HomeMy WebLinkAboutAgenda 03-14-24*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, MARCH 14, 2024 – 6:00 P.M.
1.Determine Quorum 1 min*
2.Approval of Minutes from the following meetings:2 min
February 8, 2024; March 4, 2024
3.Public Comment - Items not on the agenda 5 min
4.Items for Discussion / Action:
a.Airport Construction Projects:20 min
i.FAA grant projects
1.Runway 12/30 Displaced Threshold/Relocation
2.Terminal Area Study
3.Solar Power Project
a.Public Hearing
b.Consider a resolution approving plans, specifications, estimate and form of
contract
ii.Iowa DOT grant projects
1.FY23 Program
a. Terminal Building Improvements
2.FY25 Application
b.Airport "Operations"45 min
i.Budget
ii.Management
1. Annual Report
2.USAF Display Jet
a.Public Hearing
b.Consider a resolution approving loan agreement
iii.Events
1. Autocross: April 14, June 9, Sept 15, Sept 29
2.Drive-In Movie: July 13 (Barbie)
3.Young Eagles: May 11
4.Pancake Breakfast: (expected Aug 25)
c.FBO / Flight Training Reports 10 min
i.Jet Air
d.Commission Members' Reports 2 min
e.Staff Report 2 min
5.Consider a motion to go into executive session under Section 21.5(1)(i) of the Iowa Code to evaluate the
professional competency of individuals whose appointment, hiring, performance or discharge is being
considered when necessary to prevent needless and irreparable injury to that individual’s reputation and
that individual requests a closed session.
a. Evaluation of Airport Manager
6.Set next regular meeting for April 11, 2024
7.Adjourn
MINUTES DRAFT
IOWA CITY AIRPORT COMMISSION
February 08, 2023 – 6:00 P.M.
AIRPORT TERMINAL BUILDING
Members Present: Judy Pfohl, Ryan Story, Hellecktra Orozco, Warren Bishop
Members Absent: Chris Lawrence
Staff Present: Michael Tharp, Jennifer Schwickerath
Others Present: Dick Blum, Nancee Blum, Carl Byers, Matt Wolford, Megan Petkewec
RECOMMENDATIONS TO COUNCIL:
None
DETERMINE QUORUM
A quorum was determined at 6:00 pm and Orozco called the meeting to order.
APPROVAL OF MINUTES
Pfohl moved to accept the minutes of January 18, 2024, seconded by Story. Motion carried 4-0
(Lawrence absent)
PUBLIC COMMENT - Tharp introduced Dick Blum to the Commission. Blum said that he was a
long time pilot and former member of the Airport Commission. Blum stated that he also spent
some time working with Carl Byers. Blum stated that while he was a member of the aviation
community he was also a member of an advisory commission tasked to promote aviation among
the state of Iowa. Blum stated they started the Iowa Aviation Fair which would be known as the
Fly Iowa. Blum stated that he volunteered to bring it to Iowa City. Blum described the effort to
organize the event and bring in supporters. Blum stated that he was donating the shirt he wore
during the event to the Airport Commission and presented the shirt to the Commission. Members
thanked Blum for the presentation and donation.
ITEMS FOR DISCUSSION / ACTION
a.Airport Construction Projects:
i.FAA grant projects
1.Runway 12/30 Displaced Threshold/Relocation – Tharp stated
they had a meeting with the contractor planned for later in the month
and once they had a better idea of the construction schedule he
would share that with everyone. Bishop asked how many
contractors were involved in the project. Byers responded that there
4 or 5 companies involved.
2.Terminal Area Study – Tharp stated they were doing a little bit of
“back and forth” with comments from the FAA and getting the report
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 2 of 441
Airport Commission
February 8, 2023
Page 2 of 4
updated. Bishop asked if that was a good sign. Tharp stated that
at least there were keeping it on the top of the pile.
3. Solar Power Project – Tharp stated that he had forwarded the
notice of funding award for the project and that he spent a couple of
days talking to reporters for stories. Tharp stated that they still
needed a special meeting on March 4th in order to set a public
hearing to be held at the regular meeting on the 14th. Members
discussed the schedule and confirmed the special meeting would
work. Tharp stated he would let CMT know that’s the date to be
ready for. Tharp also noted that he’s had a number of contractors
that have reached out as well.
ii. Iowa DOT grant projects
1. FY23 Program
a. Terminal Building Improvements – Tharp stated that his
project was just waiting for consistent warm weather and the
contractor might be waiting for some final supplies. Orozco
asked about how it was being funded, to which Tharp replied
that it was being funded through a state grant.
b. Airport “Operations”
i. Budget – Tharp stated he had the budget meetings with City Council. Tharp
noted that he had communicated with the group that there was some
concern with the plan to demolish the current terminal. Tharp stated that
there had been some follow up conversations and it appeared that those
concerns had been resolved and that the Council was anticipated to approve
the budget as had been presented by the City Manager.
ii. Management – Tharp noted that there was a item to enter executive session
for his annual evaluation, but it appeared that that would be deferred for a
month for everyone to have an opportunity to give comments to Orozco.
Tharp noted the Iowa Aviation Conference was coming up April 16 & 17th.
Tharp noted that there was budgeted dollars for others to attend if desired.
Tharp stated there was 1 day that was better scheduled for anyone else to
attend. Tharp stated that he could send agenda information to the group.
Members discussed attending with some noting they had been to other ones.
Orozco signaled interest in attending. Tharp stated that he was planning
some extended weekend in May and June.
iii. Events – Tharp stated they are starting to populate the calendar with events.
He stated the autocross group had reached out for dates, and that he would
be reaching out to Summer of the Arts and the EAA Chapter for Young
Eagles day soon.
c. FBO / Flight Training Reports
i. Jet Air – Wolford stated there wasn’t a lot on there end. Wolford noted that
they had a farmer with a snow thrower come in and help throw snow farther.
Wolford stated that after the snowstorms they had an entire side of the
runway that its lights were buried. Wolford stated that they had him move
snow from several areas around the airport. Wolford noted they had closed
the runways a couple of times when the weather was really bad.
d. Commission Members' Reports – none
e. Staff Report – none.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 3 of 441
Airport Commission
February 8, 2023
Page 3 of 4
Consider a motion to go into executive session under Section 21.5(1)(i) of the Iowa Code to
evaluate the professional competency of individuals whose appointment, hiring, performance or
discharge is being considered when necessary to prevent needless and irreparable injury to that
individual’s reputation and that individual requests a closed session. Motion to defer to March
meeting by Bishop, seconded Pfohl. Motion carried 4-0 (Lawrence absent)
f. Evaluation of Airport Manager
SET NEXT REGULAR MEETING – Members set the next meeting for March 14th, 2024 at
6:00pm. A special meeting is set for March 4th at 6pm.
ADJOURN
Story moved to adjourn, seconded by Bishop. Motion carried 4-0 (Lawrence absent). Meeting
adjourned at 6:36pm.
______________________________________________ ___________________
CHAIRPERSON DATE
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 4 of 441
Airport Commission
February 8, 2023
Page 4 of 4
Airport Commission
ATTENDANCE RECORD
2022-2023
NAME
TERM
EXP.
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
01
/
1
8
/
2
4
02
/
0
8
/
2
4
Warren
Bishop
06/30/26 X X X X X X X X X X O/E X X O/E X
Scott Clair 06/30/23 X X X O/E O/E X/E O/E Not a member
Christopher
Lawrence
06/30/25 O/E X O/E X X X X X X X X X X X O/E
Hellecktra
Orozco
06/30/24 X X/E O/E O/E O/E X X X X X X X X O/E 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 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: March 14, 2024 Page 5 of 441
MINUTES DRAFT
IOWA CITY AIRPORT COMMISSION
March 4, 2024 – 6:00 P.M.
AIRPORT TERMINAL BUILDING
Members Present: Judy Pfohl, Chris Lawrence, Ryan Story, Hellecktra Orozco, Warren
Bishop
Members Absent:
Staff Present: Michael Tharp, Jennifer Schwickerath
Others Present: Travis Strait
RECOMMENDATIONS TO COUNCIL:
None
DETERMINE QUORUM
A quorum was determined at 6:01 pm and Orozco called the meeting to order.
ITEMS FOR DISCUSSION / ACTION
a. Consider a resolution setting a public hearing on the plans, specifications, and
form of contract for the Construct Airside Ground Mount Solar Array project – Lawrence moved
resolution A24-04, seconded by Bishop. Motion carried 5-0
b. Consider a resolution setting a public hearing for a 5-year agreement with the
National Museum of the United States Air Force for the display of the F-86 jet. Lawrence moved
resolution A24-05, seconded by Bishop. Motion carried 5-0
ADJOURN
Lawrence moved to adjourn, seconded by Bishop. Motion carried 5-0. Meeting adjourned at 6:03
pm.
______________________________________________ ___________________
CHAIRPERSON DATE
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 6 of 441
Airport Commission
March 4, 2024
Page 2 of 2
Airport Commission
ATTENDANCE RECORD
2023-2024
NAME
TERM
EXP.
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
01
/
1
8
/
2
4
02
/
0
8
/
2
4
03
/
0
4
/
2
4
Warren
Bishop
06/30/26 X X X X X X X X X O/E X X O/E X X
Scott Clair 06/30/23 X X O/E O/E X/E O/E Not a member
Christopher
Lawrence
06/30/25 X O/E X X X X X X X X X X X X
Hellecktra
Orozco
06/30/24 X/
E O/E O/E O/E X X X X X X X X O/E 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 X X X
Key:
X = Present
X/E = Present for Part of Meeting
O = Absent
O/E = Absent/Excused
NM = Not a Member at this time
X/S = Present for subcommittee meeting
O/S = Absent, not a member of the subcommittee
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 7 of 441
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 8 of 441
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 9 of 441
3 of 3
Airport State Funding
Application Instructions Continued
Fiscal Year 2025
Applications for FY 2025 Iowa DOT annual aviation grant programs are due no later than 4:00 p.m. Thursday, May 23,
2024. Public-owned airports are eligible to apply for vertical infrastructure and airport improvement projects. All
necessary application forms can be found at: https://iowadot.gov/aviation/airport-managers-and-sponsors/State-
Funding/Airport-State-Funding-Application.
Complete applications* that include the authorized signature of the airport sponsor should be emailed to
shane.wright@iowadot.us. No late applications will be considered. Aviation staff will review the applications and
prioritize projects based on the following criteria: airport role as identified in the 2020 Iowa Aviation System Plan,
justification for the project, type of project, percent of local support, and whether the airport has multi-jurisdictional
support.
A completed application package includes the following documents:
1. Funding Application Checklist and Funding Application Summary Sheet (Form 291114) – Use the
checklist to ensure that all necessary information is included. The Funding Application should include
current sponsor contact information, a short recap of desired projects in FY 2025 in priority order, and
signature of the airports sponsor.
2. Project Data Sheet (Form 291115) – Complete one sheet for each project. Attach drawings and
additional pages as needed to provide a thorough description and justification of the project so that
the project is clearly understandable.
3. 5-year Capital Improvement Plan (CIP)(Form 291112) – If you already submitted a CIP with the federal
pre-application, update to include requests for state funded projects.
4. Airport sponsor resolution or documentation from the sponsor that endorses the project and verifies
availability of local matching funds. Plan meetings to ensure they take place prior to the application
deadline. Reminder - Costs incurred prior to full grant execution are not eligible for reimbursement
5. Verification of planning (Airport Layout Plan for new construction, security plan for security projects,
pavement maintenance program for pavement projects).
6. Verification that the city and/or county has an airport zoning ordinance. Include copy if it is not
available on the airport page on the Iowa DOT website: https://iowadot.gov/aviation/airport-
information
7. Minority Impact Statement required by 2008 Iowa Acts HF 2393.
8. Federally obligated airports are required to verify that their airport’s based aircraft
information has been updated and confirmed since December 1, 2023 at www.basedaircraft.com.
Non-federally obligated airports must supply a list of based aircraft “N” numbers with their
application.
Complete Applications are due: 4:00 p.m. Thursday, May 23, 2024
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 10 of 441
2 of 2
Airport State Funding
Application Instructions Continued
Fiscal Year 2025
Airport Improvement Program
Airport development projects: Eligible projects generally include planning and improvements related to
enhancing airport safety, capacity, security and environmental concerns. Projects are eligible for up to 85% state
share; however, local participation will be considered when prioritizing projects. Projects for new development
must be shown on an airport layout plan. Examples of eligible projects:
• runway, apron and taxiway construction
and rehabilitation
• security related projects such as lighting
and access control
• airfield drainage • fuel facility installations and upgrades
• airfield lighting and signing • land acquisition
• navigation and communication aides
• taxilanes to hangar development areas
• obstruction removal (make sure your
approaches are clear 20:1)
• planning such as airport layout plans
(ALPs), master plans, land use and
zoning, and multi-jurisdictional feasibility
studies
• airport entrance signage (match 50% up
to $30,000 state share)
Air Service Development: Participation in the Air Service Development (ASD) program is limited to airports
designated as commercial service airports in the Iowa Aviation System Plan that are currently receiving scheduled
Part 121 domestic or Part 135 commuter service. Eligible projects may be funded up to 80 percent when funding is
available for the program. Applications and instructions specific to the ASD program will be e-mailed to
commercial service airports at the same time as the Airport State Funding Application.
Immediate Safety Enhancements (ISE): Applications are accepted throughout the year for when timely
infrastructure repairs and equipment replacement makes it impractical to wait for the annual application process
for other aviation grants. Goals of the program are to keep airports safe and operational when unforeseen and
unbudgeted issues arise that require immediate attention. ISE grants which are subject to funding availability and
will pay for 70% of a project, up to a maximum of $10,000. Each project application must justify an immediate
need to keep the airport safe and operational. Eligible projects include repairs for immediate safety enhancement
like pavement blow ups,tree or obstruction removal, pot holes, and sink holes. In some situations, the repair or
replacement of certain essential communication, lighting, and navigational systems including unicoms,
PAPIs/VASIs, rotating beacons, windsock poles, and lighting system regulators may be eligible. Airports are
encouraged to contact the Mike Marr (Airport Inspector) at 515-239-1468 or michael.marr@iowadot.us prior to
obtain a full program description prior to applying. The form is available on the Aviation website:
https://iowadot.seamlessdocs.com/f/291119ImmediateSafetyEnhancementsISEApplication
Wildlife Mitigation: Applications for funding are accepted throughout the year to provide assistance to airport
sponsors in mitigating and removing wildlife from airports to reduce the potential for wildlife strikes. State share is
85% of the project costs. The form is available on the Aviation website:
https://iowadot.seamlessdocs.com/f/ApplicationforWildlifeMitigation
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 11 of 441
3 of 3
Airport State Funding
Application Instructions Continued
Fiscal Year 2025
Land Use and Comprehensive Planning: If the city and county have older ordinances or do not have airport
zoning, grants are available to assist sponsors in developing or updating current airport zoning ordinances. An
agreement must be in place prior to planning activities taking place; however, there will be no reimbursement for
costs until the new ordinance is enacted. Submit land use and zoning requests during the annual application
process.
Windsocks: Windsocks are available to public use airports at any time by contacting Brian Kuennen at 515-239-
1697 or via email: Brian.Kuennen@iowadot.us .
Vertical Infrastructure Program
Commercial Service Vertical Infrastructure (CSVI): Eligible projects include construction and major renovation of
terminals, hangars, and maintenance buildings at commercial service airports. Applications for FY 2025 should be
for specific projects that the airport will initiate in FY 2025. The form is available on the Aviation Bureau website:
https://iowadot.gov/aviation/airport-managers-and-sponsors/State-Funding/Airport-State-Funding-Application
General Aviation Vertical Infrastructure (GAVI): Projects are eligible for up to 85% state share. Local
participation will be considered when prioritizing projects. Eligible projects include construction and renovation of
airport terminals, hangars, and maintenance buildings. GAVI grants are available only to general aviation
airports. Routine maintenance of buildings and minor renovation projects are not eligible. Both new and
rehabilitation projects will be considered each year. Include specific justification, such as a documented waiting
list, with the application. The form is available on the Aviation Bureau website:
https://iowadot.gov/aviation/airport-managers-and-sponsors/State-Funding/Airport-State-Funding-Application
Maximum funding per project for FY 2025: new construction $300,000 and rehabilitation $125,000.
W:\Modal\Aviation\Funding Programs\Forms\Application Forms\State Program Instructions\FY2025 State Application Instructions.docx
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 12 of 441
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 13 of 441
NaN
NaN
NaN
NaN
NaN
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 14 of 441
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 15 of 441
$0.00
$0.00
$0.00
$0.00
$0.00
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 16 of 441
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 17 of 441
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 18 of 441
Iowa City Municipal Airport
2023 Annual Report
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 19 of 441
Iowa City Municipal Airport – Annual Report 2023 Page 2
Executive Summary
This report is written to cover two periods in relation to the operations at the Iowa City
Municipal Airport. Activities and events (including construction) are reported via the calendar
year which covers the period from January 1 – December 31, 2023. Financial information is
presented in the fiscal year format which runs from July 1 – June 30. The Fiscal Year
information in this report covers Fiscal Year 2023.
The Iowa City Municipal Airport is owned by the City of Iowa City and operated by the Iowa
City Airport Commission. The Mayor and City Council of Iowa City appoint members of the
Iowa City Airport Commission, who serve 4-year terms.
The Iowa City Municipal Airport houses approximately 92 aircraft, which are maintained in: 59
T-hangars (6 buildings), 1 maintenance facility, 8 corporate hangars, 1 corporate building, 1
Fixed Based Operation (FBO) maintenance hangar, and 1 FBO cold storage hangar. The Iowa
City Airport also has 2 privately owned hangar buildings, one constructed by the FBO and one
by a 3rd party. Two runways, with a maximum landing distance of 5002’ (Runway 7/25) and
3900’ (Runway 12/30) feet, are used during approximately 33,000 operations annually. The
based aircraft consist of approximately 7 jet aircraft, 7 multi-engine (piston) aircraft, 2
helicopters and the remaining count of single engine aircraft.
Based on a 2022 Iowa Department of Transportation Economic Impact Study, the Iowa City
Municipal Airport contributes $24 million and impacts 241 jobs to the local economy. Among
Iowa’s 96 general aviation airports, it has the second largest economic impact in the State.
The Iowa City Municipal Airport operations budget for FY23 presents income of $410,661 and
expenses of $450,628. The Iowa City Airport has not used general fund payments for
operational funds since FY2019. The Airport does use $100,000 from the general fund as grant
matching funds for capital projects.
The Iowa City Airport Commission has completed a multi-year, multi-phase project to clear the
runway approaches of obstructions and relocate the Runway 25 threshold according to the 2016
Airport Master Plan. The project also relocated the Runway 25 threshold expanding the landing
distance from 4355’ to 4782’. A similar project will occur on Runway 12/30 in which a
displaced threshold will be installed on the Runway 12 end and additional pavement added to the
Runway 30 end. This will have the effect of shifting the runway and its associated protection
zones away from the northwest neighborhoods, reducing the impact of runway protection zone
limits on the neighborhoods underneath.
The airport received FY23 grant funding from the Iowa Department of Transportation Aviation
Bureau to add additional taxilanes for future hangar construction, assist in installing wayfinding
signage at the airport, and to do some minor rehabilitation work to the terminal building.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 20 of 441
Iowa City Municipal Airport – Annual Report 2023 Page 3
AIRPORT BACKGROUND
The Iowa City Municipal Airport is located approximately 2 miles southwest of downtown Iowa
City. The Iowa City Airport Commission has immediate controlling responsibility for the Iowa
City Municipal Airport. The Airport Commission consists of five voting members, who are
directly responsible for the planning, operation, and budget management of the Iowa City
Municipal Airport. The Commission works collaboratively with Iowa City’s elected officials
and staff to ensure safe, efficient, and effective use of the airport to support Iowa City and the
surrounding area.
The Iowa City Municipal Airport is one of the busiest general aviation airports in Iowa with
approximately 33,000 flight operations annually. It is currently home to approximately 92 based
aircraft located in 59 T-hangars, and 8 corporate hangars. These aircraft are used for charter
flights, corporate activity supporting local business, flight instruction, rental, pleasure, and
charity purposes. Additionally, thousands of flights in and out of the airport support important
community activities such as the organ transplant program and Air Ambulance flights to and
from The University of Iowa Hospital and Clinics, as well as economic development for the area.
Local businesses that utilize the airport include Billion Auto Group, ITC Midwest, Kum & Go,
Scheel’s, Jimmy Johns, MidAmerican Energy, and many others.
Existing airport facilities include two runways, the terminal building, a maintenance facility,
hangars, aircraft fueling facilities, aircraft parking ramp, tie down apron, and vehicle parking
area. Runway 7-25 serves as the primary runway with a length of 5002 feet and has a full
parallel taxiway. Runway 12-30 serves as a secondary crosswind runway with a length of 3900
feet. The airport terminal building, built in 1951, includes a pilot’s lounge with wireless internet
access, an FAA certified flight simulator room, a lobby, a conference/class room, vending
machines, a meeting room, and administration facilities for airport management and a fixed
based operator. The airport has a rotating beacon and lighted wind indicator. The airport is
equipped with a remote communications outlet (RCO) and an automated surface weather
observation system (ASOS).
The airport has been an important element in the Iowa City community since 1918 and in 1944
was placed under the control of the Iowa City Airport Commission by public vote. Since that
time, the airport has remained under the governance of the Airport Commission with fiscal
support from the City of Iowa City. The airport is included in the National Plan of Integrated
Airport Systems (NPIAS). The NPIAS identifies the Iowa City Municipal Airport as a general
aviation airport. This designation means that the federal government currently provides funding
annually through the FAA for eligible capital improvement projects at the airport. The Iowa
Department of Transportation Aviation Bureau’s Aviation System Plan identifies the Iowa City
Municipal Airport as an Enhanced Service Airport. Enhanced Service airports are defined as
airports that serve nearly all general aviation aircraft and are economic and transportation centers
for the state.
Several businesses and University of Iowa enterprises are stationed at the airport. Jet Air, Inc. is
the fixed base operator, with 102 employees at Iowa City and their other locations. The Iowa
City-based staff of 49 offers charter flights, flight instruction, aircraft sales, maintenance, fueling
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 21 of 441
Iowa City Municipal Airport – Annual Report 2023 Page 4
and other ground handling services, and sales of aviation related merchandise. Numerous
faculty members at the University of Iowa College of Engineering use the airport for federally
funded research on aviation technology and atmospheric weather phenomena. This research is
primarily based out of the Operator Performance Laboratory located in building H and includes
7 full-time staff and 5 full-time student workers. Care Ambulance operates a full-time
ambulatory service with patients transferring to and from area hospitals. They have partnered
with Jet Air as Jet Air Care to provide medical transport flights to and from the Iowa City area.
AIRPORT VISION STATEMENT
The Iowa City Municipal Airport is an integral community asset that supports the strategic goals
of the City of Iowa City and benefits the region’s commerce, vitality, and community pride.
AIRPORT MISSION STATEMENT
The Iowa City Municipal Airport, directed by the Airport Commission, provides a safe, cost-
effective general aviation facility. The Airport creates and enriches economic, educational,
healthcare, cultural, and recreational opportunities for the greater Iowa City
community.
AIRPORT AND THE COMMUNITY
In a continuing effort to develop and maintain a relationship with the community, the airport
hosts numerous community events throughout the year. The airport hosts several events on an
annual basis including the pancake breakfast, EAA Young Eagles, and since 2020 has hosted
Summer of the Arts Drive-In Movies. In 2023, the Iowa City Municipal Airport a drive-in
movie feature with Climate Fest. The Airport is always looking for additional partners in hosting
events. Examples include:
OPTIMIST CLUB Fly-in/Drive-in Pancake Breakfast
The Optimist Club fly-in pancake breakfast and car show headlines the annual events;
this event raises funds for use by the organization. The breakfast we held on August 27th,
2023 and served over 1000 breakfasts.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 22 of 441
Iowa City Municipal Airport – Annual Report 2023 Page 5
Flight to End Polio
Pilots John Ockenfels and Peter Teahen flew a 1977 Cessna T210 around the world on a
mission to raise funds for the Rotary to aid its mission to end Polio worldwide.
Ockenfels, the former CEO of City Carton Recycling, has been an Iowa City based pilot
for many decades. Peter Teahen a Cedar Rapids based pilot, is the President of Teahen
Funeral Homes, author, and mental health professional. The flight raised over $1.5
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 23 of 441
Iowa City Municipal Airport – Annual Report 2023 Page 6
million dollars and took place from May 5th to July 30, 2023. The flight distance was
over 25,000 miles and had stops in 21 countries.
EAA Young Eagles Program
The Experimental Aircraft Association (EAA) created the Young Eagles program in 1992
as an effort to get youth interested in aviation. Since then, over 2.2 million flights have
been donated by EAA members to encourage youth to get involved with aviation.
The Iowa City Airport continues to host EAA Young Eagles activities with cooperation
from the Experimental Aircraft Association Chapter 33 group. The Young Eagles
program returned on June 3rd, 2023 after a year off due to construction and gave flights to
50+ children.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 24 of 441
Iowa City Municipal Airport – Annual Report 2023 Page 7
Summer of the Arts Drive-In Movies:
The Airport continues with some programming that developed from the necessisty of the
pandemic. Summer of the Arts hosts Drive-In movie nights which uses the side of
hangar as a movie screen to project a movie for the public to see.
Photo: Summer of the Arts
ART MURAL and CHARITABLE GIVING FUND
The Iowa City Airport Commission partnered with the Iowa City Public Art Advisory
Committee to turn one of our t-hangar buildings into a canvas for a mural. The project was also
an opportunity for the Airport Commission to kick off its Community Foundation Charitable
Giving Fund which is being managed by the Community Foundation of Johnson County. The
Airport Commission raised nearly $40,000 from private donations to complete the mural project.
The establishment of the Community Foundation fund, give the Airport Commission another
avenue to be able to accept and retain donations for special projects or other improvements at the
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 25 of 441
Iowa City Municipal Airport – Annual Report 2023 Page 8
Iowa City Municipal Airport. The fund will be used as a resource for future donation supported
projects. The artist, Jenna Brownlee, created a mural based on the history of the Iowa City
Airport. The aircraft represent significant eras in that history.
ECONOMIC IMPACT STUDY
In 2022, the Iowa Department of Transportation concluded an economic impact study for the
aviation industry in the state of Iowa. The Iowa City Municipal Airport is categorized as an
enhanced service airport in the Iowa aviation system.
“Enhanced airports offer facilities and services meeting the needs of a full range of general
aviation activities. These airports are critical air transportation links for companies and
organizations and are able to accommodate nearly any type of business jet. Airports serve as the
front door to communities and the fixed base operators who provide aviation services are
important to leaving a positive first impression on business and visitors coming to the
community.”
That study determined that the Iowa City Municipal Airport impacted 241 jobs and supported
$24 million worth of economic activity annually. The Iowa City Municipal Airport also sees
over 18,000 visitors per year. Based on economic activity, the Iowa City Municipal Airport
ranks as the 2nd largest general aviation airport in Iowa (IDOT “Iowa Aviation Economic Impact
Report 2022”).
*Source: Iowa DOT, “Iowa Aviation Economic Impact Report 2022”
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 26 of 441
Iowa City Municipal Airport – Annual Report 2023 Page 9
BUDGET & ACTIVITY
The Iowa City Airport Commission and staff continue to maintain an efficient operating budget,
which provides the necessary services and repairs to support the airport infrastructure. In
FY2019, for the first time in modern history, the City of Iowa City contributed zero dollars
towards regular operations at the Iowa City Municipal Airport. That was the final reduction
from FY18’s $9,687 level.
The Iowa City Municipal Airport receives operating revenue primarily from two sources: rental
income, and fuel sales. Rental income is the combination of ground, hangar, and farming leases
which comprises approximately 85% of the airport’s annual revenue. Fuel flowage fees (a fee
charged by the airport for tenants that use or sell fuel from the airport’s fuel storage system)
brings in $.10 pergallon of fuel moved through the system, with a new rate that of $.15 per
gallon that began in September 2023. This represents approximately 15% of the airport’s annual
income and can fluctuate dramatically based on economic or local operating conditions. The
Revenue increase in fuel flowage is expected to be over $20,000 per year.
The Iowa City Municipal Airport operations budget for FY23 shows income of $410,661and
expenses of $450,629. The shortfall can be attributed to the costs related to the Airport Strategic
Plan update, Airport Mural payments, and increased personnel costs due to a change in the
Airport Manager’s pay grade classification.
The Airport Commission examines T-hangar rental rates on an annual basis, occasionally
adjusting them based on local and market conditions. The principal targets for comparing rates
are those airports within a one-hour drive time to the Iowa City area. The target comparisons
generally consist of Cedar Rapids, Marion, Tipton, Washington airports. We also compare our
rates to Ames as the other airport that serves a major collegiate community. Following the latest
review and in the midst of the inflationary spike of fuel and utility costs, the Airport Commission
voted to maintain the current lease rates for the 2023-2024 year.
Airport usage information is best tracked from the fuel flowage fees for fuel purchased at the
airport. The two sources of fuel flowage are Jet Air, our retail fuel seller, and University of
Iowa’s Operator Performance Lab which operates a tank dedicated to the facility.
There are two types of fuel sold at the Iowa City Airport. 100LL is commonly used for piston
aircraft engines, and Jet-A is a kerosene blend that is used in jet engine aircraft.
Fuel Flowage
Tracking fuel sales commissions and sales volumes by our FBO is one way the airport
uses data to track activity. In FY2023, sales commissions brought in over $48,000. This
is a decline from FY22, however that year also included proceeds from fuel sales that
occurred in FY21 which impacted the final figures.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 27 of 441
Iowa City Municipal Airport – Annual Report 2023 Page 10
The Iowa City Airport sales volume grew reaching over 500,000 gallons sold for the 2nd
time in three years. Jet-A fuel sales in 2023 were 444,097 gallons which represents a
12% increase from FY22’s level of 396,685 gallons sold. 100LL saw sales of 65,124
gallons which represents an 8% increase from FY22’s 60,550 gallons sold figure. Jet-A
fuel sales continue to see a trend of overall growth, however long-term trends of 100LL
sales continue to be relatively flat.
Operations
The FAA publishes data related to operations based on data collected from filed flight
plans, air traffic control records, instrument approaches flown, and other sources. This
gives another avenue to continue to track operation counts. The Iowa City Municipal
Airport has 33,300 operations per year. An operation is a takeoff or landing of an aircraft
at the airport. In comparing activity on an operations comparison, Cedar Rapids (CID)
our nearist commerical airport has 38,300 with just over 13,000 being scheduled airline
operations.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 28 of 441
Iowa City Municipal Airport – Annual Report 2023 Page 11
Annual Operations data from FAA
IOW
(Iowa
City)
CID
(Cedar
Rapids)
AMW
(Ames)
MUT
(Muscatine)
ALO
(Waterloo)
IKV
(Ankeny)
Air Carrier: 0 13140 0 0 26 0
Air Taxi: 3,798 4908 1479 647 2092 0
General Aviation Local: 6,388 8539 11291 4751 9102 16200
General Aviation Itinerant: 22,618 11475 16934 4752 11503 24300
Military: 496 238 446 0 1092 0
TOTAL OPERATIONS: 33,300 38300 30150 10150 23815 40500
Operations for 12 Months Ending:
5/27
2022
8/31
2023
9/12
2022
9/14
2023
9/30
2023
8/19
2022
*Source: https://adip.faa.gov/agis/public/#/public
GRANT SUPPORTED AIRPORT PROJECTS
The Iowa City Municipal Airport’s capital projects are funded primarily through either Federal
Aviation Administration grants under the Airport Improvement Program or through the Iowa
DOT under one of two programs: the state’s Airport Improvement Program or General Aviation
Vertical Infrastructure. If the Airport Commission does not receive a grant for a planned project
utilizing these funds, then that project and subsequent projects are either delayed or cancelled.
Federal (FAA) grants support 90% of the project costs and are typically associated with major
airside projects such as runway rehabilitation and maintenance. State grants support 70-85% of
project costs and are typically associated with minor pavement or facility repairs and upgrades.
The Airport Master Plan is a strategic document that lays out the goals and operation of the
airport over a 20-year period, the previous Master plan was completed in 1996. In 2016 with
FAA grant support, the Iowa City Airport Commission adopted the latest Airport Master Plan.
During the process of creating this plan, the Airport used a Master Plan advisory group
consisting of City and Airport Administration officials, Airport tenants, and neighborhood
representatives. The plan was created using this group and then forwarded to the Iowa City
Airport Commission for final approval. The Airport Commission uses this document to guide
the project plans for the continued development and operation of the Airport.
The Airport Commission also maintains a 5-year strategic plan which assists the Commission
and staff in prioritizing and focusing on non-aeronautical improvements to the airport. The
strategic plan helps to prioritize those items not covered by the FAA Airport Master Plan. The
current 5-year plan was adopted in June 2023 and runs through 2028.
The Iowa City Municipal Airport completed one of the major projects coming from the Airport
Master and that was the reclassification and reconfiguration of Runway 25. Based on the change
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 29 of 441
Iowa City Municipal Airport – Annual Report 2023 Page 12
of aircraft design (common aircraft using the airport). The Airport was able to reclaim nearly
700 feet of runway length that can now be used as part of an aircraft’s landing distance
calculation. This project, combined with the Airport’s work to clear up obstructions in the
runway approach paths, changed the available landing distance on Runway 25 from 4196’ to
4872’. Additionally, several different approach options for nighttime operations were brought
back online as a result of the of the obstruction mitigation project.
The Airport had to work with the FAA to redesign the instrument approach to Runway 25 as
well as to relocate the precision approach path indicator (PAPI) lights which are owned by the
FAA. The coordination for this project began in 2019.
The Airport Commission also began its data collection work for the reconfiguration of its
secondary runway (12/30). This work will create a displaced threshold approximately 500’ from
the pavement edge on Runway 12 and add 300 feet of concrete to the end of Runway 30. The
project has the effect of shifting the runway to the southeast and pulling the runway 12 protection
zones further into the airport property. This creates a higher approach path over the
neighborhood’s northwest of the airport. A grant for this project was awarded in 2023 and
construction activity will take place in 2024.
The Iowa City Airport used grant funding from the Iowa DOT Aviation Bureau to extend a
taxilane in the south t-hangar complex to allow for future hangar development. Additional
extensions of taxilanes in the area are planned as needed for additional growth.
A second grant from the Iowa DOT Aviation Bureau will allow for additional work to maintain
the terminal building. This project will remove the current paneling where the airline baggage
door was located and install glass block and better weather insulation for the building.
BIPARTISAN INFRASTRUCTURE LAW
The Bipartisan Infrastructure Law, or BIL, (also known as the Infrastructure Investment and Jobs
Act) passed by Congress and signed by the President in 2021 provided additional funds through
a number of different programs to the aviation community.
As part the bill, the Iowa City Municipal Airport will receive a direct appropriation of funds
based on a formula for 5 years. The BIL program will distribute approximately $1.5 million to
the airport over 5 years. Additionally, the program calls for $1 billion per year for 5 years to
provide grant opportunities to airports to replace/modernize terminal buildings.
The Iowa City Airport Commission used the first year allocation of funding to conduct a space
needs study of the terminal building and create a plan for redevelopment of the terminal area.
The existing 1951 terminal building has reached the end of its useful life as the airport continues
to experience space needs shortages. The study outcomes determined that the airport terminal
building should provide approximately 50% more space than it currently has in order to
accommodate the operations active today. This includes additional office space for the multiple
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 30 of 441
Iowa City Municipal Airport – Annual Report 2023 Page 13
flight instructors currently sharing an office as well as updates to pilot lounges, conference room
and other administration offices.
The Iowa City Airport Commission intends to use the rest of the BIL funds to install solar power
arrays in two phases. Phase 1 includes approximately 300 solar panels which will be used to
offset the energy requirements of the airport runway lighting, as well as the terminal and
ambulance building. Phase 2 will install another approximately 300 panels which will be used to
offset the electrical needs of the maintenance shop as well as space used by the Operator
Performance Laboratory.
LOCAL AND PRIVATE INVESTMENT IN AIRPORT FACILITIES
In 2016, the Airport Commission entered into agreements with two different private entities for
the construction of additional hangar space.
The Fixed Based Operator leased ground from the Airport Commission in order to begin
construction of a 10,000 square foot storage hangar facility. This construction was completed in
2017.
The Airport Commission also entered into an agreement with another tenant to build a 2900
square foot storage hangar. This construction was also completed in 2017.
The Airport Commission applied for, and was awarded, a grant for FY2023 to construction
additional infrastructure in the south t-hangar area to help facilitate new private hangar
developments. Construction of this project was completed in July 2023.
These investments by private parties allow the airport to increase the available space for aircraft
storage, and benefit from the increased fuel flows at a minimal cost to the airport. The Airport
Commission continues to seek out ways for private investment into airport infrastructure to
benefit both aviation users and the airport.
FUTURE AIRPORT ACTIVITIES/PROJECTS
Utilizing federal and state funding, the Iowa City Airport Commission continually looks for
ways to improve the Iowa City Municipal Airport. These programs will be used for future
projects like the aircraft parking expansion, additional runway maintenance and preservation,
and terminal area redevelopment.
In October, the Airport Commission applied for a planning grant to complete a historical and
environmental review process of the plans for a new terminal building. If awarded this planning
would set the stage for a future funding application to replace the existing terminal building with
a new modern building that is energy efficient and meets the existing needs of the airport users.
FAA Grant Pre-Applications are due annually in December. The Iowa City Airport Commission
has submitted its application for funding which includes projects being derived from the Airport
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 31 of 441
Iowa City Municipal Airport – Annual Report 2023 Page 14
Master Plan. Additional FAA projects will include runway marking and lighting changes,
additional obstruction mitigation and expansion of the aircraft parking areas.
In August, The Iowa Department of Transportation awarded the Iowa City Airport two grants for
FY2024 projects at the airport. These grants will be used for terminal building improvements
and airport signage.
State Grant Applications are due annually in the spring. The Airport has utilized funding from
the Iowa DOT Aviation Bureau to finance repairs to hangars, taxiways, and other infrastructure
which would have a low priority on the FAA scale.
The Iowa City Airport Commission will continue to look for ways to implement its strategic
planning goals. Those goals are to increase the community’s use and understanding of the
airport; develop airport infrastructure to support growing airport uses; continue to develop
funding mechanisms for airport operations, improvements, and maintenance; and sustaining
strong communication with City Council, city Administration and other city departments.
Airport Staff
Michael Tharp, C.M., Airport Manager
Airport Commission
Hellecktra Orozco, Chairperson
Christopher Lawrence, Secretary
Judith Pfohl
Warren Bishop
Ryan Story
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 32 of 441
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 33 of 441
Revised March 2022 1
NATIONAL MUSEUM OF THE UNITED STATES AIR FORCE (NMUSAF)
COMMUNITY STATIC DISPLAY LOAN PROGRAM
2024-2029 LOAN AGREEMENT, SDA0082
1.0. Parties. The United States of America or "the Government," represented by the National Museum of
the United States Air Force (NMUSAF), and collectively referred to hereinafter as "the Lender," hereby
establishes with the CITY OF IOWA CITY hereinafter called "the Borrower,” incorporated and operating
under the laws of the State/Country of IA and located at IOWA CITY, a Loan Agreement hereinafter
called “the Agreement” for Department of the Air Force (DAF) historical property. This Agreement is
entered pursuant to Public Law 80-421 [10 United States Code (USC) §2572], and any amendments thereto,
and is effective for the period commencing 1 April 2024 and ending 31 March 2029. This Agreement is
not transferable.
2.0. Borrower Obligations/Costs. The Borrower has applied, in writing, for the loan of DAF historical
property, and hereby agrees to be responsible for all arrangements and, in accordance with 10 USC §2572,
is required to pay all costs, charges and expenses associated with the loan of this property, including, but
not limited to, the cost of preparation, demilitarization, hazardous material removal, disassembly, packing,
crating, handling, maintenance, repair, restoration, transportation, and all other actions incidental to the use
and/or movement of the loaned property to or from the Borrower's location.
3.0. Loaned Property. The NMUSAF shall loan to the Borrower the historical property identified in the
inventory report, which has been included in the loan package and is incorporated into this Agreement by
reference as if fully rewritten herein (hereinafter the “Property”). The Borrower accepts the Property on an
“as is, where is” basis, and the Lender makes no warranties, expressed or implied, as to the Property’s
condition, fitness for any particular purpose, or other warranty of any kind.
4.0 Loan Conditions.
4.1. The Borrower agrees that the Property shall be used for static display purposes only. Loaned
aerospace vehicles will not be flown or restored to flying condition under any circumstance, nor will they
be licensed with the Federal Aviation Administration (FAA). The Borrower shall not remove any parts
from loaned aircraft except as directed in paragraph 4.2. Relocation of the Property for temporary special
events (parades, ceremonies, air shows, etc.) is not authorized under any circumstances. No decorations of
any type, for any purpose (special event, seasonal display, ceremonies, etc.) are authorized to be displayed
on any of the Property. The Property shall not be used in a manner that provides the appearance of
endorsement by the DAF of any non-federal entity or political candidate, or the expression of a political
viewpoint of any kind.
4.2. The Borrower agrees to allow the Lender to remove parts from loaned aerospace vehicles for the
NMUSAF or military requirements, upon written direction from the NMUSAF. Such parts are generally
internal in nature and removal or replacement should not alter the external aesthetic appearance of the
aerospace vehicle.
4.3. The Borrower shall not part with possession of the Property or any component of the Property in
any manner to any third party either directly or indirectly. The Borrower shall not enter into any
negotiations with a third party regarding any future disposition of the loaned material, in whole or in part.
4.4. The Borrower agrees to all of the following: to use the Property in a careful and prudent manner;
to not modify the Property in any manner, without prior written permission of the Lender, which would
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 34 of 441
Revised March 2022 2
alter the original form, design, or the historical significance of said Property; to perform routine
maintenance to include (but not limited to) annual upkeep, periodic painting, tire inflation, repair of damage,
day-to-day care and management of the Property, so as to provide an acceptable appearance and to not
reflect negatively on the Lender; and to display and protect the Property in accordance with the instructions
set forth in Attachments 1 and 2, which are incorporated into this Agreement by reference as if fully
rewritten herein.
4.5. The Borrower agrees that any additions, modifications or alterations that improve the Property
become part of said Property and are owned by the NMUSAF.
4.6. Interior access to loaned aerospace vehicles (cockpit, cargo areas, etc.) for purposes other than
maintenance or restoration work by persons other than staff or authorized maintenance personnel is
prohibited. This is to ensure not only the integrity and preservation of the aircraft, but more importantly,
the safety and security of the public.
5.0. Use as Security, Sale or Lease. The Borrower agrees not to use the Property as security for any loan,
and not to sell, lease, rent, lend or exchange the Property under any circumstances.
6.0. Professional Photography. The Borrower shall not make or allow the use of the Property for any
commercial purpose, including, but not limited to, use of the Property for still photography, motion picture,
television or video production, without prior written approval from the Lender. Photography or video
created by the Borrower for general promotion of the institution’s collection online or in organizational
materials is permitted. (Note – permission is not granted for fundraising events or anything that could imply
endorsement by the DAF or the NMUSAF.) Casual photography or video created by visitors for personal
or non-promotional use is permitted.
7.0. Incident Reporting. The Borrower shall within one (1) working day of discovery, notify the Lender
of any instance of loss, damage or destruction of the Property.
8.0. Title. The Borrower shall obtain no interest in the Property by reason of this Agreement and title shall
remain with the Lender at all times.
9.0. Receipt, Custody & Liability.
9.1. This Agreement shall be executed prior to the Borrower accepting physical custody of the
Property or on or before 1 April 2024.
9.2. The Borrower agrees to provide a receipt to the Lender at the time it assumes physical custody
of the Property (unless the Property is already in its possession).
9.3. The Borrower agrees that it is strictly liable for up to the full replacement value (FRV) of the
Property, as identified in the inventory report, and to accept such liability upon assuming physical custody
of the Property or execution of this Agreement, whichever occurs first.
9.4. The Borrower agrees to waive any right to contest the FRV in any legal proceeding. The FRV of
the Property is as identified in the inventory report or, if not identified in the inventory report, the FRV
otherwise identified at the sole discretion of the NMUSAF.
9.5. The Borrower agrees that if the Property, or any portion thereof, has been irreparably damaged,
destroyed, or stolen the NMUSAF may direct the Borrower to either replace the Property with an historical
item of equal value to the satisfaction of the NMUSAF or require monetary reimbursement equaling the
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 35 of 441
Revised March 2022 3
FRV. In the event of less than total loss to the Property, or any portion thereof, the Borrower agrees to
repair/replace the damage to the Property to the satisfaction of the NMUSAF or reimburse the NMUSAF
for the full value of the damage, as determined by the NMUSAF. The election of a remedy under this
subparagraph is at the sole discretion of the NMUSAF. This subparagraph is not intended to waive or limit
the Government’s rights and remedies, legal or equitable, and the Government reserves all such rights and
remedies.
9.6. The Borrower agrees to place the Property on exhibit within ninety (90) days from the date it
takes physical custody, or as otherwise mutually agreed upon.
10.0. Borrowers Responsibilities.
10.1. The Borrower agrees to the greatest extent permitted by IA Law to indemnify, hold harmless,
and defend the Lender from and against all claims, demands, actions, liabilities, judgments, costs, and
attorney's fees, arising out of, claimed on account of, or in any manner predicated upon personal injury,
death, or property damage caused by or resulting from possession and/or use of the Property. Nothing herein
shall be construed to waive or limit the federal Government’s rights and remedies permitted by law.
10.2. The Borrower agrees to report, as requested, to the Lender on the condition and location of the
Property. Further, the Borrower agrees to allow authorized Department of Defense representatives access
to the Borrower's records and facilities to assure accuracy of information provided by the Borrower and
compliance with the terms of this Agreement.
10.3. The Borrower agrees to return said Property to the Lender on termination of this Agreement or
earlier, if it is determined that the Property is no longer required, at no expense to the Lender and according
to terms determined by the Lender. In the event of a partial termination, the Borrower agrees to the return
of all items of the Property subject to the partial termination, at no expense to the Lender and according to
terms determined by the Lender.
11.0. Initial Loan Agreement Requirements.
11.1. The Borrower agrees to furnish the Lender digital images of the Property within fifteen (15)
days of taking physical possession of the Property. The image file name must be the accession number for
that item (e.g. SD-2000-0123.JPG). For aircraft and ballistic missiles, images will include views showing
all external surfaces including tail number and all accessible interior areas including instrument panels,
avionics racks and equipment, aircrew, passenger, cargo and payload compartments, wheel wells, and bomb
bays. Digital images for all other artifacts will be of sufficient detail to ensure positive identification of
each object.
11.2. The Borrower shall arrange insurance coverage for the Property on an all-risk, wall-to-wall
basis, at a minimum, for an amount that equals the total agreed upon FRV for all items in the inventory
report, plus any additional amount to cover the inventory that does not have an identified FRV, so long as
the Property remains in its possession. The Borrower further agrees to furnish the Lender proof of said
insurance. For Borrowers with private insurance coverage, proof shall constitute a copy of the insurance
certificate from the commercial provider, noting any deductible, and showing coverage up to the FRV of
the Property and any additional coverage for Property that does not have an FRV identified in the inventory
report. For self-insured organizations, proof shall constitute a written and signed statement attesting to its
ability to reimburse the Government for the FRV of the Property (as identified in the inventory report and/or
as determined by the NMUSAF).
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 36 of 441
Revised March 2022 4
12.0. Annual Loan Renewal Requirements.
12.1. The Borrower agrees to furnish the Lender current digital images of all Property. The image
name must be the accession number for that item (e.g. SD-2000-0123.JPG). Digital images of aircraft and
missiles will provide general views to include sufficient detail to show the overall condition and tail number
of the airframe. Digital images for all other artifacts will be of sufficient detail to ensure positive
identification of each object and its current condition.
12.2. The Borrower agrees to furnish the Lender proof of insurance as required in subparagraph 11.2
for each renewal period.
12.3. The Borrower agrees to furnish a signed inventory as provided by the Lender with the annual
renewal package, which accurately reflects the Property in its possession. Discrepancies in the inventory
provided by the Lender shall be noted on the inventory report by the Borrower to the extent that such notes
accurately reflect the current inventory held by the Borrower. In the event of a dispute, the Lender shall
make the final determination of the current inventory on or near the renewal date and document the
NMUSAF records accordingly.
13.0. Display/Maintenance Requirements.
13.1. No aircraft will be renovated, reconfigured, painted, have markings changed, or tail number
altered, or any parts added, removed, or replaced as part of a planned restoration effort without prior written
approval from the NMUSAF.
13.2. The Borrower agrees that all aircraft, missiles and artifacts on display will have an
identification sign adjacent to each display. For aircraft and missiles note the type, model, and serial
number. The sign will state that the item is part of the NMUSAF collection as follows:
"This (artifact/object) is on loan from the National Museum of the United States Air Force."
13.3. In the event the aircraft or missile has been reconfigured, markings changed, or serial number
altered after acquisition for display purposes, it will be stated on the sign and noted in all records as follows:
“The (item) on display is actually (nomenclature), Serial No. (serial number), but painted and
marked to depict (nomenclature), Serial No. (serial number), assigned to the (Unit and/or person) in
(location or theater) during (year).”
13.4. For aircraft on which the serial number has been altered for display purposes with prior written
approval, the mission, design and series (e.g. F-100C or F-4C) along with the original serial number will
be stenciled in two inch letters using contrasting paint colors on the fuselage under the horizontal stabilizers.
13.5. All record keeping will reflect the true serial number.
14.0. Radioactive Components. In accordance with Attachment 1, (“NMUSAF Loan and Static Display
Programs’ Instructions for Preparation and Maintenance of Aerospace Vehicles”), if, upon inspection, it is
determined radioactive items have been installed or reinstalled on the Property while in possession of the
Borrower, the Borrower will pay the cost of removal of the radioactive items and any decontamination
required.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 37 of 441
Revised March 2022 5
15.0. Loan Termination.
15.1. The Borrower agrees to return the Property to the NMUSAF upon expiration of this Agreement
or earlier, the Borrower terminates the agreement prior to expiration of this Agreement or the NMUSAF
terminates this Agreement for cause, at no expense to the NMUSAF. The return of all or any part of the
Property will be made to the NMUSAF at Wright-Patterson AFB, OH; the Aerospace Maintenance and
Regeneration Group at Davis-Monthan AFB, AZ; or a location determined by NMUSAF upon termination
of this Agreement or earlier. The Borrower shall be responsible for paying all freight, storage, crating,
handling, transportation, demilitarization, and/or other costs or charges associated with any return.
15.2. The failure of the Borrower to observe any of the conditions set forth in this Agreement
and Attachments 1 and 2 thereto shall be sufficient cause for the Lender to terminate the loan and
repossess the Property. Repossession of all or any part of the Property for such cause by the Lender shall
be made at no cost to the Government; the Borrower shall be responsible for paying all maintenance, freight,
storage, crating, handling, transportation, demilitarization, and/or other costs or charges attributable to such
repossession.
15.3. In the event the loan is terminated for any reason, the provisions of this Agreement will remain
in effect until all of the Property, or in the event of a partial termination that portion of the Property at issue,
has been relocated and in a condition that is satisfactory to the NMUSAF.
15.4. Termination of the loan and subsequent repossession of all or any part of the Property at the
option of the Borrower shall require no less than thirty (30) days advance notice to the Lender in writing.
This requirement may be waived by the Lender only through the provision of a written waiver to the
Borrower prior to the return of the Property. If this Agreement is terminated at the option of the Borrower,
the Borrower is responsible to bear all expenses associated with moving, reclaiming, and/or demilitarizing
the Property.
15.5. The Lender reserves the right to terminate this Agreement without cause, in all or part, and to
recall the Property. The Lender will provide a written thirty (30) day notice of intent to recall to the
Borrower. In the event of recall, movement of the recalled Property from the Borrower's site will be
accomplished at the Lender's expense.
16.0. Dispute Resolution. In the event a dispute arises between the parties over the terms and conditions
of this Agreement reasonable attempts will be undertaken to resolve the matter through negotiation between
the parties or persons appointed, in writing, by the parties. This Agreement shall be construed and
interpreted in accordance with federal law. If any provision herein is held unlawful or otherwise
unenforceable by the Court any remaining provisions shall be considered divisible and remain in full force
and effect. In the further event that negotiations fail to reach a resolution, the parties agree to resolve the
dispute in the federal court with appropriate jurisdiction.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 38 of 441
Revised March 2022 6
Executed on behalf of the NMUSAF, this 27th Day of January 2024, at Wright-Patterson AFB Ohio.
By:
MELISSA SHAW
Title: Community Static Display Program Administrator
Agency: National Museum of the United States Air Force
Address: NMUSAF/MUC
1100 Spaatz St
Wright-Patterson AFB OH 45433-7102
Telephone: (937) 255-8839
Email: melissa.shaw@us.af.mil
ACCEPTANCE
The Borrower, through its authorized representative, hereby accepts responsibility of the Property subject
to the terms and conditions contained in this Agreement set forth above. The Borrower certifies that they
have read, understand and acknowledge that concealing a material fact and/or making a fraudulent
statement in dealing with the federal government may constitute a violation of federal law in accordance
with 18 USC §1001.
Executed on behalf of the Borrower this _____day of __________ 2024, at ______________________.
____________________________________________
(Name of Borrower/Organization)
By: ____________________________________________
(Signature)
____________________________________________
(Typed or Printed Name & Title)
Address: ___________________________________________
___________________________________________
Telephone: __________________________________________
Email: __________________________________________
SHAW.MELISS
A.L.1268824703
Digitally signed by
SHAW.MELISSA.L.1268824703
Date: 2024.01.27 15:10:09 -05'00'
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 39 of 441
CITY OF IOWA CITY
YEAR-TO-DATE BUDGET REPORT
Report generated: 03/06/2024 14:29
User: mtharp
Program ID: glytdbud
Page 1
FY2024 BUDGET - FEBRUARY DETAIL
FOR 2024 08 JOURNAL DETAIL 2024 8 TO 2024 8
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 -1,400.00 .00 1,400.00 100.0%
2024/08/020608 02/21/2024 GBI -1,400.00 REF Reimbursement
76850110 369900 Miscellaneous O 0 0 0 .00 .00 .00 .0%
76850110 381100 Interest on Inv 0 0 0 3,728.14 .00 -3,728.14 100.0%*
76850110 382100 Land Rental -50,697 0 -50,697 -12,506.78 .00 -38,190.22 24.7%*
76850110 382200 Building/Room R -302,600 0 -302,600 -203,574.54 .00 -99,025.46 67.3%*
2024/08/020507 02/12/2024 GBM 259.00 REF
2024/08/020524 02/19/2024 GBI -25,622.13 REF
76850110 382300 Equipment Renta -1,500 0 -1,500 -875.00 .00 -625.00 58.3%*
2024/08/020486 02/15/2024 CRP -160.00 REF 4528621 JET AIR 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 -42,407.40 .00 -9,592.60 81.6%*
2024/08/020786 02/27/2024 CRP -3,423.00 REF 4539938 TITAN AVIATION FUELS OTHER
76850110 392100 Sale of Land 0 0 0 .00 .00 .00 .0%
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 40 of 441
CITY OF IOWA CITY
YEAR-TO-DATE BUDGET REPORT
Report generated: 03/06/2024 14:29
User: mtharp
Program ID: glytdbud
Page 2
FY2024 BUDGET - FEBRUARY DETAIL
FOR 2024 08 JOURNAL DETAIL 2024 8 TO 2024 8
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 -2,315.55 .00 2,315.55 100.0%
76850110 411000 Perm Full Time 80,130 0 80,130 54,102.77 .00 26,027.23 67.5%
2024/08/020195 02/09/2024 PRJ 3,043.20 REF 020324 WARRANT=020324 RUN=1 BIWEEKLY
2024/08/020635 02/23/2024 PRJ 3,043.20 REF 021724 WARRANT=021724 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 5,652.32 .00 2,970.68 65.5%
2024/08/020195 02/09/2024 PRJ 353.27 REF 020324 WARRANT=020324 RUN=1 BIWEEKLY
2024/08/020635 02/23/2024 PRJ 353.27 REF 021724 WARRANT=021724 RUN=1 BIWEEKLY
76850110 421200 Dental Insuranc 419 0 419 267.68 .00 151.32 63.9%
2024/08/020195 02/09/2024 PRJ 16.73 REF 020324 WARRANT=020324 RUN=1 BIWEEKLY
2024/08/020635 02/23/2024 PRJ 16.73 REF 021724 WARRANT=021724 RUN=1 BIWEEKLY
76850110 421300 Life Insurance 170 0 170 119.68 .00 50.32 70.4%
2024/08/020635 02/23/2024 PRJ 14.96 REF 021724 WARRANT=021724 RUN=1 BIWEEKLY
76850110 421350 Group Life - Im 0 0 0 .00 .00 .00 .0%
76850110 421400 Disability Insu 248 0 248 192.56 .00 55.44 77.6%
2024/08/020635 02/23/2024 PRJ 24.07 REF 021724 WARRANT=021724 RUN=1 BIWEEKLY
76850110 422100 FICA 6,130 0 6,130 4,134.58 .00 1,995.42 67.4%
2024/08/020195 02/09/2024 PRJ 229.22 REF 020324 WARRANT=020324 RUN=1 BIWEEKLY
2024/08/020635 02/23/2024 PRJ 229.45 REF 021724 WARRANT=021724 RUN=1 BIWEEKLY
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 41 of 441
CITY OF IOWA CITY
YEAR-TO-DATE BUDGET REPORT
Report generated: 03/06/2024 14:29
User: mtharp
Program ID: glytdbud
Page 3
FY2024 BUDGET - FEBRUARY DETAIL
FOR 2024 08 JOURNAL DETAIL 2024 8 TO 2024 8
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 4,822.00 .00 2,743.00 63.7%
2024/08/020195 02/09/2024 PRJ 287.28 REF 020324 WARRANT=020324 RUN=1 BIWEEKLY
2024/08/020635 02/23/2024 PRJ 287.28 REF 021724 WARRANT=021724 RUN=1 BIWEEKLY
76850110 424900 Other Post Empl 0 0 0 .00 .00 .00 .0%
76850110 431020 Court Costs & S 0 0 0 296.37 .00 -296.37 100.0%*
76850110 432020 Annual Audit 856 0 856 490.50 .00 365.50 57.3%
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 4,546.00 .00 -4,546.00 100.0%*
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%
76850110 436070 Miscellaneous T 0 0 0 .00 .00 .00 .0%
76850110 436080 Meals 100 0 100 65.00 .00 35.00 65.0%
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 42 of 441
CITY OF IOWA CITY
YEAR-TO-DATE BUDGET REPORT
Report generated: 03/06/2024 14:29
User: mtharp
Program ID: glytdbud
Page 4
FY2024 BUDGET - FEBRUARY DETAIL
FOR 2024 08 JOURNAL DETAIL 2024 8 TO 2024 8
ACCOUNTS FOR: ORIGINAL TRANFRS/ REVISED AVAILABLE PCT
7600 Airport APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USE/COL
76850110 437010 Comp Liability 9,000 0 9,000 16,076.36 .00 -7,076.36 178.6%*
2024/08/020746 02/20/2024 API 15,201.36 VND 016112 VCH TRUENORTH COMPANIES POLLUTION LIABILITY POLICY 2/1 296746
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 12,629.76 .00 7,204.24 63.7%
2024/08/020591 02/21/2024 CRP 1,578.72 REF C -240221 2024 UB UB
76850110 438030 Electricity 20,117 0 20,117 11,786.59 .00 8,330.41 58.6%
2024/08/020309 02/09/2024 API 367.94 VND 010319 VCH MIDAMERICAN ENERGY 1801 S RIVERSIDE DR 46293
2024/08/020309 02/09/2024 API 75.89 VND 010319 VCH MIDAMERICAN ENERGY 1801 S RIVERSIDE DR 46293
2024/08/020309 02/09/2024 API 261.93 VND 010319 VCH MIDAMERICAN ENERGY 1801 S RIVERSIDE DR, 46293
2024/08/020309 02/09/2024 API 864.47 VND 010319 VCH MIDAMERICAN ENERGY 1801 S RIVERSIDE DR, 46293
2024/08/020309 02/09/2024 API 68.70 VND 010319 VCH MIDAMERICAN ENERGY 1801 S RIVERSIDE DR, 46293
76850110 438050 Landfill Use 185 0 185 14.00 .00 171.00 7.6%
76850110 438070 Heating Fuel/Ga 5,000 0 5,000 1,707.43 .00 3,292.57 34.1%
2024/08/020309 02/09/2024 API 113.75 VND 010319 VCH MIDAMERICAN ENERGY 1801 S RIVERSIDE DR 46293
2024/08/020309 02/09/2024 API 258.32 VND 010319 VCH MIDAMERICAN ENERGY 1801 S RIVERSIDE DR 46293
2024/08/020309 02/09/2024 API 358.32 VND 010319 VCH MIDAMERICAN ENERGY 1801 S RIVERSIDE DR, 46293
76850110 438080 Sewer Utility C 1,793 0 1,793 2,335.25 .00 -542.25 130.2%*
2024/08/020591 02/21/2024 CRP 144.24 REF C -240221 2024 UB UB
76850110 438090 Water Utility C 2,254 0 2,254 2,316.61 .00 -62.61 102.8%*
2024/08/020591 02/21/2024 CRP 167.48 REF C -240221 2024 UB UB
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 43 of 441
CITY OF IOWA CITY
YEAR-TO-DATE BUDGET REPORT
Report generated: 03/06/2024 14:29
User: mtharp
Program ID: glytdbud
Page 5
FY2024 BUDGET - FEBRUARY DETAIL
FOR 2024 08 JOURNAL DETAIL 2024 8 TO 2024 8
ACCOUNTS FOR: ORIGINAL TRANFRS/ REVISED AVAILABLE PCT
7600 Airport APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USE/COL
76850110 438100 Refuse Collecti 2,846 0 2,846 1,732.00 .00 1,114.00 60.9%
2024/08/020428 02/12/2024 API 176.50 VND 011001 VCH ABC DISPOSAL SYSTEMS November Refuse 46258
2024/08/020428 02/12/2024 API 40.00 VND 011001 VCH ABC DISPOSAL SYSTEMS November Recycling 46258
2024/08/020428 02/12/2024 API 176.50 VND 011001 VCH ABC DISPOSAL SYSTEMS December Refuse 46258
2024/08/020428 02/12/2024 API 40.00 VND 011001 VCH ABC DISPOSAL SYSTEMS December Recycling 46258
2024/08/020428 02/12/2024 API 176.50 VND 011001 VCH ABC DISPOSAL SYSTEMS January Refuse 46258
2024/08/020428 02/12/2024 API 40.00 VND 011001 VCH ABC DISPOSAL SYSTEMS January Recycling 46258
2024/08/020505 02/12/2024 API 40.00 VND 011001 VCH ABC DISPOSAL SYSTEMS February Recycling 46316
2024/08/020505 02/12/2024 API 176.50 VND 011001 VCH ABC DISPOSAL SYSTEMS February Refuse 46316
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 14,665.08 .00 -1,066.08 107.8%*
2024/08/020168 02/06/2024 API 678.00 VND 010856 VCH JET AIR INC IOW Snow Removal/Janitorial Servic 295988
2024/08/020168 02/06/2024 API 424.50 VND 010856 VCH JET AIR INC IOW Maintenance Reimbursement 295988
2024/08/020395 02/06/2024 API 90.00 VND 016684 VCH STANDARD PEST Quarterly Service Dec 2023 296195
2024/08/020600 02/20/2024 API 2,800.00 VND 010047 VCH BACKFLOW PREVENTION Annual Testing and Repairs to 296258
2024/08/020600 02/20/2024 API 1,400.00 VND 010047 VCH BACKFLOW PREVENTION replace building d backflow pr 296258
76850110 442020 Structure R&M S 770 0 770 504.70 .00 265.30 65.5%
76850110 442030 Heating & Cooli 1,963 0 1,963 2,233.39 .00 -270.39 113.8%*
2024/08/020168 02/06/2024 API 948.46 VND 013430 VCH ALL TEMP REFRIGERATI Boiler Maintenance 295939
2024/08/020168 02/06/2024 API 110.94 VND 010856 VCH JET AIR INC IOW Maintenance Reimbursement 295988
76850110 442040 Cooling Equipme 0 0 0 .00 .00 .00 .0%
76850110 442060 Electrical & Pl 5,000 0 5,000 9,965.07 .00 -4,965.07 199.3%*
2024/08/020168 02/06/2024 API 510.00 VND 010014 VCH ADVANCED ELECTRICAL Runway Light Repairs 46208
2024/08/020168 02/06/2024 API 2,264.60 VND 010564 VCH LYNCH'S PLUMBING INC Frozen Pipes Repair 296000
2024/08/020393 02/13/2024 API 200.00 VND 010014 VCH ADVANCED ELECTRICAL Terminal light repairs 46260
76850110 442070 Bldg Pest Contr 0 0 0 .00 .00 .00 .0%
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 44 of 441
CITY OF IOWA CITY
YEAR-TO-DATE BUDGET REPORT
Report generated: 03/06/2024 14:29
User: mtharp
Program ID: glytdbud
Page 6
FY2024 BUDGET - FEBRUARY DETAIL
FOR 2024 08 JOURNAL DETAIL 2024 8 TO 2024 8
ACCOUNTS FOR: ORIGINAL TRANFRS/ REVISED AVAILABLE PCT
7600 Airport APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USE/COL
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%
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 19,477.62 .00 10,245.38 65.5%
2024/08/020168 02/06/2024 API 6,215.00 VND 010856 VCH JET AIR INC IOW Snow Removal/Janitorial Servic 295988
2024/08/020168 02/06/2024 API 750.00 VND 010856 VCH JET AIR INC IOW Maintenance Reimbursement 295988
76850110 445100 Towing 0 0 0 .00 .00 .00 .0%
76850110 445110 Testing Service 1,500 0 1,500 1,323.00 .00 177.00 88.2%
2024/08/020600 02/20/2024 API 595.00 VND 010047 VCH BACKFLOW PREVENTION Annual Testing and Repairs to 296258
2024/08/020600 02/20/2024 API 500.00 VND 016576 VCH MIKE'S METER LLC Annual Flow test/certify self 296337
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 5,313.32 .00 2,656.68 66.7%
2024/08/020914 02/29/2024 GEN 664.17 REF REJE#2 Airport to Attorney
76850110 446120 ITS-Server/Stor 294 0 294 233.12 .00 60.88 79.3%
2024/08/020932 02/29/2024 GNI 34.39 REF RD Storage of files AIR
76850110 446130 ITS-PC/Peripher 16,424 0 16,424 9,982.00 .00 6,442.00 60.8%
2024/08/020936 02/29/2024 GNI 1,221.50 REF RD FEB ITS Repl Chgbk
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 45 of 441
CITY OF IOWA CITY
YEAR-TO-DATE BUDGET REPORT
Report generated: 03/06/2024 14:29
User: mtharp
Program ID: glytdbud
Page 7
FY2024 BUDGET - FEBRUARY DETAIL
FOR 2024 08 JOURNAL DETAIL 2024 8 TO 2024 8
ACCOUNTS FOR: ORIGINAL TRANFRS/ REVISED AVAILABLE PCT
7600 Airport APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USE/COL
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 0 239 156.40 .00 82.60 65.4%
2024/08/020933 02/29/2024 GNI 19.55 REF RD Office software
76850110 446200 Photocopying Ch 1,200 0 1,200 800.00 .00 400.00 66.7%
2024/08/020915 02/29/2024 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 1,455 833.10 .00 621.90 57.3%
76850110 446320 Mail Chargeback 200 0 200 150.21 .00 49.79 75.1%
76850110 446350 City Vehicle Re 36,278 0 36,278 26,261.21 .00 10,016.79 72.4%
2024/08/020929 02/28/2024 GNI 3,233.15 REF TL FEB REPLACEMENT COST
76850110 446360 City Vehicle Re 0 0 0 .00 .00 .00 .0%
76850110 446370 Fuel Chargeback 4,481 0 4,481 3,358.19 .00 1,122.81 74.9%
2024/08/020929 02/28/2024 GNI 221.62 REF TL FEB DIVISION FUEL
76850110 446380 Vehicle R&M Cha 19,830 0 19,830 8,434.15 .00 11,395.85 42.5%
2024/08/020929 02/28/2024 GNI 1,259.33 REF TL FEB DIVISION SERVICE
76850110 448040 City Sponsored 0 0 0 .00 .00 .00 .0%
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 46 of 441
CITY OF IOWA CITY
YEAR-TO-DATE BUDGET REPORT
Report generated: 03/06/2024 14:29
User: mtharp
Program ID: glytdbud
Page 8
FY2024 BUDGET - FEBRUARY DETAIL
FOR 2024 08 JOURNAL DETAIL 2024 8 TO 2024 8
ACCOUNTS FOR: ORIGINAL TRANFRS/ REVISED AVAILABLE PCT
7600 Airport APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USE/COL
76850110 449055 Permitting Fees 440 0 440 700.00 .00 -260.00 159.1%*
76850110 449060 Dues & Membersh 950 0 950 1,317.00 .00 -367.00 138.6%*
2024/08/020168 02/06/2024 API 500.00 VND 011424 VCH IOWA AVIATION PROMOT Annual Dues 295983
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%
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%
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 47 of 441
CITY OF IOWA CITY
YEAR-TO-DATE BUDGET REPORT
Report generated: 03/06/2024 14:29
User: mtharp
Program ID: glytdbud
Page 9
FY2024 BUDGET - FEBRUARY DETAIL
FOR 2024 08 JOURNAL DETAIL 2024 8 TO 2024 8
ACCOUNTS FOR: ORIGINAL TRANFRS/ REVISED AVAILABLE PCT
7600 Airport APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USE/COL
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 0 678 157.30 .00 520.70 23.2%
2024/08/020168 02/06/2024 API 79.17 VND 011055 VCH DOORS INC Key Replacements 295957
2024/08/020168 02/06/2024 API 39.21 VND 010856 VCH JET AIR INC IOW Maintenance Reimbursement 295988
76850110 467020 Equipment R&M S 1,000 0 1,000 50.93 .00 949.07 5.1%
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 30.13 .00 69.87 30.1%
2024/08/020600 02/20/2024 API 30.13 VND 010407 VCH S & G MATERIALS Various Sand, Asphalt, and Roc 296356
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 1,122.52 .00 -844.52 403.8%*
2024/08/020168 02/06/2024 API 97.52 VND 010856 VCH JET AIR INC IOW Maintenance Reimbursement 295988
2024/08/020600 02/20/2024 API 188.84 VND 011047 VCH HAWKEYE COMMUNICATIO Alarm Monitoring & Inspection 46328
2024/08/020600 02/20/2024 API 123.68 VND 011047 VCH HAWKEYE COMMUNICATIO Alarm Monitoring & Inspection 46328
76850110 469260 Fire Ext & Refi 0 0 0 .00 .00 .00 .0%
76850110 469290 Purchases For R 0 0 0 .00 .00 .00 .0%
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 48 of 441
CITY OF IOWA CITY
YEAR-TO-DATE BUDGET REPORT
Report generated: 03/06/2024 14:29
User: mtharp
Program ID: glytdbud
Page 10
FY2024 BUDGET - FEBRUARY DETAIL
FOR 2024 08 JOURNAL DETAIL 2024 8 TO 2024 8
ACCOUNTS FOR: ORIGINAL TRANFRS/ REVISED AVAILABLE PCT
7600 Airport APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USE/COL
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%
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%
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%
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 49 of 441
CITY OF IOWA CITY
YEAR-TO-DATE BUDGET REPORT
Report generated: 03/06/2024 14:29
User: mtharp
Program ID: glytdbud
Page 11
FY2024 BUDGET - FEBRUARY DETAIL
FOR 2024 08 JOURNAL DETAIL 2024 8 TO 2024 8
ACCOUNTS FOR: ORIGINAL TRANFRS/ REVISED AVAILABLE PCT
7600 Airport APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USE/COL
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%
2024/08/020746 02/20/2024 API 15,201.36 VND 016112 VCH TRUENORTH COMPANIES POLLUTION LIABILITY POLICY 2/1 296746
76850110 438100 651 Refuse Colle 0 0 0 .00 .00 .00 .0%
2024/08/020428 02/12/2024 API 176.50 VND 011001 VCH ABC DISPOSAL SYSTEMS November Refuse 46258
2024/08/020428 02/12/2024 API 40.00 VND 011001 VCH ABC DISPOSAL SYSTEMS November Recycling 46258
2024/08/020428 02/12/2024 API 176.50 VND 011001 VCH ABC DISPOSAL SYSTEMS December Refuse 46258
2024/08/020428 02/12/2024 API 40.00 VND 011001 VCH ABC DISPOSAL SYSTEMS December Recycling 46258
2024/08/020428 02/12/2024 API 176.50 VND 011001 VCH ABC DISPOSAL SYSTEMS January Refuse 46258
2024/08/020428 02/12/2024 API 40.00 VND 011001 VCH ABC DISPOSAL SYSTEMS January Recycling 46258
2024/08/020505 02/12/2024 API 40.00 VND 011001 VCH ABC DISPOSAL SYSTEMS February Recycling 46316
2024/08/020505 02/12/2024 API 176.50 VND 011001 VCH ABC DISPOSAL SYSTEMS February Refuse 46316
76850110 445140 651 Outside Prin 0 0 0 .00 .00 .00 .0%
76850110 449100 651 Vehicle Rent 0 0 0 .00 .00 .00 .0%
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%
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 50 of 441
CITY OF IOWA CITY
YEAR-TO-DATE BUDGET REPORT
Report generated: 03/06/2024 14:29
User: mtharp
Program ID: glytdbud
Page 12
FY2024 BUDGET - FEBRUARY DETAIL
FOR 2024 08 JOURNAL DETAIL 2024 8 TO 2024 8
ACCOUNTS FOR: ORIGINAL TRANFRS/ REVISED AVAILABLE PCT
7600 Airport APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USE/COL
76850110 437010 652 Comp Liabili 0 0 0 .00 .00 .00 .0%
2024/08/020746 02/20/2024 API 15,201.36 VND 016112 VCH TRUENORTH COMPANIES POLLUTION LIABILITY POLICY 2/1 296746
76850110 438100 652 Refuse Colle 0 0 0 .00 .00 .00 .0%
2024/08/020428 02/12/2024 API 176.50 VND 011001 VCH ABC DISPOSAL SYSTEMS November Refuse 46258
2024/08/020428 02/12/2024 API 40.00 VND 011001 VCH ABC DISPOSAL SYSTEMS November Recycling 46258
2024/08/020428 02/12/2024 API 176.50 VND 011001 VCH ABC DISPOSAL SYSTEMS December Refuse 46258
2024/08/020428 02/12/2024 API 40.00 VND 011001 VCH ABC DISPOSAL SYSTEMS December Recycling 46258
2024/08/020428 02/12/2024 API 176.50 VND 011001 VCH ABC DISPOSAL SYSTEMS January Refuse 46258
2024/08/020428 02/12/2024 API 40.00 VND 011001 VCH ABC DISPOSAL SYSTEMS January Recycling 46258
2024/08/020505 02/12/2024 API 40.00 VND 011001 VCH ABC DISPOSAL SYSTEMS February Recycling 46316
2024/08/020505 02/12/2024 API 176.50 VND 011001 VCH ABC DISPOSAL SYSTEMS February Refuse 46316
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%
2024/08/020168 02/06/2024 API 79.17 VND 011055 VCH DOORS INC Key Replacements 295957
2024/08/020168 02/06/2024 API 39.21 VND 010856 VCH JET AIR INC IOW Maintenance Reimbursement 295988
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%
2024/08/020168 02/06/2024 API 79.17 VND 011055 VCH DOORS INC Key Replacements 295957
2024/08/020168 02/06/2024 API 39.21 VND 010856 VCH JET AIR INC IOW Maintenance Reimbursement 295988
TOTAL Airport Operations -490 0 -490 38,087.37 .00 -38,577.37-7772.9%
TOTAL Airport -490 0 -490 38,087.37 .00 -38,577.37-7772.9%
TOTAL REVENUES -406,797 0 -406,797 -295,676.13 .00 -111,120.87
TOTAL EXPENSES 406,307 0 406,307 333,763.50 .00 72,543.50
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 51 of 441
CITY OF IOWA CITY
YEAR-TO-DATE BUDGET REPORT
Report generated: 03/06/2024 14:29
User: mtharp
Program ID: glytdbud
Page 13
FY2024 BUDGET - FEBRUARY DETAIL
FOR 2024 08 JOURNAL DETAIL 2024 8 TO 2024 8
ORIGINAL TRANFRS/ REVISED AVAILABLE PCT
APPROP ADJSTMTS BUDGET YTD ACTUAL ENCUMBRANCES BUDGET USE/COL
GRAND TOTAL -490 0 -490 38,087.37 .00 -38,577.37-7772.9%
** END OF REPORT - Generated by Michael Tharp **
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 52 of 441
CITY OF IOWA CITY
YEAR-TO-DATE BUDGET REPORT
Report generated: 03/06/2024 14:29
User: mtharp
Program ID: glytdbud
Page 14
FY2024 BUDGET - FEBRUARY 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/ 8
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/ 8
To Yr/Per: 2024/ 8
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: March 14, 2024 Page 53 of 441
CITY OF IOWA CITY
INVOICE LIST BY GL ACCOUNT
Report generated: 03/06/2024 13:54
User: mtharp
Program ID: apinvgla
Page 1
YEAR/PERIOD: 2024/8 TO 2024/8
ACCOUNT/VENDOR INVOICE PO YEAR/PR TYP S WARRANT CHECK DESCRIPTION
76850110 Airport Operations
76850110 437010 Comp Liability Insurance
016112 TRUENORTH COMPANIES 157763 0 2024 8 INV P 15,201.36 030124 296746 POLLUTION LIABILITY
ACCOUNT TOTAL 15,201.36
76850110 438030 Electricity
010319 MIDAMERICAN ENERGY 549372408 0 2024 8 INV P 367.94 021624 46293
010319 MIDAMERICAN ENERGY 549388190 0 2024 8 INV P 68.70 021624 46293
010319 MIDAMERICAN ENERGY 549422733 0 2024 8 INV P 864.47 021624 46293
010319 MIDAMERICAN ENERGY 549423112 0 2024 8 INV P 75.89 021624 46293
010319 MIDAMERICAN ENERGY 549423199 0 2024 8 INV P 261.93 021624 46293
1,638.93
ACCOUNT TOTAL 1,638.93
76850110 438070 Heating Fuel/Gas
010319 MIDAMERICAN ENERGY 549401986 0 2024 8 INV P 258.32 021624 46293
010319 MIDAMERICAN ENERGY 549422926 0 2024 8 INV P 358.32 021624 46293
010319 MIDAMERICAN ENERGY 549423112 0 2024 8 INV P 113.75 021624 46293
730.39
ACCOUNT TOTAL 730.39
76850110 438100 Refuse Collection Charges
011001 ABC DISPOSAL SYSTEMS 860454 0 2024 8 INV P 176.50 021624 46258 November Refuse
011001 ABC DISPOSAL SYSTEMS 860455 0 2024 8 INV P 40.00 021624 46258 November Recycling
011001 ABC DISPOSAL SYSTEMS 870965 0 2024 8 INV P 176.50 021624 46258 December Refuse
011001 ABC DISPOSAL SYSTEMS 870966 0 2024 8 INV P 40.00 021624 46258 December Recycling
011001 ABC DISPOSAL SYSTEMS 880047 0 2024 8 INV P 176.50 021624 46258 January Refuse
011001 ABC DISPOSAL SYSTEMS 880048 0 2024 8 INV P 40.00 021624 46258 January Recycling
011001 ABC DISPOSAL SYSTEMS 889397 0 2024 8 INV P 176.50 022324 46316 February Refuse
011001 ABC DISPOSAL SYSTEMS 889398 0 2024 8 INV P 40.00 022324 46316 February Recycling
866.00
ACCOUNT TOTAL 866.00
76850110 442010 Other Building R&M Services
010047 BACKFLOW PREVENTION 775617 0 2024 8 INV P 2,800.00 022324 296258 Annual Testing and
010047 BACKFLOW PREVENTION 777364 0 2024 8 INV P 1,400.00 022324 296258 replace building d
4,200.00
010856 JET AIR INC IOW IVI-24-000327 0 2024 8 INV P 678.00 020924 295988 Snow Removal/Janito
010856 JET AIR INC IOW IVI-24-000451 0 2024 8 INV P 424.50 020924 295988 Maintenance Reimbur
1,102.50
016684 STANDARD PEST 452013 0 2024 8 INV P 90.00 021624 296195 Quarterly Service D
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 54 of 441
CITY OF IOWA CITY
INVOICE LIST BY GL ACCOUNT
Report generated: 03/06/2024 13:54
User: mtharp
Program ID: apinvgla
Page 2
YEAR/PERIOD: 2024/8 TO 2024/8
ACCOUNT/VENDOR INVOICE PO YEAR/PR TYP S WARRANT CHECK DESCRIPTION
ACCOUNT TOTAL 5,392.50
76850110 442030 Heating & Cooling R&M Services
010856 JET AIR INC IOW IVI-24-000451 0 2024 8 INV P 110.94 020924 295988 Maintenance Reimbur
013430 ALL TEMP REFRIGERATI 231-9816 0 2024 8 INV P 948.46 020924 295939 Boiler Maintenance
ACCOUNT TOTAL 1,059.40
76850110 442060 Electrical & Plumbing R&M Srvc
010014 ADVANCED ELECTRICAL 67023 0 2024 8 INV P 510.00 020924 46208 Runway Light Repair
010014 ADVANCED ELECTRICAL 67067 0 2024 8 INV P 200.00 021624 46260 Terminal light repa
710.00
010564 LYNCH'S PLUMBING INC 34265 0 2024 8 INV P 2,264.60 020924 296000 Frozen Pipes Repair
ACCOUNT TOTAL 2,974.60
76850110 445080 Snow and Ice Removal
010856 JET AIR INC IOW IVI-24-000327 0 2024 8 INV P 6,215.00 020924 295988 Snow Removal/Janito
010856 JET AIR INC IOW IVI-24-000451 0 2024 8 INV P 750.00 020924 295988 Maintenance Reimbur
6,965.00
ACCOUNT TOTAL 6,965.00
76850110 445110 Testing Services
010047 BACKFLOW PREVENTION 775617 0 2024 8 INV P 595.00 022324 296258 Annual Testing and
016576 MIKE'S METER LLC 740 0 2024 8 INV P 500.00 022324 296337 Annual Flow test/ce
ACCOUNT TOTAL 1,095.00
76850110 449060 Dues & Memberships
011424 IOWA AVIATION PROMOT 2024 Dues 0 2024 8 INV P 500.00 020924 295983 Annual Dues
ACCOUNT TOTAL 500.00
76850110 466070 Other Maintenance Supplies
010856 JET AIR INC IOW IVI-24-000451 0 2024 8 INV P 39.21 020924 295988 Maintenance Reimbur
011055 DOORS INC 343346 0 2024 8 INV P 79.17 020924 295957 Key Replacements
ACCOUNT TOTAL 118.38
76850110 468050 Sand
010407 S & G MATERIALS 3190 0 2024 8 INV P 30.13 022324 296356 Various Sand, Aspha
ACCOUNT TOTAL 30.13
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 55 of 441
CITY OF IOWA CITY
INVOICE LIST BY GL ACCOUNT
Report generated: 03/06/2024 13:54
User:mtharp
Program ID: apinvgla
Page 3
YEAR/PERIOD: 2024/8 TO 2024/8
ACCOUNT/VENDOR INVOICE PO YEAR/PR TYP S WARRANT CHECK DESCRIPTION
76850110 469210 First Aid/Safety Supplies
010856 JET AIR INC IOW IVI-24-000451 0 2024 8 INV P 97.52 020924 295988 Maintenance Reimbur
011047 HAWKEYE COMMUNICATIO 21457 0 2024 8 INV P 123.68 022324 46328 Alarm Monitoring &
011047 HAWKEYE COMMUNICATIO 21458 0 2024 8 INV P 188.84 022324 46328 Alarm Monitoring &
312.52
ACCOUNT TOTAL 410.04
ORG 76850110 TOTAL 36,981.73
FUND 7600 Airport TOTAL:36,981.73
** END OF REPORT - Generated by Michael Tharp **
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 56 of 441
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 57 of 441
CONSTRUCT AIRSIDE GROUND
MOUNT SOLAR ARRAY
CITY OF IOWA CITY
IOWA CITY, IOWA
FAA AIP PROJECT: 3-19-0047-037-2024
MARCH 1, 2024
(APRIL 8, 2024 LETTING)
TOTAL SHEETS: 18
INDEX TO SHEETS
CONSTRUCTION PLANS
FOR
IOWA CITY MUNICIPAL AIRPORT
FINAL DESIGN SUBMITTAL
DESIGN INFORMATION
MAXIMUM EQUIPMENT HEIGHT - 25'
UNICOM FREQUENCY - 122.80
RUNWAY 7/25
AIRCRAFT DESIGN GROUP II
DESIGN APPROACH CATEGORY C
TAXIWAYS & TAXILANES
AIRCRAFT DESIGN GROUP II
TAXIWAY DESIGN GROUP 2B
TAXIWAY SAFETY AREA = 49'
TAXIWAY OBJECT AREA WIDTH = 124'
TAXILANE OBJECT FREE AREA WIDTH = 110'
C-100 COVER SHEET / INDEX TO SHEETS / SOQ
C-101 SITE PLAN AND CONTROL
C-102 SEQUENCE OF CONSTRUCTION
C-103 SEQUENCE OF CONSTRUCTION NOTES
C-104 SEQUENCE OF CONSTRUCTION DETAILS
E-101 EXISTING CONDITIONS
E-102 ELECTRICAL SITE PLAN
E-103 VAULT AC SOLAR ONE-LINE DIAGRAM
E-104 BUILDING D AC SOLAR ONE-LINE DIAGRAM BUILDING
E-105 VAULT DC SOLAR ONE-LINE DIAGRAM
E-106 BUILDING D DC SOLAR ONE-LINE DIAGRAM
E-107 ELECTRICAL CALCULATIONS
E-108 SOLAR ARRAY STRINGING DIAGRAM
E-109 MONITORING SYSTEM ONE-LINE & TYP. RACK ELEVATION
E-110 SOLAR PV MODULE MOUNTING DETAIL
E-111 VAULT AND INVERTER MOUNTING DETAILS
E-112 SOLAR ELECTRICAL DETAILS
E-113 PLACARDS DETAIL
CMT DESIGN NUMBER: 23006285.00 LOCATION MAP SITE PLAN
THE LOCATION, SIZE AND TYPE OF MATERIAL OF EXISTING UNDERGROUND UTILITIES
INDICATED ON THE PLANS IS NOT REPRESENTED AS BEING ACCURATE, SUFFICIENT
OR COMPLETE. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THE
ACTUAL LOCATION OF ALL SUCH FACILITIES, INCLUDING SERVICE CONNECTIONS TO
UNDERGROUND UTILITIES. PRIOR TO CONSTRUCTION, THE CONTRACTOR SHALL
NOTIFY THE UTILITY COMPANIES OF HIS OPERATIONAL PLANS AND SHALL OBTAIN
FROM THE RESPECTIVE UTILITY COMPANIES DETAILED INFORMATION AND
ASSISTANCE RELATIVE TO THE LOCATION OF THEIR FACILITIES AND THE WORKING
SCHEDULE OF THE COMPANIES FOR REMOVAL OR ADJUSTMENT WHERE REQUIRED. IN
THE EVENT AN UNEXPECTED UTILITY INTERFERENCE IS ENCOUNTERED DURING
CONSTRUCTION, THE CONTRACTOR SHALL IMMEDIATELY NOTIFY THE UTILITY
COMPANY OF JURISDICTION. THE ENGINEER SHALL ALSO BE IMMEDIATELY NOTIFIED.
ANY SUCH MAINS AND SERVICES SHALL BE RESTORED TO SERVICE AT ONCE AND PAID
FOR BY THE CONTRACTOR AT NO ADDITIONAL COST TO THE CONTRACT.
IOWA
ONE CALL
800/292-8989
Call 2 Working Days
BEFORE YOU DIG
SM
THIS PROJECT IS COVERED BY THE IOWA DEPARTMENT OF NATURAL RESOURCES NPDES
GENERAL PERMIT NO. 2. THE CONTRACTOR SHALL CARRY OUT THE TERMS AND CONDITIONS OF
GENERAL PERMIT NO. 2 AND THE STORM WATER POLLUTION PREVENTION PLAN WHICH IS A
PART OF THESE CONTRACT DOCUMENTS.
AIRFIELD INFORMATION
JOHNSON COUNTY
TOWNSHIP:
79 NORTH
RANGE:
6 WEST
SECTION:
21
PROJECT
LOCATION
AIRPORT LOCATION
SUMMARY OF QUANTITIES
ALL SHEETS
THIS ENGINEERING DOCUMENT IS A REPRODUCTION OF A
CERTIFIED ENGINEERING DOCUMENT, THE OFFICIAL COPY OF
WHICH WAS CERTIFIED BY:
THE OFFICIAL COPY OF THIS ENGINEERING DOCUMENT IS ON
FILE AT THE OFFICE OF THE OWNER.
PAGE OR SHEETS COVERED BY THE REFERENCE
CERTIFICATION:
(SIGNATURE)(DATE)
TRAVIS A. STRAIT, P.E.03.01.2024
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 58 of 441
X
X
X
XXX
X
X
X X X
X
X
X
X X
X
X
X
X
X
XXXXXXXXXXXXXX
H H
H
H
H
T
E E
E
T
X
H
H
H
H
RSA
RSA
RSA
PK
0+
0
0
1+
0
0
2+
0
0
3+
0
0
4+
0
0
E
E
E
E
E
E
C
C
C
C
E
FO
FO
FO
DESCRIPTIONDATEREV
DATE:
SHEET NO.REVISION
SHEET TITLE:
PROJECT NO.:
DESIGNED: DRAWN:CHECKED:
APPROVED AS WORKING PLAN
BY:
IOWA CITY
MUNICIPAL AIRPORT
IOWA CITY, IA
FINAL DESIGN
SUBMITTAL
MARCH 1, 2024
CONSTRUCT AIRSIDE
GROUND MOUNT
SOLAR ARRAY
23006285.00
CMT-MLI CMT-MLI CMT-MLI
A
12345678
12345678
A
B
C
D
E
F
G
H
B
C
D
E
F
G
H
SHEET OF 18 SHEETS
SCALE IN FEET
NORTH
0 30 60
TA
X
I
W
A
Y
TAXIWAY
T
-
H
A
N
G
A
R
T
-
H
A
N
G
A
R
T
-
H
A
N
G
A
R
AIRFIELD VAULT
FAA BUILDING
NEW GROUND MOUNT
BUILDING D SOLAR ARRAY
(SP-1-1.2) (TYP.)
LEGEND
EXISTING BUILDINGS
NEW GROUND MOUNT SOLAR ARRAY
NEW 2' X 2' ELECTRICAL HANDHOLE
RWY 7
/
2
5
KEY MAP
R
W
Y
1
2
/
3
0
SHEET LOCATION
TAXIWA
Y
EXISTING AIRFIELD WIND CONE
EXISTING SPLICE CAN
EXISTING ELECTRICAL MANHOLE
EXISTING STORM SEWER STRUCTURE
EXISTING ELECTRICAL METER
EXISTING ELECTRIC HANDHOLE
EXISTING ELECTRIC TRANSFORMER
E
H
T
CB D
EXISTING TAXIWAY GUIDANCE SIGN
E
EXISTING TAXIWAY ELEVATED EDGE LIGHT
EXISTING UNIVERSITY OF IOWA
HYDROLOGY EQUIPMENT
UNIVERSITY OF IOWA
HYDROLOGY LAB
AI
R
P
O
R
T
S
E
R
V
I
C
E
D
R
I
V
E
AIRPORT SERVICE DRIVE
NOTES
1. THE CONTRACTOR SHALL VERIFY THE HORIZONTAL AND VERTICAL CONTROL POINTS PRIOR TO BEGINNING
CONSTRUCTION.
2. DISCREPANCIES IN THE CONTROL POINTS SHALL BE BROUGHT TO THE ATTENTION OF THE RESIDENT PROJECT
REPRESENTATIVE AS SOON AS THEY ARE DISCOVERED. THE CONTRACTOR SHALL NOT PROCEED WITH ANY WORK
THAT COULD BE IMPACTED BY CONTROL POINT DISCREPANCIES UNTIL RESOLUTION IS COMPLETE.
CP4
CP3
CP2
CP1
PK PK NAIL
CROSS CUT
NEW GROUND MOUNT
VAULT SOLAR ARRAY
(SP-1-1.1) (TYP.)
SITE PLAN AND
CONTROL
C-101
2
ALIGNMENT DATA
ALIGNMENT
SEGMENT
BEGIN STATION /
PI STATION
NORTHING /
EASTING
END STATION /
CURVE RADIUS
NORTHING /
EASTING
AIRPORT SERVICE
DRIVE STA. 00+00.00 N: 603987.4703
E: 2175769.8057 STA. 800+00.00 N: 603187.4712
E: 2175771.0066
NEW CIRCUIT DISCONNECTS
NEW MONITORING
SYSTEM ENCLOSURE
CARE AMBULANCE
FACILITY
NEW ELECTRICAL
HANDHOLE
NEW INVERTER
(TYP.)
NEW DISTRIBUTION PANEL
C NEW SOLAR COMMUNICATION CABLING
E NEW SOLAR POWER CABLING
HORIZONTAL AND VERTICAL CONTROL
POINT DESCRIPTION STATION / OFFSET NORTHING EASTING ELEVATION
CP1 CROSS CUT ON LIGHT
BASE CAN 3+30.27 / 260.02' RT 603656.81 2175510.28 650.90
CP2 CROSS CUT ON INLET
STRUCTURE 3+92.34 / 139.74' LT 603595.34 2175910.14 648.79
CP3 PK NAIL 0+54.49 / 133.29' LT 603933.18 2175903.18 649.72
CP4 CROSS CUT ON INLET
STRUCTURE 0+27.79 / 155.26' LT 603959.92 2175925.10 649.27
FO NEW FIBER OPTIC CABLING
TRANSFORMER TO BE
REPLACED BY OTHERS
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 59 of 441
X
X
X
X
X X X
X
X
X
X
X
X
X
X
XX
X
X
X
X
X
X
X
X
X
XXXXXXXXX
X
X X
X
T
O
F
A
TO
F
A
TO
F
A
T
O
F
A
TO
F
A
TOF
A
TOFATOFATOFATOFATOFATOFA
TO
F
A
TOFA
TOFA
TOFA
TO
F
A
TO
F
A
TO
F
A
TO
F
A
TO
F
A
TO
F
A
TO
F
A
RSA
RSA
RSA
RSA
RSA
RSA
RSA
RSA
RSA
RSA
RSA
RSA
RSA
RSA
RSA
RSA
T
O
F
A
TOFA
TOFA
TOFA
TOFA
TOFA
TOFA
TOFA
TOFA
TOFA
TOFA
T
O
F
A
TOFA
TOFA
TOFA
TOFA
TOFA
T
O
F
A
TO
F
A
TO
F
A
TO
F
A
TO
F
A
TO
F
A
TO
F
A
TOFA
TOFA
TOFA
TOFA
TOFA
TOFATOFA
TOFA
TOFA
T
L
O
F
A
T
L
O
F
A
T
L
O
F
A
DESCRIPTIONDATEREV
DATE:
SHEET NO.REVISION
SHEET TITLE:
PROJECT NO.:
DESIGNED: DRAWN:CHECKED:
APPROVED AS WORKING PLAN
BY:
IOWA CITY
MUNICIPAL AIRPORT
IOWA CITY, IA
FINAL DESIGN
SUBMITTAL
MARCH 1, 2024
CONSTRUCT AIRSIDE
GROUND MOUNT
SOLAR ARRAY
23006285.00
CMT-MLI CMT-MLI CMT-MLI
A
12345678
12345678
A
B
C
D
E
F
G
H
B
C
D
E
F
G
H
SHEET OF 18 SHEETS
SCALE IN FEET
NORTH
0 50 100
TOFA
STAGING AREA
CONTRACTOR'S CONSTRUCTION
ACCESS / HAUL ROAD
AIRCRAFT MOVEMENT AREAS
LEGEND
RSA RUNWAY SAFETY AREA (R.S.A.)
TAXIWAY OBJECT FREE AREA (T.O.F.A.)
CLOSED PAVEMENT
PHASE WORK AREA
LOW PROFILE INTERCONNECTED BARRICADES
X FAA CRITICAL POINTS (SEE GENERAL NOTE 5)
GENERAL PHASING NOTES
1. DAMAGE TO AIRPORT ROADS, CONTRACTOR STAGING
AREA AND AIRFIELD PAVEMENTS SHALL BE REPAIRED
BY THE CONTRACTOR AT THEIR EXPENSE.
2. CONTRACTOR EMPLOYEES SHALL PARK IN EXISTING
AIRPORT PARKING. NO PERSONAL VEHICLES ARE
ALLOWED ON THE AIRFIELD.
3. THE CONTRACTOR WILL BE PERMITTED TO STORE
EQUIPMENT AND MATERIALS AT THE CONTRACTOR'S
STAGING AREA. THE MAXIMUM HEIGHT OF EQUIPMENT,
MATERIALS AND STOCKPILES SHALL BE 25' ABOVE
GROUND ELEVATION.
4. CONTRACTOR SHALL MAINTAIN ACCESS TO ALL
AIRPORT FACILITIES AND PARKING LOTS THROUGH
THE DURATION OF THE PROJECT. SHOULD
TEMPORARY ACCESS MEASURES BE REQUIRED, ALL
COST SHALL BE CONSIDERED INCIDENTAL TO THE
PROJECT.
5. REFER TO SEQUENCE OF CONSTRUCTION DETAILS
FOR FAA CRITICAL POINT DATA TABLE.
SUGGESTED SEQUENCE OF CONSTRUCTION
1. COORDINATE CLOSURE AND ACCESS PLAN WITH
THE AIRPORT AND THE RPR.
2. INSTALL TRAFFIC CONTROL BARRICADES
3. DRILL, PLACE, AND POUR GROUND MOUNT
FOUNDATION PIERS
4. INSTALL NEW UNDERGROUND CABLING
5. CONSTRUCT NEW SOLAR ARRAY STRUCTURAL
STEEL FRAMING AND INSTALL NEW SOLAR PANELS
6. INSTALL NEW ELECTRICAL EQUIPMENT
7. COMPLETE UTILITY CONNECTIONS AND UPGRADES
8. RESTORE LANDSCAPING WITH TOPSOIL AND
SEEDING
FBO
APRON
TERMINAL BUILDING
CONTRACTOR'S
STAGING AREA
CONTRACTOR HAUL ROUTE
LIGHTED BARRICADES (TYP.)
FBO
APRON
TAXIWAY
T
-
H
A
N
G
A
R
CA
R
E
A
M
B
U
L
A
N
C
E
AI
R
P
O
R
T
S
E
R
V
I
C
E
D
R
I
V
E
UNIVERSITY OF IOWA
HYDROLOGY LAB
TAXIWA
Y
TAXIWA
Y
T
A
X
I
W
A
Y
124'
124'1
2
3
4
5
6
78
910
11
12
1314
15 16
17 18
19 20
R
I
V
E
R
S
I
D
E
D
R
I
V
E
R
I
V
E
R
S
I
D
E
D
R
I
V
E
T
-
H
A
N
G
A
R
T
-
H
A
N
G
A
R
AIRPORT ENTRANCE DRIVE
CONTRACTOR SITE
ACCESS GATE
AIRPORT SERVICE DRIVE
SEQUENCE OF
CONSTRUCTION
C-102
3
21 22
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 60 of 441
DESCRIPTIONDATEREV
DATE:
SHEET NO.REVISION
SHEET TITLE:
PROJECT NO.:
DESIGNED: DRAWN:CHECKED:
APPROVED AS WORKING PLAN
BY:
IOWA CITY
MUNICIPAL AIRPORT
IOWA CITY, IA
FINAL DESIGN
SUBMITTAL
MARCH 1, 2024
CONSTRUCT AIRSIDE
GROUND MOUNT
SOLAR ARRAY
23006285.00
CMT-MLI CMT-MLI CMT-MLI
A
12345678
12345678
A
B
C
D
E
F
G
H
B
C
D
E
F
G
H
SHEET OF 18 SHEETS
GENERAL
1. THE CONTRACTOR AND ALL SUBCONTRACTORS SHALL FOLLOW THE
REQUIREMENTS OF THE AIRPORT'S APPROVED CONSTRUCTION SAFETY
AND PHASING PLAN (CSPP), FAA AC 150/5370-2(LATEST EDITION), AND ALL
AIRPORT SAFETY AND SECURITY REQUIREMENTS.
2. PRIOR TO THE START OF CONSTRUCTION THE CONTRACTOR SHALL
SUBMIT TO THE AIRPORT FOR APPROVAL A SAFETY PLAN COMPLIANCE
DOCUMENT (SPCD) IN ACCORDANCE WITH FAA AC 150/5370-2(LATEST
EDITION). NO CONSTRUCTION ACTIVITY SHALL BEGIN UNTIL THE AIRPORT
HAS APPROVED THE SPCD.
3. THE CSPP COVERS OPERATIONAL SAFETY. THE CONTRACTOR SHALL BE
RESPONSIBLE FOR THE INDIVIDUAL SAFETY OF HIS/HER PERSONNEL AND
MEETING SAFETY REQUIREMENTS.
4. A MINIMUM OF 10 DAYS PRIOR TO THE PRECONSTRUCTION MEETING THE
CONTRACTOR SHALL PROVIDE A LIST OF SUBCONTRACTORS AND
MATERIAL SUPPLIERS.
5. A MINIMUM OF 10 DAYS PRIOR TO THE NOTICE TO PROCEED THE
CONTRACTOR SHALL SUBMIT THE SPCD FOR APPROVAL.
6. PRIOR TO THE START OF CONSTRUCTION THE CONTRACTOR SHALL SIGN
THE SWPPP CERTIFICATION STATEMENT, AS REQUIRED.
7. THE SUGGESTED SEQUENCE OF CONSTRUCTION SHOWN IS INTENDED TO
ALLOW FOR THE ORDERLY CONSTRUCTION OF THE NEW IMPROVEMENTS
WHILE MAINTAINING AIRCRAFT ACCESS AT ALL TIMES. THE PHASING
SHOWN IS A SUGGESTED SEQUENCE OF CONSTRUCTION ONLY. THIS
SEQUENCE MAY BE MODIFIED WITH THE APPROVAL OF THE RESIDENT
ENGINEER. HOWEVER, ALTERNATE STAGING PLANS MUST MAINTAIN
AIRPORT OPERATIONS TO THE SATISFACTION OF THE AIRPORT.
8. ALL EXISTING TAXIWAY AND RUNWAY AIRFIELD LIGHTING CIRCUITS, FAA
CABLES AND OTHER AIRPORT ELECTRICAL CABLES SHALL REMAIN IN
SERVICE. ALL TEMPORARY CABLING AND SPLICING NECESSARY TO KEEP
THE CIRCUITS IN OPERATION SHALL BE CONSIDERED INCIDENTAL TO THE
CONTRACT.
9. ALL EXISTING FENCE LINES SHALL BE MAINTAINED AND SHALL SERVE AS
CONSTRUCTION BARRIER AROUND THE PERIMETER OF THE PROJECT. ALL
EXISTING GATES SHALL BE MAINTAINED, CLOSED AND LOCKED AS
DIRECTED BY THE AIRPORT. SHOULD THE CONTRACTOR CHOOSE TO KEEP
A GATE OPEN FOR CONSTRUCTION OPERATIONS, A COMPETENT SECURITY
GUARD SHALL MONITOR THE OPEN GATE. ANY COST SHALL NOT BE PAID
FOR SEPARATELY, BUT WILL BE CONSIDERED INCIDENTAL TO THE
CONTRACT.
10. THE CONTRACTOR SHALL BE REQUIRED TO PROVIDE DUST CONTROL AT
ALL TIMES DURING THE PROJECT DURATION. A WATER TRUCK SHALL BE
REQUIRED TO BE ONSITE DURING ALL CONSTRUCTION OPERATION
WORKING HOURS, UNLESS WAIVED BY THE AIRPORT. PAYMENT FOR DUST
CONTROL SHALL BE CONSIDERED INCIDENTAL TO THE CONTRACT.
11. PAYMENT FOR ALL AIRSIDE AND ROADWAY TRAFFIC CONTROL INCLUDING
BUT NOT LIMITED TO, TEMPORARY CONSTRUCTION FENCING,
BARRICADES, SIGNING, AIR OPERATIONS AREA (A.O.A) LATH AND RIBBON,
ETC. SHALL BE CONSIDERED INCIDENTAL TO THE CONTRACT.
12. ALL CONTRACTOR COSTS ASSOCIATED WITH THE REQUIREMENTS LISTED
ON THIS SHEET SHALL BE CONSIDERED INCIDENTAL TO THE CONTRACT
UNLESS A SPECIFIC PAY ITEM IS PROVIDED.
1. COORDINATION
1. PRIOR TO THE START OF CONSTRUCTION THE CONTRACTOR SHALL
ATTEND A PRECONSTRUCTION CONFERENCE WITH THE AIRPORT,
RESIDENT ENGINEER, AND THE CENTRAL REGION FAA. THE COST OF
PREPARING FOR AND ATTENDING THE PRECONSTRUCTION CONFERENCE
SHALL BE INCIDENTAL TO THE CONTRACT.
2. ON OR BEFORE THE PRECONSTRUCTION CONFERENCE, THE CONTRACTOR
SHALL SUBMIT A PROPOSED SCHEDULE FOR THE PROJECT. THE
SCHEDULE SHALL INCLUDE A START AND COMPLETION DATE FOR EACH
ITEM OF WORK. THE SCHEDULE SHALL BE UPDATED ON A WEEKLY BASIS.
ALL COSTS ASSOCIATED WITH THE SCHEDULE SHALL BE INCIDENTAL TO
THE CONTRACT.
3. THE CONTRACTOR SHALL BE REQUIRED TO ESTABLISH A COORDINATION
PLAN WITH THE AIRPORT OR THEIR DESIGNATED REPRESENTATIVE,
REGARDING DE-ENERGIZING AND ENERGIZING OF THE AIRFIELD CIRCUITS
IMPACTED BY CONSTRUCTION ACTIVITY.
4. CONTRACTOR SHALL PLAN THIER WORK SO AS NOT TO INTERFERE OR
HINDER THE PROGRESS, WORK OR HAUL ROAD ACCESS OF OTHER
CONTRACTORS (SEE STANDARD SPECIFICATIONS FOR CONSTRUCTION OF
AIRPORT AND SPECIAL PROVISIONS SECTION 50-05) THE PRIME
CONTRACTOR WILL BE RESPONSIBLE TO COORDINATE CONSTRUCTION
ACTIVITIES AND ACCESS BETWEEN ALL ON-SITE CONTRACTORS
SUBCONTRACTORS.
2. PHASING
1. TOTAL BASE BID CONTRACT TIME SHALL BE 40 CALENDAR DAYS.
2. PHASING SHALL BE AS SHOWN ON THE CONSTRUCTION SAFETY AND
PHASING PLAN SHEET.
3. AREAS AND OPERATIONS AFFECTED BY CONSTRUCTION
1. ALL RUNWAYS, TAXIWAYS AND APRONS SHALL BE KEPT OPEN TO
AIRCRAFT TRAFFIC DURING CONSTRUCTION EXCEPT AS NOTED ON THE
CONSTRUCTION SAFETY AND PHASING PLAN SHEET.
2. WHEN CONFLICTS ARISE BETWEEN CONSTRUCTION ACTIVITIES AND
AIRCRAFT OPERATIONS AND SAFETY, AIRCRAFT OPERATIONS AND SAFETY
SHALL TAKE PRECEDENCE AND SHALL GOVERN. FINAL AUTHORITY IN THE
APPROVAL OF CONSTRUCTION SEQUENCING LIES WITH THE AIRPORT.
3. AIRCRAFT OPERATIONS HAVE THE RIGHT-OF-WAY ON THE AIRFIELD. ALL
CONSTRUCTION TRAFFIC SHALL IMMEDIATELY YIELD TO ONCOMING
AIRCRAFT AT ALL TIMES.
4. SHOULD IT BE NECESSARY FOR THE CONTRACTOR TO TEMPORARY
RELOCATE EQUIPMENT AT ANY TIME TO ALLOW AN AIRCRAFT TO PASS,
THE CONTRACTOR SHALL DO SO IMMEDIATELY AT NO EXTRA COST TO THE
OWNER.
4. PROTECTION OF NAVIGATION AIDS (NAVAIDS)
1. THE CONTRACTOR SHALL REMAIN CLEAR OF THE ILS CRITICAL AREAS AND
OTHER NAVAIDS FACILITIES AT ALL TIMES.
5. CONTRACTOR ACCESS
1. CONTRACTOR ACCESS SHALL BE AS NOTED BELOW AND AS SHOWN ON
THE SITE PLAN AND THE CONSTRUCTION SAFETY AND PHASING PLAN
SHEETS.
2. ALL CONSTRUCTION EQUIPMENT SHALL BE FLAGGED AND/OR LIGHTED IN
ACCORDANCE WITH FAA ADVISORY CIRCULAR 150/5370-2(LATEST EDITION)
AND 150/5210-5(LATEST EDITION) AT ALL TIMES WHILE OPERATING ON
AIRPORT PROPERTY. THE MAXIMUM EQUIPMENT HEIGHT IS 25'.
3. THE CONTRACTOR IS TO ACCESS THE SITE USING THE EXISTING GATE
SHOWN. THE ENTRANCE SHALL BE SIGNED ACCORDINGLY AS TO ALLOW
ONLY CONSTRUCTION VEHICLES ACCESS AND WILL ONLY BE ACCESSIBLE
DURING THE CONTRACTOR'S SCHEDULED WORK DAY. ALL SIGNAGE SHALL
CONFORM TO THE CITY OF IOWA CITY AND IOWA DOT CONSTRUCTION
STANDARDS FOR VEHICLES ENTERING AND LEAVING THE SITE.
4. SUPERVISORY PERSONNEL SHALL DEMONSTRATE IN THE PRESENCE OF
THE AIRPORT MANAGER THAT THEY ARE FAMILIAR WITH AIRPORT RADIO
AND AIRPORT DRIVING PROCEDURES IN ORDER TO PERFORM WORK.
OTHER CONSTRUCTION PERSONNEL CAN BE WITHIN THE AIRFIELD LIMITS
PROVIDED THAT THEY ARE UNDER ESCORT AND IN THE PRESENCE OF AN
AUTHORIZED SUPERVISOR. KNOWLEDGE OF THE AIRPORTS PROCEDURE'S
BY THE SUPERVISORY PERSONNEL MUST BE DEMONSTRATED PRIOR TO
THE START OF CONSTRUCTION.
5. THE CONTRACTOR'S STORAGE AND STAGING AREA WILL BE AS SHOWN ON
THE SITE PLAN AND CONSTRUCTION SAFETY AND PHASING PLAN SHEETS.
6. THE CONTRACTOR SHALL KEEP A RECORD OF THE NAMES OF ALL
EMPLOYEES ENTERING THE JOB SITE ON A DAILY BASIS. A RECORD OF
EACH SUBCONTRACTOR ENTERING THE JOB SITE SHALL ALSO BE KEPT BY
THE CONTRACTOR.
7. THE CONTRACTOR'S MATERIAL AND EQUIPMENT, WHEN NOT IN USE, SHALL
BE STORED IN THE CONTRACTOR'S STAGING AREA. ALL DELIVERIES,
EQUIPMENT REFUELING, EQUIPMENT MAINTENANCE AND EQUIPMENT
TRANSFER SHALL TAKE PLACE WITHIN THE CONTRACTOR'S STAGING
AREA. PARKED EQUIPMENT AND MATERIAL STOCKPILES SHALL NOT
EXCEED 25 FEET IN HEIGHT.
8. ALL CONSTRUCTION TRAFFIC OPERATING ON, OR CROSSING RUNWAYS,
TAXIWAYS AND APRONS OPEN TO AIRCRAFT TRAFFIC SHALL BE UNDER
CONTROL BY A FLAGMAN OR ESCORT IN RADIO CONTACT WITH THE
UNICOM AIR TRAFFIC FREQUENCY. THE CONTRACTOR SHALL PROVIDE HIS
OWN FLAGMEN.
