HomeMy WebLinkAboutContracts & Agreements_182-2021AGREEMENT TO PERFORM PROFESSIONAL SERVICES
This agreement for the provision of professional airport planning services ("Agreement")
is made and entered in this 21 st day of September, 2021 ("Effective Date"), by and between the
City of Redlands, a municipal corporation ("City") and Coffman Associates, Inc , a Missouri
corporation ("Consultant") City and Consultant are sometimes individually referred to herein as
a "Party" and, together, as the "Parties " In consideration of the mutual promises contained
herein, City and Consultant agree as follows
ARTICLE 1 — ENGAGEMENT OF CONSULTANT
1 1 City hereby engages Consultant to provide professional airport planning services for City
(the "Services")
1.2 The Services shall be performed by Consultant in a professional manner, and Consultant
represents that it has the skill and the professional expertise necessary to provide the
Services to City at a level of competency presently maintained by other practicing
professional consultants in the industry providing like and similar types of Services
ARTICLE 2 — SERVICES OF CONSULTANT
2 1 The Services that Consultant shall perform are more particularly described in Exhibit
"A," titled "Scope of Services," which is attached hereto and incorporated herein by
reference.
2.2 Consultant shall comply with applicable federal, state and local laws and regulations in
the performance of this Agreement including, but not limited to, any applicable State
prevailing wage laws.
ARTICLE 3 — RESPONSIBILITIES OF CITY
3 1 City designates Chris Boatman, Facilities and Community Services Director, as City's
representative with respect to performance of the Services, and such person shall have the
authority to transmit instructions, receive information, interpret and define City's policies
and decisions with respect to performance of the Services.
ARTICLE 4 — PERFORMANCE OF SERVICES
4 1 Consultant shall perform and complete the Services in a prompt and diligent manner
4.2 The term of this Agreement shall be for a period of two (2) years commencing as of the
Effective Date and terminating on September 20, 2023, unless terminated earlier as
provided herein.
4.3 If Consultant's Services include deliverable electronic visual presentation materials, such
materials shall be delivered in a form, and made available to City, consistent with City
1
L:\ca\djm\Agreements\Coffman Associates Agreement.PS-1 1.FY21-0027.doc.jn
Council -adopted policy for the same It shall be the obligation of Consultant to obtain a
copy of such policy from City staff.
ARTICLE 5 — PAYMENTS TO CONSULTANT
5 1 Total compensation for Consultant's performance of the Services shall be in the amount
of one hundred ninety four thousand three hundred sixty three dollars ($194,363) City
shall pay Consultant in accordance with Exhibit "B," titled "Coffman Associates, Inc
Fee Schedule," which is attached hereto and incorporated herein by reference
5.2 Consultant shall submit monthly invoices to City describing the Services performed
during the preceding month. Consultant's invoices shall include a brief description of the
Services performed on each task provided in Exhibit "A," percentage complete on each
task, and the dates the Services were performed. City shall pay Consultant no later than
thirty (30) days after receipt and approval by City of Consultant's invoice
5.3 Any notice or other communication required, or which may be given, pursuant to this
Agreement, shall be in writing. Any suchnotice shall be deemed delivered (i) on the date
of delivery in person, (ii) five (5) days after deposit in first class registered mail, with
return receipt requested, (iii) on the actual delivery date if deposited with an overnight
courier; or (iv) on the date sent by facsimile or electronic mail transmission (including
PDF), if confirmed with a copy sent contemporaneously by first class, certified,
registered or express mail, in each case properly posted and fully prepaid to the
appropriate address set forth below, or such other address as a Party may provide notice
in accordance with this section
CITY.
City Clerk
City of Redlands
35 Cajon Street
P 0 Box 3005 (mailing)
Redlands, CA 92373
jdonaldson@cityofredlands org
Phone (909) 798-7531
CONSULTANT.
