Loading...
HomeMy WebLinkAbout2007 Airport Commission Resolutions RES. NO. - SUBJECT DATE A07-01 RESOLUTION TO ADOPT PARKING POLICY 1/11/07 A07-02 RESOLUTION APPROVING SUPPLEMENTAL 3/8/07 AGREEMENT NO. 8 WITH EARTH TECH FOR ENGINEERING SERVICES RELATING TO THE PAVING AND LIGHTING OF RUNWAY 7-25 EXTENSION A07-03 RESOLUTION SETTING PUBLIC HEARINGS ON MARCH 3/8/07 28 5:45 P.M. 2007 FOR THE PLANS SPECIFICATIONS , FORM OF CONTRACT, AND ESTIMATE ON COST FOR THE CONSTRUCTION OF "HANGAR A CONCRETE FLOORS" PROJECT AND "SOUTH TAXILANE REHABILITATION" PROJECT AND DIRECTING CITY CLERK TO PUBLISH NOTICES OF SAID HEARINGS, AND DIRECTING THE CHAIRPERSONS TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION A07-04 RESOUTION APPROVING PLANS, SPECIFICATIONS, 3/28/07 FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE REHABIITATION F THE SOUTH T-HANGAR TAXILANES. A07-05 RESOLUTION APPROVING PLANS, SPECIFICATIONS, 3/28/07 FORM OF CONTRACT, AND ESTIMATE ON COST FOR THE REHABILITATION OF HANGAR A A07-06 RESOLUTION APPROVING REPLACEMENT OF 3/28/07 ACCESS DOORS TO T-HANGARS AND B PROJECT AND AUTHORIZING AN INFORMAL BIDDING PROCESS A07-07 RESOLUTION AUTHORIZING THE CHAIRPERSON TO 3/28/07 SIGN A LIMITED POWER OF ATTORNEY THAT APPOINTS FARMERS NATIONAL COMPANY ITS ATTORNEY IN FACT WITH RESPECT TO U.S. DEPARTMENT OF AGRICULTURE PROGRAMS. A07-08 RESOLUTION AUTHORIZING THE CHAIRPERSON TO 4/12/07 SIGN AND THE SECRETARY TO ATTEST A TEMPORARY LEASE AGREEMENT WITH WESTSIDE AUTOMOTIVE LLC FOR USE OF A VACANT PARCEL OF LAND BY TENANT DURING THE CONSTRUCTION OF A BUILDING A07-09 RESOLUTION ADOPTING FY 2007 DISADVANTAGED 5/10/07 BUSINESS ENTERPRISE GOALS FOR FY07 U.S. DOT ASSISTED CONTRACTS A07-10 RESOLUTION AWARDING CONTRACT AND 5/10/07 AUTHORIZING THE CHAIRPERSON TO SIGN AND THE SECRETARY TO ATTEST A CONTRACT FOR THE REHABILITATION OF THE SOUTH T-HANGAR TAXILANES 2007 Resolutions Page 2 A07-11 RESOLUTION AWARDING CONTRACT AND 5/10/07 AUTHORIZING THE CHAIRPERSON TO SIGN AND THE SECRETARY TO ATTEST A CONTRACT FOR THE INSTALLATION OF CONCRETE FLOORS IN HANGAR BUILDING A A07-12 RESOLUTION AWARDING CONTRACT AND 5/10/07 AUTHORIZING THE CHAIRPERSON TO SIGN AND THE SECRETARY TO ATTEST A CONTRACT FOR THE REPLACEMENT OF ACCESS DOORS ON HANGAR BUILDINGS A AND B A07-13 RESOLUTION SETTING A PUBLIC HEARING ON JULY 9, 6/28/07 2007, FOR THE PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE ON COST FOR THE CONSTRUCTION OF "PHASE 5 PROJECT" WITHIN THE RUNWAY 7/25 RUNWAY EXTENSION PROJECT TO INSTALL PAVING AND LIGHTING, AND DIRECTING CITY CLERK TO PUBLISH NOTICES OF SAID HEARING, AND DIRECTING THE CHAIRPERSON TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION A07-14 RESOLUTION APPROVING PLANS, SPECIFICATIONS, 7/9/07 FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE "PHASE 5 PROJECT"WITHIN THE RUNWAY 7/25 RUNWAY EXTENSION PROJECT TO INSTALL PAVING AND LIGHTING, ESTABLISHING AMOUNT OF BID SECURITY DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS A07-15 RESOLUTION ACCEPTING IOWA DEPARTMENT OF 7/19/07 TRANSPORTATION GRANT FOR THE REHABILITATION AND ENHANCEMENT OF THE FUEL SYSTEM A07-16 RESOLUTION ACCEPTING IOWA DEPARTMENT OF 7/19/07 TRANSPORTATION GRANT FOR THE REHABILITATION OF NORTH TAXIWAY AND OTHER PAVEMENT REPAIR A07-17 RESOLUTION APPROVING PROJECT TASK ORDER 8/1/07 NO. 6 FOR JET A FUEL SYSTEM INSTALLATION AND AVGAS FUEL SYSTEM UPGRADES A07-18 RESOLUTION SETTING A PUBLIC HEARING ON 8/1/07 AUGUST 13, 2007 FOR THE PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE ON COST FOR THE CONSTRUCTION OF WEST TERMINAL APRON REHABILIATION, AND DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CHAIRPERSON TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION 2007 Resolutions Page 3 A07-19 RESOLUTION SETTING A PUBLIC HEARING FOR 8/9/07 SEPTEMBER 13, 2007, REGARDING INTENT TO ENTER INTO A LEASE AGREEMENT WITH WESTSIDE AUTOMOTIVE, LLC, FOR THE LEASE OF THE GROUND FOR PLACEMENT OF A BUSINESS SIGN A07-20 RESOLUTION AWARDING CONTRACT AND 8/9/07 AUTHORIZING THE CHAIRPERSON TO SIGN AND SECRETARY TO ATTEST TO A CONTRACT FOR THE "PHASE 5 PROJECT" WITHIN THE RUNWAY 7/25 RUNWAY EXTENSION PROJECT TO INSTALL PAVING AND LIGHTING A07-21 RESOLUTION ACCEPTING THE WORK FOR THE 8/9/07 HANGAR A CONCRETE FLOORING PROJECT A07-22 RESOLUTION APPROVING PLANS, SPECIFICATIONS, 8/13/07 FORM OF CONTRACT AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE WEST TERMINAL APRON REHABILITATION PROJECT A07-23 RESOLUTION AUTHORIZING THE CHAIRPERSON TO 9/13/07 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 CHANGES THE PRICING MODEL A07-24 RESOLUTION AUTHORIZING THE CHAIRPERSON TO 9/13/07 SIGN AND THE SECRETARY TO ATTEST TO A LEASE AGREEMENT WITH WESTSIDE AUTOMOTIVE, LLC FOR THE LEASE OF THE GROUND FOR PLACEMENT OF A BUSINESS SIGN A07-25 RESOLUTION AUTHORIZING THE CHAIRPERSON TO 9/13/07 EXECUTE A LETTER OF INTENT FOR THE EXPANSION OF BUILDING H WITH THE UNIVERSITY OF IOWA A07-26 RESOLUTION ACCEPTING FEDERAL AVIATION 9/13/07 ADMINISTRATION GRANT 3-19-0047-14 FOR PHASE 5 RUNWAY 7-25 EXTENSION PAVING AND LIGHTING A07-27 RESOLUTION AUTHORIZING A COMPETITIVE 9/13/07 QUOTATION PROCESS FOR THE JET-A SELF SERVICE FUELING SYSTEM A07-28 RESOLUTION AWARDING CONTRACT AND 9/13/07 AUTHORIZING THE CHAIRPERSON TO SIGN AND THE SECRETARY TO ATTEST A CONTRACT FOR THE REHABILITATION OF THE TERMINAL APRON A07-29 RESOLUTION ACCEPTING THE WORK FOR THE 10/5/07 HANGAR A&B ACCESS DOORS A07-30 RESOLUTION SETTING A PUBLIC HEARING ON 11/8/07 12/13/07 FOR A 5-YEAR LEASE WITH THE UNITED STATES ARMY RESERVE 2007 Resolutions Page 4 A07-31 RESOLUTION APPROVING SUPPLEMENTAL 11/8/07 AGREEMENT NO. 9 WITH EARTH TECH FOR ENGINEERING SERVICES RELATING TO THE RUNWAY 7-25 OVERLAY AND RUNWAY 12-30 REHABILITATION A07-32 RESOLUTION AUTHORIZING THE CHAIRPERSON TO 12/13/07 EXECUTE AND THE SECRETARY TO ATTEST TO AN OFFICE SPEACE LEASE BETWEEN THE AIRPORT COMMISSION OF THE CITY OF IOWA CITY, IOWA, AND ADVANCED INFONEERING, INC. Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045 RESOLUTION NO. r-? RESOLUTION TO ADOPT PARKING POLICY. WHEREAS, the Iowa City Airport Commission wishes to adopt a parking policy for vehicles located at the Iowa City Municipal Airport. WHEREAS, the Parking Policy will become effective immediately following resolution, NOW, THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION, THAT: 1. The Iowa City Municipal Airport Parking Policy is adopted, a copy of which is attached. Passed and approved this day of , 2007. ( 14-1 CHAIRPERSON Approved by ATTEST:CJ CTh d,�1 °1A UCRETARYC *.w ) City Attorney's Office It was moved by and seconded by S k/0,-7 the Resolution be adopted, and upon roll call there were: Ayes Nays Absent Farris ✓ Hartwig t� Horan Rettig ✓ Staley 4 IOWA CITY MUNICIPAL AIRPORT VEHICLE PARKING POLICY DEFINITIONS: VEHICLE: Any device in, upon or by which a person or property is or may be transported or drawn upon a highway or street, excepting devices moved by human power or used exclusively upon stationary rails or tracks, and shall include, but not be limited to, motor vehicle, automobile, truck, trailer, motorcycle, tractor, buggy, wagon or any combination thereof, whether or not licensed for the current year. (1978 Code §24-102; amd. 1994 Code; Ord. 00-3954, 12-19-2000; Ord. 01-3963, 4-3-2001) INOPERABLE/OBSOLETE VEHICLE: Any device in, upon or by which a person or property is or may be transported or drawn upon a highway or street, excepting devices moved by human power or used exclusively upon stationary rails or tracks, and shall include, but not be limited to, motor vehicle, automobile, truck, trailer, motorcycle, tractor, buggy, wagon or any combination thereof, and not licensed for the current year as required by law and/or which exhibits any one of the following characteristics: A. Any vehicle or part of a vehicle with a broken windshield or any other broken glass. B. Any vehicle or part of a vehicle with a broken or loose fender, door, bumper, hood, wheel, steering wheel, trunk top or tailpipe. C. Any vehicle lacking an engine or one or more wheels or other structural • parts which renders such vehicle totally inoperable. D. Any vehicle or part of a vehicle which is a habitat for rats, mice or snakes or any other vermin or insects. E. Any vehicle or part of a vehicle which, because of its defective or obsolete condition, constitutes a threat to the public health and safety. F. Any vehicle that is not capable of moving in both forward and reverse gears. SHORT TERM —Any period lasting not longer than 14 days LONG TERM —Any period lasting more than 14, but no more than, 30 days TRANSIENT LONG TERM —Vehicles located at the airport longer than 30 days for the purposes of transporting frequent aircraft passengers to and from the Iowa City Municipal Airport Parking at the Iowa City Municipal Airport will be restricted to Airport Users, Guests, and members of the public using facilities located at the Iowa City Municipal Airport. The Iowa City Airport has 3 areas surrounding the Terminal Building which have parking spaces marked. These areas are separated into 3 categories: Long- term, Short-term, and FBO / Staff. Proximity to each other results in the capabilities of overflow from one area being contained in either of the other lots. See attached map for layout The following are the fees and requirements to park vehicles at the Iowa City Municipal Airport: Short Term: Vehicles parked in designate short term area. No fee Long Term: Requires check-in with Airport or FBO personnel, which will included Vehicle License plate number, Owners Name, Contact Number. No Fee Transient Long Term: Shall be registered with the Airport Operations Specialist. Registration shall include License Plate Number, Name of Vehicle Owner, Primary Contact, Address, and Spare Keys to move the vehicle for Snow Removal or Construction. Fees due at the time of registration will be $20 per month or $200/year. A parking placard will be issued by the Airport Operations Specialist. The parking placard will be placed in a viewable location inside the registered vehicle. The Iowa City Municipal Airport reserves the right to tow, at the owner's expense, any vehicles parked in violation of this policy. 1 - X — \-__________, d_ Riverside Drive f 1116 C4 I g <L--_zi itv unite) elnill0.1 111, v; Bldg B y' - X — J ,L 7 X ' * Bldg H T Bldg 1 Longterm I Permanent Bldg C �" t/ r - �I°iewing Areaillr l Bldg G I Um Bldg J �7ry/ Short m Bldg D O a n. \-00 Bldg F Bldg K ' / ._ / / • carkjngLayout Prepared by: Michael Tharp,Operations Specialist, 1801 S.Riverside Dr.Iowa City,IA 52246(319)350 5045 oa RESOLUTION NO. A07 RESOLUTION APPROVING SUPPLEMENTAL AGREEMENT NO. 8 WITH EARTH TECH FOR ENGINEERING SERVICES RELATING TO THE PAVING AND LIGHTING OF RUNWAY 7-25 EXTENSION 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, 5,6 and No.7 previously; WHEREAS, the Commission and Earth Tech now desire to enter into Supplemental Agreement No. 8,a copy of which is attached. WHEREAS, it is in the best interest of the Commission to enter into Supplemental Agreement No. 8 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. 8, subject to FAA Concurrence. Passed and approved this ^ 8th day of March 2007. F 727 Approved By: C ERSON ATTEST: "1`" CSC L% SECRETARY City Attorney's Office It was moved by Hartwig and seconded by Horan the Resolution be adopted, and upon roll call there were: Ayes Nays Absent Farris Hartwig Horan x_ Rettig x_ Staley Prepared by: Michael Tharp,Operations Specialist, 1801 S.Riverside Dr.Iowa City,IA 52246(319)350 5045 RESOLUTION NO. A07-02_ RESOLUTION SETTING PUBLIC HEARINGS ON MARCH 28 5:45PM 2007 FOR THE PLANS, SPECIFICATIONS,FORM OF CONTRACT,AND ESTIMATE ON COST FOR BOTH THE CONSTRUCTION OF "HANGAR A CONCRETE FLOORS" PROJECT AND "SOUTH TAXILANE REHABILITATION" PROJECT AND DIRECTING CITY CLERK TO PUBLISH NOTICES OF SAID HEARINGS, 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 pubic hearings on the plans,specifications,form of contract,and estimate of cost for the construction of the above-mentioned projects are to be held on the_28_day of _March 2007 at_5:45PM am/pm. 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 hearings for the above-named projects 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 hearings. 3. That the copies of plans,specifications,form of contract,and estimate of cost for the construction of the above-named projects are hereby ordered placed on file by the Chairperson in the office of the City Clerk for public inspection Passed and approved this_8 day of March 2007. 7j70,7,04,41) /-" (-„,#*"1"1"%.. cIRApproved By: C PERSON ATTEST: ?1t)k R SECRETARY City Attorney's Office It was moved by Rettig and seconded by Hartwig the Resolution be adopted, and upon roll call there were: Ayes Nays Absent X Farris _X Hartwig X Horan X Rettig X Staley Prepared by: Michael Tharp,Operations Specialist, 1801 S.Riverside Dr.Iowa City,IA 52246(319)350 5045 RESOLUTION NO. ?IQ -C y RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE ON COST FOR THE REHABILITATION OF THE SOUTH T- HANGAR TAXILANES. 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 2:30pm on the 8th day of May, 2007, 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 10th day of May,2007,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. ��J Passed and approved this 7. 6 day of /"�G rG 4 2007. ►µa •1 Sf �t c v►-Jec( t Pc Eh Approved By: '" IRPERSON ATTEST: 4 • ECRET Y City Attorney's Office 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. AO 7 ',e7 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE ON COST FOR THE REHABILITATION OF HANGAR A. 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 8th day of May, 2007,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 10th day of May,2007, or at a later date and/or time as determined by the Commission Chairperson or designee, with notice of said later date and/or time to be published as required by law, or if said meeting is cancelled,at the next meeting of the airport Commission thereafter as posted by the City Clerk. Passed and a proved this iS day of 2007. Approved By: HAIRPERSON ATTEST: �( • - a No 3 CRETA' City Attorney's Office 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. f '7- 4 RESOLUTION APPROVING REPLACEMENT OF ACCESS DOORS TO T- HANGARS A AND B PROJECT AND AUTHORIZING AN INFORMAL BIDDING PROCESS. WHEREAS, chapter 26 of the Iowa Code allows for an informal bidding process for public improvements of less than $51,000 at the Iowa City Municipal Airport; WHEREAS, the engineer's estimated total cost for the above-named project is less than $51,000; WHEREAS, the informal process outlined in the letter, which is attached to this resolution, marked Exhibit A, and incorporated herein, is reasonable and should be approved. NOW, THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION THAT: 1. The above-named project as outlined in Exhibit A is approved and it may proceed informally pursuant to chapter 26 of the Iowa Code. 2. By April 15, 2007, a letter in substantial compliance with Exhibit A shall be mailed to all door installers in the Iowa City area and every targeted small business listed with the State of Iowa that indicates it performs the type of work required by the above- named project. 3. Action on the proposals for the above-named project will be taken at the Commission's regular 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 10th day of May, 2007 or at a later date and/or time as determined by the Commission chairperson or designee, with notice as required by law, or if said meeting is cancelled, at the next meeting of the Airport Commission thereafter as posted by the City Clerk. Passed and approved this �D day of 2007. 'HAIRPERSON Approved by ATTEST: Rte' 3 - c }- SECRETARY City Attorney's Office It was moved by 2i \ and seconded by S ( 1'1 the Resolution be adopted, and upon roll calhere were: AYES: NAYS: ABSENT: (/NTFarris Hartwig Horan Retting Staley Date EXHIBIT Door Business /"1 Address RE: Replacement of Access Doors T-Hangar A and T-Hangar B Iowa City Municipal Airport Iowa City, Iowa Earth Tech ID No. 88056 Dear Door Business: The Iowa City Airport Commission is hereby requesting a proposal to replace existing access doors in Hangars A and B at the Iowa City Municipal Airport, Iowa City, Iowa. Hangar A has 10 doors which measure approximately 2' 3" by 5' 6"and Hangar B has 10 doors which measure approximately 2' 4" by 5' 6". Exact dimensions should be field verified. All doors are to be replaced with hollow metal doors meeting the requirements of the attached Specification Section 08 — Hollow Metal Doors. The existing doors will need to be removed and disposed off-site. Modifications to the door frames will be necessary to make them suitable for installation of the hollow metal doors and locking hardware. Each door will have knob locksets installed with interchangeable locking cores. Supply four(4) master keys compatible with all 20 doors and two (2) keys for each lockset. To visit the site and review the existing conditions in Hangars A and B, please contact the Iowa City Municipal Airport at (319) 291-4483 during normal working hours. Questions regarding the quotation, the sketch, or the specifications may be directed to Earth Tech at(515) 244-1470. The project shall be substantially complete on or before July 31, 2007. It is anticipated that a contract will be awarded at an Airport Commission meeting on May 10,2007. Proposals for complete replacement of the access doors in Hangars A and B at the Iowa City Municipal Airport are due by 2:00 P.M. on May 8, 2007 at the office of the City Clerk, City of Iowa City, City Hall, 410 E. Washington Street, Iowa City, Iowa 52240. Very truly yours, Earth Tech David B. Hughes, P.E. Enclosures: As noted Cc: Mr. Howard Horan, Iowa City Airport Commission Mr. Michael Tharp, Iowa City Municipal Airport Prepared by: Susan Dulek, Assistant City Attorney, 410 E. Washington St., Iowa City, IA 52240-319-356-5030 RESOLUTION NO. /9�I— 7 RESOLUTION AUTHORIZING THE CHAIRPERSON TO SIGN A LIMITED POWER OF ATTORNEY THAT APPOINTS FARMERS NATIONAL COMPANY ITS ATTORNEY IN FACT WITH RESPECT TO U.S. DEPARTMENT OF AGRICULTURE PROGRAMS. WHEREAS, the Iowa City Airport Commission has an agreement with Farmers National Company to manage farm land at the Iowa City Airport; and WHEREAS, the U.S. Department of Agriculture ("USDA") Farmers Service Agency Offices are undergoing a nationwide file audit, and the Johnson County Farmers Service Agency Office is requesting that the Commission execute a limited power-of-attorney, a copy of which is attached, that appoints Farmers National Company as its attorney in fact; WHEREAS, Farmers National Company participates in programs under USDA in land it manages for the airport; and WHEREAS, the Commission should appoint Farmers National Company as its attorney-in-fact for said USDA programs. NOW, THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION THAT: The Chairperson is authorized to execute the attached USDA Power of Attorney. Passed and approved this day of G 2007. lek ci-Cet 13,E 5 f�c� et? 1 Se co.Iec/ CHAIRPERSON Approved by ATTEST: /�, lx..` : 3 a �� SECRETAR City Attorney's Office It was moved by ` � � and seconded by G l the Resolution be adopted, and upon roll call there Were: } AYES: NAYS: ABSENT: V Farris Hartwig c✓ Horan ✓ Rettig ✓ Staley This form is available electronically. Form Approved-OMB No.0560-0190 -r' FSA-211 U.S.DEPARTMENT OF AGRICULTURE (07-26-05) Farm Service Agency-Commodity Credit Corporation-Federal Crop Insurance Corporation POWER OF ATTORNEY THE UNDERSIGNED does hereby appoint(1) Farmers National Company , of(2) 11516 Nicholas Street Suite 100 Omaha (3) Dou las County, State of(4) Nebraska the attorney-in-fact to act for(51_ OwA (tnt-qIYfart in connection with Farm Service Agency and Commodity Credit Corporation program number(s)checked below. Checking any of the FSA or CCC programs does not have any impact as to the FCIC transactions checked below: A.FSA and CCC PROGRAMS B.Transactions for FSA and CCC Programs (Check applicable program numbers) (Check applicable program numbers) 1.All current programs ❑ 6.Noninsured Crop Disaster Assistance ® 1.All actions El 5.Making reports Program El 2.Signing applications ❑ 6.Conducting all RE 2.All current and all future programs ❑ 7.Tobacco programs agreements,and contracts marketing assistance O 3.Direct and Counter-Cyclical Program ❑ 8.Marketing Assistance Loans. ❑ 3.Election of bases and yields Loan and LDP except 2002 peanuts covered by and Loan Deficiency Payments except peanut designation transactions. Item A4. El 9.Conservation programs. covered by Item B4 0 7.Other(Specify) ❑4.2002 Direct and Counter-Cyclical ❑ 10.Milk Income Loss Contract Program El 4.Designation of peanut All Transactions includinr Peanut Program 0 11. Other(Specify) historical base and routine payment to financial E l 5.Peanut Quota Buy-Out Program. CCC-526 &SF I I99A yield to a fame institution account usine Form SF- 1199A& Executing CCC-526. This form may also be used to grant authority to an attorney-in-fact to act on the grantor's behalf with respect to certain FCC programs and crops. Checking any of the FCIC transactions does not have any impact as to the FSA or CCC transactions checked above: C.FCIC CROPS D.TRANSACTION NUMBERS USED BY FCIC (Enter"All"or specify each crop and year) (Check applicable numbers) L_ ALL 0 I.All actions ❑4.Making claim for indemnity. 2. 0 2.Making application for insurance ❑ 5.Making contract changes 3. ❑3.Reporting crop acreage and notice of ❑ 6.Other(Specify) 4. damage reports. This Power of Attorney is valid in all counties in the United States unless otherwise noted. This power of attorney shall remain in full force and effect until(1)written notice of it revocation has been duly served upon FSA; (2)death of the undersigned grantor;or(3)incompetence or incapacitation of the undersigned grantor. The undersigned grantor sha provide separate written notice of revocation to the applicable crop insurance agent. This power of attorney shall not be effective until properly executed and served to a FS, Service Center. AUTHORIZED SIGNATURES: 6A. Signature(s) of Grantor(s) (Individual) B.Date(MM-DD-YYYY) C. Social Security Number D.For Grantors'Signature Continuation, check here.if FSA-211A is attached.El 7A. Signature of Grantor(Partnership, Corporation, Trust, eta) B. Title C.Date ORI-DD-MT) D. Tax Identification Number for Entity X 7 42 4OergaS 8A. Witness Signature (FSA Employee Only) I B. Date (MM-DD-YYYY) C. Official Position 9.Notary Public(this form shall be acknowledged by a Notary Public unless witnes• a bat1..SA •mpApailh PEQERSE?01 o grantor is affixed). �P s, COMMISSION#142510 �1 MY CO 'MISS ON EXPIRES Signature (a) ,ltdi,/ �j�j(el State of(b) t.. &!�6O Myth . 