Loading...
HomeMy WebLinkAbout10-21-2021 Airport CommissionIOWA CITY AIRPORT COMMISSION MEETING AGENDA AIRPORT TERMINAL BUILDING 1801 S. RIVERSIDE DRIVE IOWA CITY, IOWA THURSDAY, OCTOBER 21, 2021 - 6:00 P.M. 1. Determine Quorum 1 min* 2. Approval of Minutes from the following meetings: 2 min September 9, 2021 3. Public Comment - Items not on the agenda 5 min 4. Items for Discussion / Action: a. FAA/IDOT Projects: 30 min i. Obstruction Mitigation 1. Phase 1 2. Phase 2 ii. Runway 7/25 Rehab East End iii. Runway 25 Threshold Relocation iv. South T-hangar infrastructure 1. Consider a resolution accepting grant offer from Iowa DOT 2. Consider a resolution approving Work Order with Bolton & Menk v. Hangar A Door Replacement (phase 1) 1. Consider a resolution accepting grant offer from Iowa DOT 2. Consider a resolution approving Work Order with Bolton & Menk b. Airport "Operations" 45 min i. Management 1. Annual Report ii. Budget 1. FY23 Budget 2. Art Murals a. Terminal sign 3. Fuel Flowage Fees 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 November 18, 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-tharp @iowa-city. org. Early requests are strongly encouraged to allow sufficient time to meet your access needs. Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 2 of 96 September 9, 2021 Page 1 MINUTES DRAFT IOWA CITY AIRPORT COMMISSION September 9, 2021 — 6:00 P.M. AIRPORT TERMINAL BUILDING Members Present: Warren Bishop, Scott Clair, Christopher Lawrence, Hellecktra Orozco, Judy Pfohl Staff Present: Jennifer Schwickerath, Michael Tharp Others Present: Carl Byers, Matt Wolford, John Yeomans, Joe Roenfeldt RECOMMENDATIONS TO COUNCIL: (to become effective only after separate Council action): None. DETERMINE QUORUM: The meeting was called to order at 6:00 P.M. APPROVAL OF MINUTES: The minutes from the August 12, 2021, meeting were reviewed by Members. Pfohl moved to accept the minutes as presented. Lawrence seconded the motion. The motion carried 4- 0 (Bishop Absent). PUBLIC DISCUSSION: None. ITEMS FOR DISCUSSION/ACTION: b. FAA/IDOT Projects L Obstruction Mitigation — Tharp began the discussion noting that they had been talking about the approaches at the last meeting and he had some updates. Tharp noted that they had finally got to a person at the FAA that was helping. He noted Jimmy Hughes at the FAA had been able to get the data in and was able to submit that to flight procedures. However, upon doing that he told the Tharp and Byers that Flight Procedures would have to do a new flight check before the segments were allowed to be reactivated. Tharp noted that the positive thread of this is they can tack on that work to the same flights they do to check the 25 end once the threshold is relocated. This puts the unavailable portions still at a year away before they can be used. Commission members discussed the reports from Tharp and Byers. Bishop arrived during the discussion. Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 3 of 96 September 9, 2021 Page 2 1. Phase 1 2. Phase 2 ii. Runway 7/25 Rehab East End iii. Runway 25 Threshold Relocation Commission members asked about the runway lighting Byers stated they were continuing to look at the LED systems. Tharp noted that they don't make conversion kits for the fixtures so they would have to look at new fixtures for the LED lights. Byers stated he would have some cost estimates for the Commission at the next meeting. Carl introduced the members to Joe Roenfeldt who was a new team member to Bolton & Menk. C. Airport Operations L Management 1. Strategic Plan Review Tharp led members through a walkthrough of the Airport Strategic Plan. He noted that they were mostly through the 5 year period that it covered and that next summer they would be looking at putting a new version together. Members discussed a meeting schedule for members to better speak before city council to provide updates. Tharp continued to discuss with members key strategic goals and giving examples of projects or activities that were happening that aligned with those goals. Members continued to ask questions to which Tharp responded. ii. Budget 1. Art Murals — Tharp noted that Judy had attended the Public Art Committee's meeting. Pfohl stated that she did and that she presented the airport as a location for public art projects and that she discussed the impacts of the area as a city entryway. She stated that the committee had asked about if the Airport Commission had anyone in mind to work with. Pfohl had responded that they didn't and they were pretty open to ideas and concepts and that the Commission was more concerned with having a final approval of a concept. Tharp noted that he had a couple of sign companies look at the baggage claim door on terminal that members had previously discussed and shared a mock-up with members. He stated that they were looking at around $1000 for their early discussions. Tharp also noted that he had reached out the team that put together the logo and they were looking at the area as well as working in the front entryway sign and terminal building doors. Members noted they liked the idea of having the design team involved. Tharp noted that at the next month's meeting he was hoping to have the team discuss with the Commission a vision on all the signage. Tharp noted that the CIP call letter from the Finance Department was out. He stated that he will be getting the budget subcommittee together to discuss the operation budget. Clair noted that along with the parking lot Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 4 of 96 September 9, 2021 Page 3 he would be interested it taking a bigger look at the front area so that they aren't making improvements that would later impact something else. iii. Events — Tharp noted the events that are still upcoming at the Airport. He noted the Airport breakfast had taken place and that it felt a little lighter for attendance. He stated the organization putting it on was pleased with the attendance. 1. SCCA Autocross: August 15 Tharp noted that was old and should have been deleted 2. Drive -In Movies: October 2 d. FBO / Flight Training Reports i. Jet Air — Members asked what the result of the T-shirt discussion was and Tharp noted they he and Wolford had come to an arrangement and Jet Air bought the remaining shirts. Tharp noted that Wolford wasn't at the meeting this evening due to the Stearman Fly -In. He did share with members the maintenance spreadsheet that Jet Air normally shares. He noted that as far as work, there was some tree trimming and clean up. He noted that Jet Air did a lot of work getting the area ready for the breakfast. Commission Members' Reports — Staff Report — Tharp noted that he did go to the Kansas City conference and that it went ok. Tharp noted the FAA staff was not in attendance which took away from the event. Tharp also stated that he assisted Byers in a presentation on Airport Approach development and changes as it related to the Airport and what they had been working on. Members asked about attending the conference, Tharp stated that they do budget additional funds for members to attend. Tharp noted he would also be out of the office next week for the quarterly Board of Directors meeting of the Iowa Public Airport's Association SET NEXT REGULAR MEETING FOR: The next regular meeting of the Airport Commission will be held on Thursday. October 14, 2021, at 6:00 P.M. pending schedule conflicts. ADJOURN: Bishop moved to adjourn the meeting at 7:00 P.M. Orozco seconded the motion. The motion carried 5-0. CHAIRPERSON DATE Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 5 of 96 September 9, 2021 Page 4 Airport Commission ATTENDANCE RECORD 2021 TERM o 10 O L.1 o = 0 N 0 W 0 A 0 N_ 0 N 0 01 0 V 0 ` 0 0 10 0 p pp W O N O 0W O W O CDO W f`71 N 10 NAME EXP. W WO N N N N N IV N N N IV N Ni N 0 0 CD 0 J J > > J J J J J Warren 06/30/22 Bishop O/E X X X X X X X X X X X X O/E X X Scott Clair 06/30/23 X X X X X X X X X O/E X X X X X X Christopher 06/30/25 X X X X X X X X X X X O/E X X X X Lawrence Hellecktra 06/30/24 X X O/E X X X X X X/E O/E X X O/E O/E X X Orozco Judy Pfohl 06/30/22 X X X X X X X X/E 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 Comission Agenda 8 Info Packet Meeting Date: Oct 21, 2021 Page 6 of 96 Prepared by: Michael Tharp, Airport Manager, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045 Resolution number Resolution Authorizing chairperson to accept Iowa Department of Transportation FY2022 State Airport Development Program Grant 912201OW100 for Construct Apron and Taxiway. Whereas, the Iowa City Airport Commission has previously applied for a grant from the Iowa Department of Transportation Aviation Bureau for work associated with the south hangar development infrastructure (also referred to as Construct Apron and Taxiway); and Whereas, the Iowa Department of Transportation has approved the FY22 State Airport Development Program which contains the project; and Whereas, the Iowa Department of Transportation Aviation Bureau has offered a grant of 85% of eligible project costs not to exceed $351,687.00 for the project to the Iowa City Airport Commission; and Whereas, it is in the best interest of the Iowa City Airport Commission to accept this grant. Now, therefore, be it resolved by the Airport Commission of the City of Iowa City: 1. The Chairperson is authorized sign and the Secretary to attest to the acceptance of said grant. Passed and approved this Chairperson Attest: Secretary day of 2021. Approved By: City Attorney's Office It was moved by and seconded by Resolution be adopted, and upon roll call there were: Ayes Nays Absent Bishop Clair Lawrence Orozco Pfohl the Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 7 of 96 IOWA DOT SMARTER I SIMPLER I CUSTOMER DRIVEN www•iowadot.gov Modal Transportation Bureau - Aviation 800 Lincoln Way I Ames, Iowa 50010 Phone: 515-239-1691 September 8, 2021, Iowa City Municipal Airport Michael Tharp 1801 S Riverside Dr Iowa City, IA 52247 Dear Michael: Congratulations! The FY 2022 State Airport Development Program project you requested was approved for funding by the Iowa Transportation Commission on August 10, 2021. The Iowa DOT grant award is for 85% of eligible costs up to a maximum state share of $351687 for the following project: Construct Apron and Taxiway. Attached is an agreement between the airport sponsor and the Iowa Department of Transportation (Iowa DOT). The sponsor should review, sign, and email a signed copy to me. Hard copies are not required this year. Once received, we will sign and return one fully executed contract to the sponsor. You are authorized to begin your project after receiving the contract with both Iowa DOT and Sponsor signatures in place. You have 90 days to sign the grant and return it to the Iowa DOT for our signature. The 12-month requirement to have the project under contract remains in place. Any contracts not returned within the 90-day window may be cancelled. Please review the agreement noting your required responsibilities and assurances, required affirmative action, targeted small business and audit requirements. If you will be requesting reimbursement for engineering services, you will need to provide me with a copy of the agreement. The Iowa DOT recommends that your engineering agreements are either lump sum, or cost plus with fixed overhead rate and maximum dollar amount. Any engineering agreement more than $50,000 must have a pre -audit completed by the Iowa DOT. All engineering agreements that are paid with state funds are subject to a final audit. Please include state related nondiscrimination and targeted small business clauses in your agreements. Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 8 of 96 The project must be under obligation within 12 months. Please note that only expenses incurred on or after the Iowa DOT signature date on the agreement are eligible for reimbursement. Submit claims for reimbursement with copies of invoices, canceled checks or other documentation that the bills have been paid. Reimbursement will be in whole dollars, rounding down; however, the final reimbursement request may include any `lost cents' up to the maximum grant amount. Reimbursement requests should be made in the same fiscal year that the work is completed. Reimbursement for work done near the end of a state fiscal year (June 30) must be requested by August 1. A final acceptance form must be completed and submitted with the final claim for reimbursement. Required forms can be downloaded from the Aviation Web site at http://www.iowadot.gov/aviation/managersandsponsors/forms.html. If you have any questions regarding this information, please call me at 515-239-1048. Good luck with your airport project! Sincerely, Shane Wright, C.M. Program Manager Enclosures cc: Tamara Nicholson — Modal Transportation Bureau Director Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 9 of 96 IOWA DEPARTMENT OF TRANSPORTATION AGREEMENT FOR THE FISCAL YEAR 2022 Airport Improvement Program This AGREEMENT is made between the Iowa Department of Transportation called the "Iowa DOT" and Iowa City Airport Commission, hereafter the "SPONSOR". 1.00 PURPOSE: The purpose of this agreement is to set forth terms, conditions and obligations for accomplishment of certain improvements at the Iowa City Municipal Airport hereafter the "Airport." Improvements shall consist of: Construct Apron and Taxiway, as more clearly defined in the project application. It shall be referred to as the "Project' and shall be identified by Project number: 9I220IOW100 Contract number: 3371 2.0 GENERAL PROVISIONS 2.01 The SPONSOR shall have 90 days to sign and return this agreement or the Iowa DOT reserves the right to revoke this grant. 2.02 The SPONSOR shall have the project under contract no later than 12 months after the date of the agreement or the Iowa DOT reserves the right to revoke this grant. 2.03 The Iowa DOT agrees to reimburse the SPONSOR 85% of the eligible project costs, not to exceed the maximum amount payable of $351687, incurred according to the terms of this agreement. Reimbursement will be made in whole dollar amounts only, rounded down. Final payment request may include documentation of unreimbursed amounts due to rounding, and final reimbursement will be made up to the contract amount in whole dollars. 2.04 All projects meeting the definition of public improvements shall follow the competitive bid and competitive quotation procedures for vertical infrastructure as identified in Chapter 26 of the Code of Iowa and 761 Iowa Administrative Code Chapter 180. (h�ptt ://www.legis.state.ia.us/Rules/Current/iac/76liac/tl80/tl8O.pdf) • Competitive bid procedures for all projects greater than $139,000. • Competitive quotation procedures for airport authorities and city sponsors with populations greater than 50,000 for projects between $77,000 and $139,000 • Competitive quotation procedures for airport authorities and city sponsors with population of 50,000 or less for projects between $57,000 and $139,000, • Informal local procedures for projects less than the thresholds identified for competitive quotations. The SPONSOR shall follow requirements of the Iowa Code Section 544A.18, 193B Iowa Administrative Code Chapter 5, Chapter 542B of the Code of Iowa, and 193C Administrative Code Chapter 1 to determine when professional engineering or architectural plans and Page 6 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 10 of 96 specifications must be used. The SPONSOR shall submit any plans, specifications and other contract documents to the Iowa DOT for its files. 2.05 Should the SPONSOR fail to comply with any Condition or Assurance provided herein, the Iowa DOT may withhold further payment and may require reimbursement of any or all payments made by the Iowa DOT toward accomplishment of the Project. 2.06 The Iowa DOT shall not waive any right of authority by making payments pursuant to this agreement, and such payments shall not constitute approval or acceptance of any part of the Project. 2.07 Neither the Department nor the Sponsor intend to create rights in, and shall not be liable to, any third parties by reason of this agreement. 2.08 If any provision of this agreement is held invalid, the remainder of this agreement shall not be affected thereby if such remainder would then continue to conform to applicable law and the intent of this agreement. 2.09 The Iowa DOT shall determine what costs charged to the project account are eligible for participation under the terms of this agreement and the SPONSOR shall bear all additional costs accepted and paid. Only those eligible costs incurred after this agreement is executed shall be reimbursed, unless the SPONSOR receives written notice from the Iowa DOT that the Sponsor has authority to incur costs. 2.10 Notwithstanding any other provisions of this agreement, the Iowa DOT shall have the right to enforce, and may require the SPONSOR to comply with, any and all Conditions and Assurances agreed to herein. 2.11 The Iowa DOT's obligations hereunder shall cease immediately, without penalty of further payment being required, in any year for which the General Assembly of the State of Iowa fails to make an appropriation or reappropriation to pay such obligations, and the Iowa DOT's obligations hereunder shall cease immediately without penalty of further payment being required at any time where there are not sufficient authorized funds lawfully available to the Iowa DOT to meet such obligations. The Iowa DOT shall give the SPONSOR notice of such termination of funding as soon as practicable after the Iowa DOT becomes aware of the failure of funding. In the event the Iowa DOT provides such notice, the SPONSOR may terminate this agreement or any part thereof. 2.12 The SPONSOR is the contracting agent and, as such, retains sole responsibility for compliance with local, state and federal laws and regulations related to accomplishment of the Project. The sponsor shall ensure compliance with Title VI of the Civil Rights Act of 1964, 78 STAT. 252, 42 U.S.C. 2000d-42 U.S.C. 2000d-4, and all requirements imposed by or pursuant to the end that no person in the United States shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity receiving financial assistance from the Iowa DOT. In accordance with Iowa Code Chapter 216, the SPONSOR shall not discriminate against any Page 6 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 11 of 96 person on the basis of race, color, creed, age, sex, sexual orientation, gender identity, national origin, religion, pregnancy, or disability. 2.13 Funding will be available for reimbursement of the project for three years after the date of the agreement, unless appropriations are withdrawn under 2.10. Assurances in this agreement remain in full force and effect for a period of 20 years from the date of the agreement. 2.14 The SPONSOR agrees to indemnify, defend, and to hold the Iowa DOT harmless from any action or liability out of the design, construction, maintenance and inspection or use of this project. This agreement to indemnify, defend, and hold harmless applies to all aspects of the Iowa DOT's application review and approval process, plan and construction reviews, and funding participation. 2.15 In the case of any dispute concerning the terms of this agreement, the parties shall submit the matter to arbitration pursuant to the Iowa Code Chapter 679A. Either party has the right to submit the matter to arbitration after 10 days notice to the other party of the intent to seek arbitration. The written notice must include a precise statement of the dispute. The Iowa DOT and the SPONSOR agree to be bound by the decision of the appointed arbitrator. Neither party may seek any remedy with the State or Federal courts absent exhaustion of the provisions of this paragraph for arbitration. 2.16 Infrastructure and/or work products developed through this grant become the property of the SPONSOR and the SPONSOR's responsibility to maintain. 2.17 The attached Exhibit A, "Utilization of Targeted Small Business (TSB) Enterprises on Non - Federal Aid Projects (Third -Party State Assisted Projects)," will apply and is hereby made a part of this Agreement. 3.00 PROJECT CONDITIONS 3.01 The SPONSOR Agrees to: (a) Let contracts according to provisions of Chapter 26 of the Iowa Code and preside at all public hearings occasioned by the Project. (b) Contract for all professional and construction services as needed, submitting a copy of any engineering/consultant contract to the Iowa DOT. If the engineering/consultant agreement is more than $50,000 and the sponsor will request state reimbursement for the engineering/consultant services, the agreement must be submitted to the Iowa DOT for pre -audit prior to execution of the agreement. (c) Establish and maintain a project schedule and provide the schedule to the Iowa DOT. (d) Obtain and provide the sales tax exemption certificates through the Iowa Department of Revenue and Finance to the successful bidder and any subcontractors to enable them to purchase qualifying materials for the project free of sales tax. (e) Submit to the Iowa DOT a Request for Reimbursement form, copies of invoices, and proof of payment for reimbursement. Progress payments are allowed. (f) Inspect work and equipment, test materials, and control construction to ensure that the design intent of the plans and specifications is achieved. (g) Inform the Iowa DOT of construction completion and allow the Iowa DOT access to review the completed project. (h) Certify satisfactory completion of the Project by resolution or signed final acceptance Page 6 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 12 of 96 form and provide a copy to the Iowa DOT. (i) Retain all records relating to project cost, including supporting documents, for a period of three (3) years following final payment by the Iowa DOT, and to make such records and documents available to Iowa DOT personnel for audit. (j) Ensure that applicable General Provisions and Project Conditions are included in any agreement between the SPONSOR and Engineer/Consultant. 4.00 SPECIAL PROVISIONS 4.01 None 5.00 SPONSOR ASSURANCES By authorizing execution of this agreement the SPONSOR hereby certifies that: 5.01 It will not enter into any transaction which would operate to deprive it of any of the rights and powers necessary to perform any or all of the assurances made herein, unless by such transaction the obligation to perform all such covenants are assumed by another public agency found by the Iowa DOT to be eligible under the laws of the State of Iowa to assume such obligations and to have the power, authority, and financial resources to carry out all such obligations. If an arrangement is made for the management or operation of the Airport by any agency or person other than the SPONSOR or an employee of the SPONSOR, the SPONSOR will reserve sufficient rights and authority to insure that the Airport will be operated and maintained in accordance with these assurances. The SPONSOR retains responsibility for compliance with these assurances and all other provisions of this agreement, regardless of any arrangement for management or operation of the airport. 5.02 It will not dispose of or encumber its title or other interests in the site and facilities during the 20-year period of this agreement. 5.03 It will operate and maintain in a safe and serviceable condition the Airport and all facilities thereon and connected therewith which are necessary to service the aeronautical users of the Airport and will not permit any activity thereon which would interfere with its use for airport purposes. 5.04 Insofar as it is within its power and reasonable, the Sponsor will, either by the acquisition and retention of easements or other interests in or rights for the use of land or airspace and by the adoption and enforcement of zoning regulations, prevent the construction, erection, alteration, or growth of any structure, tree, or other object in the approach areas of the runways of the Airport, which would constitute an obstruction to air navigation according to the criteria or standards prescribed in Section 77.23 as applied to Section 77.25, Part 77, of the Federal Aviation Regulations. In addition, the Sponsor will not erect or permit the erection of any permanent structure or facility which would interfere materially with the use, operation, or future development of the Airport, or any portion of a runway approach area in which the Sponsor has acquired, or hereafter acquires. 