Loading...
HomeMy WebLinkAbout05-16-2019 Airport CommissionIOWA CITY AIRPORT COMMISSION MEETING AGENDA AIRPORT TERMINAL BUILDING 1801 S. RIVERSIDE DRIVE IOWA CITY, IOWA THURSDAY MAY 16, 2019 - 6:00 P.M. 1. Determine Quorum 2. Approval of Minutes from the following meetings: 5 min* April 18, 2019 3. Public Discussion - Items not on the agenda 5 min 4. Items for Discussion /Action: a. FAA/IDOT Projects: 10 min i. Obstruction Mitigation ii. Runway 25 Threshold Relocation b. University Hangar Agreement 5 min i. Public Hearing ii. Consider a resolution approving a use agreement with University of Iowa for Hangar 32 and 34 c. FBO /Flight Training Reports 20 min i. Jet Air d. Airport "Operations" 20 min i. Management 1. Consider a resolution adopting the City of Iowa City Purchasing Policy Manual (2018) 2. Viewing Area ii. Budget 1. Flight Simulator Room iii. Events e. Commission Members' Reports 2 min f. Staff Report 2 min 5. Set next regular meeting for June 20, 2019 at 6:00 p.m. 6. Adjourn *The times listed in the agenda are the anticipated duration of that particular agenda item. The actual discussion may take more or less time than anticipated if you will need disability -related accommodations in order to participate in this program/event, please contact Michael Tharp, Airport Operations Specialist, at 319-356-5045 or at michael- tharoCa)iowa-city. oro. Early requests are strongly encouraged to allow sufficient time to meet your access needs. Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 2 of 57 April 18, 2019 Page 1 MINUTES DRAFT IOWA CITY AIRPORT COMMISSION APRIL 18, 2019 — 6:00 P.M. AIRPORT TERMINAL BUILDING Members Present: Warren Bishop, Minnetta Gardinier, Derek LaBrie, Christopher Lawrence, Robert Libby Staff Present: Sue Dulek, Michael Tharp Others Present: Carl Byers, John Moes, Pat Prior, Matt Wolford None. DETERMINE QUORUM: The meeting was called to order at 6:04 P.M. APPROVAL OF MINUTES: The minutes of the March 21, 2019, meeting were reviewed by Members. Bishop moved to accept the minutes of the March 21, 2019, meeting as presented. LaBrie seconded the motion. The motion carried 5-0. PUBLIC DISCUSSION: None. ITEMS FOR DISCUSSION/ACTION: a. FAA/IDOT Projects i. Obstruction Mitigation — Tharp spoke to this issue, noting that the FAA really threw a curve ball at the recent Aviation Conference. He further explained the FAAs funding streams and how they have historically used these funds. Tharp explained how the grant program is changing and what this will mean for the Airport and their timelines. Turning to how the Airport can still move forward with its planned projects, Tharp stated that there is the option of using a fairly sizable chunk of their entitlement funds — approximately $400,000 — for the actual mitigation work. Then once the FAA grant funds are received, this will pay back the entitlement funds used in the obstruction mitigation project. Continuing, Tharp responded to Member questions regarding the possible outcomes in the way the FAA is planning to handle its grant program. Members shared their concerns in using their entitlement funds, and April 18, 2019 Page 2 Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 3 of 57 Tharp gave them some history on why they had been building this fund up over the past years. The discussion then turned to delaying certain projects and the impacts of doing this. Tharp further explained the FAA's new timelines for submitting grant applications and how they will not be able to meet this deadline. Members continued to share their thoughts on this issue and ways to handle the expected impacts. Tharp then reiterated what the obstruction mitigation would look like, with property acquisitions and tree removals this winter. In the next fiscal year, they would continue with any mitigation needed, and in the third year they would shift runway 12-30. Gardinier voiced her concerns several times about using the entitlement funds in this manner. Other Members also shared their concerns and confusion over just how they should proceed. Byers joined Members at the table, giving his take -away from the meeting with the FAA at the Aviation Conference. He stated that he was under the impression that they would take their time on the bidding and plan on construction being a year from October. Gardinier did not agree with the other Members when they declared their agreement to use the entitlement funds for this project. She stated that she would abstain from agreeing with this, that she believes it needs to be further fleshed out. ii. Runway 25 Threshold Relocation — Tharp stated that they are preparing a grant application for the FAA on this project. Byers joined in the discussion, stating that it is in the pipeline now and is a two-year process. He then responded to some questions from Matt Wolford of Jet Air, clarifying the relocation process. b. FY20 Iowa DOT Grant Application — Tharp spoke to the three grants they are applying for — the fuel facility expansion with a second tank and replacement of the credit card kiosk; the taxiway and apron re -do; and the parking lot expansion. He added that they are still unsure just how much the State will appropriate for these grants. Byers further explained how the State grant funding will most likely play out. C. University Hangar Agreement — Tharp gave Members a rundown on the proposed agreement and some background on how they got to this point. i. Consider a resolution setting a public hearing for a Hangar Use Agreement for Hangar 32 and 34 with the University of Iowa — Lawrence moved to consider Resolution #A19-06, setting a public hearing for a Hangar Use Agreement for Hangar 32 and 34 with the University of Iowa. Gardinier seconded the motion. The motion carried 5-0. d. FBO / Flight Training Reports i. Jet Air — Tharp asked if they could move the 'flight simulator room' item up to this spot, since Wolford will be involved with that as well. Gardinier moved to shift Item e.ii(1) Flight Simulator Room up to this spot in the agenda. Bishop seconded the motion. The motion carried 4-0 (Libby Absent). Wolford then shared the monthly maintenance reports with Members. He highlighted some of the various activities undertaken. Speaking to Jet Air, April 18, 2019 Page 3 Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 4 of 57 Wolford noted that they currently have five Skyline airplanes at the field, Cessna 172s, that do aerial survey work. They come twice a year to the area and like to use the Airport as their base. Flight Simulator Room — Tharp stated that he and Wolford have been discussing how they might turn the weather briefing room into a flight simulator room. He stated that they have come up with a couple price points for the Commission to review. Wolford stated that Jet Air has been discussing this as well, and they would be willing to manage it. In terms of remodeling the room, they can do whatever is necessary — painting, removing items, etc., and then on the managing side, making sure the simulator isn't double -booked, offering flight instruction through it, cleaning and maintaining the room, billing and advertising, maintaining the software updates, etc. Wolford then gave Members some options to consider with such a simulator. The discussion then turned to how the simulator would get paid for, whether it should be both the Airport and Jet Air, and also how they could bring in some revenue with it. Members continued to discuss how they might move forward with this project, debating the various options available. Tharp briefly summarized where they are in their decision making, stating that they still have questions regarding which aircraft packages they want to see on the simulator. Members agreed that they can use the next two months to flesh this out and then move forward in the new fiscal year, which starts in July. Tharp asked if Members would like to create a subcommittee to handle this. Lawrence stated that he would be glad to draft an email to send to the Airport's tenants and others to get their feedback. At this point in the meeting, Libby had to leave and Lawrence became acting Chair. Members voted to place Bishop as acting Secretary. Lawrence moved to make Bishop acting Secretary. LaBrie seconded the motion. The motion carried 4-0, Libby absent. e. Airport Operations i. Management — Tharp stated that the FAA changed rules on how they deal with ag sprayers. LaBrie and Lawrence worked in a subcommittee to review the minimum standards and proposed changes. The proposal involves a permit process for anybody who wants to base at the Airport to load material, etc. There will be a standard fee for the season and a 10% flowage fee, as well as insurance requirements and other mandated rules. 1. Consider a resolution amending the Minimum Standards for Commercial Aeronautical Activities - Lawrence moved to consider Resolution #A19-07, amending the Minimum Standards for Commercial Aeronautical Activities. Bishop seconded the motion. The motion carried 4-0, Libby absent. April 18, 2019 Page 4 Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 5 of 57 2. Viewing Area — Tharp stated that he would like to have the open house for the viewing area the weekend before Memorial Day. He then introduced two representatives from FUEL, John Moes and Pat Prior, who have been working on the panels for the viewing area kiosks. The two presented the Commission with their proposed panels. They gave Members a detailed presentation on how they arrived at their finished products. They responded to Members' questions and suggestions, giving further explanations of the various displays. Members then talked about how the open house event might play out and what they can do to publicize the opening. ii. Budget — Tharp noted that there are a couple months left in the budget before the new fiscal year begins. He said that it looks like they will break even, or perhaps be a little behind due to the runway project that had to be taken care of. 1. Flight Simulator Room — (see above) iii. Events — Tharp stated that he is working with the University Air Care to do a June open house. They are celebrating their 40'" anniversary this summer. Commission Members' Reports — Lawrence spoke to their strategic plan goal of interacting more with the City Council, like twice a year, noting that they haven't done that yet this year. Gardinier stated that they could bring up the viewing area ribbon cutting, that this would be a good topic to share with them and also an opportunity to invite the Council to attend. LaBrie stated that everyone probably saw page 46 of the packet, that he will be leaving Iowa City and moving to Des Moines. He also noted that he will not be able to make the May 16 meeting as he will be on the east coast, and therefore this will be his last Commission meeting. Members spoke briefly to the need to fill seats. Gardinier noted that she flew down to Florida recently. g. Staff Report — Tharp noted that he attended the Aviation Conference earlier in the week. He added that Iowa City will be hosting the conference in 2021. Tharp was re-elected to the Iowa Public Airports Association Board of Directors, and also re-elected to be the Secretary of the Association. This is Tharp's second term. SET NEXT REGULAR MEETING FOR: The next regular meeting of the Airport Commission will be held on Thursday, May 16, 2019, at 6:00 P.M. in the Airport Terminal Building. ADJOURN: Lawrence moved to adjourn the meeting at 8:21 P.M. LaBrie seconded the motion. The motion carried 4-0, Libby absent. CHAIRPERSON DATE April 18, 2019 Page 5 Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 6 of 57 Airport Commission ATTENDANCE RECORD 2018-2019 Key: X = Present X/E = Present for Part of Meeting O = Absent O/E = Absent/Excused NM = Not a Member at this time TERM o 0 0 0 0 0 0 J O] t0 O N N W A NAME EXP. m m m m m m so so so so Warren Bishop 06/30/22 O/ NM NM NM E X X X X X X Minnetta 07/01/19 O/ O/ Gardinier X X X X X E X X E X Robert Libby 07/01/20 O/ O/ X/ X X O/E E X X X X E E Christopher 07/01/21 Lawrence X X X X X X X X X X Derek LaBrie 07/01/22 O/ X X X X X E X X X X Key: X = Present X/E = Present for Part of Meeting O = Absent O/E = Absent/Excused NM = Not a Member at this time Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 7 of 57 CORPORATE HANGAR USE AGREEMENT This CORPORATE HANGAR USE AGREEMENTAGREEMENT ("Agreement") entered into by and between the Iowa City Airport Commission ("Commission") and _University of Iowa_("University") in Iowa City, Iowa. In consideration of the mutual covenants contained herein, and for other good and valuable consideration, the parties hereby agree as follows: 1. Use of the Hangar Space: The Commission hereby grants an exclusive limited use license to University for hangar space (the "Hangar Space") located at the Iowa City Municipal Airport (the "Airport") and described as follows: Building G, Hangar 32 with a 48' bifold door, office space, and above office storage space +/- 1560 square feet. Building G, Hangar 34 with a 48' bifold door +/- 1344 square feet. The Hangar Space shall be used and occupied by University principally for the storage or construction of the following aircraft: Aircraft Make & Model Beechcraft A-36 Bonanza, Cessna 172_ Aircraft Registration NumberN23540, N1921F Aircraft Registered Owner Name _State of Iowa, University of Iowa_ Registered Owner Home and Business Telephone Numbers -319 631 4445_ University shall promptly notify the Commission in writing of any change in the information furnished above. University may request permission to store a substitute aircraft in the Hangar Space by making a written request to the Commission. In the event University is permitted to store a substitute aircraft in the Hangar Space, all provisions of this Agreement applicable to the Aircraft shall also be applicable to the substitute aircraft. If the University sells the aircraft listed above and does not acquire replacement aircraft within ninety (90) days thereof, University shall immediately notify the Commission, and this Agreement shall be terminated. 2. Term. The term of this Agreement shall commence -- upon execution of this Agreement and shall end on the last day of the month of June, 2022. University shall have the option to renew this Agreement upon the same terms and conditions, with the exception of the amount of monthly rent, for successive 3 -year terms following the initial Term. University shall be required to give notice to Commission, in writing, not less than 45 days prior to the expiration of the preceding term of University's intent to exercise an option for a renewal term. The monthly rent for each renewal term shall be agreed to by the parties prior to the beginning of the renewal term, and if the parties are unable to agree to the amount of monthly 3. 13 Airport Commissionenda & Info Packet Meeting Date ay 16, 2019 Page 8 of 57 rent, University shall not be able to exercise its option to renew, and there shall be no renewal of the term. In the event University shall continue to occupy the Hangar Space beyond the term of this Agreement without renewing this Agreement for another term, such holding over shall not constitute a renewal of this Agreement but shall be a month-to-month tenancy only. Termination of Prior Agreement. The University and Airport Commission agree to terminate "Corporate Hangar Use Agreement" dated August 25, 2016 effective upon execution of this Agreement. Rent. For use of the Hangar Space, University shall pay the following: Rate for Hangar #32 - $684 per month Rate for Hangar #34 - $325 per month Payable in advance on the $ 15.12 per charged after the fifteenth (15) Security Deposit. first day of each month. A 1.5% late fee (which is day) for rent not received by the Commission will be day of each month. At the time of execution of this Agreement, University shall pay to the Commission in trust the sum of one month's rent to be held as a rental deposit. At the termination of the Agreement, the Commission shall return the deposit to the University less any amounts due to repair damage, conduct cleanup or owed to the Commission. If the University renews the agreement each year, the deposit will be held over for the next year. 5. Smokefree Air Act. Smoking and use of electronic cigarettes (meanng a vapor product as defined in section 453A.1 of the Code of Iowa) are prohibited throughout the Iowa City Municipal Airport, including the hangar space. 