Loading...
HomeMy WebLinkAboutA001 - Council Action Form dated April 8, 2025ITEM #:20 DATE:04-08-25 DEPT:PW SUBJECT:AIRPORT AIRSIDE IMPROVEMENTS (RUNWAY 01-19 RECONSTRUCTION) COUNCIL ACTION FORM BACKGROUND: The primary runway at the Ames Municipal Airport, Runway 01/19, is in deteriorated condition. The surface consists of hot-mix asphalt over portland cement concrete and has a current Pavement Condition Index (PCI) of 45—well below the Federal Aviation Administration (FAA) threshold of 55 for reconstruction eligibility. Additionally, underlying structural issues such as joint blowups present a safety concern for aircraft operations. The project involves full reconstruction of Runway 01/19 and portions of associated taxiways, including A1–A4, parts of Crosswind Runway 13/31, and Parallel Taxiway B within the Runway Safety Area. Design efforts under this agreement will address all elements necessary for FAA approval and grant eligibility, including topographic and geotechnical investigations, aircraft fleet mix analyses, and full construction plan development. The project will be designed to FAA standards for Aircraft Approach Category C and Airport Design Group II. Design work is scheduled to begin in FY 2024/25, with construction anticipated to start in Spring 2026 (pending grant funding). The overall design will include phasing and construction planning intended to minimize the duration of any full airport closures required during the reconstruction work. Funding is programmed in the Capital Improvements Plan in FY 2025/26 and in FY 2026/27 based on guidance from the FAA staff overseeing the grant application process. The design phase was previously programmed in FY 2024/25, with funding from an anticipated FAA grant and the Airport Improvements Fund. Bolton & Menk, Inc., has been selected to complete the design work through a task order under their existing master agreement. The proposed fee of $1,196,600 was reviewed through an Independent Fee Evaluation (IFE) performed by Foth Engineering. That evaluation confirmed the proposed fee to be fair and reasonable in accordance with FAA guidelines. FUNDING SUMMARY: Revenue Source FY 2024/25 FY 2025/26 FY 2026/27 Total Federal Funds $735,000 $10,103,250 $14,307,000 $25,145,250 G.O. Bond Funds –$531,750 $753,000 $1,284,750 Airport Improvement Funds $130,000 ––$130,000 1 Total Revenues $865,000 $10,635,000 $15,060,000 $26,560,000 Revenue Source FY 2024/25 FY 2025/26 FY 2026/27 Total Expense Category FY 2024/25 FY 2025/26 FY 2026/27 Total Design $865,000 $331,000 –$1,196,000 Construction***––$24,079,250 $24,079,250 Inspection/Admin***––$1,284,750 $1,284,750 Total Expenses $865,000 $331,000 $25,364,000 $26,560,000 *** Estimated funds available for construction and inspection services. These numbers are based on preliminary engineering and are expected to be updated upon receipt of bids. ALTERNATIVES: 1. a. Approve a professional service agreement with Bolton & Menk, Inc. in an amount not to exceed $1,196,600, contingent on FAA grant funding. b. Approve the grant application for Federal Funds with the FAA. 2. Do not approve a professional services agreement with Bolton and Menk and thereby not proceed with this airport improvement project at this time. CITY MANAGER'S RECOMMENDED ACTION: The reconstruction of Runway 01/19 is a critical airside improvement to ensure long-term safety and operational reliability at the Ames Municipal Airport. Proceeding with the design phase now ensures the City remains eligible for FAA funding and can position the project for construction in FY 2026/27. Therefore, it is the recommendation of the City Manager that the City Council adopt Alternative 1, as shown above. ATTACHMENT(S): Ames-Runway 1-19 Design PSA IFE Consultant Fees Comparison FAA Grant Application 2 H:\AMES\24X136121000\0_Reconstruct Runway 01.19\A_Project Management\2_Contracts\Contract\Final\Ames-Runway 1-19 Design-Work Order 7 Final.docx Page 1 WORK ORDER #7 TO PROFESSIONAL SERVICES CONTRACT (DESIGN, BIDDING, CONSTRUCTION AND GRANT ADMINISTRATION SERVICES) RECONSTRUCT RUNWAY 1/19 AMES MUNICIPAL AIRPORT AMES, IOWA BETWEEN: The City of Ames, An Iowa municipal corporation (CLIENT/SPONSOR) AND: Bolton & Menk, Inc. (CONSULTANT) EFFECTIVE DATE: April , 2025 RECITALS 1. City owns and operates the Ames Municipal Airport located near Ames, Iowa. 2. This is Work Order #7 to the Professional Services Contract, between City and Bolton & Menk, Inc. The Professional Services Contract effective September 6, 2023, is referred to herein as the “Master Agreement”. AGREEMENT DESCRIPTION The CONSULTANT agrees to provide Design, Bidding, and Grant Administration Services for the Reconstruction of Runway 1-19 Design Only project at the Ames Municipal Airport (herein referred to as the Project). 3 Ames Municipal Airport Work Order #7 BMI Project No. 24X.136121.000 H:\AMES\24X136121000\0_Reconstruct Runway 01.19\A_Project Management\2_Contracts\Contract\Final\Ames-Runway 1-19 Design-Work Order 7 Final.docx Page 2 PROJECT UNDERSTANDING Project Purpose This project will reconstruct Runway 1/19 and portions of Connector Taxiways A1, A2, A3, and A4, Crosswind Runway 13/31, and Parallel Taxiway B within the Runway 1/19 Safety Area. Project Need Runway 1/19 consists of a hot-mix asphalt (HMA) surface atop a Portland cement concrete (PCC) pavement. The runway’s HMA surface is in very poor condition according to the Iowa DOT Aviation Bureau. Their 2022 visual inspection assigned it has a pavement condition index (PCI) value of 45. According to FAA guidance, runways with a PCI value below 55 are eligible for reconstruction. Although there are medium severity cracks in the HMA surface, which could be addressed with a straightforward mill and overlay, there are structural problems with the underlying PCC pavement that such an effort would not fix. The airport has observed blow ups (the upward buckling or shattering of PCC pavement due to joint failure) occurring at a regular basis. Without correcting this pavement distress in the very near future, Runway 1/19 could severely damage aircraft while they operate on it. All five taxiways have a PCC pavement surface with PCI values ranging from 59 (fair condition) to 98 (very good condition). Reconstruction (or rehabilitation if feasible) of the taxiways, with Parallel Taxiway B in particular is proposed. Crosswind Runway 13/31 consists of PCC pavement surface. The portion of the runway within the Runway 1/19 Safety Area is also in very poor condition with a PCI value of 45 and will be reconstructed to its current width of 75 feet. Outside of the Runway 1/19 Safety Area however, the runway is in very good condition with PCI values above 90. Project Organization and Execution Design and bidding of the Project through this task order will be funded through an FAA design grant issued in FY 2025. The project will be designed in FAA FY2025 and bid in FAA FY2026 with a single construction contract awarded. This work order includes grant administration activities associated with this design grant only. This improvement will meet current FAA design criteria from AC 150/5300-13B, Change 1 for Runways and Taxiways. The pavement section will be designed for up to 100,000lb aircraft and include cement treated subgrade, aggregate base course(s), and PCC or HMA pavement per design recommendations of FAA AC 5370-6G and utilization of the FAA’s pavement design software FAARFIELD. If additional funding allows, the pavement section will be design for over 100,000lbs and may include the addition of a stabilized base course required for aircraft operating over 100,000 lbs., additional concrete thickness and additional aggregate base course thickness. The proposed project will be to design the full length of Runway 1/19 which is currently 100’ wide and 5,701’ long. New pavement is required to meet the runway and taxiway object free area (ROFA/TOFA) and the runway safety areas (RSA) for airport design group (ADG) II and Runway Approach Category C. Per the ALP the Runway 01/19 is shown as an existing B-II and is ultimately shown as C-II. 4 Ames Municipal Airport Work Order #7 BMI Project No. 24X.136121.000 H:\AMES\24X136121000\0_Reconstruct Runway 01.19\A_Project Management\2_Contracts\Contract\Final\Ames-Runway 1-19 Design-Work Order 7 Final.docx Page 3 Due to FAA funding constraints, construction cost will be reimbursed over two FAA construction grants. In FAA FY2026 grant, the north half of the Project will be constructed; in FAA FY 2027 grant, the south half. As such, the Project will be bid as a Base Bid “North” and Base Bid “South”. A single project manual and set construction plans will be structured as such. Another grant will be issued to fund the anticipated FAA Reimbursable Agreement needed for FAA design review of the project’s potential impacts to FAA-owned NAVAIDs. It is likely that an additional grant will be needed to fund the FAA on-site inspection effort. Project Background In calendar year 2025, it is anticipated that an FAA Part 139 inspector will visit the Ames Municipal Airport and provide an inspection of the airfield to determine what improvements may be needed for the airport to consider being able to support part 139 operation status. If improvements to any existing signage, airfield lighting or pavement markings is recommended and additional funding allows, services related to improving airfield lighting, signage, pavement markings can be covered via a future work order amendment. The scope of the design and funding available as part of the CIP development prior to this work order was based on aircraft up to 100,000 lbs. and the airport continuing to operate as a non-part 139 airport. Prior to development of this work order, there is an understanding that the runway should be designed for aircraft exceeding 100,000 lbs. and for the airport to include improvements to start upgrading to be ready for part 139 standards. However, additional funding will be required to support these changes above what has been previously planned for funding. Additionally, some items related to the scope of the lighting or signage improvements are not known at the time of scoping of this work order. Therefore, unless otherwise indicated in Task 1, additional efforts related to increasing the pavement strength, upgrading lighting or pavement markings will be considered additional work. Although there are considerable operations of a SAAB-2000, approximately 300 annual total operation as documented from local logbooks, which is a an AAC C, ADG III and TDG 3 from aircraft characteristics database updated October 2023, it is not considered the critical aircraft for the airport. With further expanded operations and if the pavement strength is increased, operations from aircraft such as 737- 800 will be present and create additional operations of a ADG III and TDG 3 aircraft at the airport. Although operations from a family of C-III are nearing 500 total operations, it is not anticipated that the runway or the taxiways will be designed to meet ADG III or TDG III standards at this time. The proposed end of runway elevations or location are not anticipated to change more than 6” vertically or 1 foot horizontally from their existing elevation or location. Profile changes will be evaluated and incorporated as part of the project design to ensure that where possible, the runway elevation exceeds adjacent parallel taxiway profile elevation and that any line of site issues is corrected as part of the proposed project. Due to funding scenarios known at the time of this work order, it is anticipated that the design improvements, covered by this work order, will cover the entire Runway 01/19 Reconstruction project. It is anticipated that construction will be split into multiple phases, covered by an FAA grant in different fiscal years. Construction Improvements, including engineering efforts will be covered under separate grants. 5 Ames Municipal Airport Work Order #7 BMI Project No. 24X.136121.000 H:\AMES\24X136121000\0_Reconstruct Runway 01.19\A_Project Management\2_Contracts\Contract\Final\Ames-Runway 1-19 Design-Work Order 7 Final.docx Page 4 I.A. BASIC SERVICES For purposes of this Work Order, the Basic Services to be provided by the CONSULTANT are as follows: 1. DESIGN & BIDDING SERVICES 1.1. Project Scoping Consultant shall confer with the Sponsor on, and ascertain, project requirements, finances, schedules, and other pertinent matters and shall meet with FAA if needed and other concerned agencies and parties on matters affecting the project and shall arrive at a mutual understanding of such matters with the Sponsor. Meetings with the Sponsor shall also determine the need for topographical surveying and pavement/geotechnical testing. It is anticipated that there will be a maximum of 2 meetings with the Sponsor and/or the FAA, to review pavement eligibility and project limits. The consultant will prepare and distribute meeting minutes to all attendees. 1.2. Project Meetings and Coordination with Sponsor, FAA, etc. 1.2.1. The task includes one meeting with the Sponsor, attended by the Project Manager. The Consultant will prepare for and conduct up to two (2) meetings with the Sponsor to present the findings of the design phase, any alternatives and recommendations for the project. The result of the meeting(s) will be an agreed upon project design parameters to proceed forward with final construction documents. 1.2.2. Coordination with FAA, local agencies, subconsultants, etc. The Consultant shall coordinate the project parameters and criteria with the project stakeholders including the FAA, Sponsor, and Project Manager. 1.2.3. This task includes up to one progress meeting per week being held, one-hour in duration, with all design team members through the duration of the design phase. 1.2.4. The consultant will prepare and distribute meeting minutes to all attendees. 1.3. Topographical Surveying 1.3.1. Coordination to collect existing data and locate utilities. This task includes data collection, as-built plan set review, and research of available existing survey information to gather information on existing topography and utilities. This also includes coordination for field utility locations with the Sponsor, FAA, and IDOT. 1.3.2. Survey control. Survey control will be established and used for design surveys. The Consultant will provide a drawing showing the location of the existing or established control for the project and perform necessary bench loop and traverse procedures to verify accuracy of vertical and horizontal control points. One trip will be required for a two-person survey crew to establish survey control for the project. The survey control will include the existing PAC (PID AJ830) and two SACs (AJ8302 and AJ8303). 