Loading...
HomeMy WebLinkAboutAgenda 01-18-24*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. IOWA CITY AIRPORT COMMISSION MEETING AGENDA AIRPORT TERMINAL BUILDING 1801 S. RIVERSIDE DRIVE IOWA CITY, IOWA THURSDAY, JANUARY 18, 2024 – 5:00 P.M. 1.Determine Quorum 1 min* 2.Approval of Minutes from the following meetings:2 min December 14, 2023 3.Public Comment - Items not on the agenda 5 min 4.Items for Discussion / Action: a.Unhoused encampments (Stevens Drive/Sturgis Ferry)10 min b.Airport Construction Projects:20 min i.FAA grant projects 1.Runway 25 Threshold Relocation a.Consider a resolution accepting project as complete. (A24-01) 2.Runway 12/30 Displaced Threshold/Relocation 3.Terminal Area Study 4.Solar Power Project a.Consider a resolution approving agreement with CMT for design, bid, and construction support services (A24-02) ii.Iowa DOT grant projects 1.FY23 Program a. Terminal Building Improvements c.Airport "Operations"45 min i.Budget ii.Management 1.OPL Request for fencing installation a.Consider a resolution approving contract amendment. (A24-03) 2.Airport Manager Job Description Update iii.Events d.FBO / Flight Training Reports 10 min i.Jet Air e.Commission Members' Reports 2 min f.Staff Report 2 min 5.Set next regular meeting for February 8, 2024 6.Adjourn MINUTES DRAFT IOWA CITY AIRPORT COMMISSION December 14, 2023 – 6:00 P.M. AIRPORT TERMINAL BUILDING Members Present: Judy Pfohl, Chris Lawrence, Hellecktra Orozco, Warren Bishop, Ryan Story Members Absent: Staff Present: Michael Tharp, Jennifer Schwickerath, Others Present: Carl Byers (via zoom), Minnetta Gardinier RECOMMENDATIONS TO COUNCIL: None DETERMINE QUORUM A quorum was determined at 6:01 pm and Orozco called the meeting to order. APPROVAL OF MINUTES Lawrence moved to accept the minutes of November 15, 2023, seconded by Pfohl. Motion carried 5-0 PUBLIC COMMENT - None ITEMS FOR DISCUSSION / ACTION a.Unhoused encampments (Stevens Drive/Sturgis Ferry) – Tharp stated they had filed the eviction notices and that a court hearing was scheduled for Monday. Tharp noted that the last count had around 5 people remaining in the area. Orozco asked about the cleanup schedule to which Schwickerath responded. b.Airport Construction Projects: i.FAA grant projects 1.Runway 25 Threshold Relocation – Tharp stated they were working on some final paperwork and were not ready to accept it as complete. Lawrence asked about the lighting, and Tharp noted that all lights associated with the project were installed. a.Consider a resolution accepting project as complete no action 2.Runway 12/30 Displaced Threshold/Relocation – Tharp stated this was waiting for the new year. 3.Terminal Area Study – Tharp noted they were finishing the revisions after the FAA review of the study draft. 4.Solar Power Project – Tharp stated that they were working on the scope of services agreement with CMT and that they had 2 options Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 2 of 117 Airport Commission December 14, 2023 Page 2 of 4 for moving forward. One would have bids opening in May and other could speed up the process with a special meeting in February. Tharp stated that this would be a short meeting to set a public hearing for the next regular meeting in March. Members discussed the scheduling and chose by consensus to use the accelerated schedule. 5. FAA FY24 AIP Pre-Application- Tharp stated that they had submitted the draft to the FAA and the only comments they received were regarding the terminal building program and if the grant didn’t come through they’d need to slide the project. Gardinier asked about the plans to replace the terminal building to which members responded. Gardinier asked if another location for the terminal had been considered. Tharp stated the plan called for the demolition of the existing building to be replaced by something in approximately the same area. Byers noted that if they got the money for the planning grant, then some of the subjects that were discussed could be further reviewed. Tharp stated that if the Commission agreed with the plan, he would submit it. Members agreed by consensus. ii. Iowa DOT grant projects 1. FY23 Program a. Terminal Building Improvements – Tharp stated they were waiting for the contractor to get their supplies. iii. Airport/Locally Funded Projects – none iv. Future Projects – none c. Airport “Operations” i. Budget – Tharp stated that they had received the check from the Community Foundation to pay for the art mural project. Tharp noted that this had brought their fund balance back into the positive. Tharp stated they still need a couple of good years with major surpluses to bring the fund balance up to a comfortable level. ii. Management – 1. OPL Request for fencing installation – Tharp stated they received a request from OPL for some additional fencing around their facility. Tharp stated that request wouldn’t impact the solar project or other activities at the airport. Tharp stated that if they were amenable to to the plan, he would create a contract amendment for the Commission to formally approve. 2. Strategic Plan End of Year Review – Tharp stated that for the plan having only been out there for 6 months, they’ve already done some pretty good things. Tharp stated that as far as community events they hosted Summer of the Arts Movie Night, the Climate Fest movie, had an open house for the art mural. Tharp stated that he had an invitation to talk with a university coffee club about the airport. Tharp then discussed the 2nd goal from the plan and stated that they had constructed the south taxilane extension for future hangars. The 3rd goal Continue to develop funding mechanisms for airport operations, improvements, and maintenance. Tharp noted that they recently updated the fuel flowage fees, and had the successful fundraising campaign for the art mural. Tharp noted the Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 3 of 117 Airport Commission December 14, 2023 Page 3 of 4 solar power project intended to reduce the airport’s utility costs Tharp stated the final goal was to ‘sustain strong communication and collaboration with the City Council, City Administration, and other City Departments. Tharp noted they had presented the strategic plan to Council. The Public Art Advisory Committee had helped with the art mural project. Tharp also noted that Streets and Public Works were very involved in helping with the encampment cleanups. Lawrence stated his desire was for the Commission to fulfill the goal of attending Council meetings. Gardinier asked about a trail along Riverside drive and members discussed things they’ve done trying to advocate for the trail. 3. T-Hangar Improvements – Tharp stated he wanted to follow up on comment from Story last meeting and give Commission members a chance to brainstorm what ideas they might have in terms of making the hangars have a better value for the price tenants pay. Story said his comments revolved around access and usage of the hangars and doing additional work in regards to maintenance of the hangars especially on the north side. Lawrence asked about the tracking system that Tharp had set up and Tharp responded that it was working as planned. Members discussed increasing maintenance work and being more pro-active on maintenance items instead of reactive. Tharp noted that they could increase the communication as well and remind tenants that they should be reporting items that need attention. Pfohl suggested sending a letter to tenants and reminding them of the maintenance details. iii. Events – Tharp stated that as the events for 2024 were scheduled the list would be repopulated d. FBO / Flight Training Reports i. Jet Air – Tharp noted that Wolford wasn’t in attendance due to some sick family. Tharp stated he didn’t have a lot of info from Matt. Orozco asked about when they were purchasing the broom, and Tharp responded that would be next summer with the next year’s budget. e. Commission Members' Reports – none f. Staff Report – Tharp noted he would be out of the office the last week of December. SET NEXT REGULAR MEETING – Members set the next meeting for January 11th, 2024 at 6:00pm. Story stated that he would not be able to attend the next meeting. ADJOURN Pfohl moved to adjourn, seconded by Lawrence. Motion carried 5-0. Meeting adjourned at 6:55pm. ______________________________________________ ___________________ CHAIRPERSON DATE Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 4 of 117 Airport Commission December 14, 2023 Page 4 of 4 Airport Commission ATTENDANCE RECORD 2022-2023 NAME TERM EXP. 12 / 0 8 / 2 2 01 / 1 9 / 2 3 02 / 0 9 / 2 3 03 / 0 9 / 2 3 0/ 3 / 2 0 / 2 3 04 / 1 3 / 2 3 05 / 0 2 / 2 3 05 / 1 8 / 2 3 06 / 0 8 / 2 3 07 / 1 3 / 2 3 08 / 1 0 / 2 3 09 / 1 4 / 2 3 10 / 1 9 / 2 3 11 / 1 5 / 2 3 12 / 1 4 / 2 3 Warren Bishop 06/30/26 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 O/E O/E X/E O/E Not a member Christopher Lawrence 06/30/25 X X O/E X O/E X X X X X X X X X X Hellecktra Orozco 06/30/24 X X X X/E O/E O/E O/E X X X X X X X X Judy Pfohl 06/30/26 X X X X X X X X X X X X X X X Ryan Story 06/30/27 Not a member X O/E X O/E 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 X/S = Present for subcommittee meeting O/S = Absent, not a member of the subcommittee Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 5 of 117 Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 6 of 117 Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 7 of 117 Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 8 of 117 K:\IowaCityAP\23006285-00_AirsideSolarArray\_ProjMan\Agreement\DPS & CPS\Draft IOW - Solar Project- DPS, SS, & CPS Agreement.doc Page 1 PROFESSIONAL SERVICES AGREEMENT BETWEEN IOWA CITY MUNICPAL AIRPORT AND CRAWFORD, MURPHY, AND TILLY, INC. FOR CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY AIP Proj. # 3-19-0047-0XX-2024 PRELIMINARY X DESIGN X CONSTRUCTION X SPECIAL SERVICES THIS AGREEMENT made and entered into this day of , 20 , by and between the IOWA CITY AIRPORT COMMISSION, whose address is 1801 S. Riverside Drive, Iowa City, Iowa, 52246, hereinafter referred to as “AIRPORT” and CRAWFORD, MURPHY AND TILLY, INC. (CMT), Consulting Engineers, whose address is 2750 West Washington, Springfield, Illinois 62702, hereinafter referred to as “CONSULTANT”. WHEREAS, AIRPORT requires professional services of CONSULTANT to provide necessary engineering and related services for the project development, design, bidding, and construction supervision for Construct Airside Ground Mount Solar Array, hereinafter referred to as “Project”; and, WHEREAS, CONSULTANT has agreed to provide the requested professional services; and, WHEREAS, The Iowa City Airport Commission selected Crawford, Murphy and Tilly, Inc. during the December 8th, 2022, Commissioner’s meeting for the scope of work included in this project and, WHEREAS, CONSULTANT was selected by AIRPORT in accordance with the requirements of Federal Regulation 49 CFR Part 18. NOW, THEREFORE, in consideration of the covenants and agreement hereinafter set forth, the parties agree as follows: ARTICLE 1. SCOPE OF SERVICES 1.1 CONSULTANT, in consideration of the payment on the part of AIRPORT, agrees to furnish and perform the engineering services required for the preparation of Project. 1.2 CONSULTANT will provide all civil, electrical, structural, and geotechnical services required to prepare construction plans, contract documents, technical specifications and associated services for Project as detailed in the Estimate of Effort and Scope of Work. 1.3 Project Development and Formulation (Preliminary) Phase Services – NOT IN THIS CONTRACT This phase includes all activities required for defining the scope of this project including: 1.3.1 Assist the AIRPORT as required in preparing and/or updating the Application, including the Program Sketch, Program Narrative, and Cost Estimates, and assist the AIRPORT with Project Evaluation, Environmental Assessment Reports and the required Statements and Notifications. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 9 of 117 K:\IowaCityAP\23006285-00_AirsideSolarArray\_ProjMan\Agreement\DPS & CPS\Draft IOW - Solar Project- DPS, SS, & CPS Agreement.doc Page 2 1.3.2 Assist the AIRPORT as required in coordination with the FAA, coordination of the State, Regional and Local reviews, and the conduct of Public Information Meetings or Public Hearings, if required. 1.3.3 Consult/coordinate with Airport users, FAA, Airport Commission, Staff, City, County and other interest parties. 1.3.4 Assist the AIRPORT as required with project formulation including concept development and justification, preparation of technical and cost information, benefit/cost analysis, financial plan development, preliminary engineering and design, project schedule development and coordination with FAA. 1.3.5 Review and revise as necessary the airport drawings, as required. 1.3.6 Provide Airport Layout Plan and associated drawings, as required. 1.3.7 Perform miscellaneous consulting engineering services as requested by the AIRPORT and assist the AIRPORT in obtaining other required services such as archaeological services, aerial mapping of the Airport, or other related services or studies. 1.3.8 Furnish other consultant services which may be required by the AIRPORT as follows: 1.4 Basic Design Phase Services This phase shall include all activities required to accomplish a complete project design including: 1.4.1 Perform topographic surveys of proposed construction areas as required for design. 1.4.2 Perform soils and subsurface testing and investigations of proposed construction areas as required for design. 1.4.3 Prepare preliminary plans, specifications, contract documents, and opinions of probable construction cost, to be approved by the AIRPORT, FAA and the State (when applicable). 1.4.4 Prepare and submit final plans, specifications and contract documents for approval by the AIRPORT, FAA and the State (when applicable) prior to advertising for bids. 1.4.5 Prepare a Design Report, including opinions of construction quantities and construction costs. The report will be submitted at the required intervals to the AIRPORT, FAA and the State (when applicable). 1.4.6 Coordinate the establishment of bid proposals into schedules to allow flexibility of award to match the funds available. 1.4.7 Provide complete sets of approved plans, specifications and contract documents for the bidding of the project. Materials will meet the requirements of Section 508 Electronic Information Technology compliance where applicable. 1.4.8 The CONSULTANT agrees to submit plans, specifications, contract documents and cost estimates per the anticipated project milestones presented below. The CONSULTANT will endeavor to adhere to the schedule. The FAA and the AIRPORT will be provided with an opportunity to review and comment on the 30% Engineering Design Report and the 90% Plans and Specifications submittal. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 10 of 117 K:\IowaCityAP\23006285-00_AirsideSolarArray\_ProjMan\Agreement\DPS & CPS\Draft IOW - Solar Project- DPS, SS, & CPS Agreement.doc Page 3 Anticipated project milestones: • 30% Submittal – February 2, 2024 • 90% Submittal – February 23, 2024 • Final Submittal – March 12, 2024 • Letting Date – April 8, 2024 1.5 Construction Phase Services This phase shall consist of the following: 1.5.1 The CONSULTANT shall provide construction observation including the furnishing of a Resident Project Representative and sufficient qualified inspection and survey personnel for the purpose of observing the progress and quality of work performed by the Contractor(s) as detailed Attachment A General Scope of Services and Attachments C through C-3. The CONSULTANT will endeavor to provide protection for the AIRPORT against defects and deficiencies in the work of Contractor(s), but the furnishing of such resident project representation will not make the CONSULTANT responsible for construction means, methods, techniques, sequences of procedures or for safety precautions or programs, or for Contractor(s)’ failure to perform the work in accordance with the Contract documents. 1.5.2 The CONSULTANT shall perform verification of testing as necessary in accordance with the requirements of the Federal Aviation Administration, in the field and the laboratory, as required, in proper time and in sufficient number to assist in documenting that construction is in accordance with the plans and specifications. Copies in all test reports will be made available to the AIRPORT and the FAA as required. For tests taken by the CONSULTANT, copies of the test reports shall be attached to the Weekly Reports submitted to the AIRPORT and FAA 1.5.3 The CONSULTANT shall observe tests taken by the Contractor as necessary to meet the requirements of the Federal Aviation Administration, in the field and the laboratory, as required, in proper time and in sufficient number to assist in documenting that construction is in accordance with the plans and specifications. For tests taken by the Contractor, copies of those test reports shall be submitted to the AIRPORT and FAA (if requested). 1.5.4 The CONSULTANT shall act as the AIRPORT’s agent during construction and shall endeavor to protect the AIRPORT’s interest. The CONSULTANT will furnish the AIRPORT a weekly construction progress and inspection report. 1.5.5 The CONSULTANT shall prepare all addition and deletion change orders and supplemental agreements as required. After acceptance of the Construction Change Orders by the Contractor, copies will be submitted to the AIRPORT and the FAA for approval and signature before proceeding with the work 1.5.6 The CONSULTANT shall review periodic progress estimates submitted by the Contractor during the construction of the project and shall review the final estimate when the work is completed. Periodic progress estimates shall be submitted regularly to the AIRPORT for concurrence and submittal to the FAA for federal participation payments. The CONSULTANT will assist in the preparation of Federal payment requests. 1.5.7 The CONSULTANT shall review shop drawings and construction submittals, and prepare and maintain necessary records of construction progress. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 11 of 117 K:\IowaCityAP\23006285-00_AirsideSolarArray\_ProjMan\Agreement\DPS & CPS\Draft IOW - Solar Project- DPS, SS, & CPS Agreement.doc Page 4 1.5.8 When the project has been completed and is ready for final acceptance, the CONSULTANT shall arrange for inspection of the finished work by the FAA, the AIRPORT, the Contractor and the CONSULTANT following which the final payment estimate for the work shall be considered by the AIRPORT. 1.5.9 Upon acceptance of the project, the CONSULTANT shall prepare the record drawings, the construction engineering report, and shall provide the AIRPORT with one (1) set of reproducible record drawings. 1.5.10 The CONSULTANT shall conduct labor wage rate interviews and document the interviews using GSA Form 1445. The CONSULTANT shall provide personnel meeting the requirements of Attachment F – FAA Central Region Standards for Construction Observation. This contract assumes the project will take 35 Calendar Days or less to construct. The CONSULTANT will provide a full-time and/or part-time onsite representative as outlined in Attachment A General Scope of Services or as required by the AIRPORT. CONSULTANT’s representation may be a sub-CONSULTANT retained to provide construction observation services per request of the AIRPORT. Attachment C provides a breakdown of estimated costs. Attachments C-1 through C-3 are a breakdown by task and direct expenses. If this time is exceeded due to the Contractor working extra hours or contract time extending longer than anticipated, and the delays are not caused by the CONSULTANT, the CONSULTANT shall, with the approval of the AIRPORT and FAA, be reimbursed for these additional services at a mutually acceptable fee negotiated at the time all pertinent circumstances are known. 1.6 Special Services Phase The development of some projects may involve services, activities or studies outside of the basic design phase services routinely performed by the CONSULTANT; those activities for this Project include: 1.6.1 Special (non-routine) soil investigations, destructive and non-destructive testing, including pavement sampling, laboratory tests, related analysis and reports. 1.6.2 Land and photogrammetry surveys and topographic maps. 1.6.3 Special drainage, environmental studies and analyses. 1.6.4 Preparation of property maps and/or updates. 1.6.5 Revised Airport Layout Plan: Upon completion of the development performed under this project, the CONSULTANT shall prepare and furnish a revised Airport Layout Plan indicating the development is existing in lieu of proposed. Copies of such plan shall be furnished to the AIRPORT for proper distribution. 1.6.6 Expert Witness: Provide assistance, as required and requested, to the AIRPORT, as an expert witness in litigation arising from the development or construction associated with the project. 1.6.7 Bidding Phase Services including: Assist the AIRPORT with the preparation of bid documents and contracts, advertisement, distribution, opening and review of bid documents, contract award, preparation and execution of contract documents and grant application. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 12 of 117 K:\IowaCityAP\23006285-00_AirsideSolarArray\_ProjMan\Agreement\DPS & CPS\Draft IOW - Solar Project- DPS, SS, & CPS Agreement.doc Page 5 1.6.8 DBE Program Update: Assist the AIRPORT with the preparation and update of the DBE program as required per U.S. Department of Transportation 49 CFR Part 26 and the FAA. 1.6.7 Furnish Other Special Services as required for this project: _________________ ARTICLE 2. CHANGE IN SCOPE It is mutually agreed that any change in the scope of Project as outlined in Article 1, by AIRPORT or the Federal Aviation Administration (FAA), resulting in extra expense to CONSULTANT, will be considered beyond the normal scope of this Agreement. In addition to the foregoing services, AIRPORT may require additional services such as property surveys, descriptions of land, easements, redesign, or major changes of the concept after plans or concepts have been approved by AIRPORT or FAA. Payment to CONSULTANT for such work, because of the change of scope of Project, will be negotiated at the time of the anticipated change and will be mutually agreed to by execution of an amendment to this Agreement. ARTICLE 3. COMPENSATION 3.1 NOT USED. Compensation for services in this Agreement for Engineering Services – Preliminary Phase Services will be on a cost plus fixed fee basis with the fixed fee being $0.00 and the total amount not to exceed $0.00 without a modification to this Agreement. The estimated cost for CONSULTANT's services for this part of Project is shown as Attachments A, A-1, A-2 and A-3. For all work under this Paragraph, CONSULTANT will submit monthly statements to AIRPORT for all payroll costs and other expenses incurred on Project and will include a pro-rata share of the fixed fee in proportion of the statement amount to the not to exceed amount. Sub-Consultants' compensation will be at the hourly rates and direct expense rates stated in their respective proposals. Sub-Consultants will submit monthly statements to CONSULTANT for inclusion in CONSULTANT's monthly statement to AIRPORT. AIRPORT will make payment monthly to CONSULTANT based on the aforementioned statement. Said compensation will be for all labor, fixed fee, and other expenses incurred by CONSULTANT and Sub-Consultants. CONSULTANT will then make payment to Sub-Consultant of the amount indicated in the statement. Upon final completion and acceptance of Project, any remaining portion of the fixed fee will be included on the final statement from CONSULTANT. 