brackets for window coverings, plumbing, light fixtures, luminaries, and any item permanently attached to the wall, floor, or ceiling of the Hangar Space by means of concrete, plaster, glue, nails, bolts, or screws. 11. Hazardous Materials. a. No "hazardous substance," as defined in Iowa Code section 4556.411 (2003), may be stored, located, or contained in the Hangar Space without the Commission's prior written approval and be in proper storage containers. b. University shall handle, use, store and dispose of fuel petroleum products, and all 4 5 other non-"hazardous substances" owned or used by it on the Airport in accordance with all applicable federal, state, local and airport statutes, regulations, rules and ordinances. 12. Special Events. During special events at the Airport, University acknowledges that the standard operating procedure at the Airport may be altered such that egress and ingress to the Hangar Space may be altered by the Commission in writing. University's failure to comply with the altered procedure is a default of this Agreement, and the Commission may proceed to terminate this Agreement. 13. Airport Rules and Regulations. University agrees to be subject to Airport rules and regulations upon adoption by the Commission or provide 30-days notice to terminate this Agreement. Commission shall provide University with a copy of said regulations 30-days prior to their effective date. 14. Access and Inspection. The Commission has the right to enter and inspect the Hangar Space at any reasonable time during the term of this Agreement upon at least 24 hours notice to the University for any purpose necessary, incidental to or connected with the performance of its obligations under the Agreement or in the exercise of its governmental functions. In the case of an emergency, the Commission may enter the Hangar Space without prior notice but will provide notice to the University after the fact. The Commission shall not, during the course of any such inspection, unreasonably interfere with the University's use and enjoyment of the Hangar Space. At a minimum, the Hangar Space will be inspected annually. If upon execution of this Agreement, the University wants to change the lock to the Hangar Space, it shall provide written notice to the Commission before it does so and shall provide a key to the Commission within twenty-four hours of changing the lock. 15. Insurance. a. The University of Iowa is an agency of the State of Iowa and as such, is self- insured for liability. Claims against the State of Iowa are handled as provided in the Iowa Tort Claims Act (Iowa Code Chapter 669) which also sets forth the procedures by which tort claims may be brought. b. Commission shall provide and maintain Commercial General Liability insurance with a minimum limit of$1,000,000 per occurrence, including contractual liability. Such insurance shall be issued by insurance companies duly authorized to engage in the insurance business in the State of Iowa, with an A.M. Best's rating of A-, VII or better. c. Commission shall provide the appropriate certificate(s) of insurance to the University at the following address: University of Iowa Risk Management Attn: Kathryn Kurth 305 Plaza Centre One Iowa City, Iowa 52242-2500 d. Commission shall provide 30 days notice to University for canceled or non- renewed policies. 5 6 16. Casualty. In the event the Hangar or Hangar Space, or the means of access thereto, shall be damaged by fire or any other cause, the Fees payable hereunder shall not abate provided that the Hangar Space is not rendered unuseable by such damage. If the Hangar Space is rendered unuseable and Commission elects to repair the Hangar or Hangar Space, the Fees shall abate for the period during which such repairs are being made, provided the damage was not caused by the acts or omissions of University, its employees, agent or invitees, in which case the Fees shall not abate. If the Hangar or Hangar Space is rendered unuseable and Commission elects not to repair the Hangar or Hangar Space, this Agreement shall terminate. 17. Responsibility. University agrees to be responsible for all claims and damages, including reasonable attorney fees, that directly result from the negligent acts or omissions of the University, its employees, or agents to the extent permitted by Iowa Code Chapter 669. The Commission shall not be liable for its failure to perform this Agreement or for any loss, injury, damage or delay of any nature whatsoever resulting therefrom caused by any act of God, fire, flood, accident, strike, labor dispute, riot, insurrection, war or any other cause beyond Commission's control. 18. Disclaimer of Liability. The Commission hereby disclaims, and University hereby releases the Commission from any and all liability, whether in contract or tort (including strict liability and negligence) for any loss, damage or injury of any nature whatsoever sustained by University, its employees, or agents during the term of this Agreement, including, but not limited to, loss, damage or injury to the Aircraft or other property of University that may be located or stored in the Hangar Space, unless such loss, damage or injury is caused by the Commission's gross negligence or intentional willful misconduct. The parties hereby agree that under no circumstances shall the Commission be liable for indirect consequential, special or exemplary damages, whether in contract or tort (including strict liability and negligence), such as, but not limited to, loss of revenue or anticipated profits or other damage related to the usage of the Hangar Space under this Agreement. 19. Attorney Fees. If the either party files an action in district court to enforce its rights under this Agreement and if judgment is entered against the other party, the other party shall be liable to and shall pay for the attorney fees incurred in enforcing the Agreement and in obtaining the judgment. 20. Event of Default. This Agreement shall be breached if: (a) University fails to make the Fee payment; or (b) University or the Commission fails to perform any other covenant herein and such default shall continue for five (5) days after the receipt by the other party of written notice. Upon the default by University, or at any time thereafter during the continuance of such default, the Commission may take any of the following actions and shall have the following rights against University: a. Termination. Commission may elect to terminate the Agreement by giving no less than thirty (30) days prior written notice thereof to University and upon 6 7 passage of time specified in such notice, this Agreement and all rights of University hereunder shall terminate as fully and completely and with the same effect as if such date were the date herein fixed for expiration of the Term and University shall remain liable as provided in this paragraph. b. Commission shall have the immediate right upon Termination of this Agreement to bring an action for forcible entry and detainer. c. University to remain liable. No termination of this Agreement pursuant to this paragraph, by operation or otherwise, and no repossession of the Hangar Space or any part therof shall relieve University of its liabilities and obligations hereunder, all of which shall survive such Termination. d. Damages. In the event of any occurrence of an Event of Default caused solely by the University, University shall pay to the Commisison the Fees and other sums and charges required to be paid by University for the period to and including the end of the Term. In the event of any occurrence of an Event of Default not caused solely by the University or for any other cause for Termination of this Agreement, University shall only pay such Fees and charges for the period to and including the date of Termination. 21. Security. University acknowledges that the FAA or another governmental entity or subdivision may enact laws or regulations regarding security at general aviation airports such that the Commission may not be able to comply fully with its obligations under this Agreement, and University agrees that the Commission shall not be liable for any damages to University that may result from said non-compliance. • 22. Thirty (30) Days Termination. Either party to this Agreement shall have the right, with cause, to terminate this Agreement by giving thirty (30) days' prior written notice to the other party. 24. FAA Provisions. a. It in understood and agreed that nothing herein contained shall be construed to grant or authorize the granting of an exclusive right within the meaning of Section 308 of the Federal Aviation Act of 1958. This Agreement shall be subordinate to the provisions of any outstanding or future agreement between the Commission and the United States government or the Commission and the State of Iowa relative to the maintenance, operation, or development of the Iowa City Municipal Airport. University acknowledges and agrees that the rights granted to University in this Agreement will not be exercised so as to interfere with or adversely affect the use, operation, maintenance or development of the Airport b. The Commission reserves the right (but shall not be obligated to University) to maintain and repair the landing area of the airport and all publicly-owned facilities of the airport, together with the right to direct and control all activities of University in this regard. c. The Commission reserves the right further to develop or improve the landing area and all publicly-owned air navigation facilities of the airport as it sees fit, regardless of the desires or views of University, and without interference or hindrance. d. The Commission reserves the right to take any action it considers necessary to protect the aerial approaches of the airport against obstructions, together with the right to prevent University from erecting, or permitting to be erected, any 7 8 building or other structure on the airport which in the opinion of the Commission would limit the usefulness of the airport or constitute a hazard to aircraft. e. During time of war or national emergency, the Commission shall have the right to enter into an agreement with the United States Government for military or naval use of part or all of the landing area, the publicly-owned air navigation facilities and/or other areas or facilities of the airport. If any such agreement is executed, the provisions of this instrument, insofar as they are inconsistent with the provisions of the agreement with the Government, shall be suspended. f. It is understood and agreed that the rights granted by this Agreement will not be exercised in such a way as to interfere with or adversely affect the use, operation, maintenance or development of the airport. g. There is hereby reserved to the Commission, its successors and assigns, for the use and benefit of the public, a free and unrestricted right of flight for the passage of aircraft in the airspace above the surface of the premises herein conveyed, together with the right to cause in said airspace such noise as may be inherent in the operation of aircraft, now known or hereafter used for navigation of or flight in the air, using said airspace or landing at, taking off from, or operating on or about the airport. h. The Agreement shall become subordinate to provisions of any existing or future agreement between the Commission and the United States of America or any agency thereof relative to the operation, development, or maintenance of the airport, the execution of which has been or may be required as a condition precedent to the expenditure of federal funds for the development of the airport. 25. Remedies Cumulative. The rights and remedies with respect to any of the terms and conditions of this Agreement shall be cumulative and not exclusive, and shall be in addition to all other rights and remedies available to either party in law or equity. 26. Notices. Any notice, for which provision is made in this Agreement, shall be in writing, and may be given by either party to the other, in addition to any other manner provided by law, in any of the following ways: a. by personal delivery to the Airport Commission Chairperson b. by service in the manner provided by law for the service of original notice, or c. by sending said Notice by certified or registered mail, return receipt requested, to the last known address. Notices shall be deemed to have been received on the date of receipt as shown on the return receipt. If to the Commission, addressed to: Iowa City Airport Commission Iowa City Municipal Airport 1801 S. Riverside Drive Iowa City, IA 52246 If to University, addressed to: University of Iowa 8 9 University Business Manager Suite 305 Plaza Center One Iowa City, Iowa 52242 27. This section intentionally left blank. 28. Integration. This Agreement constitutes the entire agreement between the parties, and as of its effective date supersedes all prior independent agreements between the parties related to the use of the Hangar Space. Any change or modification hereof must be in writing signed by both parties. 29. Waiver. The waiver by either party of any covenant or condition of this Agreement shall not thereafter preclude such party from demanding performance in accordance with the terms hereof. 30. Successors Bound. This Agreement shall be binding and shall inure to the benefit of the heirs, legal representatives, successors and assigns of the parties hereto. 31. Severability. If a provision hereof shall be finally declared void or illegal by any court or administrative agency having jurisdiction over the parties to this Agreement, the entire Agreement shall not be void, but the remaining provisions shall continue in effect as nearly as possible in accordance with the original intent of the parties. IOWA CITY AIRPORT COMMISSION Approved: By: "' j4—S cbr. Title: City Attorney's Office Date: UNIVERSITY OF IOWA By: Title: Business Manager Date: 9 Prepared by: Michael Tharp,Operations Specialist, 1801 S.Riverside Dr.Iowa City,IA 52246(319)350 5045 RESOLUTION NO. Ad(P- Z41 RESOLUTION APPROVING SUPPLEMENTAL AGREEMENT NO. 7 WITH EARTH TECH FOR ENGINEERING SERVICES RELATING TO THE TERMINAL APRON RECONSTRUCTION WEST OF THE NORTH/SOUTH TAXIWAY 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, 5 and No. 6 previously; WHEREAS, the Commission and Earth Tech now desire to enter into Supplemental Agreement No. 7, a copy of which is attached; and WHEREAS, it is in the best interest of the Commission to enter into Supplemental Agreement No. 7. NOW,THEREFORE, BE IT RESOLVED BY THE AIRPORT COMMISSION OF THE CITY OF IOWA CITY: 1. The Chairperson is authorized to sign SupplementalAgreement No. 7. N yr-i 9o Oa .t�.5ar �o Passed and approved this ( day of 2006. C c( c( k67 Approved By: C IRPERSON VQ (- C, 0C ATTEST: SE 1 TARY City Attorney's Office I It was moved by l CCS-% and seconded by the Resolution be adopted,and upon roll call there were: Ayes Nays Absent Farris (Y./ Hartwig Horan Rettig Staley Prepared by: Michael Tharp,Operations Specialist, 1801 S.Riverside Dr.Iowa City,IA 52246(319)350 5045 RESOLUTION NO. A,06 -(sem RESOLUTION APPROVING PROJECT TASK ORDER NO. 4 WITH EARTH TECH FOR ENGINEERING SERVICES RELATING TO THE SOUTH TAXILANE REHABILITATION AROUND BUILDING G WHEREAS, the Iowa City Airport Commission entered into a contract entitled "Consultant Agreement"with Earth Tech on August 11,2005 to provide consultant services for projects at the Iowa City Municipal Airport; WHEREAS, Part I(A) of said agreement provides that the projects assigned to Earth Tech will be done so as"Project Task Orders"; WHEREAS, the Commission and Earth Tech entered into Project Task Orders Nos. 1,2, and No. 3 previously; WHEREAS,the Commission and Earth Tech now desire to enter into Project Task Order No. 4, a copy of which is attached;and WHEREAS, it is in the best interest of the Commission to enter into Project Task Order No.4. NOW,THEREFORE,BE IT RESOLVED BY THE AIRPORT COMMISSION OF THE CITY OF IOWA CITY: 1. The Chairperson is authorized to sign Project TaslyOrder No. 4. ,,.,� a frog C.e�� Passed and approved this 1";" /day 2006. gnet,-1, (( rJ A-1:frfri Approved By: CHAIRPERS N A11hST: t(_(_ SART Y\N\ City Attorney's Office It was moved by PS 44;1 and seconded by 7�Le,Cj the Resolution be adopted,and upon roll call they ere: Ayes Nays Absent Farris Hartwig Horan Rettig Staley Prepared by: Michael Tharp,Operations Specialist, 1801 S.Riverside Dr.Iowa City,IA 52246(319)350 5045 RESOLUTION NO. /10 "GL RESOLUTION APPROVING PROJECT TASK ORDER NO. 5 WITH EARTH TECH FOR ENGINEERING SERVICES RELATING TO THE HANGAR A REHABILITION WHEREAS, the Iowa City Airport Commission entered into a contract entitled "Consultant Agreement"with Earth Tech on August 11,2005 to provide consultant services for projects at the Iowa City Municipal Airport; WHEREAS, Part I(A) of said agreement provides that the projects assigned to Earth Tech will be done so as"Project Task Orders"; WHEREAS, the Commission and Earth Tech entered into Project Task Orders Nos. 1,2, 3 and No. 4 previously; WHEREAS,the Commission and Earth Tech now desire to enter into Project Task Order No. 5, a copy of which is attached; and WHEREAS, it is in the best interest of the Commission to enter into Project Task Order No. 5. NOW,THEREFORE,BE IT RESOLVED BY THE AIRPORT COMMISSION OF THE CITY OF IOWA CITY: 1. The Chairperson is authorized to sign Project Task Or-�dgr No. 5. M j f_ NO✓GM 0 Passed and approved this - day of VG I UpL/ 2006. ( ( • &it Approved By: CHAIRPER N ATTEST: ;.0./1/4A7 ) it `mc. S RETARY City Attorney's Office It was moved by RtIrki and seconded by cGrC' S the Resolution be adopted,and upon roll call there were: Ayes Nays Absent ✓ Farris• Hartwig Horan ✓ Rettig Staley Prepared by: Michael Tharp,Operations Specialist, 1801 S.Riverside Dr.Iowa City,IA 52246(319)350 5045 RESOLUTION NO. si�-Z7 RESOLUTION AUTHORIZING THE CHAIRPERSON TO EXECUTE AND THE SECRETARY TO ATTEST TO A CORPORATE HANGAR LEASE BETWEEN THE AIRPORT COMMISSION OF THE CITY OF IOWA CITY,IOWA,AND KEITH ROOF WHEREAS,the Airport Commission of the City of Iowa City has negotiated a lease for Corporate hangar No. 32, located in Building G at the Iowa City Municipal Airport; and WHEREAS,the Commission finds the proposed lease to be proper, which is attached,and in the best interest of the Iowa City Municipal Airport; and, WHEREAS,the term of the lease shall be from December 1,2006 through September 30, 2009. NOW,THEREFORE, BE IT RESOLVED BYU THE AIRPORT COMMISSION OF THE CITY OF IOWA CITY: 1. That the proposed hangar lease,which is attached, for Corporate Hangar No. 32 is hereby approved. 