6 Ames Municipal Airport Work Order #7 BMI Project No. 24X.136121.000 H:\AMES\24X136121000\0_Reconstruct Runway 01.19\A_Project Management\2_Contracts\Contract\Final\Ames-Runway 1-19 Design-Work Order 7 Final.docx Page 5 1.3.3. Field work. Survey work will include all utilities; pavement center, edges, and intermediate shots; ground shots; lights; signs; drainage structures; and electrical duct markers and hand holes. It is anticipated that the fieldwork will require fifteen (15) trips to the airport by a two-person survey crew. 1.3.4. Convert survey data for design software. This work includes analyzing the topographical surveying data and preparing the data for use with computer modeling. Included are the following separate tasks: o Establish design coordinate plan with Sponsor/State to be used for CADD drawings o Input raw survey data into the computer program in order to sort data into company standard layers for efficient analyzing o Verify survey data from previous projects with latest field survey o Sort all data points by layers and description for computer modeling o Verify surveyor horizontal and vertical control o Prepare digital terrain model (DTM) of existing ground contours, pavement edges, roadways, electrical equipment, drainage features, buildings, fences and other miscellaneous entities o Generate a three-dimensional contour model from the DTM. o Prepare and process data for pavement profiles, grading and/or paving cross sections, and drainage features 1.3.5. Limits of Topographic survey are shown in Exhibit II – Survey Limits. 1.3.5.1. The topographic survey limits of this project will focus first on areas within the Runway Object Free Area and Runway Safety Area of Runway 1/19. These areas will be incorporated along with the intersection of Runway 13/31 in order to capture enough information to ensure that any adjustments made to the Runway 1/19 profile at the intersection of 1/19 and 13/31 do not present an issue for the longitudinal profile of Runway 13/31. The limits on the west side of Runway 1/19 will be constrained to the parallel taxiway ‘A’ centerline. The total approximate area to be surveyed, not including Runway 13/31 centerline outside of the intersection area, is approximately 160 acres. 1.3.5.2. The topography extents shall extend to the north airport property limits and to the primary surface width from Taxiway A3 to the south limit of the ROFA/RSA on the west side of Runway 1/19. See Exhibit II - Survey Limits. 1.3.5.3. Based on the information captured within the ROFA, RSA and along Taxiway A centerline, the Consultant will prepare a determination as part of the design report for the areas to ensure they meet transverse grading standards of FAA AC 5300-13B, Change 1. 7 Ames Municipal Airport Work Order #7 BMI Project No. 24X.136121.000 H:\AMES\24X136121000\0_Reconstruct Runway 01.19\A_Project Management\2_Contracts\Contract\Final\Ames-Runway 1-19 Design-Work Order 7 Final.docx Page 6 1.3.5.4. Collect any pertinent information on existing navigation aids to confirm the design and proposed RSA grades. This may include shooting the location and elevation of any foundations or equipment necessary for coordination with FAA. Coordination with FAA about existing navaids will be provided as part of a separate grant and future work order(s) or amendment(s) to this work order. 1.3.5.5. The existing and future Runway Visibility Zones (RVZ) will be confirmed with photos/video rather than with survey. If photographic evidence collected is not sufficient, additional survey can be provided as part of a future amendment. 1.3.5.6. Utilities known to be present will be collected. An Iowa One Call utility locate will be done to confirm primary utilities. Any private utilities will be collected into the topographic information from surface observations and available records. Utilities collection will be constrained to the project area. 1.3.5.7. As we are not intending to change the existing drainage patterns, only storm sewer intakes and pipes will be collected within the project limits. If additional survey is needed later, due to changing drainage patterns or need to reconstruct storm sewer/intakes, this additional work could be added via a future amendment to the work order. 1.4. Aeronautical Survey (Not Required for this Project) 1.5. Geotechnical Investigation 1.5.1. Coordination to schedule geotechnical work. This task includes data collection and review of available geotechnical records to gather information on existing soil conditions and past geotechnical or pavement test results. Coordination will be done with the geotechnical subconsultant to schedule work and establish any work constraint parameters. 1.5.2. Establish project testing requirements. The Consultant shall determine the type and frequency of geotechnical testing required for the project. The testing shall consider such items as pavement type, design methodology, type of wheel loading, and weight of design aircraft. Determine soil boring locations and frequency of testing. Develop a project sketch showing location and coordinates of borings. Determine soil sampling locations and types of soils testing required. 1.5.3. Field work. Field work will be performed by a qualified geotechnical subconsultant. The geotechnical investigation will include: up to eight (8) soil borings (with pavement cores) to a depth of 10 feet taken on Runway 01/19; up to (18) pavement cores taken on Runway 1/19, Runway 13/31 and connecting taxiways; up to eight (8) subgrade modified proctors; up to eight (8) California Bearing Ratio for the in- situ soils; up to eight (8) California Bearing Ratio (treated with cement at a rate to be determined during laboratory testing) for each of the eight soil types anticipated; Water-Soluble Sulfate in Soil (ASTM C 1580) tests per paragraph 2.4.6.1 of AC 150/5320-6G and Soil pH (ASTM D 4972) test per paragraph 2.4.6.4 of AC 150/5320- 6G since cement stabilization of the subgrade is being considered. Testing is 8 Ames Municipal Airport Work Order #7 BMI Project No. 24X.136121.000 H:\AMES\24X136121000\0_Reconstruct Runway 01.19\A_Project Management\2_Contracts\Contract\Final\Ames-Runway 1-19 Design-Work Order 7 Final.docx Page 7 summarized in table 1 below. If additional soil types above and beyond the eight anticipated are encountered, an amendment to the work order will be presented for consideration. Field work will be performed by a qualified geotechnical subconsultant. Subconsultant services will be provided by Construction Materials Testing. A1 A2 A3 A4 B Pavement Cores and/or Soil Borings Pavement Cores not associated with a soil boring 8 2 1 1 2 2 2 18 Soil Borings to a depth of 10 feet (or auger refusal)8 - - - - - - 8 Laboratory Testing of Soil Borings Particle Size Analysis (ASTM D 422)8 - - - - - - 8 Moisture Content (ASTM D 2216)8 - - - - - - 8 Soil pH (ASTM D 4972)8 - - - - - - 8 Water-Soluble Sulfate in Soil (ASTM C 1580)8 - - - - - - 8 Atterberg Limits - LL, PL, PI (ASTM D 4318)* Untreated 8 - - - - - - 8 Treated, Cement 8 - - - - - - 8 Treated, Fly Ash - - - - - - - - Treated, Lime - - - - - - - - California Bearing Ratio (ASTM D 1883) Untreated Untreated 8 - - - - - - 8 Treated, Cement 8 - - - - - - 8 Treated, Fly Ash - - - - - - - - Treated, Lime - - - - - - - - Moisture/Density, Standard Proctor (ASTM D 698)* Untreated - - - - - - - - Treated, Cement - - - - - - - - Treated, Fly Ash - - - - - - - - Treated, Lime - - - - - - - - Moisture/Density, Modified Proctor (ASTM D 1557) Untreated 8 - - - - - - 8 Treated, Cement 8 - - - - - - 8 Treated, Fly Ash - - - - - - - - Treated, Lime - - - - - - - - Table 1 - Pavement and Soil Sampling and Laboratory Testing Runway 1/19 Runway 13/31 Taxiways TotalItem * If the LL is above 40 and the PI is above 15, which is indicative of expansive soils, then follow ASTM D 698 regardless of the weight of aircraft, to determine the maximum density for compaction. 9 Ames Municipal Airport Work Order #7 BMI Project No. 24X.136121.000 H:\AMES\24X136121000\0_Reconstruct Runway 01.19\A_Project Management\2_Contracts\Contract\Final\Ames-Runway 1-19 Design-Work Order 7 Final.docx Page 8 1.5.4. Analyze data. After receiving the testing report from the geotechnical firm, the Consultant will analyze the data and any existing geotechnical data received from Sponsor, consisting of the following tasks. o Review geotechnical recommendations o Determine appropriate data for pavement design. o Input data for computer modeling with topographical survey data o Prepare pavement data and soil information for incorporation on plan sheets o Evaluate existing pavement sections for potential recycling and reuse 1.5.5. Approximate Locations of Soil Borings and Pavement Cores anticipated as part of the geotechnical investigations are shown in Exhibit III – Approximate Locations of Soil Borings and Pavement Cores. 1.5.6. Design for frost based on the frost depth from the Geotechnical Report. 1.6. Aircraft Fleet Mix The consultant will prepare an aircraft fleet mix for Runway 1/19 and the four Connector Taxiways A1 to A4. Aircraft operations will be obtained from the FAA’s TFMSC database from the five years spanning FY2020 through FY2024 and with input from the Sponsor. FAA has asked that the as Runway 1/19 does not currently support aircraft weighing 100,000 lbs. or more, the Sponsor will estimate the number of operations to be conducted annually by a Boeing 737-800 aircraft. The FAA also requests that the Sponsor provide letters of intent form the aircraft operator(s). The consultant will use these in the pavement fleet mix determination. The consultant will prepare a separate aircraft fleet mix for Crosswind Runway 13/31 and Parallel Taxiway B. Aircraft operations will be obtained from the FAA’s TFMSC database from the five years spanning FY2020 through FY2024. The consultant will present both aircraft fleet mixes using a Fleet Mix Table template provided by the FAA for the FAA to review. 1.7. Prepare Pavement Designs Pavement designs shall be in accordance with AC 150/5320-6G and based on the FAA- approved aircraft fleet mix and information from the Geotechnical Investigation Report. Pavement designs shall be generated using the current version of Rigid and Flexible Iterative Elastic Layer Design (FAARFIELD), the FAA’s pavement design software. • Runway 1/19 and Taxiways A1 to A4. The consultant will prepare up to three HMA pavement and three PCC pavement sections. Prepare a life-cycle cost analysis (LCCA) will be completed on the preferred HMA and the preferred PCC pavement sections to determine which affords the lowest present-value cost. • Crosswind Runway 13/31 and Parallel Taxiway B. The consultant will prepare a PCC pavement section to match the existing pavement. This pavement section will support aircraft weighing less than 30,000 lbs. An LCCA is not anticipated to be required. 10 Ames Municipal Airport Work Order #7 BMI Project No. 24X.136121.000 H:\AMES\24X136121000\0_Reconstruct Runway 01.19\A_Project Management\2_Contracts\Contract\Final\Ames-Runway 1-19 Design-Work Order 7 Final.docx Page 9 The consultant will prepare FAA Pavement Design Form 5100 for the proposed pavement sections of Runway 1/19, Taxiways A1 to A4, Crosswind Runway 13/31, and Parallel Taxiway B and submit to for FAA review. 1.8. Establish Design Standards Runway and/or taxiway design standards will be justified from the FAA-approved aircraft fleet mix. Runway 1/19 will be reconstructed to its current dimensions of 5,701 feet long by 100 feet wide and designed to Aircraft Approach Category (AAC) and Airplane Design Group (ADG) standards of C-II (visibility minimums lower than ¾ statue mile). • The Runway 1/19 threshold elevations, if adjusted, will not change by more than 6 inches vertically or 12 inches horizontally to avoid having to amend existing instrument approach procedures. • The runway centerline profile may need to be adjusted in order to meet the FAA standard of no vertical curves in the last quarter of a runway (3.16.1 of AC 150/5300-13B, Change 1) and the recommended practice of designing the runway crown elevation to be at or above the corresponding point of the taxiway crown elevation (4.14.1.2 of AC 150/5300-13B, Change 1). • Evaluate effects of pavement profile on abutting taxiways and Crosswind Runway 13/31. • Calculate sub-excavation or undercutting subgrade for stabilization if necessary. • Other adjustments may be needed to comply with other standards. Taxiway coordination with the FAA early in the design phase will be important. At the time of this work order, the fillets Taxiways A1 to A4 will be designed to meet Taxiway Design Group (TDG) 3 standards assuming there are at least 500 operations conducted annually by such aircraft. The mainline of these four taxiways and Parallel Taxiway B are expected to remain 35 feet wide. Within the Runway 1/19 Safety Area, Crosswind Runway 13/31 will remain 75 feet wide and Parallel Taxiway B will remain 35 feet wide. 1.9. Electrical Improvements Consultant will analyze the elevation of existing runway fixtures against the proposed runway and design surfaces. If required, the consultant will prepare construction documents to adjust elevations of the lights or replace the base cans where appropriate to allow for construction operations. As the profile of Runway 01/19 or Runway 13/31 is unknown at the time of this work order, if improvements to the runway edge lighting system or runway guidance signs are needed beyond extending base cans for the edge lights, additional services for lighting improvements or replacements can be added via an amendment to the work order. A new Runway 1/19 counterpoise system will be designed as it will likely be damaged during construction. Counterpoise improvements will be provided and detailed in the project plans. 