1 . IOII t � 10. This power of attorney was served to (a) County FSA Office, (b) State of and became effective this (c) day of(d) , (e) NOTE: The following statement is made in accordance with the Privacy Act of 1974(5 USC 552a)and the Paperwork Reduction Act of 1995,as amended. The authority for requesting the following information is The Food Security and Rural Investment Act of 2002(Pub.L.107-171)and 7 CFR Part 718. The information will be used to legally document your opinion to appointing an attorney-in-fact,identify the person and authorities granted to the appointee. Furnishing the requested information is voluntary;however,failure to furnish the requested information will result in the individual or entity not be able to act as your attorney- in-fact. This information may be provided to other agencies,IRS,Department ofJustice,or other State and Federal Law Enforcement agencies,and in response to a court magistrate or administrative tribunal. The provisions of criminal and civil fraud statutes,including 18 USC 286,287,371,651,1001;15 USC 714m;and 31 USC 3729,maybe applicable to the information provided. According to the Paperwork Reduction Act of 1995,an agency may not conduct orsponsor,and a person is not required to respond to,a collection of information unless if displays a valid GMB control number. The valid OMB control number for this information collection is 0560-0190. The time required to complete this information collection is estimated to average 15 minutes per response,including the time for reviewing instructions,searching existing data sources,gathering and maintaining the data needed,and completing and reviewing the collection of information. RETURN THIS COMPLETED FORM TO YOUR COUNTY FSA OFFICE The U.S.Department of Agriculture(USDA)prohibits discrimination in all its programs and activities on the basis of race,color,national origin,gender,religion,age,disability,political beliefs,sexuc orientation,and marital or family status. (Not all prohibited bases apply to all programs.) Persons with disabilities who require alternative means for communication of program information(Braille,larg print,audiotape,etc.)should contact USDA's TARGET Center at(202)720-2600(voice and TDD). To file a complaint of discrimination,write USDA,Director,Office of Civil Rights,Room 26-W,Whitte Building,1400 Independence Avenue,/SW,Washington,D.C.20250-9410,or call(202)720-5964(voice or TDD). USDA is an equal opportunity provider and employer. ^ l 44 - I` Etn FNC Farm# 7o3Q`/ F County/Stateu/ Farm Managerag FSA Farm# b?-141-5071 /�A % Prepared by: Susan Dulek,Asst. City Attorney,410 E.Washington Street, Iowa City, IA 52240(319)356-5030 RESOLUTION NO. /90 'OK RESOLUTION AUTHORIZING THE CHAIRPERSON TO SIGN AND THE SECRETARY TO ATTEST A TEMPORARY LEASE AGREEMENT WITH WESTSIDE AUTOMOTIVE LLC FOR USE OF A VACANT PARCEL OF LAND BY TENANT DURING THE CONSTRUCTION OF A BUILDING. WHEREAS, the City intends to convey a parcel of real estate, which is located north of Highway 1 and between the Mormon Trek and Dane Road intersections, to Westside Automotive LLC ("Westside Parcel"); WHEREAS, a vacant parcel of land that abuts the Westside Parcel is part of the Iowa City Municipal Airport; WHEREAS, Westside Automotive LLC intends to construct a building on the Westside Parcel and wishes to lease the abutting property during construction of said building; and WHEREAS, it is in the best interest of the Iowa City Airport Commission to approve the Temporary Lease, a copy of which is attached. NOW, THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION that the Chairperson is authorized to sign and Secretary to attest to the Temporary Lease, a copy of which is attached and incorporated herein, upon the conveyance of the Westside Parcel by the City. Passed and approved this I Z day of A-lrL ( , 2007. / C AIRPERSON Approved by t ATTEST: I)/A 1# WIZ,-0 -- T) —/(,)--6 i, SECRETA"Y City Attorney's Office It was moved by 14-44,) � and seconded by f- vi "°- wr _ the Resolution be adopted, and upon roll call there were: AYE NAYS: ABSENT: �` Farris Hartwig ✓ Horan Rettig i/ Staley Prepared by: Susan Dulek, 410 E. Washington St.; Iowa City, IA 52240; 319-356-5030 TEMPORARY LEASE THIS TEMPORARY LEASE agreement made and entered into by and between Westside Automotive,LLC ("TENANT"), and the Iowa City Airport Commission ("COMMISSION In consideration of their mutual promises herein, COMMISSION and TENANT agree as follows: 1. COMMISSION does hereby lease to TENANT the following described real estate: That portion of northeast quarter of Section 20, Township 79 North, Range 6 West of the 56 P.M. that is described as Auditor's Parcel 2005175 on Plat of Survey recorded in Book 50, Page 195, Plat Records of Johnson County, Iowa. ("Temporary Leased Area") for the purpose of facilitating TENANT'S construction of a building on the abutting real estate. 3. The term of this Temporary Lease will be for the period of time required by TENANT to complete the construction of said building, but in no event shall the duration extend beyond December 31,2007. TENANT shall pay no rent. In consideration for not paying rent under this Temporary Lease, TENANT agrees to enter into a subsequent agreement with the Iowa City Airport Commission in which TENANT will agree to mow and maintain the Temporary Leased Area for as long as TENANT owns the abutting real estate upon which said building is being constructed. TENANT further agrees that it will negotiate said agreement in good faith with the Commission and that it intends to enter into such agreement by December 31, 2007. 4. 1 ENANT shall have the right to store materials related to the construction of said building consistent with the City's zoning ordinance, but only to the extent permitted by FAA regulations, rules, directives, and policies. 2 5. TENANT specifically acknowledges that the Temporary Leased Area is within the "runway protection zone" of the Iowa City Municipal Airport and that, as a result, the FAA restricts certain uses within Temporary Leased Area. TENANT further acknowledges and agrees that the rights granted to Tenant in this Temporary Lease will not be exercised so as to interfere with or adversely affect the use, operation, maintenance or development of the Airport. This Temporary Lease shall be subordinate to the provisions of any outstanding or future agreement between the Iowa City Airport 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. 6. TENANT agrees that existing driveways, fences, underground drainage tile or other site features which are removed or disturbed shall, to the extent reasonably possible,be replaced by TENANT to conform with features or items removed during construction. TENANT further agrees that all grassed areas disturbed by the construction shall be sodded within a reasonable time after construction is complete. 7. TENANT covenants and agrees to remove and stockpile existing topsoil from areas to be excavated, to be used in the event of any repair. Following completion of said building, all areas within the Temporary Leased Area which are disturbed will be graded to form a uniform slope, and topsoil shall be replaced and respread over disturbed areas, thereby restoring said area substantially to its prior condition. 8. ILNANT acknowledges and agrees that this Temporary Lease is limited exclusively to the location, use and purposes listed herein, that any other uses, locations and purposes are not contemplated herein, and that any expansion of said uses, purposes or locations must be specifically agreed to in writing by the City of Iowa City. 9. TENANT agrees to indemnify, defend and hold harmless the COMMISSION and the City of Iowa City, their officers, agents and employees from and against any and all claims, losses, liabilities or damages, of whatever nature, including payment of reasonable attorney fees, arising from occurrences or accidents within the Temporary Leased Area, from the TENANT'S use arising from this Temporary Lease agreement, or which may be caused in whole or in part by any act or omission of the TENANT including their agents or employees. 10. 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 $500,000 Aggregate $1,000,000 3 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. TENANT shall provide fifteen (15) days notice to the COMMISSION before cancellation of said insurance. SIGNED this day of ,2007. IOWA CITY AIRPORT COMMISSION WESTSIDE AUTOMOTIVE,LLC By: By: Howard Horan, Chairperson James C. Druesicke,Manager Attest: Janelle Rettig, Secretary Approved by City Attorney's Office TENANT'S ACKNOWLEDGEMENT STA It OF IOWA ) )ss: JOHNSON COUNTY) This instrument was acknowledged before me on ,2007 by James C. Druesicke as manager of Westside Automotive,LLC. Notary Public in and for the State of Iowa My Commission expires: • Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045 RESOLUTION NO. /0 c`'7 -c RESOLUTION ADOPTING FY 2007 DISADVANTAGED BUSINESS ENTERPRISE GOALS FOR FY07 U.S. DOT ASSISTED CONTRACTS. WHEREAS, the Federal Aviation Administration (FAA) requires that airports have a disadvantaged business enterprises (DBE) policy which contains DBE goals that must be used when the airport plans to award $250,000 or more in prime contracts funded by Airport Improvement Program grants; and WHEREAS, the Iowa City Airport Commission plans to award contracts over the $250,000 threshold in FY07: and WHEREAS, the Iowa City Airport Commission should adopt the attached DBE goals for FY07 assisted contracts. NOW, THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION, THAT: 1. The attached DBE goals for FY07 assisted contracts is adopted. 2. The Iowa City Municipal Airport will accept public comment for a period of 1 week following the adoption of this resolution. All comments received before the May 10, 2007, at said meeting, and during the following week shall be forwarded to the FAA. Passed and approved this day of " , 2007. CHAIRPERSON Approved by ATTEST: x -3-0 }- Q- SEC ETARY City Attorney's Office It was moved by l�- and seconded by tic,r-f-,-/i,fr the Resolution be adopted, and upon roll call there were: Ayes Nays Absent Farris Hartwig Horan Rettig Staley Attachment 4 Section 26.45: Overall Goal Calculation Amount of Goal 1. The Iowa City Municipal Airport's overall goal for FY 2007 is the following: 8.0% of the Federal Financial assistance we will expend in DOT-assisted contracts. [PTA recipients add: exclusive of FTA funds to be used for the purchase of transit vehicles.] • 2. $2,681,500 is the dollar amount of DOT-assisted contracts that the Iowa City Municipal Airport expects to award during FY 2007. This means that the Iowa City Municipal Airport has set a goal of expending$179,512 with DBEs during this fiscal year/projects. Methodology used to Calculate Overall Goal Step 1:26.45(c) Determine the base figure for the relative availability of DBEs. The base figure for the relative availability of DBE's was calculated as follows: Ready,willing, and able DBEs Base figure = All firms ready,willing and able The base figure was determined by the following: Base Figure= HeawlHiahwav X ready.willing, able DBE Heaw/Hiahwav Total funds ready,willing, able Heavy/Highway +Engineer X ready,willing, able DBE engineering Total funds ready,willing, able engineering Base figure= $2,243,900/$2,681,500 X 5/59 + $437,600/2,681,500 X 4/56 = 0.84(8.47%) + 0.16(7.15%) = 5.41% The data source or demonstrable evidence used to derive the numerator was the Iowa Department of Transportation 2007 DBE Directory. DBE listed firms within the three county area of the Iowa City—Cedar Rapids, Iowa, Metropolitan Area. The data source or demonstrable evidence used to derive the denominator was the 2004 County Business Patterns for the Iowa City—Cedar Rapids, Iowa Metropolitan Area. The data identified is for Heavy and Civil Engineering Construction (NIACS Code 237) and Engineering Services (NIACS Code 54133). When we divided the numerator by the denominator we arrived at the base figure for our overall goal and that number was 8.26%. Step 2: 26.45(d) After calculating a base figure of the relative availability of DBEs, evidence was examined to determine what adjustment was needed to the base figure in order to arrive at the overall goal. In order to reflect as accurately as possible the DBE participation we would expect in the absence of discrimination we have adjusted our base figure downward by 0.26%. The data used to determine the adjustment to the base figure was the DBE participation in FY 2005 (4.9%) and FY 2006 (11.1%). By identifying the average for FY 2005 and FY 2006 and averaging this value with the value arrived at from Step 1 and adjusted goal was determined that will accurately reflect what the Iowa City Municipal Airport can achieve for the type of work to be done in FY 2007. The reason we chose to adjust our figure using this data was because the historical trends indicate what has been available for similar projects at the Iowa City Municipal Airport. From this data,we have adjusted our base figure to 8.0%. Public Participation The goal information will be published in the minutes of the Iowa City Municipal Airport Commission public meetings. They will be presented at the Airport Commission meeting in May, 2007. Comments will be received prior to the meeting and for one-week after the meeting. A summary of the comments will be provided. Race Conscious—Race Neutral The Iowa City Municipal Airport will meet the maximum feasible portion of its overall goal by using race neutral means of facilitating DBE participation. The Iowa City Municipal Airport uses the following race-neutral means to increase DBE participation: • Provide DBE directories to all potential prime contractors. • Offer instructions and clarification on bid specifications, general bidding requirements, and our procurement policy and procedures to small businesses as requested. • Maintain a file of bid documents from past procurements and permit DBE's and other small business firms to review and evaluate these documents. • When requested, conduct debriefing sessions to explain why certain bids were unsuccessful. • Provide information on certification procedures, subcontracting, and bonding requirements to all small businesses. • Place bid notices in local newspapers and with trade associations. • Make bid specifications available to DBE contractor associations and technical assistance agencies. • Provide DBE's and DBE organizations with lists of majority firms bidding as prime contractors as requested. We estimate that, in meeting our overall goal of 8.0%, we will obtain 1.0% from race-neutral participation and 7.0%through race-conscious measures. This breakout is based on the fact that in FY-06, the Iowa City Municipal Airport's accomplishments exceeded their goal by 2.1%, which is evidence of race-neutral participation. We will adjust the estimated breakout of race-neutral and race-conscious participation as needed to reflect actual DBE participation and we will track and report race-neutral and race-conscious participation separately. For reporting purposes, race-neutral DBE participation includes, but is not limited to the following: DBE participation through a prime contract a DBE obtains through customary competitive procurement procedures; DBE participation through a subcontract on a prime contract that does not carry a DBE goal; DBE participation on a prime contract exceeding a contract goal; and DBE participation through a subcontract from a prime contractor that did not consider a firm's DBE status in making the award. Contract Goals The Iowa City Municipal Airport will use contract goals to meet any portion of the overall goal that the Airport does not project being able to meet using race-neutral means. Contract goals are established so that, over the period to which the overall goals applies, they will cumulatively result in meeting any portion of our overall goal that is not projected to be met through the use of race- neutral means. We will establish contract goals only on those DOT-assisted contracts that have subcontracting possibilities. We need not establish a contract goal on every such contract, and the size of the contract goals will be adapted to the circumstances of each such contract. We will express our contract goals as a percentage of the total amount of a DOT-assisted contract. Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045 RESOLUTION NO. dc" r7-/69 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE CHAIRPERSON TO SIGN AND THE SECRETARY TO ATTEST A CONTRACT FOR THE REHABILITATION OF THE SOUTH T-HANGAR TAXILANES. WHEREAS, Vieth Construction Corporation of Cedar Falls, Iowa_ has submitted the lowest responsible bid of_$140,794.15_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 $140,794.15 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 1 1) day of /14 7 , 2007. CHAIRPERSON Approved by ATTEST: p . a c -� 3 SE RETARY City Attorney's Office It was moved by 1-16, ft,/" 1 and seconded by S la- the Resolution be adopted, and upon roll call there were: Ayes Nays Absent Farris Hartwig Horan Rettigal ,�� Staley Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045 RESOLUTION NO. /-]i' -1/ RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE CHAIRPERSON TO SIGN AND THE SECRETARY TO ATTEST A CONTRACT FOR THE INSTALLATION OF CONCRETE FLOORS IN HANGAR BUILDING A WHEREAS, Banes Construction Inc of Fairfax, Iowa has submitted the lowest responsible bid of_$36,999.00 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 _Banes Construction 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. Passed and approved this ( D day of j"/ , 2007. CHAIR ERSON D - Approved by �p ATTEST: ( lQ — _ (3 SECRETA'Y City Attorney's Office It was moved by and seconded by e ��✓, r the Resolution be adopted, and upon roll call thFe 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. ne7 7"12-- RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE CHAIRPERSON TO SIGN AND THE SECRETARY TO ATTEST A CONTRACT FOR THE REPLACEMENT OF ACCESS DOORS ON HANGAR BUILDINGS A AND B. WHEREAS, _Liberty Doors Inc has submitted the lowest responsible quote of_$16,700 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 _Liberty Doors subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Chairperson is hereby authorized to sign and the Secretary to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. �/� Passed and approved this / day of 4" , 2007. //,//le_ri CHAIRPERSON Approved by ATTEST: SE ( Ak , - o RETARY City Attorney's Office It was moved by ra r7, ) and seconded by ) c�, 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)356 5045 RESOLUTION NO. /9,07— /3 RESOLUTION SETTING A PUBLIC HEARING ON JULY 9, 2007 FOR THE PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE ON COST FOR THE CONSTRUCTION OF "PHASE 5 PROJECT" WITHIN THE RUNWAY 7/25 RUNWAY EXTENSION PROJECT TO INSTALL PAVING AND LIGHTING, 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 9th day of July 2007 at 7:30am 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 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 day of J(, —< 2007. Approved By: IRPERSON ki ATTEST: SECRE ARY City Attorney's Office It was moved by !- r and seconded by R r the Resolution be adopted,and upon roll call th¢ e were: Ayes Nays Absent Farris Hartwig Horan r Rettig / Staley AN Prepared by:Susan Dulek,Assistant City Attorney,410 E.Washington St.,Iowa City, IA 52240 (319)356-5030 RESOLUTION NO. /h27-/" RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE "PHASE 5 PROJECT" WITHIN THE RUNWAY 7/25 RUNWAY EXTENSION PROJECT TO INSTALL PAYING AND LIGHTING, ESTABLISHING AMOUNT OF BID SECURITY, 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 CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved with the exception that "on July 31, 2007." is inserted in the second to last paragraph on Page N-5 between "2:00 p.m." and "The time of receipt". 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, not less than 4 and not more than 45 days before the date for filing the bids, 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. Sealed bids for the above-named project are to be received by the Iowa City Airport Commission at the Office of the City Clerk, at the City Hall, before 2:00 p.m. on the 31st day of July, 2007. At that time, the bids will be opened and announced by the City Clerk or her designee, and thereupon referred to the Iowa City Airport Commission for action upon said bids at its next regular meeting, to be held at the Terminal Building, Iowa City Airport, 1801 S. Riverside Drive, Iowa City, Iowa, at "C: p.m, on the 1=— day of August, 2007, or at a special meeting called for that purpose.. Passe an approved his day of ' - `� , 2007. CHAIRPERSON ATTEST: _ -(-^'1'' 1 S CRETARY Appro x - r--,p v City Attorney's Office It was moved by °."JAN t and seconded bythe Resolution be adopted, and upon roll call there-Were: J AYES: NAYS: ABSENT: Farris Hartwig i( Horan � Retting Staley Prepared by: Michael Tharp,Operations Specialist, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045 RESOLUTION NO. Ra J—/] RESOLUTION ACCEPTING IOWA DEPARTMENT OF TRANSPORTATION GRANT FOR THE REHABILITATION AND ENHANCEMENT OF THE FUEL SYSTEM. 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 presented the FY2008 State Aviation Program to the Iowa Transportation Commission; WHEREAS, a grant package for the Iowa City Municipal airport to provide a maximum of $70,550 in an 85/15 matching grant is contained therein; 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: Upon the direction of the City Attorney,the Chairperson and Secretary are authorized to execute a grant agreement for the above project.oj Passed and approved this 1 day of (Li 2007. 40t- Approved By: CHAIRPE N ATTEST: ( (i(c.f tvk SECRETARY City Attorney's Office It was moved by (12-1-1 and seconded by v�, 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. 4 7 7- RESOLUTION ACCEPTING IOWA DEPARTMENT OF TRANSPORTATION GRANT FOR THE REHABILITATION OF NORTH TAXIWAY AND OTHER PAVEMENT REPAIR. 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 presented the FY2008 State Aviation Program to the Iowa Transportation Commission; WHEREAS, a grant package to the Iowa City Municipal airport to provide a maximum of $148,790 in a 85/15 matching grant is contained therein; 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: Upon the direction of the City Attorney,the Chairperson and Secretary are authorized to execute a grant agreement for the above project. f� Passed and approved this — day of ' u ty 2007. Approved By: AIRPER N I ,.