2. That the Chairperson is directed and authorized to execute and the Secretary to attest to the corporate hangar lease between the Airport Commission and Keith Roof It was moved by and seconded by (0 r the Resolution be adopted, and upon roll call there Are: Aye Nays Absent Farris Hartwig Horan ✓/ tal SRettig Staley y✓pJ Passedandapproved this t0 Geo — 0 gev12-4. � �/ I Approved By: CHAIRPERSON ATTEST: "ArA/VtC r ok SE TARY City Attorney's Office Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045 RESOLUTION NO. do RESOLUTION ACCEPTING THE WORK FOR THE NORTH T-HANGAR TAXILANE AND NORTH PARKING LOT REHABILITATION WHEREAS, the Commission's consultant for the North T-Hangar Taxilane and North Parking Lot Rehabilitation, Earth Tech Inc., has recommended that the work on the North Taxilane and North Parking Lot pavement rehabilitation by L.L Pelling Co., be accepted as complete. WHEREAS, the final contract price is $186,700.21, and includes $174,073.17 from the original contract; $2000 from change order#1 and $12,448.56 from Change Order#2 and ($1821.52) in actual quantities installed. NOW, THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION THAT: Said improvements are hereby accepted by the Iowa City Airport Commission. Passed and approved this t 4 day of C e , 2006. !AiC AIRPERSO Approved by c� ATTEST: '- - �� 9 ( `> _ o b SECRETARY City Attorney's Office It was moved by Cz and seconded by S ` the Resolution be adopted, and upon roll call there were: Ayes Nays Absent Farris V Hartwig Horan ✓ Rettig V Staley Prepared by: Susan Dulek,Asst.City Attorney,410 E.Washington Street,Iowa City, IA 52240(319)356-5030 RESOLUTION NO. /(1•04- RESOLUTION o -RESOLUTION AUTHORIZING THE CHAIRPERSON TO SIGN AND THE SECRETARY TO ATTEST TO AN AMENDMENT TO THE AGREEMENT WITH IOWA REALTY COMMERCIAL TO SELL AND/OR LEASE PROPERTY IN THE AVIATION COMMERCE PARK THAT EXTENDS THE TERM AND CHANGES THE PRICING MODEL. WHEREAS, the Iowa City Airport Commission, the Iowa City City Council, and NAI Iowa Realty Commercial have entered into a listing agreement ("Listing Agreement") to sell and lease the property known as the Aviation Commerce Park; WHEREAS, the parties subsequently extended the Listing Agreement four (4) times and the last extension will expire on January 22, 2007; WHEREAS, it is in the best interest of the Commission to approve the attached Sixth Amendment to Listing Agreement, which will extend the term by one year, will correct the description of the Property being marketed, and will amend the Pricing Model. NOW, THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION THAT: The Chairperson is authorized to sign and the Secretary to attest to the attached Sixth Amendment to Listing Agreement. Passed and approved this 1c{ day of t11€C.€ ,t1 Cr' , 2006. (114 C4 10)-1vtit' HAIRPERSON Approved b ATTEST: SEC TARY City Attorney's Office It was moved by RP kct5 and seconded byct_� the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: v / Farris Hartwig Horan Rettig Staley SIXTH AMENDMENT TO LISTING AGREEMENT WHEREAS, in Resolution No. 04-120, the City Council approved a listing agreement ("Listing Agreement') among the Airport Commission, the City Council, and NAI Iowa Realty Commercial to sell and lease the property known as the Aviation Commerce Park subdivision; WHEREAS, in Resolution No. 04-202, the City Council approved a six (6) month extension of the Listing Agreement, and the parties subsequently entered into an Amendment to the Listing Agreement; WHEREAS, in Resolution No. 5-36, the City Council approved a second, six (6) month extension of the Listing Agreement, and the parties subsequently entered into the Second Amendment to the Listing Agreement; WHEREAS, in Resolution No. 5-248, the City Council approved a third, six (6) month extension of the Listing Agreement, and the parties subsequently entered into the Third Amendment to the Listing Agreement; WHEREAS, in Resolution No. 5-316, the City Council approved an amendment to the Listing Agreement with respect to the pricing model, and the parties subsequently entered into the Fourth Amendment to the Listing Agreement; WHEREAS, in Resolution No. 6-14, the City Council approved an amendment to the Listing Agreement with respect to the pricing model, and the parties subsequently entered into the Fifth Amendment to the Listing Agreement that expires on January 22, 2007; WHEREAS, NAI Iowa Realty Commercial acknowledges that Harry Wolf will be its lead broker should the Listing Agreement be extended; WHEREAS, the parties wish to amend the description of the Property to reflect the resubdivision of lots 1-4 that occurred in 2003, and they also wish to amend the Pricing Model; WHEREAS, Paragraph 13 of the Listing Agreement provides that it may be amended by written agreement of the parties; and IT IS THEREFORE AGREED that: Paragraph 5 of the Listing Agreement is deleted in its entirety and the following new Paragraph 5 is substituted in lieu thereof: 5. TERM. The term of this Agreement and Agent's employment, right and authority shall expire on January 22, 2008. Exhibits D and E are deleted in their entirety, and new Exhibits D and E, which are attached and incorporated herein, are substituted in lieu thereof. All other terms of the Listing Agreement shall remain in full force and effect. S • NAI IOWA REALTY COMMERCIAL Harry R. Wolf Date Regional Director THE IOWA CITY AIRPORT COMMISSION Randall D. Hartwig, Chairperson Date Attest: Secretary Date THE CITY OF IOWA CITY Marian K. Karr, City Clerk Ross Wilburn, Mayor CITY ACKNOWLEDGMENT STATE OF IOWA ) ss: JOHNSON COUNTY ) On this day of , 2007, before me, the undersigned, a notary public in and for the State of Iowa, personally appeared Ross Wilburn and Marian K. Karr, to me personally known, who being by me duly sworn, did say that they are the Mayor and City Clerk, respectively, of said municipal corporation executing the within and foregoing instrument; that the seal affixed thereto is the seal of said municipal corporation; that said instrument was signed and sealed on behalf of said municipal corporation by authority of its City Council; and that the said Mayor and City Clerk as such officers acknowledged that the execution of said instrument to be the voluntary act and deed of said corporation, by it and by them voluntarily executed. Notary Public in and for the State of Iowa Approved by Id - 4- -off City Attorney's Office r n c-1 Final Plat trP ,:, Nurt17 Airport 33rurtnpmrnt—part uw: A RI3YEDIV1IDN'0P ton 1-4 OF NMI AIRPORT DEVELOPMENT I Iowa City, Iowa Q ,ATG ase.. „M Ea��. R "W...� ..,40...,.` 0.1 art 6M,aro b..cy.Mn 6220 b.GV.b.eu,o pl'_0• LL Int'; gy,o-trion Ere 'TT'''. LEGEND AND NOTES .amu~u~� a =:Z wile PUT/TUN APPItl000 a -. .�.m City of Iowa City —_--- �ll�..'�, � ':.1•$"`."^"^^ l as _ , b � _ . .. PmamW ,�.�� AI 'r, `> % n a � _` °10-0i-00 wti-1 H H alH H 41 EXHIBIT "E" AVIATION COMMERCE PARK Pricing Model Lots Size/SF Purchase Price 1 - 17 1,620,701 $5,800,000 The above pricing is valid as of 200 . Pricing is subject to review and adjustment at Commission/Owner's discretion. Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045 RESOLUTION NO. /90 - RESOLUTION d9 2 RESOLUTION ACCEPTING A PROPOSAL FROM MIDWEST JANITORIAL SERVICE, INC FOR CLEANING AND JANITORIAL SERVICES AT THE IOWA CITY MUNICIPAL AIRPORT WHEREAS, A Request for Proposals was issued by the Iowa City Municipal Airport for Cleaning and Janitorial Services for the Iowa City Municipal Airport; and WHEREAS, the proposal, a copy of which is attached, submitted by Midwest Janitorial Service, Inc. was found to be acceptable. NOW, THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION, THAT: 1. The Proposal submitted by Midwest Janitorial Service, Inc. is accepted. 2. The Chairperson is hereby authorized to sign and the Secretary to attest the purchase order for the above mentioned services. Passed and approved this I q day of Cc- , 2006. CHAIRPERSON Approved by �_ ATTEST: •4VW V-� 1 4 _L-0 Q.' SECRETARY City Attorney's Office It was moved by , l s and seconded by a the Resolution be adopted, and upon roll call ere were: Ayes Nays Absent Farris Hartwig Horan Rettig Staley t RFP#07-31,Page 1 of 28 �o? aiirammir CITY OF IOWA CITY 410 East 1VasI I nglon SUCLI lona City,lona 52240.1826 (319)3565000 13191 3564009 FAX nnn.l<gov.org Request for Proposal #07-31 The City of Iowa City intends to enter into a contract for janitorial services for the Iowa City Municipal Airport. A Pre-Submission Conference will be held at the Iowa City Municipal Airport, 1801 S Riverside Dr., Iowa City,IA. The conference will be held on October 18,2006 at 10:00 A.M. Central Time. All interested Proposers must attend the Pre-Submission Conference in order to be considered for this award. The Pre-Submission Conference will provide each contractor with an opportunity to discuss the City's requirements,to discuss the specifications related to the project,and to ask questions that pertain to this Request for Proposal. Please review the following Request for Proposal before attending the Pre-Submission Conference. RFP#07-31,Page 2 of 28I 1' 4:4 spenicitatit% DATE: October 10,2006 CITY OF IOWA CITY 410 East Washington Street 10 REQUEST FOR PROPOSAL: 09 at1052240-1826 13191 155 6-550000 15191356-5009 FAX #07-31,JANITORIAL SERVICES FOR THE IOWA CITY MUNICIPAL AIRPORT "^etv.icgot.org NOTICE TO PROPOSERS: Sealed Proposals will be received at the Office of the City Clerk, until the time and date specified below, for: JANITORIAL SERVICES FOR THE IOWA CITY MUNICIPAL AIRPORT ADDRESS PROPOSALS TO:Attention of the City Clerk's Office,City Hall,410 E. Washington St.,. Iowa City, IA 52240-1826. Proposals shall be sealed and clearly marked on the front"Request for Proposal for Janitorial Services for the Iowa City Municipal Airport, RFP#07-31." FAXED Proposals will not be accepted. PROPOSALS ARE DUE NO LATER THAN:2:30 p.m.,November 2,2006. Bidders shall submit three(3)copies of their proposal. The City is not responsible for delays occasioned by the U.S.Postal Service,the internal mail delivery system of the City,or any other means of delivery employed by the bidder. Similarly,the City is not responsible for, and will not open, any proposal responses which are received later than the date and time stated above. BONDS AND INSURANCE: Insurance is required for this project, as specified in Section IV.-B No bid security or performance bond is required. QUESTIONS: All questions and clarifications regarding this Request for Proposal can be answered by calling or e-mailing the following representatives no later than October 26,2006: Detailed Specifications: Purchasing: Mike Tharp June Nasby Operations Specialist Buyer H michael-tharp@iowa-city.org june-nasby@iowa-city.org (319)356-5045 (319)356-5076 M-R, 10:00 a.m.-3:00 p.m. M-F, 8:00 a.m.-5:00 p.m. INDEX: Section I. Vendor Checklist Section II. Specific Conditions and Instructions to this Proposal Section III. Cleaning Specifications Section IV. General Conditions and Instructions to Proposers Section V. Questions Section VI. References Section VII. Pricing&Company Information Form RFP#07-31,Page 3 of 28 SECTION L VENDOR CHECKLIST DOCUMENTS REQUIRED TO BE SUBMITTED WITH THIS PROPOSAL (Please review the following checklist to make sure the documents are included in all three(3) copies of your proposal) A summarized letter of the vendor's proposal on the vendor's letterhead stationary. The letter must be signed by an officer of the vendor or a designated agent empowered to bind the firm in the contract offer. Acceptance or exception to our terms must be noted in the letter. A completed Questions form(Section V). A minimum of three (3) comparable references from companies or agencies of current work being performed with similar cleaning requirements. Include the company or agency's name and address, the name, title, phone number of each reference, and the number of years cleaning for that company or agency. References from other City of Iowa City employees will not be accepted (Section VI). A completed and signed Pricing and Company Information Form(Section VII). The City is not responsible for the vendor's failure to provide information and pricing on required items. In this instance the prices submitted will prevail as the proposal price for all required equipment, materials, labor, travel, delivery and shipping fees. In order to determine a bidders qualifications, each bidder shall finish a narrative statement listing comparable contracts which they have performed during the last two (2) years, together with a general history of their operating organization. Include a complete plan for the performance of work. RFP#07-31,Page 4 of 28 SECTION H. SPECIFIC CONDITIONS AND INSTRUCTIONS TO THIS PROPOSAL A. SCOPE OF WORK: The City of Iowa City is requesting proposals for janitorial services at the Iowa City Municipal Airport. The work consists of providing janitorial services inclusive of labor,equipment,materials, and supplies to clean the facilities in accordance with the tasks and frequencies for the performance of the projected work. Areas that will be included are:lobby area,two(2)restrooms,vending area, flight service room,second floor meeting room, elevator,and airport manager's office. The Contractor shall thoroughly complete each task in a professional,workmanlike manner,and shall use quality equipment and materials that comply with all current regulations. The safety of workers, passersby,and the public shall be paramount. B. PERIOD OF CONTRACT: I. The initial term of this contract shall be for one (1) year. No price escalation will be allowed during the original term of this contract. The City and the vendor may renew the original contract for four(4)additional one-year time periods by mutual agreement. 2. Notice of intent to renew will be given to the contractor in writing ninety (90) calendar days prior to expiration date of the current contract. This notice will not be deemed to commit the City of Iowa City to a contract renewal. 3. Requests for proposed price changes after the initial term of the contract must be submitted in writing to the Purchasing Agent sixty (60) days prior to contract start date. Documentation for price increases shall include, but not be limited to, actual material invoices, copies of commercial price lists, provision of appropriate price indices, etc., which reflect said increases. The City reserves the right to accept or reject price increases, to negotiate more favorable terms, or to terminate without cost,the future performance of the contract. C. VENDOR QUALIFICATIONS: 1. Bidders must demonstrate they have the resources and capability to provide janitorial service with in-house staff as described herein. 2. Bidders must demonstrate they have been in business providing similar service for at least the last three(3)years. 3. Proposals will be considered only from responsible organizations or individuals now or recently engaged in the performance of building janitorial service contracts comparable to those described herein. D. CONTRACT SPECIFICATIONS AND REQUIREMENTS: 1. The Contractor shall provide all labor,materials,and equipment necessary for cleaning services, except as otherwise specified hereinafter. Tasks shall be performed with nothing but the highest of standards at no less than the frequencies set forth herein. 2. All services provided,and materials used,shall be in accordance with acceptable industry standards. Products used shall be environmentally safe, used in accordance with product directions and be subject to approval by the City Representative(s). The Contractor shall provide material safety data sheets(MSDS)for all products to the City Representative(s). 3. The Contractor shall be responsible for ensuring that all reasonable precautions are taken to protect furnishings,fixtures,equipment,computers,telephones, copying machines, flooring, window coverings, carpeting, fax machines,telecommunications and electrical equipment and cables,and all other physical objects in facilities being cleaned. Upon verification by the City Representative(s)of causes and costs of damage,Contractor shall pay City for said damage. RFP#07-31,Page 5 of 28 4. The Contractor shall furnish all supplies necessary for the performance of the contract, at no cost to City, including all trash receptacles,trash receptacle liners,sanitary napkins,paper towels, toilet paper,toilet seat covers,hand soap, and all related dispensers. Other supplies include but are not limited to: • Toilet paper shall be of 100%post consumer waste content, double ply such as Fort Howard or approved equivalent. • Paper towels shall be of 100%post consumer waste content,semi bleached,multi- fold such as Fort Howard or approved equivalent. • Paper toilet seat covers. • Walk-off mats shall be provided at all exterior entrances to the building and in all kitchen areas. Mats to be a minimum of 18 linear feet by 3 feet wide. Walk-off mats to be provided by the Contractor at no additional cost. The mats are to be in"like new"condition,all matching in style and color,and of a color compatible with the building color scheme. Mats should be on a regular service/cleaning schedule to maintain a clean appearance at all times. Minimum rotation shall be every two(2) weeks. • The Contractor shall provide sanitary napkins and tampons for existing dispenser units. Contractor shall collect and keep the money. If dispensers become inoperable, it is the Contractors' responsibility to notify the City Representative(s) of repairs or replacement. Note: Dispensers shall be restocked nightly and napkin disposal container shall be emptied and sanitized daily. 5. The Contractor is responsible for supplying all paper goods,soaps,cleaners,etc.,currently in use in the building bathrooms,kitchens,etc.or equivalent substitutions approved by the City Representative(s). 6. The Contractor shall be responsible for refilling or restocking dispensers in accordance with the Cleaning Specifications. The Contractor shall also ensure proper distribution and monitoring of these materials/supplies so as to prevent waste,theft or other abuse. 7. The Contractor,as a component of the bid cost(s),shall provide all: chemicals,cleaning agents, floor stripper,floor sealer and finish, carpet shampoo and spotting agents,furniture cleaner and polish, chrome or other metal polish,graffiti remover, and other cleaning related supplies. All cleaning agents,finishes,and polishes are subject to review and approval by the City Representative(s). 8. The City Representative(s)shall identify and authorize the Contractor to use a designated area for storage as needed. If the designated area is shared with the City,the Contractor shall clearly identify materials and supplies belonging to the Contractor. The City shall provide,if possible and available, a locked storage area. 9. All supplies provided by the Contractor shall be compatible with the existing dispensers. 10. All necessary cleaning equipment including power drive floor scrubbing machines,back pack vacuum,high dusting equipment,waxing and polishing machines,industrial floor and upholstery vacuum cleaners,and all necessary motor trucks,etc. needed for the performance of the work of this contract shall be furnished by the Contractor. Such equipment shall be of the size and type customarily used in work of this kind and no equipment shall be used which is harmful to the buildings or their contents. 