9. ALL PAVEMENTS, DRIVES OR ANY OTHER AREAS UTILIZED BY THE
CONTRACTOR FOR HAUL ROADS, STORAGE AREAS AND/OR STAGING
AREAS SHALL BE MAINTAINED AND REPAIRED TO THE SAME CONDITION OR
BETTER THAN THEY WERE PRIOR TO BEGINNING CONSTRUCTION. NO
ADDITIONAL COMPENSATION WILL BE MADE TO THE CONTRACTOR FOR
THIS WORK.
10. ALL VEHICLE AND EQUIPMENT OPERATORS UTILIZED BY THE CONTRACTOR
SHALL BE PROPERLY TRAINED BY THE CONTRACTOR TO FULLY
UNDERSTAND AND COMPLY WITH THE CONSTRUCTION SAFETY PHASING
PLAN (CSPP) AND SAFETY PLAN COMPLIANCE DOCUMENT (SPCD).
6. WILDLIFE MANAGEMENT
1. THE CONTRACTOR SHALL DISPOSE OF ALL TRASH INCLUDING FOOD
SCRAPS IN APPROVED CONTRACTOR PROVIDED CONTAINERS. TRASH
SHALL BE REMOVED FROM THE CONSTRUCTION SITE DAILY AND STORED
IN A TRASH BIN PROVIDED BY THE CONTRACTOR. A TRASH BIN SHALL BE
LOCATED INSIDE THE STAGING AREA AND SHOULD BE EMPTIED ON A
WEEKLY BASIS AS A MINIMUM REQUIREMENT. SHOULD THIS PRACTICE
PROVE TO BE INADEQUATE, THE CONTRACTOR WILL BE ASKED TO
INCREASE THE FREQUENCY OF TRASH REMOVAL.
2. THE CONTRACTOR IS RESPONSIBLE FOR MAINTAINING THE STAGING,
PARKING, AND WORK AREAS FREE FROM TALL STANDS OF GRASS. GRASS
IN THESE AREAS SHALL NOT BE OVER 14 INCHES IN HEIGHT. WHEN
14-INCH GRASS HEIGHT IS ACHIEVED THE CONTRACTOR SHALL MOW THE
STAGING, PARKING, AND WORK AREAS TO NO LOWER THAN 7 INCHES.
3. IN THE EVENT OF A WILDLIFE ENCOUNTER WITHIN THE AOA, THE
CONTRACTOR SHALL IMMEDIATELY CONTACT THE AIRPORT MANAGER OR
DESIGNATED REPRESENTATIVE. CONTRACTOR ACCESS GATES SHALL
REMAIN CLOSED WHEN THE CONTRACTOR IS NOT WORKING.
7. FOREIGN OBJECT DEBRIS (FOD) MANAGEMENT
1. THE CONTRACTOR SHALL PICK UP ANY FOREIGN OBJECT DEBRIS (FOD)
SEEN ON THE AIRFIELD PAVEMENTS.
2. THE CONTRACTOR SHALL SECURE ALL LOOSE ITEMS FROM VEHICLES
PRIOR TO DRIVING ON AIRFIELD PAVEMENTS.
3. SHOULD ANY CONTRUCTION RELATED DEBRIS BE FOUND ON EXISTING
PAVEMENTS, THIS DEBRIS SHALL BE REMOVED IMMEDIATELY WITH A PICK
UP SWEEPER. A PICK UP SWEEPER SHALL BE REQUIRED TO BE ON SITE
AND OPERATE DURING ALL CONSTRUCTION OPERATION WORKING HOURS.
8. HAZARDOUS MATERIALS (HAZMAT) MANAGEMENT
1. THE CONTRACTOR SHALL SUBMIT A PLAN THAT ADDRESSES THE
MANAGEMENT OF HAZARDOUS AND NON-HAZARDOUS WASTE IN
ACCORDANCE WITH FAA AC 150/530-15A, MANAGEMENT OF AIRPORT
INDUSTRIAL WASTE FOR THE OWNER'S AND RPR'S REVIEW. THE PLAN
SHALL BE SUBMITTED AT LEAST TEN (10) DAYS PRIOR TO THE
PRECONSTURCTION MEETING AND SHALL ADDRESS SUCH ISSUES AS FUEL
DELIVERIES, SPILL RECOVERY PROCEDURES, AVAILABILITY OF MATERIAL
SAFETY DATA SHEETS (MSDS), AND OTHER CONSIDERATIONS.
9. NOTIFICATION OF CONSTRUCTION ACTIVITIES
1. THE CONTRACTOR SHALL PROVIDE A 24 HOUR EMERGENCY CONTACT
PERSON AND PHONE NUMBER.
2. THE CONTRACTOR SHALL GIVE A MINIMUM OF 72 HOURS NOTICE TO
AIRPORT OPERATIONS PRIOR TO CLOSING ANY PAVEMENTS SO THAT
PROPER NOTAMS MAY BE ISSUED BY THE AIRPORT.
3. FOR ANY EQUIPMENT USED BY THE CONTRACTOR WITH A HEIGHT
GREATER THAN 25', THE CONTRACTOR SHALL PROVIDE TO THE AIRPORT
THE TYPE OF EQUIPMENT, TOTAL HEIGHT, AND LOCATION WHERE THE
EQUIPMENT WILL BE USED. THE AIRPORT WILL SUBMIT FAA FORM 7460-1
TO THE FAA FOR AN AIRSPACE STUDY. NO EQUIPMENT WITH A HEIGHT
GREATER THAN 25' SHALL BE USED UNTIL A DETERMINATION FROM FAA IS
RECEIVED.
4. IN THE EVENT OF AN EMERGENCY, THE CONTRACTOR SHALL CALL 911.
5. CONTACTS FOR THIS PROJECT WILL BE DETERMINED AT THE
PRECONSTRUCTION MEETING PRIOR TO THE PROJECT START.
10. INSPECTION REQUIREMENTS
1. THE CONTRACTOR SHALL INSPECT THE JOBSITE DAILY TO ENSURE
COMPLIANCE WITH THE CSPP. THE CHECKLIST FOUND IN APPENDIX D OF
FAA AC 150/5370-2(LATEST EDITION) MAY BE USED TO AID IN THE
INSPECTIONS.
2. THE CONTRACTOR SHALL ATTEND AN INSPECTION OF EACH PHASE WORK
AREA PRIOR TO OPENING THE AREA TO AIRPORT OPERATIONS.
11. UNDERGROUND UTILITIES
1. IT WILL BE NECESSARY FOR THE CONTRACTOR TO MAKE HIS OWN FIELD
INVESTIGATION TO DETERMINE THE EXACT LOCATION OF THE
UNDERGROUND UTILITIES AT CRITICAL POINTS. SEE SECTION 70-17 OF THE
STANDARD SPECIFICATIONS AND SPECIAL PROVISIONS FOR SPECIFIC
REQUIREMENTS. THE LOCATION OF UNDERGROUND UTILITIES AS
INDICATED ON THE PLANS HAS BEEN OBTAINED FROM EXISTING RECORDS.
NEITHER THE OWNER NOR THE ENGINEER ASSUMES ANY RESPONSIBILITY
IN RESPECT TO THE ACCURACY, COMPLETENESS OR SUFFICIENCY OF THE
INFORMATION. THERE IS NO GUARANTEE, EITHER EXPRESSED OR
IMPLIED, THAT THE LOCATIONS, SIZE AND TYPE OF MATERIAL OF EXISTING
UNDERGROUND UTILITIES AS INDICATED ARE REPRESENTATIVE OF THOSE
TO BE ENCOUNTERED DURING CONSTRUCTION. IT SHALL BE THE
CONTRACTOR'S RESPONSIBILITY TO DETERMINE THE ACTUAL LOCATION
OF ALL SUCH FACILITIES, INCLUDING SERVICE CONNECTIONS TO
UNDERGROUND UTILITIES. PRIOR TO CONSTRUCTION, THE CONTRACTOR
SHALL NOTIFY THE UTILITY COMPANY/OWNER OF HIS OPERATIONAL
PLANS. THE CONTRACTOR SHALL MAKE ARRANGEMENTS FOR DETAILED
INFORMATION AND ASSISTANCE IN LOCATING UTILITIES. IN THE EVENT AN
UNEXPECTED UTILITY INTERFERENCE IS ENCOUNTERED DURING
CONSTRUCTION, THE CONTRACTOR SHALL IMMEDIATELY NOTIFY THE
UTILITY COMPANY, THE OWNER AND THE ENGINEER. ANY SUCH MAINS
AND/OR SERVICES DISTURBED BY THE CONTRACTOR'S OPERATIONS
SHALL BE RESTORED IMMEDIATELY AT HIS EXPENSE TO THE
SATISFACTION OF THE OWNER AND THE ENGINEER.
2. BEFORE INITIATING ANY DIGGING, DRILLING OR EXCAVATING ON THE
AIRPORT PROPERTY, THE CONTRACTOR SHALL CALL IOWA ONE CALL AND
CONTACT THE LOCAL FAA OFFICE TO ARRANGE FOR UTILITY LOCATES.
SEE SECTION 70-17 OF THE SPECIAL PROVISIONS FOR UTILITY CONTACT
INFORMATION.
3. SHOULD A UTILITY COMPANY OR GOVERNMENT AGENCY BE UNABLE TO
LOCATE FACILITIES, THE CONTRACTOR SHALL LOCATE THESE FACILITIES.
PAYMENT FOR THIS LOCATION SHALL BE INCIDENTAL TO THE
IMPROVEMENTS REQUIRING THE LOCATE.
4. THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL AIRPORT
OWNED UTILITIES AND SHALL BE CONSIDERED INCIDENTAL TO THE
CONTRACT.
12. PENALTIES
1. NONCOMPLIANCE BY THE CONTRACTOR WITH AIRPORT RULES AND
REGULATIONS OR FAILURE TO COMPLY WITH THE AIRPORT'S APPROVED
CSPP AND THE CONTRACTOR'S APPROVED SPCD MAY RESULT IN FINES AS
ALLOWED BY LAW AND/OR REMOVAL FROM PROJECT SITE.
13. SPECIAL CONDITIONS
1. ADJACENT CONSTRUCTION MAY IMPACT THE OPERATIONS OF THE
CONTRACTOR.
14. RUNWAY AND TAXIWAY VISUAL AIDS
1. RUNWAY OR TAXIWAY CLOSURES ARE AS DETAILED IN THE
CONSTRUCTION SAFETY AND PHASING PLAN FOR THIS PROJECT. IF ANY
RUNWAY OR TAXIWAY CLOSURES ARE REQUESTED BY THE CONTRACTOR
AND APPROVED BY THE AIRPORT, THE CONTRACTOR SHALL USE MARKING,
LIGHTING AND SIGNS THAT FOLLOW THE REQUIREMENTS OF FAA AC
150/5370-2(LATEST EDITION).
15. MARKING AND SIGNS FOR ACCESS ROUTES
1. MARKING AND SIGNAGE FOR THE ACCESS ROUTE SHALL BE AS SHOWN ON
THE CONSTRUCTION SAFETY AND PHASING PLAN OR AS DIRECTED BY THE
RESIDENT ENGINEER.
16. HAZARD MARKING AND LIGHTING
1. THE CONTRACTOR SHALL FURNISH, ERECT, AND MAINTAIN MARKINGS AND
ASSOCIATED LIGHTING OF OPEN TRENCHES, EXCAVATIONS, TEMPORARY
STOCKPILES, AND THEIR CONSTRUCTION EQUIPMENT.
2. ALL CONSTRUCTION EQUIPMENT SHALL BE FLAGGED AND/OR LIGHTED IN
ACCORDANCE WITH FAA ADVISORY CIRCULAR 150/5370-2 AND 150/5210-5
AT ALL TIMES WHILE OPERATING ON AIRPORT PROPERTY. THE MAXIMUM
EQUIPMENT HEIGHT IS 25'.
3. BARRICADES SHALL BE PLACED AT THE LOCATIONS SHOWN ON THE
CONSTRUCTION SAFETY AND PHASING PLAN SHEET OR AS DIRECTED BY
THE RESIDENT ENGINEER. THE CONTRACTOR SHALL PLACE ALL
BARRICADES AND CONSTRUCTION SETBACK LINES ITEMS AS SHOWN
PRIOR TO INITIATING WORK IN EACH PHASE. ALL COSTS TO FURNISH,
INSTALL, REPOSITION, AND MAINTAIN THESE ITEMS SHALL BE CONSIDERED
INCIDENTAL TO THE PROJECT.
4. THE CONTRACTOR SHALL INSPECT THE BARRICADES ONCE DURING EACH
WORK DAY TO INSURE PROPER PLACEMENT AND PROPER OPERATION OF
THE RED LIGHTS AND FLAG PLACEMENT.
17. PROTECTION
1. CONTRACTOR PERSONNEL, VEHICLES, EQUIPMENT AND BARRICADES
SHALL NOT BE ALLOWED WITHIN THE TAXIWAY OBJECT FREE AREA (TOFA)
OF ACTIVE TAXIWAYS AND THE RUNWAY SAFETY AREA (RSA) OF ACTIVE
RUNWAYS.
18. OTHER LIMITATIONS ON CONSTRUCTION
1. IF, DURING CONSTRUCTION, AN EMERGENCY IS DECLARED BY THE
AIRPORT, THE CONTRACTOR SHALL IMMEDIATELY CLEAR THE PAVEMENT
OF ALL VEHICLES, PERSONNEL AND EQUIPMENT.
2. THE CONTRACTOR SHALL KEEP ALL TRUCKS, EQUIPMENT AND MATERIALS
OFF OF THE EXISTING RUNWAYS AND TAXIWAYS OUTSIDE OF THE
PROJECT LIMITS EXCEPT AS SHOWN OR WITH THE PRIOR PERMISSION OF
THE RESIDENT ENGINEER. SHOULD THE CONTRACTOR TRACK ANY DEBRIS
ONTO EXISTING PAVEMENTS, THIS DEBRIS SHALL BE REMOVED
IMMEDIATELY WITH A PICK UP SWEEPER. A PICK UP SWEEPER SHALL BE
REQUIRED TO BE ON SITE AND OPERATE DURING ALL CONSTRUCTION
OPERATION WORKING HOURS.
3. THE CONTRACTOR SHALL PROVIDE WASTE RECEPTACLES THROUGHOUT
THE WORK ZONE AND MAINTAIN SANITARY FACILITIES FOR EMPLOYEES TO
USE. FACILITIES WITHIN THE HANGARS/AIRPORT BUILDINGS SHALL NOT BE
USED.
4. WORK PERFORMED BY THE CONTRACTOR OUTSIDE OF DAYLIGHT HOURS
SHALL BE DONE UNDER SUFFICIENT ARTIFICIAL AREA LIGHTING TO ALLOW
FOR PROPER CONSTRUCTION METHODS AND INSPECTIONS. LIGHT SHALL
CONSIST OF MOVEABLE POLE MOUNTED FLOODLIGHTS AND/OR
SPOTLIGHTS OF SUFFICIENT NUMBER TO ILLUMINATE WORK AREA.
VEHICLE HEADLIGHTS WILL BE ALLOWED ONLY IN ADDITION TO OTHER
LIGHTS MENTIONED ABOVE. LIGHTING SHALL BE APPROVED BY THE
ENGINEER AND SHALL NOT BE USED IF THEY AFFECT FLIGHT SAFETY.
5. THE CONTRACTOR SHALL SUPPLY AND HAVE IN THEIR POSSESSION AT ALL
TIMES AT LEAST ONE AIRPORT RADIO. IN THE EVENT THAT THE AIRPORT
MANAGER NEEDS TO CONTACT THE CONTRACTOR DIRECTLY, THE
OPERATOR OF SAID RADIO SHALL BE FAMILIAR WITH AIRPORT RADIO
PROCEDURES AND TUNED INTO THE GROUND CONTROL FREQUENCY.
6. BROKEN CONCRETE, BROKEN ASPHALT, AND OTHER MISCELLANEOUS
DEBRIS SHALL BE DISPOSED OF OFF AIRPORT PROPERTY, UNLESS
OTHERWISE SPECIFIED.
7. THE CONTRACTOR MAY BE REQUIRED TO SUBMIT A REVISED PROGRESS
SCHEDULE TO ACCOMMODATE AIRPORT EVENTS (I.E. AIR SHOW). SHOULD
A REVISED SCHEDULE BE REQUIRED, THE REVISIONS SHALL BE
COMPLETED AT NO ADDITIONAL COST TO THE CONTRACT.
SEQUENCE OF
CONSTRUCTION NOTES
C-103
4
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 61 of 441
DESCRIPTIONDATEREV
DATE:
SHEET NO.REVISION
SHEET TITLE:
PROJECT NO.:
DESIGNED: DRAWN:CHECKED:
APPROVED AS WORKING PLAN
BY:
IOWA CITY
MUNICIPAL AIRPORT
IOWA CITY, IA
FINAL DESIGN
SUBMITTAL
MARCH 1, 2024
CONSTRUCT AIRSIDE
GROUND MOUNT
SOLAR ARRAY
23006285.00
CMT-MLI CMT-MLI CMT-MLI
A
12345678
12345678
A
B
C
D
E
F
G
H
B
C
D
E
F
G
H
SHEET OF 18 SHEETS
SEQUENCE OF
CONSTRUCTION DETAILS
C-104
5
CRITICAL POINTS
LOCATION DATA
POINT # LATITUDE LONGITUDE SE ELEV.AGL HEIGHT AMSL ELEV.
1 41° 38' 24.64" 91° 32' 25.48" 649 25 674
2 41° 38' 23.98" 91° 32' 25.50" 649 25 674
3 41° 38' 24.00" 91° 32' 26.81" 650 25 675
4 41° 38' 24.66" 91° 32' 26.79" 649 25 674
5 41° 38' 24.70" 91° 32' 26.46" 650 25 675
6 41° 38' 24.75" 91° 32' 28.26" 651 25 676
7 41° 38' 25.44" 91° 32' 28.23" 651 25 676
8 41° 38' 25.46" 91° 32' 28.89" 650 25 675
9 41° 38' 24.48" 91° 32' 28.94" 651 25 676
10 41° 38' 24.51" 91° 32' 29.98" 651 25 676
11 41° 38' 24.73" 91° 32' 29.95" 651 25 676
12 41° 38' 24.75" 91° 32' 30.26" 651 25 676
13 41° 38' 25.19" 91° 32' 30.23" 651 25 676
14 41° 38' 25.24" 91° 32' 31.62" 651 25 676
15 41° 38' 26.30" 91° 32' 31.56" 650 25 675
16 41° 38' 26.26" 91° 32' 29.21" 650 25 675
17 41° 38' 28.11" 91° 32' 29.15" 649 25 674
18 41° 38' 28.15" 91° 32' 28.99" 650 25 675
19 41° 38' 27.87" 91° 32' 28.43" 650 25 675
20 41° 38' 27.77" 91° 32' 27.77" 650 25 675
21 41° 38' 25.08" 91° 32' 27.61" 650 25 675
22 41° 38' 25.07" 91° 32' 27.06" 649 25 674
1. CONTRACTOR SHALL MARKER THE RUNWAY SAFETY AREA AND
TAXIWAY OBJECT FREE AREA PER THE CONSTRUCTION SETBACK
LINE DETAIL AS DIRECTED BY THE ENGINEER.
2.ALL COST ASSOCIATED WITH THE CONSTRUCTION SETBACK LINE
SHALL BE CONSIDERED INCIDENTAL TO THE CONTRACT.
6"
(M
A
X
.
)
(MAX.)
9"
18
"
(M
A
X
.
)
9"
6"
6'
6'
(MAX.)
1 . LOW PROFILE BARRICADES SHALL BE PLACED AT LOCATIONS SHOWN ON THE PLANS OR AS DIRECTED BY THE
ENGINEER. THE BARRICADES SHALL BE INTERLOCKED WITH NO GAPS BETWEEN BARRICADES.
2.BARRICADES SHALL BE WEIGHTED TO WITHSTAND DISPLACEMENT BY JET OR PROP BLAST.
2.THE BARRICADE LINE SHALL EXTEND ONE BARRICADE PAST THE EDGE OF PAVEMENT INTO THE TURF.
4. FACING OF BARRICADE SHALL BE COVERED WITH REFLECTIVE TAPE OR PAINT.
5. BARRICADES SHALL BE OF LOW MASS, EASILY COLLAPSIBLE UPON CONTACT WITH AN AIRCRAFT OR ANY OF
IT'S COMPONENTS, AND WEIGHTED OR STURDILY ATTACHED TO THE SURFACE. IF AFFIXED TO THE SURFACE,
THE BARRICADE MUST BE FRANGIBLE AT GRADE LEVEL OR AS LOW POSSIBLE, BUT NOT TO EXCEED 3 INCHES
ABOVE THE GROUND.
6.ALL COST ASSOCIATED WITH THE LOW PROFILE BARRICADES SHALL BE CONSIDERED INCIDENTAL TO THE
CONTRACT.
INTERLOCKING LOW PROFILE BARRICADE DETAILS
NOT TO SCALE
CONSTRUCTION SETBACK LINE DETAIL
NOT TO SCALE
CONSTRUCTION EQUIPMENT
AND TRUCK SIGNAL FLAG
NOT TO SCALE
CONSTRUCTION SETBACK NOTES
INTERLOCKING LOW PROFILE BARRICADE NOTES
36"
36"
3'-0"
20'-0"
ORANGE
SURVEYOR'S
RIBBON
WOODEN
LATHE
EXISTING
GROUND
REFLECTIVE MATERIAL, ORANGE
FLORESCENT AND WHITE FLORESCENT
DIAGONAL SHALL BE PLACED ON ALL
FACES. MATERIAL SHALL BE EITHER
SCOTCHLITE OR REFLECTIVE MATERIAL.
STEADY BURN RED
OMNI-DIRECTIONAL LIGHT
INSTALLATION PINS
AS DIRECTED
STEADY BURN RED
OMNI-DIRECTIONAL LIGHT
LOW PROFILE BARRICADE
ISOMETRIC
FRONT ELEVATION SIDE ELEVATION
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 62 of 441
X
X
X
XXX
X
X
X X X
X
X
X
X X
STSTSTSTSTSTSTST
ST
ST
ST
ST
ST
ST
ST
ST
ST
ST
ST
ST
ST
ST
ST
XXXXXXXXXXX
E
E
E
E
E
E
E
E
E
E
E
E E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
EE
E
E
E E
E
E
EE
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E E
E
E
E
UD UD UD UD
UD
UD
UD
UD
UD
UD
UD
UD
UD
UD
UD
UD
UD
UD
UD
UD
UD UD UD UD UD
FA
A
FA
A
FA
A
FA
A
FA
A
FA
A
FA
A
FA
A
FA
A
FA
A
FA
A
FA
A
FA
A
FA
A
UD
UD
UD
E
E
E
E
EE
E
E E E E
E
E
H H
H
H
H
G
G
G
G
FOFOFOFOFOFOFOFOFOG
E E E E E E E E E E
E
E E E E E E E E E E E E E E E E E E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
CO
CO
CO
CO
CO
CO
CO
CB
D
D
D
D
DSTSTST
STSTST
ST
ST
ST
ST
ST
ST
ST
ST
D
E E E E E E E E E
E
E
E E E E E E E
E
E
E
E
E E E E E E E E E E
E
T
E E
CB
ST
ST
ST
CO
COCO
CO
CO
CO
CO
CO
CO
CO
CO
D
S
T
ST
S
T
ST
ST
S
T
ST
S
T
ST
ST
ST
ST
ST
CB
ST
ST
UD
UD
UD
UD
UD
UD
UD
U
D
U
D
UD
UD UD
UD
UD
UD
UD
UD
UD
UD
U
D
U
D
UD
UD
UD
UD
UD
UD
UD
U
D
CO
CO
UD UD UD
UD
U
D
U
D
U
D
U
D
UD
UD
UD
UD
UD
UD
UD
UD
UD
UD
UD
U
D
U
D
UD
UD
UD
U
D
U
D
U
D
U
D
UD
UD
UD
E
ST
T
S
S
S
S
E
E
E
E
E
E
E
E
E
E
E
E
D
CBCB
ST
ST
ST
ST
CB
CB
CB
CB
CB
ST
ST
ST
ST
ST
ST
CB
S
T
S
T
D
UD
UD
UD
UD
UD
UD
UD
U
D
U
D
U
D
UD
UD
UD
CO
FO
T
T
T
T
T
T
T
T
T
X
H
H
H
H
H
6
4
9
65
0
6
5
1
65
0
650
651
650
649
6
4
9
649
65
0
6
5
1
649 6
5
0
DESCRIPTIONDATEREV
DATE:
SHEET NO.REVISION
SHEET TITLE:
PROJECT NO.:
DESIGNED: DRAWN:CHECKED:
APPROVED AS WORKING PLAN
BY:
IOWA CITY
MUNICIPAL AIRPORT
IOWA CITY, IA
FINAL DESIGN
SUBMITTAL
MARCH 1, 2024
CONSTRUCT AIRSIDE
GROUND MOUNT
SOLAR ARRAY
23006285.00
CMT-MLI CMT-MLI CMT-MLI
A
12345678
12345678
A
B
C
D
E
F
G
H
B
C
D
E
F
G
H
SHEET OF 18 SHEETS
SCALE IN FEET
NORTH
0 30 60
TA
X
I
W
A
Y
TAXIWAY
T
-
H
A
N
G
A
R
T
-
H
A
N
G
A
R
T
-
H
A
N
G
A
R
AIRFIELD VAULT
FAA BUILDING
NEW GROUND MOUNT
SOLAR ARRAY (TYP.)
(NOTE 4)
CA
R
E
A
M
B
U
L
A
N
C
E
TAXIWA
Y
AI
R
P
O
R
T
S
E
R
V
I
C
E
D
R
I
V
E
AIRPORT SERVICE DRIVE
RWY 7
/
2
5
KEY MAP
R
W
Y
1
2
/
3
0
SHEET LOCATION
LEGEND
EXISTING NATURAL GAS LINE
EXISTING UNDERGROUND ELECTRIC
EXISTING STORM SEWER
EXISTING TELEPHONE LINE
EXISTING AIRFIELD WIND CONE
EXISTING SPLICE CAN
EXISTING ELECTRICAL MANHOLE
EXISTING STORM SEWER STRUCTURE
E
G
ST
T
EXISTING WATER LINEWW
EXISTING ELECTRICAL DUCT
X EXISTING PERIMETER FENCE
EXISTING ELECTRICAL METER
EXISTING ELECTRIC HANDHOLE
EXISTING BUILDINGS
NEW GROUND MOUNT SOLAR ARRAYS
EXISTING ELECTRIC TRANSFORMER
EXISTING FIBER LINEFO
EXISTING FAA UNDERGROUND CABLEFAA
EXISTING GRAVEL EDGE
E
H
T
CB
D
EXISTING TAXIWAY GUIDANCE SIGN
THE INFORMATION SHOWN ON THESE PLANS HAS BEEN OBTAINED FROM
AVAILABLE RECORDS. NEITHER THE OWNER NOR THE ENGINEER ASSUMES
ANY RESPONSIBILITY WHATSOEVER WITH RESPECT TO THE ACCURACY OR
SUFFICIENCY OF THE INFORMATION, AND THERE IS NO GUARANTEE, EITHER
EXPRESSED OR IMPLIED, THAT THE CONDITIONS INDICATED ARE
REPRESENTATIVE OF THOSE TO BE ENCOUNTERED IN THE FIELD. IT SHALL BE
THE CONTRACTOR'S RESPONSIBILITY TO VISIT THE SITE AND ACQUAINT
HIMSELF WITH THE EXISTING CONDITIONS.
GENERAL NOTES
1. EXISTING AIRFIELD PAVEMENT, AIRFIELD LIGHTING,
UTILITIES, STORM SEWER STRUCTURES, FENCING,
AND GATES TO BE PROTECTED FROM DAMAGE. ANY
DAMAGE SUSTAINED WILL BE FIXED IMMEDIATELY
BY THE CONTRACTOR AT NO ADDITIONAL COST TO
THE CONTRACT.
2. CONTRACTOR SHALL LOCATE ALL EXISTING
UNDERGROUND UTILITIES AND COORDINATE
INSTALLATION OF RACKING PILES TO AVOID
CONFLICTS.
3. ANY EROSION CONTROL MEASURES NEEDED TO
PROTECT NEARBY STORM SEWER STRUCTURES OR
BODIES OF WATER DUE TO CONSTRUCTION
OPERATIONS, SHALL BE PROVIDED BY THE
CONTRACTOR AT NO ADDITIONAL COST TO THE
CONTRACT.
E
UNIVERSITY OF IOWA
HYDROLOGY LAB
EXISTING SANITARY SEWER LINESS
EXISTING TAXIWAY ELEVATED EDGE LIGHT
EXISTING UNIVERSITY OF IOWA
HYDROLOGY EQUIPMENT
EXISTING CONDITIONS
E-101
6
NOTE 2
NOTE 2
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 63 of 441
X
X
X
XXXX
X
X
X
X X X X X
X
X
X X
X
X X
ST
ST
ST
ST
ST
ST
ST
ST
ST
ST
ST
ST
ST
ST
ST
ST
ST
ST
ST
ST
ST
ST
XXXXXXXXXE
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E E E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E E E
E
E
E
E
E
UD UD UD UD UD UD
UD
UD
UD
UD
UD
UD
UD
FA
A
FA
A
FA
A
FA
A
FA
A
FA
A
FA
A
FA
A
FA
A
FA
A
FA
A
FA
A
FA
A
FA
A
FA
A
FA
A
E
E
E
E
E
E
EE
E
E E E E
E
H
G
E E E E E E E E E E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
CO
D
E
E
E
E
E E
E
E
E
E
E
E
E E E E E E E E E E E
E
T
E E
E
ST
T
S
S
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
CBCB
ST
ST
ST
ST
U
D
FO
T
T
T
T
T
T
T
T
T
TT
XX
H
H
16' (TYP.)
27.22'
13.62'
136.22'
85.14'
13
.
7
4
'
C
C
1+
0
0
2+
0
0
3+
0
0
4+
0
0
E
E
E
E
E
E
E
E
E
E
C
C
C
C
C
C
C
C
C
C
E
E
E
E
STA. 1+12.00
O/S 18.96' LT
STA. 0+82.26
O/S 18.96' LT
STA. 1+41.74
O/S 18.96' LT
STA. 1+71.48
O/S 18.96' LT
STA. 2+01.22
O/S 26.96' LT
STA. 2+30.96
O/S 48.55' LT
STA. 0+82.26
O/S 18.96' RT
STA. 1+12.00
O/S 18.96' RT
STA. 1+41.74
O/S 18.96' RT
STA. 1+71.48
O/S 18.96' RT
STA. 2+01.22
O/S 18.96' RT
STA. 2+30.96
O/S 18.96' RT
STA. 2+60.70
O/S 70.04' RT
FO
FO
FO
FO
DESCRIPTIONDATEREV
DATE:
SHEET NO.REVISION
SHEET TITLE:
PROJECT NO.:
DESIGNED: DRAWN:CHECKED:
APPROVED AS WORKING PLAN
BY:
IOWA CITY
MUNICIPAL AIRPORT
IOWA CITY, IA
FINAL DESIGN
SUBMITTAL
MARCH 1, 2024
CONSTRUCT AIRSIDE
GROUND MOUNT
SOLAR ARRAY
23006285.00
CMT-MLI CMT-MLI CMT-MLI
A
12345678
12345678
A
B
C
D
E
F
G
H
B
C
D
E
F
G
H
SHEET OF 18 SHEETS
SCALE IN FEET
NORTH
0 20 40
T
-
H
A
N
G
A
R
AIRFIELD VAULT
(NOTE 3)
FAA BUILDING
NEW GROUND MOUNT
BUILDING D SOLAR ARRAY
(SP-1-1.2) (TYP.)
LEGEND
EXISTING BUILDINGS
NEW GROUND MOUNT SOLAR ARRAY
RWY 7
/
2
5
KEY MAP
R
W
Y
1
2
/
3
0
SHEET LOCATION
CA
R
E
A
M
B
U
L
A
N
C
E
EXISTING AIRFIELD WIND CONE
EXISTING SPLICE CAN
EXISTING ELECTRICAL MANHOLE
EXISTING STORM SEWER STRUCTURE
EXISTING ELECTRICAL METER
EXISTING ELECTRIC HANDHOLE
EXISTING ELECTRIC TRANSFORMER
E
H
T
CB D
EXISTING TAXIWAY GUIDANCE SIGN
E
EXISTING TAXIWAY ELEVATED EDGE LIGHT
EXISTING UNIVERSITY OF IOWA
HYDROLOGY EQUIPMENT
UNIVERSITY OF IOWA
HYDROLOGY LAB
AI
R
P
O
R
T
S
E
R
V
I
C
E
D
R
I
V
E
AIRPORT SERVICE DRIVE
ELECTRICAL SITE PLAN
E-102
7
INVERTER-4
(INV-4)(NOTE 4)
INVERTER-1 (INV-1)
(NOTE 4)
INVERTER-2
(INV-2) (NOTE 4)
INVERTER-3
(INV-3)(NOTE 4)
NEW GROUND MOUNT
VAULT SOLAR ARRAY
(SP-1-1.1) (TYP.)
1. NEW 300A CIRCUIT BREAKER DISCONNECT REFER
TO VAULT ELEVATION DETAILS.
2. NEW 100A CIRCUIT BREAKER DISCONNECT. REFER
TO VAULT ELEVATION DETAILS.
3. NEW MONITORING SYSTEM ENCLOSURE REFER TO
MONITORING SYSTEM SCHEMATICS.
4. NEW 1-4" PVC SCH. 80 CONDUIT, DIRECT BURIED
WITH 4-350 KCMIL, 1#2 GND.
5. NEW 1-2" PVC SCH. 80 CONDUIT, DIRECT BURIED
WITH 4#2 XLP-USE, 1#6 GND.
6. NEW 1-2" PVC SCH. 80 CONDUIT, DIRECT BURIED
WITH (2) SERIAL / RS485 COMMUNICATION CABLES
OR AS REQUIRED BY MONITORING SYSTEM
MANUFACTURER.
7. NEW 1-1" PVC SCH. 80 CONDUIT. DIRECT BURIED
WITH (1) SERIAL / RS485 COMMUNICATION CABLE.
8. ELECTRIC HANDHOLE.
9. COMMUNICATIONS HANDHOLE.
10. SOLAR DISTRIBUTION PANEL FOR AIRFIELD LIGHT
VAULT. (NOTE 4)
11. LIMITS OF DIRECTIONAL BORE UNDER EXISTING
PAVEMENT AND GRAVEL AND SHALL EXTEND 5 FT
PAST EDGE OF ROAD.
12. EXISTING UTILITY TRANSFORMER TO BE REPLACED
BY UTILITY COMPANY.
13. NEW 1 - 4" PVC SCH.80 CONDUIT, DIRECTIONALLY
BORED WITH 4 - 350 KCMIL, 1 #2 GND.
14. NEW 1 - 2" PVC SCH.80 CONDUIT, DIRECTIONALLY
BORED WITH 4 #1/0 XLP-USE, 1 #6 GND.
15. NEW 1 - 1" PVC SCH.80 CONDUIT, DIRECTIONALLY
BORED WITH (1) SERIAL/RS 485 COMMUNICATION
CABLE.
16. NEW 1" PVC SCH.80 CONDUIT, DIRECT BURIED WITH
1 - 6 STRAND SINGLE-MODE FIBER OPTIC CABLE.
17. NEW 12" x 12" x 8" NEMA 3R JUNCTION BOX
MOUNTED ON EXTERIOR WALL, MIN. 8'-0" ABOVE
GRADE.
18. NEW 1" EMT CONDUIT WITH 1 - 6 STRAND
SINGLE-MODE FIBER OPTIC CABLE, INSTALLED
INSIDE BUILDING ATTACHED TO ROOF BEAMS.
19. NEW 6 - PORT FIBER OPTIC PATCH PANEL.
TERMINATE FIBER OPTIC CABLE. EXACT LOCATION
TO BE COORDINATED WITH AIRPORT IT
DEPARTMENT.
20. NEW 1 - 2" PVC SCH.80 CONDUIT, DIRECT BURIED
WITH 4 #1/0 XLP-USE, 1 #6 GND.
21. NEW 1 - 2" PVC SCH.80 CONDUIT, DIRECTIONALLY
BORED WITH (2) SERIAL/RS 485 COMMUNICATION
CABLES OR AS REQUIRED BY MONITORING SYSTEM
MANUFACTURER.
KEYNOTES
2
1
3
21
13
14
14
15
5
7
7
7
4
5 8
9
101. REFER TO STRINGING PLAN FOR UNDERGROUND DC
CONDUCTORS IN CONDUIT.
2. ALL UNDERGROUND CONDUITS LOCATION AND
ROUTING IS SHOWN FOR INFORMATION ONLY.
CONTRACTOR SHALL FIELD VERIFY ROUTING OF
CONDUITS AND LOCATION OF HANDHOLES.
3. REFER TO VAULT ELEVATION DETAILS FOR EQUIPMENT
MOUNTED ON VAULT EXTERIOR WALL.
4. REFER TO INVERTER AND SOLAR PANELBOARD
MOUNTING DETAILS
5. CONTRACTOR SHALL LOCATE ALL EXISTING
UNDERGROUND UTILITIES AND COORDINATE
INSTALLATION OF RACKING PILES TO AVOID CONFLICTS.
6. THE CONTRACTOR SHALL PROVIDE ADEQUATE
FACILITIES AND LOCATIONS FOR CONCRETE TRUCK
WASHOUT, AS APPROVED BY THE RPR, PRIOR TO ANY
CONCRETE POURS. UPON COMPLETION OF CONCRETE
OPERATIONS, THE CONCRETE WASHOUT AND ALL
MATERIALS CONTAINED WITHIN SHALL BE DISPOSED OF
AT A LEGAL OFF-SITE LOCATION. INSTALLING AND
DISPOSING OF CONCRETE WASHOUT SHALL BE
CONSIDERED INCIDENTAL TO THE CONTRACT.
7. FLOODPLAIN PERMITTING REQUIRES ALL ABOVE
GROUND ELECTRICAL EQUIPMENT TO BE MOUNTED A
MINIMUM OF 1'-0" ABOVE BASE FLOOD ELEVATION. THE
CONTRACTOR SHALL INSTALL ALL ABOVE GROUND
ELECTRICAL EQUIPMENT AT A MINIMUM OF 5'-0" ABOVE
GRADE ELEVATION TO MEET THIS REQUIREMENT.
NOTES:
NEW 2' X 2' CONCRETE HANDHOLE
11
11
E-109
Detail 2
7
20
6
12
20
4
17
16
18
19
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 64 of 441
TO BUILDING ATS
30
0
A
SPD
20A
SOLECTRIA PVI-25TL-208
OR APPROVED EQUAL 3
210
EQUIPMENT LIST QTY
INVERTERS
MODULES
(+)
(-)
100A
(+)
(-)
(+)
(-)
Q.PEAK DUO XL-10.3 / BFG 480
OR APPROVED EQUAL
SOLAR DISTRIBUTION PANEL
400A, 120/208V
3-PHASE/4-WIRE
NEMA 3R
65 KAIC
240KA
SURGE
PROTECTION
DEVICE
ST
DC
DISC
AC
DISC
SEE INVERTER ASSEMBLY SCHEDULE
INVERTER ASSEMBLY INV-3
DC
DISC
AC
DISC
INVERTER ASSEMBLY INV-2
DC
DISC
AC
DISC
INVERTER ASSEMBLY INV-1
+-
+-+-+-+-
+-+-+-+-
+-+-+-
14
INVERTER
NO. OF
MODULES
PER STRING
INV-1
MPPT
NO. OF
STRING
21
22
13
INV-2
21
22
13
INV-3
21
22
13
INVERTER ASSEMBLY SCHEDULE
SOLAR EQUIPMENT SCHEDULE
14
14
14
14
14
14
14
14
BI-DIRECTIONAL
UTILITY
METER
M
G N
IN
D
O
O
R
OU
T
D
O
O
R
100A
100A
4-350KCMIL (XHHW-2)
1-#2 GND IN 4" CONDUIT
NEW 4-#2 XHHW-2
1-#6 XHHW-2 GND
IN 2" CONDUIT
NEW 4-#2 XHHW-2
1-#6 XHHW-2 GND
IN 2" CONDUIT
NEW 4-#2 XHHW-2
1-#6 XHHW-2 GND
IN 2" CONDUIT
1-#10 PV WIRE
(TYP.)
100A/3-P 208V
NEMA 3R
NON-FUSED
DISCONNECT
100A/3-P 208V
NEMA 3R
NON-FUSED
DISCONNECT
100A/3-P 208V
NEMA 3R
NON-FUSED
DISCONNECT
(NOTE 6)
SEE INVERTER ASSEMBLY SCHEDULE (NOTE 6)
SEE INVERTER ASSEMBLY SCHEDULE (NOTE 6)
300A, 208V, 3-POLE
CIRCUIT BREAKER
SERVICE ENTRANCE
RATED DISCONNECT
NEMA 3R
3 - 1/C #12 XLP-USE IN 3/4" GRS CONDUIT
NEW 2 SETS OF
4-350KCMIL (XHHW-2)
1-#3 GND IN EXISTING
4" RGSC
(NOTE 6)
NEW 24" x 24" x 12"
NEMA 3R JUNCTION
BOX
EXISTING UTILITY
TRANSFORMER TO
BE REPLACED BY
UTILITY
E-STOP
(NOTE 5)
1. SOLAR E-STOP LOCATED WITHIN REQUIRED PROXIMITY OF
UTILITY METER
2. ALL CIRCUIT BREAKERS ARE 3-POLE UNLESS NOTED
OTHERWISE.
3. SOLAR ONE-LINE AND STRINGING INFORMATION SHOWN IS
BASED ON A "BASIS OF DESIGN" EQUIPMENT. CONTRACTOR
SHALL PERFORM CALCULATIONS AND DESIGN AC AND DC
SYSTEM FOR SELECTED EQUIPMENT.
4. MINIMUM SYSTEM SIZE:
A. DC = 100,800 WDC
B. AC = 75,000 WAC
5. PROVIDE LABEL "SOLAR EMERGENCY STOP" ABOVE E-STOP
BUTTON.
6. BOND NEUTRAL AND GROUND WITH BONDING JUMPER
INSIDE METER CABINET. METER CABINET ENCLOSURE
SHALL BE BONDED AND GROUNDED.
7. SUPPLY SIDE TAP SHALL COMPLY WITH NEC 705.12 AND
INSTALLED BEHIND-THE-METER.
GENERAL NOTES
LEGEND
METER
DISCONNECT SWITCH
SOLAR PV MODULE (ONE-LINE)
INVERTER
M
+-
ST SHUNT TRIP
SOLAR PV MODULE (PLAN VIEW)
DC STRINGSOLAR ONE-LINE DIAGRAM - AIRFIELD LIGHTING VAULT (ALV)
N.T.S.
1
DESCRIPTIONDATEREV
DATE:
SHEET NO.REVISION
SHEET TITLE:
PROJECT NO.:
DESIGNED: DRAWN:CHECKED:
APPROVED AS WORKING PLAN
BY:
IOWA CITY
MUNICIPAL AIRPORT
IOWA CITY, IA
FINAL DESIGN
SUBMITTAL
MARCH 1, 2024
CONSTRUCT AIRSIDE
GROUND MOUNT
SOLAR ARRAY
23006285.00
CMT-MLI CMT-MLI CMT-MLI
A
12345678
12345678
A
B
C
D
E
F
G
H
B
C
D
E
F
G
H
SHEET OF 18 SHEETS
VAULT AC SOLAR
ONE-LINE DIAGRAM
E-103
8
PV SYSTEM POWER CALCULATIONS (BASIS OF DESIGN)
Q.PEAK DUO XL-10.3 / BLG - 480 (OR APPROVED EQUAL)
MODULE WATTAGE = 480W
TOTAL MODULES PER ARRAY = 210
TOTAL ARRAYS = 1
TOTAL SYSTEM WATTAGE = (210) X (480W) = 100,800W DC = 100.8KW
THE FOLLOWING DATA BASED ON MAX POWER AT STC
(STANDARD TEST CONDITIONS)
POWER AT STC (STANDARD TEST CONDITIONS) = 480W
MODULE OPEN CIRCUIT VOLTAGE (VOC) = 53.39V
MODULE SHORT CIRCUIT CURRENT (ISC) = 11.2A
TC = -0.27% = -0.0027
TLOW (IOWA CITY MUNICIPAL AIRPORT) = -25.33 DEGREES CELSIUS
TRATED = 25 DEGREES CELSIUS
TDIFF = TLOW -TRATED = (-25.33)-25 = -50.33
VMAX = (VOC + VOC( TC*TDIFF)) = (53.39V + 53.39V ( -0.0027*-50.33)) = 60.65V
VMAX AT 14 MODULES / STRING = 60.65V * 14 = 849.03V
MAXIMUM SOURCE CIRCUIT CURRENT ( PER NEC 690.8 A/B)
SHORTCIRUICT CURRENT (Isc) = 11.2A
Isc * 125% = 11.2A * 1.25 = 14A
(PROVIDE ADDITIOANL OCRRECTION FACTOR PER NEC 690.8.B)
14 * 125% = 14A * 1.25 = 17.5A
MINIMUM OCPD FUSE RATING = 15A
MAXIMUM OCPD FUSE RATING = 20 A
"INV-1" THROUGH "INV-3" = 5 STRINGS; (17.5A) X (5) = 87.5A
SYSTEM TOTAL = (3) * (87.5) = 262.5 A
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 65 of 441
SOLECTRIA PVI-25TL-208
OR APPROVED EQUAL 1
84
EQUIPMENT LIST QTY
INVERTERS
MODULES
(+)
(-)
Q.PEAK DUO XL-10.3 / BFG 480
OR APPROVED EQUAL
DC
DISC
AC
DISC
SEE INVERTER ASSEMBLY SCHEDULE
INVERTER ASSEMBLY INV-4
+-+-+-+-
14
NO. OF
MODULES
PER STRING
INV-4
MPPT
NO. OF
STRING
21
22
23
INVERTER ASSEMBLY SCHEDULE
SOLAR EQUIPMENT SCHEDULE
14
14
M
EXISTING
DISCONNECT 150A
TO BUILDING D
ST
NEW 18" X 18" X 12"
JUNCTION BOX NEMA 3R
3 - 1/C #12 XLP-USE IN 3/4" GRS CONDUIT
BI-DIRECTIONAL
UTILITY
METER
E-STOP
(NOTE 5)
4 - #2 (XHHW-2)
1 - #6 GND IN 4" RGSC
INVERTER
NEW 4-#1/0 XHHW-2
1-#6 XHHW-2 GND
IN 2" CONDUIT
1-#10 PV WIRE
(TYP.)
60A/3-P 208V
NEMA 3R
NON-FUSED
DISCONNECT
(NOTE 6)
100A, 208V, 3-POLE
CIRCUIT BREAKER
SERVICE ENTRANCE
RATED DISCONNECT
NEMA 3R
EXISTING UTILITY
TRANSFORMER TO BE
REPLACED BY UTILITY
DESCRIPTIONDATEREV
DATE:
SHEET NO.REVISION
SHEET TITLE:
PROJECT NO.:
DESIGNED: DRAWN:CHECKED:
APPROVED AS WORKING PLAN
BY:
IOWA CITY
MUNICIPAL AIRPORT
IOWA CITY, IA
FINAL DESIGN
SUBMITTAL
MARCH 1, 2024
CONSTRUCT AIRSIDE
GROUND MOUNT
SOLAR ARRAY
23006285.00
CMT-MLI CMT-MLI CMT-MLI
A
12345678
12345678
A
B
C
D
E
F
G
H
B
C
D
E
F
G
H
SHEET OF 18 SHEETS
1. SOLAR E-STOP LOCATED WITHIN REQUIRED PROXIMITY OF
UTILITY METER
2. ALL CIRCUIT BREAKERS ARE 3-POLE UNLESS NOTED
OTHERWISE.
3. SOLAR ONE-LINE AND STRINGING INFORMATION SHOWN IS
BASED ON A "BASIS OF DESIGN" EQUIPMENT. CONTRACTOR
SHALL PERFORM CALCULATIONS AND DESIGN AC AND DC
SYSTEM FOR SELECTED EQUIPMENT.
4. MINIMUM SYSTEM SIZE:
A. DC = 40,320 WDC
B. AC = 25,000 WAC
5. PROVIDE LABEL "SOLAR EMERGENCY STOP" ABOVE E-STOP
BUTTON.
6. BOND NEUTRAL AND GROUND WITH BONDING JUMPER
INSIDE METER CABINET. METER CABINET ENCLOSURE
SHALL BE BONDED AND GROUNDED.
7. SUPPLY SIDE TAP SHALL COMPLY WITH NEC 705.12 AND
INSTALLED BEHIND-THE-METER.
GENERAL NOTES
LEGEND
METER
DISCONNECT SWITCH
SOLAR PV MODULE (ONE-LINE)
INVERTER
M
+-
ST SHUNT TRIP
SOLAR PV MODULE (PLAN VIEW)
DC STRING
SOLAR ONE-LINE DIAGRAM - BUILDING D
N.T.S.
1
BUILDING D AC SOLAR
ONE-LINE DIAGRAM
E-104
9
PV SYSTEM POWER CALCULATIONS (BASIS OF DESIGN)
Q.PEAK DUO XL-10.3 / BLG - 480 (OR APPROVED EQUAL)
MODULE WATTAGE = 480W
TOTAL MODULES PER ARRAY = 84
TOTAL ARRAYS = 1
TOTAL SYSTEM WATTAGE = (84) X (480W) = 40,320W DC = 40.32KW
THE FOLLOWING DATA BASED ON MAX POWER AT STC
(STANDARD TEST CONDITIONS)
POWER AT STC (STANDARD TEST CONDITIONS) = 480W
MODULE OPEN CIRCUIT VOLTAGE (VOC) = 53.39V
MODULE SHORT CIRCUIT CURRENT (ISC) = 11.2A
TC = -0.27% = -0.0027
TLOW (IOWA CITY MUNICIPAL AIRPORT) = -25.33 DEGREES CELSIUS
TRATED = 25 DEGREES CELSIUS
TDIFF = TLOW -TRATED = (-25.33)-25 = -50.33
VMAX = (VOC + VOC( TC*TDIFF)) = (53.39V + 53.39V ( -0.0027*-50.33)) = 60.65V
VMAX AT 14 MODULES / STRING = 60.65V * 14 = 849.03V
MAXIMUM SOURCE CIRCUIT CURRENT ( PER NEC 690.8 A/B)
SHORTCIRUICT CURRENT (Isc) = 11.2A
Isc * 125% = 11.2A * 1.25 = 14A
(PROVIDE ADDITIOANL OCRRECTION FACTOR PER NEC 690.8.B)
14 * 125% = 14A * 1.25 = 17.5A
MINIMUM OCPD FUSE RATING = 15A
MAXIMUM OCPD FUSE RATING = 20 A
"INV-4" = 6 STRINGS; (17.5A) X (6) = 105A
SYSTEM TOTAL = (1) * (105) = 105 A
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 66 of 441
G
G
DC
DC
DC
DC
DC
DC
DC AC
AC SWITCH
L1
L2
L3
N
AFD
DC SPD
DC SPD
DC SPD
DC SWITCH
MPPT 3 (17KW MAX)
MPPT 2 (17KW MAX)
MPPT 1 (17KW MAX)
4 LEVEL INVERTER
NUMBER OF DC
INPUTS: 2
20A PV INPUT FUSES
NUMBER OF DC
INPUTS: 2
NUMBER OF DC
INPUTS: 1
STRING 1 - 14 MOD.
STRING 1 - 14 MOD.
PV1+
PV1-
STRING 3 - 14 MOD.
STRING 3 - 14 MOD.
PV3+
PV3-
STRING 5 - 14 MOD.
STRING 5 - 14 MOD.
PV5+
PV5-
STRING 2 - 14 MOD.
STRING 2 - 14 MOD.
PV2+
PV2-
STRING 4 - 14 MOD.
STRING 4 - 14 MOD.
PV4+
PV4-
DESCRIPTIONDATEREV
DATE:
SHEET NO.REVISION
SHEET TITLE:
PROJECT NO.:
DESIGNED: DRAWN:CHECKED:
APPROVED AS WORKING PLAN
BY:
IOWA CITY
MUNICIPAL AIRPORT
IOWA CITY, IA
FINAL DESIGN
SUBMITTAL
MARCH 1, 2024
CONSTRUCT AIRSIDE
GROUND MOUNT
SOLAR ARRAY
23006285.00
CMT-MLI CMT-MLI CMT-MLI
A
12345678
12345678
A
B
C
D
E
F
G
H
B
C
D
E
F
G
H
SHEET OF 18 SHEETS
GENERAL NOTES
LEGEND
VAULT ARRAY - 25KW INVERTER "INV-1" - "INV-3"
N.T.S.
1
VAULT ARRAY DC
ONE-LINE DIAGRAM
E-105
10
PV STRING OF 14 MODULES (TYPICAL OF 15 STRINGS)
N.T.S.
2
1. FOLLOW MANUFACTURER'S SUGGESTED INSTALLATION
PRACTICES AND WIRING SPECIFICATIONS.
2. CONDUCTORS SHALL BE RATED AND LABELED "SUNLIGHT
RESISTANT" WHEN NOT PROTECTED BY RACEWAYS.
3. WIRING SHALL COMPLY WITH NEC 690.31 (PV WIRING
METHODS).
4. EGC MUST BE CONTINUOUS AND INSTALLED TO ALLOW FOR
MODULE REMOCAL WITHOUT INTERRUPTING CONTINUITY
(690.40).
1. CONDUCTORS MUST BE SECURED IN PLACE WITH LASTING
MEANS SUCH AS STAINLESS STEEL CLIPS AND S.S. TIE
WRAPS. E.G. HEYCO S.S. CLIPS AND HEYCO SUNBUNDLER
CABLE TIE.
2. EGC CONNECTED TO MODULE FRAME BY SELF-GROUNDING
THROUGH RACKING SYSTEM. MODULE BOND TO RAIL EGC
MUST BE UL LISTED. BONDING BETWEEN SECTIONS OF RAIL
MAY BE MADE VIA THE EQUIPMENT GROUNDING
CONDUCTOR OR THROUGH UL LISTED JUMPERS.
3. MC-4 PV CONNECTOR COMPATIBLE WITH CELLS MODULES.
LOCATE IN SHADE.
4. WATER-PROOF STRAIN RELIEF MUST BE USED WHEN
ENTERING J-BOX OR RACEWAY.
5. IRREVERSIBLE SPLICE (E.G. ERICO HAMMERLOCK).
6. EXOTHERMIC WELD (E.G. CADWELD) OR UL LISTED METHOD.
SEE STRING WIRE SCHEDULE
2
1 3
4
5 6
INVERTER SPECIFICATION
SOLECTRIA PVI-25TL-208 (OR APPROVED EQUAL)
AC CURENT 69.5 A
MAXIMUM DC VOLTAGE 1,000 V
AC POWER RATING 25 KW
SYSTEM VOLTAGE 208 V - 3 PHASE
MODULE SPECIFICATION
Q.PEAK DUO XL-10.3 / BFG-480 (OR APPROVED EQUAL)
STC RATING 480 W
Vmp 45.33 V
Imp 10.59 A
Voc 53.39 V
Isc 11.12 A
STRING WIRE SCHEDULE
INVERTERS STRINGS AWG. CU 2000V PV/
BARE CU 600V GROUND
INVERTER 1-3 1-(1.X-5.X) -
3-(1.X-5.X)#10
NONE NONE #6
480W PER MODULE
6720W PER STRING (14 MODULES)
TOTAL NUMBER OF MPP TRACKERS = 3
STRING ORIENTATION = 2/2/1
MPPT LOAD AT 1 STRINGS OF 14 MODULES = 6720W
MPPT LOAD AT 2 STRINGS OF 14 MODULES = 13440W
TOTAL LOAD AT 5 STRINGS = 33.6KW
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 67 of 441
G
DC
DC
DC
DC
DC
DC
DC AC
AC SWITCH
L1
L2
L3
N
AFD
DC SPD
DC SPD
DC SPD
DC SWITCH
MPPT 3 (17KW MAX)
MPPT 2 (17KW MAX)
MPPT 1 (17KW MAX)
4 LEVEL INVERTER
NUMBER OF DC
INPUTS: 2
20A PV INPUT FUSES
NUMBER OF DC
INPUTS: 2
NUMBER OF DC
INPUTS: 2
STRING 1 - 14 MOD.
STRING 1 - 14 MOD.
PV1+
PV1-
STRING 3 - 14 MOD.
STRING 3 - 14 MOD.
PV3+
PV3-
STRING 5 - 14 MOD.
STRING 5 - 14 MOD.
PV5+
PV5-
STRING 6 - 14 MOD.
STRING 6 - 14 MOD.
PV6+
PV6-
STRING 4 - 14 MOD.
STRING 4 - 14 MOD.
PV4+
PV4-
STRING 2 - 14 MOD.
STRING 2 - 14 MOD.
PV2+
PV2-
G
DESCRIPTIONDATEREV
DATE:
SHEET NO.REVISION
SHEET TITLE:
PROJECT NO.:
DESIGNED: DRAWN:CHECKED:
APPROVED AS WORKING PLAN
BY:
IOWA CITY
MUNICIPAL AIRPORT
IOWA CITY, IA
FINAL DESIGN
SUBMITTAL
MARCH 1, 2024
CONSTRUCT AIRSIDE
GROUND MOUNT
SOLAR ARRAY
23006285.00
CMT-MLI CMT-MLI CMT-MLI
A
12345678
12345678
A
B
C
D
E
F
G
H
B
C
D
E
F
G
H
SHEET OF 18 SHEETS
1. FOLLOW MANUFACTURER'S SUGGESTED INSTALLATION
PRACTICES AND WIRING SPECIFICATIONS.
2. CONDUCTORS SHALL BE RATED AND LABELED "SUNLIGHT
RESISTANT" WHEN NOT PROTECTED BY RACEWAYS.
3. WIRING SHALL COMPLY WITH NEC 690.31 (PV WIRING
METHODS).
4. EGC MUST BE CONTINUOUS AND INSTALLED TO ALLOW FOR
MODULE REMOCAL WITHOUT INTERRUPTING CONTINUITY
(690.40).
GENERAL NOTES
LEGEND
BUILDING D ARRAY DC
ONE-LINE DIAGRAM
E-106
11
1. CONDUCTORS MUST BE SECURED IN PLACE WITH LASTING
MEANS SUCH AS STAINLESS STEEL CLIPS AND S.S. TIE
WRAPS. E.G. HEYCO S.S. CLIPS AND HEYCO SUNBUNDLER
CABLE TIE.
2. EGC CONNECTED TO MODULE FRAME BY SELF-GROUNDING
THROUGH RACKING SYSTEM. MODULE BOND TO RAIL EGC
MUST BE UL LISTED. BONDING BETWEEN SECTIONS OF RAIL
MAY BE MADE VIA THE EQUIPMENT GROUNDING
CONDUCTOR OR THROUGH UL LISTED JUMPERS.
3. MC-4 PV CONNECTOR COMPATIBLE WITH CELLS MODULES.
LOCATE IN SHADE.
4. WATER-PROOF STRAIN RELIEF MUST BE USED WHEN
ENTERING J-BOX OR RACEWAY.
5. IRREVERSIBLE SPLICE (E.G. ERICO HAMMERLOCK).
6. EXOTHERMIC WELD (E.G. CADWELD) OR UL LISTED METHOD.
BUILDING D ARRAY - 25KW INVERTER "INV-4"
N.T.S.
1
PV STRING OF 14 MODULES (TYPICAL OF 6 STRINGS)
N.T.S.
2
480W PER MODULE
6720W PER STRING (14 MODULES)
TOTAL NUMBER OF MPP TRACKERS = 3
STRING ORIENTATION = 2/2/2
MPPT LOAD AT 2 STRINGS OF 14 MODULES = 13440W
TOTAL LOAD AT 6 STRINGS = 40.32KW
STRING WIRE SCHEDULE
INVERTERS STRINGS AWG. CU 2000V PV/ BARE CU
600V GROUND
INVERTER 4 4-(1.X-6.X)#10
NONE NONE #6
SEE STRING WIRE SCHEDULE
2
1 3
4
5 6
INVERTER SPECIFICATION
SOLECTRIA PVI-25TL-208 (OR APPROVED EQUAL)
AC CURENT 69.5 A
MAXIMUM DC VOLTAGE 1,000 V
AC POWER RATING 25 KW
SYSTEM VOLTAGE 208 V - 3 PHASE
MODULE SPECIFICATION
Q.PEAK DUO XL-10.3 / BFG-480 (OR APPROVED EQUAL)
STC RATING 480 W
Vmp 45.33 V
Imp 10.59 A
Voc 53.39 V
Isc 11.12 A
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 68 of 441
THREE PHASE VOLTAGE DROP CALCULATIONS - VAULT
N.T.S.
1
DESCRIPTIONDATEREV
DATE:
SHEET NO.REVISION
SHEET TITLE:
PROJECT NO.:
DESIGNED: DRAWN:CHECKED:
APPROVED AS WORKING PLAN
BY:
IOWA CITY
MUNICIPAL AIRPORT
IOWA CITY, IA
FINAL DESIGN
SUBMITTAL
MARCH 1, 2024
CONSTRUCT AIRSIDE
GROUND MOUNT
SOLAR ARRAY
23006285.00
CMT-MLI CMT-MLI CMT-MLI
A
12345678
12345678
A
B
C
D
E
F
G
H
B
C
D
E
F
G
H
SHEET OF 18 SHEETS
ELECTRICAL
CALCULATIONS
E-107
12
THREE PHASE VOLTAGE DROP CALCULATIONS - BUILDING D
N.T.S.
2
THREE PHASE FAULT CURRENT CALCULATIONS - BUILDING D
N.T.S.
4THREE PHASE FAULT CURRENT CALCULATIONS - VAULT
N.T.S.
3
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 69 of 441
1.ALL MODULES, STRINGS, COMBINER BOXES, INVERTERS,
AND ALL OTHER ASSOCIATED EQUIPMENT SHALL BE
MOUNTED ON STRUCTURAL STEEL. REFER TO DETAIL AND
MANUFACTURERS REQUIREMENTS FOR ANY ADDITIONAL
MOUNTING INFORMATION.
2. INVERTERS SHALL BE MOUNTED TO THE STRUCTURAL
STEEL. FINAL INVERTER MOUNTING LOCATION SHALL BE
DETERMINED IN THE FIELD. PROVIDE #4 CU BOND GROUND
TO STRUCTURAL STEEL.
3. ARRAY GROUNDING IS NOT SHOWN FOR CLARITY. REFER TO
RACKING ELEVATION DETAILS FOR GROUNDING
INFORMATION.
GENERAL NOTES
SOLAR ARRAY STRINGING PLAN
N.T.S.
1
DESCRIPTIONDATEREV
DATE:
SHEET NO.REVISION
SHEET TITLE:
PROJECT NO.:
DESIGNED: DRAWN:CHECKED:
APPROVED AS WORKING PLAN
BY:
IOWA CITY
MUNICIPAL AIRPORT
IOWA CITY, IA
FINAL DESIGN
SUBMITTAL
MARCH 1, 2024
CONSTRUCT AIRSIDE
GROUND MOUNT
SOLAR ARRAY
23006285.00
CMT-MLI CMT-MLI CMT-MLI
A
12345678
12345678
A
B
C
D
E
F
G
H
B
C
D
E
F
G
H
SHEET OF 18 SHEETS
SOLAR ARRAY STRINGING
DIAGRAM
E-108
13
INDICATES INVERTER,
MPPT, AND MODULES
INDICATES INVERTER,
MPPT, AND MODULES
NEW GROUND MOUNT
BUILDING D SOLAR ARRAY
(SP-1-1.2) (TYP.)
INV - 1-(1.1)
14 MODULESINV - 1-(1.2)
14 MODULES
INV - 1-(2.1)
14 MODULES
INV - 1-(2.2)
14 MODULES
INV - 1-(3.1)
14 MODULES
INV - 2-(1.1)
14 MODULES
INV - 2-(1.2)
14 MODULES
INV - 2-(2.1)
14 MODULES
INV - 2-(2.2)
14 MODULES
INV - 2-(3.1)
14 MODULES
INV - 3-(1.1)
14 MODULES
INV - 3-(1.2)
14 MODULES
INV - 3-(2.1)
14 MODULES
INV - 3-(2.2)
14 MODULES
INV - 3-(3.1)
14 MODULES
INV - 4-(1.1)
14 MODULES
INV - 4-(1.2)
14 MODULES
INV - 4-(2.1)
14 MODULES
INV - 4-(2.2)
14 MODULES
INV - 4-(3.1)
14 MODULES
INV - 4-(3.2)
14 MODULES
INVERTER #1
INVERTER #2
INVERTER #3
INVERTER #4
SCALE IN FEET
NORTH
0 15 30
SOLAR DISTRIBUTION PANEL
FOR AIRFIELD LIGHTING VAULT
1. 2 - 1/C #10 1000VDC PV CABLES IN 1" PVC SCH. 80 CONDUIT.
2. 4 - 1/C #10 1000VDC PV CABLES IN 1-1/2" PVC SCH. 80
CONDUIT.
3. 8 - 1/C #10 1000VDC PV CABLES IN 1-1/2" PVC SCH. 80
CONDUIT.
4. 10 - 1/C #10 1000VDC PV CABLES IN 1-1/2" PVC SCH. 80
CONDUIT.
5. 12 - 1/C #10 1000VDC PV CABLES IN 2" SCH. 80 CONDUIT.
CABLE / CONDUIT KEYED NOTES
1
2
3
4
5
1
2
3
4
1
2
NEW GROUND MOUNT
VAULT SOLAR ARRAY
(SP-1-1.1) (TYP.)
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 70 of 441
DESCRIPTIONDATEREV
DATE:
SHEET NO.REVISION
SHEET TITLE:
PROJECT NO.:
DESIGNED: DRAWN:CHECKED:
APPROVED AS WORKING PLAN
BY:
IOWA CITY
MUNICIPAL AIRPORT
IOWA CITY, IA
FINAL DESIGN
SUBMITTAL
MARCH 1, 2024
CONSTRUCT AIRSIDE
GROUND MOUNT
SOLAR ARRAY
23006285.00
CMT-MLI CMT-MLI CMT-MLI
A
12345678
12345678
A
B
C
D
E
F
G
H
B
C
D
E
F
G
H
SHEET OF 18 SHEETS
1.CAT 6. W/ OUTER CABLE SHIELDING.
2. CAT 6 CABLE SHIELD SHALL BE CRIMPED AND CONNECTED
TO METAL RING ON CONNECTOR.
3. INVERTER, TOTAL OF 4 INVERTERS IN NETWORK.
4. COMM CARD PREINSTALLED IN INVERTER, TYPICAL OF ALL
UNITS.
5. DATA MANAGER CARD INSTALLED IN INVERTER #1 AND #4,
ONLY TWO CARDS REQUIRED.
6. CAT 6 CONNECTORS SHALL HAVE METAL RING FOR
CRIMPING CABLE SHIELDING TO CONNECTOR, TYPICAL FOR
ALL INVERTER RS422 NETWORK CABLE CONNECTIONS.
7. PROVIDE 120VAC POWER SOURCE FOR CONTROL PANEL.
2-#12, 1-#12 GND, 3/4" C. TO 20A/1P CIRCUIT BREAKER IN
PANELBOARD INSIDE VAULT.
8. PROVIDE FRONIUS RJ45 PLUG FOR END POINTS OF RS422
NETWORK.
9. SERIAL/RS485 CABLE SHALL BE BELDEN 9841 CABLE;
MINIMIZE CABLE LENGTH. MAXIMUM 300' CABLE LENGTH.
10. ETHERNET SWITCH WITH 2 FIBER OPTIC PORTS AND 8
COPPER PORTS.
11. MONITORING SYSTEM SCHEMATIC IS BASED ON BASIS OF
DESIGN MANUFACTURER. CONTRACTOR SHALL PROVIDE
COMPLETE MONITORING SYSTEM DRAWINGS FOR REVIEW
AND APPROVAL.
12. INSTALL 1 - 6 STRAND SINGLE-MODE FIBER OPTIC CABLE TO
BUILDING D NETWORK ROOM. COORDINATE ALL WORK WITH
AIRPORT IT FOR LOCATION OF PATCH PANEL AND
TERMINATION OF FIBER OPTIC CABLE.
13. FLOODPLAIN PERMITTING REQUIRES ALL ABOVE GROUND
ELECTRICAL EQUIPMENT TO BE MOUNTED A MINIMUM OF
1'-0" ABOVE BASE FLOOD ELEVATION. THE CONTRACTOR
SHALL INSTALL ALL ABOVE GROUND ELECTRICAL
EQUIPMENT AT A MINIMUM OF 5'-0" ABOVE GRADE
ELEVATION TO MEET THIS REQUIREMENT.
GENERAL NOTES
MONITORING SYSTEM ONE-LINE DIAGRAM
N.T.S.
1
MONITORING SYSTEM
ONE-LINE & TYPICAL
RACKING ELEVATION
E-109
14
LAN
F.O.
8 PORT - RJ45
LAN/WAN
RJ45RJ45RJ45RJ45RJ45
RJ45RJ45RJ45
LAN
CH1
Φ1
Φ2
Φ3
N
.
.
.
CT - 200A:5A
CT-MO
Φ1
Φ2
Φ3
N CT - 200A:5A
POWER LOGGER-1
ETH ETH
24
V
D
C
24
V
D
C
CH2
FIBER OPTIC
ETHERNET SWITCH
PRODUCTION METER-1 POWER LOGGER-2 PRODUCTION METER-2
NETWORK SWITCH
.
.
.
.
CT-MO.
INVERTER-1 INVERTER-2 INVERTER-3
INVERTER-4
LAN
P1 P2
CH1 CH2
P1 P2
CAT-6
CAT-6CAT-6CAT-6CAT-6
SERIAL/RS485
SERIAL/RS485SERIAL/RS485SERIAL/RS485
SOLAR TYPICAL RACKING ELEVATION
N.T.S.
2
FINISHED GRADE FINISHED GRADE FINISHED GRADE
24
"
M
I
N
.
CO
V
E
R
RACK POST
CONDUIT FOR PV WIRES
GROUND LUG
(PASS THROUGH)
SECURE SPLIT
SEAL TO EQUIP.
RACK
SOLAR PV MODULES
GROUND LUG
(PASS THROUGH)
#2 BARE CU GND. SUPPLEMENTAL GROUNDING PER
690.47(D) AT INDICATED POSTS (NOT REQUIRED AT
EVERY POST) TO BOND TOGETHER RACK STRUCTURES,
FENCE, AND EQUIPMENT ENCLOSURES.METAL RACK POST MIN. 10 FT
DEPTH TO QUALIFY AS GROUND
ELECTRODE PER 250.52(A)(2)
FO FO FO FO FO
1 - 6 STRAND FIBER
OPTIC CABLE TO
BUILDING D (NOTE 12)
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 71 of 441
SOLAR PV MODULE SECTION VIEW - 30° TILT
NO SCALE
3
DESCRIPTIONDATEREV
DATE:
SHEET NO.REVISION
SHEET TITLE:
PROJECT NO.:
DESIGNED: DRAWN:CHECKED:
APPROVED AS WORKING PLAN
BY:
IOWA CITY
MUNICIPAL AIRPORT
IOWA CITY, IA
FINAL DESIGN
SUBMITTAL
MARCH 1, 2024
CONSTRUCT AIRSIDE
GROUND MOUNT
SOLAR ARRAY
23006285.00
CMT-MLI CMT-MLI CMT-MLI
A
12345678
12345678
A
B
C
D
E
F
G
H
B
C
D
E
F
G
H
SHEET OF 18 SHEETS
SOLAR PV MODULE
MOUNTING DETAIL
E-110
15
C-PILE DETAIL
NO SCALE
2
SOLAR PV MODULE RACK DETAIL - PLAN VIEW
NO SCALE
1
MODU
L
E
L
E
N
G
T
H
MODU
L
E
G
A
P
FOUNDATION
(REFER TO DETAIL)
GRADE
(MIN. ABOVE GRADE HEIGHT)
5'-0"
30°
6"
4.5"
PILE TO PILE DISTANCE AS
REQUIRED
A
OPEN
WEST
NOTE:
8'
-
0
"
(
T
Y
P
.
)
(N
O
T
E
1
2
)
PILES MUST BE INSTALLED C-PILE
OPEN TO THE WEST - AS SHOWN
A
DRILLED CAST-IN-HOLE CONCRETE PILE FOUNDATION
NO SCALE
4
CONCRETE FOUNDATION NOTES
1. THE FOUNDATION MUST BE EXCAVATED WITH LITTLE TO NO
LOOSE MATERIAL IN THE BOTTOM.
2. THE FOUNDATION SHALL NOT BE BELOW THE GROUND WATER
UNLESS WRITTEN APPROVAL FROM OWNER.
3. IN SOFT OR UNSTABLE SOILS, A TEMPORARY CASING TO
STABILIZE THE EXCAVATION IS PERMITTED.
4. THE PILE SHALL HAVE A #4 REBAR PLACED THOROUGH THE
BOTTOM OF THE PILE.
5. THE PILE SHALL BE CENTERED IN THE HOLE WITH EQUAL
AMOUNTS OF CONCRETE AROUND THE CASING.
6. CONCRETE SHALL CONFORM TO THE CONCRETE
SPECIFICATION LISTED IN P-610.
7. THE TOP OF THE CONCRETE SHALL BE ABOVE GRADE.
8. THE CORE OF THE CONCRETE CAST-IN-DRILLED HOLE PILE
WILL CONSIST OF THE C-PILES AS DEPICTED IN THE DETAIL.
9. FOUNDATION MUST NOT BE INSTALLED IN ORGANIC SOILS.
10. DEPTH AND DIAMETER OF CONCRETE FOUNDATION SHALL BE
PER MANUFACTURES RECOMMENDATION.
11. C-PILE CAN EXTEND TO BOTTOM OF CONCRETE OR EXTEND
DEEPER THAN THE CONCRETE.
12. ALL INFORMATION AND DIMENSIONS SHOWN ARE BASED ON
TYPICAL DESIGN (BASIS OF DESIGN) OF A RACKING SYSTEM.
THE SUPPLIER/MANUFACTURER SHALL PROVIDE COMPLETE
DESIGN SEALED BY LICENSED STRUCTURAL ENGINEER FOR
REVIEW AND APPROVAL.
1'-0"
MIN.
E-113
Detail 3
Detail 2
E-113
10' X 3/4" COPPER CLAD
GROUND ROD
EXOTHERMICALLY WELDED
CONNECTION
1/C #2 AWG BARE COPPER
GROUNDING CONDUCTOR
BOND TO RACK METAL FRAME
DIAGONAL BRACE PLATE
FRONT DIAGONAL BRACE
ALUMINUM CROSS BEAM
REAR DIAGONAL BRACE
TOP CHORD CHANNEL
C-PILE
C-PILE
2% SLOPE TO FACILITATE
POSITIVE DRAINAGE AWAY
FROM THE STEEL PILE
GRADE
C-PILE
(CENTER OF CONCRETE)
4" REBAR X 1'-6" LONG (DRILL
1/2" DIA. HOLE THROUGH WEB
OF C-PILE. HOLE SHOULD BE
LOCATED 3" TO 6" FROM END
OF PILE).
C-PILE
(CENTER OF CONCRETE)
DRILL CAST-IN-HOLE
CONCRETE PILE
PILES MUST ALWAYS BE INSTALLED
WITH C-PILES OPEN TO THE WEST
TOP CHORD
(NORTH-SOUTH)
MEMBER (TYP.)
C-PILE
(SEE DETAIL)
STRUCTURAL (EAST-WEST)
BEAM SPLICE - AS REQUIRED
EAST-WEST
BEAM (TYP.)
SOLAR MODULE
(TYP.)
2'
-
0
"
(
T
Y
P
.
)
(N
O
T
E
1
2
)
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 72 of 441
DESCRIPTIONDATEREV
DATE:
SHEET NO.REVISION
SHEET TITLE:
PROJECT NO.:
DESIGNED: DRAWN:CHECKED:
APPROVED AS WORKING PLAN
BY:
IOWA CITY
MUNICIPAL AIRPORT
IOWA CITY, IA
FINAL DESIGN
SUBMITTAL
MARCH 1, 2024
CONSTRUCT AIRSIDE
GROUND MOUNT
SOLAR ARRAY
23006285.00
CMT-MLI CMT-MLI CMT-MLI
A
12345678
12345678
A
B
C
D
E
F
G
H
B
C
D
E
F
G
H
SHEET OF 18 SHEETS
1.SOLAR E-STOP LOCATED WITHIN REQUIRED PROXIMITY OF
UTILITY METER
2. ALL CIRCUIT BREAKERS ARE 3-POLE UNLESS NOTED
OTHERWISE.
3. PROVIDE LABEL "SOLAR EMERGENCY STOP" ABOVE E-STOP
BUTTON.
4. BOND NEUTRAL AND GROUND WITH BONDING JUMPER
INSIDE METER CABINET. METER CABINET ENCLOSURE
SHALL BE BONDED AND GROUNDED.
5. SUPPLY SIDE TAP SHALL COMPLY WITH NEC 705.12 AND
INSTALLED BEHIND-THE-METER.
GENERAL NOTES
VAULT AND INVERTER
MOUNTING DETAILS
E-111
16
SOLAR DP AND INVERTER #1 RACK DETAIL
N.T.S.
1 SOLAR INVERTER #2, #3 & #4 RACK DETAIL
N.T.S.
2
1. CONTRACTOR SHALL COORDINATE WITH UTILITY COMPANY
FOR INTERCONNECTION SCHEDULE AND REQUIREMENTS.
2. PROVIDE LABELS FOR ALL EQUIPMENT AS SHOWN ON PLANS,
LISTED IN SPECIFICATIONS AND IN COMPLIANCE WITH NEC
ARTICLE 690 "SOLAR PHOTOVOLTAC (PV) SYSTEMS" AND
LOCAL CODES.
3. SPLICE SOLAR INTERCONNECTION CONDUCTORS
BEHIND-THE-METER INSIDE NEW JUNCTION BOX. INSTALL NEW
CONDUCTORS BETWEEN CT. AND EXISTING POWER PANEL.
SPLICES SHALL BE MADE WITH INSULATED MULTITAP
CONNECTORS MADE BY POLARIS OR APPROVED EQUAL.
4. SPLICE SOLAR INTERCONNECTION CONDUCTORS
BEHIND-THE-METER INSIDE NEW JUNCTION BOX SPLICES
SHALL BE MADE WITH INSULATED MULTITAP CONNECTORS
MADE BY POLARIS OR APPROVED EQUAL.
5. INSTALL SOLAR METERING C.T.'S INSIDE DISCONNECT SWITCH.
REFER TO MONITORING SYSTEM SCHEMATIC.
6. COORDINATE WITH UTILITY COMPANY FOR REPLACEMENT OF
EXISTING UTILITY METER WITH BI-DIRECTIONAL METER.
7. FLOODPLAIN PERMITTING REQUIRES ALL ABOVE GROUND
ELECTRICAL EQUIPMENT TO BE MOUNTED A MINIMUM OF 1'-0"
ABOVE BASE FLOOD ELEVATION. THE CONTRACTOR SHALL
INSTALL ALL ABOVE GROUND ELECTRICAL EQUIPMENT AT A
MINIMUM OF 5'-0" ABOVE GRADE ELEVATION TO MEET THIS
REQUIREMENT.
NOTES
1. EXISTING AIRFIELD LIGHTING VAULT BUILDING.
2. EXISTING C.T. METERING ENCLOSURE (NOTE 3).
3. EXISTING UTILITY METER FOR AIRFIELD LIGHTING VAULT
(NOTE 6).
4. EXISTING UTILITY METER FOR BUILDING "D".
5. EXISTING ELECTRIC SERVICE DISCONNECT FOR BUILDING "D"
(NOTE 6).
6. NEW 300A, 120/208V, 3-POLE CIRCUIT BREAKER DISCONNECT
WITH SHUNT TRIP, SERVICE ENTRANCE RATED, NEMA 3R FOR
VAULT SOLAR INTERCONNECTION (NOTE 5).
7. NEW 18" x 18" x 12" NEMA 3R JUNCTION BOX (NOTE 4).
8. NEW 100A, 120/208V, 3-POLE CIRCUIT BREAKER DISCONNECT
WITH SHUNT TRIP, SERVICE ENTRANCE RATED, NEMA 3R FOR
BUILDING "D" SOLAR INTERCONNECTION (NOTE 5).
9. NEW PUSH BUTTON "EPO" WIRED TO SHUNT TRIP. PROVIDE
120 VAC FOR SHUNT TRIP COIL.
10. NEW MONITORING SYSTEM ENCLOSURE, SIZED BY
MONITORING SYSTEM MANUFACTURER. REFER TO
MONITORING SYSTEM SCHEMATIC.
11. EXISTING 2 - 4" GRS CONDUIT TO UTILITY TRANSFORMER.
12. NEW 4" GRS CONDUIT WITH 4 - 350 KCNIL, 1 #2 GND. TO VAULT
SOLAR POWER PANEL.
13. EXISTING 2" GRS CONDUIT TO UTILITY TRANSFORMER.
14. EXISTING 2" GRS CONDUIT TO UTILITY TRANSFORMER.
15. NEW 1 - 2" GRS CONDUIT WITH 4 #2 XLP-USE, 1 #6 GND. TO
INVERTER-4 (BLDG. D ARRAY).
16. NEW (2) SERIAL/RS485 COMMUNICATION CABLES IN 1" GRS
CONDUITS TO INVERTERS OR AS REQUIRED BY MONITORING
SYSTEM MANUFACTURER. REFER TO MONITORING SYSTEM
SCHEMATIC.
17. NEW 1 - 4" GRS CONDUIT WITH 4 - 350 KCNIL, 1 #2 GND.
18. NEW 2" GRS CONDUIT WITH 4 #2 XLP-USE, 1 #6 GND.
19. NEW 1 #2 INSULATED GREEN XHHW GROUND CONDUCTOR IN
1" PVC CONDUIT.
20. NEW 3/4" x 10'-0" LONG COPPER CLAD GROUND ROD. ALL
CONNECTIONS TO GROUND ROD SHALL BE ONE-SHOT
EXOTHERMIC.
21. NEW 1 #6 INSULATED GREEN XHHW GROUND CONDUCTION IN
1" PVC CONDUIT.
22. NEW 1 - 6 STRAND SINGLE-MODE FIBER OPTIC IN 1" CONDUIT.
23. NEW 24" x 24" x 12" NEMA 3R JUNCTION BOX (NOTE 3).
NOMENCLATURE
LIGHTING VAULT BUILDING ELEVATION
N.T.S.
3
8
10
2
6 7
4
3
5
1
9
11 11
18 18
16
9
19 12 21
15
13 14
5'
-
0
"
MI
N
.
(N
O
T
E
7
)
TO UTILITY
TRANSFORMER TO UTILITY
TRANSFORMER
TO
BLDG.
"D"
TO SOLAR
POWER PANEL
TO INVERTERS
TO INV-4
2020
TO SOLAR POWER PANEL
TO INVERTER OR MONITORING SYSTEM
(COMMUNICATION)
TO SOLAR DP OR J-BOXTO MONITORING SYSTEM (COMMUNICATION)GROUND ROD
(REFER TO E-110)
GROUND ROD
(REFER TO E-110)
GROUND BOND
TO RACK
GROUND BOND
TO RACK
#2 BARE COPPER GROUND
CONDUCTOR IN 3/4" PVC
SCH 40 CONDUIT
#2 BARE COPPER GROUND
CONDUCTOR IN 3/4" PVC
SCH 40 CONDUIT
TO INVERTER-2
TO VAULT SOLAR DISCONNECT
TO INVERTER-3
SOLAR DISTRIBUTION
PANEL (DP) (NOTE 7)
SPD
INVERTER-1 (NOTE 7)
GALVANIZED STEEL
UNISTRUT TYPICAL
3" GALVANIZED
STEEL POST
POST
CAP
CONCRETE FOUNDATION
(P-610 PCC MIX)
INVERTER (NOTE 7)
GALVANIZED STEEL
UNISTRUT TYPICAL
3" GALVANIZED
STEEL POST
CONCRETE FOUNDATION
(P-610 PCC MIX)
POST
CAP
1'-0"
5'
-
6
"
2'
-
6
"
1'-0"
5'
-
6
"
2'
-
6
"
CABLE IN
CONDUIT
CABLE IN CONDUIT CABLE IN CONDUIT
2'
-
6
"
2'
-
6
"
8'
-
6
"
1'
-
0
"
1'
-
0
"
GRADEGRADE
9'
-
0
"
SEALTIGHT FLEXIBLE
CONDUIT (TYPICAL)
TO INVERTER-2 (COMMUNICATION)
SEALTIGHT FLEXIBLE
CONDUIT (TYPICAL)
18
TO SOLAR POWER PANEL
22
TO BUILDING "D"
23
17
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 73 of 441
GROUND ROD DETAIL
N.T.S.
4
DESCRIPTIONDATEREV
DATE:
SHEET NO.REVISION
SHEET TITLE:
PROJECT NO.:
DESIGNED: DRAWN:CHECKED:
APPROVED AS WORKING PLAN
BY:
IOWA CITY
MUNICIPAL AIRPORT
IOWA CITY, IA
FINAL DESIGN
SUBMITTAL
MARCH 1, 2024
CONSTRUCT AIRSIDE
GROUND MOUNT
SOLAR ARRAY
23006285.00
CMT-MLI CMT-MLI CMT-MLI
A
12345678
12345678
A
B
C
D
E
F
G
H
B
C
D
E
F
G
H
SHEET OF 18 SHEETS
SOLAR ELECTRICAL
DETAILS
E-112
17
1. NEW DUCT BANK/CONDUIT SHALL BE INSTALLED AT AN
ELEVATION THAT WILL NOT CONFLICT WITH EXISTING OR
NEW UTILITIES INCLUDING STORM SEWER, UNDERDRAIN,
CONDUIT, DUCT, GAS, WATERMAIN, PHONE, AND ELECTRICAL.
CONDUIT IN TURF TRENCH DETAIL
N.T.S.
2
1. ALL CONDUIT INSTALLED ABOVE GRADE SHALL BE RIGID
GALVANIZED STEEL, UNLESS OTHERWISE NOTED ON THE
DRAWINGS.
2. PVC COATED GALVANIZED RIGID STEEL CONDUIT SHALL
BE USED TO TRANSITION FROM UNDERGROUND DUCTS
6" (MINIMUM) ABOVE FINISH GRADE.
CONDUIT TRANSITION NOTES
24
"
2'-6" (TYP)
(T
Y
P
.
)
6"
MI
N
.
UNDERGROUND CONDUIT TRANSITION DETAIL
N.T.S.
6
6"
12" MAX.
6"
12" MAX.
18" MIN.
CONDUIT IN PAVED AREA TRENCH DETAIL
N.T.S.
3
GRADE
1'-0"
2'-0"
CONDUIT TRENCH NOTES
PRECAST CONCRETE HANDHOLE
PULLING IRONS - MINIMUM 1" DIA. STEEL,
HOT DIPPED GALVANIZED (MINIMUM 2)
KNOCKOUTS SHALL BE CENTERED IN THE HANDHOLE WALL
AND SHALL BE SIZED AS REQUIRED FOR PROPOSED DUCT BANK
HATCH COVER SHALL BE CAST IN -
PLACE AND SUITABLE FOR H20 LOADING
LIFTING ANCHORS (4)
1-1/2" DIA. GROUND ROD HOLE (1)
KEYED NOTES
1. CONCRETE SHALL MEET THE REQUIREMENTS OF ITEM P-610.
2. REBAR MEETING ASTM A-706, GRADE 60, SHALL BE INSTALLED ON 8 INCH CENTERS
BOTH WAYS. REBAR SHALL BE MINIMUM #4 BARS. 3" CLEARANCE SHALL BE
MAINTAINED BETWEEN THE REBAR AND THE FINISHED FACE OF THE CONCRETE.
3. A 6-INCH BED OF AGGREGATE (IOWA DOT GRADATION #11) SHALL BE PLACED
BENEATH THE HANDHOLE.
4. INSTALL GROUND ROD IN EACH HANDHOLE.
5. ANY UNUSED DUCT OPENINGS SHALL BE FITTED WITH APPROVED PLUGS PRIOR TO
BACKFILLING.
6. HANDHOLES SHALL HAVE A WEEP HOLE CONSTRUCTED IN THE BOTTOM OF
HANDHOLE.
7. HANDHOLE COVER SHALL BE LABELED "ELECTRIC" FOR POWER CABLES AND
"COMMUNICATION" FOR DATA CABLES.
HANDHOLE NOTES
3'
-
6
"
6"
1'
-
6
"
2'
-
6
"
D
A
B
C
D
E
F
SECTION A-A SECTION B-B
PLAN VIEW
3'
-
0
"
S
Q
U
A
R
E
3"
E
C
A
B
1'-0"
MIN.
1"
2'-0" SQUARE
2'
-
0
"
1'
-
0
"
1'
-
0
"
MI
N
.
6"
MIN.F
1'
-
6
"
1'
-
0
'
1'
-
6
"
4'
-
0
'
24"
MIN.
NOTE: TOP OF MARKER BASE SHALL MATCH
SHOULDER SLOPE*
DRILL AND TAP CASTING FRAME FOR
3/8"x 1 1/2" LONG BRASS MACHINE
BOLT WITH WASHERS FOR #6
AWG INSULATED GREEN EQUIPMENT GROUND
CONNECTION OR CONNECT GROUND CABLE TO
FRAME VIA EXOTHERMIC WELDED CONNECTION
3"
ALL WIRING IN HANDHOLES SHALL BE LABELED INSIDE HANDHOLES. LABELING
MATERIALS SHALL BE SUITABLE FOR USE IN THE ENVIRONMENT AND SHALL BE
WATERPROOF. LABELS SHALL IDENTIFY EACH 480V, 240V AND 120V AND MONITOR
CIRCUIT PER MASTER CIRCUIT LABELING SCHEDULE DEVELOPED BY ELECTRICAL
CONTRACTOR.
WHEREVER POSSIBLE, WIRING TO INDIVIDUAL STRUCTURES AND PIECES OF
EQUIPMENT SHALL BE GROUPED TOGETHER IN HANDHOLES (SEE NOTE #3, BELOW,
FOR ADDITIONAL REQUIREMENTS). MULTIPLE CONDUCTORS OF INDIVIDUAL CIRCUITS
SHALL BE TIE-WRAPPED TOGETHER AND LABELED.
WHEREVER POSSIBLE, 480V WIRING, 120V/240V WIRING AND MONITOR/ALARM WIRING
SHALL BE SEPARATED FROM EACH OTHER IN HANDHOLES. MONITOR WIRING SHALL
BE ROUTED ABOVE 120V/240V WIRING WHICH, IN TURN, SHALL BE ROUTED ABOVE
480V WIRING.
1.)
2.)
3.)
HANDHOLE WIRING NOTES
2-FT X 2-FT HANDHOLE DETAIL
N.T.S.
1
1. ALL GROUNDING AND BONDING WILL BE PERFORMED IN
ACCORDANCE WITH NEC ARTICLE 250.66, ARTICLE 250.122,
AND ARTICLE 250.166, 690.
2. ALL METALLIC ELECTRICAL EQUIPMENT (EXCEPT
UNDERGROUND PIPELINES), SHALL BE SUITABLY
CONNECTED TO THE GROUND GRID OR TO STRUCTURAL
STEEL MEMBERS SO AS TO BE EFFECTIVELY GROUNDED
IN ACCORDANCE WITH THE NATIONAL ELECTRIC CODE.
3. ALL BELOW-GRADE GROUNDING CABLES SHALL BE BARE
STRANDED COPPER. CABLES SHALL BE BURIED WITH
SUFFICIENT SLACK PROVIDED TO PREVENT BREAKAGE
DUE TO UNEVEN GROUND SETTLEMENT OR MOVEMENT.
4. EXACT LOCATION OF CABLES, GROUNDING RODS, AND
CONNECTIONS SHALL BE DETERMINED IN THE FIELD.
5. GROUNDING CABLE, WHERE EXPOSED TO MECHANICAL
DAMAGE, SHALL BE PROTECTED BY RUNNING IT THROUGH
AN EXTENDED SECTION OF CONDUIT.
6. ALL GROUNDING CABLE CONNECTIONS AT EQUIPMENT
SHALL BE ACCESSIBLE.
7. ALL EQUIPMENT SUBJECT TO REMOVAL OR RELOCATION
FOR THE PURPOSE OF MAINTENANCE OR OPERATION
SHALL BE GROUNDED USING BOLTED CONNECTIONS.
GROUNDING NOTES
1. THE DEPTH OF THE DIRECTIONAL BORE SHALL BE NO LESS THAN 4.0' FROM THE
PAVEMENT SURFACE AND SHALL NOT DISTURB EXISTING UNDERDRAINS OR
NEW LIGHTS/CABLING.
2. REFER TO ELECTRICAL SITE PLAN FOR CABLE AND CONDUIT INFORMATION.
DIRECTIONAL BORE DETAIL
N.T.S.
5
FEMALE ADAPTOR,
PVC TO RIGID
PVC COATED
RGS CONDUIT
FINISHED GRADE
RIGID GALVANIZED
STEEL CONDUIT
PVC CONDUIT
(SEE PLANS FOR
TYPE AND SIZE)
STRUCTURE
#2 BARE COPPER STRANDED
GROUNDING CONDUCTOR
#2 BARE COPPER STRANDED
GROUNDING CONDUCTOR
GROUND ROD
(SEE DETAIL)
10-FT X 3/4-INCH DIA.
COPPER CLAD STEEL
GROUND ROD
EXOTHERMIC WELDED
CONNECTION (CADWELD
OR EQUIVALENT)
3/4" X 10'-0" COPPER CLAD
GROUND ROD THRU 1" DIA.
PVC SLEEVE
18" MIN.
MOUND SLIGHTLY,
GRADE & SEED
EXISTING GRADE
COMPACTED EARTH
BACKFILL
SAND BACKFILL
UTILITY MARKER
"WARNING" TAPE
CONDUITS & WIRE
6"
FINISHED SUBGRADE
UTILITY MARKER
"WARNING" TAPE
CONDUITS & WIRE
BACKFILL SAND
COMPACT TO 95%
STANDARD DENSITY
AGGREGATE SUBBASE (IOWA DOT GRADATION #14)
COMPACTED TO 95% STANDARD DENSITY
4.0' MIN.
℄
NEW CONDUIT
DIRECTIONAL BORENEW CABLES
(NOTE 2)
PAVEMENT WIDTH ± 5' EACH SIDE
EXISTING PAVEMENT
STRUCTUIRE
DIRECTIONAL BORE NOTES
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 74 of 441
DESCRIPTIONDATEREV
DATE:
SHEET NO.REVISION
SHEET TITLE:
PROJECT NO.:
DESIGNED: DRAWN:CHECKED:
APPROVED AS WORKING PLAN
BY:
IOWA CITY
MUNICIPAL AIRPORT
IOWA CITY, IA
FINAL DESIGN
SUBMITTAL
MARCH 1, 2024
CONSTRUCT AIRSIDE
GROUND MOUNT
SOLAR ARRAY
23006285.00
CMT-MLI CMT-MLI CMT-MLI
A
12345678
12345678
A
B
C
D
E
F
G
H
B
C
D
E
F
G
H
SHEET OF 18 SHEETS
PLACARDS DETAIL
E-113
18
A
PHOTOVOLTAIC
METER
12" = 1'-0"
PV Meter
NOTES:
1. PLACARD SHALL BE POP-RIVETED TO CABINET.
2.PLACARD IS STAINLESS STEEL, 0.015" THICK (MIN.) OR ALUMINUM
0.059" THICK (MIN.) WITH RAISED OR IMPRESSED LETTERS .01" (MIN.).
CAPITAL LETTERS 3/16" MINIMUM.
3. ALL POP-RIVET HOLES ARE 1/8" DIAMETER.
4.ARIAL OR SIMILAR FONT, NON-BOLD.
3-1/2"
1"
B
MAXIMUM AC
OPERATING CURRENT
OPERATING VOLTAGE
WARNING!
MAXIMUM AC
A
V
ELECTRIC SHOCK HAZARD.
DO NOT TOUCH TERMINALS.
TERMINALS ON BOTH LINE AND
LOAD SIDES MAY BE ENERGIZED
IN THE OPEN POSITION
PV SYSTEM DISCONNECT FOR
UTILITY OPERATION
12" = 1'-0"
PV System Utility AC Disconnect
Building D
(PLACE AT UTILITY DISCONNECT)
NOTES:
1. ORANGE BACKGROUND.
2. BLACK LETTERING. ALL CAPITAL LETTERS. FONT HEIGHT 1/8"
AND 1/4".
3.ARIAL OR SIMILAR FONT, NON-BOLD.
4. WEATHER RESISTANT MATERIALS SUITABLE FOR THE
ENVIRONMENT. (DURABLE ADHESIVE MATERIALS MAY MEET
THIS REQUIREMENT)
3"
3/
4
"
1-
3
/
4
"
1-
1
/
2
"
C
12" = 1'-0"
DC PV Circuit Warning
(PLACEMENT PER NOTE 5)
NO LOAD TO BE
SERVED BY THIS
PANEL
12" = 1'-0"
AC Combiner Box
PHOTOVOLTAIC POWER SOURCE
O.C.P.D. ARE BACKFEEDING
CAUTION!
POSSIBLE BACKFEED
EQUIPMENT CONNECTED
TO TWO OR MORE
SOURCES OF POWER
12" = 1'-0"
Possible Backfeed
(PLACE AT DEVICES UNDER BI-DIRECTIONAL METER)
12" = 1'-0"
Over Current Protection Device
Back Fed
(PLACE AT BACK-FED BREAKERS OR FUSES)
1"
1"
D
NOTES:
1. YELLOW BACKGROUND.
2. BLACK LETTERING. ALL CAPITAL LETTERS. FONT HEIGHT 1/4".
3.ARIAL OR SIMILAR FONT, NON-BOLD.
4. WEATHER RESISTANT MATERIALS SUITABLE FOR THE
ENVIRONMENT. (DURABLE ADHESIVE MATERIALS MAY MEET
THIS REQUIREMENT)
2-
1
/
2
"
5"
6-1/2"
NOTES:
1. RED BACKGROUND.
2. WHITE LETTERING. ALL CAPITAL LETTERS. FONT HEIGHT 3/8".
3.ARIAL OR SIMILAR FONT, NON-BOLD.
4. REFLECTIVE WEATHER RESISTANT MATERIALS SUITABLE FOR
THE ENVIRONMENT. (DURABLE ADHESIVE MATERIALS MAY MEET
THIS REQUIREMENT)
5. MARKING IS REQUIRED ON INTERIOR AND EXTERIOR DIRECT
CURRENT (DC) CONDUIT ENCLOSURES, RACEWAYS, CABLE
ASSEMBLIES, JUNCTION BOXES, COMBINER BOXES, AND
DISCONNECTS (PER FIRE CODE).
E
F
3-1/2"
NOTES:
1. PLACARD SHALL BE POP-RIVETED TO CABINET.
2.PLACARD IS STAINLESS STEEL, 0.015" THICK (MIN.) OR ALUMINUM
0.059" THICK (MIN.) WITH RAISED OR IMPRESSED LETTERS .01" (MIN.).
CAPITAL LETTERS 3/16" MINIMUM.
3. ALL POP-RIVIT HOLES ARE 1/8" DIAMETER.
4.ARIAL OR SIMILAR FONT, NON-BOLD.
G
3/
4
"
3"
NOTES:
1.BLUE BACKGROUND.
2.WHITE LETTERING. ALL CAPITAL LETTERS. FONT HEIGHT 1/8".
3.ARIAL OR SIMILAR FONT, NON-BOLD.
4. WEATHER RESISTANT MATERIALS SUITABLE FOR THE
ENVIRONMENT. (DURABLE ADHESIVE MATERIALS MAY MEET
THIS REQUIREMENT)
SOLAR PHOTOVOLTAIC
INVERTER
#XX
I
Inverter Designation
12" = 1'-0"
(PLACE AT AT INVERTERS )
3/
4
"
3"
NOTES:
1. BLACK BACKGROUND.
2. WHITE LETTERING. ALL CAPITAL LETTERS. FONT HEIGHT 1/8".
3.ARIAL OR SIMILAR FONT, NON-BOLD.
4. WEATHER RESISTANT MATERIALS SUITABLE FOR THE
ENVIRONMENT. (DURABLE ADHESIVE MATERIALS MAY MEET
THIS REQUIREMENT)
5.REPLACE "#XX" WITH EACH INVERTER DESIGNATION, #1 THRU
#4.
PV UTILITY
DISCONNECT SWITCH
12" = 1'-0"
PV Utility Disconnects
5"
MONITORING SYSTEM
DATA LOGGER
L
Monitoring Equipment
12" = 1'-0"
1"
4"
WARNING!
ELECTRIC SHOCK HAZARD.
THE DC CONDUCTORS OF THIS
PHOTOVOLTAIC SYSTEM ARE NOT
GROUNDED AND MAY BE ENERGIZED.
J
Ungrounded Inverter Warning
12" = 1'-0"
(PLACE WHERE DC CONDUCTORS MAY BE SERVICED)
2"
NOTES:
1. ORANGE BACKGROUND.
2. BLACK LETTERING. ALL CAPITAL LETTERS. FONT HEIGHT 1/8" AND
1/4".
3.ARIAL OR SIMILAR FONT, NON-BOLD.
4. WEATHER RESISTANT MATERIALS SUITABLE FOR THE
ENVIRONMENT. (DURABLE ADHESIVE MATERIALS MAY MEET THIS
REQUIREMENT).
5. TEXT PER NEC 690.35
3-1/2"
NOTES:
1. PLACARD SHALL BE POP-RIVETED TO CABINET.
2.PLACARD IS STAINLESS STEEL, 0.015" THICK (MIN.) OR ALUMINUM
0.059" THICK (MIN.) WITH RAISED OR IMPRESSED LETTERS .01" (MIN.).
CAPITAL LETTERS 3/16" MINIMUM.
3.ALL POP-RIVET HOLES ARE 1/8" DIAMETER.
4.ARIAL OR SIMILAR FONT, NON-BOLD.
K
NOTES:
1. BLACK BACKGROUND.
2. WHITE LETTERING. ALL CAPITAL LETTERS. FONT HEIGHT 1/4".
3.ARIAL OR SIMILAR FONT, NON-BOLD.
4. WEATHER RESISTANT MATERIALS SUITABLE FOR THE
ENVIRONMENT. (DURABLE ADHESIVE MATERIALS MAY MEET
THIS REQUIREMENT)
1-
1
/
2
"
100
208
ARRAY A PLACARDS
3"
DC PHOTOVOLTAIC DISCONNECT
WARNING!
ELECTRIC SHOCK HAZARD.
DO NOT TOUCH TERMINALS.
TERMINALS ON BOTH LINE AND
LOAD SIDES MAY BE ENERGIZED
IN THE OPEN POSITION
(PLACE AT INVERTER)
12" = 1'-0"
DC DisconnectH
NOTES:
1. ORANGE BACKGROUND.
2. BLACK LETTERING. ALL CAPITAL LETTERS. FONT HEIGHT 1/8" AND
1/4".
3.ARIAL OR SIMILAR FONT, NON-BOLD.
4. WEATHER RESISTANT MATERIALS SUITABLE FOR THE
ENVIRONMENT. (DURABLE ADHESIVE MATERIALS MAY MEET THIS
REQUIREMENT)
3/
4
"
2-
3
/
4
"
1-
3
/
4
"
MPPT1 STC
RATING
MAXIMUM POWER
POINT CURRENT (Imp)
MAXIMUM POWER
POINT VOLTAGE (Vmp)
MINIMUM SYSTEM
VOLTAGE (Voc)
SHORT CIRCUIT
CURRENT (Isc)
10.59
45.33
x14
A
V
53.39 V
11.12 A
MAXIMUM AC
OPERATING CURRENT
OPERATING VOLTAGE
WARNING!
MAXIMUM AC
A
V
ELECTRIC SHOCK HAZARD.
DO NOT TOUCH TERMINALS.
TERMINALS ON BOTH LINE AND
LOAD SIDES MAY BE ENERGIZED
IN THE OPEN POSITION
PV SYSTEM DISCONNECT FOR
UTILITY OPERATION
12" = 1'-0"
PV System Utility AC Disconnect
Airfield Lighting Vault
(PLACE AT UTILITY DISCONNECT)
NOTES:
1. ORANGE BACKGROUND.
2. BLACK LETTERING. ALL CAPITAL LETTERS. FONT HEIGHT 1/8"
AND 1/4".
3.ARIAL OR SIMILAR FONT, NON-BOLD.
4. WEATHER RESISTANT MATERIALS SUITABLE FOR THE
ENVIRONMENT. (DURABLE ADHESIVE MATERIALS MAY MEET
THIS REQUIREMENT)
3"
3/
4
"
1-
3
/
4
"
1-
1
/
2
"
250
208
(PLACE ON SCADA PANEL)
(PLACE ON COMBINER BOX)
(PLACE ON SCADA PANEL)
(PLACE AT EACH UTILITY DISCONNECT)
WARNING! PHOTOVOLTAIC
POWER SOURCE
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 75 of 441
Letting DATE: April 8, 2024
VOLUME 1
CONTRACT DOCUMENTS – CONTRACTUAL REQUIREMENTS
FOR
CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
AT THE
IOWA CITY MUNICIPAL AIRPORT
IOWA CITY, IOWA
A.I.P. PROJECT: 3-19-0047-037-2024
Final Submittal
March 1, 202 4
Volume 1 of 2
Prepared by:
CRAWFORD, MURPHY & TILLY, INC.
CONSULTING ENGINEERS
3300 69th AVENUE, SUITE 2
MOLINE, ILLINOIS 61625
http://www.cmtengr.com
230 06 285.00
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 76 of 441
ALL SHEETS
THIS ENGINEERING DOCUMENT IS A REPRODUCTION OF A
CERTIFIED ENGINEERING DOCUMENT, THE OFFICIAL COPY OF
WHICH WAS CERTIFIED BY:
THE OFFICIAL COPY OF THIS ENGINEERING DOCUMENT IS ON
FILE AT THE OFFICE OF THE OWNER.
PAGE OR SHEETS COVERED BY THE REFERENCE
CERTIFICATION:
(SIGNATURE)(DATE)
TRAVIS A. STRAIT, P.E.03.01.2024
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 77 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page i
CONTRACT DOCUMENTS – CONTRACTUAL REQUIREMENTS
VOLUME 1
Table of Contents
DIVISION 1 - NOTICES ............................................................................................................................................................. 1
NOTICE OF PUBLIC HEARING.............................................................................................................................. 1
NOTICE TO BIDDERS / INVITATION FOR BIDS............................................................................................. 2
DIVISION 2 - BIDDING DOCUMENTS ............................................................................................................................... 5
INSTRUCTIONS TO BIDDERS ............................................................................................................................... 5
CONTRACT PROPOSAL ............................................................................................................................................16
SCHEDULE OF PRICES.............................................................................................................................................22
DISADVANTAGE BUSINESS ENTERPRISE (DBE) UTILIZATION STATEMENT .................................23
STATEMENT OF QUALIFICATIONS ....................................................................................................................24
BUY AMERICA CERTIFICATION FORM FOR MANUFACTURED PRODUCTS ....................................25
DISADVANTAGE BUSINESS ENTERPRISE (DBE) LETTER OF INTENT................................................27
BUY AMERICA WAIVER REQUEST ....................................................................................................................28
BUY AMERICA CONFORMANCE LISTING ......................................................................................................31
PROPOSED SUBCONTRACTOR INFORMATION.............................................................................................32
CONTRACT AGREEMENT .......................................................................................................................................34
PERFORMANCE BOND.............................................................................................................................................39
PAYMENT BOND ........................................................................................................................................................41
SELECTION CRITERIA FOR AWARDING PRIME CONTRACTS TO BIDDERS ....................................43
DIVISION 3 - SUPPLEMENTARY PROVISIONS ..........................................................................................................44
PART A – FEDERAL CONTRACT PROVISONS FOR CONSTRUCTION AND EQUIPMENT
CONTRACTS .................................................................................................................................................................45
PART B – FAA REQUIREMENTS ...........................................................................................................................78
PART C – LOCAL REQUIREMENTS .....................................................................................................................83
PART D – WAGE RATES ..........................................................................................................................................87
PART E – APPENDIX A TO PART 26 – GUIDANCE CONCERNING GOOD FAITH EFFORTS ..........96
PART F – CITY OF IOWA CITY EQUAL EMPLOYMENT OPPORTUNITY POLICY ............................98
PART G – CITY OF IOWA CITY WAGE THEFT POLICY…………………………………….………………….106
PART H – SPECIAL CONDITIONS……………………………………………………………………………………….108
PART I – LIST OF DRAWINGS…………………………………………………………………………………………….112
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 78 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 1
DIVISION 1 - NOTICES
NOTICE OF PUBLIC HEARING
CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
IOWA CITY MUNICIPAL AIRPORT
NOTICE OF PUBLIC HEARING ON PROPOSED PLANS, SPECIFICATIONS, FORM OF CONTRACT,
AND ESTIMATE OF COST FOR THE CONSTRUCT AIRSIDE SOLAR ARRAY PROJECT FOR THE
IOWA CITY MUNICIPAL AIRPORT.
The Iowa City Airport Commission will hold a public hearing on the proposed drawings, specifications,
form of Contract, and estimated cost for the said improvements at their meeting commencing at 6:00 P.M.
on March 14, 2024. The hearing will be held at the Airport Terminal Building Conference Room, 1801 S.
Riverside Drive, Iowa City, Iowa. Written comments may be filed with the City Clerk prior to the hearing.
At said hearing any interested person may appear and file oral or written comments.
All work is to be done in strict compliance with the drawings and specifications prepared by Crawford,
Murphy and Tilly, Inc., Moline, Illinois, which are now on file for public examination in the office of the City
Clerk of Iowa City, Iowa.
It is the intent of the drawings and specifications to provide for construction of a ground mount solar array
that will reduce energy cost at the Iowa City Municipal Airport.
Subsequent to said hearing, the Commission shall take action on these documents at the meeting above
specified or at such later time and place as may then be fixed.
Published upon order of the Contracting Authority.
City of Iowa City, Iowa
By: Kellie Grace, City Clerk
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 79 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 2
NOTICE TO BIDDERS / INVITATION FOR BIDS
OWNER: IOWA CITY MUNICIPAL AIRPORT / IOWA CITY AIRPORT COMMISSION
1801 S . Riverside Drive, Iowa City, IA 52246
PROJECT: CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
AIP PROJECT: 3-19-0047-037-2024
One (1) s ealed proposal from each prospective Bidder will be receiv ed by the OFFICE OF THE
CITY CLERK, IOWA CITY CITY HAUL at 410 East Washington Street , Iowa City , IA 52240 before 10:30
AM on Monday, April 8, 2024, for the construction of CONSTRUCT AIRSIDE GROUND MOUNT
SOLAR ARRAY at which time bids will be publicly opened and read. Faxed proposals will not be
accepted. Electronic bids will not be accepted. Sealed bids must be submitted in an envelope marked:
CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY ; AIP PROJECT: 3-19-0047-037-2024.
The project work consists of the following major items and approximate quantities:
Mobilization – 1 LS, Vault Solar Array – 1 LS, Building D Solar Array – 1 LS.
Copies of the Contract Documents including Project Drawings and Technical Specifications , Instruction to
Bidders, form of proposals, form of agreement, specifications, and wage rate are on file and may be
inspected at: Office of the Airport Manager, IOWA CITY MUNICIPAL AIRPORT, 1801 S. Riverside Drive,
Iowa City , Iowa 52246 and Office of Crawford, Murphy & Tilly, Inc., 3300 69 th Avenue, Ste. 2, Moline,
Illinois 61265 or as noted below.
Bid Documents Available:
Instruction to Bidders, form of proposals, form of agreement, specifications, and wage rate will be
available on Fri day, March 22, 2024. A complete set of bid documents may be obtained by contacting
Mr. Travis Strait, P.E. of Crawford, Murphy and Tilly Inc., 3300 69 th Ave., Suite 2, Moline, IL 61265 by
phone at 309-277-6608. Electronic copy of bids documents will be provided via downloadable link at no
cost. A $50 deposit for printed copies will be required. A refund shall be made upon returning the Contract
Documents in good condition within 14 days of the project award.