5.05 It will operate and maintain the facility in accordance with the minimum standards as may be Page 6 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 13 of 96 required or prescribed by the Iowa DOT for the maintenance and operation of such facilities as identified in the Iowa Administrative Code 761-Chapter 720.10 5.06 It will operate the Airport as such for the use and benefits of the public. In furtherance of this covenant (but without limiting its general applicability and effect), the SPONSOR specifically agrees that it will keep the Airport open to all types, kinds, and classes of aeronautical use on fair and reasonable terms without unlawful discrimination between such types, kinds, and classes. The SPONSOR may establish such fair, equal, and not unjustly discriminatory conditions to be met by all users of the Airport as may be necessary for the safe and efficient operation of the airport. The SPONSOR may also prohibit or limit any given type, kind, or class of aeronautical use of the Airport if such action is necessary for the safe operation of the Airport or necessary to serve the civil aviation need of the public. It will operate the Airport on fair and reasonable terms, and without unjust discrimination. 5.07 The SPONSOR will keep up-to-date and provide to the Iowa DOT an airport layout plan. The SPONSOR will not make or permit the making of any changes or alterations in the Airport or any of its facilities other than in conformity with the airport layout plan, if such changes or alterations might adversely affect the safety, utility, or efficiency of the Airport. 6.00 EXECUTION OF THE AGREEMENT. By resolution made a part of this agreement the SPONSOR authorized the undersigned to execute this agreement. Signed this day of on behalf of the SPONSOR. 0 Title: Attested: Title: Signed this day of on behalf of the Iowa Department of Transportation. M Tamara Nicholson Director Modal Transportation Bureau Page 6 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 14 of 96 Exhibit A CONTRACT PROVISION Targeted Small Business (TSB) Affirmative Action Responsibilities on Non -Federal Aid Projects (Third -Party State -Assisted Projects) September 2020 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 15 of 96 ROVISION Targeted Small Business (TSB) Affirmative Action Responsibilities C on Non -Federal -aid Projects (Third -party State -Assisted Projects) O T G T 1. TSB DEFINITION A TSB is a small business, as defined by Iowa Code Section 15.102(10), which is 51%or more owned, operated and actively managed by one or more women, minority persons, service -disabled veterans or persons with a disability provided the business meets all of the following requirements: is located in this state, is operated for profit and has an annual gross income of less than 4 million dollars computed as an average of the three preceding fiscal years. 2. TSB REQUIREMENTS In all State -assisted projects made available through the Iowa Department of Transportation, local governments have certain affirmative action requirements to encourage and increase participation of disadvantaged individuals in business enterprises. These requirements are based on Iowa Code Section 19B.7. These requirements supersede all existing TSB regulations, orders, circulars and administrative requirements. 3. TSB DIRECTORY INFORMATION Available from: Iowa Economic Development Authority Targeted Small Business Certification Program 1963 Bell Avenue, Suite 200 Des Moines, IA 50315 Phone: (515-348-6159) Website: hns://iowaeconomicdeveigpment.com/tsb 4. THE CONTRACTOR'S TSB POLICY The contractor is expected to promote participation of disadvantaged business enterprises as suppliers, manufactures and subcontractors through a continuous, positive, result -oriented program. Therefore, the contractor's TSB policy shall be: It is the policy of this firm that Targeted Small Business (TSB) concems shall have the maximum practical opportunity to participate in contracts funded with State -assisted funds which are administered by this firm (e.g. suppliers, manufacturers and subcontractors). The purpose of our policy is to encourage and increase the TSB participation in contracting opportunities made available by State -assisted programs. 5. CONTRACTORS SHALL APPOINT AN EQUAL EMPLOYMENT OPPORTUNITY (EEO) OFFICER The contractor shall designate a responsible person to serve as TSB officer to fulfill the contractors affirmative action responsibilities. This person shall have the necessary statistics, funding, authority and responsibility to carry out and enforce the f rm's EEO policy. The EEO officer shall be responsible for developing, managing and implementing the program on a day-to-day Page 1 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 16 of 96 basis. The officer shall also: A. For current TSB information, contact the Iowa Economic Development Authority (515-349-6159) to identify potential material suppliers, manufacturers and contractors. Page 2 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 17 of 96 TSB Affirmative Action Responsibilities A. Make every reasonable effort to involve TSBs by soliciting quotations from them and incorporating them into the firm's bid. B. Make every reasonable effort to establish systematic written and verbal contact with those TSBs having the materials or expertise to perform the work to be subcontracted, at least two weeks prior to the time quotations are submitted. Maintain complete records of negotiations efforts. C. Provide or arrange for assistance to TSBs in seeking bonding, analyzing plans/specifications or other actions that can be viewed as technical assistance. D. Ensure the scheduled progress payments are made to TSBs as agreed in subcontract agreements. E. Require all subcontractors and material suppliers to comply with all contract equal opportunity and affirmative action provisions. 6. COUNTING TSBs PARTICIPATION ON A PROJECT TSBs are to assume actual and contractual responsibilities for provision of materials/supplies, subcontracted work or other commercially useful function. A. The bidder may count: 1) Planned expenditures for materials/supplies to be obtained from TSB suppliers and manufacturers: or 2) Work to be subcontracted to a TSB; or 3) Any other commercially useful function. B. The contractor may count: 1) 100% of an expenditure to a TSB manufacturer that produces/supplies goods manufactured from raw materials. 2) 60% of an expenditure to TSB suppliers that are not manufacturers; provided the suppliers perform a commercially useful function in the supply process. 3) Only those expenditures to TSBs that perform a commercially useful function in the work of a contract, including those as a subcontractor. 4) Work the Contracting Authority has determined that it involves a commercially useful function. The TSB must have a necessary and useful role in the transaction of a kind for which there is a market outside the context of the TSB program. For example, leasing equipment or purchasing materials from prime contractor would not count. 7. REQUIRED DATA, DOCUMENTS AND CONTRACT AWARD PROCEDURES FROM BIDDERS/CONTRACTORS FOR PROJECTS WITH ASSIGNED GOALS A. Bidders Bidders who fail to demonstrate reasonable positive efforts may be declared ineligible to be awarded the contract. Bidders shall complete the bidding documents plus a separate form called "TSB Pre -Bid Contact Information". This form includes: Page 3 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 18 of 96 1) Name(s) of the TSB(s) contacted regarding subcontractable items. 2) Date of the contract. 3) Whether or not a TSB bid/quotation was received. 4) Whether or not the TSB's bid/quotation was used. 5) The dollar amount proposed to be subcontracted. B. Contractors Using Quotes From TSBs Use those TSBs whose quotes are listed in the "Quotation Used in Bid" column along with a `yes" indicated on the Pre- BID Contract Information Form. C. Contractors NOT Using Quotes From TSBs If there are no TSBs listed on the Pre -bid Contact Information Form, then the contractor shall document all efforts made to include TSB participation in this project by documenting the following: 1) What pre -solicitation or pre -bid meetings scheduled by the contracting authority were attended? 2) Which general news circulation, trade associations and/or minority -focused media were advertised concerning the subcontracting opportunities? 3) Were written notices sent to TSBs that TSBs were being solicited and was sufficient time allowed for the TSBs to participate effectively? 4) Were initial solicitations of interested TSBs followed up? 5) Were TSBs provided with adequate information about the plans, specifications and requirements of the contract? 6) Were interested TSBs negotiated with in good faith? If a TSB was rejected as unqualified, was the decision based on an investigation of their capabilities? 7) Were interested TSBs assisted in obtaining bonding, lines of credit or insurance required by the contractor? 8) Were services used of minority community organization, minority contractors' groups; local State and Federal minority business assistance offices or any other organization providing such assistance. The above documentation shall remain in the contractor's files for a period of three (3) years after the completion of the project and be available for examination by the Iowa Economic Development Authority. 8. POSITIVE EFFORT DOCUMENTATION WHEN NO GOALS ARE ASSINGED Contractors are also required to make positive efforts in utilizing TSBs on all State -assisted projects which are not assigned goals. Form 730007, "TSB Pre -bid Contact Information" is required to be submitted with bids on all projects. If there is no TSB participation, then the contractor shall comply with section 7C of this document prior to the contract award. Form 730007 can be found here: httns://forms.iowadot.Rov/FormsMRVExtemal/730007.doc Page 3 m N U) F U a� Z UO C n F Z a q N O NLL O Q y m J Z J — op° 2U N C Q 0 N U ° ❑ w z o� w00 _EL Q Q m F w a n O) 'a n O O O U n E m c c o 0 Ui 0 m 0 5 m C '0 O y > m L An C E m m m 'av E m y N m m U N F- M E m c 0 3 N m t o N Im 0 m Q m r l0 A) E n U U m m 'O N m c rn m w F >d >0 U . m 0) C 0 C U r 0 °� N L rt. N N N E Im U C p P C w 3 m N m N E C m O O O C m 0 N 0 � N m C rL E °' d m o a) C m E $ or O C O N d C (D N C 0 O p L m t N . E U m m w N E 0 �c �w o c U m 0) N 0 m C mca a N � 0 N Com C� m mE "0o Nm c > O O N N N d > w U) a 0 > o m — U w o rn 0 3 U m N N p O N H N p d 0 N C E N w r N E w C + C U O N .L m 0 CCL m a E E a tco o O m N p C N L O N o� T C C 0 > N O N `y w. m .N m a) W O .o E m L n Oma w 3 C N C 0 Z Y m wm Ir F LLU N H w O ❑ mm 0 H Z Ow Z_ U Z CO Om Q J a 0Om LL ❑ ZW — F LL w 00 wir J F m a F 00 OU O� a0 U Q U) ❑ m com W Z J m ❑ 0❑ 0 W !n D Z 0 Q 0 } Z d W w W Q w ❑z 0 w x U w d i Z O W F U OF wz ❑00 m H O F U of z Z O U m D U) SD SD U m c 0 N N N fU0 aw O c U a 0 CL CD O d ao c E O E c Co T 0-0 N o E ay m w, 0 J 7 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 20 of 96 UTILIZATION OF TARGETED SMALL BUSINESS (TSB) ENTERPRISES ON NON-FEDERAL AID PROJECTS (THIRD -PARTY STATE -ASSISTED PROJECTS) In accordance with Iowa Code Section 1913.7, it is the policy of the Iowa Department of Transportation (Iowa DOT) that Targeted Small Business (TSB) enterprises shall have the maximum practicable opportunity to participate in the performance of contracts financed in whole or part with State funds. Under this policy the Recipient shall be responsible to make a positive effort to solicit bids or proposals from TSB firms and to utilize TSB firms as contractors or consultants. The Recipient shall also ensure that the contractors or consultants make positive efforts to utilize TSB firms as subcontractors, subconsultants, suppliers, or participants in the work covered by this agreement. The Recipient's "positive efforts' shall include, but not be limited to: 1. Obtaining the names of qualified TSB firms from the Iowa Economic Development Authority (515-725-3132) or from its website at: https://www.iowa.gov/tsb/index.php/home. 2. Notifying qualified TSB firms of proposed projects involving State funding. Notification should be made in sufficient time to allow the TSB firms to participate effectively in the bidding or request for proposal (RFP) process. 3. Soliciting bids or proposals from qualified TSB firms on each project, and identifying for TSB firms the availability of subcontract work. 4. Considering establishment of a percentage goal for TSB participation in each contract that is a part of this project and for which State funds will be used. Contract goals may vary depending on the type of project, the subcontracting opportunities available, the type of service or supplies needed for the project, and the availability of qualified TSB firms in the area. 5. For construction contracts: a) Including in the bid proposals a contract provision titled "TSB Affirmative Action Responsibilities on Non -Federal Aid Projects (Third -Party State -Assisted Projects)" or a similar document developed by the Recipient. This contract provision is available on-line at: http://www.dot.state.ia.us/local_systems/publications/tsb contract provision.pdf b) Ensuring that the awarded contractor has and shall follow the contract provisions. 6. For consultant contracts: a) Identifying the TSB goal in the Request for Proposal (RFP), if one has been set. b) Ensuring that the selected consultant made a positive effort to meet the established TSB goal, if any. This should include obtaining documentation from the consultant that includes a list of TSB firms contacted; a list of TSB firms that responded with a subcontract proposal; and, if the consultant does not propose to use a TSB firm that submitted a subcontract proposal, an explanation why such a TSB firm will not be used. The Recipient shall provide the Iowa DOT the following documentation: 1. Copies of correspondence and replies, and written notes of personal and/or telephone contacts with any TSB firms. Such documentation can be used to demonstrate the Recipient's positive efforts and it should be placed in the general project file. 2. Bidding proposals or RFPs noting established TSB goals, if any. 3. The attached "Checklist and Certification" This form shall be filled out upon completion of each project and forwarded to: Iowa Department of Transportation, Civil Rights Coordinator, Office of Employee Services, 800 Lincoln Way, Ames, IA 50010. Page 5 Recipient: County 1. 2. 3. 4. 5. Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 21 of 96 CHECKLIST AND CERTIFICATION For the Utilization of Targeted Small Businesses (TSB) On Non -Federal -aid Projects (Third -Party State -Assisted Projects) Project Number: Agreement Number: Were the names of qualified TSB firms obtained from the Iowa Department of Inspections and Appeals? ❑ YES ❑ NO If no, explain Were qualified TSB firms notified of project? ❑ YES ❑ NO If yes, by ❑ letter, ❑ telephone, -i personal contact, or ❑ other (specify) If no, explain Were bids or proposals solicited from qualified TSB firms? ❑ YES ❑ NO If no, explain Was a goal or percentage established for TSB participation? ❑ YES ❑ NO If yes, what was the goal or percentage? If no, explain why not: Did the prime contractor or consultant use positive efforts to utilize TSB firms on subcontracts? -i YES -i NO If no, what action was taken by Recipient? Is documentation in files? n YES -1 NO 6. What was the dollar amount reimbursed to the Recipient from the Iowa Department of Transportation? $ What was the final project cost? $ What was the dollar amount performed by TSB firms? $ Name(s) and address(es) of the TSB firm(s) (Use additional sheets if necessary) Was the goal or percentage achieved? ❑ YES ❑ NO If no, explain As the duly authorized representative of the Recipient, I hereby certify that the Recipient used positive efforts to utilize TSB firms as participants in the State -assisted contracts associated with this project. Title Signature Page 6 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 22 of 96 Page 5 E. m 0 N V v a o w Z N w O o_ w CC Q aM w H CC z 'Q^ V 0 Q LL = Wcc F H ? l7 a i t w = r MVZ:bG:EOZOZ/OZ/b 5Mp'4n.Aej u.AV [ZOZ M01\ROZ\ppemul\S1N311DVM01\slue,9alelS1s»otl,iyleleOanuOHs\'❑ Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 24 of 96 Prepared by: Michael Tharp, Airport Manager, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045 Resolution number Resolution approving Work Order No. 6 with Bolton & Menk, Inc. for professional services related to Construct Apron and Taxiway. Whereas, the Iowa City Airport Commission entered into a contract entitled "Master Agreement' with Bolton & Menk, Inc. on February 22, 2019, to provide engineering services for Federal Airport Improvement Program Projects; and Whereas, Section 1 Paragraph B provides that the parties may agree to additional services as described in Work Orders; and Whereas, the Iowa City Airport Commission and Bolton & Menk, Inc. have previously approved Work Order No.s 1, 2, 3, 4 and 5; and Whereas, the Commission and Bolton & Menk, Inc., now desire to enter into Work Order No. 6, a copy of which is attached; and Whereas, it is in the best interest of the Commission to enter into Work Order No. 6. Now, Therefore, be it resolved by the Airport Commission of the City of Iowa City: 1. The Chairperson is authorized to sign and the Secretary to attest to the attached Work Order No. 6. Passed and approved this day of 2021. Chairperson Approved by qj Attest: '�`"�D"' �P. 16,.CiG"nr% Secretary City Attorney's Office It was moved by and seconded by the Resolution be adopted, and upon roll call there were. Ayes Nays Absent Bishop Clair Lawrence Orozco Pfohl Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 25 of 96 AGREEMENT FOR PROFESSIONAL SERVICES CONSTRUCT APRON AND TAXIWAY FOR HANGARS CITY OF IOWA CITY, IOWA AND BOLTON & MENK, INC. This Agreement, made this 12th day of October 2021, by and between CITY OF IOWA CITY, IOWA, 1801 South Riverside Drive, Iowa City, Iowa 52246, ("CLIENT"), and BOLTON & MENK, INC., 401 1't Street SE, Suite 201, Cedar Rapids, Iowa 50304, ("CONSULTANT"). WITNESS, whereas the CLIENT requires professional services in conjunction with CITY OF IOWA CITY, IOWA CONSTRUCT APRON AND TAXIWAY FOR HANGARS ("Project") and whereas the CONSULTANT agrees to furnish the various professional services required by the CLIENT. NOW, THEREFORE, in consideration of the mutual covenants and promises between the parties hereto, it is agreed: y xQ 111130 QKINK111111I:\►Y CS111 S 111Is) A. The CONSULTANT agrees to perform the various Basic Services in connection with the proposed project as described in Exhibit I. B. Upon mutual agreement of the parties, Additional Services may be authorized as described in Paragraph IV.B. SECTION II - THE CLIENT'S A. The CLIENT shall promptly compensate the CONSULTANT in accordance with Section III of this Agreement. B. The CLIENT shall place any and all previously acquired information in its custody at the disposal of the CONSULTANT for its use. Such information shall include, but not limited to: boundary surveys, topographic surveys, preliminary sketch plan layouts, building plans, soil surveys, abstracts, deed descriptions, tile maps and layouts, aerial photos, utility agreements, environmental reviews, and zoning limitations. The CONSULTANT may rely upon the accuracy and sufficiency of all such information in performing services unless otherwise instructed, in writing, by CLIENT. C. The CLIENT will guarantee access to and make all provisions for entry upon public portions of the project and reasonable efforts to provide access to private portions and pertinent adjoining properties. D. The CLIENT will give prompt notice to the CONSULTANT whenever the CLIENT observes or otherwise becomes aware of any defect in the proposed project. E. The CLIENT shall designate a liaison person to act as the CLIENT'S representative with respect to services to be rendered under this Agreement. Said representative shall have the authority to transmit instructions, receive instructions, receive information, interpret and define the CLIENT'S policies with respect to the project and CONSULTANT'S services. F. The CONSULTANT'S services do not include legal, insurance counseling, accounting, independent cost estimating, financial advisory or "municipal advisor" (as described in Section 975 of the Dodd - Public Standard Form IA Page 1 of 11 2019 20190712 H:\IACYIA\OT5125317\0_Construction Apron and TaxiwaysW_Project Management\OT5.125317 Agreement of Professional Smices.docx Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 26 of 96 Frank Wall Street Reform and Consumer Protection Act 2010 and the municipal advisor registration rules issued by the SEC) professional services and the CLIENT shall provide such services as may be required for completion of the Project described in this Agreement. G. The CLIENT will obtain any and all regulatory permits required for the proper and legal execution of the Project. CONSULTANT will assist CLIENT with permit preparation and documentation to the extent described in Exhibit I. H. The CLIENT may hire, at its discretion, when requested by the CONSULTANT, an independent test company to perform laboratory and material testing services, and soil investigation that can be justified for the proper design and construction of the Project. The CONSULTANT shall assist the CLIENT in selecting a testing company. Payment for testing services shall be made directly through the CONSULTANT or directly to the testing company by the CLIENT and is not part of this Agreement. If CLIENT elects not to hire an independent test company, CLIENT shall provide CONSULTANT with guidance and direction on completing those aspects of design and construction that require additional testing data. (Remainder of this page intentionally left blank) Public Standard Form IA Page 2 of 11 2019 20190712 H:\IACYIA\OT5125317\0_Constmction Apron and TaxiwaysW_Project Management\OT5.125317 Agreement of Professional Smices.docx Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 27 of 96 SECTION III - COMPENSATION FOR SERVICES A. FEES. 1. The CLIENT will compensate the CONSULTANT a Lump Sum (Fee) of $70,000.00 for performance of Agreement services. 2. Additional Services as outlined in Section I.B will vary depending upon project conditions and will be billed in addition to the Lump Sum Fee on an hourly basis at the following rates: Schedule of Fees Senior Principal Principal Engineer/Surveyor/Planner/GIS/Landscape Architect Senior Engineer/Surveyor/Planner/GIS/Landscape Architect Project Manager (Inc. Survey, GIS, Landscape Architect) Project Engineer/Surveyor/Planner/Landscape Architect Design Engineer/Landscape Designer/Graduate Engineer/Surveyor Specialist (Nat. Resources; GIS; Traffic; Graphics; Other) Senior Technician (Inc. Construction, GIS, Survey') Technician (Inc. Construction, GIS, Survey') Administrative/Corporate Specialists Structural/Electrical/Mechanical/Architect ' No separate charges will be made for GPS or robotic total stations on Bolton & Menk, Inc. survey assignments; the cost of this equipment is included in the rates for Survey Technicians. Public Standard Form IA Page 3 of 11 2019 20190712 H:\IACYIA\OT5125317\0_Constmction Apron and TaxiwaysW_Project Management\OT5.125317 Agreement of Professional Smices.docx Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 28 of 96 3. The preceding Schedule of Fees shall apply for services provided through December 31, 2022. Hourly rates may be adjusted by CONSULTANT, in consultation with CLIENT, on an annual basis thereafter to reflect reasonable changes in its operating costs. Adjusted rates will become effective on January 1 st of each subsequent year, upon written acceptance by CLIENT. 4. Rates and charges do not include sales tax. If such taxes are imposed and become applicable after the date of this Agreement CLIENT agrees to pay any applicable sales taxes. 5. The rates in the Schedule of Fees include labor, general business and other normal and customary expenses associated with operating a professional business. Unless otherwise agreed in writing, the above rates include vehicle and personal expenses, mileage, telephone, survey stakes and routine expendable supplies; and no separate charges will be made for these activities and materials. 