HomeMy WebLinkAbout02-13-2020 Airport CommissionIOWA CITY AIRPORT COMMISSION
MEETING AGENDA
AIRPORT TERMINAL BUILDING
1801 S. RIVERSIDE DRIVE
IOWA CITY, IOWA
THURSDAY FEBRUARY 13, 2020 - 6:00 P.M.
1. Determine Quorum
2. Approval of Minutes from the following meetings: 5 min*
January 9, 2020
3. Public Discussion - Items not on the agenda 5 min
4. Items for Discussion / Action:
a. Request to use decommissioned runway 5 min
i. Consider a resolution approving agreement with Iowa Region Sports Car Club of America
b. Airport Website Update 15 min
c. FAA/IDOT Projects: 15 min
i. Obstruction Mitigation
1. Consider a resolution approving amendment #1 to Task Order 9 with AECOM
ii. Runway 25 Threshold Relocation
iii. Terminal ApronfTaxiway reconstruction
1. Consider a resolution accepting bids and awarding contract.
iv. Fuel Farm Expansion and card reader kiosk replacement
a. Public Hearing
b. Consider a resolution approving plans, specifications, form of contract and
estimate of cost.
d. Airport "Operations" 10 min
i. Management
ii. Budget
iii. Events
e. FBO / Flight Training Reports 10 min
i. Jet Air
f. Commission Members' Reports 2 min
g. Staff Report 2 min
5. Consider a motion to go into executive session under Section 21.5(1)(i) of the Iowa Code to evaluate the
professional competency of individuals whose appointment, hiring, performance or discharge is being
considered when necessary to prevent needless and irreparable injury to that individual's reputation and
that individual requests a closed session.
6. Set next regular meeting for March 12, 2020
7. 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-
tharp L-1iowa-city. org. Early requests are strongly encouraged to allow sufficient time to meet
your access needs.
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 2 of 136
January 9,2020
Page 1
MINUTES DRAFT
IOWA CITY AIRPORT COMMISSION
JANUARY 9, 2020 — 6:00 P.M.
AIRPORT TERMINAL BUILDING
Members Present: Scott Clair, Christopher Lawrence, Judy Pfohl
Members Absent: Warren Bishop, Bob Libby
Staff Present: Eric Goers, Michael Tharp
Others Present: Carl Byers, John Moes, Pat Prior, Alex Schmidt, Matt Wolford
RECOMMENDATIONS TO COUNCIL: (to become effective only after separate Council
action):
None.
DETERMINE QUORUM:
The meeting was called to order at 6:02 P.M.
APPROVAL OF MINUTES:
Minutes from the December 12, 2019, meeting were reviewed. Lawrence moved to accept
the minutes from the December 12, 2019, meeting as presented. Pfohl seconded the
motion. The motion carried 3-0, Bishop and Libby absent.
PUBLIC DISCUSSION: None.
ITEMS FOR DISCUSSION/ACTION:
a. Airport Website Update — Tharp stated that a contract with FUEL has been
drawn up and is ready for the Commission's review and approval. The price on
the contract is $15,000, according to Tharp. He added that the team from FUEL
will be bringing the Commission drafts along the way, so they will be a part of the
overall direction the website takes. Tharp spoke to the idea of having a
subcommittee work on this project, as had been previously suggested. Members
spoke to this, agreeing that they would like to form such a subcommittee.
Lawrence and Pfohl volunteered to be a part of this.
i. Consider a resolution approving agreement with FUEL — Lawrence
moved to consider Resolution #A20-01, authorizing the Chair to
execute an agreement with FUEL for website design services. Clair
seconded the motion. The motion carried 3-0, Bishop and Libby
absent.
b. FAAIIDOT Projects
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 3 of 136
January 9,2020
Page 2
i. Obstruction Mitigation — Tharp noted that this project is now underway
and has been going fairly well. So far 46 trees have been removed, with
56 remaining. This means that the obstructions for 7-25 are now down,
with 3-0 still having six trees deemed obstructions. He is working with the
FAA to determine how the data will be conveyed regarding verification of
the obstruction mitigation taking place. Goers gave a brief update on the
remaining parties that they have been working with on tree removals, as
well as responded to Member questions regarding this.
ii. Runway 25 Threshold Relocation — Tharp stated that he doesn't have
much to update Members with on this. The targeted date is August 21,
2021, for that approach cycle. Wolford stated that previously they had
been told that this might be able to be moved up. Tharp stated that he
sees a very slim chance for this, based on the work that needs to be done
first. Members then asked questions regarding this upcoming project.
iii. Terminal Apron/Taxiway reconstruction —
1. Public Hearing — The public hearing was opened at 6:17 P.M.
Tharp gave Members a description of the project, noting that plans
and specs were in the meeting packet. Construction will be done
in two phases to alleviate disruption as much as possible.
Funding is coming from a State grant, according to Tharp, at 85%.
Bids will be due prior to the next Commission meeting. The public
hearing closed at 6:21 P.M.
2. Consider a resolution approving plans, specifications, form
of contract, and estimate and placing of bids — Lawrence
moved to consider Resolution #A20-02, approving plans,
specifications, form of contract, and estimate and placing of
bids. Pfohl seconded the motion. The motion carried 3-0,
Bishop and Libby absent.
iv. Fuel Farm Expansion and card reader kiosk replacement — Tharp
briefly reviewed what this project will entail, noting that the first part of
March the bids would be due, with the public hearing taking place in
February.
1. Consider a resolution setting public hearing on plans,
specifications, form of contract, and estimate — Lawrence
moved to consider Resolution #A20-03, setting public hearing
on plans, specifications, form of contract, and estimate. Clair
seconded the motion. The motion carried 3-0, Bishop and
Libby absent.
C. Airport Operations
i. Management — Tharp gave Members an update on the flight simulator.
He noted that shipping has been delayed due to the vendor being
backlogged from the holidays. Shipping is now projected for the week of
February 10. He added that the room itself is 90% ready and he
welcomed Members to take a look at it. Moving on to the agreement with
Jet Air, Tharp stated that basically Jet Air will oversee the usage of the
simulator. This will include recordkeeping, such as keeping track of
usage, performing billing, and reconciling bills as well, and also managing
the online scheduling system that will be in place. Tharp noted that Jet
Air will receive a fee of $20 per billable hour for these services.
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 4 of 136
January 9,2020
Page 3
1. Consider a resolution approving agreement with Jet Air for
flight simulator management - Lawrence moved to consider
Resolution #A20-04, approving agreement with Jet Air for
flight simulator management. Pfohl seconded the motion.
The motion carried 3-0, Bishop and Libby absent.
ii. Budget — Tharp noted that he presented the budget to the City Council
recently. He added that he did not receive much feedback from the
Council, other than one Councilor asking about Airport tours. He noted
that he invited everyone to come down for a tour.
iii. Events — None.
Lawrence moved to appoint Pfohl Acting Secretary. Pfohl seconded the
motion. The motion carried 3-0, Bishop and Libby absent.
e. FBO / Flight Training Reports
i. Jet Air — Matt Wolford with Jet Air shared monthly maintenance reports
with Members. Some of the highlights included some snow removal,
trash pickup, bathroom cleaning, and preparing the flight simulator room.
Speaking to Jet Air, Wolford stated that with the poor weather conditions,
flight training has been delayed. He also spoke briefly to how things have
been going for Jet Air this winter.
Commission Member Reports — Clair noted a YouTube Vox video on the
carbon footprint of aviation. He stated it was fairly well done, and noted how it
tied in with the City's climate action initiatives to lower carbon emissions.
Staff Report — Tharp noted that the State Legislature starts this upcoming
Monday and that he will be watching a couple of aviation bills as the session
begins.
Consider a motion to go into executive session under Section 21.5(1)(i) of the Iowa Code
to evaluate the professional competency of individuals whose appointment, hiring,
performance or discharge is being considered when necessary to prevent needless and
irreparable injury to that individual's reputation and that individual requests a closed
session.
Lawrence moved to adjourn to executive session at 6:49 P.M. Pfohl seconded the
motion. The motion carried 3-0, Bishop and Libby absent.
Clair moved to adjourn the executive session at 7:44 P.M. Lawrence seconded the
motion. The motion carried 3-0, Bishop and Libby absent.
SET NEXT REGULAR MEETING FOR:
The next regular meeting of the Airport Commission will be held on Thursdav, February 13,
2020, at 6:00 P.M. in the Airport Terminal Building.
ADJOURN:
Lawrence moved to adjourn the meeting at 7:45 P.M. Pfohl seconded the motion. The motion
carried 3-0, Bishop and Libby absent.
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 5 of 136
January 9,2020
Page 4
CHAIRPERSON DATE
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 6 of 136
January 9,2020
Page 5
Airport Commission
ATTENDANCE RECORD
2019 - 2020
TERM
a
N
NAME
EXP.
='
O
N
a
Warren Bishop
06/30/22
O/
X
E
Scott Clair
06/30/23
X
X
Robert Libby
07/01/20
O/
O/
E
E
Christopher Lawrence
07/01/21
X
X
Judy Pfohl
06/30/22
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: Feb 13, 2020
Page 7 of 136
Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045
Resolution number
Resolution authorizing the Chairperson to execute an
agreement between the Iowa City Airport Commission and
the Iowa Region Sports Car Club of America.
Whereas, the Iowa Region Sports Car Club of America desires to use an area of the closed
runway for autocross; and,
Whereas, the Iowa Region Sports Car Club of America shall pay a use fee to the Airport
Commission; and
Whereas, the Commission finds the proposed agreement to be proper and in the best interest of
the Iowa City Municipal Airport.
Now, Therefore, be it resolved by the Iowa City Airport Commission:
1. That the proposed agreement for use of the airport for sports car racing is hereby
approved.
2. That the Chairperson is directed and authorized to execute the agreement between the
Airport Commission and the Iowa Region Sports Car Club of America.
Passed and approved this day of _
Chairperson
Secretary
It was moved by and seconded by
adopted, and upon roll call there were:
Ayes Nays
2020.
App d by
ato vx''
City Attorneys Office
Absent
the Resolution be
Bishop
Clair
Lawrence
Libby
Pfohl
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page a of 136
AGREEMENT
This AGREEMENT ("Agreement") is entered into in Iowa City, Iowa by and between the Iowa
City Airport Commission ("Commission") and the Iowa Region Sports Car Club of America ("Iowa
Region SCCA").
WIIEREAS, although the Commission's Iowa City Municipal Airport ("Airport") north/south
runway (18/36) is abandoned, pavement remains; and
WHEREAS, the Iowa Region Sports Car Club of America requests the use of the runway for the
purpose of conducting SCCA sanctioned autocross events ('autocross? ), and the Commission is willing to
grant the request under certain conditions.
2020.
IT IS THEREFORE AGREED AS FOLLOWS:
1. Term. The term of this Agreement is upon the date of execution through December 31,
2. Access, During the term of this Agreement, on dates approved by the Commission's
Airport Operations Specialist, Iowa Region SCCA shall be allowed access to the runway for the sole
purpose of autocross and any required setup/cleanup. Runway means the approximately 1,700 feet of the
southern end of the abandoned north/south runway (18/36) shown on Exhibit A, which is attached and
incorporated herein. Iowa Region SCCA shall access the runway by entering the Airport by means of the
gate located on the south and of the runway.
3. F Iowa Region SCCA shall pay, in advance, a fee to Commission of $300 per single -
day event held at the Iowa City Municipal Airport.
4. Ate. The Commission makes no warranty of any kind, either express or implied, as to
the condition of the runway pavement or its fitness for Iowa Region SCCA's use under the Agreement or
for any other purpose. Commission shall be under no obligation to repair any cracks, holes, or other
defects in the pavement. Iowa Region SCCA accepts the condition of the runway pavement as is.
5. Iowa Region SCCA Obligations.
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 9 of 136
a. Iowa Region SCCA shall provide at least 30 days' notice to request use of the runway so
as to deconflict with other potential users.
b. Iowa Region SCCA shall be responsible for the conduct of participants and attendees at
their autocross events.
c. Iowa Region SCCA shall provide volunteers to police the area of any debris which can be
ingested by aircraft engines and cause damage.
d, Iowa Region SCCA shall provide volunteers to prevent attendees or autocross
participants from entering the active runway safety area.
e. Iowa Region SCCA shall report any property damage to the Airport Operations Specialist
within 24 hours.
6. Insurance.
Iowa Region SCCA shall at its own expense procure and maintain general liability and
casualty insurance in a company or companies authorized to do business in the State of Iowa,
in amounts no less than the following:
Comprehensive General (or Premises) Liability - $15,000,000 per event.
Insurance carrier shall be A rated or better by A.M. Best. Iowa Region SCCA shall name the
Commission and the City of Iowa City, as additional insured. In naming the City as an
additional insured, the endorsement shall be on a primary and non-contributory basis. Iowa
City SCCA shall furnish the Commission with a Certificate of Insurance effecting coverage
required by this agreement, and said certification shall provide for thirty (30) days' notice of
any material change or cancellation of the policy.
7. Indemnification. Iowa Region SCCA shall assume responsibility for, indemnify, defend, and
hold the Commission and the City of Iowa City harmless from any and all claims, damages,
and/or liability, arising in any way from Iowa Region SCCA's temporary use of the runway.
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 10 of 136
8. Sublease. Iowa Region SCCA shall not sublease or assign this Agreement without the
Commission's written consent.
9. Se ri . Iowa Region SCCA 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 Iowa Region SCCA agrees that the Commission shall not be liable for any
damages to Iowa Region SCCA that may result from said non-compliance.
10, Integration, This Agreement contains the entire understanding of the parties.
11. Severability. Should any section of this Agreement be found invalid, it is agreed that the
remaining portions shall continue in full force and effect as though severable from the invalid
portion.
12. Conflict of Laws and Venue. The laws of the State of Iowa shall govern this Agreement, and
venue for any legal action hereunder shall be in the Johnson County District Court of Iowa or
the U.S. District Court for the Southern District of Iowa.
IOWA CITY AIRPORT
Chairperson Date
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 11 of 136
IOWA REGION SCCA
B 1 2/ -,Fo zo
/ ate
Approved B j`
City Attorney's Office
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 12 of 136
Exhibit A
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020
Page 13 of 136
Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045
Resolution number:
Resolution approving amendment to Task Order No. 9 with
AECOM for engineering design and construction -related
services for obstruction mitigation
Whereas, the Iowa City Airport Commission entered into a contract entitled "Task Order No. 9"
with AECOM to provide for engineering services to develop the airport obstruction mitigation
project; and
Whereas, both parties wish to amend the agreement to include services related to the
construction management; and
Whereas, it is in the interest of the Airport Commission to approve this amendment.
Now, Therefore, be it resolved by the Airport Commission of the City of Iowa City:
1. The Chairperson is authorized to sign Amendment 1 to Project Task Order No. 9.
Passed and approved this 2020.
Chairperson
Secretary
It was moved by and seconded by
adopted, and upon roll call there were:
Ayes
Nays
Appoled by,
City Attorney's Office
Absent
the Resolution be
Bishop
Clair
Lawrence
Libby
Kohl
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020
Page 14 of 136
AECOM
501 Sycamore Street
49L=COM
Suite 222
Watedoo, Iowa 50703
w .aemm.com
OBSTRUCTION MITIGATION
RUNWAY 12/30 AND RUNWAY 7/25
FAA AIP 3-19-0047-20
CONSTRUCTION -PHASE SERVICES
IOWA CITY MUNICIPAL AIRPORT
IOWA CITY, IOWA
AMENDMENT NO. 1 TO PROJECT TASK ORDER NO.9
Project Description: See attachment and incorporated herein.
Scope of Services: See attachment and incorporated herein.
Compensation
319-2326531 +el
319-232-0271 fax
Compensation for services for this amendment shall be on a cost plus fixed fee basis in the amount of
Seventy -Three Thousand Nine Hundred Dollars ($73,900.00) and shall be integrated with the fees in Task
Order No. 9 for a total of Two Hundred Thirty -Six Thousand One Hundred Dollars ($236,100.00), which
shall not be exceeded without authorization of the Client. See attachment and incorporated herein.
General Conditions
Except as specifically amended by this amendment to the Individual Project Agreement, Services shall be
provided in accordance with the Consultant Services Agreement for the Iowa City Municipal Airport, entered
between AECOM Technical Services, Inc. ("ATS"), and the Iowa City Airport Commission ("Client"), dated
May 15, 2014.
APPROVED:
IOWA CITY AIRPORT COMMISSION
Date
2'r -
City Attorney's Office
-1-
APPROVED:
AECOM TECHNICAL SERVICES, INC.
By
Douglas W. Schindel, P.E.
Associate Vice President
Date January 14, 2020
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 15 of 136
A=COM
SCOPE OF SERVICES
FOR
OBSTRUCTION MITIGATION
RUNWAY 12/30 AND RUNWAY 7/25
IOWA CITY MUNICIPAL AIRPORT
IOWA CITY, IOWA
FAA AIP 3-19-0047-20
CONSTRUCTION -PHASE SERVICES
PROJECT DESCRIPTION
The project is described as the obstruction mitigation identified in the Airport Master Plan and
Environmental Assessment documents for Runway 12/30 and Runway 7/25 at the Iowa City
Municipal Airport, Iowa City, Iowa. The project includes the removal of approximately 102 trees
and impact to approximately 35 property owners.
II. GENERAL PROJECT SCOPE
The work to be performed by the Consultant shall encompass and include detailed work, services,
materials, equipment and supplies necessary to provide preliminary design, develop final plans,
develop specifications, provide construction cost estimates, provide bidding services and complete
construction -phase services. Design and bidding services were completed under a previous
agreement, and this agreement is for completion of the construction -phase services. Work shall
be divided into the following tasks:
A. Construction Phase
1. Construction Assistance. This task consists of answering design interpretation
questions from the Sponsor, Contractor, review staff and appropriate agencies.
2. Pay Applications and Reimbursement Forms. This task consists of preparing and
processing monthly applications for payment to the Contractor and forwarding to
the Sponsor for execution with recommendations for approval and payment.
3. Labor and Payroll Reports. This task consists of reviewing weekly labor and
payroll reports for compliance with Davis -Bacon Act, conducting on -site employee
interviews, conducting E.E.O. site inspections and completion of GSA Form 1445.
Original documents will be submitted to the Sponsor at completion of project for
storage.
4. Engineer Site Visits. This task consists of the project manager and/or engineer
conducting a total of six (6) periodic site visits to the construction site by design
personnel at appropriate stages of construction to observe the progress, safety,
and quality of the construction. The engineer's representative will meet with the
representatives of the Sponsor and the Consultant to discuss the project's
progress and to identify areas of concern to facilitate the construction. For each
engineer site visit, a detail site visit memo shall be prepared summarizing the visit
and submitted to the Sponsor. These site visits are separate from construction
observation.
5. Change Orders. This task consists of coordinating with the Sponsor and
Contractor in preparing and processing contract change orders. Change orders
will be submitted to FAA for review and approval prior to their execution.
-2-
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 16 of 136
6. Construction Observation. This task consists of providing full-time field
observation during construction to review the work of the Contractor to determine
if the work is proceeding in general accordance with the contract documents and
that completed work appears to conform to the contract documents. Also included
in this task will be the monitoring of DBE participation in the project. Construction
observation is based on providing one on -site resident project representative for
eight (8) hours per day for the period between December 16, 2019, and March 31,
2020, with an additional 80 hours to observe site restoration.
7. Bi-Weekly Construction Meetings. This task consists of meeting with the airport
staff, tenants and the Contractor for weekly progress meetings throughout the
construction phase of the project. The meeting is to discuss project status, safety,
operations, construction issues and upcoming construction schedule.
Approximately one-half of these meeting will be held via telecom.
8. Weekly Construction Reports. This task consists of preparation and weekly
submittal of FAA Form 5370-1, Construction Progress and Inspection Report, to
the Sponsor and FAA. Reports will be prepared in accordance with the AIP
Sponsor Guide.
9. Non -Compliance Reporting. This task consists of reporting to the Sponsor any
work believed to be unsatisfactory, faulty or defective or does not conform to the
contract documents and advising the Sponsor of any work that should be corrected
or rejected.
10. Proiect Files. This task consists of maintaining files for correspondence, reports
of the job conferences, shop drawings, and sample submissions, reproductions of
original contract documents including addenda, change orders, field modifications,
additional drawings issued subsequent to the execution of the contract, Engineer
clarifications and interpretations of the contract documents, progress reports and
other project -related documents.
11. Punch List. This task consists of conducting a review of the project near
completion and preparing a list of items ('Punch List") to be completed or
corrected.
12. Final Review. This task consists of performing a field observation of the completed
project before a final application for payment is processed for the Contractor.
13. Proiect Closeout. This task consists of assisting the Sponsor with project
completion and final closeout documentation from the Contractor for the FAA by
providing the required documentation as identified in the Central Region Airports
Division AIP Sponsor Guide Section 1600.
a. Final Outlay Report — Standard Form SF-271
b. Federal Financial Report — Standard Form SF-425
C. Final Project Cost Summary
d. Summary of DBE Utilization
e. Final Construction Report
1) Brief Narrative of Work Accomplished
2) Summary of Key Milestone Dates
3) Contract Time, Including Explanation of Liquidated Damages (if
required)
4) Statement of Compliance with Contract Labor Provisions
5) Administrative Costs
-3-
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 17 of 136
6) Engineering Costs
7) Force Account (if any)
8) Construction Costs
9) Buy American Provisions
10) Final Inspection Report/Record of Completion
11) Contractor's Final Statement of Completion
12) Project Photographs
14. Construction Administration. This task consists of construction administration and
coordination of the project. Interoffice meetings, general day-to-day administrative
responsibilities, and typing of interoffice memoranda and minutes of meetings are
included in this task.
O:WdministrationVAGREE\PROFWnend 1 to T0910W Obstruction Miligagon CRS.dom
-4-
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020
Page 18 of 136
Obstruction Mitigation
Runway 12130 and Runway 7/25
Iowa City Muncipal Airport
Iowa City, Iowa
FAA AIP 3-19-0047.20
Amendment No.1 to Task Order No. 9
Construction Engineering Services
Consultant Cost Summary
Direct Labor Cost
Cateaory
Hours
Rate/Hour
Amount
Senior Professional
60
$91.25
$5,475.00
Project Professional
60
$65.90
$3,954.00
Staff Professional
188
$50.70
$9,531.60
Professional
64
$34.00
$2,176.00
CADD Operator II
24
$41.10
$986.40
CADD Operator 1
0
$23.95
$0.00
Senior Technician
0
$40.00
$0.00
Technician
744
$27.70
$20,608.80
Project Support
144
$34.60
$4,982.40
1284
II. Payroll Burden and Overhead Costs
133.02%
III. Direct Project Expenses
Category
Units
Rate/Unit
Amount
Mileage
17000
0.580
9,860.00
Per Diem
0
50.00
0.00
Lodging
0
90.00
0.00
BNVCopies
500
0.06
30.00
Color Copies
300
0.22
66.00
Plan Copier
100
0.50
50.00
EDM Equipment
0
12.50
0.00
GPS Equipment
0
25.00
0.00
Nuclear Density Guage
0
40.00
0.00
Miscellaneous, Other
1,000.00
IV. AECOM Estimated Actual Costs
Rounded
Subcontract Expense
$0.00
Estimated Actual Costs
Fixed Fee (15% of Items I & II) Rounded
Maximum Amount Payable (Construction Phase Services)
Excess Design Budget (TO No. 9)to be Used For
Construction Phase
(Original Contracted TO No. 9 Budget - $162,200)
Additional Budget Required
Direct Labor
OH (133.02%)
Expenses
Fixed Fee (15%)
$47,714.20
$63,469.43
$11,006.00
$122,189.63
$122,200.00
$0.00
$122,200.00
$16,700.00
$138,900.00
($65,000.00)
73 900.00
$23,470.27
$31,220.16
$11,006.00
8 203.57
$73,900.00
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 19 of 136
Obstruction Mitigation
Rumvey 12p0 and Runway 7125
Iowa City Muncipal Airport
Iowa City, Iowa
FAA AIP 5-19-0047.20
Amendment No.1 to Task Ober No. 9
Cowdructlon Engineering Services
Stall Hour Estimate
Item
No.
Descnpti0n
Senior
Prof
Project
Prof
Stag
Prof
I Prof
CADD
operator ll
CARD
Operator I
Senior
Technician
Technician
Project
Sugwort
Totals
1
2
S
4
5
6
7
S
9
10
11
12
15
14
Construction Assistance
P Applications and Reimbursement Forma
Labor and Payroll Reports
En Ineer Site Mahe
ChangeOrders
Constmctlon Observation
B4Week ConaOueiton Meetin a
Wee Conalru-bon Re -me
Non -Compliance lance Re or
Pro ect Files
Punch List
Flnot Review
ConstrProject cton Ad
Conatrua AdminisUatbn
4
4
8
9
4
12
4
4
4
6
20
6
6
24
20
24
i6
40
40
24
24
24
40
24
220
8
8
8
8
40
40
4
4
24
24
qq
36
24
24
112
724
52
66
72
40
20
20
52
56
Total Hwm 160
60
M
64
24
0
0 1
744 1
144
1264
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020
Page 20 of 136
Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Or, Iowa City IA 52246 319-3505045
Resolution number:
Resolution accepting bids and awarding contract for the Airport
Terminal Apron and Taxiway Reconstruction
Whereas, All American Concrete, Inc. of West Liberty, Iowa has submitted the lowest
responsive bid of $359,652.25.
Now, Therefore, be it resolved by the Iowa City Airport Commission:
1. The bids for the above named projected are accepted.
2. The contract for the construction of the above -named project is hereby awarded
to All American Concrete, Inc. of Iowa City, Iowa, subject to the conditions:
a. That awardee secures adequate performance and payment bond, insurance
certificates, and contract compliance program statements.
3. The Chairperson is hereby authorized to sign and the Secretary to attest the
contract for construction of the above -named project, subject to the condition that
awardee secure adequate performance and payment bond, insurance
certificates, and contract compliance program statements upon instruction from
legal counsel.
Passed and approved this day of
Chairperson
Secretary
Appr d by:
City Attorney's Office
It was moved by and seconded by
Resolution be adopted, and upon roll call there were:
Ayes
Nays
Absent
, 2020.
Bishop
Clair
Lawrence
LaBrie
Libby
the
Airport Commission Agenda & Info Packet
A/� A, Imagine it. Meeting Date: Feb 13, 2020 AECOM Page 21 of 136
_COM Delivered. 500 SW 7th Street
Des Moines
IA, 50309
USA
aecom.com
February 9, 2020
Mr. Christopher Lawrence
Iowa City Airport Commission
1801 S. Riverside Drive
Iowa City, IA 52246
SUBJECT: Reconstruct Terminal Apron and Taxiway
Iowa City Municipal Airport
Iowa City, Iowa
IDOT Project No. 912001OW100
Contract No. 21625
AECOM ID No. 60592700
Dear Mr. Lawrence:
We have reviewed the bids received by the City of Iowa City on February 6, 2020, for the above -
mentioned project. Four (4) bids were received. All American Concrete, Inc. of West Liberty, Iowa,
submitted the low bid of $359,652.25. The low bid submitted was lower than the Engineer's Estimate
by $5,534.75. A copy of the tabulation of the bids received in attached.
We recommend award of a contract far Reconstruct Terminal Apron and Taxiway, Iowa DOTAIP Project
No. 912001OW100, Contract No. 21625 to All American Concrete, Inc. of West Liberty, Iowa in the
amount of $359,652.25.
If you should have any questions or need additional information, please contact our office at your
convenience.
Yours sincerely,
�) 1 3. 1-�
David B. Hughes, P.E.
Enclosures: As noted
P15059270010W Terminal Apron Reconstrrct\309_Communlcatlonst310_011entACL121219_Ih doc
p,AUSLU,s R.IANN.
OF BIDS
FIENSTICLUCT TERMINAL APRON AND TMIDOES
IDOL FRO— NO UE—
CND.11A EASE
ITEM
NO.
DESCRIPTION
UNIT
111.