Only bids from plan holders registered through Crawford, Murphy and Tilly Inc. will be accepted.
All addenda issued for this contract shall also be available through Crawford, Murphy and Tilly Inc. to
registered plan holders as they become available.
DBE Requirements. The City of Iowa City has established a Disadvantaged Business Enterprise (DBE)
Program in accordance with regulations of the U.S. Department of Transportation (DOT), 49 CFR Part 26.
It is the policy of the City of Iowa City to ensure that DBEs as defined in Part 26, have an equal
opportunity to receive and participate in DOT–assisted contracts. The Disadvantaged Business
Enterprise (DBE) goal for the project has been established at 2.0%.
Compliance with the requirements of the DBE Program Goals found in Volume #1 of the Specifications is
a mandatory part of the bidding process. Contract award will be based in -part upon DBE participation.
Notice of Requirement for Affirmative Action (AA) to Ensure Equal Employment Opportunity
(EEO). The Iowa Civil Rights Act of 1965, as amended; current Iowa Administrative Rules; and Iowa
Executive Order 15 shall constitute the specific EEO/AA standards for the Contractor's company -wide
activities and for subcontracts. EEO and AA requirements will app ly to all contracts that equal or exceed
$10,000.00. The requirements will also apply to any subcontracts that equal or exceed $10,000.
Civil Rights Act of 1964, Title VI – Contractor Contractual Requirements. During the performance of
this contract, the Contractor, for itself, its assignees and successors in interest is required to meet the
requirements of Civil Rights Act of 1964, 78 STAT. 252, 42 U.S.C. 2000d -42 U.S.C. 2000d -4, and all
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 80 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 3
requirements imposed by or pursuant to Title 49, Code of Federal Regulations, Department of
Transportation, Subtitle A, Office of the Secretary, Part 21 – to the end that no person in the United
States shall, on the grounds of race, color or national origi n, be excluded from participation in, be denied
the benefits of, or be otherwise subjected to discrimination.
Statement of Qualifications Requirements . Each prospective bidder, in evidence of competence, to
perform the type of construction or related construction required by the project description, shall furnish to
the Iowa City Municipal Airport, City of Iowa City as a part of their prospective proposal , a current,
certified or photostatic copy of a "Certificate of Eligibility" issued by the Iowa Department of Transportation
in accordance with IADOT's instructions for Prequalification of Contractors.
As an alternative to Iowa Department of Transportation pre -qualification, a contractor may submit a
statement of experience and financial capability to the Airport along with their bid. Said statement shall
provide information regarding the successful comp letion of a minimum of three projects of similar scope
and magnitude within the last two (2) years including project reference who can verify the contractor’s role
and satisfactory experience performing similar work. The statement will also provide a summa ry of any
outstanding liens or judgments against the contractor or other factors that may interfere with the
completion of this work. Finally, the Contractor shall provide a general summary of financial capability.
Failure to demonstrate experience or financial capability will be considered cause for disqualification of a
bidder.
Additional information may be requested after the receipt of bids to further determine that a contemplated
awardee is fully qualified to receive the award. Such statements and information shall be furnished
immediately upon request.
Federal Provisions
This project is subject to but not limited to the following Federal provisions, statutes and regulations by
reference:
Equal Employment Opportunity - Executive Order 11246 and 41 CFR Part 60:
Goals for Minority and Female Participation – Executive Order 11246 and 41 CFR Part 60:
Certification of Nonsegregated Facilities – 41 CFR Part 60
Disadvantaged Business Enterprise – 49 CFR Part 26:
Davis-Bacon Act, as amended – 29 CFR Part 5.
Debarment, Suspension, Ineligibility, and Voluntary Exclusion – 49 CFR Part 29.
Foreign Trade Restriction – 49 CFR Part 30
Buy American Certificate – Aviation Safety and Capacity Act of 1990:
A bid bond, cashier’s check, or a certified check made payable to the order of the Iowa City Airport
Commission in the amount of ten percent (10%) of the total bid must be deposited by each bidder with
his bid as guarantee that in case the contract is awarded to him, he will within fifteen (15) days thereafter,
upon receipt of written notice of award, execute such contract and furnish a satisfacto ry performance
bond. Upon failure to do so, he shall forfeit the deposit as liquidated damages and acceptance of the bid
will be contingent upon the fulfillment of this requirement by the bidder.
The checks or bid bonds of all, except the three (3) lowest responsible bidders, will be returned within ten
(10) days after the bids are opened and read. The remaining checks or bid bonds will be refunded as
soon as the contract and bond have been properl y executed and approved.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 81 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 4
A visit to the project site can be arranged by contacting:
Iowa City Municipal Airport
Michael Tharp – Airport Manager
1801 S. Riverside Drive, Iowa City , IA 52246
Phone No.: 319-356-5045
The successful bidder, as determined by the Owner, will be required to agree that no less than the
prevailing rate of wages will be paid to all workmen, laborers, and mechanics performing their work under
this contract.
All proposals must be made on forms furnished within this set of Contract Documents.
The successful bidder will be required to furnish performance bond satisfactory to the owner in the
amount of the contract.
The owner reserves the right to waive or not to waive any irregularities in the bids and to reject any or all
bids and to determine which is the lowest and best bid or combination of bids for the improvements.
By order of: Iowa City Airport Commission
Hellecktra Orozco , Chair
Friday, March 22, 2024
Date
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 82 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 5
DIVISION 2 - BIDDING DOCUMENTS
INSTRUCTIONS TO BIDDERS
1. Owner and Owner’s Representative
The Owner as stated herein refers to the following agency Iowa City Airport Commission.
The Owner’s authorized representative as stated herein refers to the Owner’s Consultant Crawford,
Murphy & Tilly, Inc. herein referred to as Engineer.
2. Bidder Representations
By submittal of a proposal (bid), the BIDDER represents the following:
• The Bidder has read and thoroughly examined the contract documents
• The Bidder has a complete understanding of the terms and conditions required for the
satisfactory performance of project work.
• The Bidder has fully informed themselves of the project site, the project site conditions
and the surrounding area.
• The Bidder has familiarized themselves of the requirements of working on an operating
airport and understands the site conditions that may in any manner affect cost, progress
or performance of the work .
• The Bidder has correlated their observations with that of the project documents.
• The Bidder has found no errors, conflicts, ambiguities or omissions in the project
documents, except as previously submitted in writing to the owner that would affect cost,
progress or performance of the work.
• The Bidder is familiar with all applicable Federal, State and local laws, rules and
regulations pertaining to execution of the contract and the project work.
• The Bidder has complied with all requirements of these instructions and the associated
bid documents.
3. Pre-Bid Meeting
A non-mandatory Pre-Bid Meeting will be held at the Iowa City Municipal Airport Terminal
Building, 1801 S. Riverside Drive, Iowa City , IA 52246 on Monday, April 1, 2024 at 10:30 AM.
4. Bid Documents / Project Manual / Contract Documents
The bid documents are comprised of the following; Notice -to-Bidders, Instructions -to-Bidders,
General Provisions, Supplementary Provisions, Technical Specifications, Project Drawings,
Proposal Form with attachments, Form of Contract Agreement, any authoriz ed addenda issued
by the Owner and any document incorporated in whole or in part by reference therein.
All documents comprising the Contract Documents are complementary to one another and
together establish the complete terms, conditions and obligations of the successful bidder.
Those individual elements of the Contract Documents that are bound together shall also be
referred to as the Project Manual or Bid Documents . No part of the Contract Documents that is
bound may be removed or detached.
All proposals must be made on the blank forms, included in the Bidding Documents, or on a copy
of forms furnished by the ENGINEER and must include the following completed documents:
a. Contract Proposal
b. Schedule of Prices
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 83 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 6
c. DBE Utilization Statement (including evidence of Good Faith Efforts if required)
d. Bid Security or Guaranty – Certified Check or Bid Bond
e. Statement of Qualifications
f. Buy America Certification
5. Modifications to Contract Documents
Modifications to the contract documents may only be made by written addendum issued by the
Owner or the Engineer. Verbal explanations, interpretations or comments made by the Owner or
Owner’s representative shall not be binding. Addenda will be transmitted to all known official plan
holders. Each bidder shall certify at the time of bid submittal that they acknowledge receipt of all
issued addenda.
6. Errors and Discrepancies in Contract Documents
Should Bidder find an error, discrepancy, ambiguity or omission in the contract documents prior to
submittal of a proposal, the Bidder is obligated to contact the Owner or Engineer with written notice
of the error, discrepancy, ambiguity or omission. The written notice shall identify the nature and
location of the error, discrepancy, ambiguity or omission. Corrections or modifications to the
contract documents will only be made by written addendum as prescribed herein. By submittal of
a Bid Proposal, Bidder represents that they have thoroughly reviewed the contract documents and
that they have not identified any error, discrepancy, ambiguity or omission that would affect cost,
progress or performance of the project work.
7. Clarifications and Interpretations
A Bidder requiring a clarification or interpretation of the contract documents shall make a written
request to the Owner or Engineer. The Owner or Engineer must receive the written request a
minimum of seven (7) calendar days prior to the date of the bid opening.
8. Interpretations of Estimated Proposal Quantities
An estimate of quantities of work to be accomplished and materials to be furnished under these
specifications is stated within the contract documents . This estimate is a result of careful
calculations and is believed to be correct. The estimated quantities are given only as a basis for
a comparison of proposals and the award of contract. The Owner does not expressly or impliedly
agree that the actual quantities involved will correspond exactly with the estimated quantities.
The Bidder shall not plead misunderstandings or deception because of such estimates of
quantities, or of the character, location, or other conditions pertain ing to the work. Payment to the
Contractor will be made only for the actual quantities of work performed or materials furnished in
accordance with the plans and specifications. It is understood that the quantities may be
increased or decreased as hereinaft er provided in the subsection titled “Alteration of Work and
Quantities” of the general provisions without in any way invalidating the unit bid prices.
9. Examination of Plans, Specifications and Site Conditions
As stated within the “Bidder Representations” and reaffirmed herein, the Bidder is expected to
carefully examine the site of the proposed work, the proposal, drawings, specifications, terms and
conditions of the proposed agreement and the form of agreement . The Bidder shall satisfy
themselves as to the character, quality, and quantities of work to be performed, materials to be
furnished and as to the requirements of the proposed contract. The submission of a proposal
shall be prima facie evidence that the B idder has made such examination and is satisfied as to
the conditions to be encountered in performing the work and as to the requirements of the
proposed contract, plans and specifications.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 84 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 7
Boring logs and other records of subsurface investigations and tests, as appropriate may be
available for inspection by the Bidder. It is understood and agreed that such subsurface
information, whether included in the project drawings, specifications or ot herwise made available
to the Bidder, was obtained and is intended for the owner’s design and estimating purposes only.
Such information has been made available for the convenience of all bidders. It is further
understood and agreed that Bidder is solely responsible for all assumptions, deductions, or
conclusions which he or she may make from his or her examination of the boring logs and other
records of subsurface investigations and tests that are furnished by the Owner.
10. Issuance of Proposal Forms
The Owner reserves the right to refuse to issue a proposal form to a prospective bidder should
the bidder be in default for any of the following reasons:
a. Failure to comply with any pre-qualification regulations of the owner, if such regulations
are cited or otherwise included, in the proposal as a requirement for bidding.
b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former
contracts in force (with the owner) at the time the owner issues the proposal to a
prospective bidder.
c. Contractor default under previous contracts with the owner
d. Unsatisfactory work on previous contracts with the owner
11. Form of Proposal
All bid proposals shall be made on the forms provided by the Owner within the bound contract
documents . No bidder may submit more than one proposal. All proposals are to be written in ink
and shall be clearly legible. All blank spaces in the proposal forms shall be legibly completed for
each and every bid item. The Bidder shall not qualify any bid item. Th e Bidder shall initial any
erasures and alterations made on the proposal form by the bidder.
The Bidder shall state the price of their bid in U.S. doll ars and cents in numeral format and shall
write out the price of their bid in words on the form as shown.
12. Signature of Proposal
An authorized representative of the Bidder must sign and date the proposal. The Bidder’s
authorized representative shall use an ink pen when applying their signature to the proposal. The
Bidder’s representative shall have the legal authority to obligate an d bind the Bidder to the terms
and conditions of the contract. The Bidder shall legibly state the name of the Bidder’s
representative, the legal name of the Bidder, the address of the Bidder including City, State and
Zip Code, and the telephone number of t he Bidder.
• For bids by corporations, an officer of the corporation shall sign the bid; Bidder shall
identify the State of incorporation and affix their corporate seal.
• For bids submitted by an agent, Bidder shall attach to the proposal evidence of the power
of attorney.
• For bids submitted by a partnership or joint venture, the proposal shall identify the name
of all firms and the authorized parties of all firms. The bidder shall attach a copy of the
partnership/joint -venture agreement to the proposal.
13. Modification or Withdrawal of Bid Proposal
Bidder may modify or withdraw their proposal at any point up to the specified time and date
identified for receipt of proposals. Any request for bid withdrawal or modification by the Bidder
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 85 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 8
that is received after the specified time and date for receipt of proposals will be returned unopened
to the sender.
Any modification a Bidder desires to make to their proposal, subject to the time constraint noted
herein, must be made on the proposal forms contained in the project manual. The Bidder’s
authorized representative must sign the modification. The modificatio n shall be placed in a sealed
envelope and the statement “Modification to Proposal” shall be legibly marked in the upper left
hand corner. Withdrawal of a proposal may be made, subject to the time constraint noted herein,
only with written confirmation under signature of the Bidder.
14. Bid Guaranty
Each bid proposal must include a bid guaranty in the amount of ten percent (10%) of the total
amount of the bid. The bid guaranty may be by bid bond or certified check made payable to the
Owner. The bid bond shall be from a responsible surety qualified to conduct business within the
State of Iowa. If Bidder uses a certified check, the certified check must be issued from a responsible
and solvent bank or trust company.
15. Buy America Preference
As a matter of bid responsiveness, Bidder must indicate within their proposal how they intend to
comply with the Buy America preferences established by Title 49 USC 50101. The Bidder may
choose to certify it will comply with Buy America preferences by only installing steel and
manufactured products that are 100% made in the United States; or the Bidder may choose to
certify that they cannot fully comply with Buy America preferences and thus requests a waiver to
Buy America preferences.
A Bidder that certifies they will meet Buy America preferences by requesting a waiver also agrees
to prepare and submit a formal waiver request and the associated component cost calculation if
selected by the Owner as the Bidder with the apparent low bid. The successful Bidder must submit
their formal waiver request and com ponent cost calculation to the Owner within the timeframe
prescribed .
The need to request a waiver to the Buy America preferences will not be the basis for the rejection
of a bid.
16. Disadvantage Business Enterprise (DBE)
The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, 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. All firms qualifying under this
solicitation are encouraged to submit bids/proposals. Award of this contract will be conditioned
upon s atisfying the requirements of this bid specification. These requirements apply to all bidders,
including those who qualify as a Disadvantaged Business Enterprise.
The Owner has established a DBE contract goal of 2.0% percent for this contract. The
Bidder/Offeror shall make good faith efforts, as defined in Appendix A, 49 CFR Part 26, to
subcontract 2.0% of the dollar value of the prime contract to certified DBE firms as defined in 49
CFR Part 26.
All bidders shall submit the following information with their proposal on the forms provided:
(1) The names and addresses of 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 participating;
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 86 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 9
(4) Written documentation of the Bidder/Offeror’s commitment to use a DBE subcontractor
whose participation it submits to meet the contract goal;
(5) Evidence of good faith efforts undertaken by the bidder, as described in appendix A to 49
CFR Part 26.
The successful Bidder will be required to provide written confirmation from the participating DBE
firms verifying their intent to participate as in the project. This written confirmation shall be submitted
prior to execution of the contract .
17. Good Faith Efforts (DBE)
Bidder must demonstrate that they made good faith efforts to achieve participation with DBE firms.
This requires that the bidder show that it took all necessary and reasonable steps to secure
participation by certified DBE firms. The owner will not consider mere pro forma efforts as a good
faith effort.
Actions constituting evidence of good faith efforts are described in A ppendix A to 49 CFR Part 26.
Such actions include but are not limited to:
▪ Soliciting DBE participation through all reasonable and available means. This may include
public advertisements and phone calls/faxes to known certified DBE firms.
▪ Consult State Department of Transportation office to obtain a list of certified DBE firms.
▪ Selecting portions of work that increases the likelihood that DBE firms will be available to
participate.
▪ Providing DBE firms with sufficient information and time to review the project plans and
specifications.
▪ Documenting all contacts with DBE firms. This includes name, address, phone number,
date of contact and record of conversation/negotiation.
Documentation of Good Faith Effort shall be provided as part of their bid proposal if the Bidder
cannot meet the DBE contract goal.
18. Bidder Qualifications
Each Bidder shall furnish the owner satisfactory evidence of their competency and financial
capability to perform the proposed work. The Bidder shall demonstrate that they are a responsible
firm that possesses the skills, abilities, and integrity to faithf ully perform the project work. To be
determined responsible, a prospective contractor must:
• Have adequate resources (financial, technical, etc.) to perform the contract, or the ability
to obtain them;
• Be able to comply with the required or proposed delivery or performance schedule,
considering all existing business commitments;
• Have a satisfactory performance record;
• Have a satisfactory record of integrity and business ethics; and
• Be otherwise qualified and eligible to receive an award under applicable laws and
regulations.
Evidence of financial responsibility shall consist of a confidential statement or report of the
Bidder’s financial resources and liabilities as of the last calendar year. A public accountant must
certify such statements and reports. If the Bidder is presen tly pre-qualified with the State Highway
agency, evidence of this pre-qualification may serve as evidence of financial responsibility in lieu
of the certified financial statements and reports.
To demonstrate qualifications to perform the Work, each Bidder must be prepared to submit within
five days of Owner's request written evidence, such as financial data, previous experience and
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 87 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 10
evidence of authority to conduct business in the jurisdiction where the Project is located. Each
Bid must contain evidence of Bidder's qualification to do business in the state where the Project
is located or covenant to obtain such qualification prior to award of the contract.
Each prospective bidder, in evidence of competence, to perform the type of construction or related
construction required by the project description, shall furnish to the Iowa City Municipal Airport,
City of Iowa City as a part of their prospective proposal , a current, certified or photostatic copy of
a "Certificate of Eligibility" issued by the Iowa Department of Transportation in accordance with
IA DOT's instructions for Prequalification of Contractors.
As an alternative to Iowa Department of Transportation pre-qualification, a contractor may submit
a statement of experience and financial capability to the Airport Manager along with their bid. Said
statement shall provide information regarding the successful completion of a minim um of three
projects of similar scope and magnitude within the last two (2) years including project reference
who can verify the contractor’s role. The statement will also provide a summary of any outstanding
liens or judgments against the contractor or other factors that may interfere with the completion
of this work. Finally, the Contractor shall provide a general summary of financial capability. Failure
to demonstrate experience or financial capability will be considered cause fo r disqualification of
a bidder.
19. Alternate Bids
Bidder shall complete all blanks provided on the proposal forms. The Bidder must submit a bid
for the Base Bid and for all alternates (if applicable).
20. Submission of Bid Proposal
Prospective Bidders must submit their proposal to arrive at the office location identified within the
Notice-to-Bidders at the specified time and date for receipt of bids. The Owner will not give
consideration to any proposal received after the specified time. Owner will return late proposals in
an unopened manner to the return address identified on the envelope.
Prospective bidders shall enclose their proposal in a sealed opaque envelope. The upper left hand
corner of the envelope shall be marked as follows:
Sealed Bid Proposal
Bid of {Insert Name of Bidder}
Construct Airside Ground Mount Solar Array
Iowa City Municipal Airport
AIP Project No .: 3-19-0047-037-2024
To be opened at : {Insert Bid Date}
For a modification to a previously submitted proposal, insert “Modification to Proposal” in place of
“Sealed Bid Proposal”
21. Bid Protest Procedure
Any potential bidder wishing to file a protest concerning alleged improprieties with this solicitation
must submit the protest in written format 72 hours prior to the specified time of the bid opening.
The formal written protest must identify the name of vendor contesting the solicitation, the project
name and number, and the specific grounds for the protest. All determinations made by the Owner
are final.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 88 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 11
22. Bid Opening
The Owner or the Owner’s representative will publicly open and read aloud all proposals submitted
prior to the stated time and date for receipt of bids. Bidders, their authorized agents, and other
interested parties may attend the bid opening. Owner will a utomatically reject any proposal without
consideration that arrives after the stated time and date for receipt of bids. Owner will return late
proposals in an unopened manner to the return address indicated on the envelope.
23. Evaluation of Proposals
The Owner reserves the rights to hold all proposals for purpose of review and evaluation by the
Owner for a period not to exceed ninety (90) calendar days from the stated date for receipt of
bids. The Owner will tabulate all bids and verify proper extension of unit costs. The Bidder shall
honor their proposal for the duration of this period of review and evaluation. The bid guaranty will
be held by the Owner until this period of review has expired or a contract has been formally
executed or a purchase order has been issued.
24. Bid Informalities and Irregularities
The Owner reserves the right to waive any informality or irregularity discovered in any proposal,
which in the owner’s judgment best serves the Owner’s interest. In the situation where an
extension of a unit price is found to be incorrect, the stated unit price and correct extension will
govern. In the event of a discrepancy between the written and numeral values, the written value
shall take prec edence.
25. Irregular Proposals
Proposals meeting the following criteria are subject to consideration as being irregular:
1. If the proposal is on a form other than that furnished by the Owner or Owner’s
representative.
2. If the form furnished by the Owner or Owner’s representative is altered or detached from
the original document.
3. If there are unauthorized additions, conditional or alternate pay items or irregularities of
any kind that make the proposal incomplete, indefinite, or otherwise ambiguous.
4. If the proposal does not contain a unit price for each pay item listed in the proposal,
except in the case of authorized pay items, for which the Bidder is not required to furnish
a unit price.
5. If the proposal contains unit prices that are obviously unbalanced.
6. If the proposal is not accompanied by the bid guarantee specified herein.
26. Disqualification of Bid Proposals
The Owner reserves the right to reject any or all bids, as determined to be in the best interest of
the Owner.
Causes for rejection of proposals include but are not limited to:
• Submittal of an irregular proposal;
• Submittal of more than one proposal from the same partnership, firm or corporation;
• Failure by Bidder to submit the bid prior to the stated time and date for receipt of bids;
• Failure by Bidder to furnish satisfactory bid guarantee;
• Failure by Bidder to provide all information required of the bid forms;
• Failure by Bidder to comply with the requirements of bid instructions;
• Failure by the Bidder to demonstrate good faith efforts in obtaining participation by
certified DBE firms;
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 89 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 12
• Failure by the Bidder to certify how it intends to meet Buy America requirements (Buy
America Certification);
• Determination by the Owner that Bidder is not qualified to accomplish the project work;
• Determination by the Owner that the Bidder has placed conditions on or qualified their
proposal;
• Discovery of any alteration, interlineations or erasure of any project requirement by the
Bidder;
• Inclusion of the Bidder on the “Excluded Parties Listing System” as maintained and
published by the General Services Administration;
• Evidence of collusion among bidders.
27. Cancellation of Award
At any time prior to execution of a contract agreement, the Owner reserves the right to cancel the
award for any reason without liability to the Bidder, with the exception of the return of the bid
guaranty, at any time prior to execution of the contract.
28. Notice of Award of Contract
It is the intent of the Owner, after a period of review and evaluation, to award a contract to the
responsible bidder that submits the lowest r esponsive proposal. The O wner will notify the
successful bidder their bid is acceptable through the Owner’s issuance of a Notice -of -Award. The
successful Bidder shall not construe issuance of the Notice -of -Award as a binding agreement.
The proper execution of a contract agreement shall serve as the binding agreement.
29. Federal Funding Assistance
It is the intent of the Owner to seek Federal participation assistance for this project under the Airport
Improvement Program (AIP). The Owner’s Award of Contract and start of work is contingent upon
the Federal Aviation Administration (FAA) concurrence with the award , the formal establishment of
adequate Federal assistance and approval to start work .
30. Award of Alternates
When used, unless otherwise stated, the Owner reserves the right to select any one of the
combinations of the Base Bid and Additive Alternates which best serves the Owner’s interest and
is within available funds .
31. Return of Bid Guaranty
The Owner will return the bid guaranty of the successful Bidder upon successful execution of the
contract agreement or issuance of a purchase order. Failure by the successful Bidder to execute
the contract documents or commence with the purchase order with in the specified time shall result
in forfeiture of the bid guaranty.
The Owner will retain the bid guaranty of the second and third lowest responsible bidders for a
period of ninety (90) calendar days after bid opening pending the execution of the contract
documents by the successful bidder or the acceptance of the purchase order. Except as noted
above, the bid guaranty of unsuccessful bidders will be returned at the point the Owner rejects
their propo sal.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 90 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 13
32. Contract Agreement
The successful Bidder shall execute the contract agreement in accordance with the accepted bid
proposal within fifteen (15) days of the date of the Notice-of -Award. Failure to execute the
contract agreement within the specified time frame may result in the bid being awarded to the
next low bidder and shall result in the forfeiture of the Bidder’s bid guarantee as a liquidated
damage.
33. Performance and Payment Bonds
The successful Bidder shall furnish separate Performance and Payment B onds each in the
amount of 100% of the contract price. The bonds shall be made payable to the Owner as security
for faithful performance of the contract and for the payment of all persons, firms or corporations
to whom the Bidder may become legally indebted for labor, materials, tools, equipment or services
in the performance of the project work. The form of the bond shall be that provided within the
contract documents . The current power of attorney for the person signing the bond as a
representative of the surety shall be attached to the bonds.
The successful bidder must deliver the executed bonds to the Owner within seven (7) calendar
days from the date of contract execution. Bonds should not be executed prior to execution of the
contract agreement. Owner will only accept bonds issued by a solvent Surety, which is certified
to operate within the State the project work is locate d and which is listed in the current issue of
the U.S. Treasury Circular 570. If specifically requested by the Owner, the successful Bidder shall
obtain and submit informat ion on the surety’s financial strength rating.
34. Certificates of Insurance
The successful Bidder shall furnish to the Owner all required certificates of insurance as specified
with the Project Manual.
35. DBE Affirmation
If not submitted with the proposal, the successful Bidder shall furnish, at the Owner’s request and
prior to execution of the contract agreement, written affirmation from each identified
Disadvantaged Business Enterprise (DBE) firm of their intent to participate in the project.
36. Buy America Waiver
If the successful bidder submits a Buy America Certification that indicates they can only meet AIP
Buy America preference by requesting a waiver, the Bidder must submit to the Owner a formal
waiver request that indicates the specific percentage of components and subcomponents
produced in the United States and whether final assembly occurs within the United States. The
successful Bidder must also attach to the waiver request a copy of the component cost calculation
that demonstrates how the Bidder derived the noted percentage value.
37. Approval of the Contract
The Owner will not enter into a contract with the successful bidder until Owner approves the
Bidder’s proposed DBE participation and the FAA concurs with any waiver request to Buy America
preferences made by the Bidder
Upon receipt of the Contract Agreement, Contract Bonds and Certificate of Insurance as executed
from the successful Bidder, the Owner will complete execution of the contract conditioned upon the
Owner’s judgment that it remains in their best interest to en ter into the Agreement.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 91 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 14
Delivery of the fully executed Contract Agreement to the successful Bidder shall constitute the
Owner’s approval to be bound by the successful Bidder’s proposal and all terms and conditions of
the Contract Agreement. Upon satisfactory execution of the cont ract by the successful Bidder and
the Owner, all references to “Bidder” in the bid documents become equivalent to the term
“Contractor”.
38. Sales Tax
The Contractor will be exempt from payment of the Iowa State Sales Tax on construction materials
to be incorporated in the work. The Owner will provide tax -exempt certificates to the Contractor for
the Contractor’s use.
The exemption applies only to construction materials and does not cover any transportation tax on
fuel, lubricants, spare parts, and items of construction equipment belonging to the Contractor, which
will not be incorporated in the work. The Contractor sha ll pay all transportation costs and demurrage
incurred in connection with the furnishing of all materials to the project site.
The consignment authority as granted herein by the Owner is to the Contractor. Should the
Contractor employ subcontractors and others who furnish construction materials, which are to be
incorporated in the work, it will be necessary for the Contractor to authorize the consignment of
such materials to the Owner in care of the Contractor for shipment to the project site. The Contractor
will be held responsible for the extension of this consignment authority.
39. Foreign Corporation
a. Before entering into a contract involving construction or maintenance work, corporations
organized under the laws of any other state shall file with the Contracting Authority a
certificate from the Secretary of State of the State of Iowa showing that they have complied
with all of the provisions of Chapter 490, Code of Iowa, governing foreign corporations. For
contracts involving only the furnishing of materials, the foregoing requirement does not
apply.
b. When a contract not involving Federal -aid participation for a public improvement is to be
awarded to the lowest responsible bidder, a resident bidder shall be allowed a preference
as against a nonresident bidder from a state or foreign country which gives or requires a
preference to bidders from that state or foreign country. The preference is equal to the
preference given or required by the state or foreign country in which the nonresident bidder
is a resident.
c. If another state or foreign country has a more stringent definition of a resident bidder, the
more stringent definition is applicable as to bidders from that state or foreign country.
d. Any joint venture that includes a nonresident bidder will be considered nonresident, and
the preference rule will be used.
40. City of Iowa City Equal Employment Opportunity Policy
The Contractor agrees to comply with the required City of Iowa City Equal Employment Opportunity
policy as outlined in Division 3, Part F. The Contractor shall provide and execute all required
documentation at the time of contract execution.
41. City of Iowa City Wage Theft Policy
The Contractor agrees to comply with the required City of Iowa City Wage Theft policy as outlined
in Division 3, Part G. The Contractor shall provide and execute all required documentation at the
time of contract execution.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 92 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 15
42. Additional Provisions
Modification to bid documents may only be made by written addendum as issued by the Owner or
the Owner’s authorized representatives.
The Bidder’s Proposal must be made of the forms provided within the contract documents. Bidders
must supply all required information prior to the time of Bid opening.
Award of this contract will be made to the lowest responsible , responsive and qualified bidder.
The proposal which is selected will be based on the lowest Aggregate Bid submitted for the Base
Bid or Base Bid plus Additive Alternate(s) (when applicable). The Owner reserves the right to select
any one of the combinations of the Base Bid and Additive Alternates which best serves the Owner’s
interest and is within available funds.
It is the Iowa City Municipal Airport’s intent to make award contingent upon receiving
adequate Federal funding assistance under the Airport Improvement Program.
The right is reserved, as the Iowa City Airport Commission may require, to reject any and all bids
and to waive any informality in the bids received.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 93 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 16
COMPLETE FOR BID
CONTRACT PROPOSAL
TO: Iowa City Airport Commission (Owner)
The undersigned, in compliance with the request for bids for construction of: CONSTRUCT AIRSIDE
GROUND MOUNT SOLAR ARRAY ; AIP PROJECT: 3-19-0047-037 -2024; hereby proposes to furnish all
labor, permits, material, machinery, tools, supplies and equipment to faithfully perform all work required for
construction of the Project in accordance with the project manual, project drawings and issued Addenda
within the specified time of performance for the following prices: (see Schedule of Prices ).
1. ACKNOWLEDGEMENTS BY BIDDER
a. By submittal of a proposal, the BIDDER acknowledges and accepts that the quantities
established by the OWNER are an approximate estimate of the quantities required to fully
complete the Project and that the estimated quantities are principally intended to serve as
a basis for evaluation of bids. The BIDDER further acknowledges and accepts that
payment under this contract will be made only for actual quantities and that quantities will
vary in accordance with the General Provisions subsection entitled “Alte ration of Work and
Quantities”.
b. The BIDDER acknowledges and accepts that the Bid Documents are comprised of the
documents identified within the Instructions to Bidders. The BIDDER further acknowledges
that each the individual documents that comprise the Bid Documents are complementary
to one another and together establishes the complete terms, conditions and obligations of
the successful BIDDER.
c. As evidence of good faith in submitting this proposal, the undersigned encloses a bid
guaranty in the form of a certified check or bid bond in the amount of ten percent (10%) of
the bid price. The BIDDER acknowledges and accepts that refusal or failure to accept
award and execute a contract within the terms and conditions established herein will result
in forfeiture of the bid guaranty to the owner as a liquidated damage.
d. The BIDDER acknowledges and accepts the OWNER’S right to reject any or all bids and
to waive any minor informality in any Bid or solicitation procedure.
e. The BIDDER acknowledges and accepts the OWNER’S right to hold all Proposals for
purposes of review and evaluation and not issue a notice -of -award for a period not to
exceed ninety (90) calendar days from the stated date for receipt of bids.
f. The undersigned agrees that upon written notice of award of contract, he or she will
execute the contract within fifteen (15) calendar days of the notice-of -award and
furthermore and provide executed payment and performance bonds within seven (7)
calendar days from the date of contract execution. The undersigned accepts that failure
to execute the contract and provide the required bonds within the stated timeframe shall
result in forfeiture of the bid guaranty to the Owner as a liquidated damage.
g. Time of Performance: By submittal of this proposal, the undersigned acknowledges and
agrees to commence work within fourteen (14) calendar days of the date specified in the
written “Notice-to-Proceed” as issued by the OWNER and agreed to by the BIDDER. The
undersigned further agrees to complete the p roject within forty (40) Calendar Days from
the commencement date specified in the Notice -to-Proceed.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 94 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 17
h. The undersigned acknowledges and accepts that for each and every Calendar D ay the
project remains incomplete beyond the contract time of performance, the Contractor shall
pay the non-penal amount of $1,000 per Calendar Day as a liquidated damage to the
OWNER.
i. The BIDDER acknowledges that the OWNER h as established a contract Disadvantaged
Business Enterprise goal of 2.0% for this project . The BIDDER acknowledges and accepts
the requirement to apply and document good faith efforts, as defined in Appendix A, 49
CFR Part 26, for subcontracting a portion of the prime contract to certified Disadvantaged
Business Enterprises (DBE), as defined in 49 CFR Part 26 for purposes of meeting the
OWNER’S established goal. The BIDDER, in complying with this requirement, proposes
participation by Disadvantaged Business Enterprises as stated on the attached forms,
“Utilization Statement” and “Letter of Intent”.
j. The BIDDER, by submission of a proposal, acknowledges that award of this contract is
subject to the provisions of the Davis -Bacon Act. The BIDDER accepts the requirement to
pay prevailing wages for each classification and type of worker as established in t he
attached wage rate determination as issued by the United States Department of Labor.
The BIDDER further acknowledges and accepts their requirement to incorporate the
provision to pay the established prevailing wages in every subcontract agreement ente red
into by the Bidder under this project.
k. Compliance Reports (41 CFR Part 60-1.7): Within 30 days after award of this contract, the
Contractor/Subcontractor shall file a compliance report (Standard Form 100) if s/he has not
submitted a complete compliance report within 12 months pro ceeding the date of award.
This report is required if the Contractor/Subcontractor meets all of the following conditions:
1. Contractors/Subcontractors are not exempt based on 41 CFR 60 -1,5.
2. Has 50 or more employees.
3. Is a prime contractor or first tier subcontractor.
4. There is a contract, subcontract, or purchase order amounting to $50,000 or more .
l. The BIDDER, by submission of a proposal, acknowledges that award of this contract is
subject to the provisions of the City of Iowa City Equal Employment Opportunity Policy .
m. The BIDDER, by submission of a proposal, acknowledges that award of this contract is
subject to the provisions of the City of Iowa City Wage Theft policy .
2. REPRESENTATIONS BY BIDDER
By submittal of a proposal (bid), the BIDDER represents the following:
a. The BIDDER has read and thoroughly examined the bid documents including all
authorized addenda.
b. The BIDDER has a complete understanding of the terms and conditions required for the
satisfactory performance of project work.
c. The BIDDER has fully informed themselves of the project site, the project site conditions
and the surrounding area.
d. The BIDDER has familiarized themselves of the requirements of working on an operating
airport and understands the conditions that may in any manner affect cost, progress or
performance of the work
e. The BIDDER has correlated their observations with that of the project documents.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 95 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 18
f. The BIDDER has found no errors, conflicts, ambiguities or omissions in the project
documents, except as previously submitted in writing to the owner that would affect cost,
progress or performance of the work.
g. The BIDDER is familiar with all applicable Federal, State and local laws, rules and
regulations pertaining to execution of the contract and the project work.
h. The BIDDER has complied with all requirements of these instructions and the associated
project documents.
3. CERTIFICATIONS BY BIDDER
a. The undersigned hereby declares and certifies that the only parties interested in this
proposal are named herein and that this proposal is made without collusion with any
other person, firm or corporation. The undersigned further certifies that no member,
officer or agent of OWNER’S has direct or indirect financial interest in this proposal.
b. Certification of Non-Segregated Facilities: (41 CFR Part 60-1.8)
The BIDDER, as a potential federally -assisted construction contractor, certifies that it
does not maintain or provide, for its employees, any segregated facilities at any of its
establishments and that it does not permit its employees to perform their services at any
location, under its control, where segregated facilities are maintained. The BIDDER
certifies that it will not maintain or provide, for its employees, segregated facilities at any
of its establishments and that it will not permit its employees to perform their services at
any location under its control where segregated facilities are maintained. The Bidder
agrees that a breach of this certification is a violation of the Equal Opportunity Clause,
which is to be incorporated in the contract.
As used in this certification, the term "segregated facilities" means any waiting rooms,
work areas, restrooms, and washrooms, restaurants and other eating areas, timeclocks,
locker rooms and other storage or dressing areas, parking lots, drinking fountain s,
recreation or entertainment areas, transportation, and housing facilities provided for
employees which are segregated on the basis of race, color, religion, or national origin
because of habit, local custom, or any other reason. The Bidder agrees that (except
where it has obtained identical certifications from proposed subcontractors for specific
time periods) it will obtain identical certifications from proposed subcontractors prior to
the award of subcontracts exceeding $10,000 which are not exempt fro m the provisions
of the Equal Opportunity Clause and that it will retain such certifications in its files.
c. Notice of Requirements for Affirmative Action (AA) to Ensure Equal Employment
Opportunity (EEO).
The BIDDER, by submission of an offer, certifies compliance with the Iowa Civil Rights
Act of 1965, as amended; current Iowa Administrative Rules; and Iowa Executive Order
15 shall constitute the specific EEO/AA standards for the Contractor's company -wide
activities and for subcontracts. EEO and AA requirements will appl y to all contracts that
equal or exceed $10,000.00. The requirements will also apply to any subcontracts that
equal or exceed $10,000.
d. Civil Rights Act of 1964, Title VI-Contractual Requirements
During the performance of this contract, the Bidder, for itself, its assignees and
successors in interest is required to meet the requirements of Civil Rights Act of 1964, 78
STAT. 252, 42 U.S.C. 2000d -42 U.S.C. 2000d -4, and all requirements imposed by or
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 96 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 19
pursuant to Title 49, Code of Federal Regulations, Department of Transportation, Subtitle
A, Office of the Secretary, Part 21 – to the end that no person in the United States shall,
on the grounds of race, color or national origin, be excluded from partici pation in, be
denied the benefits of, or be otherwise subjected to discrimination.
e. Trade Restriction Certification: (49 CFR Part 30)
The Bidder, by submission of an offer certifies that it:
1. 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
published by the Office of the United States Trade Representative (USTR);
2. 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 on said list,
or is owned or controlled directly or indirectly by one or more citizens or
nationals of a foreign co untry on said list;
3. has not procured any product nor subcontracted for the supply of any
product for use on the project that is produced in a foreign country on said
list.
f. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion: (49
CFR Part 29)
The Bidder certifies, by submission of this proposal, that neither it nor its principals is
presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from participation in this transaction by any Federal department or agency. It
further agrees by submitting this proposal that it will include this clause without modification
in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where
the Bidder or any lower tier participant is unabl e to certify to this statement, it shall attach
an explanation to this solicitation/proposal.
g. Buy American Certification: (Title 49 U.S.C. Chapter 501)
As a condit ion of bid responsiveness, the B idder must submit how it intend s to comply with
the Buy American preferences established under Title 49 U.S.C. Section 50101. Bidder
must complete the attached Buy American certification. If the B idder requests a permissible
waiver to the Buy America requirements, the Bidder identified as with the successful bid
must submit a formal waiver request and component cost calculation within the prescribed
time identified on the Buy America certification.
4. ATTACHMENTS TO THIS BID
The following documents are completed, attached to and made a part of this Bid:
1. Contract Proposal.
2. Schedule of Prices.
3. DBE Utilization Statement (including evidence of Good Faith Efforts if required).
4. DBE Letter of Intent
6. Bid Guaranty – Certified Check or Bid Bond .
7. Statement of Qualifications.
8. Buy America Certification.
9. Bidder’s Certificate.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 97 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 20
COMPLETE FOR BID
BIDDER'S CERTIFICATE
I/We hereby certify that:
A. A complete set of bid papers as intended have been received and that I/We will abide by the
contents and/or information received and/or contained therein.
B. I/We have not entered into any collusion or other unethical practices with any other person,
firm, or employee of the Iowa City Municipal Airport, which would in any way be construed as an unethical business practice.
C. I/We comply with all current Federal, State, and Local laws, statutes, rules, and regulations
referencing equal opportunity employment practices.
D. I/We are in compliance with the most current "Prevailing Rate" of wages for laborers,
mechanics and other workers for Johnson County.
E. I/We will abide by all codes, rules, regulations, ordinances and statutes of the Iowa City Airport
Commission, the City of Iowa City , Johnson County and the State of Iowa.
COMPANY NAME
ADDRESS
CITY, STATE, ZIP
NAME OF CORPORATE OR COMPANY OFFICIAL
(Please Type)
AUTHORIZED OFFICIAL SIGNATURE
TITLE
DATE
PHONE
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 98 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 21
The undersigned acknowledges receipt of the following Addendums:
Addendum No. , Date Received
Addendum No. , Date Received
Addendum No. , Date Received
Addendum No. , Date Received
Addendum No. , Date Received
SIGNATURE OF BIDDER:
By
Title
Name of Company
Address of Company
City, State, Zip Code
Telephone Number
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 99 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 22
PROPOSAL
SCHEDULE OF PRICES
Iowa City Municipal Airport
Iowa City, Iowa
Construct Airside Ground Mount Solar Array
Item No. Item Unit Quantity
(Base Bid)
Unit Price
(Base Bid)
Total
(Base Bid)
C-105-6.1 MOBILIZATION LS 1.00
SP-1-1.1 VAULT SOLAR ARRAY LS 1.00
SP-1-1.2 BUILDING D SOLAR ARRAY LS 1.00
TOTAL BID
BASE BID
COST =
Total Construction Cost (Written in words and numbers)
Note:
1. Each Pay Item should have a unit price and a total price.
2. The unit price shall govern if no total price is shown or if there is a discrepancy between the product of the unit
price multiplied by the quantity.
3. If a unit price is omitted, the total price will be divided by the quantity in order to establish a unit price.
4. A Bid may be declared unacceptable if neither a unit price nor a total price is shown.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 100 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00
Page 23
COMPLETE FOR BID
DISADVANTAGE BUSINESS ENTERPRISE (DBE ) UTILIZATION STATEMENT
The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following
manner.
(Please check the appropriate box)
❑ The bidder/offeror is committed to a minimum of 2.0% DBE utilization on this contract.
❑ The bidder/offeror, while unable to meet the DBE goal of 2.0% hereby commits to a minimum of
________ DBE utilization on this contract and also submits documentation, as an attachment,
demonstrating good faith efforts (GFE).
The undersigned hereby further assures that the information included herein is true and correct, and that
the DBE firm(s) listed herein have agreed to perform a commercially useful function in the work items noted
for each firm. The undersigned further understands that no changes to this statement may be made without
prior approval from the Civil Right s Staff of the Federal Aviation Administration.
.
Bidder’s/Offeror’s Firm Name
________________________________________________
Signature Date
DBE UTILIZATION SUMMARY
DBE Prime Contractor
DBE Subcontractor
DBE Supplier
DBE Manufacturer
Total Amount DBE
DBE Goal
Contract Amount
$ x 1.00 =
$__________x 1.00 =
$__________x 0.60 =
$__________x 1.00=
$__________
DBE Amount
$_____________
$_____________
$_____________
$_____________
$______________
Contract Percentage
_____________%
%
_____________%
_____________%
_____________%
_______2.0____%
*If the total proposed DBE participation is less than the established DBE goal, you must provide written
documentation of the good faith efforts as required by 49 CFR Part 26.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 101 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 24
COMPLETE FOR BID
STATEMENT OF QUALIFICATIONS
(Bidders Must Be Pre-Qualified with the Iowa Department of Transportation or provide
documentation on experience and financial statements for review and approval )
SIMILAR PROJECTS COMPLETED
DATE VALUE
Name of Project, Address, Type of Improvement.
SIMILAR PROJECTS UNDER CONTRACT
DATE VALUE
Name of Project, Address, Type of Improvement.
PROPOSED EQUIPMENT TO BE USED ON PROJECT
FINANCIAL STATEMENT: Attached is a copy of my latest financial statement listing assets and liabilities.
In lieu of the financial statement, a bidder may submit evidence that he is pre -qualified with the Iowa
Department of Transportation and is on the “Current Bidders List” for projects of this size and nature.
Bidder
By
Address
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 102 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 25
COMPLETE FOR BID
BUY AMERICA CERTIFICATION FORM FOR MANUFACTURED PRODUCTS
(Non-building projects such as airfield/roadway construction, equipment acquisition, etc.)
(Title 49 U.S.C. Section 50101)
As a matter of bid responsiveness, the Bidder or Offeror must complete, sign, date, and submit
this certification statement with their proposal. The Bidder or Offeror must indicate how they
intend to comply with 49 USC § 50101 by selecting one on the following certification
statements. These statements are mutually exclusive. Bidder must select one or the other (not
both) by inserting a checkmark (✓) or the letter “X”.
The Bidder or Offeror hereby certifies that it will comply with 49 USC § 50101 by:
a) Only installing steel and manufactured products produced in the United States, or;
b) Installing manufactured products for which the FAA has issued a waiver as indicated by
inclusion on the current FAA Nationwide Buy American Waivers Issued listing, or;
c) Installing products listed as an Excepted Article, Material or Supply in Federal
Acquisition Regulation Subpart 25.108.
By selecting this certification statement, the Bidder or Offeror agrees:
1. To provide to the Owner evidence that documents the source and origin of the steel and
manufactured product.
2. To faithfully comply with providing US domestic product.
3. To furnish US domestic product for any waiver request that the FAA rejects.
4. To refrain from seeking a waiver request after establishment of the contract, unless
extenuating circumstances emerge that the FAA determines justified.
The Bidder or Offeror hereby certifies it cannot comply with the 100% Buy American
Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49
USC § 50101(b). By selecting this certification statement, the apparent Bidde r or Offeror with
the apparent low bid agrees:
1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver
request and required documentation that support the type of waiver being requested.
2. That failure to submit the required documentation within the specified timeframe is cause
for a non-responsive determination may result in rejection of the proposal.
3. To faithfully comply with providing US domestic products at or above the approved US
domestic content percentage as approved by the FAA.
4. To refrain from seeking a waiver request after establishment of the contract, unless
extenuating circumstances emerge that the FAA determines justified.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 103 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 26
Required Documentation
Type 3 Waiver - The cost of the item components and subcomponents produced in the United
States is more that 60% of the cost of all components and subcomponents of the “item”. The
required documentation for a type 3 waiver is:
a) Listing of all product components and subcomponents that are not comprised of
100% US domestic content (Excludes products listed on the FAA Nationwide Buy
American Waivers Issued listing and products excluded by Federal Acquisition
Regulation Subpart 25.108; products of unknown origin must be considered as
non-domestic products in their entirety).
b) Cost of non-domestic components and subcomponents, excluding labor costs
associated with final assembly at place of manufacture.
c) Percentage of non-domestic component and subcomponent cost as compared
to total “item” component and subcomponent costs, excluding labor costs
associated with final assembly at place of manufacture.
Type 4 Waiver – Total cost of project using US domestic source product exceeds the total project
cost using non-domestic product by 25%. The required documentation for a type 4 of waiver is:
a) Detailed cost information for total project using US domestic product.
b) Detailed cost information for total project using non -domestic product.
False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of
the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification
may render the maker subject to prosecution under Title 18, United States Code.
Date Signature
Company Name Title
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 104 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 27
COMPLETE FOR BID
DISADVANTAGE BUSINESS ENTERPRISE (DBE ) LETTER OF INTENT
(Bidder shall submit this page for each DBE firm at the time of bid submittal)
Bidder/Offer
Name: .
Address:
City: State: Zip:
DBE Firm: DBE
Firm: .
Address:
City: State: Zip
DBE Contact Person: Name:
Phone
DBE Certification Agency:
Expiration Date:
Each DBE Firm shall submit evidence (such as a photocopy) of their certification status.
Classification:
❑ Prime Contractor
❑ Manufacturer
❑ Subcontractor
❑ Supplier
❑ Joint Venture
Work Items to be
performed by DBE
Description
Quantity
Total
The bidder/offeror is committed to utilizing the above -named DBE firm for the work described above. The estimated
participation is as follows:
DBE contract amount: $
Percent of total contract %
AFFIRMATION
The above named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated
above.
By:
(Signature) (Title)
In the event the bidder/offeror does not receive award of the prime contract, any and all representations in this
Letter of Intent and Affirmation shall be null and void.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 105 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 28
BUY AMERICA WAIVER REQUEST
Title 49 U.S.C Section 50101 (b)
For Airfield Development Projects funded under the
Airport Improvement Program
(Bidder shall submit this form at the Owner’s request, but not at the time of the Bid Submittal)
Type of Waiver Request:
The bidder may request a waiver subject to the provisions of Section 50101(b)(3) or Section 50101(b)(4). The
bidder may not request a waiver under Section 50101(b)(1) or Section 50101(b)(2). Bidder is hereby advised that
the Owner’s approval with the bi dder’s waiver request is contingent upon FAA approval. The bidder must select
one of the following applicable waiver provisions:
Section 50101(b)(3): Bidder hereby requests a waiver to Buy America preferences based upon Section 50101(b)(3)
for the equipment identified below. The bidder certifies that % of the cost of components and subcomponents
comprising the equipment are produced in the United States and that final assembly occurs within the United States.
(Bidder must attach a copy of the component cost calculation table)
Equipment: ______________________________________________________________
Section 50101(b)(4). Bidder hereby requests a waiver to Buy America preferences based upon Section 50101(b)(4).
The bidder asserts provision of domestic material increases the cost of the overall project by more than 25%. (Note:
This type of waiver is very rare)
Certification Signature
In accordance with Section 50101(b), we request a waiver to the Buy America provisions based on the above
certification and attached documentation.
______________________________________________ ___________________
Bidder’s Firm Name Date
_______________________________________________
Signature
Signature Instructions for Section 50101(b)(3) Waiver:
1. “Equipment” in Section 50101 shall mean the following:
a) Individual type “L” items (Airfield Lighting Equipment) as listed in FAA Advisory Circular 150/5345-53.
b) Individual bid items as established within FAA Advisory Circular 150/5370 -10. The bid item application may not be applied for
the type “L” items listed in AC 150/5345-53.
c) A waiver request may only address one specific equipment item. Submit separate requests for each equipment item for which a
waiver.
d) Items listed under the Nationwide Waiver do not require further review. Please refer to the following webpage:
http://www.faa.gov/airports/aip/procurement/federal_contract_provisions/media/buy_american_waiver.xls
2. The bidder must base the U.S. percentage upon the value that results from completing a component cost calculation table simil ar to
the attached format. Bidder shall avoid mere pro forma efforts to establish the waiver request percentage. The Bidder must su bmit the
component cost calculation table as an attachment to the waiver request.
3. Components/subcomponents are the material and products composing the “equipment”.
4. The final assembly of the AIP-funded “equipment” must be within the USA (Section 50101(b)(3)(B)). Final assembly is the substantial
transformation of the components and subcomponents into the end product.
5. All steel used in the “Equipment” must be produced in the United States.
6. The Buy American requirements apply to all tier contractors and subcontractors. All contractors/subcontractors are required to
provide appropriate documentation that indicates origin of manufacturer and percentage of domestic made product.
7. The bidder is hereby advised there is no implied or expressed guarantee that a requested waiver will be issued by the Federal
Aviation Administration (FAA). Less than 60% USA component/subcomponent proposed for this facility CANNOT be waived.
Products made with foreign steel are not eligible for a waiver.
Instructions for Section 50101(b)(4) Waiver:
1. The 25% cost increase waiver is rarely applicable. Consult Owner before making this request.
North America Free Trade Act (NAFTA)
The NAFTA does not apply to the AIP. Products and material made in Canada or Mexico must be considered as foreign made products.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 106 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 29
BUY AMERICA WAIVER REQUEST
Title 49 U.S.C Section 50101 (b)(3)
For Airfield Development Projects funded under the
Airport Improvement Program
(Bidder shall submit this form at the Owner’s request, but not at the time of the Bid Submittal)
COMPONENT COST CALCULATION TABLE (Type 3 Waiver)
• In lieu of completing this table, bidder may prepare a spreadsheet that addresses the same information and
calculations as presented herein.
• An authorized person shall attest under signature and date that the submitted informa tion is accurate and complete.
• The bidder/contractor shall submit the signed component cost calculation table to the Owner as an attachment to the
waiver request.
• The component breakout shall be along major components of the equipment.
• Submit separate calculation for each different equipment types. Do not combine the component cost calculations of
different types of equipment.
• For Airfield development projects, equipment is defined as the “L” items (Airfield Lighting Equipment) as listed in FAA
Advisory Circular 150/5345-53 and the b) individual bid items as established within FAA Advisory Circular 150/5370 -
10. The individual bid item method may not be applied to the “L” type items.
Equipment Type:
Component /
Subcomponents
Name of
Manufacturer
Country of
Origin
Cost of Foreign
Manufactured
Components /
Subcomponents
Cost of USA
Manufactured
Components /
Subcomponents
Sum of US Manufactured Component/Subcomponent Costs: ________________
Sum of all Equipment Components and Subcomponents: ________________
Percentage of Equipment Components Manufactured in the United States: ________________
Place of Final Assembly: ________________
Certification Signature
Bidder hereby requests a waiver to Buy America preferences based upon Section 50101(b)(3) for the equipment identified
above. The bidder certifies that % of the cost of components and subcomponents comprising the equipment are
produced in the United States and that final assembly occurs within the United States.
I hereby certify the above information is accurate and complete.
Bidder's Firm Name Date
_________________________________________________
Signature
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 107 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 30
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 108 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 31
BUY AMERICA CONFORMANCE LISTING
Title 49 U.S.C Section 50101 (b)
For Airfield Development Projects funded under the
Airport Improvement Program
(Bidder shall submit this form at the Owner’s request, but not at the time of Bid Submittal.)
• Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the FAA
national listing:
http://www.faa.gov/airports/aip/procurement/federal_contract_provisions/media/buy_american_waiver.xls
• Bidder shall submit a listing of equipment it proposes to install on the project that is included on the
current National Buy American conformance list.
Equipment Type Name of Manufacturer Product Number
Certification Signature:
Bidder hereby certifies that the above listed equipment, which we propose for installation on the subject
project, are on the current National Buy America Conformance list as established at:
http://www.faa.gov/airports/aip/procurement/federal_contract_provisions/media/buy_american_waiver.xls
I hereby certify the above information is accurate and complete.
Bidder's Firm Name Date
_________________________________________________
Signature
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 109 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 32
PROPOSED SUBCONTRACTOR INFORMATION
(BIDDER SHALL SUBMIT THIS FORM AT THE OWNER’S REQUEST,
BUT NOT AT THE TIME OF BID SUBMITTAL )
Provide the name, business address, and portion of work (description of work to be done) for each
subcontractor that will be used in the work if the Bidder is awarded the Contract. This document shall include
all subcontractors who propose to do in excess of ten percent (10%) of the total amount of the bid. No
subcontractor doing work in excess of ten percent (10%) of the total amount of the bid and who is not listed
shall be used without the written approval of the Owner.
A. Type of Work:
Dollar Value of Work:
Name:
Address:
Street City
B. Type of Work:
Dollar Value of Work:
Name:
Address:
Street City
C. Type of Work:
Dollar Value of Work:
Name:
Address:
Street City
D. Type of Work:
Dollar Value of Work:
Name:
Address:
Street City
E. Type of Work:
Dollar Value of Work:
Name:
Address:
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 110 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 33
Street City
F. Type of Work:
Dollar Value of Work:
Name:
Address:
Street City
G. Type of Work:
Dollar Value of Work:
Name:
Address:
Street City
SIGNATURE OF BIDDER
Individual or Corporate Name
By
(Signature of Authorized Individual)
(Name of Authorized Individual)
Address
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 111 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 34
CONTRACT AGREEMENT
IOWA CITY AIRPORT COMMISSION
IOWA CITY MUNICIPAL AIRPORT
AIP PROJECT NO. 3-19-0047-037 -2024
THIS AGREEMENT, MADE AS OF {I NSERT EFFECTIVE DATE OF AGREEMENT} IS
BY AND BETWEEN
The OWNER: {Insert Owner’s Name, Address, City /State/Zip Code}
Iowa City Airport Commission
Iowa City Municipal Airport
1801 S. Riverside Drive
Iowa City, I A 52246
And the CONTRACTOR: {Insert Owner’s Name, Address, City/State/Zip Code}
WITNESSETH:
WHEREAS it is the intent of the Owner to make improvements at Iowa City Municipal Airport generally
described as follows;
Construct Airside Ground Mount Solar Array;
AIP Project: 3-19-0047-037-2024
Hereinafter referred to as the Project.
NOW THEREFORE in consideration of the mutual covenants hereinafter set forth, OWNER and
CONTRACTOR agree as follows:
Article 1 – Work
It is hereby mutually agreed that for and in consideration of the payments as provided for herein to
the CONTRACTOR by the OWNER, CONTRACTOR shall faithfully furnish all necessary labor,
equipment, and material and shall fully perform all necessary work to complete the Project in strict
accordance with this Contract Agreement and the Contract Documents.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 112 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 35
Article 2 – Contract Documents
CONTRACTOR agrees that the Contract Documents consist of the following: this Agreement,
General Provisions, Supplementary Provisions, Specifications, Drawings, all issued addenda,
Notice-to-Bidders, Instructions -to-Bidders, Proposal and associated attachme nts, Performance
Bond, Payment Bond, Wage Rate Determination, Insurance certificates, documents incorporated
by reference, documents incorporated by attachment, and all OWNER authorized change orders
issued subsequent to the date of this agreement. All doc uments comprising the Contract
Documents are complementary to one another and together establish the complete terms,
conditions and obligations of the CONTRACTOR. All said Contract Documents are incorporated
by reference into the Contract Agreement as if f ully rewritten herein or attached thereto.
Article 3 – Contract Price
In consideration of the faithful performance and completion of the Work by the CONTRACTOR in
accordance with the Contract Documents, OWNER shall pay the CONTRACTOR an amount equal
to:
$___________________
(Amount in Numerals)
subject to the following:
a. Said amount is based on the schedule of prices and estimated quantities stated in
CONTRACTOR’S Bid Proposal, which is attached to and made a part of this Agreement;
b. Said amount is the aggregate sum of the result of the CONTRACTOR’S stated unit prices
multiplied by the associated estimated quantities;
c. CONTRACTOR and OWNER agree that said estimated quantities are not guaranteed and
that the determination of actual quantities is to be made by the OWNER’S ENGINEER;
d. Said amount is subject to modification for additions and deductions as provided for within
the Contract General Provisions.
e. Said amount includes all Labor, Materials, Delivery and Installation necessary to complete
the work per the Contract Documents and Drawings.
Article 4 – Payment
Upon the completion of the work and its acceptance by the OWNER, all sums due the
CONTRACTOR by reason of faithful performance of the work, taking into consideration additions
to or deductions from the Contract price by reason of alterations or modificatio ns of the original
Contract or by reason of “Extra Work” authorized under this Contract, will be paid to the
CONTRACTOR by the OWNER after said completion and acceptance.
The acceptance of final payment by the CONTRACTOR shall be considered as a release in full of
all claims against the OWNER, arising out of, or by reason of, the work completed and materials
furnished under this Contract.
OWNER shall make progress payments to the CONTRACTOR in accordance with the terms set
forth in the General Provisions. Progress payments shall be based on estimates prepared by the
ENGINEER for the value of work performed and materials completed in place in accordance with
the Contract Drawings and Specifications.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 113 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 36
Progress payments are subject to retainage requirements as set forth in the Contract Documents .
Article 5 – Contract Time
The CONTRACTOR agrees to commence work within fourteen (14) calendar days of the mutually
agreed to date specified in the OWNER’S Notice-to-Proceed . The CONTRACTOR further agrees
to complete the Project within forty (40) Calendar Days from the commencement date stated
within the Notice-to -Proceed.
It is expressly understood and agreed that the stated Contract Time is reasonable for the
completion of the Work, taking all factors into consideration. Furthermore, extensions of the
Contract Time may only be permitted by execution of a formal modificatio n to this Contract
Agreement in accordance with the General Provisions and as approved by the OWNER.
Article 6 – Liquidated Damages
The CONTRACTOR and OWNER understand and agree that time is of essence for completion of
the Work and that the OWNER will suffer additional expense and financial loss if said Work is not
completed within the authorized Contract Time. Furthermore, the CONTRA CTOR and OWNER
recognize and understand the difficulty, delay, and expense in establishing the exact amount of
actual financial loss and additional expense. Accordingly, in place of requiring such proof, the
CONTRACTOR expressly agrees to pay the OWNER as liquidated damages the non-penal sum
of $1,000 per day for each calendar day required in excess of the authorized Contract Time.
Furthermore, the CONTRACTOR understands and agrees that;
a. the OWNER has the right to deduct from any moneys due the CONTRACTOR, the amount
of said liquidated damages;
b. the OWNER has the right to recover the amount of said liquidated damages from the
CONTRACTOR, SURETY or both.
Article 7 – CONTRACTOR’S Representations
The CONTRACTOR understands and agrees that all representations made by the CONTRACTOR
within the Proposal shall apply under this Agreement as if fully rewritten herein.
Article 8 – CONTRACTOR’S Certifications
The CONTRACTOR understands and agrees that all certifications made by the CONTRACTOR
within the Proposal shall apply under this Agreement as if fully rewritten herein. The
CONTRACTOR further certifies the following;
a. Certification of Eligibility (29 CFR Part 5.5)
i. By Entering into this contract, the CONTRACTOR certifies that neither he or she
nor any person or firm who has an interest in the CONTRACTOR’S firm is a person
or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of
the Davis -Bac on Act or 29 CFR 5.12(a)(1);
ii. No part of this contract shall be subcontracted to any person or firm ineligible for
award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act
or 29 CFR 5.12(a)(1);
iii. The penalty for making false statements is prescribed in the U.S. Criminal Code
18 U.S.C.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 114 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 37
b. Certification of Non-Segregated Facilities (41 CFR Part 60-1.8)
The federally -assisted construction CONTRACTOR, certifies that it does not maintain or
provide, for its employees, any segregated facilities at any of its establishments and that
it does not permit its employees to perform their services at any location, under its
control, where segregated facilities are maintained. The BIDDER certifies that it will not
maintain or provide, for its employees, segregated facilities at any of its establishments
and that it will not permit its employees to perform their services at any location under its
control where segregated facilities are maintained. The Bidder agrees that a breach of
this certification is a violation of the Equal Opportunity Clause, which i s to be incorporated
in the contract.
As used in this certification, the term "segregated facilities" means any waiting rooms,
work areas, restrooms, and washrooms, restaurants and other eating areas, time clocks,
locker rooms and other storage or dres sing areas, parking lots, drinking fountains,
recreation or entertainment areas, transportation, and housing facilities provided for
employees which are segregated on the basis of race, color, religion, or national origin
because of habit, local custom, or any other reason. The Bidder agrees that (except
where it has obtained identical certifications from proposed subcontractors for specific
time periods) it will obtain identical certifications from proposed subcontractors prior to
the award of subcontract s exceeding $10,000 which are not exempt from the provisions
of the Equal Opportunity Clause and that it will retain such certifications in its files.
c. Non-Discrimination: The CONTRACTOR or Subcontractor shall not discriminate on the
basis of race, color, national origin or sex in the performance of this contract. The
Contractor shall carry out applicable requirements of 49 CFR Part 21, Iowa Civil Rights
Act of 1965, Iowa A dministrative Rules and Iowa Executive Order 15. 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.
d. The CONTRACTOR will be required to agree that not less than the prevailing rate of
wages will be paid to all workmen, laborers and mechanics performing work under this
contract.
Article 9 – Prompt Payment
The CONTRACTOR agrees to pay each subcontractor under this prime contract for satisfactory
performance of its contract no later than thirty (30) days from the receipt of each payment the
Contractor receives from the Owner. The Contractor agrees further to return retaina ge payments
to each Subcontractor within thirty (30) 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 a pproval of the Owner. Any prime Contractor that
does not comply with the prompt payment to any Subcontractor (who has satisfactorily completed
their work) will be subject to the Owner delaying further payment to the prime withholding said
retainage. Any dispute regarding nonpayment to Subcontractors sh ould be addressed for
resolution through the following channels.
This clause applies to both DBE and non -BDE Subcontractors.
Article 10 – Miscellaneous
a. CONTRACTOR understands that it shall be solely responsible for the means, methods,
techniques, sequences and procedures of construction in connection with completion of
the Work;
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 115 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 38
b. CONTRACTOR understands and agrees that it shall not accomplish any work or furnish
any materials that are not covered or authorized by the Contract Documents unless
authorized in writing by the OWNER or ENGINEER;
c. The rights of each party under this Agreement shall not be assigned or transferred to any
other person, entity, firm or corporation without prior written consent of both parties;
d. OWNER and CONTRACTOR each bind itself, their partners, successors, assigns and legal
representatives to the other party in respect to all covenants, agreements, and obligations
contained in the Contract Documents.
e. CONTRACTOR understands and agrees that it shall comply with all requirements of the
City of Iowa City Equal Employment Opportunity policy and shall provide all require
documentation at the time of Agreement execution.
f. CONTRACTOR understands and agrees that it shall comply with all requirements of the
City of Iowa City Wage Theft policy and shall provide all require documentation at the time
of Agreement execution.
Article 10 – OWNER’S Representative
The OWNER’S Representative, herein referred to as ENGINEER, is defined as follows:
Crawford, Murphy & Tilly, Inc.
3300 69th Avenue, Ste. 2
Moline, IL 61265
Said ENGINEER will act as the OWNER’S representative and shall assume all rights and authority
assigned to the ENGINEER as stated within the Contract Documents in connection with the
completion of the Project Work.
IN WITNESS WHEREOF, OWNER and CONTRACTOR have executed five (5) copies of this Agreement
on the day and year first noted herein.
OWNER
Name:
Address: 1801 S. Riverside Drive
Iowa City , IA 52246
By: __________________________________
Signature
__________________________________
Title of Representative
ATTEST
By: __________________________________
Signature
__________________________________
Title
CONTRACTOR
Name: _____________________________
Address: _____________________________
_____________________________
By:__________________________________
Signature
__________________________________
Title of Representative
ATTEST
By: ___________________________________
Signature
___________________________________
Title
Iowa City Airport Commission
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 116 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 39
PERFORMANCE BOND
Bond Number
PRINCIPAL (Legal Name and Business Address)
STATE OF INCORPORATION
SURETY (Legal Name and Business Address)
CONTRACT NO. CONTRACT DATE
PENAL SUM OF BOND (Expressed in words and numerals)
OBLIGATION
KNOW ALL PERSONS BY THESE PRESENTS, that the above named PRINCIPAL, hereinafter referred
to and called CONTRACTOR, and the above named SURETY hereby bind themselves unto Iowa City
Airport Commission, Iowa City Municipal Airport, 1801 S. Riverside Drive, Iowa City, IA 52246, as
OBLIGEE, hereinafter referred to and called OWNER, in the penal sum stated above, i n lawful money of
the United States of America to be paid to OWNER. For payment of the penal sum, we bind ourselves, our
heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS,
CONTRACTOR has entered into the written contract agreement identified hereinabove with the OWNER
for the following project:
Project Name: Construct Airside Ground Mount Solar Array
Project Location: Iowa City Municipal Airport, 1801 S. Riverside Drive, Iowa City, IA
which said contract and associated contract documents, including any present or future amendment
thereto, is incorporated herein by reference and is hereinafter referred to as the Contract.
CONDITION
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if CONTRACTOR shall
promptly and faithfully perform all undertakings, covenants, terms, conditions and agreements of the
Contract during the original term of the Contract and any extensions the reof that are granted by the
OWNER, with or without notice to the SURETY, and during the period of any guarantee or warranties
required under the Contract, and if CONTRACTOR shall perform and fulfill all undertakings, covenants,
terms, conditions and agreements of any and all duly authorized modifications of the Contract that hereafter
are made, then this obligation shall be void; otherwise it shall remain in full force and effect subject to the
following additional conditions:
1. SURETY, for value received, hereby stipulates and agrees that no change, extension of time, modification,
omission, addition or change in or to the Contract, or the work performed thereunder or the specifications
accompanying the same, shall in any way aff ect the SURETY’S obligation on this bond; and SURETY hereby
agrees to waive notice of any and all such extensions, modifications, omissions, alterations, and additions to
the terms of the Contract, work or specifications.
2. Whenever CONTRACTOR shall be and declared by the OWNER to be in default under the Contract, the
Surety shall promptly and at the SURETY’S expense remedy the default by implementing one or more of the
following actions:
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 117 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 40
a. Arrange for the CONTRACTOR, with consent of the OWNER, to perform and complete the Contract; or
b. Undertake to perform and complete the Contract itself, through its agents or through independent
contractors; or
c. Obtain bids or negotiated proposals from qualified contractors acceptable to the OWNER for a contract
for performance and completion of the Contract; arrange for a contract to be prepared for execution by
the OWNER and the contractor selected with the OWNE R’S concurrence, to be secured with performance
and payment bonds executed by a qualified surety equivalent to the Bonds issued on the Contract; and
make available as work progresses (even though there should be a default or a succession of defaults
under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the
cost of completion less the balance of the contract price; but not exceeding, including other costs and
damages for which the Surety may be liable hereunder, the penal sum of the bond. The term "balance of
the contract price", as used in this paragraph, shall mean the total amount payable by OWNER to
CONTRACTOR under the Contract and any amendments thereto, disbursed at the rate provided in the
original contra ct, less the amount properly paid by OWNER to CONTRACTOR.
d. With written consent of the OWNER, SURETY may waive its right to perform and complete, arrange for completion or obtain a new contractor and with reasonable promptness, investigate and determine the
amount the SURETY is liable to the OWNER and tender payme nt therefor to the OWNER.
3. CONTRACTOR and SURETY agree that if in connection with the enforcement of this Bond, the OWNER is
required to engage the services of an attorney, that reasonable attorney fees incurred by the OWNER, with
or without suit, are in addition to the balance of the contract price.
4. No right of action shall accrue on this bond to or for the use of any person or corporation other than the
OWNER named herein or the successors or assigns of the OWNER.
WITNESS
In witness whereof, this instrument is executed this the _______ day of ___________________, 20___.
INDIVIDUAL PRINCIPAL:
Company Name:
Signature:
Name and Title:
CORPORATE PRINCIPAL:
ATTEST:
Corporate Name:
Signature: Signature:
Name and Title: Name and Title:
(Affix Corporate Seal)
SURETY:
ATTEST:
Surety Name:
Signature: Signature:
Name and Title: Name and Title:
(Affix Seal) (Attach Power of Attorney)
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 118 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 41
PAYMENT BOND Bond Number
PRINCIPAL (Legal Name and Business Address)
STATE OF INCORPORATION
SURETY (Legal Name and Business Address)
CONTRACT NO. CONTRACT DATE
PENAL SUM OF BOND (Expressed in words and numerals)
OBLIGATION
KNOW ALL PERSONS BY THESE PRESENTS, that the above named PRINCIPAL, hereinafter referred
to and called CONTRACTOR, and the above named SURETY hereby bind themselves unto Iowa City
Airport Commission, Iowa City Municipal Airport, 1801 S. Riverside Drive , Iowa City, IA 52246, as
OBLIGEE, hereinafter referred to and called OWNER, in the penal sum stated above, i n lawful money of
the United States of America to be paid to OWNER. For payment of the penal sum, we bind ourselves, our
heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS,
CONTRACTOR has entered into the written contract agreement identified hereinabove with the OWNER
for the following project:
Project Name: Construct Airside Ground Mount Solar Array
Project Location: Iowa City Municipal Airport, 1801 S. Riverside Drive, Iowa City, IA 52246
which said contract and associated contract documents, including any present or future amendment
thereto, is incorporated herein by reference and is hereinafter referred to as the Contract.
CONDITION
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if CONTRACTOR shall
promptly make payment to all employees, persons, firms or corporations for all incurred indebtedness and
just claims for labor, supplies, materials and services furnished for or used in connection with the
performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and
effect subject to the following additional conditio ns:
1. CONTRACTOR and SURETY indemnify and hold harmless the OWNER for all claims, demands,
liens or suits that arise from performance of the Contract
2. SURETY, for value received, hereby stipulates and agrees that no change, extension of time,
modification, omission, addition or change in or to the Contract, or the work performed thereunder
or the specifications accompanying the same, shall in any way aff ect the SURETY’S obligation on
this bond; and SURETY hereby agrees to waive notice of any and all such extensions,
modifications, omissions, alterations, and additions to the terms of the Contract, work or
specifications.
3. No final settlement between the OWNER and the CONTRACTOR shall abridge the right of any
beneficiary hereunder, whose claim may be unsatisfied.
4. The amount of this bond shall be reduced by and to the extent of any payments made in good faith
hereunder.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 119 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 42
5. Amounts owed by the OWNER to the CONTRACTOR under the Contract shall be used for the
performance of the Contract and to satisfy claims, if any, under any Performance Bond. By the
CONTRACTOR furnishing and the OWNER accepting this Bond, they agree that all funds earned
by the CONTRACTOR in the performance of the Contract are dedicated to satisfy obligations of
the CONTRACTOR and the SURETY under this Bond, subject to the OWNER’S priority to use the
funds for the completion of the project.
WITNESS
In witness whereof, this instrument is executed this the _______ day of ___________________, 20___.
INDIVIDUAL PRINCIPAL:
Company Name:
Signature:
Name and Title:
CORPORATE PRINCIPAL:
ATTEST:
Corporate Name:
Signature: Signature:
Name and Title: Name and Title:
(Affix Corporate Seal)
SURETY:
ATTEST:
Surety Name:
Signature: Signature:
Name and Title: Name and Title:
(Affix Seal) (Attach Power of Attorney)
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 120 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 43
SELECTION CRITERIA FOR AWARDING PRIME CONTRACTS TO BIDDERS
Prime Contracts shall be awarded to the bidder offering the lowest and most reasonable price, conditioned
upon satisfying the requirements established by the Sponsor to evaluate the efforts of the bidder to meet
the DBE contract goal.
To determine the reasonableness of a bidder’s offer, the Sponsor shall use the same criteria it would use
if the bidder has made the only offer to perform the contract. In addition to price, the following criteria shall
be used to determine the lowest and best bidder:
1. The ability, capacity, and skill of the bidder to perform the contract.
2. Whether the bidder can perform the contract within the time specified, without delay or
interference.
3. The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
4. The quality of performance of previous contracts.
5. Previous and existing compliance by the bidder with laws and ordinances relating to the
contract.
6. The sufficiency of the financial resources and ability of the bidder to perform the contract
or provide the service.
7. The quality, availability, and adaptability of the supplies or contractual services to the
particular use required.
8. The ability of the bidder to provide maintenance and service for the use of the subject of
the contract.
9. Compliance with the requirements of the bid proposal.
The Sponsor shall base its judgment of the reasonable and good faith effort of the Contractor to secure
DBE participation on the following criteria:
1. Whether the Contractor advertised in general circulation, trade association, and minority
focus media concerning the subcontracting opportunities or solicited by phone calls an
adequate number of DBE Contractors;
2. Whether the Contractor provided interested DBE’s with adequate information about the
plans, specifications and requirements of the contract; and
3. Whether the Contractor negotiated in good faith with interested DBE’s, not rejecting DBE’s
as unqualified without sound reasons based on a thorough investigation of their
capabilities.
Bidders that, in the judgment of the Sponsor, fail to demonstrate sufficient reasonable and good faith
efforts to meet DBE contract goals shall not be eligible for award of the contract.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 121 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 44
DIVISION 3 - SUPPLEMENTARY PROVISIONS
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 122 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 45
S U PPLE M E N T A R Y P R O V I S I O N S
PART A – FEDERAL CONTRACT PROVISONS FOR CONSTRUCTION AND
EQUIPMENT CONTRACTS
APPLICATION OF REFERENCES
ALL REFERENCES MADE HEREIN TO “CONTRACTOR”, “BIDDER”, AND “OFFEROR”
SHALL PERTAIN TO THE PRIME CONTRACTOR. ALL REFERENCES MADE HERE IN TO
“SUBCONTRACTOR” SHALL PERTAIN TO ANY AND ALL SUBCONTRACTORS UNDER
CONTRACT WITH THE PRIME CONTRACTOR OR A SUBCONTRACTOR.
ALL REFERENCES MADE HEREIN TO “CONSULTANT” SHALL PERTAIN TO
ARCHITECT/ENGINEER (A/E) UNDER CONTRACT WITH THE SPONSOR. ALL
REFERENCES MADE HEREIN TO “SUBCONSULTANT” SHALL PERTAIN TO ANY AND ALL
SUBCONSULTANTS UNDER CONTRACT WITH THE A/E.
ALL REFERENCES MADE HEREIN TO “SPONSOR” AND “OWNER” SHALL PERTAIN TO
THE STATE, CITY, AIRPORT AUTHORIT Y O R OTHER PUBLIC ENTITY EXECUTIN G
CONTRACTS WITH THE PRIME CONTRACTOR AND/OR THE A/E.
PROVISIONS APPLICABLE TO ALL CONTRACTS
ACCESS TO RECORDS AND REPORTS ......................................................................................... 47
BUY AMERICAN PREFERENCE ................................................................................................... 47
CIVIL RIGHTS - GENERAL .......................................................................................................... 47
CIVIL RIGHTS – TITLE VI ASSURANCES ....................................................................................... 47
DOMESTIC PREFERENCES FOR PROCUREMENTS........................................................................ 50
DISADVANTAGED BUSINESS ENTERPRISE .................................................................................. 50
FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) ......................................... 52
OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 .................................................................. 52
PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR
EQUIPMENT............................................................................................................................ 53
RIGHT TO INVENTIONS ............................................................................................................ 53
SEISMIC SAFETY ...................................................................................................................... 53
TAX DELINQUENCY AND FELONY CONVICTIONS ........................................................................ 53
TRADE RESTRICTION CERTIFICATION ........................................................................................ 54
VETERAN’S PREFERENCE.......................................................................................................... 55
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 123 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 46
PROVISIONS APPLICABLE TO ALL CONTRACTS EXCEEDING $2,000
COPELAND “ANTI-KICKBACK’ ACT ............................................................................................. 56
DAVIS-BACON REQUIREMENTS ................................................................................................ 56
PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $10,000
AFFIRMATIVE ACTION REQUIREMENT ...................................................................................... 63
DISTRACTED DRIVING .............................................................................................................. 63
EQUAL EMPLOYMENT OPPORTUNITY (EEO) .............................................................................. 63
PROCUREMENT OF RECOVERED MATERIALS ............................................................................. 68
PROHIBITION OF SEGREGATED FACILITIES ................................................................................ 69
TERMINATION OF CONTRACT .................................................................................................. 69
PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $25,000
DEBARMENT AND SUSPENSION ............................................................................................... 72
PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $100,000
CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS................................... 73
LOBBYING AND INFLUENCING FEDERAL EMPLOYEES ................................................................. 73
PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $150,000
CLEAN AIR AND WATER POLLUTION CONTROL.......................................................................... 75
PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $250,000
BREACH OF CONTRACT TERMS................................................................................................. 76
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 124 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 47
PROVISIONS APPLICABLE TO ALL CONTRACTS
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 an y 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 requi red under this
contract for a period of not less than three years after final payment is made and all pending matters are
closed.
BUY AMERICAN PREFERENCE
Reference: 49 USC § 50101, Executive Order 14005, Bipartisan Infrastructure Law (Pub. L. No.117-58, Build
America, Buy America (BABA)
The Contractor certifies that its bid/offer is in compliance with 49 USC § 50101, BABA and other related
Made in America Laws, U.S. statutes, guidance, and FAA policies, which provide that Federal funds may not
be obligated unless all iron, steel and manuf actured goods used in AIP funded projects are produced in the
United States, unless the Federal Aviation Administration has issued a waiver for the product; the product
is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is
included in the FAA Nationwide Buy American Waivers Issued list.
The bidder or offeror must complete and submit the certification of compliance with FAA’s Buy American
Preference, BABA and Made in America laws included herein with their bid or offer. The Airport
Sponsor/Owner will reject as nonresponsive any bid or offer that does not include a completed certification
of compliance with FAA’s Buy American Preference and BABA.
The bidder or offeror certifies that all constructions materials, defined to mean an article, material, or supply
other than an item of primarily iron or steel; a manufactured product; cement and cementitious materials;
aggregates such as stone, sand, or gravel; or aggregate binding agents or additives that are or consist
primarily of: non -ferrous metals; plastic and polymer-based products (including polyvinylchloride,
composite building materials, and polymers used in fiber optic cables); glass (including optic glass); lumber;
or drywall used in the project are manufactured in the U.S.
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 pe rson 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 benefitin g 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
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 125 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 48
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
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 A ssistance);
• 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 defin ition 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 hi gh
and adverse human health or environmental effects on minority and low -income
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 126 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 49
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:
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, o r 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 wh o 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.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 127 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 50
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 involve d 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.
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.
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.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 128 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 51
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
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 D OT-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))
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 129 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 52
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.
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.
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.
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.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 130 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 53
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 t he 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
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
1) 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.
2) The applicant represe nts that it is ( ) is not ( ) a corporation that was convicte d of a criminal violation
under any Federal law within the prece ding 24 months.
Note
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 131 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 54
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 Govern ment’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 authorit y responsible for collecting
the tax liability.
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.
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 Contr actor 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
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 132 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 55
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 subcont ractor 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.
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 v eterans
readily available and qualified to perform the work to which the employment relates.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 133 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 56
PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $2,000
COPELAND “ANTI-KICKBACK’ ACT
Reference: 2 CFR Part 200 Appendix II(D) and 29 CFR Parts 3 and 5
Contractor must comply with the requirements of the Copeland “Anti -Kickback” Act (18 USC 874 and 40
USC 3145), as supplemented by Department of Labor regulation 29 CFR part 3. Contractor and
subcontractors are prohibited from inducing, by any means, any pe rson employed on the project to give up
any part of the compensation to which the employee is entitled. The Contractor and each Subcontractor
must submit to the Owner, a weekly statement on the wages paid to each employee performing on covered
work during the prior week. Owner must report any violations of the Act to the Federal Aviation
Administration.
DAVIS -BACON REQUIREMENTS
Reference: 2 CFR Part 200 Appendix II(D), 29 CFR Part 5, 49 USC § 47112(b),
and 40 USC §§ 3141-3144, 3146, and 3147
1.Minimum Wages
(i) All laborers and mechanics employed or working upon the site of the work will be paid
unconditionally and not less often than once a week, and without subsequent deduction or rebate
on any account (except such payroll deductions as are permitted by the Sec retary of Labor under
the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash
equivalent thereof) due at time of payment computed at rates not less than those contained in the
wage determination of the Secretary o f Labor which is attached hereto and made a part hereof,
regardless of any contractual relationship which may be alleged to exist between the Contractor
and such laborers and mechanics.
Contributions made or costs reasonably anticipated for bona fide fringe benefits under section
1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to
such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also,
regular contributions made or cos ts incurred for more than a weekly period (but not less often than
quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed
to be constructively made or incurred during such weekly period. Such laborers and mechanics shall
be paid the appropriate wage rate and fringe benefits on the wage determination for the
classification of work actually performed, without regard to skill, except as provided in 29 CFR §
5.5(a)(4). Laborers or mechanics performing work in more than o ne classification may be
compensated at the rate specified for each classification for the time actually worked therein:
Provided, that the employer’s payroll records accurately set forth the time spent in each
classification in which work is performed. Th e wage determination (including any additional
classification and wage rates conformed under (1)(ii) of this section) and the Davis -Bacon poster
(WH-1321) shall be posted at all times by the Contractor and its subcontractors at the site of the
work in a prominent and accessible place where it can easily be seen by the workers.
(ii) (A) The contracting officer shall require that any class of laborers or mechanics, including helpers,
which is not listed in the wage determination and which is to be employed under the contract shall
be classified in conformance with the wage determination. T he contracting officer shall approve an
additional classification and wage rate and fringe benefits therefore only when the following criteria
have been met:
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 134 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 57
(1) The work to be performed by the classification requested is not performed by a
classification in the wage determination ;
(2) The classification is utilized in the area by the construction industry; and
(3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable
relationship to the wage rates contained in the wage determination.
(B) If the Contractor and the laborers and mechanics to be employed in the classification (if
known), or their representatives, and the contracting officer agree on the classification and wage
rate (including the amount designated for fringe benefits where app ropriate), a report of the
action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour
Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC
20210. The Administrator, or an authorized representative, will approve, modify, or disapprove
every additional classification action within 30 days of receipt and so advise the contracting
officer or will notify the contracting officer within the 30-day period that additional time is
necessary.
(C) In the event the Contractor, the laborers, or mechanics to be employed in the classification,
or their representatives, and the contracting officer do not agree on the proposed classification
and wage rate (including the amount designated for fringe benefits where appropriate), the
contracting officer shall refer the questions, including the views of all interested parties and the
recommendation of the contracting office r, to the Administrator for determination. The
Administrator, or an authorized representative, will issue a determination within 30 days of
receipt and so advise the contracting officer or will notify the contracting officer within the 30 -
day period that additional time is necessary .
(D) The wage rate (including fringe benefits where appropriate) determined pursuant to
subparagraphs (1)(ii) (B) or (C) of this paragraph, shall be paid to all workers performing work in
the classification under this contract from the first day on which work is performed in the
classification.
(iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or
mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall
either pay the benefit as stated in the wage determination or shall pay another bona fide fringe
benefit or an hourly cash equivalent thereof .
(iv) If the Contractor does not make payments to a trustee or other third person, the Contractor may
consider as part of the wages of any laborer or mechanic the amount of any costs reasonably
anticipated in providing bona fide fringe benefits under a plan or p rogram: Provided that the
Secretary of Labor has found, upon the written request of the Contractor, that the applicable
standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the Contractor
to set aside in a separate account ass ets for the meeting of obligations under the plan or program .
2.Withholding
The Federal Aviation Administration or the Sponsor shall upon its own action or upon written
request of an authorized representative of the Department of Labor withhold or cause to be
withheld from the Contractor under this contract or any other Federal co ntract with the same prime
contractor, or any other federally -assisted contract subject to Davis -Bacon prevailing wage
requirements, which is held by the same prime contractor, so much of the accrued payments or
advances as may be considered necessary to p ay laborers and mechanics, including apprentices,
trainees, and helpers, employed by the Contractor or any subcontractor the full amount of wages
required by the contract. In the event of failure to pay any laborer or mechanic, including any
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 135 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 58
apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages
required by the contract, the Federal Aviation Administration may, after written notice to the
Contractor, Sponsor, Applicant, or Owner, take such action as may be necessary to cause the
suspension of any further payment, advance, or guarantee of funds until such violations have
ceased.
3.Payrolls and basic records
(i) Payrolls and basic records relating thereto shall be maintained by the Contractor during the
course of the work and preserved for a period of three years thereafter for all laborers and
mechanics working at the site of the work. Such records shall contain the name, address, and social
security number of each such worker; his or her correct classification; hourly rates of wages paid
(including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents
thereof of the types described in 1(b)(2)(B) of the Davis -Bacon Act); daily and weekly number of
hours worked; deductions made; and actual wages paid. Whenever the Secretary of Labor has found
under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amou nt of any
costs reasonably anticipated in providing benefits under a plan or program described in section
1(b)(2)(B) of the Davis-Bacon Act, the Contractor shall maintain records that show that the
commitment to provide such benefits is enforceable, that t he plan or program is financially
responsible, and that the plan or program has been communicated in writing to the laborers or
mechanics affected, and that show the costs anticipated or the actual costs incurred in providing
such benefits. Contractors emp loying apprentices or trainees under approved programs shall
maintain written evidence of the registration of apprenticeship programs and certification of trainee
programs, the registration of the apprentices and trainees, and the ratios and wage rates pre scribed
in the applicable programs .
(ii) (A) thru (D)
(A) The Contractor shall submit weekly for each week in which any contract work is performed
a copy of all payrolls to the Federal Aviation Administration if the agency is a party to the
contract, but if the agency is not such a party, the Contractor will subm it the payrolls to the
applicant, Sponsor, or Owner, as the case may be, for transmission to the Federal Aviation
Administration. The payrolls submitted shall set out accurately and completely all of the
information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security
numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls
shall only need to include an individually identifying number for each employee (e.g. the last
four digits of the employee’s social security number). The required weekly payroll information
may be submitted in any form desired. Optional Form WH –347 is available for this purpose from
the Wage and Hour Division Web site at www.dol.gov/whd/forms/wh347instr.htm or its
succe ssor site. The prime contractor is responsible for the submission of copies of payrolls by
all subcontractors. Contractors and subcontractors shall maintain the full social security number
and current address of each covered worker and shall provide them u pon request to the Federal
Aviation Administration if the agency is a party to the contract, but if the agency is not such a
party, the Contractor will submit them to the applicant, sponsor, or Owner, as the case may be,
for transmission to the Federal Aviation Administration, the Contractor, or the Wage and Hour
Division of the Department of Labor for purposes of an investigation or audit of compliance with
prevailing wage requirements. It is not a violation of this section for a prime contractor to
require a subcontractor to provide addresses and social security numbers to the prime
contractor for its own records, without weekly submission to the sponsoring government
agency (or the applicant, Sponsor, or Owner).
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 136 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 59
(B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the
Contractor or subcontractor or his or her agent who pays or supervises the payment of the
persons employed under the contract and shall certify the following :
(1) The payroll for the payroll period contains the information required to be provided
under 29 CFR § 5.5(a)(3)(ii), the appropriate information is being maintained under 29
CFR § 5.5 (a)(3)(i), and that such information is correct and complete ;
(2) Each laborer and mechanic (including each helper, apprentice, and trainee) employed
on the contract during the payroll period has been paid the full weekly wages earned,
without rebate, either directly or indirectly, and that no deductions have been made
either directly or indirectly from the full wages earned, other than permissible
deductions as set forth in Regulations 29 CFR Part 3;
(3) Each laborer or mechanic has been paid not less than the applicable wage rates and
fringe benefits or cash equivalents for the classification of work performed, as specified
in the applicable wage determination incorporated into the contract .
(C) The weekly submission of a properly executed certification set forth on the reverse side of
Optional Form WH-347 shall satisfy the requirement for submission of the “Statement of
Compliance” required by paragraph (3)(ii)(B) of this section .
(D) The falsification of any of the above certifications may subject the Contractor or
subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of
Title 31 of the United States Code .
(iii) The Contractor or subcontractor shall make the records required under paragraph (3)(i) of this
section available for inspection, copying, or transcription by authorized representatives of the
sponsor, the Federal Aviation Administration, or the Department of Labor and shall permit such
representatives to interview employees during working hours on the job. If the Contractor or
subcontractor fails to submit the required records or to make them available, the Federal agency
may, after written notice to the Co ntractor, Sponsor, applicant, or Owner, take such action as may
be necessary to cause the suspension of any further payment, advance, or guarantee of funds.
Furthermore, failure to submit the required records upon request or to make such records available
may be grounds for debarment action pursuant to 29 CFR 5.12.
4.Apprentices and Trainees
(i) Apprentices
Apprentices will be permitted to work at less than the predetermined rate for the work they
performed when they are employed pursuant to and individually registered in a bona fide
apprenticeship program registered with the U.S. Department of Labor, Employm ent and Training
Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency
recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary
employment as an apprentice in such an apprentice ship program, who is not individually
registered in the program, but who has been certified by the Bureau of Apprenticeship and
Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary
employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site
in any craft classification shall not be greater than the ratio permitted to the contractor as to the
entire work force under the registered program. Any worker listed on a payroll at an apprentice
wage rate, who is not registered or otherwise employed as stated above, shall be paid not less
than the applicable wage rate on the wage determination for the classification of work actually
performed. In addition, any apprentice performing work on the j ob site in excess of the ratio
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 137 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 60
permitted under the registered program shall be paid not less than the applicable wage rate on
the wage determination for the work actually performed. Where a contractor is performing
construction on a project in a locality other than that in which its pro gram is registered, the ratios
and wage rates (expressed in percentages of the journeyman’s hourly rate) specified in the
Contractor’s or subcontractor’s registered program shall be observed. Every apprentice must be
paid at not less than the rate specifie d in the registered program for the apprentice’s level of
progress, expressed as a percentage of the journeymen hourly rate specified in the applicable
wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions
of the apprenticeship program. If the apprenticeship program does not specify fringe benefits,
apprentices must be paid the full amount of fringe benefits listed on the wage determination for
the applicable classification. If the Administrator determines that a di fferent practice prevails for
the applicable apprentice classification, fringes shall be paid in accordance with that
determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship
Agency recognized by the Bureau, withdraw s approval of an apprenticeship program, the
Contractor will no longer be permitted to utilize apprentices at less than the applicable
predetermined rate for the work performed until an acceptable program is approved
(ii) Trainees
Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the
predetermined rate for the work performed unless they are employed pursuant to and
individually registered in a program which has received prior approval, evidenced by formal
certification by the U.S. Department of Labor, Employment and Training Administration. The
ratio of trainees to journeymen on the job site shall not be greater than permitted under the
plan approved by the Employment and Training Administration. Every trainee must be paid at
not less than the rate specified in the approved program for the trainee’s level of progress,
expressed as a percentage of the journeyman hourly rate specified in the applicable wage
determination. Trainees shall be paid fring e benefits in accordance with the provisions of the
trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid
the full amount of fringe benefits listed on the wage determination unless the Administrator of
the Wage and Hour Division determines that there is an apprenticeship program associated with
the corresponding journeyman wage rate on the wage determination that provides for less than
full fringe benefits for apprentices. Any employee listed on the payroll at a t rainee rate that is
not registered and participating in a training plan approved by the Employment and Training
Administration shall be paid not less than the applicable wage rate on the wage determination
for the classification of work actually performed. In addition, any trainee performing work on
the job site in excess of the ratio permitted under the registered program shall be paid not less
than the applicable wage rate on the wage determination for the work actually performed. In
the event the Employment and Training Administration withdraws approval of a training
program, the Contractor will no longer be permitted to utilize trainees at less than the applicable
predetermined rate for the work performed until an acceptable program is approved .
(iii) Equal Employment Opportunity. The utilization of apprentices, trainees, and journeymen
under this part shall be in conformity with the equal employment opportunity requirements of
Executive Order 11246, as amended, and 29 CFR Part 30.
5.Compliance with Copeland Act Requirements
The Contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by
reference in this contract .
6.Subcontracts
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 138 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 61
The Contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part
5.5(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by
appropriate instructions require, and also a clause requiring the subcontractors to include these
clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance
by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5 .
7.Contract Termination: Debarment
A breach of the contract clauses in paragraph 1 through 10 of this section may be grounds for
termination of the contract, and for debarment as a contractor and a subcontractor as provided in
29 CFR 5.12.
8.Compliance with Davis-Bacon and Related Act Requirements
All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3,
and 5 are herein incorporated by reference in this contract .
9.Disputes Concerning Labor Standards
Disputes arising out of the labor standards provisions of this contract shall not be subject to the
general disputes clause of this contract. Such disputes shall be resolved in accordance with the
procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the
meaning of this clause include disputes between the Contractor (or any of its subcontractors) and
the contracting agency, the U.S. Department of Labor, or the employees or their representatives .
10.Certification of Eligibility
(i) By entering into this contract, the Contractor certifies that neither it (nor he or she) nor any
person or firm who has an interest in the Contractor’s firm is a person or firm ineligible to be
awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR
5.12(a)(1).
(ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a
Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1).
(iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 USC 1001 .
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 139 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 62
PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $10,000
AFFIRMATIVE ACTION REQUIREMENT
Reference: 41 CFR Part 60-4 and Executive Order 11246
1. The Offeror’s or Bidder’s attention is called to the “Equal Opportunity Clause” and the “Standard
Federal Equal Employment Opportunity Construction Contract Specifications” set forth herein .
2. The goals and timetables for minority and female participation, expressed in percentage terms for
the Contractor’s aggregate workforce in each trade on all construction work in the covered area,
are as follows:
These goals are applicable to all of the Contractor’s construction work (whether or not it is Federal or
federally assisted) performed in the covered area. If the Contractor performs construction work in a
geographical area located outside of the covered area, it shall ap ply the goals established for such
geographical area where the work is actually performed. With regard to this second area, the
Contractor also is subject to the goals for both its federally involved and non -federally involved
construction.
The Contractor’s compliance with the Executive Order and the regulations in 41 CFR Part 60 -4 shall be
based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations
required by the specifications set forth in 41 CFR 60-4.3(a) and its efforts to meet the goals. The hours
of minority and female employment and training must be substantially uniform throughout the length
of the contract, and in each trade, and the Contractor shall make a good faith effort to employ
minorities and women evenly on each of its projects. The transfer of minority or female employees or
trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the
Contractor’s goals shall be a violation of the contract, the Executive Order and the regulations in 41
CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed .
3. The Contractor shall provide written notification to the Director of the Office of Federal Contract
Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in
excess of $10,000 at any tier for construction work under the contract resulting from this solicitation.
The notification shall list the name, address, and telephone number of the subcontractor; employer
identification number of the subcontractor; estimated dollar amount of the subcontract; estimated
starting and completion dates of the subcontract; and the geographical area in which the subcontract
is to be performed .
4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is:
State County City
IOWA JOHNSON IOWA CITY
Timetables: Goal:
Goals for minority participation for each trade: 8.0%
Goals for female participation in each trade: 6.9 %
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 140 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 63
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 pol icies 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 ve hicles 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 wit h the project.
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.
(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 anoth er 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 su ch 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 in vestigation 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 wor kers’ representative of the Contractor’s commitments
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 141 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 64
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 Septem ber 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 provis ions,
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 interes ts 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 ;
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
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 142 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 65
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 ar ea (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 achiev e 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 Progr ams 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 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 Contract or 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 con struction project. The Contractor shall
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 143 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 66
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 a t 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 availab le, 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 resp ect 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 ha s 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 barga ining 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 bulle tin 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 re view 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 meeting s, 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 cont ractors and
subcontractors with whom the Contractor does or anticipates doing business .
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,
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 144 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 67
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 work force .
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 eve ry 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 goo d 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 su ch 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 wom en, 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.
12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 145 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 68
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 Co mpliance 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 ke ep 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, appre ntice, 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 Pu blic Works Employment Act of 1977 and the
Community Development Block Grant Program).
PROCUREMENT OF RECOVERED MATERIALS
Reference: 2 CFR § 200.323, 2 CFR Part 200, Appendix II(J), 40 CFR Part 247, and 42 USC § 6901, et seq
Contractor and subcontractor agree to comply with Section 6002 of the Solid Waste Disposal Act, as
amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Part
247. In the performance of this contract and to the extent practicable, the Contractor and subcontractors
are to use products containing the highest percentage of recovered materi als for items designated by the
Environmental Protection Agency (EPA) under 40 CFR Part 247 whenever:
3) The contract requires procurement of $10,000 or more of a designated item during the fiscal year;
or
4) The contractor has procured $10,000 or more of a designated item using Federal funding during the
previous fiscal year.
The list of EPA-designated items is available at www.epa.gov/smm/comprehensive -procurement-
guidelines-construction-products.
Section 6002(c) establishes exceptions to the preference for recovery of EPA -designated products if the
contractor can demonstrate the item is:
a) Not reasonably available within a timeframe providing for compliance with the contract
performance schedule;
b) Fails to meet reasonable contract performance requirements; or
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 146 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 69
c) Is only available at an unreasonable price .
PROHIBITION OF SEGREGATED FACILITIES
Reference: 2 CFR Part 200, Appendix II(C) and 41 CFR § 60-1
(a) The Contractor agrees that it does not and will not maintain or provide for its employees any segregated
facilities at any of its establishments, and that it does not and will not permit its employees to perform their
services at any location under its control where segregated facilities are maintained. The Contractor agrees
that a breach of this clause is a violation of the Equal Employment Opportunity clause in this contract.
(b) “Segregated facilities,” as used in this clause, means any waiting rooms, work areas, rest rooms and wash
rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas,
parking lots, drinking fountains, recrea tion or entertainment areas, transportation, and housing facilities
provided for employees that are segregated by explicit directive or are in fact segregated on the basis of
race, color, religion, sex, sexual orientation, gender identity, or national orig in because of written or oral
policies or employee custom. The term does not include separate or single -user rest rooms or necessary
dressing or sleeping areas provided to assure privacy between the sexes.
(c) The Contractor shall include this clause in every subcontract and purchase order that is subject to the
Equal Employment Opportunity clause of this contract.
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 terminat ion, 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.
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;
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 147 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 70
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 cur e 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 Ow ner for any excess costs the Owner incurs for acquiring such similar
equipment.
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 protec t the Owner against loss because of Contractor
default.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 148 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 71
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 accep table 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.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 149 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 72
PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $25,000
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
presently debarred or otherwise disqualified from participation in this federally assisted project. The
successful bidder will accomplish th is 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 remed ies, including suspension and debarment of the non -compliant
participant.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 150 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 73
PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $100,000
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 hours in such workweek unless such laborer or mechanic receives compensati on 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 hou rs 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 th e 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 contra ctor,
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 respo nsible for compliance by any subcontractor or lower tier
subcontractor with the clauses set forth in paragraphs (1) through (4) of this clause.
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 :
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 151 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 74
(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, amend ment, 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 M ember of Congress in connection with
this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and
submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its
instructions.
(3) The undersigned shall require that the language of this certification be included in the award
documents for all sub -awards at all tiers (including subcontracts, 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.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 152 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 75
PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $150,000
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.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 153 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 76
PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $250,000
BREACH OF CONTRACT TERMS
Reference: 2 CFR § 200 Appendix II(A)
Any violation or breach of terms of this contract on the part of the Contractor or its subcontractors may
result in the suspension or termination of this contract or such other action that may be necessary to
enforce the rights of the parties of this agree ment.
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 .
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 154 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 77
PAGE INTENTIONALLY LEFT BLANK
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 155 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 78
PART B – FAA REQUIREMENTS
Airport Improvement Program . - The work in this contract is included in Airport Improvement Program
(AIP) which is being undertaken and accomplished by the Owner in accordance with the terms and
conditions of a grant agreement between the Owner and the United States, under the Airpo rt Improvement
Act of 1982, as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987, pursuant
to which the United States has agreed to pay a certain percentage of the associated project costs the are
determined to be allowable under said Act. The Contractor shall note that the United States is not a party
to this contract and no reference in this contract to the F.A.A. or any representative thereof, or to any rights
granted to the F.A.A. or any representative thereof, or the Un ited States, by the contract, make the United
States a party to this contract.
DBE ADMINISTRATION.
1. Eligibility of DBE's: Those firms currently certified as DBE’s by the Illinois, Iowa, Wisconsin and
Missouri Departments of Transportation are eligible to participate as DBE’s on this contract. A list of
these firms can be obtained from the State. Firms certified as DBE’s by other states, or other U.S.
DOT recipients are subject to the sponsor's acceptance. A bi dder may request a review of a potential
DBE prior to the bid opening. The bidder should allow ten working days for the sponsor's
determination regarding certification of the potential DBE. Previous acceptance of a DBE by the
FAA, State or Sponsor does not ensure acceptance on this project.
2. Counting DBE Participation toward DBE Goals: DBE participation toward attainment of the goal
will be computed on the basis of the subcontract prices agreed to between the Contractor and
subcontractors for the contract items or portions of items being sublet, as shown on the DBE
Participation Form and attachments. Credit will only be given for use of DBE’s that are certified or
accepted according to this specification. DBE participation shall be counted toward meeting the DBE
goal in accordance with the following:
a. Commercially Useful Function: The Sponsor shall count toward the DBE goal only those
expenditures to DBE’s that perform a commercially useful function in the work of the contract.
A DBE performs a commercially useful function when it is responsible for execution of a distinct
element of work by actually performing, managing, and supervising that work. To determine if
a DBE is performing a commercially useful function, the amount of work subcontracted, industry
practices, and other relevant factors will be evaluated. If consistent with industry practices, a
DBE shall enter into a subcontract or other contractual written agreement. A DBE Contractor
may subcontract a portion of the work up to the amount allowed under standard subcontracting
contract provisions of normal industry practices. A DBE is presumed not to be performing a
commercially useful function if the DBE is performing outside these guidelines.
b. Materials and Supplies: The Sponsor shall count toward the DBE goal the expenditures for
materials and supplies obtained from DBE suppliers and manufacturers as described below.
The DBE’s must assume the actual and contractual responsibility for the provision of the
materials and supplies
(1) The entire expenditure to a DBE manufacturer will be counted toward the DBE goal. A
manufacturer must operate or maintain a factory or establishment that produces on the
premises the materials or supplies that are obtained by the Contractor.
(2) Sixty percent of expenditures to a DBE regular dealer will be counted toward the DBE
goal. A regular dealer must perform a commercially useful function in the supply
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 156 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 79
process including buying the materials or supplies, maintaining an inventory and
regularly selling materials to the public. Bulk items such as steel, cement, gravel, stone
and petroleum products need not be kept in stock, but the dealer must own or operate
distribution equipment.
(3) No credit will be given toward the DBE goal, if the prime Contractor makes a direct
payment to a non-DBE material supplier. However, it will be permissible for a material
supplier to invoice the prime Contractor and the DBE jointly and be paid by the p rime
Contractor making remittance to the DBE firm and material supplier jointly.
(4) No credit, toward the DBE goal, will be given for the cost of materials or equipment
used in a DBE firm's work when those costs are paid by a deduction from the prime
Contractor's payment(s) to the DBE firm.
c. Owner-Operator Trucking: The Sponsor shall count toward the DBE goal, the entire delivery
fee paid to DBE owner-operators performing trucking for the Contractor, if they appear on the
Contractor's payroll and separate records are furnished to the Sponsor documenting the
expenditures. The records shall include for each owner-operator; their social security number;
driver's license number; vehicle registration number; current vehicle license number; truck
number; and a complete record of the contract fees paid to them.
d. Joint Venture: When a joint venture contract is involved, the Sponsor shall count towards the
DBE goal that portion of the contract total dollar value equal to the percentage of ownership
and control of each DBE firm within the joint venture. Such crediting is subject t o the sponsor's
acceptance of the joint venture agreement. The Bidder must furnish the joint venture agreement
with the DBE Participation Form. The joint venture agreement must include a detailed
breakdown of the following:
(1) Contract responsibility of the DBE for specific contract items of work,
(2) Capital participation by the DBE,
(3) Specific equipment to be provided by the DBE,
(4) Specific responsibilities of the DBE regarding control of the joint venture,
(5) Specific workers and skills to be provided by the DBE, and
(6) Percentage distribution to the DBE of the projected profit or loss incurred by the joint
venture.
The joint venture must be certified by the sponsor prior to the sponsor submitting the proposal
to the FAA. A copy of the sponsor's certification letter must be submitted to FAA along with
the DBE Participation Form.
3. Award Documentation and Procedure: All bidders shall certify in the bid proposal their intent to
meet or exceed the established goal or to demonstrate good faith efforts to meet the goal. Failure
to make such certification or failure to demonstrate good faith efforts will render a bid non r esponsive.
a. DBE Participation Form: The apparent successful bidder must submit with the bid the following
information on the proposed DBE Participation Form attached to the Proposal. The information
shall demonstrate the Contractor's intended participation by certified DBE’s. When the requi red
information is not provided by the apparent low bidder the bid will be ruled non responsive and
will not be considered. The information furnished shall consist of:
(1) The names, addresses, contact persons, phone numbers, and category of DBE firms
to be used on the contract;
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 157 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 80
(2) A list of the bid items of work to be performed by the DBE and the percent to be credited
toward the DBE goal;
(3) The dollar value of each of the DBE work items; and
(4) If the DBE goal is not met, a statement of why the goal could not be met and a
demonstration of the good faith efforts taken to meet the DBE goal.
b. Sponsor Evaluation: In selecting the lowest responsible bidder, the Sponsor will evaluate the
DBE information provided with the bid. The Sponsor may request additional DBE information and
may allow the bidders, up to 7 calendar days after bid submittal to supplement or resub mit
information concerning their proposed DBE participation. Prior to awarding the contract the
Sponsor will verify verbally and/or in writing that the information submitted by the apparent
successful bidder is accurate and complete.
c. Good Faith Efforts: If the bidder is unable to meet the DBE goal, the bidder must submit
evidence of good faith efforts taken to meet the goal. Good faith efforts conducted after the bid
opening will not be considered adequate to fulfill these bid requirements. Good faith ef forts may
include but are not limited to:
(1) Efforts to select portions of the work for performance by DBE’s, in order to increase
the likelihood of achieving the DBE goal. This can include, but is not limited to, breaking
down contracts into economically feasible units to facilitate DBE particip ation.
Selection of portions of work shall be at least equal to the DBE goal.
(2) Written notification to individual DBE’s likely to participate in the contract sent at least
7 calendar days prior to the bid opening. The notification shall list specific items or
types of work and shall be sent to a reasonable number of DBE’s qualifi ed to participate
in the contract.
(3) Efforts to negotiate with DBE’s for specific items of work includ ing:
(a) Names, addresses, and telephone numbers of DBE’s who were contacted, the
dates of initial contact and information on further contacts made to determine with
certainty if the DBE’s were interested. Personal or phone contacts are expected ;
(b) Description of the information provided to the DBE’s regarding the plans,
specifications and estimated quantities for portions of the work to be performed;
(c) Individual statements as to why agreements with DBE’s were not reached; and
(d) Information on each DBE contacted but rejected and the reasons for the rejection.
(4) Efforts to assist the DBE’s that need assistance in obtaining bonding, insurance, or
lines of credit required by the Contractor.
(5) Documentation that qualified DBE’s are not available or not interested.
(6) Advertisements in general circulation media, trade association publications and
disadvantaged -focus media concerning subcontracting opportunities.
(7) Efforts to use the services of available disadvantaged community organizations;
disadvantaged Contractor's groups; local, state and federal disadvantaged business
assistance offices; and other organizations that provide assistance in recruitment and
placement of DBE’s.
The demonstration of good faith efforts by the Contractor must prove the Contractor actively and
aggressively sought out DBE’s to participate in the project. The following actions would not be
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 158 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 81
considered acceptable reasons for failure to meet the DBE goal and would not constitute a good
faith effort:
(1) The DBE was unable to provide adequate performance and/or payment bonds.
(2) A reasonable DBE bid was rejected based on price.
(3) The DBE would not agree to perform the subcontract work at the prime Contractors unit
bid price.
(4) Union versus non-union status of the DBE firm.
(5) The prime Contractor would normally perform all or most of the work included in this
contract.
(6) The prime Contractor solicited DBE participation by mail only.
4. Post Award Compliance: If the contract is awarded on less than full DBE goal participation, the
Contractor is not relieved of the responsibility to make a determined effort to meet the full goal amount
during the life of the contract. In such a case, the Contractor shall continue good faith efforts
throughout the life of the contract to increase the DBE participation to meet the contract goal.
If a DBE is unwilling or unable to perform the work specified, the Contractor shall request from the
Sponsor and FAA, relief from the obligation to use that DBE. Efforts will be made by the Contractor
to acquire from the DBE a letter which states the reaso n the DBE is unwilling or unable to complete
its obligations under the project. If this results in a DBE contract shortfall, the Contractor shall
immediately take steps to obtain another certified DBE to perform an equal dollar value of allowable
credit. If a new DBE cannot be found, the Contractor shall submit evidence of good faith efforts within
15 calendar days of the request for relief. The Contractor shall submit the new DBE’s name, address,
work items and the dollar amount of each item. The sponsor and the FAA shall approve the new DBE
before the DBE starts work.
If the Contractor fails to conform to the approved DBE participation or if it becomes evident that the
remaining work will not meet the approved participation, then the Contractor shall submit evidence
showing either how the Contractor intends to meet the DBE participation, or what circumstances
have changed affecting the DBE participation. If the sponsor is not satisfied with the evidence, then
liquidated damages may be assessed for the difference between the approved and actual DBE
participation.
