Loading...
HomeMy WebLinkAbout~Master - August 6, 2024, Special Meeting of the Ames City Council1.Resolution approving preliminary plans and specifications for the 2024/25 Shared Use Path Maintenance Contract 2 (Stuart Smith Park and State Avenue), setting September 4, 2024 as the bid due date and September 10, 2024 as the date of Public Hearing 2 .Hearing on 2023/24 Airport Improvements Program (Wildlife Fence Project): a. Motion accepting report of bids b. Resolution approving Federal Grant Application c. Resolution approving final plans and specifications and awarding a contract to Minturn, Inc., of Brooklyn, IA, in the amount of $2,616,005, contingent upon receipt of all grants necessary to fund the project 3.Resolution awarding a contract to Sulzer Turbo Services, of La Porte, TX, for inspection of CT1 Combustion Turbine to determine options and costs to return the unit to service AGENDA SPECIAL MEETING OF THE AMES CITY COUNCIL COUNCIL CHAMBERS - CITY HALL** **THIS WILL BE AN ELECTRONIC MEETING. IF YOU WISH TO PROVIDE INPUT ON ANY ITEM, YOU MAY DO SO AS A VIDEO PARTICIPANT BY GOING TO: HTTPS://US02WEB.ZOOM.US/J/82768987397 OR BY TELEPHONE BY DIALING: US:1-312-626-6799 OR TOLL-FREE: 888-475-4499 ZOOM MEETING ID: 827 6898 7397 AUGUST 6, 2024 NOTICE TO THE PUBLIC: The Mayor and City Council welcome comments from the public during discussion. The Standards of Decorum, posted at the door and available on the City website, define respectful conduct for public participation. If you wish to speak, please fill out the form on the tablet outside the door to the Council Chambers or scan the QR Code to the right to fill out the same form on a personal device. When your name is called, please step to the microphone, state your name for the record, and keep your comments brief so that others may have the opportunity to speak. CALL TO ORDER: 10:00 a.m. CONSENT AGENDA: All items listed under the Consent Agenda will be enacted by one motion. There will be no separate discussion of these items unless a request is made prior to the time the Council members vote on the motion. HEARINGS: ELECTRIC: DISPOSITION OF COMMUNICATIONS TO COUNCIL: COUNCIL COMMENTS: ADJOURNMENT; Please note that this agenda may be changed up to 24 hours before the meeting time as provided by Section 21.4(2), Code of Iowa. 1 ITEM #:1 DATE:08-06-24 DEPT:PW SUBJECT:2024/25 SHARED USE PATH MAINTENANCE CONTRACT 2 (STUART SMITH PARK AND STATE AVENUE) COUNCIL ACTION FORM BACKGROUND: The shared use path in Stuart Smith Park was overlaid with asphalt in 2022. A portion of the shared use path on the southern end of the park was not overlaid during the 2022 project because of significant deterioration to the path. This project will remove and replace the deteriorated portion of the existing eight-foot wide asphalt path and replace it with a new ten-foot wide concrete path. This project also includes a shared use path maintenance project area along State Avenue, from Arbor Street to south of the Baker Subdivision. This portion of the shared use path has a significant number of cracked and displaced concrete panels that collect and pond water during moderate rainfall events. This project will remove the existing eight-foot wide shared use path, improve drainage in the ditch along State Avenue, and replace it with a new ten-foot wide concrete path. City staff has received several requests from the public to replace the shared use path in both locations. A map of the two locations for this project is attached. City staff has completed plans and specifications for this project with estimated costs of $153,440.60. There is $300,000 of Local Option Sales Tax allocated to this program in FY 2024/25 in the Capital Improvement Plan. City Council awarded the first construction contract under this program on July 23, 2024, in the amount of $75,340, which leaves over $220,000 remaining to fund this project (Contract 2). Following the award of contract for this project, any remaining funding will be utilized for other shared use path maintenance priorities. ALTERNATIVES: 1. Approve plans and specifications for the 2024/25 Shared Use Path Maintenance Contract 2 (Stuart Smith Park and State Avenue) project, setting September 4, 2024 as the bid due date and September 10, 2024, as the date for report of bids. 2. Direct staff to make changes to the project. CITY MANAGER'S RECOMMENDED ACTION: The shared use paths in this project have reached the end of their useful life and are in need of replacement. These two locations are also a priority for users of the shared use path system. Replacing these shared use paths will improve the quality of the network within the City of Ames. Therefore, it is the recommendation of the City Manager that the City Council adopt Alternative No. 1, as described above. ATTACHMENT(S): 24-25 SUP Maint No 2 Location Attachment for CAF.pdf 2 Stuart Smith Park State Avenue 3 ITEM #:2 DATE:08-06-24 DEPT:PW SUBJECT:2023/24 AIRPORT IMPROVEMENTS PROGRAM (WILDLIFE FENCE) COUNCIL ACTION FORM BACKGROUND: The FY 2023/24 Airport Improvement Program includes the installation of a barrier fence to limit animal crossings at James Herman Banning Ames Municipal Airport. This essential safety project aims to mitigate animal strike risks and restrict unauthorized access to runways and taxiways with minimal disruption to airport operations. Division 1: Includes all Federal funding eligible items. The base bid includes two fencing types: 1) Eight-foot chain link with animal skirting, and 2) Eight-foot welded wire mesh style with animal skirting. Alternate A is for all chain link fencing. Division 2: Includes a small portion of fence along S. Riverside where a drainage way crosses in front of Runway Approach 13. To avoid costly culvert extensions, the fence alignment leaves the Airport property onto City right-of-way, which the FAA will not fund. Alternate B is for PVC coated fence in the terminal area. Division 3: Includes motorizing two gate access points with access control. This item is not eligible for Federal aid under the proposed grant funding but can be paid for with State funds (from the Iowa DOT). On July 30, 2024, one bid was received as follows: Bid Divisions Engineer's Estimate Minturn, Inc. Brooklyn, IA Division 1 - Base Bid $2,600,000 $2,514,655 Division 1 - Alt A $204,600 $17,400 Division 2 - Base Bid $9,900 $7,500 Division 2 - Alt B $3,580 $3,450 Division 3 - Base Bid $64,750 $73,000 Totals $2,882,830 $2,616,005 The City's consultant, Bolton & Menk, has reviewed the bid submittal from Minturn, Inc., Brooklyn, IA, and has determined that it is acceptable. The consultant also performed reference checks on the bidder and found them to be satisfactory. The attached letter from Bolton & Menk indicates a recommendation to award the Division 1 Base Bid, Division 1 Bid Alternate 'A', Division 2 Base Bid, Division 2 Bid Alternate 'B', and Division 3 Bid Alternate 'C.' Revenues and expenses for this project are as follows: 4 Revenues Costs Expenses Costs Federal AIP Funds $2,626,519 Consultant Services: Iowa DOT Funds $58,400 Administration $1,000 Airport Improvement Funds (previously budgeted) $218,000 CATEX/Env. Review $77,700 Airport Improvement Funds (new)$99,386 Design $147,200 Cont. Inspection $160,400 Contractor: Construction $2,616,005 Totals $3,002,305 Totals $3,002,305 The revised expenses require $99,386 in additional funds to be allocated from the Airport Improvement Fund to accomplish the project. Sufficient funding exists in the available balance of the Airport Improvement Fund for this purpose. ALTERNATIVES: 1. a.) Accept the report of bids for the 2023/24 Airport Improvements Program (Wildlife Fence) project. b.) Approve the Federal grant application for the project. c.) Approve final plans and specification and award the 2023/24 Airport Improvements Program (Wildlife Fence) project to Minturn, Inc. of Brooklyn, IA in the amount of $2,616,005, contingent upon receipt of all grants necessary to fund the project. 