HomeMy WebLinkAbout06-11-2020 Airport CommissionIOWA CITY AIRPORT COMMISSION
ELECTRONIC MEETING AGENDA
ZOOM MEETING PLATFORM
THURSDAY JUNE 11, 2020 — 6:00 P.M.
Electronic Meeting
(Pursuant to Iowa Code section 21.8)
An electronic meeting is being held because a meeting in person is impossible or impractical
due to concerns for the health and safety of Commission members, staff and the public
presented by COVID-19.
You can participate in the meeting and can comment on an agenda item by joining the Zoom
meeting via the internet by going to
https:Hzoom.us/meeting/register/tJMudeugrDwiGtcPrDBAlzdKouQYNEUMyU 8
If you are asked for a meeting ID, enter 973 2222 7803 to enter a 'Waiting Room' for the
meeting. If you have no computer or smartphone, or a computer without a microphone, you
can call in by phone by dialing (312) 626-6799 and entering the meeting ID when prompted.
Providing comment in person is not an option.
1. Determine Quorum
2. Approval of Minutes from the following meetings: 5 min'
May 14, 2020
3. Public Discussion - Items not on the agenda 5 min
4. Items for Discussion / Action
a. Airport Website Update 15 min
b. FAA/IDOT Projects: 20 min
i. Obstruction Mitigation
ii. Terminal Apron/Taxiway reconstruction
iii. Runway 25 Threshold Relocation
1. Consider a resolution approving reimbursable agreement with Federal
Aviation Administration for relocation of Precision Approach Path Indicator
(PAPI) equipment
2. Consider a resolution approving work order with Bolton & Menk for
engineering services related to the Runway 25 PAPI Relocation.
iv. Fuel Farm Expansion and card reader kiosk replacement
1. Consider a resolution approving service and support agreement with QT
POD
c. Airport "Operations" 20 min
i. Management
ii. Budget
iii. Events
1. Pancake Breakfast
2. Summer of the Arts Drive -In Movies
'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 programlevent, please
contact Michael Tharp, Airport Manager, at 319-356-5045 or at michael-tharp 0iowa-city, org. Early
requests are strongly encouraged to allow sufficient tune to meet your access needs.
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 2 of 64
3. Autocross (July 26, Sept 20)
d. FBO / Flight Training Reports 10 min
i. Jet Air
e. Commission Members' Reports 2 min
f. Staff Report 2 min
5. Set next regular meeting for July 9, 2020
Consider a motion to enter into executive session "To discuss strategy with counsel in matters
that are presently in litigation or where litigation is imminent where its disclosure would be
likely to prejudice or disadvantage the position of the governmental body in that litigation."
6. Adjourn
'The times listed in the agenda are the anticipated duration of that particular agenda item. The actual
discussion may take more or less time than anticipated
if you will need disability -related accommodations in order to participate in this programlevent, please
contact Michael Tharp, Airport Manager, at 319-356-5045 or at michael-tharp Oiowa-city, org. Early
requests are strongly encouraged to allow sufficient tune to meet your access needs.
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 3 of 64
May 14, 2020
Page 1
MINUTES DRAFT
IOWA CITY AIRPORT COMMISSION
MAY 14, 2020 — 6:00 P.M.
AIRPORT TERMINAL BUILDING
Members Present: Warren Bishop, Scott Clair, Christopher Lawrence, Bob Libby, Judy Pfohl
Staff Present: Eric Goers, Michael Tharp
Others Present: Matt Wolford, Carl Byers, Alex Schmidt, John Moes
RECOMMENDATIONS TO COUNCIL: (to become effective only after separate Council
action):
None.
DETERMINE QUORUM:
The meeting was called to order at 6:04 P.M.
APPROVAL OF MINUTES:
Minutes from the April 9, 2020, meeting were reviewed. Pfohl moved to accept the minutes
from the April 9, 2020, meeting as presented. Libby seconded the motion. The motion
carried 5-0.
PUBLIC DISCUSSION: None.
ITEMS FOR DISCUSSION/ACTION:
a. Airport Website Update — Tharp stated that John Moes and Alex Schmidt from
FUEL are present this evening. He added that they did have a meeting with the
City's Communications Director. The decision was made at that meeting to host
the Airport's website off of the City infrastructure. Moes then spoke, noting that
they are now moving ahead full steam on the project. Schmidt then shared with
Members what she has been working on, in order to get some feedback from
them. She noted that after tonight's meeting, the team will move to the
development phase of the project. Schmidt gave Members a brief refresher of
what they have already reviewed and changes that have taken place since the
last meeting. Looking at the "Pilot's" page, Schmidt noted that she added a
listing of restaurants and lodging, per the Commission's request. There will also
be an addition of a diagram for the traffic patterns of the runways. Looking at
new pages, Schmidt noted the "Community" page. There will be a highlight of
the restaurants, parks, and shops in Iowa City, as well as community links.
Schmidt continued to run through the various pages that will be added, noting
that they will basically match what Iowa City is doing. Members then discussed
other items of interest that could be added to the Airport's website. The FUEL
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 4 of 64
May 14, 2020
Page 2
team then responded to Member questions, further clarifying what the finished
product will look like.
b. FAAIIDOT Projects
i. Obstruction Mitigation — Tharp stated this project is underway again.
The contractor is prepping the properties that have had trees removed for
reseeding and sodding. This should be wrapped up by the middle of
June, according to Tharp. He then reminded Members of a possible
phase two, to catch some trees that were missed during the first phase.
He will be working with the FAA on this proposed project.
ii. Terminal Apron/Taxiway reconstruction — Tharp stated that this project
will officially begin this coming Monday. He added that notifications have
been sent out and signs have been posted. This project will take care of
the pavement next to the terminal building and the adjacent taxiway.
Each half of the project is expected to take three weeks.
iii. Runway 25 Threshold Relocation — Tharp stated that they are currently
waiting for the FAA to give them their reimbursable agreement for the
PAPI. Byers stated that he did hear back from Brad Eurie today and he
hopes to have things ready in the next few work days.
iv. Fuel Farm Expansion and card reader kiosk replacement — Tharp
noted that this project is moving forward. He has been in contact with the
manufacturer regarding this project. Byers also spoke to what he has
been doing in preparation for this replacement project to proceed.
C. Airport Operations
i. Management — Tharp noted that with the upcoming projects at the
Airport, he plans to be in the office more. He noted that he does not yet
know the City's time line for reopening its various facilities. He discussed
how they might begin to reopen the Airport facilities, such as use of the
conference room.
ii. Budget — Tharp stated that this is the CARES Act grant he had emailed
info about to Members. This grant is for $69,000. Tharp then spoke to
the impacts that COVID has had at the Airport, such as a $10,000 hit from
loss of fuel sales. He then spoke to how he plans to use this grant money
to support the Airport's operating budget.
1. Consider a resolution authorizing Chairperson to sign FAA
CARES Act Grant for supplemental operations expenses —
Lawrence moved to approve Resolution #A20-11, authorizing
Chairperson to sign FAA CARES Act Grant for supplemental
operations expenses. Bishop seconded the motion. The
motion carried 5-0.
iii. Events — Tharp stated the auto -cross that was scheduled for this
upcoming weekend has been canceled. The car show scheduled for the
end of the month has also been canceled. Tharp stated that there are still
two auto -cross dates — one in July and one in September — that are still
on the calendar, as is the pancake breakfast. Tharp stated that he and
Wolford have been working with Summer of the Arts and the Downtown
District regarding summer activities and have suggested a drive-in movie
event at the Airport. Wolford said they have suggested this in the past,
and during this time of social distancing, it would be very doable.
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 5 of 64
May 14, 2020
Page 3
Members then discussed use of the conference room for small groups
and how they might handle this with distance restrictions.
FBO / Flight Training Reports
i. Jet Air — Matt Wolford spoke to the monthly maintenance reports with
Members. Mowing season has started, so crews are busy with that and
trash pickup. Speaking to Jet Air's business, Wolford stated that things
are still quite slow. In the past week or so, however, there has been an
increase in air medical trips. Flight training has been fairly stable,
according to Wolford. He also spoke to the COVID-19 safety precautions
that they are implementing.
e. Commission Member Reports — Judy noted that she dropped off some face
masks at the Airport and also got a sign for Tharp's door that says "Airport
Manager." Clair asked if there was any follow up on the person who got over a
fence at the Airport recently. Tharp stated that he went through the security
camera footage and did not see the individual until he was close to aircraft. The
individual has been arrested, according to Tharp, and has several charges
pending from various incidents. Members spoke briefly to security at the Airport
and the need to be vigilant. Pfohl spoke to the City's prairie installations and
Tharp responded that the City Parks and Rec did meet with him regarding the
small plot of land across from the Airport.
Staff Report — Tharp stated that earlier this week he was on a conference call
with the DOT, Aviation Bureau. It was a round table discussion on how airports
are handling the pandemic and what issues have arisen for them.
SET NEXT REGULAR MEETING FOR:
The next regular meeting of the Airport Commission will be held on Thursday. June 11, 2020,
at 6:00 P.M. in the Airport Terminal Building, via electronic method.
ADJOURN:
Lawrence moved to adjourn the meeting at 7:02 P.M. Pfohl seconded the motion. The motion
carried 5-0.
CHAIRPERSON DATE
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 6 of 64
May 14, 2020
Page 4
Airport Commission
ATTENDANCE RECORD
2020
NAME
TERM EXP.
c
c
c
c
c
N
W
A
N
O
0
W
N
O
D
A
N
O
N
O
N
O
N
O
N
O
Warren Bishop
06/30/22
O/E
O/E
X
X
X
Scott Clair
06/30/23
X
X
X
X
X
Robert Libby
07/01/20
O/E
X
X
X
X
Christopher Lawrence
07/01/21
X
X
X
X
X
Judy Pfohl
06/30/22
X
X
X
X
X
Key:
X = Present
X/E = Present for Part of Meeting
O = Absent
O/E = Absent/Excused
NM = Not a Member at this time
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 7 of 64
Prepared by: Michael Tharp, Airport Manager, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045
Resolution number
Resolution authorizing the Chairperson to execute a Non -
Federal Reimbursable Agreement with the Federal Aviation
Administration.
Whereas, the Iowa City Airport Commission desires to relocate the Precision Approach Path
Indicator (PAPI) which is owned by the FAA; and
Whereas, the Federal Aviation Administration (FAA) has agreed to provide technical services,
consultation, site visits, construction oversight, equipment installation and flight inspection to
support the relocation of the displaced threshold of Runway 25; and
Whereas, the project will require the relocation of the Runway 25 Precision Approach Path
Indicator (PAPI); 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 attached Non -Federal Reimbursable Agreement for relocation of the Precision
Approach Path Indicator is hereby approved.
2. That the Chairperson is directed and authorized to execute and the Secretary to attest to
said agreement between the Airport Commission and the Federal Aviation
Administration.
Passed and approved this day of 2020.
Chairperson
Secretary
Approved by
City Attorney's Office
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020
Page 8 of 64
It was moved by
adopted, and upon roll call there were:
Ayes
and seconded by
Nays
Absent
the Resolution be
Bishop
Clair
Lawrence
Libby
Pfohl
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 9 of 64
Agreement Number
AJW-FN-CSA-20-CE-003632
NON-FEDERAL REIMBURSABLE AGREEMENT
BETWEEN
DEPARTMENT OF TRANSPORTATION
FEDERAL AVIATION ADMINISTRATION
AND
CITY OF IOWA CITY, TA
IOWA CITY MUNICIPAL AIPORT
IOWA CITY, IA
WHEREAS, the Federal Aviation Administration (FAA) can furnish directly or by
contract, material, supplies, equipment, and services which the City of Iowa City, IA
(Sponsor) requires, has funds available for, and has determined should be obtained from
the FAA;
WHEREAS, it has been determined that competition with the private sector for
provision of such material, supplies, equipment, and services is minimal; the proposed
activity will advance the FAA's mission; and the FAA has a unique capability that will
be of benefit to the Sponsor while helping to advance the FAA's mission;
WHEREAS, the authority for the FAA to furnish material, supplies, equipment, and
services to the Sponsor upon a reimbursable payment basis is found in 49 U.S.C. §
106(1)(6) on such terms and conditions as the Administrator may consider necessary;
NOW THEREFORE, the FAA and the Sponsor mutually agree as follows:
ARTICLE 1. Parties
The Parties to this Agreement are the FAA and City of Iowa City, IA.
ARTICLE 2. Type of Agreement
This Agreement is an 'other transaction" authorized under 49 U.S.C. § 106(1)(6). It is not
intended to be, nor will it be construed as, a partnership, corporation, joint venture or
other business organization.
ARTICLE 3. Scope
A. The purpose of this Agreement between the FAA and the Sponsor is to provide FAA
technical services, consultation, site visits, construction oversight, equipment
installation support, and flight inspection, etc. to support the relocation of the
displaced threshold of Runway 25 to the northeast. This project will require the
relocation of the Runway 25 Precision Approach Path Indicator (PAPT).
Non -Federal Reimbursable Agreement V89 Page 1 of 15
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 10 of 64
Agreement Number
AJW-FN-CSA-20-CE-003632
The FAA and the Sponsor recognize that RWY 25 PAPI facility is eligible for
replacement as a Target of Opportunity (TOO). A new PAPT system will be provided
at no cost to the Sponsor. The Sponsor will install the new PAPI, dispose of the
existing PAPI as directed by the FAA. The existing Remote Radio Control System
currently interfacing with the existing PAPT will be removed and reinstalled for use
with the new PAPI.
This Agreement provides funding for the FAA to establish these services. Therefore,
this Agreement is titled:
"Engineering Review/Construction Oversight and Flight Inspection for the
Relocation of the Runway 25 PAPI at the Iowa City Municipal Airport JOW),
Iowa City, Iowa"
B. The FAA will perform the following activities:
1) Provide all technical assistance necessary to ensure the Sponsor's project meets
applicable FAA rules, regulations, orders, requirements, and standards.
2) Provide all applicable available FAA Records directives, specifications, standard
drawings and other information required to assist the Sponsor in designing and
preparing the site specific plans and specifications for the project.
3) Review and approve the Sponsor's sighting of FAA facilities, contingent upon the
finished grading plan provided by the Sponsor as described in paragraph 3.C.7
below.
4) Ensure that the removal and re -installation of the Runway 25 PAPI is in
accordance with FAA standards.
5) Electronically locate and physically mark all FAA power and control cables in the
areas affected by the Sponsor's construction.
6) Perform engineering design reviews of the Sponsor's plans and specifications in
support of the Sponsor's construction project that affects FAA systems or
equipment. The FAA will conduct 50%, 90% and 100% reviews. The FAA will
require 21 calendar days for review of the 50% and 100% packages, and 60
calendar days for review of the preliminary 90% design plans submission. The
Sponsor's design plans and specifications are not final until the FAA Contracting
Officer -has notified the Sponsor that all of the FAA's comments, suggestions,
and/or requirements have been incorporated into the design plans and
specifications. No work may begin that affects FAA facilities until the design
plans and specifications are final.
7) Provide Resident Engineering (RE) services during all construction phases of the
project necessary to establish or restore service to affected FAA facilities,
Non -Federal Reimbursable Agreement V89 Page 2 of 15
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 11 of 64
Agreement Number
AJW-FN-CSA-20-CE-003632
systems, and equipment. During the construction phases of the project, it is the
RE's responsibility to protect the FAA's interests.
In furtherance of this responsibility RE will:
a. Be the FAA's primary point of contact for the Sponsor during the
construction phases of the project to ensure that all necessary information
is coordinated with the appropriate FAA parties;
b. Ensure all reasonable efforts are made to minimize the impact to FAA
operations and existing facilities;
c. Notify required Sponsor and FAA personnel and document significant
discrepancies between the approved design plans/ specifications and the
actual work performed;
d. Notify the Sponsor of any failure of the work or materials to conform to
the contract, the design plans and specifications, drawings, and any delays
in the schedule;
e. Keep a construction diary and weekly status reports on the FAA facilities,
systems, and equipment affected by the project;
f. Ensure compliance with all FAA rules, regulations, orders, standards,
requirements, and agreements; and
g. Witness key events in the project such as, but not limited to, the
connecting and testing of all FAA power and control field cables and the
exothermic welding of grounding, bonding, and lightning protection
connections.