5. Records and Reports: The Contractor shall keep records as necessary to determine compliance
with the DBE obligations. The records shall include but are not limited to:
a Record of DBE Participation: The names of disadvantaged and non -disadvantaged
subcontractors, regular dealers, manufacturers, consultant and service agencies; the
type of work or materials or services performed on or incorporated in the project; and the
actual value of such work.
b. Efforts to Utilize DBE Firms: Documentation of all efforts made to seek out disadvantaged
Contractor organizations and individual disadvantaged Contractors for work on this project.
All correspondence, personal contacts, telephone calls, etc., to obtain the services of
DBE’s should be documented.
c. Final DBE Certification: Upon completion of the individual DBE firm's work, the prime
Contractor shall submit a certification attesting to the actual work performed by the DBE
firm and the amount paid the DBE firm. Both the prime Contractor and the DBE firm shall
sign this certification.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 159 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 82
FAA-INSPECTION REVIEW. The Contractor shall allow any authorized representative of the F.A.A. to
inspect and review any work or materials used in the performance of this contract.
FAA AIRWAY FACILITIES. The Contractor shall permit F.A.A. Airway Facilities personnel the right to enter
the work site during the term of the contract for maintenance of existing navigation and communication
facilities.
In the event that the proposed AIP work will impact existing FAA navigation and communication facilities,
the Contractor notify FAA AF one week in advance of construction activity in order to allow the FAA sufficient
time to locate and mark existing field cables and to avoid an unscheduled facility outage. The Contractor
shall coordinate with the AF, concerning all operation and shutdown of all FAA navigational facilities during
this construction project.
Any FAA equipment/cable that is damaged by the Contractor shall be repaired as approved by the AF. If
FAA cables are anticipated to facilitate construction, the Contractor shall provide advance notice to the AF
in order to mobilize an FAA technician to the site for observation of the splicing. Splicing and cable repair
shall meet the FAA Airway Facilities specifications and shall be accomplished to the satisfaction of the AF.
All such work shall be performed by qualified workmen regularly engaged in cable repair and splicing. In
the event the existing cable cannot be repaired to the satisfaction of FAA AF personnel, new cable
of like kind shall be procured and installed by the Contractor at no additional cost to the owner or
Airport.
OPERATIONAL SAFETY ON AIRPORT DURING CONSTRUCTION. - All work within the Airport
Operations Area shall be accomplished in conformance to Advisory Circular 150/5370-2(Current Edition).
The contract drawings include information regarding minimum requirements operational safety on the
airport during construction.
The Contractor shall adhere to the construction activity plan. Modifications or deviations from the approved
construction activity plan shall be submitted to the Airport for review and approval prior to implementation.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 160 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 83
PART C – LOCAL REQUIREMENTS
1. Good Faith Compliance
The Owner has made a good faith effort to include all statements, requirements, and other
language required by federal and state law and by various offices within federal and state
governments whether that language is required by law or not. If anything of this nature has been
left out or if additional language, etc. is later required, the Bidder/Contractor shall cooperate fully
with the Owner to modify the contract or bid documents to correct the deficiency. If the change
results in increased operational costs, the Owner shall reimburse the Bidder/Contractor for such
costs determined to be reasonable.
2. Delays
The Contractor will not be entitled to any compensation for causes resulting in delays or hindrances
to the work. Extensions of time will be granted for unavoidable delays, which in the opinion of the
Owner are clearly beyond the control of the Contractor, resulting from causes such as Acts of
Providence, fortuitous events and the like. The Engineer must receive written notice of claim for
such delays from the Contractor before any extensions of time will be granted. Any extension of
time will not relive the Contractor or his sureties from their obligations which shall remain in full
force and effect until the satisfactory discharge of the contract.
3. Indemnification
The Contractor will indemnify and hold harmless the Owner and the Engineer and their agents and
employees from and against all claims, damages, losses and expenses including attorney’s fees
arising out of or resulting from the performance of the work, provided that any such c laims, damage,
loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or
destruction of tangible property including the loss of use resulting therefrom; and is cause in whole
or in part by any negligent or willful act or omission of the Contractor and Subcontractor, anyone
directly or indirectly employed by any of them or anyone for whose acts, any of them may be liable.
4. Insurance Requirements
On this Project, the phrase “Owner” refers to the Owner named on page 1 of the Contract
Agreement. Contractor shall provide insurance as follows:
1. Workers Compensation and Employers Liability
a. Statutory Workers Compensation (including occupational disease) in accordance with the
laws of the state in which the work is performed, including the Other States Endorsement.
b. Employers Liability Insurance with $500,000 in limits for each of the following exposures:
bodily injury by accident (each accident); bodily injury by disease (policy limit); bodily injury
by disease (each employee)
c. Waiver of Subrogation in favor of all parties referenced in 2f below.
2. Commercial General Liability ("CGL") with a combined single limit for Bodily Injury, Personal
and Advertising Injury and Property Damage of at least $1,000,000 per occurrence and
$2,000,000 per aggregate. The general aggregate limit shall apply on a per pr oject basis.
In addition to the foregoing, the terms and conditions of the CGL coverage (both primary and
umbrella/excess policies) shall be provided through the use of ISO Coverage Form CG -00-01-
1001 or its equivalent, and shall encompass at least the following:
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 161 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 84
a. X, C and U hazards, where applicable;
b. Independent Contractors;
c. Blanket Written Contractual Liability covering all Indemnity Agreements, including AIA 232
General Conditions of the Contract for Construction §Article 3.18 “Indemnity”.
d. Products Liability and Completed Operations, with the provision that coverage shall extend
for a period of at least thirty-six (36) months from Project completion or for any longer
period if required elsewhere in the Contract Documents (such longer period shall take
precedence);
e. CGL coverage written on an occurrence form;
f. Endorsement naming the following as Additional Insureds:
g. Crawford, Murphy & Tilly and the Owner’s Testing Service Company.
h. Coverage for all Additional Insureds shall include coverage for liability arising out of the
Contractor's ongoing and completed operations performed for such Additional Insureds,
including coverage for the negligence of the Additional Insureds.
i. Acceptable Additional Insured endorsements includes ISO Form CG 2010 1185 or the use
of both ISO forms 2010 1001 and 2037 1001 together. Endorsement wording that states
that coverage will be excess of any other policies for which the parties to be named as
Additional Insureds (per paragraph f above) have additional insured status is likewise
unacceptable. A copy of the additional insured endorsement shall be provided to
Contractor for approval prior to commencement of work.
j. Waiver of Subrogation in favor of all Additional Insureds.
k. Policy to be primary and noncontributory as respects the coverage afforded the Additional
Insureds.
3. Commercial Automobile Liability (including all owned, leased, hired and non -owned
automobiles) with a combined single limit for Bodily Injury and Property Damage of at least
$1,000,000 per occurrence. Parties referenced in 2f above shall be covered as Addi tional
Insureds.
4. Commercial Umbrella Liability Insurance with limits of at least $5,000,000 per occurrence and
in the aggregate, and providing coverage in excess of required limits specified above for
Employers Liability, General Liability, and Commercial Automobile Liability. Such coverage will
apply on a primary and noncontributory basis and will not seek contribution from Contractor or
any other party for which Contractor is required to provide additional insured coverage under
this agreement.
5. A Certificate of Insurance indicating coverages applicable to the Project and providing for thirty
(30) days written notice prior to cancellation, non -renewal or material modification in any policy
must be submitted and approved prior to commencement of wo rk. Submit an original to the
Certificate Holder:
Iowa City Airport Commission
1801 S. Riverside Drive,
Iowa City , IA 52246
Attn: Insurance Administrator
A Certificate of Insurance, when submitted to the Owner, constitutes a warranty by Contractor
that:
A. The general aggregate limit applies on a per project basis.
B. Blanket Contractual Liability under the Commercial General Liability Policy has been
endorsed to cover the lndemnitees specified in [insert contract Article] of the Contract
between the Owner and the Contractor.
i. The Commercial General Liability Policy names as Additional Insureds: Crawford,
Murphy & Tilly, and the Owner’s Testing Service.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 162 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 85
ii. their respective officers, agents, servants, employees and partner, their parent and
affiliates (to the extent applicable) and any other entity as required in the
Owner/Contractor Agreement.
C. With respect to the Commercial Umbrella/Excess Liability Insurance, the following ·policies
are scheduled as primary:
• Commercial General Liability
• Automobile Liability
• Employers Liability
D. The insurance policies for all Contractor's insurance shall include a waiver of subrogation
as follows:
"It is agreed that in no event shall these insurance companies have any right of recovery
against Crawford, Murphy & Tilly, and the Owner’s Testing Service and their respective
officers, agents, servants, employees and partner, or any other additional insu red as
required in the Owner/Contractor Agreement."
E. The insurance policies shown are endorsed to be primary and noncontributory as respects
any other insurance available to any Additional Insured.
F. The reverse side of the certificate must list each of the above items A through F, and the
following statement must precede the listing: "This certificate warrants that:"
G. All insurance must be placed with insurers: (i) licensed in the State where the Project is
located; and (ii) with a minimum A. M. Best Financial Strength rating of "A - (Excellent)" and
Financial Size category of at least "VIII''.
H. The Contractor shall secure, pay for, and maintain Property Insurance necessary for
protection against loss of owned, borrowed, or rented capital equipment and tools,
including any tools owned by employees, and any tools, equipment, staging, towers, and
forms owned, borrowed or rented by the Contractor. The requirement to secure and
maintain such insurance is solely for the benefit of the Contractor. Failure of the Contractor
to secure such insurance or to maintain adequate levels of coverage shall not obli gate
Owner or Construction Manager or their agents and employees or any other additional
insured as required in the Owner/Contractor Agreement for any losses, Crawford, Murphy
& Tilly, and the Owner’s Testing Service and their respective agents and employe es and
any other additional insured as required in the Owner/Contractor Agreement shall have no
such liability. The property insurance shall include a Waiver of Subrogation in favor of all
parties required to be named as Additional Insureds under the Contr act Documents.
I. Should the Contractor engage a Subcontractor, Contractor shall be responsible to ensure
that Subcontractor maintains insurances in like form and amounts and shall provide
evidence of same if requested.
J. The insurances maintained by Contractor shall not limit any of Contractor's indemnity
obligations or other obligations under the Contract.
K. Limits of Insurance: Contractor’s insurance coverage shall apply for the full amount of any
loss up to each respective policy limit of liability and shall not be limited to the minimum
required limits of this subcontract. In specifying minimum requirements herein, neither
Owner nor Construction Manager (where applicable) assert or recommend this insurance
as adequate to Contractor's requirements.
L. Contractor is solely responsible to inform itself of types of insurance or additional limits it
may need beyond these minimum requirements to protect itself from loss, damage, or
liability. Failure of the Owner or Construction Manager to identify deficienc ies in any
insurance provided by Contractor shall not relieve Contractor from any insurance
obligations.
M. Coverage provided on a claims -made basis are not acceptable.
N. Deductibles I Claim Denials: Contractor shall be responsible, at no additional cost to Owner
or Construction Manager for the payment of any deductibles or self -insured retentions in
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 163 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 86
connection with the insurances required by this agreement, both for itself as well as any
Additional Insureds. Any self -insured retention in excess of $25,000.00 must be declared
at the time the Contractor submits its bid and must be specifically approved by the Owner.
Any policy deductibles in excess of $100,000.00 must be similarly declared to and
approved by the Owner as well.
O. Waiver of Claim I Waiver of Subrogation: Contractor waives its right to recover from Owner
or Construction Manager and all parties that Contractor is required to name as Additional
Insureds on its policies for all claims required to be covered by the insurance policies
required under this agreem ent. All insurance required under this agreement shall include
a waiver of subrogation by the insurer in favor of all parties that Contractor is required to
name as Additional Insureds.
P. No Waiver of Insurance Requirements: It is expressly agreed between Owner and
Contractor that any failure on the part of the Owner or Construction Manager to require or
verify complete and timely performance of its obligations under the insurance requireme nts
by Contractor shall not constitute a waiver of any right of Owner or Construction Manager
to require compliance by Contractor with the insurance requirements, and or to seek
damages resulting from Contractor's failure to comply.
5. Dispute Resolution
In the event of a dispute between the Owner and Contractor 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. The Owner and Contractor shall participate in the negotiation or mediation process in
good faith. Should such negotiation or mediation fail to resolve the dispute, either party may pursue
resolution in Iowa District Court for Johnson County.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 164 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 87
PART D – WAGE RATES
"General Decision Number: IA20240081 01/05/2024
Superseded General Decision Number: IA20230081
State: Iowa
Construction Types: Heavy and Highway
Counties: Adair, Adams, Allamakee, Appanoose, Audubon,
Benton, Black Hawk, Boone, Bremer, Buchanan, Buena Vista,
Butler, Calhoun, Carroll, Cass, Cedar, Cerro Gordo, Cherokee,
Chickasaw, Clarke, Clay, Clayton, Clinton, Crawford, Dallas,
Davis, Decatur, Delaware, Des Moines, Dickinson, Dubuque,
Emmet, Fayette, Floyd, Franklin, Fremont, Greene, Grundy,
Guthrie, Hamilton, Hancock, Hardin, Harrison, Henry, Howard,
Humboldt, Ida, Iowa, Jackson, Jasper, Jefferson, Johnson,
Jones, Keokuk, Kossuth, Lee, Linn, Louisa, Lucas, Lyon,
Madison, Mahaska, Marion, Marshall, Mills, Mitchell, Monona,
Monroe, Montgomery, Muscatine, O'Brien, Osceola, Page, Palo
Alto, Plymouth, Pocahontas, Polk, Pottawattamie, Poweshiek,
Ringgold, Sac, Shelby, Sioux, Story, Tama, Taylor, Union, Van
Buren, Wapello, Warren, Washington, Wayne, Webster, Winnebago,
Winneshiek, Woodbury, Worth and Wright Counties in Iowa.
HIGHWAY CONSTRUCTION PROJECTS and HEAVY CONSTRUCTION PROJECTS
Note: Contracts subject to the Davis-Bacon Act are generally
required to pay at least the applicable minimum wage rate
required under Executive Order 14026 or Executive Order 13658.
Please note that these Executive Orders apply to covered
contracts entered into by the federal government that are
subject to the Davis-Bacon Act itself, but do not apply to
contracts subject only to the Davis -Bacon Related Acts,
including those set forth at 29 CFR 5.1(a)(1).
______________________________________________________________
|If the contract is entered |· Executive Order 14026 |
|into on or after January 30, | generally applies to the |
|2022, or the contract is | contract. |
|renewed or extended (e.g., an |· The contractor must pay |
|option is exercised) on or | all covered workers at |
|after January 30, 2022: | least $17.20 per hour (or |
| | the applicable wage rate |
| | listed on this wage |
| | determination, if it is |
| | higher) for all hours |
| | spent performing on the |
| | contract in 2024. |
|______________________________|_____________________________|
|If the contract was awarded on|· Executive Order 13658 |
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 165 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 88
|or between January 1, 2015 and| generally applies to the |
|January 29, 2022, and the | contract. |
|contract is not renewed or |· The contractor must pay all|
|extended on or after January | covered workers at least |
|30, 2022: | $12.90 per hour (or the |
| | applicable wage rate listed|
| | on this wage determination,|
| | if it is higher) for all |
| | hours performing on that |
| | contract in 2024. |
|______________________________|_____________________________|
The applicable Executive Order minimum wage rate will be
adjusted annually. If this contract is covered by one of the
Executive Orders and a classification considered necessary for
performance of work on the contract does not appear on this
wage determination, the contractor must still submit a
conformance request.
Additional information on contractor requirements and worker
protections under the Executive Orders is available at
http://www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/05/2024
SUIA2023-001 02/01/2023
Rates Fringes
BRICKLAYER (BRICKLAYER/STONE
MASON)
ZONE 1......................$ 34.00 17.62
ZONE 2......................$ 34.00 17.62
ZONE 3......................$ 34.00 17.62
ZONE 4......................$ 32.75 16.09
ZONE 5......................$ 29.65 16.09
Carpenter & Piledrivermen
ZONE 1......................$ 31.27 15.83
ZONE 2......................$ 29.80 15.98
ZONE 3......................$ 29.68 15.98
ZONE 4......................$ 29.20 13.30
ZONE 5**....................$ 28.15 11.70
CONCRETE FINISHER
ZONE 1......................$ 29.55 13.10
ZONE 2......................$ 29.55 13.10
ZONE 3......................$ 29.55 13.10
ZONE 4......................$ 27.70 9.20
ZONE 5......................$ 26.65 9.20
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 166 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 89
ELECTRICIAN (STREET AND
HIGHWAY LIGHTING AND TRAFFIC
SIGNALS)
ZONE 1, 2, AND 3............$ 36.40 14.80
ZONE 4......................$ 35.10 13.80
ZONE 5......................$ 33.45 13.05
IRONWORKER (SETTING OF
STRUCTURAL STEEL)
ZONE 1......................$ 32.25 14.85
ZONE 2......................$ 30.16 15.30
ZONE 3......................$ 30.16 15.45
ZONE 4......................$ 28.00 14.50
ZONE 5**....................$ 26.15 13.70
LABORER
ZONE 1, 2 AND 3
GROUP A....................$ 24.82 12.01
GROUP AA...................$ 27.20 12.01
GROUP B....................$ 22.97 12.01
GROUP C....................$ 19.89 12.01
ZONE 4
GROUP A....................$ 23.12 11.32
GROUP AA...................$ 25.12 11.32
GROUP B....................$ 21.55 11.32
GROUP C....................$ 18.92 11.32
ZONE 5
GROUP A....................$ 23.52 9.87
GROUP AA...................$ 25.52 9.87
GROUP B....................$ 20.78 9.87
GROUP C....................$ 19.93 9.87
POWER EQUIPMENT OPERATOR
ZONE 1
GROUP A....................$ 35.50 16.50
GROUP B....................$ 33.95 16.50
GROUP C....................$ 31.45 16.50
GROUP D....................$ 31.45 16.50
ZONE 2
GROUP A....................$ 35.30 16.50
GROUP B....................$ 33.70 16.50
GROUP C....................$ 31.15 16.50
GROUP D....................$ 31.15 16.50
ZONE 3
GROUP A....................$ 32.50 28.20
GROUP B....................$ 30.70 28.20
GROUP C....................$ 29.70 28.20
GROUP D....................$ 29.70 28.20
ZONE 4
GROUP A....................$ 32.85 16.95
GROUP B....................$ 31.71 16.95
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 167 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 90
GROUP C....................$ 29.63 16.95
GROUP D....................$ 29.63 16.95
ZONE 5
GROUP A....................$ 30.87 13.25
GROUP B....................$ 29.83 13.25
GROUP C....................$ 28.10 13.25
GROUP D....................$ 27.10 13.25
TRUCK DRIVER (AND PAVEMENT
MARKING DRIVER/SWITCHPERSON)
ZONE 1......................$ 26.26 12.59
ZONE 2
.................................$ 26.26 12.59
ZONE 3......................$ 26.26 12.59
ZONE 4......................$ 26.26 9.04
ZONE 5
.................................$ 24.50 9.04
ZONE DEFINITIONS
ZONE 1 The Counties of Polk, Warren, and Dallas for all
Crafts, and Linn County Carpenters only.
ZONE 2 The Counties of Dubuque for all Crafts and Linn County
for all Crafts except Carpenters.
ZONE 3 The Cities of Burlington (including West Burlington),
Clinton, Fort Madison, Keokuk, and Middleton (including the
Iowa Army Ammunition Plant) and Muscatine (and abutting
municipalities of any such cities).
ZONE 4 Story, Black Hawk, Cedar, Jasper, Jones, Jackson,
Louisa, Madison, and Marion Counties; Clinton County
(except the City of Clinton), Johnson County, Muscatine
County (except the City of Muscatine), the City of Council
Bluffs, Lee County and Des Moines County.
ZONE 5 All areas of the state not listed above.
LABORER CLASSIFICATIONS - ALL ZONES
GROUP AA - Skilled pipelayer (sewer, water, and conduits)
and tunnel laborers; asbestos abatement worker
GROUP A - Carpenter tender on bridges and box culverts; CCTV*
sewer inspection operator; curb machine (without a seat);
deck hand; diamond & core drills; drill operator on air
tracs, wagon drills, and similar drills; form
setter/stringman on paving work; gunnite nozzleman; joint
sealer kettleman; laser operator; mason tender
(brick/stone), powderman tender; powderman/blaster; sign
erector; saw operator; {(Zones 4 and 5) Skilled pipelayer
(sewer, water, and conduits); tunnel laborer; asbestos
abatement worker}. *new labor classification (CCTV: closed
circuit television)
GROUP B - Air, gas, electric tool operator; barco hammer;
carpenter tender; caulker; chain sawman; compressor (under
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 168 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 91
400 cfm); concrete finisher tender; concrete processing
materials and monitors; cutting torch on demolition; drill
tender; dumpmen; electric drills; fence erectors; form line
expansion joint assembler; form tamper; general laborer;
grade checker; handling and placing metal mesh, dowel bars,
reinforcing bars and chairs; hot asphalt laborer;
installing temporary traffic control devices;
jackhammerman; mechanical grouter; painter (all except
stripers); paving breaker; planting trees, shrubs and
flowers; power broom (not self-propelled); power buggyman;
rakers; rodman (tying reinforcing steel); sandblaster;
seeding and mulching; sewer utility topman/bottom man;
spaders; stressor or stretcherman on pre or post tensioned
concrete; stringman on re/surfacing/no grade control;
swinging stage, tagline, or block and tackle; tampers;
timberman; tool room men and checkers; tree climber; tree
groundman; underpinning and shoring caissons over twelve
feet deep; vibrators; walk behind trencher; walk behind
paint stripers; walk behind vibrating compactor; water
pumps (under three inch); work from bosun chair.
GROUP C - Scale weigh person; traffic control/flagger,
surveillance or monitor; water carrier.
POWER EQUIPMENT OPERATOR CLASSIFICATIONS - ALL ZONES
GROUP A - All terrain (off road) forklift; asphalt breakdown
roller (vibratory); asphalt laydown machine; asphalt plant;
asphalt screed; bulldozer (finish); central mix plant;
concrete pump; crane; crawler tractor pulling scraper;
directional drill (60,000 (lbs) pullback and above);
dragline and power shovel; dredge engineer; excavator (over
½ cu. yd.); front end loader (4 cy and over); horizontal
boring machine; master mechanic; milling machine (over 350
hp); motor grader (finish); push cat; rubber tired backhoe
(over ½ cu. yd.); scraper (12 cu. yd. and over or finish);
Self-propelled rotary mixer/road reclaimer; sidebroom
tractor; slipform portland concrete paver; tow or push
boat; trenching machine (Cleveland 80 or similar)
.
GROUP B - Articulated off road hauler, asphalt heater/planer;
asphalt material transfer vehicle; asphalt roller; belt
loader or similar loader; bulldozer (rough); churn or
rotary drill; concrete curb machine; crawler tractor
pulling ripper, disk or roller; deck hand/oiler;
directional drill (less than 60,000 (lbs) pullback);
distributor; excavator (1/2 cu. yd. and under); form riding
concrete paver; front end loader (2 to less than 4 cu.
yd.); group equipment greaser; mechanic; milling machine
(350 hp. and less); paving breaker; portland concrete dry
batch plant; rubber tired backhoe (1/2 cu. yd. and under);
scraper (under 12 cu. yd.); screening, washing and crushing
plant (mobile, portable or stationary); shoulder machine;
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 169 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 92
skid loader (l cu. yd. and over); subgrader or trimmer;
trenching machine; water wagon on compaction.
GROUP C - Boom & winch truck; concrete spreader/belt placer;
deep wells for dewatering; farm type tractor (over 75 hp.)
pulling disc or roller; forklift; front end loader (under 2
cu. yd.); motor grader (rough); pile hammer power unit;
pump (greater than three inch diameter); pumps on well
points; safety boat; self-propelled roller (other than
asphalt); self-propelled sand blaster or shot blaster,
water blaster or striping grinder/remover; skid loader
(under 1 cu. yd.); truck mounted post driver.
GROUP D - Boiler; compressor; cure and texture machine; dow
box; farm type or utility tractor (under 75 hp.) pulling
disk, roller or other attachments; group greaser tender;
light plants; mechanic tender; mechanical broom; mechanical
heaters; oiler; pumps (under three inch diameter); tree
chipping machine; truck crane driver/oiler.
** CARPENTERS AND PILEDRIVERMEN, or IRONWORKERS (ZONE 5)
Setting of structural steel; any welding incidental to bridge
or culvert construction; setting concrete beams.
----------------------------------------------------------------
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
================================================================
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis-Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the EO, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health -related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health-related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at
https://www.dol.gov/agencies/whd/government-contracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 170 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 93
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (iii)).
----------------------------------------------------------------
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of ""identifiers"" that indicate whether the particular
rate is a union rate (current union negotiated rate for local),
a survey rate (weighted average rate) or a union average rate
(weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed
in dotted lines beginning with characters other than ""SU"" or
""UAVG"" denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
Survey Rate Identifiers
Classifications listed under the ""SU"" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non-union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 171 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 94
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 100% of the data reported for the
classifications was union data. EXAMPLE: UAVG -OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
----------------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
National Office because National Office has responsibility for
the Davis-Bacon survey program. If the response from this
initial contact is not satisfactory, then the process described
in 2.) and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 172 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 95
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
================================================================
END OF GENERAL DECISION"
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 173 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 96
PART E – APPENDIX A TO PART 26 – GUIDANCE CONCERNING GOOD FAITH EFFORTS
I. When, as a recipient, you establish a contract goal on a DOT-assisted contract, a bidder must, in
order to be responsible and/or responsive, make good faith efforts to meet the goal. The bidder can
meet this requirement in either of two ways. First, the bi dder can meet the goal, documenting
commitments for participation by DBE firms sufficient for this purpose. Second, even if it doesn't meet
the goal, the bidder can document adequate good faith efforts. This means that the bidder must show
that it took all necessary and reasonable steps to achieve a DBE goal or other requirement of this part
which, by their scope, intensity, and appropriateness to the objective, could reasonably be expected
to obtain sufficient DBE participation, even if they were not fully successful.
II. In any situation in which you have established a contract goal, part 26 requires you to use the good
faith efforts mechanism of this part. As a recipient, it is up to you to make a fair and reasonable
judgment whether a bidder that did not meet the goal ma de adequate good faith efforts. It is important
for you to consider the quality, quantity, and intensity of the different kinds of efforts that the bidder
has made. The efforts employed by the bidder should be those that one could reasonably expect a
bidder to take if the bidder were actively and aggressively trying to obtain DBE participation sufficient
to meet the DBE contract goal. Mere pro forma efforts are not good faith efforts to meet the DBE
contract requirements. We emphasize, however, that your determination concerning the sufficiency
of the firm's good faith efforts is a judgment call: meeting quantitative formulas is not required.
III. The Department also strongly cautions you against requiring that a bidder meet a contract goal (i.e.,
obtain a specified amount of DBE participation) in order to be awarded a contract, even though the
bidder makes an adequate good faith efforts showing. This rule specifically prohibits you from ignoring
bona fide good faith efforts.
IV. The following is a list of types of actions which you should consider as part of the bidder's good faith
efforts to obtain DBE participation. It is not intended to be a mandatory checklist, nor is it intended to
be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases.
A. Soliciting through all reasonable and available means (e.g. advertising and/or written notices)
the interest of all certified DBEs who have the capability to perform the work of the contract.
The bidder must solicit this interest within sufficient time to allow the DBEs to respond to the
solicitation. The bidder must determine with certainty if the DBEs are interested by taking
appropriate steps to follow up initial solicitations.
B. Selecting portions of the work to be performed by DBEs in order to increase the likelihood
that the DBE goals will be achieved. This includes, where appropriate, breaking out contract
work items into economically feasible units to facilitate DBE participat ion, even when the
prime contractor might otherwise prefer to perform these work items with its own forces.
C. Providing interested DBEs with adequate information about the plans, specifications, and
requirements of the contract in a timely manner to assist them in responding to a solicitation.
D. (1) Negotiating in good faith with interested DBEs. It is the bidder's responsibility to make a
portion of the work available to DBE subcontractors and suppliers and to select those portions
of the work or material needs consistent with the available DBE s ubcontractors and suppliers,
so as to facilitate DBE participation. Evidence of such negotiation includes the names,
addresses, and telephone numbers of DBEs that were considered; a description of the
information provided regarding the plans and specifi cations for the work selected for
subcontracting; and evidence as to why additional agreements could not be reached for DBEs
to perform the work.
(2) A bidder using good business judgment would consider a number of factors in negotiating
with subcontractors, including DBE subcontractors, and would take a firm's price and
capabilities as well as contract goals into consideration. However, the fact th at there may be
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 174 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 97
some additional costs involved in finding and using DBEs is not in itself sufficient reason for
a bidder's failure to meet the contract DBE goal, as long as such costs are reasonable. Also,
the ability or desire of a prime contractor to perform the work of a contract with its own
organization does not relieve the bidder of the responsibility to make good faith efforts. Prime
contractors are not, however, required to accept higher quotes from DBEs if the price
difference is excessive or unreasonable.
E. Not rejecting DBEs as being unqualified without sound reasons based on a thorough
investigation of their capabilities. The contractor's standing within its industry, membership in
specific groups, organizations, or associations and political or social affi liations (for example
union vs. non-union employee status) are not legitimate causes for the rejection or non -
solicitation of bids in the contractor's efforts to meet the project goal.
F. Making efforts to assist interested DBEs in obtaining bonding, lines of credit, or insurance as
required by the recipient or contractor.
G. Making efforts to assist interested DBEs in obtaining necessary equipment, supplies,
materials, or related assistance or services.
H. Effectively using the services of available minority/women community organizations;
minority/women contractors' groups; local, state, and Federal minority/women business
assistance offices; and other organizations as allowed on a case -by-case basis to prov ide
assistance in the recruitment and placement of DBEs.
V. In determining whether a bidder has made good faith efforts, you may take into account the
performance of other bidders in meeting the contract. For example, when the apparent successful
bidder fails to meet the contract goal, but others meet it, you may r easonably raise the question of
whether, with additional reasonable efforts, the apparent successful bidder could have met the goal.
If the apparent successful bidder fails to meet the goal, but meets or exceeds the average DBE
participation obtained b y other bidders, you may view this, in conjunction with other factors, as
evidence of the apparent successful bidder having made good faith efforts.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 175 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 98
PART F – CITY OF IOWA CITY EQUAL EMPLOYMENT OPPORTUNITY POLICY
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 Ci ty contracto rs , v end o r s , and c o ns ul tants w i t h cont racts of $25,000 or mo re (or less) if
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 answeri ng q ues ti o ns about contractor , c o ns ul tant 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: March 14, 2024 Page 176 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 99
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 d uring emp lo yment 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: March 14, 2024 Page 177 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 100
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: March 14, 2024 Page 178 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 101
SECTION Ill -SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES
1. COMPANY POLICY
Determine your company's policy reg ard i ng equal employment opportuni ti es . 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 pool s.
(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 r e f u l l y . Prepare i nte r v i e w q ues ti o n s in ad v anc e to as s u r e 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 increas e
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 wor k
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: March 14, 2024 Page 179 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 102
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: March 14, 2024 Page 180 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 103
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 age, 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: March 14, 2024 Page 181 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 104
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 solicite d 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 s ick 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 pr ohibitions 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: March 14, 2024 Page 182 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 105
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 bon a 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: March 14, 2024 Page 183 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 106
PART G – 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 Standard s Act or any comparable
state statute or local ordinance, which governs the payment of wages, within the five (5) year p eriod 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: March 14, 2024 Page 184 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 107
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 re peated 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: March 14, 2024 Page 185 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 108
PART H – SPECIAL CONDITIONS
IOWA CITY MUNICIPAL AIRPORT
CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
INDEX
SECTION TITLE PAGE NUMBER
SC1. Scope of Work 109
SC2. Easement and Permits 109
SC3. Acceptance of Subcontractors & Material Suppliers 109 SC4. Existing Utilities 109
SC5. Temporary Utilities 109
SC6. Payment for Items on Lump Sum or Unit Price Basis 110
SC7. Payment for Change Order Work Involving Subcontractors 110
SC8. Maintenance of Traffic 110
SC9. Notice to Proceed 111
SC10. Limitation of Operations 111
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 186 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 109
1. Scope of Work
The project consists of mobilization and installing new solar arrays as well as all incidental
and collateral work necessary to complete the improvements shown on the plans and as
described herein.
It is the intent that payment under the unit items as set forth in the proposal shall include all
labor, material and equipment necessary to construct the work as shown on the drawings and
as specified herein. No additional payment will be made for construction of the work shown and
specified.
2. Easement and Permits
The Owner will, prior to the start of construction, obtain necessary State, County and Township permits for work within ROW and easements on public and private properties, as required to
perform the work outlined under this contract. It shall be the Contr actor's responsibility to
conduct his operations in such a manner so as to comply with all provisions and conditions of
the permits and easements. The Contractor shall also provide performance bonds and
insurance and the compliance with the provisions and conditions of the permits and easements
shall be considered incidental to the cost of construction.
The Contractor shall be furnished with copies of all applicable easement agreements as
executed by the Owner. It shall be the Contractor's responsibility to keep all materials and
machinery within easements that have been provided, as shown on the plans, and liability rests
with him for damage to any areas outside of said easements.
3. Acceptance of Subcontractors & Material Suppliers
The General Contractor shall submit a list of subcontractors and material suppliers to the Owner
for approval at least two weeks prior to the beginning of work by the subcontractor or delivery of
the materials.
4. Existing Utilities
The Contractor shall make his own investigation to determine the existence, nature and location
of all utility lines and appurtenances within the limits of the improvement.
5. Temporary Utilities
Should the Contractor wish to use utilities (including electric and water) on a temporary basis to
carry out the work specified herein, the Contractor shall make all arrangements necessary and
shall pay all costs associated with connection to the utility. The Contractor shall also arrange to
meter and to pay for all water and electric service. The Contractor shall receive written
permission from the Iowa City Municipal Airport and/or City of Iowa City where applicable for
municipal water usage.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 187 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 110
6. Payment for Items on Lump Sum or Unit Price Basis
Should there be construction shown on the plans or described in the specifications for which no
method of payment is outlined in the detailed specifications, that work shall be considered
incidental to a logical lump sum or unit price item. The total price bid shall be made for the work
complete, and no additional payment shall be made for any unlisted work.
7. Payment for Change Order Work Involving Subcontractors
When changes from the plans and specifications are made and the issuance of change orders
are involved, the Contractor shall submit a written proposal in accordance with Article 1109.04
of the IowaDOT Standard Specifications for Highway and Bridge Construction, Series 2015.
8. Maintenance of Traffic
All runways will require ten (10) working days advance notice prior to closure and taxiways will
require five (5) working days advance notice prior to closure.
It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's
equipment and personnel, is the most important consideration. It is understood and agreed that
the contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the airport with respect to his operations and the operations of all his
subcontractors as specified. It is further understood and agreed that the Contractor shall provide
for the uninterrupted operation of visual and electronic signals (including power supplies thereto)
used in the guidance of aircraft, while operation to, from and upon the airport.
With respect to his own operations and the operations of all his subcontractors, the contractors
shall provide airport flags and beacon lights on all equipment at all times, during construction.
The Contractor shall make his own estimate of all labor, materials, equipment and incidentals
necessary for providing the maintenance of aircraft and vehicular traffic as specified in this
subsection.
The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be
measured or paid for directly, but shall be considered incidental to the various contract items.
Air traffic shall be maintained at the airport throughout the construction period. All construction
along the runway edges necessitating its closure shall be expedited to minimize closure. All haul
routes shall be approved by the Owner or his authorized representative.
The Contractor shall consult with the Airport Director in arranging his construction operations
and the Airport Manager will at all times have jurisdiction. Wherever the safety of air traffic
during construction is concerned, his decisions as to methods, procedures and measures used
shall be final, and any and all contractors performing work must be governed by such decisions.
Anytime the Contractor is required to utilize active airfield pavements for access to and from the
work zone, a lead vehicle and a flagger in radio contact with the Control Tower shall be
furnished by the Contractor for movements of vehicles or equipment t o and from the work zone.
The radio operator should be familiar with Airport ground control procedures. The Contractor
shall provide his own radios and shall be responsible for payment of municipal fines ($10,000
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 188 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 111
per occurrence) due to airfield incursions by his employees, subcontractors, suppliers,
consultants and/or other agents.
The Contractor shall not be entitled to any compensation due to delays or inconveniences
caused by said necessary methods, procedures, and measures to protect air traffic.
The Airport Director will give proper notice to the nearest Flight Service Station and the Airways
Facilities Chief, of the Federal Aviation Administration prior to the start of construction.
The Contractor shall be responsible for cleaning and maintaining all haul roads. The Contractor
shall maintain these areas daily as needed or as directed by the Airport Director or authorized
representative. The Airport Director may suspend work until such time as the unsatisfactory
condition is corrected.
If the Contractor fails to comply with the Standard Specifications, contract plans, or these
Special Provisions concerning traffic control, the Airport Director shall execute such work as
may be deemed necessary to correct deficiencies and the cost thereof shall be deducted from
compensation due or which may become due the contractor under the contract.
All maintenance of traffic work shall be considered incidental to the contract.
9. Notice to Proceed
The Notice to Proceed will not be given until all materials are certified by the Contractor to be
available and on hand.
10. Limitation of Operations
The Contractor shall not have access to any part of the active airfield (runways or taxiways) for
any equipment or personnel without the approval of the Airport Director or Authorized
Representative. Contractor's personnel and equipment must remain clear o f all Runway Safety
Areas (RSA), Runway Object Free Areas (ROFA) and Taxiway Object Free Areas (TOFA) at
the airport without airport escort and approval.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 189 of 441
IOWA CITY MUNICIPAL AIRPORT
CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 1 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
23006285.00 Page 112
PART I – LIST OF DRAWINGS
SHEET NO. DRAWING TITLE DESCRIPTION
C-100 COVER SHEET / INDEX TO SHEETS / SOQ
C-101 SITE PLAN AND CONTROL
C-102 SEQUENCE OF CONSTRUCTION
C-103 SEQUENCES OF CONSTRUCTION NOTES
C-104 SEQUENCE OF CONSTRUCTION DETAILS
E-101 EXISTING CONDITIONS
E-102 ELECTRICAL SITE PLAN
E-103 VAULT AC SOLAR ONE-LINE DIAGRAM
E-104 BUILDING D AC SOLAR ONE-LINE DIAGRAM
E-105 VAULT DC SOLAR ONE-LINE DIAGRAM
E-106 BUILDING D DC SOLAR ONE-LINE DIAGRAM
E-107 ELECTRICAL CALCULATIONS
E-108 SOLAR ARRAY STRINGING DIAGRAM
E-109 MONITORING SYSTEM ONE-LINE AND TYPICAL RACK ELEVATION
E-110 SOLAR PV MODULE MOUNTING DETAIL
E-111 VAULT AND INVERTER MOUNTING DETAILS
E-112 SOLAR ELECTRICAL DETAILS
E-113 PLACARDS DETAIL
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 190 of 441
Letting DATE: April 8, 2024
VOLUME 2
CONTRACT DOCUMENTS – TECHNICAL SPECIFICATIONS
FOR
CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
AT THE
IOWA CITY MUNICIPAL AIRPORT
IOWA CITY, IOWA
A.I.P. PROJECT: 3-19-0047-037-2024
Final Submittal
March 1, 2024
Volume 2 of 2
Prepared by:
CRAWFORD, MURPHY & TILLY, INC.
CONSULTING ENGINEERS
3300 69th AVENUE, SUITE 2
MOLINE, ILLINOIS 61625
http://www.cmtengr.com
23006285.00
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 191 of 441
ALL SHEETS
THIS ENGINEERING DOCUMENT IS A REPRODUCTION OF A
CERTIFIED ENGINEERING DOCUMENT, THE OFFICIAL COPY OF
WHICH WAS CERTIFIED BY:
THE OFFICIAL COPY OF THIS ENGINEERING DOCUMENT IS ON
FILE AT THE OFFICE OF THE OWNER.
PAGE OR SHEETS COVERED BY THE REFERENCE
CERTIFICATION:
(SIGNATURE)(DATE)
TRAVIS A. STRAIT, P.E.03.01.2024
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 192 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Table of Contents
PART 1 – GENERAL CONTRACT PROVISIONS ............................................................................... 1
Section 10 Definition of Terms ........................................................................................................ 1
Section 20 Proposal Requirements and Conditions ......................................................................... 9
Section 30 Award and Execution of Contract ................................................................................ 13
Section 40 Scope of Work ............................................................................................................. 15
Section 50 Control of Work ........................................................................................................... 18
Section 60 Control of Materials ..................................................................................................... 23
Section 70 Legal Regulations and Responsibility to Public .......................................................... 28
Section 80 Execution and Progress ................................................................................................ 34
Section 90 Measurement and Payment .......................................................................................... 40
PART 2 – GENERAL CONSTRUCTION ITEMS................................................................................ 47
Item C-105 Mobilization................................................................................................................ 47
PART 9– MISCELLANEOUS ................................................................................................................. 49
Item P-610 Concrete for Miscellaneous Structures ....................................................................... 49
PART 12 – TURFING .............................................................................................................................. 56
Item T-901 Seeding........................................................................................................................ 56
Item T-905 Topsoil ........................................................................................................................ 60
PART 13 – LIGHTING INSTALLATION ............................................................................................ 63
Item L-108 Underground Power Cable for Airports ...................................................................... 63
Item L-109 Airport Transformer Vault and Vault Equipment ....................................................... 76
Item L-110 Airport Underground Electrical Duct Banks and Conduits ........................................ 83
Item L-115 Electrical Manholes and Junction Structures .............................................................. 91
SP-1 – SOLAR PHOTOVOLTAIC SYSTEMS ..................................................................................... 99
APPENDIX A
Construction Safety Phasing Plans (CSPP) ................................................................................. 110
APPENDIX B
FAA AC 150/5370-2G – Operational Safety on Airports During Construction.......................... 120
APPENDIX C
Geotechnical Engineering Report ................................................................................................ 216
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 193 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 10 Definition of Terms 1
Part 1 – General Contract Provisions
Section 10 Definition of Terms
When the following terms are used in these specifications, in the contract, or in any documents or other
instruments pertaining to construction where these specifications govern, the intent and meaning shall be
defined as follows:
Paragraph
Number
Term Definition
10-01 AASHTO The American Association of State Highway and
Transportation Officials.
10-02 Access Road The right-of-way, the roadway and all improvements
constructed thereon connecting the airport to a public
roadway.
10-03 Advertisement A public announcement, as required by local law, inviting
bids for work to be performed and materials to be
furnished.
10-04 Airport Airport means an area of land or water which is used or
intended to be used for the landing and takeoff of aircraft;
an appurtenant area used or intended to be used for airport
buildings or other airport facilities or rights of way; airport
buildings and facilities located in any of these areas, and a
heliport.
10-05 Airport Improvement
Program (AIP)
A grant-in-aid program, administered by the Federal
Aviation Administration (FAA).
10-06 Air Operations Area
(AOA)
The term air operations area (AOA) shall mean any area of
the airport used or intended to be used for the landing,
takeoff, or surface maneuvering of aircraft. An air
operation area shall include such paved or unpaved areas
that are used or intended to be used for the unobstructed
movement of aircraft in addition to its associated runway,
taxiway, or apron.
10-07 Apron Area where aircraft are parked, unloaded or loaded, fueled
and/or serviced.
10-08 ASTM International
(ASTM)
Formerly known as the American Society for Testing and
Materials (ASTM).
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 194 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 10 Definition of Terms 2
Paragraph
Number
Term Definition
10-09 Award The Owner’s notice to the successful bidder of the
acceptance of the submitted bid.
10-10 Bidder Any individual, partnership, firm, or corporation, acting
directly or through a duly authorized representative, who
submits a proposal for the work contemplated.
10-11 Building Area An area on the airport to be used, considered, or intended
to be used for airport buildings or other airport facilities or
rights-of-way together with all airport buildings and
facilities located thereon.
10-12 Calendar Day Every day shown on the calendar.
10-13 Certificate of Analysis
(COA)
The COA is the manufacturer’s Certificate of Compliance
(COC) including all applicable test results required by the
specifications.
10-14 Certificate of
Compliance (COC)
The manufacturer’s certification stating that materials or
assemblies furnished fully comply with the requirements of
the contract. The certificate shall be signed by the
manufacturer’s authorized representative.
10-15 Change Order A written order to the Contractor covering changes in the
plans, specifications, or proposal quantities and
establishing the basis of payment and contract time
adjustment, if any, for work within the scope of the
contract and necessary to complete the project.
10-16 Contract A written agreement between the Owner and the Contractor
that establishes the obligations of the parties including but
not limited to performance of work, furnishing of labor,
equipment and materials and the basis of payment.
The awarded contract includes but may not be limited to:
Advertisement, Contract form, Proposal, Performance
bond, payment bond, General provisions, certifications and
representations, Technical Specifications, Plans,
Supplemental Provisions, standards incorporated by
reference and issued addenda.
10-17 Contract Item (Pay
Item)
A specific unit of work for which a price is provided in the
contract.
10-18 Contract Time The number of calendar days or working days, stated in the
proposal, allowed for completion of the contract, including
authorized time extensions. If a calendar date of
completion is stated in the proposal, in lieu of a number of
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 195 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 10 Definition of Terms 3
Paragraph
Number
Term Definition
calendar or working days, the contract shall be completed
by that date.
10-19 Contractor The individual, partnership, firm, or corporation primarily
liable for the acceptable performance of the work
contracted and for the payment of all legal debts pertaining
to the work who acts directly or through lawful agents or
employees to complete the contract work.
10-20 Contractors Quality
Control (QC) Facilities
The Contractor’s QC facilities in accordance with the
Contractor Quality Control Program (CQCP).
10-21 Contractor Quality
Control Program
(CQCP)
Details the methods and procedures that will be taken to
assure that all materials and completed construction
required by the contract conform to contract plans,
technical specifications and other requirements, whether
manufactured by the Contractor, or procured from
subcontractors or vendors.
10-22 Control Strip A demonstration by the Contractor that the materials,
equipment, and construction processes results in a product
meeting the requirements of the specification.
10-23 Construction Safety and
Phasing Plan (CSPP)
The overall plan for safety and phasing of a construction
project developed by the airport operator, or developed by
the airport operator’s consultant and approved by the
airport operator. It is included in the invitation for bids and
becomes part of the project specifications.
10-24 Drainage System The system of pipes, ditches, and structures by which
surface or subsurface waters are collected and conducted
from the airport area.
10-25 Engineer The individual, partnership, firm, or corporation duly
authorized by the Owner to be responsible for engineering,
inspection, and/or observation of the contract work and
acting directly or through an authorized representative.
10-26 Equipment All machinery, together with the necessary supplies for
upkeep and maintenance; and all tools and apparatus
necessary for the proper construction and acceptable
completion of the work.
10-27 Extra Work An item of work not provided for in the awarded contract
as previously modified by change order or supplemental
agreement, but which is found by the Owner’s Engineer or
Resident Project Representative (RPR) to be necessary to
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 196 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 10 Definition of Terms 4
Paragraph
Number
Term Definition
complete the work within the intended scope of the
contract as previously modified.
10-28 FAA The Federal Aviation Administration. When used to
designate a person, FAA shall mean the Administrator or
their duly authorized representative.
10-29 Federal Specifications The federal specifications and standards, commercial item
descriptions, and supplements, amendments, and indices
prepared and issued by the General Services
Administration.
10-30 Force Account a. Contract Force Account - A method of payment that
addresses extra work performed by the Contractor on a
time and material basis.
b. Owner Force Account - Work performed for the project
by the Owner's employees.
10-31 Intention of Terms Whenever, in these specifications or on the plans, the
words “directed,” “required,” “permitted,” “ordered,”
“designated,” “prescribed,” or words of like import are
used, it shall be understood that the direction, requirement,
permission, order, designation, or prescription of the
Engineer and/or Resident Project Representative (RPR) is
intended; and similarly, the words “approved,”
“acceptable,” “satisfactory,” or words of like import, shall
mean approved by, or acceptable to, or satisfactory to the
Engineer and/or RPR, subject in each case to the final
determination of the Owner.
Any reference to a specific requirement of a numbered
paragraph of the contract specifications or a cited standard
shall be interpreted to include all general requirements of
the entire section, specification item, or cited standard that
may be pertinent to such specific reference.
10-32 Lighting A system of fixtures providing or controlling the light
sources used on or near the airport or within the airport
buildings. The field lighting includes all luminous signals,
markers, floodlights, and illuminating devices used on or
near the airport or to aid in the operation of aircraft landing
at, taking off from, or taxiing on the airport surface.
10-33 Major and Minor
Contract Items
A major contract item shall be any item that is listed in the
proposal, the total cost of which is equal to or greater than
20% of the total amount of the award contract. All other
items shall be considered minor contract items.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 197 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 10 Definition of Terms 5
Paragraph
Number
Term Definition
10-34 Materials Any substance specified for use in the construction of the
contract work.
10-35 Modification of
Standards (MOS)
Any deviation from standard specifications applicable to
material and construction methods in accordance with FAA
Order 5300.1.
10-36 Notice to Proceed (NTP) A written notice to the Contractor to begin the actual
contract work on a previously agreed to date. If applicable,
the Notice to Proceed shall state the date on which the
contract time begins.
10-37 Owner The term “Owner” shall mean the party of the first part or
the contracting agency signatory to the contract. Where the
term “Owner” is capitalized in this document, it shall mean
airport Sponsor only. The Owner for this project is the
Iowa City Airport Commission.
10-38 Passenger Facility
Charge (PFC)
Per 14 Code of Federal Regulations (CFR) Part 158 and 49
United States Code (USC) § 40117, a PFC is a charge
imposed by a public agency on passengers enplaned at a
commercial service airport it controls.
10-39 Pavement Structure The combined surface course, base course(s), and subbase
course(s), if any, considered as a single unit.
10-40 Payment bond The approved form of security furnished by the Contractor
and their own surety as a guaranty that the Contractor will
pay in full all bills and accounts for materials and labor
used in the construction of the work.
10-41 Performance bond The approved form of security furnished by the Contractor
and their own surety as a guaranty that the Contractor will
complete the work in accordance with the terms of the
contract.
10-42 Plans The official drawings or exact reproductions which show
the location, character, dimensions and details of the
airport and the work to be done and which are to be
considered as a part of the contract, supplementary to the
specifications. Plans may also be referred to as 'contract
drawings.’
10-43 Project The agreed scope of work for accomplishing specific
airport development with respect to a particular airport.
10-44 Proposal The written offer of the bidder (when submitted on the
approved proposal form) to perform the contemplated work
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 198 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 10 Definition of Terms 6
Paragraph
Number
Term Definition
and furnish the necessary materials in accordance with the
provisions of the plans and specifications.
10-45 Proposal guaranty The security furnished with a proposal to guarantee that the
bidder will enter into a contract if their own proposal is
accepted by the Owner.
10-46 Quality Assurance (QA) Owner’s responsibility to assure that construction work
completed complies with specifications for payment.
10-47 Quality Control (QC) Contractor’s responsibility to control material(s) and
construction processes to complete construction in
accordance with project specifications.
10-48 Quality Assurance (QA)
Inspector
An authorized representative of the Engineer and/or
Resident Project Representative (RPR) assigned to make
all necessary inspections, observations, tests, and/or
observation of tests of the work performed or being
performed, or of the materials furnished or being furnished
by the Contractor.
10-49 Quality Assurance (QA)
Laboratory
The official quality assurance testing laboratories of the
Owner or such other laboratories as may be designated by
the Engineer or RPR. May also be referred to as
Engineer’s, Owner’s, or QA Laboratory.
10-50 Resident Project
Representative (RPR)
The individual, partnership, firm, or corporation duly
authorized by the Owner to be responsible for all necessary
inspections, observations, tests, and/or observations of tests
of the contract work performed or being performed, or of
the materials furnished or being furnished by the
Contractor, and acting directly or through an authorized
representative.
10-51 Runway The area on the airport prepared for the landing and takeoff
of aircraft.
10-52 Runway Safety Area
(RSA)
A defined surface surrounding the runway prepared or
suitable for reducing the risk of damage to aircraft. See the
construction safety and phasing plan (CSPP) for limits of
the RSA.
10-53 Safety Plan Compliance
Document (SPCD)
Details how the Contractor will comply with the CSPP.
10-54 Specifications A part of the contract containing the written directions and
requirements for completing the contract work. Standards
for specifying materials or testing which are cited in the
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 199 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 10 Definition of Terms 7
Paragraph
Number
Term Definition
contract specifications by reference shall have the same
force and effect as if included in the contract physically.
10-55 Sponsor A Sponsor is defined in 49 USC § 47102(24) as a public
agency that submits to the FAA for an AIP grant; or a
private Owner of a public-use airport that submits to the
FAA an application for an AIP grant for the airport.
10-56 Structures Airport facilities such as bridges; culverts; catch basins,
inlets, retaining walls, cribbing; storm and sanitary sewer
lines; water lines; underdrains; electrical ducts, manholes,
handholes, lighting fixtures and bases; transformers;
navigational aids; buildings; vaults; and, other manmade
features of the airport that may be encountered in the work
and not otherwise classified herein.
10-57 Subgrade The soil that forms the pavement foundation.
10-58 Superintendent The Contractor’s executive representative who is present
on the work during progress, authorized to receive and
fulfill instructions from the RPR, and who shall supervise
and direct the construction.
10-59 Supplemental
Agreement
A written agreement between the Contractor and the
Owner that establishes the basis of payment and contract
time adjustment, if any, for the work affected by the
supplemental agreement. A supplemental agreement is
required if: (1) in scope work would increase or decrease
the total amount of the awarded contract by more than
25%: (2) in scope work would increase or decrease the
total of any major contract item by more than 25%; (3)
work that is not within the scope of the originally awarded
contract; or (4) adding or deleting of a major contract item.
10-60 Surety The corporation, partnership, or individual, other than the
Contractor, executing payment or performance bonds that
are furnished to the Owner by the Contractor.
10-61 Taxilane A taxiway designed for low speed movement of aircraft
between aircraft parking areas and terminal areas.
10-62 Taxiway The portion of the air operations area of an airport that has
been designated by competent airport authority for
movement of aircraft to and from the airport’s runways,
aircraft parking areas, and terminal areas.
10-63 Taxiway/Taxilane Safety
Area (TSA)
A defined surface alongside the taxiway prepared or
suitable for reducing the risk of damage to an aircraft. See
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 200 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 10 Definition of Terms 8
Paragraph
Number
Term Definition
the construction safety and phasing plan (CSPP) for limits
of the TSA.
10-64 Work The furnishing of all labor, materials, tools, equipment, and
incidentals necessary or convenient to the Contractor’s
performance of all duties and obligations imposed by the
contract, plans, and specifications.
10-65 Working day A working day shall be any day other than a legal holiday,
Saturday, or Sunday on which the normal working forces
of the Contractor may proceed with regular work for at
least six (6) hours toward completion of the contract. When
work is suspended for causes beyond the Contractor’s
control, it will not be counted as a working day. Saturdays,
Sundays and holidays on which the Contractor’s forces
engage in regular work will be considered as working days.
10-66 Owner Defined terms None.
END OF SECTION 10
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 201 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 20 Proposal Requirements and Conditions 9
Section 20 Proposal Requirements and Conditions
20-01 Advertisement (Notice to Bidders). See Contract Documents – Contractual Requirements,
Division 1 – Notice to Bidders / Invitation for Bids.
20-02 Qualification of bidders. Each bidder shall submit evidence of competency and evidence of
financial responsibility to perform the work to the Owner at the time of bid opening.
Evidence of competency, unless otherwise specified, shall consist of statements covering the bidder’s past
experience on similar work, and a list of equipment and a list of key personnel that would be available for
the work.
Each bidder shall furnish the Owner satisfactory evidence of their financial responsibility. Evidence of
financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of
the bidder’s financial resources and liabilities as of the last calendar year or the bidder’s last fiscal year.
Such statements or reports shall be certified by a public accountant. At the time of submitting such
financial statements or reports, the bidder shall further certify whether their financial responsibility is
approximately the same as stated or reported by the public accountant. If the bidder’s financial
responsibility has changed, the bidder shall qualify the public accountant’s statement or report to reflect
the bidder’s true financial condition at the time such qualified statement or report is submitted to the
Owner.
Unless otherwise specified, a bidder may submit evidence that they are prequalified with the State
Highway Division and are on the current “bidder’s list” of the state in which the proposed work is
located. Evidence of State Highway Division prequalification may be submitted as evidence of financial
responsibility in lieu of the certified statements or reports specified above.
20-03 Contents of proposal forms. The Owner's proposal forms state the location and description of the
proposed construction; the place, date, and time of opening of the proposals; and the estimated quantities
of the various items of work to be performed and materials to be furnished for which unit bid prices are
asked. The proposal form states the time in which the work must be completed, and the amount of the
proposal guaranty that must accompany the proposal. The Owner will accept only those Proposals
properly executed on physical forms or electronic forms provided by the Owner. Bidder actions that may
cause the Owner to deem a proposal irregular are given in paragraph 20-09 Irregular proposals.
Mobilization is limited to 5 percent of the total project cost.
A nonmandatory prebid conference will be held for this project to discuss as a minimum, the following
items: material requirements; submittals; Quality Control/Quality Assurance requirements; the
construction safety and phasing plan including airport access and staging areas; and unique airfield paving
construction requirements. See the bidding Contract Documents for time, date, and place of the meeting.
20-04 Issuance of proposal forms. The Owner reserves the right to refuse to issue a proposal form to a
prospective bidder if the bidder is in default for any of the following reasons:
a. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited,
or otherwise included, in the proposal as a requirement for bidding.
b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in
force with the Owner at the time the Owner issues the proposal to a prospective bidder.
c. Documented record of Contractor default under previous contracts with the Owner.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 202 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 20 Proposal Requirements and Conditions 10
d. Documented record of unsatisfactory work on previous contracts with the Owner.
20-05 Interpretation of estimated proposal quantities. An estimate of quantities of work to be done
and materials to be furnished under these specifications is given in the proposal. It is the result of careful
calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the
award of the contract. The Owner does not expressly, or by implication, agree that the actual quantities
involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception
because of such estimates of quantities, or of the character, location, or other conditions pertaining to the
work. Payment to the Contractor will be made only for the actual quantities of work performed or
materials furnished in accordance with the plans and specifications. It is understood that the quantities
may be increased or decreased as provided in the Section 40, paragraph 40-02, Alteration of Work and
Quantities, without in any way invalidating the unit bid prices.
20-06 Examination of plans, specifications, and site. The bidder is expected to carefully examine the
site of the proposed work, the proposal, plans, specifications, and contract forms. Bidders shall satisfy
themselves to the character, quality, and quantities of work to be performed, materials to be furnished,
and to the requirements of the proposed contract. The submission of a proposal shall be prima facie
evidence that the bidder has made such examination and is satisfied to the conditions to be encountered in
performing the work and the requirements of the proposed contract, plans, and specifications.
Boring logs and other records of subsurface investigations and tests are available for inspection of
bidders. It is understood and agreed that such subsurface information, whether included in the plans,
specifications, or otherwise made available to the bidder, was obtained and is intended for the Owner’s
design and estimating purposes only. Such information has been made available for the convenience of all
bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions,
deductions, or conclusions which the bidder may make or obtain from their own examination of the
boring logs and other records of subsurface investigations and tests that are furnished by the Owner.
20-07 Preparation of proposal. The bidder shall submit their proposal on the forms furnished by the
Owner. All blank spaces in the proposal forms, unless explicitly stated otherwise, must be correctly filled
in where indicated for each and every item for which a quantity is given. The bidder shall state the price
(written in ink or typed) both in words and numerals which they propose for each pay item furnished in
the proposal. In case of conflict between words and numerals, the words, unless obviously incorrect, shall
govern.
The bidder shall correctly sign the proposal in ink. If the proposal is made by an individual, their name
and post office address must be shown. If made by a partnership, the name and post office address of each
member of the partnership must be shown. If made by a corporation, the person signing the proposal shall
give the name of the state where the corporation was chartered and the name, titles, and business address
of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of
their authority to do so and that the signature is binding upon the firm or corporation.
20-08 Responsive and responsible bidder. A responsive bid conforms to all significant terms and
conditions contained in the Owner’s invitation for bid. It is the Owner’s responsibility to decide if the
exceptions taken by a bidder to the solicitation are material or not and the extent of deviation it is willing
to accept.
A responsible bidder has the ability to perform successfully under the terms and conditions of a proposed
procurement, as defined in 2 CFR § 200.318(h). This includes such matters as Contractor integrity,
compliance with public policy, record of past performance, and financial and technical resources.
20-09 Irregular proposals. Proposals shall be considered irregular for the following reasons:
a. If the proposal is on a form other than that furnished by the Owner, or if the Owner’s form is
altered, or if any part of the proposal form is detached.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 203 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 20 Proposal Requirements and Conditions 11
b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind
that make the proposal incomplete, indefinite, or otherwise ambiguous.
c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the
case of authorized alternate pay items, for which the bidder is not required to furnish a unit price.
d. If the proposal contains unit prices that are obviously unbalanced.
e. If the proposal is not accompanied by the proposal guaranty specified by the Owner.
f. If the applicable Disadvantaged Business Enterprise information is incomplete.
The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such
waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the
letting of construction contracts.
20-10 Bid guarantee. Each separate proposal shall be accompanied by a bid bond, certified check, or
other specified acceptable collateral, in the amount specified in the proposal form. Such bond, check, or
collateral, shall be made payable to the Owner.
20-11 Delivery of proposal. Each proposal submitted shall be placed in a sealed envelope plainly marked
with the project number, location of airport, and name and business address of the bidder on the outside.
When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be
enclosed in an additional envelope. No proposal will be considered unless received at the place specified
in the advertisement or as modified by Addendum before the time specified for opening all bids.
Proposals received after the bid opening time shall be returned to the bidder unopened.
20-12 Withdrawal or revision of proposals. A bidder may withdraw or revise (by withdrawal of one
proposal and submission of another) a proposal provided that the bidder’s request for withdrawal is
received by the Owner in writing before the time specified for opening bids. Revised proposals must be
received at the place specified in the advertisement before the time specified for opening all bids.
20-13 Public opening of proposals. Proposals shall be opened, and read, publicly at the time and place
specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to
attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time
specified for opening bids shall be returned to the bidder unopened.
20-14 Disqualification of bidders. A bidder shall be considered disqualified for any of the following
reasons:
a. Submitting more than one proposal from the same partnership, firm, or corporation under the same
or different name.
b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified
as bidders for any future work of the Owner until any such participating bidder has been reinstated by the
Owner as a qualified bidder.
c. If the bidder is considered to be in “default” for any reason specified in paragraph 20-04, Issuance
of Proposal Forms, of this section.
20-15 Discrepancies and Omissions. A Bidder who discovers discrepancies or omissions with the
project bid documents shall immediately notify the Owner’s Engineer of the matter. A bidder that has
doubt as to the true meaning of a project requirement may submit to the Owner’s Engineer a written
request for interpretation no later than 7 days prior to bid opening.
Any interpretation of the project bid documents by the Owner’s Engineer will be by written addendum
issued by the Owner. The Owner will not consider any instructions, clarifications or interpretations of the
bidding documents in any manner other than written addendum.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 204 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 20 Proposal Requirements and Conditions 12
END OF SECTION 20
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 205 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 30 Award and Execution of Contract 13
Section 30 Award and Execution of Contract
30-01 Consideration of proposals. After the proposals are publicly opened and read, they will be
compared on the basis of the summation of the products obtained by multiplying the estimated quantities
shown in the proposal by the unit bid prices. If a bidder’s proposal contains a discrepancy between unit
bid prices written in words and unit bid prices written in numbers, the unit bid price written in words shall
govern.
Until the award of a contract is made, the Owner reserves the right to reject a bidder’s proposal for any of
the following reasons:
a. If the proposal is irregular as specified in Section 20, paragraph 20-09, Irregular Proposals.
b. If the bidder is disqualified for any of the reasons specified Section 20, paragraph 20-14,
Disqualification of Bidders.
In addition, until the award of a contract is made, the Owner reserves the right to reject any or all
proposals, waive technicalities, if such waiver is in the best interest of the Owner and is in conformance
with applicable state and local laws or regulations pertaining to the letting of construction contracts;
advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the
Owner’s best interests.
30-02 Award of contract. The award of a contract, if it is to be awarded, shall be made within
90 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein.
If the Owner elects to proceed with an award of contract, the Owner will make award to the responsible
bidder whose bid, conforming with all the material terms and conditions of the bid documents, is the
lowest in price.
30-03 Cancellation of award. The Owner reserves the right to cancel the award without liability to the
bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all
parties and is approved by the Owner in accordance with paragraph 30-07 Approval of Contract.
30-04 Return of proposal guaranty. All proposal guaranties, except those of the two lowest bidders,
will be returned immediately after the Owner has made a comparison of bids as specified in the paragraph
30-01, Consideration of Proposals. Proposal guaranties of the two lowest bidders will be retained by the
Owner until such time as an award is made, at which time, the unsuccessful bidder’s proposal guaranty
will be returned. The successful bidder’s proposal guaranty will be returned as soon as the Owner
receives the contract bonds as specified in paragraph 30-05, Requirements of Contract Bonds.
30-05 Requirements of contract bonds. At the time of the execution of the contract, the successful
bidder shall furnish the Owner a surety bond or bonds that have been fully executed by the bidder and the
surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred
by reason of the Contractor’s performance of the work. The surety and the form of the bond or bonds
shall be acceptable to the Owner. Unless otherwise specified in this subsection, the surety bond or bonds
shall be in a sum equal to the full amount of the contract.
30-06 Execution of contract. The successful bidder shall sign (execute) the necessary agreements for
entering into the contract and return the signed contract to the Owner, along with the fully executed surety
bond or bonds specified in paragraph 30-05, Requirements of Contract Bonds, of this section, within 15
calendar days from the date mailed or otherwise delivered to the successful bidder.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 206 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 30 Award and Execution of Contract 14
30-07 Approval of contract. Upon receipt of the contract and contract bond or bonds that have been
executed by the successful bidder, the Owner shall complete the execution of the contract in accordance
with local laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the
fully executed contract to the Contractor shall constitute the Owner’s approval to be bound by the
successful bidder’s proposal and the terms of the contract.
30-08 Failure to execute contract. Failure of the successful bidder to execute the contract and furnish an
acceptable surety bond or bonds within the period specified in paragraph 30-06, Execution of Contract, of
this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as
a penalty, but as liquidated damages to the Owner.
END OF SECTION 30
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 207 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 40 Scope of Work 15
Section 40 Scope of Work
40-01 Intent of contract. The intent of the contract is to provide for construction and completion, in
every detail, of the work described. It is further intended that the Contractor shall furnish all labor,
materials, equipment, tools, transportation, and supplies required to complete the work in accordance with
the plans, specifications, and terms of the contract.
40-02 Alteration of work and quantities. The Owner reserves the right to make such changes in
quantities and work as may be necessary or desirable to complete, in a satisfactory manner, the original
intended work. Unless otherwise specified in the Contract, the Owner’s Engineer or RPR shall be and is
hereby authorized to make, in writing, such in-scope alterations in the work and variation of quantities as
may be necessary to complete the work, provided such action does not represent a significant change in
the character of the work.
For purpose of this section, a significant change in character of work means: any change that is outside
the current contract scope of work; any change (increase or decrease) in the total contract cost by more
than 25%; or any change in the total cost of a major contract item by more than 25%.
Work alterations and quantity variances that do not meet the definition of significant change in character
of work shall not invalidate the contract nor release the surety. Contractor agrees to accept payment for
such work alterations and quantity variances in accordance with Section 90, paragraph 90-03,
Compensation for Altered Quantities.
Should the value of altered work or quantity variance meet the criteria for significant change in character
of work, such altered work and quantity variance shall be covered by a supplemental agreement.
Supplemental agreements shall also require consent of the Contractor’s surety and separate performance
and payment bonds. If the Owner and the Contractor are unable to agree on a unit adjustment for any
contract item that requires a supplemental agreement, the Owner reserves the right to terminate the
contract with respect to the item and make other arrangements for its completion.
40-03 Omitted items. The Owner, the Owner’s Engineer or the RPR may provide written notice to the
Contractor to omit from the work any contract item that does not meet the definition of major contract
item. Major contract items may be omitted by a supplemental agreement. Such omission of contract items
shall not invalidate any other contract provision or requirement.
Should a contract item be omitted or otherwise ordered to be non-performed, the Contractor shall be paid
for all work performed toward completion of such item prior to the date of the order to omit such item.
Payment for work performed shall be in accordance with Section 90, paragraph 90-04, Payment for
Omitted Items.
40-04 Extra work. Should acceptable completion of the contract require the Contractor to perform an
item of work not provided for in the awarded contract as previously modified by change order or
supplemental agreement, Owner may issue a Change Order to cover the necessary extra work. Change
orders for extra work shall contain agreed unit prices for performing the change order work in accordance
with the requirements specified in the order, and shall contain any adjustment to the contract time that, in
the RPR’s opinion, is necessary for completion of the extra work.
When determined by the RPR to be in the Owner’s best interest, the RPR may order the Contractor to
proceed with extra work as provided in Section 90, paragraph 90-05, Payment for Extra Work. Extra work
that is necessary for acceptable completion of the project, but is not within the general scope of the work
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 208 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 40 Scope of Work 16
covered by the original contract shall be covered by a supplemental agreement as defined in Section 10,
paragraph 10-59, Supplemental Agreement.
If extra work is essential to maintaining the project critical path, RPR may order the Contractor to
commence the extra work under a Time and Material contract method. Once sufficient detail is available
to establish the level of effort necessary for the extra work, the Owner shall initiate a change order or
supplemental agreement to cover the extra work.
Any claim for payment of extra work that is not covered by written agreement (change order or
supplemental agreement) shall be rejected by the Owner.
40-05 Maintenance of traffic. It is the explicit intention of the contract that the safety of aircraft, as well
as the Contractor’s equipment and personnel, is the most important consideration. The Contractor shall
maintain traffic in the manner detailed in the Construction Safety and Phasing Plan (CSPP).
a. It is understood and agreed that the Contractor shall provide for the free and unobstructed
movement of aircraft in the air operations areas (AOAs) of the airport with respect to their own operations
and the operations of all subcontractors as specified in Section 80, paragraph 80-04, Limitation of
Operations. It is further understood and agreed that the Contractor shall provide for the uninterrupted
operation of visual and electronic signals (including power supplies thereto) used in the guidance of
aircraft while operating to, from, and upon the airport as specified in Section 70, paragraph 70-15,
Contractor’s Responsibility for Utility Service and Facilities of Others.
b. With respect to their own operations and the operations of all subcontractors, the Contractor shall
provide marking, lighting, and other acceptable means of identifying personnel, equipment, vehicles,
storage areas, and any work area or condition that may be hazardous to the operation of aircraft, fire-
rescue equipment, or maintenance vehicles at the airport in accordance with the construction safety and
phasing plan (CSPP) and the safety plan compliance document (SPCD).
c. When the contract requires the maintenance of an existing road, street, or highway during the
Contractor’s performance of work that is otherwise provided for in the contract, plans, and specifications,
the Contractor shall keep the road, street, or highway open to all traffic and shall provide maintenance as
may be required to accommodate traffic. The Contractor, at their expense, shall be responsible for the
repair to equal or better than preconstruction conditions of any damage caused by the Contractor’s
equipment and personnel. The Contractor shall furnish, erect, and maintain barricades, warning signs,
flag person, and other traffic control devices in reasonable conformity with the Manual on Uniform
Traffic Control Devices (MUTCD) (http://mutcd.fhwa.dot.gov/), unless otherwise specified. The
Contractor shall also construct and maintain in a safe condition any temporary connections necessary for
ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise
specified herein, the Contractor will not be required to furnish snow removal for such existing road,
street, or highway.
40-06 Removal of existing structures. All existing structures encountered within the established lines,
grades, or grading sections shall be removed by the Contractor, unless such existing structures are
otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the
work or to remain in place. The cost of removing such existing structures shall not be measured or paid
for directly, but shall be included in the various contract items.
Should the Contractor encounter an existing structure (above or below ground) in the work for which the
disposition is not indicated on the plans, the Resident Project Representative (RPR) shall be notified prior
to disturbing such structure. The disposition of existing structures so encountered shall be immediately
determined by the RPR in accordance with the provisions of the contract.
Except as provided in Section 40, paragraph 40-07, Rights in and Use of Materials Found in the Work, it
is intended that all existing materials or structures that may be encountered (within the lines, grades, or
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 209 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 40 Scope of Work 17
grading sections established for completion of the work) shall be used in the work as otherwise provided
for in the contract and shall remain the property of the Owner when so used in the work.
40-07 Rights in and use of materials found in the work. Should the Contractor encounter any material
such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines,
grades, or grading sections, the use of which is intended by the terms of the contract to be embankment,
the Contractor may at their own option either:
a. Use such material in another contract item, providing such use is approved by the RPR and is in
conformance with the contract specifications applicable to such use; or,
b. Remove such material from the site, upon written approval of the RPR; or
c. Use such material for the Contractor’s own temporary construction on site; or,
d. Use such material as intended by the terms of the contract.
Should the Contractor wish to exercise option a., b., or c., the Contractor shall request the RPR’s approval
in advance of such use.
Should the RPR approve the Contractor’s request to exercise option a., b., or c., the Contractor shall be
paid for the excavation or removal of such material at the applicable contract price. The Contractor shall
replace, at their expense, such removed or excavated material with an agreed equal volume of material
that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such
replacement material is needed to complete the contract work. The Contractor shall not be charged for use
of such material used in the work or removed from the site.
Should the RPR approve the Contractor’s exercise of option a., the Contractor shall be paid, at the
applicable contract price, for furnishing and installing such material in accordance with requirements of
the contract item in which the material is used.
It is understood and agreed that the Contractor shall make no claim for delays by reason of their own
exercise of option a., b., or c.
The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a
structure which is located outside the lines, grades, or grading sections established for the work, except
where such excavation or removal is provided for in the contract, plans, or specifications.
40-08 Final cleanup. Upon completion of the work and before acceptance and final payment will be
made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded
materials, rubbish, temporary structures, and stumps or portions of trees. The Contractor shall cut all
brush and woods within the limits indicated and shall leave the site in a neat and presentable condition.
Material cleared from the site and deposited on adjacent property will not be considered as having been
disposed of satisfactorily, unless the Contractor has obtained the written permission of the property
Owner.
END OF SECTION 40
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 210 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 50 Control of Work 18
Section 50 Control of Work
50-01 Authority of the Resident Project Representative (RPR). The RPR has final authority regarding
the interpretation of project specification requirements. The RPR shall determine acceptability of the
quality of materials furnished, method of performance of work performed, and the manner and rate of
performance of the work. The RPR does not have the authority to accept work that does not conform to
specification requirements.
50-02 Conformity with plans and specifications. All work and all materials furnished shall be in
reasonably close conformity with the lines, grades, grading sections, cross-sections, dimensions, material
requirements, and testing requirements that are specified (including specified tolerances) in the contract,
plans, or specifications.
If the RPR finds the materials furnished, work performed, or the finished product not within reasonably
close conformity with the plans and specifications, but that the portion of the work affected will, in their
opinion, result in a finished product having a level of safety, economy, durability, and workmanship
acceptable to the Owner, the RPR will advise the Owner of their determination that the affected work be
accepted and remain in place. The RPR will document the determination and recommend to the Owner a
basis of acceptance that will provide for an adjustment in the contract price for the affected portion of the
work. Changes in the contract price must be covered by contract change order or supplemental agreement
as applicable.
If the RPR finds the materials furnished, work performed, or the finished product are not in reasonably
close conformity with the plans and specifications and have resulted in an unacceptable finished product,
the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense
of the Contractor in accordance with the RPR’s written orders.
The term “reasonably close conformity” shall not be construed as waiving the Contractor’s responsibility
to complete the work in accordance with the contract, plans, and specifications. The term shall not be
construed as waiving the RPR’s responsibility to insist on strict compliance with the requirements of the
contract, plans, and specifications during the Contractor’s execution of the work, when, in the RPR’s
opinion, such compliance is essential to provide an acceptable finished portion of the work.
The term “reasonably close conformity” is also intended to provide the RPR with the authority, after
consultation with the Sponsor and FAA, to use sound engineering judgment in their determinations to
accept work that is not in strict conformity, but will provide a finished product equal to or better than that
required by the requirements of the contract, plans and specifications.
The RPR will not be responsible for the Contractor’s means, methods, techniques, sequences, or
procedures of construction or the safety precautions incident thereto.
50-03 Coordination of contract, plans, and specifications. The contract, plans, specifications, and all
referenced standards cited are essential parts of the contract requirements. If electronic files are provided
and used on the project and there is a conflict between the electronic files and hard copy plans, the hard
copy plans shall govern. A requirement occurring in one is as binding as though occurring in all. They
are intended to be complementary and to describe and provide for a complete work. In case of
discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications
shall govern over contract general provisions, plans, cited standards for materials or testing, and cited
advisory circulars (ACs); contract general provisions shall govern over plans, cited standards for materials
or testing, and cited ACs; plans shall govern over cited standards for materials or testing and cited ACs. If
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 211 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 50 Control of Work 19
any paragraphs contained in the Special Provisions conflict with General Provisions or Technical
Specifications, the Special Provisions shall govern.
From time to time, discrepancies within cited testing standards occur due to the timing of the change,
edits, and/or replacement of the standards. If the Contractor discovers any apparent discrepancy within
standard test methods, the Contractor shall immediately ask the RPR for an interpretation and decision,
and such decision shall be final.
The Contractor shall not take advantage of any apparent error or omission on the plans or specifications.
In the event the Contractor discovers any apparent error or discrepancy, Contractor shall immediately
notify the Owner or the designated representative in writing requesting their written interpretation and
decision.
50-04 List of Special Provisions.
• SP-1-1.1 Vault Solar Array
• SP-1-1.2 Building D Solar Array
50-05 Cooperation of Contractor. The Contractor shall be supplied with five hard copies or an
electronic PDF of the plans and specifications. The Contractor shall have available on the construction
site at all times one hardcopy each of the plans and specifications. Additional hard copies of plans and
specifications may be obtained by the Contractor for the cost of reproduction.
The Contractor shall give constant attention to the work to facilitate the progress thereof, and shall
cooperate with the RPR and their inspectors and with other Contractors in every way possible. The
Contractor shall have a competent superintendent on the work at all times who is fully authorized as their
agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans
and specifications and shall receive and fulfill instructions from the RPR or their authorized
representative.
A weekly meeting shall be scheduled during construction to discuss upcoming work, phasing, work areas,
etc. The Contractor’s Superintendent, the Sub-Contractor’s foreman (when applicable) and the RPR are
required to attend this meeting. The Airport, FAA and other contractors with separate contracts may
attend the meeting as needed.
50-06 Cooperation between Contractors. The Owner reserves the right to contract for and perform
other or additional work on or near the work covered by this contract.
When separate contracts are let within the limits of any one project, each Contractor shall conduct the
work not to interfere with or hinder the progress of completion of the work being performed by other
Contractors. Contractors working on the same project shall cooperate with each other as directed.
Each Contractor involved shall assume all liability, financial or otherwise, in connection with their own
contract and shall protect and hold harmless the Owner and RPR from any and all damages or claims that
may arise because of inconvenience, delays, or loss experienced because of the presence and operations
of other Contractors working within the limits of the same project.
The Contractor shall arrange their work and shall place and dispose of the materials being used to not
interfere with the operations of the other Contractors within the limits of the same project. The Contractor
shall join their work with that of the others in an acceptable manner and shall perform it in proper
sequence to that of the others.
The Contractor shall plan and conduct his/her work so as not to interfere or hinder the progress or work
being performed by other Contractors on the site under separate contracts. The timely prosecution of the
overall project is dependent upon the proper coordination between Contractors. It is to be fully understood
by the Contractor that the prosecution of the overall projects and the safety and convenience of the
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 212 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 50 Control of Work 20
aviation public are the governing criteria for resolving conflicts which may arise between his/her schedule
and the schedule of other Contractors. When conflicts arise, resolution of such conflicts will be made by
the Owner through the Engineer in the best interest of the Airport. Delays, changes in scheduling, or
expedition of work under this contract to coordinate the timely prosecution of work will be considered
incidental to the contract and no additional compensation will be allowed.
50-07 Construction layout and stakes. The Engineer/RPR shall establish necessary horizontal and
vertical control. The establishment of Survey Control and/or reestablishment of survey control shall be by
a State Licensed Land Surveyor. Contractor is responsible for preserving integrity of horizontal and
vertical controls established by Engineer/RPR. In case of negligence on the part of the Contractor or their
employees, resulting in the destruction of any horizontal and vertical control, the resulting costs will be
deducted as a liquidated damage against the Contractor.
Prior to the start of construction, the Contractor will check all control points for horizontal and vertical
accuracy and certify in writing to the RPR that the Contractor concurs with survey control established for
the project. All lines, grades and measurements from control points necessary for the proper execution
and control of the work on this project will be provided to the RPR. The Contractor is responsible to
establish all layout required for the construction of the project.
Copies of survey notes will be provided to the RPR for each area of construction and for each placement
of material as specified to allow the RPR to make periodic checks for conformance with plan grades,
alignments and grade tolerances required by the applicable material specifications. Surveys will be
provided to the RPR prior to commencing work items that cover or disturb the survey staking.
Laser, GPS, String line, or other automatic control shall be checked with temporary control as necessary.
In the case of error, on the part of the Contractor, their surveyor, employees or subcontractors, resulting in
established grades, alignment or grade tolerances that do not concur with those specified or shown on the
plans, the Contractor is solely responsible for correction, removal, replacement and all associated costs at
no additional cost to the Owner.
No direct payment will be made, unless otherwise specified in contract documents, for this labor,
materials, or other expenses. The cost shall be included in the price of the bid for the various items of the
Contract.
50-08 Authority and duties of Quality Assurance (QA) inspectors. QA inspectors shall be authorized
to inspect all work done and all material furnished. Such QA inspection may extend to all or any part of
the work and to the preparation, fabrication, or manufacture of the materials to be used. QA inspectors are
not authorized to revoke, alter, or waive any provision of the contract. QA inspectors are not authorized to
issue instructions contrary to the plans and specifications or to act as foreman for the Contractor.
QA Inspectors are authorized to notify the Contractor or their representatives of any failure of the work or
materials to conform to the requirements of the contract, plans, or specifications and to reject such
nonconforming materials in question until such issues can be referred to the RPR for a decision.
50-09 Inspection of the work. All materials and each part or detail of the work shall be subject to
inspection. The RPR shall be allowed access to all parts of the work and shall be furnished with such
information and assistance by the Contractor as is required to make a complete and detailed inspection.
If the RPR requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover
such portions of the finished work as may be directed. After examination, the Contractor shall restore said
portions of the work to the standard required by the specifications. Should the work thus exposed or
examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making
good of the parts removed will be paid for as extra work; but should the work so exposed or examined
prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the
parts removed will be at the Contractor’s expense.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 213 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 50 Control of Work 21
Provide advance written notice to the RPR of work the Contractor plans to perform each week and each
day. Any work done or materials used without written notice and allowing opportunity for inspection by
the RPR may be ordered removed and replaced at the Contractor’s expense.
Should the contract work include relocation, adjustment, or any other modification to existing facilities,
not the property of the (contract) Owner, authorized representatives of the Owners of such facilities shall
have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to
the contract, and shall in no way interfere with the rights of the parties to this contract.
50-10 Removal of unacceptable and unauthorized work. All work that does not conform to the
requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise
determined acceptable by the RPR as provided in paragraph 50-02, Conformity with Plans and
Specifications.
Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through
carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed
immediately and replaced in an acceptable manner in accordance with the provisions of Section 70,
paragraph 70-14, Contractor’s Responsibility for Work.
No removal work made under provision of this paragraph shall be done without lines and grades having
been established by the RPR. Work done contrary to the instructions of the RPR, work done beyond the
lines shown on the plans or as established by the RPR, except as herein specified, or any extra work done
without authority, will be considered as unauthorized and will not be paid for under the provisions of the
contract. Work so done may be ordered removed or replaced at the Contractor’s expense.
Upon failure on the part of the Contractor to comply with any order of the RPR made under the
provisions of this subsection, the RPR will have authority to cause unacceptable work to be remedied or
removed and replaced; and unauthorized work to be removed and recover the resulting costs as a
liquidated damage against the Contractor.
50-11 Load restrictions. The Contractor shall comply with all legal load restrictions in the hauling of
materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor
of liability for damage that may result from the moving of material or equipment.
The operation of equipment of such weight or so loaded as to cause damage to structures or to any other
type of construction will not be permitted. Hauling of materials over the base course or surface course
under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base,
or structure before the expiration of the curing period. The Contractor, at their own expense, shall be
responsible for the repair to equal or better than preconstruction conditions of any damage caused by the
Contractor’s equipment and personnel.
50-12 Maintenance during construction. The Contractor shall maintain the work during construction
and until the work is accepted. Maintenance shall constitute continuous and effective work prosecuted
day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at
all times.
In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the
Contractor shall maintain the previous course or subgrade during all construction operations.
All costs of maintenance work during construction and before the project is accepted shall be included in
the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount
for such work.
Waste and loose materials capable of being displaced or blown into an Air Operations Area (AOA) shall
be continuously removed by the Contractor.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 214 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 50 Control of Work 22
50-13 Failure to maintain the work. Should the Contractor at any time fail to maintain the work as
provided in paragraph 50-12, Maintenance during Construction, the RPR shall immediately notify the
Contractor of such noncompliance. Such notification shall specify a reasonable time within which the
Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will
give due consideration to the exigency that exists.
Should the Contractor fail to respond to the RPR’s notification, the Owner may suspend any work
necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency
that exists. Any maintenance cost incurred by the Owner, shall be recovered as a liquidated damage
against the Contractor.
50-14 Partial acceptance. If at any time during the execution of the project the Contractor substantially
completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, the
Contractor may request the RPR to make final inspection of that unit. If the RPR finds upon inspection
that the unit has been satisfactorily completed in compliance with the contract, the RPR may accept it as
being complete, and the Contractor may be relieved of further responsibility for that unit. Such partial
acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the contract.
50-15 Final acceptance. Upon due notice from the Contractor of presumptive completion of the entire
project, the RPR and Owner will make an inspection. If all construction provided for and contemplated by
the contract is found to be complete in accordance with the contract, plans, and specifications, such
inspection shall constitute the final inspection. The RPR shall notify the Contractor in writing of final
acceptance as of the date of the final inspection.
If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the RPR will
notify the Contractor and the Contractor shall correct the unsatisfactory work. Upon correction of the
work, another inspection will be made which shall constitute the final inspection, provided the work has
been satisfactorily completed. In such event, the RPR will make the final acceptance and notify the
Contractor in writing of this acceptance as of the date of final inspection.
50-16 Claims for adjustment and disputes. If for any reason the Contractor deems that additional
compensation is due for work or materials not clearly provided for in the contract, plans, or specifications
or previously authorized as extra work, the Contractor shall notify the RPR in writing of their intention to
claim such additional compensation before the Contractor begins the work on which the Contractor bases
the claim. If such notification is not given or the RPR is not afforded proper opportunity by the Contractor
for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim
for such additional compensation. Such notice by the Contractor and the fact that the RPR has kept
account of the cost of the work shall not in any way be construed as proving or substantiating the validity
of the claim. When the work on which the claim for additional compensation is based has been
completed, the Contractor shall, within 10 calendar days, submit a written claim to the RPR who will
present it to the Owner for consideration in accordance with local laws or ordinances.
Nothing in this subsection shall be construed as a waiver of the Contractor’s right to dispute final
payment based on differences in measurements or computations.
END OF SECTION 50
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 215 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 70 Legal Regulations and Responsibility to Public 23
Section 60 Control of Materials
60-01 Source of supply and quality requirements. The materials used in the work shall conform to the
requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are
manufactured or processed shall be new (as compared to used or reprocessed).
In order to expedite the inspection and testing of materials, the Contractor shall furnish documentation to
the RPR as to the origin, composition, and manufacture of all materials to be used in the work.
Documentation shall be furnished promptly after execution of the contract but, in all cases, prior to
delivery of such materials.
At the RPR’s option, materials may be approved at the source of supply before delivery. If it is found
after trial that sources of supply for previously approved materials do not produce specified products, the
Contractor shall furnish materials from other sources.
The Contractor shall furnish airport lighting equipment that meets the requirements of the specifications;
and is listed in AC 150/5345-53, Airport Lighting Equipment Certification Program and Addendum, that
is in effect on the date of advertisement.
60-02 Samples, tests, and cited specifications. All materials used in the work shall be inspected, tested,
and approved by the RPR before incorporation in the work unless otherwise designated. Any work in
which untested materials are used without approval or written permission of the RPR shall be performed
at the Contractor’s risk. Materials found to be unacceptable and unauthorized will not be paid for and, if
directed by the RPR, shall be removed at the Contractor’s expense.
Unless otherwise designated, quality assurance tests will be made by and at the expense of the Owner in
accordance with the cited standard methods of ASTM, American Association of State Highway and
Transportation Officials (AASHTO), federal specifications, Commercial Item Descriptions, and all other
cited methods, which are current on the date of advertisement for bids.
The testing organizations performing on-site quality assurance field tests shall have copies of all
referenced standards on the construction site for use by all technicians and other personnel. Unless
otherwise designated, samples for quality assurance will be taken by a qualified representative of the
RPR. All materials being used are subject to inspection, test, or rejection at any time prior to or during
incorporation into the work. Copies of all tests will be furnished to the Contractor’s representative at their
request after review and approval of the RPR.
A copy of all Contractor QC test data shall be provided to the RPR daily, along with printed reports, in an
approved format, on a weekly basis. After completion of the project, and prior to final payment, the
Contractor shall submit a final report to the RPR showing all test data reports, plus an analysis of all
results showing ranges, averages, and corrective action taken on all failing tests.
All QC test data shall be furnished by the Contractor to the RPR in an electronic PDF format.
60-03 Certification of compliance/analysis (COC/COA). The RPR may permit the use, prior to
sampling and testing, of certain materials or assemblies when accompanied by manufacturer’s COC
stating that such materials or assemblies fully comply with the requirements of the contract. The
certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the
work must be accompanied by a certificate of compliance in which the lot is clearly identified. The COA
is the manufacturer’s COC and includes all applicable test results.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 216 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 70 Legal Regulations and Responsibility to Public 24
Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any
time and if found not to be in conformity with contract requirements will be subject to rejection whether
in place or not.
The form and distribution of certificates of compliance shall be as approved by the RPR.
When a material or assembly is specified by “brand name or equal” and the Contractor elects to furnish
the specified “or equal,” the Contractor shall be required to furnish the manufacturer’s certificate of
compliance for each lot of such material or assembly delivered to the work. Such certificate of
compliance shall clearly identify each lot delivered and shall certify as to:
a. Conformance to the specified performance, testing, quality or dimensional requirements; and,
b. Suitability of the material or assembly for the use intended in the contract work.
The RPR shall be the sole judge as to whether the proposed “or equal” is suitable for use in the work.
The RPR reserves the right to refuse permission for use of materials or assemblies on the basis of
certificates of compliance.
60-04 Plant inspection. The RPR or their authorized representative may inspect, at its source, any
specified material or assembly to be used in the work. Manufacturing plants may be inspected from time
to time for the purpose of determining compliance with specified manufacturing methods or materials to
be used in the work and to obtain samples required for acceptance of the material or assembly.
Should the RPR conduct plant inspections, the following conditions shall exist:
a. The RPR shall have the cooperation and assistance of the Contractor and the producer with whom
the Contractor has contracted for materials.
b. The RPR shall have full entry at all reasonable times to such parts of the plant that concern the
manufacture or production of the materials being furnished.
c. If required by the RPR, the Contractor shall arrange for adequate office or working space that may
be reasonably needed for conducting plant inspections. Place office or working space in a convenient
location with respect to the plant.
It is understood and agreed that the Owner shall have the right to retest any material that has been tested
and approved at the source of supply after it has been delivered to the site. The RPR shall have the right to
reject only material which, when retested, does not meet the requirements of the contract, plans, or
specifications.
60-05 Engineer/ Resident Project Representative (RPR) field office. An Engineer/RPR field office is
not required.
60-06 Storage of materials. Materials shall be stored to assure the preservation of their quality and
fitness for the work. Stored materials, even though approved before storage, may again be inspected prior
to their use in the work. Stored materials shall be located to facilitate their prompt inspection. The
Contractor shall coordinate the storage of all materials with the RPR. Materials to be stored on airport
property shall not create an obstruction to air navigation nor shall they interfere with the free and
unobstructed movement of aircraft. Unless otherwise shown on the plans and/or CSPP, the storage of
materials and the location of the Contractor’s plant and parked equipment or vehicles shall be as directed
by the RPR. Private property shall not be used for storage purposes without written permission of the
Owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for
the storage of materials on private property. Upon request, the Contractor shall furnish the RPR a copy of
the property Owner’s permission.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 217 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 70 Legal Regulations and Responsibility to Public 25
All storage sites on private or airport property shall be restored to their original condition by the
Contractor at their expense, except as otherwise agreed to (in writing) by the Owner or lessee of the
property.
60-07 Unacceptable materials. Any material or assembly that does not conform to the requirements of
the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The
Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise
instructed by the RPR.
Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be
returned to the site of the work until such time as the RPR has approved its use in the work.
60-08 Owner furnished materials. The Contractor shall furnish all materials required to complete the
work, except those specified, if any, to be furnished by the Owner. Owner-furnished materials shall be
made available to the Contractor at the location specified.
All costs of handling, transportation from the specified location to the site of work, storage, and installing
Owner-furnished materials shall be included in the unit price bid for the contract item in which such
Owner-furnished material is used.
After any Owner-furnished material has been delivered to the location specified, the Contractor shall be
responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor’s
handling, storage, or use of such Owner-furnished material. The Owner will deduct from any monies due
or to become due the Contractor any cost incurred by the Owner in making good such loss due to the
Contractor’s handling, storage, or use of Owner-furnished materials.
60-09 Plans and work drawings. Plans showing such details as are necessary to give a comprehensive
idea of the construction contemplated will be furnished by the Engineer. The contractor shall submit to
the Engineer for approval such additional shop, working, or layout drawings pertaining to the construction
of the work, as may be required, and prior to the approval of such plans or drawings, any work done or
materials ordered shall be at the Contractor’s risk.
The contractor shall submit descriptive information, which will enable the Engineer to advise the Owner
whether the Contractor’s proposed materials, equipment, or methods of work are in general conformance
to the design concept and in compliance with the Drawings and Specifications.
The Contractor shall submit Shop Drawings and Product Data for all parts of the work and for all material
and equipment to be incorporated into the Work, whether or not specifically called for elsewhere in these
Contract Documents. The submittals shall be fully descriptive, complete and of sufficient detail ready for
determination of compliance. The information to be submitted shall consist of drawings, specifications,
descriptive data, certificates, samples, test results, design calculations, fabrication and installation
drawings, and such other information, all as required by the Engineer to evaluate the material and
equipment for compliance with the requirements of these Contract Documents.
Submittals shall contain a letter of certification from the manufacturer stating that all materials furnished
for the project conform to the contract documents requirements and meet “Buy America” requirements.
The Contractor shall be responsible for the accuracy and completeness of the information contain in each
and every submittal and shall assure that the material, equipment or method of work shall be as described
in the submittal. The Contractor shall indicate by a signed stamp on each submittal that:
a. Contractor has checked and approved the submittal.
b. Material and equipment described in the submittal conforms to the requirements of the
Specifications and Drawings.
c. Material and equipment described in the submittal have been checked for dimension and
coordination with other work.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 218 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 70 Legal Regulations and Responsibility to Public 26
Submittals shall be provided within two weeks after the date of the Notice to Proceed or within six weeks
of the Notice of Award whichever occurs first.
No equipment or material for which listings, drawings, or descriptive material is required shall be
fabricated, purchased, or installed until the Engineer has on hand copies of such approved lists and the
appropriately stamped final submittals.
Submittals will be acted upon by the Engineer as promptly as possible. Delays caused by the need for
resubmittals shall not constitute reason for an extension of Contract time.
Submittals shall be accompanied by a transmittal form. Submittals transmitted without a form will not be
acceptable and will be returned without review. A separate form shall be used for each specific item, class
or material, equipment, and items specified in separate, discrete sections, for which a submittal is
required. Submittals for various items may be made with a single form when the items taken together
constitute a manufacturer’s package or are so functionally related that expediency indicates checking or
review of the group or package as a whole.
The following information shall be clearly marked on each transmittal, submittal, shop, working, and
layout drawing, catalog cut, pamphlet specifications sheet, etc., submitted.
PROJECT LOCATION: (Airport Name)
PROJECT TITLE:
PROJECT NUMBER: AIP Project:
CONTRACT ITEM:
SUBMITTED BY: (Contractor/Subcontractor Name)
DATE:
SUBMITTAL NO.:
Each submittal shall be numbered in consecutive sequence starting with number 1, then number 2, etc.
Resubmittals are to be numbered with the original submittal number and the appropriate alphabetic letter.
Example: If submittal number 12 is to be resubmitted, the resubmittal will be number 12A (Consecutive
Alphabetical Designation) until the submittal is “NO EXCEPTIONS TAKEN” or “EXCEPTIONS
TAKEN AS NOTED”.
Submittals which do not have all the information required to be submitted, including deviations or not
acceptable and will be returned without review. The practice of submitting incomplete or unchecked
submittals for the Engineer to correct or finish will not be acceptable, and submittals which, in the sole
opinion of the Engineer, clearly indicate that they have not been checked by the Contractor will be
considered as not complying with the intent of the Contract Documents and will be returned to the
contractor without review for resubmission in the proper form. Should the Contractor submit incomplete
or unchecked submittals on the second submittal they will be returned to the contractor without review for
resubmission in the proper form. The cost of the Engineer’s time to review subsequent re-submittals will
be deducted from the Contract amount. The contractor shall submit a minimum of eight (8) copies such
that the Engineer will retain six (6) copies of all submittal information.
Unless otherwise specified, within twenty-one (21) calendar days after receipt of the submittal, the
Engineer shall review the submittal.
The returned submittal shall indicate one of the following actions:
a. NO EXCEPTIONS TAKEN: If the review indicated that the material, equipment, or
work method is in general conformance with the design concept and complies with the
drawings and specifications, submittal copies will be marked “NOT EXCEPTIONS
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 219 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 70 Legal Regulations and Responsibility to Public 27
TAKEN”. In this event the Contractor may begin to implement the work method or
incorporate the material or equipment covered by the submittal.
b. EXCEPTIONS TAKEN AS NOTED: If the review indicates limited corrections are
required, copies will be marked “EXCEPTIONS TAKEN AS NOTED”. The Contractor
may begin implementing the work method or incorporating the material and equipment
covered by the submittal in accordance with the noted corrections. Where submittal
information will be incorporated in O&M data, a corrected copy shall be provided.
c. RESUBMIT WITH CORRECTIONS: If the review reveals that the submittal is
insufficient or contains incorrect data, or indicates that the material, equipment or work
method is not in general conformance with the design concept or in compliance with the
Drawings and Specifications, copies of the submittal will be marked “RESUBMIT WITH
CORRECTIONS”. Submittals with deviations which have not been identified clearly
may be rejected. The Contractor shall not undertake work covered by such submittals
until a new submittal is submitted and returned marked either “NO EXCEPTIONS
TAKEN” or “EXCEPTIONS TAKEN AS NOTED”.
d. The Engineer will not recommend payment for any work done without a submittal
marked either “NO EXCEPTIONS TAKEN” or “EXCEPTIONS TAKEN AS NOTED”.
The review of submittals, shop drawings, methods of work, or information regarding materials or
equipment the Contractor proposes to provide, shall not relieve the Contractor of his responsibility for
errors therein and shall not be regarded as an assumption of risks or liability by the Engineer or the
Owner, or by any officer or employee thereof, and the Contractor shall have no claim under the contract
on account of the failure, or partial failure, of the method of work, material, or equipment so reviewed.
a. A mark of “NO EXCEPTIONS TAKEN” or “EXCEPTIONS TAKEN AS NOTED” shall
mean that the Owner has no objection to the Contractor, upon his own responsibility,
using the plan or method of work proposed, or providing the materials or equipment
proposed.
b. Submittals with deviations from the contract requirements which have not been clearly
identified by the Contractor at the time the submittal is transmitted to the Engineer for
review may be rejected by the Owner and/or Engineer at a later date, even though the
submittal may have been marked “NO EXCEPTIONS TAKEN” or “EXCEPTIONS
TAKEN AS NOTED”.
END OF SECTION 60
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 220 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 70 Legal Regulations and Responsibility to Public 28
Section 70 Legal Regulations and Responsibility to Public
70-01 Laws to be observed. The Contractor shall keep fully informed of all federal and state laws, all
local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any
jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in
any way affect the conduct of the work. The Contractor shall at all times observe and comply with all
such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all
their officers, agents, or servants against any claim or liability arising from or based on the violation of
any such law, ordinance, regulation, order, or decree, whether by the Contractor or the Contractor’s
employees.
70-02 Permits, licenses, and taxes. The Contractor shall procure all permits and licenses, pay all charges,
fees, and taxes, and give all notices necessary and incidental to the due and lawful execution of the work.
70-03 Patented devices, materials, and processes. If the Contractor is required or desires to use any
design, device, material, or process covered by letters of patent or copyright, the Contractor shall provide
for such use by suitable legal agreement with the Patentee or Owner. The Contractor and the surety shall
indemnify and hold harmless the Owner, any third party, or political subdivision from any and all claims
for infringement by reason of the use of any such patented design, device, material or process, or any
trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it
may be obliged to pay by reason of an infringement, at any time during the execution or after the
completion of the work.
70-04 Restoration of surfaces disturbed by others. The Owner reserves the right to authorize the
construction, reconstruction, or maintenance of any public or private utility service, FAA or National
Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government
agency at any time during the progress of the work.
The Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such
utility services or facilities located within the limits of the work without the written permission of the
RPR.
Should the Owner of public or private utility service, FAA, or NOAA facility, or a utility service of
another government agency be authorized to construct, reconstruct, or maintain such utility service or
facility during the progress of the work, the Contractor shall cooperate with such Owners by arranging
and performing the work in this contract to facilitate such construction, reconstruction or maintenance by
others whether or not such work by others is listed above. When ordered as extra work by the RPR, the
Contractor shall make all necessary repairs to the work which are due to such authorized work by others,
unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the
Contractor shall not be entitled to make any claim for damages due to such authorized work by others or
for any delay to the work resulting from such authorized work.
70-05 Federal Participation. The United States Government has agreed to reimburse the Owner for
some portion of the contract costs. The contract work is subject to the inspection and approval of duly
authorized representatives of the FAA Administrator. No requirement of this contract shall be construed
as making the United States a party to the contract nor will any such requirement interfere, in any way,
with the rights of either party to the contract.
70-06 Sanitary, health, and safety provisions. The Contractor’s worksite and facilities shall comply
with applicable federal, state, and local requirements for health, safety and sanitary provisions.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 221 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 70 Legal Regulations and Responsibility to Public 29
70-07 Public convenience and safety. The Contractor shall control their operations and those of their
subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all
circumstances, safety shall be the most important consideration.
The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with
respect to their own operations and those of their own subcontractors and all suppliers in accordance with
Section 40, paragraph 40-05, Maintenance of Traffic, and shall limit such operations for the convenience
and safety of the traveling public as specified in Section 80, paragraph 80-04, Limitation of Operations.
The Contractor shall remove or control debris and rubbish resulting from its work operations at frequent
intervals, and upon the order of the RPR. If the RPR determines the existence of Contractor debris in the
work site represents a hazard to airport operations and the Contractor is unable to respond in a prompt and
reasonable manner, the RPR reserves the right to assign the task of debris removal to a third party and
recover the resulting costs as a liquidated damage against the Contractor.
70-08 Construction Safety and Phasing Plan (CSPP). The Contractor shall complete the work in
accordance with the approved Construction Safety and Phasing Plan (CSPP) developed in accordance
with AC 150/5370-2, Operational Safety on Airports During Construction. The CSPP is on sheets 3
through 5 of the project plans.
70-09 Use of explosives. The use of explosives is not permitted on this project.
70-10 Protection and restoration of property and landscape. The Contractor shall be responsible for
the preservation of all public and private property, and shall protect carefully from disturbance or damage
all land monuments and property markers until the Engineer/RPR has witnessed or otherwise referenced
their location and shall not move them until directed.
The Contractor shall be responsible for all damage or injury to property of any character, during the
execution of the work, resulting from any act, omission, neglect, or misconduct in manner or method of
executing the work, or at any time due to defective work or materials, and said responsibility shall not be
released until the project has been completed and accepted.
When or where any direct or indirect damage or injury is done to public or private property by or on
account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of
the non-execution thereof by the Contractor, the Contractor shall restore, at their expense, such property
to a condition similar or equal to that existing before such damage or injury was done, by repairing, or
otherwise restoring as may be directed, or the Contractor shall make good such damage or injury in an
acceptable manner.
70-11 Responsibility for damage claims. The Contractor shall indemnify and hold harmless the
Engineer/RPR and the Owner and their officers, agents, and employees from all suits, actions, or claims,
of any character, brought because of any injuries or damage received or sustained by any person, persons,
or property on account of the operations of the Contractor; or on account of or in consequence of any
neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or
because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or
amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or
amounts arising or recovered under the “Workmen’s Compensation Act,” or any other law, ordinance,
order, or decree. Money due the Contractor under and by virtue of their own contract considered
necessary by the Owner for such purpose may be retained for the use of the Owner or, in case no money
is due, their own surety may be held until such suits, actions, or claims for injuries or damages shall have
been settled and suitable evidence to that effect furnished to the Owner, except that money due the
Contractor will not be withheld when the Contractor produces satisfactory evidence that he or she is
adequately protected by public liability and property damage insurance.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 222 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 70 Legal Regulations and Responsibility to Public 30
70-12 Third party beneficiary clause. It is specifically agreed between the parties executing the contract
that it is not intended by any of the provisions of any part of the contract to create for the public or any
member thereof, a third-party beneficiary or to authorize anyone not a party to the contract to maintain a
suit for personal injuries or property damage pursuant to the terms or provisions of the contract.
70-13 Opening sections of the work to traffic. If it is necessary for the Contractor to complete portions
of the contract work for the beneficial occupancy of the Owner prior to completion of the entire contract,
such “phasing” of the work must be specified below and indicated on the approved Construction Safety
and Phasing Plan (CSPP) and the project plans. When so specified, the Contractor shall complete such
portions of the work on or before the date specified or as otherwise specified. The Contractor shall make
his or her own estimate of the difficulties involved in arranging the work to permit such beneficial
occupancy by the Owner as shown on the plans.
Upon completion of any portion of work listed above, such portion shall be accepted by the Owner in
accordance with Section 50, paragraph 50-14, Partial Acceptance.
No portion of the work may be opened by the Contractor until directed by the Owner in writing. Should it
become necessary to open a portion of the work to traffic on a temporary or intermittent basis, such
openings shall be made when, in the opinion of the RPR, such portion of the work is in an acceptable
condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent
in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of
any provision of the contract. Any damage to the portion of the work so opened that is not attributable to
traffic which is permitted by the Owner shall be repaired by the Contractor at their expense.
The Contractor shall make their own estimate of the inherent difficulties involved in completing the work
under the conditions herein described and shall not claim any added compensation by reason of delay or
increased cost due to opening a portion of the contract work.
The Contractor must conform to safety standards contained AC 150/5370-2 and the approved CSPP.
Contractor shall refer to the plans, specifications, and the approved CSPP to identify barricade
requirements, temporary and/or permanent markings, airfield lighting, guidance signs and other safety
requirements prior to opening up sections of work to traffic.
70-14 Contractor’s responsibility for work. Until the RPR’s final written acceptance of the entire
completed work, excepting only those portions of the work accepted in accordance with Section 50,
paragraph 50-14, Partial Acceptance, the Contractor shall have the charge and care thereof and shall take
every precaution against injury or damage to any part due to the action of the elements or from any other
cause, whether arising from the execution or from the non-execution of the work. The Contractor shall
rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by
any of the above causes before final acceptance and shall bear the expense thereof except damage to the
work due to unforeseeable causes beyond the control of and without the fault or negligence of the
Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane
or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities.
If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and
shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for
normal drainage and shall erect necessary temporary structures, signs, or other facilities at their own
expense. During such period of suspension of work, the Contractor shall properly and continuously
maintain in an acceptable growing condition all living material in newly established planting, seeding,
and sodding furnished under the contract, and shall take adequate precautions to protect new tree growth
and other important vegetative growth against injury.
70-15 Contractor’s responsibility for utility service and facilities of others. As provided in paragraph
70-04, Restoration of Surfaces Disturbed by Others, the Contractor shall cooperate with the owner of any
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 223 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 70 Legal Regulations and Responsibility to Public 31
public or private utility service, FAA or NOAA, or a utility service of another government agency that
may be authorized by the Owner to construct, reconstruct or maintain such utility services or facilities
during the progress of the work. In addition, the Contractor shall control their operations to prevent the
unscheduled interruption of such utility services and facilities.
To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of
another governmental agency are known to exist within the limits of the contract work, the approximate
locations have been indicated on the plans and/or in the contract documents.
It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the
location information relating to existing utility services, facilities, or structures that may be shown on the
plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the
Contractor of the responsibility to protect such existing features from damage or unscheduled interruption
of service.
It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the
Owners of all utility services or other facilities of their plan of operations. Such notification shall be in
writing addressed to “The Person to Contact” as provided in this paragraph and paragraph 70-04,
Restoration of Surfaces Disturbed By Others. A copy of each notification shall be given to the RPR.
In addition to the general written notification provided, it shall be the responsibility of the Contractor to
keep such individual Owners advised of changes in their plan of operations that would affect such
Owners.
Prior to beginning the work in the general vicinity of an existing utility service or facility, the Contractor
shall again notify each such Owner of their plan of operation. If, in the Contractor’s opinion, the Owner’s
assistance is needed to locate the utility service or facility or the presence of a representative of the Owner
is desirable to observe the work, such advice should be included in the notification. Such notification shall
be given by the most expeditious means to reach the utility owner’s “Person to Contact” no later than two
normal business days prior to the Contractor’s commencement of operations in such general vicinity. The
Contractor shall furnish a written summary of the notification to the RPR.
The Contractor’s failure to give the two days’ notice shall be cause for the Owner to suspend the
Contractor’s operations in the general vicinity of a utility service or facility.
Where the outside limits of an underground utility service have been located and staked on the ground,
the Contractor shall be required to use hand excavation methods within 3 feet of such outside limits at
such points as may be required to ensure protection from damage due to the Contractor’s operations.
Should the Contractor damage or interrupt the operation of a utility service or facility by accident or
otherwise, the Contractor shall immediately notify the proper authority and the RPR and shall take all
reasonable measures to prevent further damage or interruption of service. The Contractor, in such events,
shall cooperate with the utility service or facility owner and the RPR continuously until such damage has
been repaired and service restored to the satisfaction of the utility or facility owner.
The Contractor shall bear all costs of damage and restoration of service to any utility service or facility
due to their operations whether due to negligence or accident. The Owner reserves the right to deduct
such costs from any monies due or which may become due the Contractor, or their own surety.
70-15.1 FAA facilities and cable runs. The Contractor is hereby advised that the construction limits of
the project include existing facilities and buried cable runs that are owned, operated and maintained by
the FAA. The Contractor, during the execution of the project work, shall comply with the following:
a. The Contractor shall permit FAA maintenance personnel the right of access to the project work site
for purposes of inspecting and maintaining all existing FAA owned facilities.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 224 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 70 Legal Regulations and Responsibility to Public 32
b. The Contractor shall provide notice to the FAA Air Traffic Organization (ATO)/Technical
Operations/System Support Center (SSC) Point-of-Contact through the airport manager a minimum of
seven (7) calendar days prior to commencement of construction activities in order to permit sufficient
time to locate and mark existing buried cables and to schedule any required facility outages.
c. If execution of the project work requires a facility outage, the Contractor shall contact the FAA
Point-of-Contact a minimum of 72 hours prior to the time of the required outage.
d. Any damage to FAA cables, access roads, or FAA facilities during construction caused by the
Contractor’s equipment or personnel whether by negligence or accident will require the Contractor to
repair or replace the damaged cables, access road, or FAA facilities to FAA requirements. The Contractor
shall not bear the cost to repair damage to underground facilities or utilities improperly located by the
FAA.
e. If the project work requires the cutting or splicing of FAA owned cables, the FAA Point-of-Contact
shall be contacted a minimum of 72 hours prior to the time the cable work commences. The FAA reserves
the right to have a FAA representative on site to observe the splicing of the cables as a condition of
acceptance. All cable splices are to be accomplished in accordance with FAA specifications and require
approval by the FAA Point-of-Contact as a condition of acceptance by the Owner. The Contractor is
hereby advised that FAA restricts the location of where splices may be installed. If a cable splice is
required in a location that is not permitted by FAA, the Contractor shall furnish and install a sufficient
length of new cable that eliminates the need for any splice.