11. Electrical power(110)volts will be furnished by the City of Iowa City at existing power outlets for the Contractor's use to operate such equipment as is necessary in the conduct of their work. The Contractor shall be responsible for any damage caused to the electrical outlets and their covers caused by the improper disconnection of equipment. Hot and cold water will also be made available as necessary for cleaning. RFP#07-31,Page 6 of 28 12. Adequate paper supplies and hand soap shall be stored in locked housekeeping closets. Designated City Representative(s)will have keys to these closets in the event supplies become short during the day and need replenishment. 13. The Contractor shall provide a method(s)to enable the City to contact a representative of the Contractor,to take necessary action regarding inquiries, complaints and emergencies. The Contractor shall reply to the City within one(I)hour after it is contacted by the City. 14. The Contractor shall verify that all floor finishes,seals,spray buff solutions and other such chemicals applied to non-carpeted floors provide adequate protection against slippery floors.Any observed instances of slippery or slick floors shall be corrected immediately upon discovery. 15. The Contractor shall use only germicidal disinfectants that bear an Environmental Protection Agency(EPA)Registration Number. 16. The Contractor shall perform monthly on site safety checks of both the interior and exterior of the facility.The safety checks will be recorded on site and be posted in each facility office on a form provided by the City Representative(s). 17. The Contractor shall,within ten(10)working days after the effective date of the Contract, submit a work schedule to the City Representative(s)for review and approval. Said work schedule shall be based on a twelve-month calendar identifying and delineating the time frames for the required work (i.e., weekly, monthly, semi-annual, and annual tasks) by the day of the week, week, and month. 18. The Contractor shall submit revised schedules when actual performance differs substantially from planned performance. Said revisions shall be submitted to the City Representative(s)for review, and if appropriate,approval,within five(5)working days prior to scheduled time for the work. 19. At the discretion of the City, monthly meetings between the Contractor and the City Representative(s)may be scheduled to determine progress and address any changes in schedules, problem areas,etc. 20. Changes or variations in scheduling may be necessitated by City special events etc. The Contractor shall adapt any or all schedules to City requests. 21. The Contractor shall not interfere with the public use of the sites and shall conduct its operations as to offer the least possible obstruction and inconvenience to City employees and the public or disruption to the peace and quiet of the area within which the custodial services are performed. 22. Unless otherwise provided in this Request for Proposal, the name of a certain brand, make or manufacturer does not ieahict bidders to the specific brand, make or manufacturer named; rather, it conveys the general style, type, character, and quality of the article desired. Bids on brands of like nature and quality will be considered. If bidding on other than the referenced brand(s), bid must show manufacturer, brand or trade name, catalog number, etc. of the alternate offered. The burden of proof as to quality and suitability of an alternate brand shall be upon the Bidder and it shall furnish information necessary for such determination and as required by the City at no cost to the City.The City shall be the sole judge as to the quality and suitability of the alternate brand. If Bidder does not refer to an alternate brand,and takes no exception to the specifications or reference data,Bidder will be required to furnish brand names,numbers,etc.,as specified.Bidders must certify that item(s)bid upon meet and/or exceed specifications. 23. Samples, if required, must be furnished at no cost to City on or before date specified; if not destroyed in examination,they will be returned to Bidder, if requested, at Bidder's expense. Each sample must be marked with Bidder's name and address, City request for proposal number. DO NOT ENCLOSE IN OR ATTACH BID TO SAMPLE. RFP#07-31,Page 7 of 28 24. The quantities specified in this Request for Proposal are estimated only, and are given for the information of proposers. They do not indicate the actual quantity which will be ordered, since such volume will depend upon requirements which develop during the contract period. Quantities shown shall not be construed to represent any amount which the City shall be obligated to purchase under the contract, or relieve the Contractor of his obligation to fill all orders placed by the City. E. EMERGENCY HOUSEKEEPING SERVICE: 1. The Contractor shall have available, one staff person who can respond to daytime housekeeping emergencies. The person shall be fully trained in safe and sanitary housekeeping procedures, be an employee of the Contractor, and be familiar with the facility. 2. The Contractor shall be required to have an emergency telephone number. This number shall be provided to the City representative prior to start of service. 3. The Contractor shall respond, on-site within two (2) hours after the emergency number is activated(called)by the City. 4. Failure to respond on-site within two hours, or not sending a trained custodian familiar with the facility can result in cancellation of the contract. 5. Contractor shall invoice for an hourly, portal-to-portal rate, for one person to provide this emergency service. Contractor shall allow a minimum of two (2) hours each time this service is activated. F. OSHA GUIDELINE COMPLIANCE: 1. MATERIAL SAFETY DATA SHEETS - Contractor shall furnish to the City Representative(s) copies of Material Safety Data Sheets (MSDS), for all products used, prior to beginning service. Contractor must update copies of the MSDS on an annual basis. In addition, each time a new chemical or cleaning product is introduced into any facility, a copy of that product's MSDS must be provided to the City Representative(s),prior to the product being used. 2. The Material Safety Data Sheets must be in compliance with OSHA Regulation 1910.1200, paragraph g. 3. LABELING OF HAZARDOUS MATERIALS - Contractor shall comply with OSHA regulation 1919.1200,paragraph f,concerning the labeling of all chemical containers. 4. CAUTION SIGNS - Contractor shall use caution signs as required by OSHA Regulation 1910.144 and 1910.145 at no cost to the City. Caution signs shall be on-site on commencement of the contract. 5. OSHA GUIDELINES OF BLOOD PATHOGENS - Contractor shall comply with the OSHA Standard 29CFR1910.1030 Blood Borne Pathogens as it pertains to the training, safety and equipment needed for all employees engaged in custodial service. Contractor shall be responsible for compliance on date of Contract acceptance and shall provide proof to the City Representative (s)- 6. Due to the nature of custodial work, proof of compliance with OSHA regulation 1920.1200, Hazard Communication, shall be provided to the Contract Administrator upon commencement of this Contract. 7. Failure of the Contractor or their employees to comply with all applicable laws, regulations and rules shall permit City to immediately terminate this Contract without liability. RFP#07-31,Page 8 of 28 8. The Contractor shall purchase and issue all chemicals in their original containers.Materials that require precautionary warnings shall have affixed to all containers such labels or markings as are prescribed by law,regulatory agencies or this contract. Marking or labeling of materials containing hazardous or toxic substance or wastes shall be in accordance with all Federal, State and Loudoun County laws,ordinances,rules and regulations. G. EMPLOYEES OF THE CONTRACTOR: 1. Custodians shall be employees of the Contractor,day laborers are not acceptable. 2. Custodians employed by the Contractor shall be fully trained and skilled in safe and proper housekeeping techniques. The Contractor shall provide sufficient documentation to demonstrate adequate training has been provided. Failure to do so may be ample cause for rejection of the bid. The use of custodians who are not adequately trained may be sufficient grounds for termination of the contract.Emphasis should be placed on Handling Hazardous Materials(proper clean up of blood and body fluids). 3. The Contractor shall obtain criminal, background checks on all contract personnel at the start of this contract or upon employment, and at least once per year thereafter. The Contractor shall inform the City Representative(s), by certified mail, of any criminal convictions of any type for contract personnel within five(5)days of obtaining the information. Background checks must be complete before any of the Contractor's personnel will be allowed on-site. 4. Contractor shall supply the City Representative(s) with a current list of all employees that will perform work at the facilitv(s). Each of these employees shall be adequately trained and have had criminal background checks.If the Contractor uses employees not on the list,the City may order that person(s)off the property and deduct the cost of a full eight(8)hours labor from the monthly invoice. Repeated use of employees not on the current list,may be grounds for termination of the contract. 5. All employees shall wear uniforms that bear the company name/logo.Uniforms shall be approved by the City Representative(s)and shall not be dirty,stained,or torn. 6. Identification badges shall be furnished by the Contractor and worn by all Contractor's employees while on City premises. The badge shall have the employee's picture,name,signature. 7. Access to the building shall be as directed by the City Representative(s). Contractor's employees may not leave the premises during working hours except in cases of emergency and on approval of the City Representative(s). Contractor will be supplied with a list containing point of contacts and corresponding phone numbers to contact in case of an emergency. Access to designated restricted areas is forbidden to Contractor's employees. Restricted areas will be designated by the authorized City Representative(s).All doors shall be locked on completion of cleaning. H. PROPOSAL REQUIREMENTS: 1. If any bidder is in doubt as to the intent or meaning of any part of this Request for Proposal,the bidder should contact the City representatives listed on page two(2)of this document by October 26, 2006. Requests for interpretation of specifications may be e-mailed to the Buyer II. 2. Bidders are expected to fully inform themselves as to the conditions,requirements,and specifications before submitting a proposal. The submission of a proposal by a vendor constitutes vendor acceptance of the terms and conditions herein,unless otherwise stated. 3. The format of the vendor's proposal must be consistent with the format of the specifications listed. 4. The bidder is responsible for all costs related to the preparation of this proposal. 5. The City reserves the right to add similar items/services or delete items/services specified in the contract as requirement change during the course of the contract. Prices for items/services to be RFP#07-31,Page 9 of 28 added to the Contract will be mutually agreed to by the City and the Contractor. A Contract amendment will be issued for each addition or deletion. 6. The City of Iowa City reserves the right for a presentation and/or demonstration of the proposed janitorial services from the Bidder;this request shall be at no cost to the City. 7. Proposed pricing shall specify F.O.B.destination and include all shipping charges. 8. Responses may be rejected if the vendor fails to perform any of the following: a. To adhere to one or more of the provisions established in this Request for Proposal b. To demonstrate competence, experience, and ability to provide the equipment and services described in this Request for Proposal c. To submit a response on or before the deadline and complete all required forms d. To fulfill a request for an oral presentation and/or demonstration e. To respond to a written request for clarification or additional information 9. Bidders must submit three(3)copies of their proposal containing the following items: a. A summarized letter of the vendor's proposal on the vendor's letterhead stationary. The letter must be signed by an officer of the vendor or a designated agent empowered to bind the firm in the contract offer. Acceptance or exception to our terms must be noted in the letter. b. A minimum of three (3) comparable references from companies or agencies of current work being performed with similar cleaning requirements. Include the company or agency's name and address, the name, title, phone number of each reference, and the number of years cleaning for that company or agency. References from other City of Iowa City employees will not be accepted(Section VI). c. A completed and signed Pricing and Company Information Form(Section VII). The City is not responsible for the vendor's failure to provide information and pricing on required items. In this instance the prices submitted will prevail as the bid price for all required equipment,materials, labor,travel,delivery and shipping fees. d. In order to determine a proposers qualifications, each bidder shall furnish a narrative statement listing comparable contracts which they have performed during the last two (2)years,together with a general history of their operating organization. e. A completed Questions form(Section V). f. Include a complete plan for the performance of work. L CONTRACT AWARD: 1. The vendor's proposal must be complete to be considered for award. 2. The vendor shall not subcontract any part of this contract without the prior written approval of the City. All subcontractors working on this contract must be employed by and responsible to the awarded vendor. Bidder will be responsible for any and all warranties issued by subcontractors. 3. The City reserves the right to qualify,accept,or reject any or all vendors as deemed to be in the best interest of the City. The City of Iowa City reserves the right to accept or reject any or all proposals and to waive irregularities or technicalities in any proposal when in the best interest of the City. The City of Iowa City reserves the right to accept or reject any exception taken by the vendor to the terms and conditions of the Request for Proposal. 4. It is the City's intent to make an award within Sixty(60)working days of the proposal due date: RFP#07-31,Page 10 of 28 5. Award,if made,will be in accordance with the terms and conditions herein. 6. Award, if made, shall be in the form of a Purchase Order. 7. Any change to the contract must be approved in writing by the Purchasing Agent and the Contractor. 8. Consideration may be given to, but not limited to, the vendor's performance references, vendor's experience and expertise in the subject industry including number of current employees, the vendor's ability to comply with the requirements of this proposal, and pricing, City's perception of the vendor's understanding of the City's stated needs and specifications, as evidenced by vendor's proposal response. 9. Awarded vendor(s)will be required to complete the City's Contract Compliance Document for any contract that is valued at $25,000 or more. The Contract Compliance Document must be completed and returned to the City before commencement of work. 10. Awarded vendor(s) will be required to submit a current certificate of insurance prior to delivery and commencement of work. The certificate of insurance shall include the following items: • The City of Iowa City will be named as additional insured • Project bid number and project tide as the description • Insurance carriers will be rated as A or better by A.M.Best J. WORK SITE: 1. The Contractor shall at all times keep the adjacent areas of the property free from debris and the accumulation of any waste materials. 2. The Contractor shall maintain a safe work environment at all times. Safety will be the sole responsibility of the Contractor. The Contractor shall take all necessary precautions for the safety of the City's and Contractor's employees and the general public and shall erect and properly maintain at all times all necessary facility safeguards for the protection of the Contractor's employees and the general public. If necessary,the Contractor shall post signs warning against hazards in and around the work site. 3. The Contractor,in carrying the requirements of this contract,must employ methods or means that will not cause interruption of or interference with the work of any other Contractor or City personnel at the site. The Contractor's work schedule and activities to complete this project must be coordinated with the City Representative(s). K EVALUATION PROCESS: An evaluation committee will independently evaluate the merit of proposals received in accordance with the evaluation factors defined in the RFP. Failure of the bidder to provide any information requested in the RFP may result in disqualification of the proposal and shall be the responsibility of the bidder. The evaluation process shall be based on a 100 point scale. The proposal that accrues the highest point total shall be recommended for award subject to the best interests of the City of Iowa City. It is required that the proposal receive a minimum of 80 points in order to be considered for this award. Categories have been identified for the evaluation process. Each category shall receive a point value within the specified range based on how well the proposal meets or exceeds the City's requirements.The following table lists the maximum points associated with each category. Each proposal submitted stands alone and will be evaluated on its own merits in terms of meeting the City's requirements and terms and conditions,pricing,installation schedule,and overall responsiveness to the Request for Proposal. "Vendor submission of a proposal implies vendor acceptance of the evaluation technique and vendor recognition that some subjective judgments shall be made by the City of Iowa City during assignment of points." RFP#07-31,Page 11 of 28 POINT CATEGORY ASSIGNED POINTS 1. Work Plan 15 2. Customer Satisfaction/Experience/References 20 3.Pricing 50 4. Responsiveness to Proposal 15 Total 100 The above conditions and instructions clarify this specific bid document,but are in addition to the attached GENERAL CONDITIONS AND INSTRUCTIONS TO PROPOSERS(Section IV). • RFP#07-31,Page 12 of 28 SECTION III. CLEANING SPECIFICATIONS A. FLOORS: Three(3)times per week(Preferably Tuesday,Thursday and Saturday, but are flexible): The Contractor shall begin cleaning operation by sweeping floor with a treated dust-mop to remove all dirt, dust,trash,particles,and other debris.The Contractor shall utilize a mildly abrasive pad(or equivalent)to remove all scuff marks,scars, streaks,spills,stains,gum,tar,and other foreign substances.The Contractor shall then wet mop the floor. When wet mopping,the Contractor shall ensure that the floors,walls,baseboards,corners,thresholds,and