6. Additional services as outlined in Section I.B will vary depending upon project conditions and will be billed on an hourly basis at the rate described in Section III.A.2. B. PAYMENTS AND RECORDS 1. Payment to the CONSULTANT will be made by the CLIENT upon billing at intervals not more often than monthly of that part of the Fee in approximate proportion to the percentage of completed services and in accordance with herein terms. 2. If CLIENT fails to make any payment due CONSULTANT for undisputed services and expenses within 45 days after date of the CONSULTANT'S invoice, a service charge of one and one-half percent (1.5%) per month or the maximum rate permitted by law, whichever is less, will be charged on any unpaid balance. In addition to the service charges described in preceding paragraph, if the CLIENT fails to make payment for undisputed services and expenses within 60 days after the date of the invoice, the CONSULTANT may, upon giving seven days' written notice to CLIENT, suspend services and withhold project deliverables due under this Agreement until CONSULTANT has been paid in full for all past due amounts for undisputed services, expenses and charges, without waiving any claim or right against the CLIENT and without incurring liability whatsoever to the CLIENT. 4. Documents Retention. The CONSULTANT will maintain records that reflect all revenues, costs incurred and services provided in the performance of the Agreement. The CONSULTANT will also agree that the CLIENT, State, or their duly authorized representatives may, at any time during normal business hours and as often as reasonably necessary, have access to and the right to examine, audit, excerpt, and transcribe any books, documents, papers, records, etc., and accounting procedures and practices of the CONSULTANT which are relevant to the contract for a period of six years (Remainder of this page intentionally left blank) Public Standard Form IA Page 4 of 11 2019 20190712 H:\IACYIA\OT5125317\0_Constmction Apron and TaxiwaysW_Project Management\OT5.125317 Agreement of Professional Smices.docx Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 29 of 96 SECTION IV - GENERAL A. STANDARD OF CARE Professional services provided under this Agreement will be conducted in a manner consistent with that level of care and skill ordinarily exercised by members of the CONSULTANT'S profession currently practicing under similar conditions. No warranty, express or implied, is made. B. CHANGE IN PROJECT SCOPE In the event the CLIENT changes or is required to change the scope or duration of the project from that described in Exhibit I, and such changes require Additional Services by the CONSULTANT, the CONSULTANT shall be entitled to additional compensation at the applicable hourly rates. To the fullest extent practical, the CONSULTANT shall give notice to the CLIENT of any Additional Services, prior to furnishing such Additional Services. The CONSULTANT shall furnish an estimate of additional cost, prior to authorization of the changed scope of work and Agreement will be revised in writing. C. LIMITATION OF LIABILITY General Liability of CONSULTANT. For liability other than professional acts, errors, or omissions, and to the fullest extent permitted by law, CONSULTANT shall indemnify, defend and hold harmless CLIENT from losses, damages, and judgments (including reasonable attorneys' fees and expenses of litigation) arising from claims or actions relating to the Project, provided that any such claim, action, loss, damages, or judgment is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property, but only to the extent caused by the acts and omissions in the non-professional services of CONSULTANT or CONSULTANT'S employees, agents, or subconsultants. 2. Professional Liability of CONSULTANT. With respect to professional acts, errors and omissions and to the fullest extent permitted by law, CONSULTANT shall indemnify and hold harmless CLIENT from losses, damages, and judgments (including reasonable attorneys' fees and expenses of litigation) arising from third -party claims or actions relating to the Project, provided that any such claim, action, loss, damages, or judgment is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property, but only to the extent caused by a negligent act, error or omission of CONSULTANT or CONSULTANT'S employees, agents, or subconsultants. This indemnification shall include reimbursement of CLIENT'S reasonable attorneys' fees and expenses of litigation, but only to the extent that defense is insurable under CONSULTANT's liability insurance policies. General Liability of Client. To the fullest extent permitted by law, CLIENT shall indemnify, defend and hold harmless CONSULTANT from losses, damages, and judgments (including reasonable attorneys' fees and expenses of litigation) arising from third -party claims or actions relating to the Project, provided that any such claim, action, loss, damages, or judgment is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property, but only to the extent caused by the acts or omission of CLIENT or CLIENT'S employees, agents, or other consultants. 4. To the fullest extent permitted by law, CLIENT and CONSULTANT waive against each other, and the other's employees, officers, directors, members, agents, insurers, partners, and Public Standard Form IA Page 5 of 11 2019 20190712 H:\IACYIA\OT5125317\0_Constmction Apron and TaxiwaysW_Project Management\OT5.125317 Agreement of Professional Smices.docx Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 30 of 96 consultants, any and all claims for or entitlement to special, incidental, indirect, or consequential damages arising out of, resulting from, or in any way related to this Agreement, from any cause or causes. CLIENT waives all claims against individuals involved in the services provided under this Agreement and agrees to limit all claims to the CONSULTANT's corporate entity. 5. Nothing contained in this Agreement shall create a contractual relationship with or a cause of action in favor of a third party against either the CLIENT or the CONSULTANT. The CONSULTANT'S services under this Agreement are being performed solely for the CLIENT'S benefit, and no other entity shall have any claim against the CONSULTANT because of this Agreement or the performance or nonperformance of services provided hereunder. D. INSURANCE The CONSULTANT agrees to maintain, at CONSULTANT'S expense a commercial general liability (CGL) and excess or umbrella general liability insurance policy or policies insuring CONSULTANT against claims for bodily injury, death or property damage arising out of CONSULTANT'S general business activities. The general liability coverage shall provide limits of not less than $2,000,000 per occurrence and not less than $2,000,000 general aggregate. Coverage shall include Premises and Operations Bodily Injury and Property Damage; Personal and Advertising Injury; Blanket Contractual Liability; Products and Completed Operations Liability. 2. The CONSULTANT also agrees to maintain, at CONSULTANT'S expense, a single limit or combined limit automobile liability insurance and excess or umbrella liability policy or policies insuring owned, non -owned and hired vehicles used by CONSULTANT under this Agreement. The automobile liability coverages shall provide limits of not less than $1,000,000 per accident for property damage, $2,000,000 for bodily injuries, death and damages to any one person and $2,000,000 for total bodily injury, death and damage claims arising from one accident. 3. CLIENT shall be named Additional Insured for the above CGL and Auto liability policies. 4. The CONSULTANT agrees to maintain, at the CONSULTANT'S expense, statutory worker's compensation coverage together with Coverage B, Employer's Liability limits of not less than $500,000 for Bodily Injury by Disease per employee, $500,000.00 for Bodily Injury by Disease aggregate and $500,000 for Bodily Injury by Accident. 5. The CONSULTANT also agrees to maintain, at CONSULTANT'S expense, Professional Liability Insurance coverage insuring CONSULTANT against damages for legal liability arising from a negligent act, error or omission in the performance of professional services required by this Agreement during the period of CONSULTANT'S services and for three years following date of final completion of its services. The professional liability insurance coverage shall provide limits of not less than $2,000,000 per claim and an annual aggregate of not less than $2,000,000 on a claims -made basis. 6. CLIENT shall maintain statutory Workers Compensation insurance coverage on all of CLIENT'S employees and other liability insurance coverage for injury and property damage to third parties due to the CLIENT'S negligence. 7. Prior to commencement of this Agreement, CONSULTANT will provide the CLIENT with certificates of insurance, showing evidence of required coverages. All policies of insurance shall contain a provision or endorsement that the coverage afforded will not be canceled or reduced in Public Standard Form IA Page 6 of 11 2019 20190712 H:\IACYIA\OT5125317\0_Constmetion Apron and TaxiwaysW_Project Management\OT5.125317 Agreement of Professional Smices.docx Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 31 of 96 limits by endorsement for any reason except non-payment of premium, until at least 30 days prior written notice has been given to the Certificate Holder, and at least 10 days prior written notice in the case of non-payment of premium E. OPINIONS OR ESTIMATES OF CONSTRUCTION COST Where provided by the CONSULTANT as part of Exhibit I or otherwise, opinions or estimates of construction cost will generally be based upon public construction cost information. Since the CONSULTANT has no control over the cost of labor, materials, competitive bidding process, weather conditions and other factors affecting the cost of construction, all cost estimates are opinions for general information of the CLIENT and the CONSULTANT does not warrant or guarantee the accuracy of construction cost opinions or estimates. The CLIENT acknowledges that costs for project financing should be based upon contracted construction costs with appropriate contingencies. F. CONSTRUCTION SERVICES It is agreed that the CONSULTANT and its representatives shall not at any time supervise, direct, control, or have authority over any contractor's work, nor shall CONSULTANT have authority over or be responsible for the means, methods, techniques, sequences, or procedures of construction selected or used by any contractor, or the safety precautions and programs incident thereto, for security or safety at any Project site, nor for any failure of a Contractor to comply with Laws and Regulations applicable to that Contractor's furnishing and performing of its work. CONSULTANT shall not be responsible for the acts or omissions of any Contractor. CLIENT acknowledges that on - site contractor(s) are solely responsible for construction site safety programs and their enforcement. G. USE OF ELECTRONIC/DIGITAL DATA Because of the potential instability of electronic/digital data and susceptibility to unauthorized changes, copies of documents that may be relied upon by CLIENT are limited to the printed copies (also known as hard copies) that are signed or sealed by CONSULTANT. Except for electronic/digital data which is specifically identified as a project deliverable for this Agreement or except as otherwise explicitly provided in this Agreement, all electronic/digital data developed by the CONSULTANT as part of the Project is acknowledged to be an internal working document for the CONSULTANT'S purposes solely and any such information provided to the CLIENT shall be on an "AS IS" basis strictly for the convenience of the CLIENT without any warranties of any kind. As such, the CLIENT is advised and acknowledges that use of such information may require substantial modification and independent verification by the CLIENT (or its designees). 2. Provision of electronic/digital data, whether required by this Agreement or provided as a convenience to the Client, does not include any license of software or other systems necessary to read, use or reproduce the information. It is the responsibility of the CLIENT to verify compatibility with its system and long-term stability of media. CLIENT shall indemnify and hold harmless CONSULTANT and its Subconsultants from all claims, damages, losses, and expenses, including attorneys' fees arising out of or resulting from third party use or any adaptation or distribution of electronic/digital data provided under this Agreement, unless such third party use and adaptation or distribution is explicitly authorized by this Agreement. Public Standard Form IA Page 7 of 11 2019 20190712 H:\IACYIA\OT5125317\0_Constmetion Apron and TaxiwaysW_Project Management\OT5.125317 Agreement of Professional Smices.docx Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 32 of 96 H. REUSE OF DOCUMENTS Drawings and Specifications and all other documents (including electronic and digital versions of any documents) prepared or furnished by CONSULTANT pursuant to this Agreement are instruments of service in respect to the Project and CONSULTANT shall retain an ownership interest therein. Upon payment of all fees owed to the CONSULTANT, the CLIENT shall acquire a limited license in all identified deliverables (including Reports, Plans and Specifications) for any reasonable use relative to the Project and the general operations of the CLIENT. Such limited license to Owner shall not create any rights in third parties. 2. CLIENT may make and disseminate copies for information and reference in connection with the use and maintenance of the Project by the CLIENT. However, such documents are not intended or represented to be suitable for reuse by CLIENT or others on extensions of the Project or on any other project. Any reuse by CLIENT or, any other entity acting under the request or direction of the CLIENT, without written verification or adaptation by CONSULTANT for such reuse will be at CLIENT'S sole risk and without liability or legal exposure to CONSULTANT and CLIENT shall indemnify and hold harmless CONSULTANT from all claims, damages, losses and expenses including attorney's fees arising out of or resulting from such reuse. I. CONFIDENTIALITY CONSULTANT agrees to keep confidential and not to disclose to any person or entity, other than CONSULTANT'S employees and subconsultants any information obtained from CLIENT not previously in the public domain or not otherwise previously known to or generated by CONSULTANT. These provisions shall not apply to information in whatever form that comes into the public domain through no fault of CONSULTANT; or is famished to CONSULTANT by a third party who is under no obligation to keep such information confidential; or is information for which the CONSULTANT is required to provide by law or authority with proper jurisdiction; or is information upon which the CONSULTANT must rely for defense of any claim or legal action. J. PERIOD OF AGREEMENT This Agreement will remain in effect for the longer of a period of two (2) years or until such other expressly identified completion date, after which time the Agreement may be extended upon mutual agreement of both parties. K. TERMINATION This Agreement may be terminated: For cause, by either party upon 7 days written notice in the event of substantial failure by other party to perform in accordance with the terms of this Agreement through no fault of the terminating party. For termination by CONSULTANT, cause includes, but is not limited to, failure by CLIENT to pay undisputed amounts owed to CONSULTANT within 120 days of invoice and delay or suspension of CONSULTANT's services for more than 120 days for reasons beyond CONSULTANT'S cause or control; or, 2. For convenience by CLIENT upon 7 days written notice to CONSULTANT. Public Standard Form IA Page 8 of 11 2019 20190712 H:\IACYIA\OT5125317\0_Constmction Apron and TaxiwaysW_Project Management\OT5.125317 Agreement of Professional Smices.docx Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 33 of 96 3. Notwithstanding, the foregoing, this Agreement will not terminate under paragraph IV.K if the party receiving such notice immediately commences correction of any substantial failure and cures the same within 10 days of receipt of the notice. 4. In the event of termination by CLIENT for convenience or by CONSULTANT for cause, the CLIENT shall be obligated to the CONSULTANT for payment of amounts due and owing including payment for services performed or furnished to the date and time of termination, computed in accordance with Section III of this Agreement. CONSULTANT shall deliver and CLIENT shall have, at its sole risk, right of use of any completed or partially completed deliverables, subject to provisions of Paragraph IV. H. 5. In event of termination by CLIENT for cause and in addition to any other remedies available to CLIENT, CONSULTANT shall deliver to CLIENT and CLIENT shall have right of use of any completed or partially completed deliverables, in accordance with the provisions of Paragraph W.H. CLIENT shall compensate CONSULTANT for all undisputed amounts owed CONSULTANT as of date of termination. L. INDEPENDENT CONTRACTOR Nothing in this Agreement is intended or should be construed in any manner as creating or establishing the relationship of co-partners between the parties hereto or as constituting the CONSULTANT or any of its employees as the agent, representative, or employee of the CLIENT for any purpose or in any manner whatsoever. The CONSULTANT is to be and shall remain an independent contractor with respect to all services performed under this Agreement. M. CONTINGENT FEE The CONSULTANT warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT to solicit or secure this Agreement, and that it has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift or any other consideration, contingent upon or resulting from award or making of this Agreement. N. NON-DISCRIMINATION The provisions of any applicable law or ordinance relating to civil rights and discrimination shall be considered part of this Agreement as if fully set forth herein. The CONSULTANT is an Equal Opportunity Employer and it is the policy of the CONSULTANT that all employees, persons seeking employment, subcontractors, subconsultants and vendors are treated without regard to their race, religion, sex, color, national origin, disability, age, sexual orientation, marital status, public assistance status or any other characteristic protected by federal, state or local law. O. ASSIGNMENT Neither party shall assign or transfer any interest in this Agreement without the prior written consent of the other party. Public Standard Form IA Page 9 of 11 2019 20190712 H:\IACYIA\OT5125317\0_Constmction Apron and TaxiwaysW_Project Management\OT5.125317 Agreement of Professional Smices.docx Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 34 of 96 P. SURVIVAL All obligations, representations and provisions made in or given in Section IV and Documents Retention clause of this Agreement will survive the completion of all services of the CONSULTANT under this Agreement or the termination of this Agreement for any reason. Q. SEVERABILITY Any provision or part of the Agreement held to be void or unenforceable under any law or regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon CLIENT and CONSULTANT, who agree that the Agreement shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. R. CONTROLLING LAW This Agreement is to be governed by the law of the State of Iowa and venued in courts of Iowa; or at the choice of either party, and if federal jurisdictional requirements can be met, in federal court in the district in which the project is located. S. DISPUTE RESOLUTION CLIENT and CONSULTANT agree to negotiate all disputes between them in good faith for a period of 30 days from the date of notice of dispute prior to proceeding to formal dispute resolution or exercising their rights under law. Any claims or disputes unresolved after good faith negotiations shall then be submitted to mediation using a neutral from the American Arbitration Association Construction Industry roster. If mediation is unsuccessful in resolving the dispute, then either party may seek to have the dispute resolved by bringing an action in a court of competent jurisdiction. T. CONFLICT OF INTEREST The CONSULTANT certifies that it does not presently have an interest in real estate, development proposals or have a client with development proposals or real estate interests which are located in the City of Iowa City or which will directly benefit or be affected by the Project. Furthermore, the CONSULTANT agrees that it will not acquire interest in any real estate or development proposals, or accept a contract with any client owning real estate or having a development proposal in the City of Iowa City or which will be directly affected or benefitted by the Project without first notifying and discussing said interest or contract with the CLIENT. Public Standard Form IA Page 10 of 11 2019 20190712 H:\IACYIA\OT5125317\0_Constmction Apron and TaxiwaysW_Project Management\OT5.125317 Agreement of Professional Smices.docx Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 35 of 96 SECTION V - SIGNATURES THIS INSTRUMENT embodies the whole agreement of the parties, there being no promises, terms, conditions or obligation referring to the subject matter other than contained herein. This Agreement may only be amended, supplemented, modified or canceled by a duly executed written instrument signed by both parties. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed in their behalf. CLIENT: CITY OF IOWA CITY. IOWA Scott Clair Date Chairman, Iowa City Airport Commission Attest: CONSULTANT: BOLTON & MENK, INC. 9/29/2021 Ronald A. Roetz , Principal Date Aviation Services Manager Public Standard Form IA Page 11 of 11 2019 20190712 H:\IACYIA\OT5125317\0_Constmction Apron and TaxiwaysW_Project Management\OT5.125317 Agreement of Professional Smices.docx Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 36 of 96 EXHIBIT I - CONSULTANT SERVICES CONSTRUCT APRON AND TAXIWAY FOR HANGARS CITY OF IOWA CITY, IOWA AND BOLTON & MENK, INC. DESCRIPTION OF PROJECT AND SCOPE OF IMPROVEMENTS The CONSULTANT agrees to provide civil engineering services required for the abovementioned project at the Iowa City Municipal Airport The CONSULTANT agrees to provide civil, mechanical, electrical, construction engineering, and other related services required for the Taxiway Widening project for the Iowa City Municipal Airport; herein referred to as the Project that consists of the following scope of work: 1. Extension of the two existing taxilanes between the southerly set of t-hangars i. The extension includes drainage and paving improvements to accomplish the project. 