70-16 Furnishing rights-of-way. The Owner will be responsible for furnishing all rights-of-way upon
which the work is to be constructed in advance of the Contractor’s operations.
70-17 Personal liability of public officials. In carrying out any of the contract provisions or in exercising
any power or authority granted by this contract, there shall be no liability upon the Engineer, RPR, their
authorized representatives, or any officials of the Owner either personally or as an official of the Owner.
It is understood that in such matters they act solely as agents and representatives of the Owner.
70-18 No waiver of legal rights. Upon completion of the work, the Owner will expeditiously make final
inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not
preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after
completion of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor
or their surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor
to fulfill their obligations under the contract. A waiver on the part of the Owner of any breach of any part
of the contract shall not be held to be a waiver of any other or subsequent breach.
The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent
defects, fraud, or such gross mistakes as may amount to fraud, or as regards the Owner’s rights under any
warranty or guaranty.
70-19 Environmental protection. The Contractor shall comply with all federal, state, and local laws and
regulations controlling pollution of the environment. The Contractor shall take necessary precautions to
prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, asphalts, chemicals, or other
harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter.
70-20 Archaeological and historical findings. Unless otherwise specified in this subsection, the
Contractor is advised that the site of the work is not within any property, district, or site, and does not
contain any building, structure, or object listed in the current National Register of Historic Places
published by the United States Department of Interior.
Should the Contractor encounter, during their operations, any building, part of a building, structure, or
object that is incongruous with its surroundings, the Contractor shall immediately cease operations in that
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 225 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 70 Legal Regulations and Responsibility to Public 33
location and notify the RPR. The RPR will immediately investigate the Contractor’s finding and the
Owner will direct the Contractor to either resume operations or to suspend operations as directed.
Should the Owner order suspension of the Contractor’s operations in order to protect an archaeological or
historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate
contract change order or supplemental agreement as provided in Section 40, paragraph 40-04, Extra
Work, and Section 90, paragraph 90-05, Payment for Extra Work. If appropriate, the contract change
order or supplemental agreement shall include an extension of contract time in accordance with Section
80, paragraph 80-07, Determination and Extension of Contract Time.
70-21 Insurance Requirements. See bidding Contract Documents for insurance requirements.
END OF SECTION 70
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 226 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 80 Execution and Progress 34
Section 80 Execution and Progress
80-01 Subletting of contract. The Owner will not recognize any subcontractor on the work. The
Contractor shall at all times when work is in progress be represented either in person, by a qualified
superintendent, or by other designated, qualified representative who is duly authorized to receive and
execute orders of the Resident Project Representative (RPR).
The Contractor shall perform, with his organization, an amount of work equal to at least twenty-five (25)
percent of the total contract cost.
Should the Contractor elect to assign their contract, said assignment shall be concurred in by the surety,
shall be presented for the consideration and approval of the Owner, and shall be consummated only on the
written approval of the Owner.
The Contractor shall provide copies of all subcontracts to the RPR 14 days prior to being utilized
on the project. As a minimum, the information shall include the following:
• Subcontractor's legal company name.
• Subcontractor's legal company address, including County name.
• Principal contact person's name, telephone and fax number.
• Complete narrative description, and dollar value of the work to be performed by the
subcontractor.
• Copies of required insurance certificates in accordance with the specifications.
• Minority/ non-minority status.
80-02 Notice to proceed (NTP). The Owners notice to proceed will state the date on which contract time
commences. The Contractor is expected to commence project operations within 10 days of the NTP date.
The Contractor shall notify the RPR at least 24 hours in advance of the time contract operations begins.
The Contractor shall not commence any actual operations prior to the date on which the notice to proceed
is issued by the Owner.
80-03 Execution and progress. Unless otherwise specified, the Contractor shall submit their coordinated
construction schedule showing all work activities for the RPR’s review and acceptance at least 10 days
prior to the start of work. The Contractor’s progress schedule, once accepted by the RPR, will represent
the Contractor's baseline plan to accomplish the project in accordance with the terms and conditions of
the Contract. The RPR will compare actual Contractor progress against the baseline schedule to determine
that status of the Contractor's performance. The Contractor shall provide sufficient materials, equipment,
and labor to guarantee the completion of the project in accordance with the plans and specifications
within the time set forth in the proposal.
If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the RPR’s
request, submit a revised schedule for completion of the work within the contract time and modify their
operations to provide such additional materials, equipment, and labor necessary to meet the revised
schedule. Should the execution of the work be discontinued for any reason, the Contractor shall notify the
RPR at least 24 hours in advance of resuming operations.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 227 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 80 Execution and Progress 35
The Contractor shall not commence any actual construction prior to the date on which the NTP is issued
by the Owner.
The project schedule shall be prepared as a network diagram in Critical Path Method (CPM), Program
Evaluation and Review Technique (PERT), or other format, or as otherwise specified. It shall include
information on the sequence of work activities, milestone dates, and activity duration. The schedule shall
show all work items identified in the project proposal for each work area and shall include the project
start date and end date.
The Contractor shall maintain the work schedule and provide an update and analysis of the progress
schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work
schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and
coordinating all work to comply with the requirements of the contract.
80-04 Limitation of operations. The Contractor shall control their operations and the operations of their
subcontractors and all suppliers to provide for the free and unobstructed movement of aircraft in the air
operations areas (AOA) of the airport.
When the work requires the Contractor to conduct their operations within an AOA of the airport, the work
shall be coordinated with airport operations (through the RPR) at least 48 hours prior to commencement
of such work. The Contractor shall not close an AOA until so authorized by the RPR and until the
necessary temporary marking, signage and associated lighting is in place as provided in Section 70,
paragraph 70-08, Construction Safety and Phasing Plan (CSPP).
When the contract work requires the Contractor to work within an AOA of the airport on an intermittent
basis (intermittent opening and closing of the AOA), the Contractor shall maintain constant
communications as specified; immediately obey all instructions to vacate the AOA; and immediately
obey all instructions to resume work in such AOA. Failure to maintain the specified communications or to
obey instructions shall be cause for suspension of the Contractor’s operations in the AOA until
satisfactory conditions are provided.
The Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational
Safety on Airports During Construction and the approved CSPP.
80-04.1 Operational safety on airport during construction. All Contractors’ operations shall be
conducted in accordance with the approved project Construction Safety and Phasing Plan (CSPP) and the
Safety Plan Compliance Document (SPCD) and the provisions set forth within the current version of AC
150/5370-2, Operational Safety on Airports During Construction. The CSPP included within the contract
documents conveys minimum requirements for operational safety on the airport during construction
activities. The Contractor shall prepare and submit a SPCD that details how it proposes to comply with
the requirements presented within the CSPP.
The Contractor shall implement all necessary safety plan measures prior to commencement of any work
activity. The Contractor shall conduct routine checks to assure compliance with the safety plan measures.
The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project.
The Contractor shall assure that all subcontractors are made aware of the requirements of the CSPP and
SPCD and that they implement and maintain all necessary measures.
No deviation or modifications may be made to the approved CSPP and SPCD unless approved in writing
by the Owner. The necessary coordination actions to review Contractor proposed modifications to an
approved CSPP or approved SPCD can require a significant amount of time.
80-05 Character of workers, methods, and equipment. The Contractor shall, at all times, employ
sufficient labor and equipment for prosecuting the work to full completion in the manner and time
required by the contract, plans, and specifications.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 228 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 80 Execution and Progress 36
All workers shall have sufficient skill and experience to perform properly the work assigned to them.
Workers engaged in special work or skilled work shall have sufficient experience in such work and in the
operation of the equipment required to perform the work satisfactorily.
Any person employed by the Contractor or by any subcontractor who violates any operational regulations
or operational safety requirements and, in the opinion of the RPR, does not perform his work in a proper
and skillful manner or is intemperate or disorderly shall, at the written request of the RPR, be removed
immediately by the Contractor or subcontractor employing such person, and shall not be employed again
in any portion of the work without approval of the RPR.
Should the Contractor fail to remove such person or persons, or fail to furnish suitable and sufficient
personnel for the proper execution of the work, the RPR may suspend the work by written notice until
compliance with such orders.
All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical
condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment
used on any portion of the work shall not cause injury to previously completed work, adjacent property,
or existing airport facilities due to its use.
When the methods and equipment to be used by the Contractor in accomplishing the work are not
prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the
work in conformity with the requirements of the contract, plans, and specifications.
When the contract specifies the use of certain methods and equipment, such methods and equipment shall
be used unless otherwise authorized by the RPR. If the Contractor desires to use a method or type of
equipment other than specified in the contract, the Contractor may request authority from the RPR to do
so. The request shall be in writing and shall include a full description of the methods and equipment
proposed and of the reasons for desiring to make the change. If approval is given, it will be on the
condition that the Contractor will be fully responsible for producing work in conformity with contract
requirements. If, after trial use of the substituted methods or equipment, the RPR determines that the work
produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute
method or equipment and shall complete the remaining work with the specified methods and equipment.
The Contractor shall remove any deficient work and replace it with work of specified quality, or take such
other corrective action as the RPR may direct. No change will be made in basis of payment for the
contract items involved nor in contract time as a result of authorizing a change in methods or equipment
under this paragraph.
80-06 Temporary suspension of the work. The Owner shall have the authority to suspend the work
wholly, or in part, for such period or periods the Owner may deem necessary, due to unsuitable weather,
or other conditions considered unfavorable for the execution of the work, or for such time necessary due
to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the
contract.
In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen
cause not otherwise provided for in the contract and over which the Contractor has no control, the
Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No
allowance will be made for anticipated profits. The period of shutdown shall be computed from the
effective date of the written order to suspend work to the effective date of the written order to resume the
work. Claims for such compensation shall be filed with the RPR within the time period stated in the
RPR’s order to resume work. The Contractor shall submit with their own claim information substantiating
the amount shown on the claim. The RPR will forward the Contractor’s claim to the Owner for
consideration in accordance with local laws or ordinances. No provision of this article shall be construed
as entitling the Contractor to compensation for delays due to inclement weather or for any other delay
provided for in the contract, plans, or specifications.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 229 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 80 Execution and Progress 37
If it becomes necessary to suspend work for an indefinite period, the Contractor shall store all materials in
such manner that they will not become an obstruction nor become damaged in any way. The Contractor
shall take every precaution to prevent damage or deterioration of the work performed and provide for
normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide
for traffic on, to, or from the airport.
80-07 Determination and extension of contract time. The number of calendar days shall be stated in the
proposal and contract and shall be known as the Contract Time.
If the contract time requires extension for reasons beyond the Contractor’s control, it shall be adjusted as
follows:
80-07.1 Contract time based on calendar days. Contract Time based on calendar days shall consist of
the number of calendar days stated in the contract counting from the effective date of the Notice to
Proceed and including all Saturdays, Sundays, holidays, and non-work days. All calendar days elapsing
between the effective dates of the Owner’s orders to suspend and resume all work, due to causes not the
fault of the Contractor, shall be excluded.
At the time of final payment, the contract time shall be increased in the same proportion as the cost of
the actually completed quantities bears to the cost of the originally estimated quantities in the proposal.
Such increase in the contract time shall not consider either cost of work or the extension of contract time
that has been covered by a change order or supplemental agreement. Charges against the contract time
will cease as of the date of final acceptance as defined in Section 50-15.
If the Contractor finds it impossible for reasons beyond their own control to complete the work within
the contract time provided in the contract documents, or as extended in accordance with the provisions of
this paragraph, the Contractor may, at any time prior to the expiration of the contract time as extended,
make a written request to the Owner for an extension of time setting forth the reasons which the
Contractor believes will justify the granting of their own request. The Contractor’s plea that insufficient
time was specified is not a valid reason for extension of time. If the supporting documentation justify the
work was delayed because of conditions beyond the control and without the fault of the Contractor, the
Owner may extend the time for completion by a change order that adjusts the contract time or completion
date. The extended time for completion shall then be in full force and effect, the same as though it were
the original time for completion.
For this project, the number of calendar days available for work per month has been assumed to be:
Month Workable Calendar Days
January 0
February 0
March 0
April 0
May 15
June 17
July 17
August 17
September 16
October 16
November 7
December 0
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 230 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 80 Execution and Progress 38
For an extension of contract time due to inclement weather to be considered, the actual total number of
calendar days available for work on controlling items shall be less than the total number of workable
calendar days assumed for the duration of the contract.
Requests for extension of contract time on calendar day projects caused by inclement weather, shall, as a
minimum, be supported with National Weather Service data and project diaries. Requests for extension
of contract time due to inclement weather will not be considered until the Contractor provides due notice
of presumptive completion for the entire project as discussed in Section 50-15, Final Acceptance.
As part of the request for contract time extension review, consideration may be given to how timely the
Contractor prosecuted the work up to the point of the delays and the efforts by the Contractor to get back
on schedule including the addition of labor or equipment, the extension of work hours and work days.
No allowances will be made for anticipated profit.
80-08 Failure to complete on time. For each calendar day or working day, as specified in the contract,
that any work remains uncompleted after the contract time (including all extensions and adjustments as
provided in paragraph 80-07, Determination and Extension of Contract Time) the sum specified in the
contract and proposal as liquidated damages (LD) will be deducted from any money due or to become due
the Contractor or their own surety. Such deducted sums shall not be deducted as a penalty but shall be
considered as liquidation of a reasonable portion of damages including but not limited to additional
engineering services that will be incurred by the Owner should the Contractor fail to complete the work in
the time provided in their contract.
Schedule Liquidated Damages Cost Allowed Construction Time
Substantial Completion of
Entire Project
See Contract Proposal in the
Bidding Documents
40 Calendar Days
The maximum construction time allowed for the entire project will be 40 calendar days. Permitting the
Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after
the date to which the time for completion may have been extended, will in no way operate as a wavier on
the part of the Owner of any of its rights under the contract.
80-09 Default and termination of contract. The Contractor shall be considered in default of their
contract and such default will be considered as cause for the Owner to terminate the contract for any of
the following reasons, if the Contractor:
a. Fails to begin the work under the contract within the time specified in the Notice to Proceed, or
b. Fails to perform the work or fails to provide sufficient workers, equipment and/or materials to
assure completion of work in accordance with the terms of the contract, or
c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such
work as may be rejected as unacceptable and unsuitable, or
d. Discontinues the execution of the work, or
e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or
f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or
g. Allows any final judgment to stand against the Contractor unsatisfied for a period of 10 days, or
h. Makes an assignment for the benefit of creditors, or
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 231 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 80 Execution and Progress 39
i. For any other cause whatsoever, fails to carry on the work in an acceptable manner.
Should the Owner consider the Contractor in default of the contract for any reason above, the Owner shall
immediately give written notice to the Contractor and the Contractor’s surety as to the reasons for
considering the Contractor in default and the Owner’s intentions to terminate the contract.
If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance
therewith, then the Owner will, upon written notification from the RPR of the facts of such delay, neglect,
or default and the Contractor’s failure to comply with such notice, have full power and authority without
violating the contract, to take the execution of the work out of the hands of the Contractor. The Owner
may appropriate or use any or all materials and equipment that have been mobilized for use in the work
and are acceptable and may enter into an agreement for the completion of said contract according to the
terms and provisions thereof, or use such other methods as in the opinion of the RPR will be required for
the completion of said contract in an acceptable manner.
All costs and charges incurred by the Owner, together with the cost of completing the work under
contract, will be deducted from any monies due or which may become due the Contractor. If such
expense exceeds the sum which would have been payable under the contract, then the Contractor and the
surety shall be liable and shall pay to the Owner the amount of such excess.
80-10 Termination for national emergencies. The Owner shall terminate the contract or portion thereof
by written notice when the Contractor is prevented from proceeding with the construction contract as a
direct result of an Executive Order of the President with respect to the execution of war or in the interest
of national defense.
When the contract, or any portion thereof, is terminated before completion of all items of work in the
contract, payment will be made for the actual number of units or items of work completed at the contract
price or as mutually agreed for items of work partially completed or not started. No claims or loss of
anticipated profits shall be considered.
Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included
in the contract) and moving equipment and materials to and from the job will be considered, the intent
being that an equitable settlement will be made with the Contractor.
Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in
the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown
by receipted bills and actual cost records at such points of delivery as may be designated by the RPR.
Termination of the contract or a portion thereof shall neither relieve the Contractor of their
responsibilities for the completed work nor shall it relieve their surety of its obligation for and concerning
any just claim arising out of the work performed.
80-11 Work area, storage area and sequence of operations. The Contractor shall obtain approval from
the RPR prior to beginning any work in all areas of the airport. No operating runway, taxiway, or air
operations area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor
shall plan and coordinate work in accordance with the approved CSPP and SPCD.
END OF SECTION 80
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 232 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 90 Measurement and Payment 40
Section 90 Measurement and Payment
90-01 Measurement of quantities. All work completed under the contract will be measured by the RPR,
or their authorized representatives, using United States Customary Units of Measurement.
The method of measurement and computations to be used in determination of quantities of material
furnished and of work performed under the contract will be those methods generally recognized as
conforming to good engineering practice.
Unless otherwise specified, longitudinal measurements for area computations will be made horizontally,
and no deductions will be made for individual fixtures (or leave-outs) having an area of 9 square feet or
less. Unless otherwise specified, transverse measurements for area computations will be the neat
dimensions shown on the plans or ordered in writing by the RPR.
Unless otherwise specified, all contract items which are measured by the linear foot such as electrical
ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or
foundation upon which such items are placed.
The term “lump sum” when used as an item of payment will mean complete payment for the work
described in the contract. When a complete structure or structural unit (in effect, “lump sum” work) is
specified as the unit of measurement, the unit will be construed to include all necessary fittings and
accessories.
When requested by the Contractor and approved by the RPR in writing, material specified to be measured
by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic
meters) for payment purposes. Factors for conversion from weight measurement to volume measurement
will be determined by the RPR and shall be agreed to by the Contractor before such method of
measurement of pay quantities is used.
Measurement and Payment Terms
Term Description
Excavation and
Embankment
Volume
In computing volumes of excavation, the average end area method will be used
unless otherwise specified.
Measurement and
Proportion by
Weight
The term “ton” will mean the short ton consisting of 2,000 pounds avoirdupois.
All materials that are measured or proportioned by weights shall be weighed on
accurate, independently certified scales by competent, qualified personnel at
locations designated by the RPR. If material is shipped by rail, the car weight
may be accepted provided that only the actual weight of material is paid for.
However, car weights will not be acceptable for material to be passed through
mixing plants. Trucks used to haul material being paid for by weight shall be
weighed empty daily at such times as the RPR directs, and each truck shall bear
a plainly legible identification mark.
Measurement by
Volume
Materials to be measured by volume in the hauling vehicle shall be hauled in
approved vehicles and measured therein at the point of delivery. Vehicles for this
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 233 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 90 Measurement and Payment 41
Term Description
purpose may be of any size or type acceptable for the materials hauled, provided
that the body is of such shape that the actual contents may be readily and
accurately determined. All vehicles shall be loaded to at least their water level
capacity, and all loads shall be leveled when the vehicles arrive at the point of
delivery.
Asphalt Material Asphalt materials will be measured by the gallon or ton. When measured by
volume, such volumes will be measured at 60°F or will be corrected to the
volume at 60°F using ASTM D1250 for asphalts. Net certified scale weights or
weights based on certified volumes in the case of rail shipments will be used as a
basis of measurement, subject to correction when asphalt material has been lost
from the car or the distributor, wasted, or otherwise not incorporated in the work.
When asphalt materials are shipped by truck or transport, net certified weights
by volume, subject to correction for loss or foaming, will be used for computing
quantities.
Cement Cement will be measured by the ton or hundredweight.
Structure Structures will be measured according to neat lines shown on the plans or as
altered to fit field conditions.
Timber Timber will be measured by the thousand feet board measure (MFBM) actually
incorporated in the structure. Measurement will be based on nominal widths and
thicknesses and the extreme length of each piece.
Plates and Sheets The thickness of plates and galvanized sheet used in the manufacture of
corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing
will be specified and measured in decimal fraction of inch.
Miscellaneous
Items
When standard manufactured items are specified such as fence, wire, plates,
rolled shapes, pipe conduit, etc., and these items are identified by gauge, unit
weight, section dimensions, etc., such identification will be considered to be
nominal weights or dimensions. Unless more stringently controlled by tolerances
in cited specifications, manufacturing tolerances established by the industries
involved will be accepted.
Scales Scales must be tested for accuracy and serviced before use. Scales for weighing
materials which are required to be proportioned or measured and paid for by
weight shall be furnished, erected, and maintained by the Contractor, or be
certified permanently installed commercial scales. Platform scales shall be
installed and maintained with the platform level and rigid bulkheads at each end.
Scales shall be accurate within 0.5% of the correct weight throughout the range
of use. The Contractor shall have the scales checked under the observation of the
RPR before beginning work and at such other times as requested. The intervals
shall be uniform in spacing throughout the graduated or marked length of the
beam or dial and shall not exceed 0.1% of the nominal rated capacity of the
scale, but not less than one pound. The use of spring balances will not be
permitted.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 234 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 90 Measurement and Payment 42
Term Description
In the event inspection reveals the scales have been “overweighing” (indicating
more than correct weight) they will be immediately adjusted. All materials
received subsequent to the last previous correct weighting-accuracy test will be
reduced by the percentage of error in excess of 0.5%.
In the event inspection reveals the scales have been under-weighing (indicating
less than correct weight), they shall be immediately adjusted. No additional
payment to the Contractor will be allowed for materials previously weighed and
recorded.
Beams, dials, platforms, and other scale equipment shall be so arranged that the
operator and the RPR can safely and conveniently view them.
Scale installations shall have available ten standard 50-pound weights for testing
the weighing equipment or suitable weights and devices for other approved
equipment.
All costs in connection with furnishing, installing, certifying, testing, and
maintaining scales; for furnishing check weights and scale house; and for all
other items specified in this subsection, for the weighing of materials for
proportioning or payment, shall be included in the unit contract prices for the
various items of the project.
Rental Equipment Rental of equipment will be measured by time in hours of actual working time
and necessary traveling time of the equipment within the limits of the work.
Special equipment ordered in connection with extra work will be measured as
agreed in the change order or supplemental agreement authorizing such work as
provided in paragraph 90-05 Payment for Extra Work.
Pay Quantities When the estimated quantities for a specific portion of the work are designated
as the pay quantities in the contract, they shall be the final quantities for which
payment for such specific portion of the work will be made, unless the
dimensions of said portions of the work shown on the plans are revised by the
RPR. If revised dimensions result in an increase or decrease in the quantities of
such work, the final quantities for payment will be revised in the amount
represented by the authorized changes in the dimensions.
90-02 Scope of payment. The Contractor shall receive and accept compensation provided for in the
contract as full payment for furnishing all materials, for performing all work under the contract in a
complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising
out of the nature of the work or the execution thereof, subject to the provisions of Section 70, paragraph
70-18, No Waiver of Legal Rights.
When the “basis of payment” subsection of a technical specification requires that the contract price (price
bid) include compensation for certain work or material essential to the item, this same work or material
will not also be measured for payment under any other contract item which may appear elsewhere in the
contract, plans, or specifications.
90-03 Compensation for altered quantities. When the accepted quantities of work vary from the
quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are
concerned, payment at the original contract price for the accepted quantities of work actually completed
and accepted. No allowance, except as provided for in Section 40, paragraph 40-02, Alteration of Work
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 235 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 90 Measurement and Payment 43
and Quantities, will be made for any increased expense, loss of expected reimbursement, or loss of
anticipated profits suffered or claimed by the Contractor which results directly from such alterations or
indirectly from their own unbalanced allocation of overhead and profit among the contract items, or from
any other cause.
90-04 Payment for omitted items. As specified in Section 40, paragraph 40-03, Omitted Items, the RPR
shall have the right to omit from the work (order nonperformance) any contract item, except major
contract items, in the best interest of the Owner.
Should the RPR omit or order nonperformance of a contract item or portion of such item from the work,
the Contractor shall accept payment in full at the contract prices for any work actually completed and
acceptable prior to the RPR’s order to omit or non-perform such contract item.
Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the RPR’s
order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the
Owner.
In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual
costs incurred for the purpose of performing the omitted contract item prior to the date of the RPR’s
order. Such additional costs incurred by the Contractor must be directly related to the deleted contract
item and shall be supported by certified statements by the Contractor as to the nature the amount of such
costs.
90-05 Payment for extra work. Extra work, performed in accordance with Section 40, paragraph 40-04,
Extra Work, will be paid for at the contract prices or agreed prices specified in the change order or
supplemental agreement authorizing the extra work.
90-06 Partial payments. Partial payments will be made to the Contractor at least once each month as the
work progresses. Said payments will be based upon estimates, prepared by the RPR, of the value of the
work performed and materials complete and in place, in accordance with the contract, plans, and
specifications. Such partial payments may also include the delivered actual cost of those materials
stockpiled and stored in accordance with paragraph 90-07, Payment for Materials on Hand. No partial
payment will be made when the amount due to the Contractor since the last estimate amounts to less than
five hundred dollars.
a. From the total of the amount determined to be payable on a partial payment, ten (10)
percent of such total amount will be deducted and retained by the Owner for protection of
the Owner’s interests. Unless otherwise instructed by the Owner, the amount retained by
the Owner will be in effect until the final payment is made except as follows:
(1) Contractor may request release of retainage on work that has been partially
accepted by the Owner in accordance with Section 50-14. Contractor must provide a
certified invoice to the RPR that supports the value of retainage held by the Owner
for partially accepted work.
(2) In lieu of retainage, the Contractor may exercise at its option the establishment of
an escrow account per paragraph 90-08.
b. The Contractor is required to pay all subcontractors for satisfactory performance of
their contracts no later than 30 days after the Contractor has received a partial payment.
Contractor must provide the Owner evidence of prompt and full payment of retainage
held by the prime Contractor to the subcontractor within 30 days after the subcontractor’s
work is satisfactorily completed. A subcontractor’s work is satisfactorily completed when
all the tasks called for in the subcontract have been accomplished and documented as
required by the Owner. When the Owner has made an incremental acceptance of a
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 236 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 90 Measurement and Payment 44
portion of a prime contract, the work of a subcontractor covered by that acceptance is
deemed to be satisfactorily completed.
c. When at least 95% of the work has been completed to the satisfaction of the RPR, the
RPR shall, at the Owner’s discretion and with the consent of the surety, prepare estimates
of both the contract value and the cost of the remaining work to be done. The Owner may
retain an amount not less than twice the contract value or estimated cost, whichever is
greater, of the work remaining to be done. The remainder, less all previous payments and
deductions, will then be certified for payment to the Contractor.
It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment
based on quantities of work in excess of those provided in the proposal or covered by approved change
orders or supplemental agreements, except when such excess quantities have been determined by the RPR
to be a part of the final quantity for the item of work in question.
No partial payment shall bind the Owner to the acceptance of any materials or work in place as to quality
or quantity. All partial payments are subject to correction at the time of final payment as provided in
paragraph 90-09, Acceptance and Final Payment.
The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising
out of this contract before the final payment is made. If any subcontractor or supplier fails to furnish such
a release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to
indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include
all costs, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or
claim.
90-07 Payment for materials on hand. Partial payments may be made to the extent of the delivered cost
of materials to be incorporated in the work, provided that such materials meet the requirements of the
contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other
sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled
materials may be included in the next partial payment after the following conditions are met:
a. The material has been stored or stockpiled in a manner acceptable to the RPR at or on an approved
site.
b. The Contractor has furnished the RPR with acceptable evidence of the quantity and quality of such
stored or stockpiled materials.
c. The Contractor has furnished the RPR with satisfactory evidence that the material and
transportation costs have been paid.
d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind) to
the material stored or stockpiled.
e. The Contractor has furnished the Owner evidence that the material stored or stockpiled is insured
against loss by damage to or disappearance of such materials at any time prior to use in the work.
It is understood and agreed that the transfer of title and the Owner’s payment for such stored or stockpiled
materials shall in no way relieve the Contractor of their responsibility for furnishing and placing such
materials in accordance with the requirements of the contract, plans, and specifications.
In no case will the amount of partial payments for materials on hand exceed the contract price for such
materials or the contract price for the contract item in which the material is intended to be used.
No partial payment will be made for stored or stockpiled living or perishable plant materials.
The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in
accordance with the provisions of this paragraph.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 237 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 90 Measurement and Payment 45
90-08 Payment of withheld funds. At the Contractor’s option, if an Owner withholds retainage in
accordance with the methods described in paragraph 90-06 Partial Payments, the Contractor may request
that the Owner deposit the retainage into an escrow account. The Owner’s deposit of retainage into an
escrow account is subject to the following conditions:
a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and
escrow agreement acceptable to the Owner.
b. The Contractor shall deposit to and maintain in such escrow only those securities or bank
certificates of deposit as are acceptable to the Owner and having a value not less than the retainage that
would otherwise be withheld from partial payment.
c. The Contractor shall enter into an escrow agreement satisfactory to the Owner.
d. The Contractor shall obtain the written consent of the surety to such agreement.
90-09 Acceptance and final payment. When the contract work has been accepted in accordance with the
requirements of Section 50, paragraph 50-15, Final Acceptance, the RPR will prepare the final estimate of
the items of work actually performed. The Contractor shall approve the RPR’s final estimate or advise the
RPR of the Contractor’s objections to the final estimate which are based on disputes in measurements or
computations of the final quantities to be paid under the contract as amended by change order or
supplemental agreement. The Contractor and the RPR shall resolve all disputes (if any) in the
measurement and computation of final quantities to be paid within 30 calendar days of the Contractor’s
receipt of the RPR’s final estimate. If, after such 30-day period, a dispute still exists, the Contractor may
approve the RPR’s estimate under protest of the quantities in dispute, and such disputed quantities shall
be considered by the Owner as a claim in accordance with Section 50, paragraph 50-16, Claims for
Adjustment and Disputes.
After the Contractor has approved, or approved under protest, the RPR’s final estimate, and after the
RPR’s receipt of the project closeout documentation required in paragraph 90-11, Contractor Final
Project Documentation, final payment will be processed based on the entire sum, or the undisputed sum
in case of approval under protest, determined to be due the Contractor less all previous payments and all
amounts to be deducted under the provisions of the contract. All prior partial estimates and payments
shall be subject to correction in the final estimate and payment.
If the Contractor has filed a claim for additional compensation under the provisions of Section 50,
paragraph 50-16, Claims for Adjustments and Disputes, or under the provisions of this paragraph, such
claims will be considered by the Owner in accordance with local laws or ordinances. Upon final
adjudication of such claims, any additional payment determined to be due the Contractor will be paid
pursuant to a supplemental final estimate.
90-10 Construction warranty.
a. In addition to any other warranties in this contract, the Contractor warrants that work performed
under this contract conforms to the contract requirements and is free of any defect in equipment, material,
workmanship, or design furnished, or performed by the Contractor or any subcontractor or supplier at any
tier.
b. This warranty shall continue for a period of one year from the date of final acceptance of the work,
except as noted. If the Owner takes possession of any part of the work before final acceptance, this
warranty shall continue for a period of one year from the date the Owner takes possession. However, this
will not relieve the Contractor from corrective items required by the final acceptance of the project work.
Photovoltaic systems must be warranted by the manufacturer as specified in Item SP-1.
c. The Contractor shall remedy at the Contractor’s expense any failure to conform, or any defect. In
addition, the Contractor shall remedy at the Contractor’s expense any damage to Owner real or personal
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 238 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Section 90 Measurement and Payment 46
property, when that damage is the result of the Contractor’s failure to conform to contract requirements;
or any defect of equipment, material, workmanship, or design furnished by the Contractor.
d. The Contractor shall restore any work damaged in fulfilling the terms and conditions of this clause.
The Contractor’s warranty with respect to work repaired or replaced will run for one year from the date of
repair or replacement.
e. The Owner will notify the Contractor, in writing, within fourteen (14) days after the discovery of
any failure, defect, or damage.
f. If the Contractor fails to remedy any failure, defect, or damage within fourteen (14) days after
receipt of notice, the Owner shall have the right to replace, repair, or otherwise remedy the failure, defect,
or damage at the Contractor’s expense.
g. With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers
for work performed and materials furnished under this contract, the Contractor shall: (1) Obtain all
warranties that would be given in normal commercial practice; (2) Require all warranties to be executed,
in writing, for the benefit of the Owner, as directed by the Owner, and (3) Enforce all warranties for the
benefit of the Owner.
h. This warranty shall not limit the Owner’s rights with respect to latent defects, gross mistakes, or
fraud.
90-11 Contractor Final Project Documentation. Approval of final payment to the Contractor is
contingent upon completion and submittal of the items listed below. The final payment will not be
approved until the RPR approves the Contractor’s final submittal. The Contractor shall:
a. Provide two (2) copies of all manufacturers warranties specified for materials, equipment, and
installations.
b. Provide weekly payroll records (not previously received) from the general Contractor and all
subcontractors.
c. Complete final cleanup in accordance with Section 40, paragraph 40-08, Final Cleanup.
d. Complete all punch list items identified during the Final Inspection.
e. Provide complete release of all claims for labor and material arising out of the Contract .
f. Provide a certified statement signed by the subcontractors, indicating actual amounts paid to the
Disadvantaged Business Enterprise (DBE) subcontractors and/or suppliers associated with the project.
g. When applicable per state requirements, return copies of sales tax completion forms.
h. Manufacturer's certifications for all items incorporated in the work.
i. All required record drawings, as-built drawings or as-constructed drawings.
j. Project Operation and Maintenance (O&M) Manual(s).
k. Security for Construction Warranty.
l. Equipment commissioning documentation submitted, if required.
END OF SECTION 90
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 239 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item C-105 Mobilization 47
Part 2 – General Construction Items
Item C-105 Mobilization
105-1 Description. This item of work shall consist of, but is not limited to, work and operations
necessary for the movement of personnel, equipment, material and supplies to and from the project site
for work on the project except as provided in the contract as separate pay items.
105-2 Mobilization limit. Mobilization shall be limited to 5 percent of the total project cost.
105-3 Posted notices. Prior to commencement of construction activities, the Contractor must post the
following documents in a prominent and accessible place where they may be easily viewed by all
employees of the prime Contractor and by all employees of subcontractors engaged by the prime
Contractor: Equal Employment Opportunity (EEO) Poster “Equal Employment Opportunity is the Law”
in accordance with the Office of Federal Contract Compliance Programs Executive Order 11246, as
amended; Davis Bacon Wage Poster (WH 1321) - DOL “Notice to All Employees” Poster; and
Applicable Davis-Bacon Wage Rate Determination. These notices must remain posted until final
acceptance of the work by the Owner.
105-4 Engineer/RPR field office. An Engineer/RPR field office is not required.
METHOD OF MEASUREMENT
105-5 Basis of measurement and payment. Based upon the contract lump sum price for “Mobilization”
partial payments will be allowed as follows:
a. With first pay request, 25%.
b. When 25% or more of the original contract is earned, an additional 25%.
c. When 50% or more of the original contract is earned, an additional 40%.
d. After Final Inspection, Staging area clean-up and delivery of all Project Closeout materials as
required by Section 90, paragraph 90-11, Contractor Final Project Documentation, the final 10%.
BASIS OF PAYMENT
105-6 Payment will be made under:
ITEM C-105-6.1 MOBILIZATION – PER LUMP SUM
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications
are referred to within the text by the basic designation only.
Office of Federal Contract Compliance Programs (OFCCP)
Executive Order 11246, as amended
EEOC-P/E-1 – Equal Employment Opportunity is the Law Poster
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 240 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item C-105 Mobilization 48
United States Department of Labor, Wage and Hour Division (WHD)
WH 1321 – Employee Rights under the Davis-Bacon Act Poster
END OF ITEM C-105
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 241 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item P-610 Concrete for Miscellaneous Structures 49
Part 9– Miscellaneous
Item P-610 Concrete for Miscellaneous Structures
DESCRIPTION
610-1.1 This item shall consist of concrete and reinforcement, as shown on the plans, prepared and
constructed in accordance with these specifications. This specification shall be used for all concrete other
than airfield pavement which are cast-in-place.
At the Contractor’s option, the concrete can be proportioned, placed, and cured per Iowa DOT
structural concrete with minimum 25% Type F fly ash, and a minimum allowable compressive
strength of 4,000 psi.
MATERIALS
610-2.1 General. Only approved materials, conforming to the requirements of these specifications, shall
be used in the work. Materials may be subject to inspection and tests at any time during their preparation
or use. The source of all materials shall be approved by the Resident Project Representative (RPR) before
delivery or use in the work. Representative preliminary samples of the materials shall be submitted by the
Contractor, when required, for examination and test. Materials shall be stored and handled to ensure
preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. All
equipment for handling and transporting materials and concrete must be clean before any material or
concrete is placed in them.
The use of pit-run aggregates shall not be permitted unless the pit-run aggregate has been screened and
washed, and all fine and coarse aggregates stored separately and kept clean. The mixing of different
aggregates from different sources in one storage stockpile or alternating batches of different aggregates
shall not be permitted.
a. Reactivity. Fine aggregate and coarse aggregates to be used in all concrete shall have been tested
separately within six months of the project in accordance with ASTM C1260. Test results shall be
submitted to the RPR. The aggregate shall be considered innocuous if the expansion of test specimens,
tested in accordance with ASTM C1260, does not exceed 0.08% at 14 days (16 days from casting). If the
expansion either or both test specimen is greater than 0.08% at 14 days, but less than 0.20%, a minimum
of 25% of Type F fly ash, or between 40% and 55% of slag cement shall be used in the concrete mix.
If the expansion is greater than 0.20%, the aggregates shall not be used, and test results for other
aggregates must be submitted for evaluation.
610-2.2 Coarse aggregate. The coarse aggregate for concrete shall meet the requirements of ASTM C33
and the requirements of Table 4, Class Designation 5S; and the grading requirements shown below, as
required for the project.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 242 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item P-610 Concrete for Miscellaneous Structures 50
Coarse Aggregate Grading Requirements
Maximum Aggregate Size ASTM C33, Table 3 Grading
Requirements (Size No.)
1 1/2 inch (37.5 mm) 467 or
4 and 67
1 inch (25 mm) 57
¾ inch (19 mm) 67
½ inch (12.5 mm) 7
610-2.2.1 Coarse Aggregate susceptibility to durability (D) cracking. Coarse aggregate may only be
accepted from sources that have a 20-year service history for the same gradation to be supplied with no
history of D-Cracking. Aggregates that do not have a 20-year record of service free from major repairs
(less than 5% of slabs replaced) in similar conditions without D-cracking shall not be used unless the
material currently being produced has a durability factor greater than or equal to 95 per ASTM
C666. The Contractor shall submit a current certification and test results to verify the aggregate
acceptability. Test results will only be accepted from a State Department of Transportation (DOT)
materials laboratory or an accredited laboratory. Certification and test results which are not dated or
which are over one (1) year old or which are for different gradations will not be accepted.
610-2.3 Fine aggregate. The fine aggregate for concrete shall meet all fine aggregate requirements of
ASTM C33.
610-2.4 Cement. Cement shall conform to the requirements of ASTM C595 Type IL or of ASTM C150
Type I or II.
610-2.5 Cementitious materials.
a. Fly ash. Fly ash shall meet the requirements of ASTM C618, with the exception of loss of ignition,
where the maximum shall be less than 6%. Fly ash shall have a Calcium Oxide (CaO) content of less than
15% and a total available alkali content less than 3% per ASTM C311. Fly ash produced in furnace
operations using liming materials or soda ash (sodium carbonate) as an additive shall not be acceptable.
The Contractor shall furnish the previous three most recent, consecutive ASTM C618 reports for each
source of fly ash proposed in the concrete mix, and shall furnish each additional report as they become
available during the project. The reports can be used for acceptance or the material may be tested
independently by the RPR.
b. Slag cement (ground granulated blast furnace (GGBF)). Slag cement shall conform to ASTM
C989, Grade 100 or Grade 120. Slag cement shall be used only at a rate between 25% and 55% of the
total cementitious material by mass.
610-2.6 Water. Water used in mixing or curing shall be from potable water sources. Other sources shall
be tested in accordance with ASTM C1602 prior to use.
610-2.7 Admixtures. The Contractor shall submit certificates indicating that the material to be furnished
meets all of the requirements indicated below. In addition, the RPR may require the Contractor to submit
complete test data from an approved laboratory showing that the material to be furnished meets all of the
requirements of the cited specifications. Subsequent tests may be made of samples taken by the RPR from
the supply of the material being furnished or proposed for use on the work to determine whether the
admixture is uniform in quality with that approved.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 243 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item P-610 Concrete for Miscellaneous Structures 51
a. Air-entraining admixtures. Air-entraining admixtures shall meet the requirements of ASTM
C260 and shall consistently entrain the air content in the specified ranges under field conditions. The air-
entrainment agent and any water reducer admixture shall be compatible.
b. Water-reducing admixtures. Water-reducing admixture shall meet the requirements of ASTM
C494, Type A, B, or D. ASTM C494, Type F and G high range water reducing admixtures and ASTM
C1017 flowable admixtures shall not be used.
c. Other chemical admixtures. The use of set retarding, and set-accelerating admixtures shall be
approved by the RPR. Retarding shall meet the requirements of ASTM C494, Type A, B, or D and set-
accelerating shall meet the requirements of ASTM C494, Type C. Calcium chloride and admixtures
containing calcium chloride shall not be used.
610-2.8 Premolded joint material. Premolded joint material for expansion joints shall meet the
requirements of ASTM D1751.
610-2.9 Joint filler. Not used.
610-2.10 Steel reinforcement. Reinforcing shall consist of Reinforcing Steel conforming to the
requirements of ASTM A706, Grade 60.
610-2.11 Materials for curing concrete. Curing materials shall conform to one of the following
specifications.
Materials for Curing
Waterproof paper ASTM C171
Clear or white Polyethylene Sheeting ASTM C171
White-pigmented Liquid Membrane-Forming Compound, Type
2, Class B ASTM C309
CONSTRUCTION METHODS
610-3.1 General. The Contractor shall furnish all labor, materials, and services necessary for, and
incidental to, the completion of all work as shown on the drawings and specified here. All machinery and
equipment used by the Contractor on the work, shall be of sufficient size to meet the requirements of the
work. All work shall be subject to the inspection and approval of the RPR.
610-3.2 Concrete Mixture. The concrete shall develop a compressive strength of 4000 psi in 28 days as
determined by test cylinders made in accordance with ASTM C31 and tested in accordance with ASTM
C39. The concrete shall contain not less than 470 pounds of cementitious material per cubic yard. The
water cementitious ratio shall not exceed 0.45 by weight. The air content of the concrete shall be 5% +/-
1.2% as determined by ASTM C231 and shall have a slump of not more than 4 inches as determined by
ASTM C143.
610-3.3 Mixing. Concrete may be mixed at the construction site, at a central point, or wholly or in part in
truck mixers. The concrete shall be mixed and delivered in accordance with the requirements of ASTM
C94 or ASTM C685.
The concrete shall be mixed only in quantities required for immediate use. Concrete shall not be mixed
while the air temperature is below 40°F without the RPRs approval. If approval is granted for mixing
under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a
temperature not less than 50°F nor more than 100°F. The Contractor shall be held responsible for any
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 244 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item P-610 Concrete for Miscellaneous Structures 52
defective work, resulting from freezing or injury in any manner during placing and curing, and shall
replace such work at his expense.
Retempering of concrete by adding water or any other material is not permitted.
The rate of delivery of concrete to the job shall be sufficient to allow uninterrupted placement of the
concrete.
610-3.4 Forms. Concrete shall not be placed until all the forms and reinforcements have been inspected
and approved by the RPR. Forms shall be of suitable material and shall be of the type, size, shape,
quality, and strength to build the structure as shown on the plans. The forms shall be true to line and grade
and shall be mortar-tight and sufficiently rigid to prevent displacement and sagging between supports.
The surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. The Contractor
shall be responsible for their adequacy.
The internal form ties shall be arranged so no metal will show in the concrete surface or discolor the
surface when exposed to weathering when the forms are removed. All forms shall be wetted with water or
with a non-staining mineral oil, which shall be applied immediately before the concrete is placed. Forms
shall be constructed so they can be removed without injuring the concrete or concrete surface.
610-3.5 Placing reinforcement. All reinforcement shall be accurately placed, as shown on the plans, and
shall be firmly held in position during concrete placement. Bars shall be fastened together at intersections.
The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details
shall be supplied by the Contractor when required.
610-3.6 Embedded items. Before placing concrete, all embedded items shall be firmly and securely
fastened in place as indicated. All embedded items shall be clean and free from coating, rust, scale, oil, or
any foreign matter. The concrete shall be spaded and consolidated around and against embedded items.
The embedding of wood shall not be allowed.
610-3.7 Concrete Consistency. The Contractor shall monitor the consistency of the concrete delivered to
the project site; collect each batch ticket; check temperature; and perform slump tests on each truck at the
project site in accordance with ASTM C143.
610-3.8 Placing concrete. All concrete shall be placed during daylight hours, unless otherwise approved.
The concrete shall not be placed until the depth and condition of foundations, the adequacy of forms and
falsework, and the placing of the steel reinforcing have been approved by the RPR. Concrete shall be
placed as soon as practical after mixing, but in no case later than one (1) hour after water has been added
to the mix. The method and manner of placing shall avoid segregation and displacement of the
reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. The
concrete shall not be dropped from a height of more than 5 feet. Concrete shall be deposited as nearly as
practical in its final position to avoid segregation due to rehandling or flowing. Do not subject concrete to
procedures which cause segregation. Concrete shall be placed on clean, damp surfaces, free from running
water, or on a properly consolidated soil foundation.
610-3.9 Vibration. Vibration shall follow the guidelines in American Concrete Institute (ACI)
Committee 309R, Guide for Consolidation of Concrete.
610-3.10 Joints. Joints shall be constructed as indicated on the plans.
610-3.11 Finishing. All exposed concrete surfaces shall be true, smooth, and free from open or rough
areas, depressions, or projections. All concrete horizontal plane surfaces shall be brought flush to the
proper elevation with the finished top surface struck-off with a straightedge and floated.
610-3.12 Curing and protection. All concrete shall be properly cured in accordance with the
recommendations in American Concrete Institute (ACI) 308R, Guide to External Curing of Concrete.
The concrete shall be protected from damage until project acceptance.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 245 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item P-610 Concrete for Miscellaneous Structures 53
610-3.13 Cold weather placing. When concrete is placed at temperatures below 40°F, follow the cold
weather concreting recommendations found in ACI 306R, Cold Weather Concreting.
610-3.14 Hot weather placing. When concrete is placed in hot weather greater than 85ºF, follow the hot
weather concreting recommendations found in ACI 305R, Hot Weather Concreting.
QUALITY ASSURANCE (QA)
610-4.1 Quality Assurance sampling and testing. Concrete for each day’s placement will be accepted
on the basis of the compressive strength specified in paragraph 610-3.2. The RPR will sample the
concrete in accordance with ASTM C172; test the slump in accordance with ASTM C143; test air content
in accordance with ASTM C231; make and cure compressive strength specimens in accordance with
ASTM C31; and test in accordance with ASTM C39. The QA testing agency will meet the requirements
of ASTM C1077.
The Contractor shall provide adequate facilities for the initial curing of cylinders.
610-4.2 Defective work. Any defective work that cannot be satisfactorily repaired as determined by the
RPR, shall be removed and replaced at the Contractor’s expense. Defective work includes, but is not
limited to, uneven dimensions, honeycombing and other voids on the surface or edges of the concrete.
METHOD OF MEASUREMENT
610-5.1 Concrete shall be considered incidental and no separate measurement shall be made of concrete
complete in place and accepted.
BASIS OF PAYMENT
610-6.1 No separate payment will be made for this item. The cost of furnishing and installing concrete,
including furnishing all materials including reinforcement and embedded items and for all preparation,
delivery, installation, and curing of these materials, and for all labor, equipment, tools, and incidentals
shall be considered incidental to the contract unit price for the respective pay items utilizing P-610
concrete.
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications
are referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM A184 Standard Specification for Welded Deformed Steel Bar Mats for
Concrete Reinforcement
ASTM A615 Standard Specification for Deformed and Plain Carbon-Steel Bars for
Concrete Reinforcement
ASTM A704 Standard Specification for Welded Steel Plain Bar or Rod Mats for
Concrete Reinforcement
ASTM A706 Standard Specification for Low-Alloy Steel Deformed and Plain Bars for
Concrete Reinforcement
ASTM A775 Standard Specification for Epoxy-Coated Steel Reinforcing Bars
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 246 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item P-610 Concrete for Miscellaneous Structures 54
ASTM A884 Standard Specification for Epoxy-Coated Steel Wire and Welded Wire
Reinforcement
ASTM A934 Standard Specification for Epoxy-Coated Prefabricated Steel Reinforcing
Bars
ASTM A1064 Standard Specification for Carbon-Steel Wire and Welded Wire
Reinforcement, Plain and Deformed, for Concrete
ASTM C31 Standard Practice for Making and Curing Concrete Test Specimens in the
Field
ASTM C33 Standard Specification for Concrete Aggregates
ASTM C39 Standard Test Method for Compressive Strength of Cylindrical Concrete
Specimens
ASTM C94 Standard Specification for Ready-Mixed Concrete
ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse
Aggregates
ASTM C114 Standard Test Methods for Chemical Analysis of Hydraulic Cement
ASTM C136 Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates
ASTM C143 Standard Test Method for Slump of Hydraulic-Cement Concrete
ASTM C150 Standard Specification for Portland Cement
ASTM C171 Standard Specification for Sheet Materials for Curing Concrete
ASTM C172 Standard Practice for Sampling Freshly Mixed Concrete
ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the
Pressure Method
ASTM C260 Standard Specification for Air-Entraining Admixtures for Concrete
ASTM C309 Standard Specification for Liquid Membrane-Forming Compounds for
Curing Concrete
ASTM C311 Standard Test Methods for Sampling and Testing Fly Ash or Natural
Pozzolans for Use in Portland-Cement Concrete
ASTM C494 Standard Specification for Chemical Admixtures for Concrete
ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural
Pozzolan for Use in Concrete
ASTM C666 Standard Test Method for Resistance of Concrete to Rapid Freezing and
Thawing
ASTM C685 Standard Specification for Concrete Made by Volumetric Batching and
Continuous Mixing
ASTM C989 Standard Specification for Slag Cement for Use in Concrete and Mortars
ASTM C1017 Standard Specification for Chemical Admixtures for Use in Producing
Flowing Concrete
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 247 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item P-610 Concrete for Miscellaneous Structures 55
ASTM C1077 Standard Practice for Agencies Testing Concrete and Concrete
Aggregates for Use in Construction and Criteria for Testing Agency
Evaluation
ASTM C1157 Standard Performance Specification for Hydraulic Cement
ASTM C1260 Standard Test Method for Potential Alkali Reactivity of Aggregates
(Mortar-Bar Method)
ASTM C1365 Standard Test Method for Determination of the Proportion of Phases in
Portland Cement and Portland-Cement Clinker Using X-Ray Powder
Diffraction Analysis
ASTM C1602 Standard Specification for Mixing Water Used in the Production of
Hydraulic Cement Concrete
ASTM D1751 Standard Specification for Preformed Expansion Joint Filler for Concrete
Paving and Structural Construction (Nonextruding and Resilient Asphalt
Types)
ASTM D1752 Standard Specification for Preformed Sponge Rubber Cork and Recycled
PVC Expansion Joint Fillers for Concrete Paving and Structural
Construction
American Concrete Institute (ACI)
ACI 305R Hot Weather Concreting
ACI 306R Cold Weather Concreting
ACI 308R Guide to External Curing of Concrete
ACI 309R Guide for Consolidation of Concrete
END OF ITEM P-610
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 248 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item T-901 Seeding 56
Part 12 – Turfing
Item T-901 Seeding
DESCRIPTION
901-1.1 This item shall consist of soil preparation, seeding, and fertilizing the areas shown on the plans or
as directed by the RPR in accordance with these specifications.
MATERIALS
901-2.1 Seed. The species and application rates of grass, legume, and cover-crop seed furnished shall be
those stipulated herein. Seed shall conform to the requirements of Federal Specification JJJ-S-181,
Federal Specification, Seeds, Agricultural.
Seed shall be furnished separately or in mixtures in standard containers labeled in conformance with the
Agricultural Marketing Service (AMS) Seed Act and applicable state seed laws with the seed name, lot
number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum
weed seed content clearly marked for each kind of seed. The Contractor shall furnish the RPR duplicate
signed copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized
laboratory for seed testing within six (6) months of date of delivery. This statement shall include: name
and address of laboratory, date of test, lot number for each kind of seed, and the results of tests as to
name, percentages of purity and of germination, and percentage of weed content for each kind of seed
furnished, and, in case of a mixture, the proportions of each kind of seed. Wet, moldy, or otherwise
damaged seed will be rejected.
Seeds shall be applied as follows:
Seed Properties and Rate of Application
Seed Minimum Seed
Purity (Percent)
Minimum
Germination
(Percent)
Rate of Application
(lb/acre)
Blue Chip Kentucky
Bluegrass 90 85 37.5
Fults Alkali Grass 98 85 75
Hard Fescue 95 85 50
Nublue Kentucky Bluegrass 90 85 37.5
Sheeps Fescue 90 85 50
Seeding shall be performed during the period between March 1 and May 31 and between August 10 and
September 30, unless otherwise approved by the RPR.
901-2.2 Lime. Not required.
901-2.3 Fertilizer. Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures
containing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash. They
shall be applied at the rate and to the depth specified, and shall meet the requirements of applicable state
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 249 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item T-901 Seeding 57
laws. They shall be furnished in standard containers with name, weight, and guaranteed analysis of
contents clearly marked thereon. No cyanamide compounds or hydrated lime shall be permitted in mixed
fertilizers.
The fertilizers may be supplied in one of the following forms:
a. A dry, free-flowing fertilizer suitable for application by a common fertilizer spreader;
b. A finely-ground fertilizer soluble in water, suitable for application by power sprayers; or
c. A granular or pellet form suitable for application by blower equipment.
Fertilizers shall be incorporated to a minimum depth of 3 inches. Fertilizer shall be applied at rates that
supply the following amounts of nutrients per acre to the distributed areas of seeding:
NUTRIENTS POUNDS PER ACRE
Nitrogen Fertilizer Nutrients 90
Phosphorus Fertilizer Nutrients 90
Potassium Fertilizer Nutrients 90
TOTAL 270
The Contractor has the option to perform a soil test, at their expense, to validate that the fertilizer rate
specified is suitable for the on-site or plan specified topsoil sources. If the Contractor proposes an
alternate mix ratio and weights, the proposal shall be approved by the Engineer. Alternate mix ratio
and/or weights shall be at no additional costs to the contract.
901-2.4 Soil for repairs. The soil for fill and topsoiling of areas to be repaired shall be at least of equal
quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free
from large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed,
compacting, and establishing turf, and shall be approved by the RPR before being placed.
CONSTRUCTION METHODS
901-3.1 Advance preparation and cleanup. After grading of areas has been completed and before
applying fertilizer and ground limestone, areas to be seeded shall be raked or otherwise cleared of stones
larger than 2 inches in any diameter, sticks, stumps, and other debris that might interfere with sowing of
seed, growth of grasses, or subsequent maintenance of grass-covered areas. If any damage by erosion or
other causes has occurred after the completion of grading and before beginning the application of
fertilizer and ground limestone, the Contractor shall repair such damage include filling gullies, smoothing
irregularities, and repairing other incidental damage.
An area to be seeded shall be considered a satisfactory seedbed without additional treatment if it has
recently been thoroughly loosened and worked to a depth of not less than 5 inches as a result of grading
operations and, if immediately prior to seeding, the top 3 inches of soil is loose, friable, reasonably free
from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade.
When the area to be seeded is sparsely sodded, weedy, barren and unworked, or packed and hard, any
grass and weeds shall first be cut or otherwise satisfactorily disposed of, and the soil then scarified or
otherwise loosened to a depth not less than 5 inches. Clods shall be broken and the top 3 inches of soil
shall be worked into a satisfactory seedbed by discing, or by use of cultipackers, rollers, drags, harrows,
or other appropriate means.
901-3.2 Dry application method.
a. Liming. Not required.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 250 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item T-901 Seeding 58
b. Fertilizing. Following advance preparations and cleanup fertilizer shall be uniformly spread at the
rate that will provide not less than the minimum quantity stated in paragraph 901-2.3.
c. Seeding. Grass seed shall be sown at the rate specified in paragraph 901-2.1 immediately after
fertilizing. The fertilizer and seed shall be raked within the depth range stated in the special provisions.
Seeds of legumes, either alone or in mixtures, shall be inoculated before mixing or sowing, in accordance
with the instructions of the manufacturer of the inoculant. When seeding is required at other than the
seasons shown on the plans or in the special provisions, a cover crop shall be sown by the same methods
required for grass and legume seeding.
d. Rolling. After the seed has been properly covered, the seedbed shall be immediately compacted by
means of an approved lawn roller, weighing 40 to 65 pounds per foot of width for clay soil (or any soil
having a tendency to pack), and weighing 150 to 200 pounds per foot of width for sandy or light soils.
901-3.3 Wet application method. Not used.
901-3.4 Maintenance of seeded areas. The Contractor shall protect seeded areas against traffic or other
use by warning signs or barricades, as approved by the RPR. Surfaces gullied or otherwise damaged
following seeding shall be repaired by regrading and reseeding as directed. The Contractor shall mow,
water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection
and acceptance of the work.
When either the dry or wet application method outlined above is used for work done out of season, it will
be required that the Contractor establish a good stand of grass of uniform color and density to the
satisfaction of the RPR. A grass stand shall be considered adequate when bare spots are one square foot or
less, randomly dispersed, and do not exceed 3% of the area seeded.
METHOD OF MEASUREMENT
901-4.1 No measurement will be made for direct payment of seeding and fertilizer. The cost of furnishing
and placing all materials shall be considered incidental to the contract unit price for the respective pay
items utilizing seed and fertilizer.
BASIS OF PAYMENT
901-5.1 No separate payment will be made for this item. The cost of furnishing and placing all materials
shall be considered incidental to the contract unit price for the respective pay items requiring seed and
fertilizer.
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications
are referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM C602 Standard Specification for Agricultural Liming Materials
Federal Specifications (FED SPEC)
FED SPEC JJJ-S-181, Federal Specification, Seeds, Agricultural
Advisory Circulars (AC)
AC 150/5200-33 Hazardous Wildlife Attractants on or Near Airports
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 251 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item T-901 Seeding 59
FAA/United States Department of Agriculture
Wildlife Hazard Management at Airports, A Manual for Airport Personnel
END OF ITEM T-901
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 252 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item T-905 Topsoil 60
Item T-905 Topsoil
DESCRIPTION
905-1.1 This item shall consist of preparing the ground surface for topsoil application, removing topsoil
from designated stockpiles or areas to be stripped on the site or from approved sources off the site, and
placing and spreading the topsoil on prepared areas in accordance with this specification at the locations
shown on the plans or as directed by the RPR.
MATERIALS
905-2.1 Topsoil. Topsoil shall be the surface layer of soil with no admixture of refuse or any material
toxic to plant growth, and it shall be reasonably free from subsoil and stumps, roots, brush, stones (2
inches or more in diameter), and clay lumps or similar objects. Brush and other vegetation that will not be
incorporated with the soil during handling operations shall be cut and removed. Ordinary sod and
herbaceous growth such as grass and weeds are not to be removed, but shall be thoroughly broken up and
intermixed with the soil during handling operations. Heavy sod or other cover, which cannot be
incorporated into the topsoil by discing or other means, shall be removed. The topsoil or soil mixture,
unless otherwise specified or approved, shall have a pH range of approximately 5.5 pH to 7.6 pH, when
tested in accordance with the methods of testing of the Association of Official Agricultural Chemists in
effect on the date of invitation of bids. The organic content shall be not less than 3% nor more than 20%
as determined by the wet-combustion method (chromic acid reduction). There shall be not less than 20%
nor more than 80% of the material passing the 200 mesh (75 µm) sieve as determined by the wash test in
accordance with ASTM C117.
Natural topsoil may be amended by the Contractor with approved materials and methods to meet the
above specifications.
905-2.2 Inspection and tests. Within 10 days following acceptance of the bid, the RPR shall be notified
of the source of topsoil to be furnished by the Contractor. The topsoil shall be inspected to determine if
the selected soil meets the requirements specified and to determine the depth to which stripping will be
permitted. At this time, the Contractor may be required to take representative soil samples from several
locations within the area under consideration and to the proposed stripping depths, for testing purposes as
specified in paragraph 905-2.1.
CONSTRUCTION METHODS
905-3.1 General. Areas to be topsoiled shall be shown on the plans. If topsoil is available on the site, the
location of the stockpiles or areas to be stripped of topsoil and the stripping depths shall be shown on the
plans.
Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of
topsoil, and for the handling and placing of all required materials shall be on hand, in good condition, and
approved by the RPR before the various operations are started.
905-3.2 Preparing the ground surface. Immediately prior to dumping and spreading the topsoil on any
area, the surface shall be loosened by discs or spike-tooth harrows, or by other means approved by the
RPR, to a minimum depth of 2 inches to facilitate bonding of the topsoil to the covered subgrade soil. The
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 253 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item T-905 Topsoil 61
surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches (50 mm) in any
diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary
moisture, or the proper growth of the desired planting. Limited areas, as shown on the plans, which are
too compact to respond to these operations shall receive special scarification.
Grades on the area to be topsoiled, which have been established by others as shown on the plans, shall be
maintained in a true and even condition. Where grades have not been established, the areas shall be
smooth-graded and the surface left at the prescribed grades in an even and compacted condition to prevent
the formation of low places or pockets where water will stand.
905-3.3 Obtaining topsoil. Prior to the stripping of topsoil from designated areas, any vegetation, briars,
stumps and large roots, rubbish or stones found on such areas, which may interfere with subsequent
operations, shall be removed using methods approved by the RPR. Heavy sod or other cover, which
cannot be incorporated into the topsoil by discing or other means shall be removed.
When suitable topsoil is available on the site, the Contractor shall remove this material from the
designated areas and to the depth as directed by the RPR. The topsoil shall be spread on areas already
tilled and smooth-graded, or stockpiled in areas approved by the RPR. Any topsoil stockpiled by the
Contractor shall be rehandled and placed without additional compensation. Any topsoil that has been
stockpiled on the site by others, and is required for topsoil purposes, shall be removed and placed by the
Contractor. The sites of all stockpiles and areas adjacent thereto which have been disturbed by the
Contractor shall be graded if required and put into a condition acceptable for seeding.
When suitable topsoil is secured off the airport site, the Contractor shall locate and obtain the supply,
subject to the approval of the RPR. The Contractor shall notify the RPR sufficiently in advance of
operations in order that necessary measurements and tests can be made. The Contractor shall remove the
topsoil from approved areas and to the depth as directed. The topsoil shall be hauled to the site of the
work and placed for spreading, or spread as required. Any topsoil hauled to the site of the work and
stockpiled shall be rehandled and placed without additional compensation.
905-3.4 Placing topsoil. The topsoil shall be evenly spread on the prepared areas to a uniform depth of 2
inches after compaction, unless otherwise shown on the plans or stated in the special provisions.
Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a
condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed
with a minimum of soil preparation or tilling.
After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other
effective means, and all stones or rocks (2 inches or more in diameter), roots, litter, or any foreign matter
shall be raked up and disposed of by the Contractor. after spreading is completed, the topsoil shall be
satisfactorily compacted by rolling with a cultipacker or by other means approved by the RPR. The
compacted topsoil surface shall conform to the required lines, grades, and cross-sections. Any topsoil or
other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed.
METHOD OF MEASUREMENT
905-4.1 No measurement will be made for direct payment of topsoiling. The cost of placing topsoil shall
be considered incidental to the contract price for the respective pay items utilizing topsoil.
BASIS OF PAYMENT
905-5.1 No separate payment will be made for this item. The cost of topsoiling shall be considered
incidental to the contract unit price for the respective pay items required topsoil.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 254 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item T-905 Topsoil 62
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications
are referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM C117 Materials Finer than 75 m (No. 200) Sieve in Mineral Aggregates by
Washing
Advisory Circulars (AC)
AC 150/5200-33 Hazardous Wildlife Attractants on or Near Airports
FAA/United States Department of Agriculture
Wildlife Hazard Management at Airports, A Manual for Airport Personnel
END OF ITEM T-905
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 255 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-108 Underground Power Cable for Airports 63
Part 13 – Lighting Installation
Item L-108 Underground Power Cable for Airports
DESCRIPTION
108-1.1 This item shall consist of furnishing and installing power cables and fiber optic cable that are
direct buried and furnishing and/or installing power cables within conduit or duct banks per these
specifications at the locations shown on the plans. It includes excavation and backfill of trench for direct -
buried cables only. Also included are the installation of ground wires, ground rods and connections, cable
splicing, cable marking, cable testing, and all incidentals necessary to place the cable in operating
condition as a completed unit to the satisfaction of the RPR. This item shall not include the installation of
duct banks or conduit, trenching and backfilling for duct banks or conduit, or furnishing or installation of
cable for FAA owned/operated facilities.
EQUIPMENT AND MATERIALS
PROOF OF BUY AMERICAN NOTICE: All tier contractors and subcontractors shall provide proof of
Buy American compliance for all manufactured products in accordance with statutes established under
Title 49 U.S.C. Section 50101. The AIP Buy American preference does not recognize US trade
agreements such as NAFTA. If, upon submittal sufficient information to confirm compliance is not
included, the submittal will be returned with no action.
108-2.1 General.
a. Airport lighting equipment and materials covered by advisory circulars (AC) shall be approved
under the Airport Lighting Equipment Certification Program per AC 150/5345-53, current version.
b. All other equipment and materials covered by other referenced specifications shall be subject to
acceptance through manufacturer’s certification of compliance with the applicable specification, when
requested by the RPR.
c. Manufacturer’s certifications shall not relieve the Contractor of the responsibility to provide
materials per these specifications. Materials supplied and/or installed that do not comply with these
specifications shall be removed (when directed by the RPR) and replaced with materials that comply with
these specifications at the Contractor’s cost.
d. All materials and equipment used to construct this item shall be submitted to the RPR for approval
prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be
provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog
sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original.
Clearly and boldly mark each copy to identify products or models applicable to this project. Indicat e all
optional equipment and delete any non-pertinent data. Submittals for components of electrical equipment
and systems shall identify the equipment to which they apply on each submittal sheet. Markings shall be
made bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely
responsible for delays in the project that may accrue directly or indirectly from late submissions or
resubmissions of submittals.
e. The data submitted shall be sufficient, in the opinion of the RPR, to determine compliance with the
plans and specifications. The Contractor’s submittals shall be neatly bound in a properly sized 3-ring
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 256 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-108 Underground Power Cable for Airports 64
binder, tabbed by specification section or electronically submitted in pdf format. The RPR reserves the
right to reject any and all equipment, materials, or procedures that do not meet the system design and the
standards and codes, specified in this document.
f. All equipment and materials furnished and installed under this section shall be guaranteed against
defects in materials and workmanship for at least twelve (12) months from the date of final acceptance by
the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner’s
discretion, with no additional cost to the Owner. The Contractor shall maintain a minimum insulation
resistance in accordance with paragraph 108-3.10e with isolation transformers connected in new circuits
and new segments of existing circuits through the end of the contract warranty period when tested in
accordance with AC 150/5340-26, Maintenance Airport Visual Aid Facilities, paragraph 5.1.3.1,
Insulation Resistance Test.
108-2.2 Cable. Underground cable for airfield lighting facilities (runway and taxiway lights and signs)
shall conform to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical
Cable for Airport Lighting Circuits latest edition. Conductors for use on 6.6 ampere primary airfield
lighting series circuits shall be single conductor, seven strand, #8 American wire gauge (AWG), L-824
Type C, 5,000 volts, non-shielded, with cross-linked polyethylene insulation. L-824 conductors for use on
the L-830 secondary of airfield lighting series circuits shall be sized in accordance with the
manufacturer’s recommendations. All other conductors shall comply with FAA and National Electric
Code (NEC) requirements. Conductor sizes noted above shall not apply to leads furnished by
manufacturers on airfield lighting transformers and fixtures.
Wire for electrical circuits up to 600 volts shall comply with Specification L-824 and/or Commercial Item
Description A-A-59544A and shall be type XLP-USE, 75°C for installation in conduit and RHW-2, 75°C
for direct burial installations. Conductors for parallel (voltage) circuits shall be type and size and installed
in accordance with NFPA-70, National Electrical Code.
Unless noted otherwise, all 600-volt and less non-airfield lighting conductor sizes are based on a 75°C,
XLP-USE, 600-volt insulation, copper conductors, not more than three single insulated conductors, in
raceway, in free air. The conduit/duct sizes are based on the use of THWN-2, 600-volt insulated
conductors. The Contractor shall make the necessary increase in conduit/duct sizes for other types of wire
insulation. In no case shall the conduit/duct size be reduced. The minimum power circuit wire size shall
be #12 AWG.
Conductor sizes may have been adjusted due to voltage drop or other engineering considerations.
Equipment provided by the Contractor shall be capable of accepting the quantity and sizes of conductors
shown in the Contract Documents. All conductors, pigtails, cable step-down adapters, cable step-up
adapters, terminal blocks and splicing materials necessary to complete the cable termination/splice shall
be considered incidental to the respective pay items provided.
Cable type, size, number of conductors, strand and service voltage shall be as specified in the Contract
Document.
108-2.3 Ground Rods. Ground rods shall be copper-clad steel. The ground rods shall be of the length and
diameter specified on the plans, but in no case be less than 10 feet long and 3/4 inch in diameter.
108-2.4 Cable connections. In-line connections or splices of underground primary cables shall be of the
type called for on the plans, and shall be one of the types listed below. No separate payment will be made
for cable connections.
a. The cast splice. A cast splice, employing a plastic mold and using epoxy resin equivalent to that
manufactured by 3MTM Company, “Scotchcast” Kit No. 82-B, or an approved equivalent, used for potting
the splice is acceptable.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 257 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-108 Underground Power Cable for Airports 65
b. The field-attached plug-in splice. Field attached plug-in splices shall be installed as shown on the
plans. The Contractor shall determine the outside diameter of the cable to be spliced and furnish
appropriately sized connector kits and/or adapters. Tape or heat shrink tubing with integral sealant shall
be in accordance with the manufacturer’s requirements. Primary Connector Kits manufactured by
Amerace, "Super Kit", Integro "Complete Kit", or approved equal is acceptable.
c. The factory-molded plug-in splice. Specification for L-823 Connectors, Factory-Molded to
Individual Conductors, is acceptable.
d. The taped or heat-shrink splice. Taped splices employing field-applied rubber, or synthetic
rubber tape covered with plastic tape is acceptable. The rubber tape should meet the requirements of
ASTM D4388 and the plastic tape should comply with Military Specification MIL-I-24391 or
Commercial Item Description A-A-55809. Heat shrinkable tubing shall be heavy-wall, self-sealing tubing
rated for the voltage of the wire being spliced and suitable for direct-buried installations. The tubing shall
be factory coated with a thermoplastic adhesive-sealant that will adhere to the insulation of the wire being
spliced forming a moisture- and dirt-proof seal. Additionally, heat shrinkable tubing for multi-conductor
cables, shielded cables, and armored cables shall be factory kits that are designed for the application. Heat
shrinkable tubing and tubing kits shall be manufactured by Tyco Electronics/ Raychem Corporation,
Energy Division, or approved equivalent.
In all the above cases, connections of cable conductors shall be made using crimp connectors using a
crimping tool designed to make a complete crimp before the tool can be removed. All L-823/L-824
splices and terminations shall be made per the manufacturer’s recommendations and listings.
All connections of counterpoise, grounding conductors and ground rods shall be made by the exothermic
process or approved equivalent, except that a light base ground clamp connector shall be used for
attachment to the light base. All exothermic connections shall be made per the manufacturer’s
recommendations and listings.
108-2.5 Splicer qualifications. Every airfield lighting cable splicer shall be qualified in making airport
cable splices and terminations on cables rated at or above 5,000 volts AC. The Contractor shall submit to
the RPR proof of the qualifications of each proposed cable splicer for the airport cable type and voltage
level to be worked on. Cable splicing/terminating personnel shall have a minimum of three (3) years
continuous experience in terminating/splicing medium voltage cable.
108-2.6 Concrete. Concrete shall be proportioned, placed, and cured per Item P-610, Concrete for
Miscellaneous Structures.
108-2.7 Flowable backfill. Not used.
108-2.8 Cable identification tags. Cable identification tags shall be made from a non-corrosive material
with the circuit identification stamped or etched onto the tag. The tags shall be of the type as detailed on
the plans.
108-2.9 Tape. Electrical tapes shall be ScotchTM Electrical Tapes –ScotchTM 88 (1-1/2 inch wide) and
ScotchTM 130C® linerless rubber splicing tape (2-inch wide), as manufactured by the Minnesota Mining
and Manufacturing Company (3MTM), or an approved equivalent.
108-2.10 Electrical coating. Electrical coating shall be Scotchkote™ as manufactured by 3MTM, or an
approved equivalent.
108-2.11 Existing circuits. Whenever the scope of work requires connection to an existing circuit, the
existing circuit’s insulation resistance shall be tested, in the presence of the RPR. The test shall be
performed per this item and prior to any activity that will affect the respective circuit. The Contractor
shall record the results on forms acceptable to the RPR. When the work affecting the circuit is complete,
the circuit’s insulation resistance shall be checked again, in the presence of the RPR. The Contractor shall
record the results on forms acceptable to the RPR. The second reading shall be equal to or greater than the
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 258 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-108 Underground Power Cable for Airports 66
first reading or the Contractor shall make the necessary repairs to the existing circuit to bring the second
reading above the first reading. All repair costs including a complete replacement of the L-823
connectors, L-830 transformers and L-824 cable, if necessary, shall be borne by the Contractor. All test
results shall be submitted in the Operation and Maintenance (O&M) Manual.
108-2.12 Detectable warning tape. Plastic, detectable, American Public Works Association (APWA)
Red (electrical power lines, cables, conduit and lighting cable) with continuous legend tape shall be
polyethylene film with a metalized foil core and shall be 3-6 inches wide. Detectable tape is incidental to
the respective bid item. Detectable warning tape for communication cables shall be orange. Detectable
warning tape color code shall comply with the APWA Uniform Color Code.
108-2.13 Fiber Optic Cable. Fiber optic cable shall be 12 strand single-mode, 62.5/125 micron
core/cladding, with attenuation at 1300 nm; 0.4 dB/km 220 MHz-km and at 1310 nm; 0.4 dB/km 500 MHz-
km. Fiber optic cable shall be 12 Fiber Construction around center strength member and elastomeric PVC
black outer jacket suitable for indoor or outdoor use.
Furnish and install fiber optic terminators (connectors) style SC or ST as required to match equipment.
Connectors shall be designed for field assembly and be self-aligning and self-centering. Comply with
manufacturers requirements. Include terminators on all fibers, including spares.
Splice closures shall protect the spliced fibers from moisture and to prevent physical damage. The splice
closure shall provide strain relief for the cable and the fibers at the splice points.
CONSTRUCTION METHODS
108-3.1 General. The Contractor shall install the specified cable at the approximate locations indicated
on the plans. Unless otherwise shown on the plans, all cable required to cross under pavements expected
to carry aircraft loads shall be installed in concrete encased duct banks. Cable shall be run without splices,
from fixture to fixture.
Cable connections between lights will be permitted only at the light locations for connecting the
underground cable to the primary leads of the individual isolation transformers. The Contractor shall be
responsible for providing cable in continuous lengths for home runs or other long cable runs without
connections unless otherwise authorized in writing by the RPR or shown on the plans.
In addition to connectors being installed at individual isolation transformers, L-823 cable connectors for
maintenance and test points shall be installed at locations shown on the plans. Cable circuit identification
markers shall be installed on both sides of the L-823 connectors installed and on both sides of slack loops
where a future connector would be installed.
Provide not less than 3 feet of cable slack on each side of all connections, isolation transformers, light
units, and at points where cable is connected to field equipment. Where provisions must be made for
testing or for future above grade connections, provide enough slack to allow the cable to be extended at
least one foot vertically above the top of the access structure. This requirement also applies where
primary cable passes through empty light bases, junction boxes, and access structures to allow for future
connections, or as designated by the RPR.
Primary airfield lighting cables installed shall have cable circuit identification markers attached on both
sides of each L-823 connector and on each airport lighting cable entering or leaving cable access points,
such as manholes, hand holes, pull boxes, junction boxes, etc. Markers shall be of sufficient length for
imprinting the cable circuit identification legend on one line, using letters not less than 1/4 inch in size.
The cable circuit identification shall match the circuits noted on the construction plans.
108-3.2 Installation in duct banks or conduits. This item includes the installation of the cable in duct
banks or conduit per the following paragraphs. The maximum number and voltage ratings of cables
installed in each single duct or conduit, and the current-carrying capacity of each cable shall be per the
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 259 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-108 Underground Power Cable for Airports 67
latest version of the National Electric Code, or the code of the local agency or authority having
jurisdiction.
The Contractor shall make no connections or splices of any kind in cables installed in conduits or duct
banks.
Unless otherwise designated in the plans, where ducts are in tiers, use the lowest ducts to receive the cable
first, with spare ducts left in the upper levels. Check duct routes prior to construction to obtain assurance
that the shortest routes are selected and that any potential interference is avoided.
Duct banks or conduits shall be installed as a separate item per Item L-110, Airport Underground
Electrical Duct Banks and Conduit. The Contractor shall run a mandrel through duct banks or conduit
prior to installation of cable to ensure that the duct bank or conduit is open, continuous and clear of
debris. The mandrel size shall be compatible with the conduit size. The Contractor shall swab out all
conduits/ducts and clean light bases, manholes, etc., interiors immediately prior to pulling cable. Once
cleaned and swabbed, the light bases and all accessible points of entry to the duct/conduit system shall be
kept closed except when installing cables. Cleaning of ducts, light bases, manholes, etc., is incidental to
the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any
reason shall be re-cleaned at the Contractor’s expense. The Contractor shall verify existing ducts
proposed for use in this project as clear and open. The Contractor shall notify the RPR of any blockage in
the existing ducts.
The cable shall be installed in a manner that prevents harmful stretching of the conductor, damage to the
insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with
moisture-seal tape providing moisture-tight mechanical protection with minimum bulk, or alternately,
heat shrinkable tubing before pulling into the conduit and it shall be left sealed until connections are
made. Where more than one cable is to be installed in a conduit, all cable shall be pulled in the conduit at
the same time. The pulling of a cable through duct banks or conduits may be accomplished by hand winch
or power winch with the use of cable grips or pulling eyes. Maximum pulling tensions shall not exceed
the cable manufacturer’s recommendations. A non-hardening cable-pulling lubricant recommended for
the type of cable being installed shall be used where required.
The Contractor shall submit the recommended pulling tension values to the RPR prior to any cable
installation. If required by the RPR, pulling tension values for cable pulls shall be monitored by a
dynamometer in the presence of the RPR. Cable pull tensions shall be recorded by the Contractor and
reviewed by the RPR. Cables exceeding the maximum allowable pulling tension values shall be removed
and replaced by the Contractor at the Contractor’s expense.
The manufacturer’s minimum bend radius or NEC requirements (whichever is more restrictive) shall
apply. Cable installation, handling and storage shall be per manufacturer’s recommendations. During cold
weather, particular attention shall be paid to the manufacturer’s minimum installation temperature. Cable
shall not be installed when the temperature is at or below the manufacturer’s minimum installation
temperature. At the Contractor’s option, the Contractor may submit a plan, for review by the RPR, for
heated storage of the cable and maintenance of an acceptable cable temperature during installation when
temperatures are below the manufacturer’s minimum cable installation temperature.
Cable shall not be dragged across base can or manhole edges, pavement or earth. When cable must be
coiled, lay cable out on a canvas tarp or use other appropriate means to prevent abrasion to the cable
jacket.
108-3.3 Installation of direct-buried cable in trenches. Unless otherwise specified, the Contractor shall
not use a cable plow for installing the cable. Cable shall be unreeled uniformly in place alongside or in the
trench and shall be carefully placed along the bottom of the trench. The cable shall not be unreeled and
pulled into the trench from one end. Slack cable sufficient to provide strain relief shall be placed in the
trench in a series of S curves. Sharp bends or kinks in the cable shall not be permitted.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 260 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-108 Underground Power Cable for Airports 68
Where cables must cross over each other, a minimum of 3 inches vertical displacement shall be provided
with the topmost cable depth at or below the minimum required depth below finished grade.
a. Trenching. Where turf is well established and the sod can be removed, it shall be carefully
stripped and properly stored. Trenches for cables may be excavated manually or with mechanical
trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of surface is
disturbed. Graders shall not be used to excavate the trench with their blades. The bottom surface of
trenches shall be essentially smooth and free from coarse aggregate. Unless otherwise specified, cable
trenches shall be excavated to a minimum depth of 18 inches below finished grade per NEC Table 300.5,
except as follows:
• When off the airport or crossing under a roadway or driveway, the minimum depth shall be 36
inches unless otherwise specified.
• Minimum cable depth when crossing under a railroad track, shall be 42 inches unless otherwise
specified.
The Contractor shall excavate all cable trenches to a width not less than 6 inches. Unless otherwise
specified on the plans, all cables in the same location and running in the same general direction shall be
installed in the same trench.
When rock is encountered, the rock shall be removed to a depth of at least 3 inches below the
required cable depth and it shall be replaced with bedding material of earth or sand containing no mineral
aggregate particles that would be retained on a 1/4-inch sieve. Flowable backfill material may
alternatively be used.
Duct bank or conduit markers temporarily removed for trench excavations shall be replaced as
required.
It is the Contractor’s responsibility to locate existing utilities within the work area prior to excavation.
Where existing active cables cross proposed installations, the Contractor shall ensure that these cables are
adequately protected. Where crossings are unavoidable, no splices will be allowed in the existing cables,
except as specified on the plans. Installation of new cable where such crossings must occur shall proceed
as follows:
(1) Existing cables shall be located manually. Unearthed cables shall be inspected to assure
absolutely no damage has occurred.
(2) Trenching, etc., in cable areas shall then proceed, with approval of the RPR, with care taken to
minimize possible damage or disruption of existing cable, including careful backfilling in area of cable.
In the event that any previously identified cable is damaged during the course of construction, the
Contractor shall be responsible for the complete repair or replacement.
b. Backfilling. After the cable has been installed, the trench shall be backfilled. The first layer of
backfill in the trench shall encompass all cables ; be 3 inches deep, loose measurement; and shall be either
earth or sand containing no mineral aggregate particles that would be retained on a 1/4-inch sieve. This
layer shall not be compacted. The second layer shall be 5 inches deep, loose measurement, and shall
contain no particles that would be retained on a one inch sieve. The remaining third and subsequent layers
of backfill shall not exceed 8 inches of loose measurement and be excavated or imported material and
shall not contain stone or aggregate larger than 4 inches maximum diameter.
The second and subsequent layers shall be thoroughly tamped and compacted to at least the density of
the adjacent material. If the cable is to be installed in locations or areas where other compaction
requirements are specified (under pavements, embankments, etc.) the backfill compaction shall be to a
minimum of 100 percent of ASTM D1557.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 261 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-108 Underground Power Cable for Airports 69
Trenches shall not contain pools of water during backfilling operations. The trench shall be
completely backfilled and tamped level with the adjacent surface, except that when turf is to be
established over the trench, the backfilling shall be stopped at an appropriate depth consistent with the
type of turfing operation to be accommodated. A proper allowance for settlement shall also be provided.
Any excess excavated material shall be removed and disposed of per the plans and specifications.
Underground electrical warning (caution) tape shall be installed in the trench above all direct -buried
cable. Contractor shall submit a sample of the proposed warning tape for acceptance by the RPR. If not
shown on the plans, the warning tape shall be located 6 inches above the direct-buried cable or the
counterpoise wire if present. A 3-6 inch wide polyethylene film detectable tape, with a metalized foil
core, shall be installed above all direct buried cable or counterpoise. The tape shall be of the color and
have a continuous legend as indicated on the plans. The tape shall be installed 8 inches minimum below
finished grade.
c. Restoration. Following restoration of all trenching near airport movement surfaces, the Contractor
shall visually inspect the area for foreign object debris (FOD) and remove any that is found. Where soil
and sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All
areas disturbed by work shall be restored to its original condition. The restoration shall include the
topsoiling, fertilizing, seeding as shown on the plans. The Contractor shall be held responsible for
maintaining all disturbed surfaces and replacements until final acceptance. When trenching is through
paved areas, restoration shall be equal to existing conditions. If the cable is to be installed in locations or
areas where other compaction requirements are specified (under pavements, embankments, etc.) the
backfill compaction shall be to a minimum of 100 percent of ASTM D1557. Restoration shall be
considered incidental to the pay item of which it is a component part.
108-3.4 Cable markers for direct-buried cable. The location of direct buried circuits shall be marked
by a concrete slab marker, 2 feet square and 4-6 inch thick, extending approximately one inch above the
surface. Each cable run from a line of lights and signs to the equipment vault shall be marked at
approximately every 200 feet along the cable run, with an additional marker at each change of direction of
cable run. All other direct-buried cable shall be marked in the same manner. Cable markers shall be
installed directly above the cable. The Contractor shall impress the word “CABLE” and directional
arrows on each cable marking slab. The letters shall be approximately 4 inches high and 3 inches wide,
with width of stroke 1/2 inch and 1/4 inch deep. Stencils shall be used for cable marker lettering; no hand
lettering shall be permitted.
At the location of each underground cable connection/splice, except at lighting units, or isolation
transformers, a concrete marker slab shall be installed to mark the location of the connection/splice. The
Contractor shall impress the word “SPLICE” on each slab. The Contractor also shall impress additional
circuit identification symbols on each slab as directed by the RPR. All cable markers and splice markers
shall be painted international orange. Paint shall be specifically manufactured for uncured exterior
concrete. After placement, all cable or splice markers shall be given one coat of high-visibility aviation
orange paint as approved by the RPR. Furnishing and installation of cable markers is incidental to the
respective cable pay item.
108-3.5 Splicing. Connections of the type shown on the plans shall be made by experienced personnel
regularly engaged in this type of work and shall be made as follows:
a. Cast splices. These shall be made by using crimp connectors for jointing conductors. Molds shall
be assembled, and the compound shall be mixed and poured per the manufacturer’s instructions and to the
satisfaction of the RPR.
b. Field-attached plug-in splices. These shall be assembled per the manufacturer’s instructions.
These splices shall be made by plugging directly into mating connectors. The joint where the connectors
come together shall be finished by one of the following methods: (1) wrapped with at least one layer of
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 262 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-108 Underground Power Cable for Airports 70
rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2
inches on each side of the joint (2) Covered with heat shrinkable tubing with integral sealant extending at
least 1-1/2 inches on each side of the joint or (3) On connector kits equipped with water seal flap; roll-
over water seal flap to sealing position on mating connector.
c. Factory-molded plug-in splices. These shall be made by plugging directly into mating connectors.
The joint where the connectors come together shall be finished by one of the following methods: (1)
Wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half
lapped, extending at least 1-1/2 inches on each side of the joint. (2) Covered with heat shrinkable tubing
with integral sealant extending at least 1-1/2 inches on each side of the joint. or (3) On connector kits so
equipped with water seal flap; roll-over water seal flap to sealing position on mating connector.
d. Taped or heat-shrink splices. A taped splice shall be made in the following manner:
Bring the cables to their final position and cut so that the conductors will butt. Remove insulation and
jacket allowing for bare conductor of proper length to fit compression sleeve connector with 1/4 inch of
bare conductor on each side of the connector. Prior to splicing, the two ends of the cable insulation shall
be penciled using a tool designed specifically for this purpose and for cable size and type. Do not use
emery paper on splicing operation since it contains metallic particles. The copper conductors shall be
thoroughly cleaned. Join the conductors by inserting them equidistant into the compression connection
sleeve. Crimp conductors firmly in place with crimping tool that requires a complete crimp before tool
can be removed. Test the crimped connection by pulling on the cable. Scrape the insulation to assure that
the entire surface over which the tape will be applied (plus 3 inches on each end) is clean. After scraping,
wipe the entire area with a clean lint-free cloth. Do not use solvents.
Apply high-voltage rubber tape one-half lapped over bare conductor. This tape should be tensioned as
recommended by the manufacturer. Voids in the connector area may be eliminated by highly elongating
the tape, stretching it just short of its breaking point. The manufacturer's recommendation for stretching
tape during splicing shall be followed. Always attempt to exactly half-lap to produce a uniform buildup.
Continue buildup to 1-1/2 times cable diameter over the body of the splice with ends tapered a distance of
approximately one inch over the original jacket. Cover rubber tape with two layers of vinyl pressure-
sensitive tape one-half lapped. Do not use glyptol or lacquer over vinyl tape as they react as solvents to
the tape. No further cable covering or splice boxes are required.
Heat shrinkable tubing shall be installed following manufacturer’s instructions. Direct flame heating shall
not be permitted unless recommended by the manufacturer. Cable surfaces within the limits of the heat-
shrink application shall be clean and free of contaminates prior to application.
e. Assembly. Surfaces of equipment or conductors being terminated or connected shall be prepared in
accordance with industry standard practice and manufacturer’s recommendations. All surfaces to be
connected shall be thoroughly cleaned to remove all dirt, grease, oxides, nonconductive films, or other
foreign material. Paints and other nonconductive coatings shall be removed to expose base metal. Clean
all surfaces at least 1/4 inch beyond all sides of the larger bonded area on all mating surfaces. Use a joint
compound suitable for the materials used in the connection. Repair painted/coated surface to original
condition after completing the connection.
108-3.6 Bare counterpoise wire installation for lightning protection and grounding. If shown on the
plans or included in the job specifications, bare solid #6 AWG copper counterpoise wire shall be installed
for lightning protection of the underground cables. The RPR shall select one of two methods of lightning
protection for the airfield lighting circuit based upon sound engineering practice and lightning strike
density.
a. Equipotential. Not used.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 263 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-108 Underground Power Cable for Airports 71
b. Isolation. Counterpoise size is as shown on the plans. The isolation method is an alternate method
for use only with edge lights installed in turf and stabilized soils and raceways installed parallel to and
adjacent to the edge of the pavement. NFPA 780 uses 15 feet to define “adjacent to”.
The counterpoise conductor shall be installed halfway between the pavement edge and the light base,
mounting stake, raceway, or cable being protected.
The counterpoise conductor shall be installed 8 inches minimum below grade. The counterpoise is not
connected to the light base or mounting stake. An additional grounding electrode is required at each light
base or mounting stake. The grounding electrode is bonded to the light base or mounting stake with a 6
AWG solid copper conductor.
See AC 150/5340-30, Design and Installation Details for Airport Visual Aids and NFPA 780,
Standard for the Installation of Lightning Protection Systems, Chapter 11, for a detailed description of the
Isolation Method of lightning protection.
c. Common Installation requirements.
Grounding electrodes may be rods, ground dissipation plates, radials, or other electrodes listed in the
NFPA 70 (NEC) or NFPA 780.
Where raceway is installed by the directional bore, jack and bore, or other drilling method, the
counterpoise conductor shall be permitted to be installed concurrently with the directional bore, jack and
bore, or other drilling method raceway, external to the raceway or sleeve.
The counterpoise wire shall also be exothermically welded to ground rods installed as shown on the plans
but not more than 500 feet apart around the entire circuit. The counterpoise system shall be continuous
and terminate at the transformer vault or at the power source. It shall be securely attached to the vault or
equipment external ground ring or other made electrode-grounding system. The connections shall be
made as shown on the plans and in the specifications.
Where an existing airfield lighting system is being extended or modified, the new counterpoise
conductors shall be interconnected to existing counterpoise conductors at each intersection of the new and
existing airfield lighting counterpoise systems.
d. Parallel Voltage Systems. Provide grounding and bonding in accordance with NFPA 70, National
Electrical Code.
108-3.7 Counterpoise installation above multiple conduits and duct banks. Counterpoise wires shall
be installed above multiple conduits/duct banks for airfield lighting cables, with the intent being to
provide a complete area of protection over the airfield lighting cables. When multiple conduits and/or
duct banks for airfield cable are installed in the same trench, the number and location of counterpoise
wires above the conduits shall be adequate to provide a complete area of protection measured 45 degrees
each side of vertical.
Where duct banks pass under pavement to be constructed in the project, the counterpoise shall be placed
above the duct bank. Reference details on the construction plans.
108-3.8 Counterpoise installation at existing duct banks. When airfield lighting cables are indicated on
the plans to be routed through existing duct banks, the new counterpoise wiring shall be terminated at
ground rods at each end of the existing duct bank where the cables being protected enter and exit the duct
bank. The new counterpoise conductor shall be bonded to the existing counterpoise system.
108-3.9 Exothermic bonding. Bonding of counterpoise wire shall be by the exothermic welding process
or equivalent method accepted by the RPR. Only personnel experienced in and regularly engaged in this
type of work shall make these connections.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 264 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-108 Underground Power Cable for Airports 72
Contractor shall demonstrate to the satisfaction of the RPR, the welding kits, materials and procedures to
be used for welded connections prior to any installations in the field. The installations shall comply with
the manufacturer’s recommendations and the following:
a. All slag shall be removed from welds.
b. Using an exothermic weld to bond the counterpoise to a lug on a galvanized light base is not
recommended unless the base has been specially modified. Consult the manufacturer’s installation
directions for proper methods of bonding copper wire to the light base. See AC 150/5340-30 for
galvanized light base exception.
c. If called for in the plans, all buried copper and weld material at weld connections shall be
thoroughly coated with 6 mm of 3MTM ScotchkoteTM, or approved equivalent, or coated with coal tar
Bitumastic® material to prevent surface exposure to corrosive soil or moisture.
108-3.10 Testing. The Contractor shall furnish all necessary equipment and appliances for testing the
airport electrical systems and underground cable circuits before and after installation. The Contractor
shall perform all tests in the presence of the RPR. The Contractor shall demonstrate the electrical
characteristics to the satisfaction of the RPR. All costs for testing are incidental to the respective item
being tested. For phased projects, the tests must be completed by phase. The Contractor must maintain the
test results throughout the entire project as well as during the warranty period that meet the following:
a. Earth resistance testing methods shall be submitted to the RPR for approval. Earth resistance
testing results shall be recorded on an approved form and testing shall be performed in the presence of the
RPR. All such testing shall be at the sole expense of the Contractor.
b. Should the counterpoise or ground grid conductors be damaged or suspected of being damaged by
construction activities the Contractor shall test the conductors for continuity with a low resistance
ohmmeter. The conductors shall be isolated such that no parallel path exists and tested for continuity. The
RPR shall approve of the test method selected. All such testing shall be at the sole expense of the
Contractor.
After installation, the Contractor shall test and demonstrate to the satisfaction of the RPR the
following:
c. That all affected lighting power and control circuits (existing and new) are continuous and free
from short circuits.
d. That all affected circuits (existing and new) are free from unspecified grounds.
e. That the insulation resistance to ground of all new non-grounded high voltage series circuits or
cable segments is not less than 100 megohms. Verify continuity of all series airfield lighting circuits prior
to energization.
f. That the insulation resistance to ground of all new non-grounded conductors of new multiple
circuits or circuit segments is not less than 100 megohms.
g. That all affected circuits (existing and new) are properly connected per applicable wiring diagrams.
h. That all affected circuits (existing and new) are operable. Tests shall be conducted that include
operating each control not less than 10 times and the continuous operation of each lighting and power
circuit for not less than 1/2 hour.
i. That the impedance to ground of each ground rod does not exceed 25 ohms prior to establishing
connections to other ground electrodes. The fall-of-potential ground impedance test shall be used, as
described by American National Standards Institute/Institute of Electrical and Electronic Engineers
(ANSI/IEEE) Standard 81, to verify this requirement. As an alternate, clamp-on style ground impedance
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 265 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-108 Underground Power Cable for Airports 73
test meters may be used to satisfy the impedance testing requirement. Test equipment and its calibration
sheets shall be submitted for review and approval by the RPR prior to performing the testing.
Two copies of tabulated results of all cable tests performed shall be supplied by the Contractor to the
RPR. Where connecting new cable to existing cable, insulation resistance tests shall be performed on the
new cable prior to connection to the existing circuit.
There are no approved “repair” procedures for items that have failed testing other than complete
replacement.
108-3.11 Installation of Fiber Optic (FO) Cable. Unless noted otherwise, all conduits, ducts, and
manholes for FO cable systems shall be installed as shown on drawings.
a. No splices shall be permitted unless the length of cable being installed exceeds the maximum
standard cable length available from manufacturer.
b. Splices shall be made using the method recommended by the cable manufacturer. Splices shall be
housed in a splice enclosure and shall be encapsulated with an epoxy or ultraviolet light cured splice
encapsulant. All FO splices shall be field tested at the time of splicing. Fusion splices shall have
less than 0.2 dB loss, and mechanical splices shall not be used. There shall be no more than one (1)
splice per kilometer in any of the FO cables excluding terminations. All field splices shall be located
in cable boxes. Sufficient cable shall be provided in each splicing location to properly splice the
cables, and to provide extra cable for additional splices. All cable ends shall be protected at all
times with end caps except during actual splicing. During t he splicing operations, means shall be
provided to protect the unspliced portions of the cable from the intrusion of moisture and other
foreign matter. All splices shall be done in hand holes provided and installed by the Contractor as
required.
c. For cable installed in ducts and conduit, a cable lubricant compatible with the cable sheathing
material shall be used on all cables pulled. Pulling fixtures shall be attached to the cable strength
members. If indirect attachments are used, the grip diameter and length shall be matched to the
cable diameter and characteristics. If indirect attachment is used on cables having only central
strength members, the pulling forces shall be reduced to ensure that the fibers are not damaged
from forces being transmitted to the strength member. DURING PULLING, THE CABLE PULL
LINE TENSION SHALL BE CONTINUOUSLY MONITORED, AND SHALL NOT EXCEED
THE MAXIMUM TENSION AS GIVEN BY THE CABLE MANUFACTURER. The mechanical
stress placed upon a cable during installation shall be such that the cable is not twisted or stretched.
A cable feeder guide shall be used between the cable reel and the face of the duct or conduit to
protect the cable and guide it into the duct or conduit as it is pulled off the reel. As the cable is
pulled off the reel, it shall be carefully inspected for jacket defects. Precautions shall be taken during
installation to prevent the cable from being kinked or crushed and that the minimum bend radius
of the cable is not exceeded at any time. Cable shall be hand fed and guided through each manhole
and additional lubricant shall be applied at all intermediate manholes. When practicable, the center
pulling technique shall be used to lower pulling tension. That is, the cable shall be pulled from the
center point of the cable run towards the end termination points. The method may require the cable
to be pulled in successive pulls. If the cable is pulled out of a junction box or manhole, the cable
shall be protected from dirt and moisture by laying the cable on a ground covering. Dynamometers
or load-cell instruments shall be used to ensure that the pulling line tension does not exceed the
installation tension value specified by the cable manufacturer. The mechanical stress placed upon
a cable during installation shall be such that the cable is not twisted or stretched.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 266 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-108 Underground Power Cable for Airports 74
108-3.12 Connection and Termination of Fiber Optic Cable.
a. Connectors: All fibers at each end of the cable shall have jumpers or pigtails installed of not less
than 3 feet in length. All fibers at both ends of the cable shall have connectors installed on the
jumpers. The mated pair loss, without rotational optimization shall not exceed 1.5 dB. The pull
strength between the connector and the attached fiber shall not be less than 50 pounds.
b. Identification and Labeling: The Contractor shall supply identification tags or labels for each cable.
The labeling format shall be identified and complete record shall be provided to the Owner with
the final documentation. Each cable shall be identified with type of signal being carried and
termination points.
108-3.13 Testing of Fiber Optic Cable.
a. An optical time domain reflectometer (TDR) test shall be performed at 820 nanometers, of the FO
cable on the reel prior to installation. The optical time domain reflectometer shall be calibrated to
show anomalies of 0.2 dB as a minimum. Test data shall be recorded and furnished to the Engineer.
Cable tested with losses exceeding manufacturer’s acceptable levels for new cable shall be rejected.
b. A second time domain reflectometer test at 820 nanometers shall be performed on the FO cable
after it is installed. The optical time domain reflectometer shall be calibrated to show anomalies of
0.2 dB as a minimum. If the optical time domain reflectometer test results are unsatisfactory, the
FO cable segment is unacceptable.
c. The unsatisfactory segments of cable shall be replaced with a new segment of cable at no cost to
the Contract. The new segment of cable shall then be tested to demonstrate acceptability.
METHOD OF MEASUREMENT
108-4.1 Cable, fiber optic or wire installed in trench, duct bank or conduit for Solar Array AC and DC
circuits shall not be measured for payment. AC and DC cables shall be included in the Lump Sum pay
items SP-1-1.1 Vault Solar Array and SP-1-1.2 Building D Solar Array.
BASIS OF PAYMENT
108-5.1 No separate payment will be made for trenching, cable, fiber optic and wire installed in trench
(direct-buried), or cable and equipment ground installed in duct bank or conduit, in place by the
Contractor and accepted by the RPR. This item shall include furnishing all materials and for all
preparation and installation of these materials, and for all labor, equipment, tools, and incidentals,
including ground rods and ground connectors and trench marking tape, necessary to complete this item.
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications
are referred to within the text by the basic designation only.
Advisory Circulars (AC)
AC 150/5340-26 Maintenance of Airport Visual Aid Facilities
AC 150/5340-30 Design and Installation Details for Airport Visual Aids
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 267 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-108 Underground Power Cable for Airports 75
AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport
Lighting Circuits
AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors
AC 150/5345-53 Airport Lighting Equipment Certification Program
Commercial Item Description
A-A-59544A Cable and Wire, Electrical (Power, Fixed Installation)
A-A-55809 Insulation Tape, Electrical, Pressure-Sensitive Adhesive, Plastic
ASTM International (ASTM)
ASTM B3 Standard Specification for Soft or Annealed Copper Wire
ASTM B8 Standard Specification for Concentric-Lay-Stranded Copper Conductors,
Hard, Medium-Hard, or Soft
ASTM B33 Standard Specification for Tin-Coated Soft or Annealed Copper Wire for
Electrical Purposes
ASTM D4388 Standard Specification for Nonmetallic Semi-Conducting and
Electrically Insulating Rubber Tapes
Mil Spec
MIL-PRF-23586F Performance Specification: Sealing Compound (with Accelerator),
Silicone Rubber, Electrical
MIL-I-24391 Insulation Tape, Electrical, Plastic, Pressure Sensitive
National Fire Protection Association (NFPA)
NFPA-70 National Electrical Code (NEC)
NFPA-780 Standard for the Installation of Lightning Protection Systems
American National Standards Institute (ANSI)/Institute of Electrical and Electronics Engineers (IEEE)
ANSI/IEEE STD 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and
Earth Surface Potentials of a Ground System
Federal Aviation Administration Standard
FAA STD-019E Lightning and Surge Protection, Grounding Bonding and Shielding
Requirements for Facilities and Electronic Equipment
END OF ITEM L-108
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 268 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-109 Airport Transformer Vault and Vault Equipment 76
Item L-109 Airport Transformer Vault and Vault Equipment
DESCRIPTION
109-1.1 This item shall consist of installation of all AC power distribution equipment for solar
interconnection to existing utility services at the Airport as shown on the plans, specified in SP-1 and
specified herein. This work shall also include the installation of disconnects, junction boxes, panelboards,
power equipment rack, grounding system, conduits and coordination with the utility company. This work
shall also include the painting of equipment and conduit; the marking and labeling of equipment and the
labeling or tagging of wires; the testing of the installation; and the furnishing of all incidentals necessary
to place it in operating condition as a completed unit to the satisfaction of the RPR.
EQUIPMENT AND MATERIALS
PROOF OF BUY AMERICAN NOTICE: All tier contractors and subcontractors shall provide proof of
Buy American compliance for all manufactured products in accordance with statutes established under
Title 49 U.S.C. Section 50101. The AIP Buy American preference does not recognize US trade
agreements such as NAFTA. If, upon submittal sufficient information to confirm compliance is not
included, the submittal will be returned with no action.
109-2.1 General.
a. Airport lighting equipment and materials covered by advisory circulars (AC) shall be certified in
AC 150/5345-53, Airport Lighting Equipment Certification Program (ALECP) and listed in the ALECP
Addendum.
b. All other equipment and materials covered by other referenced specifications shall be subject to
acceptance through manufacturer’s certification of compliance with the applicable specification when
requested by the RPR.
c. Manufacturer’s certifications shall not relieve the Contractor of the responsibility to provide
materials per these specifications. Materials supplied and/or installed that do not comply with these
specifications shall be removed (when directed by the RPR) and replaced with materials that comply with
these specifications at the Contractor’s cost.
d. All materials and equipment used to construct this item shall be submitted to the RPR for approval
prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be
provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog
sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original.
Clearly and boldly mark each copy to identify products or models applicable to this project. Indicat e all
optional equipment and delete any non-pertinent data. Submittals for components of electrical equipment
and systems shall identify the equipment to which they apply on each submittal sheet. Markings shall be
made bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely
responsible for delays in the project that may accrue directly or indirectly from late submissions or
resubmissions of submittals.
e. The data submitted shall be sufficient, in the opinion of the RPR, to determine compliance with the
plans and specifications. The Contractor’s submittals shall be provided in electronic pdf format, tabbed
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 269 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-109 Airport Transformer Vault and Vault Equipment 77
by specification section. The RPR reserves the right to reject any and all equipment, materials or
procedures that do not meet the system design and the standards and codes, specified in this document.
f. All equipment and materials furnished and installed under this section shall be guaranteed against
defects in materials and workmanship for a period of at least twelve (12) months from final acceptance by
the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner’s
discretion, with no additional cost to the Owner.
CONSTRUCTION OF VAULT AND PREFABRICATED METAL HOUSING
109-3.1 Electrical vault building. Not Used.
109-3.2 Concrete. Concrete shall be proportioned, placed, and cured per Item P-610, Concrete for
Miscellaneous Structures.
109-3.3 Precast concrete structures. Precast concrete structures shall be furnished by a plant meeting
National Precast Concrete Association Plant Certification Program or another RPR approved third party
certification program. Precast concrete structures shall conform to ASTM C478.
109-3.4 Reinforcing steel. Reinforcing steel bars shall be intermediate or structural grade deformed-type
bars and shall be per ASTM A615.
109-3.5 Brick. Brick shall be per ASTM C62, Grade SW.
109-3.6 Rigid steel conduit. Rigid steel conduit and fittings shall be per Underwriters Laboratories
Standards 6 and 514B.
109-3.7 Plastic Conduit and fittings. Plastic Conduit and fittings shall conform to the requirements of
UL-651 and UL-654 schedule 40 polyvinyl chloride (PVC) suitable for use above or below ground.
109-3.8 Lighting. Vault or metal-housing light fixtures shall be of a vapor-proof type.
109-3.9 Outlets. Convenience outlets shall be heavy-duty duplex units designed for industrial service.
109-3.10 Switches. Vault or metal-housing light switches shall be single-pole switches.
109-3.11 Paint.
a. Priming paint for non-galvanized metal surfaces shall be a high solids alkyd primer compatible
with the manufacturer’s recommendations for the intermediate or topcoat.
b. White paint for body and finish coats on metal and wood surfaces shall be ready-mixed paint
conforming to the Master Painter’s Institute (MPI), Reference #9, Exterior Alkyd, Gloss.
c. Priming paint for wood surfaces shall be mixed on the job by thinning the specified white paint by
adding 1/2 pint of raw linseed oil to each gallon.
d. Paint for the floor, ceiling, and inside walls shall be per Porter Paint Company 69, 71, and 79 or
equivalent. Walls and ceiling shall be light gray and the floor shall be medium gray.
e. The roof coating shall be hot asphalt material per ASTM D2823. Asbestos-free roof coating per
ASTM D4479 may be substituted if required by local codes.
109-3.12 Ground bus. Ground bus shall be 1/8 3/4 inch minimum copper bus bar.
109-3.13 Square duct. Duct shall be square similar to that manufactured by the Square D Company (or
equivalent), or the Trumbull Electric Manufacturing Company (or equivalent). The entire front of the duct
on each section shall consist of hinged or removable cover for ready access to the interior. The cross-
section of the duct shall be not less than 4 4 inch except where otherwise shown in the plans.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 270 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-109 Airport Transformer Vault and Vault Equipment 78
109-3.14 Ground rods. Ground rods shall be in accordance with Item L-108.
109-3.15 Vault prefabricated metal housing. The prefabricated metal housing shall be a commercially
available unit.
109-3.16 FAA-approved equipment. Certain items of airport lighting equipment installed in vaults are
covered by individual ACs listed below:
AC 150/5345-3 Specification for L-821, Panels for Remote Control of Airport Lighting
AC 150/5345-5 Circuit Selector Switch
AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport
Lighting Circuits
AC 150/5345-10 Specification for Constant Current Regulators and Regulator Monitors
AC 150/5345-13 Specification for L-841 Auxiliary Relay Cabinet Assembly for Pilot
Control of Airport Lighting Circuits.
AC 150/5345-49 Specification for L-854, Radio Control Equipment
AC 150/5345-56 Specification for L-890 Airport Lighting Control and Monitoring System
(ALCMS)
109-3.17 Other electrical equipment. Distribution transformers, oil switches, cutouts, relays, terminal
blocks, transfer relays, circuit breakers, and all other regularly used commercial items of electrical
equipment not covered by FAA equipment specifications and ACs shall conform to the applicable rulings
and standards of the Institute of Electrical and Electronic Engineers (IEEE) or the National Electrical
Manufacturers Association (NEMA). When specified, test reports from a testing laboratory indicating that
the equipment meets the specifications shall be supplied. In all cases, equipment shall be new and a first-
grade product. This equipment shall be supplied in the quantities required for the specific project and
shall incorporate the electrical and mechanical characteristics specified in the proposal and plans.
Equipment selected and installed by the Contractor shall maintain the interrupting current rating of the
existing systems or specified rating whichever is greater.
109-3.18 Wire. Wire (in conduit) rated up to 5,000 volts shall be per AC 150/5345-7, Specification for L-
824 Underground Electrical Cables for Airport Lighting Circuits. For ratings up to 600 volts, moisture
and heat resistant thermoplastic wire conforming to Commercial Item Description A-A-59544A Type
THWN-2 shall be used. The wires shall be of the type, size, number of conductors, and voltage shown in
the plans or in the proposal.
a. Control circuits. Unless otherwise indicated on the plans, wire shall be not less than No. 12
American wire gauge (AWG) and shall be insulated for 600 volts. If telephone control cable is specified,
No. 19 AWG telephone cable per ANSI/Insulated Cable Engineers Association (ICEA) S-85-625
specifications shall be used.
b. Power circuits.
(1) 600 volts maximum – Wire shall be No. 6 AWG or larger and insulated for at least 600 volts.
(2) 3,000 volts maximum – Wire shall be No. 6 AWG or larger and insulated for at least 3,000
volts.
(3) Over 3,000 volts-Wire shall be No. 6 AWG or larger and insulated for at least the circuit
voltage.
109-3.19 Short circuit / coordination / device evaluation / arc flash analysis. The Contractor shall,
based upon the equipment provided, include as a part of the submittal process the electrical system “Short
Circuit / Coordination / Device evaluation / Arc Flash Analysis”. The analysis shall be performed by the
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 271 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-109 Airport Transformer Vault and Vault Equipment 79
equipment manufacturer and submitted in a written report. The analysis shall be signed and sealed by a
registered professional Engineer from the state in which the project is located. The analysis shall comply
with NFPA-70E and IEEE 1584.