CLANOW
ESTIMATED UNIT
PRICE
TOTAL
ESTIMATED UNIT
PRICE
"TENDED
05
ESTIMATED UNIT
PRICE
OCTAL
ESTIMATED UNIT
PRICE
ENDED To
PRICE
"TENDED CENTEL
"PETERCAUSATION
5'ENDED
5
�
5
�ENDED
��
=
�s
o
,sWS
�s
sos
a=
�s
oo
a=
CLs11To�
oo
±��MATEB
os
o
11
21
Era, RIC
CNE,
p
PRE 5
IN 6cni
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020
Page 23 of 136
Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Dr. Iowa City, IA 52246 (319) 350-5045
Resolution number:
Resolution approving plans, specifications, form of contract, and
estimate on cost for "Fuel Facility Expansion" project at the Iowa City
Municipal Airport
Whereas, notice of public hearing on the plans, specifications, form of contract and estimate of
cost for the above -named project was published as required by law, and the hearing thereon
held.
Now, therefore, be it resolved by the Iowa City Airport Commission that:
The plans, specifications, form of contract and estimate of cost for the above -named
project are hereby approved.
2. The amount of bid security to accompany each bid for the construction of the above -
named project shall be in the amount of 10% (ten percent) of bid payable to the Iowa
City Airport Commission.
3. The City Clerk is hereby authorized and directed to post notice as required in Iowa
Code section 26.3, not less than 13 days and not more than 45 days before the date
of the bid letting, which may be satisfied by timely posting notice on the Construction
Update Network, operated by the Master Builders of Iowa, and the Iowa League of
Cities website.
4. Sealed bids for the above -named project are to be received by the City of Iowa City,
Iowa at the Office of the City Clerk, at the City Hall, before 2:00pm on the 5th day of
March, 2020. At that time, the bids will be opened and announced by the City Clerk
or her designee, and thereupon referred to the Iowa City Airport Commission for
action upon said bids at its next regular meeting, to be held at the Terminal Building,
Iowa City Airport, 1801 S. Riverside Drive, Iowa City, Iowa, at 6:00pm on the 9th day
of April, 2020, or if said meeting is cancelled, at the next meeting of the Airport
Commission thereafter as posted by the City Clerk.
Passed and approved this _ _ day of 2020.
Chairperson
Approved by
Secretary City Attorney's Office
It was moved by and seconded by the Resolution be
adopted, and upon roll call there were:
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 24 of 136
Ayes Nays Absent
Bishop
Clair
Lawrence
Libby
Rohl
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 25 of 136
Michael Tharp
From: Wright, Shane <SHANE.WRIGHT@iowadot.us>
Sent: Thursday, January 30, 2020 16:22
Cc: Wright, Shane
Subject: FY2021 State Funded Aviation Grant Program Information
A
Airport Managers and Sponsors
Applications for FY2021 state funded aviation programs are due by 4:00 p.m. April 30, 2020. Application forms and
instructions are linked on the following website - www.iowadot.gov/aviation/airport-managers-and-sponsors/state-
funding/airport-state-funding-application . (The Aviation Bureau website is an excellent resource for airport managers,
sponsors and consultants for all types of industry information!) Please note- The Iowa DOT is in the process of revising
the forms portal where these forms are held to correct the issues many have experienced with opening the forms in
Internet Explorer or Chrome/Firefox. The current expected date for the transition is February 51h, 2020. The forms on the
website link above will see some slight modifications after the transition to correct form years and other minor issues.
Please contact me if you have any issues with the form links on the website.
Late applications will not be considered. Remember all projects should be part of your Airport Layout Plan and included
in the Capital Improvement Plan submitted to the Iowa DOT. A sponsor resolution or other documentation confirming
that the airport sponsor has local match for the project is required with the application.
Eligible projects include planning, airside, and vertical infrastructure projects — see the linked application instructions for
more details. Reminders for FY 2021 programs:
• Obstructions to clear approaches: FAA Flight Procedures is notifying airports that night time
approaches will be canceled if 20:1 approaches are not clear. Be proactive — make sure your
approaches are clear or apply for a state grant for assistance.
• Routine pavement maintenance continues to not be eligible for FY2021 applications.
• Maximum requests for general aviation vertical infrastructure are: new construction - $150,000;
rehabilitation - $75,000.
• Applications for immediate safety enhancements up to $10,000 (70% match) are accepted throughout
the year.
• Airport submitting multiple project applications need to indicate local priority for the projects.
• Due to the high demand for these funds, individual grant award amounts may be limited and typically
not all projects are funded.
• Typically, costs incurred prior to the full execution of the grant agreement are not eligible for
reimbursement. In rare circumstances, select prior costs can be eligible with advance coordination and
authorization from the Aviation Bureau. All costs are the sponsors responsibility if a grant is not
awarded.
Funding for vertical infrastructure programs is dependent on legislative action and not guaranteed. Please submit
eligible vertical infrastructure projects for which you have local match. As always, application requests for vertical
infrastructure far exceeds the appropriated funding. Not all projects are funded. The amount of local match participation
in the project and documented justification (letters of support and photos are appreciated additions to all applications)
will betaken into funding considerations.
Please make sure project applications include; project justification, itemized and accurate cost estimates, and
documented verification of the availability of local match.
Please let me know if you have any questions.
Thank you,
Shane
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 26 of 136
SHANE WRIGHT, C.M.
AVIATION PROGRAM MANAGER
IOWA DOT I AVIATION BUREAU
iowadot.Rov/aviation flowa DOT Aviation
Office:515-239-1048 W@iowadot
Sha ne. W right@ iowadot. us
Airport Commission Agenda & Info Packet
02/10/2020 15:38 ICITY OF IOWA CITY
mthaxp (INVOICE LIST BY GL ACCOUNT
YEAR/PERIOD: 2020/7 TO 2020/7
ACCOUNT/VENDOR INVOICE PO YEAR/PR TYP S
WARRANT
CHECK
IP 1
Iapix qla
DESCRIPTION
76850110
Airport
Operations
76850110
431020
Court Costs & Services
010269
JOHNSON COUNTY
19-04609
0
2020 7 INV P
54.18
011020
239735
Muni Sery Fee David
090070
OFFICE OF PROF REGUL
312484
0
2020 7 INV P
85.00
Pcord
P-Card invoice for
ACCOUNT TOTAL
139.18
76850110
438030
Electricity
010319
MIDAMERICAN ENERGY
20200115100804
0
2020 7 INV P
3,699.02
011720
15168
MidAmBilling 011520
ACCOUNT TOTAL
3,699.02
76850110
438070
Heating Fuel/Gas
010319
MIDAMERICAN ENERGY
20200115100804
0
20g0 7 INV P
787.36
011720
15168
MidAmBilling 011520
ACCOUNT TOTAL
787.36
76850110
438100
Refuse Collection Charges
010507
JOHNSON COUNTY REFUS
125017
0
2020 7 INV P
165.00
012420
240084
Refuse & Recycling
010507
JOHNSON COUNTY REFUS
125019
0
2020 7 INV P
30.00
012420
240084
Refuse & Recycling
195.00
ACCOUNT TOTAL
195.00
76850110
438110
Local Phone Service
011937
AUREON COMMUNICATION
0789004025.2020.01
0
2020 7 INV P
86.28
011720
239841
Basic Phone Service
ACCOUNT TOTAL
86.28
76850110
992010
Other Building R&M Services
010564
LYNCH`S PLUMBING INC
27170
0
2020 7 INV P
260.00
013120
240601
Cleaned out oil/wat
010696
WALSH DOOR AND HARDW
746949
0
2020 7 INV P
90.00
013120
240681
Replacement Keys fo
010856
JET AIR INC IOW
IVI-20-005805
0
2020 7 INV P
600.00
011720
239887
Janitorial Services
013610
STANDARD PEST CONTRO
40890
0
2020 7 INV P
30.00
011020
239766
Pest Control Servic
013610
STANDARD PEST CONTRO
41189
0
2020 7 INV P
30.00
012420
240112
Pest Control Servic
60.00
ACCOUNT TOTAL
1,010.00
76850110
992060
Electrical & Plumbing R&M Srvc
010014
ADVANCED ELECTRICAL
60226
0
2020 7 INV P
82.00
011720
15138
Electrical Check
010856
JET AIR INC IOW
IVI-20-005803
0
2020 7 INV P
193.00
011720
239887
Maintenance Reimbur
ACCOUNT TOTAL
275.00
Airport Commission Agenda & Info Packet
02/10/2020 15:38 ICITY OF IOWA CITY IP 2
mthaxp INVOICE LIST BY GL ACCOUNT Iapix qla
YEAR/PERIOD: 2020/7 TO 2020/7
ACCOUNT/VENDOR INVOICE PO YEAR/PR TYP S WARRANT CHECK DESCRIPTION
76850110 995080
Snow and Ice Removal
010856 JET AIR INC IOW
IVI-20-005804
0
2020 7 INV P
5,500.00
011720
239887 Snow Removal/Mainte
015462 NEW DEAL DEICING
012020D
0
2020 7 INV P
2,210.00
013120
240609 Deicer for runways
ACCOUNT TOTAL
7,710.00
76850110 999060
Dues & Memberships
010256 IOWA PUBLIC AIRPORTS
2020 Dues
0
2020 7 INV P
175.00
011720
239884 Annual Dues
012853 AMERICAN ASSOCIATION
1067291
0
2020 7 INV P
275.00
011720
239838 Annual Dues
ACCOUNT TOTAL
450.00
76850110 466070
Other Maintenance Supplies
010856 JET AIR INC IOW
IVI-20-005803
0
2020 7 INV P
184.48
011720
239887 Maintenance Reimbur
ACCOUNT TOTAL
184.48
76850110 467020
Equippment R&M Supplies
010856 JET AIR INC IOW
IVI-20-005803
0
2020 7 INV P
15.89
011720
239887 Maintenance Reimbur
ACCOUNT TOTAL
15.89
ORG 76850110 TOTAL
14,552.21
- - — — - - FUND 7600 Airport...................... - - - -
— - —
- -TOTAL:- - — — - - -
19,552.21-
- - —
— - - — — - - - — —
** END OF REPORT - Generated by Michael Tharp **
02/10/2020 15:39
mtharp
FOR 2020 07
ACCOUNTS FOR:
7600 Airport
76850110 Airport Operations
76850110 363910 Misc Sale of Me
76850110 369900 Miscellaneous 0
2020/07/010836 01/27/2020 GBI
2020/07/010836 01/27/2020 GBI
76850110 381100 Interest on Inv
2020/07/011077 01/31/2020 GEN
2020/07/011077 01/31/2020 GEN
2020/07/011077 01/31/2020 GEN
76850110 382100 Land Rental
2020/07/010513 01/16/2020 GBI
2020/07/010529 01/16/2020 GBI
2020/07/010774 01/07/2020 CRP
76850110 382200 Building/Room R
2020/07/010529 01/16/2020 GBI
2020/07/010529 01/16/2020 GBI
2020/07/010529 01/16/2020 GBI
2020/07/010529 01/16/2020 GBI
2020/07/010529 01/16/2020 MI
2020/07/010529 01/16/2020 MI
2020/07/010529 01/16/2020 MI
2020/07/010529 01/16/2020 MI
2020/07/010529 01/16/2020 MI
2020/07/010529 01/16/2020 MI
2020/07/010529 01/16/2020 MI
2020/07/010529 01/16/2020 MI
2020/07/010529 01/16/2020 MI
2020/07/010529 01/16/2020 MI
2020/07/010529 01/16/2020 MI
2020/07/010529 01/16/2020 MI
2020/07/010529 01/16/2020 MI
2020/07/010529 01/16/2020 MI
2020/07/010529 01/16/2020 MI
Airport Commission Agenda & Info Packet
ICITY OF IOWA CITY
YEAR-TO-DATE BUDGET REPORT
JABUARY DETAIL 2019
ORIGINAL TRANFRS/ REVISED
APPROP ADJSTNTS BUDGET
I glytdbud
JOURNAL DETAIL 2020 7 TO 2020 7
AVAILARLE PCT
YTD ACTUAL ENCUMBRANCES BUDGET USED
0 0 0-260.00
0 0 0-13,745.00
-2,210.00 REF
-150.00 REF
0 0 0-2,196.19
-227.57 REF SS
-168.13 REF SS
-13.48 REF SS
-51,520 0-51,520-16,034.21
-100.00 REF
-600.00 REF
-368.75 REF 2743123 US TREAS
-275,000 0-275,000-161,458.69
-155.00 REF
-199.00 REF
-155.00 REF
-155.00 REF
-185.00 REF
-199.00 REF
-185.00 REF
-199.00 REF
-230.00 REF
-185.00 REF
-155.00 REF
-199.00 REF
-358.00 REF
-110.00 REF
-199.00 REF
-185.00 REF
-155.00 REF
-332.00 REF
-199.00 REF
.00 260.00 100.0%
.00 13,745.00 100.0%
De-Icer for Testing Area
Storage of De-Icer
.00 2,196.19 100.0%
Interest Allocation Entry
Interest Allocation Entry
Interest Allocation Entry
.00-35,485.79 31.1%*
LAND RENT
LAND RENT
LEASE PAYMENT
.00-113,541.31 58.7%'
HANGAR #30
HANGAR #7
HANGAR #16
HANGAR #24
HANGAR #47
HANGAR RENT #15
HANGAR #39
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
Airport Commission Agentla & Info Packet
02/10/2020 15:39 ICITY OF IOWA CITY
mtharp YEAR-TO-DATE BUDGET REPORT
JABUARY DETAIL 2019
FOR 2020 07
ACCOUNTS FOR: ORIGINAL TRANFRS/ REVISED
7600 Airport APPROP ADJSTMTS BUDGET
020 CBI
-4,606.00
REF
020 GBI
-500.00
REF
020 GBI
-199.00
REF
020 GBI
-195.00
REF
020 GBI
-195.00
REF
020 GBI
-650.00
REF
020 GBI
-166.67
REF
020 GBI
-185.00
REF
020 GBI
-155.00
REF
020 GBI
-185.00
REF
020 GBI
-4,392.00
REF
020 GBI
-684.00
REF
020 GBI
-325.00
REF
020 MI
-199.00
REF
020 MI
-155.00
REF
020 MI
-185.00
REF
020 MI
-155.00
REF
020 MI
-199.00
REF
020 MI
-155.00
REF
020 MI
-185.00
REF
020 MI
-225.00
REF
020 MI
-243.00
REF
020 MI
-230.00
REF
020 MI
-650.00
REF
020 MI
-195.00
REF
020 MI
-185.00
REF
020 MI
-185.00
REF
020 MI
-185.00
REF
020 MI
-230.00
REF
020 MI
-155.00
REF
020 MI
-185.00
REF
020 MI
-185.00
REF
020 MI
-155.00
REF
020 MI
-155.00
REF
020 MI
-199.00
REF
020 MI
-155.00
REF
020 MI
-195.00
REF
020 MI
-185.00
REF
020 MI
-155.00
REF
020 MI
-155.00
REF
020 GBI
-210.00
REF
020 GBI
-404.00
REF
020 GBI
-92.50
REF
020 GBI
-92.50
REF
020 GBI
-155.00
REF
020 GBI
-100.00
REF
020 MI
-155.00
REF
P 2
glytdbud
JOURNAL DETAIL 2020 7 TO 2020 7
AVAILABLE PCT
YTD ACTUAL ENCUMBRANCES BUDGET USED
D, E, F, H
Hangar M
HANGAR #1
HANGAR #59
HANGAR #60
HANGAR #72
AIRPORT RENTAL - HANGAR N
HANGAR #51
HANGAR #20
HANGAR #42
HANGAR #35
HANGAR #32
HANGAR #34
HANGAR #9
HANGAR #15
HANGAR #53
HANGAR #18
HANGAR #3
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 #99
HANGAR #50
HANGAR #28
HANGAR #17
HANGAR #6
HANGAR #22
HANGAR #62
HANGAR #43
HANGAR #23
HARNGAR #21
HANGAR #64
HANGAR #31
HANGAR #48
HANGAR #48
HANGAR #12
OFFICE SPACE RENT
HANGAR #26
02/10/2020 15:39
mtharp
FOR 2020 07
ACCOUNTS FOR:
7600 Airport
76850110 382200 Building/Room R
2020/07/010529 01/16/2020 GBI
2020/07/010529 01/16/2020 GBI
2020/07/010529 01/16/2020 GBI
2020/07/010529 01/16/2020 GBI
76850110 384900 Other Cormnissio
2020/07/010216 01/08/2020 CRP
2020/07/010672 01/22/2020 CRP
76850110 393120 General Levv
2020/07/010402 01/31/2020 GEN
76850110 411000 Perm Full Time
2020/07/010550 01/03/2020 PRJ
2020/07/010551 01/17/2020 PRJ
2020/07/011014 01/31/2020 PRJ
76850110 413000 Temporary Emnlo
2020/07/010550 01/03/2020 PRJ
76850110 414500 Longevity Pay
76850110 421100 Health Insuranc
2020/07/010550 01/03/2020 PRJ
2020/07/010551 01/17/2020 PRJ
76850110 421200 Dental Insuranc
2020/07/010550 01/03/2020 PRJ
2020/07/010551 01/17/2020 PRJ
Airport Commission Agenda & Info Packet
ICITY OF IOWA CITY
YEAR-TO-DATE BUDGET REPORT
JABUARY DETAIL 2019
ORIGINAL TRANFRS/ REVISED
APPROP ADJSTNTS BUDGET
4lytdbud
JOURNAL DETAIL 2020 7 TO 2020 7
AVAILARLE POT
YTD ACTUAL ENCUMBRANCES BUDGET USED
-155.00
REF
HANGAR #29
-185.00
REF
HANGAR #54
-185.00
REF
HANGAR #52
-225.00
REF
HANGAR RENT
-36,500
0
-36,500
-23,858.10
.00
-12,641.90
65.9%-
-3,126.90
REF 2730201
EASTERN AVIATION FUR
OTHER
-3,231.10
REF 2748676
EASTERN AVIATION FUR
OTHER
-100,000
0
-100,000
-58,333.35
.00
-41,666.65
58.3%'
-8,333.33
REF REJE#2
Ptax from Gen Fund
62,192
0
62,192
35,880.00
.00
26,312.00
57.7%
2,392.00
REF 122819
WARRANT-122819
RUN-1
BIWEEKLY
2,392.00
REF 011120
WARRAN17=011120
RUN-1
BIWEEKLY
2,392.00
REF 012520
WARRANT=012520
RUN-1
BIWEEKLY
763
0
763
351.76
.00
411.24
46.1%
46.06
REF 122819
WARRANT-122819
RUN-1
BIWEEKLY
500
0
500
500.00
.00
.00 100.0%
5,671
263.02 REF 122819
263.02 REF 011120
408
16.15 REF 122819
16.15 REF 011120
594
6,265
3,682.28
0
408
226.10
.00 2,582.82 58.8%
WARRANT-122819 RUN-1 BIWEEKLY
WARRANT-011120 RUN-1 BIWEEKLY
.00 181.90 55.4%
WARRANT-122819 RUN-1 BIWEEKLY
WARRANT =011120 RUN-1 BIWEEKLY
02/10/2020 15:39
mtharp
FOR 2020 07
ACCOUNTS FOR:
7600 Airport
76850110 421300 Life Insurance
2020/07/010551 01/17/2020 PRJ
76850110 421400 Disability Insu
2020/07/010551 01/17/2020 PRJ
76850110 422100 FICA
2020/07/010550 01/03/2020 PRJ
2020/07/010551 01/17/2020 PRJ
2020/07/011014 01/31/2020 PRJ
76850110 423100 IPERS
2020/07/010550 01/03/2020 PRJ
2020/07/010551 01/17/2020 PRJ
2020/07/011014 01/31/2020 PRJ
76850110 431020 Court Costs & S
2020/07/010042 01/02/2020 API
2020/07/011062 01/21/2020 API
76850110 432020 Annual Audit
2020/07/010743 01/31/2020 GEN
76850110 432080 Other Professio
76850110 435055 Mail & Delivery
76850110 435060 Legal Publicati
Airport Commission Agentla & Info Packet
CITY OF IOWA CITY
YEAR-TO-DATE BUDGET REPORT
JABUARY DETAIL 2019
glytdbud
JOURNAL DETAIL
2020 7 TO 2020
7
ORIGINAL
TRANFRS/
REVISED
AVAILARLE POT
APPROP
ADJSTMTS
BUDGET
YTD ACTUAL
ENCUMBRANCES
BUDGET USED
142
0
142
82.53
.00
59.47 58.1%
11.79
REF 011120
WARRANT-011120
RUN-1 BIWEEKLY
228
0
228
132.99
.00
95.56 58.1%
18.92
REF 011120
WARRANT-011120
RUN-1 BIWEEKLY
4,795
0
4,795
2,777.84
.00
2,017.53 57.9%
183.56
REF 122819
WARRANT =122819
RUN-1 BIWEEKLY
180.60
REF 011120
WARRANT =011120
RUN-1 BIWEEKLY
182.99
REF 012520
WARRANT =012520
RUN-1 BIWEEKLY
5,991
0
5,991
3,467.41
.00
2,523.62 57.9%
230.15
REF 122819
WARRANT-122819
RUN-1 BIWEEKLY
225.80
REF 011120
WARRANT-011120
RUN-1 BIWEEKLY
225.80
REF 012520
WARRANT-012520
RUN-1 BIWEEKLY
155
0
155
139.18
.00
15.82 89.8%
54.18
VND 010269
VCH
JOHNSON COUNTY
Muni
Sery Fee David & Karen Ba 239735
85.00
VND 090070
VCH
OFFICE OF
PROF REGUL
P-Card
invoice for statement c
512
0
512
462.55
.00
49.45 90.3%
462.55
REF SS
Bohnsack & Frommelt
0
0
0
2,284.71
.00
-2,284.71 100.0%-
0
0
0
508.61
.00
-508.61 100.0%'
0
0
0
22.30
.00
-22.30 100.0%'
02/10/2020 15:39
mtharp
FOR 2020 07
ACCOUNTS FOR:
7600 Airport
76850110 436030 Transportation
76850110 436050 Registration
76850110 436060 Lodging
76850110 436080 Meals
76850110 437010 Comp Liability
76850110 437020 Fire & Casualty
76850110 437030 Worker's CoM I
76850110 437041 Bonding & Other
76850110 437200 Loss Reserve Pa
76850110 438010 Stor.ter Util
2020/07/010415 01/15/2020 UBB
76850110 438030 Electricity
2020/07/010451 01/17/2020 API
2020/07/010451 01/17/2020 API
2020/07/010451 01/17/2020 API
2020/07/010451 01/17/2020 API
2020/07/010451 01/17/2020 API
Airport Commission Agentla & Info Packet
CITY OF IOWA CITY
P 5
YEAR-TO-DATE BUDGET REPORT
Iglytdbud
JABUARY
DETAIL 2019
JOURNAL DETAIL 2020 7 TO
2020 7
ORIGINAL TRANFRS/
REVISED
AVAILABLE
PCT
APPROP ADJSTMTS
BUDGET
YTD ACTUAL ENCUMBRANCES
BUDGET
USED
1,000
0
1,000
389.40 .00
610.60
38.9%
1,000
0
1,000
275.00 .00
725.00
27.5%
500
0
500
298.80 .00
201.20
59.8%
200
0
200
25.00 .00
175.00
12.5%
4,400
0
4,400
16,541.71 .00
-12,141.71
375.9%-
12,767
0
12,767
9,485.00 .00
3,282.00
74.3%
163
0
163
185.00 .00
-22.00
113.5%'
870
0
870
.00 .00
870.00
.0%
5,000
0
5,000
5,000.00 .00
.00
100.0%
19,348
0
19,348
11,047.54 .00
8,300.46
57.1%
1,578.22 REF 200115 C-200115
4200
UB AR GEN
19,238
0
19,238
8,074.20 .00
11,163.80
42.0%
640.25 VND 010319 VCH
MIDAMERICAN ENERGY MidA illing 01152020
15168
806.32 VND 010319 VCH
MIDAMERICAN ENERGY MidA illing 01152020
15168
1,897.92 VND 010319 VCH
MIDAMERICAN ENERGY MidA illing 01152020
15168
227.60 VND 010319 VCH
MIDAMERICAN ENERGY MidA illing 01152020
15168
126.93 VND 010319 VCH
MIDAMERICAN ENERGY MidAmBilling 01152020
15168
02/10/2020 15:39
mtharp
FOR 2020 07
ACCOUNTS FOR:
7600 Airport
76850110 438050 Landfill Use
76850110 438070 Heating Fuel/Ga
2020/07/010451 01/17/2020 API
2020/07/010451 01/17/2020 API
2020/07/010451 01/17/2020 API
76850110 438080 Sewer Utility C
2020/07/010415 01/15/2020 UBB
76850110 438090 Water Utility C
2020/07/010415 01/15/2020 UBB
76850110 438100 Refuse Collecti
2020/07/010693 01/14/2020 API
2020/07/010693 01/14/2020 API
76850110 438110 Local Phone Ser
2020/07/010284 01/02/2020 API
76850110 992010 Other Building
2020/07/010133 01/02/2020 API
2020/07/010436 01/13/2020 API
2020/07/010696 01/14/2020 API
2020/07/010847 01/24/2020 API
2020/07/010847 01/24/2020 API
76850110 992020 Structure R&M S
Airport Commission Agenda & Info Packet
ICITY OF IOWA CITY
YEAR-TO-DATE BUDGET REPORT
JABUARY DETAIL 2019
ORIGINAL TRANFRS/ REVISED
APPROP ADJSTMTS BUDGET
220 0 220
I glytdbud
JOURNAL DETAIL 2020 7 TO 2020 7
AVAILARLE POT
YTD ACTUAL ENCUMBRANCES BUDGET USED
00 .00 220.00 .0%
3,787 0 3,787 2,947.78 .00 839.22 77.8%
66.74 VND 010319 VCH MIDAMERICAN ENERGY MidAmBilling 01152020 15168
265.56 VND 010319 VCH MIDAMERICAN ENERGY MidAmBilling 01152020 15168
455.06 VND 010319 VCH MIDAMERICAN ENERGY MidAmBilling 01152020 15168
1,832 0 1,832 1,233.20 .00 598.80 67.3%
166.38 REF 200115 C-200115 2000 UB AR GEN
2,048 0 2,048 1,876.90 .00 171.10 91.6%
197.81 REF 200115 C-200115 1000 UB AR GEN
2,391 0 2,391 1,365.00 .00 1,026.00 57.1%
165.00 VND 010507 VCH JOHNSON COUNTY REFUS Refuse & Recycling Pickup & Di 240084
30.00 VND 010507 VCH JOHNSON COUNTY REFUS Refuse & Recycling Pickup & Di 240084
1,053 0 1,053 606.93 .00 996.07 57.6%
86.28 VND 011937 VCH AUREON COIMNNICATION Basic Phone Services 239841
13,000 0 13,000 10,854.85 .00 2,145.15 83.5%
30.00 VND 013610 VCH STANDARD PEST CONTRO Pest Control Services 239766
600.00 VND 010856 VCH JET AIR INC IOW Janitorial Services 239887
30.00 VND 013610 VCH STANDARD PEST CONTRO Pest Control Services 240112
260.00 VND 010564 VCH LYNCH`S PLUMBING INC Cleaned out oil/water sep. in 240601
90.00 VND 010696 VCH WALSH DOOR AND HARDW Replacement Keys for hangar do 240681
2,500 0 2,500 490.00 .00 2,010.00 19.6%
02/10/2020 15:39
mtharp
FOR 2020 07
ACCOUNTS FOR:
7600 Airport
76850110 992030 Heating & Cooli
76850110 992060 Electrical & If
2020/07/010436 01/13/2020 API
2020/07/010436 01/13/2020 API
76850110 993080 Other Equipment
76850110 995030 Nursery Srvc-La
76850110 995080 Snow and Ice Re
2020/07/010436 01/13/2020 API
2020/07/010847 01/24/2020 API
76850110 995110 Testing Service
76850110 995230 Other Operating
76850110 996100 City Attorney
2020/07/010402 01/31/2020 GEN
76850110 996120 ITS-Server/Stor
2020/07/011031 01/31/2020 GNI
2020/07/011032 01/31/2020 GNI
76850110 996130 ITS-PC/Peripher
2020/07/011043 01/31/2020 GNI
Airport Commission Agenda & Info Packet
CITY OF IOWA CITY IP 7
YEAR-TO-DATE BUDGET REPORT Iglytdbud
JABUARY DETAIL 2019
ORIGINAL
APPROP
TRANFRS/
ADJSTMTS
REVISED
BUDGET
YTD ACTUAL
JOURNAL DETAIL 2020 7 TO 2020 7
AVAILARLE PCT
ENCUMBRANCES BUDGET USED
6,000
0
6,000
1,023.93
.00 4,976.07
17.1%
5,000
0
5,000
1,738.91
.00 3,261.09
34.8%
193.00
VND 010856
VCH
JET AIR
INC IOW
Maintenance
Reimbursment
239887
82.00
VND 010014
VCH
ADVANCED
ELECTRICAL
Electrical Check
15138
4,460
0
4,460
9,309.77
.00-4,849.77
208.7%'
38,500
0
38,500
32,110.01
.00 6,389.99
83.4%
30,000
0
30,000
19,993.00
.00 10,557.00
64.8%
5,500.00
VND 010856
VCH
JET AIR
INC IOW
Snow Removal/Maintenance/Groun
239887
2,210.00
VND 015462
VCH
NEW DEAL
DEICING
Deicer
for runways
240609
2,500
0
2,500
1,179.04
.00 1,320.96
47.2%
279
0
279
852.51
.00-573.51
305.6%'
7,258
0
7,258
4,233.85
.00 3,024.15
58.3%
604.83
REF REJE#2
Airport to Attorney
592
0
592
320.34
.00 271.66
54.1%
40.38
REF AO
Storage of files AIR
5.38
REF AO
Storage of Email
11,975
0
11,975
8,505.70
.00 3,469.30
71.0%
1,215.10
REF AO
JAN ITS Repl Chgbk
02/10/2020 15:39
mtharp
FOR 2020 07
ACCOUNTS FOR:
7600 Airport
76850110 996160 ITS-Infrastuctu
76850110 996190 ITS -Software SA
2020/07/011034 01/31/2020 GNI
76850110 996200 Photocopying Ch
76850110 996300 Phone Equipment
2020/07/011099 01/31/2020 GNI
2020/07/011045 01/31/2020 GNI
76850110 996320 Mail Chargeback
76850110 996350 City Vehicle Re
2020/07/011058 01/31/2020 GNI
76850110 996370 Fuel Chargeback
2020/07/011058 01/31/2020 GNI
76850110 996380 Vehicle R&M Cha
2020/07/011058 01/31/2020 GNI
76850110 999055 Permitting Fees
76850110 999060 Dues & Membersh
2020/07/010436 01/13/2020 API
2020/07/010436 01/13/2020 API
Airport Commission Agentla & Info Packet
CITY OF IOWA CITY P 8
YEAR-TO-DATE BUDGET REPORT Iglytdbud
JABUARY DETAIL 2019
ORIGINAL
APPROP
TRANFRS/
ADJSTMTS
REVISED
BUDGET
YTD ACTUAL
JOURNAL DETAIL
ENCUMBRANCES
2020 7 TO 2020 7
AVAILARLE POT
BUDGET USED
8,761
0
8,761
.00
.00
8,761.00
.0%
216
0
216
129.50
.00
86.50
60.0%
18.50
REF AO
Office software
0
0
0
329.48
.00
-329.48
100.0%'
1,371
0
1,371
801.75
.00
569.25
58.5%
112.50
REF AO
CH JAN PHONE ASSET CHARGE
.70 REF AO
CH JAN LONG DISTANCE
CHARGES
0
0
0
59.65
.00
-59.65
100.0%'
25,142
0
25,142
14,205.68
.00
10,936.32
56.5%
2,070.85
REF TLW
JAN REPLACEPIENT
COST
4,264
0
4,264
2,450.53
.00
1,813.47
57.5%
758.33
REF TLW
JAN DIVISION FUEL
24,094
0
24,094
6,226.42
.00
17,867.58
25.8%
2,561.01
REF TLW
JAN DIVISION SERVICE
990
0
990
.00
.00
990.00
.0%
1,375
0
1,375
750.00
.00
625.00
54.5%
275.00
VND 012853
VCH
A RICAN ASSOCIATION Annual
Dues
239838
175.00
VND 010256
VCH
IOWA PUBLIC
AIRPORTS Annual
Dues
239884
02/10/2020 15:39
mtharp
FOR 2020 07
ACCOUNTS FOR:
7600 Airport
76850110 999120 Equipment Renta
76850110 452010 Office Supplies
76850110 454020 Subscriptions
76850110 461050 Other Agricultu
76850110 466070 Other Maintenan
2020/07/010436 01/13/2020 API
76850110 467020 Equipment R&M S
2020/07/010436 01/13/2020 API
76850110 468030 Asphalt
76850110 469190 Minor Equipment
76850110 469200 Tools
76850110 469210 First Aid/Safet
76850110 469360 Food and Bevera
Airport Commission Agentla & Info Packet
CITY OF IOWA CITY P 9
YEAR-TO-DATE BUDGET REPORT Iglytdbud
JABUARY DETAIL 2019
JOURNAL DETAIL
2020 7 TO 2020 7
ORIGINAL
TRANFRS/
REVISED
AVAILARLE
PCT
APPROP
ADJSTMTS
BUDGET
YTD ACTUAL
ENCUMBRANCES
BUDGET
USED
500
0
500
.00
.00
500.00
.0%
570
0
570
.00
.00
570.00
.0%
282
0
282
325.60
.00
-43.60
115.5%-
230
0
230
.00
.00
230.00
.0%
5,000
0
5,000
863.71
.00
4,136.29
17.3%
184.48 VND 010856
VCH
JET AIR INC
IOW
Maintenance
Reimbursment
239887
0
0
0
688.71
.00
-688.71
100.0%'
15.89 VND 010856
VCH
JET AIR INC
IOW
Maintenance
Reimbursment
239887
250
0
250
.00
.00
250.00
.0%
0
0
0
1,750.00
.00
-1,750.00
100.0%'
351
0
351
.00
.00
351.00
.0%
599
0
599
300.47
.00
293.53
50.6%
0
0
0
152.76
.00
-152.76
100.0%'
02/10/2020 15:39
mtharp
FOR 2020 07
ACCOUNTS FOR:
7600 Airport
76850110 473020 Non -Contracted
76850110 474240 Tractors
TOTAL Airport Operations
TOTAL Airport
Airport Commission Agentla & Info Packet
ICITY OF IOWA CITY
YEAR-TO-DATE BUDGET REPORT
JABUARY DETAIL 2019
I glytdbud
JOURNAL DETAIL 2020 7 TO 2020 7
ORIGINAL TRANFRS/ REVISED AVAILARLE PCT
APPROP ADJSTNTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USED
0 0 0 16,263.00 .00-16,263.00 100.0%'
12,000
-98,342
-98,342
TOTAL REVENUES-463,020
TOTAL EXPENSES 364,678
PRIOR FUND BALANCE
CHANGE IN FUND BALANCE - NET OF
REVISED FUND BALANCE
0 12,000
7,710.00
.00
4,290.00
64.3%
599-97,748
-22,947.20
.00
-74,800.30
23.5%
599-97,748
-22,947.20
.00
-74,800.30
23.5%
0-463,020
-275,885.54
.00
-187,134.46
599 365,273
252,938.34
.00
112,334.16
199,898.35
NUES/EXPENSES
22,947.20
167,845.55
Airport Commission Agenda & Info Packet
02/10/2020 15:39
ICITY OF IOWA CITY
IP 11
mthaxp
I YEAR-TO-DATE BUDGET REPORT
Iglytdbud
JABUARY DETAIL
2019
FOR 2020 07
JOURNAL DETAIL
2020 7 TO
2020 7
ORIGINAL TRANFRS/
REVISED
AVAILABLE
PCT
APPROP ADJSTMTS
BUDGET
YTD ACTUAL
ENCUMBRANCES
BUDGET
USED
GRAND TOTAL-98,342 594
-97,748
-22,947.20
.00
-74,800.30
23.5%
** END OF REPORT - Generated
by Michael
Tharp **
s Agenda ,202 Packet
JETAWeeting Da eb 132020 Page 40 of 136
Vo years
and climbing
Date: January 20th, 2020
To: The entire Jet Air Team (family)
As most of you know, in the fall of 2019, 1 celebrated my 81st birthday and 50 short years as
leader and President of the Aviation Company now known as JET AIR, INC. This journey has
been the most exciting, terrifying, rewarding and satisfying "trip" of my life but it is time for me
to phase out "my way" and transition Jet Air's "Stick and Rudder" to 21st Century ideas and
methods.