2. Approach aprons to two future t-hangar buildings i. The future hangars are planned to be a 4-unit t-hangar and 8-unit t-hangar. I.A. BASIC SERVICES For purposes of this Project, Basic Services to be provided by the CONSULTANT are as follows: TASK 1: PROJECT INITIATION Subtask 1.1: Kickoff meeting Descripdon: The Bolton & Menk project team will facilitate a kick-off meeting with the Airport Commission and Airport staff to accomplish the following: • Review and confirm the scope and nature of proposed improvements • Review special conditions regarding project staging during construction • Conduct a field review of project area by project team members, Commission members, and Airport staff • Develop project schedule TASK 2: DATA COLLECTION Subtask 2.1: Field Data Collection Description: Collect detailed field survey information within project limits and adjacent areas as well as the areas on airport property where improvements will be implemented as required for final design and preparation of construction documents. The field survey will be supplemented by other available information such as aerial photos and mapping, utility maps, as -built drawings, reports, and studies, etc. H:\IACYIA\OT5125317\0_Construcdon Apron and TaxiwaysW_Project Management\OT5.125317 Exhibit 1- Exhibit I - Page 1 of 5 Consultant Services.doc Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 37 of 96 TASK 3: PLAN AND SPECIFICATION PREPARATION Final design and plans will conform to requirements of the Iowa DOT, City of Iowa City, or SUDAS Specification requirements. Plans will be reviewed with Airport Commission members and/or Airport staff throughout the project. The Project Manual will be reviewed at the 95% complete stage. Subtask 3.1: Construct Apron and Taxiways for Hangar Plans Description: Complete preliminary and final plans. Major design components to include the following: • Pavement sections of proposed pavements • Removal plans • General layout of the proposed taxiway widening • Preparation of traffic control and staging plan • Miscellaneous plan sheets, including, but not limited to: Title sheet, tabulations, typical sections, details, and other required information Subtask 3.2: Project Manual Description: Prepare project manual for the project, including: • General information for bidders: Advertisement for bids, instructions to bidders, special bidding requirements/provisions • General conditions and supplementary conditions • Information to be submitted with bid: Proposal, bid bond, information requested from bidder, etc. • Agreement, performance, payment and maintenance bond forms • General conditions • Technical specifications Deliverables: • Preliminary plans and final plans • Preliminary and final project manual • Statement of estimated quantities and construction cost at preliminary and final plans TASK 4: BIDDING SERVICES Subtask 4.1: Bidding Phase Services Description: Provide the following services during the bidding phase: • Provide copies of the contractibidding documents • Address questions from prospective bidders, subcontractors, and suppliers, and prepare and issue addenda as required Subtask 4.2: Bid Letting and Post -Bid Services Description: Provide the following services during the bid and post -bidding phase: • Attend bid letting, open and read bids • Provide copies of the bidding submittals • Review and evaluate bids submitted H:\IACYIA\OT5125317\0_Construcdon Apron and TaxiwaysW_Project Management\OT5.125317 Exhibit 1- Exhibit I - Page 2 of 5 Consultant Services.doc Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 38 of 96 • Prepare a bid tabulation • Prepare a recommendation of award and/or alternate action by the Sponsor Deliverables: • Addenda (if necessary) • Agenda and minutes from pre -bid meeting • Bid Tabulation • Recommendation for award to Sponsor I.B. CONSTRUCTION PHASE SERVICES For purposes of this Project, Construction Phase Services to be provided by the CONSULTANT are as follows: TASK 5: CONSTRUCTION SERVICES Subtask 5.1: Preconstruction Conference Description: Organize and attend a preconstruction conference • Preconstruction conference attendees will include: o Airport Commission members o Airport staff o Representatives from the contractor, subcontractors and suppliers o Representatives from affected utility companies o Bolton & Menk staff Deliverables: Minutes from bid phase conversations Addenda (if necessary) Agenda and minutes from pre -construction meeting Subtask 5.2: Resident Project Representative (RPR) Description: Consultant agrees to provide a Resident Project Representative in the execution of the Construction Engineering Services for the project work. The Client and Consultant agree that the Consultant may employ the Resident Project Representative on other work when such services are not required by this project. The Resident Project Representative will give intermittent part-time service on this project when construction is in progress. A maximum of one hundred (100) hours of construction observation is estimated for this project. If additional construction observation time beyond the maximum estimated number of hours is needed, then these additional hours above and beyond will be considered as additional services and subject to additional compensation. Resident Project Representative Services shall include, but are not limited to the following: • Coordinate with Contractor regarding schedule, work progress, quality of work, and notify contractor of equipment and methods which do not comply with the Contract requirements • Notify the Client in the event that the Contractor elects to continue the use of questioned equipment and methods H:\IACYIA\OT5125317\0_Construcdon Apron and TaxiwaysW_Project Management\OT5.125317 Exhibit 1- Exhibit I - Page 3 of 5 Consultant Services.doc Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 39 of 96 • Maintain daily records of the Contractor's progress and activities during the course of construction, to include progress of all work • Evaluate and discuss potential Field Orders and Change Orders with the Contractor • Evaluate possible material substitutions as requested by the Contractor • Measure and compute as -built quantities of all materials incorporated in the work and items of work completed, and maintain an item record account • Prepare periodic Pay Requests for review by the Project Engineer and Contractor • Monitor the contractor's compliance with airport operations to include coordination with airport manager and airport users • Attend and participate in construction progress meetings • Identify project survey control used in the plans in the field, if needed • Perform other services as reasonably required by the Client and as outlined in the Contract Documents Deliverables: • Project site visit notes and/or photos as requested Subtask 5.3: Project Management Description: Complete construction phase project requirements as required for grant administration, to include, but not limited to, the following: • Confirm quantities of work completed and prepare Contractor pay requests • Prepare change orders (if applicable) • Review test results • Prepare documentation necessary for Sponsor to request grant reimbursement from the IDOT • Project Manager will visit the site approximately four (4) times to observe progress and/or critical milestones • Conduct a final project inspection with Sponsor, Airport staff, and Contractor and prepare inspection report • Recommendation of acceptance to Sponsor when appropriate • Complete final project closeout as required by IDOT Deliverables: • Pay Requests • Change Orders • Reimbursement Requests from MOT • Final Inspection Report and Recommendation for Acceptance TASK 6: SPECIAL SERVICES Subtask 6.1: Geotechnical Investigation (Bolton & Menk will use Geotechnical) Description: Consultant agrees to provide the services of qualified geotechnical subconsultant. The geotechnical investigations will include: 2 borings to a depth of 15 feet deep. A geotechnical report will be prepared to discuss the findings of the soil borings and discuss soil classifications, site conditions, groundwater observations, grading concerns, foundation design, retaining wall/loading dock wall design parameters, paving design, subbase design and seismic design considerations H:\IACYIA\OT5125317\0_Constmcdon Apron and TaxiwaysW_Project Management\OT5.125317 Exhibit 1- Exhibit I - Page 4 of 5 Consultant Services.doc Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 40 of 96 Subtask 6.2: Construction Testing Description: Provided by others (Contractor Provided) BASIS OF FEE ASSUMPTIONS For this proposal assumptions were made as to the nature of how or why certain situations will be handled. These assumptions are as follows: • Any changes to the scope of work that are not specifically included in this proposal will be considered additional work and a negotiated amendment to the agreement will be completed • ROW and/or easements are not anticipated with project ITEMS PROVIDED BY CLIENT The following items are to be provided by CLIENT: • Existing mapping, reports, and other pertinent information ADDITIONAL SERVICES Consulting services performed other than those authorized under Section LA or LB above shall be considered not part of the Basic Services or Construction Phase Services and may be authorized by the CLIENT as Additional Services. Additional Services consist of those services that are not generally considered to be Basic Services or Construction Phase Services; or exceed the requirements of the Basic Services or Construction Phase Services; or are not definable prior to the bidding of the project; or vary depending on the technique, procedures, or schedule of the project contractor. Additional services may include: CONSTRUCTION STAKING. Perform construction staking and furnish necessary equipment and supplies to establish grade and line for the contractor's guidance in construction of the project and in accordance with the contract documents. As part of the plans and specifications for the project, it is assumed that the contractor will be providing layout and construction staking for the project. If additional construction observation time beyond the maximum estimated number of hours is needed, then these additional hours above and beyond will be considered as additional services and subject to additional compensation. All other services not specifically identified in the Proposal or Sections LA or LB of this Exhibit 1. H:\IACYIA\OT5125317\0_Construcdon Apron and TaxiwaysW_Project Management\OT5.125317 Exhibit 1- Exhibit I - Page 5 of 5 Consultant Services.doc Airport Comission Agenda 8 Info Packet Meeting Date: Oct 21, 2021 Page 41 of 96 Prepared by: Michael Tharp, Airport Manager, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045 Resolution num Resolution Authorizing chairperson to accept Iowa Department of Transportation FY2022 GAVI Grant 912201OW300 for Hangar Door Replacement. Whereas, the Iowa City Airport Commission has previously applied for a grant from the Iowa Department of Transportation Aviation Bureau for work associated with the t-hangar door replacements; and Whereas, the Iowa Department of Transportation has approved the FY22 General Aviation Vertical Infrastructure Program (GAVI) which contains the project; and Whereas, the Iowa Department of Transportation Aviation Bureau has offered a grant of 80% of eligible project costs not to exceed $75,000.00 for the project to the Iowa City Airport Commission; and Whereas, it is in the best interest of the Iowa City Airport Commission to accept this grant. Now, therefore, be it resolved by the Airport Commission of the City of Iowa City: 1. The Chairperson is authorized sign and the Secretary to attest to the acceptance of said grant. Passed and approved this day of 2021. Chairperson Attest: Secretary Approved By: City Attorney's Office It was moved by and seconded by Resolution be adopted, and upon roll call there were: Ayes Nays Absent Bishop Clair Lawrence Orozco Pfohl the Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 42 of 96 IOWA DOT SMARTER I SIMPLER I CUSTOMER DRIVEN www•iowadot.gov Modal Transportation Bureau - Aviation 800 Lincoln Way I Ames, Iowa 50010 Phone: 515-239-1691 September 8, 2021 Iowa City Municipal Airport Michael Tharp 1801 S Riverside Dr Iowa City, IA 52247 Dear Michael: Congratulations! The FY 2022 General Aviation Vertical Infrastructure Program project you requested was approved for funding by the Iowa Transportation Commission on August 10, 2021. The Iowa DOT grant award is for 80% of eligible costs up to a maximum state share of $75000 for the following project: Replace Hangar Doors. Attached is an agreement between the airport sponsor and the Iowa Department of Transportation (Iowa DOT). The sponsor should review, sign, and email a signed copy to me. Hard copies are not required this year. Once received, we will sign and return one fully executed contract to the sponsor. You are authorized to begin your project after receiving the contract with both Iowa DOT and Sponsor signatures in place. You have 90 days to sign the grant and return it to the Iowa DOT for our signature. The 12-month requirement to have the project under contract remains in place. Any contracts not returned within the 90-day window may be cancelled. Please review the agreement noting your required responsibilities and assurances, required affirmative action, targeted small business and audit requirements. If you will be requesting reimbursement for engineering services, you will need to provide me with a copy of the agreement. The Iowa DOT recommends that your engineering agreements are either lump sum, or cost plus with fixed overhead rate and maximum dollar amount. Any engineering agreement more than $50,000 must have a pre -audit completed by the Iowa DOT. All engineering agreements that are paid with state funds are subject to a final audit. Please include state related nondiscrimination and targeted small business clauses in your agreements. Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 43 of 96 The project must be under obligation within 12 months. Please note that only expenses incurred on or after the Iowa DOT signature date on the agreement are eligible for reimbursement. Submit claims for reimbursement with copies of invoices, canceled checks or other documentation that the bills have been paid. Reimbursement will be in whole dollars, rounding down; however, the final reimbursement request may include any `lost cents' up to the maximum grant amount. Reimbursement requests should be made in the same fiscal year that the work is completed. Reimbursement for work done near the end of a state fiscal year (June 30) must be requested by August 1. Please note that due to legislative changes for funding this year, these funds revert two years after the end of the fiscal year for which the appropriation is made instead of three. A final acceptance form must be completed and submitted with the final claim for reimbursement. Required forms can be downloaded from the Aviation Bureau Web site at http://www.iowadot.gov/aviation/managersandsponsors/fortns.html. If you have any questions regarding this information, please call me at 515-239-1048. Good luck with your airport project! Sincerely, Shane Wright, C.M. Program Manager Enclosures cc: Tamara Nicholson — Modal Transportation Bureau Director Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 44 of 96 IOWA DEPARTMENT OF TRANSPORTATION AGREEMENT FOR THE FISCAL YEAR 2022 GENERAL AVIATION VERTICAL INFRASTRUCTURE PROGRAM (GAVI) THIS AGREEMENT is made between the Iowa Department of Transportation called the "Iowa DOT' and Iowa City Airport Commission, hereafter the "SPONSOR". 1.00 PURPOSE: The purpose of this agreement is to set forth terms, conditions and obligations for accomplishment of certain improvements at the Iowa City Municipal Airport, hereafter the "Airport". Improvements shall consist of: Replace Hangar Doors, as more clearly defined in the project application. It shall be referred to as the "Project' and shall be identified by Project number: 9I220IOW300 Contract number: 3351 2.0 GENERAL PROVISIONS 2.01 The SPONSOR shall have 90 days to sign and return this agreement or the Iowa DOT reserves the right to revoke this grant. 2.02 The SPONSOR shall have the project under contract no later than 12 months after the date of the agreement or the Iowa DOT reserves the right to revoke this grant. 2.03 The Iowa DOT agrees to reimburse the SPONSOR 80% of the eligible project costs, not to exceed the maximum amount payable of $75000 incurred according to the terms of this agreement. Reimbursement will be made in whole dollar amounts only, rounded down. Final payment request may include documentation of unreimbursed amounts due to rounding. Final reimbursement will be made up to the contract amount in whole dollars. 2.04 All projects meeting the definition of public improvements shall follow the competitive bid and competitive quotation procedures for vertical infrastructure as identified in Chapter 26 of the Code of Iowa and 761 Iowa Administrative Code Chapter 180. (http://www.legis.state.ia.us/Rules/Current/iac/76liac/tl80/tl8O.ndf ) • Competitive bid procedures for all projects greater than $139,000. • Competitive quotation procedures for airport authorities and city sponsors with populations greater than 50,000 for projects between $77,000 and $139,000 • Competitive quotation procedures for airport authorities and city sponsors with population of 50,000 or less for projects between $57,000 and $139,000, • Informal local procedures for projects less than the thresholds identified for competitive quotations. The SPONSOR shall follow requirements of the Iowa Code Section 544A.18, 193B Iowa Administrative Code Chapter 5, Chapter 542B of the Code of Iowa, and 193C Administrative Code Chapter 1 to determine when professional engineering or architectural plans and specifications must be used. The SPONSOR shall submit any Page 6 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 45 of 96 plans, specifications and other contract documents to the Iowa DOT for its files. 2.05 Should the SPONSOR fail to comply with any Condition or Assurance provided herein, the Iowa DOT may withhold further payment and may require reimbursement of any or all payments made by the Iowa DOT toward accomplishment of the Project. 2.06 The Iowa DOT shall not waive any right of authority by making payments pursuant to this agreement, and such payments shall not constitute approval or acceptance of any part of the Project. 2.07 Neither the Department nor the Sponsor intend to create rights in, and shall not be liable to, any third parties by reason of this agreement. 2.08 If any provision of this agreement is held invalid, the remainder of this agreement shall not be affected thereby if such remainder would then continue to conform to applicable law and the intent of this agreement. 2.09 The Iowa DOT shall determine what costs charged to the project account are eligible for participation under the terms of this agreement and the SPONSOR shall bear all additional costs accepted and paid. Only those eligible costs incurred after this agreement is executed shall be reimbursed, unless the SPONSOR receives written notice from the Iowa DOT that the Sponsor has authority to incur costs. 2.10 Notwithstanding any other provisions of this agreement, the Iowa DOT shall have the right to enforce, and may require the SPONSOR to comply with, any and all Conditions and Assurances agreed to herein. 2.11 The Iowa DOT's obligations hereunder shall cease immediately, without penalty of further payment being required, in any year for which the General Assembly of the State of Iowa fails to make an appropriation or reappropriation to pay such obligations, and the Iowa DOT's obligations hereunder shall cease immediately without penalty of further payment being required at any time where there are not sufficient authorized funds lawfully available to the Iowa DOT to meet such obligations. The Iowa DOT shall give the SPONSOR notice of such termination of funding as soon as practicable after the Iowa DOT becomes aware of the failure of funding. In the event the Iowa DOT provides such notice, the SPONSOR may terminate this agreement or any part thereof. 2.12 The SPONSOR is the contracting agent and, as such, retains sole responsibility for compliance with local, state and federal laws and regulations related to accomplishment of the Project. The sponsor shall ensure compliance with Title VI of the Civil Rights Act of 1964, 78 STAT. 252, 42 U.S.C. 2000d-42 U.S.C. 2000d-4, and all requirements imposed by or pursuant to the end that no person in the United States shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity receiving financial assistance from the Iowa DOT. In accordance with Iowa Code Chapter 216, the SPONSOR shall not discriminate against any person on the basis of race, color, creed, age, sex, sexual orientation, gender identity, national origin, religion, pregnancy, or disability. Page 6 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 46 of 96 2.13 Funding will be available for reimbursement of the project for two years after the date of the agreement, unless appropriations are withdrawn under 2.11. Assurances in this agreement remain in full force and effect for a period of 20 years from the date of the agreement. 2.14 The SPONSOR agrees to indemnify, defend, and to hold the Iowa DOT harmless from any action or liability out of the design, construction, maintenance and inspection or use of this project. This agreement to indemnify, defend, and hold harmless applies to all aspects of the Iowa DOT's application review and approval process, plan and construction reviews, and funding participation. 2.15 In the case of any dispute concerning the terms of this agreement, the parties shall submit the matter to arbitration pursuant to the Iowa Code Chapter 679A. Either party has the right to submit the matter to arbitration after 10 days notice to the other party of the intent to seek arbitration. The written notice must include a precise statement of the dispute. The Iowa DOT and the SPONSOR agree to be bound by the decision of the appointed arbitrator. Neither party may seek any remedy with the State or Federal courts absent exhaustion of the provisions of this paragraph for arbitration. 2.16 Infrastructure and/or work products developed through this grant become the property of the SPONSOR and the SPONSOR's responsibility to maintain. 2.17 The attached Exhibit A, "Utilization of Targeted Small Business (TSB) Enterprises on Non -Federal Aid Projects (Third -Party State Assisted Projects)," will apply and is hereby made a part of this Agreement. 3.00 PROJECT CONDITIONS 3.01 The SPONSOR Agrees to: (a) Let contracts according to provisions of Chapter 26 of the Iowa Code and preside at all public hearings occasioned by the Project. (b) Contract for all professional and construction services as needed, submitting a copy of any engineering/consultant contract to the Iowa DOT. If the engineering/consultant agreement is more than $50,000 and the sponsor will request state reimbursement for the engineering/consultant services, the agreement must be submitted to the Iowa DOT for pre -audit prior to execution of the agreement. (c) Establish and maintain a project schedule and provide the schedule to the Iowa DOT. (d) Obtain and provide the sales tax exemption certificates through the Iowa Department of Revenue and Finance to the successful bidder and any subcontractors to enable them to purchase qualifying materials for the project free of sales tax. (e) Submit to the Iowa DOT a Request for Reimbursement form, copies of invoices, and proof of payment for reimbursement. Progress payments are allowed. (f) Inspect work and equipment, test materials, and control construction to ensure that the design intent of the plans and specifications is achieved. (g) Inform the Iowa DOT of construction completion and allow the Iowa DOT access to review the completed project. (h) Certify satisfactory completion of the Project by resolution or signed final acceptance form and provide a copy to the Iowa DOT. (i) Retain all records relating to project cost, including supporting documents, for a period of three (3) years following final payment by the Iowa DOT, and to make such records Page 6 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 47 of 96 and documents available to Iowa DOT personnel for audit. (j) Ensure that applicable General Provisions and Project Conditions are included in any agreement between the SPONSOR and Engineer/Consultant. 4.00 SPECIAL PROVISIONS 4.01 The Project is for the sole purpose and use of aviation related activities and must be owned by the SPONSOR. The SPONSOR shall not lease airport space constructed with this grant to activities unrelated to aviation. 5.00 SPONSOR ASSURANCES By authorizing execution of this agreement the SPONSOR hereby certifies that: 5.01 It will not enter into any transaction which would operate to deprive it of any of the rights and powers necessary to perform any or all of the assurances made herein, unless by such transaction the obligation to perform all such covenants are assumed by another public agency found by the Iowa DOT to be eligible under the laws of the State of Iowa to assume such obligations and to have the power, authority, and financial resources to carry out all such obligations. If an arrangement is made for the management or operation of the Airport by any agency or person other than the SPONSOR or an employee of the SPONSOR, the SPONSOR will reserve sufficient rights and authority to insure that the Airport will be operated and maintained in accordance with these assurances. The SPONSOR retains responsibility for compliance with these assurances and all other provisions of this agreement, regardless of any arrangement for management or operation of the airport. 5.02 It will not dispose of or encumber its title or other interests in the site and facilities during the 20-year period of this agreement. 5.03 It will operate and maintain in a safe and serviceable condition the Airport and all facilities thereon and connected therewith which are necessary to service the aeronautical users of the Airport and will not permit any activity thereon which would interfere with its use for airport purposes. 