The analysis will include: one line diagrams, short circuit analysis, coordination analysis, equipment
evaluation, arc flash analysis and arc flash labels containing at a minimum, equipment name,
voltage/current rating, available incident energy and flash protection boundary.
The selected firms field service Engineer shall perform data gathering for analysis completion and device
settings, perform device setting as recommended by the analysis and will furnish and install the arc flash
labels. The components worst case incident energy will be considered the available arc flash energy at
that specific point in the system. Submit three written copies and one electronic copy of the report.
CONSTRUCTION METHODS
CONSTRUCTION OF VAULT AND PREFABRICATED METAL HOUSING
109-4.1 General. The Contractor shall construct the transformer vault or prefabricated metal housing at
the location indicated in the plans. Vault construction shall be reinforced concrete, concrete masonry, or
brick wall as specified. The metal housing shall be prefabricated equipment enclosure to be supplied in
the size specified. The mounting pad or floor details, installation methods, and equipment placement are
shown in the plans. Precast concrete structures shall be furnished by a plant meeting National Precast
Concrete Association Plant Certification Program or another engineer approved third party certification
program.
The Contractor shall clear, grade, and seed the area around the vault or metal housing for a minimum
distance of 10 feet on all sides. The slope shall be not less than 1/2 inch per foot away from the vault or
metal housing in all directions.
The vault shall provide adequate protection against weather elements, including rain, wind-driven dust,
snow, ice and excessive heat. The vault shall have sufficient filtered ventilation, to assure that the interior
room temperatures and conditions do not exceed the recommended limits of the electrical equipment to be
installed in the vault. The Contractor is responsible for contacting the manufacturer of the equipment to
be installed to obtain environmental limitations of the equipment to be installed.
109-4.2 Foundation and walls. Not Used.
109-4.3 Roof. Not Used..
109-4.4 Floor. Not Used.
109-4.5 Floor drain. Not Used.
109-4.6 Conduits in floor and foundation. Conduits shall be installed in the floor and through the
foundation walls per the details shown in the plans. All underground conduit shall be painted with an
asphalt compound. Conduit shall be installed with a coupling or metal conduit adapter flush with the top
of the floor. All incoming conduit shall be closed with a pipe plug to prevent the entrance of foreign
material during construction. Space conduit entrances shall be left closed.
109-4.7 Doors. Not Used.
109-4.8 Painting. The floor, ceiling, and inside walls of concrete construction shall first be given a
hardening treatment, after which the Contractor shall apply two coats of paint as specified below, except
that interior face brick walls need not be painted. The hardening treatment shall consist of applying two
coats of either a commercial floor hardener or a solution made by dissolving 2 pounds of magnesium
fluorosilicate or zinc sulfate crystals in one gallon of water. Each coat shall be allowed to dry at least 48
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 272 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-109 Airport Transformer Vault and Vault Equipment 80
hours before the next application. After the second treating coat has dried, the surfaces shall be brushed
clean of all crystals and thoroughly washed with clear water. Paint for walls and ceiling shall be a light
gray color approved by the RPR. The floor paint shall be a medium gray color approved by the RPR.
Before painting, the surfaces shall be dry and clean. The first coat shall be thinned by adding 2/3-quart of
spar varnish and 1/3-quart of turpentine to each gallon of paint. The second coat shall be applied without
thinning. All doors, lintels, and windows shall be cleaned to remove any rust or foreign material and shall
be given one body and one finish coat of white paint. Bare metal surfaces shall be given a prime coat of
corrosion-inhibiting primer prior to the body and finish coats.
109-4.9 Lights and switches. The Contractor shall furnish and install a minimum of two duplex
convenience outlets in the vault room. Where a control room is specified, at least two duplex outlets shall
be installed.
INSTALLATION OF EQUIPMENT IN VAULT OR PREFABRICATED METAL HOUSING
109-5.1 General. The Contractor shall furnish, install, and connect all equipment, equipment accessories,
conduit, cables, wires, buses, grounds, and support necessary to ensure a complete and operable electrical
distribution center for the airport lighting system as specified herein and shown in the plans. When
specified, an emergency power supply and transfer switch shall be provided and installed.
The equipment installation and mounting shall comply with the requirements of the National Electrical
Code and local code agency having jurisdiction. All electrical work shall comply with the NEC and local
code agency having jurisdiction including the separation of under 600V work from 5,000V work.”
109-5.2 Power supply equipment. Transformers, regulators, booster transformers, and other power
supply equipment items shall be furnished and installed at the location shown in the plans or as directed
by the RPR. The power supply equipment shall be set on steel “H” sections, “I” beams, channels, or
concrete blocks to provide a minimum space of 1-1/2 inch between the equipment and the floor. The
equipment shall be placed so as not to obstruct the oil-sampling plugs of the oil-filled units; and name-
plates shall, so far as possible, not be obscured.
If specified in the plans and specifications, equipment for an alternate power source or an emergency
power generator shall be furnished and installed. The alternate power supply installation shall include all
equipment, accessories, an automatic changeover switch, and all necessary wiring and connections. The
emergency power generator set shall be the size and type specified.
109-5.3 Switchgear and panels. Oil switches, fused cutouts, relays, transfer switches, panels, panel
boards, and other similar items shall be furnished and installed at the location shown in the plans or as
directed by the RPR. Wall or ceiling mounted items shall be attached to the wall or ceiling with
galvanized bolts of not less than 3/8-inch diameter engaging metal expansion shields or anchors in
masonry or concrete vaults.
109-5.4 Duct and conduit. The Contractor shall furnish and install square-type exposed metallic ducts
with hinged covers for the control circuits in the vault. These shall be mounted along the walls behind all
floor-mounted equipment and immediately below all wall-mounted equipment. The hinged covers shall
be placed to open from the front side with the hinges at the front bottom.
Wall brackets for square ducts shall be installed at all joints 2 feet or more apart with intermediate
brackets as specified. Conduit shall be used between square ducts and equipment or between different
items of equipment when the equipment is designed for conduit connection. When the equipment is not
designed for conduit connection, conductors shall enter the square-type control duct through insulating
bushings in the duct or on the conduit risers.
109-5.5 Wiring and connections. The Contractor shall make all necessary electrical connections in the
vault per the wiring diagrams furnished and as directed by the RPR. In wiring to the terminal blocks, the
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 273 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-109 Airport Transformer Vault and Vault Equipment 81
Contractor shall leave sufficient extra length on each control lead to make future changes in connections
at the terminal block. This shall be accomplished by running each control lead the longest way around the
box to the proper terminal. Leads shall be neatly laced in place.
109-5.6 Marking and labeling. All equipment, control wires, terminal blocks, etc., shall be tagged,
marked, or labeled as specified below:
a. Wire identification. The Contractor shall furnish and install self-sticking wire labels or identifying
tags on all control wires at the point where they connect to the control equipment or to the terminal
blocks. Wire labels, if used, shall be of the self-sticking preprinted type and of the manufacturer’s
recommended size for the wire involved. Identification -markings designated in the plans shall be
followed. Tags, if used, shall be of fiber not less than 3/4 inch in diameter and not less than 1/32 inch
thick. Identification markings designated in the plans shall be stamped on tags by means of small tool
dies. Each tag shall be securely tied to the proper wire by a nonmetallic cord.
b. Labels. The Contractor shall stencil identifying labels on the cases of regulators, breakers, and
distribution and control relay cases with white oil paint as designated by the RPR. The letters and
numerals shall be not less than one inch in height and shall be of proportionate width. The Contractor
shall also mark the correct circuit designations per the wiring diagram on the terminal marking strips,
which are a part of each terminal block.
METHOD OF MEASUREMENT
109-6.1 The quantity of power distribution equipment, including but not limited to disconnects,
panelboards, service platform, conduit/cable and interconnections shall not be measured for payment.
These items shall be included in the Lump Sum pay items SP-1-1.1 Vault Solar Array and SP-1-1.2
Building D Solar Array.
BASIS OF PAYMENT
109-7.1 No separate payment will be made for this item. This item shall for furnishing all materials and
for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and
incidentals necessary to complete the item.
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications
are referred to within the text by the basic designation only.
Advisory Circulars (AC)
AC 150/5340-30 Design and Installation Details for Airport Visual Aids
AC 150/5345-3 Specification for L-821, Panels for Remote Control of Airport Lighting
AC 150/5345-5 Circuit Selector Switch
AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport
Lighting Circuits
AC 150/5345-10 Specification for Constant Current Regulators and Regulator Monitors
AC 150/5345-13 Specification for L-841 Auxiliary Relay Cabinet Assembly for Pilot
Control of Airport Lighting Circuits
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 274 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-109 Airport Transformer Vault and Vault Equipment 82
AC 150/5345-49 Specification L-854, Radio Control Equipment;
AC 150/5345-53 Airport Lighting Equipment Certification Program
American National Standards Institute / Insulated Cable Engineers Association (ANSI/ICEA)
ANSI/ICEA S-85-625 Standard for Telecommunications Cable Aircore, Polyolefin Insulated,
Copper Conductor Technical Requirements
ASTM International (ASTM)
ASTM A615 Standard Specification for Deformed and Plain Carbon-Steel Bars for
Concrete Reinforcement
ASTM C62 Standard Specification for Building Brick (Solid Masonry Units Made
from Clay or Shale)
ASTM C90 Standard Specification for Loadbearing Concrete Masonry Units
ASTM D2823 Standard Specification for Asphalt Roof Coatings, Asbestos Containing
ASTM D4479 Standard Specification for Asphalt Roof Coatings – Asbestos-Free
Commercial Item Description (CID)
A-A 59544 Cable and Wire, Electrical (Power, Fixed Installation)
Institute of Electrical and Electronic Engineers (IEEE)
IEEE 1584 Guide for Performing Arc-Flash Hazard Calculations
Master Painter’s Institute (MPI)
MPI Reference #9 Alkyd, Exterior, Gloss (MPI Gloss Level 6)
Underwriters Laboratories (UL)
UL Standard 6 Electrical Rigid Metal Conduit – Steel
UL Standard 514B Conduit, Tubing, and Cable Fittings
UL Standard 514C Nonmetallic Outlet Boxes, Flush-Device Boxes, and Covers
UL Standard 651 Schedule 40, 80, Type EB and A Rigid PVC Conduit and Fittings
UL Standard 651A Type EB and A Rigid PVC Conduit and HDPE Conduit
National Fire Protection Association (NFPA)
NFPA-70 National Electrical Code (NEC)
NFPA-70E Standard for Electrical Safety in the Workplace
NFPA-780 Standard for the Installation of Lightning Protection Systems
END OF ITEM L-109
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 275 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-110 Airport Underground Electrical Duct Banks and Conduits 83
Item L-110 Airport Underground Electrical Duct Banks and Conduits
DESCRIPTION
110-1.1 This item shall consist of underground electrical conduits and duct banks (single or multiple
conduits encased in concrete or directionally bored or buried in sand) installed per this specification at the
locations and per the dimensions, designs, and details shown on the plans. This item shall include
furnishing and installing of all underground electrical duct banks and individual and multiple
underground conduits. It shall also include all turfing trenching, backfilling, removal, and restoration of
any paved or turfed areas; concrete encasement, mandrelling, pulling lines, duct markers, plugging of
conduits, and the testing of the installation as a completed system ready for installation of cables per the
plans and specifications. This item shall also include furnishing and installing conduits and all incidentals
for providing positive drainage of the system. Verification of existing ducts is incidental to the pay items
provided in this specification.
EQUIPMENT AND MATERIALS
PROOF OF BUY AMERICAN NOTICE: All tier contractors and subcontractors shall provide proof of
Buy American compliance for all manufactured products in accordance with statutes established under
Title 49 U.S.C. Section 50101. The AIP Buy American preference does not recognize US trade
agreements such as NAFTA. If, upon submittal sufficient information to confirm compliance is not
included, the submittal will be returned with no action.
110-2.1 General.
a. All equipment and materials covered by referenced specifications shall be subject to acceptance
through manufacturer’s certification of compliance with the applicable specification when requested by
the RPR.
b. Manufacturer’s certifications shall not relieve the Contractor of the responsibility to provide
materials per these specifications and acceptable to the RPR. Materials supplied and/or installed that do
not comply with these specifications shall be removed, when directed by the RPR and replaced with
materials, that comply with these specifications, at the Contractor’s cost.
c. All materials and equipment used to construct this item shall be submitted to the RPR for approval
prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be
provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog
sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original.
Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all
optional equipment and delete non-pertinent data. Submittals for components of electrical equipment and
systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be
made bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely
responsible for delays in project that accrue directly or indirectly from late submissions or resubmissions
of submittals.
d. The data submitted shall be sufficient, in the opinion of the RPR, to determine compliance with the
plans and specifications. The Contractor’s submittals shall be electronically submitted in pdf format,
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 276 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-110 Airport Underground Electrical Duct Banks and Conduits 84
tabbed by specification section. The RPR reserves the right to reject any and all equipment, materials or
procedures that do not meet the system design and the standards and codes specified in this document.
e. All equipment and materials furnished and installed under this section shall be guaranteed against
defects in materials and workmanship for a period of at least twelve (12) months from final acceptance by
the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner’s
discretion, with no additional cost to the Owner.
110-2.2 Steel conduit. Rigid galvanized steel (RGS) conduit and fittings shall be hot dipped galvanized
inside and out and conform to the requirements of Underwriters Laboratories Standards 6, 514B, and
1242. All RGS conduits or RGS elbows installed below grade, in concrete, permanently wet locations or
other similar environments shall be painted with a 10-mil thick coat of asphaltum sealer or shall have a
factory-bonded polyvinyl chloride (PVC) cover. Any exposed galvanizing or steel shall be coated with 10
mils of asphaltum sealer. When using PVC coated RGS conduit, care shall be exercised not to damage the
factory PVC coating. Damaged PVC coating shall be repaired per the manufacturer's written instructions.
In lieu of PVC coated RGS, corrosion wrap tape shall be permitted to be used where RGS is in contact
with direct earth.”
110-2.3 Plastic conduit. Plastic conduit and fittings-shall conform to the following requirements:
• UL 514B covers W-C-1094-Conduit fittings all types, classes 1 thru 3 and 6 thru 10.
• UL 514C covers W-C-1094- all types, Class 5 junction box and cover in plastic (PVC).
• UL 651 covers W-C-1094-Rigid PVC Conduit, types I and II, Class 4.
• UL 651A covers W-C-1094-Rigid PVC Conduit and high-density polyethylene (HDPE) Conduit
type III and Class 4.
Underwriters Laboratories Standards UL-651 and Article 352 of the current National Electrical Code
shall be one of the following, as shown on the plans:
a. Type I–Schedule 40 and Schedule 80 PVC suitable for underground use either direct-buried or
encased in concrete.
b. Type II–Schedule 40 PVC suitable for either above ground or underground use.
c. Type III – Schedule 80 PVC suitable for either above ground or underground use either direct-
buried or encased in concrete.
d. Type III –HDPE pipe, minimum standard dimensional ratio (SDR) 11, suitable for placement with
directional boring under pavement.
The type of solvent cement shall be as recommended by the conduit/fitting manufacturer.
110-2.4 Split conduit. Split conduit shall be pre-manufactured for the intended purpose and shall be
made of steel or plastic.
110-2.5 Conduit spacers. Conduit spacers shall be prefabricated interlocking units manufactured for the
intended purpose. They shall be of double wall construction made of high grade, high density
polyethylene complete with interlocking cap and base pads. They shall be designed to accept No. 4
reinforcing bars installed vertically.
110-2.6 Concrete. Concrete shall be proportioned, placed, and cured per Item P-610, Concrete for
Miscellaneous Structures.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 277 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-110 Airport Underground Electrical Duct Banks and Conduits 85
110-2.7 Precast concrete structures. Precast concrete structures shall be furnished by a plant meeting
National Precast Concrete Association Plant Certification Program or another RPR approved third party
certification program. Precast concrete structures shall conform to ASTM C478.
110-2.8 Flowable backfill. Not used.
110-2.9 Detectable warning tape. Plastic, detectable, American Public Works Association (APWA) red
(electrical power lines, cables, conduit and lighting cable), orange (telephone/fiber optic cabling) with
continuous legend magnetic tape shall be polyethylene film with a metallized foil core and shall be 3-6
inches wide. Detectable tape is incidental to the respective bid item.
CONSTRUCTION METHODS
110-3.1 General. The Contractor shall install underground duct banks and conduits at the approximate
locations indicated on the plans. The RPR shall indicate specific locations as the work progresses, if
required to differ from the plans. Duct banks and conduits shall be of the size, material, and type indicated
on the plans or specifications. Where no size is indicated on the plans or in the specifications, conduits
shall be not less than 2 inches inside diameter or comply with the National Electrical Code based on cable
to be installed, whichever is larger. All duct bank and conduit lines shall be laid so as to grade toward
access points and duct or conduit ends for drainage. Unless shown otherwise on the plans, grades shall be
at least 3 inches per 100 feet. On runs where it is not practicable to maintain the grade all one way, the
duct bank and conduit lines shall be graded from the center in both directions toward access points or
conduit ends, with a drain into the storm drainage system. Pockets or traps where moisture may
accumulate shall be avoided. Under pavement, the top of the duct bank shall not be less than 18 inches
below the subgrade; in other locations, the top of the duct bank or underground conduit shall be not less
than 18 inches below finished grade.
The Contractor shall mandrel each individual conduit whether the conduit is direct-buried or part of a duct
bank. An iron-shod mandrel, not more than 1/4 inch smaller than the bore of the conduit shall be pulled or
pushed through each conduit. The mandrel shall have a leather or rubber gasket slightly larger than the
conduit hole.
The Contractor shall swab out all conduits/ducts and clean base can, manhole, pull boxes, etc., interiors
immediately prior to pulling cable. Once cleaned and swabbed the light bases, manholes, pull boxes, etc.,
and all accessible points of entry to the duct/conduit system shall be kept closed except when installing
cables. Cleaning of ducts, base cans, manholes, etc., is incidental to the pay item of the item being
cleaned. All raceway systems left open, after initial cleaning, for any reason shall be recleaned at the
Contractor’s expense. All accessible points shall be kept closed when not installing cable. The Contractor
shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify
the RPR of any blockage in the existing ducts.
For pulling the permanent wiring, each individual conduit, whether the conduit is direct-buried or part of
a duct bank, shall be provided with a 200-pound test polypropylene pull rope. The ends shall be secured
and sufficient length shall be left in access points to prevent it from slipping back into the conduit. Where
spare conduits are installed, as indicated on the plans, the open ends shall be plugged with removable
tapered plugs, designed for this purpose.
All conduits shall be securely fastened in place during construction and shall be plugged to prevent
contaminants from entering the conduits. Any conduit section having a defective joint shall not be
installed. Ducts shall be supported and spaced apart using approved spacers at intervals not to exceed 5
feet.
Unless otherwise shown on the plans, concrete encased duct banks shall be used when crossing under
pavements expected to carry aircraft loads, such as runways, taxiways, taxilanes, ramps and aprons. When
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 278 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-110 Airport Underground Electrical Duct Banks and Conduits 86
under paved shoulders and other paved areas, conduit and duct banks shall be encased using flowable fill
for protection.
All conduits within concrete encasement of the duct banks shall terminate with female ends for ease in
current and future use. Install factory plugs in all unused ends. Do not cover the ends or plugs with
concrete.
Where turf is well established and the sod can be removed, it shall be carefully stripped and properly
stored.
Trenches for conduits and duct banks may be excavated manually or with mechanical trenching
equipment unless in pavement, in which case they shall be excavated with mechanical trenching
equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is
disturbed. Blades of graders shall not be used to excavate the trench.
When rock is encountered, the rock shall be removed to a depth of at least 3 inches below the required
conduit or duct bank depth and it shall be replaced with bedding material of earth or sand containing no
mineral aggregate particles that would be retained on a 1/4-inch sieve. Flowable backfill may
alternatively be used
Underground electrical warning (Caution) tape shall be installed in the trench above all underground duct
banks and conduits in unpaved areas. Contractor shall submit a sample of the proposed warning tape for
approval by the RPR. If not shown on the plans, the warning tape shall be located 6 inches above the
duct/conduit or the counterpoise wire if present.
Joints in plastic conduit shall be prepared per the manufacturer’s recommendations for the particular type
of conduit. Plastic conduit shall be prepared by application of a plastic cleaner and brushing a plastic
solvent on the outside of the conduit ends and on the inside of the couplings. The conduit fitting shall then
be slipped together with a quick one-quarter turn twist to set the joint tightly. Where more than one
conduit is placed in a single trench, or in duct banks, joints in the conduit shall be staggered a minimum
of 2 feet.
Changes in direction of runs exceeding 10 degrees, either vertical or horizontal, shall be accomplished
using manufactured sweep bends.
Whether or not specifically indicated on the drawings, where the soil encountered at established duct bank
grade is an unsuitable material, as determined by the RPR, the unsuitable material shall be removed
offsite and replaced with suitable material. Additional duct bank supports shall be installed, as approved
by the RPR.
All excavation shall be unclassified and shall be considered incidental to Item L-110. Dewatering
necessary for duct installation, and erosion per federal, state, and local requirements is incidental to Item
L-110.
Unless otherwise specified, excavated materials that are deemed by the RPR to be unsuitable for use in
backfill or embankments shall be removed and disposed of offsite.
Any excess excavation shall be filled with suitable material approved and compacted by the RPR.
It is the Contractor’s responsibility to locate existing utilities within the work area prior to excavation.
Where existing active cables) cross proposed installations, the Contractor shall ensure that these cables
are adequately protected. Where crossings are unavoidable, no splices will be allowed in the existing
cables, except as specified on the plans. Installation of new cable where such crossings must occur shall
proceed as follows:
a. Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely
no damage has occurred
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 279 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-110 Airport Underground Electrical Duct Banks and Conduits 87
b. Trenching, etc., in cable areas shall then proceed with approval of the RPR, with care taken to
minimize possible damage or disruption of existing cable, including careful backfilling in area of cable.
In the event that any previously identified cable is damaged during the course of construction, the
Contractor shall be responsible for the complete repair.
110-3.2 Duct banks. Unless otherwise shown in the plans, duct banks shall be installed so that the top of
the concrete envelope is not less than 18 inches below the bottom of the base or stabilized base course
layers where installed under runways, taxiways, aprons, or other paved areas, and not less than 18 inches
below finished grade where installed in unpaved areas.
Unless otherwise shown on the plans, duct banks under paved areas shall extend at least 3 feet beyond the
edges of the pavement or 3 feet beyond any under drains that may be installed alongside the paved area.
Trenches for duct banks shall be opened the complete length before concrete is placed so that if any
obstructions are encountered, provisions can be made to avoid them. Unless otherwise shown on the
plans, all duct banks shall be placed on a layer of concrete not less than 3 inches thick prior to its initial
set. The Contractor shall space the conduits not less than 3 inches apart (measured from outside wall to
outside wall). All such multiple conduits shall be placed using conduit spacers applicable to the type of
conduit. As the conduit laying progresses, concrete shall be placed around and on top of the conduits not
less than 3 inches thick unless otherwise shown on the plans. All conduits shall terminate with female
ends for ease of access in current and future use. Install factory plugs in all unused ends. Do not cover the
ends or plugs with concrete.
Conduits forming the duct bank shall be installed using conduit spacers. No. 4 reinforcing bars shall be
driven vertically into the soil a minimum of 6 inches to anchor the assembly into the earth prior to placing
the concrete encasement. For this purpose, the spacers shall be fastened down with locking collars
attached to the vertical bars. Spacers shall be installed at 5-foot intervals. Spacers shall be in the proper
sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the RPR for
review prior to use.
When specified, the Contractor shall reinforce the bottom side and top of encasements with steel
reinforcing mesh or fabric or other approved metal reinforcement. When directed, the Contractor shall
supply additional supports where the ground is soft and boggy, where ducts cross under roadways, or
where shown on the plans. Under such conditions, the complete duct structure shall be supported on
reinforced concrete footings, piers, or piles located at approximately 5-foot intervals.
All pavement surfaces that are to have ducts installed therein shall be neatly saw cut to form a vertical
face. All excavation shall be included in the contract with price for the duct.
Install a plastic, detectable, color as noted, 3 to 6 inches wide tape, 8 inches minimum below grade above
all underground conduit or duct lines not installed under pavement. Utilize the 3-inch wide tape only for
single conduit runs. Utilize the 6-inch wide tape for multiple conduits and duct banks. For duct banks
equal to or greater than 24 inches in width, utilize more than one tape for sufficient coverage and
identification of the duct bank as required.
When existing cables are to be placed in split duct, encased in concrete, the cable shall be carefully
located and exposed by hand tools. Prior to being placed in duct, the RPR shall be notified so that he may
inspect the cable and determine that it is in good condition. Where required, split duct shall be installed as
shown on the drawings or as required by the RPR.
110-3.3 Conduits without concrete encasement. Trenches for single-conduit lines shall be not less than
6 inches nor more than 12 inches wide. The trench for 2 or more conduits installed at the same level shall
be proportionately wider. Trench bottoms for conduits without concrete encasement shall be made to
conform accurately to grade so as to provide uniform support for the conduit along its entire length.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 280 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-110 Airport Underground Electrical Duct Banks and Conduits 88
Unless otherwise shown on the plans, a layer of fine earth material, at least 4 inches thick (loose
measurement) shall be placed in the bottom of the trench as bedding for the conduit. The bedding material
shall consist of soft dirt, sand or other fine fill, and it shall contain no particles that would be retained on a
1/4-inch sieve. The bedding material shall be tamped until firm. Flowable backfill may alternatively be
used.
Unless otherwise shown on plans, conduits shall be installed so that the tops of all conduits within the
Airport’s secured area where trespassing is prohibited are at least 18 inches below the finished grade.
Conduits outside the Airport’s secured area shall be installed so that the tops of the conduits are at least
24 inches below the finished grade per National Electric Code (NEC), Table 300.5.
When two or more individual conduits intended to carry conductors of equivalent voltage insulation
rating are installed in the same trench without concrete encasement, they shall be spaced not less than 3
inches apart (measured from outside wall to outside wall) in a horizontal direction and not less than 6
inches apart in a vertical direction. Where two or more individual conduits intended to carry conductors
of differing voltage insulation rating are installed in the same trench without concrete encasement, they
shall be placed not less than 3 inches apart (measured from outside wall to outside wall) in a horizontal
direction and lot less than 6 inches apart in a vertical direction.
Trenches shall be opened the complete length between normal termination points before conduit is
installed so that if any unforeseen obstructions are encountered, proper provisions can be made to avoid
them.
Conduits shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the
soil a minimum of 6 inches to anchor the assembly into the earth while backfilling. For this purpose, the
spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed
at 5-foot intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking
collars and spacers shall be submitted to the RPR for review prior to use.
110-3.4 Markers. The location of each end and of each change of direction of conduits and duct banks
shall be marked by a concrete slab marker 2 feet square and 4 - 6 inches thick extending approximately
one inch above the surface. The markers shall also be located directly above the ends of all conduits or
duct banks, except where they terminate in a junction/access structure or building. Each cable or duct run
from a line of lights and signs to the equipment vault must be marked at approximately every 200 feet
along the cable or duct run, with an additional marker at each change of direction of cable or duct run.
The Contractor shall impress the word “DUCT” or “CONDUIT” on each marker slab. Impression of
letters shall be done in a manner, approved by the RPR, for a neat, professional appearance. All letters
and words must be neatly stenciled. After placement, all markers shall be given one coat of high-visibility
orange paint, as approved by the RPR. The Contractor shall also impress on the slab the number and size
of conduits beneath the marker along with all other necessary information as determined by the RPR. The
letters shall be 4 inches high and 3 inches wide with width of stroke 1/2 inch and 1/4 inch deep or as large
as the available space permits. Furnishing and installation of duct markers is incidental to the respective
duct pay item.
110-3.5 Backfilling for conduits. For conduits, 8 inches of sand, soft earth, or other fine fill (loose
measurement) shall be placed around the conduits ducts and carefully tamped around and over them with
hand tampers. The remaining trench shall then be backfilled and compacted per the plans or as directed by
the RPR.
Flowable backfill may alternatively be used.
Trenches shall not contain pools of water during back filling operations.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 281 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-110 Airport Underground Electrical Duct Banks and Conduits 89
The trench shall be completely backfilled and tamped level with the adjacent surface; except that, where
sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the
sod to be used, with proper allowance for settlement.
Any excess excavated material shall be removed and disposed of per instructions issued by the RPR.
110-3.6 Backfilling for duct banks. After the concrete has cured, the remaining trench shall be
backfilled and compacted per the plans or as directed by the RPR. Where duct banks are installed under
pavement, one moisture/density test per lift shall be made for each 250 linear feet of duct bank or one
work period’s construction, whichever is less.
Flowable backfill may alternatively be used.
Trenches shall not contain pools of water during backfilling operations.
The trench shall be completely backfilled and tamped level with the adjacent surface; except that, where
sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the
sod to be used, with proper allowance for settlement.
Any excess excavated material shall be removed and disposed of per instructions issued by the RPR.
110-3.7 Restoration. Where sod has been removed, it shall be replaced as soon as possible after the
backfilling is completed. All areas disturbed by the work shall be restored to its original condition. The
restoration shall include seeding or as shown on the plans. The Contractor shall be held responsible for
maintaining all disturbed surfaces and replacements until final acceptance. All restoration shall be
considered incidental to the respective L-110 pay item. Following restoration of all trenching near airport
movement surfaces, the Contractor shall thoroughly visually inspect the area for foreign object debris
(FOD), and remove any such FOD that is found. This FOD inspection and removal shall be considered
incidental to the pay item of which it is a component part.
110-3.8 Ownership of removed cable. Not Used.
METHOD OF MEASUREMENT
110-4.1 Underground conduits and duct banks, including directionally bored conduits and conduits
installed inside the buildings shall not be measured for payment. This item shall be included in the Lum
Sum pay items for SP-1-1.1 Vault Solar Array and SP-1-1.2 Building D Solar Array. This item shall
include conduits and duct banks installed, including encasement, locator tape, trenching and backfill with
designated material, and restoration, and for drain lines, the termination at the drainage structure, all
measured in place, completed, and accepted.
BASIS OF PAYMENT
110-5.1 No separate payment will be made for each type and size of conduit and duct bank completed and
accepted, including trench and backfill with the designated material, and, for drain lines, the termination
at the drainage structure. This item shall include furnishing all materials and for all preparation, assembly,
and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to
complete this item per the provisions and intent of the plans and specifications.
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications
are referred to within the text by the basic designation only.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 282 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-110 Airport Underground Electrical Duct Banks and Conduits 90
Advisory Circular (AC)
AC 150/5340-30 Design and Installation Details for Airport Visual Aids
AC 150/5345-53 Airport Lighting Equipment Certification Program
ASTM International (ASTM)
ASTM A615 Standard Specification for Deformed and Plain Carbon-Steel Bars for
Concrete Reinforcement
National Fire Protection Association (NFPA)
NFPA-70 National Electrical Code (NEC)
Underwriters Laboratories (UL)
UL Standard 6 Electrical Rigid Metal Conduit - Steel
UL Standard 514B Conduit, Tubing, and Cable Fittings
UL Standard 514C Nonmetallic Outlet Boxes, Flush-Device Boxes, and Covers
UL Standard 1242 Electrical Intermediate Metal Conduit Steel
UL Standard 651 Schedule 40, 80, Type EB and A Rigid PVC Conduit and Fittings
UL Standard 651A Type EB and A Rigid PVC Conduit and HDPE Conduit
END OF ITEM L-110
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 283 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-115 Electrical Manholes and Junction Structures 91
Item L-115 Electrical Manholes and Junction Structures
DESCRIPTION
115-1.1 This item shall consist of electrical manholes and junction structures (hand holes, pull boxes,
junction cans, etc.) installed per this specification, at the indicated locations and conforming to the lines,
grades and dimensions shown on the plans or as required by the RPR. This item shall include the
installation of each electrical manhole and/or junction structures with all associated excavation,
backfilling, sheeting and bracing, concrete, reinforcing steel, ladders, appurtenances, testing, dewatering
and restoration of surfaces to the satisfaction of the RPR.
EQUIPMENT AND MATERIALS
PROOF OF BUY AMERICAN NOTICE: All tier contractors and subcontractors shall provide proof of
Buy American compliance for all manufactured products in accordance with statutes established under
Title 49 U.S.C. Section 50101. The AIP Buy American preference does not recognize US trade
agreements such as NAFTA. If, upon submittal sufficient information to confirm compliance is not
included, the submittal will be returned with no action.
115-2.1 General.
a. All equipment and materials covered by referenced specifications shall be subject to acceptance
through manufacturer’s certification of compliance with the applicable specification when so requested by
the RPR.
b. Manufacturer’s certifications shall not relieve the Contractor of the responsibility to provide
materials per these specifications. Materials supplied and/or installed that do not comply with these
specifications shall be removed (when directed by the RPR) and replaced with materials that comply with
these specifications at the Contractor’s cost.
c. All materials and equipment used to construct this item shall be submitted to the RPR for approval
prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be
provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog
sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original.
Clearly and boldly mark each copy to identify products or models applicable to this project. Indicat e all
optional equipment and delete any non-pertinent data. Submittals for components of electrical equipment
and systems shall identify the equipment to which they apply on each submittal sheet. Markings shall be
made bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely
responsible for delays in the project that may accrue directly or indirectly from late submissions or
resubmissions of submittals.
d. The data submitted shall be sufficient, in the opinion of the RPR, to determine compliance with the
plans and specifications. The Contractor’s submittals shall be electronically submitted in pdf format,
tabbed by specification section. The RPR reserves the right to reject any and all equipment, materials or
procedures that do not meet the system design and the standards and codes, specified in this document.
e. All equipment and materials furnished and installed under this section shall be guaranteed against
defects in materials and workmanship for a period of at least twelve (12) months from the date of final
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 284 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-115 Electrical Manholes and Junction Structures 92
acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the
Owner’s discretion, with no additional cost to the Owner.
115-2.2 Concrete structures. Concrete shall be proportioned, placed, and cured per Item P-610, Concrete
for Miscellaneous Structures. Cast-in-place concrete structures shall be as shown on the plans.
115-2.3 Precast concrete structures. Precast concrete structures shall be furnished by a plant meeting
National Precast Concrete Association Plant Certification Program or another engineer approved third
party certification program. Provide precast concrete structures where shown on the plans.
Precast concrete structures shall be an approved standard design of the manufacturer. Precast units shall
have mortar or bitumastic sealer placed between all joints to make them watertight. The structure shall be
designed to withstand 20,000 lbs loads, unless otherwise shown on the plans. Openings or knockouts shall
be provided in the structure as detailed on the plans.
Threaded inserts and pulling eyes shall be cast in as shown on the plans.
If the Contractor chooses to propose a different structural design, signed and sealed shop drawings, design
calculations, and other information requested by the RPR shall be submitted by the Contractor to allow
for a full evaluation by the RPR. The RPR shall review per the process defined in the General Provisions.
115-2.4 Junction boxes. Junction boxes shall be L-867 Class 1 (non-load bearing) or L-868 Class 1 (load
bearing) airport light bases that are encased in concrete. The light bases shall have a L-894 blank cover,
gasket, and stainless steel hardware. All bolts, studs, nuts, lock washers, and other similar fasteners used
for the light fixture assemblies must be fabricated from 316L (equivalent to EN 1.4404), 18-8, 410, or 416
stainless steel. If 18-8, 410, or 416 stainless steel is utilized it shall be passivated and be free from any
discoloration. Covers shall be 3/8-inch thickness for L-867 and 3/4-inch (19-mm) thickness for L-868. All
junction boxes shall be provided with both internal and external ground lugs.
115-2.5 Mortar. The mortar shall be composed of one part of cement and two parts of mortar sand, by
volume. The cement shall be per the requirements in ASTM C150, Type I. The sand shall be per the
requirements in ASTM C144. Hydrated lime may be added to the mixture of sand and cement in an
amount not to exceed 15% of the weight of cement used. The hydrated lime shall meet the requirements
of ASTM C206. Water shall be potable, reasonably clean and free of oil, salt, acid, alkali, sugar,
vegetable, or other substances injurious to the finished product.
115-2.6 Concrete. Concrete shall be proportioned, placed, and cured per Item P-610, Concrete for
Miscellaneous Structures.
115-2.7 Frames and covers. The frames shall conform to one of the following requirements:
a. ASTM A48 Gray iron castings
b. ASTM A47 Malleable iron castings
c. ASTM A27 Steel castings
d. ASTM A283, Grade D Structural steel for grates and frames
e. ASTM A536 Ductile iron castings
f. ASTM A897 Austempered ductile iron castings
All castings specified shall withstand a maximum tire pressure of 60 psi and maximum load of 10,000 lbs.
All castings or structural steel units shall conform to the dimensions shown on the plans and shall be
designed to support the loadings specified.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 285 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-115 Electrical Manholes and Junction Structures 93
Each frame and cover unit shall be provided with fastening members to prevent it from being dislodged
by traffic, but which will allow easy removal for access to the structure.
All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to
meet the requirements of ASTM A123.
Each cover shall have the word “ELECTRIC” or other approved designation cast on it. Each frame and
cover shall be as shown on the plans or approved equivalent. No cable notches are required.
Each manhole shall be provided with a “DANGER -- PERMIT-REQUIRED CONFINED SPACE, DO
NOT ENTER” safety warning sign as detailed in the Contract Documents and in accordance with OSHA
1910.146 (c)(2).
115-2.8 Ladders. Ladders, if specified, shall be galvanized steel or as shown on the plans.
115-2.9 Reinforcing steel. All reinforcing steel shall be deformed bars of new billet steel meeting the
requirements of ASTM A615, Grade 60.
115-2.10 Bedding/special backfill. Bedding or special backfill shall be as shown on the plans.
115-2.11 Flowable backfill. Flowable material used to backfill shall conform to the requirements of Item
P-153, Controlled Low Strength Material.
115-2.12 Cable trays. Cable trays shall be of galvanized steel. Cable trays shall be located as shown on
the plans.
115-2.13 Plastic conduit. Plastic conduit shall comply with Item L-110, Airport Underground Electrical
Duct Banks and Conduits.
115-2.14 Conduit terminators. Conduit terminators shall be pre-manufactured for the specific purpose
and sized as required or as shown on the plans.
115-2.15 Pulling-in irons. Pulling-in irons shall be manufactured with 7/8-inch diameter hot-dipped
galvanized steel or stress-relieved carbon steel roping designed for concrete applications (7 strand, 1/2-
inch diameter with an ultimate strength of 270,000 psi (1862 MPa)). Where stress-relieved carbon steel
roping is used, a rustproof sleeve shall be installed at the hooking point and all exposed surfaces shall be
encapsulated with a polyester coating to prevent corrosion.
115-2.16 Ground rods. Ground rods shall be one piece, copper clad steel. The ground rods shall be of
the length and diameter specified on the plans, but in no case shall they be less than 8 feet long nor less
than 5/8 inch in diameter.
CONSTRUCTION METHODS
115-3.1 Unclassified excavation. It is the Contractor’s responsibility to locate existing utilities within the
work area prior to excavation. Damage to utility lines, through lack of care in excavating, shall be
repaired or replaced to the satisfaction of the RPR without additional expense to the Owner.
The Contractor shall perform excavation for structures and structure footings to the lines and grades or
elevations shown on the plans or as staked by the RPR. The excavation shall be of sufficient size to
permit the placing of the full width and length of the structure or structure footings shown.
All excavation shall be unclassified and shall be considered incidental to Item L-115. Dewatering
necessary for structure installation and erosion per federal, state, and local requirements is incidental to
Item L-115.
Boulders, logs and all other objectionable material encountered in excavation shall be removed. All rock
and other hard foundation material shall be cleaned of all loose material and cut to a firm surface either
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 286 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-115 Electrical Manholes and Junction Structures 94
level, stepped or serrated, as directed by the RPR. All seams, crevices, disintegrated rock and thin strata
shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to
disturb the bottom of the excavation. Excavation to final grade shall not be made until just before the
concrete or reinforcing is to be placed.
The Contractor shall provide all bracing, sheeting and shoring necessary to implement and protect the
excavation and the structure as required for safety or conformance to governing laws. The cost of bracing,
sheeting and shoring shall be included in the unit price bid for the structure.
Unless otherwise provided, bracing, sheeting and shoring involved in the construction of this item shall be
removed by the Contractor after the completion of the structure. Removal shall be effected in a manner
that will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid
for the structure.
After each excavation is completed, the Contractor shall notify the RPR. Structures shall be placed after
the RPR has approved the depth of the excavation and the suitability of the foundation material.
Prior to installation the Contractor shall provide a minimum of 6 inches of sand or a material approved by
the RPR as a suitable base to receive the structure. The base material shall be compacted and graded level
and at proper elevation to receive the structure in proper relation to the conduit grade or ground cover
requirements, as indicated on the plans.
115-3.2 Concrete structures. Concrete structures shall be built on prepared foundations conforming to
the dimensions and form indicated on the plans. The concrete and construction methods shall conform to
the requirements specified in Item P-610. Any reinforcement required shall be placed as indicated on the
plans and shall be approved by the RPR before the concrete is placed.
115-3.3 Precast unit installations. Precast units shall be installed plumb and true. Joints shall be made
watertight by use of sealant at each tongue-and-groove joint and at roof of manhole. Excess sealant shall
be removed and severe surface projections on exterior of neck shall be removed.
115-3.4 Placement and treatment of castings, frames and fittings. All castings, frames and fittings
shall be placed in the positions indicated on the Plans or as directed by the RPR and shall be set true to
line and to correct elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or
bolts shall be in place and position before the concrete or mortar is placed. The unit shall not be disturbed
until the mortar or concrete has set.
Field connections shall be made with bolts, unless indicated otherwise. Welding will not be permitted
unless shown otherwise on the approved shop drawings and written approval is granted by the casting
manufacturer. Erection equipment shall be suitable and safe for the workman. Errors in shop fabrication
or deformation resulting from handling and transportation that prevent the proper assembly and fitting of
parts shall be reported immediately to the RPR and approval of the method of correction shall be
obtained. Approved corrections shall be made at Contractor’s expense.
Anchor bolts and anchors shall be properly located and built into connection work. Bolts and anchors
shall be preset by the use of templates or such other methods as may be required to locate the anchors and
anchor bolts accurately.
Pulling-in irons shall be located opposite all conduit entrances into structures to provide a strong,
convenient attachment for pulling-in blocks when installing cables. Pulling-in irons shall be set directly
into the concrete walls of the structure.
115-3.5 Installation of ladders. Ladders shall be installed such that they may be removed if necessary.
Mounting brackets shall be supplied top and bottom and shall be cast in place during fabrication of the
structure or drilled and grouted in place after erection of the structure.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 287 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-115 Electrical Manholes and Junction Structures 95
115-3.6 Removal of sheeting and bracing. In general, all sheeting and bracing used to support the sides
of trenches or other open excavations shall be withdrawn as the trenches or other open excavations are
being refilled. That portion of the sheeting extending below the top of a structure shall be withdrawn,
unless otherwise directed, before more than 6 inches of material is placed above the top of the structure
and before any bracing is removed. Voids left by the sheeting shall be carefully refilled with selected
material and rammed tight with tools especially adapted for the purpose or otherwise as may be approved.
The RPR may direct the Contractor to delay the removal of sheeting and bracing if, in his judgment, the
installed work has not attained the necessary strength to permit placing of backfill.
115-3.7 Backfilling. After a structure has been completed, the area around it shall be backfilled in
horizontal layers not to exceed 6 inches in thickness measured after compaction to the density
requirements in the plans or as directed by the RPR. Each layer shall be deposited all around the structure
to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as
directed by the RPR.
Backfill shall not be placed against any structure until approval is given by the RPR. In the case of
concrete, such approval shall not be given until tests made by the laboratory under supervision of the RPR
establish that the concrete has attained sufficient strength to provide a factor of safety against damage or
strain in withstanding any pressure created by the backfill or the methods used in placing it.
Where required, the RPR may direct the Contractor to add, at his own expense, sufficient water during
compaction to assure a complete consolidation of the backfill. The Contractor shall be responsible for all
damage or injury done to conduits, duct banks, structures, property or persons due to improper placing or
compacting of backfill.
115-3.8 Connection of duct banks. To relieve stress of joint between concrete-encased duct banks and
structure walls, reinforcement rods shall be placed in the structure wall and shall be formed and tied into
duct bank reinforcement at the time the duct bank is installed.
115-3.9 Grounding. A ground rod shall be installed in the floor of all concrete structures so that the top
of rod extends 6 inches above the floor. The ground rod shall be installed within one foot of a corner of
the concrete structure. Ground rods shall be installed prior to casting the bottom slab. Where the soil
condition does not permit driving the ground rod into the earth without damage to the ground rod, the
Contractor shall drill a 4-inch diameter hole into the earth to receive the ground rod. The hole around the
ground rod shall be filled throughout its length, below slab, with Portland cement grout. Ground rods
shall be installed in precast bottom slab of structures by drilling a hole through bottom slab and installing
the ground rod. Bottom slab penetration shall be sealed watertight with Portland cement grout around the
ground rod.
A grounding bus of 4/0 bare stranded copper shall be exothermically bonded to the ground rod and loop
the concrete structure walls. The ground bus shall be a minimum of one foot above the floor of the
structure and separate from other cables. No. 2 American wire gauge (AWG) bare copper pigtails shall
bond the grounding bus to all cable trays and other metal hardware within the concrete structure.
Connections to the grounding bus shall be exothermic. If an exothermic weld is not possible, connections
to the grounding bus shall be made by using connectors approved for direct burial in soil or concrete per
UL 467. Hardware connections may be mechanical, using a lug designed for that purpose.
115-3.10 Cleanup and repair. After erection of all galvanized items, damaged areas shall be repaired by
applying a liquid cold-galvanizing compound per MIL-P-21035. Surfaces shall be prepared and
compound applied per the manufacturer’s recommendations.
Prior to acceptance, the entire structure shall be cleaned of all dirt and debris.
115-3.11 Restoration. After the backfill is completed, the Contractor shall dispose of all surplus material,
dirt and rubbish from the site. The Contractor shall restore all disturbed areas equivalent to or better than
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 288 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-115 Electrical Manholes and Junction Structures 96
their original condition. All sodding, grading and restoration shall be considered incidental to the
respective Item L-115 pay item.
The Contractor shall grade around structures as required to provide positive drainage away from the
structure.
Areas with special surface treatment, such as roads, sidewalks, or other paved areas shall have backfill
compacted to match surrounding areas, and surfaces shall be repaired using materials comparable to
original materials.
Following restoration of all trenching near airport movement surfaces, the Contractor shall thoroughly
visually inspect the area for foreign object debris (FOD), and remove any such FOD that is found. This
FOD inspection and removal shall be considered incidental to the pay item of which it is a component
part.
After all work is completed, the Contractor shall remove all tools and other equipment, leaving the entire
site free, clear and in good condition.
115-3.12 Inspection. Prior to final approval, the electrical structures shall be thoroughly inspected for
conformance with the plans and this specification. Any indication of defects in materials or workmanship
shall be further investigated and corrected. The earth resistance to ground of each ground rod shall not
exceed 25 ohms. Each ground rod shall be tested using the fall-of-potential ground impedance test per
American National Standards Institute / Institute of Electrical and Electronic Engineers (ANSI/IEEE)
Standard 81. This test shall be performed prior to establishing connections to other ground electrodes.
115-3.13 Manhole elevation adjustments. The Contractor shall adjust the tops of existing manholes in
areas designated in the Contract Documents to the new elevations shown. The Contractor shall be
responsible for determining the exact height adjustment required to raise or lower the top of each manhole
to the new elevations. The existing top elevation of each manhole to be adjusted shall be determined in
the field and subtracted/added from the proposed top elevation.
The Contractor shall remove/extend the existing top section or ring and cover on the manhole structure or
manhole access. The Contractor shall install precast concrete sections or grade rings of the required
dimensions to adjust the manhole top to the new proposed elevation or shall cut the existing manhole
walls to shorten the existing structure, as required by final grades. The Contractor shall reinstall the
manhole top section or ring and cover on top and check the new top elevation.
The Contractor shall construct a concrete slab around the top of adjusted structures located in graded
areas that are not to be paved. The concrete slab shall conform to the dimensions shown on the plans.
115-3.14 Duct extension to existing ducts. Where existing concrete encased ducts are to be extended, the
duct extension shall be concrete encased plastic conduit. The fittings to connect the ducts together shall be
standard manufactured connectors designed and approved for the purpose. The duct extensions shall be
installed according to the concrete encased duct detail and as shown on the plans.
METHOD OF MEASUREMENT
115-4.1 Electrical manholes and junction structures for Solar Array power and communication shall not
be measured for payment. Handholes shall be included in the Lump Sum pay items SP-1-1.1 Vault Solar
Array and SP-1-1.2 Building D Solar Array.
BASIS OF PAYMENT
115-5.1 No separate payment will be made for handholes, in place by the Contractor and accepted by the
RPR. This item shall include furnishing all materials and for all preparation and installation of these
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 289 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-115 Electrical Manholes and Junction Structures 97
materials, and for all labor, equipment, tools, and incidentals, including ground rods and ground
connectors and trench marking tape, necessary to complete this item.
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications
are referred to within the text by the basic designation only.
American National Standards Institute / Insulated Cable Engineers Association (ANSI/ICEA)
ANSI/IEEE STD 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and
Earth Surface Potentials of a Ground System
Advisory Circular (AC)
AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport
Lighting Circuits
AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors
AC 150/5345-42 Specification for Airport Light Bases, Transformer Housings, Junction
Boxes, and Accessories
AC 150/5340-30 Design and Installation Details for Airport Visual Aids
AC 150/5345-53 Airport Lighting Equipment Certification Program
Commercial Item Description (CID)
A-A 59544 Cable and Wire, Electrical (Power, Fixed Installation)
ASTM International (ASTM)
ASTM A27 Standard Specification for Steel Castings, Carbon, for General
Application
ASTM A47 Standard Specification for Ferritic Malleable Iron Castings
ASTM A48 Standard Specification for Gray Iron Castings
ASTM A123 Standard Specification for Zinc (Hot Dip Galvanized) Coatings on Iron
and Steel Products
ASTM A283 Standard Specification for Low and Intermediate Tensile Strength
Carbon Steel Plates
ASTM A536 Standard Specification for Ductile Iron Castings
ASTM A615 Standard Specification for Deformed and Plain Carbon-Steel Bars for
Concrete Reinforcement
ASTM A897 Standard Specification for Austempered Ductile Iron Castings
ASTM C144 Standard Specification for Aggregate for Masonry Mortar
ASTM C150 Standard Specification for Portland Cement
ASTM C206 Standard Specification for Finishing Hydrated Lime
FAA Engineering Brief (EB)
EB #83 In Pavement Light Fixture Bolts
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 290 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item L-115 Electrical Manholes and Junction Structures 98
Mil Spec
MIL-P-21035 Paint High Zinc Dust Content, Galvanizing Repair
National Fire Protection Association (NFPA)
NFPA-70 National Electrical Code (NEC)
END OF ITEM L-115
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 291 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item SP-1 Solar Photovoltaic (PV) Systems for Airports 99
SP-1 – Solar Photovoltaic Systems
DESCRIPTION
SP-1-1.1 This item shall consist of furnishing, installing, testing and commissioning of photovoltaic (PV)
modules, inverters, monitoring system, conduits, wiring, distribution panelboard, handholes, disconnects,
and other details necessary for installation of complete ground mounted solar arrays at the locations
shown in the plans or as directed by the RPR.
Photovoltaic system as shown on drawings and as specified herein is based upon best available
information, with regard to characteristics of Basis of Design equipment specified. In the event changes
are necessary, in order to accommodate specific equipment furnished, necessary revisions will be made
with approval by the RPR.
EQUIPMENT AND MATERIALS
PROOF OF BUY AMERICAN NOTICE: All tier contractors and subcontractors shall provide proof of
Buy American compliance for all manufactured products in accordance with statutes established under
Title 49 U.S.C. Section 50101. The AIP Buy American preference does not recognize US trade
agreements such as NAFTA. If, upon submittal sufficient information to confirm compliance is not
included, the submittal will be returned with no action.
SP-1-2.1 General.
Storing and handling of photovoltaic components and accessories shall comply with manufacturer’s
requirements.
All electrical equipment shall be installed in conformance with applicable sections of NPFA 70 - National
Electrical Code, respective equipment manufacturer's directions, as detailed on drawings and as specified
herein. Any installations which void U.L. listing (or other third party listing) and/or manufacturer's
warranty of a device or equipment shall NOT be permitted.
SP-1-2.2 Acceptable Photovoltaic Panel Manufacturers.
a) Q-Cells Q-Peak DUO XL-GL10 480W (Basis of Design)
b) Approved Equivalent – BAA Compliant, Tier 1 PV Manufacturer and Tier 4 Reliable PV
Supplier
SP-1-2.3 Photovoltaic Panels and Arrays.
a) Equipment Ratings:
a. Maximum Rated Power (STC) Pmax: 480 watts
b. Operating Power Point Voltage Vmpp: 45.33 VDC
c. Maximum Power Point Current Impp: 10.59 A
d. Maximum Open Circuit Voltage Voc: 53.39 VDC
e. Maximum Short Circuit Current Isc: 11.12 A
f. Module Efficiency: 20.7%
b) Operating Environment Conditions:
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 292 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item SP-1 Solar Photovoltaic (PV) Systems for Airports 100
a. Operating Temperature: -40 to 85℃
b. Wet location listed
c) Cell Material: Silicon-based solar cell construction with UV stabilized polymer. Provide with
bypass diode technology for partial shading operations.
d) Panel Construction: Anodized aluminum frame with ground point and tempered glass cover.
e) Dimensions: 41.1” wide x 1.38” x 87.2” long.
a. Maximum Weight: 64.2 lbs
f) Panel Connections and Terminations:
a. Provide manufacturer’s wiring and quick-connect terminations for series creation of
module-strings installation of panels.
b. Provide manufacturer wiring to combiner boxes for parallel grouping of module-strings.
c. All exterior wire and terminations shall be listed sunlight resistant.
SP-1-2.4 Combiner/Disconnect.
a) Combination of combiner box and solar array disconnect in a single enclosure.
b) Load break switch rated 600 VDC maximum with lockout provisions.
c) Fuse holders rated 30 amp maximum. Terminal blocks for each PV string.
d) Enclosure: NEMA 4X.
SP-1-2.5 Photovoltaic Inverters.
a) Acceptable Inverter Manufacturers: Manufacturer and model must have been tested and be
compatible with photovoltaic panel model. Model capacities may change number of inverters
required and shall be agreed to during submittals.
a. Yaskawa Solectria PVI-25TL-208 (Basis of Design)
b. Approved Equivalent – Compliance: Buy American, UL1741, UL1741 SA, IEEE 1547 &
IEEE1547.1
b) Equipment Ratings:
a. AC Output Power Rating for Each Inverter: 25,000 watt
b. Output Voltage: 120/208, 3 phase
c. Power Factor: 1.0
d. Minimum CEC Efficiency: 97.0%
e. DC Voltage Input Range: 200 to 950 VDC
f. Maximum AC Output Current per Inverter: 69.5 amps
g. Maximum DC Input Current: 135 amps
h. Total Harmonic Distortion: Less than 10%
i. DC Voltage Ripple: Less than 5%
j. Enclosure: NEMA 4X
c) Operating Environment Condition:
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 293 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item SP-1 Solar Photovoltaic (PV) Systems for Airports 101
a. Maximum ambient temperature: 140°F
b. Wet location listed
d) Inverter Technology: Full DC/AC rectification, real sine-wave output with high frequency pulse
width modulation PWM.
e) Internal Protection: Inverter shall measure utility voltage, current, and impedance. Loss of utility
power shall cause inverter to shut down and disconnect its output to the AC bus and input from
the DC bus. Inverter shall automatically reconnect to AC output bus and DC input bus upon
return of utility source.
f) The inverter shall be constructed to not allow back feeding from the electrical utility to the
photovoltaic panels or DC input bus.
g) The inverter shall have integral AC and DC disconnects.
h) The inverters shall be cooled via a forced air cooling fan.
i) Inverters shall be provided with Ethernet connection for metering and recording system outputs.
Provide communication gateway device(s) as required to connect inverter system to the Owner’s
LAN or network router.
SP-1-2.6 Metering and Report.
a) Acceptable Monitoring System Manufacturers: Manufacturer and model must have been tested
and be compatible with inverters and provide functions as shown on the plans.
a. AlsoEnergy Monitoring System (Basis of Design)
b. Approved Equivalent
b) Personal Computer Software: Provide manufacturer’s software or web portal for metering and
reporting on personal computer. The Electrical Contractor shall install and provide provision for
custom initialization of the photovoltaic system software package.
c) Display and Recorded Data:
a. The following data shall be provided for each photovoltaic inverter and updated every 10
seconds:
i. Power
ii. kWh today
iii. Total kWh
iv. Date
v. Time
b. The following data shall be provided for the entire photovoltaic system:
i. Power
ii. kWh today
iii. Total kWh
iv. Date
v. Time
vi. kWh to utility today
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 294 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item SP-1 Solar Photovoltaic (PV) Systems for Airports 102
vii. Total kWh to utility
c. The above information shall be recorded, logged, and compiled by the personal computer
software or web portal for production and performance evaluation purposes.
d. Provide data reporting and recording of all manufacturers’ standard reporting functions
and data acquisition reporting.
e. Provide network switch and patch panels as required for single mode fiber optic cable
and connections to the Airport network for internet service to the monitoring system.
f. Monitoring and metering for public displays, web pages, and in-facility displays. System
shall include 3-phase metering, gateway, and internet capabilities. Display screen shall
include:
i. Energy meters of generation and usage
ii. 15-minute energy demand
iii. Historical graphs of daily, three-day, weekly, monthly, and annual
iv. Weather module displaying irradiance, temperature and wind speed and National
government weather feed
v. Equivalencies options including gasoline, light bulbs trees, and tons of CO2
vi. Customizable options and pages
g. Display equipment: Flat panel PC.
h. Central inverter communications and monitoring for performance, trouble, and
diagnostics. Input and output voltages, amperages, and power and fault alarms shall
communicate to the gateway and designated users.
SP-1-2.7 Array Mounting.
a) Basis of design is given so integrator can provide design and installation of an equivalent system
that is compatible with the provided modules and structure. Subject to compliance with
requirements, provide the named product or a comparable product by one of the following:
a. Unirac (Basis of Design)
b. Approved Equivalent
b) Mounting system requirements:
The racking system shall be standard fixed mount racking system for ground mounted arrays with
30 degrees tilt for maximum energy production. The racking system shall be installed on piles
driven into the ground to the depth specified by the manufacturer based on the geotechnical
analysis. The structural design shall be submitted and sealed by a Professional Structural
Engineer for the Engineer to review and approve. The structural design shall meet or exceed the
following design criteria per ASCE 7-16(*):
Design Wind Speed (3 sec – MPH) = 11
Ground Snow Load (PSF) = 48
Ice Thickness (Inches) = 1.23
Siesmic Ss = 0.12
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 295 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item SP-1 Solar Photovoltaic (PV) Systems for Airports 103
Siesmic S1 = 0.068
Soil Site Class = D
Wind Exposure Category = C
Risk Category = II
(*) Design wind pressures per ASCE 7-16, Section 27.3.2, “Wind load on open building
with monoslope pitched or troughed roofs”, and Section 30.7.2, “Components and
cladding for monoslope, pitched or troughed roofs”.
c) Provide complete solar array mounting system including rails, splices, fasteners, legs, clamps,
standoffs, feet, grounding and anchors. Each array shall be grounded with minimum one ground
rod.
SP-1-2.8 Surge Protection.
a) Surge protection shall be provided on both the DC and the AC side of the solar system. The DC
surge protection devices (SPDs) shall be installed in the DC distribution box adjacent to the solar
grid inverter.
b) The AC SPDs shall be installed in the AC distribution box adjacent to the solar grid inverter. The
SPDs earthing terminal shall be connected to earth through the above-mentioned dedicated
earthing system.
SP-1-2.9 Grounding and Lightning Protection.
a) Each array structure of the PV yard should be grounded/ earthed properly. In addition, the
lighting arrester/masts should also be earthed inside the array field. Earth Resistance shall be
tested in presence of the Owner’s representative and when required after earthing by calibrated
earth tester.
b) Earth resistance shall not be more than 5 ohms. It shall be ensured that all the earthing points are
bonded together to make them at the same potential.
SP-1-2.10 Concrete. Concrete shall be proportioned, placed, and cured per Item P-610, Concrete for
Miscellaneous Structures.
SP-1-2.11 Warranty.
a) Photovoltaic Panels and Array: Equipment shall maintain minimum 80% of the manufacturer-
published wattage output rating for 20 years. Provide 25-year warranty for power production.
Provide 5-year workmanship warranty.
b) Photovoltaic Inverter: Provide 20-year warranty of equipment and installation.
c) Mounting: Provide 25-year warranty of structural mounting of Panels and Inverters.
d) Include coverage for travel, parts, and service.
SP-1-2.12 Submittals. Submit product data per the following:
a) Photovoltaic Panels: Include unit dimensions, weight, material construction, wattage, voltage,
current, open circuit voltage, short circuit current, installation and maintenance information, and
manufacturer voltage correction factor in information.
b) Photovoltaic Inverter: Include unit dimensions, weight, installation and maintenance information.
Also include the following:
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 296 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item SP-1 Solar Photovoltaic (PV) Systems for Airports 104
a. Input: DC voltage range, max current input.
b. Output: AC voltage range, total harmonic distortion, power factor, efficiency, maximum
current output.
c. General: Power consumption, enclosure type, compliance with references.
d. Environment: Ambient temperature rating, cooling requirements.
c) Array Mounting Frame:
a. Calculations, drawings and installation details shall be designed and sealed by a
Structural Engineer licensed in the State of Iowa experienced in solar mounting frame
design and installation.
b. Design of support shall be performed for loading indicated in structural general notes.
c. Coordination drawing drawn to scale and coordinating the photovoltaic array with other
systems and equipment in the vicinity for use in the development and layout of the
mounting frame.
d. Clear indication of design forces and maximum potential component forces at attachment
points to building structure for confirmation of acceptability by the Structural Engineer of
Record.
e. Plan drawings and details shall be crossed-referenced. Details provided are to clearly
indicate attachment to structure, correctly representing the fastening requirements.
d) Provide a list of certified installers with proof of certification.
e) Provide calculation of expected annual total kilowatt hours for proposed equipment and
installation.
CONSTRUCTION METHODS
SP-1-3.1 Unclassified excavation. It is the Contractor’s responsibility to locate existing utilities within
the work area prior to excavation. Damage to utility lines, through lack of care in excavating, shall be
repaired or replaced to the satisfaction of the RPR without additional expense to the Owner.
The Contractor shall perform excavation for structures and structure footings to the lines and grades or
elevations shown on the plans or as staked by the RPR. The excavation shall be of sufficient size to
permit the placing of the full width and length of the structure or structure footings shown.
All excavation shall be unclassified and shall be considered incidental to Item SP-1. Dewatering
necessary for structure installation and erosion per federal, state, and local requirements is incidental to
Item SP-1.
Boulders, logs and all other objectionable material encountered in excavation shall be removed. All rock
and other hard foundation material shall be cleaned of all loose material and cut to a firm surface either
level, stepped or serrated, as directed by the RPR. All seams, crevices, disintegrated rock and thin strata
shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to
disturb the bottom of the excavation. Excavation to final grade shall not be made until just before the
concrete or reinforcing is to be placed.
The Contractor shall provide all bracing, sheeting and shoring necessary to implement and protect the
excavation and the structure as required for safety or conformance to governing laws. The cost of bracing,
sheeting and shoring shall be included in the unit price bid for the structure.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 297 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item SP-1 Solar Photovoltaic (PV) Systems for Airports 105
Unless otherwise provided, bracing, sheeting and shoring involved in the construction of this item shall be
removed by the Contractor after the completion of the structure. Removal shall be effected in a manner
that will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid
for the structure.
After each excavation is completed, the Contractor shall notify the RPR. Structures shall be placed after
the RPR has approved the depth of the excavation and the suitability of the foundation material.
Prior to installation the Contractor shall provide a minimum of 6 inches of sand or a material approved by
the RPR as a suitable base to receive the structure. The base material shall be compacted and graded level
and at proper elevation to receive the structure in proper relation to the conduit grade or ground cover
requirements, as indicated on the plans.
SP-1-3.2 Concrete structures. Concrete structures shall be built on prepared foundations conforming to
the dimensions and form indicated on the plans. The concrete and construction methods shall conform to
the requirements specified in Item P-610. Any reinforcement required shall be placed as indicated on the
plans and shall be approved by the RPR before the concrete is placed.
SP-1-3.3 Installation.
a) The photovoltaic panels and arrays shall be configured in an open circuit, short circuit, or
provided with an opaque covering to disable the array from producing electrical power during
installation. Refer to the manufacturer’s information for additional disabling requirements during
installation.
b) Install fuses in all fuse holders and disconnects. Provide a label on the inside of each disconnect
identifying the size, type, and model of each fuse installed.
c) Provide provisions to seal all exterior penetrations.
d) Wire and Cable Schedule:
a. These requirements are in addition to the requirements of Item L-108.
b. DC Distribution System:
i. Exterior: Photovoltaic panel manufacturer-supplied cabling with quick connects.
ii. Interior: Copper, stranded conductor, 600 volt insulation, THHN/THWN.
iii. Underground or Wet Locations: Copper, stranded conductor 600 volt insulation
XLP-USE.
iv. Conductors shall be color coded as follows:
1. PV-: Black
2. PV+: Red
3. Ground Bond: Green
c. AC Distribution System
i. Use no wire smaller than 10 AW for 600 VDC wiring of the photovoltaic system.
ii. Use 8 AWG for 600 VDC wiring of photovoltaic systems with distances between
the photovoltaic panel and photovoltaic inverter greater than 100 feet.
d. Interconnect photovoltaic inverters and/or communications gateway to each other and to
the facility’s local area network patch panel using Category 6 cable or other cable as
directed by the inverter manufacturer.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 298 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item SP-1 Solar Photovoltaic (PV) Systems for Airports 106
e. Provide provisions for programming and initializing the system metering and reporting
software per the Owner’s requirements. The Contractor shall organize a meeting with the
Owner to finalize the programming and user interfaces of the program software.
f. Install equipment per the manufacturer’s recommendations.
SP-1-3.4 Labeling.
a) Label all photovoltaic system equipment as required by code.
b) Label ground fault indicators:
“IN THE EVENT OF A GROUND FAULT INDICATION – THE NORMALLY GROUNDED
CONDUCTORS MAY BE ENERGIZED AND UNDERGROUNDED”
c) Label all AC-alternating current and DC-direct current disconnects of the photovoltaic power
system:
“---PHOTOVOLTAIC SYSTEM DISCONNECT---WARNING. ELECTRIC SHOCK
HAZARD. DO NOT TOUCH TERMINALS. TERMINALS ON BOTH THE LINE AND
LOAD SIDES MAY BE ENERGIZED IN THE OPEN POSITION”
d) The AC disconnecting means for each photovoltaic inverter shall be labeled with the following:
a. Operating Current:
b. Operating Voltage:
c. Maximum System Voltage:
e) Short Circuit Current: The interactive system point of interconnection shall be labeled at the
disconnecting means with the following:
a. Maximum AC Output Operating Current:
b. Operating AC Voltage:
f) The solar disconnects for Airfield Lighting Vault and Building D shall be clearly labeled to
identify there is a photovoltaic system interconnection. The location of the interactive system
disconnect shall be identified with a plaque reading: “WARNING – PHOTOVOLTAIC
SYSTEM DISCONNECT”.
SP-1-3.5 Field Quality Control.
a) Perform field inspection and testing shall comply in every respect with requirements of National
Electrical Code (NEC), National Board of Fire Underwriters, and any state and local
requirements, laws and ordinances as may be applicable.
b) Check for damage and tight connections prior to allowing the photovoltaic panels to begin power
generation.
c) Check for damage and proper operation of the photovoltaic inverters.
d) Verify operation of the metering and reporting system components. Adjust and update the
graphical user interface for project specific conditions.
SP-1-3.6 System Commissioning.
a) Notify Owner’s representative seven days prior to beginning final witness testing of the
photovoltaic system.
a. The Electrical Contractor shall fully test the complete photovoltaic system prior to
notifying the Owner’s representative for final witness testing.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 299 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item SP-1 Solar Photovoltaic (PV) Systems for Airports 107
b) Test, measure, and record the following system values:
a. Date:
b. Time of Test:
c. Testers:
d. Sun overcast conditions (full sun) (scattered clouds) (full cloud coverage).
e. Inverter:
i. DC input current:
ii. DC input voltage:
iii. AC output current:
iv. AC output voltage:
v. Output power:
c) Performance Test of Interactive Inverter System:
a. Verify proper operation of the photovoltaic system. Verify the photovoltaic system is
producing power and delivering it to the building electrical distribution system.
b. Simulate power outage of electrical utility by switching the main electrical service
disconnect from “closed” to “open”.
c. Verify that each individual photovoltaic inverter has stopped producing electrical energy
and has disconnected itself from the photovoltaic panels and building electrical
distribution system.
d. Simulate return of utility electrical power by switching the main electrical service
disconnect from “open” to “closed”.
e. Verify each photovoltaic inverter has reconnected to the photovoltaic panels and building
electrical distribution system. Verify power delivery from the photovoltaic inverters to
the building electrical distribution system.
f. Document any test failure, including reason for failure and corrective actions. Retest the
photovoltaic system to complete satisfactory operation.
SP-1-3.7 Backfilling. After a structure foundation has been completed, the area around it shall be
backfilled in horizontal layers not to exceed 6 inches in thickness measured after compaction to the
density requirements as noted in the plan details. Each layer shall be deposited all around the structure
foundation to approximately the same elevation. The top of the fill shall meet the elevation shown on the
plans or as directed by the RPR.
Backfill shall not be placed against any structure foundation until approval is given by the RPR. In the
case of concrete, such approval shall not be given until tests made by the laboratory under supervision of
the RPR establish that the concrete has attained sufficient strength to provide a factor of safety against
damage or strain in withstanding any pressure created by the backfill or the methods used in placing it.
Where required, the RPR may direct the Contractor to add, at his own expense, sufficient water during
compaction to assure a complete consolidation of the backfill. The Contractor shall be responsible for all
damage or injury done to conduits, duct banks, structures, property or persons due to improper placing or
compacting of backfill.
SP-1-3.8 Restoration. After the backfill is completed, the Contractor shall dispose of all surplus material,
dirt and rubbish from the site. The Contractor shall restore all disturbed areas equivalent to or better than
their original condition. All seeding, grading and restoration shall be considered incidental to the
respective Item SP-1 pay item.
The Contractor shall grade around structures as required to provide positive drainage away from the
structure.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 300 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item SP-1 Solar Photovoltaic (PV) Systems for Airports 108
Areas with special surface treatment, such as roads, sidewalks, or other paved areas shall have backfill
compacted to match surrounding areas, and surfaces shall be repaired using materials comparable to
original materials.
Following restoration of all trenching near airport movement surfaces, the Contractor shall thoroughly
visually inspect the area for foreign object debris (FOD), and remove any such FOD that is found. This
FOD inspection and removal shall be considered incidental to the pay item of which it is a component
part.
After all work is completed, the Contractor shall remove all tools and other equipment, leaving the entire
site free, clear and in good condition.
SP-1-3.9 Owner Training.
a) Provide complete overview of the photovoltaic system to the Owner including:
a. System overview
b. System operation
c. Manufacturer maintenance instructions
d. System component locations
e. Operation of the metering and reporting components and software
b) Minimum Training Time:
a. Eight hours include four hours system components and four hours computer software
operation.
QUALITY ASSURANCE
SP-1-4.1 Manufacturer. Company specializing in photovoltaic panel or inverter systems with five years
documented experience.
SP-1-4.2 Installer. Equipment installer shall be NABCET certified or be certified by photovoltaic
inverter and panel manufacturers.
SP-1-4.3 Operate, commission, and demonstrate thirty (30) days of complete photovoltaic system
operation prior to turnover to the Owner.
METHOD OF MEASUREMENT
SP-1-5.1 The Lump Sum quantity of solar system to be paid for under this item shall consist of all
equipment installed, connected and accepted system ready for operation as a complete ground mounted
solar array for Airfield Lighting Vault and Building D. This item shall include but not limited to ground
mounted solar array, handholes, racking system, inverters, power panelboard, monitoring system,
grounding system, interconnections and all cable/conduit as shown in the plans and specified herein.
BASIS OF PAYMENT
SP-1-6.1 Payment will be made at the contract unit price for each completed and accepted solar array as
complete systems, accepted and ready for operation. This price shall be full compensation for furnishing
all materials and for all preparation, assembly, and installation of these materials, and for all labor,
equipment, tools, and incidentals necessary to complete the item.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 301 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Item SP-1 Solar Photovoltaic (PV) Systems for Airports 109
Payment will be made under:
ITEM SP-1-1.1 VAULT SOLAR ARRAY – PER LUMP SUM
ITEM SP-1-1.2 BUILDING D SOLAR ARRAY – PER LUMP SUM
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications
are referred to within the text by the basic designation only.
American National Standards Institute (ANSI)
ANSI C62.41 IEEE Recommend Practice for Surge Voltages in Low-Voltage AC
Power Circuits
Institute of Electrical and Electronics Engineers (IEEE)
IEEE-519 Recommended Practices and Requirements for Harmonic Control in
Electrical Power Systems
IEEE-929 Recommended Practices for Utility Interface of Photovoltaic Systems
IEEE-1547 Standard for Interconnecting Distributed Resources with Electronic
Power Systems
IEEE-1547.1 Standard for Conformance Test Procedures for Equipment
Interconnecting Distributed Resources with Electric Power Systems
National Electrical Code (NEC)
NEC-690 Solar Photovoltaic (PV) Systems
Underwriters Laboratories (UL)
UL Standard 1703 Standard for Flat-Plate Photovoltaic Modules and Panels
UL Standard 1741 Standard for Inverters, Converters, Controllers and Interconnection
System Equipment for Use with Distributed Energy Resources
UL Standard 1998 Standard for Software in Programmable Components
END OF ITEM SP-1
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 302 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Appendix A – Construction Safety Phasing Plans (CSPP) 110
Appendix A
Construction Safety Phasing Plans (CSPP)
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 303 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Appendix A – Construction Safety Phasing Plans (CSPP) 111
GENERAL
1. THE CONTRACTOR AND ALL SUBCONTRACTORS SHALL FOLLOW THE
REQUIREMENTS OF THE AIRPORT'S APPROVED CONSTRUCTION SAFETY AND
PHASING PLAN (CSPP), FAA AC 150/5370-2(LATEST EDITION), AND ALL AIRPORT
SAFETY AND SECURITY REQUIREMENTS.
2. PRIOR TO THE START OF CONSTRUCTION THE CONTRACTOR SHALL SUBMIT
TO THE AIRPORT FOR APPROVAL A SAFETY PLAN COMPLIANCE DOCUMENT
(SPCD) IN ACCORDANCE WITH FAA AC 150/5370-2(LATEST EDITION). NO
CONSTRUCTION ACTIVITY SHALL BEGIN UNTIL THE AIRPORT HAS APPROVED
THE SPCD.
3. THE CSPP COVERS OPERATIONAL SAFETY. THE CONTRACTOR SHALL BE
RESPONSIBLE FOR THE INDIVIDUAL SAFETY OF HIS/HER PERSONNEL AND
MEETING SAFETY REQUIREMENTS.
4. A MINIMUM OF 10 DAYS PRIOR TO THE PRECONSTRUCTION MEETING THE
CONTRACTOR SHALL PROVIDE A LIST OF SUBCONTRACTORS AND MATERIAL
SUPPLIERS.
5. A MINIMUM OF 10 DAYS PRIOR TO THE NOTICE TO PROCEED THE
CONTRACTOR SHALL SUBMIT THE SPCD FOR APPROVAL.
6. PRIOR TO THE START OF CONSTRUCTION THE CONTRACTOR SHALL SIGN THE
SWPPP CERTIFICATION STATEMENT, AS REQUIRED.
7. THE SUGGESTED SEQUENCE OF CONSTRUCTION SHOWN IS INTENDED TO
ALLOW FOR THE ORDERLY CONSTRUCTION OF THE NEW IMPROVEMENTS
WHILE MAINTAINING AIRCRAFT ACCESS AT ALL TIMES. THE PHASING SHOWN
IS A SUGGESTED SEQUENCE OF CONSTRUCTION ONLY. THIS SEQUENCE MAY
BE MODIFIED WITH THE APPROVAL OF THE RESIDENT ENGINEER. HOWEVER,
ALTERNATE STAGING PLANS MUST MAINTAIN AIRPORT OPERATIONS TO THE
SATISFACTION OF THE AIRPORT.
8. ALL EXISTING TAXIWAY AND RUNWAY AIRFIELD LIGHTING CIRCUITS, FAA
CABLES AND OTHER AIRPORT ELECTRICAL CABLES SHALL REMAIN IN
SERVICE. ALL TEMPORARY CABLING AND SPLICING NECESSARY TO KEEP THE
CIRCUITS IN OPERATION SHALL BE CONSIDERED INCIDENTAL TO THE
CONTRACT.
9. ALL EXISTING FENCE LINES SHALL BE MAINTAINED AND SHALL SERVE AS
CONSTRUCTION BARRIER AROUND THE PERIMETER OF THE PROJECT. ALL
EXISTING GATES SHALL BE MAINTAINED, CLOSED AND LOCKED AS DIRECTED
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 304 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Appendix A – Construction Safety Phasing Plans (CSPP) 112
BY THE AIRPORT. SHOULD THE CONTRACTOR CHOOSE TO KEEP A GATE OPEN
FOR CONSTRUCTION OPERATIONS, A COMPETENT SECURITY GUARD SHALL
MONITOR THE OPEN GATE. ANY COST SHALL NOT BE PAID FOR SEPARATELY,
BUT WILL BE CONSIDERED INCIDENTAL TO THE CONTRACT.
10. THE CONTRACTOR SHALL BE REQUIRED TO PROVIDE DUST CONTROL AT ALL
TIMES DURING THE PROJECT DURATION. A WATER TRUCK SHALL BE
REQUIRED TO BE ONSITE DURING ALL CONSTRUCTION OPERATION WORKING
HOURS, UNLESS WAIVED BY THE AIRPORT. PAYMENT FOR DUST CONTROL
SHALL BE CONSIDERED INCIDENTAL TO THE CONTRACT.
11. PAYMENT FOR ALL AIRSIDE AND ROADWAY TRAFFIC CONTROL INCLUDING BUT
NOT LIMITED TO, TEMPORARY CONSTRUCTION FENCING, BARRICADES,
SIGNING, AIR OPERATIONS AREA (A.O.A) LATH AND RIBBON, ETC. SHALL BE
CONSIDERED INCIDENTAL TO THE CONTRACT.
12. ALL CONTRACTOR COSTS ASSOCIATED WITH THE REQUIREMENTS LISTED ON
THIS SHEET SHALL BE CONSIDERED INCIDENTAL TO THE CONTRACT UNLESS A
SPECIFIC PAY ITEM IS PROVIDED.
1. COORDINATION
1. PRIOR TO THE START OF CONSTRUCTION THE CONTRACTOR SHALL ATTEND A
PRECONSTRUCTION CONFERENCE WITH THE AIRPORT, RESIDENT ENGINEER,
AND THE CENTRAL REGION FAA. THE COST OF PREPARING FOR AND
ATTENDING THE PRECONSTRUCTION CONFERENCE SHALL BE INCIDENTAL TO
THE CONTRACT.
2. ON OR BEFORE THE PRECONSTRUCTION CONFERENCE, THE CONTRACTOR
SHALL SUBMIT A PROPOSED SCHEDULE FOR THE PROJECT. THE SCHEDULE
SHALL INCLUDE A START AND COMPLETION DATE FOR EACH ITEM OF WORK.
THE SCHEDULE SHALL BE UPDATED ON A WEEKLY BASIS. ALL COSTS
ASSOCIATED WITH THE SCHEDULE SHALL BE INCIDENTAL TO THE CONTRACT.
3. THE CONTRACTOR SHALL BE REQUIRED TO ESTABLISH A COORDINATION
PLAN WITH THE AIRPORT OR THEIR DESIGNATED REPRESENTATIVE,
REGARDING DE-ENERGIZING AND ENERGIZING OF THE AIRFIELD CIRCUITS
IMPACTED BY CONSTRUCTION ACTIVITY.
4. CONTRACTOR SHALL PLAN THIER WORK SO AS NOT TO INTERFERE OR
HINDER THE PROGRESS, WORK OR HAUL ROAD ACCESS OF OTHER
CONTRACTORS (SEE STANDARD SPECIFICATIONS FOR CONSTRUCTION OF
AIRPORT AND SPECIAL PROVISIONS SECTION 50-05) THE PRIME CONTRACTOR
WILL BE RESPONSIBLE TO COORDINATE CONSTRUCTION ACTIVITIES AND
ACCESS BETWEEN ALL ON-SITE CONTRACTORS SUBCONTRACTORS.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 305 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Appendix A – Construction Safety Phasing Plans (CSPP) 113
2. PHASING
1. TOTAL BASE BID CONTRACT TIME SHALL BE 40 CALENDAR DAYS.
2. PHASING SHALL BE AS SHOWN ON THE CONSTRUCTION SAFETY AND PHASING
PLAN SHEET.
3. AREAS AND OPERATIONS AFFECTED BY CONSTRUCTION
1. ALL RUNWAYS, TAXIWAYS AND APRONS SHALL BE KEPT OPEN TO AIRCRAFT
TRAFFIC DURING CONSTRUCTION EXCEPT AS NOTED ON THE CONSTRUCTION
SAFETY AND PHASING PLAN SHEET.
2. WHEN CONFLICTS ARISE BETWEEN CONSTRUCTION ACTIVITIES AND AIRCRAFT
OPERATIONS AND SAFETY, AIRCRAFT OPERATIONS AND SAFETY SHALL TAKE
PRECEDENCE AND SHALL GOVERN. FINAL AUTHORITY IN THE APPROVAL OF
CONSTRUCTION SEQUENCING LIES WITH THE AIRPORT.
3. AIRCRAFT OPERATIONS HAVE THE RIGHT-OF-WAY ON THE AIRFIELD. ALL
CONSTRUCTION TRAFFIC SHALL IMMEDIATELY YIELD TO ONCOMING AIRCRAFT
AT ALL TIMES.
4. SHOULD IT BE NECESSARY FOR THE CONTRACTOR TO TEMPORARY
RELOCATE EQUIPMENT AT ANY TIME TO ALLOW AN AIRCRAFT TO PASS, THE
CONTRACTOR SHALL DO SO IMMEDIATELY AT NO EXTRA COST TO THE
OWNER.
4. PROTECTION OF NAVIGATION AIDS (NAVAIDS)
1. THE CONTRACTOR SHALL REMAIN CLEAR OF THE ILS CRITICAL AREAS AND
OTHER NAVAIDS FACILITIES AT ALL TIMES.
5. CONTRACTOR ACCESS
1. CONTRACTOR ACCESS SHALL BE AS NOTED BELOW AND AS SHOWN ON THE
SITE PLAN AND THE CONSTRUCTION SAFETY AND PHASING PLAN SHEETS.
2. ALL CONSTRUCTION EQUIPMENT SHALL BE FLAGGED AND/OR LIGHTED IN
ACCORDANCE WITH FAA ADVISORY CIRCULAR 150/5370-2(LATEST EDITION)
AND 150/5210-5(LATEST EDITION) AT ALL TIMES WHILE OPERATING ON
AIRPORT PROPERTY. THE MAXIMUM EQUIPMENT HEIGHT IS 25'.
3. THE CONTRACTOR IS TO ACCESS THE SITE USING THE EXISTING GATE
SHOWN. THE ENTRANCE SHALL BE SIGNED ACCORDINGLY AS TO ALLOW ONLY
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 306 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Appendix A – Construction Safety Phasing Plans (CSPP) 114
CONSTRUCTION VEHICLES ACCESS AND WILL ONLY BE ACCESSIBLE DURING
THE CONTRACTOR'S SCHEDULED WORK DAY. ALL SIGNAGE SHALL CONFORM
TO THE CITY OF IOWA CITY AND IOWA DOT CONSTRUCTION STANDARDS FOR
VEHICLES ENTERING AND LEAVING THE SITE.
4. SUPERVISORY PERSONNEL SHALL DEMONSTRATE IN THE PRESENCE OF THE
AIRPORT MANAGER THAT THEY ARE FAMILIAR WITH AIRPORT RADIO AND
AIRPORT DRIVING PROCEDURES IN ORDER TO PERFORM WORK. OTHER
CONSTRUCTION PERSONNEL CAN BE WITHIN THE AIRFIELD LIMITS PROVIDED
THAT THEY ARE UNDER ESCORT AND IN THE PRESENCE OF AN AUTHORIZED
SUPERVISOR. KNOWLEDGE OF THE AIRPORTS PROCEDURE'S BY THE
SUPERVISORY PERSONNEL MUST BE DEMONSTRATED PRIOR TO THE START
OF CONSTRUCTION.
5. THE CONTRACTOR'S STORAGE AND STAGING AREA WILL BE AS SHOWN ON
THE SITE PLAN AND CONSTRUCTION SAFETY AND PHASING PLAN SHEETS.
6. THE CONTRACTOR SHALL KEEP A RECORD OF THE NAMES OF ALL EMPLOYEES
ENTERING THE JOB SITE ON A DAILY BASIS. A RECORD OF EACH
SUBCONTRACTOR ENTERING THE JOB SITE SHALL ALSO BE KEPT BY THE
CONTRACTOR.
7. THE CONTRACTOR'S MATERIAL AND EQUIPMENT, WHEN NOT IN USE, SHALL BE
STORED IN THE CONTRACTOR'S STAGING AREA. ALL DELIVERIES, EQUIPMENT
REFUELING, EQUIPMENT MAINTENANCE AND EQUIPMENT TRANSFER SHALL
TAKE PLACE WITHIN THE CONTRACTOR'S STAGING AREA. PARKED EQUIPMENT
AND MATERIAL STOCKPILES SHALL NOT EXCEED 25 FEET IN HEIGHT.
8. ALL CONSTRUCTION TRAFFIC OPERATING ON, OR CROSSING RUNWAYS,
TAXIWAYS AND APRONS OPEN TO AIRCRAFT TRAFFIC SHALL BE UNDER
CONTROL BY A FLAGMAN OR ESCORT IN RADIO CONTACT WITH THE UNICOM
AIR TRAFFIC FREQUENCY. THE CONTRACTOR SHALL PROVIDE HIS OWN
FLAGMEN.
9. ALL PAVEMENTS, DRIVES OR ANY OTHER AREAS UTILIZED BY THE
CONTRACTOR FOR HAUL ROADS, STORAGE AREAS AND/OR STAGING AREAS
SHALL BE MAINTAINED AND REPAIRED TO THE SAME CONDITION OR BETTER
THAN THEY WERE PRIOR TO BEGINNING CONSTRUCTION. NO ADDITIONAL
COMPENSATION WILL BE MADE TO THE CONTRACTOR FOR THIS WORK.
10. ALL VEHICLE AND EQUIPMENT OPERATORS UTILIZED BY THE CONTRACTOR
SHALL BE PROPERLY TRAINED BY THE CONTRACTOR TO FULLY UNDERSTAND
AND COMPLY WITH THE CONSTRUCTION SAFETY PHASING PLAN (CSPP) AND
SAFETY PLAN COMPLIANCE DOCUMENT (SPCD).
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 307 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Appendix A – Construction Safety Phasing Plans (CSPP) 115
6. WILDLIFE MANAGEMENT
1. THE CONTRACTOR SHALL DISPOSE OF ALL TRASH INCLUDING FOOD SCRAPS
IN APPROVED CONTRACTOR PROVIDED CONTAINERS. TRASH SHALL BE
REMOVED FROM THE CONSTRUCTION SITE DAILY AND STORED IN A TRASH BIN
PROVIDED BY THE CONTRACTOR. A TRASH BIN SHALL BE LOCATED INSIDE THE
STAGING AREA AND SHOULD BE EMPTIED ON A WEEKLY BASIS AS A MINIMUM
REQUIREMENT. SHOULD THIS PRACTICE PROVE TO BE INADEQUATE, THE
CONTRACTOR WILL BE ASKED TO INCREASE THE FREQUENCY OF TRASH
REMOVAL.
2. THE CONTRACTOR IS RESPONSIBLE FOR MAINTAINING THE STAGING,
PARKING, AND WORK AREAS FREE FROM TALL STANDS OF GRASS. GRASS IN
THESE AREAS SHALL NOT BE OVER 14 INCHES IN HEIGHT. WHEN 14-INCH
GRASS HEIGHT IS ACHIEVED THE CONTRACTOR SHALL MOW THE STAGING,
PARKING, AND WORK AREAS TO NO LOWER THAN 7 INCHES.
3. IN THE EVENT OF A WILDLIFE ENCOUNTER WITHIN THE AOA, THE
CONTRACTOR SHALL IMMEDIATELY CONTACT THE AIRPORT MANAGER OR
DESIGNATED REPRESENTATIVE. CONTRACTOR ACCESS GATES SHALL REMAIN
CLOSED WHEN THE CONTRACTOR IS NOT WORKING.
7. FOREIGN OBJECT DEBRIS (FOD) MANAGEMENT
1. THE CONTRACTOR SHALL PICK UP ANY FOREIGN OBJECT DEBRIS (FOD) SEEN
ON THE AIRFIELD PAVEMENTS.
2. THE CONTRACTOR SHALL SECURE ALL LOOSE ITEMS FROM VEHICLES PRIOR
TO DRIVING ON AIRFIELD PAVEMENTS.
3. SHOULD ANY CONTRUCTION RELATED DEBRIS BE FOUND ON EXISTING
PAVEMENTS, THIS DEBRIS SHALL BE REMOVED IMMEDIATELY WITH A PICK UP
SWEEPER. A PICK UP SWEEPER SHALL BE REQUIRED TO BE ON SITE AND
OPERATE DURING ALL CONSTRUCTION OPERATION WORKING HOURS.
8. HAZARDOUS MATERIALS (HAZMAT) MANAGEMENT
1. THE CONTRACTOR SHALL SUBMIT A PLAN THAT ADDRESSES THE
MANAGEMENT OF HAZARDOUS AND NON-HAZARDOUS WASTE IN
ACCORDANCE WITH FAA AC 150/530-15A, MANAGEMENT OF AIRPORT
INDUSTRIAL WASTE FOR THE OWNER'S AND RPR'S REVIEW. THE PLAN SHALL
BE SUBMITTED AT LEAST TEN (10) DAYS PRIOR TO THE PRECONSTURCTION
MEETING AND SHALL ADDRESS SUCH ISSUES AS FUEL DELIVERIES, SPILL
RECOVERY PROCEDURES, AVAILABILITY OF MATERIAL SAFETY DATA SHEETS
(MSDS), AND OTHER CONSIDERATIONS.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 308 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Appendix A – Construction Safety Phasing Plans (CSPP) 116
9. NOTIFICATION OF CONSTRUCTION ACTIVITIES
1. THE CONTRACTOR SHALL PROVIDE A 24 HOUR EMERGENCY CONTACT
PERSON AND PHONE NUMBER.
2. THE CONTRACTOR SHALL GIVE A MINIMUM OF 72 HOURS NOTICE TO AIRPORT
OPERATIONS PRIOR TO CLOSING ANY PAVEMENTS SO THAT PROPER NOTAMS
MAY BE ISSUED BY THE AIRPORT.
3. FOR ANY EQUIPMENT USED BY THE CONTRACTOR WITH A HEIGHT GREATER
THAN 25', THE CONTRACTOR SHALL PROVIDE TO THE AIRPORT THE TYPE OF
EQUIPMENT, TOTAL HEIGHT, AND LOCATION WHERE THE EQUIPMENT WILL BE
USED. THE AIRPORT WILL SUBMIT FAA FORM 7460-1 TO THE FAA FOR AN
AIRSPACE STUDY. NO EQUIPMENT WITH A HEIGHT GREATER THAN 25' SHALL
BE USED UNTIL A DETERMINATION FROM FAA IS RECEIVED.
4. IN THE EVENT OF AN EMERGENCY, THE CONTRACTOR SHALL CALL 911.
5. CONTACTS FOR THIS PROJECT WILL BE DETERMINED AT THE
PRECONSTRUCTION MEETING PRIOR TO THE PROJECT START.
10. INSPECTION REQUIREMENTS
1. THE CONTRACTOR SHALL INSPECT THE JOBSITE DAILY TO ENSURE
COMPLIANCE WITH THE CSPP. THE CHECKLIST FOUND IN APPENDIX D OF FAA
AC 150/5370-2(LATEST EDITION) MAY BE USED TO AID IN THE INSPECTIONS.
2. THE CONTRACTOR SHALL ATTEND AN INSPECTION OF EACH PHASE WORK
AREA PRIOR TO OPENING THE AREA TO AIRPORT OPERATIONS.
11. UNDERGROUND UTILITIES
1. IT WILL BE NECESSARY FOR THE CONTRACTOR TO MAKE HIS OWN FIELD
INVESTIGATION TO DETERMINE THE EXACT LOCATION OF THE UNDERGROUND
UTILITIES AT CRITICAL POINTS. SEE SECTION 70-17 OF THE STANDARD
SPECIFICATIONS AND SPECIAL PROVISIONS FOR SPECIFIC REQUIREMENTS.
THE LOCATION OF UNDERGROUND UTILITIES AS INDICATED ON THE PLANS
HAS BEEN OBTAINED FROM EXISTING RECORDS. NEITHER THE OWNER NOR
THE ENGINEER ASSUMES ANY RESPONSIBILITY IN RESPECT TO THE
ACCURACY, COMPLETENESS OR SUFFICIENCY OF THE INFORMATION. THERE
IS NO GUARANTEE, EITHER EXPRESSED OR IMPLIED, THAT THE LOCATIONS,
SIZE AND TYPE OF MATERIAL OF EXISTING UNDERGROUND UTILITIES AS
INDICATED ARE REPRESENTATIVE OF THOSE TO BE ENCOUNTERED DURING
CONSTRUCTION. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO
DETERMINE THE ACTUAL LOCATION OF ALL SUCH FACILITIES, INCLUDING
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 309 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Appendix A – Construction Safety Phasing Plans (CSPP) 117
SERVICE CONNECTIONS TO UNDERGROUND UTILITIES. PRIOR TO
CONSTRUCTION, THE CONTRACTOR SHALL NOTIFY THE UTILITY
COMPANY/OWNER OF HIS OPERATIONAL PLANS. THE CONTRACTOR SHALL
MAKE ARRANGEMENTS FOR DETAILED INFORMATION AND ASSISTANCE IN
LOCATING UTILITIES. IN THE EVENT AN UNEXPECTED UTILITY INTERFERENCE
IS ENCOUNTERED DURING CONSTRUCTION, THE CONTRACTOR SHALL
IMMEDIATELY NOTIFY THE UTILITY COMPANY, THE OWNER AND THE
ENGINEER. ANY SUCH MAINS AND/OR SERVICES DISTURBED BY THE
CONTRACTOR'S OPERATIONS SHALL BE RESTORED IMMEDIATELY AT HIS
EXPENSE TO THE SATISFACTION OF THE OWNER AND THE ENGINEER.
2. BEFORE INITIATING ANY DIGGING, DRILLING OR EXCAVATING ON THE AIRPORT
PROPERTY, THE CONTRACTOR SHALL CALL IOWA ONE CALL AND CONTACT
THE LOCAL FAA OFFICE TO ARRANGE FOR UTILITY LOCATES. SEE SECTION 70-
17 OF THE SPECIAL PROVISIONS FOR UTILITY CONTACT INFORMATION.
3. SHOULD A UTILITY COMPANY OR GOVERNMENT AGENCY BE UNABLE TO
LOCATE FACILITIES, THE CONTRACTOR SHALL LOCATE THESE FACILITIES.
PAYMENT FOR THIS LOCATION SHALL BE INCIDENTAL TO THE IMPROVEMENTS
REQUIRING THE LOCATE.
4. THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL AIRPORT
OWNED UTILITIES AND SHALL BE CONSIDERED INCIDENTAL TO THE
CONTRACT.
12. PENALTIES
1. NONCOMPLIANCE BY THE CONTRACTOR WITH AIRPORT RULES AND
REGULATIONS OR FAILURE TO COMPLY WITH THE AIRPORT'S APPROVED CSPP
AND THE CONTRACTOR'S APPROVED SPCD MAY RESULT IN FINES AS
ALLOWED BY LAW AND/OR REMOVAL FROM PROJECT SITE.
13. SPECIAL CONDITIONS
1. ADJACENT CONSTRUCTION MAY IMPACT THE OPERATIONS OF THE
CONTRACTOR.
14. RUNWAY AND TAXIWAY VISUAL AIDS
1. RUNWAY OR TAXIWAY CLOSURES ARE AS DETAILED IN THE CONSTRUCTION
SAFETY AND PHASING PLAN FOR THIS PROJECT. IF ANY RUNWAY OR TAXIWAY
CLOSURES ARE REQUESTED BY THE CONTRACTOR AND APPROVED BY THE
AIRPORT, THE CONTRACTOR SHALL USE MARKING, LIGHTING AND SIGNS THAT
FOLLOW THE REQUIREMENTS OF FAA AC 150/5370-2(LATEST EDITION).
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 310 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Appendix A – Construction Safety Phasing Plans (CSPP) 118
15. MARKING AND SIGNS FOR ACCESS ROUTES
1. MARKING AND SIGNAGE FOR THE ACCESS ROUTE SHALL BE AS SHOWN ON
THE CONSTRUCTION SAFETY AND PHASING PLAN OR AS DIRECTED BY THE
RESIDENT ENGINEER.
16. HAZARD MARKING AND LIGHTING
1. THE CONTRACTOR SHALL FURNISH, ERECT, AND MAINTAIN MARKINGS AND
ASSOCIATED LIGHTING OF OPEN TRENCHES, EXCAVATIONS, TEMPORARY
STOCKPILES, AND THEIR CONSTRUCTION EQUIPMENT.
2. ALL CONSTRUCTION EQUIPMENT SHALL BE FLAGGED AND/OR LIGHTED IN
ACCORDANCE WITH FAA ADVISORY CIRCULAR 150/5370-2 AND 150/5210-5 AT
ALL TIMES WHILE OPERATING ON AIRPORT PROPERTY. THE MAXIMUM
EQUIPMENT HEIGHT IS 25'.
3. BARRICADES SHALL BE PLACED AT THE LOCATIONS SHOWN ON THE
CONSTRUCTION SAFETY AND PHASING PLAN SHEET OR AS DIRECTED BY THE
RESIDENT ENGINEER. THE CONTRACTOR SHALL PLACE ALL BARRICADES AND
CONSTRUCTION SETBACK LINES ITEMS AS SHOWN PRIOR TO INITIATING WORK
IN EACH PHASE. ALL COSTS TO FURNISH, INSTALL, REPOSITION, AND MAINTAIN
THESE ITEMS SHALL BE CONSIDERED INCIDENTAL TO THE PROJECT.
4. THE CONTRACTOR SHALL INSPECT THE BARRICADES ONCE DURING EACH
WORK DAY TO INSURE PROPER PLACEMENT AND PROPER OPERATION OF THE
RED LIGHTS AND FLAG PLACEMENT.
17. PROTECTION
1. CONTRACTOR PERSONNEL, VEHICLES, EQUIPMENT AND BARRICADES SHALL
NOT BE ALLOWED WITHIN THE TAXIWAY OBJECT FREE AREA (TOFA) OF ACTIVE
TAXIWAYS AND THE RUNWAY SAFETY AREA (RSA) OF ACTIVE RUNWAYS.
18. OTHER LIMITATIONS ON CONSTRUCTION
1. IF, DURING CONSTRUCTION, AN EMERGENCY IS DECLARED BY THE AIRPORT,
THE CONTRACTOR SHALL IMMEDIATELY CLEAR THE PAVEMENT OF ALL
VEHICLES, PERSONNEL AND EQUIPMENT.
2. THE CONTRACTOR SHALL KEEP ALL TRUCKS, EQUIPMENT AND MATERIALS
OFF OF THE EXISTING RUNWAYS AND TAXIWAYS OUTSIDE OF THE PROJECT
LIMITS EXCEPT AS SHOWN OR WITH THE PRIOR PERMISSION OF THE
RESIDENT ENGINEER. SHOULD THE CONTRACTOR TRACK ANY DEBRIS ONTO
EXISTING PAVEMENTS, THIS DEBRIS SHALL BE REMOVED IMMEDIATELY WITH A
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 311 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Appendix A – Construction Safety Phasing Plans (CSPP) 119
PICK UP SWEEPER. A PICK UP SWEEPER SHALL BE REQUIRED TO BE ON SITE
AND OPERATE DURING ALL CONSTRUCTION OPERATION WORKING HOURS.
3. THE CONTRACTOR SHALL PROVIDE WASTE RECEPTACLES THROUGHOUT THE
WORK ZONE AND MAINTAIN SANITARY FACILITIES FOR EMPLOYEES TO USE.
FACILITIES WITHIN THE HANGARS/AIRPORT BUILDINGS SHALL NOT BE USED.
4. WORK PERFORMED BY THE CONTRACTOR OUTSIDE OF DAYLIGHT HOURS
SHALL BE DONE UNDER SUFFICIENT ARTIFICIAL AREA LIGHTING TO ALLOW
FOR PROPER CONSTRUCTION METHODS AND INSPECTIONS. LIGHT SHALL
CONSIST OF MOVEABLE POLE MOUNTED FLOODLIGHTS AND/OR SPOTLIGHTS
OF SUFFICIENT NUMBER TO ILLUMINATE WORK AREA. VEHICLE HEADLIGHTS
WILL BE ALLOWED ONLY IN ADDITION TO OTHER LIGHTS MENTIONED ABOVE.
LIGHTING SHALL BE APPROVED BY THE ENGINEER AND SHALL NOT BE USED IF
THEY AFFECT FLIGHT SAFETY.
5. THE CONTRACTOR SHALL SUPPLY AND HAVE IN THEIR POSSESSION AT ALL
TIMES AT LEAST ONE AIRPORT RADIO. IN THE EVENT THAT THE AIRPORT
MANAGER NEEDS TO CONTACT THE CONTRACTOR DIRECTLY, THE OPERATOR
OF SAID RADIO SHALL BE FAMILIAR WITH AIRPORT RADIO PROCEDURES AND
TUNED INTO THE GROUND CONTROL FREQUENCY.
6. BROKEN CONCRETE, BROKEN ASPHALT, AND OTHER MISCELLANEOUS DEBRIS
SHALL BE DISPOSED OF OFF AIRPORT PROPERTY, UNLESS OTHERWISE
SPECIFIED.
7. THE CONTRACTOR MAY BE REQUIRED TO SUBMIT A REVISED PROGRESS
SCHEDULE TO ACCOMMODATE AIRPORT EVENTS (I.E. AIR SHOW). SHOULD A
REVISED SCHEDULE BE REQUIRED, THE REVISIONS SHALL BE COMPLETED AT
NO ADDITIONAL COST TO THE CONTRACT.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 312 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Appendix B – FAA AC 150/5370-2G – Operational Safety on Airports During Construction 120
Appendix B
FAA AC 150/5370-2G – Operational Safety on Airports During Construction
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 313 of 441
U.S. Department
of Transportation
Federal Aviation
Administration
Advisory
Circular
Subject: Operational Safety on
Airports During Construction
Date: 12/13/2017
Initiated By: AAS-100
AC No: 150/5370-2G
Change:
Purpose. 1
This AC sets forth guidelines for operational safety on airports during construction.
Cancellation. 2
This AC cancels AC 150/5370-2F, Operational Safety on Airports during Construction,
dated September 29, 2011.
Application. 3
This AC assists airport operators in complying with Title 14 Code of Federal
Regulations (CFR) Part 139, Certification of Airports. For those certificated airports,
this AC provides one way, but not the only way, of meeting those requirements. The use
of this AC is mandatory for those airport construction projects receiving funds under the
Airport Improvement Program (AIP). See Grant Assurance No. 34, Policies, Standards,
and Specifications. While we do not require non-certificated airports without grant
agreements or airports using Passenger Facility Charge (PFC) Program funds for
construction projects to adhere to these guidelines, we recommend that they do so to
help these airports maintain operational safety during construction.
Related Documents. 4
ACs and Orders referenced in the text of this AC do not include a revision letter, as they
refer to the latest version. Appendix A contains a list of reading material on airport
construction, design, and potential safety hazards during construction, as well as
instructions for obtaining these documents.
Principal Changes. 5
The AC incorporates the following principal changes:
1. Notification about impacts to both airport owned and FAA-owned NAVAIDs was
added. See paragraph 2.13.5.3, NAVAIDs.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 314 of 441
12/13/2017 AC 150/5370-2G
ii
2. Guidance for the use of orange construction signs was added. See paragraph
2.18.4.2, Temporary Signs.
3. Open trenches or excavations may be permitted in the taxiway safety area while the
taxiway is open to aircraft operations, subject to restrictions. See paragraph 2.22.3.4,
Excavations.
4. Guidance for temporary shortened runways and displaced thresholds has been
enhanced. See Figure 2-1 and Figure 2-2.
5. Figures have been improved and a new Appendix F on the placement of orange
construction signs has been added.
Hyperlinks (allowing the reader to access documents located on the internet and to
maneuver within this document) are provided throughout this document and are
identified with underlined text. When navigating within this document, return to the
previously viewed page by pressing the “ALT” and “” keys simultaneously.
Figures in this document are schematic representations and are not to scale.
Use of Metrics. 6
Throughout this AC, U.S. customary units are used followed with “soft” (rounded)
conversion to metric units. The U.S. customary units govern.
Where to Find this AC. 7
You can view a list of all ACs at
http://www.faa.gov/regulations_policies/advisory_circulars/. You can view the Federal
Aviation Regulations at http://www.faa.gov/regulations_policies/faa_regulations/.
Feedback on this AC. 8
If you have suggestions for improving this AC, you may use the Advisory Circular
Feedback form at the end of this AC.
John R. Dermody
Director of Airport Safety and Standards
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 315 of 441
12/13/2017 AC 150/5370-2G
CONTENTS
Paragraph Page
iii
Chapter 1. Planning an Airfield Construction Project ......................................................... 1-1
1.1 Overview. ...................................................................................................................... 1-1
1.2 Plan for Safety............................................................................................................... 1-1
1.3 Develop a Construction Safety and Phasing Plan (CSPP). ........................................... 1-3
1.4 Who Is Responsible for Safety During Construction? .................................................. 1-4
Chapter 2. Construction Safety and Phasing Plans .............................................................. 2-1
2.1 Overview. ...................................................................................................................... 2-1
2.2 Assume Responsibility.................................................................................................. 2-1
2.3 Submit the CSPP. .......................................................................................................... 2-1
2.4 Meet CSPP Requirements. ............................................................................................ 2-2
2.5 Coordination. ................................................................................................................ 2-6
2.6 Phasing. ......................................................................................................................... 2-7
2.7 Areas and Operations Affected by Construction Activity. ........................................... 2-7
2.8 Navigation Aid (NAVAID) Protection. ...................................................................... 2-11
2.9 Contractor Access. ...................................................................................................... 2-11
2.10 Wildlife Management. ................................................................................................ 2-15
2.11 Foreign Object Debris (FOD) Management. .............................................................. 2-16
2.12 Hazardous Materials (HAZMAT) Management. ........................................................ 2-16
2.13 Notification of Construction Activities. ...................................................................... 2-16
2.14 Inspection Requirements. ............................................................................................ 2-18
2.15 Underground Utilities. ................................................................................................ 2-19
2.16 Penalties. ..................................................................................................................... 2-19
2.17 Special Conditions. ..................................................................................................... 2-19
2.18 Runway and Taxiway Visual Aids. ............................................................................ 2-19
2.19 Marking and Signs for Access Routes. ....................................................................... 2-29
2.20 Hazard Marking, Lighting and Signing. ..................................................................... 2-30
2.21 Work Zone Lighting for Nighttime Construction. ...................................................... 2-32
2.22 Protection of Runway and Taxiway Safety Areas. ..................................................... 2-33
2.23 Other Limitations on Construction. ............................................................................ 2-37
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 316 of 441
12/13/2017 AC 150/5370-2G
iv
Chapter 3. Guidelines for Writing a CSPP ............................................................................ 3-1
3.1 General Requirements. .................................................................................................. 3-1
3.2 Applicability of Subjects............................................................................................... 3-1
3.3 Graphical Representations. ........................................................................................... 3-1
3.4 Reference Documents. .................................................................................................. 3-2
3.5 Restrictions. .................................................................................................................. 3-2
3.6 Coordination. ................................................................................................................ 3-2
3.7 Phasing. ......................................................................................................................... 3-2
3.8 Areas and Operations Affected by Construction. ......................................................... 3-2
3.9 NAVAID Protection. .................................................................................................... 3-2
3.10 Contractor Access. ........................................................................................................ 3-3
3.11 Wildlife Management. .................................................................................................. 3-4
3.12 FOD Management. ........................................................................................................ 3-4
3.13 HAZMAT Management................................................................................................ 3-4
3.14 Notification of Construction Activities. ........................................................................ 3-4
3.15 Inspection Requirements. .............................................................................................. 3-5
3.16 Underground Utilities. .................................................................................................. 3-5
3.17 Penalties. ....................................................................................................................... 3-5
3.18 Special Conditions. ....................................................................................................... 3-5
3.19 Runway and Taxiway Visual Aids. .............................................................................. 3-6
3.20 Marking and Signs for Access Routes. ......................................................................... 3-6
3.21 Hazard Marking and Lighting. ...................................................................................... 3-6
3.22 Work Zone Lighting for Nighttime Construction. ........................................................ 3-6
3.23 Protection of Runway and Taxiway Safety Areas. ....................................................... 3-7
3.24 Other Limitations on Construction. .............................................................................. 3-7
Appendix A. Related Reading Material ................................................................................ A-1
Appendix B. Terms and Acronyms ........................................................................................B-1
Appendix C. Safety and Phasing Plan Checklist .................................................................. C-1
Appendix D. Construction Project Daily Safety Inspection Checklist ............................... D-1
Appendix E. Sample Operational Effects Table ....................................................................E-1
Appendix F. Orange Construction Signs ............................................................................... F-1
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 317 of 441
12/13/2017 AC 150/5370-2G
v
FIGURES
Number Page
Figure 2-1. Temporary Partially Closed Runway ........................................................................ 2-9
Figure 2-2. Temporary Displaced Threshold ............................................................................. 2-10
Figure 2-3. Markings for a Temporarily Closed Runway.......................................................... 2-21
Figure 2-4. Temporary Taxiway Closure................................................................................... 2-22
Figure 2-5. Temporary Outboard White Threshold Bars and Yellow Arrowheads .................. 2-24
Figure 2-6. Lighted X in Daytime .............................................................................................. 2-26
Figure 2-7. Lighted X at Night ................................................................................................... 2-26
Figure 2-8. Interlocking Barricades ........................................................................................... 2-31
Figure 2-9. Low Profile Barricades ........................................................................................... 2-32
Figure E-1. Phase I Example ....................................................................................................... E-1
Figure E-2. Phase II Example ...................................................................................................... E-2
Figure E-3. Phase III Example ..................................................................................................... E-3
Figure F-1. Approved Sign Legends ............................................................................................ F-1
Figure F-2. Orange Construction Sign Example 1....................................................................... F-2
Figure F-3. Orange Construction Sign Example 2....................................................................... F-3
TABLES
Number Page
Table A-1. FAA Publications ..................................................................................................... A-1
Table A-2. Code of Federal Regulation ...................................................................................... A-3
Table B-1. Terms and Acronyms ................................................................................................ B-1
Table C-1. CSPP Checklist ......................................................................................................... C-1
Table D-1. Potentially Hazardous Conditions ............................................................................ D-1
Table E-1. Operational Effects Table .......................................................................................... E-4
Table E-2. Runway and Taxiway Edge Protection ...................................................................... E-6
Table E-3. Protection Prior to Runway Threshold....................................................................... E-7
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 318 of 441
12/13/2017 AC 150/5370-2G
vi
Page Intentionally Blank
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 319 of 441
12/13/2017 AC 150/5370-2G
1-1
CHAPTER 1. PLANNING AN AIRFIELD CONSTRUCTION PROJECT
1.1 Overview.
Airports are complex environments, and procedures and conditions associated with
construction activities often affect aircraft operations and can jeopardize operational
safety. Safety considerations are paramount and may make operational impacts
unavoidable. However, careful planning, scheduling, and coordination of construction
activities can minimize disruption of normal aircraft operations and avoid situations that
compromise the airport’s operational safety. The airport operator must understand how
construction activities and aircraft operations affect one another to be able to develop an
effective plan to complete the project. While the guidance in this AC is primarily used
for construction operations, the concepts, methods and procedures described may also
enhance the day-to-day airport maintenance operations, such as lighting maintenance
and snow removal operations.