� ATTEST: I ( ) c- �.1����0, - l a HI SECRETARY City Attorney's Office It was moved by0TwE�- and seconded by rc-c7 I S the Resolution be adopted, and upon 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)356 5045 RESOLUTION NO. /901-/7 RESOLUTION APPROVING PROJECT TASK ORDER NO. 6 FOR JET A FUEL SYSTEM INSTALLATION AND AVGAS FUEL SYSTEM UPGRADES 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 1(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, 4 and No. 5 previously; WHEREAS,the Commission and Earth Tech now desire to enter into Project Task Order No. 6, a copy of which is attached. WHEREAS, it is in the best interest of the Commission to enter into Project Task Order No. 6. NOW,THEREFORE,BE IT RESOLVED BY THE AIRPORT COMMISSION OF THE CITY OF IOWA CITY: 1. The Chairperson is authorized to sign Project Task Order No. 6. Passed and approved this l St day of 2007. Approved By: CHAIRPERSON ATTEST: 74AA/1 SE RETARY City Attorney's Office It was moved by Kg-64-11. and seconded by R�tr(S the Resolution be adopted, and upon roll cala were: Ayes Nays Absent Farris Hartwig Horan K Rettig Staley V Ear LhTech 501 Sycamore Street p 319.232.6531 Suite 222 r 319.232.0271 A 11/C0 International Ltd.Company Waterloo, IA 50703 www.earthtech.com JET-A SELF SERVICE FUELING SYSTEM IDOT GRANT NUMBER IOWA CITY MUNICIPAL AIRPORT IOWA CITY,IOWA PROJECT TASK ORDER NO. 6 • Project Description The project is described as the installation of a Self Service Jet-A Fueling System and Replacement of Existing Self-Service AVGAS Fueling System. The project is more specifically defined on the state application for funding at the Iowa City Municipal Airport, Iowa City, Iowa. The project involves installation of a new Jet-A self service fueling system including piping to the existing above-ground Jet-A tank, electrical service for the system and area lighting. In addition,the project will replace the existing AVGAS self-service fueling system at its current location. This project will be funded through an Iowa Department of Transportation grant. Scope of Services The work to be performed by the Consultant includes the following tasks: 1. Code Review - This task consists of the review of applicable building codes to determine specific site location requirements for the use, construction and siting of the new Jet-A Self-Service Fueling System. Local building codes,NPFA requirements and FAA criteria will be examined as part of this task. 2. Electrical Design - This task consists of electrical design necessary for site lighting and electrical service for the new Jet-A Self-Service Fueling System. 3. Prepare Letter Requesting Ouotes - This task consists of the preparation of a letter detailing performance requirements of the new system, along with electrical drawings for site lighting and electrical service. A draft letter will be presented to the Commission for approval of method of obtaining quotes prior to sending to prospective bidders. 4. Quality Review -This task consists of the quality review of work elements on the project. During the course of this project, quality reviews will be conducted by senior technical personnel that are not directly involved in the project. 5. Review of Quotes—This task consists of assisting the Commission in analyzing the quotes received and preparing a recommendation to the Commission for award of contract. 6. Proiect Administration During Design - 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. 7. Preconstruction Conference — This task consists of attending and conducting a preconstruction conference with representatives of the Contractor, Sponsor and Consultant. 8. 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. 9. Construction Assistance and Site Visits — This task consists of answering design interpretation questions from the Sponsor, Contractor, review staff and appropriate agencies. Task also include includes field review by office staff at critical points as the construction progresses. 10. Resident Review- This task consists of limited on-site construction review at key critical construction operations to observe construction operations to determine compliance with contract documents. Site reviews will be documented on in a construction journal. All coordination with airport tenants related to this project will be the responsibility of the Owner. Staffing requirements may be adjusted during the Project in relation to the level of construction activity. 11. Pay Requests and Grant Administration—This task consists of the review and approval of contractor pay requests for work completed and coordination with the Iowa Department of Transportation for reimbursement of funds expended by the Iowa City Airport Commission related to this project. 12. 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. 13. 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. 14. Project Closeout — This task consists of assisting the Sponsor with Project completion and final closeout documentation from the Contractor for the Iowa Department of Transportation. 15. Project Administration During Construction - This task consists of office administration and coordination of the project during construction. Interoffice meetings, general coordination with the Commission and the contractor, day-to-day administrative responsibilities, and typing of interoffice memoranda and minutes of meetings are included in this task. The anticipated level of effort for this Scope of Services is defined by the following staff-hour estimate: t Senior Project I Staff CADD Project Item No. Professional Professional Professional Operator Technician Support Total 1 4 4 8 2 8 4 12 3 16 4 20 4 2 2 5 4 4 6 4 4 7 4 4 8 2 2 9 4 4 . 108 8 11 2 2 • 12 2 2 13 2 2 14 2 2 15 4 4 Total Design Services 2 30 20 4 12 12 80 Compensation A. Compensation for services defined in this Project Task Order shall be on an hourly basis with an estimated cost of Nine Thousand Eight Hundred Dollars($9,800.00). B. A contingency amount of Nine Hundred Dollars($900.00)is established for this Project Task Order. General Conditions Except as specifically amended by this agreement, services shall be provided in accordance with the Consultant Agreement for the Iowa City Municipal Airport between the Iowa City Airport Commission and Earth Tech, Inc., dated August 11,2005. APPROVED APPROVED IOWA CITY AIRPORT COMMISSION EARTH TECH,INC. By By Joe A.Becker Date Date July 19,2007 L:\w ork1ADM IN\AGREE\PROF\lowaC iryTaskOrder6.doc Approved By ' City Attorneys Office Prepared by: Michael Tharp,Operations Specialist, 1801 S.Riverside Dr.Iowa City. IA 52246(319)350 5045 • RESOLUTION NO. SIO 7—/t RESOLUTION SETTING A PUBLIC HEARING ON A u G-. /3 2007 FOR THE PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE ON COST FOR THE CONSTRUCTION OF WEST TERMINAL APRON REHABILITATION, AND 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 AIRPORT COMMISSION OF THE CITY OF IOWA CITY: 1. That a pubic hearing on the plans, specifications,form of contract,and est'mate of cost for the construction of the above-mentioned project is to be held on the Iday of 2007 at�-.?)0 am/pm. in Iowa City Airport Terminal Building, 1801 S. Riverside Driii e, 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 officelof the City Clerk for public inspection. Passed and app •ved this l Siday of k9 2007. �J Approved By: C Aii(PER ON — C� ATTEST: , Ol/1��/1 7_ 3,-04-- SECRETARY City Attorney's Office It was moved by F('rr t S and seconded by C- A-" J the Resolution be adopted, and upon roll call there were: Ayes Nays Absent Farris -7C Hartwig Horan K Rettig Staley Prepared by: Susan Dulek, Assistant City Attorney, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5030 RESOLUTION NO. 417'7- /7 RESOLUTION SETTING A PUBLIC HEARING FOR SEPTEMBER 13, 2007, REGARDING THE INTENT TO ENTER INTO A LEASE AGREEMENT WITH WESTSIDE AUTOMOTIVE, LLC FOR THE LEASE OF THE GROUND FOR PLACEMENT OF A BUSINESS SIGN. WHEREAS, Westside Automotive LLC would like to enter into a lease to place a business sign on airport property along the north side of Highway 1; and WHEREAS, the attached Sign Lease has been approved by the Airport Operations Manager; and WHEREAS, the lease of said space is in the public interest. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The Iowa City Airport Commission does hereby declare its intent to enter into the above- referenced lease agreement. 2. A public hearing on said proposed lease agreement should be and is hereby set for September 13. 2007 at 5:34 p.m. in the Terminal Building; Iowa City Airport, 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. The City Clerk is hereby directed to cause Notice of Public Hearing to be published as provided by law. Passed and approved this day of A5 St , 2007. CHAIRPERSON A proved by ATTEST: S CRETARY City Attorney's Office Resolution No. Page 2 . It was moved by RC---t`t; and seconded by r U t 5 the Resolution be adopted, and upon roll call th a were: AYES: NAYS: ABSENT: • Farris x Hartwig Horan x Rettig Staley Prepared by: Susan Dulek, Ass't. City Attorney, 410 E. Washington St.; Iowa City, IA 52240; 319-356-5030 SIGN LEASE THIS LEASE agreement made and entered into by and between Westside Automotive, LLC ("TENANT"), and the Iowa City Airport Commission("COMMISSION") in Iowa City, Iowa. In consideration of their mutual promises herein, COMMISSION and TENANT agree as follows: 1. COMMISSION does hereby lease to TENANT the approximate 36 square foot area depicted on Exhibit A, which is attached and incorporated herein, and which is located within the runway protection zone legally described in Paragraph 3 below ("Leased Area") for the purpose of TENANT placing a business sign. 2. The term of this Lease will be from the date of execution to July 31, 2017. TENANT shall have the option of an additional ten (10) year term, if written notification is given to the COMMISSION by June 1, 2017. The fee provision will be reviewed and negotiated based on fair market value for the additional ten-year term if the option is requested. In the event TENANT shall continue to occupy the Leased Area beyond the term of this Lease Agreement without executing an agreement for another term, such holding over shall not constitute a renewal of this Lease Agreement but shall be on a month-to-month basis only. 3. TENANT shall pay no rent. In consideration for not paying rent under this Lease, TENANT agrees to mow and maintain the area in the Runway Protection Zone legally described below: That portion of northeast quarter of Section 20, Township 79 North, Range 6 West of the 51h P.M. that is described as Auditor's Parcel 2005175 on Plat of Survey recorded in Book 50, Page 195, Plat Records of Johnson County, Iowa. 4. TENANT shall have the right to maintain the sign on the Leased Area consistent with the City's zoning ordinance, but only to the extent permitted by FAA regulations, directives, rules, and policies, which includes an airspace study. TENANT shall submit to the FAA the "FAA Form 7460-1,Notice of Proposed Construction or Alteration," and shall not erect said sign until it receives FAA approval. Said sign shall be identical to, or substantially identical to, what is depicted on Exhibit B, which is attached and incorporated herein. For purposes of erecting said sign, changing the lettering, and performing maintenance, TENANT is permitted access to the area within _ feet of the Leased Area. 2 5. TENANT specifically acknowledges that the Leased Area is within the runway protection zone of the Iowa City Municipal Airport and that, as a result, the FAA restricts certain uses within Leased Area. TENANT further 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. This Lease shall be subordinate to the provisions of any outstanding or future agreement between the Iowa City Airport 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. 6. TENANT agrees to indemnify, defend and hold harmless the COMMISSION and the City of Iowa City, their officers, agents and employees from and against any and all claims, losses, liabilities or damages, of whatever nature, including payment of reasonable attorney fees, arising from occurrences or accidents within the Leased Area, from the TENANT'S use arising from this Lease agreement, or which may be caused in whole or in part by any act or omission of the TENANT including their agents or employees. 7. Tenant shall not sublease the Leased Area or assign this Lease without the prior written approval of the Commission, which approval shall not be unreasonably withheld. 8. 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. 9. 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 $500,000 Aggregate $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. TENANT shall provide fifteen (15) days notice to the COMMISSION before cancellation of said insurance. 3 10. 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: James Dreusicki 1445 Highway 1 West Iowa City, IA 52246 11. 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 Leased Area. Any change or modification hereof must be in writing signed by both parties. 12. 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. 13. This Lease shall be binding and shall inure to the benefit of the heirs, legal representatives, successors and assigns of the parties hereto. 14. 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. 4 SIGNED this day of , 2007. IOWA CITY AIRPORT COMMISSION WESTSIDE AUTOMOTIVE,LLC By: By: Howard Horan, Chairperson James C. Druesicke, Manager Attest: Janelle Rettig, Secretary Approved by City Attorney's Office TENANT'S ACKNOWLEDGEMENT STATE OF IOWA ) )ss: JOHNSON COUNTY) This instrument was acknowledged before me on ,2007 by James C. Druesicke as manager of Westside Automotive,LLC. Notary Public in and for the State of Iowa My Commission expires: Trip PAD ¢� noxa rats r*pa.o a E alif Niq 0070.swo.w .i ow arm 4t'41,* MCELEKEY n.ae,. PP'Nit iwv.nt- _ *� �a4 a 1000 HWY 1 WESTX uxan, P �t 6®a(e®B®gyp Engc it ww , �.t�i�}i�6.,i 453.4�,,�.1„ to �� �\ 1r .lYL�lEhikw • ff'�YiiYfltrY'�.`.�..,���^�'•0.•s 1}^7}5+.;.%2�4r"E�. I� a .3 1,0‘.......,,- �.'1—......1► 1i1�F",�Y itilaik a a- -°•+ _a. ' M S C fezult a c m era ri /tine iYtW1WWlsv iYfY/O�y a u 4i(s S3" e� od;d , ucw was s a F" 1 e s ;e II 10.- ea wi IMIltriarrinatina nPs NI /i3!! ! �\� øC \ „mg npWxNaga o —I c'* _ 1 K8 zm a9 p.21 • g SLI.. � ..---av'A„ fg fPs ' cti 1' s �0 rocuvaem _grief ` a�, & , 6. etoit \ 1liaANIMaem \. a\ a1` I a 6_�0 i • .. �i.,,; IAF, n ,� .�. 7_1 -�� di4ia+lc rn "'Assist”R Nna•5E+8., I aF .+.a.ror<mrccrt ) �� �, "'� t.+ 31TB PLAtl YnMNC YC1t0 I ""• N IGILBERT STREET USED VEHICLE SALES -- 1040 HWY+9 WEST '' f OWNER/DEVELOPER ® \ JimDreasc� ` s -� . Toyota of lows City .=.__—IONS t�' Iowa City,Iowa 52244 Min.Lot Area=none LOT SIZE (319)-351-1501 Mia LotWiddRnone, 41.207 S.E.= 0,930 acres ZONING Front Yard Setback= to a, Ci•1 Intensive Commercial Zone PREPARED$y Side Yazd Setback= 10& LAND USE McClure Engineering Company Rear Yard SeIback= 10 ft. This 0.95 acre site will be developed widia PARKAdG I7401iningq Lone Side and Rear rkingSetback=10 ft. 200$S.Fbuilding designated the used car sales. Requited;1/500 S.tN.=4 • 'r0Y0Tq pua0iN0 Nock Liberty,IA 52317 Front Parking Setback=]0Q ADA Required: laal 91Tr FY.AN (319)626-9090 LOT COVERAGE wrn:m,wnn LEGAL DESCRIPTION Total LotAtq=gl,igg S.F. Prodded:Stalls-l i new; OWNER'S ATTORNEY PARCEL NO,200 .A?ARCSLOF LAND SITUATED IN THE Tamlioig Considered forsite plan=41,138 S.F. Standard•10 a"0 "64 -- NORTHEAST 1/4OF8ECI10N2p,TOWNgplp iq NORTH,RANOE6 ng=2,IO3 S.F. `DRE Cwig Willis WESTOFTUE 5TH PRMWPgLMERIDIAN,CITY OF IOWA GIH', =2938n 0;.;0.07 500 Smith Dubuque Street COUNTYOF)OHN50046TATEOFIDaYA IIETNGAPOR1 ON OF THE CoverageOsno-07 Box 143 LAND CONVEYED Paving=29387 S.F. SITE ADDRESS TO THF.CITY OF IOWA CITY,Iotvq,EO Walk=826 S.P. 1620 Highway lVYesi Iowa G}ty,IA 527AA-0143 WARRANTY DEED 9IcC01ULY_1.1993.AND RECORDED W THE 319-337-9621 JOHNSON MUMRECORDER''S OFFICE ON AUGUST Impervious Area=32,221 g.F.=?9ei, am ua= PILE N0.00378E80082552,P.4G0 87. ST 6,1998.IN w __ _ ._._...__-_ _ SP.01 03/ 13 • • • • x $� fia y ; 4 r sf f Ex ouff - 1F" •4 i. ,} e 4ri4t 8...i3 r ^3 C?%4 em,`, 44---:7' F'ii' 1- F ( � Cyt f.k - ' . 'r {gidr9 rrF Y7"at Ktii it;t kAZi -.f , r A { a i e115e '.1.•... ' ?';',.'.1,1‘-'411:::: :::.''',,T w + 4 • nar : Dxs6. d l !4 44# �" °'', L Xt2a , r .;•-7):.r.:4-C1433/4T-V7-';:1•;:44&::';' ' , ,9t" ftiranr0°'tC-sv t$ar,uii'ri'x"k rYat r�Oaka�fr f• ai. xgyr �23: � ,- ' kit n * txysr a .c rsn ), k , a ' Riwks' wf � .�.1: �r „7)t. s °+ii C4,-,r Fe- . ' s yt 4 a ;. {+ xiix c t fi . u Sx� -415a " tY F 4 1 :tt, 4.:: �b" h- a +�.« zxar# yr : 4 -11:!.. .-.,-, r - '. Lra-F.w4SvY , . .,r f e rTri: PxY ' drmr . ,ar iv }' ,r" aviJa r Y vi 4 +xx7 gh9 + a aY� C '� _ Ye+ A6 ,' a` t;ij2, srd3 �� " i �xa' "" } w Yt 2�5 ` £ i9r dyxa, t { A �Y kM "Y - 3 # D,,,rM1t , n { . . g `? $k4xe r � :` 'ia ? � t . wR, +' y, , • • . � i 'r ",,, .d. � :i' <7 .to' 1j. ` 2•••%. a 'k ,? k $wS 1 F P 1 f* OFFICIAL PUBLICATION Printer's Fee $ i �- 1�P Notice is herebyOTICE ePUBLIC HEARING on lhold Iowa City Airport Commission will hold a public hearing on the 13th day of September 2007, at 5:45 p.m. at the Terminal CERTIFICATE OF PUBLICATION Building, Iowa City Airport, 1801 S. STATE OF IOWA, Riverside Drive,Iowa City,Iowa,or if said JOHNSON COUNTY, SS: meeting is cancelled,at the next meeting of the Iowa City Airport Commission THE IOWA CITY PRESS-CITIZEN thereafter as posted by the City Clerk;at which hearing the Commission wit con- FED. ID ti 42-0330670 cider a resolution authorizing an agree- ment to lease airport properly along the . north side of i fr Highway 1 tont of a sAutomotive, LLC I yy -�: eS�ra for placement of a business sign. Iihracicka, being duly sworn, say Copies of the proposed resolution are on file for public examination In the office that I am the legal clerk of the IOWA of the City Clerk, City Hall, Iowa CityIowa. Persons wishing to make their views known for Commission considera- CITY PRESS-CITIZEN, a newspaper tion are encouraged to appear at the above-mentioned time end place. MARIAN K.KARR,CITY CLERK published in said county, and that a 76741 August 30,2007 notice, a printed copy of which is hereto attached,was published in said paper I time(s), on the following date(s): 1 k_g. , 7 art quL& 1 Legal Clerk Subscribed and sworn to before me this 31s-g. day of A.D. 20 0*- • S eSH A / _,P\ ,o . AJC 7 ��r Notary ublic- tJ`5 � •r f - L W Qom . t S•..g` .. r Yavl�s d2nu_rY ..9 ': Prepared by: Susan Dulek,Assistant City Attorney, 410 E.Washington St., Iowa City, IA 52240-319-356-5030 RESOLUTION NO. 907- C2 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE CHAIRPERSON TO SIGN AND SECRETARY TO ATTEST TO A CONTRACT FOR THE "PHASE 5 PROJECT" WITHIN THE RUNWAY 7/25 RUNWAY EXTENSION PROJECT TO INSTALL PAVING AND LIGHTING. WHEREAS, Metro Pavers, Inc. has submitted the lowest responsible bid of $1,347,586.13 for the "Phase 5 Project" within the runway 7/25 extension project to install paving and lighting, and the Commission's consultant, Earth Tech, recommends accepting said bid. NOW, THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION THAT: 1. The contract for the "Phase 5 Project" within the runway 7/25 extension project to install paving and lighting is hereby awarded to Metro Pavers, Inc. subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements and subject to the Commission receiving FAA funding for said project. 2. The Chairperson is hereby authorized to sign and the Secretary to attest to the contract for the Metro Pavers, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements and subject to the Commission receiving FAA funding for said project. Passed and approved this day of 4 Sfi , 2007. CHAIRPERSON Approved by6 ` gSVAJ34: ATTEST: SECRETA City Attorney's Office It was moved by c4 q and seconded by Hart-1 the Resolution be adopted, and upon roll call the(were: AYES: NAYS: ABSENT: Farris Hartwig Horan Rettig Staley 4 II Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045 RESOLUTION NO. Ao7'�/ RESOLUTION ACCEPTING THE WORK FOR THE HANGAR A CONCRETE FLOORING PROJECT. WHEREAS, the Commission's consultant for the Hangar A Concrete Flooring Project, Earth Tech Inc., has recommended that the work on the installation of concrete floors by Banes Construction, Inc. be accepted; and WHEREAS, the final contract price is $37,218.96, which includes the original contract amount of $36,999 and $219.96 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. ` 4L' Passed and approved this — day of J'-C g+ , 2007. AIRPERSON Appr ATTEST: SEC ETAR City Attorney's Office It was moved by rr k 5 and seconded by �° the Resolution be adopted, and upon roll call there were: Ayes Nays Absent X Farris Hartwig Horan Rettig Staley 4 ® EarthTech 500 S.W. 7th Street r 515.244.1470 Suite 301 F 515.244.4803 Ata/CO International ltd.Company Des Moines, IA 50309 www.earthtech.com August 3,2007 Mr. Iloward I-loran Iowa City Airport Commission 1801 S.Riverside Drive Iowa City, IA 52246 RE: Rehabilitate Hangar"A" Iowa City Municipal Airport City of Iowa City,Iowa GAVI No.91-07-01OW-300 Contract No. 8810 Earth Tech ID No.88056 Dear Mr. Horan: By this letter,we hereby state: 1. We have made a final review of the project on June 7, 2007, and subsequent reviews of the project on June 8,2007 and July 24,2007. 2. To the best of our knowledge and belief, based on observations of Earth Tech staff during construction, the contractor, Banes Construction, Inc. has performed the work in accordance with the plans and specifications and contract documents in effect for the above-referenced project. 3. The total cost of the completed work is $37,218.96. I hereby certify that this engineering document was prepared by me or under my o5.e s s I oa direct personal supervision and that I am a duly licensed Professional Engineer Q� ••""'•• under the laws of the state of Iowa. F " " o•vo W HUGHES •Z _ S. 14' -' �I- a."1a � • 13037 ;�+ ` David B. Hughes Date IowA License No. 13037 My license renewal date is December 31,2007. Pages or sheets covered by this seal: L:lwork project\88056mperansc\HH080307 Ili doc ti Prepared by: Susan Dulek,Assistant City Attorney,410 E.Washington St., Iowa City, IA 52240-319-356-5030 RESOLUTION NO. 4-O 7- ,2a - RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE WEST TERMINAL APRON REHABILITATION PROJECT. 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 ten percent (10%) of bid payable to Iowa City Airport Commission. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, 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. Sealed bids for the above-named project are to be received by the Iowa City Airport Commission at the Office of the City Clerk, at the City Hall, before 2:00 p.m. on the 5tht day of September, 2007. At that time, the bids will be opened and announced by the City Clerk or her designee, and thereupon referred to the Iowa City Airport Commission for action upon said bids at its next regular meeting, to be held at the Terminal Building, Iowa City Airport, 1801 S. Riverside Drive, Iowa City, Iowa, at 5:45 p.m. on the 13th day of September, 2007, or at a special meeting called for that purpose.. tti 9 Passed and approved this 13 day of J"-5± , 2007. juytel C AIRPERSON ATTEST: tgj 01. ApproveSasZi;t_so d by ^c)Th c-TcN' SECRETARY City Attorney's Office It was moved by Rotv'l3 and seconded by t i the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: Farris Hartwig Horan Rettig Stately Prepared by: Susan Dulek,Asst. City Attorney,410 E.Washington Street, Iowa City, IA 52240(319)356-5030 RESOLUTION NO. /9/77-dg 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 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 have subsequently amended the Listing Agreement six (6) times and it will expire on January 22, 2008; and WHEREAS, it is in the best interest of the Commission to approve the attached Seventh Amendment to Listing Agreement, which 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 Seventh Amendment to Listing Agreement. Passed and approved this day of 1-1())(41-4., e,"` , 2007. 