The RE does not have authority to:
h. Revoke, alter, or waive any requirement of the design plans,
specifications, or drawings of the Sponsor's construction project;
i. Act as the contractor's foreman, or perform any other duties for the
contractor;
j. Enter into or take part in any labor dispute between the Sponsor and its
construction contractor: or
k. Participate in, settle, or otherwise decide contractual matters in dispute
between the Sponsor and its construction contractor
8) Review and approve the Sponsor's construction contractor's "as -built" drawings
for those portions of the project that include FAA facilities, systems, equipment,
and infrastructure.
9) Participate with the Sponsor in all Contractor Acceptance Inspection(s) (CAT)
involving items affecting FAA facilities for the purpose of identifying any
deficiencies requiring correction (also called "exceptions").
10)Participate in all activities associated with the restoration, replacement, relocation,
and/or establishment of any affected FAA facilities, systems, and/or equipment.
Non -Federal Reimbursable Agreement V89 Page 3 of 15
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 12 of 64
Agreement Number
AJW-FN-CSA-20-CE-003632
11) Arrange and conduct all flight inspections to restore FAA systems to service.
12) Coordinate with the Airport Sponsor in order to ensure that National
Environmental Policy Act (NEPA) documentation for the project incorporates
associated FAA F&E actions. Also, ensure NEPA documentation meets FAA
requirements andapprovals.
13) Complete Environmental Due Diligence Audit (EDDA) documentation fDrFAA
F&E facilities with real property transaction(s) that are associated with this
project.
14) If the FAA finds the new sites acceptable as replacements for the existing sites,
the FAA will enter into a no -cost land Memorandum of Agreement (MOA) for the
new facilitysites.
15) Ensure that all Sponsor -provided National Flight Data Center (NFDC) data for all
FAA Navigational Aid (NAVAiD) facilities associated with this project are
submitted for publication.
C. The Sponsor will perform the following activities:
1. Provide funding for all activities outlined in this Agreement.
2. Perform all appropriate surveys, engineering design, and construction for the
relocation of the impacted FAA facilities and all associated components,
including hardware, roadways, and infrastructure. The performance of these
activities also includes the establishment of new equipment, associated
components, hardware, and infrastructure necessary because of the Sponsor's
project.
3. Complete the contract, bid, and award process for the construction phase of the
project. All design documents mast be approved by the FAA Engineering
Services before the Sponsor may proceed with their bid process. The project's
scope of work will include but not be limited to all plot site preparation work
(e.g., trenching, grading, filling, foundations, demolition) and the installation of
all necessary equipment and associated power, control, and coaxial cables. No
work may begin that affect FAA equipment until the project designs and
specifications are approved by the FAA contracting officer.
4. Provide a full time technical on -site representative during all construction phases
of the Sponsor's project to ensure compliance with FAA provided orders,
policies, drawings, specifications and details.
5. Provide a schedule, within 30 days of the effective date of this Agreement,
updated monthly, for the following tasks:
a. Construction bid
Non -Federal Reimbursable Agreement V89 Page 4 of 15
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 13 of 64
Agreement Number
AJW-FN-CSA-20-CE-003632
b. Construction award
C. Construction start
d. Construction completion
e. Overall Construction sequencing schedule
f. RE Services needed start (as outlined in Article 3.C.19)
g. RE Services needed completion
6. Provide, via email, to the FAA weekly progress reports with photographs of work
in progress, associated with FAA facilities, highlighting significant activities
listed in FAA provided specifications. Photographs should provide enough clarity
to depict actual site conditions, work progress and quality of work performed.
Progress reports will also include schedules of upcoming activities.
7. Provide a finished grading plan (including the latitude/longitude coordinates of
centefiine points and elevations to the nearest I' vertical) for facility locations as
soon as possible, but no later than 12 months prior to the expected date of the
NAVATDs reconfiguration and runway opening.
8. Maintain an adequate inspection system, with records of inspection made
available to the FAA upon request. The presence or absence of FAA personnel
does not relieve the Sponsor or his contractor from any requirement set forth by
the FAA.
9. Verify marked cables by hand -digging at multiple locations in the construction
zone to establish cable depth, routing, and location confirmation. Reestablish and
restore any FAA facilities impacted by project activities, including that are
destroyed or otherwise made unusable by the project. Reestablishment shall be in
accordance with specifications provided by the FAA.
10. Procure and install new cables (Power and Ground) and duct/ductbank for the
project. Installation shall be done per FAA -provided specifications, orders,
regulations and standards. If it becomes necessary to replace cable, then the
Sponsor will replace signal, power and control cable with new, continuous one-
piece cables along with new conduit, raceways, and duct bank as required.
11. Provide new mounting pad, base mounting hardware, and all cabling in
accordance with FAA -provided specifications for all impacted FAA facilities.
12. Sponsor shall install the newly acquired PAPT system, and provide all start-up and
testing of the system. It shall be the Sponsors responsibility to demonstrate the
PAPT system meets all operating tolerances.
13. Sponsor shall be required to connect all radio controls (air -to -ground) for the
implementation of the relocated and replaced PAPT.
14. Repair or replace any FAA facility access roadways, equipment pads, or other
FAA paved surface degraded during construction. These repairs or replacements
should restore the surfaces to original condition of- better -
Non -Federal Reimbursable Agreement V89 Page 5 of 15
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 14 of 64
Agreement Number
AJW-FN-CSA-20-CE-003632
15. Coordinate with the FAA a shutdown request for the NAVAIDs or runway
closure no less than 45 days prior to the start of affecting construction to allow to[ -
support coordination and the publication of NOTAMs. A complete construction
schedule and construction safety phasing plan must accompany the shutdown
request.
16. Ensure that no other activities or projects at the airport, scheduled or otherwise,
interfere with the FAA's flight inspection, acceptance testing or other scheduled
activities.
17. Provide to the FAA, one Y2 size of drawings, three (3) sets of ANSI size "U'
design drawings and specifications in hard -copy format and one electronic copy
(with all necessary libraries needed to generate the drawings) and specifications
for project construction at the 50%, 90%, and 100% design phases. The FAA
will have 21 days to review the 50% and 100% design phases and 60 days to
review the 90% design phase. Within 21 days of receipt of the FAA's continents,
or within such other period as the parties may agree, the Sponsor will provide to
the FAA a written response to each of the FAA's comments, suggestions, and /or
requirements. No work may begin that affects any FAA systems or facilities until
the FAA Contracting Officer has informed the Sponsor that the drawings and
specifications are final. Final drawings will be submitted no later than 30
working days prior to the start of the project.
The one'/z size, the three sets and one electronic copy of design drawings and
specifications shall be sent to the following address:
FAA Central Regional Office
ATTN: Matt Sibert, AJW-2C14H
901 Locust St.
Kansas City, MO 64106
Phone: 816-329-3536
Email: matt.sibert@faa.gov
18. Provide funding for any mandatory upgrades or modifications to any FAA facility
impacted by the Sponsor's project. An example of a required modification is
safety -related improvements when a facility is "grandfathered" (i.e., allowed to
operate under the original design but required to be compliant with current
standards).
19. Notify the FAA Engineering Construction & Installation Manager, via email, 60
calendar days in advance of when FAA RE services are required. FAA RE
services will be required when the construction work on FAA facilities or their
infrastructure begins, installation services for any facility that requires removal of -
relocation.
Non -Federal Reimbursable Agreement V89 Page 6 of 15
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 15 of 64
Agreement Number
AJW-FN-CSA-20-CE-003632
20. Provide a secure and weather -protected dry storage site or facility for all FAA
equipment from the time the equipment is removed from its existing location until
the equipment is reinstalled.
21. Establish or modify electrical service for any FAA facilities, equipment or system
incorporated in the project and pay for any one-time costs incurred. Pay any
recurring utility charges until the project is completed and accepted by the FAA.
If electrical set -vice for any FAA facilities, equipment, or systems in this project is
either established or revised, notify and provide the following information so that
the FAA can accept the transfer of the electrical service account:
a. Name, address, and phone number of local electrical service
supplier;
b. Service address, meter number, and account number;
C. Related information (e.g., service type, estimated energy
consumption, copy of monthly billing charges, etc.); and
d. Provide Arc Flash labeling to all FAA equipment.
22. Participate with the FAA in all CAI(s) involving items affecting FAA facilities for
the purpose of identifying any deficiencies requiting correction. Correct all
exceptions noted in the CAI.
23. At the time of the CAI, provide the FAA with all warranty information and
documentation for the work done by the Sponsor's contractor on FAA facilities,
equipment, and systems. This information shall include equipment or material
provided and cable and grounding/lightning protection system testing.
24. The Sponsor will provide the FAA three (3) sets of "As Built" drawings in hard
copy format, (D-Size) and one set in an electronic file using the Microstation
format, including library files or format as agreed upon by both parties in writing.
The electronic file shall include all the accompanying library files needed to
generate a complete set of drawings. The "As -Built" drawings will be delivered
to the FAA Technical Officer no later than 30 days after project completion of
construction. The Requirement for "As -Built" drawings to be delivered to the
FAA shall be in accordance with the milestones established in the project's plans
and specifications. If the drawings are not completed and provided to the FAA in
this manner, the FAA may, at their discretion, develop the required drawings at
the Sponsor's expense.
25. Provide any information on hazardous materials or other environmental
conditions that may impact the FAA relocated facilities. The Sponsor agrees to
remediate, at its sole cost, all hazardous substance contamination found to impact
the proposed FAA facility sites prior to construction.
26. The Sponsor must provide land rights and enter into no -cost land MOA with the
FAA for the new or relocated facilities for a 20-year term. This includes, but is
Non -Federal Reimbursable Agreement V89 Page 7 of 15
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 16 of 64
Agreement Number
AJW-FN-CSA-20-CE-003632
not limited to, the new sites and any access roads, cable routes and/or restricted
critical areas. The Sponsor mast have an all land rights no -cost MOA, including
easements, fully executed between the Sponsor and the FAA prior to the
commencement of any construction under this Agreement.
27. The Sponsor understands and hereby agrees that any relocation, replacement, or
modification of any existing or future FAA facilities covered by this Agreement
daring its term or any renewal thereof made necessary by airport improvements or
changes which in the FAA's opinion interfere with the technical and/or operations
characteristics of the FAA facilities will be at the expense of the Sponsor, except
when such improvements or changes are made at the written request of the FAA.
In the event such relocations, replacements, or modifications are necessitated due
to causes not attributable to either the Sponsor or the FAA, funding responsibility
shall be determined by the FAA.
28. Collect and provide to the FAA for publication all NFDC data for all NAVAIDs
facilities associated with this project at least one year prior to the publication date.
29. Sponsor shall complete Technical Reference Data Record (TRDR) forms 6000-10
for the operation of the PAPi system. Technical requirements for the TRDR can
be found in FAA Maintenance Order 6000.15.
29. Submit FAA Form 6000-26 Airport Sponsor Strategic Event Submission Form no
less than 45 days prior to the start of construction that will impact NAS facilities,
result in a full or partial runway closure, or result in a significant taxiway closure.
This form is available on the OE/AAA website. This form may also be used to
notify the FAA of any changes to the project schedule.
30. Participate in flight inspections to address systems installed by the Sponsor.
31. Submit FAA form 7460-1, Noticed for Proposed Construction or Alteration prior
of the project construction.
32. Submit FAA Forth 6000-26 Airport Sponsor Strategic Event SuGmission Form no
less than 45 days prior to the start of construction that will impact NAS facilities,
result in a full or partial runway closure, or result in a significant taxiway
closure. This forth is available on the OE/AAA website. This form may also be
used to notify the FAA of any changes to the project schedule.
D. This agreement is in whole or in part futrded with funding from an AIP grant [ ] Yes
[ ] No. If Yes, the grant date is: and the grant number is:
. If the grant information is not available at the time of
agreement execution, the Sponsor will provide the grant information to the FAA
when it becomes available.
Non -Federal Reimbursable Agreement V89 Page 8 of 15
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 17 of 64
Agreement Number
AJW-FN-CSA-20-CE-003632
ARTICLE 4. Points of Contact
A. FAA:
1. The FAA, Air Traffic Organization, Central Service Area Center, Planning
and Requirements Group will provide administrative oversight of this
Agreement. Brad Urey is the Lead Planner and liaison with the Sponsor and
can be reached at 817-222-4029 or via email at brad.urey@faa.gov. This liaison
is not authorized to make any commitment, or otherwise obligate the FAA, or
authorize any changes which affect the estimated cost, period of performance, of -
other terms and conditions of this Agreement.
2. The FAA Kansas City NAVAIDS Engineering Center will perform the scope
of work included in this Agreement. Matt Sibert is the Manager of NAVAIDS
Engineering Services and liaison with the Sponsor and can be reached at 816-
329-3536 or via email at matt.sibertCfaa.gov. This liaison is not authorized to
make any commitment, or otherwise obligate the FAA, or authorize any changes
which affect the estimated cost, period of performance, or other terms and
conditions of this Agreement.
3. FAA Contracting Officer: The execution, amendment, and administration of this
Agreement must be authorized and accomplished by the Contracting Officer,
Bradley K. Logan who can be reached at 817-222-4395 or via email at
brad.loganC faa.gov.
B. Sponsor:
City of Iowa City, IA
Michael Tharp (Airport Manager)
1801 S Riverside Dr
Iowa City, IA 52246
Phone: 319-356-5045
Email: Michael-Tharp@iowa-City.org
ARTICLE 5. Non -Interference with Operations
The Sponsor understands and hereby agrees that any relocation, replacement, or
modification of any existing or future FAA facility, system, and/or equipment covered by
this Agreement during its term or any renewal thereof made necessary by Sponsor
improvements, changes, or other actions which in the FAA's opinion interfere with the
technical and/or operations characteristics of an FAA facility, system, and/or piece of
equipment will be at the expense of the Sponsor, except when such improvements or
changes are made at the written request of the FAA. Tn the event such relocations,
replacements, or modifications are necessitated due to causes not attributable to either the
Sponsor or the FAA, the parties will determine funding responsibility.
Non -Federal Reimbursable Agreement V89 Page 9 of 15
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 18 of 64
Agreement Number
AJW-FN-CSA-20-CE-003632
ARTICLE 6. Property Transfer
A. To the extent that the Sponsor provides any material associated with the Project, and
to the extent that performance of the requirements of this Project results in the
creation of assets constructed, emplaced, or installed by the Sponsor, all such material
(buildings, equipment, systems, components, cable enclosures, etc.) and assets will be
transferred to and become the property of the FAA upon project completion. For
purposes of this Article 6, "project completion" means that FAA has inspected the
specific equipment or construction, and has accepted it as substantially complete and
ready for use. The creation of an additional agreement will not be required, unless
such other agreement is required by the laws of the state in which the subject property
is located. The Sponsor and FAA acknowledge by execution of this agreement the
FAA will accept the fundamental responsibilities of ownership by assuming all
operations and maintenance requirements for all property transferred to the
FAA. The transfer of asset(s) will occur on the date the asset(s) is placed in
service. It has been determined the subject transfer(s) to FAA is in the best interest of
both the Sponsor and FAA.
B. In order to ensure that the assets and materials subject to this Article remain fully
accounted -for and operational, the Sponsor will provide the FAA any additional
documents and publications that will enhance the FAA's ability to manage, maintain
and track the assets being transferred. Examples may include, but are not limited to,
operator manuals, maintenance publications, warranties, inspection reports, etc.
These documents will be considered required hand-off items upon Project
completion.
Non -Federal Reimbursable Agreement V89 Page 10 of 15
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 19 of 64
Agreement Number
AJW-FN-CSA-20-CE-003632
ARTICLE 7. Estimated Costs
The estimated FAA costs associated with this Agreement are as follows:
DESCRIPTION OF REIMBURSABLE ITEM
ESTIMATED COST
Labor
W134020 Eno nccring
542,30096
WB4050 Construction
$7,652.80
WB4030 Environnumtal
S10,000.00
Labor Subtotal
559,953.76
Labor Overhead
$9,492.69
Total Labor
$69,446.44
Min -Labor
WB4050 TSSC (Resident Ens*incer
S50,000.00
WB4020/WB4030/WB4050 Engineering
dient/Lodgi ng
& Environ rrat/Travct Pei-
S 13,097.00
WB4020 Drafting,
$9,227 52
WB4060 171 i aht Check
$6,017.50
MTSC-Supplics
2,000.00
Non -Labor Subtotal
S80,342.02
Non -Labor Overhead
$6,42736
Total Non -Labor
$86,769.38
TOTAL ESTIMATED COST
$156,215.82
ARTICLE 8. Period of Agreement and Effective Date
The effective date of this Agreement is the date of the last signature. This Agreement is
considered complete when the final invoice is provided to the Sponsor and a refund is
sent or payment is received as provided for in Article 9, Section E of this Agreement.