adjacent surfaces are free of dirt,dust,marks,scars,streaks, spills,stains,gum,tar,and other foreign substances,including those resulting from the cleaning equipment and the splashing of cleaning solution. The Contractor shall ensure that all cleaning solutions have been mixed according to manufacturer's directions and are appropriate for the floor surface.The Contractor shall take the necessary precautions, including the display of"wet floor" signs,to ensure that facility users are advised of wet/slippery floors. (Restroom floors are addressed under"Restrooms.") Monthly: The Contractor shall damp mop floor with approved neutral base cleaner and cool water,ensuring that the mop is damp and not overly wet.This operation shall take place after the daily cleaning operation has been completed.The Contractor shall take the necessary precautions, including the display of"wet floor"signs,to ensure that facility users are advised of wet/slippery floors. Quarterly: The Contractor shall damp mop, and then spray buff floors) with an approved floor wax and a high-speed polisher with an abrasive pad. This operation shall take place after the daily cleaning operation has been completed. Excessive wax build-up shall not be present on floor, corners, or baseboards. The Contractor shall take the necessary precautions, including the display of"wet floor" signs, to ensure that facility users are advised of wet/slippery floors. (Restroom floors are addressed under"Restrooms.") Yearly: The Contractor shall strip and wax floor(s) with an approved floor wax. Entire room or corridor shall be completed in one operation, and shall be completed in accordance with the manufacturer's recommendation. The Contractor shall take the necessary precautions, including the display of"wet floor" signs, to ensure that facility users are advised of wet/slippery floors. (Restrooms floors are addressed under"Restrooms.") B. CARPETS AND FLOOR MATS: Three (3) times per week (Preferably Tuesday, Thursday and Saturday, but are flexible): The Contractor shall begin cleaning operation by removing all paper, gum, rubber bands, staples, paper clips, and other debris from the carpet. The Contractor shall then use a carpet vacuum to remove surface soil and embedded grit from all areas accessible to the carpet vacuum. Chairs and trash receptacles shall be moved to vacuum underneath, and then replaced in their original positions. The beater bars or brush of the vacuum shall be adjusted to correspond to the pile height of the carpet. A tank vacuum with a crevice tool and brush attachment shall be used to clean all areas, which are inaccessible to the carpet vacuum. The Contractor shall also spot clean the carpet to remove all spots, stains, gum,tar, and other foreign substances. When spot cleaning carpet, the Contractor shall use a spray foam product and a soft bristle brush to agitate the area; any dampness shall be removed by blotting area with a clean soft cloth. The City Representative(s)shall be notified if spot cleaning effort is not effective. Three(3)times per year: The Contractor shall thoroughly clean carpet(i.e.,carpeted area)using the water extraction method. The Contractor shall begin cleaning operation by removing all movable furnishings from the carpeted area, placing the furnishings in an appropriate temporary location. All paper, gum, rubber bands, staples, paper clips, and other debris shall be removed from the carpeted area. The Contractor shall then use a carpet vacuum to remove surface soil and RFP#07-31,Page 13 of 28 embedded grit. All spots and stains shall be treated with an approved spot cleaning solution and a soft bristle brush. Spot cleaning should continue until as much of the spot or stain as possible has been removed. Water extraction equipment shall be operated over the entire-carpeted area. All instructions provided by the manufacturers of the water extraction equipment and cleaning solutions shall be followed. After allowing sufficient drying time, the Contractor shall vacuum the carpeted area following a pattern, which will give the carpet pile a uniform appearance. The Contractor shall conclude the operation by replacing furnishings in their original locations. C. CLEANING WALL,WALL CABINETS AM)PARTITIONS: Weekly: The Contractor shall spot clean walls, including light switches, wall cabinets, and partitions to remove all dirt, cobwebs, mold, graffiti, grease, marks, stains, smears, mold, and other foreign substances. The Contractor shall ensure that the walls,wall cabinets, and partitions are uniformly clean, and that there are no smudge spots on the wall overlaps, and that water/cleaning fluids are not spilled onto floors or adjacent areas. D. CLEAN GLASS DOORS,PARTITIONS AND PANELS: Three(3)times per week(Preferably Tuesday,Thursday and Saturday,but are flexible): The Contractor shall spot clean glass doors,glass partitions,and glass panels.The glass surfaces shall be completely cleaned and dried,and shall present a uniform appearance free of all dirt, grime,smudges,stains,streaks,and foreign substances. E. CLEAN DOORS AND DOOR FRAMES: Weekly:The Contractor shall spot clean doors,including door glass and handles,and door frames to remove all dirt,cobwebs,mold,graffiti,grease,marks,stains,smears,and other foreign substances.The Contractor shall ensure that water/cleaning fluids are not spilled onto floors or adjacent areas. F. CLEAN CEILING VENTS AND LIGHT FIXTURES: Three(3)times per year: The Contractor shall dust and spot clean the ceiling vents and light fixtures to remove all dirt,particles,and cobwebs.The Contractor shall notify the City . Representative(s)of burned out light bulbs and missing or damaged ceiling tiles. G. CLEAN FURNISHINGS IN THE PUBLIC LOBBY AND LOUNGE AREA: Weekly: The Contractor shall spot clean all furnishings(i.e.,furniture)such as desks,chairs, cabinets,display cabinets,counters,tables(not including coffee shop tables),and other furnishings,including legs and bases as is appropriate to type.Furnishings shall be free of dust, particles,lint,litter,stains,smudges,fingerprints,gum,tar,grease,marks,streaks,and foreign substances. Items on top of the furnishings shall not be disturbed during the cleaning procedure. Wood:The Contractor shall use a soft clean cloth and an approved aerosol polish to clean surfaces. Wood furnishings shall not have an oily film when the surface is rubbed lightly with fingertips.Hard surface(other than wood):The Contractor shall use a sponge,clean cloth,and spray bottle of neutral detergent or glass cleaner to clean washable surfaces.Glass cleaner shall be used on all glass surfaces.After cleaning,these surfaces shall have a clean,uniform appearance,free from streaks,spots,and other evidence of removable soil.Vinyl:The Contractor shall wipe surfaces down with a cloth or sponge with an appropriate cleanser,re-wipe with a clean damp cloth,and dry with a clean cloth. Cloth: The Contractor shall use a lightly treated dust cloth,tank vacuum with dusting attachment,or a combination thereof to clean surfaces.When spot cleaning cloth furnishings,the Contractor shall use a spray foam product and a sponge to agitate the area; any dampness shall be removed by blotting area with a clean soft cloth.The Contractor shall notify the City Representative(s)if spot-cleaning effort is not effective. RFP#07-31,Page 14 of 28 H. DUST CLOCKS,LAMPS, TELEPHONES,TELEVISIONS.AND VIDEO CASSETTE RECORDERS: Bi-Weekly: The Contractor shall dust/polish,with a treated cloth,the exterior surfaces of all clocks, lamps,televisions and video cassette recorders. These items shall be free of dust,dirt, smudges, and fingerprints. I. DUST LEDGES,SHELVES,AND OTHER HIGH SURFACES: Bi-Weekly: The Contractor shall dust ledges,windowsills,air conditioner tops,shelves,and other high surfaces. These items shall be free of dust,dirt,cobwebs,and other foreign substances. J. EMPTY AND CLEAN TRASH RECEPTACLES: Three(3)times per week(Preferably Tuesday,Thursday and Saturday,but are flexible): The Contractor shall empty all trash receptacles.Liners shall be replaced daily.All trash must be bagged before it is placed in the dumpster. The interiors and exteriors of trash receptacles will be free of trash, liquids,gum, grease,and other foreign substances.Those trash receptacles which are found to contain liquids or other substances which could be the cause of odors shall be washed out and dried before new liners are installed.The Contractor shall place the removed trash into the dumpster/container located in the exterior trash enclosure.No trash should be left on the ground around the enclosure,or on top of the enclosure. K CLEAN WINDOWS,WINDOW SILLS,AND VENETIAN BLINDS: Three (3) times per week (Preferably Tuesday, Thursday and Saturday, but are flexible): The Contractor shall dust and spot clean all window frames below six(6)feet so that they are free of dust, dirt, grime, streaks, graffiti, and other foreign substances. The Contractor shall also spot clean windows to remove all smudges, fmgerprints,marks, streaks,graffiti, or foreign substances discovered on interior windows. Two(2) times per year: The Contractor shall thoroughly clean all interior and exterior windows, screens, and venetian blinds with a mild detergent so that they are free of dust, grime, and other foreign substances. L. CLEAN ENTRANCE GLASS: Bi-Weekly: The Contractor shall clean the interior and exterior sides of the entrance glass, entrance doors, and adjacent windows. The surfaces shall be completely cleaned and dried, and shall present a uniform appearance free of all dirt,grime, smudges,stains, streaks,and foreign substances. M. CLEAN STAIRS AND STAIRWAYS: Three(3)times per week(Preferably Tuesday,Thursday and Saturday,but are flexible): The Contractor shall clean stairs and stairways, including landings, in accordance with the specifications for"CLEAN FLOORS: Resilient Tile&Concrete"and"WALLS, WALL CABINETS&PARTITIONS." The Contractor shall also spot clean handrails,using a clean cloth and/or a sponge and cleaning solution,to remove all dust,dirt,cob webs,grease,oily film, fingerprints,stains,soils and other foreign substances. N. CLEAN DRINKING FOUNTAINS: Three(3) times per week(Preferably Tuesday,Thursday and Saturday,but are flexible): The Contractor shall use an approved germicidal disinfectant,applied from a spray bottle,a clean sponge,small brush or mildly abrasive pad to remove all hard water deposits,obvious soil, streaks, smudges,and foreign substances from the drinking fountain and entire cabinet. RFP#07-31,Page 15 of 28 O. CLEAN RESTROOMS: Three (3) times per week (Preferably Tuesday, Thursday and Saturday, but are flexible): Clean & Disinfect Sinks, Toilets, Urinals, Exposed Plumbing - The Contractor shall use a germicidal detergent, a clean sponge, abrasive pad, toilet bowl mop, clean cloth and cleanser to completely clean and disinfect all exposed surfaces of sinks, toilets, and urinals. The cleaning shall include the drying and polishing of all exposed hardware. The interior of toilets,toilet seats, and urinals shall be scoured using a bowl mop. After the interior has been scoured, the fixture shall be flushed and the water level followed down with a circular motion of the bowl mop to remove stains and chemical rings. After cleaning, the fixtures shall present a clean, bright, shiny appearance. Fixtures shall be free of all visible soil, scales,blood,feces,rust stains,scum, streaks, oily smudges, mineral deposits, and other foreign substances. All metal hardware such as flush valves, faucet valves, and faucets shall be wiped dry and be free of streaks, spots, stains, etc. Inoperable or broken fixtures shall be immediately reported to the City Representative(s). Clear Sink, Urinal & Toilet Stoppages - The Contractor shall attempt to clear all toilet and sink stoppages by use of a plunger or other device. If the attempt to clear the stoppage(s) has failed, the Contractor shall post an "out of order" sign on the sink, urinal, or toilet stall door, and shall immediately report the stoppage(s) to the City Representative(s). Where main sewer stoppages occur, the Contractor shall secure/lock the restroom, post an "out of order" sign on the restroom door,and shall immediately report the stoppage to the City Representative(s). Clean Walls, Partitions, Door Frames & Door Handles - The Contractor shall spot clean walls, partitions (including the interiors of toilet stalls and doors), door frames, and door handles to remove all dirt, cobwebs, graffiti, grease, marks, blood, feces, stains, smears, mold, and other foreign substances. The Contractor shall ensure that water/cleaning fluids are not spilled onto floors or adjacent areas. Clean & Disinfect Restroom Floors - The Contractor shall begin cleaning/disinfecting operation by sweeping floor with a dust mop or broom to remove all dirt, dust, trash, particles, and other debris. The Contractor shall also remove all feces, blood and vomit by flushing it down the floor drain, by use of water blaster, if necessary. The Contractor shall then thoroughly wet the entire floor utilizing a wet mop, mop bucket and wringer, and a germicidal disinfectant solution. The solution must be allowed to remain on the floor for three to four minutes, and shall then be agitated using a scrub brush or an abrasive pad. The cleaning solution shall be removed using a well-wrung mop, or it may be squeegeed to the floor drain. After being mopped, the floor shall have a uniform appearance with no streaks, film, swirl marks, detergent residue,mop strings, and grout should be free of mold or other evidence of soil. The Contractor shall ensure that there are no splash marks or mop streaks left on fixtures,walls,baseboards,trash receptacles,etc. Empty&Clean Trash Receptacles -The Contractor shall empty all trash receptacles. Liners shall be replaced daily. The interiors and exteriors of trash receptacles will be free of trash, liquids, gum, grease, and other foreign substances. Those trash receptacles which are found to contain liquids or other substances which could be the cause of odors shall be washed out and dried out before new liners are installed. The Contractor shall place the removed trash into the dumpster/container located in the exterior trash enclosure. No trash should be left on the ground around the enclosure, or on top of the enclosure. Clean Mirrors - The Contractor shall remove all soil, streaks, smudges, film, and foreign substances from the mirror surface and frame using glass cleaning solution(in a spray bottle)and a cloth.Mirror surface shall be polished with a clean,dry cloth so that it presents a uniform,clean appearance.Adjacent shelves shall be cleaned in the same manner. Fill & Clean Paper Dispensers - The Contractor shall refill all paper towel, toilet tissue, sanitary napkin, and other paper dispensers to the proper fill level. The Contractor shall also wipe clean the dispensers and adjacent surfaces with a germicidal detergent to remove hand prints and smudges. RFP#07-31,Page 16 of 28 Fill & Clean Soap Dispensers -The Contractor shall refill all soap dispensers to their proper fill level, in accordance with manufacturer's instructions. The Contractor shall also wipe clean the dispensers and adjacent surfaces, removing any spills created during the refilling process. The Contractor shall check all dispensers for proper operation, and shall report inoperative devices to the City Representative(s). P. BATHROOM FLOORS: Annually: Strip and Seal Floors - The Contractor shall strip and seal floors, with an approved sealer. No wax shall be applied. The Floor shall be free of dirt, dust, mold, streaks, marks, stains, cleaning application residue, watermarks, cleaning equipment marks, splashing, and dissolved and finished particles, and other foreign substances. Walls, baseboards, and other surfaces shall be clean and free of watermarks, cleaning equipment marks, and splashing. The Contractor shall ensure that baseboards,tile, fixtures and other equipment is not damaged,disfigured,or impaired. The Contractor shall take the necessary precautions, including the display of"wet floor" signs,to ensure that facility users are advised of wet/slippery floors. Clean Ceiling Vents, and Light Fixtures - The Contractor shall thoroughly clean, using a germicidal disinfectant and sponge or clean cloth,the ceiling vented and light fixtures to remove all dirt, grease, particles, cobwebs, and other foreign substances. The Contractor shall not use a hose or other means for this operation. Q. CLEAN EXTERIOR: Daily: Remove Litter-The Contractor shall collect and remove all litter and debris located in the parking lot, driveways, shrub beds, entrances, stairways, and patios. Litter/debris shall be placed into the dumpster/container located in the exterior trash enclosure.No trash should be left on the ground around the enclosure,or on top of the enclosure. Sweep Entryways, Walkways & Stairs - The Contractor shall sweep the entryways, walkways (i.e., sidewalks) and stairs to remove all dirt, debris, and litter. The Contractor shall ensure that sweeping operations do not pose a hazard to people using the facility. Clean Handrails - The Contractor shall spot clean handrails, using a clean cloth and/or a sponge and cleaning solution, to remove all dust, dirt, cobwebs, grease, oily film, fingerprints, stains, soils,and other foreign substances. Empty and Clean Exterior Trash Receptacles - The Contractor shall empty all exterior trash receptacles and replace plastic liners daily. The interiors and exteriors of trash receptacles will be free of trash, liquids, gum, grease, and other foreign substances. Those trash receptacles which are found to contain liquids or other substances which could be the cause of odors shall be washed out and dried out before new liners are installed. The Contractor shall place the removed trash into the dumpster/container located in the exterior trash enclosure. No trash should be left on the ground around the enclosure,or on top of the enclosure. Weekly: Wash Front& Rear Entryways -The Contractor shall hose down and scrub, with a stiff broom or brush, the front and rear entryways and the adjacent walkways,to the east and the west, within 25 ft. Entryways and adjacent walkways shall be free of dirt, stains, litter, debris, bird droppings, and other foreign substances. Work shall be completed in one operation and shall take place after 8:00 p.m. Yellow caution tape shall be placed at a suitable perimeter around the work site,and "wet floor" or caution signs shall be strategically placed. Monthly: Entryway covered ceiling—Wipe down and remove all cobwebs and dirt. RFP#07-31,Page 17 of 28 R VENDING AREA Three(3)times per week(Preferably Tuesday,Thursday and Saturday, but are flexible): The Contractor shall begin cleaning operation by sweeping floor with a treated dust-mop to remove all dirt, dust,trash,particles,and other debris. The Contractor shall utilize a mildly abrasive pad(or equivalent)to remove all scuff marks,scars,streaks,spills,stains,gum,tar,and other foreign substances.The Contractor shall then wet mop the floor. When wet mopping,the Contractor shall ensure that the floors,walls,baseboards,corners,thresholds,and adjacent surfaces are free of dirt, dust,marks,scars,streaks, spills,stains, gum,tar, and other foreign substances, including those resulting from the cleaning equipment and the splashing of cleaning solution.The Contractor shall ensure that all cleaning solutions have been mixed according to manufacturer's directions and are appropriate for the floor surface. The Contractor shall take the necessary precautions,including the display of"wet floor" signs,to ensure that facility users are advised of wet/slippery floors.