1.2 Plan for Safety.
Safety, maintaining aircraft operations, and construction costs are all interrelated. Since
safety must not be compromised, the airport operator must strike a balance between
maintaining aircraft operations and construction costs. This balance will vary widely
depending on the operational needs and resources of the airport and will require early
coordination with airport users and the FAA. As the project design progresses, the
necessary construction locations, activities, and associated costs will be identified and
their impact to airport operations must be assessed. Adjustments are made to the
proposed construction activities, often by phasing the project, and/or to airport
operations to maintain operational safety. This planning effort will ultimately result in a
project Construction Safety and Phasing Plan (CSPP). The development of the CSPP
takes place through the following five steps:
1.2.1 Identify Affected Areas.
The airport operator must determine the geographic areas on the airport affected by the
construction project. Some, such as a runway extension, will be defined by the project.
Others may be variable, such as the location of haul routes and material stockpiles.
1.2.2 Describe Current Operations.
Identify the normal airport operations in each affected area for each phase of the project.
This becomes the baseline from which the impact on operations by construction
activities can be measured. This should include a narrative of the typical users and
aircraft operating within the affected areas. It should also include information related to
airport operations: the Aircraft Approach Category (AAC) and Airplane Design Group
(ADG) of the airplanes that operate on each runway; the ADG and Taxiway Design
Group (TDG)1 for each affected taxiway; designated approach visibility minimums;
1 Find Taxiway Design Group information in AC 150/5300-13, Airport Design.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 320 of 441
12/13/2017 AC 150/5370-2G
1-2
available approach and departure procedures; most demanding aircraft; declared
distances; available air traffic control services; airport Surface Movement Guidance and
Control System (SMGCS) plan; and others. The applicable seasons, days and times for
certain operations should also be identified as applicable.
1.2.3 Allow for Temporary Changes to Operations.
To the extent practical, current airport operations should be maintained during the
construction. In consultation with airport users, Aircraft Rescue and Fire Fighting
(ARFF) personnel, and FAA Air Traffic Organization (ATO) personnel, the airport
operator should identify and prioritize the airport’s most important operations. The
construction activities should be planned, through project phasing if necessary, to safely
accommodate these operations. When the construction activities cannot be adjusted to
safely maintain current operations, regardless of their importance, then the operations
must be revised accordingly. Allowable changes include temporary revisions to
approach procedures, restricting certain aircraft to specific runways and taxiways,
suspension of certain operations, decreased weights for some aircraft due to shortened
runways, and other changes. An example of a table showing temporary operations
versus current operations is shown in Appendix E.
1.2.4 Take Required Measures to Revise Operations.
Once the level and type of aircraft operations to be maintained are identified, the airport
operator must determine the measures required to safely conduct the planned operations
during the construction. These measures will result in associated costs, which can be
broadly interpreted to include not only direct construction costs, but also loss of revenue
from impacted operations. Analysis of costs may indicate a need to reevaluate allowable
changes to operations. As aircraft operations and allowable changes will vary widely
among airports, this AC presents general guidance on those subjects.
1.2.5 Manage Safety Risk.
The FAA is committed to incorporating proactive safety risk management (SRM) tools
into its decision-making processes. FAA Order 5200.11, FAA Airports (ARP) Safety
Management System (SMS), requires the FAA to conduct a Safety Assessment for
certain triggering actions. Certain airport projects may require the airport operator to
provide a Project Proposal Summary to help the FAA determine whether a Safety
Assessment is required prior to FAA approval of the CSPP. The airport operator must
coordinate with the appropriate FAA Airports Regional or District Office early in the
development of the CSPP to determine the need for a Safety Risk Assessment. If the
FAA requires an assessment, the airport operator must at a minimum:
1. Notify the appropriate FAA Airports Regional or District Office during the project
“scope development” phase of any project requiring a CSPP.
2. Provide documents identified by the FAA as necessary to conduct SRM.
3. Participate in the SRM process for airport projects.
4. Provide a representative to participate on the SRM panel.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 321 of 441
12/13/2017 AC 150/5370-2G
1-3
5. Ensure that all applicable SRM identified risks elements are recorded and mitigated
within the CSPP.
1.3 Develop a Construction Safety and Phasing Plan (CSPP).
Development of an effective CSPP will require familiarity with many other documents
referenced throughout this AC. See Appendix A for a list of related reading material.
1.3.1 List Requirements.
A CSPP must be developed for each on-airfield construction project funded by the
Airport Improvement Program (AIP) or located on an airport certificated under Part
139. For on-airfield construction projects at Part 139 airports funded without AIP funds,
the preparation of a CSPP represents an acceptable method the certificate holder may
use to meet Part 139 requirements during airfield construction activity. As per FAA
Order 5200.11, projects that require Safety Assessments do not include construction,
rehabilitation, or change of any facility that is entirely outside the air operations area,
does not involve any expansion of the facility envelope and does not involve
construction equipment, haul routes or placement of material in locations that require
access to the air operations area, increase the facility envelope, or impact line-of-sight.
Such facilities may include passenger terminals and parking or other structures.
However, extraordinary circumstances may trigger the need for a Safety Assessment
and a CSPP. The CSPP is subject to subsequent review and approval under the FAA’s
Safety Risk Management procedures (see paragraph 1.2.5).
1.3.2 Prepare a Safety Plan Compliance Document (SPCD).
The Safety Plan Compliance Document (SPCD) details how the contractor will comply
with the CSPP. Also, it will not be possible to determine all safety plan details (for
example specific hazard equipment and lighting, contractor’s points of contact,
construction equipment heights) during the development of the CSPP. The successful
contractor must define such details by preparing an SPCD that the airport operator
reviews for approval prior to issuance of a notice-to-proceed. The SPCD is a subset of
the CSPP, similar to how a shop drawing review is a subset to the technical
specifications.
1.3.3 Assume Responsibility for the CSPP.
The airport operator is responsible for establishing and enforcing the CSPP. The airport
operator may use the services of an engineering consultant to help develop the CSPP.
However, writing the CSPP cannot be delegated to the construction contractor. Only
those details the airport operator determines cannot be addressed before contract award
are developed by the contractor and submitted for approval as the SPCD. The SPCD
does not restate nor propose differences to provisions already addressed in the CSPP.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 322 of 441
12/13/2017 AC 150/5370-2G
1-4
1.4 Who Is Responsible for Safety During Construction?
1.4.1 Establish a Safety Culture.
Everyone has a role in operational safety on airports during construction: the airport
operator, the airport’s consultants, the construction contractor and subcontractors,
airport users, airport tenants, ARFF personnel, Air Traffic personnel, including
Technical Operations personnel, FAA Airports Division personnel, and others, such as
military personnel at any airport supporting military operations (e.g. national guard or a
joint use facility). Close communication and coordination between all affected parties is
the key to maintaining safe operations. Such communication and coordination should
start at the project scoping meeting and continue through the completion of the project.
The airport operator and contractor should conduct onsite safety inspections throughout
the project and immediately remedy any deficiencies, whether caused by negligence,
oversight, or project scope change.
1.4.2 Assess Airport Operator’s Responsibilities.
An airport operator has overall responsibility for all activities on an airport, including
construction. This includes the predesign, design, preconstruction, construction, and
inspection phases. Additional information on the responsibilities listed below can be
found throughout this AC. The airport operator must:
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 323 of 441
12/13/2017 AC 150/5370-2G
1-5
1.4.2.1 Develop a CSPP that complies with the safety guidelines of Chapter 2,
Construction Safety and Phasing Plans, and Chapter 3, Guidelines for
Writing a CSPP. The airport operator may develop the CSPP internally or
have a consultant develop the CSPP for approval by the airport operator.
For tenant sponsored projects, approve a CSPP developed by the tenant or
its consultant.
1.4.2.2 Require, review and approve the SPCD by the contractor that indicates
how it will comply with the CSPP and provides details that cannot be
determined before contract award.
1.4.2.3 Convene a preconstruction meeting with the construction contractor,
consultant, airport employees and, if appropriate, tenant sponsor and other
tenants to review and discuss project safety before beginning construction
activity. The appropriate FAA representatives should be invited to attend
the meeting. See AC 150/5370-12, Quality Management for Federally
Funded Airport Construction Projects. (Note “FAA” refers to the Airports
Regional or District Office, the Air Traffic Organization, Flight Standards
Service, and other offices that support airport operations, flight
regulations, and construction/environmental policies.)
1.4.2.4 Ensure contact information is accurate for each representative/point of
contact identified in the CSPP and SPCD.
1.4.2.5 Hold weekly or, if necessary, daily safety meetings with all affected
parties to coordinate activities.
1.4.2.6 Notify users, ARFF personnel, and FAA ATO personnel of construction
and conditions that may adversely affect the operational safety of the
airport via Notices to Airmen (NOTAM) and other methods, as
appropriate. Convene a meeting for review and discussion if necessary.
1.4.2.7 Ensure construction personnel know applicable airport procedures and
changes to those procedures that may affect their work.
1.4.2.8 Ensure that all temporary construction signs are located per the scheduled
list for each phase of the project.
1.4.2.9 Ensure construction contractors and subcontractors undergo training
required by the CSPP and SPCD.
1.4.2.10 Ensure vehicle and pedestrian operations addressed in the CSPP and
SPCD are coordinated with airport tenants, the airport traffic control tower
(ATCT), and construction contractors.
1.4.2.11 At certificated airports, ensure each CSPP and SPCD is consistent with
Part 139.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 324 of 441
12/13/2017 AC 150/5370-2G
1-6
1.4.2.12 Conduct inspections sufficiently frequently to ensure construction
contractors and tenants comply with the CSPP and SPCD and that there
are no altered construction activities that could create potential safety
hazards.
1.4.2.13 Take immediate action to resolve safety deficiencies.
1.4.2.14 At airports subject to 49 CFR Part 1542, Airport Security, ensure
construction access complies with the security requirements of that
regulation.
1.4.2.15 Notify appropriate parties when conditions exist that invoke provisions of
the CSPP and SPCD (for example, implementation of low-visibility
operations).
1.4.2.16 Ensure prompt submittal of a Notice of Proposed Construction or
Alteration (Form 7460-1) for conducting an aeronautical study of potential
obstructions such as tall equipment (cranes, concrete pumps, other), stock
piles, and haul routes. A separate form may be filed for each potential
obstruction, or one form may be filed describing the entire construction
area and maximum equipment height. In the latter case, a separate form
must be filed for any object beyond or higher than the originally evaluated
area/height. The FAA encourages online submittal of forms for
expediency at https://oeaaa.faa.gov/oeaaa/external/portal.jsp. The
appropriate FAA Airports Regional or District Office can provide
assistance in determining which objects require an aeronautical study.
1.4.2.17 Ensure prompt transmission of the Airport Sponsor Strategic Event
Submission, FAA Form 6000-26, located at
https://oeaaa.faa.gov/oeaaa/external/content/AIRPORT_SPONSOR_STR
ATEGIC_EVENT_SUBMISSION_FORM.pdf, to assure proper
coordination for NAS Strategic Interruption per Service Level Agreement
with ATO.
1.4.2.18 Promptly notify the FAA Airports Regional or District Office of any
proposed changes to the CSPP prior to implementation of the change.
Changes to the CSPP require review and approval by the airport operator
and the FAA. The FAA Airports Regional or District office will determine
if further coordination within the FAA is needed. Coordinate with
appropriate local and other federal government agencies, such as
Environmental Protection Agency (EPA), Occupational Safety and Health
Administration (OSHA), Transportation Security Administration (TSA),
and the state environmental agency.
1.4.3 Define Construction Contractor’s Responsibilities.
The contractor is responsible for complying with the CSPP and SPCD. The contractor
must:
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 325 of 441
12/13/2017 AC 150/5370-2G
1-7
1.4.3.1 Submit a Safety Plan Compliance Document (SPCD) to the airport
operator describing how it will comply with the requirements of the CSPP
and supply any details that could not be determined before contract award.
The SPCD must include a certification statement by the contractor,
indicating an understanding of the operational safety requirements of the
CSPP and the assertion of compliance with the approved CSPP and SPCD
unless written approval is granted by the airport operator. Any
construction practice proposed by the contractor that does not conform to
the CSPP and SPCD may impact the airport’s operational safety and will
require a revision to the CSPP and SPCD and re-coordination with the
airport operator and the FAA in advance.
1.4.3.2 Have available at all times copies of the CSPP and SPCD for reference by
the airport operator and its representatives, and by subcontractors and
contractor employees.
1.4.3.3 Ensure that construction personnel are familiar with safety procedures and
regulations on the airport. Provide a point of contact who will coordinate
an immediate response to correct any construction-related activity that
may adversely affect the operational safety of the airport. Many projects
will require 24-hour coverage.
1.4.3.4 Identify in the SPCD the contractor’s on-site employees responsible for
monitoring compliance with the CSPP and SPCD during construction. At
least one of these employees must be on-site when active construction is
taking place.
1.4.3.5 Conduct sufficient inspections to ensure construction personnel comply
with the CSPP and SPCD and that there are no altered construction
activities that could create potential safety hazards.
1.4.3.6 Restrict movement of construction vehicles and personnel to permitted
construction areas by flagging, barricading, erecting temporary fencing, or
providing escorts, as appropriate, and as specified in the CSPP and SPCD.
1.4.3.7 Ensure that no contractor employees, employees of subcontractors or
suppliers, or other persons enter any part of the air operations area (AOA)
from the construction site unless authorized.
1.4.3.8 Ensure prompt submittal through the airport operator of Form 7460-1 for
the purpose of conducting an aeronautical study of contractor equipment
such as tall equipment (cranes, concrete pumps, and other equipment),
stock piles, and haul routes when different from cases previously filed by
the airport operator. The FAA encourages online submittal of forms for
expediency at https://oeaaa.faa.gov/oeaaa/external/portal.jsp.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 326 of 441
12/13/2017 AC 150/5370-2G
1-8
1.4.3.9 Ensure that all necessary safety mitigations are understood by all parties
involved, and any special requirements of each construction phase will be
fulfilled per the approved timeframe.
1.4.3.10 Participate in pre-construction meetings to review construction limits,
safety mitigations, NOTAMs, and understand all special airport
operational needs during each phase of the project.
1.4.4 Define Tenant’s Responsibilities.
If planning construction activities on leased property, Airport tenants, such as airline
operators, fixed base operators, and FAA ATO/Technical Operations sponsoring
construction are strongly encouraged to:
1. Develop, or have a consultant develop, a project specific CSPP and submit it to the
airport operator. The airport operator may forgo a complete CSPP submittal and
instead incorporate appropriate operational safety principles and measures addressed
in the advisory circular within their tenant lease agreements.
2. In coordination with its contractor, develop an SPCD and submit it to the airport
operator for approval issued prior to issuance of a Notice to Proceed.
3. Ensure that construction personnel are familiar with safety procedures and
regulations on the airport during all phases of the construction.
4. Provide a point of contact of who will coordinate an immediate response to correct
any construction-related activity that may adversely affect the operational safety of
the airport.
5. Identify in the SPCD the contractor’s on-site employees responsible for monitoring
compliance with the CSPP and SPCD during construction. At least one of these
employees must be on-site when active construction is taking place.
6. Ensure that no tenant or contractor employees, employees of subcontractors or
suppliers, or any other persons enter any part of the AOA from the construction site
unless authorized.
7. Restrict movement of construction vehicles to construction areas by flagging and
barricading, erecting temporary fencing, or providing escorts, as appropriate, as
specified in the CSPP and SPCD.
8. Ensure prompt submittal through the airport operator of Form 7460-1 for
conducting an aeronautical study of contractor equipment such as tall equipment
(cranes, concrete pumps, other), stock piles, and haul routes. The FAA encourages
online submittal of forms for expediency at
https://oeaaa.faa.gov/oeaaa/external/portal.jsp.
9. Participate in pre-construction meetings to review construction limits, safety
mitigations, NOTAMs, and understand all special airport operational needs during
each phase of the project.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 327 of 441
12/13/2017 AC 150/5370-2G
2-1
CHAPTER 2. CONSTRUCTION SAFETY AND PHASING PLANS
2.1 Overview.
Aviation safety is the primary consideration at airports, especially during construction.
The airport operator’s CSPP and the contractor’s Safety Plan Compliance Document
(SPCD) are the primary tools to ensure safety compliance when coordinating
construction activities with airport operations. These documents identify all aspects of
the construction project that pose a potential safety hazard to airport operations and
outline respective mitigation procedures for each hazard. They must provide
information necessary for the Airport Operations department to conduct airfield
inspections and expeditiously identify and correct unsafe conditions during
construction. All aviation safety provisions included within the project drawings,
contract specifications, and other related documents must also be reflected in the CSPP
and SPCD.
2.2 Assume Responsibility.
Operational safety on the airport remains the airport operator’s responsibility at all
times. The airport operator must develop, certify, and submit for FAA approval each
CSPP. It is the airport operator’s responsibility to apply the requirements of the FAA
approved CSPP. The airport operator must revise the CSPP when conditions warrant
changes and must submit the revised CSPP to the FAA for approval. The airport
operator must also require and approve a SPCD from the project contractor.
2.3 Submit the CSPP.
Construction Safety and Phasing Plans should be developed concurrently with the
project design. Milestone versions of the CSPP should be submitted for review and
approval as follows. While these milestones are not mandatory, early submission will
help to avoid delays. Submittals are preferred in 8.5 × 11 inch or 11 × 17 inch format
for compatibility with the FAA’s Obstruction Evaluation / Airport Airspace Analysis
(OE / AAA) process.
2.3.1 Submit an Outline/Draft.
By the time approximately 25% to 30% of the project design is completed, the principal
elements of the CSPP should be established. Airport operators are encouraged to submit
an outline or draft, detailing all CSPP provisions developed to date, to the FAA for
review at this stage of the project design.
2.3.2 Submit a CSPP.
The CSPP should be formally submitted for FAA approval when the project design is
80 percent to 90 percent complete. Since provisions in the CSPP will influence contract
costs, it is important to obtain FAA approval in time to include all such provisions in
the procurement contract.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 328 of 441
12/13/2017 AC 150/5370-2G
2-2
2.3.3 Submit an SPCD.
The contractor should submit the SPCD to the airport operator for approval to be issued
prior to the Notice to Proceed.
2.3.4 Submit CSPP Revisions.
All revisions to a previously approved CSPP must be re-submitted to the FAA for
review and approval/disapproval action.
2.4 Meet CSPP Requirements.
2.4.1 To the extent possible, the CSPP should address the following as outlined in Chapter 3,
Guidelines for Writing a CSPP. Details that cannot be determined at this stage are to be
included in the SPCD.
1. Coordination.
a. Contractor progress meetings.
b. Scope or schedule changes.
c. FAA ATO coordination.
2. Phasing.
a. Phase elements.
b. Construction safety drawings.
3. Areas and operations affected by the construction activity.
a. Identification of affected areas.
b. Mitigation of effects.
4. Protection of navigation aids (NAVAIDs).
5. Contractor access.
a. Location of stockpiled construction materials.
b. Vehicle and pedestrian operations.
6. Wildlife management.
a. Trash.
b. Standing water.
c. Tall grass and seeds.
d. Poorly maintained fencing and gates.
e. Disruption of existing wildlife habitat.
7. Foreign Object Debris (FOD) management.
8. Hazardous materials (HAZMAT) management.
9. Notification of construction activities.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 329 of 441
12/13/2017 AC 150/5370-2G
2-3
a. Maintenance of a list of responsible representatives/ points of contact.
b. NOTAM.
c. Emergency notification procedures.
d. Coordination with ARFF Personnel.
e. Notification to the FAA.
10. Inspection requirements.
a. Daily (or more frequent) inspections.
b. Final inspections.
11. Underground utilities.
12. Penalties.
13. Special conditions.
14. Runway and taxiway visual aids. Marking, lighting, signs, and visual NAVAIDs.
a. General.
b. Markings.
c. Lighting and visual NAVAIDs.
d. Signs, temporary, including orange construction signs, and permanent signs.
15. Marking and signs for access routes.
16. Hazard marking and lighting.
a. Purpose.
b. Equipment.
17. Work zone lighting for nighttime construction (if applicable).
18. Protection of runway and taxiway safety areas, object free areas, obstacle free
zones, and approach/departure surfaces.
a. Runway Safety Area (RSA).
b. Runway Object Free Area (ROFA).
c. Taxiway Safety Area (TSA). Provide details for any adjustments to Taxiway
Safety Area width to allow continued operation of smaller aircraft. See
paragraph 2.22.3.
d. Taxiway Object Free Area (TOFA). Provide details for any continued aircraft
operations while construction occurs within the TOFA. See paragraph 2.22.4.
e. Obstacle Free Zone (OFZ).
f. Runway approach/departure surfaces.
19. Other limitations on construction.
a. Prohibitions.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 330 of 441
12/13/2017 AC 150/5370-2G
2-4
b. Restrictions.
2.4.2 The Safety Plan Compliance Document (SPCD) should include a general statement by
the construction contractor that he/she has read and will abide by the CSPP. In addition,
the SPCD must include all supplemental information that could not be included in the
CSPP prior to the contract award. The contractor statement should include the name of
the contractor, the title of the project CSPP, the approval date of the CSPP, and a
reference to any supplemental information (that is, “I, (Name of Contractor), have read
the (Title of Project) CSPP, approved on (Date), and will abide by it as written and with
the following additions as noted:”). The supplemental information in the SPCD should
be written to match the format of the CSPP indicating each subject by corresponding
CSPP subject number and title. If no supplemental information is necessary for any
specific subject, the statement, “No supplemental information,” should be written after
the corresponding subject title. The SPCD should not duplicate information in the
CSPP:
1. Coordination. Discuss details of proposed safety meetings with the airport operator
and with contractor employees and subcontractors.
2. Phasing. Discuss proposed construction schedule elements, including:
a. Duration of each phase.
b. Daily start and finish of construction, including “night only” construction.
c. Duration of construction activities during:
i. Normal runway operations.
ii. Closed runway operations.
iii. Modified runway “Aircraft Reference Code” usage.
3. Areas and operations affected by the construction activity. These areas and
operations should be identified in the CSPP and should not require an entry in the
SPCD.
4. Protection of NAVAIDs. Discuss specific methods proposed to protect operating
NAVAIDs.
5. Contractor access. Provide the following:
a. Details on how the contractor will maintain the integrity of the airport security
fence (gate guards, daily log of construction personnel, and other).
b. Listing of individuals requiring driver training (for certificated airports and as
requested).
c. Radio communications.
i. Types of radios and backup capabilities.
ii. Who will be monitoring radios.
iii. Who to contact if the ATCT cannot reach the contractor’s designated
person by radio.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 331 of 441
12/13/2017 AC 150/5370-2G
2-5
d. Details on how the contractor will escort material delivery vehicles.
6. Wildlife management. Discuss the following:
a. Methods and procedures to prevent wildlife attraction.
b. Wildlife reporting procedures.
7. Foreign Object Debris (FOD) management. Discuss equipment and methods for
control of FOD, including construction debris and dust.
8. Hazardous Materials (HAZMAT) management. Discuss equipment and methods for
responding to hazardous spills.
9. Notification of construction activities. Provide the following:
a. Contractor points of contact.
b. Contractor emergency contact.
c. Listing of tall or other requested equipment proposed for use on the airport and
the timeframe for submitting 7460-1 forms not previously submitted by the
airport operator.
d. Batch plant details, including 7460-1 submittal.
10. Inspection requirements. Discuss daily (or more frequent) inspections and special
inspection procedures.
11. Underground utilities. Discuss proposed methods of identifying and protecting
underground utilities.
12. Penalties. Penalties should be identified in the CSPP and should not require an entry
in the SPCD.
13. Special conditions. Discuss proposed actions for each special condition identified in
the CSPP.
14. Runway and taxiway visual aids. Including marking, lighting, signs, and visual
NAVAIDs. Discuss proposed visual aids including the following:
a. Equipment and methods for covering signage and airfield lights.
b. Equipment and methods for temporary closure markings (paint, fabric, other).
c. Temporary orange construction signs.
d. Types of temporary Visual Guidance Slope Indicators (VGSI).
15. Marking and signs for access routes. Discuss proposed methods of demarcating
access routes for vehicle drivers.
16. Hazard marking and lighting. Discuss proposed equipment and methods for
identifying excavation areas.
17. Work zone lighting for nighttime construction (if applicable). Discuss proposed
equipment, locations, aiming, and shielding to prevent interference with air traffic
control and aircraft operations.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 332 of 441
12/13/2017 AC 150/5370-2G
2-6
18. Protection of runway and taxiway safety areas, object free areas, obstacle free
zones, and approach/departure surfaces. Discuss proposed methods of identifying,
demarcating, and protecting airport surfaces including:
a. Equipment and methods for maintaining Taxiway Safety Area standards.
b. Equipment and methods to ensure the safe passage of aircraft where Taxiway
Safety Area or Taxiway Object Free Area standards cannot be maintained.
c. Equipment and methods for separation of construction operations from aircraft
operations, including details of barricades.
19. Other limitations on construction should be identified in the CSPP and should not
require an entry in the SPCD.
2.5 Coordination.
Airport operators, or tenants responsible for design, bidding and conducting
construction on their leased properties, should ensure at all project developmental
stages, such as predesign, prebid, and preconstruction conferences, they capture the
subject of airport operational safety during construction (see AC 150/5370-12, Quality
Management for Federally Funded Airport Construction Projects). In addition, the
following should be coordinated as required:
2.5.1 Progress Meetings.
Operational safety should be a standing agenda item for discussion during progress
meetings throughout the project developmental stages.
2.5.2 Scope or Schedule Changes.
Changes in the scope or duration at any of the project stages may require revisions to
the CSPP and review and approval by the airport operator and the FAA (see paragraph
1.4.2.17).
2.5.3 FAA ATO Coordination.
Early coordination with FAA ATO is highly recommended during the design phase and
is required for scheduling Technical Operations shutdowns prior to construction.
Coordination is critical to restarts of NAVAID services and to the establishment of any
special procedures for the movement of aircraft. Formal agreements between the airport
operator and appropriate FAA offices are recommended. All relocation or adjustments
to NAVAIDs, or changes to final grades in critical areas, should be coordinated with
FAA ATO and may require an FAA flight inspection prior to restarting the facility.
Flight inspections must be coordinated and scheduled well in advance of the intended
facility restart. Flight inspections may require a reimbursable agreement between the
airport operator and FAA ATO. Reimbursable agreements should be coordinated a
minimum of 12 months prior to the start of construction. (See paragraph 2.13.5.3.2 for
required FAA notification regarding FAA-owned NAVAIDs.)
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 333 of 441
12/13/2017 AC 150/5370-2G
2-7
2.6 Phasing.
Once it has been determined what types and levels of airport operations will be
maintained, the most efficient sequence of construction may not be feasible. In this
case, the sequence of construction may be phased to gain maximum efficiency while
allowing for the required operations. The development of the resulting construction
phases should be coordinated with local Air Traffic personnel and airport users. The
sequenced construction phases established in the CSPP must be incorporated into the
project design and must be reflected in the contract drawings and specifications.
2.6.1 Phase Elements.
For each phase the CSPP should detail:
Areas closed to aircraft operations.
Duration of closures.
Taxi routes and/or areas of reduced TSA and TOFA to reflect reduced ADG use.
ARFF access routes.
Construction staging, disposal, and cleanout areas.
Construction access and haul routes.
Impacts to NAVAIDs.
Lighting, marking, and signing changes.
Available runway length and/or reduced RSA and ROFA to reflect reduced ADG
use.
Declared distances (if applicable).
Required hazard marking, lighting, and signing.
Work zone lighting for nighttime construction (if applicable).
Lead times for required notifications.
2.6.2 Construction Safety Drawings.
Drawings specifically indicating operational safety procedures and methods in affected
areas (i.e., construction safety drawings) should be developed for each construction
phase. Such drawings should be included in the CSPP as referenced attachments and
should also be included in the contract drawing package.
2.7 Areas and Operations Affected by Construction Activity.
Runways and taxiways should remain in use by aircraft to the maximum extent possible
without compromising safety. Pre-meetings with the FAA ATO will support operational
simulations. See Appendix E for an example of a table showing temporary operations
versus current operations. The tables in Appendix E can be useful for coordination
among all interested parties, including FAA Lines of Business.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 334 of 441
12/13/2017 AC 150/5370-2G
2-8
2.7.1 Identification of Affected Areas.
Identifying areas and operations affected by the construction helps to determine
possible safety problems. The affected areas should be identified in the construction
safety drawings for each construction phase. (See paragraph 2.6.2.) Of particular
concern are:
2.7.1.1 Closing, or Partial Closing, of Runways, Taxiways and Aprons, and
Displaced Thresholds.
When a runway is partially closed, a portion of the pavement is
unavailable for any aircraft operation, meaning taxiing, landing, or takeoff
in either direction on that pavement is prohibited. A displaced threshold,
by contrast, is established to ensure obstacle clearance and adequate safety
area for landing aircraft. The pavement prior to the displaced threshold is
normally available for take-off in the direction of the displacement and for
landing and takeoff in the opposite direction. Misunderstanding this
difference, may result in issuance of an inaccurate NOTAM, and can lead
to a hazardous condition.
2.7.1.1.1 Partially Closed Runways.
The temporarily closed portion of a partially closed runway will generally
extend from the threshold to a taxiway that may be used for entering and
exiting the runway. If the closed portion extends to a point between
taxiways, pilots will have to back-taxi on the runway, which is an
undesirable operation. See Figure 2-1 for a desirable configuration.
2.7.1.1.2 Displaced Thresholds.
Since the portion of the runway pavement between the permanent
threshold and a standard displaced threshold is available for takeoff and
for landing in the opposite direction, the temporary displaced threshold
need not be located at an entrance/exit taxiway. See Figure 2-2.
2.7.1.2 Closing of aircraft rescue and fire fighting access routes.
2.7.1.3 Closing of access routes used by airport and airline support vehicles.
2.7.1.4 Interruption of utilities, including water supplies for fire fighting.
2.7.1.5 Approach/departure surfaces affected by heights of objects.
2.7.1.6 Construction areas, storage areas, and access routes near runways,
taxiways, aprons, or helipads.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 335 of 441
12/13/2017 AC 150/5370-2G
2-9
Figure 2-1. Temporary Partially Closed Runway
OBLITERATE RUNWAY DESIGNATION
AND CENTERLINE MARKINGS
OBLITERATE THRESHOLD
MARKINGS
INSTALL TEMPORARY
RUNWAY DESIGNATION
AND THRESHOLD BAR
CONSTRUCTION AREA
RUNWAY SAFETY
AREA EXTENDS
REQUIRED DISTANCE
PRIOR TO
THRESHOLD
DISCONNECT/COVER
TAXIWAY DIRECTION
SIGNS
LOW PROFILE BARRICADES
WITH FLASHERS
SEE NOTE 1
INSTALL TEMPORARY
RUNWAY
THRESHOLD/END
LIGHTING
DISCONNECT LIGHTS (TYPICAL)
OBLITERATE AIMING
POINT MARKING
RWY 2 TAKEOFF RUN
AVAILABLE 6750 FT
USE DECLARED
DISTANCES TO
PROVIDE RSA
AND CLEAR
APPROACH AND
DEPARTURE
SURFACE
COVER DISTANCE
REMAINING SIGN
IN THIS DIRECTION
(OPTIONAL)
OBLITERATE
TOUCHDOWN
ZONE MARKING
INSTALL TEMPORARY
REIL
CHANGE LENSES
AS NECESSARY
BLAST FENCE TO PROTECT
CONSTRUCTION ZONE (MAY
BE REQUIRED). IF BLAST
FENCE IS NOT USED, INSTALL
LOW PROFILE BARRICADES
INSTALL TEMPORARY
CHEVRONS
NOT TO SCALE
INSTALL SIGN AT
BOTH ENDS OF THE
RUNWAY (OPTIONAL)
PLACE LOW PROFILE BARRICADES AT
ALL ACCESS POINTS TO CLOSED
SECTION OF RUNWAY.
MEASURES WILL VARY PER EACH
1.
3.
NOTES:
DISCONNECT/COVER
TAXIWAY DIRECTION
SIGN
INSTALL TEMPORARY
TAXIWAY CLOSED
MARKING
OBLITERATE TAXIWAY
CENTERLINE MARKINGS
TO CLOSED AREAS
SPECIFIC SITUATION.
THIS FIGURE IS A SCHEMATIC
REPRESENTATION AND NOT INTENDED
FOR INSPECTION PURPOSES. REFER TO
THE APPLICABLE ACs FOR GUIDANCE.
2.
DISCONNECT/COVER LIGHTS IN CLOSED
DURING CONSTRUCTION VASI AND PAPI
SYSTEMS SHOULD BE TAKEN OUT OF
4.
AREAS.
SERVICE.
THIS FIGURE DEPICTS A TYPICAL
TEMPORARY PARTIALLY CLOSED
RUNWAY. THE ACTUAL TEMPORARY
5.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 336 of 441
12/13/2017 AC 150/5370-2G
2-10
Figure 2-2. Temporary Displaced Threshold
Note: See paragraph 2.18.2.5.
OBLITERATE AIMING
POINT MARKING
OBLITERATE
TOUCHDOWN ZONE
AND CENTERLINE
MARKING
OBLITERATE RUNWAY
DESIGNATION MARKING
INSTALL TEMPORARY
RUNWAY DESIGNATION,
ARROWHEADS AND
DISPLACED THRESHOLD BAR
CONSTRUCTION AREA
INSTALL TEMPORARY
ARROWS TO EXISTING
CENTERLINE MARKING,
SEE NOTE
RUNWAY SAFETY
AREA EXTENDS
REQUIRED DISTANCE
PRIOR TO
THRESHOLD
INSTALL RED/RED LIGHTS
CHANGE EXISTING
LIGHTS TO YELLOW/RED
TURN CENTERLINE LIGHTS
OFF IF DISPLACEMENT OF
THRESHOLD IS MORE THAN 700'
USE DECLARED
DISTANCES
TO PROVIDE
RSA AND CLEAR
APPROACH/DEPARTURE
SURFACE
INSTALL TEMPORARY
RUNWAY THRESHOLD LIGHTING
LIGHT IS YELLOW/GREEN,
ALL OTHERS ARE BLANK/GREEN)
(INBOARD
OBLITERATE
THRESHOLD
MARKINGS
INSTALL
TEMPORARY
REIL (OPTIONAL)
NOT TO SCALE
THIS FIGURE IS A SCHEMATIC REPRESENTATION
MEASURES WILL VARY PER EACH SPECIFIC
SITUATION.
1.
2.
NOTES:
REFER TO THE APPLICABLE ACs FOR GUIDANCE.
AND NOT INTENDED FOR INSPECTION PURPOSES. BLAST FENCE OUTSIDE
TOFA TO PROTECT
CONSTRUCTION ZONE
(MAY BE REQUIRED)
DURING CONSTRUCTION VASI AND PAPI SYSTEMS
SHOULD BE TAKEN OUT OF SERVICE.
3.
THIS FIGURE DIPICTS A TYPICAL TEMPORARY
DISPLACED THRESHOLD. THE ACTUAL TEMPORARY
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 337 of 441
12/13/2017 AC 150/5370-2G
2-11
2.7.2 Mitigation of Effects.
Establishment of specific procedures is necessary to maintain the safety and efficiency
of airport operations. The CSPP must address:
2.7.2.1 Temporary changes to runway and/or taxi operations.
2.7.2.2 Detours for ARFF and other airport vehicles.
2.7.2.3 Maintenance of essential utilities.
2.7.2.4 Temporary changes to air traffic control procedures. Such changes must
be coordinated with the ATO.
2.8 Navigation Aid (NAVAID) Protection.
Before commencing construction activity, parking vehicles, or storing construction
equipment and materials near a NAVAID, coordinate with the appropriate FAA
ATO/Technical Operations office to evaluate the effect of construction activity and the
required distance and direction from the NAVAID. (See paragraph 2.13.5.3.)
Construction activities, materials/equipment storage, and vehicle parking near electronic
NAVAIDs require special consideration since they may interfere with signals essential
to air navigation. If any NAVAID may be affected, the CSPP and SPCD must show an
understanding of the “critical area” associated with each NAVAID and describe how it
will be protected. Where applicable, the operational critical areas of NAVAIDs should
be graphically delineated on the project drawings. Pay particular attention to stockpiling
material, as well as to movement and parking of equipment that may interfere with line
of sight from the ATCT or with electronic emissions. Interference from construction
equipment and activities may require NAVAID shutdown or adjustment of instrument
approach minimums for low visibility operations. This condition requires that a
NOTAM be filed (see paragraph 2.13.2). Construction activities and
materials/equipment storage near a NAVAID must not obstruct access to the equipment
and instruments for maintenance. Submittal of a 7460-1 form is required for
construction vehicles operating near FAA NAVAIDs. (See paragraph 2.13.5.3.)
2.9 Contractor Access.
The CSPP must detail the areas to which the contractor must have access, and explain
how contractor personnel will access those areas. Specifically address:
2.9.1 Location of Stockpiled Construction Materials.
Stockpiled materials and equipment storage are not permitted within the RSA and OFZ,
and if possible should not be permitted within the Object Free Area (OFA) of an
operational runway. Stockpiling material in the OFA requires submittal of a 7460-1
form and justification provided to the appropriate FAA Airports Regional or District
Office for approval. The airport operator must ensure that stockpiled materials and
equipment adjacent to these areas are prominently marked and lighted during hours of
restricted visibility or darkness. (See paragraph 2.18.2.) This includes determining and
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 338 of 441
12/13/2017 AC 150/5370-2G
2-12
verifying that materials are stabilized and stored at an approved location so as not to be
a hazard to aircraft operations and to prevent attraction of wildlife and foreign object
damage from blowing or tracked material. See paragraphs 2.10 and 2.11.
2.9.2 Vehicle and Pedestrian Operations.
The CSPP should include specific vehicle and pedestrian requirements. Vehicle and
pedestrian access routes for airport construction projects must be controlled to prevent
inadvertent or unauthorized entry of persons, vehicles, or animals onto the AOA. The
airport operator should coordinate requirements for vehicle operations with airport
tenants, contractors, and the FAA air traffic manager. In regard to vehicle and
pedestrian operations, the CSPP should include the following, with associated training
requirements:
2.9.2.1 Construction Site Parking.
Designate in advance vehicle parking areas for contractor employees to
prevent any unauthorized entry of persons or vehicles onto the AOA.
These areas should provide reasonable contractor employee access to the
job site.
2.9.2.2 Construction Equipment Parking.
Contractor employees must park and service all construction vehicles in an
area designated by the airport operator outside the OFZ and never in the
safety area of an active runway or taxiway. Unless a complex setup
procedure makes movement of specialized equipment infeasible, inactive
equipment must not be parked on a closed taxiway or runway. If it is
necessary to leave specialized equipment on a closed taxiway or runway at
night, the equipment must be well lighted. Employees should also park
construction vehicles outside the OFA when not in use by construction
personnel (for example, overnight, on weekends, or during other periods
when construction is not active). Parking areas must not obstruct the clear
line of sight by the ATCT to any taxiways or runways under air traffic
control nor obstruct any runway visual aids, signs, or navigation aids. The
FAA must also study those areas to determine effects on airport design
criteria, surfaces established by 14 CFR Part 77, Safe, Efficient Use, and
Preservation of the Navigable Airspace (Part 77), and on NAVAIDs and
Instrument Approach Procedures (IAP). See paragraph 2.13.1 for further
information.
2.9.2.3 Access and Haul Roads.
Determine the construction contractor’s access to the construction sites
and haul roads. Do not permit the construction contractor to use any
access or haul roads other than those approved. Access routes used by
contractor vehicles must be clearly marked to prevent inadvertent entry to
areas open to airport operations. Pay special attention to ensure that if
construction traffic is to share or cross any ARFF routes that ARFF right
of way is not impeded at any time, and that construction traffic on haul
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 339 of 441
12/13/2017 AC 150/5370-2G
2-13
roads does not interfere with NAVAIDs or approach surfaces of
operational runways. Address whether access gates will be blocked or
inoperative or if a rally point will be blocked or inaccessible.
2.9.2.4 Marking and lighting of vehicles in accordance with AC 150/5210-5,
Painting, Marking, and Lighting of Vehicles Used on an Airport.
2.9.2.5 Description of proper vehicle operations on various areas under normal,
lost communications, and emergency conditions.
2.9.2.6 Required escorts.
2.9.2.7 Training Requirements for Vehicle Drivers to Ensure Compliance
with the Airport Operator’s Vehicle Rules and Regulations.
Specific training should be provided to vehicle operators, including those
providing escorts. See AC 150/5210-20, Ground Vehicle Operations on
Airports, for information on training and records maintenance
requirements.
2.9.2.8 Situational Awareness.
Vehicle drivers must confirm by personal observation that no aircraft is
approaching their position (either in the air or on the ground) when given
clearance to cross a runway, taxiway, or any other area open to airport
operations. In addition, it is the responsibility of the escort vehicle driver
to verify the movement/position of all escorted vehicles at any given time.
At non-towered airports, all aircraft movements and flight operations rely
on aircraft operators to self-report their positions and intentions. However,
there is no requirement for an aircraft to have radio communications.
Because aircraft do not always broadcast their positions or intentions,
visual checking, radio monitoring, and situational awareness of the
surroundings is critical to safety.
2.9.2.9 Two-Way Radio Communication Procedures.
2.9.2.9.1 General.
The airport operator must ensure that tenant and construction contractor
personnel engaged in activities involving unescorted operation on aircraft
movement areas observe the proper procedures for communications,
including using appropriate radio frequencies at airports with and without
ATCT. When operating vehicles on or near open runways or taxiways,
construction personnel must understand the critical importance of
maintaining radio contact, as directed by the airport operator, with:
1. Airport operations
2. ATCT
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 340 of 441
12/13/2017 AC 150/5370-2G
2-14
3. Common Traffic Advisory Frequency (CTAF), which may include
UNICOM, MULTICOM.
4. Automatic Terminal Information Service (ATIS). This frequency is
useful for monitoring conditions on the airport. Local air traffic will
broadcast information regarding construction related runway closures
and “shortened” runways on the ATIS frequency.
2.9.2.9.2 Areas Requiring Two-Way Radio Communication with the ATCT.
Vehicular traffic crossing active movement areas must be controlled either
by two-way radio with the ATCT, escort, flagman, signal light, or other
means appropriate for the particular airport.
2.9.2.9.3 Frequencies to be Used.
The airport operator will specify the frequencies to be used by the
contractor, which may include the CTAF for monitoring of aircraft
operations. Frequencies may also be assigned by the airport operator for
other communications, including any radio frequency in compliance with
Federal Communications Commission requirements. At airports with an
ATCT, the airport operator will specify the frequency assigned by the
ATCT to be used between contractor vehicles and the ATCT.
2.9.2.9.4 Proper radio usage, including read back requirements.
2.9.2.9.5 Proper phraseology, including the International Phonetic Alphabet.
2.9.2.9.6 Light Gun Signals.
Even though radio communication is maintained, escort vehicle drivers
must also familiarize themselves with ATCT light gun signals in the event
of radio failure. See the FAA safety placard “Ground Vehicle Guide to
Airport Signs and Markings.” This safety placard may be downloaded
through the Runway Safety Program Web site at
http://www.faa.gov/airports/runway_safety/publications/ (see “Signs &
Markings Vehicle Dashboard Sticker”) or obtained from the FAA Airports
Regional Office.
2.9.2.10 Maintenance of the secured area of the airport, including:
2.9.2.10.1 Fencing and Gates.
Airport operators and contractors must take care to maintain security
during construction when access points are created in the security fencing
to permit the passage of construction vehicles or personnel. Temporary
gates should be equipped so they can be securely closed and locked to
prevent access by animals and unauthorized people. Procedures should be
in place to ensure that only authorized persons and vehicles have access to
the AOA and to prohibit “piggybacking” behind another person or vehicle.
The Department of Transportation (DOT) document DOT/FAA/AR-
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 341 of 441
12/13/2017 AC 150/5370-2G
2-15
00/52, Recommended Security Guidelines for Airport Planning and
Construction, provides more specific information on fencing. A copy of
this document can be obtained from the Airport Consultants Council,
Airports Council International, or American Association of Airport
Executives.
2.9.2.10.2 Badging Requirements.
Airports subject to 49 CFR Part 1542, Airport Security, must meet
standards for access control, movement of ground vehicles, and
identification of construction contractor and tenant personnel.
2.10 Wildlife Management.
The CSPP and SPCD must be in accordance with the airport operator’s wildlife hazard
management plan, if applicable. See AC 150/5200-33, Hazardous Wildlife Attractants
On or Near Airports, and CertAlert 98-05, Grasses Attractive to Hazardous Wildlife.
Construction contractors must carefully control and continuously remove waste or loose
materials that might attract wildlife. Contractor personnel must be aware of and avoid
construction activities that can create wildlife hazards on airports, such as:
2.10.1 Trash.
Food scraps must be collected from construction personnel activity.
2.10.2 Standing Water.
2.10.3 Tall Grass and Seeds.
Requirements for turf establishment can be at odds with requirements for wildlife
control. Grass seed is attractive to birds. Lower quality seed mixtures can contain seeds
of plants (such as clover) that attract larger wildlife. Seeding should comply with the
guidance in AC 150/5370-10, Standards for Specifying Construction of Airports, Item
T-901, Seeding. Contact the local office of the United Sates Department of Agriculture
Soil Conservation Service or the State University Agricultural Extension Service
(County Agent or equivalent) for assistance and recommendations. These agencies can
also provide liming and fertilizer recommendations.
2.10.4 Poorly Maintained Fencing and Gates.
See paragraph 2.9.2.10.1.
2.10.5 Disruption of Existing Wildlife Habitat.
While this will frequently be unavoidable due to the nature of the project, the CSPP
should specify under what circumstances (location, wildlife type) contractor personnel
should immediately notify the airport operator of wildlife sightings.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 342 of 441
12/13/2017 AC 150/5370-2G
2-16
2.11 Foreign Object Debris (FOD) Management.
Waste and loose materials, commonly referred to as FOD, are capable of causing
damage to aircraft landing gears, propellers, and jet engines. Construction contractors
must not leave or place FOD on or near active aircraft movement areas. Materials
capable of creating FOD must be continuously removed during the construction project.
Fencing (other than security fencing) or covers may be necessary to contain material
that can be carried by wind into areas where aircraft operate. See AC 150/5210-24,
Foreign Object Debris (FOD) Management.
2.12 Hazardous Materials (HAZMAT) Management.
Contractors operating construction vehicles and equipment on the airport must be
prepared to expeditiously contain and clean-up spills resulting from fuel or hydraulic
fluid leaks. Transport and handling of other hazardous materials on an airport also
requires special procedures. See AC 150/5320-15, Management of Airport Industrial
Waste.
2.13 Notification of Construction Activities.
The CSPP and SPCD must detail procedures for the immediate notification of airport
users and the FAA of any conditions adversely affecting the operational safety of the
airport. It must address the notification actions described below, as applicable.
2.13.1 List of Responsible Representatives/points of contact for all involved parties, and
procedures for contacting each of them, including after hours.
2.13.2 NOTAMs.
Only the airport operator may initiate or cancel NOTAMs on airport conditions, and is
the only entity that can close or open a runway. The airport operator must coordinate the
issuance, maintenance, and cancellation of NOTAMs about airport conditions resulting
from construction activities with tenants and the local air traffic facility (control tower,
approach control, or air traffic control center), and must either enter the NOTAM into
NOTAM Manager, or provide information on closed or hazardous conditions on airport
movement areas to the FAA Flight Service Station (FSS) so it can issue a NOTAM. The
airport operator must file and maintain a list of authorized representatives with the FSS.
Refer to AC 150/5200-28, Notices to Airmen (NOTAMs) for Airport Operators, for a
sample NOTAM form. Only the FAA may issue or cancel NOTAMs on shutdown or
irregular operation of FAA owned facilities. Any person having reason to believe that a
NOTAM is missing, incomplete, or inaccurate must notify the airport operator. See
paragraph 2.7.1.1 about issuing NOTAMs for partially closed runways versus runways
with displaced thresholds.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 343 of 441
12/13/2017 AC 150/5370-2G
2-17
2.13.3 Emergency notification procedures for medical, fire fighting, and police response.
2.13.4 Coordination with ARFF.
The CSPP must detail procedures for coordinating through the airport sponsor with
ARFF personnel, mutual aid providers, and other emergency services if construction
requires:
1. The deactivation and subsequent reactivation of water lines or fire hydrants, or
2. The rerouting, blocking and restoration of emergency access routes, or
3. The use of hazardous materials on the airfield.
2.13.5 Notification to the FAA.
2.13.5.1 Part 77.
Any person proposing construction or alteration of objects that affect
navigable airspace, as defined in Part 77, must notify the FAA. This
includes construction equipment and proposed parking areas for this
equipment (i.e., cranes, graders, other equipment) on airports. FAA Form
7460-1, Notice of Proposed Construction or Alteration, can be used for
this purpose and submitted to the appropriate FAA Airports Regional or
District Office. See Appendix A to download the form. Further guidance
is available on the FAA web site at oeaaa.faa.gov.
2.13.5.2 Part 157.
With some exceptions, Title 14 CFR Part 157, Notice of Construction,
Alteration, Activation, and Deactivation of Airports, requires that the
airport operator notify the FAA in writing whenever a non-Federally
funded project involves the construction of a new airport; the construction,
realigning, altering, activating, or abandoning of a runway, landing strip,
or associated taxiway; or the deactivation or abandoning of an entire
airport. Notification involves submitting FAA Form 7480-1, Notice of
Landing Area Proposal, to the nearest FAA Airports Regional or District
Office. See Appendix A to download the form.
2.13.5.3 NAVAIDs.
For emergency (short-notice) notification about impacts to both airport
owned and FAA owned NAVAIDs, contact: 866-432-2622.
2.13.5.3.1 Airport Owned/FAA Maintained.
If construction operations require a shutdown of 24 hours or greater in
duration, or more than 4 hours daily on consecutive days, of a NAVAID
owned by the airport but maintained by the FAA, provide a 45-day
minimum notice to FAA ATO/Technical Operations prior to facility
shutdown, using Strategic Event Coordination (SEC) Form 6000.26
contained within FAA Order 6000.15, General Maintenance Handbook
for National Airspace System (NAS) Facilities.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 344 of 441
12/13/2017 AC 150/5370-2G
2-18
2.13.5.3.2 FAA Owned.
1. The airport operator must notify the appropriate FAA ATO Service
Area Planning and Requirements (P&R) Group a minimum of 45 days
prior to implementing an event that causes impacts to NAVAIDs,
using SEC Form 6000.26.
2. Coordinate work for an FAA owned NAVAID shutdown with the
local FAA ATO/Technical Operations office, including any necessary
reimbursable agreements and flight checks. Detail procedures that
address unanticipated utility outages and cable cuts that could impact
FAA NAVAIDs. Refer to active Service Level Agreement with ATO
for specifics.
2.14 Inspection Requirements.
2.14.1 Daily Inspections.
Inspections should be conducted at least daily, but more frequently if necessary to
ensure conformance with the CSPP. A sample checklist is provided in Appendix D,
Construction Project Daily Safety Inspection Checklist. See also AC 150/5200-18,
Airport Safety Self-Inspection. Airport operators holding a Part 139 certificate are
required to conduct self-inspections during unusual conditions, such as construction
activities, that may affect safe air carrier operations.
2.14.2 Interim Inspections.
Inspections should be conducted of all areas to be (re)opened to aircraft traffic to ensure
the proper operation of lights and signs, for correct markings, and absence of FOD. The
contractor should conduct an inspection of the work area with airport operations
personnel. The contractor should ensure that all construction materials have been
secured, all pavement surfaces have been swept clean, all transition ramps have been
properly constructed, and that surfaces have been appropriately marked for aircraft to
operate safely. Only if all items on the list meet with the airport operator’s approval
should the air traffic control tower be notified to open the area to aircraft operations.
The contractor should be required to retain a suitable workforce and the necessary
equipment at the work area for any last minute cleanup that may be requested by the
airport operator prior to opening the area.
2.14.3 Final Inspections.
New runways and extended runway closures may require safety inspections at
certificated airports prior to allowing air carrier service. Coordinate with the FAA
Airport Certification Safety Inspector (ACSI) to determine if a final inspection will be
necessary.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 345 of 441
12/13/2017 AC 150/5370-2G
2-19
2.15 Underground Utilities.
The CSPP and/or SPCD must include procedures for locating and protecting existing
underground utilities, cables, wires, pipelines, and other underground facilities in
excavation areas. This may involve coordinating with public utilities and FAA
ATO/Technical Operations. Note that “One Call” or “Miss Utility” services do not
include FAA ATO/Technical Operations.
2.16 Penalties.
The CSPP should detail penalty provisions for noncompliance with airport rules and
regulations and the safety plans (for example, if a vehicle is involved in a runway
incursion). Such penalties typically include rescission of driving privileges or access to
the AOA.
2.17 Special Conditions.
The CSPP must detail any special conditions that affect the operation of the airport and
will require the activation of any special procedures (for example, low-visibility
operations, snow removal, aircraft in distress, aircraft accident, security breach, Vehicle
/ Pedestrian Deviation (VPD) and other activities requiring construction
suspension/resumption).
2.18 Runway and Taxiway Visual Aids.
This includes marking, lighting, signs, and visual NAVAIDs. The CSPP must ensure
that areas where aircraft will be operating are clearly and visibly separated from
construction areas, including closed runways. Throughout the duration of the
construction project, verify that these areas remain clearly marked and visible at all
times and that marking, lighting, signs, and visual NAVAIDs that are to continue to
perform their functions during construction remain in place and operational. Visual
NAVAIDs that are not serving their intended function during construction must be
temporarily disabled, covered, or modified as necessary. The CSPP must address the
following, as appropriate:
2.18.1 General.
Airport markings, lighting, signs, and visual NAVAIDs must be clearly visible to pilots,
not misleading, confusing, or deceptive. All must be secured in place to prevent
movement by prop wash, jet blast, wing vortices, and other wind currents and
constructed of materials that will minimize damage to an aircraft in the event of
inadvertent contact. Items used to secure such markings must be of a color similar to the
marking.
2.18.2 Markings.
During the course of construction projects, temporary pavement markings are often
required to allow for aircraft operations during or between work periods. During the
design phase of the project, the designer should coordinate with the project manager,
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 346 of 441
12/13/2017 AC 150/5370-2G
2-20
airport operations, airport users, the FAA Airports project manager, and Airport
Certification Safety Inspector for Part 139 airports to determine minimum temporary
markings. The FAA Airports project manager will, wherever a runway is closed,
coordinate with the appropriate FAA Flight Standards Office and disseminate findings
to all parties. Where possible, the temporary markings on finish grade pavements should
be placed to mirror the dimensions of the final markings. Markings must be in
compliance with the standards of AC 150/5340-1, Standards for Airport Markings,
except as noted herein. Runways and runway exit taxiways closed to aircraft operations
are marked with a yellow X. The preferred visual aid to depict temporary runway
closure is the lighted X signal placed on or near the runway designation numbers. (See
paragraph 2.18.2.1.2.)
2.18.2.1 Closed Runways and Taxiways.
2.18.2.1.1 Permanently Closed Runways.
For runways, obliterate the threshold marking, runway designation
marking, and touchdown zone markings, and place an X at each end and at
1,000-foot (300 m) intervals. For a multiple runway environment, if the
lighted X on a designated number will be located in the RSA of an
adjacent active runway, locate the lighted X farther down the closed
runway to clear the RSA of the active runway. In addition, the closed
runway numbers located in the RSA of an active runway must be marked
with a flat yellow X.
2.18.2.1.2 Temporarily Closed Runways.
For runways that have been temporarily closed, place an X at each end of
the runway directly on or as near as practicable to the runway designation
numbers. For a multiple runway environment, if the lighted X on a
designated number will be located in the RSA of an adjacent active
runway, locate the lighted X farther down the closed runway to clear the
RSA of the active runway. In addition, the closed runway numbers located
in the RSA of an active runway must be marked with a flat yellow X. See
Figure 2-3. See also paragraph 2.18.3.3.
2.18.2.1.3 Partially Closed Runways and Displaced Thresholds.
When threshold markings are needed to identify the temporary beginning
of the runway that is available for landing, the markings must comply with
AC 150/5340-1. An X is not used on a partially closed runway or a
runway with a displaced threshold. See paragraph 2.7.1.1 for the
difference between partially closed runways and runways with displaced
thresholds. Because of the temporary nature of threshold displacement due
to construction, it is not necessary to re-adjust the existing runway
centerline markings to meet standard spacing for a runway with a visual
approach. Some of the requirements below may be waived in the cases of
low-activity airports and/or short duration changes that are measured in
days rather than weeks. Consider whether the presence of an airport traffic
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 347 of 441
12/13/2017 AC 150/5370-2G
2-21
control tower allows for the development of special procedures. Contact
the appropriate FAA Airports Regional or District Office for assistance.
Figure 2-3. Markings for a Temporarily Closed Runway
1. Partially Closed Runways. Pavement markings for temporary closed
portions of the runway consist of a runway threshold bar, runway
designation, and yellow chevrons to identify pavement areas that are
unsuitable for takeoff or landing (see AC 150/5340-1). Obliterate or
cover markings prior to the moved threshold. Existing touchdown zone
markings beyond the moved threshold may remain in place. Obliterate
aiming point markings. Issue appropriate NOTAMs regarding any
nonstandard markings. See Figure 2-4.
2. Displaced Thresholds. Pavement markings for a displaced threshold
consist of a runway threshold bar, runway designation, and white
arrowheads with and without arrow shafts. These markings are
required to identify the portion of the runway before the displaced
threshold to provide centerline guidance for pilots during approaches,
takeoffs, and landing rollouts from the opposite direction. See AC
150/5340-1. Obliterate markings prior to the displaced threshold.
Existing touchdown zone markings beyond the displaced threshold
may remain in place. Obliterate aiming point markings. Issue
appropriate NOTAMs regarding any nonstandard markings. See
Figure 2-2.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 348 of 441
12/13/2017 AC 150/5370-2G
2-22
2.18.2.1.4 Taxiways.
1. Permanently Closed Taxiways. AC 150/5300-13 Airport Design,
notes that it is preferable to remove the pavement, but for pavement
that is to remain, place an X at the entrance to both ends of the closed
section. Obliterate taxiway centerline markings, including runway
leadoff lines, leading to the closed taxiway. See Figure 2-4.
Figure 2-4. Temporary Taxiway Closure
TAXIWAY
CLOSURE
MARKER
RSA BOUNDARY
LOW PROFILE BARRICADES
WITH FLASHERS
OBLITERATE LEAD-OFF
CENTERLINE FOR
EXTENDED CLOSURE
TSA BOUNDARY
CLOSED TAXIWAY
LOW PROFILE BARRICADES
WITH FLASHERS
HOLDING POSITION MARKING
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 349 of 441
12/13/2017 AC 150/5370-2G
2-23
2. Temporarily Closed Taxiways. Place barricades outside the safety
area of intersecting taxiways. For runway/taxiway intersections, place
an X at the entrance to the closed taxiway from the runway. If the
taxiway will be closed for an extended period, obliterate taxiway
centerline markings, including runway leadoff lines and taxiway to
taxiway turns, leading to the closed section. Always obliterate runway
lead-off lines for high speed exits, regardless of the duration of the
closure. If the centerline markings will be reused upon reopening the
taxiway, it is preferable to paint over the marking. This will result in
less damage to the pavement when the upper layer of paint is
ultimately removed. See Figure 2-4.
2.18.2.1.5 Temporarily Closed Airport.
When the airport is closed temporarily, mark all the runways as closed.
2.18.2.2 If unable to paint temporary markings on the pavement, construct them
from any of the following materials: fabric, colored plastic, painted sheets
of plywood, or similar materials. They must be properly configured and
appropriately secured to prevent movement by prop wash, jet blast, or
other wind currents. Items used to secure such markings must be of a color
similar to the marking.
2.18.2.3 It may be necessary to remove or cover runway markings, including but
not limited to, runway designation markings, threshold markings,
centerline markings, edge stripes, touchdown zone markings and aiming
point markings, depending on the length of construction and type of
activity at the airport. When removing runway markings, apply the same
treatment to areas between stripes or numbers, as the cleaned area will
appear to pilots as a marking in the shape of the treated area.
2.18.2.4 If it is not possible to install threshold bars, chevrons, and arrows on the
pavement, “temporary outboard white threshold bars and yellow
arrowheads”, see Figure 2-5, may be used. Locate them outside of the
runway pavement surface on both sides of the runway. The dimensions
must be as shown in Figure 2-5. If the markings are not discernible on
grass or snow, apply a black background with appropriate material over
the ground to ensure they are clearly visible.
2.18.2.5 The application rate of paint to mark a short-term temporary runway and
taxiway markings may deviate from the standard (see Item P-620,
“Runway and Taxiway Painting,” in AC 150/5370-10), but the dimensions
must meet the existing standards. When applying temporary markings at
night, it is recommended that the fast curing, Type II paint be used to help
offset the higher humidity and cooler temperatures often experienced at
night. Diluting the paint will substantially increase cure time and is not
recommended. Glass beads are not recommended for temporary markings.
Striated markings may also be used for certain temporary markings. AC
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 350 of 441
12/13/2017 AC 150/5370-2G
2-24
150/5340-1, Standards for Airport Markings, has additional guidance on
temporary markings.
Figure 2-5. Temporary Outboard White Threshold Bars and Yellow Arrowheads
YELLOW ARROWHEAD DETAIL
5'
15'
3'
45'
10'
W/2
W/4
SHOULDER EDGE
W
INSTALL TEMPORARY WHITE
THRESHOLD BARS AND
YELLOW ARROWHEADS ON
BOTH SIDES
SEE DETAIL BELOW
CLOSED PORTION OF
RUNWAY
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 351 of 441
12/13/2017 AC 150/5370-2G
2-25
2.18.3 Lighting and Visual NAVAIDs.
This paragraph refers to standard runway and taxiway lighting systems. See below for
hazard lighting. Lighting installation must be in conformance with AC 150/5340-30,
Design and Installation Details for Airport Visual Aids, and fixture design in
conformance with AC 150/5345-50, Specification for Portable Runway and Taxiway
Lights. When disconnecting runway and taxiway lighting fixtures, disconnect the
associated isolation transformers. See AC 150/5340-26, Maintenance of Airport Visual
Aid Facilities, for disconnect procedures and safety precautions. Alternately, cover the
light fixture in such a way as to prevent light leakage. Avoid removing the lamp from
energized fixtures because an excessive number of isolation transformers with open
secondaries may damage the regulators and/or increase the current above its normal
value. Secure, identify, and place any above ground temporary wiring in conduit to
prevent electrocution and fire ignition sources. Maintain mandatory hold signs to
operate normally in any situation where pilots or vehicle drivers could mistakenly be in
that location. At towered airports certificated under Part 139, holding position signs are
required to be illuminated on open taxiways crossing to closed or inactive runways. If
the holding position sign is installed on the runway circuit for the closed runway, install
a jumper to the taxiway circuit to provide power to the holding position sign for
nighttime operations. Where it is not possible to maintain power to signs that would
normally be operational, install barricades to exclude aircraft. Figure 2-1, Figure 2-2,
Figure 2-3, and Figure 2-4 illustrate temporary changes to lighting and visual
NAVAIDs.
2.18.3.1 Permanently Closed Runways and Taxiways.
For runways and taxiways that have been permanently closed, disconnect
the lighting circuits.
2.18.3.2 Temporarily Closed Runways and New Runways Not Yet Open to Air
Traffic.
If available, use a lighted X, both at night and during the day, placed at
each end of the runway on or near the runway designation numbers facing
the approach. (Note that the lighted X must be illuminated at all times that
it is on a runway.) The use of a lighted X is required if night work requires
runway lighting to be on. See AC 150/5345-55, Specification for L-893,
Lighted Visual Aid to Indicate Temporary Runway Closure. For runways
that have been temporarily closed, but for an extended period, and for
those with pilot controlled lighting, disconnect the lighting circuits or
secure switches to prevent inadvertent activation. For runways that will be
opened periodically, coordinate procedures with the FAA air traffic
manager or, at airports without an ATCT, the airport operator. Activate
stop bars if available. Figure 2-6 shows a lighted X by day. Figure 2-7
shows a lighted X at night.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 352 of 441
12/13/2017 AC 150/5370-2G
2-26
Figure 2-6. Lighted X in Daytime
Figure 2-7. Lighted X at Night
2.18.3.3 Partially Closed Runways and Displaced Thresholds.
When a runway is partially closed, a portion of the pavement is
unavailable for any aircraft operation, meaning taxiing and landing or
taking off in either direction. A displaced threshold, by contrast, is put in
place to ensure obstacle clearance by landing aircraft. The pavement prior
to the displaced threshold is available for takeoff in the direction of the
displacement, and for landing and takeoff in the opposite direction.
Misunderstanding this difference and issuance of a subsequently
inaccurate NOTAM can result in a hazardous situation. For both partially
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 353 of 441
12/13/2017 AC 150/5370-2G
2-27
closed runways and displaced thresholds, approach lighting systems at the
affected end must be placed out of service.
2.18.3.3.1 Partially Closed Runways.
Disconnect edge and threshold lights on that part of the runway at and
behind the threshold (that is, the portion of the runway that is closed).
Alternately, cover the light fixtures in such a way as to prevent light
leakage. See Figure 2-1.
2.18.3.3.2 Temporary Displaced Thresholds.
Edge lighting in the area of the displacement emits red light in the
direction of approach and yellow light (white for visual runways) in the
opposite direction. If the displacement is 700 feet or less, blank out
centerline lights in the direction of approach or place the centerline lights
out of service. If the displacement is over 700 feet, place the centerline
lights out of service. See AC 150/5340-30 for details on lighting displaced
thresholds. See Figure 2-2.
2.18.3.3.3 Temporary runway thresholds and runway ends must be lighted if the
runway is lighted and it is the intended threshold for night landings or
instrument meteorological conditions.
2.18.3.3.4 A temporary threshold on an unlighted runway may be marked by
retroreflective, elevated markers in addition to markings noted in
paragraph 2.18.2.1.3. Markers seen by aircraft on approach are green.
Markers at the rollout end of the runway are red. At certificated airports,
temporary elevated threshold markers must be mounted with a frangible
fitting (see 14 CFR Part 139.309). At non-certificated airports, the
temporary elevated threshold markings may either be mounted with a
frangible fitting or be flexible. See AC 150/5345-39, Specification for L-
853, Runway and Taxiway Retroreflective Markers.
2.18.3.3.5 Temporary threshold lights and runway end lights and related visual
NAVAIDs are installed outboard of the edges of the full-strength
pavement only when they cannot be installed on the pavement. They are
installed with bases at grade level or as low as possible, but not more than
3 inch (7.6 cm) above ground. (The standard above ground height for
airport lighting fixtures is 14 inches (35 cm)). When any portion of a base
is above grade, place properly compacted fill around the base to minimize
the rate of gradient change so aircraft can, in an emergency, cross at
normal landing or takeoff speeds without incurring significant damage.
See AC 150/5370-10.
2.18.3.3.6 Maintain threshold and edge lighting color and spacing standards as
described in AC 150/5340-30. Battery powered, solar, or portable lights
that meet the criteria in AC 150/5345-50 may be used. These systems are
intended primarily for visual flight rules (VFR) aircraft operations but may
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 354 of 441
12/13/2017 AC 150/5370-2G
2-28
be used for instrument flight rules (IFR) aircraft operations, upon
individual approval from the Flight Standards Division of the applicable
FAA Regional Office.
2.18.3.3.7 When runway thresholds are temporarily displaced, reconfigure yellow
lenses (caution zone), as necessary, and place the centerline lights out of
service.
2.18.3.3.8 Relocate the Visual Glide Slope Indicator (VGSI), such as Visual Approach
Slope Indicator (VASI) and Precision Approach Path Indicator (PAPI);
other airport lights, such as Runway End Identifier Lights (REIL); and
approach lights to identify the temporary threshold. Another option is to
disable the VGSI or any equipment that would give misleading indications
to pilots as to the new threshold location. Installation of temporary visual
aids may be necessary to provide adequate guidance to pilots on approach
to the affected runway. If the FAA owns and operates the VGSI,
coordinate its installation or disabling with the local ATO/Technical
Operations Office. Relocation of such visual aids will depend on the
duration of the project and the benefits gained from the relocation, as this
can result in great expense. See FAA JO 6850.2, Visual Guidance Lighting
Systems, for installation criteria for FAA owned and operated NAVAIDs.
2.18.3.3.9 Issue a NOTAM to inform pilots of temporary lighting conditions.
2.18.3.4 Temporarily Closed Taxiways.
If possible, deactivate the taxiway lighting circuits. When deactivation is
not possible (for example other taxiways on the same circuit are to remain
open), cover the light fixture in a way as to prevent light leakage.
2.18.4 Signs.
To the extent possible, signs must be in conformance with AC 150/5345-44,
Specification for Runway and Taxiway Signs, and AC 150/5340-18, Standard for
Airport Sign Systems.
2.18.4.1 Existing Signs.
Runway exit signs are to be covered for closed runway exits. Outbound
destination signs are to be covered for closed runways. Any time a sign
does not serve its normal function or would provide conflicting
information, it must be covered or removed to prevent misdirecting pilots.
Note that information signs identifying a crossing taxiway continue to
perform their normal function even if the crossing taxiway is closed. For
long term construction projects, consider relocating signs, especially
runway distance remaining signs.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 355 of 441
12/13/2017 AC 150/5370-2G
2-29
2.18.4.2 Temporary Signs.
Orange construction signs comprise a message in black on an orange
background. Orange construction signs may help pilots be aware of
changed conditions. The airport operator may choose to introduce these
signs as part of a movement area construction project to increase
situational awareness when needed. Locate signs outside the taxiway
safety limits and ahead of construction areas so pilots can take timely
action. Use temporary signs judiciously, striking a balance between the
need for information and the increase in pilot workload. When there is a
concern of pilot “information overload,” the applicability of mandatory
hold signs must take precedence over orange construction signs
recommended during construction. Temporary signs must meet the
standards for such signs in Engineering Brief 93, Guidance for the
Assembly and Installation of Temporary Orange Construction Signs.
Many criteria in AC 150/5345-44, Specification for Runway and Taxiway
Signs, are referenced in the Engineering Brief. Permissible sign legends
are:
1. CONSTRUCTION AHEAD,
2. CONSTRUCTION ON RAMP, and
3. RWY XX TAKEOFF RUN AVAILABLE XXX FT.
Phasing, supported by drawings and sign schedule, for the installation of
orange construction signs must be included in the CSPP or SPCD.
2.18.4.2.1 Takeoff Run Available (TORA) signs.
Recommended: Where a runway has been shortened for takeoff, install
orange TORA signs well before the hold lines, such as on a parallel
taxiway prior to a turn to a runway hold position. See EB 93 for sign size
and location.
2.18.4.2.2 Sign legends are shown in Figure F-1.
Note: See Figure E-1, Figure E-2, Figure E-3, Figure F-2, and Figure F-3
for examples of orange construction sign locations.
2.19 Marking and Signs for Access Routes.
The CSPP should indicate that pavement markings and signs for construction personnel
will conform to AC 150/5340-18 and, to the extent practicable, with the Federal
Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) and/or
State highway specifications. Signs adjacent to areas used by aircraft must comply with
the frangibility requirements of AC 150/5220-23, Frangible Connections, which may
require modification to size and height guidance in the MUTCD.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 356 of 441
12/13/2017 AC 150/5370-2G
2-30
2.20 Hazard Marking, Lighting and Signing.
2.20.1 Hazard marking, lighting, and signing prevent pilots from entering areas closed to
aircraft, and prevent construction personnel from entering areas open to aircraft. The
CSPP must specify prominent, comprehensible warning indicators for any area affected
by construction that is normally accessible to aircraft, personnel, or vehicles. Hazard
marking and lighting must also be specified to identify open manholes, small areas
under repair, stockpiled material, waste areas, and areas subject to jet blast. Also
consider less obvious construction-related hazards and include markings to identify
FAA, airport, and National Weather Service facilities cables and power lines;
instrument landing system (ILS) critical areas; airport surfaces, such as RSA, OFA, and
OFZ; and other sensitive areas to make it easier for contractor personnel to avoid these
areas.
2.20.2 Equipment.
2.20.2.1 Barricades.
Low profile barricades, including traffic cones, (weighted or sturdily
attached to the surface) are acceptable methods used to identify and define
the limits of construction and hazardous areas on airports. Careful
consideration must be given to selecting equipment that poses the least
danger to aircraft but is sturdy enough to remain in place when subjected
to typical winds, prop wash and jet blast. The spacing of barricades must
be such that a breach is physically prevented barring a deliberate act. For
example, if barricades are intended to exclude aircraft, gaps between
barricades must be smaller than the wingspan of the smallest aircraft to be
excluded; if barricades are intended to exclude vehicles, gaps between
barricades must be smaller than the width of the excluded vehicles,
generally 4 feet (1.2 meters). Provision must be made for ARFF access if
necessary. If barricades are intended to exclude pedestrians, they must be
continuously linked. Continuous linking may be accomplished through the
use of ropes, securely attached to prevent FOD.
2.20.2.2 Lights.
Lights must be red, either steady burning or flashing, and must meet the
luminance requirements of the State Highway Department. Batteries
powering lights will last longer if lights flash. Lights must be mounted on
barricades and spaced at no more than 10 feet (3 meters). Lights must be
operated between sunset and sunrise and during periods of low visibility
whenever the airport is open for operations. They may be operated by
photocell, but this may require that the contractor turn them on manually
during periods of low visibility during daytime hours.
2.20.2.3 Supplement Barricades with Signs (for example) As Necessary.
Examples are “No Entry” and “No Vehicles.” Be aware of the increased
effects of wind and jet blast on barricades with attached signs.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 357 of 441
12/13/2017 AC 150/5370-2G
2-31
2.20.2.4 Air Operations Area – General.
Barricades are not permitted in any active safety area or on the runway
side of a runway hold line. Within a runway or taxiway object free area,
and on aprons, use orange traffic cones, flashing or steady burning red
lights as noted above, highly reflective collapsible barricades marked with
diagonal, alternating orange and white stripes; and/or signs to separate all
construction/maintenance areas from the movement area. Barricades may
be supplemented with alternating orange and white flags at least 20 by 20
inch (50 by 50 cm) square and securely fastened to eliminate FOD. All
barricades adjacent to any open runway or taxiway / taxilane safety area,
or apron must be as low as possible to the ground, and no more than 18
inches high, exclusive of supplementary lights and flags. Barricades must
be of low mass; easily collapsible upon contact with an aircraft or any of
its components; and weighted or sturdily attached to the surface to prevent
displacement from prop wash, jet blast, wing vortex, and other surface
wind currents. If affixed to the surface, they must be frangible at grade
level or as low as possible, but not to exceed 3 inch (7.6 cm) above the
ground. Figure 2-8 and Figure 2-9 show sample barricades with proper
coloring and flags.
Figure 2-8. Interlocking Barricades
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 358 of 441
12/13/2017 AC 150/5370-2G
2-32
Figure 2-9. Low Profile Barricades
2.20.2.5 Air Operations Area – Runway/Taxiway Intersections.
Use highly reflective barricades with lights to close taxiways leading to
closed runways. Evaluate all operating factors when determining how to
mark temporary closures that can last from 10 to 15 minutes to a much
longer period of time. However, even for closures of relatively short
duration, close all taxiway/runway intersections with barricades. The use
of traffic cones is appropriate for short duration closures.
2.20.2.6 Air Operations Area – Other.
Beyond runway and taxiway object free areas and aprons, barricades
intended for construction vehicles and personnel may be many different
shapes and made from various materials, including railroad ties,
sawhorses, jersey barriers, or barrels.
2.20.2.7 Maintenance.
The construction specifications must include a provision requiring the
contractor to have a person on call 24 hours a day for emergency
maintenance of airport hazard lighting and barricades. The contractor must
file the contact person’s information with the airport operator. Lighting
should be checked for proper operation at least once per day, preferably at
dusk.
2.21 Work Zone Lighting for Nighttime Construction.
Lighting equipment must adequately illuminate the work area if the construction is to be
performed during nighttime hours. Refer to AC 150/5370-10 for minimum illumination
levels for nighttime paving projects. Additionally, it is recommended that all support
equipment, except haul trucks, be equipped with artificial illumination to safely
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 359 of 441
12/13/2017 AC 150/5370-2G
2-33
illuminate the area immediately surrounding their work areas. The lights should be
positioned to provide the most natural color illumination and contrast with a minimum
of shadows. The spacing must be determined by trial. Light towers should be positioned
and adjusted to aim away from ATCT cabs and active runways to prevent blinding
effects. Shielding may be necessary. Light towers should be removed from the
construction site when the area is reopened to aircraft operations. Construction lighting
units should be identified and generally located on the construction phasing plans in
relationship to the ATCT and active runways and taxiways.
2.22 Protection of Runway and Taxiway Safety Areas.
Runway and taxiway safety areas, OFZs, OFAs, and approach surfaces are described in
AC 150/5300-13. Protection of these areas includes limitations on the location and
height of equipment and stockpiled material. An FAA airspace study may be required.
Coordinate with the appropriate FAA Airports Regional or District Office if there is any
doubt as to requirements or dimensions (see paragraph 2.13.5) as soon as the location
and height of materials or equipment are known. The CSPP should include drawings
showing all safety areas, object free areas, obstacle free zones and approach departure
surfaces affected by construction.
2.22.1 Runway Safety Area (RSA).
A runway safety area is the defined surface surrounding the runway prepared or suitable
for reducing the risk of damage to airplanes in the event of an undershoot, overshoot, or
excursion from the runway (see AC 150/5300-13). Construction activities within the
existing RSA are subject to the following conditions:
2.22.1.1 No construction may occur within the existing RSA while the runway is
open for aircraft operations. The RSA dimensions may be temporarily
adjusted if the runway is restricted to aircraft operations requiring an RSA
that is equal to the RSA width and length beyond the runway ends
available during construction. (See AC 150/5300-13). The temporary use
of declared distances and/or partial runway closures may provide the
necessary RSA under certain circumstances. Coordinate with the
appropriate FAA Airports Regional or District Office to have declared
distances information published, and appropriate NOTAMs issued. See
AC 150/5300-13 for guidance on the use of declared distances.
2.22.1.2 The airport operator must coordinate the adjustment of RSA dimensions as
permitted above with the appropriate FAA Airports Regional or District
Office and the local FAA air traffic manager and issue a NOTAM.
2.22.1.3 The CSPP and SPCD must provide procedures for ensuring adequate
distance for protection from blasting operations, if required by operational
considerations.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 360 of 441
12/13/2017 AC 150/5370-2G
2-34
2.22.1.4 Excavations.
2.22.1.4.1 Open trenches or excavations are not permitted within the RSA while the
runway is open. Backfill trenches before the runway is opened. If
backfilling excavations before the runway must be opened is
impracticable, cover the excavations appropriately. Covering for open
trenches must be designed to allow the safe operation of the heaviest
aircraft operating on the runway across the trench without damage to the
aircraft.
2.22.1.4.2 Construction contractors must prominently mark open trenches and
excavations at the construction site with red or orange flags, as approved
by the airport operator, and light them with red lights during hours of
restricted visibility or darkness.
2.22.1.5 Erosion Control.
Soil erosion must be controlled to maintain RSA standards, that is, the
RSA must be cleared and graded and have no potentially hazardous ruts,
humps, depressions, or other surface variations, and capable, under dry
conditions, of supporting snow removal equipment, aircraft rescue and fire
fighting equipment, and the occasional passage of aircraft without causing
structural damage to the aircraft.
2.22.2 Runway Object Free Area (ROFA).
Construction, including excavations, may be permitted in the ROFA. However,
equipment must be removed from the ROFA when not in use, and material should not
be stockpiled in the ROFA if not necessary. Stockpiling material in the OFA requires
submittal of a 7460-1 form and justification provided to the appropriate FAA Airports
Regional or District Office for approval.
2.22.3 Taxiway Safety Area (TSA).
2.22.3.1 A taxiway safety area is a defined surface alongside the taxiway prepared
or suitable for reducing the risk of damage to an airplane unintentionally
departing the taxiway. (See AC 150/5300-13.) Since the width of the TSA
is equal to the wingspan of the design aircraft, no construction may occur
within the TSA while the taxiway is open for aircraft operations. The TSA
dimensions may be temporarily adjusted if the taxiway is restricted to
aircraft operations requiring a TSA that is equal to the TSA width
available during construction. Give special consideration to TSA
dimensions at taxiway turns and intersections. (see AC 150/5300-13).
2.22.3.2 The airport operator must coordinate the adjustment of the TSA width as
permitted above with the appropriate FAA Airports Regional or District
Office and the FAA air traffic manager and issue a NOTAM.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 361 of 441
12/13/2017 AC 150/5370-2G
2-35
2.22.3.3 The CSPP and SPCD must provide procedures for ensuring adequate
distance for protection from blasting operations.
2.22.3.4 Excavations.
1. Curves. Open trenches or excavations are not permitted within the
TSA while the taxiway is open. Trenches should be backfilled before
the taxiway is opened. If backfilling excavations before the taxiway
must be opened is impracticable, cover the excavations appropriately.
Covering for open trenches must be designed to allow the safe
operation of the heaviest aircraft operating on the taxiway across the
trench without damage to the aircraft.
2. Straight Sections. Open trenches or excavations are not permitted
within the TSA while the taxiway is open for unrestricted aircraft
operations. Trenches should be backfilled before the taxiway is
opened. If backfilling excavations before the taxiway must be opened
is impracticable, cover the excavations to allow the safe passage of
ARFF equipment and of the heaviest aircraft operating on the taxiway
across the trench without causing damage to the equipment or aircraft.
In rare circumstances where the section of taxiway is indispensable for
aircraft movement, open trenches or excavations may be permitted in
the TSA while the taxiway is open to aircraft operations, subject to the
following restrictions:
a. Taxiing speed is limited to 10 mph.
b. Appropriate NOTAMs are issued.
c. Marking and lighting meeting the provisions of paragraphs 2.18
and 2.20 are implemented.
d. Low mass, low-profile lighted barricades are installed.
e. Appropriate temporary orange construction signs are installed.
3. Construction contractors must prominently mark open trenches and
excavations at the construction site with red or orange flags, as
approved by the airport operator, and light them with red lights during
hours of restricted visibility or darkness.
2.22.3.5 Erosion control.
Soil erosion must be controlled to maintain TSA standards, that is, the
TSA must be cleared and graded and have no potentially hazardous ruts,
humps, depressions, or other surface variations, and capable, under dry
conditions, of supporting snow removal equipment, aircraft rescue and
firefighting equipment, and the occasional passage of aircraft without
causing structural damage to the aircraft.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 362 of 441
12/13/2017 AC 150/5370-2G
2-36
2.22.4 Taxiway Object Free Area (TOFA).
Unlike the Runway Object Free Area, aircraft wings regularly penetrate the taxiway
object free area during normal operations. Thus, the restrictions are more stringent.
Except as provided below, no construction may occur within the taxiway object free
area while the taxiway is open for aircraft operations.
2.22.4.1 The taxiway object free area dimensions may be temporarily adjusted if
the taxiway is restricted to aircraft operations requiring a taxiway object
free area that is equal to the taxiway object free area width available. Give
special consideration to TOFA dimensions at taxiway turns and
intersections.
2.22.4.2 Offset taxiway centerline and edge pavement markings (do not use glass
beads) may be used as a temporary measure to provide the required
taxiway object free area. Where offset taxiway pavement markings are
provided, centerline lighting, centerline reflectors, or taxiway edge
reflectors are required. Existing lighting that does not coincide with the
temporary markings must be taken out of service.
2.22.4.3 Construction activity, including open excavations, may be accomplished
without adjusting the width of the taxiway object free area, subject to the
following restrictions:
2.22.4.3.1 Taxiing speed is limited to 10 mph.
2.22.4.3.2 NOTAMs issued advising taxiing pilots of hazard and recommending
reduced taxiing speeds on the taxiway.
2.22.4.3.3 Marking and lighting meeting the provisions of paragraphs 2.18 and 2.20
are implemented.
2.22.4.3.4 If desired, appropriate orange construction signs are installed. See
paragraph 2.18.4.2 and Appendix F.
2.22.4.3.5 Five-foot clearance is maintained between equipment and materials and
any part of an aircraft (includes wingtip overhang). If such clearance can
only be maintained if an aircraft does not have full use of the entire
taxiway width (with its main landing gear at the edge of the usable
pavement), then it will be necessary to move personnel and equipment for
the passage of that aircraft.
2.22.4.3.6 Flaggers furnished by the contractor must be used to direct and control
construction equipment and personnel to a pre-established setback
distance for safe passage of aircraft, and airline and/or airport personnel.
Flaggers must also be used to direct taxiing aircraft. Due to liability
issues, the airport operator should require airlines to provide flaggers for
directing taxiing aircraft.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 363 of 441
12/13/2017 AC 150/5370-2G
2-37
2.22.5 Obstacle Free Zone (OFZ).
In general, personnel, material, and/or equipment may not penetrate the OFZ while the
runway is open for aircraft operations. If a penetration to the OFZ is necessary, it may
be possible to continue aircraft operations through operational restrictions. Coordinate
with the FAA through the appropriate FAA Airports Regional or District Office.
2.22.6 Runway Approach/Departure Areas and Clearways.
All personnel, materials, and/or equipment must remain clear of the applicable
threshold siting surfaces, as defined in AC 150/5300-13. Objects that do not penetrate
these surfaces may still be obstructions to air navigation and may affect standard
instrument approach procedures. Coordinate with the FAA through the appropriate
FAA Airports Regional or District Office.
2.22.6.1 Construction activity in a runway approach/departure area may result in
the need to partially close a runway or displace the existing runway
threshold. Partial runway closure, displacement of the runway threshold,
as well as closure of the complete runway and other portions of the
movement area also require coordination through the airport operator with
the appropriate FAA air traffic manager (FSS if non-towered) and
ATO/Technical Operations (for affected NAVAIDS) and airport users.
2.22.6.2 Caution About Partial Runway Closures.
When filing a NOTAM for a partial runway closure, clearly state that the
portion of pavement located prior to the threshold is not available for
landing and departing traffic. In this case, the threshold has been moved
for both landing and takeoff purposes (this is different than a displaced
threshold). There may be situations where the portion of closed runway is
available for taxiing only. If so, the NOTAM must reflect this condition).
2.22.6.3 Caution About Displaced Thresholds.
Implementation of a displaced threshold affects runway length available
for aircraft landing over the displacement. Depending on the reason for the
displacement (to provide obstruction clearance or RSA), such a
displacement may also require an adjustment in the landing distance
available and accelerate-stop distance available in the opposite direction.
If project scope includes personnel, equipment, excavation, or other work
within the existing RSA of any usable runway end, do not implement a
displaced threshold unless arrivals and departures toward the construction
activity are prohibited. Instead, implement a partial closure.
2.23 Other Limitations on Construction.
The CSPP must specify any other limitations on construction, including but not limited
to:
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 364 of 441
12/13/2017 AC 150/5370-2G
2-38
2.23.1 Prohibitions.
2.23.1.1 No use of tall equipment (cranes, concrete pumps, and so on) unless a
7460-1 determination letter is issued for such equipment.
2.23.1.2 No use of open flame welding or torches unless fire safety precautions are
provided and the airport operator has approved their use.
2.23.1.3 No use of electrical blasting caps on or within 1,000 feet (300 meters) of
the airport property. See AC 150/5370-10.
2.23.2 Restrictions.
2.23.2.1 Construction suspension required during specific airport operations.
2.23.2.2 Areas that cannot be worked on simultaneously.
2.23.2.3 Day or night construction restrictions.
2.23.2.4 Seasonal construction restrictions.
2.23.2.5 Temporary signs not approved by the airport operator.
2.23.2.6 Grades changes that could result in unplanned effects on NAVAIDs.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 365 of 441
12/13/2017 AC 150/5370-2G
3-1
CHAPTER 3. GUIDELINES FOR WRITING A CSPP
3.1 General Requirements.
The CSPP is a standalone document written to correspond with the subjects outlined in
paragraph 2.4. The CSPP is organized by numbered sections corresponding to each
subject listed in paragraph 2.4, and described in detail in paragraphs 2.5 - 2.23. Each
section number and title in the CSPP matches the corresponding subject outlined in
paragraph 2.4 (for example, 1. Coordination, 2. Phasing, 3. Areas and Operations
Affected by the Construction Activity, and so on). With the exception of the project
scope of work outlined in Section 2. Phasing, only subjects specific to operational
safety during construction should be addressed.
3.2 Applicability of Subjects.
Each section should, to the extent practical, focus on the specific subject. Where an
overlapping requirement spans several sections, the requirement should be explained in
detail in the most applicable section. A reference to that section should be included in
all other sections where the requirement may apply. For example, the requirement to
protect existing underground FAA ILS cables during trenching operations could be
considered FAA ATO coordination (Coordination, paragraph 2.5.3), an area and
operation affected by the construction activity (Areas and Operations Affected by the
Construction Activity, paragraph 2.7.1.4), a protection of a NAVAID (Protection of
Navigational Aids (NAVAIDs), paragraph 2.8), or a notification to the FAA of
construction activities (Notification of Construction Activities, paragraph 2.13.5.3.2).
However, it is more specifically an underground utility requirement (Underground
Utilities, paragraph 2.15). The procedure for protecting underground ILS cables during
trenching operations should therefore be described in 2.4.2.11: “The contractor must
coordinate with the local FAA System Support Center (SSC) to mark existing ILS cable
routes along Runway 17-35. The ILS cables will be located by hand digging whenever
the trenching operation moves within 10 feet of the cable markings.” All other
applicable sections should include a reference to 2.4.2.11: “ILS cables shall be
identified and protected as described in 2.4.2.11” or “See 2.4.2.11 for ILS cable
identification and protection requirements.” Thus, the CSPP should be considered as a
whole, with no need to duplicate responses to related issues.
3.3 Graphical Representations.
Construction safety drawings should be included in the CSPP as attachments. When
other graphical representations will aid in supporting written statements, the drawings,
diagrams, and/or photographs should also be attached to the CSPP. References should
be made in the CSPP to each graphical attachment and may be made in multiple
sections.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 366 of 441
12/13/2017 AC 150/5370-2G
3-2
3.4 Reference Documents.
The CSPP must not incorporate a document by reference unless reproduction of the
material in that document is prohibited. In that case, either copies of or a source for the
referenced document must be provided to the contractor. Where this AC recommends
references (e.g. as in paragraph 3.9) the intent is to include a reference to the
corresponding section in the CSPP, not to this Advisory Circular.
3.5 Restrictions.
The CSPP should not be considered as a project design review document. The CSPP
should also avoid mention of permanent (“as-built”) features such as pavements,
markings, signs, and lighting, except when such features are intended to aid in
maintaining operational safety during the construction.
3.6 Coordination.
Include in this section a detailed description of conferences and meetings to be held
both before and during the project. Include appropriate information from AC 150/5370-
12. Discuss coordination procedures and schedules for each required FAA ATO
Technical Operations shutdown and restart and all required flight inspections.
3.7 Phasing.
Include in this section a detailed scope of work description for the project as a whole
and each phase of work covered by the CSPP. This includes all locations and durations
of the work proposed. Attach drawings to graphically support the written scope of work.
Detail in this section the sequenced phases of the proposed construction. Include a
reference to paragraph 3.8, as appropriate.
3.8 Areas and Operations Affected by Construction.
Focus in this section on identifying the areas and operations affected by the
construction. Describe corresponding mitigation that is not covered in detail elsewhere
in the CSPP. Include references to paragraphs below as appropriate. Attach drawings as
necessary to graphically describe affected areas and mechanisms proposed. See
Appendix F for sample operational effects tables and figures.
3.9 NAVAID Protection.
List in this section all NAVAID facilities that will be affected by the construction.
Identify NAVAID facilities that will be placed out of service at any time prior to or
during construction activities. Identify individuals responsible for coordinating each
shutdown and when each facility will be out of service. Include a reference to paragraph
3.6 for FAA ATO NAVAID shutdown, restart, and flight inspection coordination.
Outline in detail procedures to protect each NAVAID facility remaining in service from
interference by construction activities. Include a reference to paragraph 3.14 for the
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 367 of 441
12/13/2017 AC 150/5370-2G
3-3
issuance of NOTAMs as required. Include a reference to paragraph 3.16 for the
protection of underground cables and piping serving NAVAIDs. If temporary visual
aids are proposed to replace or supplement existing facilities, include a reference to
paragraph 3.19. Attach drawings to graphically indicate the affected NAVAIDS and the
corresponding critical areas.
3.10 Contractor Access.
This will necessarily be the most extensive section of the CSPP. Provide sufficient
detail so that a contractor not experienced in working on airports will understand the
unique restrictions such work will require. Due to this extent, it should be broken down
into subsections as described below:
3.10.1 Location of Stockpiled Construction Materials.
Describe in this section specific locations for stockpiling material. Note any height
restrictions on stockpiles. Include a reference to paragraph 3.21 for hazard marking and
lighting devices used to identify stockpiles. Include a reference to paragraph 3.11 for
provisions to prevent stockpile material from becoming wildlife attractants. Include a
reference to paragraph 3.12 for provisions to prevent stockpile material from becoming
FOD. Attach drawings to graphically indicate the stockpile locations.
3.10.2 Vehicle and Pedestrian Operations.
While there are many items to be addressed in this major subsection of the CSPP, all are
concerned with one main issue: keeping people and vehicles from areas of the airport
where they don’t belong. This includes preventing unauthorized entry to the AOA and
preventing the improper movement of pedestrians or vehicles on the airport. In this
section, focus on mechanisms to prevent construction vehicles and workers traveling to
and from the worksite from unauthorized entry into movement areas. Specify locations
of parking for both employee vehicles and construction equipment, and routes for
access and haul roads. In most cases, this will best be accomplished by attaching a
drawing. Quote from AC 150/5210-5 specific requirements for contractor vehicles
rather than referring to the AC as a whole, and include special requirements for
identifying HAZMAT vehicles. Quote from, rather than incorporate by reference, AC
150/5210-20 as appropriate to address the airport’s rules for ground vehicle operations,
including its training program. Discuss the airport’s recordkeeping system listing
authorized vehicle operators.
3.10.3 Two-Way Radio Communications.
Include a special section to identify all individuals who are required to maintain
communications with Air Traffic (AT) at airports with active towers, or monitor CTAF
at airports without or with closed ATCT. Include training requirements for all
individuals required to communicate with AT. Individuals required to monitor AT
frequencies should also be identified. If construction employees are also required to
communicate by radio with Airport Operations, this procedure should be described in
detail. Usage of vehicle mounted radios and/or portable radios should be addressed.
Communication procedures for the event of disabled radio communication (that is, light
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 368 of 441
12/13/2017 AC 150/5370-2G
3-4
signals, telephone numbers, others) must be included. All radio frequencies should by
identified (Tower, Ground Control, CTAF, UNICOM, ATIS, and so on).
3.10.4 Airport Security.
Address security as it applies to vehicle and pedestrian operations. Discuss TSA
requirements, security badging requirements, perimeter fence integrity, gate security,
and other needs. Attach drawings to graphically indicate secured and/or Security
Identification Display Areas (SIDA), perimeter fencing, and available access points.
3.11 Wildlife Management.
Discuss in this section wildlife management procedures. Describe the maintenance of
existing wildlife mitigation devices, such as perimeter fences, and procedures to limit
wildlife attractants. Include procedures to notify Airport Operations of wildlife
encounters. Include a reference to paragraph 3.10 for security (wildlife) fence integrity
maintenance as required.
3.12 FOD Management.
In this section, discuss methods to control and monitor FOD: worksite housekeeping,
ground vehicle tire inspections, runway sweeps, and so on. Include a reference to
paragraph 3.15 for inspection requirements as required.
3.13 HAZMAT Management.
Describe in this section HAZMAT management procedures: fuel deliveries, spill
recovery procedures, Safety Data Sheet (SDS), Material Safety Data Sheet (MSDS) or
Product Safety Data Sheet (PSDS) availability, and other considerations. Any specific
airport HAZMAT restrictions should also be identified. Include a reference to paragraph
3.10 for HAZMAT vehicle identification requirements. Quote from, rather than
incorporate by reference, AC 150/5320-15.
3.14 Notification of Construction Activities.
List in this section the names and telephone numbers of points of contact for all parties
affected by the construction project. We recommend a single list that includes all
telephone numbers required under this section. Include emergency notification
procedures for all representatives of all parties potentially impacted by the construction.
Identify individual representatives – and at least one alternate – for each party. List both
on-duty and off-duty contact information for each individual, including individuals
responsible for emergency maintenance of airport construction hazard lighting and
barricades. Describe procedures to coordinate immediate response to events that might
adversely affect the operational safety of the airport (such as interrupted NAVAID
service). Explain requirements for and the procedures for the issuance of Notices to
Airmen (NOTAMs), notification to FAA required by 14 CFR Part 77 and Part 157 and
in the event of affected NAVAIDs. For NOTAMs, identify an individual, and at least
one alternate, responsible for issuing and cancelling each specific type of Notice to
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 369 of 441
12/13/2017 AC 150/5370-2G
3-5
Airmen (NOTAM) required. Detail notification methods for police, fire fighting, and
medical emergencies. This may include 911, but should also include direct phone
numbers of local police departments and nearby hospitals. Identify the E911 address of
the airport and the emergency access route via haul roads to the construction site.
Require the contractor to have this information available to all workers. The local
Poison Control number should be listed. Procedures regarding notification of Airport
Operations and/or the ARFF Department of such emergencies should be identified, as
applicable. If airport radio communications are identified as a means of emergency
notification, include a reference to paragraph 3.10. Differentiate between emergency
and nonemergency notification of ARFF personnel, the latter including activities that
affect ARFF water supplies and access roads. Identify the primary ARFF contact person
and at least one alternate. If notification is to be made through Airport Operations, then
detail this procedure. Include a method of confirmation from the ARFF department.
3.15 Inspection Requirements.
Describe in this section inspection requirements to ensure airfield safety compliance.
Include a requirement for routine inspections by the resident engineer (RE) or other
airport operator’s representative and the construction contractors. If the engineering
consultants and/or contractors have a Safety Officer who will conduct such inspections,
identify this individual. Describe procedures for special inspections, such as those
required to reopen areas for aircraft operations. Part 139 requires daily airfield
inspections at certificated airports, but these may need to be more frequent when
construction is in progress. Discuss the role of such inspections on areas under
construction. Include a requirement to immediately remedy any deficiencies, whether
caused by negligence, oversight, or project scope change.
3.16 Underground Utilities.
Explain how existing underground utilities will be located and protected. Identify each
utility owner and include contact information for each company/agency in the master
list. Address emergency response procedures for damaged or disrupted utilities. Include
a reference to paragraph 3.14 for notification of utility owners of accidental utility
disruption as required.
3.17 Penalties.
Describe in this section specific penalties imposed for noncompliance with airport rules
and regulations, including the CSPP: SIDA violations, VPD, and others.
3.18 Special Conditions.
Identify any special conditions that may trigger specific safety mitigation actions
outlined in this CSPP: low visibility operations, snow removal, aircraft in distress,
aircraft accident, security breach, VPD, and other activities requiring construction
suspension/resumption. Include a reference to paragraph 3.10 for compliance with
airport safety and security measures and for radio communications as required. Include
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 370 of 441
12/13/2017 AC 150/5370-2G
3-6
a reference to paragraph 3.14 for emergency notification of all involved parties,
including police/security, ARFF, and medical services.
3.19 Runway and Taxiway Visual Aids.
Include marking, lighting, signs, and visual NAVAIDS. Detail temporary runway and
taxiway marking, lighting, signs, and visual NAVAIDs required for the construction.
Discuss existing marking, lighting, signs, and visual NAVAIDs that are temporarily,
altered, obliterated, or shut down. Consider non-federal facilities and address
requirements for reimbursable agreements necessary for alteration of FAA facilities and
for necessary flight checks. Identify temporary TORA signs or runway distance
remaining signs if appropriate. Identify required temporary visual NAVAIDs such as
REIL or PAPI. Quote from, rather than incorporate by reference, AC 150/5340-1,
Standards for Airport Markings; AC 150/5340-18, Standards for Airport Sign Systems;
and AC 150/5340-30, as required. Attach drawings to graphically indicate proposed
marking, lighting, signs, and visual NAVAIDs.
3.20 Marking and Signs for Access Routes.
Detail plans for marking and signs for vehicle access routes. To the extent possible,
signs should be in conformance with the Federal Highway Administration MUTCD
and/or State highway specifications, not hand lettered. Detail any modifications to the
guidance in the MUTCD necessary to meet frangibility/height requirements.
3.21 Hazard Marking and Lighting.
Specify all marking and lighting equipment, including when and where each type of
device is to be used. Specify maximum gaps between barricades and the maximum
spacing of hazard lighting. Identify one individual and at least one alternate responsible
for maintenance of hazard marking and lighting equipment in the master telephone list.
Include a reference to paragraph 3.14. Attach drawings to graphically indicate the
placement of hazard marking and lighting equipment.
3.22 Work Zone Lighting for Nighttime Construction.
If work is to be conducted at night, specify all lighting equipment, including when and
where each type of device is to be used. Indicate the direction lights are to be aimed and
any directions that aiming of lights is prohibited. Specify any shielding necessary in
instances where aiming is not sufficient to prevent interference with air traffic control
and aircraft operations. Attach drawings to graphically indicate the placement and
aiming of lighting equipment. Where the plan only indicates directions that aiming of
lights is prohibited, the placement and positioning of portable lights must be proposed
by the Contractor and approved by the airport operator’s representative each time lights
are relocated or repositioned.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 371 of 441
12/13/2017 AC 150/5370-2G
3-7
3.23 Protection of Runway and Taxiway Safety Areas.
This section should focus exclusively on procedures for protecting all safety areas,
including those altered by the construction: methods of demarcation, limit of access,
movement within safety areas, stockpiling and trenching restrictions, and so on.
Reference AC 150/5300-13, as required. Include a reference to paragraph 3.10 for
procedures regarding vehicle and personnel movement within safety areas. Include a
reference to paragraph 3.10 for material stockpile restrictions as required. Detail
requirements for trenching, excavations, and backfill. Include a reference to paragraph
3.21 for hazard marking and lighting devices used to identify open excavations as
required. If runway and taxiway closures are proposed to protect safety areas, or if
temporary displaced thresholds and/or revised declared distances are used to provide the
required Runway Safety Area, include a reference to paragraphs 3.14 and 3.19. Detail
procedures for protecting the runway OFZ, runway OFA, taxiway OFA and runway
approach surfaces including those altered by the construction: methods of demarcation,
limit of cranes, storage of equipment, and so on. Quote from, rather than incorporate by
reference, AC 150/5300-13, as required. Include a reference to paragraph 3.24 for
height (i.e., crane) restrictions as required. One way to address the height of equipment
that will move during the project is to establish a three-dimensional “box” within which
equipment will be confined that can be studied as a single object. Attach drawings to
graphically indicate the safety area, OFZ, and OFA boundaries.
3.24 Other Limitations on Construction.
This section should describe what limitations must be applied to each area of work and
when each limitation will be applied: limitations due to airport operations, height (i.e.,
crane) restrictions, areas which cannot be worked at simultaneously, day/night work
restrictions, winter construction, and other limitations. Include a reference to paragraph
3.7 for project phasing requirements based on construction limitations as required.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 372 of 441
12/13/2017 AC 150/5370-2G
3-8
Page Intentionally Blank
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 373 of 441
12/13/2017 AC 150/5370-2G
Appendix A
A-1
APPENDIX A. RELATED READING MATERIAL
Obtain the latest version of the following free publications from the FAA on its Web site at
http://www.faa.gov/airports/.
Table A-1. FAA Publications
Number Title and Description
AC 150/5200-28 Notices to Airmen (NOTAMs) for Airport Operators
Guidance for using the NOTAM System in airport reporting.
AC 150/5200-30 Airport Field Condition Assessments and Winter Operations Safety
Guidance for airport owners/operators on the development of an
acceptable airport snow and ice control program and on appropriate field
condition reporting procedures.
AC 150/5200-33 Hazardous Wildlife Attractants On or Near Airports
Guidance on locating certain land uses that might attract hazardous
wildlife to public-use airports.
AC 150/5210-5 Painting, Marking, and Lighting of Vehicles Used on an Airport
Guidance, specifications, and standards for painting, marking, and
lighting vehicles operating in the airport air operations areas.
AC 150/5210-20 Ground Vehicle Operations to include Taxiing or Towing an Aircraft on
Airports
Guidance to airport operators on developing ground vehicle operation
training programs.
AC 150/5300-13 Airport Design
FAA standards and recommendations for airport design. Establishes
approach visibility minimums as an airport design parameter, and
contains the Object Free area and the obstacle free-zone criteria.
AC 150/5210-24 Airport Foreign Object Debris (FOD) Management
Guidance for developing and managing an airport foreign object debris
(FOD) program
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 374 of 441
12/13/2017 AC 150/5370-2G
Appendix A
A-2
Number Title and Description
AC 150/5320-15 Management of Airport Industrial Waste
Basic information on the characteristics, management, and regulations of
industrial wastes generated at airports. Guidance for developing a Storm
Water Pollution Prevention Plan (SWPPP) that applies best management
practices to eliminate, prevent, or reduce pollutants in storm water runoff
with particular airport industrial activities.
AC 150/5340-1 Standards for Airport Markings
FAA standards for the siting and installation of signs on airport runways
and taxiways.
AC 150/5340-18 Standards for Airport Sign Systems
FAA standards for the siting and installation of signs on airport runways
and taxiways.
AC 150/5345-28 Precision Approach Path Indicator (PAPI) Systems
FAA standards for PAPI systems, which provide pilots with visual glide
slope guidance during approach for landing.
AC 150/5340-30 Design and Installation Details for Airport Visual Aids
Guidance and recommendations on the installation of airport visual aids.
AC 150/5345-39 Specification for L-853, Runway and Taxiway Retroreflective Markers
AC 150/5345-44 Specification for Runway and Taxiway Signs
FAA specifications for unlighted and lighted signs for taxiways and
runways.
AC 150/5345-53 Airport Lighting Equipment Certification Program
Details on the Airport Lighting Equipment Certification Program
(ALECP).
AC 150/5345-50 Specification for Portable Runway and Taxiway Lights
FAA standards for portable runway and taxiway lights and runway end
identifier lights for temporary use to permit continued aircraft operations
while all or part of a runway lighting system is inoperative.
AC 150/5345-55 Specification for L-893, Lighted Visual Aid to Indicate Temporary
Runway Closure
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 375 of 441
12/13/2017 AC 150/5370-2G
Appendix A
A-3
Number Title and Description
AC 150/5370-10 Standards for Specifying Construction of Airports
Standards for construction of airports, including earthwork, drainage,
paving, turfing, lighting, and incidental construction.
AC 150/5370-12 Quality Management for Federally Funded Airport Construction
Projects
EB 93 Guidance for the Assembly and Installation of Temporary Orange
Construction Signs
FAA Order 5200.11 FAA Airports (ARP) Safety Management System (SMS)
Basics for implementing SMS within ARP. Includes roles and
responsibilities of ARP management and staff as well as other FAA lines
of business that contribute to the ARP SMS.
FAA Certalert 98-05 Grasses Attractive to Hazardous Wildlife
Guidance on grass management and seed selection.
FAA Form 7460-1 Notice of Proposed Construction or Alteration
FAA Form 7480-1 Notice of Landing Area Proposal
FAA Form 6000.26 National NAS Strategic Interruption Service Level Agreement, Strategic
Events Coordination, Airport Sponsor Form
Obtain the latest version of the following free publications from the Electronic Code of
Federal Regulations at http://www.ecfr.gov/.
Table A-2. Code of Federal Regulation
Number Title
Title 14 CFR Part 77 Safe, Efficient Use and Preservation of the Navigable Airspace
Title 14 CFR Part 139 Certification of Airports
Title 49 CFR Part 1542 Airport Security
Obtain the latest version of the Manual on Uniform Traffic Control Devices from the
Federal Highway Administration at http://mutcd.fhwa.dot.gov/.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 376 of 441
12/13/2017 AC 150/5370-2G
Appendix A
A-4
Page Intentionally Blank
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 377 of 441
12/13/2017 AC 150/5370-2G
Appendix B
B-1
APPENDIX B. TERMS AND ACRONYMS
Table B-1. Terms and Acronyms
Term Definition
Form 7460-1 Notice of Proposed Construction or Alteration. For on-airport projects, the form
submitted to the FAA regional or airports division office as formal written
notification of any kind of construction or alteration of objects that affect navigable
airspace, as defined in 14 CFR Part 77, Safe, Efficient Use, and Preservation of
the Navigable Airspace. (See guidance available on the FAA web site at
https://oeaaa.faa.gov.) The form may be downloaded at
http://www.faa.gov/airports/resources/forms/, or filed electronically at:
https://oeaaa.faa.gov.
Form 7480-1 Notice of Landing Area Proposal. Form submitted to the FAA Airports Regional
Division Office or Airports District Office as formal written notification whenever
a project without an airport layout plan on file with the FAA involves the
construction of a new airport; the construction, realigning, altering, activating, or
abandoning of a runway, landing strip, or associated taxiway; or the deactivation or
abandoning of an entire airport The form may be downloaded at
http://www.faa.gov/airports/resources/forms/.
Form 6000-26 Airport Sponsor Strategic Event Submission Form
AC Advisory Circular
ACSI Airport Certification Safety Inspector
ADG Airplane Design Group
AIP Airport Improvement Program
ALECP Airport Lighting Equipment Certification Program
ANG Air National Guard
AOA Air Operations Area, as defined in 14 CFR Part 107. Means a portion of an airport,
specified in the airport security program, in which security measures are carried
out. This area includes aircraft movement areas, aircraft parking areas, loading
ramps, and safety areas, and any adjacent areas (such as general aviation areas) that
are not separated by adequate security systems, measures, or procedures. This area
does not include the secured area of the airport terminal building.
ARFF Aircraft Rescue and Fire Fighting
ARP FAA Office of Airports
ASDA Accelerate-Stop Distance Available
AT Air Traffic
ATCT Airport Traffic Control Tower
ATIS Automatic Terminal Information Service
ATO Air Traffic Organization
Certificated Airport An airport that has been issued an Airport Operating Certificate by the FAA under
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 378 of 441
12/13/2017 AC 150/5370-2G
Appendix B
B-2
Term Definition
the authority of 14 CFR Part 139, Certification of Airports.
CFR Code of Federal Regulations
Construction The presence of construction-related personnel, equipment, and materials in any
location that could infringe upon the movement of aircraft.
CSPP Construction Safety and Phasing Plan. The overall plan for safety and phasing of a
construction project developed by the airport operator, or developed by the airport
operator’s consultant and approved by the airport operator. It is included in the
invitation for bids and becomes part of the project specifications.
CTAF Common Traffic Advisory Frequency
Displaced
Threshold
A threshold that is located at a point on the runway other than the designated
beginning of the runway. The portion of pavement behind a displaced threshold is
available for takeoffs in either direction or landing from the opposite direction.
DOT Department of Transportation
EPA Environmental Protection Agency
FAA Federal Aviation Administration
FOD Foreign Object Debris/Damage
FSS Flight Service Station
GA General Aviation
HAZMAT Hazardous Materials
HMA Hot Mix Asphalt
IAP Instrument Approach Procedures
IFR Instrument Flight Rules
ILS Instrument Landing System
LDA Landing Distance Available
LOC Localizer antenna array
Movement Area The runways, taxiways, and other areas of an airport that are used for taxiing or
hover taxiing, air taxiing, takeoff, and landing of aircraft, exclusive of loading
aprons and aircraft parking areas (reference 14 CFR Part 139).
MSDS Material Safety Data Sheet
MUTCD Manual on Uniform Traffic Control Devices
NAVAID Navigation Aid
NAVAID Critical
Area
An area of defined shape and size associated with a NAVAID that must remain
clear and graded to avoid interference with the electronic signal.
Non-Movement
Area
The area inside the airport security fence exclusive of the Movement Area. It is
important to note that the non-movement area includes pavement traversed by
aircraft.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 379 of 441
12/13/2017 AC 150/5370-2G
Appendix B
B-3
Term Definition
NOTAM Notices to Airmen
Obstruction Any object/obstacle exceeding the obstruction standards specified by 14 CFR Part
77, subpart C.
