HomeMy WebLinkAbout _ 9.11(c)--Award Bid RDD Runway 16-34 & Taxiway Connectors Rehabilitation & MAGVAR ImprovementsC IT Y OF
REMDINO�"
AN CITY OF REDDING
REPORT TO THE CITY COUNCIL
MEETING DATE: May 6, 2025
FROM: Michael Webb, Public Works
ITEM NO. 9.11(c)
Director
***APPROVED
BY***
6
c*'orksMirectcr i2t2Am
ry 1pis n, Ci are e 4/30/202
mwebb@cityofredding.org
btippin@cityofredding.org
SUBJECT: 9.1l(c)--Award Bid Negotiation No. 5451 Redding Regional Airport Runway 16-
34 and Taxiway Connectors Rehabilitation and MAGVAR Improvements
Recommendation
Authorize and approve the following regarding Bid Negotiation No. 5451 (Job No. 9944-33),
Redding Regional Airport Runway 16-34 and Taxiway Connectors Rehabilitation and
MAGVAR Improvements Project (Project):
(1) Award the Project to Redding Airport Constructors in the amount of $20,111,190 for the
Base Bid, and an additional $7,666,587 for Additive Alternate 1 for a total amount of
$27,777,777;
(2) Authorize the City Manager, or designee, to approve, execute, and appropriate funds for
amendments up to 15 percent of the final Federal Aviation Administration Airport
Improvement Program grant for contract change orders or other eligible contract
modifications;
(3) Approve $270,000 for the cost of City administration and $1,717,000 in construction
administration and inspection fees for Mead & Hunt Inc. for a total amount of
$1,987,000;
(4) Approve $1,573,336 for project development fees;
(5) Authorize City Manager, or designee, to sign and execute an Authorization of Services
(tentatively numbered 25-06) in the amount of $1,717,000 for the purpose of
Construction Administration Services for the Project with Mead & Hunt Inc. (C-8976);
and
(6) Find that the Project is categorically exempt from environmental review under the
California Environmental Quality Act, pursuant to Section 15301, Existing Facilities;
Section 15302, Replacement or Reconstruction; and Section 15303, New Construction or
Conversion of Small Structures.
Fiscal Impact
The Redding Regional Airport (RDD) Runway 16-34 and Taxiway Connectors Rehabilitation
and MAGVAR Improvements Project (Project) is funded by federal transportation capital
improvement grants under the Federal Aviation Administration (FAA) Airport Improvement
Report to Redding City Council April 30, 2025
Re: 9.11(c)--Award Bid RDD Runway 16-34 & Taxiway Connectors Rehabilitation & MAGVAR
Improvements Page 2
Program at a rate of ninety-five percent with the remaining five percent City match funds coming
from revenues generated by the RDD Passenger Facility Charge (PFC) program. On October 1,
2024 City Council (Council) authorized the City Manager to appropriate all grants funds
received to the City of Redding's Airport Funds for this project - authorized funding includes
$29,938,491 in various FAA grant funds and $1,665,008 in City match funds for a total amount
of $31,603,499.
Cost Summary Table
Item
Estimated
Project Development Costs
$1,573,336
Construction Contract
$27,777,777
Contract Administration, Inspection, Testing
$1,987,000
Total Project Costs
$31,338,113
Project Budget
$31,603,499
Alternative Action
The Council may choose not to authorize award of the bid for the project and provide staff with
alternate direction. If Council chooses not to award the project, the City would lose a fairly -
priced bid from a local contractor; risk increasing project costs due to escalation in materials and
labor pricing; and likely, if the project were to be rebid, it would delay critical runway
improvements included in this project to late 2026 or even 2027. In addition, the City may
potentially lose out on the FAA $30 million grant funding for the project by disrupting an
established timeline in which final bids are needed in order to submit a grant application.
Background/Analysis
The City is responsible for maintaining runways, taxiways, and other paved surfaces at RDD in
sufficient condition to meet federal regulations and airport certification requirements while
facilitating safe use of the airport. The proposed project will extend the useful life of aeronautical
infrastructure at RDD by rehabilitating the runway pavement; reconstructing taxiway connectors
and blast -pads; replacing high intensity runway lighting (HIRL); addressing magnetic variance
on Runway 16-34; and updating airfield signage to meet the latest FAA standards. This project is
crucial for airfield operations as the most recent runway rehabilitation at RDD took place in
2001. Furthermore, replacement of HIRLs at RDD will increase the safety and efficiency of
night-time and low -visibility operations.
The City's Airports Division intended to originally complete the project in October of 2024 with
grant funding anticipated in Federal Fiscal Year (FFY) 2024. Ultimately, the FAA could not
award an FFY 2024 grant for the requested amount at the time because of an FAA administrative
error coupled with funding limitations resulting from the federal budget process including the
repeated use of continuing resolutions which held in place previous funding levels. Due to the
FAA's inability to fund this project in FFY 2024, the City postponed the project into calendar
year 2025 with the intention of requesting an FFY 2025 grant from the FAA. At this time,
funding is awaiting disbursement into the FAA system - the FAA San Francisco Airport District
Office has indicated that this project is a top priority for FFY 2025.
Attached is a tabulation of bids opened on March 5, 2024. The low bid amount of $27,777,777,
comprised of a Base Bid and Bid Alternative 1 of $20,111,190 and $7,666,587, respectively, was
received from Redding Airport Constructors, a Joint Venture of J.F. Shea Construction, Inc. of
Report to Redding City Council April 30, 2025
Re: 9.11(c)--Award Bid RDD Runway 16-34 & Taxiway Connectors Rehabilitation & MAGVAR
Improvements Page 3
Redding, California, and DeSilva Gates Construction LLC of Dublin, California. The contractor
has agreed to honor this bid so long as a notice to proceed is issued by June 5, 2025. The
engineer's estimate for the Base Bid was $16,361,895 and $7,670,140 for Bid Alternative 1 for a
total of amount of $24,032,035. Total project development costs are estimated to be $1,573,336.
Project development costs include engineering, surveying, environmental, and consultant
services.
The City has already selected Mead & Hunt Inc. for construction management and inspection
(CM) services due to their expertise in airport construction and regulations per the consulting and
professional services agreement (C-8976) executed on July 23, 2021 and attached to this report.
For AIP projects, the FAA requires the airport sponsors to competitively select from among
qualified consultants for various categories of AIP-related work including construction
management. As the selected qualified consultant, Mead & Hunt, Inc. has already been
contracted for engineering design and construction management for other phases of the project
including the Preliminary Design Concept Study, Design Phase 2, and Procurement. Under the
existing consulting and professional services agreement (C-8976) a new Authorization of Service
in an amount not to exceed $1,717,000 would be issued to Mead & Hunt, Inc. for construction
management on the upcoming project phase.
The project includes the installation of storm drain pipe, cold milling the existing asphalt,
repairing cracks after cold milling, paving multiple courses and grade transitions on runway
shoulders, constructing runway grooving, constructing a blast pad, application of pavement
markings, and installation of signage and runway lighting.
Project Risks
While the FAA continues to reassure staff that the project at RDD is the number one priority for
funding at the district office and regional level, the FAA is unable to make any guarantees of
funding prior to announcing grant awards. Based on the level of communications and
reassurances made as to the priority of the project, staff is confident that this project will receive
an award by July 2025.
In order to meet the target construction period in late September and early October, the City
needs to award the project to RAC no later than June 6, 2025 - otherwise, the received bids may
expire as RAC has agreed to hold the bids to this respective date. By awarding the project prior
to June 6, 2025, the City will be awarding the project without receiving an FFY 2025 FAA AIP
grant which staff anticipates receiving before July 2025.
Conversely, if the FAA does not award the FFY 2025 FAA AIP grant to the City, staff have
conservatively identified approximately $2,000,000 in potential contract payments that could
likely be due to the contractor in the event that the City is forced to terminate the contract as a
result of not receiving the grant. Some of the potential contract payments likely due to the
contractor would be eligible for reimbursement by the FAA through grants already issued, RDD
FAA entitlement funds or, potentially, RDD passenger fare charge (PFC) funds in the amount of
approximately $3.6 million.
As a side note, the reimbursement eligibility of any contract payments is dependent on the
completion of measurable units of work - as decided by the FAA. Funding for any potential
required contract payments determined by the FAA to be ineligible for reimbursement would
Report to Redding City Council April 30, 2025
Re: 9.11(c)--Award Bid RDD Runway 16-34 & Taxiway Connectors Rehabilitation & MAGVAR
Improvements Page 4
need to be provided by other funding sources within the City. In the unlikely event of contract
termination, staff will present to Council the amounts owed to the contractor with the
recommended sources of funding as described above. Additionally, any RDD FAA entitlement
or RDD PFC funding utilized for reimbursement in the event of contract termination will likely
create a funding need for the project in the future.
Environmental Review
Staff has determined that the project is categorically exempt from environmental review under
the California Environmental Quality Act, pursuant to Section 15301. Existing Facilities, Section
15302. Replacement or Reconstruction, and Section 15303. New Construction or Conversion of
Small Structures. Class 1 exemptions include the minor alteration of existing public structures
and facilities. Class 2 exemptions consists of replacement or reconstruction where the new
structure will be located on the same site and will have substantially the same purpose and
capacity. Class 3 exemptions consist of construction and location of new small facilities and
equipment, or conversion of existing structures. The existing airport facilities will be
rehabilitated and improved to better serve the public. The project will be located within the
existing airport facility and the project will result in a negligible expansion of use, as the project
does not increase airport capacity. The action area has been reviewed and it does not have
significant values for wildlife habitat or other environmental resources. The project has no
potential to have a significant effect on the environment.
On February 21, 2024 the FAA determined that the project is categorically excluded from
environmental review under the National Environmental Policy Act, pursuant to FAA Order
1050.117
Council Priority/City Manager Goals
• Government of the 211t Century — `Be relevant and proactive to the opportunities and
challenges of today's residents and workforce. Anticipate the future to make better
decisions today."
Attachments
^Bid Tab
^Location Map
NOE RDD Runway 16-34 Rehab & MAGVAR Imp
NEPA FAA Redding RDD Rwy 16-34 Phase 2 Improvements_ltr_2-21-2024
C-8976 - Agreement - 2021 - Mead & Hunt, Inc
Previous Staff Report
BID TABULATION FOR:
Redding Regional Airport Runway 16-34 & Taxiway Connector Rehabilitation & MAGVAR Improvements
Bid Schedule No.: 5451
9944-33
ENGINEER'S EST
Redding Air ort Constructors
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
ITEM
DESCRIPTION
UNIT
CITY
Airfield Safety and Traffic
1
Control
LS
1
$465,000.00
$465,000.00
$2,150,000.00
$2,150,000.00
Construction Staking and
2
Survey Layout
LS
1
$200,000.00
$200,000.00
$200,000.00
$200,000.00
Temporary Haul Route
3
Improvements
LS
1
$20,000.00
$20,000.00
$125,000.00
$125,000.00
Airport Access and Haul Route
4
Repair
CY
400
$65.00
$26,000.00
$100.00
$40,000.00
Contractor Quality Control
5
Program (CQCP)
LS
1
$335,000.00
$335,000.00
$1,175,000.00
$1,175,000.00
Prepare Storm Water Pollution
6
Prevention Plan (SWPPP)
LS
1
$20,000.00
$20,000.00
$5,000.00
$5,000.00
Implement Storm Water
Pollution Pollution Prevention
7
Plan (SWPPP)
LS
1
$75,000.00
$75,000.00
$175,000.00
$175,000.00
8
Mobilization
LS
1
$1,479,000.00
$1,479,000.00
$2,000,000.00
$2,000,000.00
9
Engineer/RPR Field Office
LS
1
$80,000.00
$80,000.00
$200,000.00
$200,000.00
Install Runway Threshold
10
Survey Monument
EA
2
$3,500.00
$7,000.00
$20,000.00
$40,000.00
Remove and Salvage Runway /
Taxiway Light Fixture, and
11
Transformer
EA
73
$500.00
$36,500.00
$700.00
$51,100.00
Remove Runway Light Base
Can and Transformer, Salvage
12
Light Fixture
EA
16
$780.00
$12,480.00
$800.00
$12,800.00
13
Asphalt Pavement Removal
SY
10110
$9.50
$96,045.00
$10.00
$101,100.00
Cold Milling, 4-inch Depth and
14
Stockpile On -site
SY
119330
$8.00
$954,640.00
$11.00
$1,312,630.00
Cold Milling, 2-inch Depth and
15
Stockpile On -site
SY
13680
$7.00
$95,760.00
$5.00
$68,400.00
Cold Milling, Variable Depth
16
Transition and Stockpile On -site
SY
22090
$11.00
$242,990.00
$1.00
$22,090.00
17
Crack Repair
LF
30000
$2.50
$75,000.00
$2.00
$60,000.00
18
Daily Crack Repair Mobilization
EA
35
$4,000,00
$140,000.00
$2,000.00
$70,000.00
19
Asphalt Pavement Repair
CY
1400
$60.00
$84,000.00
$150.00
$210,000.00
Unclassified Excavation and
20
Stockpile On -Site"
CY
1 2040
$85.00
$173,400.00
$125.00
$255,000.00
90MUM
BID TABULATION FOR:
Redding Regional Airport Runway 16-34 & Taxiway Connector Rehabilitation & MAGVAR Improvements
Bid Schedule No.: 5451
9944-33
ENGINEER'S EST
Redding Air ort Constructors
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
ITEM
DESCRIPTION
UNIT
CITY
21
Subgrade Preparation
SY
13480
$4.50
$60,660.00
$1.00
$13,480.00
22
RSA Grading
SY
1170
$12.00
$14,040.00
$10.00
$11,700.00
23
Cement Treated Subgrade, 16-
inch Depth
SY
10110
$22.00
$222,420.00
$25.00
$2521750.00
24
In -Place Drying of Subgrade
SY
2530
$8.00
$20,240.00
$2.00
$5,060.00
25
Excavation of Unsuitable
Subgrade
CY
680
$65.00
$44,200.00
$100.00
$68,000.00
26
Multi -axial Geogrid
SY
2030
$5.00
$10,150.00
$15.00
$30,450.00
27
Recycled Base
CY
1140
$85.00
$96,900.00
$150.00
$171,000.00
28
Crushed Aggregate Base
Course
CY
2710
$90.00
$243,900.00
$175.00
$474,250.00
29
Asphalt Surface Course
TON
34640
$185.00
$6,408,400.00
$175.00
$6,062,000.00
30
Asphalt Mixture Leveling Course
TON
12750
$175,00
$2,231,250.00
$175.00
$2,231,250.00
31
Asphalt Mixture Leveling Course
for Asphalt Pavement Repair
TON
3650
$195.00
$711,750.00
$175.00
$638,750.00
32
Emulsified Asphalt Tack Coat
TON
122
$1,200.00
$146,400.00
$2,000.00
$244,000.00
33
Marking, Initial Application,
White with Reflective Media
SF
92300
$1.30
$119,990.00
$1.50
$138,450.00
34
Marking, Final Application,
White with Reflective Media
SF
92300
$1.00
$92,300.00
$1.00
$92,300.00
35
Marking, Initial Application,
White without Reflective Media
SF
52000
$1.00
$52,000.00
$0.75
$39,000.00
36
Marking, Final Application,
White without Reflective Media
SF
52000
$0.85
$44,200.00
$0.75
$39,000.00
37
Marking, Initial Application,
Yellow with Reflective Media
SF
8000
$1.30
$10,400.00
$2.50
$20,000.00
38
Marking, Final Application,
Yellow with Reflective Media
SF
8000
$1.00
$8,000.00
$2.25
$18,000.00
39
Marking, Initial Application,
Yellow without Reflective Media
SF
6500
$1.00
$6,500.00
$1.50
$9,750.00
40
Marking, Final Application,
Yellow without Reflective Media
SF
6500
$0.85
$5,525.00
$1.00
$6,500.00
41
Marking, Single Application,
Yellow with Reflective Media
SF
4800
$1.00
$4,800.00
$4.00
$19,200.00
Page 2 of 9
BID TABULATION FOR:
Redding Regional Airport Runway 16-34 & Taxiway Connector Rehabilitation & MAGVAR Improvements
Bid Schedule No.: 5451
9944-33
ENGINEER'S EST
Redding Air ort Constructors
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
ITEM
DESCRIPTION
UNIT
CITY
Marking, Single Application,
42
Yellow without Reflective Media
SF
4300
$0.85
$3,655.00
$1.50
$6,450.00
Marking, Single Application,
43
Black
SF
79300
$0.85
$67,405.00
$1.00
$79,300.00
Surface Painted Signs, Initial
Application with Reflective
44
Media
SF
3630
$8.50
$30,855.00
$10.00
$36,300.00
Surface Painted Signs, Final
Application with Reflective
45
Media
SF
3630
$8.50
$30,855.00
$6.00
$21,780.00
Storm Drain Pipe, 12-inch, RCP
46
Class III
LF
240
$210.00
$50,400.00
$400.00
$96,000.00
Removal of Foreign
47
Substances/contaminates
SF
43300
$3.00
$129,900.00
$1.00
$43,300.00
48
Grooving
SY
100900
$4.50
$454,050.00
$4.00
$403,600.00
49
Seeding
ACRE
10
$10,500.00
$105,000.00
$6,000.00
$60,000.00
Remove Miscellaneous Airfield
50
Electrical Components
LS
1
$12,000.00
$12,000.00
$50,000.00
$50,000.00
No. 8 AWG, 5 kV, L-824, Type
C Cable, Installed in Duct Bank
51
or Conduit
LF
580
$3.00
$1,740.00
$5.00
$2,900.00
Concrete Encased, Electrical
Conduit, 1-Way 2-Inch Sch 40
PVC,
52
Type 1 Trench
LF
370
$100,00
$37,000.00
$60.00
$22,200.00
No. 6 AWG, Solid, Bare
Counterpoise Wire, Installed in
Trench Above Duct Bank or
Conduit, Including Ground Rods
53
and Ground Connectors
LF
370
$3.50
$1,295.00
$5.00
$1,850.00
Encase Existing FAA Conduit
54
with Concrete
LF
70
$90.00
$6,300.00
$300.00
$21,000.00
Airfield Sign Legend
55
Replacement
EA
26
$1,000.00
$26,000.00
$2,500.00
$65,000.00
Page 3 of 9
BID TABULATION FOR:
Redding Regional Airport Runway 16-34 & Taxiway Connector Rehabilitation & MAGVAR Improvements
Bid Schedule No.: 5451
9944-33
ENGINEER'S EST
Redding Air ort Constructors
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
ITEM
DESCRIPTION
UNIT
CITY
Install Salvaged Elevated
Runway Edge Light Fixture and
Transformer on Existing Can,
56
without elevation adjustment
EA
10
$350.00
$3,500.00
$1,000.00
$10,000.00
Install Salvaged Elevated
Runway Edge Light Fixture and
Transformer on Existing Can,
57
with elevation adjustment
EA
55
$1,600.00
$88,000.00
$2,800.00
$154,000.00
Install Salvaged In -pavement
Runway Edge Light Fixture and
Transformed on Existing Can,
58
with elevation adjustment
EA
8
$2,600.00
$20,800.00
$3,000.00
$24,000.00
Install Salvaged Elevated
Runway Light Fixture and
59
Transformer on New Can
EA
16
$2,600.00
$41,600.00
$4,000.00
$64,000.00
Existing Electrical Junction
60
Structure Elevation Adjustment
EA
9
$7,800,00
$70,200.00
$9,000.00
$81,000.00
Existing Electrical Junction Can
61
Elevation Adjustment
EA
2
$2,500.00
$5,000.00
$3,000.00
$6,000.00
Install L-853 Retroreflective
62
Marker, Complete
EA
9
$500,00
$4,500.00
$500.00
$4,500.00
TOTAL BASE BID
$16,361,895.00
$20,111,190.00
Additive Alternate 1
Contractor Quality Control
1
Program (CQCP)
LS
1
$26,000.00
$26,000.00
$194,506.00
$194,506.00
Airfield Safety and Traffic
2
Control
LS
1
$16,000.00
$16,000.00
$200,000.00
$200,000.00
Construction Staking and
3
Survey Layout
LS
1
$15,000.00
$15,000.00
$50,000.00
$50,000.00
4
1 Mobilization
LS
1
$792,000.00
$792,000.00
$760,000.00
$760,000.00
Implement Storm Water
Pollution Pollution Prevention
5
Plan (SWPPP)
LS
1
$55,000.00
$55,000.00
$100,000.00
$100,000.00
Remove Airfield Light Fixture
6
and Base Can, Complete
EA
88
$1,000.00
$88,000.00
$600.00
$52,800.00
Page 4 of 9
BID TABULATION FOR:
Redding Regional Airport Runway 16-34 & Taxiway Connector Rehabilitation & MAGVAR Improvements
Bid Schedule No.: 5451
9944-33
ENGINEER'S EST
Redding Air ort Constructors
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
ITEM
DESCRIPTION
UNIT
CITY
Remove Runway Light Base
Can and Transformer, Salvage
7
Light Fixture
EA
1
$780.00
$780.00
$1,000.00
$1,000.00
Remove Taxiway Light Base
Can and Transformer, Salvage
8
Light Fixture
EA
2
$780.00
$1,560.00
$1,000.00
$2,000.00
Underground Utility Investigation
9
and Potholing
HR
52
$670.00
$34,840.00
$1,000.00
$52,000.00
10
Remove Existing Junction Can
EA
6
$850.00
$5,100.00
$500.00
$3,000.00
Remove Existing Junction
11
IStructure
EA
16
$3,100.00
$49,600.00
$1,000.00
$16,000.00
Remove Existing Airfield
Guidance Sign and Protect PCC
12
Pad, Complete
EA
17
$1,200.00
$20,400.00
$500.00
$8,500.00
Remove Existing Airfield
Guidance Sign and PCC Pad,
13
Complete
EA
29
$5,700.00
$165,300.00
$1,500.00
$43,500.00
14
Asphalt Pavement Removal
SY
35730
$9.50
$339,435.00
$11.00
$393,030.00
Unclassified Excavation and
15
Stockpile On -Site
CY
1400
$85.00
$119,000.00
$125.00
$175,000.00
16
Subgrade Preparation
SY
42100
$4.50
$189,450.00
$1.00
$42,100.00
17
RSA Grading
SY
6690
$12.00
$80,280.00
$10.00
$66,900.00
Cement Treated Subgrade, 16-
18
inch Depth
SY
42100
$22.00
$926,200.00
$25.00
$1,052,500.00
Crushed Aggregate Base
19
Course
CY
7480
$90.00
$673,200.00
$175.00
$1,309,000.00
20
Asphalt Surface Course
TON
8980
$185.00
$1,661,300.00
$175.00
$1,571,500.00
21
1 Emulsified Asphalt Tack Coat
TON
5
$1,200.00
$6,000.00
$2,000.00
$10,000.00
Asphalt Surface Treatment, P-
22
608
SY
840
$30.00
$25,200.00
$50.00
$42,000.00
Marking, Initial Application,
23
Yellow with Reflective Media
SF
4300
$1.30
$5,590.00
$8.00
$34,400.00
Marking, Final Application,
24
Yellow with Reflective Media
SF
4300
$1.00
$4,300.00
$4.00
$17,200.00
25
Seeding
ACRE
1.4
$10,500.00
$14,700.00
$6,000.00
$8,400.00
Remove Miscellaneous Airfield
26
Electrical Components
LS
1
$150,000.00
$150,000.00
$240,591.00
$240,591.00
90MEM
BID TABULATION FOR:
Redding Regional Airport Runway 16-34 & Taxiway Connector Rehabilitation & MAGVAR Improvements
Bid Schedule No.: 5451
9944-33
ENGINEER'S EST
Redding Air ort Constructors
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
ITEM
DESCRIPTION
UNIT
CITY
No. 8 AWG, 5 kV, L-824, Type
C Cable, Installed in Duct Bank
27
or Conduit
LF
28800
$3.00
$86,400.00
$4.00
$115,200.00
No. 6 AWG, Solid, Bare
Counterpoise Wire, Installed in
Trench Above Duct Bank or
Conduit, Including Ground Rods
28
and Ground Connectors
LF
20300
$3.50
$71,050.00
$2.00
$40,600.00
Non -Encased Electrical Duct
Bank, 1-Way 2-Inch Sch 40
29
PVC
LF
3660
$30.00
$109,800.00
$25.00
$91,500.00
Concrete -Encased Electrical
Duct Bank, 4-Way 4-Inch Sch
30
40 PVC
LF
240
$80.00
$19,200.00