This operation began as "Galesburg Aviation" on December 1st, 1969 with 3 employees, 3
aircraft (Cessna 150, 172, 206) and no money. Today Jet Air, Inc is a Multi -Million Dollar
company, with 3 operations, 2 CRS maintenance facilities, 10 jet charter operation and 70 plus
Team Members, who with their families have become valuable assets to their
communities. For this Judy and I are very proud!
Judy and I are very appreciative of everyone that has made this possible and especially thankful
of those that have been with us so long! A few of those have been committed and loyal for 30
to 40 years.
As Judy and I have begun to reduce our ownership in Jet Air, my responsibilities will be shifted
to Phillip, Mathew, Jeff and Mike Niehaus, who now comprise the majority ownership of Jet Air,
Inc. I plan to stay active and available for sales and technical services functions. Current plans
are for Phillip Wolford to assume the position of President of Jet Air, Inc sometime in the first or
second quarter of 2020.
Judy and I are certainly proud of the company that Jet Air has become and feel confident it will
continue to grow and prosper.
Harrel & Judy Timmons
275 Lloyd Stearman Dr. 2501 Summer St. 1801 Riverside Dr.
Galesburg, IL 61401 Burlington, IA 52601 Iowa City, IA 52246
Phone: 309.342.3134 Phone: 319.237.8500 Phone: 319.248.1200
Fax: 309.342.1078 Fax: 319.237.8502 Fax: 319.248.1202
www.JetAirinc.com / 24 Hour Dispatch: 888.253.8247
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 41 of 136
PROJECT MANUAL
FUEL FACILITY EXPANSION
Iowa City Municipal Airport
Iowa City Airport Commission, Iowa City, IA
M & MLENK
Real People. Real Solutions.
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 42 of 136
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020
Page 43 of 136
"
`"%\1 FESS (Uq��
�'i'''
Q�"" .` "�!
3 CARLL =
BYERS !rz_
j 12845 j c
Iowa City Municipal Airport - T51.119379
SECTION 00005 — CERTIFICATION
PROJECT MANUAL
for
FUEL FACILITY EXPANSION
Iowa City Municipal Airport
Iowa City, Iowa
I hereby certify that this engineering document was prepared by me or under
my direct personal supervision and that I am a duly licensed Professional
Engineer under the laws of the State of Iowa.
r'at ? v�^'�� Date: 1/9/2020
Carl L. Byers, P.E.
License No. 12845
My renewal date is December 31, 2021
Pages or sheets covered by this seal:
CERTIFICATION
January 2020 PAGE 00005-1
0 Bolton & Menk, Inc. M17, Al Righ6 Reserved
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 44 of 136
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 45 of 136
69 4]1Ls]01111111 i[rld/9:3[Oilydi1011110[M
FUEL FACILITY EXPANSION
Iowa City Municipal Airport, Iowa City, IA
CONTRACT DOCUMENTS:
PROJECT MANUAL:
Introductory Information, Bidding Requirements, Contract Forms and Conditions of Contract
00005—CERTIFICATION PAGE
00010 — TABLE OF CONTENTS
00100— NOTICE TO BIDDERS AND NOTICE OF PUBLIC HEARING
00200— INSTRUCTIONS TO BIDDERS
00410 — PROPOSAL
00410— PROPOSAL ATTACHMENT: BID ITEMS
Targeted Small Business (TSB) Forms
00420 — BID BOND
00500 — CONTRACT
00610 — PERFORMANCE, PAYMENT AND MAINTENANCE BOND
00800 — SPECIAL PROVISIONS, PART 1 - GENERAL REQUIREMENTS
00900 — SPECIAL PROVISIONS, PART 2 - SPECIAL CONSTRUCTION
Technical Specifications — Fuel Facility Expansion
SECTION 0100 — SUMMARY OF WORK
SECTION 1300—SITE CLEARING
SECTION 11140— FUEL STORAGE AND DISPENSING SYSTEM
SECTION 11150— FUEL SYSTEM, COMPLETE, IN PLACE
Supplemental Specifications
DRAWINGS (UNDER SEPARATE COVER):
2xffi sheets numbered C1 through C6, inclusive, dated January 9, 2020, and with each sheet bearing the following
general title:
APPENDICES
None
Iowa City Municipal Airport
Fuel Facility Expansion
This project is based on
SILICAS STANDARD SPECIFICATIONS, 2019 EDITION
IOWA DOTSTANDARD SPECIFICATIONS, 2015 EDITION, AS AMENDED
unless modified herein.
****END OF SECTION****
Iowa City Municipal Airport - T51.119379
TABLE OF CONTENTS
January 2020 PAGE 00010-1
0 Bolton & Menk, Inc. M17, Al Righ6 Reserved
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 46 of 136
INTENTIONALLY LEFT BLANK
Iowa City Municipal Airport - T51.119379
TABLE OF CONTENTS
January 2020 PAGE 00010-2
0 Bolton & Menk, Inc. M17, Al Righ6 Reserved
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 47 of 136
NOTICE TO BIDDERS
FUEL FACILITY EXPANSION
Iowa City Municipal Airport
Iowa City, Iowa
Time and Place for Filing Sealed Proposals. Sealed bids for the work comprising the improvement as stated below must be
filed before 2:00 P.M. CST on March 5`^ , 2020, addressed to the Iowa City Municipal Airport, c/o City Clerk, City of Iowa City,
410 East Washington St., Iowa City, Iowa. Bids shall be marked in the upper left hand corner as: Bids of (Contractor name &
Address) for Fuel Facility Expansion, Iowa City Municipal Airport, Iowa City, Iowa. Bids submitted by fax machine shall not
be deemed a "sealed bid" for purposes of this project.
Time and Place Sealed Proposals Will be Opened and Considered. Sealed proposals will be opened and bids tabulated at
2:00 P.M. CST on March 5th, 2020, in the office of the City Clerk, City of Iowa City, Iowa, 410 East Washington St., Iowa City,
Iowa for consideration by the Iowa City Airport Commission of Iowa City, Iowa to consider bids at its meeting at 6:00 P.M.
CST on March 12, 2020. The Iowa City Airport Commission reserves the right to reject any and all bids.
Pre -Bid Conference. A pre -bid conference will be held at 10:00 A.M. CST on February 20, 2020, at the Airport Terminal of the
Iowa City Municipal Airport, 1801 South Riverside Drive, Iowa City, Iowa.
Time for Commencement and Completion of Work. Work on the improvement shall commence upon approval of the
contract by the Council, and as stated in the Notice to Proceed. All work under the Contract must be substantially complete
on or before August 31, 2020. Damages in the amount of $250.00 per Calendar Day will be assessed for each Calendar Day
the work remains incomplete.
Bid Security. Each bidder shall accompany its bid with bid security, as defined in Section 468.35 of the Iowa Code in the
amount equal to 5 percent (5.0%) of the total amount of the bid.
Contract Documents. Copies of the project documents are available for a price of $25 perset. Thisfee is refundable, provided
the plans and specifications are returned complete and in good usable condition, and they are returned within fourteen (14)
calendar days after the award of the project. Please contact Bolton & Menk, Inc., (319) 362-3219 to obtain a copy. You may
view the digital plan documents for free by entering Quest project # 6654999 on the website's Project Search page.
Documents may be downloaded for $0.00. Please contact QuestCDN.com at 952-233-1632 or info@questcdn.com for
assistance in free membership registration, viewing, downloading, and working with this digital project information.
Preference of Products and labor. Preference shall be given to domestic construction materials by the contractor,
subcontractors, material, men, and suppliers in performance of the contract and further, by virtue of statutory authority,
preference will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic
labor, to the extent lawfully required under Iowa statutes. Failure to submit a fully completed Bidder Status Form with the
bid may result in the bid being deemed nonresponsive and rejected.
Sales Tax Exemption Certificates. The bidder shall not include sales tax in the bid. The City of Iowa City, Iowa will distribute
tax exemption certificates and authorization letters to the Contractor and all subcontractors who are identified. The
Contractor and subcontractor may make copies of the tax exemption certificates and provide a copy to each supplier
providing construction materials. These tax exemption certificates and authorization letters are applicable only for this
specific project under the Contract.
Project Description. Construct an upgrade to the airport aircraft fueling system, including adding one (1) new 12,000 gallon
above -ground fuel storage tank for Jet Fuel. Project includes concrete pad fortank, furnishing and installing the new tank on
the pad, protective bollards (if required), piping from the new jet fuel tank to the existing jet fuel cabinet, and piping as
necessary to connect the new jet fuel tank to the remote "self -fueling' jet fuel cabinet north of the tank location.
Replacement of both existing credit card readers with new credit card readers is also included in this project.
This Notice is given by authority of the City of Iowa City, Iowa
Kellie Fruehling, City Clerk
Iowa City Municipal Airport - T51.119379 NOTICE TO BIDDERS/PUBLIC HEARING
January 2020 PAGE 00100-1
0 Bolton & Menk, Inc. M17, Al Righ6 Reserved
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 48 of 136
01110011 914 061 A 9911.1114:179:1I kilo
FUEL FACILITY EXPANSION
Iowa City Municipal Airport
Iowa City, Iowa
Public Hearing on Proposed Contract Documents and Estimated Costs for Repair or Improvement. A public hearing will be
held by the Iowa City Airport Commission, Iowa City, Iowa on the proposed contract documents (plans, specifications and
form of contract) and estimated cost for the improvement at its meeting at 6:00 P.M. CST on February 13, 2020, at the Airport
Terminal of the Iowa City Municipal Airport, 1801 South Riverside Drive, Iowa City, Iowa.
Copies of the project documents are on file in the office of the City Clerk in Iowa City, Iowa, and may be inspected by any
interested persons.
Any interested persons may appear at said meeting of the Airport Commission for the purpose of making objections to and
comments concerning said plans, specifications, contract or the cost of making said improvements.
This Notice is given by authority of the City of Iowa City, Iowa
Kellie Fruehling, City Clerk
****END OF SECTION 00100****
Iowa City Municipal Airport - T51.119379
NOTICE TO BIDDERS/PUBLIC HEARING
January 2020 PAGE 00100-2
0 Bolton & Menk, Inc. M17, Al Righ6 Reserved
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 49 of 136
INSTRUCTIONS TO BIDDERS
FUEL FACILITY EXPANSION
Iowa City Municipal Airport
Iowa City, Iowa
The work comprising the above referenced project shall be constructed in accordance with the SUDAS Standard
Specifications, 2019 Edition and as further modified by supplemental specifications and special provision included in the
contract documents. The terms used in the contract version of the documents are defined in said Standard Specifications.
Before submitting your bid, please review the requirements of Division One, General Provisions and Covenants. Please be
certain that all documents have been completed properly, as failure to complete and sign all documents and to comply with
the requirements listed below can cause your bid not to be read.
BID SECURITY
A. The bid security must be in the minimum amount of 5% of the total bid amount including all add alternates
(do not deduct the amount of deduct alternates). Bid security shall be in the form of a cashier's check, a
certified check drawn on a FDIC insured bank in Iowa or drawn on a FDIC insured bank chartered under the
laws of the United States; or a certified share draft drawn on a credit union in Iowa or chartered under the
laws of the United States; or a bid bond executed by a corporation authorized to contract as a surety in
Iowa or satisfactory to the Jurisdiction.
B. The bid bond must be submitted on the enclosed Bid Bond form as no other bid bond forms are acceptable.
All signatures on the bid bond must be original signatures in ink, facsimile (fax) of any signature on the bid
bond is not acceptable.
C. Bid security other than said bid bond shall be in accordance with Chapter 26 of the Iowa Code.
It. SUBMISSION OF THE PROPOSAL AND IDENTITY OF BIDDER
A. The proposal shall be sealed in an envelope, properly identified as the Proposal with the project title and
the name and address of the bidder, and deposited with the Jurisdiction at or before the time and at the
place provided in the Notice to Bidders. It is the sole responsibility of the bidder to see that its proposal is
delivered to the Jurisdiction prior to the time for opening bids, along with the appropriate bid security
sealed in the separate envelope identified as Bid Security and attached to the outside of the bid proposal
envelope. Any proposal received after the scheduled time for the receiving of proposals will be returned
to the bidder unopened and will not be considered.
B. Thefollowing documents shall be completed, signed and returned in the Proposal envelope. The bid cannot
be read if any of these documents are omitted from the Proposal envelope.
1. PROPOSAL— Complete each of the following parts:
- Part B —Acknowledgment of Addenda, if any have been issued;
- Part C— Bid Items, Quantities and Prices
-PartF— Additional Requirements;
ITEM NO. DESCRIPTION OF ATTACHMENT
1. Targeted Small Business (TSB) Forms
Part G — Identity of Bidder,
Sign the proposal. The signature on the proposal and all proposal attachments must be an original signature in ink
signed by the same individual who is the Company Owner or an authorized Officer of the Company; copies or
facsimile of any signature will not be accepted.
Iowa City Municipal Airport - T51.119379
INSTRUCTIONS TO BIDDERS
January 2020 PAGE 00200-1
VM413 0 3dton & Menl, Inc. W17, All Righ6 Risen d
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 50 of 136
The following documents must be submitted as printed. No alterations, additions, or deletions are permitted. If the
Bidder notes a requirement in the contract documents which the Bidder believes will require a conditioned or
unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any
necessary interpretation by an addendum.
A. The general provisions and covenants, Division 1 of the 2019 SUDAS Standard Specifications are modified
as follows:
1. Section 1020.1.09B, Unit Price Attachment.
A computer generated unit price attachment may be submitted by the Bidder as specified by this
Section.
III. PROSECUTION AND PROGRESS OF THE WORK
A. The work is located at the Iowa City Municipal Airport in the City of Iowa City, Iowa.
Work on the improvement shall commence upon approval of the contract by the Council, and as stated in
the Notice to Proceed. All work under the Contract must be substantially complete on or before August
31, 2020. Damages in the amount of $250.00 per Calendar Day will be assessed for each Calendar Day the
project remains incomplete.
B. Community Events.
None known at this time.
C. Each successful bidder will be required to furnish a corporate surety bond in an amount equal to 100% of
its contract price. Said bond shall be issued by a responsible surety approved by the Iowa City Airport
Commission, and shall guarantee the faithful performance of the contract and the terms and conditions
therein contained and shall guarantee the prompt payment of all material and labor, and protect and save
harmless the Iowa City Airport Commission and the City of Iowa City, Iowa from claims and damages of any
kind caused bythe operations of the contract and shall also guarantee the maintenance of the improvement
caused by failures in materials and construction for a period of two years from and after acceptance of the
contract. The guaranteed maintenance period for all work shall be four years.
D. The Iowa City Airport Commission, Iowa City, Iowa, in accordance with Title VI of the Civil Rights Act of 1964,
78 Stat. 252, 42U.S.C. 2000d to 2000d-4 and title 49 Code of Federal Regulations, Department of
Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally -assisted
programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that
it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority
business enterprises will be afforded full opportunity to submit bids in response to this invitation and will
not be discriminated against on the grounds of race, color, or national origin in consideration for an award.
IV. PREFERENCE OF PRODUCTS AND LABOR
A. In accordance with Iowa statutes, a resident bidder shall be allowed a preference as against a nonresident
bidder from a state or foreign country if that state or foreign county gives or requires any preference to
bidders from that state or foreign country, including but not limited to any preference to bidders, the
imposition of any type of labor force preference, or any other form of preferential treatment to bidders or
laborers from that state or foreign country. The preference allowed shall be equal to the preference given
or required by the state of foreign county in which the nonresident bidder is a resident. In the instance of
a resident labor force preference, a nonresident bidder shall apply the same resident labor force preference
to a public improvement in this state as would be required in the construction of a public improvement by
the state or foreign country in which the nonresident bidder is a resident.
Iowa City Municipal Airport - T51.119379 INSTRUCTIONS TO BIDDERS
January 2020 PAGE 00200-2
VM413 0 3dton & Menl, Inc. W17, All Righ6 Risen d
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 51 of 136
V. TAXES
A. The City will issue a sales tax exemption certificate to the Contractor for all materials purchased on the
project. The City will issue the appropriate exemption certificates and authorization letters to the
Contractor and all subcontractors completing work on the project. Tax exemption certificates are
applicable onlyfor the specific project for which the tax exemption certificate is issued.
B. The Contractor shall provide a listing to the City identifying all appropriate subcontractors qualified for use
of the tax exemption certificate. The Contractor and subcontractors may make copies of the certificate and
provide to each supplier providing construction material a copy of the tax exemption certificate.
C. Income Tax:
1. Successful Bidder is subject to payment of Iowa income tax on income from this work in amounts
prescribed by law.
2. If successful bidder is a non -Iowa partnership, individual or association, he shall furnish evidence
priorto execution of contract that bond or securities have been posted with the Iowa Department
of Revenue in the amount required by law.
****END OF SECTION 00200****
Iowa City Municipal Airport - T51.119379
INSTRUCTIONS TO BIDDERS
January 2020 PAGE 00200-3
VM413 0 3dton & Menk. Inc. W17, All Righ6 Risen d
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 52 of 136
INTENTIONALLY LEFT BLANK
Iowa City Municipal Airport - T51.119379
INSTRUCTIONS TO BIDDERS
January 2020 PAGE 00200-4
VM413 0 3dton & Menk. Inc. W17, All Righ6 Risen d
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 53 of 136
LI XII 1161 \ [IZIZ y 11M 9.1i11ib991
FUEL FACILITY EXPANSION
Iowa City Municipal Airport
Iowa City, Iowa
PROPOSAL: PART A — SCOPE
The Iowa City Airport Commission, Iowa City, Iowa, hereinafter called the "Jurisdiction', has need of a qualified
contractor to complete the work comprising the below referenced repair or improvement. The undersigned Bidder
hereby proposes to complete the work comprising the below referenced repair or improvement as specified in the
contract documents, which are officially on file with the Jurisdiction, in the office of the Community Development
Director for the City of Iowa City, at the prices hereinafter provided in Part C of the Proposal, for the following
described improvements:
PROJECT DESCRIPTION: Construct an upgrade to the airport aircraft fueling system, including adding one (1) new
12,000 gallon above -ground fuel storage tank for Jet Fuel. Project includes concrete pad for tank, furnishing and
installing the new tank on the pad, protective bollards (if required), piping from the new jet fuel tank to the existing
jet fuel cabinet, and piping as necessary to connect the newjet fuel tank to the remote "self -fueling' jet fuel cabinet
north of the tank location. Replacement of both existing credit card readers with new credit card readers is also
included in this project.
The Bidder hereby acknowledges that all addenda become a part of the contract documents when issued, and that
each such addendum has been received and utilized in the preparation of this bid. The Bidder hereby acknowledges
receipt of the following addenda by inserting the number of each addendum in the blanks below:
ADDENDUM NUMBER ADDENDUM NUMBER
ADDENDUM NUMBER ADDENDUM NUMBER
and certifies that said addenda were utilized in the preparation of this bid.
PROPOSAL: PART C —BID ITEMS AND QUANTITIES
BASE BID CONTRACTS: The Bidder must provide any Bid Prices, any Alternate Prices, and the Total of the Base Bid
plus any Add -Alternates on the Proposal Attachment: Part C — Bid Items and Quantities. The Jurisdiction shall only
use the Total Base Bid Construction Cost for comparison of bids. The Total Base Bid Construction Cost, not including
any Bid Alternates selected, shall be used for determining the sufficiency of the bid security.
Iowa City Municipal Airport - T51.119379
PROPOSAL ATTACHMENT
January 2020
VM413 0 Bolton & Menk, Inc. M17, All Rights Reserved
PAGE 00410-1
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 54 of 136
19.101 9101-f_1 R ■ 99 A 91IIe] 10111:L1 I
The Bidder hereby acknowledges that the Jurisdiction, in advertising for public bids for this project reserves the right
to:
1. Reject any or all bids. Award of the contract, if any, to be to the lowest responsible, responsive
bidder; and
2. Reject any or all alternates in determining the items to be included in the contract. Designation of
the lowest responsible, responsive bidder to be based on comparison of the total bid only, not
including any alternates; and
3. Make such alterations in the contract documents or in the proposal quantities as it determines
necessary in accordance with the contract documents after execution of the contract. Such
alterations shall not be considered a waiver of any conditions of the contract documents, and shall
not invalidate any of the provisions thereof; and
The Bidder hereby agrees to:
1. Enter into a contract, if this proposal is selected, in the form approved by the Jurisdiction, provide
proof of registration with the Iowa Division of Labor in accordance with Chapter 91C of the Iowa
Code, and furnish a performance, maintenance, and payment bond; and
2. Forfeit bid security, not as a penalty but as liquidated damages, upon failure to enter into such
contract and/or to furnish said bond; and
3. Commence the work upon written Notice to Proceed, and
4. Substantially complete the work on or before August 31, 2020, and
5. Pay liquidated damages for noncompliance with said completion provisions at the rate of Two
Hundred Fifty Dollars ($250.00) for each Calendar Day thereafter that the work remains
incomplete.