22,Zr, CHAIRPERSON Approved by ATTEST: S CRETA City Attorney's Office It was moved by 1—r c,'( and seconded by 64"-Gly the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: Farris Hartwig Horan Rettig Staley SEVENTH AMENDMENT TO LISTING AGREEMENT WHEREAS, on April 20, 2004, the Iowa City City Council, Iowa City Airport Commission, and NAI Iowa Realty Commercial entered into listing agreement ("Listing Agreement") to sell and lease the property known as the Aviation Commerce Park subdivision; WHEREAS, the parties have previously entered into six amendments including an amendment that extends the term of the Listing Agreement to January 22, 2008; WHEREAS, because Harry Wolf is moving from the Iowa City area, NAI Iowa Realty Commercial acknowledges that that Peggy Slaughter and Randy Miller will be the new lead brokers; WHEREAS, the parties wish to amend the Pricing Model; and WHEREAS, Paragraph 13 of the Listing Agreement provides that it may be amended by written agreement of the parties. IT IS THEREFORE AGREED that: Exhibit E is deleted in its entirety, and a new Exhibit E, which is attached and incorporated herein, is substituted in lieu thereof. All other terms of the Listing Agreement shall remain in full force and effect. NAI IOWA REALTY COMMERCIAL Date THE IOWA CITY AIRPORT COMMISSION Howard Horan, Chairperson Date Attest: Janelle Rettig, 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 <= gQ- r .+ City Attorney's Office PRICING MODEL EXHIBIT E Purchase Price Acres SF 1 1.38 60,076 225,000 3.75 2 4.44 193,482 562,000 2.90 3 6.33 275,603 547,500 1.99 4 7.21 313,924 910,000 2.90 5 3.17 137,904 420,000 3.05 SOLD 6 2.18 94,754 465,000 4.91 7 0.97 42,253 210,000 4.97 8 1.25 54,250 265,000 4.88 9 1.23 53,761 265,000 4.93 10 2.12 92,230 430,000 4.66 11 1.46 63,429 315,000 4.97 12 0.81 35,331 175,000 4.95 13 0.90 39,280 195,000 4.96 14 0.91 39,454 195,000 4.94 15 0.91 39,423 195,000 4.95 16 0.89 38,919 195,000 5.01 17 1.07 46,628 230,000 4.93 37.21 1,620,701 5,799,500 37.21 acres 7.39 acres The above pricing is valid as of September 2007. Pricing is subject to review and adjustment at Commission/Owner's discretion Prepared by: Susan Dulek,Assistant City Attorney, 410 E. Washington St., Iowa City, IA 52240(319) 356-5030 RESOLUTION NO. /9O 7-,Z 9 RESOLUTION AUTHORIZING THE CHAIRPERSON TO SIGN AND THE SECRETARY TO ATTEST TO A LEASE AGREEMENT WITH WESTSIDE AUTOMOTIVE, LLC FOR THE LEASE OF THE GROUND FOR PLACEMENT OF A BUSINESS SIGN. WHEREAS, Westside Automotive LLC would like to enter into a lease to place a business sign on airport property along the north side of Highway 1; WHEREAS, public hearing was held on the proposed lease on September 13, 2007; and WHEREAS, the lease of said space is in the public interest. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: The Chairperson is hereby authorized to sign and the Secretary to attest to the Sign Lease, a copy of which is attached and incorporated herein. Passed and approved this 1 day of 42-'" , 2007. .:,z /Z-r-- --c-172/1-‘- (---r" IRPERSON Approved by ATTEST: A 1- S CRETA: - ✓ City Attorney's Office It was moved by 12Ne tll c and seconded by c,r I the Resolution be adopted, and upon roll call tere were: AYES: NAYS: ABSENT: � ,/ Farris y Hartwig t, Horan j Rettig -- Staley Prepared by: Susan Dulek, Ass't. City Attorney, 410 E. Washington St.; Iowa City, IA 52240; 319-356-5030 SIGN LEASE THIS LEASE agreement made and entered into by and between Westside Automotive, LLC ("TENANT"), and the Iowa City Airport Commission("COMMISSION") in Iowa City, Iowa. In consideration of their mutual promises herein, COMMISSION and TENANT agree as follows: 1. COMMISSION does hereby lease to TENANT the approximate 36 square foot area depicted on Exhibit A, which is attached and incorporated herein, and which is located within the runway protection zone legally described in Paragraph 3 below ("Leased Area") for the purpose of TENANT placing a business sign. 2. The term of this Lease will be from the date of execution to July 31, 2017. TENANT shall have the option of an additional ten (10) year term, if written notification is given to the COMMISSION by June 1, 2017. The fee provision will be reviewed and negotiated based on fair market value for the additional ten-year term if the option is requested. In the event TENANT shall continue to occupy the Leased Area beyond the term of this Lease Agreement without executing an agreement for another term, such holding over shall not constitute a renewal of this Lease Agreement but shall be on a month-to-month basis only. 3. TENANT shall pay no rent. In consideration for not paying rent under this Lease, TENANT agrees to mow and maintain the area in the Runway Protection Zone legally described below: That portion of northeast quarter of Section 20, Township 79 North, Range 6 West of the 56 P.M. that is described as Auditor's Parcel 2005175 on Plat of Survey recorded in Book 50, Page 195, Plat Records of Johnson County, Iowa. 4. TENANT shall have the right to maintain the sign on the Leased Area consistent with the City's zoning ordinance,but only to the extent permitted by FAA regulations, directives, rules, and policies,which includes an airspace study. TENANT shall submit to the FAA the "FAA Form 7460-1,Notice of Proposed Construction or Alteration," and shall not erect said sign until it receives FAA approval. Said sign shall be identical to, or substantially identical to, what is depicted on Exhibit B, which is attached and incorporated herein. For purposes of erecting said sign, changing the lettering, and performing maintenance, TENANT is permitted access to the area within feet of the Leased Area. 2 5. TENANT specifically acknowledges that the Leased Area is within the runway protection zone of the Iowa City Municipal Airport and that, as a result, the FAA restricts certain uses within Leased Area. TENANT further 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. This Lease shall be subordinate to the provisions of any outstanding or future agreement between the Iowa City Airport 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. 6. TENANT agrees to indemnify, defend and hold harmless the COMMISSION and the City of Iowa City, their officers, agents and employees from and against any and all claims, losses, liabilities or damages, of whatever nature, including payment of reasonable attorney fees, arising from occurrences or accidents within the Leased Area, from the TENANT'S use arising from this Lease agreement, or which may be caused in whole or in part by any act or omission of the TENANT including their agents or employees. 7. Tenant shall not sublease the Leased Area or assign this Lease without the prior written approval of the Commission, which approval shall not be unreasonably withheld. 8. 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. 9. 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 $500,000 Aggregate $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. TENANT shall provide fifteen (15) days notice to the COMMISSION before cancellation of said insurance. 3 10. 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: James Dreusicki 1445 Highway 1 West Iowa City, IA 52246 11. 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 Leased Area. Any change or modification hereof must be in writing signed by both parties. 12. 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. 13. This Lease shall be binding and shall inure to the benefit of the heirs, legal representatives, successors and assigns of the parties hereto. 14. 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. 4 SIGNED this day of , 2007. IOWA CITY AIRPORT COMMISSION WESTSIDE AUTOMOTIVE, LLC By: By: Howard Horan, Chairperson James C. Druesicke, Manager Attest: Janelle Rettig, Secretary Approved by City Attorney's Office TENANT'S ACKNOWLEDGEMENT STATE OF IOWA ) )ss: JOHNSON COUNTY) This instrument was acknowledged before me on , 2007 by James C.Druesicke as manager of Westside Automotive,LLC. Notary Public in and for the State of Iowa My Commission expires: Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Dr, Iowa City IA 52246 319-356-5045 RESOLUTION NO. AO 7 RESOLUTION AUTHORIZING THE CHAIRPERSON TO EXECUTE A LETTER OF INTENT FOR THE EXPANSION OF BUILDING H WITH THE UNIVERSITY OF IOWA. WHEREAS,The University of Iowa—Operator Performance Laboratory has expressed interest in expanding their facilities, WHEREAS,the Commission finds the proposed expansion in the best interest of the airport, WHEREAS,the attached Letter of Intent describes the terms in which the building expansion will be completed. NOW,THEREFORE,BE IT RESOLVED BY THE AIRPORT COMMISSION OF THE CITY OF IOWA CITY: 1. That the Chairperson is directed and authorized to execute the Letter of Intent with the University of Iowa. P d ap o day of �G e , 2007. Approved By: IRPERSO ATTEST: ' —(4, SECRETARY City Attorney's Office It was moved by 01,4(-1-1,ii S and seconded by r.„, $ the Resolution be adopted, and upon roll call there wee: Ayes Nays Absent ✓ Farris t/ Hartwig Horan Rettig ,/ Staley I L COLLEGE OF ENGINEERING THE 1liJ1 Center for Computer-Aided Design UNIVERSITY 116 Engineering Research Facility OF IOWA Iowa City,Iowa 52242 319-335-5722 Fax 319-384-0542 www.ccad.uiowa.edu September 12, 2007 Mr.Michael Tharp,C.M. Iowa City Municipal Airport 1801 South Riverside Drive Iowa City,Iowa 52246-5733 RE: EXPANSION OF BUILDING H AT IOWA CITY MUNICIPAL AIRPORT Dear Mr. Tharp: This letter shall serve to memorialize the intent of the Center for Computer Aided Design at the University of Iowa("University")and the Airport Commission of Iowa City("Airport Commission"): 1. Based on a University request for space increase,the Airport Commission,contingent on City of Iowa City financing,intends to expand Building H, which is currently being used by the University. The 60 feet wide hangar portion of Building H will be extended at full height by 30 feet to the south of the current structure.The 20 feet wide office building on the east side of the hangar will be extended to the south by 70 feet. 2. The Airport Commission agrees to seek funding for this expansion through the Iowa City Council for construction to begin in Fall 2007,and without said funding,the Commission cannot fulfill the intent outlined in Paragraph 1 above. 3. The Airport Commission will be responsible for all bidding requirements,contractual obligations,and construction expenses for the expansion. 4. The University intends to enter a five(5)year lease for Building H,with three(3) renewal options of 5 years each, upon completion of the construction of the expansion. 5. The Airport Commission acknowledges that the University is required to obtain approval from the Board of Regents,State of Iowa before entering into the intended lease and that any lease commitments made herein are wholly contingent upon that approval. 6. The project costs will not exceed$400,000,unless otherwise approved by both parties. 7. The initial monthly rental rate will be calculated by the following formula: Current Rent for current space($1330),plus expansion cost amortized over a 20 year period at market rates(4-6%)and a risk mitigation amount(2%). Monthly rent based on this formula will begin between$3520-$4280. A CPI price adjustment will occur as each option period begins,unless a negative adjustment were to occur. 0121 1) Twenty-Eve Years of Research Excellence y . ., 8. The Airport Commission intends to increase the University's rent in the lease for Building H to cover the amortized design and construction cost of the expansion over a period of 20 years. 9. The Airport Commission and University agree to work together in good faith to negotiate the terms and conditions of the lease. 10. The University agrees to reimburse the Airport Commission for costs incurred for preconstruction activities in the event the Airport Commission and University do not reach an agreement on the terms of the lease and the project construction is therefore cancelled. If the foregoing confirms your understanding of the obligations and responsibilities and the Airport Commission's intent in connection with the Building H expansion,please have this letter signed below and return a copy to me. Please feel free to contact me with questions. Sincerely, ACKNOWLEDGED AND CONFIRMED: Iowa Airport Commission Airport Commission: 0/7 le„ Karim Abdel-Malek,Ph.D. Director,Center for Computer Chairperson Aided Design George M.Hollins University Business Manager RESOLUTION NO. fu0 I'a(O RESOLUTION ACCEPTING FEDERALAVIATION ADMINISTRATION GRANT 3-19-0047-14 FOR THE PHASE 5 RUNWAY 7-25 EXTENSION PAVING AND LIGHTING WHEREAS, the Iowa City Airport Commission has previously applied for Federal Aviation Administration aid in airport related projects; WHEREAS, the Federal Aviation Administration has offered a grant to the Iowa City Municipal airport to provide a maximum of$1,638,750 in a 95/5 matching grant;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 3- 19-0047-14. Passed and approved this day of CT t 2007. Approved By: CHAIRPERSON ATTEST: ivilk 9 _(°-0} SEC TARY City Attorney's Office It was moved by ,, and seconded byw the Resolution be adopted, and upon roll call there were: Ayes Nays Absent Farris v Hartwig r% Horan r/ Rettig Staley Prepared by: Susan Dulek,Assistant City Attorney,410 E. Washington St., Iowa City, IA 52240-319-356-5030 RESOLUTION NO. ,fie 7- .z 7 RESOLUTION AUTHORIZING A COMPETITIVE QUOTATION PROCESS FOR THE JET-A SELF SERVICE FUELING SYSTEM. WHEREAS, chapter 26 of the Iowa Code allows for a competitive quotation process for public improvements between $51,000 and $100,000 at the Iowa City Municipal Airport; WHEREAS, the engineer's estimated total cost for the above-named project is between $51,000 and $100,000; WHEREAS, the competitive quotation process outlined in the letter, which is attached (minus the attachments to said letter) to this resolution, marked Exhibit A, and incorporated herein, is reasonable and should be approved except as noted below. NOW, THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION THAT: 1. The above-named project as outlined in Exhibit A is approved and it may proceed by means of a competitive quotation process pursuant to chapter 26 of the Iowa Code with the following changes to Exhibit A: a. Add: "Contractor shall include in the proposal the price for labor, materials, equipment, and supplies required to perform the work." b. With respect to the time for receiving the proposals, delete "by" and substitute in lieu thereof"before." c. Add: "The time of receipt shall be determined by the official clock maintained by the City Clerk, and the Airport Commission's determination of the time of receipt shall govern. Proposals to be opened at 2:00 p.m. Local Time, September 28, 2007." d. Provide that proposals may be received by mail, courier, or hand delivery, but not by facsimile or electronically. e. Add: "As used in this letter, 'proposal' has the same meaning as 'competitive quotation' in Chapter 26 of the Iowa Code. 2. By September 18, 2007, a letter in substantial compliance with Exhibit A, as amended in Paragraph 1 above, with both attachments shall be mailed to at least two companies regularly engaged in this type of work and every targeted small business listed with the State of Iowa that indicates it performs the type of work required by the above-named project 3. Upon the direction of the City Attorney, the Chairperson may award the contract, execute the contract, approve the contractor's performance and payment bond, and authorize the work to proceed. Se- Passed and approved this � `— day of P , 2007. C IR ERSON Approved by ATTEST: w S - r 3 �G� �'' "'� SECRETA City Attorney's Office It was moved by j and seconded by Fc, (S the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: JC Farris Hartwig —� Horan Retting K Staley September XX,2007 EXHIBIT "A" Jet A Contractor ff��aa 99 1000 Anywhere Street Fueling City, IA 5xxxx RE: Jet-A Self Service Fueling System Iowa City Municipal Airport Iowa City,Iowa Earth Tech ID No. 88056 Dear Contractor: The Iowa City Airport Commission is hereby requesting a proposal to provide and install a Self Service Jet- A Fueling System, Replacement of the existing Self Service AV-Gas Card reader and modifications to the Existing Av-Gas System at the Iowa City Municipal Airport, Iowa City, Iowa. Self Service Jet-A Fueling System Self Service Jet-A Fueling system shall be located adjacent to the airport terminal apron as shown on the attached drawing. The Jet-A Self Service system shall provide underground piping from the existing above ground Jet-A fuel tank,provide fuel dispenser, card reader, site lighting, and all electrical necessary to make the system fully operational. System shall meet all applicable federal, state and local code requirements including but not limited to NFPA 407, NFPA 415 and NFPA 418. All electrical shall meet the requirements of Specification Section 16010, attached to this letter. The Jet — A Self Service Fueling System shall contain the following minimum components and shall be provided with others as necessary to meet code requirements. • QT Technologies M 3000 Pro-Terminal • Single Fuel Dispenser—22 gallons per minute • Aviation Hose Reel • 1.25"by 100 foot Aviation Hose • I" Straight Spout • Chain and Cap for Spout • Static Grounding Reel with 100 foot Cable • Underground Double Wall Piping from Jet-A Tank to Dispenser • Emergency Stop Switch • Decals and Labels for Dispenser and Emergency Stop • Submersible Pump • Leak Detector and Control Box • Metal Form for Dispenser Island • Concrete Island for Dispenser and Card Reader • Pipe Bollards around Dispenser, Card Reader and Emergency Stop • Stainless Steel Cabinet for Hose Reel and Static Ground Reel • Fuel Filters for Jet-A Fuel • Site Lighting • All Electrical and Communications for System Contactor shall be responsible for and obtain all permits necessary for the installation of this system and provide the following items: • Drawings for State Permit • Paperwork for State Permit and Local Fire Marshall • As-Built Drawings showing final construction of the system to be turned over to the owner Contactor shall supply all materials, equipment and labor necessary to install, test, obtain permits and provide training in operation and safety of the new system. Provide Lump Sum Price for Installation of New Jet-A Self Service Fueling System to include all above items and others as necessary to meet all federal,state and local requirements. Replacement of Existing Av-Gas Card Reader Contractor shall replace existing QT Technologies M1000 with new M3000 Pro Terminal. Contractor shall remove existing M1000 Card Reader and it will become property of the contractor and can be used for trade-in on the new equipment. Contractor shall provide new Emergency Stop to be located at least 20 foot but no more than 30 foot from the new M3000 Terminal. Contractor shall make necessary electrical and communications upgrades necessary to make the new M3000 fully functional. Contractor shall provide start up and training on this system. Repair Existing Tank Gauges and Electrical Junction Box Repair or replace as necessary existing Morrison#918 tank gauges with overfill alarms to make operational. Replace existing Quazite Junction box located near Av-Gas Self Fueling System with new H-20 Load Rated junction box. To visit the site and review the existing conditions of the Av-Gas or Jet A Systems, please contact Mr. Michael Tharp at the Iowa City Municipal Airport at (319) 356-5045 during normal working hours. Questions regarding the quotation or the specifications may be directed to Earth Tech at(515)244-1470. The project shall be substantially complete within 12 weeks of Notice to Proceed. Proposals for Self Service Jet-A System at the Iowa City Municipal Airport are due by 2:00 P.M. on September 28, 2007, at the Office of the City Clerk, City of Iowa City, City Hall, 410 E. Washington Street, Iowa City, Iowa 52240. Very truly yours, Earth Tech David B. Hughes, P.E. Cc: Mr. Howard Horan,Iowa City Airport Commission Mr. Michael Tharp,Iowa City Municipal Airport Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045 RESOLUTION NO. 4090 21 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE CHAIRPERSON TO SIGN AND THE SECRETARY TO ATTEST A CONTRACT FOR THE REHABILITATION OF THE TERMINAL APRON. WHEREAS, Streb Construction, of Iowa City, Iowa, has submitted the lowest responsible bid of $337.642.00 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 Streb Construction 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. SP.n �r rLf , 2007. Passed and approved this -� day of I1, CHAIRPERSON Approved by ATTEST: S CRETA City Attorney's Office It was moved by t > and seconded by I`v "'' the Resolution be adopted, and upon roll call there were: Ayes Nays Absent Farris Hartwig Horan Rettig �— Staley € EarthTech 500 S.W. 7th Street P 515.244.1470 Suite 301 F 515.244.4803 A tqiCO International Ltd.Company Des Moines, IA 50309 www.earthtech.com September 6, 2007 Mr.Howard Horan Iowa City Airport Commission 1801 S.Riverside Drive Iowa City, IA 52246 RE: Terminal Apron Reconstruction Iowa City Municipal Airport City of Iowa City,Iowa City Fund No.3433 Earth Tech ID No.97670 Dear Mr. Horan: We have reviewed the bids received by the City of Iowa City on September 5, 2007, for the above-mentioned project. A copy of the bid tabulation is attached to this letter for reference. Four bids were received. Streb Construction Company, Inc. of Iowa City, Iowa, was the low bid received in the amount of$337,642.00. The low bid was lower than the engineer's estimate by$20,913.00. Streb Construction Company, Inc. was able to achieve the DBE goal of 8.0%. Actual DBE participation was shown in the bid to be 8.8%. We would recommend award of a contract in the amount of$337,642.00 to Streb Construction Company, Inc. for this project. If you have any questions or need additional information,please contact our office at your convenience. Very truly yours, Earth Tech David B.Hughes, P.E. Enclosures: As noted Cc: Mr. Doug Johnson, Federal Aviation Administration(w/enclosures) L:work`.project97670 wp transc\HH090607.Itr.doc • • TABULATION OF BIOS IOWA CITY MUNICIPAL AIRPORT IOWA CITY,IOWA PROJECT:Terminal Apon Reconstruction FAA AIP Recaplvo EDO:Tech No.97670 Date:Septem68r 6,2007 Engine-Vs Estimate 51rob Construction Co.Inc. Moya Pewn Inc. All American Concrete,Inc. Mantle Inc. Iowa City,IA Iowa CNy.IA Weal liberty-IA Brooklyn,W ITEM SPEC, ESTIMATED UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. NO. DESCRIPTION UNIT OUANTTTY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT P-1004.1 Mabllizanon and Demobilization LS 1.0 32000.00 32,00000 10000.00 10.00000 22.500.00 22,500.00 15,01000 1500010 5 50,000.00 5 0000000 GP 50-08 CanoWcllcn Survey LB 10 6,00000 6000,0 7.50000 1.500.00 5.95000. 5.95000 5050.00 5250.00 5 7.000.00 $ 720000 P.102.5.1 Pavement Removal SYO 6,0500 400 20,20000 4.75 23.987,50 305' 17.322.00 4.00 2420000 $ 420 6 24,14500 P-1025.2 Slam Sawa:Romoval LFT 3300 800 2.64000 600 1480.00 13,00 4.290.00 1300 429000 $ 820 $ 2.04600 P-1524.1 Unclassified Excavation CYD 3.3000 500 16,50000 7.00 23.10000 650 2145000 3,00 990000 5 7,25 $ 23,02500 P.1685.1 501 Fence LFT 2000, 200 400.00 550 110000 200 400.00 550 1,10000 S 510 $ 1.14000 P.15553 aT Cleaning:mg Re810rn W 5111 Fent LFT 200. 