3.2 Compensation for services in this Agreement for Engineering Services – Design Phase Services will be on a cost plus fixed fee basis with the fixed fee being $9,470.00 and the total amount not to exceed $81,700.00 without a modification to this Agreement. The estimated cost for CONSULTANT's services for this part of Project is shown as Attachments B, B-1, B-2 and B-3. For all work under this Paragraph, CONSULTANT will submit monthly statements to AIRPORT for all payroll costs and other expenses incurred on Project and will include a pro-rata share of the fixed fee in proportion of the statement amount to the not to exceed amount. Sub-Consultants' compensation will be at the hourly rates and direct expense rates stated in their respective proposals. Sub-Consultants will submit monthly statements to CONSULTANT for inclusion in CONSULTANT's monthly statement to AIRPORT. AIRPORT will make payment monthly to CONSULTANT based on the aforementioned statement. Said compensation will be for all labor, fixed fee, and other expenses incurred by CONSULTANT and Sub-Consultants. CONSULTANT will then make payment to Sub-Consultant of the amount indicated in the statement. Upon final completion and acceptance of Project, any remaining portion of the fixed fee will be included on the final statement from CONSULTANT. 3.3 Compensation for services in this Agreement for Engineering Services – Construction Phase Services will be on a cost plus fixed fee basis with the fixed fee being $6,370.00 and the total amount not to exceed $50,400.00 without a modification to this Agreement. The estimated cost for CONSULTANT's services for this part of Project is shown as Attachments C, C-1, C-2 and C- 3. For all work under this Paragraph, CONSULTANT will submit monthly statements to AIRPORT for all payroll costs and other expenses incurred on Project and will include a pro-rata share of Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 13 of 117 K:\IowaCityAP\23006285-00_AirsideSolarArray\_ProjMan\Agreement\DPS & CPS\Draft IOW - Solar Project- DPS, SS, & CPS Agreement.doc Page 6 the fixed fee in proportion of the statement amount to the not to exceed amount. Sub-Consultants' compensation will be at the hourly rates and direct expense rates stated in their respective proposals. Sub-Consultants will submit monthly statements to CONSULTANT for inclusion in CONSULTANT's monthly statement to AIRPORT. AIRPORT will make payment monthly to CONSULTANT based on the aforementioned statement. Said compensation will be for all labor, fixed fee, and other expenses incurred by CONSULTANT and Sub-Consultants. CONSULTANT will then make payment to Sub-Consultant of the amount indicated in the statement. Upon final completion and acceptance of Project, any remaining portion of the fixed fee will be included on the final statement from CONSULTANT. 3.4 Compensation for services in this Agreement for Engineering Services – Special Services Phase will be on a cost plus fixed fee basis with the fixed fee being $1,920.00 and the total amount not to exceed $14,900.00 without a modification to this Agreement. The estimated cost for CONSULTANT's services for this part of Project is shown as Attachments D, D-1, D-2 and D-3. For all work under this Paragraph, CONSULTANT will submit monthly statements to AIRPORT for all payroll costs and other expenses incurred on Project and will include a pro-rata share of the fixed fee in proportion of the statement amount to the not to exceed amount. Sub-Consultants' compensation will be at the hourly rates and direct expense rates stated in their respective proposals. Sub-Consultants will submit monthly statements to CONSULTANT for inclusion in CONSULTANT's monthly statement to AIRPORT. AIRPORT will make payment monthly to CONSULTANT based on the aforementioned statement. Said compensation will be for all labor, fixed fee, and other expenses incurred by CONSULTANT and Sub-Consultants. CONSULTANT will then make payment to Sub-Consultant of the amount indicated in the statement. Upon final completion and acceptance of Project, any remaining portion of the fixed fee will be included on the final statement from CONSULTANT. 3.5 Payments will be made to CONSULTANT by AIRPORT within sixty (60) days of receipt of proper billing. Invoices which are not paid within sixty (60) days of receipt of proper billing will bear interest at the rate of one and one-half percent (1½%) for each month or fraction thereof from the date sixty (60) days after receipt of proper billing to time of payment except when payment delays are beyond the control of AIRPORT. ARTICLE 4. CONSULTANT RESPONSIBILITIES 4.1 CONSULTANT will act as AIRPORT's agent and will endeavor to protect AIRPORT's interest. 4.2 CONSULTANT will ensure that all employees working on Project are and will remain properly licensed, registered, and/or otherwise authorized as required by any federal, state, or municipal law, to perform the services under this Agreement. ARTICLE 5. AIRPORT RESPONSIBILITIES 5.1 AIRPORT will make available to CONSULTANT all technical data that is in AIRPORT's possession including maps, surveys, property descriptions, borings, or other information required by CONSULTANT and relating to his work. 5.2 AIRPORT agrees to cooperate with CONSULTANT in the approval of all plans and specifications, or should they disapprove of any part of said plans and specifications, will make a timely decision in order that no undue expense will be caused CONSULTANT because of lack of decisions. If CONSULTANT is caused to incur expenses such as additional design drafting, due to changes ordered by AIRPORT after the completion and approval of the plans and specifications, CONSULTANT will be equitably paid for such extra expenses and services. 5.3 AIRPORT will pay publishing costs for advertisements of notices, public hearings, requests for bids, and other similar items and will pay for all permits and licenses that may be required by Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 14 of 117 K:\IowaCityAP\23006285-00_AirsideSolarArray\_ProjMan\Agreement\DPS & CPS\Draft IOW - Solar Project- DPS, SS, & CPS Agreement.doc Page 7 local, state, or federal authorities, and will secure, with the assistance of CONSULTANT when requested, necessary land, easements, and rights-of-way required for Project. ARTICLE 6. OPINION OF PROBABLE CONSTRUCTION COST An opinion of probable construction cost prepared by CONSULTANT represents judgment as a design professional and is supplied for AIRPORT's guidance. Since CONSULTANT has no control over the cost of labor and material, or over competitive bidding or market conditions, CONSULTANT does not guarantee the accuracy of its opinion as compared to contractor bids or actual cost to AIRPORT. ARTICLE 7. NOTICE TO PROCEED It is further mutually agreed by the parties hereto that CONSULTANT will proceed to furnish engineering services on any phase of the Agreement under the terms heretofore provided in this Agreement, after the Notice to Proceed has been given in writing by AIRPORT. CONSULTANT agrees to perform said services and work to carry out the provisions of the Agreement in a good and workmanlike manner. ARTICLE 8. FEDERAL AVIATION ADMINISTRATION (FAA) APPROVAL This Agreement is subject to the approval of the Federal Aviation Administration (FAA), if required. ARTICLE 9. CONSULTANT WORK PRODUCT 9.1 CONSULTANT, or its duly authorized representative, will sign the original tracings of all drawings and the first page of all specifications, estimates, or similar documents prepared by CONSULTANT under CONSULTANT’s printed name and over the affixed replica of the authorized representative’s professional seal or the authorized representative’s registration certificate number, including the State or jurisdiction of issuance. 9.2 All sketches, tracings, plans, specifications, reports on special studies, and other data prepared under this Agreement will become the property of AIRPORT and will be delivered to AIRPORT upon completion of the plans or termination of the services of CONSULTANT. There will be no restriction or limitation on their future use by AIRPORT, except any use on extensions of Project or on any other project without written verification or adaptation by CONSULTANT for the specific purpose intended will be AIRPORT's sole risk and without liability or legal exposure to CONSULTANT. 9.3 AIRPORT acknowledges CONSULTANT’s plans and specifications, including all documents on electronic media, as instruments of professional service. Nevertheless, the plans and specifications prepared under this Agreement will become the property of AIRPORT upon completion of the services and payment in full of all moneys due to CONSULTANT. 9.4 AIRPORT and CONSULTANT agree that any electronic files prepared by either party will conform to typical industry practices and be able to be electronically manipulated or modified. 9.5 AIRPORT is aware that significant differences may exist between the electronic files delivered and the respective construction documents due to addenda, change orders, or other revisions. In the event of a conflict between the signed construction documents prepared by CONSULTANT and electronic files, the signed construction documents will govern. 9.6 AIRPORT may reuse or make modifications to the plans and specifications, or electronic files while agreeing to take responsibility for any claims arising from any modification or unauthorized reuse of the plans and specifications. ARTICLE 10. REQUIRED FEDERAL CONTRACT CLAUSES Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 15 of 117 K:\IowaCityAP\23006285-00_AirsideSolarArray\_ProjMan\Agreement\DPS & CPS\Draft IOW - Solar Project- DPS, SS, & CPS Agreement.doc Page 8 CONSULTANT further agrees to the Required Federal Contract Clauses as stated in Attachment G of this Agreement. ARTICLE 11. INDEMNIFICATION AND HOLD HARMLESS 11.1 To the fullest extent permitted by law, CONSULTANT will hold harmless and indemnify AIRPORT from and against all claims, suits, damages, losses, expenses, and reasonable attorney’s fees, arising out of or resulting from performance of the work, provided that such claims, suits, damages, losses, or expenses are attributable to bodily injury, sickness, disease, or death, or to injury or damage to or destruction of property including loss of use resulting there from, but only the extent caused by negligent acts or omissions of CONSULTANT, its agents, or anyone directly or indirectly employed by them, regardless of whether or not such claim, damage, loss, or expense is caused in part by a party indemnified hereunder. 11.2 These indemnities will not be limited by listing any insurance coverage. If any negligent acts, errors, and/or omissions are made by CONSULTANT in any phase of the work under this Agreement, the correction of which may require additional field or office work, CONSULTANT will be promptly notified and will be required to perform such additional work as may be necessary to correct these negligent acts, errors, and/or omissions without undue delay and without additional cost to AIRPORT. CONSULTANT will be responsible for any damages incurred as a result of its negligent acts, errors, and/or omissions and for any losses or cost to repair or remedy construction as a result of its negligent acts, errors, and/or omissions. ARTICLE 12. INSURANCE CONSULTANT will obtain and maintain continuously, public liability insurance combined single limit bodily injury and property damage, auto and non-owner auto coverage, and Professional Liability Insurance (also known as errors and omissions) coverage as required below. CONSULTANT will furnish to AIRPORT certificates of insurance showing the amount and types of insurance. Workers Compensation: Statutory Commercial General Liability: $1,000,000 Professional Liability: $5,000,000 Automobile Liability: $1,000,000 Umbrella Coverage: $5,000,000 ARTICLE 13. MODIFICATION OF AGREEMENT Any modification of this Agreement or additional obligation assumed by either party in connection with this Agreement will be binding only if evidenced in a writing signed by each party or an authorized representative of each party. ARTICLE 14. PARTIES BOUND This Agreement will be binding on and will inure to the benefit of and will apply to the respective successors and assigns of CONSULTANT and AIRPORT. All references in this Agreement to CONSULTANT or AIRPORT will be deemed to refer to and include successors and assigns of CONSULTANT or AIRPORT without specific mention of such successors or assigns. ARTICLE 15. ASSIGNMENT Neither AIRPORT nor CONSULTANT will assign any rights or duties under this Agreement without the prior written consent of the other party; provided, however, CONSULTANT may assign its rights to Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 16 of 117 K:\IowaCityAP\23006285-00_AirsideSolarArray\_ProjMan\Agreement\DPS & CPS\Draft IOW - Solar Project- DPS, SS, & CPS Agreement.doc Page 9 payment without AIRPORT’s consent. Unless otherwise stated in the written consent, no assignment will release or discharge the assignor from any obligation under this Agreement. ARTICLE 16. TERMINATION This Agreement may be terminated by either party upon thirty (30) days written notice should either party fail substantially to perform in accordance with its terms through no fault of the other. It is also understood that any such violation or breach of contract is subject to legal remedies in addition to any contractual or administrative measures. Reasons for which this Agreement may be terminated by either party because of circumstances beyond the control of either party include, but are not limited to, inferior or uncompleted work by CONSULTANT, lack of diligence by either party, or non-availability of funds or governmental policy decisions to abandon or postpone the work indefinitely. ARTICLE 17. AGREEMENT EXPIRES This Agreement expires upon final approval and acceptance of the completed Project by the participating parties and after all final engineering charges have been paid to CONSULTANT. ARTICLE 18. DISPUTES In the event of a dispute between AIRPORT and CONSULTANT arising out of or related to this Agreement, the aggrieved party will notify the other party of the dispute within a reasonable time after such dispute arises. If the parties cannot thereafter resolve the dispute, each party will nominate a senior officer of its management to meet to resolve the dispute by direct negotiation or mediation. Should such negotiation or mediation fail to resolve the dispute either party may pursue resolution in District Court. During the pendency of any dispute the parties will continue diligently to fulfill its respective obligation hereunder. ARTICLE 19. SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion or provision of this Agreement void will in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any void provision will be deemed severed from this Agreement, and the balance of this Agreement will be construed and enforced as if it did not contain the particular portion or provision held to be void. AIRPORT and CONTRACTOR further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this Article will not prevent this entire Agreement from being void should a provision which is of the essence of this Agreement be determined void. ARTICLE 20. NOTICES 20.1 All notices, demands, or other writings in this Agreement provided to be given, made, or sent, or which may be given, made, or sent, by either party to the other, will be deemed to have been fully given, made, or sent when made in writing and deposited in the United States mail, registered and postage prepaid, and addressed as follows: To Airport: Iowa City Municipal Airport Attention: Airport Manager 1801 S. Riverside Drive Iowa City, Iowa 52246 Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 17 of 117 K:\IowaCityAP\23006285-00_AirsideSolarArray\_ProjMan\Agreement\DPS & CPS\IOW Airside Solar Array - DPS, SS, & CPS Agreement (Final).doc Page 10 To Consultant: Crawford Murphy & Tilly, Inc. Attention: Bradley M. Hamilton, P.E. 2750 West Washington Street Springfield, Illinois 62702 20.2 The address to which any notice, demand, or other writing may be given, made, or sent to any party as above provided may be changed by written notice given by the party as above provided. ARTICLE 21. TIME OF THE ESSENCE Time is of the essence of this Agreement and all of its provisions. ARTICLE 22. GOVERNING LAW It is agreed that this Agreement will be governed by, construed, and enforced in accordance with the laws of the State of Iowa. ARTICLE 23. ATTORNEY FEES In the event that any action is filed in relation to this Agreement, the unsuccessful party in the action will pay to the successful party, in addition to all the sums that either party may be called on to pay, a reasonable sum for the successful party's attorney fees. ARTICLE 24. PARAGRAPH HEADINGS The titles to the paragraphs of this Agreement are solely for the convenience of the parties and will not be used to explain, modify, simplify, or aid in the interpretation of the provisions of this Agreement. ARTICLE 25. FORCE MAJEURE In the event that either party hereto will be delayed or hindered in or prevented from the performance of any act required hereunder by reason of strikes, lockouts, labor troubles, unavailability or excessive price of fuel, power failure, riots, insurrection, war, terrorist activities, chemical explosions, hazardous conditions, fire, weather or acts of God, or by reason of any other cause beyond the exclusive and reasonable control of the party delayed in performing work or doing acts required under the terms of this Agreement, then performance of such act will be excused for the period of the delay and the period for the performance of any such act will be extended for a period equivalent to the period of such delay. ARTICLE 26. OFFICERS TO NOT BENEFIT Upon signing this agreement, Consultant acknowledges that Section 362.5 of the Iowa Code prohibits a City officer or employee from having an interest in a contract with the City, and certifies that no employee or officer of the City, which includes members of the City Council and City boards and commissions, has an interest, either direct or indirect, in this agreement, that does not fall within the exceptions to said statutory provision enumerated in Section 362.5. ARTICLE 27. CITY OF IOWA CITY EQUAL EMPLOYMENT OPPORTUNITY POLICY CONSULTANT further agrees to comply with the required City of Iowa City Equal Employment Opportunity policy as outlined in Attachment L of this Agreement. ARTICLE 28. CITY OF IOWA CITY WAGE THEFT POLICY CONSULTANT further agrees to comply with the required City of Iowa City wage theft policy as outlined in Attachment M of this Agreement. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 18 of 117 K:\IowaCityAP\23006285-00_AirsideSolarArray\_ProjMan\Agreement\DPS & CPS\Draft IOW - Solar Project- DPS, SS, & CPS Agreement.doc Page 11 IN WITNESS WHEREOF, the parties hereto affixed their signatures this ___________ day of ________________________, 20_______. AIRPORT Iowa City Airport Commission, Iowa By: Printed Name Title: ATTEST: By: Printed Name Title: CONSULTANT Crawford, Murphy & Tilly, Inc. By: Brian R. Welker Printed Name Title: Sr. Vice President & COO ATTEST: By: Travis Strait Printed Name Title: Project Engineer & Associate Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 19 of 117 K:\IowaCityAP\23006285-00_AirsideSolarArray\_ProjMan\Agreement\DPS & CPS\IOW Airside Solar Array - DPS, SS, & CPS Agreement (Final).doc Page 12 LIST OF ATTACHMENTS ATTACHMENT A – GENERAL SCOPE OF SERVICES ATTACHMENT B / B-1 / B-2 / B-3 – DESIGN PHASE SERVICES ESTIMATE OF COSTS / SALARY EXPENSES ATTACHMENT C / C-1 / C-2 / C-3 – CONSTRUCTION PHASE SERVICES ESTIMATE OF COSTS / SALARY EXPENSES ATTACHMENT D / D-1 / D-2 / D-3 – PLANNING AND SPECIAL SERVICES ESTIMATE OF COSTS / SALARY EXPENSES ATTACHMENT E – ENGINEERING REPORT (General Guidance) ATTACHMENT F – FAA CENTERAL REGION STANDARDS FOR CONSTRUCTION OBSERVATION ATTACHMENT G – FEDERAL CONTRACT PROVISIONS ATTACHMENT H – SUMMARY OF OVERHEAD AND INDIRECT COSTS ATTACHMENT I – PROJECT EXHIBIT ATTACHMENT J – CIP PROJECT SUBMITTAL ATTACHMENT K – FAA GO LETTER ATTACHMENT L – IOWA CITY EQUAL EMPLOYMENT OPPORTUNITY POLICY ATTACHMENT M – IOWA CITY WAGE THEFT POLICY Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 20 of 117 CMT 23005404.00 December 11, 2023 1 of 6 Airside Ground Mount Solar Array ATTACHMENT A GENERAL SCOPE OF SERVICES ENGINEERING DESIGN SERVICES FOR AIRFIELD PROJECTS AIRSIDE GROUND MOUNT SOLAR ARRAY IOWA CITY MUNICIPAL AIPRORT 1) GENERAL The CONSULTANT shall complete preliminary work items that include initial agency coordination, project kickoff management and project site review. The CONSULTANT shall prepare a comprehensive preliminary design package for review by the Sponsor and the FAA. The CONSULTANT shall provide 30% preliminary design drawings, cost estimate, time estimate and preliminary design report. The CONSULTANT shall continue to develop this project from a 30% design level to a 100% design level including all required bidding documents. The CONSULTANT shall prepare a comprehensive 100% design package that shall include design drawings, general details, phasing plan and details, technical specifications, cost and time estimates, and contractual bidding documents. Final drawings and specifications shall be sealed by a professional engineer registered in the State of Iowa, suitable for bidding. The CONSULTANT shall be responsible for bidding coordination, airspace coordination, grant application support and ALP updates. Work shall be designed in conformance with FAA regulations and design criteria. 2) SCOPE OF SERVICES Preliminary Work Items Design of Airside Ground Mount Solar Array – Preliminary work item effort: The CONSULTANT shall perform the following detailed scope of services: a) The CONSULTANT shall refine project scope and definition beyond the initial project programming phase in preparation for the pre-design meeting. b) The CONSULTANT shall coordinate and manage a pre-design meeting with the Sponsor and the FAA. Task shall include preparation of agenda and final meeting minutes. c) The CONSULTANT shall complete a review of available record information related to the project site. Record information review may include but not limited to existing pavement structure, pavement geometry, airfield electrical layout and underground utilities. 