PROPOSAL: PART E — NON -COLLUSION AFFIDAVIT
The Bidder hereby certifies:
1. That this proposal is not affected by, contingent on, or dependent on any other proposal submitted
for any improvement with the Jurisdiction; and
2. That no individual employed by the Bidder has employed any person to solicit or procure the work
on this project, nor will any employee of the Bidder make any payment or agreement for payment
of any compensation in connection with the procurement of this project; and
3. That no part of the bid price received by the Bidder was or will be paid to any person, corporation,
firm, association, or other organization for soliciting the bid, otherthan the payment of their normal
compensation to persons regularly employed by the Bidder whose services in connection with the
construction of the project were in the regular course of their duties for the Bidder; and
4. That this proposal is genuine and not collusive or sham; that the Bidder has not colluded, conspired,
connived or agreed, directly or indirectly, with any bidder or person, to submit a sham bid or to
refrain from bidding, and has not in any manner, directly or indirectly, sought, by agreement or
collusion, or communication or conference, with any person, to fix the bid price of the Bidder or of
any other bidder, and that all statements in this proposal are true; and
5. That the individual(s) executing this proposal have the authority to execute this proposal on behalf
of the Bidder.
Iowa City Municipal Airport - T51.119379
PROPOSAL ATTACHMENT
January 2020
VM413 0 Bolton & Menk, Inc. 2BI7, All Rights Reserved
PAGE 00410-2
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 55 of 136
PROPOSAL: PARTF— ADDITIONALREQUIREMENTS
The Bidder hereby agrees to comply with the additional requirements listed below which are included in this
proposal and identified as proposal attachments:
ITEM NO. DESCRIPTION OF ATTACHMENT
1. General
2. Targeted Small Business (TSB) Requirements
Iowa City Municipal Airport - T51.119379
PROPOSAL ATTACHMENT
January 2020
VM413 0 Bolton & Menk, Inc. M17, All Rights Reserved
PAGE 00410-3
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 56 of 136
Iowa City Municipal Airport - T51.119379
I@3110131Is] kl/9Uwd14i111:31_UIC1
PROPOSAL ATTACHMENT
January 2020
VM413 0 Bolton & Menk, Inc. M17, All Rights Reserved
PAGE00410-4
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 57 of 136
FUEL FACILITY EXPANSION
Iowa City Municipal Airport
Iowa City, Iowa
ADDITIONAL REQUIREMENTS FOR PRIMARY ROADS WITH LOCAL ADMINISTRATION AND LOCAL LETTING
PROPOSAL ATTACHM ENT: PARTF -ADDITIONAL REQUIREMENTS
ITEM 1- GENERAL
1. The work under this proposal shall be constructed in accordance with the SUDAS Standard Specifications,
2019 Edition, and as further modified by supplemental specifications and special provisions included in the
contract documents.
2. The Bidder hereby acknowledged and agrees to comply with any and all applicable provisions of the
Jurisdiction Human Rights Ordinance, Chapter. The Bidder specifically agrees not to discriminate against any
employees or applicants for employment on the basis of age, race, religion, creed, color, sex, national origin,
ancestry or disability. The Bidder further agrees to include this provision in all subcontracts for this project.
ADDITIONAL REQUIREMENTS FOR PRIMARY ROADS WITH LOCAL ADMINISTRATION AND LOCAL LETTING
TARGETED SMALL BUSINESS (TSB) REQUIREMENTS
(For use on Primary Roads with Local Administration and Local Letting)
A. PROPOSAL ATTACHMENT: PARTF —ADDITIONAL REQUIREMENTS
The Bidder hereby agrees to comply with the additional requirements listed below which are included in this proposal
and identified as proposal attachments:
ITEM NO.
1. General
2. Targeted Small Business (TSB) Pre -Bid Contract Information
3.
4.
B. PROPSALATTACHMENT: PARTF —ADDITIONAL REQUIREMENTS
ITEM 2—TARGETED SMALL BUSINESS (TSB)
PRE -BID CONTACT INFORMATION
The attached Targeted Small Business (TSB) Affirmative Action Responsibilities on Non -Federal Aid Projects (Third -
Party State -Assisted Projects) as included as a Special Provision in the Contract Documents shall apply to this project.
There is no TSB Goal on this project; however, Section 8 still requires positive efforts to utilize TSB's on this project.
The bidder shall complete the "Targeted Small Business (TSB) Pre -bid Contract Information' form listing pre -bid
contacts with TSB's and submit it with the proposal. The bidder must identify if each company contacted is a DBE or
TSB or possibly both DBE and TSB; and report the company on the appropriate form or on both forms if the company
is both a DBE and a TSB. For this project only, TSB participation maybe utilized toward the 0.0% DBE Goal established
by the Jurisdiction.
Iowa City Municipal Airport - T51.119379
PROPOSAL ATTACHMENT
January 2020
VM413 0 Bolton & Menk, Inc. M17, All Rights Reserved
PAGE 00410-5
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 58 of 136
Iowa City Municipal Airport - T51.119379
I@3110131Is] kl/9Uwd14i111:31_UIC1
PROPOSAL ATTACHMENT
January 2020
VM413 0 Bolton & Menk, Inc. M17, All Rights Reserved
PAGE 00410-6
Airport Commission Agenda & Info Packet
Meeting Date_ Feb 13, 2D2D
Contractor
Projectit T51.119379 TARGETED SMALL BUSINESS (TSB)
PRE -BID CONTACT INFORMATION
County Johnson
City Iowa City, Iowa
(To Be Completed By All Bidders Per The Current Contract Provision)
Page 59 of 1 W
In order for your bid to be considered responsive, you are required to provide information on this form showing your Targeted Small Business contacts made with your bid
submission. This information is subject to verification and confirmation.
In the event it is determined that the Targeted Small Business goals are not met, then before awarding the contract, the Contracting Authority will make a determination as to
whether or not the apparent successful low bidder made good faith efforts to meet the goals.
NOTE: Every effort shall be made to solicit quotes or bids on as many subcontractable items as necessary to achieve the established goals. If a TSB's quote is used in the bid, it is
assumed that the firm listed will be used as a subcontractor.
TABLE OF INFORMATION SHOWING BIDDERS PRE -BID
TARGETED SMALL BUSINESS (TSB) CONTACTS
SUBCONTRACTOR
TSB
DATES
CONTACTED
QUOTES RECEIVED
QUOTATION USED IN BID
YES/
NO
DATES
CONTACTED
YES/
NO
DOLLAR AMT. PROPOSED
TO BE SUBCONTRACTED
'Total dollar amount proposed to be subcontracted to TSB on this project $
List items by name to be subcontracted
Iowa City Municipal Airport - T51.119379
PROPOSAL ATTACHMENT
January 2020 PAGE 00410-7
YC4Wl3 ®PolronB Meek, I M17,AI c gm, axry
Airport Commission Agenda & Info Packet
Meeting Date_ Feb 13, 2D2D
INTENTIONALLY LEFT BLANK
Iowa City Municipal Airport - T51.119379
Page 6D of 136
PROPOSAL ATTACHMENT
January 2020 PAGE 00410-8
YC4Wl3 ®PolronB Meek, I M17,NI c ge , axry
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020
Page 61 of 136
PROPOSAL: PART G -IDENTITY OF BIDDER
The bidder shall indicate whether the bid is Submitted by a/an:
❑ Individual,
Sole Proprietorship
❑ Partnership
El
Corporation
Limited Liability Company
Joint -venture; all parties mustjoin-in and
execute all documents
Other
The bidder shall enter its Public
Registration Number _____-__
issued by the Iowa Commissioner of Labor
Pursuant Section 91C.5 of the Iowa Code.
Failure to provide said Registration
Number shall result in the bid being read
under advisement. A contract will not be
executed until the Contractor is registered.
Bidder
Signature
By
Name (Print/Type)
Title
Street Address
City, State, Zip Code
Telephone Number
Type or print the name and title of the company's
owner, president, CEO, etc. if a different person
than entered above
Name
Title
NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic
signatures will not be accepted.
Iowa City Municipal Airport - T51.119379
January 2020
PROPOSAL ATTACHMENT
PAGE 00410-9
VM413 0 Bolton & Menk, Inc. M17, Al Righ6 R cored
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 62 of 136
@3110131Is] kl/9IWd142111:3F-AUICJ
Iowa City Municipal Airport - T51.119379
PROPOSAL ATTACHMENT
January 2020 PAGE 00410-10
VM413 0 Bolton & Menk, Inc. M17, Al Righ6 R cored
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020
Page 63 of 136
All bidders must submit the following completed form to the governmental body requesting bids per
875Iowa Administrative Code Chapter 156.
Bidder Status Form
To be completed by all bidders Part A
Please answer "Yes" or "No" for each of the following:
❑ Yes ❑ No My company is authorized to transact business in Iowa.
(To help you determine if your company is authorized, please review the worksheet on the next page).
❑ Yes
❑ No
My company has an office to transact business in Iowa.
❑ Yes
❑ No
My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
❑ Yes
❑ No
My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this
project.
❑ Yes
❑ No
My company is not a subsidiary of another business entity or my company is a subsidiary of another business
entity that would qualify as a resident bidder in Iowa.
If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts
B and D of this form.
If you answered "No" to one or more questions above, your company is a non-resident bidder. Please complete
Parts C and D of this form.
To be completed by resident bidders Part B
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Dates:
(mm/dd/yyy)
To Address:
City, State, Zip:
Dates: To
(mm/dd/yyy)
Dates:
(mm/dd/yyy)
To
Address:
City, State, Zip:
Address:
City, State, Zip:
You may attach additional sheet(s) if needed.
To be completed by non-resident bidders Part C
1. Name of home state or foreign country reported to the Iowa Secretary of State:
2. Does your company's home state or foreign country offer preferences to bidders who are residents? ❑ Yes ❑ No
3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign countryand the
appropriate legal citation.
You may attach additional sheet(s) if needed.
To be completed by all bidders Part D
I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to
provide accurate and truthful information may be reason to reject my bid.
Firm Name:
Signature:
Iowa City Municipal Airport - T51.119379
January 2020
Date:
PROPOSAL ATTACHMENT
PAGE 00410-11
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 64 of 136
WORKSHEET: AUTHORIZATION TO TRANSACT BUSINESS
This worksheet may be used to help complete PartA of the Resident Bidder Status form. If at least one of the
following describes your business, you are authorized to transact business in Iowa.
❑Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor.
❑Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
❑Yes ❑ No My business is a general partnership orjoint venture. More than 50 percent of the general
partners or joint venture parties are residents of Iowa for Iowa income tax purposes
❑Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees
required bythe Secretary of State, has filed its most recent biennial report, and has not filed
articles of dissolution.
❑Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa,
the corporation has received a certificate of authority from the Iowa Secretary of State, has filed
its most recent biennial report with the Secretary of State, and has neither received a certificate
of withdrawal from the Secretary of state nor had its authority revoked.
❑Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled.
❑Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state
otherthan Iowa, has filed a statement of foreign qualification in Iowa and a statement of
cancellation has not been filed.
❑Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a
certificate of limited partnership in this state, and has not filed a statement of termination.
❑Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of
limited partnership is filed in a state other than Iowa, the limited partnership or limited liability
limited partnership has received notification from the Iowa Secretary of state that the
application for certificate of authority has been approved and no notice of cancellation has been
filed by the limited partnership or the limited liability limited partnership.
❑Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and
has not filed a statement of termination.
❑Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state
other than Iowa, has received a certificate of authority to transact business in Iowa and the
certificate has not been revoked or canceled.
Iowa City Municipal Airport - T51.119379
PROPOSAL ATTACHMENT
January 2020 PAGE 00410-12
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020
Page 65 of 136
FUEL FACILITY EXPANSION
Iowa City Municipal Airport
Iowa City, Iowa
PROPOSAL ATTACHM ENT: PART C— BID ITEMS AND QUANTITIES
This is a UNIT BID PRICE CONTRACT. The bidder must provide the Unit Bid Price, the total Bid Price, and the Total Bid Amount;
in case of discrepancy, the Unit Bid Price governs. The Quantities shown on the Proposal Attachment: Part C— Bid Items and
quantities are approximate only, but are considered sufficiently adequate for the purpose of comparing bids. The Jurisdiction
shall only use the Total Base Bid Amount for comparison of bids
BASE BID ITEMS AND QUANTITIES
ITEM
NO.
DESCRIPTION
UNIT
APPROX.
QUANTITY
UNIT
PRICE
AMOUNT
1
MOBILIZATION
LS
1
2
TEMPORARY TRAFFIC CONTROL
LS
1
3
12,000 GALLON JET FUEL TANK, COMPLETE, IN PLACE
EA
1
4
JET FUEL SYSTEM — CONNECT NEW TANK TO EXISTING
CABINETS
LS
1
5
PCC TANK PAD, 12" THICK
SY
71
6
PCC SIDEWALK, 4" THICK
SY
18
7
BOLLARDS
EA
4
8
NEW CREDIT CARD READER SYSTEM
EA
2
9
SYSTEM TESTING AND STARTUP
LS
1
TOTAL BASE BID AMOUNT $
TOTAL BASE BID WRITTEN AMOUNT:
BID ALTERNATE NO. 1 ITEMS AND QUANTITIES
ITEM
NO.
DESCRIPTION
UNIT
APPROX.
QUANTITY
UNIT
PRICE
AMOUNT
A-1
3-LINE DISPLAY FOR CREDIT CARD READER SYSTEM
EA
2
TOTAL BID ALTERNATE NO. 1 AMOUNT $
TOTAL BID ALTERNATE NO. 1 WRITTEN AMOUNT:
NOTE: IT IS UNDERSTOOD THAT THE ABOVE QUANTITIESARE ESTIMATED FORTHE PURPOSE OFTHIS BID. ALL QUANTITIES ARE SUBJECT
TO REVISION BY THE OWNER. QUANTITY CHANGES WHICH AMOUNT TO TWENTY (20) PERCENT OR LESS OF THE TOTAL BID SHALL NOT
AFFECT THE UNIT PRICE BID.
Bidder Name
Iowa City Municipal Airport - T51.119379
PROPOSAL ATTACHMENT
January 2020 PAGE 00410-13
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 66 of 136
INTENTIONALLY LEFT BLANK
Iowa City Municipal Airport - T51.119379
PROPOSAL ATTACHMENT
January 2020 PAGE 00410-14
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 67 of 136
BID BOND
FUEL FACILITY EXPANSION
Iowa City Municipal Airport
Iowa City, Iowa
KNOW ALL BY THESE PRESENTS:
That we, as Principal, and
as Surety, are held and firmly bound unto, City of Iowa City, Iowa as Obligee, (hereinafter referred
to as "the Jurisdiction'), in the penal sum of
dollars ($ ), lawful money of the United States, for which payment said
Principal and Surety bind themselves, their heirs, executors, administrators, successors, and assigns jointly and severally,
firmly by these presents.
The condition of the above obligation is such that whereas the Principal has submitted to the Jurisdiction a certain proposal,
in a separate envelope, and hereby made a part hereof, to enter into a contract in writing, for the following described
improvements;
PROJECT DESCRIPTION: Construct an upgrade to the airport aircraft fueling system, including adding one (1) new 12,000
gallon above -ground fuel storage tank for Jet Fuel. Project includes concrete pad for tank, furnishing and installing the new
tank on the pad, protective bollards (if required), piping from the newjet fuel tank to the existingjet fuel cabinet, and piping
as necessary to connect the new jet fuel tank to the remote "self -fueling' jet fuel cabinet north of the tank location.
Replacement of both existing credit card readers with new credit card readers is also included in this project.
The Surety hereby stipulates and agrees that the obligations of said Surety and its bond shall be in noway impaired or affected
by any extension of the time within which the Jurisdiction may accept such bid or execute such Contract; and said Surety does
hereby waive notice of any such extension.
In the event that any actions or proceedings are initiated with respect to this Bond, the parties agree that the venue thereof
shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction against the Surety or Principal to enforce
the provisions of the bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Surety or
Principal agrees to pay the Jurisdiction all damages, costs, and attorney fees incurred by enforcing any of the provisions of
this Bond. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be
in addition to all rights, powers and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against Surety
for any amount guaranteed hereunder whether action is brought against Principal or whether Principal is joined in any such
action or actions or not.
NOW, THEREFORE, if said proposal bythe Principal be accepted, and the Principal shall enter into a contract with Jurisdiction
in accordance with the terms of such proposal, including the provision of insurance and of a bond as may be specified in the
contract documents, with good and sufficient surety for the faithful performance of such contract, for the prompt payment
of labor and material furnished in the prosecution thereof, and forthe maintenance of said improvements as may be required
therein, then this obligation shall become null and void; otherwise, the Principal shall pay to the Jurisdiction the full amount
of the bid bond, together with court costs, attorneys fees, and any other expense of recovery.
Iowa City Municipal Airport - T51.119379 BID BOND
January 2020 PAGE 00420-1
V011510 0 Bolton & Menk, Inc. M17, Al Righu R cored
Signed and sealed this
SURETY:
Surety Company
By
Signature Attorney-in-Fact/Officer
Name of Attorney-in-Fact/Officer
Company Name
Company Address
City, State, Zip Code
Company Telephone Number
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020
day of
PRINCIPAL:
Bidder
By
Signature
Name (Print/Type)
Title
Address
City, State, Zip Code
Telephone Number
20
Page 68 of 136
NOTE: All signatures on this bid bond must be original signatures in ink; copies or facsimile of any signature will not be
accepted. This bond must be sealed with the Surety's raised, embossing seal or official adhesive seal. The Certificate or
Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal
or official adhesive seal.
Iowa City Municipal Airport - T51.119379
January 2020
BID BOND
PAGE 00420-2
V011510 0 Bolton & Menk, Inc. M17, Al Righu R cored
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 69 of 136
CONTRACT
FUEL FACILITY EXPANSION
Iowa City Municipal Airport
Iowa City, Iowa
THIS CONTRACT, made and entered into at the Iowa City Municipal Airport, this
by and between the Iowa City Airport Commission, Iowa City, Iowa hereinafter called the
, hereinafter called the "Contractor".
WITNESSETH:
day of
Jurisdiction". and
2020,
The Contractor hereby agrees to complete the work comprising the "Fuel Facility Expansion" project, as specified in the
contract documents, which are officially on file with the Jurisdiction, in the office of the City Clerk, City of Iowa City, Iowa,
410 East Washington Street, Iowa City, Iowa, Iowa. This contract includes all such contract documents. All work under this
contract shall be constructed in accordance with the SUDAS Standard Specifications, 2019 Edition, and as further modified
by the supplemental specifications and special provisions included in said contract documents, and the Contract Attachment
which is attached hereto. The Contractor further agrees to complete the work in strict accordance with said contract
documents, and to guarantee the work as required by law, for the time required in said contract documents, after its
acceptance by the Jurisdiction.
This contract is awarded and executed for completion of the work specified in the contract documents for the bid prices
shown on the Contract Attachment: Bid Items and Quantities which were proposed by the Contractor in its proposal
submitted in accordance with the Notice to Bidders and Notice of Public Hearing for the following described improvements:
PROJECT DESCRIPTION: Construct an upgrade to the airport aircraft fueling system, including adding one (1) new 12,000
gallon above -ground fuel storage tankfor Jet Fuel. Project includes concrete pad for tank, furnishing and installingthe new
tank on the pad, protective bollards (if required), piping from the newjet fuel tank to the existing jet fuel cabinet, and piping
as necessary to connect the new jet fuel tank to the remote "self -fueling' jet fuel cabinet north of the tank location.
Replacement of both existing credit card readers with new credit card readers is also included in this project.
The Contractor agrees to perform said work for and in consideration of the Jurisdiction's payment of the bid amount of
dollars ($ ), which amount shall constitute the required
amount of the performance, maintenance, and payment bond. The Contractor hereby agrees to commence work as stated
in the written Notice to Proceed; and substantially complete the work on or before August 31, 2020; and to pay liquidated
damages for noncompliance with said completion provisions at a rate of Two Hundred Fifty Dollars ($250.00) for each
Calendar Day that the work remains incomplete.
Iowa City Municipal Airport - T51.119379 CONTRACT
January 2020 PAGE 00500-1
V011510 0 Bolton & Menk, Inc. M17, Al Righu R cored
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 70 of 136
IN WITNESS WHEREOF, the Parties hereto have executed this instrument, in triplicate on the date first shown written.
JURISDICTION: Iowa City Airport Commission CONTRACTOR:
By
(Seal)
ATTEST:
Iowa City Municipal Airport - T51.119379
By
Contractors Contact Name
Contractors Title
Street Address
City, State, Zip Code
Telephone
CONTRACT
January 2020 PAGE 00500-2
V011510 0 Bolton & Menk, Inc. M17, Al Righu R cored
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 71 of 136
CONTRACTOR PUBLIC REGISTRATION INFORMATION To Be Provided By:
1. All Contractors: The Contractor shall enter its Public Registration No. issued by the Iowa Commissioner of
Labor pursuant to Section 91C.5 of the Iowa Code.
2. Out -of -State Contractors:
A. Pursuant to Section 91C.7 of the Iowa Code, an out-of-state contractor, before commencing a contract in
excess of five thousand dollars in value in Iowa, shall file a bond with the division of labor services of the
department of workforce development. The contractor should contact 515-242-5871 for further
information. Prior to contract execution, the Jurisdictional Engineer may forward a copy of this contract to
the Iowa Department of Workforce Development as notification of pending construction work. It is the
contractors responsibility to comply with said Section 91C.7 before commencing this work.
B. Prior to entering into contract, the designated low bidder, if it be a corporation organized under the laws
of a state other than Iowa, shall file with the Jurisdictional Engineer a certificate from the Secretary of the
State of Iowa showing that it has complied with all the provisions of Chapter 490 of the Code of Iowa, or as
amended, governing foreign corporations. For further information contact the Iowa Secretary of State
Office at 515-281-5204.
Bond No
Name of Surety
NOTE: All signatures on this contract must be original signatures in ink; copies or facsimile of any signature will not be
accepted.
CORPORATE ACKNOWLEDGMENT
State of
County
SS
On this day of 2020, before me, the undersigned, a Notary Public in and for the State of
personally appeared and , to me known, who, being by me
duly sworn, did say that they are the and respectively, of the
corporation executing the foregoing instrument; that (no seal has been procured by) (the seal affixed thereto is the seal of)
the corporation; that said instrument was signed (and sealed) on behalf of the corporation by authority of this Board of
Directors; that and acknowledged the execution of the instrument
to be the voluntary act and deed of the corporation, by it and by them voluntarily executed.
Notary Public in and for the State of
My commission expires
Iowa City Municipal Airport - T51.119379
,20
CONTRACT
January 2020 PAGE 00500-3
V011510 0 Bolton & Menk, Inc. M17, Al Righu R cored
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020
Page 72 of 136
PARTNERSHIP ACKNOWLEDGMENT
State of
County
SS
On this day of 2017, before me, the undersigned, a Notary Public in and for the State of
personally appeared to me personally known, who being by me duly sworn, did say
that the person is one of the partners of a partnership, and that the instrument was signed on
behalf of the partnership by authority of the partners and the partner acknowledged the execution of the instrument to be
the voluntary act and deed of the partnership by it and by the partner voluntarily executed.
Notary Public in and for the State of
My commission expires
INDIVIDUAL ACKNOWLEDGMENT
State of
County
SS
20,
On this day of 2017, before me, the undersigned, a Notary Public in and for the State of
personally appeared and to me known to be the
identical person(s) named in and who executed the foregoing instrument, and acknowledged that (he) (she) (they) executed
the instrument as (his) (her) (their) voluntary act and deed.
Notary Public in and for the State of
My commission expires
LIMITED LIABILITY COMPANY ACKNOWLEDGMENT
State of
County
SS
20,
On this day of 2017, before me a Notary Public in and for said county, personally appeared
to me personally known, who being by me duly sworn did say that person is of said
that (the seal affixed to said instrument is the seal of said OR no seal has been procured by the
said) and that said instrument was signed and sealed on behalf of the said
by authority of its managers and the said acknowledged the execution of
said instrument to be the voluntary act and deed of said by it voluntarily executed.
Notary Public in and for the State of
My commission expires
Iowa City Municipal Airport - T51.119379
20,
CONTRACT
January 2020 PAGE 00500-4
V011510 0 Bolton & Menk, Inc. M17, Al Righu R cored
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 73 of 136
CONTRACT ATTACHMENT: ITEM 1: GENERAL - NONE
CONTRACT ATTACHMENT: ITEM 2: BID ITEMS AND, QUANTITIES
THIS CONTRACT IS AWARDED AND EXECUTED FOR COMPLETION OF THE WORK SPECIFIED IN THE CONTRACT DOCUMENTS
FOR THE BID PRICES TABULATED BELOW AS PROPOSED BY THE CONTRACTOR IN ITS PROPOSAL SUBMITTED IN ACCORDANCE
WITH NOTICE TO BIDDERS AND NOTICE OF PUBLIC HEARING. ALL QUANTITIES ARE SUBJECT TO REVISION BY THE
JURISDICTION. THE JURISDICTION RESERVES THE RIGHT TO ADJUST QUANTITIES AS NECESSARY TO MAXIMIZE FUNDS
BUDGETED FOR THIS PROJECT.
Iowa City Municipal Airport - T51.119379
CONTRACT
January 2020 PAGE 00500-5
V011510 0 Bolton & Menk, Inc. M17, Al Righu R cored
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 74 of 136
INTENTIONALLY LEFT BLANK
Iowa City Municipal Airport - T51.119379
CONTRACT
January 2020 PAGE 00500-6
V011510 0 Bolton & Menk, Inc. M17, Al Righu R cored
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020
Page 75 of 136
PERFORMANCE, PAYMENT AND MAINTENANCE BOND
FUEL FACILITY EXPANSION
Iowa City Municipal Airport
Iowa City, Iowa
KNOW ALL BY THESE PRESENTS:
That we,
"Contractor" or "Principal" and
unto
and to all persons who may be injured by any breach of any
as Principal (hereinafter the
as Surety are held and firmly bound
as Obligee (hereinafter referred to as "the Jurisdiction"),
of the conditions of this Bond in the penal sum of
DOLLARS
($ ), lawful money of the United States, for the payment of which sum, well and truly to be made, we
bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents.
The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction,
bearing date the day of hereinafter the "Contract') wherein said Contractor
undertakes and agrees to construct the following described improvements:
PROJECT DESCRIPTION: Construct an upgrade to the airport aircraft fueling system, including adding one (1) new 12,000
gallon above -ground fuel storage tank for Jet Fuel. Project includes concrete pad for tank, furnishing and installing the new
tank on the pad, protective bollards (if required), piping from the newjet fuel tank to the existingjet fuel cabinet, and piping
as necessary to connect the new jet fuel tank to the remote "self -fueling' jet fuel cabinet north of the tank location.
Replacement of both existing credit card readers with new credit card readers is also included in this project.
and to faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and
workmanlike manner, and in accordance with the Contract Documents. Provided, however, that one year after the date of
acceptance as complete of the work under the above referenced Contract, the maintenance portion of this Bond shall
continue in force for the stated maintenance period.
It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this
Bond and are binding upon said Contractor and Surety, to -wit:
PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill and abide by each and every covenant,
condition and part of said Contract and Contract Documents, by reference made a part hereof, for the above referenced
improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the J urisdiction
by reason of the Contractors default of failure to perform as required. The Contractor shall also be responsible for the default
or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or
employees furnishing materials or providing labor in the performance of the Contract.
PAYMENT: The Contractor and the Surety on this Bond are hereby agreed to pay all just claims submitted by persons, firms,
subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account
of which this Bond is given, including but not limited to claims forall amounts due for labor, materials, lubricants, oil, gasoline,
repairs on machinery, equipment and tools, consumed or used by the Contractor or any subcontractor, wherein the same
are not satisfied out of the portion of the contract price which the Jurisdiction is required to retain until completion of the
improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of
said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and
Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573, Code of Iowa, which by this
reference is made a part hereof as though fully set out herein.