Dave Fitz, Chief Executive Officer
Coffman Associates, Inc
12920 Metcalf Avenue, Suite 200
Overland Park, KS 66213
diftz@coffmanassociates.com
Phone (816) 524-3500
Fax (816) 524-2575
ARTICLE 6 — INSURANCE AND INDEMNIFICATION
6 1 The following insurance coverage required by this Agreement shall be maintained by
Consultant for the duration of its performance of the Services Consultant shall not
perform any Services unless and until the required insurance listed below is obtained by
Consultant. Consultant shall provide City with certificates of insurance and endorsements
evidencing such insurance prior to commencement of the Services Insurance policies
shall include a provision prohibiting cancellation or modification of the policy except
upon thirty (30) days prior written notice to City
A. Workers' Compensation and Employer's Liability insurance in the amount that meets
2
L:\ca\djm\Agreements\Coffman Associates Agreement.PS-1 1.FY21-0027.doc.jn
statutory requirements with an insurance carrier acceptable to City, or certification to
City that Consultant is self -insured or exempt from the workers' compensation laws
of the State of California. Consultant shall execute and provide City with Exhibit "C,"
titled "Workers' Compensation Insurance Certification," which is attached hereto and
incorporated herein by this reference, prior to performance of the Services
B Comprehensive General Liability insurance with carriers acceptable to City in the
minimum amount of One Million Dollars ($1,000,000) per occurrence and Two
Million Dollars ($2,000,000) aggregate, for public liability, property damage and
personal injury is required. City shall be named as an additional insured and such
insurance shall be primary and non-contributing to any insurance or self-insurance
maintained by City
C Business Auto Liability coverage, with minimum limits of One Million Dollars
($1,000,000) per occurrence, combined single limit bodily injury liability and
property damage liability This coverage shall include all Consultant owned vehicles
used in connection with Consultant's provision of the Services, hired and non -owned
vehicles, and employee non -ownership vehicles. City shall be named as an additional
insured and such insurance shall be primary and non-contributing to any insurance or
self-insurance maintained by City
D Consultant is expressly prohibited from assigning or subcontracting any of the
Services without the prior written consent of City In the event of mutual agreement
by the Parties to assign or subcontract a portion of the Services, Consultant shall add
such assignee or subcontractor as an additional insured to the insurance policies
required hereby and provide City with the insurance endorsements prior to any
Services being performed by the assignee or subcontractor
6.2 Consultant shall defend, indemnify and hold harmless City and its elected and appointed
officials, employees and agents from and against any and all claims, losses or liability,
including attorneys' fees, arising from injury or death to persons or damage to property
occasioned by any negligent act or omission by, or the willful misconduct of, Consultant,
or its officers, employees and agents in performing the Services.
ARTICLE 7 — CONFLICTS OF INTEREST
7 1 Consultant covenants and represents that it does not have any investment or interest in
any real property that may be the subject of this Agreement or any other source of
income, interest in real property or investment that would be affected in any manner or
degree by the performance of Consultant's Services. Consultant further covenants and
represents that in the performance of its duties hereunder, no person having any such
interest shall perform any Services under this Agreement.
7.2 Consultant agrees it is not a designated employee within the meaning of the Political
Reform Act because Consultant.
3
L:\ca\djm\Agreements\Coffman Associates Agreement.PS-1 1.FY21-0027.doc.jn
A. Does not make a governmental decision whether to
(i) approve a rate, rule or regulation, or adopt or enforce a City law;
(ii) issue, deny, suspend or revoke any City permit, license, application,
certification, approval, order or similar authorization or entitlement;
(iii) authorize City to enter into, modify or renew a contract;
(iv) grant City approval to a contract that requires City approval and to which
City is a party, or to the specifications for such a contract;
(v) grant City approval to a plan, design, report, study or similar item,
(vi) adopt, or grant City approval of, policies, standards or guidelines for City
or for any subdivision thereof.
B Does not serve in a staff capacity with City and in that capacity, participate in
making a governmental decision or otherwise perform the same or substantially
the same duties for City that would otherwise be performed by an individual
holding a position specified in City's Conflict of Interest Code under Government
Code section 87302
7.3 In the event City determines that Consultant must disclose its financial interests,
Consultant shall complete and file a Fair Political Practices Commission Form 700,
Statement of Economic Interests, with the City Clerk's office pursuant to the written
instructions provided by the City Clerk.
ARTICLE 8 — GENERAL CONSIDERATIONS
8 1 In the event any action is commenced to enforce or interpret any of the terms or
conditions of this Agreement the prevailing Party shall, in addition to any costs and other
relief, be entitled to the recovery of its reasonable attorneys' fees, including fees for the
use of in-house counsel by a Party
8.2 Consultant shall not assign any of the Services, except with the prior written approval of
City and in strict compliance with the terms and conditions of this Agreement. Any
assignment or attempted assignment without such prior written consent may, in the sole
discretion of City, result in City's immediate termination of this Agreement.