11 Ames Municipal Airport Work Order #7 BMI Project No. 24X.136121.000 H:\AMES\24X136121000\0_Reconstruct Runway 01.19\A_Project Management\2_Contracts\Contract\Final\Ames-Runway 1-19 Design-Work Order 7 Final.docx Page 10 As it is anticipated that geometric improvements will be needed to the connecting taxiways particularly within a few hundred feet of Runway 01/19. Taxiway edge lighting improvements to accomplish the geometric changes will be provided and detailed in project plans. Prior to completion of the design, it is anticipated that a Part 139 inspector will visit the airport in calendar year 2025 and provide guidance on any improvements needed to guidance signs or airport lighting s it relates to operations as a part 139 airport. If funding allows, guidance signage will be analyzed and upgraded to meet Part 139 requirements. Services related to improving any guidance signs or edge lighting for Part 139 Standards can added via an amendment to the work order. 1.10. Pavement Markings Improvements Runway and taxiway pavement marking layout will be completed during the design of the project. Pavement marking will be laid out based on standards of AC 150/5340-1M for a general aviation airport with enhanced taxiway centerlines. As a general rule, pavement markings are planned to be replaced or repainted up to and including the hold position line on every taxiway connector (total of 10). Markings on Runway 13/31 are expected to be repainted or replaced to a non-precision pavement marking standard for those areas directly impacted by the reconstruction of Runway 01-19. Markings on Runway End 01 will be replaced with non-precision pavement marking standard with runway edge pavement markings. Runway End 19 will be replaced with a precision pavement markings standard. In calendar year 2025, it is anticipated that an FAA Part 139 inspector will visit the Ames Municipal Airport and provide an inspection of the airfield to determine what improvements may be needed for the airport to consider being able to support part 139 operation status. If additional pavement markings are recommended to meet Part 139 operational status and additional funding allows, services related to improving pavement can be covered via a future work order amendment. If funding allows, pavement markings will be added to meet part 139 operations status. Pavement marking layout will be developed in a single effort in coordination with FAA. If funding is not available at the time of the pavement marking layout and funding later becomes available for pavement markings to meet part 139 standard, additional effort related to re-development of a pavement marking plans can be added via an amendment to the work order. 12 Ames Municipal Airport Work Order #7 BMI Project No. 24X.136121.000 H:\AMES\24X136121000\0_Reconstruct Runway 01.19\A_Project Management\2_Contracts\Contract\Final\Ames-Runway 1-19 Design-Work Order 7 Final.docx Page 11 1.11. Storm Sewer Improvements Storm Sewer under Runway 01/19 or Parallel Taxiway A is not anticipated to be replaced as part of this project. The existing storm sewer installed under Runway 01/19 and Taxiway A was installed in 1986 or 1987. It is anticipated that existing storm sewer intakes will be utilized as constructed and existing drainage patterns will be able remain generally unchanged as part of the project. All storm sewer will be videoed to complete a visual review of the condition of the existing pipe network. If pipes are found to be in need or replacement and/or if drainage patterns are changed because of the project, such that replacement or addition of storm sewer is warranted, additional effort (including design and plans) related to storm sewer replacement or additions can be added via an amendment to the work order. 1.12. Grading Improvements within the ROFA It is anticipated that grading improvements will occur within the Runway 01/19 ROFA and Runway 13/31 ROFA near the runway intersection area for the project. Additionally, where taxiway connector geometry improvements are made some grading out to the TOFA may be required. Any grading outside of anticipated impacts of Runway 01/19 ROFA, Runway 13/31 ROFA near the runway intersection area or Taxiways OFA where geometric improvements are being made would be considered additional work and can be added via an amendment to the work order. 1.13. Construction Safety and Phasing Plan (CSPP) Consultant will complete FAA Form 7460-1 and the Construction Safety and Phasing Plan (CSPP), for FAA’s Obstruction Evaluation / Airport Airspace Analysis (OE/AAA) website portal. A draft of the CSPP will be submitted with the 90% submittal. Any comments, if any, received at the time of the 90% submittal will be incorporated into the CSPP to become the final CSPP. FAA will upload the data to the OE/AAE website. The 7460 form and CSPP will be prepared according to current FAA Guidelines. Upon approval of the CSPP, a 7460-1 will be submitted for the Construction Phase 1 and Construction Phase 2 temporary construction limits and equipment and material staging area points. In each case, the Consultant will upload the 7460 data, and the FAA will upload the final CSPP. 1.14. Modification of Airport Design Standards As needed, the Consultant will prepare a Request for Modification of Federal Construction Standards if found to be necessary for the project. The Mod to Standards will discuss modifications required under the Bid Packages. The Mod to Standards will be submitted to the Sponsor for acceptance. This document will be forwarded to the FAA for approval along with final plans, contract documents, specifications and the Pavement Design Report (if required). 13 Ames Municipal Airport Work Order #7 BMI Project No. 24X.136121.000 H:\AMES\24X136121000\0_Reconstruct Runway 01.19\A_Project Management\2_Contracts\Contract\Final\Ames-Runway 1-19 Design-Work Order 7 Final.docx Page 12 1.15. 10% Review Submittal to FAA 10% Submittal shall provide the following information: • The 10% Submittal will consist of the Engineer’s Design Report (EDR) and specific plan sheets. The sections of the EDR that will be completed commensurate with the submittal level and the specific plan sheets to be submitted are shown in Table 2. • Preliminary plan sheets for the profile views of Runway 1/19 and Runway 13/31 will be provided. o The plan & profile sheets will include runway line of sight analysis (linework/notes/etc.) which will be removed from subsequent submittals. • Consultant will also provide evaluation of grade changes due to FAA AC 5300-13B, Change 1, Section 3.16.4. • A preliminary fleet mix will be put together using both TFMSC data, airport logbooks and requests from transient aircraft to land at the Ames Municipal Airport. (See task 1.6) 1.16. 30% Review Submittal to FAA Following the completion of the preliminary plans and specifications, the Engineer will submit a set of 30% drawings, engineers report to the Sponsor for their review. The project will be reviewed with the FAA to obtain their concurrence with the 30% design. The sections of the EDR that will be completed commensurate with the submittal level and the specific plan sheets to be submitted are shown in Table 2. The following items will be submitted as a part of the 30% Review Set: • Updated Runway 1/19 and Runway 13/31 Longitudinal Profiles addressing any 10% review comments received. • Runway Intersection Geometry and 30% Grading Design • Profiles for Connector Taxiways • Geometric Improvements o Taxiway Fillet Geometry o Pavement Markings o Runway Edge Lighting and Guidance Signage The following sections of the engineer’s report are anticipated to be submitted as part of the 30% review: • Geotechnical report • Runway Visibility Zone Documentation • Runway Safety Area Documentation • Runway Object Free Area Documentation • Preliminary Phasing Plan (See Task 1.13) • Final Aircraft Fleet Mix for Pavement Design (See Task 1.6) • FAARFIELD pavement designs and LCCA (See Task 1.7) • Engineer’s Opinion of Probable Construction Cost • Project Budget including Federal and Local shares 14 Ames Municipal Airport Work Order #7 BMI Project No. 24X.136121.000 H:\AMES\24X136121000\0_Reconstruct Runway 01.19\A_Project Management\2_Contracts\Contract\Final\Ames-Runway 1-19 Design-Work Order 7 Final.docx Page 13 1.17. 90% Review Submittal to FAA Following the completion of the 30% review plans, engineers report and specifications, the Engineer will submit a set of 90% drawings, engineers report and specifications to the Sponsor for their review. The project will be reviewed with the FAA to obtain their concurrence with the 90% preliminary design. The 90% review submittal to FAA will include: • Prepare 90% Plans o It is anticipated the project will be bid in a single effort, with a one contract to a prime contractor, covering multiple phases/construction seasons. The project manual and construction plans will be developed. For this reason and for clarity to potential contractors, this means that plan sheets may need to be duplicated for both phases. Where practical, plan sheets which will be shared between the two Phases. o The plan sheets will be limited to those sheets necessary to carry out the construction of the proposed project: Reconstruct Runway 01/19. The following list of drawings will be used as a guideline. Potential plans sheets listed below (also see table 2 below) may be combined with other plan sheets necessary to complete the project design. In addition, additional drawings may be added during the design phase, if required. This list of potential plan sheets is not meant to be an actual page count but represent potential sheets or design considerations estimated at the time of the establishment of this work order. Actual plan sheet count will vary. ▪ General: • Title Sheet • Legend Sheet • General Notes (May be required for Both Phases) • Survey Control & Stationing Plan • Typical Sections & Details Sheet (May be required for Both Phases) • Quantities & Estimate Reference Information (Required for Both Phases) • Construction Safety & Phasing Plan (Required for Both Phases) ▪ Civil: • Erosion Control Plan (Required for Both Phases) • Demolition Plans (Required for Both Phases) • Existing Conditions Plan (Required for Both Phases) • Grading & Drainage Plans (see task 1.11 & 1.12 for more information) (Required for Both Phases) • Taxiway and Runway Intersection Detailed Grading (see task 1.11 & 1.12 for more information) (Required for Both Phases) • Plan & Profiles (Required for Both Phases) • Geometric Layout Plan (Required for Both Phases) • Jointing Plans (Required for Both Phases) – if Required 15 Ames Municipal Airport Work Order #7 BMI Project No. 24X.136121.000 H:\AMES\24X136121000\0_Reconstruct Runway 01.19\A_Project Management\2_Contracts\Contract\Final\Ames-Runway 1-19 Design-Work Order 7 Final.docx Page 14 • Jointing Details – if Required • Pavement Grooving Plan (Required for Both Phases) • Subdrain Plan (Required for Both Phases) • Subdrain Details • Pavement Marking Plan (see task 1.10 for more information) (Required for Both Phases) • Pavement Marking Details (see task 1.10 for more information) • Cross Sections (Required for Both Phases) ▪ Electrical: • Electrical Removals Plan (see task 1.9 for more information) (Required for Both Phases) • Lighting Layout Plan (see task 1.9 for more information) (Required for Both Phases) • Electrical Site Plan (see task 1.9 for more information) (Required for Both Phases) • Electrical Details (see task 1.9 for more information) • Existing Signage Plan (if funding allows, see task 1.9 for more information) • Proposed Signage Plan (if funding allows, see task 1.9 for more information) (Required for Both Phases) • Sign Details (if funding allows, see task 1.9 for more information) 16 Ames Municipal Airport Work Order #7 BMI Project No. 24X.136121.000 H:\AMES\24X136121000\0_Reconstruct Runway 01.19\A_Project Management\2_Contracts\Contract\Final\Ames-Runway 1-19 Design-Work Order 7 Final.docx Page 15 Table 2 - Anticipated Plan Sheet Table (Plan Sheets by Submittal Level) 10%30%90%Final Series Description 1 1 1 1 General Title Sheet 1 1 General Index of Plans (if Separate from Title Sheet) 1 1 General Legend 1 1 General General Notes 1 1 General Survey Control & Stationing Plan 2 6 6 General Typical Sections & Details 6 6 General Quantities & Estimate Reference Information 6 6 General Construction Safety & Phasing Plan 1 1 General Construction Safety & Phasing Details 4 4 Civil Erosion Control Plan - Runway 1/19 2 2 Civil Erosion Control Plan - Taxiways A1/A2, A3/A4 1 1 Civil Erosion Control Plan - Runway 13/31 1 1 Civil Erosion Control Plan - Taxiway B 3 3 Civil Erosion Control Details 4 4 4 Civil Demolition Plan - Runway 1/19 4 4 4 Civil Demolition Plan - Taxiways A1/A2, A3/A4 2 2 2 Civil Demolition Plan - Runway 13/31 2 2 2 Civil Demolition Plan - Taxiway B 4 4 4 Civil Existing Conditions Plan - Runway 1/19 4 4 4 Civil Existing Conditions Plan - Taxiways A1/A2, A3/A4 2 2 2 Civil Existing Conditions Plan - Runway 13/31 2 2 2 Civil Existing Conditions Plan - Taxiway B 6 6 6 Civil Grading & Drainage Plan (Off Pavement) - Runway 1/19 4 4 4 Civil Grading & Drainage Plan (Off Pavement) - Taxiways A1/A2, A3/A4 1 1 1 Civil Grading & Drainage Plan (Off Pavement) - Runway 13/31 2 2 2 Civil Grading & Drainage Plan (Off Pavement) - Taxiway B 4 4 4 Civil Detailed Grading Plan - Taxiway and Runway Intersections (On Pavement) - Taxiways A1/A2, A3/A4 2 2 2 Civil Detailed Grading Plan (On Pavement) - Runway 13/31 2 2 2 Civil Detailed Grading Plan (On Pavement) - Taxiway B 6 6 6 6 Civil Plan & Profile - Runway 1/19 4 4 4 4 Civil Plan & Profile - Taxiways A1/A2, A3/A4 2 2 2 2 Civil Plan & Profile - Runway 13/31 2 2 2 2 Civil Plan & Profile - Taxiway B 6 6 6 Civil Geometric Layout and Elevations Plan - Runway 1/19 4 4 4 Civil Geometric Layout and Elevations Plan - Taxiways A1/A2, A3/A4 2 2 2 Civil Geometric Layout and Elevations Plan - Runway 13/31 2 2 2 Civil Geometric Layout and Elevations Plan - Taxiway B 4 4 Civil Jointing Plan - Runway 1/19 2 2 Civil Jointing Plan - Taxiways A1/A2, A3/A4 1 1 Civil Jointing Plan - Runway 13/31 1 1 Civil Jointing Plan - Taxiway B 2 2 Civil Jointing Details 5 5 Civil Pavement Grooving Plan & Details 4 4 Civil Subdrain Plan - Runway 1/19 4 4 Civil Subdrain Plan - Taxiways A1/A2 and A3/A4 2 2 Civil Subdrain Plan - Runway 13/31 2 2 Civil Subdrain Plan - Taxiway B 1 1 Civil Subdrain Details 4 4 Civil Pavement Marking Plan - Runway 1/19 2 2 Civil Pavement Marking Plan - Taxiways A1/A2, A3/A4 1 1 Civil Pavement Marking Plan - Runway 