HomeMy WebLinkAbout11-12-2020 Airport CommissionIOWA CITY AIRPORT COMMISSION
ELECTRONIC MEETING AGENDA
ZOOM MEETING PLATFORM
THURSDAY NOVEMBER 12, 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 i nternet by going to:
https://zoom.us/meeting/register/tJUkf-GgpzOtG90PXF3KQka vKbhas'KdIDR
If you are asked for a meeting ID, enter 919 8829 6719 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*
October 8, 2020
3. Public Discussion - Items not on the agenda 5 min
4. Items for Discussion / Action:
a. FAA/I DOT Projects: 20 min
i. Obstruction Mitigation
ii. Runway 25 Threshold Relocation
1. Consider a resolution approving Work Order #4 with Bolton & Menk for Runway
25 remarking and relighting, runway 25 phase 1 pavement repairs, and runway
12-30 AG I S approach survey
2. Consider a resolution approving Work Order #5 with Bolton & Menk for AGIS
Survey for Runway 12/30
iii. Fuel Farm Expansion and card reader kiosk replacement
iv. FFY22 FAA Airport Improvement Program (AIP) Pre -Application
b. Airport "Operations" 30 min
i. Management
1. Solar Power Installation project
ii. Budget
1. Consider a resolution approving amendment 1 to Consultant Agreement with
FUEL Inc. for website maintenance
iii. Events
c. FBO / Flight Training Reports 10 min
i. Jet Air
d. Commission Members' Reports 2 min
e. Staff Report 2 min
5. Set next regular meeting for December 10, 2020
6. Adjourn
*The times listed in the agenda are the anticipated duration of that particular agenda item. The actual
discussion may take more or less time than anticipated
if you will need disability -related accommodations in order to participate in this program/event, please
contact Michael Tharp, Airport Manager, at 319-356-5045 or at michael-tarp @io wa-city orcg. Early
requests are strongly encouraged to allow sufficient time to meet your access needs.
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 1 of 92
October 8, 2020
Page 1
MINUTES DRAFT
IOWA CITY AIRPORT COMMISSION
OCTOBER 8, 2020 — 6:00 P.M.
ZOOM MEETING PLATFORM
Electronic Meeting (Pursuant to Iowa Code section 21.8)
An electronic meeting was held because a meeting in person was impossible or
impractical due to concerns for the health and safety of commission members,
staff and the public presented by COVID-19.
Members Present: Warren Bishop, Scott Clair, Christopher Lawrence, Hellecktra Orozco,
Judy Pfohl
Staff Present: Eric Goers, Michael Tharp
Others Present: Matt Wolford, Carl Byers, Kitzy Lemke
RECOMMENDATIONS TO COUNCIL: (to become effective only after separate Council
action
None.
DETERMINE QUORUM:
The meeting was called to order at 6:00 P.M.
APPROVAL OF MINUTES:
The minutes of the September 10, 2020, meeting were reviewed by Members. Pfohl moved to
accept the minutes of the September 10, 2020, meeting as presented. Clair seconded the
motion. The motion carried 5-0.
PUBLIC DISCUSSION: None.
ITEMS FOR DISCUSSION/ACTION:
a. FAA/I DOT Projects
i. Obstruction Mitigation — Tharp stated that they are wrapping up the
final touches of the phase one work. They have a walk-through with the
contractor scheduled for Tuesday morning. Next steps will include
accepting the project as complete. Phase two of the project is coming
together, with the bid process starting next month.
ii. Runway 25 Threshold Relocation — Tharp noted that he needs to have
Members defer this resolution, as they are not quite ready to proceed
here. He reviewed the upcoming work, which includes remarking and
relighting, pavement repairs, and some minor patching as needed. The
AGIS approach survey on 12-30 is also part of this work order.
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 2 of 92
October 8, 2020
Page 2
1. Consider a resolution approving Work Order #4 with Bolton &
Menk for Runway 25 remarking and relighting, runway 25
Phase 1 pavement repairs, and runway 12-30 AGIS approach
survey — Deferred 5-0.
iii. Fuel Farm Expansion and card reader kiosk replacement — Tharp
stated that for the most part everything has been completed here. They
will be doing a fuel soap test, after which they hope to put the tank into
everyday use.
b. Airport Operations
Management
1. Trail along Riverside Drive — Tharp stated that he had further
conversations with the City regarding the Commission's desire to
do something here. He added that Engineering is doing a cost
estimate on the section to the north, but one of the downsides to
such a project is that Traffic is saying the intersection needs
improvement at Riverside Drive, in order for people to cross
safely. Members continued to talk about the possibility of a trail
and what road blocks they may encounter.
2. Reserve Center building — Tharp stated that the National Guard
is expected to make a claim on the reserve building. From what
he has been able to find out, the Guard will take over the lease,
with the possibility of requesting to rent more land.
ii. Budget
1. FY22 Budget Submittal — Tharp noted that the FY22 budget
cycle process has begun. He briefly explained the City's process,
and what each department is expected to do. The Airport budget
is highly dependent on charge -backs from other departments and
he briefly explained those. Continuing, Tharp noted that the FY22
budget is expected to follow pretty much the same pattern. He
then responded to Member questions.
iii. Events — Tharp stated that the Summer of the Arts event may not occur,
depending on weather. The Dance Iowa group will be having a
performance/contest in front of Jet Air's hangar, on the concrete area,
next week. No other events have been planned at this time.
1. Summer of the Arts Drive -In Movies — Oct 9
2. Dance Iowa — Oct 17
C. FBO / Flight Training Reports
i. Jet Air — Matt Wolford reviewed the monthly maintenance reports.
Mowing is starting to wrap up. There has still been some storm cleanup
and trees debris that is getting addressed. Looking at the Jet Air
business side, the weather has been good so training has picked up.
Maintenance is also staying busy, and fuel sales have picked up some as
well.
d. Commission Member Reports — It was noted that in the subcommittee budget
discussion, there was an informal discussion about a solar plan for the Airport.
The savings in utility bills was discussed briefly as well.
e. Staff Report — None.
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 3 of 92
October 8, 2020
Page 3
SET NEXT REGULAR MEETING FOR:
The next regular meeting of the Airport Commission will be held on Thursday, November 12,
2020, at 6:00 P.M. via the Zoom meeting platform.
ADAMIRW
Pfohl moved to adjourn the meeting at 6:31 P.M. Lawrence seconded the motion. The motion
carried 5-0.
CHAIRPERSON DATE
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 4 of 92
October 8, 2020
Page 4
Airport Commission
ATTENDANCE RECORD
2020
TERM
j
O
Q
NW
Q
Q
�
Q
0
O
Q
00
Q
W
0
NAME
j
Q
0
Nco
0
N
N
NEXP.
W
j
0
0
0
Q
0
0
Warren
06/30/22
O
O
O
Bishop
X
X
/
/
X
X
X
X
X
X
/
X
E
E
E
Scott Clair
06/30/23
X
X
X
X
X
X
X
X
X
X
X
X
Christopher
07/01/21
O/
O/
X
X
X
X
X
X
X
X
X
X
Lawrence
E
E
Hellecktra
06/30/24
N
N
N
N
N
N
N
NM
X
X
X
X
O rozco
M
M
M
M
M
M
M
Judy Pfohl
06/30/22
X
X
X
X
X
X
X
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 & Info Packet
Meeting Date: November 12, 2020
Page 5 of 92
Prepared by: Michael Tharp, operations Specialist, 1801 S. Riverside ❑r, Iowa City IA 52246 319-350-5045
Resolution number
Resolution approving project Work Order No. 4 with Bolton
& Menk, Inc. for professional services related to the
Runway 25 Threshold relocation and Runway 7125 East
End Pavement Rehab.
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, 2 and 3; and
Whereas, the Commission and Bolton & Menk, Inc., now desire to enter into Work order No. 4,
a copy of which is attached; and
Whereas, it is in the best interest of the Commission to enter into Work order No. 4.
Now, Therefore, be it resolved by the Airport Commission of the City of Iowa City:
'I. The Chairperson is authorized to sign, and the Secretary to attest, the attached Work
Order No. 4.
Passed and approved this day of
Chairperson
Attest:
Secretary
It was moved by and seconded by
adopted, and upon roll call there were:
Ayes
Nays
lKiyn
Ap d by
City Attorneys Office
Absent
the Resolution be
Bishop
Clair
Lawrence
orozco
Pfohl
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 6 of 92
Iowa City Municipal Airport October 2020
WORK ORDER #4
TO
PROFESSIONAL SERVICES CONTRACT
(DESIGN, BIDDING, CONSTRUCTION AND GRANT ADMINISTRATION
SERVICES)
AIP No 3-19-0047-030
TASK 1: RUNWAY 25 PHASE 3: THRESHOLD RELOCATION
TASK 2: RUNWAY 7/25 EAST END PAVEMENT REHAB
IOWA CITY MUNICIPAL AIRPORT
IOWA CITY, IOWA
BETWEEN: Iowa City Airport Commission (CLIENT)
AND: Bolton & Menk, Inc. (CONSULTANT)
EFFECTIVE DATE: October 8, 2020
RECITALS
L Client operates the Iowa City Municipal Airport (FAA Identifier IOW) located in Iowa City, Iowa.
2. This is Work Order No. 4 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 Design, Bidding, Construction and Grant Administration Services
for the Iowa City Municipal Airport (herein referred to as the Project).
TASK 1: RUNWAY 25 PHASE 3: THRESHOLD RELOCATION
The 808 foot displaced threshold is no longer necessary on the Runway 25 end due to the change in
critical design aircraft. Therefore, this project will shift the runway threshold to the east to gain an
additional 708 feet of takeoff and landing distance for pilots using Runway 25. This work will include
relocating PAPI and REIL's, coordination of flight check for PAPI, pavement marking removal and
H:\lACYlA\T5ll225l3\0—Relocate Threshold and Rehab Runway 725\A Project Management\IOW 122513 WO No 4 v2.doc
Page 1 of 16
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 7 of 92
Iowa City Municipal Airport October 2020
install new pavement markings, runway and taxiway lighting removal and install new runway and
taxiway lighting.
TASK 2: RUNWAY 7/25 EAST END PAVEMENT REHAB
The existing eastern section of Runway 7/25 was reconstructed in 2008. Many pavement joints are in
need of replacement and resealing. There is also existing corner spalling of concrete panels, corner
breaks and cracked panels. Pavement maintenance on these areas will preserve pavement life.
Completing of this work in conjunction with the Runway 25 threshold relocation which included re-
marking the runway, will prevent required re -marking of the areas disturbed during patching and sealing
operations.
I.A. BASIC SERVICES
Task 1 and Task 2 will be considered separate projects with separate and independent bids and separate
contractors. The Basic Services for both Task 1 and Task 2, are similar but will be completed
independently, to be provided by the CONSULTANT are as follows:
1. DESIGN & BID ADMINISTRATION
I.I. Project Scoping
Consultant shall confer with the Sponsor on, and ascertain, project requirements, finances,
schedules, and other pertinent matters and shall meet with FAA if needed and other
concerned agencies and parties on matters affecting the project and shall arrive at a mutual
understanding of such matters with the Sponsor. Meetings with the Sponsor shall also
determine the need for topographical surveying and pavement/geotechnical testing. It is
anticipated that there will be a maximum of 1 meeting with the Sponsor and/or the FAA, to
review funding eligibility and project limits.
1.2. Project Meetings and Coordination with Sponsor, and FAA, etc. Consultant shall coordinate
with the subconsultants, sponsor and FAA and other applicable agencies to complete the
work elements in Phase 1.
1.2.1. The task includes one meeting at the Airport, attended by the Project Manager. The
Consultant will prepare for and conduct up to two (2) meetings with the Airport
Sponsor to present the findings of the design phase and alternatives and
recommendations for the project. The result of the meeting(s) will be agreed upon
project design parameters to proceed forward with final construction documents.
1.2.2. Coordination with FAA and Local agencies, subconsultants, etc. The Consultant
shall coordinate project parameters and criteria with project stakeholders, including
the FAA and Sponsor, and Project Manager.
1.2.3. This task includes one progress meeting per week to be held, one -hour in duration,
with all design team members through the duration of the design phase.
1.3. Topographical Surveying
1.3.1. Coordination to collect existing data and locate utilities. This task includes data
collection, as -built plan set review, and research of available existing survey
information in order to gather information on existing topography and utilities. This
also includes coordination for field utility locates with the Sponsor and the FAA.
H:\lACYlA\T5ll225l3\0_Relocate Threshold and Rehab Runway 725\A Project Management\IOW 122513 WO No 4 v2.doc
Page 2 of 16
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 8 of 92
Iowa City Municipal Airport October 2020
1.3.2. Survey control. Survey control will be established and used for design surveys. The
Consultant will provide a drawing showing the location of the existing or established
control for the project and perform necessary bench loop and traverse procedures to
verify accuracy of vertical and horizontal control points. If applicable, the Consultant
will establish runway end coordinates and centerline alignments and tie these into the
project survey control. One trip will be required for a two -person survey crew to
establish survey control for the project.
1.3.3. Field work. Survey work will include all utilities; pavement center, edges, and
intermediate shots; ground shots; lights; signs; drainage structures; and electrical duct
markers and hand holes. It is anticipated that the field work will require five trips to
the airport by a two -person survey crew.
1.3.4. Convert survey data for design software. This work includes analyzing the
topographical surveying data and preparing the data for use with computer modeling.
Included are the following separate tasks:
o Establish design coordinate plan with Sponsor/State to be used for CADD
drawings
o Input raw survey data into the computer program in order to sort data into
company standard layers for efficient analyzing
o Verify survey data from previous project with latest field survey
o Sort all data points by layers and description for computer modeling
o Verify surveyor horizontal and vertical control
o Prepare digital terrain model (DTM) of existing ground contours, pavement
edges, roadways, electrical equipment, drainage features, buildings, fences and
other miscellaneous entities
o Generate three-dimensional contour model from the DTM.
o Prepare and process data for pavement profiles, grading and/or paving cross
sections, and drainage features
1.4. Aeronautical Survey
Unmanned Aerial Vehicles (UAVs) will be used to collect low altitude photography of the
project area. These photographs will be processed into ahigh-resolution orthorectified
imagery using photogrammetric techniques and software. All fights will be conducted by a
Federal Aviation Administration (FAA) certified Remote Pilot Airman with a Small
Unmanned Aircraft System rating and will be conducted in compliance with 14 CFR Part 107
(Small Unmanned Aircraft Regulations). Bolton & Menk has a team of experienced pilots
that follow industry standards and best practices to ensure data quality. This data will be used
to review and account for the crack repairs needed.
1.5. Geotechnical Investigation (Not Required for this Project)
1.6. Project Layout Sheet
H:\lACYlA\T5ll225l3\0_Relocate Threshold and Rehab Runway 725\A Project Management\IOW 122513 WO No 4 v2.doc
Page 3 of 16
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 9 of 92
Iowa City Municipal Airport October 2020
Consultant shall complete a project layout sheet that will depict the proposed improvements.
Part of the preliminary phase.
1.7. FAA Pavement Design Report and Form 5100 (Not required for this project)
1.8. Construction Safety and Phasing Plan (CSPP)
Consultant will complete FAA Form 7460-1 and the Construction Safety and Phasing Plan
(CSPP), through FAA's Obstruction Evaluation /Airport Airspace Analysis (OE/AAA)
website portal. The 7460 form and CSPP will be prepared according to current FAA
Guidelines.
1.9. Modification of Airport Design Standards
As needed, the Consultant will prepare a Request for Modification of Federal Construction
Standards if found to be necessary for the project. Mod to Standards will discuss
modifications required under the Bid Packages. Mod to Standards will be submitted to the
Sponsor for acceptance. This document will be forwarded to the FAA for approval along
with final plans, contract documents, specifications and the Pavement Design Report (if
required).
1.10. Prepare Preliminary Plans, Specifications and Cost Estimate
Preliminary plans will be prepared for the Project. The plan sheets will be limited to those
sheets necessary to carry -out the construction of the proposed project: Runway 7/25 East End
Pavement Maintenance. The following list of drawings will be used as a guideline. Additional
drawings may be added during the design phase, if required.
General:
G-001 Cover Sheet, Sheet Index & Symbols
G-003 General Notes
G-021 Project Layout Plan
G-041 Survey Control Plan
G-061 Project Quantity Tables
G-081 Construction Operations &Phasing Plan
Geotechnical:
Civil:
General
C-001
Civil Legend
Froc7ke,
G
G 031
C�
---
C-051
Demolition Plans
C-061
Demolition Details
C-081
Geometrics
H:\lACYlA\T5ll225l3\0_Relocate Threshold and Rehab Runway 725\A Project Management\IOW 122513 WO No 4 v2.doc
Page 4 of 16
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 10 of 92
Iowa City Municipal Airport October 2020
Site
C-091 Existing Contours
C_�n1 v� ,
C-301 Typical Sections
C-311 Paving Details
C-312 Project Layout
C-341 Jointing Details
Storm Sewer
Marking
C-651 Marking Plans
C-671 Marking Details
401 !r i CM i4PCX Tlo%♦n;�c+
— — — ——p-----p —11
-- --
Electrical:
E-101
Electrical Removals Plan
E-201
F z n 1
1-i Z 1 1
X
Electrical Layout Plan
�v;,-, c; �r n o v1 ar
Dr�s��r�� C,nr
A-TrTTTLsTT .
1
171
'CTL _
E-501
C , CX:M T o no:n d
i
Wiring Diagrams
E-601
Electrical Details
E-701
NAVAIDS Details
1.10.1. Prepare Preliminary Specifications
1.10.2. The Consultant will assemble technical specifications necessary for the intended
work. Standard FAA specifications will be utilized where possible. Additional
specifications will be prepared to address work items or materials not covered by
H:\lACYlA\T5ll225l3\0—Relocate Threshold and Rehab Runway 725\A Project Management\IOW 122513 WO No 4 v2.doc
Page 5 of 16
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 11 of 92
Iowa City Municipal Airport October 2020
FAA specifications.
1.10.3. Prepare preliminary technical specifications
1.10.4. This work includes the preparation of standard and supplemental specifications,
necessary to establish the construction requirements of the project. Standard
specifications will be assembled and reviewed for relevancy to the project. In
addition, supplement specifications will be included, where deemed necessary.
1.10.5. Prepare preliminary contract documents
The Consultant will prepare the preliminary contract documents including invitation
for bids, instruction to bidders, proposal, equal employment opportunity clauses,
construction contract agreement, performance bond, payment bond, Federal
Requirements, Preliminary Bid Schedule, Wage Rates, and general provisions.
Preparation will include establishing the location for the bid opening, dates for
advertisement, and description of the work schedule. Preliminary contract documents
will be prepared as early as possible during the design phase and submitted to the
Owner for review by the Owner. Also review and incorporate the Sponsor's general
provisions and contract clauses, as required.
1.10.6. Prepare preliminary special provisions
The Consultant will prepare Special Provisions to address, or expand on, conditions
that require additional clarification.
1.10.7. 90% Review Set
Following the completion of the preliminary plans and specifications, the Engineer
will submit a set of drawings and specifications to the Sponsor for their review. The
project will be reviewed with the FAA to obtain their concurrence with the
preliminary design.
1.10.8. Prepare Preliminary Cost Estimate
Calculate estimated preliminary quantities for the various work items. Quantities will
be consistent with the specifications and acceptable quantity calculation practices.
Consultant will then use recent bid prices and industry standards to prepare a
preliminary cost estimate.
1.11. Prepare Final Plans and Specifications and Cost Estimate
1.11.1. A final set of plans, specifications and contract documents will be prepared which
incorporates revisions, modifications and corrections determined during the
Sponsor's review of the 90% submittal.
1.11.2. Prepare Final Cost Estimate
Using the final quantities calculated following the completion of the plans and
specifications, the Consultant will prepare the construction cost estimate. The
estimate will be based on information obtained from previous projects, contractors,
material suppliers, and other databases available.
1.12. Prepare Construction Management Plan (Not required for this project)
1.13. Prepare Disadvantaged Business Plan (DBE)
DBE Plan Update: This is applicable for project(s) that fall within a grant year which in
H:\lACYlA\T5ll225l3\0—Relocate Threshold and Rehab Runway 725\A Project Management\IOW 122513 WO No 4 v2.doc
Page 6 of 16
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 12 of 92
Iowa City Municipal Airport October 2020
Airport uses at least $250,000 in Federal funds for services that can be completed by
Disadvantaged Business Enterprise (DBE) firms. Total DBE eligible costs (prime contracts)
estimated to be completed is expected to exceed $250,000 with this project, thus an updated
DBE program is required.
The CONSULTANT will update the Disadvantaged Business Enterprise (DBE) program in
accordance with 49 CFR Part 26 Participation by Disadvantaged Business Enterprises in
Department of Transportation Financial Assistance Programs. Specific tasks will include:
o The CONSULTANT will review the methodology for evaluating the availability of
DBE businesses to provide services and products for airport projects for the next
three (3) Federal fiscal years.
o The CONSULTANT will review the airport's service area by analyzing the
utilization of DBE businesses on previous airport projects.
o The CONSULTANT will prepare a legal advertisement describing the revised DBE
utilization goal and methodology.
o The CONSULTANT will deliver the advertisement to the CLIENT to publish in one
(1) newspaper as a public notice to provide a public comment period.
o The CONSULTANT will submit the DBE program to the FAA Office of Civil Rights
for review and comments.
The CONSULTANT will complete one (1) annual report to FAA Office of Civil Rights as
required to report actual DBE accomplishments on the project.
1.14. Prepare Advertisement for Bids and Bid Documents
Consultant shall prepare, reproduce and distribute a total of 10 sets of bidding documents for
the project. Consultant will submit a copy to the Sponsor for distribution to the local and
selected publications of the pending project. The Sponsor shall pay for the associated cost of
advertising. In addition, electronic copies of the bid documents will be made available for
download through the Quest Construction Document Network website (QuestCDN). The
consultant will also keep a current list of plan holders and distribute this to interested parties
upon request. This task includes coordination required to facilitate these requests.
1.15. Respond to Bidders Questions
During the bidding process, the Consultant will be available to clarify bidding issues with
contractors and suppliers, and for consultation with the various entities associated with the
project. This item also includes contacting bidders to generate interest in the project.
1.16. Prepare and Distribute Addendums
Consultant shall issue addenda as appropriate to interpret, clarify, or change the bidding
documents as required by the Sponsor or the FAA. Addenda will be made available to the
plan holders either through mail, electronic mail, hand delivering or via facsimile
transmission. Any addenda that are generated as a sole result of the Sponsors error or
omission will be considered as extra services and the Consultant shall be reimbursed for this
effort as an amendment to this contract.