8.3 Consultant is for all purposes under this Agreement an independent contractor and shall
perform the Services as an independent contractor Neither City nor any its agents shall
have control over the conduct of Consultant or Consultant's employees, except as herein
set forth. Consultant shall supply all necessary tools and instrumentalities required to
perform the Services. Assigned personnel employed by Consultant are for its account
only, and in no event shall Consultant or personnel retained by it be deemed to have been
employed by City or engaged by City for the account of, or on behalf of City Consultant
shall have no authority, express or implied, to act on behalf of City in any capacity
whatsoever as an agent, nor shall Consultant have any authority, express or implied, to
bind City to any obligation.
4
L:\ca\djm\Agreements\Coffman Associates Agreement.PS-1 1.FY21-0027.doc.jn
8 4 This Agreement may be terminated by City, in its sole discretion, by providing not less
than five (5) days prior written notice to Consultant of City's intent to terminate. If this
Agreement is terminated by City, an adjustment to Consultant's compensation shall be
made, but (1) no amount shall be allowed for anticipated profit or unperformed Services,
and (2) any payment due Consultant at the time of termination may be adjusted to the
extent of any additional costs to City occasioned by any default by Consultant. Upon
receipt of a termination notice, Consultant shall immediately discontinue its provision of
the Services and, within five (5) days of the date of the termination notice, deliver or
otherwise make available to City, copies (in both hard copy and electronic form, where
applicable) of project related data, design calculations, drawings, specifications, reports,
estimates, summaries and such other information and materials as may have been
accumulated by Consultant in performing the Services. Consultant shall be compensated
on a pro-rata basis for Services completed up to the date of termination.
8.5 Consultant shall maintain books, ledgers, invoices, accounts and other records and
documents evidencing costs and expenses related to the Services for a period of three (3)
years, or for any longer period required by law, from the date of final payment to
Consultant pursuant to this Agreement. Such books shall be available at reasonable times
for examination by City at the office of Consultant.
8 6 This Agreement, including the Exhibits incorporated herein by reference, represents the
entire agreement and understanding between the Parties as to the matters contained
herein, and any prior negotiations, written proposals or verbal agreements relating to such
matters are superseded by this Agreement. Except as otherwise provided for herein, any
amendment to this Agreement shall be in writing, approved by City and signed by City
and Consultant.
8 7 This Agreement shall be governed by and construed in accordance with the laws of the
State of California, without regard to its conflicts of laws provisions The Parties agree
that all actions or proceedings arising in connection with this Agreement shall be tried
and litigated only in the state courts located in San Bernardino County, California, and
the federal courts located in Riverside County, California.
8 8 If one or more of the sentences, clauses, paragraphs or sections contained in this
Agreement is declared invalid, void or unenforceable by a court of competent
jurisdiction, the same shall be deemed severable from the remainder of this Agreement
and shall not affect, impair or invalidate the remaining sentences, clauses, paragraphs or
sections contained herein, unless to do so would deprive a Party of a material benefit of
its bargain under this Agreement.
5
L:\ca\djm\Agreements\Coffman Associates Agreement.PS-1 1.FY21-0027.doc.jn
IN WITNESS WHEREOF, duly authorized representatives of City and Consultant have
signed in confirmation of this Agreement
COFFMAN ASSOC ES, INC
By By
Paul T Barich, Mayor
ATTEST
ne Donaldson, City Clerk
6
L'\ca\djm\Agreements\Cofth an Associates Agreement.PS 1 1 FY2I 0027 docjn
D.ve Fitz, Chie' . uttve Officer
EXHIBIT "A"
SCOPE OF SERVICES
ELEMENT 1.0 - NARRATIVE REPORT
Task 1 1- Study Design and Initiation
Description Detailed descriptions of each item of work required for completion of the
Narrative Report and ALP drawing set for the Airport will be prepared Guidelines provided by
the City and those drawn from the FAA will be integrated into the Scope of Services Initial and
final draft copies of the work program will be prepared and delivered to the City for comments
The final product of this task will be the scope of services which will be attached and made a
part of the project contract documents. Each item of work outlined within this study will be
evaluated to estimate the number of person -hours necessary to accomplish the work efforts
and the cost per person -hour based on the billing classifications of the planning professionals
assigned Expenses for travel, subsistence, materials, computer time, reproduction and printing,
and miscellaneous study -related costs will also be estimated When estimated person -hours
have been established, they will provide input to the development of a project schedule
identifying allowable time frames for major phases of the study This schedule will also identify
milestones for deliverables of each element to be submitted for review A task -by -task
itemization of project person -hours and costs with a final project time schedule in graphic form
will be attached to all copies of the final Scope of Services
Task 1.2 - Inventory Airport and Environs
Description Perform complete inventory of airport facilities, land uses, and the surrounding
environs The inventory will include an examination of plans and documents as well as a
thorough on -site inspection of facilities to determine its type, size, and use with specific
emphasis on facilities that have changed since the preparation of the previous Master Plan
The work effort will make maximum use of existing information available at the Airport and
through City offices/departments The following relevant areas are included as a minimum
Airfield Record of pavement strengths and conditions (all runways, taxiways, and aprons),
lighting and NAVAID systems.
