Loading...
HomeMy WebLinkAbout03-28-22 Council Workshop To join Zoom meeting, click here. Meeting ID: 825 8977 9218 Passcode: 041424 To join with mobile: 1-253-215-8782 CALL TO ORDER Mayor Barb Tolbert PLEDGE OF ALLEGIANCE ROLL CALL Mayor Barb Tolbert – Julie APPROVAL OF THE AGENDA Mayor Pro Tem Jan Schuette INTRODUCTION OF SPECIAL GUESTS AND PRESENTATIONS WORKSHOP ITEMS – NO FINAL ACTION WILL BE TAKEN 1. Resolution Adopting the 2022 Comprehensive Plan Final Docket ATTACHMENT A Staff Presentation: Amy Rusko Council Liaison: Mayor Pro Tem Jan Schuette 2. 2022 Airport Runway 16/34 Mill and Overlay Project ATTACHMENT B Staff Presentation: Marty Wray Council Liaison: Michele Blythe 3. Amendment to Police Department Staffing ATTACHMENT C Staff Presentation: Jonathan Ventura / James Trefry Council Liaison: Mayor Pro Tem Jan Schuette 4. 2022 Legislative Update Regarding Police Reform ATTACHMENT D Staff Presentation: Jonathan Ventura 5. Finance Monthly Report ATTACHMENT E Staff Presentation: Paul Ellis Arlington City Council Workshop Monday, March 28, 2022 at 7:00 pm ADMINISTRATOR & STAFF REPORTS MAYOR’S REPORT COMMENTS FROM COUNCILMEMBERS/COUNCILMEMBER REPORTS PUBLIC COMMENT For members of the public who wish to speak to the Council. Please limit your remarks to three minutes. REVIEW OF CONSENT AGENDA ITEMS FOR NEXT MEETING EXECUTIVE SESSION To review collective bargaining negotiations, grievances, or discussions regarding the interpretation or application of a labor agreement [RCW 42.30.140(4)] RECONVENE ADJOURNMENT Mayor Pro Tem Jan Schuette / Mayor Barb Tolbert City of Arlington Council Agenda Bill Item: WS #1 Attachment A for comprehensive plan and zoning map changes, and Arlington Municipal Code §20.96.100 establishes a docketing process for amendments to development regulations. The two processes are run concurrently through the docketing process. Proposed amendments to the City’s comprehensive plan or development regulations may be made by any private citizen or by the City itself. The City Council must approve any item being placed on the final docket. Once the docket becomes final, staff is authorized to proceed with processing the proposed amendments. Proposed amendments two items were removed from the docket list. On March 15, 2022, the City’s planning commission held a public hearing RESOLUTION NO. 2022-XXX RESOLUTION NO. 2022-XXX A RESOLUTION OF THE CITY OF ARLINGTON ADOPTING THE 2022 COMPREHENSIVE PLAN FINAL DOCKET WHEREAS, the City’s Comprehensive Plan 2015 update was adopted January 25, 2018; and WHEREAS, RCW 36.70A.130 allows jurisdictions to make amendments to its comprehensive plan once annually, and directs that the city shall compile and maintain a list, known as a “docket”, of all city-initiated and privately-initiated proposed comprehensive plan amendments; and WHEREAS, AMC 20.96.100 allows the city to make amendments to its development regulations, and directs that most development regulation amendments be processed concurrently with comprehensive planning docket developed under AMC 20.96.030 (b); and WHEREAS, there are two city-initiated proposals and no privately-initiated proposals for the 2022 preliminary docket; and WHEREAS, the preliminary docket was made available to the public for review and comment at least fifteen days prior to consideration by the Planning Commission; and WHEREAS, the Director of Community and Economic Development made a recommendation to the Planning Commission as to which proposed amendments should be included in the final docket; and WHEREAS, the Planning Commission held a noticed hearing on March 15, 2022 on selection of proposed amendments for the final docket; and WHEREAS, the Planning Commission’s Findings of Fact and determination per AMC 20.96.050, are attached hereto as exhibit; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ARLINGTON, WASHINGTON AS FOLLOWS: 1. The Arlington City Council hereby adopts the Planning Commission’s findings and the docket recommendation made by the Planning Commission per the selection and decision criteria outlined in AMC 20.96.060 as the 2022 Final Docket. 2. Except as provided in AMC 20.96.010(d), no additional comprehensive plan amendments may be considered after council adoption of the 2022 docket. RESOLUTION NO. 2022-XXX ADOPTED by the City Council and APPROVED by the Mayor this 4th day of April, 2022. CITY OF ARLINGTON ________________________ Barbara Tolbert, Mayor ATTEST: _______________________________ Wendy Van Der Meersche, City Clerk APPROVED AS TO FORM: _______________________________ Steven J. Peiffle City Attorney Findings of Fact City of Arlington Planning Commission 2022 Comprehensive Plan Amendment Docket Page 1 of 2 City of Arlington Community and Economic Development Planning Commission 18204 59th Avenue NE, #B Arlington, WA 98223 Regarding: Proposed 2022 Comprehensive Plan Amendment Docket Summary: The Planning Commission discussed the 2022 proposed Comprehensive Plan Amendment Docket at its March 1, 2022, workshop, and subsequently held an on-line open record Public Hearing to consider this item on March 15, 2022. The Planning Commission transmits the following findings and recommendation to the City Council: Findings: 1. State law (RCW 36.70A.130) allows Cities to amend their Comprehensive Plans once annually. In 2016, the Council updated and clarified the docketing process for submission and review of all proposed amendments as part of an effort to ensure that these proposed changes were considered together. 2. AMC 20.96.020 provides clarifying detail for initiating amendments to the Comprehensive Plan by either the City or by private parties. 