$120.00
$28,800.00
Concrete -Encased Electrical
Duct Bank, 6-Way 4-Inch Sch
31
40 PVC
LF
510
$100.00
$51,000.00
$150.00
$76,500.00
Concrete -Encased Electrical
Duct Bank, 1-Way 2-Inch Sch
32
40 PVC, Type 1 Trench
LF
12880
$42.00
$540,960.00
$35.00
$450,800.00
Concrete -Encased Electrical
Duct Bank, 1-Way 2-Inch Sch
33
40 PVC, Type 2 Trench
LF
660
$210.00
$138,600.00
$35.00
$23,100.00
Concrete -Encased Electrical
Duct Bank, 2-Way 2-Inch Sch
34
40 PVC, Type 1 Trench
LF
1150
$52.00
$59,800.00
$52.00
$59,800.00
Concrete -Encased Electrical
Duct Bank, 8-Way 4-Inch Sch
35
40 PVC, Type 1 Trench
LF
200
$300.00
$60,000.00
$325.00
$65,000.00
Directional Bore Electrical Duct
36
Bank, 2-Way 4-Inch HDPE
LF
980
$100.00
$98,000.00
$175.00
$171,500.00
Directional Bore Electrical Duct
37
Bank, 4-Way 4-Inch HDPE
LF
120
$210.00
$25,200.00
$425.00
$51,000.00
Electrical Junction Can, L-868,
38
Type C
EA
15
$10,500.00
$157,500.00
$2,200.00
$33,000.00
0 • • •
BID TABULATION FOR:
Redding Regional Airport Runway 16-34 & Taxiway Connector Rehabilitation & MAGVAR Improvements
Bid Schedule No.: 5451
9944-33
ENGINEER'S EST
Redding Air ort Constructors
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
ITEM
DESCRIPTION
UNIT
CITY
Electrical Junction Structure,
Aircraft Rated with Spring
39
Assisted Cover, Size 2, 2'x3'x3'
EA
16
$36,000.00
$576,000.00
$17,000.00
$272,000.00
Install L-862(L) High Intensity
LED Elevated Runway Edge
40
Light, Complete
EA
64
$3,000.00
$192,000.00
$3,500.00
$224,000.00
Install L-862E(L) High Intensity
LED Elevated Runway
41
Threshold Light, Complete
EA
16
$3,600.00
$57,600.00
$4,000.00
$64,000.00
Install L-850C(L) High Intensity
LED In -pavement Runway Edge
42
Light, Complete
EA
6
$3,300.00
$19,800.00
$5,000.00
$30,000.00
Install Salvaged Elevated
Runway Light Fixture and
43
Transformer on New Can
EA
1
$2,100.00
$2,100.00
$3,000.00
$3,000.00
Install Salvaged Elevated
Taxiway Light Fixture and
44
Transformer on New Can
EA
2
$2,000.00
$4,000.00
$2,800.00
$5,600.00
Airfield Sign Legend
Replacement with New
45
Transformer
EA
25
$1,200.00
$30,000.00
$2,200.00
$55,000.00
Install L-858 Airfield Guidance
Sign LED, 1 Module, Size 2 on
46
Existing PCC Pad, Complete
EA
5
$4,100.00
$20,500.00
$3,000.00
$15,000.00
Install L-858 Airfield Guidance
Sign LED, 2 Module, Size 2 on
47
Existing PCC Pad, Complete
EA
6
$5,700.00
$34,200.00
$4,000.00
$24,000.00
Install L-858 Airfield Guidance
Sign LED, 3 Module, Size 2 on
48
Existing PCC Pad, Complete
EA
3
$6,700.00
$20,100.00
$5,000.00
$15,000.00
Install L-858 Airfield Guidance
Sign LED, 4 Module, Size 2 on
49
Existing PCC Pad, Complete
EA
2
$9,800.00
$19,600.00
$6,000.00
$12,000.00
Install L-858 Airfield Guidance
Sign LED, 1 Module, Size 2 on
50
New PCC Pad
EA
5
$15,500.00
$77,500.00
$7,000.00
$35,000.00
0 • •
BID TABULATION FOR:
Redding Regional Airport Runway 16-34 & Taxiway Connector Rehabilitation & MAGVAR Improvements
Bid Schedule No.: 5451
9944-33
ENGINEER'S EST
Redding Air ort Constructors
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
ITEM
DESCRIPTION
UNIT
CITY
Install L-858 Airfield Guidance
Sign LED, 2 Module, Size 2 on
51
New PCC Pad
EA
9
$18,500.00
$166,500.00
$7,500.00
$67,500.00
Install L-858 Airfield Guidance
Sign LED, 3 Module, Size 2 on
52
New PCC Pad
EA
12
$21,500.00
$258,000.00
$10,000.00
$120,000.00
Install L-858 Airfield Guidance
Sign LED, RDR, Size 4 on New
53
PCC Pad
EA
7
$35,000.00
$245,000.00
$8,000.00
$56,000.00
Install New Windcone
54
Transformer
EA
2
$1,500.00
$3,000.00
$500.00
$1,000.00
Airfield Electrical Vault
55
Equipment Improvements
LS
1
$100,000.00
$100,000.00
$52,000.00
$52,000.00
Cold Milling, Variable Depth
56
Transition and Stockpile On -site
SY
-20190
$11.00
($222,090.00)
$1.00
($20,190.00)
57
Asphalt Mixture Leveling Course
TON
-2600
$175.00
($455,000.00)
$175.00
($455,000.00)
Remove Miscellaneous Airfield
58
Electrical Components
LS
-1
$12,000.00
($12,000.00)
$50,000.00
($50,000.00)
Marking, Single Application,
59
Yellow with Reflective Media
SF
-4300
$1.00
($4,300.00)
$4.00
($17,200.00)
No. 8 AWG, 5 kV, L-824, Type
C Cable, Installed in Duct Bank
60
or Conduit
LF
-580
$3.00
($1,740.00)
$5.00
($2,900.00)
Concrete Encased, Electrical
Conduit, 1-Way 2-Inch Sch 40
PVC,
61
Type 1 Trench
LF
-370
$100.00
($37,000.00)
$60.00
($22,200.00)
No. 6 AWG, Solid, Bare
Counterpoise Wire, Installed in
Trench Above Duct Bank or
Conduit, Including Ground Rods
62
and Ground Connectors
LF
-370
$3.50
($1,295.00)
$5.00
($1,850.00)
Existing Electrical Junction
63
Structure Elevation Adjustment
EA
-9
$7,800.00
($70,200.00)
$9,000.00
($81,000.00)
0 I • •
BID TABULATION FOR:
Redding Regional Airport Runway 16-34 & Taxiway Connector Rehabilitation & MAGVAR Improvements
Bid Schedule No.: 5451
9944-33
ENGINEER'S EST
Redding Air ort Constructors
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
ITEM
DESCRIPTION
UNIT
CITY
Existing Electrical Junction Can
64
Elevation Adjustment
EA
-2
$2,500.00
($5,000.00)
$3,000.00
($6,000.00)
Airfield Sign Legend
65
Replacement
EA
-26
$1,000.00
($26,000.00)
$2,500.00
($65,000.00)
Remove and Salvage Runway /
Taxiway Light Fixture, and
66
Transformer
EA
-73
$500.00
($36,500.00)
$700.00
($51,100.00)
Remove Runway Tight Base
Can and Transformer, Salvage
67
Light Fixture
EA
-16
$780.00
($12,480.00)
$800.00
($12,800.00)
Install Salvaged Elevated
Runway Edge Light Fixture and
Transformer on Existing Can,
68
without elevation adjustment
EA
-10
$350.00
($3,500.00)
$1,000.00
($10,000.00
Install Salvaged Elevated
Runway Edge Light Fixture and
Transformer on Existing Can,
69
with elevation adjustment
EA
-55
$1,600.00
($88,000.00)
$2,800.00
($154,000.00)
Install Salvaged In -pavement
Runway Edge Light Fixture and
Transformed on Existing Can,
70
with elevation adjustment
EA
-8
$2,600.00
($20,800.00)
$3,000.00
($24,000.00)
Install Salvaged Elevated
Runway Threshold Light Fixture
71
and Transformer on New Can
EA
-16
$2,600.00
($41,600.00)
$4,000.00
($64,000.00)
TOTAL BID ALTERNATE 1
$7,670,140.00
$7,666,587.00
TOTAL BASE BID PLUS
ADDITIVE ALTERNATE
$24,032,035.00
$27,777,777.00
0 • • •
9
T
)N
AL
VICINITY MAP
NO SCALE
CITY OF REDDING REDDING REGIONAL AIRPORT
RUNWAY 16-34 AND TAXIWAY
CONNECTORS REHABILITATION AND
PUBLIC WORKS
DEPARTMENT MAGVAR IMPROVEMENTS
ZIA, LOCATION MAP
NOTICE OFEXEMPTION
TO: nx Office of Planning and Research
1400 Tenth Street, Room 121
Sacramento, CA 95814
nx Shasta County Clerk
County of Shasta
P.O. Box 990880, 1643 Market Street
Redding, CA 96099-0880
FROM: City of Redding
Public Works Department
777 Cypress Avenue
Redding, CA 96001
Project Title: Redding Regional Airport Runway 16-34 and MAGVAR Improvements Project
Project Location — Specific: 6751 Woodrum Circle
Project Location — City: Redding_Project Location — County: Shasta
Description of Project: The City of Redding (City) will conduct an airport rehabilitation and improvement project a
reconstruction; replacement of runway 16-34 electrical, and replacement of airfield signage.
Name of Public Agency Approving Project: City of Redding
Name of Person or Agency Carrying Out Project: Ken Griggs, Assistant Airports Manager
Exempt Status: (check one)
0 Ministerial [Section 21080(b)(1); 15268]
0 Declared Emergency [Section 21080(b)(3); 15269(a)]
0 Emergency Project [Section 21080(b)(4); 15269(b)]
0 Statutory Exemptions. State code number:
0 Common Sense Exemption (This project does not fall within an exempt class, but it can be seen with certainty that there is
no possibility that the activity may have a significant effect on the environment (14 CCR 1506 l[b][3]).
19 Categorical Exemption. State type and section number: Section 15301. Existing Facilities, Section 15302.
Replacement or Reconstruction, and Section 15303. New Construction or Conversion of Small Structures.
0 No exceptions apply that would bar the use of a categorical exemption (PRD 21084 and 14 CCR 15300.2)
Reasons why project is exempt: Class I exemptions include the minor alteration of existing_public structures and
facilities. Class 2 exemptions consists of replacement or reconstruction where the new structure will be located on the
same site and will have substantially the same purpose and capacity. Class 3 exemptions consist of construction and
location of new small facilities and equipment, or conversion of existing structures. The existing airport facilities will be
rehabilitated and improved to better serve the public. The project will be located within the existing airport and the
project will result in a negligible expansion of use, as the project does not increase air traffic capacity. The action area
has been reviewed and it does not have significant values for wildlife habitat or other environmental resources. The
project has no potential to have a significant effect on the environment,
Lead Agency Contact Person: Amber Kelley Telephone: 530.225.4046
If Filed by Applicant:
1. Attach certified document of exemption finding.
2. Has a notice of exemption been filed by the public agency approving the project? D Yes D NO
Signature: Date:
Title: Environmental Compliance ager
Fx-1 Signed by Lead Agency Date received for filing at OPR:
0 Signed by Applicant
CEQA NOS rc-N,. 6/210221
Q_
U.S. Department Western -Pacific Region 12999 Oak Rd, Suite 200
of Transportation San Francisco Airports District Office Walnut Creek, CA 94597
Federal Aviation
Administration
February 21, 2024
Redding Municipal Airport
Kenneth Griggs, Assistant Airport Manager
6751 Woodrum Circle, Ste. 200
Redding, CA 96002
Subject: Proposed Project Categorical Exclusion at Redding Municipal Airport
Dear Mr. Griggs:
The Federal Aviation Administration (FAA) has reviewed the environmental
information you submitted for the Runway 16-34 Phase 2 Improvements Project at the
Redding Municipal Airport (RDD), Redding, California. The enclosed figure highlights
the area of the proposed project. The FAA has determined the proposed project is
Categorically Excluded pursuant to FAA Order 1050.1F as it relates to the National
Environmental Policy Act of 1969, as amended (NEPA). Therefore, no further federal
environmental disclosure documentation for the project components is necessary for
NEPA purposes.
This letter notifies you that the proposed project has complied with NEPA only. This is
not a notice of final project approval of funding availability.
If you have any questions regarding this matter, I am available at 925-546-6441, or by
email at Christopher.D.Jones@faa.gov.
Sincerely,
Christopher D. Jones, Ph.D.
Environmental Protection Specialist
Enclosure
CITY of REEDING
777 CYPRESS AVENUE., REDDING, CA 96001
P.O. Box 49607 1, REDDING, CA 96049-607 1
PAMELA MIZE CITY CLERK
SHARLENE TIPTON, ASSISTANT CITY CLERK
530.225.4447
530.225.4463 FAX
Mead & Hunt, ,, Is 'N
Attn: Jeff Leo�' , ProjectManager
1360 19" Hol,rive, suite 200
Windsor, CA ��}92
x
SUBJECT: C t tina an, dtProfe!
Dear Mr. Leonard,
Enclosed please find the full `' {,xecutl
Professional Services Contract �}I nd b
the purpose of providing design dt'l
consulting services for the City of Reddt`i
The Redding City Council approved this
If you have any questions regarding this'
Office of the City Clerk at (530) 225-404
Enclosure
cc: Meyer
Grannis
July 23, 2021
Contract, C-8976
of the above referenced Consulting and
.e Cij''Redding and Mead & Hunt Inc., for
ttig se�i##�}struction management and other
port�hi"sion.
tt at its regular �eetmg, on July 20, 2021.
t ift if
as,nce, please contact the
tt1 t
Joan Twomey
Executive Assistant
CITY OF REDDING
CONSULTING AND PROFESSIONAL SERVICES CONTRACT
THIS CONTRACT is made at Redding, California, by and between the City of Redding
("City"), a municipal corporation, and Mead & Hunt, Inc., ("Consultant") for the purpose of
providing design and engineering services, construction management and other airport consulting
services for the City of Redding Airports Division.
WHEREAS, City doesi
thereby necessitatin94
NOW, THERt��"ORE, the
acknowled2ec{ °follows:
SECTION
Juojecrg ape terms n�
City servi
ceo
"
as needep
reference herein. City
Agreement for each prcJ,
herein shall prevail ovo
SECTION 2.
ve sufficient personnel to perform the services required herein
OWr personal services.
and agree, for good consideration hereby
iditiop set forth in this Contract, Consultant shall provide to
tf
`z", � " ement projects and on call engineering services
1�'pro�ectf"",,,,s attached as Exhibit A and incorporated by
Consultant 't all enter into an Authorization of Service
In the eveconflict, the terms and conditions set forth
se set fore the 4thorization of Service Agreement.
A. City shall pay Consultant for �ttSo
rt'es rendered
manner set forth in Exhibit r`���ultant's Fee
u dated b Consultant
P y
fh $tf i
herein, at the times and m, e marmot n
"
Service Agreement, and each such Authorization
incorporated herein without further action of th
payments specified in the Authorization of Servi(
payments to be made to Consultant for srvices r
Compensation maybe in the form of lum#�tC`$
basis.
uant to this Contract in the
lull$ may be amended and
i ll orporated by reference
hl'�proved Authorization of
SO,
rvice Agrgepment shall be
}sties bg��``; ttcessary. The
AWN
't9`,..shall be the only
0�`piirsuant to this Contract.
nt, or on a time and expense
B. City shall pay Consultant for services rendered pursuant to this Contract, at the
times and in the manner set forth in each Authorization of Service Agreement. The
payments specified in the Authorization of Service Agreement shall be the only
payment to be made to Consultant for services rendered pursuant to this Contract.
C. All correct, complete and undisputed invoices sent by Consultant to City shall be
paid within thirty (30) calendar days of receipt.
N
CC
ID
Consulting and Professional Services Agreement Page 1
Rev.6/15 Wl 1 --7 ( , �--
SECTION 3. TERM AND TERMINATION
A. The term of this Contract shall be for five (5) years commencing on the date of this
Agreement. The City shall have the option to extend the contract for one (1) one
year term. Time is of the essence.
B. If Consultant fails to perform its duties to the satisfaction of City, or if consultant
fails to fulfill in a timely and professional manner its obligations under this Contract,
then Cit�z{die right to terminate this Contract effective immediately upon
City Ili "written tt thereof to Consultant.
C. Et00
T Party may termin,l4this Contract without cause on thirty (30) calendar days'
xxhl`ten notice. Notwith' ding the preceding, if the term set forth in Section 3.A.
�F this Contract exceed inety (90) calendar days in duration, Consultant's sole
terminate shall be limited to termination for cause.
ky
D. ConstfJt�, ackn�,d agrees that the obligation of City to pay under
this Coi tta t�'`is c I" , nt up the availability of City's funds which are
�t 1
appropriated or all�fed by the t� Council. Should the funding for the project
and/or work set ft herein not bl``proprtated or allocated by the City Council,
City may terminathis Agreemg4 furrtrhing at least thirty (30) calendar days'
written notice of i e event of a termination pursuant to
this subdivision,
} y,=entt Q to a remedy of acceleration of
payments due over the term of this;i` eement. ThW1Parties acknowledge and agree
that the power to terminate descxb`��erein is req�d by Article 16, Section 18, of
he California Constitutton,nshtutioJ'provr�J,pn supersedes any law,
rule, regulation or statute woilxcts with lhipi`avisl this Section.
E. In the event that City gives notice of tea iination, Conk t`ant sha11 promptly provide
to City any and all finished and unfinished reporf,'idata, slt'r, photographs;
charts or other work product prepared by ConsultaI��ttr`pt is Contract. City
shall have full ownership, including, but pot limit�tslte�flectual property rights,
and control of all such finished and unfi f� Apo 3, data, studies, photographs,
charts or other work product. ' �� t�tk'�`""'
F. In the event that City terminates the Contract, City shall pay Consultant the
reasonable value of services rendered by Consultant pursuant to this Contract;
provided, however, that City shall not in any manner be liable for lost profits which
might have been made by Consultant had Consultant completed the services
required by this Contract. Consultant shall, not later than ten (10) calendar days
after termination of this Contract by City, furnish to City such financial information
Consulting and Professional Services Agreement Page 2
Rev. 6/15
as in the judgment of the City's representative is necessary to determine the
reasonable value of the services rendered by Consultant.
G. In no event shall the termination or expiration of this Contract be construed as a
waiver of any right to seek remedies in law, equity or otherwise for a Party's failure
to perform each obligation required by this Contract.
SECTION 4. MISCELLANEOUS TERMS AND CONDITIONS OF CONTRACT
A. City shall make its facilities accessible to Consultant as required for Consultant's
performance of its services under this Contract, and, upon request of Consultant,
provide411r}p4,t'ey equipment as required by Consultant for such access.
"MV
57 i� is
B. otherwse afire`{�i{f in an Authorization of Service Agreement, City shall
arrange and pay f all advertisements for bids, plan approvals, permits and
It uses required by loc ,� i tate or federal authorities associated with the projects.
C. ltt`�uant to the City's business license ordinance, Consultant shall obtain a City
�7
btltss license=prior to commencing work.
D. Consultar " `present },n warrttt to City that it has a licenses, permits,
Ati
qualifications and fbvals of an'"t,pature whatsoever that are legally required for
Consultant to prae its profess {{`Consultant represents and warrants to City
that Consultant s" 1� at its solepense, keep in effect or obtain at all
times during the t,t ,.of this C' 'bract a nses, permits and approvals that are
legally required fori4o`practt� Ision.
�r M"
E. Consultant shall, durin g the enit{Irm of this ntract, be construed to be an
independent contractor and m this Covet 1s }
,tended, nor shall it be
tk
construed, to create an eryerlployee r�hshtp�sociation, joint venture
relationship, trust or earth ip or tse discretion or control
over the professional manner in which''`C'nsultant p�rms under this Contract;
provided, however, that the services to be provided tffonsultata}� be provided
in a manner consistent with the professional stand appltto such services.
The sole interest of the City is to insure that servie�� f�sdered and performed in
r
a competent, efficient and satisfactorall taxes imposed on
Consultant's income, imposed or assessd4s ry, reason of this Contract or its
performance, including but not limited to sales or use taxes, shall be paid by
Consultant. Consultant shall be responsible for any taxes or penalties assessed by
reason of any claims that Consultant is an employee of City. Consultant shall not
be eligible for coverage under City's workers' compensation insurance plan,
benefits under the Public Employee Retirement System or be eligible for any other
City benefit.
Consulting and Professional Services Agreement Page 3
Rev. 6/15
F. No provision of this Contract is intended to, or shall be for the benefit of, or
construed to create rights in, or grant remedies to, any person or entity not a party
hereto.
G. No portion of the work or 'services to be performed under this Contract shall be
assigned, transferred, conveyed or subcontracted without the prior written approval
of City. Consultant may use the services of independent contractors and
subcontractors to perform a portion of its obligations under this Contract with the
prior written approval of City. Independent contractors and subcontractors shall be
provided with a copy of this Contract and Consultant shall have an affirmative duty
to assure that said independent contractors and subcontractors comply with the
same and s��,,, bound by its terms. Consultant shall be the responsible party
with�I''foal`i «i,�s of its independent contractors and subcontractors, and
sha,�,tain such msc�ce and indemnity provisions from its contractors and
stt<''ntractors as City's �1c Manager shall determine to be necessary.
ut.
G. i sultant, at such timid"rid in such form as City may require, shall furnish City
such periodic reports as it may request pertaining to the work or services
un"taken pursuant to this Contract the costs or obligations incurred or to be
incurr� p1 g11tion tl��Eil� Gnd any other matters covered by this Contract.
H. Consultant shall rrt%iiin account`Jd records, including personnel, property and
financial records, equate to ideri and account for all costs pertaining to this
Contract and such}ether records{�tnay be deemed necessary by City to assure
t
proper accounting fill proe�lt ds records shall be made available for
audit purposes to stag,;{,,ral au� } tltokany authorized representative of
City. Consultant shall retam'such r�ds for thre��tj) years after the expiration of
this Contract, unless prior permis do destroy thefts granted by City.
I. Consultant shall perform alit r�tce { pqutred p r iit to t j#s Contract in the manner
M11ri
and according to the j�'dards`�`��'f�by a ppetent practitioner of
Consultant's profession. All produwhich Consultant
delivers to City pursuant to this Contract shall be pre d in afit onal manner
and conform to the standards of quality normally rv�hib�r�'otson practicing
£ff f(
the profession of Consultant and its agents, employes `�fcontractors assigned
R
to perform the services contemplated by4�4q, z y lu '
J. All completed reports and other data or documents, or computer media including
diskettes and other materials provided or prepared by Consultant in accordance
with this Contract are the property of City, and may be used by City. City shall
have all intellectual property rights including, but not limited to, copyright and
patent rights, in said documents, computer media, and other materials provided by
Consultant. City shall release, defend, indemnify and hold harmless Consultant
from all claims, costs, expenses; damage or liability arising out of or resulting from
City's use or modification of any reports, data, documents, drawings, specifications
Consulting and Professional Services Agreement Page 4
Rev. 6/15
or other work product prepared by Consultant, except for use by City on those
portions of the City's project for which such items were prepared.