(Restroom floors are addressed under"Restrooms.") Annually: Strip and Seal Floors - The Contractor shall strip and seal floors, with an approved sealer.No wax shall be applied. The Floor shall be free of dirt, dust, mold, streaks,marks, stains, cleaning application residue, watermarks, cleaning equipment marks, splashing, and dissolved and finished particles, and other foreign substances. Walls, baseboards, and other surfaces shall be clean and free of watermarks, cleaning equipment marks, and splashing. The Contractor shall ensure that baseboards,tile, fixtures and other equipment is not damaged,disfigured,or impaired. The Contractor shall take the necessary precautions, including the display of"wet floor" signs, to ensure that facility users are advised of wet/slippery floors. Clean Ceiling Vents, and Light Fixtures - The Contractor shall thoroughly clean, using a germicidal disinfectant and sponge or clean cloth,the ceiling vented and light fixtures to remove all dirt, grease, particles, cobwebs, and other foreign substances. The Contractor shall not use a hose or other means for this operation. S. EMERGENCY CUSTODIAL SERVICES: Emergency services may include, but are not limited to, cleaning up spills, leak, floods, sickness, animal wastes, breakage, etc. In the event an emergency situation is of such magnitude the regularly scheduled tasks cannot be accomplished, the City Representative(s) shall be so informed. Emergency services shall be judged according to the nature of the procedure (i.e. separate standards apply to each function)and on the responsiveness to the situation. RFP#07-31,Page 18 of 28 Section IV—REQUEST FOR PROPOSAL CITY OF IOWA CITY—PURCHASING DIVISION GENERAL CONDITIONS AND INSTRUCTIONS TO PROPOSERS The general rules and conditions which follow apply to all proposals issued by the City unless other- wise specified. Proposers or their authorized agents are expected to fully inform themselves as to the conditions, requirements, and specifications before submitting proposals; failure to do so shall be at the proposer's own risk. REQUEST FOR PROPOSAL(RFP): is defined as a request for an offer, by one party to another, of terms and conditions with reference to some work or undertaking. This document constitutes a REQUEST FOR PROPOSAL, and is thus a solicitation for responses. Conversely, this REQUEST FOR PROPOSAL is NOT a bid and is not governed by state or federal bidding requirements. Moreover,any acceptance of a proposal shall NOT result in a binding contract between the City and the proposer, but instead will simply enable negotiations to take place which may eventually result in a detailed and refined agreement or contract between the proposer and the City. "Proposal date" as referenced herein shall mean the local date and time specified in the proposal documents. A. CONDITIONS FOR PROPOSING 1. COMPLETENESS/AUTHORIZATION OF PROPOSAL. Proposer shall supply all information and submittals required by the proposal documents to constitute a proper proposal.The proposal shall clearly state the legal name, address, telephone number, and fax number of the proposer. The proposal shall be signed above the typed or printed name and title of the signer. The signer shall have the legal authority to bind the proposer to the proposal. 2. ADDRESSING OF PROPOSAL. Unless otherwise specified, faxed proposals will not be accepted. Proposal shall be submitted in a sealed envelope or box clearly marked on the front with proposal number and due date,and unless otherwise specified,addressed to: City Clerk's Office City of Iowa City City Hall-410 E.Washington St. Iowa City,Iowa 52240 3. PROPOSAL DEADLINE. Proposer shall be responsible for taking whatever measures are necessary to ensure that the proposal reaches the office of the City Clerk or other specified agent on or before the local time and date specified. The City shall not be responsible for,and may not consider,any proposal delayed in the postal or other delivery service, or in the City's internal mail system, nor any late proposal, amendment thereto, or request for withdrawal of proposal received after the date specified. Proposals received after the time and date specified on the Request for Proposal will not be opened and will not be considered for award. A written request for withdrawal of a proposal or any part thereof may be granted, provided the request is received in writing by the City prior to specified proposal date. 4. RECEIPT OF PROPOSALS. Unless otherwise required by the Iowa Public Records law,during the process of negotiations, no proposals shall be handled so as to permit disclosure to competing proposer's of the identity of the proposer with whom the City is negotiating or the contents of the proposal. RFP#07-31,Page 19 of 28 5. PROPOSALS BINDING 120 DAYS. Unless otherwise specified, all formal proposals submitted shall be binding for one hundred and twenty (120) calendar days following proposal date, unless the proposer(s),at the City's request,agrees in writing to an extension. 6. TRADE SECRETS OR PROPRIETY INFORMATION. The laws of Iowa require that at the conclusion of the selection process the contents of all proposals be placed in the public domain and be open to inspection by interested parties. Trade secrets or proprietary information that are recognized as such and protected by law may be withheld. 7. MULTIPLE PROPOSALS. Proposers may submit more than one proposal, provided the additional proposal or proposals are properly submitted on the proposal forms or in the proposal format. 8. COMPETENCY OF PROPOSER No proposal may be accepted from or contract awarded to any person, firm or corporation which is in arrears or in default to the City of Iowa City upon any debt or contract. Prior failure of a proposer to perform faithfully on any previous contract or work for the City may be grounds for rejection. If requested, the proposer, shall present evidence of performance ability and possession of necessary facilities, pecuniary resources and adequate insurance to comply with the terms of these proposal documents; such evidence shall be presented within a specified time and to the satisfaction of the City. 9. COLLUSIVE PROPOSING. The Proposer certifies that the proposal is made without any previous understanding, agreement or connection with any person, firm, or corporation making a proposal for the same project, without prior knowledge of competitive prices, and that the proposal is in all respects fair, without outside control,collusion,fraud or otherwise illegal action. 10. OFFICERS NOT TO BENEFIT. Upon signing this agreement, Consultant acknowledges that Section 362.5 of the Iowa Code prohibits a City officer or employee from having an interest in a contract with the City, and certifies that no employee or officer of the City, which includes members of the City Council and City boards and commissions,has an interest, either direct or indirect, in this agreement, that does not fall within the exceptions to said statutory provision enumerated in Section 362.5 11. EQUAL EMPLOYMENT OPPORTUNITY. All proposers are subject to and must comply with the provisions of the City's EEO policy and applicable local,state and federal anti-discrimination laws.All City contractors, subcontractors or consultants with contracts of$25,000 or more(or less, if required by another governmental agency) must abide by the requirements of the City's Contract Compliance. Emergency contracts are exempt from this provision. B. INSURANCE 1. INSURANCE REQUIREMENTS. The successful proposer shall provide insurance as follows: a. Certificate of Insurance;Cancellation or Modification (1)Before commencing work,the Proposer shall submit to the City for approval a Certificate of Insurance meeting the requirements specified herein,to be in effect for the full contract period. (2) The Proposer shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. (3)Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract,and to withhold payment for any work performance on the contract. b. Minimum Coverage RFP#07-31,Page 20 of 28 (1)Any policy or policies of insurance purchased by the Proposer to satisfy their responsibilities under the proposal shall include contractual liability coverage, and shall be in the following type and minimum amounts: Insurance Requirements Formal Project Specs: Class II(over$1M) 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 b. 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: d. Errors&Omissions $500,000 e. Fidelity Bond(minimum) $50,000 c. Hold Harmless;Endorsement Required (1) The Proposer, including their subcontractors, contractors, employees, representatives or agents, shall indemnify,defend and hold harmless the City of Iowa City and its officers,employees,and agents from any and all liability, loss, cost, damage and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions or suits based upon or alleging bodily injury including death, or property damage rising out of or resulting from the Proposer's operations under this document. (2)Proposer is not,and shall not be deemed to be,an agent or employee of the City of Iowa City,Iowa. (3) Responsibility for Damage Claims(1107.12 Iowa Supreme Court)—Notwithstanding the above, it is specifically agreed between the parties executing this contract that it is not intended by any of the provisions of any part of the contract documents to create in the public or any member thereof a third party beneficiary hereunder,or to authorize anyone not a party to this contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this contract. It is understood that no subcontractor is a third party beneficiary to any contract between the Contracting Authority and the prime contractor.Nothing in any special provision or any supplemental specification shall be construed as eliminating or superseding the requirements of this section. C. SPECIFICATIONS 1. FORMAL SPECIFICATIONS. The proposer shall abide by and comply with the true intent of the specifications(i.e., not take advantage of any unintentional error or omission). Whenever mention herein is made of a service to be provided in accordance with laws,ordinances,building codes,underwriters'codes or similar expressions, the requirements of these laws, ordinances, etc., shall be construed as the minimum requirements of the specifications. The absence of a written list of deviations submitted with the proposal shall hold the proposer strictly accountable to the City and to the specifications as written. Any unauthorized deviation from the specifications may be grounds for rejection of the service when delivered. RFP#07-31,Page 21 of 28 2. PROPOSED ALTERNATE. When an item is identified in the bid document by a manufacturer's name or catalog number, it is understood that the bidder proposes to furnish the commodity and/or service so identified by the City unless the bidder specifically proposes an alternate.In bidding on a proposed alternate, the bidder shall clearly state on his/her bid exactly what he/she proposes to furnish,and forward with his/her bid, a complete description of the proposed alternate, including brand, model number, drawings, performance and test data,references,and any other information necessary for a complete evaluation.Bidder shall include a statement setting forth any changes in other materials,equipment,or other work which would be required by incorporation of the proposed alternate. The burden of proof of the merit of the proposed alternate is upon the proposer. The City's decision to approve or disapprove of a proposed alternate shall be final. 3. QUALIFICATIONS, CREDENTIALS AND REFERENCES. The proposer shall provide a description of qualifications, credentials, experience, and resources as they relate to the provision of the proposal. The proposer shall also provide a list of clients for whom similar work has been performed within the last two years,including the firm,contact person,address,and phone number of each contact person. 4. ADDENDUM TO SPECIFICATIONS. Any substantive interpretation, correction or change of the proposal documents shall be made by written addendum. Unless otherwise specified the addendum will be posted to the City of Iowa City web-site www.icgov.org/commodities.asp. Interpretation, corrections or changes of the proposal documents made in any other manner shall not be binding. Such interpretations, corrections or changes shall not be relied upon by proposer. Any addenda shall be issued by the City within a reasonable time prior to the proposal date. It is the proposer's responsibility to visit this web-site to insure that they have received all important addenda or revisions to the Request for Proposal prior to bidding. D. SELECTION OF FIRM 1. REJECTION OF PROPOSALS. The City reserves the right to accept or reject any or all proposals, to waive irregularities and technicalities, and to request resubmission. The City also reserves the right to reject the proposal of any proposer who has previously failed to perform properly or complete on time contracts of a similar nature, or a proposal from a proposer who, investigation shows, is not in a position to satisfactorily and timely perform the contract. 2. SELECTION. The City desires to enter into negotiations and ultimately reach an agreement with a Proposer who demonstrates the best combination of attributes to conduct the project,and who also negotiates a project cost with the City that is fair and reasonable. The City may conduct discussions with any proposer who has submitted a proposal to determine qualifications, for further consideration. Since the initial review by the City will be deemed preliminary in nature, the document and process will be deemed confidential until such time as the successful proposer is selected.Criteria for selection will include but not be limited to: - ability to provide the type and quality of service that best meets the needs of the City. - organization,size,management and structure of the firm to provide service. - experience and qualifications of the persons with supervisory and management assignments, especially relating to similar work assignments. - satisfactory reference checks of clients on similar projects. - previous and existing compliance with laws and ordinances relating to contracts with the City and to the proposer's employment practices. - whether the proposer is in arrears to the City, in debt on a contract or is a defaulter on a surety or other agreement with the City. - if a reasonable doubt arises as to proposer's solvency, the City reserves the right to require financial information sufficient to show solvency. - cost estimate;the City is not required to accept the proposal with the lowest cost estimate. Once the City has reached an agreement with the Proposer,a purchase order will be issued to the awardee. The purchase order will define the conditions of the contract between the City and the contractor selected to receive the award. RFP#07-31,Page 22 of 28 3. CORRECTIONS TO SUBMITTED PROPOSALS. Any changes that are made to this proposal using correction fluid,writing utensils,etc. before submission must be dated and initialed in each area that a change was made. 4. PRICING REQUIREMENTS. All pricing submitted by the bidder shall be indicated in both words and figures. (Ex. $200.50,Two hundred dollars and fifty cents). 5. PRESENTATIONS. When required and based on an evaluation of proposals submitted,the City may select finalists who will be required to participate in interviews, including key personnel designated for the proposal, and to make presentations regarding their qualifications and their ability to furnish the required service to best serve the needs of the City. Formal presentations will be scored and evaluated by a committee. The evaluation committee will make a recommendation to the City Manager and if required, to the City Council for final approval.Nothing in the proposal can obligate the City to enter into a contract. 6. FEDERAL TRANSIT FUNDS. Purchases utilizing Federal Transit funds are not eligible for local or state purchase. 7. ERRORS IN PROPOSAL. Any ambiguity in any proposal as a result of omission, error, lack of clarity or non-compliance by the proposer with specifications, instructions and conditions shall be construed in the light most favorable to the City. Changes in proposals shall be initialed and dated. E. GENERAL CONTRACT PROVISIONS 1. CONTRACT AWARD. Upon City's selection and satisfactory negotiation between City and Proposer on the work to be performed, a written award in the form of a Purchase Order, contract or other instrument shall result in a binding contract without further action by either party. The contract shall be on forms provided by the City; or if the proposer's contract document is used, the City reserves the right to modify any document to conform to the request for proposal and to do so in the light most favorable to the City. 2. INSURANCE. Current Certificate of Insurance in the amounts specified shall be on file with the City before work can commence. 3. AVAILABILITY OF FUNDS. A contract shall be deemed valid only to the extent of appropriations available to each project. The City's extended obligation on these contracts which envision extended funding through successive fiscal periods shall be contingent upon actual appropriation for the following fiscal year. 4. CONTRACT ALTERATIONS. No alterations or variables in the terms of a contract shall be valid or binding upon the City unless authorized in writing by both parties. 5. SUBLETTING OF CONTRACT. Proposer shall not assign, transfer, convey, sublet or otherwise dispose of the contract or their right, title or interest therein, or their power to execute such contract to any other person, firm or corporation without the prior written consent of the City, but in no case shall such consent relieve the Proposer from their obligations,or change the terms of the contract. 6. CONTRACT PERIOD. Contract shall remain in force for the full specified period and until all services have been satisfactorily delivered and accepted and thereafter until all requirements and conditions shall be met,unless: a. Extended upon written authorization of the City and accepted by contractor, for a period negotiated and agreed upon by both parties,when in the best interest of the City. RFP#07-31,Page 23 of 28 b. Terminated due to default,as described below. 