H:\lACYlA\T5ll225l3\0—Relocate Threshold and Rehab Runway 725\A Project Management\IOW 122513 WO No 4 v2.doc
Page 7 of 16
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 13 of 92
Iowa City Municipal Airport October 2020
1.17. Bid Opening
The Consultant will attend the bid opening.
1.18. Bid Review and Bid Tabulation
Consultant shall advise Board as to the acceptability of any subcontractors, suppliers, and
other persons and organizations proposed by the bidders and as to the acceptability of
substitute materials and equipment proposed by bidders. The Consultant shall prepare a
spreadsheet that includes all bid items for the purpose evaluating the lowest bidder. The
Consultant shall input the as -bid unit prices into the spreadsheet and to verify mathematical
computations of the bids. The Consultant will then provide recommendations to the Sponsor
as to the name of the Apparent Low Bidder.
1.19. Prepare Recommendation for Award
The Consultant will prepare a recommendation of award for the Sponsor to accept or reject
the bids as submitted. If rejection is recommended, the Consultant will supply an explanation
for their recommendation and possible alternative actions the Sponsor can pursue to complete
the project. Once the Contract Award is made the Consultant will distribute the bid
tabulations on request of the Sponsor.
1.20. Prepare Grant Application
The Application may be prepared after the project design has been completed and the bids
accepted, or the FAA may require the Application to be completed early during the design
phase. Preparation of the Application will include the following:
o Prepare Federal Grant Preapplication Checklist
o Prepare FAA Form 5100-100 including Program Narrative, discussing the Purpose and
Need of the Work and the Method of Accomplishment
o Prepare Project Schedule
o Prepare Project Costs Estimate and Funding Summary
o Prepare Exhibit
o Prepare Certification for Economic Necessity for Routine Pavement Maintenance
Projects (Appendix A)
o Obtain photographs of project site to be submitted with application.
The Consultant will submit the Application to the Sponsor for approval and signatures. After
obtaining the necessary signatures, the Sponsor will forward the signed Application to the
FAA for further processing.
1.21. Environmental Review (Not Required for this Project)
The FAA issued a Finding of No Significant Impact and Record of Decision (FONSI/ROD)
on 7-13-18 pursuant to FAA Order 1050.1F as it relates to the National Environmental Policy
Act (NEPA). Please refer to the FONSI/ROD for mitigation measures to be included in the
project design and/or construction as appropriate. The sponsor understands and agrees to
complete the mitigation measures to standards satisfactory to the FAA. It is further mutually
agreed that the reasonable cost of completing these mitigation measures is an allowable cost
within the scope of this project.
H:\IACYIA\T51122513\0_Relocate Threshold and Rehab Runway 725\A Project Management\IOW 122513 WO No 4 v2.doc
Page 8of16
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 14 of 92
Iowa City Municipal Airport October 2020
2. CONSTRUCTION ADMINISTRATION
2.1. Pre -Construction Meeting
Consultant will arrange for and conduct the pre -construction meeting. The Project Manager
and the Resident Engineer will establish this meeting to review Local and Federal Aviation
Administration (FAA) and project specific requirements prior to commencing construction.
The meeting will be conducted at the Airport and will include the Sponsor/Owner,
Subconsultants, FAA (if available), Contractor, Subcontractors and utility companies. This
task will include:
o Scheduling the meeting, sending invitations, providing meeting materials and pre -
meeting exhibit and material preparation.
o Obtain and review the project construction schedules from the contractor or contractors
prior to presentation at the preconstruction meeting. The Owner should be provided
copies of all construction schedules.
o Prior to preconstruction meeting, furnish the name of the Project Engineer with
qualifications for approval by the Owner. Project Engineer means Engineer as defined
in Section 10 (Section 10-18) of the General Provisions of the construction documents.
o Preside at the preconstruction meeting, prepare a detailed record of the meeting and
submit to the Owner and all participants.
o Provide Contractor with a list of required submittals to be provided by Contractor and
discussed at the meeting.
o Provide Contractor with additional copies of Construction Documents and digital data
(Project Drawings) as requested.
2.2. Initial Construction Layout
The Consultant will perform initial survey work to establish construction limits, survey
control, locations of barricades or construction signs. The construction control/verification
survey subtask will include a survey crew to establish construction field control for the
project. This will include establishment of horizontal and vertical control and construction
staking as per the Project Manual.
2.3. Prepare Construction Management Plan (QAMP) [Only needed if the paving costs for the
project is greater than $250,000] (Not required for this project)
2.4. Prepare Contract Manuals
The Consultant is required to check that the construction contracts are in order, verify
Contractor has met DBE goals (or made valid good faith effort), Contractor has provided
proof of insurance, the bonds have been completed, and the Owner, Contractor and applicable
Agencies has been provided with adequate copies of the executed Contract Manual to include
the Agreement and all addenda.
The Contract Documents will be updated to include all addenda items issued during bidding
as necessary and adequate copies provided to the Contractor. Clerical will prepare the
quantity sheets, field book, testing sheets, construction report format, etc. for use by the RPR.
2.5. Construction Management Services
H:\lACYlA\T5ll225l3\0_Relocate Threshold and Rehab Runway 725\A Project Management\IOW 122513 WO No 4 v2.doc
Page 9 of 16
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 15 of 92
Iowa City Municipal Airport October 2020
The Consultant will provide Construction Administration Services the scope of which is
based on the following:
o The Consultant and Client agree that construction engineering services furnished shall be
to the extent necessary to determine compliance with plans and specifications,
including necessary general supervision of Resident Project Representative Services
authorized by the Client.
o The Consultant and Client agree that the Construction Engineering Services provided by
the Consultant may be required to continue and exceed beyond the construction time
element stated in the Client's agreement with the construction Contractor. When the
extent of these construction services beyond the control of the Consultant occurs, the
Client agrees that Consultant will be reimbursed for additional Construction
Engineering Services in excess of the specified construction time period at a mutually
acceptable fee negotiated at the time all the pertinent circumstances are known.
o Nothing herein shall be construed as imposing upon the Consultant's responsibility for
the construction means, methods, techniques, sequences, safety programs, and
procedures used by contractors.
o The Consultant agrees that Resident Project Representative services furnished under this
Contract shall be to observe the work and to determine compliance with the plans and
specifications, including representing the Client in coordination of construction
activities among contractors and between contractors and utilities, and to accommodate
the reasonable requirements of the Client on and around areas of construction.
o When the Consultant is on the site, documentation will be maintained regarding
construction progress and delays, quantities and percentages of work, tests performed,
observations made and work accepted, problems encountered and instructions given to
contractors, field changes and adjustments approved, and other records required or
otherwise necessary to maintain a record of the work.
The Consultant agrees to provide Construction Administration Services that include the
following:
2.5.1. Check and monitor construction activities and certify that all project work
completed under observation of the Resident Project Representative is in substantial
compliance with the plans, specifications and contract documents including any
modifications by Change Order or otherwise, that all required tests were performed,
and that such work is recommended for acceptance.
2.5.2. Provide interpretation of plans and specifications as requested.
2.5.3. Supervise and coordinate Subconsultant contracts for field observation and testing.
2.5.4. Review shop drawings and certificates submitted by contractors for compliance with
design concepts, as required by the applicable sections of the technical specifications.
2.5.5. Review all periodic and final pay requests and explanation of variation between
Contract and final quantities prepared by Resident Project Representative.
Coordinate Contractor approval and signature and submit to Client for approval.
2.5.6. Review weekly Construction Progress and Inspection Reports (FAA Form 5370-1) as
prepared by Resident Project Representative and submit to Owner and applicable
Agencies.
H:\lACYlA\T5ll225l3\0—Relocate Threshold and Rehab Runway 725\A Project Management\IOW 122513 WO No 4 v2.doc
Page 10 of 16
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 16 of 92
Iowa City Municipal Airport October 2020
2.5.7. Prepare, review and process Field Orders, Change Orders to include a cost estimate,
cost/price analysis, record of negotiations, review and evaluation of "Contractor's
Request for Extension of Contract Time" and make recommendations regarding
approval to the Client. Notify the Contractor that no work can start until approved
by the Client.
2.5.8. Coordinate and meet with the Client for consultation and advice during construction
to include conducting construction progress meetings. Coordinate with Owner's
Representative including:
o Review and evaluate "Contractor's Request for Extension of Contract Time" and
submit recommendations to the Client.
o Meet with the Client for consultation and advice during construction.
2.5.9. Coordinate on -site inspections of construction as requested. Make recommendations
for acceptance or modification of work
2.5.10. Monitor that all testing required by the specifications is performed. Review and
approve all materials reports prepared by the Resident Project Representative and/or
Subconsultants.
2.5.11. Maintain record drawings from redline or working drawings prepared by Resident
Project Representative as accumulated during the course of construction to show
"Record Drawing" conditions.
2.5.12. Retain and review payroll reports of each contractor and subcontractor and monitor
Contractor's compliance with paying employees as per established Federal Prevailing
Wages and/or Federal Davis Bacon requirements.
2.5.13. Monitor Contractor's compliance with Disadvantaged Business Enterprise (DBE)
program (i.e. determine that the firms on the job are as stated in the plan.
Determine that the volume of work and equipment used complies with the plan.)
Report deviations to the Sponsor.
2.6. Resident Project Representative (RPR)
The Client as part of this agreement authorizes Resident Engineering Services and the
Consultant agrees to provide a Resident Project Representative, materials acceptance testing,
and staking services in the execution of the Construction Engineering Services for the project
work. The Client and Consultant agree that the Consultant may employ the Resident Project
Representative on other work during periods of temporary job shutdown when such services
are not required by this project. Normally, the Resident Project Representative will give
intermittent part-time service on this project when construction is in progress to include
temporary interruptions due to weather or mechanical failure.
For this Project Part -Time Resident Project Representative services will be provided. It is
anticipated the Project will be completed within the following working days:
TASK 1: Runway 25 Phase 3 Threshold Relocation 16 Working Days.
TASK 2: Runway 7-25 East End Pavement Rehab 10 Working Days
H:\lACYlA\T5ll225l3\0_Relocate Threshold and Rehab Runway 725\A Project Management\IOW 122513 WO No 4 v2.doc
Page 11 of 16
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 17 of 92
Iowa City Municipal Airport October 2020
Resident Project Representative Services shall be completed in accordance with the attached
Exhibit I- I, and shall include, but are not limited to, the following:
2.6.1. Coordinate with the Testing Subconsultant to perform acceptance tests required to be
provided by the Client in the construction Contract Documents.
2.6.2. Coordinate with Contractor regarding schedule, work progress, quality of work, and
notify contractor of equipment and methods which do not comply with the Contract
requirements. The Resident Project Representative shall notify the Client in the vent
that the Contractor elects to continue the use of questioned equipment and methods.
Conduct wage rate interviews and provide to Project Engineer.
2.6.3. Maintain daily records of the Contractor's progress and activities during construction,
to include progress of all work. These records document work in progress, quality
and quantity of materials delivered, test locations and results, instructions provided
the Contractor, weather, equipment use, labor requirements, safety problems, and
changes required.
2.6.4. Evaluate and discuss potential Field Orders and Change Orders with the Contractor
as necessary.
2.6.5. Evaluate possible material substitutions as requested by the Contractor.
2.6.6. Prepare, process and distribute to Project Engineer weekly Construction Progress and
Inspection Reports (FAA Form 5370-1).
2.6.7. Measure and compute as -built quantities of all materials incorporated in the work and
items of work completed and maintain an item record account.
2.6.8. Prepare periodic Pay Requests for review by the Project Engineer and Contractor.
2.6.9. Monitor the contractor's compliance with airport operations to include coordination
with airport manager, hangar owners and airport users and with the Construction
Safety Phasing Plan (CSPP).
2.6.10. Attend and participate in construction progress meetings.
2.6.11. Coordinate the necessary construction staking/layout schedule as needed by the
Contractor.
2.6.12. Perform other services as reasonably required by the Client and as outlined in the
Contract Documents.
2.7. Final Inspection and Documentation
2.7.1. Final Inspection
The Consultant will schedule and conduct a final inspection with the Sponsor,
Contractor and FAA representatives to determine whether the project has reached
substantial completion and the work is in accordance with the plans and
specifications. The Consultant will document items found to be deficient.
2.7.2. Final Punch List
The Consultant will prepare a punch list correspondence including the deficient items
and will forward this correspondence to the Contractor requiring correction of the
items and request a schedule for completion. The Consultant will send a copy to the
Sponsor and include a copy in the Grant Closeout Report.
H:\lACYlA\T5ll225l3\0_Relocate Threshold and Rehab Runway 725\A Project Management\IOW 122513 WO No 4 v2.doc
Page 12 of 16
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 18 of 92
Iowa City Municipal Airport October 2020
2.7.3. Final Construction Certifications
2.7.4. Once all the punch list items have been completed to the satisfaction of the Sponsor
and FAA, the Consultant will prepare a Certification of Construction Acceptance for
the project. This certification will also be included in the Grant Closeout Report.
Assemble documentation for the project closeout report once the project is complete.
This will include gathering all construction documentation, supplemental agreements
(if applicable), weekly reports, pay requests, testing result summaries, final
certification documentation, and change orders in preparation for closeout.
2.8. As -Built Plans and Equipment Manuals and Materials Book
2.8.1. The project team will collaboratively assemble a set of as -built plans for the project.
The as -built plans will include field constructed conditions included as part of this
Project including any field surveying required to compute final quantities and the
drawings will become record information. The Consultant shall provide Owner with
two (2) sets of reproducible "Record Drawings" in both digital and hardcopy format.
2.8.2. The project team will collaboratively assemble equipment manuals and materials
book for the Project. The materials book will include an accounting for all quality
acceptance testing performed as part of this project. This will include a summary of
passing tests as well as failing tests and corrective measures taken to in order to
achieve satisfactory results. Two copies of these documents will be distributed to
Owner.
2.9. Prepare Construction Management Report (Not required for this project)
2.10. Update Airport Layout Plan
CONSULTANT shall update the Airport Layout Plan (ALP) to depict as -built conditions as
a result of the project. These will include updating sheets as required to reflect the work
completed on Task 1 Runway 25 Threshold Relocation and Task 3 AGIS Approach. This
will include Sheets 1-3 and 5-8. The CLIENT will then submit a PDF copy to FAA for
review and comment. CONSULTANT will address the comments received from the FAA
one time and print four (4) hard copies of the ALP will be produced for CLIENT and FAA
signature.
2.11. Project Closeout
Prepare the closeout documentation in accordance with the AIP Sponsor Guide Section 1600.
The CONSULTANT may 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:
a. Sponsor Cover Letter
b. Final Project Cost Summary
c. Final SF-271 Form, Outlay Report and Request for Reimbursement for Construction
Proj ects
d. Final SF-425 Form, Federal Financial Report
e. Final Construction Report
f. Record Drawings
H:\IACYIA\T51122513\0_Relocate Threshold and Rehab Runway 725\A Project Management\IOW 122513 WO No 4 v2.doc
Page 13 of 16
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 19 of 92
Iowa City Municipal Airport October 2020
Assemble documentation for the project closeout report once the project is complete. This
will include gathering all construction documentation, supplemental agreements (if
applicable), weekly reports, pay requests, testing result summaries, final certification
documentation, 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 Airport and
FAA for review, and preparation of final documents for Airport 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 under Section I.A. shall not be considered part
of the Basic Services and may be authorized by the Sponsor as Additional Services. 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. Any construction surveying required for the Project.
3. Additional geotechnical investigation required for the Project.
4. Hosting apre-bid meeting.
5. Update Airfield Signage Plans.
6. Additional Field Investigation required beyond those specified.
7. Completion of additional special studies not identified in Section I.A.
8. Periodic completion of grant reimbursement requests (i.e. Credit Applications).
9. Attendance of additional meetings beyond those identified in the above scope.
10. All other services not specifically identified in Section I.A.
H:\IACYIA\T51122513\0_Relocate Threshold and Rehab Runway 725\A Project Management\IOW 122513 WO No 4 v2.doc
Page 14 of 16
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020
Iowa City Municipal Airport
Page 20 of 92
October 2020
I.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 — Rwy 25 Phase 3: Threshold Relocation
A. Design and Bidding
B. Construction Administration
Task 2 — Runway 7/25 East End Joint Rehab
A. Design and Bidding
B . Construction Administration
TOTAL AUTHORIZED FEE
Estimated Federal Share (90%)
Estimated Local Share (10%)
The Lump Sum fee includes reimbursable expenses.
$4000.00 Lump Sum
$341000.00 Hourly Not To Exceed
$1913 00.00 Lump Sum
$131700.00 Hourly Not To Exceed
$1079000.00
$965300.00
$109700.00
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
Rwy 25 Phase 3: Threshold Relocation
October 2020 —August 2021
2
Runway 7/25 East End Joint Rehab
October 2020 —August 2021
H:\lACY1A\T5ll225l3\0—Relocate Threshold and Rehab Runway 725\A Project Management\IOW 122513 WO No 4 v2.doc
Page 15 of 16
Iowa City Municipal Airport
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020
Page 21 of 92
October 2020
I.E. AUTHORIZATION
0
Iowa City Airport Commission
Warren Bishop, Chair Date
Iowa City Airport Commission
Bolton & Menk, Inc.
By: 10/9/2020
Ronald A. Roetzel, P.E. Date
Aviation Services Manager
Attachments:
Exhibit I — Project Fee Breakdown
Exhibit II — Federal Contract Provisions for A/E Agreements
Approved: City Attorney's Office
H:\lACYlA\T5ll225l3\0—Relocate Threshold and Rehab Runway 725\A_Project Management\IOW 122513 WO No 4 v2.doc
Page 16 of 16
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 22 of 92
PROJECT FEE ESTIMATE
CLIENT:
Iowa City Municipal Airport
PROJECT:
TASK 1: Runway 25 Phase 3 Threshold Relocation
Task
Task Description
Sr. Eng.
Sr. Eng.
1
Design & Bid Administration
1.1
Project Scoping
4
8
1.2
Project Meetings and Coordination
4
12
1.3
Topographical Survey
0
0
1.4
Aeronautical Survey
0
0
1.5
Geetechneeal Investiga#&n
0
0
1.6
Project Layout Sheet
0
2
1.7
FAA Design RePOFt and POFFn 5100
0
0
1.8
Construction Safety and Phasing Plan (CSPP)
0
2
1.9
Modification of Airport Design Standards
0
2
1.10
Prepare Prelim. Plans, Specs., and Cost Est.
0
24
1.11
Prepare Final Plans, Specs., and Cost Est.
0
12
1.12
Drl1 aFe Construction Management P4
0
0
1.13
Prepare Disadvantaged Business Plan (DBE)
2
8
1.14
Prepare Advertisement for Bids and Bid Docs
0
4
1.15
Respond to Bidders Questions
0
8
1.16
Prepare and Distribute Addendums
0
4
1.17
Bid Opening
0
4
1.18
Bid Review and Bid Tabulation
0
4
1.19
Prepare Recommendation for Award
0
2
1.20
Prepare Grant Application
2
4
1.21
jEnviFenmentalReview, C TEX
0
0
Total Person Hours
12
100
Total Direct Labor Cost
$744.00
$5,200.00
Overhead
$1,590.15
$11,113.96
Subtotal Labor Cost
Fixed Fee x Subtotal Labor Cost
Total Task 1(Fixed Lump Sum)
Direct Expenses
Electrical Engineering
Total Expenses Task 1
Subtotal Task 1
DATE: 9/8/2020
PREPARED BY: RR/CB
Estimated
Person Hours Required
Totals
Design Eng.
Eng. Tech.
Surveyor
Planner
Admin.
0
0
0
0
0
12
8
0
0
0
0
24
0
0
12
0
0
12
0
0
8
0
0
8
0
0
0
0
0
0
8
0
0
0
0
10
0
0
0
0
0
0
8
0
0
0
0
10
4
0
0
0
0
6
50
0
0
4
0
78
24
0
0
0
0
36
0
0
0
0
0
0
0
0
0
0
8
18
0
0
0
0
4
8
4
0
0
0
0
12
4
0
0
0
0
8
0
0
0
0
4
0
0
0
0
2
6
0
0
0
0
0
2
6
0
0
0
2
14
0
0
0
0
0
0
116
0
20
4
16
268
$3,248.00
$0.00
$800.00
$128.00
$416.00
$10,536.00
$6,941.95
$0.00
$1,709.84
$273.57
$889.12
$22,518.59
$33,054.59
$4,958.19
$38,012.78
$2,000.00
$2,000.00
$40,012.78
ROUNDED TASK 1:
$40,000.00
Task
Task Description
Estimated Person Hours Required
Totals
Sr. Eng.
Sr. Eng.
Design Eng.
Eng. Tech.
Surveyor
Planner
Admin.
2
Construction Administration
2.1
Pre -Construction Meeting
0
4
4
0
0
0
0
8
2.2
Initial Construction Layout
0
2
4
0
0
0
0
6
2.3
fee -are Genstructien Management Plan (QAMP►
0
0
0
0
0
0
0
0
2.4
Prepare Contract Manuals
0
8
4
0
0
0
0
12
2.5
Construction Management Services
0
40
0
0
0
0
0
40
2.6
Resident Project Representative Services
0
0
0
0
0
0
0
0
Number of Days
0
4
16
0
0
0
0
Hours Per Day
4
4
4
4
4
4
4
Total Hours
0
16
64
0
0
0
0
80
2.7
Final Inspection and Documentation
0
4
8
0
0
0
0
12
2.8
As -Built Plans
0
4
12
0
8
0
0
24
2.9
Prepare Construction Management Report
0
4
8
0
0
0
0
12
2.10
Update Airport Layout Plan
0
8
24
0
0
8
0
40
2.11
Prepare Grant Application and Project Closeout
0
4
6
0
0
0
8
18
Total Person Hours
0
94
134
0
8
8
8
252
Direct Labor Rate
$62.00
$52.00
$28.00
$22.00
$40.00
$32.00
$26.00
Total Direct Labor Cost
$0.00
$4,888.00
$3,752.00
$0.00
$320.00
$256.00
$208.00
$9,424.00
Overhead
$0.00
$10,447.12
$8,019.15
$0.00
$683.94
$547.15
$444.56
$20,141.92
Subtotal Labor Cost
$29,565.92
Fixed Fee x Subtotal Labor Cost
$4,434.89
Total Task 2 (Cost Plus a Fixed Fee, NTE)
$34,000.80
Direct Expenses
Total Expenses Task 2
NONE
$0.00
Subtotal Task 2
$34,000.80
ROUNDED TASK 2:
$34,000.00
TOTAL PROJECT FEE
$74,000.00
H:\IACYIA\T51122513\0_Relocate Threshold and Rehab Runway 725\A_Project Management\1. RWY 25 PHASE 3 THRESHOLD RELOCATION\Task 1 Runway 25 Phase 3 Threshold
Relocation.xlsx
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 23 of 92
PROJECT FEE ESTIMATE
CLIENT:
Iowa City Municipal Airport
PROJECT:
TASK 2: Runway 7-25 East End Joint Rehab
Task
Task Description
Sr. Eng.
