Loading...
HomeMy WebLinkAbout12-10-2020 Airport CommissionIOWA CITY AIRPORT COMMISSION ELECTRONIC MEETING AGENDA ZOOM MEETING PLATFORM THURSDAY DECEMBER 10, 2020 — 6:00 P.M. Electronic Meeting (Pursuant to Iowa Code section 21.8) An electronic meeting is being held because a meeting in person is impossible or impractical due to concerns for the health and safety of Commission members, staff and the public presented by COVID-19. You can participate in the meeting and can comment on an agenda item by joining the Zoom meeting via the internet by going to: https:Hzoom.us/meeting/register/tJUuf- GtgzkvGtGTrB xInBF8n64jOSgPgY3 If you are asked for a meeting ID, enter 913 8855 2505 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 1. Determine Quorum 2. Approval of Minutes from the following meetings: 5 min* November 12, 2020; November 30, 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 1. Phase 1 2. Phase 2 a. Public Hearing b. Consider a resolution approving plans, specifications and form of contract and authorizing bids ii. Runway 25 Threshold Relocation 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 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 January 14, 2021 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: December 12, 2020 Page 2 of 247 November 12, 2020 Page 1 MINUTES IOWA CITY AIRPORT COMMISSION NOVEMBER 12, 2020 — 6:00 P.M. ZOOM MEETING PLATFORM DRAFT 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, Judy Pfohl Members Absent: Hellecktra Orozco Staff Present: Eric Goers, Michael Tharp Others Present: Carl Byers, Matt Wolford RECOMMENDATIONS TO COUNCIL: (to become effective only after separate Council action None. DETERMINE QUORUM: The meeting was called to order at 6:01 P.M. APPROVAL OF MINUTES: Minutes of the October 8, 2020, meeting were reviewed by Members. Lawrence moved to accept the minutes of the October 8, 2020, meeting as presented. Pfohl seconded the motion. The motion carried 4-0, Orozco absent. PUBLIC DISCUSSION: None. ITEMS FOR DISCUSSION/ACTION: a. FAA/I DOT Projects i. Obstruction Mitigation — Tharp stated that currently they are working on the Phase 2 plans and specs. The 95% Plan has been submitted to the FAA. Tharp also spoke to the mitigation that still needs to occur and how this is being handled with those property owners involved. Continuing, Tharp noted that he will be asking the Commission to hold a special meeting to set a public hearing for the December 10t" agenda. This will keep the project on schedule for the bid process. Looking for a tentative Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 3 of 247 November 12, 2020 Page 2 meeting date, Tharp stated the week before Thanksgiving would probably be best. ii. Runway 25 Threshold Relocation — Tharp pointed out the two Work Orders on the agenda, adding that these are for the design and construction related services for this project, and also for the AGIS survey. He further explained the nature of the second order, stating that the price may ultimately go lower but will not go any higher than Bolton & Menk have stated. 1. Consider a resolution A20-19 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 — Bishop moved to approve Resolution #A20-19, 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. Lawrence seconded the motion. The motion carried 4-0, Orozco absent. 2. Consider a resolution A20-20 approving Work Order #5 with Bolton & Menk for AGIS Survey for Runway 12/30 — Bishop moved to approve Resolution #A20-20 approving Work Order #5 with Bolton & Menk for AGIS Survey for Runway 12/30. Lawrence moved the motion. The motion carried 4-0, Orozco absent. iii. Fuel Farm Expansion and card reader kiosk replacement — Tharp stated that things are progressing with this project, but that he does not have a completion date as of yet. Byers added that he too has not received an update on when they can do the installation of the secondary pump. Tharp then further explained what this project entails, especially with the secondary access ability. iv. FY22 FAA Airport Improvement Program (AIP) Pre -Application — Tharp briefly explained how the Airport Improvement Program works, with submittal of the application to the State. The State then compiles a report that is sent to the FAA. The pre -application process is done in order for the FAA to get final numbers and what the needs are for the various airports. Continuing, Tharp stated that they have sent the pre -application to the FAA and have received a couple of comments from them. Discussion continued, with Tharp responding to Member questions and also addressing how the COVI D-19 pandemic may affect some of the funding. He then reviewed the current and upcoming projects at the Airport that are part of the AIP. Byers then spoke to the various projects, as well, noting that as priorities change they can make updates. Kohl moved to submit the FY22 Airport Improvement Program (AIP) Pre - Application. Clair seconded the motion. The motion carried 4-0, Orozco absent. b. Airport Operations i. Management Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 4 of 247 November 12, 2020 Page 3 1. Solar Power Installation project — Tharp spoke to what the subcommittee has been able to find out about such a project. He said he approached a local solar company and has been working with them for several weeks now. The two approaches would be to purchase a system outright or to go through a power purchase agreement with a third -party vendor. They would then build the system at the Airport, and an agreed upon rate would then be applied. Tharp also spoke to how a solar project is handled with Mid American Energy. Continuing, he spoke to the various decisions that would have to be made before such a solar project could be put into play. Speaking to the federal tax credits available, Tharp noted that currently it is at 26%, with a State tax credit of 13%. In 2021, these drop to 22% and 11 % respectively. He then asked Members what their thoughts are at this time regarding moving forward with this or not. It was noted that the tax credits would only be an issue if a third -party investor were involved in the project. Goers spoke to the solar project as well, giving Members an idea of how they might want to move forward with this. He pointed out pros and cons to owning a system, versus having a third -party build a system for them. Speaking to using the current provider that Tharp has been working with, Members discussed how fast they could move forward, especially with the need for a public hearing, etc. Members agreed that they should really take their time with this and explore all options and all providers, just to be sure they do what is best for the long-term. Members also spoke to the issue of continued maintenance with the solar panels and who would be responsible for this. The idea of placing the array closer to the main road was also discussed by Members, which would allow the public to see what is going on at the Airport. Goers then spoke to some of the legal aspects of having a solar array and possible decisions that would need to be made. Members shared their experiences with having solar panels at their homes, and how the billing and usage works for them. It was agreed that Tharp would move forward with the RFP process as discussed. ii. Budget — Tharp briefly summarized this item for Members, reminding them that this is one of the outstanding items that they need to address. John Moes joined the conversation at this point, adding that the big thing is having monitoring and updating on a consistent basis. 1. Consider a resolution A20-21 approving Amendment 1 to Consultant Agreement with FUEL Inc. for website maintenance — Bishop moved to approve Resolution #A20-21 approving amendment 1 to the Consultant Agreement with FUEL Inc. for website maintenance. Pfohl seconded the motion. The motion carried 4-0, Orozco absent. i i i. Events — None. C. FBO / Flight Training Reports Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 5 of 247 November 12, 2020 Page 4 Jet Air — Matt Wolford then reviewed the monthly maintenance reports. He also spoke to the arrival of the new truck and keeping an eye out for the sale of the old one. He also talked about sending a crew out to an Airport -owned piece of land by McDonald's that recently had to be cleaned up of debris and overgrowth. Speaking to Jet Air, Wolford said they are getting caught up in their maintenance shop. Sales for small aircraft continue to be high, whereas larger aircraft, such as from corporate entities, has dropped off. Flight training remains strong, according to Wolford. Speaking to the flight simulator, Tharp noted that at the nine -month mark there was about 100-hours uage, about a third of which was prepaid. The remaining two-thirds consisted of people coming in to use the simulator. At this point, Tharp believes they are very close to having it paid off for the amount they put into it. It was suggested that something be posted to remind people who come into the Airport that the simulator is available for use. d. Commission Member Reports — Clair shared that he has been reaching out to various stakeholders regarding a restaurant at the Airport. He shared with Members some of what he has discovered during his research, stating that in a few months he should have something more concrete to share. e. Staff Report — None. SET NEXT REGULAR MEETING FOR: The next regular meeting of the Airport Commission will be held on Thursday, December 10, 2020, at 6:00 P.M. via the Zoom meeting platform. ADJOURN: Lawrence moved to adjourn the meeting at 7:25 P.M. Pfohl seconded the motion. The motion carried 4-0, Orozco absent. CHAIRPERSON DATE Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 6 of 247 November 12, 2020 Page 5 Airport Commission ATTENDANCE RECORD 2020 TERM \ \ N W � W Q ` W W Q \ NAME EXR � N W N � W o 0o N W to o 0 0 0 0 0 0 0 0 0 0 Warren 06/30/22 O O O Bishop X 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 X Christopher 07/01/21 O/ O/ X 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/E 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 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: December 12, 2020 Page 7 of 247 November 30, 2020 Page 1 MINUTES IOWA CITY AIRPORT COMMISSION NOVEMBER 30, 2020 —12:00 P.M. ZOOM MEETING PLATFORM DRAFT 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, Judy Pfohl. Hellecktra O rozco Members Absent: Staff Present: Eric Goers, Michael Tharp Others Present: RECOMMENDATIONS TO COUNCIL: (to become effective only after separate Council action None. DETERMINE QUORUM: The meeting was called to order at 12:00 P.M. ITEMS FOR DISCUSSION/ACTION: a. Consider a resolution setting a public hearing to be held on December 10, 2020 at 6:00pm on the plans, specifications, form of contract, and estimate of cost for the "Obstruction mitigation — Phase 2" project. Tharp stated that they would discuss the project more at the public hearing meeting and that he was asking the Commission to schedule the public hear- ing for the plans and specifications. Bishop moved resolution A20-22, se- conded by Pfohl. Motion carried 5-0 ADJOURN Bishop moved to adjourn the meeting at 12:02 P.M. Clair seconded the motion. The motion carried 5-0, C61MM IV%l �•��1►J DATE Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 8 of 247 November 30, 2020 Page 2 Airport Commission ATTENDANCE RECORD 2020 TERM N N cw 1-.. Q a� Ift-ft00 M& o M& j \ NAME EXP. j N Q w N Q M Q M w o Q o\o N w o � Q j (� N Q N Q N Q N Q N Q N Q N Q N Q N Q N Q W Q N Q Warren 06/30/22 O O O Bishop X X / / 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 X X Christopher 07/01/21 O/ O/ X X 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/E 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 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: December 12, 2020 Page 9 of 247 Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Dr. Iowa City, IA 52246 (319) 350-5045 Resolution number: Resolution approving plans, specifications, form of contract, and estimate on cost for "Phase 2 obstruction mitigation" project at the Iowa City Municipal Airport Whereas, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above -named project was published as required by law, and the hearing thereon held. Now, therefore, be it resolved by the Iowa City Airport Commission that: 1, The plans, specifications, form of contract and estimate of cost for the above -named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above - named project shall be in the amount of 10% (ten percent) of bid payable to the Iowa City Airport Commission. 3, The City Clerk is hereby authorized and directed to post notice as required in Iowa Code section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builders of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above -named project are to be received by the City of Iowa City, Iowa at the Office of the City Clerk, at the City Hall, before 2:00pm on the 7th day of January, 2021. At that time, the bids will be opened and announced by the City Clerk or her designee, and thereupon referred to the Iowa City Airport Commission for action upon said bids at its next regular meeting, to be held at the Terminal Building, Iowa City Airport, 1501 S. Riverside Drive, Iowa City, Iowa, at 6:00pm on the 10th day of January, 2021, or if held electronically on the Zoom Meeting Platform, or if said meeting is cancelled, at the next meeting of the Airport Commission thereafter as posted by the City Clerk. Passed and approved this day of ] 2020. Chairperson pproved by Attest: Secretary City Attorney's Office Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 10 of 247 It was moved by and seconded by adopted, and upon roll call there were: Ayes Nays Absent the Resolution be Bishop Clair Lawrence o rozco Pfohl Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 CJ10WA00T Form 291111 (01-20) Iowa City Municipal Airport low Airport FEDERAL AIRPORT IMPROVEMENT PROGRAM (AIP) PREAPPLICATIDN CHECKLIST Please attach the following documents with your application. F-1 Sponsor Identification Sheet for the Airport Page 11 of 247 FAA Identifier 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 Five -Year CIP Long -Range Needs Assessment � Verification of an updated airport layout plan (ALP) (when applying for new construction of buildings or airfield expansion) F-1 Verification of completed environmental processing in accordance with National Environmental Policy Act of 1969 [-] Verification of completed land acquisition or signed purchase agreement 0 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 0/'00-0 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 P) Data. Sheet, i nclu de a cop y of a com pl eted Federal Aviation Administration's snow removal equipment spreadsheet. If requesting federal assistance for general aviation apron expansion, include a copy of a completed FAA apron design spreadsheet. ❑ If requesting pavement reconstruction, submit an engineering report showing the need for the reconstruction as part of the CIP justification. F-] For revenue -producing facilities (i.e., fueling facilities and hangars), please submit: 1 ) A statem ent that airside development needs are met or include a financial plan to fund airside needs over the next three years. A statement 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 (5AM) registration is up to date (www.sam.gov) Please e-mail this form with supporting documents identified in the checklist to sh ane.wrig ht0i o adot. us. Attn .: Program Manager Aviation Bureau Iowa Department of Transportation 00 Lincoln way Ames, IA 50010 E-mail: sh an e.wright@iowadot.0 s FAX: 1 - -798 Phone: 1 0-104 ***.iowadot.gov/aviation a� U m a- O C 06 W Q C O U) .E E U O 0- Q m 0- O N O N N ^L' W E U N 0 N 0 N Z 0 - F a F LA Z - a z 0 - a a J a W in W LL 4- z v O Q W � Q O W H z u w I :E z w O O Q � �_ O a °C u a E O 5. U (6 0 L O � Ln m v U � C6 � W 2 O O O .� CL a O CL O ate+ U O O L L Q N � U c _ x 'v O w N NO o c� G L � a--1 � � (.0 U c E L-n a) M 0 > m z m to � V i � � � V 0 O CL a O E a 1n � Ln O O M N Ln O O O lD O O O N r-I I" O O O N O O O lD lD 00 O O I� Ln lD M I�- O rl 00 00 O lD lD M N N m mft m 00 m00 00 l0 lD O lD ft lD M 00 00 M m m I� r-1 m I�t 00 00 O lD lD I�t O�I�T o m m m O lD �r*_ m O m m lD o (.D (.D V cn � o o� 0 0� 0 0 o 0 o 0 i LL LL LL LL LL LL O ro � .° N rl .CL C: O ca V t/Y ra C: � U � Q O O_ oc _0 ra ra O a1 O 0 _0 ci N w u v Li .� po N v L. O ro c6 � � O N G� c6 .� C: i c6 c6 G� DC N _06 Q I f � _ U- oc oUl p v m m j m r O O Q Ln o C: -C . � �, x Ln� � � w O Q v C: x E O w N Q O ra Q J Cn _0 • E C: L L 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 a- O C 06 7W7� V' Q C O U) .E E O U 0- Q 0) m a- O N O N N ^L♦ W ^E W U N N 0 C z 0 — F a F cn z a z 0 a a J a LLI in LLI LL 4— z U O CD Q w DC � J OQ z w z U w 1 2i z w O O oc � c� Q G V) Q O U Q v v v v v v v w E v ai ai ai ai ai ai aj a 0 0 0 0 0 0 0 c v v v v v v v aJ O 0 LD O 0 m000 Lo LD moo N N O (D Il m v U U U U U U U 00 00 00 O lD lD rl I� r" •— O I�t I�t R:t �D O 110 �D m O m m U 'J U U U U Q: �.. V cn � o o 0 0� 0 0� 0 0� 0 0 i LL LL LL LL LL LL i O a-+ CL C H Q C ^ O -0 u ai _0 U LL Q 'o O oro a _0 CN V Q aj U ~ O Q N M L aJ >- Ln � ca oc _0 � 0 0 � r • cn +, X X 0 QL cii (ii 4 -+ x • x ca L v L v V) 0 L _ aJ aJ O O U Q ca ra v v ro r •E ra •X L v i U U U U 0 Ln lD �C — L X v L X LL O O O U W }' v N N r 4 U v 4- U s k +� W Airport Commission Agenda & Info Packet FEDERAL AVIATION ADMINISTRATfiNMe: December 12, 2020 CIP 13ATA 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: $48,200 Total Project Cost: $482,000 Runway 12 requires a 500' displaced threshold to account for obstructions currently in the approach RPZ that can not be removed. On the opposite end of the runway the pavement will be extended 300' to offset the distance lost on the north-west end and provide longer take off and landing distances. SPONSOR SIGNATURE BLOCK Signature: Date: Printed Name: Warren Bishop Title: Airport Commission Chairman Phone Number: 319-356-5045 (Ext. 2) Email: michael-tharp@iowa-city.org CIP DATA SHEET Page 2 of 2 AirN��etWffblte- Commission genda & Info P et Runwa 12 Threshold Dis hreshold Relocation�� ,�92� Lab of 247 * low / L r a 'y/. DISPLACE THRESHOLD 500' EXTEND RUNWAY N U O N O N 0 -0 -0 c E a) N Q � O •• E 0 O U a) a) o CL I U >- 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 O O O 0 ` 0 O O N N 00 �W.) Lnt-- r- O N Lr) O O O O O p Lr) Lr L M M 7t M N c 0 0 O � � ff} I&S Ef} b9 159 b� 69 b9 ff3 Ef} 69 5�} {�} Ef} 69 5�9 69 69 {?s f!1 Ef} b9 69 ff} � 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 O O N 00 N o "I O O v� M l— 0 00 Ln V) O o o Ln V) O o pC r l Ln V'� 10 O l� o �o O V� � 00 M M d1 vn 00 00 d1 N N M 00 0 t M O l- Vj 00 01 00 '-- V,) .-� .-� '-- 00 ON o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 Q 0 0 o 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 o p I"r'I a 0 � CD � � N '--+ 00 O 0� O a1 o O V) a1 CD � Ln � Qn '--+ � '--+ � •-� o N cv M Ln o 0 0 CD CD C � N �O � � N '--+ N O W 0 l 3 1&9 1& } {f} ff} f!} f�9 6F} bS 69 69 6�} LOq 6�9 f�9 f�9 6S bO3 6O9 69 ff3 bS 6�3 fs9 ff} f!} O O O O O O O O O O O O O O O Ln o 0 kn oLn O W O W Q ct W W � W � v1 W � ►-� oLn 0000 0000 Ln o �O o N o o `n `n o `n o o0 0 N N O d N c�i ri N N N H a � MCI A � O w w �W/ W °Wacon U17, vZ�� Fo �D a�D oW w �, O '-- N m kn I-C Airport Commission Agenda & Info Packet FEDERAL AVIATION ADMINISTRATfiNMe: December 12, 2020 CIP DATA 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: $38,680 Total Project Cost: $386,800 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: Warren Bishop Title: Airport Commission Chairman Phone Number: 319-356-5045 (Ext. 2) Email: michael-tharp@iowa-city.org CIP DATA SHEET Page 2 of 2 Airport mmission fo Pa�nd & Runway 12/30 Airfield Pavement Maintenance , Mea e N ,ego tObf 247 U C) N O N N 0 -0 -0 c E a) a) Q � O •• �E 0 E O Ua a) o CL 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 O O O O O O O ' Q O O oo O O O V.)M In O O O O O Q 00 O �O N N N N --� -^ \,O M N N M M M C.0 0 M 0 O � 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 N r— 00 06 00 O; N .-� N a1 a1 l - 00 N O N l- �n N w w A o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o p 0 0 0 0 0 0 o o 0 0 0 0 0 o 0 0 0 0 0 o p 0 0 0 0 0 0 0 0 0 0 0 0 o p O 00 O�,e O O N O N Ln N M Ln O O O O O Q '--+ N --I M M w 0 0 0 0 0 C7 C7 L7 O l� Ln O O kn Z Z O a O w o N •� 00 o N p, a [� N 00 Z Z 000 r! Z W Z W Z Q W C's) U w W [� o 0 0 NLn w a z � Q � Q w w w � a W � A � a w '-- N M Ln �O Airport Commission Agenda & Info Packet FEDERAL AVIATION ADMINISTRATfiNMe: December 12, 2020 CIP DATA 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: $66,666 Total Project Cost: $666,666 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: Warren Bishop Title: Airport Commission Chairman Phone Number: 319-356-5045 (Ext. 2) Email: michael-tharp@iowa-city.org CIP DATA SHEET Page 2 of 2 Airport Qogimission Agenda & Info P cke!t Termite; Hof Page 21 of 247 APRON EXPANSION 371 - qr w r a) U O N O N N 0 -0 -0 c E a) a) Q � O •• �E 0 E U +' a) a) o .CL Q O O O O l� O Vj O O O O N in O Lr; O M Ln� 0 0 0 0 - N 0 0 0 0 O l� O O 00 N l� 01 V'� O V') 00 M M V'� � N O O N � Cd \O O I&q I&qoll 0 O � r.. r.. Ems} Ef} b9 69 69 69 } {�} Ef} b9 69 69 69 } ff} rQo� b9 69 69 -Coq {1� 16� 169 69 O O O O O O O O Q O 0 0 0 0 0 0 0 O O O O O O O O 0 O 0 O 0 O 0 O 0 O 0 O O O O V-) O Ln O O o M V-) l� 0 Q 11D M O O V') N 01 .--i V� O Ln M l� O O kn 00 00 O O \p M 00 Q M M 01 11 M \O l- 01 00 M V� M r- 00 M M 17 00 V� M N T,9 I&q 4&} {f} 69 64 5,9 I&q '�-O3 4&} {f} 69 6�} �} q '�-O} 6 0 0Lr; 6 6 6 6 0 0Ln 6Lr� Lr; 6 O 6 6 0 6 6116 6 O V) O O O O N V) l- l- O V) O O O O O - O D O O O M 06, V) Nr-�' l- O 0; O kr� O O O V •--+ 00 l- 01 M M M M O k N 0 0 0 0 C� 0 (4 O O N '-- N QI M '--+ '--� V ) l� N V) '--+ V> V) L L _ O V1 O M 0 kn O OM Ln .-- kn O O `O M .-� O N O N D Ln a V O0 W W O W W W ct aEoH W Q W U W M N Ln Ln Ln •-- W a O� Ln Ln Ln �; MCI F-I � � w Q W Q z�� Q w U a V-2 w 00 M V) � r- 00 01 O '-- N M Ln Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 23 of 247 Apron Size Calculations for Transient Aircraft Airport Iowa City Municipal Airport (IOW) Existing Apron Location Iowa City, Iowa #square yards 05 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 upon 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 mdb6 Total Annual Operations oo 21,250 2. Busiest Month (% of Annual Ops) 2 Enter % of Annual Ops that occur in busiest month 10 20 Busiest Month Operations � 4,250 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 00 156 0 4. # Itinerant Aircraft Enter % of Itinerant Operations s 0 60 # Itinerant Aircraft operations 10 94 0 # Itinerant Aircraft Landing Operations 0 Enter % of Itinerant Operations on 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) 00 25,128 0 6. Planned Apron (10%>) # 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 1,385 -------------------- 6-3 - Apron Area Calculation 2023.xls Page 1 of 1 Printed 11 /5/2020 M N U O � N O O N N 0 ^L^,, W �r E 77W�� W � p O ^^,, CD P 0 U N O Q Z O Q � O LA �_ L 0 z�..� U Q G < LU � Q z O z w U 4-1 0 w 2i I o Q zLU > O V) .. > E Ln z W J Q ~ i o Q O 6 Q W Q .LM Q u U Q X N a-J o E o 0 0 0 Q O O O O o o � o O o � o O 0 o cV O O o O o N O O o O No O O Lnqzt u1 fV l0 lD N l0 l0 l0 00 to 00 0) m N r-I m N U un r-I r-I � m Ln L N N •— .—, .—, .—, ul O l0 to u1 O l0 l0 r-I O r-I r-I r-I O r-I r-I r-I O r-I r-I U u u u -tn -kn -kn -tn in- -kn -tn -kn -tn ice- in- -kn -tn 4.n -tn ice- -tn -tn 4j)- i/i- 69 {erg {erg V L- — — — — -Fua� — — o a� a� o o 0 0 0 04-0 m u 0 0 0 0 o 0 w cn H Q) to j H (L) cn —i H cn —i H V) - H i LL LL LL LL LL LL LL c 0 CL i 0 Q� a ra m Q +j ra .E X dJ _ O L W Qr ra ?� ate-+ 0 O w � O 4-1 o p LE C: C: U w cn � U LL O v a� 00 00 rn O v +� N N N N m }, O O O O O N N N N N . U � W v a) W a) U n 0 N 0 m a) -0-0 C E a) a) O Q� 0 -E E 0 U a) O om Q r-i (a E U) U � � I r-I a) b� b� a) -H a) �l I 9: r1 rl �> a) -P - Id U r I I • r U U �4 U) N a) (D I >1 >1 a ra � O O cn r1 I -- z � a) O O (D a) a) I O (x (x rl �-1 E1 O U O I H (0 -P I E♦ E-1 � r I F� I H (D a) N O U O (D a) (D I tx -P co U) -P �-] -P -P - I U O �5 �5 H -P I t!) >1 4-4 4-4 U) W O a) (D a) I A U a4 pQ I I �o �o ff) d T Ln cn cn cn I cn cn m Ln Ln cn m cn I N rl rl rl N N rl rl rl x L(� LC) U-) LC) LC) L(� LC) Ln i-n I U N NN N N N N N N W x 1 U I I E-1 0 0 0 0 0 0 0 0 o I I N NN N N N N N N N rl rl rl O N rl rl rl 0 0 0 0 0 0 0 0 0 0 00 00 0 0 00 CO 10 I O O Ln 0 Ln Ln O O O 00 d" N O O N N O 6l 6l rl Ln Lo Lo O O O c- rl m O O c- r- N d" d" Oo d" N N O m m H Lo l- O O 00 00 r- Ln Ln rl N (N Lo Lo rl rl Ln Ln rl O (D Ln i I �-4 I � � I co U) U I C) (D U) I U U) U 4-J N I .H (D r H I > co � I �-1 � � I a) (D w �, I U) I U r-I �zs U) I -1 a4 14 a4 14 04 124 W 14 W I t!) rl L a) I O>> l 0x> > [--I �5 > l > F--q U> l 1 a O� r� -H r� � � r� � � 9 r� r� I }I -H H p -P H H p �3) H H E1 a4 H H p H E-A (� H �; p I E♦ co O U 0 O O I 0 E� 0 1 co E� w E� E� Lz$ E� U E� N O E� 1 a w� ��L �Ln Ln Ln Ln�Ln �i-n E� 1 a 4-4 p rl p p r1 o I \ O O f U) r] I pC �-1 ri �D U ri U =1 ri �D ri �D r0 ri ri I rG Q4N O NN O pQN N O -HN N O >iN O N D O W O U (D00 O O O U �-lO O U �-4O O O 0 Ln >-I N U U) N N U �-4 (N N U 4-) N N U (D N U N U 00 E-1 U) C �5 F:� (D F� u fc:� U) F:� (D U I 'Ci L a) � � r I O -H O (x O W O C7 I U O 1 �-4 I O (D I a a � o 00 0 0 0 0 0 0 1 HU O U m �-4 OP4 I E-1 cn � O H H Ha N C) N 1 0 0 0 0 1 ww QQ QQ Q0 klo 1 OU o 0 0 0 1 H rl rl rl rl 1 >-I O o 0 0 0 1 HU r-o 0 0 0 0 1 U H H rl L0 L- Cal rl 00 N N N 1 -- LO O P- dy d" I L0 Ol 1 1 1 1 \ G) di d' H 0l L0 H I -I H 1 rl o M > m 00 > > > I N H N rl rl H d' N H I -I H 1 O N coco O U I O w w H I O C7 I l U I LO 0 >-I 0 i--i O O 0 1 U W �D U U U I O O OO f:14 l I N U U U H W H H H 1 • • a rx rx U) rx rx rx O AO CD o00 off o- H off off 1 .. O A 0o N o cn U) ri r Q �.0 g mr� � 9 I N HZ CD o CD o 0 1 rl pC NH 00xx Np F::� N� p in pi pi I Wig (nQ� cnOO W E-A 11>-i W �'W W I o a\ �'U ��1--D 1--D cn I 1--D [--D 'T1--D 1 N \ E-I 0 0 0 00 0 c- c- o �0 0 0� Q0 0 Q0 0 Q0 1 N on ri ri 00 ri o o ri Ln ri ri ko Ln ri Ln ri Ln 1 \ p4 W O ri rl 00 ri Ln Ln ri co �0 rl Ln 00 ri 00 ri 00 1 k >-IU o00 000 CD CD cn CD CD 0 00 00 1 O ra U Ln Ln ri Ln ri ri Ln ri ri Ln ri ri Ln rl Ln ri 1 \ 4 94 00 00 0 00 0 0 00 0 0 00 0 0 00 0 00 0 1 N 4J QQ k-0 QQ k-0 k-0 k-0 1 Q E-I a) co U - r-I a) m a) N C7 I a Q� 0 Q W N U O N O O N N 0 (m O C O N Q O � 0 O E U +' a� 0 CL Q r� i UW >1 N a� r-I O a tyl N W d' Ch A C) N E-i W u) A W U U Z W H U H A E-i O V) Ch N O N W p[1 � p( cn w A cnp a a� w w� h a� H� 00 wwz G4 a W z0 �H H a HQ c�a U� O� H 04 H Q I w0 OH I H HW U �H Ul rl - r-I co N 0-4 �O -P O p I •• O 0 .. � o a$4 � Q • rl r I O H w 4 N N O O Cl) o N o O rd 0 0 O in ..A w U O o0 N- U910 H r t` 0\11 0\0 0\0 0\0 0\0 0\0 0 0 o M o o m O N N d' V--A I O O O L0 >1>1>1> O 0 0 o co ��-1 Q0 d� 0 0 0 i n rFl, rl Ln o 0 0 1:11 co WWWW ri o o �o ern d Co irn . I I rl $: I . m N 0000 d' �o LO I -H -H -H -H M i-n -P -P -P -P (t co (10 0 I 00 UUUU d1 d1 O O O 0 r1 rl r1 rl r1 rl r1 0 0 0 0 o E-i o 'T Cn CD Q0 qT rn o QO ,H O O O O O FA O W W W LnrILnm[-rICNd'mrld" NrA a--) a a-) a W (x-� PY-� n-� �-4 �-1 N N N N Q P4 C7 C7 C7 C7 C7 C7 �7 C7 �7 C7 C7 C7 C7 C7 b� �7 4--)ak4-)-W W (Yi�5:��F�F�5:��5�5�5:� �F� H H H H �_q W �lj �lj �lj �lj �lj �lj �lj �lj �r, W l O O O o l0 Ol o O O O CO ff) LO O in d" 0-) d" c0 N m Ln d" N d" d" 00 I � I W 0 0 0 0 0 o U o O O d" O O L0 O O O �-1 N 6l in H Q0 I d" F I I N in I fs-i (Y H E� FT-4 O O O O O o FI-4 O in H o Q0 o m 0 0 0 o m cn zn cn o 0 0 0 0 o vocnmm � cn o Q0 0 0 0 • w w w w w w w w w w w w w w w w w w w w w w w N WWWW WW Ln WWWWWWWWWWWWWWWWW L� (y (y (y (y (y (y (y (y (y (y (y (y (y (y (4 (y (y Cal cncDc-in oin I o0000000000000000 d"Nmo CD o0000000000000000 . . . . OOOrICD . . o00 . . . . . . . . . . . . . . . . . 00000000MCDCDMCD0)LSnoo NN I r- CD Q0 cornQ0m0)1 c0 �I'Dd-'�klod-'md'CnmQ0 LO C� I I C' rl rl rl rl rl N rl rl rl rl rl rl rl N rl rl I I I I I I I I I I I I I I I I I O U) , HP4 P4HHHHHHHHHHHHHHHH -P co H W W W W PQ z F-i Z PQ M PQ M M M M PQ M M M PQ PQ PQ PQ PQ co O 0 rl 0 N 0 0 0 0 0 (1� o o o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U� N N N N N 4-) N N N N N N N N N N N N N N N N N N N rl -P o 0 0 0 o 0 Z7 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 rl fo rl U) NNNN N NN NNNNNNNNNNNNN(NNNN �I N �-A rlrlrlrl C\j Lfn mNNNNNNNNNNNNNNNN N U U N NCD rl rINNNNNNNNNNNNNNNN U) Ul 4-) \\\\ rl \\ rl \\\\\\\\\\\\\\\\\ N rl rI 0 0 0 0 M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 F3:4 ' ' H rl rl rl rl I-q T--I rl PQ rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl Ln Ln Ln Ln dl' O rl d-' dT d-' d� d' d-' d' d-' d-' d-' d-' dI d-' dI' d-' dI' O O O O Ln Ln Ln Ln O d" 00 O Ln 1:731 d' 1731 dI 1731 1:11 d�' 1:11 1731 d' d' d' d' qT d� d3' o ri o 0 0 0 0 0 0 k-0 10 o (Y) kl0 Q0 Q0 Q0 Q0 Q0 (1.k0 I0 Q0 Q0 Q0 110 Q0 Q0 Q0 rl 6) m rl rlrlrlrl rl 00 N 00000000000000000 rl Cn Ol rl 0000 N 00 N OOOOOo00000000000 M L0 L0 CO rl rl rl rl 00 rl rl 00 rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl dy d, dy d1 1731 1731 dy d1 dy 17T � 1:ZT dT l::T dy 17T dy d, dy 1731 0 0 0 o O O O o 0 0 0 o O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 r--1 T--1 T--1 O O O O N N N N O N N O N N N N N N N N N N N N N N N N N Ln Ln Ln Ln o000 Ln CD CD Ln o0000000000000000 CO CO 00 co NNNN 00 NN CO NNNNNNNNNNNNNNNNN Q0 QO Q0 Q0 Q0 Q0 a) U O N O O N N 0 m a) -0-0 C E a) a) Q � � 0 0 E U +' a) a� 0 CL Q N UW a� >1 N r-I O atyl N O W E♦ a H w rx Q � x o ZD) N T� I H W U) m 00[-LO x 610Nwr--]ONLnNd1 LnMM d'O�ILnr--im mLOr-LnLn OOOL� NNMMrI A W c,,jm NLnmcNLn00 rILn -or-P�LnNd1cncncnm --iLn--icnrld"�-DL()[-�-Dd"cnm;:i"Nd"L_nNrII.oNk-od"NN Nfxf�fxf�fxFI4 �fZP�f�P�f�P�f�P�f�P�P�P�fxP�f�(xf�P�f�P�f�P�fZP�f�P�f�P�f�P�f�P�f�P�fxP�f� U�C�C�C�C�C b� C7 -rl �7 C7 �7 C7 C7 w b� C7 C7 C7 �7 � �7 C7 C7 C7 C7 C7 C7 C7 C7 �7 �7 C7 �7 C7 C7 C7 C7 C7 C7 C7 C7 C7 �7 C7 �7 C7 C7 C7 C7 C7 C7 �7 �T4H����T O y4��C��C� h U x�Ox�I:iQ�I:ix�ix�iF: x x�I:ix�I:ix�I:ix�I:ixI:i z W E♦ U A E♦ A E♦ O V) Ch N O N W p[1 � p( H W A Cl) to E♦ a a� w w� h W E♦ 00 wwz G4 a W z0 �H 0 H a Fs-4 Fs-4 F3:4 FZ4 Fs-4 FZ4 F14 44 F14 44 Fs-4 Fs-4 Fs-4 Fs-4 Fs-4 FZ4 Fs-4 F14 F14 Fs-4 F14 44 Fs-4 Fs-4 Fs-4 w Fs-4 fs-A Fs4 44 F14 Fs-4 Fs-4 Fs-4 Fs-4 Fs-4 Fs-4 FZ4 Fs-4 FZ4 F14 44 F14 44 Fs-4 Fs-4 Fs-4 ESA 0P. wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww z 0l zzz0x rxzzC4zC4zrzzf2xzzz0x z 0r z0xz0r zf2xzzzC4zC4zC4zzz0r zzz0x z 0l z tH�� pHa4 O OOOOOOOOOOOOOOC-OOOLn0000000000000000000000000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 QO 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 EW.i 04 Ol000dlOCD, L�dILOOd,0001000001d1Ln, di000d1000o,Ln, OOOOOLn, OOOOOd100000 HQ IlLnrldlMQ0Md1OOd1OOLn(-00-)000-)N00Nd1L001LOd1LOOld1MLnCD0-)d-)0-)( )Q0dl0lQQQ0d-'Q0O(5)IOQ0 rl c n rl rl rl rl cn rl LO Ln rI N N LO rl rl rl rI 00 lO Cn rl rl rl rl rl rl rl N N LO N rl rl rI N rl rl rl rl rl rl rI N rl rl rl Gy 0 1 1 1 1 1 1 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 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 � PQ PQ 1Y1 PQ 1Y1 PQ PU f� PQ f� PQ �4 PQ PQ PQ PQ PQ O f24 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 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 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 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 rIN 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 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 r--1 T-1 7--1 7--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 7--1 r-I 7--1 �-1 T-1 7--1 T--1 r--1 r--1 7--A 7--A r-I 7--1 7-1 �O +) d1 d1 d1 d1 d1 d1 d1 d1 ZT d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 ZT 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 1:11 d1 d1 17T d1 1:ZT d1 1:ZT d1 d1 d1 1731 1:11 d1 1:11 d1 1731 1731 1731 1731 d1 1731 d1 d1 d1 17T d1 1:ZT d1 1:ZT d1 1731 d1 •• O O LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO N U •• a., cN 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 r-I O a$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 00rl 7--1 V--1 T-1 T--1 T-1 T--1 T-1 7--1 7--1 T--1 7--1 T--1 7--A T--1 �-1 T--lrl T--1 7--1 7-1 7--A T--1 7--A r-I T-1 T--1 T-1 T--1 T-1r.��7--l���7--l���7--l7--l7--A�7--lT--1 O r-I W cn N N d1 d1 d1 d1 d1 d1 d1 1731 1:11 d1 d1 d1 d1 d1 d1 d1 d1 17T d1 d1 d1 17T d1 1731 1731 1731 d1 1731 d1 1731 1:11 d1 1:11 d1 1:11 1:ZT d1 d1 d1 17T d1 17T d1 d1 1:11 d1 1731 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 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 0 0 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 N 4-) U 910 Qo r-I r 1i r- F- N U O N O O N N 0 (m O -0-0 C E O N Q � � 0 O E U +' a� N O sZ Q M wo O�O O\O O\O O\O O\O O\O O\O O F- N N O m m VrQ O co c- >-i m >-i O m >-i oo >-I >1 N O LO M 14 �l M �4 O M �l �-q M �-1 �-q N WW W WW WW O W O CD O CD CD E♦ E♦ i-n M 00 H H l9 H O H H CO H H W pQ Pal (� d� (h M m d1 M CM CO Q O co M P- 1:11 rI � d1 O n1 N N �o CD �D d1 �D �D �D �D O E-i I d1 (:4 P� P� P� P� P� Q� N W co a (x d1 CD CD O CD CD CD CD H N N N N N N N W ML- M Ml- Ml- E♦ U p O rI O O rI O rI W iJ� d1rIC\] 9�-oO1N � O O O 00 O O O O 00 O 00 Q W QO M rI W N N Ln W O O O rI r--I O rI O O rI rI O r--I rI U ###i=## co ##=H-- ## II II 0 II 0 0 II II 0 II II C7�7C7HC7C7C7C7 (x(� (� fy(� (y(x w O rC5� F�w5� 5�1� rx F:�rC �Fz� rCF:� Z x W E-i O O O d1 rn O O O Ln M O Ln N E♦ M O r- M O I-- CO Ln <` r- d1 O Q0 Ln I� d1 rI CO M Ln C- rl Q rl M M N E-1 Q E-1 O O N O rI L� W W 00 k-0 O d1 O O U) CIi rl rl oo Ln Ol d1 N H Q � • O > N mm Q0 I H H W E-i Q Cl) O W O O O O O O t!) E♦ h O a a O w wEn m h 134 E♦ � 00 00 1- 00 O 00 00 w Z M N N N N N N N w O MI- M MF Mr- �( Ol O rI O O rI O rI O O O N 00 l- O O rI 00 [- 00 E-1 I�j W M oo Q0 7-1,-I I- � CD d1 rI rI CD rI rI OC) IZII � 0 H a f� f� f� f� f� f� f� f� f� � � f� f� f� f� f� f� f� E-1Q C7a wWwWWWWW W OC) � WW W Q0 WW WW H� HW ���rxrxrxrx� rx M Q0 C4C4 rx f2 Uri a� 1 O OOOOOOOO O CD CD M LnLn NN 00000000 Ln 00 L0 0000 H 04 Ln, d1000000 00 00 00 Q0 Q0 Ln Ln HQ rIOLOOQ0LOMM N d1d1 Ln L�l� rlrl N d1 rl rI rI rI rI rI M d1 d1 N N w 0 I I 1 1 1 1 1 1 I OP NN I E-1 HW U�H (x CIO O O O U HHHHHHHH 4-) 12IL4 -rl N ��-D rl �-D F14 ��-D rl ��-D (�QPQPQ�QPQ�QPQPQ rl (2� U) F, C4Q� P� > CIO Q� P� (0 C4P" 0�7�7C7�7CJ�C7C7 N O U H (2L4121-4 J� (2L4 fo �4 (i,r-L4 �4 (i,p., 0 0 0 0 0 0 0 0 O O O O U) O O O O NNNNNNNN 4 N r-I NN > N > NN NN 00000000 O O r-I 00 �-] O 4-) H 00 H 00 �iNNNNNNNN N N U �5 NN co N H NN NN rl \\\\\\\\ r \ w -1 -1 �-1 \ > \\ r I \\ NNNNNNNN � �-4 OEM O Ol N -P O-)M fo O-)M rINNNNNNNN rl N N ON O Z71 r-I ON 4-) ON rl \\\\\\\\ \ �-4 \\ \ rl Cd \\ \\ 7100000000 Z3 O (1) 00 N O O N 00 N 00 (IQ rI rI rI rI rI rI rI rI W rI O (2L4 rI rI P rI rI rI (� r-I rI �O +) d1 d1 d1 d1 d1 d1 d1 d1 Ol OC) 00 00 Coco 00 OC) O p O d1 d1 d1 d1 d1 d1 d1 d1 O m O O 1731 L ) O d1 O O d1 Ln O d1 Ln • • O O L0 Q0 Q0 Q0 LO Q0 LO l0 O I- O O d1 [- O d1 O O d1 1- O d1 L- N Ul •• a., cN00000000 M O m O 00 O O Ln rI 00 cN 00 r-I O a $4 N00000000 N O d1 rI 00 M O d1 rI 00 rI 00 O . rl 00 rI rI rI rI rI rI rI rI CO rI 00 rI rI rI rI rI rI N rI rI N rI rI O M M d1 d1 d1 d1 d1 N N d1 d1 1:11 d1 d1 d1 d1 d1 d1 1:731 1731 1731 d1 1731 1:11 17T O O t!) 00.000000 O O O O 00 O O O O 00 O 00 N N E-1 rI rI rI ,--I rI rI rI rI rI rI rI r- i rI rl r--]7-1rI rI rI rI rI rI rI rI rI rI 1 a9 O N N N N N N N N O N O O N N O N O O N N O N N O 0 Oo Ln00000000 Ln O Ln Ln OO Ln O Ln Ln OO Ln OO ...i w UO 00 1 (NJ N(NJ N(NJ N(NJ 00 N1 00 00 CNI Nl 00 (NJ CO CO I (NJ CO NN N +1 () ko �10 a) U O N O O N N 0 m a) -0-0 C E a) a) Q aa)i O -E o E U +' a) O Q Q kO -P O p •• O � o a$4 O •rl O H w N N O O i/) N N H rl- p O (d O 0O ....a w Uo N-P U� H 14 61, o\° o\° o\° o\° o\° 6l o\° o\° o\° o\° O N [— [— O O Ln O O O O o 0 M �-q M O Ln �4 r� N w w ww ww FIj Fil in CD� L � � � o 0 0 0 0 0 r� H i-n H m H H M H H O O O O O O LO P- N M O O I_() 00 M 00 r-I r-I LC) r-1 r-] O L— II II O II II 00 II II d' Ln r- O M M M Q� Q� � (y 0 0 0 0 0 0 N N N N N N -P r--I r-A 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-A 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 Ln o Ln QO o o o 0 0 0 0o Lf) o 0 0 0 0 0 0 . . LO . LO . M . . 6l . . . . Ln LO M d" 00 M Ln r-I N M U LO O LO O O i n d" (n d" 00 r-I i n O L— r-I N 0-) 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 M r-1 d' r-1 7--1 00 7--1 r-1 [� O 7--1 O O O r-I N =1 d' =1 O O In w w ww ww Q • w w ww ww =1 =1 C4 > o �11QO o m 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 o R N -P N NN NN O N 4- 0 O -H O 0 0 0 0 �-1 O 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 N O 0 4 U U w �:i 'Ci � R O -H O H CD CD Q4 CD CD r, 4-) O ,-1 Q 7--1 w ,-1 1--1 H r-1 7--1 fc� O E- co 00 00 00 00 00 M D Ln o Ln o -il Ln o zzil Ln o 0 0 o c [— O L— O d-' l— O d-' L— C\1 00 N LO (y' o 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 00 N N 00 CO N 00 oC Q0 Q Q0 Q0 (Ic H O 0 Q0 0 Q0 M O O Ln 00 a) U C) N O O N N 0 m a) -0-0 C E a) a) Q aa)i 0 -E o E U +' a) a) 0 Q Q LO 'o 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-I Q O 6l N LO co O M Ln O rl C4in N O O O Q0 mmmmm Ln >1 N co 00 o d1 cN �I 7--1 T-1 T-1 7--1 c- r-I O 04 tyl N O W O O O O O O M i-n O i-n O O O O m W O d� (� O Ili U M O L� Q i-n Ln Cam] 00 co P- N P- d" r-I co r- I rl rn d1 O N > O �I N O b� U 0 0 0 0 0 F4 O NNCIA NCIA H r-I rl OOOOO �I NNNNCIA E-I dT d-' dT d-' di W cn O O O O O O �-I O O T-1���r--A O Q W O O O FC, O O O N O O 00000 O 41 U0 0 0 U) r-I r -I r--] r-I o b)bTb) U m U) rI rI rI rI -rA O U � H � H 0 O r-I r-I r-I r-I r-I U=4t= r-I -H -r-I -H -H H H -H -r1 -H -r-I C-D IZII CD CD CD CD CD Ln CD d" CD CD CD CDo f:4 00 N . . . . . . ���III . E'1 d" �I 00 (n CD �I O M () dl �I Ln d' O dl (Q LO d' r-1 O N 00 O 00 �D O r-I • • • • • • �i���� L Ln WWWWW W W W W W U U U U U H H H H H QE-1 O O N O O rn Q� P� Q� (2�Q W W Ln O M I� O 7-I M W W W W W rn � CD � � co CD M�F::4FC�FC � N HA O Ln M Lr� rn o m QQQQQ N G', r--A 7-1 r--A P4� N �1 d1 H E♦ � W N Q �cn o 0 o O o 0 0 0 0 0 cn E♦ Ln r--1 a az I o W wccnn `i xxxxx h uuuuu 134 E-1 00 wz CD M M M M M m r-I o0000 O O N O Q0 O O O O Ol O �I���r--1 7--1 E-1 01 P4 O O ('') FC, I- r� c- O F::� r--i N M o 0 0 0 0 Ol Oa N CD �I CO CD �--I �I �'1 U H � � \ E-1Q C7a Ln M W W Lc� W (7) W W O O O O N M N L- �I 00 Ln O O O N d" Ln L- 00 d" N §EW.1 04 00 0 00 . . Co m Lo Lo r-I m HQ �I Ln O (no�1 N o N O Ln W 0 OE-1 r--A L r-I H HW U ,H ro r-I 4-) a) QI 'Zi -H QL4 -P H W W W -P PQ QL4 r-L4 QL4Q4I2L4 P� -H fo �7 C 7 a-) N �D �D F4 F4 F4 F4 FC N U r-I �5 O O > > U) .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 0 0 0 o r-I O rI N - N Z7 N N co N H N (N N N N r-I N a \ \ �4 \\\\\ -H \ U) 7--1 r I r-I 4-) L0 Lo Q0 Lo L0 LH m r-I N M M U) M �-4 N U ����r--A -0 �-I \ �-4 \ U) \ O \ N \\\\\ rl --- 0 -r-I O O O O O o 4-) o r-I o 0 0 0 0 CO o U fs-i U) r-I r-I r-I r-I r O p O O O M O M O M O L- O r-I �r-I �r-I O N • • 0 00 r-I N 00 M 00 di O CO �I LC) M d-' d-' d-' d-' d-' Ln Ln N U •• Ra o 0 o O o O o cN O o O o 00000 o O ,-I O a$ F- � O F- O I� I` 0 00 0 00 0 0 0 0 0 0o O O • rl M M M �I M T-1 CM M �I M �I M �I 7--1 T--1 r--1 r--1 M �I O rl GW IZII IZ31 N N d d dI d1 dI 1731 dI 1731 1:11 1:731 O O cn o 0 o O o O o 0 0 o O o 00000 0 • N N E-1 �I T--1 r--1 7--1 r--1 7--1 1-1 O O O N O N O O N O N O NNNNN O N O O 00 Ln Ln Ln O Ln O Ln Ln O Ln O Ln 00000 Ln O � .i W U O 00 co 00 N 00 N CO 00 N 00 N 00 N N N N N 00 (N N 4-) U %D �10 �o �10 a) U O N O O N 0 m a) -0-0 C E O a) Q a) O -E o E U +' a) a) o Q Q 0�0 0\0 0\11 0\0 d1 d1 0\0 0\0 Q0 Q0 Q0 00 00 0\1 0\0 E-I q M Q0 11-0 Q0 QO (n d1 rl r1 m [- [- O) rl M c`") d1 O Ln U W I-P-P- mm [- CC) 0v--Irl � m m m m m C- 0 0 O O O r1 ,H rI r1 rn cn >1 N rI r1 rl (n (n d1 Ln Ln r1 Ln Ln L f n Ln Lr) Ln N r1 d1 r--I O NN NNNNN a1 tyl N O W rn d1 rn O O 00 O �10 Ln Ln Qo Ln -H -H d1 rl O U r i d' Ch Q N Ln Ln rn O U Q O �o Ln Ln �L-6 P- O -rl CO m U H Ol N Ol N 00 L- 4-) rl 00 -H d1 N > m �:5 �:5 Ln NN O 4 -11� -11� 0-4 Qx N N U U U) U� 000 �-rl (1) U) U) 1-� N N N f2L4 f2L4 H rl N N N H 000 U) U U U NNN ZTb) N -rl-rl E♦ d1 d1 d1 rl � U (7d > �> (d O r1 rl r1 O O O - rl - r-1 O O -H Z3) x �-I �-4 O r. O q W O O O O O O O rl rl O O$:� a) � CD a)a) U r-1 -I r1 U U (� � - rl I UD UZ 4- ) 1-� >1 >1 N �-1 O $:� bT b) b) U U co O O rl rl - rl rr NN +-)QOO rl -H �-1 0 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-) W F- i U) co +- (0 fo -H �4 V '4-) 4-) W W LHCH forlU)(n N rl rl rl C7 U 00 (0 rl N N rl LO rl O C� O N F--D f::� r-L4 W O W d1 d1 d1 (Y) pC Ln LO N O 00 U) U� 0 00 . E-I d1 LO L� N �:) 9 6l " Q (Y, (2 , Ln (Yi O cn f14 F14 r- Qo E-i C4 E-i Pi d1 0 m I�j rl 000 00 �D O �D r-I W W r-I 00 FC fc:� � N Ei O fx fx fx � � fx fx � U �rl 00 FC A 41 W 41 r1 rA Ln H U U > 7--A E-1 ��2� ��-1 O�Q W W W W E-i E-i H �D � x 5C m n W FC��C 00 �Ofxf2L4f4 Q� UUU UU HUO W H H H 0 Q Q x AE-1 QO Q� P� Q� cn O 00 �� M rn 1x411�--) Q� Q� d1 U W W M W 41 41 O P- 00 O O Ln H>-' f� O CD�C rn (n m m CDLn FC W r--)Ln Q N H A O > d1 Q Q Q N O N O N r T" � rl r-I r-I E-i �-q F::4 T--1 x N N wpQ HHH O O OO 7--A WF::C5�E-p U p4 O o cn cn m I -a N rl H E-1 rl rl W N N Q Cl) O O O O O O O O O O U) E'1 rl r1 a az o 0 W W� `i `i xxx xx xxxx� x h UUU UU UUUUU U > > > U U >> > > > > > > a H 00 QQE-Q000 (� W z rl r I T1 N N O O Ln d1 G) T--I r-I N w M(n('') O O LnLn 000�DLOQQ OO a O O O r-I T-1 O O O �1 O Cn (Y') O LO r1 r-I r1 ('') O O O co 7--1 T--1 (Y') Ol rl r1 rl T--1 r-I d1 r1 L- EI I�j QI (n 0 0 0 CD N � N 00 0 0 Ln I- 0 0 0 0 0 IIICD CD CD0-)(Y-) CD Ln rl Ln � (� H a • Q Q 1) fM4 fs-� QQ QQQQQ Q • HA C7f11 d1 �T� N W N W N �� ����T N >>> rx rx >> > > > > > > UGA a04 04 O (`')Md1 Ln LO 00 00000 CD �W r1rlO LO C) Ln O OOOOO C) [-1 04 N N Q9 Ln L` rl Ln O Ln LO O O Ln H Q rl rl N cn L` OD d1 O d1 <` M M d1 rl rl rl Q0 r1 d1 N WO OH I H HW U �H (� U U rl �-I O HHH pQ (]Q 4-) HH N HHHHH H rl QL4 f2L4 QL4 > >Pal U f2L4 12L4 U) r, 0404W040 12L4 O a-) �D a-) �D a) 5� 5� -H � � � � F O N rl - rl rl N '0 fy, U OOO rl O rl O rl CD CD � rI OOOOO O W NNN rl N -rl N O NN O rl NNNNN N N � OOO 4-) O -P O U CD C) IF., 75 00000 O NNN �D N �D N NN W �Q NN(NNN N rl \\\ \ \ N \\ \\\\\ 4 \ H Q0 LO LO '-I rl �-1 r1 U) Ln Ln rl �-I LO Ln 00 d1 d1 U r-I rl 4--) r1 rl r1 N N N N �5 O O (o N O O O r1 rl �5 O 4-) (d \ \ \ \ 4--) \ LH \ \ U (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--A r1 r-1 r1 rl U) r1 rr, l0 +1 Ln Ln Ln m 6l (Y) m (n m 00 co rl O O �I O r1 rl r1 O C- O � O N N O O O N N(7) Ln O 1731 O • • O F- d1 d1 d1 OO Ln 0) Ln O (n (n rl rl N m d1 d1 Ln N O (Y-) N In •• Ra O OOO O O O O ri CD CD ri O OOOOO O O O ,-I O a $4 Oo OOO 00 O 00 O 00 CD CD Oo N OOOOO N O N O • rl m r1 rl r1 cn rl () r1 cn rl r1 m d1 rl r1 rl r1 rl d1 r1 d1 O d1 d1 d1 d1 d1 d1 d1 N N d1 d1 d1 1731 d1 1731 1:11 d1 1:11 1:731 d1 d1 d1 O O t!) O 000 O O O O O 00 O O 00000 O O O N N E-1 rl rl rl r1 7--1 r1 r1 rl r1 rl rl r1 r1 rl rl r1 rl rl rl r1 rl ,--1 rl --Ir1 rl 1 a 9 O N N N O N O N O N N O O N N N N N O N O O 0 0 0 Ln O O O Ln O Ln O Ln O O Ln Ln O O O O O Ln O Ln \ �i W U O 00 N N N 00 N co N 00 N N 00 00 N N N N N 00 N 00 N 4-) U l4 QO QO Q0 QO Qo QO QO IO H r 4 r--r- r- P- F- r- F- r- C- a) U O N O O N 0 m a) -0-0 C E a) a) Q � 0 -E o E U +' a) a) 0 CL Q UW >1 N r-I O a� N O W d� w Ch A O 4 N E-� W U) A W U a z� O U Z W U A C� AH O N N fYl H W A tn cn p a a� w wcn h 00 az W ZO �H0 Hfy HA t7a U GA � 0§c P 04 H Q I w0 OH H� HW U�H kO -P O p .. 0 � o a$4 Q • rl o rl w N N O O i!) N N H rl- p o rd O 0 0 ....a w U o N-P U� H 14 o\o Q0 o\o Q0 o\o Q0 o\o i-n o\o o\o o\o o\o o\o 00 [-- m [— m [-- [— O M d" M N M c c c QQ oo O 00 O Cam] O Ln r-1 Q0 m (n in d" in in N L-) 0) L-) r-I L-) N N M d' M N N N N 6l O N O in O Q0 m O Lf� O N O O M I_() O Ln O (n d' Ol LO i-n M M O oo 00 i-n m m (n M Ol � N LO L� LO O1 N (y M -P U >1 H N Lr— -S� M U) � �-1 b� N N N O N -H O cn c) a-) a-) r- d co -P U �4 �A I~ a-) -r-I Fj U -H 4H w CO r-I O O O O O O O O O 4-4 4-4 O N O -H O H O O r CD CD CD 4-) CDO O O CD � . co-I ..J P fx (� H 4--) Ny-� r I �-i �--I }N� V ' V ' N N Q-4 N O co (0 H U U N 4-) ¢, �-4 �-I (� C� -k4 x H 4-) 4-) �D u co cn Q O 4-) 4 U - rl rl O rl co co �-1 T--� O oo 0 O Q Ln O O d" O O Cam] O LO d" O L� LO O Ln N M L� Ln O (n N m m oo L� 0-) d" 0o M N k0 N N Cal d" N 00 M M N N d" O O M O i--i H H H U H U U U W H H H N [— H Ln H 6l H L— 41 [� N LO �; r-I r�4 r-� r�4 O al d' Ln N LnFT� E-i di M Fl�� M O O O O O O O O O x x x x Q9 QQ Q0 N N U� L(� U� �o ## 00 00 00 1731 41 O O O LC) �-D ('') r-1 Q0 r-1 d-' ,—I Ol r-I N Ol M 41 (`') 000 O � O Ln O 6) O I— O � N O1 C, d1 r C Q0 61 O 6l d' Ln N . Q . Q . Q . Q . . fs-4 _. fs-4 F14 rW �n 6 , � w www w > M > M > Ix (y Ix Ix C— d-' O O N r-I O O O O dl O O d" d" M O Ln dl Ln O Ln d" 00 L.� LO m d' N O N d' M d' Ln N Q N d 4-) ra N N U �-4 �-4 4 H r U O H H H N H (2L4 N (2L4 I (2L4 f2L4 rI rI w 4-j U f:::� N F::� -P N C7 U) O 0 O � > U co r rI O -H O �4 O H O �4 �4 O �4 O O O �-I O I N �5 N U) N N U) N O N N N N N N N O O O 'C� O -P O �> O O O (2L4 O d N 41 Cal > N N O 4-) N �4 NNN N �-I \ 0� \ rl 9 \ a) \\\ U i l0 '-I Q0 a) LO co H �-I r-I U? r-1 r-I r-1 QI r-I O N O ilk O N a-) > M I M (n M I (n U \ -C� \ �-I \ O \ U) 4-) \ U) \ \ \ U) O 4-) O �5 O r, O N 4-) -r-I O O O O O a r-I O r- ,—I co r-1 E-i O u r-I H r-� r-I r-� M M M m M MOC— D O O O O O O O O O O m O L— 00 00 O N N o0 N M N o0 0) r-I M O N N m m m M O O O O O O O O r-I Cal r-I O r-I O O O r-I r-I .] O M O cn O Ln O cn cn Q0 O Q0 O O O Q0 O r r� d" r-� d" r-1 dl r-� d" d" d" d" :Zll r� r IZZ31 IZII lz:31 IT ll� dy d T dy q:T d dy d 1731 D O O O O O O O O O O O O 000 O O N O N O N O N O O O N O NNN O N O Ln O Ln O Ln O Ln Ln Ln O Ln O O O Ln O D N 00 N 00 N 00 N 00 00 00 N 00 N N N 0o N Q0 Q0 Q0 Q0 Q0 Q Q0 a) U O N O O N 0 (m a) -0-0 C E a) N Q � 0 -E o E 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 �i E♦ W U) A W U O 17 U Z W U C� QH O N N fYl H W Q cn cn p a a� w wcn h 00 az a W ZO �H0 Hfy HQ c�a a U GA 0§c � P 04 H Q I w0 OH p HW U�H kO -P O p •• O � o a$4 Q • rl o rl W N N O O i!) N N H rl- p o rd O 0 0 ....a w U o N-P U� H 14 o\° o\° o\° o\° o\° o\° o\° o\° o\° 01 O . N . Go . . . . O . N . O O . . rn O cn QQ cn W C7 O O [- i-n W (yi 7--I 00 N O O O O 00 O O I_() O 00 O O x 5; U m QQ 01 m O O LO LO �I (`') x d" �I O M dT U-) P- TI I rn O W cn p i-n P— W d' N • U cn U • 0o E-i r- O d' O H rl N co 0� Q W 4-) O O O O 4-4 O O O O O u O H O H O O O O OT CD CD � O CD CD CD CDCf) CD CD W U -H O O 4-4 4-4 x U U U O UU O O O O O [- Ln Ol N CO d1 O O O O 00 0) Ol d" 0) O O . . d" . 00 . N . Ol . i-n . . m . . L� [- [- O 00 7--] r- Q0 L0 00 �I C- Q0 i-n m N m O O Q0 m �10 O Lf) O N U d' Ln [� N 7-I d1 7-I M d' N CO LO i-n N �I N N O O O O O O O O O O F— O i-n 00 rn N l 7-1 �l l O O L9 m 1; LO O r; I- n O p N Pi I_C) p di U-) [� N V--1 �l M d-' N . w w w w w w 00 W W W W i-n W N W (y (y (y N (x 0y N 0x O O O N Ln cM Ln Ln (n T-I 00 O �I r--d di O O �I d1 �I d1 N - N -11� co H U rl H H U (x H U H 'C� H N (0 f O C7 F� o u -Q N �Q 0 0 [ N a) 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 ,� N N ,� N N N O N T-1 U c� a--) I~ M > -H c� O O H 4-) -C� � I O ,� -C� O O co -� O �5 O N O N Ln �-o O1 O1 O1 > 0o O O o0 0o O O O O O O O L m O O mm N Ln O [- O 00 O L I O N m O O cn m 7-I m 7--1 m 7I < O Q0 kl.O 00 Q0 kl.O O Q0 O kl.O O < r IZZ31 IZZ31 O O O 00 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 aa)i 0 -E o E 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 � E-I Q O O N Q0 O rl [- O O O O CO [- M um 1O F- N +� H W cn r� i-n O O O O M M O >'1 N [- Ln Ln O O O M dI' N rl O C\� N rl rl rl rl 04 tyl N O W O O O O O o rn M M E-1 I4 p O O N O M O M N N M M Q d� (h O CM rl O M L0 O O �4 Q O L- rl C) rl M M d" d" L- d" d" \ Lf-) -P N rl rl I I r-I (n U) -P . a I I IS4 N > N M U N C7 N U a H �-I �I O N W cn O O O 41 O O O O O O O O U) Q W O O O Q, O O H O O O O O O H Z try p� U +1 x 0 w Z �4 N I � � O O O rl O O O Ol M cn Ln O O CO O rl O M N (N M O O6 0 0 0 FI E-I LO H Q0 O M L0 L� Ln U L- F, L- d" d" L� In L0 U) M fc:4 rl r-1 L N U Q W U (x O H U H w Q EI O M 00 41 ri � (x O O O � QQ w W W O co ri P- H rn ri O N H Q W N G> H W Q Cl) O O O O O O O O O O O t!) E♦ a a� w wcn x x x h U U a E♦� 00 a z W L 00 G� O M 00 O rl rl d' O rl d' O O O [- Q0 O rl E-1 W O Co O r� F- O rn ri O O H O rl di rl d1 rl di Q0 'J-I a Q Q Q E-1 Q P. M O O M LC) 00 Ol O Ew'1 0 Q0 Ln H Q M Q0 M N WO O E-1 I H HW U ,H ro U) U) (�-� H 4- ) co 121-4 =d f2L4 N rl 4-4 p-i N rl F::� 7 N 5� ro (� O U 4 U 41 U) -H O -H CD rl �-_i O 4-) -P N �-4 rl N 4-) U N N rl 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 LH rl U) N �5 4-4 -Q \ -C� \ Fld O �-I \ 4H �5 O 4-) 4-) O 4-) co �4 O -H O W O U) rl O O rl W O F:� E-I Pi w ri �O +1 M M G) O p O O O O O O O O O O O O O O •• O N rl N 0) Ln C— N N QQ (n d-' O rl M N U) •• 04 ri O O O O O O O ri O O N N O rl O a$4 N dT O ri Q0 O I- I--Oo M 0-) 0-) CDO•r LC) � � klo Q0 QQ Q0 Q0 O rl W N N IZZ31 d" O O U) O O O O O O O O O O O O O O N N E-1 rl rl rl rl =d rl =1 rl rl rl rl r p g 9 O O O N O O N O O O O O O N O ro O 00 Ln Lc-) 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 N4-) U l4 Q0 Q0 Q0 Q0 Q0 Q0 Q0 Q0 Q0 Q0 �10 U O N O O N N 0 m O -0-0 C E O N Q � O in Ln E U +' a� 0 a� ;> CL Q OPC �--I 0\0 0\0 0\0 rn rn UWo >1 N r-I O a N O W o F- r-o P 4P o V--d r--d I'DLn W d� (j O M Cn L- d' Q o d" d" m Ln 00 co d1 Qo N > rn rn 00 00 O a' 17T d" LO r-I N I 1 NN I H �i E-� W cJ� o 0 0 00 Q W o 0 0 00 1-� O 17 U Z W o L- (n o N L- i n o T-I T-1 (M Ln T--I r--i b) E-I LO LO N CC*) 6l LO N o o NN L0o19 cn M M L0 I:T M r--I Q N N 1-000 mNT-I H IZZ31 IZII 0o 1 00 �H I AH o F- C- o(n W W o (`') m N CO O i!) Cr1 Ln Ln 00 N U� N H Q %� % W O d1 C-- U) r--] Q p� I I d' M W I 14 H �C � w W � Q U) o in in o in W N N o N w wH CDIzIl w I v� o 0 0 > h a H� Ln Ln Ln � 00 w az 0 m N �1 0 0o ao o co W W z CD 000 00 No CD O Q0 0P4 CC) 0 �Ch HpG 1 HA C7a N N d-'L� H H a Q0 Q0 w U GA C4 Q'i ('') M U 0 1 �W �U 04 UrC9 w0 (n(n F-4Qm off ��DQ �M H ww Q�� HW >a U�H WIC �DH 44 Q WW U U? O�H H r:� O (n 00 fx�I!W O (n -H N 4-) co fo �A � N U ¢, �-4 0 Q �-4 �-4 O � CDQ, Q, .. p rn �-4 N 1!')P4 .. N r-I O $I 0) FG O •rl L0 w� N N r� 9 N N E-H O 0 � t` tYi 9 0 O (13 O 0 O Ln 1.4 w U O co N4-) Uilo n 4-1 U O N O O N N 0 m O -0-0 C E O N O Q a) O E U }' a� a� o 0- Q H a� %D O O N O N \ 04 t` 54 O rd N -P UW N a� O N O W W � A o 4 N a H E-� W U� A � P4 O h U Z W O LO O N P4 0 w a A U A H 4 zo H p� c9 a H a O� co rn I I• Qo -Y o -Y N �-4 fo E-i N fo C- '(11 (n U d" >1 I � N L N N CD Ln I I a 0o W c co fM4 N O W p O Q a a a '� z z z z z z n z z z z z z z z z z z z d. z z z z z z z z z z z z z 4-0 (A� -Un V • 0� � E U -� fo 0 Ln Ln Ln 0 ❑ �_.V) C: LA °6 o� a�i obi a7� m � v o 0 v Ul v Ul a)v V) W +� ° v oo � U ui L. Qj V) L -� U ❑ +-J +-1 Loo +a +J L m m Q v ' 7- (A V7 N 0-in >`� CL CLv v v CL v CL iz� U = to aA :2 � p CL o6 sz ❑. ❑ •^ v � N Lin �. 4] N -J �i'2. W a) v Lm ❑ U VI VI -0 M M ra U U VI Q,. fu ra U -0 j ❑. C6 D- �0 L17 L/7 rQ Qj CrE � a--+ • L r8 Q m L. =3 a C i by ❑. CL U m +� U .�v.+ � v v� 'a � �$ v .�"� '� v v �' -0 ..�� L v v m m N VI o v OC "" GL' �"' � M •1--+ M (jj OC ❑ v OC ...,. ❑ ❑C � v OC �j — . ^ ❑❑ . � W 4-J m 4-J m v ra . ^ ❑ . o W N U CL = N N LL co N� CL w N !— N N N OC ❑ �— I— N av o0 oC 0 I— 1— U U CD z '+-+ m = ❑ o m E oz > a •� 0 � E cn sue . I- o ❑.. U ❑ M L ra w = _0 N-- Ln � 4-J - 06 `� m �- m aj -0FL a Ul �,.. a o m m ru v ❑,. M Lr MLa. r �f--� V) E E x x x v E u 0, i v mv ra v U _v ❑ t!'f � v m 4-J m a-J m 4-J L .❑" i v 0;6 a'� N L- ,� o rd a `" .v L v ❑ ❑ .fir U `� v j � v V� LIi ra `� v L v � U O.) -se U m ua ro V7 m cn �. ❑. � N �C U Q3 .� U v0L z3 v ❑ � M v ac -a z v v v o v 0 CL [7C .Q .� LfI ❑ -N +0 v 4-J v t�A � �. Ln -a -0 ,.� � 'D ❑ CA V) L L. L LII V7 (n � ❑ L m LIi • ^ L ra r6 L- L {� c3 +-j iQ � � _ ❑ 'I-J [� L L Ln Ln � ra vy "❑ v Lr ❑ L. L r6 L Ca L �❑ Lv � ""' "� ❑ v �} .�.r 4_j v � -0 _v ❑ � � +-+ ❑ L L. � L.r � Q] v v � ,��{ ,,x �' � � � .I- a)Z7 v M `❑-0 " -0Z7 Z3 "� -0 7 U U L .^ Fo v v U 2 +-j v � v a w r v v v .i.J `❑ v v v� a CL ' m � ❑ 0 ❑ U v ❑ ❑.. v ❑ V) M U ❑ v ❑ ❑ a) 0_v v .� �, m m �, ❑ ❑ ❑ p w ra v C _v ❑ v +� ra � nvC a. m rY � ci U � Ulu � 2 2 � CL U U � cLL ❑ of L L L. V) E v 4-J �G ❑. -� v -X v L .... ai >- v I- V7 w D U ai v (1) v L- L- ,� • "" CL -D _ � Ln v, � n � u, � �. � v � v m s- (D Z7 V) T3 L :� ru � Z3 Q v ❑ v❑❑ ❑❑Uv ❑ ❑❑ a)c ..�— bu4 _v 40 ❑ -❑ txo bn w o z — w — op v bxo ❑D�_o L .-.. —� to a ❑ z-'c =M v v v(U,L � Zj+a 3 L •a" ❑ ❑ o o ❑ .qp ❑ ❑ o 0. -0 >, ❑ E ❑ v L. ❑ L N ❑ L ❑ ❑ 7 E ❑ ' Ste. U L L. Lv ❑ 4--J ❑ 0L VI VI t {!) VI VI VI V] VI C ❑ ❑ VI V) (n V7 ❑ ❑. Ln (A L. }� V] V7 0 Ln -❑ � ❑ ❑.. LIf V] CL 0 Vi VI V) V) Ln ,� {n „� {� �-+ +-+ o 4-J } m L ❑ m L M L M L ry L v �,, ,^ m L. m L -- v p L m �,., 0 a) m L ro L � ❑ L M L ❑ ❑ � m L.. M L M L M Lr M L Ln v v o— � Q} v ❑ L7 z ( #"- t7 (D 07 a L� o }- a L7 � (D N a. (D 4-1 V) z = 0 o V j— �--' clC = V7 �- � U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 coo 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 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 ry N ����'����`���`���`�� 0 N N m m d' u� �D n rn oY 0 0 Ln Lrn r-i N N m et Ln 0 Ln tD LD n n W W M r-I r-i H H r-i r-1 r-( r-I r-1 H r-i r-i r-1 N N N N N N 0 co 0 0 0 0 0 0 0 010 0 01010 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 co rH r--1 r1 r-i r-1 r-{ r-1 H r1 r-i r-i r-1 r� r-1 r-, t -1 rH r-i r-i r•-I r-1 r--i r-I r-1 r1 r--i r-iH r-i r-1 r-i r-1 Fri N U Ca 0-90, 06 M 70 (3) Q U) E U 00- Q Q Q a n z z z00 CL C. 0 0 cn 0 0� 0? tn 0 0 L L Q CL Q CL Q Q m CL ro Q Q� Q� .ems E CL '5 cr a) 0 E v a�a v v U-�4 t o Lu o � (A V) C: � D 07 66 � v ai ,L �cs v (31 LL U U E t C-4 . 0 � O 0 C: + a� E t o � 0 0 Ln a� U z roc CD a a C 0 a N rq N a o 0 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 39 of 247 Engineer's Estimate of Probable Construction Cost Obstruction Removals, Phase 2 Iowa City Municipal Airport FAA AIP 3-19-0047-031 November 30, 2020 Item No. Spec. No. Description Unit Estimated Quantity Estimated Unit Price Extended Unit Price 1 0-105 Mobilization LS 1.0 $ 20,000.00 20,000.00 2 P-151-4.2 Tree Removal, 92 Penfro Dr., 12-300 EA 1.0 $ 4, 00.00 4,800.00 3 P-151-4.2 Tree Removal, 92 Penfro Dr., 1-301 EA 1.0 $ 4,00.00 4,00.00 4 P-151-4.2 Tree Removal, 1107 Wylde Green Rd., 12-302 EA 1.0 $ 10,000.00 10,000.00 5 P-151-4,2 Tree Removal, 1124 Wylde Green Rd., 12-303 EA 1.0 $ 6,000.00 6,000.00 6 P-151-4.2 Tree Removal, 1124 Wylde Green Rd., 12-314 EA 1.0 $ 10,000.00 10,000.00 7 P-151-4.2 Tree Removal, 1124Wylde Green Rd., 12-315 EA 1.0 $ 10,000.00 10,000.00 P-151-4,2 Tree Removal, 1211 1 ylde Green Rd., 12-304 EA 1.0 $ 10,000.00 10,000.00 9 P-151-4.2 Tree Removal, 1211 Wylde Green Rd., 12-305 EA 1.0 .$ 14,000.00 14,000.00 10 P-151-4.2 Tree Removal, 1204 Edingale Dr., 12-316 EA 1.0 $ 4,00.00 $ 4,00.00 11 P-151-4,2 Tree Removal, 1216 Edingale Dr., 12-306 EA 1.0 $ 5,600.00 51F600.00 12 P-151-4.2 Tree Removal, 1216 Edingale Dr., 12-307 EA 1.0 .$ 5,600.00 $ 5,600.00 13 P-151-4.2 Tree Removal, 1216 Edingale Dr., 12-30 EA 1.0 $ .5,600.00 5,600.00 14 P-151-4,2 Tree Removal, Edingale Dr., 12-309 EA 1.0 $ 4, 00.00 4, 00.00 15 P-151-4.2 Tree Removal, Edingale Dr., 12-310 EA 1.0 .$ 4,00.00 4,00.00 16 P-151-4.2 Tree Removal, Edingale Dr., 12-311 EA 1.0 $ 4,00.00 4,00.00 17 P-151-4,2 Tree Removal, Edingale Dr,, 12-312 EA 1.0 $ 4,00.00 4,00.00 18 P-151-4.2 Tree Removal, Edingale Dr., 12-313 EA 1.0 .$ 4,800.00 4,800.00 19 P-151-4.2 Tree Removal, Iowa River Recreation Trail., 25-300 EA 1.0 $ 6,000.00 6,000.00 20 P-151-4,2 Tree Removal, Iowa River Recreation Trail., 2-100 EA 1.0 10,000.00 10,000.00 21 P-151-4.2 Tree Removal, Iowa River Recreation Trail., 25-101 EA 1.0 $ 10,000.00 10,000.00 22 P-151-4.2 Tree Removal, Iowa River Recreation Trail., 25-102 EA 1.0 $ 10,000.00 10,000.00 23 P-151-4.2 Tree Removal, Iowa River Recreation Trail., 25-103 EA 1.0 $ 10,000.00 10,000.00 24 P-151-4.2 Tree Removal, Iowa River Recreation Trail., 25-104 EA 1.0 $ 10,000.00 10,000.00 2.5 P-151-4.2 Tree Removal, Iowa River Recreation Trail., 25-10.5 EA 1.0 $ 10,000.00 10,000.00 26 P-151-4,2 Tree Removal, Iowa River Recreation Trail., 25-301 EA 1.0 $ 10,000.00 10,000.00 27 P-151-4.2 Tree Removal, Iowa River Recreation Trail., 25-302 EA 1.0 $ 10,000.00 $ 10,000.00 28 P-151-4.1 clearing and Grubbing, Iowa River Recreational Trail AO 0.2 $ 10,000.00 $ 2,000.00 29 T-904-5.1 Sodding SQ 20.0 $ 250.00 $ 5,000.00 30 SUDAS 0030 Tree Replacement, 1124Wylde Green, Willow Oak EA 2.0 $ 500.00 $ 11000.00 31 SUDAS 9030 Tree Replacement, 1124Wylde Green, Redbud EA 1.0 $ 600.00 600.00 TOTAL ESTIMATED CONSTRUCTION CO 5T $ 2290 00.00 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 40 of 247 AECOM Contract Documents and Specifications for Obstruction Removals - Phase 2 lava City Municipal Airport Iowa City, Iowa FAA AIP Project #3-19-0047-031 Prepared For CITY OF 1OVVA CITY Iowa City Airport Commission Prepared By., AE CM 00 SW 711 Street, Suite 301 Des Moines, Iowa 50309 November 24, 2020 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 41 of 247 CONTRACT ACT DOCUMENTS A J D SPECIFICATIONS FOR OBSTRUCTION REMOVALS VAL - PHASE AT THE O A CITY MUNICIPAL AIRPORT ICWA CITY, I 1 A FAA AI P PROJECT NO. -1-0047-0 1 I hereby certify that this engineering document was prepared by me or under my direst personal supervision and that I am a duly licensed Professional Engineer under the laws of the state of Io a- ` � x}l 11/24/20 DA ID B. HUGH E , P.E. Date = w ■ HUGHES Y 1 3 0 3 7 r ti License No. 13037 _ The ��� `��: `L My license renewal date is December 31, 2021. ' low N tix f. Pages or sheets covered by this seal. All a e Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 42 of 247 TABLE OF CONTENTS CONTENTS PAGE NOTICE ()F PU BLI(' 11EARING PI 1-1- OFFICIAL PUBLICATION ION ......._..... ..,,...... —...... ...,,....... .... ... ...... ..... ..,,,..... .. ........,,,....... N-1.6 PROPOSALFORM______ .............. ........................................................................... I'-1- BI1) BON D...,....... .......... ............... __...... __...... .,..".....,...,....... .............. ......................... .......... .......... __....... __........ 13-9 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER-__ _ I1-10 NON -COLLUSION AFE'IDAVI-l' OE' UBCO 1-I'RAC"l'Ol�............................... I...................... 1'-1 1 STATEMENT T OF INTENT ..... -................... -.................... .................................................... .... P-1 141 f D F R'S 1 N FOR MATION S HF.FT...........................,........,..,..,..,..,..,..,......................................... P-1 3 YN OPSI S OF FX PER IFNCF R I CORD ............. ......---...... -- .................. . ..................---.... P-14 BE UT11.17AT'ION STATEMENT ----........--..................--...... -- ...... ... ..... .. ...... --- ...... --- ... P-1 5 EFTTER 017 I1 TFNT--------•---------•---------•---------•----------•--------------------•--------------------•---------•----------. P-16 III:fir' AM ERK"A ('FRT1FI('ATI() 1 P-17 PERF O NIANCE BOND ..............................................."..,..,..,..,..,..,..,..,.............".......................... C-5-0 }A"'Y'11rNT BOND. .............. ................................ ........................ C-7- GhN ERAL PROVISIONS................................................................................................................. G-1- 58 Sect ion 10 - DeflnICIon of TcnnI..................... ----.,..,..,..,..,..,..,..,..,..,.----.,..,..,..,..,..,..,.. G-1 - Sec`601110 - I}1'OPOS� l I RO(I Lilt`OM0,11IS �Lnd Conn l lion ....., , ,......, , , ,......., , , ,...... ......................... G -9-1 Section 30 - Award and F ccutiollr G;-1 __3-14 Section 40 - ScopQ of Wk)rk................................................--................-----...................-_.... G-1 5-1 Sect -on 50 - G C1trol of Work...... .................... .................... ............ i-1 - 6 Section 00 - C.iritrul of Vl41terluls............................. ............... .,..,..,..,..............,................ .,..,..,.. G- 7-� Seclioii 70 - Lc ral [ OgU l�ltlO11S and Reap nslbi li t • Lo Public.— ...........................................,.. G - 3 1 r 6 CC1.1011 0 - PrO SLL Llt oii ald Propyrc�s----------------------------•--------------------•----------•--------------------•- �i-3 7-44 CCU011 90 - 1 C'(1SL k' 11ne11t #1I1d P'41villent................................................................................ G-45- PF-,CJ I, PROVISIONS - Partl - General --------------------------------------------------------------------------------------------------------------------- P-1- 14 Pats 2 - FAA F equi AA- 1 - 0 WAGFSC:AL---........ ........................... ......... .. ...... __ ................... ................... ........--.... W -1-1 1 TFC11 JC A I _ PF C I F1C ATI0N S- -105 MO N li7.ati()ll----------------------------------------------•---------•---------•---------•---------•---------•--- CI 05 -1 105-2 f'-1 l ' I ~at`1 �� � ��ci �t ��k�k i rl..................................................................................... f' l 1- I P I l -4 C.T- 04 Soddit1g-------------.---------.------------------------------.------------------------------.---------.------------ T 04- l u) T 04-4 ce>tion 9030 I'lant N-lateri,rl and 1}1-nntitig-................................................................ I','I&C� 1 -1 4• FAA A I P PI J I-k"I. 1 O. 3-19- 047-1.}" 1 Iowa City Municipal A1r1 oil ECONI #r60642468 Obstruction f cmovuls - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 43 of 247 loft ROUROWN90r"IN N MN&gNou 2 LI101byi ECONI #r60642468 Obstruction f cmovals - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 44 of 247 NOTICE OF PUBLICHEARING ON PLANS. SPECIFICATIONS, FORM OF F, O IOWA CITY MUNICIPAL AIRPORT - OBSTRUCTION R FMOVA 1, - PHASF. FAA A l P PRO J E ST No. 3 -1 9_0047-031 AIRPORT TO ALL TAXPAYFRS OF Tl M CITY OF 1OWA CITY, [OWA, D TO OTIIER l lTF F. TFD PE1 J : PU i C notice~ is hci-cby givon that Vic Ioxvu City Airport Commission f tli c: City ofloxvu City, Iowa, will COndLICt -3 public he-r ri n g on p I ns, specifications. form of contract and estimated cost for the construction of the Obstruction rotor Removals - Phase 2 pi - jest at �a i d A irport at 6: 0 p in. on the 101" o f December, 0'2- (), sal �.i r-necti t� t l� �l i i�� th '"1 f�l rCoti 1 i-�� [ I�i � 1� tIi : Air i�t Turni t� l f Lii l i n I l� l i '1 t �, ��� i f� i i niecting is cancelled, at the next ineeti ng of the Airport Commission thereafter as posted. Sald plans, sped I icati onL., 1 Nin o f coati -act and e tiniatL�d coL.t ai-e no w i)n f i I i n the o f;f icL� of thL� C i ter CIci`l in Iowa Citv, Iowa. and may be inspected by any i nterestecl persolIS L Any interested peisows may appear at iing of the Ali -port CmnnaBSIon for the purpos-c ofmaking objections to and cor n meats concerning ring said plans, specifications, contract or the cost of maki n gir said in1provement. This, notice is given by rdei- o f~ tlic Airport Commission W the City oflowa Ci ty., Iowa and as provi-dod by 1 IW. KELLIF; F RUEHLING, CITY CLERK FAA All' ]'I�t �.1I :� 1 � � 3-19- 047-011 1' H- I log , a City M LIRiC ipal A i r pon A I IC"O M #60642468 PIMS- 4 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 45 of 247 THIS PAG' E LEFT BLANK INTENTIONALLY FAA All' ]'I�t �.1I :� 1 � � 3-19- 047-0.11 1' H- log , a City M URiC ipal A i r pon A I IC"O II I #60642468 Plh)',4 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 46 of 247 OFFICIAL 1"UBLICATION 0T[ C ETO B I DDE1 .1 N VITATI I F OI BI LDS F O R THE CONSTRUCT I ON 0 F IN1I"R0VEM ENT TO TI IF lOWA CITY MUNICIPAL AIRPORT FAT CON SISTING OF I WA CITY MUNICIPAL AIRPOR' I WA CITY, l WA FAA A l P I"1WJ LC -I- NO. 3 -19-0 47- 1 A prc-bid coiifCi-cnc for this pi-0ject will bo hcld i» the Sccond >{looi- r iifCrcncc Ro rn of' the Teri-nival flu i l dinar at the Iowa City Municipal Airport at 1: 0 pm, Local Time, on December 17, 2020, Scaled bids, sUbJCC t to the conditions contained herein, will he received by the Iowa C-Ay Aiil)ort Commission before 2:00 p.m., Local Time, on Jantlk � 7.2.