13/31 3 3 Civil Pavement Marking Plan - Taxiway B 3 3 Civil Pavement Marking Details 55 55 Civil Cross Sections - Runway 1/19 (every 50') 8 8 Civil Cross Sections - Taxiways A1/A2, A3/A4 (every 50') 4 4 Civil Cross Sections - Runway 13/31 (every 50') 2 2 Civil Cross Sections - Taxiway B (every 50') 17 Ames Municipal Airport Work Order #7 BMI Project No. 24X.136121.000 H:\AMES\24X136121000\0_Reconstruct Runway 01.19\A_Project Management\2_Contracts\Contract\Final\Ames-Runway 1-19 Design-Work Order 7 Final.docx Page 16 • Prepare 90% Specifications o The Consultant will assemble the technical specifications necessary for the intended work. Standard FAA specifications will be utilized where possible. Additional specifications will be prepared to address work items or materials that are not covered by the FAA specifications. • Prepare 90% Contract Documents o The Consultant will prepare the preliminary contract documents including invitation for bids, instruction to bidders, proposal, equal employment opportunity clauses, construction contract agreement, performance bond, payment bond, Federal Requirements, Preliminary Bid Schedule, Wage Rates, and general provisions. Preparation will include establishing the location for the bid opening, dates for advertisement, and description of the work schedule. Preliminary contract documents will be prepared as early as possible during the design phase and submitted to the Owner for review by the Owner. Also review and incorporate the Sponsor’s general provisions and contract clauses, as required. • Prepare 90% Special Provisions o The Consultant will prepare Special Provisions to address, or expand on, conditions that require additional clarification. • Prepare 90% Engineers Report o The Consultant will prepare a report following the FAA Central Region Airports Division Engineers Report sample, dated 2021-08-10, prepared by Brian Tompkins. The project will be reviewed with the FAA to obtain their concurrence with the 90% preliminary design. Table 2 Cont. - Anticipated Plan Sheet Table (Plan Sheets by Submittal Level) 1 1 Electrical Electrical Legend 4 4 Electrical Electrical Removals Plan - Runway 1/19 4 4 Electrical Electrical Removals Plan - Taxiways A1/A2, A3/A4 1 1 Electrical Electrical Removals Plan - Runway 13/31 1 1 Electrical Electrical Removals Plan - Taxiway B 4 4 4 Electrical Edge Light Layout Plan - Runway 1/19 4 4 4 Electrical Edge Light Layout Plan - Taxiways A1/A2, A3/A4 1 1 1 Electrical Edge Light Layout Plan - Runway 13/31 2 2 2 Electrical Edge Light Layout Plan - Taxiway B 12 12 12 Electrical Electrical Site Plan (Power Plan and Counterpoise Plan) - Runway 1/19 3 3 Electrical Electrical Details 6 6 6 Electrical Sign Plan 1 1 Electrical Sign Schedule 1 1 Electrical Sign Details 15 105 263 263 Total Sheets (Estimated) 18 Ames Municipal Airport Work Order #7 BMI Project No. 24X.136121.000 H:\AMES\24X136121000\0_Reconstruct Runway 01.19\A_Project Management\2_Contracts\Contract\Final\Ames-Runway 1-19 Design-Work Order 7 Final.docx Page 17 • Prepare Cost Estimate for 90% Report o Calculate estimated preliminary quantities for the various work items. Quantities will be consistent with the specifications and acceptable quantity calculation practices. The consultant will then use recent bid prices and industry standards to prepare a cost estimate. • Prepare Construction Safety and Phasing Plan (CSPP) o CSPP as stated task 1.13. 1.18. Prepare Final Plans, Specifications, Cost Estimate, and Project Budget 1.18.1. A final set of plans, specifications and contract documents will be prepared which incorporates revisions, modifications and corrections determined during the Sponsor’s review of the 90% submittal. 1.18.2. Prepare Final Cost Estimate Using the final quantities calculated following the completion of the plans and specifications, the Consultant will prepare the construction cost estimate. The estimate will be based on information obtained from previous projects, contractors, material suppliers, and other databases available. 1.19. Prepare Disadvantaged Business Plan (DBE) DBE Plan Update: This is applicable for project(s) that fall within a grant year which in Airport uses at least $250,000 in Federal funds for services that can be completed by Disadvantaged Business Enterprise (DBE) firms. Total DBE eligible costs (prime contracts) estimated to be completed is expected to exceed $250,000 with this project, thus an updated project-specific DBE goal is required. The CONSULTANT will update the Disadvantaged Business Enterprise (DBE) program in accordance with 49 CFR Part 26 Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. Specific tasks will include: o The CONSULTANT will review the methodology for evaluating the availability of DBE businesses to provide services and products for airport projects for the next three (3) Federal fiscal years. o The CONSULTANT will review the airport’s service area by analyzing the utilization of DBE businesses on previous airport projects. o The CONSULTANT will prepare a legal advertisement describing the revised DBE utilization goal and methodology. o The CONSULTANT will deliver the advertisement to the CLIENT to publish in one (1) newspaper as a public notice to provide a public comment period. o The CONSULTANT will submit the DBE program to the FAA Office of Civil Rights for review and comments. 19 Ames Municipal Airport Work Order #7 BMI Project No. 24X.136121.000 H:\AMES\24X136121000\0_Reconstruct Runway 01.19\A_Project Management\2_Contracts\Contract\Final\Ames-Runway 1-19 Design-Work Order 7 Final.docx Page 18 1.20. Prepare Advertisement for Bids and Bid Documents Consultant shall prepare, reproduce and distribute a total of 10 sets of bidding documents for the project. Consultant will submit a copy to the Sponsor for distribution to the local and selected publications of the pending project. The Sponsor shall pay for the associated cost of advertising. In addition, electronic copies of the bid documents will be made available for download through the Quest Construction Document Network website (QuestCDN). The consultant will also keep a current list of plan holders and distribute this to interested parties upon request. This task includes coordination required to facilitate these requests. 1.21. Respond to Bidders Questions During the bidding process, the Consultant will be available to clarify bidding issues with contractors and suppliers, and for consultation with the various entities associated with the project. This item also includes contacting bidders to generate interest in the project. 1.22. Prepare and Distribute Addendums Consultant shall issue addenda as appropriate to interpret, clarify, or change the bidding documents as required by the Sponsor or the FAA. Addenda will be made available to the plan holders either through mail, electronic mail, hand delivering or via facsimile transmission. Any addenda that are generated as a sole result of the Sponsors error or omission will be considered as extra services and the Consultant shall be reimbursed for this effort as an amendment to this contract. 1.23. Pre-Bid Meeting and Bid Opening The Consultant will arrange for and conduct a Pre-Bid Meeting. The Project Manager will attend and conduct the Pre-Bid Meeting with potential contractors and the Sponsor to review the project and answer questions. The meeting will be conducted at the airport and will include a site inspection. Meeting minutes will be prepared and distributed per addendum. The Consultant will attend the bid opening. 1.24. Bid Review and Bid Tabulation Consultant shall advise City of Ames as to the acceptability of any subcontractors, suppliers, and other persons and organizations proposed by the bidders and as to the acceptability of substitute materials and equipment proposed by bidders. The Consultant shall prepare a spreadsheet that includes all bid items for the purpose of evaluating the lowest bidder. The Consultant shall input the as-bid unit prices into the spreadsheet and verify mathematical computations of the bids. The Consultant will then provide recommendations to the Sponsor as to the name of the Apparent Low Bidder. 1.25. Prepare Recommendation for Award The Consultant will prepare a recommendation of award for the Sponsor to accept or reject the bids as submitted. If rejection is recommended, the Consultant will supply an explanation for their recommendation and possible alternative actions the Sponsor can pursue to complete the project. Once the Contract Award is made the Consultant will distribute the bid tabulations on request of the Sponsor. 20 Ames Municipal Airport Work Order #7 BMI Project No. 24X.136121.000 H:\AMES\24X136121000\0_Reconstruct Runway 01.19\A_Project Management\2_Contracts\Contract\Final\Ames-Runway 1-19 Design-Work Order 7 Final.docx Page 19 1.26. Prepare Grant Application A grant application for design engineering services only will be applied for and administered the scope of this Work Order. Any other grants associated with the project improvements will be applied for and administered under future work order(s) or amendment(s) to this work order. The design grant application will be prepared after the project design work order is executed. Preparation of the Application will include the following: o SF-424 o Prepare FAA Form 5100-100 including Program Narrative, discussing the Purpose and Need of the Work(Required for Both Phases) and the Method of Accomplishment o Sponsor Certification (total of four) ▪ Drug Free (5100-130) ▪ Disclosure of Potential Conflicts of Interest (5100-135) ▪ Selection of Consultants (5100-134) ▪ Project Plans and Specifications (5100-132) The Consultant will submit the Application to the Sponsor for approval and signatures. After obtaining the necessary signatures, the Sponsor will forward the signed Application to the FAA for further processing. 1.27. Environmental Review, CATEX (Not Required for this Project) An environmental review is required and was conducted for this project. From the FAA’s Go Letter: “The FAA determined the proposed project is environmentally Categorically Excluded (CATEX) per paragraph(s) 5-6.4e of FAA Order 1050.1F as it relates to the National Environmental Policy Act (NEPA). No further environmental documentation for this project is needed.” 1.28. Project Closeout – Design Only Prepare the closeout documentation for design engineering services only in accordance with the AIP Sponsor Guide Section 1600. Any grant closeouts associated with the project improvements will be applied for and administered under future work order(s) or amendment(s) to this work order. The CONSULTANT may prepare the closeout document within 90 days of final payment to the contractor. Closeout documentation shall include, but may not be limited to, the following: a. Sponsor Cover Letter b. Final SF-271 Form, Outlay Report and Request for Reimbursement for Construction Projects c. Final SF-425 Form, Federal Financial Report d. Final Invoice Summary 21 Ames Municipal Airport Work Order #7 BMI Project No. 24X.136121.000 H:\AMES\24X136121000\0_Reconstruct Runway 01.19\A_Project Management\2_Contracts\Contract\Final\Ames-Runway 1-19 Design-Work Order 7 Final.docx Page 20 This work includes preparation of the documentation, coordination with the Airport and FAA for review, and preparation of final documents for Airport approval. The CLIENT will furnish copies of all administrative costs, as well as paperwork related to previous grant reimbursement (drawdown) requests. 2. CONSTRUCTION ADMINISTRATION Construction Administration services will be completed under a separate work order(s) and amendment(s) to this Work Order. I.B. ADDITIONAL SERVICES Consulting services performed other than those authorized under Section I.A. shall not be considered part of the Basic Services and may be authorized by the Sponsor as Additional Services. Additional Services consist of those services, which are not generally considered to be Basic Services; or exceed the requirements of the Basic Services; or are not definable prior to the commencement of the project; or vary depending on the technique, procedures or schedule of the project contractor. Additional services may consist of the following: 1. Additions to the project outside of this scope. 2. Any construction surveying required for the Project. 3. Additional geotechnical investigation required for the Project. 4. Aeronautical Surveys or AGIS surveying services. 5. Upgrading airfield lighting, signage or pavement markings to Part 139 standards. 6. Coordination with the FAA regarding impacts to FAA navigation aids. 7. Preparation of grant applications or administration of grants related to FAA Navaids and/or construction. 8. Construction engineering related services. 9. Update Airfield Signage Plans for project closeout report. 10. Additional Field Investigation required beyond those specified. 11. Completion of additional special studies not identified in Section I.A.. 12. Periodic completion of grant reimbursement requests (i.e. Credit Applications). 13. Attendance of additional meetings beyond those identified in the above scope. 14. All other services not specifically identified in Section I.A. 22 Ames Municipal Airport Work Order #7 BMI Project No. 24X.136121.000 H:\AMES\24X136121000\0_Reconstruct Runway 01.19\A_Project Management\2_Contracts\Contract\Final\Ames-Runway 1-19 Design-Work Order 7 Final.docx Page 21 I.C. CONSIDERATION The services described above in Section I.A. BASIC SERVICES shall be provided as follows: TASK 1 – DESIGN SERVICES $ 1,196,600.00 (lump sum) TOTAL AUTHORIZED FEE $ 1,196,000.00 Funding Layout: Estimated Federal AIP Share (90%) $1,076,940.00 Estimated Local Share (10%) 119,660.00 Progress payments shall be made in accordance with the fee schedule attached and Section 3 of the Master Agreement. I.D. SCHEDULE The consulting services authorized under Section I.A. will be performed under the following schedule or as authorized by the CLIENT as the BASIC SERVICES proceed. TASK SERVICE DESCRIPTION DATE* 1 DESIGN AND BIDDING January 2025 – May 2026 10% Submittal May, 2025 30% Submittal July, 2025 90% Submittal February, 2026 Bid Opening April, 2026 Grant Application May 1, 2026 *Dates show in schedule subject to change based on FAA grant submission deadlines to be released later in the federal register, staffing availability and/or review time needed by FAA. 23 Ames Municipal Airport Work Order #7 BMI Project No. 24X.136121.000 H:\AMES\24X136121000\0_Reconstruct Runway 01.19\A_Project Management\2_Contracts\Contract\Final\Ames-Runway 1-19 Design-Work Order 7 Final.docx Page 22 I.E. AUTHORIZATION City of Ames Bolton & Menk, Inc. By: By: John Haila Date Mayor Ronald A. Roetzel, P.E. Date Aviation Services Manager Attest: Renee Hall Date City Clerk Attachments: Exhibit I – Project Fee Breakdown Exhibit II – Survey Limits Exhibit III – Approximate Locations of Soil Borings and Pavement Cores Exhibit IV – Project Improvements Exhibit Exhibit V – Anticipated Construction Phasing Plan Exhibit VI – Federal Contract Provisions for A/E Agreements, Updated May 24, 2023 3/10/2025 24 1/7/2025 JPR/RAR Principal Engineer Senior Engineer Project Engineer Design Engineer Surveyor Planner Admin. 