Sr. Eng.
1
Design & Bid Administration
1.1
Project Scoping
3
4
1.2
j Project Meetings and Coordination
3
8
1.3
T„ 3-egraphical Survey
0
0
1.4
Aeronautical Survey
0
2
1.5
Geetechnueal Investiga4en
0
0
1.6
Project Layout Sheet
0
0
1.7
0
0
1.8
Construction Safety and Phasing Plan (CSPP)
0
2
1.9
Modification of Airport Design Standards
0
2
1.10
Prepare Prelim. Plans, Specs., and Cost Est.
0
12
1.11
Prepare Final Plans, Specs., and Cost Est.
0
12
1.12
Dr.,paFe Construction Management Plan
0
0
1.13
Prepare Disadvantaged Business Plan (DBE)
2
2
1.14
Prepare Advertisement for Bids and Bid Docs
0
4
1.15
Respond to Bidders Questions
0
2
1.16
Prepare and Distribute Addendums
0
2
1.17
Bid Opening
0
4
1.18
j Bid Review and Bid Tabulation
0
2
1.19
Prepare Recommendation for Award
0
2
1.20
Prepare Grant Application
2
2
1.21
Cn..i Fenmental Review, G TEX
0
0
Total Person Hours
10
62
Total Direct Labor Cost
$620.00
$3,224.00
Overhead
$1,325.13
$6,890.66
Subtotal Labor Cost
Fixed Fee x Subtotal Labor Cost
Total Task 1(Fixed Lump Sum)
Direct Expenses
Total Expenses Task 1
None
Subtotal Task 1
Task
Task Description
Sr. Eng.
Sr. Eng.
2
Construction Administration
2.1
Pre -Construction Meeting
0
3
2.2
Initial Construction Layout
0
0
2.3
PFep 9re i'ructien Management Plan R MP)
0
0
2.4
Prepare Contract Manuals
0
2
2.5
Construction Management Services
0
0
2.6
Resident Project Representative Services
0
0
Number of Days
0
4
Hours Per Day
4
4
Total Hours
0
16
2.7
Final Inspection and Documentation
0
4
2.8
As -Built Plans
0
0
2.9
Prepare Construction Management Report
0
4
2.10
Undate nirnert I ayeut Di-,n
0
0
2.11
Prepare Grant Application and Project Closeout
0
2
Total Person Hours
0
31
Direct Labor Rate
$62.00
$52.00
Total Direct Labor Cost
$0.00
$1,612.00
Overhead
$0.00
$3,445.33
Subtotal Labor Cost
Fixed Fee x Subtotal Labor Cost
Total Task 2 (Cost Plus a Fixed Fee, NTE)
Direct Expenses
Geotechnical Investigation
Total Expenses Task 2
Subtotal Task 2
Estimated Person Hours Required
Design Eng.
Eng. Tech.
Surveyor
0
0
0
8
0
0
0
0
0
0
0
8
0
0
0
4
0
0
0
0
0
4
0
0
0
0
0
8
0
0
8
0
0
0
0
0
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
33
0
8
$924.00
$0.00
$320.00
$1,974.87
$0.00
$683.94
Estimated Person Hours Required
Design Eng.
Eng. Tech.
Surveyor
3
0
0
2
0
0
0
0
0
0
0
0
0
0
0
0
0
0
10
0
0
4
4
4
40
0
0
4
0
0
2
0
0
4
0
0
0
0
0
4
0
0
59
0
0
$28.00
$22.00
$40.00
$1,652.00
$0.00
$0.00
$3,530.82
$0.00
$0.00
DATE: 10/8/2020
PREPARED BY: RR/CB
Planner
Admin.
Totals
0
0
7
0
0
19
0
0
0
0
0
10
0
0
0
0
0
4
0
0
0
0
0
6
0
0
2
0
0
20
0
0
20
0
0
0
0
8
13
0
0
4
0
0
2
0
0
2
0
0
4
0
0
2
0
0
2
0
2
6
0
0
0
0
10
123
$0.00
$260.00
$5,348.00
$0.00
$555.70
$11,430.28
$16,778.28
$2,516.74
$19,295.02
$0.00
$19,295.02
ROUNDED TASK 1:
$19,300.05
Planner
Admin.
Totals
0
0
6
0
0
2
0
0
0
0
2
4
0
0
0
0
0
0
0
0
4
4
0
0
56
0
0
8
0
0
2
0
0
8
0
0
0
0
8
14
0
10
100
$32.00
$26.00
$0.00
$260.00
$3,524.00
$0.00
$555.70
$7,531.85
$11,055.85
$1,658.38
$12,714.22
$1,000.00
$1,000.00
$13,714.22
ROUNDED TASK 2: $13,700.00
TOTAL PROJECT FEE $33,000.00
H:\IACYIA\T51122513\0_Relocate Threshold and Rehab Runway 725\A_Project Management\2. RWY 7-25 EAST END JOINT REHAB\Task 2 Runway 7-25 East End Joint Repairs
Fee_Analysis.xlsx
Ai n Info Packet
M
t v m 127 2020 Page 24 of 92
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 to provide 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 and 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.
2521 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 to this advertisement, disadvantaged business enterprises
will be afforded full and fairopportunity to submit bids in response to this invitation and will not be
discriminated against on the grounds of race, color, or national origin in consideration for an award.
Page 1 of 11 Updated November 12, 2019
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 25 of 92
6) 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 by the Nondiscrimination Acts and
Authorities, including employment practices when the contract covers anyactivity, project, or program
set forth in Appendix 6 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 by the contractor for work to be 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 not limited to:
a. Withholding payments to the contractor under the contract until the contractor complies; 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 & Info Packet
Meeting Date: November 12, 2020 Page 26 of 92
C) 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 following non- discrimination
statutes and authorities; including but not limited to:
• 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 unfair treatment 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 & Info Packet
Meeting Date: November 12, 2020 Page 27 of 92
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 of 49 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 from the 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.
OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970
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 & Info Packet
Meeting Date: November 12, 2020 Page 28 of 92
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. A tax 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 & Info Packet
Meeting Date: November 12, 2020 Page 29 of 92
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 & Info Packet
Meeting Date: November 12, 2020 Page 30 of 92
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 $3500
DISTRACTED DRIVING
Reference: Executive Order 13513 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 motor vehicles 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 & Info Packet
Meeting Date: November 12, 2020 Page 31 of 92
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 contract or 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 & Info Packet
Meeting Date: November 12, 2020 Page 32 of 92
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 tier contract
If the FAA later determines that a lower tier participant failed to tell a higher tier that it was excluded or
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) Violation; Liability for Unpaid Wages; 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 Wages 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 any such contract or any
Page 9 of 11 Updated November 12, 2019
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 33 of 92
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 may be 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 paragraphs 1
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 (J); and 49 CFR
part 20, Appendix A
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 & Info Packet
Meeting Date: November 12, 2020 Page 34 of 92
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.
CLEAN AIR AND WATER POLLUTION CONTROL
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 & Info Packet
Meeting Date: November 12, 2020
Page 35 of 92
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. 5 with Bolton
& Menk, Inc. for professional services related to the AGIS
Approach Survey RW30 and As -built AGIS survey RW25.
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, 21 3 and 4; and
Whereas, the Commission and Bolton & Menk, Inc., now desire to enter into Work order No. 5,
a copy of which is attached; and
Whereas, it is in the best interest of the Commission to enter into Work order No. 5.
Now, Therefore, be it resolved by the Airport Commission of the City of Iowa City:
'I. The Chairperson is authorized to sign, and the Secretary to attest, the attached Work
Order No. 5.
Passed and approved this day of
Chairperson
Attest:
Secretary
It was moved by and seconded by
adopted, and upon roll call there were:
Ayes Nays
, 2020.
Ap ed by
City Attorneys Office
Absent
the Resolution be
Bishop
Clair
Lawrence
o rozco
Pfohl
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 36 of 92
Iowa City Municipal Airport November 2020
WORK ORDER #5
TO
PROFESSIONAL SERVICES CONTRACT
(AGIS SERVICES)
AIP No 3-19-0047-031
RUNWAY 12/30 THRESHOLD AGIS APPROACH DEVELOPMENT
RUNWAY 7/25 AS -BUILT SURVEY
IOWA CITY MUNICIPAL AIRPORT
IOWA CITY, IOWA
BETWEEN: Iowa City Airport Commission
(CLIENT)
AND: Bolton & Menk, Inc. (CONSULTANT)
EFFECTIVE DATE: November 4, 2020
RECITALS
1. Client operates the Iowa City Municipal Airport (FAA Identifier IOW) located in Iowa City, Iowa.
2. This is Work Order No. 5 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 AGIS Approach Development and As Built Services for the Iowa
City Municipal Airport (herein referred to as the Project).
I.A. BASIC SERVICES
TASK 1: RUNWAY 12/30 THRESHOLD AGIS APPROACH DEVELOPMENT
As identified by staff at the FAA, this project requires aeronautical survey and mapping services that meet
the standards outlined in FAA Advisory Circular AC 150/5300-16A, -17C, and 18B. The survey
requirements and deliverables will be completed for an "Instrument Procedure Development" as
identified in Table 2-1 of AC 150/5300-18B.
The required FAA Advisory Circulars have been established to provide survey specifications to collect
H:\IACYIA\0T5122889\0_Runway 12-30 Threshold AGIS Approach Dev\A_Project Management\IOW 122513 WO No 5 v2.doc
Page 1 of 10
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 37 of 92
Iowa City Municipal Airport November 2020
safety critical and other Airport data. The specifications outline geodetic control, aerial imagery, survey,
data attribution, and delivery requirements. The applicable FAA requirements include:
• FAA Advisory Circular 150/5300-16A General Guidance and Specifications for Aeronautical
Surveys: Establishment of Geodetic Control and Submission to the National Geodetic Survey,
• FAA Advisory Circular 150/5300-17C Standards for Using Remote Sensing
• FAA Advisory Circular 150/5300-18B General Guidance and Specifications for Submission of
Aeronautical Surveys to NGS: Field Data Collection and Geographic Information System (GIS)
Standards.
In general, the Aeronautical Survey will accomplish the following goals:
• Produce a planimetric and topographic base -map necessary to create an Airport Layout Plan.
• Produce a robust dataset, formatted to the standards of the FAA Airports-GIS program, to enable
the Airport and Commission to incorporate the Airport's data into a GIS system.
• Complete an "existing conditions" airspace analysis in compliance with FAA Airports-GIS
standards. This will fulfill FAA requirements for Airport Layout Plan projects by supplying the
FAA with airspace/obstruction data based on existing conditions.
• Complete a Part 77 obstruction analysis in order to produce obstruction data necessary for
developing the Airspace sheets of the Airport Layout Plan (in compliance with FAA
requirements).
• Complete specialized/custom obstruction data collection necessary to complete a feasibility study
on the relocation of runway ends.
• Assist the Commission and Airport in understanding, compliance with, and incorporating FAA
Airports-GIS standards.
Data collection and submittal will be limited to the existing Airport configuration with the Runway 12/30
extension for submittal to the FAA. Although not approved yet, the data can eventually be used to
develop, in part, an electronic Airport Layout Plan (eALP).
The Consultant will assist the Airport with setup of the project on the FAA Airports GIS website
(https://ailports-gis.faa.gov/aiiportsgis/) and designation of the Consultant's representatives. Required
deliverables to the FAA ADO or National Geodetic Survey (NGS) to successfully complete an
Aeronautical Survey project include the following:
• Statement of Work (FAA -ADO and FAA Airport GIS website)
• Survey Work and Qualify Control Plan (FAA Airport GIS website)
• Remote Sensing Plan (FAA GIS website)
• Aerial Photography Report (FAA GIS website)
• Airport Survey Digital Data File (FAA via hard drive)
• Final Surveyors Report (FAA GIS website)
• Digital Data. Delivery (FAA GIS website)
Work will be completed by Consultant and through sub -contract with Consultant.
H:\IACYIA\0T5122889\0_Runway 12-30 Threshold AGIS Approach Dev\A_Project Management\IOW 122513 WO No 5 v2.doc
Page 2 of 10
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 38 of 92
Iowa City Municipal Airport November 2020
1.1 Geodetic Control
Geodetic Control is necessary to establish project control tied to the National Spatial Reference
System (NSRS) to establish accurate vertical and horizontal benchmarks. The horizontal datum
will be NAD83 and the vertical datum will be NAVD88.
No Primary and/or Secondary Airport Control Stations (PACS/SACS) currently exist at IOW.
The use of Temporary Geodetic Control will be utilized on this project. If this is not acceptable
to FAA then a scope of services will be developed to establish PACS/SACS at IOW.
1.2 Aerial Photography
Aerial Photography is required by project specifications for development of an obstruction
analysis. The photography will also be used to develop an overall Airport base map of
planimetric features. The team will develop a flight plan, acquire the photography, process and
analyze the imagery. This includes stereo photography and ortho photography as required by
FAA AC 150/5300-17C.
Ground control points for aerial imagery will be determined and ground surveyed to provide
accuracy for the aerial imagery acquisition. The control positions will be determined with direct
ties to the Temporary Control developed for IOW. The capture of aerial photography will be
completed once the ground control stations are set. For the obstruction analysis, tree canopies
must be in full bloom providing full `leaf -on' conditions. One imagery acquisition flight is
planned to obtain the best imagery for base mapping and obstruction analysis at IOW. This
imagery will occur during leaf -on conditions. Ortho photography will also be collected as
required in AC 150/5300-17C.
The photography flight crew will collect the imagery as defined in the flight layout,
encompassing the critical areas of the obstruction identification surfaces and planimetric base
mapping. Exhibits of the proposed flight layout including the airspace analysis limits, planimetric
mapping limits, and topographic mapping limits are included at the end of this scope of work.
The imagery will be processed and geo-referenced. Models will then be produced for the
planimetric base mapping and obstruction analysis. Orthophotos for the entire project area will be
developed with a 1.0' pixel resolution and a 0.5' pixel resolution for the Airport Property. The
photo scale will be 1" = 4,328' for the obstruction surface areas and 1" = 1,122' for the Airport
property.
1.3 Aeronautical Survey
An aeronautical survey is required to obtain and document critical airside information. Ground
surveying will be completed to FAA AC 150/5300-18B standards for "Airport Layout Plans"
utilizing temporary geodetic survey control. Multiple survey methods will be used to capture
critical runway, navigational aid (NAVAID), obstructions, and control points. This includes the
following general surveying tasks for IOW:
• Survey Future Runway 12 end and profile
• Survey Existing Runway 30 end and profile
• Monument Runway ends (if not already completed)
• Survey Navigational aids for all Runways
H:\IACYIA\OT5122889\0_Runway 12-30 Threshold AGIS Approach Dev\A_Project Management\IOW 122513 WO No 5 v2.doc
Page 3 of 10
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 39 of 92
Iowa City Municipal Airport November 2020
The horizontal and vertical points of each NAVAID and top obstruction point will be collected.
Prior to survey, the project team will conduct field reconnaissance and Airport interviews to
develop project understanding and ensure airfield operational safety is maintained. Airport
officials and FAA will be utilized for assistance in identifying NAVAIDS on site or off Airport
property.
1.4 FAA Obstruction Analysis
An aerial obstruction analysis will identify the top elevation of the tallest object within the
Airport's airspace surfaces. This mapping identifies representative objects that penetrate the
surface under analysis including buildings, vegetation, fences, poles, and other objects. The
purpose of this analysis is to determine the Airport's existing and potential future compliance
with FAR Part 77, TERPs approach/departure surfaces and other protected surfaces for Airport
development alternatives explored in the Airport Master Plan. The data will assist in determining
which off -Airport properties may require remedial action, such as the acquisition of property
easements for object removal. Only representative points will be identified, i.e. not individual
trees.
The Sub -consultant will collect obstruction data within a defined special collection area so that an
obstruction analysis can be performed by the Consultant. An airspace analysis will be performed
for the existing airfield configuration. Natural and man-made objects within 10 feet of the critical
airspace surfaces will also be identified. The airspace surfaces that may be evaluated include
Threshold Siting Surfaces, FAR Part 77 surfaces, and TERPS Departure Surface.
Man-made obstructions and natural obstructions within 10 feet below the defined airspace
surfaces will be documented. A detailed airspace analysis will be performed for the Project to
include Threshold Siting Surfaces (if applicable), FAR Part 77, and TERPS approach/departure
surfaces. This data will ultimately be graphically depicted as in as -built ALP document.
An Obstacle Action Plan (OAP) will be developed for all unmitigated obstacles which details
how and when each of the surfaces will be cleared and maintained. The OAP will include:
• All obstacles to the surfaces described in Table 3-2 of Advisory Circular 150/5300-13A, FAA
Order 8260.3, and all obstacles penetrating the approach surface as defined in Federal
Aviation Regulations Part 77.
• Identification of the obstacle reference number, type, latitude, longitude, elevation (AMSL),
height, surface penetrated, penetration amount, runway, if the obstacle is on or off the
Airport, if the obstacle is under Sponsor control, proposed maintenance action, when each of
the obstacles will be cleared, and the triggering event. The OAP will match data that is
presented on the Airport Layout Plan.
• Information incorporated into the ACIP to demonstrate and reflect the phases necessary to
accomplish the mitigation of obstacles in an expedited manner to the maximum extent
possible.
• The Sponsor's action plan to maintain clear surfaces.
• A description of all efforts made to clear required surfaces if any obstacles are not feasible to
be mitigated.
The OAP will be submitted for FAA Line of Business review and concurrence through the
method determined by the FAA Airports District Office. The OAP will be incorporated into the
Master Plan and Airport Layout Plan including the ACIP.
H:\IACYIA\0T5122889\0_Runway 12-30 Threshold AGIS Approach Dev\A_Project Management\IOW 122513 WO No 5 v2.doc
Page 4 of 10
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 40 of 92
Iowa City Municipal Airport November 2020
1.5 FAA Planimetric Mapping & GIS Attributes
Aerial photography will be used to develop a planimetric map over the base mapping area which
includes the Airport property and surrounding area. The on -Airport features group and class
information populated will follow the required (not optional) critical elements as outlined in FAA
AC 150/5300-18B. The data groups rendered into attributes will include data easily viewable via
aerial photography and/or via site visit. All feature classes are excluded from this effort unless
specifically described in this scope of services. Generally, this Airport planimetric map will
include:
• Runways
• Taxiways
• Buildings
• Navigational Aids
• Obstructions
• Landmarks
Items not included in the scope include wetlands, or other environmentally sensitive areas. The
off -Airport base mapping area will include limited planimetric to include streets, buildings, and
driveways. Two -foot ground contours will be developed within the identified base map boundary.
The data will be compiled into an AutoCAD format work product ready for delivery to FAA
Airports GIS compliant with FAA AC 150/5300-18B. A digital file deliverable in the appropriate
format will be completed to be uploaded to the Airports GIS website.
1.6 Project Management, Reporting, Deliverables
The Consultant will manage the overall project, including administration and coordination of all
efforts related to this work item including coordination with NGS and online portal, initial
coordination with FAA Flight Procedures, and coordination with survey staff to produce an
accurate product meeting industry standards, and monitoring work schedules to ensure deadlines
are met.
The Consultant will be responsible for providing the Airport with regular progress reports to
communicate the team's progress throughout the project. Each progress report will contain
progress updates and significant schedule or work issues with the project. Data files and reports
will be prepared and delivered as defined in AC 150/5300-16A, 17C, and 18B. The FAA requires
a geodetic control report to the NGS (if applicable), an aerial imagery report to the NGS for use
in validation, and a final project completion report. The final project completion report will
include a complete synopsis of each of the survey tasks completed.
Final deliverables to the Airport will include two (2) CDs containing digital GIS shapefiles of the existing
Airport, and two (2) poster -size prints of the aerial photography captures as part of the project.
1.7 Prepare Grant Application, Environmental Review and Grant Closeout
• Prepare Grant Application
H:\IACYIA\0T5122889\0_Runway 12-30 Threshold AGIS Approach Dev\A_Project Management\IOW 122513 WO No 5 v2.doc
Page 5 of 10
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 41 of 92
Iowa City Municipal Airport November 2020
The Application may be prepared after the project design has been completed and the bids
accepted or the FAA may require the Application to be completed early during the design
phase. Preparation of the Application will include the following:
o Prepare Federal Grant Preapplication Checklist
o SF-424
o Prepare FAA Form 5100-100 including Program Narrative, discussing the Purpose
and Need of the Work and the Method of Accomplishment
o Sponsor Certification (total of six)
The Consultant will submit the Application to the Sponsor for approval and signatures. After
obtaining the necessary signatures, the Sponsor will forward the signed Application to the
FAA for further processing.
• Environmental Review, LATEX (deemed not required by the FAA)
The FAA issued a Finding of No Significant Impact and Record of Decision (FONSI/ROD)
on 7-13-18 pursuant to FAA Order 1050.1F as it relates to the National Environmental Policy
Act (NEPA). Please refer to the FONSI/ROD for mitigation measures to be included in the
project design and/or construction as appropriate. The sponsor understands and agrees to
complete the mitigation measures to standards satisfactory to the FAA. It is further mutually
agreed that the reasonable cost of completing these mitigation measures is an allowable cost
within the scope of this project.
• Project Closeout
Prepare one (1) FAA long -form grant closeout report for the grant to cover the projects
identified in this scope of services. The closeout report elements include a project summary,
final certifications, summary of grant payments, and outlay report. This work includes
research to determine final project costs, preparation of the report, coordination with the
Airport, State, and FAA -ADO for review, and preparation of final documents for Airport
approval.