(P.21, at the office of the City Clerk of Iowa CitV, 410 f ., Wash illurt ll Street.. iowa City, Iowa, 52240, then will be publicly opened a» d rcad aloud. Such bids well cover the imtJovements descrihed below. The work to he porf rnied in this project shall i n l Ud the 1011owimx described i niprovem nts to the Iowa City Municipal Airport. lower City. Iowa. Removal l of trees on private property that have become bstrxrction� to the APpr ach:''r)cpart.urc surfaccs for oic i wa City Municipal Airport, incIu cs im—nog, al of tr'CO s, gftl obi n r 01" MUMPS, Site ro toration and sodding o f` diStLlrbed areas. This work and all other incidentals shall be performed as shown on the Drawings and described ill the Ise c i l`ic ations. Plans and Spccifications, 'op i es of the pla ns and spec i f ratio n s and wage rate dcc isio n arc on -h 1c and may be i respected at tip c followili offilccs' City Clerk City l fall 410 E, Washington Street Iowa City, Iowa 5 2-40 Ar k-1 csWillies 500 SW 7"' Street Suite 30 1 51 - 2-7910 A ECON f - Waterloo 501 Sycamore Street 222 l 9- '1- 5 l Copies o f the biddim4 dOCU MIS are a aiIable for download at LW SICC1C].CO ��. U 1-nay download the dig.ital Plan docLillients by inputting Quest Project 7 0 0 oil the webs ite ~ s Pro' ect Search pag. . Pleas contact Qucs1cdnxom at .-23 3-1 32 or I r 'a�-sistanco in fret mcl bci-shlp registration, stration, down load ink and with this digital project information. Opti na I paper copics o f the proj ect bidd int doctim nts are a ai lable by contact ing the Waterloo A ECOM of ice and providing a deposit of $25,00. Said S25.00 deposit is fully -refundable if the lidding Documents are, returned to the Waterloo AECOM office in good condition within 14 da.,vs after award of the contract. 1t is the responsibility of the bidder to ascertain when the project has been a �u rdcd. Plcasc do not obtain the Rid DOCU11ICTIts from auy sourcc other tliar-iUCStC(11], tom Ol' thl-or.I .h VIC Waterloo A FfCOM o Il ice l i tod above. Obtaining doC Lri11011ts 1'r0r1l 011ICr sources than I i steel above could prevent Bidder from being included oil the official AECOM Plan holder List, WhiCh COUld Ca arse Bidder to not FA A I P Proiocl N o_ )- l 9-0047- ' l N- I Iowa City Municipal Airporl ECONI FL!'606424 bstructiotl 1 cC ov—cils - Ph,Lisc � Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 47 of 247 receive addenda or other rime -sensitive/ bid -critical dOCLi rents. The City of Iowa City, Iowa, has the right to rc)cc�t silly ��i�is that (to nut hay c �'�rrTcrr t bidding d��c��rrrrcn ts 111cl LIdQ�� iii thy' 13i� ���i�� i ��i oil. R id Secgrity Wi I I be R equi red as FoI lows. Each Proposal w i 11 be accompan ied i n a separate labeled and sealed en v elope by a cert i f ied check drawn on a solvent Iowa bank or a bank ch-a rtered under the 1-aws of the United Suites or bid bold in the amOU nt of tell percen t 1 0%) o f' the total anio nt bid., made payable to the order o f the l owa. C i ty Al rp rt Comm i ss i 0111N I owa C i t , Iowa, -I-lie c heck imi st not contai n a ny condition i n the body or endorsement thereon. The checks r bid bonds of the two lowest B i ddcrs will be rctai reed Li nti 1 the low bidder has l ccn des i irnatcd and a Contract is approved. Other bid secmit i es will be returned within f rtv-ei t ht (4 ) hours- after bid opening A successful Bidder's bid security shall be forfeited to the Airport as liquidated dania es in the event the Bidder l`ai is or re l`LINCS to enter into a on tract within fifteen( 15) days afterthe lids are re ei ved and post bond satisfactory to the Airport 111SLIFIng the faithful fulfillment of the 'ontl'act. Bidder shall use the Laid load form provided in the pee] ficati ons. Bonds. -]-he sLrccessful Bidder will be red i i r•ed to furnish separate performance and payment bored s each in are allIOLl nt cq oral to 100% f• the Contract Prim The bored o f' any suvct , company authori zcd by tlic Commission f• l n�urancc ofthe State of Iowa to do K[Si ncs ill thO StatC of Iowa, and which has Filed its Certificate of uthority with the Clerk of Court, w i I l be accepted as securit f for any Contract. M inilr UM Wne E sites. �fih c MW fYC &4(_T1 111-1 7�1 ti 017 o0h c Delm i I n i ei il (?f , Ll h oi - h? c -o 17) muted 111 ih e -hse�l spce�fica tio � i s doi� �101 inclucid t• le fi))• cl(lssfic liotts bV? fhe hr`&lei'F the hi�� lei, is i,c�_-Yj7o �.�i1Vc� fi)) (is -c�iwi1,1ii? the t•��lc�_� P(IV�thle. f i)]- sIf-CF12 IIse ftt ('z-omj)1i.� hi)i c 1�w i-�-��t•�ti. ����� t�����t'.Cttt�c. eo;?c� ��,- c•�r`CC �`.� io he ch-a ivn fi-oin ihel`l' on I`.�•�� 1Loil. �-��t����c�t�, the ontfss imi does 1101, J)el, se, c'slahlish tffl V /f of bifill., ffl, io the Go vei -n in ei 2 1 fi) i- inci -eased 1�tbo i � �_­os is i -esz i 1i h i fi -o n) i he use (#'x i ech c/�iss �fica lim �s. F grrlal l ;mp l oympt Opportgn i Ly % ecuti vg Order 11246 and 41 CFR Fart 60, The Bidder's attention is called to the " E.qial Opporami tVf l-,K[se" and the ifStandard Federal Equal 1.r n pl yni cn tOpportunity onstrLicti on Contract Spec i ti cat i ns" sct forth within the suppl cirnentary provisions. The successful Bidder shall not discriminate a Rainst any employee or applic-ant for employment bccausc of rc: c, 1 or, rel igi on, SC , or nati nal or l ui n. The Contractor �� i 1 I takc affirmative act'] On to crI Aire that applicants ai-LL crnpl o ed and that ernployc s are treated dur'ii1,2 cillployment 1_ 11101_It I'L%lard to their raLCI color, re I i gion., sex. or nati onal origin. Goals for Minority and Female Participation — Exec tit i ve Order 11246 and 41 CFR Part 60. 1. the Bidder's attention is called to the "Equal Opportunity 'laLlsc" and the "Standard Fedei'al Equal Employment OPPOrtL111 i tV COMStrUction Contract Spec i f i cation .�" set f rth within [lie supplementary provisions. . 1-he goals and timetables for minority and female participation. expressed in percentage terms for the con tractoi-'s ag rc atc of-k 1 rcc in cac h ti-adc oii all core stRicti on work in the co crcd aTca, arc as FA A A I P PT0j ocl N o_ )- l 9-0047- ' l N -. Iowa Oty Municipal A irporl ECONI �60642468 Obsti,Uct-1011 l cr ovals - Ph,Lisc 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 48 of 247 .Finietables: Goals for minority participation for e-ac h trade — 4. 7` /,, Goals for fer na le participation in each trade — .91,1,� These goals are ap l icab I e to a I l ofthe contractor's consti-Lietion woi-1 (wliethei- i- not it is Federa l or federal ly- as i stLYd) perflornicd i n tlic: covcrcd area. I f' the con tractor pci-1 rms construe ti on wark i n a gcogTraph i curl arca 1 ocated outside o f the geo raph ical area w hei-e the w ol-k i s act LKAI ly perCorrned, w ith regard. d. to 111is second area. the Contractor also is subject to the goals for both its Federally -involved and nor -federal Iy involved construction. Facilities 41 T Part 60. ccrtl tl cati on of 1 l nscgrc(Fated Facilitics must be subm i ttcd Prior to the award of a federal I y-ass i stc C011 strUCtiOn con trac t ex seeding S 10,000 w h ic h i s not OX Ompt l -or n the pro i si ons o I; the l r'gUal Opportuni t , laLISC. Contractors receiving federally assisted constr•Llcti n contract awards exceeding 1 , 0 , which are not e erupt f rOln PrOVI s i 011S O fAIC 1 gUal OPPOrtUnity Clause, will hLL r ogliryed to pi-ov i de I €)ry the (�)rw ardiiltir of' the notice to prospective subcontractors for supplies -and constmetion contracts where the subcontracts eXcced S 10,000 and are not exempt fiyom the Pro i si on o f' the f qual Oppoi-tun ity Clause. The pL�nal t 1 � r making false statements in offers in }prescribed is 18 U.S.C. 100 1. Di ad antag ed BLr i ne s Ent-erprise 49 C F f Part 26. The contractor shall carry out appIicabIc requirements of 49 C FR Fart 26 in the award and Aministration of this DO T-a�si sted contracts. In 'accordance with 49 CFR Pail 26.45, (lie sponsoi- has es-tabl i lied a contract goal ofe i ht percent � ;-()) pailic i pation for sma I bars i ness concerns owned a rid co ntro l led by certified social ly ad cconor n ical I disadvan teed cntcrpri sc (DF3 E). Tlic b i ddor slial 1 rn a k c U11d (locUrn cn t good f ai tli cf'f orts, U defined in Appendix A of 49 CFR Part 26, to meet this established Boa 1. Davis -Bacon Act. as amended C�FC Part �. TheConti-actor is rcqu i red to comply with wage and labor provisions and to pay r n in i rriuni wages in accordance with the current t schcdulc ol,wage i-ato c-stabl i hed by the United States De-partmont f' Lrab r-. Debarment, SLISPCnSi011, iiicl igibi Iit t and VoItrntavy Fxclu ion — 49 C F'R Pert 29. The bidder certifies, by stibm issior. of a proposal or acceptance of a contract, that neither it nor its principals ai-C FrescT1tI V d6arred. s11sPCT1d d. propo cd for dc barmcrit, dccIarcd i roc I i gi blc, or voI ljntari I cxc' l udcd fro III parts c i pats on i n thl s transaction by any Federa I department. or agency. 1 ndi vidLials or compani es 1 isted i n the General Services Administration's "Excluded Parties Listin) stele" will not he considered for award of contr-act. Fill-c1 gii Ti-adc RL:s[rl di on — 49 CFRPart 3 0, The Bidder and B iddei-'s s Libcoritractor-s, by s Libmission o Can o 11er- and:"or executi ve o I}a contract, is req Lrii-ed to cent i fy that it: F'AA A I P Projocl o-)- l 9-0047- ' l 1�1- l Iowa City Municipal Airporl ECONI FL!'604?4 bstructiotl l ct ovals - Ph,Liss Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 49 of 247 l . Is not owned or controlled by one or more citizens. of a foreign country i nel tided in the list of countries that dl scrims riatc at amst �J. . lirmr publ ishcd by the P WL� of the Uri itcd taic�.-, Tr'adc RL:presciitati VC (U TR); ?. l las not knowi n �g1 entei-ed into an v contract 01' I-111CO nti`act f 61- this pi-oj L�ct with a poison that is a e iti zen or natiomal of foreign eountry on said I i st, or is owned or control led directly or i ndi reetl � b one .11 f 11101-C Citi7cnsornationals of a f rcigii coLmtr . n said list, . Has not proctired any prodLict nor subcontracted for the supply of any product for use on the prof ect that is prodLICed In a Corei n country on said l i st. BLief dim ricats crti isato Aviation Safety and Capacity Act f' 1990. This contract is SUb j eCt 10 the ""Buy American Pr&renccs" f' the Aviation Saflety and Capacity Act f` 1990. Per Title 49 U.S.C. Section 50101, all steel and iiian i-if-aeaired products i rl t,2r 1 led Ll 11 Ct• an All' assisted pr(� ect must be pr dUCC ill the United States un I oss the Fcdcral Aviation Administration has gnanted a formal w-river. As a condition of bid responsiveness, Bidders must complete and SLIh nit as part of their proposal the enclosed BLiy American certification. Bidder must indicate whether it intends to meet Bud. America prefer -ernes by only instal l i n r steel and mane l'aCt Ured products produced with the Ul a iced State of' Arnci`ica: or 'fit i l�tet ds t seep a pei�l�� i s ih le waiver t the B U A meriea t+eq �� irei��el�ts. 1tc In pcctl p, B i driers are expected t -%,-- i sit the loci I ity of the work and to make thei I- own esti mate of the faci l it ies needed and the di ff ie u I ties attending the C XCe uti 011 01" the proposed Contract, inCl riding, loca I condi tions. Propo,.-;al . The B i dklcr must sLIPPIV Ul I i nformati011 N(JU i red by the Proposal Form. Bids must be SUbrn i ltcd on (lie Lspeei tied proposal Forin r as air atta hment to the forms prov' ded. Time for Receiving Bids. R i reeeivcd pi`ior to the ti me ��� 111 be s���ecurel v Dept, uriopcd. The [ImL� o f~ recL�i pt shal l be detemii ned l)Y the official clock tna i ntai ned by the City Clerk and the Airport Commission's determ i nation of the time of rccci pt shall (Yo ern, No bid rccei v cd tlici-c ftcr will be con si dcred. No respon si bi I i t ' will attach to an officer for the prematUre opening, of a hid not r perl v addressed and identified. Withdrawal o M ids. Bids may N wi thdrawii oii written 01' ie legraph i c reel uost received l rom Ridders prior to tho, ti r-ne fixed for openi na . e�li gene n the }part o l~ the Bidder in preparing the bid confers no right for the withdrawal of the bid after it has been opened. Frrnr� in Bid_ Bidders or their aLithorized merits are expected to e anii ne the Maps, Drawings., Specifications, Circulars, Schedule and all other i 11strLICtior1S pertaining to the work., which will be open to their inspection. Failure to d FA A A I P Proj oc l N o_ )- l 9-0047- ' 1 N -4 Iowa Oty Municipal A irporl Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 50 of 247 so will be at the Bidder's own risk and lie cannot SeCUre relief on the plea of ei•i•or in the bid. In case of error ill the cxtcri�i ii of prigcs. t1w unit pricc will govuri. PawlIcrits, Pa inerits wi I I be made to the Contractor ba sed on ni nth I y esti mates i n arno 1 nts equa 1 to ri i net -t ive percent ( %) o I'll-ie Con tract V al LIC 0 f'thC work cornplcted, i ncl Lid i rig Iriatcri al s and cquiprrncnt (4:1 i v ercd to the j ob �i Ic during the preceding calendar month, and will be based upon an estimate prepared on the first day of each nio nth by the Contractor, checked by the Engineer and submitted to the Airport Commission on or before the 15111 Slav o 1` the month in q LrCst[011. SLICII iTio nth l r payment will in no wav be onsti-tied a� an act of acceplance for are • part of the work partially or totally completed. The balance of the five percent ( %) due the Contractor wi I l be pai (i not curl icr than 111i rt •-once (3 1 ) days from tlic date o f' f i real act cptaricc o f• said woi-k by the Airport rport Commission, subject to the conditions and in accordance with the provisions of Chapter 573 of the {ode of I N-va. as amended. No such partial or final payment will be due until the Contractor has certified t the Airport Coniiiii ss i on that the niatei-ials, labor and sere! ices involved in each estimate have been paid 1 or in accordance with the requirements stated in the Specifications. Commencement and Coinpletioll. The work in this Contract shall be substantially completed according to the terms of the entire contract within two liundred scvcnty (27 0) calcti dar days from the date cstabl i shcd i n dw Notice~ to Pr cccd. Llauidated Daniat..?es. Liquidated dai-nag e� will be ass cc led I Or the overall work in all phases not being Completed Within two hundred seventy (2 7 0) calendar days frorn the date established in the Notice to Proceed at the ruic o f• 100,00pci- cal cridar day. Award of Contract. All proposals uhinitte l in accordance with the instrUCtiOrIS presented l herein will be subject to evaluation. Bids may be held by the Iowa City Municipal Airport Commission for a period not to cxcccd ni ncty (0) days ( rorn the date o l' the bid opening I ()r the P LrrPOSO o f' c ondLictintig the bid eval uali 011. Prospecti vc Ri dders are liercby advised that award of contract is cot-itin curcm upon the ow nci- i-ccei v i n Federal funding assistance under the Airport Improvement Progyrain. The Contract w i 11 be awai-sled to the lowest rest onsi ire} responsi ble bidder, COnti tl�X0l1t LIPOn reCei Pt 0I` pr jCCI fundiriv from the Federal Aviation Adni ni stration. 'l'Iie Federal Aviation Adi-ni n istration has identified this pi, Oj - vct f u possibi c l undi tag dUri rig FY 2020 but will iiot bV rabic to I'S Uc a ,(irari t fbr I undi rig U11t1 I bids have been received for the pro' ect. H owe�r er. the Airport �oiniiiission reserves the right to re � ect and or all bids, rearertise for new bids and to waive informal hies that be in the best interest of the Airport Coniiiii ss ion. Mai -king and Mailingr Bi(k tir Envelopes containing bids must he sealed and addressed to the Iowa City Municipal Airport, c/o City Clerk, City Hal L 4 10 F. ash i» (irt n ti-cct. Iow u City, Iowa, J5 4 ; ai-id r narl ed in the uppu lcfthand coru er as follows - FA A A I P Projocl N o_ )- l 9-0047- ' l N-5 Iowa City Municipal Airporl ECONI FL!'606424 bstructiotl l cmmonk - Ph,Lisc � Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 51 of 247 Bid of (Name .9nd Address of Contact) for Remove Obstructions. Iowa City Municipal Airport, Iowa City, lk)wa, FAA A IP Pr()Jc-L:t No. 3-1 -0 47-031. Bids shall be ubm i t.ted bcforc .:00 p, r11, OF JUTIUary 7. 2021. The time of r{ cci pt shall be die#.umi lied by the o fflic1 al clock maintained by the ('1 tv "Ier , and the A iij)ort CCimi-rll ssi- oWdeterl''1ucation of" the time of" receipt slm l l govern. To be opened at 2:00 p.m. Local Time, JaMillry 7,.2.02 1. Iowa City MUnicipal. Airport B `. hai I'persoll FA A A I P Proj oc l N o_ )- l 9-0047- ' 1 N -0 Iowa City Municipal A irporl Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 52 of 247 PROPOSAL FORM FOR I M PROVEMENTS TO TI I E. K)WA CITY M U ]CIPA L A I PORT CONSISTING OF 013STRUICTION > FNI SAL - P[IA F AT THE IOWA CITY 1 II.NI IPAL AIRPORT T 10 A CITY, 10 W A FAA All' PROJF.CTNO. 3-19-0047-031 I owa C ity A i rport Comm i scion 4 [ () E. W ashi n alon Street Iowa City, Iowa 52240 C0111i11 i SS i 011ei•s : 1. The under ityned hereby curl i I es that lie has ex am ined I lie Form t) I; Contract, Plans acid Spoci [ ical Ions ]"or the Construction f Improvements to the Iowa City Municipal A irp0i't C rIsistirI� of Obstruction Remo .-als - Phase 2 at the [owa City Mu»ic ipal Airport, lower Cite, lower, FAA A [ P Pro�jcc l No. 3-19- 0047-03 1. and has examined the site of the work and is familiar with local conditions pertaining. to the work. 2. Removal oval of tree on private properly that havebecome obstrU ti tis to the Ap roach. Departure SLIrfaces for the [owa City Municipal Airport, liicludc: � renioval (iftrccs, grubbimir of stutrrPs, sits~ i-cst rati » and sold ittg k)f disturbed areas. This work and a I l other- incidentals slial l be performed as shown mi the Di'awin s and described in the Spec i ficiitio ns. This work and all other incidentals shall be performed as shown on the Draw i n u ai-id described ii-i the pec i l'i-cations. , Thc undersigned, in compliance with you i, Invitation for Bids dated , hereby proposes to (to th c wouk ca I I ud for i n -sai d Contract and Spoci fi caflu ns and sly own un said P l an-s and A Mcndum Nus, and to fu rn isle al l mat ria l s, too I s, tabor and al l apli l ianc s and IPPU rt nances necessa ry fo r the said work at the following rates and pri ccs. ITEMI ED PROPOSAL I 1 A CHN MUN 1111"Al, AIRPO I' - IOWA CITY. IOWA PRO J ECT: OB STRUCT[O T EMO VA L - PI [A S E `? FAA A I P PROJECT N. 3- l9- 47- ' 1 ItetII Sped'. E.strr�latcd Unit Total N �),N o,j unit Quantity Bid Price Bid Prico 1 C-105 Mobilization LS 1.0 2 P- 151-4.2 Tree Removal, 92 Penfro Dn, EA 1.0 3 P-151-4. - Tr ec Removal, 92 Pcn fro Dr•., l 1-3 0 1 EA 1.0 Tree F�e�� ovc,.�I, 1107 ���'vlcle Green Ind.. 4 f�-1 1- EA 1. $ $ 5 P- 151-4.2 Trec Rciuovc,d. 1124 Wyldc GrcLm Rd., EA 1.0 1 -' - Trce i emova1, 1124 ` Id-c seen Rd., 12-314 FAA Alf' � -19- 047-031 P-1 1�����U i(V 1 1LLI 1cipal Airport' Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 53 of 247 lte111 SpCC. Estimated Unit _ o' I o, De criplio I 1 Jni I UiLI L i (V R i�l Price Tree Remove,.d. 1124 W y ldc Given Rd., EA 1.0 Trc�� I cr�r��va 1. 1211 ��+�� lde Grccn R 8 P-151-4.' .. EA 1.0 Free Reniuval. 121 1 W Y I d c Green R (L P-1 1-4.2 EA 1.0 12- -305 - 1 P-151-4.? Tree Removal, I, 1204 Ed inga le Dr., 12-' 16 EA 1.0 _ 1 P-151-4.? Tree Removal, 1216 Edin-ale Dr., 12- 300 EA 1.0 _ 12 P-151-4.2 Tree Removal, 1216 Ed in -ale Dr.. 12- 07 EA 1.0 13 P-1 1-4.2 Tree Removal, 1216 Ed inga le Dr.. 12- 30 EA 1.0 14 P- l 1-4.2 Tree Removal. Edin -ale Dr.. 12-309 EA 1.0 15 P-1 1-4.2 Tree Rcmoval, E.dinoale Dr.. 12-310 EA 1.0 _ 16 P-1 1-4.2 Tree Removal, E.dinoale Dr.. 12-31 1 EA 1.0 _ 17 P-1--",1-4.2 Tree Rerun ul, E.dingale Dr., 12-312 EA 1.0 _ 18 P-1 1-4.2 Tree Rornoval, Edingi, Ic Dr., 12-313 EA 1.0 S_ Tree Removal. Iowa l iv r Recreational ional N P- l 51-4.2 FA I 1'r{ill . 25 -3100 - Tice Rcmo a 1. Iowa Rivor Rccreat ional EA 0 Trail. 25-1 0 - I'rcc Removal. Iowa River Rk cryati na l 21 P-1 1-4. EA 1. Trail..25-101 Tree Removal, Iowa f i-v er f ecreat tonal F. A 1 Ti-ail. 25-102 _ Tree Removal. Iowa f ivor Rcercat-tonal 2 N P- 1-4. EA 1. I'rai I. 2�-1 � Tree Reir�o zit. Io zi River' R-}deal-tonal 24 P-I � 1-�.� EA 1.0 Trail. 25-104 -free Removal, Iowa R i arc r Rw-vational 2� �-1 �l-4.� E- 1. Trail. 5-105 - --- Tree Remova 1, Iowa f i-v I er ecreat tonal 26 I}-1 5 1-4_.2- F A 1 -frail. 25- 31l _ Tice Removal. Iowa Rl er• Rmcal-ton �l 27 P- I 5 1-4.�E �► 1.0Trail. �5-302 '1uaringand €Drubbing, Iowa River 28 P-1 1-4.1 AC 0.2 Reci ration, I Trail 29 T-904-5.1 Sodding SQ 2 .O _ U [SAS Tice I epl aecincnt, 1 124 W y ldc Grccn, 0 I- ". 0 9030 0 Willow Oak - --- U DA Ties. Rep] accinent, 1 124 Wyl de G'rec tl. 1 E A 1. () I edbud TTA I -. B 11) Total EA A A 1 f' � -19- 047 -031 1 0W a i (V 1 1 LL1 1 ci pal Airport port A FCO 60642-46 0I)SLrLLC t ton R L�wo n is - Phase Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 54 of 247 4. The undersigned understands that the above quatifiries of work to be dome are app ro imate only and are i ntcndcd principally to �(:rvc as a guidu in cval uatin g the bids , A 1 l gUantitics aro subj cxt to i ri ci-caso or decrease and are to be performed at the U11 it prices stipulated herein. 5, 1 t i s urn dcrstood that th c sch odul c o f' r n in mium w a&rc raics, as cstab I i sly cd by the Sccrctary o f' Labor and i nC l gill in the Speci f 1 cats care trem oil this 1r,] eat} and the urtrrsiurrte�ccertifies that he has examined this schedule o i'wagc rates and that th e� l)riees bid are based on such eMab 1 ished w a&Te rates. , The bidder shall make good tit ith efforts, as def-r n ed in Appendix A of 49 CFR Part 2 , I egU l{ltiO ns Of the Office of th c ccrc tar-y of T ran spo rtat io r, to su bconti'acft scvcn (7. V;;O) pei-can t of the do I I ar val uc of th C prime contract to small business concerns owned and controlled by socially and c�)n rnically disadvanta Te individuals (I )BE). Individua s who are rebuttably pi'esu med to be socially and eeonom ical1v disadvantat,ed include women, Blacks, Hispanics, Native Americans, Asian-l'acific AIllerlcalls, -and Asian. - In dian Americans. The apparent successful competitor will be required to submit information c ncc~rnirig the DT3 errs that will part icipatc in the con ti-act. Th e infbi-mati n w i I I ilicludc the n am e and address of cac h D H F , a dcscripti on of th c wo rk to be perf rmcd by cac h riumcd fi i'm, and th c dollar value of the contract, if the bidder fails to achieve the contract goal st�ited herein, it will be required to provide documentation demonstrating. that it made n ()d faith ffoi-ts in attempting To d s . In the cvcnI Ili at th c apparcrit succcssfuI corn pctit r for this so Iicr}itat ion gUaIIf cd as a DBE, t11c c ontracI o roal shall tic dcc�nic�d to have bccn rncta A bid that fiat is to ni ec�t these requi rom eiits will be con sidc�red rionresp usiVC, 7. The undersigned certifies that h e does not maintain or provide for enip loyees any segregated facilities at anv of his establishments, and that he does not permit [its employees to perform their services -at a li location, under h i s control, where segregated facilities are maintained. -l-h e tindersigned cet•t i fi es fii i-tliet- that he will riot Isla i nta in or provide for his employees any segregated facilities at ativ of h i s establishments, and that he will riot permit his employees to perform th ei r sere ices at any location, under his control, where segregated facilities are maintained. The undersigned agrees that a breach of this certification is a v ioIatioil o fthe equal oppo rturr ity cIause iri this coninict. As used in this certification. the term "segregated facilities" means any Waiting rooms, work areas, restroo ns and washrooms, restaurants and other eating a rca s, ti Ines lochs. locker rooms and other storage or dressing areas., parking lots, drinki ng fountai ns. recreation or efltertaimmrlt UeUS. transportatiorI, and 110usi ng faci 1 ities pi'o�'ide for empIovees wh ic1i are segregated by expI is it directive or ai'e i n fact segregated o ri the basis of race, color. re I ig i ors, or national Origin, because ofhabit, local custom, or any other reason. Th c unders ig ned agrees that (except where lie leas obtained identical certifications from proposed subcontractors for specific time periods) lie will obtain identical certifications fr'orrl proposed subcontractors prior to the award of subcontracts e aced i n g S10.000 which rtix not cxcr npt from the provisions of the equal opportunity cr Iause, and tliat Iie w i I I t'etai n such certifications in 1iis fi Ies, . The Unders Igned a fire cs, UpOn W ritten noti cc o f the acceptance o f this bid. w ithi n n inet f (90) days, a 1 er the open i ng of the Lids, that lie wl l I e ecu to the Contract i ri %C ol-dance with the b id as accepted and g Ive Contract (Perforniance a rid Payne cnt) bond on attached forms with in f i fteen (1 days after the prescribed forms are presented for si c rlatUre. 9. The undcl rsi�tn c�d understands, awai-d o l' contract Is con t i n Fern t upon receipt o f' pr( - ect f indin f �-oni the feeder -al Aviatioii Adi-ninistration. FFUnding is not reecivcd, bid bonds will be retui-ne l to all bidders and the pro joct will bc po�stpc�iied. 10. The mndersigned fig rther agrees that i f awarded the Contract, lie ��� ill commence the work with In tell 1 ) ca I eridar days after the reeei pt of a " N of i ce to 11 rocee " and that li e xvi l l su bstantia I I y eor np I ete al l \vo It according to the terns of the c rat i re Contract within two h u ridi-cd seventy (7) calendar days fro In the date established in the Notice to Proceed. 1 l . To sat i sfv Clear Air and Water Pollution Control Requirements on all Con struct ik)n Conti -acts and abc ontracts exceed i rig S 1 00}000.00 Contractors and S Libc ontractons ag ree: FAA A ' � l f- l 9- 47 -031 P- 3 1 OWU C i (V M LLY) I el pal A irport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 55 of 247 a. That Mtnv tac i 1 itv to be used in the perl orrllan cc o l' the Contract or to benefit 1'ro m the Contract is not listed on the Environmental Protection Agency (EPA) List of i latjnt� Facilities. b, To co m p ly w i th al I tli c r qu i re mcnts of S cct ion 3 06 of the Ocau A i t .act (42 U SC 18 5 7(h) ), and ecTion 508 of the Ocan Watcr Act (_3USC 1368), Ex crrrtivc Or(lcr 11738, atid F nvi r nmcntal Protcc Lion RCgU lati n s (40 C F R Part 15)). C. I'11M as a c onditioil for award of a Cortract lie shaI I notify the awar(li n official of the receipt of any communication J ro m EPA indicating iliac a facility to bL utilized for perry iyt��� nce of or benefit 1`roill the Contract is under consideration to be listed on the EII A List of Violating Facilities. d, To include Or CaUSC to be included in any Contract or SUbcontract which c cL�ed� 100,000,00 lh e� aforementioned criteria and requirements. 12. The con h-ac tor., by strl m i s-ion o l' th i o f'f Zr arid./or ex edition o f' a contract, ccryti f i s that 114 a. is not owned or controlled by one or more citizens o r nationals of a foreign country included in the list of c witrics. that disc}ril-ninatc zt aint US firms pUblishcd by the ffiicc ofile UnitW tatc- ti,Udc Representative U TR), ba li w; not ki-iow i n gly cti torc(l. into any contract Or SUbcntract for this Pi-ql cct with a contractor that is a citizen or national ol'a IZ)ryei r1 cOUntry orisaid li-st. or is- owned or controlled dircctly or indirectly by one or more citizens or nationals of a foreign country n said list; c. has not pros urecl any' product nor SUbco ntractcd for the supply of any prod act for use on the p ro_j ect that is pr d=cd i n a fore i n corn ti-Y uii said I i st. U Hess the restrictions of th is clause are waived by the cretar-f ofTratl p rtation i n accordance with 49 F 3 + 17, no contract sh al I be awai—(Icd to a contractor oi- subcon tracr}t i- who is un abl o to certi (v to the above. If the contractor i owi rig ly procures or subcontracts for the supplyofany product or seRricc of a f oroi cin c un try on Ili c said list I1, Ur e on th-c project, the Fcdcral A v i atiou Administration may di rmt, through the sponsor, cancellation o fthe contract a( no cost to the Giov crntlien t. Furthcr, the contractor agrcc s That, if jjjwjjr cd a contract res11 Iti rIL! frr n this so] i c itation, it wl I I incorporate this provision for certif icaiiori ,14110Lrt modification in each contract and in all lower tier subcontracts. The contractor may rely upon the certification of a prospective subcontractor unless it has knowledge that the cc`i-tlkcation -is CrrMOOUS. T li c contractor shall provide immediate written notice to the sponsor if the contrcrrcto r 1e-1 rns that its ccrt i f i cation or th at of a �Lj bcontract r was error icons wh cii sLib m i tree or has bccorn c cri-mc us. by rcison of changed c1 rcimi stattccs. The subcontractor agrees to provide iminediate written notice to the contractor � i f a ally tll�� It ] ��'�� that its ccrti fl cation was crr��r�cous by reason of`��I�� ngcd c�i rcumstanccs. This certification is a material representation of fact upon which reliance was placed when inaking the award. If it is later detcrni i ncd that The contractor or subcontractoi, knowingly rendered an c rro ncotrs ccrti 1 j cation, the Federal A v ration Adni In l tlyati 011 inav direc 1. 1hrotrgh the sponsor, cane c I I ation o I` th L! contract or subcontract for default t at no cost to the Government. othi rig conta i n ed in the forego ing sha l l be constru ed to requ i rc cstabl i sly meat of a system of record s i n order to render, in good faith, the certification rcqUired by this Provision. The kn r ledo e and i n I bri-nation o l~ a contractor Is not rNii.i r ccl to e cccd that which is norrmal l )-- possessed by a PrLrdcnt person in the ord irrary course of business dealings. FA A A 1 f' � -19- 047 -03 ] P-4 1 OW a C i (V M LLY)1 el pal A irport A FCO 60642_46 0I)SLIFLIC on R L�mo n is - Phase Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 56 of 247 Th i s certi fication conce rns a matter with i n th e j u rind ict i on of a n agency c f the U ni ted States of America acid th(: mak i n u uf a fiakc. fictitious, or fi-audu l cnt ccrti fi cati u may roiidcr the mctkcr sub j cct t prosecution cinder Title I S, United States ("ode, Section l 001. 13 Th u bidder."off or corti fics, by SUb III i Ssi On Ofth i S pl"OpOsal or acc optailcc u f th i s con tract, that 11c1 1.11cr i t nor its principals is presentiv debarred, suspended, proposed for debarment, declared ineligible, or V01U1Ita1'1lV CXClUdcd from part icipati n in this transaction by any Federal dcpartmcnt or a cricy, It f Urthcr av rees by subrtl i tting th i s propo-,;al that it will i nC 1 Ude th is c 1 ausc without l� od i f icati n. its all lower tiei' ti'ansacti ns. sot icitatlons. Pi,op sal s, contracts, and Aibcortt'acts. het'e the bidder/ ffen`contractoI, or any lowcr tier partici pals t i s Uiiab 1 c to ccrt i f y this �talcmcn t, it shall attach an cxp I aiiation to this so I i c itatio n:i proposal. 14. As an evil once o l` god 1 "Lli th ill subm ilt in (his Proposal, 111e undcrs i"ncd mcloses bid sec�Iri ter in the amou r1t of ten (10) perce n t of the b I d wh ich, i n case Ic e i,efu ses or fal I s to accept an awai'd an d to en to t, into a ConlvacI and 111c thu rcquircd boild� within the prescl-ibc d time, �halI be 1 rfciwd to the Iowa Cit Airport Commission as liquidated damages. 15. By enterin into th is contract. the core tractor certi Iles that neit her It (nor he or she) rior any pers;on or 1 frill W110 11US U interest in the contractor's firm is a person. or chum ineligible to be awarded Government con tracts bV Sri rtLIC 0 f' SCCti()11 3 a) o f' tli c Dav 1 s- Bacon Act or 29 C F R 5.12(a) 1 � 16, N o pail of tli is contract shall be subconti,acted to anv pei'son or fi1'm ineI IgibIc fo t, awai'd ofa Go ct'nnvent contract by v i rt tie o f sect ion 3 (a) o f the Dav is -Bacon Act or 2 9 C F R 5. l a)(1 . 17. The un dcrsi�cn ed h orcbv decl arcs that the only parties i 17 crested i li this Proposal ai-c 17 afined liciv i n, that this Proposal is ni ade w ithout co I I u s i on with any other person. firm or co rporation, that no member of the ,ounci 1, iowa City Airport Commission r aurent ofthe Oty of Iowa C'ity. Iowa. is directly or indirectly financially interested in this bid. 18, In SUbm i ttl n. this bid, it is u11dorsto od that the rich t to ro' cut aiiv and all lei ds has boon rciorved and that this bid ni-,ay not be withdrawn for a period of ninety (90) days from the opening thereof. 19. Contractor certi f i cs that all employees employed by Contractor or any SUbcontractor rosy ing on behal l; of the 'ontractor �ii-c in c rnpl iancc with the Immigration I efoi'm Control Act of 1986 (l RC ) and Ln inde-nilli 1 icrs the Owner and 11o1ds harrnhl ss iaoi- For aiiy violations ()f' iRCA as a 1-0SUlt cal` thL� Contractor's em p loyces or his subcontractors em p loyces working on behalf of the Contractor on the wncr s Projcct. 0, Tlie undusigncd cci tlflcs, to tlic best of his or hcI' krio •lcdgrc rind bc11cf. than a No Federal -appropriated funds shall be paid, by or on behalf of the Contractor, to any pet -son for inflt cTicing i' attempting to inf]uencc an ffic i' or crnployco ofang aucricy, a Mcrrlbci-of an officer or employee of Congress. or an employee of a member of Congress in Congress in connection with the making. of any Federal grant and the amendment or modification of any Federal Mgr nt. b+ if any f�t11ds other than Federal appr priatc d fu11ds 1iave bcen paid or w 111 be pail to any pei-so 1 for Intl aerie ink or attempt i n g to in f l Ltence an offi cer or en p I ovee of any agency, a in ember of Congrress, a n offi ce r or emp I oyee of Co egress, or arc eirtp I ogee of a N1 e mber of Congress its co nnecti on w ith th is Federal rare t, thec l� tcya `t 1y sl r l 1 c rti� l let al�d silt r�� i t Mari lard F� rrt�-LL. L, '" Di scl����,rc o f' Lobb , Activities". in accord arice with its instructions. FA A A 1 f' � - l 9- 047 -031 P-5 1 OW a C i (V M LLY)1 el pal A irport A F 'O 60642_46 0I)stIFLIC on R L�mo a is - Phase Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 57 of 247 c. The U nd ersioned shall require u i re that the lari g rage of this certification be included in the award d docLtmcnts for all suba w'ai-& at Lill ticrs (i» c 1 udi n g SUbCO ntraCt'.S, �Llbcjrrants.. and contracts ull&r grants, loans, nd coo perati �� e agTreemen t and that all subrec ip i ents shall ccrt i f �� and Ali se lose accordingly. This certification is a material relire sen tation of fact LIP011 which reliance was placed when this tra rlsaction was inade or entered into. Submission of this certification is a prereq U iSite fot• making 01, eiltei-ii1c,F into this transaction re irriposcd by ScOlon 1352, Title' 3 1. U.S. Code. Any person who lulls to hIC the r0q Lli red cert i f tc atik)n shall be suject to a civil penalty of not less than $10,000 and not more than 'Z"'-00.0 0 for eac 11 Such fai l u re. 1. BLJ Y A ERICAN CERTI F ICATF Title 49 U. S.C. 'haptei- 50 1) As a condition of hid responsiveness, the bidder* must how, it intend to comply with the Buy Ann c ricarr preferences eslab l i sh ed tinder Title 49 U.S.C. cacti on 501. Bidder ni tt sT comp lcte the attached 1311V American ccrtification. if the bidder requests a perm issible wiver to the Buy Ai-nerica requ irenients, the Bid iet' identified as with the successful bid must submit a formal waiver i'egL»st and component cost calcidati n witli in the pi-csc}ribcd tune Ac~rttific(I (in the Bud' Alncrica certification. 22. DrUg Free Work Place, Act of 1989. Lt. By sLibmissi n of this oflcr, it-ie of'fcmi-R if' Whcr than an ii dividLial., who is makini, an of'f�r that cgLials or c cccpis 5,000. certi fi cs and aurrucs that with rc�l)cct to all crn p l yccs of the offcror to be empl cd un(icr a contract resLi I tl n fi-oin this solicitation, it w i l 1--iio 1 atcr than 30 calendar days afTci- c'ontrac't award (Lmless a lon cr period is arrrecd to in wrlti {ur, for contracts of 30 calendar days or morc perforrmancc &ration;) or its soorn as possible for contracts of Icss than 30 calci-Idar days por 1 orm au ce durati (m, bUt in aliy CaSC, by a dato prior to when Purl orm an ce is ox pected to bo ci rriplcted-- Pul li h s tet��errs notjt~ irig such employees that the unlawful rnanufacti-rr�er, d istributiors, dispensing, possession or Use of a controllcd substance is prohibited its the Contractot•rs o rtp lace and specifying. the actions That will be taken against employees for violations of such prollibition; (2) Establish are ongoing dr LQ, - f fee awareness program to i n forin SUCK e111plO YeCS abOLit__ 0 ) The dan tiers of d i'ijur abuse in the workplace: ace: N 'I'lle .Ontractor's policy of rnairitaini niT a drug -flee woi,kplace: (c) Anv ava1Iable dru) counse11ng. rehabiIit-ation. and employee assistance programs and (d) The penal ti cs that may be imposed upmi ctn p l o ecs for drug abLise Violation's oc}cLirri rig iii the workp l acc; (3) Provide all employees engaged in performance of the contract with a copy of the statement regtdred by subparagraph a j l) of this provision (4) t�ti f y Srich cnip I ()yc es iii writing in the state ri on t requii-ed by subparagraph a.(1) () f' this Provision that, a-, a condition of continLiod Q nploymcnt oil the co»tract rQsLilting tram this solicitation, the ernpl oyeL� will -- (a) Abide by the teri-ns of the statement. and (b) Notify the ern p loye t' in writing of fli e employee's conviction u rider .a criminal (it -tit, statute for a violation occurring in the workplace no later than 5 calendar days �Jfter- sLich Conviction., FAA A ' � 1 f- l 9- 047 -03 ] P-6 1 OW a C i (V M LLr) 1 el pal A irport A FCOM 60642_46 0I)stIFLIC on R (�wo n is - Phase Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 58 of 247 (5) Notify the Contracting Officer in writing within 10 calendar days after receiving notice under subdivision a.(4) (b) of th is provision, from an employee or otherwise receivin() actual notice of sucli conviction, The notice shall inelLrdC t11C POST ion title Of dhe Cnlploycc; and (6) W'Itliiti O ca1eiidar da s allcr receivinLYiiotiec tir der 6,ubdi�rision a.(4)(h)of tliis provisioii o I'a coriv ictlon., take one o f the f O 11 ow i rig act ton s w itli respect to any ern loyee who is core victed o f" a d i•LUT bL]sc V io 1 ation occurring in the workplace; (a) Take aPPropri ate Purso nt] 01 ac [Ion dual» s t such ernp loyce} up to and i IIC I Udi ng tc nii 1 nation; or b) Require sticli c�inplo ce to participate in a drug ahiis�c assistance or rcliabi 1 itation pr gran-i approved l Or suclI p urpos L� s by a Fodera I, tatL% or local lien I th } law cif f ore-ctn eil t} ()r (tlicr apprc Priato aguilcV . (7) Make a good faith effort to maintain a drug -free workplace through implementation of subparagraphs a.(1 throu )h a.( of this provision. ion. b. By submission of ith oflcr, the offeror, if art indiv idiial who is making an offer I` aye . dollar value, tl certi 11c- and acri-c is that other ofJ�ror will not c����a�e ire the llnla � l`ul ilia ���i��etur��, �li�trik�uti��r�, di spens i rig, possession, or use o f a contr l led S Libstance i n the perf orr ante o i` th e contract res u I ti n g froill this solicitat],011. C. Fai hire of the offeror t h provide te cei-ti Fication required b-y, pai,aurr phs a. or b. of t1i is provi siot1, renders th-c, o ffcr i- vti q ual i l i Qd an d i nc I i rib I c lb i- award, [ Scc FA R 9,104-1(tig) and 19, 002-1 a, (2)(a)], d. In addition to other rcnicd i es available to the (a overnment, the certification in paragraphs a. or h. of th is prov ision concerns a matter w i th i n the J LI ri sd i ct ion of a n ageric r of the U n ited States a nd the mak i ng of -a fa I se, fi cti t ious, or fratidu I c rat certi f ication may render th e mak er subject to prosecut ion under title 18, United States Code, Section 100 1. . Attachment to This laid. The foI I ow i ng docuinerits are attac lied to and made a part of this B id, a. Bid Civarantv try the 60i'm o l" h, ori- 'ol kision Affidavit of Prime Bidder, c. Statement of Intent on- D i sc ri m ination and Equal Opportr_i n ity Statement. da Buy American Ceilification Statcrncnt, e. Bidder's l i fo rination Sheet. F. Synopsis () F l+ xperien ce Record. (]DOT ei-ti f ication may he substituted.) Completed DBE forms "Utilization Statement"" and "Letter of Intent," ?4. Thc� Bidder dial l indicate w Nether the Nd is submitted by a./aw ❑ Individual, Sole Pr prietc�l'ship ❑ Partnership ❑ C orporatioll ❑ Joi rit-v eta turc: all parties must ,l o irr- i n and exec Cite all dOCUITIMBN ❑ 01lier FA A A 1 f' � - l 9- 047 -03 ] P-1 OW a C i (V M LLY)1 el pal A irport A FCO 60642-46 0I)StIFLIC on R L�wo n L - Phase Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 59 of 247 Respectfully submitted, B iddu RV TitIc A ddi-Qs�s Oncludo Zip odc) Telephone No. FA A A 1 f' � - l 9- 047 -031 P-8 1 OW a C i (V M LLY)1 el pal A irporl Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 60 of 247 BID BOND NOW ALL MFN F3Y THESE PRFSF TS, that wc as Principal, an(I �.s S u rety ,-.tue licld and firmly b0i,md U110 the Iowa City Airport on-ii- n i ssi on i 1801 S+ ) ivci-si& Di-lvc, lox- vet City, Iowa, Hereinafter c;ctll "Owncr" in Chu penal SUM f' Dollars (S lawful i-n once of the United S tatcs, for the paymcnt of which sum will mid truly be made. we bind oursc I v e , our h L�1 r . CX CCLi tors, adm in i tratoi`s, and sucee s0i's, jointly and severally, firmly by these presents. The condition of' this obligation 'IS SLICh that whereas the Principal lias, SLIbilli tted the accornpanyiug laid, dated i2 02 1, f')r the Obstruetion Removals - Phase 2 Pi-()jcct. OWE Tl 1 EFEEFOR El (A) If said Bid shall be rejected. or in the alternate, (B) If said hid shall be accepted and the Pri 11C iPaI sly-il I eX Mite and cleI iver a Contract in the form specified and shall furnish a hood for leis faithful perIormanee of said Contract, and Ior the payment of all perso ns', perl rmi n {t labor or f urni sly i m�� inateria l s in connection therewith, and dial l in all other respects perform the agreement created by the acceptance of said hid. then tl-ii s ob l i �, -�tti on shall be v id, othcr��� i sc the same shall i cmai n in fiorco mid � f'I c-c t; it beim- cx priessl undci-stood ar Kl aurcQd that the 1 i abi 1 itv of the Surdv for aiiy and all claims h QI'c Under shall. ill i10 CVC11t, exceed Clio, pon tl aimLillt O f tll l� obligation as h erc in stated. By virwe of statutory authority. the full arnotint ofthis bid bond shall be forfeited to the weer in liquidation of dam -ages sustained in the event that the Principal fails to e eer.rte the Contract and provide the bond as provided in the Specifications or her law. The SUrety, Cor value received, hereby Sti p U l ates and a 4rces il•tal tl•Ye cab l i at i on-s of said Urely and its bond shal I be i n no ��� a � impa i red r a I1'eted bV any ex tin s i��r� t` tlti e t ir�� e �� i thin ���1� i el� ilr e ����� ��er ri�a�r aeeC}�t sLlCl1 bid t)r oxecute ',Aleh Contract-- and said 111 oty doe herebywai�r L� notice o f� any suell ex Ie11 si��11. IN WITS! FSS W H E F017. the Principal and the Sure~ter, have hercunto set their hands anki seals{ and such of theta as arc c rpa rat i ons.. have causcd their corp rate seals to be licrcto affi xcd and these presctl is to be s i glicd by their proper offlim's this day of A,D., 2.0 2 1. witiless (Seal) Principal By (1-itle) Surety By (Attorney- I n-Fact) Attach Po er- f-Attorncy (Soal) FA A A 1 f' � -19- 047 -03 ] P-9 1 OW a C i (V M LLY)1 el pal A irport A FCO M � � 60642-46 8 0I)stIFLI (lon R L�mo n is - Phase Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 61 of 247 NON -COLLUSION AF F l DAV IT Off' PRIME BIDDER tatc o )s COL111tv of being first duly sworn, deposes and saes that: 1 Ile i S (Owner, Partner-, O ff1 iecr. Represent -alive, or ggrit) o l; tI1C B i d&F that 11aS �Ubni ittcd tli c attached Bid: () He is fu I I y informed respecting the preparation and c oiatcrnt� of the attached bid and ofall Pcrti n uilt cir umstances respecting such bid-, 3 Brice bid IS gellff ne and is not a C011L«ive or sham 1) L () Nci thcr i1, c sa i d B i dk1cr no r any of i is off c ors, pann ors,, owncrsi a cn ts, i-cprescii tat i vcs, ornp lklyces or parties in interest. including this aff ant. has ire any way COHLIded, conspired, connived or agreed, directly or indircoly, with and. ether Riddcr, firm or lemon 10 �,ubrllit a COIIUivc or shaill bid in c orili ctl ll xvitl-i the Contract f r w h i cli the attached bid liar been submitted or it) rel'ra irr 1`rom bidding in connection with S LICh Contract, or has in anv manner, directly or indirectly, sought by agreement o r collusion or communication or Coll f C1'CnCC W1 th anv Wlaer B iddcr} f i rm or person to f 1 x th c Pricc or pi -ices ili the a Itach od b i d or o f' any other B id pier. or, to f i x a ny overhead, profit or cost element of the b id price or the bid p mice of any other B idd e r, or to secure throuifi anv col Itision. corspi i'acy, Conn ivan ce, oi• uriIawfttl agreement any addamage aga1rist the City o Now a City, Iowa, or any person iriteres-ted in the propo.wd (Mont rac t} and (5) The Price or pri cep quoted in the attach cd bid area Fair and proper and arc: u of tal n tcd by any collusion. conspiracy, connivance or unlawful agreeirient on the part of the Bidder or any of its agents, representatives, o tiers. employees, or parties in ir�tei'e�t-1 in�lu��i r�� this af�iar�t. Subscribed and sworn to be I ore me this day of 120 Title My iornrnis�i n ExpirQs 10 ( i n C(1) Title FAA Al f' :a -19- 047-031 P-10 1owa C1(y Municipal Ail -port Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 62 of 247 State of' 'ounl of NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR (To Re Submiticd A ffcr Rid d But Prior to Award) . be tag fi I't du I sw orn. deposes and says that: 0) He is (Owner. Partner. Officer. Representative, or A dent) of . the Bidder that has SU hmitted the attached Bid: () He is ftillv informed respecting the I3re arat i ors and contents of the attached hid and of all pertitl Brit Ci i-CL -n tanc cs I-CSPCCtirlg SUCII bid-, (3) SUCII bid is ��nuirle and is not a c: of kisivc or- sham hid; (4) Neither the said Bidder nor any of its offiecrs, partners, owners, agents, representatives, emp loyces or ppartiC� in Iritcrest, Includlnur t1i is aff ant.. has in any way col Iudcd, con -spired, COT-inived or agi-ccd. directly or indirectly, with any other Bidder, Firm r person to stihm it a C011 LI si v e or sham bid in connection w illi the Cotntract for w 1i i c Ii the atlachcd b Id h as been subm ittcd o I• To rcfi a 1 n fiv m h i ddi n or i n coil nccti oil with suc li Con tract, or has in any m are ncr} d ireell y or i nd i rectl y OLIi jl I by a rCC1I1Cn t 01' e l 1 u iOrr Or C0111 III Un i cation or conference with a rev other Bidder., firm or person to fix the I)riee or prices in the-altach ed bid or of any other R i ddcr. or, to f i X any ovci,hcad, profit or cost c; cnicti t of the b id pricc or tli c hid pri cc of any other R idde I-, or to secure th r Ligh and, collusion, conspiracy, connivance, or u n law f LI 1 agreement any a6 antage against the City of lowa City. Iowa, orany ny person 111tcrCsted in the proposcd Contract; and (5) The price or prices gLioted J n the attached bid are fair and pr•ol)er acid {are not tainted by any col Iti ion, Cots spi racy} Colin i Vali `c Or Lill law fig I agrccIricnt oi-i the part of the B i ddci• or any o f i is agcn ts, rcI)rescn tati ves, owners, ern p loyees, or partles its Interest, Including this affiant. Subscribed and sworn to kf rc r n c this day of Title My Commission Expires .20 120 (Signed.) Title FAA Al P :a - 19- 047-03 l P-1 I 1owa CI(y Municipal Ail -port Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 63 of 247 STATEMENT T OF INTENT O DIK" AIM ]NATION AND FQLJA L OPPORTUNITY STATFMFNT The utractk)rdoes hucby ccrlify to the Iowa it • Airport Commission, that no lac-i-so '.-,haII, ill any w ay, be favored or discrimirnated against because of Isis r- e} polio ziI or re i ious cpiniorns grid affiIi:ations, mitiomiI Ori !�J 17 S. SC , a"'C, �CX Lial on erg latiQu, �4.1cii . u ideii ti ty, di sab i I i ty. Qo1or, mcd., marl tal st atLlS,, C111p10VCC Un ion or association membership or office ltcr i ti. I f' sol ected as the succ ss f U I bidder, this con tray}to ii hercb a i-ecs to f i I e oith er a iiondisc i try 1 nati(m and eel Ual 0Pp0rtLi I Ity ,-,.tat e in e ii t and, -'or an Affi rmat 1ve A coon 11ro g rani. 1111pl'OV01110i11S U) the 10W a City MUnicipal Airport c on,;is-tin of bstructio Ci Removals - Phase FAA AIP Project NOS. 3-1 - 47-031 COMPANY EXECUTIVE OFFICER AFF1 R M ATI E ACTION OFFIC F R PHONE N U M BER FAA Al f' :a -19- 047-03 l P-12 hmu CI(v Mutiieipal Aiip)rl Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 64 of 247 BIDDER'S INFORMATION H EET A. BIDDER'S A PAC IT : (Clicck Ono) 1, lndiVidUal ❑ ,Co -Partnership ❑ B. ( IF HT 2 I S CHP.CKF,1). COM1)1,F'l-F. THF: FO1,1, 0 W ING) State of units and Addresses o f' Parmcrs 1, 3, 4, 5. C, (IF 1TFM 3 IS CHFCKF.D. COM f 1-FTFi. THF: 1701 -1 -OWING) State of Incorporation arncs and A ddi-csses of ## i cars a Presidcnt Secretary Treasurer FAA A l P :a -19- 047 -03 l P-13 1 owu C l (v M uci i ei pal Ail-porl Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 65 of 247 SYNOPSIS OF EXPERIENCE RECORD (This syn-oasis must a coin.. y Propo.sa I Form.) Name o f` I idler B uire e s Address Individual ( ) Parmorship ( Corporation ( ) (Check nc,) Construction successfully completed within past fig-e years similar in size, scope, and difficulty of constn[01011 to the work bid UpOn. 1 3 4 5 Narnc of Name of Owrier Pr -eet 2 3 4 Number of Contract Days Allowed for Above Projects ( i 11c(I (BY) (TITLE) Date Location of Al count of Pro.jccI Contract Aetua I N u inbe r of Clays to Comp I etc al-)() o Prc� cu t Name i' ornpan FAA Alf' PRO.1 FCT N 0. 3-19-0047- 31 P-14 Iowa C1(y Municipal Ail -port A FCO M � � 00642-46 8 01) 5tFL1 r cart R (�mo a L - Phase 1. Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 66 of 247 INSFRT WITH U PDATF T) VERSION OF UT11.17ATION STATFMFNT FAA Alf' PRO.l FCT N 0. 3-19-0047- 31 P-1 Iowa CI(v Municipal Ail -port Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 67 of 247 U PDATF WITH I,ATF T VFR.S1 OF [ -FTTFR OF INTENT Disadvantage B LI.Sine ss Enterprise FAA Alf' PRO.1 FCT N 0. 3-19-0047- 3 l P-16 Iowa CI(v Municipal Ail -port Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 68 of 247 Bud, m c i—i ca ertif cati"On (Tit10 49 L'.S.C. Scetion 0101) PROJECT NAME: Remove bstr-trctiolls AIRPORT NAME: Iowa City Nhinicipal Airport AIP NUMBER: 3-19-0047-()" 1 This solicitation and any resulting contract are subject to the Buy A m i-ic a i,equi i'ernents of49 U.S.C. Section 1 1. The biddor certi f i os it mid all associated subcfc�iatracto�rs will comply with [lie Buy A to orican preferences established tinder Tile 49 U.S.C. Section 5 0 101 as follows: CERTIFICATE 'I'IFICATE OF BUY AMERICAN COMPLIANCE FOR 'I GTAL FACILITY s a matter of bid i, sponsiv n ss. the bidder or offei,or must complete. sign., date, and sublylit this pert i f i c:at io n statement � i t1� its proposal. The idd r•offeror �r��i st ind irate how it interid s to com p l with 49 U SC § 5 0 10l by se loci irig one o f; the f of to W ing cell i 1`icat ion latem nts. These statern tints -LlrC MUM cr111V exclusive. Biddor iiiL«t select mic or [lie other �i.u. not boll1) by iiiserfing a clieckmark ( oi- [lie letter :: +1. ❑ B idder or offeror hereby certiti es that it w i I I comp Iy with 49 USA` § 5 0 10 1 by: a) Oi ly installing steel and mane l ac (ured pr di«ts p rodi.«ed In the United States, or h) Installill", MUrIL111icturc d prodUCts for which the Fcdci-al Aviation Admimsti-ation (FAA) has issu � I ei' ZIS ire �ic� t d • in }Lu ion ors the c Lirr nt VAA i �ati nwid BLit' A i��ei�iC��r1 W'hers Issued listingi or c) Installing PrOdLICtS l i Stcd as an E xcepled Article, Material Or LIJ)PI V in Federal cq cu si tion Regulation Soil pap—t 225 . 108. By sclocting this ccrtiticati n statc'rnent. the biddci, or offs r r aurces; * To provide to the Owner evidence that dOC LIM MtS the S urc~e and origin o rtlic stce1 and 111anu f actured P rOd cI C l . To faithfully comply with providing U.S. domestic: products. To refrain in from seeking a waiver request after establishment of the contract, unless extenuating eII' LIIIIStanCCS C111Cr O that the FAA delermineL; jLISItI f ied. E]Thc kidder or offiror hereby cert i f i cs it cannot comply with the 100 perccnt BLly A m ri a it Pre orenc s o l~ 4 12 (" § 5 ()101(a) b L[t rn air q ual i (N, f'breilheraType3 or Type 4 wal er cinder 49 USC§ 501 1(h). By selecti ncir this certification statement, the apparent bidderor offeror with the apparent low hid agrees: a) To (lie submit to the 0 ner within 15 c-alendar days of the bid ojl eni n g, a f cord a l waiver request aiid req Ui red do ci- m-on tati on tliat SLi pport-,,i th o typo of' wai v or beill� b) That fa i I ii re to subm it the requ i red docLi mentati on w i th i n the spec ified ti naefra ine i s c aL1 -1_,e Ck)r a non -responsive determ inat ion that may rOSLIIt III r0 j ectjOII 01; the prOPO S-eal . C To f ai t11 f'al ly comply w i tli providing U.S. domestic prodLlCts at or above the approved U.S. domestic content percent -age {a s approved by the FAA. d To 1;urni sh U.S. domestic product for any wa i �, er req cue -St that the FAA r l ect s. FAA Alf' PRO.1 FCT N 0. 3-19-0047- 3 l P-17 Iowa C1(y Municipal Ail -port Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 69 of 247 e) To refrain from seeking a waiver req UeSt after establ isl) mint of the contract, unless O t011Lrating ci1JCLri11starsCCS) CrTIer O, that the FAA dL�ter nli110s j List I f led. Required Documentation Type 3 Waiver - The cost c) I' co mpo�nen tS and k UbCOn1 p()ni 011 tS PrOdLICc d In the United Stites is rn m-c th ali 6 percent f th e cost of a l l com po ti n is ati subco r�pon e ti is of the -facility , .Hie i'eq u i i'ed documentat io ri for a Type 3 waiver is: a) Listing of all aian of actu red products that are not coin ri sed of 100 percerit U.S. doinestic coritetit (C C1 udOs P r OCI t_« l 1 i st-ccl t)n thc� FAA Nallonwi-dc B Uy Anierican Waivcrs Issued listing and product cxcludcd by FcdcraI Acquisition Rcgulatiun Ubpai-t 2 5,10 } Pi- 6LrOS of unknown k)rigin must be considei-e zas ra n-dorncstic products in tlicir entirety). b) Cost of non-doinestic co inponents and subcomponents, excluding labor costs associated with final l asseiTibl y and instal lat ik)II at project locati-011. C) Pci,centa -c of, n il-donicst i c cornpon cn t aii(l subcor np u cnt cost as cornparod to total "f ac i I i t ,„ compo neat and subcomponent costs, eXCILIding labor costs associated w i tri final assembly and installation at pro,j e t l ocati011. Type 4 Waiver - Total cost o f' Pr(�j ec t using U.S. do�mesti C Soy Lnrc c Pro d uct excecds the I(Aal pi-()j-OCt c()S1L Lrsin g n on-d r nesti c product by 25 p i,ce ti t. The req u i red documentat to rr fo r a Type 4 of wa iver is: a) Detai l c(I cast i of rni 0i n for total pr j c-ct us i» � U, , d mcsti c product b) Derailed cost information for total project using non-doirlestic product False Statements: Per 49 USC § 47 126, this certification concerns a iriatter within the jurisdiction of the Feder-ar Aviation f dministration and the rnalong of a fa fictitiO t_rs or fraUdt_lIent Gerii ficat ion iTiav render the maker subject to prosecution un &r Title 18, United States Code. Cate Cori pang 1 a irie FA A A 111 P RO.l F CT N 0. 3-19-004 7- 31 P-1 Title hma C1(y Mutiicipal Airport ObStFLI r On R (�mo a is - Phase 1. Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 70 of 247 CONTRACT ACT FOR IMPROVEMENTS TO THE IOWA CITY MUNICIPAL AIRPORT CONSISTING OF OBSTRUCTION RL1 OVAL - PI IA E 2 AT THE IO A CITY MUNICIPAI. AIRPORt IOWA CITY, lOWA FAA AIP PROJECT NO. -3-19-0047-031 T H I AG R F F M F N Ti made and entored into th i s day o f' i� 2 11 K- ,:ind betw oen the Iowa City Ali -purl Colrllill�sio 1 I(fr Ilie City oNowa CitJ o hn.�o 1 Cot irity. Iuma. fierc1-naRer rL: fle rrud to as the " 0wrier and (a corporation organized and ex stin7) Linder tlic la1,� s o I' ilie State f' , (a partnership consist inl (� f' (are i nCl i V idclal trading as 1, ill t lle Slate of , hcreiiia l'ter re 1 erred to a the r Cori l ractor. �• W ITN FFT H : ' l hat the ConIi-lrcto r lz r- any 1 ilrl co1.1 � itie n rti oin o I' ( �i hascd OTI the I_irl i t hid I)riCCS payable as set i Orth i 11 l 11�1 l��sc1 t 1 �4�1 l oils � Ilstl l utl n �� �{�I t o I' th I s C011 I 1 �l� �, herebv a urces to consl.l-uct 111 �i�X(Wdallce W ith th-c P Tans, Spcc if ications and Special Provisions ther eforc, and i n the location desi L5 nated on th-c P Tans, the vLi riolrs i lem � o f iw ork LU Urc10,(I S�Lld C0111Y=101' 011 the dav o 1` i 0 ],as bei nty numbered ere rrs S[io w n in schedule of prices [)id in ihk� ,iltachcd Proposal which is a pert of this Contract. 4iltl S pccI f 1Ca(11o11 a11J P I all � 4irc hcreby 1-n ad e U lNirt o I' and i he h a s I s o I'th1 � A Ur1*'CM C11 t {111d a trtIC cxpy 01's4aid P I ans all Spec ificat ions is now w ith the Iowa C i ty Airport Commis io n i n the oft ice of the C ity Clerk, 4 10 E. Wasliint2,ton Street. lowa City, Iowa 52.240. Under date of 1, That i n c.��Tlsi Cl��ration 0I` l lie t )rCgOing� th e '��� ner hereby �i grecs to pay the Cow rac for prornpl I �� and {�ccorkiill g to the requirements of the Specifications, the amounts set forth. subj cct to the conditions as sct forth ire the Spec1 i 1cations. 7. That it -is understood that [lie parties ri,,i med lic:re i n are the only persons interested in this Contract Lijid principals. _ That the Contractor has examined the site o 1" the proposed work, I ILIUI N, SpCCIfiCLtiOrIS, Special 11 rov i lions and Contract Documents i n order- that lip~ Iii 1 urIit bc~comc fii ni i I i,,i r wi th Ili e character. qual i ty and clue riti ter of th k~ work t be performed., the niateria Is to be furnished and the req LI i rem tits of the pecifj cations., Special Provisions and C0110-aCl I OC4rMCHIs. . It i s hercby further• agreed that a n y re c rencc her e i n to t I i c "Contract" slial l i roc I udea I l "Contraet Documents" as the ­ai-ne are listed and dmribed in Paragraph 1.01 of the peCi�ll Pi'01, iSi nS, 10W�l CitV M U nicipal Aii >}t, FA cc l N o. 3- 19-0047-03 1 and said Ton I ract Do tjiiients•' are hcreby iiiade a p.arl o 1` (11 i s 1i(FTCC1llcrl t Zis f U1 IV {is i I` set otit at len) th here i n., and that th i s Contract i s I I mitcd to the ] tenis I n th c Proposal as s ig.ned by the "Contractor" and inCLLI&d in thO "Co tract I ocLImclits_ri That in thc CVC11I rrIY SLIrCtV Up r1 'Lin'Liny bond f;IIT'n i slicd in connection ith this Contr,Lict bcconacs �Irl icccl t rk lc to the 01 11 e ri car i I• all V s U C I I sclMy seal I f ail to felt n i sh reports as to I] i,., f j naricial conditi k)n f'roiii tiiwie (o t i 11ic as, requested by the Owncr, the C ntractor agrees to furnish pI,()ynptl • sup t1 iid itiol1i�l SCC Urity as may be required ftom time t ti nie to protect the interests of the Owner or of persons s upplyi ncy labor or materia I s in the prosecut ion ofthe work contemplated b the C. ontract_ 0. That the Contractor shal L riot comwericc -troy work to be performed L111der this Contract until lie hlis obtli 1 ncd from respons kyle Insurance c~ I�� , r� ies� a 11 i nsLrrarIce r•eq LI i red. as set forth ire the � iener•al Provisions and that the Cowraour shall iiialiiiain tlll,i ill N1.1YZ11CC 1T1 I'LL11 10I-C Q U11d QI'J'CCI UntiI t11c W01-k 1.0 h0 PCT1'0Mlc�l Ll11&r 1111S C0nI1-w,:t has been acccpfcd by the Owner. FAA Alf' � -19- 047-031 C-1 10W~ L City �II_irlicipal Airport A F- COM ..'..'00642-468 Obstruction Rvi-no\2a1 s - Phase 2- Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 71 of 247 7. That the Contractor -shall no( start 0n aiiy al tei•ati ns requiring a sUp111emental agreeinen t L1i1ti l 111C ireenieri s �ttit� forth the ,id j Lrstc�� price sha I l be e e�c.uted by the Owner ,inn the Contractor. . That tlic Contractor. at a]I tiInes. shall bser•��e and e��mply w tli all federal, state, territ ry or possess -Ion ai d local laws, codes, ordi man ees aild I—CgLI I40 0ns i n any iiian ner of f edit Ly t lie conduc I o f the work, and th e Contras [or and 11 is �a rct r sly{�l l i r�dei��nit f end s�� . e I� ari�� 1 cis tl� � n �r �� 1 Li I ] l� i �tfic :rs, L ip 111Cer., i Lyet1t i rid sew {ints agLunst c l ai iris of -liability s -Lrigm from or based on the v _ol atj on of any sucli law, ordinance., deregulation. order oi- docree. w1 eiher bar hIrn -ul F or his e-niplovue . . That it is furtlie r understood ,cmd agrecd by the parties to rb i s Contract dial the abov c work s1i�r I 1 be comillenccd v,; ith i n 10 days after "Notice to Pawecd" is i s�ued and shall be completed accordini to the terms o l' thv entire contr{ict wi th i n two hund red seventy (2 70) ca Ion a r d-Kiv s ci nil that the ti raze of c om m ncinty zrnd comp lesion of sa i(] work is the essence o f' this Contract. 10. Contractor Shall pav l 00, 00 per day i n l N B idhiteci darizagCS for cver-y day that the contract time is excess of two hlr ndrcd so enty (70) c ,, ondar days from the cl�ite cstab I i slied in the Notice to Procccd. The pmlics ,,i grcc th"It this l i�� 1 i l rted d ���r r e a1110 nt i s liot a pon a Ity lout C0111pens�ttiOn 1 or € vv net s Ions, the exact � TUO Unt. Of' wh i C11 i cii ff ie.0 It to prove. 11. It is fUl-thel• r.rrldel•SWOCI t1int any act ion in court aim inst the Contractor or s ureties on Ins bond bec,r Use ofdarnao e, t prolleTtV 01- individtwl� by said Contractor Or 1ii� workiiien, 0r bQc:a use oi' the violation of any provisiows 0I' the Specifications, or on account of the fii ilurc of sa ild Contractor to fully comply witll t1lese Pr V i Sions. slial I be brouc ht in the District COUrt o f' the State of Iowa in and 1()r Johnson CoLint}� . Second Party �il�i 1 I maintc,rin ,i 1l ��� ork done liereu nder in �o��c� order for �r ��eri ���� ��f I � r�ic�n th s fri�� {�n c� after th �� date it is aceeptcd by the lowa City Airport Cojnjm psi on, City of Iowa City, Iowa. wli i cli maintenance slial I be � itIIO L[t expense to Firs[ Party or the �LbUtti it 4T 1�1'0pe tV . In the. e ent 01` the 111i I sire OF (Ie f dU It 01` eC011�1 Pally 10 rcmedy ,mv 0r ,i l i dcfcc}ts ,r ppearing in said work w i tb in a peri od of 12 months from the date of its acceptance by sa id Board and after liav i nc; been gi ven ton (1 ) days' notice so to do by istered I otter depoq itod its the 1-'n ited States ��0 1Off-Ice in Said 'i '. r -e-sett to said Conlr;actor at the addres herein gi��cis, disci First P41-1�y niuv Frocccd to re needy stick defects tr nd the cost and c x pcnscs tlicr•oof ma y he reco ercd from sti i d S ceoA Par ty and the sureties on its bond by act ion brought i n any count of competent J uri sd ieri n, but such sir it way be bi- Lrg1�t in the Di Sl i-M COUrl 0 0011nSon COU111 V. I 0 W�1. FAA Alf' � -l9- 047-031 C-2 10W� L City Unieipal Airport A F COM ..'..'00642_468 Obstruction Rvi-noval s- Phasc 2- Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 72 of 247 IN W 1 TNFSS WHEREOF., the parti cs hereto lia c �ot ll]ci i• liaiid-� 1or the pui'pow here iii �� �r�����J l �l] i � �i��� thi•�� ��tl��i• instrunicnts ofI i kc tcn r, ,is of the day of , 202 1. ,ATTEST: cerctary Witness W itti e-ss 1014"A CITY Al RPORT COMMISSION By CONTRACTOR By chair, Firm Name Title Business Addrcss FAA Alf' � -19- 47-031 C-3 10W� L City Unicipal Airport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 73 of 247 THIS PAG' E. LEFT BLANK INTENTIONALLY FAA Alf' � -l9- 47-03 ] C-4 10W� L City Unicipal Airport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 74 of 247 PERFORMANCE BOND KNOW ALL MEN BY TH F F: PRF FIST - That referred to 1is CONTRACTOR, and , ias S U RL•;TY. -tire liefd and firmly bound unto l ow a ity A ir•p rt Coiilril i scion. 