K. Consultant, including its employees, agents, and subconsultants, shall not maintain
or acquire any direct or indirect interest that conflicts with the performance of this
Contract. Consultant shall comply with all requirements of the Political Reform
Act (Government Code § 8100 et seq.) and other laws relating to conflicts of
interest, including the following: 1) Consultant shall not make or participate in a
decision made by 'City if it is reasonably foreseeable that the decision may have a
material effect on Consultant's economic interest, and 2) if required by the City
Attorney, Consultant shall file financial disclosure forms with the City Clerk.
L. Cons@ tt'ttI Is advis�'11 this Contract creates a "covered transaction within the
# 1 i O t t
mof Title 2 180. By signature herein, Consultant certifies that at
tz�tne it submitted a posal for the work contemplated herein to the City and at
it executes this tract neither it nor its principals were or are presently
,arred or sus pendedny federal department or agency from participation in
t,work required herein. Consultant shall comply with Title 2 CFR Part 1200 and
Tt`�CFR Part 1$0; Subpart C, by administering each lower tier subcontract that
exc��,��s a "��, f}fr nsaction". In such cases, prior to execution of
this e, that each lower tier of a covered
participant
transaction is not rently debar otherwise disqualified from participation in
this federally assi project.
The Consultant mad comph
}tkr+t1Rll }� it irfttti tt�{�3 �D xz�
1. Checking the Systeri for Aw�lanagem1I at website
http://www.sanLgoy.
2. Collecting a cert
this Section 4.L.
3. Inserting a clause or condition in
contract.
Consulting and Professional Services Agreement
Rev. 6/ 15
forth in
lower tier
Page 5
SECTION 5. INSURANCE
A. Unless modified in writing by City's Risk Manager, Consultant shall maintain the
following noted insurance during the duration of the Contract:
Coverage
R it
Not Required
Commercial General Liability
x
Comprehensive Vehicle Liability
x
Workers' Compensatio90f`�lpyers' Liability
x
.r,i
Professional LialiltlxE`irors and ns)
x
ace an 'x inthe appropriate box)
�,',
B. erage shall be at le aT 'S broad as:
4 P
>�.
y# i jI Insurance Services Office form number CG-0001, Commercial General
r,'l1 r Ltabiltt Insurance to an amount not less than $2,000,000 per occurrence
gregate for bodily injury, personal injury and
2. Insurance r,1116
''' ervices Off form number CA-0001 (Ed. 1/87),
.
Comprehe'tiye Automot}�''`LabtlIyj Insurance, which provides for total
limits of nb1�=¢l�s `"�t000+iTbined single limits per accident
applicable to alI##p,,�4>fion,fand"i5,44 vehicles;
3. Statutory Workers' tion required'thy the Labor Code of the State
of California and Eiability IW ""nce ]� r1n amount not less than
$1,000,000 per oc�ce �sation and Employers'
Liability policies sill contaitf,,{ttt'1fti'er's wer of subrogation in favor
,ii s,,,`SJ. tit t
of City, its elected officials, officers, employe gents and volunteers;
4. Professional Liability (Errors and Omts) f�te"e, appropriate to
Consultant's profession, against lass due t�+�', 4,r"`omission or malpractice
in an amount not less than $1,00�,1,
{ f7Uia
5. The City does not accept insurance certificates or endorsements with the
wording "but only in the event of a named insured's sole negligence" or any
other verbiage limiting the insured's insurance responsibility.
C. Any deductibles or self -insured retentions must be declared to and approved by
City. At the option of the City, either: the insurer shall reduce or eliminate such
deductibles or self -insured retentions as respects the City, its elected officials,
Consulting and Professional Services Agreement Page 6
Rev. 6/15
officers, employees, agents and volunteers; or the Consultant shall procure a bond
guaranteeing payment of losses and related investigations, claims administration
and defense expenses.
D. The General Liability shall contain or be endorsed to contain the following
provisions:
1. City, its elected officials, officers, employees, and agents are to be covered
as additional insured as respects liability arising out of work or operations
performed by or on behalf of Consultant; premises owned, leased or used by
Consultant; or automobiles owned, leased, hired or borrowed by Consultant.
Ts�t�,hall contain no special limitations on the scope of protection
its elected officials, officers, employees, agents and
The insurance cq a e of Consultant shall be primary insurance as respects
t s} f' g p. y p
t,r,`t,'City, its electedicials, officers, employees; agents and volunteers. Any
insurance or self-insurance maintained byCity, its elected officials, officers,
employees, agents and volunteers, shall be in excess of Consultant's
3t nd sh��,tn ute with it
tt
b .
3. Coverage s state that the#psurance of Consultant shall apply separately
to each insainst whade or suit is brought, except with
3
respect to t "'limits of the t ��rer's ltability.
yg $ } 4
4. Each in suranrj�ltit x`tuired 4t fi�!j�lntract shall be endorsed to state
that coverage shall "not belled ex cep ffter thirty (30) calendar days'
prior written notice has b > `f given to In addition, Consultant agrees
that it shall not rerage or li1111111,11Yn an,fsuch policy except after
thirty (30) calendartj�� prlwntten rtt� hasPANgiven to City.
}t Alt.
E. Insurance is to be placed wtth insurers'll a' current ={�I Best's rating of no less
IIA
than A-VII. 1'�
F. Consultant shall designate the City of Reddmg MI-
t,`r'r, r` rtifcate Holder of the
insurance. Consultant shall furnish City ,1ttrl�afs of insurance and original
endorsements effecting the coverages '�`'y this clause. Certificates and
endorsements shall be furnished to: Risk Management Department, City of
Redding, 777 Cypress Avenue, Redding, CA 96001. The certificates and
endorsements for each insurance policy are to be signed by a person authorized by
the insurer to bind coverage on its behalf. All endorsements are to be received and
approved by the City's Risk Manager prior to the commencement of contracted
services. City may withhold payments to Consultant if adequate certificates of
insurance and endorsements required have not been provided, or not been provided
in a timely manner.
Consulting and Professional Services Agreement Pagel
Rev. 6/15
G. The requirements as to the types and limits of insurance coverage to be maintained
by Consultant as required by Section 5 of this Contract, and any approval of said
insurance by City, are not intended to and will not in any manner limit or qualify
the liabilities and obligations otherwise assumed by Consultant pursuant to this
Contract, including, without limitation, provisions concerning indemnification.
H. If any policy of insurance required by- this Section is a "claims made policy,
pursuant to Code of Civil Procedure § 342 and Government Code § 945.6,
Consultant shall keep said insurance in effect for a period of eighteen (18) months
after the termination of this Contract.
�, P „�._ t
I. If ap��t 'image, in
death, death, personal injury or property damage, occurs in
cor�,��NEon with the mance of this Contract, Consultant shall immediately
n411"�yCity'sRisk Mana"�by telephone at (530) 225-4068. No later than three (3)
,ndar days after the eft, Consultant shall submit a written report to City's Risk
t Y 1{ { 11
� nager containing the Itlowing information, as applicable: 1) name and address
o t, jured or deceased person(s); 2) name and address of witnesses; 3) name and
t i
adds of Consultant's insurance company; and 4) a detailed description of the
dama1,er an,,I,`Y,{uerty was involved.
SECTION 6.
Ia
Consistent with Ct!xornia Ctvtl 8, when the services to be provided
under this Contrac�rvices to be performed by a design
professional, as that td�Iti{tied u�t,�Olci2782.8; Consultant shall, to the
fullest extent permitted by'iaw, I efend and hold harmless, City,
its elected officials, officers, em�)g es, and agand each and every one of
them, from and against all act��'�mages, costz�biht claims, losses, penalties
vmlg
and expenses (including, bgti lated to, res,'able �rney's fees of the City
tg }i}t�<< gait It p3tsJ ttys t,,.,'t i
Attorney or legal couns rtetamed t �7 t � tj xpert { � s, litigation costs, and
investigation costs) of every type and d`'scli`ption to any or all of them may
be subjected by reason of, or resulting from, directlindtrectl�`�, negligence,
,t t t'+tt r .
recklessness, or willful misconduct of Consultant, tt�t�ffic�tt�oyees or agents
in the performance of professional services ur`ttt�t `tt�ntract, except when
liability arises due to the sole negltgenc r tIigence or misconduct of the
t't �t,� ,rx
City. ... sa .t .
B. Other than in the performance of professional services by a design professional,
which is addressed solely by subdivision (A) of this Section, and to the fullest
extent permitted by law, Consultant shall indemnify protect, defend and hold
harmless, City, its elected officials, officers, employees, and agents, and each and
every one of them, from and against all actions, damages, costs, liability, claims,
losses, penalties and expenses (including, but not limited to, reasonable attorney's
fees of the City Attorney or legal counsel retained by City, expert fees, litigation
Consulting and Professional Services Agreement Page 8
Rev. 6/15
A
17
E.
costs, and investigation costs) of every type and description to which any or all of
them may be subjected by reason of the performance of the services required under
this Contract by Consultant its officers, employees or agents in the performance of
professional services under this Contract, except when liability arises due to the sole
negligence, active negligence or misconduct of the City.
The Consultant's obligation to defend, indemnify and hold harmless shall not be
excused because of the Consultant's inability to evaluate liability. The Consultant
shall respond within thirty (30) calendar days to the tender of any claim for defense
and indemnity by the City, unless this time has been extended in writing by the
City. If the Consultant fails to accept or reject a tender of defense and indemnity in
writing Jclx��l4ity within thirty (30) calendar days; in addition to any other
reme t rthorizedyl:�v, the City may withhold such funds the City reasonably
c09'','s necessary fo`r�%z defense and indemnity until disposition has been made
o, claim or untonsultant accepts or rejects the tender of defense in
ng delivered to the t, whichever occurs first. This subdivision shall not be
Wtrued to excuse the mpt and continued performance of the duties required of
Section a pltes`'I
policies are appli
limitation upon tl
City shall have thox,fiht to
Consultant pursuant t
reimbursed for all costs "a
obligations set forth in this S
SECTION 7.
/:1
defend, and hold harmless set forth in this
rility regardless of whether any insurance
its of said insurance policies do not act as a
ication to be provided by Contractor.
This Contract shall be deemed to have been``nterec
questions regarding the validity, interpretation or pc
of any rights or obligations of the parties to this
California law. If any claim, at law or otherwise,3
4
Contract, the prevailing party shall be erttlef
fees.
the legal counsel retained by
City's interests. City shall be
;ed by City in enforcing the
i Redding, California. All
nce ofits terms or
�et0 , gfht l `e governed by
iby either party to this
and reasonable attorneys'
B. This document, including all exhibits, and the Authorization of Service Agreements
to be adopted hereafter, contain the entire agreement between the parties and
supersedes whatever oral or written understanding each may have had prior to the
execution of this Contract. This Contract shall not be altered, amended or modified
except by a writing signed by City and Consultant. No verbal agreement or
conversation with any official, officer, agent or employee of City, either before,
during or after the execution of this Contract, shall affect or modify any of the terms
Consulting and Professional Services Agreement Page
Rev. 6/15
or conditions contained in this Contract, nor shall any such verbal agreement or
conversation entitle Consultant to any additional payment whatsoever under the
terms of this Contract.
C. No covenant or condition to be performed by Consultant under this Contract can be
waived except by the written consent of City. Forbearance or indulgence by City in
any regard whatsoever shall not constitute a waiver of the covenant or condition in
question. Until performance by Consultant of said covenant or condition is
complete, City shall be entitled to invoke any remedy available to City under this
Contract or by law or in equity despite said forbearance or indulgence.
D. If any pj�i4' ,trf,t,jh�s Contract or the application thereof to any person or
circupc``'sall lid or unenforceable to any extent, the remainder of this
Co"
t` shall not be 'ffted thereby and shall be enforced to the greatest extent
pied by law.
E. headings in this Cdtract are inserted for convenience only and shall not
-
chfitute a part hereof. A waiver of any party of any provision or a breach of this
Co�ftct must be provided in writing, and shall not be construed as a waiver of any
othc l n'fjtl r any r{ tj,"'it breach of the same or any other provisions
herein.NO
F. Each Party heretof'#lares and repents that in entering into this Contract, it has
relied and is relytt,gment, belief and knowledge of the
nature, extent, et thereto. Each Party further declares
(\ 5z ,s t 4Jtit }tr 4' 1 I7t tiiSw 7
and represents that thi l,. reliance upon any statement or
representation not contained`"herein f i"M#nay other sty or any representative, agent
or attorney of the other Party T�rties agree tl�{they are aware that they have
the right to be advised by qp,�z with respectt�,t the ,negotiations, terms, and
i 1 t„ t4 1{ t
conditions of this Contract 401 hatrt e dectstor t lrz vheth i not to seek the advice
of counsel with respect to W 'Cont w1�> 1s the sole responsibility
of each of the Parties. Accordingly, no'`�atfy shall l''cemed to have been the
drafter hereof, and the principle of law set forth in contracts
are construed against the drafter shall not apply. tr4zlt �r , f
G. Each of the Parties hereto hereby rrevo}l#1 �� "any and all right to trial by
jury in any action, proceeding, claim or c6di im, whether in contract or tort, at
law or in equity, arising out of or in any way related to this Agreement or the
transactions contemplated hereby. Each Party further waives any right to
consolidate any action which a jury trial has been waived with any other action in
which a jury trial cannot be or has not been waived.
H. In the event of a conflict between the term and conditions of the body of this
Contract and those of any exhibit or attachment hereto, the terms and conditions set
forth in the body of this Contract proper shall prevail. In the event of a conflict
Consulting and Professional Services Agreement Page 10
Rev. 6/15
between the terms and conditions of any two or more exhibits or attachments
hereto; those prepared by City shall prevail over those prepared by Consultant.
SECTION 8. SURVIVAL
The provisions set forth in Sections 3 through 7, inclusive, of this Contract shall survive
termination of the Contract.
SECTION 9. COMPLIANCE WITH LAWS- NONDISCRIMINATION
A. Consultant shall comply with all applicable laws, ordinances and codes of federal,
state and11r14frnments.
B. In thy{{ rformance of llii ,,Contract, Consultant shall not discriminate against any
emcee or applicant f 4 employment because of race, color, ancestry, national
orl; religious creed, se�r�exual orientation, disability, age, marital status, political
af11,31, tion, or membership'},fir nonmembership in any organization. Consultant shall
to"ffirmative action to ensure applicants are employed and that employees are
tt his
treat'1urtng their employment without regard to their race, color, ancestry, national
grientation, disability, age; marital status, political
affiliation,'`' '� hibers t'dr non py, hership in any organization. Such actions shall
include, but not be ,l t''ted to, the owing: employment, upgrading, demotion or
9-0
transfer, recruitmenl, recruitment rtising, layoff or termination, rates of pay or
other forms of Como at on and sel on for pining.
SECTION 10.
A. During the performance of this gtt�i t, the Consut, for itself, its assignees, and
successors in interest agrees ark s: 44
1. Compliance with l�tlatioix �p'��tfit$"`shith the regulations
relative to nondiscrimination ederall�ned ro rams of the
y�,<<g „ p �
Department of Transportation (hereinafter cap' DOTS `�' 1�49, Code of
Federal Regulations, Part 21, as they may,", time time to time
(hereinafter referred to as the Regulations),,," ,-Apieherein incorporated by
reference and made a part of this
2. Nondiscrimination. Consultant, with regard to the work performed by it
during the contract, shall not discriminate on the grounds of race, color, or
national origin in the selection and retention of subconsultants, including
procurement of materials and leases of equipment. Consultant shall not
participate either directly or indirectly in the discrimination prohibited by
Section 21.5 of the Regulations including employment practices when the
contract covers a program set forth in Appendix B of the Regulations.
Consulting and Professional Services Agreement Page 11
Rev. 6/15
3. Solicitations for Subcontracts, Including Procurements of Materials and
Equipment. In all solicitations either by competitive bidding or negotiation
made by Consultant for work to be performed under a subcontract, including
procurement of materials or leases of equipment, each potential
subconsultant or supplier shall be notified by Consultant of Consultant's
obligations under this contract and the Regulations relative to
nondiscrimination on the grounds of race, color, or national origin.
4. Information and Reports. Consultant shall provide all information and reports
required by the Regulations or directives issued pursuant thereto and shall
��� to its books, records, accounts, other sources of information
,r
iits facili� as may be determined by City or the Federal Aviation
s,t zAdministration' ��A) to be pertinent to ascertain compliance with such
Regulations, ordt}}, and instructions. Where any information required of
Consultant is m I��'exclusive possession of another who fails or refuses to
''M��� furnish this tnfo�tion, the Consultant shall so certify to the City or the
FAA, as appropriate, and shall set forth what efforts it has made to obtain
#f
r4..............
,jtr,t,;,w the information.
5. itefl t'°s for ` gyp' --p
with the n.periminatio
such as
including, t` not limtted >j
5M��ifr,4 4 it (j t`i
a. Withholdtr�
Consultant corrip ies, a
r
6
b. Cancellation, terrnt�
i 1 r4
part.
G�
In the event of Consultant's noncompliance
visions of this contract, City shall impose
the FAA may determine to be appropriate,
the contract until the
in whole or in
Incorporation of Provisions. TCOConsuclude the provisions of
paragraphs 1 through 5 in every subcontrat;tl'ncludmj ,urements of
materials and leases of equipment unless m �, PO"01",O" ="regulations or
directives issued pursuant thereto The all take such action
with respect to any subcontract,,,,,,,,,,,,,,,,",",,,',,fpi�iillas City or the FAA may
direct as a means of enforcing"' ions including sanctions for
noncompliance. Provided, however, that in the event Consultant becomes
involved in, or is threatened with, litigation with a subconsultant or supplier
as a result of such direction, the Consultant may request City to enter into
such litigation to protect the interests of the City and, in addition, the
Consultant may request the United States to enter into such litigation to
protect the interests of the United States.
Consulting and Professional Services Agreement Page 12
Rev. 6/15
7. DBE Obligation. Consultant agrees to ensure that Disadvantaged Business
Enterprises as defined in 49 CFR Part 23 have the maximum opportunity to
participate in the performance of contracts and subcontracts financed in
whole or in part with federal funds provided under this Agreement. In this
regard, Consultant shall take all necessary and reasonable steps in
accordance with 49 CFR Part 23 to ensure that Disadvantaged Business
Enterprises/Minority Business Enterprises have the maximum opportunity to
compete for and perform contracts. Consultant shall not discriminate on the
basis of race, color, national origin, or sex in the award and performance of
DOT -assisted contracts.
8.'lnt�j'tana While Driving. Consultant agrees to adopt and enforce
ace
policies to decease crashes caused by distracted drivers
,tis,r g p 5 , messaging g performing y
ncludin olic �� � ban text messa in while driving when erforming an
for, or on ��t r if of, the Federal government, including work relating
grant or snt. Consultant also agrees to conduct workplace safety
tiatives in a m' er commensurate with the size of the business, such as:
a. Establishment of new rules and programs or re-evaluation of existing
,r j�tns tob�act messaging while driving; and
45,
b. Educatt''kwareness, at pther outreach to employees about the safety
Ir t,
risks awith texrg while driving.
9. Required FM41 Contra
provisions req'tiuil;jf
are hereby incorporated
versions of these provisi
incorporated herein by1
SECTION 11.
tt;ovisia,''q he required federal contract
Wil t'tll Airport Improvement Program
by rgoik e into twontract and the current
ot,,;�"included in �hibit C attached and
A. Cty's representative for this Contract is Frank Meyet�sststant ts Manager,
email fine, ey r@cityofredding.org, telephone numbe s`I �30) [ k y t<;';' cell number
(530) 215-5256. All of Consultants questions pertly �rit�s Contract shall be
referred to the above -named person, or tq `e reignee.
B. Consultant's representative for this Contract is Jeff Leonard, Project Manager, email
ieff.leonard@ meadhunt.com, telephone number (707) 284-8676, cell number 707-
280-3115. All of City's questions pertaining to this Contract shall be referred to the
above -named person.
C. The representatives set forth herein shall haveauthorityto give all notices required
herein.
Consulting and Professional Services Agreement Page 13
Rev. 6/15
SECTION 12. NOTICES
A. All notices, requests, demands and other communications hereunder shall be
deemed given only if in writing signed by an authorized representative of the sender
(may be other than the representatives referred to in Section 10) and delivered by
facsimile, with a hard copy mailed first class, postage prepaid; or when sent by a
courier or an express service guaranteeing overnight delivery to the receiving party,
addressed to the respective parties as follows:
To City: I To Consultant:
Redding Muncipal�t,`ftt Mead & Hunt, Inc.
Attn: Frank Mel{j;,Ast Airportttnager Attn: Jeff Leonard, Project Manager
6751 Woodru ; rcle #200 �,faf { 1360 19 Hole Drive, Suite 200
:
Redding, CA '02 Windsor, CA 95492
74 tilr ;1j#ijj
t411 }
y is
{ t
B. Ef� party may change its address for the purposes of this paragraph by giving
the other party in the manner provided in this
Jectton � t �t5 + Olt tr i i j �
C. Notice shall be d�}�ed effective t�n 1) personal service; 2) two calendar days
after mailing ortr**Ission by fa 4i iile, whichever is earlier.
SECTION 13.
A. Each of the undersigned signato,liereby reprand warrants that they are
authorized to execute this C�on half he respective parties to this
Contract; that they have f41,
r � gYr ;{' power an , �ful � ority to undertake all
"1 ,
obligations as provided i, I(is Co��t jrj t'r the �ution, performance and
Est, r �� ��
delivery of this Contract by said signatortjha' been fu��r"authorized by all requisite
actions on the part of the respective parties to this Corot t
B. When the Mayor is signatory to this Contract�x{0 ty rManager and/or the
Department Director having direct rponstl1� managing
�o> mana in the services
provided herein shall have authority to �,>�l' ny amendment to this Contract
which does not increase the amount of compensation allowable to Consultant or
otherwise substantially change the scope of the services provided herein.
SECTION 14. DATE OF CONTRACT
The date of this Contract shall be the date it is signed by City.
Consulting and Professional Services Agreement Page 14
Rev. 6/15
IN WITNESS WHEREOF, City and Consultant have executed this Contract on the days and
year set forth below:
CITY OF REDDING
A Municipal Corporation
Dated: Z 2021
By: Kristen Schreder
Vice Mayor
APPROVED AS TO FORM:
BARRY E. DeWALT
City Attorney
CONSULTANT
Mead and Hunt, Inc.
Dated: '-, o i-1, 2021
pzx'� rt,cn; i
Attachments - Exhibit A
Consulting and Professional Services Agreement
Rev, 6/15
Page 15
EXHIBIT A
1. Assistance with preparation of applications for Federal Aviation Administration (FAA)
Airport Improvement Project (AIP) grant funding and representing the City in
discussions with the FAA regarding projects and grants
2. Runway, taxilane, taxiway and apron development, reconstruction, and resurfacing
3. Airfield electric y�1=� up
� 7 i
�i 44 tr tjxc:r � 1 {{tft
4. Security�g
5. Airfie t}gnage and marking
6. Infrast�
s
and irrtgt
7. Aircraft h�
8. Drainage i
and electrical facilities improvements
improvements including access roads, vehicle parking lots, landscaping
9. Access control systems
10. AGIS Surveys
11 Aerial Photography
12. Navigational Aids and W
13. Environmental
14. Wildlife
15. Airport engineering and x
City
time by the
laws 11 1910 0 H
MEAD & HUNT, Inc.
Standard Billing Rate Schedule
Effective January 1, 2021
Standard Billing Rates
Clerical F ..'h)bur
............. ...................... ......