This Agreement will not extend more than five years beyond its effective date.
ARTICLE 9. Reimbursement and Accounting Arrangements
A. The Sponsor agrees to prepay the entire estimated cost of the Agreement. The
Sponsor will send a copy of the executed Agreement and submit full advance
payment in the amount stated in Article 7 to the Reimbursable Receipts Team listed
in Section C of this Article. The advance payment will be held as a non -interest
bearing deposit. Such advance payment by the Sponsor must be received before the
FAA incurs any obligation to implement this Agreement. Upon completion of this
Agreement, the final costs will be netted against the advance payment and, as
appropriate, a refund or final bill will be sent to the sponsor. Per U.S. Treasury
guidelines, refunds under $1 .00 will not be processed. Additionally, FAA will not
bill the sponsor for amounts less than $1.00.
B. The Sponsor certifies that arrangements for sufficient funding have been made to
cover the estimated costs of the Agreement.
Non -Federal Reimbursable Agreement V89 Page 11 of 15
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 20 of 64
Agreement Number
AJW-FN-CSA-20-CE-003632
C. The Reimbursable Receipts team is identified by the FAA as the billing office for this
Agreement. The preferred method of payment for this agreement is via Pay.Gov. The
sponsor can use a check or credit card to provide funding in this manner and receipt -
processing time is typically within 3 working days. Alternatively, the sponsor can
mail the payment to the address shown below. When submitting funding by mail, the
Sponsor must include a copy of the executed Agreement and the full advance
payment All payments mailed to the FAA must include the Agreement number,
Agreement name, Sponsor name, and project location. Payments submitted by mail
are subject to receipt -processing delay of up to 10 working days.
FAA payment remittance address using USPS or overnight method is:
Federal Aviation Administration
Reimbursable Receipts Team
800 Independence Ave S.W.
Attn: Rut 612
Washington D.C. 20591
Telephone: (202) 267-1307
The Sponsor hereby identifies the office to which the FAA will render bills for the
project costs incutred as:
City of Iowa City, IA
Attn: Michael Tharp (Airport Manager)
1801 S Riverside Dr
Iowa City, IA 52246
319-356-5045
D. The FAA will provide a quarterly Statement of Account of costs incurred against the
advance payment.
E. The cost estimates contained in Article 7 are expected to be the maximum costs
associated with this Agreement, but may be amended to recover the FAA's actual
costs. if during the course of this Agreement actual costs are expected to exceed the
estimated costs, the FAA will notify the Sponsor immediately. The FAA will also
provide the Sponsor an amendment to the Agreement which includes the FAA's
additional costs. The Sponsor agrees to prepay the entire estimated cost of the
amendment. The Sponsor will send a copy of the executed amendment to the
Agreement to the Reimbursable Receipts Team with the additional advance payment.
Work identified in the amendment cannot start until receipt of the additional advance
payment. In addition, in the event that a contractor performing work pursuant to the
scope of this Agreement brings a claim against the FAA and the FAA incurs
additional costs as a result of the claim, the Sponsor agrees to reimburse the FAA for
the additional costs incutred whether or not a final bill or a refund has been sent.
Non -Federal Reimbursable Agreement V89 Page 12 of 15
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 21 of 64
Agreement Number
AJW-FN-CSA-20-CE-003632
ARTICLE 10. Changes and Amendments
Changes and/or amendments to this Agreement will be formalized by a written
amendment that will outline in detail the exact nature of the change. Any amendment to
this Agreement will be executed in waiting and signed by the authorized representative of
each party. The parties signing this Agreement and any subsequent amendment(s)
represent that each has the authority to execute the same on behalf of their respective
organizations. No oral statement by any person will be interpreted as amending or
otherwise affecting the terms of the Agreement. Any party to this Agreement may
request that it be amended, whereupon the parties will consult to consider such
amendments.
ARTICLE 11. Termination
In addition to any other termination rights provided by this Agreement, either party may
terminate this Agreement at any time prior to its expiration date, with or without cause,
and without incurring any liability or obligation to the tern- inated party other than
payment of amounts due and owing and performance of obligations accrued, in each case
on or prior to the termination date, by giving the other -party at least thirty (30) days prior
written notice of termination. Payment of amounts due and owing may include all costs
reimbursable under this Agreement, not previously paid, for the performance of this
Agreement before the effective date of the termination; the total cost of terminating and
settling contracts entered into by the FAA for the purpose of this Agreement; and any
other costs necessary to terminate this Agreement. Upon receipt of a notice of
termination, the receiving party will take immediate steps to stop the accrual of any
additional obligations which might require payment All funds due after termination will
be netted against the advance payment and, as appropriate, a refund or bill will be issued.
ARTICLE 12. Order of Precedence
If attachments are included in this Agreement and in the event of any inconsistency
between the attachments and the terms of this Agreement, the inconsistency will be
resolved by giving preference in the following order:
A. This Agreement
B. The attachments
ARTICLE 13. Legal Authority
This Agreement is entered into under the authority of 49 U.S.C. § 106(1)(6), which
authorizes the Administrator of the FAA to enter into and perform such contracts, leases,
cooperative agreements and other transactions as may be necessary to carry out the
functions of the Administrator and the Administration on such terms and conditions as
the Administrator may consider appropriate. Nothing in this Agreement will be
construed as incorporating by reference or implication any provision of Federal
acquisition law or regulation.
Non -Federal Reimbursable Agreement V89 Page 13 of 15
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 22 of 64
Agreement Number
AJW-FN-CSA-20-CE-003632
ARTICLE 14. Disputes
Where possible, disputes will be resolved by informal discussion between the parties. in
the event the parties are unable to resolve any dispute through good faith negotiations, the
dispute will be resolved by alternative dispute resolution using a method to be agreed
upon by the parties. The outcome of the alternative dispute resolution will be final unless
it is timely appealed to the Administrator, whose decision is not subject to further
administrative review and, to the extent permitted by law, is final and binding (see 49
U.S.C. § 46110).
ARTICLE 15. Warranties
The FAA makes no express or implied warranties as to any matter arising under this
Agreement, or as to the ownership, merchantability, or fitness for a particular purpose of
any property, including any equipment, device, or software that may be provided under
this Agreement.
ARTICLE 16. Insurance
The Sponsor will arrange by insurance or otherwise for the full protection of itself from
and against all liability to third parties arising out of, or related to, its performance of this
Agreement. The FAA assumes no liability under this Agreement for any losses arising
out of any action or inaction by the Sponsor, its employees, or contractors, or any third
party acting on its behalf.
ARTICLE 17. Limitation of Liability
To the extent permitted by law, the Sponsor agrees to indemnify and hold harmless the
FAA, its officers, agents and employees from all causes of action, suits or claims arising
out of the work performed under this Agreement. However, to the extent that such claim
is determined to have arisen from the act or omission by an officer, agent, or employee of
the FAA acting within the scope of his or her employment, this hold harmless obligation
will not apply and the provisions of the Federal Tort Claims Act, 28 U.S.C. § 2671, et
seq., will control. The FAA assumes no liability for any losses arising out of any action
or inaction by the Sponsor, its employees, or contractors, or any third party acting on its
behalf. in no event will the FAA be liable for claims for consequential, punitive, special
and incidental damages, claims for lost profits, or other indirect damages.
ARTICLE 18. Civil Rights Act
The Sponsor will comply with Title VT of the Civil Rights Act of 1964 relating to
nondiscrimination in federally assisted programs.
Non -Federal Reimbursable Agreement V89 Page 14 of 15
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 23 of 64
Agreement Number
AJW-FN-CSA-20-CE-003632
ARTICLE 19. Protection of information
The parties agree that they will take appropriate measures to identify and protect
proprietary, privileged, or otherwise confidential information that may come into their
possession as a result of this Agreement.
ARTICLE 20. Security
In the event that the security office determines that the security requirements under FAA
Order 1600.72A applies to work under this Agreement, the FAA is responsible for
ensuring that security requirements, including compliance with AMS clause 3.14.2.1,
Contractor Personnel Suitability Requirements are met.
ARTICLE 21. Entire Agreement
This document is the entire Agreement of the parties, who accept the terms of this
Agreement as shown by their signatures below. In the event the parties duly execute any
amendment to this Agreement, the terms of such amendment will supersede the terms of
this Agreement to the extent of any inconsistency. Each party acknowledges
participation in the negotiations and drafting of this Agreement and any amendments
thereto, and, accordingly that this Agreement will not be construed more stringently
against one party than against the other. If this Agreement is not executed by the Sponsor
within 120 calendar days after the FAA transmits it to the Sponsor, the tern -is contained
and set forth in this Agreement shall be null and void. Additionally, the FAA expects this
agreement to be funded within 120 days of execution, if funding is not received by that
date; the FAA may exercise the right to renegotiate estimated costs.
AGREED:
FEDERAL AVIATION
ADMINISTRATION
SIGNATURE
NAME
TITLE Contracting Officer -
DATE
City of Iowa City, TA
SIGNATURE
NAME
TITLE
DATE
Non -Federal Reimbursable Agreement V89 Page 15 of 15
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 24 of 64
Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045
Resolution number
Resolution approving project Work Order No. 3 with Bolton
& Menk, Inc. for professional services related to the
Runway 25 Precision Approach Path Indicator (PAPI)
relocation.
Whereas, the Iowa City Airport Commission entered into a contract entitled "Master Agreement"
with Bolton & Menk on February 22, 2019 to provide engineering services for Federal Airport
Improvement Program Projects; and
Whereas, Paragraph IV.B of said agreement provides that the parties will enter into
supplemental agreements for each project; and
Whereas, the Iowa City Airport Commission and Bolton & Menk, Inc. have previously approved
Work Order No.s 1 and 2; and
Whereas, the Commission and Bolton & Menk, Inc., now desire to enter into Work Order No. 3,
a copy of which is attached; and
Whereas, it is in the best interest of the Commission to enter into Work Order No. 3
Now, Therefore, be it resolved by the Airport Commission of the City of Iowa City:
1. The Chairperson is authorized to sign, and the Secretary to attest, the attached Work
Order No. 3.
Passed and approved this day of 2020.
Chairperson
Attest:
Secretary
It was moved by and seconded by
adopted, and upon roll call there were:
Approved by
City Attorney's Office
Ayes Nays Absent
the Resolution be
Bishop
Clair
Lawrence
Libby
Pfohl
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 25 of 64
WORK ORDER NO.3
TO
PROFESSIONAL SERVICES CONTRACT
RA FOR RELOCATING FAA PAPI RUNWAY 25 EXTENSION
(UNDISPLACED THRESHOLD)
IOWA CITY MUNICIPAL AIRPORT
IOWA CITY, IOWA
BETWEEN: Iowa City Airport Commission (CLIENT)
AND- Bolton & Menk, Inc. (CONSULTANT)
EFFECTIVE DATE: June 9, 2020
RECITALS
1. Client operates the Iowa City Municipal Airport (FAA Identifier IOW) located in Iowa City, Iowa.
2. This is Work Order No. 3 to the Professional Services Contract, between Client and Bolton & Menk,
Inc. The Professional Master Services Contract effective February 22, 2019, is referred to herein as the
"Master Agreement," and is incorporated as if fully set forth herein.
AGREEMENT
DESCRIPTION
The CONSULTANT agrees to provide Coordination Services for the FAA Reimbursable Agreement (RA)
to relocate the FAA owned PAPT, required for the 708 ft. undisplacement of the Runway 25 threshold at
the Towa City Municipal Airport (herein referred to as the Project).
I.A. BASIC SERVICES
PROJECT UNDERSTANDING
The project involves grant administration services, and FAA RA coordination services, all associated with
the relocation of the FAA owned PAPT for the 708 ft. undisplacement to the Runway 25 threshold at the
Iowa City Municipal Airport in Iowa City, Iowa.
For purposes of this Work Order, the Basic Services to be provided by the CONSULTANT are as follows,
VAbmnswl1c4vh FACYIAAT51120028V0_FAA NAVAID Reimbursable Agreement-RWY 725VA_Projcct MunugcmMLV10wu City RA
Cnnrdinatian WO Nn. 3 .dncs
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 26 of 64
Iowa City Municipal Airport BMI Project No. T51.120028
TASK I. FAA REIMBURABLE AGREEMENT COORDINATION
1.0 Grant Application and Administration
1.1 Grant Preapplication / Administration Assistance
The Application may be prepared after acceptance of the Work Order by FAA and the
Client. Preparation of the Application will include the following:
• Prepare Federal Grant Preapplication including
o SF-424,
o Form 5100-100 including Program Narrative, discussing the Purpose and Need of
the Work and the Method of Accomplishment and
o Sponsor Certifications (total of four)
• The CONSULTANT will submit the Application to the CLIENT for approval and
signatures. After obtaining the necessary signatures, the CLIENT will forward the
signed Application to the FAA for further processing.
This task shall also include assisting the CLIENT with necessary project hacking
documentation in order to make periodic draws on the grant. This will include:
• CONSULTANT Invoices necessary for the grant draw request
• Assistance in Processing Grant Reimbursement Forms (i.e. FAA Credit Application
Spreadsheet)
1.2 Environmental Review, CATEX (A Finding of No Significant impact and Record of
Decision (FONST/ROD) has been completed and accepted by the FAA on July 13,
2018. A CATEX is not required for this project and is not included in this scope of
work)
2.0 Coordination with FAA on RA Agreement
The CONSULTANT will work directly with FAA, ATO Central Service Center, to initiate,
coordinate and administer the Reimbursable Agreement (RA) required by FAA for the Threshold
Relocation. This work will include the following:
a. Initiate contact with FAA, ATO Central Service Center to inform them of the upcoming
threshold relocation at IOW.
b. Provide the FAA ATO with the following information for FAA to begin the RA document:
• Sponsor (who's paying):
• Consultant Name, Company, Phone, E-mail
• Agreement POC name(s) (For coordinating scope development and review), including
o POC Title
o Full mailing address:
o Facsimile:
o Phone:
'\Lumsvitte4h1ACY1A\T51120023\0_FAA NAVAID Reimbursable Agreement - RWY 725\A_Project Management\Iowa Guy RA
Coordination WO No. 3 .docz
Page 2
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 27 of 64
Iowa City Municipal Airport BMI Project No. T51.120028
o E-mail:
o The person most knowledgeable about the project:
o The point of contact that will be coordinating finance issues and the exchange of funds
to FAA:
• Agreement signatory name & title
• Sponsor Tax ID Number (please ensure this number is accurate. If not, any refund due
may be delayed)
• Sponsor DUNS Number
• AIP Grant number and date.
• Preliminary Scope:
o Design Review dates for 60%, 90%, and 100% designs_
o Anticipated Construction start and completion dates_
c. Coordinate and attend a Discovery Meeting with FAA and Sponsor
3.0 Integration of F_A—A PAPI Relocation Documents into Project Documents for Physical
Relocation of PAPI System
The CONSULTANT will work coordinate with FAA personnel on incorporating FAA documents
into project documents (plans and specifications) for physical relocation of the PAPI system for
Runway 25. This work will include the following:
a. Coordinate with FAA for receipt of FAA standard plans and details for FAA -owned PAPI
system for system to be furnished by FAA. These standard details will be furnished by FAA.
b. Confirm with FAA final approved location for relocated PAPI system. At this time, the system
is anticipated to be new equipment furnished by the FAA.
c_ Update and or supplement standard FAA documents for specific requirements and locations of
all equipment to fit specific requirements of this installation, to include:
• Power source and electrical runs necessary for the system
• Exact locations of all units in system (4 light units and control unit)
• Location of any required access to new PAPT site and coordination of FAA access
requirements
4.0 Coordination of Flight Check of new PAPI system location
When the physical installation of the new FAA -owned PAPI system is complete, the
CONSULTANT will coordinate the light check of the PAPI system with FAA Flight Check
personnel. This will include the following:
a. Schedule flight check with FAA flight check services.
b. Complete forms requesting light check.
c. Coordinate for Contractor of actual PAPT system installation and Consultant representative to
be present during light check for adjustments, if required.