1801 S. RiversideDrive, rive, l ow n C ity, [owa 52-24 as WE F , in the 11111 SLIM 01" (S ) RV Lht: payrneiiL of which. well and trig 1v to be made. we bind ourselves, our heirs. cxccutors. wad min istrat rs. succcssors and assi L)ns. jointly and severally, by these presents. W [ l E R GAS, the zibo c-boti nd PrincipLi l li(,is entered into Li contract w ith the OW N E R d'Lited the dLiy of It 02 1.,Ior NOW, TH E E F R E., the conditions at th is obligation are such that if the above-botind PRINCIPAL shall taith Fil I iv and I"cl l l y c��1'ripl y with the wrn-is and condi tims l" said contrac li i III; I LLdinly. but not l i rn i ted to, anyobligations ereawd by way ��' 11'r{liltl C� ar1 :`C 1' I~tlal' illt ' for 'C l'k211€In ll C ari l C17 iC }T Ir1JS WJ11C11 ''' I'L' rlt r rl � { I' T,l� r irlt � ' I71 1 '? t�'C�C �C' a :1'I{ ti. o I' ti me beyond com pletion o i' sit ld contract., and SLIC11 a Iternation � or addid curls a,.. may be made therein or in the V Ians and c �i f'i �ti r7 , and i I� �I l in l riirt i f r ��I� 1 � � tail I I� �rI� 1 �� jai I� t I� , claims 1� f r using any I orris o I` in alo ria 1, process. composition or {Inytll inn wh icl] is patclltcd, ,, id likewise i ndclnnl' Ar and sav c the OWNIR Barn less LgTa i list a l l claims f or damaLTes by J`easori or anv de I Ault or netrl i rence. want of skill or care on the part fs-ald PRINCIPAL or . gciit s III i,md about i he pc1-t`6T -since �� I� �� i cl c��n Ir�ct. �it��� slial I coo np l�' wl (h al I 1 {��� � �crt�iGI i no; to said, NNyor . and Ldial l cons ply with and perform m any and a] l w arrantio-zc, and:';01' L-1Llarantce.,s prov ided f r in sai d contact. then th is obl igation shall be vold, other�v i se of l•ul I f 0rce and e ['f'eet. P> OVI D E. D, further than L1 pon c ither the default of the P I C I PAL, or the failure 0t the said P R INN I PAL to promptly and e f'I i c i o nt I y prosccuw said Work, in 4111y NSPV * t, in a-mmian o-v ith t1 o Contract I ocunic-nt�, the aka -v e bound U RETY c ither rerned • the defiaLi l t of the P R IN C I P A L or shi, I l cLi ke chiii'ge of sL d Workand comp lets the Contract at Ii is Oit e X peItsei p LW1 uant t0 its term s, rece i v i ncl, however. any balance o I'the fluids In the hands o I' Bald OWN FR dLIC undcr sal d contract. It Thal l be the dut, of the Spa F ET to 4)ive an unegc Ivoc al nonce In �,vrjtrriur to the �'�� NER \.%:ith-1n ten (1 ) day after reccilit cal' a duc.laration of d:~ 'aLiIt o11' the S U R I "ITY'S clec.ti n cit her to reniccly the deiaulI or deI'miIts pro»ip(Iv or to perform the contract promptly, time being 0t the essc: ncc. [n Bald notice of election, the SURETY shall -Ind-leatc the date on which the remedy Or perl OTI'llHill ce - v i l l cal-nrneri tea and i t sha l I be the dti ty o f the S U 1� FT Y tO IFi ire I)TO 11A 1`10UCC 111 wri I i n I � tl�c ] ' ' I I it����� 1c�i tl ' I u1 n c ����p1 c i ty f� Ih Q r IIICdV tjn(1: 0T c.()rrCCI1 11 0t'(�UCh &I tj 11, (b) I]Ie r iliedV ar, r r`r � tiiit� 'cal itemt� cr��nc �0i'ki c the tor•riislyir1 t c �`]i r t11jtto I itcto of work, aryl (d) the } rl rinn Ir f'tlu-, contr t_ The U I N: IN 1i11 not a t I n r of itI I 1 f 'I PA lY a Iklstl F cation F0i, its failure to promptly remcdy the 0fill-i l t or cicfati lts or perform the contrfict. n the even t said 1-1 R I N C 1 PA I . shal l f ai I or de In r thc;r pr sec cl iion and comp I et ion o f said Work and sail S U I �.TY Thal l IIso fa i l to act prompt ly ,,i s herei nabove pr v ided. there the OWN E R slia I I call sc tell (10) d"Iys 1101 ice of Stich Fai I LI re to 1)c `given, both to said PRINCIPAL and Us F F.TY, grid at the e pIrati n of said tern (10) days. if' said PRINCIPAL or U R I I'IT r• do nal procced proriipt I y t c\ccu (e s<i i d �,on 1r-act, the 1�'�� N I R sly al 1 h1ivc the au lliori t�� to c au se sd i cl Work t be done and when the Janie is completed and the cost thereof esti mated., the said FIR IN Cl PA L and SUI } ETY shal I and hereby tigrct, to pay aiiy excess in tht, coot o I' sai c1 Work above the agreed price tO be PHi ci Under— SLiid Colo ti-act, LJpon completion 0t said Contract pursuant to its ter'nis, if any funds l cmain glue on said Contract, the cause' shall be paid to saKl. I'I�I rll��►[_ aml UI �:'�1N, The said PRINCIPAL and SliRFTY f'I_Irther a,- r e as part 0f'this obligation to pay gill such daliit�ges ofany kind to person 01' Property that Illay resu It from a to i [Lire in zany respect to perform and cc rnplctc said Contract inclucli nu. but not lim itcd to, a I re pa 1 r and rcpIacemctit costs ricc-cssdary to rcctI fy construct Ion error, a rL2h 1tectur�i I ,Li nd c n g i ncc r intl costs ci nd fccs. all (but not 1 i m lied tag) COJISU IIarit [ccs, all testi rid and laboratory I eeni and all I e�al I eoN and l iti ation eon t� j IC Urred by the OWN L R. FAAlf' � -19- 47-031 C- 10W� L City �I_rrlieipal Airport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 75 of 247 The dceisi on of the OWNER. upon tiny d i sputcd questi on connected w itli the excc ution of said Contract. or anv tiii I Lire or dclay in t`hC Pi'OSCCLItiOn of the Work by said PR INC1 PA L or SU RETY. shaIl be fiTuiI and coneIusI��, The SURLTY agiv `s that. otlicr than its Is provided In this bond, it MaY [lot der- and of the OW K E R the OWN L, R slia I I (a) perform any t1i1m) or act, (b) �i ve any notice, (c) Furn i sll. and, c lerical assi stance, (d) render an sere ice, (3) furnidi any 113PCrs 0T d0(:LIMCTI ts. 0Y ( f) Ukke an v oI ]Ier zctio1-i o Faii Nf Tial uiv or &:ri p[ 1 on Nvhich i s not req LiirQd o I'th (: OW N F 1Z to be d nc under the contract documents. W ITN ESS W1 I H- FOF, tho SU IU;TY and 1IR I NO PA l- havo CX0-CUtCd tfliS inStrL[111011t undei, theii-w-voralseals t1iis day of , 202 1. the manic and corporcite se�,i I of e�'icla c r por�itc p-cirty lac i n g Hereto aft i ed and these presents dLI I V �i� ned J) its Llndery l u ed represen tat i �� ei I) SIN UU11t t al_1111 ritV 01' i is govern incy budv. W In the Presence of W itne-ss Hv. S U 1z F-1,Y By NOTE- E: (,-I) W Here the Porf rniance Bond is executed by all attorney -In -fact., Hier• dial l be an-Lichedto each copy of the Fond a certi f'i ed e()pV Power o f' A itomey PrOperl V e Xeecited and dated (b) Each cop of the Bond shall be countersigned by an authorized agont of the bonding cone -pang I icon.sod to do t uir-re in Ilicl ShIc oi"Iowa. The title 0l'the Person countersigning I1lc1 I on i 1,{ 1l al pear aftel- liis or her signature. c I'lle sual o f th u boild i ng L:ol-npiuri 0 al I bQ �rtFuL: hed to eac h copy o I' t lie bond, (d) The Con IrCletorls si ri'lature on 11-te bond shall core-cspond with [lie si tynature in the contract- (c) The bond �Iial l he accompan iod by a corporate r•e�oluti on (wh i A may be comb i tied w ith the col-p rato 1'esol ution granti r74F 111e Ui Unintr 01'f icer aLithOritV (.0 exec LLte contracts) rrun(ing [lie corporate o i'f 1cer wllo cxccutcs the Bond the authority to do so. (f) Sri re v Co1- r1xin i es e x ecuti n u bon(Is iii u s t appcUr on I ]Ie - Viva tIr-v I )el aln-ienlrs iii o,51 CLIlTerl I I iSt (CiT UIal— 5 7() as amended) and be aLithorized to tr,,.i ns�ict bra s i ncss its 111c State of Iowa. FAA Alf' � -I9- 047-031 C-6 10W� L City �IUnicipal Airport A F-:COM ..'..'00642_468 Obstruction Rvi-noval s - Flhasc 2- Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 76 of 247 f}AYM FNT BON D KNOW ALL MEN BY TH F F: PRF FNT : That as 1"RIN 'If'ALako referred to lis CONTRAUFOR., and , as Ski I LTY, �a rc held and firmly b0LI `rd unto l ow a City Airport Commission, 1801 S. Riverside Drive, Iowa City, Iowa 5.2246 as OWNER, In the full SUM 01, ( ), f )r t he U Sc aml pro lec tion o I` sal d 0 W N F R and all SUbc ntractors a nd all persons supplying labor. matcrials. machincry and cqu ipm cnt for the pertormancc cat` the �k:ork prov idcd for• i n the contr-Lact Iicre-1nafter referred to, fc)r the pay nient c)f which, we I and trLI IV to be made, we bInd o urse I vt, ouI, h ei ns, exec utort , ad1-n i n i strators, sLicce ors aml as �i ns, _j�)i i1 t l-r a11d sev era IV, by 1I1t'se pr-,-sen W H F R F A , tho, �ibove- hound Principal has entered into a contracl with the 0 W N F ri datod the day o f — 11 021, I01- NOW, T H Fri 1 NsFO F , the cond i tion o I`th i s obliation 1 � such that i I'the above -boo nil P IR I NCI IAA I _ sha I I prornplly wake pavnient to all claimants as her,cinaffcr defincd, for all labor and imaterials supplied in the prosccution of the work prov ided for in sa ild Contract., then (hi"5 ob1 i zz%�rti on shall 1 l he Voidi other isei it ."hall reinai n i n f ul I I o� ce and effect., suk~~-ecti howevori it) the lollow ing eonditiollss The said U r ETY to this bond, for -value received., hereby Sti pU late,, and aKirees that no c hart ue or chan oes, cxml.. iJoil oI'tll-nc or exiciisions ol'iInic. alteralIoil ofaIleratiMIS (Yr ItiddloOn or, ltdditi ATS 10 [I11c IQTMs offlic c. rllrao or to the T,vo tt to bo performed therou ndor, o r the spec i ti cati ons or dr wi n o,; accompanying ganic Shall ill filly IVI se a Ff'ect its obl i oation oil this bond� and it does hereby -v e n ti ee () fan V %U II chin 4.-)e or chani,;es, extension o fti me or exIci7siorls oI`ti1-n `, allcraliorl or a]Lcratio s or{tdfitioii or addiiion] , to the Iurns Ot'l11C C011tTaCt Or 10 111U work or to tllc Specifications or d rai i ngs. ` . A c l j i ina nt is dt i nc ors {rny subcontractor and any puson sLIppl ying labor, iz alcria l s, r ach inlay, oreqUIP111CIlt in the prosecution o f(he work pro-v i deal I or in said contract. iuned and sca lc (Ii i s gay of ti. w i tins Witness PRINCIPAL: LIN,: U RE-F Y : By FAA Alf' � -19- 47-031 C-7 10W~ L City �IUnicipal Airport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 77 of 247 NOTF. (a) W here the Pavment Flond i � c XecUtod by an attorney- i n- tact. Hier- shal I be attach od to cach copy f'tlic Bond a cerllf led copy of Power (it A (torncy propcily c edited and du tcd. (h) F ach copy o t'the Bond steal I be countorsi ned by an authori /ed a` ent o f1he bond crag company I ice rased to do bus i ness i n die Stu (c of Iowa. The ti tic of the person coo ntersi orn i ng tlic Bond sha l l a ppca r a f to Ills or her s gnattire. (c) The seal of the bonc1 i 11 L collipany shall be attached to cacti copy of the bond. 0) The Coil I racLoi's s1 tTilatary on the borid shall correspon(I with Hie si gnatarc in the contract- (e) The hond �h al I he accsompan ied b �-1 COO-POi'ate ree O I Ud ran ( h i A im-i r he cow h i ned �v ith the eorpor1-Ite res l u tl()rr FrI lit] MY t11C �1 .t11ng Off -I C iUdlorit � to exQcwe wntracts) grantin u the corpoi�aw officcr who o ectitc� the Bond tho author [tv to do �o, (f) S Ur-CtV cornpi'mies c eciaing bonds must ,,ippelir on the Trcasiiry Department's most Current list (OrCllIZ11' 70 a- amended) and be aLithorized to trans.,cict hLisiness its the State of Iowa. FAA Alf' � -l9- 47-031 C- 10W� L City Unicipal Airport A FCOM ..'..'00642-468 Obsirticti n Rvi-noval s - Flhasc 2- Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 78 of 247 GENERAL PROVISIONS Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 79 of 247 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 80 of 247 Part I— General Contract Provisions Section 10 Definition of Terms When the following teri-ns ai'e used in these specifications, in the eontrfriM 01' in any do unients of other instruments pertairIinc 10 C0110 101011 Where these sped I icallons goveril, tile irItent and rneanimi sli-all he del"Ined ac, f bl lows: Paragraph aph Term Derr n ition Number 10-01 A AS l I T The A muric.a n Association of State 1 111-rh .a imid Tran-spornatiOrl ffilCILI L.7. 1 L�-02 AccessLead I vhe 1 I �' `t_ L -WU . 1.11 U r �J(J 4jy {Jjj(j a [ l u-nP ovenlen is Constructed ther-cots connecting the airport to a public; madway, 10- 3 Advertisement A public a iinowiceiiient, as requ red by local law, 1r1V iti11bid i i(r ) worl, to be performed ymatcrials to be turnilshcd. 1 0-04 Airport Airport nic-a is an area 1 Land or water which s used or I n 4c1L do to 1)e Used for the land 1 n g and takeoff o f a 1 rcr.�t't., an a1)P U fteil,-Litit Area Lise, d oi- Iiiwr1(led to bt� uL;ed ()r airport b u i i dingk, or o t h e r a T 0 Y I fiLiciI [tL�� [ties or rilits of airport buiIdIn s and faciIitles locKite in ally o f' tl e.w- areaL, and a he] I 1 ort. 10-05 Airport Improvement A gyrant-in-aid prograrn, administered by the F edcra L , v-iatioil Prugr'am (AIP) AdiriinIstratilon (FAA), 10-06 Air Operations Area (AAA) The Icrill J 1 r 0p�:l'Qi tion s a rc,,i (A 0 A) s h a I mc,,its any a rc,,i of the airport used or intended t be Used for the I Acid l ng. takeoff. oi- Uri'aCU iiian ctiverilig f aircraft, Aii ��i r ��per{�li��ri areasIl{i I I 1 rlc 1 title such paved or unpaved areas t1h1t 31-C Lised or intended to be uscd fOl' the Ut ob-z.;trusted movement of a1- s Ler.LL-i t -In add-Ition to it I �jy i WrIV, or rip associatud -runway. 4 " . -ro, 10-07 Apron n Area - v here a i rera R are parked, unloaded or loaded, I uel ed and.!!or, serviced. 1 O-OR ASTM I nt.L rl atio nal Formerly k nL 4Y l J as he American SociL L v Cot+ Testa c, and 1 � ( T M) Miaterials ( AST ). 10-09 Award The 0%.Yi ner's notice to (lie suceessl ul bidder ol` th e acceptance of' the submitted bid. 10- 10 Bidder Anv indi victual. pa Ll1ci- ip, firm., l I ., or-corporati on, a ti L Ity kJ i r ec Ll Y or th I ou tyll a dL11V authorized rcprescntjt ivc. -who subm Its Ki proposal for the work contew pI ated. 10-11 Building Area ATi area art IhL� airport to bu uscd. co �idcved. or- intended i be FAA A I P PROJ FCT NO. 3-19-0047-03 1 1 Iowa CiCy MuiiisipaI airport ECONI �60642468 Obstruct oil Rcmovits - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 81 of 247 Paragraph Ln Terin Definition Number i i sed 10r {ji1-port bui 1dinL,s or otllc r a1r-port facI11tIes or rlig li t s -o t-'Wa v tooether with all airport buildings and Facilities I catcd thereon. 10-17" Calendar Day E�-cry day shown on (lie calendar. 10-13 Certifrcatc of Analysis I'l•ie CO A i s the 11-tan L.L f4AC1L[re1-" S Certi fi catcJ o l' ('oi-n p I idnc o (C'. C) ( ) including 'Lill applicable tcst results r-cqu ircd by the spccific-aiorls. 10-14 Certificate of Compliance The lnanu lhcturer' � cert i f scat ion stating that materials or (' ') ass;e111bl1cs turn1s11e I`LIIly coii-il- ly with the requircl-nelrt . ol`the contract. The certificate shall be s Ic ned by the nlan u flacturcr'i s authori/.Qd representative_ 10-15 Change Order A written order to the Contractor covering changes in the plans. 1 c,rlfl till ris. or proposal qllai'llllles arid establishing the basis or payni nt (i d contract Lime} a4ju`7till nt, I f any, 10 work vItliin the sc 11e O f' t110 COF11ti nc( Arid I ecossal'} t e 11] l eic the project. t. 1 16 Contract A written agreement en Y bct ccn the Owncr and Y c Contractor tli�w establishes the obliti at ions of the parties including but not 1 iin ited to per f;)ri-lanes o f`w ork. f tirr1 ish i11 g o f Iabor, cq uipnlcn l a11d matcrials and the basis Of payment. The awarded contract includes but may not be l im Ited to: Ad crtisement, Contract forn , Proposal., Perfornl-Lnce bond., paynient bond, (J Lr'11c1-a I pry v i-si on s, certi Fications and roprosentcitions, Technical Specifications. Plans. Supplemental Provisions., standards incorporated by refer-crlec and issued c dde da. 10-17 Contract Item (I'ay Item) A spec ifli unit of� rl- Ior which a pi'i `e is, pro-vided in the conturict. 1 0-1 N Con t r'act Tiine I he 11 W-riber o fcal-endar dayor work 111 LT (lays, stated ] n the proposal, a]lowed for cowplet 1on of (11c c t1trac1. 1ncIWill U authorizcd time extensions. If:a calendar date of completion is � Ited ]11 111e pry P0� ,iI, In lIeLl o17 a 111,L1'nI-)er of �aIeri ar or work1n ckms, the contract shall be completed by that dLitc. 10-19 Contractor 1 llQ ] n d I v 1 dija 1, PartnC1-s'111 P, 1-1 -rill, or- {,'�l]-�]+�1]-*Lt1 oii p r I Iliarl l v 11 a b I Q {I for the cceptabIc pcl'for L�{1nce of Lh� work contracted and for ill pay went o fa I l legal debts pertn'Ln i n1l to the work who {acts directly or throe h lawfu I agents or c ii p lower to con1p Ictc the Contract work. 10- 0 Contractors Quality The ('on tractor's ' flac. i l iti c s in accorda11C. u with thc 'Untr ctur Control (QQ Facilities QuRliltv Control Program (C' CP). 10- 1 Contractor Quality Control Details tile 1ilc: Lhmk ci ud procedures that will be udken to assure 111 al Program ( P) al I I�iaterials � nd cone p Ieted construction iota requ i rcd by the contract con f on-n to c<)rltract plans, wch n i cal �POC i f iOa� nl—, �ITId othol. r-U UIrcill(r'nts. W11COI ] L114]1Ufi1Ct41r-Ud by 111 , 11 141 1. 111 w or F' A11-1 1-1ROJF("I' — 03Z- ,19-0047-1 Iowa OINY Muiiicipal airport ECONI �60642468 Obstruction Rcniovals - Please 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 82 of 247 Paragrapli Ln Turin Definition ICIuinb r procurcd fr-c�rll subc lltraclors or vendors. 10-22 Control (L ip d nio Istrat o J y flic Contractor that the J L1€ terialsi egUIpI L e Jt, and con-structi on procusscs I-CS111ts its a product lnceling the refit Ir•c nient-� of the s,;pccl1Icatio n. 1 p- 3 �� Construction at and Fhe cvraI I pIan 1(1C )r sa1t and p� a-,ing of �, a COI]Wu lion prect Phasing l hasi ng Plan ( PP) developed b he airport opc ato . or- devc loped by the airport opera(oi' s co-nsul tan ( and approved by the airpoil operator. It i S I nc I LRI d in the invitation for bids ,uid beconics ptrrt of the project spec Lfical l0lis. 1 4 Drainage System The s Y ste ni of pipcs, d itclics. and structures Y! Y �� h Ic h surface or -u�)--urf ace- trffe M leCted MI(I condUcted I roi- l the airport W-ca, 10- 5 Engineer The -Individual . par•tn rsh ] p, f lr ni., or corporation duly author ilzcd by the Owner to tv responsible for ergl et�rlrlgr, lr'Ispe tioll, obscrv'Litlon of the contract work and (icting dirt:ctly or through an aulliorired roprosontati v e _ 10- 6 Equipment A I l niacli i nerd•, tog ether w itli t11c nCC sKrr V SUPP1 i C-S for upkeep and TIM i ntenanc e, and all tools and apparatLlS r�e��o��aiJ�r I Ory (110 111'O ffr I � tL + 4'011I {j+J l ac(xptabl e cornpl et on of the work. 10- 7 Lx (ra Work An ito lei of work not I�rovidod t i' inthe awarded contract zis 4�F p rev 1o -51 v I iod i I 1 cd b c I L{ nge rd iir or �u1)p1 u i(`nta I {l grQ(1Tn c 11 but Which is found by the Owner's Engineer or Resident Project I epre,ien tali ve (I 11 R) to be rleces�,ar . to cornp Iete. the ��,cork w i th irl the intcndQ l scope of the contrzict as niodi l cd. 10-28 FAA 1 li E-''c d(� ral Aviation Adin 1 n istratl on, W hon uscid to designate a pers n, FAA sll,,ill nican the Adniinistrator or their duly authorizcd rep re')entative. 10-29 Federal Speciffications The f edera I spQcl f lcal lon Li acid sl alidards. cons lncrc i al it uill descri ptior1S, and SL1l3I)lC111CntS, aniendnicnts, and i ndic g prepared 10-30 Force Account a. Contract Force Account - A inethod of payment that addresses e x I rat w ork pert orlii ud by the 'oTitractor on a [ irnc alid III aI Aria I Nrsis. b. Owner Force Account - Work porfornied for the project by the wncr's clllployc �_ 10- 1 Intention of Terms )Nhcncv cr. I n these spec 1 fI ctitl ns or oil the p la Cis. the words "directed," `•r+eq u i r•ed." ``perinittec��'� ``��]�clere�.�' `��Ie�I r��rted.�' `.prc scri bud,"' or work1s o I` I i ke 1 rllporl are used, i t shill 1 be undc r•stood (llat the direction. C•equ I r onienti peri I ssi on. order, d esl fir ation, or 1)reseri 1)tion l �-�� i h Q �,n1r111 c�. i- L-in(]/r )r R csiden t Pr`gJ cc�t icn tao vc ( PR) Is 111 e Ldc(L U d sllli1 laxly. (lie s �cpi+� ii4'4•�1jf1 '' %.%, rL � ll }' '��iccc talfl c." "satisfactory," -or words s of l l kc I I n ort, FA A A11-1 1-1ROJF(' I' N 0, 3-19-0047-031 3 Iowa OINY Muiiicipal airport ECONI �60642468 Obstruct oil Rcniovrls - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 83 of 247 Paragrapli Ln Terin Definition Number �,Jia l l ]ncaii uppro-v c�i by, or acceplabl c i . or sa I is 1 acl ory to tl, c Engineer and!ror RPR, sllb jcct in cacli casc to the final determination ofthe Owner. Any re cc to a slice 11le regLi-11,011101 1 of a numbered paragraph of the contract specifications or a cited suit lard slii, ll be 1 r1Ierpreted to include all general requirements of the entire secti n, sped I 1 cat ion 1 tc1i1, or cited slaridard 1.1iat iiia r be pCrt] iien t to ";Li c 11 spcc ific I eferc ties. 10-32 Li hlin ystci-n oft; xwres provikling or controI Iing [lie Ii ht sources- Lised on or rear the ,i]rport or within the ,i]rport buildings. The field ii•? L is ' Iit-1n includes a I1 luin i n us. si gnal�, ni,,i rk r•s. floo I lL Iits. end L lIL1111lPUtlrlg &Vi�XS USCkl 011 Or I1C fir the �11rpr( Or to aid In (lie operation of aircraft lc-ind i ng at, taking off from. or tLix i im) on the airport surf lCe.. 10-33 Major and Minor Contract A 1nia j or contract its in -slia I 1 b any item 11itit is listed in the l terns propo.�a L, the tool l co"I of' hiel-I is equal to or Irrcdler t1 lan '20% of' the total ; iiioun i ofthis aI' ,--and con vast. A I l of leer i terns sh al I be con s Idered minor eontn• ict ]tc Ins. 10-34 Material A1-iv �ub� tan cc -sI)ec 1 t 1 W for ui c i n I lie co1i-,sLrticti mi o f t Ile Contact work. 10-35 Modification of to nd a rd-s Any deviation fl'om standard rd specif ciati n-S iRppl icab lc to miaterial ( 1 S) anti conStf-LIC ion 111et1iodq in accordance with FAA Order 5300. 1 1 kl-3 Notice to Proceed ( IT) A wL i 4 icii notice to the Co L L L L fie o to betyi n the actuial contract act -% ork on a pre tou,,]v aar•ced to date. If applicable. the Notice to Pr occed shall sIale the dale on which IIle contract time begins. 10-37 Owner The I4. tin ""Owner"' sha I 1 mean tl]c party of the 1 I rst pal r•t of the Coll lractirlLY ULT0JJCV si gnat �r}� to 0.1c co i'act. ��` i re 11'ic term `,o ner-•I is capitol izcd in this document, it shall nic,,in ��irport Spc)n c)r• on Iy. T11e }+�rnB4r4 er for IIS PrgJ cc I S _ 'L) ri k-- t.7.r_ L �• 1 Il L1i a ?'11L F_1 �1L L_ 'k1 oILLTT.i JLU, i(1__ 10-38 Passengrer• Facility C'liar re Per 14 Code of Fedor•al foundations (C F1) Part 158 and 49 United P C) tutes Codc (U C) § 401 17. u P F C I s a e harge I1-np sc(l by a pkibl 1 c' agency on passen ucrs enplaned m a commercial semi cc airport it 10-39 Pavement Structure The combined sti rf'acc cotr r se, base co>`Inl c(s), ;and subbase coursc(s)� 1 f clT1 consl l r` ilk c� I single l�]� 1 t. 10-40 Payirrent bond The ,ipprov cal form OfSCC r_Irity fr_irn ished by the Contractor and their ovvn � urcty a�, a g uaraWy tlWt the C C)Fitractor �,i I l pay iTI 1'LL 11 a I I bi I t s and accoun is for Il, a lcria is and 1 ab r tised i n t Ile construction of the work. FA A11-1 1-1ROJFCI' N 0, 3-19-0047-031 4 Iowa CiCy Municipal airport ?btlucICl ��1 - PhaseECONI L_ I Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 84 of 247 Paragraph Ln Terin Definition Number 10-41 Performance mance bond The approv od f (rin t' WC Uri ter I'Lim i shed by th o Con tractor and thel l' own SUrety (Is {i puiranty that the Contractor will complete the work in accordance ance with the tL 1 iin,, of th contract. 1 0-42 Plans The ff c 1 al drawings Or cx�I�J reproductions oduc.tions W 111 Jl -,Jlo- v the l oc,itlon, character, d it ens ions. ,c-ind details of the airport and the vvork to be done an(l which are to be coi-i-,ilde'ed &, a part ol'the contract., tract, supp I ��1�1�7ntarJ�y to the specifications. Plans may cf so e re' I �'.� rod to rah 'contract drcaw ilri rs.' 10-43 Project The a gr-ccd scope of work for accomplishing specific airport develo1"laien( ��,lth respeet to a PW(ICUlar airport. 10-44 Proposal The written offer of the bidder ( when subm i tred on the approved proposal form) to perform h cont ~mplatcd work and furnish the necessary 1 natei,i al s iri accordance with the pr v i pion of th e p I -a�� and Spec i ficat ions. 1 -4:5 Proposal uara nth' The Lcc ur-ity 1 turn i shod with a propoL al 4 7u.-vantcQ I hat I h e bi�i�l�1r +to will enter into Jto a contract if is i L own l p1 opk sal is ,icc pted by the Owner- 10-46 Qua llty Assurance (QA) Ow ne "s r sponsi b -II i Ly to assu rc thecit k. cloy. UCt I0l1 work completed C01I L11[ie.7 With SpeCi fiCktiifl &. fO PLVII LCW. 10-47 Quality Control (QQ Contractor's responsibility to control niatcri,,i i(s) Kind construction pr,oees"�es to complete C0r1-StrL1N i()rt in accordaFice %-v i th project .7peci f `col ions, `s, 10-4K Quality Assurance (QA) An authorized representative o l' the F rILTincerarid..`or Resident Inspector Project Rcl)res rita ti c (i P R) assigned to make a� i I���Y����,�ry if+• pections, obser Y� citions., Lest�.{rIL� , ibr observation ation of test's- of the N�•or-k perJ i)r1-ncd or being per orn-ie i, ill- o l` the niateriz Is fu nii ill ed 10-49 Qualfty Assurance (QA) The ll i c i al g vial ity as-5,Urance test ing laboratories o fthe 0-v nor or Labo story such othcr labor orics as im,iv be designated by thk: Enginecl' or P R, May a I n be refct'red to a� EnO incer11 s.Owner's, or QA I-zbora(orv. W 1 0-50 Resident Project Ind] VidLKIL I�artnersh il�, LtalJI, 01- Col- or, -It] ffli duly {�LL tI�l�l'Izod Representative ( P ) ''Th b- theOwner o be responsible For all ilccessa- y 111spections. observations, C111tests, d."or observations oftests of he contract work performed ed or being Lg pe l'fotaniedi or o 1' the materials 1 LLrn i sl ed or being furnished by flit ConlraL:Ior, and acting ciiruc.tly or 111rough �tl tr Lltl10r'ZCd rCp1'CSC nt'c1t I . 1 0-5 ■ Runway The larva on the air- oo pr-epa ed Io t is Iandinu and Lakeoffo Ly 10-57" Runway afel Area (RSA) A dcfincd surface surrounding the runway pl cp~ ,j red or suitable for reducing the rill: of dani-m e to ;L i rcratt. See the construction safety' FA A A11-1 1-1ROJFCI' N 0, 3-19-0047-031 5 Iowa CiCy Municipal airport ECONI �60642468 ObstructIoil f cmovals - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 85 of 247 Paragraph Ln Terin Definition Number and phasiligr plan (` PI-1) R)r liniit� ol'thc WA. 10-5 Safety flan Compliance Detail", l o 4Yr he � o f L1jaL for -V 1 l l Comply i h L e �. L71 1" Document ( PC D) 10-54 Specificaflons A part of the contract containing tho. written direction. and regLIiFCIII Cit-S 10r com1)1cLIngy the coni.rac.t wow-k. 1-andard' s for ac Specifying Illa 4k.. l-MIS Or estillg Which are cited in the contract speei f iea(lons by re ference shal I have the same I oree and e I"feet Lis if i nc l>LIdcd Its the Contract p1ly, i ca l L I' , 1 0-55 Sponsor A Sponsor Is (IQ 1 ined I n49 U SC §4 7 1 2(24) as a pub] i 1 acracy that submits to L he FA{ S 1 or a n I Pgran ; r a private Owner of a P L Ibl is-U-Se airport thUt 'Alhin i (s to the FAA an app I icati0l"I for an A 11.1 graii t I or t h c a i rp ort . 10-56 Structures Air port fac i l it ics such aq bridges; culvertg; catch basins., inlets. retainin4T walls. ci'ibbing: storm -kAnd sanitary scwer lines, water lt�J 1110S: U11d C'd rUMS' C ICCtr1CLl l d LiC .S., mL1 nholcs. ha ndlio lee. 11 ght I11% ti f i tUros and bases, trans f ornior�,: r1-L! i Lat ional ai dS; b U i Idi n Us' ' lI� �, lt�l 'I ]�I I�C�1�� � f'c{� 1I2� � k}f' ffie rj'rlyort tl1,.1t may ' encountered in the work and not otherwise classified herein, 10-57 Subgrade TEic sol l that fc nITS 01C F{iV e111Cnt fOUndat] On. 10-958 Superintendent The Contact r} S OXMItiv repi'cse nteati ve Who is pr osont on tho Fork duri ii g progrc� . authori Zed 10 I-Cce i VC and f ul fi I l In-,-1 rL[cl i 01115 from the RP ., and who shall sLiper v ise and direct the constrtietion. 10-59 Supplemental Agreement A - writ I C11 agreC111ell t b C I W Cen (h c C0ntrac.tor all I1, e 0).viicr (h a cstabllishes the teas i-s o1' pa nient and contract tinic ad j U-SWICIIL if t L.l L Y , for he work di"FO,rt d by tho SLLI)I)l of 1 JQ L 1 dl agroeine I L L_ A st]ppleCl entzil. agreoment is rcgtiirc if. ( I ) in scope work wotild i roc cease or decrea�c the total ai]IOLi nt of the awarded contract by inure than 2 1'/o: () in scope ��,rk ��,uld i ncre�Lse 01' d0CrCtLS-"c the Iota of any major car contract item by ni r,c than 255"X?: work that is F10t �-vifliin the scope offlie oritrinally a\varded con(ract; oi- (4) a dir1g or- deleting oI` a 1ii<aj r con tract itcni. 10-60 S u re tv The corporation, partnership. or i ndil v idUal, o(her (harp the Contractor. ex ecui.117 g payi-new or pert orivance boil s t hal {arc fiimishcd to the Owner by the Contractor. W 10- 1 Tax ila n e A taxi WLV (leSi tyll-ed I or low L-,pee i rn ovenie t o l` airc.r�i ll bet"-'ccii aircraft parking aI cas and termin-cal sire -is. 10-62 Tax I1 ay, T he pot-1 ion of tll Li a i r {?perat] o ns area o I` cell airporl lha( ll as becn dcsigm-ited by competent airport port authority for movement of aircraft Lc) and I1'om the airport's runways, uirera f t parking areas, and t rillinal areas. 10-63 Tax i ay/Tax i lane Safely A (1 I 1 nCd 'Wrl ace al niysi ale the taN i v ay prepar—od or suitable for FA A11-1 1-1ROJFCI' N 0, 3-19-0047-031 6 Iowa CiCy Mulli6paI airport ECONI �60642468 Obstruct oil f cmov ils - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 86 of 247 Paragraph Ln Terin Definition Number ,area (TSA) redLICing the risk O' damage to an airc.ral 1, ScQ the cotislrtic.tI011 ,ifctv and phasing plan (CSPP) for 1.1m its of tlic TSA. 10- 4 Work The fumishing of 1ill habk)r} materials. tok)ls, equipmcm. and incidentals necessary or convenient to the Contractor's Pert lonnalice of all duties, and 01)1 i &FatiOW; lmpo.wd by th o contract, p hns. and sp-cc 11 ica tions. 10-65 Working day -YorkilIJcr day shall be any �LiL other than a legal holiday, Saturday, or undav km which the non -mil l working forccs o the Contriy ctor may proceed wilth regrtilar work flor at least -six (6) hours l Vwand coi- Ip I efio I L of the contract, act, W 11 un work r-s suspended for cati �c� bL:yond the Contractors Control. 1C ivi l l not be countcd 'CIS cl working inn dav, aturdav-�, S LL1 LL av,v and hol LL av, on which tho o11 tructor, Forccj cn LTaq re In regular work- will be c ns1 der- d as working days. 10-66 Owner Detwin-ed (ef~ms c: C.- END OF SECTION' 10 FA A A11-1 1-1ROJF(-I' N 0, 3-19-0047-031 7 Iowa CiCy Muiii6paI airport ECONI �60642468 Obstruct oil Rcmovits - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 87 of 247 THIS PAGF LEFT BLANK INTFNTIONALT Y FA A A11-1 1-1ROJF("I' N 0, 3-19-0047-031 8 Iowa CiCy Muiii6paI airport ECONI �60642468 Obstruct oil f cmovals - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 88 of 247 Section 20 Proposal Requirements and Conditions 0- 1 Adverfisement (N otice to Ifidders)t The Owner, or his/her authorized agent, shall publish the advertisement at such planes and at such times as are required b local law or ordinances* The published advertisement shall state the time and place for submitting sealed proposals; a description of the proposed work; instructions to bidders as to obtaining proposal forms, plans, and specifications; proposal guaranty required; and the Owner's right to reject any and all bids, 0-02 Q u al i 1i cation of b idders, f ac h bidder shal I �ubiiii t cvi dcncL: �)F i 'or n pctuii cy and ox i dQn Qc o C Financial respo n .�i i li ty to pert Orris the work to the Owner at the time ()]'bid opening. l v i dcnce 0 f' C 0I11])CICnCV, Un 1 �SS Oth CI'Wi se sped I i ed, shall consist i' statemen is covL� ri n�c tl%� bidder `s past experience on Simi I�rr work, and �i list of equipment �jnd �i list of Ivey person th.At wouI be �jvaiJab le for the work. Each bidder dial I furnish the Owner sat 1sfaetor•y ev1denee of thelI- fi rianclaI resp nsibI I ity. Ev1dencc of financia I respon �i lei l i ter, unJ ess- otherw ke slice i f ied, shall con �i st o f" a core 1"Ide nt ial-tIateincmt or r cport o C the bidder's fi narlei l resou r es and l i-fib I J ities is of the last ea lendar vent• or the b i drier" s last fi se-c-1 l year. uQh statcnicriis or rcp its slyalI be ccr,ti f icad by a p01ic accountall t. A t 111e 6111 ~ OF sly MittiMr SUch financial statements or reports, the bidder shall further certify whether their financial responsibility is appro i male l the Salve -cis Stated or reported by the public accountant. If the bidder's fi mine ial res-ponsib i I i ty has e han�xed, the bi drier shal l giial i N the P Ubl is accountant's s-tatemen t or report to re fleet the kidder{s true financial condition at the tune such qualified statement or report is submitted to the Owner. Unless otherwise speed fled, a bid cr m ay Submit cv idericc that thcy arc prequal ificd with the Statc I i 1 rh-�� air Ili v ision and are on the eUiTL11t "bidder' s 1 i �t" o I` th c state i n whi ch the proposed work is located. Evidence of Suite Highway Lei -vision prequ<al ificati on may be submitted ors evidence of fi rya ric i �r 1 responsibility In lieu f the certified statements or reports specified above. 20-03 Contentsof proposal forms. The Owner's proposal forms state the location and description of the proposed et)nmruetion; th e p I ace, date, and time o C opcni n , of the proposal h-} and the eat imated q uant it ies Of the V'at-iOtrs items of work to be performed and materials to be furnished for which unit bid prices ire asked. The proposal 1 orris states the tulle in which the work iiiust be c or n pI clod, and the amount. kf l` the proposal Liaran ty that must accompany the proposal. The Owner will accept only those Proposals pr perl y ex eculed on physi cal forms or el eeti,on i c forms prov i (led by tli e Owner. B i drier acti ens th at may eaLi-c the 0 w Inc r to dccr n a pro i rro&iruI ar are �gi ve11 i n Para graph 2-0-09 It-i-f?go idai• 1))-ol)osa Is, f—MCb-11 _ z at-10r'l i- Ii[-.1` cd t :.L-cc-,-n t o f l'ic t P.L 0C:t C 0 S t f—A pr-cbid is rcq-_i_L'C 01.1 d-- scu ss as a _T.111-Ir1UT-.F tlic f0-1C irrg itcrils ; III tCrIal rcq-.jiL-(2irrcTr` s S tt-a1S .�t itCont-�1/` )l��lit � �'11 { r. r .sir m n- t_ e cons 11 ti n "1 3 ' - p I a -n --t u d i -q a� -p.-)T-t access %a -id staq` nq areas; =1 ur=i��li == 1d pall iI=cr= L ��ti=l�irrrlY1 �Ir= t ter time, atfie, and -cl ace. rf The FA A A11-1 1-1ROJF(r I' N 0, 3-19-0047-031 Iowa City Mmii6paI airport ECONI �60642468 obsti,uctIoCl f cl ovals - Rase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 89 of 247 0-04 Issuance of proposal forms. The Owner reserves the right to refuse to issue a proposal for ni to a pr specti ve bidder if the bidder is in defULI It f r' any of the f 110-�N--i n CT reasons: a. Fa Iure to corn ply with any prepu-al ificat iors regulations of the Owner, if such reL,)Ulati ns M,e cited, r tlici— isc incIudcd, M the proposal as a reeluircmcr1t fou bidding. b; Rai I ure to pay, or satisfitct ri ly settle, a I 1 bills dire for labor and niateri girls on f ri-ner contracts in f orcc with the wilcr kit the t i tie 111c O n cr i ssuos the proposal to a prospuc.ti vc biddcr+ c. D curnctntcd rccrd Of O11trWt01- &-'Mlt Undc1' previous contracts with the Owncr. d. Documented record Of Unsatisfactory work on prey iOLI s contracts. with the Owner. 0-05 Interpretation of estimated proposal quantities. An estimate Of gLURntities of work to be done and rnateri a I s to be furnished under these specifications is given in the proposal, It is the result of car efill calculations and is- believed to be correct. It is given only ��s a bay is I Or C011111ari son o I} proposals- and the award of the contract. The Owner does not expressly., or by i r n p l i cat i can. agree that the actual quantities involved will c rre�pond exactly thci-ewith; ii r shall the bidder plead rrii�undcrstarldin i- deception because of such esti ni ates of quantities, or of the character, location, or other conditions pertaining to the w i,k. Payment to the nti'actor will be made only for the actual quantities of work performed or materials furnished shed in accordance with the plans and spec i 1 t at ions. It is Understood that the q Uantities may be i nr•e.,�Ised or decreased as pro-v ided in the Section 40, paragraph 40-02, Alteration of Work and uantitics. without in any way invalidating t.11C Unit bid prices. 20-06 Examination of plans, specifications, and site. The b i ddcr is c pccted to c ui-cful ly e am i nc the site of the proposed work, [lie pry po---W, plans, specificatIOM, and contract f rnis, Bidders shall sailsfy th erise lees to the character. quality. and quantities of work to be perforni cd, i-natcria I s to be furnished. and to thc requi rcmcrits o l` th c pi-oposcd contract_ Th o subm i ssioii o f' a proposal shall bo pi-ima f aci c evidence that the bidder has inade such examination and is satisfied to the conditions to be encountered in perfo rn-i i tag the work and The req u irei-nents of the proposed contract, plans, and specifications. L 1 _ _ _ s -1 e- -I a_ 1 k D L s a +. _ L ti n _ _ _ ' L _ _ L 1 _ __ 1 � _ L -1 _i e R e f h _ ti _4 i L s JL \ s s E 1 _ L=-p r _ s e L r _ S _ E4 s IF S k ti:L 4 _ k. 9 tl e I e +:Fvd ffia-le - r T r� X X 3 1 I w , r •� i a k � _ 1 L• 1 a �• _ is i5 -4 _ i ti 'l tl T rl hatz -d bv T ai�d E! 1Lat! - _ - 1 ti - 1 - - 1 - ti L_- 0-07 Preparation ration of proposal. The bidder shall sUbm i t thci r proposal on the f 'Vrnis f Urn i �hcd by the Owner. A I l blank spaces in the proposal f rins., unless explicitly stated other ,ise. tiiust be correctly filled in wherc indicated foi- cac h and c cry item for which a quantity is givcii, The bidder shall stag the price (written in ink or typed) b)tll 111 wor& and 11 LItnerals w i ch they propose for each pav 1 tern I;Urni shed ill the proposal. In ease of conflict between words and n u niera I s, the words, Li n I ess obviously incorrect, shall TOVer'Il, Tlie bidder Aal l crrcctl y sign the proposal 1n 'Iiik, If the proposal is T-nade by an indidUU1. thC11' 11M-11C and post office address inust be shown. If made by a partnership, the naive and post office address of each member of the partnership must be shown. if ina de by a corporation, the person signing the proposal slia l l gi v e the nani o of the statc w h cre the coo-porati on was chartercd and the name, ti tl cs, an d X-)u ines� address FA A 11-1 1.1RO J FCI• N 0, 3-19-0047-031 10 IOWO Cil�f MUlliCil-W 4irport A ECONI -4-!L60642468 obstruct Io Cl f cmovens - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 90 of 247 of the president, secretary. and the treasurer. Anyone signing a proposal -as an agent shall file evidence of their authority to do so and that The signature is binding upon the firill or corporation. 20-08 Responsive and responsible bidder. A responsive bid conforms to a l 1 significant ter ni s and coildi0011s Contained in thc� Owner's invitation fc)r leidl 1t is the Ownc�rl s responsibility to decide i fthe exceptions taken by a bidder to the solicitation are material or not and the extent of deviation it is willing to accept, A resp nsl h I e bldde I' has the ab i I i ty to perfo I'm successfu l I y under the terms an d cord iti ons of a proposed pros urenicrit{ its doi i nod in 2 C FR § 100, 3 1 (h). Th is i nc I udcs such rn altars as Con ti�ac for 1 ntcgi�i tyi compl i,ance with public policy. record of past performance, and Financial and technical resources. 0-09 Tyre ular proposals. Pr posaIs shaII be con si dcrcirregular- f i- the folio wiriur rcasous: a. 1 f Ih C Proposal i s oil a f orm othcr th an that fern i shcd by the wnei-, or i f the nci` s form i S altered, or if" any pail of the proposal form is- detaehcd. b. I f thei-c arC. Unauthorized addi tik)ils.. conditional oi- alternate pay 1 tc Ills. or i rregu I ai-i ties ol'any kind that make the proposal incomplete, indefinite, or otherwise anibi uoLis. C. 11; the propos- al docsnot contain a unit pries for each pay i tern listed in the proposal, incept in the ease of authorized alternate pay item s, for w h ich the bidder is not r q u it d to furn isle a Ll 11 it pri Ce. d. U the pi-oposal contains unit pri ccs that ai-c ObV io LIS1 V unbal ai—imla C. If the Proposal is not accf rnpilrliCd by 01C pr p sal (.1rUaranty spccificd by the Owncr. f. If the applicable D i sadva nt-aged Business iness Enterprise information Is ' nL 111plete. The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such wai vL�r i � in the best inici-cst o f the Owncr and conforms to local laws and ordi nancc� pei-tai n in g to th o Lttiil,, l O fCOnStRiCti on Contracts, tir 0- 10 laid au a ra n tee. Each separate proposal shal I be accompan i ed b a bi d bt)nd, Corti 6 cd cheek. or other specified acceptable collateral, in the amount specified in the pro pose l f rin. Such bored, cheep, or collateral., shall be made periya ble to the Owner. 0-11 Delivery of proposal. proposal suLm-' tted shall b� a LL-ed rY-,} el��r l:�irr- � -r_.�1 } .TitYi t rr � � t I` �IYI � l ti rl f -ai rpo-t, and nf�m� � 1 F irl�s s f-iddrp s� f t= �i r r~ -r-� .1-:�= - b� iE n :��'�fi_ - m - p- f e-ab" � , _ t._�I 1 =d 3 :moo sa � f ma 7- e A ridi cry. L(2 d abc)v c2, , hour b e_n ­sC r,7 --� raddi � J r,7ai c�rive i opc- . No roposal will ' 71S -de -{ a- ur,1 s s r c -7} ed _it the lace s erif -ed '--I t=ice ji ff, e_rt i bs�rnE�_rlt r � s by Ad--,�P_ridl_t_-n be f c�� rE:_- th tm_ -_-me ;Pec_1 f iE:_-(1L for op-m-ning -all -0idc Pro ogc-il s rersei-ved c-if Ter the- bid openir_g t-rrL =ram-i be rcturricd to ddc-- 20-12 Withdrawal or revision of proposals. A bidder may withdraw r revise (by withdrawal of orle proposal and SUbmi ss i n of unothc r) a pi oposal pr v i dcd that the bi ddcr's i-cqucst for- wi thdiTawal is recelved by the ()wn r min w -,- i - i ng 1-,� i 1 4be1'Orc the tiIII C �peci f ied ror opening bids. Rev'sed proposals must be received at the pI� e spec I 1ied In the advertisement bef0ro, the ti lnC �PCCi I iCd for OpClli n g all bids. 0-13 Public opening of proposals. P�y��} osal s shall be oponed, and read, Prrl� I i c l at the tir���~ and place specified in the adverti sernent. Bidders, their authorized agents, and other interested persons are invited t attend, Pr poi a l s that have bccn withdrawn (by w ri ttcn or M cgrap h i c rcq ucst) or i-ccc l vcd after- the 11111C spec i f 1 ed 1 Or open i n L bids hall be returned to the bidder Un pened. FAA A I P PRO J FCT N. 3,19-0047-03 1 11 IOWO Sril�r MUlliCil-0 4irport ECONI -4-!L60642468 obstructIoCl r cl ovcrils - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 91 of 247 0-14 Disq ua fi ication of bidders. A h idler slia I I be eons idered d isq tia 1 ified for any of the fo r lowi n a. Submitting ni re than one proposal from the sir me partnership, firm, or corporation under the sir me or d i ffereiit nanic, b; Evidence of collusion among bidders. Bidders participating. in such collusion dial I he disqualified as bidders Coo- any J'Ut L[1-e work k o f tyre Owner until and, S LIA participating bidder has been reinstated by tir Owner as a qUal ified bidder. c. If the bidder is considered to be In "default"' foranv reason specified in paryacraph 0-04, k ammL,(-x ol'Propo cil h'orms, of this section. 0-1-5 Discrepa ncies a rid 0 missio ns. A B idder who d i s overs d i s repanc i es or om issi ons wit h the prod }t bi i o �r��� �nt �i �I I i IlZt71 e li � �l r not i fy the �ricr} s Fn i n cer of the matter. A b i ddu that has doubt as to the true meaning of a pro' eat red �� i r�i���rrt i�����r su bm it to the Owns r' s En i nec r a written request for interpretation pretation no later than -0 days prior to bid opening. Any interpretation of the project bid doeU r nents by the OivneCs Engineer will be b . written addendU in 1 ssL1ed by the Ownei-. The Owner w i I I not con-,-, der any instructions, clarifications-, or 111te1 1yetation s, o f the bidding d0CL11110111S in any manner olliel- than writtm adde nd LU'll. END OF SECTION20 FA A 11-1 I-1RO J F(-I' N 0, 3-19-004-YT-(.)31 12 IOWO Sril�f MUlliCil-W 4irport A ECONI -4-!L60642468 obstruct Io Cl Rcmovals - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 92 of 247 Section 30 Award and Execution of Contract 30-01 Considura Lion of prnpn a1 . After- the prop sals are publ icIv opc Red and read, they w i I I be comp rcd on tlic basis oftlic sur nmatio-ii o ftlic products obtai ncd by T-n Ul ti plV i it r the csti to atcd q uan tit i CS shown i n the pi•�p����l � the �tr� it bid prices. l f a bidder{ s pi•oposa I contains a discrepancy between Li rl it bid prices written in words and unit bid pnces wi,itten In n u mbe i', the unit hid price written i tl words shall tir I J n 111 [lie award o (4 a con tract i s made, the Own er reserves th e right to I��� ec�t a biddor's l)rc�p �a1 l r an V 01" a. If 111 C PKII)OSUl IS i rl-CrUlar as spcci ficd in Scction 20., paragraph -0 , �������, ��f����- Noll o_V�d--' b; If the bidder is disqualified for any of the reasons specified Section 20, paragraph 2 0-1 , Disqualij�cation ��I'B&dci-s, In addition, �rri ti l the award l; a contract is made, the Owner rosorvcs ilJL� ri ght to I,ej L ct any or all proposals, waive technicalities, if such wa iver is in the best interest of the Owner and is ill conformance manse with appl i cab I c state and local laws or i-cutilations pertaining to the l citi nU of construction contracts, adv erti c,e I or new proposal,;, or proceed with the work otherwise. A I l such actions shall proill to 111C Owner's best interests. 0-02 Award of contra tF The award of a contrao, i f it is to be awurdcd. Aal I be rnado within calendar &-iys ofthe date specified for publicly opening pr posalS. unless otherwise specified herein. 1 f the Owner elects to proceed with a n award of con tract. the Owner wi I I make aw-ard to the respo nsi b I c bidder whose bid, con]"Ormint- with all the inaterial terms and conditions cal` the bid docunionts. is the lowest ill price. 0-0are cell ation of award. The Owner rescrve� the r 1 t),,ht to cancel the award Without liability to the b i drier, except return of proposa I gu arant . at a ny ti nic before a contract has been fig 1 ly cx ecuted by a pails cs and is appr vcd by the Owncr in - jCCkjr(l-4jnCC Wi tlj paraifl-a h 0- 7 .4I)pi-ov l ' ntl'act. 0-04 Return of proposal g u ira n ty. All proposal "Lraranti cs. c ccpt th sc of the two lowest b i ddcrsi WLI 11 be returned i tnmedi atc l v after tee- the O nor ha-s-, madc a compari L )n o l; laid a� ,PCCI f 10(l 111 the paragi-aph -0 l , 'onsi• lei+af ifw of ,pvol)oxoL. Jlt,op scd guaranties of the two lowest bidders will be ret�t i reed by the Own cr Lin ti I such t i rnc a� an aw and is madc, at wh i ch ti mc, the ern-sLIC CSC l 0l b i ddera,s proposal g.Liarailty will be returned. The successful bidder's proposal narant will be returned as scion as the Owner receives the contract bonds as specified in paragraph 0- 5, RequirellIC,111S of' �.•wilracl Bonds. 3 0-05 Requirements of contract bonds. At the t 1me of the e ec Ut i0rl of the contract, the successful bidder shall f Urn i h the Owner a surely boles or bonds that have been f lrl ly executed by the bidder and the surety � �r�arantee i ng the erf rinance f the �� or and the payment of all 1 ecal debts that May be i lICU r�r�ed by reason of the C'on trac tor's performance of the work. The surety and the f i-rn of the bond or bonds shall bL� acecl�l��Ne to the owner. Un less othLn-�� I�� slice I � 1 �� l�� tl7 i � �Lrl�se� ti��rl } thL� � �rrct l��rrld ��r X�c�i�� shall be in a sum equal to the full arr ourit of the contract. 0-0 E ecuflon of contract. The successful bidder shall s ion (execute) the ��ecessar a creernents for entering into the contract and return the signed contract to the Owner, along with the fully executed surety bond car bond-.-, s} c ~ i f r e ill paragraph rr�} l� - ,gml-ellm�Ills 0 � � �� � c l; tl s e t i crr� �i tl in. 1-1 —4 calendar days from the date mai led or otherw i e del i vered to the SUCCCSS f`u I bidder. FA A 11-1 I-1RO J F(-I' N 0, 3-19-004-YT-(.)31 l � IOWO Crit�f MUlliCil-W 4irport ECONI -4-!L60642468 obstl,uctIoCl f cl ovcrrls - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 93 of 247 30-07 Approval of contract. Upon receipt of the contract and contract bond or bonds than have been o ec utod by thy` sums` f ul biddor, th c` Owncr �ha I l comp I Jc the e �c. u ti on o f' th L` contract in act: rd'alicc w ith local law s or ordi nance s, and ret urn I lie f al ly executed contract to the Contractor. Del i v err o r the fu I I y executed contract to theCo n tractor hal I con st i tute tli Owner's approval t be b it nd by the succcssfu I h i ddcr's proposal and the tc riii s of the contract.. 0-08 F i I u re to execute coat r ct, rai I l.IN Ofthc suc ccsfu I lei dkicr to cxcc utc the contract and furn ish ail acceptable surely bond or bonds within the period specified in paragraph 30- 6, Exe(—vlion of Cotartic-1, of t Ei i s sectio rn sha I I be j gist Cate se for ca nee I lati on of the award and f rfe i to re of the pr posa I gua t-anty. not as a pciiul t � but as liquidated dumagcs to the Owner. END f D F ECTI 0 FA A A 11-1 I-1RO J F("I' N 0, 3-19-0047-03 1 14 IOWO Sril�r MUlliCil-W 4irport ECONI -4-!L60642468 Obstruct oil f cl ovcrils - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 94 of 247 Section 41) Scope of Work 40-0 r Intent of w n t ra t+ The i mom o f the contract is to pi-ovi de I'm, construction aiid completion, i n every detail, o f the work described. It is further Intended that the Contractor shal 1 f arni sh al 1 1 abor, materials, equipment, tools, transpoi ati n. and sUpPlies required to complete the work its accordance ��•it}� the pl an �, sped ficutiou s, and tcrr ns of the c ou tract, 40-02 Alteration of work and quantities, The Owiicr rcsci-vcs the right to I aka such chan gcs ill q Uantities and work as r�r av be necessaryor desirable to complete in a sat is factor f 1�a nner, the ori�ina l i ntended work. U nIess otherwise specified 1n the Contract, theOwner" s Engineer or• R 11 R shal I be and is hcreb-v �Ut1101-i/.Cd to makes in writing, SLICII i r1-. Wpc l un-ati ons in the work and variation of quanti tics as may be necessary. to complete the work, provided such action does not represent a significant change in the character of the work. For purpose of th i s secti on, a s i gn ificant ch an gre i n c haracfter of work means, an y c hange that i s oLrtside the current contract scope o l' w rk� any charge (increasw or decrease) In the local contract cost by more than 51 0; or ativ change in the total cost ofa major contract item by more than 2-%. Work al torations and gL1,1r1 ti ter variances that do not Meet the de f y n i tion ofsi gni ftarl t c 1 an vice in charactcr of work, s ha I I not i nVal i plate the contract no r• re I ease the su ret .fro ntract r ag rees to precept payment for such �� ork al teratioiis aiid quantity variances l n accordance �i th cO i n , paragraph - , ShouldConlpensatiollftw 111to-ed Qllalltztft�y the Vr l I Lie o f a ltered work or q Liant ity variance meet the cri teria f r sign i f i can t clam e i n c haracter of w ork, such -a ltered work and quantity v a rian e sha l l be covered by a supplemental agreement. Supplemental agreomen is shall also require consent ofthe Contractor's SLINty and separate p ri bi-niance and payment bonds. If the Owner and the Contractor are unable to a r ee orr a unit ad'rrstlnent for any contract iteT-n that reel u i res a supplcm c Il tal aorreci-nc l t{ the Owner rescry es the right to tcr'r n i natc the contract with respect to the item and make other arrangei Lnits (or its coi plot ion. 40-03 0 m itted items, The Owncr, the Owner's ern T i nccr or th c: R P R may prov i do w ri tten notice to the Contractor to omit from the work any contract i tc rri that does not meet the definition of nia_i or contract hear. !ajor contract items may be omitted by a supplemental agreement. Such or nission of contract iterlls shall not i nv al idatc any offici- contract tract provision or i-cqui rcrn ciit+ Should a contract item be ornitted or otherwiso orderod to be rion-por iiiiied, the Contractor shall be paid for all work performed toward completion i' s LIC h item prior to the date of the order- to omit S LIch item. Pa mcnt fa I' work- pc fform ed shal I be i n accordan cc w i th Scalo n 90, paragraph 0-04, Pa tunent. p- 40-04 Extra work, Should acccptubl e compIcti on of the contract i-cquii-c theConti-actor To perform an item of work not provided for in the awarded contract as previously modified by change order or supplemental agreerrre rat, Owner maY issue a Change Order to coven the necessa f extra work. Change orders for extra workshall contain avreCd Unit Pl-iCCS for perCorining the 11 ange order- -��ork in accordance With the req 11 trements spec ified i n the order, and sera I I co rirai n any ad 1 u stment to the contreact ti me that. i n the f P l ' s opinion, is necessary for completion of the extra work, W hen dote I'nl i reed by the R PR to be i Ti the %vner} s Kest i in tel,est, the R p R ill sty order the Con tractor to - proceed with extra work as provided in Section 0, paragraph 0-0 5, �r���n1C)1t, i)i- E'_Y ou ff`e �•k. Extra tra work that is necessary for �icce tab I e completion of theproject, but is not within the general scope of the work FA A A 11-1 I-1RO J F(-I' N 0, 3-19-0047-03 1 l IOWO Sril�f MUlliCil-0 4irport ECONI -4-!L60642468 Obstruct oil Rcmovals - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 95 of 247 covered ed by the orig ina l contract shal 1 be covered by a su pp I ernenral a greeine nr as defi nevi i n Section 10. para rapli 10-5 9. Si pA ciiieii ra/ Agreemci11. If extm work is essential to maintaining the project critical path, 1UR tmay order the Contractor t conini Lnice the L�xtra work Under a Time and Material core ti`ac t method. Once u l`1 ici L�nt detail is available to e�tab l ish the level of effort necessary for the extra work, the Owner shall initiate a change order or supplemental agreement to cover the extra work. Any claim for payment of extra work that is not co e red by written agreement ( change order or supple me rital agreement) shall be re ected by the Owner. 40-05 Maintenance of traffic, It is the explicit i nwnti n of the contract that the sufcty of ai rc I'aft, as wcI I as the Conti -actor's eq ui pnient and per onric I, is. [lie most important consideration. The Contractor shall rna inta in traffic in the manner detailed in the Construction Safety and Phasing Plan (C P P). a. It Is understood and a r ced that the Contractor sha I I prov ide for the free and unobstructed ni ov-errient of ai rcr'aft i n the ai r operati ores areas (AOA s) of the ai sport w i th respect to the i r- own ope i'at io ns and the operations of all ubcontractoi-s- as s-pec i I led to Section 80, } ara xraph SOS-Il , Linilteit on of' 1)eii ui?'O s. It is further understood and agreed that the Contractor sha 1 I pi-oVide for the U n i rnter-r-Upted operatl n o f v i sual and ciccti-onl c signals illCl Udi n g power sLrppl i cs t1wrcto) irsed in thc YLrUMCC 01` aircraft while operating to, ftorn, and Lrp011 the airport as specified in Section 70, paraoraph 70- l 5. b. W ith respect to thei r own operati on s a nd the operati on s of a I l subcontract rs, the Contractor sha 11 provide T-narking, lighting. and other acceptublc means of id ntifying pci-sonricl, cquipmcnt. vehicles. storage areas. and any work area or condition that may be hazardous to the operation ion of aircraft, craft, fire - rescue equipment, or maintenance vehicles at the airport in accordance with the constrLiet i or1 s�rfetV WId phasing plan ( PP) and the safct � plan compl i ancc docLirrictit ( PC D), c, Whcn the con ti-act rogLtll-cs the maintcnam:o o f' an c i sti n g road, sti—M, or highway during tlic Contractor -1 s p r-for-via ce ofwoi-k that is other-w i s�e provided ideal for in the contract, plans, and speei t i cati 011s, the Contracto i' shall keep the road, street} or highway open to a I 1 traffic and shall provide niai nterianee as rn ay be reel u i red to accommodate ti-a 1'h , Th e Contractor, at their e xpen se, sha I I be i-espon s i bl e I0i, the repair to equal or better than pre onstrueti ors conditions of any claniag.e caused by the ContractorI quipIII e11t and porsonne1, The Contractor s h a I I III rn Ilii crec1, and m a -1 n ta in baii-Icadewarn111g Sign � flab person, and of her Ira ff is contro l dev ices i n reasonab l e con Coo-m ity w it h the M all Lial on L l ni 1 r m Traffic C'ontr l f evicts (M UT `D) (littp;,'/iiitrtcd.fliwa.d t. iTV; ), unless otherwise specified. The on tractor shall also co strWt and maintain in a skt f � -Qondi t i on any toin porary conricctions ncccssary for ingress to and egress 1 'iii abutting proper-ty or intersecting roads, streets or highways. �—T_-, n 1 e s� zs hEmrT�:iz.� p c-�i-ie� hEmrei-n, t-h Cc)nt-- f-a t-c)r ��Ti-1 r=�- �� r��t�i ��� Vic: E.-L-`r-7is-a srrow rcriov _a1 f-r k-sluc'-h e i S L in.-,] road, S L r} ---- h.ghwa f � 40-06 Removal of exilsti ng structu rays. A l I cx i st i ng strLrctures cnCOLin tCI'Cd Wi th i 11 the cstabl i shed I i ncs, rade,.�-,, or shall be renno vod by the Conti -actor, Un lek,_,S S LICII ex i '.-,ti11 t'I'LI : tidies are otherwise specified to be reloc-ated. adjusted Lip or down, salvaged, abandoned in place. reused in the work oi- to rei-nain in place. The Cost o 1, rei-flo illy such ex i ,;t i n; structures shall not 1-)e nica ured oi- paid f ()r directly, b L11 shall he included in the various contract iten -;. hOU ld the C0111MCIOr erICOU ntery an c i s i n�),, StrLIC tare (above or below ground) in the work For which the disposition is riot indicated on the plans, the Resident Project Representative (I I f) shall be notified prior to di st urbingir such strut turc, The d1 spy? i tion o f' c i sti nur stRIOLires so cnQ0U11ICI d shall N: inimcdi alcl y determined by the RP)RPR in accordance with the provisions o f the contract. l ;x c e p t as prow i pied i n S e c I on 40, paragraph 40-0 7, R ig hts in oiml U Y L,; tei1• ds F o i n i d in the 1"Vo1-k-14 i t is intended th-at all ex isti n , inateri a is or stRICtLires that iii a r be e ncotrrrtered (within the lines, g.r'ades. or FA A A 11-1 I-1RO J FCl. N 0, 3-19-00474)31 16 IOWO Sril�f MUlliCil-W 4irport GCM F-!L60642468 Obstruct oil Rcmovcils - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 96 of 247 grading sections established for completion of the work) shall be used in the work as otherwise pro-v id ed for in the contract and shall r'ernain the property of the Owner when so used in the work. 40-07 Rights in and use of materials found 111 the work. Should the Contractor encouriter any material such its bUt not restri ctid � sand, stone, c, gravel, slab, or concrctc slabs �� i th i�� tl�c ���tabl i sl�c�d 1 i11cs, grades, or 6yrad i n tQ sections, the use of which is intended by the terns s of the contract to be einb nl merit. the Contractor may at their own option either': a. U se such mat ria I i n another contract ite m. provid i na sue h use i s approved by the RP R and is 111 conformance with the contract act specifications applicable to such use, or, b. l ernove such ire-ateri-al frorn the site, upon written approv-al of the r c. U l se such material t r the Clore tractor' s own temporary con stmeti on oil site: on d f Usc such matcri al as i n tcndc d by the tel-nis o f' the con ti-act, Should the Contractor w i sh to exercise optilon a,, b., or c.., the Contractor shall req uc t the RPR's approval i re advancc o I" sL«h use . h OU ld the f P F approve the Contractor's req Pict tO OCrci se option a., b., or c., the 'ontractor shall be a id fo r the excavatio n or remova l of strc h material ar the app I icable contract price. The Contractor sha l l replace, at tlicir expense, sucli rcrrlo cal or c cavatc(l matcri al w i th an agrrced c(l LIal VOI UM c: 01' Illdtel-i al that is acceptable for use irl cons1tru ting embankment, bac fills, or othei,w i -e to the exmit that sL«h replacement rater sal is n ceded to cons plete the contract work. Th c Contractor sha I I not be ch arged for use O f' SLI.ch ITIA I_ia I used in the work or rcmovud f i-om Ilse si tc - hoarld the R PR appr xic the Cou tractor' s cx ercisc of option a., the Contractoi- slyall he paid, at the applicable contract price, for furnishing and i nstal l ingy such material in accordance with requirements of the contract itein in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of their own exercise rise f option <a , b., or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a 1111C tV h 'Chi 1 ocated ou ls'de the l it�c�i grades, r �I'����i t� � ��ti ons €�st���� I i �l� c�d I i• the ���i`l�, cxc Cl)t where such excavation or rL�Ill val Is Prov i dL`d I r III tho contract, plans, r spec i I ic-ati it . 40-118 Final cleanup. Upon completion o l' the work and lie I we accepts ace and I i nal payment will be made, the Contractor shall remove from the site a I 1 nicrich i ne«, equipment, surplus -and discarded m atcri al s, rubbish, tcmpoi,ary structl. i cs, and stumps or portions f trees+ The Contractor shall cut all brush and woods within the limits indicated and shall leave the site in a meat and presentable condition. Material cleared from the site and dep s i tcd on ad'jacent propertywill not be considered as having been d i spored of` satis t �ct0I_I ly, Urn 1 ess the Contractor �r z, obtained the written perin i s ion of [lie Property Owner. END of SECTIONA0 FA A A 11-1 I-1RO J FCI' N 0, 3-19-0047-03 1 17 IOWO Sril�f MUlliCil-W 4irport ECONI -4-!L60642468 Obstruct oil f cmovens - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 97 of 247 T[ [IS CAGE LEFT BLANK N INTENTIONALLY FA A A 11-1 I-1RO J F("I' N 0, 3-19-0047-03 1 is IOWO Sriref MUlliCil-W 4irport ECONI -4-!L60642468 Obstruct oil f cmovals - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 98 of 247 Section 50 Control of Work 0-01 u th or "1 ty of the Resident Project Representative (RPR). ). The RI'KI'K has fi rial authority rcgar'di n) th e in Icrpi�ctati Oil o f' prO J cct speci f i Can on requi rements, The R P shal 1 dcterm i n c acccptabi l i ty o f' tl1c quality of materials fO rn ished, inethod of performance of work performed, and the inan n r a rid rate of pe rfo rm,ance of the work. The > P R does not have the authority to accept work k that does not conform to spcci f ication requirenicrlts, 50-02 Conformity with plans and spe ill1cation , All work and all matorials I Urni hed shall I be in reasonably close conformity with the lines., grades, grading sections, cross -sections, dimensions, material rcgUIt'cl11cntS, and testing vcquircrricrits that arc pccif icd (Includillill spccif cd tolcrancc) in the contract. phan , or pCO- ications, I f' the R PR I Inds Ilic materials 1'urli (shed, work pel'IZ)rl1ncd, or the Finished product iiot within rcasonabIy close conformity with the plans and specifications, but that the portion of the work affected will, in their opi n i on, resu It i ri a fi n i died prodLict hav i ng a leve I of safety, economy. durab i I it . and w orkman h ip acceptable to the Owner, the R P R will advise the Owner of their determination that the afI ected work be accepted and remain in place. The [UR will document the determination and recommend to the Owner a basis o l' acccp lancc that will Provi do 10i' an adF i-stnicn t in the contract pri cc I r the a I`f cctcd portion ol, the work. Changes in the contract price ni rrst be covered bar contract change order or Cupp leniental a),rcelnent as applicable. I f the RPR fr rids the mate ria I s furn i stied, work performed, or the fi n ished product a re not i n rea sonably clo c conformity with the plans and spcci tications and havc resrlltcd i11 an unacccptable finished prodtict., the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the R1' R` s written orders. -I-he terin .'reasonable close co nfor m itvii shall not be construed as waiving the Contractor"s responsibility to com ploc the work in accordancc with the contract. plans, au d specifications, Tlac: term shall riol t-)c construed as w al v ing the R P responsnbility to insist on strict compliance with the reqUireirents of the contract. plans. and specifications dL1 ri niT the ontractor's execration of the work. w he n, in the ) P R's opinion, sLich compliance is cs cn tia I to provi do an acccptabl c fi n i shed portion of the work. The term ""reasonably clo c conformity" is also i nterlded to provide the ) P with the ULIth orit�r, aftcr COIISLr l t3t ion with the Sponsor and FAA, to Lrse sound engineering ,l udgment in their determinations t acce pt wo rk that i s not i n strict conformity. brit wi.I I pr•ov ide a f i rii died product egija l to o r better tha n that rcquircd by the requirements of the Conti -act, plans and spccif cations+ The RPR will not be responsible for the 'o ntractor's means, methods, tech n i q Ljes. sequences., or - procedures o f' constructi on or the. Sa f CIV Pl'CCaL1tiOl1S incident thereto, 0-03 Coordination o I` coat ract, plans, and sped 1 irations. The € ontract, plans, peel I ications., and all referenced standards cited are essential party of the contract requirements. If electronic files are provided and used on the pro. M and tli crc is a conflict bete ccii the el cctron i c ti l c� �Inkl herd copy plans, The h ai-d copy plans �l�a l l rover n. A requirement occurring in one is a-.;bi ndil��c as thc�Lr�l1 OCCur`r`i n g Ili all. Thee are intended to be complementary and to describe and provide for a complete work. In case of dis,crepanq, calculated dinionsiollS will rov rn ov r scaled dimensions, contract technical peci f ication shall govern over contract general provisions, plans., cited standards for materials or testing., and cited adv i s.ory chic ul ai-s (A Cs.),- con Watt gene] -al Provisions shal I govcrn ovc'1' pl an �, ci tcd stau dar'ds foi- materials or lest i rig, and ci Led A C' ; plan s shal 1 gyo vern over cited standards for rn teria I s or tc�sti n i and cited AC s. I C FA A 11-1 I-1RO J FCI' N, 3-19-0047-03 1 19 IOWO Sril�r MUlliCil-0 4irport tlutoCl �11 - PhaseGCONI L, t Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 99 of 247 any paragraphs contained in the Special Ilrovi lions conflict with General I'll-ov isions or Technical Specifications. ns. the Special Provisions shall govern. F roni throe to tinge} discrepancies within cited testing stand-ards occur due to the tlrnln� f the change. edits} and,. err replaccin ent o ('the starldards. i I; [lie 1 ntractor cii sect vc: rs an y apparent di screpanq w i IN n standard test methods, the Contractor shall ininiedl ately ask the RPR for an interpretation and decision, rind such decision shall be final. The Contractor shall not take advantage of any apparent error or o nl i ssio n on the plans r specifications. In the event Ilia Contractor di scovc:rs any apparent error or di sc rc pancy, Contractor shall i m nic (liawly notif .F the Owner or the designated representative 'n writing requesting their written interpretation and decision. 