Fixed Base Operator (FBO)/General Aviation (GA) Services Complex Square footage of
structures and use, fuel storage capacity (by fuel grade) and Location of tanks.
Ancillary Facilities Other businesses on the Airport (define type of business and building size),
aircraft rescue and firefighting (ARFF) and maintenance facilities and description of equipment.
Wildlife Hazards Review of known wildlife hazard management issues
7
L.\ca\djm\Agreements\Coffman Associates Agreement.PS-1 1.FY21-0027.doc.jn
Environmental Summary of existing environmental conditions, including but not limited to
major drainage ways, wetlands, flood zones, historic or cultural resources, Section 4(f)
properties, flora/fauna, and natural resources
Task 1.3 - Evaluate Existing Documents
Description Evaluate in detail existing documents and previous planning efforts for their
adaptability or use in developing the Narrative Report. These documents will include previous
airport studies, area development plans, local and regional aviation forecasts and planning,
comprehensive land use plans, and such other documentation as available Consultant shall
obtain and review previous construction as -built drawings, obstruction surveys, and other
available plans, drawings, specifications, etc. applicable to the Airport.
Task 1.4 - Obtain New Color Aerial Photograph and Base Mapping
Description The Consultant will assemble new digital electronic color aerial photography and
new topographic/planimetric and obstruction mapping of the airport and its environs in
accordance with FAA Advisory Circular 150/5070-6B, Change 2 to Airport Master Plans (Section
1005) The photography and base mapping will provide specific information and data for the
development of the ALP, such as topographic contours based on the required datum, top of
building and structure elevations, and planimetric detail of existing features and new
construction Topographic and planimetric mapping of the surrounding area and aerial
photography of the airport including existing airport property, as well as the inner approach
surface areas, will be obtained by the Consultant. The digital color aerial photography will be
used for base mapping and exhibits The horizontal datum will be NAD83, and the vertical
datum will be NAVD88
Task 1.5 - Inventory Air Traffic Activity
Description Air traffic activity data for the Airport will be assembled and organized from
various sources. Relevant data on general aviation (private and corporate), air taxi, and military
activity will be collected Data will be obtained from the City, the FAA Regional and District
Offices, California Department of Transportation — Aeronautics Division (CALTRANS), the FAA
Terminal Area Forecasts (TAF), and the FBO(s) The assembled data will include, as available
a) Historical operations, including local (touch-and-go) and itinerant operational splits.
b) Based aircraft by type, as available
Task 1.6 - Inventory Socioeconomic Data
Description Obtain available statistical data on historical and forecast socioeconomic factors
for the airport service area These factors will include, at a minimum, employment, income,
and population, with emphasis placed upon the identification of specific socioeconomic
8
L.\ca\djm\Agreements\Coffman Associates Agreement.PS-1 1.FY21-0027.doc.jn
characteristics of the developed areas in the local environs, as well as trends that have been
established for future development and habitation
Task 1 7 - Prepare Aviation Demand Forecasts
Description Develop aviation demand forecasts using both simple and more complex
methodologies, taking into consideration forecasts from other sources such as the FAA.