1 1.1 24 24 24 0 0 0 0 72 1.2 16 140 80 60 0 0 8 304 1.3 0 8 16 48 380 0 0 452 1.4 1.5 0 4 24 0 0 0 0 28 1.6 4 40 80 0 0 0 0 124 1.7 Prepare Pavement Designs 2 16 60 0 0 0 0 78 1.8 Establish Design Standards 4 20 40 0 0 0 0 64 1.9 1.10 1.11 0 8 12 12 0 0 0 32 1.12 1.13 2 24 60 16 0 0 4 106 1.14 0 4 8 0 0 0 0 12 1.15 4 12 80 0 0 0 0 96 1 8 60 0 0 0 0 69 1 8 24 0 0 0 0 33 4 12 24 0 0 0 0 40 2 8 32 60 0 0 0 102 1.16 0 8 24 16 0 0 0 48 0 4 16 8 0 0 0 28 6 16 32 100 0 0 0 154 2 8 40 20 0 0 0 70 6 16 40 100 0 0 0 162 0 2 8 0 0 0 0 10 0 4 16 16 0 0 0 36 0 4 8 16 0 0 0 28 2 8 40 40 0 0 0 90 16 80 200 980 0 0 40 1316 1.17 0 0 1 2 0 0 0 3 0 1 2 4 0 0 0 7 0 1 2 2 0 0 0 5 0 1 2 2 0 0 0 5 0 1 2 2 0 0 0 5 0 2 4 12 0 0 0 18 4 12 24 40 0 0 0 80 4 12 24 40 0 0 0 80 0 4 20 48 0 0 0 72 0 4 20 48 0 0 0 72 0 2 8 12 0 0 0 22 0 2 8 12 0 0 0 22 0 4 12 40 0 0 0 56 0 4 12 40 0 0 0 56 0 4 8 32 0 0 0 44 0 4 8 32 0 0 0 44 4 12 24 40 0 0 0 80 4 12 24 40 0 0 0 80 6 24 48 84 0 0 0 162 6 24 48 84 0 0 0 162 4 12 44 80 0 0 0 140 4 12 44 80 0 0 0 140 4 12 24 40 0 0 0 80 4 12 24 40 0 0 0 80 0 8 12 24 0 0 0 44 0 8 12 24 0 0 0 44 0 2 8 24 0 0 0 34 0 2 8 24 0 0 0 34 0 4 24 48 0 0 0 76 0 4 24 48 0 0 0 76 1 1 2 4 0 0 0 8 4 12 24 40 0 0 0 80 4 12 24 40 0 0 0 80 0 1 4 8 0 0 0 13 2 8 24 48 0 0 0 82 2 8 24 48 0 0 0 82 0 1 1 2 0 0 0 4 1 4 12 24 0 0 0 41 1 4 12 24 0 0 0 41 1 4 12 24 0 0 0 41 1 4 12 24 0 0 0 41 2 2 8 12 0 0 0 24 2 2 8 12 0 0 0 24 0 1 2 4 0 0 0 7 1 2 8 16 0 0 0 27 1 2 8 16 0 0 0 27 1 2 4 8 0 0 0 15 0 1 2 4 0 0 0 7 7 40 60 0 0 0 60 167 2 24 12 0 0 0 16 54 0 8 16 0 0 0 0 24 2 12 24 40 0 0 40 118 2 8 40 40 0 0 0 90 1.18 6 24 48 84 0 0 0 162 6 24 48 60 0 0 0 138 4 12 24 48 0 0 0 88 2 16 0 0 0 0 16 34 0 24 60 100 0 0 0 184 2 8 24 24 0 0 0 58 1.19 0 4 8 0 0 0 40 52 1.20 0 2 0 0 0 0 8 10 1.21 0 8 24 0 0 0 16 48 1.22 0 8 16 0 0 0 8 32 1.23 0 8 12 0 0 0 8 28 1.24 0 4 8 4 0 0 4 20 1.25 0 2 4 0 0 0 4 10 1.26 0 8 16 0 0 0 4 28 1.27 1.28 0 4 12 0 0 0 0 16 197 1011 2220 3298 380 0 276 7382 $75.00 $63.00 $40.00 $34.00 $45.00 $48.00 $30.00 $14,775.00 $63,693.00 $88,800.00 $112,132.00 $17,100.00 $0.00 $8,280.00 $304,780.00 $33,347.18 $143,755.10 $200,421.60 $253,081.92 $38,594.70 $0.00 $18,687.96 $687,888.46 2.2570 Overhead Rate $992,668.46 $148,900.27 15%Profit $1,141,568.73 $27,500.00 $27,500.00 $55,000.00 $1,196,568.73 $1,196,600.00 $1,196,600.00TOTAL PROJECT FEE ROUNDED TASK 1: Geotechnical Investigation Storm Sewer Televising Total Expenses Task 1 Subtotal Task 1 Fixed Fee (15%) x Subtotal Labor Cost Total Task 1 (Fixed Lump Sum) Direct Expenses Total Person Hours Direct Labor Rate Total Direct Labor Cost Overhead (2.2570) Subtotal Labor Cost Pre-Bid Meeting and Bid Opening Bid Review and Bid Tabulation Prepare Recommendation for Award Prepare Grant Application Environmental Review, CATEX Project Closeout – Design Only Prepare Final Plans Prepare Final Cost Estimate Prepare Disadvantaged Business Plan (DBE) Prepare Advertisement for Bids and Bid Docs Respond to Bidders Questions Prepare and Distribute Addendums Cost Estimate for 90% Report Prepare Final Plans, Specs., Cost Est. and Project Budget Update Plans after FAA 90% Comments and respond to FAA comments Update Project Manual, CSPP, Specification after 90% Comments and respond to FAA comments QA review and incorporate internal comments Prepare Final Project Manual Plan Sheets - Sign Schedule Plan Sheets - Signage Details 90% Specifications 90% Contract Documents 90% Special Provisions 90% Engineers Report Plan Sheets - Lighting Layout Plan - Phase 2 Plan Sheets - Electrical Site Plan - Phase 1 Plan Sheets - Electrical Site Plan - Phase 2 Plan Sheets - Electrical Details Plan Sheets - Signage Plan - Phase 1 Plan Sheets - Signage Plan - Phase 2 Plan Sheets - Cross Sections - Phase 1 Plan Sheets - Cross Sections - Phase 2 Plan Sheets - Electrical Legend Plan Sheets - Electrical Removals Plan - Phase 1 Plan Sheets - Electrical Removals Plan - Phase 2 Plan Sheets - Lighting Layout Plan - Phase 1 Plan Sheets -Subdrain Plan - Phase 1 Plan Sheets - Subdrain Plan - Phase 2 Plan Sheets - Subdrain Details Plan Sheets -Pavement Marking Plan - Phase 1 Plan Sheets -Pavement Marking Plan - Phase 2 Plan Sheets -Pavement Marking Details Plan Sheets -Geometric Layout Plan - Phase 1 Plan Sheets -Geometric Layout Plan- Phase 2 Plan Sheets -Jointing Plan - Phase 1 Plan Sheets - Jointing Plan - Phase 2 Plan Sheets -Pavement Grooving Plan and Details - Phase 1 Plan Sheets -Pavement Grooving Plan and Details - Phase 2 Plan Sheets - Grading and Drainage Plan (Off Pavement) - Phase 1 Plan Sheets - Grading and Drainage Plan (Off Pavement) - Phase 2 Plan Sheets - Detailed Grading Plan (On Pavement) - Phase 1 Plan Sheets - Detailed Grading Plan (On Pavement) - Phase 2 Plan Sheets -Plan and Profiles - Phase 1 Plan Sheets - Plan and Profile - Phase 2 Plan Sheets - Erosion Control - Phase 1 Plan Sheets - Erosion Control - Phase 2 Plan Sheets - Demolition Plan - Phase 1 Plan Sheets - Demolition Plan - Phase 2 Plan Sheets - Existing Conditions - Phase 1 Plan Sheets - Existing Conditions - Phase 2 Plan Sheets -Survey Control and Stationing Plan Plan Sheets - Typical Sections Plan Sheets - Quantities and Reference Info - Phase 1 Plan Sheets - Quantities and Reference Info - Phase 2 Plan Sheets - Construction Safety and Phasing - Phase 1 Plan Sheets - Construction Safety and Phasing - Phase 2 Prepare and Submit 30% Submittal Document 90% Review Submittal to FAA Plan Sheets - Title Sheet Plan Sheets - Legend Sheet Plan Sheets - General Notes - Phase 1 Plan Sheets - General Notes - Phase 2 Runway Safety Area Documentation for Engineers Report Runway OFA Documentation for Engineers Report Preliminary Construction Phasing Final Fleet Mix FAARFIELD Pavement and LCCA 30% Engineers Opinion of Probable Construction Costs Update Runway 01/19 Profile from 10% Comments Update Runway 13/31 Profile from 10% Comments Runway Intersection Geometry and 30% Grading Design Profiles for Connectors Taxiways Geometric Improvements Visibility Zone Documentation for Engineers Report 10% Engineers Report Prelim Plan and Profile Sheets for Runway 01/19 Prelim Plan and Profile Sheets for Runway 13/31 Line of Sight Design and Documentation Evaluate Grade Changes in Intersection per AC 5300-13B, Change 1, Section 3.16.4 30% Review Submittal to FAA Pavement Markings Improvements Storm Sewer Improvements Grading Improvements within the ROFA Construction Safety and Phasing Plan (CSPP) Modification of Airport Design Standards 10% Review Submittal to FAA Project Meetings and Coordination Topographical Survey Aeronautical Survey Geotechnical Investigation Aircraft Fleet Mix Electrical Improvements Task Task Description Estimated Person Hours Required Totals Design & Bidding Services Project Scoping PROJECT FEE ESTIMATE CLIENT:Ames Municipal Airport DATE: PROJECT:Design Runway 1/19 PREPARED BY: 25 TOFA TOFA TOFA TOFA TOFA TO F A TO F A TOFA TOFA TOFA TOFA TOFA TO F A TO F A TOFA TOFA TOFA TOFA TOF A TLOF A TO F A RS A RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RS A RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RO F Z ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ RO F Z ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ ROFZ RO F A RO F A ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA RO F A RO F A RO F A ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TO F A TOFA TOFA TOFA TOFA TOF A TOF A TOF A TOFA TOFA TOFA TOFA TO F A TOF A TOF A TOF A RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA ROF Z ROF Z ROF Z ROF Z ROF Z ROF Z ROF Z ROF Z ROF Z ROF Z ROF Z ROF Z ROF Z ROF Z ROF Z ROF Z ROF Z ROF Z ROF Z ROF Z ROF Z ROF Z ROF Z ROF Z ROF Z ROF Z ROF Z ROF Z ROF Z ROF A ROF A ROF A ROF A ROF A ROF A ROF A ROF A ROF A ROF A ROF A ROF A ROF A ROF A ROF A ROF A ROF A ROF A ROF A ROF A ROF A ROF A ROF A ROF A ROF A ROF A ROF A ROF A ROF A ROF A ROF A RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RV Z RV Z RV Z RV Z RVZ RVZ RVZ RVZ RVZ GS CR GS CR GS CR GS CR GS CR GS CR GS CR GS CR GS CR GS CR GS C R PO F Z PO F Z PO F Z POFZ PO F Z PO F Z PO F Z IAOFZ IAOFZ IAOFZ IAOFZ IAOFZ IAOFZ IAOFZ IAOFZ IA O F Z IAOFZ IAOFZ IAOFZ IAOFZ IAOFZ IAOFZ IAOFZ IAOFZ IA O F Z LO C C R LOC CR LOC CR LOC CR LOC CR LOC CR LOC CR LOC CR LO C C R LOC CR LOC CR LOC CR LOC CR LOC CR LOC CR TOFA TLOFA TLOFA TLOFA TLOFA TLOFATO F A X X X X X X X X X X X X X X X X XXXX X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X XXXXXX X X X X X X X X X X X X X X X X X X X X X X XXXXXXXXXXXXXXXX X X X XXXXXXXX X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X XXXXXXXXXX X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X HHH H H H H RVZ RVZ RVZ RVZ RV Z RV Z RV Z RV Z RVZRVZRVZRVZRVZRVZRVZRVZRVZRVZRVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ 96 2 ' 2319' 80 0 ' 800 ' 8064' 5493' 657 ' 157 5 ' 460 ' 80 0 ' 1000'16 2 ' 250 ' 560' SHEET B o l t o n & M e n k , I n c . 20 2 4 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 1 2 1 0 0 0 \ C A D \ C 3 D \ M I S C _ 1 3 6 1 2 1 - S u r v e y E x h i b i t . d w g 1/ 6 / 2 0 2 5 2 : 5 2 : 1 6 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT RUNWAY 1/19 RECONSTRUCTION 0T5.136121 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR CDW CDW JPR 1 EXHIBIT II - SURVEY LIMITS R FEETSCALE 0 50 100 HORZ. SURVEY RUNWAY 13/31 CENTERLINE PROFILE LEGEND SURVEY LIMITS TAXIWA Y A RUNWA Y 1 / 1 9 RUN W A Y 1 3 / 3 1 TAXI W A Y B TA X I W A Y A 2 TA X I W A Y A 3 TA X I W A Y A 4 TA X I W A Y A 1 TAX I W A Y B 26 TLO F A E EEE 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 E E E E E E E E E E EEE E E E E E E E E E E EEEEE 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 EEEEEEEE EE EE E EEEEEEEE E EEEEEEEEEEE E E E E EEEEEE 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 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 EEEEEEEEEEEEE E E E E E EEEEEEEEEE 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 OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE OE E E E E E E E E OE OE E E E E E E E E E TL O F A TLOFA TLOFA TLOFA TLOFA 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 EE E EEE E E E E E E E E E E EE EE OE OE >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> >> EE E E E E E E E E E E E E E E RVZ RVZ RVZ RVZ RVZ RVZ RVZ RV Z RV Z RV Z RV Z RV Z RV Z RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ 50 ' 25 ' 50 ' 50 ' 50 ' 50 ' 50 ' 75 ' 25 ' 75 ' EXISTING AIRFIELD ELECTRICAL CIRCUIT NEARBY EXISTING AIRFIELD ELECTRICAL CIRCUIT NEARBY EXISTING AIRFIELD ELECTRICAL CIRCUIT NEARBY 335' PAVEMENT CORE SPACING TYP. 670' SOIL BORING SPACING TYP. SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 1 2 1 0 0 0 \ C A D \ C 3 D \ M I S C _ 1 3 6 1 2 1 - B O R I N G & C O R E S E x h i b i t . d w g 1/ 6 / 2 0 2 5 3 : 2 6 : 0 9 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT RUNWAY 1/19 RECONSTRUCTION 0T5.136121 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR CDW CDW JPR EXHIBIT III - APPROXIMATE LOCATIONS SOIL BORING AND PAVEMENT CORES LOCATION R FEETSCALE 0 200 400 HORZ. LEGEND: BORING PAVEMENT CORE TAXIWAY A RUNWAY 1/19 RU N W A Y 1 3 / 3 1 TAX I W A Y B 1 TA X I W A Y A 2 TA X I W A Y A 3 TA X I W A Y A 4 TA X I W A Y A 1 TA X I W A Y B 27 RS A RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RS A RSARSARSARSARSARSARSARSARSARSARSARSARSARSARSARSARSARSARSARSARSARSARSARSARSARSARSARSARSA RO F A RO F A ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA ROFA RO F A RO F A RO F A ROFAROFAROFAROFAROFAROFAROFAROFAROFAROFAROFAROFAROFAROFAROFAROFAROFAROFAROFAROFAROFAROFAROFAROFAROFAROFAPO F Z PO F Z PO F Z POFZ PO F Z PO F Z PO F Z IAOFZ IAOFZ IAOFZ IAOFZ IAOFZ IA O F Z IAOFZIAOFZIAOFZIAOFZ H H H H H l l l ll l l l RVZ RVZ RVZ RVZ RV Z RV Z RV Z RV Z RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ RVZ SHEET B o l t o n & M e n k , I n c . 20 2 4 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 1 2 1 0 0 0 \ C A D \ C 3 D \ M I S C _ 1 3 6 1 2 1 - P r o j e c t I m p r o v e m e n t s E x h i b i t . d w g 1/ 6 / 2 0 2 5 2 : 5 2 : 4 7 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT RUNWAY 1/19 RECONSTRUCTION 0T5.136121 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR CDW CDW JPR 1 EXHIBIT IV - PROJECT IMPROVEMENTS EXHIBITFEETSCALE 0 200 400 HORZ. R NOTE: PROJECT IMPROVEMENT LIMITS WILL BE DETERMINED DURING THE DESIGN. THIS EXHIBIT REPRESENTS APPROXIMATE IMPROVEMENTS TO COMPLETED AS PART OF THE PROJECT. TAXIWAY A RUNWAY 1/19 RU N W A Y 1 3 / 3 1 TAX I W A Y B TA X I W A Y A 2 TA X I W A Y A 3 TA X I W A Y A 4 TA X I W A Y A 1 TA X I W A Y B 28 TLO F A TL O F A TLOFA TLOFA TLOFA TLOFA SHEET B o l t o n & M e n k , I n c . 20 2 5 , A l l R i g h t s R e s e r v e d c H: \ A M E S \ 2 4 X 1 3 6 1 2 1 0 0 0 \ C A D \ C 3 D \ M I S C _ 1 3 6 1 2 1 - P r o j e c t P h a s i n g E x h i b i t . d w g 1/ 7 / 2 0 2 5 3 : 0 7 : 5 6 P M DESIGNED DRAWN CHECKED CLIENT PROJ. NO. ISSUED FOR DATENO.AMES MUNICIPAL AIRPORT RUNWAY 1/19 RECONSTRUCTION 0T5.136121 1519 BALTIMORE DRIVE AMES, IA 50010 Phone: (515) 233-6100 Email: Ames@bolton-menk.com www.bolton-menk.comR CDW CDW JPR 1 EXHIBIT V - ANTICIPATED CONSTRUCTION PHASE PLAN R FEETSCALE 0 200 400 HORZ. FY 27 CONSTRUCTION PHASE FY 26 CONSTRUCTION PHASE FY 2025 DESIGN ONLY TAXIWAY A RUNWAY 1/19 RU N W A Y 1 3 / 3 1 TAX I W A Y B TA X I W A Y A 2 TA X I W A Y A 3 TA X I W A Y A 4 TA X I W A Y A 1 TA X I W A Y B 29 Page 1 of 18   Updated  May 24, 2023   F EDERAL  C ONTRACT  P ROVISIONS  FOR  A/E  A GREEMENTS     A LL  REFER E NCES  MADE  HEREIN  TO  “C ONTRACTOR ”, “P RIME  C ONTRACTOR ”,  “B IDDER ”, “O FFEROR ”, AND  “A PPLICANT ” SHALL  PERTAIN  TO  THE   A RCHITECT /E NGINEER  (A/E).    