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