Historical aviation activity statistics for the Airport will be organized to evaluate airport peaking
characteristics and fleet mix ratios. The methodology used in this analysis will involve a variety
of techniques that will factor in national transportation statistics, local socioeconomic factors,
as well as the independent airport data Within the forecast chapter, the Consultant will
provide a discussion and analysis of the methodologies which are chosen for use in this study
and how they have been applied A final refinement of activity forecasts will be conducted to
integrate the effects of changing technology and will result in estimates of aviation demand for
the short term (5 Years), intermediate term (10 Years), and long term (20 Years), which will be
presented as follows
a) Based aircraft totals and mix.
b) Annual operations by type (local, itinerant)
c) Operational mix by type and Airport Reference Code
d) Current and future critical design aircraft (based on FAA AC 150/5000-17, Critical
Aircraft and Regular Use Determination)
There is no current or anticipated commercial service so passenger enplanements and
commercial aircraft operations will not be forecast.
Task 1.8 - Establish and/or Validate Airport Physical Planning Criteria
Description Identify physical facility planning criteria for use in assessing the adequacy of
various airport facilities to meet demands These criteria shall be based upon the latest FAA
requirements and standards as they apply to the level of activity identified, new technology,
and role of the Airport These criteria shall include dimensional standards for safety including
runway length, runway separation, height restrictions, etc. In addition, these criteria shall
include requirements to maintain airspace/air traffic control including approach and runway
protection zones, safety areas, and other general physical area requirements such as apron,
terminal/operations, access circulation and parking, hangar and services, administrative, and
other airport services and support facilities
Task 1.9 - Prepare Airfield Facility Requirements
Description Determine and prepare a list of facility requirements needed to meet demands
for the Airport for existing, short-term, intermediate -term, and long-term timeframes. These
facility requirements will be used in the later comparative evaluations and will be based upon
airport physical planning criteria, airport forecasts, and the FAA's TAF
9
L:\ca\djm\Agreements\Coffman Associates Agreement.PS-1 1.FY21-0027.doc.jn
Facility requirements to meet aviation demand for the airfield will include (but not be limited
to) runways, taxiways, lighting, navigational aids, and marking and signage These facility
requirements will be developed in the form of gross areas and basic units and will be compared
to those that presently exist to identify the future development items needed to maintain
adequate service, function, and operations of the Airport. The Consultant will obtain the most
current 10 years of wind data for the Airport from the National Oceanic and Atmospheric
Administration, National Climatic Center for use in preparing an updated wind rose for the ALP
and evaluating airport wind coverage
Task 1.10 - Prepare Landside Area Facility Requirements
Description Using information provided by the aviation planning criteria established under
preceding tasks, develop a set of facility requirements addressing the landside facilities
necessary to support the airfield and its related activity Requirements for facilities such as the
general aviation terminal building, fuel/fuel farm, airport maintenance, hangars, FBO areas,
automobile parking, and revenue support facilities will be developed under this task.
Task 1 11- Prepare the Airport's Recommended Development Concept
Description Based on the information developed in previous tasks as well as considering the
input of the City, a single recommended development concept for the airport facilities will be
prepared The recommendation for the most prudent and feasible development concept will
become the basis for the development of airport plans, costs, and scheduling
Task 1.12 - Prepare Airport Development Schedules and Cost Estimates
Description Based upon the previous evaluations, prepare the airport development
schedules to reflect economic feasibility and operational requirements of the recommended
development concept In addition, prepare airport development cost estimates to reflect the
requirements and schedule of development associated with the recommended development
concept
Task 1 13 - Prepare Capital Improvement Program
Description Prepare a recommended five-year airport capital improvement program which
includes estimates of the amount of funds available from federal and state grant-in-aid
programs to determine the net amount of capital funds required by the City to accomplish the
proposed improvements for the Airport
Task 1 14 — Environmental Overview
Description A preliminary environmental overview will be conducted to identify any
potential environmental concerns that must be addressed prior to program implementation
10
L:\ca\djm\Agreements\Coffman Associates Agreement.PS- 1 1.FY21-0027.doc.jn
This overview will include an analysis of potential impacts of the short-term projects on
environmental resources as defined within FAA Orders 5050 4B and 1050 1F Projects which
may require further National Environmental Policy Act (NEPA) analysis will be identified at this
time The Environmental Overview is not intended to serve as a formal Environmental
Assessment under NEPA.
Task 1 15 - Prepare Draft Narrative Report
Description A draft Narrative Report will be prepared in conformance with and meet the
standards of FAA Advisory (AC) 150/5070-6B, Airport Master Plans Information prepared in
the preceding tasks will be incorporated into the Narrative Report. An electronic draft copy
(PDF format) of the report will be provided for the initial review by the City and the FAA.