5.04 Insofar as it is within its power and reasonable, the Sponsor will, either by the acquisition and retention of easements or other interests in or rights for the use of land or airspace and by the adoption and enforcement of zoning regulations, prevent the construction, erection, alteration, or growth of any structure, tree, or other object in the approach areas of the runways of the Airport, which would constitute an obstruction to air navigation according to the criteria or standards prescribed in Section 77.23 as applied to Section 77.25, Part 77, of the Federal Aviation Regulations. In addition, the Sponsor will not erect or permit the erection of any permanent structure or facility that would interfere materially with the use, operation, or future development of the Airport, or any portion of a runway approach area in which the Sponsor has acquired, or hereafter acquires. 5.05 It will operate and maintain the facility in accordance with the minimum standards as may be required or prescribed by the Iowa DOT for the maintenance and operation of such facilities as identified in the Iowa Administrative Code 761-Chapter 720.10. Page 6 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 48 of 96 5.06 It will operate the Airport as such for the use and benefits of the public. In furtherance of this covenant (but without limiting its general applicability and effect), the SPONSOR specifically agrees that it will keep the Airport open to all types, kinds, and classes of aeronautical use on fair and reasonable terms without unlawful discrimination between such types, kinds, and classes. The SPONSOR may establish such fair, equal, and not unjustly discriminatory conditions to be met by all users of the Airport as may be necessary for the safe and efficient operation of the airport. The SPONSOR may also prohibit or limit any given type, kind or class of aeronautical use of the Airport if such action is necessary for the safe operation of the airport or necessary to serve the civil aviation needs of the public. It will operate the Airport on fair and reasonable terms, and without unjust discrimination. 5.07 The SPONSOR will keep up-to-date and provide to the Iowa DOT an airport layout plan. The SPONSOR will not make or permit the making of any changes or alterations in the Airport or any of its facilities other than in conformity with the airport layout plan, if such changes or alterations might adversely affect the safety, utility, or efficiency of the Airport. 6.00 EXECUTION OF THE AGREEMENT. By resolution made a part of this agreement the SPONSOR authorized the undersigned to execute this agreement. Signed this day of on behalf of the SPONSOR. By: Attested: Title: Title: Signed this day of on behalf of the Iowa Department of Transportation. 0 Tamara Nicholson Director Modal Transportation Bureau Page 6 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 49 of 96 Exhibit A CONTRACT PROVISION Targeted Small Business (TSB) Affirmative Action Responsibilities on Non -Federal Aid Projects (Third -Party State -Assisted Projects) September 2020 Airport Corrission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 50 of 96 OVISION Targeted Small Business (TSB) Affirmative Action Responsibilities C on Non -Federal -aid Projects (Third -party State -Assisted Projects) O T A T 1. TSB DEFINITION A TSB is a small business, as defined by Iowa Code Section 15.102(10), which is 51 % or more owned, operated and actively managed by one or more women, minority persons, service -disabled veterans or persons with a disability provided the business meets all of the following requirements: is located in this state, is operated for profit and has an annual gross income of less than 4 million dollars computed as an average of the three preceding fiscal years. 2. TSB REQUIREMENTS In all State -assisted projects made available through the Iowa Department of Transportation, local governments have certain affirmative action requirements to encourage and increase participation of disadvantaged individuals in business enterprises. These requirements are based on Iowa Code Section 19B.7. These requirements supersede all existing TSB regulations, orders, circulars and administrative requirements. 3. TSB DIRECTORY INFORMATION Available from: Iowa Economic Development Authority Targeted Small Business Certification Program 1963 Bell Avenue, Suite 200 Des Moines, IA 50315 Phone: (515-348-6159) Website: hgps://iowacconomicdevelopment.com/tsb 4. THE CONTRACTOR'S TSB POLICY The contractor is expected to promote participation of disadvantaged business enterprises as suppliers, manufactures and subcontractors through a continuous, positive, result -oriented program. Therefore, the contractor's TSB policy shall be: It is the policy of this firm that Targeted Small Business (TSB) concerns shall have the maximum practical opportunity to participate in contracts funded with State -assisted funds which are administered by this firm (e.g. suppliers, manufacturers and subcontractors). The purpose of our policy is to encourage and increase the TSB participation in contracting opportunities made available by State -assisted programs. 5. CONTRACTORS SHALL APPOINT AN EQUAL EMPLOYMENT OPPORTUNITY (EEO) OFFICER The contractor shall designate a responsible person to serve as TSB officer to fulfill the contractors affirmative action responsibilities. This person shall have the necessary statistics, funding, authority and responsibility to carry out and enforce the firm's EEO policy. The EEO officer shall be responsible for developing, managing and implementing the program on a day-to-day Page 1 Airport Corrission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 51 of 96 basis. The officer shall also: A. For current TSB information, contact the Iowa Economic Development Authority (515-348-6159) to identify potential material suppliers, manufacturers and contractors. Page 2 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 52 of 96 TSB Affirmative Action Responsibilities A. Make every reasonable effort to involve TSBs by soliciting quotations from them and incorporating them into the firm's bid. B. Make every reasonable effort to establish systematic written and verbal contact with those TSBs having the materials or expertise to perform the work to be subcontracted, at least two weeks prior to the time quotations are submitted. Maintain complete records of negotiations efforts. C. Provide or arrange for assistance to TSBs in seeking bonding, analyzing plans/specifications or other actions that can be viewed as technical assistance. D. Ensure the scheduled progress payments are made to TSBs as agreed in subcontract agreements. E. Require all subcontractors and material suppliers to comply with all contract equal opportunity and affirmative action provisions. 6. COUNTING TSBs PARTICIPATION ON A PROJECT TSBs are to assume actual and contractual responsibilities for provision of materials/supplies, subcontracted work or other commercially useful function. A. The bidder may count: 1) Planned expenditures for materials/supplies to be obtained from TSB suppliers and manufacturers: or 2) Work to be subcontracted to a TSB; or 3) Any other commercially useful function. B. The contractor may count: 1) 100% of an expenditure to a TSB manufacturer that produces/supplies goods manufactured from raw materials. 2) 60% of an expenditure to TSB suppliers that are not manufacturers; provided the suppliers perform a commercially useful function in the supply process. 3) Only those expenditures to TSBs that perform a commercially useful function in the work of a contract, including those as a subcontractor. 4) Work the Contracting Authority has determined that it involves a commercially useful function. The TSB must have a necessary and useful role in the transaction of a kind for which there is a market outside the context of the TSB program. For example, leasing equipment or purchasing materials from prime contractor would not count. 7. REQUIRED DATA, DOCUMENTS AND CONTRACT AWARD PROCEDURES FROM BIDDERS/CONTRACTORS FOR PROJECTS WITH ASSIGNED GOALS A. Bidders Bidders who fail to demonstrate reasonable positive efforts may be declared ineligible to be awarded the contract. Bidders shall complete the bidding documents plus a separate form called "TSB Pre -Bid Contact Information". This form includes: Page 3 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 53 of 96 1) Name(s) of the TSB(s) contacted regarding subcontractable items. 2) Date of the contract. 3) Whether or not a TSB bid/quotation was received. 4) Whether or not the TSB's bid/quotation was used. 5) The dollar amount proposed to be subcontracted. B. Contractors Using Quotes From TSBs Use those TSBs whose quotes are listed in the "Quotation Used in Bid" column along with a `yes" indicated on the Pre- BID Contract Information Form. C. Contractors NOT Using Quotes From TSBs If there are no TSBs listed on the Pre -bid Contact Information Form, then the contractor shall document all efforts made to include TSB participation in this project by documenting the following: 1) What pre -solicitation or pre -bid meetings scheduled by the contracting authority were attended? 2) Which general news circulation, trade associations and/or minority -focused media were advertised concerning the subcontracting opportunities? 3) Were written notices sent to TSBs that TSBs were being solicited and was sufficient time allowed for the TSBs to participate effectively? 4) Were initial solicitations of interested TSBs followed up? 5) Were TSBs provided with adequate information about the plans, specifications and requirements of the contract? 6) Were interested TSBs negotiated with in good faith? If a TSB was rejected as unqualified, was the decision based on an investigation of their capabilities? 7) Were interested TSBs assisted in obtaining bonding, lines of credit or insurance required by the contractor? 8) Were services used of minority community organization, minority contractors' groups; local State and Federal minority business assistance offices or any other organization providing such assistance. The above documentation shall remain in the contractor's files for a period of three (3) years after the completion of the project and be available for examination by the Iowa Economic Development Authority. 8. POSITIVE EFFORT DOCUMENTATION WHEN NO GOALS ARE ASSINGED Contractors are also required to make positive efforts in utilizing TSBs on all State -assisted projects which are not assigned goals. Form 730007, "TSB Pre -bid Contact Information" is required to be submitted with bids on all projects. If there is no TSB participation, then the contractor shall comply with section 7C of this document prior to the contract award. Form 730007 can be found here: httns://forms.iowadot.Rov/FormsMRVExtemal/730007.doc Page 3 m d U) F U a� Z UO N c n F,FO Z Q 06 2 U q N O NLL O Q y m J Z J — op° 2U N C Q 0 N U ° ❑ w Z o� w00 _EL Q Q m F w a n O) 'a n O O O U n E m c c o 0 Ui 0 m 0 <U m C � O y > m L An C E m m N 'aO E m y N m U N F- CC E m c 0 3 w N m C L O N Im 0 m Q m r l0 A) E n U U m m 'O N m c rn m w F >d >0 U . m 0) C 0 C U 0 °� N w rt N N N E Im U c p P C w m N L ca m N m E N C m 0 O O C m 0 N 0 � N m C rL E a' a) m p m C m E $ 0 0 C O N d C (D (D C 0 O p L m t N . E U m m wca E 0 �c �w 0 c U a) 0) N 0 m C m a N ca N Com ca C� m mE "0o Nm c > O a N N N d > w U) a 0 > 0 m — U w o rn 0 3 U m N N p O N ~ N 0 d 0 N C E N w r N E w C + C U O ) N .L m a m a E 0 E E om tw O N p C N L C N 0 E 0 T C C 0 > N �O a7`) w. m .N m N W O °E mL n 0 w 3 0 C N C 0 Z Y m wm Ir F LLU Q (Y Z QO mm 0 H Z OW Z_ Z CO Om Q J a Om 0 ❑ ZW —F LL W 00 wir J F m a F ❑ w w OU O� z d �0 U Q U) ❑ �w m w Z J m ❑ 00 W co D Z 0 Q 0 co } Z d w W � H Q ❑O U W af U w 0 0 }Z w U ¢O ❑U m H 0 F U of H Z 0 U m D U) IL— I I I I I I I N 0 O. N C O m r O SD SD U m c 0 N a) a) m aw O c U a 0 CL CD O d a O c E O E c Co T 0-0 N o E ay m w, 0 J 7 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 55 of 96 UTILIZATION OF TARGETED SMALL BUSINESS (TSB) ENTERPRISES ON NON-FEDERAL AID PROJECTS (THIRD -PARTY STATE -ASSISTED PROJECTS) In accordance with Iowa Code Section 1913.7, it is the policy of the Iowa Department of Transportation (Iowa DOT) that Targeted Small Business (TSB) enterprises shall have the maximum practicable opportunity to participate in the performance of contracts financed in whole or part with State funds. Under this policy the Recipient shall be responsible to make a positive effort to solicit bids or proposals from TSB firms and to utilize TSB firms as contractors or consultants. The Recipient shall also ensure that the contractors or consultants make positive efforts to utilize TSB firms as subcontractors, subconsultants, suppliers, or participants in the work covered by this agreement. The Recipient's "positive efforts' shall include, but not be limited to: 1. Obtaining the names of qualified TSB firms from the Iowa Economic Development Authority (515-725-3132) or from its website at: https://www.iowa.gov/tsb/index.php/home. 2. Notifying qualified TSB firms of proposed projects involving State funding. Notification should be made in sufficient time to allow the TSB firms to participate effectively in the bidding or request for proposal (RFP) process. 3. Soliciting bids or proposals from qualified TSB firms on each project, and identifying for TSB firms the availability of subcontract work. 4. Considering establishment of a percentage goal for TSB participation in each contract that is a part of this project and for which State funds will be used. Contract goals may vary depending on the type of project, the subcontracting opportunities available, the type of service or supplies needed for the project, and the availability of qualified TSB firms in the area. 5. For construction contracts: a) Including in the bid proposals a contract provision titled "TSB Affirmative Action Responsibilities on Non -Federal Aid Projects (Third -Party State -Assisted Projects)" or a similar document developed by the Recipient. This contract provision is available on-line at: http://www.dot.state.ia.us/local_systems/publications/tsb contract provision.pdf b) Ensuring that the awarded contractor has and shall follow the contract provisions. 6. For consultant contracts: a) Identifying the TSB goal in the Request for Proposal (RFP), if one has been set. b) Ensuring that the selected consultant made a positive effort to meet the established TSB goal, if any. This should include obtaining documentation from the consultant that includes a list of TSB firms contacted; a list of TSB firms that responded with a subcontract proposal; and, if the consultant does not propose to use a TSB firm that submitted a subcontract proposal, an explanation why such a TSB firm will not be used. The Recipient shall provide the Iowa DOT the following documentation: 1. Copies of correspondence and replies, and written notes of personal and/or telephone contacts with any TSB firms. Such documentation can be used to demonstrate the Recipient's positive efforts and it should be placed in the general project file. 2. Bidding proposals or RFPs noting established TSB goals, if any. 3. The attached "Checklist and Certification" This form shall be filled out upon completion of each project and forwarded to: Iowa Department of Transportation, Civil Rights Coordinator, Office of Employee Services, 800 Lincoln Way, Ames, IA 50010. Page 5 Recipient: County 1. 2. 3. 4. 5. Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 56 of 96 CHECKLIST AND CERTIFICATION For the Utilization of Targeted Small Businesses (TSB) On Non -Federal -aid Projects (Third -Party State -Assisted Projects) Project Number: Agreement Number: Were the names of qualified TSB firms obtained from the Iowa Department of Inspections and Appeals? ❑ YES ❑ NO If no, explain Were qualified TSB firms notified of project? ❑ YES ❑ NO If yes, by ❑ letter, ❑ telephone, -i personal contact, or ❑ other (specify) If no, explain Were bids or proposals solicited from qualified TSB firms? ❑ YES ❑ NO If no, explain Was a goal or percentage established for TSB participation? ❑ YES ❑ NO If yes, what was the goal or percentage? If no, explain why not: Did the prime contractor or consultant use positive efforts to utilize TSB firms on subcontracts? -i YES -i NO If no, what action was taken by Recipient? Is documentation in files? n YES -1 NO 6. What was the dollar amount reimbursed to the Recipient from the Iowa Department of Transportation? $ What was the final project cost? $ What was the dollar amount performed by TSB firms? $ Name(s) and address(es) of the TSB firm(s) (Use additional sheets if necessary) Was the goal or percentage achieved? ❑ YES ❑ NO If no, explain As the duly authorized representative of the Recipient, I hereby certify that the Recipient used positive efforts to utilize TSB firms as participants in the State -assisted contracts associated with this project. Title Signature Page 6 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 57 of 96 Page 5 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 58 of 96 Prepared by: Michael Tharp, Airport Manager, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045 Resolution nu Resolution approving Work Order No. 7 with Bolton & Menk, Inc. for professional services related to Hangar Door Replacement. Whereas, the Iowa City Airport Commission entered into a contract entitled "Master Agreement" with Bolton & Menk, Inc. on February 22, 2019, to provide engineering services for Federal Airport Improvement Program Projects; and Whereas, Section 1 Paragraph B of said agreement provides that the parties may agree to additional services as described in Work Orders; and Whereas, the Iowa City Airport Commission and Bolton & Menk, Inc. have previously approved Work Order No.s 1, 2, 3, 4, 5, and 6; and Whereas, the Commission and Bolton & Menk, Inc., now desire to enter into Work Order No. 7, a copy of which is attached; and Whereas, it is in the best interest of the Commission to enter into Work Order No. 7. Now, Therefore, be it resolved by the Airport Commission of the City of Iowa City: 1. The Chairperson is authorized to sign and the Secretary to attest to the attached Work Order No. 7. Passed and approved this day of 2021. Chairperson Attest: Secretary It was moved by and seconded by adopted, and upon roll call there were: Ayes Nays Approvedby d. at�t City Attorney's Office Absent the Resolution be Bishop Clair Lawrence Orozco Pfohl Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 59 of 96 AGREEMENT FOR PROFESSIONAL SERVICES REPLACE HANGAR DOORS CITY OF IOWA CITY, IOWA AND BOLTON & MENK, INC. This Agreement, made this 12th day of October 2021, by and between CITY OF IOWA CITY, IOWA, 1801 South Riverside Drive, Iowa City, Iowa 52246, ("CLIENT"), and BOLTON & MENK, INC., 401 1 It Street SE, Suite 201, Cedar Rapids, Iowa 50304, ("CONSULTANT"). WITNESS, whereas the CLIENT requires professional services in conjunction with CITY OF IOWA CITY, IOWA REPLACE HANGAR DOORS ("Project") and whereas the CONSULTANT agrees to furnish the various professional services required by the CLIENT. NOW, THEREFORE, in consideration of the mutual covenants and promises between the parties hereto, it is agreed: SECTION I - CONSULTANT'S SERVICES A. The CONSULTANT agrees to perform the various Basic Services in connection with the proposed project as described in Exhibit I. B. Upon mutual agreement of the parties, Additional Services may be authorized as described in Paragraph N.B. SECTION II - THE CLIENT'S RESPONSIBILITIES A. The CLIENT shall promptly compensate the CONSULTANT in accordance with Section III of this Agreement. B. The CLIENT shall place any and all previously acquired information in its custody at the disposal of the CONSULTANT for its use. Such information shall include, but not limited to: boundary surveys, topographic surveys, preliminary sketch plan layouts, building plans, soil surveys, abstracts, deed descriptions, tile maps and layouts, aerial photos, utility agreements, environmental reviews, and zoning limitations. The CONSULTANT may rely upon the accuracy and sufficiency of all such information in performing services unless otherwise instructed, in writing, by CLIENT. C. The CLIENT will guarantee access to and make all provisions for entry upon public portions of the project and reasonable efforts to provide access to private portions and pertinent adjoining properties. D. The CLIENT will give prompt notice to the CONSULTANT whenever the CLIENT observes or otherwise becomes aware of any defect in the proposed project. E. The CLIENT shall designate a liaison person to act as the CLIENT'S representative with respect to services to be rendered under this Agreement. Said representative shall have the authority to transmit instructions, receive instructions, receive information, interpret and define the CLIENT'S policies with respect to the project and CONSULTANT'S services. Public Standard Form IA I Page 1 of 11 1 2019 20190712 11MACYIA\OT5125318\01teplace Hangar Doors\A_Project Management\OT5.125318 - Agreement of Professional Services.docx Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 60 of 96 F. The CONSULTANT'S services do not include legal, insurance counseling, accounting, independent cost estimating, financial advisory or "municipal advisor" (as described in Section 975 of the Dodd - Frank Wall Street Reform and Consumer Protection Act 2010 and the municipal advisor registration rules issued by the SEC) professional services and the CLIENT shall provide such services as may be required for completion of the Project described in this Agreement. G. The CLIENT will obtain any and all regulatory permits required for the proper and legal execution of the Project. CONSULTANT will assist CLIENT with permit preparation and documentation to the extent described in Exhibit 1. H. The CLIENT may hire, at its discretion, when requested by the CONSULTANT, an independent test company to perform laboratory and material testing services, and soil investigation that can be justified for the proper design and construction of the Project. The CONSULTANT shall assist the CLIENT in selecting a testing company. Payment for testing services shall be made directly through the CONSULTANT or directly to the testing company by the CLIENT and is not part of this Agreement. If CLIENT elects not to hire an independent test company, CLIENT shall provide CONSULTANT with guidance and direction on completing those aspects of design and construction that require additional testing data. (Remainder of this page intentionally left blank) Public Standard Form IA Page 2 of 11 2019 20190712 H:UACYIA\OT5125318\0_Replace Hangar Doors\A_Project Management\OT5.125318 - Agreement of Professional Services.docx Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 61 of 96 SECTION III - COMPENSATION FOR SERVICES A. FEES. 1. The CLIENT will compensate the CONSULTANT a Lump Sum (Fee) of $18,000.00 for performance of Agreement services. 2. Additional Services as outlined in Section I.B will vary depending upon project conditions and will be billed in addition to the Lump Sum Fee on an hourly basis at the following rates: Schedule of Fees Senior Principal Principal Engineer/Surveyor/Planner/GIS/Landscape Architect Senior Engineer/Surveyor/Planner/.323GIS/Landscape Architect Project Manager (Inc. Survey, GIS, Landscape Architect) Project Engineer/Surveyor/Planner/Landscape Architect Design Engineer/Landscape Designer/Graduate Engineer/Surveyor Specialist (Nat. Resources; GIS; Traffic; Graphics; Other) Senior Technician (Inc. Construction, GIS, Survey') Technician (Inc. Construction, GIS, Survey') Administrative/Corporate Specialists Structural/Electrical/Mechanical/Architect ' No separate charges will be made for GPS or robotic total stations on Bolton & Menk, Inc. survey assignments; the cost of this equipment is included in the rates for Survey Technicians. Public Standard Form IA Page 3 of 11 2019 20190712 H:UACYIA\OT5125318\0_Replace Hangar Doors\A_Pmject Management\OT5.125318 - Agreement of Professional Services.docx Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 62 of 96 3. The preceding Schedule of Fees shall apply for services provided through December 31, 2022. Hourly rates may be adjusted by CONSULTANT, in consultation with CLIENT, on an annual basis thereafter to reflect reasonable changes in its operating costs. Adjusted rates will become effective on January 1 st of each subsequent year, upon written acceptance by CLIENT. 