Iowa City Municipal Airport -T51.119379 PERFORMANCE, PAYMENT AND MAINTENANCE BOND
January 2020 PAGE 00610-1
V011510 0 Bolton & Menk, Inc. M17, Al Righu R cored
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 76 of 136
MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense
To remedy any and all defects that may develop in or result from work to be performed under the Contract within the 4-year
period for all work, from the date of acceptance of the work under the Contract, by reason of defects in workmanship or
materials used in construction of said work;
To keep all work in continuous good repair, and
To paythe Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay
the Jurisdiction all outlay and expense incurred as a result of Contractors and Suretys failure to remedy any defect as
required by this section.
Contractors and Suretys agreement herein made extends to defects in workmanship or materials not discovered or known
to the Jurisdiction at the time such work was accepted.
GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the
following provisions:
To consent without notice to any extension of time to the Contractor in which to perform the Contract;
To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract
price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more
than twenty percent of the total contract price, and that this bond shall then be released as to such excess increase; and
To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether
completed within the specified contract period, within an extension thereof, or within a period of time after the contract
period has elapsed and the liquidated damage penalty is being charged against the Contractor.
The Contractor and every Surety on the bond shall be deemed and held bound, any contract to the contrary notwithstanding,
to the following provisions:
That no provision of this Bond or of any other contract shall be valid which limits to less than five years after the acceptance
of the work under the Contract the right to sue on this Bond.
That as used herein, the phrase "all outlay and expense' is not to be limited in any way, but shall include the actual and
reasonable costs and expenses incurred by the Jurisdiction including interest, benefits and overhead where applicable.
Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment
usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff
attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and
Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractors failure
to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract
and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully
indemnified so that itwill be put into the position it would have been in had the Contract been performed in the first instance
as required.
In the event the Jurisdiction incurs any "outlay and expense' in defending itself with respect to any claim as to which the
Contractor or Surety should have provided the defense, or in the enforcement of the promises given bythe Contractor in the
Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor
and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and
expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond.
In the event that any actions or proceedings are initiated with respect to this Bond, the parties agree that the venue thereof
shall be Johnson County, State of Iowa. If legal action is required bythe Jurisdiction to enforce the provisions of this Bond or
to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly and
severally, to paythe Jurisdiction all outlay and expense incurred therefor bythe Jurisdiction. All rights, powers, and remedies
of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers and remedies
given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether
action is brought against the Contractor or whether Contractor is joined in any such action or actions or not.
Iowa City Municipal Airport -T51.119379 PERFORMANCE, PAYMENT AND MAINTENANCE BOND
January 2020 PAGE 00610-2
V011510 0 Bolton & Menk, Inc. M17, Al Righu R cored
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 77 of 136
NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the
Principal, as set forth and provided in the Contract, in the Contract Documents, and in this Bond, then this obligation shall be
null and void, otherwise it shall remain in full force and effect.
When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond, the
Contract, or the Contract Documents; second, if not defined in the Bond, Contract, or Contract Documents, it shall be
interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall
be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no
generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or
customary usage.
Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder.
The Contract and Contract Documents are hereby made a part of this Bond.
Iowa City Municipal Airport -T51.119379 PERFORMANCE, PAYMENT AND MAINTENANCE BOND
January 2020 PAGE 00610-3
V011510 0 Bolton & Menk, Inc. M17, Al Righu R cored
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020
Page 78 of 136
Project No.
(CON'T— PERFORMANCE, PAYMENT AND MAINTENANCE BOND)
Witness our hands, in triplicate, this day of
Surety Countersigned By:
Signature of Iowa Resident Commission Agent as
Prescribed by Chapter 515.52-57, Iowa Code.
(Require only if Attorney -in -Fact is not also an
Iowa Resident Commission Agent). By:
Name of Resident Commission Agent
Company Name
Company Address
City, State, Zip Code By:
Company Telephone Number
PRINCIPAL:
Contractor
Signature
Title
SURETY:
Surety Company
Signature Attorney -in -Fact Officer
Name of Attorney -in -Fact Officer
Company Name
Company Address
City, State, Zip Code
Company Telephone Number
NOTE: All signatures on this Performance, Maintenance & Payment Bond must be original signatures in ink, copies or
facsimile of any signature will not be accepted. This bond must be sealed with the Surety's raised, embossing seal or official
adhesive seal. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the
Surety's raised, embossing seal or official adhesive seal
Iowa City Municipal Airport - T51.119379
January 2020
PERFORMANCE, PAYMENT AND MAINTENANCE BOND
PAGE 00610-4
V011510 0 Bolton & Menk, Inc. M17, Al Righu R cored
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 79 of 136
SPECIAL PROVISIONS
for
FUEL FACILITY EXPANSION
Iowa City Municipal Airport
Iowa City, Iowa
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 80 of 136
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 81 of 136
F19xy1e11119:Z.lv67Is] a61
FOR
PART 1 - GENERAL REQUIREMENTS
INDEX
1. DEFINITION AND INTENT
2. GENERAL PROVISIONS AND COVENANTS
3. WORK REQUIRED
4. SALVAGE OF MATERIALS AND EQUIPMENT
5. PLANS AND SPECIFICATIONS
6. CONSTRUCTION FACILITIES
7. SUBMITTALS
8. STANDARDS AND CODES
9. SOIL BORINGS
10. CONSTRUCTION ON HIGHWAY RIGHT-OF-WAY
11. EMPLOYMENT PRACTICES
12. WORK HOURS/COMMUNITY EVENTS
13. DUSTABATEMENT
14. QUANTITIES
15. MAINTENANCE BOND AND WARRANTY PERIODS
16. MATERIALS TESTS
17. FIELD TESTS
18. MEASUREMENT AND PAYMENT
19. INCIDENTAL CONTRACT ITEMS
1. DEFINITION AND INTENT
A. The Technical Specifications that apply to the materials and construction practices for this project are
defined as follows:
1. The 2019 Edition of the SUDAS Standard Specifications, except as modified by these Special
Provisions to the Technical Specifications.
2. Omissions of words or phrases such as "the Contractor shall", "in accordance with", "shall be", "as
noted on the Plans", "according to the Plans", "a", "an", "the" and "all" are unintentional; supply
omitted words or phrases by inference.
3. "Owner', and "City" shall mean the Iowa City Airport Commission, acting through the City Council
of the City of Iowa City, Iowa.
Iowa City Municipal Airport - T51.119379 SPECIAL PROVISIONS - PART 1
GENERAL REQUIREMENTS
January 2020 PAGE 00800 -1
V092013 0 Rdton & Menk. Inc. 2017, All Rights Risen d
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 82 of 136
2.
3.
4.
4. 'Person' shall mean any individual, partnership, limited partnership, joint venture, society,
association, joint stock company, corporation, limited liability company, estate, receiver, trustee,
assignee, or referee, whether appointed by a court or otherwise, and any combination of
individuals.
5. "Engineer' shall mean the Iowa City Airport Commission of Iowa City, Iowa or designated agent.
6. The intent of the Technical Specifications is to describe the construction desired, performance
requirements, and standards of materials and construction.
7. "Standard Drawings" shall mean the Figures bound within the SUDAS Standard Specifications
and/or the Typical Drawings bound within the plans.
8. "Work" shall mean the workto be done and the equipment, supplies, and materials tobefurnished
under the contract unless some other meaning is indicated by the context.
9. "Or equal' shall follow manufacturers names used to establish standards and, if not stated, is
implied.
B. Engineer: Bolton & Menk, Inc., 855 Wright Brothers Blvd. SW, Suite 2A, Cedar Rapids, IA 52404, (319) 362-
3219.
GENERAL PROVISIONS AND COVENANTS
A. The general provisions and covenants, Division 1 of the 2019 SUDAS Standard Specifications are modified
as follows:
1. Section 1020.1.09B, Unit Price Attachment.
A computer generated unit price attachment may be submitted by the Bidder as specified by this
Section.
2. Section 1050.1.05 Shop Drawings, Certificates and Equipment Lists.
The Contractor shall submit a minimum of three (3) copies plus any additional required by the
Contractor.
WORK REQUIRED
A. Work under this contract includes all materials, equipment, transportation, traffic control and associated
workforthe construction of the "Fuel Facility Expansion" project, as described in the Official Publication.
B. This project consists of one contract for all work described.
C. The construction work will need to be phased to facilitate timely construction of the improvements.
SALVAGE OF MATERIALS AND EQUIPMENT
A. The Iowa City Airport Commission retains first right of refusal for retaining any existing materials removed
by the construction.
B. The Contractor shall carefully remove, in a manner to prevent damage, all materials and equipment
specified or indicated as salvage. The Contractor shall protect and store items specified.
C. Any items damaged in removal, storage, or handling through carelessness or improper procedures shall be
replaced by the Contractor in kind with new items.
Iowa City Municipal Airport - T51.119379
SPECIAL PROVISIONS - PART 1
GENERAL REQUIREMENTS
January 2020 PAGE 00800 - 2
V092013 0 Rdton & Menk Inc. 2017, All Rights Risen d
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020
Page 83 of 136
5.
rl
7
PLANS AND SPECIFICATIONS
A. The Owner will furnish 5 sets of plans and specifications to the Contractor after award of the contract. The
Contractor shall compensate the Owner for printing costs for additional copies required.
B. Provide one set of plans and specifications for each foreman and superintendent in charge of each crew on
thejob.
CONSTRUCTION FACILITIES
A. Provide telephone numbers where Contractor's representative can be reached during work days and on
nights and weekends in event of emergency.
B. Provide and maintain suitable sanitary facilities for construction personnel for duration of work; remove
upon completion of work.
C. Do not store construction equipment, employee's vehicles, or materials on streets open to traffic. Location
for storage of equipment by Contractors is subject to approval of Engineer.
D. The Contractor shall provide suitable storage facilities necessary for proper storage of materials and
equipment.
E. The Contractor will be required to make arrangements for all services required during the construction
period and pay for such services at no additional cost to the Owner.
SUBMITTALS
A. Provide construction schedule showing dates of starting and completing various portions of work.
B. Submit the following information for Engineer's review. Provide 3 copies plus copies required by
Contractor. This information shall be submitted to the Engineer at the preconstruction conference or at
least 14 days prior to utilization of the particular item on this project.
1. Testing reports.
2. Manufacturer's data for materials that are to be permanently incorporated into the project.
3. Details of proposed methods of any special construction required.
4. Submit purchase orders and subcontracts without prices.
5. Such other information as the Engineer may request to insure compliance with contract
documents.
C. Provide Traffic Control and staging plan (3 copies)
STANDARDS AND CODES
A. Construct improvements with best present day construction practices and equipment.
B. Conform with and test in accordance with applicable sections of the following standards and codes.
1. American Association of State Highway and Transportation Officials (AASHTO).
2. American Society for Testing and Materials (ASTM).
3. Iowa Department of Transportation Standard Specifications (Iowa DOT).
4. American National Standards Institute (ANSI).
5. American Water Works Association (AWWA).
6. American Welding Society (AWS).
Iowa City Municipal Airport - T51.119379
SPECIAL PROVISIONS - PART 1
GENERAL REQUIREMENTS
January 2020 PAGE 00800 - 3
V092013 0 Rdton & Menk. Inc. 2017, All Rights Risen d
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 84 of 136
10.
11.
12
13.
7. Federal Specifications (FS).
8. Iowa Occupational Safety and Health Act of 1972 (IOSHA).
9. Manual of Accident Prevention in Construction by Associated General Contractors of America, Inc.
(AGC).
10. Standards and Codes of the State of Iowa and the ordinances of the City of Iowa City, Iowa, Iowa.
11. Other standards and codes which may be applicable to acceptable standards of the industry for
equipment, materials and installation under the contract.
SOIL BORINGS
A. No soil borings were completed for this project.
CONSTRUCTION ON HIGHWAY RIGHT-OF-WAYS
A. All work on this project will be within City Right -of -Way, Easements or Public Property.
EMPLOYMENT PRACTICES
A. Neither the Contractor nor the Contractors Subcontractors shall employ any person whose physical or
mental condition is such that this employment will endanger the health and safety of anyone employed on
the Project.
B. The Contractor shall not commit any of the following employment practices and agrees to include the
following clauses in any Subcontracts:
1. To discharge from employment or refuse to hire any individual because of sex, race, color, religion,
national origin, sexual orientation, marital status, age, or disability unless such disability is related
to job performance of such person or employee.
2. To discriminate against any individual in terms, conditions, or privileges or employment because
of sex, race, color, religion, national origin, sexual orientation, marital status, age, or disability
unless such disability is related to job performance of such person or employee.
WORK HOURS/COMMUNITY EVENTS
A. The Contractor will be required to limit the Contractors work hours on the Project from 7:00 a.m. to 7:00
p.m., Monday through Saturday, unless otherwise directed by the Engineer.
B. The following Community Events are scheduled. Contractor is required to coordinate with the Owner as
needed to allow use of adjacent public property.
1. None known at this time.
DUST ABATEMENT
A. The Contractor shall make a reasonable effort to assure dust does not become a problem. The Engineer
reserves the right to stop Contractors operations whenever dust becomes a problem on the Project and
direct the Contractor to revise operations to solve the dust problem.
Iowa City Municipal Airport - T51.119379
SPECIAL PROVISIONS - PART 1
GENERAL REQUIREMENTS
January 2020 PAGE 00800 -4
V092013 0 Bdton & Menk. Inc. 2017, All Rights Risen d
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020
Page 85 of 136
14.
15.
16.
17
QUANTITIES
A. The Contractor is to realize some of the quantities on this Project are best estimates and may vary from
actual conditions at time of construction of the Project. Quantities must be regarded as approximate only,
and are given as a guide to the Bidder and for comparison of Bids. The Owner reserves the right to increase
or decrease these quantities as designated in the Contract, and the Contractorwill be paid for only as much
work as the Contractor is required to do by the Owner at the unit price stated in the Proposal.
LTAI_11LIIIgki/_1kitoWis] kiUL1kiU]h4_1a:L1ki Ira 9aaP7kb"
A. The requirements of the Payment, Performance and Maintenance Bond warranty period are modified as
follows:
1. To remedy any and all defects that may develop in or result from workto be performed underthe
Contract within the of 4-year period for all work, from the date of acceptance of the work under
the Contract, by reason of defects in workmanship or materials.
2. Warranties shall be the greater of the following: A minimum of 4 years for all paving and/or
concrete work, and for all equipment, the manufacturers standard warrantyor as required in later
sections, but in no case shall any warranty be less than 4 years.
MATERIALS TESTS
A. Material testing is as specified for construction and will be completed by an independent testing laboratory
retained by the Contractor and approved by the Engineer. Testing shall meet the requirements of the
SUDAS Standard Specifications.
B. Coordinate all material testing with the Engineer.
C. Provide transportation of all samples to the laboratory.
D. Do not ship materials to the project site until laboratory tests have been furnished showing compliance of
materials with specifications.
E. Provide gradation and materials certifications for all granular materials. Certify that sources of Portland
Cement and aggregates are Iowa DOT approved.
F. Certify that materials and equipment are manufactured with applicable specifications.
FIELD TESTS
Testing shall meet the requirements of the SUDAS Standard Specifications. Owner/Contractor testing responsibility
is as follows:
A. Testing Responsibility
1. Owner
(a) Division 2, Earthwork, Section 3.09 - Field Quality Control.
B. If test results do not meet those specified, the Contractor shall make necessary corrections and repeat
testing to demonstrate compliance with the specifications. Contractor shall pay all costs for retesting.
18. MEASUREMENT AND PAYMENT
A. Contract unit or lump sum prices are full compensation for furnishing all materials, equipment, tools,
transportation, and labor necessary to construct and complete each item of work as specified. No separate
payment will be made for work included in this project except asset forth in the bid item reference notes.
Referto the C sheets for bid items reference notes. All other items of work are incidental to construction.
Iowa City Municipal Airport - T51.119379 SPECIAL PROVISIONS - PART 1
GENERAL REQUIREMENTS
January 2020 PAGE 00800 - 5
V092013 0 Rdton & Menk. Inc. 2017, All Rights Risen d
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020
Page 86 of 136
19. INCIDENTAL CONTRACT ITEMS
A. The following list includes major items that are incidental to the project and will not be paid for as separate
bid items. Other items may be designated as incidental under certain bid items.
• Concrete header removal
• Connections to existing storm sewer structures and pipes unless specified for separate payment
• Construction and removal of temporary access roads
• Construction fencing
• Construction staging & phasing
• Coordination and cooperation with affected property owners
• Coordination and cooperation with the City of Iowa City, Iowa
• Coordination and cooperation with other Contractors
• Coordination and cooperation with other projects in the area
• Coordination and cooperation with utility companies
• Dewateringand handling storm water flow during construction
• Dust control measures
• Engineering Fabric
• Excavation, verification and protection of existing utilities
• Field and wood fence removal
• Field testing
• Finish grading
• Full depth sawcutting of existing pavement
• Grading for storm sewer outlets
• Granular backfill and bedding for storm and sanitary sewer installation
• Granular surfacing removal
• Maintenance and watering for seeding and sodding
• Maintenance of erosion control measures, including silt removal
• Material testing
• Monitoring weather conditions
• Mowing
• Overhaul
• Pipe and structure bedding material
• Porous backfill for subdrain
• Proof rolling
• Protection of existing hydrant(s) and valve(s)
• Protection of existing trees and plantings not shown as removals
• Protection of existing utilities and light poles
• Removing and reinstalling existing signs
• Reseeding
• Site cleanup/restoration
• Temporary safety closures
• Temporary sheeting and shoring
• Water valve removal
• Working backfill to reduce moisture content
• Working subgrade to achieve acceptable moisture content
• Wrapping of storm sewer pipe joints
****END OF SECTION****
Iowa City Municipal Airport - T51.119379
SPECIAL PROVISIONS - PART 1
GENERAL REQUIREMENTS
January 2020 PAGE 00800 - 6
V092013 0 Bdton & Menk. Inc. 2017, All Rights Risen d
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 87 of 136
1.
SPECIAL PROVISIONS
FOR
PART 2 — SPECIAL CONSTRUCTION
INDEX
1. GENERAL
2. EXISTING UTILITIES
3. PROJECT SUPERVISION
4. COORDINATION WITH OTHERS
5. CONSTRUCTION LIMITS
6. CONSTRUCTION SCHEDULE
7. CONSTRUCTION PHASING
8. CONSTRUCTION STAKING
9. CONSTRUCTION SURVEY DOCUMENTATION & RESPONSIBILITIES OF ENGINEERAND CONTRACTOR
10. DISPOSAL
11. EROSION/POLLUTION PREVENTION PLAN
12. DEWATERING
13. TRAFFICCONTROL
14. TEMPORARY FENCES
15. RESPONSIBILITY OF CONTRACTOR
16. EARTHWORK
17. SUBGRADE PREPARATION
19. P.C.C. PAVING
20TRENCH BACKFIDervcA rlrc
21. SANITARY SEWER IMPROVEMENTS
22. WATER MAIN IMPROVEMENTS-
GENERAL
A. Procedures outlined herein are not intended to fully cover all special construction procedures but
are offered as an aid to the Contractor in planning work.
B. Cooperate with the Owner and the Engineer to minimize inconvenience to property owners, other
jurisdictions and motorists and to prevent delays in construction and interruption to continuous
operation of utility services and site access.
C. The Contractor is expected to provide adequate personnel and equipment to perform work within
specified time of construction.
Iowa City Municipal Airport - T51.119379
SPECIAL PROVISIONS - PART 2
SPECIAL CONSTRUCTION
V121712 ® Bolton & Menk, Inc. 2M7, All Rights Reserved
January 2020 PAGE 00900 -1
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020
Page 88 of 136
2.
3.
D. Install and maintain orange safety fence around all open trenches or open structures when left
unattended.
E. Provide surface restoration and clean up as construction progresses.
EXISTING UTILITIES
A. Location of utility lines, mains, cables and appurtenances shown on plans are from information
provided by utility companies and records of the Owner.
B. Prior to construction, contact all utility companies and have all utility lines and services located.
The Contractor is responsible for excavating and exposing underground utilities in orderto confirm
their locations ahead of the work.
C. Contractor is solely responsible for damage to utilities or private or public property due to utility
disruption.
D. The Contractor shall notify utility company immediately if utility infrastructure is damaged during
construction.
E. With the exception of water lines, utility companies will relocate utility infrastructure in direct
conflict with line and grade of the work during construction. Support and protect all utilities that
are not moved.
F. Utility services are not generally shown on plans; protect and maintain services during
construction. Notify Jurisdiction and affected property Jurisdictions 48 hours prior to any planned
utility service interruptions.
G. If utility work does occur during the construction period, work schedules from the contractor and
from the utility companies will be submitted to the Engineer for coordination to obtain mutual
acceptable schedules, if possible.
H. Existing utilities shall remain in substantially continuous operation during construction. Select the
order and methods of construction that will not interfere with the operation of the utility systems.
Interrupt utility services onlywith approval of Jurisdiction and Engineer.
I. No claims for additional compensation or time extensions will be allowed to the Contractor for
interference or delay caused by utility companies.
PROJECT SUPERVISION
A. The Prime Contractor shall be represented in person at the construction site at all times that
construction operations are proceeding by a qualified superintendent or other designated,
qualified representative capable of providing adequate supervision. The superintendent or
representative must be duly authorized to receive and execute instructions, notices and written
orders from the Engineer.
B. Issues that arise during construction relating to traffic control and construction staging, etc. are
the responsibility of the Prime Contractor.
C. Weekly progress meetings, if specified at the preconstruction conference, with the Contractor,
Engineer and Jurisdiction will be held at the project site to review the updated project schedule
and progress, coordinate activities, resolve conflicts and coordinate the construction work. The
day and time for this meeting will be set at the preconstruction conference.
Iowa City Municipal Airport - T51.119379
SPECIAL PROVISIONS - PART 2
SPECIAL CONSTRUCTION
V121712 ® Bolton & Menk, Inc. 2M7, All Rights Reserved
January 2020 PAGE 00900 - 2
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 89 of 136
4.
5.
21
7
E�
D. Refer to Division 1—General Provisions and Covenants, Section 1080—Contractual Provisions, Part
1 — Prosecution and Progress of the Work, Section 1.10 Contractors Employees, Methods and
Equipment for additional requirements.
COORDINATION WITH OTHERS
A. Cooperate and coordinate construction with the Owsner, utility companies, affected property
Jurisdictions and other contractors working in vicinity of this project.
B. It is the Contractor's responsibility to schedule and coordinate work to minimize construction
delays and conflicts.
C. Coordinate with property owners prior to beginning work that will affect their parcel.
CONSTRUCTION LIMITS
A. Confine the construction operations within the construction limits shown on the plans.
B. Do not store equipment, vehicles or materials within the right-of-way of any streets open to traffic
or on temporary access roads at any time.
C. Areas disturbed outside of construction limits shall be restored at the contractor's expense to the
satisfaction of the Jurisdiction. Contractor shall protect trees, fences, and landscaping within the
construction limits not marked as remove.
CONSTRUCTION SCHEDULE
A. The Contractor will prepare and submit to the Engineer for approval a project schedule that will
assure the completion of the project within the time specified.
B. Adequate equipment and forces shall be made available by the Contractor to start work
immediately upon receipt of the Notice to Proceed.
C. Submit construction schedule at the preconstruction conference and periodically update it as
requested by the Engineer.
D. The Contractor shall be required to meet the final completion date as specified in the written
Notice to Proceed.
CONSTRUCTION PHASING
A. Referto construction staging and traffic control plans when included in construction plans.
B. Include construction phasing on the required construction schedule submittal.
CONSTRUCTION STAKING
For this project, the Contractor shall provide any required staking. Costs of required staking shall be
incidental to any work requiring the staking, as no separate bid item is included for the work.
Iowa City Municipal Airport - T51.119379 SPECIAL PROVISIONS - PART 2
SPECIAL CONSTRUCTION
V121712 ® Bolton & Menk, Inc. 2M7, All Rights Reserved
January 2020 PAGE 00900 - 3
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 90 of 136
a
10.
CONSTRUCTION SURVEY DOCUMENTATION & RESPONSIBILITIES OF ENGINEER AND CONTRACTOR
A. Survey work documentation shall be a combination of digital and hard copy format and is the
property of the Engineer.
B. Tie-ins with existing pavements and utilities shall be verified for correctness of alignment and
elevation prior to construction staking. Any discrepancies discovered during this verification
process will be brought to the attention of the Contractor or Engineer for review and assistance
with resolution prior to staking.
C. When survey work is done under traffic conditions, the traffic control shall be in place prior to
commencement of survey work.
D. The Engineer will have a representative at the preconstruction conference to discuss construction
staking.
E. The Jurisdiction and Engineer will not be responsible for delays due to lack of grade or line stakes
unless the Contractor has given the Engineer a 48 hour notice that such stakes will be needed and
the Contractor's work is being conducted in a satisfactory manner and at the specified rate of
progress.
DISPOSAL
A. Remove from project site and dispose of trees, shrubs, vegetation, excess soil excavation, rubbish,
concrete, granular materials and other materials encountered as shown on plans and as specified.
Excess soil excavation not designated for waste locations shall be disposed as directed by the
Engineer.
Iowa City Municipal Airport - T51.119379
SPECIAL PROVISIONS - PART 2
SPECIAL CONSTRUCTION
V121712 ® Bolton & Menk, Inc. 2M7, All Rights Reserved
January 2020 PAGE 00900 -4
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 91 of 136
11.
12.
B. Dispose of materials in accordance with applicable laws and ordinances. Disposal sites are subject
to the review and approval of the Engineer.
1. Burning of brush and other debris is not permitted. Contractor responsible for selecting
disposal site.
2. Dispose of broken concrete, asphalt, granular material, rubble, excess or unsuitable
excavated material. Contractor is responsible for selecting disposal site.
3. Cooperate with all applicable City, State and Federal agencies concerning disposal of
materials.
4. The Jurisdiction has the first right to any excess materials from construction.
EROSION/POLLUTION PREVENTION PLAN
A. If Contractor fails to install and/or perform the appropriate erosion and sediment control practices,
as determined by the Engineer, the Engineer may issue a written order to the Contractor. Failure
to perform this work within 24 hours of notification of non-compliance may result in the Owner
issuing a Municipal Infraction for Illicit Discharge and/or the Owner or Engineer arranging for
completion of the work by others. A contract deduction shall be made equal to the total of all
costs to perform such work so arranged, including but not limited to, labor, materials, equipment
and administrative costs.
B. Prevent accumulation of earth or debris on adjoining public or private property from project site.
Remove any accumulation of earth or debris immediately. Prevent repetition of any instance
where earth or debris moves from project site to adjoining public or private property.
C. Provide erosion control measures necessary to protect against siltation and erosion from the flow
of storm water. Maintain continuous operation of the storm sewer system throughout the
construction period.
D. Use silt fence and other means at all drainage courses, swales and storm sewer system inlets and
outlets to protect against siltation and erosion as shown in the construction drawings or directed
by the Engineer.
1. Erosion protection measures, other than those specified as unit price pay items are
incidental.
E. The Contractor will be fully liable for all damages to public and private property caused by their
action or inaction in providing for handling of storm water flow during construction.
F. As construction progresses, sodding, seeding, and mulching is required in those segments of the
corridor that become available to do so. The Contractor shall not wait until all grading and paving
operations are completed before commencing final surface restoration.
DEWATERING
A. Perform all construction work in dry conditions.
B. Submit dewatering methods to the Engineer for review. Obtain the Engineer's approval on
methods prior to construction.
C. Groundwater levels are subject to variation. No additional compensation will be permitted due to
high groundwater conditions.
Iowa City Municipal Airport - T51.119379
SPECIAL PROVISIONS - PART 2
SPECIAL CONSTRUCTION
V121712 ® Bolton & Menk, Inc. 2M7, All Rights Reserved
January 2020 PAGE 00900 - 5
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 92 of 136
13.
14.
D. If excavation encounters only cohesive soils with no wet sand seams or layers, it may be possible
to control water seepage by draining groundwater to temporary construction sumps and pumping
it outside the perimeter of the excavation.
E. Do not pump waterfrom open excavation in sand and gravel belowthe natural ground water level.
F. Maintain water levels 2 feet or more below the bottom of excavations in saturated cohesionless
(sand and/or gravel) soils to prevent upward seepage, which could reduce subgrade support.
1. Install dewatering system (well points or shallow wells) when working in cohesionless
soils.
2. Costs of installing and operating dewatering system are incidental.
G. Provide for handling surface water encountered during construction.
1. Prevent surface water from flowing into excavation, remove water as it accumulates.
2. Divert surface water and storm sewer flow around areas of construction.
3. Do not use sanitary sewers for the disposal of trench water.
H. Backfill pipe and structures prior to stopping dewatering operations. Do not lay pipe or construct
concrete structures on excessively wet soils.