2. Reject the bids and direct staff to reprogram the project to a future year based on funding availability. CITY MANAGER'S RECOMMENDED ACTION: Awarding this project will significantly enhance the safety of Ames Airport users and local wildlife by reducing the risk of animal strikes by aircraft during airport operations. Therefore, it is the recommendation of the City Manager that City Council adopt Alternative No. 1, as shown above. ATTACHMENT(S): Ames-Wildlife Fencing- Engineers Letter of Recommendation.pdf Ames-Wildlife Fencing-Grant Application-7-30-2024.pdf 5 Ames-Wildlife Fencing- Engineers Letter of Recommendation.docx July 30, 2024 Mr. Damion Pregitzer, P.E., PTOE Traffic Engineer City of Ames 515 Clark Ave Ames, IA 50010 RE: Recommendation of Award Wildlife Fencing Improvements FAA AIP Project No.: 3-19-0004-033-2024 BMI Project No.: 0T5.132070 Dear Mr. Pregitzer, At 11:00 a.m. local time on July 30, 2024, bids were received for the Wildlife Fencing Improvements project. The Engineer’s Opinion of Probable Cost for the Division 1 - Base Bid of the project was $2,600,000.00, Division 1 – Alternate Bid ‘A’ was $204,600.00, the Division 2 - Base Bid was $9,900.00, Division 2 – Alternate Bid ‘B’ was $3,580.00 and Division 3 – Bid Alternate ‘C’ was $64,750.00 for a total of estimated cost of $2,882,830.00. One (1) bid was received, the bidder was responsive, and the bid is summarized as follows: Bidder City Division 1 Base Bid Division 1 Bid Alternate ‘A’ Division 2 Base Bid Division 2 Bid Alternate ‘B’ Division 3 Bid Alternate ‘C’ Total (Base Bid Plus All Bid Alternates, All Divisions) Minturn, Inc. Brooklyn, IA $2,514,655.00 $17,400.00 $7,500.00 $3,450.00 $73,000.00 $2,616,005.00 The bid received from Minturn, Inc., for the base bid plus all alternates was 9.26% below the Engineer’s Opinion of Probable Cost for the total project (Base Bid plus all Alternate Bids, all Divisions) for the project and was determined to be the lowest responsive, responsible bidder. Bolton & Menk, Inc., has reviewed the bid documents submitted and checked references on this bidder and was satisfied with the responses given. Therefore, Bolton & Menk, Inc. recommends award of the Wildlife Fencing Improvements project to Minturn, Inc., of Brooklyn, Iowa, for the total amount of $2,616,005.00 (Two Million, Six Hundred Sixteen Thousand, Five and 00/100 Dollars), for the Division 1 - Base Bid, Division 1 - Bid Alternate ’A’, Division 2 – Base Bid, Division 2 – Bid Alternate ‘B’ and Division 3 - Bid Alternate ‘C’, based on FAA concurrence and available funding. The bid tabulation is attached for your use. Feel free to contact me should there be any questions related to this project. Sincerely, Joseph R. Roenfeldt, P.E. Aviation Project Manager Attachment: Bid Tabulation 1519 Baltimore Drive Ames, IA 50010 (515) 233-6100 Ames@bolton-menk.com Bolton-Menk.com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ity of Ames 42-6004218 WV9ZMFEMMH38 515 Clark Avenue Ames Story IA USA: United States 50010-6122 Mr.Damion Pregitzer City of Ames (515) 239-5160 (515) 239-5404 damion.pregitzer@cityofames.org 7 $SSOLFDWLRQIRU)HGHUDO$VVLVWDQFH6) 7\SHRI$SSOLFDQW6HOHFW$SSOLFDQW7\SH 7\SHRI$SSOLFDQW6HOHFW$SSOLFDQW7\SH 7\SHRI$SSOLFDQW6HOHFW$SSOLFDQW7\SH 2WKHU 6SHFLI\ 1DPHRI)HGHUDO$JHQF\  &DWDORJRI)HGHUDO'RPHVWLF$VVLVWDQFH1XPEHU &)'$7LWOH )XQGLQJ2SSRUWXQLW\1XPEHU 7LWOH  &RPSHWLWLRQ,GHQWLILFDWLRQ1XPEHU 7LWOH  $UHDV$IIHFWHGE\3URMHFW &LWLHV&RXQWLHV6WDWHVHWF  'HVFULSWLYH7LWOHRI$SSOLFDQW¶V3URMHFW $WWDFKVXSSRUWLQJGRFXPHQWVDVVSHFLILHGLQDJHQF\LQVWUXFWLRQV C: City or Township Government Pick an applicant type Pick an applicant type Federal Aviation Administration 20.106 Airport Improvement Program Not Applicable Not Applicable City of Ames, Story County, State Iowa Wildlife Fencing Improvements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³<HV´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r.Damion Pregitzer Traffic Engineer (515) 239-5160 (515) 239-5404 pregitzer@cityofames.org 08/06/2024 9 FAA Form 5100-100 () SUPERSEDES PREVIOUS EDITION Page 1 of 7 U.S. Department of Transportation Federal Aviation Administration OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE:  Application for Federal Assistance (Development and Equipment Projects) PART II – PROJECT APPROVAL INFORMATION Part II - SECTION A The term “Sponsor” refers to the applicant name provided in box 8 of the associated SF-424 form. Item 1. Does Sponsor maintain an active registration in the System for Award Management (www.SAM.gov)? Yes No Item 2. Can Sponsor commence the work identified in the application in the fiscal year the grant is made or within six months after the grant is made, whichever is later? Yes No N/A Item 3. Are there any foreseeable events that would delay completion of the project? If yes, provide attachment to this form that lists the events. Yes No N/A Item 4. Will the project(s) covered by this request have impacts or effects on the environment that require mitigating measures? If yes, attach a summary listing of mitigating measures to this application and identify the name and date of the environmental document(s). Yes No N/A Item 5. Is the project covered by this request included in an approved Passenger Facility Charge (PFC) application or other Federal assistance program? If yes, please identify other funding sources by checking all applicable boxes. Yes No N/A 7KHSroject LVincluded in an approved PFC application If included in an approved PFC application, does the application only address AIP matching share? Yes No 7KHSroject LVincluded in DQother Federal Assistance program,WVCFDA numberLVEHORZ. Item 6. Will the requested Federal assistance include Sponsor indirect costs as described in 2 CFR Appendix VII to Part 200, States and Local Government and Indian Tribe Indirect Cost Proposals? Yes No N/A If the request for Federal assistance includes a claim for allowable indirect costs, select the applicable indirect cost rate the Sponsor proposes to apply: De Minimis rate of 10% as permitted by 2 CFR § 200.414. Negotiated Rate equal to % as approved by (the Cognizant Agency) on (Date) (2 CFR part 200, appendix VII). Note: Refer to the instructions for limitations of application associated with claiming Sponsor indirect costs. 10 OMB CONTROL NUMBER: 2120-0569 OMB EXPIRATION DATE:  FAA Form 5100-100 () SUPERSEDES PREVIOUS EDITION Page 2 of 7 PART II - SECTION B Certification Regarding Lobbying The declarations made on this page are under the signature of the authorized representative as identified in box 21 of form SF-424, to which this form is attached. The term “Sponsor” refers to the applicant name provided in box 8 of the associated SF-424 form. The Authorized Representative certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Sponsor, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the Authorized Representative shall complete and submit Standard Form-LLL, ‘‘Disclosure Form to Report Lobbying,’’ in accordance with its instructions. (3) The Authorized Representative 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 subrecipients 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. 11 OMB CONTROL NUMBER: 2120-0569 OMB EXPIRATION DATE:  FAA Form 5100-100 () SUPERSEDES PREVIOUS EDITION Page 3 of 7 PART II – SECTION C The Sponsor hereby represents and certifies as follows: 1. Compatible Land Use – The Sponsor has taken the following actions to assure compatible usage of land adjacent to or in the vicinity of the airport: 2. Defaults – The Sponsor is not in default on any obligation to the United States or any agency of the United States Government relative to the development, operation, or maintenance of any airport, except as stated herewith: 3. Possible Disabilities – There are no facts or circumstances (including the existence of effective or proposed leases, use agreements or other legal instruments affecting use of the Airport or the existence of pending litigation or other legal proceedings) which in reasonable probability might make it impossible for the Sponsor to carry out and complete the Project or carry out the provisions of the Grant Assurances, either by limiting its legal or financial ability or otherwise, except as follows: 4. Consistency with Local Plans – The project is reasonably consistent with plans existing at the time of submission of this application) of public agencies that are authorized by the State in which the project is located to plan for the development of the area surrounding the airport. 5. Consideration of Local Interest – It has given fair consideration to the interest of communities in or near where the project may be located. 6. Consultation with Users – In making a decision to undertake an airport development project under Title 49, United States Code, it has consulted with airport users that will potentially be affected by the project (§ 47105(a)(2)). 