4. Rates and charges do not include sales tax. If such taxes are imposed and become applicable after the date of this Agreement CLIENT agrees to pay any applicable sales taxes. 5. The rates in the Schedule of Fees include labor, general business and other normal and customary expenses associated with operating a professional business. Unless otherwise agreed in writing, the above rates include vehicle and personal expenses, mileage, telephone, survey stakes and routine expendable supplies; and no separate charges will be made for these activities and materials. 6. Additional services as outlined in Section I.B will vary depending upon project conditions and will be billed on an hourly basis at the rate described in Section III.A.2. B. PAYMENTS AND RECORDS 1. Payment to the CONSULTANT will be made by the CLIENT upon billing at intervals not more often than monthly of that part of the Fee in approximate proportion to the percentage of completed services and in accordance with herein terms. 2. If CLIENT fails to make any payment due CONSULTANT for undisputed services and expenses within 45 days after date of the CONSULTANT'S invoice, a service charge of one and one-half percent (1.5%) per month or the maximum rate permitted by law, whichever is less, will be charged on any unpaid balance. In addition to the service charges described in preceding paragraph, if the CLIENT fails to make payment for undisputed services and expenses within 60 days after the date of the invoice, the CONSULTANT may, upon giving seven days' written notice to CLIENT, suspend services and withhold project deliverables due under this Agreement until CONSULTANT has been paid in full for all past due amounts for undisputed services, expenses and charges, without waiving any claim or right against the CLIENT and without incurring liability whatsoever to the CLIENT. 4. Documents Retention. The CONSULTANT will maintain records that reflect all revenues, costs incurred and services provided in the performance of the Agreement. The CONSULTANT will also agree that the CLIENT, State, or their duly authorized representatives may, at any time during normal business hours and as often as reasonably necessary, have access to and the right to examine, audit, excerpt, and transcribe any books, documents, papers, records, etc., and accounting procedures and practices of the CONSULTANT which are relevant to the contract for a period of six years (Remainder of this page intentionally left blank) Public Standard Form IA Page 4 of 11 2019 20190712 H:UACYIA\OT5125318\0_Replace Hangar Doors\A_Project Management\OT5.125318 - Agreement of Professional Services.docx Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 63 of 96 SECTION IV - GENERAL A. STANDARD OF CARE Professional services provided under this Agreement will be conducted in a manner consistent with that level of care and skill ordinarily exercised by members of the CONSULTANT'S profession currently practicing under similar conditions. No warranty, express or implied, is made. B. CHANGE IN PROJECT SCOPE In the event the CLIENT changes or is required to change the scope or duration of the project from that described in Exhibit I, and such changes require Additional Services by the CONSULTANT, the CONSULTANT shall be entitled to additional compensation at the applicable hourly rates. To the fullest extent practical, the CONSULTANT shall give notice to the CLIENT of any Additional Services, prior to furnishing such Additional Services. The CONSULTANT shall furnish an estimate of additional cost, prior to authorization of the changed scope of work and Agreement will be revised in writing. C. LIMITATION OF LIABILITY General Liability of CONSULTANT. For liability other than professional acts, errors, or omissions, and to the fullest extent permitted by law, CONSULTANT shall indemnify, defend and hold harmless CLIENT from losses, damages, and judgments (including reasonable attorneys' fees and expenses of litigation) arising from claims or actions relating to the Project, provided that any such claim, action, loss, damages, or judgment is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property, but only to the extent caused by the acts and omissions in the non-professional services of CONSULTANT or CONSULTANT'S employees, agents, or subconsultants. 2. Professional Liability of CONSULTANT. With respect to professional acts, errors and omissions and to the fullest extent permitted by law, CONSULTANT shall indemnify and hold harmless CLIENT from losses, damages, and judgments (including reasonable attorneys' fees and expenses of litigation) arising from third -party claims or actions relating to the Project, provided that any such claim, action, loss, damages, or judgment is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property, but only to the extent caused by a negligent act, error or omission of CONSULTANT or CONSULTANT'S employees, agents, or subconsultants. This indemnification shall include reimbursement of CLIENT'S reasonable attorneys' fees and expenses of litigation, but only to the extent that defense is insurable under CONSULTANT's liability insurance policies. General Liability of Client. To the fullest extent permitted by law, CLIENT shall indemnify, defend and hold harmless CONSULTANT from losses, damages, and judgments (including reasonable attorneys' fees and expenses of litigation) arising from third -party claims or actions relating to the Project, provided that any such claim, action, loss, damages, or judgment is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property, but only to the extent caused by the acts or omission of CLIENT or CLIENT'S employees, agents, or other consultants. 4. To the fullest extent permitted by law, CLIENT and CONSULTANT waive against each other, and the other's employees, officers, directors, members, agents, insurers, partners, and Public Standard Form IA I Page 5 of 11 1 2019 20190712 H:UACYIA\OT5125318\01teplace Hangar Doors\A_Project Management\OT5.125318 - Agreement of Professional Services.docx Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 64 of 96 consultants, any and all claims for or entitlement to special, incidental, indirect, or consequential damages arising out of, resulting from, or in any way related to this Agreement, from any cause or causes. CLIENT waives all claims against individuals involved in the services provided under this Agreement and agrees to limit all claims to the CONSULTANT's corporate entity. 5. Nothing contained in this Agreement shall create a contractual relationship with or a cause of action in favor of a third party against either the CLIENT or the CONSULTANT. The CONSULTANT'S services under this Agreement are being performed solely for the CLIENT'S benefit, and no other entity shall have any claim against the CONSULTANT because of this Agreement or the performance or nonperformance of services provided hereunder. D. INSURANCE The CONSULTANT agrees to maintain, at CONSULTANT'S expense a commercial general liability (CGL) and excess or umbrella general liability insurance policy or policies insuring CONSULTANT against claims for bodily injury, death or property damage arising out of CONSULTANT'S general business activities. The general liability coverage shall provide limits of not less than $2,000,000 per occurrence and not less than $2,000,000 general aggregate. Coverage shall include Premises and Operations Bodily Injury and Property Damage; Personal and Advertising Injury; Blanket Contractual Liability; Products and Completed Operations Liability. 2. The CONSULTANT also agrees to maintain, at CONSULTANT'S expense, a single limit or combined limit automobile liability insurance and excess or umbrella liability policy or policies insuring owned, non -owned and hired vehicles used by CONSULTANT under this Agreement. The automobile liability coverages shall provide limits of not less than $1,000,000 per accident for property damage, $2,000,000 for bodily injuries, death and damages to any one person and $2,000,000 for total bodily injury, death and damage claims arising from one accident. 3. CLIENT shall be named Additional Insured for the above CGL and Auto liability policies. 4. The CONSULTANT agrees to maintain, at the CONSULTANT'S expense, statutory worker's compensation coverage together with Coverage B, Employer's Liability limits of not less than $500,000 for Bodily Injury by Disease per employee, $500,000.00 for Bodily Injury by Disease aggregate and $500,000 for Bodily Injury by Accident. 5. The CONSULTANT also agrees to maintain, at CONSULTANT'S expense, Professional Liability Insurance coverage insuring CONSULTANT against damages for legal liability arising from a negligent act, error or omission in the performance of professional services required by this Agreement during the period of CONSULTANT'S services and for three years following date of final completion of its services. The professional liability insurance coverage shall provide limits of not less than $2,000,000 per claim and an annual aggregate of not less than $2,000,000 on a claims -made basis. 6. CLIENT shall maintain statutory Workers Compensation insurance coverage on all of CLIENT'S employees and other liability insurance coverage for injury and property damage to third parties due to the CLIENT'S negligence. 7. Prior to commencement of this Agreement, CONSULTANT will provide the CLIENT with certificates of insurance, showing evidence of required coverages. All policies of insurance shall contain a provision or endorsement that the coverage afforded will not be canceled or reduced in Public Standard Form IA I Page 6 of 11 1 2019 20190712 HMACYIA\OT5125318\0_Replace Hangar Doors\A_Pmject Management\OT5.125318 - Agreement of Professional Services.docx Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 65 of 96 limits by endorsement for any reason except non-payment of premium, until at least 30 days prior written notice has been given to the Certificate Holder, and at least 10 days prior written notice in the case of non-payment of premium E. OPINIONS OR ESTIMATES OF CONSTRUCTION COST Where provided by the CONSULTANT as part of Exhibit I or otherwise, opinions or estimates of construction cost will generally be based upon public construction cost information. Since the CONSULTANT has no control over the cost of labor, materials, competitive bidding process, weather conditions and other factors affecting the cost of construction, all cost estimates are opinions for general information of the CLIENT and the CONSULTANT does not warrant or guarantee the accuracy of construction cost opinions or estimates. The CLIENT acknowledges that costs for project financing should be based upon contracted construction costs with appropriate contingencies. F. CONSTRUCTION SERVICES It is agreed that the CONSULTANT and its representatives shall not at any time supervise, direct, control, or have authority over any contractor's work, nor shall CONSULTANT have authority over or be responsible for the means, methods, techniques, sequences, or procedures of construction selected or used by any contractor, or the safety precautions and programs incident thereto, for security or safety at any Project site, nor for any failure of a Contractor to comply with Laws and Regulations applicable to that Contractor's furnishing and performing of its work. CONSULTANT shall not be responsible for the acts or omissions of any Contractor. CLIENT acknowledges that on - site contractor(s) are solely responsible for construction site safety programs and their enforcement. G. USE OF ELECTRONIC/DIGITAL DATA 1. Because of the potential instability of electronic/digital data and susceptibility to unauthorized changes, copies of documents that may be relied upon by CLIENT are limited to the printed copies (also known as hard copies) that are signed or sealed by CONSULTANT. Except for electronic/digital data which is specifically identified as a project deliverable for this Agreement or except as otherwise explicitly provided in this Agreement, all electronic/digital data developed by the CONSULTANT as part of the Project is acknowledged to be an internal working document for the CONSULTANT'S purposes solely and any such information provided to the CLIENT shall be on an "AS IS" basis strictly for the convenience of the CLIENT without any warranties of any kind. As such, the CLIENT is advised and acknowledges that use of such information may require substantial modification and independent verification by the CLIENT (or its designees). 2. Provision of electronic/digital data, whether required by this Agreement or provided as a convenience to the Client, does not include any license of software or other systems necessary to read, use or reproduce the information. It is the responsibility of the CLIENT to verify compatibility with its system and long-term stability of media. CLIENT shall indemnify and hold harmless CONSULTANT and its Subconsultants from all claims, damages, losses, and expenses, including attorneys' fees arising out of or resulting from third party use or any adaptation or distribution of electronic/digital data provided under this Agreement, unless such third party use and adaptation or distribution is explicitly authorized by this Agreement. Public Standard Form IA Page 7 of 11 2019 20190712 H:UACYIA\OT5125318\01teplace Hangar Doors\A_Project Management\OT5.125318 - Agreement of Professional Services.docx Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 66 of 96 H. REUSE OF DOCUMENTS Drawings and Specifications and all other documents (including electronic and digital versions of any documents) prepared or furnished by CONSULTANT pursuant to this Agreement are instruments of service in respect to the Project and CONSULTANT shall retain an ownership interest therein. Upon payment of all fees owed to the CONSULTANT, the CLIENT shall acquire a limited license in all identified deliverables (including Reports, Plans and Specifications) for any reasonable use relative to the Project and the general operations of the CLIENT. Such limited license to Owner shall not create any rights in third parties. 2. CLIENT may make and disseminate copies for information and reference in connection with the use and maintenance of the Project by the CLIENT. However, such documents are not intended or represented to be suitable for reuse by CLIENT or others on extensions of the Project or on any other project. Any reuse by CLIENT or, any other entity acting under the request or direction of the CLIENT, without written verification or adaptation by CONSULTANT for such reuse will be at CLIENT'S sole risk and without liability or legal exposure to CONSULTANT and CLIENT shall indemnify and hold harmless CONSULTANT from all claims, damages, losses and expenses including attorneys fees arising out of or resulting from such reuse. I. CONFIDENTIALITY CONSULTANT agrees to keep confidential and not to disclose to any person or entity, other than CONSULTANT'S employees and subconsultants any information obtained from CLIENT not previously in the public domain or not otherwise previously known to or generated by CONSULTANT. These provisions shall not apply to information in whatever form that comes into the public domain through no fault of CONSULTANT; or is famished to CONSULTANT by a third party who is under no obligation to keep such information confidential; or is information for which the CONSULTANT is required to provide by law or authority with proper jurisdiction; or is information upon which the CONSULTANT must rely for defense of any claim or legal action. J. PERIOD OF AGREEMENT This Agreement will remain in effect for the longer of a period of two (2) years or until such other expressly identified completion date, after which time the Agreement may be extended upon mutual agreement of both parties. K. TERMINATION This Agreement may be terminated: For cause, by either party upon 7 days written notice in the event of substantial failure by other party to perform in accordance with the terms of this Agreement through no fault of the terminating party. For termination by CONSULTANT, cause includes, but is not limited to, failure by CLIENT to pay undisputed amounts owed to CONSULTANT within 120 days of invoice and delay or suspension of CONSULTANT's services for more than 120 days for reasons beyond CONSULTANT'S cause or control; or, 2. For convenience by CLIENT upon 7 days written notice to CONSULTANT. Public Standard Form IA I Page 8 of 11 1 2019 20190712 HMACYIA\OT5125318\0_Replace Hangar Doors\A_Project Management\OT5.125318 - Agreement of Professional Services.docx Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 67 of 96 3. Notwithstanding, the foregoing, this Agreement will not terminate under paragraph IV.K if the party receiving such notice immediately commences correction of any substantial failure and cures the same within 10 days of receipt of the notice. 4. In the event of termination by CLIENT for convenience or by CONSULTANT for cause, the CLIENT shall be obligated to the CONSULTANT for payment of amounts due and owing including payment for services perforated or furnished to the date and time of termination, computed in accordance with Section III of this Agreement. CONSULTANT shall deliver and CLIENT shall have, at its sole risk, right of use of any completed or partially completed deliverables, subject to provisions of Paragraph IV. H. 5. In event of termination by CLIENT for cause and in addition to any other remedies available to CLIENT, CONSULTANT shall deliver to CLIENT and CLIENT shall have right of use of any completed or partially completed deliverables, in accordance with the provisions of Paragraph N.H. CLIENT shall compensate CONSULTANT for all undisputed amounts owed CONSULTANT as of date of termination. L. INDEPENDENT CONTRACTOR Nothing in this Agreement is intended or should be construed in any manner as creating or establishing the relationship of co-partners between the parties hereto or as constituting the CONSULTANT or any of its employees as the agent, representative, or employee of the CLIENT for any purpose or in any manner whatsoever. The CONSULTANT is to be and shall remain an independent contractor with respect to all services performed under this Agreement. M. CONTINGENT FEE The CONSULTANT warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT to solicit or secure this Agreement, and that it has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift or any other consideration, contingent upon or resulting from award or making of this Agreement. N. NON-DISCRIMINATION The provisions of any applicable law or ordinance relating to civil rights and discrimination shall be considered part of this Agreement as if fully set forth herein. The CONSULTANT is an Equal Opportunity Employer and it is the policy of the CONSULTANT that all employees, persons seeking employment, subcontractors, subconsultants and vendors are treated without regard to their race, religion, sex, color, national origin, disability, age, sexual orientation, marital status, public assistance status or any other characteristic protected by federal, state or local law. O. ASSIGNMENT Neither party shall assign or transfer any interest in this Agreement without the prior written consent of the other party. Public Standard Form IA Page 9 of 11 2019 20190712 H:UACYIA\OT5125318\0_Replace Hangar Doors\A_Project Management\OT5.125318 - Agreement of Professional Services.docx Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 68 of 96 P. SURVIVAL All obligations, representations and provisions made in or given in Section IV and Documents Retention clause of this Agreement will survive the completion of all services of the CONSULTANT under this Agreement or the termination of this Agreement for any reason. Q. SEVERABILITY Any provision or part of the Agreement held to be void or unenforceable under any law or regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon CLIENT and CONSULTANT, who agree that the Agreement shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. R. CONTROLLING LAW This Agreement is to be governed by the law of the State of Iowa and venued in courts of Iowa; or at the choice of either party, and if federal jurisdictional requirements can be met, in federal court in the district in which the project is located. S. DISPUTE RESOLUTION CLIENT and CONSULTANT agree to negotiate all disputes between them in good faith for a period of 30 days from the date of notice of dispute prior to proceeding to formal dispute resolution or exercising their rights under law. Any claims or disputes unresolved after good faith negotiations shall then be submitted to mediation using a neutral from the American Arbitration Association Construction Industry roster. If mediation is unsuccessful in resolving the dispute, then either party may seek to have the dispute resolved by bringing an action in a court of competent jurisdiction. T. CONFLICT OF INTEREST The CONSULTANT certifies that it does not presently have an interest in real estate, development proposals or have a client with development proposals or real estate interests which are located in the City of Iowa City or which will directly benefit or be affected by the Project. Furthermore, the CONSULTANT agrees that it will not acquire interest in any real estate or development proposals, or accept a contract with any client owning real estate or having a development proposal in the City of Iowa City or which will be directly affected or benefitted by the Project without first notifying and discussing said interest or contract with the CLIENT. Public Standard Form IA I Page 10 of 11 1 2019 20190712 HMACYIA\OT5125318\0_Replace Hangar Doors\A_Project Management\OT5.125318 - Agreement of Professional Services.docx Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 69 of 96 SECTION V - SIGNATURES THIS INSTRUMENT embodies the whole agreement of the parties, there being no promises, terms, conditions or obligation referring to the subject matter other than contained herein. This Agreement may only be amended, supplemented, modified or canceled by a duly executed written instrument signed by both parties. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed in their behalf. CLIENT: CITY OF IOWA CITY, IOWA Scott Clair Date Chairman, Iowa City Airport Commission Attest: CONSULTANT: BOLTON & MENK, INC. 9/29/2021 Ronald A. Roetzel, Principal Date Aviation Services Manager Public Standard Form IA I Page 11 of 11 1 2019 20190712 11MACYIA\OT5125318\01teplace Hangar Doors\A_Project Management\OT5.125318 - Agreement of Professional Services.docx Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 70 of 96 EXHIBIT I - CONSULTANT SERVICES REPLACE HANGAR DOORS CITY OF IOWA CITY, IOWA AND BOLTON & MENK, INC. DESCRIPTION OF PROJECT AND SCOPE OF IMPROVEMENTS The CONSULTANT agrees to provide civil engineering services required for the abovementioned project at the Iowa City Municipal Airport The CONSULTANT agrees to provide civil, mechanical, electrical, construction engineering, and other related services required for the Replace Hangar Doors project for the Iowa City Municipal Airport; herein referred to as the Project that consists of the following scope of work: 1. Replacement of existing bi-fold doors on Hangar A 2. Replace Hangar bi-fold doors as funding allows I.A. BASIC SERVICES For purposes of this Project, Basic Services to be provided by the CONSULTANT are as follows: TASK 1: PROJECT INITIATION Subtask 1.1: Kickoff meeting Description: The Bolton & Menk project team will facilitate a kick-off meeting with the Airport Commission and Airport staff to accomplish the following: • Review and confirm the scope and nature of proposed improvements • Review special conditions regarding project staging during construction • Conduct a field review of project area by project team members, Commission members, and Airport staff • Develop project schedule TASK 2: DATA COLLECTION Subtask 2.1: Field Data Collection Description: Collect detailed field survey information within project limits and adjacent areas as well as the areas on airport property where improvements will be implemented as required for final design and preparation of construction documents. The field survey will be supplemented by other available information such as aerial photos and mapping, utility maps, as -built drawings, reports, and studies, etc. No subsurface investigation is planned for this Project. H:\IACYIA\OT5125318\0_Replace Hangar DoorsW_Project Management\OT5.125318 Exhibit 1- Consultant Exhibit I - Page I of 5 Services.doc Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 71 of 96 TASK 3: PLAN AND SPECIFICATION PREPARATION Final design and plans will conform to requirements of the Iowa DOT, City of Iowa City, or SUDAS Specification requirements. Plans will be reviewed with Airport Commission members and/or Airport staff throughout the project. The Project Manual will be reviewed at the 95% complete stage. Subtask 3.1: Hangar Door Replacement Plans Description: Complete preliminary and final plans. Major design components to include the following: • Hangar door replacement plan sheet • Preparation of traffic control and staging plan Miscellaneous plan sheets, including, but not limited to: Title sheet, tabulations, typical details, and other required information Subtask 3.2: Project Manual Description: Prepare project manual for the project, including: • General information for bidders: Advertisement for bids, instructions to bidders, special bidding requirements/provisions • General conditions and supplementary conditions • Information to be submitted with bid: Proposal, bid bond, information requested from bidder, etc. • Agreement, performance, payment and maintenance bond forms • General conditions • Technical specifications Deliverables: • Preliminary plans and final plans • Preliminary and final project manual • Statement of estimated quantities and construction cost at preliminary and final plans TASK 4: BIDDING SERVICES Subtask 4.1: Bidding Phase Services Description: Provide the following services during the bidding phase: • Provide copies of the contract/bidding documents • Address questions from prospective bidders, subcontractors, and suppliers, and prepare and issue addenda as required Subtask 4.2: Bid Letting and Post -Bid Services Description: Provide the following services during the bid and post -bidding phase: • Attend bid letting, open and read bids • Provide copies of the bidding submittals • Review and evaluate bids submitted • Prepare a bid tabulation H:\IACYIA\OT5125318\0_Replace Hangar DoorsW_Project Management\OT5.125318 Exhibit 1- Consultant Exhibit I - Page 2 of 5 Services.doc Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 72 of 96 • Prepare a recommendation of award and/or alternate action by the Sponsor Deliverables: • Addenda (if necessary) • Agenda and minutes from pre -bid meeting • Bid Tabulation • Recommendation for award to Sponsor I.B. CONSTRUCTION PHASE SERVICES For purposes of this Project, Construction Phase Services to be provided by the CONSULTANT are as follows: TASK 5: CONSTRUCTION SERVICES Subtask 5.1: Preconstruction Conference Description: Organize and attend a preconstruction conference • Preconstruction conference attendees will include: o Airport Commission members o Airport staff o Representatives from the contractor, subcontractors and suppliers o Representatives from affected utility companies o Bolton & Menk staff Deliverables: • Minutes from bid phase conversations • Addenda (if necessary) • Agenda and minutes from pre -construction meeting Subtask 5.2: Resident Project Representative (RPR) On this project, Airport staff will complete the responsibilities of the RPR. Assistance from Bolton & Menk staff will be available as needed as additional work beyond this scope of services. Resident Project Representative Services are not included in this contract Deliverables: • N/A H:\IACYIA\OT5125318\0_Replace Hangar DoorsW_Project Management\OT5.125318 Exhibit 1- Consultant Exhibit I - Page 3 of 5 Services.doc Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 73 of 96 Subtask 5.3: Project Management Description: Complete construction phase project requirements as required for grant administration, to include, but not limited to, the following: • Confirm quantities of work completed and prepare Contractor pay requests • Prepare change orders (if applicable) • Prepare documentation necessary for Sponsor to request grant reimbursement from the IDOT • Project Manager will visit the site approximately one (1) times to observe progress and/or critical milestones • Conduct a final project inspection with Sponsor, Airport staff, and Contractor and prepare inspection report • Recommendation of acceptance to Sponsor when appropriate • Complete final project closeout as required by IDOT Deliverables: • Pay Requests • Change Orders • Reimbursement Requests from IDOT • Final Inspection Report and Recommendation for Acceptance TASK 6: SPECIAL SERVICES Subtask 6.1: Geotechnical Investigation Description: Not anticipated nor planned for this project. Subtask 6.2: Construction Testing Description: Not anticipated nor planned for this project. BASIS OF FEE ASSUMPTIONS For this proposal assumptions were made as to the nature of how or why certain situations will be handled. These assumptions are as follows: • Any changes to the scope of work that are not specifically included in this proposal will be considered additional work and a negotiated amendment to the agreement will be completed • ROW and/or easements are not anticipated with project • All construction RPR services are being completed by airport staff, including but not limited to daily inspections, testing coordination and documentation ITEMS PROVIDED BY CLIENT The following items are to be provided by CLIENT: • Existing mapping, reports, and other pertinent information • Access to project area • All construction RPR services H:\IACYIA\OT5125318\0_Replace Hangar DoorsW_Project Management\OT5.125318 Exhibit 1- Consultant Exhibit I - Page 4 of 5 Services.doc Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 74 of 96 ADDITIONAL SERVICES Consulting services performed other than those authorized under Section 1.A or I .B above shall be considered not part of the Basic Services or Construction Phase Services and may be authorized by the CLIENT as Additional Services. Additional Services consist of those services that are not generally considered to be Basic Services or Construction Phase Services; or exceed the requirements of the Basic Services or Construction Phase Services; or are not definable prior to the bidding of the project; or vary depending on the technique, procedures, or schedule of the project contractor. Additional services may include: 1. CONSTRUCTION STAKING. Perform construction staking and famish necessary equipment and supplies to establish grade and line for the contractor's guidance in construction of the project and in accordance with the contract documents. As part of the plans and specifications for the project, it is assumed that the contractor will be providing layout and construction staking for the project. I. Construction RPR services including but not limited to daily inspections, testing coordination and documentation. 2. All other services not specifically identified in the Proposal or Sections I.A or LB of this Exhibit 1. H:\IACYIA\OT5125318\0_Replace Hangar DoorsW_Project Management\OT5.125318 Exhibit 1- Consultant Exhibit I - Page 5 of 5 Services.doc Airport comission Ajreadcaatlfollatpatrt Improvement Program (AIP) 'OwA GJ00T Meeting DatemgL2qMatlon Instructions Page 75 of 96 Airports included in the National Plan of Integrated Airports (NPIAS) are eligible to apply for federal Airport Improvement Program (AIP) funds. General aviation and small commercial service airports are required to submit preapplications for federal AIP funding through the Iowa Department of Transportation's Modal Transportation Bureau - Aviation, including projects funded with nonprimary entitlement funds. All applications must include the following documents (forms are available on the Aviation website https://iowadot.gov/aviation/airport-m a natters -a nd-sponsors/forms): • Federal Airport Improvement Pre -application (Sponsor Identification Sheet and Checklist, Form 291111) • Capital Improvement Program (CIP) data sheet for each project desired in FFY 2023, FFY 2024, and FFY 2025. • 5-year Capital Improvement Plan (CIP) (Form 291112) Please include anticipated state funding project requests in your CIP if known. • Long Range Needs Assessment (Form 291113) • A Completed NEPA determination (either Categorical Exclusion or date of Finding of No Significant Impact) Additional application documents are required for these specific projects: • Snow plow equipment projects — Contact Jeff Deitering for a current copy of the snow equipment sizing spreadsheet and include a copy of the completed spreadsheet. Also include an inventory of the existing equipment and calculations based on Chapters 4 & 5 of the Airport Winter Safety and Operations, Advisory Circular (AC) 150/5200-30D hq://www.faa.gov/documentLibrary/media/Advisory Circular/ 150-5200-30D.pdf and the Airport Snow and Ice Control Equipment, AC 150/5220-20A http://www.faa.gov/documentLibrary/media/Advisory Circular/AC 150 5220-20A.13df showing the minimum equipment needed, along with the CIP Data Sheet. • General aviation (GA) apron expansion — Contact Jeff Deitering for a current copy of the Apron Sizing spreadsheet and include a copy of a completed spreadsheet with any apron expansion application. • Revenue -producing facilities (fuel facilities including self -serve pumps and hangars) — Only nonprimary entitlement funding can be used. Submit: (1) justification of existing need for the project, including a waiting list if requesting a new hangar; (2) a statement that airside development needs are met or a financial plan to fund airside needs over the next 3 years (not eligible for discretionary funding), and; (3) evidence that runway approach surfaces are clear from obstructions (the FAA 5010 form must show at least 20:1 clear approach.) • Runway reconstruction — Submit an engineering report showing the need for the reconstruction as Dart of the CIP First Due Date: November 16, 2021— Email Draft 5-year CIP to: 8eff.dejterins@faa.sov for comment Final Due Date: December 21, 2021— Email signed application to shane.wril;ht@iowadot.us See page 2 for additional project information and links to additional information on the AIP program. For additional information and to submit applications to Shane Wright, C.M., Program Manager, Iowa DOT, Modal Transportation Bureau - Aviation 800 Lincoln Way, Ames, Iowa 50010 515-239-1048, shane.wright@iowadot.us www.iowadot.gov/aviation Page lof 2 ��ooT Airpo om ssion g da & Info ket Ida �lrpaaE Vmprovement ProgrlaW7(ALP) Preapplication Instructions Federal Fiscal Year 2023 To be considered for federal AIP funds for FFY 2023, the following requirements must be met: 1. The proposed project must be shown on a current Airport Layout Plan (ALP) that has been approved by the FAA. 2. The project must be reasonable, justified, necessary and eligible for federal participation. Provide necessary justification with the application. Each major work item must be on a separate CIP data sheet signed by the sponsor and dated. The CIP data sheet should include adequate justification and detailed cost estimate. htti)://www.faa.gov/airports/central/aip/cip/ 3. The FAA must have made an environmental determination on the proposed project. 4. In order for a land acquisition reimbursement project to be considered for funding, the land must be acquired or a purchase agreement must already be negotiated. 5. The sponsor must have the necessary 10% matching share available. The FAA considers the first two years of the CIP as work the sponsor is committed to accomplishing should funding become available. To assure that the limited AIP funds are used during the fiscal year obligated, the FAA has adopted the policy that actual grants must be based upon bids and submitted by May 1 of the year programmed. 6. The sponsor must be willing to sign the grant assurances required for airport funding. https://www.faa. og v/airports/aip/¢rant_assurances/media/airport-sponsor-assurances-aip- 2020.ydf 7. Airports with a pavement replacement or new pavement AIP project approved after January 1, 1995, must implement a pavement maintenance program to ensure the pavement is properly maintained at the airport. Pavement maintenance programs should be submitted to Dan Wilson, P.E, FAA Airports Division, ACE-621F, 901 Locust, Kansas City, MO 64106-2325 Eligible Projects Ineligible Projects Aircraft hangars (NPE only, includes renovation) Terminal rehabilitation/maintenance Airfield drainage Development that exceeds FAA Standards Airfield lighting Development for exclusive use Airfield signage Improvements for commercial enterprises Apron construction/rehabilitation Industrial park development Environmental studies Landscaping Fuel farms, new and documented capacity enhancement (NPE only, includes self service pumps) Fuel farm repairs or replacement General aviation terminal buildings (NPE Only, limited eligibility) Marketing plans Land acquisition Office equipment Certain Navaids (e.g. REILs, PAPIs) Training Planning studies Airport operational costs Runway construction/rehabilitation Replacement perimeter fencing Safety area improvements Snow removal equipment Maintenance equipment and vehicles (mowers) Snow removal equipment storage Artwork Taxiway construction/rehabilitation Weather observation stations (Basic AWOS only) Wildlife fencing (requires wildlife hazard assessment) Security fences and access control (unless required by FAR 1542) Additional Information on the Federal AIP program can be found at the following websites: FAA Central Region http://www.faa.gov/airports/central/aip/sponsor guide/ or Iowa DOT Aviation https://iowadot.gov/aviation/airport-managers-and-sponsors/Federal-Funding/federal- funding-programs. For additional information and to submit application: Shane Wright, C.M., Program Manager, Iowa DOT,Aviation, 800 Lincoln Way, Ames, Iowa 50010515-239-1048, shane.wright@iowadot.us www.iowadot.gov/aviation Page 2 of 2 r^ L. a, II . 'lic. ro zt r Goggle Earth Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 78 of 96 Executive Summary This report is written to cover two periods in relation to the operations at the Iowa City Municipal Airport. Activities and events (including construction) are reported via the calendar year which covers the period from January 1 — December 31, 2020. Financial information is presented in the fiscal year format which runs from July 1— June 30. The Fiscal Year information in this report covers Fiscal Year 2021 which ran from July 1, 2010 to June 30, 2021. The Iowa City Municipal Airport is owned by the City of Iowa City, and operated by the Iowa City Airport Commission. The Mayor and City Council of Iowa City, Iowa appoint members of the Iowa City Airport Commission. The Iowa City Municipal Airport houses 92 aircraft, which are maintained in: 59 T-hangars, 1 maintenance facility, 6 corporate hangars, 1 corporate building, 1 Fixed Based Operation (FBO) maintenance hangar, and 1 FBO cold storage hangar. Two runways, of 5004 (Runway 7/25) and 3900 (Runway 12/30) feet, are used during approximately 36,000 operations annually. The based aircraft consist of approximately 7 jet aircraft, 7 multi -engine (piston) aircraft, 2 helicopters and the remaining count of single engine aircraft. Based on a 2009 Iowa Department of Transportation Economic Impact Study, the Iowa City Municipal Airport contributes $11.2 million and 115 jobs in the local economy. Among Iowa's 100+ general aviation airports, it has the fourth largest economic impact in the State. The Iowa City Municipal Airport operations budget for FY21 presents income of $398,015 and expenses of $417,765. The Iowa City Airport has not used general fund payments for operational funds since FY2019. The Airport does use $100,000 from the general fund as grant matching funds. The Iowa City Municipal Airport did not receive grants in FY2021 from the Iowa DOT despite applying for 2 projects which would have allowed the airport to construct additional infrastructure to support hangar development and expand its parking lot making the use of the airport more efficient by travelers and employees. Beginning in 2002, the City of Iowa City and the Airport Commission collaborated to create and market the Aviation Commerce Park. Funds from the sale of lots have been used to pay previous airport related debt as well as construction of additional hangar units. All transactions have been completed related to Airport Commerce Park and all airport debt has been repaid. The Iowa City Airport Commission has completed its planned reconstruction and extension of the runways at the Iowa City Municipal Airport. Projects continue to focus on enhancing services and community involvement as well as to fulfill grant conditions. The following projects are planned in the next 5 years: 1) Obstruction mitigation to clear 20:1 approaches as required by FAA grant assurances; 2) an expanded apron for parking during high traffic events; and 3) additional hangar space to better accommodate all sizes of aircraft using the Iowa City Municipal Airport as demand dictates. Iowa City Municipal Airport — Annual Report 2021 Page 2 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 79 of 96 AIRPORT BACKGROUND The Iowa City Municipal Airport is located approximately 2 miles southwest of downtown Iowa City. The Iowa City Airport Commission has immediate controlling responsibility for the Iowa City Municipal Airport. The Airport Commission consists of five voting members, who are directly responsible for the planning, operation, and budget management of the Iowa City Municipal Airport. The Commission works collaboratively with Iowa City's elected officials and staff to ensure safe, efficient, and effective use of the airport to support Iowa City and the surrounding area. The Iowa City Municipal Airport is one of the busiest general aviation airports in Iowa with over 36,000 flight operations annually. It is currently home to approximately 92 based aircraft located in 59 T-hangars, and 8 corporate hangars. These aircraft are used for charter flights, corporate activity supporting local business, flight instruction, rental, pleasure, and charity purposes. Additionally, thousands of flights in and out of the airport support important community activities such as the organ transplant program and Air Ambulance flights to and from The University of Iowa Hospital and Clinics, as well as economic development for the area. Local businesses that utilize the airport include Billion Auto Group, ITC Midwest, Kum & Go, Scheel's, Jimmy Johns, and many others. Existing airport facilities include two runways, the terminal building, a maintenance facility, hangars, aircraft fueling facilities, aircraft parking ramp, tie down apron, and vehicle parking area. Runway 7-25 serves as the primary runway with a length of 5004 feet and has a full parallel taxiway. Runway 12-30 serves as a secondary crosswind runway with a length of 3900 feet. The airport terminal building, built in 1951, includes a pilot's lounge with wireless internet access, a weather briefing room, a lobby, a conference/class room, vending machines, a meeting room, and administration facilities for airport management and a fixed based operator. The airport has a rotating beacon and lighted wind indicator. The airport is equipped with a remote communications outlet (RCO) and Automated Surface Observation System (ASOS). The airport has been an important element in the Iowa City community since 1918 and in 1944 was placed under the control of the Iowa City Airport Commission by public vote. Since that time, the airport has remained under the governance of the Airport Commission with fiscal support from the City of Iowa City. The airport is included in the National Plan of Integrated Airport Systems (NPIAS). The NPIAS identifies the Iowa City Municipal Airport as a general aviation airport. This designation means that the federal government currently provides funding annually through the FAA for eligible capital improvement projects at the airport. The Iowa Department of Transportation Aviation Bureau's Aviation System Plan identifies the Iowa City Municipal Airport as an Enhanced Service Airport. Enhanced Service airports are defined as airports that serve nearly all general aviation aircraft and are economic and transportation centers for the state. Several businesses and University of Iowa enterprises are stationed at the airport. Jet Air, Inc. is the fixed base operator, with 58 employees at Iowa City and their other locations. The Iowa City -based staff of 17 offers charter flights, flight instruction, aircraft sales, maintenance, fuel, and sale of aviation related merchandise. Numerous faculty members at the University of Iowa College of Engineering use the airport for federally funded research on aviation technology and Iowa City Municipal Airport — Annual Report 2021 Page 3 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 80 of 96 atmospheric weather phenomena. This research is primarily based out of the Operator Performance Laboratory located in building H and includes 7 full-time staff and 5 full-time student workers. Care Ambulance operates a full-time ambulatory service and patient transfers. They have partnered with Jet Air as Jet Air Care to provide medical transport flights to and from the Iowa City area. AIRPORT VISION STATEMENT "The Iowa City Municipal Airport, through the direction of the Airport Commission, will provide a safe, cost-effective general aviation airport that creates and enriches economic, educational, health care, cultural, and recreational opportunities for the greater Iowa City area." AIRPORT MISSION STATEMENT "The mission of the Iowa City Municipal Airport is to support the strategic goals of the City of Iowa City and to meet the needs of its stakeholders." AIRPORT AND THE COMMUNITY In a continuing effort to develop and maintain a relationship with the community, the airport hosts numerous community events throughout the year. Examples include: OPTIMIST CLUB Fly-in/Drive-in Pancake Breakfast The Optimist Club fly -in pancake breakfast and car show headlines the annual events; this event raises funds for use by the organization. EAA Young Eagles Program The Experimental Aircraft Association (EAA) created the Young Eagles program in 1992 as an effort to get youth interested in aviation. Since then, over 1.9 million flights have been donated by EAA members to encourage youth to get involved with aviation. Iowa City Municipal Airport — Annual Report 2021 Page 4 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 81 of 96 The Iowa City Airport continues to host EAA Young Eagles activities with cooperation from the Experimental Aircraft Association Chapter 33 group. Iowa City Municipal Airport — Annual Report 2021 Page 5 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 82 of 96 C�7� /II ' : ►II ul �7iu17«IY.