6. Utilities. University shall be responsible for gas and electric utilities. 7. Use of the Hangar Space. a. The Hangar Space shall be construction of the Aircraft consistent This provision is not to be construed as used primarily for storage or with FAR and the Minimum Standards. a prohibition for storage of maintenance materials, cleaning materials, tools, parts, spares, and other aircraft components. b. University may park its car in the Hangar Space during such time that University is using the Aircraft. C. No commercial activity of any kind shall be conducted by University in, from or around the Hangar Space. Airport Commission /agenda & Info Packet Meeting Date May 16, 2019 Page 9 of 57 d. No maintenance, including painting, on the Aircraft shall be performed in the Hangar Space or anywhere on the Airport without the prior written approval of the Commission, except such maintenance as performed by the University on his or her own aircraft as permitted by the FAA. University shall take steps to ensure that the performance of such maintenance work shall not damage the Hangar Space or the Airport where the work is performed or emit offensive odors. e. University shall be responsible and liable for the conduct of its employees and invitees, and of those doing business with it, in and around the Hangar Space. University shall keep the Hangar Space clean and free of debris at all times. In utilizing the Hangar Space during the term of this Agreement, University shall comply with all applicable ordinances, rules, and regulations established by any federal, state or local government agency. g. University shall dispose of used oil only in approved receptacles. h. At no time shall University start or run Aircraft engine(s) within the Hangar or Hangar Space. On the termination of this Agreement, by expiration or otherwise, University shall immediately surrender possession of the Hangar Space and shall remove, at its sole expense, the Aircraft and all other property therefrom, leaving the Hangar Space in the same condition as when received, ordinary wear and tear excepted. k. University shall be liable for any and all damage to the Hangar or to the Hangar Space caused by University's use, including, but not limited to, bent or broken interior walls, damage due to fuel spillage, or damage to doors due to University's improper or negligent operation. 8. Rights and Obligations of University. a. University shall have at all times the right of ingress to and egress from the Hangar Space, except as provided in Paragraph 14. To ensure this right, the Commission shall make all reasonable efforts to keep adjacent areas to the Hangar Space free and clear of all hazards and obstructions, natural or manmade. b. University shall be responsible to maintain the interior of the Hangar Space to include janitorial services, maintaining all interior lights, cleaning of stoppages in plumbing fixtures and drain lines, cleaning of snow within two (2) feet of the apron adjoining the Hangar Space, disposing of any debris or waste materials, and maintaining any University constructed structures and equipment. The Commission shall be the sole judge of the due maintenance undertaken by the University, and may upon written notice, require specific maintenance work to be completed. If such maintenance is not completed within a reasonable time period, the Commission shall have the right to perform such due maintenance, and University shall reimburse the Commission for the cost of such maintenance upon presentation of a billing. C. University shall provide and maintain hand fire extinguisher for the interior of the Hangar Space of the building in accordance with applicable safety codes. University shall not store any materials outside the Hangar Space. Airport CommissionBenda & Info Packet Meeting Date May 16, 2019 Page 10 of 57 e. University shall promptly notify the Commission, in writing, of any repairs needed on the Hangar or to the Hangar Space. University shall maintain the temperature of the interior at sufficient levels to prevent feezing of water pipes 9. Rights and Obligations of the Commission. a. The Commission shall at all times operate and maintain the Airport as a public airport consistent with and pursuant to the Sponsor's Assurances given by Authority to the United States Government under the Federal Airport Act. b. The Commission shall not unreasonably interfere with the University's use and enjoyment of the Hangar Space. C. The Commission shall maintain and keep the Hangar and Hangar Space in good repair except for the maintenance obligations of University set forth in the Agreement. In no event, however, shall the Commission be required to maintain or repair damage caused by the negligent or willful act of University, its agents, servants, invitees, or customer. However, if due to any negligent or willful act by the University, its agents, servants, invitees or customer, there is a need for maintenance or repair of damage, then University shall so such maintenance or repair in a prompt, reasonable manner, as approved by the Commission. d. Snow shall be removed from in front of Hangar Space to within at least two (2) feet of the Hangar. Snow removal closer than two (2) feet is the responsibility of the University. e. The Commission shall ensure appropriate grounds keeping is performed year round. 10. Sublease/Assignment. University shall not sublease the Hangar Space or assign this Agreement without the prior written approval of the Commission. 11. Condition of Premises. University shall accept the Hangar Space in its present condition without any liability or obligation on the part of the Commission to make any alterations, improvements or repairs of any kind on or about said Hangar Space. 12. Alterations. University shall not install any fixtures or make any alterations, additions or improvements to the Hangar Space without the prior written approval of the Commission. All fixtures installed or additions and improvements made to the Hangar Space shall, upon completion of such additions and improvements, become Commission property and shall remain in the Hangar Space at the expiration or termination of this Agreement, however terminated, without compensation or payment to University. Fixtures include, but are not limited to, locks, brackets for window coverings, plumping, light fixtures, luminaries, and any item permanently attached to the wall, floor, or ceiling of the Hangar Space by means of cement, plaster, glue, nails, bolts, or screws. 13. Hazardous Materials. 14. 15. Airport Commission ggenda & Info Packet Meeting Date May 16, 2019 Page 11 of 57 With the exception of Paragraph 11c below, no "hazardous substance," as defined in Iowa Code section 4558.411 (2019), may be stored, located, or contained in the Hangar Space without the Commission prior written approval. (The Iowa Code can be found online at www.Ieqis.stateJa.us/lACODE. The. U.S. Code can be found online at www.findlaw.com/casecode/uscodes/index.htmi Federal regulations can be found online at http://www.access.gpo.00v/nara/cfr/cfr-table- search.html. ) Petroleum products and their byproducts for personal use may be stored or present in the Hangar Space if said substances are contained in approved containers. b. With the exception of Paragraph 11c below, University shall handle, use, store and dispose of fuel petroleum products, and all other non -"hazardous substances" owned or used by it on the Airport in accordance with all applicable federal, state, local and airport statutes, regulations, rules and ordinances. No waste or disposable materials shall be released on the ground or in the storm sewers. Should such materials be spilled or escape from storage or in any way contaminate the Airport or property adjacent to the Airport through activities of the University, the University shall be responsible for the clean up, containment and otherwise abatement of such contamination at University's sole cost and expense. Further, University shall notify the Commission and appropriate governmental agency of such occurrence immediately. Should University fail to do so, the Commission may take any reasonable and appropriate action in the University's stead. The cost of such remedial action by the Commission shall be paid by the University. C. University may have the following materials stored in the Hangar Space: 1 case of engine oil • 2 1/2 gallons gasoline for motorized tugs (but no aviation fuel or gasoline in drums) 1 gallon of cleaning solvents Special Events. During any special event at the Airport, including but not limited to the Sertoma Breakfast or Fly Iowa, University acknowledges that the standard operating procedure at the Airport may be altered such that egress and ingress to the Hangar Space may be altered by the Commission in writing. University's failure to comply with the altered procedure is a default of this Agreement, and the Commission may proceed to terminate this Agreement. Airport Rules and Regulations. University agrees to be Commission or provide provide University with effective date. subject to Airport rules and regulations upon adoption by the 30 -days notice to terminate this Agreement. Commission shall a copy of said rules and regulations 30 -days prior to their 16. Access and Inspection. The Commission has the right to enter and inspect the Hangar Space at any reasonable time during the term of this Agreement upon at least 24 hours notice to the University for any purpose necessary, incidental to or connected with the performance of its Airport Commission 69enda & Info Packet Meeting Date May 16, 2019 Page 12 of 57 obligations under the Agreement or in the exercise of its governmental functions. In the case of an emergency, the Commission may enter the Hangar Space without prior notice but will provide notice to the University after the fact. The Commission shall not, during the course of any such inspection, unreasonably interfere with the University's use and enjoyment of the Hangar Space. At a minimum, the Hangar Space will be inspected annually. Upon execution of this Agreement, the University subsequently changes the lock to the Hangar Space, he or she shall provide shall provide notice to the Commission before he or she does so and shall provide a new key to the Commission within twenty-four hours of doing so. 17. Insurance. a. The University of Iowa is an agency of the State of Iowa and as such, is self- insured for liability. Claims against the State of Iowa are handled as provided in the Iowa Tort Claims Act (Iowa Code Chapter 669) which also sets forth the procedures by which tort claims may be brought. b. Commission shall provide and maintain Commercial General Liability insurance with a minimum limit of $1,000,000 per occurrence, including contractual liability. Such insurance shall be issued by insurance companies duly authorized to engage in the insurance business in the State of Iowa, with an A.M. Best's rating of A-, VII or better. c. Commission shall provide the appropriate certificate(s) of insurance to the University at the following address: University of Iowa Risk Management Attn: Emily Robnett 430 Plaza Centre One Iowa City, Iowa 52242-2500 d. Commission shall provide 30 days notice to University for canceled or non - renewed policies. 18. Casualty. In the event the Hangar or Hangar Space, or the means of access thereto, shall be damaged by fire or any other cause, the rent payable hereunder shall not abate provided that the Hangar Space is not rendered unleaseable by such damage. If the Hangar Space is rendered unUniversityable and Commission elects to repair the Hangar or Hangar 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 University, its employees, agent or invitees, in which case the rent shall not abate. If the Hangar or Hangar Space is rendered unleaseable and Commission elects not to repair the Hangar or Hangar Space, this Agreement shall terminate. 19. Disclaimer of Liability. The Commission hereby disclaims, and University hereby releases the Commission from any and all liability, whether in contract or tort (including strict liability and negligence) for any loss, damage or injury of any nature whatsoever sustained by University, its employees, agents or invitees during the term of this Agreement, including, but not limited to, loss, damage or injury to the Aircraft or other property of University that may be located or stored in the Hangar Space, unless such loss, damage or injury is caused by the Commission's gross negligence or intentional willful misconduct. The parties hereby agree that under no circumstances shall the Commission be liable for indirect consequential, special or exemplary damages, whether Airport Commission AFgenda & Info Packet Meeting Date May 16, 2019 Page 13 of 57 in contract or tort (including strict liability and negligence), such as, but not limited to, loss of revenue or anticipated profits or other damage related to the leasing of the Hangar Space under this Agreement. 20. Attorney Fees. If the Commission files an action in district court to enforce its rights under this Agreement and if judgment is entered against the University, University shall be liable to and shall pay for the Commission's attorney fees incurred in enforcing the Agreement and in obtaining the judgment. 21. Default. This Agreement shall be breached if: (a) University fails to make the rental payment; or (b) University or the Commission fails to perform any other covenant herein and such default shall continue for five (5) days after the receipt by the other party of written notice. Upon the default by University, or at any time thereafter during the cintinuance of such default, the Commission may take any of the following actions and shall have the following rights aganst University: a. Termination. Commission may elect to erminate the agreement by giving no less than thirty (30) days prior written notice thereof to University and upon passage of time specified in such notice, this agreement and all rights of University hereunder shall terminate as fully and completely and with the same effect as if such date were the date herin fixed for expiration of the Term and University shall remain liable as provided in this paragraph. b. Eviction. Commission shall have the immediate right upon Termination of this agreement to bring an action for forcible entry and detainer. c. University to remain liable. No termination of this agreement pursuant to this paragraph by operation or otherwise, and no repossession of the hangar space or any part thereof shall relieve University of its liabilities and obligations hereunder, all of which shall survive such termination, repossession, or reletting. d. Damages. In the event of any termination of this agreement or eviction from or repossession of the hangar space or any part thereof by reason of the occurrence of an Event of Default, University shall pay to the Comission the rent and other sums and charges required to by paid by the University for the period to and including the end of the Term. 22. Security. University acknowledges that the FAA or another governmental entity or subdivision may enact laws or regulations regarding security at general aviation airports such that the Commission may not be able to comply fully with its obligations under this Agreement, and University agrees that the Commission shall not be liable for any damages to University that may result from said non-compliance. 23. Thirty (30) Days Termination. Either party to this Agreement shall have the right, with cause, to terminate this Agreement by giving thirty (30) days' prior written notice to the other party. 