7. Public Hearings – In projects involving the location of an airport, an airport runway or a major runway extension, it has afforded the opportunity for public hearings for the purpose of considering the economic, social, and environmental effects of the airport or runway location and its consistency with goals and objectives of such planning as has been carried out by the community and it shall, when requested by the Secretary, submit a copy of the transcript of such hearings to the Secretary. Further, for such projects, it has on its management board either voting representation from the communities where the project is located or has advised the communities that they have the right to petition the Secretary concerning a proposed project. 8. Air and Water Quality Standards – In projects involving airport location, a major runway extension, or runway location it will provide for the Governor of the state in which the project is located to certify in writing to the Secretary that the project will be located, designed, constructed, and operated so as to comply with applicable and air and water quality standards. In any case where such standards have not been approved and where applicable air and water quality standards have been promulgated by the Administrator of the Environmental Protection Agency, certification shall be obtained from such Administrator. Notice of certification or refusal to certify shall be provided within sixty days after the project application has been received by the Secretary. The Sponsor has in place zoning ordinances. The City of Ames is not in default. The City of Ames has no disabilities. The project is consistent with the current Airport Layout Plan (ALP). Local interests have been given consideration. There has been contact and consultation with the affected parties and users of the airport. Public Hearings are not required for this project. Permitting is not required for this project. 12 OMB CONTROL NUMBER: 2120-0569 OMB EXPIRATION DATE:  FAA Form 5100-100 () SUPERSEDES PREVIOUS EDITION Page 4 of 7 PART II – SECTION C (Continued) 9.Exclusive Rights – There is no grant of an exclusive right for the conduct of any aeronautical activity at any airport owned or controlled by the Sponsor except as follows: 10.Land – (a) The sponsor holds the following property interest in the following areas of land, which are to be developed or used as part of or in connection with the Airport subject to the following exceptions, encumbrances, and adverse interests, all of which areas are identified on the aforementioned property map designated as Exhibit “A”>@ The Sponsor further certifies that the above is based on a title examination by a qualified attorney or title company and that such attorney or title company has determined that the Sponsor holds the above property interests. (b) The Sponsor will acquire within a reasonable time, but in any event prior to the start of any construction work under the Project, the following property interest in the following areas of land on which such construction work is to be performed, all of which areas are identified on the aforementioned property map designated as Exhibit “A”>@ (c) The Sponsor will acquire within a reasonable time, and if feasible prior to the completion of all construction work under the Project, the following property interest in the following areas of land which are to be developed or used as part of or in connection with the Airport as it will be upon completion of the Project, all of which areas are identified on the aforementioned property map designated as Exhibit “A” >@ 1 State the character of property interest in each area and list and identify for each all exceptions, encumbrances, and adverse interests of every kind and nature, including liens, easements, leases, etc. The separate areas of land need only be identified here by the area numbers shown on the property map. No exclusive rights have been granted. The City of Ames maintains property interest as depicted within the property table on the Exhibit A property map dated March 1, 1997 that was prepared under AIP 3-19-0004-013, and is incorporated herein by reference. No additional land is required to be acquired for Ames Municipal Airport as part of this project. No additional land is required to be acquired for Ames Municipal Airport as part of this project. 13 OMB CONTROL NUMBER: 2120-0569 OMB EXPIRATION DATE:  FAA Form 5100-100 () SUPERSEDES PREVIOUS EDITION Page 5 of 7 PART III – BUDGET INFORMATION – CONSTRUCTION SECTION A – GENERAL  $VVLVWDQFH/LVWLQJ Number: Functional or Other Breakout: SECTION B – CALCULATION OF FEDERAL GRANT Cost Classification Latest Approved Amount (Use only for revisions) Adjustment +or (-) Amount (Use only for revisions) Total Amount Required 1. Administration expense 2. Preliminary expense 3. Land, structures, right-of-way 4. Architectural engineering basic fees 5. Other Architectural engineering fees 6. Project inspection fees 7. Land development 8. Relocation Expenses 9. Relocation payments to Individuals and Businesses 10. Demolition and removal 11. Construction and project improvement 12. Equipment 13. Miscellaneous 14.Subtotal (Lines 1 through 13) 15. Estimated Income (if applicable) 16. Net Project Amount (Line 14 minus 15) 17.Less: ,QHOLJLEOHExclusions (Section COLQHJ) 18.Subtotal (Lines 16 through 17) 19. Federal Share requested of Line 1 20. Grantee share 21. Other shares 22.TOTAL PROJECT (Lines 19, 20 & 21) 20-106 Airport Improvement Program $ 1,000 77,700 147,200 160,400 2,616,005 $ 3,002,305 3,002,305 83,950 $ 2,918,355 2,626,519 291,836 $ 2,918,355 14 OMB CONTROL NUMBER: 2120-0569 OMB EXPIRATION DATE:  FAA Form 5100-100 () SUPERSEDES PREVIOUS EDITION Page 6 of 7 SECTION C – EXCLUSIONS 23. Classification (Description of non-participating work)Amount ,QHOLJLEOHfor Participation a. b. c. d. e. f. g. Total SECTION D – PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE 24. Grantee Share – Fund Categories Amount a. Securities b. Mortgages c. Appropriations (Ey Applicant) d. Bonds e. Tax Levies f. NonCash g. Other (Explain) h.TOTAL - Grantee share 25. Other Shares a. State b. Other c.TOTAL - Other Shares 26. TOTAL NON-FEDERAL FINANCING SECTION E – REMARKS ($ttach sheets if additional space LVrequired) Amount Division 2 - Base Bid $ 7,500 Division 2 - Bid Alternate B 3,450 Division 2 - Bid Alternate C 73,000 $ 83,950 291,836 $ 291,836 $ 0 $ 291,836 The following items are incorporated by reference: Plans and Specs dated: June 2024 Exhibit A dated: March 1, 1997 15 OMB CONTROL NUMBER: 2120-0569 OMB EXPIRATION DATE:  FAA Form 5100-100 () SUPERSEDES PREVIOUS EDITION Page 7 of 7 PART IV ±PROGRAM NARRATIVE (Suggested Format) PROJECT: AIRPORT: 1. Objective: 2. Benefits Anticipated: 3. Approach: (See approved Scope of Work in Final Application) 4. Geographic Location: 5. If Applicable, Provide Additional Information: 6. Sponsor’s Representative: (include address & telephone number) Wildlife Fencing Improvements Ames Municipal Airport This project will provide for a continuous wildlife fence to encapsulate the entire Aircraft Operations Areas (AOA). The proposed project will improve the overall operational safety in the AOA and the security of the Ames Municipal Airport. Detailed drawings and project manual were developed for the project by Bolton & Menk, Inc. Competitive bids were solicited through a public bid process. Award of construction will be to the lowest responsive and responsible bidder subject to FAA concurrence. Owner: City of Ames, Iowa Prime Consultant: Bolton & Menk, Inc. Prime Contractor: Minturn, Inc. The Ames Municipal Airport is located on the south side of the City of Ames, IA. None Mr. Damion Pregitzer, P.E., PTOE, Traffic Engineer City of Ames, 515 Clark Avenue, Ames, Iowa 50010 Phone 515-239-5160 16 FAA Form 5100-135 () SUPERSEDES PREVIOUS EDITION Page 1 of 2 U.S. Department of Transportation Federal Aviation Administration OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE:  Certification and Disclosure Regarding Potential Conflicts of Interest Airport Improvement Program Sponsor Certification Sponsor: Airport: Project Number: Description of Work: Application Title 2 CFR § 200.112 and § 1201.112 address Federal Aviation Administration (FAA) requirements for conflict of interest. As a condition of eligibility under the Airport Improvement Program (AIP), sponsors must comply with FAA policy on conflict of interest. Such a conflict would arise when any of the following have a financial or other interest in the