3. In either case, the process for inclusion of the proposed Comprehensive Plan amendments on the Docket are further regulated by AMC 20.96.22 (a) and (b). The only exception to this section is for emergency amendments, none of which were proposed for the 2022 docket. 4. There are two items on the 2022 Preliminary Comprehensive Plan Docket; both are City initiated. 5. In the first item, the City is recommending the rezone of a 0.56-acre lot from Public/Semi-Public zoning to Residential Moderate Capacity. The parcel is currently owned by the City of Arlington and encompasses the eastern parcel of J. Rudy York Park. Council has approved the sale of this parcel for private development, the proceeds of which will go to the Parks and Recreation capital fund. The future zoning of the property is required to make the parcel marketable for development. Approval by the City Council is required for all rezone applications. If the request is granted, the City’s Comprehensive Plan Land Use Map and the City’s Official Zoning Map will need to be amended. The rezone of this parcel has a lengthy history with Council, having been heard multiple times. 6. The second item is regarding updates to Title 20 of the Arlington Municipal Code. Over the past two years council has approved multiple changes to the Land Use Code, including changes to the zoning map, creation of new zoning designations, the addition of new housing types and the creation of overlay design standards. The proposed code amendments are reflective of these and other changes to both the Authentisign ID: 75A79C69-40A6-EC11-A22A-281878DCFF5B Findings of Fact City of Arlington Planning Commission 2022 Comprehensive Plan Amendment Docket Page 2 of 2 City of Arlington Community and Economic Development Planning Commission 18204 59th Avenue NE, #B Arlington, WA 98223 Comprehensive Plan and the Land Use Code. Most of the changes are minor technical adjustments made to insure consistency with both the Comprehensive Plan and for internal code consistency. The recommended changes also address revisions to sections that have not been revised or updated for multiple years. Conclusion and Recommendation: Based on the foregoing findings and testimony received at the hearing, the Planning Commission herby recommends, on a vote of four affirmative and one abstention, that the City Council approve the proposed 2022 Comprehensive Plan Amendment Docket. Respectfully submitted through the Department of Community and Economic Development to the City Council this Sixteenth day of March 2022 by: ____________________________________________________ Tim Dean City of Arlington Planning Commission Chair Authentisign ID: 75A79C69-40A6-EC11-A22A-281878DCFF5B 2022 Comprehensive Plan Amendment Docket Page 1 of 4 Community and Economic Development Planning Division 18204 59th Avenue NE, Arlington, WA 98223 2022 Comprehensive Plan Amendment Docket Memo To: City Council From: Amy Rusko, Planning Manager Date: March 23, 2022 Subject: 2022 Comprehensive Plan Amendment Docket INTRODUCTION The City’s Comprehensive Plan was adopted on January 25, 2018. State law (see RCW 36.70A.130) allows for jurisdictions to make amendments to comprehensive plans once annually. The City has established a docketing process to identify and review all potential amendments to the City’s Comprehensive Plan for a given year to ensure all proposed amendments are considered together. As part of the docketing process, private citizens can submit applications to amend the City’s Comprehensive Plan. The deadline to apply for annual amendments is January 31st of each year. The City can also propose amendments to the comprehensive plan. Once the deadline passes, staff compiles a list of all proposed amendments on a preliminary docket. This docket is then reviewed by staff to determine if each amendment complies with the criteria listed in Chapter 20.96 of the City’s Land Use Code. Once approved by the Director, the public has an opportunity to comment on proposed amendments listed on the preliminary docket. Comments are compiled, if any, and are then presented to the Planning Commission for consideration at a public hearing. The Planning Commission then makes a recommendation to the City Council on whether or not the proposed amendments shall be on the Final 2022 Comprehensive Plan Amendment Docket. The City Council reviews and has the option to keep and/or remove any proposed amendments on the docket. The Council then adopts the final docket in which staff processes over the course of the year. The Preliminary 2022 Comprehensive Plan Amendment Docket was reviewed for compliance with AMC Chapter 20.96 and approved by the director for review by the public and consideration by the Planning Commission. The public hearing for the 2022 Docket was noticed and published on February 25, 2022. The Planning Commission reviewed the Docket at their March 1, 2022 workshop and held a Public Hearing on March 15, 2022. The Planning Commission voted to recommend approval of the 2022 Docket by City Council and provided Findings of Fact. 2022 Comprehensive Plan Amendment Docket Page 2 of 4 BACKGROUND The City did not receive any privately-initiated comprehensive plan or development regulation amendments for the 2022 Docket. The City is proposing two amendments, one amendment to the Comprehensive Plan and Zoning Map and one amendment to the Development Regulations. CITY INITIATED PROPOSALS 1. Amendment Type: Rezone Applicant: City of Arlington File Name: York Park Rezone File №: PLN#913 Description: The City is rezoning a 0.56-acre lot from Public/Semi-Public zoning to Residential Moderate Capacity. The parcel is currently owned the City of Arlington and the eastern parcel of