Te"hnical Ed S 19, -------------------- .................. - .... ............. - ------------------- 00 f hour
g, g",
t
Senior Ede ml M
7 3 �00 f h homer,
,#N 5 34DO I hour
V I � ................... ....... Siv 10-013.1 hour
...........
N13.1 hour .............. ------- ----------- ----------- Si(33.12
fl, W
�lft H,Surr-ye ...... S 121.04)
rtiFiignlll - .................................... .......... S i 2'0.DD f hour
.............................. .................
4"Ign"L
S 14 9.110.e hour
................................ - ...................... ......................................... ......... - - S 1i 20.01D ! hour
ri
Erigin-'41#11,86-intist 11r s#ii e t 11. In nor -Designel
jo n
.... ... .. .
znn
Senior hit
Senior Plannsr, Senior Eoof* 0, tR ......................
Prole ro e.0 tArch
ng - Wffil-
Profe-c-r-F-�!3—nn sr ................
Senior ProjE-r-s Engin4E-sr. S-n;r
"p, q, jc-,-t Scientist. $4,
7�
Profec, lrv-.z-Ti6r Designer. S4�uWroject PlIrt"'
ELenjqr Assoclaze, PriwipajSenior',
Expenses
C ieographic Info=ation or 13ps Systems
Total Station Surrey Equipment ........................
Charges f cc o a V, s r ? q u i p m E- n 1 m a y a p a r�,j'i'
Oul-O.-Pocket Oirecz Job EXF-snse5 ......
Suclin as reproduc-:.ms. sub-:onsulta'
Planner 11 ................................ ..........
S i -5.DD .1 hour
r, Pfanrier 11l ....
S i M. Do hour
s#Oor Interior Oesigrl-?rF
..................................... --------------
S;24.00 hour
t Interior Oestgqer,,
if
............... ....... ......
y
S21 2.b�b i hour
"N ft ...................
OFProie-nArk,bile-ct. Senior
ur
............ "t'.'AA ................
Ole, .................... S252-013 ho
S330.00J hour
................... 5 i DOM I day
.......... ...... ...... i I O.DO I day
Travel Expense
Company or Persona I C�sr Mileage . ............................................... .......
* the cufrent JPS rate as o'Jan. 2021 k: S0-56 cents per rnife
Air and Surtace Trans Dona tion ........................ ................. .....................
Lodgin
g and Sustenance .. - .......................... :A"';
A .............
cost plus 15%
:`cost Dlus 151/6
.cost Plus 15%
Billing & Payment "I
Travel time is cKirgsd ;or -m:,rk required to be performed out-of-offi, ,—. A minimum oa two hours will be billed for
any work out-of-O.ffic*.
Invoicing is on a monthly basis for work performed- Payment for servi-Se: is due within 30 days from the date of
the irwok:e. An irteresl charge- of 1-5% Per month is made on the unpaid balance starting ?@ days after the elate
0f irjvoi'-e-
This sche-dule of billing rates is effc.-.tive January 1, 2021, and will remain in effect until December3 i, 2021, unless
unforeseen increases in oPeraJonal oos--s are encountered. We reserve 'he righ, to change rates to reffec! su,--h
increases.
EXHIBIT C
Required Federal Contract Provisions
1.1. Access to Records and Reports (Reference: 2 CFI § 200.333, 2 CFR § 200.336, FAA Order
5100.38). The CONSULTANT must maintain an acceptable cost accounting system. The
CONSULTANT agrees to provide the sponsor, the Federal Aviation Administration, and the
Comptroller General of the United States or any oftheir duly authorized representatives, access
to any books, documents, papers, and records of the CONSULTANT which are directly pertinent
to the specific contract for the purpose of making audit, examination, excerpts, and
transcriptions. The CONSULTANT agrees to maintain all books, records, and reports required
under this cort,4t£f� period of not less than three years after final payment is made and all
pendingmo
'ae.clotz{+i
1.2. Breaq,,!1",;4 '`'Contract Terms (Re ence: 2 CFR § 200 Appendix II(A)). Any violation or breach of
tern���fthis contract on thei1,t of the CONSULTANT or its subconsultants may result in the
sus � sionortermination oft -I contract or such other action that maybe necessary to enforce
therts of the parties of this agreement.
Y i st}t�+Y
s xy
SPONSf��lJ$provayCONSULTAIT v�tritten notice that describes the nature of the breach and
corrpndertake in order to avoid termination of the
contract. SPONSOR resery�h`e right toltihold payments to CONSULTANT until such time
the CONSULTANT corre the breach or ""J'��PONSOR elects to terminate the contract. The
SPONSOR's notice willrntify a specific 1t by which the CONSULTANT must correct the
breach. SPONSOR may reed with tpr�rwation ote contract if the CONSULTANT fails to
j
correct the breach by del.l�Slf 4ih the �;R's notice.
The duties and obligations imposed by
available thereunder are in addition t'
and remedies otherwise imposed Qf�
1.3. Civil Rights =General (Reference`tt',9 USC
1.3.1. Sponsor Contracts
rntract Do
not a limita
IE
GENERAL CIVIL RIG
!nts and the rights and remedies
of, any duties, obligations, rights
The CONSULTANT agrees to comply with pertinent "fdfes, Executive Orders and such rules as
are promulgated to ensure that no person shall, on the grounds of race, creed, color, national
origin, sex, age, or disability be excluded from participating in any activity conducted with or
benefiting from Federal assistance.
This provision binds the CONSULTANT and subcontractors from the bid solicitation period
through the completion of the contract. This provision is in addition to that required by Title VI
of the Civil Rights Act of 1964.
1.3.2. Sponsor Lease Agreements and Transfer Agreements
GENERAL CIVIL RIGHTS PROVISIONS
The (tenant/concessionaire/lessee) agrees to comply with pertinent statutes, Executive Orders
and such rules as are promulgated to ensure that no person shall, on the grounds of race,
creed, color, national origin, sex, age, or disability be excluded from participating in any activity
conducted with or benefiting from Federal assistance. If the (tenant/concessionaire/lessee)
transfers its obligation to another, the transferee is obligated in the same manner as the
(tenant/concessionaire/lessor).
This provision obligates the (tenant/concessionaire/lessee) for the period during which the
property is owned, used or possessed by the (tenant/concessionaire/lessee) and the airport
remains obligated to the Federal Aviation Administration. This provision is in addition to that
required by Title VI of the Civil Rights Act of 1964.
1.4. Civil Rights Title VI Assurances (49 USC § 47123, FAA Order 1400.11)
1.4.1. Titff,)t�oilitiitJ�ltrt Notice. The City, in accordance with the provisions of Title VI of the
[rghtsAct of�� (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations,
...... } reby notifies all bi ds or offerors that it will affirmatively ensure that any contract
lI Aff,re into into pursuant khis advertisement, [select disadvantaged business enterprises
airport concession [advantaged business enterprises] will be afforded full and fair
opportunity to submi`t� ids in response to this invitation and will not be discriminated
rAlgainst on the grounds of race, color, or national origin in consideration for an award.
1.4.2. Tit r��es fob l�i�ifkf#� with Nondiscrimination Requirements. During the
perfor'`m`�ce of tfr �htract, tfr'�QNSULTANT, for itself, its assignees, and successors
r t
in interest (her[er referred t the "CONSULTANT") agrees as follows:
a. Complianc '�ith Regulatio, The COtt I ULTANT will comply with the Title VI List of
t
Pertinent 1\16$iscriminit�tttatute pd Authorities, as they may be amended
from time to ti'rrle,l�icare heylfoorpt�ed by reference and made a part of
this contract.,'t5t;
Q
Non-discrimination:Thrp�,�'I,ULT
during the contract, i) ,not 44rir
origin in the selectr`nd retelnftc
materials and leases of equipmerit
indirectly in the discrimination prof-
employment practices when the ci
set forth in Appendix B of 49 CFR p,
rformed by it
)r, or national
)curements of
ate directly or
ons, including
t, or program
Solicitations for Subcontracts, I'r,#off'"`" Procurements of Materials and
Equipment: In all solicitations, either by competitive bidding, or negotiation made
by the CONSULTANT for work to be performed under a subcontract, including
procurements of materials, or leases of equipment, each potential subconsultant or
supplier will be notified by the CONSULTANT of the CONSULTANT'S obligations
under this contract and the Acts and the Regulations relative to Non-discrimination
on the grounds of race, color, or national origin.
d. Information and Reports: The CONSULTANT 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 Acts, Regulations,
and instructions. Where any information required of a CONSULTANT is in the
1.4.3.
exclusive possession of another who fails or refuses to furnish the information, the
CONSULTANT 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.
e. Sanctions for Noncompliance: In the event of a CONSULTANT'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:
1. Withholding payments to the CONSULTANT under the contract until the
CONSULTANT complies; and/or
terminating, or suspending a contract, in whole or in part.
to any subcontract
visions: The CONSULTANT will include the provisions of
iugh six in every subcontract, including procurements of
)f equipment, unless exempt by the Acts, the Regulations and
uant thereto. The CONSULTANT will take action with respect
or procurement as the sponsor or the Federal Aviation
direct as a means of enforcing such provisions including
tri�FyProvided, that if the CONSULTANT becomes involved
i t h liti�t
,on by a subconsultant, or supplier because of such
r<<,,
_TANT�y,f request the sponsor to enter into any litigation to
Athe In addition, the CONSULTANT may request the
into ti4J%tigation,o protect the interests of the United States.
Title VI List of
performance of this contract
in interest (hereinafter refer
following non-discrimination;
Title VI of the Civil
(prohibits discrimin
49 CFR part 21 (Non-discrimination in I
Department of Transportation —Effectuation
1964)•'h.,=
s and Authorities. During the
self, its assignees, and successors
4NT") agrees to comply with the
inclgsping but not limited to:
j00d et seq., 78 stat. 252),
ional origin).
Programs of the
he Civil Rights Act of
c. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of
1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose
property has been acquired because of Federal or Federal -aid programs and
projects).
d. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 etseq.), as amended,
(prohibits discrimination on the basis of disability); and 49 CFR part 27.
e. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.)
(prohibits discrimination on the basis of age).
f. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as
amended, (prohibits discrimination based on race, creed, color, national origin, or
sex).
g. The Civil Rights Restoration Act of 1987, (PL 100-209), (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 consultants,
whether such programs or activities are Federally funded or not).
h Trtlrlxtlpd III of the Americans with Disabilities Act of 1990, which prohibit
Z,j1rTfl' on the basis of disability in the operation of public entities, public and
,, dvate transpof tJ�on systems, places of public accommodation, and certain testing
entities (42 U.j,��z,§§ 12131 — 12189) as implemented by Department of
Transportation re),", tions at 49 CFR parts 37 and 38.
i. The Federal Aviatftin Administration's Non-discrimination statute (49 U.S.C. §
,. 47123) (prohibits discrimination on the basis of race, color, national origin, and sex).
i �i IR,,r ' fJrder {4,1£ t feral Actions to Address Environmental Justice in
hihlri`ryPopififis and Lrincome Populations, which ensures discrimination
against populationsiiscouraging programs, policies, and activities with
dispro potely high andterse human health or environmental effects on
' °' z � rizt
minority arl�(�w-income p�tflations
k. Executive Order 1t1,}4}In�provrtces$o Services for Persons with Limited
English Proficiency, and resut)f agency gu�ice, national origin discrimination
includes discrimination beR�ur�' of limited�tish proficiency (LEP). To ensure
compliance with Title Vl'`(fusttake reaso;�` 'Ie steno ensure that LEP persons
have meaningful acc�' yoi ,r programs .... Rq, {. t 74087 to 74100).
L Title 1X of the Education Amendrrie`ihts"df 1972, a.# ended, which prohibits you
from discriminating because of sex in education`] f,,' grams or c Stvities (20 U.S.C.
i {fit F{4ht tj pt
1681 et seq)•
1.5. Clean Air and Water Pollution Control (Referee,,49 CER"r(i) (12)). CONSULTANT agrees
to comply with all applicable standards, orders, ions issued pursuant to the Clean Air
Act (42 U.S.C. § 740-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C.
§ 1251-1387). The CONSULTANT agrees to report any violation to the SPONSOR immediately
upon discovery. The SPONSOR assumes responsibility for notifying the Environmental Protection
Agency (EPA) and the Federal Aviation Administration.
Debarment and Suspension (Reference: 2 CFR part 180 (Subpart C), 2 CFR part 1200 DOT Order
4200.5)
1.5.1. Bidder or Offeror Certification
CERTIFICATION OF OFFERER/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.
1.5.2. Lower Tier Contract Certification
CERTIFICATION OF TOWER TIER CONSULTANTS REGARDING DEBARMENT
The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a
"covered transaction",must verify each lower tier participant of a "covered transaction" under
the PROJECT is not presently debarred or otherwise disqualified from participation in this
federally assisted project. The successful bidder will accomplish this by:
a. C
b Cluing a certificati
nsion (Bidder or
c (ti rtinga clause or
If the' later determines th
participaYrf 1`ar'excl{
the FAA may pi�rs`ue any �(,d'I
compliant participant ;w'
1.6. Disadvantaged
1.6.1. Solicitation Langu
Information Submitted as a m
The Owner's award of this co
faith effort requirements of 4
rd Management at website: http://www.sam.gov
ement similar to the Certificate Regarding Debarment and
), above.
in the covered transaction with the lower tier contract.
lower tier participant failed to disclose to a higher tier
ffaalified at the time it entered the covered transaction,
rn s, including suspension and debarment of the non-
ons
26.5
ned u
PART 26)
As a condition of bid responsiveness, the Bidder or Offeror
information with its proposal on the forms provided hereit
a. The names and addresses of Disadva
participate in the contract;
al)
ror satisfying the good
owing
nterprise (DBE)firms that will
b. A description of the work that each DBE firm will perform;
c. The dollar amount of the participation of each DBE firm listed under (1)
d. 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; and
e. 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.
.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.
The successful Bidder or Offeror must provide written confirmation of participation from
each of the DBE firms the Bidder or Offeror lists in its commitment within five days after bid
opening.
a. The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will
participate in the contract;
b. A desQr)tf'te#�,Y
( jJ�t 1( t}k54 t jit4
c TI a r amount of the
d „'}{tten statement from
;s) listed under (1) to
that each DBE firm will perform;
icipation of each DBE firm listed under (1)
r or Offeror that attests their commitment to use the DBE
the Owner's project goal; and
e If 1r or Offerer cannot mept the advertised project DBE goal, evidence of good faith
effoi'�t�1`��� by tkp t'tlfferor as described in appendix A to 49 CFR part 26.
%� t
1.6.2. Solicitation Lan�i`e (Race/Gene Neutral Means). The requirements of 49 CFR part
26 apply tothi'' ntract. It is thep)icy of the City, to practice nondiscrimination based
t }5
on race, color, �oin thkward or performance of this contract. The
Owner encouragl �,, rticipa �t ' y all fkt�t `} galifying under this solicitation regardless
i ktt; �.1 t t5 t. f� {t ..
of businesssize or�hersf.,t.t.> att�t,ssjx k f t� iu
1.6.3. Prime Contracts (Projects
DISADVAOMGED
DBE
Contract Assurance"(§ 26.13) The Contractor or subcontraq %shall not 4Aztm �ri�gnmate on the
11
basis of race, color, national origin, or sex in the performanp f thiskgc�The Contractor
shall carryout applicable requirements of 49 CFR par t26 it;}�r„'rd'and administration of
Department of Transportation -assisted contra
c xailfptfjb�,e�'Contractor to carry out these
requirements is material breach of this contra etx �,b ihay result in the termination of this
contract or such other remedy as the Owner deems appropriate, which may include, but is
not limited to:
a. Withholding monthly progress payments;
b. Assessing sanctions;
C. Liquidated damages; and/or
d. Disqualifying the Contractor from future bidding as non -responsible.
Prompt Payment (§26.29) The prime contractor agrees to pay each subcontractor under this
prime contract for satisfactory performance of its contract no later than seven (7) days from
the receipt of each payment the prime contractor receives from City. The prime contractor
agrees further to return retainage payments to each subcontractor within seven (7) 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 City. This clause applies to both DBE and non -DBE subcontractors.
1.7. Distracted Driving (Reference: Executive Order 13513, DOT Order 3902.10)
TEXTING WHEN DRIVING
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 F encourages recipients of Federal grant funds to adopt and enforce
safety policydft .,crashes by distracted drivers, including policies to ban text
messa6 driving rforming work related to a grant or sub -grant.
In sure of this initiative,th'�$ONSOR encourages the CONSULTANT to promote policies and
initities for its employees tt other work personnel that decrease crashes by distracted
driv including policies that bin text messaging while driving motor vehicles while performing
worC��tivities associated with the PROJECT. The CONSULTANT must include the substance of
this clin all sub tier contracts exceeding $3,500 and involve driving a motor vehicle in
perform {` i f t ptivit ,t _with the PROJECT.
1.8. Energy Conservation F 10Yirements (2` R § 200, Appendix II(H)). CONSULTANT and
subconsultant agree t,"i"BOt o mply with m�ratory standards and policies relating to energy
efficiency as contained,tpr�,the state ene conservation plan issued in compliance with the
Ft„ s
Energy Policy and Consery!'ti�n Act (�'�'S C 62�seq)
4
tj�yasilt#7t#<StF4i��izs ti��.,�ts�3ts
t rt
1.9. Federal Fair Labor Standards Act{Mmi;(r 1i Wage) (Ref nce 29 USC § 201, ET SEQ.). All
contracts and subcontracts that rtk' 4fom this soli incorporate by reference the
provisions of 29 CFR part 201, it Labor Surds SA), with the same force
and effect as if given in full text;��'`e FLSf,�Rf wage�rtime pay, recordkeeping,
{ ibTi
and child labor standards for full and part time'��e`rs.'r�'.'<<`ry
The CONSULTANT has full responsibility tomonitor complia,r`to tfr�,lftited statute or
regulation. The CONSULTANT must address any claims orise from this
requirement directly with the U.S. Department `labovlF nd Hour Division.
1.10. Foreign Trade Restriction Certification (Reference: 49 USC § 50104, 49 CFR Part 30). The by
submission of an offer, the Offeror certifies that with respect to this solicitation and any
resultant contract, the Offeror -
a. 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 (U.S.T.R.);
b. 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 U.S.T.R; and
c. has not entered into any subcontract for any product to be used on the Federal on the
PROJECT that is produced in a foreign country included on the list of countries that
discriminate against U.S. firms published by the U.S.T.R.
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, United States Code, Section 1001.
The Offeror/CONSULTANT must provide immediate written notice to the SPONSOR if the
Offeror/CONSULTANT learns that its certification or that of a subconsultant was erroneous
when submitted or has become erroneous by reason of changed circumstances. The
CONSULTANT rrit rksJuire subconsultants provide immediate written notice to the
CONSULTAG ,gJt learns that its certification was erroneous by reason of changed
circumstdinti=s`
Unl��fe restrictions ofthis lluse are waived by the Secretary of Transportation in
acc��nce with 49 CFR 30.1 t, i contract shall be awarded to an Offeror or subconsultant:
a
is owned or controlled by one or more citizens or nationals of a foreign country included
Est of countries that discriminate against U.S. firms published by the U.S.T.R. or
b. whose sdbc ftblt�
foreign country on
c. who incorporates
U.S.T.R. list;
Nothing contained in the foregoing sh
records in order to render, in good fi
knowledge and information of a�s
possessed by prudent personwe
ntrolled by one or more citizens or nationals of a
product of a foreign country on such
The Offeror agrees that, if awarded a contract resulting fro
incorporate this provision for certification without modifici
The CONSULTANT may rely on the certification of a prospe,t
firm from a foreign country included on the Iistt,c'Qur}frj
as published by U.S.T.R, unless the Offeror has k`htr r)d
ire establishment of a system of
iredl.ythis provision. The
to J � "ed that which is normally
e4,i�alings
ilk solicitatiprt }{ uvill
„ { i,f
in a,lfj�rtlarsubcontracts.
sultantthat it is not a
t.
t discriminate against U.S. firms
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 CONSULTANT or subconsultant knowingly
rendered an erroneous certification, the Federal Aviation Administration may direct through
the SPONSOR cancellation of the contractor subcontract for default at no cost to the
SPONSOR or the FAA.
1.11. Lobbying and Influencing Federal Employees (Reference: 31 U.S.C. § 1352 -Byrd Anti -Lobbying
Amendment, 2 CFR part 200, Appendix II(J) 49 CFR part 20, Appendix A)
The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his
or her knowledge and belief, that:
1.12
a. 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 anemployee
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.
b. 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 o,Cgf� an officer or employee of Congress, or an employee a Member of
t is ppig ,
Congre�kt�n'tecrr!vith this Federal contract, grant, loan, or cooperative agreement,
thq rnersigned shall ct�plete and submit Standard Form-LLL, "Disclosure Form to Report
s1
L.u+,'rrn in accordance.�th its instructions.
C. ft undersigned shall reeikl that the language of this certification be included in the award
,
OAF
uments for all sub-awfi s at all tiers (including subcontracts, sub -grants, and contracts
oar grants, loans, and cooperative agreements) and that all sub -recipients shall certify
anWlose acgrirdingly
This certification is a rn I representatl p of fact upon which reliance was placed when this
transaction was made ontered into Su%;ssion of this certification is a prerequisite for
making or entering into] as transactio xtfif osed l section 1352, title 31, U.S. Code Any
person who fails to file tf'�;'rquire���iicationl)� subject to a civil penalty of not less
than $10,000 and not morelt�„,t�}l0',`b00 fprst}i re.
Occupational Safety and Health Actfz�ti (Reference '
subcontracts that result from this,,,$Iil,,,,,,�,,,,�",,,,,,,"�,4tion incorpora;
29 CFR Part 1910 with the sarn Axe$" effect as
provide a work environment tt``is free t�f�►tYze
serious physical harm to the employee. The ANT
its compliance and their subconsultant's compliance with
Occupational Safety and Health Act of 1970 (20 CFR Part 1S
claims or disputes that pertain to a referenced equiremqj
of Labor— Occupational Safety and Health Admtttrtl„pk3:
CFR part 1910). All contracts and
uirements of
JLTANT must
use death or
ty to monitor
ments of the
t address any
. Department
1.13. Certification of Offeror/Bidder regarding Tax Delinquency and Felony Convictions (Reference:
Sections 415 and 416 of Title IV, Division L of the Consolidated Appropriations Act, 2014 (Pub.
L. 113-76) & DOT Order 4200.6 - Requirements for Procurement and Non -Procurement
Regarding Tax Delinquency and Felony Convictions)
The applicant must complete the following two certification statements. The applicant must
indicate its current status as it relates to tax delinquency and felony conviction by inserting a
checkmark (✓) in the space following the applicable response. The applicant agrees that, if
awarded a contract resulting from this solicitation, it will incorporate this provision for
certification in all lower tier subcontracts.
Certifications
1) The applicant represents that it is ( ) is not (✓ ) a corporation that has any unpaid Federal
tax liability that has been assessed, for which all judicial and administrative remedies have
been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to
an agreement with the authority responsible for collecting the tax liability.
2) The applicant represents that it is ( ) is not (✓ ) is not a corporation that was convicted of
a criminal violation under any Federal law within the preceding 24 months.
Note
If an apt(°{ft"`responds in" affirmative to either of the above representations, the
applictri ineligible to recen award unless the sponsor has received notification from
the
tcysuspension and dglment official (SDO)that the SDO has considered suspension
or cf}rment and determinetat further action is not required to protect the
GoiB ent's interests. The ai licant therefore must provide information to the owner
abotax liability or conviction to the Owner, who will then notify the FAA Airports
Distnotffice, which,
will then notify the agency's SDO to facilitate completion of the
req u i reel befs�l'`�Y����j'Ic
isions are made.
