Loading...
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