100 20000 550 1.100,00 3,50 70000 200 40000 5 3.00 5 600.00 ,21585.3 Sill Fence Removal LFT 2000 100 200,00 250 500.00 2.50 50000 2,50 500.00 $ 200 5 52000 P-2055.1 Crushed Aggregate Bass Course CYO 0750 3000 2605000 33.50 29,31250 2500 24,50000 30.00 26,25000 5 3450 S 30.15740 1 P-20852 0eetex4lo FabrIc STD 5,1000 220 1122000 2,10 10,710.00 2,15 10,965,00 200 10,20000 1 120 $ 11,22000 • 1 P.501-8,1 Portland Cement Concrete Pavement-5 IncbTMckneoa SYD 50000 3300 105000.00 31,00 155,00000 3000 150000.00 34.00 170,050,00,$ 3750 5 167.50000 , 1 P.620.52 Pavement Markin(Yellow Reflective-Waterborne) SFT 500.0_ 125 62500 7.20 3,600.00 720 .360000 0,35 47500 $ 7.45 5 3,72500 1 D4015.1 244ncb Reinforced Concrete Pipe IRCPI LFT 540.0 6040 32.400,00 45.00 24,300,00 35.00 15,90.00 35.00 15,500.00 S 4935 S 25,02920 1 070554 4-Inch PeRorzbd SUWrain(SOR 351 Deluding Porous 1300511 LFT 3400 8,00 2,720.00 580 2,59100 8]5 2.27500. 805 247500 1 9.10 S 309420 1 0.7055.4 Subdraln Gleaout EA 40 50000 2,000.00 375.00 1500.00 700.00 2,60000 70.00 260000 1 39000 b 145000 1. 1 0751.5.1 Type°A'Storm Sewer Intake EA 20 6.00000 1200.00 4000,00 8.00000 0.75000. 1750000 8,75000 11,50000 5 341180 5 7.62200 1 D.751-52 Typo•B'Storm Sewer intake EA 40 4000.00 15,00000 300000 1200000 5,100,00 20,400,00 5,10000 2040000 $ 3090.00 $ 1236000 1 11.001-5.1 Seeding and Mukhinp ACRE 1.0 1,70000 1,70000 5.85000 5,66000 5060.00 5,56000 5,09000 5,660110 $ 8,035.80 S 6,03580 1 4001'52 Stabilizing Crop ACRE 1.0 1,00000 1.00000 4,25000 4,25000 425010 4,25000 4250.00 4250.00 5 437750 5 4.377.50 2 1.905.6,1 TPosofing Sow 019110 CYO 8000_ 400 320000 7.00 5,80000 5.55 4,860.0 420 320900 5 710 5 5.60000 2 Plana AirceaSTle-Down Anchors EA 42,0 15000 6,39000 125,00 - 515000 15000 6,30000 150.00 0300.00 S 23970 $ 10067.40 TOTALOIO II 350,55500 II 337,642.00 I 345,84250 I 350.150.00 II$ 418354.20 ,Cy` �}.� BID BOND 10% 10% 10% 10% 10% ^/<+2p 1 ' ) "+ _ DBE 8.0% 8.0% 884% 94% 44% Checked by: Earth Tech Inc. %of Engineer's Estimate 94,2% 965% 97.7% 1167% ®EarthTech Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045 RESOLUTION NO. fic 7- a? RESOLUTION ACCEPTING THE WORK FOR THE HANGAR A&B ACCESS DOORS. WHEREAS, the Commission's consultant for the Hangar A&B Access Door Replacement Project, Earth Tech Inc., has recommended that the work on the installation of concrete floors by Liberty Door, Inc. be accepted; and WHEREAS, the final contract price is $16,700 which is the original contract 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 I l day of ( � �� , 2007. CH ' RPERSON Approved by c rO S 'c ? ATTEST: ECRET City Attorney's Office It was moved by I- � �'� and seconded by Le- W� 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. /907— 30 RESOLUTION SETTING A PUBLIC HEARING ON 13—I3-01- 2007 FOR A 5- YEAR LEASE WITH THE UNITED STATES ARMY RESERVE WHEREAS, United States Army Reserve would like to enter into a lease for land. WHEREAS, the previous lease agreement has expired. WHEREAS, the attached land lease has been approved by the Airport Operations Manager; and WHEREAS, the lease of said space is in the public interest. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The Iowa City Airport Commission does hereby declare its intent to enter into the above-referenced lease agreement. 2. A public hearing on said proposed lease agreement should be and is hereby set for (J 2007 at S;uc p.m. in the Terminal Building, Iowa City Airport, 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. The City Clerk is hereby directed to cause Notice of Public Hearing to be published as provided by law. Passed and approved this S4 day of 1\.kU 2007. Approved By: C IRPERSON ATTEST: SECRETARY City Attorney's Office It was moved by W A l i and seconded by „374, 1e---5the Resolution be adopted, and upon loll call there were: Ayes Nays Absent Farris Hartwig Horan .1 Rettig Staley • 1 STANDARD FORM 2 FEBRUARY 1965 EDITION U.S. GOVERNMENT GENEADMINISTRATION ES LEASE FOR REAL PROPERTY FPR(41 CFR)1-16.601 Renewal of DACA45-5-02-00409 DATE OF LEASE LEASE NO. THIS LEASE,made and entered into this date by and between the IOWA CITY AIRPORT COMMISSION, Tax I.D.#42 600 4805 whose address is 1801 South Riverside Drive Iowa City,Iowa 52248 and whose interest in the property hereinafter described is that of owner hereinafter called the Lessor,and the UNITED STATES OF AMERICA,hereinafter called the Government: WITNESSETH: The parties hereto for the consideration hereinafter mentioned,covenant and agree as follows: 1. The Lessor hereby leases to the Government the following described premises: A 24,000 square foot parcel of land located on South Riverside Drive,south of the entrance drive and west of the Reserve Center at the Iowa City Municipal Airport. The specific location of said parcel is marked and staked by the Lessor,and a diagram showing the approximate location and configuration of said parcel is attached hereto and incorporated herein as Exhibit"A." The referenced premises will be used for government purposes. 2. TO HAVE AND TO HOLD the said premises with their appurtenances for the term beginning on 1 August,2007 through 31 July 2008 ,subject to termination and renewal rights as may be hereinafter set forth. 3. The Government shall pay the Lessor annual rent of$ 2,867.16 at the rate of$238.93 per_month_ in arrears. Rent for a lesser period shall be prorated. Rent by electronic funds transfer(EFT)shall be made payable to: The Iowa City Airport Commission, 1801 South Riverside Drive,Iowa City,Iowa 52248. PAYMENT SHALL BE MADE BY: HQ, 89`"RRC ATTN: ARRC-CKS-EN-B 3130 George Washington Blvd. Wichita,KS 67210 Funding Citiation: 2182080 00000 2A BRAK 131R79H2S56 232Z 2WFWCN IA018JH8LEAA01 FWCN2W 012167 4. The Government may terminate this lease at any time after_31 July 2008 by giving at least 30 days notice in writing to the Lessor and no rental shall accrue after the effective date of termination. Said notice shall be computed commencing with the day after the date of mailing. The Government may also terminate this lease or any renewal without notice if adequate appropriations are not available for payment of rent during each fiscal year which begins 1 October and ends 30 September. 5. This lease shall be automatically renewed from year-to-year without further notice unless and until the Government shall give notice of termination in accordance with clause 4; Provided that adequate appropriations are available from year-to-year for the payment of rentals; and Provided further, that this lease shall in no event extend beyond _31 July 2012 6. The Lessor shall furnish to the Government,as part of the rental consideration,the following: N/A 7. The following are attached and made a part hereof: The General Provisions and Instructions(Standard Form 2-A May, 1970 edition)with paragraphs 1,4,5 and 11 are deleted. Additionally,paragraphs 17, 18, 19,20,21,22 and 23 of General Provisions SF2-A, revised October, 1981,are added hereto and made a part hereof before execution of this lease. 8. The following changes were made in this lease prior to its execution: (a.) It is understood and agreed that the effective date of this lease shall be amended if the Lessor cannot provide beneficial occupancy of the space by the date specified. In the event the effective date of this lease shall be extended by Supplemental Agreement hereto,rental shall then commence with the newly established date the space is availableand suitable for occupancy. (b.) The Government covenants and agrees during the term of the Land Lease to use and occupy the leased property only for the storage of motor vehicles. In regard to said use,the Government shall comply with all city, state and federal codes, including, but not limited to Federal Aviation Administration rules and regulations. (c.) The Government shall maintain the leased property to be used as a vehicle storage area. At the termination of this Land Lease, the Government shall return said leased property to the possession of the Lessor. The Lessor may,upon not less than 20 days written notice to the Government before termination of the Land lease, require restoration of the leased premises. In this event, prior to the expiration or termination of the Land Lease, or prior to the relinquishment of possession, whichever first occurs, the Government shall, at its sole election either, (1) restore the premises to the same condition as that which it was in when the Government first took possession, ordinary wear and tear,damage by the elements and/or circumstances over which the Government has no control excepted,or(2)pay to the Lessor a sum of money representing either the diminution in the fair market value of the property due to the failure to restore, or the actual cost of restoration,whichever is the lesser amount. The Government's liability under this clause is subject to the availability of appropriations for such payment, and nothing contained in this Agreement may be considered as implying that Congress will at a later date appropriate funds sufficient to meet any deficiencies. (d.) It is understood and agreed that the provisions and obligations of paragraphs 9 and 10 of the General Provisions and Instructions (Standard Form 2 - A May, 1970 edition) below, shall be applicable to the Government as they are to the Lessor in regard to matters of Equal Opportunity and non-discrimination on the basis of race,color,religion(creed),sex,disability,familial status or national origin. (e.) This Land Lease shall not be sublet or assigned without written permission of the Lessor. (f.) In the event any portion of this Land Lease is found invalid, the remaining portions shall be deemed severable and shall remain in full force and effect. (g.) The Owner shall not be responsible for liability or injuries to persons or damage to property when such injuries or damage are caused by or result from the use by the Government(or its representatives, agents, contractors and assigns) of the premises unless such injuries are caused solely by the negligence of the Owner. The Owner reserves all rights, legal or equitable, against the United States Government for any damages,losses,costs including attorney's fees,for injuries suffered by the Owner as a result of the United States Government's operations under this agreement. 2 (h.) Lessor shall register in the Central Contractor Registration(CCR)vendor database. Registration is required in order to receive rental payments. This registration must be updated annually. IN WITNESS WHEREOF,the parties hereto have hereunto subscribed their names as of the date first above written. LESSOR: IOWA CITY AIRPORT COMMISSION BY (Signature) (Signature) IN PRESENCE OF: (Signature) (Address) UNITED STATES OF AMERICA BY (Signature) (Official title) STANDARD FORM 2 FEBRUARY 1965 EDITION City Attorney's pffice 3 GENERAL PROVISIONS, CERTIFICATION AND INSTRUCTIONS • U.S. Government Lease for Real Property GENERAL PROVISIONS benefit that may arise therefrom;but this provision shall not be 1. SUBLETTING(1•s :r+><yp .lt W construed to extend to this lease contract if made with a corporation T `r` i i I • I1 tilt 4.% . •ntses but shall not for its general benefit. be r tA4 t t i• _ t. s under this lease by reason of such suble r I 8. ASSIGNMENT OF CLAIMS. Pursuant to the provisions of the Assignment of Claims Act of 2. MAINTENANCE OF PREMISES. 1940,as amended(31 U.S.C.203,41 U.S.C. 15),if this lease The Lessor shall maintain the demised premises,including the provides for payments aggregating$1,000 or more,claims for building and any and all equipment,fixtures,and appurtenances, monies due or to become due the Lessor from the Government under furnished by the Lessor under this lease in good repair and this contract may be assigned to a bank,trust company,or other tenantable condition,except in case of damage arising from the act financial institution,including any Federal lending agency,and may or the negligence of the Government's agents or employees. For the thereafter be further assigned or reassigned to any such institution. purpose of so maintaining said premises and property,the Lessor Any such assignments or reassignments shall cover all amount may at reasonable times,and with the approval of the authorized payable under this contract and not already paid,and shall not be Government representative in charge,enter and inspect the same and made to more than one party,except that any such assignment or make any necessary repairs thereto. reassignment may be made to one party as agent or trustee for two or more parties participating in such financing. Notwithstanding any 3. DAMAGE BY FIRE OR OTHER CASUALTY. provision of this contract.Payments to an assignee of any monies If the said premises be destroyed by fire or other casualty this lease due or to become due under this contract shall not,to the extent shall immediately terminate. In the case of partial destruction or . provided in said Act,as amended,be subject to reduction or setoff damage,so as to render the premises untenantable,as determined by the Government,the Government may terminate the lease by giving 9. EQUAL OPPORTUNITY CLAUSE. written notice to the Lessor within fifteen(15)days thereafter;if so (The following clause is applicable unless this contract is exempt terminated no rent shall accrue to the Lessor after such partial under the rules,regulations,and relevant orders of the Secretary of destruction or damage;and if not so terminated the rent shall be Labor(41 CFR,Ch.60).) reduced proportionately by supplemental agreement hereto effective During the performance of this contract,the Contractor agrees as from the date of such partial destruction or damage. follows: (a) The Contractor will not discriminate against any employee 4. ALTERATIONS or applicant or employment because of race,color,religion(creed), The Government shall have the right during the of this sex,disability,familial status,or national origin. The Contractor lease to make alterations,attach Lb,l a lylr, F .%14:1\l, will take affirmative action to ensure that applicants are employed, •structures or v •'t .{ % x q.•in •w rch and that employees are treated during employment,without regard fixture. 1Axtf'+'SS)t i Pic, in,upon or attached to the to their race,color,religion(creed),sex,disability,familial status said pretit JV' I .e and remain the property of the Government or national origin. Such action shall include,but not be limited to, and may be removed or otherwise disposed of by the Government the following:Employment,upgrading,demotion,or transfer, recruitment or recruitment advertising;layoff or termination;rates 5. CONDITION REPORT r F t of pay or other forms of compensation;and selection for training, Ajoint physical surve �. 'we 4k q. a ;1i d including apprenticeship.The Contractor agrees to post in premis-. t.a�lI1,�7,�-.+Tt�(t++'. 4t t -«+ F. is lease reflecting conspicuous places,available to employees and applicants for the the. .1(1 S ji r .e signed on behalf of the parties employment,notices to be provided by the Contracting Officer hereto. 11 t f llti� setting forth the provisions of this Equal Opportunity clause. (b) The Contractor will,in all solicitations or advertisements for 6. COVENANT AGAINST CONTINGENT FEES. Employees placed by or on behalf of the Contractor,state that all The Lessor Warrants that no person or selling agency has been qualified applicants will receive consideration for employment employed or retained to solicit or secure this lease upon an. without regard to race,color,religion(creed),sex,disability, agreement or understanding for a commission,percentage, familial status,or national origin. brokerage,or contingent fee,excepting bona fide employees or bona (c) The Contractor will send to each labor union or fide established commercial or selling agencies maintained by the Representative or workers with which he has a collective Lessor for the purpose of securing business. For breach or violation bargaining agreement or other contract or understanding,a notice, of this warranty the Government shall have the right to annul this to be provided by the agency Contracting Officer,advising the lease without liability or in its discretion to deduct from the rental labor union or worker's representative or the Contractor's price or consideration,or otherwise recover,the full amount of such commitments under this Equal Opportunity clause,and shall post commissions,percentage,brokerage,or contingent fee.(Licensed copies of the notice in conspicuous places available to employees real estate agents or brokers having listings on property for rent,in and applicants for employment. accordance with general business practice,and who have not (d) The Contractor will comply with all provisions of Executive obtained such licenses for the sole purpose of effecting the lease, Order No. 11246 of September 24,1965,and by the rules, may be considered as bona fide employees or agencies within the regulations,and orders of the Secretary of Labor. exception contained in this clause.) (e) The Contractor will furnish all information and reports Required by Executive Order No. 11246 of September 24, 1965, 7. OFFICIALS NOT TO BENEFIT. and by the rules,regulations,and orders of the Secretary of Labor, No member of or Delegate to Congress,or Resident Commissioner or pursuant thereto,and will pcnnit access to his books,records, shall be admitted to any share or part of this lease contract,or to any and accounts by the contracting agency and the Secretary of Labor 4 Standard Fomi 2-A May 1970 for purposes of investigation to ascertain compliance with such agreement or arrangement and the unilateral right to renew or roles,regulations,and orders. extend. (f) In the event of the Contractor's noncompliance with the The Lessor also agrees that it will take any and all lawful actions as Equal Opportunity clause of this contract or with any of the said expeditiously as possible,with respect to any such agreements as rules,regulations,or orders,this contract may be canceled, the contracting agency may direct,as a means of enforcing the terminated,or suspended,in whole or in part,and the Contractor intent of this section,including,but not limited to,termination of may be declared ineligible for further Government contracts in the agreement or concession and institution of court action. accordance with procedures authorized in Executive Order No. 11246 of September 24,1965,and such other sanctions as may be I I. EXAMINATION OF RECORDS imposed and remedies invoked as provided in Executive Order No. 11246 of September24,1965,or by rale,regulation,or order of (Note—This provision is applicable if thi c%was negotiated the Secretary of Labor,or otherwise provided by law. without advertising.) IN(g) The Contractor will include the provisions of paragraphs(a) (a) The Lessor agrees that the Co' 6 neral of the athrough(g) in every subcontract or purchase order unless United States of any of his duly 14 presentatives shall, exempted by rules,regulations,or orders of the Secretary of Labor until the expiration of 3 yea lk\ii al payment under this issued pursuant to section 204 of Executive Order No.11246 of lease,have access to and c , \D -xamine any directly September 24, 1965,so that such provisions will be binding upon pertinent books,docu -tLt{L ,records of the Lessor each subcontractor or vendor. The Contractor will take such involving transact'• c y. o this lease. action with respect to any subcontract or purchase order as the (b) The Less.c."t\: -es to include in all his subcontracts contracting agency may direct as a means of enforcing such here under a + 'y. o the effect that the subcontractor agrees provisions,including sanctions for noncompliance:Provided, that the rfi1 r .' eneral of the United States or his however,That in the event the Contractor becomes involved in,or rep - r �1 all,until the expiration of 3 years after the final is threatened with,litigation with a subcontractor or vendor as a pits r this lease with the Government,has access to and result of such direction by the contracting agency,the Contractor th .it'4 examine any directly pertinent book,documents, may request the United States to enter into such litigation to pap- ;and records of such subcontractor involving transactions protect the interests of the United States. related to the subcontract. 10. FACILITIES NONDISCRIMINATION. 