Term Definitions
Felony conviction: Felo;ri,y�conviction m a convition within the preceding twenty-four (24)
months of a felony crimr(� 111, atio f�p� r any E { tal law and includes conviction of an
offense defined in a sectio'i{#}it 'code1,tr�`eitf)y classifies the offense as a felony
and conviction of an offense that is classif<,i s a felonyirer 18 U.S.C. § 3559.
,r E
Tax Delinquency: A tax del' $p4 z unpaid Feder lt, x liability that has been assessed,
for which all judicial and adminis# e r dies have n exhap ted, or have lapsed, and that
at
is not being paid in a timely rati*gxfer pursd�t t �eement�ih the authority responsible
a�, Y p
for collecting the tax liability. �l�f,,,,f
1.14. Termination of Contract (Reference: 2 CFR § 200 AppIltx IIB##, `ItAAj `Advisory Circular
150/5370-10, Section 80-09){`' {{ ir�,'gl
t�
1.14.1. Termination for Convenience (Professi6f*k% 6s)
The SPONSOR 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 SPONSOR, the CONSULTANT must
immediately discontinue all services affected.
Upon termination of the Agreement, the CONSULTANT must deliver to the SPONSOR all data,
surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries,
and other documents and materials prepared by the CONSULTANT under this contract,
whether complete or partially complete.
SPONSOR 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.
SPONSOR 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.
1.14.2. Termination for Default (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 to14,t,r cure the breach.
rtlF ''t xr t tl .st 2 ��y�Es
xt �'S.,x
The terr5ilftng party musttrpvide the breaching party [7] days advance written notice of its
i n t e n m i n a t e the Agrent. The notice must specify the nature and extent of the
b r e ' the conditions necesst to cure the breach, and the effective date of the termination
actsThe rights and remed�'fn this clause are in addition to any other rights and remedies
prop d by law or under this'reement.
a Tt ,,,ation by $PONSOR The SPONSOR may terminate this Agreement in whole or in part,
for ti, flsret,ot e COIMFId!'INT
1. Perform the within the tide specified in this contract or by SPONSOR approved
extension;
2. Make adequate'ss s�ndan, Wfactory performance of the PROJECT;
3. Fulfill the obligations of the Agrr'ent that are` essential to the completion of the
PROJECT.
Upon receipt of the notice of tert,tion to CONSUL, 00144T
services affected unless the nots lirects" 'on t(
CONSULTANT must deliver to the SPONSOR all''�daf;"surveys,
reports, maps, photographs, estimates, summaries, and othe
prepared by the CONSULTANT under this contract, whether,,,
r mediately discontinue all
lion of the Agreement, the
Is, drawings, specifications,
ment aterials
ally complete.
SPONSOR agrees to make just and equitable co,r t r pse ��`na'Ji tFre CONSULTANT for
satisfactory work completed up through the dat"o= I �,�� YSULTANT receives the termination
notice. Compensation will not include anticipated profit on non -performed services.
SPONSOR 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 SPONSOR determines the CONSULTANT was
not in default of the Agreement, the rights and obligations of the parties shall be the same as if
the SPONSOR issued the termination for the convenience of the SPONSOR.
b. Termination by CONSULTANT: The CONSULTANT may terminate this Agreement in whole or
in part, if the SPONSOR:
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 [180] days due to reasons beyond the control of
the CONSULTANT.
Upon receipt of a notice of termination from the CONSULTANT, SPONSOR agrees to cooperate
with CONSULTANT for the purpose of terminating the agreement or portion thereof, by
mutual consent. If SPONSOR 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
SPONSOR's br_contract.
In the eanf']fterminatiori='=0` to SPONSOR breach, the CONSULTANT is entitled to invoice
SPOnd to receive full pent for all services performed or furnished in accordance
t Y t
witf� `Agreementand all Jutted reimbursable expenses incurred by the CONSULTANT
th rc�`x` theeffective date of�r rnation action. SPONSOR agrees to hold CONSULTANT
hart��ss for errors or omission'in documents that are incomplete as a result of the
ter ion action under this clause
1.15. Veteran�`sf+s}Refer, $ `�
executive, adm`in'istrativ' { super�lsc
CONSULTANTS must givference to co]
{�t
Code Section 47112. Cred veterans
Afghanistan-Irae{warverns, disablecl�{
U.S.C. 632) owned and coftlled by�lj
are covered veterans reailyr`t,'()ib'''Ie a
employment relates
§ 47112(c)). In the employment of labor (excluding
y positions), the CONSULTANT and all sub -tier
ded veterans as defined within Title 49 United States
de Vietnam -era veterans, Persian Gulf veterans,
rans,rfd small business concerns (as defined by 15
i4 fyf S
ed v��' This preference only applies when there
n �#']rflet`zpw,aperform the work to which the
REPORT TO THE CITY COUNCIL
MEETING DATE: October 1, 2024
FROM: Steve Bade, Assistant City
ITEM NO. 4.2(a)
Manager
***APPROVED
BY***
£ t xz
v
ie ` {/2 /2024.
� �pptt�, `� Iner 9r' 5,2{}2
c A
I ;' 3 y{i ` S Y
sbade@cityofredc�„" '"7rg „tit7�t
btippin@cityofredding.arg
SUBJECT. r(a)--Authorize sual of U.S. Department of Transportation Federal
Aviation AdMistration Grant ApWions for the remaining phase of Redding Regional
Airport's 16-34 Rehabilitation Project; and authorize changes to the Passenger Facility
a �
Char e Pro �' ' � ecure matchingfunds.
Recommendation
Authorize and approve the follo�g
`' t�tis h}l�s ltt
(1) Authorize the City M er, oft tt ��tgnee� i��"4 �xecut
Transportation Federal ��'}Amml�
remaining phase of the overall Runw � ,{, �b-34 ReAl
resulting grant agreements or ation as n
funding for the project; and appro�� j'f' grant funds �
t 7
Airports Fund; and
� t itK<pi, r x, i}S£r t s q 1 t} ){ £
(2) Authorize the Assistant City �nager s�p�;t�f' irpo
amend, or otherwise make changes, to the`'`s'senger F,
needed, to facilitate local match and as approved by th
Runway 16-34 Rehabilitation Project. 1,i
Fiscal Impact
the U.S. Department of
grant applications for they
ation Project; execute any
,sary to obtain federal grant
Ve flp the City of Redding's
4j 7st �
irector, or designee, to
Wry Charges Program, as
£�"AA fort£lj phases of the
On September 6, 2024, the FAA Airport Improvement Program (AIP) provided the City a grant
offer of $701,359 for Runway 16-34 Rehabilitation Phase I — Materials Acquisition Project at
90.66% federal cost -share. The remaining $72,255.60 (9.34%) local match will be reimbursed by
the RDDs Passenger Facility Charges (PFC) program. No other local funding sources would be
necessary to complete the project.
In 2025 staff anticipates submitting an FAA_AIP grant application for the remaining Runway
16-34 Rehabilitation Phase 11 project costs in an amount not to exceed $30 million.
Report to Redding City Council September 25, 2024
Re: 4.2(a)--Authorize FAA AIP Grant Applications and changes to Program Page 2
Alternative Action
The City Council (Council) may choose to terminate the grant agreement and provide alternate
direction to staff which may jeopardize the runway project and de -obligate all federal funds for
the project. Any preliminary expenses which may have grant eligible will no longer be
reimbursable under the AIP grant.
Background/Analysis
RDD is owned and operated by the City of Redding (City) servicing both commercial aviation
and general aviation. As an airport sponsor organization, the City is obligated to maintain the
aviation facilities of the local airports system through both regular maintenance and planned
capital improvement projects. Staff has identified that RDDs main runway, Runway 16-34, needs
rehabilitation as a result p ale, regular use, and environmental conditions. While routine
maintenance has ke,f7�����r in a safe and operable condition further intervention is
necessary in order,„4tend the use, ife of the runway facility as it exists today.
The Runway $ Rehabilitation D,",ilt$n Project conducted architectural, design, engineering,
and necessary to coe that a rehabilitation project spanning the complete
length of way will extend th�r� ife of the runway, update the facility to meet current
standards, an } liepare for future planned facility layout changes to the runway and taxiway
network at RDT�� the costs of the overall construction project are estimated to be approximately
$30 million, acco��f, t tlatiorl{ �oject postponement to Federal Fiscal Year (FY)
2025 (October 2025�tb�gh�ept�r 22)7�� variance in the costs of labor, materials, and
supplies. A � g
On March 6, 2024, the City reed a bid fie
bidder, for the Redding Regic=
Rehabilitation and MAGVAR In
33) (Runway Project). Since th
with the U.S. Department of Tr
Hunt, Inc., RDD's development
for the project. In August 2024,
Airport Constructors (RAC), as the sole
Connectors
No. 9944
en working
.), Mead &
�A funding
The complete Runway Project was i>itded to fed"''and cp`leted in City FY 2024,
however, due to lack of funding for the All? program he FAA th t� olect could not be funded
entirely in City FY 2024. As a result, in order to access avail FAA,��;����4 funds, the
project was divided in two phases: Runway 16-34 Rehabilitation a ,t r� aterials Acquisition
and Runway 16-34 Rehabilitation Phase II — Construcon ThQ"� Va "awarded $701>359 at a
>
90.66% cost -share to the City for Phase I of theCouncil approve this proposed
action, staff would apply for Phase II — Construction ia`` `'e 'er'aI FY 2025 beginning October 1,
2025 following consultation with the FAA San Francisco Airport District Office.
As previously mentioned, the City would provide the 9.34% o match, as required in the agreement,
by utilizing funds collected from the Passenger Facility Charges (PFC) program. Passenger
Facility Charges are a $4.50 fee collected as part of ticket sales to commercial airline passengers
and is heavily regulated by the FAA. PFCs may only be used to pay for, or reimburse, expenses
on approved projects and applications. The complete Runway 16-34 Rehabilitation Project was
included in RDD's 7th (most recent) PFC application, however, due to the postponement and
resulting division of the project into phases, the City is now seeking authorization to make
amendments and other changes to the PFC program as required by FAA in order to continue
collecting PFCs (used to reimburse the required matching funds).
Report to Redding City Council September 25, 2024
Re: 4.2(a)--Authorize FAA AIP Grant Applications and changes to Program Page 3
Environmental Review
The administrative activities are not a project as defined by the California Environmental Quality
Act (CEQA). No further action is required at this time. Staff will request Council approval for
the CEQA compliance document when a construction contract is awarded. Compliance with the
National Environmental Policy Act will also be provided at that time.
Council Priority/City Manager Goals
• Budget and Financial Management — "Achieve balanced and stable 10-year Financial
Plans for all funds."
• Economic Devel9}mnt "Facilitate and become catalyst for economic development
in Redding V1, t,, pain current businesses and attract new ones, and encourage
Attachments
j F4}3
FAA Grant A�ement Part l for AIp` i•oject No. 3-06-0194-055-2024
3-06-0194-066-2024
U.S. Department
Transportation
C*Aobof
Federal Aviation
w
Administration
September 6, 2024
Mr. Steve Bade
Airport Director
City of Redding
777 Cypress Avenue
Redding, CA 96001
Dear Mr. Bader
Airports Division
Western -Pacific Region
California
San Francisco Airports District
Office:
2999 Oak Road, Suite 200
Walnut Creek, CA 94597
The Grant Off Airport AirportlmprovementE`iogram (AIP) Project No. 3-06-0194-066-2024 at Redding
Regional Airpl attached forexecutioW41l phis letter outlines the steps you must take to properly enter
into this agreelV
ohA and provides other useful information. Please read the conditions, special
j4
conditions, and' ances that comprise the grant offer carefully.
Steps You Must Take to Enter Into 'inept ,{ l
Eli <
To properly enter into this agreerrt�, you must do izfollowing:
1. The governing body must ( authority tcjcute tr
grant, i.e., theperson sign"in'Sq�it must "
(hereinafter "authorized repr
�{ l
2. The authorized representative must executI"`grant by
the appropriate certificate at the end of #reement.
416
tf ti t
3. Once the authorized representati` "I nically si
will automatically receive an em, ificati
nt to the individual(s) signing the
p,,pnsor's authorized representative(s)
4. On the same day or after the authorized representative has s
attorney(s) will add their electronic signature to the appropri
agreement.
5. If there are co-sponsors, the authorized represent
the above procedures to fully execute the grant and
obtained and finalized no later than September 12,
their electronic signature to
he sponsor's attorney(s)
grant, th,e,sponsor's
�ate,tr'f'end of the
§or's attorney(s) must follow
e process. Signatures must be
6. The fully executed grant will then be automatically sent to all parties as an email attachment.
Payment. Subject to the requirements in 2 CFR § 200.305 (Federal Payment), each payment request for
reimbursement under this grant must be made electronically via the Delphi elnvoicing System. Please
see the attached Grant Agreement for more information regarding the use of this System.
Project Timing. The terms and conditions of this agreement require you to complete the project without
undue delay and no later than the Period of Performance end date (1,460 days from the grant execution
date). We will be monitoring your progress to ensure proper stewardship of these Federal funds. We
expect you to submit payment requests for reimbursement of allowable incurred proiect expenses
51
3-06-0194-066-2024
consistent with project progress. Your grant may be placed in "inactive" status if you do not make draws
on a regular basis, which will affect your ability to receive future grant offers. Costs incurred after the
Period of Performance ends are generally not allowable and will be rejected unless authorized by the
FAA in advance.
Reporting. Until the grant is completed and closed, you are responsible for submitting formal reports as
follows:
➢ For all grants, you must submit by December 315t of each year this grant is open:
1. A signed/dated SF-270 (Request for Advance or Reimbursement for non -construction
projects) or SF-271 or equivalent (Outlay Report and Request for Reimbursement for
Construction Programs), and
2. An SF-425 ,k ial Report).
For non-cQgm
Fiiirt`ion prolect$sisl`� must submit FAA Form 5100-140, Performance Report within
fi
„i
30 days o� end of the Federafcal year.
For cor`ction projects, you mttubmit FAA Form 570-1a Construction Progress and
lnspedfl,"""a Report, within 30 day`f the end of each Federal fiscal quarter.
Audit Requirerts. As a condition of receiving Federal assistance under this award, you must comply
with audit require ants as established under 2 CFR Part200. Subpart F requires non -Federal entities
thatexpend 750 �`' ' ` " ` { eder 1„� conduct a single or program specific audit for that
year. Note that this includYederal nditures"W�de under otherFederal-assistance programs.
Please take appropriate and ,
necesa'ction to ens your organization will comply with applicable
�y
audit requirements and standards ti+',}? t.{
Closeout. Once the project(s) is cd l,eted and al,[,rmined, we ask that you work with your
FAA contact indicated below to closo�,pfshout ��;'s,ubmit the necessary final closeout
t t
documentation as required by your Re'��j�aro`rts D��ffice: ,'� s
FAA Contact Information. REGINALD DONES, (925J�t�443, reginalnes@faa.gov isthe assigned
program manager for this grant and is readily ay:(�t to assist you n"your designated representative
z {trt si. , tttlts, ttr'ti
with the requirements stated herein.
s t {�slr7
We sincerely value your cooperation in thefforts a����l�,�,t��rdtovpingwith you tocomplete
this important project.}
°i}iFzk
Sincerely,
Amy L. Choi
Manager
9
3-06-0194-066-2024
U.S. Department
of Transportation
Federal Aviation
Administration
FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM (AIP)
Federal Award'Giffer Date
Airport/Planning Ate ;,' 1, ,,,r
Airport Infrastructure Grant
Number
Unique Entity Identifier
FY 2024 AIP
GRANT AGREEMENT
1, t� +t i,
Part I - Offer
t� t
s
t S} sl
t � sfsy
pterr`�'`6, 2024
dding ftoj
rtr'
TO: City of Redding
(herein called the "Sponsor") (For Co -Sponsors, list a#r��ipnsor names. The
applies to a Co -Sponsor.)
FROM: The United States of America (acting through the Federal
called the "FAA")
in this Grant Agreement also
, herein
WHEREAS, the Sponsor has submitted to the FAA a Project Aorcation dated July 25 2024, for a grant
of Federal funds for a project at or associated with the Redding Regional Airport, which is included as
part of this Grant Agreement; and
WHEREAS, the FAA has approved a project for the Redding Regional Airport (herein called the "Project")
consisting of the following:
Rehabilitate Runway 16/34, Phase 2 Procurement of Airfield Electrical Components
which is more fully described in the Project Application.
NOW THEREFORE, Pursuant to and for the purpose of carrying out the Title 49, United States Code
(U.S.C.), Chapters 471 and 475 49 U.S.C. §§ 40101 et seq., and 48103; FAA Reauthorization Act of 2018
3
3-06-0194-066-2024
(Public Law Number (P.L.) 115-254); the Department of Transportation Appropriations Act, 2021 ( P.L.
116-260, Division L); the Consolidated Appropriations Act, 2022 ( P.L. 117-103); Consolidated
Appropriations Act, 2023 ( P.L. 117-328); Consolidated Appropriations Act, 2024 (P.L. 118-42); FAA
Reauthorization Act of 2024 (P.L. 118-63); and the representations contained in the Project Application;
and in consideration of: (a) the Sponsor's adoption and ratification of the Grant Assurances dated May
2022, interpreted and applied consistent with the FAA Reauthorization Act of 2024 per Reauthorization
Grant Condition 30 below; (b) the Sponsor's acceptance of this Offer; and (c) the benefits to accrue to
the United States and the public from the accomplishment of the Project and compliance with the Grant
Assurance and conditions as herein provided;
THE FEDERAL AVIATION ADMINISTRATION, FOR AND ON BEHALF OF THE UNITED STATES, HEREBY
OFFERS AND AGREES to pay _(90.66) % of the allowable costs incurred accomplishing the Project as the
United States share
Assistance Listing'
This Offer is mat
}rwNii
1. Maximum a`
$701,359
and SUBJECT TO
The maximum
The following'a�stit{en
establishing all owa( , `, od'nts i
maximum obligation of the Un11
Number): 20.106
TERMS AND CONDITIONS:
CONDITIONS
gation of the United States payable under this Offer is
$0 for planning
$701,359 for airport developrtor noise
$0 for land acquisition.
r 7 ri7 tkt5 R�
2. Grant Performance. This Grant Agri"",0,
a. Period of Performance:
of the maximum obligation for the purpose of
ant amendment, which may increase the foregoing
i�#a s 1
provisions of 49 U.S.C. § 47108(b):
on; and,
Federal award requirements:
1. Shall start on the date the Sponsor,�� tly accepts this�eemePt and is the date signed
by the last Sponsor signatory tot�grent The te Period of Performance
is 4 years(1,460 calendar dayst'm the'``a��`` once. T�riod of Performance end
date shall not affect, relieve, or reduce Sponooi`i°gations aprt�r`ssurancesthat extend
7 J { t
beyond the closeout of this Grant Agreement. ;
2. Means the total estimated time interval between the seraI award and
the planned end date, which may include one or more furf,rtionsor budget periods (2
Code of Federal Regulations (CFR) § 200.1)
b. Budget Period:
1. For this Grant is 4 years (1,460`calendar days) and follows the same start and end date as
the Period of Performance provided in paragraph 2(a)(1). Pursuant to 2 CFR § 200.403(h),
the Sponsor may charge to the Grant only allowable costs incurred during the Budget
Period.
2. Means the time interval from the start date of a funded portion of an award to the end date
of that funded portion during which the Sponsor is authorized to expend the funds awarded,
including any funds carried forward or other revisions pursuant to 2 CFR§ 200.308.
c. Close 0ut and Termination
4
3-06-0194-066-2024
1. Unless the FAA authorizes a written extension, the Sponsor must submit all Grant closeout
documentation and liquidate (pay-off) all obligations incurred under this award no later
than 120 calendar days after the end date of the Period of Performance. If the Sponsor does
not submit all required closeout documentation within this time period, the FAA will
proceed to close out the grant within one year of the Period of Performance end date with
the information available at the end of 120 days (2 CFR § 200.344).
2, The FAA may terminate this Grant, in whole or in part, in accordance with the conditions set
forth in 2 CFR § 200.340, or other Federal regulatory or statutory authorities as applicable.
3. Ineligible or Unallowable Costs. The Sponsor must not include any costs in the project that the FAA
has determined to be ineligible or unallowable.
4. Indirect Costs - SponstzW,j��,Op or may charge indirect costs under this award by applying the
_' ��,ied in t4'f��` ect application as accepted b the FAA to allowable costs for
indirect cost ra�k�fl��tir ��j pp � p Y ,
Sponsor dire9,,ayres and wages.
5. Determinme,ift+'l=inal Federal Share c�� sts. The United States' share of allowable project costs will
be made irttordance with 49 U.S.7109, the regulations, policies, and procedures of the
Secretary ansportation ("Secret" '), and any superseding legislation. Final determination of
the United cgs' share will be based upon the final audit of the total amount of allowable project
costs and sett ent will be pade for any upward or downward adjustments to the Federal share of
COStS: . A? fi i� „&Lt1111 r�, }y111z tiu,
6. 'Comoletine the
7.
i' and in Cdd6rmance with Requirements. The Sponsor must
carry out and complete the prat without undo
U.S.C. Chapters471 and 475, ,,regulations, pc=
200.308, the Sponsor agrees tort and ref
performing the project that exce-10 fh
project. The report must include he
comply with the grant assurances, which are pq
withdraw this offer at any time prior to
Delays and in accordance with this Agreement, 49
os, and procedures of the Secretary. Per 2 CFR §
prior kapproval for any disengagement from
ar0t reduction in time devoted to the
Mqgd t `etoppa'4 � The Sponsor also agrees to
"his Agreemi'
1. The FAJ`�erves the right to amend or
z v
by the ppsor.
8. Offer Expiration Date. This offer will exoWand thill np obligated to pay any
s z k�ic, I ,
part of the costs of the project unless this offer has been accepted b � Sponsor on or before
September 12, 2024, or such subsequent date as may be prescribedrvritingvA.
9. Improper Use of Federal Funds. The Sponsor must take all steps, and k,l,11
fion ifnecessary, to
recover Federal funds spent fraudulently, wastefully, or`in viol�$1�'t .feral antitrust statutes, or
misused in any other manner for any project upon whiC,lfU"nds have been expended. For
the purposes of this Grant Agreement, the term "Federal funds" means funds however used or
dispersed by the Sponsor, that were originally paid pursuant to this or any other Federal grant
agreement. The Sponsor must obtain the approval of the Secretary as to any determination of the
amount of the Federal share of such funds, The Sponsor must return the recovered Federal share,
including funds recovered by settlement, order, or judgment, to the Secretary. The Sponsor must
furnish to the Secretary, upon request, all documents and records pertaining to the determination
of the amount of the Federal share or to any settlement, litigation, negotiation, or other efforts
taken to recover such funds. All settlements or other final positions of the Sponsor, in court or
otherwise, involving the recovery of such Federal share require advance approval by the Secretary.
R
3-06-0194-066-2024
10. United States Not Liable for Damage or Injury. The United States is not responsible or liable for
damage to property or injury to persons which may arise from, or be incident to, compliance with
this Grant Agreement.
11. System for Award Management (SAM) Registration and Unique Entity Identifier (UEI).
a. Requirement for System for Award Management (SAM): Unless the Sponsor is exempted from
this requirement under 2 CFR § 25.110, the Sponsor must maintain the currency of its
information in the SAM until the Sponsor submits the final financial report required under this
Grant, or receives the final payment, whichever is later. This requires that the Sponsor review
and update the information at least annually after the initial registration and more frequently if
required by changes in information or another award term. Additional information about
registration prod y be found at the SAM website (currently at htt�aao Jwww.sam.gov).
b. Unique enti�fier (UFt)nsa 12-character alpha -numeric valueusedto identify a
specific cql rcial, nonprofit` ) vernmental entity. A UEI may be obtained from SAM.gov at
12. ElectronicS, t Pavment(s). Unless tl erwise directed by the FAA, the Sponsor must make each
payment rest under this Agreemeht electronically via the Delphi elnvoicing System for
Departmen�rTransportation (DOT) Financial Assistance Awardees.