J. Rudy York Park. The city intends to sell this parcel and the future zoning of the property is required to change to make the parcel marketable for development. Approval by the City Council is required for all rezone applications. The proposed rezone supports and is alignment with the following goals and policies of the City’s Comprehensive Plan; PH-1.1, GH-2, PH-2.1, GL-1, PL-1.2, GL-7, PL-7.1, PL-7.2, GL-8, and PL-8.1. If the request is granted, the City’s Comprehensive Plan Land Use Map and the City’s Official Zoning Map would need to be amended per the attached parcel zoning map. Rezone Map: Attachment A 2. Amendment Type: Development Regulations Amendment Applicant: City of Arlington File Name: Title 20 Development Regulation Code Amendments File №: PLN#915 Description: The City has revisions to most chapters of Title 20 Land Use Code. The City changed the zoning map, created new zoning designations, and has added new residential housing types over the past 2 years. The code amendments reflect these changes and provide necessary revisions to chapters of the code that have not been updated for many years. Revisions occur in the following chapters: 20.04 – General Provisions, 20.08 - Basic Definitions & Interpretations, 20.12 – Administrative Mechanisms, 20.16 – Permits & Final Plat Approval, 20.20 – Appeals, Variances, Interpretations, 20.24 – Hearing Procedures, 20.32 – Nonconforming Situations, 20.36 – Zoning Districts, 20.38 – Airport Protection District, 20.40 – Permissible Uses, 20.44 – Supplemental Use Regulations, 20.46 – Design, 20.48 – Density & Dimensional Regulations, 20.52 – Recreational Facilities and Open Space, 20.56 – Streets and Sidewalks, 20.60 – Utilities, 20.64 – Floodplain Development Regulations, 20.68 - Signs, 20.72 – Parking, 20.76 – Screening and Trees, 20.80 – Forest Land Conversion, 20.90 Concurrency & Impact Fees, 20.93 Critical Area Ordinance, 20.94 – Annexations, 20.98 – SEPA, 20.110 Mixed Use Development Regulations. The proposed changes support and are in alignment with the following goals and policies of the City’s Comprehensive Plan; GO-2, GH-1, PH-1.1, PH-1.2, PH-8.3, GL-1, GL-4, GL-7, PL-14.1, PL-14.2, GL-19, PL-19.1, PL-19.2, PL-19.3, PL-19.4, T-1, PT-1.1, PT-1.3, PT-1.4. If the request is granted the City’s Title 20 Development Regulations shall be amended. 2022 Comprehensive Plan Amendment Docket Page 3 of 4 ANALYSIS Arlington Municipal Code Chapter §20.96 (Amendments) outlines the process for amending the City’s Comprehensive Plan on an annual basis. Specifically, AMC §20.96.030 (Docketing Procedures-Comprehensive Plan and Zoning Map Amendments) and AMC §20.96.100 (Docketing Procedures- Amendments to Development Regulations) requires that: AMC §20.96.030 – Docketing Procedures – Comprehensive Plan and Zoning Map Amendments. (a) The city shall compile and maintain a list, known as a "docket," of all city-initiated and privately-initiated proposed comprehensive plan amendments. The list shall be organized as to amendment type and include a description of the amendment in nontechnical terms, as well as the name of the applicant and date of submission to the city. The preliminary docket shall be made available to the public for review and comment for at least fifteen days prior to consideration by the planning commission. Written comments that are submitted by the end of the comment period shall be added to the preliminary docket. The final docket will be determined as described in this section. (b) Preliminary Review—Determination of Final Docket. (1) Staff Evaluation. The community development director shall conduct a brief initial evaluation of all privately-initiated proposed comprehensive plan amendments to ascertain whether the proposals meet the preliminary review criteria in this section and to assess the extent of review that would be required under the State Environmental Policy Act (SEPA). The director shall make a recommendation to the planning commission as to which proposed amendments should be included in the final docket, along with any city-initiated proposed amendments. (2) Joint Workshop. During each annual amendment cycle, the city council and planning commission may, at the city council's discretion, hold a noticed joint workshop to serve as an informational meeting between the two governmental bodies. (3) Planning Commission Hearing. The planning commission shall hold a noticed hearing on selection of proposed amendments for the final docket. (4) City Council Decision. The city council shall consider the planning commission's recommended final docket. Council may adopt the proposed final docket without a public hearing; however, in the event that a majority of the council decides to add or subtract amendments, it shall first hold a public hearing. No additional comprehensive plan amendments may be considered after council adoption of the docket for that year, except as provided in AMC §20.96.010(d). The final docket shall be approved by resolution. (5) Proposed amendments submitted under AMC §20.96.020(b) that meet one of the following criteria may be included in the final docket: (a) If the proposed amendment is site specific, the subject property is suitable for development in general conformance with adjacent land use, the surrounding development pattern, and with zoning standards under the potential zoning classifications. (b) State law requires, or a decision of a court, or administrative agency has directed such a change. (c) There exists an obvious technical error in the pertinent comprehensive plan provision. 