12. APPLICABLE CODES AND ORDINANCES. (a) As used in this section,the term"facility"means stores, The Lessor,as a part of the rental consideration,agrees to comply shops,restaurants,cafeterias,restrooms,and any other facility of a with all codes and ordinances applicable to the ownership and public nature in the building in which the space covered by this operation of the building in which the leased space is situated and, lease is located. at his own expense,to obtain all necessary permits and related (b) The Lessor Agrees that he will not discriminate by items. segregation or otherwise against any person or persons because of race,color,religion(creed),sex, disability,familial status or 13. INSPECTION. national origin in furnishing,or by refusing to furnish,to such person or persons the use of any facility,including any and all At all times after receipt of Bids,prior to or after acceptance of any services,privileges,accommodations,and activities provided Bid,or during any construction,remodeling or renovation work, thereby. Nothing herein shall require the furnishing to the general the premises and the building or any parts thereof,upon reasonable public of the use if any facility customarily furnished by the Lessor and proper notice,shall be-accessible for inspection by the solely to tenants,their employees,customers,patients,clients, Contracting Officer,or by architects,engineers,or other guests and invitees. technicians representing him,to determine whether the essential (c) It is agreed that the Lessor's noncompliance with the requirements of the solicitation or the lease requirements are met. provisions of this section shall constitute a material breach of this lease. In the event of such noncompliance,the Government may 14. ECONOMY ACT LIMITATION. take appropriate action to enforce compliance,may terminate this lease,or may pursue such other remedies as may be provided by If the rental specified in this lease exceed$2,000 per annum,the law. In the event of termination,the Lessor shall be liable for all limitation of Section 322 of the Economy Act of 1932,as amended excess costs of Government in acquiring substitute space, (40 U.S.C.278a),shall apply. including but not limited to the cost of moving to such space. Substitute space shall be obtained in as close proximity to the 15. FAILURE IN PERFORMANCE. Lessor's building as is feasible and moving costs will be limited to the actual expenses thereof as incurred. In the event of failure by the Lessor to provide any service,utility, (d) It is further agreed that from and after the date hereof the maintenance or repairs required under this lease,the Government Lessor will,at such time as any agreement is to be entered into or a shall have the right to secure said services,utilities,maintenance concession is to be permitted to operate,include or require the or repairs and to deduct the cost thereof from rental payments. inclusion of the foregoing provisions of this section in every such agreement or concession pursuant to which any person other than 16. LESSOR'S SUCCESSORS. the Lessor operates or has the right to operate any facility. Nothing herein contained,however,shall be deemed to require the The terms and provisions of this lease and the conditions herein Lessor to include or require the inclusion of the foregoing shall bind the Lessor,and the Lessor's heirs,executors, provisions of this section in any existing agreement or concession administrators,successors,and assigns. arrangement or one in which the contracting party other than the Lessor has the unilateral right to renew or extend the agreement or arrangement,and the unilateral right to renew or extend the agreement or arrangement,until the expiration of the existing 5 Standard Foran 2-A May 1970 CERTIFICATION I. CERTIFICATION OF NONSEGREGATED FACILITIES. religion(creed),sex,disability,familial status or national origin, (Applicable to(I)contracts, (2)subcontracts,and(3) because of habit,local custom,or otherwise. He further agrees agreements with applicants who are themselves performing that(except where he has obtained identical certifications from federally assisted construction contracts,exceeding$10,000 which proposed subcontractors for specific time periods)he will obtain are not exempt from the provisions of the Equal Opportunity identical certifications from proposed subcontractors prior to the Clause.) award of subcontracts exceeding$10,000 which are not exempt By the submission of this bid,the bidder,offeror,applicant,or from the provisions of the Equal Opportunity clause;that he will subcontractor certifies that he does not maintain or provide for his retain such certifications in his files;and that he will forward the employees and segregated facilities at any of his establishments, following notice to such proposed subcontractors (except where and that he does not permit his employees to perform their services the proposed subcontractors have submitted identical certifications at any location,under his control,where segregated facilities are for specific time periods): maintained. He certifies further that he will not maintain or provide for his employees any segregated facilities at any of his NOTICE TO PROSPECTIVE SUBCONTRACTORS OF establishments,and that he will not permit his employees to REQUIREMENT FOR CERTIFICATIONS OF perform their services at any location,under his control,where NONSEGREGATED FACILITIES segregated facilities are maintained. The bidder,offeror, applicant,or subcontractor agrees that a breach of this certification A Certification of Nonsegregated Facilities must be submitted is a violation of the Equal Opportunity clause in this contract. As prior to the award of a subcontract exceeding$10,000 which is not used in this certification,the term"segregated facilities"means exempt from the provisions of the Equal Opportunity clause. The any waiting room,work areas,rest rooms and wash rooms, certification may be submitted either for each subcontract or for all restaurants and other eating areas,time clocks,locker rooms,and subcontracts during a period(i.e.,quarterly,semiannually,or other storage or dressing areas,parking lots,drinking fountains, annually). recreation or entertainment areas,transportation,and housing Note: The penalty for making false statements in offers is facilities provided prescribed in 18 U.S.C.1001. for employees which are segregated on the basis of race,color, NOTE—The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. INSTRUCTIONS 1. Whenever the lease is executed by an attorney,agent or the officer or other person signing the lease on its behalf,duly trustee on behalf of the Lessor,two authenticated copies of his attested,and if requested by the Government evidence of this power of attorney,or other evidence to act on behalf of the authority so to act shall be furnished. Lessor,shall accompany the lease. 4. When deletions or other alterations are made specific 2. When the Lessor is a partnership,the names of the partners notation thereof shall be entered under clause 8 of the lease composing the firm shall be stated in the body of the lease. The before signing. lease shall besigned with the partnership name,followed by the 5. If the property leased is located in a State requiring the name of the partner signing the same. recording of leases,the Lessor shall comply with all such 3. Where the Lessor is a corporation,the lease shall be signed statutory requirements at the Lessor's expense. with the corporate name,followed by the signature and title of 6 Standard Form 2-A May 1970 General Provisions SF 2-A 17. ALTERATIONS The Government shall have the right during the existence of this lease to make alterations, attach fixtures, and erect additions, structures, or signs in or upon the premises hereby leased, which fixtures, additions, or structures shall be and remain the property of the Government, and maybe removed by the Government before the expiration or termination of this lease. 18. GRATUITIES (a) The Government may, by written notice to the Lessor, terminate the right of the Lessor to continue under this lease if it is found, after notice and hearing,by the Secretary of the Army or his duly authorized representative, that gratuities (in the form of entertainment, gifts, or otherwise) were offered or given by the Lessor, or any agent or representative of the Lessor, to any officer or employee of the Government, with a view toward securing favorable treatment with respect to the awarding or amending, or the making of any determinations with respect to the performing, of such leases; Provided, that the existence of facts upon which the Secretary of the Army or his duly authorized representative makes such findings shall be in issue and may be reviewed in any competent court. (b) In the event this lease is terminated as provided in Paragraph (a)hereof, the Government shall be entitled (I) to pursue the same remedies against the Lessor as it could pursue in the event of a breach of the lease by the Lessor, and (ii) as a penalty beyond any other damages to which it may be entitled by law, to exemplary damages in an amount (as determined by the Secretary of the Army or his duly authorized representative) which shall be not less than three nor more than ten times the costs incurred by the Lessor in providing any such gratuities to any such officer or employee. (c)The rights and remedies of the Government provided in this clause shall not be exclusive and are in addition to any other rights and remedies provided by law or under this lease. 19. MAINTENANCE All matters regarding maintenance shall be referred to: Iowa City Airport Commission ATTN: Mr. Michael Tharp 1801 Riverside Drive Iowa City, Iowa 52248 (319) 356-5045 7 Standard Fonn 2-A October 1981 20. All matters concerning the leased property and/or notice under the terms of the lease by the Lessor shall be in writing signed by a duly authorized representative of the party giving such notice, and if given by the Lessor, shall be addressed to the Omaha District, Corps of Engineers, Real Estate Division, 106 So. 15"' Street, Omaha, Nebraska 68102-1618, and if given by the Government, shall be addressed to the Lessor: Iowa City Airport Commission ATTN: Mr. Michael Tharp 1801 Riverside Drive Iowa City, Iowa 52248 (319) 356-5045 21. EXAMINATION OF RECORDS BY COMPTROLLER GENERAL (a)This clause is applicable if the amount of this lease exceeds $2,500.00, and was entered by means of negotiation, including small business restricted advertising, but is not applicable if this lease was entered by means of formal advertising. (b) The Lessor agrees that the Comptroller General of the United States or any of his duly authorized representatives shall, until the expiration of three years after the final payment under this lease or such lesser time specified in either Appendix M of the Armed Services Procurement Regulation or the Federal Procurement Regulations Part 1-20 as appropriate,have accesses to and the right to examine any directly pertinent books, documents, papers, and records of the Lessor, involving transactions related to this contract. (c) The Lessor further agrees to include in all his contracts hereunder a provision to the effect that the contractor agrees that the Comptroller General of the United States or any of his duly authorized representatives shall, until the expiration of three years after final payment under the subcontract or such lesser time specified in either Appendix M of the Armed Services Procurement Regulation or the Federal Procurement Regulations Part 1-20, as appropriate, have access to and the right to examine any directly pertinent books, documents, papers, and records of such contractors, involving transactions related to the contract. The term "contract" as used in this clause excludes (1)purchase orders not exceeding $2,500; and (2) contractors or purchase orders for public utility services at rates established uniform applicability to the public. (d) The period of access and examination described in (b) and(c) above, for records that relate to (1) litigation or the settlement of claims arising out of the performance of this contract or (2) costs and expenses of this contract, as to which exception has been taken by the Comptroller General or any of his duly authorized representatives, shall continue until such appeals, litigation, claims, or exceptions have been disposed of. 22. LISTING OF EMPLOYMENT OPENINGS (This clause is applicable pursuant to 41 CFR 60-250 if this lease is for$10,000 or more, and will generate 400 or more man-days of employment). 8 stand;md Form 2-A October 1981 (a) The Lessor agrees that all employment openings of the Lessor that exist at the time of the execution of this lease and those that occur during the performance of this lease, including those not generated by this lease and including those occurring at an establishment of the lease other than the one in which the lease is being performed but excluding those of independently operated corporate affiliates, shall, to the maximum extent feasible, be offered for listing at an appropriate local office of the state employment service system in which the opening occurs, and to provide such periodic reports to such local offices regarding employment openings and hires as may be required. (b) Listing of employment openings with the employment service system pursuant to this clause shall be made at least concurrently with the use of any other recruitment source or effort, and shall involve only the normal obligations that attach to the placing of a bona fide job order but does require the hiring of any job applicant referred by the employment service system. (c) The periodic reports required by Paragraph(a) of this clause, shall be filed at least quarterly with the appropriate locale office or, where the Lessor has more than one establishment the number of individuals who were hired during the reporting period and the number of hires who were veterans who served in the Armed Forces on or after August 5, 1964, and who received other than a dishonorable discharge. The Lessor shall maintain copies of the reports submitted until the expiration of one year after the final payment under the lease, during which time they shall be made available, upon request, for examination by any authorized representatives of the Contracting Officer or the Secretary of the Labor. (d) Whenever the Lessor becomes contractually bound to the listing provisions of this clause, he shall advise the employment service system in each State wherein he has establishments of the name and location of each such establishment in the State. As long as the Lessor is contractually bound to these provisions and has so advised the State employment service system, there is no need to advise the State system of subsequent leases. The Lessor may advise the State systems when it is no longer bound by this lease clause. (e)This clause does not apply(1) to the listing of employment openings that occur outside the 50 States, the District of Columbia, the Commonwealth of Puerto Rico, Guam, and the Virgin Islands, and (2) to leases with State and local Governments. (0 This clause does not apply to openings that the Lessor proposes to fill from within his own organization,or to fill pursuant to a customary and traditional employer-union hiring arrangement. This exclusion does not apply to a particular opening once an employer decides to consider applicants outside his own organization or employer-union arrangement for that opening. (g) As used in this clause: (I) "All employment openings" include,but are not limited to, openings that occur in the following job categories: Production and nonproduction; plant and office; laborers and 9 Standard Frain 2-A October 1981 mechanics; supervisory and non supervisory; technical; and executive, administrative, and professional openings compensated on a salary basis of less than$18,000 per year. This term includes full-time employment, temporary employment of more than three days' duration, and part-time employment. (2) "Appropriate office of the State employment service system"means the local office of the Federal-State national system of public employment offices with assigned responsibility for serving the area of the establishment where the employment opening is to be filled, including the District of Columbia, the Commonwealth of Puerto Rico, Guam, and the Virgin Islands. (3) Openings that the Lessor proposes to fill from within his own organization, or to fill pursuant to a customary and traditional employer-union hiring arrangement, "means employment openings for which no consideration will be given to persons outside the Lessor's organization (including any affiliates, subsidiaries, and parent companies) or outside a special hiring arrangement that is part of the customary and traditional employment relationship that exists between the Lessor and representatives of his employees and includes any openings that the Lessor proposes to fill from regularly established"recall" or"rehire" lists or from union hiring halls. (4) "Man-day of employment"means any day during which an employee does more than one hour of work. (h) The Lessor agrees to place this clause(excluding this Paragraph h) in•any contract directly under this lease. 23. Exit signs, emergency lighting, portable fire extinguishers, and fire protection networks, such as, sprinkler systems and alarms, which meet fire protection standards established by applicable state statues, fire regulations, building codes or local ordinances, shall be provided and maintained by the Lessor. This includes, but is not limited to, the recharging of fire extinguishers and replacement of long-life lithium batteries in smoke detectors. Equipment, services or utilities furnished, and activities of other occupants shall be free of safety, health and fire hazards. • 10 Standard Form 2-A October 1981 NOTICE OF PUBLIC HEARING Notice is hereby given that the Iowa City Airport Commission will hold a public hearing on the 13th day of December 2007, at 5:45 a.m. at the Terminal Building, Iowa City Airport, 1801 S. Riverside Drive, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the Iowa City Airport Commission thereafter as posted by the City Clerk; at which hearing the Commission will consider a resolution authorizing an agreement to lease airport property along South Gilbert Street to the U.S. Government for storage of vehicles by the Army Reserves. Copies of the proposed resolution are on file for public examination in the office of the City Clerk, City Hall, Iowa City, Iowa. Persons wishing to make their views known for Commission consideration are encouraged to appear at the above-mentioned time and place. MARIAN K. KARR, CITY CLERK G�.�,. C\ 0'I C3V3 STANDARD FORM 2 FEBRUARY 1965 EDITION U.S. GOVERNMENT GENEL ADMNISTRA ZONES LEASE FOR REAL PROPERTY FPR(41 CFR)1-16.601 Renewal of DACA45-5-02-00409 DATE OF LEASE LEASE NO. THIS LEASE,made and entered into this date by and between the IOWA CITY AIRPORT COMMISSION, Tax I.D.#42 600 4805 whose address is 1801 South Riverside Drive Iowa City,Iowa 52248 and whose interest in the property hereinafter described is that of owner hereinafter called the Lessor,and the UNITED STATES OF AMERICA,hereinafter called the Government: WITNESSETH: The parties hereto for the consideration hereinafter mentioned,covenant and agree as follows: 1. The Lessor hereby leases to the Government the following described premises: A 24,000 square foot parcel of land located on South Riverside Drive,south of the entrance drive and west of the Reserve Center at the Iowa City Municipal Airport. The specific location of said parcel is marked and staked by the Lessor,and a diagram showing the approximate location and configuration of said parcel is attached hereto and incorporated herein as Exhibit"A." The referenced premises will be used for government purposes. 2. TO HAVE AND TO HOLD the said premises with their appurtenances for the term beginning on 1 August,2007 through 31 July 2008 ,subject to termination and renewal rights as may be hereinafter set forth. 3. The Government shall pay the Lessor annual rent of$ 2,867.16 at the rate of$238.93 per_month_ in arrears. Rent for a lesser period shall be prorated. Rent by electronic funds transfer(EFT) shall be made payable to: The Iowa City Airport Commission, 1801 South Riverside Drive,Iowa City,Iowa 52248. PAYMENT SHALL BE MADE BY: HQ, 8911'RRC ATTN: ARRC-CKS-EN-B 3130 George Washington Blvd. Wichita,KS 67210 Funding Citiation: 2182080 00000 2A BRAK 131R79H2S56 232Z 2WFWCN IAOI8JH8LEAA01 FWCN2W 012167 4. The Government may terminate this lease at any time after_31 July 2008 by giving at least 30 days notice in writing to the Lessor and no rental shall accrue after the effective date of termination. Said notice shall be computed commencing with the day after the date of mailing. The Government may also terminate this lease or any renewal without notice if adequate appropriations are not available for payment of rent during each fiscal year which begins 1 October and ends 30 September. 5. This lease shall be automatically renewed from year-to-year without further notice unless and until the Government shall give notice of termination in accordance with clause 4; Provided that adequate appropriations are available from year-to-year for the payment of rentals; and Provided further, that this lease shall in no event extend beyond _31 July 2012 6. The Lessor shall furnish to the Government,as part of the rental consideration,the following: N/A 7. The following are attached and made a part hereof: The General Provisions and Instructions(Standard Form 2-A May, 1970 edition)with paragraphs 1,4, 5 and 11 are deleted. Additionally,paragraphs 17, 18, 19,20,21,22 and 23 of General Provisions SF2-A, revised October, 1981,are added hereto and made a part hereof before execution of this lease. 8. The following changes were made in this lease prior to its execution: (a.) It is understood and agreed that the effective date of this lease shall be amended if the Lessor cannot provide beneficial occupancy of the space by the date specified. In the event the effective date of this lease shall be extended by Supplemental Agreement hereto,rental shall then commence with the newly established date the space is available and suitable for occupancy. (b.) The Government covenants and agrees during the term of the Land Lease to use and occupy the leased property only for the storage of motor vehicles. In regard to said use,the Government shall comply with all city, state and federal codes, including, but not limited to Federal Aviation Administration rules and regulations. (c.) The Government shall maintain the leased property to be used as a vehicle storage area. At the termination of this Land Lease, the Government shall return said leased property to the possession of the Lessor. The Lessor may,upon not less than 20 days written notice to the Government before termination of the Land lease, require restoration of the leased premises. In this event, prior to the expiration or termination of the Land Lease, or prior to the relinquishment of possessioh, whichever first occurs, the Government shall, at its sole election either, (1) restore the premises to the same condition as that which it was in when the Government first took possession,ordinary wear and tear,damage by the elements and/or • circumstances over which the Government has no control excepted,or(2)pay to the Lessor a sum of money representing either the diminution in the fair market value of the property due to the failure to restore, or the actual cost of restoration,whichever is the lesser amount. The Government's liability under this clause is subject to the availability of appropriations for such payment, and nothing contained in this Agreement may be considered as implying that Congress will at a later date appropriate funds sufficient to meet any deficiencies. (d.) It is understood and agreed that the provisions and obligations of paragraphs 9 and 10 of the General Provisions and Instructions (Standard Form 2 - A May, 1970 edition) below, shall be applicable to the Government as they are to the Lessor in regard to matters of Equal Opportunity and non-discrimination on the basis of race,color,religion(creed),sex,disability,familial status or national origin. (e.) This Land Lease shall not be sublet or assigned without written permission of the Lessor. (f.) In the event any portion of this Land Lease is found invalid, the remaining portions shall be deemed severable and shall remain in full force and effect. (g.) The Owner shall not be responsible for liability or injuries to persons or damage to property when such injuries or damage are caused by or result from the use by the Government(or its representatives, agents, contractors and assigns) of the premises unless such injuries are caused solely by the negligence of the Owner. The Owner reserves all rights, legal or equitable, against the United States Government for any damages, losses, costs including attorney's fees,for injuries suffered by the Owner as a result of the United States Government's operations under this agreement. 2 (h.) Lessor shall register in the Central Contractor Registration(CCR)vendor database. Registration is required in order to receive rental payments. This registration must be updated annually. IN WITNESS WHEREOF,the parties hereto have hereunto subscribed their names as of the date first above written. LESSOR: IOWA CITY AIRPORT COMMISSION BY (Signature) (Signature) IN PRESENCE OF: (Signature) (Address) UNITED STATES OF AMERICA BY (Signature) (Official title) STANDARD FORM 2 FEBRUARY 1965 EDITION Approved By City Attorney'K 3 GENERAL PROVISIONS, CERTIFICATION AND INSTRUCTIONS U.S. Government Lease for Real Property GENERAL PROVISIONS benefit that may arise therefrom;but this provision shall not be 1. SUBLETTING R t� +w construed to extend to this lease contract if made with a corporation rya.nl;lrit .Fq,,. ih M''"•mi�but shall not for its general benefit. be r-' ft,,IW*\�� iyjtit i.ns under this lease by reason of such sublet . 