I. The costs of handling both surface water and groundwater are incidental.
TRAFFIC CONTROL
A. Furnish, erect and maintain traffic control devices as specified in the construction drawings and
directed by the Engineer including signs, barrels, cones, and barricades to direct traffic and
separate traffic from work areas. Traffic control shall be in place prior to the closing of any streets.
B. Provide traffic control devices in accordance with the Iowa DOT Standard Specification, Section
2528, Traffic Control, and the latest edition of the Manual on Uniform Traffic Control Devices
(MUTCD).
C. Provide continuous access for police, fire, and other emergency vehicles.
TEMPORARY FENCES
A. Install temporary fencing around open excavations or material storage areas and as directed by
Engineer to prevent access of unauthorized persons to construction areas.
B. Provide orange plastic mesh safety fence with a nominal height of 48". Support fence securely on
driven posts in vertical position without sagging.
1. Materials: Iowa DOT Section 4188.03.
2. Use unless required otherwise.
C. Temporary fencing installed around open excavations or material storage areas is incidental to
construction and will not be measured for payment.
D. Remove temporary fencing upon completion of construction.
Iowa City Municipal Airport - T51.119379
SPECIAL PROVISIONS - PART 2
SPECIAL CONSTRUCTION
V121712 ® Bolton & Menk, Inc. 2M7, All Rights Reserved
January 2020 PAGE 00900 - 6
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 93 of 136
15. RESPONSIBILITY OF CONTRACTOR
A. Supervision of the work.
B. Protection of all property from injury or loss resulting from construction operations.
C. Replace or repair objects sustaining any such damage, injury or loss to satisfaction of Jurisdiction
and Engineer.
D. Cooperate with Jurisdiction, Engineer, and representatives of utilities in locating underground
utility lines and structures. Incorrect, inaccurate or inadequate information concerning location of
utilities or structures shall not relieve the Contractor of responsibility for damage thereto caused
by construction operations.
E. Keep cleanup current with construction operations.
F. Comply with all Federal, State of Iowa, and the City of Iowa City, Iowa, Iowa laws and ordinances.
16. EARTHWORK
A. Complete all earthwork operations necessary to construct the pavement subgrade to the correct
grade and elevations, backfill behind the new curbs, finish -grade to prepare for seeding and
provide positive drainage and associated work.
1. Provide suitable soil material on -site. No separate payment for over haul.
2. Strip, salvage, and stockpile existing topsoil prior to performing mass grading. Respread
stockpiled topsoil when construction is complete. The topsoil shall be spread uniformly
at an 8-inch thickness over the area to be covered. The surface of the topsoil shall be
smoothed and left in a finished condition so that it will drain properly. Topsoil strip,
salvage, and respread is incidental to Class 13, Excavation.
B. Complete the earthwork to the lines and grades shown on the cross sections. Do not disturb areas
outside the grading limits.
C. Compact all fills under pavements and within right of way to 95% of Standard Proctor Density.
17. SUBGRADE PREPARATION
A. Prepare subgrade with moisture and density control as required by the SUDAS Standard
Specifications.
1-R. STORM S0.41rR IMPRPfrMrNTS; (N/A THIS PROJECT)
Iowa City Municipal Airport - T51.119379
SPECIAL PROVISIONS - PART 2
SPECIAL CONSTRUCTION
V121712 ® Bolton & Menk, Inc. 2M7, All Rights Reserved
January 2020 PAGE 00900 - 7
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020
Page 94 of 136
19. P.C.C. PAVING
A. Concrete mix for work associated paving shall conform to the following requirements:
1. Concrete shall be Class C-4.
2. Minimum Compressive Strength at 28 days shall be 4,000 psi. Areas not meeting this
requirement will be subject to repairs, replacement or reduced payment as determined
by the Engineer. Compression test results will represent all concrete placed in the same
lot.
3. Slump, Air content, Water -Cement Ratio and Supplementary Cementitious Materials are
specified in SUDAS.
4. Ground Granulated Blast Furnace Slag shall not be allowed for any work on the project.
H. Cracked panels shall be removed and replaced at the Contractor's expense unless, in the
judgement of the Engineer, the crack can be routed and sealed or otherwise repaired.
I. Maturity testing may be utilized to expedite pavement opening. If maturity testing is not used, the
Contractor shall coordinate with a testing agency to collect cylinders and test them at ages they
determine to expedite street pavement opening.
20 TIREnlru n rvol II (N/A THIS PROJECT)
(N/A THIS PROJECT)
22 %N.A.Tro MAIN IMPRPfrMn NTS (N/A THIS PROJECT)
****END OF SECTION****
Iowa City Municipal Airport - T51.119379
SPECIAL PROVISIONS - PART 2
SPECIAL CONSTRUCTION
V121712 ® Bolton & Menk, Inc. 2M7, All Rights Reserved
January 2020 PAGE 00900 - 8
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 95 of 136
FUEL FACILITY EXPANSION
SECTION 0100—SUMMARY OF WORK
1. GENERAL:
A. These project requirements refer especiallyto this project. Where any article of "General Conditions"
is supplemented, other provisions of article shall remain in effect. Supplemental provisions shall be
considered as added. Where following provisions conflict with documents, provisions specified shall
supersede applicable article.
2. GENERAL SCOPE OF WORK:
A. It is the general intent of this contract to provide the Sponsor with a completely operational Fuel
Facility Expansion, including a new Jet Fuel tank and new credit card readers for both remote ("self -
fueling') locations. Said items shall include all necessary materials, equipment and labor needed to
provide a fullyfunctional and operational fuel system as detailed in these specifications and as shown
on the plans, including utility connections.
3. SITE EXAMINATION:
A. Inspection: Visit the site before starting work and report any unacceptable conditions.
B. Acceptance: The commencement of any work shall be deemed as acceptance of the site.
4. PLANS AND SPECIFICATIONS:
A. These Specifications are intended to cover all labor, materials and standards of workmanship to
be employed in the work indicated on the Plans and called for in the Specifications or reasonably
implied therein. The Plans and Specifications supplement one another. Any part of the work
mentioned in one and not represented in the other shall be done the same as if it has been
mentioned in both.
B. The Contractor shall not make alterations in the Drawings and Specifications. In the event of errors
or discrepancies, the Contractor shall notify the Engineer. The Sponsor, with the approval of the
IDOT (if applicable), will make necessary corrections.
C. Specifications:
1. Work shall conform to requirements of Specifications and other written instructions which may
be subsequently issued by Sponsor or Sponsor's Engineer to supplement, modify or interpret.
D. Plans:
1. Drawings for work in this Contract shall be listed on Title Sheet of the Drawings.
2. Work shall conform to requirements of Drawings and requirements of supplemental detail
drawings as may be subsequently issued by Sponsor or Sponsors Engineer to further delineate
and explain the work of the Contract.
Iowa City Municipal Airport -T51.119379 SUMMARY OF WORK
V121712 ® Bolton & Menk, Inc. 2M7, All Rights Reserved
January 2020 PAGE 0100 -1
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 96 of 136
5. CONSTRUCTION SITE CONDITIONS:
A. Work Area: Construction and storage operations shall be maintained within the Contract sites,
except as provided below.
B. Other Space:
1. Including adjoining public sidewalks and roadways as may be permitted for temporary use by the
applicable building codes and/or public authorities may be used and the cost, if any, shall be an
obligation of the Contractor.
2. Disturbed public areas shall be put back into their original state at completion of use, as approved
bythe authorities havingjurisdiction.
3. Restrictions on the work imposed by such authority having jurisdiction, including restrictions on
the use of streets, shall not constitute the basis for extra payment to the Contractor, nor extension
of time for completion of the Contract.
4. Including driveways, sidewalks and other access to existing facilities must remain open and clear
of debris at all times.
C. Datum: Elevations and contour lines indicated are based on elevations established from a benchmark
indicated on the drawings. Verify data. No additional allowance will be made for possible discrepancy.
D. Maintenance of Existing Property:
1. Unless otherwise indicated or specified, all water, gas, irrigation lines, lighting, power and
telephone conduits and wires, sewer lines, connections in place and other surface or subsurface
structure and lines shall be maintained by the Contractor and shall not be disturbed, disconnected
or damaged by him during progress of work.
2. Notify the Sponsor immediately upon discovery of utility lines not shown on plans which interfere
with construction.
3. Should the Contractor in performance of work disturb, disconnect or damage any of the above,
all expenses arising from disturbance or in replacing or repair shall be borne by the Contractor.
6. WORKMANSHIP:
A. Where not more specifically described, workmanship shall conform to standards and accepted
practices of trade or trades involved and shall include all items of fabrication, construction and
installation regularly furnished or required for completion (including any finish required for successful
operation as intended).
B. Work shall be executed by mechanics skilled in their respective lines of work.
C. Rejected Materials and Work: Immediately remove any and all rejected materials. Neglect or failure
by the Sponsor to condemn or reject inferior materials or work shall not be construed as implying
acceptance.
Iowa City Municipal Airport -T51.119379 SUMMARY OF WORK
V121712 ® Bolton & Menk, Inc. 2M7, All Rights Reserved
January 2020 PAGE 0100 - 2
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 97 of 136
D. Procedure of Work: The Contractor, his employees and representativeswill be admitted by the Owner
to the premises for the purpose of executing the work to be performed under this Contract, but they
will have no tenancy, and it is further understood that the Owner may, prior to the completion of all
work and the acceptance thereof, enter upon and use any completed portion of said work, said
occupancy shall not be deemed as an acceptance of said work.
E. Division of the Work:
1. DOCUMENT DIVISION:
a. Specifications are divided for convenience into title sections as set forth in the CONTENTS
and shall not be considered an accurate segregation of the several units of labor and
materials.
b. No responsibility, either direct or implied, is assumed by the SPONSOR for omissions or
duplications bythe error in arrangement of the subject matter.
c. The Contractor will be held responsible forthe complete work whether or not the parts are
described in one or more Sections.
2. ITEM(S) DESCRIPTION:
a. Mention in the Specifications or indication on the Drawings of articles, materials, operations
or methods, requiresthatthe Contractor furnish each item so mentioned or indicated on the
Drawings.
b. The Contractor shall furnish all labor, equipment, incidentals and supervision necessary to
complete the work in the true meaning and intent of these Specifications.
c. All such articles, materials, operations methods, quality, qualifications or conditions shall be
binding even though written descriptions may not be expressed in complete sentences.
d. Where devices or items or parts thereof are referred to in the singular, it is intended that
such reference shall apply to as many devices, items or parts as are required to properly
complete the work.
3. Schedules of work included in these Specifications are given for convenience and shall not be
considered as a comprehensive list of items necessary to complete the work of any Section.
4. Coordination:
a. Contractor shall coordinate the work covered in each Section with the work of all the other
Sections, including design/build work.
b. Necessary information and items, accessories, anchors, connections, patterns, templates,
etc., shall be delivered when required, in order to prevent any delay in the progress and
completion of the work.
Iowa City Municipal Airport -T51.119379 SUMMARY OF WORK
V121712 ® Bolton & Menk, Inc. 2M7, All Rights Reserved
January 2020 PAGE 0100 - 3
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 98 of 136
7. PROTECTION OF WORK AND PROPERTY:
A. Public Areas:
1. Provide and maintain fences and other structures as required to minimize obstruction or
interference with traffic in public street, alleys or private ROW's.
2. Maintain access to fire hydrants, if applicable.
3. Keep all roadways, sidewalks, taxiways, runways and aprons clean and in serviceable condition
until completion of the Contract.
B. Water Damage:
1. Protect excavations, building(s), and property from damage due to rainwater, ground water, or
drain back-ups.
2. Provide drainage pumps, equipment, enclosures and other items necessary.
C. Protection:
1. Provide necessary protection against rain, wind, storms, cold or heat as required to maintain
work, materials, apparatus, fixtures and similar items free from injury or damage.
2. Cover work at end of each day as necessary to adequately prevent damage.
D. Shoring and Bracing: Provide shoring, bracing and sheeting required for safety and for proper
execution of work. Remove when work is completed. Provide and maintain temporary bracing to
prevent damage to project or its component parts.
E. Existing Work:
1. Contractor shall be responsible for existing structures and improvements within and adjoining
work area and shall provide adequate protection.
2. Any existing work damaged during construction shall be repaired or replaced to the same finish,
kind, quality and/or size as the original.
3. Materials or equipment temporarily removed and damaged shall be re -erected and installed in
an approved manner.
F. Protect finished work (doors, windows, floors, equipment) from damage.
G. Partial payment made under this Contract does not constitute acceptance of improper or faulty work
and will not relieve the Contractor from any provisions or requirements for protection.
H. Damage: Remove work damaged by failure to provide protection; replace with new work without
cost to the Sponsor.
Iowa City Municipal Airport -T51.119379 SUMMARY OF WORK
V121712 ® Bolton & Menk, Inc. 2M7, All Rights Reserved
January 2020 PAGE 0100 -4
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 99 of 136
8. INSPECTION OF WORK:
A. Periodical inspection of the work by the Sponsor shall be as described in the General Conditions.
B. Inspection of the work by the Sponsor shall be periodic and general in nature and shall not relieve the
Contractor of his/her responsibility as described in the General Conditions.
C. Unless otherwise specified the Contractor shall notify the Sponsor for inspection not less than 3 days
before the date of any inspection.
D. The Contractor shall schedule all required inspections with State and Local authorities having
jurisdiction over the work. This shall include obtaining a building permit from the City of Iowa
City, Iowa, as the local jurisdictional entity, if required.
9. MEASUREMENTS AND QUANTITIES:
A. Before ordering any material or doing anywork, take measurements at site and checkwith Drawings
and with General Contractor's developed layout as necessaryfor accurately fitting or placing materials
and equipment.
B. Wherever quantities are specified or indicated or when information is given in the Specifications or
Drawings as to existing elevations of floors, information shall be regarded as approximate and to be
checked and verified.
C. When an article, device or piece of equipment is referred to in the singular number, reference shall
apply to as many articles as are shown on the Drawings or implied as required to complete the work.
10. ADDITIONAL WORK BY THE SPONSOR:
A. Additional contracts may be let by the Sponsor during the construction process and all Contractors on
the Project are to cooperate fully in the execution of the work.
****END OF SECTION 0100****
Iowa City Municipal Airport -T51.119379 SUMMARY OF WORK
V121712 ® Bolton & Menk, Inc. 2M7, All Rights Reserved
January 2020 PAGE 0100 - 5
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 100 of 136
INTENTIONALLY LEFT BLANK
Iowa City Municipal Airport -T51.119379 SUMMARY OF WORK
V121712 ® Bolton & Menk, Inc. 2M7, All Rights Reserved
January 2020 PAGE 0100 - 6
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 101 of 136
SECTION 1300— SITE CLEARING
PART 1— GENERAL
1.1 RELATED WORK SPECIFIED ELSEWHERE:
1.2 RELATED DOCUMENTS:
A. Particular attention is directed to contract drawings and other sections of contract specifications for
information pertaining to required items of work which are related to and usually associated with work
of this section, but which are to be provided as part of work of other sections.
1.3 JOB SITE CONDITIONS:
A. TRAFFIC:
1. Conduct clearing operations to ensure a minimum interference with roads, streets, ramps,
aprons, taxiway, runways, walks and other adjacent or used facilities.
2. Do not close or obstruct roads, parking lots, streets, taxiways, runways or walks without previous
permission from authorities having jurisdiction.
B. PROTECTION:
1. Protect improvements on Sponsol's or adjacent property, especially hangars located adjacent to
proposed construction. Do not begin work until protection has been installed.
2. Restore damaged improvements to their original conditions acceptable to parties having
jurisdiction and/or adjacent owners receiving damage to their facilities.
3. Remove materials tracked from site onto roadways and parking lots on a daily basis.
4. Remove materials tracked onto sidewalks/aprons/taxiways/runways on an immediate basis.
5. Property Pins: Maintain and protect pins, re-establish property pins as necessary utilizing an Iowa
Registered Land Surveyor and pay for new property pin and location.
PART 2— EXECUTION
2.1 SITE CLEARING
A. Remove all improvements, or obstructions interfering with the installation of new construction.
B. Completely remove obstructions which occur within building footprint or as indicated on Drawings.
C. Dispose of all debris and waste material at an approved off -site disposal area. Verify requirements for
disposal with applicable agencies.
****END OF SECTION 1300****
Iowa City Municipal Airport - T51.119379 SITE CLEARING
V121712 ® Bolton & Menk, Inc. 2017, All Rill Rexnred
January 2020 PAGE 1300 - 1
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 102 of 136
INTENTIONALLY LEFT BLANK
Iowa City Municipal Airport - T51.119379 SITE CLEARING
V121712 ® Bolton & Menk, Inc. 2017, All Rill Rexnred
January 2020 PAGE 1300 - 2
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 103 of 136
SECTION 11140 — FUEL STORAGE AND DISPENSING SYSTEM
PART 1—GENERAL
1.01 SUMMARY
Upgrade the existing fueling system, including adding one (1) above -ground 12,000 gallon above -ground storage
tanks (AST) for Jet Fuel (Jet A), and piping the new Jet Fuel tank to the existing Jet Fuel fueling cabinet. Also, replace
both existing credit card readers with new credit card readers. This specification requires the detailed system design,
equipment, installation, startup, and training to be the responsibility of a single specialized petroleum contractor.
This specification section includes responsibility for mechanical systems. Provide complete system as indicated on
the Drawings and specified herein.
1.02 WORK INCLUDED
This section shall consist of the supply, delivery and installation of one (1) above -ground double -wall pre -assembled
12,000 gallon storage tank for Jet Fuel. The new tank shall be placed on a PCC pad and protected by bollards as
shown on the project plans, and shall be piped to the existing Jet Fuel fueling cabinet. The existing fuel flow from
the existing tank and fueling cabinet forJet Fuel shall be maintained forthe newtank and piping (/pumping) system.
Design of system specifics shall be left largely up to the bidder, with alternative means of meeting system
requirements accepted. System requirements are spelled out as follows:
Both Jet Fuel and AvGas Systems
A. References in this section to all NFPA and other codes shall be the most recent editions. Bidder shall
confirm and comply with the Authority of Jurisdiction as to the most current issue in force for the
applicable NFPA codes and other codes and conform to those respective editions in force and/or if
other codes or equipment are mandated by the authority of jurisdiction.
B. All work on this project shall conform to PEI-RP1300, "Recommended Practices for the Design,
Installation, Service, Repair and Maintenance of Aviation Fueling Systems" (most recent version).
C. All references to tanks in this section shall be as follows:
1. Tanks called out as "Fireguard" shall meet all requirements of UL 2085, and have approved
"Fireguard" and UL 2085 labels. All references to this type of tank shall use the term "Fireguard"
for the remainder of this section.
2. Tanks called out as "Flameshield" shall meet all requirements of UL 142 and SwRi 97-04, and have
approved Flameshield' and SwRi 97-04labels. All references to this type of tank shall use the term
"Flameshield" for the remainder of this section.
D. Construction of concrete pad for new jet fuel tank, including, but not limited to:
1. Removal of topsoil and compaction of subgrade below PCC pad
2. Placement of 6" of granular base
3. Construction of 12" thick concrete pad, including all reinforcing, waterstops, and joint sealing as
shown. All waterstops and joint sealants shall be Jet Fuel Resistant (JFR)
4. Installation of bollards as shown on the plans
Iowa City Municipal Airport - T51.119379
FUEL STORAGE AND DISPENSING SYSTEM
January 2020 PAGE 11140-1
0 Bolton & Menk, Inc. M17, Al Righ6 Reserved
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020
Page 104 of 136
E. Supply and installation of interconnecting piping, including pipe, valves and fittings, to connect the
existingjet fuel dispenser and the remote "self-service' fueling cabinet to the new AST
1. All piping carrying fuel shall be stainless steel
2. Pipe fittings may be either threaded or welded/flanged pipe
F. Tank level and leak monitoring system for new Jet Fuel tank
G. Obtain all required permits, certifications, and inspection
H. Provide and install all signage as required by applicable codes
I. Painting of newly installed piping (if required) and touch-up paint of equipment, as required
Jet Fuel System
A. Supply and installation of a 12,000 gallon Jet Fuel (Jet A) AST and accessories
1. Jet Fuel tank shall be a Flameshield tank or Fireguard tank (either is acceptable)
B. Connection of new tank to the existing Jet Fuel dispensing system (both fueling cabinets)
1. Fuel flows from the existing system (both the main fuel cabinet south of the existing tank and the
self-service fuel cabinet north of the proposed tank) shall be maintained
2. All existing filtering shall be maintained
1.03 SYSTEM PERFORMANCE REQUIREMENTS (ALL NEW COMPONENTS)
A. Minimum Working Pressure Ratings: Except where otherwise indicated, the following are minimum
pressure requirements:
1. Aboveground Steel Fuel Piping: 150 psig (1035 kPa).
2. Vent, Gauge, and Fill Piping: 100 psig (690 kPa).
B. The primary and secondary tanks shall be tested for leaks at the manufacturing facility before the
system is delivered. Manufacturer shall submit written documentation with approved signature of the
successful test.
1.04 RELATED WORK SPECIFIED ELSEWHERE
A. Concrete Equipment Pad (Base Bid) — SUDAS, sections 2010 and 7010
1.05 REFERENCES
A. Equipment and installation necessary to accomplish the work specified herein shall comply with the
latest revisions of the applicable federal, state, and local codes and regulations concerning
underground or aboveground fuel storage and dispensing systems including, but not limited to, the
following:
1. National Fire Protection Association (NFPA) 1— Uniform Fire Code.
2. NFPA 10- Standard for Portable Fire Extinguishers.
3. NFPA 30 & 30A.
4. NFPA 70 - National Electrical Code (NEC) (most current issue in force).
5. NFPA 77 — Recommended Practice on Static Electricity (most current issue in force).
Iowa City Municipal Airport - T51.119379
FUEL STORAGE AND DISPENSING SYSTEM
January 2020 PAGE 11140-2
0 Bolton & Menk, Inc. M17, Al Righ6 Reserved
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 105 of 136
6. NFPA 327, "Standard Procedures for Cleaning or Safeguarding Small Tanks and Containers".
7. NFPA 407 — Standard for Aircraft Fuel Servicing (most current issue in force), including Appendices
for design and construction, installation, inspection and testing of fuel distribution system, tanks,
piping, and other components related to installation of fuel storage and dispensing system.
8. Underwriters Laboratories UL2085 —Standard forSafety, Steel Aboveground Tanks for Flammable
and Combustible Liquids.
9. STI Fireguard UL 2085 — Insulated Aboveground Tanks for Flammable and Combustible Liquids.
10. UL 842, "Standard for Valves for Flammable Fluids".
11. ANSI/UL 87, 'Power Operated Dispensing Devices for Petroleum Products".
12. ANSI/UL 913, "Standard for Intrinsically Safe Apparatus and Associated Apparatus for Use in Class
I, II and III Division 1 Hazardous (Classified) Locations".
13. American Society of Mechanical Engineers (ASME) —A13.1 —Scheme forthe Identification of Piping
Systems.
14. American Petroleum Institute (API) Standards. Regulations and Publications, including Appendices
for design, cleaning, construction, installation of tanks, piping, and dispensing system.
15. Petroleum Equipment Institute (PEI) Standards RP-200 'Recommended Practices for Installation
of Aboveground Storage Systems for Motor Vehicle Fueling' and RP-100-90.
16. Petroleum Equipment Institute (PEI) Standards RP-1300 "Recommended Practices for the
Design, Installation, Service, Repair, and Maintenance of Aviation Fueling Systems".
17. Applicable Local, State, and Federal Codes and Regulations.
18. FAA Advisory Circular 150/5230-4A Aircraft Fuel Storage, Handling, and Dispensing on Airports.
19. Occupational Safety & Health Administration (OSHA).
1.06 SUBMITTALS
Bidder shall submit upon award, shop drawings and certifications. The Bidder shall prepare Shop Drawings
for all parts of the work. Before commencing any work or providing any material, the Bidder shall submit
for approval of the Engineer all Drawings relating to the construction, arrangement or disposition of the
equipment entering into the Contract and show complete equipment with manufacturers Specifications of
same. Shop Drawings shall be fully descriptive of all the materials and equipment to be incorporated into
this project. The Bidder shall carefully check all submitted Shop Drawings, making sure they are complete
in all details and cover the specific items as hereinafter specified. Bidder shall submit sufficient quantities
of shop drawings for his needs plus three copies to be retained by the Engineer, (4 copies minimum). No
material or equipment shall be allowed at the site until Shop Drawings have been reviewed by the
Engineer/Owners Representative and stamped "No Exceptions Taken" or Furnish as Corrected". Shop
drawings stamped 'Revise and Resubmit', 'Rejected" or "Submit Specified Item" will require re -submittal
and approval by the Engineer/Owners Representative. Shop drawings shall include the project name,
project location, submittal number, date of submittal, submitting Bidders name and approval stamp, and
specification section corresponding to equipment or materials. Provide shop drawings and certifications
for the following:
A. All materials and components included with the fuel systems. Submit, for approval, shop drawings,
generated by any commercially available CAD package, that indicate system layout, pipe sizes, supports
locations, elevations, and equipment mounting details. For fuel tanks, indicate dimensions and
location of all accessories.
Iowa City Municipal Airport - T51.119379
FUEL STORAGE AND DISPENSING SYSTEM
January 2020 PAGE 11140-3
0 Bolton & Menk, Inc. M17, Al Righ6 Reserved
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 106 of 136
B. For each fuel storage tank include the following: drawing with general layout of tank and accessories,
manufacturers product data sheet, name and address of manufacturer, tank specifications,
information on tank lining and protective coatings, UL listing, tank description, tank capacity in gallons,
dimensions of the tank with drawing showing bung/openings/fittings and manhole layout, tank support
system, grounding connection point, drawing showing tank elevation and plan views.
C. Fuel storage tank accessories and specialties. Provide cut sheets and specs for the fuel tank
components including the vents, pumps, motors, general duty valves, special duty valves, gauges, filter
separator, static ground reel, fuel hose, nozzle, emergency shutoff stations, and motor control stations.
D. Piping schematics.
E. Electrical wiring diagrams and schematics. Provide wiring diagrams for each item of equipment with
electric power supply. Include ladder -type wiring diagrams for interlock and control wiring required
forfinal installation.
F. Confirmation that all electrical components are explosion proof, UL Listed, ETL Listed, and/or FM
approved suitable for use with the respective fuel system hazardous location (Class I, Division 1, Group
D hazardous location).
G. Submit, for review, a design and installation schedule.
H. Record and submit, for record, actual location of all wiring and conduit runs that are not visible above
ground.
I. Submit, for record, copies of all permit applications.
J. Submit for documentation, maintenance and inspection data, replacement part numbers and
availability, and service depot location and telephone number.
K. Provide (4) copies of Operations and Maintenance manuals for any equipment placed into service. One
copy shall be attached to cabinet in a clear PVC weather resistant document tube. The manuals shall
be in 3-ring binders and developed into suitable sets of manageable size. The manual shall cover the
fuel storage and dispensing system. The manuals should at a minimum Include the following:
1. Approved Shop Drawings on each piece of equipment and specialty items furnished.
2. Maintenance operation and lubrication instruction, parts lists, and control and wiring diagrams on
each piece of equipment furnished.
3. Dispenser pump control diagram prepared by the manufacturer.
4. A "one -line diagram' and troubleshooting guide to help the user to determine what steps must be
taken to correct any problem that may exist in the system.
5. Brief description of each system and components, starting and stopping procedures and
emergency instructions and inspection, reporting and record keeping procedures, and forms.
6. Manufacturers warranties.
1.07 QUALITY ASSURANCE
A. Design, construction, and installation shall be in compliance with the latest version of the PEI RP 200,
PEI RP 1300, NFPA-30, 30A, and 31 and all manufacturers' current installation instructions.
B. Comply with NFPA 70 "National Electric Code" for equipment, wiring, and conduit installed under this
section.
C. Provide listing/approval stamp, label, or other marking on equipment made to specified standards.
Iowa City Municipal Airport - T51.119379
FUEL STORAGE AND DISPENSING SYSTEM
January 2020 PAGE 11140-4
0 Bolton & Menk, Inc. M17, Al Righ6 Reserved
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 107 of 136
D. With the exception of the tank, all installed equipment shall be warranted to be free from defects in
manufacturing, workmanship, and materials for a period of a minimum two (2) years. Tanks shall also
include manufacturers standard warranty against leakage for thirty (30) years. Warranty period begins
on date of system becoming operational and accepted by Owner.