TASK 2. RUNWAY 7/25 AS -BUILT SURVEY (AGIS)
This project requires As -Build aeronautical survey and mapping services for Runway 7/25 that meet the
standards outlined in FAA Advisory Circular AC 150/5300-16A, -17C, and 18B. The survey
requirements and deliverables will be completed for an "As -Built Survey" as identified in Table 2-1 of
AC 150/5300-18B.
The required FAA Advisory Circulars have been established to provide survey specifications to collect
safety critical and other Airport data. The specifications outline geodetic control, aerial imagery, survey,
data attribution, and delivery requirements. The applicable FAA requirements include:
• FAA Advisory Circular 150/5300-16A General Guidance and Specifications for Aeronautical
Surveys.- Establishment of Geodetic Control and Submission to the National Geodetic Survey,
• FAA Advisory Circular 150/5300-17C, Change 1 Standards for Using Remote Sensing
H:\IACYIA\0T5122889\0_Runway 12-30 Threshold AGIS Approach Dev\A_Project Management\IOW 122513 WO No 5 v2.doc
Page 6of10
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 42 of 92
Iowa City Municipal Airport November 2020
• FAA Advisory Circular 150/5300-18B, Change 1 General Guidance and Specifications for
Submission of Aeronautical Surveys to NGS: Field Data Collection and Geographic Information
System (GIS) Standards.
For this project, new vertical stereo digital imagery will be acquired at a physical image scale of 1" =
2,679' of the runway. The aerial imagery will cover all of the airport runway area using a Digital
Mapping Camera II (DMC II — 230), or comparable.
From the 1 "= 21679 " imagery, we will produce the following:
• 12" Color Digital Orthophoto
Quality Standards
The project has been designed to conform to the National Map Accuracy Standards for 12" inch
orthophoto production. In addition, we insure that the photogrammetric mapping will meet all FAA and
NGS standards. We will exercise reasonable care and will conform to the standards of practice ordinarily
used by the photogrammetric profession.
Project Area
The project area encompasses all of the runway area of Iowa City Municipal Airport (IOV) and will
emphasize Runway 7/25.
2.1 Control Surveying
The aerial photography will be completed with ABGPS control which will be used for the base
control for the geo-referencing of the aerial imagery. Consultant will collect additional control
points, if required and will process the AB GPS data using COR stations and reference it to the
project control datums:
• Horizontal: North American Datum of 1983/2011 (NAD 83(2011)), in the IA State Plane
Coordinate System, South Zone in US survey feet.
• Vertical: North American Vertical Datum of 1988 (NAND 88)
2.2 Orthophoto Mapping
Consultant will use the control solution and imagery to generate a Digital Elevation Model
(DEM) of the airport runway. The imagery will be processed into color digital orthophotos using
the aforementioned DEM to rectify the images. Orthophotos for the airport property area will be
developed with a 1.0' pixel resolution. Orthos will be delivered in a GeoTIFF file format.
2.3 Project Management, Reporting, Deliverables
Consultant will submit all data collected and associated required deliverable in the formats
specified in the appropriate advisory circulars to the FAA Office of Airports, Airports Surveying-
GIS Program. All data submissions to the FAA will be through the program's web site at
http://ailports-,ais.faa.gov .
H:\IACYIA\0T5122889\0_Runway 12-30 Threshold AGIS Approach Dev\A_Project Management\IOW 122513 WO No 5 v2.doc
Page 7of10
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 43 of 92
Iowa City Municipal Airport November 2020
The AC 150/5300-17C project data deliveries that will not be submitted through the web site will
be delivered on external hard drives or DVDs.
The 18B deliverables that will be uploaded to the AGIS website include:
• Statement of Work, Imagery Plan and Survey and Quality Control Plan
• Image Delivery
• Color digital orthophotos
• FGDC compliant metadata
• Final Report
• All digital files will be delivered on external hard drive or CD/DVD.
Consultant will work with you to finalize a mutually agreeable schedule for the project after FAA Control
Plan approvals. We will make a reasonable effort to maintain the agreed -upon schedule. However,
should the project be interrupted by technical problems beyond our control, including control deficiencies
or map file re -deliveries rescheduling may become necessary.
I.B. ADDITIONAL SERVICES
Consulting services performed other than those authorized under Section I.A. shall not be considered part
of the Basic Services and may be authorized by the Sponsor as Additional Services. 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. Any construction surveying required for the Project.
3. Additional geotechnical investigation required for the Project.
4. Hosting apre-bid meeting.
5. Update Airfield Signage Plans.
6. Additional Field Investigation required beyond those specified.
7. Completion of additional special studies not identified in Section I.A.
8. Periodic completion of grant reimbursement requests (i.e. Credit Applications).
9. Attendance of additional meetings beyond those identified in the above scope.
10. All other services not specifically identified in Section I.A.
H:\IACYIA\0T5122889\0_Runway 12-30 Threshold AGIS Approach Dev\A_Project Management\IOW 122513 WO No 5 v2.doc
Page 8of10
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020
Iowa City Municipal Airport
Page 44 of 92
November 2020
I.C. CONSIDERATION
The services described above in Section I.A. BASIC SERVICES shall be provided as follows:
TASK Estimated Fee Method of Compensation
1. Runway 12/30 Threshold
AGIS Approach Development $112,900.00 Lump Sum
2. Runway 25 As Built Survey
TOTAL AUTHORIZED FEE
Estimated Federal Share (90%)
Estimated Local Share (10%)
The Lump Sum fee includes reimbursable expenses.
$ 39,100.00 Lump Sum
$1529000.00
$13600.00
$ 15,200.00
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
Runway 12/30 Threshold AGIS Approach Development
October 2020 —March, 2022
2
Runway 25 As Built Survey
August 2021 —October 2021
H:\IACYIA\0T5122889\0_Runway 12-30 Threshold AGIS Approach Dev\A_Project Management\IOW 122513 WO No 5 v2.doc
Page 9of10
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020
Iowa City Municipal Airport
Page 45 of 92
November 2020
I.E. AUTHORIZATION
Iowa City Airport Commission
Warren Bishop, Chair Date
Iowa City Airport Commission
Attachments:
Bolton & Menk, Inc.
By: 11 /4/2020
Ronald A. Roetzel, P.E. Date
Aviation Services Manager
Exhibit I — Project Fee Breakdown
Exhibit II — Federal Contract Provisions for A/E Agreements
Approved: City Attorney's Office
H:\IACYIA\0T5122889\0_Runway 12-30 Threshold AGIS Approach Dev\A_Project Management\IOW 122513 WO No 5 v2.doc
Page 10 of 10
Airport Coiiyjv A & Info Packet
Meetin7�v J1et 12, 9
2020 Page 46 of 92
PROJECT FEE ESTIMATE
CLIENT:
Iowa City Municipal Airport
DATE:
11/4/2020
PROJECT:
Runway 12130 Threshold AGIS Approach Development
PREPARED BY:
RR/CG
Task
Task Description
Estimated Person Hours Required
Totals
Proj. Mgr.
Sr. Eng.
Design Eng.
GISTech.
Surveyor
Planner
Admin.
1
Runway 12/30 Threshold AGIS Approach Development
1.1
Geodetic Control
0
12
0
0
12
2
0
26
1.2
Aerial Photography
0
8
0
12
0
4
0
24
1.3
Aeronautical Survey
2
4
0
40
24
18
0
88
1.4
FAA Obstruction Analysis
4
12
0
30
32
32
0
110
1.5
FAA Planimetric Mapping & GIS Attributes
0
16
0
54
16
32
0
118
1.6
Project Management, Reporting, Deliverables
12
36
0
12
10
8
8
86
1.7
Prepare Grant Application, Environmental Review and Grant Closeout
12
28
0
5
0
2
12
59
Total Person Hours
30
116
0
153
94
98
20
511
Total Direct Labor Cost
$1,860.00
$6,032.00
$0.00
$3,366.00
$3,760.00
$3,136.00
$520.00
$18,674.00
Overhead
$3,975.38
$12,892.19
$0.00
$7,194.15
$8,036.25
$6,702.57
$1,111.40
$39,911.94
Subtotal Labor Cost
$58,585.94
Fixed Fee x Subtotal Labor Cost
$8,787.89
Total Task 1(Fixed Lump Sum)
$67,373.83
Direct Expenses
Quantum Spatial, Inc. Design
$45,570.00
Total Expenses Task 1
$45,570.00
Subtotal Task 1
$112,943.83
ROUNDED TASK 1:
$112,900.00
Task
Task Description
Estimated Person Hours Required
Totals
Proj. Mgr.
Sr. Eng.
Design Eng.
GISTech.
Surveyor
Planner
Admin.
2
As -Built Survey Runway 7/25
2.1
Contro Surveying
0
2
0
0
36
4
0
42
2.2
Orthophoto Mapping
2
2
0
16
12
4
0
36
2.3
Project Management, Reporting, Deliverables
2
4
0
0
8
8
4
26
Total Person Hours
4
8
0
16
56
16
4
104
Total Direct Labor Cost
$248.00
$416.00
$0.00
$352.00
$2,240.00
$512.00
$104.00
$3,872.00
Overhead
$530.05
$889.12
$0.00
$752.33
$4,787.55
$1,094.30
$222.28
$8,275.63
Subtotal Labor Cost
$12,147.63
Fixed Fee x Subtotal Labor Cost
$1,822.14
Total Task 2 (Cost Plus a Fixed Fee, NTE)
$13,969.77
Direct Expenses
Quantum Spatial, Inc. As Built
$25,180.00
Total Expenses Task 2
$25,180.00
Subtotal Task 2
$39,149.77
ROUNDED TASK 2:
$39,100.00
TOTAL PROJECT FEE
$152,000.00
H:\IACYIA\0T5122889\0_Runway 12-30 Threshold AGIS Approach Dev\A_Project Management\Copy of IOW 122513 WO No. 5 Fee v2.xlsx
Ai n Info Packet
M
t v m 127 2020 Page 47 of 92
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 to provide 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 and 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.
2521 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 to this advertisement, disadvantaged business enterprises
will be afforded full and fairopportunity to submit bids in response to this invitation and will not be
discriminated against on the grounds of race, color, or national origin in consideration for an award.
Page 1 of 11 Updated November 12, 2019
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 48 of 92
6) 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 by the Nondiscrimination Acts and
Authorities, including employment practices when the contract covers anyactivity, project, or program
set forth in Appendix 6 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 by the contractor for work to be 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 not limited to:
a. Withholding payments to the contractor under the contract until the contractor complies; 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 & Info Packet
Meeting Date: November 12, 2020 Page 49 of 92
C) 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 following non- discrimination
statutes and authorities; including but not limited to:
• 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 unfair treatment 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 & Info Packet
Meeting Date: November 12, 2020 Page 50 of 92
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 of 49 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 from the 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.
OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970
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 & Info Packet
Meeting Date: November 12, 2020 Page 51 of 92
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. A tax 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 & Info Packet
Meeting Date: November 12, 2020 Page 52 of 92
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 & Info Packet
Meeting Date: November 12, 2020 Page 53 of 92
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 $3500
DISTRACTED DRIVING
Reference: Executive Order 13513 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 motor vehicles 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 & Info Packet
Meeting Date: November 12, 2020 Page 54 of 92
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 contract or 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 & Info Packet
Meeting Date: November 12, 2020 Page 55 of 92
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 tier contract
If the FAA later determines that a lower tier participant failed to tell a higher tier that it was excluded or
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) Violation; Liability for Unpaid Wages; 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 Wages 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 any such contract or any
Page 9 of 11 Updated November 12, 2019
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 56 of 92
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 may be 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 paragraphs 1
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 (J); and 49 CFR
part 20, Appendix A
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 & Info Packet
Meeting Date: November 12, 2020 Page 57 of 92
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.
CLEAN AIR AND WATER POLLUTION CONTROL
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 & Info Packet
Meeting Date: November 12, 2020 Page 58 of 92
Cv410WA00T
Form 291111 (01-20)
Iowa City Municipal Airport
Airport
low
FEDERAL AIRPORT IMPROVEMENT PROGRAM (AIP)
PREAPPLICATION CHECKLIST
FAA Identifier
Please attach the following documents with your application.
❑ Sponsor Identification Sheet for the Airport
Capital Improvement Program (CIP) Data Sheet {one for each project listed in the first three years of the CIP} and
detailed cost estimate for each data sheet
� Fire -Year C I P
Long -Range Needs Assessment
� Verification of an updated airport layout plan (ALP) (when applying for new construction of buildings or airfield
expansion)
❑ Verification of completed environmental processing in accordance with National Environmental Policy Act of 1969
Verification of completed land acquisition or signed purchase agreement
❑ Verification of pavement maintenance program (when applying for pavement preservation or reconstruction)
If requesting federal assistance for snow removal equipment, please include an inventory of the existing equipment
and calculations based on Chapters 4 and 5 of the Airport Winter Safety and operations Advisory Circular AC
1 0100-0 and the Airport Snow and Ice Control Equipment AC 1 0/0-0 showing the minimum equipment
needed, al ong with th e Ai rport Capital I m p rovem ent PI an AC I PData Sheet, i nlu de a cop y of a com pl eted Federal
Aviation Administration's snow removal equipment spreadsheet.
F-1 If requesting federal assistance for general aviation apron expansion, include a copy of a completed FAA apron
design spreadsheet.
F-] If requesting pavement reconstruction, submit an engineering report showing the need for the reconstruction as part
of the C I P justification.
❑ For reven ue-produ ci n g fail iti es i. e., fuel in g fa ci lities and han gars), pl ease su hm it:
1 A statem ent that airsid a development needs are met or include a financial plan to fund airside needs
over the next three years.
A statem ent that runway approach surfaces are clear of obstructions the FAA Airport 5010 should show
at least a 0:1 clear approach).
Justification for the project.
❑ System for Award Management (SAM) registration is up to date (www.sam.gov)
Please e-mail this fora with supporting documents identified in the checklist to sh one.wrig htai owad ot. us.
Attn .: Program Manager
Aviation Bureau
Iowa Department of Transportation
00 Lincoln Way
Ames, IA 50010
E-mail: shane.wright@iowadot.us
FAX:515-233-7983
Phone: 1 0-104
www. iowadot.gov/aviation
a�
U
m
a-
O
C
06
W
O
U)
.E
E
U
0
0-
Q
O
N
O
N
N
^L♦
W
E
z
N
0
z
O
-
a
z
-
a
z
O
-
a
-
a
J
a
W
0
W
LL
.l
E
O
U
5.
+-J
U
U
O
v
�
J
C6
L
4-J
Q
O
ra
�L
_U
.E
U
ca
�
E
Lu
z
O
N
in
O
N
.i
�
V'
�
a
o
O
4-J
U
ca
0
O
Q
N
C6
U
C:
4-+
x
'v
O
w
N
N
O
�
O
Ln
(.O
U
E
Ln
0)�
m
ro
o
>
m
z
m
O
a
o
0
�
V
0
�
E
z
i
a
4-0
0
E
a
,n
Ln
O
O
m
N
Ln
O
O
O
O
O
O
N
r-I
I,
O
O
O
N
O
O
O
(D
(D
00
O
O
�
Lr)
lD
m
�
O
r-I
00
00
O
lD
lD
m
N
.
N
M
. Ol
Qj
00
Ol
00
.
00
lD
O
.
lD
CM
00
00
m
0)
01
I�
r-I
0)
qzt
00
00
O
lD
( D
lzt
O
qzt
qzt
O
m
Ln
m
O
�D
r-I
r*_
m
O
m
m
�D
O
(.D
(.D
-Ln-
-Ln-
-kn-
4.n-
-tn-
-tn-
-Ln-
-tn-
-tn-
-tn-
-tn-
-tn-
-tn-
-tn-
-tn-
�n-
�n-
4n-
4n-
4n-
V
L
=
m
N
4-P
O
O
+r
O
O
+r
O
O
++
O
O
+r
O
O
i
LL
LL
LL
LL
LL
LL
O
O
•
NN�
4-0
.CL
i
C:
O
ra
V
(A
a.:,
�
G)
U
Q
O
°C
v
CL
oc
C:
ra
C
�
cn
�
4
LLW
,O
F.-
0
v
o
~
i
a
O
m
ro
Ln
ra
O
.�
C:
i
_0
4G0
ca
c6
DC
aA
N
Q
},
ro
_
U-
oc
E
o
�•
O
Q
v
U
c
C6
m
ru
.
�
v
�
o
o
C:
�
. c
�,
x
C
�
w
L
O
Q
a)
c
x
E
O
w
ai
N
Q
O
Q
J
�
u
L
�
C6
O
U
Q
N
N
N
m
N
N
N
N
N
LL
O
O
O
O
O
N
N
N
N
N
W
m
aj
ca
a
CL
O
N
O
N
N
�L♦
W
^E
W
O
z
W
r)
W
a�
a
U
G
a
0
z
LU
2
LU
0
G
a
a
U
z
r0
V
LU
J
a
z
LU
I
z
0
V)
�c
0
.l
v
v
v
v
v
v
v
cu
v
v
v
v
v
ai
v
au
O
E
v
v
v
v
v
v
ai
W
Q
O
O
O
O
O
O
O
O
v
v
v
v
v
v
v
w
O
O
(D
O
O
v
v
v
v
v
v
v
w
oLn
0
0
0
�
QD
oLn
0
0
�`!
N
O
1°
lD
�
11?
Ln
v
U
V
V
U
U
U
00
00
00
O
lD
lD
r-I
I"
O
lzt
q;t
R;t
�D
O
I'D
�D
m
O
m
m
U
'J
U
U
U
U
Q:
L.
V
i
CA
-+
+
O
O
�
O
O
+3
O
O
�
+ .+
O
O
+5
O
O
Ln
J
Ln
—i
Ln
J
Ln
J
(A
J
i
LL
LL
LL
LL
LL
LL
O
• -
-0
CL
• -
,L
v
Q
C^
O
-0
U
ai
Ln
_0
U
LL
4
'p
0
oro
a
_0
o
maj
C
N
Q
U
~
O
v
a
^
fV
M
C6
N
j
b-0
C6
C6
O
_0
O
O
r
N
X
X
o
CL
U
W
3:
'X ra
L
te.,
L
i
C:
ac
},
O
_
C:
O
O
U
Q
v
v
ro
f
E
M
x
U
U
o-
U
U
0
Ln
-
-
ai
ai
X
LL
O
O
O
v
}X
ai�N
N
cV
U
v
-j
+
U s
WW
W
RT
aj
ca
CL
CL
Airport Commission Agenda & Info Packet
FEDERAL AVIATION ADMINISTRATTiMe: November 12, 2020 CIP13pOTA SHEET
CAPITAL IMPROVEMENT PROGRAM (CIP)
AIRPORTS DIVISION -CENTRAL REGION
SEE INSTRUCTIONS TO COMPLETE THIS INFORMATION
Airport Name, LOCID, City, State:
Iowa City Municipal Airport (IOW), Iowa City, Iowa
AIP Project Type:
Runway 12 Threshold Displacement - Runway 30 Threshold Relocation
Local Priority:
1 - Very High
Federal Share:
$433,800
FFY Requested:
2022
State Share:
$ 0
Provide Detailed Project Scope and Justification Below. You must attach a
p
sketch/drawing (separate sheet) that clearly depicts the scope of the project.
Local Share:
$487200
Total Project Cost:
$4827000
The 808 foot displaced threshold is no longer necessary on the Runway 25 end due to the change
in critical design aircraft. Therefore, this project will shift the runway threshold to the east to gain
an additional 708 feet of takeoff and landing distance for pilots using Runway 25.
SPONSOR SIGNATURE BLOCK
Signature:
Date:
Printed Name:
Christopher Lawrence
Title:
Airport Commission Chairman
Phone Number:
319-356-5045 (Ext. 2)
Email:
michael-tharp@iowa-city.org
CI P DATA SHEET Page 2 of 2
Airf��et%eiate-MURWn,,ay2,:aO�cThreShold Commission genda & Info P et
Runwa 12 Threshold Dis Relocation SIB 02of92
DISPLACE -
THRESHOLDOPPOO
500' .OW
U O
N
O N
0
-0 -0
c E
Q o
Z
o ••
�E
O
U a�
N
O
Q
o
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O O O O O O O O O C
O O O O O O O O O
p
0
0
Lri
O
O
O
O
O
O
O
O
O
O
O
Lri
O
O
1
C
O O O O O O O O O
N
N
0o
O
�o
O
kn
O
kn
kn
v')
r-
l�
O
N
Ln O O O V-) Wn 0 0 p
Ln
kn
�o
'--
O
O
a1
O
a�
7t
11C
Ln N
cY, N
0
0
O
�
cC
O�
�
Ew�
ff3
fd9
(fj
Cf}
Fes}
{�}
59
ff3
44,3
Cf}
Cf}
�g
{�}
1&4
ff3
{�3
Cf}
Cf} 59 {�4 Lo� {erg
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O O O O O O O O O 0
p
0
O
0
O
In
N
O
00
O
N
O
O
O
t
O
O
O
In
O
O
O
V)
O
In
O
Ln
O
rn
Ln
�
O
O
O
00
O O O O O O O O O
V) Ln O O O
T l
in
Vn
�c
O
l—
O
1O
O
Vn
�O
00
M
M
a�
kn
00
00
a� N - � 7t N M 00 O
N
N
t
M
N
O
--
l-
N
Ln
M
00
a;
00
N
W�
00
N
-- M M M
O
w
j
&q
lEoq
Loq
4&�
Cp�
I&q
Loq
�
�
'Cp�
-Cp�
Lo f�
LOOP;,
Lol!� Lol!� Lol!� Lo!!� Loq Loq Lol;l Lol!�
A
O o0000000
o0000000000000000
o
o0000000000000000�0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
o
0
O o 0 0 0 0 0 0 o C
00000000
Q
0
0
o
0
0
0
0
0
0
0
0
0
0
kn
o
0
.