A LL  REFER E NCES  MADE  HEREIN  TO  “S UBCONTRACTOR ”, “S UB ‐TIER  C ONTRACTOR ”  OR  “LOWE R  T IER  C ONT RACTOR ” S HALL  PERTAIN  TO  ANY  SUBCONSULTANT  UNDER   CONTRACT  WITH  THE  A/E.  A LL  REFER E NCES  MADE  HEREIN  TO  “S PONSOR ” AND  “O WNER ” SHALL  PERTAIN  TO   THE  STATE , CITY , AIRPORT  AUTHORI TY  OR  OT HE R  PUBLIC  ENTITY  EXECUTING   CONTRACTS  WITH  THE  A/E.      PROVISIONS APPLICABLE TO ALL CONTRACTS  ACCESS TO RECORDS AND REPORTS ............................................................................................................. 3  CIVIL RIGHTS – GENERAL ............................................................................................................................... 3  CIVIL RIGHTS – TITLE VI ASSURANCES ........................................................................................................... 3  PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE   SERVICES OR EQUIPMENT ................................................................................................................ 6  FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) ......................................................... 6  OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 .................................................................................... 6  RIGHT TO INVENTIONS .................................................................................................................................. 6  SEISMIC SAFETY ............................................................................................................................................. 7  TAX DELINQUENCY AND FELONY CONVICTIONS .......................................................................................... 7  TRADE RESTRICTION CERTIFICATION ............................................................................................................ 7  VETERAN’S PREFERENCE ............................................................................................................................... 8      PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $10,000  DISTRACTED DRIVING ................................................................................................................................... 9  EQUAL EMPLOYMENT OPPORTUNITY (EEO) ................................................................................................. 9  PROHIBITION OF SEGREGATED FACILITIES ................................................................................................. 10  TERMINATION OF CONTRACT ..................................................................................................................... 11          Exhibit VI 30 Page 2 of 18   Updated  May 24, 2023   PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $25,000  DEBARMENT AND SUSPENSION .................................................................................................................. 12      PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $100,000  CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS ................................................ 13  LOBBYING AND INFLUENCING FEDERAL EMPLOYEES ................................................................................. 14      PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $150,000  CLEAN AIR AND WATER POLLUTION CONTROL .......................................................................................... 15      PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $250,000  BREACH OF CONTRACT TERMS ................................................................................................................... 15  DISADVANTAGED BUSINESS ENTERPRISE ................................................................................................... 15           31 Page 3 of 18   Updated  May 24, 2023   PROVISIONS APPLICABLE TO ALL CONTRACTS  ACCESS TO RECORDS AND REPORTS  Reference: 2 CFR § 200.334  2 CFR § 200.337  FAA Order 5100.38  The Contractor must maintain an acceptable cost accounting system. The Contractor agrees to provide  the Owner, the Federal Aviation Administration and the Comptroller General of the United States or any  of their duly authorized representatives access to any books, documents, papers and records of the  Contractor which are directly pertinent to the specific contract for the purpose of making audit,  examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and  reports required under this contract for a period of not less than three years after final payment is made  and all pending matters are closed.    CIVIL RIGHTS – GENERAL  Reference: 49 USC § 47123  In all its activities within the scope of its airport program, the Contractor agrees to comply with  pertinent statutes, Executive Orders, and such rules as identified in Title VI List of Pertinent  Nondiscrimination Acts and Authorities to ensure that no person shall, on the grounds of race, color,  national origin (including limited English proficiency), creed, sex (including sexual orientation and gender  identity), age, or disability be excluded from participating in any activity conducted with or benefiting  from Federal assistance.   This provision is in addition to that required by Title VI of the Civil Rights Act of 1964.    CIVIL RIGHTS – TITLE VI ASSURANCES  Reference: 49 USC § 47123     FAA Order 1400.11  Title VI Solicitation Notice  The Sponsor, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat.  252, 42 USC §§ 2000d to 2000d‐4) and the Regulations, hereby notifies all bidders or offerors that it  will affirmatively ensure that for any contract entered into pursuant to this advertisement,  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);  32 Page 4 of 18   Updated  May 24, 2023    49 CFR part 21 (Non‐discrimination in Federally‐Assisted programs of the Department of  Transportation—Effectuation of Title VI of the Civil Rights Act of 1964);   The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 USC §  4601) (prohibits unfair treatment of persons displaced or whose property has been acquired  because of Federal or Federal‐aid programs and projects);   Section 504 of the Rehabilitation Act of 1973 (29 USC § 794 et seq.), as amended (prohibits  discrimination on the basis of disability); and 49 CFR part 27 (Nondiscrimination on the Basis of  Disability in Programs or Activities Receiving Federal Financial Assistance);   The Age Discrimination Act of 1975, as amended (42 USC § 6101 et seq.) (prohibits  discrimination on the basis of age);   Airport and Airway Improvement Act of 1982 (49 USC § 47123), as amended (prohibits  discrimination based on race, creed, color, national origin, or sex);   The Civil Rights Restoration Act of 1987 (PL 100‐259) (broadened the scope, coverage and  applicability of Title VI of the Civil Rights Act of 1964, the Age Discrimination Act of 1975 and  Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms  “programs or activities” to include all of the programs or activities of the Federal‐aid recipients,  sub‐recipients and contractors, whether such programs or activities are Federally funded or  not);   Titles II and III of the Americans with Disabilities Act of 1990 (42 USC § 12101, et seq) (prohibit  discrimination on the basis of disability in the operation of public entities, public and private  transportation systems, places of public accommodation, and certain testing entities) as  implemented by U.S. Department of Transportation regulations at 49 CFR parts 37 and 38;   The Federal Aviation Administration’s Nondiscrimination statute (49 USC § 47123) (prohibits  discrimination on the basis of race, color, national origin, and sex);   Executive Order 12898, Federal Actions to Address Environmental Justice in Minority  Populations and Low‐Income Populations (ensures nondiscrimination against minority  populations by discouraging programs, policies, and activities with disproportionately high and  adverse human health or environmental effects on minority and low‐income populations);   Executive Order 13166, Improving Access to Services for Persons with Limited English  Proficiency, and resulting agency guidance, national origin discrimination includes discrimination  because of limited English proficiency (LEP).  To ensure compliance with Title VI, you must take  reasonable steps to ensure that LEP persons have meaningful access to your programs [70 Fed.  Reg. 74087 (2005)];   Title IX of the Education Amendments of 1972, as amended, which prohibits you from  discriminating because of sex in education programs or activities (20 USC § 1681, et seq).  Nondiscrimination Requirements / Title VI Clauses for Compliance  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  33 Page 5 of 18   Updated  May 24, 2023   amended from time to time, which are herein incorporated by reference and made a part of this  contract.  2. Nondiscrimination:  The Contractor, with regard to the work performed by it during the  contract, will not discriminate on the grounds of race, color, national origin (including limited  English proficiency), creed, sex (including sexual orientation and gender identity), age, or  disability in the selection and retention of subcontractors, including procurements of materials  and leases of equipment.  The Contractor will not participate directly or indirectly in the  discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment  practices when the contract covers any activity, project, or program set forth in Appendix B of  49 CFR part 21.  3. Solicitations for Subcontracts, including Procurements of Materials and Equipment:  In all  solicitations, either by competitive bidding or negotiation made by the Contractor for work to be  performed under a subcontract, including procurements of materials, or leases of equipment,  each potential subcontractor or supplier will be notified by the Contractor of the contractor’s  obligations under this contract and the Nondiscrimination Acts and Authorities on the grounds  of race, color, or national origin.  4. Information and Reports:  The Contractor will provide all information and reports required by  the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its  books, records, accounts, other sources of information, and its facilities as may be determined  by the Sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance  with such Nondiscrimination Acts and Authorities and instructions.  Where any information  required of a contractor is in the exclusive possession of another who fails or refuses to furnish  the information, the Contractor will so certify to the Sponsor or the Federal Aviation  Administration, as appropriate, and will set forth what efforts it has made to obtain the  information.  5. Sanctions for Noncompliance:  In the event of a Contractor’s noncompliance with the non‐ discrimination provisions of this contract, the Sponsor will impose such contract sanctions as it  or the Federal Aviation Administration may determine to be appropriate, including, but not  limited to:  a. Withholding payments to the Contractor under the contract until the Contractor  complies; and/or  b. Cancelling, terminating, or suspending a contract, in whole or in part.  6. Incorporation of Provisions:  The Contractor will include the provisions of paragraphs one  through six in every subcontract, including procurements of materials and leases of equipment,  unless exempt by the Acts, the Regulations, and directives issued pursuant thereto.  The  Contractor will take action with respect to any subcontract or procurement as the Sponsor or  the Federal Aviation Administration may direct as a means of enforcing such provisions including  sanctions for noncompliance.  Provided, that if the Contractor becomes involved in, or is  threatened with litigation by a subcontractor, or supplier because of such direction, the  Contractor may request the Sponsor to enter into any litigation to protect the interests of the  Sponsor.  In addition, the Contractor may request the United States to enter into the litigation to  protect the interests of the United States.       34 Page 6 of 18   Updated  May 24, 2023   PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR  EQUIPMENT  Reference:   2 CFR § 200, Appendix II(K)  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)].    FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE)  Reference: 29 USC § 201, et seq  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.    RIGHT TO INVENTIONS  Reference:  2 CFR Part 200, Appendix II(F)  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.       35 Page 7 of 18   Updated  May 24, 2023   SEISMIC SAFETY  Reference:  49 CFR Part 41  In the performance of design services, the Consultant agrees to furnish a building design and associated  construction specification that conform to a building code standard that provides a level of seismic  safety substantially equivalent to standards as established by the National Earthquake Hazards  Reduction Program (NEHRP).  Local building codes that model their building code after the current  version of the International Building Code (IBC) meet the NEHRP equivalency level for seismic safety.  At  the conclusion of the design services, the Consultant agrees to furnish the Owner a “certification of  compliance” that attests conformance of the building design and the construction specifications with  the seismic standards of NEHRP or an equivalent building code.    TAX DELINQUENCY AND FELONY CONVICTIONS  Reference: Section 8113 of the Consolidated Appropriations Act, 2022 (Public Law 117‐103) and  similar provisions in subsequent appropriations acts  DOT Order 4200.6 – Appropriations Act Requirements for Procurement and Non‐ Procurement Regarding Tax Delinquency and Felony Convictions  The Contractor certifies:  1) It 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. A tax delinquency is any unpaid Federal tax liability that has been  assessed, for which all judicial and administrative remedies have been exhausted, or have  lapsed, and that is not being paid in a timely manner pursuant to an agreement with the  authority responsible for collecting the tax liability.  2) It is not a corporation that was convicted of a criminal violation under any Federal law within  the preceding 24 months.  