Task 1.16 - Coordination Meetings
Description Up to two (2) coordination meetings are budgeted for the project. The
meetings can be used for coordination with, or presentations to, the City, airport users, and/or
FAA or other agencies as necessary One meeting is anticipated to review the draft Narrative
Report with the City Another meeting is anticipated for coordination with airport users,
tenants, and stakeholders regarding the recommended development plan resulting from the
study process
Task 1 17 - Prepare Final Narrative Report
Description Review comments received from the City and the FAA will be incorporated as
appropriate into a final Narrative Report Three (3) copies of the final Narrative Report will be
provided along with an electronic copy (PDF format)
ELEMENT 2 0 - AIRPORT LAYOUT PLAN DRAWING SET
The purpose of this study element is to update the ALP drawing set for Redlands Municipal
Airport. All plans will be prepared in a format which complies with the content contained
within FAA's current guidelines for the preparation of an ALP as defined by the FAA Airports
ARP SOP 2 00 Standard Procedure for FAA Review and Approval of Airport Layout Plans
(October 1, 2013), and which is readily acceptable to the FAA and can be utilized by the City in
carrying out implementation The drawings, in a version acceptable to the City, will be a
deliverable item to the City at the completion of this project. The ALP drawing set will be
included as an appendix in the final Narrative Report document. A narrative will also be
included in the appendix to better describe the intended functions of the proposed drawings
Task 2 1- Prepare Title Sheet, Data Sheet, and Airport Layout Plan Drawing
Description Following the Recommended Development Concept developed under the
preceding element, and FAA AC 150/5070 6B, Airport Master Plan, an ALP for the Airport will be
11
L:\ca\djm\Agreements\Coffman Associates Agreement.PS-1 1.PY21-0027.doc.jn
prepared The ALP will reflect updated physical features, location of airfield facilities (runways,
taxiways, navaids, etc.), and existing landside development Development of recommended
landside and airfield facilities, including runways and taxiways, property and runway protection
zone boundaries, and revenue support areas will also be shown Guidelines for the preparation
of the ALP as defined by the FAA Airports ARP SOP 2 00 Standard Procedure for FAA Review and
Approval of Airport Layout Plans (October 1, 2013) will be followed
Task 2.2 - Prepare Terminal Area Drawing(s)
Description Update the Terminal Area Drawings reflecting recommended development on
the landside development areas as resulting from the recommendations of this study in
conformance with SOP 2 00, Appendix A, Section A.8
Task 2.3 - Prepare Part 77 Airspace Drawing(s)
Description Update the existing and ultimate Airport Airspace Drawing(s) in conformance
with 14 CFR Part 77 and SOP 2 00, Appendix A, Section A.5 The set will include an
identification of obstructions and an obstruction data table Obstruction information will be
obtained from existing approach plans, obstruction surveys, new aerial surveys, and the current
Airport Obstruction (OC) chart (as available) U.S G.S. base maps will be superimposed on the
airspace drawing. A plan for the disposition of the obstructions, as identified, will also be
included as part of the obstruction data table
Task 2.4 - Prepare Inner Approach Surface Drawing(s)
Description Update the existing inner portion of the approach surface drawing in accordance
with SOP 2 00, Appendix A, Section A.6 Obstruction information will be obtained from existing
approach plans, obstruction surveys, new aerial surveys, and the current Airport Obstruction
(OC) chart (as available)
Task 2.5 - Prepare Land Use Drawing
Description A land use plan reflecting both on- and off -airport land use and zoning in
proximity to the airport will be prepared This will include airfield development areas, general
aviation areas, ground access and vehicular circulation system service areas, and distinctions
between aeronautical and non -aeronautical uses (if any) Guidelines for the preparation of the
On -Airport Land Use Drawing will follow SOP 2.00, Appendix A, Section A.9 Noise contours will
not be prepared as part of this study Noise contours prepared during the previous Master Plan
will be utilized as appropriate
Task 2.6 - Prepare Departure Surface Drawings
Description Prepare new departure surface drawings in accordance with SOP 2 00, Appendix
A, Section A.7 Obstruction information will be obtained from existing approach plans,
12
L:\ca\djm\Agreements\Coffman Associates Agreement.PS-1 1.FY21-0027.doc.jn
obstruction surveys, new aerial surveys, and the current Airport Obstruction (OC) chart (as