8. ASSIGNMENT OF CLAIMS. Pursuant to the provisions of the Assignment of Claims Act of 2. MAINTENANCE OF PREMISES. 1940,as amended(31 U.S.C.203,41 U.S.C. 15),if this lease The Lessor shall maintain the demised premises,including the provides for payments aggregating$1,000 or more,claims for building and any and all equipment,fixtures,and appurtenances, monies due or to become due the Lessor from the Government under furnished by the Lessor under this lease in good repair and this contract may be assigned to a bank,trust company,or other tenantable condition,except in case of damage arising from the act financial institution,including any Federal lending agency,and may or the negligence of the Government's agents or employees. For the thereafter be further assigned or reassigned to any such institution. purpose of so maintaining said premises and property,the Lessor Any such assignments or reassignments shall cover all amount may at reasonable times,and with the approval of the authorized payable under this contract and not already paid,and shall not be Government representative in charge,enter and inspect the same and made to more than one party,except that any such assignment or make any necessary repairs thereto. reassignment may be made to one party as agent or trustee for two or more parties participating in such financing. Notwithstanding any 3. DAMAGE BY FIRE OR OTHER CASUALTY. provision of this contract.Payments to an assignee of any monies If the said premises be destroyed by fire or other casualty this lease due or to become due under this contract shall not,to the extent shall immediately tenninate. In the case of partial destruction or provided in said Act,as amended,be subject to reduction or setoff. damage,so as to render the premises untenantable,as determined by the Government,the Government may terminate the lease by giving 9. EQUAL OPPORTUNITY CLAUSE. written notice to the Lessor within fifteen(15)days thereafter,if so (The following clause is applicable unless this contract is exempt terminated no rent shall accrue to the Lessor after such partial under the rules,regulations,and relevant orders of the Secretary of destruction or damage;and if not so terminated the rent shall be Labor(41 CFR,Ch.60).) reduced proportionately by supplemental agreement hereto effective During the performance of this contract,the Contractor agrees as from the date of such partial destruction or damage. follows: (a) The Contractor will not discriminate against any employee 4. ALTERATIONS or applicant or employment because of race,color,religion(creed), The Government shall have the right during the> of this sex,disability,familial status,or national origin. The Contractor lease to make alterations,attact ( n a, ' ,114, It will take affirmative action to ensure that applicants are employed, structures or :n q j,. f fi'1y .•LL �)r , 'ch and that employees are treated during employment,without regard fixtur. t' T, 5 . ..�AYt ed in,upon or attached to the to their race,color,religion(creed),sex,disability,familial status said pre t b 1. 1 e and remain the property of the Government or national origin. Such action shall include,but not be limited to, and may be removed or otherwise disposed of by the Government. the following:Employment,upgrading,demotion,or transfer, recruitment or recruitment advertising;layoff or termination;rates 5. CONDITION REPORT t � �� of pay or other forms of compensation;and selection for training, A joint physical serve dei., All . . i. ._ 'd including apprenticeship.The Contractor agrees to post in premise ( .6(11.t) ` \�1 `y.=j3'\t m is lease reflecting conspicuous places,available to employees and applicants for the the t. .) m; } I r .e signed on behalf of the parties employment,notices to be provided by the Contracting Officer hereto. setting setting forth the provisions of this Equal Opportunity clause. (b) The Contractor will,in all solicitations or advertisements for 6. COVENANT AGAINST CONTINGENT FEES. Employees placed by or on behalf of the Contractor,state that all The Lessor Warrants that no person or selling agency has been qualified applicants will receive consideration for employment employed or retained to solicit or secure this lease upon an without regard to race,color,religion(creed),sex,disability, agreement or understanding for a commission,percentage, familial status,or national origin. brokerage,or contingent fee,excepting bona fide employees or bona (c) The.Contractor will send to each labor union or fide established commercial or selling agencies maintained by the Representative or workers with which he has a collective Lessor for the purpose of securing business. For breach or violation bargaining agreement or other contract or understanding,a notice, of this warranty the Government shall have the right to annul this to be provided by the agency Contracting Officer,advising the lease without liability or in its discretion to deduct from the rental labor union or worker's representative or the Contractor's price or consideration,or otherwise recover,the full amount of such commitments under this Equal Opportunity clause,and shall post commissions,percentage,brokerage,or contingent fee.(Licensed copies of the notice in conspicuous places available to employees real estate agents or brokers having listings on property for rent,in and applicants for employment. accordance with general business practice,and who have not (d) The Contractor will comply with all provisions of Executive obtained such licenses for the sole purpose of effecting the lease, Order No. 11246 of September 24,1965,and by the rules, may be considered as bona fide employees or agencies within the regulations,and orders of the Secretary of Labor. exception contained in this clause.) (e) The Contractor will furnish all information and reports Required by Executive Order No. 11246 of September 24,1965, 7. OFFICIALS NOT TO BENEFIT. and by the rules,regulations,and orders of the Secretary of Labor, No member of or Delegate to Congress,or Resident Commissioner or pursuant thereto,and will permit access to his books,records, shall be admitted to any share or part of this lease contract,or to any and accounts by the contracting agency and the Secretary of Labor 4 Standard Form 2-A May 1970 for purposes of investigation to ascertain compliance with such agreement or arrangement and the unilateral right to renew or rules,regulations,and orders. extend. (f) In the event of the Contractor's noncompliance with the The Lessor also agrees that it will take any and all lawful actions as Equal Opportunity clause of this contract or with any of the said expeditiously as possible,with respect to any such agreements as roles,regulations,or orders,this contract may be canceled, the contracting agency may direct,as a means of enforcing the terminated,or suspended,in whole or in part,and the Contractor intent of this section,including,but not limited to,termination of may be declared ineligible for further Government contracts in the agreement or concession and institution of court action. accordance with procedures authorized in Executive Order No. 11246 of September 24,1965,and such other sanctions as may be 11. EXAMINATION OF RECORDS imposed and remedies invoked as provided in Executive Order No. 11246 of September 24, 1965,or by rale,regulation,or order of (Note—This provision is applicable if thi was negotiated the Secretary of Labor,or otherwise provided by law. without advertising.) ``�1 (g) The Contractor will include the provisions of paragraphs(a) (a) The Lessor agrees that the Co! tneral of the through(g) in every subcontractor purchase order unless United States of any of his duly.tit t.i Zk epresentatives shall, ' exempted by rules,regulations,or orders of the Secretary of Labor until the expiration of 3 yea :`tf„O al payment under this issued pursuant to section 204 of Executive Order No. 11246 of lease,have access to and r -xamine any directly September 24, 1965,so that such provisions will be binding upon pertinent books,docu '� }l ,records of the Lessor each subcontractor or vendor. The Contractor will take such involving transact.*IM,N1,1b o this lease. action with respect to any subcontract or purchase order as the (b) The Less - ees to include in all his subcontracts contracting agency may direct as a means of enforcing such here under a VSA s. o the effect that the subcontractor agrees provisions,including sanctions for noncompliance:Provided, that the •ti ` ` eneral of the United States or his however,That in the event the Contractor becomes involved in,or rem- 3 all,until the expiration of 3 years after the final is threatened with,litigation with a subcontractor or vendor as a p• ? ' dsw'r this lease with the Government,has access to and result of such direction by the contracting agency,the Contractortht4j examine any directly pertinent book,documents, may requestthe United States to enter into such litigation to pape ,and records of such subcontractor involving transactions protect the interests of the United States. related to the subcontract. 10. FACILITIES NONDISCRIMINATION. 12. APPLICABLE CODES AND ORDINANCES. (a) As used in this section,the term"facility"means stores, The Lessor,as a part of the rental consideration,agrees to comply shops,restaurants,cafeterias,restrooms,and any other facility of a with all codes and ordinances applicable to the ownership and public nature in the building in which the space covered by this operation of the building in which the leased space is situated and, lease is located. at his own expense,to obtain all necessary permits and related (b) The Lessor Agrees that he will not discriminate by items. segregation or otherwise against any person or persons because of race,color,religion(creed),sex, disability,familial status or 13. INSPECTION. national origin in furnishing,or by refusing to furnish,to such person or persons the use of any facility,including any and all At all times after receipt of Bids,prior to or after acceptance of any services,privileges,accommodations,and activities provided Bid,or during any construction,remodeling or renovation work, thereby. Nothing herein shall require the furnishing to the general the premises and the building or any parts thereof,upon reasonable public of the use if any facility customarily furnished by the Lessor and proper notice,shall be accessible for inspection by the solely to tenants,their employees,customers,patients,clients, Contracting Officer,or by architects,engineers,or other guests and invitees. technicians representing him,to determine whether the essential (c) It is agreed that the Lessor's noncompliance with the requirements of the solicitation or the lease requirements are met. provisions of this section shall constitute a material breach of this lease. In the event of such noncompliance,the Government may 14. ECONOMY ACT LIMITATION. take appropriate action to enforce compliance,may terminate this lease,or may pursue such other remedies as may be provided by If the rental specified in this lease exceed$2,000 per annum,the law. In the event of termination,the Lessor shall be liable for all limitation of Section 322 of the Economy Act of 1932,as amended excess costs of Government in acquiring substitute space, (40 U.S.C.278a),shall apply. including but not limited to the cost of moving to such space. Substitute space shall be obtained in as close proximity to the 15. FAILURE IN PERFORMANCE. Lessor's building as is feasible and moving costs will be limited to the actual expenses thereof as incurred. In the event of failure by the Lessor to provide any service,utility, (d) It is further agreed that from and after the date hereof the maintenance or repairs required under this lease,the Government Lessor will,at such time as any agreement is to be entered into or a shall have the right to secure said services,utilities,maintenance concession is to be permitted to operate,include or require the or repairs and to deduct the cost thereof from rental payments. inclusion of the foregoing provisions of this section in every such agreement or concession pursuant to which any person other than 16. LESSOR'S SUCCESSORS. the Lessor operates or has the right to operate any facility. Nothing herein contained,however,shall be deemed to require the The terms and provisions of this lease and the conditions herein Lessor to include or require the inclusion of the foregoing shall bind the Lessor,and the Lessor's heirs,executors, provisions of this section in any existing agreement or concession administrators,successors,and assigns. arrangement or one in which the contracting party other than the Lessor has the unilateral right to renew or extend the agreement or arrangement,and the unilateral right to renew or extend the agreement or arrangement,until the expiration of the existing 5 Standard Fonn '_-A May 1970 CERTIFICATION 1. CERTIFICATION OF NONSEGREGATED FACILITIES. religion(creed),sex,disability,familial status or national origin, (Applicable to(I)contracts, (2)subcontracts,and(3) because of habit,local custom,or otherwise. He further agrees agreements with applicants who are themselves performing that(except where he has obtained identical certifications from federally assisted construction contracts,exceeding$10,000 which proposed subcontractors for specific time periods)he will obtain are not exempt from the provisions of the Equal Opportunity identical certifications from proposed subcontractors prior to the Clause.) award of subcontracts exceeding$10,000 which are not exempt By the submission of this bid,the bidder,offeror,applicant,or from the provisions of the Equal Opportunity clause;that he will subcontractor certifies that he does not maintain or provide for his retain such certifications in his files;and that he will forward the employees and segregated facilities at any of his establishments, following notice to such proposed subcontractors (except where and that he does not permit his employees to perform their services the proposed subcontractors have submitted identical certifications at any location,under his control,where segregated facilities are for specific time periods): maintained. He certifies further that he will not maintain or provide for his employees any segregated facilities at any of his NOTICE TO PROSPECTIVE SUBCONTRACTORS OF establishments,and that he will not permit his employees to REQUIREMENT FOR CERTIFICATIONS OF perform their services at any location,under his control,where NONSEGREGATED FACILITIES segregated facilities are maintained. The bidder,offeror, applicant,or subcontractor agrees that a breach of this certification A Certification of Nonsegregated Facilities must be submitted is a violation of the Equal Opportunity clause in this contract. As prior to the award of a subcontract exceeding 510,000 which is not used in this certification,the term"segregated facilities"means exempt from the provisions of the Equal Opportunity clause. The any waiting room,work areas,rest rooms and wash moms, certification may be submitted either for each subcontract or for all restaurants and other eating areas,time clocks,locker rooms,and subcontracts during a period(i.e.,quarterly,semiannually,or other storage or dressing areas,parking lots,drinking fountains, annually). recreation or entertainment areas,transportation,and housing Note: The penalty for making false statements in offers is facilities provided prescribed in 18 U.S.C. 1001. for employees which are segregated on the basis of race,color, NOTE.—The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. INSTRUCTIONS 1. Whenever the lease is executed by an attorney,agent or the officer or other person signing the lease on its behalf,duly trustee on behalf of the Lessor,two authenticated copies of his attested,and if requested by the Government evidence of this power of attorney,or other evidence to act on behalf of the authority so to act shall be furnished. Lessor,shall accompany the lease. 4. When deletions or other alterations are made specific 2. When the Lessor is a partnership,the names of the partners notation thereof shall be entered under clause 8 of the lease composing the firm shall be stated in the body of the lease. The before signing. lease shall be signed with the partnership name,followed by the 5. If the property leased is located in a State requiring the name of the partner signing the same. recording of leases,the Lessor shall comply with all such 3. Where the Lessor is a corporation,the lease shall be signed statutory requirements at the Lessor's expense. with the corporate name,followed by the signature and title of 6 Standard Form 2-A May 1970 General Provisions SF 2-A 17. ALTERATIONS The Government shall have the right during the existence of this lease to make alterations, attach fixtures, and erect additions, structures, or signs in or upon the premises hereby leased, which fixtures, additions, or structures shall be and remain the property of the Government, and may be removed by the Government before the expiration or termination of this lease. 18. GRATUITIES (a) The Government may, by written notice to the Lessor, terminate the right of the Lessor to continue under this lease if it is found, after notice and hearing, by the Secretary of the Army or his duly authorized representative, that gratuities (in the form of entertainment, gifts, or otherwise) were offered or given by the Lessor, or any agent or representative of the Lessor, to any officer or employee of the Government, with a view toward securing favorable treatment with respect to the awarding or amending, or the making of any determinations with respect to the performing, of such leases; Provided, that the existence of facts upon which the Secretary of the Army or his duly authorized representative makes such findings shall be in issue and may be reviewed in any competent court. (b) In the event this lease is terminated as provided in Paragraph (a)hereof, the Government shall be entitled (I) to pursue the same remedies against the Lessor as it could pursue in the event of a breach of the lease by the Lessor, and (ii) as a penalty beyond any other damages to which it may be entitled by law, to exemplary damages in an amount(as determined by the Secretary of the Army or his duly authorized representative)which shall be not less than three nor more than ten times the costs incurred by the Lessor in providing any such gratuities to any such officer or employee. (c) The rights and remedies of the Government provided in this clause shall not be exclusive and are in addition to any other rights and remedies provided by law or under this lease. 19. MAINTENANCE All matters regarding maintenance shall be referred to: Iowa City Airport Commission ATTN: Mr. Michael Tharp 1801 Riverside Drive Iowa City, Iowa 52248 (319) 356-5045 7 Standard Form 2-A October 1981 20. All matters concerning the leased property and/or notice under the terms of the lease by the Lessor shall be in writing signed by a duly authorized representative of the party giving such notice, and if given by the Lessor, shall be addressed to the Omaha District, Corps of Engineers, Real Estate Division, 106 So. 15'h Street, Omaha,Nebraska 68102-1618, and if given by the Government, shall be addressed to the Lessor: Iowa City Airport Commission ATTN: Mr. Michael Tharp 1801 Riverside Drive Iowa City, Iowa 52248 (319) 356-5045 21. EXAMINATION OF RECORDS BY COMPTROLLER GENERAL (a) This clause is applicable if the amount of this lease exceeds $2,500.00, and was entered by means of negotiation, including small business restricted advertising,but is not applicable if this lease was entered by means of formal advertising. (b) The Lessor agrees that the Comptroller General of the United States or any of his duly authorized representatives shall, until the expiration of three years after the final payment under this lease or such lesser time specified in either Appendix M of the Armed Services Procurement Regulation or the Federal Procurement Regulations Part 1-20 as appropriate, have accesses to and the right to examine any directly pertinent books, documents,papers, and records of the Lessor, involving transactions related to this contract. (c) The Lessor further agrees to include in all his contracts hereunder a provision to the effect that the contractor agrees that the Comptroller General of the United States or any of his duly authorized representatives shall,until the expiration of three years after final payment under the subcontract or such lesser time specified in either Appendix M of the Armed Services Procurement Regulation or the Federal Procurement Regulations Part 1-20, as appropriate, have access to and the right to examine any directly pertinent books, documents, papers, and records of such contractors, involving transactions related to the contract. The term "contract" as used in this clause excludes (1) purchase orders not exceeding$2,500; and (2) contractors or purchase orders for public utility services at rates established uniform applicability to the public. (d) The period of access and examination described in (b) and (c) above, for records that relate to (1) litigation or the settlement of claims arising out of the performance of this contract or (2) costs and expenses of this contract, as to which exception has been taken by the Comptroller General or any of his duly authorized representatives, shall continue until such appeals, litigation, claims, or exceptions have been disposed of. 22. LISTING OF EMPLOYMENT OPENINGS (This clause is applicable pursuant to 41 CFR 60-250 if this lease is for$10,000 or more, and will generate 400 or more man-days of employment). 