A felony conviction is 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.  The Contractor agrees to incorporate the above certification in all lower tier subcontracts.    TRADE RESTRICTION CERTIFICATION  Reference:  49 USC § 50104  49 CFR Part 30  By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant  contract, the Offeror:  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 as 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 included on the list of countries that discriminate against U.S.  firms as published by the USTR; and  36 Page 8 of 18   Updated  May 24, 2023   3) 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 Contractor must require subcontractors provide  immediate written notice to the Contractor if at any time it learns that its certification was erroneous by  reason of changed circumstances.  Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with  49 CFR § 30.17, no contract shall be awarded to an Offeror or subcontractor:  1) 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  2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign  country on such USTR list; or  3) who incorporates in the public works project any product of a foreign country on such USTR list.  Nothing contained in the foregoing shall be construed to require establishment of a system of records in  order to render, in good faith, the certification required by this provision.  The knowledge and  information of a contractor is not required to exceed that which is normally possessed by a prudent  person in the ordinary course of business dealings.  The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this  provision for certification without modification in all lower tier subcontracts. The Contractor may rely on  the certification of a prospective subcontractor that it is not a firm from a foreign country included on  the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has  knowledge that the certification is erroneous.  This certification is a material representation of fact upon which reliance was placed when making an  award.  If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous  certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of  the contract or subcontract for default at no cost to the Owner or the FAA.    VETERAN’S PREFERENCE  Reference:  49 USC § 47112(c)  In the employment of labor (excluding executive, administrative, and supervisory positions), the  Contractor and all sub‐tier contractors must give preference to covered veterans as defined within Title  49 United States Code Section 47112.  Covered veterans include Vietnam‐era veterans, Persian Gulf  veterans, Afghanistan‐Iraq war veterans, disabled veterans, and small business concerns (as defined by  15 USC § 632) owned and controlled by disabled veterans.  This preference only applies when there are  covered veterans readily available and qualified to perform the work to which the employment relates.    37 Page 9 of 18   Updated  May 24, 2023   PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $10,000  DISTRACTED DRIVING  Reference:   Executive Order 13513  DOT Order 3902.10  In accordance with Executive Order 13513, “Federal Leadership on Reducing Text Messaging While  Driving”, (10/1/2009) and DOT Order 3902.10, “Text Messaging While Driving”, (12/30/2009), the  Federal Aviation Administration encourages recipients of Federal grant funds to adopt and enforce  safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while  driving when performing work related to a grant or subgrant.  In support of this initiative, the Owner encourages the Contractor to promote policies and initiatives for  its employees and other work personnel that decrease crashes by distracted drivers, including policies  that ban text messaging while driving motor vehicles while performing work activities associated with  the project.  The Contractor must include the substance of this clause in all sub‐tier contracts exceeding  $10,000 that involve driving a motor vehicle in performance of work activities associated with the  project.    EQUAL EMPLOYMENT OPPORTUNITY (EEO)  Reference:  2 CFR Part 200, Appendix II(C)  41 CFR § 60‐1.4  41 CFR § 60‐4.3  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 another employee or applicant.  This provision shall not apply to instances in which an employee who has access to the  compensation information of other employees or applicants as a part of such employee's  essential job functions discloses the compensation of such other employees or applicants to  individuals who do not otherwise have access to such information, unless such disclosure is in  38 Page 10 of 18   Updated  May 24, 2023   response to a formal complaint or charge, in furtherance of an investigation, proceeding,  hearing, or action, including an investigation conducted by the employer, or is consistent with  the contractor's legal duty to furnish information.  (4) The Contractor will send to each labor union or representative of workers with which it has a  collective bargaining agreement or other contract or understanding, a notice to be provided by  the agency contracting officer, advising the labor union or workers’ representative of the  Contractor’s commitments under this section 202 of Executive Order 11246 of September 24,  1965, and shall post copies of the notice in conspicuous places available to employees and  applicants for employment.  (5) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965,  and of the rules, regulations, and relevant orders of the Secretary of Labor.  (6) The Contractor will furnish all information and reports required by Executive Order 11246 of  September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or  pursuant thereto, and will permit access to his books, records, and accounts by the contracting  agency and the Secretary of Labor for purposes of investigation to ascertain compliance with  such rules, regulations, and orders.  (7) In the event of the Contractor’s noncompliance with the nondiscrimination clauses of this  contract or with any such rules, regulations, or orders, this contract may be canceled,  terminated, or suspended in whole or in part and the Contractor may be declared ineligible for  further Government contracts in accordance with procedures authorized in Executive Order  11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked  as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of  the Secretary of Labor, or as otherwise provided by law.  (8) The Contractor will include the provisions of paragraphs (1) through (8) in every subcontract or  purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued  pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such  provisions will be binding upon each subcontractor or vendor. The Contractor will take such  action with respect to any subcontract or purchase order as may be directed by the Secretary of  Labor as a means of enforcing such provisions, including sanctions for noncompliance: Provided,  however, that in the event the contractor becomes involved in, or is threatened with, litigation  with a subcontractor or vendor as a result of such direction, the Contractor may request the  United States to enter into such litigation to protect the interests of the United States.    PROHIBITION OF SEGREGATED FACILITIES  Reference: 2 CFR Part 200, Appendix II(C)  41 CFR Part 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, recreation or entertainment areas, transportation,  and housing facilities provided for employees that are segregated by explicit directive or are in fact  39 Page 11 of 18   Updated  May 24, 2023   segregated on the basis of race, color, religion, sex, sexual orientation, gender identity, or national  origin 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 Part 200, Appendix II(B)  FAA Advisory Circular 150/5370‐10, Section 80‐09  Termination for Convenience (Professional Services)  The Owner may, by written notice to the Consultant, terminate this Agreement for its convenience  and without cause or default on the part of Consultant. Upon receipt of the notice of termination,  except as explicitly directed by the Owner, the Contractor must immediately discontinue all services  affected.  Upon termination of the Agreement, the Consultant must deliver to the Owner all data, surveys,  models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other  documents and materials prepared by the Engineer under this contract, whether complete or  partially complete.  Owner agrees to make just and equitable compensation to the Consultant for satisfactory work  completed up through the date the Consultant receives the termination notice.  Compensation will  not include anticipated profit on non‐performed services.  Owner further agrees to hold Consultant harmless for errors or omissions in documents that are  incomplete as a result of the termination action under this clause.  Termination for Cause (Professional Services)  Either party may terminate this Agreement for cause if the other party fails to fulfill its obligations  that are essential to the completion of the work per the terms and conditions of the Agreement. The  party initiating the termination action must allow the breaching party an opportunity to dispute or  cure the breach.  The terminating party must provide the breaching party seven (7) days advance written notice of its  intent to terminate the Agreement. The notice must specify the nature and extent of the breach, the  conditions necessary to cure the breach, and the effective date of the termination action.  The rights  and remedies in this clause are in addition to any other rights and remedies provided by law or  under this agreement.  a) Termination by Owner: The Owner may terminate this Agreement for cause in whole or in part,  for the failure of the Consultant to:  1. Perform the services within the time specified in this contract or by Owner approved  extension;  2. Make adequate progress so as to endanger satisfactory performance of the Project; or  3. Fulfill the obligations of the Agreement that are essential to the completion of the Project.  Upon receipt of the notice of termination, the Consultant must immediately discontinue all services  affected unless the notice directs otherwise.  Upon termination of the Agreement, the Consultant  40 Page 12 of 18   Updated  May 24, 2023   must deliver to the Owner all data, surveys, models, drawings, specifications, reports, maps,  photographs, estimates, summaries, and other documents and materials prepared by the Engineer  under this contract, whether complete or partially complete.  Owner agrees to make just and equitable compensation to the Consultant for satisfactory work  completed up through the date the Consultant receives the termination notice.  Compensation will  not include anticipated profit on non‐performed services.  Owner further agrees to hold Consultant harmless for errors or omissions in documents that are  incomplete as a result of the termination action under this clause.  If, after finalization of the termination action, the Owner determines the Consultant was not in  default of the Agreement, the rights and obligations of the parties shall be the same as if the Owner  issued the termination for the convenience of the Owner.  b) Termination by Consultant: The Consultant may terminate this Agreement for cause in whole or  in part, if the Owner:  1. Defaults on its obligations under this Agreement;  2. Fails to make payment to the Consultant in accordance with the terms of this Agreement;  3. Suspends the project for more than one hundred eighty (180) days due to reasons beyond  the control of the Consultant.  Upon receipt of a notice of termination from the Consultant, Owner agrees to cooperate with  Consultant for the purpose of terminating the agreement or portion thereof, by mutual consent.  If  Owner and Consultant cannot reach mutual agreement on the termination settlement, the  Consultant may, without prejudice to any rights and remedies it may have, proceed with  terminating all or parts of this Agreement based upon the Owner’s breach of the contract.  In the event of termination due to Owner breach, the Consultant is entitled to invoice Owner and to  receive full payment for all services performed or furnished in accordance with this Agreement and  all justified reimbursable expenses incurred by the Consultant through the effective date of  termination action. Owner agrees to hold Consultant harmless for errors or omissions in documents  that are incomplete as a result of the termination action under this clause.    PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $25,000  DEBARMENT AND SUSPENSION  Reference: 2 CFR Part 180 (Subpart B)  2 CFR Part 200, Appendix II(H)  2 CFR Part 1200  DOT Order 4200.5  Executive Orders 12549 and 12689  Certification of Offeror/Bidder 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.      41 Page 13 of 18   Updated  May 24, 2023   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 confirm 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 this by:  1. Checking the System for Award Management at website:  http://www.sam.gov.   2. Collecting a certification statement similar to the Certification of Offeror /Bidder Regarding  Debarment, above.  3. Inserting a clause or condition in the covered transaction with the lower tier contract.  If the Federal Aviation Administration later determines that a lower tier participant failed to disclose  to a higher tier participant that it was excluded or disqualified at the time it entered the covered  transaction, the FAA may pursue any available remedies, including suspension and debarment of the  non‐compliant participant.    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  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 compensation at a  rate not less than one and one‐half times the basic rate of pay for all hours worked in excess of forty  hours in such workweek.  2. Violation; Liability for Unpaid Wages; Liquidated Damages.   In the event of any violation of the clause set forth in paragraph (1) of this clause, the Contractor and  any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor  and subcontractor shall be liable to the United States (in the case of work done under contract for the  District of Columbia or a territory, to such District or to such territory), for liquidated damages.  