firm selected for award: a)The employee, officer or agent, b) Any member of his immediate family, c)His or her partner, or d) An organization which employs, or is about to employ, any of the above. Selecting “Yes” represents sponsor or sub-recipient acknowledgement and confirmation of the certification statement. Selecting “No” represents sponsor or sub-recipient disclosure that it cannot fully comply with the certification statement. If “No” is selected, provide support information explaining the negative response as an attachment to this form. This includes whether the sponsor has established standards for financial interest that are not substantial or unsolicited gifts are of nominal value (2 CFR § 200.318(c)). The term “will” means Sponsor action taken at appropriate time based on the certification statement focus area, but no later than the end of the project period of performance. Certification Statements 1. The sponsor or sub-recipient maintains a written standards of conduct governing conflict of interest and the performance of their employees engaged in the award and administration of contracts (2 CFR § 200.318(c)). To the extent permitted by state or local law or regulations, such standards of conduct provide for penalties, sanctions, or other disciplinary actions for violations of such standards by the sponsor’s and sub-recipient’s officers, employees, or agents, or by contractors or their agents. Yes No City of Ames, Iowa Ames Municipal Airport 3-19-0004-033-2024 Wildlife Fencing Improvements 17 FAA Form 5100-135 () SUPERSEDES PREVIOUS EDITION Page 2 of 2 2. The sponsor’s or sub-recipient’s officers, employees or agents have not and will not solicit or accept gratuities, favors or anything of monetary value from contractors, potential contractors, or parties to sub-agreements (2 CFR § 200.318(c)). Yes No 3. The sponsor or sub-recipient certifies that is has disclosed and will disclose to the FAA any known potential conflict of interest (2 CFR § 1200.112). Yes No Attach documentation clarifying any above item marked with “no” response. Sponsor’s Certification I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have the explanation for any item marked “no” is correct and complete. Executed on this day of , . Name of Sponsor: Name of Sponsor’s Authorized Official: Title of Sponsor’s Authorized Official: Signature of Sponsor’s Authorized Official: I declare under penalty of perjury that the foregoing is true and correct. I understand that knowingly and willfully providing false information to the federal government is a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. 6th August 2024 City of Ames, Iowa Damion Pregitzer, P.E., PTOE Traffic Engineer 18 FAA Form 5100-130 () SUPERSEDES PREVIOUS EDITION Page 1 of 3 U.S. Department of Transportation Federal Aviation Administration OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE:  Drug-Free Workplace Airport Improvement Program Sponsor Certification Sponsor: Airport: Project Number: Description of Work: Application 49 USC § 47105(d) authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General requirements on the drug-free workplace within federal grant programs are described in 2 CFR part 182. Sponsors are required to certify they will be, or will continue to provide, a drug-free workplace in accordance with the regulation. The AIP project grant agreement contains specific assurances on the Drug-Free Workplace Act of 1988. Certification Statements Except for certification statements below marked as not applicable (N/A), this list includes major requirements of the construction project. Selecting “Yes” represents sponsor acknowledgement and confirmation of the certification statement. The term “will” means Sponsor action taken at appropriate time based on the certification statement focus area, but no later than the end of the project period of performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all applicable statutory and administrative standards. The source of the requirement is referenced within parenthesis. 1.A statement has been or will be published prior to commencement of project notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the sponsor's workplace, and specifying the actions to be taken against employees for violation of such prohibition (2 CFR § 182.205). Yes No N/A 2. An ongoing drug-free awareness program (2 CFR § 182.215) has been or will be established prior to commencement of project to inform employees about: a. The dangers of drug abuse in the workplace; b. The sponsor's policy of maintaining a drug-free workplace; c.Any available drug counseling, rehabilitation, and employee assistance programs; and d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. Yes No N/A City of Ames, Iowa Ames Municipal Airport 3-19-0004-033-2024 Wildlife Fencing Improvements 19 FAA Form 5100-130 () SUPERSEDES PREVIOUS EDITION Page 2 of 3 3. Each employee to be engaged in the performance of the work has been or will be given a copy of the statement required within item 1 above prior to commencement of project (2 CFR § 182.210). Yes No N/A 4. Employees have been or will be notified in the statement required by item 1 above that, as a condition employment under the grant (2 CFR § 182.205(c)), the employee will: a.Abide by the terms of the statement; and b. Notify the employer in writing of his or her conviction for a violation of a criminal drug statute occurring in the workplace no later than five calendar days after such conviction. Yes No N/A 5. The Federal Aviation Administration (FAA) will be notified in writing within 10 calendar days after receiving notice under item 4b above from an employee or otherwise receiving actual notice of such conviction (2 CFR § 182.225). Employers of convicted employees must provide notice, including position title of the employee, to the FAA (2 CFR § 182.300). Yes No N/A 6. One of the following actions (2 CFR § 182.225(b)) will be taken within 30 calendar days of receiving a notice under item 4b above with respect to any employee who is so convicted: a.Take appropriate personnel action against such an employee, up to and including termination, consistent with the requirements of the Rehabilitation Act of 1973, as amended; and b. Require such employee to participate satisfactorily in drug abuse assistance or rehabilitation programs approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency. Yes No N/A 7. A good faith effort will be made, on a continuous basis, to maintain a drug-free workplace through implementation of items 1 through 6 above (2 CFR § 182.200). Yes No N/A Site(s) of performance of work (2 CFR § 182.230): Location 1 Name of Location: Address: Location 2 (if applicable) Name of Location: Address: Location 3 (if applicable) Name of Location: Address: City Hall 515 Clark Avenue, Ames, IA 50010 Ames Municipal Airport 2501 Airport Drive, Ames, IA 50010 20 FAA Form 5100-130 () SUPERSEDES PREVIOUS EDITION Page 3 of 3 Attach documentation clarifying any above item marked with a “No” response. Sponsor’s Certification I certify, for the project identified herein, responses to the forgoing items are accurate as marked and additional documentation for any item marked “no” is correct and complete. Executed on this day of , . Name of Sponsor: Name of Sponsor’s Authorized Official: Title of Sponsor’s Authorized Official: Signature of Sponsor’s Authorized Official: I declare under penalty of perjury that the foregoing is true and correct. I understand that knowingly and willfully providing false information to the federal government is a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. 6th August 2024 City of Ames, Iowa Damion Pregitzer, P.E., PTOE Traffic Enginner 21 FAA Form 5100-134 () SUPERSEDES PREVIOUS EDITION Page 1 of 3 U.S. Department of Transportation Federal Aviation Administration OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE:  Selection of Consultants Airport Improvement Program Sponsor Certification Sponsor: Airport: Project Number: Description of Work: Application 49 USC § 47105(d) authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General requirements for selection of consultant services within federal grant programs are described in 2 CFR §§ 200.317-200.326. Sponsors may use other qualifications-based procedures provided they are equivalent to standards of Title 40 chapter 11 and FAA Advisory Circular 150/5100-14, Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects. Certification Statements Except for certification statements below marked as not applicable (N/A), this list includes major requirements of the construction project. Selecting “Yes” represents sponsor acknowledgement and confirmation of the certification statement. The term “will” means Sponsor action taken at appropriate time based on the certification statement focus area, but no later than the end of the project period of performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all applicable statutory and administrative standards. The source of the requirement is referenced within parenthesis. 