7. DEFAULT. The contract may be cancelled or annulled by the City in whole or in part by written notice of default to the Proposer upon non-performance, violation of contract terms, delivery failure, bankruptcy or insolvency,or the making of an assignment for the benefit of creditors. The City reserves the right to grant Contractor a specified cure period during which to cure or remedy the default, which cure period shall be included in the written notice of default. If default is not cured within the specified time,City reserves the right, but is not obligated to, extend the cure period or City may deem the Contract terminated without further notice. In either event,the defaulting Contractor(or his/her surety)shall be liable to the City for cost to the City in excess of the defaulted contract price. Lack of knowledge by the Contractor will in no way be a cause for relief from responsibility. If the Contract is terminated, an award may then be made to the next qualified proposer; or when time is of the essence,services may be contracted in accordance with Emergency procedures. 8. INDEMNITY. The Proposer shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs)resulting from,arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury including death, or property damage rising out of or resulting from the Proposer's operations under this Contract,whether such operations be by the Contractor or by any Subcontractor or by anyone directly or indirectly employed by either. Proposer is not,and shall not be deemed to be,an agent or employee of the City of Iowa City. Proposer further agrees to: a. Save the City its agents and employees harmless from liability of any nature or kind for the use of any copyright or uncopyright composition,secret process,patented or unpatented invention,article or appliance of which the Proposer is not the patentee,assignee, licensee or owner,furnished or used in the performance of the contract. b. Obtain all permits and licenses required by city, state and federal governments and pay all related fees. The Proposer shall also comply with all laws,ordinances,rules and regulations of the City, State of Iowa and the Federal Government. 9. NON-DISCRIMINATION. Proposer shall not discriminate against any employee or applicant for employment or any member of the public because of race, color, creed,religion,national origin, sex, sexual preference, disability, marital status, gender identity or age, in keeping with the Equal Employment Policy Statement, or otherwise commit an unfair employment practice. Proposer further agrees that this non- discriminatory agreement shall be incorporated by the Proposer in all contracts entered into with suppliers of commodities and/or services, contractors and subcontractors, and all labor organizations furnishing skilled, unskilled and craft union skilled labor, or who may perform any such labor or services in connection with this contract. F. PAYMENT PROVISIONS 1. PAYMENT TERMS. Payment may be made only after inspection and acceptance by the using department. Payment of balances shall be made only after approval and final acceptance by the City. 2. INVOICING. Invoices shall be submitted monthly for all work completed during the previous month. Following acceptance of each payment term, payment shall be made within thirty (30) calendar days from receipt of itemized invoice.Before City will pay any invoice,the invoice must first include proposal number, department name,dollar amount,and any other pertinent information.Submit invoice in duplicate to: Accounting Division City of Iowa City 410 East Washington St. Iowa City,Iowa 52240 RFP#07-31,Page 24 of 28 3. WITHHOLDING PAYMENT. Consideration for withholding payment shall include faulty materials, or workmanship, failure to meet delivery deadlines, and liens that have been filed, or evidence indicating a possible filing of claims. In all cases, regulations and limitations imposed by the Federal Government and State of Iowa shall prevail. 3. TAXES. The City of Iowa City is exempt from all Federal, State of Iowa and other states'taxes on the purchase of commodities and services used by the City of Iowa City within the State of Iowa. The Central Services Division shall provide tax exemption certification to out-of-state suppliers as required. Out-of-state taxes imposed on purchases of commodities and/or services which are used within another state are applicable and subject to payment. Contractors shall bill the City Accounting Division, including tax, for contracts pertaining to the alteration, construction or repair of real property. The Contractor shall provide the necessary Iowa Department of Revenue Contractor's Statement (one contractor's statement for each subcontractor). The Accounting Division shall then contact the State of Iowa for tax reimbursement. Contractors and subcontractors shall pay all legally required sales,consumer and use taxes on all commodities and/or services purchased or rented to complete their contract. If a contractor,subcontractor,or builder is to use building materials,supplies,and equipment in the performance of a construction contract with a designated exempt entity,the person shall purchase such items of tangible personal property without liability for the tax if such property will be used in the performance of the construction contract and a purchasing agent authorization letter and an exemption certificate,issued by the designated exempt entity,are presented to the retailer. RFP#07-31, Page 25 of 28 SECTION V.QUESTIONS 1. How long has your organization been in business? 2. List below, or on an attachment, all pertinent information and/or data that indicated your Company's ability to satisfactorily perform to the terms of the contract? 3. Have you personally inspected the proposed work sites and have a complete plan for the performance of the work? Include the plan with your proposal. 4. Will you subcontract under this contract?(carpet cleaning and window washing only) 5. Has your firm ever failed to perform satisfactorily or defaulted on contracts awarded to you? 6. State the true, exact correct and complete name of the partnership, corporation or trade name under which you do business and the address and place of business. * If a corporation,state the name of the President and Secretary *If a partnership,state the names of all partners. *If a trade name,state name(s)of individual(s)who do business under the trade name. 7. List the name,address and telephone number of contact for emergency service. RFP#07-3I, Page 26 of 28 SECTION VL REFERENCES The Bidder must provide a minimum of three references from past and present clients for projects similar in scope to this project including the company or agency's name and address, the name, title, phone number of each reference, and number of years servicing this account. The City reserves the right to contact each reference to assist with the evaluation of this proposal. References from other City of Iowa City employees will not be accepted. 1.) Company Name: Company Address: Company Contact: Title of Contact: Phone Number: Number of years servicing this account: 2.) Company Name: Company Address: Company Contact: Title of Contact: Phone Number: Number of years servicing this account: 3.) Company Name: Company Address: Company Contact: Title of Contact: Phone Number: Number of years servicing this account: Note: Additional references may be included with the submitted bid. RFP#07-31, Page 27 of 28 SECTION VII. PRICING&COMPANY INFORMATION FORM The pricing listed below shall include all labor,materials, equipment,travel, delivery,and shipping fees for janitorial services. All quoted prices shall be designated F.O.B.City of Iowa City, 1801 S Riverside Dr,Iowa City, IA 52240. Monthly janitorial service cost $ Total Price for the contract year $ Written Total Price$ (example: six hundred and forty-five dollars) Miscellaneous Fees: ALTERNATIVE FEE STRUCTURE: (Please attach a detailed explanation and include documentation if your firm's pricing is calculated differently than stated above) The undersigned bidder,having examined and determined the scope of this Request for Proposal,hereby proposes to provide the required labor, services and equipment and to perform the work as described in the bid documents and to do all work at the prices set forth within. The undersigned bidder certifies that this proposal is made in conformity with the Request for Proposal and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Request for Proposal prepared by the City of Iowa City,the Request for Proposal shall prevail. The undersigned bidder states that this bid is made in conformity with the specifications and qualifications contained herein. In the event that there are any discrepancies or differences between any conditions of the vendor's proposal and the Request for Proposal prepared by the City of Iowa City,the City's Request for Proposal shall prevail. The undersigned bidder certifies that this proposal is made in good faith and without collusion or connection with any other person or persons bidding on the project. Name of Firm: Authorized Representative: Signature of Representative: Title of Authorized Representative: Address: City/State/Zip: RFP#07-31,Page 28 of 28 Phone Number: Fax Number: Website Address: E-Mail Address: Date Signed: Addenda Form The undersigned hereby acknowledges receipt of the following applicable addenda: Addenda Number Date Ii • Midwest Janitorial Service,Inc Iowa's Largest Continues To Grow — 1395 N Center Point Rd Hiawatha,Iowa 52233-1239 Phone:319-393-6162 Pax:319-393-9263 Charles Norton, Sr. moved from Minneapolis, Minnesota to Cedar Rapids, Iowa in the summer of 1958 to found Cedar Rapids'first organized janitorial contracting firm, Midwest Janitorial Service, Inc. One of Chuck's first decisions made was that his new business would grow through customer word of mouth, not by a high pressure sales force. Chuck and his late wife, Anne, spent 18 to 20 hour days building their dream. Today he can see that all their efforts have achieved some measure of success. With a labor force of 500 plus employees and over eight million square feet of floor space serviced each night, they have brought Midwest to a national ranking that puts us in the top 10%. The company decided in 1967 to branch out into Iowa City. In 1970 Midwest found their way to Burlington and Fort Madison. Then in 1971 Davenport and the Quad Cities area were added and in 1985 Midwest expanded once again to Des Moines and Waterloo. Most recently an office in Muscatine was opened in 2003. Requests from our janitorial customers for help in purchasing the correct entrance mats, the ideal waste container, the best hand soap, toilet tissue, light bulbs and the like, convinced us to open Midwest Janitorial Supply Corporation in 1977. Many times since we have heard how satisfied our customers are that it only takes one phone call to cover their building maintenance needs. Today's management has not lost sight of those original ideals, "quality comprehensive service for a fair price". Midwest's management structure provides the back bone of our success in keeping you, the customer, satisfied. All contractors basically hire from the same labor force. Only through training classes, an organized/structured system of Burlington,Iowa supervision and a professionally tailored service job description, can the final results be 319-752-8666 consistently professional. Take the time to listen to a Midwest Janitorial representative Davenport,Iowa explain our system. We feel this is the only way for you to totally understand why all 563-386-7001 janitorial services are not the same. We think after a close evaluation of all criteria you will join the other 500 plus businesses that have selected our nationally ranked firm. Iowa City,Iowa 319-338-9964 Waterloo,Iowa 319-233-6787 Des Moines/Ames,Iowa 515-279-9247 Muscatine,Iowa 563-262-3073 • • Iy November 1, 2006 Midwest Janitorial Service,Inc. Iowa City Municipal Airport 1801 South Riverside Drive 1395 • wh ,CInterowa Point Iowa City, Iowa 52246 Hiawatha,Iowa 52233-1239 Phone:319-393-6162 Fax:319-393-9263 Dear Mr. Mike Tharp, Enclosed is our updated cost proposal for janitorial services at the Iowa City Municipal Airport. We currently have provided janitorial services to the airport since 1980. Due to the increase in tasks & frequencies we are proposing increasing the daily hours 1 hour per day from April—October and .5 hour per day November—March. We have allocated additional hours through the spring; summer&fall to incorporate pressure washing& additional yard clean up. Also added to this proposal are quarterly buffing (March, June, September, December), 3x year shampoo &extract(April, August,December), and semi annual window cleaning (March, September). We have included and accepted all terms required within the RFP. Additionally, every employee has a complete background check prior to placement and is also required to attend class room training & on site training. Our training not only includes proper use of equipment, chemical & cleaning procedures but also includes OSHA, Hazard Assessments, and Bloodborne Pathogens. We provide a night supervisor to inspect completed work&a day manager to inspect work or requests during regular business hours. A manager performs quality assurance at least monthly and the night supervisor performs inspections at least weekly. We have valued the partnership we have had for the last 26 years and hope to continue for many years to come. Please feel free to contact me at 319-393-6162 if you have questions or need additional information. Burlington,Iowa Sincerely, 319-752-8666 /j Artier-A 4 41/ A�/L s Davenport,Iowa KimberlyA. Hotchkiss 563-386-7001 President Iowa city,Iowa Midwest Janitorial Service, Inc. 319-338-9964 Waterloo,Iowa 319-233-6787 Des Moines/Ames,Iowa 515-279-9247 Muscatine,Iowa 563-262-3073 ISECTION V. QUESTIONS 1. Midwest Janitorial Service, Inc.has been serving Eastern Iowa since 1958. We are a locally owned family business. 2. Please see cover letter noting additions,employee training&quality assurance. If for any reason you are unsatisfied with work completed we immediately send a representative to correct deficiencies or return that evening to correct deficiencies depending on what is most convenient for the client. We offer a customer service email(customerservice@midwestjanitorial.com)that comes directly to me and is a convenient way to notify us of requests or anything you would like completed. 3. We have cleaned the airport since 1980 and are able&willing to meet any of your needs. The updated proposal includes tasks, frequencies and areas not currently included. 4. The only subcontractor would be window washing. 5. No we have not defaulted on a contract. We strive to provide exceptional quality assurance and immediately resolve any requests made of us. 6. Midwest Janitorial Service, Inc. Kimberly A. Hotchkiss/President Craig A. Hotchkiss/Secretary 7. We provide service 24/7/365. We can be reached at 319-338-9964 (locally), 1800-249-6161 (Corporate). Every manager& supervisor are provided cell phones, we use an after hour answering service& check customer service email 7 days a week. First point of contact would be Jim Rajtora(Operation Manager) 319-210-0212 (cell). Is MidWeSt November 1, 2006 Janitorial Service,Inc. 1395 N Center Point Rd Hiawatha,Iowa 52233-1239 Phone:319-393-6162 Iowa City Municipal Airport Fax:319-393-9263 1801 South Riverside Drive Iowa City, Iowa 52246 Dear Mr. Mike Tharp, Midwest Janitorial Service,Inc.has been performing janitorial services in Eastern Iowa since 1958. We have branch offices in Waterloo, Iowa City,Burlington, Quad Cities,Muscatine, Des Moines, Cedar Rapids (Corporate Office) and most recently St. Louis,MO. Three accounts in Iowa City that we provide service to are Oral B Laboratories and Johnson County Administration Building. We provide daily, five times per week service, floor, carpet and window maintenance. We provide service to the US Banks in Waterloo, Cedar Rapids,Muscatine, Burlington and the Quad Cities as well. Sincerely, // r"7 A • t h-Ah4- Kimberly A. Hotchkiss President Midwest Janitorial Service,Inc. Burlington,Iowa 319-752-8666 Davenport,Iowa 563-386-7001 Iowa City,Iowa 319-338-9964 - Waterton Iowa 319-233-6787 Des MoinzIAmes,Iowa 515-279-9247 Muscatine,Iowa 563-262-3073 RFP#07-31,Page 26 of 28 SECTION VI. REFERENCES The Bidder must provide a minimum of three references from past and present clients for projects similar in scope to this project including the company or agency's name and address, the name, title, phone number of each reference, and number of years servicing this account. The City reserves the right to contact each reference to assist with the evaluation of this proposal. References from other City of Iowa City employees will not be accepted. 