24. Non -Discrimination. Airport Commission agenda & Info Packet Meeting Date May 16, 2019 Page 14 of 57 University 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. 25. FAA Provisions. a. University, 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, agreement, permit, etc.) for a purpose for which a Department of Transportation program or activity is extended or for another purpose involving the provision of similar services or benefits, the (licensee, lessee, permittee, etc.) shall maintain and operate such facilities and services in compliance with all other requirements imposed pursuant to 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation, and as said Regulations may be amended. University, 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 University, 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 Agreement shall be subordinate to the provisions of any outstanding or future agreement between the Commission and the United States government or the Commission and the State of Iowa relative to the maintenance, operation, or development of the Iowa City Municipal Airport. University acknowledges and agrees that the rights granted to University in this Agreement will not be exercised so as to interfere with or adversely affect the use, operation, maintenance or development of the Airport d. University 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 University 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 University) to maintain and in repair the landing area of the airport and all publicly -owned facilities of the airport, together with the right to direct and control all activities of University in this regard. Airport Commission enda & Info Packet Meeting Date ay 16, 2019 Page 15 of 57 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 University, 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 University 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. i. It is understood and agreed that the rights granted by this Agreement will not be exercised in such a way as to interfere with or adversely affect the use, operation, maintenance or development of the airport. 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 Agreement shall become subordinate to provisions of any existing or future agreement between the Commission and the United States of America or any agency thereof relative to the operation, development, or maintenance of the airport, the execution of which has been or may be required as a condition precedent to the expenditure of federal funds for the development of the airport. 26. Remedies Cumulative. The rights and remedies with respect to any of the terms and conditions of this Agreement shall be cumulative and not exclusive, and shall be in addition to all other rights and remedies available to either party in law or equity. 27. Notices. Any notice, for which provision is made in this Agreement, shall be in writing, and may be given by either party to the other, in addition to any other manner provided by law, in any of the following ways: by personal delivery to the Commission Chairperson 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. Airport Commissionenda & Info Packet Meeting Date ay 16, 2019 Page 16 of 57 (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 University, addressed to: Tom Schnell 4609 Seamans Center University of Iowa Iowa City, IA 52242 Email: thomas-schnell@uiowa.edu 28. Airport Operations Specialist. The Airport Operations Specialist is the person designated by the Commission to manage the Hangar Space and to deliver all notices and demands from the Commission, to receive keys to the Hangar Space as provided in Paragraph 16, and to perform inspections as provided in Paragraph 16. 29. Integration. This Agreement constitutes the entire agreement between the parties, and as of its effective date supersedes all prior independent agreements between the parties related to the leasing of the Hangar Space. Any change or modification hereof must be in writing signed by both parties. 30. Waiver. The waiver by either party of any covenant or condition of this Agreement shall not thereafter preclude such party from demanding performance in accordance with the terms hereof. 31. Successors Bound. This Agreement shall be binding and shall inure to the benefit of the heirs, legal representatives, successors and assigns of the parties hereto. Airport CommissionAenda & Info Packet Meeting Dat ay 16, 2019 32. Severability. Page 17 of 57 If a provision hereof shall be finally declared void or illegal by any court or administrative agency having jurisdiction over the parties to this Agreement, the entire Agreement shall not be void, but the remaining provisions shall continue in effect as nearly as possible in accordance with the original intent of the parties. IOWA CITY AIRPORT COMMISSION la Title: Date: UNIVERSITY:(�)-4'L By: David W. Kieft us anagen 0 University of Iowa Title: Date: Approved: City Attorney's Office Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 18 of 57 Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 19 of 57 Prepared by: Susan Dulek, Assistant City Attomey, 410 E. Washington St., Iowa City, IA 52240-319.356-5030 RESOLUTION NO. RESOLUTION ADOPTING PURCHASING MANUAL AND RESCINDING RESOLUTION NO. Al2-32 WHEREAS, in Resolution No. Al2-32, the Airport Commission adopted the City of Iowa City Purchasing Manual with certain amendments relevant to the operation of the airport; WHEREAS, in April 2018, the City Council adopted a new Purchasing Policy Manual; WHEREAS, in Resolution No. A08-05, the Airport Commission authorized the Airport Operations Specialist and the Chairperson to make purchases up to certain dollar amounts in certain circumstances; and WHEREAS, the Commission should adopt the April 2018 edition of the City Purchasing Manual to establish uniform purchasing practices with certain amendments to reflect Resolution No. A08-05 and such other matters relating to the airport operations. NOW, THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION THAT: 1. The April 2018 Iowa City Purchasing Policy Manual is adopted as the policy governing purchases by the Airport Commission with the exception of Section I, entitled "Introduction." 2. Resolution No. A08-05 shall be used in lieu thereof of any provision on signature approval. 3. Additionally, the following amendments are made: A sole source must be approved by the Commission Chair and the City Attorney's Office (Section III.J) and Public improvements shall be administered by a consulting engineer (Section V). 4. In the event there is a separate funding authority with its own procurement policy, the funding authority's procurement policy shall be followed in addition to this adopted policy. 5. Resolution No. Al2-32 is rescinded. Passed and approved this _ day of ATTEST: SECRETARY CHAIRPERSON 2019. Approved S�, (3 << g City Attorney's Office Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 20 of 57 It was moved by and seconded by the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: Bishop Gardinier LaBrie Lawrence Libby Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 21 of 57 PURCHASING POLICY MANUAL CITY OF IOWA CITY Last revised: April 2, 2018 Airport Commission Agenda 8, Info Packet Meeting Date May 16, 2019 TABLE OF CONTENTS SECTION I INTRODUCTION Purpose Page 2 Authority to Purchase Page 2-3 Employee Responsibility Page 3 SECTION H STANDARD PROCUREMENT PROCEDURES Minimum Solicitation Requirements Page 4 Limits Page 4 Methods Page 4-5 Advertising Public Bids and Request for Proposals City of Iowa City Website Page 5 SECTION III EXCEPTIONS TO STANDARD PROCUREMENT Page 22 of 57 Public Improvements Page 6 Professional and Technical Services Page 6 Lease of Real Property or Rental of Equipment from Another Party for More than One Year Page 6-7 Information Technology Purchase Procedures Page 7 Department of Transportation Rock Salt Contract Page 7 Travel and Training Page 7 Utilities/Franchise Agreements Page 8 Economic Development Grants/Aid to Agencies Page 8 Emergency Purchases Page 8 Sole Source Page 8 Cooperative Purchasing Page 9 Non -Profit Job Training Page 9 Contracts with Other Government Entities Page 9 SECTION IV LEGAL REQUIREMENTS Gratuities/Gift Law Page 10 Prohibited Interest in Public Contracts Policy Page 10 Wage Theft Policy Page 10-11 Local Preference Page 11 State and Federal Funding Page 11 Donated Funds Page 11 Professional and Technical Service Contracts Page 11 Record Retention Page 12 Public Record Page 12 Surplus Equipment Transfer/Disposal Page 12 Shipping Terms Page 12-13 Payment Terms Page 13 SECTION V PUBLIC IMPROVEMENT POLICY General Policies Page 15 Competitive Bid Process Pages 15 - 17 Competitive Quotation Process Pages 17 - 18 Contract Administration Pages 19 - 20 Emergency Repairs Page 20 APPENDIX I PURCHASING TERMS AND DEFINITIONS Pages 21 -23 Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 23 of 57 SECTION I. INTRODUCTION A. Purpose The purpose of this manual is to define the City of Iowa City's purchasing policies, for both goods and services and public improvements, in order to establish uniform purchasing practices throughout the City's departments and divisions. The policies in this manual encourage competition while promoting fair and equitable treatment of individuals who participate in the procurement process. In the event there is a separate funding authority with its own procurement policy, departments and divisions shall follow both the funding authority's rules, as well as the City's purchasing policies. If they conflict, the more stringent policy shall prevail. The Iowa City Public Library and Iowa City Airport are managed by their own separate governing bodies and adopt their own purchasing policies. All other City entities are governed by this Purchasing Manual. B. Authority to Purchase City Council Any spending authority not delegated by City Council is retained by City Council. The City Council determines expenditure levels through the formulation and approval of an Annual Operating Budget and Capital Improvements Program. In performing this policy-making function, the City Council establishes a set of goals, priorities, and performance standards which the City organization directs its collective efforts toward accomplishing. The adoption of the Annual Operating Budget is the approval of a level of expenditures necessary to accomplish the goals and objectives that have been established by each City program. With the exception of specific statutory requirements for Public Improvements, and subject to the limitations imposed by Council resolution on City Manager spending authority, no further Council action is required to initiate purchases within the budget (See Section III (A) of the Purchasing Policy Manual for more on Public Improvements). City Manager The City Manager is delegated the responsibility by the City Council to carry out the policy, direction, and goals of the City Council. It is the City Manager's responsibility to manage the Annual Operating Budget in such a way that the goals and priorities of the City Council are accomplished. All recommendations for changes in the City's general purchasing policy will be made with the prior approval of the City Manager. The City Manager may, for good reason consistent with the purposes of these policies, give written permission to the Purchasing Agent to allow a purchase that is not in compliance with these policies, if the waiver is not inconsistent with applicable law. The City Manager or designee may amend this Purchasing Manual to reflect City Council action. Any other change to the manual must be approved by the City Council. The Purchasing Agent, City Engineer, and the Equipment Superintendent have been designated by the City Manager to carry out the policies and procedures of the Purchasing Manual. Each of these positions, and their respective divisions, is responsible for implementing and ensuring compliance with the City's procurement requirements. The Purchasing Agent assists City departments with the procurement of goods, services, and professional and technical services. The Equipment Superintendent assists with the acquisition of equipment, vehicles, and fuel, while the City Engineer is responsible for the procurement of Public Improvements and related consultant services. Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 24 of 57 Departments City Departments are responsible for meeting the goals and objectives established by City Council and the City Manager, and are provided budget funds to meet these goals. For proper management control, it is necessary that Departments have budget authority prior to making a purchase. Note: Budget authorization for the expenditure of funds does not negate a department's responsibility to follow the City's purchasing policies and bid thresholds stated within this manual. C. Employee Responsibility It is the individual responsibility of each employee involved in the procurement process to understand the intent and the meaning of the policies and the procedures stated in this manual. If there is any question or concern relative to either the policies or procedures, or the ability of the employee to respond effectively to the requirements of the procedures, then it is the responsibility of the employee to bring it to the attention of the Purchasing Agent immediately. Employees failing to follow the purchasing policies may be subject to discipline. Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 25 of 57 SECTION II. STANDARD PROCUREMENT PROCEDURES A. Minimum Solicitation Requirements The method of procurement for City departments shall be in accordance with the Purchasing Manual and shall consider the nature and circumstances of the specific procurement. The minimum standard methods of procurement are listed below. Exceptions and additional requirements to the below methods are listed in Section III. Regardless of the method of procurement used, no written contract may be signed by City staff without the City Attorney's Office first signing. This includes any document that must be signed by a member of City staff, including quotes and letters. Departments should also inquire with the Purchasing Division whether the City already has a contract for whatever goods or services are being sought. Note: Freight, handling, and installation costs are included in all dollar limits stated below. City departments are strictly prohibited from dividing purchases into separate parts in order to avoid the bid threshold requirements. Similar purchases across departments may be combined at the Purchasing Division's discretion to obtain better pricing, service, efficiency, or other purposes that are beneficial to the City. All consultants hired to assist with the development of specifications for a purchase shall be excluded from competing in the procurement process for the award of a contract for that particular purchase. B. Limits NOTE: Public improvement purchases that are less than $25,000 shall follow the methods below in subsections (1) and (2). For public improvement purchases of $25,000 or more please see Section V. 1.) $9,999 or less (Informal Quotation Process): Procurement Procedure: No set procedure. Pricing obtained must be reasonable. Quotes are recommended. Type of Purchase: All purchases unless exception listed in Section III. Signature Required: Department Director or designee 2.) $10,000 to $24999 (informal Competitive Process): Procurement Procedure: Request for Quote (RFQ) required. Munis: Purchase Order or Contract required; quotes supporting the procurement method must be stored in the Purchase Order or Contracts Module. Type of Purchase: All purchases unless listed as an exclusion in Section III. Signature Required: Department Director 3.) $25,000 and higher (Formal Competitive Process): Procurement Procedure: Request for Bid (RFB) or Request for Proposal (RFP) Munis: Purchase Order or Contract required; proposals or bids supporting the procurement