0 0 0 0 0 0 0 0 o p
CD
O
N
N
00
0
so
o
o��
CDN
a) 0 0 CD CD
M
Ln
r--i
N
M
k M M
w
O
o
0
0
0
0
0
0
0
0
0
0
0
0
0
Ln
O
o
L� L7 �7 Z �C �• Z
M
O
o
�n
o
0
0
0
0
0
0
0
0
0
0r-�
o
o
Z O W O W
Tt
ct
H H
�4
F4
v1
U
U
�4
W
H W H
W
VI)
00�
o
o
CIA
o
00
`n
`n
o0
00
0
o
W N
a Q
d
N
N
N
N
~
Q
A
� �
A
Q �
O
z
�
w
w
w
a
`n
Z
Z
a
W
W
Z
W
oc
�
U�
��
I P��
x
x
00
Airport Commission Agenda & Info Packet
FEDERAL AVIATION ADMINISTRATTiMe: November 12, 2020 CIPEDyfTA SHEET
CAPITAL IMPROVEMENT PROGRAM (CIP)
AIRPORTS DIVISION -CENTRAL REGION
SEE INSTRUCTIONS TO COMPLETE THIS INFORMATION
Airport Name, LOCID, City, State:
Iowa City Municipal Airport (IOW), Iowa City, Iowa
AIP Project Type:
Airfield Pavement Maintenance -Runway 7/25 (West End) & Runway 12/30
Local Priority:
2 - High
Federal Share:
$348,120
FFY Requested:
2023
State Share:
$ 0
Provide Detailed Project Scope and Justification Below. You must attach a
p
sketch/drawing (separate sheet) that clearly depicts the scope of the project.
Local Share:
$387680
Total Project Cost:
$3867800
The existing western end of Runway 7/25 was reconstructed in 2010. Both that area and Runway
12/30 have significant pavement joints in need of replacement and resealing. Also, both areas
show existing corner spalling of concrete panels, corner breaks, and cracked panels. Pavement
maintenance on these areas will preserve pavement life.
SPONSOR SIGNATURE BLOCK
Signature:
Date:
Printed Name:
Christopher Lawrence
Title:
Airport Commission Chairman
Phone Number:
319-356-5045 (Ext. 2)
Email:
michael-tharp@iowa-city.org
CI P DATA SHEET Page 2 of 2
Airport mmission fo Pa� nd & Runway 12/30
Airfield Pavement Maintenance , lwa o N,laio 0tof 92
N
U O
N
O N
N
0
-0 -0
c E
Q O
Z
O ••
�E 0
O
U a5
o
Q
0
0
O
O
O
O
O
O
O
O
O
O
O
O O O O O O O Q
O O O O O O O
0
0
0
0
0
0
0
Q
O O O O O O O
O
oo
O
O
O
V)
M V 0 0 0 0 O Q
0o
O
N
N
N
'--+ N �,O M N
N
^�
M
(4
N
M
M
�
0
M
0
O
�
0
M
�
�
N
o
0
0
0
0
0
0 0 0 0 0 0 o Q
o
0
0
0
0
0
0
0 0 0 0 0 0 0
v) O O O O O Q
N
v i
l—
01
00
00
00
�
N
•-�
N 01 � l - oo N
O N l-l- kr N
oo N N
w
w
.4�
Cpq
Coq
Loq
Loq 1&� Loq
A
O
0
O
0
O
0
O
0
O
0
O
0
O o 0 0 0 0 o p
0 0 0 0 0 0 o
000000�o
00000�o p
�
0
0
0
0
0
0
0 0 0 0 0 0 o p
00
C
N
N
N
'--+ N
N
M
5q
1&�
Eoq boa lEoq � � Eoa Loa lbo�
W
o
0
0
0
0
o
C7 L7 L7 Z �C O
r
Ln
o
N�00
N
l�
a
o
0
0
N
w
a
L
z
�
�
Q
Q
Z
W
w
W
Z
a
W
A
�
►Z
�
av
w
a
W
00WW
w
0
Airport Commission Agenda & Info Packet
FEDERAL AVIATION ADMINISTRATTiMe: November 12, 2020 CIP13AOTA SHEET
CAPITAL IMPROVEMENT PROGRAM (CIP)
AIRPORTS DIVISION -CENTRAL REGION
SEE INSTRUCTIONS TO COMPLETE THIS INFORMATION
Airport Name, LOCID, City, State:
Iowa City Municipal Airport (IOW), Iowa City, Iowa
AIP Project Type:
Terminal Apron Expansion
Local Priority:
3 - Medium
Federal Share:
$600,000
FFY Requested:
2024
State Share:
$ 0
Provide Detailed Project Scope and Justification Below. You must attach a
p
sketch/drawing (separate sheet) that clearly depicts the scope of the project.
Local Share:
$667666
Total Project Cost:
$6667666
The existing aircraft terminal apron does not have adequate capacity for aircraft parking. The
Airport Layout Plan may need to be updated. The FAA "Apron Size Calculation" worksheet is
attached.
SPONSOR SIGNATURE BLOCK
Signature:
Date:
Printed Name:
Christopher Lawrence
Title:
Airport Commission Chairman
Phone Number:
319-356-5045 (Ext. 2)
Email:
michael-tharp@iowa-city.org
CI P DATA SHEET Page 2 of 2
Airport Qommission genda & Info Packet
Term i, siqfb
Page 68 of 92
APRON EXPANSION
PHASE 1
i
MOVE SELF SEF
FUELING STATIC
APRON EXPANSION
Mori, PHASE 2
4
fi
a)
U O
N
O N
0
-0 -0
c E
a) a,
Q O
Z
O ••
�E
E
o
U -1-5
o
Q
0
0
0
O
O
O
O
O
O
O
O
O O O O O O � O
Vn
l—
l-:
O
Lr; 0 0 0 0 0 0
�
rn
rn
0
N O O O O Vn O
O
O
00
N
l—
C�
kf)
O
kf)
00
Cl)
M
M
kn
l7t N O O
N
kr V'i V'i
�
Cd
0
\O
a
-Co�
'�-Oq
4&�
�oq
'�-Oq
Lol�,
Lol�l
Lof�
Lof� Lol�l Lol� Lony Lony Lony Lony Lol�l
0
O
�
r.•
c-0
Lo 3
{o3
(fj
Cam}
Fes}
Loq
Ew }
ff3
6
Cf}
CQ}
09
69
Log
Lo 3
69
Cam} 09 o9 L, } L,g Cf} Cam} �g
O
O
O
O
O
O
O
Ln
O
O
O
O
O
O
O
O
O
O
O
O
O
W-)
O
O
O
V)
O
V)
O
O
O O O O O O O O 0
O O O O O O O O
o
p
0
0
0
l—
M
O
Ln�
V•i
O
0
O
0
O
0
O
0
N
•--
l�
M
M
O
O
Lr; 0
N
M
O
O
W)
NC�
.--+
V�
O
W)
M
l—
O
O
V�
00 00 0 0110 �o M 00
M
C1
116
\O
l-
C1
00
M
kr
M
l�
00
M
M
�
00 '-- kr Lr M N
a1 I
o�
lEoq
0�
69
69
ff3
0q
{ q
I&q
0�9
69
0&q
ff3
I&q
ff}
off} 69 0�} 0�9 {&q ff3 I&q 09
O O O O O O l— O
O O O O O O \O O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
0
0
0
0
0
0
0
0
0
O
O
O
l�
O
Ln
O
O
O
O
N
Ln
l—
l—
O
Ln O O O O O '-- O
M..�
O
r--�
O
O
O
O
M
06
V)
N
l—
O
o�
O
kr�
O
O
O
V'i
---+
00
l�
C
M
cri
M
cn
O
Vj
N 0 0 0 0 C 0
N O O 'zi N '--� N
QI
M
It
^--i
Ln
N
Ln
r--i
Ln Ln k
L
_
O
ITTS^�
V1
b4 {�} {�} 1&i f!}
a
O
O
O
Lr�
O
O
O
O
O
O
Lr�
M
O
Ln
O
V)
Ln
O
`O
M
0
0
0
a a
V
o
CDO
oLn73
N
N
NLn
N
3 W W pJ W
W Q � W
U
Q Q: W Q
P4�
W
0
O
M
0
NLn•--
o
V?
Ln
o
a Q W
W
�
Q w
N
W
~
a
U
VO
(j
U1
`o
0o
F-+
U1
V1
00
01
O
'--
N
M
Ln
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020
Page 70 of 92
Apron Size Calculations for Transient Aircraft
Airport Iowa City Municipal Airport (IOW) Existing Apron
Location Iowa City, Iowa #square yards 7905
Calculations are based upon guidance established within Appendix 5 to AC 150/5300-13. User may calculate
size of apron based upon total annual ops or user may develop an estimate of annual operations based upor
Based Aircraft OR Total
1. Calculate the total annual operations Annual
Enter number of based aircraft 10 85 :1
Ops
Enter number of operations per aircraft 1 250
Total Annual Operations 10 1 211250
2. Busiest Month (% of Annual Ops) 2
Enter % of Annual Ops that occur in busiest month 10 20
Busiest Month Operations � 41250 1 0
3. Busiest Day (10%>Avq Day)
Enter Busiest Month (e.g. August)
10 Sep
Avg Day Busy Month
10 142
0
Busiest Day 10% > avg. day
10 156
0
4. # Itinerant Aircraft
Enter % of Itinerant Operations s
0 60
# Itinerant Aircraft operations
10 94
0
# Itinerant Aircraft Landing Operations
Enter % of Itinerant Operations on
10 47
10 50
0
ground
# Itinerant AC on ground (assume 50%)
10 23
0
5. Apron area
# square yards per aircraft 4
10 1075
Apron Area (sq yds)
10 255128
0
6. Planned Apron 0 0%>)
# square yards
10
NOTES:
1. Ops/Based Aircraft:
Small GA-250 Med GA-350 Reliever-450 Busy Reliever-750
2. Amount of activity can be determined from fuel sales or from actual
operations counts. For example if month with highest fuel sales
accounts for 20% of annual sales, use 20% of annual as busy month. If
actual traffic counts available, use those.
3. Assume 50% of operations are itinerant if no records are available.
4. Planning areas shown assume 10' clearance between wingtips. Taxilane
@ edge places taxilane on edge of apron.
5. Users requiring assistance or reasonable accommodation may contact
the FAA Central Region at 816-329-2600.
Apron Area w/Taxilane
Group 1 960
Group II 11385
-----------------------------
6-3 - Apron Area Calculation 2023.xls Page 1 of 1 Printed 11 /5/2020
� 0
Z N i
m
W O
L ;H
N
s
� ca
W
W .�
z �=
W
z
CC a
1 �
z
O
J
N
U O
N
O
O N
N
0 r
m a)
-0-0
C E
N N
Q O
c Z
0
M
E
0
U
N
O �
Q
Z
O
H
Q
�
O
cn
z
4-1
0
—
O
-
G
o
Q
LU
J
.0
•�
Q
O
O
z
U
0
w
:E
I
o
Q
—
W
z
O
p
V)
..
>
E
G
z
�
W
J
Q
~
oc
1
O
�
O
Q
W
Q
Q
LL
U
Q
N
N
N
N
a--+
�--
�--
�--
N
E
O
O
O
O
O
O
O
O
v,
0
00
0
o,Zto
oO
0
o
oO
0
fV
0
O
O
fV
0
O
O
O
o
Ln
Ln
N
lD
kD
N
lD
lD
lD
00
lD
00
00
Ql
�
�
M
Nr-I
M
N
U
u)
rl
rl
u)
rl
rl
M
u)
u)
N
N
•-
.-,
.-,
.-,
Lr)
O
l0
lD
u1
O
lD
(10
rl
O
rl
rl
rl
O
rl
rl
rl
O
rl
rl
U
U
U
U
4.1,1-
4.1,1-
i/i-
69
{.g
{erg
V
O
a�
a�
a�
L
w
m
m
m
m
a)
N
M
+�
o
o
m
+,
O
04-0
m
O
o
m4-0
m
u
O
4
04-P
m
U4-0
O
o
'04-P
m
O
o
cn
H
(1)
cn
j
H
Q)
N
jH
(L)
(n
-
H
w
cn
-
H
Q)
N
jH
i
LL
LL
LL
LL
LL
LL
LL
O
CL
i
N
0
0
a
ra
m
Q
ra
—
•E
v
X
�
w
•-
o
•c
v
+�
bz
0
°;
0
v
O
i
w
�
O
E
O
LE
C:
C:
c�
w
cn
�
U
LL
O
4-
00
00
rn
O
Q)
4-1
rq
r4ljm
v
O
O
O
O
O
L-
v
N
N
N
N
N
.
U
W
v v
W
Airport Commission Agenda & Info Packet
Meeting Date' November 12, 2020 Page 12 of 92
�= d, CITY OF IOWA CITY
�� MEMORANDUM
Date: November 9, 2020
To: Airport Commission
From: Airport Manager
Re: Solar Power at the Iowa City Airport
History•
The Airport Commission and staff have occasionally discussed a desire to look into installing
solar power facilities at the airport. At the October 2020 meeting, the Commission appointed a
subcommittee to look into those options.
I reached out to Moxie Solar to begin a conversation on how the airport could install solar
power, what a system might look and recommendations for moving forward.
The Airport Commission could use an agreement called apower-purchase agreement (PPA)
this agreement would allow a 3rd party to install and operate solar panels. The Airport would
purchase the electricity at a to be negotiated reduced price (lower than market) and this
agreement would extend for multiple years. Details of this agreement would need to be
negotiated.
Issues and Decision points:
Regulatory and Incentives:
Solar Power generation: Iowa laws and MidAm rules regarding solar power generation are such
that entities are allowed to offset up to 120% of their meter. The idea is that you're going to
produce near what you consume, understanding that those levels fluctuate.
This present challenges as the primary airport meters that we pay utilities on are the runway
lights, terminal building, a garage in hangar d and a garage in hangar h.
A tax issue in play is that currently there is a federal tax credit of 26% and a state tax credit of
13% that parties can use to offset the cost of the installation. In 2021 those credits fall to
approximately 22% federal and 11% state.
Scale of project:
We have the meters that would cover most of the airport electrical use, these occur with the
Runway Lights/Terminal, Building D (our garage), and Building H )another garage). There are
several meters that are paid for by private tenants (predominately Jet Air). However that would
leave out the Uofl research hangar, or the individual box/corporate hangars which at this point
haven't been evaluated for usage.
It would take additional time to evaluate leases with tenants paying electricity and to create a
chargeback mechanism for power consumed.
The Airport Commission could move forward with a project covering the current "airport" meters
and leaving out anything other meters paid by others, or we could work with the different parties
November 9, 2020 Airport Commission Agenda & Info Packet
Page 2 Meeting Date: November 12, 2020 Page 73 of 92
to bring the utility accounts into the airport's responsibility, build out a much larger system and
charge back for usage to tenants.
RFP VS Single Source
The Airport Commission has the authority to single -source the project, however does that mean
the Airport "should" use a single source process. Granted staff has relied on Moxie heavily to
provide information from potential layouts, to examining and proposing a system that could be
installed. The Airport Commission can continue to use Moxie or can choose to create an RFP
(request for proposals based on particular details of a system).
Power Purchase Agreement (PPA) vs. Outright Purchase of Equipment
As Airport Commission has limited funds for capital projects, a major investment of dollars in
solar power equipment would alter existing CIP plans. The Airport however would own the
equipment and be able to capture and realize the savings of the entire power generated from
any system. A non -taxing entity purchasing the equipment outright leaves a substantial amount
of tax credits on the table that could otherwise be taken advantage off by a third party.
A PPA is an agreement with a third party that would own/operate a solar power system at the
airport for a specific period of time. The Airport would then purchase power generated from that
system at a price below current market rates to be negotiated. The Airport would realize some
saving during the PPA period. At the end of the PPA there is a buyout payment to cover the
transfer of ownership of the equipment to the airport and at that point the airport would realize
the full cost savings of the power generated by the system.
Staff Questions:
Does the Commission desire to pursue a system which takes advantage of 2020 tax incentives?
If so does the Commission desire to go forward with just the existing Airport meters, or expand
to a larger project.
Does the Commission desire to purchase outright or secure a PPA?
Staff recommends the PPA path
co
.p
ca a)
-0 -0
(c: >E
D a)
CM
< o
c Z
0
(n
�o
E
o
0
it
it
4W
dL
f I
I
..Ab
10
..........
■
N
U
m
n
O
N
0
c� a�
C E
O N
Q O
Z
O
�E 0
E
O
U
N
O
cl
Q
H (a
-P
o
CD
U)
U U
U
r-I
-P
N
N
N
rl rl
$:i
t l
- H
N
d1
d1
r. I~
co
U
fo
U)
rl
rl
H- H
x
H
�-1 �-i
rl
0
O
Q
O
O
r1 rl
N (D
N
.rl
Q,
O
U U
-H
U) U)
4-)
04
N
rl
>1 >1
O
N
�4
yam,
y
u u
O
m
O
rl rd
--
z
4-)�
O O
0
00
W W
r1
-H
�-1 �A
H
d1
Q
rl
rl
rl
(0
r.
4-) 4-)
E♦
rl
rl
US ? Z9
H
O
�-_i rl
�I
a
�-1
x
O O
O
H
�-4
4-)
O
O O
4-)
ai
N
-H
U) U)
4-)
E
U
�5 �l
�-]
4
>
4-4 4-4
ro
U) U)
N
A
x
x
C4 C4
x
� D
FC
a w
w
M
rn
dI
dI d1
Q0
Q0
0O 00
d1
M
U-)
r� rd
rl
r-
m
M M
o
m
r-
0-)()-)
o
I-
00
,H r1
P-
CD
CD
m
m
o o
r1
CD
o
rl r1
m
x
Ln
Ln
Ln �
�
Ln
�
L(� L(�
U
N
N
NN
N
N
N
NN
w
x
U
E♦
o
0
0
0
00
0
0
0
00
0
N
N
N
(N
NN
N
N
N
CIA
N
61
LO
LO
LO LO
LO
Ol
LO
M (`')
61
rl
CD
rl
rl
rl rl
rl
O
rl
N N
O
O
O
O
O
00
O
O
O
00
O
O
O
O
O
O
rl
rl
O
O
O O
O
O
O
O
O
O O
O
O
O
O
O
O
O
O
O
O
O
M
M
Ln 0
Ln
Ln
O
O
O
0 0
O
O
O
O
.
rl
.
rl
.
rl
.
CD
.
CD
.
M
.
('')
.
O
.
O
. .
rl
.
LO
.
LO
.
LO
.
O
.
Ln
. .
O O
.
O
.
rl
.
Ln
.
Ln
Ln
Ln
Ln
O
O
LO
LO
Ln
Ln
00 d1
N
N
L—
O
d1
M M
LO
O0
d1
d1
rl
rl
rl
O
CD
rl
rl
rl
N
N
d1
L0
rl
(N
(N
N
M
M
rl
rl
rl
U
U)
U)
U)
N
N
H
U)
N
N
a)
b�
U)
U)
U
U
H
r-I
W
W
12L4
W
12L4W
I2L4
I2L4
12L4
PL4W
>12L4
U6
�-4
>
F--�
l
>
>
�q
(0>
l
O>>
l
fx>
>
>
>>
l
N>
�l
>I
H
P
p
-H H
P
H
Ej
(-D H
p
4-) H H
p
�3) H
H
H
H H
P
H
EI QL4
E-I
O
O
U)
O
O
O
U
O
O
O
p
p
U)
p
E-I
rl
p
(a)
p
rl
P
U6
Ei Lz$
a
P
0
4-4
P
4-)
rl
p
\
�
o
O
�
-H
�
w
�
O
U) rl
�D
O
�4 rl
�D
U
�D
rl
�D
U rl rl
�D
�l rl
rl
r--I
r--I rl
�D
rl
U
4-)N
O
O
P-4C\J
O
HCA
O
t7)N
O
NN
O
MN
N
N
NN
O
N
O -H
W
-r1O
U
O
O
U
�-]O
U
O
U
NOO
U
O
O
O
O O
U
4-)CD
U �4
'H
U)N
U
O
SIN
U
-WN
U
rIN
U
U)NN
U
SIN
N
N
NN
U
UN
U -P
E-1
O
-0
U) (L)
FC
U
6�
4-)
FC
�5
F�
(
FC
�5
fc:� U
Q,
�
a)
r�
4�
,�
�
N
9
O
Q
C7
-H O
W
O
W
U
O
0
G)
a
a
o
0-4 o
0
0
00
0
0
0
00
0
�H0
O
E-1
'0
H �H
rl
4-)
U al
�A 75
�A
O 4-4
O
� U)
�
�
0 H
H
P-
r-
H
O
O
Ln
N
M
M
Q0
ww
Q
N
N
O U
rd
H
Oo
rl
rl
O
>4 0
M
M
o
M
E-1
W
ri
7-1
1
Oo
H
U
o
o
c-
r-I
o
Ln
U H
H
rl
rl
M M
Ln
N
rl
N M
d1
--
dV 0
d1
O
O
Ln Ln
LO
I
Ln
M N
O
\
rl
N
N
M (M
r-
H
d1
N d1
Ln
rl
c�
00
O
O
(Y) M
Ln
>
(Y)
M M
O
N H
x
M
N
N
rl rl
L—
d1 d1
Ol
O
N
U) co
O
00
'D�:)
Q
H
PiQ�
(x
0
_.