1.) Company Name: US Bank Company Address: 222 2nd Ave SE, Cedar Rapids, IA 52401 Company Contact: Margo Rouette Title of Contact: Property Administrator Phone Number: 319-368-4295 Number of years servicing this account: 17 years 2.) Company Name: Oral B Laboratories Company Address: 1832 Lower Muscatine Rd, Iowa City, IA 52240 Company Contact: Roger Volz Title of Contact: Facilities and Maintenance Manager Phone Number: 319-338-5411 Number of years servicing this account 9 years - 3.) Company Name: Johnson County Administration Company Address: 913 S Dubuque St. Iowa City, IA 52240 Company Contact: David Kempf Title of Contact: Facilities Manager Phone Number: 319-356-6073 ext 288 Number of years servicing this account: 5 years Note: Additional references may be included with the submitted bid. Ihi RECOMMENDATIONS Please feel free to contact the following companies as a recommendation of the type of service we render: CEDAR RAPIDS LOCATIONS C.R. Public Library (over 80,000 sq.ft.) Bryan Davis 319-398-5123 Collins Credit Union (over 40,000 sq.ft.) Rick Benhart 319-393-9000 Duane Arnold Energy Ctr (over 158,000 sq.ft.) Kathleen Furman 319-851-7015 Elmcrest Country Club 319-366-8401 Fisery Life Insurance Solutions Barb Miller 319-398-1800 Gazette/KCRG-TV (over 85,000 sq.ft.) Steve Schmitz .319-398-5842 US Banks (twenty locations) Margo Rouette 319-368-4295 Wells Fargo Banks (eleven locations) Scott Hendricks 319-364-0191 QUAD CITIES LOCATIONS Family Dollar (over 900,000 sq.ft.) Pat Wells 563-652-6678 Wells Fargo Banks (eleven locations) Mike Peel 563-383-3211 Trinity Health Systems (eighteen locations) Sue McGeehan 309-779-2345 US Banks (nine locations) Jeff Heber 563-328-3140 MUSCATINE LOCATIONS Bandag, Inc. Joyce Tedrow 563-262-1400 Hon Industries Jill Freeman 563-264-7443 DES MOINES LOCATIONS Dahls Food(10 locations) (over 500,000 sq.ft.) Walt Blake 515-224-0111 Karl Cheverolet Bob Massey 515-299-4300 Family Dentistry Larry Book DDS 515-225-1313 Fawn Manufacturing Ron Harter 515-274-3641 Dreyer Marketing Mike Dreyer 515-986-5957 Iowa Lottery Authority Tammy Cooper 515-281-7877 Youth Emer. Shelter Julie Schneider 515-557-2249 IOWA CITY LOCATIONS Oral B Laboratories-IC (over 64,000 sq.ft.) Roger Volz 319-338-5411 ACT -Iowa City (over 120,000 sq.f.) Doug Neal 319-337-1173 Old Capitol Mall-IC Kevin Digmann 319-338-7858 Scheels-Iowa City 319-625-9959 OTHER LOCATIONS General Elec. -Burlington (over 80,000 sq.ft.) Allan Luers 319-754-4671 GMAC- Waterloo (over 185,000 sq.ft.) Bruce Berry 319-236-5200 � afi IW QUALITY ASSURANCE PROGRAM MIDWEST JANITORIAL SERVICE, INC. is committed to quality assurance and employs an Assistant Manager who spends seventy-five percent of each day on quality assurance. Our quality assurance program consists of inspecting the daily, weekly, monthly, quarterly and annual operations required by each customer. The inspections are conducted by our Supervisors on a daily basis. Any deficiencies requiring immediate attention are shown to the custodian for correction. An inspection report is utilized by our Building Supervisor and weekly reports are submitted to the Custodian and Quality Control Manager. In addition to the Building Supervisor inspection, our Quality Control Manager will conduct facility inspections at least monthly to ensure adherence to cleaning specifications. The Quality Control Manager will visit with the designated customer representative to discuss any cleaning issues or additional cleaning requirements. Our General Manager will also make regular visits to the facilities to ensure compliance to the general cleaning specifications and other provisions to the service contract. The key to quality assurance in our large facilities is the daily audits by our Building Supervisor. Our goal is to inspect the Custodians work as soon as possible after the work is completed. If deficiencies are found by the Building Supervisor, corrections will be made at that time. If floor plans of the building are available, we utilize these in pin pointing specific cleaning problems. This mapping system (map frac)works extremely well in clarEying and solving particular problems. The Custodian is also expected to check their own work after it is done. The Supervisor will walk through the assigned area at least once per week to review their performance. A part of our quality assurance program is our Employee of the Month award. Eligibility of this award is based on the custodians quality of work and overall job performance. They are recommended by our Supervisors and our Customers. Attached are the quality assurance inspection forms we use in inspecting our customer buildings. • BUILDING MANAGER DATE )B DESCRIPTION 0`�0Ft` tae CONDITIONS AND RECOMMENDATIONS Sweeping or Dust Mopping • Halls • Offices Elevators Lobby Stairways Finishing and Buffing Halls Offices Elevators • Lobby Carpet Cleaning Vacuuming Spotting Edging General Cleaning Ashtrays Water Fountains • Doors Partitions Desk Tops Interior Glass Wall Spotting Waste Cans . Light Fixtures Phones Baseboards Exterior Glass Furniture Upholstery Dusting- High/Low Furniture Ledges Walls Venetian Blinds Vents Toilet Cleaning Toilet Bowls Toilet Seats Urinals Wash Bowls Mirrors Partitions Walls Dispensers Bright Work Floors Showers Customer Comments&Closet Equipment/Supplies • Neatness CUSTOMER CONTACT SEEN FOLLOW-UP INSPECTION DATE IS CUSTOMER SATISFIED? ALL ITEMS CORRECTED- DATE INSPECTION MADE BY SUPERVISOR SIGNATURE NW 12/2003 „Mr*AYMI IMAP-TRAC MIDWEST JANITORIAL SERVICE, INC. utilizes a MAP-TRAC program in the customer buildings we serve. We use the building floor plan to direct, inspect, monitor progress and to plan floor and carpet care projects. It is used by our managers, supervisors and lead people as a tool to inform building management of the various areas of the building we have scrubbed and recoated during the week or carpet areas we have spot cleaned or extracted. The map is dated from day to day as a tracking mechanism to show the areas requiring more attention and the pattern of service frequency. We have found this method to be an excellent communication tool for Midwest Janitorial Service, Inc. and the customers to use to work in partnership to make every building a very clean environment for our "guests". MAP - TRAC SAMPLE Front Entrance Maint. (3) Closet Closet Office • -Vestibule (4) • Office Manager/ __— Bookkeeping Lobby --- Office • desk Employee Lounge Reception Sales Manager • CIZI) Restroom Conference Room (2) President's Office (1) Ok MAP-TRAC is a system designed to provide clear concise information to our super- visory and custodial staff regaiding specific cleaning requirements and tasks. The system assists Midwest Janitorial ' Service, Inc. to provide more consistent quality cleaning and supervision of our customers facility. ******* • 1. Spot clean carpet: Coffee spill. 2. Clean ceiling vent: Dust and damp wipe with Stride cleaner. 3. Please pay special attention to entrance door glass. Remove finger prints nightly'. 4. Clean baseboards in this office. fi RECRUITMENT MIDWEST JANITORIAL SERVICE, INC. utilizes a variety of resources for recruiting; newspaper and radio advertising, Federal and State employment agencies, senior citizen groups, door to door advertising, current employee and customer referrals. Management and supervisory personnel are often selected within the organization. SELECTION PROCESS: All prospective employees receive: 1. Comprehensive interview. 2. Skills evaluation. 3. Work attitude evaluation. 4. Records check 5. Previous employment check 6. Reference check 7. Matching system: we make every effort to match employees to customers. This process reduces turnover of personnel and helps in assuring a stable custodial staff. 8. Raises/higher paying positions are based on employee performance and must be recommended by a supervisor. 9. All employees receive a photo ID and a uniform. SUPERVISORY SELECTION: All prospective supervisors are evaluated on the basis of 1. Satisfying the customer. 2. Communication skills. 3. Time management skills. 4. Developing teamwork 5. Competency in carpet care,floor care, office cleaning, rest room cleaning, use of equipment and chemicals. 6. Knowledge of safety procedures, security and company policy, rules and regulations. IFirrra ITRAINING All MIDWEST JANITORIAL SERVICE, INC. employees receive orientation and training sessions. ORIENTATION 1. Company history, organization, standards and goals. 2. Overview of company policy, rules and regulations. 3. Pay periods,pay raises, employee of the month and year awards. 4. Safety: emphasis on safety first; introduction to use of cleaning chemicals and equipment; reporting accidents and injuries. 5. Security: emphasis on proper procedures for securing buildings, types of building alarms, etc., and the importance of wearing ID and uniform. 6. Advancement potential for full time positions, moving into management. TRAINING The training process begins with orientation and is followed by: 1. Training films on office and rest room cleaning. 2. Demonstration on equipment use and care. 3. Demonstration on use and care of basic cleaning chemicals. CLASSROOM TRAINING IS FOLLOWED BY: 1. On the job training by the employee's Supervisor or Building Chief. Employees are shown step by step how to clean and use chemicals and equipment. 2. Regular inservice training sessions are conducted by our Supervisor/Training Staff to all employees. 3. Representative from 3M, Johnson Wax, Rubbermaid, Advance, Brulins and other companies regularly conduct carpet care,floor care and special cleaning seminars to our management and supervisory staff These seminars keep us current on proper and safe cleaning techniques. 4. Seminars are also conducted by outside consultants in our effort to improve our services to customers. Is Iowa City Municipal Airport MIDWEST JANITORIAL SERVICE, INC. will perform all operations listed below on a weekly basis unless otherwise specified. GENERAL: A. Service will be performed three (3) times per week on Tuesday, Thursday and Saturday. B. Cleaning time will comply with building managements request. Building management will be informed prior to any work scheduled for any other days than those stated in A. above. C. MIDWEST employees will be uniformed and carry a company identification card. D. All areas under our service contract will be checked for quality and conditions. Any abnormalities will be reported to building management immediately. Doors are to be locked as necessary. E. MIDWEST can provide a representative to inspect cleaning conditions on a weekly (or as necessary) basis with a representative of your company, if so desired. IS GENERAL OPERATIONS SCHEDULE Iowa City Municipal Airport 1801 South Riverside Drive Iowa City, Iowa 52246 Phone: 319-356-5045 EFFECTIVE: BASIS: Three (3) times per week on Tuesday, Thursday and Saturday. AREA: To include lobby area, two (2) rest rooms, vending area,flight service room, second floor meeting room, elevator and all designated outside areas. THREE TIMES PER WEEK Dust mop and damp mop hard surface floors. Remove all debris from carpets. Vacuum all areas accessible to the carpet vacuum. Including underneath chairs and trash receptacles. Spot clean carpets to remove soiled spots. Completely cleaned and dried and shall present a uniform appearance free of all dirt, grime, smudges, stains, streaks, and foreign substances from glass doors,partitions and panels. Empty all trash receptacles and dispose in proper receptacles provided by building. Any substances shall be washed out and dried before new liners are installed. Dust and spot clean all window frames below six (6)feet. Spot clean windows of any substances discovered on interior windows. Clean stairs and stairways, including landings and handrails. Clean drinking fountains. Remove litter and debris located in the parking lot, driveways, shrub beds, entrances, stairways, and patios. All litter and debris shall be placed into the dumpster/container located in the exterior trash enclosure. Sweep entryways, walkways and stairs. Clean handrails. Empty, clean and replace liners in exterior trash receptacles. Sweep, remove foreign debris and mop vending area. BI-WEEKLY Dust/polish the exterior surfaces of all clocks, lamps, televisions and video cassette recorders. Dust ledges, windowsills, air conditioner tops, shelves and other high surfaces. Clean interior and exterior sides of the entrance glass, entrance doors, and adjacent windows. 4y tr I W Iowa City Municipal Airport General Operations Schedule November 1, 2006 Page 2 WEEKLY Remove all dirt, cobwebs, mold, graffiti, grease, marks, stains, smears, mold, and other foreign substances from walls, wall cabinets and partitions. Spot clean, including door glass, handles and frames to remove all dirt, cobwebs, mold graffiti, grease, marks, stains, smears, and other foreign substances from doors, door handles, and door frames. Furnishings shall be free of dust,particles, lint, litter, stains, smudges,fingerprints, gum, tar, grease, marks, streaks, and foreign substances. Wash front and rear entryways. MONTHLY Damp mop hard surface floors with approved neutral base cleaner and cool water after the daily cleaning operation has been completed. Wipe down and remove all cobwebs and dirt from entryway covered ceiling. OUARTERLY Damp mop hard surface floors then spray bufffloor(s) with an approved floor wax and a high-speed polisher with an abrasive pad after the daily cleaning operation has been completed. TWO TIMES PER YEAR Thorough clean all interior and exterior windows, screens and venetian blinds. THREE TIMES PER YEAR Shampoo and extract carpet. Dust and spot clean ceiling vents and light fixtures. Notify the City Representative(s) of burned out light bulbs and missing or damaged ceiling tiles. ANNUALLY Strip and wax floor(s) with an approved floor wax with entire room or corridor being completed in one (1) operation. Clean all ceiling vents and light fixtures. EMERGENCY CUSTODIAL SERVICES Cleaning up spills, leaks,floods, sickness, animal wastes, breakage, etc. I Iowa City Municipal Airport General Operations Schedule November 1, 2006 Page 3 REST ROOM OPERATION SCHEDULE THREE TIMES PER WEEK Clean and sanitize sinks, urinals, toilets and exposed plumbing. Clear sink urinal and toilet stoppages. Clean walls,partitions door frames and door handles. Sweep rest room floors. Mop and sanitize rest room floors. Empty and clean trash receptacles. Replace liner in wastebaskets after they are dried out. Empty sanitary napkin receptacles. Clean mirrors and chrome fittings. Clean and refill all rest room dispensers. ANNUALLY Strip and seal floors. Clean ceiling vents and light fixtures. MIDWEST JANITORIAL SERVICE SUPERVISOR: MIDWEST JANITORIAL SERVICE SUPERVISOR PHONE: 319-338-9964 CUSTOMER EMERGENCY NAMES AND NUMBERS: (1) f2) (3) • RFP#07-31,Page 27 of 28 SECTION VII. PRICING&COMPANY INFORMATION FORM The pricing listed below shall include all labor,materials,equipment,travel,delivery,and shipping fees for janitorial services. All quoted prices shall be designated F.O.B.City of Iowa City, 1801 S Riverside Dr,Iowa City,IA 52240. • Monthly janitorial service cost $ 655.10 Total Price for the contract year $ 7,861.29 Written Total Price$ Seven Thousand Fight Hundred Sixty One Dollars and Twenty Nine Cents. (example: six hundred and forty-five dollars) Miscellaneous Fees: ALTERNATIVE FEE STRUCTURE: (Please attach a detailed explanation and include documentation if your firm's pricing is calculated differently than stated above) The undersigned bidder,having examined and determined the scope of this Request for Proposal,hereby proposes to provide the required labor,services and equipment and to perform the work as described in the bid documents and to do all work at the prices set forth within. The undersigned bidder certifies that this proposal is made in conformity with the Request for Proposal and agrees that,in the event of any discrepancies or differences between any conditions of this proposal and the Request for Proposal prepared by the City of Iowa City,the Request for Proposal shall prevail. The undersigned bidder states that this bid is made in conformity with the specifications and qualifications contained herein. In the event that there are any discrepancies or differences between any conditions of the vendor's proposal and the Request for Proposal prepared by the City of Iowa City,the City's Request for Proposal shall prevail. The undersigned bidder certifies that this proposal is made in good faith and without collusion or. connection with any other person or persons bidding on the project. Name of Firm: Midwest Janitorial Service, Inc. Authorized Representative: Jim Raj tora Signature of Representative: Title of Authorized Representative: 0 erations M nager Address: 1395 North Center Point Road City/State/Zip: Hiawatha, IA 52233-1239 RFP#07-31,Page 28 of 28 Phone Number: 800-249-6161 Fax Number: 319-393-9263 Website Address: E-Mail Address: customerservice@midwes t janitorial.com Date Signed: 11-01-06 Addenda Form The undersigned hereby acknowledges receipt of the following applicable addenda: Addenda Number Date i, a MidwestJanitorial Service, Inc. EMPLOYEE HANDBOOK Revised October 2004 Since 1958 Service Is Provided WELCOME NEW EMPLOYEE! 24 Hours/Days/Week # n behalf of your colleagues, I welcome you to Midwest Any problems,questions, concerns,or suggestions Janitorial Service, Inc. and wish you every success here. should be reported to : We believe each employee contributes directly to MJS's growth and success, and we hope you will take pride in being a member Cedar Rapids,Iowa (Corporate Office) of our team. This handbook was developed to include some of (319) 393-6162 or the expectations of our employees and to outline the policies, 1-800-249-6161 programs, and benefits available to eligible employees.Employees Fax: (319) 393-9263 ; should familiarize themselves with the contents of the handbook ) as soon as possible. It will answer many questions about Burlington, Iowa employment with MJS. (319) 752-8666 Quad Cities,IowaWe hope that your experience here will be challenging, enjoyable, (563) 386-7001 s and rewarding.Again, welcome! Fax: (563) 388-1720 Sincerely, Iowa City,Iowa t' (319) 338-9964 t Fax: (319) 338-8718 Kimberly A. Hotchkiss Vice President Waterloo, Iowa , 1-800-249-6161 (319) 233-6787 customerservice@midwestjanitorial.com Fax: (319) 287-3188 "' ' Des Moines/Ames,Iowa 1•,i,•1 "Where Do I Work?" Iniii (515) 279-9247 't Most of our employees work in commercial office buildings as general Fax: (515) 279-1965 cleaners,floor specialists,or building supervisors.You may work in one l account or a number of accounts depending on size and location. i Muscatine,Iowa Your assigned building can be changed at MJS discretion. As a new (563) 262-3073 ' employee you will receive training on our chemicals/equipment and on your Fax: (563) 262-8759 assigned account(s).Be sure to ask questions,your supervisor is there to answer them. Telephone Timekeeping Safety is our #1 & Work Schedules Priority! 111 Work schedules for employees vary To assist in providing a safe and healthful throughout our organization. Supervisors work environment for employees, customers, will advise employees of their individual work schedules. Staffing needs and and visitors, MJS has established a workplace '3 ta, operational demands may necessitate safety program. This program is a top priority variations in starting and ending times, as for MJS. Its success depends on the alertness well as variations in the total hours that and personal commitment of all. maybe scheduled each day and week. Each employee has a mandatory paid 10 minute break after MJS provides information to employees about 4 hours of work. After 7 hours of work each employee workplace safety & health issues through has two paid ten minute breaks and one unpaid 30 regular internal communication channels such minute lunch break. The computer will automatically as supervisor, employee meetings, bulletin deduct for this thirty minute break. The lunch break is mandatory. If you are scheduled in multiple buildings board postings, or memos. Each employee is in a given work day, the computer will figure no more expected to obey safety rules and to exercise than 10 minutes between buildings at minimum wage. caution in all work activities. If travel exceeds 10 minutes you must contact Cindy • Wellman at 1-800-249-6161. Employees must immecl.iately report` any unsafe condition to their supervisor. CHECK-IN TIMES Employees who violate safety standards, cause hazardous situations, or who fail to report or, Each employee needs to talk directly with his/her whereappropriateremedy such situations, supervisor daily during the following times. Calling into the office is mandatory for all employees. "Check may be subject to disciplinary action and/c in" times are between 4:00 p.m. and 5:00 p.m. for all termination. IN THE CASE OF ACC1DEN. ii second shift employees. 