method must be stored in the Purchase Order or Contracts Module. Type of Purchase: All unless listed as an exclusion in Section III. Signatures Required: $25,000 to $150,000 Department Director and City Manager >$150,000 Department Director, City Manager, and City Council Type of Purchase: Professional and Technical Services (See Section IILB.) Signatures Required: $25,000 to $60,000 Department Director and City Manager >$60,000 Department Director, City Manager, and City Council Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 26 of 57 C. Methods Request for Onote (RFO) The buyer will seek a minimum of three written quotations and an award will be made to the vendor who provides the quote with the best combination of cost and quality for the specified good or service. The written quotes must include the date, name of the company, name of the company representative, a description of the goods and/or service (manufacturer, model #, dimensions, etc.), delivery date, freight, terms, and dollar amount. Requests for quotes are managed by each department unless assistance is requested from the Purchasing or Engineering Division. Request for Bid (RFB) A Request for Bid is a formal method used to solicit competitive sealed bids. All Request for Bids will be conducted by the Purchasing Division, Engineering Division, or Equipment Division. A bid is submitted to the City Clerk's office in a sealed envelope and is not opened until a specified time and date, otherwise known as a public bid opening. Award of the bid is made to the lowest responsible and responsive bidder meeting the standards, specifications, and terms and conditions contained within the solicitation. Bids not received by the stated due date and time will be rejected. Request for Proposal (RFP) A Request for Proposal is a formal method used to solicit competitive sealed proposals that includes all of the information contained within a bid as well as other criteria for evaluation. All Request for Proposals will be conducted by the Purchasing Division, Engineering Division, or Equipment Division. This form of solicitation is not evaluated on price alone; criteria including, but not limited to, the following may be used in evaluating proposals: the quality of the product or service, company responsibility and history, references, financial stability, technical expertise, warranties and guarantees, price, compliance with the specifications, management/customer service, and contract terms. The criteria used and the value placed on the criteria will depend on the goods and/or the services solicited. Proposals are received by the City Clerk's office; proposals received after the due date and time may be rejected. The Purchasing Division, Engineering Division, or the Equipment Division reviews the submitted proposals to make sure that they are complete. Only those proposals that are considered complete, otherwise known as responsive, are dispersed to an evaluation committee. The Purchasing Division, Engineering Division, and the Equipment Division reserve the right, but are not required, to seek completion of proposals. The evaluation committee, which will consist of representatives from the department making the purchase, and other representatives appointed by the Purchasing Division, Engineering Division, or the Equipment Division in cooperation with the department, will receive the complete proposals with oral and written instructions from the Purchasing Division, Engineering Division, or the Equipment Division regarding the evaluation process. The evaluation committee shall sign and adhere to the instructions. Once the evaluation committee has reviewed and scored the proposals, the evaluation committee may meet to discuss the proposals and the evaluations. During this time, items in question will be discussed. The evaluation committee may decide to make an award, elect to request clarification on the proposals, or request a best and final offer from one or more proposers. The evaluation committee may also request an oral presentation to assist with the final decision to award. During this time, all contact with the vendor will be conducted solely through the Purchasing Division, Engineering Division, or the Equipment Division's point of contact, and responses will be presented in writing to the committee. Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 27 of 57 Note: During the REP process all information, including, but not limited to, the submitted proposals, will be kept confidential until a formal award has been made by the Purchasing Division, Engineering Division, or the Equipment Division. Any outside questions must be put in writing. Those written questions, and open records requests, should be directed to the Purchasing Division, Engineering Division, or the Equipment Division's point of contact. D. Advertising Public Bids and Request for Proposals - City of Iowa City Website With the emergence of electronic procurement, the City of Iowa City's public website has become one of the main advertising resources for formal Request for Bid and Request for Proposal solicitations. The Purchasing Division, Engineering Division, and the Equipment Division must post Request for Proposals, Request for Bids, addendums, and bid results to the City's website. The Purchasing Division, Engineering Division, and the Equipment Division in cooperation with the department will use their discretion in determining other appropriate methods of advertising bid and proposal solicitations. Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 28 of 57 SECTION M. EXCEPTIONS TO STANDARD PROCUREMENT PROCEDURES Unless noted below, all purchases in this section must follow the City's bidding procedures, with respect to the dollar limits listed in Section H. Standard Procurement Procedures, B. Limits. In addition, the contract entry or purchase order entry procedures listed in Section H apply to the following procurements. A. Public Improvements of $25,000 and Higher Public improvement projects differ significantly from the procedures used to procure goods and/or services, and the procurement for this work must be done in accordance with Iowa Code. Section V of this manual sets forth City policies for public improvement procurements of $25,000 and higher. Whether a project is a public improvement is controlled by Iowa Code Chapter 26, which defines a public improvement as "a building or construction work which is constructed under the control of a governmental entity and is paid for in whole or in part with funds of the governmental entity, including a building or improvement constructed or operated jointly with any other public or private agency". The Iowa Code also features certain exclusions. If the procurement meets the definition of a public improvement project, or there is a question whether the project qualifies as a public improvement project, acquiring departments should consult with the City Attorney's Office for direction. All Public Improvement projects and competitive bid processes of $25,000 and higher will be managed by the City's Engineering Division (see Section V. of the Purchasing Manual for policies and procedures for Public Improvements). B. Professional and Technical Services Professional and Technical Services include services provided by consultants or individuals or organizations possessing a high degree of technical skill, such as lawyers, physicians, architects, and engineers. The requested services may include information, professional advice, training, or direct assistance. Contractors working within trades, such as plumbing, electrical services, and HVAC are considered as providing Operational Services, not Professional and Technical Services. It is the responsibility of the requesting department to confirm that the contractor possesses the skills required to perform the job. Cost remains an important consideration in securing Professional and Technical Services. Department Directors must confirm that the service provider does not appear on the Prohibited Interest List, maintained by the Accounting Division. Written contracts should contain the Prohibited Interest in Public Contracts Policy language, found on page 12. Any procurement of Professional or Technical Services in excess of $10,000 must take the form of a written contract. All written Professional and Technical Service Contracts, regardless of dollar value, must be approved by the City Attorney's Office before services can begin. C. Lease of Real Property or Rental of Equipment from Another Party for More than One Year City Council signature approval is required for any lease of real property from another party for more than one year. City Manager signature approval and Department Director approval is required for the leasing or rental of equipment for more than one year. All written lease contracts for real property or rental of equipment from another party must be reviewed and approved by the City Attorney's Office. For any lease longer than one year for either real property or equipment rental, a copy of the signed lease should be forwarded to the Accounting division. Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 29 of 57 The City allows the leasing or rental of equipment or building(s) if all of the following requirements are met: 1. Funds are budgeted and available to the requesting department; and 2. The period of time involved does not extend beyond fund availability; and 3. It is not the intent of the initial rental to transition into a lease/purchase option except for eligible purposes as listed in the City Debt Management Policy. D. Information Technology Purchase Procedures ITS approval is required for any Information Technology procurement. 1.) Hardware and Software Purchases and Related Maintenance Agreements The department initiating the procurement of information technology goods and services, shall submit a "Hardware/Software Recommendation" form to the ITS Help Desk for evaluation and assistance. In the case of information technology goods and services which are not linked to the City's computer network and which are not supported by ITS, the initiating Department may inform ITS of its intended procurement via e-mail or memo, rather than by submitting a Hardware/Software Recommendation form. [ITS may request additional information from the initiating department if the intended procurement raises concerns as to connectivity, security, alternative procurement that may be less expensive or more efficient, or other issues of concern to ITS. ITS shall provide assistance in the development of specifications for hardware and software needs and development of a Scope of Work ("SOW") for related maintenance agreements. 2.) IT Consulting Services ITS will assist the initiating department in the development of the SOW. A preliminary SOW will be submitted to ITS, and ITS will either recommend the SOW be accomplished with in-house resources, or the procurement of an outside source. If outsource procurement is required, ITS will assist the initiating department in defining outsource requirements. The initiating department will submit a "Request to Retain Outside Consultant" form. 3.) The Purchasing Division will prepare the appropriate contract, if required, between the City and the vendor, which Purchasing Division or end user will submit to the City Attorney's Office for approval. Payment in arrears will be encouraged if at all possible. 4.) Departments will submit computer-related requests through ITS for review prior to P -Card purchases. ITS will submit requisitions to the Purchasing Division for approval and issue of any necessary purchase orders. ITS will review the computer-related requisitions and either return it to the initiating department with comments and/or recommendations, or forward the completed requisition to the Purchasing Division. 5.) Unless otherwise specified by ITS, all information technology equipment will be delivered to ITS, and ITS will be responsible to track and verify satisfactory receipt of equipment. If the delivery is made directly to the initiating department, the department will immediately alert ITS of the equipment's arrival for inventory tracking purposes. E. Department of Transportation Rock Salt Contract The City of Iowa City piggybacks onto the Iowa Department of Transportation's Request for Bid on a yearly basis. Although expenditures for this contract can be over $150,000, City Council approval is not required due to state procurement requirements. Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 30 of 57 F. Insurance Coverage Insurance premium payments are approved through the City Council as part of the budget process. Contracts and other documents relating to procurement and management of insurance coverage can be over $150,000. The City Council has delegated the City Manager to initiate and execute these contracts and related documents. G. Travel and Training The City's Travel and Training policy is located on the intranet under Employee Information > Other City Policies/Guidelines. H. Utilities/Franchise Agreements A utility franchise agreement is between a city government and a utility company or cable provider that outlines certain requirements that must be met in order for the utility or cable provider to use the city's (public) right-of-way. Any bulk or unregulated purchases must be approved and signed by the City Attorney's Office. I. Emergency Purchases An emergency purchase may be exempt from the competitive bidding process when the purchase is made due to an unexpected and urgent need, where health and safety or the conservation of public resources is at risk The use of this process is greatly discouraged, and should be utilized only when absolutely necessary. Emergency purchases that are considered public improvements under Iowa Code Section 26.2 (3), must follow the emergency bidding requirements set by state code (see Section V. of the Purchasing Manual for policies and procedures for Public Improvements). Before proceeding with an emergency purchase, the department requiring the commodity or service must receive written approval from the City Manager or designee. Within two (2) weeks of the emergency purchase, the department making the purchase must complete an "Emergency Purchase Form" available from the Purchasing Division, and return it to the Purchasing Division. Copies will be distributed to the City Manager, the Finance Director, and the Department Director. J. Sole Source In general, all purchases shall be made on a competitive basis. However, there may be a reason to request a Sole Source purchase. This means that there must be only one product or service that meets the department's needs, and there is only one vendor through whom the product or service can be procured. Sole Source is not appropriate for use when the department has picked a preferred product among other available products. In this situation, the individual requesting the purchase must complete a "Sole Source Procurement Request' form (contact the Purchasing Division to receive a copy of the form) and return it to the Purchasing Agent for approval by City Manager or designee and the City Attorney's Office. Examples of a Sole Source procurement include: 1.) Items which must be compatible with existing equipment or systems and are available only from the original manufacturer or an exclusive distributor. 2.) Services that can be provided by only one source due to nature of the equipment requiring service (proprietary equipment features). 3.) Items that have specific features or are related to a specific geographic location that are available from only one source, by virtue of experience, expertise, proximity, or ownership of intellectual property rights. 4.) Items or services of information technology for which there are compatibility considerations, or the purchase would prevent voidance or termination of a warranty, or the purchase would prevent default under contract or other obligations. Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 31 of 57 5.) The Federal government or other government provider of funds for the items or services being purchased has imposed clear and specific restrictions on the use of the funds in a way that restricts the procurement to only one vendor. K Cooperative Purchasing "Piggybacking", a form of cooperative purchasing, allows government and government -related agencies to utilize existing purchasing contracts or agreements from other government entities. This type of purchasing is a competitive form of procurement that combines the requirements of two or more agencies in order to reduce administrative expenses and obtain better pricing based on volume discounts. In order for a government agency to participate in this form of cooperative purchasing, the following criteria must exist: 1.) The purchasing contract must be current. 2.) The purchasing contract must be the result of a formal competitive process. 3.) The government agency administering the contract must be willing to allow participation on behalf of other government agencies (note: participation may be limited to specific government agencies based on location, etc.). 4.) The government agency taking advantage of the existing contract must purchase the same products identified in the contract. 5.) If the cooperative purchasing contract is a regional contract the state or the government agency requesting participation must have signed a contract to participate. L. Non -Profit Job Training Contracts with non-profit entities for goods or services provided by those receiving job training from the non-profit entity shall be excluded from this manual's competitive procurement requirements. However, all signature authority requirements remain in place. M. Contracts with Other Governmental Entities Contracts with other governmental entities for goods or services shall be excluded from this manual's competitive procurement requirements. However, all signature authority requirements remain in place. 10 Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 32 of 57 SECTION IV. LEGAL REQUIREMENTS A. Gratuities/ Gift Law As stated in Iowa Code section 6813.22, as amended, the "Gift Law" prohibits officials, employees, candidates, or their immediate family members from receiving or soliciting gifts from a person who is or is seeking to be a party to a sale, purchase, lease, or contract with the City. Gifts from such restricted donors may be accepted only if they are worth $3.00 or less. Additional exceptions can be found in Iowa Code Section 68B.22(4), as amended, but should not be exercised without the approval of the City Attorney's Office. B. Prohibited Interest in Public Contracts Policy Pursuant to Iowa Code Section 362.5 (2011), as amended, a city officer or employee shall not have an interest, direct or indirect, in any contract or job of work or material or the profits thereof or services to be furnished or performed for the City. "City officer or employee" includes all employees, as well as members of the City Council and all City boards and commissions. With respect to "direct or indirect" interest, the City presumes a City officer or employee has shared financial interest with any of the following persons: • The spouse of a City officer or employee. • Any person eligible to register as a domestic partner, as defined in Iowa City Code 2-6-2, as amended, of a City officer or employee. • The unemancipated child of a City officer or employee. • The parent of a City officer or employee, if the City officer or employee is an unemancipated child. It is prohibited for any City officer or employee to participate, directly or indirectly, in a procurement when the City officer or employee is aware that: • Any City officer or employee, directly or indirectly, has a financial interest pertaining to the procurement. • Any other person, business, or organization with which a City officer or employee, directly or indirectly, is negotiating or has an arrangement concerning prospective employment is involved in the procurement. Before proceeding with a purchase, the department procuring the goods or services must confirm the vendor is not on the Prohibited Vendor list, as maintained by the designated division. Some exceptions apply, but no procurement may be made from a Prohibited Vendor without the written approval of the City Attorney's Office. Procurements made in violation of this policy may result in disciplinary action and/or criminal charges under Iowa Code Section 362.5. C. Wage Theft Policy All City contractors with contracts of $25,000 or more must abide by the requirements of the City's Wage Theft Policy. Pursuant to the Wage Theft Policy, the City will not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's 11 Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 33 of 57 purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. For all other applicable contracts, the City's Wage Theft Policy must be included in the City's solicitation/bid package. D. Local Preference Preference may be given to local businesses or vendors that have a business located within Johnson County. This includes branch operations and franchises. Cost and other considerations being equal, local businesses shall be given first consideration for the purchase of goods or services. A local business or vendor that submits a quote or bid by the established deadline falling within 5% of the lowest bid will have the opportunity to match the lowest price submitted, but only if that price was submitted by a non -local vendor. In this instance, the City representative responsible for issuing the solicitation will contact the local vendor/business that has fallen within the 5% threshold to request a price match. The business/vendor will have a twenty-four hour period to submit a written price match to the City representative. If more than one local business/vendor meets the criteria above, each local vendor will be given forty-eight hours to submit a lower bid in writing. All revised bids must be at or lower than the original lowest bid. At the close of the forty-eight hour period, the contract will be awarded to the lowest bidder, local or otherwise. In the event of a tie, the local vendor will be awarded the contract. If two or more local vendors tie, the award will be determined by coin flip. The local preference policy does not apply to Public Improvement projects, goods and services acquired through the Request for Proposal process, or purchases utilizing Federal Transit funds or Federal funding. E. State and Federal Funding The purchasing policies stated in this manual are not preempted by the requirements for state and federal grants unless the city requirement is inconsistent with the state or federal grant requirements, in which case departments shall follow the strictest of any applicable policy. Departments shall adhere to the City's purchasing policies and all state and federal requirements, including completion of all required documents. In addition, all applicable conditions of state or federal funding must be included in bid and proposal solicitations. Transit procurements conducted with funds administered by the Federal Transit Administration directly or through the Iowa Department of Transportation must follow all federal requirements. As these requirements differ from those outlined in the City of Iowa City Purchasing Manual, FTA regulations shall take precedence. The City of Iowa City Transportation Services Director shall provide documentation of the processes when federally funded procurements occur. F. Donated Funds Departments are required to follow the bidding policies stated in this manual unless all of the following is true: 1.) Private funds are offered to the City for procurement of good or services. 2.) The City does not contribute any funds to the procurement. 3.) Pricing is reasonable. G. Professional and Technical Service Contracts Any procurement of Professional or Technical Services in excess of $10,000 must take the form of a written contract. All written Professional and Technical Service Contracts, regardless of dollar value, must be approved by the City Attorney's Office before services can begin. Department Directors must confirm that the service provider does not appear on 12 Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 34 of 57 the Prohibited Interest List, maintained by the Accounting Division. Written contracts should contain the Prohibited Interest in Public Contracts Policy language, found on page 11. H. Record Retention The Purchasing Division and Public Works Department, who are responsible for the procurement of goods, services, and equipment, are required to retain all written contracts, including bid and request for proposal documents, the awarded vendor's bid or proposal, and the purchase order for a period of five years. Departments procuring goods, services, and equipment through the informal quotation process, where assistance is not provided by Purchasing, are responsible for retaining documentation (including all quotes received) for a period of five years. I. Public Record Procurement information shall be recognized as public record to the extent provided by law and as set by Council Resolution 07-260, passed August 21" 2007. However, the identity of proposers and documents received in response to a Request for Proposal may only be released to City staff prior to award of the contract, without approval of the City Attorney's Office. All details of contract proposals shall be kept confidential until final award of the contract. Details of contracts requiring Council approval may be disclosed as part of the Council approval process. In that event, disclosures should be limited as much as possible in order to best preserve the integrity of the procurement process. Questions regarding the potential confidentiality of documents should be directed to the City Attorney's Office. J. Surplus Equipment Transfer/Disposal If a department no longer has a use for surplus vehicles and equipment, including, but not limited to, office furniture, heavy equipment, and computer equipment, the department should contact the Purchasing Division to assist with transfer or disposal. The Purchasing Division may contact other City divisions to determine whether they may have use for the surplus equipment. If no City department has use for the item, the Purchasing Division may dispose of it through public bidding (on-line), sealed bidding, the sale or transfer to other governmental agencies, or through donation or sale to a non-profit organization. The department requesting the transfer/disposal of the equipment shall provide the Purchasing Division with a description of the item (color, measurements), make, model, serial number, condition of the item, and any other pertinent information required to assist with transfer/disposal. IL Shipping Terms When purchasing goods from a vendor it is important that the department understands and designates the appropriate shipping terms. The shipping terms not only determine who has the legal right to specify the carrier and the routing of any goods purchased, but they also define the point at which the City takes title of the goods, otherwise known as `Tree on board" (F.O.B.), and thus who takes the risk of damage during transit. The most common freight terms are F.O.B. destination and F.O.B. point of origin. F.O.B. destination (City of Iowa City Address) —title/ownership of the goods passes to the department when the goods have been delivered to the City. The cost of shipping and the risk of loss are borne by the vendor. The vendor is responsible for the goods until they are delivered. F.O.B. point of origin (vendor's facility) —title/ownership of the goods passes to the department at the vendor's facility. The department or division owns the goods in transit and files any claims. The department or division is responsible for the goods at the origin of shipment. 13 Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 35 of 57 Note: F.O.B. destination (City of Iowa City Address) is the City's preferred method of shipping since the seller maintains ownership of the goods until they are delivered. The cost of shipping (activities performed in preparation of the outgoing shipment of goods, which may include packaging, weighing, marking, loading, etc.) and the risk of loss are borne by the seller. L. Payment Terms Unless otherwise specified, the City's standard payment terms designate that payment to the vendor may be made only after inspection, approval, and final acceptance of the goods or services. Procurements for construction, capital equipment, professional services and other labor intensive and/or capital intensive projects may require interim payments. Interim payments or milestone payments must be clearly defined in written form in order to eliminate confusion between the City and the vendor. Whether the City makes interim payments or makes a single payment, it is important that the department not only receives the goods or services, but performs a complete inspection and confirms that the products received or the services performed are acceptable before payment to the vendor is made. The City's ability to remedy a problem is severely hampered if we have already paid the vendor for the good or services. Advance payment or prepayment for products or services is strongly discouraged (exclusions: subscriptions, memberships). Note: Before a department signs a contract for the procurement of goods or services the payment terms must be carefully reviewed. Payment in advance is strongly discouraged. Also, the department should review the number of days specified for payment. A department should not accept payment terms of less than thirty days considering the time it takes to receive, inspect, and accept the product or service and process the paperwork for payment. 14 Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 36 of 57 SECTION V. PUBLIC IMPROVEMENTS I. General Policies A. The purpose of this section is to procure the services of contractors by competition in a manner that will lead to the best results at the lowest price and to forestall fraud, favoritism and corruption in the making of contracts. B. These policies and procedures shall be maintained to be in conformance with the laws of the State of Iowa and shall be administered by the City Engineer, with assistance from the Public Works Director, City Attorney, Finance Director, and City Manager. C. The public improvements procurement process is not required for soliciting and contracting for architectural, landscape architectural, engineering design, or other professional services for a public improvement project. Procurements such as this must be conducted in accordance with the provisions in Section II of the Purchasing Policy Manual. D. Minimum thresholds for competitive bidding will be established in Iowa Code section 26.3 and adjusted pursuant to Iowa Code section 314.113. Public improvements that do not require competitive bidding under Iowa Code but are greater than $25,000 will be subject to the competitive quotation process as defined by Iowa Administrative Code chapter 180 and this policy. Public improvements that are estimated to cost less than $25,000 will be subject to the bidding procedures set in Section H.B of the Purchasing Policy Manual. Under Iowa Code Section 26.5, departments are prohibited from dividing the project into separate parts, regardless of intent. E. Thresholds for bidding are determined by the engineer's cost estimate for the total cost of the improvement. The estimated total cost to construct a public improvement, includes the cost of labor, materials, equipment, and supplies, but excludes the cost of architectural or engineering design services and inspection. F. The City will establish a uniform and consistent process for receiving bids and quotations for public improvement projects. G. The City will establish a uniform bid opening process to ensure uniformity and consistency with the way in which bids and quotations for public improvement projects are opened and reviewed. The department representative responsible for the bid opening shall follow this procedure for opening and announcing all bids and quotations pertaining to public improvement projects submitted by contractors and received by the designee. H. Any public improvement contract that is subject to the terms and conditions of a state or federal grant shall adhere to any additional requirements of the grant, and the necessary controls or procedures needed to properly monitor or report compliance with those requirements will be instituted. Any public improvement contract shall also adhere to any other limitations or requirements as determined by City Council. I. The City reserves the right to waive any minor informalities or irregularities contained in any bid or quote. H. Competitive Bid Process A. Solicitation of Bids 1. Detailed and written plans and specifications and a detailed cost estimate must be prepared for the public improvement project by a licensed engineer, licensed landscape architect and/or a licensed architect. The City Engineer or designee will approve the written plans and specifications and detailed cost estimate and will prepare the form of contract. These documents must be reviewed and approved by the City Attorney's office. 