50-04 List of Special Provisions. Part 1 — General Part 2 — FAA Requirements 50-055 Cooperation of o rat ra tor•. Th e Con tra0lor shal l be SUPP I i Cd wi th f-- f i �,Te—+hard c opi es or an ciccrti-oni c P D r of the plans and spcci-Ficatlions, The Contractor �ha I 1 h a c avai lahlc on the cuwrticti ran si to at al l ti nice one hardeopy each o f` the plans, and spec i t i cations. Addi tional hard cop i cis o 1~ p1 ans and specifications niay he obtained by the Contractor for the cost of reproduction. The Contractor Shall give constant attention to the work to facilitate the progress thereof, and shall cooperate with the RPR and Their inspectors and with other Contractors in every way possible. The ('ontractor shall ha �, e a cc nipetent S U eri ntendent can the work at all t i nics Who iS r Ul ly a Lrth rized a� their agent on the work. 'Fhe superintc ndent shall he c-rp-a h I e of reladi rig. and thorou h ly understanding the plans and spec i 1 icali n s an d 0 al l rec of ire and f lrl (i 1 l i n struct i on s 1 rorn the R PR or [lie] r auth prized representative. 50-11 , Cooperation I)etween Contractors. The Owner reserves the right to contract 1 r and perf orin other or additional work on or near the work covered by this contract. When separate contracts are I et w ithi n the li inits o f any one prof ect, eac h (}on tractor sha I I canduc:t the work not to i nteifere with or hinder the progress of conipleti ors of the work being perf rnied by ether Con tractors, Con tractors work i n .�F on the same prQ1 cc t sha I I cooperate w i th each other ass di romed+ EaQh Conti -actor iiivolvcd sha II assume ail I I i A i I ity., financial or otherw i Sc. in c nncrcti on with thwir ow Ti contract and shall protect and hold harinl ess the Owner fi oni anv and all damages car c lai nil that ina , arise because of inconvenience, delays, or loss experienced because of the presence and operations of other Contractors working within the 1 ins its of tlic sable project. Th c Con tractor A al I arrange th ci r work and shal 1 place and di pose o f' llau niatui al s Nin Usc d to not i ntcrl Cre w ith t lie operat ions o f the other ("ontractors- wi th in t lie l i iii its o C the same project. The (.'ontractor ha I 1 j of n thei r work w ith that of the others i n are acceptab I e rnan nee- and shal I peif rni it i n proper scgL1C11CC to that of the others. 0-07 Constructi on la ou t a n d stakes. The 1 •.ngi TicciI P f sha I I cstubl i h ncccscary 1101-i 7ontal and 16, crtical control. The c s- tahl i shr lent o l` tireev ('control and/or rec sty b l i �hni ent o f` curvey Control shall he by a State Licensed Land Surveyor. Contractor is responsible for preserving intef)rity of horizontal and -%, c mica l controls established by E n gineer.,`l P . In case o f` neL;l i L,)'enCe on the part o f' the (Ion trac for or their etllp I yeeS5 resulting in the destruction of anv horizontal and vertical control, the resulting costs will he dcducted as a I iqu i dated dairnage agai nst the Co ntMct r'. Ilrior to the start of construction, the Contractor will cheep all control points for horizontal and vertical acCULUcy anti J C rti f, i n wi-1 ti ng to the R P f that the Contrac [or concurs wi Ih �ui-vcy con trol ostabl i shed for the pro_j ect. All lines, grades and nieasu reirients front control points necessary for the proper execution FA A A 11-1 I-1RO J F(r 1. N 0, 3-19-0047-03 1 IOWO Cril�f MUlliCil-W 4irport ECONI F-!L60642468 Obstruct oil f cl ovens - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 100 of 247 and control of the work on this project will be provided to the Ell' 1 . The Contractor is responsible to establish all la -,,,--out required for the WnstFLICTi n of the project. 'op i es of survey notes will be provided to the IU 1 for each area of construction and for each Placeni ent o f~ mate ri al as speci f i d to allow the RPR to r iake per'iodi c check;,, I M con I ormance with plan grades, alignments aria �zrade to leratices required her the appl icah le material specifications. Surveys will be prop• idcd to the RPR prior to cone nicric i ng work i tcnis thai covcr or disturb the SLIT- C—V staking. urvcy(s) and notes shall be provided in the I()1h)wjnLY 1()r niat(s): (AC.rr.)h-1t- P-)F � Laser, ; P , tryi I� �� I i tie, or other aL[1.0111ati e control shal I be checked wi th tomporyary control CL� ncees- �ar y. In the case of error, on the Dart of the ' ntractor, their surveyor. employees or subcontractors, resu lti n �,, in est b I i shed o-acles, a] i gnrn Lmt or grade to] er'ances that do not cone ur w i th thosc sPeci 11cd or shown curl the plans, the Contractor is solely responsible for correction, reniova 1, reel aceiiient and all associated costs at no additional cost to the Owner. o direct p air nient will be made, u rdess otherwise specified in contract docu nients, for this labor, m atcri al s, or othor L pcu ses. The coy t shall be incl udod in the pi-icc J the bid 1 or [lie various items o f' iho 50-0u th or iffy and d u ties ol• u al ily Assurance ( ) inspectors. QA insp c, tors shall l'e a Lrtl10ri ZCd to inspect a I work done a rid a I m-ateria l fern i shed. SLIC 11 QA i ns petition inay extend to a I or a ny pa rt of the work an(l to the pi-L pai-xi on, fabrication, or m aiiufucturc of The matcri ails to be used A i n spcctors art' not authorized to revoke, alter, or waive any provision of the contract. QA inspectors are not aUthorized to issue instructions contrary to the plans and specifications or to act as foreiria n for the Contractor. QA Inspectors are arithorized to notif�y the Contractor or their representatives of any fai 1 ure of the work or r n atcri al s to con f oi-m to ilic rcq Ui rcnicn is o f• the con tract, p I ans, or spcci 1 ication s and to rcj cd SUCh iionc onf rr n i ng materials iri gLICs,11 011 Lin l such issLICs can be re Kf rred to thL� R P R I r- a decisi ll. 50-09 Inspection ol• t he work. A 1 l tnaieria I s and each part err detail o f` the work shall he subj ecst to i nspeeti on. The 1 111 sha I I be a.1I owed -�iccess to al I pa its of the work a nd sha I I be fir rn ished with such inforniati n and ass i st-a nee by the C'ontractor as is required to make a complete and deter i I ed inspection, If the RPR req ucsts it, the Contractor, at any t i iyie heft re acccptance of the work. shall rcniov c or u ncovcr such porii on s o F ffic f 1 n i shed woi-k as may bo (11 rc c is d, A I m, cx am i nati on, the Contrac for shal 1 restorc sail d portions of the work to the standard requ i red by the spec i f i cations. Shag ld the work thus exposed or e ani i ned prove acceptable. the u ricoveri ng, or removing. and the replacing of the covering r rrn�tl� i ng. good o l the parts retno gyred will be paid I or as extrawork-, hart shOLI[d the work so exposed or e aJJJ Hied rove unacceptable, the uncovering, or removing, and the re I -icing of the covering ng r' I iak i n tr good f the 44 parts removed N-•ill be at the Contract ris expense. Providle adv ancL wri ttcan 1100 cc to the R P R (if work the Contractor pl ans to perform eacli w eck and cash daV. Any work done or neat-cria] s Used W iil10Lri written notice and al lowill k-T opportunity I {fir inspection her the 1UR niay be ordered removed and replaced at theContractor's expense. hOLI Id the contract work inc ludo re I ocatio n, ad i u stnient, or any other mod ificat ion to ex isti 11L fac i I it i es, not the property of the (contract) Owner, authod zeal representat i ves of the Owners of suc h fac 11 iti es sha have the 62lit to inspect such work. Such inspection shall in no sense ina e any laci l itv owner a party to the contract, -and shall in no w air interl Cre with the rights cal; the pal -tics to this contract. 50- I 0 Removal of unacceptable and unauthorized oi-k. All work that does not conforal to the req Ui rCrnCII (s of tli e cots tract, p I ans, 41111 spcci fi cations w i I I be con si dcred unacccptab I e, tin less othcrwi se dctcrm ined ace cptable by the R P R as pro v i dcd i n paragraph 5 f 1-02, .'On/bI-ni if - i-111h Pl�ms �uml 'Wc�fic(111011S. FA A A 11-1 I-1RO J FCI' N 0, 3-19-0047-03 1 IOWO Sril�f MUlliCil-W 4irport A ECONI -4-!L60642468 Obstruct Io Cl Rcmovcrils - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 101 of 247 Unacceptable work, whether the result of poor workniansh i p, use of defectiv-e materials. damage through carel es�n,ss, or alai• other c.fauso, f OUnd to ex i 4 pri oi- to the f i iial accep lane o I` the wkwk. shall be 1-i�,rrlo ved irriniediately and replaced in an acceptable manner- in accordance with the provisions of Section 70, No removal work k made Linder provision ofthis paragraph shall be done without fines nes and �Zrades having bccTi cstab I i slicd by the R PR. Work doi-ic contrary y to th c i nstructi cans of the R P P., work donc be and the lines shown on the plans or as established by the RP 1 , except as herein specified. or air • extra work done without a uthcity. will be co ns ide r'edi as un<auth rized and will not be paid for tinder the provisions of the coi-itract. Work so done lnay be rdcrc d rcn ovcd or rcp I accd at the Contractor's cxpciisc. U po n fa i I ti r'e on the pert of the Contractor to wilt p I y with any order- of the RP R r nade under the provisions of thi s s ub,;ectl on. the RPR will have authority 10 C LISO Unacceptable work to he remwiled or removed and replaced: and un aut17 ri led work to be rem �-ed and recover the reStrl ti n CT CoStS jJS a iquidutcd darnagc against the Contractor. 0-1 l Load restrictions, tions, The 'ors traclol- shall comply with kill I cgal load restri c1}tion s in the haul i ng (it' materials on public roads beyond the limits cal; the work. k. special perrnit will not relieve the Contractor of l iabi l itv for damage that niay resLr It from the rnov i ngy of inater i a l or eq td p rnent. The operat ion o C eq u i pnie nt o I} suc h weight or so loaded as to caLrS-C damage to stru tur h or to anv other type of core structi on wl I I not be Perm itted. H aLi l i rig of materi als o e r the base course or surface course Linder construction shall be l tin i ted as directed. N o I oads wl I be perm itted on a concrete pavement. base, or strtrctu re before the e pi rat i ors of the curing period. The Contractor. at their own expense. shall be responsible for 111L� rq)air to eq Lral or better than pryown!41y 101 11 C011d1 t1 11 l; anv damacyc caused by tho Contractor's, eqLtipi ent and PC]%-,o111101. 50-12 Maintenance during construction. The Contractor shall niai ntai n the work during C011Sitruction r rid L1 nti 1 the worki ac cepted. ept . Maintenance shall constitute continLious and effective work r e trt d day by day, with adequate cgUiP1110 nt and forces so that (Iic work is mail-itai l-i"d in satisfactory condition at all tirtle.S. In the case. o F a c omract f r [lie placing O f' a C OLrrse i J)011 a COUI-SO oi- sub l-ade previously c oristl-wed. the Contractor shall maintain the prey i LIS course or S Ubgrade d uri n� 'III construction operations. All costs of maintenance work during construction and before the project is accepted shall be i ncl Ud d in the u n i t pri ces bid on the Ufa ri Lis contract items. a nd the Contractor wi I I not be pa id C-i n acid itiona I a ni unt f car SLICII work, 50-13 Failure to mai ntai n the wo rk. Shou I d the .' ntr'actor at anv ti ri-te fial 1 to nial ntal n the work as provided in paryaoraph 50- l , 14m111e11(1)2-C,e &(I-ill�u _,011s11�uc 1oiz, the RPR shall ii-nmediatety noti l v the Co ntr act r of sLich n nc o nipl ia nee. Sue h not i fi coat i can sha I I spec ify a reaso nab I e ti nie with i ri wh ich the Coiitractoi- shal I bL 1-cgUil'Cd tO 1'CnIC(ly KI-A inn salis f act l-Y lllaintorlanco condi ti on. Tho ti nic sped f i Cd W give &C consideration to the exigency that exists. Sly could Ili o Con tractor l ai I to respond to th e R P R "I; notl l"ication, IhL Owner inaY suspend any work necess-ary for the Owner to correct sue II Unsatisfactory inai nten ance condition, depending on the exigency that exists. Any 1nai ntenance cost incurred bar tho, Owner, shall be recovered a� a 1 i quidated darn afire alai n st the Contractor. 50-14 Partial acceptance. Hat at and, ti me ClUring the C 0C Lrti On of the pr e t the Contractor- s ubstant tally completes a usable unit 01• portion of the work, the occupy nev of which will benefit the Owner, the oi-itractoi- r n ay 1'cc{L1C-,St llic R P R to mak c 1 i nal i n spec lien o f' that Lill] t+ t F ti c R P R 1111dS Upon i1ispCCIi on that thO Unit has been satisfactorily completed in comp I i anco with the contract, the )PRRPR inav accept it a� bpi n complete. and the ior�tr}tr' rrry b r I i of further res pore i bi 1 its fir that 1111 it.rl� par-ti In acceptance and beneficial occupancy by the Owner hall not void r al ler any provision l` the contract, FA 11-1 I-1RO J F(r 1. N — ,19-0047-0� 1 � IOWO Sril�f MUlliCil-0 4irport ECONI -4-!L60642468 ObstructIoCl Rcmovcrils - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 102 of 247 0-15 Final acceptance. Upon due notice from the Conti -actor of presumptive completion of the entire pro Ject, tIv > P R ali(l Own or will lea-ake -an 1ii�,po ,'tl on, t f' al I coiistructioii prov idol for mid c11tomplatcd by the contract 1s round to be complete in accordance with the contract., plans, and specifications, SUch inspe }ti re shaI I con stitute the fiinal inspection. The R P R shall not i fy the Contractor in writIlig of filnal acceptance as �)f the dutc (if the final teal i ll.specti n. If' 11�����CVCr., the i116specti Ill. d Scloscs ally ����� rk. in wh lc r in part, as bcin� ��ti���ti�f��'t��l'�r, the > PR ��� i11 n ti fv the Contractor and the Contractor shall correct the unsatisfactory work. Upon correction of the WO i,l . another inspection Fi I I be made which shall COflStitLite the final inspection, pro�-ided the work has been satisCactorily completed. In such event, the )PRRPR will make the 1`inal acceptance and notifV th Contractor i n w r-i ti n gy o f thi s, acceptance a� o C the date o i' f i nal inspecti oil. 50- 16 Cla i ms for ad j ustinen t and disp u#es} l f l or and, re Lon the (."ontrac [or decinc, that addi ti onal compensation iS dUe for work or materials not clearly pr vided for in the contract, pIans, or specifications or prev i usly aUthOri ed as extra work, the Contractor 0alI n ti I y the R P in writing f` their i11toilti on t el-r i ni such additional compensation before theConti-actor begins the work on which the Contractor losses the cIuirn. If L such notiticat.i on is ll.t given or th€: R P R is iiot afforde(I proper k)ppoftuii ity by the oiltruct 1, for ketping strict account of actual cost as required, then the Contractor hereby agrees to waive any l aj n) for such additional compensation. Such notice by the Contractor and the fact that the RPR Iias kept account o I` tho cost o f' the work shall not in anv way he con stmcr d as proving, or ,mbS,Ianti ati n r the Ufa I i di tv of the c la i ire. When the work on which the claim for additional compensation is Nased has been complctc(l. the Coil.tractor shall, within 10 ca I cridur days, submit a written clai r n to the RPR who will present it to the Owner CN- consideration in accordance with local laws r ordinancos. Nothing in this subsuctioii shall be construed as a waivoi- ol' theConti-actor's right tO diSPUtc f Mal payment bas cd on dl ffer cnce� in meaSLrre111CIIIS or comp Lltat ion �. i F%n_l �� M. rT 1 L' _ L' j _ - L' a L _ L j a _ s _ ti _ _L s _ L,' L / T tis L1L + R � _ � f • 1 f � d + y � r �-1 � 1 ��' :^ --..a a }i � t f 1 i ti }�� 1 k�� E y � � � 1 f � � 1 4�1 f � f 1 L 1�1�� �� aXC, ti _ _ ' I 4 f� ti - - may _ . _ .L _ a �• L z �• - - 1 rIz I- Om Fig JI- FLPL P � rl I •� � F - r � e L • L L-' _ _ tY i • _ — r i 4 _ _ f _ _ L _ L,7 t% _ ti , L S D_ __ _ _ ti i A i - - - I I 1 e S e Y-. S ±�l g f a 4e _L_ L-,L L-, r Rr }-1 I f� }i � � � ~ T �� 'L, i E� f 1 = h f� + + f�l I f� t � 1 f � L^ t a }�' d a i� 4 L^ + 1 1 1 L a h _ / __ _ k _ _ \ _ k _ _ _ L _ �_ v by __ _ • S T •� r-+ r i r•. � i ; -, rl - � r-� r• — r � ,� � �.- .--, rn r-t r-ti � � f ; -•. r 4 L - Ie s L 1 ice,—r� � - s — - - " - - - — - 1 PFR Ea- _ L I IL � and t-146-1 � � �1 � "I T tz�� d! i"I � 4 eli;sa-Av�nl 1 i L 'u� 1L � 1L e� �r a■ FA A A 11-1 I-1RO J F(r I' N 0, 3-19-0047-03 1 IOWO Cril�r Mt1i1i6I_)U1 4irport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 103 of 247 3LE 4E. ;L 9 i� 1T3'1- A-; - e ;e ; r� E4—. 9 r -• t r F :, t � 1 : �" i � r 1 e U � 4-• : -, r, r G) -ram--s���� � - F _'L� w Lv _ ��T_ __ - - L_ LY • _ _ _ L _ - . �• - 4 1 - �- - �• - L - rj ��_1�_-_yam - 1� (4 _ J _� 1 L L Ji L S L S� Em az::�t J ef i 1 C�R 1 1 a __ __ _ _ _ a_ 1 __ L 1 _ s 7 i 1 _ 4 % _ _ _ _ s 1 L ra! r have 4� �: } i x � 1 W` i x e }'+ I 'r -. 1 + "ti � � i x 7 � e� � F-} e en e r 1 - - I r-1 + r +1 1 r w =1- r� i Y"r •-1 r: 1 L ,�„�, Y - 1 r + �� �� 1 k� 1 1 •� 6 E L ��++--}} S T_ T Y T S_ T 1 r-y lr' 7 S !:,�, e. e ii r k e e S - I -I rti � � s • .1l .-. _ - r 1 1T �• ef 1 Ls ti ._. s F i s k ti - - - - _ J -ee a ti L •flaj a L S _{ a e 3 e e a 9 ze i e t �r a e E,- f valte - - -� r'I - r i - r • 1 Rg kv_ _kv � Lr _ k vS Lr _ � i f i _ a. __ _ vLv a k _ _ a. by e FR w _ f e • - � T s�ieseE _ _ rl _ _ _ li a r _ a _+_ _ Y M1� a 1� l 1 a _ _ •_ i i�e RPR Shall be � r_ -Se _ : r r� e _ _ _ _ a ti_. 1 tir 1 i i ti_. L L _� _ _ _ _ 3 - ep es -a F_ Ea, t F_ 3E Z-F ffla avi ra RP R FRav rneqa 2 e e e n t- F e - 1A I i j U, %,A %-j I L - aa, _ J L L_• - L' - x L `- rk rrm - a e - e - - IF h e R v_ L , 1_• r _ 1 1 1_• t l a e Gwlaef pt a a �' _ _ ti L_ a L• L e _ e I1 - - 4• _ _ _ _ _ _ Lv _ - �• J TH r a 1• _ f-I - - - Ea- _ - __ � rr _ r--. - v L _ v a_ e r L_ w L v J _ _ J _L: a. A v � 7 k_ L r v 4 � ea n e•�h a I :L ln s L ei k L• ± i . i ti� a e Iv_• •� ti t L�e zi a u a 1 La !_ _ "w _ w _ a_ Lv - - e,kv _ y v -- "L_ JvL v -_ -v ! _ _ •1 + I 1 1 - I r - - -r ehFERae J 4.1 k Y k k _JL_t L i aa i 1ILLi u 4 - - - - e k L. L. _ kL4T 6 v fa 2 -' e ea a 1 i 1 a i e -3 e e 61 --Talue ee1Eff'_h, i1 a L 1 ti• L i 1 ti• t • ti• Fia I � L L• j u •1L .1 +1 4 �• _ �- j t he j 1�r • T4 - 1✓ R '� � k-+ y�-�1..��}�� r� � L'� � � r� 1 � � F 1 7r r� T� tl + 1 i }�1 tl 1{y-� i ti + 1 y T r� T-1 F"1 rar� -� 1 .�i - T� � L A J _ _\ s 1 L L 1 _ 4 A a. _ _ s _ s k 111 k f L i1 k 1 a _F� Y_ ��i __ .._ �1 e �1 r �• •� rl - ' T9 tz. � i • ee - I e- Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 104 of 247 L - - z e il e t l hY G e R - - - e e r- Y v a Y - Y e r i i2 Ef- - `-= E.;S, ernp e ile a END OF SE TIO 0 FA A A 11-1 I-1RO J F("I' N ,—19-004-YT-(.)31 IOWO Sril�f MUlliCil-W 4irport ECONI -4-!L60642468 Obstruct oil f cmovals - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 105 of 247 TT 1IS T AGF. I.TFT 13LANK INTFNT[ON ALLY F' A 11-1 I-1RO J F("I' N ,—19-004-YT-(.)31 ��� I������ Srit�f ��I�ii�i� i1��►I ��ir}���rt ECONI -4-!L60642468 Obstruct oil f cl ovcrils - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 106 of 247 Section 60 Control of Materials 0-01 Source of supple and quality requirement.s. The tTMWI—i-HlS U«Od i11 the work shall i ion form to 111e reLl uirement � o C the contract, p I ayes, and spec i ]'teat ions. U n I e �s otherwi se speei f i ed. S LIc h material s that are nia nor factured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testin��j of materials., the Contractor shall furnish documentation t tli e R P R as to the on ai rL, c0111posit1(111* a17 d manufacture of all rinatcri al s to be uscd M the work. Documentation shall be furnished promptly after execution of the contract but, in a I I cases, prior to delivery of such material s. At the I fI f i s option., materials may be approved at the source Of supply before delivery. If it is found UN I' trial that s it roes of SLIPP IMF for pr N i ous ly appr ed materials do not produce specified products, the Contractor slial l f trm i sh materials from 0111Cl- s Urces. Thy Con tractor sli al 11'urni sh airport 1 l :;htl II r equl pin L`11t iliac rnec�ts th L` lyequ11-0-n1e11ts o f' [lie sped f i cati on s; and 1s listed in AC 150 4 - , Ai),poi,1 �f � f��� � E quipm-C-171 I'M -um and zi ell(11f111. that is in effect on the date of ads-erti s ment. 60-02 Samples, tests, and cited specifications. A I I materials used i n the work shall be inspected, tested, and approvod by the > P R bu R)1-c iiicoilior ati on in the work U111 CSS 0 tl1 CI-W i SC (ICSi gUciWd, Any work in W h iCh LirrtCstOd materials arc usOd Wi thO Lrt approval or written perm i-ssi on of the )PRRPR shall be perCornied at theContractor's risk. Materials fund to be unacceptable and unauthorized will not be Paid for and. if directed by tli o R P 1 , sliall be 1'emmed at tho, on trac toll } s expense. U n I css otlici-w i sc dcsi gnatcdi q ual i t �Issul�ancc tests will be ma c by and at the c pcnsC of the wii ci- ill accordance with the cited standard methods of A TM, American Association ofState Highway and ly Transportation ffic is I s AA H • [ • ), federal spec if-rc<ations, Commercial Item Descriptions, and all other cited I-ndli ods, w li ie11 arc cur'rmt on the datc of advcrti sc11 ciit for bids. The tcstin g orc Funi zati ons perl orm i n &:r on -s i to qual i tV US-SLI11111CC f 1 Cld tests ShUl 1 haVC COP'] Cs OF Ul re f crenced standards on the construction site ]"or use by all technicians and other personnel. Unless other ri se desi gnated, sar n p I es for qual ity assurance w i I I be taken by a qual i fi ed repr se ntc-iti-v e of the FOP) , A I I rnateria]s b�l 11g Ll�od Eire .>ubjL�ct to 1rlspecti rl, test, oi- rc jjCcho11 at Emy ti iTw prior to oil during incorporation into the work. Copies of all tests will be furnished to the contractor's representative at their re Liest �1ft e I- r- i ear �1TId UpPI- V al of t1ie R P R r A copy of a I l Contractor QC test data shall be provided to the RPR dailyalong with printed reports, in an approved 1 or in at, on a week l y bas i s. A Rer conip I etion o I' the prof eel, and pri € r to f i n al payment, the Contractor shall submit a final report to the RPR showing all test data reports, plus an analysis of all resu Its showi n g na ng s, ave rages. a nd corr cti ve acti on taken o n a l I fa i l i rng tests. r t 't 2 t r ti E Ei a 1 1 -- I, r t v ti t ,s • - r t 1 f f r-- S ''s: 60-03 CertifiCatiOilof cumpliance/a naly-sis ( X0A). The RPR ii-i-cay permit the use. prior t sampling and lesti n �, o C certai n materials or a �einbl ies when accompanied by manu i aetUrer" stat i rig that such material s or assent bl i es fu I ly comp ly w i th th e requi reme tits of the CntraCt r The erti f r at I�t�l] i l� d r [lie rI� 1 LEI cturer+ f a h I t f` Deli materials or as ernb ios d�livered to the FAA A I P PRO J F(T N , 3,19-0047-0� 1 27 I���r�� Srit�f ��I�iiliC il��►I ��irp��rt A ECONI -4-!L60642468 obstl,uct Io Cl f cl ovcrils - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 107 of 247 work must he a comps ni ed by a certificate of compliance in which the lot is clearly identified. The COA is the manufacturer's COS{ and includes all applicable test results. M ateria I s or assenibl ies used on the bas i s of ceil i f icates of compl is rice may be s�j nip I ed and tested pit -any time and 1 f~ 1OLind not to he in conf'Ormily with contract requirements; will 1)c ub�jL�ct to r(jcction whether 1n place or not. � dsb�ii l '�rtishall � r l tl,The fiiicf� When a materl a] r ass mb ly i s Spe i 1 ied by ;.'.brand nanic Or C (l Ualj-1 and the k)ntra for elects to f irn i sh the specified 4%-or equal." the Contractor shall be required to furnish the inanufacturer" s c rt i t tc ate of compl ian cc for each lot of such material or asscm bl y dcl i crcd to the work, SLich ccrt i f i catc of compl iali cc shall c,f 1 cad y i donti fy Bach lot dcl i vcred all shall c crti fy a to-, a. Conforrmnee to the specified performance, testi ng, gteal ity or diir ensiorml rcquirem nts; and, b. SUitability of the material or nssembly for the use intended in the contract vv-orl . Tho R P R shall be th o sole j Lrdge as, to whether the proposed " or equal" is suitable for u o, in th o work. Tho RP)RPR reserves— the night to ref"USC permission for use of materials or assernblies, on the basis of certificates of compliance. 0-I14 Plant inspection. The RPR or their authorized representative lna . inspect, at its source, any specified material or a ssemb iv to he used in the work. M anUfacturing pl,,Mts may he inspected from t i nie to i i rni�, Ibi- the pu1ypc o No t-cr11i1 T'1111ti W111p11an cc wi th spL�c 1 h L� d manu fl cturi ng methods or mated al s to be ri sed in the work and to obtain samples reLI ri it d for acceptance of the material or assembly. ho u I d th c R P R conduct p] ant i nspccti on s, the fol lowi ng coiWi ti on s shal l e x i st: a, The RPR Shall h avL: the coopQratikm arO a55 i staiicQ o fthe ' 11tr-11001+ 311d th C: P1'0dU C1- With W110111 the: Conti -actor has contrac [.W for 11 alcrials, b. The > Ply shall have f Ul l untry at all reasonable dines to such part o l' the plant that concern n the rnanAaCtUre or PrOdL[ t i 011 of the inat ria is being, furnished. c. l I' req Lii red by the R P f . the Contractor 0a I I arran�cle 1 or adeq Lime o f~f i cc or work ing space that ma be reasonable needed for conducting plant inspections. Place office or working space ire a colivC dent cation with respect to the plant. It is understood and agreed that the Owner sliall have the right to retest any material that has been Tested and approved at the source 01` s uppl . after er it has been delivered to the site. The f P f shall have the ri t),rht to reicet only inatcri -j l which, wlicn retested, does not meet the recli i rernents of the contract. p I i ns, or spcciticat.ions. 0-05 En inner/ Resident 11Yje # Representative (RPR) fiefs office. < <,��, f= � z� t ,. a„ L S �1,�l 1 f �r� 14 w t 1 L •mill ! ! l ti? 1 w L{ •� 1 ti? �{ l L. LL - }' L-- '•_ 1 1 1 1 1 4- LrL L. L" - l 1 1 LL 1 L 1 -? 1 1 - 1 1 L L 1 1 Lt �- �.�'e" 60-06 Sto rage of rnateri a1s. M at rial s shal l he stored to ass, Lire the prescr-�ati on of th i r qual i ty and fitness for the work. Stored materials. even though approved before sto rage. may ag.�i i n be inspected prior to their u L i n the work. Storcd matcri al s sly al I be I ocatcd to f ac i I i tatc 111ci r prompt i n spec(ion. The Contractor shall coordinate the storage of a I l rm-iteria is with the 1111 . M -nteri n is to be stored on n irport property s hurl1 not create an obstruction to Sri r mav i crat i on nor sha I I they i me rfere with the free and unobstructed movement o l` aircra 1 t. Unless otherwise ise �how n on the plans arid --'or (" PP, the storage cW FA A 11-1 I-1RO J F(-l. N 0, 3-19-004?-(.)31 IOWO Sril�f MUlliCil-W 4irport A ECONI -4-!L60642468 obsti,uct Io Cl f cl ovcrrls - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 108 of 247 materials and the location of the Contractor's p ant and parked equipment or vehicles slia l l be as directed by th-c > P . Pri vote Propel-ty sha I I iiot be used for storage 1)Lw ses ��� i thout wri hell pen�1 i ssioii I' the Ownei` or I eSsee Of SLIch property. The Contractor shall make all an -an en-1 ents and bear all expenses for th e storage of materials on pri v ate property. U po n regLjest, the Con tractor sli al l fOrn i s 1i th e R P R a copy of the property wner•'s PCr•Tlission. l l storage site's on pri vatc or ai rport property shal l be restorcd to the i r on �i na I e rldi ti on key the Contractor at their expense. except as otherwise agreed to its w ri ti na) by the Owner or lessee of the property. 0- 7 Unacceptable materials. Ann material or assembly that does not C0 r1f0r•i11 tO the reg U irenients of the contract, plans, or specifications shall be considered unacceptable and shall. be rejected. The Contractor shall remove any rJected material or assenib I y from the site of the work, unless- otherwise instructed by the f P F . fie i eeted material or assetnbl fir, the defects of which h have been corrected by the Contractor, r , shall not be returned to the site of the work until such time as the RIIR has -approved its L)se in the work. 0-08 Owner furnished niater•ia Is. The Contractors shall furnish 911 inaterial s regxr ired to complete the work. cxcc pt th osc: sped I icd, i I' c iav, to be f tirn i shed by the wu cr_ whir- f l.i-ni shed matcrial s -shall be made available t t11e Contractor at the location specified. All cot of liandlir���, ti'all"Npol'tation f I oni the speei I ied location to the site o I'work, storage, and installing Owner-f ti rn i shed iTiaterial s shall he i reel tided in the tinit price hick f r the contract item in which such Owner -furnished rnalerial is Used. Aftcr anv Ow ncr•-fu rn i s Fled mated a 1 has been pie I ivered to the location s pee i fi ed, the ntr actor sha I I be respo11sib I c f oi- any demiirraci damage{ loss, oi- other dui I ici eiiciCS, that MUY OCCUI- (iLrrirl �( 111e C01111- IIC WC S ha nd I i n o, storage, or Ilse of ��el� Owner-f�� rr� i lie i material. . �l�l�e Owner i I 1 diet fi� err are � �fi� r� jeL Lie or to be(sonic dLic tlic 'on tractor a1i . c ,St il1CL11-1-Cd by the Owiicr in making god sLICII 1 0s',5 (ILIC to the C}17tr i .}t ?1-� l��irldI1n � t( r�i c, r [ f' Fn r-f'�1rn1shed 1� alcr1cif , END OF SECTION 60 FA A 11-1 I-1RO J F(-l. N 0, 3-19-0047-03 1 -)q IOWO Sril�r MUlliCil-W 4irport ECONI -4-!L60642468 Obstruct oil Rcmovcrils - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 109 of 247 TT 1IS T AGF. I.TFT 13LANK INTFNT[ON ALLY F' A 11-1 I-1RO J F("l. N — ,19-004? 1-(.)31 IOWO Sril�f MUlliCil-W 4irport ECONI -4-!L60642468 Obstruct oil f cl ovcrils - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 110 of 247 Section 70 Legal Regulations and Responsibility to Public 70-0 l Laws to be obse r ed. The Con ti-act r sha I I keep f1r I l y i n f ri cd o I' al l I oral and stato, l aws. a I I local laws, ordinances, and regulations and all orders and docrees of bodies or tribunals ha Sri n� any, jurisdiCti Oil or authori ty, W11 i C h i n any nian Tier affect those erg{(raged o r employed on the Nv-orl , or W11ich i11 any way afTc t the conduct o f' tliL� work. The Contractor dial 1 at all ti nies. bservt� and comply wi tli all stieh laws. ordinances., regulations, orders. and decrees; -and shall protect and i nderrin ify the Owner and a I l th L�1 r o l) iccrs, atirent or servant ai-i-ain t anv claim or liability arisi n � 11'()I n car hayed ���� tl�� � icy I ��tion of' ordinance. reoul at ion, order, or whether by the Contractor- car the Contractor's are . ueh l r, employees. 70-02 Permits, licenses, and taxes. The Contractor shall procure all permits and licenses, pay -all charges, fees, and taxes, and gi ve al I not ices necessary and i roc i de nt-cal To the dire and lawful execution of the work. 70-03 Pate nted d evi ces, material s, and processes. I f th e Contraclor 1 s 1,equ i red or deli Iles to u se an y dosi n, device, material, or process covore d by lettors o f` paler t or copyright, the Contractor dial 1 provide for such use by suitable legal agreement with the Patentee or Owner. The Contractor and the surety shall i n dcT-n n i fv and hold harmless thL: Owncr, any third party, or poI itical subdi visi on fr rn arty and al claiill s for infringement by reason Of the Use of any SrrelI patented des i yn. device, material or process, or any trademark or copyright. and shall i nder n n i fy the Owner for any costs, expenses., and d-r makes which it may. he obl 1 grcd to pay by rear on of an in f ring -or 1 ent, at an y time duri nLy, the exec u1i on or a Iler [lie completion of the work. 70-114 Restoration toration of'surfaces disturbed by others. The Owner rcerves the ri,rht to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National ccanic Rild Atmospheric Administration ( A A) faCility, 01- U Utility scry icu ofan thcr g vcrnrrlcrit agency at any titers during the progress of the work. To the extent that such construction, reconstruction, or, 111Lli ntcriance has 1 cen. coordinated with the Owncr, SUCII aLrth riyed work (by others) must lie sliown on the plans and is i»dicalcd A�f�>>rti;t:i,; r I Except as I i steel above., [lie Contractor slial1 not perm it any 1 ndi N; id Lial, f i rrni or corporati on to excavate or otherwise d iStUfl) such utility sear ices or facilities located within the 1 inits of the work Nv ith Ut the written permission of the K11 . h erld the Owner of puNie or priV ate ati1ity sereicue, FAA, or N O A fi g}i1 ity. or a utlllt ' servicre of another govei-nt--1ciat agency bC U L1th ri ZCd to consti,uct, reconstruct. or maintain SUch Utl 1 i tY SC'ice or facility during the progress of the work. theConti-actor shall cooperate with such Owners by arranging and perform 1 mar the work i n th is contract to f ac i I i tate SUCK construe ti on., rcon true t1 on or 11 aintmanco b-Y other; whother or not such work by others IS l i �ted also �, e. When ordered as e t ra work by the C P F , the Contractor shall ma1 c a I 1 n c cessar y repairs to the N-•ork w i c h W-C dLIC to SUCh autlia ri 7c~d work by th e1's, unless othcrw i �c; provided for in the contract, plans. or specifications. It IS Ulidcr tood and agrced that tllL� Conti -actor shall riot he entitled to aria ke any claim for damages. dire to such authorized work her others. or car any Way to the work resulti n gy fi-om such kwthori zed work. 70-05 Federal Participation. The United States Government has agreed to reimburse the Owner for some port [on o C tlic cont ract costs. The con tract work is u�j c�ct to the inspection and approval o f dul anthori ed representatives of the FAA Administrator. No requirement of this contract slia l l be construed u� making the U n i tcd Stuics a paily to the contract nor will any �uiJi rcgL1i 1-Crr1C1] t i n tCrf Cry`. in any way, with the rights of either party to the contract. F'AA A 11-1 I-1RO J F(r I' N , 3-19-0047-03 1 11 IOWO Cril�f Mc1i1i6I_)U1 4irport A ECONI -4-!L60642468 Obstruct Io Cl Rcmovals - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 111 of 247 70-06 Sanitary, health, and safety pro isimis. The Contractor's wort site and facilities shall cone p l with applicable federal, state, and local requirements for health, safety and sanitary provisions. 70-07 Pu blic co nv enience and safet-y. The Contractor sha I I c ntr o I th e i r' o perati ons a lid those of the i r• sul contracto s and all sU11p1 i LTS, to assure th L� least i neon v err ien cc to th c tray J i rig pub] i c. U nder- al I ei r-C LIM starIee , sa f 0 ter shall be the most 1m poi'lan t consj derati 011. The Contractor shall niai ntai n the free and ii.nohstrUcted nio vcinent of ai rc rof t and vehi c ul ai- tral`I le with respect to their own operations and those of the if ow tl subcontractors and a I l suppliers in accordance with cIcti on 40, para&Ti-aph 0-0 , Afuinlenance offi-gffi •I, and shall I i t-ni t such operations f car Ilic convcn icli cc and safety 01} the 1.1`a V el i rrg public as specified in Section 80, paragi-aph 80-04, Lhn i ofloii �� � � �����• ��`����.�-. The Contractor ;hall ivinove or control debris an(i rubbish 1-CsL1l ti I1L C roni i is of-l( operations at frequent uent intervals, and upon the order ofthe l 11 f . if the JUIR determines the existence f Contractor debris in the w oilIc Sito ivpresLnits a lia./ i-d to airport op -orations and the Contractoi, IS Ural- l e to respond in a prompt and reasonable manner. the RPR reserves the right to assign the task of debris removal to a thi rcl party and recover the resulting costs as a liquidated da rrrage ai)ai nst the Contractor. - � 3 , ,RVIw ti L L 4 r 7kr 7 r - - ti i ~•t rpel T y i 7 1 ti r r ti ti�L. J 1,LZ I J L i1 i ~ - 7( ) i L 4- 70-09 UseOfeXpl0siV eS . Th -_I H E-2- C f e X -,D 10 S3 VF "S i -Y ri c} t= rrr_i - t ci I t tI r e ' e e - - - f ti - a - e L-+ ~ - - - - - ` - - - �• a L J �• � �• � � �' � � � L J � 'i 7 a } a �• ti_ - � � I� _JL1 yL"Yi La L-l 1%" L/L%�lL-_a-L 4�k_�JJ -" 1 L k� LA11 �J L"k-1- Lr L_%Jy �"%:JLv ti+ya"%�L��J J1-_JL1_ by% - tiv_%-LJ_1I rnk he • e L T L L- ti • s ti gee - L r - be T V L L �9 a e _ e. e t- - IF YL _ L J +� L� _ � J _ ojF F L i 1 '-_ L L 1 1 _ 1 J + '.•J l k,_ \__ L_. IL ._r od J 1L I k/ - L__ L - L__ L_i 1 J- F-+ L.,f L. L-_ i+ _ L.d 1✓ k,_ L. L_. Y p ' 70-10 Protection and restoration of property and landscape. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully frona disturbance or daiiiage all 1 aiid moiaum n is and property rn arkon-� UtJ ti l the FmFi neci-/R P R hat wi tness-cd or oth L�rwi so, rc 1 ire ncL} d their location and shall not ni ire thorn Until directed. Tl e �' n ti�aet r sl 11 k e resp i�sil� I e l i� �l l daina��e 01_ i rr�� LrI' � t r ert r l~ err :l ar �rliei`} duri n r [lie execution ofthe work, resulting ftoni any act. omission, neglect, or• irrisc nduct in manner or rnetli d of cxcc ut i n the oi-k, or at any time due to klcfecti VC work oi- matei-ial s, and said responsibility slial I not be released UrIti 1 the project has been cornpleted and accepted. `hen or wherc any (Ill -cc t oii i mii rcc t �iamaurc r i n j ury i s (1 1IL: t pub] is r pri�� atc property bV 01- on account of any act. 0111 i s ion, neglect, or iY isconduct i n the execution of the work, or in consequence of FA A J 111-1 I-1RO J F(-l. N — , 1 9-0047-03 1 1 IOWO Sriref MUlliCil-W 4irport ECONI -4-!L60642468 obstructIoCl Rcmovcrils - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 112 of 247 the iron -execution thereof by the Contractor, the Contractor shall restore. at their expense, such property to a c ndi ti n Mini i I ar or eel Lial to that ox istirly bo Core such damage or inj Lrry W aS dcrtV� b}F ropai ri nty, o1' otherwise restoring as ina . be directed, or the Contractor shall make o- ood such daina e or iqj Ury in an accc pt-i b I e manner. 70-11 Responsib flity fo r da ina a claiins. The Contractor steal 1 i ndenin if v and hol d hartnl ess the Encri ncL:i,/R PR and the Owncr and thci r f-Fi ccrs, agcnts, and cm ploy ccs from a I I su i ts, acti ons., or C I alms, of anv character, brought because of anv in' dries r damage received or sustained by any person. persons. W , 4.. W or property on account of theoperations of the Contractor. or on account of or in c nsegUence of any net I ect ill sa l le ;uardin the work; or through use 01` Unacceptahl e materials in constrUd i n g the work.., ol, because of anv act or omission, ne0ect. or misconduct of said Contractor-, or because ofa ny claims or unioun is reco crcd Iirom any in 1 i-in irci-licrits o I` patent. tradcniarl , or copyri grh t; oi- From any clai r n s or amounts arising or recovered tender the -Workmen `s Coni ensation Act," or any other Law, ordinance, order, or decree, Money due the Cntraclor under and by virtue of their oN-v n contract considered neeess- ary by the Owner Coo S rrC h purpose 1 nav be retained 1()r the LrS-c 1} tltc OW nOr car, in case no na rley is d tie, their own surety may be held u nti l stich su its, actin ris, or cl a iirrs for i n_) uries Or da ma es sha l l have bc�en settled and Dui table ev idenco to that e ff ect fern i �hcd IQ th o Owncr. c xcept that Money due. th L` Contractor will not be withheld when the Contractor prod uccs satis f actorY evidence that he or she is adcq Uate ly protceted by public Ii-ability and property daiiia c insurance. 70-1 'Uhi rd parity beneficiary ciary clause. It is specifically <agreed between the parties executing the contract that it Is not i ntcn dcd by any of the pi-o 1 � i n s of are • part of the core tracT to crcatc for- the public or an meiriber thereof, a third -party beneficiary or to authorize anyone not a party to the contract t maintain a suit for personal injuries or property dania e pursuant to the terins or provisions of the contract. 70-13 Opening sections of the work to traffic. If it is necessary for the Contractor to complete portions o fthy` contract work 1 1- the bcnc l'ici al occupancy of the Owner pi-i r to corn pI cti n oFthc cn ti rc contract. such 44phasinc" o 1` the work must be specified below and indicated on the approved C n tru tl n Safety and phasing flan (' P P) and the project plans. When o specified, the ontnicl r shall cur npletc such portions of the work on a I' hcforc the datc spcc i f i ed or as othcrwi sc spcc i ficd. Upon compIct i n of any p i tl n of work listed <tbo c, such portion shall bcr` acccptcd by the Owncr ill accordance with ecti on 0, paralyraph 0-14, f-tfal No portion o f' the woi-k may be opcncd by 11-ic Cori trac.}kw until di rccted by the Owncr in writing. Should it become necessary to open a portion of the work to traffic on a tens orary or intcri-nittcnt basis. such operl i I1�S shal I be made when, in the opinion of the P I , such portion f the work is in an acceptable Condition to support the intended traffic. Temporary or i n terrytitten t open ins are con> idercd to be inherent i n the N�•or k and sha I I nt C011 St itUte either acceptance of the po ilion of the work so ope red o r a w air-er of an,y provi si on o 1; the contract, Any dania&ir to the portion o I" the work so opened that is 11 of attri butable t traffic which is permitted by the Owner shall be repaired by the Contractor at their expense. The Contractor actor shall i-nake their o w n estimate o l` the inherent di ff ieult ies involved 111 c01,110clAwr the work under the conditions herein described and shall not cr 1a i rn a nor added compensation by reason of delay or i ll c1-c�lscd cost dUc to OPCIling a portion of the contract woi-k. The Contractor must conform to safety standards. contained AC 15D..-5370-2 and the approved CS1111. Conti -actor shall refer to the plans. specifications, and the approved C 11 f' to identify barricade m s, �i lTicl �1 i �hti ��, guidance signs ins and t�cr s���t�rcquircmcnts, to nporal �r�, � requirements prior to opening Lip sections cif work to tral"1 is . 70-14 Contractor's responsibility for work, Until the PR's final writtcn acccptancc of 111C clitire completed work, excepting n ly those portions of the work accepted in accordance with Section 50, pai-agi-aph 50-14, Par-tkd Acc(?pt nce-. the Contractor shall havc the chargro and carc thcrcol'ared shall take ti FA A A 11-1 I-1RO J FCI' N 0, 3-19-0047-03 1 IOWO Sril�f Mt1i1i6I_)U1 4irport ECONI F-!L60642468 Obstruct oil Rcmovcils - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 113 of 247 ev ery Precaution against injury or china e to any part due to the action of the elements or from any other Ca WS , Wh-Lth (T ari -5il1" fi-Orn th L` cm�cuhwi or l rom tho norl -e o,( ulion o f' the work. The Cntrrtooi- shall rebuff Id. repa ir. restore, and make good al l i n cries or damages to any port ion o r the work occasioned by any of the abox e causes before fi rial acceptance and shall bear. the expense thereof except amailre to the w oildue to Lin l re seeab I e 0aLlSes beyond [lie control o I` and wi thOUt the I`aul t c)r ne t i gene 0 f' th e Conti -actor, including but not restricted to -acts of God such as earthquake, tidal wave, torn -ado, hurri calle or other cataclysmic Phcrioni enon of nature., or -(acts of the public CTICT' l or of govcrimicrit authorities. l f the work i s suspended for ariv cause whatever, t Ei e Conti —actor sha I I be respon s i ble fo r the work and shall take s uc II precautions nec css)a y to prevent damage to the work. The Contractor shall provide I fir r orma I drai nape and sha I I erect neeessa r y temporary structures, si ms, or other facilities at their own c xpensc. During ng such Period o f' suss ns i on o f' work. the ontractoi- sly al I properly and con lM uousl y maintain in an acceptable growing Condition all living Inateri al in newly established planting, seeding, and sodding furnished under the contract. and shall tale adequate precautions � s to protect new tree growth and oth ui- important v L:&:rc1ati v c growth ate, rai nit In j Ury. 70-15 Contractor's r' responsibility for utility- sirvilc and facilities of others. A s pi-o l dcd III par'j�raph 70-041 Rc loi-' ilzou (#'Sw.-I ices fSIm -he bv? Othe .s, the Contractor shall cooperate with the owner of any public or private utility Service. FAA or NOAA, or a uti l itv seRriee of another government agency th-at may be authorized by the Owner to conStl'LiCt, reconstruct 01" lna I lltal n Such Utility dery i cis or f aci 1 i ti c! during the progress of the work. In addition, the Contractor shall control their operations to prevent file unscheduled interruption of such utility services and facilities. To the extent that such public or private ut i 1 ity -se rV i ces, FAA. or N OAA fac i I i ti es, or uti I i ty services of anotlicl• god oi-i-imcntal ati, uncy arc known to o i ist within the l i ni i is o l' th c contract work, the appro i m atc locations have been indicated on the p l am and: or In the contract documents. It is understood and agreed that the Owner does 110t guarantee the accuracy or the completeness of the location information relating. to e i st i rig LIti l ity Ser'V ices, facilities, or structures that may be shown on the plays or cncountered in the work . Any inaccuracy or orniss-ion In such inf'Ormation shal I not relicvL� the Contractor of the respons ibi 1 itV to protect such existing feat rrr+es from dar cage or LI MSChedlrled interru ti on of Service. It is further understood and aureed that the Contractor shall, upon execution of the contract, notify the Owl] 01-s o f' al l Uti l i tv servi cus or other 1 aci 11 li c s f� their Plats o f' operations _ Such note 1 icali on shall be III writing addressed to ""The Person to Contact"" as provided in this paragraph and paragraph 70-04, c}slorulion q/' tidiw c-�v i,�:tnrbctl Rv Others. A copy of each notification shall be given to the RP 1 . l n add ition to the genera l written n tifre-rti on prov i ded, it slyal I be the res ponsi bi l i ty of the Contractor to L�cp �LICII 111diVidUal Owners advised of changes in their plan of` operati ns that wOUld aff'L�Ct Such Priory to bed Inning IhLe work in the general - :Iciriity or art e i til�� utility service or fac ilit �, the C.,ontraetor shall acai n 110t i fNy each SLICK Owner of their plan of operation. If, in the Contractor" s opinion. the Owrier's us istan cc 1s nccdcd to 1ocatc the L11i I ity scrvicc or l'ac.fi l i ty or tho prescn(`c' oC a rcpresentativc of' thc Owricr is desirable to obser�,--e the work., , such advice should be included in the notification. Such notification slial l be Given by the most expeditious means to reach the trtl l sty owner's ``Person to Contact" rio later than two normal business days prior to the Contractor- s comm enccrnent of operations in such general vicinity. Tile Contractor shall furnish a written suy imary of the notification to the RPR. The Contr actor"s fai 1 ure to give the two days' notice shall be cause for the Owner to SLIspend the Contractor * s operations in the general vic inity of a utility service orfacility. FAA A I P PRO J 1. — FC N .19-0047-03 1 14 IOWO Sril�r Mt111i6I_)U1 4irport ECONI �6064246 ObstructIoCl Rcmovcrils - Phase� Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 114 of 247 Where the outside limits of an u ndergrotind uti 1 itv service have been located and staked on the ground, the Contractor shalI [v regliirod to use haiid excavati i-i rnotlaodwiIli it1 3 feet I m) k)I'sLich kwt�ido llniIis at sucli points as inay be required to ensue protection from darn acre No to the Contractor's operations. Should ilic Contractor damage or intoi,rUjIt the operation 1` a Lrti 1 ity service or 1 aci 1 ity by accident oi- otherwi se, the Contractor shall i mediat lv norI Ar the proper au.thority and the RPR ncl shall take a l l rcusmiabi c trlcastires to l)I-c.'v . nt fuillicr damugc or i iitcrruptioii of scr i cc. The Comractor, i ii arch cvcnts, shall cooperate with the uti l itv sere- ice or facility owner and the RP la « coinuotly until such dairaG has been repaired and set -vice restored to the satisfaction of the Liti l i ty or facility owner. The Contractor sh,91 l bear AI costs of damage and restoration of service to any 11ri l itv Service or fac i 1 itv dUe to their operations whether due to Jje (T iiFejjCe or accident. The Owner reserves the ri clit to dedLICt uch costs fiyom any monies Niue or which may bocome due [N� Conti -actor. oi- tb�, i r own s ore ter. # 1 KAA faeilities and eable runs The Gt3n e", A e 1 :j i s 6 fa-�t - L 1 L ti- s L - - e ties L - 1 1-- i a L• •teaeable a I� 1 1 • i i F ti 1 __ - FAA i . - _1 s _ _ L i_• _ - _ , ks s _ - _L �_ } __ _ T + I - - # T - k__ X ti _ _ - - + ti _ - ti - L.Y - L_- _ k+ - 4_- 1 l � 1 I 1 � �T+ ••1 1 T'•y T -•1 1 +� 1 Y•1 f•Y � I � F� CF 1 s� aTr •. fY L.� I � + � J•S T.T T� �� J•+i f Ly J•1 F - L - - de + 1 1 r + - Ef F16� e e t a e 9 IF --h e a I L J L_ 9 e I P191 a F- ± e S Y'l t- t- i fft e t e ei-c i 1-- 1 s 1 L• . F-� i L e f 'f e, F` a - Y_ f � _ 1 L, . _ . i La _ k 1 L _ L' L _ k L' s ' ks - + - rT - - L is - 'rT TL-_ kY - L. ti- - L. - he 2AA Pei' L - _ L -} L _ L L a i tis L- . +x 1 ti+ 1sq - AA f e - - i i i +-t • Y i ce• i +-- i 1 1 . a L 1 i 1 s E3 La Er E 3 La 2T s 1 1 Es 1 1 1 - - r 1 tis _ 1 k s _ . 1 __ - k _ + J en ■ - L - - _ L ti L . L is - - k - 1 - �• a i •-• 1 1 ti• i F-r i k i �• 1 i T � A F -tz-!�e - S et- wt3:rk eq�il res - Lh e ti L I:- 1 ilaF -3 - n 9_ -f�& - L L_ t-He f 1 a L• e • vL a a / Y} r3 � r� r� -ti � 1 r� r�l r� r+ T �- � � rr3 r+ � rti r� }ice_ - -- - -- _6 r� � E E?eFf � _ L - - - - - - -- - L. L. L.- ti- k ti- L - -le - 17�•� - _ - _ , Lv ti k J M' - 1 _ Y- r-• r� -� 1 �' .� Y- . h T r = C-' r y _ �` �L�7�-I 5 7� '.� a w Lv 1a 4_ L �� 3E r L_ L S t _ •� •� - - •� t- - - _ - - } - - _ -- - - -• � - r - - - �- - LL - -ti - L� - .� L - L - - ed - - e t� • FAA A I P PRO J FCT NO. 3,19-0047-03 1 IOWO Sril�r Mt111i6I_)U1 4irport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 115 of 247 70-16 Furnishing rights -of wav . -I-he Owner will be responsible for furnishing all rights -of -way u po ri which the work is to be constructed in advance of the Contractor"s Contractor"operations. 70- T 7 11'ersonal liability of public officials. In carrying out anv of the contract Provisions or in exercising any power or aLlth011ty granted by this Contract, there shall be no 1 i abi I i tV Upon the En Agri ri c`er, > P R. their authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act sole I y as a,gents an representatives f the Owner, 70-18 No waiver or legal rights. Upon completion of the N�,ork. the Owner will e ped itiou s I make fin-il i n spcolon and notify the Conti -actor of' f i nal acccptanm Such f i real acccptancc, howcvui-, shall not preclude or stop the Owner froin correcting any measrr rement, estimate, or cet•ti fieate inade before or after completion f the work, nor shall the Owner be precluded or stopped from recovering from the Contractor or their surety. or both. s Lich o �! eijia inent as nia-v be SuStai r[ d, or her J �i 1 ure on the hart of the C}ontraetor to fu I fi I I th ei I' obl i fT�tti 011S under the contract. A wai v el' o rl the Pant of the Owner of any breach of any part of the coo tract shal l not. he li c l d to be a Nvai vcr of any otli er or subsequcnt bi-cach. Th e Contractor. without prej udicc to the term s of Ili e contract, steal l be I i ab l c to th e Owncr for lawnt dc I ec ts, Ii`a Lld, or such ro` s mi s lakes as may arnoL111t to 1 raLid, or as re&rards the O n r `s ri �:.,rhts Under an warranty or Luarant . 70-19 Environmental protection. The C "ontraetor shall comply with all federal, state, and local laws and retyu I atiO ns eoritro l I i ng pollution of the environment. The Contractor shall tribe nece sary precautions to prevent pollution of streams, lakes, ponds, , and reservoirs with ftiel s, oils, asphalts., chemicals. or other harmful inateri a is and to prevent Po l l L16011 of the atmosphere from part wLi late and Taseous natter. 70- 0 Archaeological and historical findings. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any bL1i l Ali n T,, sir«C [urc, or obj cet listed in the current National Regi Ater o l` t l i toric Places published by the United States Department of Interior. hou Id thc C.'niractor enCOL111ter, duri ng thei r operations, any h Lri ]ding, part o C a bui ldi n strLIct urC. Or object that is i ncongruou s wi th i is surroU nil i riffs. th e Contractor shal I i rune ialely cease oiler at ions i n that I oc ati n and noti f V the R Ply+ The R PR wi l l i nimedi ate l y i nvesti mate the Contractor11 s I -inding and the Owner will direct the Contractor to either res Unie operations or to SLISpend operations as directed. Should the Owner order suspension of the 'ontractor" s operations in order to protect an archaeol o ica l or historical finding., r order the Contractor to perform extra work, stich shall be cox ercd by an <appr priate contract change order or supplemental a grLm-nee t as provided in Section 40, paragraph 0-0 , E'x tiu 0,"ot,k and Section 90., paragraph 9 -0 , Il •Ex-ou U.."O k. ifappropriate, the contract change order oi- suppi cnierltal agrec nicrlt sha I I i nc l tide an eaten s]_ on (if coati -act ti me i n accoi-danec wi th Sccti on 80, paragraph 90-07, Detomination �iml F-vension qf(.'0iwwct Time. _ :. +- Insurance Requirements. 1 . 06, cif �Y coif l Pica; iL - -�> - Pf rt 1 for re -.j i reme�n- 5 . END OF LSECTTO*S'70 FA A A 11-1 I-1RO J F(r I. N — ,19-0047-03 1 16 IOWO Srit�f Mc1i1i6I_)U1 4irport ECONI -4-!L60642468 obstructIoCl Rcmovcils - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 116 of 247 Section 80 Execution and Progress 0-01 Su b letti ng of co ntractr The Owner wi 11 not recogn ize any suhcontracto r o n the work. The Con tractor shall Lit al I titnos whcn work is in progress be rcprescnIcd cithcr in person, b a quali f 1cd superintendent, or by other des i Lnated, qualified representative who is duly authorized to receive and execute orders of the Resident 11r j ect Representative (RII1 ). The Contractor steal l perform. with h is organizat ion, an alnount of work equa l to at least '3 0 percent of the total Contract costa h u ld the Contractor e I ect to as iun the it contract, sai d ass i orn meat sha I I be concurred i n bar the surety, shall be presented t or the consideration and appro kl al of the Owner, and shall he con sirs iniated only can the writtcn approval of the Owner. The Contractor shall. provide copies of all su lwon tracts to the 1 P R [ 14 day prior to l)ei rig utilized on the project. As a minimum, the i nfo rniation s Ball include the following: 0 Subcontractor's legal company name. 0 Subcontractor's lciTal corn pan} address, inc lud i nU C0LJJJtV 11aille. 0 Principal contact person's name, tcl op17one aid J'aX n L1i11bcr_ 0 ('oinplcte narrative description, and dollar value o C the work to be per ors ied hY the ��hc€ i tt•actor. Copies of required insurance certificates in accordance with the specifications. M i 110 rite','; note-r1f l i nori ty status. 80-02 Notice to proceed (N 1'1")r 'Flie Owners notice to proceed will state the date on which contract ti t ie conirri mcc-s. The Contractor is cxpcctcd to com nicrlce pi���j cct ��p�.�iTati ��n� w i tlli n 1 days of the TP date`. The Contractor shall notify the RFIR at least �2 4 _n o u r s—j in advance of the ti ine contract operat ions hey iris. The Contractor shall l not cony mence an actual operations prior to the date on which the notice t proceed is issued by the Owner. 0-0Execution and progress. Unless otherwise specified, the Contractor s113l l SU bMit their coordinated c n tructlo n schedule sh w i na all work activ iti es for the RP f 's rep iew and acceptance at least 10 . a y s J pri or to the Mari of" work. The 'ontractor %s progress schedule, once accepted by the l P f . will -represent theContractor's bas 1 ine plan to accomplish the pr j e t in acc rdanec with the ter -ins and conditions of theConti-act. '['lie 1 1IR will compare -actua I Contractoi, prooress ag.ai nst the baseline ch edulc to dewrin i rye that staiLr.� ofthe. ontractor's perl blymanc e. The Conti -actor shall provide sufficicrt materials, equipment, and labor to guarantee the completion of the project in accordance with the plats and specifications within the time set forth in the proposal. If the Contractor fa I 1 s significantly behind the submitted schedule, the Conti -actor shall. u p n the l I R" s rcq LICSt, submit a rcvi sed schcdulc f or cor npI c'tion f' 1110 work within 111e contract ti i-nc and r nod f v thci r operation it) provide sLich additional materials. equipment. acid labor necess ary to meet the revised schedule. Should the execution f the work be discontinued for anv reason, theConti-actor shall ri ti tv the R P R at lcast 2 4 .-1 %o u T-.s i n advan cc o f'rcsurri in g opurati0il , FA A A 11-1 I-1RO J F(r I' N — ,19-0047-03 1 17 IOWO Cril�f MUlliCil-W 4irport ECONI �6064246 ObstructI011 Rciiiovals - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 117 of 247 The Contractor shall not commence any aetLral construction prior to the dare on which the T11' is isSLIed by the 0,vner. kJ l l k. _L_ .L 1 L LIL L__1 1 _L L__L tit iJ-L. ! 1 y kl %J l L1L ILL 1J L1 '_-L - LPL SQL L_ 1 tiJ 11 LL1_tiL l tip_ W l Ls 0V -L. ks_1_1 ti_1 k"k1 - L e . - L.1 - T h liedule he�-; L El U:FL 7 r,L1 a s e • • _ a e vi4_ v . ti• a L 1 _ L _' _ e� a}r,„'4 1 s _ ti. e . The ('on tractor steal I maintain the work sch edcrle and provi-de are update and anal. s is o I' th 0 pro ur cs- s sch edule on a f--t w 1 � e­4 month 1 y basi s, or as otherwi se spec~i I led i n th e con trac t. S Libun i ssi oil of the wui-k schedul e A al l not rcl icvo the Coiitraoor o F ovoral 1 rc�p n ,,-;� i bi 1 i t 1 )i- schcdul 11191 �QquQiic i ng, and coordi nati ng a I l work to comp ly wi th the req u irement s o f I lie contract. 80-04 Limitation of operations. The Contractorshall control their operati on and thc� ol)erati nns 1` th cl r sLibco ntract rs a nd a I I SLI ppl let's to Prov i pie fo r the free «nd unobstructed movement of <air cr aft i n the ai r operatimis arcas (AOA) of the a i rl oil. lien the work requi res the Co ntrCriet r to coridtict the it o perati ons wi th i n an A OA of the ai rport, the wo rk shal l be coord i natcd w i th aii-port oporati ons (th routrli the R PR) at I cast 4­4 8 h oz: r s —4 pri 01- to comm c»cenicnt of s uc h work, , The Contractov sly al I not close au A 0 A unti ISO W1101'i led by the RPR and until the necessary t-crop Crary madding, si gn agre and assoc iau�d 1 igh tin gir is in place as provided in Section 70, paragraph / 0- , '01IN11,11C11012 &1/�N UHd 11hu-mi 111(m (CS1111). When the contract work reqt[ ires. the Contractor to work within an A0�A oftho airport on an intermittent basi s (i nterm ittent open i nur and e losi ng of the A A). the Co ntraetor sha I I III ai ntai n Co nstalit orrimun i cations as specified; pecif led; i nim di ately obey al l i nstruetions, to vacate the A0�A; and i minedi ate I y obev all instr UCtiOlIS tO reSLUne work in srreh A A. Failure to maintain the specified eOinMUnicatiores or to F 4 obey insITLI }[ion-s shall be �:aLISC (oi- susporisiol1 of thL: Contractor's operati ns its the A A Until satisfactory conditions are P1`0 Sri dCd. The areas o f the A0� �� Identified in the � onstr LIC I C)11Safetv Phasing Plan ( PP) and as listed below, cannot be closed to operating aircraft to perm it the ontracl is operati ns 011 a contint[OLi� basis and will there]re be closed to aircraft perati on � intermittently as fo I I ows: Not Applicably The Contractor r steal l be req trired to conform to safety standard s contained in AC 15 0.115 3 70- . Operational Safety on A i i,ports Dti ri ng nsti-Liet i on and the approved 1' 11. 0- 4.1 Operational safety on airport during construction. All Contractors� operations shall be canductcd in accoi-dancu with ffic approvcd prof cc t oils ti-i c ti ii Safloty and Phasing plan W PP) and the Safety Plan Conipliance DOCLI11ICnt ( PC and the provisions set Forth within the curr m version of AC 150/5 70- ., Operational Safety on A i rp l-ts During Construction, The CSPP i ncl Lided within the contract dOC LInicnts convoys nJ111 AnU M r Cqui r ernL rats fior operational safely n the a it poryt dL11`i n(y et)rJstrJJet1 11 activities. The Contractor sli« l I prepare -and submit « SPCD that details how it proposes to comply with the requi rcmcn is presented within the CSPP, 1 • he Contractor s ha 11 1 imp I e ment a I I necessa t,v safety plan measures pri i, to coal meneement of a ny wi* act i vi t . The Con tree (or shal l conduct r uti nc c}-Iccks to assure comp'! i aric ' w i th the safcty p] an TIICU-SLFCSs. The Contractor is responsible to the Owner for the conduct of all subs ntracto i's it employs on the project. The C. ontrac~tor shall ass ., r-e that all subcontractors are made aware of the reqcri r enicnts of the C PP and 11C D and that they implement and m.a i nt-a i n all necess-r i,y ineastires. F'AA A 11-1 I-1RO J FCl. N 1 , 3-19-00474)31 IOWO Stiff MUlliCil-W 4irport A ECONI F-!L60642468 Obstruct Io Cl Rcmovits - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 118 of 247 No deviation or modifications may be made to the approved C 1111 and S11CD unless approved in writing by the Owner. The necossal-v coordinatiou actions to rov i ear Contractor proposed lnodl l i cati on s to an approved C S P P or approved S PC D can r equi re a sign i f i can t aniOU111 0 1; t1111C. 0-0'harac ter of workers, methods, and equipment. The ('ontractoi- shall, at all times., L�Inploy sufficient labor and eq ui pale nt for prosecutingr the work to full completion in the manner and ti t'l required by the co ntnret, plans, and specifications. All workers shall have sufficient skill and experience to perfi rrn properly the work assigned to them. `orlc L�rs en tra&; i in spccia I work or s k i l l od work ,,,,hall have sir 1'1 iC i cnt cpericnc in such work and in the operation of the eq ui pnient req Ui red to pert '0rni the work sal i factori I v. Any person ornplo ed her the Contractor or by any LAII)C(1111ractor who violates; any operational rCgulatiOils or operational sa fCtV 1'eq U ireriients and. in the opinion of the R11 . does not perform his work in a proper and sk i 1 l I`ul mannei, Or is i n tens perate or di sordLn-ly shal 1, at the written i-cgLre t o I` the R P R, rer lov L�d in-iniediately by the Contractor or subcontractor erg pto inn SUCK person, and shall not he employed again in any poilion of the work without approval of the 1 1'1 . hOU ld the Contractor fa i I to remove such person or persons, or fai 1 to fu rni sly su itab le a rid suffici e nt pci-sonn cl For the proper CXCC rti on o F tli c work, [lie f P f May s LI'S]I Ild th o work by wri ttcn n ti cc until campliance with such orders. All egtri pinent that i s l)r0p0SCd 10 hC On the work shall hC O f' sLr II C1 e 11t size and i11 sup: h ince sari real condition as to tweet requirements of the work and to produce a satisfactory qu-al i ter of work. . Equ i pirrent uscd on an y porti on of th c work sly al I not causc i ri j ul to pi-cvious I y con1p] ctcd work, adjaccri t pr peri } 1 Or exicAing airport (aci hies due to Its use. lien the rn dhods and cgUi prrlcri t to bC LrsCd by the Contractor i n accor np 1 i shi n g the woi-k arc n of prescribed in the contract, the Conti -actor is free to use any inethods or equipment that will accomplish the work in confori-nity with the requ i rernents of the contract, plans. and spec ificati orlsr When the contract specifies the use of certain r nethods and cqu i pment, such methods and equ ipnient shall bO U See urn 1 ess otherwi se auth ri d by the R P R, I f 1he Con true for des i rOS 10 LISic a method r type o I; eq u i meet other than specified ill the contract, the Contractor rnav request authority from the RPR 10 do so. Th e request sly al I be i n w 1'rti nor and shal l i n c l udc a f'u I l &SUI ption of tlic r ncthods and cq ui pmcnt proposed and of the reasons for desiring, to nia e the change. If approval is -given, it will be on the condition that the 'o ntr-rctor will be fully responsible for prod UC i rig work k in core fo rirn i ty with contract rCCI ui renie n ts. I I' a f ler trial use 0I` the substi tuted i-nethods or equips -rent, the R P R deteri-ni nes that tho work prod reed does not ineet contract requirements, the Contractor shall di sconti it rye the use of the substitute m dh oil oi- equi pmcnt any l shal I comp I ctc the remaining work with the spcci fi cd nicthods aiW c: qui pilicnt, The Contractor r shall remove any deficient work and replace it with work of specified q ua I itv. or tale SUC h otlict' correct ive acti on a s the R 11 R irray d i rest. N o c liarigc w 111 be it adc i n ba s i s of payr neat for the contract item .