'\Lurnsvitte4h1ACYIA\T51120023\0_FAA NAVAID Reimbursable Agreement - RWY 725\A_Project Management\Iowa Guy RA
Coordination WO No. 3 .docz
Page 3
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020
Iowa City Municipal Airport
Page 28 of 64
BMI Project No. T51.120028
5.0 Project Closeout
Prepare the closeout documentation in accordance with the AIP Sponsor Guide Section 1600. The
CONSULTANT will prepare the closeout document within 90 days of final payment to the
contractor. Closeout documentation shall include, but may not be limited to, the following:
5.1.1 Sponsor Cover Letter
5.1.2 Final Project Cost Summary
5.1.3 Final SF-271 Form, Outlay Report and Request for Reimbursement for Construction
Projects
5.1.4 Final SF-425 Form, Federal Financial Report
Assemble documentation for the project closeout report once the project is complete. This will
include gathering all documentation, supplemental agreements (if applicable), pay requests, and
change orders in preparation for grant closeout. The closeout report elements include a project
summary, final certifications, summary of grant payments, and outlay report. This work includes
preparation of the report, coordination with the Client, State, and FAA for review, and preparation
of final documents for Client approval_ The CLIENT will furnish copies of all administrative costs,
as well as paperwork related to previous grant reimbursement (drawdown) requests-
I
.B. ADDITIONAL SERVICES
Consulting services performed other than those authorized tinder Section I.A. shall not be considered part
of the Basic Services and may be authorized by the Client as Additional Services by means of a written
amendment to this Work Order # 3. Additional Services consist of those services, which are not generally
considered to be Basic Services; or exceed the requirements of the Basic Services; or are not definable prior
to the commencement of the project; or vary depending on the technique, procedures or schedule of the
project contractor. Additional services may consist of the following:
1. Additions to the project outside of this scope.
2. Additional coordination with FAA required for the Project beyond that specified.
3. Additional Field Investigation required beyond those specified.
4. Completion of additional special studies not identified in Section I.A.
5. Attendance of additional meetings beyond those identified in the above scope.
6. All other services not specifically identified in Section I.A.
T.C. CONSIDERATION
The services described above in Section I.A. BASIC SERVICES shall be provided as follows:
Task Estimated Fee Method of Compensation
Task 1—RA Coordination $ 15,000.00 Lump Sum
TOTAL AUTHORIZED FEE $ 15,000.00
Estimated Federal Share (100%) $ 15,000.00
Estimated Local Share (0%) $ 0.00
'\Lumsvitte4h1ACY1A\T51120023\0_FAA NAVAID Reimbursable Agreement - RWY 725\A_Project Management\Iowa City RA
Coordination WO No. 3 .docz
Page 4
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020
Iowa City Municipal Airport
Page 29 of 64
BMI Project No. T51.120028
The Lump Surn fee includes reimbursable expenses.
Progress payments shall be made in accordance with the Attached Fee Schedule (Exhibit I) and Section III
of the Master Agreement.
BASIS OF FEE ASSUMPTION
For this proposal, assumptions were made as to the nature of how or why certain situations will be handled.
These assumptions are as follows:
Off -site improvement design/construction will not be required.
Deliverables provided by CLIENT are sufficient to be used for the basis for design/construction.
Any changes to the scope of work that are not specifically included in this proposal will be
considered additional work and a negotiated amendment to the agreement will be completed.
I.D. SCHEDULE
The consulting services authorized under Section I. A. will be performed under the following schedule or
as authorized by the CLIENT as the BASIC SERVICES proceed. See attached schedule for more details.
TASK
SERVICE DESCRIPTION
DATE
1
RA Coordination
November 2019— August 2021
I.E. AUTHORIZATION
By:
Iowa City Airport Commission
Christopher Lawrence
Date
Chairperson, Iowa City Airport Commission
Attachments:
Exhibit I — Project Fee Breakdown
Bolton & Menk, Inc.
B 6/8/2020
Ronald A. Roetzel, P.E. Date
Aviation Services Manager
Exhibit II —Federal Contract Provisions for A/E Agreements
Approved: City Attorney's Office
'\Lumsvitte4h1ACYIA\T51120023\0_FAA NAVAID Reimbursable Agreement - RWY 725\A_Project Management\Iowa City RA
Coordination WO No. 3 .docz
Page 5
m -t Z ,,A B P,se3oo,.
PROJECT FEE BREAKDOWN
SPONSOR: IOWA OTY MUNIOPAL AIRPORT
PROJECT: RA FOR RELOCATING FAA PAPI RUNWAY 25 EXTENSION (UNDISPLACED THRESHOLD)
CONSULTANT: BOLTM & MINK, INC
AIRPORT ENGINEERING, PLANNING &SURVEYING SERVICES
Rem No.
Pcincip l/Senior Projert
Manager
ProjeR
Manager
-tensed Land
Surveyor
AirportPlanner
GI./CAD
TxM1nieen
Clerical
Total
Cos[
Task I FAA REIMBURABLE
L.0
AGREEMENT COORDINATION
Grant Application and Administration
0 8 0
2
0 2
12
$I,Sfi0.00
2.0
Coordination with FAAon RA A,rement
0 10 0
4
12 0
2S
$3,070.00
3A
Integration of FAA PAPI Relocation Documents into Project
Documents for PM1 ical Relocation of PALI Srtem
2 A 0
4
24 0
50
56,120.00
0.0
Coordination of Flight CM1eck of new PALIsstem location
2 8 8
0
0 0
10
2%o.00
5.0
Pro'ect Closeout
0 8 0
0
0 G
14
Ifi90.00
DAinated Tota l Manhours4
51 8
10
3fi 8
120
Sum ma Costs
$72000 $0,3AA0 $.D.
$950.00
$3,4A.00 $Loo..
TOTAL TASKI
$IS,000.00
K.IALlA\T51i21J NP2klD Rvinihursemo ry;--r Ruv 72 1Uenyl.niu.r0V.F— for AO N.SxInlo\. F— for �0 M. Jslex
Airpor��MjJ jj0r020 Packet
e J ne 2020 Page 31 of 64
FEDERAL CONTRACT PROVISIONS FOR A/E AGREEMENTS
ALL REFERENCES MADE HEREIN TO "CONTRACTOR", "PRIME CONTRACTOR", "BIDDER",
"OFFEROR", AND "APPLICANT" SHALL PERTAIN TO THE ARCHITECT/ENGINEER (A/E).
ALL REFERENCES MADE HEREIN TO "SUBCONTRACTOR", "SUB -TIER CONTRACTOR" OR
LOWER TIER CONTRACTOR" SHALL PERTAIN TO ANY SUBCONSULTANT UNDER
CONTRACT WITH THE A/E.
ALL REFERENCES MADE HEREIN TO "SPONSOR" AND "OWNER" SHALL PERTAIN TO THE
STATE, CITY, AIRPORT AUTHORITY OR OTHER PUBLIC ENTITY EXECUTING CONTRACTS
WITH THE A/E.
ACCESS TO RECORDS AND REPORTS
Reference: 2 CFR § 200.333, 2 CFR § 200.336, and FAA Order 5100.38
The contractor must maintain an acceptable cost accounting system. The contractor agrees toprovide the
Sponsor, the Federal Aviation Administration, and the Comptroller General of the United Statesor any of
their duly authorized representatives access to any books, documents, papers, and records of the
contractor which are directly pertinent to the specific contract for the purpose of making audit,
examination, excerpts and transcriptions. The contractor agrees to maintain all books, recordsand reports
required under this contract for a period of not less than three years after final payment is made and all
pending matters are closed.
CIVIL RIGHTS —GENERAL
Reference: 49 USC §47123
The contractor agrees that it will comply with pertinent statutes, Executive Orders and such rules as are
promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin,sex, age,
or disability be excluded from participating in any activity conducted with or benefitingfrom Federal
assistance.
This provision binds the contractor and sub -tier contractors from the bid solicitation period through the
completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of
1964.
CIVIL RIGHTS —TITLE VI ASSURANCE
Reference: 49 USC § 47123 a nd FAA Order 1400.11
A) Title VI Solicitation Notice
The (Name of Sponsor), in accordance with the provisions of Title VI of the Civil Rights Actof 1964 (78 Stat.
252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifiesall bidders that it will affirmatively
ensure that any contract entered into pursuant tothis advertisement, disadvantaged business enterprises
will be afforded full and fairopportunity to submit bids in response to this invitation and will not be
discriminated against onthe grounds of race, color, or national origin in consideration for an award.
Page 1 of 11 Updated November 12, 2019
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 32 of 64
B) Title VI Clauses for Compliance with Nondiscrimination Requirements
During the performance of this contract, the contractor, for itself, its assignees, and successors in interest
(hereinafter referred to as the "contractor") agrees asfollows:
1) Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the
Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they maybe amended from time to
time, which are herein incorporated by reference and made a part of this contract.
2) Non-discrimination: The contractor, with regard to the work performed by it during thecontract, will
not discriminate on the grounds of race, color, or national origin in the selection and retention of
subcontractors, including procurements of materials and leases of equipment. The contractor will not
participate directly or indirectly in the discrimination prohibited bythe Nondiscrimination Acts and
Authorities, including employment practices when the contract covers anyactivity, project, or program
set forth in Appendix B of 49 CFR part 21.
3) Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations,
either by competitive bidding, or negotiation made bythe contractor for work tobe performed under a
subcontract, including procurements of materials, or leases of equipment, each potential subcontractor
or supplier will be notified by the contractor of the contractor's obligations under this contract and the
Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin.
4) Information and Reports: The contractor will provide all information and reports required by the
Nondiscrimination Acts and Authorities, and directives issued pursuant thereto and will permit access
to its books, records, accounts, other sources of information, and its facilities as may be determined by
the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such
Nondiscrimination Acts and Authorities and instructions. Where any information required of a
contractor is inthe exclusive possession of another who fails or refuses to furnish the information, the
contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will
setforth what efforts it has made to obtain the information.
5) Sanctions for Noncompliance: In the event of a contractor's noncompliance with the Non-
discrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the
Federal Aviation Administration may determine to be appropriate, including, but notlimited to:
a. Withholding payments to the contractor under the contract until the contractorcomplies; and/or
b. Cancelling, terminating, or suspending a contract, in whole or in part.
6) Incorporation of Provisions: The contractor will include the provisions of paragraphs one through six in
every subcontract, including procurements of materials and leases of equipment, unless exempt by the
Nondiscrimination Acts and Authorities, and directives issued pursuant thereto. The contractorwill
take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation
Administration may direct as a means of enforcing such provisions including sanctions for
noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by
a subcontractor, or supplier because of such direction, the contractor may request the sponsor to enter
into any litigation to protect the interests of the sponsor. In addition, the contractor may request the
United States to enter into the litigation to protect the interests of the United States.
Page 2 of 11 Updated November 12, 2019
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 33 of 64
Q Title VI List of Pertinent Nondiscrimination Authorities
During the performance of this contract, the contractor, for itself, its assignees, and successors in interest
(hereinafter referred to as the "contractor") agrees to comply with the followingnon- discrimination
statutes and authorities; including but not limitedto:
• Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination
on the basis of race, color, national origin);
• 49 CFR part 21 (Non-discrimination in Federally -Assisted Programs of The Department of
Transportation —Effectuation of Title VI of The Civil Rights Act of 1964);
• The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. §
4601), (prohibits unfairtreatment of persons displaced or whose property has been acquired because
of Federal or Federal -aid programs and projects);
• Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits
discrimination on the basis of disability); and 49 CFR part 27;
• The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on
the basis of age);
• Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits
discrimination based on race, creed, color, national origin, or sex);
• The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability
of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the
Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include
all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether
such programs or activities are Federally funded or not);
• Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis
of disability in the operation of public entities, public and private transportation systems, places of
public accommodation, and certain testing entities (42 U.S.C. §§ 12131 — 12189) as implemented by
Department of Transportation regulations at 49 CFR parts 37 and 38;
• The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits
discrimination on the basis of race, color, national origin, and sex);
• Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and
Low -Income Populations, which ensures non-discrimination against minority populations by
discouraging programs, policies, and activities with disproportionately high and adverse human health
or environmental effects on minority and low-income populations;
• Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and
resulting agency guidance, national origin discrimination includes discrimination because of limited
English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure
that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100);
• Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating
because of sex in education programs or activities (20 U.S.C. 1681 et seq).
Page 3 of 11 Updated November 12, 2019
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 34 of 64
DISADVANTAGED BUSINESS ENTERPRISE
Reference: 49 CFR part 26
Contract Assurance (§ 26.13) - The contractor or subcontractor shall not discriminate on the basis of race,
color, national origin, or sex in the performance of this contract. The contractor shall carryout applicable
requirements of49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the
contractor to carry out these requirements is a material breach of this contract, which may result in the
termination of this contract or such other remedy, as the recipient deems appropriate.
Prompt Payment (§26.29) - The prime contractor agrees to pay each subcontractor under this prime
contract for satisfactory performance of its contract no later than thirty (30) calendar days fromthe receipt
of each payment the prime contractor receives from the Sponsor. The prime contractor agrees further to
return retainage payments to each subcontractor within thirty (30) calendar days afterthe subcontractor's
work is satisfactorily completed. Any delay or postponement of payment from the above referenced time
frame may occur only for good cause following written approval of the Sponsor. This clause applies to both
DBE and non -DBE subcontractors.
ENERGY CONSERVATION REQUIREMENTS
Reference: 2 CFR § 200, Appendix II (H)
Contractor and each subcontractor agree to comply with mandatory standards and policies relating to
energy efficiency as contained in the state energy conservation plan issued in compliance with the Energy
Policy and Conservation Act (42 U.S.C. 6201 et seq).
FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE)
Reference: 29 USC § 201, et seq.
All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of
29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in
full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and
part time workers.
The Consultant has full responsibility to monitor compliance to the referenced statute or regulation. The
Consultant must address any claims or disputes that pertain to a referenced requirement directly with the
U.S. Department of Labor— Wage and Hour Division.
QKKI]]_\IB+]I/_1111141_1y:1W/_101IH:11_109:IS4lits] 2VY111
Reference: 20 CFR part 1910
All contracts and subcontracts that result from this solicitation incorporate by reference the requirements
of 29 CFR Part 1910 with the same force and effect as if given in full text. Contractor must provide a work
environment that is free from recognized hazards that may cause death or serious physical harm to the
employee. The Contractor retains full responsibility to monitor its compliance and their subcontractor's
compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR
Part 1910). Contractor must address any claims or disputes that pertain to a referenced requirement
directly with the U.S. Department of Labor —Occupational Safety and Health Administration.
Page 4 of 11 Updated November 12, 2019
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 35 of 64
RIGHT TO INVENTIONS
Reference: 2 CFR § 200 Appendix II (F) and 37 CFR §401
Contracts or agreements that include the performance of experimental, developmental, or research work
must provide for the rights of the Federal Government and the Owner in any resulting invention as
established by 37 CFR part 401, Rights to Inventions Made by Non-profit Organizations and Small Business
Firms under Government Grants, Contracts, and Cooperative Agreements. This contract incorporates by
reference the patent and inventions rights as specified within in the 37 CFR §401.14. Contractor must
include this requirement in all sub -tier contracts involving experimental, developmental or research work.
SEISMIC SAFETY
Reference: 49 CFR part 41
In the performance of design services, the Consultant agrees to furnish a building design and associated
construction specification that conform to a building code standard which provides a level of seismic safety
substantially equivalent to standards as established by the National Earthquake Hazards Reduction Program
(NEHRP). Local building codes that model their building code after the current version of the International
Building Code (IBC) meet the NEHRP equivalency level for seismic safety. At the conclusion of the design
services, the Consultant agrees to furnish the Owner a "certification of compliance' that attests
conformance of the building design and the construction specifications with the seismic standards of
NEHRP or an equivalent building code.