2022 Comprehensive Plan Amendment Docket Page 4 of 4 AMC §20.96.100 – Docketing Procedures –Amendments to Development Regulations. (1) All proposed text amendments to the development or zoning regulations shall be developed, submitted and presented by the City staff, based on direction from the City Council, Planning Commission, or the Director of Community & Economic Development or designee. (2) Private party requests. City staff shall submit proposals from private individuals or groups as follows: (a) Private parties shall submit a written summary of the amendment proposed to City staff, and indication of why it is needed, and the potential land use impacts if approved. No fees shall be assessed. (b) Staff shall maintain a docket listing of private party requests and shall provide the listing not less than once per year to the Planning Commission, which shall determine which items shall be further reviewed by staff and submitted as a formal proposal., which shall be deferred to future work programs, and which shall not be considered. Decisions to defer or not consider private requests shall be considered final unless appealed as provided herein. (3) Most development regulation amendments shall be processed concurrently with the comprehensive planning docket developed under AMC §20.96.030 (b). The Community Development director may direct that development regulation amendments proceed separately when deemed appropriate. In accordance with AMC §20.96.030 and §20.96.100, staff has conducted a brief review of the items listed on the Preliminary Docket. Planning Commission held a workshop meeting to discuss the Preliminary Docket items on March 1, 2022. The Planning Commission held a public hearing at the regularly scheduled Planning Commission meeting on March 15, 2022 and made a recommendation to City Council through the provided Findings of Fact on all items that should be included on the Final Docket. FINDINGS AND CONCLUSIONS Staff finds that the proposed amendments of the preliminary docket meet the criteria of AMC §20.96.030 and AMC §20.96.100. Once the Final Docket is determined by City Council, city staff will begin review of each amendment listed on the Final Docket. Upon review of each amendment on the Final Docket, a SEPA Checklist will be prepared and reviewed and a threshold determination of environmental impacts, if any, will be issued. RECOMMENDATION Staff recommends that City Council approve the recommended Final Docket at their regularly scheduled meeting on April 4, 2022. Maps and GIS data are distributed “AS-IS” without warranties of any kind, either express or implied, including but not limited to warranties of suitability for a particular purpose or use. Map data are compiled from a variety of sources which may contain errors and users who rely upon the information do so at their own risk. Users agree to indemnify, defend, and hold harmless the City of Arlington for any and all liability of any nature arising out of or resulting from the lack of accuracy or correctness of the data, or the use of the data presented in the maps. Proposed York Rezone City of Arlington Date: File: Cartographer: Scale:ZoningLayouts/ YorkRezone8.5x11_22 1/10/2022 hmd York Rezone to RMod 17 7 T H PL N E 183R D PL N E 31 ST DR N E 182ND ST NE 181STST N E 31ST AV E NE 179TH ST NE 180TH ST NE RHC = Residential High Capacity RMod = Residential Moderate Capacity RLC = Residential Low Capacity P/SP = Public/Semi-Public Legend Existing Zoning Assessor Parcels Rezone Area 1:1,670 ± ATTACHMENT A W City of Arlington Council Agenda Bill Item: WS #2 Attachment B administration services for the Runway 16/34 Mill and Overlay Project. Lakeside Industries, Inc. came in as the lowest bidder for construction at $2,424,597.08. Staff contacted references for the contractor and the references were complimentary of their work. Staff is requesting that City Council authorize the Mayor to sign the contract with Lakeside Industries, Inc. in the amount not to exceed $2,424,597.08. Staff is also requesting that City Council authorize the Mayor to sign the Professional Services Agreement with Dowl Engineering in the amount not to exceed $201,051.00 (current contracted on-call engineer for the City of Arlington Airport) for project construction administration services. Staff is requesting the City Council authorize the Mayor and City Attorney to sign the WSDOT Airport Aid W City of Arlington Council Agenda Bill Item: WS #2 Attachment B a) to authorize the Mayor to sign the contract with Lakeside Industries, Inc., in an amount not to exceed $2,424,597.08; b) to authorize the Mayor to sign the Professional Services Agreement with DOWL Engineering, Inc., in the amount not to exceed $201,051.00 for construction administration services; and 425-869-2670 ■ 800-865-9847 (fax)8420 154th Avenue NE, Suite 120 ■ Redmond, Washington 98052 ■ www.dowl.com Alaska ■ Arizona ■ Colorado ■ Montana ■ North Dakota ■ Oregon ■ Washington ■ Wyoming March 14, 2022 Dave Ryan Airport Director Arlington Municipal Airport 18204 59th Ave NE, Ste A Arlington, WA 98223 RE: Arlington Municipal Airport (AWO) Runway 16-34 Mill & Overlay Project AIP No. 3-53-0002-032-2022, City Project No. P02/491/19.2009 Recommendation for Award Dear Dave: On March 11, 2022, sealed bids were received and opened for the Runwa16-34 Mill & Overlay Project at Arlington Municipal Airport (AWO). The bid amounts included 9.2% percent sales tax. Two bids were submitted, with the results of the bid and the Engineer’s Estimate as follows: Engineer’s Estimate Lakeside Industries, Inc. Granite Construction Bid Total $ 2,557,398 $ 2,424,597.08 $ 3,446,573.13 No discrepancies were discovered with either bid. Per the Contract Documents, the basis of award is the Base Bid Schedule. Based on the bid totals, Lakeside