2. The City Engineer or designee shall prepare a memorandum summarizing the project plans and specifications, the scope of work, the project background, a detailed cost estimate, and the funding sources. If the scope of the project has 15 Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 37 of 57 changed significantly from the scope that was approved in the Five -Year Capital Improvement Program, then any differences in scope must be explained in the memorandum as well. This memorandum must be reviewed by the City Attorney and the Finance Director and approved by the City Manager or their designees. The written plans and specifications and the detailed cost estimate shall then be placed on file with the City Clerk's office. 3. The City Council shall hold a public hearing and approve the proposed plans, specifications, form of contract, and estimated total cost. A notice of public hearing on the plans, specifications, form of contract, description of the project and its location, and the estimated total cost must be published by the City Clerk in the Iowa City Press Citizen and posted by the City Engineer or designee on the City's website more than 4 days but not more than 20 days before the public hearing. 4. Following the public hearing and Council approval of the plans, specifications, form of contract and estimated total cost, the City Clerk shall post a notice to bidders in accordance with the resolution approving the plans and specifications. Those posting requirements may be satisfied by the City Clerk posting the notice on the Construction Update Networld operated by the Master Builders of Iowa, and the Iowa League of Cities website at least once, not less than 13 and not more than 45 days before the bid filing deadline. Additionally, the City Engineer or designee shall post the notice on the City's website within these same time limitations. This notice must state all information required by Iowa Code Section 26.7, including: a. Time and place for filing sealed proposals; b. Time and place sealed proposals will be opened and considered on behalf of the City, which shall be the same time and place stated in the Council approved plans and specifications; c. The general nature of the public improvements on which bids are being requested; d. In general terms, when the work must be commenced and when it must be completed; e. Bid security and bid bond requirements. B. Receiving Bids Process 1. Contractors shall file all bids with the City Clerk's Office before the time specified in the project specifications. 2. All bids shall be written on the appropriate City form. a. Competitive bids can only be filed in a sealed envelope, and must be delivered to the City Clerk's office by personal delivery or other mail delivery service. Each competitive bid must be accompanied by a Resident Bidder Form. b. A bid bond must also be submitted in a separate, sealed envelope. If no such bond is timely filed, the bid will not be considered and the Clerk or designee will return the bid unopened. 3. The City Clerk or designee who receives the bid shall note the time and date the bid is received. The City Clerk or designee shall make this notation on the outside of the sealed envelope. In addition to noting the time and date, as stated on the official City Clerk clock, the City Clerk or designee shall also sign his or her name or initials on the envelope upon receiving the bid. 4. No bids filed after the designated time will be received or considered. The City Clerk or designee shall return all late bids to the contractor unopened. C. Bid Opening and Consideration Process 1. The Bid Opening Process will occur at the place, date, and time stated in the project specifications. 2. The City Engineer or designee shall introduce him or herself and announce that it is now o'clock, the time specified for the receipt of bids and no more bids shall be received on the project. (The closing of receipt of bids shall be 16 Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 38 of 57 exactly at the time specified). Any bids submitted after the time specified will not be accepted and will be returned to the bidder unopened. 3. The City Engineer or designee will introduce other representatives, consultants, local, State and/or Federal representatives in attendance. 4. The City Engineer or designee will open the bids individually. The bid bond envelope will be opened fust followed by the competitive bid envelope. The City Engineer or designee will announce the name of the bidder and whether: a. A bid bond or other approved bid security has been received; b. A Resident Bidder Form has been received; c. The bid has been signed, is on the form specified and has acknowledged the addenda, if any exist; d. All documents and/or attachments required to be submitted as part of the proposal are enclosed; e. The Bid Proposal Form(s) has/have been completely filled out and the total amount of the bid can be readily determined. 5. If any of the above items are missing or incomplete the bids will not be read or accepted, but will be placed back in the envelope and returned to the Bidder. If the above items are enclosed and complete, then the City Clerk or designee will read the total base bid and the bid for any alternates listed in the proposal. 6. After all bids have been read, the City Clerk or designee shall state verbally that "the bid opening is over and the bids will be tabulated and posted on the City's website." 7. The City Engineer or designee will review the bids to determine the lowest responsive, responsible bidder. A bid tabulation of the responsive bids received shall then be posted on the City's website. Bids considered not responsive will not be posted. 8. Once the lowest responsive, responsible bidder has been determined by the City Engineer or designee, the results must be reviewed by the City Attorney and the Finance Director and approved by the City Manager or designee. Following City Manager approval, the results shall be submitted to the City Council for consideration at the next regularly scheduled meeting occurring after the bid filing deadline, or for consideration at a special meeting called by the City Council for the purpose of considering the recommendation. a. The City Engineer or designee shall recommend City Council award the contract to the lowest responsive, responsible bidder; b. If all bids received are considered by the City Engineer or designee to be non- responsive or are not acceptable, the City Engineer or designee will recommend that Council reject all bids and rebid the project; c. If the City only received one bid and it is 25% or higher than the Engineer's Estimate, the recommendation to Council will be to reject it unless the City Engineer determines that accepting the bid would be the most prudent course of action, and it is approved by the City Manager. 9. The City shall return the bidder's bond to all unsuccessful bidders as soon as the City Council has awarded the contract or within 30 days from the bid opening, whichever is sooner. M. Competitive Quotation Process A. Solicitation of Quotations 1. The City Engineer or designee shall solicit competitive quotations for a public improvement when the estimated total cost of the public improvement equals or exceeds $25,000 but is less than the competitive bid threshold established in Iowa Code section 26.3. 2. The City Engineer or designee shall make a good -faith effort to obtain quotations 17 Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 39 of 57 for the work from at least two contractors regularly engaged in such work prior to letting a contract. Quotations shall be obtained by means of either an oral or a written solicitation directed to not less than two contractors. Solicitations shall also be posted on the City's website. Good faith effort shall include advising all contractors who have filed with the governmental entity a request for notice of projects. 3. Each solicitation shall include a description of the work to be performed, and the plans and specifications for the work shall be prepared by a licensed architect, landscape architect, or engineer. In its solicitation, the City Engineer or designee shall advise each contractor that it has an opportunity to inspect the work site. Each contractor requesting to inspect the work site shall be provided an equal and adequate opportunity to do so. 4. Additional information deemed pertinent, or requested by a contractor, may be provided by the City Engineer or designee if the same information is provided to all contractors from which quotations are solicited. If the information is provided in written form to a contractor, it shall be provided in the same form to all contractors from which quotations are solicited. 5. In its solicitation, the City Engineer or designee shall: a. Specify the required form and content of quotations. A competitive quotation filed by a contractor shall be in writing and shall include the total price for labor, equipment materials and supplies required to perform the work. A contractor shall not be required to include in its quotation or in individual quotation items a breakdown of costs for labor, materials, equipment and supplies. Competitive quotations filed by contractors shall include all other information, documentation, or commitments as specified in the solicitation; b. Require that quotations be filed with the City Clerk or designee in the City Clerk's office by a particular time; c. Establish the acceptable method(s) for delivery of quotations. The City Engineer or designee shall specify the following methods of delivery: mail or delivery in - hand; d. Require that all quotations be sealed. B. Receiving Competitive Quotations 1. Contractors shall file all quotations in the City Clerk's Office before the time specified. 2. The City Clerk or designee who receives the quotation shall note the time and date the quotation is received and the name of the person receiving the quote on the sealed envelope. 3. No quotations filed after the designated time will be received or considered. The City Clerk or designee shall return all late quotations to the contractor unopened. C. Opening and Considering Competitive Quotations 1. If a quoting contractor does not file a quotation in the form required, or does not provide all information or documentation or make all commitments required, or does not sign the quotation if required, the quotation shall be determined to be nonresponsive and shall be rejected. 2. The City Manager or designee shall award the contract for the work to the contractor submitting the lowest responsive, responsible quotation, subject to Iowa Code section 26.9, or may reject all of the quotations. A contract shall be considered awarded when the City Manager or designee executes a contract for the work with the selected contractor. 3. The City Engineer shall draft a memo to the City Council summarizing the competitive quotation, which shall be reported in the meeting minutes of the next regular Council meeting. 1W Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 40 of 57 IV. Contract Administration 1. The City Clerk or designee will advertise and bid all contracts qualifying for formal bidding procedures. The City Clerk or designee will oversee receiving, opening, and announcing all formal bids. 2. Competitively bid contracts will be executed by the Mayor and attested to by the City Clerk. Competitively quoted contracts will be executed by the City Manager or his designee. 3. The City Manager or designee will administer all contracts on the authority of the City Council. 4. All change orders, change in contract estimates, or any other adjustments of the contract price will be subject to these requirements. a. Change orders or other changes in contract price must be in writing and be completed in advance of the work They must include a description of the world the agreed upon cost and be signed by the contractor and the City Engineer or designee. b. Contract changes and changes in estimated quantities that are greater than 25% must be approved with the following limits and authority: 1. Less than $25,000 - City Engineer or designee; 2. $25,000 and $150,000 — City Manager or designee; 3. $150,000 or more — City Council; c. All change orders greater than $10,000 must be reviewed by the Finance Director. d. If a change order on a contract entered into by competitive quotation causes the entire contract price to exceed $150,000, the contract and amendments shall be submitted for City Council approval. e. If it is determined by the City Engineer or designee that the nature of the contract change is urgent and delay could jeopardize the progress of the project the City Engineer or designee may authorize the contractor to initiate the work prior to obtaining the required approval set forth above. The required approval must be obtained, however, by the City Manager no more than 10 days from the City Engineer or designee's authorization and by the City Council within20 days from authorization or at the next scheduled City Council meeting. The change order should include the reasons for the urgency. 5. Contracts for public improvements cannot be amended by change order or any other adjustment for work that is unrelated to the project as described in the approved plans and specifications. 6. The scope of public improvement projects shall not be adjusted for the purpose of circumventing the authorization limits of this policy, Council resolution, and state or federal law. Contract amendments and change orders shall not be used as a means of circumventing the authorization limits of this policy, Council resolution, and state or federal law. 7. For all public improvement contracts $25,000 or higher, the contract must be accompanied by a bond, with surety, conditioned for the faithful performance of the contract, and for fulfillment of other requirements as provided by Iowa law in accordance with Iowa Code section 573.2. The amount of the performance and payment bond must be at least 100% of the contract price. 8. Where appropriate, retainage shall be withheld on contracts for public improvements as provided for by State law or on other contracts as deemed appropriate or necessary. Retainage on a contract shall be 5% of the cost of the public improvement unless otherwise limited by state or federal grant programs. An application by a contractor for early release of a retainage requires City Council consideration and approval. 19 Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 41 of 57 9. The final acceptance (certificate of completion), the final contractor payment, and the release of retainage authorization (unless early release applied for) of a formally bid contract shall be approved by City Council action at the same meeting. 