1.Sponsor acknowledges their responsibility for the settlement of all contractual and administrative issues arising out of their procurement actions (2 CFR § 200.318(k)). Yes No N/A 2. Sponsor procurement actions ensure or will ensure full and open competition that does not unduly limit competition (2 CFR § 200.319). Yes No N/A 3. Sponsor has excluded or will exclude any entity that develops or drafts specifications, requirements, or statements of work associated with the development of a request-for- qualifications (RFQ) from competing for the advertised services (2 CFR § 200.319). Yes No N/A City of Ames, Iowa Ames Municipal Airport 3-19-0004-033-2024 Wildlife Fencing Improvements 22 FAA Form 5100-134 () SUPERSEDES PREVIOUS EDITION Page 2 of 3 4. The advertisement describes or will describe specific project statements-of-work that provide clear detail of required services without unduly restricting competition (2 CFR § 200.319). Yes No N/A 5. Sponsor has publicized or will publicize a RFQ that: a. Solicits an adequate number of qualified sources (2 CFR § 200.320(d)); and b.Identifies all evaluation criteria and relative importance (2 CFR § 200.320(d)). Yes No N/A 6. Sponsor has based or will base selection on qualifications, experience, and disadvantaged business enterprise participation with price not being a selection factor (2 CFR § 200.320(d)). Yes No N/A 7. Sponsor has verified or will verify that agreements exceeding $25,000 are not awarded to individuals or firms suspended, debarred or otherwise excluded from participating in federally assisted projects (2 CFR §180.300). Yes No N/A 8. A/E services covering multiple projects: Sponsor has agreed to or will agree to: a. Refrain from initiating work covered by this procurement beyond five years from the date of selection (AC 150/5100-14); and b.Retain the right to conduct new procurement actions for projects identified or not identified in the RFQ (AC 150/5100-14). Yes No N/A 9. Sponsor has negotiated or will negotiate a fair and reasonable fee with the firm they select as most qualified for the services identified in the RFQ (2 CFR § 200.323). Yes No N/A 10. The Sponsor’s contract identifies or will identify costs associated with ineligible work separately from costs associated with eligible work (2 CFR § 200.302). Yes No N/A 11. Sponsor has prepared or will prepare a record of negotiations detailing the history of the procurement action, rationale for contract type and basis for contract fees (2 CFR §200.318(i)). Yes No N/A 12. Sponsor has incorporated or will incorporate mandatory contact provisions in the consultant contract for AIP-assisted work (49 U.S.C. Chapter 471 and 2 CFR part 200 Appendix II) Yes No N/A 23 FAA Form 5100-134 () SUPERSEDES PREVIOUS EDITION Page 3 of 3 13. For contracts that apply a time-and-material payment provision (also known as hourly rates, specific rates of compensation, and labor rates), the Sponsor has established or will establish: a. Justification that there is no other suitable contract method for the services (2 CFR §200.318(j)); b.A ceiling price that the consultant exceeds at their risk (2 CFR §200.318(j)); and c. A high degree of oversight that assures consultant is performing work in an efficient manner with effective cost controls in place 2 CFR §200.318(j)). Yes No N/A 14. Sponsor is not using or will not use the prohibited cost-plus-percentage-of-cost (CPPC) contract method. (2 CFR § 200.323(d)). Yes No N/A Attach documentation clarifying any above item marked with “no” response. Sponsor’s Certification I certify, for the project identified herein, responses to the forgoing items are accurate as marked and additional documentation for any item marked “no” is correct and complete. I declare under penalty of perjury that the foregoing is true and correct. I understand that knowingly and willfully providing false information to the federal government is a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. Executed on this day of , . Name of Sponsor: Name of Sponsor’s Authorized Official: Title of Sponsor’s Authorized Official: Signature of Sponsor’s Authorized Official: I declare under penalty of perjury that the foregoing is true and correct. I understand that knowingly and willfully providing false information to the federal government is a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. 6th August 2024 City of Ames, Iowa Damion Pregitzer, P.E., PTOE Traffic Engineer 24 FAA Form 5100-132 () SUPERSEDES PREVIOUS EDITION Page 1 of 3 U.S. Department of Transportation Federal Aviation Administration OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE:  Project Plans and Specifications Airport Improvement Program Sponsor Certification Sponsor: Airport: Project Number: Description of Work: Application 49 USC § 47105(d) authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). Labor and civil rights standards applicable to AIP are established by the Department of Labor (www.dol.gov/). AIP Grant Assurance C.1—General Federal Requirements identifies applicable federal laws, regulations, executive orders, policies, guidelines and requirements for assistance under AIP. A list of current advisory circulars with specific standards for procurement, design or construction of airports, and installation of equipment and facilities is referenced in standard airport sponsor Grant Assurance 34 contained in the grant agreement. Certification Statements Except for certification statements below marked as not applicable (N/A), this list includes major requirements of the construction project. Selecting “Yes” represents sponsor acknowledgement and confirmation of the certification statement. The term “will” means Sponsor action taken at appropriate time based on the certification statement focus area, but no later than the end of the project period of performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all applicable statutory and administrative standards. The source of the requirement is referenced within parenthesis. 1.The plans and specifications were or will be prepared in accordance with applicable federal standards and requirements, so that no deviation or modification to standards set forth in the advisory circulars, or FAA-accepted state standard, is necessary other than those explicitly approved by the Federal Aviation Administration (FAA) (14 USC § 47105). Yes No N/A 2. Specifications incorporate or will incorporate a clear and accurate description of the technical requirement for the material or product that does not contain limiting or proprietary features that unduly restrict competition (2 CFR §200.319). Yes No N/A City of Ames, Iowa Ames Municipal Airport 3-19-0004-033-2024 Wildlife Fencing Improvements 25 FAA Form 5100-132 () SUPERSEDES PREVIOUS EDITION Page 2 of 3 3. The development that is included or will be included in the plans is depicted on the current airport layout plan as approved by the FAA (14 USC § 47107). Yes No N/A 4. Development and features that are ineligible or unallowable for AIP funding have been or will be omitted from the plans and specifications (FAA Order 5100.38, par. 3-43). Yes No N/A 5. The specification does not use or will not use “brand name” or equal to convey requirements unless sponsor requests and receives approval from the FAA to use brand name (FAA Order 5100.38, Table U-5). Yes No N/A 6. The specification does not impose or will not impose geographical preference in their procurement requirements (2 CFR §200.319(b) and FAA Order 5100.38, Table U-5). Yes No N/A 7. The use of prequalified lists of individuals, firms or products include or will include sufficient qualified sources that ensure open and free competition and that does not preclude potential entities from qualifying during the solicitation period (2 CFR §319(d)). Yes No N/A 8. Solicitations with bid alternates include or will include explicit information