w rW
E-I p
O
E-1
W W
FC
FC
� �
Ei
(�
fx
(x (x
U
00
FC
W
W
H
UU
>
d'
>1>d
Q
O
�
W
H
�D
rl
E�
FC
x
U) co
W
N
E�
�D �D
U
x
W W
O
O
FC
fc:�
00
fx
O
f2L4 r-L4
fx
N
U
U
U
U U
O
i--i
U
W
U)
U
H
H
O
Q Q
x
• • a
C4
rx
Q
Iz
w
rx rx
U
O
Q0
OH
OW
OW
OOO
O
H
>1
5:� F�
Off;
O
••
0Q
O(Y,
00
cnX
C-X
CDmU)
rlx
W
QQ
NX
Q0
(M
Hz
7-1H
o,-q
o5�
ofz:�
-d��
CDU)
o�D
o
rl
aj�
CD
N W
00Q
CC) Q
00xx
N�-1
N�rl
N
W
NF--q
M�D
M"
M H
M O O
p
d" U
d1
O
a \
N U
d1 w
31 S'
d1
11 1--D
d1
x
U) U)
d1 U)
d1
N
\ E-1
O
oorn
ooM
orn
orn
oP- c-
CD Q0
Q0
P-
o0
CD (Y)
CDN
n
CD CD rd
rd rl 7-1
rl ri
� �
r--]CD CD
r1 rn
Ln
IT
,H rd
rd cN
7-1
\ p.�
W 0
0 o r�
r1 rl M
7-1 M
rl M
rdLn U-)
7--d �0
00
0
�'D (10
T--d 00
T-1
000
OOM
00
00
000
00
O
rl
M(n
00
O
O (a
U
O O O
Ln Ln rl
Ln rl
Ln rl
Ln rl rl
Ln rl
rl
rl
rl rl
Ln rl
Ln
\- 4
000
CC) 0OCD
00 CD
COO
0000
00 CD
O
O
00
00 CD
00
rl 4
Q0 Q0
QQ
Q0
QQ
k-0
Q
r-I
N
U
n
0
N
0
-0-0
C E
O N
Q O
Z
O
-E
E
O
U
o
om
Q
U)
a
H
a
W
E-H
9
O
U
a °a
�H c�
E-H
H >4
U al
OH
Ha
WW
OU
H
�HO
H� U
U H H
-- d� O
N H
O
N
O
H
d�
\
N
O
N
o AO
.. O A
cn PHG Z
W�
o a\
N \ E-I
N 9
\04 WO
o (a U
\4
r-I 4-)
r-I0
rI
rI
\
rl
Q,
rI rI
�4
b�
�4
U
a�
(1)
Q
(1)
U
U
4 -)
U 4-)
U)w
a�
�-4
4-)
-P
4-)
OOI
LC)
o
�o
O
O
O
ri
O O
Ln
L(-)
Ln
L(-)
Ln
L(-) N
N
N
N
N
N
N
O
O
O
O
O
O
O
N
N
N
N
N
N
N
rn
rn
rn
Q0
Q0
rn
Q
O
O
O
O
O
O
O
O
O
o
o
I
L-
L-
d1
d1
O
O
O
O
O
O
M
M
Lf�
Ln
O
O
O
m
0l
O
O
O
O
00
00
0-)
bl
O
O
L0
6l
Ol
Ln
Ln
CD
CDLn
LnLO
LO
d1
d1
Ln
CV
d1
d1
N
N
O
O
m
m
r-
r-
(n
M
LO
LO
rl
d1
d1
i-n
i-n
N
CN
N
N
m
(vi-n
i-n
Q0
Q0
O
N
U
U
U
a-)
N
�-4
r-I
N
rl
co
a
Q
Q
U�5
co
U)
Q
04
Q
�> I4
Q
a4
Q
�>
>
l
3>
>
>
l
u>
>1>
H
p
H
F1
H
p
fx H
p
H
p
co H
p
N H
9
p
O
(D
O
I
O
O
U)
O
O
LH
p
O 1
p
Fi
F1
U
p
(a)
p
r�
p
(a)
p
O
p I
> d1
U d1
O d1
+-) d1
U) d1
p
I
p
rl
p
�-I
p
H
p
H
p
r,
p
\
O I
�
�
m
�
a-)
-H
A I
rl
�D
�D
rl
�:)
�:)
Q rl
�:)
co r--i
�D
-H -i
-A I
N
O
wN
O
>,N
O
O
-SIN
O
N
O
RCN
o I
O
U
O
U
�-IO
U
CO CD
U
�-IO
U
O
U
O
O
Ln I
N
U
SIN
U
NN
U
N
U
UN
U
�-4N
U
4-)N
U
00 1
F�
co
U)
N
co
U
klo
O
Cf)
O
w
U
O
1
O
O
O
O
O
O
O
I
d1
d1 N
rn
rn rn
rn
rn rn
O
O O
O
I
O O
I I
O
O O
N
I
N N
I I
H
H H
H
H H
O
O
O
H
H
H
U
U
U
H
H
H
H
O H
O H
00 r�
(n
O
O
d1
ZT
�o
O
O �o
i-n
r--i i-n
r--i i-n
00
7-100
r100
O
00
00
r--]
i-n r--A
i-n r--i
O
00 O
00 O
oU)
N
rl O
N N
O O
rl N
O
H
�7 U
� H
H �
U �D
w �
Q O
U
� w
Ow OP
Oo Ql N p
O O w
i-n d1 N
'ZZ:T1 w i-n
d1 � d1 C7
O N O 0l
V-1Q0 V--IQ9
rl d1 rl rl
OLf� 00
Lr) V--I Lr) r--I
00O OD CD
110 k-0
C- C--
d1
rn
rn
O
O
O Ln
N i-n
I O
H L-
O
H rl
w
Q
O 5�
H
w
U fx
� H
H w
rx w
OH O>-i
F-f::� -iw
O N
O L0 O rl
7--1 i-n r--I G)
T-1 00 T--I V-1
00 00
i-n r--A i-n r--i
00 O 00 O
I II
I II
I II
I II
I II
I II
I II
I II
I II
I II
I II
I II
I II
I II
I II
I II
I II
I II
I II
I II
I II
I II
I II
I II
I II
I II
I II
I II
I II
I II
I II
I OII
I III
I •II
I MII
I Q011
I OII
1 III Q
I rn11 �-4
I III co
I II P
I II
I II N
I II U
I II
I II >1
I I I a--
I III �
I III
I Ej I I
I Oil
I II a
w
1 11 0
I II
I II Q
I II W
I II
I II
I II
I II
I II
I II
I II
I II
1 �-411
I Oil
I QI
I III
I III
I III
I II
I o11
I o11
I III
I III
I II
I QII
I III
I �D11
I wll
I II
I II
I II
I II
I II
I II
I II
I II
I II
I II
I II
I II
I II
U O
N
O N
N
0
(m a)
-0-0
c E
O a)
Q O
�Z
O
o
U aD
a)
o
Q
Q
r� i
UW
N a�
rl O
a tyl N
O W
E♦ I -a E♦
w
d� Ch
Q
O
N
H
4
E-1
W c!�
Q w
O U
Z
W
E♦
U
E♦
Q E♦
O � �
N
N
H
w
Q C/) E♦
a wH
w �
as �
0
a U E♦
O
j34 0
G4
W ZO
�H0 HIx
E-1Q 0P.
H a
0Q O�
E♦
04
H Q
I
WO
O E-H
I
H
HW
U �H
Ul
rl
- r-I
N
0-4
�--I 4-) )
O p I
•• O O
M P4 0-4
r1 o pC $I �-4
O • rl r I
O
N N
O O t!) o
N N E-H
o
o (d O 0 o Ln
.1.0 fW U o 00
r-I 4-)
0\0 0\0
0\0
0\0
0\0
0\0
0 0
0
M
o
o
cal
O
N
Cam]
Cn
r--A
I
O O
O
rl
L0
N
O O
CD
d'
(n
Cn
O O
CD
LO
d'
0o
O O
d"
LO
00
CM
O LO
LC)
(n
N
Ln
O
L0
I
0-)
00
�
I
I
7�
00
0 0
0
0
0
E-i
o
qT Cn CD Qo qT rn o k0 r--1 Cal
O O
O
O
CD
E-i
O
W W W Ln rI Ln ('') [- rI CN dl m rl d" (D rI N m aD Ln
W�
fx�
fxf�fxf�fxfxfxf�fxf�fxf�fxf� �Ifx �Ifx Nf�
QR4
ZTU-Hu
rCW
r:Cfz:� fz:� F� r� F� r:� r:� F::� ((dF::� 4-4 f��
�_lU
�ii �11 �I:i �11 �I:i �i �i �i �rl �rl �rl �rl �rl O �rl
W
l
O
0 0
o
rl
d-'
co
0 0
0
1731
o
Q0
Ln
IZZ31
Q0
Lrl
Q0
Ln
d"
N
k-0
rl
I
61
I
W
0 0
0
0
0
o
U
O O
CD
d"
O
O L0
O
O
O
N
Ln
H
Q0
I
d"
[--
N
1
w
W
�
E�
44
0 0
0
0
0
o
44
O
o
�D
N
Q0
I
o
m
rn
C-
(n
c'M
C-
I -
CD O
O
O
O
O
O
O
O
O
III
Cn
O
Cy-)
LO
O
O
O
•
w w
w w w w w w w w w w w w w w w w w w w w w
N
rn
WW
Ln
WWWWWWWWWWWWWWWWWWWWW
r-
(y
I
N
O Ln
I
O O O O O O O O O O O O O O O O O O O O O
O L-
. .
O O O O O O O O O O O O O O O O O O O O O
. . . . . . . . . . . . . . . . . . . . .
000
OOOOOOOOOlOCDMCDMLn000100CDM
CD Q0
mmd -o m m -o m k-o i'Lo(-o ' m d-' m o-)Q0d-'Ln�Id1
L0 M
I I
(n rl rl rl rl rl N rl rl rl rl rl rl rl CV rl rl rl (n rl rl
I I I I I I I I I I I I I I I I I I I I I
ill ,
H f24
121-4 H H H H H H H H H H H H H H H H H H H H
4--)
Ul
H
on
�i
zpgonpQPQ(�Q(�QPQ(�QPQPQ(�PQ(�PQ�QPQ(�Q(�QPQPQ
F14 LH
C-7U
O
U�7CJ�7�7C7�7C7�7C7C7�7�7�7�7�7�7C7�7C7�7
co O
O
rl
O
N
O
(0
o o
o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
U� N
rl
4-)
N N
N N N N N N N N N N N N N N N N N N N N N
r1
ro
-P
o 0
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
rl Cd
rl
Ul
N
NN
NNNNNNNNNNNNNNN(NNNNNN
NLn
mNNNNNNNNNNNNNNNNNNNN
N U
U
N
N CD
rl
rIN N N N N N N N N N N N N N N N N N N N
Ul
Ul
4-)
\\
rl
\\\\\\\\\\\\\\\\\\\\\
N rl
rI
CO
00
000000000000000000000
F3:4 '
'
H
rl rl
pQ
rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl
dl O
rl d-' d-' d-' d- lz31 �T l:z3l �' d' d' d' d' d-' d-' d-' d1 d-' dI' dl IZII
O O
O
O
O
d" 00
O
Ln d1 d' 1731 d' 1:731 d' 1731 dI 1731 1:11 d T 1:11 1731 d' 1:731 d' 1:ZT d1 d T d T
o ri
o
0
0
Q0 kl0
o
(n Q0 Q0 Q0 Q0 k-0 Q0 Q0 �10 k0 �.0 �10 k0 kl0 �10 Q0 Q0 110 Q0 Q0 Q0
rl 61
m
rl
rl
00
N
000000000000000000000
rl Cn
Ol
rl
N
O O
N
O O O O O O O O O O O O O O O O O O O O O
M L0
L0
CO
00
rl rl
00
rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl
Cy-) m
M
m
m
Cn
dyd1
dyd1dyd1dyd1dyd1�1:ZTdyI::Tdy17Tdy17Tdyd11:11d1IZZ31
0 0
0
0
0
0 0
0
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
O O
O
O
O
N N
O
N N N N N N N N N N N N N N N N N N N N N
Ln Ln
Ln
Ln
Ln
oo
Ln
o00000000000000000000
CO CO
00
co
00
NN
00
NNNNNNNNNNNNNNNNNNNNN
Q0 L0
L0
L0
L0
LO
C- I-
�
I-
I-
c-
a)
U O
N
O N
N
0
m a)
-0-0
C E
a) a)
Q o
�z
0
o
U a)
a)
0
CL
Q
N
UW
a�
N
O
atyl
N
O
W
E♦
a H
w
rx
c�
5�
Q
�
1�
5�
x
o
FA
N
I �
W
H
4
E♦
U
W
U)
00[-�-D x MCDNW�IONLnN-3, Lnmm d10--ILn,--imm�-oL�LnLndlCDM C\J N M Mr-I d'r-I N5
A
W
CnNLn00 �II1»[- n, Ln N :zi, m m mm --A Ln--Ac')�Id"�-o Ln �-o ilm md"Nd"LnN�1�-QN�-Qd'NNQQM r--A04
�
fyf�fy(yfs-i �f�fxfxfxfZfxf�f�f�fxf�fxf�fxfxP�fxfxf�(xf�fxf�fxf�fxfZfxf�fxf�fxf�fxf�fxfxP�fxfxW
cd l< C H lC rC f< r�C FzG F�C FzG F�C FG FC FG f:::C f::C rC f< f< F:G l< �G l< f::G lC F�G rC F�C r:C F�G F�C FG FC FG lt::C f::G 5:C fz:C w
U
x x�rl Q�ii x�I:i x�I:i �i x�i x�rl x�rl x�rl x�rl x�rl x x x x�I:i x�I:i x�rl x�rl x�rl x�rl x�rl x�rl O
Z
w
E♦
A
E♦
A E♦
� �
O
N
N
H
W
A
C/)H
a
wH
w
�
as
�
0
W U
E♦
j34 0
G4
a
W
ZO
�H Ch
H pG
Fs-4 Fs-4 F3:4 Fs-4 Fs-4 Fs-4 F14 F14 Fs 44 Fs-4 F14 Fs-4 FT-4 Fs-4 Fs-4 Fs-4 F14 F14 F14 F14 F14 Fs-4 Fs-4 Fs-4 w Fs Fs Fs 44 F14 F14 Fs-4 F14 Fs-4 Fs-4 Fs-4 Fs-4 Fs-4 Fs-4 F14 F14 F14 F14 FI-4 Fs-4 Fs-4
ESA
0
WWWWWWWWWWWWwWwWwWwWwWwWwWwWWWwwwwwwwwWWWWWWWWW
rxrxrxrxrxrxrxrxrxrxrxrxrxrzrxrxrxrxrxrxrxrxrxrxrxrxrxrxrxrxrxrxrxrxrxC4zzz0r zzz0x z 0l z
aH4�
O
OOOOOOOOOOOOOLnOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOO
0 0 0 0 0 0 0 0 0 0 LO O O O N O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
EW.i
04
OCD, L�dl�90dlOOOLOOOOOldlLl,dl000d1O00011,0000011,00000d10000011nd"00
HQ
0-)Q0 Md-'OOd-'OOLn���o-)NOONd'Q00-) Q0d't�OG) z3l M CDM0)0-)'')�,Od-)d-)0000 -'Q0O0-)LOQ0�IOLOO
�I �I m �1 �-o Ln �I N N k,.o �I �I rI �I CO QQ m �I �I �I �I �I �I �I N N Q0 N �I �I �I N �I �I rI �I �I �I �I N �I �I �I N d-' �I �I
44 0
11 1 1 �I I I I I I I I I �I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I
O E-H
I
H
I I
HW
U �H
H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H
� PQ PQ pQ f� PQ f� PQ �4 PQ PQ PQ PQ 1Y1 PQ PQ f� PQ f� PQ PQ PQ PQ PQ PQ pQ (� PQ f� PQ W PQ PQ 1Y1 PQ 1Y1 PQ PU f� PQ f� PQ �4 PQ PQ PQ PQ PQ
O
f24 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O
N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
�C\]NNNNNC�INNNC\jNC\INNNNNNNC\jNC\jn1C\1NNNNNC\qC\jC\jNC\INNNNNNNNNC\jNC\1
,c�NNNNC�IC\jC\�C\jNNC\jNC\�NNCNJNC,I C\jNC,INC\1C\�NNNNNNNC\�NNNNC\jNC,I C,I C,1Nn1C\�
—INN N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N
-rl--- \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \
75 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
(IQ r--1 7--1 T--1 T-1 T--1 r--1 7--1 T-1 r--1 7--1 r--1 7--1 r-I T-1 T-1 �-1 T-1 7-1 7--1 7--A T--1 7--A T--1 7--1 T--1 T-1 T--1 r--1 T--1 T-1 r-I 7--1 r-I 7--1 r-I �-1 T-1 7--1 T--1 7--1 7--1 7--A 7-1 7--A r-I 7--1 7-1
r-I
4-)
d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 1:11 d1 d1 d1 d1 d1 d1
O
p
O d1 d1 d1 d1 1:11 d1 d1 d1 d1 d1 1731 1731 d1 d1 d1 d1 d1 17T d1 1:ZT d1 1:ZT d1 d1 d1 1731 d1 d1 1:11 d1 1731 1731 d1 1731 d1 1731 d1 d1 d1 17T d1 1:ZT d1 1:ZT d1 1731 d1
..
Q
O L0 Q9 L0 �D Q9 �'D QQ Q0 Lo �10 L0 k9 L0 k9 k9 klo Q9 Q0 QQ Q0 L0 kl9 L0 Q9 L0 �D Q9 klo �10 �10 L0 k.0 L0 k9 L0 k9 l9 �D Q9 Q0 QQ Q0 L0 110 L0 Q9 L0
cn
•• a.,
N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O
r-I
O
rx $4
N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O
O•rl
00�7--1,���������7--1,�����������7--1 r-I ��������7--1,�����������7--1,�
O
r-I
W
(n
N
N
d1d1d"d-'d"d1d"d1d1d'd'd'd"d"d1d1d1d1d1d1d1d1d1d1d1d1d"d1d"d1d1d1d1d1d1d1d1d1d1d1d1d1d"d1d1d1d1
O
O
Cl)
O O O O O O O O O O O O O CD CD O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O
N
N
E-H
01 14
g
9
O N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N
O (d
O
O O
Ln 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
.i
44
U O
00 N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N
r-I 4-)
U 910
Lo
r-I r
14 r-
F-
N
U O
N
O
O N
0
-0 -0
C E
O N
Q O
�Z
O
o
Ua
N
O
CL
Q
M 'o
I
-K
0\0
0\0
0\0
0\0
0\0
0\11
0\0
E♦ Q
O
rn
Q
O
m
+�
H
W cn
O
m
>-� >-I
i-n
>'1
N
O
i-n
cN
l [--q
T-1
�-q
rn
�l l
m
�l l
rl
O
a bl
N
ww
w
ww
ww
P
4 E♦
i-n
61
CO
H H
m
H
O
O
H H
di
H H
O
d�'
N
O
L�
O
Qd"
N
11.0
r--� r--�
d"
rl
O
N
rl rl
00
rl rl
N
>
rn
Ln
�D �D
�D
di
�D �D
�D �D
N
00
a
00
O
00
00
HH
N N
N
N N
N N
(nL-
(`-)
(n P-
(nl-
E-1
O r--I
O
O rl
O rl
W
U�
�0-)N
O
O
O
CD CD
O
O
O
O
CD CD
O
CD CD
Q
W
N N Ln w
O
O
O
rl r--I
O
rl
O
O
rl rl
O
V--I rl
U
��� fx
II II
II
II II
II II
O
15::� F� 5�F
rx
5�rC
5C5�
W
F-I
O
O
CD
O
O
�o
Ln
O
O
O
Ln
U
d'
I-n
6l
(`')
.--I
N
I�j
rl
6l
61
rl
N
rl
Q
m
co
N
E-1
W W
oo
Q
O
d"
O
O
U) C�
rl
rl
00
Ln
al
di
N
H
O
>
N
I
H
H
E-1
E-I
W
Q
\ t/)
O
Fl
O
O
O
O
O
O
E♦
�-D
O
a
wHCD
w
E-1 0
E-1
00
0U
W
F-
(n
00
n1 Cam]
CD
Cal
00
C\1 Cal
00
Cal nl
CD(n
I-
(n
m r-
m r-
mw
rn
O r-I
O
O T-I
O r-I
O
O
O
N
O O
c-
O
O
r--I
O O
[-
O O
E-1
01 w
(n
oo
k-o
7-1 ,--i
P-
r1
O
d T
rl rd
O
r--� rd
H04
wwww
w
�
�
ww
w
ww
ww
E-1Q
c7P.
wwww
w
Oo
�
ww
w
Q0
ww
ww
H
H a
0x z
rx
rx rx
rx rx
Uri
a�
I
U
OOOO
O
CD CD
cM
Lnff)
Nnl
0000
I_f)
00
0000
EW.1
U�i
OOOO
00
OO
00
0000
��
HQ
�I'Drnrn
N
;ZIHd,
Ln
7--�
GPI O
I I I I
I
O H
N N
I
E-1
HW
U �H
�HHHH
-P
04
-O
(D
��-D
rl
�--D
�:i
��--D
$:i
��--D
rl
z
U)
C4 zi
PY
>
z PY
(d
z Qx
O C7 �7 CJ �7
N
U
to
r I
CL4 121-4
J�
p4
c1
(21-4 04
Q4 a4
O
z
rl
E-i
w
121-4
(240000
O
00
O
U)
00
CO
00
NNNN
4-)
N
rl
NN
>1
N
>
C\lN
NN
0000
i:�,
O
O
rl
00
�-I
O
4-)
H
00
H
00
NNNN
N
N
u
�5
NN
(o
N
rI
NN
NN
rl \\\\
r,
\
w
\\
�-1
\
,�
I--- I---
rl
\\
NNNN
L—
�-4
0-)M
O
m
N
4-)
0-)M
(o
0-)cn
rINNNN
rl
N
N
ON
O
Z7
rl
ON
4-)
ON
H \\\\
\
�-4
\\
\
rl
(l�
\\
---- \
710000
O
(D
00
N
O
O
N
00
00
(IQ r1r1r1r�
w
rl
O
a
�r--1
pr--�
a
x
�r--�
�7--1
rl
4-)
di d' d' d'
m
00 00
00
CO CO
00 00
O
p
O d" d" d" d"
O
m
O
O
d" Lr)
O
d"
O
O
d" Ln
O
d" Ln
••
O
O l9 Q0 QQ Q0
O
�
O
O
d-' L�
O
d-'
O
O
di l-
O
di L-
M
d'
•• P4
C\�0000
m
O
m
O
00
O
O
Ln
r--I
00
N
00
rl
O
ai $4
N O O O O
N
O
d-'
rl
O O
(`')
O
dI
rl
O O
rl
O O
O• rl
OO T--1 7--d T--1 T-1
OO
r-i
00
T--�
7--1 r-i
T--�
T-1
r--1
N
rl rl
N
rl rl
O
r1
W
cn
(n
(n
d1
d1
�
N
N
dI d1 dI 1731
1:11
1731 1:11
1731
dI 1731
1:731
O
O
t!)