13; Informal dmeoflof AIP P tf during the life of the project, the FAA determines
that the maximum' y'_s ffatiop£h'',,,States exceeds the expected needs of the Sponsor
by $25,000 or five percent{5%� ��ff hever is gr� #ter, the FAA can issue a letter amendment to the
�, r,
Sponsor unilaterally reducing t� maximum oblion.
The FAA can also issue a letter' the Sponsor i�£asing,e maximum obligation if there is an
overrun in the total actual elig")�nd allou��prolec{sts to cover the amount of the overrun
provided itwill not exceed the �ndments. The FAA's authority to
increase the maximum obligation does not apply tq red"planniponent of Condition No. 1,
Maximum Obligation. ,k
The FAA can also issue an informal lettert description to correct
administrative errors or to delete work>lt`ms if FAA fin�)��wantus and in the best
interests of the United States.
An informal letter amendment has the same force and effectas ajq
fq��lgrant amment.
14. Environmental Standards' The Sponsor is required to comply withnmental
standards, as further defined in the Grant Assurances, for aIf the Sponsor
t
fails to comply with this requirement, the FAA may rminate this Grant
Agreement.
15. Financial Reporting and Payment Requirements. The Sponsor will comply with all Federal financial
reporting requirements and payment requirements, including submittal of timely and accurate
reports.
16. Buy American. Unless otherwise approved in advance by the FAA, in accordance with 49 U.S.C.
§ 50101, the Sponsor will not acquire or permit any contractor or subcontractor to acquire any steel
or manufactured goods produced outside the United States to be used for any project for which
funds are provided under this Grant. The Sponsor will include a provision implementing Buy
American in every contract and subcontract awarded under this Grant.
0
3-06-0194-066-2024
17. Build America, Buy America. The Sponsor must comply with the requirements under the Build
America, Buy America Act (P.L. 117-58).
18. Maximum Obligation Increase. In accordance with 49 U.S.C. § 47108(b)(3), as amended, the
maximum obligation of the United States, as stated in Condition No. 1, Maximum Obligation, of this
Grant:
a. May not be increased for a planning project
b. Maybe increased by not more than 15 percent for development projects, if funds are available;
c. May be increased by not more than the greater of the following for a land project, if funds are
available:
1. 15 pe
2. 25 pert fthe total ineii e in allowable project costs attributable to acquiring an
inter`f!'ri`the land.
If the Spoan increase, eligible increase in funding will be subject to the United
StatesGo�fiment share as providj 49 U.S.C. § 47110, or other superseding legislation if
applicable �, the fiscal year appropriation with which the increase is funded. The FAA is not
responsiblefthe same Federal share provided herein for any amount increased over the initial
�N,
grant amount ��4A ►adjust thee, F#,elral share as applicable through an informal letter of
amendment. #,��f.t$tYr,,�,„`
19. Audits for Sponsors.
PUBLIC SPONSORS. The Sponn u s t provide f
accordance with 2 CFR Part 20�,he Sponsorm
Federal Audit Clearinghouse onYt�dej�j
ai i,. lit t >> ,l
htt:Olharvester.census,any ffacw��rrequ
of the completed audit to the FAA. Sponsors thgf
are exempt from Federal audit requirements,,
appropriate Federal agency officials, Statel`��t
other appropriate Federal agencies ma,est
Ald
requirements.:'`
ingle Audit or program -specific audit in
abmtlhe audit reporting package to the
s Internet Data Entry System at
�teTA'
ffigSponsor shall provide one copy
nd less t000 in Federal awards and
ake records�� ilable for review or audit by the
rnment tabilt OfI ice. The FAA and
tional inl5tiation rteet all Federal audit
20. Suspension or Debarment. When enteringinto a "covered transacts 1'tas defined{ 2 CFR §
�� Jet 5 ,
180.200, the Sponsor must:
�St� Y}t4lttttyz5 1t.
a. Verify the non -Federal entity iseligibleto participate in this Ftff){lhi.am by.
1. Checking the System for Award Management�ft�tnth`e System for Award
Management (SAM) to determine if the non -Fed ef'entity is excluded or disqualified; or
2. Collecting a certification statement from the non -Federal entity attesting they are not
excluded or disqualified from participating; or
3. Adding a clause or condition to covered transactions attesting the individual or firm are not
excluded or disqualified from participating.
b. Require prime contractors to comply with 2 CFR § 180.330 when entering into lower -tier
transactions with their contractors and sub -contractors.
9
3-06-0194-066-2024
c. Immediately disclose in writing to the FAA whenever (1) the Sponsor learns they have entered
into a covered transaction with an ineligible entity or (2) the Public Sponsor suspends or debars
a contractor, person, or entity.
21. Ban on Texting While Driving.
a. In accordance with Executive Order 13513, Federal Leadership on Reducing Text Messaging
While Driving, October 1, 2009, and DOT Order 3902.10, Text Messaging While Driving,
December 30, 2009, the Sponsor is encouraged to:
1. Adopt and enforce workplace safety policies to decrease crashes caused by distracted
drivers including policies to ban text messaging while driving when performing any work for,
or on behalf of, the Federal government, including work relating to a grant or subgrant.
2. Conduct r 4rd&" �trt titiatives in a manner commensurate with the size of the
4 s t tti +i t
busines�lx'�d as:
i I i s h m e n t of new rut}. nd programs or re-evaluation of existing programs to
,dhibit text messaging driving; and
1 � ucation, awareness, arid: other outreach to employees about the safety risks
ipciated with texting while driving.
b. The Spori pst ins@,,,,tthe substa c#
subgrants, cont�4 subc��'ct`
22. Trafficking in Persons. t x
a. Posting of contact informrin
1. The Sponsor must pos' contact
t
(including options to rear
public airport restrooms. ��{"i
b. Provisions applicable to a recipient that is
,, j'
1. You as the recipient, your employ
employees may not;
N
is clause on banning texting while driving in all
ad with this Grant.
iation,d,ff0e national human trafficking hotline
t2J
lin �r ,ygh phone, text, or TTY) in all
entity.
Engage in severe forms of trafficking in p`eton's"dur
and applicable conditions are in effect;
Procure a commercial sex act during the period of t
conditions are in effect; or
and subrecipients'
iod of time that the Grant
applicable
iii. Use forced labor in the performance of the°subgrants under this Grant.
We as the Federal awarding agency, may unilaterally terminate this Grant, without penalty,
if you or a subrecipient that is a private entity —
i. Is determined to have violated a prohibition in paragraph (b) of this Grant Condition or
ii. Has an employee who is determined by the agency official authorized to terminate the
Grant to have violated a prohibition in paragraph (b) of this Grant Condition through
conduct that is either —
a) Associatedwith performance under this Grant or
0
3-06-0194-066-2024
b) Imputed to you or the subrecipient using the standards and due process for
imputing the conduct of an individual to an organization that are provided in 2 CFR
Part 180, "OMB Guidelines to Agencies on Governmentwide Debarment and
Suspension (Nonprocurement)," as implemented by our agency at 2 CFR Part 1200.
c. Provision applicable to a recipient other than a private entity. We as the Federal awarding
agency may unilaterally terminate this Grant, without penalty, if a subrecipient that is a private
entity —
1. Is determined to have violated an applicable prohibition in paragraph (b) of this Grant
Condition; or
2. Has an employee who is determined by the agency official authorized to terminate the
Grant to har�j`�'� applicable prohibition in paragraph (b) of this Grant Condition
through Fo+jrtot that is er —
i. $ fated with perforrrfte under this Grant; or
ii s;4 r rputed to the subrecipj using the standards and due process for imputing the
r ,induct of an individuan organization that are provided in 2 CFR Part 180, "OMB
j�idelines to Agencies on Governmentwide Debarment and Suspension
�Nprocurement)," as implemented by our agency at CFR Part 1200.
d. Provisions
1. You must inform us im
violation of a prohibiti:(
2. Our right to termin
Condition:
(f,'tely of an
rely
aterally tha
L Implements section 10611#11
amended [22 U.S.C. § 7104(g)], an
ii. Is in addition to all other remedig
Grant.
3. You must include the requiremrtf
you make to a private entity.
mation you receive from any source alleging a
this Grant Condition.
e. Definitions. For purposes of this Grant Condition:
1. "Employee" means either:
i. An individual employed by you or a subr,
the project or program under this Grant;
in paragraph (b) or (c) of this Grant
Act of 2000 (TVPA), as
ncompIianc ,,,{ at are available to us under this
ph ndition in any subgrant
in the performance of
ii. Another person engaged in the performance of the project or program under this Grant
and not compensated by you including, but not limited to, a volunteer or individual
whose services are contributed by athird party as an in -kind contribution toward cost
sharing or matching requirements.
2. "Forced labor" means labor obtained by any of the following methods: the recruitment,
harboring, transportation, provision, or obtaining of a person for labor or services, through
the use of force, fraud, or coercion for the purpose of subjection to involuntary servitude,
peonage, debt bondage, or slavery.
3. "Private entity":
E
3-06-0194-066-2024
i. Means any entity other than a State, local government, Indian tribe, or foreign public
entity, as those terms are defined in 2 CFR § 175.25.
ii. Includes:
a) A nonprofit organization, including any nonprofit institute of higher education,
hospital, or tribal organization other than one included in the definition of Indian
tribe at CFR § 175.25(b).
b) A for -profit organization.
4. "Severe forms of trafficking in persons," "commercial sex act," and "coercion" have the
meanings given at section 103 of the TVPA, as amended (22 U.S.C. § 7102).
23: AIP Funded Work In I�t} PI`C Application. Within 120 days of acceptance of this Grant
Agreement, the, the FAA an amendment to any approved Passenger Facility
J�
Charge (PFC) pplation that contn approved PFC project also covered under this Grant
Agreement"`scribed in the projlication. The airport sponsor may not make any
expenditurerthis Grant Agreer i t until project work addressed under this Grant Agreement
is removes) „}rim an approved PFC al ation by amendment.
24. Exhibit P,ib
perty Map. The Exhibit "A" Property Map dated July01, 2018, is incorporated herein
by reference'rl submitted with the project application and made part of this Grant Agreement.
J,
4 �#t�„Y.J
25. Ern to ee Protec�� {
ris
s) JiJ
a. Prohibition of Reprisals.
J( .�
1. In accordance with 4J5
contractor, or subcont
against as a reprisal for"'
below, information that
C. § 4712, a
or may not,,
i. Gross mismanagement of a Fede
ii. Gross waste of Federal funds, u
iii. An abuse of authority rel
iv. A;substantial and specific danger to pu
floyee of a Sponsor, grantee, subgrantee
char) demoted, or otherwise discriminated
nt�yescribed in sub -paragraph (a)(2)
iv'bel'i� is evidence of:
v. A violation of law, rule, or regulation related to a F
2. Persons and bodies covered. The persons and bodies to
is covered are as follows:
i. A member of Congress or a representative o afdrri
ii. An Inspector General;
iii. The Government Accountability Office;
re by an employee
mittee of Congress;
iv. A Federal employee responsible for contract or grant oversight or management at the
relevant agency;
v. A court or grand jury;
vi. A management official or other employee of the Sponsor, contractor, or subcontractor
who has the responsibility to investigate, discover, or address misconduct; or
m
3-06-0194-066-2024
vii. An authorized official of the Department of Justice or other law enforcement agency.
b. Investigation of Complaints.
1. Submission of Complaint. A person who believes that they have been subjected to a reprisal
prohibited by paragraph (a) of this Condition may submit a complaint regarding the reprisal
to the Office of Inspector General (OIG) for the U.S. Department of Transportation.
2. Time Limitation for Submittal of a Complaint.,A complaint may not be brought under this
subsection more than three years after the date on which the alleged reprisal took place.
3. Required Actions of the Inspector General. Actions, limitations, and exceptions of the
Inspector General's office are established under 41 U.S.C. § 4712(b).
c. Remedy and Enfp����N4ythority.
ut#i t.i �. sS t t1, t i {j,.
1. Assum (o ibf Rights to t j{ 1Remedy. Upon receipt of an explanation of a decision not to
cogt continue an invt�ation by the OIG, the person submitting a complaint assumes
the flti�to a civil remedy U.S.C. §4712(c)(2).
26. ProhibitecfIecommunications and eo Surveillance Services and Equipment. The Sponsor
agrees to c amply with mandatory stan`dards and policies relating to use and procurement of certain
L
telecommuions and video surveillance services or equipment in compliance with the National
Defense Autn A,t,',L. 115 23tt(f)(1)j and 2 CFR § 200.216.
F Syr' iSI ttt y Sit ; t ;t a tt
27. Critical Infrastruar����henc � MM Sponsor acknowledges that it has considered and
srt ss, .7
addressed physical and cybers�jiy and resilieW ,",,, in their project planning, design, and oversight,
as determined by the DOT ancf`t to Department r '3 omeland Security (DHS). For airports that do
not have specific DOT or DHS rsecurity red�tments,�he FAA encourages the voluntary
adoption of the cybersecurity r � ire mentstfd"l� the Tt"M� ortation Security Administration and
Federal Security Director identifiIt risk�t.',jfports.
28. Title VI of the Civil Rights Act. As a condition fit awardponsor shall demonstrate that it
complies with the provisions of Title VI of thights Act of 1#'� (42 U.S.C. §§ 2000d et seq) and
implementing regulations (49 CFR part 21�,�'��port and Airy"fmproyent Act of 1982 (49
U.S.C. § 47123), the Age Discriminationzgiof 1z (42 U St,�' et s�`Section 504 of the
i {i k 4f zt tt74it i}J{ )f iff;u.^ tt (�tJi
Rehabilitation Act of 1973 /29 U.S.0 § et se ��t i�f fans witEltjabilities Act of 1990 {42
i q Y
U.S.C. § 12101, et seq.), U.S. Department of Transpor1o"n and Fede�)}fAviation Administration
(FAA) Assurances, and other relevant civil rights statutes, regulatio >, author4e,s,`i,ls may
include, as applicable, providing a current Title VI Program Plan any t orrt� ��� 'f''brticipation Plan
(alternatively may be called a Public Participation Plan) to the FA ,4 �f+�ovah, in the format and
according to the timeline required by the FAA, and otlr... the communities that
will be benefited and impacted by the project. A comp16te4.tKTitle VI Pre -Grant Award Checklist is
also required for every grant application, unless excused by the FAA. The Sponsor shall affirmatively
ensure that when carrying out any project supported by this grant that it complies with all federal
nondiscrimination and civil rights laws based on race, color, national origin (including limited English
proficiency), sex (including sexual orientation and gender identity), creed, age, disability, genetic
information, or environmental justice in consideration for federal financial assistance. The Sponsor,
who has not sufficiently demonstrated the conditions of compliance with civil rights requirements
will be required to do so before receiving funds. The Department's and FAA's Office of Civil Rights
may provide resources and technical assistance to recipients to ensure full and sustainable
compliance with Federal civil rights requirements. Failure to comply with civil rights requirements
Mil
3-06-0194-066-2024
will be considered a violation of the agreement or contract and be subject to any enforcement
action as authorized by law.
29. FAA Reauthorization Act of 2024. This grant agreement is subject to the terms and conditions
contained herein including the terms known as the Grant Assurances as they were published in the
Federal Register on May 2022. On May 16, 2024, the FAA Reauthorization Act of 2024 made certain
amendments to 49 U.S.C. chapter 471. The Reauthorization Act will require FAA to make certain
amendments to the assurances in order to best achieve consistency with the statute. Federal law
requires that FAA publish any amendments to the assurances in the Federal Register along with an
opportunity to comment. In order not to delay the offer of this grant, the existing assurances are
attached herein; however, FAA shall interpret and apply these assurances consistent with the
Reauthorization Act. To the „extent there is a conflict between the assurances and Federal statutes,
the statutes shall aPO F� of the FAA Reauthorization Act of 2024 is at
CIAL CONDITIONS
30. Li htm"e Sponsor must operate and maintain the lighting system during the useful life of the
system iwit
31. Plans and S
specifications for FAA rev
32. Plans and Specifications i
applicable FAA standards.
fi Sponsor agrees that it will submit plans and
to adverf$ iaa for bids.
)val Based U
that the FAA's approval off Sponsor's PI
Sponsor's certification to c�r,$out the
specifications approved by t,rt� {j
a. The Sponsor's certification does not rel
FAA approval for modifications to pug11
notify the FAA of any limitationstcr}
b. The FAA's acceptance of Spgq ce
Xertification. The FAA and the Sponsor agree
,and Specification is based primarily upon the
in ac*anee with policies, standards, and
orj�rl� that:
E
e Sponsore requirement to obtain prior
! FAA airportlopment grant standards or to
:ition within tiit? roie�t,,,
appropriate project documentdn forth&04} tofval
statements; and
c. If the FAA determines that the Sponsor has not complied
the FAA will review the associated project costs to deterry,
FAA from reviewing
certification
ation statements,
such costs are
allowable under this Grant and associated grail
,Iris#fita„{�
33. Buy American Executive Orders. The Sponsor agrees to"'dbide by applicable Executive Orders in
effect at the time this Grant Agreement is executed, including Executive Order 14005, Ensuring
the Future Is Made in All of America by All of America's Workers.
34. Usable Unit of Development. The FAA and the Sponsor agree this Grant only funds a portion of
the overall project. The FAA makes no commitment of funding beyond what is provided herein.
In accepting this award, the Sponsor understands and agrees that the work described in this
Grant Agreement must be incorporated into a safe, useful, and usable unit of development
completed within a reasonable timeframe [49 USC § 47106(a)(4)]. This safe, useful, usable unit
of development must be completed regardless of whether the Sponsor receives any additional
federal funding.
M
3-06-0194-066-2024
35. Leaded Fuel. FAA Reauthorization Act of 2024 (P.L.118-63) Section 770 "Grant Assurances"
requires airports that made 100-octane low lead aviation gasoline (100LL) available, any time
during calendar year 2022, to not prohibit or restrict the sale, or self -fueling, of such aviation
gasoline. This requirement remains until the earlier of 2030, or the date on which the airport or
any retail fuel seller at the airport makes available an FAA -authorized unleaded aviation gasoline
replacement for 10OLL meeting either an industry consensus standard or other standard that
facilitates the safe use, production, and distribution of such unleaded aviation gasoline as
deemed appropriate by the Administrator. The Sponsor understands and agrees, that any
violations are subject to civil penalties.
13
3-06-0194-066-2024
The Sponsor's acceptance of this Offer and ratification and adoption of the Project Application
incorporated herein shall be evidenced by execution of this instrument by the Sponsor, as hereinafter
provided, and this Offer and Acceptance shall comprise a Grant Agreement, constituting the contractual
obligations and rights of the United States and the Sponsor with respect to the accomplishment of the
Project and compliance with the Grant Assurances, terms, and conditions as provided herein. Such Grant
Agreement shall become effective upon the Sponsor's acceptance of this Offer.
Please read the following information: By signing this document, you are agreeing that you have
reviewed the following consumer disclosure information and consent to transact business using
electronic communications, to receive notices and disclosures electronically, and to utilize electronic
signatures in lieu of using paper documents. You are not required to receive notices and disclosures or
sign documents ek
withdraw your con
I declare under
refer not to do so, you may request to receive paper copies and
ng is true and correct.'
Valerie Thorsen- Acting Manager
(Typed Name)
Acting Manager
' Knowingly and willfully providing false information to the Federal government is a violation of 18 U.S.C.
§ 1001 (False Statements) and could subject you to fines, imprisonment, or both.
14
3-06-0194-066-2024
Part 11 - Acceptance
The Sponsor does hereby ratify and adopt all assurances, statements, representations, warranties,
covenants, and agreements contained in the Project Application and incorporated materials referred to
in the foregoing Offer, and does hereby accept this Offer and by such acceptance agrees to comply with
all of the Grant Assurances, terms, and conditions in this Offer and in the Project Application.
Please read the following information: By signing this document, you are agreeing that you have
reviewed the following consumer disclosure information and consent to transact business using
electronic communications, to receive notices and disclosures electronically, and to utilize electronic
signatures in lieu of using paper documents. You are not required to receive notices and disclosures or
sign documents electronically. If you prefer not to do so, you may request to receive paper copies and
withdraw your consent at any�me.
declare under penarrrt`l,Ie foregoing is true and correct.'
Dated Septem
City of Redding
(Nome of Sponsor)
('l-n r Zn
2 Knowingly and willfully providing false information to the Federal government is a violation of 18 U.S.C.
§ 1001 (False Statements) and could subject you to fines, imprisonment, or both.
W
3-06-0194-066-2024
CERTIFICATE OF SPONSOR'S ATTORNEY
I„Christian M. Curtis acting as Attorney for the Sponsor do hereby certify:
That in my opinion the Sponsor is empowered to enter into the foregoing Grant Agreement under the
laws of the State of California . Further, I have examined the foregoing Grant Agreement and the
actions taken by said Sponsor and Sponsor's official representative, who has been duly authorized to
execute this Grant Agreement, which is in all respects due and proper and in accordance with the laws
of the said State; and Title 49, United States Code (U.S.C.), Chapters 471 and 475; 49 U.S.C. §§ 40101 et
seq., and 48103; FAA Reauthorization Act of 2018 (P.L. 115-254); the Department of Transportation
Appropriations Act, 2021 (P.L. 116-260, Division Q; the Consolidated Appropriations Act, 2022 ( P.L.
117-103); Consolidated ',tqp
s Act, 2023 { P.L. 117-328); Consolidated Appropriations Act, 2024
(P.L. 118-42), FAA RQ, ization � ; t �024 (P.L. 118-63); and the representations contained in the
Project Application,` ` ddition, for gra �unvolving projects to be carried out on property not owned by
the Sponsor, thgri'e no legal impedim�� that will prevent full performance by the Sponsor. Further,
it is my opinion the said Grant Agre��ht constitutes a legal and binding obligation of the Sponsor
in accordance Ott the terms thereof.
Please read the f wmg information: By signing this document, you are agreeing that you have
reviewed the follot��xp��� disclosr)'gInlation and consent to transact business using
tY 7yt,n1 d{!
electronic comm unicat7hrocewez'��os'bi�closures electronically, and to utilize electronic
signatures in lieu of using paper do�rts. You ar1�t required to receive notices and disclosures or
sign documents electronically. if yrrefer not to dc,� you may request to receive paper copies and
withdraw your consent at anv timozl tf`
I declare
Dated at
3 Knowingly and willfully providing false information to the Federal government is a violation of 18
U.S.C. § 1001(False Statements) and could subject you to fines, imprisonment, or both.
m
3-06-0194-066-2024
ASSURANCES
AIRPORT SPONSORS
A. General.
1. These assurances shall be complied with in the performance of grant agreements for airport
development, airport planning, and noise compatibility program grants for airport sponsors.
2. These assurances are required to be submitted as part of the project application by sponsors
requesting funds under the provisions of Title 49, U.S.C., subtitle VI1, as amended. As used
herein, the term "public agency sponsor" means a public agency with control of a public -use
airport; the term "private sponsor" means a private owner of a public -use airport; and the term
"sponsor" includes both public agency sponsors and private sponsors.
a�1
3. Upon accept,q,t�},,1t�(� offer by the sponsor, these assurances are incorporated in and
become DartoJtliis Grant Aet'jeient.