that establish a basis for award of contract that is free of arbitrary decisions by the sponsor (2 CFR § 200.319(a)(7)). Yes No N/A 9. Concurrence was or will be obtained from the FAA if Sponsor incorporates a value engineering clause into the contract (FAA Order 5100.38, par. 3-57). Yes No N/A 10. The plans and specifications incorporate or will incorporate applicable requirements and recommendations set forth in the federally approved environmental finding (49 USC §47106(c)). Yes No N/A 11. The design of all buildings comply or will comply with the seismic design requirements of 49 CFR § 41.120. (FAA Order 5100.38d, par. 3-92) Yes No N/A 12. The project specification include or will include process control and acceptance tests required for the project by as per the applicable standard: a.Construction and installation as contained in Advisory Circular (AC) 150/5370-10. Yes No N/A 26 FAA Form 5100-132 () SUPERSEDES PREVIOUS EDITION Page 3 of 3 b. Snow Removal Equipment as contained in AC 150/5220-20. Yes No N/A c. Aircraft Rescue and Fire Fighting (ARFF) vehicles as contained in AC 150/5220-10. Yes No N/A For construction activities within or near aircraft operational areas(AOA): DThe Sponsor has or will prepare a construction safety and phasing plan (CSPP) conforming to Advisory Circular 150/5370-2. ECompliance with CSPP safety provisions has been or will be incorporated into the plans and specifications as a contractor requirement. FSponsor will not initiate work until receiving FAA’s concurrence with the CSPP (FAA Order 5100.38, Par. 5-29). Yes No N/A 14. The project was or will be physically completed without federal participation in costs due to errors and omissions in the plans and specifications that were foreseeable at the time of project design (49 USC §47110(b)(1) and FAA Order 5100.38d, par. 3-100). Yes No N/A Attach documentation clarifying any above item marked with “No” response. Sponsor’s Certification I certify, for the project identified herein, responses to the forgoing items are accurate as marked and additional documentation for any item marked “no” is correct and complete. Executed on this  day of  , . Name of Sponsor: Name of Sponsor’s Authorized Official: Title of Sponsor’s Authorized Official: Signature of Sponsor’s Authorized Official: I declare under penalty of perjury that the foregoing is true and correct. I understand that knowingly and willfully providing false information to the federal government is a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. 6th August 2024 City of Ames, Iowa Damion Pregitzer, P.E., PTOE Traffic Engineer 27 FAA Form 5100-131 () SUPERSEDES PREVIOUS EDITION Page 1 of 4 U.S. Department of Transportation Federal Aviation Administration OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE:  Equipment and Construction Contracts Airport Improvement Sponsor Certification Sponsor: Airport: Project Number: Description of Work: Application 49 USC § 47105(d) authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General procurement standards for equipment and construction contracts within Federal grant programs are described in 2 CFR §§ 200.317-200.326. Labor and Civil Rights Standards applicable to the AIP are established by the Department of Labor (www.dol.gov) AIP Grant Assurance C.1—General Federal Requirements identifies all applicable Federal Laws, regulations, executive orders, policies, guidelines and requirements for assistance under the AIP. Sponsors may use state and local procedures provided the procurement conforms to these federal standards. This certification applies to all equipment and construction projects. Equipment projects may or may not employ laborers and mechanics that qualify the project as a “covered contract” under requirements established by the Department of Labor requirements. Sponsor shall provide appropriate responses to the certification statements that reflect the character of the project regardless of whether the contract is for a construction project or an equipment project. Certification Statements Except for certification statements below marked as not applicable (N/A), this list includes major requirements of the construction project. Selecting “Yes” represents sponsor acknowledgement and confirmation of the certification statement. The term “will” means Sponsor action taken at appropriate time based on the certification statement focus area, but no later than the end of the project period of performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all applicable statutory and administrative standards. The source of the requirement is referenced within parenthesis. 1.A written code or standard of conduct is or will be in effect prior to commencement of the project that governs the performance of the sponsor’s officers, employees, or agents in soliciting, awarding and administering procurement contracts (2 CFR § 200.318). Yes No N/A City of Ames, Iowa Ames Municipal Airport 3-19-0004-033-2024 Wildlife Fencing Improvements 28 FAA Form 5100-131 () SUPERSEDES PREVIOUS EDITION Page 2 of 4 2. For all contracts, qualified and competent personnel are or will be engaged to perform contract administration, engineering supervision, construction inspection, and testing (Grant Assurance C.17). Yes No N/A 3. Sponsors that are required to have a Disadvantage Business Enterprise (DBE) program on file with the FAA have included or will include clauses required by Title VI of the Civil Rights Act and 49 CFR Part 26 for Disadvantaged Business Enterprises in all contracts and subcontracts. Yes No N/A 4. Sponsors required to have a DBE program on file with the FAA have implemented or will implement monitoring and enforcement measures that: a. Ensure work committed to Disadvantaged Business Enterprises at contract award is actually performed by the named DBEs (49 CFR § 26.37(b)); b.Include written certification that the sponsor has reviewed contract records and has monitored work sites for performance by DBE firms (49 CFR § 26.37(b)); and c. Provides for a running tally of payments made to DBE firms and a means for comparing actual attainments (i.e. payments) to original commitments (49 CFR § 26.37(c)). Yes No N/A 5. Sponsor procurement actions using the competitive sealed bid method (2 CFR § 200.320(c)). was or will be: a. Publicly advertised, allowing a sufficient response time to solicit an adequate number of interested contractors or vendors; b. Prepared to include a complete, adequate and realistic specification that defines the items or services in sufficient detail to allow prospective bidders to respond; c.Publicly opened at a time and place prescribed in the invitation for bids; and d. Prepared in a manner that result in a firm fixed price contract award to the lowest responsive and responsible bidder. Yes No N/A 6. For projects the Sponsor proposes to use the competitive proposal procurement method (2 CFR § 200.320(d)), Sponsor has requested or will request FAA approval prior to proceeding with a competitive proposal procurement by submitting to the FAA the following: a. Written justification that supports use of competitive proposal method in lieu of the preferred sealed bid procurement method; b. Plan for publicizing and soliciting an adequate number of qualified sources; and c.Listing of evaluation factors along with relative importance of the factors. Yes No N/A 7.For construction and equipment installation projects, the bid solicitation includes or will include the current federal wage rate schedule(s) for the appropriate type of work classifications (2 CFR Part 200, Appendix II). Yes No N/A 29 FAA Form 5100-131 () SUPERSEDES PREVIOUS EDITION Page 3 of 4 8. Concurrence was or will be obtained from the Federal Aviation Administration (FAA) prior to contract award under any of the following circumstances (Order 5100.38D): a. Only one qualified person/firm submits a responsive bid; b.Award is to be made to other than the lowest responsible bidder; and c. Life cycle costing is a factor in selecting the lowest responsive bidder. Yes No N/A 9.All construction and equipment installation contracts contain or will contain provisions for: a. Access to Records (§ 200.336) b.Buy American Preferences (Title 49 U.S.C. § 50101) c. Civil Rights - General Provisions and Title VI Assurances( 41 CFR part 60) d.Federal Fair Labor Standards (29 U.S.C. § 201, et seq) e. Occupational Safety and Health Act requirements (20 CFR part 1920) f. Seismic Safety – building