1st shift employees should THAT RESULT TN INJURY, REGARDLESS OF call in between 5:30 - 7:00 a.m., 3rd shift employees HOWINSIGNIFICANT need to call by 8:00 p.m. APPS, EMPLOYEES SHOULD VW: IA:I LLY All employees are paid by a telephone timekeeping NOTIFY ISR SUPERVISOR (NO MORE THAN system. It is mandatory you punch in when you arrive 1 HOUR FROM.INJURY). - and punch out when you leave. The phone number to call is 1-888-214-5739 (outside Cedar Rapids Area), Such reports are necessary to comply with 319-395-6668 or 319-395-6669 (Cedar Rapids). laws, initiate insurance and worker's The computer will ask for your "employee pin #" - compensation benefits. If an employee needs this is the last four digits of your SSN. Next he to go to a hospital, the supervisor will meet computer will ask for a "job pin" #. Your supervisor the employee at the hospital designated. will supply this number. Each job site has its own number. Do not hang up until the computer says MJS nor the insurance carrier will be liable "goodbye". for payment of workers' compensation for It is important you punch in and out from the injuries that occur during voluntary buildings on an assigned phone and not from any participation in any off-duty recreational, other location. Anyone punching in/out from an social, or athletic event sponsored by Midwest unauthorized phone number will not be paid. You are not to use a cell phone to punch in/out. All calls Janitorial Service, Inc. are verified by a caller id system. Anyone forgetting to punch in/out needs to contact the office within MSDS (Material Safety Data Sheet) sheets are 24 hours. Individuals forgetting to punch in/out may available to all employees. A master copy have to wait up to 2 pay periods for payment while located at the warehouse counter, accou�� hours are verified and submitted to corporate. closets, or the supervisor's vehicle. Employees who repeatedly forget will be subject to supply disciplinary action and/or termination. MSDS information is also printed on all supply containers. Work Place Hazard Assesments BLOODBORNE PATHOGENS / work place hazard assesment is completed for & INFECTIOUS MATERIAL ail ch account & is placed in each custodial closet. All MJS employees will be trained on how Please familiarize yourself with it as it also lists to handle blood and infectious material. fire andemergency exits. Only individuals placed in medical facilities are required by law to complete PERSONAL training, but with the possibility of PROTECTIVE EQUIPMENT substitutions and reassignments, we at MJS find it is in the best interest of our employees ©,eMost of the chemicals we use to certify everyone. are not harmful and are of no risk to you but there are a few Employees assigned to dentists,physicians, 4 i that require you to use PPE. medical labs, nursing homes, hospitals, (Personal Protective Equipment) clinics or any other facility where you could A list of these chemicals are below as well as on come into contact with human blood or other your MSDS. It is very important that you follow all potentially infectious material may request safety procedures listed. Failure to use PPE or a hepatitis shot. You can request a violation of any safety policy is grounds for vaccination at anytime during your iii mediate termination. If your PPE becomes employment at the facility. .amaged please notify your supervisor or branch office for a replacement. Questions or concerns can MJS does not handle or remove anything be directed to Kimberly Hotchkiss at 319-393-6162 "Bio-Hazardous" or "Contaminated" for or at customerservice@midwestjanitorial.com. any reason., (No red bag bio-hazards) APPROVED CHEMICALS Below is a list of chemicals you will have in your accounts. MSDS sheets listing PPE is in every closet. If you do not have MSDS or any become damaged, please contact the corporate office at 1-800-249-6161 to order or you can notify your supervisor. Floor specialists and some industrial accounts have separate MSDS and chemicals that will be addressed in your training class. Glance RTU:Glass/general cleaning Good Sense:Air Freshner Shine Up:Wood polish CrewTub&Tile:Shower cleaner(gloves and safety glasses required) NABC:Restroom cleaner Consume:Drain cleaner(gloves and safety glasses required) M95:Acid bowl cleaner(gloves and safety glasses required) Damp Mop:Floor Cleaner Comet:Restroom cleaner Stride:Floor Cleaner limeo:Stainless steel cleaner GP Forward:Floor Cleaner eila Shine:Stainless steel cleaner/polish UHS:Floor Cleaner(gloves and safety glasses required) Lime Away:Restroom fixtures (gloves required) GP Carpet Spotter:Floor Cleaner Tilex:Shower cleaner(gloves and safety glasses required) Spit Fire:Grease/Oil Cleaner(gloves required) 1P Employee Conduct & Work Rules To ensure orderly operations and provide the best possible work environment, MJS expects employees to follow rules of conduct that will protect the interests and safety of all employees and the organization. It is not possible to list all the forms of behavior that are considered unacceptable in the workplace.The following are examples of infractions of rules of conduct that may result in disciplinary action,up to and including termination of employment. Theft or inappropriate removal or possession of • Do not move,shuffle or read papers or other printed matter left on a desktop.(any snooping is cause for property. immediate dismissal.) Do not dispose of any items Falsification of timekeeping records. not clearly marked trash. Working under the influence of drugs or alcohol. • Do not smoke,eat, or drink while you are working. Possession, distribution, sale, transfer, or use of Smoking is not allowed at any account, unless the alcohol or illegal drugs in the workplace, while on account is assigned 4 hours or more. Employees are duty,or while operating employer-owned vehicles or allowed 1 smoke break for every 4 hours of work. Smoking is allowed only in designated areas.If the equipment. account is a Smoke-Free environment, NO Fighting or threatening violence in the workplace. SMOKING IS ALLOWED AT ANY TIME. Boisterous or disruptive activity in the workplace. • Do not get involved in conversation with employe Negligence leading to damage of employer-owned regarding the duties you are scheduled to perform. or customer-owned property. If you are requested to do something not on your Insubordination or other disrespectful behavior. schedule by someone of authority, do it and then tell your supervisor. Smoking in prohibited areas or excessively. • Do not use electrical appliances such as radios,TV's, Excessive absences without notice. air conditioners. Unauthorized absences from work area during • Do not use or touch computers-includes checking assigned hours. your personal e-mail. Violation of personnel policies • Do not leave exit doors unlocked after you enter or Unsatisfactory performance/conduct. leave a building. • Immediately report breakage or other damage at your account to your supervisor. Building Rules • Negligent damage by custodian will be charged back Do not publicize the news that you have keys to a to that custodian. building or what you do there or what you see there. • Do not open doors for anyone. Authorized parties Do not take children, friends, or relatives to work should have keys. • Do not use telephones when working except to with you. punch in/out, to reach your supervisor or in an Do not explore contents of desks,drawers,files etc. emergency situation. while cleaning. Employment with MJS is at the mutuil Do not read patient or client files or paperwork-as consent of MJS and the employee, eith AU we are cleaning we protect the confidentiality of the party can terminate that relationship at patients and clients. anytime. Equipment, Supplies & Vehicles Euipment and vehicles essential in accomplishing job duties are expensive and maybe difficult to lace. When using property, employees are expected to exercise care, perform required aintenance, and follow all operating instructions, safety standards, and guidelines. Please notify the supervisor if any equipment, machines, tools or vehicles appear to be damaged, defective, or in need of repair.Prompt reporting of damages, defects and the need for repairs could prevent deterioration of equipment and possible injury to employees or others. The supervisor can answer any questions about an employee's responsibility for maintenance and care of equipment or vehicles used on the job. Supply closets are to be regarded as part of the building to be cleaned and should be kept in a neat presentable appearance. To help keep things orderly, do not order more than two weeks worth of supplies. You must return all empty containers, dustmops, mop heads etc. on payday to receive replacements. Dust mops should be hung on nails or hangers where provided. In any case they should be placed face outward from the surface that they are hung on or leaned against. Wet mops should be draped neatly across mop bucket wringers to allow any drainage to get into the bucket rather than down the wall or floor.Buffing machines,vacuums, &buckets should be kept in a clean and presentable fashion. For example, vacuum cleaners should have cords wrapped up right and the bag should be emptied at least one time a week. The improper careless,negligent;destructive,or unsafe use or operation of equipment can result in disciplinary action,up to&including termination and repair costs covered by that employee. Uniform Policy All employees are issued uniforms and security badges.All uniforms are wash and wear and can be laundered with the rest of your clothes. For each uniform issued the company's charges&refunds are as follows: li -T-shirt Charge: $12.00 -Apron/smock Charge:$12.00 Refund: $10.00 Refund:$10.00 -Blue work shirt Charge: $25.00 -polo shirt Charge: $25.00 Refund:$23.00 Refund:$22.00 Uniforms are to be kept neat and clean. Uniforms are to be worn at all times. Only one warning for non-compliance will be given.You must wear full covered shoes,(no sandals),shorts are permitted in some accounts(must be hemmed and of walking short quality).No gym shorts or sweat pants of any nature. Security badges will be issued and must be worn at all times.Replacement badges are $5.00 each. Admittance to job site will be refused if policy is ignored. Key 1) Keys will be issued to you for your assigned building.At no time are you to mark the building Policies name,etc. on your keys. 2) You are responsible for all keys assigned to you.If you lose or misplacekeys you will be charged g11 �, '' for re-keying. The charge will be automatically deducted from your payroll check.Charges can V {' range f mn$50.00 on up depending on the account. 3) All keys,LD.badges,and uniforms must be returned upon separation of employment before final paycheck will be released. - . >" PAYDAYS ; • � P • AY . .: • All employees are paid semi-monthly on the 5th and . • _ � the 20th of the month.Pay period#1 runs from the "' RAISES , , 1st of the month through the 15th.Pay period#2 runs `ij' . from the 16th through the end of the month. • Checks can be picked up after* 1:00p.m. for all 3rd Raises are submitted by your immediate shift employees. 1st and 2nd shift employees can pick supervisor for approval by first the Branch up their check between the hours of 2:30p.m.*and x Manager and finally by a Vice-President.No 5:00p.m.* j pay increases will be given without • You have to pick up your own check unless you send a , authorization from a Vice-President. Pay signed and dated permission slip. raises are determined by underlying • If the payday falls on the weekend, check with your r p Y Y customer contracts and not seniority. supervisor on what day payday will be. {' • Cleaning supplies are also picked up by you for your accounts on payday. Empties are required for HEALTH replacement. 7 INSURANCE (*Hours of check distribution may vary by branch.) A ID BADGE POLICY y MJS has group insurance through Custodians MUST present ID badges when picking up Blue Cross/Blue Shield. All their pay checks. Custodians who have provided a self : employees are eligible to apply. addressed,stamped envelope to have their checks mailed i Check with yo or who give a note for someone else to pick up their 00branch manager checks,must present ID badges to their supervisors when ! corporate office supplies are delivered. All employees who do not have for pricing and their ID badges,please contact your Supervisor.There s information. T, will be a $5.00 charge for replacements. z, -,� ATTENDANCE & . „v. . . o woe a © 0 it66 PUNCUALITY To maintain a safe and productive environment, EMPLOYEE MJS expects employees to be reliable and punctual Pj,�R PRIVILEGE in reporting for scheduled work. Absenteeism and tardiness place a burden on other employees and All employees may purchase on MJS. In the rare instances when employees can supplies at company cost. Any not avoid being late to work or unable to work as supplies purchased must be for scheduled, they should notify their supervisor as personal use of that employee soon as possible.In the case of illness all employees only and not to be re-sold to a must call in at least 6 hours before their assigned third party. All purchases mu work time. Poor attendance and excessive tardiness be written up and payment made are disruptive. If you are off more than 2 days a before supplies leave MJS. doctor's excuse is required to return to work. • 9+4 4., 8.• a Equal Employment Opportunity, Nature of Employment ' Harassment Policy, & ti a , A'© Employment with MJS is voluntarily F ' t�yi Grievance Policy entered into, and the employee is free to , 0",ffI��. �f�0"�nn`,�, In order to provide equal employment and resign at anytime, with or without cause. �.:. , '` KT advancement opportunities to all individuals, Similarly,MJS may terminate employment 11 employment decisions at MJS will be based on merit, qualifications, and abilities.MJS does not discriminate in employment at will at anytime with or without notice opportunities or practices on the basis of race,color,religion,sex,national or cause, so long as there is no violation origin,age,disability,or any other characteristic protected by law. of law. MJS will make reasonable accommodations for qualified individuals with known disabilities unless doing so would result in an undue hardship. Policies set forth in this handbook are not This policy governs all aspect of employment including selection,job intended to create a contract of assignment,compensation,discipline,termination,and access to benefits and training. employment between MJS and any of its employees. The provisions of this Sexual Harassment is reprehensible and will not be tolerated by MJS.We handbook have been developed at the place a great deal of emphasis on working together as part of a team. We believe that a harmonious business relationship between discretion of management and, except for management, employees, customers, and co-workers will enhance its policy of employment may be amended productivity.Relationships involving sexual harassment or discrimination or cancelled at anytime, at MJS's sole have no place within our organization. This relationship includes management,all MJS employees,customers,and any individual one may discretion. encounter on our premise or at a work site. All employees with questions or concerns about any type of discrimination Personnel Data Changes or any unfair treatment in the workplace are to bring these issues to the attention of their immediate supervisor.If the issue is not resolved It is the responsibility of each employee in a satisfactory manner or the individual does not feel it would be of I 'fit they can report the issue to their branch manager.If the issues to promptly notify MJS of any changes in a. lot resolved satisfactorily after taking these steps, please notify personnel data. Personal mailing address, KftnberlyHotchldssat319-393-6162 or customerservice@midwestjanitoriaLcom. telephone numbers, name and numbers All reports will be investigated. of dependents, individuals to be contacted in the event of an emergency, Theft Policy educational accomplishments and other 1. Any employee suspected of theft,will be temporarily laid off such status reports should be accurate until the suspicion is cleared up. and current at all times. If personnel data 2. Any employee caught stealing will be immediately discharged& has changed, notify the office manager. charges will be directed to the local police. 3. MJS reserves the right to check any possible hiding place for Employment Applications contraband if suspicion warrants. 4. Any MIS employee with information leading to a theft arrest will • MJS relies upon the accuracy of receive$50.All info is kept confidential information contained in the employment — — — application, as well as the accuracy of Alarm Policy other data presented throughout the hiring process and employment. Any For any security alarms set off that are from your error,you will pay misrepresentations, falsifications or the charge. The charge will automatically be deducted from your . payroll check at the end of the pay period. material omissions in any of this information or data may result in MJS's These charges can range from$10 to$100 each time depending on exclusion of the individual from further ' '.v many times at that location the alarm has previously been set ` 1 consideration for employment or, if the person has been hired, termination of After three(3)incidents you will be terminated if they fall within a I employment. one-year period. - HOLIDAY & �77 SUGGESTION 4 CM BOXES Al- - VACATION k Each branch has a suggestion box. Subr>ri. rP Employee vacation and iyour ideas to improve M]S and the service -- holidays are determined by we provide. If MJS implements your idea '-----'47., : you get $50.00. 5' tunderlying customer t Z2'C3.?rTdbacu-.{s�47yF uMXale.:-�._£iaaye�i=s-.i4n1.--.eK_ ,:i.�:n^b: -,_iS:afAX.iodRi'. contracts.Not all buildings pay vacation&holidays. If the building provides EMPLOYEE OF vacation it will be passed to you. Employees are THE MONTH 1 eligible after one year of continuous employment Every employee of MJS has the opportunity 1 in the building providing vacation benefits. If the to be nominated for employee of the month building provides holiday pay you will receive this If you're chosen you will receive a after 90 days of continuous working in that certificate, have your picture taken for the building and must work the day before and the newsletter and get a bonus check of$25.00. day after to receive holiday pay. Check with your Employees of the month are chosen based branch manager to see if your building provides on quality, longevity, reliability, and vacation or holiday benefits. willingness to go the "Extra Mile". j --% �¢ MJS COIN AWARDS PROGRAM i fi" .4,J„ The MJS Gold Coin program is a reward () h4gT= `?• recognition program for all employees. You can i 1T, earn Gold Coins for length of service, customer MJS offers all employees the compliments, and going beyond the call of duty, to opportunity to join our 401K name a few. The coins can be turned in for a vast program. You can join after array of gift certificates. 6 months of continuous 0 •ye_ t cc,,,,,,,,,. . employment in the months ao y of January and June. All a1,. :�'v deductions are pretax. MJS contributes a discretionary ITALIAN RESTAURANT amount every year. For more 5 Coins information contact Kim Hotchkiss at 1-800-249-6161. �\ O v O O Of e e e / e e e 2 Coins ,J For more details or complete list of certificates, please contact your supervisor.