OCC Operations Control Center
OE / AAA Obstruction Evaluation / Airport Airspace Analysis
OFA Object Free Area. An area on the ground centered on the runway, taxiway, or taxi
lane centerline provided to enhance safety of aircraft operations by having the area
free of objects except for those objects that need to be located in the OFA for air
navigation or aircraft ground maneuvering purposes. (See AC 150/5300-13 for
additional guidance on OFA standards and wingtip clearance criteria.)
OFZ Obstacle Free Zone. The airspace below 150 ft (45 m) above the established airport
elevation and along the runway and extended runway centerline that is required to
be clear of all objects, except for frangible visual NAVAIDs that need to be located
in the OFZ because of their function, in order to provide clearance protection for
aircraft landing or taking off from the runway and for missed approaches. The OFZ
is subdivided as follows: Runway OFZ, Inner Approach OFZ, Inner Transitional
OFZ, and Precision OFZ. Refer to AC 150/5300-13 for guidance on OFZ.
OSHA Occupational Safety and Health Administration
OTS Out of Service
P&R Planning and Requirements Group
NPI NAS Planning & Integration
PAPI Precision Approach Path Indicator
PFC Passenger Facility Charge
PLASI Pulse Light Approach Slope Indicator
Project Proposal
Summary
A clear and concise description of the proposed project or change that is the object
of Safety Risk Management.
RA Reimbursable Agreement
RE Resident Engineer
REIL Runway End Identifier Lights
RNAV Area Navigation
ROFA Runway Object Free Area
RSA Runway Safety Area. A defined surface surrounding the runway prepared or
suitable for reducing the risk of damage to airplanes in the event of an undershoot,
overshoot, or excursion from the runway, in accordance with AC 150/5300-13.
SDS Safety Data Sheet
SIDA Security Identification Display Area
SMS Safety Management System
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 380 of 441
12/13/2017 AC 150/5370-2G
Appendix B
B-4
Term Definition
SPCD Safety Plan Compliance Document. Details developed and submitted by a
contractor to the airport operator for approval providing details on how the
performance of a construction project will comply with the CSPP.
SRM Safety Risk Management
SSC System Support Center
Taxiway Safety
Area
A defined surface alongside the taxiway prepared or suitable for reducing the risk
of damage to an airplane unintentionally departing the taxiway, in accordance with
AC 150/5300-13.
TDG Taxiway Design Group
Temporary Any condition that is not intended to be permanent.
Temporary Runway
End
The beginning of that portion of the runway available for landing and taking off in
one direction, and for landing in the other direction. Note the difference from a
displaced threshold.
Threshold The beginning of that portion of the runway available for landing. In some
instances, the landing threshold may be displaced.
TODA Takeoff Distance Available
TOFA Taxiway Object Free Area
TORA Takeoff Run Available. The length of the runway less any length of runway
unavailable and/or unsuitable for takeoff run computations. See AC 150/5300-13
for guidance on declared distances.
TSA Taxiway Safety Area, or
Transportation Security Administration
UNICOM A radio communications system of a type used at small airports.
VASI Visual Approach Slope Indicator
VGSI Visual Glide Slope Indicator. A device that provides a visual glide slope indicator
to landing pilots. These systems include precision approach path indicator (PAPI),
visual approach slope indicator (VASI), and pulse light approach slope indicator
(PLASI).
VFR Visual Flight Rules
VOR Very High Frequency Omnidirectional Radio Range
VPD Vehicle / Pedestrian Deviation
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 381 of 441
12/13/2017 AC 150/5370-2G
Appendix C
C-1
APPENDIX C. SAFETY AND PHASING PLAN CHECKLIST
This appendix is keyed to Chapter 2. In the electronic version of this AC, clicking on the
paragraph designation in the Reference column will access the applicable paragraph. There may
be instances where the CSPP requires provisions that are not covered by the list in this appendix.
This checklist is intended as an aid, not a required submittal.
Table C-1. CSPP Checklist
Coordination Reference Addressed? Remarks
Yes No NA
General Considerations
Requirements for predesign, prebid,
and preconstruction conferences to
introduce the subject of airport
operational safety during construction
are specified.
2.5
Operational safety is a standing
agenda item for construction progress
meetings.
2.5
Scheduling of the construction phases
is properly addressed.
2.6
Any formal agreements are
established.
2.5.3
Areas and Operations Affected by Construction Activity
Drawings showing affected areas are
included.
2.7.1
Closed or partially closed runways,
taxiways, and aprons are depicted on
drawings.
2.7.1.1
Access routes used by ARFF vehicles
affected by the project are addressed.
2.7.1.2
Access routes used by airport and
airline support vehicles affected by
the project are addressed.
2.7.1.3
Underground utilities, including
water supplies for firefighting and
drainage.
2.7.1.4
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 382 of 441
12/13/2017 AC 150/5370-2G
Appendix C
C-2
Coordination Reference Addressed? Remarks
Yes No NA
Approach/departure surfaces affected
by heights of temporary objects are
addressed.
2.7.1.5
Construction areas, storage areas, and
access routes near runways, taxiways,
aprons, or helipads are properly
depicted on drawings.
2.7.1
Temporary changes to taxi operations
are addressed.
2.7.2.1
Detours for ARFF and other airport
vehicles are identified.
2.7.2.2
Maintenance of essential utilities and
underground infrastructure is
addressed.
2.7.2.3
Temporary changes to air traffic
control procedures are addressed.
2.7.2.4
NAVAIDs
Critical areas for NAVAIDs are
depicted on drawings.
2.8
Effects of construction activity on the
performance of NAVAIDS, including
unanticipated power outages, are
addressed.
2.8
Protection of NAVAID facilities is
addressed.
2.8
The required distance and direction
from each NAVAID to any
construction activity is depicted on
drawings.
2.8
Procedures for coordination with
FAA ATO/Technical Operations,
including identification of points of
contact, are included.
2.8, 2.13.1,
2.13.5.3.1,
2.18.1
Contractor Access
The CSPP addresses areas to which
contractor will have access and how
2.9
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 383 of 441
12/13/2017 AC 150/5370-2G
Appendix C
C-3
Coordination Reference Addressed? Remarks
Yes No NA
the areas will be accessed.
The application of 49 CFR Part 1542
Airport Security, where appropriate,
is addressed.
2.9
The location of stockpiled
construction materials is depicted on
drawings.
2.9.1
The requirement for stockpiles in the
ROFA to be approved by FAA is
included.
2.9.1
Requirements for proper stockpiling
of materials are included.
2.9.1
Construction site parking is
addressed.
2.9.2.1
Construction equipment parking is
addressed.
2.9.2.2
Access and haul roads are addressed. 2.9.2.3
A requirement for marking and
lighting of vehicles to comply with
AC 150/5210-5, Painting, Marking
and Lighting of Vehicles Used on an
Airport, is included.
2.9.2.4
Proper vehicle operations, including
requirements for escorts, are
described.
2.9.2.5, 2.9.2.6
Training requirements for vehicle
drivers are addressed.
2.9.2.7
Two-way radio communications
procedures are described.
2.9.2.9
Maintenance of the secured area of
the airport is addressed.
2.9.2.10
Wildlife Management
The airport operator’s wildlife
management procedures are
addressed.
2.10
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 384 of 441
12/13/2017 AC 150/5370-2G
Appendix C
C-4
Coordination Reference Addressed? Remarks
Yes No NA
Foreign Object Debris Management
The airport operator’s FOD
management procedures are
addressed.
2.11
Hazardous Materials Management
The airport operator’s hazardous
materials management procedures are
addressed.
2.12
Notification of Construction Activities
Procedures for the immediate
notification of airport user and local
FAA of any conditions adversely
affecting the operational safety of the
airport are detailed.
2.13
Maintenance of a list by the airport
operator of the responsible
representatives/points of contact for
all involved parties and procedures
for contacting them 24 hours a day,
seven days a week is specified.
2.13.1
A list of local ATO/Technical
Operations personnel is included.
2.13.1
A list of ATCT managers on duty is
included.
2.13.1
A list of authorized representatives to
the OCC is included.
2.13.2
Procedures for coordinating, issuing,
maintaining and cancelling by the
airport operator of NOTAMS about
airport conditions resulting from
construction are included.
2.8, 2.13.2,
2.18.3.3.9
Provision of information on closed or
hazardous conditions on airport
movement areas by the airport
operator to the OCC is specified.
2.13.2
Emergency notification procedures
for medical, fire fighting, and police
2.13.3
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 385 of 441
12/13/2017 AC 150/5370-2G
Appendix C
C-5
Coordination Reference Addressed? Remarks
Yes No NA
response are addressed.
Coordination with ARFF personnel
for non-emergency issues is
addressed.
2.13.4
Notification to the FAA under 14
CFR parts 77 and 157 is addressed.
2.13.5
Reimbursable agreements for flight
checks and/or design and
construction for FAA owned
NAVAIDs are addressed.
2.13.5.3.2
Inspection Requirements
Daily and interim inspections by both
the airport operator and contractor are
specified.
2.14.1, 2.14.2
Final inspections at certificated
airports are specified when required.
2.14.3
Underground Utilities
Procedures for protecting existing
underground facilities in excavation
areas are described.
2.15
Penalties
Penalty provisions for noncompliance
with airport rules and regulations and
the safety plans are detailed.
2.16
Special Conditions
Any special conditions that affect the
operation of the airport or require the
activation of any special procedures
are addressed.
2.17
Runway and Taxiway Visual Aids - Marking, Lighting, Signs, and Visual NAVAIDs
The proper securing of temporary
airport markings, lighting, signs, and
visual NAVAIDs is addressed.
2.18.1
Frangibility of airport markings,
lighting, signs, and visual NAVAIDs
is specified.
2.18.1, 2.18.3,
2.18.4.2,
2.20.2.4
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 386 of 441
12/13/2017 AC 150/5370-2G
Appendix C
C-6
Coordination Reference Addressed? Remarks
Yes No NA
The requirement for markings to be
in compliance with AC 150/5340-1,
Standards for Airport Markings, is
specified.
2.18.2
Detailed specifications for materials
and methods for temporary markings
are provided.
2.18.2
The requirement for lighting to
conform to AC 150/5340-30, Design
and Installation Details for Airport
Visual Aids; AC 150/5345-50,
Specification for Portable Runway
and Taxiway Lights; and AC
150/5345-53, Airport Lighting
Certification Program, is specified.
2.18.3
The use of a lighted X is specified
where appropriate.
2.18.2.1.2,
2.18.3.2
The requirement for signs to conform
to AC 150/5345-44, Specification for
Runway and Taxiway Signs; AC
50/5340-18, Standards for Airport
Sign Systems; and AC 150/5345-53,
Airport Lighting Certification
Program, is specified.
2.18.4
Marking and Signs For Access Routes
The CSPP specifies that pavement
markings and signs intended for
construction personnel should
conform to AC 150/5340-18 and, to
the extent practicable, with the
MUTCD and/or State highway
specifications.
2.18.4.2
Hazard Marking and Lighting
Prominent, comprehensible warning
indicators for any area affected by
construction that is normally
accessible to aircraft, personnel, or
vehicles are specified.
2.20.1
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 387 of 441
12/13/2017 AC 150/5370-2G
Appendix C
C-7
Coordination Reference Addressed? Remarks
Yes No NA
Hazard marking and lighting are
specified to identify open manholes,
small areas under repair, stockpiled
material, and waste areas.
2.20.1
The CSPP considers less obvious
construction-related hazards.
2.20.1
Equipment that poses the least danger
to aircraft but is sturdy enough to
remain in place when subjected to
typical winds, prop wash and jet blast
is specified.
2.20.2.1
The spacing of barricades is specified
such that a breach is physically
prevented barring a deliberate act.
2.20.2.1
Red lights meeting the luminance
requirements of the State Highway
Department are specified.
2.20.2.2
Barricades, temporary markers, and
other objects placed and left in areas
adjacent to any open runway,
taxiway, taxi lane, or apron are
specified to be as low as possible to
the ground, and no more than 18 inch
high.
2.20.2.3
Barricades are specified to indicate
construction locations in which no
part of an aircraft may enter.
2.20.2.3
Highly reflective barriers with lights
are specified to barricade taxiways
leading to closed runways.
2.20.2.5
Markings for temporary closures are
specified.
2.20.2.5
The provision of a contractor’s
representative on call 24 hours a day
for emergency maintenance of airport
hazard lighting and barricades is
specified.
2.20.2.7
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 388 of 441
12/13/2017 AC 150/5370-2G
Appendix C
C-8
Coordination Reference Addressed? Remarks
Yes No NA
Work Zone Lighting for Nighttime Construction
If work is to be conducted at night,
the CSPP identifies construction
lighting units and their general
locations and aiming in relationship
to the ATCT and active runways and
taxiways.
2.21
Protection of Runway and Taxiway Safety Areas
The CSPP clearly states that no
construction may occur within a
safety area while the associated
runway or taxiway is open for aircraft
operations.
2.22.1.1,
2.22.3.1
The CSPP specifies that the airport
operator coordinates the adjustment
of RSA or TSA dimensions with the
ATCT and the appropriate FAA
Airports Regional or District Office
and issues a local NOTAM.
2.22.1.2,
2.22.3.2
Procedures for ensuring adequate
distance for protection from blasting
operations, if required by operational
considerations, are detailed.
2.22.3.3
The CSPP specifies that open
trenches or excavations are not
permitted within a safety area while
the associated runway or taxiway is
open, subject to approved exceptions.
2.22.1.4
Appropriate covering of excavations
in the RSA or TSA that cannot be
backfilled before the associated
runway or taxiway is open is detailed.
2.22.1.4
The CSPP includes provisions for
prominent marking of open trenches
and excavations at the construction
site.
2.22.1.4
Grading and soil erosion control to
maintain RSA/TSA standards are
2.22.3.5
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 389 of 441
12/13/2017 AC 150/5370-2G
Appendix C
C-9
Coordination Reference Addressed? Remarks
Yes No NA
addressed.
The CSPP specifies that equipment is
to be removed from the ROFA when
not in use.
2.22.2
The CSPP clearly states that no
construction may occur within a
taxiway safety area while the taxiway
is open for aircraft operations.
2.22.3
Appropriate details are specified for
any construction work to be
accomplished in a taxiway object free
area.
2.22.4
Measures to ensure that personnel,
material, and/or equipment do not
penetrate the OFZ or threshold siting
surfaces while the runway is open for
aircraft operations are included.
2.22.4.3.6
Provisions for protection of runway
approach/departure areas and
clearways are included.
2.22.6
Other Limitations on Construction
The CSPP prohibits the use of open
flame welding or torches unless
adequate fire safety precautions are
provided and the airport operator has
approved their use.
2.23.1.2
The CSPP prohibits the use of
electrical blasting caps on or within
1,000 ft (300 m) of the airport
property.
2.23.1.3
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 390 of 441
12/13/2017 AC 150/5370-2G
Appendix D
D-1
APPENDIX D. CONSTRUCTION PROJECT DAILY SAFETY INSPECTION CHECKLIST
The situations identified below are potentially hazardous conditions that may occur during
airport construction projects. Safety area encroachments, unauthorized and improper ground
vehicle operations, and unmarked or uncovered holes and trenches near aircraft operating
surfaces pose the most prevalent threats to airport operational safety during airport construction
projects. The list below is one tool that the airport operator or contractor may use to aid in
identifying and correcting potentially hazardous conditions. It should be customized as
appropriate for each project including information such as the date, time and name of the person
conducting the inspection.
Table D-1. Potentially Hazardous Conditions
Item Action Required (Describe)
No Action
Required
(Check)
Excavation adjacent to runways, taxiways,
and aprons improperly backfilled.
Mounds of earth, construction materials,
temporary structures, and other obstacles
near any open runway, taxiway, or taxi
lane; in the related Object Free area and
aircraft approach or departure areas/zones;
or obstructing any sign or marking.
Runway resurfacing projects resulting in
lips exceeding 3 inch (7.6 cm) from
pavement edges and ends.
Heavy equipment (stationary or mobile)
operating or idle near AOA, in runway
approaches and departures areas, or in
OFZ.
Equipment or material near NAVAIDs that
may degrade or impair radiated signals
and/or the monitoring of navigation and
visual aids. Unauthorized or improper
vehicle operations in localizer or glide
slope critical areas, resulting in electronic
interference and/or facility shutdown.
Tall and especially relatively low visibility
units (that is, equipment with slim profiles)
— cranes, drills, and similar objects —
located in critical areas, such as OFZ and
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 391 of 441
12/13/2017 AC 150/5370-2G
Appendix D
D-2
Item Action Required (Describe)
No Action
Required
(Check)
approach zones.
Improperly positioned or malfunctioning
lights or unlighted airport hazards, such as
holes or excavations, on any apron, open
taxiway, or open taxi lane or in a related
safety, approach, or departure area.
Obstacles, loose pavement, trash, and other
debris on or near AOA. Construction debris
(gravel, sand, mud, paving materials) on
airport pavements may result in aircraft
propeller, turbine engine, or tire damage.
Also, loose materials may blow about,
potentially causing personal injury or
equipment damage.
Inappropriate or poorly maintained fencing
during construction intended to deter
human and animal intrusions into the AOA.
Fencing and other markings that are
inadequate to separate construction areas
from open AOA create aviation hazards.
Improper or inadequate marking or lighting
of runways (especially thresholds that have
been displaced or runways that have been
closed) and taxiways that could cause pilot
confusion and provide a potential for a
runway incursion. Inadequate or improper
methods of marking, barricading, and
lighting of temporarily closed portions of
AOA create aviation hazards.
Wildlife attractants — such as trash (food
scraps not collected from construction
personnel activity), grass seeds, tall grass,
or standing water — on or near airports.
Obliterated or faded temporary markings
on active operational areas.
Misleading or malfunctioning obstruction
lights. Unlighted or unmarked obstructions
in the approach to any open runway pose
aviation hazards.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 392 of 441
12/13/2017 AC 150/5370-2G
Appendix D
D-3
Item Action Required (Describe)
No Action
Required
(Check)
Failure to issue, update, or cancel
NOTAMs about airport or runway closures
or other construction related airport
conditions.
Failure to mark and identify utilities or
power cables. Damage to utilities and
power cables during construction activity
can result in the loss of runway / taxiway
lighting; loss of navigation, visual, or
approach aids; disruption of weather
reporting services; and/or loss of
communications.
Restrictions on ARFF access from fire
stations to the runway / taxiway system or
airport buildings.
Lack of radio communications with
construction vehicles in airport movement
areas.
Objects, regardless of whether they are
marked or flagged, or activities anywhere
on or near an airport that could be
distracting, confusing, or alarming to pilots
during aircraft operations.
Water, snow, dirt, debris, or other
contaminants that temporarily obscure or
derogate the visibility of runway/taxiway
marking, lighting, and pavement edges.
Any condition or factor that obscures or
diminishes the visibility of areas under
construction.
Spillage from vehicles (gasoline, diesel
fuel, oil) on active pavement areas, such as
runways, taxiways, aprons, and airport
roadways.
Failure to maintain drainage system
integrity during construction (for example,
no temporary drainage provided when
working on a drainage system).
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 393 of 441
12/13/2017 AC 150/5370-2G
Appendix D
D-4
Item Action Required (Describe)
No Action
Required
(Check)
Failure to provide for proper electrical
lockout and tagging procedures. At larger
airports with multiple maintenance
shifts/workers, construction contractors
should make provisions for coordinating
work on circuits.
Failure to control dust. Consider limiting
the amount of area from which the
contractor is allowed to strip turf.
Exposed wiring that creates an
electrocution or fire ignition hazard.
Identify and secure wiring, and place it in
conduit or bury it.
Site burning, which can cause possible
obscuration.
Construction work taking place outside of
designated work areas and out of phase.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 394 of 441
12/13/2017 AC 150/5370-2G
Appendix E
E-1
APPENDIX E. SAMPLE OPERATIONAL EFFECTS TABLE
E.1 Project Description.
Runway 15-33 is currently 7820 feet long, with a 500 foot stopway on the north end.
This project will remove the stopway and extend the runway 1000 feet to the north and
500 feet to the south. Finally, the existing portion of the runway will be repaved. The
runway 33 glide slope will be relocated. The new runway 33 localizer has already been
installed by FAA Technical Operations and only needs to be switched on. Runway 15 is
currently served only by a localizer, which will remain in operation as it will be beyond
the future RSA. Appropriate NOTAMS will be issued throughout the project.
E.1.1 During Phase I, the runway 15 threshold will be displaced 1000 feet to keep
construction equipment below the approach surface. The start of runway 15 takeoff and
the departure end of runway 33 will also be moved 500 feet to protect workers from jet
blast. Declared distances for runway 33 will be adjusted to provide the required RSA
and applicable departure surface. Excavation near Taxiway G will require its ADG to be
reduced from IV to III. See Figure E-1.
Figure E-1. Phase I Example
Note 1: Where hold signs are installed on both sides of a taxiway, install the TORA sign on the left side of
the taxiway before the final turn to the runway intersection.
Note 2: Based on the declared distances for Runway 33 departures, the maximum equipment height in the
construction area is 12.5 feet (500/40 = 12.5).
7,320 (TORA, TODA, ASDA)
6,820 (LDA)
6,820 (ASDA, LDA)
TAXIWAY G
TAXIWAY
(SECURED TO BARRICADES)
RUNWAY 15 - 33
NEW CONSTRUCTION CLOSED CLOSED FOR
LANDING - DISPLACED THRESHOLD
LEGEND
J
NORTH
RW
Y
1
5
T
A
K
E
O
F
F
R
U
N
AV
A
I
L
A
B
L
E
7
3
2
0
F
T
CO
N
S
T
R
U
C
T
I
O
N
AH
E
A
D
RW
Y
3
3
T
A
K
E
O
F
F
R
U
N
AV
A
I
L
A
B
L
E
7
3
2
0
F
T
7,320 (TORA, TODA)
1,000
500
500
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 395 of 441
12/13/2017 AC 150/5370-2G
Appendix E
E-2
E.2 During Phase II, the runway 33 threshold will be displaced 1000 feet to keep
construction equipment below the approach surface. The start of runway 33 takeoff and
the departure end of runway 15 will also be moved 500 feet to protect workers from jet
blast. Declared distances for runway 15 will be adjusted to provide the required RSA
and applicable departure surface. See Figure E-2.
Figure E-2. Phase II Example
Note 1: Where hold signs are installed on both sides of a taxiway, install the TORA sign on the left side of
the taxiway before the final turn to the runway intersection.
Note 2: Based on the declared distances for Runway 15 departures, the maximum equipment height in the
construction area is 12.5 feet (500/40 = 12.5).
8,320 (TORA, TODA, ASDA)
7,820 (LDA)
8,320 (TORA, TODA)
TAXIWAY G
RUNWAY 15 - 33
NEW CONSTRUCTION CLOSED CLOSED FOR
LANDING - DISPLACED THRESHOLD
LEGEND
TAXIWAY
H
(SECURED TO BARRICADE)NORTH
RW
Y
3
3
T
A
K
E
O
F
F
R
U
N
AV
A
I
L
A
B
L
E
8
3
2
0
F
T
CO
N
S
T
R
U
C
T
I
O
N
AH
E
A
D
RW
Y
1
5
T
A
K
E
O
F
F
R
U
N
AV
A
I
L
A
B
L
E
8
3
2
0
F
T
500
500
500
7,820 FEET (ASDA, LDA)
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 396 of 441
12/13/2017 AC 150/5370-2G
Appendix E
E-3
E.3 During Phase III, the existing portion of the runway will be repaved with Hot Mix
Asphalt (HMA) and the runway 33 glide slope will be relocated. Construction will be
accomplished between the hours of 8:00 pm and 5:00 am, during which the runway will
be closed to operations.
Figure E-3. Phase III Example
9,320 (TORA, TODA, ASDA, LDA)
9,320 (TORA, TODA, ASDA, LDA)
RAMP
(SECURED TO BARRICADE)
(BARRICADES WITH SIGN INSTALLED
DURING HOURS OF CONSTRUCTION)
NEW CONSTRUCTION CLOSED CLOSED FOR
LANDING - DISPLACED THRESHOLD
LEGEND
TAXIWAY G
RUNWAY 15 - 33
NORTH
NOTE: INSTALL LIGHTED "X" OR YELLOW "X" ON NUMBERS AND REMOVE WHEN RUNWAYS ARE OPEN FOR OPERATIONS.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 397 of 441
12/13/2017 AC 150/5370-2G
Appendix E
E-4
Table E-1. Operational Effects Table
Project Runway 15-33 Extension and Repaving
Phase Normal
(Existing)
Phase I: Extend
Runway 15 End
Phase II: Extend
Runway 33 End
Phase III: Repave
Runway
Scope of Work N/A Extend Runway
15-33 1,000 ft on
north end with Hot
Mix Asphaltic
Concrete (HMA).
Extend Runway
15-33 500 ft on
south end with
Hot Mix Asphaltic
Concrete (HMA).
Repave existing
runway with HMA
Relocate Runway
33 Glide Slope
Effects of
Construction
Operations
N/A Existing North
500 ft closed
Existing South
500 ft closed
Runway closed
between 8:00 pm
and 5:00 am
Edge lighting out of
service
Construction Phase N/A Phase I
(Anticipated)
Phase II
(Anticipated)
Phase III
(Anticipated)
Runway 15 Average
Aircraft Operations
Carrier: 52
/day
GA: 26
/day
Military: 11
/day
Carrier: 40 /day
GA: 26 /day
Military: 0 /day
Carrier: 45 /day
GA: 26 /day
Military: 5 /day
Carrier: 45 / day
GA: 20 / day
Military: 0 /day
Runway 33 Average
Aircraft Operations
Carrier: 40
/day
GA: 18
/day
Military: 10
/day
Carrier: 30 /day
GA: 18 /day
Military: 0 /day
Carrier: 25 /day
GA: 18 /day
Military: 5 /day
Carrier: 20 /day
GA: 5 /day
Military: 0 /day
Runway 15-33
Aircraft Category
C-IV C-IV C-IV C-IV
Runway 15
Approach Visibility
Minimums
1 mile 1 mile 1 mile 1 mile
Runway 33
Approach Visibility
Minimums
¾ mile ¾ mile ¾ mile 1 mile
Note: Proper coordination with Flight Procedures group is necessary to maintain
instrument approach procedures during construction.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 398 of 441
12/13/2017 AC 150/5370-2G
Appendix E
E-5
Project Runway 15-33 Extension and Repaving
Phase Normal
(Existing)
Phase I: Extend
Runway 15 End
Phase II: Extend
Runway 33 End
Phase III: Repave
Runway
Runway 15
Declared
Distances
TORA 7,820 7,320 8,320 9,320
TODA 7,820 7,320 8,320 9,320
ASDA 7,820 7,320 7,820 9,320
LDA 7,820 6,820 7,820 9,320
Runway 33
Declared
Distances
TORA 7,820 7,320 8,320 9,320
TODA 7,820 7,320 8,320 9,320
ASDA 8,320 6,820 8,320 9,320
LDA 7,820 6,820 7,820 9,320
Runway 15
Approach
Procedures
LOC only LOC only LOC only LOC only
RNAV RNAV RNAV RNAV
VOR VOR VOR VOR
Runway 33
Approach
Procedures
ILS ILS ILS LOC only
RNAV RNAV RNAV RNAV
VOR VOR VOR VOR
Runway 15
NAVAIDs LOC LOC LOC LOC
Runway 33
NAVAIDs
ILS,
MALSR ILS, MALSR ILS, MALSR LOC, MALSR
Taxiway G ADG IV III IV IV
Taxiway G TDG 4 4 4 4
ATCT (hours open) 24 hours 24 hours 24 hours 0500 - 2000
ARFF Index D D D D
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 399 of 441
12/13/2017 AC 150/5370-2G
Appendix E
E-6
Project Runway 15-33 Extension and Repaving
Phase Normal
(Existing)
Phase I: Extend
Runway 15 End
Phase II: Extend
Runway 33 End
Phase III: Repave
Runway
Special Conditions Air
National
Guard
(ANG)
military
operations
All military aircraft
relocated to
alternate ANG
Base
Some large
military aircraft
relocated to
alternate ANG
Base
All military aircraft
relocated to
alternate ANG
Base
Information for
NOTAMs
Refer above for
applicable
declared distances.
Taxiway G
limited to 118 ft
wingspan
Refer above for
applicable
declared distances.
Refer above for
applicable
declared distances.
Airport closed
2000 – 0500.
Runway 15 glide
slope OTS.
Note: This table is one example. It may be advantageous to develop a separate table for each
project phase and/or to address the operational status of the associated NAVAIDs per
construction phase.
Complete the following chart for each phase to determine the area that must be protected along
the runway and taxiway edges:
Table E-2. Runway and Taxiway Edge Protection
Runway/Taxiway
Aircraft Approach
Category*
A, B, C, or D
Airplane Design
Group*
I, II, III, or IV
Safety Area Width in
Feet Divided by 2*
*See AC 150/5300-13 to complete the chart for a specific runway/taxiway.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 400 of 441
12/13/2017 AC 150/5370-2G
Appendix E
E-7
Complete the following chart for each phase to determine the area that must be protected before
the runway threshold:
Table E-3. Protection Prior to Runway Threshold
Runway End
Number
Airplane
Design
Group*
I, II, III, or
IV
Aircraft
Approach
Category*
A, B, C, or D
Minimum
Safety Area
Prior to the
Threshold*
Minimum Distance to
Threshold Based on
Required Approach Slope*
ft ft : 1
ft ft : 1
ft ft : 1
ft ft : 1
*See AC 150/5300-13 to complete the chart for a specific runway.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 401 of 441
12/13/2017 AC 150/5370-2G
Appendix E
E-8
Page Intentionally Blank
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 402 of 441
12/13/2017 AC 150/5370-2G
Appendix F
F-1
APPENDIX F. ORANGE CONSTRUCTION SIGNS
Figure F-1. Approved Sign Legends
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 403 of 441
12/13/2017 AC 150/5370-2G
Appendix F
F-2
Figure F-2. Orange Construction Sign Example 1
Note: For proper placement of signs, refer to EB 93.
POSITION MARKING
INTERMEDIATE HOLDING
LOW PROFILE
BARRICADE WITH
FLASHERS
NO ENTRY SIGN
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 404 of 441
12/13/2017 AC 150/5370-2G
Appendix F
F-3
Figure F-3. Orange Construction Sign Example 2
Note: For proper placement of signs, refer to EB 93.
TEMPORARILY RELOCATED
TAXIWAY CENTERLINE
CONSTRUCTION
AREA
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 405 of 441
12/13/2017 AC 150/5370-2G
Appendix F
F-4
Page Intentionally Blank
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 406 of 441
Advisory Circular Feedback
If you find an error in this AC, have recommendations for improving it, or have suggestions for
new items/subjects to be added, you may let us know by (1) mailing this form to Manager,
Airport Engineering Division, Federal Aviation Administration ATTN: AAS-100, 800
Independence Avenue SW, Washington DC 20591 or (2) faxing it to the attention of the Office
of Airport Safety and Standards at (202) 267-5383.
Subject: AC 150/5370-2G Date:
Please check all appropriate line items:
☐ An error (procedural or typographical) has been noted in paragraph on page
.
☐ Recommend paragraph ______________ on page ______________ be changed as follows:
☐ In a future change to this AC, please cover the following subject:
(Briefly describe what you want added.)
☐ Other comments:
☐ I would like to discuss the above. Please contact me at (phone number, email address).
Submitted by: Date:
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 407 of 441
Page Intentionally Blank
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 408 of 441
IOWA CITY MUNICIPAL. AIRPORT
TECHNICAL SPECIFICATIONS/CONTRACT DOCUMENTS IOWA CITY, IOWA
VOLUME 2 CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
Appendix C – Geotechnical Report 216
Appendix C
Geotechnical Engineering Report
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 409 of 441
Iowa City AP Solar
Geotechnical Engineering Report
February 23, 2024 | Terracon Project No. 06235178.01
Prepared for:
Crawford Murphy & Tilly, Inc
3300 69th Avenue, Suite 2
Moline, Illinois 61265
I hereby certify that this engineering document was prepared by me
or under my direct personal supervision and that I am a duly
licensed Professional Engineer under the laws of the State of Iowa.
__ _ _ _ _ _ _ _ _ _February 23, 2024
Justin D. Widdel, P.E. Date
License Number 20495
My license renewal date is December 31, 2024.
Pages or sheets covered by this seal: All pages
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 410 of 441
Facilities | Environmental | Geotechnical | Materials
February 23, 2024
Crawford Murphy & Tilly, Inc
3300 69th Avenue, Suite 2
Moline, Illinois 61265
Attn: Mr. Travis Strait, P.E. – Project Engineer
P: (309) 277-6608
E: tstrait@cmtengr.com
Re: Geotechnical Engineering Report
Iowa City AP Solar
1801 S Riverside Drive
Iowa City, Iowa
Terracon Project No. 06235178.01
Dear Mr. Strait:
2640 12th Street SW
Cedar Rapids, Iowa 52404
P (319) 366-8321
Terracon.com
We have completed the scope of Geotechnical Engineering services for the above
referenced project in general accordance with Terracon Proposal No. P06235178 dated
January 4, 2024. This report presents the findings of the subsurface exploration and
provides geotechnical recommendations concerning earthwork for the proposed project.
We appreciate the opportunity to be of service to you on this project. If you have any
questions concerning this report or if we may be of further service, please contact us.
Sincerely,
Terracon
Prapti Giri, Ph.D., P.E. Justin D. Widdel, P.E.
Project Engineer Geotechnical Department Manager
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 411 of 441
Geotechnical Engineering Report
Iowa City AP Solar | Iowa City, Iowa
February 23, 2024 | Terracon Project No. 06235178.01
Facilities | Environmental | Geotechnical | Materials i
Table of Contents
Introduction ........................................................................................................ 1
Project Description .............................................................................................. 1
Site Conditions ....................................................................................................... 2
Geotechnical Characterization ............................................................................. 2
Geotechnical Overview ........................................................................................ 3
Earthwork ........................................................................................................... 3
Subgrade Preparation ................................................................................... 4
Earthwork Construction Considerations ............................................................ 5
General Comments .............................................................................................. 5
Figures
GeoModel
Attachments
Exploration and Testing Procedures
Site Location and Exploration Plan
Exploration and Laboratory Results
Supporting Information
Note: This report was originally delivered in a web-based format. Blue Bold text in the
report indicates a referenced section heading. The PDF version also includes hy perlinks
which direct the reader to that section and clicking on the logo will
bring you back to this page. For more interactive features, please view your project
online at client.terracon.com.
Refer to each individual Attachment for a listing of contents.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 412 of 441
Geotechnical Engineering Report
Iowa City AP Solar | Iowa City, Iowa
February 23, 2024 | Terracon Project No. 06235178.01
Facilities | Environmental | Geotechnical | Materials 1
Introduction
This report presents the results of our subsurface exploration and Geotechnical
Engineering services performed for the proposed Iowa City AP Solar project to be
located at the Iowa City Airport at 1801 S Riverside Drive in Iowa City, Iowa. The
purpose of these services was to provide information and geotechnical engineering
recommendations relative to:
■ Subsurface soil conditions
■ Groundwater conditions
■ Site preparation and earthwork
The geotechnical engineering scope of services for this project included the
advancement of 2 soil borings, laboratory testing, engineering analysis, and preparation
of this report.
Drawings showing the site and boring locations are shown on the Site Location and
Exploration Plan, respectively. The results of the laboratory testing performed on soil
samples obtained from the site during our field exploration are included on the boring logs
and/or as separate graphs in the Exploration and Laboratory Results section.
Project Description
Item Description
Information
Provided
An email request for proposal was provided by CMT on December
18, 2023, which included Geotechnical Investigation Proposal
Request document, dated December 18, 2023, outlining the
requested scope of work. The request included Airfield Lighting
Vault and Building D Solar Layout Alt. drawing illustrating the
approximate locations of the requested borings.
Project
Description
We understand airfield lighting vaults and solar arrays are
planned to be constructed.
Our scope of services only included recommendations for
subgrade preparation and earthwork.
Grading A grading plan was not provided; however, we anticipate that
minimal grading is expected.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 413 of 441
Geotechnical Engineering Report
Iowa City AP Solar | Iowa City, Iowa
February 23, 2024 | Terracon Project No. 06235178.01
Facilities | Environmental | Geotechnical | Materials 2
Site Conditions
Item Description
Parcel
Information
The project is planned at the Iowa City Airport located at 1801 S
Riverside Drive in Iowa City, Iowa. The improvements will be
located north of Building D.
41.6408° N, 91.54125° W (approximate)
See Site Location
Existing
Improvements
Existing pavements, hangers, and associated utilities in the
vicinity of the proposed improvements
Current Ground
Cover Grass
Existing
Topography Relatively flat
Geotechnical Characterization
We have developed a general characterization of the subsurface conditions based upon
our review of the subsurface exploration, laboratory data, geologic setting, and our
understanding of the project. Conditions observed at each exploration point are
indicated on the individual logs. The individual logs can be found in the Exploration
and Laboratory Results and the GeoModel can be found in the Figures attachment of
this report.
We identified the following model layers within the subsurface profile. For a more detailed
view of the model layer depths at each boring location, refer to the GeoModel.
Model Layer Layer Name General Description
1 Topsoil Topsoil
2 Possible Manipulated
Material
Lean Clay (CL), trace sand, organics,
and/or gravel
3 Native Clay Lean Clay (CL)
4
Native Sand
Poorly Graded Sand (SP), Poorly Graded
Sand with Clay (SP-SC), and Poorly Graded
Sand with Clay and Gravel (SP-SC)
The boreholes were observed for groundwater levels during drilling/sampling and shortly
after the completion of drilling. Groundwater was encountered at a depth of about 6 feet
in the borings while drilling/sampling. Groundwater conditions may be different at the
time of construction. Mapping by the Natural Resources Conservation Service (NRCS)
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 414 of 441
Geotechnical Engineering Report
Iowa City AP Solar | Iowa City, Iowa
February 23, 2024 | Terracon Project No. 06235178.01
Facilities | Environmental | Geotechnical | Materials 3
indicates a seasonal high groundwater level at about 4 feet below the ground surface.
Groundwater conditions may change because of seasonal variations in rainfall, runoff,
level of Iowa River, and other conditions not apparent at the time of drilling. Long-term
groundwater monitoring was outside the scope of services for this project.
Geotechnical Overview
The borings encountered topsoil materials comprised of lean clay and sandy lean clay
(GeoModel Layer 1) with organic contents of the samples tested ranging from 5.3 to 7.6
percent of to depths of about 0.7 to 2.5 feet below existing grades overlying medium
stiff to very stiff consistency cohesive (lean clay) possible manipulated materials
(GeoModel Layer 2) with none to trace amounts of organic content extending to depths
of about 4 to 4½ feet below existing grades.
In general, the on-site subgrade soils appear to be suitable to serve as a stable
construction platform. However, depending on the groundwater level at the time of
construction, these could become unstable with typical earthwork and construction
traffic, especially after precipitation events. Effective drainage should be completed early
in the construction sequence and maintained after construction to avoid potential issues.
If possible, the grading should be performed during the warmer and drier times of the
year. If grading is performed during the winter months, an increased risk for possible
undercutting and replacement of unstable subgrade will persist.
Additionally, lean clay soils (GeoModel Layers 2 and 3) encountered in the borings to
depths of 4½ to 6 feet are categorized as Class 5 materials for presumptive load bearing
values per International Building Code (IBC) 2021, Table 1806.2. We understand that, at
a minimum, granular soils meeting Class 4 material requirements per IBC 2021 are
desired as foundation bearing soils for this project. Sandy soils with varying amounts of
fines and gravel were encountered in the borings at depths of about 4½ to 6 feet below
the existing grades and are anticipated to meet the Class 4 material requirements per
IBC 2021.
The recommendations contained in this report are based upon the results of field and
laboratory testing (presented in the Exploration and Laboratory Results),
engineering analyses, and our current understanding of the proposed project. The
General Comments section provides an understanding of the report limitations.
Earthwork
Earthwork is anticipated to include clearing and grubbing, excavations, and fill
placement. Excessively wet or dry material should either be removed and replaced with
suitable fill, or moisture conditioned and recompacted. Soft and/or low-density soil
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 415 of 441
Geotechnical Engineering Report
Iowa City AP Solar | Iowa City, Iowa
February 23, 2024 | Terracon Project No. 06235178.01
Facilities | Environmental | Geotechnical | Materials 4
should be removed or compacted in place prior to placing new fill. The following sections
provide recommendations for use in the preparation of specifications for the work.
Subgrade Preparation
As discussed in the Geotechnical Overview, the near-surface soils or anticipated
subgrade soils are cohesive soils (lean clay). Per Federal Aviation Administration (FAA)
AC 150/5320-6G, a minimum of 12 inches of the cohesive subgrade soils should be
compacted to at least 90 percent of the material’s maximum dry density for new
embankments outside of paved areas. After undercutting, the exposed subgrade should
be thoroughly proofrolled (under the observation of Terracon personnel) with a loaded
tandem-axle dump truck, or other heavy, rubber-tired construction equipment weighing
at least 20 tons, to locate any zones that are soft or unstable. Where excessive rutting
or pumping occurs during proofrolling, the exposed subgrade should be removed and
replaced or scarified/reworked and recompacted in place to the minimum compaction
requirements as recommended in this report.
Per FAA AC 150/5320-6G, cohesive soils, compacted at 2 to 3 percent above optimum
moisture content and exhibiting a swell of greater than 3 percent when tested in
accordance with ASTM D1883 for California Bearing Ratio (CBR), require treatment for
shrink/swell potential. Based on our laboratory testing, the on -site cohesive soils
(GeoModel Layer 2) from about 0.8 to 4 feet in Boring B-1, compacted to about 90
percent of the material’s maximum dry density per Modified Proctor test (ASTM D1557)
and at about 3 percent above optimum moisture content, resulted in a CBR value of 3
percent and exhibited about 1.3 percent swell. Hence, as a result of our testing and as
recommended by FAA, we recommend compacting the on-site cohesive soils with organic
content less than or equal to 5 percent, at about 3 percent above the optimum moisture
content to achieve a swell of less than 3 percent. Additional testing could be performed
at the time of site preparation to determine the swell potential of the on -site subgrade
soils.
Based upon the subsurface conditions determined from the geotechnical exploration,
subgrade soils exposed during construction are anticipated to be relatively workable;
however, the workability of the subgrade may be affected by precipitation, repetitive
construction traffic, or other factors. If unworkable conditions develop, workability may
be improved by scarifying and drying. Performing site grading operations during warm
seasons and dry periods would help reduce the amount of subgrade stabilization
required. Additional methods of soil stabilization could include removal of unstable
materials and replacement with granular fill, or chemical stabilization. The appropriate
method of improvement, if required, would be dependent on factors such as schedule,
weather, the size of the area to be stabilized, and the nature of the instability. More
detailed recommendations can be provided during construction as the need for subgrade
stabilization occurs.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 416 of 441
Geotechnical Engineering Report
Iowa City AP Solar | Iowa City, Iowa
February 23, 2024 | Terracon Project No. 06235178.01
Facilities | Environmental | Geotechnical | Materials 5
Earthwork Construction Considerations
Upon completion of filling and grading, care should be taken to maintain the subg rade
water content prior to construction of grade-supported improvements. Construction
traffic over the completed subgrades should be avoided. The site should also be graded
to prevent ponding of surface water on the prepared subgrades or in excavations. Water
collecting over or adjacent to construction areas should be removed.
Dewatering of shallow foundations and utility excavations during construction should be
anticipated. Dewatering should also be anticipated where overexcavations are required
to remove lower strength soils. Controlling groundwater and surface water is important
to maintain stable subgrade conditions and reduce disturbances to bearing soils.
Dewatering will be required where seepage is encountered and should be addressed well
in advance of construction. The contractor is responsible for employing appropriat e
dewatering methods to control seepage and the level of groundwater and facilitate
construction. The groundwater levels should be maintained at least 2 feet below the
excavation level to improve the stability of conditions at the base of excavation.
As a minimum, excavations should be performed in accordance with OSHA 29 CFR, Part
1926, Subpart P, “Excavations” and its appendices, and in accordance with any
applicable local and/or state regulations.
Construction site safety is the sole responsibility of the contractor who controls the
means, methods, and sequencing of construction operations. Under no circumstances
shall the information provided herein be interpreted to mean Terracon is assuming
responsibility for construction site safety or the contractor's activities; such
responsibility shall neither be implied nor inferred.
General Comments
Our analysis and opinions are based upon our understanding of the project, the
geotechnical conditions in the area, and the data obtained from our site exploration.
Variations will occur between exploration point locations or due to the modifying effects
of construction or weather. The nature and extent of such variations may not become
evident until during or after construction. Terracon should be retained as the
Geotechnical Engineer, where noted in this report, to provide observation and testing
services during pertinent construction phases. If variations appear, we can provide
further evaluation and supplemental recommendations. If variations are noted in the
absence of our observation and testing services on-site, we should be immediately
notified so that we can provide evaluation and supplemental recommendations.
Our Scope of Services does not include either specifically or by implication any
environmental or biological (e.g., mold, fungi, bacteria) assessment of the site or
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 417 of 441
Geotechnical Engineering Report
Iowa City AP Solar | Iowa City, Iowa
February 23, 2024 | Terracon Project No. 06235178.01
Facilities | Environmental | Geotechnical | Materials 6
identification or prevention of pollutants, hazardous materials or conditions. If the owner
is concerned about the potential for such contamination or pollution, other studies
should be undertaken.
Our services and any correspondence are intended for the sole benefit and exclusive use
of our client for specific application to the project discussed and are accomplished in
accordance with generally accepted geotechnical engineering practices with no third-
party beneficiaries intended. Any third -party access to services or correspondence is
solely for information purposes to support the services provided by Terracon to our
client. Reliance upon the services and any work product is limited to our cl ient and is not
intended for third parties. Any use or reliance of the provided information by third
parties is done solely at their own risk. No warranties, either express or implied, are
intended or made.
Site characteristics as provided are for design purposes and not to estimate excavation
cost. Any use of our report in that regard is done at the sole risk of the excavating cost
estimator as there may be variations on the site that are not apparent in the data that
could significantly affect excavation cost. Any parties charged with estimating excavation
costs should seek their own site characterization for specific purposes to obtain the
specific level of detail necessary for costing. Site safety and cost estimating including
excavation support and dewatering requirements/design are the responsibility of others.
Construction and site development have the potential to affect adjacent properties. Such
impacts can include damages due to vibration, modification of groundwater/surface
water flow during construction, foundation movement due to undermining or subsidence
from excavation, as well as noise or air quality concerns. Evaluation of these items on
nearby properties are commonly associated with contractor means and methods and are
not addressed in this report. The owner and contractor should consider a
preconstruction/precondition survey of surrounding development. If changes in the
nature, design, or location of the project are planned, our conclusions and
recommendations shall not be considered valid unless we review the changes and either
verify or modify our conclusions in writing.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 418 of 441
Geotechnical Engineering Report
Iowa City AP Solar | Iowa City, Iowa
February 23, 2024 | Terracon Project No. 06235178.01
Facilities | Environmental | Geotechnical | Materials
Figures
Contents:
GeoModel
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 419 of 441
Iowa City AP Solar
1801 S Riverside Dr | Iowa City, IA
Terracon Project No. 06235178
650
GeoModel
B-2
2640 12th St SW
Cedar Rapids, IA
648
646
644
642
640
638
636
634
632
This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed c onditions.
Model Layer Layer Name General Description Legend
1 Topsoil Topsoil Topsoil Lean Clay
Poorly-graded Sand Poorly-graded Sand with Clay Poorly-graded Sand
with Clay and Gravel
2 Possible Manipulated Material Lean Clay (CL), trace sand, organics, and/or gravel
3 Native Clay Lean Clay (CL)
4 Native Sand
Poorly Graded Sand (SP), Poorly Graded Sand with Clay
(SP-SC), and Poorly Graded Sand with Clay and Gravel
(SP-SC)
First Water Observation
Groundwater levels are temporal. The levels shown are representative
of the date and time of our exploration. Significant changes are
possible over time.
Water levels shown are as measured during and/or after drilling. In
some cases, boring advancement methods mask the presence/absence
of groundwater. See individual logs for details.
NOTES:
Layering shown on this figure has been developed by the geotechnical engineer for purposes of modeling the subsurface conditions as required for the subsequent geotechnical engineering for this project.
Numbers adjacent to soil column indicate depth below ground
surface.
2.5
4.5
6 6
15.5
15.5
4
2
1
6
4
0.7
B-1
4
3
2
1
EL
E
V
A
T
I
O
N
(
M
S
L
)
(
f
e
e
t
)
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 420 of 441
Geotechnical Engineering Report
Iowa City AP Solar | Iowa City, Iowa
February 23, 2024 | Terracon Project No. 06235178.01
Attachments
Facilities | Environmental | Geotechnical | Materials
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 421 of 441
Geotechnical Engineering Report
Iowa City AP Solar | Iowa City, Iowa
February 23, 2024 | Terracon Project No. 06235178.01
Facilities | Environmental | Geotechnical | Materials
Exploration and Testing Procedures
Field Exploration
Boring ID Approximate Boring Depth (feet) 1 Location
B-1 and B-2 15½ See Exploration Plan
1. Below ground surface
Boring Layout and Elevations: CMT performed the boring layout and provided us with
coordinates and surface elevations.
Subsurface Exploration Procedures: We advanced the borings with an ATV-mounted
rotary drill rig using continuous flight solid stem augers. Soil samples were obtained in
each boring using a split-barrel sampling procedure. Bulk samples of varying material
types were be obtained from auger cuttings. In the split-barrel sampling procedure, a
standard 2-inch outer diameter split -barrel sampling spoon was driven into the ground
by a 140-pound automatic hammer falling a distance of 30 inches. The number of blows
required to advance the sampling spoon the last 12 inches of a normal 18 -inch
penetration is recorded as the Standard Penetration Test (SPT) resistance value. The
SPT resistance values, also referred to as N-values, are indicated on the boring logs at
the test depths. We observed and recorded groundwater levels during drilling and
sampling and shortly after completion of drilling. The boreholes were backfilled with
auger cuttings after their completion. The samples were containerized and transported to
our laboratory for testing and classification.
Our exploration team prepared field logs as part of the drilling operations. The sampling
depths, penetration resistances, and other sampling information was recorded on the field
logs. The field logs included visual classifications of the materials encountered during
drilling and our interpretation of the subsurface conditions between samples. The
computer-generated boring logs included in this report represents the project engineer's
interpretation of the field logs and includes modifications based on observations and
tests of the samples in our laboratory.
Laboratory Testing
The project engineer reviewed the field data and assigned laboratory tests. The
laboratory testing program included the following types of tests:
■ Moisture content
■ Organic content
■ Atterberg limits
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 422 of 441
Geotechnical Engineering Report
Iowa City AP Solar | Iowa City, Iowa
February 23, 2024 | Terracon Project No. 06235178.01
Facilities | Environmental | Geotechnical | Materials
■ Percent passing #200 sieve
■ Modified Proctor
■ California Bearing Ratio (CBR)
The results of the soil testing are shown on the boring logs at their corresponding depths
and as separate graphs in the attached Exploration and Laboratory Results.
The laboratory testing program included examination of soil samples by an engineer.
Based on the material’s texture and plasticity, we described and classified the soil
samples in general accordance with the General Notes and Unified Soil Classification
System included in Supporting Information.
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 423 of 441
Geotechnical Engineering Report
Iowa City AP Solar | Iowa City, Iowa
February 23, 2024 | Terracon Project No. 06235178.01
Site Location and Exploration Plan
Contents:
Site Location
Exploration Plan
Facilities | Environmental | Geotechnical | Materials
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 424 of 441
Geotechnical Engineering Report
Iowa City AP Solar | Iowa City, Iowa
February 23, 2024 | Terracon Project No. 06235178.01
Facilities | Environmental | Geotechnical | Materials
Note to Preparer: This is a large table with outside borders. Just click inside the table
above this text box, then paste your GIS Toolbox image.
When paragraph markers are turned on you may notice a line of hidden text above
and outside the table – please leave that alone. Limit editing to inside the table.
Site Location
DIAGRAM IS FOR GENERAL LOCATION ONLY, AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES MAP PROVIDED BY MICROSOFT BING MAPS
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 425 of 441
Geotechnical Engineering Report
Iowa City AP Solar | Iowa City, Iowa
February 23, 2024 | Terracon Project No. 06235178.01
Facilities | Environmental | Geotechnical | Materials
Note to Preparer: This is a large table with outside borders. Just click inside the table
above this text box, then paste your GIS Toolbox image.
When paragraph markers are turned on you may notice a line of hidden text above
and outside the table – please leave that alone. Limit editing to inside the table.
Exploration Plan
DIAGRAM IS FOR GENERAL LOCATION ONLY, AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES MAP PROVIDED BY MICROSOFT BING MAPS
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 426 of 441
Exploration and Laboratory Results
Contents:
Boring Logs (B-1 and B-2)
Results of Soil pH Analysis
Moisture-Density Relationship (Modified Proctor)
California Bearing Ratio (CBR)
Facilities | Environmental | Geotechnical | Materials
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 427 of 441
of Be
1801 S Riverside Dr | Iowa City, IA
Terracon Project No. 06235178
2640 12th St SW
Cedar Rapids, IA
Boring Log No. B-1
See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any).
See Supporting Information for explanation of symbols and abbreviations.
Elevation Reference: Elevations were provided by Crawford, Murphy & Tilly
Water Level Observations
6' while drilling/sampling
No water observed after boring
Drill Rig
1206 - CME 550X
Hammer Type
Automatic
Driller
DL
Logged by
CL
Boring Started
01-17-2024
Boring Completed
01-17-2024
No Cave-in
Notes Advancement Method
Power Auger to termination depth.
Abandonment Method
Boring backfilled with soil cuttings and bentonite chips
upon completion.
Facilities | Environmental | Geotechnical | Materials
Location: See Exploration Plan
Latitude: 41.6410° Longitude: -91.5414°
Atterberg
Limits
LL-PL-PI
Depth (Ft.) Elevation.: 649.3 (Ft.)
1 0.7
2
4.0
3
6.0
4 11.0
15.5
8" Topsoil with 3" Root Zone
LEAN CLAY (CL), trace sand and organics, dark
grayish brown, stiff to very stiff, (possible
manipulated material)
LEAN CLAY (CL), trace sand, light gray and
brown, medium stiff to stiff
POORLY GRADED SAND WITH CLAY (SP-SC),
trace gravel, fine to coarse grained, brownish gray,
loose
POORLY GRADED SAND (SP), trace silt and
gravel, fine to coarse grained, light brownish gray,
medium dense
Boring Terminated at 15.5 Feet
648.6
645.3
5
643.3
10
638.3
15
633.8
2-5-3
N=8
3-3-4
N=7
4-3-3
N=6
3-3-3
N=6
5-7-7
N=14
3-6-7
N=13
7.6
4.6
4.7
5.2
2.5
(HP)
1.75 (HP)
22.6
18.1
25.6
15.1
14.7
8.0
6.4
91
45-22-23 92
7
Mo
d
e
l
L
a
y
e
r
Gr
a
p
h
i
c
L
o
g
De
p
t
h
(
F
t
.
)
Wa
t
e
r
L
e
v
e
l
Ob
s
e
r
v
a
t
i
o
n
s
Sa
m
p
l
e
T
y
p
e
Re
c
o
v
e
r
y
(
I
n
.
)
Fi
e
l
d
T
e
s
t
Re
s
u
l
t
s
Or
g
a
n
i
c
Co
n
t
e
n
t
(%
)
HP
(
t
s
f
)
Wa
t
e
r
Co
n
t
e
n
t
(
%
)
Pe
r
c
e
n
t
Fi
n
e
s
6
14
13
17
8
14
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 428 of 441
of Be
1801 S Riverside Dr | Iowa City, IA
Terracon Project No. 06235178
2640 12th St SW
Cedar Rapids, IA
Boring Log No. B-2
See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any).
See Supporting Information for explanation of symbols and abbreviations.
Elevation Reference: Elevations were provided by Crawford, Murphy & Tilly
Water Level Observations
6' while drilling/sampling
No water observed after boring
Drill Rig
1206 - CME 550X
Hammer Type
Automatic
Driller
DL
Logged by
CL
Boring Started
01-17-2024
Boring Completed
01-17-2024
No Cave-in
Notes Advancement Method
Power Auger to termination depth.
Abandonment Method
Boring backfilled with soil cuttings and bentonite chips
upon completion.
Facilities | Environmental | Geotechnical | Materials
Location: See Exploration Plan
Latitude: 41.6408° Longitude: -91.5411°
Atterberg
Limits
LL-PL-PI
Depth (Ft.)
2.5-Ft. Topsoil with 3" Root Zone
Elevation.: 649.9 (Ft.)
5.3 26.6 64
1
2.5
2
4.5
4
11.0
14.0
15.5
LEAN CLAY (CL), trace sand, dark brown and
gray, medium stiff to stiff, (possible manipulated
material)
trace gravel at about 4 feet
POORLY GRADED SAND WITH CLAY (SP-SC),
trace gravel, fine to coarse grained, grayish brown,
loose
trace dark brown
below about 6.5 feet
POORLY GRADED SAND (SP), trace silt and
gravel, fine to coarse grained, grayish brown,
medium dense
POORLY GRADED SAND WITH CLAY AND GRAVEL
(SP-SC), fine to coarse grained, brown, loose
Boring Terminated at 15.5 Feet
647.4
645.4
5
10
638.9
635.9
15
634.4
3-3-4
N=7
3-3-3
N=6
4-3-3
N=6
3-3-4
N=7
4-6-7
N=13
4-3-4
N=7
1.25
(HP)
1.75 (HP)
22.6
20.1
6.4
14.3
10.9
6.6 5
7.1
Mo
d
e
l
L
a
y
e
r
Gr
a
p
h
i
c
L
o
g
De
p
t
h
(
F
t
.
)
Wa
t
e
r
L
e
v
e
l
Ob
s
e
r
v
a
t
i
o
n
s
Sa
m
p
l
e
T
y
p
e
Re
c
o
v
e
r
y
(
I
n
.
)
Fi
e
l
d
T
e
s
t
Re
s
u
l
t
s
Or
g
a
n
i
c
Co
n
t
e
n
t
(%
)
HP
(
t
s
f
)
Wa
t
e
r
Co
n
t
e
n
t
(
%
)
Pe
r
c
e
n
t
Fi
n
e
s
12
11
13
10
16
6
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 429 of 441
2640 12th Street SW Cedar Rapids, IA 52404
CHEMICAL LABORATORY TEST REPORT
Project Number:
Project Name:
Client:
06235178
Iowa City AP Solar
Crawford Murphy & Tilly, Inc
Sample Submitted By: Terracon-Cedar Rapids
Sample ID: B-1 B-2
Sample Number: --- ---
Sample Depth (ft.): 0.0" - 8.0" 0.0" - 4.0"
pH Determination ASTM G-51 6.32 7.42
The tests were performed in general accordance with the ASTM standard. This report is exclusively for the use of the client indicated
above and shall not be reproduced except in full without the written consent of our company. Test results transmitted herein are only
applicable to the actual samples tested at the location(s) referenced and are not necessarily indicative of the properties of other apparently
similar or identical materials.
Analyzed by: Christalyn Thjorne
Results of Corrosivity Analysis
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 430 of 441
Iowa City AP Solar
1801 S Riverside Dr | Iowa City, IA
Terracon Project No. 06235178
2640 12th St SW
Cedar Rapids, IA
Facilities | Environmental | Geotechnical | Materials
Moisture-Density Relationship
ASTM D1557-Method A
142
138
134
130
126
122
118
114
110
106
102
98
94
90
86
82
78
74
70
66
62
58
54
50
0 5 10 15 20 25 30 35 40 45
Water Content (%)
Boring ID Depth (Ft) Description of Materials
B-1 0.8 - 4 LEAN CLAY(CL)
Fines (%) LL PL PI Test Method Maximum Dry Density
(pcf)
Optimum Water Content
(%)
92 45 22 23 ASTM D1557-Method A 108.6 16.7
Curves of 100% Saturation
for Specific Gravity Equal to:
2.80
2.70
2.60
Dr
y
D
e
n
s
i
t
y
(p
c
f
)
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 431 of 441
Iowa City AP Solar
1801 S Riverside Dr | Iowa City, IA
Terracon Project No. 06235178
2640 12th St SW
Cedar Rapids, IA
Facilities | Environmental | Geotechnical | Materials
California Bearing Ratio
ASTM D1883-072
3.5
3.0
2.5
2.0
1.5
1.0
0.5
0
97.0 97.2 97.4 97.6 97.8 98.0
Dry Density (pcf)
90
80
70
60
50
40
30
20
10
0
0 0.10 0.20 0.30 0.40 0.50
Penetration (in)
So
a
k
e
d
C
B
R
(
%
)
(C
O
R
R
E
C
T
E
D
)
Pe
n
e
t
r
a
t
i
o
n
Re
s
i
s
t
a
n
c
e
(p
s
i
)
Source of
Material B-1, 0.8' - 4.0'
Description of
Material LEAN CLAY(CL)
Percent Fines 92.5
Atterberg Limits
Remarks:
LL
45
PL
22
PI
23
Sample No. 1
Sample Condition Soaked
Compaction Method ASTM D1557A
Maximum Dry Density, (pcf) 108.6
Optimum Moisture Content, (%) 16.7
Dry Density before Soaking, (pcf) 97.92
Moisture Content, (%)
After Compaction 19.6
Top 1" After Soaking 27.4
Surcharge, (lbs) 10.00
Swell, (%) 1.27
Bearing Ratio, (%) 3.0
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 432 of 441
Supporting Information
Contents:
General Notes
Unified Soil Classification System
Facilities | Environmental | Geotechnical | Materials
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 433 of 441
Facilities | Environmental | Geotechnical | Materials
Iowa City AP Solar
1801 S Riverside Dr | Iowa City, IA
Terracon Project No. 06235178
General Notes
2640 12th St SW
Cedar Rapids, IA
Strength Terms
Relative Density of Coarse-Grained Soils
(More than 50% retained on No. 200 sieve.)
Density determined by Standard Penetration
Resistance
Consistency of Fine-Grained Soils
(50% or more passing the No. 200 sieve.)
Consistency determined by laboratory shear strength testing, field visual -manual
procedures or standard penetration resistance
Relative Density Standard Penetration or
N-Value
(Blows/Ft.)
Consistency
Unconfined Compressive
Strength Qu (tsf)
Standard Penetration or
N-Value
(Blows/Ft.)
Very Loose 0 - 3 Very Soft less than 0.25 0 - 1
Loose 4 - 9 Soft 0.25 to 0.50 2 - 4
Medium Dense 10 - 29 Medium Stiff 0.50 to 1.00 4 - 8
Dense 30 - 50 Stiff 1.00 to 2.00 8 - 15
Very Dense > 50 Very Stiff 2.00 to 4.00 15 - 30
Hard > 4.00 > 30
Exploration/field results and/or laboratory test data contained within this document are intended for application to the project as described in this
document. Use of such exploration/field results and/or laboratory test data should not be used independently of this document.
Exploration point locations as shown on the Exploration Plan and as noted on the soil boring logs in the form of Latitude and Longitude are
approximate. See Exploration and Testing Procedures in the report for the methods used to locate the exploration points for t his project. Surface
elevation data annotated with +/- indicates that no actual topographical survey was conducted to confirm the surface elevation. Instead, the surface
elevation was approximately determined from topographic maps of the area.
Soil classification as noted on the soil boring logs is based Unified Soil Classification System. Where sufficient laboratory data exist to classify the
soils consistent with ASTM D2487 "Classification of Soils for Engineering Purposes" this procedure is used. ASTM D2488 "Descr iption and
Identification of Soils (Visual-Manual Procedure)" is also used to classify the soils, particularly where insufficient laboratory data exist to classify the
soils in accordance with ASTM D2487. In addition to USCS classification, coarse grained soils are classified on the basis of their in-place relative
density, and fine-grained soils are classified on the basis of their consistency. See "Strength Terms" table below for details. The ASTM standa rds
noted above are for reference to methodology in general. In some cases, variations to methods are applied as a result of loca l practice or
professional judgment.
(OVA) Organic Vapor Analyzer
(PID) Photo-Ionization Detector
Unconfined Compressive
Strength
UC
(DCP) Dynamic Cone Penetrometer
Torvane (T)
N Standard Penetration Test
Resistance (Blows/Ft.)
(HP) Hand Penetrometer
Water Initially
Encountered
Water Level After a
Specified Period of Time
Water Level After
a Specified Period of Time
Cave In
Encountered
Water levels indicated on the soil boring logs are the
levels measured in the borehole at the times
indicated. Groundwater level variations will occur over
time. In low permeability soils, accurate
determination of groundwater levels is not possible
with short term water level observations.
Standard Penetration Test
Grab Sample Auger Cuttings
Field Tests Water Level Sampling
Descriptive Soil Classification
Location And Elevation Notes
Relevance of Exploration and Laboratory Test Results
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 434 of 441
Facilities | Environmental | Geotechnical | Materials
Group Name B Group
Symbol
Organic silt K, L, M, Q
Organic clay K, L, M, P OH
Elastic silt K, L, M MH
Fat clay K, L, M CH
Organic silt K, L, M, O
Organic clay K, L, M, N OL
Silt K, L, M ML
Lean clay K, L, M CL
Clayey sand G, H, I SC
Silty sand G, H, I SM
Poorly graded sand I SP
Well-graded sand I SW
Clayey gravel F, G, H GC
Silty gravel F, G, H GM
Poorly graded gravel F GP
Well-graded gravel F GW
PT
Geotechnical Engineering Report
Iowa City AP Solar | Iowa City, Iowa
February 23, 2024 | Terracon Project No. 06235178.01
Unified Soil Classification System
Primarily organic matter, dark in color, and organic odor Peat
A Based on the material passing the 3-inch (75-mm) sieve.
B If field sample contained cobbles or boulders, or both, add “with
cobbles or boulders, or both” to group name.
C Gravels with 5 to 12% fines require dual symbols: GW -GM well- graded
gravel with silt, GW-GC well-graded gravel with clay, GP-GM
poorly graded gravel with silt, GP -GC poorly graded gravel with clay.
D Sands with 5 to 12% fines require dual symbols: SW -SM well-
graded sand with silt, SW-SC well-graded sand with clay, SP-SM
poorly graded sand with silt, SP -SC poorly graded sand with clay.
H If fines are organic, add “with organic fines” to group name.
I If soil contains ≥ 15% gravel, add “with gravel” to group name.
J If Atterberg limits plot in shaded area, soil is a CL-ML, silty clay.
K If soil contains 15 to 29% plus No. 200, add “with sand” or
“with gravel,” whichever is predominant.
L If soil contains ≥ 30% plus No. 200 predominantly sand, add
“sandy” to group name.
M If soil contains ≥ 30% plus No. 200, predominantly gravel, add
“gravelly” to group name.
E Cu = D60/D10 Cc = (D 30 )
D10 x D 60
N PI ≥ 4 and plots on or above “A” line.
O PI < 4 or plots below “A” line.
P PI plots on or above “A” line.
F If soil contains ≥ 15% sand, add “with sand” to group name.
G If fines classify as CL-ML, use dual symbol GC-GM, or SC-SM.
Q PI plots below “A” line.
Criteria for Assigning Group Symbols and Group Names Using
Laboratory Tests A
Soil Classification
Inorganic:
Organic:
Clean Sands:
Less than 5% fines D
Sands with Fines:
More than 12% fines D
Inorganic:
PI plots on or above “A” line
< 0.75 𝐿𝐿 𝑛𝑛𝑡 𝑑𝑟𝑖𝑑𝑑
Cu<6 and/or [Cc<1 or Cc>3.0] E
Fines classify as ML or MH
Fines classify as CL or CH
PI > 7 and plots above “A” line J
PI < 4 or plots below “A” line J
𝐿𝐿 𝑛𝑣𝑑𝑛 𝑑𝑟𝑖𝑑𝑑
Cu≥6 and 1≤Cc≤3 E
Highly organic soils:
𝐿𝐿 𝑛𝑣𝑑𝑛 𝑑𝑟𝑖𝑑𝑑 < 0.75
𝐿𝐿 𝑛𝑛𝑡 𝑑𝑟𝑖𝑑𝑑 Organic:
PI plots below “A” line
Silts and Clays:
Liquid limit 50 or
more
Silts and Clays:
Liquid limit less than
50
Fine-Grained Soils:
50% or more passes the
No. 200 sieve
Sands:
50% or more of
coarse fraction
passes No. 4 sieve
Fines classify as CL or CH
Fines classify as ML or MH Gravels with Fines:
More than 12% fines C
Cu≥4 and 1≤Cc≤3 E
Cu<4 and/or [Cc<1 or Cc>3.0] E
Clean Gravels:
Less than 5% fines C
Gravels:
More than 50% of
coarse fraction
retained on No. 4
sieve
Coarse-Grained Soils:
More than 50% retained
on No. 200 sieve
2
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 435 of 441
X
X
X
X
X X X
X
X
X
X
X
X
X
X
XX
X
X
X
X
X
X
X
X
X
XXXXXXXXX
X
X X
X
T
O
F
A
TO
F
A
TO
F
A
T
O
F
A
TO
F
A
TOF
A
TOFATOFATOFATOFATOFATOFA
TO
F
A
TOFA
TOFA
TOFA
TO
F
A
TO
F
A
TO
F
A
TO
F
A
TO
F
A
TO
F
A
TO
F
A
RSA
RSA
RSA
RSA
RSA
RSA
RSA
RSA
RSA
RSA
RSA
RSA
RSA
RSA
RSA
RSA
T
O
F
A
TOFA
TOFA
TOFA
TOFA
TOFA
TOFA
TOFA
TOFA
TOFA
TOFA
T
O
F
A
TOFA
TOFA
TOFA
TOFA
TOFA
T
O
F
A
TO
F
A
TO
F
A
TO
F
A
TO
F
A
TO
F
A
TO
F
A
TOFA
TOFA
TOFA
TOFA
TOFA
TOFATOFA
TOFA
TOFA
T
L
O
F
A
T
L
O
F
A
T
L
O
F
A
DESCRIPTIONDATEREV
DATE:
SHEET NO.REVISION
SHEET TITLE:
PROJECT NO.:
DESIGNED: DRAWN:CHECKED:
APPROVED AS WORKING PLAN
BY:
IOWA CITY
MUNICIPAL AIRPORT
IOWA CITY, IA
FINAL DESIGN
SUBMITTAL
MARCH 1, 2024
CONSTRUCT AIRSIDE
GROUND MOUNT
SOLAR ARRAY
23006285.00
CMT-MLI CMT-MLI CMT-MLI
A
12345678
12345678
A
B
C
D
E
F
G
H
B
C
D
E
F
G
H
SHEET OF 18 SHEETS
SCALE IN FEET
NORTH
0 50 100
TOFA
STAGING AREA
CONTRACTOR'S CONSTRUCTION
ACCESS / HAUL ROAD
AIRCRAFT MOVEMENT AREAS
LEGEND
RSA RUNWAY SAFETY AREA (R.S.A.)
TAXIWAY OBJECT FREE AREA (T.O.F.A.)
CLOSED PAVEMENT
PHASE WORK AREA
LOW PROFILE INTERCONNECTED BARRICADES
X FAA CRITICAL POINTS (SEE GENERAL NOTE 5)
GENERAL PHASING NOTES
1. DAMAGE TO AIRPORT ROADS, CONTRACTOR STAGING
AREA AND AIRFIELD PAVEMENTS SHALL BE REPAIRED
BY THE CONTRACTOR AT THEIR EXPENSE.
2. CONTRACTOR EMPLOYEES SHALL PARK IN EXISTING
AIRPORT PARKING. NO PERSONAL VEHICLES ARE
ALLOWED ON THE AIRFIELD.
3. THE CONTRACTOR WILL BE PERMITTED TO STORE
EQUIPMENT AND MATERIALS AT THE CONTRACTOR'S
STAGING AREA. THE MAXIMUM HEIGHT OF EQUIPMENT,
MATERIALS AND STOCKPILES SHALL BE 25' ABOVE
GROUND ELEVATION.
4. CONTRACTOR SHALL MAINTAIN ACCESS TO ALL
AIRPORT FACILITIES AND PARKING LOTS THROUGH
THE DURATION OF THE PROJECT. SHOULD
TEMPORARY ACCESS MEASURES BE REQUIRED, ALL
COST SHALL BE CONSIDERED INCIDENTAL TO THE
PROJECT.
5. REFER TO SEQUENCE OF CONSTRUCTION DETAILS
FOR FAA CRITICAL POINT DATA TABLE.
SUGGESTED SEQUENCE OF CONSTRUCTION
1. COORDINATE CLOSURE AND ACCESS PLAN WITH
THE AIRPORT AND THE RPR.
2. INSTALL TRAFFIC CONTROL BARRICADES
3. DRILL, PLACE, AND POUR GROUND MOUNT
FOUNDATION PIERS
4. INSTALL NEW UNDERGROUND CABLING
5. CONSTRUCT NEW SOLAR ARRAY STRUCTURAL
STEEL FRAMING AND INSTALL NEW SOLAR PANELS
6. INSTALL NEW ELECTRICAL EQUIPMENT
7. COMPLETE UTILITY CONNECTIONS AND UPGRADES
8. RESTORE LANDSCAPING WITH TOPSOIL AND
SEEDING
FBO
APRON
TERMINAL BUILDING
CONTRACTOR'S
STAGING AREA
CONTRACTOR HAUL ROUTE
LIGHTED BARRICADES (TYP.)
FBO
APRON
TAXIWAY
T
-
H
A
N
G
A
R
CA
R
E
A
M
B
U
L
A
N
C
E
AI
R
P
O
R
T
S
E
R
V
I
C
E
D
R
I
V
E
UNIVERSITY OF IOWA
HYDROLOGY LAB
TAXIWA
Y
TAXIWA
Y
T
A
X
I
W
A
Y
124'
124'1
2
3
4
5
6
78
910
11
12
1314
15 16
17 18
19 20
R
I
V
E
R
S
I
D
E
D
R
I
V
E
R
I
V
E
R
S
I
D
E
D
R
I
V
E
T
-
H
A
N
G
A
R
T
-
H
A
N
G
A
R
AIRPORT ENTRANCE DRIVE
CONTRACTOR SITE
ACCESS GATE
AIRPORT SERVICE DRIVE
SEQUENCE OF
CONSTRUCTION
C-102
3
21 22
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 436 of 441
DESCRIPTIONDATEREV
DATE:
SHEET NO.REVISION
SHEET TITLE:
PROJECT NO.:
DESIGNED: DRAWN:CHECKED:
APPROVED AS WORKING PLAN
BY:
IOWA CITY
MUNICIPAL AIRPORT
IOWA CITY, IA
FINAL DESIGN
SUBMITTAL
MARCH 1, 2024
CONSTRUCT AIRSIDE
GROUND MOUNT
SOLAR ARRAY
23006285.00
CMT-MLI CMT-MLI CMT-MLI
A
12345678
12345678
A
B
C
D
E
F
G
H
B
C
D
E
F
G
H
SHEET OF 18 SHEETS
GENERAL
1. THE CONTRACTOR AND ALL SUBCONTRACTORS SHALL FOLLOW THE
REQUIREMENTS OF THE AIRPORT'S APPROVED CONSTRUCTION SAFETY
AND PHASING PLAN (CSPP), FAA AC 150/5370-2(LATEST EDITION), AND ALL
AIRPORT SAFETY AND SECURITY REQUIREMENTS.
2. PRIOR TO THE START OF CONSTRUCTION THE CONTRACTOR SHALL
SUBMIT TO THE AIRPORT FOR APPROVAL A SAFETY PLAN COMPLIANCE
DOCUMENT (SPCD) IN ACCORDANCE WITH FAA AC 150/5370-2(LATEST
EDITION). NO CONSTRUCTION ACTIVITY SHALL BEGIN UNTIL THE AIRPORT
HAS APPROVED THE SPCD.
3. THE CSPP COVERS OPERATIONAL SAFETY. THE CONTRACTOR SHALL BE
RESPONSIBLE FOR THE INDIVIDUAL SAFETY OF HIS/HER PERSONNEL AND
MEETING SAFETY REQUIREMENTS.
4. A MINIMUM OF 10 DAYS PRIOR TO THE PRECONSTRUCTION MEETING THE
CONTRACTOR SHALL PROVIDE A LIST OF SUBCONTRACTORS AND
MATERIAL SUPPLIERS.
5. A MINIMUM OF 10 DAYS PRIOR TO THE NOTICE TO PROCEED THE
CONTRACTOR SHALL SUBMIT THE SPCD FOR APPROVAL.
6. PRIOR TO THE START OF CONSTRUCTION THE CONTRACTOR SHALL SIGN
THE SWPPP CERTIFICATION STATEMENT, AS REQUIRED.
7. THE SUGGESTED SEQUENCE OF CONSTRUCTION SHOWN IS INTENDED TO
ALLOW FOR THE ORDERLY CONSTRUCTION OF THE NEW IMPROVEMENTS
WHILE MAINTAINING AIRCRAFT ACCESS AT ALL TIMES. THE PHASING
SHOWN IS A SUGGESTED SEQUENCE OF CONSTRUCTION ONLY. THIS
SEQUENCE MAY BE MODIFIED WITH THE APPROVAL OF THE RESIDENT
ENGINEER. HOWEVER, ALTERNATE STAGING PLANS MUST MAINTAIN
AIRPORT OPERATIONS TO THE SATISFACTION OF THE AIRPORT.
8. ALL EXISTING TAXIWAY AND RUNWAY AIRFIELD LIGHTING CIRCUITS, FAA
CABLES AND OTHER AIRPORT ELECTRICAL CABLES SHALL REMAIN IN
SERVICE. ALL TEMPORARY CABLING AND SPLICING NECESSARY TO KEEP
THE CIRCUITS IN OPERATION SHALL BE CONSIDERED INCIDENTAL TO THE
CONTRACT.
9. ALL EXISTING FENCE LINES SHALL BE MAINTAINED AND SHALL SERVE AS
CONSTRUCTION BARRIER AROUND THE PERIMETER OF THE PROJECT. ALL
EXISTING GATES SHALL BE MAINTAINED, CLOSED AND LOCKED AS
DIRECTED BY THE AIRPORT. SHOULD THE CONTRACTOR CHOOSE TO KEEP
A GATE OPEN FOR CONSTRUCTION OPERATIONS, A COMPETENT SECURITY
GUARD SHALL MONITOR THE OPEN GATE. ANY COST SHALL NOT BE PAID
FOR SEPARATELY, BUT WILL BE CONSIDERED INCIDENTAL TO THE
CONTRACT.
10. THE CONTRACTOR SHALL BE REQUIRED TO PROVIDE DUST CONTROL AT
ALL TIMES DURING THE PROJECT DURATION. A WATER TRUCK SHALL BE
REQUIRED TO BE ONSITE DURING ALL CONSTRUCTION OPERATION
WORKING HOURS, UNLESS WAIVED BY THE AIRPORT. PAYMENT FOR DUST
CONTROL SHALL BE CONSIDERED INCIDENTAL TO THE CONTRACT.
11. PAYMENT FOR ALL AIRSIDE AND ROADWAY TRAFFIC CONTROL INCLUDING
BUT NOT LIMITED TO, TEMPORARY CONSTRUCTION FENCING,
BARRICADES, SIGNING, AIR OPERATIONS AREA (A.O.A) LATH AND RIBBON,
ETC. SHALL BE CONSIDERED INCIDENTAL TO THE CONTRACT.
12. ALL CONTRACTOR COSTS ASSOCIATED WITH THE REQUIREMENTS LISTED
ON THIS SHEET SHALL BE CONSIDERED INCIDENTAL TO THE CONTRACT
UNLESS A SPECIFIC PAY ITEM IS PROVIDED.
1. COORDINATION
1.PRIOR TO THE START OF CONSTRUCTION THE CONTRACTOR SHALL
ATTEND A PRECONSTRUCTION CONFERENCE WITH THE AIRPORT,
RESIDENT ENGINEER, AND THE CENTRAL REGION FAA. THE COST OF
PREPARING FOR AND ATTENDING THE PRECONSTRUCTION CONFERENCE
SHALL BE INCIDENTAL TO THE CONTRACT.
2. ON OR BEFORE THE PRECONSTRUCTION CONFERENCE, THE CONTRACTOR
SHALL SUBMIT A PROPOSED SCHEDULE FOR THE PROJECT. THE
SCHEDULE SHALL INCLUDE A START AND COMPLETION DATE FOR EACH
ITEM OF WORK. THE SCHEDULE SHALL BE UPDATED ON A WEEKLY BASIS.
ALL COSTS ASSOCIATED WITH THE SCHEDULE SHALL BE INCIDENTAL TO
THE CONTRACT.
3. THE CONTRACTOR SHALL BE REQUIRED TO ESTABLISH A COORDINATION
PLAN WITH THE AIRPORT OR THEIR DESIGNATED REPRESENTATIVE,
REGARDING DE-ENERGIZING AND ENERGIZING OF THE AIRFIELD CIRCUITS
IMPACTED BY CONSTRUCTION ACTIVITY.
4. CONTRACTOR SHALL PLAN THIER WORK SO AS NOT TO INTERFERE OR
HINDER THE PROGRESS, WORK OR HAUL ROAD ACCESS OF OTHER
CONTRACTORS (SEE STANDARD SPECIFICATIONS FOR CONSTRUCTION OF
AIRPORT AND SPECIAL PROVISIONS SECTION 50-05) THE PRIME
CONTRACTOR WILL BE RESPONSIBLE TO COORDINATE CONSTRUCTION
ACTIVITIES AND ACCESS BETWEEN ALL ON-SITE CONTRACTORS
SUBCONTRACTORS.
2. PHASING
1.TOTAL BASE BID CONTRACT TIME SHALL BE 40 CALENDAR DAYS.
2. PHASING SHALL BE AS SHOWN ON THE CONSTRUCTION SAFETY AND
PHASING PLAN SHEET.
3. AREAS AND OPERATIONS AFFECTED BY CONSTRUCTION
1.ALL RUNWAYS, TAXIWAYS AND APRONS SHALL BE KEPT OPEN TO
AIRCRAFT TRAFFIC DURING CONSTRUCTION EXCEPT AS NOTED ON THE
CONSTRUCTION SAFETY AND PHASING PLAN SHEET.
2. WHEN CONFLICTS ARISE BETWEEN CONSTRUCTION ACTIVITIES AND
AIRCRAFT OPERATIONS AND SAFETY, AIRCRAFT OPERATIONS AND SAFETY
SHALL TAKE PRECEDENCE AND SHALL GOVERN. FINAL AUTHORITY IN THE
APPROVAL OF CONSTRUCTION SEQUENCING LIES WITH THE AIRPORT.
3. AIRCRAFT OPERATIONS HAVE THE RIGHT-OF-WAY ON THE AIRFIELD. ALL
CONSTRUCTION TRAFFIC SHALL IMMEDIATELY YIELD TO ONCOMING
AIRCRAFT AT ALL TIMES.
4. SHOULD IT BE NECESSARY FOR THE CONTRACTOR TO TEMPORARY
RELOCATE EQUIPMENT AT ANY TIME TO ALLOW AN AIRCRAFT TO PASS,
THE CONTRACTOR SHALL DO SO IMMEDIATELY AT NO EXTRA COST TO THE
OWNER.
4. PROTECTION OF NAVIGATION AIDS (NAVAIDS)
1.THE CONTRACTOR SHALL REMAIN CLEAR OF THE ILS CRITICAL AREAS AND
OTHER NAVAIDS FACILITIES AT ALL TIMES.
5. CONTRACTOR ACCESS
1.CONTRACTOR ACCESS SHALL BE AS NOTED BELOW AND AS SHOWN ON
THE SITE PLAN AND THE CONSTRUCTION SAFETY AND PHASING PLAN
SHEETS.
2. ALL CONSTRUCTION EQUIPMENT SHALL BE FLAGGED AND/OR LIGHTED IN
ACCORDANCE WITH FAA ADVISORY CIRCULAR 150/5370-2(LATEST EDITION)
AND 150/5210-5(LATEST EDITION) AT ALL TIMES WHILE OPERATING ON
AIRPORT PROPERTY. THE MAXIMUM EQUIPMENT HEIGHT IS 25'.
3. THE CONTRACTOR IS TO ACCESS THE SITE USING THE EXISTING GATE
SHOWN. THE ENTRANCE SHALL BE SIGNED ACCORDINGLY AS TO ALLOW
ONLY CONSTRUCTION VEHICLES ACCESS AND WILL ONLY BE ACCESSIBLE
DURING THE CONTRACTOR'S SCHEDULED WORK DAY. ALL SIGNAGE SHALL
CONFORM TO THE CITY OF IOWA CITY AND IOWA DOT CONSTRUCTION
STANDARDS FOR VEHICLES ENTERING AND LEAVING THE SITE.
4. SUPERVISORY PERSONNEL SHALL DEMONSTRATE IN THE PRESENCE OF
THE AIRPORT MANAGER THAT THEY ARE FAMILIAR WITH AIRPORT RADIO
AND AIRPORT DRIVING PROCEDURES IN ORDER TO PERFORM WORK.
OTHER CONSTRUCTION PERSONNEL CAN BE WITHIN THE AIRFIELD LIMITS
PROVIDED THAT THEY ARE UNDER ESCORT AND IN THE PRESENCE OF AN
AUTHORIZED SUPERVISOR. KNOWLEDGE OF THE AIRPORTS PROCEDURE'S
BY THE SUPERVISORY PERSONNEL MUST BE DEMONSTRATED PRIOR TO
THE START OF CONSTRUCTION.
5. THE CONTRACTOR'S STORAGE AND STAGING AREA WILL BE AS SHOWN ON
THE SITE PLAN AND CONSTRUCTION SAFETY AND PHASING PLAN SHEETS.
6. THE CONTRACTOR SHALL KEEP A RECORD OF THE NAMES OF ALL
EMPLOYEES ENTERING THE JOB SITE ON A DAILY BASIS. A RECORD OF
EACH SUBCONTRACTOR ENTERING THE JOB SITE SHALL ALSO BE KEPT BY
THE CONTRACTOR.
7. THE CONTRACTOR'S MATERIAL AND EQUIPMENT, WHEN NOT IN USE, SHALL
BE STORED IN THE CONTRACTOR'S STAGING AREA. ALL DELIVERIES,
EQUIPMENT REFUELING, EQUIPMENT MAINTENANCE AND EQUIPMENT
TRANSFER SHALL TAKE PLACE WITHIN THE CONTRACTOR'S STAGING
AREA. PARKED EQUIPMENT AND MATERIAL STOCKPILES SHALL NOT
EXCEED 25 FEET IN HEIGHT.
8. ALL CONSTRUCTION TRAFFIC OPERATING ON, OR CROSSING RUNWAYS,
TAXIWAYS AND APRONS OPEN TO AIRCRAFT TRAFFIC SHALL BE UNDER
CONTROL BY A FLAGMAN OR ESCORT IN RADIO CONTACT WITH THE
UNICOM AIR TRAFFIC FREQUENCY. THE CONTRACTOR SHALL PROVIDE HIS
OWN FLAGMEN.
9. ALL PAVEMENTS, DRIVES OR ANY OTHER AREAS UTILIZED BY THE
CONTRACTOR FOR HAUL ROADS, STORAGE AREAS AND/OR STAGING
AREAS SHALL BE MAINTAINED AND REPAIRED TO THE SAME CONDITION OR
BETTER THAN THEY WERE PRIOR TO BEGINNING CONSTRUCTION. NO
ADDITIONAL COMPENSATION WILL BE MADE TO THE CONTRACTOR FOR
THIS WORK.
10. ALL VEHICLE AND EQUIPMENT OPERATORS UTILIZED BY THE CONTRACTOR
SHALL BE PROPERLY TRAINED BY THE CONTRACTOR TO FULLY
UNDERSTAND AND COMPLY WITH THE CONSTRUCTION SAFETY PHASING
PLAN (CSPP) AND SAFETY PLAN COMPLIANCE DOCUMENT (SPCD).
6. WILDLIFE MANAGEMENT
1.THE CONTRACTOR SHALL DISPOSE OF ALL TRASH INCLUDING FOOD
SCRAPS IN APPROVED CONTRACTOR PROVIDED CONTAINERS. TRASH
SHALL BE REMOVED FROM THE CONSTRUCTION SITE DAILY AND STORED
IN A TRASH BIN PROVIDED BY THE CONTRACTOR. A TRASH BIN SHALL BE
LOCATED INSIDE THE STAGING AREA AND SHOULD BE EMPTIED ON A
WEEKLY BASIS AS A MINIMUM REQUIREMENT. SHOULD THIS PRACTICE
PROVE TO BE INADEQUATE, THE CONTRACTOR WILL BE ASKED TO
INCREASE THE FREQUENCY OF TRASH REMOVAL.
2. THE CONTRACTOR IS RESPONSIBLE FOR MAINTAINING THE STAGING,
PARKING, AND WORK AREAS FREE FROM TALL STANDS OF GRASS. GRASS
IN THESE AREAS SHALL NOT BE OVER 14 INCHES IN HEIGHT. WHEN
14-INCH GRASS HEIGHT IS ACHIEVED THE CONTRACTOR SHALL MOW THE
STAGING, PARKING, AND WORK AREAS TO NO LOWER THAN 7 INCHES.
3. IN THE EVENT OF A WILDLIFE ENCOUNTER WITHIN THE AOA, THE
CONTRACTOR SHALL IMMEDIATELY CONTACT THE AIRPORT MANAGER OR
DESIGNATED REPRESENTATIVE. CONTRACTOR ACCESS GATES SHALL
REMAIN CLOSED WHEN THE CONTRACTOR IS NOT WORKING.
7. FOREIGN OBJECT DEBRIS (FOD) MANAGEMENT
1.THE CONTRACTOR SHALL PICK UP ANY FOREIGN OBJECT DEBRIS (FOD)
SEEN ON THE AIRFIELD PAVEMENTS.
2. THE CONTRACTOR SHALL SECURE ALL LOOSE ITEMS FROM VEHICLES
PRIOR TO DRIVING ON AIRFIELD PAVEMENTS.
3. SHOULD ANY CONTRUCTION RELATED DEBRIS BE FOUND ON EXISTING
PAVEMENTS, THIS DEBRIS SHALL BE REMOVED IMMEDIATELY WITH A PICK
UP SWEEPER. A PICK UP SWEEPER SHALL BE REQUIRED TO BE ON SITE
AND OPERATE DURING ALL CONSTRUCTION OPERATION WORKING HOURS.
8. HAZARDOUS MATERIALS (HAZMAT) MANAGEMENT
1.THE CONTRACTOR SHALL SUBMIT A PLAN THAT ADDRESSES THE
MANAGEMENT OF HAZARDOUS AND NON-HAZARDOUS WASTE IN
ACCORDANCE WITH FAA AC 150/530-15A, MANAGEMENT OF AIRPORT
INDUSTRIAL WASTE FOR THE OWNER'S AND RPR'S REVIEW. THE PLAN
SHALL BE SUBMITTED AT LEAST TEN (10) DAYS PRIOR TO THE
PRECONSTURCTION MEETING AND SHALL ADDRESS SUCH ISSUES AS FUEL
DELIVERIES, SPILL RECOVERY PROCEDURES, AVAILABILITY OF MATERIAL
SAFETY DATA SHEETS (MSDS), AND OTHER CONSIDERATIONS.
9. NOTIFICATION OF CONSTRUCTION ACTIVITIES
1.THE CONTRACTOR SHALL PROVIDE A 24 HOUR EMERGENCY CONTACT
PERSON AND PHONE NUMBER.
2. THE CONTRACTOR SHALL GIVE A MINIMUM OF 72 HOURS NOTICE TO
AIRPORT OPERATIONS PRIOR TO CLOSING ANY PAVEMENTS SO THAT
PROPER NOTAMS MAY BE ISSUED BY THE AIRPORT.
3. FOR ANY EQUIPMENT USED BY THE CONTRACTOR WITH A HEIGHT
GREATER THAN 25', THE CONTRACTOR SHALL PROVIDE TO THE AIRPORT
THE TYPE OF EQUIPMENT, TOTAL HEIGHT, AND LOCATION WHERE THE
EQUIPMENT WILL BE USED. THE AIRPORT WILL SUBMIT FAA FORM 7460-1
TO THE FAA FOR AN AIRSPACE STUDY. NO EQUIPMENT WITH A HEIGHT
GREATER THAN 25' SHALL BE USED UNTIL A DETERMINATION FROM FAA IS
RECEIVED.
4. IN THE EVENT OF AN EMERGENCY, THE CONTRACTOR SHALL CALL 911.
5. CONTACTS FOR THIS PROJECT WILL BE DETERMINED AT THE
PRECONSTRUCTION MEETING PRIOR TO THE PROJECT START.
10. INSPECTION REQUIREMENTS
1.THE CONTRACTOR SHALL INSPECT THE JOBSITE DAILY TO ENSURE
COMPLIANCE WITH THE CSPP. THE CHECKLIST FOUND IN APPENDIX D OF
FAA AC 150/5370-2(LATEST EDITION) MAY BE USED TO AID IN THE
INSPECTIONS.
2. THE CONTRACTOR SHALL ATTEND AN INSPECTION OF EACH PHASE WORK
AREA PRIOR TO OPENING THE AREA TO AIRPORT OPERATIONS.
11. UNDERGROUND UTILITIES
1.IT WILL BE NECESSARY FOR THE CONTRACTOR TO MAKE HIS OWN FIELD
INVESTIGATION TO DETERMINE THE EXACT LOCATION OF THE
UNDERGROUND UTILITIES AT CRITICAL POINTS. SEE SECTION 70-17 OF THE
STANDARD SPECIFICATIONS AND SPECIAL PROVISIONS FOR SPECIFIC
REQUIREMENTS. THE LOCATION OF UNDERGROUND UTILITIES AS
INDICATED ON THE PLANS HAS BEEN OBTAINED FROM EXISTING RECORDS.
NEITHER THE OWNER NOR THE ENGINEER ASSUMES ANY RESPONSIBILITY
IN RESPECT TO THE ACCURACY, COMPLETENESS OR SUFFICIENCY OF THE
INFORMATION. THERE IS NO GUARANTEE, EITHER EXPRESSED OR
IMPLIED, THAT THE LOCATIONS, SIZE AND TYPE OF MATERIAL OF EXISTING
UNDERGROUND UTILITIES AS INDICATED ARE REPRESENTATIVE OF THOSE
TO BE ENCOUNTERED DURING CONSTRUCTION. IT SHALL BE THE
CONTRACTOR'S RESPONSIBILITY TO DETERMINE THE ACTUAL LOCATION
OF ALL SUCH FACILITIES, INCLUDING SERVICE CONNECTIONS TO
UNDERGROUND UTILITIES. PRIOR TO CONSTRUCTION, THE CONTRACTOR
SHALL NOTIFY THE UTILITY COMPANY/OWNER OF HIS OPERATIONAL
PLANS. THE CONTRACTOR SHALL MAKE ARRANGEMENTS FOR DETAILED
INFORMATION AND ASSISTANCE IN LOCATING UTILITIES. IN THE EVENT AN
UNEXPECTED UTILITY INTERFERENCE IS ENCOUNTERED DURING
CONSTRUCTION, THE CONTRACTOR SHALL IMMEDIATELY NOTIFY THE
UTILITY COMPANY, THE OWNER AND THE ENGINEER. ANY SUCH MAINS
AND/OR SERVICES DISTURBED BY THE CONTRACTOR'S OPERATIONS
SHALL BE RESTORED IMMEDIATELY AT HIS EXPENSE TO THE
SATISFACTION OF THE OWNER AND THE ENGINEER.
2. BEFORE INITIATING ANY DIGGING, DRILLING OR EXCAVATING ON THE
AIRPORT PROPERTY, THE CONTRACTOR SHALL CALL IOWA ONE CALL AND
CONTACT THE LOCAL FAA OFFICE TO ARRANGE FOR UTILITY LOCATES.
SEE SECTION 70-17 OF THE SPECIAL PROVISIONS FOR UTILITY CONTACT
INFORMATION.
3. SHOULD A UTILITY COMPANY OR GOVERNMENT AGENCY BE UNABLE TO
LOCATE FACILITIES, THE CONTRACTOR SHALL LOCATE THESE FACILITIES.
PAYMENT FOR THIS LOCATION SHALL BE INCIDENTAL TO THE
IMPROVEMENTS REQUIRING THE LOCATE.
4. THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL AIRPORT
OWNED UTILITIES AND SHALL BE CONSIDERED INCIDENTAL TO THE
CONTRACT.
12. PENALTIES
1.NONCOMPLIANCE BY THE CONTRACTOR WITH AIRPORT RULES AND
REGULATIONS OR FAILURE TO COMPLY WITH THE AIRPORT'S APPROVED
CSPP AND THE CONTRACTOR'S APPROVED SPCD MAY RESULT IN FINES AS
ALLOWED BY LAW AND/OR REMOVAL FROM PROJECT SITE.
13. SPECIAL CONDITIONS
1.ADJACENT CONSTRUCTION MAY IMPACT THE OPERATIONS OF THE
CONTRACTOR.
14. RUNWAY AND TAXIWAY VISUAL AIDS
1.RUNWAY OR TAXIWAY CLOSURES ARE AS DETAILED IN THE
CONSTRUCTION SAFETY AND PHASING PLAN FOR THIS PROJECT. IF ANY
RUNWAY OR TAXIWAY CLOSURES ARE REQUESTED BY THE CONTRACTOR
AND APPROVED BY THE AIRPORT, THE CONTRACTOR SHALL USE MARKING,
LIGHTING AND SIGNS THAT FOLLOW THE REQUIREMENTS OF FAA AC
150/5370-2(LATEST EDITION).
15. MARKING AND SIGNS FOR ACCESS ROUTES
1.MARKING AND SIGNAGE FOR THE ACCESS ROUTE SHALL BE AS SHOWN ON
THE CONSTRUCTION SAFETY AND PHASING PLAN OR AS DIRECTED BY THE
RESIDENT ENGINEER.
16. HAZARD MARKING AND LIGHTING
1.THE CONTRACTOR SHALL FURNISH, ERECT, AND MAINTAIN MARKINGS AND
ASSOCIATED LIGHTING OF OPEN TRENCHES, EXCAVATIONS, TEMPORARY
STOCKPILES, AND THEIR CONSTRUCTION EQUIPMENT.
2. ALL CONSTRUCTION EQUIPMENT SHALL BE FLAGGED AND/OR LIGHTED IN
ACCORDANCE WITH FAA ADVISORY CIRCULAR 150/5370-2 AND 150/5210-5
AT ALL TIMES WHILE OPERATING ON AIRPORT PROPERTY. THE MAXIMUM
EQUIPMENT HEIGHT IS 25'.
3. BARRICADES SHALL BE PLACED AT THE LOCATIONS SHOWN ON THE
CONSTRUCTION SAFETY AND PHASING PLAN SHEET OR AS DIRECTED BY
THE RESIDENT ENGINEER. THE CONTRACTOR SHALL PLACE ALL
BARRICADES AND CONSTRUCTION SETBACK LINES ITEMS AS SHOWN
PRIOR TO INITIATING WORK IN EACH PHASE. ALL COSTS TO FURNISH,
INSTALL, REPOSITION, AND MAINTAIN THESE ITEMS SHALL BE CONSIDERED
INCIDENTAL TO THE PROJECT.
4. THE CONTRACTOR SHALL INSPECT THE BARRICADES ONCE DURING EACH
WORK DAY TO INSURE PROPER PLACEMENT AND PROPER OPERATION OF
THE RED LIGHTS AND FLAG PLACEMENT.
17. PROTECTION
1.CONTRACTOR PERSONNEL, VEHICLES, EQUIPMENT AND BARRICADES
SHALL NOT BE ALLOWED WITHIN THE TAXIWAY OBJECT FREE AREA (TOFA)
OF ACTIVE TAXIWAYS AND THE RUNWAY SAFETY AREA (RSA) OF ACTIVE
RUNWAYS.
18. OTHER LIMITATIONS ON CONSTRUCTION
1.IF, DURING CONSTRUCTION, AN EMERGENCY IS DECLARED BY THE
AIRPORT, THE CONTRACTOR SHALL IMMEDIATELY CLEAR THE PAVEMENT
OF ALL VEHICLES, PERSONNEL AND EQUIPMENT.
2. THE CONTRACTOR SHALL KEEP ALL TRUCKS, EQUIPMENT AND MATERIALS
OFF OF THE EXISTING RUNWAYS AND TAXIWAYS OUTSIDE OF THE
PROJECT LIMITS EXCEPT AS SHOWN OR WITH THE PRIOR PERMISSION OF
THE RESIDENT ENGINEER. SHOULD THE CONTRACTOR TRACK ANY DEBRIS
ONTO EXISTING PAVEMENTS, THIS DEBRIS SHALL BE REMOVED
IMMEDIATELY WITH A PICK UP SWEEPER. A PICK UP SWEEPER SHALL BE
REQUIRED TO BE ON SITE AND OPERATE DURING ALL CONSTRUCTION
OPERATION WORKING HOURS.
3. THE CONTRACTOR SHALL PROVIDE WASTE RECEPTACLES THROUGHOUT
THE WORK ZONE AND MAINTAIN SANITARY FACILITIES FOR EMPLOYEES TO
USE. FACILITIES WITHIN THE HANGARS/AIRPORT BUILDINGS SHALL NOT BE
USED.
4. WORK PERFORMED BY THE CONTRACTOR OUTSIDE OF DAYLIGHT HOURS
SHALL BE DONE UNDER SUFFICIENT ARTIFICIAL AREA LIGHTING TO ALLOW
FOR PROPER CONSTRUCTION METHODS AND INSPECTIONS. LIGHT SHALL
CONSIST OF MOVEABLE POLE MOUNTED FLOODLIGHTS AND/OR
SPOTLIGHTS OF SUFFICIENT NUMBER TO ILLUMINATE WORK AREA.
VEHICLE HEADLIGHTS WILL BE ALLOWED ONLY IN ADDITION TO OTHER
LIGHTS MENTIONED ABOVE. LIGHTING SHALL BE APPROVED BY THE
ENGINEER AND SHALL NOT BE USED IF THEY AFFECT FLIGHT SAFETY.
5. THE CONTRACTOR SHALL SUPPLY AND HAVE IN THEIR POSSESSION AT ALL
TIMES AT LEAST ONE AIRPORT RADIO. IN THE EVENT THAT THE AIRPORT
MANAGER NEEDS TO CONTACT THE CONTRACTOR DIRECTLY, THE
OPERATOR OF SAID RADIO SHALL BE FAMILIAR WITH AIRPORT RADIO
PROCEDURES AND TUNED INTO THE GROUND CONTROL FREQUENCY.
6. BROKEN CONCRETE, BROKEN ASPHALT, AND OTHER MISCELLANEOUS
DEBRIS SHALL BE DISPOSED OF OFF AIRPORT PROPERTY, UNLESS
OTHERWISE SPECIFIED.
7. THE CONTRACTOR MAY BE REQUIRED TO SUBMIT A REVISED PROGRESS
SCHEDULE TO ACCOMMODATE AIRPORT EVENTS (I.E. AIR SHOW). SHOULD
A REVISED SCHEDULE BE REQUIRED, THE REVISIONS SHALL BE
COMPLETED AT NO ADDITIONAL COST TO THE CONTRACT.
SEQUENCE OF
CONSTRUCTION NOTES
C-103
4
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 437 of 441
DESCRIPTIONDATEREV
DATE:
SHEET NO.REVISION
SHEET TITLE:
PROJECT NO.:
DESIGNED: DRAWN:CHECKED:
APPROVED AS WORKING PLAN
BY:
IOWA CITY
MUNICIPAL AIRPORT
IOWA CITY, IA
FINAL DESIGN
SUBMITTAL
MARCH 1, 2024
CONSTRUCT AIRSIDE
GROUND MOUNT
SOLAR ARRAY
23006285.00
CMT-MLI CMT-MLI CMT-MLI
A
12345678
12345678
A
B
C
D
E
F
G
H
B
C
D
E
F
G
H
SHEET OF 18 SHEETS
SEQUENCE OF
CONSTRUCTION DETAILS
C-104
5
CRITICAL POINTS
LOCATION DATA
POINT # LATITUDE LONGITUDE SE ELEV.AGL HEIGHT AMSL ELEV.
1 41° 38' 24.64" 91° 32' 25.48" 649 25 674
2 41° 38' 23.98" 91° 32' 25.50" 649 25 674
3 41° 38' 24.00" 91° 32' 26.81" 650 25 675
4 41° 38' 24.66" 91° 32' 26.79" 649 25 674
5 41° 38' 24.70" 91° 32' 26.46" 650 25 675
6 41° 38' 24.75" 91° 32' 28.26" 651 25 676
7 41° 38' 25.44" 91° 32' 28.23" 651 25 676
8 41° 38' 25.46" 91° 32' 28.89" 650 25 675
9 41° 38' 24.48" 91° 32' 28.94" 651 25 676
10 41° 38' 24.51" 91° 32' 29.98" 651 25 676
11 41° 38' 24.73" 91° 32' 29.95" 651 25 676
12 41° 38' 24.75" 91° 32' 30.26" 651 25 676
13 41° 38' 25.19" 91° 32' 30.23" 651 25 676
14 41° 38' 25.24" 91° 32' 31.62" 651 25 676
15 41° 38' 26.30" 91° 32' 31.56" 650 25 675
16 41° 38' 26.26" 91° 32' 29.21" 650 25 675
17 41° 38' 28.11" 91° 32' 29.15" 649 25 674
18 41° 38' 28.15" 91° 32' 28.99" 650 25 675
19 41° 38' 27.87" 91° 32' 28.43" 650 25 675
20 41° 38' 27.77" 91° 32' 27.77" 650 25 675
21 41° 38' 25.08" 91° 32' 27.61" 650 25 675
22 41° 38' 25.07" 91° 32' 27.06" 649 25 674
1. CONTRACTOR SHALL MARKER THE RUNWAY SAFETY AREA AND
TAXIWAY OBJECT FREE AREA PER THE CONSTRUCTION SETBACK
LINE DETAIL AS DIRECTED BY THE ENGINEER.
2.ALL COST ASSOCIATED WITH THE CONSTRUCTION SETBACK LINE
SHALL BE CONSIDERED INCIDENTAL TO THE CONTRACT.
6"
(M
A
X
.
)
(MAX.)
9"
18
"
(M
A
X
.
)
9"
6"
6'
6'
(MAX.)
1 . LOW PROFILE BARRICADES SHALL BE PLACED AT LOCATIONS SHOWN ON THE PLANS OR AS DIRECTED BY THE
ENGINEER. THE BARRICADES SHALL BE INTERLOCKED WITH NO GAPS BETWEEN BARRICADES.
2.BARRICADES SHALL BE WEIGHTED TO WITHSTAND DISPLACEMENT BY JET OR PROP BLAST.
2.THE BARRICADE LINE SHALL EXTEND ONE BARRICADE PAST THE EDGE OF PAVEMENT INTO THE TURF.
4. FACING OF BARRICADE SHALL BE COVERED WITH REFLECTIVE TAPE OR PAINT.
5. BARRICADES SHALL BE OF LOW MASS, EASILY COLLAPSIBLE UPON CONTACT WITH AN AIRCRAFT OR ANY OF
IT'S COMPONENTS, AND WEIGHTED OR STURDILY ATTACHED TO THE SURFACE. IF AFFIXED TO THE SURFACE,
THE BARRICADE MUST BE FRANGIBLE AT GRADE LEVEL OR AS LOW POSSIBLE, BUT NOT TO EXCEED 3 INCHES
ABOVE THE GROUND.
6.ALL COST ASSOCIATED WITH THE LOW PROFILE BARRICADES SHALL BE CONSIDERED INCIDENTAL TO THE
CONTRACT.
INTERLOCKING LOW PROFILE BARRICADE DETAILS
NOT TO SCALE
CONSTRUCTION SETBACK LINE DETAIL
NOT TO SCALE
CONSTRUCTION EQUIPMENT
AND TRUCK SIGNAL FLAG
NOT TO SCALE
CONSTRUCTION SETBACK NOTES
INTERLOCKING LOW PROFILE BARRICADE NOTES
36"
36"
3'-0"
20'-0"
ORANGE
SURVEYOR'S
RIBBON
WOODEN
LATHE
EXISTING
GROUND
REFLECTIVE MATERIAL, ORANGE
FLORESCENT AND WHITE FLORESCENT
DIAGONAL SHALL BE PLACED ON ALL
FACES. MATERIAL SHALL BE EITHER
SCOTCHLITE OR REFLECTIVE MATERIAL.
STEADY BURN RED
OMNI-DIRECTIONAL LIGHT
INSTALLATION PINS
AS DIRECTED
STEADY BURN RED
OMNI-DIRECTIONAL LIGHT
LOW PROFILE BARRICADE
ISOMETRIC
FRONT ELEVATION SIDE ELEVATION
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 438 of 441
C-105-6.1 MOBILIZATION LS 1.00 $25,250.00 $25,250.00
SP-1-1.1 VAULT SOLAR ARRAY LS 1.00 $295,000.00 $345,000.00
SP-1-1.2 BUILDING D SOLAR ARRAY LS 1.00 $126,650.00 $134,750.00
505,000.00$
605.00$
12,900.00$
36,500.00$
81,700.00$
14,900.00$
50,400.00$
702,005.00$
ESTIMATED COST
CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
PROJECT NO. 23006285.00
March 1, 2024
ITEM NO.DESCRIPTION UNIT ESTIMATED
QUANTITY
ESTIMATED
UNIT COST
FINAL ENGINEER'S OPINION OF PROBABLE PROJECT COST
IOWA CITY MUNICIPAL AIRPORT
IOWA CITY, IOWA
ENGINEERING SERVICES (CONSTRUCTION PHASE) =
TOTAL ESTIMATED PROJECT COST =
TOTAL ESTIMATED CONSTRUCTION COST =
UTILITY INTERCONNECTION APPLICATION (MIDAMERICAN) =
ENGINEERING SERVICES (DESIGN PHASE) =
ENGINEERING SERVICES (SPECIAL SERVICES) =
ENGINEERING SERVICES (VIABILITY ASSESSMENT REPORT / CONCEPTS) =
MIDAMERICAN FORCE ACCOUNT (TRANSFORMER UPGRADE) =
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 439 of 441
C-105-6.1 MOBILIZATION LS 1.00 1.00
SP-1-1.1 VAULT SOLAR ARRAY LS 1.00 13.00
SP-1-1.2 BUILDING D SOLAR ARRAY LS 1.00 6.00
20
40
TOTAL ESTIMATED WORKING DAYS =
TOTAL ESTIMATED CALENDER DAYS =
ITEM NO.DESCRIPTION UNIT ESTIMATED
QUANTITY
ESTIMATED DAILY
QUANTITY
ESTIMATED
WORKING DAYS
CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
PROJECT NO. 23006285.00
March 1, 2024
FINAL ENGINEER'S OPINION OF PROBABLE PROJECT DURATION
IOWA CITY MUNICIPAL AIRPORT
IOWA CITY, IOWA
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 440 of 441
C-105-6.1 MOBILIZATION LS 1.00 $25,250.00 $25,250.00
SP-1-1.1 VAULT SOLAR ARRAY LS 1.00 $295,000.00 $345,000.00 2%$6,900.00 DIRECTIONAL BORE
SP-1-1.2 BUILDING D SOLAR ARRAY LS 1.00 $126,650.00 $134,750.00 2%$2,695.00 DIRECTIONAL BORE
$505,000.00
$9,595.00
1.90%
2%
March 1, 2024
ESTIMATED
DBE SHARE
ESTIMATED
DBE COST TYPE OF WORKESTIMATED COST
TOTAL ESTIMATED CONSTRUCTION COST =
TOTAL ESTIMATE DBE CONSTRUCTION COST =
TOTAL DBE UTILIZATION =
SUGGESTED DBE GOAL =
ITEM NO.DESCRIPTION UNIT ESTIMATED
QUANTITY
ESTIMATED
UNIT COST
CONSTRUCT AIRSIDE GROUND MOUNT SOLAR ARRAY
PROJECT NO. 23006285.00
FINAL ENGINEER'S OPINION OF PROBABLE PROJECT DBE PARTICIPATION
IOWA CITY MUNICIPAL AIRPORT
IOWA CITY, IOWA
Airport Commission Agenda & Info Packet
Meeting Date: March 14, 2024 Page 441 of 441