10. All contracts awarded, change orders, or changes in contract price, must be entered into the City's financial computer system Munis along with supporting documentation. Contracts that include estimated quantities will be entered into Munis at the contract price plus 10% as a contingency. All contract payment requests must reference the Munis contract number. 11. Sales tax exemption certificates will be issued by the Engineering division upon request of the contractor. V. Emergency Repairs 1. In accordance with Iowa Code Section 384.103, when emergency repair of a public improvement is necessary and the delay of advertising and a public letting might cause serious loss or injury to the City, the City Manager shall make a finding of the necessity to institute emergency proceedings under Iowa Code Section 384.103, and shall procure a certificate from a licensed professional engineer or registered architect certifying that emergency repairs are necessary. 2. Where the City Manager has so certified, the City may accept, enter into, and make payment under a contract for emergency repairs without holding a public hearing and advertising for bids, and the provisions of Chapter 26 do not apply. 3. The work must be awarded to the lowest responsible, responsive bidder. 4. The emergency repair finding and the approved construction contract shall be entered into the City Council minutes at its next regularly scheduled or special called meeting. 5. If the emergency repair would otherwise be a public improvement requiring competitive bidding under Chapter 26: a. The City Engineer or designee must solicit at least two written quotations from qualified contractors or suppliers. b. The contractor must provide a performance and payment bond for a public improvement of $25,000 or more. 6. If the emergency repair would otherwise be a public improvement requiring Competitive Quotations: a. The Emergency Purchase provisions of Section III_I. of the Purchasing Policy Manual shall be followed. 20 Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 42 of 57 APPENDIX L PURCHASING TERMS AND DEFINITIONS Bid Bond: A monetary commitment (cashier's check or certified check) made by a third party to accept liability and to guarantee that the bidder will not withdraw the bid. The certified check or cashier's check will not exceed 10% of the bid price and will accompany the bid upon submittal. If an award is made and the successful bidder fails to enter into a contract with the City, the City is entitled to the entire amount of the bid bond. Bid Opening: A specified time and date where formal bids are opened and the enclosed information is publicly read. The bidder's name, price, items offered, delivery, etc. are read during the opening. Capital Asset: Assets that have a life expectancy beyond one year and a cost of $5,000.00 per item or more (examples: land, land improvement, building, equipment). Capital Outlay/Expenditure: Expenditures for acquiring land, building, equipment or other property, or for their preservation, development or permanent improvement (i.e. the acquisition or renovation of capital assets). The threshold for capital outlay is $5,000 per item or more. Purchases of goods under $5,000 per item are considered supplies. Com: Shall mean the City of Iowa City, Iowa. Competition: The process by which two or more vendors attempt to secure the business of a third party through the offer of the most favorable price, quality, delivery terms or service. Contract: A legally binding promise, oral or in writing, enforceable by law. Emergency Purchase: A purchase made due to an unexpected and urgent request, where health and safety or the conservation of public resources is at risk Evaluation Committee: A group or team of advisors selected to assist in recommending a vendor for a contract award. Goods: Anything purchased other than services or real property. Online Bidding: A procurement process in which an invitation for bid or request for proposal is posted electronically over the internet in a real-time, competitive bidding event. Operating Services: The furnishing of labor and time by a contractor or a vendor, which may involve to a lesser degree, the delivery or supply of products. Examples of contractors providing operational services are those working within trades, such as plumbing, electrical services, and HVAC. Professional and Technical Services are not Operational Services. Performance Bond: A bond, issued upon award of the contract, that secures the performance of all terms, conditions, and agreements stated within the contract by the vendor. A performance bond protects the buyer from the vendor's inability to complete the contract Pre -Solicitation (Pre -Submission Conference): A meeting with prospective bidders or proposers to clarify the requirements of a contract to be put out for bid or proposal. Procurement: Purchasing, renting, leasing, or otherwise acquiring any supplies, services, or construction; includes all functions that pertain to the acquisition, description of requirements, selection and solicitation of sources, preparation and award of contract, and all phases of contract administration; combining the functions of purchasing, inventory control, traffic and transportation, receiving, inspection, storekeeping, and salvage and disposal operations. 21 Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 43 of 57 Purchasing Policy: Governing principle which establishes the general parameters for the organization to follow in carrying out its responsibility for procuring equipment, supplies and services, etc. in the most efficient and economical method possible. Professional or Technical Services: Services provided by individuals or organizations possessing a high degree of technical skill, such as lawyers, physicians, architects, engineers, and other consultants. Contractors working within trades, such as plumbing, electrical services, and HVAC are considered as providing Operational Services, not Professional and Technical services. Public Improvement: A building or construction world which is constructed under the control of governmental entity and is paid for in whole or in part with funds of the government entity, including a building or improvement constructed or operated jointly with any other public or private agency, but excluding urban renewal, demolition, and low -rent housing projects, industrial aid projects authorized under chapter 419, emergency work or repair or maintenance work performed by employees of a governmental entity, and excluding a highway, bridge, or culvert project, and excluding construction or repair or maintenance work performed for a city utility under chapter 388 by its employees or performed for a rural water district under chapter 357A by its employees. This definition is controlled by Iowa Code, and thus will incorporate any amendments to the statutory definition. See Iowa Code Section 26.2(3), as amended, for the controlling definition. Note - highway, bridge, and culvert projects are controlled by Iowa Code chapter 314, as amended. Real Property: Land and its permanently affixed buildings or structures. Responsible Bidder: A vendor who has the capability in all respects to fully perform the contract requirements, and the integrity and reliability which will assure good faith performance. Responsive Bidder: A vendor who submits a bid or proposal that fully conforms to all requirements contained within the solicitation. Request for Bid: A formal method used to procure a specific requirement (goods/services). A Request for Bid requires the submission of sealed bids and a public bid opening. Award is made to the lowest responsible and responsive bidder meeting the standards, specifications, and terms and conditions contained within the solicitation. Request for Proposal: A formal procurement method similar to a Request for Bid, except that factors other than price (such as quality, timeliness, experience, ability to meet specifications) are also considered in making the award. Risk Management: The identification, measurement and treatment of property, liability, and personal loss exposures; includes analysis of potential risk situations and insurance needs, as well as the amount of financial coverage needed to protect the government. Sealed: The submission of responses to a solicitation in a form that prevents disclosure of the contents prior to a date and time established by the department or division for opening the responses. Specification: A detailed description of the physical, functional, or performance characteristics of a good or service that must be met before a contract is awarded. Sole Source: A purchase to fulfill a need for a commodity or service where there is only one product or service that meets the department's needs, and there is only one vendor offering the product or service. Only one vendor possesses the unique and singularly available capability to meet the requirements (technical specifications) of the solicitation. 22 Airport Commission Agenda & Info Packet Meeting Date May 16, 2019 Page 44 of 57 Surplus: Supplies or commodities that have completed their useful life and no longer have use to the original consumer, but may have some purpose or alternative use to another department within the City, or to an individual or entity outside the City. Tag Exempt: The City is exempt from all Federal, State of Iowa, and other states' taxes on the purchase of commodities and services used by the City of Iowa City within the State of Iowa. Vendor: A supplier/seller of goods or services. 23 Airport Commission Agenda & Info Packet KAPPfinn nate nnav 1F gnie 05/09/2019 13:21 (CITY OF IOWA CITY IP 1 mtharp YEAR-TO-DATE BUDGET REPORT glytdbud FOR 2019 10 ACCOUNTS FOR: 7600 Airport 76850110 Airport Operations ORIGINAL TRANFRS/ REVISED APPROP ADJSTMTS BUDGET 76850110 363910 Misc Sale of Merch Invest REF 0 0 0 2019/10/040024 2019/10/041037 04/01/2019 CRP -350.00 -143.55 REF 2350331 AIRPORT 2019/10/040465 2019/10/041037 REF 04/15/2019 CRP -70.00 -147.21 REF 2370424 MULTIPLE 2019/10/040957 2019/10/041037 -144.00 04/30/2019 CRP -100.00 -15.00 REF 2390405 MULTIPLE 76850110 381100 Interest on Invest REF -155.00 0 0 0 2019/10/041037 REF 04/30/2019 GEN -143.55 -155.00 REF SS -144.00 2019/10/041037 REF -230.00 04/30/2019 GEN -147.21 REF SS 2019/10/041037 -144.00 04/30/2019 GEN -15.00 REF REF SS REF -144.00 76850110 382100 Land Rental REF -155.00 -50,000 0 -50,000 2019/10/040014 REF -144.00 04/01/2019 GBI -100.00 REF -500.00 2019/10/040024 -144.00 04/01/2019 CRP -27,460.15 REF 2350333 FARMERS NATIONAL 2019/10/040286 04/04/2019 CRP -368.75 REF 2363603 US TREAS 2019/10/040803 04/24/2019 GBI -600.00 REF 76850110 382200 Building/Room Rent 2019/10/040803 04/24/2019 GBI 2019/10/040803 04/24/2019 GBI 2019/10/040803 04/24/2019 GBI 2019/10/040803 04/24/2019 GBI 2019/10/040803 04/24/2019 GBI 2019/10/040803 04/24/2019 GBI 2019/10/040803 04/24/2019 GBI 2019/10/040803 04/24/2019 GBI 2019/10/040803 04/24/2019 GBI 2019/10/040803 04/24/2019 GBI 2019/10/040803 04/24/2019 GBI 2019/10/040803 04/24/2019 GBI 2019/10/040803 04/24/2019 GBI 2019/10/040803 04/24/2019 GBI 2019/10/040803 04/24/2019 GBI 2019/10/040803 04/24/2019 GBI 2019/10/040803 04/24/2019 GBI 2019/10/040803 04/24/2019 GBI 2019/10/040803 04/24/2019 GBI 2019/10/040803 04/24/2019 GBI 2019/10/040803 04/24/2019 GBI 275,000 -144.00 REF -155.00 REF -155.00 REF -185.00 REF -133.00 REF -155.00 REF -144.00 REF -230.00 REF -185.00 REF -155.00 REF -144.00 REF -358.00 REF -110.00 REF -144.00 REF -185.00 REF -155.00 REF -332.00 REF -144.00 REF -4,606.00 REF -500.00 REF -144.00 REF JOURNAL DETAIL 2019 10 TO 2019 10 AVAILABLE PCT YTD ACTUAL ENCUMBRANCES BUDGET USED -1,087.00 OTHER OTHER OTHER 00 1,087.00 100.0°% -1,980.94 .00 1,980.94 100.0°% Interest Allocation Entry Interest Allocation Entry Interest Allocation Entry -47,097.93 .00 -2,902.07 94.2°%* LAND RENT OTHER LEASE PAYMENT LAND RENT 0 -275,000 -228,097.53 00 -46,902.47 82.9°%* HANGAR #7 HANGAR #16 HANGAR #24 HANGAR #47 HANGAR RENT #15. Billed $155 HANGAR #20 HANGAR #10 HANGAR #46 Hangar Rent #41 HANGAR #11 Hangar #2 HANGAR #33 Office Rent (Bldg G) HANGAR #5 HANGAR #38 HANGAR #27 HANGAR #56 HANGAR #8 D, E, F, H Hangar M HANGAR #1 Airport Commission Agenda & Info Packet KAPPfinn nate nnav 1F game 05/09/2019 13:21 (CITY OF IOWA CITY IP 2 mtharp YEAR-TO-DATE BUDGET REPORT glytdbud FOR 2019 10 ACCOUNTS FOR: 7600 Airport JOURNAL DETAIL 2019 10 TO 2019 10 ORIGINAL TRANFRS/ REVISED AVAILABLE PCT APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USED 04/24/2019 GBI -195.00 REF 04/24/2019 GBI -195.00 REF 04/24/2019 GBI -650.00 REF 04/24/2019 GBI -166.67 REF 04/24/2019 GBI -185.00 REF 04/24/2019 GBI -155.00 REF 04/24/2019 GBI -185.00 REF 04/24/2019 GBI -4,392.00 REF 04/24/2019 GBI -652.00 REF 04/24/2019 GBI -144.00 REF 04/24/2019 GBI .00 REF 04/24/2019 GBI -185.00 REF 04/24/2019 GBI -155.00 REF 04/24/2019 GBI -155.00 REF 04/24/2019 GBI -185.00 REF 04/24/2019 GBI -225.00 REF 04/24/2019 GBI -243.00 REF 04/24/2019 GBI -230.00 REF 04/24/2019 GBI -650.00 REF 04/24/2019 GBI -195.00 REF 04/24/2019 GBI -185.00 REF 04/24/2019 GBI -185.00 REF 04/24/2019 GBI -185.00 REF 04/24/2019 GBI -230.00 REF 04/24/2019 GBI -155.00 REF 04/24/2019 GBI -185.00 REF 04/24/2019 GBI -185.00 REF 04/24/2019 GBI -155.00 REF 04/24/2019 GBI -155.00 REF 04/24/2019 GBI -144.00 REF 04/24/2019 GBI -155.00 REF 04/24/2019 GBI -155.00 REF 04/24/2019 GBI -195.00 REF 04/24/2019 GBI -185.00 REF 04/24/2019 GBI -155.00 REF 04/24/2019 GBI -155.00 REF 04/24/2019 GBI -210.00 REF 04/24/2019 GBI -404.00 REF 04/24/2019 GBI -92.50 REF 04/24/2019 GBI -92.50 REF 04/24/2019 GBI -185.00 REF 04/24/2019 GBI -155.00 REF 04/24/2019 GBI -100.00 REF 04/24/2019 GBI -155.00 REF 04/24/2019 GBI -155.00 REF 04/24/2019 GBI -185.00 REF 04/24/2019 GBI -185.00 REF HANGAR #59 HANGAR #60 HANGAR #72 AIRPORT RENTAL - HANGAR N HANGAR #51 HANGAR #13 HANGAR #42 HANGAR #35 HANGAR #32 HANGAR #9 HANGAR #34. Biled $310 for Ap HANGAR #53 HANGAR #18 HANGAR #14 HANGAR #40 HANGAR #58 HANGAR #61 HANGAR #55 HANGAR #71 HANGAR #63 HANGAR #49 HANGAR #36 HANGAR #37 HANGAR #45 HANGAR #25 HANGAR #44 HANGAR #50 HANGAR #28 HANGAR #17 HANGAR #6 HANGAR #30 HANGAR #22 HANGAR #62 HANGAR #43 HANGAR #23 HARNGAR #21 HANGAR #64 HANGAR #31 HANGAR #48 HANGAR #48 HANGAR #39 HANGAR #12 OFFICE SPACE RENT HANGAR #26 HANGAR #29 HANGAR #54 HANGAR #52 Airport Commission Agenda & Info Packet KAPPfinn nate nnav 1F gnie 05/09/2019 13:21 (CITY OF IOWA CITY IP 3 mtharp YEAR-TO-DATE BUDGET REPORT glytdbud FOR 2019 10 ACCOUNTS FOR: 7600 Airport ORIGINAL TRANFRS/ REVISED APPROP ADJSTMTS BUDGET 76850110 384900 Other Commissions .00 -16,666.66 -36,500 2019/10/040519 04/16/2019 CRP -3,192.80 Gen REF 2372082 76850110 393120 General Lev 50,413.20 -100,000 2019/10/040305 10,551.80 04/30/2019 GEN -8,333.33 REF REJE#2 76850110 411000 Perm Full Time BIWEEKLY 60,965 2019/10/040418 04/12/2019 PRJ 2,344.80 RUN -1 REF 040619 2019/10/040868 04/26/2019 PRJ 2,344.80 REF 042019 76850110 413000 Temporary Employee 700 2019/10/040418 -040619 04/12/2019 PRJ 29.31 BIWEEKLY REF 040619 76850110 414500 Longevity Pay .00 500 76850110 421100 Health Insurance 2019/10/040418 04/12/2019 PRJ 2019/10/040868 04/26/2019 PRJ 76850110 421200 Dental Insurance 2019/10/040418 04/12/2019 PRJ 2019/10/040868 04/26/2019 PRJ 76850110 421300 Life Insurance 2019/10/040868 04/26/2019 PRJ 5,394 225.99 REF 040619 225.99 REF 042019 415 16.15 REF 040619 16.15 REF 042019 151 11.41 REF 042019 0 -36,500 EASTERN AVIATION 0 -100,000 0 60,965 0 700 0 500 0 5,394 0 415 0 151 JOURNAL DETAIL 2019 10 TO 2019 10 AVAILABLE PCT YTD ACTUAL ENCUMBRANCES BUDGET USED -32,699.90 OTHER 00 -3,800.10 89.6°°%* -83,333.34 .00 -16,666.66 83.3°%* Ptax from Gen Fund 50,413.20 .00 10,551.80 82.7°% WARRANT -040619 RUN -1 BIWEEKLY WARRANT -042019 RUN -1 BIWEEKLY 615.20 .00 84.80 87.9°% WARRANT -040619 RUN -1 BIWEEKLY 500.00 .00 .00 100.0°% 4,519.80 .00 874.20 83.8°% WARRANT -040619 RUN -1 BIWEEKLY WARRANT -042019 RUN -1 BIWEEKLY 