� i n of Ved nor in conti'ac1 ti me as a res Lrl t o 1; aLr11101-1Y. I rig a chal l rc 1 n nietl ohs- or cgUip1 cnt Under this paragraph. 80-116 Temporary suspension of the work. The Owner shall hay:c the authority to saispend the work who I I y, or i n part, for such pe riod or periods the Own er may deer n necessary, glue to L1 nsu i tab I e weather, or oth er con di1 i on s considered Un 1 av rabl e 1 r the exec u1 i on o I} the work , r 1 1` �LICII I i me necessary dUC to the failure on the part of the Contractor to carry out orders L'nven or perform any or all provisions of the contract. l n the event that the Cont ractor i s ordered by the Owner, i n wri t i rrg, to suspend work k for some L1 nforeseen cause not otlier r i sc prove dc:d f 0i, i n the contract and ov cr which the Contractor has no control, the Conti -actor niay be rei inbu rsed for actual nio net. expended on the work dur•i n g� the period of shutdown. No al to ancc will be nla& for an tics patW profits. The peri ol o f` sly uWown shall bc. cola puwd 1i-orn th u F' A 11-1 I-1RO J F("l. N — ,19-0047-03 1 19 IOWO Crit�f MUlliCil-0 4irport ECONI �6064246 ObstructIotl Rcmovcils - Phase� Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 119 of 247 effective date of the written order to suspend work to the effective date of the written order to resume the work. Claims for such i orrlpe n sali curl shall be filed with t1v R P R withill the tl nle 1101-1 d st-he'd in the RP) a s order to restime work. The Contractor shall S Ubmit with their own claim information S Ubstanti at inn the amount sh wn on the cIaim. The R PIS wi I I forward the Conti -actor's cIairn to the OWTIeI' fI- c nsiderat i on in accordance with local laws or ordinances. No provision ol'this article shall be c nstr ied as entitling the Contractor to compensation for delays dtie to inclement we-athe r or for any Other delay pr v idc foi- in the contract, plau s{ or spec i f i cati n + l f i t bee iTies necessa ry to su spend work for an i ndefi n ite peri od. the Contractor sha I I store al I ma to ri a I s i n such ni are ner that they will not become an obstruction nor become damaged in any way. The Contractor shall take evei-r precatition to prevent damage or deterioration of the work performed and provide for normal drat llag ' o f' the work, The on tractor- shall L r'cct tcrriporary structures whcrc n ccossary to Pr vi& for tra f i ie on, to, or from the airport. 0-07 Deturm i nHtiO n and CXtV nS iOn of contract time. The ]�—n u �T.b e r c L 1 e -i ;-a r cia y s —4 �+ r� r, , rr, 6- e v• Lr L L f ''1 _L L _ J sho l l be `hated in the proposal and contract and shall be known as the Contract Time. l f' the contract ti me reel ui rcs cxtcrision for rcas n s beyond the ontractoi` s control , i t sly al I be a(Ij 11stc a fOI1c ws. N 1 i i 1 _ +-• _ T ti _ L r _ - • - h p W P P AE a r• , - h--.1 rn h r- r r7 T , r, Pf L- - ' : ti- - L_ - - e �3 n:r7 �- a H eh e ia �: m b e r-r 7 +3 ti- t i I- - ti- - J L - L e r ` _ A e e -9 El 'may'• + L J e a �• L a _ a T-le - - 1 - I ffle jj v i _k J 1_ s _ s _ _ _ 4 4 _ L r _ 1 _ ee _ - - L_ e L • _ - - _ L: - - - L' - - he -eiame.1 w�3r-k 1 - - ti_ - L� - - L_. - • e F 14 s 11 - Ws • I I .- f v f � I - ti-3 i� F--� E± _ !f 6 La E fl ti-3 LZ i'. EF 9 L' C_ f i --i l __ La 9!!;el tis L 3 - i! i ! L'' tis 1 k . L 1 _ E - J e Fa ?La F:y e h e e eh d Fj 1 ee Y - _ ti- - r ti- is _ ti. ti • - pe fa e -3 A & - L - _Y L3 i n 6 F:e Lv a •� - Lv a a iv Lv k Lv a e -+ Z rTTa i s `_ S A _ a _ ehaT J. _ L r _ _ _ e R J 1_ _ L. 1 _ _ 1 L L k s 1- - L L 1 L_ 1 1 • {, � �.n r , r^- r ti r- =', r r� e CA L_'?e i'� =', ±• r4 e •- L i �', k ,� .� , r'�5 rk L te e f- f j:l ti . a L e:e t--J Lv L_ �. �� L J J - eti • i Lv + -t iv a • I I I r r f, -le - - - - e- e- e•-+_ _ �- •-+_ - ti� _ L + _ f _ L 1 r ����� i t �Y �•• T 3 r r r Y - _ i - _ - _ f 6e lie refi L_ L �- L L '15' _ 1 �r L i y R FA A A 11-1 I-1RO J F(r I' N 0, 3-19-0047-03 1 40 IOWO Sril�r MUlliCil-W 4irport tlutCl �11 - PhaseGCONI L, I Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 120 of 247 7.7 q�l a a k- e- ti- �J� _ e LET ti� - _ _ r_1 4��.- Ff �L I T 7 TI •� � � ' 7 '1 I L.. tiJ �J I 1 L.. 1 I , �- ' e : ti f L f9e' - e Lw - - - "L - `_ � ` - - L - - k L3 v - L' `- _ - kv _ _ . v - l Lr Eap •J _ - - - - k _ - 4- - _ - a 5 _ .J _ _ _ k _1 _ _ _ - _ - - •J _ 1 J�—ontract time based on calendar days. �s�lrit "{=��1t- Ti--r.e J%'�ci -a,m ori cFj - ender days shall cc-ns i s- of --he r' l_L-mhe r of -) t:i-ed in t ne ccr 7 ra Est caunt i nq from the e f sec i v da 7e f -he, o- i r e to Procne-=0 a -n1 I : cu1 l : g a 1-L5 a --. u r L :%:a V Zz , Ii O1 f ;aS , a -nl 1 o I : - 'Ir tiork days. A11 ca en ar days -a sin --Wee r: -he e L � � 1-.i,vrea daLes L' L-'n .I%r , L rl DTI' res-,ani : all ;�� rk, due � cau�cs ric L the f-au -t of t-_-1� r�r_7 rtA .t- r 1= 11 11� C, . A the -ime kf -ir=�1 p,-lv7e,nt=, t==�� �Cr-r'aCt -ins s=Ij�-1 �� in t=_he-� game proportion as -he cslt=_ of --.he a c ,:�ua l 1 y cc,-rrip1 r-:!,t=-ed :jjan L i t_.i s bears L o -.he cos �• oL -.die or+ig i-nai i • es-.ilna Led ouar-. I_.i L.es in -n r• o P o�,a un area e J-r, he c.o-n-rac.t, -l-ie shaii ---iL c-oneIder- leith--- cost CDf vjrk or the e tefis- r= of cc•r_-�iract Lir:ie• t_r1'�t haL; be•ei= r r a orr 1A- m -tw 1 agrPP-m--l- . :h:-t rgP s fag- Y -, t- -.1 I; c W 11 d -S 0- t h � t= � t 1� 1 � c t i� f 0-0 Failure to complete ors time. F r acIi calendar da or orkinc.-ir day, as specified in the contract, that aiiv work i—ernailis U11cor pitted a(Iter the c ontrrt-L:t tilrno (including all extL�nsiorl� and adjL stnicnts at provided in paragraph -07, Delei-Inin tion cintl Exic}ns ion (#' C(Mir cici l ini e) the sual specified in the contract and proposal as liquidated dania L (L D) will be dod uc tod from any nionq duo k)1' to becorn o duo the Corit ractor or tlici r ow n SDI rety. S Lit li d du tCd sLiins sha I I not be ded Licted as a pena It r bia shal l be c n i dcrcd as liquidation of a rcas nabl c portion of darna(ires i nCl Ud i ng bUt not limited to additional en gri necri ng -.servi ces that w i I l be i n c urred by thC OW11er S-11OUld th e Con tractor I ai l to comp] etc the work 1 n the t mie provided in tli it contract. Schedule Liquidated Damages Cost Allowed Construction Time Refer tc 0FFT�TATI PU --�T. - C A T T OY for - TIi gi.i dated T)a m aq---- The nia i muni construction time allowed f i- Schedules i. i f L i ,11 i a 1 -2-,ji i c- -. i- n will be the sulr! f the ti nit al low d for i nd i �� idual �c liedu I e� bUt 1�101 more tlian � 7 - -1 � � days. > rril i ttil� the Contract r to con [Inue and I lnish the w�)rk or any part o f It alter+ the 11ni f lxed 60I-1IS conip]06Oil � r after the date to which the tii1qe for coirl let i on may leave been extended, will in no way operate as a wavier n the p-art of the Owner of any of its rights under the contract. FA A A 11-1 I-1RO J F(-I' N 0, 3-19-0047-03 1 41 IOWO Sril�r MUlliCil-W 4irport ECONI -4-!L60642468 obsti,uctIoCl Rcmovcrils - Rase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 121 of 247 0-09 Default and termi na tiun of contract. '['lie Contractor shall be considered in defatr It of their contra-ct and such de I a ul t wl I I be consldel-cd as Qausc for the Own er to Wri n i nate tho contr aQt for ally o f the I011wingi, reasons., i f` the Contractor. . tir a. Fa i I s to bcgi n the work undcr th c contract withi n th c ti lllC. Speci fi cal i n the Not i cc to Pr aced, or b; Fai I s to perform the work or fa i 1 s to provide suffi cient wo rkers, equi pnic nt and./or materi als t uss urc Fool plcti on o f vv rk in accordancu with th u tcrtlrl s offfic contract, or c. Performs the work UnSW [ably or neglects or re l uses to remove materials or to perf'orm anew SL«1I w oiyl� as may b-c rejected as- unacceptable and L111SUi table, or d. Disc nti nuts the cxcc.' uti on of the w of-k, or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f. Becomes insolvent or is declared bankrupt, opt, or c 1nt-n its and, act of bankruptcy or insolvency, or . � I I ally f final j udgirono to Mann a airl�t t fie � onIractor un--.,��ti�fied I���y � }�cr'od oI" 1() dart, or h; Makes an assiurnment for the benefit of credit is, ()r' L For anv other cause whatsoever, fails to ca rnr on the work in an acceptable manner. h er ld the Owner consider the Contractor 111 defy ult of the contract for any reason above, the Owner shall I ll7111cdiatcly gi vc WI -I ttcr1 riot i cc to the Conti -actor and the ontractoi-'s sui cty as to the reasons for considcri n g tllc C n tiactor in (lc f aul t and the wncr's i n tcrl tions to tcrrn i natc: the contract. 1 fthe Contractor or �uvety, within a polTiod of• 10 days after such not] cc, doc� not pi -owed in 'Etcc -0,rd tnc e therewith. then the Owner will., upon written notification from the R11R of the facts of such delay, neglect, r def uIt and the Contra, ctoI'~s fal Iure to comp Iy with such n ticc, have fu1I power and Guth rlt . without k, i plat i ng the contract, to take the exec uti on o ]'I he work 0 Lrt o I the hands o r the C"ontractor. The ()caner may appropriate or Ilse any oI' a I I inater•ials and egLlipnient that have been niobi I i ed for use its the work and are acceptable and may enter into an agreomen t 1 ()r the cor npl etion o f' sai d contract according-F to the term s a nd provis io ns thereof. or use suc h other irnetli ds as i n the op i ni n of the f f1 R w i I I be requi red for the completion of said contract in an acceptable manner. All costs and charges i ncurrcd by the Ow n cr. together with the cost of completing the work u n dcr contract, w 111 be deducted I imm any nl n i cs, duc of w h i ch rrlay buy onic dLIC the Con trac tor. } f• SLICh expense exceeds the s im which would have been p-ayable under the contract, then the Contractor and the su rety sly al I be I i ab I e and sha I I Pay to th c Owner the amou nt Of Rich excess, 0-10 "Ferro i n atio n for national emergencies. The Owner sh-r l I termi natc the contract or portion thereof bV Written notice when the Conti -actor is prevented 1'ro m pro ceding with the construction contract as a direct result of an Executive Order of the President with respect to the CXMIti rl Of War 01` 111 the interest of national defense. When the contract, orany portion thereof, is term i n{rted. before completion of all items of work in the conIruc�t. p� amen t I l I lac rn adc f car thL UCtLIUI nunlbci- o I' un i is r i tc1-n S o 1` work conil)l Lied Lit the contract Price or as mutti a l ly agreed for i to ins of work pa rtia I IMF cord pleted or not started, N o c la i iii s or loss of anticipated profits shall be considered. Re i nibur•senient for or ga n i zat ion of the work. a nd other ove rhead expenses, when not otherw i se inc [tided Ill the contract) and mov illti, 31 equipment and materials to and f 'rom the job will be considered, the intent being that an equitable settlement will be rn tide r ith tho Con trae tor. Acceptable ninn-lal s. obtained or ordered by the Contractor for fte work and that are not i 11c l orated in the work shall, at the option of the Contractor, be purchased from the Contractorat actUa I cost as shown by rece i pted bi 1 is and actual cost records at such poi nts of plc I i very as may be desig nated by the R I" Rr FAA A I P PRO J FCT NO. 3,19-004-7-03 1 42 IOWO Sril�r MUlliCil-W 4irport ECONI -4-!L60642468 obstructIoCl Rcmovcils - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 122 of 247 Termination of f1ie contract or -a poilion thereof slia I l neither relieve the Contractor of fliei r respoi1s1� 1I1t1 f r tl� rrll l t r l'I nor shall it r 11 their �Lu-etv ()F its obligaflon for anti concoriiil� IOW .l �� t I r�il� Sri i 1 �� t I` the work serf ri-n ed. 0-1 Y Work area, storage area and sequence of operations. The Con h-actor Thal l obtain approval I i-oin the IMP F prior t€� begi nni n � any work in all areas of the a lrpot-t. o operatin runway, taxi ay, or airy Pcratimis Arta (A OA) shah I be c1-osscd, cu tci-c , or obstructcd wil i I c i t i s operat i onal+ The Cowractor dial l plan and coordinate work in accoi-dance with IhL approved C Ply and SPCD. END OF SECTION 0 FA A A 11-1 I-1RO J F(-I' N 0, 3-19-0047-03 1 4 IOWO Sril�f MUlliCil-0 4irport ECONI -4-!L60642468 obstl,uctIoCl f cmovcils - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 123 of 247 T[ [IS PAGE LEFT BLANK INTENTIONALLY TION LL FA A A 11-1 I-1RO J F("I' N 0, 3-19-0047-03 1 44 IOWO Sril�f MUlliCil-W 4irport ECONI -4-!L60642468 Obstruct oil f cmovals - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 124 of 247 Section 90 Measurement and Pay. meet 0-01 Measurement of quantities. All work completed a ndcr the contract will be measured by the [ 11 R, 1 thel r auth oi,lzed rep se ntati ves, 1 si ri �-r, i u ES _ Les C' u s L o rra r 1r'r U-n -IL. S C E tw ����rnr7f ; The method of measurement and COMPLItatio ris to be used in determ i n-at ion of gUaritities of material f'ttrni shed and 1` wort' port rmod L111&r the contract will Nc thoso tncthod gets nal ly it' eog.rn i zed as con f orm i n i,; to rood on ineeri ilk practice. Un i s therw ise s eei I ied} longitrtdi nal rn eac,,urc cents I orr area conputations; wi I I bc� made hori /ontal ly., and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 square feet . square meters) or lcs. U nl cs otlierw i sc spec i f i cd. trawsxcrsc rnCZtSU1_C117 C11tS # I- UI-C�l Ct-npUtMi Oil S Will bC thc neat d imens ions -shown on Ilse plans or ordered in w ri ti n vx by theRPR) Un 1e � otherwise epee i I icdi all contract 110111S which are measured by the linear floot such as electrical dLOS. conduits, pipe cu Iverts, underdrains. and siin11,9 r items shall be meas tired parallel to the base or foundation upon which such items are placed. Fhe ter111 `` I U rnp sum" when used as an item of payment will mean complete payment for the work dcscr'i bcd in the contruct. Whcti a cord plCW struCtUrC 01' stl'Uttiral unit (In 0Ycct, "I LMIP SL1111" work) i 1S specified as the tint of measurement, the Unlit M l l be constrUed t j n I ude all necessary fittings and acccss ries. When requested by the Contractor and approved by the KlIR in writing, material specified to be measured b the cubic yard cubic meter may b weighed. and SUCK weights will be converted to cubic yards cubic meters) fior p Nynient purposes. Factors for conversion rrom weight meaS r elilent to volume nieas L.ireinent wl I I be determ 1 ned by the R P R an d shal l be agreed to by the Con tracto r before such ni ethod of tn eawremon t I' pay quari ti tics is used. Measurement and Payment Terms Term Description Excavation and III eOMPLItirlk-) v olunies ofexcavation, the average errd ar &i r netliod will be riSed lulus Embankment othQrwi�Q, spec1 f 1c(L Volume Measurement and I'lle to Ill ion"' � I11 ii-Le 11 ` (lie short ton c nsisl in,gy ul' .000 pounds (907 kill) uvoi (iklp i.s. Proportion by A I I i-mite rig is tliat are nicaS 1 red [fir pro j3o honed by wel l:hts shall be weighed on Z1CCU 1'Zx1tC, weiglL l independently certified scales- by competent. qualified e i•.?a L n l at loc{L Ll oti:s desiL tizited by Ilie R PI1, 1 [ material is shiLJ- c(l 4rY 1 aI 1. the cUr weight nia Yr be accept u(I I)r o vikle(l th al on 1v the -Itcttia I -wc i lit of rnateri tr l is pit id for. However, car weights xxill not be acceptah le lor- inateria 1 to he paired 1111'O LI'711 m i N i n g plants- True kS Used tO IMLL 1 material b��'In , Pci d or by weight slit, l be 4 t:lglic Quip y {till Y 'Lit such OMO I(IS Ll c FI LL Qcts., acid earl] t1"LCc k dial l bear a pl al ti l y l c� gnbl e l dontl f1 catl on mark. Mea-sur-erne t by MaLcr]Lfls to be iiie,isu cd by vo14 ric in he Iumling vAicic sliall be liauled it1 Lippro k:d Volume v Lhicics and nac,,.istircd therein at the point of delivery. Vchicics for this t3urposc may b o I' arly Si ze or ty fie acceptab Le 1101- the 111ateri�rl S 11ULl I d, PTOV ided 111dt [h e bOdy IS 0I' SLLCII h{re that the cItut IIltmt 171,,i•: rai I Fuld accurately dtermind. Allv-LNLis FAA A I P PROJ ECI 1. N , 3-19- 04? -03 1 45 IOWO Sriref Mc111iCiI_)Ul k4irport ?bstlutCl �l�� ' tl - PhaseGCONI L_ I Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 125 of 247 Terin Description shall be loaded to at least their r,Yater lei -el capacity, and all loads shall he leveled � hen the vehicles an -live al th u point o 1' cicl 1 VC1' . Asphalt Material Asphalt inaterials r,v i l I be nicasured by the gallon (liter) or ton (kg). When iiiea� ured 1~ay vol Laic. such vokinies l' l l be Ineasured at 60�_} f � (l 6"Q or will be corrected to tli-�� vol Li nic at 60" F (1 6"C) usl n o ATM D 12-5 0 for asphal ts. Nct c crtif'i cd scal ~ weights or ��,ci flns ba.ed on cerfil I led vol Dines i n the ease o fraj 1 sh i pnients wil l be used as a bay i � o I' irica surci-neat, slll j cct to corrccti on when Iiiis bey ii lost fro n the car or the distri blitOl'., wasted. or otherwise riot incorporated its the work. When asphalt 1-nacc.`rial s zlre shl ppcxl by I.ruc k or I ran sport, ncI. cerI l I 1 c(I wei L,h is by voI klllle, sullj cc t to correction for lass or foaniing, will be used for coniptiti n g quantities. cel"ent Cul sent w i I I be Illc1 stlre(I by Ilie toll (kLY) or hundre(lwci Lill( (Icnl), Structure Ilal_iCtLlre-S will be micas ur ed accordi nr to neat lines sho) n on the plans or ag altered to fit f1c1c1 Cori (1lti lls, Ti rri leer T i niter will bC I11eaScircd try the thouszoid Feet board measure (M F B M) actual iv I nCOFT)OFated I11 1I1C 8�11JLICI.Llly , M easuren Len L V i I I be base(I on norT ina I w (iths and thickno�ses and the c trenic leri.Lyth of cLich Plccc. Plates and Sheets I lle thiciGn.Qs o I`plates and 1ralvan ize(I shcel UW(I ill 111C ITIMlLLflr CILITC Of COTTLLg{flv(l 1-nCt,ll 1 ipe. metal plate p ipc culverts 'Lind arches, and Inict�l I cribbing w i I l be spec if icd and measured in decs i final fraction o f i nc h, Mi5cellaneous Items When standzrrd nlc-lrl LifLiCtUred items are spec i ficd such as fcnec, wire. plates. rolled s�iapers, PI Pc c�ondL1it. etch,, c-Ind these itelll,, are rdontrfied by �oalloe, unit We I glut, section (11nlcll-ilQllS. CWt q SLIc.II Wen 0I c ill ion wlI I bu con �Oc eki Io be rioll-ilnaI Weior dimensions. Unless i-nore stringently l c ontrol led bytol eranc os in cited specifications, 111ary I_i t acturing lol erances established h . 111e i Ilc1LLstri Lis involved will be ac co -plod, Scales Scales nitist be tested for aectiracy and serviced before ciso. Scales for weighing rLinwn al s which aro FOCI LL stud to bo proportj Qnv(l or nwawr(A an(] palJ i or- by w 6gh I sha l l be fO rnlslieci. erected, aiW Ilia I rota I tied by the untr,(ictor, or be c:crtlflc�l per nlanently installed coninierc is I scales. P iffo ni scales Thal I be insta I lod and niainta i ned with the p lad )i-i-n Icvc] and rigid bul k heac1q at e.Ach cn 1. Qal s �11al I be LLCC LiTaIC W1Ill jn 0.5 of the (:on-ecr weight Ill roughow the rallge OF US , The Contractor shall hLi c the scales clay~creel undcr the ol)scr ration of the R P f bcfo re bog-1 rt 111 rt"Fwork and at such other (.i 111CS a'S I'eq L1CS(cd_ Th o i lllerV A � seal I hC urt i 101'It1 ill spacing tli rougliout the LTraciU rtted or rear ed length of [lie beam or dial and slia l l not exceed b.of the nonilrnf I rated cLi pacli ty of the scLi lc. but not less than one POLI rib (4-4 � i'�Lins ). The u�c cif` sprin g halanc'e� - v i l l not lie 1 enn itted, In the event inspection reveals the scales have been "'ovL� erweighing" (indicating i-nore than c orrQct w ci &ht) they will bL: I mined I wel y ace{j usted. All materials rccc Yvci i sLil s juent to the last Prey i oLi� correct we i gluing-ac CLrracy test will be reduced by the pur�xLti; gu o I' ci ror in cxcc s o I' O.5I ,'�). Ili the event n t inspection reveals is 11 14..E sc,-LL lr4 s li L-iv o l,leore under -weighing (indi L. ati- iT lLs."; than correct wc L Lyht), thev sh{ill be ] Inl icmt:ly ad justcc]. No add rtlonal pLivnlernt to the ded. Contractor too �v l l l e allowed fOta I I ate ials pL ev lOLl Jly w elg hed and recorded. Boarnsi dials., platf orins. and other scale eq LI i rT11CJ1I shall he so arranged that the operates, Ind 4I� 1 +.r l� S,jf j V {{L L(j COjj Cjj ' Clj 4 L � ' UW 1jen-l. FA AII' I-1ROJF("'V , 3-19- 04 7-031 46 IOWO SriLY Mt1lliCil_)al cLirport ECONI -4-!L60642468 Obstruct oil f cniov�rls - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 126 of 247 Terin Description Scale i nstal lati on-s shall ha�!e a-va i l abl e tern standard 5-pound (2.3 kni) eights- for telling the-weig}iiti gy equipiricii ( r sari l a h k� wci gr1i is and dcvi cxs f 0r of liar approvcd egUiPI11cnt. All costs in connection with furnishing. installing). certifying. testino, and maintainirl) z:1 �c�ales: I or t urn ish i n r cheek eve iglits and seal e hou�c; and t )r all oth or iterns I ied irl this subsection. for the wci uhintv of miaterials for proportioning or p,iynicn t} sha l I be i ncl uded i n the unit contlLact }prices For the v ar-10LIS items ofthe Project. [dental Equipment Rcnta 1 of equi pmcnt will b�: niemured by time i n lieu rs of actual 1 ork i ng ti me an noce,),s lr v tt ci cling t i nic of the cquipment w ith i n the l i niit�- of the work. Special eq Ll iplIWnt ordcreJ i n con necl ion wi th ex [ ra work wi I be nwasu red as agreed i n the c1itneOrder I'ulclrrent lreerrrntauthorizingsLrc1I -wcr pry ilc1 in paraurrap11 ii 1) -fit 5 Pa 1 ill e�II fi)Evil-a [T.oi- Pay Quantities Whcn the cstl matcd cliu n lltl cs for ,,i specific portion of the w ork arc designated ��� tl��� �ay q uantjtles in the contract, they shall be the anal Clr_lan it ies for which pay mcnt for such spec.i I) c port ion o f th c work Wi I I be tWKIC. UP 1 c�S 111 e dill]CnSi 0I' S{{id Port i MIS Of (h C work shown oil the plans are revised by the R P . If d i nictl's;ions result in tr n i nerca�e or cleercaso in the quantities n l' such work, the final q uartti ties f br pay i nen t be rm sed in the amount represented by the authorizcd changcs in the d i llicilsions, 0-02 Scope of pa item. The Contractor shall receive and accept compensation provided for in the c ontruet as full pad merit foi- furnishing all rnatei is I s. for pci-forming al I work unc ci- they contract in �1 e iiiplete and acceptable manner, and for a I l risk, less, damage, or expense of whatever character arising out of the nature of the work or the execution thereof, sub' �j ec�t to the prop• ision s of Seat' on 70, per ca r p li When the "basis of payment" subsection of a technical spec i fi coati n NqLilres that the contract price (price lei d) i r1C I Ude COMPe nsati on for certai n work oi- niateria I essentia I to the i teryt} IN s same work or inateri al will not also be MeaSLffed for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-03 Compensatilon for altered quantities. When they acccptcd quantitics of work v ai-Y from the gUanti ties in the proposal, the C ontractoi- shall accept as pay rnen t in f Ul 1, so I ar as contract items ai-e concerned., pa nient art the original contr�rct price for the accepted quantities of work actwr l ly coirl pl eted and aecopted. N o a I I o w ance, e x ccp t as pro%, ided for i n Sccti on 40, 11aravirrall11 40-{} 1 .,4ltei•wion (? . H"ot-k (fml Qtmnfifi, } . w i I I lie made for any i ncreased expense, loss of expected re inibu rserne nt, or loss of anticipated profits is suffcrcd or claimed by they Contractor which rCSLrl is directly from such al (oration s or i ri dii-ectl I j-om their own rtnbal anted al loeati on of overh e�id and pro Iit among the contract item ,car froill any other cause. 0-04 E'uy nient for omitted items. As specified in Section 40, paragraph -0 . Oini e4l ltei N-a the 1 I R shall have they right to one i t from the work, (order nu nperforman ee) any contract i tcm, cx eept major contract ite nis i n the best intel�� t c� I; th c� f�Nv ��e r. Should the R pon-lit or order non performinec ofa contract i tcm or portion of such itcm from they wovk, the Contractor shall accept payinent in fir l l at the contract prices for any work actually completed and �rcce pt-cr b I e prior to the RP 's order to oni i t or non -perform such coritmct i to ir1. A eepti b le niziterial s ordered by the Contractor or delivered on the work prior to the date of the Rl' 1 `s Order w 111 bo pal d 1 or at th e act tual i' st to the CQn tract 1T and sha11 thcrC LIPOn bLe 11-11 0 111C l)r0pCrtV 0 F tl1e, Owner. FAA A I P PROJ ECI 1. . 3-19- 04? -03 1 47 IOW4 SriLY Mt11Ii6I_)Ul k4irport ECONI -4-!L60642468 Obstruct oil Rcn ovals - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 127 of 247 In addition to the re i nibu rsement herei nbefore provided, the Contractor shall be reimbursed for a l I actxia l e sty inc urred for thy` puij)o o, o F r LLfl rmi n the oni ] tted {, on trac t 1 tctrl prior to the date o f' 111e. R Ply's order. SUch additional costs 1nC Urred by the Contractor must be directly related to the deleted contract item and shall be suppoi,ted by certified statements by the Contractor as to the nature the amount of sLich Costs. 90-05 Payment for extra work. F tru work. perf rmcd in accordancc with Scction 40, paragraph 40- 4, Eyliu R`oi-k,, will be paid for at the contract prices oragreed prices specified its the change order or stippleinenta l agreement authorizing the extra work. 90-06 Partial payments. 1'a rti-al payinents will be made to the Contractor at least once each month as the work pro dresses. Said payments will be based upon estimates. prepared by the RPR. of the val tte of the work performed and nnater1 is complete and in place, in accordance with the contract. plans, and specifications. Such partial payments may also include the delivered WtUal cost of those runt i-ials lockp i 1 od and st d in ac c rda nco with paraurraph 90-0 7, qvnwntfi)i- , fatc�i•i 1.-' on Hand. No partial paymcnt will be made when the aniotint due to the Contractor since the last estimate a inotl nts to less than five hundred fired dollars. T-ne - } L.c' pay all u_oco_n _racLars Loy' saLisfaf.-1Lcf �f t1leir r=t t= , Try I t tl, _ - 0 ���i��; of L�r t�=� Cunt r ac-o r a s r e c -Em-ived a p %-rti:,l -cca. y le,rit . ThEm C) w-nF"r Inl�1-- en _.IrER romut find fl-_l 1 -oavment of ret ain.acie from t=�e prime to t="Ie :s '.� '. ' r : t=. r � '� t=. c1 � 4,� : is l : i � 3 0 d s a fi -. e r t � 1 � �O C �� � � r� a c -'�� r� ' s work i all -ice- taS: S f.,-)r in r rn li li _ -he- Si.tiD,'-JD,'-rt�_:a�_thave- -e�x t��ethe- �w~ -and doc�imert��J, a regtii e�, -ho VIJz ma' r� i i ec r eme, 1 r1'� r I� i on f ime ccn'_-r%acL., t ' l : 4'y' _' o f -a ` I-1 b �' s L L { ��' 'kf that r - ��� r' L . � 7 �1 1 ` ��� :i`. t : sat-sfa� torilv � Irr lC:tCdi* From t ne- total of t:,ie arrio-in t_ � se rmr reb to be- pa ya . e on a a r - a 1 P%aYinen t_. � fig,ie (b) p4.a_rcer; t_. of such �-c% _ ii amo'_In L. i11 be -Jeai uc Lead and by t rr T ,I until- the f - r1a1 .� �Irre i S �Y� The.1 r7 perk—'e t) of the ar o-.int oayablp-f 1e_,ss aLl avr. p t- ' �h all h%p cart i fipd for pa��� ent . W__- Cfi at_. 1C-a-Sis r7 f Lrim �'�4Ur _n� �7 'C11:1 iC—Lc2d.F 1��� � Lf �I.L_L 1 f f L_ �1 J V 4' �� � Ls � Lf s' r � J Y� { +_ �� T i � �� L_ _r� s J �1 L�f �� L_ c f t h e L; �I re- t / prepa-n.-m. Est=.i-cat-_es %f both -_lie c:)r�t-_rac-_Fca1iie and 7�i� c,� -�_ cif t=�i� v, r r7 i r� i ,� k. C. i r- r' l� �.� r� r� = r~ �. : r� -� r�7 �� -� r� ) t. 1 e s t._�an L.1;=_, -o . t.rac- L va- l ue or C.'0 3 L , is q rea Le-r, f tI1u c r k ;_-�ruain 1_-,1 tc. L,, c dc.I' 't'I,c r c. m a IC_'C 10.S S ci -C rC�V1()US {a mer~tz, and dtmldIac tion, f wi-1 t__1 n h,e-,rtifiPd fir TDaY-lent t'%-) film Con t-_ra c7.-)r , It i � undcrstood aud agrccd that the Contractor slial l not be clit i ticd to dcliland (11' roec i v c partial paynieli t based on quantities of work in excess of those provided in the proposal or covered by approved eha nee orders or supplemental agreements, except when stteh excess gttarit it ies have been determined by the RP to be a part of the final quantity foi- thQ i1cm ol'work in gLtcstion, No part i al payi-ncn t sly al I b i nd the Owner to the aceeptancc of any materia I s or work i n p I ace as to gUal i t' r qtiairitity. All partial pavnients are Uj ect to correction at the time of final payment as provided in paragraph 0-0 , (X-e lanc,e and Final 1-la_vinew. FAA A I P PROJ ECIT N . 3-19- 04 -03 1 48 IOWO Sriref Mt111i6I_)U1 k4irport ECONI �6064246 bstl'uctIoCl f cl ovcrrls - Rase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 128 of 247 The Contractor sha l l del iv er to the Owner a complete release of a l l el a inis for 1,9 bor- and material ar i s i ng OLIt 01'tllis contract befoi--c tho final paymomt is nnado. I fand' subs Conti -act i- I- suppl ie-i- f.ail� to furnish such a release in t ii.11. the Contractor may t iirn isle a bond or other collateral satisfactory to the Owner to in demnify the Owner agai nst any p tential I iern or other such cIai m, The bored i. co Iateral shal I incILide a] 1 costs, expenses, and attorney f'ees the Owner may be compel led to pad` i n di schargi nor any such I i en or el�irr�. 0-07 Paynien# for materials on hand. Partial payments may be made to the extent of the delivered cost of materials to be i ncorponited in the work, provided that such materials meet t h c requirements of the contract, plan s, and sped f i cations and are del i vered to acceptabl e s ices, on the ai r} ort property or at other sites i n the v is init f that are acceptable to the Owner. Suc h pie I i vered costs of stored or stoc kpi led materi al s may be i nc I Lrded i n the next partial payment after the fo I I owl ng co riditions are met: a. The ni ateri al has been sto red or stoc p i I ed i n a mann c r acceptabl e to th e R P R at or orl an approved si to b. The Contractor has furn i sly eel tli e R P R wi th accc4ptab I c ear i dcn cc of th e q rjant i ty and qual i ty Of SUCh stored or- stoc kpi I cal i�� at ri als. c, The ontractoi- has f urn i shed the RPR with satisFactory cvidcri o that the matcri al and transportation costs have been paid. d. The "ntractor hac-, I'urnislied the Owrwr Ilegr tl title (free ol} liens or Incur 1)rarJlce� of art , kind) to the material stored or stockpiled. e. The Contractor has f tirn i hed the Owner ev idencc that the inat ri l stored or toe kp i 1 �d is i n sw- d against loss by damaLge to or• disappearance of such niateria is at any time prior to Lice in the work. I t i s understood and art reed I heat the trans f er o F ti d e and the Owner's payment I r• s LICK stored or stoc kpi l ed iiiaterials slialI in no N--va f rel ieve the Contractor of 'Heir resp n Sibi I itV for RIMishinU and placinIn g such Materials in accordance w it th the rcgUi I_CnICn tS ofthe contract, act, plans, and specifications. 111 110 C. ISC WI I 1 th C W11 OLVIT of partial payrn cnts fai- T-natcria I s on hand cxcccd the contract pi-icc four- s rich materials or the contract pryice f err [lie contract i tore in which the 1nater1 cal is intended to he used. o part i za1 payment will be rude for stored or stoc kpi led 11 v i rig or' pen shab I c plant materia I s. Th e Con tractor sly al 1bcar al I costs assoc iatcd w i th th c pert i al paym ent of st rcd or stock p i I cd rnatcri al s i n ccordanee with the provisions cif'this paragraph. 90-08 Payment of w ith h eld funds, At the Conti -actor Ij onti- ctor' S Option, if an Owncr withholds rctai nape in accordance with the methods described in paragraph 90-06 1-Im-ti(41 f' vinc'� (s, the Contractor may request th at the Ow ri c r deposit the rota i nage i nto aii esc row account. The Ow ri c ri s do pos i t of retai riage i n to an Cci-ow aicc uil t is subj cc t to the flollowing conditions-, a. The Contractor shall bear all expenses ofestabliz...,hing and maintaining an escrow accouu t and csc row agrecliient acceptable to [lie Owner. h. The ("' n tractor Thal 1 deposit to and maintain III SUch escrow only those securities or bail certificates of deposit as are acceptable to the Owner and having a value not less than the reta ina�e that would otherwise be withheld from partial payment. c. The Contractor shall enter into a n escrow agreement satisfactory to the Owner. d. The " ors tractor shall obtain the written consent o l' the �Lrrely to such agrecrnen t. 90-119 Acceptance and final real pagvi en t. When the contract work has been accepted in accordance with the requirements of Section 50, paragraph 5 -1 , Fincfl Ac-c-epimwe, the MI[MIR will prepare the final estimate of th c i (cm of'work actua I I y perforrn L'd, The Contractor shel l approve the R P R ' s fi na l cst i matc or adv i sc th c. FAA A I P PROJ ECIT N , 3-19- 04 -03 1 49 IOWO Sriref Mt1i1i6I_)U1 k4irport ECONI -4-!L60642468 Obstruction Rcmovcils - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 129 of 247 RPR of the Contractor's obj e�tions to the final esti niate which -are bayed on disputes in measurements or c mpulations I` the i nal quantities to be pa'I d under tho �:on tract as am r dod by c han gc ordor or SLrp leinental agreement. The Contractor and the R P R sha l l reso I ve al l di spates i I" ally in the rfii easurement are d cony putati on of fi nal q Uar1 6 6 CS tO be pai d wi th i n 3 0 Galen dar days of th e Contractor' receipt o I` the R P " I i nal est i mate, l 1'. a Iler such 3 0-day peri od, a Ali SPLrtC Sti 11 CX i Sty, the Contractor rn ay approve the R]I 's estimate under protest of the quantities in dispute, and such disputed quantities shall hc� core si dered by the Owncr as a cl aini in accordance with ecti ors 50, paragraphs 50-16, .`Iohnsft)�• A Rer the Contractor h as approved, or approved Linder protest, the R P f f i n al est irnate, and after the fly 1 's receipt of the pro-j ect closeout documentation required in para ra h 90-1 l , Contractor F1'n l Pl-q ect Do(.Fumentation, f 111al paymcn t will be pi-occssod bused on the ont1 rc sum, or tho undi sputcd surd in case of approval Linder protest, detert-ni ned to be dire the Contractor less -all previous payinents and all amounts to be deducted under the pr v i s ion s of the contract, A I I pri or partia I est i mates and payme nts shall bu subj cct to correction In tlic final cs li rri atc and paynient. If the Contractor has fi Icd a clai rn fOl' additi(Wal Corriperisa .ioll Mader the provilslo s of Scction 50., paragraph aph 0-16, Oulms. fi)�- A4 ?isiniews mid Disj)wes, or under- the prov i si on s of thi s paragraph, such c lai nis will be considered by the Owner in accordance with local laws or ordinances. Upon final adjudication o f' such clai ni s, any additional payment dcteiiiii nc�d to he due the Contractor will be paid pursuant to a suppleniental final estimate. 90-10 Construction warrantv. a. In addition to any other warranties in this e�)ntr act, the Contractor warrants that -%vor1 pci,60viiied under this contract conforms to the contract r oqui rycinerrts and is free of any defect in equipment, inateryi a 1. wo i,k m an hip, or des i n furn i shed. or pci-formcd by the Con tray}t i' i- any subcowractor or supplicr at any ti er, b. Th i s wars -ant sly al I eonti n Lrc for a peri od of onc year fror n the date of• ti nal acccptancc of• tlic ork{ except as noted. 1 f} the Owner tales possess ion of a ray pa rt of the work k before fi na l acceptance., thi s Warr -ante sha l l cunt inue for a period f one year fr ni the date the Owner tales possessi on. � - _ �-� � = � - = if �j c. The Contractor h-all remedy at the Contractor's expense 'any fa it Li re to conform, or any defect. In add i t1 on. the Contractor .0al I reniodv at the Con tractor's expense arse danw4e to Owner rea I or porysona property, when that dania ge is the result of the Contractor's failure to conform to contract reel u irenients: or any detect Of eq Ll i pnie nt, innate ri al, workmanship, or des i urn furnished by the Contractor. d; The Contractor shall restore anv damared in flfllinu the terms and conditions ti os s ofthis clause, cru etu Tho Con tractor warran ter wi th ros-pec t tk) work re ai n�d or rq)l acLL i w i I I run for on L� year 1'ro m the date o f' repair or replacement. e. The O nor will noti f V the Contractor, in writing, within f--�� e7,Te r (7 ) —4 day,.; after the .11 discovery of any failure, defect., or damage. f: I f the Contractor fai l s to reniedv anv fai l Lire, defect, or damage Wi th i n � � ��la �s after receipt of notice, the Owner shall have the ri�x��t to replace, repair, or otherwise r-eiiiedy the t ai l Lrre, de I ect, or d a inane at the Contractor" s expense. FAA A I P PROJ EC"l. N . 3-19- 04? -03 1 5 0 IOWO SritY MUlliCil-W k4irport ECONI -4-!L60642468 Obstruct oil Rcmovcils - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 130 of 247 . With respect to all warranties, express or implied. from s trbcontraetors, ina nu factu rcrs, Or SU ppl i erS for work pel lori- led and mat L ial� f1ir»ished Ind r tl-iis con Ili Conti -actor 0aI I F 1) Obtaiii. all wari-antics that would be gi �2 en in norrrra l commercial practice., () Require all warranties to be C.Xecutcd, i n wri ti ng, for the bencf i t of th e Owner, its di rested by the \vn er, and (3) F n force al 1 warrant i es for th e bcnc fi t of the Owncr. h. 'Th i s warranty shal I ii t I i ni i t the wiici` s ri g hts with respect to l atcw dcfccts, gross rn i stale cL ., or fraud. 90-1 1 Contractor Final Project Dom mentation* ppi-oval oCf1na] paymcrit t the C'oil tractor iS eo nti ngent upon. completion and submittal of the items listed below. The final payment will riot be approved until the R11R approves the Contractor's final sLibmittal. The Contractor shall: a. 11r v i de two (2.) cop ics of a I I ni-anu facto rcrs' wa rr a reties spec ificd for ni-atcria I s, cqu i pi -rent. a nd 111stal41tions. b; Provide weekly payroll records ( not pr v i Otis IMF received) from the gc n ral Contractor and a I l subcontractors, c. Cornplcte final elcantip in a cor ancc with Section 40, paragraph 40- ,1-'Hwl leant(j). d. COMP lcte all PUnch list items identified during the Final Inspection. e. Provi sic compl dc rcl casc o f' al l c l aii is f ()r labor ail.d material a]-i si n out o f' tlic Contract., I. Provide a certi f i d statomen t shmed by the subcontractors, indicating ac lual ammints paid to the Disadvantaged Bus in ss Enteil)risc (DBE) subcontractors and.. or suppliers associated with the project. * Whc» app I icabI c pci- state rcgUirciricnts, return cop i cs of sai cs tax comp] ction forms. h; N1 anufacturc is ccrt i f icatio ns for al 1 its ms i nc rporated i n the work. L All requi r td record drawing,;, a�-built drawings or as'-constrLrcted drawings. j. Pr joct Operation and Maintenance (0&,M) MaMral(s). k., CCUl•it I r onstri 10i 011 Warranty _ 1. Eq ti i pment commissioning. documentation submitted, if req ii i i-ed. END OF SECTION'90 FAA A I P PROJ ECIT N . 3-19- 04 -03 1 51 IOWO Sriref MUlliCil-W k4irport ECONI -4-!L60642468 Obstruct oil Rcmovcils - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 131 of 247 THIS PAGE LEFT BLANK INTENTIONALLY LL FAA AIP PROJECI 1. N , 3-19- 04?-031 5 2 IOWO Criref MUlliCil-W k4irport ECONI -4-!L60642468 Obstruction f cmovals - Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 132 of 247 SPECIAL PROVISIONS - PART 1 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 133 of 247 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 134 of 247 SPECIAL PROVISIONS - DART l f'ART 1 GENERAL 1.01 DESCRIPTION. These Special Provisions with the accompanying Drawings, Specifications. and Mated docLimcnis as licroMalto 1istcd, cmcr the rcgLOrci-nonis oI'thc Iowa City Municipal Airport, Iowa Cltvl, Iowa, ror the 0h strtict i on Removals - Pl•Ya�c 2 pro� ect at the Iowa City Municipal Airport. 1, 2' CONTR ACT DOC U M ENT + Thu fb l low iti &y- namod Dra rimi,�, Spcc i f i ati n 5 aild DocLimcii is al_c lllak a part of the Contract. CI I E Dt.. L.E. OF DRAWINGS Appendix A - Locati mi Drawings and Photos SPECIFICATIONS Feneral Prov i iMAS Special 111•0visions Technical pccific�wons,. -1 5 mobilization 0 1'-151 Clearing and Grubbing T-904 Sodding OTHER DOCUMENTS Official [')nbl icatlon (form botirid herewith Propo,,:;a l f f orm bkmi d li crew i th ) Bid) and (form bound herewith) Non -Collusion Affidavit of 11i,ime Kidder (form bound hei,evv-lth Non -Collusion Affidavit f` Ubco tractor f orrn bound herewith) Synopsis of Experience Record ( form bound herewith) Biddcr's In frmati n Slyuct (form bo wid 1 i,mi [h) Buv American Certification ( form bound herewith) Uti l i7ation Statement ( I B I ,) (form bound herewith) Letter of Intent (DBE) (form bound herewith) Statement of Intent (EEO) ( form bound herewith) Contract (florm bouiad fici' ills) f'erfo ring nce bond (form bound herewith) pavni nt Bon (form bound hei,ew ith Wage Rates f orrn bound herewith) FA A A III # 1-19-004 7_0 I S I}-1 Iowa City Municipal A j iport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 135 of 247 1.03 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. Add the fol lowin para raph to Section 60- 1 offfic G cncral Prov i�,i li ,,,,: "The Contractor shall submit to the Engineer a listing of al I proposed sources of supply for al I materials to be incorp ratcd into the pr jcct, This �uppl icrs list Thal I include the approximate quantity and l cost of• cacti niateria 1. This suppliers list shall be SLrbtllitted as soon as possible after award of the Contract and before the bloticc to ProccodF Final acceptance off• tlic profcct will not be madC Until tlicConti-actor has subi-nind to the Engineer a notarized SL11T11nar f o f' payments u) all DBE 1, 04 1 N S P ECT [Old! OF Ti I E S IT F, Con tractor slial.l ili sport 11-ic c�)nstmctiun si to and the area o fwork in general and familiarize himself with existing conditions. Bidders ina , arrange are indi v idLial site visit prior to Bidding by contacting Mr. M 1cliae l Tbarp., Airport peratlons Specialist, (31 ) ' 56- 045, 1.05 P ECON Tl U CT I O N CONFERENCE. A PreconStRICt i 0r1 Conference will be field prior to a nv construction opcl-ations. A construction sclic(hile must be pi-cscntc(I by the Conti,actor for rcvicw at the PreconstrLIC6011 on1Crenco. Traffic control. zsafety and airport SCCL[rity Will also be diSCUSS d. 1.06 1 F' F AN C r. 1, FN F,r A[, The Contractor shall purc hu-se and maintain insuruncc to pI,otcct the Contract r gill d di Iowa Cltv Airport Commission and the City of Iowa itv against all hazards enumerated liereirl thro shout the duI'ation of the Contract. All policics shall be in the amounts. form and companies �atisfact ry to the Iowa City A'i-p art Coinmission. Contractor sliall name theConlin-s 'orl and the City of Iowa City as addition -al insureds, I n su ranee coverage w i I 1 be cons id erect ac eptah le wh eta certi fieates of inSffatice requ ired herein state that thirty (0) Mays' writtC11 notice' will be riven to the Iowa City Airport 'omrnl�slon kfore the policy cancelled oi- chan�,red. All certificates of" insurance shall be delivered to the Iowa City Airport Commissioll prior to the time that any Operations under the Contract is awarded. All of sa i cl Contractor's certificates of i n SL -11][ e shall be written in an 111 SLI nano company authorized to do businc s in the Statc of Iowa or if written in alb irusuranco company not authorized to Flo bLISHICSS in the State ol} Iowa by an inAtrarce compary approved X-)the Iowa City Airport ,oniireission. Goritr actor"s carrier shall be A rated or better by A.M. Best. „ [ nSLI rance". "j nSLI rar e po l icyll or "i nSUran econtract" When Ll sed i n this code she I I have the sam e m can i n as "insurance policy ;, and "i nsu rancc C0 ,11ract'1 under Section 50713.2 of the Code of [ owa, provided, however, that when '" insurance" as demonstrated by an " insurance Policy" or "insurance contract" is required to be posted, presented or demonstrated to exist by any person or other entity by this mode or bar virtuo o fany Contract, bK1 r-Qqu-Qs t, sped 1 icati n, ru I c or oth cr action oi- O f• th c Iowa City Airport Conrimission said "insurance policv " or 'rcontract of insurance" shalt provide cove ragre on an occurrence basis and not o n a c I ai Ibis 111ade basis arld the pel'so n or other en t i t F Shall provide evidence 01` srrC II coverage thro Lr�,h an "insurance policy", "contract Of' i r1 srl ranCC" or 11certificate of Insui, nce—P w1i icli clearly discloses on its face covel,age on an occurreTlCebasls except its to insurance r r t r 4qui rcd f')r -isbcs too rcmoval which ma • be prop i �ic�i �)n a c l ail I�i s ]���id�' basis when it is deinori strated to the satisfaction of the Iowa City A'rpo11 Comm issio n that ocerirren c e coverage is not reasonably available. VA AI I' # 1-19-004 r _0 I SI}-2 Iowa City Municipal Ajiport A F(_ OM #6064246 Ob-,mLCt'LO FI R Qi11()V-ak - 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 136 of 247 , INSURANCE EQU I) FM f NT _ The Contractor �h al 1 purclia�e and maintain such lnsurancc d� will protect the Contractor l i-om claiins set 10rtli below w h i c1i 111ay arise oia o (' r result from the Contractor's operations under the Contract, whether such operations be by the Contractor or by any >ribcoi tractor or by are on c dircc t1 y or i nd i root ly omp luyW by ati y o F th cm, or by and one 1 r w h sc acts any of them I-nL%V be I lab 1e: a. Claims Linder w orkers,' oinp nation. d 1sabi 1 i ter beno1;i t and other si ni i laremployee benefit acts; b, Claims 1 )r damagres becaLtse (ffbo�d i I y inj Liry, occupational sickness ter d i scale, or doath o f' the Contractor's employees, C. Claims ]'or damages because o t~ odi ly injury, sickness or disc use. oi- death of any person otber thaii the Contractor's employees-, d, Claims for damages insured by >` steal personal injury liability coverage which are sustained, 1 by- any p t son as a resu It o f an o i;i en �e d irectl y or indir�ctly r l ated to the mp loy meet o f suc 1i person by the 'owractk)r. or () by any other person, C. C lai iris J or dai age . ollier th an to the work itself, becau sc ofinjury to or dCS1rUC tion o C tang)rib le property, including loss of use r sulti ig thei,efr rn', and f. ChaimChaims for damages because of bodily injury or de-ath of any person or property daiiiagc arising Ut �)f the wnci-ship. m',-tints: rrarncc i. USC of avy motor vchic1c. 3, I �I M I S OF [,1A BI I., [T , The 111�UrWlCC vcquircd by S ccti n 2 shall be written f v iiot l �,,s thall any 11-mils [` llability peci-Ilod heroin, or roq fired by law, w1ii1cliever is Tcatcr: a- Gcncrzil [ Jabi Iit i S500.,000 Cornbitied (including products -coin ] eled single limit per contractors: Llnd rgr o und, explosion Collapse 11.caar � and standard broad f ortn liability endorsement) S 00,000 Aggregate b, A utornobi 1 o Liability; S 1,0001000 Cornb incd ( including all owned, single I irnit 110ri-owiled a1W h ircd autos) C. Workers, Co ripensati n Statutory B net i is O(M)00 C overawe B (1, Umbrul lit Llabil itv; S,-),000.000 Cornbliiod (applying diretlY to single hinit excess of above liability S2.000.,000 Aggregate c ar e1y� C� FA A AI I' # 1-19-004 r _0 I S11-1 Iowa City Municipal Ajiport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 137 of 247 e. Owner's Protective Liability 5,000, general ar,?rc&Yatc ,0 0,000 each Oee U rretiee 4. CONTRACTUAL ACTUAL LIABILITY LITY INSURANCE. The insurance required by Section '.2. shall include contractual liability insii.rancc applicable to the ontractor'� obli ati »s ali R)HO S: a. To the fullest extent pei'm itted by law, the : nti'act r shall indemnify and hold harmless the Iowa City Airport Comm�si ��the Cily o Nowa Ci ty and A FCOM, and Ili cir agonts, of'ficcrs and employees from and against all claims, dainages, losses and e pellseS, iilckldin , but not Iimitcd to att rii.cY's f�cs, arising out of'oi- resulting From tlic perfoi-maricc l'tlic work, providcd that any SLIC I claim., damage, loss or expense. (1) i -s attrib u t ab Ic to bodily i n j U r •, si ckii��s�i d iscas � or death, or to i n j LrrV to Or destrLiCti can (ff tangible property ( other than the work itself) including the loss of xise resxi It i ng therefrom, and () is caused in whole of in part by any negligent act or omission of the `onti'acto , any Subcontractor, are yore c directly or i n dii-ec tly employed by any o F them or uny me R)r whose acts a nor of theiii inay be 1 is ble, regard I e s of whethe r o r not it is ca used i ri pa rt by a pa i-ty indemnified hereurder. Stich A 11 iirati on sh al I not be core strued to n egate, abridge, or otli eRv i e reduce any other right r oblit.ration oFindcninity which WOUld Oth011ViSC CXisl as to an party car person doscribcd iii INS Section 4. b, In any and all claims against the Iowa City Airport Conirnis-sion. the City of Iowa CitN2 and A FCOM. or any of their agents, fficcrs or emp I ovccs by any cmp] oyce of tlic Conlractoi,. any Subcontractor, anyone directly or i ndii-ec tly employed by any f ' then, or are on c� I6r whose acts any of them may be liable, the 1n einnifieation obligation under this Section 4, shall not be lirnitcd in any way by any limitation on the amount or type of darneagres, compctisati n or benefits is payable by or for the Contractor of any Subcontractor tinder workers' compensation acts, d i sub i I i ty ben chits acts or other c rnp I oyce ben cfi t ac ts, C. The obligations of the Contractor u rider this Section 4, h-all not extend to the liability of A F.0 0 M, thci 1' aLt:11t"" o1' ei11plowc: s, arising mit f, (1) TIi c I� i•cpat•atio n r app i• val f iiiaps, (ira � i rigs i n i t� s� rel rtsi s��r c fs� c}� �n c �• c~rs lCi n r PeC i I,ical ions, ol, () Tfic giving of or the fU UN to i C kf it-ccti nr instructions by AF-COM., their agents or employees providing such giving or faihire to give is the primary cause of the injUry or damage. (1. The low -a City Airport Commission, the City f Iowa City, and AEC M and ally ofOeiragents sli al l be Named as additiou al 1 nsu reds on the Contractor's certi ficatc of llisurance. FA A A III # 1-19-004 7_0 I S 11-4 Iowa City Municipal A j iport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 138 of 247 5, CONTRACTOR'S ' [l l URANCf . FOR OTHER i .{ASS FS, For the con5idcration in this a(Irc lliclit ti. hereto 1 ore stated, in addition to o ntraett)r's other obl i rations, the Contractor LAssulnes 11111 respo ns i b i I it r fo r a I I loss or daniage. fro m any cause whatsoever to any too Is owned by the mechan ies, aiav t o 1 m aeh r 17 ei * CgLi.1Pl-fl CI1t, or 1-n otor vuh i clI cs ownod or i-crltod by the Contractor, the ContradoCs agents, Subcontractors inateria l men or the Contractor's or their employees. as well as to shed or other torn p rary structures, scaffold-Ing are d s to i n1rsi pro lccti vc ficli ccS, bridti�os and sidmal k hooks, '11e ContracloI, slial l also assuilie i'esponsi bi I ity foI, a] I loss or damaile caused by, ai,ising out of or i ncidon t to larceny, the I't or any Cali SO whatsoever e c opt as hereinho 16re provided to thU LstRICture on which the work of this Contract, arid any modifications alterations, enlargement thereto, is to be donc, and to 1 tcrn s and labor connected Ul' tO N: LI Wd as a part l' the pci-mancn t r natci-ia I s. and s LIpp l ies necessary to the work. 6, NOT F IC ATI ON I1+ VET _ T OF L [ A B I L [TY OR I A MAG FL UP011 the OCCUrrence ()fan-v -0vont, the 1 iahj l itv for which is herein assumed. the Contractor agrees to forthwith notify the I oar a City Ai i,p rt Commission ill W IA111g, Suc li happy: n ink., which notiec shall forthwith <Yivc tlic ctai 1s as to the happen] 11g, the caLI Se a s far as can he ascertained, the esti mate o f loss or damage clone. the names of witnesscs, if and, alll Stab n� tilC aillount of aliv cIai I11, 7, CRA[ DIC RAILROAD INSURANCE l EQU 11 EM LYIS: A. Retj!_restrllt Party shall provide and maintain the minimum inSUN'111ce limits shown below 11`1 core ncalon with the A cccss, Liss or oceuparlc�- of the Pr'crn iscs h • R cgilcs-t i n g Pail , i t"s crnployees. agents, con tiyaett�lys} Or s Libcon tlyacto-i-s. Req ucsti ng Parly. on behal f of i tsel I'and each agent a rid eac h cc ntr actor and eac h subcontracto I-, s hal l fu rn i sly to C [ A N D IC certifi cites i SSLIed by insurance companies �icccptablc to CRANDIC showing pol icics carried and the I i11lits of coverage as follows: L Workers" € illpellsat i ors Insurance I m employee., to [lie cx tort o 1' stat Lltor,v limits and Occupational Disease and Employer's Liahi lit Insurance for not less than 1,000.000, iia Cornmcrcial Gencral [ Jab] llty hisurance with limits; not less than $1.400000 each occ urrence and ..1,000,000 aggregate. The C om mere i a l Genera l L iah i I i ty po l iey shal l corita ill the ContractLial Liability Railroads F 24 17 cridors�~imnt (or eel u i val Brit). iii. A«tt�mobile L'al 1liter [r�su�`ar� e Icar allowned, non - owned 1� l ire l art i�� ihilis itl� i r n its not less than S 1 ,00,0 0 each acc ident. Iv, Excess or U rnbrcIIa [ :]ability w ith limits not 1csLs than S2,000.000 OaclI OCCLirrcricc and ,000, 00 aggregate: Such coverage must include, as sched U lei] policies, the E r ip lk)yer's [ sIabi lit • Insurance, Corn nicrclaI Gcncral 1.lab] llty Insurance (InclLid In completed operations) and Automobile LiabilitN� Insurance described in this Section. The excess pt)l1cios will be 4 }fog I I ow i rr o fo rill .' ` V. CRANDIC requiros Rcqucsting Party or its i�ontractors to provide to CRANDIC MI insuran ce police for Rai lroad Protective Liahi Iity [r1sur nce ire the amou tit of two nii11ion do]lat (2,000,000) if any work is to be pert~o ri-ned i n th e r ai I road ri ht-of-w ay or w ith i n fi l~ty (5 ) feet o t` th e railroad tracks. B_ CRANDIC and each of thc1l• i-cspCCtlVC C1111f1owcs. officcrs and directors MUSt be MCI dcd as add itiona l insu red s on a pri mare and non-contri b utory bas is. w ith respect to Gen era] Ll ah i I I tv acid Excess `U nibreI la if any) covet2es. VA A A III # 1-19-004 7_0 I s I}--S Iowa City Municipal A j iport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 139 of 247 C All Policies (except Railroad lroad Protective Liability) must contain a waiver of ally right of subiT c-ration oi- i-Qc ursc by l cYqucsti17 g Party's i n surd- against C A l D I C and each of th ei r respective employees. officers and d i rectai's. 1,07 COO R D I IN AT I ON WITI l OTI I Eli CON T R ACTACTO R S, Tlic pi-otigrress of the work 1may bc� af'lcc�ted by coordination of other work being performed by the Owner or other Contractor. and the Conti -actor shall i n vast i gate s>r uh a possi b i I i ty and rrlal c all an ccs th ei-c f or+ S11101, Ild the Contractor sustain and damagc th iy JI �h �Jtj aet ()r OrIj i ss ton o l; any other C ontrac too haV ing a Contract with the O wrier, the ontracto r sha l l liave no claim against the N�.--ner' for such dc]lrnage, but slial l lia e a right of action agrainst the ether Contractoi, to rccovcr the darna o�,-, s us taincd by reason o F the ac is or orn i ss i on s o f' such Contractor. I f; throLr 11 acts o f' n our I ect € n the part o ('the Con tl-actor, any () Ili ei- C on trace [or or any sL bcofin tl-actor shal l sLr IM- I oss or dania e on thei r work, the Contractor agrees to sett le w i th such ether Contractor or subcontractor b agreement oi, arbitration, it sucli other Contraclor or subcontractor will so settle. If uch othei- ontractor oi, LIbn tray tor SLICS the •rlr?n aC'1 ern t oFanyianiao rtl lcei to have benLltaillc'l, the Owner htl 1 notifv the Cc retractor who sha 1 l defend and hold liarni less th e Owner at su cb p roceed i rigs at the Co ntractor's expense and if any judgment aura list the Owner arises therefrom the Contractor shell lea it r satisAy , including all attornq's fees and court costs which ma-N, accrue against the Owrier. Th o work scliedu I es l0 r a I 1 con t1-Lids ma'v Ka ctol bo ad j LIStCd i n ()I'dCr to rna 111 to i n a i rpo t ()1)cratI()ns. There shall be no adjU tments in price or completion time for the work schedule adjustments to maintain airport peratl rls. 1,08 BREAKDOWN OF l JM P SUM CONTRACT PRICE ITFIVI a The Contractor shall, i nimcdIatcl Lipon execution and de I i v ery of I the (} i111-ac t. bc� l orc the I'ilyst esti riiate (I)r paynieri t is made, deliver to the Engineer a detailed estimate giving a complete breakdown of the lump seen Contract price. The submitted brcakdown shall be approved by the Enginecr prior to any )payment befn� 111�1& 1,09 SHOP DRAWINGS NG AND M PI _ E . After cliccking and verif 1mir all field mcasurenicnts and after coo plyi n ty, w i tli applicable pi-occdUIV �pecl f i eel in the ; cn e-ral Rq U it -cm cnts1 Contractor- dial 1 Submit to Enof nee • for rep iew and approval in accordance with the accepted schedule of Shop Drawing submissions Or for othor appropriate action if so i nd icatcd in the Supplomenravy Cond i t i on �, fl v e c opics (un 1 css othcrw i sc spec tl ed ' n the General eq u i rements) o f� all Shop Di aw' n s. � li i c li w' l l bear a stam or spec if ie wrtttel� indication that Contractoi- has sati sf I cd Contractor's 1'cspon fib i l i ti es un dcr the Contract Documents- with respect 10 the I'CVICW Of`the SUbI tls ion. All subrnis ions will be idenli1 led a Eng.irice�r may regUire. The data shown on the Shop Drawings w i I I be complete with respect to quantities, dimensions, specified performance and dcsi&Y-n critoria, matei-lals and similar ciirta to cnablc Fungincci, to rcvicaw the information as requircd. Contractor shall a]-.-,o submit to En gi nccr for 1'c v lcw and appl-oval with such proniptn es� as to cause no delay in Work, all sarnples required by the Contract Doctimen ts. All samples will lia e been checked bar and ac�coni pan i ed by a spec i fiii c � ri tten i nd is ation that Contracto r has sc-itisfied Con tracto is respon s i b i 1 ities ender the Contract DOCUnicnis with rc�pcct to the rcvicw of the s>~rbmissi rl and will Ise icicrltificd c1carly as t material, supplier., pertinent data such as ata l ot� tl embers and the use for which intended. ded. BelOre SU13111issJon of each Simp Drawing or sample Contractor shall have determined and veril led all q Liarltities, d 1111 e ns 1011 s, spec ified performan cc c riteria, i n stal I ati on req U i rements. material s, c ata log nU ire hers and similar data with re-ipcc t th crcto anal rov i owod or i�oordi natc d cach Shop Dra rim, or am pIc Willi other Shop Draw i nos and samples and with the req U i renien is of the Work and the Contract Documents. A t th e ti me o I" each SU11111 i ss ion. Coninactor shall 1,6 v e E icy meet+ -spec i i is written not ice L) r each �2 ari ation tliat the Shop Drawings or samples may lia e frorn the requirements of the Contract Documents. and, in addition. FA A A III # 1-19-004 7_0 1 S I}-6 Iowa City Municipal A j iport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 140 of 247 shall cause a specific notation to be made on each Shop Drawing su bai ilted to Engineer for review and approval of each suc11 variation. E n oi neer will review and approve with reasoriable p ro niptn ss Slop Drawings and sane p les, but Engineer's rcv i cw and app r val w 111 be on I v f()r cil.fort-n all cc W i t11 111C dcs i gn con ccp t u f the Pro j oct and for comp I i an.cc with the inf orniat ion y i���n ire the Contract Documents and shall not extend to means, inethods, to hn iclu es, scq ucr- c s or proccdures of construction (o ccpt Micro a spcci tic moans, nictl od., tech» i q uc, sequcn cc or procOd r_rrC o f' core stru ct i on is Indicated in or req Sri red by the Contract Do u me nt or to saflety precaut'011 or prograr n s i n c ident t1i e ret .' The reef iew and approva I of a separate i to m as such w i I l n of i n d irate app rov a I of the assQtrr b 1v in Mai c h the i tcm Functions . on ti-ac for sly a] I n1akc corroctl lis requi red by Fri ty. i ri Qcr and sh a] l return the required number of corrected copies of Shop Drawings and submit as required new sa inpl es for rc icw aA approval. ntract[or shall dircct sped f ic,f attention in writing to rc isi ns othor than the corrections called ror by Engineer on prev iOrrs subrnivals. E» ii ccr's i,cvlcw and approval of'h p Di -a ii1Us or SaMplcs shall not rclicvc Contractor 11,0111 rosp nsibilit for any variation from the req u i rent ents of the Contract Dore rnents unless Contractor has In writing C-a I I ed F.nairieer's attention to each sucli variation. at the ti nee of submission as required by di is section and Fngi n er flas IV on W ri tten appro oral o f; each such variat ion by a speci f i c wri item notation th erne 1; incorporated in or accompanyi ncr the S Ii op 1)rawi nur or sampI e appr vaI no r wi I I any approval by Fn(71neer r l ieve ContractContracto r, From respo�»sr1 i I J_ tv R)i- ci-rors or ornis�ions in the Shoop Drawil1��s Or fro 111 respon-,,jI bi I I ty fior havirr�r comp] i od with the provisions of this, section. Where re a hqi Drawing k)r am p le Is req r_ri red by , the per i f�icat ion . any related r`orl performed prior to F.n aineer•'s review and approval of the pertinent �Libm rssion will be the sole expense and responsibility of o n t rac to i-. l ,10 CON ST R U C7I ON P R OD R F H F D U l_ F, T1i c construction progrc�s sch edu I L sha l I be prepared ill accordance with the following: a) Contractor shall l I indicate hO Lrrs o f` alai 1 y operation�, b) No work shall be done on L11`16 � Or I C al h I i (Lvs withoutwritten perm i ss ion f {�wncr_ H �� ever., iiierg ncy work nia be on W1thOL1t prior pertn i ss t , on. c) The SChOCI r_rl 0 Shall bC in th O f oi-i-n o l' a horizontal bar charl . 1, Provide scparatc h on 7ojita I bar for each trade, acti vi tv or oper at i on, 2. Hori 70ntal T'i r nc Seel c: identify ti rat workday of each wcc , Scale C-ind spacings to allow space for notalioris and future revisions. d) The fo rniat of the listing shall be in chronological rder of the start of each item of work. c `Jl t) kYr dates I or beginning, and corrip lotion o f' each rn aJ or clemcnt o f' ct)nstr action. f) Show prc*c1cd pc rcoii tacrc of co mpl c ti on for cash i tart as of ti rst (lay of cash rnmith a l ,1 I P R OG R 1= S S M F'E'H N G S. At a ti m e and day to be determ i ned at the Preconstructi on 'onf renc e, weekly mectin s shall be hold invo 1 �! i n g the Contractor's Superintendent, the Engineer and the Owner to discuss past week's progress and expected schedule of work for upcoming week, FA A A Ill # 1-19-004 7_0 1 S 1}-7 Iowa City Municipal A j iport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 141 of 247 1.12 PROJECT BULLETIN BOARD. The Conti -actor shall erect and rrra inta in a b Lr l letin board at the project si le on wh icla to display cqual opportunity employment data and crricrti ency tcicplioric I��imbcrs. 