Such  liquidated damages shall be computed with respect to each individual laborer or mechanic, including  watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this clause, in the  sum of $29 for each calendar day on which such individual was required or permitted to work in excess  of the standard workweek of forty hours without payment of the overtime wages required by the clause  set forth in paragraph (1) of this clause.  3. Withholding for Unpaid Wages and Liquidated Damages.  The Federal Aviation Administration (FAA) or the Owner shall upon its own action or upon written  request of an authorized representative of the Department of Labor withhold or cause to be withheld,  from any moneys payable on account of work performed by the contractor or subcontractor under any  42 Page 14 of 18   Updated  May 24, 2023   such contract or any other Federal contract with the same prime contractor, or any other federally‐ assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the  same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such  contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth  in paragraph (2) of this clause.  4. Subcontractors.   The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1)  through (4) and also a clause requiring the subcontractor to include these clauses in any lower tier  subcontracts.  The prime contractor shall be responsible for compliance by any subcontractor or lower  tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this clause.    LOBBYING AND INFLUENCING FEDERAL EMPLOYEES  Reference: 31 USC § 1352 – Byrd Anti‐Lobbying Amendment  2 CFR Part 200, Appendix II(I)  49 CFR Part 20, Appendix A  Certification Regarding Lobbying  The Bidder or Offeror certifies by signing and submitting this bid or proposal, to the best of his or  her knowledge and belief, that:  (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or  Offeror, to any person for influencing or attempting to influence an officer or employee of an  agency, a Member of Congress, an officer or employee of Congress, or an employee of a  Member of Congress in connection with the awarding of any Federal contract, the making of any  Federal grant, the making of any Federal loan, the entering into of any cooperative agreement,  and the extension, continuation, renewal, amendment, or modification of any Federal contract,  grant, loan, or cooperative agreement.  (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person  for influencing or attempting to influence an officer or employee of any agency, a Member of  Congress, an officer or employee of Congress, or an employee of a Member of Congress in  connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned  shall complete and submit Standard Form‐LLL, “Disclosure Form to Report Lobbying,” in  accordance with its instructions.  (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.       43 Page 15 of 18   Updated  May 24, 2023   PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $150,000  CLEAN AIR AND WATER POLLUTION CONTROL  References: 2 CFR Part 200, Appendix II(G)  42 USC § 7401, et seq  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.  The Contractor must include this requirement in all subcontracts that exceed $150,000.    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 agreement.   Owner will provide Contractor written notice that describes the nature of the breach and corrective  actions the Contractor must undertake in order to avoid termination of the contract.  Owner reserves  the right to withhold payments to Contractor until such time the Contractor corrects the breach or the  Owner elects to terminate the contract. The Owner’s notice will identify a specific date by which the  Contractor must correct the breach.  Owner may proceed with termination of the contract if the  Contractor fails to correct the breach by the deadline indicated in the Owner’s notice.  The duties and obligations imposed by the Contract Documents and the rights and remedies available  thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies  otherwise imposed or available by law.    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 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;  44 Page 16 of 18   Updated  May 24, 2023   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 bidder responsibility:  The Owner’s award of this contract is conditioned upon Bidder or Offeror satisfying the good  faith effort requirements of 49 CFR § 26.53.  As a condition of responsibility, every Bidder or Offeror must submit the following information  on the forms provided herein within five days after bid opening.  1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will  participate in the contract;  2) A description of the work that each DBE firm will perform;  3) The dollar amount of the participation of each DBE firm listed under (1);  4) Written statement from Bidder or Offeror that attests their commitment to use the DBE  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.  Solicitation Language (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.  Prime Contracts (Contracts Covered by a DBE Program)  Contract Assurance (49 CFR § 26.13)  The Contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color,  national origin, or sex in the performance of this contract. The Contractor shall carry out applicable  requirements of 49 CFR part 26 in the award and administration of DOT‐assisted contracts. Failure  by the Contractor to carry out these requirements is a material breach of this contract, which may  45 Page 17 of 18   Updated  May 24, 2023   result in the termination of this contract or such other remedy as the recipient 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 Owner. The prime contractor agrees further to return retainage  payments to each subcontractor within thirty (30) calendar days after the subcontractor’s work is  satisfactorily completed. Any delay or postponement of payment from the above referenced time  frame may occur only for good cause following written approval of the Owner. This clause applies to  both DBE and non‐DBE subcontractors.  Termination of DBE Subcontracts (49 CFR § 26.53(f))  The prime contractor must not terminate a DBE subcontractor listed in response to the above  Solicitation Language (Solicitations that include a Contract Goal) section (or an approved substitute  DBE firm) without prior written consent of 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 from the Owner.  Unless the Owner’s 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.      46 Page 18 of 18   Updated  May 24, 2023                 This Page Intentionally Left Blank  47 IFE Preparer Foth Consultant Bolton & Menk, Inc 1. Direct Salary Costs 1. Direct Salary Costs Title Hours % Total Rate*Cost Title Hours % Total Rate*Cost Principal 156 2.1%78.00$ 12,168.00$ Principal 197 2.7%75.00$ 14,775.00$ Engineer - Senior/Lead 947 12.6%67.00$ 63,449.00$ Engineer - Senior/Lead 1,011 13.7%63.00$ 63,693.00$ Project Manager/Engineer 1,473 19.5%55.00$ 81,015.00$ Project Manager/Engineer 2,220 30.1%40.00$ 88,800.00$ Engineer - Staff 2,340 31.0%42.00$ 98,280.00$ Engineer - Staff 3,298 44.7%34.00$ 112,132.00$ Surveyor 520 6.9%46.00$ 23,920.00$ Surveyor 380 5.1%45.00$ 17,100.00$ Technician 2,060 27.3%49.00$ 100,940.00$ Planner/Technician 0 0.0%-$ -$ Administrative Assistant 44 0.6%38.00$ 1,672.00$ Administrative Assistant 276 3.7%30.00$ 8,280.00$ < enter staff title/role >0 0.0%-$ -$ Administrative Assistant 0 0.0%-$ -$ < enter staff title/role >0 0.0%-$ -$ < enter staff title/role >0 0.0%-$ -$ < enter staff title/role >0 0.0%-$ -$ < enter staff title/role >0 0.0%-$ -$ < enter staff title/role >0 0.0%-$ -$ < enter staff title/role >0 0.0%-$ -$ < enter staff title/role >0 0.0%-$ -$ < enter staff title/role >0 0.0%-$ -$ < enter staff title/role >0 0.0%-$ -$ < enter staff title/role >0 0.0%-$ -$ 40.49$ -$ *Hourly, not Loaded Rate Weighted Ave. Rate 50.59$ *Hourly, not Loaded Rate Weighted Ave. Rate 41.29$ Total Hours 7,540 Direct Salary Cost 381,444.00$ Total Hours 7,382 Direct Salary Cost 304,780.00$ Number of Sheets in Plan Set 203 Number of Sheets in Plan Set 203 Average Hours per Plan Sheet 37.1 Average Hours per Plan Sheet 36.4 Percentage of Direct Salary Costs 179.89%In-Direct Salary Cost 686,179.61$ Percentage of Direct Salary Costs 225.70%In-Direct Salary Cost 687,888.46$ Percent of Salary Cost 15.00%Fixed Fee 160,143.54$ Percent of Salary Cost 15.00%Fixed Fee 148,900.27$ Effective Multiplier 3.22 Total Salary & OH Cost 1,067,623.61$ Effective Multiplier 3.75 Total Salary & OH Cost 992,668.46$ 2. Total Labor, Overhead, and Fixed Payment Total Labor Cost 1,227,767.15$ 2. Total Labor, Overhead, and Fixed Payment Total Labor Cost 1,141,568.73$ 3. Direct Expenses 3. Direct Expenses Printing 8.5 x 11 0 pages 0.07$ -$ Printing 8.5 x 11 0 pages 0.07$ -$ Printing 11 x 17 0 pages 0.14$ -$ Printing 11 x 17 0 pages 0.14$ -$ Printing Plans 0 pages 1.00$ -$ Printing Plans 0 pages 1.00$ -$ Reports 0 reports 50.00$ -$ Reports/Spec Books 0 reports 50.00$ -$ Postage/Shipping 0 mailings 15.00$ -$ Postage/Shipping 0 mailings 15.00$ -$ Vehicle Mileage 0 miles 0.66$ -$ Vehicle Mileage 0 miles 0.655$ -$ Rental Car 0 days 75.00$ -$ Rental Car 0 days 75.00$ -$ Lodging 0 nights 109.00$ -$ Lodging 0 nights 109.00$ -$ Meals 0 meals 10.00$ -$ Meals 0 meals 10.00$ -$ Total Expenses -$ Total Expenses -$ 4. Subconsultant Costs 4. Subconsultant Costs < enter name of sub >role:Geotechnical Invest.37,600.00$ < enter name of sub >role:Geotechnical Invest.27,500.00$ < enter name of sub >role:Storm Sewer Video Insp.10,900.00$ < enter name of sub >role:Storm Sewer Video Insp.27,500.00$ < enter name of sub >role:Surveying Expenses 5,000.00$ < enter name of sub >role:< enter role of sub >-$ Total Subconsultant Costs 53,500.00$ Total Subconsultant Costs 55,000.00$ Items 4, 5, plus 6 1,281,267.15$ Items 4, 5, plus 6 1,196,568.73$ 5. Total Project Costs 1,281,267.00$ 5. Total Project Costs 1,196,568.00$ Area of Runway 1/19 63,344 Area of Runway 1/19 63,344 Cost per Area of Runway 1/19 20.23$ Cost per Area of Runway 1/19 18.89$ ROUNDED ROUNDED Fee Summary - Design and Bidding Phase Services Fee Summary - Design and Bidding Phase Services 48 IFE Consultant % Cost % Cost Hours Hours (%)Cost 3.2%4.8%41 26%2,607.00$ 16.6%20.9%64 7%244.00$ 21.2%29.1%747 51%7,785.00$ 25.8%36.8%958 41%13,852.00$ 6.3%5.6%-140 -27%(6,820.00)$ 26.5%0.0%-2,060 -100%(100,940.00)$ 0.4%2.7%232 527%6,608.00$ 0.0%0.0%0 0%-$ 0.0%0.0%0 0%-$ 0.0%0.0%0 0%-$ 0.0%0.0%0 0%-$ 0.0%0.0%0 0%-$ 0.0%0.0%0 0%-$ 0 -158 -2%-$ Direct Salary Cost (76,664.00)$ Total Number of Plan Sheets Average Hours per Plan Sheet In-Direct Salary Cost 1,708.85$ Profit 0%Fixed Fee (11,243.27)$ Effect. Mult.16%Total Salary & OH Cost (74,955.15)$ Total Labor Cost (86,198.42)$ -$ -$ -$ -$ -$ -$ -$ -$ -$ Total Expenses -$ (10,100.00)$ 16,600.00$ (5,000.00)$ Total Subconsultant Costs 1,500.00$ Tota Fee (84,699.00)$ Variance from IFE 0 500 1,000 1,500 2,000 2,500 3,000 3,500 Ho u r s IFE Hours vs. Consultant Hours $1,281,267 $1,196,568 $1,140,000 $1,160,000 $1,180,000 $1,200,000 $1,220,000 $1,240,000 $1,260,000 $1,280,000 $1,300,000 0 0 Co s t IFE Fee vs. Consultant Fee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ity of Ames 42-6004218 WV9ZMFEMMH38 515 Clark Avenue Ames Story IA USA: United States 50010-6122 Mr.Damion Pregitzer Traffic Engineer City of Ames (515) 239-5160 (515) 239-5404 damion.pregitzer@cityofames.org 50 $SSOLFDWLRQIRU)HGHUDO$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, Iowa Reconstruct Runway 01/19 - Phase 1 - Design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³<HV´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r.Damion Pregitzer Traffic Engineer (515) 239-5160 (515) 239-5404 damion.pregitzer@cityofames.org 04/08/2025 52 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. 53 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. 54 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. 55 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 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. 56 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 3,500 1,196,600 $ 1,200,100 1,200,100 $ 1,200,100 1,140,095 60,005 0 $ 1,200,100 57 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 $ 0 60,005 $ 60,005 $ 0 $ 60,005 The following items are incorporated by reference: Exhibit A dated: March 1, 1997 58 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) Reconstruct Runway 01/19 - Phase 1 - Design Ames Municipal Airport This project will provide for the design of the Reconstruction of Runway 01/19 at the Ames Municipal Airport. The proposed project will provide for a reconstructed runway that replaces deteriorated pavement and eliminates the potential for FOD. Detailed drawings and project manual will be developed for the project by Bolton & Menk, Inc. Competitive bids will be solicited through a public bid process. Owner: City of Ames, Iowa Prime Consultant: Bolton & Menk, 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 59 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 Ames Municipal Airport 3-19-0004-034-2025 Reconstruct Runway 01/19 - Phase 1 - Design 60 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. 8th April 2025 City of Ames Damion Pregitzer, P.E., PTOE Traffic Engineer 61 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 Ames Municipal Airport 3-19-0004-034-2025 Reconstruct Runway 01/19 - Phase 1 - Design 62 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: Ames Municipal Airport 2520 Airport Dr, Ames, IA 50010 63 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. 8th April 2025 City of Ames Damion Pregitzer, P.E., PTOE Traffic Engineer 64 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 Ames Municipal Airport 3-19-0004-034-2025 Reconstruct Runway 01/19 - Phase 1 - Design 65 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 66 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. 8th April 2025 City of Ames Damion Pregitzer, P.E., PTOE Traffic Engineer 67 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 Ames Municipal Airport 3-19-0004-034-2025 Reconstruct Runway 01/19 - Phase 1 - Design 68 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 69 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. 8th April 2025 City of Ames Damion Pregitzer, P.E., PTOE Traffic Engineer 70