00000
O
O
O
O
00
O
O
O
O
00
O
00
N
N
E-1
r�
rd
r�
0% p
9
O N N N N
O
N
O
O
N N
O
N
O
O
N N
O
N N
O (d
U
UO
Ln0000
Ln
O
Ln
Ln
CD CD
LC)
O
LC)
Lf-)
OO
LC)
OO
...4
w
U O
00 N1 N N (NJ
00
NJ
00
00
(NJ NJ
00
(NJ
00
CO
N (NJ
00
NJ N
rl 4-)
U %D
H r4
14�
a)
U O
N
O N
N
0
m a)
-0-0
C E
a) a)
Q o
�Z
O
-E 0
o
U �
a)
O
Q
Q
UW
>1 N
� N a
0 W
H I -a H
W
d' (h
Q
O
N
4
H
W U�
A W
U
a
O U
Z
W
H
U
H
Q E-H
O
N
N
H
W
Q U)H
a wH
W Un
GU �
O
aH�
p0U, 0
P4
I-�
W ZO
�H Lh H fy
HQ a
a
UQ O�
§H
04
H Q
I
WO
OH
H
HW
U �H
rl
4-)
O
p
••
O
M
P4
r-I
O
a$4
O •rl
O
r1
W
N
N
O
N
N
E-H
134
O
O
OO
....a
W
UO
r14-)
U %D
rl r
14 r-
60
o\°
o\°
o\°
o\°
o\°
6l
o\°
o\°
o\° o\°
00
CD
N
N
O
O
Ln
O
O
O O
M
�-1
M
�--q
N
N
�l �4
O
Ln
w
w
ww
ww
N
CD
O
O
O
O
O O
r�
H
00
H
00
H H
6l
H H
O
O
O
O
O O
00
QQ
di
O
[-
O
LO
O
O I_()
m
r--I
LC)
r-1
O
r--I r-I
00
r-1 r-�
[�
O
r-1
Ln
O F-
T-1
II
Ln
II II
M
II II
d-'
o
7-1
P-
O M
M
(y
Py
(y Q�
(y Py
0
0
0 0
0 0
N
N
N N
N N
-P
l—
M r-
r�
r�
O r-I
O r-
N
O
O
O
O
O
00
O
00
O
O
O
O
O O
O
r--I
O
r-�
O
r--I r-I
O
r-1 r-�
O
O
Q
O
O
O O
•
II
0
II
0
II II
0
II II
0
0
O
F:�
f::� fz:�
F:�r
co
o
m
T-1
o
o
o
0
0 0
00
N
r-I
O
O
O
O
O
O O
.
.
.
.
.
.
O
.
.
. .
d'
r-
d'
O
O
d"
CO
O
r-I
r-I
M
U
LO
O
QQ
O
O i n
d"
M
d"
CO
r-
H
r-I
Ln
O c-
r-I
O cn
w
0
0
0
0
0
0
0
0
0 in
in
N
N
I
r-I
I
U
0
0
00
CD CD
M
N
N
N N
N N
r-I
r-I
r-1
O r-I
O 7-1
M
LO
O
d'
O
61
O O
L-
O O
[-
O
r-1
LO
O
O O
d'
r-1
M
r-1
d'
r-1 7--1
00
r-1 r-1
L�
O
7--1
O
O O
r-1
N
r-I
d'
=1
O
O In
w
w
ww
ww
Q
•
w
w
ww
ww
=1
=1
C4
>
o
�11Q0
o
c
M
N 00
00 M
O
r-I
m
00 M
Ln O
O
r-1
=1
0000
M M
O
r-1 r-1
N N
O
M
�5
O
ri
U)
Qa ro
c
1 Q-I H
p-I
Q-I 04
Q 4 04 -W
U)
� u
- r
H
(1)
-H
4-
CD >
0
00
00
LH
CD
R
N -P
N
NN
NN
O
N
4-
0 O -H
O
0 0
0 CD
�-1
CD
N r-I
N
N N
N (N
12L4
N Q4
c
M -Q
M
0-) (n
U)
0-) (n fo
�-4
LO r-I
U
U N co
N
ON
Qx
ON 75
(D
O 0
4 U)
�
U
W
�:i
'Ci
�
R
O -H
O
H
CD CD
Q4
CD CD r,
4-)
CD
,-1 Q
7--1
w
,-1 1--1
H
r-1 7--1 fc�
O
E-
00
00
00 00
00 00
M
D Ln o
Ln
o
-il Ln
CD
zzil Ln o
0
0 o
c
[- O
L-
O
d-' l-
O
d-' L- C\1
00
N Q0
C''
CD
o
r-1
0 o
r-1
0 0 0
0
0 o
c
d O r-1
O
N
O O
M
O O N
N
O Ln
(IC
r-I N
r-1
CV
r-1 r-1
CV
r-1 7--1 M
C'M
r-1 M
(`'
r �
�
�
�
d
d"
d"
ryy
7 dl
dy dy
dy
D O O
O
O
00
O
00 O
O
O O
c
r-
�r-
D N O
N
O
NN
O
NN O
O
N O
c
o Ln
o
Ln
o o
Ln
o o Ln
Ln
o Ln
Lr
D N 00
N
00
N N
CO
N N 00
CO
N 00
oc
�o
Q0
Q0
Q0
Q0
(Ic
H
O
0
Q0
0
Q0
M
O
O
Ln
00
�o
a)
U C)
N
O
O N
N
0
-0 -0
C E
a) N
Q O
�Z
0
-E o
o'
U 0
a)
0
Q
Q
LOwo
I
-K
-Y
61,
0\0
0\11
0\0
0\11
0\11
0\0
0\0
�I;zll I;zll
0\0
E♦ Q
O
6l
N
LO
co
O
[-
Ln
O
rl
C4in
N
O
LO
r1
O
N
mmmmm
Ln
>'1
N
CO
00
O
M
N
r-1 7-11-1 r-1 r-1
[-
r-I
O
N
r-I
W b1
N
O
W
O
LO
O
O
O
O
N
M
LIn
E♦
E♦
O
Lln
O
O
O
O
r-1
W
O
d�
(�
O
Ln
CV
U
M
QQ
O
Q
L-n
Ln
Cam]
00
in
L—
O
P-
d"
r i
co
r-
I
rl
rn
O
O
rl
I�j (�
�
�--I
I
•
N
O
b�
U
0 0 0 0 0
4-)
O
NNCIA NCIA
H
-H
rl
OOOOO
4
�-1
G)
G)
N N N N N
E-1
-Q
�>
di d-' dT d-' di
O
O
O
O
O
O
�-1
O
O
r-1 r-] r-1 r-] r-1
O
Q
W
O
O
O
FC,
O
O
O
N
O
O
00000
O W
UU)
r-I r-1 r-1 r-] r-I
r-I
O
0) t3) Z3) Z3) t3)
u
00
rl
H
rn
U)
rI rI rI rI -rA
O
U)
� H � H
O
O
rl ri rl r-I rl
U=4t=
r-I -H -r-I -H -H
H
�i
PQ PQ PQ PQ PQ
H -H -r1 -H -r1
C-D
IZII
CD
CD
CD
CD
co
Ln
O
d"
O
O
O
O
00
f:4
00
N
.
.
.
.
���III
.
E♦
d"
r-I
00
(n
CD
N
O
M
()
d'
r-1
Ln
d"
O
r-I
QQ
LO
d'
r-1
O
N
00
O
M
�D
O
L r�
Ln
41 W W W W
W W W W W
U U U U U
H H H H H
QE-1
O
O
N
O
CD
P�P� Q� (2�Q
W W
Ln
O
M
�
O
7-1
M
W W W W W
rn
O
H A
O
C
co
O
M
r-1
x x
N
>
Ln
M
Lr�
rn
O
rn
x x x
QQQQQ
N
d1
H
E-1
W
N
Q
\ C0
to E-1
O
Ln
O
O
O
O
O
O
O
r1
O
O
a
wH
I
CD
W
as
h
I
U U U U U
E-1 0
> > > >
u
>
Oo
a
�
N
m�mmm
����7--1
CD
M M M M M
m
r-I
00000
O
O
N
O
Q0
O
O
O
O
Ol
O
r-1 r-I r-1 r-I r-1
r-I
E-1
01 W
O
O
M
FC,
I-
r�
c-
O
F::�
rl
N
M
O O O O O
Ol
Oa
N
CD
rl
00
CD�
r-I
rl
� U
H
�
�
\
E-1Q
P.
Ln
M
w
w
Ln
w
(7)
W
> > > > >
Iz
O
O
O
O
N
M N L— rl 00
Ln
O
O
O
N
it Ln L— 00 d"
N
$ H
. .
.
04
00
O
00
co m.o Q0 r1
m
HQ
rl
Ln
O
(nOr1
N
O
N
O
Ln
W O
O H
Ln
r-I
H
HW
U �H
(o
rl
4-)
a)
124
'Zi
- H
(IQ
H H H H H
QLa
-P
H
W
W
W
4-)
PQ
PLa PLa 04 PLC PU
P�
-H
c�
�7
C 7
a-)
�D
�D
F4 F4 F4 F4 FC
N U
rl
O
O
>
.I
U)
O
O
O
�-I
O
O
4-)
00000
�D O
fo
N
N
LZ5
N
Cal
N
N
H
N N N (N N
N
(o
u
O
U)
O
U)
O
4-)
O
u
O O O O O
rl O
rI
N
-
(N
a)
N
m
N
H
N N N N N
rl (N
rl
(4
\
\
�4
\\\\\
-H
U)
H
r-I
F
rl
4-)
Lo LO Lo LO LO
LH m
rl
N
M
`�''
M
U)
M
�-4
N
u
r-I r-I r-1 r-I r-I
-0 r-I
�-1
\
',4
\
U)
\
O
\
N
\\\\\
rl
N
O
-r-I
O
O
O
O
O
O
4-)
O
rl
00000
(0 O
U
w
,-I
PQ
r-I
U)
W
r-I 7--1 r-I r-I r-I
I-q
.--I
4-)
C`
L`
C`
Ol
Ln Ln Ln Ln Lr)
r�
O
p
O
O
O
M
O
M
r-I
O
M
O
L-
O
r-1 r-I r-1 r-1 r-1
O N
• •
Q
CO
r-I
N
00
M
00
d'
O
CO
r-1
L1)
M
d-' d-' d-' d-' d-'
LIB Ln
cn
•• Ra
O
O
O
O
O
O
O
N
O
O
O
O
00000
O O
,-I
O
a$4
Q0
F-
�
O
F-
O
�
F-
O
00
O
00
O O O O O
OC) O
O. r1
M
M
M
r-I
M
r-1
M
M
r-1
M
7--1
M
r-1 7--1 r-1 7--1 r-I
M r-I
N
N
d
d
dI
d1
dI 1731 dI 1731 qT
d
O
O
t!)
O
O
O
O
O
O
O
O
O
O
O
O
00000
O •
N
N
E-1
r-1
r-1
r-1
r-1
r-1 1-1
r-1
r-1
r-I
r-I
r-1
r-1
r-I
r-I
r-I
r-1
�
r-I
r-I � r-1 � r-I
7-1 r-I
d: �
9
O
O
O
N
O
N
O
O
N
O
N
O
NNNNN
O N
O (d
O
0 0
Ln
Ln
Ln
O
Ln
O
Ln
Ln
O
Ln
O
Ln
O O O O O
Ln O
\ .i
W
U Cl
00
co
Co
N
00
N
Co
00
N
00
N
00
N N N N N
00 N
r-I 4-)
U %D
H r
r--
a)
U O
N
O
O N
N
0
-0-0
C E
a) N
O
Q O
�Z
0
-E o
o'
U a�
a)
0
Q
Q
%J0Fa
0�0
0\0
0\11
0\0
�IZII
0\0
0\0
Q0 Q0 Q0 m 00
0\1
0\0
E-I Q
M
L0 11-0 L0
[-
L(7
m
rl r1
m
N
[- 0) rl M M
d"
O i-n
U W
I-P-P-
mm
[-000v--Irl
�
+�
H
04 V)
M
m m m
::I,
m
c-
O O
Ln
O O ri ,H ri
r1
0) M
>1
N
r1 rl r1
M
N
M
i-n i-n
T-1
d1
i-n Ln Ln L(7 L()
N
r1 d'
�l
O
N N
N N N N N
a1 tyl
N
O
W
rn
O
O
00
O
�10
E♦
1-a E♦
i-n
O
O
-H -H
I;T
C-
rl
O
U r i
W
QQ
rl
M
(M
N
Ln
dl
O U
Ol
N LO
Q
O
L—
Ol
QO
�L-6
P-
M
-H (0
m
U 7--1
H
0)
M
O
d'
00
(n
4-) rl
00
-H d�'
rl
0-4 0-4
U �
•
N
>
M
rl
N
�:5 �:5
Q0
a) N
O
4
-11� -11�
0-4 Qx
N
N
U U
U)
U�
1-�
N N N
f2L4 12L4
H rl N N
N
H
000
U) lc� U U
U
NNN
ZTb)
0 L2S � -H-H
E-I
di d-' di
rl �
U (7d > �>
(d
O
r1 rl r1
O
O
O
H- rl
O
O
H e x �-I �-4
O
r, O
Q
W
O
O O O
O
O
O
rl r1
O
O$:�
a) (1)
CD
a)a)
U
r-1 -I r1
U U
(
� - rl I UD UZ
4- )
1-a
>1 >1
N �-1 O
$:�
bT b) b)
U U
co O O rl rl
rl
rr
NN
4-)000
(�
rl -H �-1
O
rl rl rl
L16 U6
-H O r-
I
17
U
rl rl rl
�-4 O O
O
Z
pQalal
N N
O UU
4-)
-H �4 V'4-) 4-)
W
W
4H CH
(d rl U) (n
N
rl rl rl
C7
U
0 0
(0 rl N N
r1
rl
M
Ol
O
C, C4
O
(N
�f::� r-L4 r-L4
O
W d1
d"
Ln
O
Q0
N
O
00
aa
U) m
0 00
6
.
6l
l0
Q0
�:) �::)
9
6l
" Q (Y QY
Ln
(:4 O
U
M
N
m
L�
PQ
O
F14 F14
<`
M
E-i (y E-i E-i
d"
0 G)
r1
0 U' u
r-
�D
00
�D
m
W W
r-I
N
FC fc:�
N
Ei O
QxQxQx
fxfx
�
U�rlOO
FC
A
W W W
Ln
UU
> 7--A
?H
W W W
E-i E-i
H �D
FC fc:� FC
0 0
� O fx f2L4 r-L4
Q�
UUU
UU
HUO
W
H H H
0 Q Q
x
AE-1
QQ
Q� Q� Q�
M
O
00
��
M
rn
U C-
W W
M
W W W
O
1-
00
O O
Lr)
r-
H
FG O
o
CDFC��
rn
M
mm
CD
L()
FCW�QQ
r1
x Ln
N
HA
>�
di
QQQ
N
CD
N
CD
N
��
rl
rl
p ���
r1
x N
O
NH
N
ww�
CD
O
OO
rl
WFC5 EF-Ip
U
G4
O
o
mU)
m
a
N
rl
H
E-1
W
N
N
A
\ Cl)
U) E-1
O
O
O
r-1
O
O
r1
O
O
O
O
O
a
CD
W
�
`i
�
i
x�x
h
UUU
> > >
UU
>>
UUUUU
> > > > >
U
>
a0
E♦�
U
U
oO
f11
m(5)m
r1 rl r1
rl
N
r1
N
c-I-
CD CD
L0[-L000
LC) IZIIOl r1 rl
M
N
w
M(`')m
O
O
LnL(-)
00OL0L0L0
OO
a
000
rl
r1
00
Or10MM
O
F4
Q0
r1 rl r1
M
O
O
O
co
rl r1
M
Ol
rl r1 rl r1 rl
d-'
r1 L-
E-1
91 W
M
OOO
O
N
L�
N
00
CD CD
L(�
L-
OOOOO
III
O O
CD
6l
M
CD
Ln
rl
Ln
�H
Ha
\
w
w
�
Q Q
�
�
Q Q Q Q Q
�
Q
E-1A
N
N
> > >
rx
rx
>>
> > > > >
>
UGA
a04
O
MMd-'
Ln
Q0
00
00000
O
W
rlrl0
LO
O
Ln0
00000
O
§c [-1
04
N N Q0
Ln
L('
O Ln LO O O
Ln
HQ
r1rlN
M
OD
Od-'I�(nM
d'
rl
rl
rl
rl d'
N
WO
O E-1
I
H
HW
U �H
(�
U
U
H
�-I
HHH
pQ
(]Q
4-)
HH
N
HHHHH
H rl
QL4 f2L4 QL4
>
>Pal
U
f2L4 12L4
U)
04(4(Waa
12L4 O
rl
�i
�D
4-)
�D
N
F� FC
r I
F� FC 5� 5:� F�
FC, O
N
rl
- H
rl
a)
�i
U
OOO
rI
O
rl
O
rI
CD CD
�
rI
OOOOO
O
FZ4
NNN
H
N
-rl
N
O
(NN
O
H
NNNNN
N
N L6
OOO
4-)
O
-P
O
U
OO
�
75
00000
O
NNN
�D
N
�D
N
NN
(2L4
�Q
NNNNN
N
\\\
\
\
N
\\
\\\\\
4
\
rl
LO LO LO
�-I
rl
U)
Ln Ln
rl
�-I
LO Ln 00 di d1
U
r-I H
4--)
r1 rl r1
N
N
N
N
�5
O O
(o
N
O O O r1 rl
�5
O 4-)
Cd
\\\
\
4--)
\
4-4
\\
U
-C�
\\\\\
�-1
\ (d
N
000
(D
O
CO
O
(D
00
O
4--)
00000
4-)
O (1)
x
r1 rl r1
U)
rl
'�
rl
�i
A r1
I-q
0
7--1 r1 r-1 r1 rl
r1 ' ii
rl
4-)
L-)LC)Ln
m
MM
MMOOOOrI
O
O
p
O
rI rI r1
O
[-
O
[�
O
(N N
O
O
O (\A (N m Ln
O
d" O
• •
O
F-
di d' di
OO
L(
O)
L(-)
O
M M
rl
rl
N M d-' -T Ln
N
O M
M
•• 04
O
000
O
O
O
O
ri
00
ri
O
00000
O
O O
rl
O
a$4
Oo
O O O
00
O
00
O
00
O O
Oo
N
O O O O O
N
O N
O • rl
M
r1 rl r1
M
rl
M
r1
M
rl r1
M
1 "
rl r1 rl r1 rl
d'
r1 d"
O
rl
W I�j
IZZ31
I::T
IZII
IZZ31
N
N
dT d qT
d V
qT
1731 1:11
d1 1:11 1:731 dI Zll
d
O
O
t!)
O
000
O
O
O
O
O
00
O
O
00000
O
O O
N
N
E-1
r1
rl
r1
r1 rl r1
rl
rl
r1
r1
rl
rl r1
rl
rl
rl r1 rl ,--1 rl
r1
r1 rl
�
a9
O
N N N
O
N
O
N
O
N N
O
O
N N N N N
O
N O
O
O
0 0
Ln
O O O
Ln
O
Ln
O
Ln
O O
Ln
Ln
O O O O O
Ln
O Ln
W
U O
00
N N N
00
N
co
N
00
(NN
00
00
N N N N N
00
N 00
rl 4-)
U to
Q0
Q0
Q0
Q0
Q0
Q0
Q0
I'D
a)
U O
N
O N
N
0
m a)
-0-0
C E
a) a)
Q o
�Z
O
-E o
o
U a)
a)
O
CL
Q
UW
>1
N
r-I
O
atyl
N
O
W
E♦
�l [�
d�
w
U�
A
O
4
N
4
E♦
W
c!�
A
W
U
a
z�
O
U
Z
W
E♦
U
A
E♦
A E-H
O
N
N
� �
a
H
W
A
U)H
a
wH
w
�
0
aE-4
E♦�
0,,
p0
P4
W
ZO
�H
E-1Q
C7a
H a
U al
�
0
§3 P
04
H Q
I
WO
O E-H
H
HW
U �H
r-I
4-)
O
i`I
••
O
M
P4
r-I
O
a$4
O • r1
O
r1
W
N
N
N
N
E-H
04
O rd
o
0 O
...4
fW
U O
r-I 4-)
U ilo
r-I r
14 r-
o\o
QQ
o\o
QQ
o\o
Q0
o\o
Ln
o\o
o\o
o\o
o\o
o\o
m
M
I-
O
M
d"
M
N
Q0
QQo
o
o
.
Ln
0
00
o
I`
o
Ln
r�
Q0
m
M
Ln
Ln
Ln
Ln
(N
Ln
�
L-)
r-I
L-)
N
N
M
d-'
N
N
N
N
N
[�
o
(N
o
Ln
o
LO
G)
0
co
o
N
o
o
M
Ln
Ln
d'
o
CM
d'
61
LO
L
o
�I
M
o
00
00
Ln
6l
61
[-
Ln
01
o
N
LO
LO
6l
(N
(y Ln
4-)
4-)
U
>1
H
N
L�
�
00
Cn
d'
N
o
M
U) r-I �-1
N
N
N
O
N -H O
�4
�A
4-)
- r-I r, U
�l
�:5
r I
F:�
4-4 w
,Q
Q
cd
w
o
rl
o
F�
o
o
0
0
o
O
o
4-4 4-4 o
o
H
o
H`
CD
CD
CD
0
0
4-)
CDO
O O CD�,
.
W
.
.
co
, V
r-I
�-4
�-1
V '
u
u
�
�
��
co
�
-P��
U)
F:�
U) m Q
4-)
4
U
rl
H
O
H
co
co
�4
(Y)
o
00
o
Q
Ln
o
d'
r-I
o
r-I
o
�
o
N
o
LO
d"
Ln
00
LO
o
Ln
N
('M
�
Ln
o
U-)
C"l
6l
m
0o
I-
m
d"
d'
�I
CV
N
N
N
d"
N
k9
O
O
N
O
H
H
H
H
U
H
U
U
U
w
H
H
H
M
pC
to
f2 ,
di
QY
Ol
N
of
(Y-)
M
�I
[-
H
Ln
H
0)
H
F-
W
I-
N
O1
Q9
�;
�I
�;
dl
Q
o
01
d-'
N
Ln
Ln
Ei
rn
di
r-I
M
�I
h
1--DM
h
0 0 0 0 0 0 0 0 0
x
x
x
x
00
00
00
d�
W
0
0
o
Ln
M r-I
11-0
r-I
di
r-I
O1
r-I N
6l M W
(` -) 000 �--I
� o
Ln
0
61
o
L-
o �
N 6l f:4
d1 r ; r� F� �--I
LO
r-I
Ol
0
6l dI
Ln N
. Q
Q
Q
Q
w
r_. r_.