1,13 11RUYE +.110 N 0 F FABLES. CO [ (COLS, N Alf A I DS A N D WEA [ H E R BU RIBA U FACI L1' 1E S. Th o Cou tractor i � h crcby 1 n formed that there are in sta l I od on the al rpoi-I F A A N AVA i D ; ii ng� W ith OL11 limitation, UHF, and VHF Receivers and Transmitters; electric cables and controls relating to sLrch lA VA I D S and IaciliIICS, and QtllOT electric po cr cab Ics scrvincr othcr flaci I itics. Stich NA VAID and u thcr facilities, and electric cables m crst be fu l ly protected during (lie c~riti re consircrc ti0n time. Work under this Con tract can be acc rn p l ished in the v i c inity oftliese faci Iities and cables only at approved Periods of ti me. Apprm -al i s subj cct to wi thdi-aw al at aiiy ti me bccausc- o 1' chanti os ir-I the wcath or., crn L rgcncy cundi tions oii the existing airfield areas, anticipation ation of eirier envy conditions., and for anv other reason cleterirrincd by the En inccr,s actin gr un dcr ffic orders and instrl olons I` th c al'rPOrt managcr n cu t and. or the dcsi gnatod FAA representati ve. Any iristrLi.0 ion s to t1ii s Contractor to c 1 car any gi v en area, at any ti mel by the Engineers. th c ai rport managrement or the FA A control tower (bar radio or oflier n cans) s1ial I be IT-n med late y executed, OA StrLi Ct i o n wow-k will he commenced in th o cl oarod area onl • when addi time al tnstructlor» s; aro i SSLied by the roper aLrthorities. Power and control cables leadin l to and C iyom ariv FAA NAVAIDS and other facilities will be marked In the field by the Contractor (cooperation wi 11 be pr ovidcd by the F nginccr. airpoil staff -mid the FAA) bef rc any work In thei r gcn eral V i e ill i ly is started. Therea 1 er, th rough th c erg ti rc ti me o f' tli i S COO struct i Oil they slial 1 be protected from any possible damage, inClUdiflg crossing with unauthorized equipment. etc. These Special Provisions intend to make perfectly ly clear the need for protection o f; FAA NAVAIDSandother fac i 1 i t i cs, and cab I cs by th i s 'ontractor at al I ti nics. The Contractor shall inimed i-rtely rep -air, with identical material by skilled N or kiiien. any underground c-ables scrvin r FA A N AVA I DS and other airport faci I (tics. which arc damagcd by his workmcn., equiprricrit., or work. Prior approval of the FAA Must be obtained for the materials, workmen, t inne of" day or n i lAit, inetliod f` repairs. and for any tcmporai-y or Pci'm ancnt I-cpai rs the Contractor proposes to mak c to au y T' A A N A 1 D and f �aci 1 i ties damaged by th c� Contractor. Prier qproval o I'the Ln ri ricer or o f'tho represen ta(ive deN i gnatcd by the -airport management inn st be obtained for the materials, r or k i-ren. time of day or night, -and for the method of i,cpai rs for any tcrnporary or perm mien F repairs the Contractor proposes to makc to any other airport facilities and cables darn -aged by this Contractor. I t IS r'e Co�r� 'zcd that the Iowa C'i ty li­port C'c nimi scion will ilIc ur CCrsts l Or employees' salaries, eligi n cerin fees, and otherwise in connection with the damage and inspection and repair of any such darnage. cati see bar the Contract r; and. con scq uently, that th c� IowaCity irport �mmision. iay ii1cLrr loss of inb rcason s� of the diversion of aircraft traffic from the airport rcstilting from interruption of the: use of airport facilities; and that such expel-iscs and loss of m com e arc not m c�rsurab I e iiow and may not bo rcasonab ly ascertainable at the t line o f any i nciden t caUSCd bV th i s ("on tractor. The to era CI ty A i rpo rt Commission and the C onirac for h ereby agree to the assessment of 1 iqu i ated darnages i n 1 ieu of suc h expenses of other daiinages i ricurr•ed by the Iowa City AirportCommissiou. 111 additi�)n to the oblic ation of tlll.�oiitr'actor to iiiii- ik,`dial 'l I-Qpail' aiiy cables or facilities damaged by the Contractor, the sLi m of.S I.,000.00 per occurrence a nd:'or per eac h ca lends r day fr-orn the last ser%ice sli al I be deducted fro ni any w ors ey due the Contractor, or if no money is due the Contractor, the Iowa City Airport (7o nimi ssior. shall fia-ke the right to recover said su ni or sums f i ono the Contractor, from the sLr fete, or from both. I li e ar nount ofthese deductions are to cover liquidated amacrcs to the Spollsor i ncurrod by additional acid th ei- c pcn scs and danittycs ai-i -iiri�r from the Mc idcri t or i nc i dcri is ca r sed by the Contractor, and such ded Lrctions are not considered penalties, FA A A III # 1-19-004 7_0 1 S11-8 Iowa City Municipal A j iport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 142 of 247 1,14 UT1 r,1T ' S f RV CES _ Thc� fo I Io wi ng is a l i stinur of a] l l ubl.ic acid pI ivatc utiIity �orviccs with fiaciIitic,,-; on Iowa City Municij)al Airport property, Fodcra1 Aviation Adi-nimstratiOlz 'itv of' Iowa 'it McLco� l USA M idAnierican Energy Iowa Comiiitin ications Network west Cornmunicatiolis Li }lt r The Contractor shall notifv V r'. Steve Rata } FAA Airway Facilities Cedar Rapids Sector' Field Office 319) 36 -7 1 7.5, w6l in advaucc of constructi n activity to allow the FAA suf'f icicrlt time to locate and trlark existing field cables and to avoid Ll rI.Schell u led fa C i I i ty OLIta es, The Contractor shall coordinate with Mr. l atay concerning, the operation and shutdown of" nav iuxat ioria l facilities dul'i n� p1,0ject corl tmctiorl, A ray FAA equ i p inent"cab I e that] s da inaged by the Contractor sha I I be repa [red as approv ed by Nil r. I stay. If it is zip ticipated that FA A cables wi l I be cut to permit instal Iation of undei-gr and drain I ines. etc.. M I'. Ratay s}ial l be contacted i n advance. All sly l icL ss/cable ropy try shall �ncet FA f� s- pee i l cat ion � and shall be ac}corfl p l i �Iled to the satisfaction of Mr, Ratay. A l 1 cable work shall be performed by qualified workmen retiriil ally crn��a&y-cd ili tlz i s tyl)c t1 l' work. 1 I' alp ex istin c abIc cannot be ropalred ttl the sati � f'act i on () I'tllcr FAA, A, new cable of life kind shall be installed. 1. 15 ACCESS TodSITE. Access to the work shall be l i ire i ted to those gates and ro Jjtes Ind] C nd]C Ljtecj on the plans. A I I areas u scd by the Contractor c i thcr fa I' access or for construction opci,atioiis shall be repai rcd by the Contractor a I'lcr comp I et ion o f'tl1 e C"on trac t work tr) LIch areas to essenli al ly their on final con Ali Lion. A l l unsurf'accd roads used by the ontract r sh �rl l be watm�d 1'cgu I arly by the Contractor to reducc du-st, A surfaced roads, streets, or airport pavement used by the Contractor for access or hauling shall be swept at least dal I y or as d i rc cted by the f n gillecr, The Contractor s li a l I be solely responsible for security at 6 se airport property entrance gates assigned to his use_ At all t i Irks gate,... ��re LI1110ck c�d the Contractor -shall provide a furl l-tini c guard who Thal l+ l + Allow c ntl'v unto airport p roperty of only th'.SC pCrs n s 4LrtI101-i 7cd, carryi ngir pl' per ik1C11tl fiC3ti011, and pi-ev ire my registered with the Airport Security O f ice as Con tl-ac tor's personnel. srI l�Pl101% subcontractor or other party in connection Nor i th the work. IL Deep a log of all vehicles and persons en terirr a��d le�� i n � thrOL1011 the gate Under his control. 1 Report i rni-nediately to Mr. Micliael. Tharp, A lij)ort Opp n-ati on pc�ci a l i 11 3 1 9) 3_56-5045 any unauthorized entry into the airport. 1, 16 WO R K A R EA. The Contractor's operations, includ i ng storage of ni ateri a is u po ri the s ite, sha l l be confined to �IU010I'i7ed or approved ai,eas, t o un 11101oITiled oI' uriwa ranted entry upon. or passage through, or sty rage o l` iiateri al s shall be made upon other a irport prern i ses. Teinpc)rai-y bLl i ld iniZs, stora Te sheds, shop an cI off-i cc, etc., m ay be erected by th e Contracto r' can ly w i th the pri or approva I of th e FJ. rl CT i Ti cer and sha I l be built With labor and matcrial� RifliIshe'd by theConti-actor W] tl70L t CXPOIISC `10 the ailrp l'tF : uCh tcmporary bllildin s and utilities shall reinairi the property of the Contractor and shall be removed by himat his expense, after the completion of the work. l 17 CON STR UCTION A R I •:A S. I urine the I ite of the project. the work ai,ea wil I be tCT_npoi,ari ly designated by the Owner as [lie COn StrrrCti o n area. This aroa must be barricaded wi. 'Lill sides so ai,; to del inca Le it from the VA A A III # 1-19-004 r -0 1 s 1}-9 Iowa City Municipal A j iport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 143 of 247 air operations areas. They are to be maintained and relocated as necessary by the C ontractor. The Contractor will tic all wed to moarc freely within the constrLrction ai-Qa, I'lie cost of the barricades w i I I not be paid fo r separate ly b ut sha I I be eon s i d erect i nc identa1 to the pro j ect. Movements through are air operations area shall not be inade. 1. 18 L1M IT TIO I I OF ()PERAT I() � Ai operations areas incIUdCd In this cort(ract imay be closed so lore as the closi my does not effect the air traffic at tli i s airpoa and coill pl • with the requi remerts of S ections 40-0 and 7 - 7 u l' the Genoral Pro vi duns tf I' th i s specification and specific nu ics; mi th o draw ln�S . The ncl- reserves, the right to inter]"Upt COWFUCtion activitics and i-copcn erne rUrlway dUC 10 Wind, wcathcr, ail- tra l`l`ic demand cl crri rl {r t1le life o C thi s contract without t imc extensions r increase in cost o l` c ritract. 1,19 PROUDURES FOR CLOSING AND OPF-f Ill OF AN All PF-, ATI 1 ARFA_ A. Closing are air operations area. Tlie pr ce(luce to be followed for closing an air operations area will be as I0110W,,-;: I Contractor shall no ti l y th L� rL� ner's pre sLmtative o f in lent i orb 1 or clo i ml are air operations area. , Th c wncr's rcprescli tat i vc w i I I contact ai rport operat i oil s. 3, A i sport operati oil s perso n ti e I w 1 I l rneet th e Co ri tractor ari d the Owner's cepresentati ve at locati on n air operations area to be closed. 4. A ilTort operatI011C. Personnel will Close air Operations area 1hr0r1,t-Y h FAA. B. Opera i ni) an ai r perat i ores area. - Ne f l 1owi ng procedure sly al I be compl led with for al l ai r operations area which have been closed and are chedri lCd to be reope ed.- 1. Coii tractor sly cal I not] 1 . th cOwner's reprosen to i i v o that Ili o arca i s ready to bo upened. . The 'ncr's rcprescu tati ve will i-cvi cw the area. 3. ' I' Il e wner's represen tati ve w] l I rev i ew ai I' perati Oil s area to be opened and i f accept b le Owner's representative will contact FAA and open air opercati ons area. 1.20 WASTE DISPOSAL AREAS. E. . I iL.;po-sial ofall maicryials will be off' of airport PropertY. 1,21 WATER_ C)ntractor is, to obtain anv watcr ft)1- his Erse fi om smirccs o wslpie the all-llort+ 12.2. Cs L E 1 U P OF PROJECT I T EE. The C."ontractor shall at all times keep the site o f th o work and ad j -aeent premises -a s f t,ee fry m materials, debris, rubb i sli and trash practicable, and shall remove e s-ame from any portion of the -site if, in the opinion of the Owner. sLlch materials, dcb ri �, rubbish or trash c nstitutcf a nU iLsance crare objectionable in any way to the public. The Contractor �ha l l be responsible for the removal al of dirt accLu-n u I ati n or any ether klcbl-i s on pavcmcn k rc �Lrl ti n g from theContractor's operations on the work. . At the completion of the work the Contractor shall re ni �-e all materials, implements, barricades, equipment, staging, pi Iin , falsework, debris and rAbish corin�'�s ed with or c�rirscd b pei-ations for such work immediately Upon the completion of that work and shall leave the premises in perfect condition insofar as affcctcd by the work Urld0i- this Contract, fires for disposal ofmbbisli on the site are prohibited, VA A A III # 1-19-004 7_0 I S 1}-10 Iowa City Municipal A j iport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 144 of 247 At the end of each day, the project site shall be inspected and cleaned of co nstrLrc tion debris and trash. The prq cct si tc sh al I be i ri spcmd by rail- operati on s pri or to opeiii ng arca to ai rcra t_ All c I an i n n shall be accomplished by a street sweeper or poNv r broom to remove debris. Prior to sweep i ny, the area shall be c I can c d of laruc dcbri s, c oncrctc, mud, etc., with an end loader. I f th c Co ntractor shou I d fai 1 to c Icarl Lip the pi -cm i ses as roqui rcd abovc, Ili e Owiier after gi v i nti4 the Contracto i• on (1) hO ur nOtice. may do so and charge the cost thcreo l; to the (_'L)r 1raC1Or. The Airport Com ill isL n and the Contcactor liei,eby agree that the cleanup chat'g �Tvi I I be S200,00 per, hotir. 1.23 ENGINEER'S FIELD L OFFICE. Not Required. 1. '214 SUBLETTING OR A I a M E1 T OF CONTRACT. The Contractor shall not SUb let. assign or otherwise dispose of any portion of the Contract witliout a w rlrt n "Permission to Sublet" oi'del' approve(l by the 1 c?wa City Airport 'olmrn i s-.�, Iori. Requests 1 ()1' p01111i SSIOU tO SUbleti assign gn or otherwise dispose (ff aiiy portion of the Contract slia I I be in writing. and shall name the organization which will perform the work. Wlicn requested by tlic lowa 'ity A irp rt ommi scion, the Contractoi,shall pi,ovidc a written wportshowing. that the Organization which will perform the work i!;, pert iCL1 larl V experienc d arid Cq Lii PpCd f Or SUCh Work. Co s nt to sublet, assign or otherwise dispose of rtiny poi,tion of the Contract sly-c.i1I not be consftue(l to relieve the Comractor o F yin . 1-esponsib i I 1 t ' f ()r th c I'u 1 f i l 11r1 cnt o f' the Con trac t ()r in an v wav create aiav co ntra tua relationship between the SU bcontracto r arid the Iowa City Airport Commission. The Cont ra for shall sU bini t a copy o f; each subcontract ag reeme nt to the En� irrcr within tin ( 1 �� days after the Iowa C1ty A i sport Comrrliss1orl has adoptc(l the "Pcrm1ssIon to ublct ". F1naI acc cptancc of the pi•oj'cct w 111 not be mode tin ti 1 the Contractor has ;>`cbm i tted to t lie E n g i n ce r a notari /ed s- Lim mar , o I' Flaynien is to and scope of work performed by all DBE subcontractors. 1.A-2TEMPORARY TOILETS. The Contractor sliall provide and maintain temporary sanitary facilities as n cccssar for use of work rn en. A I I tac l 1 i tr CS III List be In comp I i anc c: with statutorysail i tati u rcqu i rcr ncnts. 1, 26 CON T RAC-1-0 R COM M U N I C AT I ON. The Co ntnact r slial I prov i pie a to lepho ne. pao er, etc., on the pr(� cct site to cli ab I e Communication bowcCtl the con tractul- un(I the En. (i noel' 1- Airport persorin cl _ The Contractor shall also have a 4-hour contact person for after-construction-hoLrrs comn Lin ication. This person shall be co mooed In case of au crmr�cnc�r on the prof c-ct site, 1, 2 7 TE STI N G. The official testing Iaboratory shell be employed and reirnbursed for ices by the sponsor th i-o u41rh the Frig i n ccr, The laboratoi-y crnp l o ycd [-)v th c C ontractor for qual ity control or pl ant cal ibration may be the same as the one employed by the sponsor if contras tcd separately. The following information is brcakdown of the laboratory scrvi ces to be paid by the sponsor and the Contractor: 1, The 'ontractor shall pay for mix designs for each of the fol lowi n .�, type of material required (11-6 1 Oy I f n71 x dcs i gn doc5 riot nicet the rcgU i rQt_l ell tS Of the sl)cc i ti cation s or the Con tractor (Icsires to than . c Material so UrCes, the Contractor shall prepare additional mix d esions as necessary to meet the i,equir ments of the specifications. , The cost of calibrating co ncr rote p I ants shall be borne by the contractor. The cost of c heck- i ng 1-natclia I s ]'or comp iancc to spec' i f icati cans sh al I be the respoiis i 71 I 1 ty o l' the sponsor, Any cost for re a l ibration of the plant shall ago i n be borne by the contractor. I MiscellanOOUS ICsts f ()r concrete pav oment that I ai l shall be h i l led Ali ro tl to (lie contractor by the testirtcy laboi-atoiy FA A A III # 1-19-004 7_0 I S 1}-1 I Iowa City Municipal A j iport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 145 of 247 N1 ateri a l s o r assembl ies used on the ba s i s of cert i fYicates of comp I i ance may be camp led -and tested at any t i the and if fowid not to be in cots ftirm i ty with contract roqui rom ents will be �,su�cct to r(jcction w-li cthci- in placQ or rmt. The form anal distribution of ccrt i f i catcs of co mp l ian cc shall be as approved by the cn gillecr,, Wh on a ni alcri al or a scmb I v i s spec i tied by "brand narrlc or cgUa 1" and the contractor o lcc is to furnish the specified '"brand nar��c}'' the contractor shall he required to t urn ish the inall d f CtU rCr' � �rI t f L ate of compliance for each lot of sucli material or assernbly deliv erect to the wo&. Such certi ficate of compl iance dial] QIcar,ly idontifNY cash lot dclivcred and shall ccrti fy its to. I Con lormanco to the �pcQ i f i cd pert orman cc, tcs ti n g, qual i t �)r di mcn sional rcqu i rcnicn ts; aild () Sultab it ity of the material or assembly for the use i nterded i n the contract o l'k. Should the contractor propose to furnish an "or equal" material or assembly, lie shall furnish the man Lifactur errs ce rtificates of comp) izip ce as Iiere inbefore described f6r the specified bran(] name nilaterial or, as,;ev bl y. However. th c en gineer s-ha11 he the S-l0 J Udg as tow hetlier the propoc ed "oreq ual" is suil bl c ]"or use in the work. The engineer reserves the right to refuse permission for use of ni uteri a is or assemblies on the basis of cer•t i f i cater cif comp I i ��n ce� 1,28 AIRPORT IMPROVFMFNT PROGRAM. The work in this contl-act i,s Mcludcd in Airport I ni provellicnl Free rain Pr _ cc t o. 3 - l 9-0047-0 `� 1, whi c h i hcil�� L111delytaken and accomp I ished h , the Iowa City Airport Commission in accordance ce w ifli the terms and conditions of -a grant agreement between the Iowa City A i rport Cone m i ssioli and the U Hit. SWCS, UndCr the A i rport l mprov emcn t Act of 1 (Public l ,aw 7- 24 ) as amended by Title l of the Airport and Airway Safety and Capacity Expansion Act of l 9S7 ( Public Law 1 -2 3 ), and Fart 15 2- of the Fedei-a I A v i atiou RC rU lUtion s (14 CFR Pail 152), pursuaw to which the United States ha,; agreed to pay a certiai n pelventage o f the cmts o f the prQWct Iliat are deter-ni ire od to bc� al lowab le project costs u rider that A ct. 1 'he U rr i ted Stiites i s riot zr p-r i-tto th is contract a nd no refere n ce i n this contract to the FAA A or any rcprescntati vc th crco f, or to any rights cirraiitcd to the FAA or any ref, resentati�� e thereof, c)r the U i1 iteCl States. by the contract, makes the United States a party to this contract. 1.29 CONSENT OF A I � i M EDIT. The con tractor shall obtain th L� prior ��� r�i (ten consen t o I' the to a C. [IV A i rport Co nir n i ss i on to an y proposed cress i o rr merit of an y i nterest i ti or pert of th i s contract. 1.3 0 CON V 1 CT LA BO R. N o c:onv ict labor rnav be emp I oved and cr th is core tract. 1.3 l WITI I 110 L D IN G': S PON SO R F ROM CON T RA C"TO�R. Whether or not pay ments or a -%, anew u) th e IoN-kra C ity A i sport Co rani i ss ion are withhe Id or suspended by the FAA, the Iowa i ty A i rport Cote err i s ion may w i Ili hu 16 or causc to be w i Ili he I d f ror n thy, core tractor �o r n uc h o I' the accrucd pay mui. is o r advancc-s a� may be cons id erect necessary to pad- laborers a rid ni echan ics emp I oyed by the co ntractor or and, subcontnacto r on the wo rk tli e fu I I amount of wages requ i red by th i s contract, l ,3 2 N ON PA Y M MINT 0 F W AG E"r . I f the contractor, or su bco n tructo r far is to pay any laborer• or iiiechan iC employed or wo rki n g mi the si tc o I'the work an y () I' the w agres rul Lri rCd by th is con tl-ac t. the 1 owa Ci tv Al rport Commission, after written notice to the contractor. �ha I l take such action as ni-ay be necessary to cause the suspen ion of any further payt� em or advance of fines Linti I the vioIations cease. l, 3 3 FA A I1 P FCT TON A N D R EV I E . Th e ck)ntractor sha I l Ul 1 oa r UTIV aLA1101'i led rep r�esen tati�� e of the FAA to i n sipoct mid 1-ev icw aiiv work or matcri ail S Used in the pee ormancc o f ' th i s contract. FA A A III # 1-19-004 7_0 I S 1}-12 Iowa City Municipal A j iport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 146 of 247 1, 34 S U RCON T R A `T + Th o contractor sh al l insc rt i n cach Of 11 i S �Ubcontracts the prov 1 lion s Qontai n Qd i tl paragTraph s 1.29, 129, 1.30. 13 15 1.32., and 1.33. and also a claLrse re cl u iriqgy the subcontractors to inC l Laic these proi lion s i ri any lowe i- t ier subcontracts Nor h i c h th ear niay e rater i n1o. together with a clause requ iri n o th is insertion in any I urthor subc, ontructs that may in Uli'il be made. 1,35 CONTRACT TERMINATION. A brc ach o f' Paragraph s 1 a 31 , 1+ 2, and 1,33 may be grounds for tcrin1nat[on cat; the contract. 1,36 OPFRATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION. Advisuvv Circular 1 0r'7 - Er that sets forth the "Operational Safety on Airports during Con str UCt i ors" is repl-O&Ced in its Untirety and incILided herein following flicso Special Pro visio us. .I h is Adv 1sot,y Sri rcuIar supplements the safety requ i rernents a� set forth elsewhere llet,ein oi, on The plats; but shall tali o pl'eci'don ee i l' con f1 ict oc cLrrs. 1,37 CON TIC AU Tl M E: The w)rk in this Contract sh al I be sub stamial I completcd ac c riling to thc: terms o C th c ent ire contract w i th in one hLindred tern (1 l 0) calendar days t rom the date est b] i sh ed in th c Not ice t Pry ccc , L i q U idatcd dania ,es will be asses cd for the overall work in all phases not being completed within one 11UrldrCd tcn ( l 10) calctldar days froiil the datc c~ tab lishc in tlic Noficc to Pi,occe 1 at the ratc of 1 0.00 Pcr calendar da-'. 0 1.38 OWNER FURNISHED MATERIALS. . Paragri-aph 60-0 of the Gencral ProvisionsProvil,-Jions states Chat the ontractoi, shall furri A a I iii{ateri{ass requi red to coiiiplete the work except as spec itied. The Contractoi' is h crcby advi red that a I 1 c i �ti n r matcria I s used In th 1� proj cct csIi al l be c l ascsi tied as "Ownc; r F urn i �h cd " and instructions contained in Paragraph 60-08 of the general Provisions shall apple. 1.39 ; 00 D FAITH I EFFORTS. B iddor demonstrate that they mado �girood I'ai th e fTits to achieve participation with DBE firms. This requires that the bidder show that it tools all necessary and reasonable Steps tO WCUN parti c i pati on by ccrti #i oil l �l F ti 1.ms_ M e rc pro foi- a efforts w i I I n of be Coll S i Biel -cal as a gTood faith effort. Actl_011S C011S(11 L1t1 n iJ_ C V 1fICn e o l; uroo l f'ai th e l orts are described in Appendix A to 49 C. F F Part 26. Such actions includc but are not limited to-, 0 Soliciting DBE participation through all i' asonabic and a ailablc rrican . This may includc public adv ert iscniLents and phone calls:' 1 " yes to known certified DBE. firms. on sLrl t State Departi n nt o 1` Tr+ansportati on o l) icse to obtain a fist o f~ corti fied DBE 111,111 . clectin , portions cif' work that increasc s the likelihood that DBE' firms will be availablc to participate. 0 Prov idi n g DBE 111111S With SA11'1"ICi 011t tri l'Ol niation and time to re i ow the j) r Q1 cci plans and specificati ons. * DoCU Inellti rag all contacts with DBE firms. This includes nanie, address, phone nun` ber, date of co u tact, and r o m- 1 1 �� c�c tl lr' 'r its{�lZr' ll etc?tl it1 11. 1.40 STA T f : SA I _ FS TA X FX E M PT 1 ON. :�)ntruct rs and app i,ovcd st. bcan ti-actors w i I l be pr vi cd a Sal e Tax Exempt ion Ceryti f i cation 10 P Lrrc:ha se b u ild i ng iiiateri a is or scrppl ies in per orymanc;e o C thi s contract. VA A A III # 1-19-004 r _0 I S I}-1 Iowa City Municipal A j iport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 147 of 247 THIS PI: I.F.FTBLANK INTFATIONALIN FA A A III # 1-19-004 7_0 I S 1}-14 Iowa City Municipal A j iport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 148 of 247 SPECIAL PROVISIONS - PART 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 149 of 247 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 150 of 247 SPECIAL PROV 1 1 PART T 11 FAA REQUIREMFNT.S Thcsc Special Provisions amend an�l"or suppIcrrlcnt [lie Gcnoral Provision of tho Contract and other rov isions of the Contract Doc u nents as indicated herein. All contract provisions that are not so ainended or supp Icnicn tcd rcma i n i n fir I I force and effcc 1. No Federal appropriated fends shal l be paid, by or on behalf of the Contractor, to any person for i11f1uOli 'iI1�2 Or attCmpting to in 11ucnQc an o Pi(xi- o I, crnp]o yce o I'any agrcncy, a Mcmb r o f' ougross., an o i`i leer or employee o C (-_'ongress., or an e rnp loy ce o f-a Member o f` C on�xress in connec hon with the mak i rid of any Federal rare t and tli e am en (Iment or m odifi cation of any Fede a l irran t, If any funds other than Federal appropriated funds have been paid or will he paid to any person for i nf!tier cing or attempting to iTit'l uence are officer or empIo ee of any agency. a Mern ber of Conoress, an o l`l leer or einployce o C Corigress. or an em p loyce o f a I Ieiiiber of" Congress in connection with any FederaI gyrant, the Cortractor shalI complete and submit Standard F I'm -I.I.1., '"1)isclosure of I.obbY Activities,„ in accordance witlh its i11Str1rCti011SS Hie e `ontr�ac�t r o r ;;u bcontractor, by subs -1 i, on of an offe l' an d,�or exec}u ion of a con tract, certifies that it: a) is riot o reed or eo ntro I I ed by one or more citizens of a foreign country included in the l ist of countries tliat di sari m inate agai n st U. S, firms pubI is1ied by the Offiicc of the [_united States Tra(le epresentative (U Tf ); (b) has not know 1ng]y entered into any contract oI- subcontract for th is proiect w1th a person that Is a citizen or nation al () I' a fOrei g1l COUn try on said l i st, or i s owiied or con tr() I ] c(I dii,cct ] y or Mcii roctl y by mic or more citizens or nation.al s of a foreign country on said list: (c) has not pr curcd any product not' subcontractcd for the supply of any product for use or the P I' j Cot that is rod uceti in a CO i LY,r1 Co Uritry on said list. [ail I ess th L� restri ctimis o f'th i s Clause are waived by the Secretary ()1'Transpc�rtathm in deem -dunce with 49 CFR 0. 17, no contract sli I I be award cd to a contractor or subcontractor who is Linable to cei-ti fy to the above. If the Con tructo r knowingly pr curc s or subcontracts for the supply of any product or scry i ce of a foreign. Country on Sind IISI. FOr L[se on 11ie pro'e t, the Federal A ialion A- Lilliinistration may direct thrOLI h the pori or can ccIIat] on of the contract 'at no Cost to the G ovullr11clit, Further, rther, the Contractor agrees that. if a -a riled a contract resulting from this solicitation, it will incorporate this provision foi, cutificati n without modification in cacti contract and in all lower tier subcontracts. The Contractor ma-r rely on 1}ie certirication of a prospective s dbcontraCtor Unless it has lino Iedge that the certification is erroneous. -I-he Contractor shall provide Immediate written notice to the sponsor it the Contractor learns that its cuti f i caticii or that of a subcontractor was errou coars w Iic ii sLrblii I tte(i (i1' li ors bccoiii e erroneous by i,casori of changed circumstances. The subcontractor agrees to provide written notice to the Contractor if at any 1 iine it earns that its certification was erroneous by reason of changed c i rcu r n sta noes. FAA Alf' :u - l 9- 47-031 FAA- I 1OWL1 Ci1V M Unicipal Airport A F:t~'O 00642-46 8 OWYLICtiOn ReMOVI'11S - Ph a -se 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 151 of 247 This certification is a inateri a 1 representation of fact upon w1i is h reliance was placed when making the award. If it is, I atcr &tcrm i n cd that the Ckintractor or Lib oiatractor knowingly rciidcrW an crronckius cc1-ti ticati on, the Federal Aviation Adininistration tnay direct t111_cr) h the Sponsor cancellation o I` the contract or subcontract for default at no cost to the Government. othi ng conta i ned in tli c forego i rig slial 1 be constru ed to requ i re estab 1 i .-Jiment of a s rsteni of record s in order to rondo{ in Lrood faith, the ccilification roquircd by this provision. The ki-io led 7c an�f information of a contractor is not req U i red 10 exceed that which is- normally possessed by a PrLrdent person iri tltc ordinary coiirse of btis i n ess dealings. This certification concerns a iiiatter within th a _i ti ri sd ict io n of -,in agency of the United States of A rnerica and the rnak1njr, of'a Ialsc, 1'ictitiOLISs OF f-audLilcnt certl f-icatio n rnav rcudcr ffic maker sLrh�cCt (0 prOScCU6011 L111dU T it] e 191 tin iced States ("cede. S ection 1001. BIJV AMEl [ N PREFERENCES: (Title 49 U.S.C, Chaptcr 50 1) (a) The Aviation Safety and Capacity 1" pansion Act of 1990 provides t1iat preference be given to steel and man u f acutr d Pr dLiCtS prodLIC L d in tlic United States when Iirnds are expended ptir',41 ant to a grant issLted wider flee A i t'p i-t Irnpi-o ement 11i'ourr uni. The f 1lowin terms applV: l . Steel and irgan ufactu red products. As used in this clause} steel and ina nufactu red products include 1) steel p r dLiced i n the U n i ted Mates o 1' () a man Lifactu i'ed product produced i n the United States, i 1" the cost o f its components r-dried, produced or lnanLr f actU red in the United States exceeds 60 Pei -cent of the cost of a I its c om po nents and final assembly has taken place i n the U nited Mates, imipmicn is 1' I i)rei !,pa on gi n () fth o saiTi o cal ass c i r k iiid as III PI-0dLICIS rOf CITCd to i11 SUbpai a r ap11s b. (1) or (21) sly a 11 be treated as domestic. . t_: oniponents. AS crscd in this clause, components means those -art isles. imateri a ls, and scrppl ies I n co i,p rate(l directly irito steel and m a ifactu red products. . Cost of Co rnponents. This nie-ans the costs for production of the cc rope nents, exclusive of final real asscrnbly labor costs. (b) The succcssfid b iddc i' will be requ i rCd t �ISSUrc that o n lv domestic stc~c 1 and m an ufiictu rcd pro(hicts Will bC LISL�d by the Con trace t()r, SUbcon trace im-s, materi almen grid suppliers in the perf cirmance o f' tlii contract, except those: 1. tliat the US Department or Tran sportation lies determined, under the A �, iat ion S a f eta. and Capacity F.xparisi on A ct of 1990, arc not pro (hiccd 1 n tli c1 U n itcd States i n suffic i crit an(l rcas nab ly avai lab I e gUantities and cifa satisfactory gLia it * 2, tliat tlic U Dep�irtiii eiit ofTian sp rtatr ri }gas deters-n i ncd, iiri�icr the A v i �iti oii afcty an(] ' ap�rci t . Expansion Act l" 1990, that doinestic prel rence W O U ld be inconsistent w itli the public i interest: or . that ire C 1 t_rs legs o f doniesti c MaWria I will increase the cost o f th e overall pr jcct contract by inore than 25 percent. ACCESS TO RECORDS ORD AND REPORTS- (49 C Fly Dart 1 . 6�0 The ('on ti-ac for slial l r-na i n tai n are acceTtab I e cost acci)nllti n -;'steps . The (Ion tractor, ag yces to �' i o Sri dL� the Sponsor, the Feder -al Aviation Adrninistr�ition {end the oniptr ollet- eneral ofthe United States or ariv oftlieir FAA Al P :U - l 9- 47-031 FAA-2 IOWLI Ci1V M Unicipal Airport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 152 of 247 duly a tithorized representatives access to any boobs, documents, papers, and records of the Contractor which arc �Iii-Qctly pQr,ti n cii.t to the spec i fic contract for the pui-posc of making audit, cram i n ation, e cQrpts mid transeri ptions. The Co ntractor agrees to mal ii tai n al I books, records and reports, req a ired Linder th is contract for a period of not less than three gears after final p-cav nne rat is made and all pending matters dare closed. BREACH OF CONTRACT TERMS: (49 CFR Dart 18.36) A ny v icy lation or breach c) C terms c) r 11iis co ntract can the part o ['the Con tractor or thei r stibco ntractor may 1'esUIt i n the sLrspension or tor'm it ation of this convact or sLrch other action that niay be neces ary to enforce the ri rh t� o f' tlae part i us o f' th i s agi-ccii1cn t• The dutic� and ob I i ati its imposed by the Conti -act C ocur n Qri is and the rights and reined ies available thereunder shaI I be in addition to and not a Ijiriitation of any duties, oblitiiralion�, rights and r cnic dic s iliei-wise irnp scd car .-available by law. •I'VI MINAT[ON N' CONTRACT: (49 C FR Fart 18.36(1)(2)) a) The Sponsor may, by written notice, terminate this contract in whole or in part at any Wile, either for the POTISOrrs conven ience or because of fai lure to fu Lfi 11 the contract obligations. Upon receipt of such notice services, shall be initnedi atel y d i s-continued (Lr1I less tl•te notice directs otherwi-se) and all material as ma leave been accurnu lated in performi nur thi s contract. whether completed r irI progress, &I iVere to the Sponsor. (b) I f the term Inat1 on is f6r the c nven1ence of the S p nsor, an equitable A ustment in the contract pr'iCe shall be made, but no arn0 LIn t shall he allowed for ate tip~ ipated profit on Uripert orin d erv- i-ces'i* (c) t I` the Icrlll iiiatlm n is due to f 1ti l ure to f it f i l l th o .'c�iatra torrs obl i�catio n si the Sponsormay takc ovc,~r th o work and prosecute the same to completion by contact or otherwise. In such case, the Contractor shall be I iable to the Sporisor for any a(lditionaI cost occa i one to the Sponsor thereby, (d) If, after notice of termination f6r fal lure to fulfill contract obligations, it is (letei'mined that the C oii tractor h ad not so f'ai l eel, th c term Mahon "li al 1 be dcc nod to have bec ii c ffoctod I ()r Ili o cc�ii.v en i 011co of the Sponsor. In slier event. ad•j 1-1sttll ent In the contract price sly.al l be made as provided i n Paragraph (b) of this c lausc. M The r'iurhts and i-cm is �)f the spo s r' pr v'idc-d in this � Iausc ar'e ire ad itior t an other r'i ghts and rvrri cd s pmv i dod by law or under this cori try ct. RI G 14 TS TO INVENT) ONS, (49 ff R Fart 183 6(1)( )) All rights to invcntions and materials gent;ratc(l tanner this contract arc subject to rcorulations lssLicd by the FAA and [lie Sponsor o f' the Federal grant Linder which this contract -is o ecLited. DAVISBAC-ON REQUIRENIENTS.- (.219 CFR fart 5,5) 1, Minimum Wagires (i) All laborers and rrrecIianic}s ensploved or working upon the site of the work will be pald uncondi lion ally ai-id not 1cs-so 1'tcn than on cc a wock, and withoutsLibsuquciit deduct i on or vcb€ttu on pan • account (except sti c h payro I I ded trot io ns as are perm itted by the S ecretary of Gabor Calder the Copeland Act (9 CF'R Pai't 3)), the fu I I amoti nt of waures and bona fide fringe benefits (or cap li Cq U i valen t therco t) due at t iine o r pa inent coin tI Lrted at rates not less- than these contained in the watire determination of the Secretary of 1 rab r• which is attaclied Ii reto and made a part FAA Alf' :U - l 9- 47-03 ] FAA-3 IOWLI CiIV M Unicipal Airport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 153 of 247 hereof, regardless of any contractual relationship which may be alleged to exist between the cots tractor aiid such l aborQrs alid mechanics, Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) �)f the Davis -Bacon Act on bcha I f of I aborcr� or m cchan ics are con s idcrcd wages paid Lo such Laborers or inechanics, sube t to the prow 'sio ns of pai�a raph (1)('v) o f this section: al so, rcgu I ar contributions madc oi, costs m c uri,cd for more than a w cuk I y poriod (but not 1css o ten thart �l Uarterly) under plans, 1'crrids, r piy��uranis which cover the particular weekly period, are deerned to be c ti tructi v e lf. made oi, i ti cu t't,ed du l' i n" SLICII weekly period. Sucli lab re is and tr cchan ics sha I be pal d the appropriaw wauc 1-ate and fi-iii (: la ciic f 1 is oii the wa��� dctci-m i n at] on for the c lassiifi ation ofwork actua I ly perfo rrned. w itho tit rega rd to sk i 11, ex cept as provided in 29 F R part 5. 5(a)(4). Labk)rcrs u r mcch an i cs pci1lorm i ntir wu rk i n more than oiac c I ass i f ication may he compensated at th e rate speei i ied f r each c 1as i 1 icat [on f Or the t ir110 Z'10 oral ly w o i ked therein. P)--ovide . That the employer's pavi,oII i,ec rds accurately set for-th the time spent in eacIi c lassi l'icati on in which work is pcil rmcd. Th o wa c dutcrni iriation (r n c I udiiia any additional c lascsifieation and wa ce rates co reform ed u rider ( I )(i i) o f th is sect ion) and the Davi s- bacon poster (W H -13 21 ) sha l l he posted at a l l ti ni es by the conti-acto t' ate d i is su bco ri tractors at th e s i to of the work in a prominent and accessible place where it can eas i lv he seeri by the workers. 11 (fi-)(A) The c ontractiriur ()l`ficcr �hall require that any class c� I' Iaborcrs c)r mcchaiiics, inclii.dill" helpers, which is not listed in the wage determination and which is to he employed under the co mracl sh al l be c l ass i fi ed i n con f0 i'mance w 1 th th e wage determ it ti ati on, Th e contracti ti g offii cer Thal l approve an additional c las i l;icat ion and gage rate and rringFe here f i is theref are only when the f 1Iowi tig criteria have been met: (1) The work to he perforrried by the classification regressed is not performed by a classification in the wage determination, and () The classification is utilized in the ai,ea by the constrticti n industry: and () The proposed wage rate, including. any bona fide fringe benefits, bears a reasonable sonable relationship to the wagc i'ates contai ncd in the waura (ietcrmin-ation. tl (B) if the contractor and the Iah rcrs and mcclianics To be crnplo cd in the classification (if no wn ), ()I- thel r repro scii latl %`esi and the con tl-ac tiiig ()11 icei- agrL`c tm the cl assl f 1 catl ()n and wa` 41 gate (including the aniount designated for fringe benefits where appropriate), a report of the act to n tali cn shall he sent by the cots tracti ng of i ccr to the A diii i n i strato r of th c: W aurc acid H err D1v1sion, Employment Standards Adniinistrat Mn. L.Q.S. Department ol'Labor, Washinoton} D,C. 210, The Administrator., or an auth ri7cd rc'presc'ntativc., wiII appi,ovc, rn dify, or (11Sapp rove every additional classification act -Ion within 0 day of receipt and so ad isc the contr acting-r officer or will notifv the contracting officer within the -day period that additional time is tl c c c scary, In the event the contractor, the laborers or jrnechanies to be employed in the classification or th el r representati v es, and th o con tracti ng o f'f 1 cor do not agree on the proposed el ass i l i catiO 11 and Nvage rate (Including the a r nou nt designated for fringe benefits where appropriate), the cots tracti ng of iccr sha I I rc fcr the quests » si in c}l udi ng th e vicws of al l i n tcrested part i es an d th e recommendation of the contracting rig ffieer. to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so adv i sc the contractin g o Ili cer oi- Wi l 1 not] f the Contracti ng cr f'f cer W i th i n the 3 0- day period th crit additional time is necessary. FAA Al P :U - l 9- 47-031 FAA-4 1OWL1 Ci1V M Unicipal Airport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 154 of 247 (D) Thc� waurc rate OnclLtdintir fringe bcncfits whcrc appi- priatc) ci WI-111ill0d PUI- cant to ��1 } ra��r �} 1 1 i i F or b o f;this paragraph, hall be }paid to all workers peel l�r mi ng work in the classification and r this contract from the first day on Norhich kvork is performed in th c l assi ficatioll. i i i 0 Wli cn c cr the m i n i ni um wa&yc rate prescri bcd in the contract for a J ass of lab i•crs or mcchan its, includes a fringe ng benefit which is not expressed as an hourly rate, the contractor shall ei th er pay th e ben efi t as stated i n th e wage d to r•m i nat i on o i• sh all pay an other bona fide f i•i n e bcii lit i- an 11OL11-1-r cat h equivalent thereof, (i v) l f the con trac [or does not rri ak e paytn-cn is to a trusted or u Ili cr Ili i rd person, the con trac [or may corps ider as par( o fthe wauxes o C any laborer or mcchanic the anIOU 111 o t' any costs rea onab I v anticipated in pi,ovidi na bona fide fri r ure benefits under a plan or prou ram, Pvo vided. Tliat the ocretar • o I' Lane r has f oUnd. Upon the Wri ncii. rcq ucst o f' th c con tractor-, that th u app 1 i cab I c standards of the Davis -Bacon Act have been met, The Secretary of Labor may require the co ntracToI- to set as i de its a separate account assets for the rneetITig of obI iorations under- the 1)1an or program. Withholdili . Tlic Fcdcral Aviation Adtrnini�tratiori or tlic porisoi- sli�il I iipon its own action or upon written rcqucst of are authorized representative f the Department of" Labor withhold or CaLlSe to be withheld from the contractor Cruder th i s contract or any otli er f cdcral contract with the same prime con tracto i', or any other FoderyaII y -assisted contract s-ubject to David -Bacon } revaiIIng, wagre rogttirycnnont . w h I c h is heId by Ilia same prime contractor, so much of the accrued paym e nts or advances as may be considered necessary to pay laborers �m d m cch an i cs, including apprewi ces, trai nccs, and lip' I per . crap I o cd by the cowracto 1, or any subcontractor the fti I I ainou nt of war q6 r d bv the contract. In the event of failtire to pav any laborer or mcchanic, including any apprentice, trainee, -ai- hclper, employed or workinir on the site of work, all or part o f the wa�ges i-eclu ii-ed bY the contract, the Federal Aviation Administration may. a ftc�r Written notice to the contractor, s o riso r. applicant, or owner. take such action as may be necessai-y to CaUSC HIC s rsl » i ors of any f rrtlir paymcnt, advaricc, or L-uara tcc of funds until sLich vi latioiis have ceased. 3. Payrolls and basis: records. (i) Payrolls and basic records rc l atinir thcrcto sli al I he mai nta i n cd by the coati-actol- dilri n g the course of the work and preserved for a period of three years thereafter for all laborers and mcchan ics 01-k i n g at the s i tc of • tli c work- SLIC11 records shall contain the rianic., ad(lress, ,Etnd soc a] se�:>`rrit�• r��rrt�her of each S3Lr 11 work r, his or 1��r ��r-r-c��t classification, �lior�, 1�����rlV rags of' wages paid (including rates of contribalions or costs ant i c ip-ated for bo nc-i fide fri n oc benefits or cash cquivaicnts thereof of the types &scribed in I (b)(2)(B) of tho Davis -Bacon Act), daily and weekly number Of hours worked, deductions niad e and a tU l ages paid. Whenever the Secretary c f l _abor has found uWei- 29 CF R 5, (a)( l )(iv) that I1ie wades of any laborer, ot, me han is i tie I Lide th c amoiin t o f are y costs reasonably an ticipatcd i n prov id ing ben e fits u nder a Ian or p rograr n described in section 1( )( )( ) of the Davis -Bacon Act, the contractor shall maintain roc rds which show that the committricnt to provide such beiielits is unf'orccablc, that the plan or program is financially responsible, grid that the plan or prognam has been communicated in wrfting to the laborers or mechanics {effected, and i,ecoi,ds whicli sliow the costs anticipated or the actual costs incurred ed in lirov id ing such berte 1 its. Con (ractors employing apprentices or trainees under app i'ov d p r g i,ar n s s i, aI I maintain WI-ittCr1 evidence of the FAA Alf' :U -19- 47-031 FAA-5 IOWLI Ci1V M Unicipal Airport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 155 of 247 reg istrat i on of apprent i eshi p p rogra ins and cert i f icat io n o f tra i nee p rogra ms, the reg istrat io n of the apprent i ccs and trai ncce , and the ratio � and wage rates prc�cri bed in the appl icab lc programs, (i i)(A) The contractor shall submit weekly for each week in which ariv contract work is perf rmod a copy of all payrolls to the (write in name of appropriate fodcral agclic y) if the a Den �� is a rly- to the contract, but i f the agency is not such aparty,the contractorwill submit L1.1the payrolls to the applicant., upon sor, or o wi-ricer, as the case may bc, for transmission to the wri tc In. rlarne of" agency. ). Tfic payrolls l is submitted shall I l set out acC Urate I and completely all o f' the information r,equi t,ed to be maintained under 9 CFR 5.5(a)(3)(i), except that fuI l social security 11Ulllbers aced home addresse-i shal l not be inclUded on wcck ly tramsmittal , Nstcad Ili payroI Is shall only need to include an individuaIIN, identiAfing. number for each eiripIoyee (e,L the last f 'OLrr d i g i is o F the o mpl vec's soda I smiri t nw-nbcr). The rc >rri rcd week ly payro I I In to i'mati u 111aV he s Libm itted in any f ' rim deli red. Optional Forin W 11 47 is a ai lab le f ()r th is P L111) use (10111 the Wage and H oLi. r I ) i V'1 s 10 n Weke s i to at ht/j): Mvivii,. oI.,go v/�sa/ivh&�/fi)i-�)isivh 3 4 7histi+. htni or its successor- site. The prime contractor is respoii-sib I c (Ur the sitbm i ssi ii o f copi es. f' pa i-ol l s by all subcontractors. Contractors and subcontractors steal I maintain the full social security number and current address of each covered w r,k er, and shall provide tli e m ripe ri i,eque t to the (write in name o f` appropriate t edera I agency) i t the agency i s a party to tlic contract, b Ut i f th e agency i s 11 of SLIC 11 a party, tli e co n tractor w i I I subm i t ther n to tli e app I i cant, Sp rI sor', o r, owner. as Ilse case rnav be. I()r traps1-niss,ion to tho (write in name. of'agcncy), the co ntracto r, oi, the Wmle and [ IOerr D iv i sion of the Depailment of Lobo r fo r purposes of are i rivest i ation ot• amrdit of Comp] iance with prevai 1 i n r•e � irei��ent . It i not a violation of th is section fogy, a prune contractor t requi i'e a Subcontracu)r to provide addresses and SOCia l SCC UritY numbers the Prime contractor for its n records, w itliut weekly ubr i ss i re to the sponsoringgovern le nt aiyericv (ol• tll e app I icant', sponsor., or owner). (R) Fach p-,iyrol I s0mitte�d shaI I be acconip�vn ied by �.t " Statemeiit of Corn pI ianeei" si gTied by the contractor Or s Ubcontractor or his or her agent w1io p-a , s Or s LrpMA i ses the pa inent or the persons employed under the contract and shall cealfy the t l Iowl n�: (1) That the I3ayrol I for the pay ro I l peri od conta i n s the i nforrnati on req u i red to be pro- idcd wi(lcr § 5.5(a)(3)(i i) of Regal-ati ns, 29 UR pai't , the appropriate I o formation i s beini i ,i in to fined u iider 5.5 a)(3)(i) o C Regil [at ions, 219 C FR part 5, and tli�.rt stich infori-nalion is coi rcct and compIcte, (2)That each laborer and inech a n i c (including each helper. apprentice and tra i nee) CI11PlQYCd 011 the CO n trUCt dUri n ur the payroll peri (I has bean pa i(I the fir l l week ly wa es earned, W ithO ut rebates either directly or indirectly, and that no ded LICt ions h avc becli T-na(Ic tither di teary or i ndi rc ctl y from the ftrl l w our s camcd, oth cr th ar peri-ni s ibl e deductions as set forth in l qyu lations 29 CFR Part 31 (3) Tliat eac,fli laborer or mccliaii is has be rl pai(I Tiot Icss than tlic applicable wagc rates and fringe benefits or ca-sh eqrci�,alents tot- the classification of work perfor red, as specified iti the app Iicable wage deterni ination incorporated into the (C) The wee ly submission of a properly e ecwcd ccrt i f cat i n act forth on the revcrsc side of Optional Forin WH-347 shall satisfy the requirement for SLihinission of the "Statement of Compliance" required by pa rairaph ( )(i i)(B) of this section, FAA Al P :U - l 9- 47-03 ] FAA-6 IOWLI Ci1V M Unicipal Airport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 156 of 247 � D) The fa lsi fieation of any of the above certifications imay su b_j eet the contractor or subcontl-actor to civiI ��r ril�iilitl pi-uti n ern i �r ~ }ti n 1 I `Titl 1 and ' ti rl 1 ' T i tl e 3 1 o f the U n iced S tates Code. 0 i i) Th o co ntrac [or or subcon tractu r sha I I rn ak c the records roqu 1 rcd under Faragirraph ()(0 of th is section available for i n spectiort, copying or transcription byauthorized representatives of the P nsori tli c Fcdcra I Aviation A dm in i strati n or the Dcpartm erlt of Labor, and shall pClT111 SUCK representatives tO interview miployces during working hours on. the ,] b. 1 f' the contractor or subcontractor fails to submit the regU i red r,ecords or to make them available, the Federal a0 e n cy may, after wr-1 ttcli ilotiQc to 1110 con tr act l-, upon sor, an l 1 c,. aii t 1' own of-, lake su-0 action at may be neeessa r y to eau se the su s ension of any fir rther payment, advance., of guarantee of fu nds. F urthcrrrlo 1'c, f 1ti l urn' to submit the reel u i rcd rccords upon roqucst or to Mal o such rccords- av ai lable may- be gyrounds I Or debarment action purswarit to ? 9 C F f 5.12. 4. Approntices and Trailices. (i) AFFrcnti ccs. Appruticcs will be pumittcd to work at less than the pi-cdaur n i ncd rate fo i, the work they pert Ormed when theyare ern lk)yed pursuant to and inch �! ideal I y registered in a bona fi do (J P1-CJJJ iCCSJJ iF PI-o Train rC (Ti stCred with the U, . Dcpaili-lent of I .abo 1,i F m P to r7 cnt and Training Administration., l Lireau of pprel bcce hip and Training, or with a State pprerlticeshll) Agency recognized by the Bureau, or if a Person is employed in his or hci- first 90 days of Probation Ui_v emp lovili errt as ari uppreriti cc in -such art apFrcnticcsh i P F i, rr ,(.ti11, who is not Ind i V i � ��al l re i tered i n the program, but who has been cer�ti fi ed by the Bureau o C ApprenticcsHp and Tr,.un inn or a State APp1•criticeshiP Agcncv (wlierc appi• pri#etc) to be eligible f car probationary empl oar Bien t as all appron tico. The al lowab � ratio o f' apprm ti ties- to j ourn vin-c'n on the job site in any craft classification shall not be neater than the ratio permitted to the contractor as to the en ti ITS' work f0 i-CC Undcr the rcui sty~red Prograr n. Any workcr listcd on a ayrol l at are apprent ice wage rate, who is not regi stered or otherw i se erne lob' ed as stated above, s 1i al l be Fa i(I not I css tli Mtn the app I i cab I c wage mate on the wage c: teri-n i riation f 1' the c la i I'icat-lon o I' wor k ac Wal l y perI i)rmed. I n addit 1011, any apprent ice per l oriel i ncr work on the jot) s i to 111 excess of th e rati o perm itted u nder the red, i stered prograrn sha I I be pa id n of less than the app I icab l c wa c rate on the wage deter n iliation for the work actually puform ed. Wh crc a contractor is perform i n a construction k)n a project in a local itV other than that in W11 ICh its Zn Pro rar n i s rc~r i stcrcd, the rat i os and wage ratcs (cx presscd in puccntaures of th C, j ou ITLcym an's- h ourly rate) sped f i ed I n the contractor's cal- SUI)CO11 trac lor' regi stered pro rare shal l he observed. Eve ry {r p prentic e mu st be P-rid at not I ess than the rate spec i fi ed i n the registered p rog rani for the apprent I cc's Ic cl ofprogrrc: s, c Fressc its a pei-cc:ntagc of the Jourt���ymen 1iourly rate sFccif cd i n tlle ap e ieab le wage cl eter m ination. Apprentices s��a l 1 he Pa id fringe benefits is in accordance with the provisions of the aPpi-cnticeship program, if the apprenticcship program does not spccify f r-ir� ge ben c� I i t s, pprentl ces 1nLrst be paid the f it 1 anio unt €� I� I �inC, ��e1�e f i is I i steel on th wage detei'miriation for the appl i cab I cIass ifical ion. if the Adiriiriistr{ for determines that a different Practicc Prevai l s for the aPp l i cab] c appirQri ti cc classi fi cati on, fri n gQs sly al 1 be paid i n accordancc with that determination. In the event the Bureau of Apprenticeship and Training., 01. a State Apprenticeship Agency recognized by the Bureau, withdraws approval of crra apprenticeship pro Mani, the contractor will no 1 on gFer be permitted tO Lrti 1 iZe �'1PP1_C11 tiCOS at 1 ess than the apP1 icakele predetermined rate for the Nvork performed until an accePtable 1)rograrn is appro-ved. (ii) Trainees. Except as provided in 29 CFR 5.16, trailiees will not be Perinitted to work at less than the predeterm i ti ed rate for the work performed a ri I e ss they are emp loved pursiran t to and i rl l' - dual l � roe i tered in a program ��� h ieh has recei �� ed. prior aPpr-� wal, evidenced by f Orinal certification by the US. Department of Labor, Employment and -1-raining Administration. -I-fie FAA Al r' :U -19- 47-031 FAA-7 1OWL1 Ci1V M Unicipal Airport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 157 of 247 ratio of trainees to _j oune , nien on the _job site sha l I trot be greater than permitted tinder the plan appro W by the F i-ti ployrnc» t and Training A6-Ia i n i stration, Evcry traiiauc ni uM bc. paid at not than th c rate speci t i cal i n the approv cal prograrn f ()r the ti-a i n ce's level o i"pro dress, expressed as a percentage of the journeyman hourly rate specified in the applicable w ige determination. Tral nccs, sha I I W paid fri rn gc knefi is i n accordan cc W 101 the pro i siotl S of the trai ncc program. t t' the trainee prigs in does not mention fringe benefits, trainees shall be paid the full mou rit of fritigc benefits l islc(i on the wa c dcterrn inatiOrl UnIC'Ss tl-ic Administrator ofthc WaLre and Hour Division deterai irtc that there is an Sapp renti cosh ip pro dram associated with the c rrespondi 11 jourreymar wa4)e rate on the wane dcterirni tiatioti wli ich prov ides for less thati full fringe benefit for appi-c tip us, Any crri p loyuc- l i stcd on th o payru l l at a traiiicc rate who i � clot rc,(!,i �tucd and participating in a training plan approved by the Employment and Training Administration shall be paid not less thai1 the applicablc wagc ratc on tho walyc dclermination For the classificati n of work acts, a l tv perf rmed. In addition. any trainee perl'Oti-ning work on the ,lob site in excess f` the ratio perm itted under the registered proffrarn slial I be paid trot less t1ian the appl1cab le wage rate on the w agc dcturn i nati on I i' the work actUa I ly pul ormcd, to tli c even l ili c F riip I oymcii t and Train ino Adniinistration withdraws approval of .1 training program. the contractor wi 11 no Ionger be permitted to Lit I i7e trai n ees at less t1ian the appIicable predctermi nevi rate for the w ork Pori rlIlOd Until an acceptable pmaram is 11.1ppr v ed. (i i O Equal Employment OpportUll i t . The utilization o f' appr oiltl ces, tramucs and J(A1rr1OVr11Cl1 under this part shall be in conformity with the equal employment opportunity requirements of I "A cc uti ve 0 rder 11246. as am ende(l, and 29 C F' R Part 30, a ompIialicc With Copeland Act Rcquiroil] dills. -I'lie contractor sliall comply with the requirements of 29 CFRPart 3, vvhich ai,e incorporated by rcfci,ence in this coutract. 6. Subcontracts, -1-lie eonti,actor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR fart 5 a (a)(1) thrOUgh ( l 0) arl(i SUCK Other c l aLI�c� GIs the Fc(lcral Aviation A�Im i n i stratioii may by appropriate instructions i•eq u i re, and also a � laU se requiring the subcontr.--icto i•s to i 11cl 11de these C laU ses III My lower ti or subcontracts. The pri nip, contractor sly al I be respon s i blQ for the compl i m cc by any subcontractor ol, lower tier SUbcon trac for with all the contract c l aLI cs in 29 (."Fly Part 5.5. 7, Conti -act Tormi n at i on, Nbarm cnt, A bivachr of tli c contract cl aus s in parauri,aph 1 th ro u ah 10 of this scctl on m av be surrounds f()i• tcri-n i nation i' 1h c contract. and I r debarment a contractor and a subcontractor as provided i n 2-9 C F f 5.12. , Comphancc Willi Davis-t aco» and RQ]atc(i Apt RQquirctrtc»ts, All rul inns and interpretations of the l )avis-Bacon and [belated Acts coritai iied ire 2 9 C V R Parts 1, 3, and -5 arc herein incorpt)rated by re f ermce in this core 11'-acl. 9. Di -,,ipri 1CS Concorninty Labor Staiidards. 1) i sputes ari s i n a out of tli e I abo r standards prov i to ti s of th i s contract sly al I n of be sub�i ect to the crerl eral Ali s� ��1e c larrse f` 11�i s contract. �r l disputes I l l he reso l �� ed in accordance �� i tl� 1I�e ��r�ccdr�rc � � tI e Depart III ell t of labor set fo1111 ire 29 CTR Parts 5., 6 and 7. Disputes with ire the mean inn of th is cIause FAA Al P :u -19- 47-03 ] FAA-S IOWLI Ci1V M Unicipal Airport A FCOM ..'..'00642-468 OWYLIetiOn ReMOVIIls - Ph a-sc 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 158 of 247 include disputes between the contractor (or any of its subcontr+aetors) and the contraetiny a er cv, the � 1. . [ cpartn n t oft . aboi-, or the emp I oYcos or th c i r rcprc�cntativc, 10. Certification of EI ig ibil itv. (i) By entering into this contract, the contractor certifies that neither it (nor he oi- she) nor any person or Firm who has an intcrest in the contractor's firm is a r firm incl igible to be awarded G o ern men t contracts her v i rytue o f' section a o r} the Dav is-B acon act or 2 c CT 1, l (a)( 1. (i i) N o part of th is contract steal l be su beo ntraeted to any person or fi rin inel ii bl e fo r award of a 'lOVU111-n Oil t CUntTact by Sri rtuc o 1' scol oil 3 (a) o I' the Da i s-Bacon Act or 29 C r R 5,12(a)(1 (i i i) Tlie Pen altv fot' mak ink false stateilients is prescn bed in the U. S, Crirn1 nal Code, 18 Sri. . ;. 1001. CON rI'RAC T W 0 I I H 0 U RS AN D S A F ErI-,ySTANDARDS ACr1, REO U I RE M E rI, : (29 CFR hart 1. 0vcninic T ecuiryellient's. 1 o contractor or subcontractor contracting 1 or any part o l' the Contract work which IllaV req «i rC Or involve the employment of laborers o r mechanics shalt require or perirr it any such laborer or nieehan ie, including watchmen and juai'ds.. in any workweck in which he or she is cniploycd on such work to work in excess o r~ forty hOU rs J n su ch workweek unless sucli laborer or rnec}ian is reeei gyres compensation at a rate not I ess than one and oric-ha I f t i arcs the basic rate of pay for all 1i oms w ork eel ill CXCCss of forty hours In such w curl w ecI. ,V i olution; 1.iability for Unpaid Waucs. [ Jg u i alcd Dar na( 111 the event of any violation of the e I ausc set forth in paragraph 1) abovc, th c contractor and any ae[�� addition, tr l r responsible lieref rY shall e liablele 1 r th c���p i t r l contractor and su bco retractor s Ei al l he 1 table to The U n ited States i n the c-a se of work on e under con tract for the Di stri ct Of C01 Lill] bi',l 01- a tCrri t0l-V. to such Di stri ct or to such tern tor ), for l iquidated damages_ Sucli liquidated clainages shall be CO MPLIted with respect to each individual laborer or mec liars ic~, including atc h ni c ri a n al T LJ �jr&, '111 p l li in violation of the clausc sct f r-t h ill parr ru p h l above, in the LI iII of 10 f r cacli calendar (lay On which sucli individual was req Sri reel or pe ri-n itted to work ill m ces o Ix th e standard workweek of forty hours without payment of the overtime �,�-.{ages required by the clause set forth in par,,Lrurraph 1 above, a W1 t1111old ] n g for Unpaid W a cos and L iq uidatcd Dgrn agcc , The Federal Aviation Administration or the Sponsor shall upon its own action orupo n written request l' an authorized represen tat i vc o f'thc Dcparlm cm o f' Labor wi thhu Id or CaUSC 10 bo W i th IZc, Id, from and. Trion ies payable on aced LIn t of W or-k- perform ed by the contractor or su heontraetor Under and, such contract orally other Federal contract with the same p n iln e contractor. orany other Fede i'a I ly-assisted contract subject to the `onlrae t Work [ IO ur and Saflety Standards Act., wh ieli is held by the same pri the c ntracto t', such sur n s as may be detei'm i tied to be ri cessary to satisfy ativ I i ab i I it ies of such eontracto t' 1' SUbc ntractor for unpaid mzcs and 1 iquidatcd dan1agcs as prow idcd in the c laLrs0 set f r•t11 i 11 paragraph 2. above. 4. SUbcontractors. FAA Alf' :U - l 9- 47-031 FAA-9 IOWLI Ci1V M Unicipal Airport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 159 of 247 The contractor or sUbcontraetor shall insert in any subcontracts the clauses set forth in paragraphs l through 4 and also a cl ausc i-cq u i ri n g the subcontractor to incl uk thcsc cl auscs in any lowcr tier subcontracts. The prime contractor shall be responsible 1 r compl ianec bV any subcontractor or lower tier subcontractor xvith the clauses set forth in par or-ap hs I through 4 of this section. VE"[-'ERAN' [`[ EFIE EN C E: (Title 49 U. S.C. 471 12(0) In the e111PIOVI-ricilt of,laboi- (cxccpt 111 cxcci,liive, administrativc, and supci—visory positious). pi,cf'crciic c shall be �,Fi v en to Veterans o C the Vi etnaln era and di sab led v et rans as de f l tied in S calon 5 1-5 (e)( I ) and (2) o f; the Ai i,Port and Aim ---ay l mpi,ovement Act of 1982. Howevet', this pi,efer nce slial I apply only xv Ii ie the individuak arc availablc and qual i 1 icd to perIorrn tho work to which the cniplo1y111ent 1-clatcs, 'IVIL R IG I I TS ACT OF 1964.4 TITL E V [ — CONTRACT l TRACTL'A1, REOU I R EM ENT : (49 CFR P-art 1 � During the poi-1 ormanco o l' th is contract [lie Con tmetor, f ()r itself, its and SL1CCC-, SO�1'S in interest hereinafterreferred t the ''Contractor")�� as fol[OW:5� 1.1 Compliance � ) with O� L[l at iOn �. The Contractor shall � mpl with the Regu lati � ns relative to nondiscrimination in fcdci-all assiste(i Progiums of oic r)cpa mcrit of Tt'ansportation (li l-cinafter, JI D T" ) Title 49. Code o f� c&ral f Caul ation s, Part 2 1, as they �� ay be any ended f'rorn time to ti L� (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a Pant of this Contract. 1,2 londisci'im ination. The Contractor, with recrard to the work Pci-f rmcd by it during the contract, shall not d iscri m inato on the rounds o f'rac c% co 1 oi-, or national oi-igr ire i n l%e selection and retention M' subcontractors, i me I Ord i ray procurements of materials and leases of equipment. The Contractor sliall not participatc cithcr kli1-cetl ui- indircctly i17 the discrimindzition prohibited by �c'ction 2- 1 5 of th Regulations, i roc 1 u i ri g ell1ployment practices when the ontract covers a program set forth in Appendix R of the l cgu l ation s, 1.3 Solicitations for Subcontracts. Including Procurements of )Oaterlals and Equipment. In all sol i c,s i tatiou s cither by corn poitivc bidding or negotiation n1adc by theConti-actor for work to be performed Linder a subcontract, j nc l Ud ing procurements of materials or leases of eqUipment, each potential subcontl-actor or �mppl icr shal l be nuti EW by th c Contractor of the Contracto is ob l i �;��ti on s tinder this con li-ae t and the T e ul at ions rc!lati v e to nondiscrimination on the grOUnds o t'race, color, or national origin. 1.4 Information and Reports. The Contractor shall provide all i n formation and reports required by the Rc u I atlol7", of d i rccti Fes i sued pursuant thereto and shall pert11 it acccss to its books. rccu leis, acc un ts, 0111CI` sOU rces f" i n 1 rural ion, and its 1 "Ai 1 it ies as ina . be determined by the Spon."-,or oi- the Federal Aviation Administration ( FAA) to he pertinent to ascertain compliance with such c u l ation s, orders, and instructions, Where any i n f ri-nation ruqu i rcd o l' a Contractor is in the eXC l USi Ve possession of another �vho fails or refuses to furnish this information, the Contractor sli a l l so c i'ti fy to th e sp nso i- or th e FA A. as app i'opri ate} aTi d sh a1 I set fortli what effo i'ts it has made to obtain the in f 'ot-mat ion . 1,5 anc tion s 1 r l one omp l i au cc. In the cvcn t o l' the Contractor's noI1{;omp l iancc with the nond i sc ri in ination p rov i s i on s of th is contract, the sponsor sh.9I 1 i nipose stich contract sanctions as it or the FAA inay det I'm ine to be appt'opriate, including, but not limited to: FAA Alf' � - l 9- 47-031 FAA- 10 1OWL1 Ci1V M Unicipal Airport A K'OVI ..'