construction (49 CFR part 41) g.State Energy Conservation Requirements - as applicable(2 CFR part 200, Appendix II) h. U.S. Trade Restriction (49 CFR part 30) i.Veterans Preference (49 USC § 47112(c)) Yes No N/A 10. All construction and equipment installation contracts exceeding $2,000 contain or will contain the provisions established by: a.Davis-Bacon and Related Acts (29 CFR part 5) b. Copeland “Anti-Kickback” Act (29 CFR parts 3 and 5) Yes No N/A 11.All construction and equipment installation contracts exceeding $3,000 contain or will contain a contract provision that discourages distracted driving (E.O. 13513). Yes No N/A 12.All contracts exceeding $10,000 contain or will contain the following provisions as applicable: a. Construction and equipment installation projects - Applicable clauses from 41 CFR Part 60 for compliance with Executive Orders 11246 and 11375 on Equal Employment Opportunity; b. Construction and equipment installation - Contract Clause prohibiting segregated facilities in accordance with 41 CFR part 60-1.8; c.Requirement to maximize use of products containing recovered materials in accordance with 2 CFR § 200.322 and 40 CFR part 247; and d. Provisions that address termination for cause and termination for convenience (2 CFR Part 200, Appendix II). Yes No N/A 30 FAA Form 5100-131 () SUPERSEDES PREVIOUS EDITION Page 4 of 4 13. All contracts and subcontracts exceeding $25,000: Measures are in place or will be in place (e.g. checking the System for Award Management) that ensure contracts and subcontracts are not awarded to individuals or firms suspended, debarred, or excluded from participating in federally assisted projects (2 CFR parts 180 and 1200). Yes No N/A Contracts exceeding the simplified acquisition threshold (currently $50,000) include or will include provisions, as applicable, that address the following: DConstruction and equipment installation contracts - a bid guarantee of 5%, a performance bond of 100%, and a payment bond of 100% (2 CFR § 200.325); EConstruction and equipment installation contracts - requirements of the Contract Work Hours and Safety Standards Act (40 USC 3701-3708, Sections 103 and 107); FRestrictions on Lobbying and Influencing (2 CFR part 200, Appendix II); GConditions specifying administrative, contractual and legal remedies for instances where contractor of vendor violate or breach the terms and conditions of the contract (2 CFR §200, Appendix II); and HAll Contracts - Applicable standards and requirements issued under Section 306 of the Clean Air Act (42 USC 7401-7671q), Section 508 of the Clean Water Act (33 USC 1251-1387, and Executive Order 11738. Yes No N/A Attach documentation clarifying any above item marked with “No” response. Sponsor’s Certification I certify, for the project identified herein, responses to the forgoing items are accurate as marked and additional documentation for any item marked “no” is correct and complete. Executed on this day of , . Name of Sponsor: Name of Sponsor’s Authorized Official: Title of Sponsor’s Authorized Official: Signature of Sponsor’s Authorized Official: I declare under penalty of perjury that the foregoing is true and correct. I understand that knowingly and willfully providing false information to the federal government is a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. 6th August 2024 City of Ames, Iowa Damion Pregitzer, P.E., PTOE Traffic Engineer 31 FAA Form 5100-129 () SUPERSEDES PREVIOUS EDITION page 1 of 3 U.S. Department of Transportation Federal Aviation Administration OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE:  Construction Project Final Acceptance Airport Improvement Program Sponsor Certification Sponsor: Airport: Project Number: Description of Work: Application 49 USC § 47105(d), authorizes the Secretary to require me certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program. General standards for final acceptance and close out of federally funded construction projects are in 2 CFR § 200.343 – Closeout and supplemented by FAA Order 5100.38. The sponsor must determine that project costs are accurate and proper in accordance with specific requirements of the grant agreement and contract documents. Certification Statements Except for certification statements below marked not applicable (N/A), this list includes major requirements of the construction project. Selecting “<es” represents sponsor DFNQRZOHGJPHQW and confirmation of the certification statement. The term “will” means Sponsor action taken at appropriate time based on the certification statement focus area, but no later than the end of the project period of performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all applicable statutory and administrative standards. The source of the requirement is referenced within parenthesis. 1.The personnel engaged in project administration, engineering supervision, project inspection, and acceptance testing were or will be determined to be qualified and competent to perform the work (Grant Assurance). Yes No N/A 2. Construction records, including daily logs, were or will be kept by the resident engineer/construction inspector that fully document contractor’s performance in complying with: a. Technical standards (Advisory Circular (AC) 150/5370-12); b.Contract requirements (2 CFR part 200 and FAA Order 5100.38); and c. Construction safety and phasing plan measures (AC 150/5370-2). Yes No N/A 3. All acceptance tests specified in the project specifications were or will be performed and documented. (AC 150/5370-12). Yes No N/A City of Ames, Iowa Ames Municipal Airport 3-19-0004-033-2024 Wildlife Fencing Improvements 32 FAA Form 5100-129 () SUPERSEDES PREVIOUS EDITION page 2 of 3 4. Sponsor has taken or will take appropriate corrective action for any test result outside of allowable tolerances (AC 150/5370-12). Yes No N/A 5. Pay reduction factors required by the specifications were applied or will be applied in computing final payments with a summary made available to the FAA (AC 150/5370-10). Yes No N/A 6. Sponsor has notified, or will promptly notify the Federal Aviation Administration (FAA) of the following occurrences: a. Violations of any federal requirements set forth or included by reference in the contract documents (2 CFR part 200); b. Disputes or complaints concerning federal labor standards (29 CFR part 5); and c.Violations of or complaints addressing conformance with Equal Employment Opportunity or Disadvantaged Business Enterprise requirements (41 CFR Chapter 60 and 49 CFR part 26). Yes No N/A 7. Weekly payroll records and statements of compliance were or will be submitted by the prime contractor and reviewed by the sponsor for conformance with federal labor and civil rights requirements as required by FAA and U.S. Department of Labor (29 CFR Part 5). Yes No N/A 8. Payments to the contractor were or will be made in conformance with federal requirements and contract provisions using sponsor internal controls that include: a.Retaining source documentation of payments and verifying contractor billing statements against actual performance (2 CFR § 200.302 and FAA Order 5100.38); b. Prompt payment of subcontractors for satisfactory performance of work (49 CFR § 26.29); c. Release of applicable retainage upon satisfactory performance of work (49 CFR § 26.29); and d. Verification that payments to DBEs represent work the DBE performed by carrying out a commercially useful function (49 CFR §26.55). Yes No N/A 9. A final project inspection was or will be conducted with representatives of the sponsor and the contractor present that ensure: a.Physical completion of project work in conformance with approved plans and specifications (Order 5100.38); b. Necessary actions to correct punch list items identified during final inspection are complete (Order 5100.38); and c. Preparation of a record of final inspection and distribution to parties to the contract (Order 5100.38); Yes No N/A 10. The project was or will be accomplished without material deviations, changes, or modifications from approved plans and specifications, except as approved by the FAA (Order 5100.38). Yes No N/A 33 FAA Form 5100-129 () SUPERSEDES PREVIOUS EDITION page 3 of 3 Yes No N/A 12. For development projects, sponsor has taken or will take the following close-out actions: a.Submit to the FAA a final test and quality assurance report summarizing acceptance test results, as applicable (Grant Condition); b. Complete all environmental requirements as established within the project environmental determination (Oder 5100.38); and c. Prepare and retain as-built plans (Order 5100.38). Yes No N/A 13. Sponsor has revised or will revise their airport layout plan (ALP) that reflects improvements made and has submitted or will submit an updated ALP to the FAA no later than 90 days from the period of performance end date. (49 USC § 47107 and Order 5100.38). Yes No N/A Attach documentation clarifying any above item marked with “No” response. Sponsor’s Certification I certify, for the project identified herein, responses to the forgoing items are accurate as marked and additional documentation for any item marked “no” is correct and complete. Executed on this day of , . Name of Sponsor: Name of Sponsor’s Authorized Official: Title of Sponsor’s Authorized Official: Signature of Sponsor’s Authorized Official: I declare under penalty of perjury that the foregoing is true and correct. I understand that knowingly and willfully providing false information to the federal government is a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. 