B. Duration arf ,r''plicability.
1. Airporr'velopment or Noise patibility Program Projects Undertaken by a Public Agency
Sponft {
tt, ir,
The tees of this Grant Agreement shall remain in full force and
effect th y` t�qut th t�eful life of t ,facilities developed or equipment acquired for an
airport deveio�ry:,r � a noise t� i�fi�Trogram project, or throughout the useful life of
the project items installedr�ffi'a facility er a noise compatibility program project, but in
any evyears the date of acceptance of a grant offer of
Federal funds for the pro' However,
assurances regarding Ex6 Rightsai
4t j
airport. There shall be
respect to real property acqu`Ie}�,ftrfd'
Rights assurance shall be specified in the
2. Airport Development or Noise Com
The preceding paragraph (1) alsotlfes to`'
project items installed within a facl'lity or the
II be no limit on the duration of the
ort Rqy� iue so long as the airport is used as an
t
ofi}sir, conditions, and assurances with
,:u`tljore, the duration of the Civil
Projects U
acquired under an airport development or noise compatibility
than ten (10) years from the date of acceptance of Federal aid
3. Airport Planning Undertaken by a Sponsor.
Private Sponsor.
at the useful life of
developed or equipment
11 be no less
Unless otherwise specified in this Grant Agreemerit,`'dr[ly=Assurances 1, 2, 3, 5 6, 13, 18, 23, 25,
30, 32, 33, 34, and 37 in Section C apply to planning projects. The terms, conditions, and
assurances of this Grant, Agreement shall remain in full force and effect during the life of the
project; there shall be no limit on the duration of the assurances regarding Exclusive Rights and
Airport Revenue so long as the airport is used as an airport.
Airport Sponsors Assurances 5/2022 Page 1 of 18
3-06-0194-066-2024
C. Sponsor Certification.
The sponsor hereby assures and certifies, with respect to this grant that:
1. General Federal Requirements
It will comply with all applicable Federal laws, regulations, executive orders, policies, guidelines, and
requirements as they relate to the application, acceptance, and use of Federal funds for this Grant
including but not limited to the following:
FEDERAL LEGISLATION
a. 49 U.S.C. subtitle VII, as amended.
a
b. Davis -Bacon Aq,r �;' {i � rt 40 U.S.C. §§ 3141-3144, 3146, and 3147, et seq.gg
c. Federal Fa, l "fir Standards129 U.S.C. § 201, et seq.
r;s
d. Hatch � �: U.S.C. § 1501, et s ki '
e. Unifor, ` elocation Assistance eal Property Acquisition Policies Act of 1970, 42 U.S.C.
z
§ 460{seq.
f. Nation al,ff [onc Preservation Act of 1966 — Section 106 — 54 U.S.C. § 306108.1
+e x t { sJ} 4
g. Archeologi a ,,}� '}��f Prest f �{��}Pf 1974 — 54 U.S.C. § 312501, et seq.1
h. Native Act}iCJ,S.C. § 3001, et seq.
tt }
4 i. Clean Air Act, P.L. 90-148mended 42 4}C: § 7401, et seq.
r �ttt rj{rt�sssa
j. Coastal Zone Managemen��t, P.L. 92 516 U.S.C. § 1451, et seq.
k. Flood Disaster Protection Ac tr 7�� 1 ion � i'� S C. § 4012a.1
t
1. 49 U.S.C. § 303, (formerly known as Section{
m. Rehabilitation Act of 1973— 29 U
}"fti
n. Title VI of the Civil Rights Act of 12000d�., 78 ��tr252)(prohibits
discrimination on the basis of race,��plor
o. Americans with Disabilities Act of 1990 as amended 42 U.S. C y= �101 et se ,prohibits
discrimination on the basis of disability).
t ) t
p. Age Discrimination Act of 1975 — 42 U.S.C. § 6101, et seq. E s , ''
��i f i t
q. American Indian Religious Freedom Act, P.L. 95 341{��.eJ$
x
r. Architectural Barriers Act of 1968, as amended — 42 U S.C. § 4151, et seq.
s. Powerplant and Industrial Fuel Use Act of 1978 — Section 403 — 42 U.S.C. § 8373.1
t. Contract Work Hours and Safety Standards Act — 40 U.S.C. § 3701, et seq.1
u. Copeland Anti -kickback Act —18 U.S.C. § 874.1
v. National Environmental Policy Act of 1969 — 42 U.S.C. § 4321, et seq.'
w. Wild and Scenic Rivers Act, P.L. 90-542, as amended —16 U.S.C. § 1271, et seq.
x. Single Audit Act of 1984 — 31 U.S.C. § 7501, et seq.'
Airport Sponsors Assurances 5/2022 Page 2 of 18
3-}6-0194-}66-20I4
y. Drug -Free Workplace Act of1988-41U.S.L§§8101through O105.
z. The Federal Funding Accountability and Transparency Act of 2006, as amended (P.L. 109-282, as
amended bvsection G2O2ofP.L11O-252).
aa.Civil Rights Restoration Act of19D7,P.L.lOO-2S9`
bb.Build America, Buy America Act, P.L.117-58,Title IX.
EXECUTIVE ORDERS
a. Executive Order 1I246—Equal Employment Opportunity'
b. Executive Order 11990— Protection of Wetlands
c. Executive Order ,E,Jpod Plain Management
d. Executive ernmental Review ofFederal Programs
e" 12699-5ein ofFederal and Federally Assisted New Building
1
of1ditbtal Justice
g.
Execut," r r 66 — Improving Access to Services for Persons with Limited English
Profici
b Executi vancing Racial Equity and Support for
Undersery Government
i Executive Order 13988or Sexual Orientation
-
i Executive Order 14OO5—
Workers
k. Executive Order 140O —TackUnQtheO
jibg Discrimination on the Basis of Gender Identity
America bvAll DfAmerica's
FEDERAL REGULATIONS Iff
a. 2[FRPart 18O—DK4BGuidelines
(NonprUcUrenlenti ��0�
b' 2CFRPart 2UO—Uniform Administrative Requirements, Cost Ph
4,5
for Federal Awards. A111"i
c. 2CFRPart 12O0—NonprocunementSuspension
and Suspension
Requirements
d. 14CFRPart 13—Investigative and Enforcement P
e' 14 CFR Part 16 — Rules of Practice for Federal ly-Assisted Airport Enforcement Proceedings.
[ 24CFKPart 15O—Airport Noise Compatibility Planning.
g. 28[FRPart 3S—Nondiscrimination mnthe Basis of Disability in State and Local
k 28 CFRg5B—U.S. Department of Justice Guidelines for the Enforcement of Title VI ofthe Civil
Rights Act of1Q64.
i. 29 CFR Part 1 — Procedures for Predetermination of Wage Rates.'
Airport Sponsors Assurances 5/2022 Page 3wm
3-06-0194-066-2024
j. 29 CFR Part 3 — Contractors and Subcontractors on Public Building or Public Work Financed in
Whole or in Part by Loans or Grants from the United States.'
k. 29 CFR Part 5 —Labor Standards Provisions Applicable to Contracts Covering Federally Financed
and Assisted Construction (Also Labor Standards Provisions Applicable to Nonconstruction
Contracts Subject to the Contract Work Hours and Safety Standards Act).'
1. 41 CFR Part 60 — Office of Federal Contract Compliance Programs, Equal Employment
Opportunity, Department of Labor (Federal and federally -assisted contracting requirements).'
m. 49 CFR Part 20 — New Restrictions on lobbying.
n. 49 CFR Part 21 Nondiscrimination in Federally -Assisted Programs of the Department of
Transportation - EfftacLn of Title VI of the Civil Rights Act of 1964.
o. 49 CFR Part 2{rti'cipatid
5f
p. 49 CFR P,}2�1`— Uniform Reloc',
Federalfyt ssisted Programs.1, 2
q. 49 CFF4Srt 26—Participation b
fx}tr i,
Transion Financial Assista
sadvantage Business Enterprise in Airport Concessions.
Assistance and Real Property Acquisition for Federal and
Programs.
Business Enterprises in Department of
r. 49 CFR 7 Nondiscrimination on the Basis of Disability in Programs or Activities Receiving
r
Federal Firiiii�talAststtice.l
s. 49 CFR Part 28 — Enforcem�0, Nondiscri'"Illbliption on the Basis of Handicap in Programs or
Activities Conducted by thp�`partment of Tsportation.
t. 49 CFR Part 30 — Denial
Countries That Deny Pr
49 CFR Part 32 — Governm
Assistance).
lic Works
rent Marty
49 CFR Part 37 Transportation
w. 49 CFR Part 38 —Americans with
Transportation Vehicles.
49 CFR Part 41—Seismic Safety.
to Sp
ppliers of Goods and Services of
tc tU11e contractors.
Workplace (Financial
FOOTNOTES To ASSURANCE (C)(1)�AM
Mi
w. ,}, � . .ftrtt�f. ,1•
1 These laws do not apply to airport planning spons';,�R,MM;r`
These laws do not apply to private sponsors. 9�'1
3 2 CFR Part 200 contains requirements for State and L' "Governments receiving Federal
assistance. Any requirement levied upon State and Local Governments by this regulation shall
apply where applicable to private sponsors receiving Federal assistance under Title 49, United
States Code.
n Cost principles established in 2 CFR part 200 subpart E must be used as guidelines for
determining the eligibility of specific types of expenses.
5 Audit requirements established in 2 CFR part 200 subpart F are the guidelines for audits.
Airport Sponsors Assurances 5/2022 Page 4 of IS
3-06-0194-066-2024
SPECIFIC ASSURANCES
Specific assurances required to be included in grant agreements by any of the above laws, regulations or
circulars are incorporated by reference in this Grant Agreement.
2. Responsibility and Authority of the Sponsor.
a. Public Agency Sponsor:
It has legal authority to apply for this Grant, and to finance and carry out the proposed project
that a resolution, motion or similar action has been duly adopted or passed as an official act of
the applicant's governing body authorizing the filing of the application, including all
understandings and assurances contained therein, and directing and authorizing the person
identified as the�(presentative of applicant to act in connection with the
application,{provie't„additional information as may be required.
b. Private
it has
i
and cditf
ff,it
desigr��
this apjlt
;
connects
required.
l'`authority to applyforill�s Grant and to finance and carry out the proposed project
lywith all terms, contlt1ns, and assurances of this Grant Agreement. It shall
;�O ,
an official representativb and shall in writing direct and authorize that person to file
ation, including all understandings and assurances contained therein; to act in
r=a��th this application; and,to provide such additional information as may be
3. Sponsor Fund Availability.
It has sufficient funds availal
United States. It has sufficiei
under this Grant Agreement
4. Good Title.
It, a public agency or the Federal govern
the landing area of the airport or site t<l
kt �r
Secretary that good title will be acgdz
b. For noise compatibility program pr*cts to bi
holds good title satisfactory to the Secretary to
project costs which are not to be paid by the
-e operation and maintenance of items funded
funds will be expended or will give assurance to the Secretary
S. Preserving Rights and Powers.
a. It will not take or permit any action which would
sfactoryto the Secretary, to
isfactory to the
Ly of the sponsor, it
rtv upon which Federal
obtained.
grrive it of any of the rights and
powers necessary to perform any or all of the terrri�'Itions, and assurances in this Grant
Agreement without the written approval of the Secretary, and will act promptly to acquire,
extinguish or modify any outstanding rights or claims of right of others which would interfere
with such performance by the sponsor. This shall be done in a manner acceptable to the
Secretary.
b. Subject to the FAA Act of 2018, Public Law 115-254, Section 163, it will not sell, lease,
encumber, or otherwise transferor dispose of any part of its title or other interests in the
property shown on Exhibit A to this application or, for noise compatibility program project,
that portion of the property upon which Federal funds have been expended, for the duration of
the terms, conditions, and assurances in this Grant Agreement without approval by the
Airport Sponsors Assurances.5/2022 Page 5 of IS
3-06-0194-066-2024
Secretary. If the transferee is found by the Secretary to be eligible under Title 49, United States
Code, to assume the obligations of this Grant Agreement and to have the power, authority, and
financial resources to carry out all such obligations, the sponsor shall insert in the contract or
document transferring or disposing of the sponsor's interest, and make binding upon the
transferee all of the terms, conditions, and assurances contained in this Grant Agreement.
c. For all noise compatibility program projects which are to be carried out by another unit of local
government or are on property owned by unit of local government other than the sponsor, it
will enter into an agreement with that government. Except as otherwise specified by the
Secretary, that agreement shall obligate that, government to the same terms, conditions, and
assurances that would be applicable to it if it applied directly to the FAA fora grant to
undertake the noise compatibility program project. That agreement and changes thereto must
be satisfactory,,, of Y It will take steps to enforce this agreement against the local
governme,p„jroe is sI non-compliance with the terms of the agreement.
d. For noisl}�tnpatibility prograrr,rpjects to be carried out on privately owned property, it will
r'rt s t
enter tan agreementwith tfnrnerofthat property which includes provisions specified by
the Stary. It will take steps,„nforcethis agreement against the property owner
whenthere is substantial nofliLcompliance with the terms of the agreement.
e. If the s r is a private sponsor, it will take steps satisfactory to the Secretary to ensure that
z,
the airpoY��)jtpptpp{to func�p��,tublic-use airport in accordance with these assurances
t t f t �2 t� 1 i
for the duratj tiz� }, se ass #6 it '
f. If an arrangement is made}`management t�izl operation of the airport by any agency or
person other than the or an emplo"I" of the sponsor, the sponsor will reserve
sufficient rights and auth6jytoensure t'he airpt will be operated and maintained in
accordance with Title 49, lnd Stato #�, the rjtions and theterms,conditions and
}} 1 sf'Yt4
re�����shall e,�►�hath�arrangementalsorequires
assurances in this Grant Ag
t�la,
compliance therewith.
, 1
g. Sponsors of commercial service airportyaj('fot permit or ezrtr into any arrangement that
results in permission for the owner c ��te0ap `of a pro pert ,p `d as a", -idence, or zoned for
�f
residential use, to taxi an aircratt.y, en ty tJlprope t any I�� ion on airport. Sponsors
of general aviation airports enteniI'Winto an permission for the
owner of residential real property adjacent to or near the airpojW''st comply with the
requirements of Sec. 136 of Public Law 112-95 and thesponso urance£}{4
6. Consistency with Local Plans.
The project is reasonably consistent with plans (existirt�tft�ir e "submission of this
d �u ,
application) of public agencies that are authorized by the Ott'"m which the project is located to
plan for the development of the area surrounding the airport.
7. Consideration of Local Interest.
It has given fair consideration to the interest of communities in or near where the project may be
located.
8. Consultation with Users.
In making a decision to undertake any airport development project under Title 49, United States
Code, it has undertaken reasonable consultations with affected parties using the airport at which
project is proposed.
Airport Sponsors Assurances.5/2022 Page 6 of IS
3-06-0194-066-2024
9. 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.
10. Metropolitan Planning Organization.
In projects involvirtf�ftj{,{f an airport, an airport runway, or a major runway extension at a
medium or large port, tnsor has made available to and has provided upon request to
the metropoianning organizai0 in the area in which the airport is located, if any, a copy of
the pro pos't�i'endment to the air9,#,t layout plan to depict the project and a copy of any airport
master pI , which the project is d `�, ibed or depicted.
11. Pavementl' ` ventive Maintenance�i `anaeement.
With respec' a project approved after January 1, 1995, for the replacement or reconstruction of
pavement atjtrr,�ttsures o that it has implemented an effective airport
pavement maintLrt hager � #ft; 40,!"liand it assures that it will use such program for the
useful life d, recon��;�ted or repaired with Federal financial assistance
y t J P cs% { S
at the airprts on pa ent condition and pavement management
programs as the Secretary de[0111111111 roes may beg,", 'ul.
12. Terminal Development Prere
For projects which include terminal 4W06l3 rent _ jx� ubl�c u '
has, on the date of submittal of the project gra��lication, all
certification of such airport under49 U.S.C. dlm
} j6, and all the
or regulation, and has provided for accestq� 'passenger enSP
r
airport to passengers enplaning and dpjd'rng fifty aircraf{p
13. Accounting System, Audit, and Record "keeping
It shall keep all project accounts and records which fully discl
the recipient of the proceeds of this Grant, the total cost of t
which this Grant is given or used, and the amount ornature,
project supplied by other sources, and such othe
accounts and records shall be kept in accordance
,ort, as defined in Title 49, it
safety equipment required for
city equipment required by rule
Ming an,eplaning area of such
than,!, :farrier aircraft.
am
#`,hr ection with
n of the cost of the
by
ds'pertinent to the project. The
unting system that will facilitate
an effective audit in accordance with the Single Audit Act of 1984.
b. It shall make available to the Secretary and the Comptroller General of the United States, or
any of their duly authorized representatives, for the purpose of audit and examination, any
books, documents, papers, and records of the recipient that are pertinent to this Grant. The
Secretary may require that an appropriate audit be conducted by a recipient. In any case in
which an independent audit is made of the accounts of a sponsor relating to the disposition of
the proceeds of a grant or relating to the project in connection with which this Grant was given
or used, it shall file a certified copy of such audit with the Comptroller General of the United
.Airport Sponsors Assurances.5/2022 Page 7 of 18
3-06-0194-066-2024
States not later than six (6) months following the close of the fiscal year for which the audit was
made.
14. Minimum Wage Rates.
It shall include, in all contracts in excess of $2000 for work on any projects funded under this Grant
Agreement which involve labor, provisions establishing minimum rates of wages, to be
predetermined by the Secretary of Labor under 40 U.S.C. §§ 3141-3144, 3146, and 3147, Public
Building, property, and Works), which contractors shall pay to skilled and unskilled labor, and such
minimum rates shall be stated in the invitation for bids and shall be included in proposals or bids for
the work.
15. Veteran's Preference.
It shall include majjttratsk�fftfork on any project funded under this Grant Agreement which
t. r
involve labor ,rpiovisions as ail�recessary to insure that, in the employment of labor (except in
executive, af'`istrative, and supei�;�ry positions), preference shall be given toVietnam era
veterans, Pr�,)n Gulf veterans, AfgE�lstan-Iraq war veterans, disabled veterans, and small
business c erns owned and contrby disabled veterans as defined in49 U.S.C. § 47112.
,,1 mV
,
However, preference shall apply z$hly where the individuals are available and qualified to
perform tEprk to which the employment relates.
16. Conformity tndcifi
It will execute the p`r`tijectrsuble}t+tans, 6ftations and schedules approved by the Secretary.
Such plans, specifications, anc=les shall b,mibmitted to the Secretary prior to
commencement of site prepa# ��on, constructidifir r other performance under this Grant
Agreement, and, upon appro,,,,," the Secretq "i, ` all be i0corporated into this Grant Agreement.
Any modification to the approv`�rlans, spt�ons„i�'chedules shall also be subject to
approval of the Secretary, and incrtrtitoth+I�rttment.
17. Construction Inspection and Approval.
It will provide and maintain competent techp�)� ' up(
project to assure that the work conform, �jte�jjan5
the Secretary for the project. It shall the���s
approved project application to inspectt'on and apprd
accordance with regulations and procedures prescrib
procedures shall require such cost and progress repot
project as the Secretary shall deem necessary.
18 Planning Projects.
In carrying out planning projects:
:)ughoutthe
roved by
ned in an
shall be in
ns and
such
a. It will execute the project in accordance with the approved program narrative contained in the
project application or with the modifications similarly approved.
b. It will furnish the Secretary with such periodic reports as required pertaining to the planning
project and planning work activities.
c It will include in all published material prepared in connection with the planning project a
notice that the material was prepared under a grant provided by the United States.
Airport Sponsors Assurances 5/2022 Page 8 of 18
3-06-0194-066-2024
d. It will make such material available for examination by the public, and agrees that no material
prepared with funds under this project shall be subject to copyright in the United States or any
other country.
e. It will give the Secretary unrestricted authority to publish, disclose, distribute, and otherwise
use any of the material prepared in connection with this grant.
f. It will grant the Secretary the right to disapprove the sponsor's employment of specific
consultants and their subcontractors to do all or any part of this project as well as the right to
disapprove the proposed scope and cost of professional services.
g. It will grant the Secretary the right to disapprove the use of the sponsor's employees to do all
or any part of the project.
h: It understanl`i1trd`lta� the Secretary's approval of this project grant or the Secretary's
approvalf'�nylanrnng malt developed as part ofthis grant does not constitute or imply
any ass ifJIM, or commitment e part of theSecretaryto approve any pending or future
applicp#f}for a Federal airportnt.
19. Operatlo� ntjd Maintenance.
i
a. The aii€it and all facilities which are necessary to serve the aeronautical users of the airport,
other tH r f cilities owned or controlled by the United States, shall be operated at all times in a
safe and sq_,frtrition"�tf,�rdance with the minimum standards as may be
required or prescrt�a`'d" y a "", Fede state, and local agencies for maintenance and
operation, (twill not caus'iermit any ai?ity or action thereon which wouldinterfere with
its use for airport purpos , will suitably mate and maintain the airport and all facilities
thereon or connected th lr vith, with dugs Ord to 7g matic and flood conditions. Any proposal
flh
to temporarily close the ai'grtit for no�tnauti��ur oses mustfirst be approved by the
Secretary. Infurtherance of'tsi�lf{�e, the< 1�of�j�ave in effect arrangements for:
1. Operating the airpoienever r uired;
2. Promptly marking and lighting ha��,esulting from ail
�� ,
temporary conditions; and �'{i,' £ �,iiF` s's it
3. Promptly notifying pilots of a'y conditior��{�ror
contained herein shall be construed to reamr`ethat the a
aeronautical use during temporary periods when snow, floes
interfere with such operation and maintenance. Further,,��i-
as requiring the maintenance, repair, restoration, or rely
facility which is substantially damaged or desIJ+"ti
condition or circumstance beyond the control'ot��onsor.
ions, including
rrktse of the airport. Nothing
1,;i,,
r`e operated for
or other c conditions
ink> r s 'a11 be construed
ptf any structure or
act of God or other
b. It will suitably operate and maintain noise compatibility program items that it owns or controls
upon which Federal funds have been expended.
20. Hazard Removal and Mitigation.
It will take appropriate action to assure that such terminal airspace as is required to protect
instrument and visual operations to the airport (including established minimum flight altitudes) will
be adequately cleared and protected by removing, lowering, relocating, marking, or lighting or
otherwise mitigating existing airport hazards and by preventing the establishment or creation of
future airport hazards.
Airport Sponsors Assurances 5/2022 Page 9 of 18
3-06-0194-066-2024
21. Compatible Land Use.
It will take appropriate action, to the extent reasonable, including the adoption of zoning laws, to
restrict the use of land adjacent to or in the immediate vicinity of the airport to activities and
purposes compatible with normal airport operations, including landing and takeoff of aircraft. In
addition, if the project is for noise compatibility program implementation, it will not cause or permit
any change in land use, within its jurisdiction, that will reduce its compatibility, with respect to the
airport, of the noise compatibility program measures upon which Federal funds have been
expended.
22. Economic Nondiscrimination.
a. it will make the airport available as an airport for public use on reasonable terms and without
unjust discrim4tl l r $�lj` pes, kinds and classes of aeronautical activities, including
commerciauticaoffering services to the public atthe airport.
b. In any ent, contract, leW,,br other arrangement under which a right or privilege at the
airportanted to any personMiln, or corporation to conduct or to engage in any
aerorr�tical activity for furnish%�� services to the public at the airport, the sponsor will insert
MO
and el"a pt(-ce provisions requiring fide contractor to:
1. Fur{said services on a reasonable, and not unjustly discriminatory, basis to all users
i,}i{7
2. Chargereao'riai"(, and pp('oijustly df,fiminatory, prices for each unit or service,
providedthatthe cor�tr for may be al('WOOd to make reasonable and nondiscriminatory
discounts, rebates, orl er similar typ f price reductions to volume purchasers.
c. Each fixed -based operatat ,the airport ;fif be sul to the same rates, fees, rentals, and
other charges as are unifort�y}(��',tr all ot���� based operators making the same or
similar uses of such airport anr'simif'S cilities.
d. Each air carrier using such airport shall hr to use any fixed -based
t
operator that is authorized or permitte airport to svany fir carrier at such airport.
e. Each air carrier using such airport s, er�f a tenants„j tenan ,t r subtenant of another air
�sr �� t{
carrier tenant) shall be subject to oth nondl5 lrf t �,1 4r a'nd sub �tially comparable rules,
regulations, conditions, rates, fees, rentals, and o oe charges w ie6spect to facilities directly
and substantially related to providing air transportation ale t, huh air carriers
' �i�,tu
which make similar use of such airport and utilize similar facilis, sukteasonable
jt 13 tt1 �� tEi is}4
classifications such as tenants or non -tenants and signatory trd rion-si nator carriers.