Industries, Inc. bid of $2,424,597.08 is the low bid for this project. We have verified the qualifications of the low bidder, the active status of the contractor’s license from the Department of Labor and Industries, the current status of their licensure with the WA Department of Revenue (City of Arlington license to be acquired), and that Lakeside Industries, Inc. is not listed on the List of Parties Excluded from Federal Procurement or Non-Procurement Programs. All the required forms were submitted with the bid proposal. This project includes a published race-conscious DBE goal of 9.3% DBE participation. Lakeside Industries has committed to a total of $206,958 to be expended on DBE firms, which equates to 9.32% DBE participation. We will track actual DBE expenditures throughout construction in accordance with General Provision subsection 90-11 titled CONTRACTOR FINAL PROJECT DOCUMENTATION. Based on the outcome of the bids, we recommend that the City of Arlington – Arlington Municipal Airport award a construction contract to Lakeside Industries, Inc. in the amount of $2,424,597.08. We recommend issuing construction Notice to Proceed upon receipt of FAA funds with an expected start date in June. Dave Ryan Arlington Municipal Airport March 11, 2022 Page 2 Please call me at (425) 406-7135 if you have any questions. Sincerely, DOWL Wes Holden, Project Manager Attachments: Bid Tabulation, Contractor Review Documentation Arlington Municipal Airport (AWO) Contract Runway 16/34 Mill and Overlay Project CONSTRUCTION CONTRACT THIS CONTRACT, dated this 4th day of April, 2022, is by and between the City of Arlington, a municipal corporation of the State of Washington, hereinafter referred to as the CITY, and Lakeside Industries, Inc. referred to as the CONTRACTOR. WHEREAS, the City desires Lakeside Industries, Inc., and WHEREAS, the Contractor is qualified, willing and able to perform the necessary work. NOW, THEREFORE, in consideration of the mutual promises and covenants herein contained, to be kept, performed and fulfilled by the respective parties thereto, and other valuable considerations, it is mutually agreed as follows: 1.0 SERVICE BY CONTRACTOR Contractor agrees to perform the services described in the following project specification RUNWAY 16/34 MILL AND OVERLAY PROJECT. These documents are on file with the Project Manager, a copy is held by the contractor, and by this reference incorporated herein. 2.0 TIME OF COMPLETION All work under this Agreement is to be done within twenty-one (21) Working Days of notice to proceed. 3.0 RESPONSIBILITY OF CONTRACTOR 3.1 Safety Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and municipal safety laws and building codes. Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for protection of workmen and the public; shall post danger signs warning against known or unusual hazards. 3.2 Warranty The Contractor shall be responsible for correcting all defects in workmanship and material within one year after acceptance of this work. When corrections of defects are made, Contractor shall be responsible for correcting all defects in workmanship and/or materials in the corrected work for one year after acceptance of the corrections by the City. The Contractor shall start work to remedy such defects within seven (7) days of mailing notice of discovery thereof by the City and shall complete such work within a reasonable time. In emergencies where damage may result from delay or where loss of services may result, such corrections may be made by the City, in which case the cost shall be borne by the Contractor. In the event the Contractor does not accomplish corrections at the time specified, the work will be otherwise accomplished and the cost of same shall be paid by Contractor. The Contractor shall be liable for any costs, losses, expenses or damages including consequential damages suffered by the City resulting from defects in the Contractor’s work including, but not limited to, cost of materials and labor extended by the City in making emergency repairs and cost of engineer, inspection and supervision by the City. The Contractor shall hold the City harmless from any and all claims which may be made against the City as a result of any defect work and the Contractor shall defend any such claim at his own expense. Where materials or procedures are not specified in the contract, the City relies on the professional judgment of the Contractor to make appropriate selections. 3.3. Prevailing Wages Contractor shall comply with every provision of Chapter 39.12 of the Revised Code of Washington. The project is subject to the higher of Washington State L&I Wage Rates and Federal Davis Bacon Prevailing Wage Rates. Arlington Municipal Airport (AWO) Contract Runway 16/34 Mill and Overlay Project 3.4. Non-discrimination Contractor will not discriminate against any employee or applicant for employment because of race, creed, color, sex, age, national origin, marital status, physical or other motor handicap, unless based upon a bonafide occupational qualification. 3.5 Employment Any and all employees of the Contractor while engaged in the performance of any work or services required by the Contractor under this agreement, shall be considered employees of the Contractor only and not of the City and any and all claims that may or might arise under the Worker's Compensation Act on behalf of said employees, while so engaged and any and all claims made by a third party as consequence of any negligent act or omission on the part of the Contractor's employees, while so engaged on any of the work or services provided or rendered herein, shall be the sole obligation and responsibility of the Contractor. 