TAX DELINQUENCY AND FELONCY CONVICTION
Reference: Sections 415 and 416 of Title IV, Division L of the Consolidated Appropriations Act, 2014 (Pub. L.
113-76) and DOT Order 4200.6
Certification -The applicant represents that it is not a corporation that has any unpaid Federal tax liability
that has been assessed, for which all judicial and administrative remedies have been exhausted or have
lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority
responsible for collecting the tax liability. Atax delinquency is any unpaid Federal tax liability that has been
assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that
is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting
the tax liability.
Certification - The applicant represents that it is not a corporation that was convicted of a criminal violation
under any Federal law within the preceding 24 months. A felony conviction means a conviction within the
preceding twenty four (24) months of a felony criminal violation under any Federal law and includes
conviction of an offense defined in a section of the U.S. code that specifically classifies the offense as a
felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559.
Page 5 of 11 Updated November 12, 2019
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 36 of 64
TRADE RESTRICTION CERTIFICATION
Reference: 49 USC § 50104 and 49 CFR part 30
By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant
contract, the Offeror:
a) is not owned or controlled by one or more citizens of a foreign country included in the list of
countries that discriminate against U.S. firms as published by the Office of the United States Trade
Representative (U.S.T.R.);
b) has not knowingly entered into any contract or subcontract for this project with a person that is a
citizen or national of a foreign country included on the list of countries that discriminate against
U.S. firms as published by the U.S.T.R; and
c) has not entered into any subcontract for any product to be used on the Federal on the project that
is produced in a foreign country included on the list of countries that discriminate against U.S.
firms published by the U.S.T.R.
This certification concerns a matter within the jurisdiction of an agency of the United States of America and
the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution
under Title 18, United States Code, Section 1001.
The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor
learns that its certification or that of a subcontractor was erroneous when submitted or has become
erroneous by reason of changed circumstances. The Contractor must require subcontractors provide
immediate written notice to the Contractor if at any time it learns that its certification was erroneous by
reason of changed circumstances.
Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49
CFR 30.17, no contract shall be awarded to an Offeror or subcontractor:
a) who is owned or controlled by one or more citizens or nationals of a foreign country included on
the list of countries that discriminate against U.S. firms published by the U.S.T.R. or
b) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign
country on such U.S.T.R. list or
c) who incorporates in the public works project any product of a foreign country on such U.S.T.R. list;
Nothing contained in the foregoing shall be construed to require establishment of a system of records in
order to render, in good faith, the certification required by this provision. The knowledge and information
of a contractor is not required to exceed that which is normally possessed by a prudent person in the
ordinary course of business dealings.
The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this
provision for certification without modification in in all lower tier subcontracts. The contractor may rely on
the certification of a prospective subcontractor that it is not a firm from a foreign country included on the
list of countries that discriminate against U.S. firms as published by U.S.T.R, unless the Offeror has
knowledge that the certification is erroneous.
This certification is a material representation of fact upon which reliance was placed when making an
award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous
certification, the Federal Aviation Administration may direct through the Owner cancellation of the contract
or subcontract for default at no cost to the Owner or the FAA.
Page 6 of 11 Updated November 12, 2019
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 37 of 64
VETERAN'S PREFERENCE
Reference: 49 USC §47112(c)
In the employment of labor (excluding executive, administrative, and supervisory positions), the contractor
and all sub -tier contractors must give preference to covered veterans as defined within Title 49 United
States Code Section 47112. Covered veterans include Vietnam -era veterans, Persian Gulf veterans,
Afghanistan -Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 U.S.C. 632)
owned and controlled by disabled veterans. This preference only applies when there are covered veterans
readily available and qualified to perform the work to which the employment relates.
PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $3,500
DISTRACTED DRIVING
Reference: Executive Order13513 and DOT Order3902.10
In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving"
(10/1/2009) and DOT Order 3902.10 "Text Messaging While Driving' (12/30/2009), the FAA encourages
recipients of Federal grant funds to adopt and enforce safety policies that decreasecrashes by distracted
drivers, including policies to ban text messaging while driving when performingwork related to a grant or
sub -grant.
In support of this initiative, the Owner encourages the Contractor to promote policies and initiatives for its
employees and other work personnel that decrease crashes by distracted drivers, including policies that ban
text messaging while driving motorvehicles while performing work activities associated with the project. The
Contractor must include the substance of this clause in all sub -tier contracts exceeding $3,500 and involve
driving a motor vehicle in performance of work activities associated with the project.
PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING$10.000
TERMINATION OF CONTRACT
Reference: 2 CFR § 200 Appendix II (B)
Termination for Convenience
The Owner may, by written notice to the Consultant, terminate this Agreement for its convenience and
without cause or default on the part of Consultant. Upon receipt of the notice of termination, except as
explicitly directed by the Owner, the Contractor must immediately discontinue all services affected.
Upon termination of the Agreement, the Consultant must deliver to the Owner all data, surveys, models,
drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and
materials prepared by the Engineer under this contract, whether complete or partially complete.
Owner agrees to make just and equitable compensation to the Consultant for satisfactory work completed
up through the date the Consultant receives the termination notice. Compensation will not include
anticipated profit on non -performed services.
Owner further agrees to hold Consultant harmless for errors or omissions in documents that are
incomplete as a result of the termination action under this clause.
Termination by Default
Either party may terminate this Agreement for cause if the other party fails to fulfill its obligations that are
essential to the completion of the work per the terms and conditions of the Agreement. The party initiating
Page 7 of 11 Updated November 12, 2019
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 38 of 64
the termination action must allow the breaching party an opportunity to dispute or cure the breach.
The terminating party must provide the breaching party [7] days advance written notice of its intent to
terminate the Agreement. The notice must specify the nature and extent of the breach, the conditions
necessary to cure the breach, and the effective date of the termination action. The rights and remedies in
this clause are in addition to any other rights and remedies provided by law or under this agreement.
a) Termination by Owner: The Owner may terminate this Agreement in whole or in part, for the failure
of the Consultant to:
1) Perform the services within the time specified in this contractor by Owner approved extension;
2) Make adequate progress so as to endanger satisfactory performance of the Project;
3) Fulfill the obligations of the Agreement that are essential to the completion of the Project.
Upon receipt of the notice of termination, the Consultant must immediately discontinue all services
affected unless the notice directs otherwise. Upon termination of the Agreement, the Consultant must
deliver to the Owner all data, surveys, models, drawings, specifications, reports, maps, photographs,
estimates, summaries, and other documents and materials prepared by the Engineer under this contract,
whether complete or partially complete.
Owner agrees to make just and equitable compensation to the Consultant for satisfactory work completed
up through the date the Consultant receives the termination notice. Compensation will not include
anticipated profit on non -performed services.
Owner further agrees to hold Consultant harmless for errors or omissions in documents that are
incomplete as a result of the termination action under this clause.
If, after finalization of the termination action, the Owner determines the Consultant was not in default of
the Agreement, the rights and obligations of the parties shall be the same as if the Owner issued the
termination for the convenience of the Owner.
b) Termination by Consultant: The Consultant may terminate this Agreement in whole or in part, if the
Owner:
1) Defaults on its obligations under this Agreement;
2) Fails to make payment to the Consultant in accordance with the terms of this Agreement;
3) Suspends the Project for more than [180] days due to reasons beyond the control of the
Consultant.
Upon receipt of a notice of termination from the Consultant, Owner agrees to cooperate with Consultant
for the purpose of terminating the agreement or portion thereof, by mutual consent. If Owner and
Consultant cannot reach mutual agreement on the termination settlement, the Consultant may, without
prejudice to any rights and remedies it may have, proceed with terminating all or parts of this Agreement
based upon the Owner's breach of the contract.
In the event of termination due to Owner breach, the Engineer is entitled to invoice Owner and to receive
full payment for all services performed or furnished in accordance with this Agreement and all justified
reimbursable expenses incurred by the Consultant through the effective date of termination action. Owner
agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of
the termination action under this clause.
Page 8 of 11 Updated November 12, 2019
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 39 of 64
PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $25,000
DEBARMENT AND SUSPENSION
Reference: 2 CFR part 180 (Subpart C), 2 CFR part 1200, and DOT Order 4200.5
By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that at the time the
bidder or offeror submits its proposal that neither it nor its principals are presently debarred or suspended
by any Federal department or agency from participation in this transaction.
The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered
transaction", must verify each lower tier participant of a "covered transaction" under the project is not
presently debarred or otherwise disqualified from participation in this federally assisted project. The
successful bidder will accomplish this by:
1) Checking the System for Award Management at website: https://www.sam.gov.
2) Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension
(Bidder or Offeror), above.
3) Inserting a clause or condition in the covered transaction with the lower tiercontract
If the FAA later determines that a lower tier participant failed to tell a higher tier that it was excludedor
disqualified at the time it entered the covered transaction, the FAA may pursue any available remedy,
including suspension and debarment.
PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $100,000
CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS
Reference: 2 CFR § 200 Appendix II (E)
1) Overtime Requirements.
No contractor or subcontractor contracting for any part of the contract work which may require or involve
the employment of laborers or mechanics shall require or permit any such laborer ormechanic, including
watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of
forty hours in such workweek unless such laborer or mechanic receives compensation ata rate not less than
one and one-half times the basic rate of pay for all hours worked in excess offorty hours in such workweek.
2) Violations Liability for Unpaid Wares; Liquidated Damages.
In the event of any violation of the clause set forth in paragraph (1) above, the contractor and any
subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and
subcontractor shall be liable to the United States (in the case of work done under contract forthe District of
Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated
damages shall be computed with respect to each individual laborer or mechanic, including watchmen and
guards, employed in violation of the clause set forth in paragraph 1 above, in the sum of $10 for each
calendar day on which such individual was required or permitted to work in excess ofthe standard
workweek of forty hours without payment of the overtime wages required by the clause set forth in
paragraph 1 above.
3) Withholding for Unpaid Wares and Liquidated Damages.
The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an
authorized representative of the Department of Labor withhold or cause to be withheld, from any monies
payable on account of work performed by the contractor or subcontractor under anysuch contract or any
Page 9 of 11 Updated November 12, 2019
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 40 of 64
other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to
the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums
as maybe determined to be necessary to satisfy any liabilities of such contractor or subcontractor for
unpaid wages and liquidated damages as provided in the clause set forth in paragraph 2 above.
4) Subcontractors.
The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphsl
through 4 and also a clause requiring the subcontractor to include these clauses in any lowertier
subcontracts. The prime contractor shall be responsible for compliance by any subcontractor orlower tier
subcontractor with the clauses set forth in paragraphs 1 through 4 of thissection.
LOBBYING AND INFLUENCING FEDERAL EMPLOYEES
Reference: 31 U.S.C. § 1352 — Byrd Anti -Lobbying Amendment; 2 CFR part 200, Appendix II (1); and 49 CFR
part 20, AppendixA
The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his orher
knowledge and belief, that:
1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or
Offeror, to any person for influencing or attempting to influence an officer or employee of an agency,
a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress
in connection with the awarding of any Federal contract, the making of any Federal grant, the making
of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation,
renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.
2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any agency, a Member of Congress,
an officer or employee of Congress, or an employee of a Member of Congress in connection with this
Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit
Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.
3) The undersigned shall require that the language of this certification be included in the award
documents for all sub -awards at all tiers (including subcontracts, sub -grants, and contracts under
grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose
accordingly.
This certification is a material representation of fact upon which reliance was placed whenthis transaction
was made or entered into. Submission of this certification is a prerequisite for makingor entering into this
transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each
such failure.
P
Page 10 of 11 Updated November 12, 2019
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 41 of 64
ROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $150,000
BREACH OF CONTRACT TERMS
Reference: 2 CFR § 200 Appendix II (A)
Any violation or breach of terms of this contract on the part of the contractor or its subcontractors may
result in the suspension or termination of this contract or such other action that may be necessaryto
enforce the rights of the parties of this agreement.
The duties and obligations imposed by the Contract Documents and the rights and remedies available
thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise
imposed or available by law.
101711 LI VAI:X_hIHfJ/_A 14:1Yi711LI11[@0role] 019.1g l
Reference: 2 CFR § 200 Appendix II (G)
Contractor agrees to comply with all applicable standards, orders, and regulations issued pursuant to the
Clean Air Act (42 U.S.C. § 740-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. §
1251-1387). The Contractor agrees to report any violation to the Owner immediately upon discovery. The
Owner assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal
Aviation Administration.
Contractor must include this requirement in all subcontracts that exceeds $150,000.
Page 11 of 11 Updated November 12, 2019
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020
Page 42 of 64
Prepared by: Michael Tharp, Airport Manager, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045
Resolution number
Resolution authorizing the Chairperson to execute a
Subscription Service Agreement with QT Pod.
Whereas, the Iowa City Airport Commission desires to install new credit card point of sale
kiosks to the self -serve fuel system; and
Whereas, QT POD provides service and management software for the self -serve storage
system and self -serve sales transactions for the QT POD M4000 Self -Serve Terminal the
Commission uses at the Airport; and
Whereas, QT POD's M4000 Self -Serve Terminal requires these subscription services in order to
function, and has negotiated an agreement with QT POD to provide the services; 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 attached agreement with QT POD for credit card point of sale kiosk service and
management software subscription services is hereby approved.
2. That the Chairperson is directed and authorized to execute and the Secretary to attest to
the agreement between the Airport Commission and QT POD.
Passed and approved this day of
Chairperson
Secretary
It was moved by and seconded by
adopted, and upon roll call there were:
Ayes
Nays
Approved by
City Attorney's Office
Absent
2020.
the Resolution be
Bishop
Clair
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 43 of 64
Lawrence
Libby
Pfohl
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 44 of 64
SUBSCRIPTION SERVICE AGREEMENT
This Subscription Service Agreement ("Agreement") is entered into effective as of
Upon Installation ("Effective Date"), between QT POD, LLC, an Oregon limited liability
company ("QT POD") and Iowa City Airport Commission ("Customer"). Customer and QT POD
may be referred to in this Agreement individually as a "Party" and collectively as the "Parties."
RECITALS
A. Customer has purchased QT POD's M4000 Self -Serve Terminal ("M40001% which
requires certain subscription services in order to function; and
B. Customer wishes to procure, and QT wishes to provide, the subscription services described
below on the terns and conditions specified in this Agreement.
NOW, THEREFORE, in consideration of the mutual covenants and representations set forth in this
Agreement, the Parties hereby agree as follows:
AGREEMENT
1. Term of Agreement.
This Agreement shall take effect on the Effective Date. This Agreement shall have an initial term of five
(5) years (invoiced annually) from the Effective Date (the "Initial Term"), unless terminated sooner
in accordance with the terms of this Agreement. Thereafter, this Agreement will automatically renew for
successive one (1) year terms unless either Party gives written notice of its intent not to renew to the other Party
at least 90 days before the expiration of the then current term. The Initial Term and any renewal terms shall
be collectively referred to as the "Term."
2. License. Services and Fees.
Subject to the terms and subject to the conditions set forth in this Agreement, QT POD agrees to provide
cloud -based access and a limited, non-exclusive, non -transferable license to use its proprietary Siteminder
Fuel Management Software, together with database hosting services, software updates, 24n technical
support and an optional parts replacement plan (collectively, "Services"), during the Term, in exchange
for the fees specified in Exhibit 1 ("Fees"). The Services will allow Customer to perform fuel
management tasks from any computer or tablet with internet connectivity, including: sales
transaction detail, account management, fuel inventory management, tax table review, single click
invoicing, account detail, basic discounting, schedule assessment, tail/registration number capture,
transaction detail log and detailed sales activity review. The Services allow Customer to prepare
detailed reports and data is exportable to Microsoft Excel. QT POD will provide the Services via a
web -based service interface application that will be provided, defined and determined by QT POD.
3. Resnonsibilities of OT POD.
3.1 Services. QT POD shall use reasonable efforts to provide the Services in an uninterrupted,
continuous fashion. Customer understands and agrees that QT POD's systems may be periodically off line
or otherwise inoperable in order for QT POD to perform maintenance, install or test software, or for other
commercially reasonable business purposes and that during such time Services may not be provided.