..'00642-468 ObS1111010i1 ] OMOVk-1 1 ,� - P I tape 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 160 of 247 a. Withholding of payments to the Contractor under the contract until the Contractor complies, and. or 1), Cancellation, termination, or suspension of the contract, in whole or in pc-irt. 1.6 Incorporation of f royls.1ons. The Contractor shall include the provisions of paragraphs 1. l through 1 a 5 in cvcry subcontract, including pros urcrncn is f'matci-ials and lca. s o f'cquipr ncnt, L.i111CSS CXCII1pt by the Regulations or dirCC h V es i ss Lced pursuant thety no. The Contractor shall lake Such action with respect to any subcontract tract or p r'ocurement as the sponsor or the FAA may direct as a means of onforcinti SLIC11 pry ViSiOIIS illCludinti sanctions fail- nonc,ornplian-L;c. pry vicicd, horcvc-r, that ill the event a contractor becomes involved in, or is threatened with, l itioation with a subcontractor or supp 1 i cr as, a i-csu I t of' such dircct i curl, the ntractoi- may rc(ILICA51 tli c porl soi- to c u tcr i 1i to Such litigation to protect the interests o l` the sponsor and, in addition. the Contractor may request the United States to enter i rito suc 11 11 ti uraai orI to protect the i n to rests of th e U rI ited States, I R PO rl, AN D AIRWAY IM P ROV EM E N T rl' F 1 : (Section 520- General Civil l i�l�ts The Contractor assures that It will comply with pertinent Stat sites, E CC art i VC orders and S UCh rules as are promu I gated to as a i,c that no pc r-sore sly -al I, oil the gi-oun(ls of mcc, c i-ccd, col t-, nation -,il origi ri, sc ; agc, or- h an dicap be CXC1 Uded 1 rom pal-ticipat i nl , in any activity condUCtL d With Or bone 11t1 n 1 roin Federal a si tanco. In the case of Contractors. this provision binds the Contractors from the bid solicitation period through the Completion of t17 e contras t, This pr vi -si on is in addition to that rcqu i red of Titic VI of the Civil Rights Act of 1964. EQUAL EM PLOY ME) T PP I T[iNITV- (41 CFR PART 60- D uri n (Y th c Pci-foi-mancc of` th i s contract. the ou tractor agrcc s as t I I o �; 1 Th c Con tr act r w i 11 riot di scrim' ��tc ��� ��' arl. crnp l oy e or upp l ican ( f1- cm p l oymcnt bocausc of race, co I chi+, religion, sox, or national orisji n. The (-'In triactor will take a f`firrnative action to ensure that applicants are employed. and that employees are treated during employrnew WithOUt regard to their race. Color, rol i (Ti oni sex, or national origin- Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer: recruitment or recruitment ad v ert i s in ; layoff or tc,rni i nx i on; mtcs cif' pay oi- uth r forms of conipciisatiun; and scicrA can for training, including apprciiticeship. The Contractor agrees to post in MISP ieucl �cs pl aces, available to elnployees and applicants for employment, notices to be prop-ided setting forth the pro -visions of this nondiscrimination 1-7 CIUUSC. (2) The Contractor wi I I, i ti al l so I 1 c.s ] tation's 1- adv crt i scimn is for crn plovccs p I aced by or on bchal f of th e Con trac tor, state that al 1 q Lial i f led app 1 ican is w i l l roc ci V e COM Ideration I Or errip loy inent Wi thO Lit regard to race. color, religion, sex, or national origin. (3)The Contractor will send to each labor union or representative of workers with which s,, he has a co I I ect ivc bargai n i rail agreeiiient o r oth c r contract or understand i ng, a notice to be pr'ov ided adv i sing the said labor uni on or work, ers' represen tali v es o I" the �� on traetai, s com in itinents Lin der th i s section, and Shall post copies of the notice in conspicuous places available to ernployees. and applicants for 0111 pl ynicrita (4)The Contractor will comply with a I l provisions of L es utive Order 11246 of September 24, 1965, as amended, arrd O 1' the I'LlICs} regulations, and relev grit orders o 1;the Secretary y o l' Lrabor. FAA A' � lf- l 9- 47-031 FAA- I 1 1OWL1 Ci1V M Unicipal Airport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 161 of 247 (5) The Contr,.ieto rw i I l fu rn i sh n l l information a tad reports req u i red by E ecutive rder 11246 of September Z24, 1965, and by r�ile�i rugu I ati on s, and i-dcrs of th c cci-ctavy of I,ab r.. car PLVr �arlt tl1CFUt0, all d � i I I Permit access to his books, records. and 'IM)LIntS by the ad in i n i stei`ing agericy and the Secretary of' Labor for purposes of ire v esticlation to ascertain compliance with such rules, reo u lat io ns, and orders, (6) In the event of the Contractor's noncompliance with the nondiscrimination C laU ses of this contmet or w i th any �)f the said rig I es, rcgLi I alion si o r orders, th i s cou tract may be can cc I ed, term Matcd or suspe Icd in Whole or in J�art and the Contractor may be declared i i el i fib I e for f"Urther 6overriment contracts or federally assisted construction contracts in accordance with procedure authorized in Executive Ordei, 1124 0 () I' S epIumbQr 2)4. 19 6 5., ail. (I sijc h u th or sail eti ons r nay bQ i m po sod and turn od i cs i n v o k od as provided in E eCUtiv e Order 11246 of September 24, 19 5 } or by rule, re U lat i on. or order of the oc}rotai o l' Labor, or as oth crwi sc p i,ov i dcd by law. 7 1he Contrac}toi, w111 Inc Iude the port lo n of the sentence im med1ate ly preeedi n 1, paracirrap11 ( I ) and the provisions o f' para��raph� (1) th ro uh (7) in cv cry subc il.tract or purc hasc ui-der ern less excniptcd by ru I es. reg.0 lati on s, or orders of the Sec reta ry of Labor iSsu cd P11 rsUant to section 204 of Executive Ord cr 11 �46 Of September 2)4, 1965, so that such provisi ws wi I I be binding upon. each subcontractor r oi, vendor. The Contractor will take sUCh action With respect to ar V sLibc ontract Or pLircha.se order as the �jdrjjiniSter-iTjg a(Ten y may direct as a means of enforcing such provision, including sanctions foi, rimico m pl ianc c. Provi d-od,1l.() c car, that M th L� evcn t a o mractorr bCCO nICS involved iri, ()r is threatened with, I itigation w ith a su bcontractor or Vendor %s � r'eSLI It of su c h d irecti on by the ad m in i steri ng a cncy the Contractor may request the United States to en tc r into suc 1l I i ti fTati n to p i,oteet the i n terests of the United States. CEO COMPLIANCE (41 C,FR P.,,irt 60-1.�� r eporti n gy > eq ui rctri on ts; pursuant to F ccuti vc Order 1 1 /46 and F cdcral f C(Ull ati ou 49 CFR Part 60-1 F 7, the CONTRACTOR and its SU bcontractors shall, within 30 clays after award of contract, file with the Joint RcporlingCommittcc cif the Equal 1- m ploym cry t Opp rtUrn i t Conlin i ".1sioll, a c} mp I ian ce report on Standard Form 100 (EEO- I ) if said report has not beery submitted within the t clve inonthe preceding the date of` award. This report may be completed n-line at http::.`rwwNv.eeoc.o0V!,;ee 1 sui' ey/i nde .Iitiri1. This report is required if the CONTRACTOR 01- it' S sUbec ntractors meet the following cri tcrii a- a- It i� not c c ipt from the proviii i »s �r�; (1cscribW in 49 CFR P Irt -5,1, b, It has 50 or more cniployces: C. Is -I Prime ci prime contractor or first tier su beontmaor-, d, f Ias a contract, s Libc n ti-ac t or punch a e order amounti n g to S50.000 or more. T, 1 lDARD FEI ERAI, E 1, Al, F,M P1,0Y M ENT OPP I TU NITY CONSTRUCTIONCONTRACT PE IFI TI fS: (41 CF [part 6. .3) l . AS Lised in these specifications: a. " ovcrcd arua" nicans the gcogi-aph ical aroa do-sc.ri bcd i» the so I i c i tatiorl. 11,orn which this contmet resulted; b. "Director" means Director. 01;1`ice of Federal Contract Compliance Program (()F P), U.S. [department of I .ab r. or any person to whom the I )irecto r de egates authorit ; FAA A' � lf- l 9- 47-031 FAA-1 ? IOWLI Ci1V M Unicipal Airport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 162 of 247 11 F rnp I oycr Wcnti ficati n n uni bcr" nican s the T Qdcral social scc uri ty nurnbcI- usQd on the E.rn1)1 y cr's Q Lrarterly Federal Tax Rettirn. U. S. TreasLrry Department Form 941 (1, "i iillority irlc lucks: r, 1) F3 lac k � al 1) parson s hav 11-1 g orl gi rl ,.-i i n any f the B lack A frican racia l urr-OLI]Is n of of l 1 i,span k ( ) l lispanic (all persons of WxWan, ) uci-to Rican, Cuban, 'anti -al or South Anicrican, or oth er Spars ish cu I to re or o ri a in regard I css of race); (3) As i an and Paci f is i s lander- a I I persons hav ing orit� i n s i n any o f the origi nal peoples o f the Var Last. Southeast Asin. t1ic I radian Subcontinent. or flie Pacific I sIMtnpis)} and (4)Aiiierican Indian or Alaskan native (all persons having origins in any of the original peoples of of-th A m i,ica alld Maintaining identifiable tribal affiliations thi,ough membership and participation or C011 IL1 r1 itV idontl f i cat1t)1i ). . Wh o11ev er the Contractor, or an v subcon tractor at an y ti or. SUbco n tracts a portion i)1` h 0 work i n vol v ill (11 any construction trade. it shall physically include in each subcontract in excess of 10,000 the pro i sion.-s of these specifications and the Notice Wli ich contains the applicable goals for minoi,ity and female participation and which i s yet forth in the solicitations from which this contract res Ul teal. . I filia Con tracto r i s Farti c ipaiil-i PLU-SL«n t to 41 C F R 6 -4.5) in a l I (micto wn P I ail approved by the U. S. Department of Labor in the covered area either individually 01- th l-OU h an association, its affirmative action obligations on all work in the Plan area (iricluding. goals and timetables) shall be in accordance with that Kan for tht)se trades which Ira e L111 i0nS participating In the Plan. Contractors shall be able to demonstrate their participation in and compliance .10 the provisions of any sucli Homeio n Plan, Each contractor or subcontractor participating in ail aFpi-ovod Plan is individually required to comply with its obligations mrider the EEO clause nd to take a good faith effail to achieve each goal under the Plan in eacli trade in which it leas crnployces. The ovcrall good faith performancc by other contractors or S ��f�C01`11 r.-L t��rs tom ��r�� �� ���al in ��n ��p1� ty�� � ed l�l Lin does not c c Disc arty covered contractor's car subcontractor's r's fa l u r'e to take good faith of o rls to acll i c e the Plan goals and ti ni c: tabI cs. 4. 'l-he Contractor shall implement the specific affirmative action standards providcd in paragraphs 7,1 throug}i 71) of these specifications. The g als sct forth 1n thc: -so l is ltat iori fi- rn wli ich tens coritmct rTcsultW are expressed as percentages of the total hours of em l yment and tra ini icy of minority and feniale utili7MI011 the C )ntr'actor sh uId reas nably be ab Ic to ach1c-%c in each construct I on trade 1n wh icll it has employces In the covcn'ed area. CovLn-ed construction con tr acs to r cs per 1 orm i n g con str L1Ctl0 r1 W01-k in a geographic -al area where they do not have a Federal or federally assisted construction contract shall apply the minority and femalc goo l s cstab l ishc(l for the gcograph is al arc a whc: rc the work is being pc; rfo�rr11W. Di al s are published periodical] y i n the Federa 1 r eg i stem i n notice r rm. and such not ices t� aY be obtained from a rev Office ee of Fedei'a I Contract Compliance Programs office or from Fede t-{f I procurement contracti n u o lfl leers. Th o C}can trace for is e poetcd to inake substantially uniform pr ogrress i 11 me ctin �yl its goals in each craft du n ng the period specified. 5. Neither the prov1slons o f any co Iect1ve bargaining aoreeinent nor the failure by a u n 1 on with whom the Contractor lies a collective bargaining {agreement to refer either minorities car nor nen shall excuse the Contractor's 1�} I1 t1011 u11dCr these �Pcc1 f 1�.: at'ons. E. ccLrt've Order 1 1146 or the rc�tllatiOn s }�rc�l L144,�tcd pursuant thet-eto. FAA A' � lf-19- 47-031 FAA- 13 IOWLI Ci1V M Unicipal Airport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 163 of 247 _ 1 n oi-d 'r for the non -work i n g tl-ai n inti ho urs o fappi-cnticc� ant l trained to bo countcd in mccti n g tlho goal si LICIT apprentices and trainees shal 1 X)e einp to � ed by the Con trac for d L1ri n tT the l ��a i ni n g-F ��ei�i��c� ar��� the Contractor shall have made a commitment to employ the apprentices and trainees at the completion of their traii1ing, su�jOct t [hC avail IabI l ity k)fc mployrnenI opportun itics. Trainecs shaI I be trainc(I l)LrPSLranI to training pro rains approved by the U.S. Department of Labor. 7. The Contractor shall take spec i f l e a f'f I rinai i v e� actions to crisure eq Ual emp I o ment 0J)p0rtLI n ity. The evaluation of theContractor's compliance with these specifications shall be based LIporl its of ffft to ach icv c max im Ling rosu l is from i is a tik)ns. The Con tract 1T sh al l docLinicrl t thcsc e N its f Lr l l-r all d sly al l implement affirmative action steps at least as extensive as the following: a. Ensure and in a intain a work ing en v i romnen l free o i` harassment, i nt imidati on. and coercion at all sites, and in all facilities at Which the ontr'actorrs employees are assiorrled to woi,k. Tli(� ontract r, whcro possible, Wi I I assign twk) or rn rc wonion to cacti constl-Llction pr jcci+ The Contractor shall specifically ensure that all foremen. superintendents, and other o ns"ite sLipei'v is ry person neI ai'e awai'e ofand carr-�, ow the ' ntractoi's obIi(Tat iOrl w r-laintoin such a t)rk ingy environment, with silec i i to attention to minority or f einale individuals, w ork trtgy at stirl1 sites 1, irl such faci I itics. b. Establish and maintain a current list of ininoritv and female recruitment sources. provide Wl'i teen notification to minority and fenia1 e recruitment sources and to Coal i1111rl itv organizations when the Contractor or i tS, Unions have employment oppollUnitiCS �-- ai lab le, and maintain a i'eco i'd of the orgpan i 7ation s' i'espon-es. C. Mai nta i n a current fi le of the names. add resse , a nd telephon e nu tubers of each ni i nority and female off -the -street appI icant and ini norily oI- fernaIe, referral ft'orn U Uri ioil, a recmitnlent source, or community on-,ranization and ol` what action was taken with respect tt) each SLIch in(Il i ual, If such individiial was sent To the Linion hiring Tull for referral and was not re 1 'e1 red back to the Contractor by the unlimi m-, i 1' re I orrcd, not cmpl m cd by the o ntractm-} this sh a l l be docum ented in the file with the reason therefore along. with whate er Ladd ition a l actions the Contractor may have taken. , Provide iinmcdiatc writtcn Tiotificmion to the D irwor whcn the un ion oI, un iorrs w ith wh i c h the C m tractor has a c} lee l ive bargaining a�, reern nit lists 11 cat re 1 erred tc) the Contractor a minority person or fcma le sent by the Contractor. or when the Contractor has other information that the inn ion refcri'a I process has impeded the Contractor's eff as to r nc t its obligations. L�. Develop on-the-job tra i n i il�� 0pportun i ties a ii d/o I, partie ipate in train its g programs for th L� area which expressly include ininorities and women, including upgrading pro,�Prc-finis and apprenticcsh ip and l traincc prograrns rc1cvant to theConti-actor's employment nccds, especially those programs funded o r app ro �, ed by the Department f; Lab r. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate theContractor's LEO policy by providing notice of the policy to tir1iot1s 'end trainilig pl' 47raill s anal rcquc�t] n (Y their cooperation ill assisting the Contractor ill m ccti n�ur its EEO obligations, by inclxAii1� it in any policy manual and collective bargaming agreement-, by publicizing it in the company newspaper, a n nu R I report, etc., by specific review of the policy with all m anage men t personnel and with all minority and 1 m al e L`inploym at I oast FAA A' � lf- l 9- 47-031 FAA-14 IOWLI Ci1V M Unicipal Airport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 164 of 247 once a gear; and by posting the company EEO policy on bulletin boards accessible to 911 omployccs at each location where c » structi can work is pc� rf rm od. Review, at least annually. the company's EE.0 policy and affirmative action obligations under thcsc,s spec i f i cati ns with all crap loyccs ha i mar any respon s i bi I i tV for h iri n.g1r# assignment, layoff, termination, or other employment decisions including specific review of thcsc items with n s i tC SLIl)crV i SOI-V pci-son nCl sUcll a superi n tcndents, gcn cra I forci-n eii i ctc., prior to the Initiation of construction work at any ,job site. A written record shall be made and ma i nta i ned identif}Find the ti me and pIace ofthese iiieetins, peI'Sons attend n �subject I-nattel- di sl 'us-.scd, arKi di sp si ti on o F th o subj ci� t mattcr. h, I isscm i n all the Contractor's EEO policy c tcrii..'Lil ly by i» c l udimr it in any advcrti si ng iii the ncw s fined ia, speci ['lea I ly i ne I A inLy iiii norit F and f ernale news media. and pro v i ding written notification to and discus ink the 'ontractot's FF.FF.0 policy with offier Contractors and Lrbcon trac tors w i Ili whore tl-ic Con tractor doe.;.; or an tic.i pates dole g bLISI ncISSa Direct its recruitment efforts, both oral and written. to minority, female, and community organ izat ions, to schools with minority and f emal C St Uderits, and to minority -and female recruitment and training rgani7.ati 0 11S serving the C ntract is recruitment area and employm on t needs. Not later than (w o mon tli. prim- to the date f()r the acceptance of' applications far a pprenti ces h i p or other training by any recri- iti-rent source. the Contractor slial l send xvi itten notification to organ 17UVOIIs, such as the above, describi ngr the open iTigs, screen ill ProCc-L] ores, and tuts to be Used In the selection Process. j. E n COUrage presciat m i-iiori ty au d f crn al cr~ ern ployocs to rocrUi t ()the]' M i n0ri ty persons and womert and, where reasonable provide after school, su ni mer, and vacation employment to m iri rity and female �outh botli on the site an(l in other areas cif` a ck)ntractor's workforce. k, Val idate al l tests and other selection requir ment-where there i an obligation to (to so un(ler 41 CFR Part 6 - 3 . 1. Conduct, at [cast annuallvi an invcntoi,y and cvaluation at Ic a t of all m In rlty and ki-nale personnol, for promotional oppOrt LItl it ies and encourage these emp loyces to seek or to prcparc fo i', th rou h appr op ri atc tra i n i ng, etc., such oppoi-tn n itics. m. Ensure that seniority practices..lob classifications, work assignments., rand other persortnel pmactices do not have a discriminatory effcct by continually i-nonitoring all loci-sonnel and employment related activities to e11Su re that the EEO policy and the Contractor's ob l ig.ations under these spec i f cati on s arc be i ng carri € d oul. ri. Ensure that all facilities -and comp -any activities -are nor-se.�)rega ted except that separate ot• si n glc user toilet and n ecossai-y changi tl g faCi 1 itics ShUl l bC PMVidW t �1��L rC Pri VUC— V between the sexes. o. Docu meat and inal ntai n a record o I' al I -SO I I Ci tat I Oils 01' 0141�]-(01- sUl)cO11 tracts from ni Mori ty {end f nia1e con tmction contractors and suppliers, including circulation of solicitations to minority and fcrnal c contractor associations an(l other busi ncss assoc I atioll s, p. Co rid Liet a review. at least an ntia I I } of al 1 sta pery i sor's Ltd h erence to and performan ce a rid er theContractor's EEO policies and alTirmative action ohli�,Irations'. FAA A' � lf- l 9- 47-031 FAA- 15 IOWLI Ci1V M Unicipal Airport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 165 of 247 . Contra tors are enc ou ra tired to participate in voluntary associations. which assist in fu lfi I I i n one or more of thci r affi rmati vc action obligations (7a thrmigh 7p )+ The cif orts of a Conti -act r association. JI int contractor union. contractor C011111IL111 it��, r other similar i 1 a�� �roirl�s l; �h ich the Contractor is a member r and participant. mav be asse rted as fu lfi 11 i no anv one or mo re of i is ob I i oat i on s u rider 7a thr-oLIh 7 p of these spoci f i coat 1U ns provi&�l that the Con tract for act ti volt' pailici pate i n Ili o ur up, makcs c ery effort to assure that the groLIp his Lrl pOsiti Ve impact on the employment of minorities and women in the industry, ensures that the c oncrctc bon ofi is of the pro rar n arc rcfl cctcd i n the Contractor's minority and font al c work forcc part i ipatio 11. i-Tiakes a t:,rcad 111 i th e f f rt to mee l its individual uroals anti timetables, and can provide access to docum entation wIi i c h demonstrates the effectiveness of actions talk en on behalfof't1ie Ccntl actor'. The ON i ti ati on to cunip I fir, h ���� o ci-, i s Ili (: Contractor's and f ai l urc. I'such a group to f ul 1'i I an 1 i4yation steal I not be a defense for theContractor's noncompliance. . z% si icy le goal ]"or mi non t ies and a separate single goal for wornen have been estab l isl•ted. The Contractor, Ego r � r} is I' l��i I' pro �id L� l �nplo ment oppoi,tunity and t take affirmative action f i- al rn 1nori t Y groLlps, teeth m a I c and f Mi.aIc ., and al l wo nicni bo th nii noi-it ' anti n o it-ni 117od t + ConsugUell tIV, i 1� the particular group is employed In a substantially disparate nian ner (for example, even though the onTracto i, has ac Ii i ved its (ma l s for women u rieral I t',) the ontract l- may be in violation of the E Cut i V C Order i f a spec i 1"ic iiii norit r YrOLI l) 01` women is undcrcrti I ized. 1 .Thc Cori trace [or shal l rWt Li SO Ili o w-als au d ti metab I cs or a f`hmiati v e act i on Standards to d i scri rn inato against any person because of race, color, religion, sex, or national origin. 1 1.The Con tractor sha I 1 not enter y nto an y sLrbcontract with any person or firm debarred 1"ro m Government Contracts pursLtant to Executive Order 1 1 46, 12..The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the F{.qual Oppoi,tunity Clause, including suspension, termination, -and cancellation of existing s Ubcontnacts as imay he imposed or ordered pursuant to E eC crti V C Order 11246, as amended., and its i r np I ementi n ty r gLi lati on s, by the Office of Fe(leral Co n tract rorrlpl i an cue Programs. A n v contracto r who f ai is to carrY out such sanctions and penal ti os shall be in violation o 1' thcsc spoci f i cations and 1 ACC Lrti ve Orden 1 l24 , as amended. 1 .The Contractor. in f1d Fi l l j n g its obligations under these specifications., shall implement s-peci f i c affi rl-nat ivc action stcps, at least as CXtCri s iN.-C as thosc star dat-ds pi-cscri bcd in par-agi-ap Ii 18,7 of tli csc I - spoci f 1 catl{ ns, so its to itch iev L� rnam i nl Urn rCSLrl tS f roni its c NI)rts to cti strrc equal employment opportunity. If the Contractor fb i is to comply with the requ irellic its of the Execu t ivc Order., the irnplcnicnting rcgLi jtions, or thcsc specifications, theDirector shall pl,occcd its acc�or(lu c with 1 FR 60-4. . 1 .The Contractor shell desigmate a responsihlc� off ielaI to m on-1tor all employment i-elated activity to ensure that the company EEO policy is being carried OLIt. to SU b in i t reports relating to the provisions hereof as 1114V be rcquircd by the Govcruinciit, and to keep I-ccoi'ds, Records sliall at least incIUdC R11- each employee, the naive, add mess, to lephone n Umber, WnstrUCI ion trail e. Lin i on all'] 1 iatio n i f" any, employee identification numberriumber when assigned., social security nu rn ber, race. sex, states � �.�. � mechanic, appr ent i ce, tra i n cc, he I pL`r, or laborer), dates o 111 staters, hOLrrs w orlwd per w ecl� i n the i rid ieatcd trade, rate of pay, and locations at which the work was performed. Records shall be maintained in all gas i I ut� d rs r� ak l �1� d I� tt•i �b l form; rr�� } l� r r, to h � 1• } that �texist,iIn" 17CCO IS sat' sfV th i s requ i rerneill, contractors shall not be r clti i reel to ma i nta i it separate records. 15 . oth i ri g here ill P1,0vided shall be cirri strued as a 1 ilifii tat iOn Upon the application f' other laws w lei cli establ isle different standards of compliance or upon the application of requirements for the hiring of local FAA Alf' � - l 9- 47-031 FAA-16 IOWLI Ci1V M Unicipal Airport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 166 of 247 or other area residents (e.g., those tinder the Nib l i c Works Employment Act of 1977 and the Colnimill its, l cvcl ol)ni (:l-it Block Grant Program )- RE U I REM E Nrl FOR FFll MArl,IVE ACrl, [ON TO ENSURE EQUAL EMPLOYMENT, OPPORTUN ITV — 41 CFR Pail 6 -4.2 1. Th e tiroal s and i i lr] dabIcs 1 r minority and f cnialc; participation, cx pressod i n perccn tac,, irc 1criri s for the contras to C s aggr xate work f Orce j n cacti trade on al 1 con wLlet]on Work in the covered area. are idcnt i f ]ed in the Notice -to -Bidders These goats are applicable to all the Contractor's eo nstrUction work (whether or not it is Federal or f udcral l y-at s i s tc d) pcH i'mcd in the covurcd area. 1 f' the Cmilractor pc i-forms consti-LICtioll work ill a geogy aph ical area located outside of' the covered area, it s-lial l apply the goals established f Or S ETCH tirco (i,rapfi ical are�i wli et,e the wi-k i s �ictL1a1 lv pe t'fo t,iii ed, With th regard to this set' rid area, the Contracto i' also i s -suhj ocJ t to th o coal s f')r both i t-s Federal l 'i-ivo�l ved and nc)n- f d oral ly i ivo l �� cad co n strLrc tic�n The Contractol"s compliance with the I` ecutive Order and the regulation its 41 (TR Pai't 0-4 shall be based on its implementation of the Equal OppOrtclniter 'l.-IUSe, specific of f irmati� e action obligations required by the specifications set forth in 41 CFR 60-4.3(a)t and its efforts to meet the goals. The hoLirs of tnMori t and Corn ale ornpl{)lriLmt ai-id training shall be siikistantial IMF Lill fOrrll thl'O rghcUt the length ()f'tho contract, and in each trade, and the Contractor shall make a good faith effoil to employ minorities and w o m e n even ly o n eac h.of its projects. The transfe r of rn i n orlty o r fe ni al e emp to-yees or trai n ees from c ntraetc r to contractor or f rom pro' ol�1the��1� �rrpoe �}�e�ti, thentrator'ooa opals, shall be a violation of the contract, the > . ecutive Order, and the regulations in 41 CFR Pail 0-4. ornpllmico with the gals will be rnoasurod against tlic tc)taI wc)rk liours pei-Imwmc d. 2I. T h e Contractor shall p t'ovidc written notification to t h c Director of the f-Fice of FederalConti-act Compliance Programs (O FC C P), - i th in 10 working days of a yard o C any construction ZScrbcont rac t in ex CCsS of $10.000 at any tier for Construction work under the contract resuItiriur ftorn this sot icitation. ThC notification shall list th L� Danis, address, find telephone miniber ()I' th o SrrlX0�11 tractor. cnipl c) cr Identification cation n U rube r of the sti loco ntraetor-, estimated dollar amount of the subcontract; estimated st ilin and eor np l ction dates of subcontract- acid the gcograph ieal area in which the subconti'act is to be perlorriled. . AL. used In this notice and Ili the C'onlracl rCS.Ulting from this solic:itallon, the "covered areal' mLi anc, ft� geographical ztrea described in the so l ie it -at ion from which the Contr-act reSLI ltS. CERTIFICATION OF NONSEGREGATED FACILITIES: (41 CFR Part 6 -1. � Notice to P rospcct i vc Subcontractors of R cqui rem cn is for Cci-ti ficati on of Nora- cgi-c gated Faci l iti c") LA Certification of Non-seore o ated Facilities sli al l be incorporated into all subcontracts exceeding S 10,000. which is not e elnpt from the provisiuns ol'thc r-_-qual Opportunity Clausc, onti-actors i'ece ivi n g subcontract axvards e Feed i n c) S 10,000 which are not eN em pt fi-or n the provision of (lie Eq Ual Opportunity C 1 acme will be regw red to provide for (lie f lorw and ing of' this notice to p i,ospect ive subcontractors for supplies and co fi truct io n contracts where the subcontracts exceed $10,000 and ai-c not c xc rapt lForn the provision,,..,, of'the Equal Opportunity CIausc. N OTE,, The penalty for making fare statements in offers is prescribed in 18 U.S.C. 100 1. FAA A' � lf- l 9- 47-031 FAA-17 1OWL1 Ci1V M Unicipal Airport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 167 of 247 CERTIFICATION f F NONSEGREGATED FACILITIES The f ederal ly-assisted C nstrLIC ti ro "on trac tor, veil i f ies that it does not inaintain or pi-ov ide, I car its emp loy ce . any segrepted facilities at any of its establishments and that it does not permit its employees to perform their SerVices, at ally Iocati ll, u»(icr its coil ro1, where scgirrcgated faci I ities arc rnaintaincd. The B [ D D FR ccrti f 1CS that it will not maintain or provide, for its employees, segregated f��ei l iti es ar nv of its establish ments and that i t W 1� 1 11 }t h? rl��I t 1 is cr n p I oyces to Pori I'm th c i r s�r�r i ccs at anv I ocati 11 Lrn&r its Control w erc scgrc Ural d fa j lines are maintained. The E idder agrees that a breach ol" this il;i�ati n is �j �� i lation of the EgUal Opp l-tun its• Clause, wli icli is to be lncI•p rated in the c nti'act. As used in thiscertification, the terns "segregated fac i I hies" means any w a iting moos s, work areas, rests ooms, and washrooms, ivstauran is acid otlicr catin g areas, tl m cc locks, locker i-oo l s and otlici- st ragc or di-cssi -I�r areas, parking lots. drinking I 'Minta ins, recreation or entertainment {areas, tnan portation. and 11011sin fiaei li ties pr v 1ded foi, em p loyees wli icli ai,e egr•e�ate oil flie basis f Dace, co r, re] i�i n, r national rig r� because o f hab i ti local cu sto rn, or an v offser rcaso ll . The Bidder ap-ces tli pit (excopt wli ore it has, ()b laiiicd i donti ca trs jiici�fiinipsei�bnttaetit�eetisit will i1etal eertiatcertitaiiions fr rn proposed subcontractors pri r to the �1wai'd of subcoritract e ceedi tig 10,00 r1i icli are n(it exerrspt Br it the PrOVIr jt)JJ()]'the Equal rt�rrlit �la�r e � rl � t1 � t it W111 iyet� i11 -LIC11 Mlil ieafi S in it t lles. DI DVA"STAG ED BUSINESS E ENTERPRISES: (49 CFR Part Contract A ssiirance (§ 22.1 -3) - Pic Contractor r spa bcoritract r sha I I not (f i scri m i natc: on the busi s of race, color, national origin, or sex in the performance l; this contract. The Contractor shall carry out applicable requirenicrits of 49 CFR fart 26 in the award and administ xion of DOT assisted ecru#icts, T{m iurc by the Contractor to caryryy OUt tl�es� ryCCjUireincrits is a material breach o l' Ili -is contract, hieh r a-y r CSLIlt in thL� ter�rrli11atioil of th is contract or such other reuse y, as the recipient deems appr opriate. Prompt Payment ( 6. 9) - The prime Contractor agrees to pay each su bck)ntractor Und er thi s pri me contract for sati sfactoi-y perf r man cc of its contract act no I a f cr than ���xivit ) cale lar (lays from the receipt of eac Ii PayniCn t Ihc� pri nic .-onIractor i-.ccei v L�s f 1'oni ei(v qj'Waterlo o, Iowet. Th C pi'i III Con t rac tor a g r ees 1 uy`tlier I r•etu rn r'eta i n ag e p ay rn e n ts to ea h subcontractor w i tli i n se ve () calend r da -after the subcontractoe s work is satisfactorily com P I etc& Any dclay or postpon ei -i mt of pa 'nicnt from the above i,cfeivi ml time fi,amc may occur only for gOOCI CaLl se fo l lOwi n g written approval of the cps - of Waterloo, Iowa. This c lau se a plies to botli DBE aiW nou-DR F subcontracwii , FAA A' � lf- l 9- 47-031 FAA-1 49 1OWL1 Ci1V M Unicipal Airport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 168 of 247 CLEA N A I R AND WATEI PO L L U T 10 N CONTi L: �49 C FR Part 1 .366)(12 )) Contractors and subcontractors, agree - a. Th at any I'ac i l i ty to be used iii. th c pci-f ormanco o f' the con tract U i' SLI kontract or- Lo bcn C 11 t I'M ni. th c contr.9ct is trot listed on the Environmental Protection Agency (EPA) List of Viol,91 ire F ,961 itiels; b. To comp l r w i Ili al l the rcq Lc i r m nt o f" Section 114 L) I; the Clean A it Act} a,--, amended, 42 U . S.C. 18 5 7 et seq. and Sect io n 3 08 of t1i e Vedera I W at r 1"o I I ution Contro I A ct. as amended, 3 3 u.. S.C. 1251 ct sQq, rcIating to i»spmtioii. r ionit ring, entry, vcports} wid in f i'matimii as wcI I ws all other requirements specified in Section 1 l 4 -ind Section 30S of the Acts, respectively, and all other rc(FLi lations and guldchrics I.SSLICd thr u» i r; C. I E at, as a condition for the awat'd of ti, is contract. the Contractoi, oi, sLibcontr'act r will n ti ! the awarding f'1 icial of tlic rcccipt of' aiiy commun icatim f 1- m the EPA indicating that a facility('acility to k ti sed for the perforin.9rice of or benefit from the contr.,-ict Is Linder co nsider,9tion to be listed on the [-J'A List of V iolatint; Fac it ities; d. To include or cause to be included in ariv consti,ucti n contract or subcontract which exceeds 100,000 tho aflorermitic�ned ci-iteria mid requirenicrrts. E N ERGS{ CONSER V A T I ON REQU I IMF M E T : (49 CF R Part 19,36) Tlic Cowractor agi recs to comply with mandatory standards and p licics relating to energy aficicnc • that are con tai ri ed in the state enegx � conservation plan 1 S ued 1 r1 COMP lance Wi Ili [lie Encrur' Policy and C' 111-��0l-vation Act (Public Law 94-1 ) FAA Alf' � - l 9- 47-031 FAA-19 IOWL1 Ci1V M Unicipal Airport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 169 of 247 THIS PA I: 1.1,TTB[-ANK INTVINTIONAI.I.Y FAA A' � lf- l 9- 47-03 ] FAA-20 IOWLI CilV M Unicipal Airport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 170 of 247 WAGE SCALES Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 171 of 247 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 172 of 247 (Jeneral Deci�ion Number IA.202000 00/12/21020 Con stru ct -1 mi Tv lics- I I cavy arld I I -1 uh way Count t cs: Adair, � d'2111 S. A l l ���l� �.r k ccl : � pI��r��o������. � r.r�i �r1��� �1. I-����Z lc�n, Black 1 f �.r���l�. I-�(���r-r 0i r�r��i�1��r, F rr l��rr7 �r�.Buena r iota. Ertl r. ytrll� rrr�, .'tjr1r1()l I, ("LISS. ('CCJ�jr, ("Cl.l. � �;��r`�Ic�. ��I�e�yc�l ee� Chicle -.-,,R , Ck.vkc. Ckav, 'kiv(on, Clir (on, Cr'nwf rd, I rl1�� , Dnvis. Dma ur, 1)clawar . DC.--; Moines, Dickinson, DLlhUCjLlc., 17111111C L F ta-y 'tte, 171() d, Franklin, l7rcimm [i (11-CCIICL Grundy, Guthric, I I Lrr1l i Roll, Hancock., Hardin., Harrison. H nt•v, H m-d, HUmboldt. Ida, lowzi. J�icksoji., ,J{z j`, jeffet.so I, J��III], r�, .10Tl0S. Kcc) lk, K c SSrrtl1. 1.0CL Lirlrlt l_OUISLr. LLICLIS, 11V011. IL(11-4)11, Mahaska, MUrIORL C-11-S}la1li N-4 i lls, N-4 i1che11. lorlollu. lorli`oe., N.-Ioratic�r�iery. M r. SCiliirW, ()' riLm, )scc Ala, l�trj�i. Palo r� lto. Pl�•��i� udi. L . _ L . J } oc-,i 1ontas. Polk. }' tt-,Ci -,(at,(inl ic. P-%-N-csh i ck, I iiiul no ld. Sac, Shy;1 by, Sioux. Story. T{awn. ' k,-Ivlor. L.1li r1, F,111 Brrr Clli WIIIr CL10., W,-.Ir-r ClT, W,-.ISllin��t0n. W-CIV11C, W ObStCr. W i nrlCbLI(U0 %.' inrlC�111iCI(L Wo OdberrY, Worth ci nd W r I Est Counties III Iowa. I": X 0 - U 1) 1 -'S S CO- I--1' (10 U NTY HEAVY AND H 1 J H W A F CONSTRUCTION UCTIO PROJECTS ECT Note: U ndcr• E CCr_rtiVO 0rder (E.o�) 13658. Lill 110drIv minimumw-afire o l; I O,W 2F���l �1�l the ��ntr�t ���r�����ilappIics to aII Colitr-I�t ""ub Cct to the �avi-s-Bacoll Act fbi i d w1v r()I i� lat, J11rrry l, 20 l �`i1 nac.-i r��l 1�t is COWrcd by the rOi t11e Co 11 11ac t(v riiust 1),.iy -ci I I workcr's iii piny cI�issificat ioii I steel on th iS % �IgC-dCtC1-111i11�Iti 011 Zlt 1CZ-1St S 10. 80 I)el` 110UI' (01- t1w, apllI ic,eibIC W a c r elan:, I i stQd o[It 11I s w agr : dctcl-11l i nation, if It is 11 i filler) for al I hoII]-S slicilt 11L�rfoI-nI ing on the contract in calendar v ear -2 020. l f th i s contract is co-v cred by the E.O and a c l trss i 11 cation considered 11CCCss,(rr y fo r perform-,Rrlcc of work on thy} co dots, not all re'(rr o11 th I W4110C docrill i ntatlo11, the rltr�i `t �r rllLr t a � •curl �r in BIZ rt l�r i 1 t�` ltl{ rl -it lair[ tIlC �. �ryo rat � i � �rr11irl���1 [Ill-migh the Co n fol•111� �� � l i• � t all i r� ' F l � 1 i i i• th E . r�� i �� i i11 r_I M W'1' )7C i•�It , I i i k� i her th 1 r� the Coll foI'm cd wn(c m)c rntc), [ 11�: I'rC-) ill rl i ill uill W,ci(tip` ratc wi I l be ad �lstcd all Alva{ Iv IC'.rSC notc that th iS E.0 applies to the abov-n1entionod ty1)es o I" corl(racts en(cred Into by tho fed 01'aI govern nient dint are sib cc to thL: I )avis- BLac In Act ItscIf. but it dots 11ot all 111N. to co11tr ak:t( sub`jCct on Iv to t11C, 1111-iS- B aco11 Related Acts, inclndin-ty those set 11)rth at 29 C:'F'1 5. l (,Lr)( )-(00). Aci iirl reqr_a iI-ClIlClItS ZII]d wog ker protcoions ulid cr the E0 i s ziv iiI{ihle {it vvww.do1.L)ov;Zw. 11d.'OL vcojitr aC1S. od i fic-cition Numhu 11uh I ication I date 1 {1Ces Fringes -al-penter Pi ledrivel'illell 0 NI"I 1. ,.,. ,._,.,._,. ,._,S 2 8 _5-) 14.0 ZONE ..,.......,........... 2)6. 3 14.0 1 . 1•r ..,....,..,.,.....I— 7-6.� 1 14.0 0 E 4..... ... ..,........... 26.25 11.50 . 1 F, 5**— .... ,..,....,..,.S -5.15 9.90 FAA AlP � -19- 47-031 ws_ I IOWLI Ci1V MUnicipal Airpc)rt Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 173 of 247 CONCR FTF I -IN I Sl I FR Z()-N E L., .......... S28.10 71.40 N F', I ...................... , 10 7.40 70 N F 3- S '2) 9. 1 () 7.40 ZONF 4...................... S 25.45 6.40 I " I . [:.('- I - R I (" I A N (STR I -+­ I' A N D I I IG I I WA-Yr [_IC rl [TINGP ANT TRA F F K" SlUNALS) ZONF 1,2. AND -5 0.80 /ONF', 5 ...................... S 2 1.60 6.80 lRONWORKLIZ (SETTINU OF S, V R U C, Y U R A 1, STI ZONE L.-.- .......... -S 11.50 10.90 /ON I", I ...................... S 2- .41 10,90 7�ONF 91-9-41 1 ZONL 4 ...................... S 27.35 9.90 0 N I "1 5 S 2 5,5 0 9,4�5 1, A 13 R I -'R 7�O11F 1., 2 AND I (IROUPA .................... S 2-1.75 9.68 G R UP A A-, S 21 (3,13 9,68 GROLEI .......... ....... A 21.90 9.68 G R () L'I ..................... $ 18,82 9,68 ZO-NF 4 6ROUPA.................... S 21.27 9.08 G R ( 1 95 9,08 i R F C" -T. 7 9.08 ZON 1 5 (IROUF B .................... $ 19,2 7 -T, 6 .1 G ) R Ul ................. $ 18,42 -7, 1.... ( P0 W I -, R 1 ,0 L" 11) M I "IN - I - 0 1) 1 -'R AO R ZO-N F I (JR0UFA.,.- ............... S 32. 5 -5 14,90 GR(R-1,11 B .................... S ),1,00 14,90 6 R () L.", F C".. . ................. S2S.50 14.90 6 R 0 U I .5 14,90 7X)NF, 2 6 1 Z 0 U I S 31. (S5 14,90 GR(R-1-11 B .................... 1r -S 14,90 6 R () LIP- r C".. a ................. S 2-T.70 14.90 GI z 0 Lj I, ............... S 27. 7 1 14,90 ZONF -1 61ZOLJII A.-.-r .... r ....... S 29.70 4,65 FAA A-LL , ff) �t 3- 19-0047 -031 WS-2 IOWLI CilV MUnicipal Airport A F CO M ..'..'00 64 2- 4 6 8 Obstructioll ROMOVk-lk - Pliaw 2) Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 174 of 247 (IROUP B ..................... ' 7.9() ROIT C -------------------- S 26-90 a f O UT D.... _............ S26.90 ONO":4 RO T A..... .......... ..... (IROUP B .................... S /29.91 ROI- T C.................... S 17. 3 O N F', R0L F 13.................... S 26.9 GR0t: P C..._._ _.�_...._.._ S 2 5.25 Rot P D........ .... ........ 24.` 5 24.05 24_055 -14,65 TRUCR DRIVER ER (AND PAfir`FM F1 T MARKING 0 N E. .2- ................................. S 24,45 1 1,1 ZONE .............,_....._. 91-4_ 5 1l.15 O L 4 ...................... S24.45 6.95 /ON I "1 5 ................................. S 22.50 6.95 ZONF DFFIN1TION O L l The Counties of Polk, , W at't'eji. and Dallas foi' all Ci,atts. and Litin County at-pentet's only.. (- N 1", 2 Thc Countics of Dubuqlw for 'rill �_�relft' nild I _ i r1 r1 County foi- all Cr�affis CXCCIlt (%IrpcntL�rs, .o N E 3 The Cities o C B urljn lon, C.1inton., Fort Midison. Kee .Uk, MKI Tl'tUSC ltiHC (Ill l LIN[Itirlg 111LtPicyip{111tiCS Of'(111V -SUCH Gulch s), 0 NF 4 S I()ry, BI-H Ck I lawk, Co da1-, .1casper, J()ncs..1Zicks—()n, I LiiScr, M 1HdIS011, Ll11C-11- 11 u11tIC C1 int0rl Cot_tntV (CXCellt t11C OtV Of C1 it1t0I1)-! J011I1S011 COL111tV. I LISC-2tille COWI (CXCCl)t tfiC , itV Of Vusccatin0, the C ity of Coil 11c i 1 13I11ft , 1. CC �_'0rl11t�' LR11 d 1)CS M 0 i 11 CS C01111tv ZoeN E 5 A I I areas o f the mate not 1 isted abov c. UROU P AA - a k filled 1)ipeLiyet, (sewcI,. watet' alid coiidli itS) ZIIld tLl1111CI Iaborei-s: asticstos abatem c n t G ROU 11 A - Ciurpcntcl' tcndu on briduCL.S tund box �'� IVcr'ts: Crrr b 11�eich Inc (wilthout e-r scnt)-, d c k liew is d-1unu nd & co ro dri l Isi driII operator ()n air tracs. wuiy dril l-L-, all rr] i I a r dI` I Is." f orin Sciter,,;'lrin cy]11-ill oll P',lVi11 L5 W01-k, ILlrin i t 0 r10ZZICIII-CA n, joj rat ;enler Dell lensa n: kiset' opei,aior., paw -de niiun lender: powdcrIII".l111) [LISI.c1C 1 "Law opera101'1 .r 1)ipcIavcr CNVCr'w Wal Cr, 111TId wnduits), doll cr'ector* , tun nL:I kabol'cl'� GROUP B - Ali-. 4UILrS, c1cctric tool operator-, hurco IZmurrrrieri Cur unto tundur- cLrul kcr- CIILLi17 StlWITILill- compreiso1' (under 400 c fiii ): conc etc fi n Ish r iendcr: concrete r to pr'oce-s,�i 11�ti 111'(11c1•iak and I11 illt r's; Cult ijI torch on demolition: drill lcndcr, du111pmcn: c1cci ric drills: fclicc ucclors; form 1 i11C CXj)�lll4._,i�)l1 jolill assetli Iet., tbrin tampa'. get cral laborer: gI alc cl ocket•: liand I ingy and placing metal mesh. cIow e I bajLS. r'e Mier• ma bars and chairs, hot asph,. ll I aborer , i testa l I i11{} temp l•ciry traffic Control devices" - ��l I IZ il]1111 ']-]11 ir1i IT1UCl1U1l'1lCLLl (xrOutur- painter- (all exccpt stripers )y pH lflcy breaker- phintiri(r hvc' ,,. Shl-LIbS rued flo%-ver's; Dower broom ( not self-propelled)., power bL1�(y�1� an - rakers., rod i� an (tying} re i nfor ;i n FAA AlP � -19- 47-031 w S -_3 IOWLI Ci1V MUnicipal Airport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 175 of 247 ­tecl)., sarlclhlaster.: SeCCRIL r� l i��trl l�ii� 1 �t• utility. topiliarl,;boll gill i11ail'spaders: str,c�ss r cal` err tc�l� rrl� rn on 11r � car 11c t t11 is n � l c� rIr �t : trin�rl�rrr� t�'110 (YERIC uc ntrt)l i S irl cyincy tir ti. � �. ti. t�J�lirje., ()r 1�1()C1-. and. tackle: tampers: timberman: lool room men Lind cheekas. tree c mb r,- tree "YOUndnian; undo-pitini n g and shoo n o caissons ovu twc lvc fcct dccl?: vihrator�; walk bchi nd t r,er cher: walk hch i11(1 11-riilt Stripers, �.N:�rlk behinci v ibratil] (11i COT1111actc�r: ware r pumps. (umicr throc inch). Nvo rk ii-0111 bosull chall" F C�II � - 1I iiTl1 � �� c i1; lty rt'f'i r�tryc 1, 1� � iT `ry, crry i IltrrI� i ry 111011110r. Water car'ric.r. POWFR E 1J 1PMFNT OI FRATO R Cl_, IFICATIO - ALL 0F UROU P A - A I I terrain (off ro-ad) for kl itt; asphalt brcakdo�-. ri rol lei, (v ibr atorv.-); asphirlt 1riy ov--ji I achi Cle, willhalt Pall, LrS1111.11 t Sci-ml, bul ld()Zer 0-111 isle ). cclAr, i11i� 111 rr1t: CUi1 'r��r � l.ii�ll : �r'tile' CI'H� ICY 11' iiC(01_ J�UI I IIIT sauper; thr ectional CIVi l l (60MOO (IbS) PLi 11k ack and above): c1r ugl it e aria powcr IC I, di� doc crl of i� r�, c� -eaor• ( vc 1: ��r, , ; i-ow end load i, (4 c�' and �� u), hot,i7.ontal Ille lull ic: 111i 1I i11T 111 � 'h ir1 �� r 1111 � r�1c�l r rtrci r- lini l� i }1rr 11 rti r� r l �r ti r-� l �1�.rc�k 1� � `i' 1`��. }' 1_ ; }r rll :r l �r. ' 1 ani ` 'r' r' fir�i 11 ; l t=11r' 11 'I I�; I rc t Iry Ini.�et�:1-o d r•eclaii� er, Sicleb `oolil tt• � t i�. li f61.111 oull r� i 11~t• l I �i•: t r } tr I1 tI` rIJjtjLT 111'ach11]C W IC\.uhall d 8 () or SiIII I har) GROUT 14 - Articulated off t,oud hauler. 4asphalt heaten..P1{rrler. "rsplita It illaterial transfer v eh is I e; aspllalt n)I Icr, belt Ioucier ()r- sirrli Iai- IOUCIC1; 1)UI lc10/.CI_ (1-01-1(711): Ch111-1-1 car 1_0LIrV drill, C0 1-1CIVIC Curb ii-rLich irrc, (JILICtoll P111l iris i`i}� jvr, disk ()I. 1`011 t': ~l l� �r� l 'c)ilel.. Cl Lj.CCti()rj�jl Ir'ill l thrm 60,000 (1l 11 r1ll r : Ii tt�i rl rry r �.rt �r 1 ' '��. ' �_ rn I �.1rl1 r� � fori1� ridino c���wivtc 11, r� I,-oilt cild l� a&,r, (2 to less than L�. ' 1. i r� �r �clLri lrr �lll r r r, rnech�rrric; r�-rillirrg ITILL��lrirrC l 1111. Lrrr I IC )- paving, breaL-cr'; portland concrete dry batch p 1<a1it; rubber tired back ho L: cu. vd. and under): su{rper (under 12 CU. VCI, ): SUIVC11111(2. W HSIIIrl�Y, Lrrrci CRISI-111-1 � plant (rt1o�llilc, ll()rtLLb1u ()r statimlar � 1., Slr��U1CiUr- rr1.-L1Ch i11C_. Skid 1()�Jd ff (] C LI. vd , rxrJ Cl OV JL): S[[j) rjL�j(j e r ()1• tr•i i11 i1je lLL tt•e IjCjj i 11 { 111lie, ' ater• wagro rl o ll co llipa it iorl, G RO L P P C - F (wi-r1 & winch truck.-, co ncretc sprcac1 r-,-` J1 pIcrccr-, c1ccp wcl is i 01- C'c11-111 typo tt,,a toi, (o ve1- 75 h1). ) pu I i n1) d isc oI, 1-o I I ct', fork l ift-, 1'iviit end I��{ der (��r�de1- 2 Cu. �� d. �� moto �1•{1��Cr RM�Y11)_% P11C 11crrrlrrrC1- P0 Ur- rrrrit. f)LI1T1 (urreater 111an lhreu ]'I.Ich CliLrr 1CtUr); 11Lr111PS err] N�.011 Pc irrr-s-% Sal ctv Nxit: se fprop eI Ied I•k)lleJL (0tljet• (liaii asp ha It), see l- pr•opellecl sand bIasta or shot blaster. �.v-atc r blasteiL ()I- Strilling gri11(IL�r/1-CI1Ic�v r. skill 10LUICl- ( LrrI�lCT 1 CU. V(i_ �: tr'Lrc1� mounted Pc) t driven 11 .. r I l - Ro i lee: coil�1�1•������r; CL11- � MId W-MIT— 1114��11 i rl��; �1��W bOX: f;11•i�� tV11�� ��r• L�ti 1 i��, t1'{l��t���' �rii����i- 75 hp,) �1Lrllirl � Ali-sk, m1ler ()r- ()IIICr alt�I 11111C]IN: 4�rOU11 Brea;i-cr- tender: I i hi }hums; irrechunic tendor: I � �l��xr� ic�al 1.()OIJ1: rj1��ell�xrj ic��jl liCilleC•S; il��t•: �ai��� l ��i� i tl�i�c� LJJCIJ CI iamt 1` : tree chipping jni11x 11ir1" [Rick crane (Irivcr/o_1Icr_ CA I I�Ii: l� [TR A 1) 111 I .�•"DR I V F.R �1 V , oi, I RO N WOR K I . R S ( (_) }•: 5- � CUHIr _x 0i• SlrcrCtUI_H1 Steel., any w ekling Incicle ntal to bridgic (�r cuNCi l Co nstr-Uctl0n; settincr Concrete ADDED "RAFT - SIGN FRECTO W F l _ DF F - Rec eiVe rate prescr-ibcci fot- Craft perl m-min g ()peraiic�rl to �� h icrh wel(lin g is incsi(Icnia1_ FAA A1P � -19- 47-031 W -4 IOWLI Ci1V MUnicipal Airpc)rt Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 176 of 247 Note- EXCCUti \- 0 Ordcl' (EO) 13le 00. Elab Lishing Ira id S ick, Leave poi• h'cclaal Contractors applies to al c o nti-acts sul)�jec.st to the Davis -Bacon Act for which the c o nti-act is illw-Urcicd (imi i 'ally Sol icit'atioll \V'as ISSL10-l) on c)r a 1'ter JLinuary L 2() I I f th iC0I'ltract is co%! i-ed by the E0 ., the contructor 111ust provide C1111)Lovecs will] 1 houl, of paid sicl- JcAuvc fol' CV I-y -10 1lours- 111��v %\- rk. up to 6 110LI N of paid sick Lave Cush y at-. 1'rmp loyc es IllusL he pCI-111-lac l Lo [Ise p'ai i sick leavc 1o)r the I ow 11 i L Incs-sl 1ri�j ury or ()di er 1r1cj Lt1l-I'��l-atecl needs, 111CIL1�� ii�� 1�1'�� � rlti� � ��11'��; t c���ISt -x kum ly member (or person i,-; like 1'-a lly to 1110 e11111lo cc) Who is i I Ii 1111-UrCd. or has other llcal [h-rehatcd Ticc 1s, including prevct1tivo carc1: or 1()r I'C U SO 11%; IT UIt111(Y 11'0111. 0r t0 as,.,,i St a i,;At111 InC111h-L Ir (o1' 10e1 ',o11 W I I o iS 1-1ke I11In IIv to t I 10 e11lo y e C ) W1I I a v Ict i 111 c11; dmc1 ,tic v 1o1c1iccc SCX U40 U11, OF StaIk i n u). AddiI iona I into rmat ion o n cont1-nt01' rcq LI I r— nZen (s and wo rker protcc t 10IIS Ll 11dCr th c FO i s �tvaI I ah I C ut � W�� _ clo I . (-T() •.:Wl1 c1. ()Vc()Il 11--ac I _ 1111Stec] Cl�Issi 1) Cal i oil S [I cc cd Cor -��- cork Il()t inC LUdCd W ith111 flIC SCO Ile ()i• the C1'LISSi hC'LLtiNIS l iS(CC] May be added after Lrw ul-d only LIS provided in the labor st�lmklyds con(rad clauses (29CT 5.5 (a) (I) (11)). 11C bodv of C-ach Witoc ���; trill l ntation 11 sts the class is-ation an(l w,ao c rkitcs thA,-it h{�v ken found t be prev.-al li11 u I' )r the � it��ci t� pc(s) (1' Coll�trL1� Li()l1 ill tll0 RrCe � c�� ��r�ci l��' tll� �� �1���� c��t��rll�itl�rti��l1_ TI��� C lassiflc�ltionS �xt•e l istecl i11 zaIph-abe icaI ��j' el• Of �, iClelltifj01._1�� �, t1l{jt ill�� i����tc �%1lCtL��l' the ���I�tiCr11{lt' r4ettc 1;-, it 11111oll r'{ltc (Cllr' wilt uII loll rlcootiatcd r%utL: for local )� a sl�r'�� cv 1'i1tc (��'�, o 11tc(I {1�� riui c I'4.1tc) or {a ZT. _ '. Url io n av Ln,aiy-o rate U-7 Llt0d LI 111 on a% augc nlle ). 1 11, Moll Batt ILIen ti 1'i ors A tom- lotL'r classific-ation rlbbl%Viatioll i(Icilti fi(r ill (Jom:d I i ncs bcuirini 11 With ChaI'lrctcrs othCI- th till "" U "" or ""L AV G ri i, � 1 � qr denotes that the union ��ss I t I�`�lt l��rl and rate ����e �`e ��I�e �� t� i i r�is 1 o i' th tit I'Issif cation it] the slir' "cv, I 'Iva111p1c: I'l .UM019 -OW5 0T`01: 2-014, 1) L U M is tan {IbL_ l'C 1.,111 ll idcrltifict' of 111C rL111011 Wh IC11 1�1-CV-Ri ICCI I'll the NI-II-VOV 1()I- th'S C1,-ISSi f lCLttI0n. NN-111'Ch ill this CCIIIII)IC \V01-11d 1�0 PI L1111hers. 019S 1I1dIC-,AtCS tl1C J0001 Ullt' 11 IlUm ber or d istr•ict C0111161 r,unibct' whae ap l ic-ab1e. Le., PlUmber's Locial W 99, The I-im 1111111bu, 005 ill tLlc ma nip 1c, is all intunal n11111ki- l scd ill pl,oc cssirl5 the wa c ti t rrl�illclti �r1, �`: I , 1 I i tl� f�t ti It�t c I' tl Ill t {�L11yIJ rat r)O(TC)tit�t l �ytlt W1.1i��l_j 111 tl•j IS e. t111�1p1e i Ji,II y I. -014, Union prcva i ling Wagc rates are updated to t•ct[cct all rate cliangcs in the collective bal,ga illj nt aL)1,eC111Cl1t IAA c.41'n i C1 t}l i L{ .SifiC,.Iti�jll rjjl�I raC C, llr�"CV 1� JtC I(iCrlti tjC1'ti ' LassIf cations I iSICCI Uncle r the 144PS "" identifier irid icate t1l-cm no Orle nme prev-i iled fot' this classification i C1 [[IC llrV(:V II1 � I L1 ' �.1� 1 i L1 4 i I' 9t ' i i �I-i � � 1 ` ?lllll�I Inn) a WL' iti htcd �r����� ea c ratc basQd oil all t1IQ rL.Itcs r � c rt c� LIJ t1le Sttr �e for tll�lt ClaS�i i iC~Ljt r1. tlli 1, ted �JV.OrLJL r• t LljeltI(je 11 rates reportecl in the s111•Vev., it 1rlav i11cltide both tin i on and noii-un ion t'{ltes. F.\ a m ple: S t_1 I . 1 --007 5/ 1 3/ 1014. S U lndicate'L, the r roc` al-C AIt-V CV MWS bLISCCI 0`11 t-.I WCI 1-I[ed a crutyc calculation u l' ralus unci -arc not frn11or-] [V mate-;. I A I nd L -cme.s the Sull.0 Of I-01,11S1{ll1-Zl. 2012 IS 1.11C VC'Cll' OF s111•V ey Oil �v111c11 these clan"'1 f cati lls {gild I"-jt nu1111)CT, 1 i11 tllC C maill 11 LC, i� "111 111tCrlla1 1111ill 1)Cr us,Cd in Producillty t11C W'L.iuuc t iLi11ill ti , ; 1 I i��l li �t � tl� L11`1 III L ti �l �1txt � i 1. t11 � I � i i � ~ tic ll 111 � [•ales Linda that r� iL���rlCiti�1'. ta r'V' ' ' l 3 I' It #�1• 11 1 �l ated and remain in effect until a ne,N-- �l.lt-vcy is conducted. FAA A' � lf-19- 47-031 W -5 IOWLI Ci1V MUnicipal Airpc)rt Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 177 of 247 Union Averiugc Ralc Icicnil t'icrs U-,ISSi fiC',11 i 011(S) I i tCd U nder t he U A V G i d c n t ificI, i ridical c (h,i( no "it1g1C III -,I j 1'ity I-taIC PI-C 'tui ICd fo1, 1hosc C1ass11,1CLIt1'onS: 11 ()���vcr, 1 ����{�) ()t' the L��lta rcportcd 6 )1- the c �l�sl I'icanons Nvas union daLa. f AM P [ T U A V(j -0 H -00 10 0 ::.2 9/20 14, U A V(if 'I lid IcaI es that I he rate is -a we 1!-3hted a riioii a v cr•aLre ratc. OH IndIcaIcs i[Ie s1,atc. The ncx t 11LIMhCT., (A) l () in the ��X.11llp [C., iS -ln 111[cl-m11 n1.11111�� l- 1.1sed 111 p1-{���1.1c 1n�gy the Wage �l���tJt��ir�t�ti����. �� :19/2 � 14 ir�� sates th S�alyVe'V C0111p1cti��rl date 161J the -C IL«Si 11catiol �111�1 rJ�ltc� 1111du t hal i(icnt i ficr, A U A V(J rate Nv. i l l be u pdated o u c a year. 11S11 a I Iv i11 JaIIuary of Ca C 11 yCar., to 1`Cfleet a �-\-c ii)11tcd avera!-) oJ' ilic curt -cm r negoti�r(ed..' � 13A rate oJ' ilic union lociLrls f'r-orn Which the r-ltc is l- asc(l. Z• 1.) t ILIS t1jel.e bo.011 Lill 11. 1 1tI�11 CIL�CI i()tI 111 1i10 ij.j�lttcl.? This Carl he: * -L1r1 C X i-stIC1 1)LIhIIS11Cd W.-Li A Te (ICtCr-111in�lti()11 -� a W<apc and How, [ ilv i L,Ion Icttct, sett n p t��a[I a posI ti()t1 ()t1 It ��� IZI C (i�;m-111 i 1lation 11�dtttcr a couil'-wi ���C ice (additiomil classi 1 i�tlti��l1 arid 1`�rt�� ) r1tliri Oil Surx-cy rclatcd nlaucr s. i n itiLll Co�ntacl. includilWy I-Cq CSIS 1()C- SLlrllI'll �ClrlCS 01' St_lr- cvs, ShOUld be With [lie WaLre ajid Hoerr- Re, joti-aI Of icc k)r the a1-ca i n w hick th c su rvev was coalticted becd U SC th-)Se l CIit)r1-cll 0fficcs httvc 1-C-spo11si k)i I ity for t11C Rav i s-13acon survcy P 1-0o I-ri III, I t' thL: 1TcspollSc from th i s i11 i ti -aI colita t is, ]'lot ScttiSIll or v, thcri the process 11-1 2.) mid Sl• OUld bC f0110-WCLI. W1,111 I-egard to ally () [11 cl- 1 n attc 1- ]I()[ vct r1po 1()I- the f ,01-1-11 rl p i-oc ess (10sc ri bcd 11cl-C, i n i t is I c. on tac t should be v h the Brzmich of Cristrtrctiori Wage Determinations. nations. `r�it� t� 13raIlC11 C.,011StrLi tioll w a{(c Deturrr'1 illati011s � a� ,,c and Hour Division US _ [ ��1��.1C�t C���'C�t �)f I .�.1���1• 2()() (,()rl.Sti(I-ltion AVeIALlo. N.W. wn;".11 J n toil, I )C 2()2 10 ) If the ans cr (o the quesliori iti 1,) is theri an i ntor ested Pal-tv (111ose tattected by the a t iorl) call t'cqucst t,c\-iew a nd rccon s I dcrati o n fi,om t [IQ Waulc an d t IoI,it' A(Imi n istraior (S cc /29 G I -'R 114art I , 8 1.lnd 29 w t-i 1C to, � la17c and t I o L i r A(IiiiIn i�tnato1, U.S. Departm tit o t' Labo r W LLS h i n t ri , D C' 2) 0,1 1 FAA A' � lf-19- 47-031 W -6 IOWLI Ci1V MUnicipal Airport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 178 of 247 ThC Nq UCSt ShOU ICI tic accom palsied hy a fti ll Statellient ol-the interested party's Position and by anN, ir1 10r111,rtio tl (WLI(TC paymont dai- li pro'ect sicsc rilitic�n� areda pi-actico niatc ri aI, etc_) that tile rcgL1 SWr considas relevant to the INSAIC. 3.) [ I` tlic dccimwi of tlic Adm ins strul(v is nog[ i LIV(vabic. all i i-itcresLed Parry 111'a . appeal directly w 111C Adminic-trati v e Rcvleiv Board (t'01•merly the W aoe Aplic-a is Boarch. Write to Administrative Review [3().ard U.S. Department of Labor 200 COTIStl1.11ti€}n A VC11LIC. ! _W. Washirig -lon., I (' 202 1 i_ 4.) A l l dcc-s;i()n� by tlics Admi n isirative Rov icw BO'Ll-d L Li1. FAA Alf' � -19- 47-03 ] W -7 IOWLI Ci1V MUnicipal Airpc)rt Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 179 of 247 THIS PA I: 1+TTB[-ANK INTVINTIONAI.I.Y FAA A' � lf-19- 47-03 ] WS-9 IOWLI CilV MUnicipal Airport Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 180 of 247 TECHNICAL SPECIFICATIONS Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 181 of 247 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 182 of 247 Item C-105 Mobilization 105-1 Description. This 11cm of work sliall consist l'.. bUt is not 11-mil.cd to, wow-k wid operabotis necessary for the iTiov crncnt of peronnel, eq U ipmen t, inateri al and S LIPPl ie s to and i roni the project site for work on the pro' ��� except ��� i•�� id d i n the contract as separate pay items. 105-2 Mnb ilizatiu n limit. Mobilization shall be limited to I 10 1 percent o f' tho total pr( i ect Cost. 1 "-'-3 Posted notices. Prior- to oinnien-cnient of construction activities. the Contractor must post the llowltig doctimcnts its a pi-o mmciit and accessible plucc whcrc flicy may be ca*s'ily vlcwcd b • all e llipl yees o l` tlli Prime Contractor and by all CM 1110YC S O f` :--Albcontractors engraged by the pri to o Contractor: Lq lla I Emp loynient Opporwrilty (L E ) Poster "Equal Ernployment Opporttinity is the Law ii in accordance with the O H i ce of Federal Contract -ornpl iance Pro rani s E ocuti v c Order 1 1 46., as amended-, Davis Hawn Wa-ge Poster ( rH 132 1) - DOL ""Notice to All Ein loyes" Poster; and PP I i cablc Davis-Racon Wagirc R atc D tcrm i nafl ti. Thcsc 110ti CCS 111 LI t rcmai n postcd until final acccptanc c o f' tlic work by the x-vncr, 105-4 Engineer/RPR field office. Tl ±ke-� - ' - - e L _ a l ti_ L_ = _' ti_ a any _ L a __ 1 a s t e RLL k IL A_ _ L_ S A _ 1 J_ L L s _ JL L_ 1 A.s e �A a e w :r R E! a Y : ee. J - J - - A t_ v L y i _ L} ti� _ .Y An En q i n e e - / R PR f id 2f --c.e is not rEa-giirgFd -4 ILII DMN:031XIIOki 1 DE43NNOki 101121I 105- basis o 1` mea u rem n t and payment. BasLs d upon the contract luinp s Lini prico, for "Mobil i zati n„ partial payments will be allowed as follows: b . Wher 5 - � r mcmr-� o- the of i g ina 1 cent- rac - - {I me d f zin add - t Ana " 5•=. . v �a I 5 C, ='i ,,r rvt 0 - t -- r o r i g i r7 �.ti 1 c- r7 r jx s r rid, ti r7 -t i-jnF - 4 d. eft r rina -n peCt=_ian C�,t a g ing a --ea c.1R-an -up and e1-' ve -� y o f all )r".'D ecL. .s� uk� rr� -.er-i a1 s as 0U i r,�- y �e-c'L.:��r� ��� ��r��r�3pl� ��-- - � �Y , ' L o r��++ I�f-� I �1- rwti�l�'iTl�Tr1t~1J l_ tis1_ L_ J.� t_• �_ 4_ J-1_ is i i41 BASIS OF PAYMENT 105-6 Payment w*111 he made under: FAA A I P I-1I J l-,GI' 1 0. 3-19- 047-0 ,1 1 105-1 Iowa Gtv Municipal Airporl Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 183 of 247 REFERENCES The pUblications fisted below forin a part of this spec i fi c atj on to the extent referee -iced. The pUb 1 icat ions are referred to within the text by the basic deli nation only. ()1`t ice o C Fcderal ('ontract ('orn p 1 iance Pro rains (()F(Y(' P F-'x ecuti vc Order 11246, as am c ndcd E EOC-13 E-1 — Equa 1 Em p loyment Opportun ity is the Law f} ste r H n iced States Department of Labor, Wage and Hou r Div ision (W H D l 1 132 1 Fnipl ogee Rights undor the, Davis -Bacon Act Poster END OF ITEM -10 FAA A I P P J I-k"I' NO. 3-19- 047-0 ,1 1 1 Iowa Gty Municipal Airporl Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 184 of 247 Item P-1 1 Clearing and Grubbing DESCRIPTION 151-1.1 This item shall co risist ofclea ring or cIearing and grubbin , incIuding the disposal of materials, 1 c)r all arcas, within Ilic 1 i ni i is desity-n alcd on the plans or as roqu i red by [lie F c..,-,i dLmt Prof' L�ct Representative (RPR). a. f lea ri ng Dal l consist o f Ilic c utty n g and rerno al o f a] I trees, stumps, brLIS11, 10 PxS1 11 CdgC , ill C rerrlo al of fences and other loose r projecting material front the designated areas. The grabbing of stuns Ps and roots will not be required. b. Clearing and grubbing shall consist of Gleam»" 01c AlffaCC Of the ground ofthe dcsignatcd arcas o i~ al 1 trees, sI uni ps, down I i tri beri logs, si agn- , brush., undon-grow th. hedges, heavy tigrow ili ofgrass or weeds, fences, structures, debris, and rubbish of are nature, natU ral obstructions or such ni ateria I which in th C` ()I) n Loll l c f� tl�c )) i �rrr ui t tl l c [ € r th I urr ati € i� c I� tri i � t L��t , � r� tl�cr �VC[Uri reel �Ir« turc i including the Yrubbileg of stutnp�, moos, matted tuts, foundations. and the disposal fr in the prcject of al I spoil materials resulting fr oni clearing -arid grubbing. c. 'I'ree I emo a I. 'Free [ einova l slia I 1 cons ist of the cutting and removal of 'so lated single trees or- isal ttc i r L1l s I' tr c i Ellli tliV rubbi�� f� t��ir� s and i-oots _ The rcmoval o f' al l the trees o Nh i s classification shall be in accordance with the requirements for the particular area be i nur c 1cai-e �. FRUCHON ME RODS 1 1-2.1 Grenerall. The areas denoted can the p I ans to be ���nt � ��I l � �� i — -A. {x r� � r ��-C. _ _ A shall be staked on ilic ground by tlic I I L �' o nt ra c� -o r a s � n 1 c a t.ed on the ltwr7 �3 + The reinoval of existing structures and Utilities required to permit orderly progress of work shall be acox 1� p l h l I cal at �� i tr�ri 1 th r Fi C L 11 WlJoil t1� late 'h �t� L iy t �l [ I� rt l l � i lie I i ric, condo it, sewer, roadway. or other tit i I ity i s encou ritercd a nd must be rcinoved or relocated. the on tract i- shall advi sc the RPR \vho will notify the [ roper local authority or ow ncr t �ocu rc pr rrn Pt action. 1 1- * 1.1 Disposal. All matcrials rctno cd br cl€sarin" 1' by clearing and �1-Libbing shall be (fisposc~ l f Lh e .-O n L r�a cY r .o r- f � the s p o n -s : 0 i i �. { _ , except when other �isc ' directed by the - I - g e- � - I = -1 ' I - - 1 L AdA i _ : a . • E. 19 .. ! ti JL r GeflL L i i F-r r e r iaEl .-. i i i i 1 L J 1 Jee� ± r-k a l Pf ~1 I ; e 9, -J As far as practicable, waste concrete and masonry shall be p Diced on slopes of ens ba r knients or channels. When e rnbanki-rents are COIISIIIIC � d O f' SL[Ch Matel_ial i this material shall be placed i n accords nee ��� i th r eq uiivillent f r+ f orni ati 011 of embankments. Any broken concrete or niasonr'y that cannot be used in con strUCti on and all other ni atcri al s not con �i(lcrcd 4suitablc t(Yr LISC c I SCVV- C1-L:i dial l be di �poscd of by the Contractor. [ n Ilk) caWL shall any discarded materials e 1 eft i n ��i nd rows r piles adjacent t oi-within the airport limits. The FAA A I P PI J l­,GI. 1 0. 3-19- 047-0 ,1 1 I-1151-1 Iowa Gly Vlun16pal Airporl Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 185 of 247 nia nner and location of disposal of niateri a is shall be subject to the approval of the RPR and shall not cruatc an unsightly or ob cc li onab I L: v icw. W hon the on tractoi- is i-cquii—cd to locate a �Ii sposal arca OL[tS]'dC the airport property limits, the (}ontractor shall obtain and file with the )PRRPR perinission in writing from the property owncr for the use of private property for this purpose. 151-2.1.2 Blasting; hl—_ i i _J a t R EJ F-:— - Z L and L. 1 1 1 � �. ti. F�� L l L_, L L. i•� 1 L•ti �� L. L 1 t.� . 1 1 L_. _ ti� %-L � L V L .J u . 1 .J L L_, L .J L. � . 1 j 1 - .= L 1 �•l - L 1 , tj a - a ti• •_ ti• • ti• •� ti• L a The . • - ti_ 2 _ a_ L TA`-� 4 15 1 -2.2 Flea ri n . The Contractor shal l c leas- the stakcd or indi catcd area o fa I l mate ri al s as i n i c atcd Oil the plan-s. Trees unavoidably falling c��r S de the �l��ei tied c lear' n � l ir��its inn st be cut tip, removed, and disposed of in a satisfactoi,y manv r. To milli illi7C damage to trces that are to be loft standing, t-rces shall be f l� l led tow € i-d the € ciitcr o f [lie r rca he i ng c I eared. The Con ti-actor silial 1 presei-ve and protect fi-oi-n i raj Li ry a I I trees not to be removed. The trees, stu hips, and bru sh sha I be c tit fl u-sli with the prig. ina l ground urfacc. The gru bbinur f stumps and roots will not be rcquirc(l. Fences shall be removed and disposed of as directed by the > P f . Fence wire shall be neatly rolled and the W i re and posts, stared on the airport if" they are to be Lied agai n. or stored at a l oc~at ion designated by the P ) i f the f O� i c. to remai1� f the property ofa local al ner c)1. u• tIlt)rit . 151-2.3 Clearing and (3rubbin . 1 n areas deli Onated to he cleared and grubbed, all st unips, roots. buried cl- ors, b i,u h, crass, an d other urn sati sfact i-v matcri al s as i ndicatcd on the pl ans, shal l be rcr no cd. ex ccpt ��� lip re ciiihankiiien is exc L� edI gr -1 ' f' t 1 ��� i del tl ri 11 be cons rug t��l ����t�ide o f' 1�aved ��re��s. For em bars knients constructed outside of paved areas, all unsatisfactory materials shall be renio ed, but sound ti-ccs, stumps. and brush can be cut off' t1 ush w i th the ori gri real ground an(l al l o c(l to rcm ai n. Trip roots and other prgj ect ion s over l -1;') in lies (3 8 nim) i n diameter sha 11 be grubbed 0 Ut 10 a depth of at least 1 inches (. 5 m) be] caw the f i ni shed subgrade or s lope elevation. Any buildings and iiiis el laneou s structures that are shown on the plans to be removed shall be dcmol i �hcd or rcniovcd, and all r natci-ial s shall be disposed o f' by r����io val 1`r )m tho s i tc. The cost o l' removal 1 L incidental to this 1 tein. The rerna in tig or e j ,;t ing foundation-s, welhz, cesspools, and like structures dial I be de troved by breaking. do, vn the materials of which the foundations, wells, cesspools, etC., aro built to a dopth at. leap t 2 1 eo1 � 0 ciTi bol ow the e i sti11�ti SUITIoun i n g i-ound. Any broken co lle rote, blocks., or other objectionable niateri a l that cannot be used in bacl f i 1 l shall be renio ed and Alisp see o fat [lie Cont --doll. S CX])CnSe. The holes or open Ii n gs sh l I be back I) I I ed wi th acceptable rn ateri al and properly corn pas tech All holes 'n ert�bankniont ai-c h; iy�r��air�ir�� afte�y the grubbing oiler at'on hall ha�r�� tl�e sideL, cif` il�e hc�lc� flattened to facilitate filling with acceptable inateria 1 and compacting as required in lteni P-15 . The wine pr cc&rc shall be appl icd to Lill ho I cs rc mai n rng after grubbing in arcas whcrc the depth of h l cs e ccc(ls the depth of the proposed excavation. FAA A I P PI J l­,GI. 1 0. 3-19- 047-0 ,1 1 I-1151-2 Iowa Gly Vlun16pal Airporl Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 186 of 247 METHOD OF MEASUREMENT v 'FI t kr _ �r 1 .5� I -3.2 The quan ti tics o l` u l cari ii g and grubbing us show1i by the 1 i ni i is on tli�� plan s shal 1 bo � Y l� e of latid specil'ically cloarecl and rut)bcd. 151-3.3 The quan ti ty of trot r cnio rat as sly own on the p1 aiis. sly al I be the 1----n u m .e r c., f ; -n (J 1 v 1 ci u a 1 z t }ter o f laird s eci f i cal ly cleared. BASIS OF PAYMENT T 151-4.1r r r pj r .r r �� 1 n. 1 L ti - ti { �1 1 - IL�a r i pr •r r r l r ti• r , 3 ,•+r ry to 1 }Lr , 151-4.2 Payment sha r l be made at the contract unit price �-pe r a c, -{' s ,,11-: �a r e -x.e t e r) per MP 1, I'Or clearing a1id grubbing. This p6ce shall be Cull compeli ation I()r 1"Urmsh1q; all 1111citeri als an(I for al I labor, equipment, tools, are i tic i dent -al riecessar�r to complete the iterrl . 