1.08 QUALIFICATIONS
A. Acceptable manufacturers or suppliers must be those specializing in aviation fuel storage and pumping
systems and equipment.
B. Company and/or company principal specializing in manufacturing and/or installation of the products
specified in this section must have a minimum of five (5) years documented experience of producing no
less than 5 units peryear of similar aviation fueling systems.
C. The Contractor must possess the capability to produce Shop Drawings of all equipment, either internally
or through a third -party CAD contractor.
1.09 DELIVERY, STORAGE, AND HANDLING
A. Deliver, store, protect and handle products to site.
B. Provide temporary end caps and closures on piping and fittings. Maintain in place until installation.
1.10 METHOD OF MEASUREMENT AND PAYMENT
A. The Work of this Section will be measured for payment as defined in the Proposal, Part C, "Bid Items
and Quantities".
PART 2 -- PRODUCTS
2.01 MANUFACTURERS
A. Westmor Industries, Morris, MN (800) 835-6074
B. O'Day Equipment, LLC, Fargo, ND (800) 654-6329
C. Garsite, Kansas City, KS (888) 427-7483
D. Envirosafe Above -Ground Fuel Systems, 1789 E. CR48, Bushnell, FL (800) 555-4754
E. American Environmental Aviation, Wyandanch, NY (631) 586-2000
F. Approved equal.
Self-contained fuel storage and dispensing systems equipment, specialties, piping, and accessories are
based on specific types, manufactures, and models indicated. Equipment and other components having
equal performance characteristics by manufacturers other than first -named manufacturer may be
considered, provided deviations in dimensions, operation, and other characteristics do not change design
concept or intended performance as judged by the Owner. If the Bidder wishes to submit an equal product,
it must meet all regulatory codes and testing requirements as well as the criteria described in the Contract
Documents. The equal product must also fit physically in the same location with the same dimensional
tolerances as described herein including tank support system. The burden of proof of equality of products is
on the Bidder.
Iowa City Municipal Airport - T51.119379
FUEL STORAGE AND DISPENSING SYSTEM
January 2020 PAGE 11140-5
0 Bolton & Menk, Inc. M17, Al Righ6 Reserved
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 108 of 136
All fuel storage system equipment shall be new and limited to products regularly produced and
recommended for service ratings in accordance with Owners representative data or other comprehensive
literature made available and in effect at time of bidding. In all cases where device, or devices, or part of
equipment is herein referred to in singular, reference shall apply to as many items as required to complete
installation.
2.02 ABOVEGROUND FIRE RATED FUEL TANKS
A. General
1. Provide and install one (1) pre-engineered aboveground tank systems complete with factory
installed piping, secondary containment, gauges, and other accessories specified herein as a
complete assembled system. The primary tank shall have a total volume of 12,000 gallons for the
Jet Fuel tank, and shall be horizontal cylindrical tank with flat heads, buttweld, carbon steel, non -
pressure, non -vacuum type, with secondary/containment structure, and shall consist of a
secondary tank encompassing the primary tank (double -wall). The tank shall be saddle -mounted
and have an exterior diameter of approximately 9.5'. Unit shall be furnished with factory -
installed accessories, as specified herein and as indicated on the Drawings.
2. The Jet Fuel tank system shall be designed and tested in strict accordance with UL 142 / SwRI 97-
04 (Flameshield) or UL 2085 (Fireguard) approvals (either is acceptable for the Jet Fuel system).
Numbered brass plaques issued by Underwriters Laboratories, Inc. confirming UL Subject 2085
(AvGas) or UL 142 / SwRI 97-04 (Jet Fuel) approval shall be installed on the tank and be clearly
visible to inspectors. Integral secondary containment shall provide secondary containment of the
primary storage tank. A leak detection access tube shall be located in the interstitial space
between the inner and outer tank.
3. The primary tank and secondary containment tank shall be constructed in accordance with UL
Specifications and Steel Tank Institute standard for double -walled tanks. In addition, the primary tank
shall conform to the following:
a. The primary tank shall be fabricated consistent with Underwriters Laboratories'
specifications, and shall normally be suitable for storing the specified petroleum product at
atmospheric pressure at ambient temperature, but shall be designed to withstand a pressure
test. The tank shall be constructed of a minimum of %-inch thick steel, butt weld construction.
The tank interior bottom welds at each seem shall be ground smooth 12 inches in each
direction from the tank bottom to eliminate any potential collection points for water or debris.
4. The Jet Fuel tank system maybe either UL 2085 or UL 142 /SWRI 97-04 and shall bear the appropriate
labels.
B. Tank Construction: - Internal (Secondary) Steel Tank
1. Tank: Integral secondary containment shall provide secondary containment of the primary storage
tank. The interstitial space shall allow liquid to migrate through it to a monitoring point. A 2" leak
detection access tube shall be located in the interstitial space between the inner tank and the
secondary barrier.
2. Steel Tank shall meet "Fireguard" or "Flameshield". Steel primary containment tank contained
within a steel secondary containment shell forming an interstitial space which is capable of being
monitored for leakage with integral welded steel monitor column.
3. Tank shall comply with the normal and emergency venting requirements of NFPA 30.
4. Tank shall carry standard written warranty including materials and workmanship.
Iowa City Municipal Airport - T51.119379
FUEL STORAGE AND DISPENSING SYSTEM
January 2020 PAGE 11140-6
0 Bolton & Menk, Inc. M17, Al Righ6 Reserved
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 109 of 136
5. The secondary containment space shall be vented with an emergency vent complying with NFPA
30.
6. The fuel tank interior shall be sandblasted in accordance with SSPC-SP10 and finished with an
epoxy coating compatible with JetA fuel. The interior linerfinish shall consist of a two -coat system
applied to thickness of 5 mils dry per coat, final coat to be white to off-white in color. The tanks
will be subject to a 10 day soak test as required by all major Aviation Fuel suppliers to verify the
fuel and coating are compatible. The bidder is responsible for all cost associated with this test and
the associated ASTM 1655 laboratory testing. In the event of a failure of this soak test, the
contractor will be responsible for all cost associated with the removal and re -application of the
tank interior coating as well as all costs associated with removal, disposal and replacement of the
fuel used for the failed test. In lieu of a "full -tank" soak test, the Contractor may conduct an
equivalent test on panels of the same materials (substrate, coating) applied at the same time as
the tank coating. Such panels shall be delivered to the project site with the tanks, along with
documentation of testing. In lieu of coating the inner tank, a stainless steel inner tank may be
furnished, at the Contractor's discretion. If the inner tank is stainless steel, not requiring a coating,
the "soak test' will not be required.
C. Tank Appurtenances: The tank manufacturer shall provide the following integral components.
1. Tank Supports: Tank shall have UL Listed integral welded tank saddles designed to support the full
load of tank and contents. Supports shall provide for a minimum 3" clearance between tank and
pad for complete visual inspection. The tank support system shall be anchored to concrete pad to
protect from floatation. Support design shall provide approximately 1/4" per foot (2.0%)
longitudinal slope to facilitate water removal. Slope of the support slab does not provide tank
slope, so manufacturer shall coordinate support slope with construction details for the PCC tank
support slab.
2. 2-inch Floating Suction (minimum) fuel pickup tube. Piping shall be aluminum or stainless steel.
3. 3/4-inch (minimum) Aluminum or Stainless Steel pickup tube for water removal.
D. Venting: Provide properly sized U.L. listed emergency and standard vents to satisfy code requirements.
Standard vent shall terminate a minimum of 12' above the adjacent ground level. Standard working
vent shall be Morrison Fig. 748-0400AV with 8 oz/in2 pressure setting. Emergency vents shall be
Morrison pressure/vacuum vent or equivalent, sized for furnished tank.
E. Grounding: A grounding cable, clamp, and ground rod shall be provided by tank manufacturer and
installed by contractor.
F. The fuel tank and equipment surface shall be sandblasted in accordance with SSPC-SP6 and painted
with a high solids epoxy primer. The exteriorflinish shall consist of two coats of a white finish, weather -
resistant, acrylic enamel high gloss paint. Color of finish: White.
G. Man -way: The man -way for the primary tank shall be a steel extension cylinder welded in the top of the
tank with flange for cover, and shall be a minimum of 24-inch diameter and located in a position to allow
access to the floating suction. The Jet Fuel tank shall include two (2) 24-inch diameter man -ways.
H. Tank nozzles and connections: The fill and suction nozzles shall be 150#flanged/threaded and located on
the tank head above the maximum liquid level of the tank. All other tank connections on the storage tank
shall be forged steel, threaded pipe couplings, numbers, and locations per manufacturer.
2.03 ABOVEGROUND STORAGE TANK ACCESSORY EQUIPMENT
A. The following accessories for the storage tank shall be provided factory installed, as indicated on the
Drawings and/or as indicated herein.
Iowa City Municipal Airport - T51.119379
FUEL STORAGE AND DISPENSING SYSTEM
January 2020 PAGE 11140-7
0 Bolton & Menk, Inc. M17, Al Righ6 Reserved
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 110 of 136
1. Certification Plate: Underwriter's Laboratory label (either UL 2085 (Fireguard) or UL 142 / SwRI
97-04 (Flameshield) shall be permanently affixed to each tank.
2. Liquid Level Gauge Assembly: External product level gauge with dial readout for ground level
reading per the applicable sections of NFPA 30. Clock (dial) gauge with overfill alarm. Dial shall be
readable from ground level, and be housed in aluminum or stainless steel housing. High-level
warning alarm shall consist of a battery -powered, intrinsically -safe, alarm, unit -mounted remote
from the gauge. Alarm shall be set for desired level during installation, and can be reset at any
time for a change in alarm level requirements. The alarm shall have 90 decibel, high pitched
"Beep" cycle alarm, an on -off test switch, and powered by two 9 volt batteries, housed in plastic
weather-proof housing. The gauge shall be adjustable to rotate 360 degrees after mounting.
Provide necessary flat device, direct read face plate, decals for indicating overfill, and re -order
levels. Morrison clock gauge with Morrison 918 overfill alarm, or approved equal. Provide
conversion charts necessary to convert product reading to gallons.
3. Ground Stud: Provide labeled ground stud for connection of static bonding cable during tank filling
operations.
4. Tank Fill: Tank shall be equipped with a means of transferring fuel from a ground level system
from a fuel delivery transport truck into the tank at a rate of 250 GPM. Fill piping with over -fill
protection to completely stop the flow of fuel at 95%. Tank Openings Other than Vents for
Aboveground Tanks, and shall include the following:
a. Cam lockfill pipe with hose fitting and dust cap for tank truck hookup.
b. 3" Strainer —with removable baskets of Type 316 stainless steel, 100wire mesh screen.
Pressure drop for clean strainer shall not exceed 3 psig at design flow rates.
c. Manual tank valves, Fire Rated.
d. 150# ductile iron, emergency fire valve.
5. Overfill Protection System: Tanks shall be equipped with an overfill protection valve, rated for
aviation fuel, which will completely stop the flow valve when tank is 95 percent full. This will allow
for fuel expansion inside the tank. Overfill valve shall berated for pressurized fuel delivery.
6. Explosion -Proof Solenoid Valve: Solenoid valves used shall prevent the siphoning of product in the
event of failure of connected piping or components in accordance with NFPA 30A Part 4.2.4. The
solenoid valve shall not be energized, except when the fuel pump is on. All soft seal parts of the
solenoid valve shall be of Viton®. If the solenoid valve was to fail, it shall fail in a position that will
prevent the fuel in the tank from being siphoned OR pumped from the tank.
7. Tank Monitoring System Port: Include a spare tank port, four inch, to accommodate a tank
monitoring system level probe. The airport does not have an existing tank monitoring system to
provide a direct gallon readout for each existing tank compartment, but is likely to install one in
the future. Tank shall require ports and/or fittings to allow a new probe (to be furnished and
installed in the future, separately from this project) for monitoring.
8. Interstitial Monitoring: Provide a gauge to monitor the interstitial. Should a leak occur in the
primary tank, it shall be quickly noted in the sight gauge. Provide an interstitial vacuum test port
located on the top of the tank, conforming to the applicable sections of NFPA 30.
Iowa City Municipal Airport - T51.119379
FUEL STORAGE AND DISPENSING SYSTEM
January 2020 PAGE 11140-8
0 Bolton & Menk, Inc. M17, Al Righ6 Reserved
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020
Page 111 of 136
9. Water Collecting Sump: A water collecting sump pumping and piping system with a nt-siphon valve
and a lockable %-inch valve, Y.." aluminum "pick-up pipe' shall be installed in the tank and extend
Y.." from the bottom of the tank through an outlet above the maximum fill level and down the rear
of the tank. A hand operated sump pump shall be positioned to operate from ground level and be
capable of pulling the fuel from the sump pipe bottom of the tank and discharging the sample into
a sample bucket placed on the pavement at the tank rear.
10. Electric Wiring in Conduit: The systems shall arrive pre -wired with conduit stub -outs for
connection to power supply on site. The system shall have conduits for power and modem/pulsar
and wiring to dispensing pump. All electric wiring associated with the system shall be in galvanized
rigid steel conduit in accordance with the Chapter 5, Articles 500, 501, 514, and 515 of the NFPA
70, NEC. System shall have conduits for power and modem/pulsar and wiring to dispensing pump.
11. Lifting Lugs: Provide for handling and installation.
12. Ladders and Cat Walk: OSHA compliant, stair and platform system for access to the new tank and
provide access to the tank manual gauge port and floating suction test mechanism. This may be
accomplished by an individual ladder and platform. Said ladder and platform shall be capable of
expansion to the west (addition of a "catwalk") without requiring major modifications to the ladder
or platform if an additional tank is installed in the future adjacent to this new tank.
13. Tank Markings: The tanks shall be appropriately marked on all sides, according to the product
stored in tank such as "JET -A" or "AVGAS", and marked with all safety decals, the marking shall
comply with the State Fire Marshall's requirements and NFPA as they pertain to the system.
14. Fire Extinguishers: Provide two Class B fire extinguishers, providing a minimum rating of 40-B each,
to be accessible at the site within a maximum travel distance of 30 feet from the dispensing
location. Fire extinguishers shall be UL-listed with ULlisting mark for type, rating, and classification
of extinguisher.
2.05 FUEL DISTRIBUTION PIPE AND PIPE FITTINGS, ABOVEGROUND
A. All piping carrying fuel shall be stainless steel. All fittings, vents, valves, or other connections in
contact with the stainless steel piping shall be designed to work with stainless steel.
B. Steel pipe used inside the equipment shall be Stainless Steel. All piping 2" and larger shall be welded
with flanges. Less than 2" can be threaded.
C. Aboveground steel pipe used for connections to vents, dispensers, fill cabinet, and thief pump shall be
stainless steel with welded or threaded fittings. Connections to valves, equipment, and other
accessories are permitted to have welded or bolted flanges, or on smaller diameter pipes (as noted
elsewhere in these specifications), threaded connections.
D. Prime and finish paint piping in a controlled atmosphere per manufacturers recommendations and in
accordance with Section 9 of the Specifications. Apply labels and stenciled symbols and lettering to
new piping per ASME A13.1.
2.06 JET FUEL DISPENSING SYSTEM
A. General Requirements: Existing Jet Fuel cabinet (system) shall be re -used and piped to newtank. System
and components must meet standards previously listed and as required by the requirements of all major
aviation fuel suppliers forthe storage and dispensing of Aviation Fuel.
B. Flow Rate:
1. Maintain current flow rate for existing Jet Fuel fueling system.
Iowa City Municipal Airport - T51.119379
FUEL STORAGE AND DISPENSING SYSTEM
January 2020 PAGE 11140-9
0 Bolton & Menk, Inc. M17, Al Righ6 Reserved
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020
Page 112 of 136
2.07 SIGNAGE
A. The following notices shall be conspicuously posted in the dispensing area on a single signor multiple
signs:
1. WARNING
2. NOSMOKING
3. STOP ENGINE
4. NOTICE —
IN CASE OF FIRE OR SPILL"
USE EMERGENCY STOP BUTTON
REPORTACCIDENT BY CALLING 911
5. It is unlawful and dangerous to dispense fuel into unapproved containers.
6. No filling of portable containers in or on a motor vehicle.
7. Place container on ground before filling.
8. Discharge your static electricity before fueling by touching a metal surface away from the nozzle.
9. Attach grounding clamp to aircraft prior to fueling.
10. Do not re-enter aircraft or vehicle while fuel is pumping.
11. If a fire starts, DO NOT remove nozzle — Back away immediately.
12. Do not allow individuals under licensed age to use the pump.
E. Tank shall be labeled in accordance with NFPA 30 and NFPA 30A. Tank shall bear Fireguard labels and
shall display in conspicuous red letters "FLAMMABLE" and "NO SMOKING'.
PART 3 -- EXECUTION
3.01 DELIVERY, STORAGE, AND HANDLING
A. The successful Bidder is responsible for the safe delivery of all new system components/equipment to the
installation location; should damage be incurred during delivery, it will be the Bidders responsibility to
replace and/or repair damaged items to the satisfaction of the Engineer and/or Owner.
B. The Bidder shall coordinate delivery of the system, and its accessories, with the Engineer.
C. The Bidder shall store system and components, as needed, in a safe and secure location, as directed by the
Engineer and/or Owner.
3.02 INSTALLATION
A. Install tanks in strict accordance with the manufacturers recommendations, PEI/RP200 and
PEI/RP1300, and applicable fire and environmental codes. State and local permits shall be obtained
prior to installation.
B. Electrical work shall be in accordance with applicable codes and shall be rated for hazardous area as
required. Tanks shall be electrically grounded.
C. Connect piping to new equipment. The contractor shall provide equipment, materials, and labor to
connect piping to the new equipment as shown in the drawings.
Iowa City Municipal Airport - T51.119379
FUEL STORAGE AND DISPENSING SYSTEM
January 2020 PAGE 11140-10
0 Bolton & Menk, Inc. M17, Al Righ6 Reserved
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 113 of 136
D. Paint all piping (non stainless steel) and provide touch up paint for any surfaces that may have sustained
surface damage during shipping, handling, or installation.
E. The tanks shall be inspected and approved by the tank supplier or its certified contractor. The tank
supplier shall submit a comprehensive checklist of quality and safety items critical to the system and
verify that the installation has been in accordance with these standards and applicable fire and
environmental codes.
F. All ports on the tanks, dispensers, and spill cabinets shall remain covered until installation to protect
from entry of dirt, water, or debris.
G. Installation shall be phased and coordinated with owner so as to cause minimal interruption to airport
fueling operations. If this is not possible, Contractor shall coordinate installation to allow for alternate
means of providing an uninterrupted supply of fuel to aircraft.
H. Repair damage to coatings with suitable repair materials to a condition equal or better than original.
3.03 SUPERVISION OF INSTALLATION, START-UP, AND TRAINING
A. Equipment supplier shall provide a factory qualified service representative to supervise the installation,
start-up, functional test, and training. The combined period of on -site service shall be as necessary to
complete all described tasks.
B. Details pertainingto operation and maintenance of thevarious components shall be thoroughly explained
to operations personnel selected by the owner. Any special tools required for adjusting and maintaining
the equipment, or training materials, shall be provided by the service representative to airport personnel.
C. Manufacturers representative shall conduct a complete electrical,mechanical, and functional testing of all
equipment provided under this Contract. The technician shall be capable of making mechanical and
electrical system adjustments to assure functioning of all control devices, indicators, shut -downs, and
alarms. Provide written certification from the manufacturers representative indicating that all installed
fuel systems are properly installed, have successfully been started up, and are ready for service.
D. Any leaks, malfunctions, etc. shall be repaired to the satisfaction of the owner.
E. Contractor shall demonstrate proper electrical grounding, as specified herein.
F. The Equipment supplier shall be responsible to provide start-up and training of all major systems and
electrical equipment and assume all associated costs, including wages and expenses of manufacturer's
representatives.
G. Equipment supplier shall notify the Owner at least one (1) week prior to scheduling equipment start-up
tests and training events. The Equipment supplier shall provide labor and material as necessary to aid
Owner in inspection and verification of equipment start-up.
H. Where required by the technical specifications, the manufacturer's authorized representative shall be
present at the time of equipment start-up and shall be responsible for conducting all tests and certifying
the results.
I. After verification by the Engineer and/or Owner that the installation is acceptable, the manufacture will
provide the services of qualified people to instruct the Owner's representative or custodial force in the
operation of each partial or complete system or piece of equipment (e.g., pumping systems, filter systems,
tank monitoring system, etc.). Advance notice of at least one (1) week shall be given to the Owner prior to
the scheduling of this instruction period. The Owner reserves the right to postpone acceptance of any
equipment forwhich the Owner has not received instructions.
J. Training shall consist of a minimum of 2 hours on -site.
Iowa City Municipal Airport - T51.119379
FUEL STORAGE AND DISPENSING SYSTEM
January 2020 PAGE 11140-11
0 Bolton & Menk, Inc. M17, Al Righ6 Reserved
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 114 of 136
3.04
K. Provide one "call back" visit on site within the first year of operation. An authorized equipment supplier
representative shall provide a minimum of 2 hours of refresher training for Owners personnel.
A. Before activating the system for use perform these steps:
1. Flush system with grade of fuel to be used by owner to remove any debris and foreign matter in
piping prior commissioning the dispensing system. Service all system filters and screens and
dispose of test fuel.
2. Calibrate fuel meters for State Weights & Measures certification.
3. Open valves to correct position for system operation.
B. The Contractor shall provide four (4) copies of all manuals, parts lists, instruction sheets, and other
literature that is provided with all system components in three ring binders.
****END OF ITEM 11140****
Iowa City Municipal Airport - T51.119379
FUEL STORAGE AND DISPENSING SYSTEM
January 2020 PAGE 11140-12
0 Bolton & Menk, Inc. M17, Al Righ6 Reserved
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 115 of 136
SECTION 11150— FUEL SYSTEM, COMPLETE, IN PLACE
PART 1— GENERAL
1.01 SECTION INCLUDES
These specifications include items relating to the fuel project exclusive of the specific fueling components (tank and
appurtenances, and piping), required to complete the project and furnish a complete and operational fuel storage and
dispensing system. Construction shall include a new PCC base pad for the furnished equipment, complete with bollards, as
shown on the plans. Installation shall include all electrical, communications, and fuel line connections.
1.02 STANDARDS/REFERENCES
All electrical equipment shall conform to the standards of the National Electrical Manufacturers Association (NEMA), IEEE
Standards and Practices, and all material and work shall conform to the requirements of the National Electrical Code (NEC),
the Standards of the American Society for Testing Materials (ASTM), the American Standards Association (ASA), and local
ordinances that are in effect at the date of advertising of the project documents. Miscellaneous electrical equipment and
materials shall be UL approved.
2.01 The concrete base forthe fuelingtank and cabinet shall be located as shown on the project plans. The base shall include
all reinforcement as shown on the plans. Concrete used for the base shall meet the requirements of SUDAS, section 7010.
The base shall be placed on a subgrade compacted to 95%of the Standard Proctor (maximum density as determined byASTM
D698) for the subgrade soils, and on a 6" (minimum) granular base that meets the requirements of Iowa DOT Modified
Subbase.
PART 3 — ELECTRICAL
3.01 CABLE
A. Contractor shall be responsible for labor and material to provide power from the existing power supply to any new
equipment requiring electrical service.
B. All wiring shall be copper, rated to a minimum of 90 degrees C. Power cables shall be single phase, single conductor,
stranded copper, Type USE, with UL approval.
3.02 CONDUIT. All conduit used for electrical and/or communications shall be rigid galvanized steel, explosion -proof, and
utilized in accordance with NEC. Conduit shall be sized for not only initial installation, but easy replacement of cable in the
future, and shall be % inch minimum diameter in all cases.
All underground conduit will be PVC (including conduit encased in concrete), with the exception of conduit bored under
pavement, which shall be Schedule 80 HDPE or RGS. Exposed (above -ground) conduit shall be RGS, and the RGS shall extend
tothe bottom of each sweep priorto transitioningto PVC underground. All underground conduit under pavement shall either
be protected by PCC above the conduit or be Schedule 80, and all underground conduit shall include a marking tape above
the conduit to markthe conduit as well as a means oftracingthe conduitwhen required (trace wire or metallic markingtape).
3.03 EXPLOSION -PROOF ITEMS. Any electrical items mounted at the fueling location shall be explosion -proof, including, but
not limited to, wiring to the existing power supply, wiring to the shutoff switch, junction boxes, all wiring for the pumps, and
all connections.
Iowa City Municipal Airport - T51.119379 FUEL SYSTEM, COMPLETE, IN PLACE
January 2020 PAGE 11150 -1
0 Bolton & Menk, Inc. M17, Al Righ6 Reserved
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 116 of 136
3.04 GROUND WIRE / GROUND RODS. All equipment shall be properly grounded in accordance with NEC requirements.
Ground wire shall be a No. 6 AWG (minimum size) bare copper wire and bondingjumpers shall be No. 6 AWG (minimum size)
bare copperwire connected by approved clamps.
Ground rods as shown on the project plans shall be copper clad steel rods, 5/8"dia. (min.) x 8' (min.) long.
Pressure type clamps and bonding jumpers shall be included as required. Bonding jumpers shall be bare, solid conductor,
copper wire, No. 6 AWG.
3.05 COMMUNICATION CABLE. All communications cable shall be in separate conduits from power cables. Except as
required to enter equipment, minimum distance between communications conduit/cable and power conduit/cable shall be
six inches, measured between the outside surfaces of adjacent conduits. This shall include sensor cables required to operate
the tank monitoring system.
PART 4 — INSTALLATION AND TESTING
4.01 This bid item shall include complete installation of the fueling system, fittings, valves, vents, piping, electrical wiring and
components, cabinets, etc. Installation shall include any excavation, trenching, concrete, telephone line installation, electrical
system upgrade, concrete removal/replacement, etc. necessary to complete the work, at no additional cost to the owner.
4.02 Installation to include painting of all unpainted surfaces in conformance with Iowa State Fire Marshal requirements and
industry standards. Color to be as per same.
4.03 Testing of dispenser units and air testing of all piping installed. Start up and training of airport personnel on proper
operations and maintenance of all equipment installed. This work is incidental to any items requiring training.
PART 5 — FUEL EQUIPMENT PROTECTION (BOLLARDS)
5.01 Steel bollards will be installed as shown on the plans. Bollards shall be a minimum diameter of six inches and extend
below the existing grade (concrete pad) by a minimum of sixty (60) inches. Bollards shall be Schedule 40 steel pipe, filled
with concrete.
5.02 Bollards shall be a minimum height above the concrete of forty-four (44) inches, as measured to the top of the concrete
dome (exact bollard height shall match existing bollards on adjacent Avgas fuel pad). The top of the concrete filling the pipe
shall be mounded to shed water, ground smooth to approximate the shape of a half -sphere, and painted to match the
remainder of the bollard.
5.03 The concrete base of each bollard shall be a concrete foundation extending 3 inches (minimum) each direction from the
bollard. The 12" thick concrete pad shall extend at least 6 inches (min.) beyond the bollard base, with #4 deformed steel bars
on all four sides of the bollard and base. The bollard base shall be slightly raised (no lower than flush, sloped to drain away
from the bollard) from the new concrete pad surface. The bollard and base shall be wrapped with flexible expansion joint
material to prevent bonding with the pad, and following completion of the pad, the exposed joint material shall be removed
to a depth of 1" below the surface of the concrete. After the joint material is removed, the bollard shall be painted and the
entire circumference of the joint between the bollard and pad sealed with silicone sealer. Sealant material shall be for all-
weather use and able to bond with both concrete and painted steel, and shall also be jet fuel -resistant.
5.04 Bollards shall be painted yellow (2 coats) with reflective yellow tape (six inches wide minimum) around the top of the
bollard. Reflective tape shall be for exterior use, similar to pavement marking tape, and shall be guaranteed to remain fixed
in place on the bollards for the warranty period of the project. In lieu of painting bollards and installing reflective tape on
each bollard, the Contactor may cover each bollard with pre -fabricated bollard sleeves, yellow in color, with reflective tape
on the sleeve (reflective tape may be manufacturer's standard width, and need not be 6" in width).