Customer further understands and agrees that from time to time QT POD's systems may be off line or
otherwise inoperable as a result of the failure of equipment or services provided to QT POD by third
parties (for example, public or private telecommunications services or internet nodes or facilities, overall
Internet congestion, unavailability of generic Internet services, such as DNS services), and that during
such time Services may not be provided. In the event of unforeseen network or equipment failure, QT
POD will use commercially reasonable efforts to restore the Services in a reasonably prompt fashion.
Subscription Services Agreement Page 1 of-8
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 45 of 64
3.2 Modification. QT POD may from time to time, in its sole discretion, modify the manner
in which it provides Services, and modify its software and systems, all of which may result in a change
in the manner in which QT POD provides the Services, provided, however, that such modifications and/or
changes will not degrade the level of, or have a material adverse impact upon the features and
functionality of the Services.
3.3 Support. QT POD will offer reasonable technical support as set forth in the Support
and Service Level Agreement, attached as Exhibit 2.
4. Responsibilities of Customer.
4.1 Format and Internet Connection. Customer will be responsible for delivering and receiving
data to and from QT POD's server(s) in the format required by QT POD and for supplying functional,
industry -standard hardware and adequate internet connectivity, including internet connectivity for the
M4000 unit. Customer shall also provide QT POD with a static IP address or a specific range of static IP
addresses.
4.2 Access to M4000. Customer will provide QT POD with access to the M4000 as may be
needed to perform services such as support and software updates, and will otherwise cooperate with QT
POD in the performance of its obligations under this Agreement.
4.3 Confidentiality of End User's Data,
QT POD will provide encrypted data transmission
and secure hosting services, but Customer is solely responsible for implementing security measures,
procedures, and standards or any other best practices available, to protect the confidentiality of all data
stored or transmitted through or stored on Customer's equipment or servers.
4.4 Updates. QT POD will provide maintenance and upgrades to the Services, but Customer
shall provide such access and assistance as may be necessary to accomplish such maintenance or upgrades.
4.5 End User Communications. QT POD will work collaboratively with Customer to resolve
operational or performance issues should they arise, but Customer is responsible for communicating with
its customers.
4.6 Proper Use, Customer is responsible for using the Services in the manner instructed by QT
POD and otherwise in the manner intended. The software used in connection with the Services is QT
POD's proprietary software and Customer shall not decompile, disassemble, reverse engineer, modify,
adapt, rent, sublicense, distribute or resell if for profit.
5. Terms of Payment.
Fees shall be paid annually in advance. All fees and other charges stated herein are due and payable within
thirty (30) days after the date of QT POD's invoice.
6. Taxes.
Fees do not include any applicable federal, state, or local excise, sales, use, value-added, and similar taxes
and duties arising in connection with the provision of the Services and this Agreement. Customer is solely
responsible for paying all such taxes. Customer may receive the Services without such taxes added if
Customer provides QT POD with proper tax exemption certificates.
7. Minimum Technical Specifications.
Customer shall be responsible for providing industry -standard internet connectivity and one or more
computers or tablets in order to utilize the Services.
8. Scope and Limitations.
Customer acknowledges that QT POD is responsible only for providing Customer with data transmission.
QT POD is not providing any information relating to any credit report, nor should any information provided
Subscription Services Agreement Page 2 of 8
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 46 of 64
by QT POD be used to create or modify any credit report. QT POD is not responsible for the operation of
Customer's web site(s), or the actions or inaction of any third party or entity, including any bank, processor,
financial institution or network, telecommunications carrier, third party software developer or ISP.
9. Indemnification.
9.1 Customer Indemnity. Customer shall indemnify, defend and hold harmless QT POD, and
each of its parent companies, subsidiaries and affiliated companies, and each of their respective
employees, officers, directors, managers, agents and representatives, from and against any and all claims,
demands, liabilities, losses, damages, judgments, costs and expenses, including reasonable attorneys' fees
and costs, arising out of or related to Customer's misuse of the Services, data breaches within the
Customer's network, or Customer's misconduct or negligence.
9.2 OT POD Indemnity. QT POD shall indemnify, defend and hold harmless Customer, and
each of its parent companies, subsidiaries and affiliated companies, and each of their respective
employees, officers, directors, managers, agents and representatives, from and against any and all claims,
demands, liabilities, losses, damages, judgments, costs and expenses, including reasonable attorneys' fees
and costs, arising out of or related to claims that the Services infringe or misappropriate any intellectual
property right. In the event of such a claim, or if QT POD reasonably believes that the Service is likely to
become the subject of such a claim, then QT POD shall, at its expense: (a) obtain for Customer the right to
continue using such Service; (b) replace or modify the Service so that it does not infringe upon or
misappropriate such intellectual property right and maintains substantially similar functionality and
performance; or, (c) in the event that QT POD is unable or determines, in its reasonable judgment, that it is
commercially unreasonable to do either of the aforementioned, QT POD shall terminate this Agreement
promptly reimburse to Customer any prepaid Fees for which Subscription Service have not been rendered
or provided.
10. Limitation of Liability.
NOTWITHSTANDING ANYTHING TO THE CONTRARY IN THIS AGREEMENT, IN NO EVENT
WILL EITHER PARTY, NOR WILL ANY OF A PARTY'S MEMBERS, MANAGERS, EMPLOYEES,
REPRESENTATIVES, AGENTS, LICENSEES, SUCCESSORS OR ASSIGNS, BE LIABLE OR
RESPONSIBLE FOR ANY INDIRECT, CONSEQUENTIAL, SPECIAL, INCIDENTAL OR
PUNITIVE DAMAGES, OR ANY LOST PROFITS, IN CONNECTION WITH OR AS A RESULT OF
THIS AGREEMENT OR ITS OR ANY OF THEIR CONDUCT OR PERFORMANCE UNDER THIS
AGREEMENT, INCLUDING IN CONNECTION WITH DEFECTIVE PRODUCTS, EVEN IF
SUCH AMOUNTS ARE OR SHOULD HAVE BEEN REASONABLY FORESEEABLE TO A PARTY
OR A PARTY IS OR WAS ADVISED OF THE POSSIBILITY OF SUCH DAMAGES OR LOST
PROFITS. IF, DESPITE THE FOREGOING PROVISIONS, LIABILITY IS NEVERTHELESS
IMPOSED ON A PARTY OR ON ANY OF ITS MEMBERS, MANAGERS, EMPLOYEES,
REPRESENTATIVES, AGENTS, LICENSEES, SUCCESSORS OR ASSIGNS, EXCEPT AS
EXPRESSLY PROVIDED, WHATEVER THE REASON FOR SUCH IMPOSITION OF LIABILITY
(INCLUDING THE CLAIMED INVALIDITY OF ANY EXCLUSION OF LIABILITY HEREUNDER),
IN NO EVENT WILL THE AGGREGATE LIABILITY OF A PARTY AND ITS MEMBERS,
MANAGERS, EMPLOYEES, REPRESENTATIVES, AGENTS, LICENSEES, SUCCESSORS AND
ASSIGNS UNDER OR IN CONNECTION WITH THIS AGREEMENT EXCEED THE TOTAL
PRICE PAID BY CUSTOMER UNDER THIS AGREEMENT DURING THE PREVIOUS 12 MONTHS,
REGARDLESS OF THE NUMBER OF CLAIMS. THE SERVICE CREDITS SET FORTH IN EXHIBIT
2 SHALL BE CUSTOMER'S SOLE AND EXCLUSIVE REMEDY FOR QT POD'S FAILURE TO
MAINTAIN THE REQUIRED UPTIME PERCENTAGE.
Subscription Services Agreement Page 3 of 8
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 47 of 64
11. Cardholder and Transaction Information; PCI Comoliance.
QT POD shall handle all Cardholder Information (as defined below) under this Agreement in compliance,
with the then current version of the PCI Data Security Standard Card Association (as defined below)
rules, policies, and regulations (as they may appear on Card Association websites), and all applicable
laws, regulations, ordinances, rules, and orders of governmental authorities having jurisdiction,
including without limitation Sections 501(b) and 501(b)(2) of the Gramm Leach Bliley Act of 1999,
15 U.S.C. §6801 et seq (collectively, the "Requirements"). Customer shall also conduct all of its own
activities in compliance with the Requirements. Neither Party shall sell, transfer, disclose to any
unauthorized person, or use the Cardholder Information except: (a) to provide authorized services related
to payment transaction processing, settlement, and funding; (b) to provide fraud control and loyalty
services; (c) to cooperate with law enforcement investigations, to comply with legally executed subpoenas,
or as specifically required by law; or (d) for other uses authorized by the Party providing the Cardholder
Information in writing. To verify ongoing compliance with the PCI Data Security Standard, each Party
shall engage a Qualified Security Assessor ("QSA") to conduct, on at least an annual basis, an onsite
compliance review. For purposes of this Section 11: (1) the term "Cardholder Information" means any
information evidencing either a cardholder's personal data (including without limitation evidence of the
cardholder's credit or other type of card), or transactions consummated with credit or other types of cards,
including both electronic, written and other forms of data; and (ii) the term "Card Associations" means
bankcard associations (e.g., MasterCard and Visa), other non-bankcard or private label associations and
other credit or debit card associations.
12. Excused Non -Performance.
QT POD will not have any liability or responsibility for any delay in or failure to perform under this
Agreement as a result of circumstances beyond QT POD's reasonable control, and all such delay and
failure is hereby excused by Customer. Such excusing circumstances (a "Force Majeure") include:
shortages of materials; acts of God; fire; flood; war, embargo; labor trouble; failure or delay by third
parties; riots; and laws, rules, regulations and orders of any governmental authority. If any material delay
or material inability to perform continues for more than ninety (90) days, Customer may, as its sole and
exclusive remedy, terminate this Agreement upon seven (7) days written notice to QT POD.
13. Default and Early Termination.
If Customer defaults in performance of any material obligation under this Agreement, QT POD may
terminate this Agreement, provided that QT POD shall have given written notice of such default to
Customer and Customer shall have failed to cure such default to QT POD's reasonable satisfaction within
thirty (30) days after QT POD provides such written notice. Customer agrees that Customer's failure to
timely pay any invoiced fees, costs or expenses when due will constitute a material breach hereunder
and, notwithstanding the foregoing provisions of this paragraph, in such event QT POD may immediately
terminate this Agreement. Each Party will have the right to terminate this Agreement upon the other
Party's cessation of business, election to dissolve, insolvency, commission of an act of bankruptcy, general
assignment for the benefit of creditors or the fling of any petition in bankruptcy or for relief under the
provisions of the bankruptcy laws, or the failure to have discharged within sixty (60) days the filing of
any petition in bankruptcy or for the relief under the provisions of the bankruptcy laws against the Party.
The rights granted hereunder are not exclusive but are cumulative with any other rights or remedies a
Party may have.
14. Miscellaneous Provisions.
14.1. Independent Contractor. Neither Party or its employees are joint venturers, partners,
agents, or employees of the other Party. Neither Party is authorized to represent, obligate, or bind the other.
Nothing in this Agreement shall be construed as giving either Party any right to exercise any control over
the other Party's operations or over the manner and method by which such Party conducts its operations.
Subscription Services Agreement Page 4 of 8
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 48 of 64
Neither Parry shall have the authority to and shall not purport to make any commitments or representations
on behalf of the other Party or otherwise to take any actions on behalf of the other Party.
14.2. Notices. Any notice given pursuant to this Agreement shall be in writing and shall be given
by personal service or by United States certified mail, return receipt requested, postage prepaid to the
addresses appearing at the end of this Agreement, or as changed through written notice to the other Party.
Notice given by personal service shall be deemed effective on the date it is delivered to the addressee, and
notice mailed shall be deemed effective on the fourth business day following its placement in the mail
addressed to the addressee.
Address for Notice: Address for Notice:
QT POD, LLC
4909 Nautilus Court N. #109
Boulder CO 80301
Iowa City Airport Commission
1801 S. Riverside Drive
Iowa City, IA 52246
Attention: Attention: Michael Tharp, Airport Mal
14.3 Survival. All provisions related to confidentiality, indemnity, limitation of liability and
each other provision of this Agreement that by its nature extends beyond the expiration or earlier
termination of this Agreement, will survive and continue in full force and effect after this Agreement expires
or is earlier terminated.
14.4 Assignment. Neither Party may assign any of its rights, interests or duties under this
Agreement without the prior written consent of the other Party, which consent shall not be unreasonably
withheld, conditioned or delayed. Notwithstanding the foregoing, QT POD may assign this Agreement
to any successor or assignee of the rights underlying the Services (for example, the purchaser of the
intellectual property rights required for the lawful provision of the Services).
14.5 Succession. This Agreement will bind and inure to the benefit of each Party and its
permitted successors, assigns, and delegates.
14.6 Governing Law; Jurisdiction and Venue. This Agreement will be interpreted under, and
any disputes arising out of this Agreement will be governed by, the laws of the State of Colorado, without
reference to its conflicts of law principles. The Uniform Computer Information Transactions Act will
not apply to the interpretation or enforcement of this Agreement. Each Party irrevocably consents to
the jurisdiction of the state and federal courts located in the State of Colorado, in connection with all actions
arising out of or in connection with this Agreement, and waives any objections that venue is an inconvenient
forum.
14.7 Waiver. A Patty's delay or failure to enforce or insist on strict compliance with any
provision of this Agreement will not constitute a waiver or otherwise modify this Agreement. A Party's
waiver of any right granted under this Agreement on one occasion will not: (a) waive any other right; (b)
constitute a continuing waiver; or (c) waive that right on any other occasion,
14.8 Amendments. This agreement may be amended only be a written instrument signed by
both Parties, which writing must refer to this Agreement.
14.9 Rules of Construction and Interpretation. Section and paragraph headings are for
convenience only and do not affect the meaning or interpretation of this Agreement. All exhibits attached
to or referenced in this Agreement are a part of and are incorporated in this Agreement. Both Parties have
had the opportunity to have this Agreement reviewed by their attorneys, therefore, no rule of construction
or interpretation that disfavors the Party drafting this Agreement or any of its provisions will apply to the
interpretation of this Agreement. The words "includes" and "including" are not limited in any way and mean
"including without limitation." The word "or" is not exclusive and includes "and/or." The word "will" is
Subscription Services Agreement Page 5 of 8
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 49 of 64
a synonym for the word "shall," Reference to a "person" includes an individual, a corporation, a limited
liability company, an association, a governmental body or any other entity.
14.10 Counternarts and Delivery. This Agreement may be executed in counterparts. Each
counterpart will be considered an original, and all of them, taken together, will constitute a single
Agreement. Facsimile and electronic signatures will be deemed original signatures for all purposes under
this Agreement. When properly signed, this Agreement may be delivered by facsimile or electronically,
and any such delivery will have the same effect as physical delivery of a signed original.
14.11 Entire Agreement. This Agreement, and its attached exhibits constitute the entire
agreement between the Parties and supersedes any and all previous representations, understandings, or
agreements between the Parties as to the subject matter hereof.
Executed by the undersigned authorized representatives of the Parties effective as of the Agreement Effective
Date.
QT POD, LLC
LZ
Title:
Iowa City Airport Commission
A
Name:
Title:
Subscription Services Agreement Page 6 of 8
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 50 of 64
Exhibit 1
Fees
1. Fee Plans
The following Fee Plans are available. Please select one.
Base Plan—$945 per unit, per year
Includes: Access and use of the web -based Siteminder Fuel Management Software,
Database Hosting, Data, 2417 technical support, software updates
57 Premium Plan—$1,995 per unit, per year (Post -Warranty)
Includes: Access and use of the web -based Siteminder Fuel Management Software,
Database Hosting, Data, 2417 technical support, software updates and post -warranty
parts replacement
2. Cellular Option
✓0 The Services may be accessed through a cellular plan established by QT POD at a cost of $480 per
unit, per year
3. Premium Plan Parts Replacement Terms and Conditions
The terms and conditions of the parts replacement benefit included in the Premium Plan are as follows:
After the expiration of the M4000 product warranty, QT POD will repair or replace (at its option)
malfunctioning components of the M4000 unit, using either new or rebuilt parts or components (at QT POD's
option) at no charge to charge Customer ("Parts Replacement"). The M4000 is designed so that most of its
parts may be replaced by Customer, utilizing the instructions provided by QT POD. In rare instances, a
qualified technician may be required. QT POD will provide remote technical assistance relating to parts
replacement, but Customer shall be responsible for the installation of all replacement components and shall
bear all associated costs and expenses. Customer shall return all failed components to QT.