W SW
Ln
Ln
6,
� T--1
r- w
w w w
>
M
>
M
>
(y
(y (y (y
c-
d1
0
o
N
r-I o 0
o
G)
o
o
d'
d" M o
Ol
Ln
o
Ln
d"
ao C. LO
d'
N
o
0-)
N
d'
L
d 4
N
N
U
�-4
4 H rl
U
r
O
H H H 4
QL4 N
(2L4 I
QL4
(2L4 r I
r I
>w
4-)
U
� N
F::�
4-)
N
U)
O C7 C7
u
fo
r
r
d o -H
o �4
o H
o N
�-I
�-I
o �--I
o 0 0
I N �5
N co
N
N U)
a)
O
N N
N N N 4
o
0
0
o
4-)
o
o0o p
d N 41
Cal >
Cal
Cal Z7
O
4
N �-4
N N N
�o ',4
ko N
�'o
oo r-I
�-4
r-i co
T-1 7--] p
o N
o U)
o
N a-)
>
M I
MMM
-C�
\ �-I
\ O
\ U)
4-J
\ U)
\ \ \ U
d o -W
o �5
o I~
o (D
4-)
-H
o P
o0o E
a r-I O
7--1
r-I co
r-I p
O
U
,-I H
r-I 7-1 r-I I-
M
M
M
m
M
m O L-
D o 0
0 0
0 0
0 0
0
o
m o
c- 00 00 c
N oo
N M
N oo
m r-I
(n
o
Cam] N
m 0-) m r
o 0
0 0
0 0
0 T--
N
�I
o r-I
o 0 o r
.] o M
o Lei
o Lei
o Lei
Lei
LO
o to
0 0 0 �S
r �I IZZ31
T--1
IZZ31
T--1
dy
dy
�I
r IZZ31
IZZ31
dy
d
dy
d1
D o 0
0 0
0 0
0 0
0
0
0 0
00o c
D N o
N o
N o
N o
0
o
N o
NNN c
o Ln
o Ln
o Ln
o Ln
Ln
Ln
o Ln
o 0 o Lf
D N 00
N 00
N 00
N 00
co
co
N 00
N N N a
a)
U O
N
O N
N
0
(m a)
-0-0
C E
a) N
Q o
�Z
0
-E o
o
U a�
a)
0
CL
Q
c0 'd
UW
>1 N
r-I O
0 W
w
d� Ch
Q
O 4
N
14
H
4
E♦
W cl�
Q w
U
O
17 U
Z
W
E♦
U
E♦
Q E-H
O
N
N
H
W
Q U)H
a wH
w �
as �
0
aU E♦�
p0, 0
a
W ZO
�H0 Hfy
E-1Q C7a
a
UGA 0�
§3 P
04
H Q
I
WO
O E-H
E♦
HW
U �H
rl
4-)
O
p
••
O
M
RIO
•• P4
r-I
O
a$4
O • r1
O
rI
W
N
N
O
N
N
E-H
04
O rd
O
O O
....a
fW
U O
r14-)
U ilo
rl r
14 r-
o\°
o\°
o\°
o\°
o\°
o\°
o\°
o\°
o\° o\°
O
.
N
.
OD
.
C-
.
N
.
[—
.
O
.
(\1
.
O O
. .
rn
O
(Y-)
QQ
(Y-)
W
C7
O
O
L-
Ln
00
N
O O
O
O
00
O
O
Ln
O
00
O O
x
�I
(Y-)
(N
N
5� U
m
QQ
01
0)
O O
LO
Q0
�I
(`')
x
d"
T-I
O
M
d" Ln
rn
U W
cn
p
Ln
I-
W
di N
•
U
U)
U
•
00
F1 �
r-
O
d'
O
H
rl
O
(N
co p
W
N
co U)
co
Q
W
�U
W
O
O
O
O
4-4
O
O
0
O
O
U
O
H
O
H
O O
O
O
OT
CD
CD
�rl O
CD
CD9
CDm
CD
U1
CD CDU)
.
.
Q-I F
.
.
F-q
.
H
•
H
. .
W
rl
O O
4-1
4-4
x
U
U
U
O
UU
O
O
O
O
O
L-
Ln
Ol
(N
00
d1
O O
O
O
00
Ol
Ol
d"
0)
O O
.
.
d"
.
00
.
N
.
Ol
.
L
.
.
m
. .
L�
r-
r-
O
00
7--]
T-I
l:zT
T-I
r-
LO
l0
00
�I
C-
t10
Ln
Ol
N
m
O O
Q0
()
kD
O
Lc)
O
N
U�
d' Ln
L�
N
7-I
d1
7-I
(`-)
d-' N
00
Ln
N
�I
N
N
O O O O O O O O O O
r-I
F-
O
Ln
00
rn
N
l
7-1
�l
l
O O
L9
m
1;
LO
O
r ;
Ln
O
Ln
di Ln
d1
�I
7--1
M
d' N
w
w w
w
w
w
00
41
7--1
W W
W
L
W
N
W
(y
(y (y
N
(x
(y
N
(x
O
O O
N
Ln
M
Ln
Ln (y)
00
O
00
N Ln
L
�I
T--d
di
O
O
�I
d1
�I
d1
N
-
N
-11�
H U
rl
H H U
(x
H U
H 'C�
H
N
(0
f
U
C7
F�
o u -Q
N
�Q
0
0 [
N
N
x
O rI
-H
O O
U
O
O L16
O
>> N >
�5
N N �-4
H
N �-I
N p�
N
O
O O (0
'C�
O (o
O
O
N O
W
N N ,�
a)
N ,�
N a)
N
U
I--- I--- U
\ U
\ �
\ -
O
N
T-1XI
U
7--1
c� a--)
I~
M m �I
-H
M
O
O
H
4-)
-C�
---
I O ,�
-C�
O O co
-�
O �5
O N
O
7--1 a
a
�7--1
U
r--1 w
r--1 >
� c
N
Ln LO
m
m
m
> Oo O
O
o0 Oo O
O
O O
O O
O L
m O
O
mm N
Ln
O F-
O 00
O L
I O N
m
O O cn
m
7-I m
7--1 m
7I <
O Q0
kl.O
CD CD Q0
kl.O
O Q0
O kl.O
O <
r
IZZ31
IZZ31
O O
O
CD CD O
O
O O
O O
O <
7--1
7--1
T
N O
O
NN O
O
N O
N O
N <
O Ln
Ln
00 Ln
Ln
O Ln
O Ln
O L
N 00
00
N "1 00
00
(NJ 00
C\jJ 00
N
Q0
Q0
Q0
Q0
Q0
Q0
a)
U O
N
�o
O N
0
cM a)
-0-0
C E
a) a)
Q o
�Z
0
-E o
o'
U a)
0 a)
:>
CL
Q
ON wo
I
-Y
-Y
-Y
-Y
RIO
0�11
0\0
O\cl
O
0\0
0\0
Q0
0\11
0\0
0\0
0\0
0\0
0\11
IZII
E♦ Q
O
O
N
Q0
O
L0
[-
O
O
O
O
CO
[-
M
um
1O
F-
N
+�
r1
W to
r�
N
o
0
0
o
M
M
o
>'1
N
[-
Ln
Ln
O
O
O
M
1:1'
N
r-I
O
Cal
N
rl
rl
rl
rl
04 tyl
N
O
W
O
o
0
0
00
o
rn
M
M
P
4 E♦
O
O
N
O
rl
O
M
N
N
M
M
Q
d�
(h
O
CM
rl
rl
Ln
d'
O
M
L0
O
O
�4
Q
O
L-
rl
a)
rl
00
d"
\
Lf-)
-P
T--1
M
rl
I
I
r-I
(n
U)
r-I
14 (Q
a-)
a-)
I
I
_S4
N
N
M
U
N
C7
N
U
a
U)
H
�-I
�4
4
O
N
E-1
r-I
W
U)
O
O
O
4-)
O
O
O
O
O
O
O
O
U)
Q
W
o
0
o
Q,
o
o
H
o
0
0
0
0
o
r-I
a
On
U
p(
U
+)
rl
x
O
co
w
Z
�4
N
W
fo
4-)
ro
I
c
O
O
O
rl
O
(N
O
0-)
M
CY)
Ln
O
O
CO
O
00
O
M
N
(N
M
O
O6
0
0
0
F3:I
E♦
LO
H
00
O
M
L0
L�
Ln
U
L-
F,
00
d'
In
L0
U)
M
fc:4
r-1
Ln
N
U
Q
W
U
(x
O
H
U
H
w
Q E-1
O
M
00
41
ri
�
(x
O
O
o
�
Qo
W
W W
O
co
E-1
ri
F-
H
rn
ri
O
�-i
O
H A
Ln
rl
W
rl
d1
rl
di
Q
N
M
0
N
G>�
W
�
H
W
Q
� Cl)
o
0
0
0
0
0
0
0
0
0
0
a
t!) E♦
wH
w
h
U
U
�
a
E♦�
O U
040
W
LC)
00
rn
G�
F4
O
M
00
O
rl
rl
d'
O
rl
qT
O
O
O
[-
L0
O
rl
E-1
" W
O
Co
O
r�
F-
O
rn
=1
O
O
H
Ln
rl
di
rl
d1
rl
di
L0
�11140
Q
Q
Q
HQ
P.
M
0
O
M
LC)
00
Ol
O
EW.1
04
Ln
H Q
M
Q0
M
N
WO
O E-1
I
H
HW
U �1114
ro
U)
U)
(�-�
H
4- )
co
121-4
rl
f2L4
N
rl
4-4
p-i
N
rl
F::�
7
N
5�
ro
(�
O
U
4
U
41
U)
-H
O
-H
o
rl
�-_i
O
4-)
-P
N
�-4
rl
N
4-)
U
N
N
H
N
N
N
>
4-)
U
N
U
U
00
�-I
S-I
Q0
�-I
4H
U)
a-)
00
rl
-H
(f)
N
N
N
O
rl
N
4H
rl
U)
N
�5
4-4
-Q
\
-C�
\
Fld
O
�-I
\
4H
�5
O
4-)
4-)
O
4
�4
O
-H
O
W
O
U)
rl
O
O
ri
W
O
FC
E-I
[i
w
ri
rl
+1
M
M
G)
O
p
o
0
0
0
0
0
0
0
0
0
0
0
0
0
••
O
N
rl
N
0)
Ln
C-
N
N
QQ
(n
d-'
O
rl
G)
M
d'
•• 04
rl
O
O
O
O
O
O
O
rl
O
O
N
N
O
rl
0
ai $4
M
Cal
dT
O
rl
l0
O
[-
L�
00
M
0)
Ol
O
O •r1
d"
LC)
L
rl
klo
rl
LO
Q0
Q0
LO
Q0
Q0
rl
o
r1
W I�j
�
N
N
O
0
U)
o
0
o
O
o
o
O
o
0
0
0
0
o
O
N
N
E-1
rl
rl
rl
rl
rl
rl
rl
rl
rl
rl
rl
1
�
�
�
�
�
�
�
�
�
01
P4
9
O
O
O
N
O
O
N
O
O
O
O
O
O
N
O (o
O
00
Ln
Ln
Ln
O
Ln
Ln
O
Ln
Ln
Ln
Ln
Ln
Ln
O
.i
W
U O
00
CO
00
N
00
00
N
00
CO
CO
CO
00
00
N
r1 4-)U
l4
Q0
Q0
Q0
Q0
Q0
Q0
Q0
Q0
Q0
Q0
�10
U O
N
O
O N
N
0
-0 -0
C E
Q O
�Z
0
in
Ln
o'
U 0
0 a�
;>
CL
Q
OPC
�--I
0\0
0\0
0\0
o
ao
ao
U rq
a
>1
N
�
N
N
I
I
a�
N
O
W
o
rnc�
W
d�
(�
o
in
in
cal LO
Q
o
in
in
o dT
r-
r-
00 0
N
>
o
o
QoQ0
O
4
Q0
k-0
G)(y)
N
I
I
NN
I
H
1i
E♦
W
cJ�
o
0
0
0 0
Q
W
O
O
o
00
1-�
O
17
U
Z
W
O
LO
LO
r--I
N LO LO
O
LO
LO
Lnr--i
T--]19d"
E-I
00
00
LO
6l CO* 0
7--I
V--]
r--] cy')
LO r-I Ln
N
N
oN
dINN
Q
cn
m
OO r-1
M M o
E-H
T-1
r-i
7--] cn
Oo r-i F-
�H
I
I
Q E-H
o
F-
C-
o cn
W W
o
cn
(Y-)
N co
O
i!) Cr1
Ln
Ln
00 N
U�
N
O
. .
d1 [--
W
N
Q
d1 M
W
a
I
12L4
�
w
E♦
W
Q
U)
o
Ln
Ln
o Ln
W
a
U)E♦
w�
N
�
N
�
ON
o�
w
W
hCD
CD
CD
w
Ln
I
Ln
I
Ln
I
C4
aH
E-1
U
w0
0
m
N
�1
0
0o
ao
o co
W
WZ
CD
00
00
0-
0
0P4
0
CC)ON0
�Ch
HpG
I
ESQ
C7a
N
N
d'C—
H P4
Q0Qa
W
U GA
C4 Q'i
c n M
U
O
I41
�W
�Cu
04
UrC9
w0
��
�Qm
oE;
��DQ
�M
H
ww
Q��
HW
>a
U�H
WIC
�DH
44 Q
WW
�uU)
0 H
H r:�
O
to
00
fx�I!W
O
co
-H
N
4-)
co
co
fo
�A
�
N
U
¢,
�-4
0
Q
�-4
�-4
O
�CDQ,
Q ,
..
p
rn
�-4
MP4
..
N
.--I
O
$I
0-)
FG
0 •rl
w
N
N
O
O
t!)
o
E-j
Ej
N
N
E-H
O
0
�
ai
9
0
O (0
O
0 O
Ln
1.4
w
U O
co
rl4-)
U ilo
4-1
U O
N
O
O N
N
0
m O
-0-0
C E
O N
Q o
� Z
O
E�
U }'
a�
a�
o
0-
Q
O
N
O
N
\ 04
a1 54
O (d
\A
r-I-P
H0
UW
N a�
O
N
O W
E� �1 E♦
W
� A
o 4
N
a
H
4
E♦
W V)
A �
P4
O
h U
Z
W
O
N
O
N
P�
0
w
a
A
U
A
E♦
\C/)
V) E♦
wH
Vn
h
E♦
4
zo
H p�
c9 a
H a
O�
Q0
�o
Ln
Ln
0
Q0
I
I•
Q0
�o
OC) -Y
N
Q
fo
E-i
N
U
Ln
d" >1
I �
N
L
N N
CD
Ln I
a
00 w
00
f�
N O
W
p
O
Q
Sates Person: JA
Sold To: Iowa City Airport
ATTN: Mike Tharp
1801 South Riverside Drive
Iowa City, IA 52246
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 89 of 92
JET AIR'., INC. = low
1801 S. Riverside Drive
Iowa City, Iowa 52246
Phone:319-248-1200
Invoice: IVI-20-010602 10/31/2020
10.05AM
Ship To: Iowa City Airport
Line#
Type
item/Description
Cr?
Aircraft
Quantity
Units
List Price
Disc
Unit Price
Extended
1
Svc
IOW.60455.03
1.000
Each
148.76
148.76
148.76
IOW City Maintenance Reimbursement
City Maintenance Reimbursement
October 2020
Subtotal
Total Due
Added To Account
-----------------------
W e appreciate Your Business!
148.76
148.76
148.76
Printed: 11/05/2020
Page: 1
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020 Page 90 of 92
Airport Commission Agenda & Info Packet
Maafinn nnto- IVnvAmhar 17 909() pnna Q1 of Q7
a
Q
Q
a
Q
00
'�
d
Q
Q
a
Q
Q
d
0
0
0
Q
Q
Q
a
Q
Q
d
Q
d
a
Q
Q
Q
Z
Z
Z
Z
Z
Z
n
Z
Z
Z
Z
Z
Z
Z
Z
Z
Z
Z
Z
d.
Z
Z
Z
Z
Z
Z
Z
Z
Z
Z
Z
Z
Z
4-0 (A�
ra
m
nn
0
-Un
V -
V
0�
f
fu
M
M
E
a
..�
U
a
-�
0
o
❑
V)
❑
0
❑
[n
❑
Ul
❑
❑
�_.
°6
o�
a�i
obi
a7�
co
�
0
v
Ul
v
Ul
v
V
v
Cr
°
v
o
a
o
v
�
u
ui
4
L
qj
V�
L
-�
U
❑
4-j
+J
L
+'
L
L
+�
+a
L
+-'
L-
��-
L
C
V)
v
v
v
v
a.
.�
N
�
(
�
�
(
to
aA
�
�
p
�
�.
o�
sz
❑.
❑
0
Cu
v
❑
U
V)
Vf
-0
tp
M
fu
U
V)
Iu
M
U
W
M
M
L17
L/7
Qj
+J
v
.�v.+
4
v
v�
'a
�$
v
.�"�
'�
v
v
+'
"❑
..��
�^-
v
v
M
kA
�
V?
�
��
v
OC
""
GL'
I"'
�
M
•1--+
M
Qj
OC
❑
v
OC
....
❑
OC
c
❑
aj
Or-
�j
�"'
. ^
❑
..
❑
C]C
I-�
4-J
Cu
+j
M
v
. ^
❑
..
❑
N
V
L1,
N
N
m
N
L1
OC
N
!—
N
N
N
Ce
❑
�--
I—
N
CO
o0
OC
L']
I--
1—
V
C,3
C�
Z
'+-+
M
=
❑
o
M
E
uz
>
Q
• _.
�j
�
E
q
Ln
sue.
0
❑
❑..
U
❑
M
L
R3
w
=
�
N--
�
L
Ln
4-J
-
°0M
`�
M
�a
�-
.�
a)
-0
a
�,..w M
o
M
M
ru
V)
Qj
❑,.
,1"•
+'
fQ
M
W
Lr
{:
La.
�
�f--�
V]
E
E
x
x
X
v
U
0-
•
y
a)pj
a)
I`
U
_v
❑
t!i
❑
M
+-+
a-J
4--+
L
.❑"
L
O.i
U
Ln
�`
❑
•{%}
+�
+-a
°�
,�
'Z�
"C3
0
a
�-
u;
z3
❑
v
'�Qj
`"
.v
❑}
❑
❑
U
`�
v
..�
U
V)
.ova
M
0
L
,�
u
..�
u
ua
Va
Va
a
�e
u
.�
v
v�L
-0
v
E
M
v
Oc
-a
Z
v
v
v
�
o
�
�
�
�
�
�
�
v-
.�
_a
J
Oj
�}
�
4-4
�
,�
v
�
.LZ
_v
❑
0
�
+-+
❑
L
Lr
`�
La,.
Q]
v
v
'�
,��{
,,x
iL
7
�
�
C
"�3
�j
is
T3
'�
�
+�
�
.�
v
[D
Z7
Cu
'0
-0
2
`a
0
v
"a
-0
Z7
Z3
"�
M
�
-0
�
�
v
v
7
v
v
v
.�
U
Mv❑
L
.^
v
v
v
�3
N
Qj
v
v
U
.�..�
v
v
C
v
v
v
v
4-1
U
L'L
.-
❑
❑
U
v❑
v❑
M
U❑
v❑❑ail
v
V)
v❑❑
v
Y
fd
v
i�
_v
❑
v
m
w
ci
V
_v
V
Co3
F-
a.
V
U
o❑
of
L
L
L.
Ul
E
v
4-J
�G
❑.
-�
v
v
0
.....
v
�.
v
a)
C
I^
V7
v
D
V
v
v
v
uE
E�a
�..
�i
v
L
L_
,�
• •-�-
_0
_
Vy
v,
:�
r•
un
�
�.
v
�
v
v
L
Z7
V
i0
L
:�
Z3
Q
v
-v
❑.
o
U
,a'
v
M
�--
�.
M
o�
.�
v
.v
C
❑
v
❑
❑
❑
u
❑
v
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
w
❑
v
W
-0
v
@.
M
—
bn
0
_v
�
�>
_❑
aA
aA
o
,v
❑
-v
by
bn
,�
U--
bp
o--
Z
w
op
U
up
z�
v
❑
L-^—
n
b.a
b.a
W
•�
�,
W
❑
Z
..0
v
=
v
v
L
v
.�
■+...
....
.r.
�v�
.�
a^
■^
.-
.
v
cu
cu
GEL
p
....
❑
❑
y
❑
❑
,
❑
❑
L
a
❑
L
E
❑
v
L.
❑
L
v
L
❑
Ej
❑
0
Ste.
U
M
w
w
t
w
w
t
w
0
w
tip
V)
t
w
Q
❑
w
U0
w
4--J
M
❑
v❑
❑L
W
M
Vy
V)
t
V)
V3
0
V)
V)
ul
V)
❑
❑
v
❑..
V]
V)
(n
V]
❑
❑.
o
V7
L.
-P
V)
Va
0
0
:2
�
v
❑.
Vf
V]
C,
�
t
�
Vi
0
VZ
V!
V)
Vf
,�
{n
„�
{�
�-�+
Q
+-+
�
�
+j
}
M
L
❑
M
L
M
L
M
L
M
L
v
,^
M
L.
M=
L
(j
p
&-
M
�,.,
0
v
M
L
M
L
❑
L
m
L
q j
j
❑
❑
M
L.
M
L
M
s--
to
Lr
M
L.
0�❑—
v
v
a
w
v
❑
0
Z
(D
010
Cn
Q
LT
10
}-
a
(D
cr-
(D
0
N
a.
(D
+
v)
Z
=
0
U
V
1-
I F--
D.
Ln
I >-
I cl:�
V
o❑
0
0
0
0
0❑
0
0
00
0
00000
0
0
0
00
Co
0
00
cc
0
coo
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
NNNf•,c•,c-•
NNNNnar•
N
N
N
0
0
0
0
0
0
0
0
0
0
000000000
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
M
N
N
N
�
N
N
`
N
`
N
`
N
`
N
`
N
N
�
N
`
N
N
N%
0
r1
�
N
N
�
m
m
d'
`��
Ln
�D
r•
M
`
M
0
�
0
9-It
`
-It
Ln
�
M
r--i
N
N
M
et
Ln
0
Ln
LD
LD
r•
r•
W
W
M
r-I
c-i
H
H
H
H
r-(
H
r 1
H
r-i
r--i
r-1
N
N
N
N
N
N
0
0
0
a
0
0
0
0
0
a
c
0
01010,010
0
c
0
a
0
o
Colo
o�
a
o
0
0
a
ra
%--I-
H
Hri
r--i�ra
�
�
�
Airport Commission Agenda & Info Packet
Meeting Date: November 12, 2020
lagE
92
0
0
0
0.0
0
:)vzn
CA
=
=3
o
CD
o
o
,
M
0
On
.�
C
N
�
�
rD
n
n
u
v
Lnn�
ra
CL
ra
CL
ra
CL
9.0
RO
v
(D
+
o
+
ra
0
0
�.
a
CL
n
CL
UQ
Ln
0
ra
D
D
rD
ro
0
0
a
r.,.
....,
Cu
--
rD
M
rn
M
0
0
rn
M
u
RO
RO
0
0
w
oa