Classification or status as tenant or signatory shak(tz��sonably withheld by any airport
provided an air carrier assumes obligations substaitay?jtriilar to those already imposed on air
carriers in such classification or status.
f. It will not exercise or grant any right or privilege which operates to prevent any person, firm, or
corporation operating aircraft on the airport from performing any services on its own aircraft
with its own employees (including, but not limited to maintenance, repair, and fueling) that it
may choose to perform.
g. In the event the sponsor itself exercises any of the rights and privileges referred to in this
assurance, the services involved will be provided on the same conditions as would apply to the
furnishing of such services by commercial aeronautical service providers authorized by the
sponsor under these provisions.
Airport Sponsors Assurances 5/2022 Page 10 of 18
3-06-0194-066-2024
h. The sponsor may establish such reasonable, and not unjustly discriminatory, conditions to be
met by all users of the airport as may be necessary for the safe and efficient operation of the
airport.
i. The sponsor may prohibit or limit any given type, kind or class of aeronautical use of the airport
if such action is necessary for the safe operation of the airport or necessary to serve the civil
aviation needs of the public.
23. Exclusive Rights.
It will permit no exclusive right for the use of the airport by any person providing, or intending to
provide, aeronautical services to the public. For purposes of this paragraph, the providing of the
services at an airport by a single fixed -based operator shall not be construed as an exclusive right if
both of the followiri�li4s}'' ' tt
st}rt cy}i 3i �2 �„ t k ttit �� ti tit
a. It would b`tiireasonably coy;burdensome, or impractical for more than one fixed -based
operato,.'`tt rovide such servic�nd
t S ? t,t•t k ! ft
b. I alloW"i more than one fixed `led operator to provide such services would require the
t tilt „
reduc�ft of space leased puro an existing agreement between such single fixed -based
opera 'nd such airport. Itfurther agrees that it will not, either directly or indirectly, grant or
permit person, firm, or corporation, the exclusive right at the airport to conduct any
aeronaut��;�pty�tt�,pcludmg t} limited to charter flights, pilot training, aircraft rental
s ,}, 3}� } 't { a � < r�
and sightseet�}pt photo��y,`crot��ting, aerial advertising and surveying, air carrier
operations, aircraft sates a��rtervices, sal;�viation petroleum products whether ornot
conductaeronupal activity, repair and maintenance of aircraft,
rttr �ttj} }
sale of aircraft parts, and�i other activiti��hich because of their direct relationship to the
operation of aircraft can b} tl garded as .. � 'ronautt�� activity, and that it will terminate any
}}i t}k,i st't t{ !� Ittt �t
exclusive right to conduct ai1t } p7 t� activity �� i tang at such an airport before the
grant of any assistance undertte{;t'ldiiited NCode t
24. Fee and Rental Structure.
It will maintain a fee and rentalstructure p�;�acilities and at}e airport which will
make the airport as self-sustaining as p able Lfo� r the c i r ance� f ting at the particular
airport, taking into account such factorzas the vof���Mvc and gUomy of collection. No part
of the Federal share of an airport development, airport planning or rcompatibility project for
which a Grant ismadeunder Title 49, United States Code, the AIrpc{nd Airvuatj,jvement Act
of 1982, the Federal Airport Act or the Airport and Airway Develo�nt}��' shall be
included in the rate basis in establishing fees, rates, and charges'``that airport.
25. Airport Revenues.
All revenues generated by the airport and any local taxes on aviation fuel established after
December 30, 1987, will be expended by it for the capital or operating costs of the airport; the
local airport system; or other local facilities which are owned or operated by the owner or
operator of the airport and which are directly and substantially related to the actual air
transportation of passengers or property; or for noise mitigation purposes on or off the airport.
The following exceptions apply to this paragraph:
1. If covenants or assurances in debt obligations issued before September 3,1982, by the
owner or operator of the airport, or provisions enacted before September 3, 1982, in
governing statutes controlling the owner or operator's financing, provide for the use of the
Airport Sponsors Assurances 5/2022 Page 11 of 18
3-06-0194-066-2024
revenues from any of the airport owner or operator's facilities, including the airport, to
support not only the airport but also the airport owner or operator's general debt
obligations or other facilities, then this limitation on the use of all revenues generated by
the airport (and, in the case of a public airport, local taxes on aviation fuel) shall not apply.
2. If the Secretary approves the sale of a privately owned airport to a public sponsor and
provides funding for any portion of the public sponsor's acquisition of land, this limitation
on the use of all revenues generated by the sale shall not apply to certain proceeds from
the sale. This is conditioned on repayment to the Secretary by the private owner of an
amount equal to the remaining unamortized portion (amortized over a 20-year period) of
any airport improvement grant made to the private owner for any purpose other than land
acquisition on or after October 1, 1996, plus an amount equal to the federal share of the
current f�jfm fan land acquired with an airport improvement grant made to
that a�f a ... orafter ber 1, 1996.
}i1f8 {.4x .
3.
CertYrevenue derived frr i,rr generated by mineral extraction, production, lease, or
oteansatageneral a1pn airport (as defined at 49 U.S.C. § 47102), if the FAA
d � rmines the airport spg11 meets the requirements set forth in Section 813 of Public
L {�;;_` 12-95.
b. As partik,,e annual audit required under the Single Audit Act of 1984, the sponsor will direct
that the a t;�t...... , and t p1� t ft0g audit report will provide an opinion concerning, the
use of airport rQ�jid ta�,d `ja`tg�b (a), and indicating whether funds paid or
transferred to the owner car{rato'are p�f�pr transferred in a manner consistent with Title
3 tl,
49, United States Code an'�`�r;y other appli4e provision of law, including any regulation
promulgated by the Secr fy or Adminis ,,r
c. Any civil penalties or other
accordance with the provisi
26. Reports and inspections.
It will:
a. submit to the Secretary such
0
moosedfo"r violation of this assurance in
Ire
as the Secretary
may reasonably request and mak'ch rep&OWI j to the p# jf', make available to the
public at reasonable times and places a report oft'he airport bu in a format prescribed by
1 4 $4i
the Secretary;
lx
b. for airport development projects, make the airport and all air rt`nd documents
affecting the airport, including deeds, leases, oper#ton ar>=��;ements, regulations and
S #a 3tJt }. tjsYi t'
other instruments, available for inspection by anyr��Worized agent of the Secretary upon
reasonable request;
c. for noise compatibility program projects, make records and documents relating to the project
and continued compliance with the terms, conditions, and assurances of this Grant Agreement
including deeds, leases, agreements, regulations, and other instruments, available for
inspection by any duly authorized agent of the Secretary upon reasonable request; and
d. in a format and time prescribed by the Secretary, provide to the Secretary and make available
to the public following each of its fiscal years, an annual report listing in detail:
1. all amounts paid by the airport to any other unit of government and the purposes for
which each such payment was made; and
Airport Sponsors Assurances 5/2022 Page 12 of 18
3-06-0194-066-2024
2. all services and property provided by the airport to other units of government and the
amount of compensation received for provision of each such service and property.
27. Use by Government Aircraft.
It will make available all of the facilities of the airport developed with Federal financial assistance
and all those usable for landing and takeoff of aircraft to the United States for use by Government
aircraft in common with other aircraft at all times without charge, except, if the use by Government
aircraft is substantial, charge may be made for a reasonable share, proportional to such use, for the
cost of operating and maintaining the facilities used. Unless otherwise determined by the Secretary,
or otherwise agreed to by the sponsor and the using agency, substantial use of an airport by
Government aircraft will be considered to exist when operations of such aircraft are in excess of
those which, in the pflte Secretary, would unduly interfere with use of the landing areas
by other authorill,,, ft, g any calendar month that:
a. Five (5) of'krre Government a)raft are regularly based at the airport or on land adjacent
' RNII,'
thereto`''"
J�tyt it i
b. The is l'number of movemen ounting each landing as a movement) of Government
ai300 or more, or the gr'o'-accumulative weight of Government aircraft using the
airporf�te total movement of Government aircraft multiplied by gross weights of such
aircraft)'t(�,excess of ewe million pounds
f'�ilzs.ti xji� {i`{tt��xl
tt�S, �i� Ott tY t}1ti� �r tr1$tt yt
28. hand for
tr, r.e 1 j tfr s 1 d£t
�34
It will furnish without cost to t deral Gover nt for use in connection with any air traffic
control or air navigation actiufti, or weather -
traffic control, any areas of lailprwater, or el
desirable for construction, op641 "' and �� t
such purposes. Such areas or an 11
four months after receipt of written request
29. Airport Layout Plan.
a. Subject to the FAA Reauthorizati
to date at all times an airport lay
ing and communication activities related to air
nere�n as the Secretary considers necessary or
c eral expense of space or facilities for
y,ailable as provided herein within
ire` Secretai
{ rt
tf k
Public Lai254�ction 163, it will keep up
1. boundaries of the airport and all proposed ns theretpgether with the boundaries
,t ,
of all offsite areas owned or controlled by the sponsor for,.' rt purpp �� td proposed
additions thereto;
2, the location and nature of all existing and pro„sed aiK"'M�}ttl`ities and structures (such
as runways, taxiways, aprons, terminal buildil""rs'and roads), including all
proposed extensions and reductions of existing airport facilities;
3. the location of all existing and proposed non -aviation areas and of all existing
improvements thereon; and
4. all proposed and existing access points used to taxi aircraft across the airport's property
boundary.
Such airport layout plans and each amendment, revision, or modification thereof, shall be
subject to the approval of the Secretary which approval shall be evidenced by the signature of
a duly authorized representative of the Secretary on the face of the airport layout plan. The
sponsor will not make or permit any changes or alterations in the airport or any of its facilities
Airport Sponsors Assurances 5/2022 Page 13 of 18
3-06-0194-066-2024
which are not in conformity with the airport layout plan as approved by the Secretary and
which might, in the opinion of the Secretary, adversely affect the safety, utility or efficiency of
the airport.
b. Subject to the FAA Reauthorization Act of 2018, Public Law 115-254, Section 163, if a change or
alteration in the airport or the facilities is made which the Secretary determines adversely
affects the safety, utility, or efficiency of any federally owned, leased, or funded property on or
off the airport and which is not in conformity with the airport layout plan as approved by the
Secretary, the owner or operator will, if requested, by the Secretary:
1. eliminate such adverse effect in a manner approved by the Secretary or
2. bear all costs of relocating such property (or replacement thereof) to a site acceptable to
the Secretty tl fists of restoring such property (or replacement thereof) to the level
,t
tt} }}, sira J,t eft t
of saf t ,u(lfty, efficie and cost of operation existing before the unapproved change in
then or its facit in the case of a relocation or replacement of an existing
r `f aiaciIitydue to a chan in the Secretary's design standards beyond the control of
tkt�,rport sponsor.
30. Civil
It will prom{oft�,take any measures necessary to ensure that no person in the United States shall, on
the grounds o f p,lgrt d nationgl ,�J (including limited English proficiency) in accordance
with the provision, 1i of t �lvfl j�� act of 1964 (78 Stat, 252, 42 U.S.C. §§ 2000d to
2000d-4); creed and sex includ '?""e( (�� , xual orien n and gender identity) per49 U.S.C. § 47123
and related requirements; ag 'j the Age Disci A, ation Act of 1975 and related requirements or
disability per the Americans v�� r Disabilities
from participation in, be deniJhe benefits,,
k} t
program and activity conducteck pr
a. Using the definitions of activity, facif ty, a
§§ 21.23(b) and 21.23(e), the sponsor wil
conduct all programs in compliance wJNi
� ,
�
pursuant to these assurances. }r,.
b. Applicability
1990 and related requirements, be excluded
be oiiwise subjected to discrimination in any
fr„o.`fudsi=,received from this Grant.
ram asfouW,jand defined in49CFR r, t E
gate all prograf,operate all facilities, or
n-discriminafJ,',,,frequi,.F.,ements imposed by or
1. Programs and Activities. If the sponsor has received a granr other fedgll, assistance)
� t }
for any of the sponsor's program or activities, these I of the
sponsor's programs and activities.Al
2. Facilities. Where it receives grant or other f Igft���i)�assistance to construct,
t}
expand, renovate, remodel, alter, or acquire r part ofa facility, the assurance
extends to the entire facility and facilities operated in connection therewith.
3. Real Property. Where the sponsor receives a grant or other Federal financial assistance in
the form of, or for the acquisition of real property or an interest in real property, the
assurance will extend to rights to space on, over, or under such property.
c. Duration.
The sponsor agrees that it is obligated to this assurance for the period during which Federal
financial assistance is extended to the program, except where the Federal financial assistance is
to provide, or is in the form of, personal property, or real property, or interest therein, or
Airport Sponsors Assurances.5/2022 Page 14 of 18
3-06-0194-066-2024
structures or improvements thereon, in which case the assurance obligates the sponsor, or any
transferee for the longer of the following periods:
1. So long as the airport is used as an airport, or for another purpose involving the provision
of similar services or benefits; or
2. So long as the sponsor retains ownership or possession of the property.
d. Required Solicitation Language. It will include the following notification in all solicitations for
bids, Requests For Proposals for work, or material under this Grant Agreement and in all
proposals for agreements, including airport concessions, regardless of funding source:
"The (City of Redding), in accordance with the provisions of Title VI of the Civil Rights Act of 1964
(78 Stan. 252, 42 U }2000d to 2000d-4) and the Regulations, hereby notifies all bidders or
T !�{# Jar JrfY tit k t41� �
offerors that, ��frmtjvfy ensure that for any contract entered into pursuant to this
4 � yr f
advertisenajselect busir disadvantaged business enterprises or airport concession
disadvarAl
d business enterill be afforded full and fair opportunity to submit bids in
t,
respon�`this invitation and nt�:sinesseswill be discriminated against on the grounds of
vgU
race, cl,t, national origin (incluTI
g limited English proficiency), creed, sex (including sexual
' orient`ttp and gender identity), oi,e, or disability in consideration for an award."
e. RequireW�ntract Provisions.
1. It wih[r`rr�� , ract clauses requiring compliance with the acts and
} y t�•t iii sr" r
regulation `te#�ative to r, p �scrimiri' in Federally -assisted programs of the
Department of Transp`tion (DOT), �ncorporatingthe acts and regulations into the
contracts byreferenKrp every contra�'r£agreement subject to the non-discrimination in
Federally -assisted prams of the DGzts and fgulations.
2. It will include a list of tlt�FiYjt1
subject to the non-discris a
3. It will insert non-discrimination contra
any deed from the United Statesf�t
structures, use, or improvemera?ert±
discl f' 'o f ,,,authorities in every contract that is
pauses as a co4ofant running with the land, in
or recordings transfer of real property,
i � �," t tr,
or interesti,tf!e ein tdii, onsor.
4; It will insert non-discriminatitiiontractl'�'Ysjiting ct�tmination on the basis of
race, color, national origin (including limited" ng(ish profiC4 "I", creed, sex (including
sexual orientation and gender identity), age, or disability iovenani �lg with the
land, in any future deeds, leases, license, permits, or simzinstihtered into by
the sponsor with other parties:
a. For the subsequent transfer of real propr j ra�, I,(t1'orimproved under the
applicable activity, project, or program; and"'
��
b. For the construction or use of, or access to, space on, over, or under real property
acquired or improved under the applicable activity, project, or program.
f. It will provide for such methods of administration for the program as are found by the
Secretary to give reasonable guarantee that it, other recipients, sub -recipients, sub -grantees,
contractors, subcontractors, consultants, transferees, successors in interest, and other
participants of Federal financial assistance under such program will comply with all
requirements imposed or pursuant to the acts, the regulations, and this assurance.
Airport Sponsors Assurances 5/2022 Page 15 of 18
3-06-0194-066-2024
g. It agrees that the United States has a right to seek judicial enforcement with regard to any
matter arising under the acts, the regulations, and this assurance.
31. Disposal of Land.
a. For land purchased under a grant for airport noise compatibility purposes, including land
serving as a noise buffer, it will dispose of the land, when the land is no longer needed for such
purposes, at fair market value, at the earliest practicable time. That portion of the proceeds of
such disposition which is proportionate to the United States' share of acquisition of such land
will be, at the discretion of the Secretary, (1) reinvested in another project at the airport, or (2)
transferred to another eligible airport as prescribed by the Secretary. The Secretary shall give
preference to the following, in descending order:
1. Reinvest rrf}p4$fj arpved noise compatibility project;
i�r skis= t {i
2. Rein{u�t�ht in an appr� project that is eligible for grant funding under 49 U.S.C.
t,qt Y i 4't�
3, `;$reinvestment in an aped airport development project that is eligible for
�rrrant funding under 4�1J.S.C. §§ 47114, 47115, or 47117;
4. Tr of another public airport to be reinvested roan approved
not ��prnpatibilit�arpro�ect at thq, airport; or
5. Payment`f"}'cetary;�dsil 'the Airport and Airway Trust Fund.
�sfr
If land acquired under a gr � for noise coma ibility purposes is leased at fair market value
r�� „
and consistent with noise,buffering purposi}he lease will not be considered a disposal of the
land. Revenues derived f, ;uch a leasej�be useO
t foran approved airport development
project that would other vte eligiEj ,��"grant fng or any permitted use of airport
,� � t ! t€ �r t 4
revenue.`..,��.kt,..r���,�r �,vm#uito,<.,
b. For land purchased under a grant for airpoFtrwelopment proses (other than noise
compatibility), it will, when the land is r" 's er needed for , ort purposes, dispose of such
OJTNV
land at fair market value or make avgl01 �the Secretar, r��`amo� equal to the United
States proportionate share of thJ�tin�arffvalue of ttnd. That portion ot the proceeds of
such disposition which is proportite to tha�f'�tes' shar�the cost of acquisition of
r,as+.ar,7,�.lstti, 4
such land will, upon application to the Secretary, be reinvested l ttransferred to, another
eligible airport as prescribed by the Secretary. The Secretary sfj`give prefe�d'to the
following, in descending order:
1. Reinvestment in an approved noise compatibility prof
2. Reinvestment in an approved project that is eitgilfe>'fo"r grant funding under 49 U.S.C.
§ 47117(e);
3. Reinvestment in an approved airport development project that is eligible for grant funding
under 49 U.S.C. §§ 47114, 47115, or 47117;
4. Transfer to an eligible sponsor of another public airport to be reinvested in an approved
noise compatibility project at that airport.
c. Land shall be considered to be needed for airport purposes under this assurance if (1) it may
needed for aeronautical purposes (including runway protection zones) or serve as noise buffer
land, and (2) the revenue from interim uses of such land contributes to the financial self -
Airport Sponsors Assurances 5/2022 Page 16 of 18
3-06-0194-066-2024
sufficiency of the airport. Further, land purchased with a grant received by an airport operator
or owner before December 31, 1987, will be considered to be needed for airport purposes if
the Secretary or Federal agency making such grant before December 31, 1987, was notified by
the operator or owner of the uses of such land, did not object to such use, and the land
continues to be used for that purpose, such use having commenced no later than
December 15, 1989.
d. Disposition of such land under (a), (b), or (c) will be subject to the retention or reservation of
any interest or right therein necessary to ensure that such land will only be used for purposes
which are compatible with noise levels associated with operation of the airport.
32. Engineering and Design Services.
If any phase of suc a r g ;ihb ec
49 U.S.C., �{'eacli c6ont4
m a n a g e m e n ng studies, fea
art
design, enng, surveying, mal
architectulI?`hd engineering servi
equivalent p",alifications-based req
33. Foreign Mkt Restrictions.
sari
4,it4
It will not all r� p ,,,pr lied and
product or servied)Ofi ri+
the United States Trade Re
products and suppliers of t
34. Policies, Standards, and
d Federal funds under Chapter 471 subchapter 1 of Title
r sub -contract for program management, construction
ity studies, architectural services, preliminary engineering,
or related services in the same manner as a contract for
negotiated under Chapter 11 of Title 40 U S.C., or an
merit prescribed for or by the sponsor of the airport.
> be used to fund any project which uses any
period in which such foreign country is listed by
ve as denyjrg;fair and equitable market opportunities for
States in p*rement and construction.
M
It will carry out any project fund�,rtir{4,
with policies, standards, and speciftcti' a'K
current FAA Advisory Circulars (https://www.
AIP projects as of July 25, 2024.
35. Relocation and Real Property Acquisit
It will be guided in acquiring real `p`t erty, t'
by the land acquisition policies in Subpart B of
property owners for necessary expenses as specified in Subpa
b. It will provide a relocation assistance program offering the
CFR Part 24 and fair and reasonable relocation
required in Subpart D and E of 49 CFR Part 24.
Program Grant in accordance
ary including, but not limited to,
Sk
tedia/aip-pfc-checklist.pdf) for
fticable under State law,
I pay or reimburse
,ffbe`d in Subpart C of 49
to displaced persons as
c. it will make available within a reasonable period of time prior to displacement, comparable
replacement dwellings to displaced persons in accordance with Subpart E of 49 CFR Part 24.
36. Access By Intercity Buses.
The airport owner or operator will permit, to the maximum extent practicable, intercity buses or
other modes of transportation to have access to the airport; however, it has no obligation to fund
special facilities for intercity buses or for other modes of transportation.
Airport Sponsors Assurances.5/2022 Page.17 of 18
3-06-0194-066-2024
37. Disadvantaged Business Enterprises.
The sponsor shall not discriminate on the basis of race, color, national origin, or sex, in the award
and performance of any DOT -assisted contract covered by 49 CFR Part 26, or in the award and
performance of any concession activity contract covered by 49 CFR Part 23. In addition, the sponsor
shall not discriminate on the basis of race, color, national origin or sex in the administration of its
Disadvantaged Business Enterprise (DBE) and Airport Concessions Disadvantaged Business
Enterprise (ACDBE) programs or the requirements of 49 CFR Parts 23 and 26. The sponsor shall take
all necessary and reasonable steps under 49 CFR Parts 23 and 26 to ensure nondiscrimination in the
award and administration of DOT -assisted contracts, and/or concession contracts. The sponsor's
DBE and ACDBE programs, as required by 49 CFR Parts 26 and 23, and as approved by DOT, are
incorporated by reference in this agreement. Implementation of these programs is a legal obligation
r7 y j`�tr � r
and failure to carr�r �t���all be treated as a violation of this agreement. Upon notification
to the sponsor, �,alure to cant itsapproved program, the Department may impose
sanctions as#i)ed for under Pa�,6 and 23 and may, in appropriate cases, refer the matter for
enforcemer 18 U.S.C. § 100/or the Program Fraud Civil Remedies Act of 1986 (31
IF
U.S.C. §§ 3-3809, 3812).
38. Hangar
If the airpo ffi ner or operator and a person who owns an aircraft agree that a hangar is to be
constructed apt'f,theair�� aircraft owner's expense, the airport owner or
operator will grant=tt�itf
terms and conditions on the
39. Competitive Access.
a. If the airport owner or o
§ 47102) has been unable
ngar a long term lease that is subject to such
the airpoftwner or operator may impose.
rofa
gates or other facilities at'that aTOO&W
airport or to expand service at the airpo
to the Secretary that:
1. Describes the requests;
2. Provides an explanation as
b airport (as defined in 49 U.S.C.
,quests by an air carrier for access to
3. Provides a time frame within which, if any, the airport will
requests.
b. Such report shall be due on either February 1 or
unable to accommodate the request(s) in the six
rrier to provide service to the
)perator shall transmit a report
W tthe airport has been
to the applicable due date.
Airport Sponsors Assurances.5/2022 Page.1S of 18