4.0 SUBCONTRACTOR RESPONSIBILITY 4.1 The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require each of its subcontractors to include the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. The requirements of this section apply to all subcontractors regardless of tier. At the time of subcontract execution, the Contractor shall verify that each of its first-tier subcontractors meets the following bidder responsibility criteria: 1. Have a current certificate of registration as a contractor in compliance with chapter 18.27 RCW, which must have been in effect at the time of subcontract bid submittal; 2. Have a current Washington Unified Business Identifier (UBI) number; 3. If applicable, have: a. Industrial Insurance (worker’s compensation) coverage for the subcontractor’s employees working in Washington, as required in Title 51 RCW; b. A Washington Employment Security Department number, as required in Title 50 RCW; c. A Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW; d. An electrical contractor license, if required by Chapter 19.28 RCW; e. An elevator contractor license, if required by Chapter 70.87 RCW. 4. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). 5.0 COMPENSATION 5.1 The City shall pay the Contractor for the services identified in this contract the total amount of $2,424,597.08 plus tax. Contractor shall submit monthly, for the City’s acceptance, a written Contract Project Estimate setting forth the quantities of work satisfactorily performed to date, and an invoice covering the contract price applicable to the work, unless otherwise directed. The City will, within 30 days after receipt of acceptable Contractor’s estimate and invoice, pay the Contractor the accepted progress invoice less actual accumulated amount previously paid. 5.2 The City shall have the right to withhold payment to Contractor for any work not completed in a satisfactory manner until such time as Contractor modifies such work so that the same is satisfactory. Arlington Municipal Airport (AWO) Contract Runway 16/34 Mill and Overlay Project 6.0 CITY'S RIGHT TO TERMINATE CONTRACT 6.1 The City may terminate the contract upon the occurrence of any one or more of the events hereafter specified: a. If the Contractor should be adjudged bankrupt. b. If the Contractor should make a general assignment of benefit of his creditors. c. If a receiver should be appointed on the account of insolvency of the Contractor. d. If Contractor should persistently or repeatedly refuse or fail to supply a sufficient number of properly skilled workmen or proper materials for completion of the work. e. If the Contractor shall fail to complete the work within the time specified in the contract. f. If the Contractor shall fail to make a prompt payment to subcontractors or for material or labor. g. If Contractor should persistently disregard laws, ordinances or regulations of Federal, State or municipal agencies or subdivisions thereof. h. If Contractor should persistently disregard instructions of Management, or otherwise be guilty of a substantial violation of the contract. 6.2 This contract Agreement, and any amendments or extensions to said Agreement may be terminated for any reason not previously identified by either party by giving ten (10) days written notice to the other party. In the event that the contract is terminated by the City, Contractor shall not be entitled to receive any further balance of the amount to be paid under this contract until the work shall have been fully finished. At such time, if the unpaid balance of the amount to be paid under this contract exceeds the expense incurred by the City in finishing the work, all of the damages sustained or which may be sustained by reason of such refusal, neglect, failure of discontinuance of employment, such excess shall be paid by the City to Contractor. If such expense and damages shall exceed the unpaid balance, Contractor and his surety and each thereof shall be jointly and severally liable therefore to City and shall pay the difference to the City. Such expense and damage shall include all legal costs incurred by the City in employment of attorneys to protect the rights and interests of the City under the contract; provided such legal costs shall be reasonable. 7.0 OWNERSHIP OF DOCUMENTS 7.1 On payment to the Contractor by the City of all compensation due under this Agreement all finished or unfinished documents and material prepared by the Contractor with funds provided by this Agreement shall become the property of the City and shall be forwarded to the City at its request. 7.2 Any records, reports, information, data or other documents or materials given to or prepared or assembled by the Contractor under this Agreement will be kept as confidential and shall not be made available to any individual or organization by the Contractor without prior written approval of the City or by court order. 8.0 CLAIMS 8.1 Any claim against the City for damages, expenses, costs or extras arising out of the performance of the contract must be made in writing to the City within thirty (30) days after the discovery of such damage, and in no event later than the time of approval by owner of final payment. Contractor, upon making applications for final payment, shall be deemed to have waived this right to claim for any other damages for which claim has not been made, unless such claim for final payment includes notice of additional claim and fully describes the alleged damage. 9.0 ASSIGNMENT 9.1 This Agreement may not be assigned or otherwise transferred by the parties hereto without the written consent of the other party. Arlington Municipal Airport (AWO) Contract Runway 16/34 Mill and Overlay Project 10.0 MODIFICATION 10.1 No change, alteration, modification or addition to the Agreement will be effective unless it is in writing and properly signed by all parties thereto. 