151-4.3 Payment slia r l. be made at the contract t_trrit price ape r ril-_r-h e r C- f - ri.d i v - d1j a 1 t. 1� � , , r �,+ L , Y 1 r -, �� } 7 1 IZ)r trcc 1'�'rl'1oval . This pri c shall be full e rnpcnsatlon for furnishing all niatcrial s and. for all Iab r, cgUiptiicnt, tools, and 1rc1(icrztals nLLcessai-y to cornpletc [lie itLA11L Payment will be lade under: -, t e 11 i I I 1. 51 1 1 I 3E ZE� e L1qt�l - - Item P-151-4.1 C leal` min and gt ubt)ilig - �-p e r a, -'re (s �i ca r.-_ mete--) or L r a Li0:1 LIB _r � �r�ufflp e Item P - 15 4 Tree Re - d er _-curt e. _r oL' i_-ia v id-1aL ee e S 4 - E e kq �Ia=er END OF [rl'EM P-1 1 FAA A I P PI J l­,GI' 1 0. 3-19- 047-0 ,1 1 1-1151- _3' Iowa Gly Vlun16pal Airporl ECONI-#_60642468 Rcillovc bstructiotis Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 187 of 247 THIS PAGF LLFT ILL, I-NTFNTIONALLY FA A11-1 1-1 ROJF�GV N 0, 3-19- 047-01l 1-1151-4 Iowa Gly Vluni6pul Airporl Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 188 of 247 Item T- 04 Sodding 11011MCNININ10101 04-1.1 This item shall consist offurnishing, hauling, and placing approved live sod on prepared areas it] accordance with this spec l ficati n kit the locations sli wn on the plans oi- as di i-cmd by the > P R MATERIALS 04- .1 Sod. Sod 1;Urnished her ilie Contractor shall liave a good cover l~ livil1� r gr win L is. Thi shall be interpreted to include grass that is seasonally dor rant (hiring. the cold or dry seasons and capable o f' i-cncwi ngr 6row tli u f tvi- thc. dormari t peri od, All sod slial l be obtai n cd 1 4im arQus whcrc the soil is reaso na h iv fertile and coma iris a high percentage of loamy topsoil. Sod shall be cut or stripped from i vi rig, th ickly matted turf re I ati ve ly free of weeds or other urn es irable foreign p I ants. large ge sto ryes, roots, or other materials that m it�-ht be detrimental to the devel pnlent of the sod or to 1 Ut Ure m.-ai n tenanc . At east 70% of the plants In the cut sod shall be composed of The species stated In the special provisions, and any vegetation more llian inches 1 0 m) in height shall bo mowed to a h ei gl� t l") Inches (7 5 �� m) r l ess before sod i s I ifted. od, inc ludi n o the so i 1 Ponta i n i ng the roots and the plant growth show In 'a bove, shall be etit ti n ifor m 1y to a thickness not less than that stated in the special provisions. 904-2.2 Lime. I = all J - - e - - = - s - - r � - _ Lz , ti 1L _ 1 Y_ i !i k L' 1i _1 _ - Ls s _ r - Es L' Ls _ ti - - r-1 L - tl _ _ • L..-L r ti = '. J Y _ L . le h ' J . _ •J _� _ Y_. • e t _ L •Jv 1 k k 3 a 1 Y7 S r .y T^ - h {.+ F'.4 - r'i f t h r ti - ;-i e sieve 1 i '1vr t Y e q ' 1 - Y r ti rY en, I NCL rcqui rc . —f 9 04- . Fee-tilizer, ��'�rLii zC,y ��7a11 �c st_�:��ard col��rr�u�cial EC�'LilizCrS .S--I1�I)11 SenP-a .tui r ire m-' ti-�rcs cu— �.C-i-ir.ing tlic 1�c-r en -��yus o--, t t'::Iy �Yitr Y7 ��� il�_t l r�7 �� r� ri 1 ac--d f a—n � -ter- 1�.� )1e pota,7 i. The s_"laA-1 a --pp li � �_i�i �_ � r~ _ _ p h i�- f an�� --1 -r.,ee L L -ia- re q U i r—eme r: c. app 1 i cab' e s -.a �.e 1 a Tsh a 1 _ be f �r r7i it ir. ;;tc-..n -ard r" �.'ayrV-1 { ,� -rj ith :'iCalne.r arAd guaran` --( d : Y7t--Y ��if cti r7t n- tLti--1 r1 rruar- t- .11 - . I 1 t r7{xmi soa_ unf; r =s-imp;�i11rn-t-. -n.i fr_i1i I=�e� fP -i -iz, rs may bEm- s, 1_Lpp -iPd in �r=e. c.f t=qe fc,11 o w-nforms a. for arep- ' c-ation by a Common fart ili er sprecad�r F b . A fine-y- r lln'-1 fprt it i ze r S -.1-table fc' -- app' i ca _ Ors �-Y PC-. --r sp_ a en-; or . A a- anula-r r pel-et f�rr slit{ 1 -ter PP-ic--i0n I-jy hlcwer eq u: _. FAA A I P PI J I-k"I' O. 3-19- 047-0 ,1 1 -1'9 4-1 Iowa Gly Vluni6pal Airporl J L ECONI -?'-!L60424 F cmovc bsti'tictions Phase 2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 189 of 247 �' '�lllzcrs � .�1 � 13—3-13 (of �c,"uI -lcriL cora�1c-fcia1 Ec._cL.IiIzCr anc, '-1 a I be, s-c.r-ad at The ra Te of - 0 pounds perr -1 f COO - -..1a re f et=_, � v _ �� 04- .4 Water. The water shall be SUffilciently free from oll. acid, alkali, salt, or other harmful materials that would inhibit the growth of grass. 04- t5 Soil for repairs. The soil for 1111 and tops i l ink o C ar as to be repaired shall he at least oCequal gUal i ty to 'that W11lCh eX i sts i n areas adjacent to the area to be repai red. The so] l shal l be rel at 1 ve I y free fr in IarIle. lone , roots. stumps-L or other 1 aterials that w 111 1n rI Cre W1th bse(jU011t ;owing of'seedL co mpacti n�-. and establishing turf: and shall be approved by the RPR before being placed. CONSrjj�UC,1,10N(1h:r1'Hl 04- .1 Gcneral. Areas to be solid, strip, or spot sodded shall be shown on the plans. Areas requiring special LYround surface proparat ion � ��� l� a ti 11 ing and th��se areas i n a ati � f ��t ref �c�r��it i�,r� that arc t remain Undisturbed shall also be shown on the plans. Lri tab l C eq Sri prTIC11t neee�sary t or proper preparation 01~ thO TrO Laid sur acc and for thc handling_ and placing of all required iiiaterial s shall be on hand. in L,)ood condition, and shall be approved by the R11 bo I ors the vari OLIS operations are, Marled, The Contractor shall demonstrate to the RPR be f ore startinty [lie �,arIOLIs operations that the application ofreqUired materials will he nirade at the specified r tes� 904-3.2 Preparing the ground surface. After �(Iradin o l` ��lyet�� has bc�cn corn pletcd and lief € re applying fell i 1 i er a rid 11 rnest ne, area s to be sodded shal 1 be raped or otherw i se c leer red of stones la rger tha n inclics mm) its any diameter, sticks, stumps., and othc1- debris which might inter-ferc with soddillg4 growth of brasses. or subsequent inaint nan of grass -covered areas. If anv damage bv erosion 1• other causes occurs aftcr grad i 11 g of arcas and bcfoi-c begi n n i n r (lic appl ication of tort i I i zcr and ground 1 i nie tone. the Contractor shall r pa i t Stich darnag e. This may include filling gullies, si-n Both i leg irre!rr lariti es, and repairing other incidental damage. 904-3.3 Appiving fer ti liter and r*ou nd lira es#n rre. Fol )Wi n g tyrO Lrrtd SUr aee preparation, I ert i l izer shall be un1form Iv spread at a i'ate wh1ch wi I I provide 1iot less than the mJ ninium quantity of each ferti I 17er in ,red i ent. as stated i n the spec ial prov isions. l i; use Of Ero Lind 1 i niestone i s rcq Lri red, it shall then be Spread at a rate that will provide not less than the m i n irnu m quantity stated in the special pro i s i ons. These matL�rial s shall be incorporated into the soil to a depth o t' not 1 c!ss than 2 i5() 1111 n) bV di III raking, ng, r Other s U itab le methods. Any stones lar6er than 2 inches (0 l ni) its any diameter, large clods, roots, and other litter brought to the surface by this operation sh-a I I be removed. 04- .4 Obtaining and delivering sod. After inspection and approval of the source of sod by the 1- 111 , th 0, SOd "1�11 I bC C Ott W1 th UI)PI-OVC(I SOd C UttUS tO SUch a Ili i c ncss that a 11cr i t has bccii than spoi-Icd and placed on the prepared bed, but before it has been compacted, it shall have a uniform thickness of not less than 2 inches (0 mr n ). Sod sections or strips shall be cut in uniform widths. not less than 10 i nelies (250 ruin), and in lent Fths o I~ not less than 18 i riches (0.5 rn , b Lit o C SUCII 1 ength as rna v be readi ly 1 i 1t d w ithout breaki n o. tea ri nti, or loss of soil. Where strips are required', the sod rnu st be rolled WithoUt daiiia e with the Grass folded inside. The Contractor may be required to mow high grass before CLItti n" SOd. The sod shall be transplantcd within 24 hours from the t i m c it i s Stl'i ppCd, Un 1 css ci rc urn stanccs bcyond the Contractor's control make storir��� necessar` . l n such eases, sod shall be tacked, kept l��c�i st, and pr_otCLtCd from exposure to the a i r a nd sun and shal I be Dept from freed ng. Sod slia I I be cut a rid moved only whcn the soI1 molstUIV COnditiorts arc SUCK That faVOl'UNC rCSUlts can be e pucwd. Where the soil is too dt-y, approval to CUt sod may be granted only after it has been watered sufficiently to riioi step the soil to the depth the sod is to be CLit. FAA A I P PI J l­,GI' 0. 3-19- 047-0 ,1 1 1'9 0 4 Iowa Gly Vl ni6pal Airporl Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 190 of 247 04- .- Laying sod. Sodding shall be performed only during the seasons when satisfactory results can be expcxtcd. Fero/on sod shal I not bo, LisL`d and sod 0a I I not bL` p1 acod Uj)on frozen soil, Sod may bo transplanted during periods of drO Ught with the approval of the RP[ , provided ded the sod bed is watered t nioistcn the so i I to {a d cptli of at I east 4 i nclics 100 ni r n) i mi-ned i ately prior to layi rig the sod. The sod shall be niol st and shall be placed on a moist earth bed. Pitch forks shall not be used to handle s l� and 1 rni Pi n fi' 111 �'Ch C ICS Shall not be pc~ri-n ittc�d. The sod shall be c arc�ful ly p I accd by hand. c (lure t(1 edge and with staggered j oints, in rows at right angles to the slopes, commencing at the base of the area to be sodded and wo r k i nil upwa r d. The sod slia I l i ni med iate I y be pressed ti r'm I y i nto contact wi th t he sod bed by tamping or rol l i n gir with approved equipment to provide a tr-Lie and even sur I ace, and ensure knitting without displacement of the sod or deformation of the sLi rfaces of sodded areas. Where the sod rnav fie (li SPl UMI (IM-111 C.-Jr sodding operations, the wort nicn, when t op I ac i n g it, Shall work 11-orn I ad(lc'1-s or treaded p lan ks to prevent further d isplacement. Sc reened so i I of good qual it F sha I I be u sed to fi l l a l cracks between sods, The quantity of The fill soil shall not cause smother•i mr of the grass. Where the grades, are S UICh that the flow of w ater W i l l be f rofti paged purl aces acros� m)dded areas, the S Ur ace of the soil in the sod after compaction shall be set -approximately one inch (25 nini) below the pa errient edge. Where the fI ow w 111 be ovr the �oddod areas and on to tho pavL�d surl'aces around manholes and i ri lets, the ur Cacc o fthe so i 1 i n the sod a I`ter compaction 0a I I be. placed fl ush wi th pavernent edges, On 4,1 opc� steeper than one l ) ver lea] try -1,` hori Ton to I and In �� -shaped car I1at-bottom Ali tcl� Cs ��1` gutters. the sod shall be pegged with wooden pe-gs not less than 12 inches (300 rnm) in length and have a ero s-sc cti mil area (if not l css than /4 sq i nch ( 18 sal nine), The pegs s hal l be dri vcn fl ush w i th the surlc f� the crl. 904-3.6 Watering. Adcquatc watcr and %vatcrl n c qLU P1-n C11t 1-] U-St be on hand be I ore sodding bogri n s, and sod shall be kept 11101st U [Iti. I it has become established and its continued growth assured. In all cases, watcri ng shal I be done i n a manner th at wi 11 av i d dross n f i-orn th u application o f' c xcess i arc �1 uan ti ti us and ��� i I I av i d �:i��l ago to the I;1111 hod surf acc. 904-3.7 E stabli h iri g t u rl. The Contractor shal l pr-o i do general care 101- the soddL� d areas as soon as the sod leas been laid and slia l l contir���e �rt�ti 1 final inspection and acceptance of the work. l l sodded areas steal l be protected acral n st traffil c or othCr USC by W11'11 i 11g. S i gns or barl-ic adc s appro cd by The R P R F The Contractor shall mow the sodded areas with approved mow i it eC]U ipment, depending upon Cl i matic and growth conditions and the needs for mowing specific~ areas. Weeds or other undesirable vegetation shall bcY rTIowc'd and the c l i ppi n c s rJ (:d U11k1 rc mo cd fr rn the area 904-3.8 Repairi rig; Wh erg th e surface 1ias become gU I I led or' ()tll efW i Se dare-i'(14Ted dur'i m, the penod covered her this contnact, the affected areaLs shall be repai rod to re-e�tab l i sh the grade and the condition of the soil, as directed by the 1 111 . and sliall then be sodded as specified in paragraph 4-3. . METHOD F MEASUREMENT 904-4.1 This ite111 Sh- ll l be 111CaSUI-Cd on the basis of thlc area in sq tjar- ' y aids (square m ctcrs) of the sui-face covcrcd with sod and accepted. BASIS OF PAYMENT T 04-5.1 This item will be paid for on the basis of the contract unit price Per square yard (square meter) for ddi n�ti., which ric (` shall be full compen sali on for all labor, cqu ipnwnt, l-riateri al R stak i 11��i and i nc i dLxtal s necessary to satisfactorily complete the i teins as specified. Pa mcm will be made under: lter n T-904- .1 Sodding - per square yard (sgwire meter) FAA A I P I-1I J I --,GI. N0. 3-19- 047-0 ,1 1 -1.9 4-3 Iowa Gly Vluni6pal Airport ECONI -?'-!L60424 C1110 C Obstructiotis Ply L2 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 191 of 247 REFERENCES The Ub l i cations fisted sted below f rin a part of this spec i fi c atj on to the extent referetie d. The Ub I i at ions are referred to within the text by the basic d sj gnatioti only. A TM l ntLmiational AST M ) A TM C602 Standard Spulfication for Agricultural Liming m ing Materials Advisor :ircul-ars (AQ AC 1 0/5200- 3 Hazardous WIIdI ife Attra rants on or Near Airp t-ts FA A/Uni led Stato Dopai-cm nt oI; AtyricultLire Wildlife Hazard Managcmcnt at Airports. A W17ual for Airpoil Per o micl END OF IrI,EM FI'- 04 FAA A I P I -'I J l-,GI' 0. 3-19- 047-0 ,1 1 -I 904-4 Iowa Gly Vluni6pul Airporl Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 192 of 247 SUDAS Standard Specifications Division - Site Work and Landscaping Section 9030 - Plant Material and Planting PLANT MATERIAL AND PLANTING PART 1 !GENERAL 1.01 SECTION INCLUDES A. Plant Material and Planting B. Tree Drainage Wells C. Warranty for Plant Material A. Furnishing and installing plant material. E. Constructing tree drainage wells. C _ Maintaining and replacing ing plants for completed planting worl _ IKI 1114�j11111aIF=1 1K Com ply with Di i io n 1 - G enera I Provis io ns and Cove nants, as wel I as the fol Io i ng: A. Subrnit copy of current certification that the uppli r is an Iowa Department of Agriculture and Land Stewardship Certified Nursery Dealer or Grower prior to starting work. E. Prior to final acceptance, submit written maintenance instructions recommending procedure for maintenance of all plant material types, including watering, insect and disease control, fertilizing, pruning, tree wrapping, and staking. C. When requested, provide certification tati ng CDnta in er-g ro n material has been grown in the container for no Tess than 1 year. D _ Provid e a sa m pie of the p roposed m ulch for approva I by the Eng i n r_ E. When requested, submit a schedule of unit prices for each size and variety of tree, shrub, and ground cover plant specified in the contract docu r n ents_ 1.04 SUBSTITUTIONS Comply with Division 1 - General Provisions and Covenants, as well as the following: Where evidence is submitted that a specified plant cannot be obtained, substitution may be made upon approval of the Engineer. 1.05 DELIVERY, STORAGE, AND HANDLING Cori ply with Divi io n 1 - C enera I Provis is ns and Cove nant , as wel I as the fol le i ng A_ Protect plant root systems during transportation and storage, as necessary, with wet Straw. moss, or other suitable material that will ensure root systems are maintained in a moist, healthy condition. E. Protect all plants with a tarpaulin when being transported in an open vehicle. C. When approved by the Engineer, temporary storage of plants on the project site may be allowed. When temporary on -site storage is not approved, provide such facilities and location at no additional cost to the Contracting Authority. I Revised- 2012 Edition Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 193 of 247 SUDAS Standard Specifications Division - Site Work and Landscaping Section 9030 - Plant Material and Plantin 1.05 DELIVERY, STORAGE, AND HANDLING (Continued) D. During temporary storage, heel -in plants and maintain them by providing moist straw, moss, or other suitable material to protect root systems; watering; and prot ti ng from excessive sun, wind, and inclement weather conditions. This will provide e healthy, vigorous plant when planted. 1.06 SCHEDULING AND CONFLICTS Corn ply with Division 1 - General Provisions and Covenants, as well as the following-. Comply with the optimum plan i ng dates specified in Section 9030, _01- 1.07 SPECIAL REQUIREMENTS None. 1.0 MEASUREMENT AND PAYMENT A. Plants, By Count: 1. Measurement: Each tree, ,shrub, or ground cover plant accepted in place will be count d- . Payment: Payment will be at the unit price for each tree, shrub, or ground cover plant. Payment will be made in increments according to the following schedule, a. 70% of unit price at acceptance. b, 0% of unit price at end of establishment period, upon installation of replacements. . Includes: Unit price includes, but is not limited to, delivery, excavation, installation, watering, placing backfil I material, mulching, wrapping, staking or guying, herbicide, maintenance during the establishment period, and replacements. D. Plants, By Count, With Warranty: 1. Measurement: Each tree, shrub, or ground cover plant accepted in place will be count d- . Payment: Payment will be at the unit price for each tree, shrub, or ground corer plant. Payment will be made in increments according to the following schedule: a, 70% of unit price at acceptance. b, 15% of unit price at end of 1 year establishment period, upon installation of replacements. c, 1 % of unit price at end of 2 year warranty period, upon installation of replacements. . Includes: Unit price includes, but is not limited to, delivery, excavation, installation, watering, placing backfil I material, mulching, wrapping, staking or guying, herbicide, maintenance during the establishment and warranty periods, and replacements, C. Plants, Lump Burn: 1. Measurement: Lump sum item; no measurement will be made. . Payment: Payment will be at the lump sum price for plants- Payment will be made ire increments according to the following schedule: a, 70% of lump sum price at acceptance. b, 0% of lump surer price at end of establishment period, upon installation of replacements. Revised- 2012 Edition Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 194 of 247 SUDAS Standard Specifications Division - Site Work and Landscaping Section 9030 - Plant Material and Planting 1.08 MEASUREMENT AND PAYMENT (Continued) . Includes: Unit price includes, but is not limited to, delivery, excavation, installation, watering, placing backfil I material, mulching, wrapping, staking or guying, herbicide, maintenance during the establishment period, and replacements. D. Plants, Lu rnp Sum, With Warranty: 1. Measurement: Lump sum item; no measurement will be made. . Payment: Payment will be at the lump sum price for plants. Payment will be made in increments according to the following schedule, a. 70% of lump sum price at acceptance. b, 15% of lump sum price at end of 1 year establishment period, upon installation of replacements. c. 1% of lump sum price at end of 2 year warranty period, upon installation of replacements. . Includes: Unit price includes, but is not limited to, delivery, excavation, installation, Watering, placing bac fil I material, mulching, wrapping, staking or guying, herbicide, maintenance during the establishment and warranty period, and replacements. E. Tree Drainage Wells: 1. Measurement: Each tree drainage el I will be counted. 2. Payment: Payment will be at the unit price for each tree drainage well. . I n l tides: Unit price -includes, but is not limited to, excavation, furnishing and placing rock, engineering fabric, and placing backfi I l material. Revised- 2012 Edition Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 195 of 247 SUDAS Standard Specifications Division - Site Work and Landscaping Section 9030 - Plant Material and Planting PART 2 - PRODUCTS .01 PLAINT MATERIALS A. General: 1. Ensure pleat material meets the minimum requirements of size and grade as stated in the latest edition of American Standard for Nursery Stock, ANSI Z60.1. 2. Provide all plants true to narna and tagged legibly as to name according to nursery standards of practice as recommended by the American Nursery and Landscape Association- Plant names -indicated comply with the latest edition of ''Standardized Plant Names" nmes" as adopted by the American Joint Committee of Horticultural Nomenclature. . Plants larger than those specified in the plant list ith corresponding root system may be used upon approval of the Engineer. 4. Match plants planted in rows in form and size, unless otherwise Specified i n the contract documents. B. Plant Material Quality: +1. Provide nursery grown plants grown in the same climatic zone as the project. 2. One-sided branching plants from lightly planted nursery rows will be rejected. 3. Provide healthy specimens without objectionable deformities, voids, and open spaces, with well -developed branch and root systems. Ensure specimens are true to height, shape. and character of growth of the species or varieties. Provide plants ho i ng appearance of good health and vigor. 4. Provide plants free of the following: a. Harmful insects, insect eggs, borers, and all forms of infestation b. Plant diseases and moldy or dried roots c. Damage to trunk, barb, branches, leaders, root systems, or cut -leaden d. Defects, disfiguring Knots, sunscald injuries, and frost cracks e. Rodent damage to barb and buds 5. Plants with broken or cut back terminal leaders may be rejected. C. Balled and Burlapped Plants: 1. Provide firm, moist, unbroken root balls of the specified size. . Broken or loose root balls will be rejected- 3. o manufactured or artificially produced or mudded -in root balls will be accepted. 4. A container grown plant, in lieu of a balled and bu rla p ped root ball, will be accepted provided it meets the specified size, Complies with American Standard for Nursery Stock (ANSI Z60.1), and meets criteria for container grown plants. D. Container Grown Plants: 1, Grow plants in sufficiently sized container for a minimum of 1 year, with a root system developed to hold its soil together, firm, whole, and moist when taken from the container. 4 Revised- 2012 Edition Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 196 of 247 SUDAS Standard Specifications Division - Site Work and Landscaping Section 9030 - Plant Material and Planting .01 PLANT MATERIALS IAL (Continued) 2. o loose root systems in the container, root -bound, or circling of the root system will he accepted. E. Dare Foot Plants (BR): 1, Only use where specified in the contract documents or as approved by Engineer. 2. Ensure plants have substantially all of the root system intact, with clean cuts on roots. Foot system is to he packed in moisture -retaining material and bagged to protect the root system from drying out- 3. Prior to planting, properly prune and sweat according to the nursery source instructions. 4. Ensure plants are dormant or breaking bud if created at the time of planting. . Do not plant Inter than May 1 - Provide hardwood or softwood mulch complying with the following: A. Shredded hark and shredded wood mixture containing no more than 0% wood chips. B_ Produced by a mechanical deba rker and chipping mach i rye _ C. Flea son ahl y free from I eaves, twigs, do st, toxic su b to aces, and a ny othe r foreig n mate ria 1. D. Not in an excessively wet or decomposed condition. 2.03 BA I FI LL MATERIAL A_ Acquire ba kfi I I material for plantings from soil excavated from the planting pit- B. Ensure hackfi II material is loose, friable, and free of clods and rocks 2 inches in diameter or larger_ Do not use frozen or muddy soil as backfi II material. .04 STAKING MATERIAL A. Stakes: Comply with Iowa DOT -Article 41,54.09. Minimum length of 6 feet. D. Hose-. 1. Reinforced garden hose no less than 1/2 inch inside diameter or fabric straps or other material approved by the Engineer. 2. Provide hose of adequate length to prevent contact of St2king or guying wire with tree trunk. C. ire: Provide wire of sufficient gauge to resist hreaki rig during high winds. D. Manufactured Staling System: Upon approval of the Engineer, manufactured staking systems may be used in lieu of stakes, wire, and hose- 5 Revised- 2012 Edition Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 197 of 247 SUDAS Standard Specifications Division - Site Work and Landscaping Section 9030 - Plant Material and PIantin� .05 GUYING MATERIAL A. Earth Anchors: 1, Steel auger type with looped end; minimum /4 inch diameter, 36 inch long anchor hank, with 5 inch minimum diameter anchor disk. 2. Driven style earth archers with a minimum 1,099 pound capacity in normal soils. B. Hose: Comply with Section 9030, 2.04, B. C. Cable: 1/8 inch galvanized wire rope or equivalent cable with a minimum 1,500 pound capacity. Provide cable with ends clean and u nfrayed . D. Cable Clamps-. Match size and strength of cable. Provide two for each end of cable. E. Flagging Material: Brightly colored, minimum 12 square inches. .06 TREE WRAPPING MATERIAL FOR WINTER PROTECTION 4 inch pride bituminous impregnated tape, corrugated or crepe paper, specifically manufactured for tree trunk wrapping, having qualities to resist insect infestation, or similar material approved b the E rig in ear. .07 WATER Provide grater and watering equipment such as hoses and sprinklers. Provide water free of substances harmful to plant growth. .08 TREE DRAINAGE DELLS A. Porous Backfi II Material : Cora ply with I mva D OT Se cl lore 4131 _ B. Engineering Fabric: Comply with Iowa DOT Article 419 .91. MM 1210 * lid 1119. Provide a granular pre -emergent herbicide as approved by the Engineer. Revised- 2012 Edition Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 198 of 247 SUDAS Standard Specifications Division - Site Work and Landscaping Section 9030 - Plant Material and Elantin� PART 3 - EXECUTION .01 ALLOWABLE PLANTING DATES install plant material during the following times: A. Evergreen Plants: September 1 to October 15 and prior to June 1, but not after candles exceed 1 inch. B. Deciduous Plants (Balled and Burlapp d and Container): August 15 to November 1and in the spring prior to June 1. C. Deciduous Plants (Bane Root), In the spring prior to May 15, D. Weather Restrictions-. Planting may be conducted under unseasonable conditions, except in Breather below ' F or above 0' F. No variance from pleat warranty or other requirement will be given for plants installed outside the specified periods, 3.02 PREPARATION N A. Provide notice to the Engineer days prior to planting. B _ All plants will b in petted by the Engineer prior to planting. Plants may b -inspected and approved at the place of growth by the Engineer for compliance with the Specifications for quality, size, and variety. Such approval does not waive the right to reject any plant material after it has been delivered to the site and/or installed. C. Provide barriers or fencing as approved by Engineer to protect the public from injury when planting installation is within the right-of-way. 3.03 LOCATION OF PLANT A. Marls the location of all plants with flags or lathe according to the contract documents. Mark trees individually- Stake the outline of bedded plants or shrub groups for the quantity on the plans without marking individual plants. The Engineer will approve the locations marked prior to excavation of planting pits and tree drainage wells. E. Male field adjustments in plant locations where underground or overhead obstruction i encountered , or where charges have been made as approved by the Engineer. A. Excavate the plant pit, centered at the location marks, cylindrical in shape with a diameter 1 112 to 2 times larger than ball or root condition, with vertical sides and flat or saucer -shaped bottom- Excavate plant pit to a depth to match the nursery grade of the root crown for all balled and container root systems. Excavate plant pit to a depth 6 inches deeper for bare - rooted systems. E. Scarify sides of excavated pit. C. Following excavation of planting pit for all trees, fi I I the pit full of grater; allow to stand (without add i ng water) fo r an 18 hou r period to dete rm i rye porosity of the soi I. D. If the Engineer determines the soils are too impervious, provide a planting well. 7 Revised- 2012 Edition Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 199 of 247 SUDAS Standard Specifications Division - Site Work and Landscaping Section 9030 - Plant Material and Planting .05 TREE DRAINAGE E WELLS Install drainage wells when specified in the contract documents or when directed by the Engineer due to the presence of -Impervious soils, A. Locate the drainage well at the edge of the excavated planting pit. E. Auger an 8 i n h to 12 i rich diamete r hole to ex i ting perviou s soi I or to a maxim um depth of 10 feet. If pervious soil is encountered, extend Bole a minimum of 12 inches into the pervious layer. C _ Fill the excavated hole with porous backfi I I material and cover the aggregate with engineering fabric. D _ Following completion of drainage well, fill the pit full of water: allow to stand for an 18 hour period to verify sufficient drainage exists. The Engineer it I determine if the drainage i sufficient. .06 PLANTING A. Bare Root Plants,., I - Remove all ties, ribbons, wrap, and other -items except plant identification from the branch system. . Remove all root packing and prune broken roots to sound wood with clean cuts- 3. Place a minimum of 6 inches of backfi l l material in the bottom of the planting pit. 4. Place the plant centered, upright. plumb, and with desired orientation in the planting pit, with the root crown matching existing grade. 5. Spread and arrange roots in their natural position. Do not mat roots together. 6. Carefully place and compact backfill material in layers, filling all voids and avoiding injury to the root system until two thirds of the planting pit is complete; fill the pit with water and allow the soil to ettl e_ 7. Continue placing bac fil I material and form a 3 inch deep saucer around the pleat. 8. Water the plant and surrounding area until thoroughly moist. B. Balled and Ru ria p pad and Container Plants: 1, Ensure root systems are moist at the time of planting. . Remove all ties and wrap from branch system, except plant iden tifi ation _ Container Plants: a, Remove plant root system carefully from container prior to planting without disturbance to root system . b, Inspect root system and out any circled (girdled) roots. c. Place plants centered, upright, plumb, and with desired orientation i n planting pit with the root crown matching existing grade. 4. Balled and Burlapped Plants: a. Place plants centered, upright, plumb, and with desired orientation in planting pit with the root crcwn matching existing grade. b. After plant placement, out and remove burlap from root ball. Revised- 2012 Edition Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 200 of 247 SUDAS Standard Specifications Division - Site Work and Landscaping Section 9030 - Plant Material and Planting 3.06 PLANTING (Continued) 5. Carefully place and compact Lackfill material in layers, filling all voids until two thirds of plant pit is complete, fill pit with grater and allow soil to settle. 6. Lightly compact the settled topsoil. 7. Continue placing ba c fil I material and term a 3 inch deep saucer around plant. 8. Water plant and surrounding area until thoroughly moist. C. Planting on Slopes: 1, Place the top of the root crown at or slightly above the finished grade at the center of the planting pit. 2. For all plants planted on significant slope, form a saucer as a dam or shoulder on the downhill side to catch and hold water and to discourage ero ion - WW1_kAIIIIIIIIIItv, III Itin II ilk A. Dig edges of mulched areas to ensure the top of the mulch at the edge of the planting area matches the existing ground surface. E. Place mulch 3 inches deep in the planting saucer within 2 calendar days of planting. C. Mulch an 18 inch radius area around tree trunks and shrub branch lines. D. Provide a continuous mulch area around plant groupings. E. Following mulch placement, pull mulch hack 1 to 2 inches from the base of all trees and shrubs to allow air circulation. F. Thoroughly water mulched areas. Rake to a smooth finished urfac - �'Xlyd TjZY.11:1 :11 �10 A. When specified in the contract documents, or when directed by the Engineer, wrap the trunk of deciduous trees in the fa I I of the year in which the tree is planted. E. I nspect the trun k for i nj u ries and e i de nne of insect i nfestatien pri or to wra p pin g . C. Wrap trunks spirally from ground line by overlapping one-half of the tree wrapping material and completely cover trunk to the height of the first branch. D. If necessary, secure wrapping material with twine or paper tape wound spirally downward in opposite direction, with ties around tree in at least three places in addition to top and bottom. E. Remove wrapping material by April 1 of the next spring. 3.09 STAKINGAND GUYING A. General: 1, Maintain all plants in an upright and plumb condition. 2. Complete staling or guying by the end of the day in which they were installed for all single stern plants over +1 inch diameter- Revised- 2012 Edition Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 201 of 247 SUDAS Standard Specifications Division - Site Work and Landscaping Section 9030 - Plant Material and PIantin 3.09 STAKINGAND GUYING (Continued) 3. Do not stake clump form plants and plants in paved pedestrian areas unless approved b the Engineer. D. Staring: 1, Provide two stakes for each tree for trees 2 112 inches in diameter and smaller. Place one of the stakes on the southwest side of the tree, or as directed by the Engineer, and place the second stake directly opposite the first. . Provide three stakes for each tree for trees 2 112 to 4 inches i n diameter- Locate one stale on the southwest side of the tree with remaining stakes equally spaced around the tree. 3. Locate stakes uniformly from the trunk of the tree at a distance equal to 114 to 1/3 of the height of the tree, or 2 feet minimum. 4 Set posts vertically into une cavated soil at a minimum 2 foot depth or until firm, providing a required post height above grade. . Attach wire to with hose protector to trunk at a minimum of 4 feet above grade or between one half and two thirds distance from finished grade to the top of the tree with slight slack in wire to allow for tree movement. _ Secure ire to stakes at 6 inches from the top of the stake; mark all wire with flagging material. 7. Install manufactured staking system according to manufacturer's published recommendations. C. Guying: I _ Provide throe earth anchors and cables for eve rg roe n trees 10 feet and taller and deciduous trees over 4 inches in diameter. Locate one anchor on the southwest side of the tree with remaining anchors equally spaced. . Locate the ar»hor a distance from the trunk equal to 1/ of the tree height. . Attach the cable with a hose protector to the trunk between 1/3 and 1 /2 of the tree height, or near the lowest main branches for deciduous trees. 4. Screw an auger style anchor into u ne cavated soil until only the looped top is exposed. Install driven style anchors a minimum of 2 112 feet into the soil. . Secure cable to anchor with slight slack in cable; mark all anchor cables with flagging material. . Install manufactured staking system according to the manufacturer's published recommendations. D. Removal: Remove all staling and anchoring materials from all plants at the end of the establishment period and remove from site_ 10 Revised- 2012 Edition Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 202 of 247 SUDAS Standard Specifications Division - Site Work and Landscaping Section 9030 - Plant Material and PIantin� 3.10 PRUNING A. General: 1. Provide proper and sharp pruning tools to provide a clean cut without injuring the branch collar. 2. Prune in such a manner as to retain the natural shape of the plant. Do not prune the term i nal leader of a plant. Leave no protruding stubs, and prune to the closest outward growing bud. . Plant materials incorrectly pruned will be rejected. B. Deciduous Trees: 1. Prune broken, damaged, or otherwise defective branches. Remove all branches that may not develop properly. Also, eliminate narrow crotches or competing leaders. 2. Prune to develop an upright leader that will promote the symmetry of the tree. Prune flowering or specimen trees to develop their natural form. 3. Prune all trees in Class A sidewalks or other paged pedestrian areas to provide a 7 foot height clearance, unless otherwise directed by the Engineer. .. Evergreen Trees and Shrubs: Remove dead and broken branches. D. Deciduous Shrubs: Remove dead or irregular branches, .11 CLEAN UP A. Perform cleaning during installation and upon completion of work. B. Remove all excess materials, trimmings, branches, sails. debris, and equipment from the site. C. Repair any damage resulting from planting operations, D _ Clean all paved areas with a broom - E. Remove a I I tags and labels from plants following acceptance by the Engineer. A. Establishment Period: The plant establishment period is 1 year after the installation i accepted by the Engineer. A plant inspection will be made by the Engineer prior to the expiration of the establishment period- B.. Warranty Period: If a plant warranty is specified in the contract documents. the 1 year warranty period begins -immediately after the expiration of the 1 year establishment period. Inspection of plants i I I be made by Engineer at the end of the 1 year establishment period and again prig to the expiration of the warranty period - . Maintenance: Care for a I I plants during the establi hment or warranty period as required to keep plants in a live, healthy growing condition. 1, Prune plants to maintain a desirable shape. 2. Remove weeds and grasses from planting beds and mulch areas, Apply herbicide to control weed growth when directed by the Eng i near_ 1 1 Revised- 2012 Edition Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 203 of 247 SUDAS Standard Specifications Division - Site Work and Landscaping Section 9030 - Plant Material and Planting 3.12 ESTABLISHMENT AND WARRANTY PERIODS AND ACCEPTANCE (Continued) 3, Dater as required to enhance early root growth and maintain a moist soil. 4. Adjust stales and ties to maintain plant in an upright and plumb condition. 5. Fie -set settled plants to proper grades and position. Restore planting a uc r and mulch; add ba kfill material and mulch as may be required. 6. Apply appropriate insecticides and fungicides necessary to maintain plants free of insects and disease, D. Plant Condition: Ensure all plants are in a live} healthy, and growing condition both at the date of acceptance of the installation by the Engineer: at the end of the plant establishment period, and at the rid of the warranty period- E. Replacement: ement: Replace a I I plants net found to be in a live, healthy, and growing condition during inspection at the 1 year establishment period and again at the warranty period (if specified) at no additional cost to the Contracting Authority. I , Upon notice from Engineer, remove rejected plants from the site and replace with plant material of the same species and size as originally spe ified. Install replacement plant complying with the contract documents- 2. A k1 091 10" 1Eel ILI 12 Revised- 2012 Edition Meeting Date: December 12, 2020 E _ 6 E-� IMro c 0 a' yy11�� ,r�S yy ALL+ UJ V i 5 u �r � , r +J ,� �'1'� C -0 tY ,+1I.J f� y rQ _ L) L{'f� 4__i _�� JD Lo 7-, 4� u ��++ +++1�1yy r�-, V) �� ��---11�LL r0 ' C / V l a` � y // i171 0 ! {�} �_ 0 a a -_ E _ ' M •- } k ���•.-- Pik I E ll! CL -{- - r t {- -rr- tiL r� � • f � 1 •1 ,. �r--I--I .•� r• /fl � f k•�� � � err f f f I f _ wry ti r -' �' 1 r r � � I f L � '� � L.' / M1 } I• �� f 1 � I�� r•r�f �� { r �� • � 1k • I '•+ � I �� J � r LL t � � L •f k 0. [� LL o ti Ln Q) W r - �r a LL � 13 --0 0 W rF W U T r LL -1 - r } iG qa 4 � {! Ff •L.� � r .' I' ri I ' _ ti L 1 IN Cu 04 1 II y ,'LL f � k•''.• � r•� � � � I - EL j Iti 0 fjJ � ' �� � En .7r ;LI ''... .. .. r ... .. .. .. .. •� LL -Q to CL Cr fG W y 0 O ly- C IT tiT Meeting Date: December 12, 2020 Page r 7 Cr f _ N Li C :D 2 u _ :D Z C.L C C F F Q.� uu uu �t -11��SS L LC� E LO I z u a- 0) E C Z f z A 0 0 3 a) C {V E ti,'•r: f 5i ' � � � ' I 5 ` I•X E• yl.� yl Iti I f' w'I ;'• f kY % CD •'_ Y-4 f k�1�vr•• �k y �R 7 rX fJ ! J v ti r'� '•l} J 1kvf M {{ 'i' ?• �� _w r� li{ { I 'YJr J f t ,cc �y�}f 1{� l �W h l f I{r ` •'f• T-4� . I �• v i J k5 � L CD rk' ..........._ ::. a- J "- E CL (D I C 41 LL ti CO -} CD a_ CL0) FIGURE ARE 903D.102 SHEET 1}F 205 of 247 Meeting Date: December 12, 2020 9 o 247 Xy a r 7 � I Li o {� U CL ZM uJ uu E �h Q Cn 6 %..� 0 L y.r y..+ a-J L di CN Cyl IZ 2 y~ i . �••- � �•� � � fj fffffy y++ ti� 1���� �� __ ••�-- 5 5 •; � ti 5 5 5 5 ti 'S 5 5 'S 'ti 'ti 'S 'S ti 5 5 k. v f F ` i I f I •-•�1� �rr _ + 7 i k •� k k lt t f r -- 1,/� rr .rvl i I 11 f A. 1�k'4k5 �ti fl I Q 4 .... in l ZI r- a) _ I L LL CL W FIGURE 0030,102 SHEET � F � Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 207 of 247 Meeting Date: December 12, 2020 � L C Z5 a) � LO=� — Co� E ' _ Z) E a (D > a tLw a) 0- CD LL-- LL LU IL FD �r • yy •fr fr 1 f. fr �rf r l • •f r tII Iv '••"'• •14 rL - r •. r JtI v�_ L • � � v f. fr • � � � rti{ v {ti •. �! r�•I fl v fJ r'S ' 41.1 � 14 rL• _ `ice u `� - _ � {' • ': 1 r" � _ • 'y I �: v •f' r fi r••.n rv{ v iv. ••� rr r ~ T lfv. C L.L CL OL r r rr f E Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 209 of 247 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 210 of 247 APPENDIX LOCATION DRAWINGS AND PHOTOS Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 211 of 247 Airport Commission Agenda & Info Packet Meeting Date: December 12, 2020 Page 212 of 247 TREE I* TREE TO BE REMOVED (XX- ) D = .' TREE DIAMETER CHAINLINFENCE " ` WOOD FENCE POWER LINE General dotes. 1. Coordination with Property Owners. Initial entry on to each property shall be coordinated with the airport operations specialist. Contractor shall not male initial contact with property owners. Provide 72 hour advanced notice to allow for coordination with property owners. . Call Iowa One Call before you dig. if )IOWA7= (9)RIN @L'��IL 1-800-292-8989 .rM rd14,.� . Any damage to private property shall be repaired to its current condition or better at no additional cost to the city of Iowa City or the property owner. 4. Any removal and replacement of fences and other fixed objects to facilitate obstruction removals shall not be measured for payment. This work shall be considered incidental to the obstruction removal being completed. 5. Contractor shall use extreme caution when n mobilizing onto private property and during obstruction removal work to limit disturbed areas. b. All disturbed areas shall be restored no later than a week after the obstructions on the corresponding property are removed. If weather does not permit sodding to be completed, disturbed areas must at least be graded and mulched within one week. Mulching shall not be measured for payment and hall be incidental to the sodding bid item. Sodding shall then be completed as soon as weather allows. 7. Do not place sod between May 31 and September 1 , or on frozen ground unless otherwise directed by the engineer. . Replacement trees shall be species and size shown on the proposal. Installation shall be at locations to be determined in field and shall meet requirements of SUDAS Section 9030 - Plant Material and Planting. arrant period of one year shall be included and will begin immediately after one year establishment period expires. . Payment for trees with warranty it I be rude per SUDAS Section 9030 as follows: 70% at acceptance, 15% after 1 year establishment period at 15% after 2nd year warranty period, LEGEND AND GENERAL MOTES IO A CITY MUNICIPAL AIRPORT T OBSTRUCTION REMOVAL 1O1�AL FAA AIP No. -1-0047-0 1 4 - AA�WASCOCHWO1 CITY OF LAVA CITY HURAruRl rport Commission Agenda & Info Packet Meeting Date: December 12, 2020 , Page 213 of 247 92 PENFRO DRIVE MINIMIOWACIT MUNICIPAL AIRPORT CITY 1I �ti', ire OB TRUCTIOI F EM AL HMSUOC11V011HERAIL,RI FAA A I P No. -1-0047-0 31 4� Ak r ir i Ir • '` ` ! q AV ti. r ;' • +�_ - r + - "T r� d k K '•- :� ,rJk '# Sri f }* 1 .7 47 r �r _P_ �r~� 'fit ` - v _ v IL A dr 'Fa To _ L �s�' 'F s +� r �t�r.. .fir. �+ � •. �� r, - _ , _' _�'-'anti ''+� IP r�. ! - _ _ .�,i,,a - • k �- s„� r r _ -�� _r #} T� r _i.T sue_ ,` r _ -ly;` r�-* . _ - _ r•.+. we �' _,- ��'" SKr. �# t Ar l 1 - _ .0 L 'kt'.���•;' y ti -1� JF6/r a *!ter},` ~{ Tom' ypw 1 r ' + t i 'r lL JFL 77 � ' h� 1 hW OIL Oj ' ' i + �F F C. X'L 0 r . ,Y ,06 t � • �+{ ! F S • �y _Li } _r ,. _J! -- � f� rA r J16 47 ra: F � f} ;liarf• ` 4 y r IKL a + + aJr r Y i -Y '- !i i r ®r- WL ems, .ter •�'� `{ ! * +� d. r � ifL- p F i' • # �ti ti r.*� T 'F w J 1 r� rport Commission Agenda & Info Packet Meeting Date: December 12, 2024 _ ._ Page 215 of 247 i 1 �z * � i x p x fDeckI r' �' •� r' _ I j wy 0 x j��j o tY lr v }! + RE,•r r 1 I If L SI ir��� k / x r1�� r�/ � _ _ • • yr •x YL 1 +� ,•k r• � ' % c!• ' Yam%•, •r r• r� x !� , x ) X• `•x X x r Brick Y ' -I`�+x x x x f •` x 12-302 Tree f x �Y v. �•''. ���• x �r •S 'v � fi � -i_ � � � ..x x •'vkx Jj y tk� �rr:r fl 45.5 -- . -i__ Ailij ■ I - i uj L 1 107 WYLDE GF IO ACITYMD IC CITY 1I �ti �, CITYAA� com HMSUOCIIX•O11HERAILJRl FAA AlP I D, -1 Ci F = L 1 ,qq i q 'k S24 ,Z tt Airport 0 Meeti AL IL d IL ch F fey % Pr o I n Jr q. % A -k6 or M -P 6 de Or r dh .6 L ff 41M lar- lie jr I Alp !Lr 1% r F lip ir -IIJ6 10 1-4 Acw A F A- ...L 4 Ph A A P. A P A A f r iL CIE ti -W P. Ir L 'A L J, %r P 4CL LF IN 3r P 41* ILL AP I A P .06 bL -P 101 d P d% 4h�T df Oa Pl INK 'k AV, 110L , $Ole 911 Iwo iF % -P AP L A IP.L. 1k dh� qrjl P.- 4 1P Of Jr. 9;b '06d AP A4. 12�A I J • ' ' } * r ti w� rp pj P. er iqlL R IL ra WIN ' Lt L-1-4 = a-~ J �,li / ' J - ' i#• y +' +15f r s.� r#, . L� •` F�4 _ • le dop 4i ` •tea - �. , �-� a 4 _ - _ I r .. � r * }~ ' qp� V � s..�_� _..�•+i r.,:�, �. Wit• _f '�• 1T tip.*`• •L, T i�� -• 1- �k� n1.i-: _.ram`} �4.•' _ f•'_`� - �4' ' it 'r r •{�L--k jai + -•�.•- F� _ �F• f+ ` — r * Pi� . Y L ' -'mot r• '� - _ —4•z. '� �ti ++'. }{CA�• T + • hl' � - % — — 6 1 - -7*. j - --k , '. . -t - -* - w _ r Airport Commission Agenda & Info Packet ' Meeting Date: December 12, 2020 Page 218 of 247 f 1. r 'f r �r i I • i I 1 -0 L. ' - 1 # 912-314 1 LLD E -Ch GKEN Fu-n A.O I '. . Ce I Patio - ---- _ 16.2Garden f • Gate 15 _ 14.4' D — .0 ' _ i t -t. 'f f f f f a 5 L + ff } iJ le F � off �f k 1 •' 1 7� nZE 94r CITY OF IOWA CITY I I M SUO CI l V 01 1 HE E RA I LJR l AUCOM r � 1 `fir• r•'i}r _ r � r # 1 r A d r y •" + � r , f ; i r r ,' r f. J i - F I L J ' l , r' r ' ' r i 1 Y• �; f y d 7 , # 1 F $y � F L L � .4 rti i� � • t s' ,, jo — i r rqp 1 { .t + _ �+ IA do r_ 6 lb _ r * ' J ■ _ � + - y •�- • - }� {_ f � i - — IN iii low dp qr r 7 � _ i' . _ r ' 4r 7 "+ - • lEIL if ' - # ELf 4 a r• ppr i }' q p AR �t , r •LISP 1plopIj' y y _ tjr 7 411 U. OAF J 1 ai' L moomp— TA I IL + -*I r _ .•, J. %5 y` k�41 J -r - , i t r r - + - . ' }; rt y� i _ •. .cam ' r '•� • •i 4 _ r5. 't'•' ti �• �!#�* r iOr *'� F� r i �� a+ ;.ti r� L ;� 'J.- 4 i ' �. J r�. + ��T • • � y .. -i+' fkii '_+L.- , -a��, ! _�• - - J. ',fir ' -a.+�- f. • r ' +ram- i = r " + 1 . ti k' �1. i a '_ i +ta - / .. �' - , -•7 h� r _ a • t f '31�� ' ,••�Y 4 i •� i -�, f ram. 1p _I, ,'' � # ~ 1 r iFF t v .41 t.-`� �� , _ r• ti {,•• 3; ter. a }�- ;.4 1� . +F .dl ti, 4 1� Y#1• • r Jr*`Fj- i � - r �* • _, �C {j_ _ %ti } - ii fJ r �' #, %T, }� ar } P. a f_� 1iT'• •• j� •'� •LL F-k 3' + _ t �`�' '' � • 1 � � �� � . ; t S ` - = �'' • ��r•� J '" ��. 3 T r • ..� " ' fi`__ • • #1� �� r I L �' rl'1� r „��j + r _ Y•_k�• t -.L r .� T t_ ti I + L { k . �f IL - _ _ r : 1 {. .4. ,}� zx ! -�� r. *_~_r r+ r�i '' 'r ti ~ _ R. iii AllF{ ..',".~'r ' '�' -;- R f �7Y5 it .�.ti•; .5 41 •:M' 4�k� r1 K r _ • Teti i �, _! -+ - 3 lo f ti o6 Ai — . - L. 4 jr, OrIL iF ram' ' , — t JA IOWA CITY MUNICIPAL AIRPORT 7rF 4(o f 2l �A ° ••f • + 1 f L 4 Y - F _� •1 ch IL r i t ' r pt '+• _- .. � ,y �� �� tail � * � � �. �' - r - ' r • r. s pr 1 -L R t , -ter' z AL. -L _ �� _ : � x p4F lb • r + t f . 1 a dr Ow A.' I r - } r • }fir # * ' 1 4 f` x, - �_ r< + s r, r T J J r y + : it t + _ •^ * i- + — M; Mir op r`4 -'- 5%', _ r# 'k M1-fir ~ + , a ' - + - y + Lam. ' 5+ #'��� i �, - ry } 7 r F M #Or f' s _L r r _ - d� Iry r •� ` L f r poll 'L • } I . ti l ry f . JI A - { 1 - r� f •� r 1, F'r qL 7L T , + rj r' �T eta L r d. + r �a r =µye -�r I ti J'1 ' � ~� _ � sal. 4 _ r jr yam' f '•, r 4 : F rti ti ~Lr,. F L i.. - r 5 '. =y F r _ - F� �'• # rt _ or r r + - +; *� 4b''f * Y { - V.Id 10 ' F �", • F IL �""M e6 -f 4 , .- . + i 7 r .1 -� —dw 19 F► 7 L? 41 1 0 L T. IL -L r 14 1 4h r rL Ir I L r p rL h 3 %r FOF AeL L h. 0 L J# FL r .10 RP NI L� A pe .4 tYl -7 -Lit -�p L 16L qr qr rol d. !1W 0 r p A Le 4 Flu F P I p kk FL k6f 17 4.� bm V, iL r;61 'hl 4,L h. �6 # NL 0 IF6 .41 r F e": 61, L LL J. Jo L 41 OWL, L L I b. q 41LP AZ7 h. L —3f — F I 1 p Rig dc .j _rL -4 J- AL lw Rr q 40— ;fit{ d r 4r L VF 1.4 M 41 hl ke I. IJ ol L4 P'l 0' p ate• ,Y ■r1 + ' SF' 1 i 4 ' f •4,y,�r + r f fJ . 3W � ' �� .Irk � � - _ % F .;AFL- jyr IP _.4 hIL% ra f 11 ; 4 �µ ti ' # dp a',. zAAA& Al rl _ s • 4YT �.T L -+mot+-. ' „ } ice,". ' ++ ,�' . -Jpk l+.,r". • -. - , c I i,, kr•ay 4 ' _T 'f =}IM ��yyy�a M. qF AP ir 1. L lb .46 Top ir rK�!k'—-1 -r J� + i'r y - 7 ' "•'} L . f• *. i1l �• ,,i' r. - Irt ' 1 #_ 'x _* J� '4+ti *' � ,. - - �• •'+ ,J r#�14• ! - j� '-. r -'+ v� rr q ! W_J� r ` y I ra re rt r fNE } I J i 016L r fir. . �� J ■,. � � JL' S , i { { ' }'' 1• y ' r• a ' T• r'� r 'I- 1 -Ok 'a 4 7 ..y pr .4w It + i OL ,yam � z� �� �w ems' y• � �,4 . #+L5' _ , s Ihk ■ F P. y. ' P � Imo' _i +� '� — - - '- - _ . I F • - _ L�� F '• I yam' - - '' jkL di ti — . { a* M1 r - F L _ �rr . 01. y A J 'y r. f L jry r I L a a !L� r'w.1 ~►• r__ `p L. a�, .-�a�X i 6ti..�,_ 4 lv T.fi r. 4 ' - i I" } - — JF ,. _�' T � t T*•� J��� _ L* , L. :or-.. F ~ - ��. !,• _,ram _ ' si r • L• Y}_ fila'.. ' % t �,_ ''+`"•- f i _ :mow -�}r ti" +. ~ �_. .—� ;•� -fi �.y�f ff y �'. �� '•` �,� '! i � c,.a tZ 7x ; �k v+� ,`••*} '' 1 ir' - 'I #' .tk.ti ��r y-• rt _ .} F_ YR ,�• _"' �� -F Sk�lr�� _ 't Lf * r ,+ L'TM K ���_-` r•'tt+�L-?}r' _�_ ,s r I f ,- F .00 I �' a Airport p,; ,�• , - • . ♦ rw • jam•` : F yti� #` Sl. h • ';- 46 i rJL r Qep Ali tip: •, j}; ,j + ,I,,` +!,-_ i -' r if ` -5y R ti. •. �• I % IT* ,. , 5�' r ' J•i is f'� LIP 0. • - . '• .a 5 JIWIC jor _ i 1�a Y :, .ems•' F - 4// - _ ti L• ~ •r-�J r. • v F'J+• - �� ` ' _ - L ~ ' Z _ , `I ', t J - - - I 0�e� r , _ � .- _ �; ' I � ~ + Fes. + • r +��. � 30 r =• 66- r, i , • fir ,± 7• 1i �� ti'- F Aw •M t _ L. �r�a ' r t L +� }. EW `.+ -15 IL ti + r-h,_,VQVI di i _ • y r r ' %! •I ti f 1 ,•• r I. L. -1 ' ' 'r kR • ' }' f- r r49 , Sir dL , ;aAlp ~` lad — - f d ab X. 41 16 Ir_M1 ,+ 4r _ - •r• y- "'z _ N 4 '' •L�a �;i L k OL ,,� k 1 �+ 1 VAlip- •' N. lot T a '-4- • _ _ti z I • L k �Y r' . #. - 1+F!'r- ' r4 ti • - • �r �� �_ r 1 { �� ti + _ - � l Lq% - i. - 16 IL dr ML 11 d i- & jr -01 * ~ h •5 1 I 1 � ��• � �� � i 4 � 5 r i rig~. _ � 49 V Ar L1 f 7rJ4 _ a Y _ r 3 P. { r r} Airport Commission Agen b'& Info Pa6ket -__ Meeting date: December 12, 2020 _ I I � 1 I • 1 L I _ I i i r, i 1 _ I - I 1 . � 1 _ 0 k rJ ' I f ' CD ' � f • E %' 1CD_ 1 � r 1 -0 f kf 1 — 04. 1 Oil 0 23. E I tri � I Boxes CD Wood Fence 1 • Jjf� 1 �� + 1 j J M11��ti � { r •11 L I f r • {r �r 5 Page 224 of 247 Dnvewo I I i • f f fr • f l r 'f r •r f f �F F I f f •�r •� r �• • f• � 'r ` • , OWL AUCOM CITY OF• IOI- A CITE I I M 5C0 C11'• 01 1 111 RA I 11R I 1211 WYLDE GREEN ROAD I 1 A CITY MUNICIPAL AIRPORT OBSTRUCTION REMOVAL VAL FAA AIP No,-19-0047-031 Vo �Jib. vc ;OL 4-0 do h lk L. q, III 1 ' �• r *i� -{ # r. ' •� - a f •i +1 ' �•- rr � L { 4A% I + tIL006-jY - k � 6 T Ir 7 T d. I y J _;�% ' 4'_f'_ % �'r•. ti it i- I.- r i F I v 7L ham}'' r+ } z rik r +_ ■4��L� L ~ d. �. ' • rid ti Y}' r 4i r I, 5 ' t a— OL Ak OA '% }} ' L +IL � fY re r * } �* rr j hI+ a_% R , r' RIP R C. L'+ i -p _ /. •fir a i , i• i-yam � I Ya f• -H ti hp. ifiL%+p 16 p 'A r 4+ +e r we 4 TF b6r ' a 4 } t ' 7 4 % i ?NFL ti 7 k � r *~ •' 4p ■ - ` R i • a • r 3 - ap L r ' ,• t. IL _ a _ '1 pr d. r— + •F h r ti '' rj � L f • � f I rlk ` ,lip pop Pr .y �• - ~ . c. I ' fi y t ACCESS IOWA AIRPORT x IL *$_ f - W IF q 14 i Ap. i 0. r� �` �r� • .ti •r � r � 'b4Q Y ' - •y - y• r}M � 4w Or — � �a k �� low T I It 7�4 Lot i `. - 0. + +` * r - _' + ' + '�# J • Y41 T , 7 I # �,i, • }'j. ~ �F' ''�* ~ "r L.y - v }'' r,,y, �•' . 4 s 74 i• . ' ,. _ it :r 1, i ' ; } { 4 y r {t ar �• ii i � I P. 'd + 4 90 10-3 — 1 f r I # - +,yam • _ I - ;ram � '+� � �,■y r� f r •� � -'yti � = � , Imo.' •� •' , . 5 L. • r � .. � - i I IN IFFAIN ■ r J+ r• % • ' • k,• r i zS ar IFow _ 91 "w AL WE- 911 y• +J • • R _ . ti ��• k _f kt _ r}1 _4 i.'�r �' _ ` + �_ +� JR' Y. tw,r''l+r� - - . - r. i : �4. — - r - i 4•{yams, :'t.'- _ iii _~� I -� ''r F114 _Sr_.� _'=1• r_ _' t 1z - ••` r•� - f,I zr4} r7_r. va_� r-_��'■r` -_ =fir- „-- =`I�ti� _.�`'r '+�-_'K J� "y �t# ILL r F'R +, '�P� +� -r, %4 }� . - L7.z FMF,. r +"k _ r - �4y.. rss y .� y *.k �• ~ �,y � �r ti F �■. mr ' t�f,� Sri L'`3 ''%. •• i• .,r+'' 1 ,' ~. JrL * -, '�•r• r , -- IT d. GREENNP i MUNICIPALOAD TREE 12-304 AIRPORT 1 Jt 1 1 E k ep 4 .4 ' ' w 4' ,r 1, r Y 4p tpt. i t r a is + sir jib r � _ r r ti ••i� �• ' r I'' It ski_ it • r •� T a v. ` rt i Efall ■ I 0110 9 !I 1 14 � ■ it i ! 7 + a * ■ ++ !� Ewa 1st * r-r _ , _ . � . • iti ti r."CLIP L r -v ' y r ~ a 1 _Z ^i ti + ~ _ Lp - 7 _ Jam, I t 4e jL MIFL r { _ f '- i r r _ _ _ - - ' +. r F•; }� � }i'- ■ ham _ r, If •r/� ._� L ~ L• �•,' + ',' �' ~• jj * * y • , . - }_1 i �� + i %Y '•'+ to r ti # j L _• r . f ;i rri' ' _ •� • Ji t of i + ti r '� ' �J P. frip did 461 lip k� +L ■ -�cj + + :4 t i f ' }. IP - •a irk ` �' f � t" � -441 r _ �•�• 'f • �s ' ■ - I a o .AT PIFF = l _ ' a� ��� �,r�' .ram• t � ice.■... ti {* '� r • - �' - _r . #'-k 1 - - �■■■�L. ,; f Y W. tirt_� _ 1 _ _ _ r4 ` '� i . a !} _. - • r• �,r-4� - _ � � • -• J -`~'k whr fie fr J 1 * r - s _•,.4i �lF" Lg'-'t- .. '- �.i"'t '#� � w � .• � ��v ,� .tip `. �`� '••4� .. ��,+� � ' Ft r ;,5-yF �r #i'Kr''' ` -- - • {-%h _ _ ,1:. - _ . r Fr •'� _a_ - a - •! _� ` r i s t .',.r•• r, - r s .tir r _� - i�f' •„ ~ : _it r. _ r} • r �� _r A.- r • �} }• yrt •' �'rr�#f y*.�;rt'•`�'-#i 7 ,S •. fiY�ti r•ti� �.a r' r . - ti -" r 3+L 'r ` F f� �� �4 �{ ti■ - 'fir t+■} { �z y,`' T ice_ J_ r t • f r - r _ ■ .��. C. �•� 1 _ i'+ ; {`- -r`+ 'w'st■ r+.�' F4 _ 'rt - f ' +-'� 4 r' ' 7 - ••k '�.h i�f _ 7� v - { _ + ' _i'"`*F { Tim + _ n • ` -`�;wljd_rl tif F' ��+r� - r {+}L _ !-,� r. Rr� it r 3' �; * tir '� }' S'� `74 - �� r + - : k ~ _ -� *•�,IF• l l rt -" i• •■ -J ��4 • {� �`� ++ F �T - �. ' ff ' '` ` `r YMT ••r `, •� ! R 4'�' ,L � `��_ 1�f �,J - } _ f*% s r ' - ? +; 4' "r-'ram _ 't'''�'1 �' 4 �t h ' +`�- idly+ _J.y -� rt _ _r� _ k v -F i.: { •�~ r TM,■�' tiF Lqhw F .41 {y P, ­4 4 Ir Sw ll �'t r l fir _ r, _ ." F- 'r f'F _ ■ys .' y „+` ft.Doi F - i i TV. }f h 49 i 4P *fo- k. j #0-4 i - ti - r. a a t Z;4Tr { l i� �'r * w, Airport Commission Agenda & Info Packet _ Meeting Date: December 12, 2020 v Page 228 of 247 d _ •as I k ` y I t —A f-- 1 1 k\ � 5 I � 12 I r' __ D — 1. 0' al I . i 5 7.7+ I � � 7-4 fr f i f IP V. I' f f I — � ,xM1�K �K �•��rl f f —ff ir''� k• ?� '1t� I 'k fr• k �f 1'',r f J l r Y , r '15 IVel ' rf %. +•ti ' r 1 +'k r1.1 4 • '' •J '4 I ' } r •� ' fFk •. l ++k JL fk l rJ r • .`ter, •. r . % TREE - f f .I f I I ' alp x• Q 20 FFFI ti r ' •x 1204 EDINGALE DRIVE IAfA CITY MUNICIPAL AIRPORT CITY F 1 0ti �;' CITYAA�OBSTRUCTION REMOVAL VAL FAA iimscoo1voi LnRArijRl FAA Al P No, -1-0047-0 1 _ r sir y � •' � I �y.T■ L c 1 .4" 4 OR ti L yy.4f it 0 d N rl: .16 4'r. W�;., ir P. e P. f ate- 4 f'� �� 4t MAW 7- Ar r tifSF .■ �. # .i of { y 41. 4. •r t. { p IT �p t i 5' a '+d. — it � � ter+'.'.'' �i �` 4 � _• r' + _ xa - ti �. '� •'fi ;r' ' F- � r -- - - i + ; Npr ��_�ti ■ a 1 'tea + 4'' R,�l�. r ti _ r• + l r - ` It- - * -• _ .. �" A ':r•'_r;•'F{S' f 1•� }fir-r_ {••• ' _-S -- 1 , +L. ate. f — r:. ' `�' *_ r , i• i t L•+ 5- { Lei. rt ria4-1 '* } �t UL rp 1IF Pr1 Pk. P. 1- f r ■ - + ' #_* 4r + �• •F it ��ti7:'' +1 �' 4L� r 'r �'rt 'ti!+sr•' 14 �■ 3 .4FjN Ph CIAO • PA F ■ol j on '�944 -, + � ' . '� + ' i - - . } i era �a * y F IL h r d SaY fir•" , i Yl 7 ` y• '+ ' l r - i JL _ + r r • — } F 0 - ' ✓f ' a a, Ir r'r - a _ +r r 7 �� , r• �' i r � ~■ i_ i it / •-. _ _ T 7 �, r • _ 1 P. i• ~` } ji` .je= +.' _. it F. + jp 'a k ■ _ ~'� rport Commission Agenda & Info Pac Meeting Date: December 12, 2020 Page 230 of 247 r Var 1204 EDINGALE DRIVE - ACCESS 11 A CITY MUNICIPAL AIRPORT ITS' 0F• IO R-'.C ITS AUCOM OBSTRUCTION REMOVAL AL I I l%E 5T0 (11 r 01 1 111 RA I LJR I FAA Al P No. -1 -00 7-0 1 Airport COf'T1f1ssIQin Agenda & Info Packet -Y�---ter I - Meeting Date: December 12, 2020 Page 231 of 24. -- ZZ -t. i f i r -- ' �12-306 l D OT i 12-307 + D - 1.0 1 .I .0 �. e90 Tree , - I - 10.3 fx f1 f} x I f' % r I }k }'+ f\ J f E. III f 1 f k I � ` f f f ' 11 55 I .x r 'x • 'x ti •.x •f f . �r J 'x • I 1 .. Q 20 FFFI 1216 ED INALE DRIVE IN,mmI OA CITY MUNICIPAL AIRPORT IT ' F I 0ti ,, Ire AUCOM OBSTRUCTION REMOVAL II'%E i([) (I1 r 01 1111 RAI 11RI FAA AI P N c t 1 -0047-0 1 Mile- 41 Ir 4r All 4 klFijrmq F 7 ar z Ir 1 4916 d%' Wfi in Ar F 9 .00 P .0 .pp ' Airport Commission Agenda & Info Packet r r} Meeting Date: December 12, 2020 f f Page 233 of 247. f • _ _ r I i � f f r � f 2 8 8, r l(r f f f 12-309 f 19,, D err .I . � � .• 40' 3.2 � f . f f ell $4 12-310 rfr. f f 22.2' D = 1.30' �• r f 12-1 1 f f f f � f f • r � ff r •f , f f` s j f ffr` f' f f el • fr fr' r r f � r /f 215 f. f 44.2'. � f. 12-312 i err f' I D = 1-70 f f f f f • f. ff 72.6' f fr f' f r r• L 12-31 '] -_ r xv D — 0,00' J f f i f r f •'s r � f . r err J f r r r f _ le,L] n _ f r ti I . F . f EDINALE DRIVE `I IO A CITY MUNICIPAL AIRPORT i� � F I �ti' , ire OBSTRUCTION REMOVAL AL II'%E5(0(11r01 1111RAILJRI FAA AIP No. —1 —0047-0 1 '...... ' Al ! a4rt •� N r4 f 0 ; I IL { Y ; ,I _ S y *. �1 - ' - J JI� _ ]''•'I ' 4,r • 4 ' ''`�` ' �{ *i/ `� ii% r�. } �'' r�..r•�,*� Cy ` • 7� F LIr+F� t f ti x •.i M L' r .I 4 - r ti M• }}'r = z il'•r `� ••.J r.�1 i1' yti ���4' - �k `� 4� M1•� L •2 r4� r 5 i _ R'• •, P. • 's•w + Jlip 'K I41 L_r i J` va i ' a _7.;iLrdkilmEL • L _ r �� � - _ T � a SV ' r r � F J •ti, +•, i"r� � � •Jt 1 ++ 1 �' , r 4111. .:L' ++ .r ,r � ti ■■qw lk6 r , f4 i r- ate, •f.' + %6, Lk • Sr , Y t - T - - - 4 L - - - _ �+ r _ rport Commission Agenda & Info Pac Meeting Date: December 12, 2020 Page 235 of 247 25- 00 2TRUNKS D=1-50' D=0-50' 25-01 2 TRUNKS D =1.40' D=1-00' ' f 25-105 12 TRUNKS +/- 4 TRUNKS NORTH -SOUTH � D=0.75'-1.00' FOR ALL EXCEPT 1 TRUNK @ 0.50' 25-104' 2TRUNKS 25-103 D-1-40' f — 1 TREE = 7 TRUNKS D=0.75' D=0.83' D=0-02' D=1-33' 3 TRUNKS @ D=1-00' 25-302 2 TRUN _ D=1. 0' - D=1,40' 2-1 01 2 TREE +i- - 8 TRUNKS 5 TRU N KS @ D=0.75'-1-00' D=1-25' D=1. 30' D=1.40' 2-104 2 Trees r 25-100 2 TREES = 5 TRUNKS ` : D=1. 5'-1. 50' --_ 2 5- 1 02 TREES = 0 TRIM 4 TRUNKS @ D=1. 25' 2 TRUNKS a D=0,33' IOWA RIVER RECREATION TRAIL IO ACITYMUNICIPALAII AIRPORT OBSTRUCTION UCTIO REMOVAL FAA AIP NG.-19-0047-0 1 -VIA ALI 36 kill 4L ?L 4F J, d Yr, d I j —4. L P A YA J I. I I I I I rL r' Al rr h d. Sr I... L L 16 111 L, L, r jt Nilylti Id f, A Ar Lid e" J, 10 IL p p I % I % rell,ii: I I 7 t qrr P 41 dr ip p �111` L if r rjo 11V or P1 I CA-;r 74 )6 4-P d IL r F I 7rk .16 41 1 f6 JIG 57 er IP dP 4. A jv JL A IN 4 irlp OltC AL 1 IL ff OIL -P .#6 it 4 N 011. r, r gpW 41P %l . I - . I Lr 4L% qp .PM ji4h A r J6 P. 9L %p q_ L 1p Al -,r 7- 63, r .3r7Mrs Rill _ I 'P. • .6 P6 L '61 Ir- 1 �.r M6 dp L A4 LP 'Ji Will IP k 4m 1R a _ i 4. f M 1- � � J WML IL _h g j�� *+i2�-' � 1 ti' r ' x i #y am It . # ` R r Lip tip. ■ '� _ , •�i y �� . i _ + L� � `L '�'L �F 4 +' - ''���' _ '•If f7}flb IN ' �I"�• -r aJYi t ge dih ov'.�� • . F r 4 . F - r, L L- or -16 L ;ar +J - y.'l + 4 jr'ik i"' •L - ;ti�F Pr Fl �� k.•. , { • ram* - +'} x _ F .}le AL .- -! r - f+ - �'r f F r r r f, P. r P� `, - , 4 3.4f +1 Ll kL 'R Ir r4F14'r 'ti ��• ' ''yy, 4 5 Li t . r1_' Fy i��S.v v '--r _� fir' ', '•� L ;�Jew '� II y ; { - ` a ice' }J� ♦ t� + wry , ���SSS I }t'L i �- •f- ' �+ Y-. * 'k ���} err { 'I '- . ,, 'r � �� �;� '# 44 } {, �l •� ir ti* 1 .*ti p w 1 f I ' 4•• + *- •� ' •; k �+ } t 1. JJ yy `` +,} + �:r Jam' .# t l L 7i +r rTL j _ MV WvLq �r_LJI+ J+ ` '� A •� r `.n JL. .r1� r,` n _ �~ Y - I� ti tit , t jYf� r 3 �'++ L`+ rL •� h. � Jam•. +' _ ■ i�� 'r: L Ow LLL11�L�1 *� �.�'` � Lam. y '- �I- l 1 1 1F L -• } * "� L " •. I It % y� L ■ �•,,, y'. ~ '4F , fir+' - rri ti�y _ �� � _-. �"• ■� r, •� + *`�'r 3. Lin r.kj • •` # +' sir '4+{ h -I; : -} � P. r44 ; YpIr• �• - •� - jo *-P V.` �6'••fi'S • P } ar L r46 { PA 1p r :' , 7 % R I P. `1 ' ' `� • • % ' T L - y Art �IR ! ' z� Jpi ram' i bi t d 'tea # F - - f _ �. -1. a`4. + r +. eLj T. ' L 4�. JJ 1 ry. J ' y L T ` - MJ` •Mr •i L L% , ,• - ` ` W dF r A • G 4e—L-- ti • f' it , i lip ++fiLIZ,.It apl6rlp pr i + ,# ! k da . k1 + it R • yV_ F #'r Y. Y� Iti+I _x M,. .� �,•4� ` a. •+ fix, �Lr 'Li+t �4 ria'S+'� _ r * y L .ram 'I L �ar s �, r u i J �h+ .; L• � : "1 ''.�•I I �4 fi I. lb i k. - - { k F_ *-e " r I l. 4, 4F 4% 1 _'j 2 rr` - �k v.. ) , 7' I.jk. % p M'&r It { � #C r ti .} + + ' - ti � .' o. �. ' J r ik lk■. { rti • ti '_ r �4 ' R ••a•, .. Tom. y �lix �•' tT1 F PL It ay31 1# Ar IF k f * eL I r 1 4 •i.t'• qr �J�' f,�a - r ; y t Tri •.JL - R- . dr __ { f AA46 did do b �! A;i+MP ft 10_ jr 1A " ' - t 1 a e I F j i l Ph # � Jr or I' r d Page 239 of 247 #��4 1 1 A RIVER f E RE TI N TF I L- TREE 5-101 IJhFSC{} C17ti• 0F I ITrR.'ITLIRF I P o. -1-0047-0 1 i ti 4 y y � 1 171 / L 3 5� it J f I I k a ==Z -4 zI1109 � ,,m®' � C ITY OF L0%-VA C ITY u K rsc{) C I-V 0 F I IT rR.'ITLIRF Page 240 of 247 IOWA RIVET REC- TRAIL - TREE -100 & 25-102 IOWA CITY MUNICIPAL AIRPORT OBSTRUCTION REMOVAL P No. -1-0047-031 Lrf I i AD I Jd pr { f •,ti� .'x,�� G I+ � � �• rya, �r {4 lop IF JJ rti F y goat. r�iJ7� , •-� }r� If 1p wk Zj _ r - r - ' �4.• L r �� 75 � y! t �'iri' 4 �,� rf. ' ak .S� r • rJ . f' r �a� 'k : F Fi } h �I i' i.y•til ', 1*}' 'F • +,r f1j_ Ylp. i r �. . el IleIr �, } I ar Q=CG r" •1f, ;ram • - 1 � W.q� ". ; ;, • k X ' A 1 � I i '. 4 yy I r • itlop � k 3M IL ti r% + L ` k lb r —' p' ##, 4 it ;� , - r* i J { *� �' yf IL pp { i ' ip +a If I J6 I T 4 11 Ll ' d �F 4 .Z T' ' 1 ++ �• a I Y :I• ��L f Yn , .' ril L Ir 7 'iffy J� rj _ jf� Ap 7 - , �L r +, a L •� i r � • 9v Jill I { 4 FL IP A IN a'. ' L _ I� }L� 5 # y r gib. ,,,qr • 1 .. ` ti . 1 MR Lb IV op 4-6 #},} r { ; _ r tS, for OL rt ' AIRPORTIOWA CITY MUNICIPAL A *= ►fi rport Commission Agenda & Info Pac Meeting Date: December 12, 2020 Page 243 of 247 2,5-3 00 2 TPDN K D=1.50' D=0.50' 25-301 2 TRUN K D=1.40' D=1.00' 25-105 12 TRUNK +/- 4 TRUNKS NORTH -SOUTH D=0.76-1.00' FOR ALL EXCEPT 1 TRUNK 0,50' 25-104 2 TRUNK 25-103 D=1.40' 1 TREE = 7 TRUNKS D=1.00' D=0.75' D-0_83' D=0.02' D=1.33' 3 TRUNKS @ D=1.00' 25-3 02 2 TRUN K D=1.3' D=1.40' 25-101 2TREES TRUNKS 5 TRUNK 0=0 , 75'-1.00' D=1.25' D=1.30' D=1.40' 25-104 2 Trees 25-100 rY2 TREES= 5 TRUNKS D=1.2'-1 _' . 25-1 02 2 TREES = 0 TRUNKS 4 TRUNKS D=1.25' 2 TRUNKS @ D=0.83' A #�%1% �,� I VVA RIVER RECREATION N TRAIL L � I+ 1 Tr IOWA CITY MUNICIPAL AIRPORT CITY OF 10%- A CITY O BT44"=COM F��CT I � ! F EMS AL uNrsco C17V 0F I ITrk.'ITLIRF I P o. -1-0047-0 1 1 a e I F j i l Ph # � Jr or I' r d Page 244 of 247 #��4 1 1 A RIVER f E RE TI N TF I L- TREE 5-101 IJhFSC{} C17ti• 0F I ITrR.'ITLIRF I P o. -1-0047-0 1 i ti 4 y y � 1 171 / L 3 5� it J f I I k a ==Z -4 zI1109 � ,,m®' � C ITY OF L0%-VA C ITY u K rsc{) C I-V 0 F I IT rR.'ITLIRF Page 245 of 247 IOWA RIVET REC- TRAIL - TREE -100 & 25-102 IOWA CITY MUNICIPAL AIRPORT OBSTRUCTION REMOVAL P No. -1-0047-031 Lrf I i •,� IF AD I J i r y 1 - { f •,ti� .'x,�� G I+ � � �• rya, �r {4 lopOp IV pjOF dL JJ rti� � r�iJ7� , •-� }r� _ r r - '4.• L r 75 y! t'iri' 4 rf. ' ak .S� r • rJ . f' r ��� 'k : F ' P. } h �I ii.y•til , 1*}' 'F • +,r f1j_ i r �. . �' - .'� �� # #sr "� ;r r I ar Q=CG r" •1f, ;ram • - 1 � W.q� ". ; ;, • k X ' A 1 � I i '. 4 yy I r • itlop � k 3M IL ti r% + L ` k lb r —' p' ##, 4 it ;� , - r* i J { *� �' yf IL pp { i ' ip +a If I J6 I T 4 11 Ll ' d �F 4 .Z T' ' 1 ++ �• a I Y :I• ��L f Yn , .' ril L Ir 7 'iffy J� rj _ jf� Ap 7 - , �L r +, a L •� i r � • 9v Jill I { 4 FL IP A IN a'. ' L _ I� }L� 5 # y r gib. ,,,qr • 1 .. ` ti . 1 MR Lb IV op 4-6 #},} r { ; _ r tS, for OL rt ' AIRPORTIOWA CITY MUNICIPAL A *= ►fi