� The Covid-19 pandemic caused a number of changes during the covid pandemic. Airport traffic was severely reduced during the initial few months as both the area and the country entered various states of lock down and travel restrictions. Airport events like the annual Young Eagles flights and the Pancake breakfast were cancelled in 2020. However, necessity breeds creativity. The Airport was able to work with the Downtown District and the Summer of the Arts community to host Drive -In movies in the later summer months. This allowed folks to attend some community events while still being able to maintain Covid-19 and General Aviation: While the country shutdown for the last spring of 2020, the impacts to the Iowa City Airport were felt from the loss of traffic during March, April and May of 2020. These impacts are best seen through our fuel sales over the course of the period in comparison with the sales of the two years prior and also the rebounding sales of 2021. Fuel sales during those months in 2018 and 2019 averaged near 30,000 gallons of fuel per month. In March of 2020 we saw that number fall by nearly 1/3 to 21,000 gallons sold and in April to under half the average with only just over 12,000 gallons sold. General Aviation was able to bounce back faster as travel through commercial airports and recreational travel was still severely limited. Business travel was still critical as well as the medical transports that occur with the nearby University hospital system. By the end of June 2020, fuel sales numbers were returning to pre -pandemic levels. Iowa City Municipal Airport — Annual Report 2021 Page 6 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 83 of 96 Ise 1111 March April Pandemic Fuel Trends May June March April May June March April May June March April May June 2018 ECONOMIC IMPACT STUDY 2019 2020 iiiiiiiiii1001-1- iiiiiiiiiiJetA —Totals 2021 In 2009, the Iowa Department of Transportation conducted an Economic Impact Study for the general aviation airports in the state of Iowa. That study determined that the Iowa City Municipal Airport contributes 115 jobs and $11.2 million worth of economic activity. The 115 jobs which are linked to the Iowa City Municipal Airport distribute approximately $3.2 million in annual payroll. Based on economic activity, the Iowa City Municipal Airport ranks as the 4te largest general aviation airport in Iowa (IDOT "Iowa Economic Impact of Aviation 2009"). A new study is underway which will provide updated numbers in the future regarding the impact of aviation in Iowa as well as nrovide a measure of impact by aimorts to their local communities. -source: Iowa DOT, "Iowa Economic Impact of Aviation 2009" Iowa City Municipal Airport — Annual Report 2021 Page 7 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 84 of 96 BUDGET Relative to the findings of the state's economic impact study, the Iowa City Municipal Airport provides an extremely good return for the city's investment in the airport. The Iowa City Airport Commission and staff continue to maintain an efficient operating budget, which provides the necessary services and repairs to support the airport infrastructure. In FY2019, for the first time in modern history, the City of Iowa City contributed zero dollars towards regular operations at the Iowa City Municipal Airport. That was the final reduction from FY18's $9,687level. The Iowa City Municipal Airport receives operating revenue primarily from two sources: rental income, and fuel sales. The Airport Commission examines and occasionally adjusts T-hangar rental rates on an annual basis, comparing rates to those at airports within a one -hour drive time to the Iowa City area. The Iowa City Municipal Airport operations budget for FY21 shows income of $398,015 and expenses of $417,765. The expense increase is primarily from an equipment purchase to supplement snow removal operations Fuel Sales Commission $45,000 $40,000 $35,000 $30,000 0$25,000 o Estimated y$20,000 iiiiiiiiiiiActual � $15,000 Linear (Actual) $10,000 $5,000 $0 FY12 FY13 FY14 FY15 FY16 FY17 FY18 FY19 FY20 FY21 Fiscal Year Airport usage information is best tracked from the fuel flowage fees for fuel purchased at the airport. Fuel Flowage fees are paid by tenants that utilize the fuel storage system at the airport. These fees are paid at a rate of $.10 per gallon of fuel. FY2008 represented the pre -recession peak fuel commissions. That year the airport earned just over $21,000 in commissions. 2 tenants on the field have access to fuel storage and pay fuel flowage commissions for use of those systems. Iowa City Municipal Airport — Annual Report 2021 Page 8 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 85 of 96 The Airport Commission continues to manage projects that increase the utility of the airport and the airport operations for growth in fuel sales. FY2021 brought in over $42,000 from fuel commissions marking the peak of fuel commissions. This represents a 10% increase in the fuel commissions from FY2019 and 25% increase from the pandemic year of 2020. Comparing the different fuel types sold at the Iowa City Airport, there was a large decrease in the fuel sales tracked largely to the pandemic shutdown in Spring 2020. The increase in activity in the first half 2021 attributes to the increased fuel sales commission seen in FY21 but yet to be seen in the calendar year comparisons. Fuel Sales by Type 400,000.00 11 LL 11 111 11 ! - «�Jet A 200,000.00 riiiiiiin Total Gallons 100,000.00 �_ �_ • 2012 20131 1 16 2017 20181 1 1 Linear (Total Gallons) Calendar Year GRANT SUPPORTED AIRPORT PROJECTS Major airport projects are funded through partnerships with either the Federal Aviation Administration or the Iowa Department of Transportation. The 2011 FAA Reauthorization brought with it some stabilization as it provided funding for FFY2012-2015, but it also brought additional local costs for projects with federal participation. The reauthorization act ended a series of 22 continuing resolutions which had allowed the FAA to continue operating following the expiration of the previous authorization act in 2007. The change in the grant payment share which lowered the maximum FAA participation to 90% from 95% of eligible project costs had an impact as the local community now must provide a higher percentage of the funds. The Iowa City Airport Commission is currently tracking various congressional bills which would continue the existing FAA programs through a new authorization. Federal (FAA) grants contribute 90% of the project costs and are typically associated with major pavement rehabilitation and upgrades. State grants fund 70-85% of project costs and are typically associated with minor pavement and facility repairs and upgrades. In 2014 with FAA grant support, the Iowa City Airport Commission began the process of updating the Airport Master Plan. The Airport Master Plan is a strategic document that lays out the goals and operation of the airport over a 20-year period, the last Master plan was completed in 1996. This plan was completed and adopted by the Airport Commission in November 2016. During the process of creating this plan, the Airport used a Master Plan advisory group consisting of City and Airport Administration officials, Airport tenants, and neighborhood Iowa City Municipal Airport — Annual Report 2021 Page 9 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 86 of 96 representatives. The plan is created using this group and then forwarded to the Iowa City Airport Commission for final approval. The Airport Commission uses this document to guide the project plans for the continued development and operation of the Airport. The Iowa City Airport Commission was able to complete work on FY2020 grant projects that were supported with funds from the Iowa Department of Transportation Aviation Bureau. These projects were used to replace the concrete apron near the terminal as well as to install a 2nd fuel storage tank dedicated to Jet -A fuel. Due to a substantial reduction of available funding in the state's aviation competitive grant program 2021 grants were not awarded to the Iowa City Airport. The Apron and Taxiway reconstruction work supplied $315,000 of grant funds to support the replacement of some of the oldest paving remaining at the airport. This pavement was placed originally in the 1950s and had begun to be a safety issue for aircraft starting up and operating in the terminal area. The Fuel Storage upgrades replaced fuel kiosks and added the 2nd Jet A storage to help facilitate fuel sales and adequate storage. Trucker shortages have caused several delays in deliveries and on some occasions facilities in southeast Iowa have been without fuel. The added fuel storage at the Airport allows the FBO to manage fuel loads so that delays in delivery do not cause a situation in which the airport is without fuel. The Airport Commission continues to work towards the relocation of the Runway 25 threshold. This is a major piece of the 2016 Master Plan. However, when the project was bid in the early summer of 2021 the Airport Commission did not receive any bids for the project. This was a result of supply constraints in the industry being felt nationwide. The Airport Commission expects to rebid the project late in 2021 in order to be able to secure materials for construction in 2022. PRIVATE INVESTMENT IN AIRPORT FACILITIES In 2016, the Airport Commission entered into agreements with two different private entities for the construction of additional hangar space. Iowa City Municipal Airport — Annual Report 2021 Page 10 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 87 of 96 The Fixed Based Operator leased ground from the Airport Commission in order to begin construction of a 10,000 square foot storage hangar facility. This construction will be completed in 2017. The Airport Commission also entered into an agreement with another tenant to build a 2900 square foot storage hangar. This construction has been completed. These investments by private parties allow the airport to increase the available space for aircraft storage, and benefit from the increased fuel flows at a minimal cost to the airport. The Airport Commission continues to seek out ways for private investment into airport infrastructure to benefit both aviation users and the airport. The Airport Commission applied for, and was awarded, a grant for FY2022 to construction additional infrastructure in the south t-hangar area to help facilitate new private hangar developments. AVIATION COMMERCE PARK The Airport, along with City staff, continues efforts to develop land available in Aviation Commerce Park a/k/a North Airport Development. Funds received from the sale or lease of this land have been used to pay off City incurred debt for costs associated with the improvements of that land. The original loan for the infrastructure has been paid for by proceeds from the sale of parcels in this area. The Airport Commission and City Council entered into an agreement in FY2011 which memorializes a plan for further sales of Aviation Commerce Park land to be used to accelerate the payback of other building construction debt balances. In Fiscal Year 2015, the final 4 lots of this area were sold. As a result of these final sales the Iowa City Airport is now clear of all debt. Private development of this area has added over $13 million (Source: Iowa City Assessor 2021 Valuations) in assessed value to the city. FUTURE AIRPORT ACTIVITIES/PROJECTS The Iowa City Municipal Airport continues to plan for the future. Utilizing state and federal grants, as well as local improvement money, the Airport continues to refurbish and replace existing facilities and expand operational capability. FAA Grant Pre -Applications are due annually in December. The Iowa City Airport Commission has submitted its application for funding which includes projects being derived from the Airport Master Plan. Additional FAA projects will include runway marking and lighting changes, additional obstruction mitigation and expansion of the aircraft parking areas. Iowa City Municipal Airport — Annual Report 2021 Page 11 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 88 of 96 In August, The Iowa Department of Transportation awarded the Iowa City Airport two grants for FY2022 projects at the airport. These grants will be used for hangar improvements and to place pavement infrastructure near the south hangars to encourage additional private hangar investments. The Airport also plans to work with the engineering department to expand the parking options at the Iowa City Municipal Airport. The Airport has seen increasing numbers of days where parking is at maximum capacity due to use of the airport by travelers as well as users of the Airport's conference room. State Grant Applications are due annually in the spring. The Airport has utilized funding from the Iowa DOT Aviation Bureau to finance repairs to hangars, taxiways, and other infrastructure which would have a low priority on the FAA scale. With the completion of the Airport Master Plan, the Iowa City Airport Commission will update its 5-year strategic plan. The 5-year strategic plan provides a segmented approach to achieving goals and objectives of the Iowa City Airport Commission. The Airport Commission will continue to maintain and strengthen its relationship with City Council, staff, and the surrounding community by keeping a focus on the mutual goals for the Iowa City Municipal Airport. Airport Staff Michael Tharp, C.M., Airport Manager Airport Commission Scott Clair, Chairperson Judith Pfohl, Secretary Christopher Lawrence Warren Bishop Hellecktra Orozco Iowa City Municipal Airport — Annual Report 2021 Page 12 Airyotl COmission Agenda 81n10 Packet Meeting Dale: Oct 21, 2021 Page 89 Oi 98 1 Rat ewycnm TO BE DEcowED nu erayvum TO BE wacoawo EVER cuminseeni mmSnmm nmw naum 31vm Ndi 4nmFcwuennR 523,0V;m 0OPEm Sxymm Sw.aum TANNE win W.ENIm ttlam.EN E; Eua W.III.EN OOxmel eauTake M21M CmVLa s EoowTSw loin Se.w ELSE ELSE Ilm BEC SALE OF MANOR 56 Hw.m Sxm.w T,HR mac SALE OF yFAcx win pw Hwm ELSE www OTHER MISC REVENUE let zs Wzom Pan . 1-1 OTHER BF NFNE.UEwin Saw BE BE (1Ew.µ w,y1alE .It. S;ua.w $;ao.m ISmn.:s) S;xw.w ReceSE ELSE w.oSE.w (VERSel Ix.µn s xi 34µES itlWw Swmsw Ha.,ae sm®.m Hw,mw U. .w E.USId SILVER.w Sevin Famomem xema lnyms�ml HFnm p,µ.m H,Ss¢m Va., R,Sss.m Sv;W.w TAUNI RENTS1w2µm pv,sw WF,ItlSE a... WESwa un....10ASUR EURN wom. Hx Sw.n TARE BEFFALTS. .0 CONS. µ.µ.SE WTwm W.mde, W.mtl PERESSE SYESEAHITS AU HE Hk It la THRI SALE OF AwETS ELSE ESE ELSE ELSE win S9 ml Fuml win SEEN SEEN ELSE win IL>.µm SSN,iww wY,INw knei wµµl0 fymn xno wi ronwwwem EIEynsv wn eu�µ TgrEacweEu ey�E ro EegticueEen NS rm... Eemw EwEEtl W um m µinSET S1 Sµw Ped. Hwm Sswm sµm HW.m Ni 4212WSmEd Said. Hwm STn.w Szneo s..m SO. SSwm U.A. EALAS 411. Hu.m Hu.m Swx.m Wvm Hn.w r 5 Ww Rio So SAVALUE, Huzm KAU. StHER, Hxm.OS Ni 4MA00 M,nthyC,1,1,ffTFSA—nIA TANI PERSONNEL psmm qmm µlrsm W.m.a wIAIm —wa�aeaEN nneEErnwl e.� AFa�eatlruaµamyay.� uaEe�tlnEENEEe��I — ammSEiuisamml uw..mm FI�EeN STn.m slei Hssm Haw Main Hnss µxss SSxAn.w sSSsnm E1 uvs It. HSEm Smi.w SURS, H µ $144ax u,", e nm µ M41.11 ssm moan Suµm WONEOS StIAIA. Sudnm Sv e So 5 Hµw St.. $xwm 51w.mm And, FnI, sxmxm Hm. SS "eace Ssmtm bmtm $Sfµm Sn Sc Sw.ev.w 55 f S x SnAa;w Slasa15 $17µw Read, . 51um $117m —IF SLx.. Hsx;w 9.oum HAmsx S;m.w 51m.m S;H;w 51Av.xe Spn.n W.. HxH.m Hm.m 5215111 OIL315 $xAtlm HWw Hµw S111ew 5 iw Sµ.w St... S;µ.w Svx.w SLmxsv a.d mamlmma SISIBLE, Susm.m Sn 112as.77 S15µEn uxow.x .1 mz umbi,N ,&M HSw Tww $S an Sx1100 $ fw S HWH Airyotl Conession Agenda & Info Packet Meeting Dale: Ccl 21, 2021 Pep 80 d g8 Airport Comission Agenda & Info Packet Meeting Date: Oct 21, 2021 Page 91 of 96 City of Iowa City, Iowa Capital Improvement Plan 2022-2026 2022 anu 2026 PROJECTS BY DEPARTMENT Department Project # Priority 2022 2023 2024 2025 2026 Total (AIRPORT i Airport Parking Lot Expansion A3447 3 75,000 75,000 Hangar A Door Replacement A3462 2 94,000 94,000 Runway 7 Environmental Assessment A3465 1 150,000 150,000 Runway 7 Extension(213') A3466 2 1,170,000 1,170,000 Runway 25 Threshold Relocation A3470 1 566,000 566,000 Runway 12130 Threshold Displacement/Relocation A3471 1 397,250 397,250 Airport Apron Expansion A3473 2 1,250,000 1,250,000 Runway 7125 Pavement Repairs A3474 2 250,000 250,000 Runway 12130 Pavement Repairs A3475 2 200,000 200,000 South Hanger Development Apron Expansion ANEW1 1 413,750 413,750 AIRPORT Total 1,148,750 397,250 450,000 1,400,000 1,170,000 4,566,000 FIRE Fire Apparatus Replacement Program Z4406 1 1.360.000 1,200,000 2,560,000 Fire Station #1 Apparatus Bay Slab Reconstruction Z4409 2 95,000 95,000 Fire Station #1 CarpetRile Flooring Replacement ZNEWI 2 62.800 62,800 Fire Station #5 Construction and #3 Replacement ZNEW2 2 500,000 500,000 FIRE Total 95,000 1.422,800 1,700,000 3,217,800 (LIBRARY Carpet and Furnishings Replacement B4343 2 375,000 400,000 775,000 Automated Material Handler/Sorter B4346 3 150,000 150,000 LIBRARY Total 150,000 375,000 400,000 925,000 (PARKS & RECREATION ` City Hall - Other Projects R4129 1 400,000 260,000 50,000 50,000 50,000 810,000 Parks Annual lmprovemenWIVaintenance R4130 1 90,000 90,000 90,000 90,000 90,000 450,000 Park Annual ADA Accessibility Improvements R4132 2 30,000 30,000 30,000 30,000 30,000 150,000 Intra-city Bike Trails R4206 2 25,000 25,000 25,000 25,000 25,000 125,000 Hwy 6 Sidepath- Broadway to Fairmeadows R4227 5 200,000 1,500,000 1,700,000 City Park Pool Replacement R4229 3 500,000 5,500,000 6,000,000 Splash Pad Improvements R4230 2 100,000 100,000 Annual Recreation Center Improvements R4330 1 50,000 50,000 50,000 50,000 50,000 250,000 Upgrade Building SAS Controls R4332 3 205,000 205,000 Palisades or Stone Bridge Park Development R4346 2 350,000 350,000 700,000 Chadek Green Park Playground & and Shelter R4350 2 390,000 390,000 Recreation Center Improvements R4351 1 250,000 700,000 950,000 Whispering Meadows Park Ecological Restoration R4357 2 150.000 150,000 Lower City Park Shelters & Restroom Replacement R4358 2 600,000 600,000 Kiwanis Park Playground & Shelter Renovation R4359 2 425,000 425,000 Napoleon Park Softball Fields 5-8 Renovation R4362 3 450,000 450,000 Upper City Park Improvements R4363 2 50,000 550,000 600,000 Hickory Hill Park Conklin St Shelter & Restrooms R4365 2 245,000 245,000 Airport Comission Agenda & Info Packet Department Project # Meeting Date: Oct 21, 2021 Priority 2022 2023 2024 2025 Page 92 2026 of 96 Total Court Hill Park Shelter & Playground Replacement R4368 2 450,000 450,000 Robert A. Lee Recreation Center Pool Filter & HVAC R4370 2 640,000 640,000 Happy Hollow Playground Replacement R4371 2 175,000 175,000 Terrell Mill Skate Park Redevelopment R4372 2 1,250,000 1,250,000 Mercer Park Ball Diamond Improvements R4374 3 950,000 950,000 Hunters Run Park Playground & Sheller R4375 2 300,000 300,000 Annual Contracted Tree Planting R4380 4 100,000 100,000 100,000 100,000 100,000 500,000 Event Facility Improvements R4381 2 50,000 250,000 300,000 Off Road Bike Trail Development R4382 5 180,000 180,000 Benton Hills Playground Replacement R4384 2 135,000 135,000 College Green Park Playground R4385 2 350,000 350,000 Willow Creek Trail Replacement R4387 2 65,000 510,000 575,000 ADA Elevator Improvements R4388 1 50,000 200,000 250,000 N. Markel Square Playground Replacement RNEW1 2 300,000 300,000 Reno Street Park Renovations RNEW2 2 240,000 240,000 Tennis Court Renovations RNEW3 5 175,000 175,000 Climate Acfion Facility Improvements RNEW4 3 250,000 250,000 250,000 250,000 250,000 1,250,000 PARKS & RECREATION Total 2,535,000 4,305,000 4,620,000 7,290,000 3,570,000 22,320,000 POLICE Digital Photo Evidence Management Y4446 3 125,000 125,000 Animal Shelter Standy Generator Y4447 2 108,500 108,500 POLICE Total 125,000 108,500 233,500 PUBLIC WORKS Landfill Equipment Building Replacement L3328 2 100,000 1,000,000 1,100,000 Compost Pad Improvements L3333 2 30,000 300,000 330,000 Landfill Dual Extraction System Expansion L3335 3 60,000 540,000 600,000 Future Landfill Cell L3338 1 215,000 4,085,000 4,300,000 Bulk Water Fill Station L3340 2 175,000 175,000 Leachate Lagoon updates L3342 2 150,000 150,000 ACM Landfill Gas Infrastructure Expansion LNEW1 1 198,800 198,800 Excavator for compost operations LNEW2 2 280,000 280,000 Annual Stormwater Improvements M3631 2 240,000 240,000 240,000 240,000 960,000 North Westminster Storm Sewer Upgrades M3633 2 1,625,000 1,625,000 Rundell Street Pump Station Vault Modifications M3634 2 350,000 350,000 River Street Storm Sewer Improvements M3635 2 100,000 750,000 850,000 Non -Public Safety Radio System Upgrade P3987 1 825,000 825,000 Entrance Way Improvements PNEW1 4 750,000 750,000 Annual Traffic Signal Projects S3814 3 300,000 200,000 200,000 200,000 200,000 1,100,000 Traffic Calming S3816 3 50,000 15,000 15,000 15,000 15,000 110,000 Curb Ramps-ADA S3822 1 100,000 100,000 100,000 100,000 100,000 500,000 Annual Pavement Rehabilitation S3824 1 2,107,388 2,107,388 2,107,388 2,107,388 2,107,388 10,536,940 Underground Electrical Facilities S3826 2 188,082 188,082 188,082 188,082 188,082 940,410 Bicycle Master Plan Implementation S3827 3 150,000 150,000 150,000 150,000 150,000 750,000 Annual Bridge Maintenance & Repair S3910 1 250,000 250,000 250,000 250,000 250,000 1,250,000 Dubuque Street Reconstruction S3939 1 300,000 2,700,000 3,000,000 Kirkwood Avenue to Capitol Street Connection S3940 2 100,000 100,000 Court Street Reconstruction S3946 2 150,000 6,450,000 6,600,000 Rochester Ave Reconst- First Ave. to Ralston Creek S3950 2 6,350,000 6,350,000 Hwy 11Hwy 6 Intersection Improvements Study S3951 2 150,000 150,000 Dodge Street Reconstruct- Governor to Budington S3952 2 15,750,000 15,750,000 N. Gilbert Street Reconstruction S3955 2 200,000 1,237,000 1,437,000 Gilbert Street Bridge Replacement S3956 1 3,125,000 3,125,000 Park Road Reconsimct- Rocky Shore to Riverside S3958 2 700,000 6,000,000 6,700,000 Airport Comission Agenda & Info Packet Department Project# Meeting Date: Oct 21, 2021 Page 93 of 96 Priority 2022 2023 2024 2025 2026 Total Taft Avenue Reconstruct- Am Legion to Lwr West Br S3959 2 1,000,000 10,000,000 11,000,000 Oakdale Blvd Extension - Alignment Study S3960 2 100,000 100,000 Burlington Street Brdge Replacement S3963 1 750,000 750,000 Fairchild Street Reconstruction S3965 2 1,350,000 1,350,000 Iowa Avenue Bridge Replacement SNEW1 2 150,000 2,100,000 2,250,000 Riverside Dr. Pedestnan Bridge at Iowa Ave Rehab SNEW2 1 225,000 1,075,000 1,300,000 South Dubuque St Reconstruction - Wright to Benton SNEW3 2 250,000 1,600,000 1,850,000 Market& Jefferson Street Two -Way Conversion SNEW4 5 300,000 2,300,000 2,600,000 Annual Sewer Main Replacement V3101 2 750,000 750,000 750,000 750,000 750,000 3,750,000 Digester Complex Rehabilitation V3151 1 880,000 11,921,000 12,801,000 Hawkeye Lift Station Rehabilitation V3154 2 25,000 1,000,000 1,025,000 Rohret South Sewer V3155 2 110,000 4,390,000 4,500,000 Wastewater Plant Mixer Improvements V3157 2 238,000 238,000 Biosolids Conveyor Improvements V3158 2 170,000 170,000 Benton Street Trunk Sewer Improvements V3162 1 580,000 580,000 Aeration Basin Electric & Instrument Improvements V3163 3 300.000 300,000 Return Activated Sludge Pump Replacement V3164 2 1,009,000 1,009,000 Replacement of Influent Pump Station Pumps V3165 2 605,000 605,000 Replace Grit Classifiers V3167 2 394,000 394,000 Napoleon Lift Station Improvements V3169 1 1,475,000 1,475,000 WWTP Roof Replacements V3170 1 300,000 300,000 300,000 900,000 Highlander Lift Station Improvements V3172 2 150,000 150,000 Jet Truck Replacement V3173 1 175,000 175,000 Aeration Equipment Improvements V3174 3 2,036,000 2,036,000 Influent Flow Monitoring VNEW1 1 251,000 251,000 Treatment Plant Paving Improvements VNEW2 2 71,000 71,000 HVAC Replacement VNEW4 2 35,000 336,000 371,000 Primary Clarifier Repairs VNEW5 2 526,000 526,000 Rotating Drum Thickener Replacement VNEW6 2 1,210,000 1,210,000 Peninsula Control Panel and Pump Improvement VNEW7 2 97,500 97,500 Wastewater Division Master Plan VNEW8 2 212,000 212,000 Bradford Dnve Water Main Replacement W3300 3 50,000 600,000 650,000 Hwy 1 (Hawk Ridge to WalMart) Water Main Repl W3313 2 526,000 526,000 High Service Pump VFD Replacement W3314 2 50,000 600,000 650,000 Chlorine Feeder System Upgrade W3316 2 200,000 200,000 Water Front Meeting Room AN Upgrades W3317 3 65,000 65,000 GSR Generator Enclosure Replacement W3318 2 40,000 40,000 Hwy 6 (Fairmeadows to Ind Park Rd) Water Main Repl W3320 1 67,500 594,000 661,500 Treatment Technology Study W3321 2 150,000 150,000 Collector Well #2 Cleaning and Upgrade W3322 1 100,000 900,000 1,000,000 Water Distribution Asset Inventory W3323 2 250,000 250,000 Water Plant HVAC Study WNEW1 3 75,000 75,000 Roof Replacements WNEW2 2 100,000 100,000 Treatment Process Update WNEW3 2 600,000 600,000 Melrose Water Main Camp Cardinal to 218 WNEW4 2 600,000 600,000 PUBLIC WORKS Total 20,804,270 39,833,970 15,593,470 31,175,470 23,099,970 130,507,150 ISENIOR CENTER Senior Center Facility Exterior Improvements K1001 4 2,720,000 2,720,000 Senior Center Interior Improvements Project KNEW2 3 1,655,000 1,745,000 3,400,000 SENIOR CENTER Total 2,720,000 1,655,000 1,745,000 6,120,000 Parking Facility Restoration Repair T3004 2 650,000 500,000 500,000 500,000 500,000 2,650,000 Video Cameras for Parking Facilities T3021 3 100,000 100,000 Airport Comission Agenda & Info Packet Department Project# Meeting Date: Oct 21, 2021 Priority 2022 2023 2024 2025 Page 94 of 96 2026 Total Parking Enforcement Vehicles T3022 3 90,000 90,000 Parking Ramp Automated Parking Equipment T3023 2 1,000,000 1,000,000 Replacement of LED fixtures in Parking Facilities T3025 2 200,000 200,000 400,000 Tower Place Drainage Modifications T3026 1 237,600 237,500 Transit Maintenance Facility Relocation T3055 2 20,000,000 20,000,000 Transit Interchange and Bus Stop Improvements T3067 2 120,000 120,000 120,000 120,000 120,000 600,000 Parking Ramp Stairwell Roof Replacement TNEW1 1 50,000 50,000 Tower Place Office Remodel TNEW2 3 132,000 132,000 TRANSPORTATION SERVICES Total 2,210,000 820,000 20,752,000 $57,500 620,000 25,259,500 GRAND TOTAL 29,788,020 45,356,220 44,601,770 42,842,970 30,559,970 193,148,950 10f°il,�Yd;5r4. LL, _ �T•.I £i V ./ / l�l 4 U rd m s 4 r