11.0 HOLD HARMLESS 11.1 Contractor shall hold the City and its officers, agents and employees harmless, from all suits, claims or liabilities of any nature, including attorney's fees, costs and expenses for or on account of injuries or damages sustained by any persons or property resulting in whole or in part from negligent activities or omissions of the Contractor, its agents or other renumeration for services; and if a suit in respect to the above be filed, the Contractor shall appear and defend the same at its own cost and expense, and if judgment is rendered or settlement made requiring payment of damages by the City, which damages are based in whole or in part on the negligent activities or omissions of the Contractor, its agents or employees, the Contractor shall pay same. 12.0 INSURANCE The Contractor’s required insurance shall be of the types and coverage as stated below: 12.1 Insurance required. Contractor shall maintain at all times the following insurance during the term of this agreement: a. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be at least as broad as Insurance Services Office (ISO) form CA 00 01. b. Commercial General Liability insurance shall be as least at broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit using ISO form CG 25 03 05 09 or an equivalent endorsement. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Public Entity shall be named as an additional insured under the Contractor’s Commercial General Liability insurance policy with respect to the work performed for the Public Entity using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing at least as broad coverage. c. Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 12.2 Minimum Limits of Insurance. Contractor shall maintain insurance limits no less than: a. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. b. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate, and $2,000,000 products-completed operations aggregate limit. c. Builders Risk Insurance shall be written in the amount of the completed value of the project with no coinsurance provisions. (If Applicable) Arlington Municipal Airport (AWO) Contract Runway 16/34 Mill and Overlay Project d. Contractor is required to procure and maintain Pollution Legal Liability Insurance covering losses caused by pollution conditions that arise from the operations of the Contractor. The Pollution Legal Liability Insurance shall be written in an amount of at least $1,000,000. Coverage may be written on a claims-made basis. (If Applicable) 12.3 The Policies are to contain, and be endorsed to contain the following provisions: a. General Liability, Builders Risk Insurance (If Applicable), and Pollution Legal Liability (If Applicable) 1. The City, its officials, employees and volunteers are to be covered as additional insured as respect to liability arising out of activities performed by or on behalf of the Contractor. 2. Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. 3. Any failure to comply with the reporting provisions of all policies shall not affect the coverage provided to the City, its officials, employees or volunteers. b. All Coverage Each insurance policy required by this clause shall state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 12.4 Acceptability of Insurers Insurance is to be placed with insurers with a Best's rating of no less than A:XIII, or with an insurer acceptable to the City. 12.5 Verification of Coverage Contractor shall furnish the City with certificates of insurance effecting coverage required by this clause. The certification for each insurance policy is to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates are to be received and approved by the City before work commences. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. 12.6 Subcontractors The Contractor shall have sole responsibility for determining the insurance coverage and limits required, if any, to be obtained by subcontractors, which determination shall be made in accordance with reasonable and prudent business practices. 12.7 Asbestos Or Hazardous Materials Abatement Work If asbestos abatement or hazardous materials work is performed, Contractor shall review coverage with the City’s Risk Manager and provide scope and limits of coverage that are appropriate for the scope of work. No asbestos abatement work will be performed until coverage is approved by Risk Manager. 12.8 Notice of Cancellation The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. 12.9 Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. Arlington Municipal Airport (AWO) Contract Runway 16/34 Mill and Overlay Project 13.0 INDEPENDENT CONTRACTOR 13.1 Contractor is and shall be at all times during the term of this Agreement an independent contractor. IN WITNESS WHEREOF, the parties have executed this Agreement on the date first above written. CITY OF ARLINGTON, WASHINGTON: CONTRACTOR: By By PROFESSIONAL SERVICE AGREEMENT 1 PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT, is made and entered into in duplicate this 4th day of April, 2022 by and between the CITY OF ARLINGTON, a Washington municipal corporation, hereinafter referred to as the "CITY" or “OWNER” and, Dowl, LLC hereinafter referred to as the "CONSULTANT". RECITALS: WHEREAS, the CITY desires to have certain services and/or tasks performed as set forth below requiring specialized skills and other supportive capabilities; and WHEREAS, sufficient CITY resources are not available to provide such services; and