available)
Task 2 7 - Prepare Airport Property Map
Description Update the Airport Property Map, including the appropriate graphics and
information to indicate the type of acquisition (i e , federal funds, surplus property, local funds
only, etc.) of various land areas within the Airport's boundaries. The primary intent of the
drawing is to identify and/or delineate all designated airport property owned or to be acquired
by the airport owner The drawing will provide an inventory all of the parcels which currently
make up the Airport, or are proposed for acquisition by the airport. The drawing will inventory
all of the parcels, which currently make up the Airport, or are proposed for acquisition by the
City Details will be limited to the depiction of existing and future facilities (i e , runways,
taxiways, runway protection zones, and terminal facilities) which would indicate aeronautical
need for airport property This work effort will utilize information obtained from the current
Exhibit A - Property Map as well as other sources The Property Map will be updated in
conformance with the guidelines outlined in FAA Airports ARP SOP 3.00 Standard Operating
Procedure (SOP) for FAA Review of Exhibit 'A' Airport Property Inventory Maps (October 1,
2013) The City will provide historical information regarding the acquisition of existing airport
property and easements, as well as boundary surveys, as needed In the event a Title Survey
is needed to gather more information for the preparation of the Exhibit A - Property Map, the
associated expenses will be covered by the City
Task 2.8 - Prepare Draft ALP Drawing Set
Description Preparation of up to ten (10) copies of the full drawing sets for submission to the
City, and subsequent comprehensive agency review by FAA and CALTRANS Drawings will be a
minimum size of 24" x 36" The City will provide up to eight (8) unsigned copies of the full ALP
drawing set to the FAA for review The City will also provide one (1) full set of drawings to
CALTRANS for review It is anticipated that the FAA review will be based upon FAA ARP SOPs
2 00 and 3 00
Task 2.9 - Prepare Final ALP Drawing Set
Description Revise the draft ALP drawing set prepared in Task 2 8 to reflect comments
received from the FAA and CALTRANS review Upon approval from the City, provide up to eight
(8) copies of the revised ALP drawing set to the City for their signature The City will forward
the signed drawings to the FAA (SFO ADO) for final approval A final copy of the ALP drawing
set will be provided to the City and the FAA in both paper and electronic (PDF) format
13
L:\ca\djm\Agreements\Coffman Associates Agreement.PS-1 1.FY21-0027.doc.jn
EXHIBIT "B"
COFFMAN ASSOCIATES, INC FEE SCHEDULE
Task
Fee
Airport Layout Plan and Narrative
$194,363 00
14
L:\ca\djm\Agreements\Coffman Associates Agreement.PS-1 1 .FY2 1 -0027.doc .jn
EXHIBIT "C"
WORKERS' COMPENSATION INSURANCE CERTIFICATION
Every employer, except the State, shall secure the payment of compensation in one or more of
the following ways -
(a) By being insured against liability to pay compensation by one or more insurers
duly authorized to write compensation insurance in this State
(b) By securing from the Director of Industrial Relations, a certificate of consent to
self -insure, either as an individual employer, or as one employer in a group of
employers, which may be given upon furnishing proof satisfactory to the Director
of Industrial Relations of ability to self -insure and to pay any compensation that
may become due to his or her employees
CHECK ONE
Zp
I am aware of the provisions of Section 3700 of the Labor Code which requires every
oyer to be insured against liability for Workers' Compensation or to undertake self-
insurance in accordance with the provisions of that Code, and I will comply with such provisions
before commencing the performance of the work and activities required or permitted under this
Agreement (Labor Code §1861)
I affirm that at all times, in performing the work and activities required or permitted under
this Agreement, I shall not employ any person in any manner such that I become subject to the
workers' compensation laws of California However, at any time, if I employ any person such
that I become subject to the workers' compensation laws of California, immediately I shall
provide the City with a certificate of consent to self -insure, or a certification of workers'
compensation insurance
I certify under penalty of perjury under the laws of the State of California that the information
and representations made in this certificate are true and correct
COFFMAN ASSOCIATES, INC
By
ve Fitz, Chie cutive Officer
Date l 2C-12%
15
L \ca\djm\Agreements\Coffman Associates Agreement.PS 1 1 FY21 0027 docjn