30% Design Services Design of Airside Ground Mount Solar Array – 30% Design effort: The CONSULTANT shall perform the following detailed scope of services: Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 21 of 117 CMT 23005404.00 December 11, 2023 2 of 6 Airside Ground Mount Solar Array a) The CONSULTANT shall prepare a preliminary design report including preliminary plan sheets, preliminary cost estimate and preliminary time estimate to an approximate 30% design level. Report shall include preliminary solar array layout and electrical layout. b) The CONSULTANT shall perform a preliminary utility investigation. Utility investigation shall include review of existing topographic survey information, record drawings, design locate and airport knowledge to identify FAA cables, Airport electric cables and other key utilities in the project area. This preliminary investigation will help identify which utilities will need to be examined further in a more in-depth utility investigation beyond the 30% design. c) The CONSULTANT shall coordinate a geotechnical investigation to determine soil types, thickness, and suitability of material as a construction platform. The investigation shall include relevant testing. The final geotechnical report shall provide recommendations for stabilization of unsuitable field conditions. Geotechnical investigation shall be completed by a subconsultant. Cost of work shall be included in scope of the project. d) The CONSULTANT shall coordinate with the local utility company for interconnection of solar array to the existing electric service at the airfield lighting vault. The approval from the utility company will be required to determine maximum size of the solar array can be interconnected to the electric service. e) The CONSULTANT shall identify all required Local, State, and Federal permits and their associated fees. It is anticipated that an Iowa City floodplain development permit will be required for this project. f) The CONSULANT shall research and coordinate with equipment manufacturers to develop solar array design based on the design parameters of solar equipment. The solar equipment shall include PV modules, inverters and racking system for ground mount. g) The CONSULTANT shall coordinate an on-site design survey of the project limits. Topographic survey shall include all physical features within the project limits. Inventory of all underground structures, pipe networks, manhole and pipe inverts, and municipal utilities shall be included in the survey. Topographic survey shall be completed by a subconsultant. Cost of work shall be included in scope of the project. 30%-100% Design Services Design of Airside Ground Mount Solar Array – 30-100% Design effort: The CONSULTANT shall perform the following detailed scope of services: a) The CONSULTANT shall design a complete Airside Ground Mount Solar Array to supply energy to the electrical loads connected to the existing electric service at the Airfield Lighting Vault. The electrical design shall include sizing of the solar array based on the energy consumption, interconnection capacity and physical layout. The electrical designs shall also include inverter and string calculations, location and mounting of string inverters, racking system for PV modules, underground AC and DC cabling and behind-the-meter interconnection. b) The CONSULTANT shall prepare phasing plans and construction sequencing details for the project limits. This work shall include coordinating with the Airport, FAA, airline tenants, and other stakeholders to verify phasing concepts and associated operational impacts. This work shall comply with current airport safety, traffic control, and security standards. This work shall also include identification of haul routes, AOA security access points and staging areas for the contractors. c) The CONSULTANT shall check airspace surfaces within FAA AC 150/5300-13A and Part 77 for planned construction activity related to the project. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 22 of 117 CMT 23005404.00 December 11, 2023 3 of 6 Airside Ground Mount Solar Array d) The CONSULTANT shall prepare a Construction Safety and Phasing Plan that conforms to the standards established within AC 150/5370-2(Latest Edition). e) The CONSULTANT shall prepare general and technical specifications for the project. f) The CONSULTANT shall develop a 90% and final estimate of probable project cost, time and DBE participation. Special Services - Bidding Services Design of Airside Ground Mount Solar Array – Bidding Services: The CONSULTANT shall perform the following detailed scope of services: a) The CONSULTANT shall prepare front-end bidding documents including construction contract. b) The CONSULTANT shall prepare bid advertisement and coordinate publication and posting to online plan room. c) The CONSULTANT shall be responsible for coordinating plan requests, issuance of addendums, and maintenance of a bidders list. d) The CONSULTANT shall hold and attend one pre-bid meeting and respond to all questions in writing or through addendum, if required. e) The CONSULTANT shall hold and attend the public bid opening. f) The CONSULTANT shall review all bids for completeness and submit recommendations to the Sponsor and FAA. g) The CONSULTANT shall coordinate review and submittal of Buy American waiver request if required. h) The CONSULTANT shall prepare the Notice to Award, Contracts, and Notice to Proceed for execution by the Airport and Contractor. Special Services – ALP Update / Airspace / Grant Application Documentation Design of Airside Ground Mount Solar Array – Environmental / Airspace / Grant Application Documentation: The CONSULTANT shall perform the following detailed scope of services: a) The CONSULTANT shall prepare and submit to the FAA a Redline ALP update due to changes required for the installation of the airside solar array. b) The CONSULTANT shall prepare and submit FAA 7460 forms and exhibits required for the construction airspace determination. This task shall also include coordination and submittal of the Construction Safety Phasing Plan (CSPP) to the FAA for review and approval. c) The CONSULTANT shall assist the Sponsor with preparation of documentation required by the FAA for issuance of the Airport Improvement Program (AIP) grant. Construction Phase Service The CONSULTANT shall provide construction phase services for the Airside Ground Mount Solar Array project. The project is proposed to be constructed under a Federal Aviation Administration (FAA) Bipartisan Infrastructure Law (BIL) Airport Infrastructure Grant (AIG). The CONSULTANT shall perform the following detailed scope of services: Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 23 of 117 CMT 23005404.00 December 11, 2023 4 of 6 Airside Ground Mount Solar Array a) TASK 1.0 OFFICE ENGINEERING a. Task 1.1: Task includes routine project coordination, monitoring of project staffing levels and review of adherence to overall project schedule and contractual elements. b. Task 1.2: Task includes project coordination and correspondence with Sponsor, FAA, and Contractor throughout the duration of the project. c. Task 1.3: Task includes periodic site review to monitor overall project progress and to discuss issues encountered in the field. d. Task 1.4: Task includes preparation and submittal of Request for Proposal’s (RFP’s) for project subconsultants. Additional task elements include review of proposals received as well as contractual coordination. e. Task 1.5: Task includes coordination with Airport Operations to issue appropriate NOTAM’s and/or pilot communication required to facilitate construction activities and airfield pavement closures. f. Task 1.6: Task includes coordination with local FAA Technical Operations to coordinate construction activities around FAA facilities. g. Task 1.7: Task shall include review and response to Contractor’s Request for Information (RFIs) and preparation of contract document changes as necessary. h. Task 1.8: Task includes technical assistance required to close-out project grant upon completion of project. b) TASK 2.0 PRECONSTRUCTION CONFERENCE / PREPARATION a. Task includes coordination and participation in a project preconstruction meeting. Required attendees include Sponsor, Contractor, and FAA. Additional task items include the preparation and distribution of meeting agenda and minutes. c) TASK 3.0 SHOP DRAWINGS / MATERIALS / MIX DESIGN REVIEW a. Task includes review of Contractor submitted shop drawings, material certifications and various project mix designs for compliance with the project specifications and FAA Buy American requirements. d) TASK 4.0 SURVEYING / LAYOUT / PROJECT CONTROL a. Task includes establishment of necessary horizontal and vertical control required to construct the project. Additional task items include providing additional surveying and/or layout information requested by the contractor during construction (i.e. CAD files, layout clarification, etc.). The Contractor is responsible for all construction layout. e) TASK 5.0 RESIDENT PROJECT ENGINEER a. Task 5.1: Task includes preparation and review of preconstruction documentation and required project start-up coordination. Additional tasks include overall project file set-up. b. Task 5.2: Task includes providing full-time construction observation services to observe and monitor the construction work for compliance with the contract documents. Full-time inspection duties shall include but not limited to daily diary reports, daily inspection reports, measuring completed quantities, Quality Assurance (QA) testing coordination, preparation of Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 24 of 117 CMT 23005404.00 December 11, 2023 5 of 6 Airside Ground Mount Solar Array Contractor’s monthly pay estimate, review of Contractor’s certified payrolls, DBE compliance review, wage rate interviews and monthly EEO reporting requirements. Full-time construction inspection services are anticipated to be required during racking foundation installation and underground cabling installation. Full-time construction inspection services are anticipated to be needed for a total of 2 weeks. Additional tasks include ensuring the Contractor remains in compliance with the submitted Construction Safety and Phasing Plan (CSPP), and review and approve the Contractor’s Safety Plan Compliance Document (SPCD). c. Task 5.3: Task includes providing part-time construction observation assistance to observe and monitor construction work for compliance with the contract documents. It is anticipated that part-time construction inspection will be needed while the contractor is constructing equipment racking and setting panels. Part-time inspection will include full-time inspection task however the Resident Engineer will not be onsite every day. Estimated part-time construction services are anticipated to last 3 weeks with the Resident Engineer onsite 4 hours a day 3 days a week. f) TASK 6.0 FINAL INSPECTION a. Task includes coordination and participation in a final inspection meeting with the Sponsor, Contractor, and FAA including preparation and distribution of meeting agenda and identification and distribution of final punchlist items. g) TASK 7.0 PUNCHLIST COMPLETION a. Task includes overseeing and verifying completion of all punchlist work and notifying the Sponsor and FAA of final acceptance. h) TASK 8.0 DEVELOPMENT OF RECORD DRAWINGS a. Task includes preparing record of final quantities and providing “Record” drawings based on redline construction markups maintained by the consultant. The “Record” drawings will be provided in a digital format along with one (1) “hard copy” set of drawings. i) TASK 9.0 CONSTRUCTION DOCUMENTATION CLOSEOUT / AUDIT REVIEW a. Task includes preparation and submittal of construction project closeout documentation as well as preparation required for project audits. 3) DESIGN DELIVERABLES The deliverables shall consist of the following: A 30% Engineers’ Report a) Project background and scope b) Project funding c) Project schedule d) Design criteria e) Solar array layout f) Initial electrical layout g) Initial construction phasing h) Geotechnical investigation i) Existing conditions / utilities j) Permits Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 25 of 117 CMT 23005404.00 December 11, 2023 6 of 6 Airside Ground Mount Solar Array k) Supporting documentations and calculations l) Estimate of probable cost and time B 90% design submittal. The deliverable shall include the development of plan sheets, details, technical specification and probable cost and time required to implement the improvements. Submittal includes the development of contract documents and bidding documents. a) The anticipated plan sheets include: i. Site Plan and Control ii. Construction Phasing and Safety Plan and Details iii. Stormwater Pollution Prevention Plan and Details iv. Existing Conditions and Removals v. Solar Array Layout and Details vi. Solar Array Electrical Design and Details vii. Engineering Information b) The anticipated technical specifications anticipate references to FAA AC 150/5370- 10(Lasted Edition) Standards for Specifying Construction of Airports for: i. General Provisions ii. General Construction Items iii. Sitework iv. Miscellaneous v. Fencing vi. Drainage vii. Turfing viii. Lighting Installation ix. Special Provisions C 100% design submittal. The deliverable shall include final drawings and specifications sealed by a professional engineer registered in the State of Iowa. Submittal includes the following items: a) incorporation of 90% review comments b) Final sealed plan set c) Final sealed technical specifications d) Final bidding and contractual documents e) Final opinion of probable cost f) Final opinion of probable time g) Final estimate of DBE participation h) Final airspace submittal to the FAA Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 26 of 117 Category Amount ($) 1 Direct Salary Costs (See Attachment B-1)$22,821.40 2 Overhead and Labor ( 54.76% )$12,497.00 3 General and Administrative Overhead ( 117.50% )$26,815.15 4 Direct Nonsalary Expenses Lodging1 Meals/Per Diem1 Transportation $585.00 Materials & Supplies Printing $410.00 Other Costs (Excluding outside Services) 5 Fixed Payment2 $9,470.00 6 Outside Services/Subconsultants $9,100.00 $81,698.55 Total Amount Not to Exceed =$81,700.00 Estimated Construction Cost:$500,000 (See Attachment T) Federal/Local NOTES: 1/ 2/ Not inlcuded in calculation of fixed payment amount. Fixed Payment (Profit) = (15%)x[Direct Salary Costs + (OH&B)x(Direct Salary Costs) + Transportation + Materials & Supplies + Printing + CADD time + Other Costs (excluding outside services)]. Total = Attach a sketch labeled ATTACHMENT P in sufficient detail to clearly delineate the proposed areas of work Iowa City Municipal Airport Airside Ground Mount Solar Array ATTACHMENT B DESIGN PHASE SERVICES ESTIMATE OF COSTS Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 27 of 117 TIME REQUIRED HOURLY SALARY CLASSIFICATION (HOURS)WAGE EXPENSE PRINCIPAL 0 $98.40 $0.00 PROJECT ENGINEER II 78 $79.33 $6,187.74 PROJECT ARCHITECT II 0 $66.69 $0.00 PROJECT MANAGER II 0 $75.74 $0.00 PROJECT ENGINEER I 73 $63.00 $4,599.00 PROJECT MANAGER I 0 $60.91 $0.00 PROJECT ENVIRONMENTAL SPECIALIST I 0 $64.78 $0.00 PROJECT STRUCTURAL ENGINEER I 0 $62.98 $0.00 SENIOR ENGINEER I 114 $46.69 $5,322.66 SENIOR ARCHITECT I 0 $35.77 $0.00 TECHNICAL MANGER II 4 $53.60 $214.40 SENIOR PLANNER I 0 $44.97 $0.00 GIS SPECIALIST 0 $44.12 $0.00 ENVIRONMENTAL SPECIALIST III 0 $49.30 $0.00 SENIOR STRUCTURAL ENGINEER II 0 $61.73 $0.00 SENIOR STRUCTURAL ENGINEER I 40 $46.79 $1,871.60 ENGINEER I 124 $35.40 $4,389.60 STRUCTURAL ENGINEER II 0 $35.30 $0.00 ENVIRONMENTAL SPECIALIST II 0 $43.08 $0.00 PLANNER I 0 $35.45 $0.00 ENVIRONMENTAL SPECIALIST I 8 $29.55 $236.40 TECHNICAL MANAGER I 0 $31.58 $0.00 LAND SURVEYOR 0 $47.34 $0.00 SENIOR TECHNICIAN I 0 $44.22 $0.00 SENIOR TECHNICIAN II 0 $55.13 $0.00 TECHNICIAN II 0 $36.46 $0.00 TECHNICIAN I 0 $30.78 $0.00 PROJECT ADMINISTRATIVE ASSISTANT 0 $28.99 $0.00 ADMINISTRATIVE / ACCOUNTING ASSISTANT 0 $22.72 $0.00 AVERAGE TOTAL 441 $51.75 $22,821.40 ESTIMATE OF SALARY EXPENSE Iowa City Municipal Airport Airside Ground Mount Solar Array ATTACHMENT B-1 DESIGN PHASE SERVICES Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 28 of 117 Iowa City Municipal Airport Item 4a LODGING (Not in Fixed Fee Comp.)days @ Sub-Total $0.00 4b MEALS/PER DIEM (Not in Fixed Fee Comp.)days @ Sub-Total $0.00 4c TRANSPORTATION Travel Reimbursement 900 Miles @ $0.65 $585.00 Daily Vehicle Charge Day @ Tolls Sub-Total $585.00 4d MATERIALS AND SUPPLIES Surveying Supplies (paint, lathe, stakes, etc) Drafting Media Misc. Equipment and Direct Project Supplies Sub-Total $0.00 4e PRINTING Report (8.5 x 11) 400 sheets@ $0.35 $140.00 Exhibits (11x17)20 sheets@ $0.75 $15.00 Project Manual (8.5 x 11)600 sheets@ $0.35 $210.00 Plan Set 60 sheets@ $0.75 $45.00 Sub-Total $410.00 4f Other Cost (Ecluding Outside Services) Sub-Total $0.00 6 Outside Services / Subconsulants Topographic Survey (Subconsultant)$4,000.00 $4,000.00 Geotechnical Investigation (Subconsultant)$5,000.00 $5,000.00 Direct Shipping Cost $100.00 $100.00 Sub-Total 9,100.00 ATTACHMENT B-2 Design Phase Services ESTIMATED COST BREAKDOWN Airside Ground Mount Solar Array Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 29 of 117 Ph a s e N o . Element of Work Hours Avg. Hourly Rate Total Direct Labor % of Total Labor Pr o j . E n g . I I Pr o j . M g r . I I Pr o j . E n g . I Sr . E n g r I Te c h . M g r . I I Sr . S t r u c . E n g . I En g . I St r u c . E n g . I Pl a n n e r I En v . S p c . I Te c h . M g r . I La n d S u r v e y o r Te c h . I I Te c h . I Ad m i n . A s s t . $7 9 . 3 3 $7 5 . 7 4 $6 3 . 0 0 $4 6 . 6 9 $5 3 . 6 0 $4 6 . 7 9 $3 5 . 4 0 $3 5 . 3 0 $3 5 . 4 5 $2 9 . 5 5 $3 1 . 5 8 $4 7 . 3 4 $3 6 . 4 6 $3 0 . 7 8 $2 2 . 7 2 Design Phase (Per Section 1.4 of Agreement) 1000 133 $51.99 $6,915.20 30.30% 30 19 30 4 42 8 1100 27 $67.84 $1,831.72 8.03% 12 11 4 1105 3 $73.89 $221.66 0.97% 2 1 1110 8 $71.17 $569.32 2.49% 4 4 1115 8 $71.17 $569.32 2.49% 4 4 1120 8 $58.93 $471.42 2.07% 2 2 4 1200 1205 1210 1300 86 $46.44 $3,993.94 17.50% 12 8 22 36 8 1305 4 $54.85 $219.38 0.96%2 2 1310 4 $46.69 $186.76 0.82%4 1315 6 $52.13 $312.76 1.37%2 4 1320 4 $46.69 $186.76 0.82%4 1325 8 $57.37 $458.92 2.01% 4 4 1330 12 $50.04 $600.52 2.63% 4 8 1335 10 $36.24 $362.40 1.59%2 8 1340 20 $44.19 $883.72 3.87% 4 16 1345 18 $43.48 $782.72 3.43%2 8 8 1400 10 $57.49 $574.88 2.52% 4 4 2 1500 10 $51.47 $514.66 2.26% 2 4 4 2000 175 $51.83 $9,070.96 39.75% 34 23 42 24 52 2100 12 $63.01 $756.08 3.31% 4 4 4 2105 4 $71.17 $284.66 1.25% 2 2 2110 8 $471.42 2.07% 2 2 4 2200 121 $51.20 $6,195.68 27.15% 24 13 20 24 40 2205 Cover/Summary of Quantities/General Items 5 $249.76 1.09%1 4 2210 6 $52.13 $312.76 1.37%2 4 2215 8 $406.14 1.78%2 6 2220 8 $406.14 1.78%2 6 2225 Ground Mount Solar Array and Electrical Design 42 $53.45 $2,244.88 9.84% 16 2 24 2230 Racking System and Equipment Pad Structural Design 30 $52.21 $1,566.28 6.86% 4 2 24 2235 Solar Array and Electrical Details 22 $45.90 $1,009.72 4.42% 4 2 16 2300 22 $50.00 $1,100.04 4.82% 4 2 8 8 2400 20 $50.96 $1,019.16 4.47% 2 4 10 4 2405 8 $47.95 $383.56 1.68%2 4 2 2410 4 $46.69 $186.76 0.82%4 2415 3 $52.13 $156.38 0.69%1 2 2420 5 $58.49 $292.46 1.28% 2 1 2 3000 107 $49.79 $5,327.72 23.35% 14 13 34 16 30 3100 8 $56.11 $448.84 1.97% 2 2 2 2 3105 Review of 90% Design Documents with IOW/FAA 4 $71.17 $284.66 1.25% 2 2 3110 Comment Resolution From Agency 90% Review 4 $41.05 $164.18 0.72%2 2 3200 74 $48.78 $3,609.96 15.82% 10 6 18 16 24 3205 Cover/Summary of Quantities/General Items 2 $46.69 $93.38 0.41%2 3210 4 $46.69 $186.76 0.82%4 3215 10 $49.95 $499.52 2.19%2 8 3220 5 $49.95 $249.76 1.09%1 4 3225 Ground Mount Solar Array and Electrical Design 13 $51.04 $663.52 2.91% 4 1 8 3230 Racking System and Equipment Pad Structural Design 19 $51.07 $970.30 4.25% 2 1 16 Office Download of Field Data / Reduce Survey and Prepare Models Site Visit/Review by Design Team Pre-Design Meeting and Preparation Review Record Drawings and Available Data Related to the Project Area/Site Survey / Field Investigations / Verfy Existing Conditions Topo / Cross-Section Survey Field Work Attachment B-3 Cost Estimate of Consultant Services (By Task) Preliminary Assessment and Schematic Design Preliminary Work Items Scope Refinement and Project Definition Existing Conditions Validation/Review Ground Mount Solar Array and Electrical Layout Utility Interconnection Coordination Preliminary Concept and Development of 30% Engineer's Report General Scope Development/Overall Limits History Research and Review Sequence of Construction Concepts and CSPP Plan and Document Development - Detailed Design (30% to 90% Level) Review and Resolve Prelim Design Issues From Engineering Report Stage Review 30% Engineering Report with Owner/FAA Resolve Outstanding Issues from 30% Engineering Report Review Local Floodplain coordination and permitting Exhibits Preparation & Development in Support of Preliminary Engineering Report Preliminary Identification & List of Expected Specifications Prel. Opinion of Probable Cost, Quantity Evaluations, Computations and Funding Review; Preliminary Estimate of Time Racking and Equipment Manufacturer Coordination Development of Technical Specifications Quantity Computations, Development of Opinion of Prob. Cost and Estimate of Contract Time Quantity Computations Cost Estimate Preparation and Development Plan Set/Drawing Development Site Plan/Project Control Plan Sequence of Construction/Phasing Plan, Notes and Details / CSPP Existing Conditions/Prop Removal/Details Site Plan/Project Control Plan Sequence of Construction/Phasing Plan, Notes and Details / CSPP Existing Conditions/Prop Removal/Details Estimate of Time Preparation and Development Amend Engineer's Report (as applicable) Plan and Document Development - Final Design (90% - 100%) Iowa City Municipal Airport Airside Ground Mount Solar Array Review and Resolve Prelim Design Issues From Design Report Stage Development of Final Issued for Bid Set of Plans Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 30 of 117 Ph a s e N o . Element of Work Hours Avg. Hourly Rate Total Direct Labor % of Total Labor Pr o j . E n g . I I Pr o j . M g r . I I Pr o j . E n g . I Sr . E n g r I Te c h . M g r . I I Sr . S t r u c . E n g . I En g . I St r u c . E n g . I Pl a n n e r I En v . S p c . I Te c h . M g r . I La n d S u r v e y o r Te c h . I I Te c h . I Ad m i n . A s s t . $7 9 . 3 3 $7 5 . 7 4 $6 3 . 0 0 $4 6 . 6 9 $5 3 . 6 0 $4 6 . 7 9 $3 5 . 4 0 $3 5 . 3 0 $3 5 . 4 5 $2 9 . 5 5 $3 1 . 5 8 $4 7 . 3 4 $3 6 . 4 6 $3 0 . 7 8 $2 2 . 