Parts Replacement is only available if the unit is installed by QT POD, a certified service company or an
individual approved by QT POD. Upon request, QT POD may provide a list of qualified service companies
or technicians, but in no event will QT POD be responsible for any act or omission of such service company
or technician. To maintain eligibility for Parts Replacement, Customer must ensure that QT POD's Post
Installation Checklist is completed and provided to QT POD for the installation of the unit. Each checklist
must be signed by a qualified technician or other individual approved by QT POD. Parts Replacement does
not cover components damaged due to acts of God, lightning strikes or related damage, accident, misuse,
abuse, negligence, modification of or to any part of the terminal or software, or damage due to improper
operation, maintenance, or installation. Parts Replacement does not apply to non-QT POD equipment,
including but not limited to computers, fuel dispensers, fuel pumps, meters, registers, pulsers or valves, or
any repair or replacement caused by credit card network processing changes or Branded Oil Company
changes. Relays are not covered by Parts Replacement if they fail due to excess current draw from devices
external to QT POD equipment. Notwithstanding the foregoing, lightning damage may be covered (at QT's
option) if the terminal is equipped with QT POD surge protection equipment.
Subscription Services Agreement Page 7 of 8
Airport Commission Agenda & Information Packet
Meeting Date June 11, 2020 Page 51 of 64
Exhibit 2
Support and Service Level Agreement
1. Technical Support Reeardinz Services
• Business Hours Sunoort, QT POD will provide Customer with reasonable telephone technical support
Monday through Friday from 7:30 a.m. to 5:30 p.m. Mountain Time, excluding holidays.
• 24/7 Super. QT POD will provide Customer with reasonable technical support after-hours and on
holidays on an on -call basis. QT POD will make every effort to respond to Customer within one hour of
the initial call for service. After-hours support is intended for emergency situations in which Customer is
unable to pump fuel.
2. Service Level Objectives
QT POD agrees that the monthly availability of the Services shall be equal to or greater than 99.7%, excluding
any excused performance as set forth below or in the Agreement ("Uptime Percentage"). The Uptime
Percentage shall be calculated by comparing the total number of minutes in a thirty -day period (43,200) with
the number of minutes of Downtime in any thirty -day period. For purposes of this Agreement, "Downtime"
includes any period of time that Customer is unable to process normal transactions as a result of the failure of
the Services. Downtime does not include unavailability of the Services for any of the following reasons:
general internet failure; QT POD scheduled maintenance or other planned outages; problems with or
maintenance occurring on the Customer's applications, equipment or facilities; alterations, additions,
adjustments, or repairs that are made by Customer to hardware; acts or omissions of Customer or its authorized
user; or performance that is excused under the terms of the Agreement (including excused performance under
Section 3.1 and Section 12 of the Agreement).
3. Service Credits
QT POD shall issue Customer service credits in the amounts specified in the table below ("Service Credits")
if it is unable to maintain the required Uptime Percentage in any given month. Service Credits will be a
percentage of a monthly Fee (the annual Fee divided by 12) and shall be applied against Fees for the next
billing cycle. Service Credits shall be Customer's sole and exclusive remedy for QT POD's failure to maintain
the required Uptime Percentage.
Service Credit Amounts
UPTIME THRESHOLDS
MONTHLY FEE CREDIT %
99.69% - 99.65%
10%
99.64%- 99.00%
20%
99.00%and under
30%
Subscription Services Agreement Page 8 of 8
Airport Commission Agenda & Inbnnalion Packet
06/O0/2020 15:46 ICITY OF IOWA CITY
mthaxp INVOICE LIST BY GL ACCOUNT
YEAR/PERIOD: 2020/11 TO 2020/11
ACCOUNT/VENDOR INVOICE PO YEAR/PR TYP S
WARRANT
IP 1
Iapix gla
CHECH DESCRIPTION
76850110
Airport
Operations
76850110 432080
Other Professional Services
013313 FUEL INC
0003783
0
2020 11 INV P
6,000.00
050820
243928 Website Development
ACCOUNT TOTAL
6,000.00
76850110 438030
Electricity
010319 MIDAMERICAN ENERGY
20200520133219
0
2020 11 INV P
1,231.15
052220
17012 MidAmBilling 052020
010319 MIDAMERICAN ENERGY
20200527130522
0
2020 11 INV P
12.75
052920
17371 MidAmBilling 052720
1,243.90
ACCOUNT TOTAL
1,243.90
76850110 438070
Heating Fuel/Gas
010319 MIDAMERICAN ENERGY
20200513131733
0
20g0 11 INV P
60.97
051520
16967 MidAmBilling 051320
010319 MID ICAN ENERGY
20200520133219
0
2020 11 INV P
86.91
052220
17012 MidAmBilling 052020
147.88
ACCOUNT TOTAL
147.88
76850110 438100
Refuse Collection Charges
010507 JOHNSON COUNTY REFUS
128725
0
2020 11 INV P
181.50
051520
299032 Refuse & Recycling
010507 JOHNSON COUNTY REFUS
128728
0
2020 11 INV P
45.00
051520
299032 Refuse & Recycling
226.50
ACCOUNT TOTAL
226.50
76850110 438110
Local Phone Service
011937 AUREON COMMUNICATION
0789004025.20.05
0
2020 11 INV P
86.04
050820
243914 Basic Phone Service
ACCOUNT TOTAL
86.04
76850110 992010
Other Building R&M Services
010856 JET AIR INC IOW
IVI-20-007208
0
2020 11 INV P
600.00
052920
299591 Janitorial Services
ACCOUNT TOTAL
600.00
76850110 993080
Other Equipment R&M Services
010856 JET AIR INC IOW
IVI-20-007223
0
2020 11 INV P
670.65
052920
299591 Maintenance Reimbur
ACCOUNT TOTAL
670.65
76850110 995030
Nursery Srvc-Lawn & Plant Care
010856 JET AIR INC IOW
IVI-20-007207
0
20y0 11 INV P
5,500.00
052920
299591 Groundskeeping/Main
ACCOUNT TOTAL
5,500.00
76850110 466070
Other Maintenance Supplies
010856 JET AIR INC IOW
IVI-20-007223
0
2020 11 INV P
29.87
052920
299591 Maintenance Reimbur
Airport Commission Agenda & Inbnnation Packet
06/O0/2020 15:46 ICITY OF IOWA CITY IP 2
mthaxp (INVOICE LIST BY GL ACCOUNT Iapix gla
YEAR/PERIOD: 2020/11 TO 2020/11
ACCOUNT/VENDOR INVOICE PO YEAR/PR TYP S WARRANT CHECH DESCRIPTION
ACCOUNT TOTAL
29.87
76850110 467020
Equippment R&M Supplies
010856 JET AIR INC IOW
IVI-20-007223
0 2020 11 INV P
495.00
052920 299591 Maintenance Reimbur
ACCOUNT TOTAL
495.00
76850110 469200
Tools
010856 JET AIR INC IOW
IVI-20-007223
0 2020 11 INV P
254.39
052920 299591 Maintenance Reimbur
ACCOUNT TOTAL
254.39
ORO 76850110 TOTAL
15,254.23
- ---- - -----
FUND
--- ----
Airport —
— — — ---- -
TOTAL:
-
15-259.23
--------------------
** END OF REPORT - Generated by Michael Tharp **
06/09/2020 10:51
mtharp
FOR 2020 13
ACCOUNTS FOR:
7600 Airport
76850110 Airport Operations
76850110 363910 Misc Sale of Me
76850110 369100 Reimb of Expens
76850110 369900 Miscellaneous 0
76850110 381100 Interest on Inv
2020/10/040897 04/30/2020 GEN
2020/10/040897 04/30/2020 GEN
2020/10/040897 04/30/2020 GEN
2020/10/040897 04/30/2020 GEN
76850110 382100 Land Rental
2020/10/040451 04/20/2020 GBI
2020/10/040637 04/06/2020 CRP
76850110 382200 Building/Room R
2020/10/040451 04/20/2020 GBI
2020/10/040451 04/20/2020 GBI
2020/10/040451 04/20/2020 GBI
2020/10/040451 04/20/2020 GBI
2020/10/040451 04/20/2020 GBI
2020/10/040451 04/20/2020 GBI
2020/10/040451 04/20/2020 GBI
2020/10/040451 04/20/2020 GBI
2020/10/040451 04/20/2020 GBI
2020/10/040451 04/20/2020 GBI
2020/10/040451 04/20/2020 GBI
2020/10/040451 04/20/2020 GBI
2020/10/040451 04/20/2020 GBI
2020/10/040451 04/20/2020 GBI
2020/10/040451 04/20/2020 GBI
2020/10/040451 04/20/2020 GBI
2020/10/040451 04/20/2020 MI
Airport Commission Agenda & Inbnnation Packet
CITY OF IOWA CITY IP 1
YEAR-TO-DATE BUDGET REPORT glytdbud
MAY DETAIL 2019
JOURNAL DETAIL 2020 10 TO 2020 10
ORIGINAL TRANFRS/ REVISED AVAILARLE PCT
APPROP ADJSTNTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USED
0
0
0
-260.00
0
0
0
-139.18
0-11,000
-11,000
-2,360.00
0
-2,500
-2,500
-2,319.48
-186.42
REF SS
-99.08
REF SS
-8.22
REF SS
366.47
REF SS
-51,520
0
-51,520
-49,116.56
-600.00
REF
-368.75
REF 2857518
US TREAS
-275,000
0-275,000
-253,233.12
-185.00
REF
-155.00
REF
-199.00
REF
-155.00
REF
-155.00
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
.00 260.00 100.0%
.00 139.18 100.0%
.00-8,640.00 21.5%'
.00-180.52 92.8%'
Interest Allocation Entry
Interest Allocation Entry
Interest Allocation Entry
Interest Allocation Entry
.00-2,403.99 95.3%'
LAND RENT
LEASE PAYMENT
.00-21,766.88 92.1%'
HANGAR RENT
HANGAR #30
HANGAR #7
HANGAR #16
HANGAR #24
HANGAR #9
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
06/09/2020 10:51
mtharp
FOR 2020 13
ACCOUNTS FOR:
7600 Airport
Airport Commission Agenda & Inbmation Packet
ICITY OF IOWA CITY
YEAR-TO-DATE BUDGET REPORT
MAY DETAIL 2019
glytdbud
JOURNAL DETAIL 2020 10 TO 2020 10
ORIGINAL TRANFRS/ REVISED
APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES
020 MI
-332.00 REF
HANGAR #56
020 GBI
-199.00 REF
HANGAR #8
020 GBI
-4,606.00 REF
D, E, F, H
020 GBI
-500.00 REF
Haggai M
020 GBI
-199.00 REF
HANGAR #1
020 GBI
-195.00 REF
HANGAR #59
020 GBI
-195.00 REF
HANGAR #60
020 GBI
-650.00 REF
HANGAR #72
020 GBI
-166.67 REF
AIRPORT RENTA
020 GBI
-185.00 REF
HANGAR #51
020 GBI
-155.00 REF
HANGAR #20
020 GBI
-185.00 REF
HANGAR #42
020 GBI
-4,829.25 REF
HANGAR #35
020 GBI
-684.00 REF
HANGAR #32
020 GBI
-325.00 REF
HANGAR #34
020 MI
-199.00 REF
HANGAR #9
020 MI
-155.00 REF
HANGAR #15
020 MI
-185.00 REF
HANGAR #53
020 MI
-155.00 REF
HANGAR #18
020 GBI
-199.00 REF
HANGAR #3
020 GBI
-155.00 REF
HANGAR #14
020 GBI
-185.00 REF
HANGAR #40
020 GBI
-243.00 REF
HANGAR #61
020 GBI
-230.00 REF
HANGAR #55
020 MI
-650.00 REF
HANGAR #71
020 GBI
-195.00 REF
HANGAR #63
020 GBI
-185.00 REF
HANGAR #49
020 GBI
-185.00 REF
HANGAR #36
020 GBI
-185.00 REF
HANGAR #37
020 GBI
-230.00 REF
HANGAR #45
020 GBI
-155.00 REF
HANGAR #25
020 MI
-185.00 REF
HANGAR #99
020 GBI
-185.00 REF
HANGAR #50
020 GBI
-155.00 REF
HANGAR #28
020 GBI
-155.00 REF
HANGAR #17
020 GBI
-199.00 REF
HANGAR #6
020 GBI
-155.00 REF
HANGAR #22
020 GBI
-195.00 REF
HANGAR #62
020 GBI
-185.00 REF
HANGAR #43
020 GBI
-155.00 REF
HANGAR #23
020 GBI
-155.00 REF
HANGAR #21
020 GBI
-210.00 REF
HANGAR #64
020 GBI
-404.00 REF
HANGAR #31
020 GBI
-92.50 REF
HANGAR #48
020 GBI
-92.50 REF
HANGAR #48
020 GBI
-155.00 REF
HANGAR #12
020 MI
-100.00 REF
OFFICE SPACE
AVAILARLE PCT
BUDGET USED
- HANGAR N
RENT
06/09/2020 10:51
mtharp
FOR 2020 13
ACCOUNTS FOR:
7600 Airport
76850110 382200 Building/Room R
2020/10/040451 04/20/2020 GBI
2020/10/040451 04/20/2020 GBI
2020/10/040451 04/20/2020 GBI
2020/10/040451 04/20/2020 GBI
76850110 382300 Eguifinent Renta
2020/10/040048 04/02/2020 CRP
76850110 384900 Other Cormnissio
2020/10/040433 04/16/2020 CRP
76850110 393120 General Levv
2020/10/040326 04/30/2020 GEN
2020/10/040879 04/30/2020 GEN
76850110 411000 Perm Full Time
2020/10/040191 04/10/2020 PRJ
2020/10/040580 04/24/2020 PRJ
76850110 413000 Temforary Emnlo
76850110 414500 Longevity Pay
76850110 421100 Health Insuranc
2020/10/040191 04/10/2020 PRJ
2020/10/040580 04/24/2020 PRJ
Airport Commission Agenda & Inbnnalion Packet
CITY OF IOWA CITY P 3
YEAR-TO-DATE BUDGET REPORT Iglytdbud
MAY DETAIL 2019
JOURNAL DETAIL 2020 10 TO 2020 10
ORIGINAL TRANFRS/ REVISED AVAILABLE POT
APPROP ADJSTNTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USED
-155.00 REF
-155.00 REF
-185.00 REF
-225.00 REF
HANGAR #26
HANGAR #29
HANGAR #52
HANGAR RENT #57