11. The construction of all buildings have complied or will comply with the seismic construction requirements of 49 CFR § 41.120. 6th August 2024 City of Ames, Iowa Damion Pregitzer, P.E., PTOE Traffic Engineer 34 ITEM #:3 DATE:08-06-24 DEPT:ELEC SUBJECT:INSPECTION OF CT1 COMBUSTION TURBINE TO DETERMINE OPTIONS AND COSTS TO RETURN THE UNIT TO SERVICE COUNCIL ACTION FORM BACKGROUND: Among the Electric Utility's electric generation assets, the utility operates two combustion turbine units. These units consist of stationary jet engines that burn fuel oil and each turn their attached generators to produce electricity. Combustion Turbine 1 (CT-1) was put into service in 1972, while CT-2 was placed into service in 2005. The units are used to meet electric capacity obligations of the utility, to respond to periods of peak electric demand, and to provide backup power in outage events where other sources of electricity may be limited. On Monday, July 15, CT-1 experienced an unexpected event. Just after startup and being put on-line, the unit tripped off-line and was not able to be restarted. Power Plant technicians and maintenance staff worked to determine the cause of the trip. Unable to find an apparent cause, the Power Plant Manager requested that a field technician from the Original Equipment Manufacturer (OEM), Wood Group Pratt & Whitney (WGPW), come onsite and perform diagnostics. A purchase order was issued in an amount not to exceed $12,415.52 for this work. The OEM technician was able to perform the onsite inspection on Tuesday, July 23. Performing a borescope of the internals of the engine, damage was found on the blades in the high-pressure section of the compressor, particularly the ninth stage of blades. Because of the damage found, the engine portion of the unit must be removed and send to a turbine repair shop for full disassembly, inspection, and repair. To perform this work, City staff issued a request for proposals (RFP) to Wood Group Pratt & Whitney (WGPW) and another turbine company, Sulzer Turbo Services. Staff searched for other companies familiar with the CT-1 engine and who are capable of such an inspection and repair, but no other firms with such capabilities were identified. The purpose of the RFP is for a turbine expert to inspect the post-failure combustion turbine, determine the extent of damage, and identify the repair options and associated repair costs to return the unit to service. Sulzer Turbo Services offered the required services at the lowest price and staff has determined Sulzer Turbo Services to be a viable option to perform the work. The proposal for this work from Sulzer is itemized as follows: 1. On-site removal of the engine from its base plate and compartment and placement onto a shipping stand and preparation for shipment; provide motor carrier transport from Ames t o Sulzer’s facility. The total estimated cost for engine removal and shipment is $5,500. 2. Receive engine at Sulzer ’s facility, disassemble engine, de-stack and de-blade, and strip compressor disks, stators, and blades in both the Low Pressure Compressor and the High Pressure 35 Compressor. Disassemble the Combustion chamber and T1, T2, and T3 blade stages and stators of the turbine section. Perform a thorough visual inspection of entire engine, report findings and recommendations for repairs and parts to return the engine back to service. The total price to perform the inspection and provide recommendations with cost estimates is $45,000. The total cost for all work as described above is estimated to be $50,500. Once the inspection and assessment of the engine is complete, Sulzer will provide the City with a report of the findings which will include the options and costs for returning the combustion turbine to service. It is important to emphasize that the expenditures highlighted above do not cover the costs for repair or replacement of the combustion turbine’s engine. Preliminary indications suggest that these costs could range from $500,000 to $1 million, although it is difficult to estimate these costs without examining the unit upon disassembly. Once staff receives the report of findings and options to return the unit to service, staff will return to Council for approval of next steps. The Council should note that it is possible that the disassembly and inspection process reveals components unrelated to the damaged sections that may be prudent to proactively repair or replace. If this occurs, costs for the project may increase. Unless there is a compelling reason not to, it is likely that Sulzer will be engaged to complete the repair work or related work to return the unit to service, since: 1) the turbine will be in Sulzer's possession, 2) Sulzer will be familiar with the unit after having disassembled and inspected it, and 3) Sulzer has an inventory of identical engines that could be utilized if an "engine swap" is more economical. Therefore, Council may be approached in the next several weeks for approval of a change order, which may be for a significantly greater amount than the initial $50,500 contract. Because of this possibility, staff's evaluation of the two potential vendors included an evaluation of the potential repair costs. Staff is confident that pricing and performance by Sulzer would be in the utility's best interests. Additionally, Sulzer is the only one of the two vendors that has identical engines on hand to be utilized if an engine swap is necessary. The inspection and repairs for returning CT-1 back to service will be an expense that was not budgeted. Staff plans to pay for these expenses from the excess funds currently in the Ash Pond Capital Improvement Project that is currently underway. The Ash Pond CIP account currently has a balance of $1,837,538. The excess funds are a result of favorable bids for that project. ALTERNATIVES: 1. Approve a contract with Sulzer Turbo Services, of La Porte, TX, for up to $50,500 to provide services to inspect and assess the failure of CT1 combustion turbine engine necessary to identify the items needing repair or replacement and the associated costs. 2. Award a contract to Wood Group Pratt & Whitney of Bloomfield, CT, for up to $70,000 to provide services to inspect and assess the failure of CT1 combustion turbine engine necessary to identify the items needing repair or replacement and the associated costs. 3. Direct staff to search for other service and repair providers of this engine and solicit additional proposals for inspection and assessment. 36 CITY MANAGER'S RECOMMENDED ACTION: This work is necessary to evaluate whether the City’s CT1 combustion turbine engine can and should be repaired versus other options. Sulzer Turbo Services i s one of two companies regarded by Electric staff to be fully capable to evaluate CT1’s condition following the engine failure and to identify and cost out the options to return the unit to service in good operating condition. This generating unit provides needed capacity, provides quick energy production in an emergency, and provides the City's electric system the ability to "Black Start." Failure to return the unit to service will require the City to purchase replacement capacity and/or explore the purchase and installation of a new generating unit. Therefore, it is the recommendation of the City Manager that the City Council adopt Alternative No. 1, as stated above. 37