Iowa City Municipal Airport - T51.119379 FUEL SYSTEM, COMPLETE, IN PLACE
January 2020 PAGE 11150 - 2
0 Bolton & Menk, Inc. M17, Al Righ6 Reserved
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 117 of 136
5.05 Bollard locations shall be as shown on the plans, with the final location confirmed on -site with the Contractor, Sponsor
and Engineer.
199:i[1IIa&RI10[c11IJUa17101111:3U111111tJ6"
6.01 GENERAL
No attempt is made here to include all items which may be required for this bid. The requirement is that the Contractor
provide a functional self -fueling fuel system with the added tank, tested and in working order. This includes furnishing,
installing, and testing all equipment, supplies, and material necessary to complete the system and deliver it to the Owner
in working order and with all required warranties.
6.02 BID ITEM REQUIREMENTS
The following major items are required under bid items as listed in the Proposal, under 'Bid Items and Quantities". Not
all bid items are listed below, as some are covered in more detail in the Supplemental Specifications section.
Bid Item # 3: 12,000 Gallon Flameshield (or Fireguard) Jet Fuel Tank, Complete, in Place
• Furnish and install a 12,000 gallon above -ground jet fuel storage tank, as specified and detailed in Section 11140,
"Fuel Storage and Dispensing System".
• Furnish and install ladder and platform.
Bid Item # 4: Jet Fuel System— Connect New Tank to Existing Cabinets
• Furnish and Install all piping between tank and existing fueling cabinets/dispensers. All piping that will carry jet fuel
shall be of stainless steel. Further information and details are in Section 11140.
Transfer of fueling operations between Jet Fuel tanks may be either automatic or manual, but shall be proposed by
the Contractor and approved by the Engineer and the Sponsor. All existing fuel flows for the existing Jet Fuel tank
shall be considered a minimum (shall be matched) by piping and pumping in the new tank installation. Transfers
which shall be maintained include, as a minimum, filling of both the existing tank and the new proposed tank from
the existing fueling cabinet to the south, fuel supply to the self -fueling cabinet to the north from both tanks, and
supply of fuel from both tanks to the existing fueling cabinet to the south for filling of fuel trucks. These operations
are currently operational with the existing Jet Fuel tank and shall be the same for the new tank.
• Relocate underground piping from existing sump north of existing jet fuel tank to east of the new PCC tank pad. If
existing piping is long enough to complete relocation, it may be used. If new piping is required, it shall be UL listed
for transfer of Jet Fuel underground and include secondary containment from sump to self -fueling cabinet. Length
of relocated piping from existing sump to self -fueling cabinet is approximately 138 lineal feet.
Bid Item # 5: PCC Tank Pad, 12" Thick
Remove topsoil and subgrade to a depth of 6" below the bottom concrete surface of the concrete pad. Removal
shall be a minimum of 12" beyond the edges of the concrete pad in all directions.
Scarify subgrade to a minimum depth of 12" and recompact to a density no less than 95% of the Standard Proctor
density (ASTM D698) of the on -site soil.
Place a 6" granular base on the prepared subgrade, to a width at least 12" beyond the edge of the concrete pad.
The base material shall meet the requirements of Iowa DOT modified subbase. Compaction shall be to no less than
100%of the maximum material density as determined by ASTM D698.
• Construct 12" thick concrete pad forthe proposed fuel equipment, including all reinforcing steel and thickened edges
as shown in the plans. PCC materials and methods shall meet SUDAS requirements for PCC paving. This shall include
sealing of the expansion joint, the control joint, all joints around the bollards, and any additional joints, with jet -fuel
resistant epoxy sealant. Should power conduits, conduits to the existing credit card reader system, or piping be
underground and extend through the slab, also seal anyjoints.
Iowa City Municipal Airport - T51.119379
FUEL SYSTEM, COMPLETE, IN PLACE
January 2020 PAGE 11150 - 3
0 Bolton & Menk, Inc. M17, Al Righ6 Reserved
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 118 of 136
Backfill around PCC pad with 4" minimum topsoil, and grade to drain away from pad, as well as maintain surface
drainage to the intake west of the pad. Hydraulically seed all disturbed areas around PCC pad.
Bid Item # 6: PCC Sidewalk, 4" Thick
• Remove topsoil and subgrade to a depth of 6" below the bottom concrete surface of the sidewalk. Removal shall be
a minimum of 6" beyond the edges of the concrete in all directions.
• Scarify subgrade to a minimum depth of 12" and recompact to a density no less than 95% of the Standard Proctor
density (ASTM D698) of the on -site soil.
• Place a 6" granular base on the prepared subgrade, to a width at least 6" beyond the edge of the concrete. The base
material shall meet the requirements of Iowa DOT modified subbase. Compaction shall be to no less than 100% of
the maximum material density as determined by ASTM D698.
• Construct 4" thick sidewalk for the area between the new concrete pad for the proposed fuel equipment and the
existing fuel tank pad. PCC materials and methods shall meet SUDAS requirements for PCC paving. This shall include
sealing of the expansion joint, the control joint, all joints around the bollards, and any additional joints, with jet -fuel
resistant epoxy sealant. Should power conduits, conduits to the existing credit card reader system, or piping be
underground and extend through the slab, also seal anyjoints.
• PCC Sidewalk shall be sloped to allow for drainage and not impede existing drainage patterns. Water may run across
surface of sidewalk. Minimum height of thicker PCC tank pad above adjacent ground (shown as 12" on the plans)
need not be maintained for the PCC sidewalk, depending on elevations needed to allowfor drainage.
Bid Item # 7: Bollards
Furnish and install bollards as shown on plans, including all items as described in Part 5, "Fuel Equipment Protection"
of this section. This shall include sealing of joints, painting, and installation of reflective tape.
Bid Item # 8: New Credit Card Reader System
This item shall be bid per each and will include furnishing and installing 2 new credit card reader systems (1 each for the
Jet Fuel terminal and the AvGas terminal). The card reader systems shall be QTPod M4000 or equivalent, and shall be
compatible with the Airport's existing credit card reader system. This item shall not include conduit and cabling for
power and/or communication, as existing will be re -used for the new system. If the system included in this bid item
requires additional conduit, cable, or items for installation and a complete, working system beyond that required for
simple replacement of the existing system, such additional requirements shall be included in the price bid for this bid
item. The existing card readers to be replaced are QTPod M3000 systems. This item will include 2 card reader systems,
one for the Jet Fuel self-service terminal north of the proposed tank, and the other at the AvGas self-service terminal
west of the Jet Fuel terminal.
Bid Items # 9: System Testing and Startup
Perform all required testing (leaks, proper operation, etc.). Perform startup, and train airport personnel on
operation of new equipment. Test both 'over -the -wing' and "single -point" refueling hoses. More detailed
information on this requirement is included in Section 11140.
Required Miscellaneous Items (Incidental to Bid Items Above)
• Furnish and mount on one of the bollards, a fire extinguisher and cabinet as specified in Section 11140.
• Furnish and install all signs and markings required by both local and state Fire Marshalls.
• Install all underground conduits not included in other bid items required for the system. This shall include, but is
not limited to, conduits from the card reader back to the terminal entrance of the existing card reader. Conduit not
under pavement for those bid alternates shall be included in the cost of each bid alternate requiring said conduit.
• Hydraulically seed all disturbed areas around PCC tank pad and over relocated underground piping.
Iowa City Municipal Airport - T51.119379
FUEL SYSTEM, COMPLETE, IN PLACE
January 2020 PAGE 11150 -4
0 Bolton & Menk, Inc. M17, Al Righ6 Reserved
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 119 of 136
Complete all miscellaneous items necessary for a fully functional Jet A and AvGas fueling system, operational with
the new credit card reader systems.
Clean up all removed items, site, restore access and/or staging area, and return area to "pre -project' condition as a
minimum.
_1:i111a&l:111:Is] 1ZU2&M-AF111:»tLVila01ll
7.01 All work described in this project shall be measured as shown on the Proposal Form.
PART 8 - BASIS OF PAYMENT
8.01 Payment for all listed bid items will be made at the contract unit price based on the inclusion of all items as described
above. The price shall be full compensation for furnishing all equipment / materials, and for all preparation, erection, and
installation of these equipment / materials, and for all labor equipment, tools, and incidentals necessary to complete the
item.
****END OF ITEM 11150****
Iowa City Municipal Airport - T51.119379
FUEL SYSTEM, COMPLETE, IN PLACE
January 2020 PAGE 11150 - 5
0 Bolton & Menk, Inc. M17, Al Righ6 Reserved
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 120 of 136
INTENTIONALLY LEFT BLANK
Iowa City Municipal Airport - T51.119379
FUEL SYSTEM, COMPLETE, IN PLACE
January 2020 PAGE 11150 - 6
0 Bolton & Menk, Inc. M17, Al Righ6 Reserved
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 121 of 136
SUPPLEMENTAL SPECIFICATIONS
for
FUEL FACILITY EXPANSION
Iowa City Municipal Airport
Iowa City, Iowa
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 122 of 136
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 123 of 136
SUPPLEMENTAL SPECIFICATIONS
SS-01—SCOPE OF WORK: The intent of these specifications is to provide for the construction of, complete and ready
for use, a Fuel Facility Expansion at the Iowa City Municipal Airport.
It is the intent that all specified work and anticipated incidental work required to produce a completed job will be
included in the specified bid items listed.
Items in this "Supplemental Specifications" section of the project specifications are specific to this project and
take precedence over conflicting information elsewhere in these spec cations or on the plans. If the Contractor
notices conflicting information, it is his responsibility to bring the conflict to the attention of the Engineer for
clarification.
It is possible that minor variations to the plans and specifications may be required. Prior to departing from these
plans and specifications, the Contractor is responsible to gain approval from the Engineer and Sponsor for any
deviations. The Contractor shall include in his bid all materials, work, and incidentals necessary to complete the
work specified, including, but not limited to, removals, furnishing and installing the PCC pad, fuel tank, bollards, all
piping, installation of all piping and/or pumping systems, testing of all installed systems, and cleanup of the site upon
completion.
SS-02 —QUALITY OF WORK: In the execution of the contract, all materials, methods of construction, and equipment
shall be of commonly accepted high standards.
SS-03 — SITE STAKING: Staking required for the construction of this project is the responsibility of the Contractor.
There is not a separate bid 'item for construction staking, and staking (survey) required to complete the project
shall be completed by the Contractor as incidental to other items of work.
SS-04 — UTILITIES: The Contractor shall contact the various utility companies, whether public or private, regarding
the movement or protection of poles, wires, cables, conduits, or pipe lines. The Contractor shall be responsible for
the repair of any damage to utility lines or structures caused by the Contractor's work.
Temporary Utilities
A. Description
1. Furnish, install and maintain temporary utilities required for construction. Removal on completion of
work and payment for all usage until final acceptance of project shall be the contractors responsibility.
B. Requirements of Regulatory Agencies
1. Comply with current National Electrical Code.
2. Comply with Federal, State and Local codes and regulations and with utility company requirements.
C. Temporary Electricity and Lighting
1. Electrical Contractor to arrange for hookup of temporary services required for power and lighting.
2. Each contractor shall furnish his/her own extension cords.
D. Temporary Heat and Ventilation
1. Contractor shall provide auxiliary heating equipment and fuel for temporary heat and labor to operate
such equipment during period of cold and inclement weather, when heat is required to permit
continuation of construction, to protectworkand materials from injuryfrom dampness and cold, orto
allow proper air circulation for drying and to afford personal comfort.
Iowa City Municipal Airport—T51.119379
SUPPLEMENTAL SPECIFICATIONS
January 2020 PAGE SS-1
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 124 of 136
SS-05 — CONSTRUCTION SEQUENCE: The Contractor shall submit a written plan outlining the proposed work
schedule and sequence of construction at the preconstruction conference.
SS-06 — PROTECTION OF PRIVATE PROPERTY: The Contractor shall be responsible to protect private property from
damage during construction. The Contractor shall "hold harmless" the Owner and Engineer from any damage to
either public or private property caused from the Contractor's construction.
SS-07 —TESTING: Testing for different types of work included in the project is described in each applicable section.
All test results shall be forwarded to the Project Engineer/Manager as soon as available. Some project items are
accepted by certification and do not require testing. Quality assurance testing of paving (PCC compressive strength)
will be completed by the Sponsor. With that exception, the cost of all testing shall be paid for by the Contractor.
Additional testing beyond that required by specification requested by the Contractor shall be completed and paid
for by the Contractor.
SS-08 — INCIDENTAL ITEMS OF WORK: The Contractor shall provide all labor, material and equipment required to
completely install all work throughout the entire project as shown on the plans and herein specified. This shall
include providing all items, articles, materials, operations, methods, trenching and backfilling shown, noted,
scheduled, listed or described on the drawings or herein, including all incidentals necessary and required for a
complete, finished project. The plans and specifications contemplate the complete installation of the equipment
shown and described so that at the conclusion of construction, the project shall be turned over to the Owner
complete and readyfor safe, efficient operation. The Contractor shall be obliged to furnish and install all such items
normally included on projects of this type, which, while not mentioned directly herein, are obviously essential to the
installation and operation of the project and which are normally furnished on quality installations of this type. All
miscellaneous items are considered included in those pay items which are listed in the Bid Schedule.
SS-09 — EMERGENCY ACCESS: The construction zone shall be maintained to such a condition to permit emergency
vehicles access to the construction area at all times.
SS-10—SAFETY REQUIREMENTS: The Contractor shall be solely and exclusively responsible for providing temporary
ladders, guard rails, shoring, bracing, dewatering (if required), warning signs, night lights, and other safeguards
desirable or required, and shall comply with all Federal, State and Municipal Safety Requirements. The Contractor
shall be solely and exclusively responsible for the design, construction, inspection and continual maintenance of such
facilities at all times. The Contractor shall be responsible for protecting the work and stored materials until
completion and acceptance of the work by the Owner. It shall be the sole and exclusive responsibility of the
Contractor to provide a safe place to work for all laborers and mechanics and other persons employed on or in
connection with the project, and nothing in these Contract Documents shall be construed to give any of such
responsibility to the Owner or Engineer.
SS-11— CONTRACTOR'S ACCESS: The Contractor's access route will be via the airport entrance drive, and assembly
and storage areas are designated on the Plans. The Contractor shall be responsible for repair or replacement of any
damage to existing facilities as a result of construction activities. The Contractor shall also be responsible for
providing any temporary surfacing necessary for access to the construction site and removal of such surfacing upon
completion of the project. The site shall be returned to its original condition. This includes seeding, fertilizing and
mulching if necessary. The Contractor will not be allowed to cross any new pavement, nor any operational
taxiways without specific prior approval by the Engineer. Hauling of materials across any active portion of any
taxiway/runway or any new pavement will not be allowed except as provided for on the project plans. Contractor
access shall also be restricted to the east access drive.
Iowa City Municipal Airport—T51.119379
SUPPLEMENTAL SPECIFICATIONS
January 2020 PAGE SS-2
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 125 of 136
SS-12 — SUBSURFACE SOIL DATA: A subsurface soil investigations was not completed for this project. Bidders are
expected to examine the site and then decide for themselves the character of the material to be encountered. The
Owner or Engineer will not assume responsibility for variations of subsoil quality or conditions.
SS-13 — REGULATIONS: The Contractor shall comply with the directions of all property appointed authorities having
jurisdiction.
SS-14 — PERMITS AND INSPECTIONS: The Contractor shall obtain and furnish all necessary permits and inspection
certificates for all material and labor furnished by the Contractor. Permits and certificates shall be obtained from
proper inspection authorities. Costs of permits, certificates and all fees required in connection with the installation
shall be borne by the Contractor. The Contractor shall ensure that such application is properly filed with the utility
and all information required for such an application is presented to the extent and in the form required by the utility
company. Contractor is responsible for submitting all documentation required by the City for the building permit
and cost of permit(s)
SS-15 — DAMAGE: The Contractor is responsible for damage to existing buildings, existing pavement, and existing
facilities and is responsible for the repair of any damage caused bythe Contractor's work. This shall include any and
all work to repair or restore the Contractor's assembly and storage area.
SS-16 — CLEANUP OF PROJECT SITE: The Contractor shall at all times keep the site of the work and adjacent premises
as free from materials, debris, rubbish and trash as practicable, and shall remove same from any portion of the site
if, in the opinion of the Owner, such materials, debris, rubbish or trash constitute a nuisance or are objectionable in
anyway to the public. The Contractor shall be responsible for the removal of dirt accumulation or any other debris
on pavements resulting from the Contractor's operations on the work.
At the completion of the work, the Contractor shall remove all materials, implements, barricades, equipment,
staging, piling, falsework, debris and rubbish connected with or caused by operations for such work immediately
upon the completion of that work and shall leave the premises in perfect condition insofar as affected by the work
under this Contract. Fires for disposal of rubbish on the site are prohibited.
All cleaning shall be accomplished by a street sweeper or power broom to remove debris. Prior to sweeping, the
area shall be cleaned of large debris, concrete, mud, etc., with an end loader. If the street sweeper or power broom
does not adequately clean the pavement surface, the Contractor shall flush the surface with a water truck and then
re -sweep.
SS-17 —COORDINATION OF SPECIFICATIONS, PLANS AND SPECIAL PROVISIONS: The Specifications shall govern this
work except where modifications are made. When the requirements of any WA Specification differ or conflict with
the modifications, or the plans, the modification or plans shall govern. Any questions, which may arise because of
such conflict, shall be submitted to the Engineer for clarification. Information in this Supplemental Specifications
section is speck for this project, and shall take priority over any conflicting information elsewhere in these
specifications or on the plans. In case of a discrepancy within the various items included in the contract documents,
the items shall prevail, or govern, in the following descending order:
1. Supplemental Specifications
2. Special Provisions
3. Plans, including plan notes
4. Detailed Specifications
5. General Provisions
Iowa City Municipal Airport—T51.119379
SUPPLEMENTAL SPECIFICATIONS
January 2020 PAGE SS-3
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 126 of 136
SS-18 — SCHEDULE AND COORDINATION OF WORK: The work under the contract shall commence within ten (10)
days after issuance of a written "Notice -to -Proceed", which for this project is anticipated to be approximately mid
March, 2020. All work included in the Base Bid is to be completed no later than August 31, 2020. Due to
equipment lead times, the Contractor may delay written notice -to -proceed until equipment is close to shipping.
Information on equipment delivery dates from equipment manufacturers shall be furnished to the Engineer and
Sponsor to substantiate delayed start dates, or if delivery delay is significant enough to support an extension of
completion time. Site work shall not be justification for delays beyond the established completion date.
The Contractor shall coordinate his work so that at the end of each calendar day all materials and equipment are
placed no closer than 300 feet from any active runway and 80 feet from active taxiway areas. Completed work in
place closer than this distance is exempt from this requirement.
In addition to specific phases identified on the project plans, a few limitations will be imposed for work on or near
adjacent runways, taxiways and buildings. The following limitations are mandatory, and shall be followed
independent of the Contractor's preferences.
1. There should be no reason for the Contractor's operations to be near any runway, any taxiway, nor any
aircraft parking apron other than the construction area. Contractor shall not use taxiways for transport
of materials or any use by heavy trucks except as shown on the project plans, unless specific approval
is given by the Engineer and the Airport Manager.
2. Electrical systems for airside areas remaining open may not be turned off or left off overnight or during
periods of low visibility weather.
3. All barricades which might limit access to fueling shall be moved when no work is being completed
to allow access to any operational fueling systems by the Airport and all aircraft to allow fueling of
aircraft. Moving of barricades at the completion of each work period and re -setting when work
resumes is the responsibility of the Contractor.
4. Fueling operations shall not be interrupted for more than 48 continuous hours at any time. The
Contractor shall inform the Airport and/or FBO at least 72 hours prior to any interruption of either
Jet Fuel or AvGas fueling operations so they have the opportunity to make arrangements for fueling
of aircraft during the interruption/shutdown.
SS-19 — SEEDING TIME REQUIREMENT: All finish seeding shall be placed between August 10 and October 15, or
between March 31 and May 31. Temporary seeding may be required between May 31 and August 10. For this
project, the Contractor may complete seeding at any time as long as the grass becomes established. A proper
stand of grass is the project requirement, without regards to when the seeding is actually completed. The dates
above are typical for timeframes when seeding is more likely to become established, but is not a requirement.
SS-20 — LIST OF SUBMITTALS: The following is a list of submittals required with the bid submittal. Every effort has
been made to ensure that it is complete, however, the Owner reserves the right to request additional
submittals prior to and during the contract time.
A. BID
1. Proposal Form with Schedule of Prices
2. Identity of Bidder / Bidder Status Form
3. TSB Contact Form
4. Bid Bond (5%) (IN SEPARATE ENVELOPE)
B. AWARD
1. Contract
2. Performance, Payment and Maintenance Bond
3. Insurance Certificate
4. Owner - Notice of Award, Notice to Proceed
Iowa City Municipal Airport—T51.119379
SUPPLEMENTAL SPECIFICATIONS
January 2020 PAGE SS-4
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 127 of 136
C. DURING PROJECT
1. Partial Pay Estimate
2. Contract Change Orders
3. Release by Claimants (Lien Waivers)
SS-21 —EMERGENCY CONTACT: In the event of any emergency that may affect safety or operations within the air
operations area contact:
➢ Michael Tharp, Airport Manager at 319-356-5045.
SS-22 — NOTAM's: Contractor must contact the Airport Manager, Jonathan Walter (or his on -site personnel) 48
hours ahead of any closure of an aircraft movement area so that necessary NOTAM's can be issued.
SS-23 — REMOVALS: There are no bid items for removals. A short summary of requirements for any removals
required is included below:
1. Any equipment or material removed shall be removed carefully to preserve in working condition and
offered to Sponsor. On this project, nothing anticipated to be removed will require protection.
➢ Any equipment/material not accepted by Sponsor shall be removed off -site and disposed of by the
Contractor.
SS-24 —CONCRETE REINFORCEMENT:
A. Compliance with Standards
1. In addition to complying with all pertinent codes and regulations, all work shall comply with these
Project Specifications, and applicable requirements of ACI Standard 315-74 titled Standard Practice for
Detailing Reinforced Concrete Structures.
2. Where provisions of pertinent codes and standards conflict with the requirements of this section of
these Specifications, the more stringent provisions shall govern.
B. Reinforcing Materials
1. Plain reinforcing bars (No. 2 and smaller): Conform to ASTM A 306 when used in conjunction with
ASTM A 615 deformed bars.
2. Deformed reinforcement steel bars: Conform to ASTM designations, grades and steel types as follows:
Designation Grade Steel Type Yield
ASTM A 615 60 Billet 60,000 psi
ASTM A 615 40 Billet 40,000 psi
3. Welded wire steel fabric: Conform to ASTM A 185
4. Wire: Conform to ASTM A 82. Tie Wire: 16 ga black annealed.
5. Accessories
a. Conform to CRSI bar support specifications and standard nomenclature.
b. Provide spacers, chairs, ties and other devices necessary to proper spacing, placing, supporting
and fastening.
c. Chairs as exposed slabs: galvanized with plastic coated or turned up ends.
Iowa City Municipal Airport—T51.119379
SUPPLEMENTAL SPECIFICATIONS
January 2020 PAGE SS-5
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 128 of 136
SS-25 — ELECTRICAL WORK:
A. General Electrical Requirements
All electrical work shall meet all local and national codes. Work shall be completed by Contractors meeting
Iowa state requirements for using qualified personnel for electrical work. Electrical work on this project
consists of extending power to the hangar and service in the hangar. All electrical work shall be inspected
as necessary by either the City or State Electrical Inspector, and any costs associated with inspections shall
be the responsibility of the Contractor.
All wiring shall be copper. All underground conduit will be Schedule 40 (min.) PVC (including conduit
encased in concrete), with the exception of conduit bored under pavement, which shall be Rigid Galvanized
Steel (RGS) or Schedule 80 HDPE/PVC. Exposed (above -ground) conduit shall be RGS or Schedule 80 PVC,
and the RGS/Schedule 80 PVC shall extend to the bottom of each sweep prior to transitioning to Schedule
40 PVC underground. Interior conduit shall be as allowed by the City of Iowa City and electrical codes.
All exterior -mounted panels, switches, meter bank(s), or other electrical boxes shall be weather-proof and
lockable (as applicable). At least 3 keys shall be furnished to the Owner for each lockable box.
SS-26— BID ALTERNATES: At this time, there is one bid alternate, as follows:
A. Bid Alternate No. 1— NEW 3-LINE DISPLAY FOR CARD READER SYSTEM: This item shall be bid per Each,
and will include furnishing and installing anew 3-line display for each new credit card reader system. The
3-line display shall be designed and manufactured for exterior use and shall be easily visible up to 75 feet
day and night. It shall be the most current 3-line display for aviation as manufactured by the same
manufacturer as the furnished card reader systems. If Bid Alternate # A-1 is selected, it shall be compatible
with the card reader installed. This bid alternate shall include any conduits, cabling, modifications or
additions to the computer system, or incidental items necessary to allow the display to function in
conjunction with the new credit card readers.
SS-27—SITE VISIT: The Bidder is highly encouraged to visit the site to inspect existing systems. Should any updates
to meet existing codes be required for the existing system (beyond those noted elsewhere in these specifications),
the Bidder shall contact the Engineer at least 10 Calendar Days prior to bidding for evaluation of such requirements
and if necessary, issuing an addendum for such added work.
SS-28 — PROJECT SIGN: This project does not require a project sign.
SS-29—JOB TRAILER: This project shall not require a job trailer.
SS-30 — EROSION/POLLUTION PREVENTION PLAN: This project shall not require a SW PPP. However, the Contractor
is responsible for erosion control measures on this project as defined elsewhere in this specification.
SS-31 — BIDDING REQUIREMENTS: This project does not include federal funding, and therefore does not require
the use of either Davis -Bacon wages or "Buy American' provisions.
Iowa City Municipal Airport—T51.119379
SUPPLEMENTAL SPECIFICATIONS
January 2020 PAGE SS-6
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 129 of 136
SS-32 — CONTRACTOR'S PAYMENTS: The Contractor shall be paid on a monthly basis as discussed elsewhere in this
specification. In addition to requirements specified in other sections, the following requirements shall be imposed
for release of monthly payments:
➢ 1' payment— no additional requirements
➢ 2"" payment through next to last payment
• Lien waiver from prime contractor for amount received (to -date).
➢ Final payment
• Lien waiver from prime contractor for amount paid (to -date) and following release of final
payment, lien waiver for that payment
• Lien waivers from all subcontractors / suppliers with contract amounts greater than $500
****END OF SUPPLEMENTAL SPECIFICATIONS****
Iowa City Municipal Airport—T51.119379
SUPPLEMENTAL SPECIFICATIONS
January 2020 PAGE SS-7
Airport Commission Agenda & Info Packet
Meeting Date: Feb 13, 2020 Page 130 of 136
INTENTIONALLY LEFT BLANK
Iowa City Municipal Airport—T51.119379
SUPPLEMENTAL SPECIFICATIONS
January 2020 PAGE SS-8
IOWA CITY MUNICIPAL AIRPORT
CONSTRUCTION PLANS FOR
FUEL FACILITY EXPANSION
IMA OTY, IOWA
BMI MTS1.119179
JANUARY 2020
STATE MAP
olows
m xssuusuxr<a�m in o<scemw.
�W CAU S ncv vE oms w�
� axarro¢rcwu nm�
�AN 0W CITYMUNKIPALAIRPoRT
(D&MEYNK ,ROE 10
STATEMENT OF 6TlMA1E0 QO TiT
BID
NO. 1
a
/� �YN mnv... v.
;�iJ°��\)&MEYNK m
gWAUELW 1HIDDMM IRPoRT
a_ MARIIIIF&BE MA RITMEWENO
-N
E
13,
-» ■ME _Ksy: % `
�1
ACI
e
I
II
I
1
II III�II
c�
Ll-
r
--------- — - --- ---
9 m
.._4
�p�/yy�
UON
I
IOWAClV MUNICIPAL AIRPORT
'PI 'NN
wRE'
y
Q � =.0
AIS
_
.¢ryes F.� Fen I , E., p Pa,e,35 oF,,F,
PCFaao MJUFEUDLERES GUF�EQNIP.FPAD
nS` aa G
FAF.FN N�LLyF`TALSPEUPoaaFaNa�.o woNa FN m ... maw.FICAFF.:FFw..FFNALL ON,.aSFoaREM,
wR® i:Y �MENK v .....m.=: m PAVING&JDINnNGNuvour
PI AN EouP EEL
a A eounxo� oEr E / c `� wI rDN o �
CD
�o WNCREh MDANomu umoo Nr