0
0
0
-11,839.50
.00
11,839.50 100.0%
-454.50
REF 2830486
JET AIR
INC
OTHER
-36,500
0
-36,500
-31,351.20
.00
-5,148.80 85.9%'
-2,423.80
REF 2849201
EASTERN
AVIATION FUR
OTHER
-100,000
100,000
0
-16,666.66
.00
16,666.66 100.0%
-8,333.33
REF REJE%2
Ptax from Gen Fund
75,000.01
REF SS/DB
Reverse 8.19 to
4.20 funding
62,192
0
62,192
57,408.00
.00
4,784.00 92.3%
2,392.00
REF 040420
WARRANT =040420
RUN-1 BIWEEKLY
2,392.00
REF 041820
WARRANT-041820
RUN-1 BIWEEKLY
763
0
763
586.28
.00
176.72 76.8%
Soo
0
Soo
500.00
.00
.00 100.0%
5,671
594
6,265
6,049.46
.00
215.64 96.6%
263.02
REF 040420
WARRANT-040420
RUN-1 BIWEEKLY
263.02
REF 041820
WARRANT-041820
RUN-1 BIWEEKLY
Airport Commission Agenda & Inbmation Packet
06/09/2020 10:51
ICITY OF IOWA CITY
P
9
mtharpYEAR-TO-DATE
BUDGET REPORT
Iglytdbud
MAY DETAIL
2019
FOR 2020 13
JOURNAL DETAIL
2020 10 TO 2020
10
ACCOUNTS FOR:
ORIGINAL
TRANFRS/
REVISED
AVAILABLE PCT
7600 Airport
APPROP
ADJSTNTS
BUDGET
YTD ACTUAL ENCUMBRANCES
BUDGET USED
76850110 421200
Dental Insuranc
408
0
408
371.45
.00
36.55 91.0%
2020/10/040191
04/10/2020 PRJ
16.15
REF 040420
WARRANT-040420
RUN-1 BIWEEKLY
2020/10/040580
04/24/2020 PRJ
16.15
REF 041820
WARRANT-041820
RUN-1 BIWEEKLY
76850110 421300
Life Insurance
142
0
142
129.69
.00
12.31 91.3%
2020/10/040580
04/24/2020 PRJ
11.79
REF 041820
WARRANT-041820
RUN-1 BIWEEKLY
76850110 421400
Disability Insu
228
0
228
208.12
.00
19.88 91.3%
2020/10/040580
04/24/2020 PRJ
18.92
REF 041820
WARRANT=041820
RUN-1 BIWEEKLY
76850110 422100
FICA
4,795
0
4,795
4,419.77
.00
375.60 92.2%
2020/10/040191
04/10/2020 PRJ
180.27
REF 040420
WARRANT-040420
RUN-1 BIWEEKLY
2020/10/040580
04/24/2020 PRJ
180.60
REF 041820
WARRANT-041820
RUN-1 BIWEEKLY
76850110 423100
IPERS
5,991
0
5,991
5,521.74
.00
469.29 92.2%
2020/10/040191
04/10/2020 PRJ
225.80
REF 040420
WARRANT =040420
RUN-1 BIWEEKLY
2020/10/040580
04/24/2020 PRJ
225.80
REF 041820
WARRANT =041820
RUN-1 BIWEEKLY
76850110 431020
Court Costs & S
155
0
155
139.18
.00
15.82 89.8%
76850110 432020
Annual Audit
512
0
512
462.55
.00
49.45 90.3%
76850110 432080
Other Professio
0
15,000
15,000
10,408.09
.00
4,591.91 69.4%
2020/10/040809
04/23/2020 API
123.38
VND 010050
VCH
TRU ART
City
of Iowa City Aerial
Photo 243858
76850110 435055
Mail & Delivery
0
0
0
709.86
.00
-709.86 100.0%'
Airport Commission Agenda & Inbmation Packet
06/09/2020 10:51
mtharpYEAR-TO-DATE
FOR 2020 13
ACCOUNTS FOR:
7600 Airport
ICITY OF IOWA CITY
BUDGET REPORT
MAY DETAIL
ORIGINAL TRANFRS/
APPROP ADJSTNTS
2019
REVISED
BUDGET
YTD ACTUAL
JOURNAL DETAIL
ENCUMBRANCES
P 5
Iglytdbud
2020 10 TO 2020 10
AVAILABLE PCT
BUDGET USED
76850110 435060
Legal Publicati
0
0
0
22.30
.00
-22.30
100.0%'
76850110 436030
Transportation
1,000
0
1,000
389.40
.00
610.60
38.9%
76850110 436050
Registration
1,000
0
1,000
275.00
.00
725.00
27.5%
76850110 436060
Lodging
500
0
500
298.80
.00
201.20
59.8%
76850110 436080
Meals
200
0
200
25.00
.00
175.00
12.5%
76850110 437010
Comp Liability
4,400
0
4,400
17,416.71
.00
-13,016.71
395.8%'
76850110 437020
Fire & Casualty
12,767
0
12,767
13,803.00
.00
-1,036.00
108.1%'
76850110 437030
Worker's CoM I
163
0
163
185.00
.00
-22.00
113.5%'
76850110 437041
Bonding & Other
870
0
870
.00
.00
870.00
.0%
76850110 437200
Loss Reserve Pa
5,000
0
5,000
5,000.00
.00
.00
100.0%
76850110 438010
Stor.ter Util
19,348
0
19,348
17,360.42
.00
1,987.58
89.7%
2020/10/040352
04/15/2020 UBB
1,578.22 REF 200415
C-200415
4200
UB AR GEN
Airport Commission Agenda & Inbnnation Packet
06/09/2020 10:51 ICITY OF IOWA CITY P 6
mtharpYEAR-TO-DATE BUDGET REPORT glytdbud
MAY DETAIL 2019
FOR 2020 13 JOURNAL DETAIL 2020 10 TO 2020 10
ACCOUNTS FOR:
ORIGINAL
TRANFRS/
REVISED
AVAILABLE
POT
7600
Airport
APPROP
ADJSTMTS
BUDGET YTD ACTUAL ENCUMBRANCES
BUDGET
USED
76850110
438030
Electricity
19,238
0
19,238 14,207.02
.00
5,030.98
73.8%
2020/10/040583
04/24/2020 API
303.89
VND 010319
VCH
MIDAMERICAN ENERGY
MidAmBilling
04222020
16498
2020/10/040583
04/24/2020 API
809.42
VND 010319
VCH
MIDAMERICAN ENERGY
MidAmBilling
04222020
16498
2020/10/040583
04/24/2020 API
66.84
VND 010319
VCH
MIDAMERICAN ENERGY
MidAmBilling
04222020
16498
2020/10/040583
04/24/2020 API
235.69
VND 010319
VCH
MIDAMERICAN ENERGY
MidAmBilling
04222020
16498
2020/10/040583
04/24/2020 API
69.92
VND 010319
VCH
MIDAMERICAN ENERGY
MidAmBilling
04222020
16498
76850110
438050
Landfill Use
220
0
220 .00
.00
220.00
.0%
76850110
438070
Heating Fuel/Ga
3,787
0
3,787 4,330.81
.00
-543.81
119.9%'
2020/10/040583
04/24/2020 API
22.54
VND 010319
VCH
MIDAMERICAN ENERGY
MidAmBilling
04222020
16498
2020/10/040583
04/24/2020 API
116.08
VND 010319
VCH
MIDAMERICAN ENERGY
MidAmBilling
04222020
16498
76850110
438080
Sewer Utility C
1,832
0
1,832 1,741.91
.00
90.09
95.1%
2020/10/040352
04/15/2020 UBB
95.75
REF 200415
C-200415
2000 UB AR
GEN
76850110
438090
Water Utility C
2,048
0
2,048 2,599.60
.00
-496.60
129.2%'
2020/10/040352
04/15/2020 UBB
134.85
REF 200415
C-200415
1000 UB AR
GEN
76850110
438100
Refuse Collecti
2,391
0
2,391 2,497.50
.00
-106.50
109.5%'
2020/10/040564
04/20/2020 API
181.50
VND 010507
VCH
JOHNSON COUNTY REFUS
Refuse & Recycling
293298
2020/10/040564
04/20/2020 API
45.00
VND 010507
VCH
JOHNSON COUNTY REFUS
Refuse & Recycling
293298
76850110
438110
Local Phone Ser
1,053
0
1,053 1,037.61
.00
15.39
98.5%
2020/10/040198
04/01/2020 API
86.04
VND 011937
VCH
AUREON COIMNNICATION
Basic Phone Services
242987
76850110
992010
Other Building
13,000
0
13,000 14,028.54
.00
-1,028.54
107.9%'
2020/10/040197
04/07/2020 API
600.00
VND 010856
VCH
JET AIR INC IOW
Janitorial Services
243026
2020/10/040565
04/20/2020 API
30.00
VND 013610
VCH
STANDARD PEST CONTRO
Pest Control
Services
243353
Airport Commission Agenda & Inbmation Packet
06/09/2020 10:51
mtharp
FOR 2020 13
ACCOUNTS FOR:
7600 Airport
ICITY OF IOWA CITY
I YEAR-TO-DATE BUDGET REPORT
MAY DETAIL
ORIGINAL TRANFRS/
APPROP ADJSTMTS
2019
REVISED
BUDGET
YTD ACTUAL
JOURNAL DETAIL
ENCUMBRANCES
IP 7
glytdbud
2020 10 TO 2020 10
AVAILABLE PCT
BUDGET USED
76850110 992020
Structure R&M S
2,500
0
2,500
980.00
.00
1,520.00
39.2%
2020/10/040200
04/03/2020 API
245.00 VND 010823 VCH
SCHUMACHER ELEVATOR
Elevator Maintenance
Service
C
16403
76850110 992030
Heating & Cooli
6,000
0
6,000
1,830.23
.00
4,169.77
30.5%
76850110 992060
Electrical & Pl
5,000
0
5,000
3,347.19
.00
1,652.81
66.9%
76850110 993050
Radio Equipment
0
0
0
28.94
.00
-28.94
100.0%-
2020/10/090197
04/07/2020 API
28.94 VND 010856 VCH
JET AIR INC
IOW
Maintenance
Reimbursement
243026
76850110 993080
Other Equipment
4,460
0
4,460
9,980.42
.00
-5,520.42
223.8%'
76850110 995030
Nursery Srvc-La
38,500
0
38,500
43,110.01
.00
-4,610.01
112.0%'
2020/10/040197
04/07/2020 API
5,500.00 VND 010856 VCH
JET AIR INC
IOW
Groundskeeping/Maintenance
243026
76850110 995080
Snow and Ice Re
30,000
0
30,000
31,193.89
.00
-1,193.89
109.0%'
76850110 995110
Testing Service
2,500
0
2,500
1,974.04
.00
525.96
79.0%
76850110 995230
Other Operating
279
0
279
1,411.94
.00
-1,132.94
506.1%'
76850110 996100
City Attorney
7,258
0
7,258
6,653.17
.00
604.83
91.7%
2020/10/040326
04/30/2020 GEN
604.83 REF REJEM2
Airport to Attorney
Airport Commission Agenda & Inbmation Packet
06/09/2020 10:51
mtharpYEAR-TO-DATE
FOR 2020 13
ACCOUNTS FOR:
7600 Airport
ICITY OF IOWA CITY
BUDGET REPORT
MAY DETAIL
ORIGINAL TRANFRS/
APPROP ADJSTNTS
2019
REVISED
BUDGET
YTD ACTUAL
P 8
Iglytdbud
JOURNAL DETAIL 2020 10 TO 2020 10
AVAILABLE POT
ENCUMBRANCES BUDGET USED
76850110 996120
ITS-Server/Stor
592
0
592
518.49
.00 73.51
87.6%
2020/10/040852
04/30/2020 GNI
41.20
REF AO
Storage of files AIR
2020/10/040853
04/30/2020 GNI
8.78
REF AO
Storage of Email
76850110 996130
ITS-PC/Peripher
11,975
0
11,975
13,264.90
.00-1,289.90
110.8%-
2020/10/090860
04/30/2020 GNI
1,213.50
REF AO
APR ITS Repl Chgbk
76850110 996160
ITS-Infrastuctu
8,761
0
8,761
8,761.00
.00 .00
100.0%
76850110 996190
ITS -Software SA
216
0
216
203.50
.00 12.50
94.2%
2020/10/040854
04/30/2020 GNI
18.50
REF AO
Office software
76850110 996200
Photocopying Ch
0
0
0
500.98
.00-500.98
100.0%'
76850110 996300
Phone Equipment
1,371
0
1,371
1,263.95
.00 107.05
92.2%
2020/10/040861
04/30/2020 GNI
112.50
REF AO
CH APR PHONE ASSET CHARGE
2020/10/040862
04/30/2020 GNI
1.95
REF AO
CH APR LONG DISTANCE CHARGES
76850110 996320
Mail Chargeback
0
0
0
71.90
.00 -71.90
100.0%'
76850110 996350
City Vehicle Re
25,142
0
25,142
22,489.08
.00 2,652.92
89.4%
2020/10/040885
04/30/2020 GNI
2,070.85
REF TLW
APR REPLACEPIENT COST
76850110 996370
Fuel Chargeback
4,264
0
4,264
3,402.35
.00 861.65
79.8%
2020/10/040885
04/30/2020 GNI
215.67
REF TLW
APR DIVISION FUEL
Airport Commission Agenda & Inbmation Packet
06/09/2020 10:51
ICITY OF IOWA CITY
P 9
mtharpYEAR-TO-DATE
BUDGET REPORT
glytdbud
MAY DETAIL
2019
FOR 2020 13
JOURNAL DETAIL 2020 10
TO
2020 10
ACCOUNTS FOR:
ORIGINAL
TRANFRS/
REVISED
AVAILABLE
]?CT
7600 Airport
APPROP
ADJSTNTS
BUDGET
YTD ACTUAL
ENCUMBRANCES
BUDGET
USED
76850110 996380
Vehicle R&M Cha
24,094
0
24,094
10,575.67
.00
13,518.33
43.9%
2020/10/040885
04/30/2020 GNI
2,254.08 REF TLW
APR DIVISION
SERVICE
76850110 999055
Permitting Fees
990
0
990
265.00
.00
175.00
60.2%
76850110 999060
Dues & Membersh
1,375
0
1,375
1,250.00
.00
125.00
90.9%
76850110 999120
Equipment Renta
500
0
500
.00
.00
500.00
.0%
76850110 452010
Office Supplies
570
0
570
.00
.00
570.00
.0%
76850110 454020
Subscriptions
282
0
282
325.60
.00
-43.60
115.5%-
76850110 461050
Other Agricultu
230
0
230
.00
.00
230.00
.0%
76850110 466070
Other Maintenan
5,000
0
5,000
1,284.91
.00
3,715.09
25.7%
76850110 467020
Equipment R&M S
0
0
0
1,518.77
.00
-1,518.77
100.0%'
2020/10/040197
04/07/2020 API
13.32 VND 010856 VCH
JET AIR INC
IOW
Maintenance
Reimbursement
243026
76850110 468030
Asphalt
250
0
250
.00
.00
250.00
.0%
76850110 469190
Minor Equipment
0
0
0
1,795.95
.00
-1,795.95
100.0%'
Airport Commission Agenda & Inbmation Packet
06/09/2020 10:51
ICITY OF IOWA CITY
IP
10
mtharp
I YEAR-TO-DATE BUDGET REPORT
Iglytdbud
MAY DETAIL
2019
FOR 2020 13
JOURNAL DETAIL
2020 10
TO
2020
10
ACCOUNTS FOR:
ORIGINAL
TRANFRS/
REVISED
AVAILARLE
PCT
7600 Airport
APPROP
ADJSTNTS
BUDGET
YTD ACTUAL
ENCUMBRANCES
BUDGET
USED
76850110 469200
Tools
351
0
351
254.39
.00
96.61
72.5%
76850110 469210
First Aid/Safet
599
0
599
300.47
.00
293.53
50.6%
76850110 469360
Food and Bevera
0
0
0
152.76
.00
-152.76
100.0%'
76850110 473020
Non -Contracted
0
15,013
15,013
16,263.00
.00
-1,250.00
108.3%'
76850110 474240
Tractors
12,000
0
12,000
7,710.00
.00
4,290.00
64.3%
76850110 490040
Capital Project
0
114,975
114,975
114,975.00
.00
.00
100.0%
2020/10/040879
04/30/2020 GEN
114,975.00 REF SS/DB
4.30 CIP funding
TOTAL Airport
Operations
-98,342
232,082
133,741
122,999.61
.00
11,290.89
91.6%
TOTAL Airport
-98,342
232,082
133,741
122,999.61
.00
11,290.89
91.6%
TOTAL
REVENUES-463,020
86,500
-376,520
-367,285.70
.00
-9,234.30
TOTAL
EXPENSES 364,678
145,582
510,261
489,735.31
.00
20,525.19
PRIOR
FUND BALANCE
199,898.35
CHANGE
IN FUND BALANCE - NET OF REVENUES/EXPENSES
-122,999.61
REVISED
FUND BALANCE
22,998.74
Airport Commission Agenda & Inbnnation Packet
06/09/2020 10:51
ICITY OF IOWA CITY
IP 11
mthaxp
I YEAR-TO-DATE BUDGET REPORT
glytdbud
MAY DETAIL 2019
FOR 2020 13
JOURNAL DETAIL
2020 10 TO 2020 10
ORIGINAL TRANFRS/
REVISED
AVAILABLE PCT
APPROP ADJSTMTS
BUDGET
YTD ACTUAL
ENCUMBRANCES
BUDGET USED
GRAND TOTAL-98,342 232,082
133,741
122,999.61
.00
11,290.89 91.6%
" END OF REPORT - Generated
by Michael
Tharp "