8 Standard Fo1m 2-A October 1981 (a) The Lessor agrees that all employment openings of the Lessor that exist at the time of the execution of this lease and those that occur during the performance of this lease, including those not generated by this lease and including those occurring at an establishment of the lease other than the one in which the lease is being performed but excluding those of independently operated corporate affiliates, shall, to the maximum extent feasible, be offered for listing at an appropriate local office of the state employment service system in which the opening occurs, and to provide such periodic reports to such local offices regarding employment openings and hires as may be required. (b) Listing of employment openings with the employment service system pursuant to this clause shall be made at least concurrently with the use of any other recruitment source or effort, and shall involve only the normal obligations that attach to the placing of a bona fide job order but does require the hiring of any job applicant referred by the employment service system. (c) The periodic reports required by Paragraph(a) of this clause, shall be filed at least quarterly with the appropriate locale office or, where the Lessor has more than one establishment the number of individuals who were hired during the reporting period and the number of hires who were veterans who served in the Armed Forces on or after August 5, 1964, and who received other than a dishonorable discharge. The Lessor shall maintain copies of the reports submitted until the expiration of one year after the final payment under the lease, during which time they shall be made available, upon request, for examination by any authorized representatives of the Contracting Officer or the Secretary of the Labor. (d) Whenever the Lessor becomes contractually bound to the listing provisions of this clause, he shall advise the employment service system in each State wherein he has establishments of the name and location of each such establishment in the State. As long as the Lessor is contractually bound to these provisions and has so advised the State employment service system, there is no need to advise the State system of subsequent leases. The Lessor may advise the State systems when it is no longer bound by this lease clause. (e) This clause does not apply(1) to the listing of employment openings that occur outside the 50 States, the District of Columbia, the Commonwealth of Puerto Rico, Guam, and the Virgin Islands, and (2) to leases with State and local Governments. (f)This clause does not apply to openings that the Lessor proposes to fill from within his own organization, or to fill pursuant to a customary and traditional employer-union hiring arrangement. This exclusion does not apply to a particular opening once an employer decides to consider applicants outside his own organization or employer-union arrangement for that opening. (g)As used in this clause: (1) "All employment openings" include,but are not limited to, openings that occur in the following job categories: Production and nonproduction; plant and office; laborers and 9 Standard Form 2-A October 1981 mechanics; supervisory and non supervisory; technical; and executive, administrative, and professional openings compensated on a salary basis of less than $18,000 per year. This term includes full-time employment, temporary employment of more than three days' duration, and part-time employment. (2) "Appropriate office of the State employment service system"means the local office of the Federal-State national system of public employment offices with assigned responsibility for serving the area of the establishment where the employment opening is to be filled, including the District of Columbia, the Commonwealth of Puerto Rico, Guam, and the Virgin Islands. (3) Openings that the Lessor proposes to fill from within his own organization, or to fill pursuant to a customary and traditional employer-union hiring arrangement, "means employment openings for which no consideration will be given to persons outside the Lessor's organization (including any affiliates, subsidiaries, and parent companies) or outside a special hiring arrangement that is part of the customary and traditional employment relationship that exists between the Lessor and representatives of his employees and includes any openings that the Lessor proposes to fill from regularly established "recall" or"rehire" lists or from union hiring halls. (4) "Man-day of employment"means any day during which an employee does more than one hour of work. (h) The Lessor agrees to place this clause(excluding this Paragraph h) in any contract directly under this lease. 23. Exit signs, emergency lighting, portable fire extinguishers, and fire protection networks, such as, sprinkler systems and alarms, which meet fire protection standards established by applicable state statues, fire regulations,building codes or local ordinances, shall be provided and maintained by the Lessor. This includes, but is not limited to, the recharging of fire extinguishers and replacement of long-life lithium batteries in smoke detectors. Equipment, services or utilities furnished, and activities of other occupants shall be free of safety, health and fire hazards. 10 Standard Form 2-A October 1981 Prepared by: Michael Tharp,Operations Specialist, 1801 S.Riverside Dr.Iowa City,IA 52246(319)350 5045 RESOLUTION NO. 407-2/ RESOLUTION APPROVING SUPPLEMENTAL AGREEMENT NO. 9 WITH EARTH TECH FOR ENGINEERING SERVICES RELATING TO THE RUNWAY 7-25 OVERLAY AND RUNWAY 12-30 REHABILITATION. 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 1(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, 5,6, 7 and No. 8 previously; WHEREAS, the Commission and Earth Tech now desire to enter into Supplemental Agreement No. 9, d; and WHEREAS, it is in the best interest of the Commission to enter into Supplemental Agreement No. 9. NOW,THEREFORE,BE IT RESOLVED BY THE AIRPORT COMMISSION OF THE CITY OF IOWA CITY: 41" C A 1. ,The Chairperson is authorized to sign Supplemental Agreement No. 9,subject to FAA concurrence. 11 �ti N Passed and approved tit' ' � day of d v ' 2007. /7,2) Approved By: AIRPERS N . Le--/----, 3,..,__%. ATTEST: SEC IIVVARY City Attorney's Office It was moved by c- 1--=-1(----,_ and seconded by l the Resolution be adopted, and upon roll call there were: Ayes Nays Absents ✓ Farris ✓ Hartwig / Horan !, Rettig t/ Staley Prepared by: Michael Tharp,Operations Specialist, 1801 S.Riverside Dr.Iowa City,IA 52246(319)350 5045 RESOLUTION NO. ñ/ p7-.3- RESOLUTION AUTHORIZING THE CHAIRPERSON TO EXECUTE AND THE SECRETARY TO ATTEST TO AN OFFICE SPACE LEASE BETWEEN THE AIRPORT COMMISSION OF THE CITY OF IOWA CITY,IOWA,AND ADVANCED INFONEERING,INC. WHEREAS,the Airport Commission of the City of Iowa City has negotiated a lease for Office Space located in Building G,at the Iowa City Municipal Airport; and WHEREAS,the Commission finds the proposed lease to be proper and in the best interest of the Iowa City Municipal Airport; and WHEREAS,the term of the lease shall be from January 1,2007 through December 31, 2008. NOW,THEREFORE,BE IT RESOLVED BYU THE AIRPORT COMMISSION OF THE CITY OF IOWA CITY: 1. That the proposed lease for Office Space is hereby approved. 2. That the Chairperson is directed and authorized to execute and the Secretary to attest to the lease between the Airport Commission and Advanced Infoneering,Inc. It was moved by FCtAf rl' and seconded by 1?--(e f4' the Resolution be adopted, and upon roll call there were: J A es Nays Absent Farris JHartwig Ji Horan Rettig Dec. Passed a d approved ✓ec l 3 , 2007. ,(,h el ?7Approved By: C AIRPERSO INZSZt.. ATTEST: iAi( 1� SECRET City Attorney's Office • OFFICE LEASE THIS OFFICE LEASE made and entered into on ,2007, by and between the Iowa City Airport Commission of Iowa City, Iowa (hereinafter called the "Commission"), and Advanced Infoneering, Inc. (hereinafter called "Tenant"), whose address for the purpose of this lease is 4 Wendram Bluff NE,Iowa City,IA 52240. 1. Leased Property. In consideration of the mutual terms,agreements,and conditions herein contained,Commission hereby leases unto Tenant the following described real property situated at the Iowa City Municipal Airport in Iowa City,Johnson County,Iowa,("Airport"): A 165 square foot office located in the northwest corner of Building G, 1801 South Riverside Drive, at the Iowa City Municipal Airport. A Diagram showing the approximate location of said office is attached hereto and incorporated herein as Exhibit A (referred to as "Leased Property"and/or"Office Space"). 2. Term. The term of this lease shall commence on January 1,2008 and shall expire on December 31,2008. 3. Rent. Tenant agrees to pay Commission rent for the Leased Property as follows:$_110.00_per month, in advance,payable on the first day of each month. The rent shall be paid pro rata by the Tenant for any period of possession less than a full month. A 1.5%late fee(which is $_1.65 per day)for rent not received by the Commission will be charged after the fifteenth(15) day of each month. 4. Possession. Tenant shall be entitled to possession on the first day of the term of this lease,and shall yield possession to the Commission at the time and date of the close of this lease,except as herein provided. Should the Commission be unable to give possession on said date,Tenant's only damages shall be a pro rata reduction of the monthly rent otherwise due. 5. Use of Property. Tenant covenants and agrees during the term of this lease to use and occupy the Leased Property only for official purposes. In regard to said use,the Tenant shall comply with all city,state,and federal codes,including but not limited to Federal Aviation Administration rules and regulations. Parking shall be limited to the hard surfaced area directly north of Building G. Access to the controlled access gate west of the building shall not be obstructed. 6. Maintenance. Commission shall be responsible for the structural maintenance of the Leased Property,including the walls,roof,and floor,and Commission shall keep these structures in good repair. Tenant shall be responsible for the interior maintenance of the Leased Property. Tenant agrees to keep faucets closed so as to prevent waste of water and flooding of the property;to promptly take care of any leakage or stoppage in any water,gas,or waste pipe inside the property; to repair any damage to electrical circuits due to overloading. Tenant shall maintain adequate heat to prevent freezing of pipes. 7. Reasonable Care of Leased Property. Tenant shall not permit or allow any portion of the property to be damaged by any negligent act or omission of the Tenant or its employees,and Tenant agrees to surrender the Leased Property at the expiration of this agreement in as good condition as at the commencement of this Lease,normal wear and tear excepted. . 8. Insurance. 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 St Ce of Iowa,in the following amounts: - 1 - 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 Airport within 7 days of when the certificate expires. 9. Utilities. Commission shall pay all water use and sewer utility costs incurred for the Leased Property during the term of this lease,as such costs become due. Tenant shall be responsible for all electricity and gas costs including expenses for heating,cooling,and lighting the Leased Property during the term of this lease. Tenant is responsible for his or her own refuse disposal. 10. Non-Discrimination. The Tenant covenants,in consideration of the right to Lease Property at the Iowa City Municipal Airport,that the Tenant, its employees,and agents shall not discriminate • against any person in employment or public accommodation because of race,religion, color, creed,gender identity,sex,national origin,sexual orientation,mental or physical disability, marital status or age. "Employment"shall include but not be limited to hiring,accepting, registering,classifying,upgrading,or referring to employment. "Public accommodation"shall include but not be limited to providing goods,services, facilities,privileges and advantages to the public. The Tenant shall remain in compliance with all requirements of 49 CFR 21,non- Discrimination in Federally Assisted Programs of the Department of Transportation. 11. Assignment. This Lease shall not be modified, waived or abandoned except in writing duly executed by both parties. This Lease contains the whole agreement of the parties,and is not assignable by either party without the written consent of the other. • 12. Sublease. Tenant shall not sublease the Office Space or assign this Lease without the prior written approval of the Commission. 13. Condition of Premises.Tenant shall accept the Office Space in its present condition without any liability or obligation on the part of the Commission to make any alterations,improvements or repairs of any kind on or about said Office Space. 14. Alterations.Tenant shall not install any fixtures or make any alterations,additions or improvements to the Office Space without the prior written approval of the Commission.Any interior alterations or improvements which Tenant elects to make during the term of this lease shall comply with Title II,42 U.S.C. 12131 ("Americans with Disabilities Act").All fixtures installed or additions and improvements made to the Office Space shall,upon completion of such additions and improvements,become Commission property and shall remain in the Office Space at the expiration or termination of this Lease,however terminated,without compensation or payment to Tenant. Fixtures include,but are not limited to, locks,brackets for window coverings, plumping,light fixtures,luminaries,and any item permanently attached to the wall, floor,or ceiling of the Office Space by means of cement,plaster,glue,nails,bolts,or screws. 15. Access and Inspection. The Commission has the right to enter and inspect the Office Space at any reasonable time during the term of this Lease upon at least 24 hours notice to the Tenant for any purpose necessary, incidental to or connected with the performance of its obligations under the Lease or in the exercise of its governmental functions.In the case of an emergency,the Commission may enter the Office Space without prior notice but will provide notice to the -2- 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 Space. At a minimum,the Office Space will be inspected annually.Upon execution of this Lease,if Tenant desires to change the lock to the Office Space,tenant shall provide notice to the Commission before he or she does so and shall provide a new key to the Commission within twenty-four hours of doing so. 16. Casualty. In the event the Office or Office Space,or the means of access thereto,shall be damaged by fire or any other cause,the rent payable hereunder shall not abate provided that the Office Space is not rendered untenantable by such damage.If the Office Space is rendered untenantable and Commission elects to repair the Office or Office Space,the rent shall abate for the period during which such repairs are being made,provided the damage was not caused by the acts or omissions of Tenant,its employees,agent or invitees, in which case the rentshall not abate. If the Office or Office Space is rendered untenantable and Commission elects not to repair the Office or Office Space,this Lease shall terminate. 17. Indemnity. Tenant agrees to release,indemnify and hold the Commission,its officers and employees harmless from and against any and all liabilities,damages,business interruptions, delays,losses,claims,judgments,of any kind whatsoever,including all costs,attorneys'fees, and expenses incidental thereto,which may be suffered by,or charged to,the Commission by reason of any loss or damage to any property or injury to or death of any person arising out of or by reason of any breach,violation or non-performance by Tenant or its servants,employees or agents of any covenant or condition of the Lease or by any act or failure to act of those persons.The Commission shall not be liable for its failure to perform this Lease or for any loss,injury, damage or delay of any nature whatsoever resulting therefrom caused by any act of God,fire,flood, accident,strike,labor dispute,riot,insurrection,war or any other cause beyond Commission's control. 18. Disclaimer of Liability. The Commission hereby disclaims,and Tenant hereby releases the Commission from any and all liability,whether in contract or tort(including strict liability and negligence)for any loss,damage or injury of any nature whatsoever sustained by Tenant, its employees,agents or invitees during the term of this Lease, including,but not limited to,loss, damage or injury to the Aircraft or other property of Tenant that may be located or stored in the Office Space, unless such loss,damage or injury is caused by the Commission's gross negligence or intentional willful misconduct.The parties hereby agree that under no circumstances shall the Commission be liable for indirect consequential,special or exemplary damages,whether in contract or tort(including strict liability and negligence),such as,but not limited to, loss of revenue or anticipated profits or other damage related to the leasing of the Office Space under this Lease. 19. Default. This Lease shall be breached if:(a)Tenant fails to make the rental payment;or(b) Tenant or the Commission fails to perform any other covenant herein and such default shall continue for five(5)days after the receipt by the other party of written notice. 20. Security. Tenant acknowledges that the FAA or another governmental entity or subdivision may enact laws or regulations regarding security at general aviation airports such that the Commission may not be able to comply fully with its obligations under this Lease,and Tenant agrees that the Commission shall not be liable for any damages to Tenant that may result from said non- compliance. 21. Notices. Any notice,for which provision is made in this Lease,shall be in writing,and 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 -3 - • b. by service in the manner provided by law for the service of original notice,or c. by sending said Notice by certified or registered mail,return receipt requested,to the last known address.Notices shall be deemed to have been received on the date of receipt as shown on the return receipt. If to the Commission,addressed to: Iowa City Airport Commission Iowa City Municipal Airport 1801 S.Riverside Drive .Iowa City,IA 52246 If to Tenant,addressed to: Advanced Infoneering,Inc. A. Russel Schmeiser 4 Wendram Bluff NE, Iowa City, IA 52240 Email: rschmeiser@aol.com 22. Operations Specialist. The Operations Specialist is the person designated by the Commission to manage the Office Space and to deliver all notices and demands from the Commission and to perform inspections as provided in Paragraph 15. 23. 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 Office Space.Any change or modification hereof must be in writing signed by both parties. 24. Waiver. The waiver by either party of any covenant or condition of this Lease shall not thereafter preclude such party from demanding performance in accordance with the terms hereof. 25. Successors Bound. This Lease shall be binding and shall inure to the benefit of the heirs,legal representatives,successors and assigns of the parties hereto. 26. Severability. If a provision hereof shall be finally declared void or illegal by any court or administrative agency having jurisdiction over the parties to this Lease,the entire Lease shall not be void,but the remaining provisions shall continue in effect as nearly as possible in accordance with the original intent of the parties. 27. Grant Assurances. This Lease shall be subordinate to the provisions of any outstanding or future agreement between Commission and the United States government or the State of Iowa relative to the maintenance, operation,or development of the Iowa City Municipal Airport. Tenant acknowledges and agrees that the rights granted to Tenant in this lease will not be exercised so as to interfere with or adversely affect the use, operation,maintenance or development of said Airport. 28. FAA Provisions. a. Tenant,for itself,heirs,personal representatives,successors in interest, and assigns, as a part of the consideration hereof,does hereby covenant and agree as a covenant running with the land that in the event facilities are constructed,maintained, or otherwise operated on the said property described in this(license,lease,permit,etc.)for a purpose -4- 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 furnishing of services thereon,no person on the grounds of race, color,or national origin shall be excluded from participation in, denied the benefits of,or otherwise be subject to discrimination,(3)that Tenant,shall use the premises in compliance with all other requirements imposed by or pursuant to 49 CFR Part 21,Nondiscrimination in Federally Assisted Programs of the Department of Transportation,and as said Regulations may be amended. c. It in understood and agreed that nothing herein contained shall be construed to grant or authorize the granting of an exclusive right within the meaning of Section 308 of the Federal Aviation Act of 1958. This Lease shall be subordinate to the provisions of any outstanding or future agreement between the Commission and the United States government or the Commission and the State of Iowa relative to the maintenance, operation, or development of the Iowa City Municipal Airport. Tenant acknowledges and agrees that the rights granted to Tenant in this Lease will not be exercised so as to interfere with or adversely affect the use,operation, maintenance or development of the Airport d. Tenant agrees to furnish service on a fair,equal and not unjustly discriminatory basis to all users thereof, and to charge fair,reasonable and not unjustly discriminatory prices for each unit or service;provided,that Tenant may make reasonable and non-discriminatory discounts,rebates,or other similar types of price reductions to volume purchasers. e. The Commission reserves the right(but shall not be obligated to Tenant)to maintain and repair the landing area of the airport and all publicly-owned facilities of the airport, together with the right to direct and control all activities of Tenant in this regard. f. The Commission reserves the right further to develop or improve the landing area and all publicly-owned air navigation facilities of the airport as it sees fit,regardless of the desires or views of Tenant,and without interferences or hindrance. g. The Commission reserves the right to take any action it considers necessary to protect the aerial approaches of the airport against obstructions,together with the right to prevent Tenant from erecting,or permitting to be erected,any building or other structure on the airport which in the opinion of the Commission would limit the usefulness of the airport or constitute a hazard to aircraft. h. During time of war or national emergency,the Commission shall have the right to enter into an agreement with the United States Government for military or naval use of part or all of the landing area,the publicly-owned air navigation facilities and/or other areas or facilities of the airport. If any such agreement is executed,the provisions of this instrument, insofar as they are inconsistent with the provisions of the agreement with the Government,shall be suspended. -5 - I i. It is understood and agreed that the rights granted by this Lease will not be exercised in such a way as to interfere with or adversely affect the use,operation,maintenance or development of the airport. 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 of or flight in the air,using said airspace or landing at,taking off from,or operating on or about the airport. k. The Lease shall become subordinate to provisions of any existing or future agreement between the Commission and the United States of America or any agency thereof relative to the operation, development,or maintenance of the airport,the execution of which has been or may be required as a condition precedent to the expenditure of federal funds for the development of the airport. IOWA CITY AIRPORT COMMISSION ADVANCED INFONEERING, INC. By: BY: Commission Chairperson ATTEST: Approved By: ta- -o j-- City Attorney's Office -6-