7 2 Design Phase (Per Section 1.4 of Agreement) Attachment B-3 Cost Estimate of Consultant Services (By Task) Preliminary Assessment and Schematic Design Iowa City Municipal Airport Airside Ground Mount Solar Array 3235 Solar Array and Electrical Details 21 $45.08 $946.72 4.15% 4 1 16 3300 12 $52.97 $635.60 2.79% 2 2 6 2 3400 13 $48.72 $633.32 2.78%3 8 2 3405 5 $45.44 $227.18 1.00%1 2 2 3410 2 $46.69 $93.38 0.41%2 3415 3 $52.13 $156.38 0.69%1 2 3420 3 $52.13 $156.38 0.69%1 2 4000 26 $57.98 $1,507.52 6.61%18 8 4100 10 $564.76 2.47%6 4 4105 Prepare QC Plan 2 $46.69 $93.38 0.41%2 4110 Complete QAP Reviews and Follow-up 2 $46.69 $93.38 0.41%2 4115 6 $63.00 $378.00 1.66%6 4200 12 $63.00 $756.00 3.31%12 4205 3 $63.00 $189.00 0.83%3 4210 3 $63.00 $189.00 0.83%3 4215 6 $63.00 $378.00 1.66%6 4300 4 $46.69 $186.76 0.82%4 Totals 441 $51.75 22,821.40$ 100.00% 78 73 114 4 40 124 8 Complete Constructability Reviews (at 30%, 90% and 100%) Project Management and Meetings Project Review and Coordination Meetings with the Owner and FAA (Est. (3) Mtgs @ 1 Hour(s)/Ea.) Internal Project Design Meetings and Coordination (Est. (3) of Mtgs @ 1 Hour(s)/Ea.) Project Management and Coord. of Design Team and Subconsultants Project Design Closeout and Archive Quality Control and Constructability Reviews Quantity Computations Cost Estimate Preparation and Development Estimate of Time Preparation and Development Prepare DBE Goals and Estimate General Overall Project Related Tasks Revisions to Technical Specifications based on Comment Resolution - Prepare IFB Contract Documents Revisions to Quantity Computations, Final Rev. of Opinion of Prob. Cost and Estimate of Contract Time Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 31 of 117 Category Amount ($) 1 Direct Salary Costs (See Attachment C-1)$14,920.02 2 Overhead and Labor ( 54.76% )$8,170.20 3 General and Administrative Overhead ( 117.50% )$17,531.02 4 Direct Nonsalary Expenses Lodging1 Meals/Per Diem1 Transportation $1,500.00 Materials & Supplies $150.00 Printing $110.00 Other Costs (Excluding outside Services)$100.00 5 Fixed Payment2 $6,370.00 6 Outside Services/Subconsultants $1,530.00 $50,381.24 Total Amount Not to Exceed =$50,400.00 Construction Cost:$500,000 (See Attachment T) Federal/Local NOTES: 1/ 2/ Fixed Payment (Profit) = (15%)x[Direct Salary Costs + (OH&B)x(Direct Salary Costs) + Transportation + Materials & Supplies + Printing + CADD time + Other Costs (excluding outside services)]. Iowa City Municipal Airport Airside Ground Mount Array ATTACHMENT C CONSTRUCTION PHASE SERVICES ESTIMATE OF COSTS Total = Attach a sketch labeled ATTACHMENT P in sufficient detail to clearly delineate the proposed areas of work Not inlcuded in calculation of fixed payment amount. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 32 of 117 TIME REQUIRED HOURLY SALARY CLASSIFICATION (HOURS)WAGE EXPENSE PRINCIPAL 0 $98.40 $0.00 PROJECT ENGINEER II 30 $79.33 $2,379.90 PROJECT ARCHITECT II 0 $66.69 $0.00 PROJECT MANAGER II 0 $75.74 $0.00 PROJECT ENGINEER I 42 $63.00 $2,646.00 PROJECT MANAGER I 0 $60.91 $0.00 PROJECT ENVIRONMENTAL SPECIALIST I 0 $64.78 $0.00 PROJECT STRUCTURAL ENGINEER I 0 $62.98 $0.00 SENIOR ENGINEER I 204 $46.69 $9,524.76 SENIOR ARCHITECT I 0 $35.77 $0.00 TECHNICAL MANGER II 0 $53.60 $0.00 SENIOR PLANNER I 0 $44.97 $0.00 GIS SPECIALIST 0 $44.12 $0.00 ENVIRONMENTAL SPECIALIST III 0 $49.30 $0.00 SENIOR STRUCTURAL ENGINEER II 0 $61.73 $0.00 SENIOR STRUCTURAL ENGINEER I 0 $46.79 $0.00 ENGINEER I 0 $35.40 $0.00 STRUCTURAL ENGINEER II 0 $35.30 $0.00 ENVIRONMENTAL SPECIALIST II 0 $43.08 $0.00 PLANNER I 0 $35.45 $0.00 ENVIRONMENTAL SPECIALIST I 0 $29.55 $0.00 TECHNICAL MANAGER I 0 $31.58 $0.00 LAND SURVEYOR 0 $47.34 $0.00 SENIOR TECHNICIAN I 0 $44.22 $0.00 SENIOR TECHNICIAN II 0 $55.13 $0.00 TECHNICIAN II 0 $36.46 $0.00 TECHNICIAN I 12 $30.78 $369.36 PROJECT ADMINISTRATIVE ASSISTANT 0 $28.99 $0.00 ADMINISTRATIVE / ACCOUNTING ASSISTANT 0 $22.72 $0.00 AVERAGE TOTAL 288 $51.81 $14,920.02 Iowa City Municipal Airport Airside Ground Mount Solar Array ATTACHMENT C-1 CONSTRUCTION PHASE SERVICES ESTIMATE OF SALARY EXPENSE Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 33 of 117 Iowa City Municipal Airport Airside Ground Mount Solar Array Item 4a LODGING (Not in Fixed Fee Comp.)days @ Sub-Total $0.00 4b MEALS/PER DIEM (Not in Fixed Fee Comp.)days @ Sub-Total $0.00 4c TRANSPORTATION Travel Reimbursement 2700 Miles @ $0.65 $1,755.00 Daily Vehicle Charge Day @ Tolls Sub-Total $1,755.00 4d MATERIALS AND SUPPLIES Surveying Supplies (paint, lathe, stakes, etc)$100.00 Drafting Media Misc. Equipment and Direct Project Supplies $50.00 Sub-Total $150.00 4e PRINTING Plan Set 30 sheets@ $0.75 $22.50 Photo-Copies 250 sheets@ $0.35 $87.50 $0.00 $0.00 Sub-Total $110.00 4f OTHER COSTS (EXCLUDING OUTSIDE SERVICES) Direct Project Shipping Expense $100.00 Sub-Total $100.00 5 OUTSIDE SERVICES / SUBCONSULTANTS QA Testing Subconsultant Onsite Nuclear Density Testing $117 / Hour Bit. Concrete Core Density $50 / Each Bit. Mix Extraction Analysis $250 / Each Bit. Mix Gyratory Compaction $225 / Each Bit. Mix Maximum Specific Gravity $210 / Each Onsite Concrete Testing $117 / Hour 8.00 $936.00 Concrete Cylinders $19 / Each 6.00 $114.00 Sample Pickup $100 / Trip 3.00 $300.00 Travel, Light Vehicle $60 / Trip 3.00 $180.00 Sub-Total $1,530.00 $1,530.00 ATTACHMENT C-2 Construction Phase Services ESTIMATED COST BREAKDOWN Recommended QA Testing Not-To-Exceed = Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 34 of 117 Ph a s e N o . Element of Work Hours Avg. Hourly Rate % of Total Labor Pr o j . E n g . I I Pr o j . M g r . I I Pr o j . E n g . I Sr . E n g r I Te c h . M g r . I I Sr . S t r u c . E n g . I En g . I St r u c . E n g . I Pl a n n e r I En v . S p c . I Te c h . M g r . I La n d S u r v e y o r Te c h . I I Te c h . I Ad m i n . A s s t . $7 9 . 3 3 $7 5 . 7 4 $6 3 . 0 0 $4 6 . 6 9 $5 3 . 6 0 $4 6 . 7 9 $3 5 . 4 0 $3 5 . 3 0 $3 5 . 4 5 $2 9 . 5 5 $3 1 . 5 8 $4 7 . 3 4 $3 6 . 4 6 $3 0 . 7 8 $2 2 . 7 2 Construction Phase Services 1.0 50 $64.31 $3,215.44 21.55% 10 34 6 1.1 5 $63.00 $315.00 2.11%5 1.2 5 $63.00 $315.00 2.11%5 1.3 16 $71.17 $1,138.64 7.63% 8 8 1.4 Subconsultant Coordination and Management 4 $63.00 $252.00 1.69%4 1.5 4 $54.85 $219.38 1.47%2 2 1.6 FAA Technical Operations Coordination 4 $63.00 $252.00 1.69%4 1.7 Respond to Request for Information (RFI's)8 $58.93 $471.42 3.16% 2 2 4 1.8 Technical Assistance to during grant close-out 4 $63.00 $252.00 1.69%4 2.0 14 $65.34 $914.74 6.13% 6 4 4 3.0 24 $57.57 $1,381.68 9.26% 8 16 4.0 12 $30.78 $369.36 2.48%12 5.0 140 $46.69 $6,536.60 43.81%140 5.1 4 $46.69 $186.76 1.25%4 5.2 100 $46.69 $4,669.00 31.29%100 5.3 36 $46.69 $1,680.84 11.27%36 6.0 14 $65.34 $914.74 6.13% 6 4 4 7.0 10 $46.69 $466.90 3.13%10 8.0 16 $46.69 $747.04 5.01%16 9.0 8 $46.69 $373.52 2.50%8 Totals 288 $51.81 $14,920.02 100.00% 30 42 204 12 Surveying/Layout/Project Control Iowa City Municipal Airport Airside Ground Mount Solar Array Attachment C-3 Cost Estimate of Consultant Services (By Task) Office Engineering Project Management (1 hour(s)/week) Airport and FAA Coordination / Correspondence (1 hour(s)/week) Periodic Site Reviews (2 visit - 4 hours/per visit) Coordination of NOTAM's etc.with Airport Operations Preconstruction Conference / Preparation Shop Drawings / Materials / Mix Design Review Resident Project Engineer and Assistants Construction Start-up / Documentation Set-up Full Time Daily Construction Observation (Est. 50 hr work weeks for 2 weeks) Part Time Construction Observation (Est. 3 days a week 4 hours per day for a total of 3 weeks) Final Inspection Punchlist Completion Development of Record Drawings Construction Documentation Close out / Audit review Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 35 of 117 Category Amount ($) 1 Direct Salary Costs (See Attachment D-1)$4,701.11 2 Overhead and Labor ( 54.76% )$2,574.33 3 General and Administrative Overhead ( 117.50% )$5,523.80 4 Direct Nonsalary Expenses Lodging1 Meals/Per Diem1 Transportation Materials & Supplies Printing Other Costs (Excluding outside Services) 5 Fixed Payment2 $1,920.00 6 Outside Services/Subconsultants $150.00 $14,869.24 Total Amount Not to Exceed =$14,900.00 Estimated Construction Cost:$500,000 (See Attachment T) Federal/Local NOTES: 1/ 2/ Fixed Payment (Profit) = (15%)x[Direct Salary Costs + (OH&B)x(Direct Salary Costs) + Transportation + Materials & Supplies + Printing + CADD time + Other Costs (excluding outside services)]. Iowa City Municipal Airport Airside Ground Mount Solar Array ATTACHMENT D SPECIAL SERVICES ESTIMATE OF COSTS Total = Attach a sketch labeled ATTACHMENT P in sufficient detail to clearly delineate the proposed areas of work Not inlcuded in calculation of fixed payment amount. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 36 of 117 TIME REQUIRED HOURLY SALARY CLASSIFICATION (HOURS)WAGE EXPENSE PRINCIPAL 0 $98.40 $0.00 PROJECT ENGINEER II 8 $79.33 $634.64 PROJECT ARCHITECT II 0 $66.69 $0.00 PROJECT MANAGER II 0 $75.74 $0.00 PROJECT ENGINEER I 43 $63.00 $2,709.00 PROJECT MANAGER I 0 $60.91 $0.00 PROJECT ENVIRONMENTAL SPECIALIST I 0 $64.78 $0.00 PROJECT STRUCTURAL ENGINEER I 0 $62.98 $0.00 SENIOR ENGINEER I 23 $46.69 $1,073.87 SENIOR ARCHITECT I 0 $35.77 $0.00 TECHNICAL MANGER II 0 $53.60 $0.00 SENIOR PLANNER I 0 $44.97 $0.00 GIS SPECIALIST 0 $44.12 $0.00 ENVIRONMENTAL SPECIALIST III 0 $49.30 $0.00 SENIOR STRUCTURAL ENGINEER II 0 $61.73 $0.00 SENIOR STRUCTURAL ENGINEER I 0 $46.79 $0.00 ENGINEER I 0 $35.40 $0.00 STRUCTURAL ENGINEER II 0 $35.30 $0.00 ENVIRONMENTAL SPECIALIST II 0 $43.08 $0.00 PLANNER I 8 $35.45 $283.60 ENVIRONMENTAL SPECIALIST I 0 $29.55 $0.00 TECHNICAL MANAGER I 0 $31.58 $0.00 LAND SURVEYOR 0 $47.34 $0.00 SENIOR TECHNICIAN I 0 $44.22 $0.00 SENIOR TECHNICIAN II 0 $55.13 $0.00 TECHNICIAN II 0 $36.46 $0.00 TECHNICIAN I 0 $30.78 $0.00 PROJECT ADMINISTRATIVE ASSISTANT 0 $28.99 $0.00 ADMINISTRATIVE / ACCOUNTING ASSISTANT 0 $22.72 $0.00 AVERAGE TOTAL 82 $57.33 $4,701.11 Iowa City Municipal Airport Airside Ground Mount Solar Array ATTACHMENT D-1 SPECIAL SERVICES ESTIMATE OF SALARY EXPENSE Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 37 of 117 Iowa City Municipal Airport Airside Ground Mount Solar Array Item 4a LODGING (Not in Fixed Fee Comp.)days @ Sub-Total $0.00 4b MEALS/PER DIEM (Not in Fixed Fee Comp.)days @ Sub-Total $0.00 4c TRANSPORTATION Travel Reimbursement Miles @ Daily Vehicle Charge Day @ Tolls Sub-Total $0.00 4d MATERIALS AND SUPPLIES Surveying Supplies (paint, lathe, stakes, etc) Drafting Media Misc. Equipment and Direct Project Supplies Sub-Total $0.00 4e PRINTING Report (8.5 x 11)sheets@ Exhibits (11x17)sheets@ Project Manual (8.5 x 11)sheets@ Plan Set sheets@ Sub-Total $0.00 4g Other Cost (Excluding Outside Services) Sub-Total $0.00 6 Outside Services / Subconsultants Advertisement Posting 1 Each @ $150.00 $150.00 Sub-Total $150.00 ATTACHMENT D-2 Special Services ESTIMATED COST BREAKDOWN Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 38 of 117 Ph a s e N o . Element of Work Hours Avg. Hourly Rate Total Direct Labor % of Total Labor Pr o j . E n g . I I Pr o j . M g r . I I Pr o j . E n g . I Sr . E n g r I Te c h . M g r . I I Sr . S t r u c . E n g . I En g . I St r u c . E n g . I Pl a n n e r I En v . S p c . I Te c h . M g r . I La n d S u r v e y o r Te c h . I I Te c h . I Ad m i n . A s s t . $7 9 . 3 3 $7 5 . 7 4 $6 3 . 0 0 $4 6 . 6 9 $5 3 . 6 0 $4 6 . 7 9 $3 5 . 4 0 $3 5 . 3 0 $3 5 . 4 5 $2 9 . 5 5 $3 1 . 5 8 $4 7 . 3 4 $3 6 . 4 6 $3 0 . 7 8 $2 2 . 7 2 Special Services Phase 5000 56 $60.96 $3,413.99 72.62% 8 33 15 5005 10 $49.95 $499.52 10.63%2 8 5010 2 $54.85 $109.69 2.33%1 1 5015 2 $46.69 $93.38 1.99%2 5020 10 $63.01 $630.08 13.40% 4 2 4 5025 4 $63.00 $252.00 5.36%4 5030 4 $63.00 $252.00 5.36%4 5035 6 $73.89 $443.32 9.43% 4 2 5040 4 $63.00 $252.00 5.36%4 5045 Buy American Waiver Coordination (If Required)8 $63.00 $504.00 10.72%8 5050 1 $63.00 $63.00 1.34%1 5055 4 $63.00 $252.00 5.36%4 5060 1 $63.00 $63.00 1.34%1 6000 7000 10 $40.96 $409.60 8.71%2 8 8000 6 $52.13 $312.76 6.65%2 4 9000 6 $52.13 $312.76 6.65%2 4 10000 4 $63.00 $252.00 5.36%4 Totals 82 $57.33 $4,701.11 100.00% 8 43 23 8 Coordinate Award with IOW and FAA Iowa City Municipal Airport Airside Ground Mount Solar Array Attachment D-3 - Special Services Phase Cost Estimate of Consultant Services (By Task) Bidding Develop Project Manual / Front End Contract Documents Prepare and Distribute Advertisement Distribution of Bid Documents/Bidder's List Respond to Bidders Questions/Prepare Addenda Pre-bid Meeting Bid Opening Review of Bids Prepare and Send Notice of Award Prepare and Coordinate Execution of Contract Documents Issue Notice to Proceed NEPA Environmental CATEX Redline ALP Update Airspace Documents/Exhibits/ Data Upload FAA Application for Funds and Supporting Documentation Project Management Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 39 of 117 ATTACHMENT E FAA CENTRAL REGION RECOMMENDED OUTLINE FOR ENGINEER’S DESIGN REPORT FOR IOWA PROJECTS The FAA project manager relies on the engineer’s design report to assist with their evaluation of AIP eligibility and conformance to FAA operational safety requirements. To facilitate this review, the Sponsor’s consultant should strive to address all applicable elements listed below in the order listed. Failure to properly address an applicable element may result in delays of the project review. If an element is not applicable, retain the element title and include the statement “This item is not applicable to this project.” To limit misdirected design resources, FAA strongly recommends early submittal of the engineer’s report, especially for large and complex projects. 1. General Scope of Project 1.1. Present a brief narrative on the scope of work as initially presented in the Data Sheet, approved by the FAA’s Project Initiation Letter (Go Letter), and refined through the Pre-design Meeting. Describe any major changes to the scope proposed by the Data Sheet. 1.2. Provide an exhibit illustrating the project limits (only if the Data Sheet is inadequate) 1.3. Include in an appendix a copy of the signed Data Sheet submitted for this project 1.4. Include in an appendix the Predesign Meeting minutes 1.5. Include in an appendix the project budget using the Final Project Cost Summary format 2. Existing Conditions 2.1. Describe the history and current condition of the existing system (original construction, rehabilitation projects, maintenance history, etc.). For pavement projects, identify the Pavement Condition Index (PCI) from the latest pavement inspection report. 2.2. Include a representative number of photographs that depict existing conditions. If applicable, also include photographs of any existing safety area deficiencies. 2.3. List all documents collected and reviewed including, as examples: as-built drawings of projects previously constructed near or applicable to the Project, topographic surveys, geotechnical reports, and airport maintenance records. 2.4. Identify and briefly explain any unique and unusual system elements and circumstances and if any need to be addressed and why. 3. Utilities in the Work Area 3.1. Identify all known existing underground utility lines in and adjacent to work area 3.2. Identify impacts to development as part of the design phase as opposed to delegating discovery of impacts to the contractor. 3.3. If physical impact is suspected such that lowering or relocation is necessary, positively identify the underground cable by location and depth during the design phase 3.4. Assume locations noted on record drawings are inaccurate. 3.5. Pothole areas of potential conflicts with existing underground utilities. 4. Fleet Mix 4.1. Fleet mix including number of departure operations and allocation of operations to runways 4.2. TFMSC for last five years (calendar or fiscal) 5. Design Standards 5.1. List Advisory Circulars applicable for current project Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 40 of 117 5.2. Identify in table format specific values for critical design standards. For runway projects, include RDC (includes visibility minimums): 5.3. Design aircraft as identified on the approved ALP (AAC, ADG, TDG) 5.4. Standard dimensional values for safety areas, object free areas, etc. 5.5. Standard geometric values for runways and taxiways 5.6. Standards for surface gradients (longitudinal and transverse) 6. Geometric Improvements 6.1. Identify area were geometric improvements are being made 6.2. Provide a concept drawing in an Appendix with dimensions for the geometry (if there are no preliminary submittals before the 90% submittal) 6.3. Address fillet design considerations taxiway edge safety margin (TESM) 7. Geotechnical Investigation 7.1. Summarize the geotechnical investigation (pavement cores/soil borings, water table, etc.) 7.2. Summarize the subgrade soils characteristics and properties. 7.3.a. soil classifications, moisture contents, Atterberg limits, etc. 7.4.b. CBR and/or k-value for untreated soil (and for treated soil if lime, fly ash, or cement kiln dust stabilization is anticipated or is being recommended, etc.). 7.5.c. other geotechnical recommendations such as geotextile fabric/geogrid, subgrade drainage, etc. 7.6.7.3. Include a copy of the Geotechnical Report in an appendix. The Geotechnical Report should include photographs of each pavement core. 8. Pavement Design 8.1. Fleet mix including number of departure operations (shall match Fleet Mix Table) and allocation of operations to runways 8.2. Pavement design alternatives with life-cycle analysis and justification for preferred alternative 8.3. Subgrade stabilization 8.4. Underdrain justification and design 8.5. Existing pavement alternatives, if applicable (e.g. disposition or reuse of asphalt millings, crushing PCC pavement and re-use as base, reclaiming/mixing aggregate base into subgrade). 8.6. Material availability and capacity to deliver 8.7. FAARFIELD program results 8.8. FAA Form 5100-1 8.9. Pavement Condition Number (PCN) calculation results (FAA Form 5010 shall be updated to include the PCN). Coordinate with FAA Regional Paving Engineer. 9. Pavement Marking 9.1. Discuss paint materials, black outlines, glass beads, etc. 9.2. Show layout of markings conforming to AC 150/5340-1 9.3. Address application of temporary marking (CSPP). Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 41 of 117 9.4. Sponsor must conduct a life cycle cost analysis when specifying a higher initial cost item that provides longer service life. 10. Drainage Design 10.1. Delineation of drainage area 10.2. Existing drainage area characteristics and structures 10.3. Storm water runoff calculations 10.4. Inlet and storm sewer system design calculations 10.5. Detention pond drainage requirement (empty within 48 hours) 10.6. Subsurface drainage 10.7. Underdrain system connection to storm sewer system 10.8. For Iowa airport projects, consult the Iowa SUDAS Design Manual and the Iowa Storm Water Management Manual 11. Environmental Considerations 11.1. Storm water management measures 11.2. Permits 11.3. For Iowa airport projects, consult the Iowa Construction Site Erosion Control Manual 11.4. Remediation (soil, asbestos, etc.), if applicable. 12. Airfield Lighting and Signage 12.1. Describe the existing system (age, condition, type) 12.2. Layout of airfield lights and signage (consult Engineering Brief 92) 12.3. Electrical vault improvements, if any. 12.4. Electrical circuit load calculations and summary table 13. NAVAIDS 13.1. Provide listing of all NAVAIDs and ownership 13.2. Identify impacts to FAA-owned navigation aids (physical and outages). Impacts to FAA-owned NAVAIDs may require a Reimbursable Agreement. 13.3. Provide design calculations for Sponsor-installed NAVAIDs 13.4. Include obstacle clearance surfaces verification, (if applicable) 13.5. For PAPI siting, provide a drawing in an Appendix that shows all layout and siting calculations including the PAPI OCS 14. Miscellaneous Work Items 14.1. Address other project related work items such as retroreflective markers, seeding, fencing, etc. 15. Life Cycle Cost Analysis 15.1. Applies whenever Sponsor desires a higher initial cost alternative over a lower cost alternative 15.2. Must use constant dollars (no inflation) and 7% discount rate 15.3. LCCA required for selection of pavement (concrete vs. asphalt) Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 42 of 117 16. Sponsor Requested Modifications to AIP Construction Standards 16.1. Do not change FAA standards unless absolutely necessary. 16.2. Contact the FAA Project Manager to discuss prior to submitting MOS request. 16.3. All MOS request are to be submitted through FAA Airports GIS website for HQ review. 16.4. MOS request shall provide description and justification for all sponsor requested modifications to FAA construction standards. 17. Delineation of AIP Non-participating work 17.1. Do not include AIP ineligible work in the project unless it is advantageous to the Federal government. 17.2. Separately identify all work items that are not eligible for AIP participation. 17.3. Provide justification for why non-participating work should be allowed as part of an AIP funded project 17.4. Establish how non-participating work will be separated from AIP work (schedules, line items) 18. Construction Safety and Phasing 18.1. Considerations for Airport Operational Safety during Construction 18.2. Discuss the proposed phasing concept and contractor’s access and staging area 18.3. Avoid providing a lot of detail on safety and phasing in the Report sinceas the Construction Safety and Phasing Plan (CSPP) will establish the complete requirements for operational safety and phase during construction. 18.4. Submit the CSPP as a separate document; do not include it in an appendix of the Engineer’s Report. It will be included in appendix of the Project Manual. 19. Project Schedule 19.1. Include critical milestone dates as applicable. Refer back to Go Letter, Predesign Minutes. 19.2. Project initiation 19.3. Preliminary investigation and design 19.4. Engineer’s Report submittal(s) 19.5. Acquisition and submittal of aeronautical survey data (as applicable) 19.6. Approach procedure development/amendment (as applicable) 19.7. Availability of plans and specifications (e.g. 30%, 90%, Final) 19.8. Bid opening 19.9. Award of contract 19.10. NTP 19.11. Completion 19.12. Closeout 20. Engineers Estimate of Probable Construction Cost 20.1. Provide an itemized summary of the engineer's estimate of probable construction cost. 20.2. Separately identify AIP eligible costs from that of non-eligible costs Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 43 of 117 21. Project Budget Summary 21.1. Provide a project budget summary that identifies all anticipated project costs (Administrative, preliminary, design, construction and observation/testing services) 22. DBE Participation 22.1. Indicate the status of the Sponsor’s DBE program (up to date, needs update etc) 22.2. Identify the current year of the 3 year overall goal. (i.e. Year 2 of overall 3 year goal) 22.3. Establish project specific goal based on progress toward meeting 3 year overall goal Appendices (as applicable) A. Data Sheet, Predesign Meeting Minutes B. Project Budget Summary and Engineer’s Estimate of Probable Construction Cost C. Geotechnical Investigation Report D. Aircraft Fleet Mix Table E. Pavement Design F. Storm Drainage Calculations G. Electrical Calculations Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 44 of 117 ATTACHMENT F FAA CENTRAL REGION STANDARDS FOR CONSTRUCTION OBSERVATION – 2/28/14 To attain FAA acceptance, the consulting engineering firm responsible for construction observation services shall prepare a COP that satisfactory addresses the minimum standards and qualifications for Personnel, Equipment, and Facilities. The COP must identify the required tests for both quality control and quality acceptance. The COP should also identify the frequency of tests and any applicable action limits.. At least a minimum of 10 days prior to the preconstruction meeting, the Engineer should submit a project specific construction observation program to the FAA for review and approval. I. Construction Observation Program (COP): The COP shall detail the measures and procedures the Engineer must utilize to comply with quality assurance provisions of the construction contract, including but not limited to all tests required by the project specifications. The program shall include the following items as a minimum: a. Brief narrative that describes the general scope of the project work. b. Name and title of the Sponsor's authorized representative (Airport Manager, City Engineer etc.). c. Name of Contractor and project Superintendent. d. Name of Project Engineer/Manager that has overall responsibility for administration of the construction contract. This person shall have the authority, as described in Section 50-08 of AC 150/5370-10, to take necessary actions to assure compliance with the contract requirements. e. Name of Resident Observer. Identify the limits of the observer's responsibilities. f. Name of Sponsor's Quality Assurance testing laboratory and a copy of their certificate of accreditation. For FAA standard paving materials, the accreditation shall be from a nationally recognized accreditation program (AASHTO, A2LA, etc.) as opposed to a State Highway program. The laboratory must have proper accreditation for the specific tests required of the specified material. g. Name of Contractor's Quality Control testing laboratory including a point of contact. h. Names of any other engineering firms with quality assurance responsibilities for the project. Include a description of the services each firm will provide. i. List qualifications for the Project Engineer, site inspectors, laboratory personnel, and testing personnel. j. Itemized listing of all tests required by the contract specification. Include the type and frequency of required tests, the method of sampling, the applicable test standard, and the acceptance criteria or tolerances permitted for each type of test. Refer to the Summary Listing of Tests for AC 150/5370-10 (pdf). k. Identify procedures for assuring that: • Tests are taken in accordance with the approved construction observation program; • Tests are documented properly; • Corrective actions / retesting is taken for failed tests; • Mix designs meet project specifications. Include documentation of Engineer's approval, • Quality and quantity of materials meet project requirements; • Reports are transmitted to proper parties. II. Engineer's Field Office and Laboratory, Equipment and Contract Documents a. The Engineer must assure that a facility suitable for use as a field office and laboratory is provided for within the construction contract documents (Ref. Section 60-05). b. The Engineer must assure that necessary equipment required for surveying, material testing, and project inspection is available and is in proper working order. c. The Engineer shall assure that approved plans and/or specifications are available to construction observation and testing laboratory personnel employed by the Engineer or working under contract with the Engineer. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 45 of 117 III. Personnel Qualifications a. Project Engineer/Manager: The Project Engineer/Manager shall be a Professional Engineer, licensed in the state where construction takes place (or a reciprocal state), and shall have overall responsibility for construction observation of the project. • The project engineer must be on the project site at the beginning of any critical operations and shall supervise all additional construction observation personnel. Define critical operations in the Construction Observation Program (COP). • The engineer shall have authority to make decisions regarding the project, subject to approval of the sponsor/owner and the FAA. The Project Engineer must sign all official project documents (i.e. change orders, inspection reports, etc.). • Unless otherwise approved by the FAA, the Project Engineer shall meet the following minimum requirements: 1) Earthwork - 3 years experience in earthwork construction. 2) Base and Subbase - 3 years experience in base and subbase construction 3) Concrete or Asphalt - 5 years experience in airport or highway pavement construction. b. Resident Observer The engineering consulting firm may supplement the Project Engineer with a Resident Observer. The use of a Resident Observer may not diminish the responsibility of the Project Engineer. The Project Engineer must be present at the start of all critical operations. The Resident Observer may assist the Project Engineer with construction observation but must not assume the overall responsibility of the Project Engineer. The qualifications for construction observation personnel will vary depending upon the material being placed. We recommend a minimum of two years experience. Refer to the minimum standards for materials to ascertain the minimum qualifications for the resident observer. c. Field Testing Personnel: Unless otherwise specified, field-testing personnel shall have a minimum of one-year experience in field-testing of the material being placed or constructed. In lieu of working experience, a certificate of completion from an acceptable training course is acceptable subject to FAA approval. d. Laboratory Personnel: The supervisors of the main testing laboratory and field laboratory shall have as a minimum; two years of prior employment with the official project testing laboratory or other testing laboratories with approved accreditation. The supervisor is ultimately responsible for the testing activity, but need not be present for field sampling or field-testing. IV. Testing Laboratory a. The laboratory furnishing testing services for the project must have a current accreditation by a nationally recognized accreditation program (i.e. AASHTO, A2LA). If a testing laboratory can show evidence that it has applied for and paid necessary fees to an acceptable laboratory accreditation program, such evidence may satisfy this requirement on an interim basis. The laboratory accreditation must address the tests required in the project. b. Testing functions occurring in the field such as density testing, material sampling, or specimen preparation may be performed by accredited laboratory personnel or other qualified personnel. Field-testing personnel shall have as a minimum, one year of experience with the appropriate material and construction methods. V. Surveying a. The surveying included in this portion of the observation program is limited to that required for construction of the project. The Project Engineer should have access to all field notes and data collected during design regardless of who designed the project. The survey party shall consist of a qualified party chief and survey crew. All survey equipment must be in proper working operation prior to use. If property surveying is required, the party chief must be a registered land surveyor. b. Horizontal and Vertical Control: Per Section 50-06 of AC 150/5370-10, the Sponsor's engineer is responsible for establishing horizontal and vertical control. Occasional spot check should be required to assure the integrity of the control monuments. Due to accuracy requirements for aeronautical information, the construction monuments for runway projects must be tied into the National Geodetic Service (NGS) National Spatial Reference System (NSRS). For horizontal control, the referenced datum must be NAD83. For vertical control, the referenced datum must be NAVD88. The contractor must adequately protect the construction monuments throughout the duration of the project. c. Construction Layout and Staking: The Contractor shall accomplish construction layout and staking by using horizontal and vertical control monuments established by the Sponsor's surveyor. The Sponsor should avoid situations that use the engineering consultant to accomplish construction layout and staking. The responsibility and risk associated with construction layout and staking must remain with the Contractor. d. During the course of the project work, the Sponsor's survey party shall make spot checks on alignment, verify proper cross sections of the completed pavement layers (subgrade, subbase, base course and surface course) and verify final cross sections for computing final pay quantities. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 46 of 117 VI. Construction Observation and Material Testing a. Subgrade, Subbase, and Base Course Construction Personnel. 1. Field Construction Observer: The Sponsor's Engineer shall provide at least one on site construction observer per shift with a minimum of 2 years experience in earthwork, and aggregate subbase/base course construction. Subject to FAA approval, the observer may substitute up to one year of experience with a four-year college degree in engineering or a certificate of completion from an acceptable training course. If additional assistant construction observers are necessary, they shall have a working knowledge of earthwork and subbase/base coarse construction procedures. 2. Field Testing Personnel: Unless otherwise specified, field testing personnel shall have a minimum of one year experience in field testing of subgrade, subbase, and base courses. In lieu of working experience and subject to FAA approval, it may be acceptable to reference a certificate of completion from an acceptable training course. 3. Laboratory Personnel: The supervisor(s) of the main testing laboratory and field laboratory shall have as a minimum; two years of prior employment with the official project testing laboratory or other testing laboratories with approved accreditation. The supervisor is ultimately responsible for the testing activity, but need not be present for field sampling or field testing. b. Bituminous Paving Observation Personnel. 1. Field and Plant Inspectors: The Sponsor's Engineer shall furnish a sufficient number of observers to adequately observe plant and field lay down operations. A minimum of one on site observer per shift shall have at least five years of experience in the field of bituminous pavement construction. Subject to FAA approval, the inspector may substitute up to one year of experience with four-year college degree in engineering or a certificate of completion from an acceptable training course. Assistant observers must have a working knowledge of the appropriate construction procedures. This includes observers for construction of bituminous seal coats and surface courses. 2. Field Testing Personnel: Unless otherwise specified, field-testing personnel shall have a minimum of one year experience in field testing and sampling of bituminous concrete. In lieu of working experience and subject to FAA approval, a certificate of completion from an acceptable training course may be accepted. 3. Laboratory Personnel: The supervisor(s) of the main laboratory and field laboratory shall have a minimum of two years of supervisory employment with this laboratory or other laboratories with approved accreditation. Additional laboratory personnel shall have a working knowledge of bituminous mixture testing. The supervisor is ultimately responsible for the testing activity, but need not be present for field sampling or field testing. c. Concrete Paving and Structural Concrete Observation Personnel. 1. Field Observers: The Sponsor's Engineer shall furnish a sufficient number of observers to adequately observe plant and field placement operations. A minimum of one on site observer per shift shall have at least 5 years experience in concrete pavement construction. Subject to FAA approval, the observer may substitute up to one year of experience with a four year college degree in engineering or a certificate of completion from an acceptable training course. The observer shall be on site during the placing, initial sawing and initial curing operations. Additional assistant observers shall have a working knowledge of concrete paving procedures. 2. Field Testing Personnel: Unless otherwise specified, field-testing personnel shall have a minimum of one-year experience in field testing and sampling of Portland cement concrete (PCC). In lieu of working experience and subject to FAA approval, the testing personnel may substitute the experience with a certificate of completion. 3. Testing Laboratory Personnel: The supervisor of the main laboratory and field laboratory shall have a minimum of two years of employment with this laboratory or other laboratories that have approved accreditation. Additional laboratory personnel shall have a working knowledge of concrete testing. The supervisor is ultimately responsible for the testing activity, but need not be present for field sampling or field-testing. d. Manufactured Materials: For manufactured items such as cement, asphalt, steel, lime, flyash and etc., the Project Engineer may accept the vendor's certification that the materials meet the specifications. The Project Engineer may also require testing of the material to assure compliance to the specifications. e. Report of Test Results to the Contractor: The Project Engineer, or designee, shall verbally notify the Contractor of the test results immediately after the tests are complete. The information shall include the results of the tests Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 47 of 117 and any payment deductions due to substandard construction materials. In no case shall the Contractor receive notice more than 4 working hours after the test results are complete. Provide additional written notification to the Contractor within 7 days after the tests are complete. f. Retesting: The testing laboratory shall provide written notification to the Sponsor and the Contractor of additional costs incurred from retesting of failed materials and additional quality assurance tests. VII. Reports a. Weekly Reports: The consultant shall prepare and submit a weekly construction progress and inspection report conforming to FAA form 5370-1. An equivalent format is acceptable provided the substitute format addresses the same information. Record and file tests reports in a timely and orderly manner. Tests reports shall include type of tests taken, applicable standards, location of tests, tests results (highlighting those test which fail specification requirements), provisions for failed tests, and specification requirements. Test reports must be made available for FAA review upon request. b. Final Report: At the end of the project, the Project Engineer shall submit a final test and quality control report that documents the results of all tests performed. Highlight tests that failed or did not meet the applicable test standard and note corrective action and re-testing results. The report shall include any applied pay reduction and justification for accepting any out-of-tolerance materials. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 48 of 117 ATTACHMENT G REQUIRED CONTRACT PROVISIONS FOR AIRPORT IMPROVEMENT PROGRAM AND FOR OBLIGATED SPONSORS REQUIRED FEDERAL CLAUSES FOR PROFESSIONAL SERVICES CONTRACTS INDEX 1. ACCESS TO RECORDS AND REPORTS (Reference: 2 CFR § 200.333, 2 CFR § 200.336) 2. BREACH OF CONTRACT TERMS (Reference 2 CFR § 200 Appendix II (A)) 3. CIVIL RIGHTS GENERAL (Reference: 49 USC § 47123) 4. CIVIL RIGHTS - TITLE VI ASSURANCE (Reference: 49 USC § 47123) 5. CLEAN AIR AND WATER POLLUTION CONTROL (Reference: 2 CFR § 200 Appendix II (G)) 6. CONTRACT WORK HOURS AND SAFETY STANDARDS (Reference: 2 CFR Part 200, Appendix II (E), 2 CFR § 5.5 (b), 40 USC § 3702, 40 USC § 3704) 7. DEBARMENT AND SUSPENSION (Reference: 2 CFR PART 180 (Subpart C), 2 CFR Part 1200, DOT Order 4200.5) 8. DISADVANTAGED BUSINESS ENTERPRISE (Reference: 49 CFR Part 26) 9. DISTRACTED DRIVING (Reference: Executive Order 13513 and DOT Order 3902.10) 10. DOMESTIC PREFERENCES FOR PROCURMENTS (2 CFR § 200.322, 2 CFR Part 200, Appendix II (L)) 11. EQUAL EMPLOYMENT OPPORTUNITY (EEO) (Reference: 2 CFR 200, Appendix II(C), 41 CFR § 60-1.4, 41 CFR § 60-4.3, and Executive Order 11246) 12. FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) (Reference: 29 USC § 201, et. seq.) 13. FOREIGN TRADE RESTRICTION CLAUSE (Reference: 49 USC § 50104 and 49 CFR Part 30) 14. LOBBYING AND INFLUENCING FEDERAL EMPLOYEES (Reference: 31 U.S.C. § 1352, 2 CFR Part 200, Appendix II (J), 49 CFR Part 20, Appendix A) 15. OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 (Reference 20 CFR Part 1910) 16. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (Reference: 2 CFR § 200 Appendix II(K) and 2 CFR § 200.216) 17. RIGHTS TO INVENTIONS (Reference: 2 CFR § 200, Appendix II (F) and 37 CFR § 401) 18. SEISMIC SAFETY (Reference: 49 CFR Part 41) 19. TAX DELINQUENCY AND FELONY CONVICTION (Reference: Sections 8113 of the Consolidated Appropriations Act, 2022 (Pub. L. 117-103) and DOT Order 4200.6) 20. TERMINATION OF CONTRACT (Reference: 2 CFR § 200 Appendix II (B)) 21. VETERAN’S PREFERENCE (Reference: 49 USC § 47112(C)) Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 49 of 117 ACCESS TO RECORDS AND REPORTS Reference: 2 CFR § 200.334, 2 CFR § 200.337, and FAA Order 5100.38 The Contractor must maintain an acceptable cost accounting system. The Contractor agrees to provide the Owner, the Federal Aviation Administration and the Comptroller General of the United States or any of their duly authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed BREACH OF CONTRACT TERMS Reference: 2 CFR § 200 Appendix II(A) Any violation or breach of terms of this contract on the part of the Contractor or its subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. Owner will provide Contractor written notice that describes the nature of the breach and corrective actions the Contractor must undertake in order to avoid termination of the contract. Owner reserves the right to withhold payments to Contractor until such time the Contractor corrects the breach or the Owner elects to terminate the contract. The Owner’s notice will identify a specific date by which the Contractor must correct the breach. Owner may proceed with termination of the contract if the Contractor fails to correct the breach by the deadline indicated in the Owner’s notice. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. CIVIL RIGHTS – GENERAL Reference: 49 USC § 47123 In all its activities within the scope of its airport program, the Contractor agrees to comply with pertinent statutes, Executive Orders, and such rules as identified in Title VI List of Pertinent Nondiscrimination Acts and Authorities to ensure that no person shall, on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision is in addition to that required by Title VI of the Civil Rights Act of 1964. CIVIL RIGHTS – TITLE VI ASSURANCES Reference: 49 USC § 47123 and FAA Order 1400.11 Title VI Solicitation Notice The Sponsor, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that for any contract entered into pursuant to this advertisement, [select businesses, or disadvantaged business enterprises or airport concession disadvantaged business enterprises] will be afforded full and fair opportunity to submit bids in response to this invitation and no businesses will be discriminated against on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award. Title VI List of Pertinent Nondiscrimination Acts and Authorities Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 50 of 117 During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “Contractor”) agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: • Title VI of the Civil Rights Act of 1964 (42 USC § 2000d et seq., 78 stat. 252) (prohibits discrimination on the basis of race, color, national origin); • 49 CFR part 21 (Non-discrimination in Federally-Assisted programs of the Department of Transportation—Effectuation of Title VI of the Civil Rights Act of 1964); • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 USC § 4601) (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); • Section 504 of the Rehabilitation Act of 1973 (29 USC § 794 et seq.), as amended (prohibits discrimination on the basis of disability); and 49 CFR part 27 (Nondiscrimination on the Basis of Disability in Programs or Activities Receiving Federal Financial Assistance); • The Age Discrimination Act of 1975, as amended (42 USC § 6101 et seq.) (prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982 (49 USC § 47123), as amended (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987 (PL 100-259) (broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, the Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs or activities” to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilities Act of 1990 (42 USC § 12101, et seq) (prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities) as implemented by U.S. Department of Transportation regulations at 49 CFR parts 37 and 38; • The Federal Aviation Administration’s Nondiscrimination statute (49 USC § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations (ensures nondiscrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations); • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs [70 Fed. Reg. 74087 (2005)]; • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 USC § 1681, et seq). Compliance with Nondiscrimination Requirements During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “Contractor”), agrees as follows: Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 51 of 117 1. Compliance with Regulations: The Contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2. Non-discrimination: The Contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the Contractor of the contractor’s obligations under this contract and the Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin. 4. Information and Reports: The Contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts and Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of a Contractor’s noncompliance with the non- discrimination provisions of this contract, the Sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to the Contractor under the contract until the Contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The Contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations, and directives issued pursuant thereto. The Contractor will take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the Contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the Contractor may request the Sponsor to enter into any litigation to protect the interests of the Sponsor. In addition, the Contractor may request the United States to enter into the litigation to protect the interests of the United States. CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS Reference: 2 CFR Part 200, Appendix II(E), 2 CFR § 5.5(b), 40 USC § 3702, and 40 USC § 3704 1. Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 52 of 117 hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph (1) of this clause, the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this clause, in the sum of $29 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this clause. 3. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration (FAA) or the Owner shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this clause. 4. Subcontractors. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (4) and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this clause. CLEAN AIR AND WATER POLLUTION CONTROL References: 2 CFR § 200 Appendix II(G), 42 USC § 7401, et seq, and 33 USC § 1251, et seq Contractor agrees to comply with all applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42 USC §§ 7401-7671q) and the Federal Water Pollution Control Act as amended (33 USC §§ 1251-1387). The Contractor agrees to report any violation to the Owner immediately upon discovery. The Owner assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal Aviation Administration. Contractor must include this requirement in all subcontracts that exceed $150,000. DEBARMENT AND SUSPENSION Reference: 2 CFR Part 180 (Subpart C), 2 CFR Part 200, Appendix II(H), 2 CFR Part 1200, DOT Order 4200.5, and Executive Orders 12549 and 12689 Certification of Bidder/Offeror Regarding Debarment By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. Certification of Lower Tier Contractors Regarding Debarment The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a “covered transaction”, must verify each lower tier participant of a “covered transaction” under the project is not Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 53 of 117 presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov. 2. Collecting a certification statement similar to the Certification of Offeror /Bidder Regarding Debarment, above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract. If the Federal Aviation Administration later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non-compliant participant. DISADVANTAGED BUSINESS ENTERPRISE Reference: 49 CFR Part 26 Solicitation Language (Solicitations that include a Contract Goal) Bid Information Submitted as a matter of responsiveness: The Owner’s award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR §26.53. As a condition of bid responsiveness, the Bidder or Offeror must submit the following information with its proposal on the forms provided herein: 1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; 2) A description of the work that each DBE firm will perform; 3) The dollar amount of the participation of each DBE firm listed under (1) 4) Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under (1) to meet the Owner’s project goal 5) Written confirmation from each listed DBE firm that it is participating in the contract in the kind and amount of work provided in the prime contractor’s commitment; and 6) If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. The documentation of good faith efforts must include copies of each DBE and non-DBE subcontractor quote submitted to the bidder when a non-DBE subcontractor was selected over a DBE for work on the contract. Bid Information submitted as a matter of responsibility: The Owner’s award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR §26.53. As a condition of responsibility, every Bidder or Offeror must submit the following information on the forms provided herein within five days after bid opening. 1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; 2) A description of the work that each DBE firm will perform; 3) The dollar amount of the participation of each DBE firm listed under (1) 4) Written statement from Bidder or Offeror that attests their commitment to use the DBE Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 54 of 117 firm(s) listed under (1) to meet the Owner’s project goal 5) Written confirmation from each listed DBE firm that it is participating in the contract in the kind and amount of work provided in the prime contractor’s commitment; and 6) If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. The documentation of good faith efforts must include copies of each DBE and non-DBE subcontractor quote submitted to the bidder when a non-DBE subcontractor was selected over a DBE for work on the contract. Race/Gender Neutral Means The requirements of 49 CFR part 26 apply to this contract. It is the policy of the Owner to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. The Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. Contract Assurance (49 CFR § 26.13) The Contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the Owner deems appropriate, which may include, but is not limited to: 1) Withholding monthly progress payments; 2) Assessing sanctions; 3) Liquidated damages; and/or 4) Disqualifying the Contractor from future bidding as non-responsible. Prompt Payment (49 CFR §26.29) The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than thirty (30) calendar days from the receipt of each payment the prime contractor receives from the Owner. The prime contractor agrees further to return retainage payments to each subcontractor within thirty (30) calendar days after the subcontractor’s work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the Owner. This clause applies to both DBE and non-DBE subcontractors. Termination of DBE Subcontracts (49 CFR §26.53(f)) The prime contractor must not terminate a DBE subcontractor listed in response to section Solicitation Language (or an approved substitute DBE firm) without prior written consent of the Owner. This includes, but is not limited to, instances in which the prime contractor seeks to perform work originally designated for a DBE subcontractor with its own forces or those of an affiliate, a non-DBE firm, or with another DBE firm. The prime contractor shall utilize the specific DBEs listed to perform the work and supply the materials for which each is listed unless the contractor obtains written consent the Owner. Unless the Owner consent is provided, the prime contractor shall not be entitled to any payment for work or material unless it is performed or supplied by the listed DBE. The Owner may provide such written consent only if the Owner agrees, for reasons stated in the concurrence document, that the prime contractor has good cause to terminate the DBE firm. For purposes of this paragraph, good cause includes the circumstances listed in 49 CFR §26.53. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 55 of 117 Before transmitting to the Owner its request to terminate and/or substitute a DBE subcontractor, the prime contractor must give notice in writing to the DBE subcontractor, with a copy to the Owner, of its intent to request to terminate and/or substitute, and the reason for the request. The prime contractor must give the DBE five days to respond to the prime contractor's notice and advise the Owner and the contractor of the reasons, if any, why it objects to the proposed termination of its subcontract and why the Owner should not approve the prime contractor's action. If required in a particular case as a matter of public necessity (e.g., safety), the Owner may provide a response period shorter than five days. In addition to post-award terminations, the provisions of this section apply to preaward deletions of or substitutions for DBE firms put forward by offerors in negotiated procurements. DISTRACTED DRIVING Reference: Executive Order 13513 and DOT Order 3902.10 In accordance with Executive Order 13513, “Federal Leadership on Reducing Text Messaging While Driving”, (10/1/2009) and DOT Order 3902.10, “Text Messaging While Driving”, (12/30/2009), the Federal Aviation Administration encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or subgrant. In support of this initiative, the Owner encourages the Contractor to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work activities associated with the project. The Contractor must include the substance of this clause in all sub-tier contracts exceeding $10,000 that involve driving a motor vehicle in performance of work activities associated with the project. DOMESTIC PREFERENCES FOR PROCUREMENTS Reference: 2 CFR § 200.322, 2 CFR Part 200, Appendix II(L) The Bidder or Offeror certifies by signing and submitting this bid or proposal that, to the greatest extent practicable, the Bidder or Offeror has provided a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including, but not limited to, iron, aluminum, steel, cement, and other manufactured products) in compliance with 2 CFR § 200.322. EQUAL EMPLOYMENT OPPORTUNITY (EEO) Reference: 2 CFR 200, Appendix II(C), 41 CFR § 60-1.4, 41 CFR § 60-4.3, and Executive Order 11246 Equal Opportunity Clause During the performance of this contract, the Contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identify, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff, or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 56 of 117 (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The Contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers’ representative of the Contractor’s commitments under this section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the Contractor’s noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The Contractor will include the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. Standard Federal Equal Employment Opportunity Construction Contract Specifications 1. As used in these specifications: a. “Covered area” means the geographical area described in the solicitation from which this contract resulted; b. “Director” means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 57 of 117 c. “Employer identification number” means the Federal social security number used on the Employer’s Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. "Minority" includes: (1) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race); (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR part 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor’s or subcontractor’s failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the Contractor has a collective bargaining agreement to refer either minorities or women shall excuse the Contractor’s obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the non-working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by the Contractor during the training period and the Contractor shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 58 of 117 training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor’s compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor’s employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the Contractor’s obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations’ responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or female sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor’s efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor’s employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor’s EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company’s EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions, including specific review of these items, with onsite supervisory personnel such superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor’s EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor’s EEO policy with other contractors and subcontractors with whom the Contractor does or anticipates doing business. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 59 of 117 i. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving the Contractor’s recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a contractor’s workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR part 60-3. l. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor’s obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are non-segregated except that separate or single user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisor’s adherence to and performance under the Contractor’s EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor union, contractor community, or other similar groups of which the Contractor is a member and participant may be asserted as fulfilling any one or more of its obligations under 7a through 7p of these specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor’s minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor’s and failure of such a group to fulfill an obligation shall not be a defense for the Contractor’s noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, if the particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 60 of 117 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR part 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g. those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) Reference: 29 USC § 201, et seq and 2 CFR § 200.430 All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, et seq, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part- time workers. The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor – Wage and Hour Division. TRADE RESTRICTION CERTIFICATION Reference: 49 USC § 50104 and 49 CFR Part 30 By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror – is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR); has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 61 of 117 This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC § 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR § 30.17, no contract shall be awarded to an Offeror or subcontractor: who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR; or whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list; or who incorporates in the public works project any product of a foreign country on such USTR list. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. LOBBYING AND INFLUENCING FEDERAL EMPLOYEES Reference: 31 USC § 1352 – Byrd Anti-Lobbying Amendment, 2 CFR part 200, Appendix II(I), and 49 CFR part 20, Appendix A CERTIFICATION REGARDING LOBBYING The Bidder or Offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 62 of 117 (3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 Reference: 20 CFR Part 1910 All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. The employer must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The employer retains full responsibility to monitor its compliance and their subcontractor’s compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (29 CFR Part 1910). The employer must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor – Occupational Safety and Health Administration. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT Reference: 2 CFR § 200 Appendix II(K) and 2 CFR § 200.216 Contractor and Subcontractor agree to comply with mandatory standards and policies relating to use and procurement of certain telecommunications and video surveillance services or equipment in compliance with the National Defense Authorization Act [Public Law 115-232 § 889(f)(1)]. RIGHT TO INVENTIONS Reference: 2 CFR Part 200 Appendix II(F) and 37 CFR Part 401 Contracts or agreements that include the performance of experimental, developmental, or research work must provide for the rights of the Federal Government and the Owner in any resulting invention as established by 37 CFR part 401, Rights to Inventions Made by Non-profit Organizations and Small Business Firms under Government Grants, Contracts, and Cooperative Agreements. This contract incorporates by reference the patent and inventions rights as specified within 37 CFR § 401.14. Contractor must include this requirement in all sub-tier contracts involving experimental, developmental, or research work. SEISMIC SAFETY Reference: 49 CFR Part 41 The Contractor agrees to ensure that all work performed under this contract, including work performed by subcontractors, conforms to a building code standard that provides a level of seismic safety substantially equivalent to standards established by the National Earthquake Hazards Reduction Program (NEHRP). Local building codes that model their code after the current version of the International Building Code (IBC) meet the NEHRP equivalency level for seismic safety. TAX DELINQUENCY AND FELONY CONVICTIONS Reference: Sections 8113 of the Consolidated Appropriations Act, 2022 (Pub. L. 117-103) and DOT Order 4200.6 Certification of Offeror/Bidder Regarding Tax Delinquency and Felony Convictions Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 63 of 117 The applicant must complete the following two certification statements. The applicant must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark () in the space following the applicable response. The applicant agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts. Certifications The applicant represents that it is ( ) is not ( ) a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. The applicant represents that it is ( ) is not ( ) a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. Note If an applicant responds in the affirmative to either of the above representations, the applicant is ineligible to receive an award unless the Sponsor has received notification from the agency suspension and debarment official (SDO) that the SDO has considered suspension or debarment and determined that further action is not required to protect the Government’s interests. The applicant therefore must provide information to the owner about its tax liability or conviction to the Owner, who will then notify the FAA Airports District Office, which will then notify the agency’s SDO to facilitate completion of the required considerations before award decisions are made. Term Definitions Felony conviction: Felony conviction means a conviction within the preceding twenty four (24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. Code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 USC § 3559. Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. TERMINATION OF CONTRACT Reference: 2 CFR § 200 Appendix II(B) and FAA Advisory Circular 150/5370-10, Section 80-09 Termination for Convenience (Construction & Equipment Contracts) The Owner may terminate this contract in whole or in part at any time by providing written notice to the Contractor. Such action may be without cause and without prejudice to any other right or remedy of Owner. Upon receipt of a written notice of termination, except as explicitly directed by the Owner, the Contractor shall immediately proceed with the following obligations regardless of any delay in determining or adjusting amounts due under this clause: 1. Contractor must immediately discontinue work as specified in the written notice. 2. Terminate all subcontracts to the extent they relate to the work terminated under the notice. 3. Discontinue orders for materials and services except as directed by the written notice. 4. Deliver to the Owner all fabricated and partially fabricated parts, completed and partially completed work, supplies, equipment and materials acquired prior to termination of the work, and as directed in the written notice. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 64 of 117 5. Complete performance of the work not terminated by the notice. 6. Take action as directed by the Owner to protect and preserve property and work related to this contract that Owner will take possession. Owner agrees to pay Contractor for: 1. Completed and acceptable work executed in accordance with the contract documents prior to the effective date of termination; 2. Documented expenses sustained prior to the effective date of termination in performing work and furnishing labor, materials, or equipment as required by the contract documents in connection with uncompleted work; 3. Reasonable and substantiated claims, costs, and damages incurred in settlement of terminated contracts with Subcontractors and Suppliers; and 4. Reasonable and substantiated expenses to the Contractor directly attributable to Owner’s termination action. Owner will not pay Contractor for loss of anticipated profits or revenue or other economic loss arising out of or resulting from the Owner’s termination action. The rights and remedies this clause provides are in addition to any other rights and remedies provided by law or under this contract. Termination for Cause (Construction) Section 80-09 of FAA Advisory Circular 150/5370-10 establishes standard language for conditions, rights, and remedies associated with Owner termination of this contract for cause due to default of the Contractor. Termination for Cause (Equipment) The Owner may, by written notice of default to the Contractor, terminate all or part of this Contract for cause if the Contractor: 1. Fails to begin the Work under the Contract within the time specified in the Notice- to-Proceed; 2. Fails to make adequate progress as to endanger performance of this Contract in accordance with its terms; 3. Fails to make delivery of the equipment within the time specified in the Contract, including any Owner approved extensions; 4. Fails to comply with material provisions of the Contract; 5. Submits certifications made under the Contract and as part of their proposal that include false or fraudulent statements; or 6. Becomes insolvent or declares bankruptcy. If one or more of the stated events occur, the Owner will give notice in writing to the Contractor and Surety of its intent to terminate the contract for cause. At the Owner’s discretion, the notice may allow the Contractor and Surety an opportunity to cure the breach or default. If within [10] days of the receipt of notice, the Contractor or Surety fails to remedy the breach or default to the satisfaction of the Owner, the Owner has authority to acquire equipment by other procurement action. The Contractor will be liable to the Owner for any excess costs the Owner incurs for acquiring such similar equipment. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 65 of 117 Payment for completed equipment delivered to and accepted by the Owner shall be at the Contract price. The Owner may withhold from amounts otherwise due the Contractor for such completed equipment, such sum as the Owner determines to be necessary to protect the Owner against loss because of Contractor default. Owner will not terminate the Contractor’s right to proceed with the work under this clause if the delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such acceptable causes include: acts of God, acts of the Owner, acts of another Contractor in the performance of a contract with the Owner, and severe weather events that substantially exceed normal conditions for the location. If, after termination of the Contractor’s right to proceed, the Owner determines that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the Owner issued the termination for the convenience the Owner. The rights and remedies of the Owner in this clause are in addition to any other rights and remedies provided by law or under this contract. VETERAN’S PREFERENCE Reference: 49 USC § 47112(c) In the employment of labor (excluding executive, administrative, and supervisory positions), the Contractor and all sub-tier contractors must give preference to covered veterans as defined within Title 49 United States Code Section 47112. Covered veterans include Vietnam-era veterans, Persian Gulf veterans, Afghanistan-Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 USC § 632) owned and controlled by disabled veterans. This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 66 of 117 ATTACHMENT H INDIRECT OVERHEAD COSTS SUMMARY OF OVERHEAD AND INDIRECT COSTS Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 67 of 117 June 2, 2023 Subject:PRELIMINARY ENGINEERING Consultant Unit Prequalification File Roger Driskell CRAWFORD, MURPHY, & TILLY, INC. 2750 West Washington Street Springfield, IL 62702 Dear Roger Driskell, We have completed our review of your "Statement of Experience and Financial Condition" (SEFC) which you submitted for the fiscal year ending Dec 31, 2021. Your firm's total annual transportation fee capacity will be $96,800,000. Your firm's payroll burden and fringe expense rate and general and administrative expense rate totaling 172.26% are approved on a provisional basis. The rate used in agreement negotiations may be verified by our Bureau of Investigations and Compliance in a pre-award audit. Pursuant to 23 CFR 172.11(d), we are providing notification that we will post your company’s indirect cost rate to the Federal Highway Administration’s Audit Exchange where it may be viewed by auditors from other State Highway Agencies. Your firm is required to submit an amended SEFC through the Engineering Prequalification & Agreement System (EPAS) to this office to show any additions or deletions of your licensed professional staff or any other key personnel that would affect your firm's prequalification in a particular category. Changes must be submitted within 15 calendar days of the change and be submitted through the Engineering Prequalification and Agreement System (EPAS). Your firm is prequalified until December 31, 2022. You will be given an additional six months from this date to submit the applicable portions of the "Statement of Experience and Financial Condition" (SEFC) to remain prequalified. Sincerely, Jack Elston, P.E. Bureau Chief Bureau of Design and Environment Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 68 of 117 CRAWFORD, MURPHY & TILLY, INC. SUMMARY OF INDIRECT OVERHEAD COST AUDITED CALENDAR YEAR 2021 AND PROVISIONAL 2021/2022 CMT ACCOUNT NUMBER ACCOUNT NAME % OF DIRECT LABOR COSTS PAYROLL BURDEN AND FRINGE BENEFITS 6151 FICA Tax 12.81% 6102, 6103, 6170 Paid Time Off (Vacation, Holidays and Sick Leave) 15.79% 6154, 6156, 6158 Group Medical, Life, Workers Comp, Disability and Unemployment Insurance 15.35 % 6159, 6160 Employee Retirement Plan Contributions 10.81% 54.76% GENERAL & ADMINISTRATIVE OVERHEAD EXPENSE 6104-6120 Indirect Salaries - Not Allocable to Projects 69.72% 6222, 6264 Miscellaneous Taxes 1.02% 6231 Professional Fees 4.60% 6251 Rent 10.39% 6252 Utilities 0.76% 6271 Telephone & Data 2.29% 6253-6254 Maintenance, Repairs & Supplies 1.60% 6261-6265 Office Supplies, Shipping & Reproduction 1.22% 6281, 6284 Seminars, Registration & Education 2.71% 6291,92,95,6321-23 Travel & Vehicle Expense 2.29% 6331, 6332 Business Insurance 3.15% 6351,52,61,62,69 Equipment Expense, Repairs & Maintenance 1.30% 6366, 6367, 6368 Computer Expense & Supplies 12.11% 6371,6372,6381,6382 Maps, Reference Books, Engineering & Survey Supplies 0.44% 6401+COFC Depreciation & Cost of Facilities Capital (0.14%) 3.90% 117.50% TOTAL OVERHEAD 172.26% Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 69 of 117 ATTACHMENT I PROJECT EXHIBIT Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 70 of 117 Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 71 of 117 ATTACHMENT J CIP PROJECT SUBMITTAL Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 72 of 117 Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 73 of 117 Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 74 of 117 Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 75 of 117 ATTACHMENT K FAA GO LETTER Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 76 of 117 U.S. Department of Transportation Federal Aviation Administration Central Region Iowa, Kansas Missouri, Nebraska 901 Locust Kansas City, Missouri 64106 (816) 329-2600 January 9, 2024 Mr. Michael Tharp Airport Manager Iowa City Municipal Airport 1801 S. Riverside Drive Iowa City, IA 52246 Re: Iowa City Municipal Airport (IOW); Iowa City, IA Potential Grant No. 3-19-0047-037 (BIL - AIG - 2024) Subject: Initiation of Work for Proposed FY 2024 Project Dear Mr. Tharp: Proposed Project The FAA is considering the following project(s) as part of the FY 2024 Capital Improvement Program: Install Solar Panels $442,800.00 Proposed Project Description Federal Share Requested The project(s) scope of work and anticipated Federal share are based on your Airport Capital Improvement Plan (ACIP) Data Sheet. Contact me if you no longer plan to accomplish this work this year, the scope has changed, or the cost estimate has changed significantly. Purpose and Limitations of Letter This is not a guarantee of funding, nor is the value of the project considered a final determination by the FAA. The Congressional notification of funding, if issued, will serve as your official announcement that funding is available for your location. All work activities performed prior to Congressional release of funds are at the sponsor’s initiative. FAA Environmental Determination The FAA determined that there are no individual or cumulative extraordinary circumstances associated with this proposed action. The project is environmentally Categorically Excluded (CATEX) under paragraph(s) Doc CATEX 5-6.3i of FAA Order 1050.1F as it relates to the National Environmental Policy Act (NEPA). No further environmental documentation for this project is Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 77 of 117 Page 2 of 2 Go Letter IOW 037 needed. Please refer to the environmental conditions to be included in the project design and/or construction as appropriate. What you need to do now To compete for funding this fiscal year, you should complete the following actions: • Evaluate your progress in meeting your 3-year DBE Program goal. If you have any questions regarding your DBE Program, contact Ms. Ofelia Medina at 424-405-7205 or ofelia.medina@faa.gov • Initiate actions that require long lead times. • Our records show the latest Exhibit A or Airport Property Map is dated 5/5/2015. If this does not match your records, please contact Amy Walter at (816) 329-2603 or amy.walter@faa.gov to correct. Detailed Guidance Detailed guidance regarding each of the above steps can be found in the AIP Sponsor Guide located at http://www.faa.gov/airports/central/aip/sponsor_guide/. Questions If you have any questions, please contact me at (816) 329-2619 or anthony.pollard@faa.gov. Sincerely, Anthony Pollard State Airport Engineer - Iowa Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 78 of 117 ATTACHMENT L IOWA CITY EQUAL EMPLOYMENT OPPORTUNITY POLICY Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 79 of 117 SECTION I- GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants wit h contracts of $25,000 o r more (or less) i f required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC-2 and CC-3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 80 of 117 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor”· shall include consultants and vendors.) 1. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor; state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C.§ 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print)------------------------- Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 81 of 117 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6 are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 82 of 117 SECTION Ill -SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page p o s t i n g s , employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews c a re f u lly . Prepare inte rv iew questions i n advance t o assure t h a t they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non-biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 83 of 117 CITY OF IOWA CITY Attached for your information is a copy of Section 2 - 3 - 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment as well as a sample policy. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 84 of 117 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of _ This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her a g e , national origin, color, creed, disability, gender identity, marital s t a t u s , race, religion, sex, or sexual orientation. The anti-discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for -------------- is: Name: Address: -------------- Telephone Number: ---------- NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 85 of 117 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 03-4105, 12-16-2003) B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to pregnancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and recovery therefrom are, for all job related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the state epidemiologist determines and the director of public health declares through the utilization of guidelines established by the center for disease control of the United States department of health and human services, that a person with a condition related to acquired immune deficiency syndrome poses a significant risk of transmission of the human immunodeficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 86 of 117 Inc.to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7- 1995) 1. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 2. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 3. The employment on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12- 16-2003) 4. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 5. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 6. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08- 4312, 8-11-2008) Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 87 of 117 ATTACHMENT M IOWA CITY WAGE THEFT POLICY Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 88 of 117 CITY OF IOWA CITY WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter “Wage Theft Policy”) I. Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. “Discretionary” economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City’s purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); c. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 89 of 117 WAGE THEFT AFFIDAVIT STATE OF ___________________ ) ) ss: ___________________ COUNTY ) I, , upon being duly sworn, state as follows: 1. I am the _____________________________ [position] of _____________________________ [“contracting entity”] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither _____________________________ [contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. Signature This instrument was acknowledged before me by __________________________________________________ on ______________________, 20___. _ Notary Public in and for the State of Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 90 of 117 Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 91 of 117 Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 92 of 117 Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 93 of 117 Job Class #27-29 FLSA Exempt Non Civil Service Identification Position Title: Airport Manager Department: Airport Division: Airport Supervisor: Airport Commission Chair Job Summary Plans, directs, and coordinates the short and long range vision of aviation and non-aviation development as set forth by the Iowa City Airport Commission. Compiles and manages the Operating and Capital Improvement Program budgets; applies for and monitors airport grants and coordinates project work with consultants, tenants and City departments. This is a full-time exempt position requiring periodic evening and weekend duties. Job Scope Responsible for planning and directing the management, operations, development and maintenance of the airport. Reports directly to the Airport Commission. Supervision Received Works under the general supervision and policy direction of the Airport Commission and reports to and is hired by the Commission. Essential Job Duties and Responsibilities Advises and confers with Airport Commission concerning operating conditions and needs. Serves as staff contact for Airport Commission, Airport Zoning Commission and Airport Zoning Board of Adjustment. Creates agendas and meeting information packets for assigned Boards & Commissions. Advises and recommends policy and/or operational matters to the Airport Commission, including public relations activities associated with the Airport. Attends professional meetings, seminars and workshops to stay abreast of new trends, legislation and innovation related to the industry. Represents Airport at City department head, budget, council and other meetings as necessary. Prepares and presents capital and operating budget to Commission, City Administrator and City Council. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 94 of 117 CITY OF IOWA CITY - Job Description Updated 11/22/2022 Oversees and coordinates all Airport activities including customer service and hangar facility leases/rentals. Develops relationships and serves as liaison between the Airport Commission, other City departments, representatives of county, state and federal agencies, private aircraft operators and the Fixed Base Operator. Administers and facilitates leases, contracts and agreements with users of the facilities. Ensures safe and efficient operation of the Airport in compliance with the Federal Aviation Administration (FAA) regulations. Provides oversight of all applicable federal, state and local regulations as well as Airport policies and procedures. Researches and applies for local, state and federal funding; monitors the reimbursements and related reports. Directs and monitors consultants regarding project scope, schedule, budget, development of design and construction documents, bid evaluation, construction contract preparation and technical support during construction. Conducts self in a manner which promotes and supports diversity and inclusivity in the workplace and community. Performs all other related duties as assigned. Physical and Environmental Conditions The physical demands and work environment conditions described here are representative of those that must be met by employee to successfully perform the essential functions of this job and are encountered while performing those essential functions. Reasonable accommodations may be made to enable individuals with disabilities to perform the essential functions. Regularly required to walk around airport facilities, sit for long periods, talk and hear. Specific vision abilities are required by this job to include but not limited to close vision. When working in outside weather, will routinely stand for prolonged periods of time, stoop, kneel, bend, climb or crouch to reach items and maneuver uneven or outdoor terrain and drive some machinery. May be exposed to moving mechanical parts, fumes or airborne particles, vibrations and outside elements including extreme cold, heat, wind, wet or humid conditions. The noise level in the work environment is usually moderate but may be loud at times. Minimum Education, Experience and Certification Bachelor's degree in airport administration or a closely related field from an educational institution accredited by a DOE recognized accreditation body and 3 years or aviation management experience required. Or equivalent combination of education and experience. Valid driver's license with satisfactory driving record required. Must be 18 years of age per Iowa Code 92.8. Must pass criminal background check. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 95 of 117 CITY OF IOWA CITY - Job Description Updated 11/22/2022 Preferred Education, Experience and Certification Pilot’s license preferred. Certified Member (CM) designee from the American Association of Airport Executives (AAAE) or ability to achieve in 12 to 24 months. Valid Class B commercial driver’s license with airbrakes endorsement preferred. Knowledge, Skills, and Abilities Extensive knowledge of airport/aviation operations. Thorough knowledge of State and Federal laws affecting local municipalities and airports including FAA and Transportation Security Administration rules and regulations. Excellent organizational and time management skills with the ability to manage projects and project teams that includes a variety of stakeholders. Working knowledge of contract and financial management and budget administration. Excellent oral and written communication skills including the ability to make public presentations, prepare comprehensive reports and meeting minutes. Ability to read and understand technical manuals and other documentation as they relate to Airport projects and finances. Exercises good judgement, independently makes decisions, organizes plans and prioritize work. Proficient with Microsoft Office Suite, digital communication and social media applications The above statements are intended to describe the general nature and level of work being performed by individuals assigned to this job. They are not intended to be an exhaustive list of all responsibilities, duties, and skills required of personnel so classified in this position. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 96 of 117 CITY OF IOWA CITY – JOB DESCRIPTION Posi�on Title: Airport Manager Department: Airport Division: Airport Supervisor: Airport Commission Chair FLSA: Exempt Pay Grade: Job Number: Date: Job Summary Plans, directs, and coordinates the short and long range vision of avia�on and non-avia�on development as set forth by the Iowa City Airport Commission. Compiles and manages the Opera�ng and Capital Improvement Program budgets; applies for and monitors airport grants and coordinates project work with consultants, tenants and City departments. This is a full-�me exempt posi�on requiring periodic evening and weekend du�es. Essen�al Job Du�es and Responsibili�es The following duties are normal for this position. These are not to be construed as exclusive or all-inclusive. Other duties may be required and assigned. • Advises and confers with Airport Commission concerning opera�ng condi�ons and needs. • Serves as staff contact for Airport Commission, Airport Zoning Commission and Airport Zoning Board of Adjustment. • Creates agendas and mee�ng informa�on packets for assigned Boards and Commissions. • Advises and recommends policy and/or opera�onal maters to the Airport Commission, including public rela�ons ac�vi�es associated with the Airport. • Atends professional mee�ngs, seminars and workshops to stay abreast of new trends, legisla�on and innova�on related to the industry. • Represents Airport at City department head, budget, City Council and other mee�ngs as necessary. • Prepares and presents capital and opera�ng budget to Commission, City Manager and City Council. • Oversees and coordinates all Airport ac�vi�es including customer service and hangar facility leases/rentals. • Develops rela�onships and serves as liaison between the Airport Commission, other City departments, representa�ves of county, state and federal agencies, private aircra� operators and the Fixed Base Operator. • Nego�ates, administers, and facilitates leases, contracts and agreements with users of the facili�es. • Ensures safe and efficient opera�on of the Airport in compliance with the Federal Avia�on Administra�on (FAA) regula�ons. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 97 of 117 • Provides oversight of all applicable federal, state and local regula�ons as well as Airport policies and procedures. • Researches and applies for local, state and federal funding; monitors the reimbursements and related reports. • Directs and monitors consultants regarding project scope, schedule, budget, development of design and construc�on documents, bid evalua�on, construc�on contract prepara�on and technical support during construc�on. • Prepares and submits bills for payment, monitors budget items, assists with budget planning and recommenda�ons for Airport. • Conducts self in a manner which promotes and supports diversity and inclusivity in the workplace and community. • Performs all other related du�es as assigned. Minimum Educa�on, Experience, and Cer�fica�on Bachelor's degree in airport administra�on or a closely related field from an educa�onal ins�tu�on accredited by a DOE recognized accredita�on body and 3 years or avia�on management experience required. Or equivalent combina�on of educa�on and experience. Must be 18 years of age per Iowa Code 92.8. Must pass criminal background check. Preferred Educa�on, Experience and Cer�fica�on Pilot’s license preferred. Cer�fied Member (CM) designee from the American Associa�on of Airport Execu�ves (AAAE) or ability to achieve in 12 to 24 months. Valid Class B commercial driver’s license with airbrakes endorsement preferred. Required Educa�on and/or Expereince Bachelor’s degree from an accredited educa�onal ins�tu�on and one year experience; or five years of related experience and/or equivalent combina�on of educa�on and experience. Degree and/or experience in Avia�on and Airport Management or related field. Preferred Education and/or Experience Bachelor’s degree from an accredited educa�onal ins�tu�on and two years experience; or six years of related experience and/or equivalent combina�on of educa�on and experience. Other Requirements – Certificates/Licensures Cer�fied Member (CM) designee from the American Associa�on of Airport Execu�ves (AAAE) or ability to achieve in 12 to 24 months. Pilot’s license preferred. Valid State of Iowa driver's license with satisfactory driving record required. Valid State of Iowa Class B commercial driver’s license with airbrakes endorsement preferred. Must be 18 years of age per Iowa Code 92.8. Must pass criminal background check. Knowledge, Skills, and Abili�es Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 98 of 117 • Ability to apply common sense understanding to carry out instruc�ons furnished in writen, oral, or diagram form. • Ability to apply concepts such as frac�ons, percentages, ra�os, and propor�ons to prac�cal situa�ons. • Ability to calculate figures and amounts such as discounts, interest, commissions, propor�ons, and percentages. • Ability to deal with problems involving several concrete variables in standardized situa�ons. • Ability to read and understand technical manuals, financial reports, and legal documents, and other documenta�on as they relate to Airport projects and finances. • Ability to reliably and predictably carry out du�es. • Ability to respond to common inquiries or complaints from customers, regulatory agencies, or members of the business community. • Ability to use good judgement, independently makes decisions, organizes plans and priori�ze work. • Knowledge at an advanced level of airport/avia�on opera�ons. • Knowledge of contract and financial management and budget administra�on. • Knowledge of State and Federal laws affec�ng local municipali�es and airports including FAA and Transporta�on Security Administra�on rules and regula�ons. • Proficient with Microso� Office Suite, digital communica�on and social media applica�ons. • Skill in oral and writen communica�on skills including the ability to make public presenta�ons, prepare comprehensive reports and mee�ng minutes. • Skill in organiza�onal and �me management with the ability to manage projects and project teams that includes a variety of stakeholders. • Skill in using computers and applicable so�ware applica�ons (Microso� Office – Word, Excel, Outlook), digital communica�on, and social media applica�ons. Supervision No supervision of direct reports. Physical Demands The physical demands described here are representative of those that must be met by an employee to successfully perform the essential duties and responsibilities of this job. Reasonable accommodations may be made to enable individuals with disabilities to perform the essential duties and responsibilities. Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 99 of 117 While performing the duties of this job, the employee is regularly required to talk or hear. The employee is frequently required to sit; use hands to finger, handle, or feel and reach with hands and arms. The employee is occasionally required to stand; walk and stoop, kneel, crouch, or crawl. The employee must occasionally lift and/or move up to 10 pounds. Specific vision abilities required by this job include close vision, distance vision, color vision, depth perception and ability to adjust focus. Regularly required to walk around airport facilities, sit for long periods, talk and hear. Work Environment The work environment characteristics described here are representative of those an employee encounters while performing the essential duties and responsibilities of this job. Reasonable accommodations may be made to enable individuals with disabilities to perform the essential duties and responsibilities. While performing the duties of this job, the employee is occasionally exposed to moving mechanical parts, fumes or airborne particles, toxic or caustic chemicals, risk of electrical shock, vibration, and traffic hazards. The employee is occasionally exposed to outside weather conditions, dampness, direct sunlight, dust, pollen, insect stings, and animals. The noise level in the work environment is usually loud. Involves some exposure to stress due to the work environment and/or crisis situations. Iowa City is an Equal Opportunity Employer. In compliance with the Americans with Disabilities Act as Amended, the City will provide reasonable accommodations to qualified individuals with disabilities and encourages both prospective and current employees to discuss potential accommodations with the employer. I have read and understand the duties of this job description, and I agree that I can perform the duties of this position with or without reasonable accommodation. Employee Date ________________________________ __________________ Department Head Date ________________________________ __________________ Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 100 of 117 CITY OF IOWA CITY INVOICE LIST BY GL ACCOUNT Report generated: 01/08/2024 09:54 User: mtharp Program ID: apinvgla Page 1 YEAR/PERIOD: 2024/6 TO 2024/6 ACCOUNT/VENDOR INVOICE PO YEAR/PR TYP S WARRANT CHECK DESCRIPTION 76850110 Airport Operations 76850110 431020 Court Costs & Services 090070 OFFICE OF PROF REGUL 492193 0 2024 6 INV P 190.00 PCARD P-Card invoice for ACCOUNT TOTAL 190.00 76850110 438030 Electricity 010319 MIDAMERICAN ENERGY 547112109 0 2024 6 INV P 302.31 121523 45072 010319 MIDAMERICAN ENERGY 547126046 0 2024 6 INV P 35.19 121523 45072 010319 MIDAMERICAN ENERGY 547158539 0 2024 6 INV P 885.55 121523 45072 010319 MIDAMERICAN ENERGY 547158936 0 2024 6 INV P 51.13 121523 45072 010319 MIDAMERICAN ENERGY 547159022 0 2024 6 INV P 235.53 121523 45072 1,509.71 ACCOUNT TOTAL 1,509.71 76850110 438070 Heating Fuel/Gas 010319 MIDAMERICAN ENERGY 547138545 0 2024 6 INV P 40.00 121523 45072 010319 MIDAMERICAN ENERGY 547158744 0 2024 6 INV P 228.78 121523 45072 010319 MIDAMERICAN ENERGY 547158936 0 2024 6 INV P 50.11 121523 45072 318.89 ACCOUNT TOTAL 318.89 76850110 442010 Other Building R&M Services 010856 JET AIR INC IOW IVI-23-007230 0 2024 6 INV P 678.00 122223 294536 Groundskeeping/Jani 010856 JET AIR INC IOW IVI-23-007266 0 2024 6 INV P 124.00 122223 294536 Maintenance Reimbur 802.00 014647 DAN'S OVERHEAD DOORS 563376 0 2024 6 INV P 2,537.25 122223 45106 Hangar 30 door gear ACCOUNT TOTAL 3,339.25 76850110 442060 Electrical & Plumbing R&M Srvc 010564 LYNCH'S PLUMBING INC 34056 0 2024 6 INV P 852.30 122223 294548 Replace Hot Water h ACCOUNT TOTAL 852.30 76850110 445080 Snow and Ice Removal 010856 JET AIR INC IOW IVI-23-007230 0 2024 6 INV P 6,215.00 122223 294536 Groundskeeping/Jani 010856 JET AIR INC IOW IVI-23-007266 0 2024 6 INV P 82.62 122223 294536 Maintenance Reimbur 6,297.62 ACCOUNT TOTAL 6,297.62 76850110 467020 Equipment R&M Supplies 010856 JET AIR INC IOW IVI-23-007266 0 2024 6 INV P 45.04 122223 294536 Maintenance Reimbur Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 101 of 117 CITY OF IOWA CITY INVOICE LIST BY GL ACCOUNT Report generated: 01/08/2024 09:54 User: mtharp Program ID: apinvgla Page 2 YEAR/PERIOD: 2024/6 TO 2024/6 ACCOUNT/VENDOR INVOICE PO YEAR/PR TYP S WARRANT CHECK DESCRIPTION ACCOUNT TOTAL 45.04 ORG 76850110 TOTAL 12,552.81 FUND 7600 Airport TOTAL: 12,552.81 ** END OF REPORT - Generated by Michael Tharp ** Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 102 of 117 CITY OF IOWA CITY YEAR-TO-DATE BUDGET REPORT Report generated: 01/08/2024 09:57 User: mtharp Program ID: glytdbud Page 1 FY2024 BUDGET - DECEMBER DETAIL FOR 2024 06 JOURNAL DETAIL 2024 6 TO 2024 6 ACCOUNTS FOR: ORIGINAL TRANFRS/ REVISED AVAILABLE PCT 7600 Airport APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USE/COL 76850110 Airport Operations 76850110 321910 Misc Permits & 0 0 0 .00 .00 .00 .0% 76850110 331100 Federal Grants 0 0 0 .00 .00 .00 .0% 76850110 363910 Misc Sale of Me 0 0 0 .00 .00 .00 .0% 76850110 369100 Reimb of Expens 0 0 0 .00 .00 .00 .0% 76850110 369900 Miscellaneous O 0 0 0 .00 .00 .00 .0% 76850110 381100 Interest on Inv 0 0 0 2,530.81 .00 -2,530.81 100.0%* 76850110 382100 Land Rental -50,697 0 -50,697 -12,406.78 .00 -38,290.22 24.5%* 76850110 382200 Building/Room R -302,600 0 -302,600 -153,216.28 .00 -149,383.72 50.6%* 2024/06/120305 12/11/2023 GBI -104.50 REF HANGAR RENT 2024/06/120427 12/15/2023 GBI -25,446.13 REF 2024/06/120599 12/20/2023 GBI -176.00 REF HANGAR RENT - #15 76850110 382300 Equipment Renta -1,500 0 -1,500 -590.00 .00 -910.00 39.3%* 2024/06/120389 12/13/2023 CRP -65.00 REF 4461719 JETAIR INC OTHER 76850110 384100 Telephone Commi 0 0 0 .00 .00 .00 .0% 76850110 384200 Vending Machine 0 0 0 .00 .00 .00 .0% 76850110 384900 Other Commissio -52,000 0 -52,000 -33,787.20 .00 -18,212.80 65.0%* 2024/06/120642 12/21/2023 CRP -8,089.50 REF 4471191 TITAN AVIATION OTHER 76850110 392100 Sale of Land 0 0 0 .00 .00 .00 .0% Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 103 of 117 CITY OF IOWA CITY YEAR-TO-DATE BUDGET REPORT Report generated: 01/08/2024 09:57 User: mtharp Program ID: glytdbud Page 2 FY2024 BUDGET - DECEMBER DETAIL FOR 2024 06 JOURNAL DETAIL 2024 6 TO 2024 6 ACCOUNTS FOR: ORIGINAL TRANFRS/ REVISED AVAILABLE PCT 7600 Airport APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USE/COL 76850110 392300 Sale of Equipme 0 0 0 .00 .00 .00 .0% 76850110 392400 Gain/Loss on Sa 0 0 0 .00 .00 .00 .0% 76850110 393120 General Levy 0 0 0 .00 .00 .00 .0% 76850110 393910 Misc Transfers 0 0 0 .00 .00 .00 .0% 76850110 411000 Perm Full Time 80,130 0 80,130 40,408.37 .00 39,721.63 50.4% 2024/06/120007 12/01/2023 PRJ 3,043.20 REF 112523 WARRANT=112523 RUN=1 BIWEEKLY 2024/06/120426 12/15/2023 PRJ 3,043.20 REF 120923 WARRANT=120923 RUN=1 BIWEEKLY 2024/06/120631 12/22/2023 PRJ 2,151.00 REF 122223 WARRANT=122223 RUN=1 BIWEEKLY 2024/06/120813 12/29/2023 PRJ 3,043.20 REF 122323 WARRANT=122323 RUN=1 BIWEEKLY 76850110 412000 Perm Part Time 0 0 0 .00 .00 .00 .0% 76850110 413000 Temporary Emplo 0 0 0 .00 .00 .00 .0% 76850110 414500 Longevity Pay 650 0 650 650.00 .00 .00 100.0% 76850110 421100 Health Insuranc 8,623 0 8,623 4,239.24 .00 4,383.76 49.2% 2024/06/120007 12/01/2023 PRJ 353.27 REF 112523 WARRANT=112523 RUN=1 BIWEEKLY 2024/06/120426 12/15/2023 PRJ 353.27 REF 120923 WARRANT=120923 RUN=1 BIWEEKLY 76850110 421200 Dental Insuranc 419 0 419 200.76 .00 218.24 47.9% 2024/06/120007 12/01/2023 PRJ 16.73 REF 112523 WARRANT=112523 RUN=1 BIWEEKLY 2024/06/120426 12/15/2023 PRJ 16.73 REF 120923 WARRANT=120923 RUN=1 BIWEEKLY 76850110 421300 Life Insurance 170 0 170 89.76 .00 80.24 52.8% 2024/06/120426 12/15/2023 PRJ 14.96 REF 120923 WARRANT=120923 RUN=1 BIWEEKLY 76850110 421350 Group Life - Im 0 0 0 .00 .00 .00 .0% 76850110 421400 Disability Insu 248 0 248 144.42 .00 103.58 58.2% 2024/06/120426 12/15/2023 PRJ 24.07 REF 120923 WARRANT=120923 RUN=1 BIWEEKLY 76850110 422100 FICA 6,130 0 6,130 3,100.84 .00 3,029.16 50.6% 2024/06/120007 12/01/2023 PRJ 229.22 REF 112523 WARRANT=112523 RUN=1 BIWEEKLY 2024/06/120426 12/15/2023 PRJ 229.45 REF 120923 WARRANT=120923 RUN=1 BIWEEKLY 2024/06/120631 12/22/2023 PRJ 164.55 REF 122223 WARRANT=122223 RUN=1 BIWEEKLY 2024/06/120813 12/29/2023 PRJ 232.81 REF 122323 WARRANT=122323 RUN=1 BIWEEKLY Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 104 of 117 CITY OF IOWA CITY YEAR-TO-DATE BUDGET REPORT Report generated: 01/08/2024 09:57 User: mtharp Program ID: glytdbud Page 3 FY2024 BUDGET - DECEMBER DETAIL FOR 2024 06 JOURNAL DETAIL 2024 6 TO 2024 6 ACCOUNTS FOR: ORIGINAL TRANFRS/ REVISED AVAILABLE PCT 7600 Airport APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USE/COL 76850110 423100 IPERS 7,565 0 7,565 3,672.88 .00 3,892.12 48.6% 2024/06/120007 12/01/2023 PRJ 287.28 REF 112523 WARRANT=112523 RUN=1 BIWEEKLY 2024/06/120426 12/15/2023 PRJ 287.28 REF 120923 WARRANT=120923 RUN=1 BIWEEKLY 2024/06/120813 12/29/2023 PRJ 287.28 REF 122323 WARRANT=122323 RUN=1 BIWEEKLY 76850110 424900 Other Post Empl 0 0 0 .00 .00 .00 .0% 76850110 431020 Court Costs & S 0 0 0 190.00 .00 -190.00 100.0%* 2024/06/120914 12/21/2023 API 190.00 VND 090070 VCH OFFICE OF PROF REGUL P-Card invoice for statement c 76850110 432020 Annual Audit 856 0 856 .00 .00 856.00 .0% 76850110 432030 Financial Servi 0 0 0 .00 .00 .00 .0% 76850110 432050 Appraisal Servi 0 0 0 .00 .00 .00 .0% 76850110 432080 Other Professio 0 0 0 3,346.00 .00 -3,346.00 100.0%* 76850110 435055 Mail & Delivery 0 0 0 .00 .00 .00 .0% 76850110 435056 Delivery Servic 0 0 0 .00 .00 .00 .0% 76850110 435057 Couriers 0 0 0 .00 .00 .00 .0% 76850110 435060 Legal Publicati 0 0 0 .00 .00 .00 .0% 76850110 436030 Transportation 750 0 750 447.38 .00 302.62 59.7% 76850110 436050 Registration 525 0 525 325.00 .00 200.00 61.9% 76850110 436060 Lodging 500 0 500 387.46 .00 112.54 77.5% Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 105 of 117 CITY OF IOWA CITY YEAR-TO-DATE BUDGET REPORT Report generated: 01/08/2024 09:57 User: mtharp Program ID: glytdbud Page 4 FY2024 BUDGET - DECEMBER DETAIL FOR 2024 06 JOURNAL DETAIL 2024 6 TO 2024 6 ACCOUNTS FOR: ORIGINAL TRANFRS/ REVISED AVAILABLE PCT 7600 Airport APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USE/COL 76850110 436070 Miscellaneous T 0 0 0 .00 .00 .00 .0% 76850110 436080 Meals 100 0 100 65.00 .00 35.00 65.0% 76850110 437010 Comp Liability 9,000 0 9,000 875.00 .00 8,125.00 9.7% 76850110 437020 Fire & Casualty 14,006 0 14,006 18,085.00 .00 -4,079.00 129.1%* 76850110 437030 Worker's Comp I 2,000 0 2,000 2,000.00 .00 .00 100.0% 76850110 437041 Bonding & Other 2,027 0 2,027 .00 .00 2,027.00 .0% 76850110 437200 Loss Reserve Pa 3,000 0 3,000 3,000.00 .00 .00 100.0% 76850110 438010 Stormwater Util 19,834 0 19,834 9,472.32 .00 10,361.68 47.8% 2024/06/120573 12/20/2023 CRP 1,578.72 REF C -231220 2024 UB UB 76850110 438030 Electricity 20,117 0 20,117 7,204.33 .00 12,912.67 35.8% 2024/06/120398 12/11/2023 API 235.53 VND 010319 VCH MIDAMERICAN ENERGY 1801 S RIVERSIDE DR, 45072 2024/06/120398 12/11/2023 API 51.13 VND 010319 VCH MIDAMERICAN ENERGY 1801 S RIVERSIDE DR 45072 2024/06/120398 12/11/2023 API 885.55 VND 010319 VCH MIDAMERICAN ENERGY 1801 S RIVERSIDE DR, 45072 2024/06/120398 12/11/2023 API 302.31 VND 010319 VCH MIDAMERICAN ENERGY 1801 S RIVERSIDE DR 45072 2024/06/120398 12/11/2023 API 35.19 VND 010319 VCH MIDAMERICAN ENERGY 1801 S RIVERSIDE DR, 45072 76850110 438050 Landfill Use 185 0 185 .00 .00 185.00 .0% 76850110 438070 Heating Fuel/Ga 5,000 0 5,000 433.26 .00 4,566.74 8.7% 2024/06/120398 12/11/2023 API 50.11 VND 010319 VCH MIDAMERICAN ENERGY 1801 S RIVERSIDE DR 45072 2024/06/120398 12/11/2023 API 40.00 VND 010319 VCH MIDAMERICAN ENERGY 1801 S RIVERSIDE DR 45072 2024/06/120398 12/11/2023 API 228.78 VND 010319 VCH MIDAMERICAN ENERGY 1801 S RIVERSIDE DR, 45072 76850110 438080 Sewer Utility C 1,793 0 1,793 2,083.36 .00 -290.36 116.2%* 2024/06/120573 12/20/2023 CRP 172.78 REF C -231220 2024 UB UB Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 106 of 117 CITY OF IOWA CITY YEAR-TO-DATE BUDGET REPORT Report generated: 01/08/2024 09:57 User: mtharp Program ID: glytdbud Page 5 FY2024 BUDGET - DECEMBER DETAIL FOR 2024 06 JOURNAL DETAIL 2024 6 TO 2024 6 ACCOUNTS FOR: ORIGINAL TRANFRS/ REVISED AVAILABLE PCT 7600 Airport APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USE/COL 76850110 438090 Water Utility C 2,254 0 2,254 2,017.35 .00 236.65 89.5% 2024/06/120573 12/20/2023 CRP 195.73 REF C -231220 2024 UB UB 76850110 438100 Refuse Collecti 2,846 0 2,846 866.00 .00 1,980.00 30.4% 76850110 438110 Local Phone Ser 186 0 186 .00 .00 186.00 .0% 76850110 438120 Long Distance S 0 0 0 .00 .00 .00 .0% 76850110 442010 Other Building 13,599 0 13,599 8,594.58 .00 5,004.42 63.2% 2024/06/120597 12/19/2023 API 678.00 VND 010856 VCH JET AIR INC IOW Groundskeeping/Janitorial serv 294536 2024/06/120597 12/19/2023 API 124.00 VND 010856 VCH JET AIR INC IOW Maintenance Reimbursement 294536 2024/06/120597 12/19/2023 API 2,537.25 VND 014647 VCH DAN'S OVERHEAD DOORS Hangar 30 door gearbox 45106 76850110 442020 Structure R&M S 770 0 770 252.35 .00 517.65 32.8% 76850110 442030 Heating & Cooli 1,963 0 1,963 1,173.99 .00 789.01 59.8% 76850110 442040 Cooling Equipme 0 0 0 .00 .00 .00 .0% 76850110 442060 Electrical & Pl 5,000 0 5,000 3,092.44 .00 1,907.56 61.8% 2024/06/120597 12/19/2023 API 852.30 VND 010564 VCH LYNCH'S PLUMBING INC Replace Hot Water heater - ter 294548 76850110 442070 Bldg Pest Contr 0 0 0 .00 .00 .00 .0% 76850110 443050 Radio Equipment 0 0 0 .00 .00 .00 .0% 76850110 443080 Other Equipment 10,000 0 10,000 11,991.41 .00 -1,991.41 119.9%* 76850110 444060 Cable & Electri 0 0 0 .00 .00 .00 .0% Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 107 of 117 CITY OF IOWA CITY YEAR-TO-DATE BUDGET REPORT Report generated: 01/08/2024 09:57 User: mtharp Program ID: glytdbud Page 6 FY2024 BUDGET - DECEMBER DETAIL FOR 2024 06 JOURNAL DETAIL 2024 6 TO 2024 6 ACCOUNTS FOR: ORIGINAL TRANFRS/ REVISED AVAILABLE PCT 7600 Airport APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USE/COL 76850110 445030 Nursery Srvc-La 50,000 0 50,000 36,960.00 .00 13,040.00 73.9% 76850110 445080 Snow and Ice Re 29,723 0 29,723 6,297.62 .00 23,425.38 21.2% 2024/06/120597 12/19/2023 API 6,215.00 VND 010856 VCH JET AIR INC IOW Groundskeeping/Janitorial serv 294536 2024/06/120597 12/19/2023 API 82.62 VND 010856 VCH JET AIR INC IOW Maintenance Reimbursement 294536 76850110 445100 Towing 0 0 0 .00 .00 .00 .0% 76850110 445110 Testing Service 1,500 0 1,500 228.00 .00 1,272.00 15.2% 76850110 445140 Outside Printin 0 0 0 .00 .00 .00 .0% 76850110 445230 Other Operating 956 0 956 578.02 .00 377.98 60.5% 76850110 446010 Administrative 0 0 0 .00 .00 .00 .0% 76850110 446100 City Attorney C 7,970 0 7,970 3,984.98 .00 3,985.02 50.0% 2024/06/120907 12/31/2023 GEN 664.17 REF REJE#2 Airport to Attorney 76850110 446120 ITS-Server/Stor 294 0 294 164.39 .00 129.61 55.9% 2024/06/120880 12/31/2023 GNI 28.15 REF RD Storage of files AIR 76850110 446130 ITS-PC/Peripher 16,424 0 16,424 7,539.00 .00 8,885.00 45.9% 2024/06/120885 12/31/2023 GNI 1,221.50 REF RD DEC ITS Repl Chgbk 76850110 446140 ITS-Capital Rep 0 0 0 .00 .00 .00 .0% 76850110 446150 ITS-Application 0 0 0 .00 .00 .00 .0% 76850110 446160 ITS-Infrastuctu 8,958 0 8,958 .00 .00 8,958.00 .0% 76850110 446190 ITS-Software SA 239 0 239 117.30 .00 121.70 49.1% 2024/06/120879 12/31/2023 GNI 19.55 REF RD Office software Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 108 of 117 CITY OF IOWA CITY YEAR-TO-DATE BUDGET REPORT Report generated: 01/08/2024 09:57 User: mtharp Program ID: glytdbud Page 7 FY2024 BUDGET - DECEMBER DETAIL FOR 2024 06 JOURNAL DETAIL 2024 6 TO 2024 6 ACCOUNTS FOR: ORIGINAL TRANFRS/ REVISED AVAILABLE PCT 7600 Airport APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USE/COL 76850110 446200 Photocopying Ch 1,200 0 1,200 600.00 .00 600.00 50.0% 2024/06/120911 12/31/2023 GEN 100.00 REF CopChb FY24Copier Chargebacks 76850110 446220 Phone Service C 0 0 0 .00 .00 .00 .0% 76850110 446300 Phone Equipment 1,455 0 1,455 714.95 .00 740.05 49.1% 2024/06/120882 12/31/2023 GNI 117.50 REF RD CH DEC PHONE ASSET CHARGE 2024/06/120883 12/31/2023 GNI 1.25 REF RD CH DEC LONG DISTANCE CHARGES 76850110 446320 Mail Chargeback 200 0 200 150.21 .00 49.79 75.1% 76850110 446350 City Vehicle Re 36,278 0 36,278 19,794.91 .00 16,483.09 54.6% 2024/06/120893 12/31/2023 GNI 3,233.15 REF TL DEC REPLACEMENT COST 76850110 446360 City Vehicle Re 0 0 0 .00 .00 .00 .0% 76850110 446370 Fuel Chargeback 4,481 0 4,481 1,559.07 .00 2,921.93 34.8% 2024/06/120893 12/31/2023 GNI 129.26 REF TL DEC DIVISION FUEL 76850110 446380 Vehicle R&M Cha 19,830 0 19,830 3,184.01 .00 16,645.99 16.1% 2024/06/120893 12/31/2023 GNI 281.88 REF TL DEC DIVISION SERVICE 76850110 448040 City Sponsored 0 0 0 .00 .00 .00 .0% 76850110 449055 Permitting Fees 440 0 440 700.00 .00 -260.00 159.1%* 76850110 449060 Dues & Membersh 950 0 950 542.00 .00 408.00 57.1% 76850110 449120 Equipment Renta 0 0 0 200.00 .00 -200.00 100.0%* 76850110 449280 Misc Services & 0 0 0 .00 .00 .00 .0% Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 109 of 117 CITY OF IOWA CITY YEAR-TO-DATE BUDGET REPORT Report generated: 01/08/2024 09:57 User: mtharp Program ID: glytdbud Page 8 FY2024 BUDGET - DECEMBER DETAIL FOR 2024 06 JOURNAL DETAIL 2024 6 TO 2024 6 ACCOUNTS FOR: ORIGINAL TRANFRS/ REVISED AVAILABLE PCT 7600 Airport APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USE/COL 76850110 449350 Meals (non-trav 0 0 0 .00 .00 .00 .0% 76850110 449360 Interest Expens 0 0 0 .00 .00 .00 .0% 76850110 449370 Depreciation Ex 0 0 0 .00 .00 .00 .0% 76850110 452010 Office Supplies 100 0 100 .00 .00 100.00 .0% 76850110 452030 Minor Office Eq 0 0 0 .00 .00 .00 .0% 76850110 452040 Sanitation & In 0 0 0 .00 .00 .00 .0% 76850110 454020 Subscriptions 1,000 0 1,000 457.60 .00 542.40 45.8% 76850110 455110 Software 394 0 394 .00 .00 394.00 .0% 76850110 455120 Misc Computer H 0 0 0 2,588.48 .00 -2,588.48 100.0%* 76850110 461040 Other Agricultu 0 0 0 .00 .00 .00 .0% 76850110 461050 Other Agricultu 0 0 0 .00 .00 .00 .0% 76850110 466040 Plumbing Suppli 0 0 0 .00 .00 .00 .0% 76850110 466050 Electrical Supp 0 0 0 .00 .00 .00 .0% 76850110 466070 Other Maintenan 678 0 678 22.89 .00 655.11 3.4% 76850110 467020 Equipment R&M S 1,000 0 1,000 50.93 .00 949.07 5.1% 2024/06/120597 12/19/2023 API 45.04 VND 010856 VCH JET AIR INC IOW Maintenance Reimbursement 294536 Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 110 of 117 CITY OF IOWA CITY YEAR-TO-DATE BUDGET REPORT Report generated: 01/08/2024 09:57 User: mtharp Program ID: glytdbud Page 9 FY2024 BUDGET - DECEMBER DETAIL FOR 2024 06 JOURNAL DETAIL 2024 6 TO 2024 6 ACCOUNTS FOR: ORIGINAL TRANFRS/ REVISED AVAILABLE PCT 7600 Airport APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USE/COL 76850110 467160 Other Vehicle R 148 0 148 .00 .00 148.00 .0% 76850110 468030 Asphalt 100 0 100 .00 .00 100.00 .0% 76850110 468050 Sand 100 0 100 .00 .00 100.00 .0% 76850110 469040 Traffic Cntrl I 365 0 365 .00 .00 365.00 .0% 76850110 469190 Minor Equipment 500 0 500 .00 .00 500.00 .0% 76850110 469200 Tools 500 0 500 53.39 .00 446.61 10.7% 76850110 469210 First Aid/Safet 278 0 278 712.48 .00 -434.48 256.3%* 76850110 469260 Fire Ext & Refi 0 0 0 .00 .00 .00 .0% 76850110 469290 Purchases For R 0 0 0 .00 .00 .00 .0% 76850110 469320 Miscellaneous S 0 0 0 .00 .00 .00 .0% 76850110 469360 Food and Bevera 0 0 0 83.86 .00 -83.86 100.0%* 76850110 469999 PCard Reconcili 0 0 0 .00 .00 .00 .0% 76850110 473010 Contracted Impr 0 0 0 .00 .00 .00 .0% 76850110 473020 Non-Contracted 0 0 0 .00 .00 .00 .0% 76850110 474240 Tractors 0 0 0 .00 .00 .00 .0% 76850110 475010 Furniture & Off 0 0 0 .00 .00 .00 .0% Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 111 of 117 CITY OF IOWA CITY YEAR-TO-DATE BUDGET REPORT Report generated: 01/08/2024 09:57 User: mtharp Program ID: glytdbud Page 10 FY2024 BUDGET - DECEMBER DETAIL FOR 2024 06 JOURNAL DETAIL 2024 6 TO 2024 6 ACCOUNTS FOR: ORIGINAL TRANFRS/ REVISED AVAILABLE PCT 7600 Airport APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USE/COL 76850110 476070 PC Hardware 0 0 0 .00 .00 .00 .0% 76850110 490040 Capital Project 0 0 0 .00 .00 .00 .0% 76850110 490150 Operating Subsi 0 0 0 .00 .00 .00 .0% 76850110 490190 Interfund Loan 0 0 0 .00 .00 .00 .0% 120 Airport Mural 76850110 362100 120 Contrib & Do 0 0 0 -36,325.00 .00 36,325.00 100.0% 2024/06/120060 12/04/2023 CRP -29,825.00 REF 4451855 COMMUNITY FOUNDATION OTHER 76850110 473010 120 Contracted I 0 0 0 25,600.00 .00 -25,600.00 100.0%* 651 Fly Iowa 2014 76850110 432080 651 Other Profes 0 0 0 .00 .00 .00 .0% 76850110 436030 651 Transportati 0 0 0 .00 .00 .00 .0% 76850110 436060 651 Lodging 0 0 0 .00 .00 .00 .0% 76850110 437010 651 Comp Liabili 0 0 0 .00 .00 .00 .0% 76850110 438100 651 Refuse Colle 0 0 0 .00 .00 .00 .0% 76850110 445140 651 Outside Prin 0 0 0 .00 .00 .00 .0% 76850110 449100 651 Vehicle Rent 0 0 0 .00 .00 .00 .0% Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 112 of 117 CITY OF IOWA CITY YEAR-TO-DATE BUDGET REPORT Report generated: 01/08/2024 09:57 User: mtharp Program ID: glytdbud Page 11 FY2024 BUDGET - DECEMBER DETAIL FOR 2024 06 JOURNAL DETAIL 2024 6 TO 2024 6 ACCOUNTS FOR: ORIGINAL TRANFRS/ REVISED AVAILABLE PCT 7600 Airport APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USE/COL 76850110 449120 651 Equipment Re 0 0 0 .00 .00 .00 .0% 76850110 465010 651 Other Fluids 0 0 0 .00 .00 .00 .0% 76850110 469320 651 Miscellaneou 0 0 0 .00 .00 .00 .0% 652 100 Year Anniversary Celebration 76850110 363910 652 Misc Sale of 0 0 0 .00 .00 .00 .0% 76850110 432080 652 Other Profes 0 0 0 .00 .00 .00 .0% 76850110 437010 652 Comp Liabili 0 0 0 .00 .00 .00 .0% 76850110 438100 652 Refuse Colle 0 0 0 .00 .00 .00 .0% 76850110 445140 652 Outside Prin 0 0 0 .00 .00 .00 .0% 76850110 449120 652 Equipment Re 0 0 0 .00 .00 .00 .0% 76850110 466070 652 Other Mainte 0 0 0 .00 .00 .00 .0% 76850110 469290 652 Purchases Fo 0 0 0 .00 .00 .00 .0% 76850110 469360 652 Food and Bev 0 0 0 .00 .00 .00 .0% 907 Wind Storm 8/10/20 76850110 466070 907 Other Mainte 0 0 0 .00 .00 .00 .0% TOTAL Airport Operations -490 0 -490 7,498.14 .00 -7,988.14-1530.2% Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 113 of 117 CITY OF IOWA CITY YEAR-TO-DATE BUDGET REPORT Report generated: 01/08/2024 09:57 User: mtharp Program ID: glytdbud Page 12 FY2024 BUDGET - DECEMBER DETAIL FOR 2024 06 JOURNAL DETAIL 2024 6 TO 2024 6 ACCOUNTS FOR: ORIGINAL TRANFRS/ REVISED AVAILABLE PCT 7600 Airport APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USE/COL TOTAL Airport -490 0 -490 7,498.14 .00 -7,988.14-1530.2% TOTAL REVENUES -406,797 0 -406,797 -233,794.45 .00 -173,002.55 TOTAL EXPENSES 406,307 0 406,307 241,292.59 .00 165,014.41 Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 114 of 117 CITY OF IOWA CITY YEAR-TO-DATE BUDGET REPORT Report generated: 01/08/2024 09:57 User: mtharp Program ID: glytdbud Page 13 FY2024 BUDGET - DECEMBER DETAIL FOR 2024 06 JOURNAL DETAIL 2024 6 TO 2024 6 ORIGINAL TRANFRS/ REVISED AVAILABLE PCT APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USE/COL GRAND TOTAL -490 0 -490 7,498.14 .00 -7,988.14-1530.2% ** END OF REPORT - Generated by Michael Tharp ** Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 115 of 117 CITY OF IOWA CITY YEAR-TO-DATE BUDGET REPORT Report generated: 01/08/2024 09:57 User: mtharp Program ID: glytdbud Page 14 FY2024 BUDGET - DECEMBER DETAIL REPORT OPTIONS Field # Total Page Break Sequence 1 1 Y Y Sequence 2 9 Y N Sequence 3 12 N N Sequence 4 0 N N Report title: YEAR-TO-DATE BUDGET REPORT Includes accounts exceeding 0% of budget. Print totals only: N Year/Period: 2024/ 6 Print Full or Short description: F Print MTD Version: N Print full GL account: N Format type: 1 Roll projects to object: Y Double space: N Carry forward code: 1 Suppress zero bal accts: N Include requisition amount: N Print Revenues-Version headings: N Print revenue as credit: Y Print revenue budgets as zero: N Include Fund Balance: N Print journal detail: Y From Yr/Per: 2024/ 6 To Yr/Per: 2024/ 6 Include budget entries: Y Incl encumb/liq entries: Y Sort by JE # or PO #: J Detail format option: 1 Include additional JE comments: N Multiyear view: D Amounts/totals exceed 999 million dollars: N Find Criteria Field Name Field Value Org 76850110 Object Project Rollup code Account type Account status Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 116 of 117 Airport Commission Agenda & Info packet Meeting Date: January 18, 2024 Page 117 of 117