323.00 .00 92.00 77.8°% WARRANT -040619 RUN -1 BIWEEKLY WARRANT -042019 RUN -1 BIWEEKLY 114.10 .00 36.90 75.6°% WARRANT -042019 RUN -1 BIWEEKLY Airport Commission Agenda & Info Packet KAPPfinn nate nnav 1F gnie 05/09/2019 13:21 Disability Insuran OF IOWA CITY 4 mtharp (CITY YEAR-TO-DATE BUDGET REPORT IP glytdbud FOR 2019 10 04/26/2019 PRJ JOURNAL DETAIL 2019 10 TO 2019 10 ACCOUNTS FOR: ORIGINAL TRANFRS/ REVISED AVAILABLE PCT 7600 Airport APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USED 76850110 421400 Disability Insuran 263 0 263 185.50 2019/10/040868 04/26/2019 PRJ 18.55 REF 042019 76850110 422100 FICA 4,704 0 4,704 3,899.07 2019/10/040418 04/12/2019 PRJ 179.31 REF 040619 2019/10/040868 04/26/2019 PRJ 177.16 REF 042019 76850110 423100 IPERS 5,869 0 5,869 4,753.62 2019/10/040418 04/12/2019 PRJ 224.12 REF 040619 2019/10/040868 04/26/2019 PRJ 221.35 REF 042019 76850110 432020 Annual Audit 669 0 669 468.02 76850110 432080 Other Professional 0 0 0 3,000.00 76850110 435055 Mail & Delivery 0 0 0 22.28 76850110 435060 Legal Publications 0 0 0 89.32 76850110 436030 Transportation 1,000 0 1,000 367.35 76850110 436050 Registration 1,000 0 1,000 425.00 76850110 436060 Lodging 500 0 500 399.32 .00 77.50 70.5°% WARRANT -042019 RUN -1 BIWEEKLY .00 804.48 82.9°% WARRANT -040619 RUN -1 BIWEEKLY WARRANT -042019 RUN -1 BIWEEKLY .00 1,114.94 81.0°% WARRANT -040619 RUN -1 BIWEEKLY WARRANT -042019 RUN -1 BIWEEKLY .00 200.98 70.0°% .00 -3,000.00 100.0%- .00 -22.28 100.0°%* .00 -89.32 100.0°%* .00 632.65 36.7°% .00 575.00 42.5°% .00 100.68 79.9°% Airport Commission Agenda & Info Packet KAPPfinn nate nnav 1F gnie 05/09/2019 13:21 200 OF IOWA CITY 200 5 mtharp (CITY YEAR-TO-DATE BUDGET REPORT IP glytdbud FOR 2019 10 JOURNAL DETAIL 2019 10 TO 2019 10 ACCOUNTS FOR: ORIGINAL TRANFRS/ REVISED AVAILABLE PCT 7600 Airport APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USED 76850110 436080 Meals 76850110 437010 Comp Liability Ins 2019/10/040260 04/05/2019 API 76850110 437020 Fire & Casualty In 76850110 437030 Worker's Comp Insu 76850110 437041 Bonding & Other In 76850110 437200 Loss Reserve PaVme 76850110 438010 Stormwater Utilit 2019/10/040536 04/17/2019 UBB 76850110 438030 Electricity 76850110 438050 Landfill Use 76850110 438070 Heating Fuel/Gas 76850110 438080 Sewer Utilitv Char 2019/10/040536 04/17/2019 UBB 200 0 200 25.00 .00 175.00 12.5°% 4,400 0 4,400 23,881.99 .00 -19,481.99 542.8°%* 875.00 VND 010046 VCH AW WELT AMBRISCO INS AIRPORT COMMISSION BOND 10673 12,612 0 12,612 8,862.00 .00 3,750.00 70.3°% 190 0 190 168.00 .00 22.00 88.4°% 870 0 870 .00 .00 870.00 .0°% 5,000 0 5,000 5,000.00 .00 .00 100.0°% 19,302 0 19,302 15,777.20 .00 3,524.80 81.7°% 1,577.72 REF 190417 C -190417 4200 UB AR GEN 18,663 0 18,663 12,892.94 .00 5,770.06 69.1°% 156 0 156 180.35 .00 -24.35 115.6°%* 2,755 0 2,755 3,449.67 .00 -694.67 125.2°%* 2,059 0 2,059 1,749.21 .00 309.79 85.0°% 127.47 REF 190417 C -190417 2000 UB AR GEN Airport Commission Agenda & Info Packet KAPPfinn nate nnav 1F gnie 05/09/2019 13:21 (CITY OF IOWA CITY IP 6 mtharp YEAR-TO-DATE BUDGET REPORT glytdbud FOR 2019 10 ACCOUNTS FOR: 7600 Airport 76850110 438090 Water Utility Char 2019/10/040536 04/17/2019 UBB 76850110 438100 Refuse Collection 2019/10/040717 04/19/2019 API 2019/10/040717 04/19/2019 API 76850110 438110 Local Phone Servic 2019/10/040281 04/04/2019 API 76850110 438120 Long Distance Sery 76850110 442010 Other Building R&M 2019/10/040333 04/09/2019 API 2019/10/040717 04/19/2019 API 2019/10/040759 04/23/2019 API 76850110 442020 Structure R&M Sery 76850110 442030 Heating & Cooling 2019/10/040333 04/09/2019 API 2019/10/040333 04/09/2019 API 76850110 442060 Electrical & Plumb 2019/10/040333 04/09/2019 API 76850110 443080 Other Eauioment R& 2019/10/040333 04/09/2019 API 100 13,000 600.00 VND 010856 VCH 30.00 VND 013610 VCH 696.31 VND 014647 VCH 2,843 6,000 112.00 VND 010005 VCH 120.16 VND 010005 VCH 3,000 123.00 VND 010014 VCH 5,000 2,225.59 VND 010677 VCH 0 100 MIS MIS 0 13,000 9,904.54 .00 JET AIR INC IOW Janitorial Services STANDARD PEST CONTRO Pest Control Services DAN'S OVERHEAD DOORS Hangar 72 Repairs 0 2,843 490.00 LS 100.00 .0°% 3,095.46 76.2°% 226717 227433 10935 2,353.00 17.2% 0 6,000 2,456.88 .00 3,543.12 40.9°% AAA MECHANICAL INC Boiler Repair, Pilot Lights 226657 AAA MECHANICAL INC Heater in Bldg D (Care) Fuse r 226657 0 3,000 2,945.06 .00 54.94 98.2°% ADVANCED ELECTRICAL Replace Beacon Tower Light 10667 0 5,000 7,301.80 .00 -2,301.80 146.0°%* SENECA COMPANIES Replace Clock Gauge, Repair In 226763 2,231 JOURNAL DETAIL 2019 10 TO 2019 10 ORIGINAL TRANFRS/ REVISED AVAILABLE PCT APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USED 100 13,000 600.00 VND 010856 VCH 30.00 VND 013610 VCH 696.31 VND 014647 VCH 2,843 6,000 112.00 VND 010005 VCH 120.16 VND 010005 VCH 3,000 123.00 VND 010014 VCH 5,000 2,225.59 VND 010677 VCH 0 100 MIS MIS 0 13,000 9,904.54 .00 JET AIR INC IOW Janitorial Services STANDARD PEST CONTRO Pest Control Services DAN'S OVERHEAD DOORS Hangar 72 Repairs 0 2,843 490.00 LS 100.00 .0°% 3,095.46 76.2°% 226717 227433 10935 2,353.00 17.2% 0 6,000 2,456.88 .00 3,543.12 40.9°% AAA MECHANICAL INC Boiler Repair, Pilot Lights 226657 AAA MECHANICAL INC Heater in Bldg D (Care) Fuse r 226657 0 3,000 2,945.06 .00 54.94 98.2°% ADVANCED ELECTRICAL Replace Beacon Tower Light 10667 0 5,000 7,301.80 .00 -2,301.80 146.0°%* SENECA COMPANIES Replace Clock Gauge, Repair In 226763 2,231 0 2,231 2,388.69 .00 -157.69 107.1°%* 163.71 REF 190417 C -190417 1000 UB AR GEN 2,386 0 2,386 1,950.00 .00 436.00 81.7°% 30.00 VND 010507 VCH JOHNSON COUNTY REFUS Refuse & Recycling Pickup & Di 227397 165.00 VND 010507 VCH JOHNSON COUNTY REFUS Refuse & Recycling Pickup & Di 227397 1,049 0 1,049 859.92 .00 189.08 82.0°% 85.92 VND 011937 VCH AUREON COMMUNICATION Basic Phone Services 226665 100 13,000 600.00 VND 010856 VCH 30.00 VND 013610 VCH 696.31 VND 014647 VCH 2,843 6,000 112.00 VND 010005 VCH 120.16 VND 010005 VCH 3,000 123.00 VND 010014 VCH 5,000 2,225.59 VND 010677 VCH 0 100 MIS MIS 0 13,000 9,904.54 .00 JET AIR INC IOW Janitorial Services STANDARD PEST CONTRO Pest Control Services DAN'S OVERHEAD DOORS Hangar 72 Repairs 0 2,843 490.00 LS 100.00 .0°% 3,095.46 76.2°% 226717 227433 10935 2,353.00 17.2% 0 6,000 2,456.88 .00 3,543.12 40.9°% AAA MECHANICAL INC Boiler Repair, Pilot Lights 226657 AAA MECHANICAL INC Heater in Bldg D (Care) Fuse r 226657 0 3,000 2,945.06 .00 54.94 98.2°% ADVANCED ELECTRICAL Replace Beacon Tower Light 10667 0 5,000 7,301.80 .00 -2,301.80 146.0°%* SENECA COMPANIES Replace Clock Gauge, Repair In 226763 Airport Commission Agenda & Info Packet KAPPfinn nate nnav 1F gnie 05/09/2019 13:21 Nursery Srvc-Lawn OF IOWA CITY 45,575 7 mtharp (CITY YEAR-TO-DATE BUDGET REPORT IP glytdbud FOR 2019 10 5,500.00 JOURNAL DETAIL 2019 10 TO 2019 10 ACCOUNTS FOR: ORIGINAL TRANFRS/ REVISED AVAILABLE PCT 7600 Airport APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USED 76850110 445030 Nursery Srvc-Lawn 45,575 76850110 445080 Snow and Ice Remov 24,245 2019/10/040333 04/09/2019 API 5,500.00 VND 010856 VCH 76850110 445110 Testing Services JET AIR INC 1,200 76850110 445230 Other Operating Se 226717 269 76850110 446100 City Attorney Char 6,682 2019/10/040305 04/30/2019 GEN 585.83 REF REJE#2 76850110 446120 ITS-Server/Storage .00 -4.00 538 2019/10/041003 04/30/2019 GNI 37.28 REF AO 2019/10/041004 04/30/2019 GNI 4.81 REF AO 76850110 446130 ITS-PC/Peripheral/ 11,975 2019/10/041014 04/30/2019 GNI 1,215.10 REF AO 76850110 446160 ITS-Infrastucture 8,761 76850110 446190 ITS -Software SAAS 216 2019/10/041006 04/30/2019 GNI 18.50 REF AO 76850110 446200 Photocopying Charg 0 2019/10/040498 04/01/2019 GNI 8.94 REF AO 2019/10/040498 04/01/2019 GNI 21.45 REF AO 0 45,575 22,550.03 .00 23,024.97 49.5°% 0 24,245 39,179.81 .00 -14,934.81 161.6°%* JET AIR INC IOW Groundskeeping/Snow Removal/Ma 226717 0 1,200 300.75 .00 899.25 25.1°% 0 269 273.00 .00 -4.00 101.5%* 0 6,682 5,858.34 .00 823.66 87.7°% Airport to Attorney 0 538 405.36 .00 132.64 75.3°% Storage of files AIR Storage of Email 0 11,975 11,780.50 .00 194.50 98.4°% APR ITS Repl Chgbk 0 8,761 8,761.00 .00 .00 100.0°% 0 216 185.00 .00 31.00 85.6°% Office software 0 0 80.67 .00 -80.67 100.0°%* MAR Copy Charges MAR Copy Charges Airport Commission Agenda & Info Packet KAPPfinn nate nnav 1F gnie 05/09/2019 13:21 Phone Ecruipment/Li OF IOWA CITY 1,371 8 mtharp (CITY YEAR-TO-DATE BUDGET REPORT IP glytdbud FOR 2019 10 4.20 JOURNAL DETAIL 2019 10 TO 2019 10 ACCOUNTS FOR: ORIGINAL TRANFRS/ REVISED AVAILABLE PCT 7600 Airport APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USED 76850110 446300 Phone Ecruipment/Li 1,371 2019/10/041007 04/30/2019 GNI 112.50 REF AO 2019/10/041008 04/30/2019 GNI 4.20 REF AO 76850110 446320 Mail Chargeback 172 2019/10/040580 04/01/2019 GNI 3.51 REF AO 76850110 446350 City Vehicle Repla 84.0°% 27,000 2019/10/041015 04/30/2019 GNI 2,041.05 REF TLA 76850110 446370 Fuel Chargeback 0 27,000 3,124 2019/10/041015 04/30/2019 GNI 93.83 REF TLA 76850110 446380 Vehicle R&M Charge 20,000 2019/10/041015 04/30/2019 GNI 529.54 REF TLA 76850110 449055 Permitting Fees 119.6%* 1,200 76850110 449060 Dues & Memberships 1,225 76850110 449120 Equipment Rental 0 20,000 297 2019/10/040333 04/09/2019 API 349.00 VND 010856 VCH 76850110 452010 Office Supplies 328 76850110 454020 Subscriptions 254 0 1,371 1,147.80 .00 223.20 83.7°% CH APR PHONE ASSET CHARGE CH APR LONG DISTANCE CHARGES 0 172 144.44 .00 27.56 84.0°% MAR Mail Charges 0 27,000 20,410.50 .00 6,589.50 75.6°% APR REPLACEMENT COST 0 3,124 3,736.30 .00 -612.30 119.6%* APR DIVISION FUEL 0 20,000 15,875.67 .00 4,124.33 79.4°% APR DIVISION SERVICE 0 1,200 1,140.00 .00 60.00 95.0°% 0 1,225 1,250.00 .00 -25.00 102.0°%* 0 297 908.50 .00 -611.50 305.9°%* JET AIR INC IOW Maintenance Reimbursement 226717 0 328 169.77 .00 158.23 51.8°% 0 254 478.05 .00 -224.05 188.2°%* Airport Commission Agenda & Info Packet KAPPfinn nate nnav 1F gnie 05/09/2019 13:21 461050 OF IOWA CITY 392 9 mtharp (CITY YEAR-TO-DATE BUDGET REPORT IP glytdbud FOR 2019 10 04/09/2019 API JOURNAL DETAIL 2019 10 TO 2019 10 ACCOUNTS FOR: ORIGINAL TRANFRS/ REVISED AVAILABLE PCT 7600 Airport APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USED 76850110 461050 Other Agriculture 392 76850110 466070 Other Maintenance 3,007 2019/10/040333 857.86 04/09/2019 API 101.25 VND 010856 VCH 76850110 467020 Equipment R&M Supp 1,667 76850110 467160 Other Vehicle R&M 200 76850110 468030 Asphalt 100 76850110 468050 Sand 100 76850110 469040 Traffic Cntrl Impr 1,200 76850110 469190 Minor Equipment 1,500 76850110 469200 Tools 250 76850110 469210 First Aid/Safety S 516 76850110 469290 Purchases For Resa 0 0 392 108.77 .00 283.23 27.7°% 0 3,007 857.86 .00 2,149.14 28.5°% JET AIR INC IOW Maintenance Reimbursement 226717 0 1,667 134.15 .00 1,532.85 8.0% 0 200 .00 .00 200.00 .0°% 0 100 .00 .00 100.00 .0°% 0 100 .00 .00 100.00 .0°% 0 1,200 .00 .00 1,200.00 .0°% 0 1,500 12,612.74 .00 -11,112.74 840.8°%* 0 250 408.47 .00 -158.47 163.4°%* 0 516 593.90 .00 -77.90 115.1°%* 0 0 1,170.00 .00 -1,170.00 100.0°%* Airport Commission Agenda & Info Packet KAPPfinn nate nnav 1F gnie 05/09/2019 13:21 mtharp FOR 2019 10 ACCOUNTS FOR: 7600 Airport (CITY OF IOWA CITY YEAR-TO-DATE BUDGET REPORT ORIGINAL TRANFRS/ APPROP ADJSTMTS REVISED BUDGET YTD ACTUAL JOURNAL DETAIL ENCUMBRANCES IP 2019 10 TO AVAILABLE BUDGET 10 glytdbud 2019 10 PCT USED 76850110 473010 Contracted Improve 0 0 0 14,639.00 56.2°% .00 -14,639.00 -461,500 100.0°%* 76850110 475010 Furniture & Office 10,000 0 10,000 357,309 .00 .00 10,000.00 .0°% 652 100 Year Anniversary Celebration 116,769.51 CHANGE IN FUND BALANCE - NET OF REVENUES/EXPENSES 15,304.36 76850110 363910 652 Misc Sale of Me 0 0 0 -415.00 .00 415.00 100.0°% 76850110 445140 652 Outside Printin 0 0 0 205.24 .00 -205.24 100.0°%* 76850110 449120 652 Equipment Renta 0 0 0 400.00 .00 -400.00 100.0°%* TOTAL Airport Operations -104,191 0 -104,191 -58,567.99 .00 -45,622.90 56.2°% TOTAL Airport -104,191 0 -104,191 -58,567.99 .00 -45,622.90 56.2°% TOTAL REVENUES -461,500 0 -461,500 -394,711.64 .00 -66,788.36 TOTAL EXPENSES 357,309 0 357,309 336,143.65 .00 21,165.46 PRIOR FUND BALANCE 116,769.51 CHANGE IN FUND BALANCE - NET OF REVENUES/EXPENSES 15,304.36 REVISED FUND BALANCE 132.073.87 Airport Commission Agenda & Info Packet KAPPfinn nate nnav 1F game 05/09/2019 13:21 (CITY OF IOWA CITY IP 11 mtharp YEAR-TO-DATE BUDGET REPORT glytdbud FOR 2019 10 ORIGINAL TRANFRS/ APPROP ADJSTMTS JOURNAL DETAIL 2019 10 TO 2019 10 REVISED AVAILABLE PCT BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USED GRAND TOTAL -104.191 0 -104.191 -58.567.99 ** END OF REPORT - Generated by Michael Tharp ** 00 -45.622.90 56.2°% Airport Commission Agenda & Info Packet KAPPfinn nate nnav 1F game 05/09/2019 13:14 (CITY OF IOWA CITY IP 1 mtharp INVOICE LIST BY GL ACCOUNT apinvgla YEAR/PERIOD: 2019/10 TO 2019/10 ACCOUNT/VENDOR INVOICE PO YEAR/PR TYP S 76850110 Airport Operations 7600-70-70-850-850100-850110-000-0000-437010 WARRANT CHECK DESCRIPTION Comp Liability Insurance 010046 AW WELT AMBRISCO INS 269264 0 2019 10 INV P 85.92 041219 010856 JET AIR INC IOW ACCOUNT TOTAL 7600-70-70-850-850100-850110-000-0000-438100 013610 STANDARD PEST CONTRO 37808 Refuse Collection Charges 010507 JOHNSON COUNTY REFUS 116738 0 2019 10 INV P 010507 JOHNSON COUNTY REFUS 116740 0 2019 10 INV P 7600-70-70-850-850100-850110-000-0000-438110- WARRANT CHECK DESCRIPTION 011937 AUREON COMMUNICATION 0789004025.2019.04 0 7600-70-70-850-850100-850110-000-0000-442010 2019 10 INV P 85.92 041219 010856 JET AIR INC IOW IVI-19-001150 0 013610 STANDARD PEST CONTRO 37808 0 014647 DAN'S OVERHEAD DOORS 488410 0 7600-70-70-850-850100-850110-000-0000-442030 696.31 042619 ACCOUNT TOTAL 010005 AAA MECHANICAL INC 9957036 0 010005 AAA MECHANICAL INC 9957375 0 7600-70-70-850-850100-850110-000-0000-442060 010014 ADVANCED ELECTRICAL 58186 0 7600-70-70-850-850100-850110-000-0000-443080 010677 SENECA COMPANIES 1657065 0 7600-70-70-850-850100-850110-000-0000-445080 010856 JET AIR INC IOW IVI-19-001149 0 165.00 042619 227397 Refuse & Recycling 30.00 042619 227397 Refuse & Recycling WARRANT CHECK DESCRIPTION 875.00 875.00 041219 10673 AIRPORT COMMISSION 165.00 042619 227397 Refuse & Recycling 30.00 042619 227397 Refuse & Recycling 7600-70-70-850-850100-850110-000-0000-449120 Equipment Rental 226665 Basic Phone Service 226717 Janitorial Services 227433 Pest Control Servic 10935 Hangar 72 Repairs 226657 Heater in Bldg D (C 226657 Boiler Repair, Pilo 10667 Replace Beacon Towe 226763 Replace Clock Gauge 226717 Groundskeeping/Snow 195.00 ACCOUNT TOTAL 195.00 Local Phone Service 2019 10 INV P 85.92 041219 ACCOUNT TOTAL 85.92 Other Building R&M Services 2019 10 INV P 600.00 041219 2019 10 INV P 30.00 042619 2019 10 INV P 696.31 042619 ACCOUNT TOTAL 1,326.31 Heating & Cooling R&M Services 2019 10 INV P 120.16 041219 2019 10 INV P 112.00 041219 232.16 ACCOUNT TOTAL 232.16 Electrical & Plumbing R&M Srvc 2019 10 INV P 123.00 041219 ACCOUNT TOTAL 123.00 Other Equipment R&M Services 2019 10 INV P 2,225.59 041219 ACCOUNT TOTAL 2,225.59 Snow and Ice Removal 2019 10 INV P 5,500.00 041219 ACCOUNT TOTAL 5,500.00 7600-70-70-850-850100-850110-000-0000-449120 Equipment Rental 226665 Basic Phone Service 226717 Janitorial Services 227433 Pest Control Servic 10935 Hangar 72 Repairs 226657 Heater in Bldg D (C 226657 Boiler Repair, Pilo 10667 Replace Beacon Towe 226763 Replace Clock Gauge 226717 Groundskeeping/Snow Airport Commission Agenda & Info Packet KAPPfinn nate nnav 1F game 05/09/2019 13:14 (CITY OF IOWA CITY IP 2 mtharp INVOICE LIST BY GL ACCOUNT apinvgla YEAR/PERIOD: 2019/10 TO 2019/10 ACCOUNT/VENDOR INVOICE PO YEAR/PR TYP S WARRANT CHECK DESCRIPTION 010856 JET AIR INC IOW IVI-19-001250 0 2019 10 INV P 349.00 041219 226717 Maintenance Reimbur ACCOUNT TOTAL 349.00 7600-70-70-850-850100-850110-000-0000-466070 Other Maintenance Supplies 010856 JET AIR INC IOW IVI-19-001250 0 2019 10 INV P 101.25 041219 226717 Maintenance Reimbur ACCOUNT TOTAL 101.25 ORG 76850110 TOTAL 11,013.23 FUND 7600 Airport TOTAL: 11,013.23 ** END OF REPORT - Generated by Michael Tharp **