WHEREAS, the CONSULTANT represents that the CONSULTANT is qualified and possesses sufficient skills and the necessary capabilities, including technical and professional expertise, where required, to perform the services and/or tasks set forth in this Agreement. NOW, THEREFORE, in consideration of the terms, conditions, covenants, and performance contained herein, the parties hereto agree as follows: 1. Scope of Services. The CONSULTANT shall perform such services and accomplish such tasks, including the furnishing of all materials and equipment necessary for full performance thereof, as are identified and designated as CONSULTANT responsibilities throughout this Agreement and as detailed in Exhibit A, attached hereto and incorporated herein (the "Project"). CITY has relied upon the qualifications of CONSULTANT in entering into this Agreement. By execution of this Agreement, CONSULTANT represents it possesses the ability, skill and resources necessary to perform the work and is familiar with all applicable current laws, rules and regulations which reasonably relate to the Scope of Services detailed in Exhibit “A” hereto. CONSULTANT shall exercise the degree of skill and diligence normally employed by professional consultants engaged in the same profession, and performing the same or similar services at the time such services are performed. CONSULTANT will be responsible for the technical accuracy of its services and documents resulting therefrom, and CITY shall not be responsible for discovering deficiencies therein. CONSULTANT agrees to correct any deficiencies discovered without additional compensation, except to the extent such deficiencies are directly attributable to deficiencies or omissions in City-furnished information. PROFESSIONAL SERVICE AGREEMENT 2 2. Term. The contract shall be completed by December 31, 2022 unless sooner terminated according to the provisions herein. 3. Compensation and Method of Payment. 3.1 Payments for services provided hereunder shall be made following the performance of such services, unless otherwise permitted by law and approved in writing by the CITY. 3.2 No payment shall be made for any service rendered by the CONSULTANT except for services identified and set forth in this Agreement. 3.3 The CITY shall pay the CONSULTANT for work performed under this Agreement as follows: CONSULTANT shall submit monthly invoices detailing work performed and expenses for which reimbursement is sought. CITY shall approve all invoices before payment is issued. Payment shall occur within thirty (30) days of receipt and approval of an invoice. 3.4 CITY shall pay CONSULTANT for such services: (check one) Hourly: $ __________ per hour, plus actual expenses, but not to exceed a total of $___________ without an amendment to the contract. Fixed Sum: A total amount of $XXXXXXX in accordance with the fee schedule contained in Exhibit B for all work performed and expenses incurred under this contract. . Other: An hourly fee plus reimbursement of expenses per the scope of work attached as Exhibit A, but not to exceed $201,051.00 for all work performed and expenses incurred under this contract. 4. Reports and Inspections. 4.1 The CONSULTANT at such times and in such forms as the CITY may require, shall furnish to the CITY such statements, records, reports, data, and information as the CITY may request pertaining to matters covered by this Agreement. 4.2 The CONSULTANT shall at any time during normal business hours and as often as the CITY or State Auditor may deem necessary, make available for examination all of its records and data with respect to all matters covered, directly or indirectly, by this Agreement and shall permit the CITY or its designated authorized representative to audit and inspect other data relating to all matters covered by this Agreement. The CITY shall receive a copy of all audit reports made by the agency or firm as to the CONSULTANT'S activities. The CITY may, at PROFESSIONAL SERVICE AGREEMENT 3 its discretion, conduct an audit at its expense, using its own or outside auditors, of the CONSULTANT'S activities which relate, directly or indirectly, to this Agreement. 5. Independent Contractor Relationship. 5.1 The parties intend that an independent CONSULTANT/CITY relationship will be created by this Agreement. The CITY is interested primarily in the results to be achieved; subject to paragraphs herein, the implementation of services will lie solely with the discretion of the CONSULTANT. No agent, employee, servant or representative of the CONSULTANT shall be deemed to be an employee, agent, servant or representative of the CITY for any purpose, and the employees of the CONSULTANT are not entitled to any of the benefits the CITY provides for its employees. The CONSULTANT will be solely and entirely responsible for its acts and for the acts of its agents, employees, servants, subcontractors or representatives during the performance of this Agreement. 5.2 In the performance of the services herein contemplated the CONSULTANT is an independent contractor with the authority to control and direct the performance of the details of the work, however, the results of the work contemplated herein must meet the approval of the CITY and shall be subject to the CITY'S general rights of inspection and review to secure the satisfactory completion thereof. 6. CONSULTANT Employees/agents The CITY may at its sole discretion require the CONSULTANT to remove any employee, agent or servant from employment on this Project. The CONSULTANT may however employ that (those) individual(s) on other non-CITY related projects. 7. Hold Harmless/Indemnification. 7.1 CONSULTANT shall indemnify and hold the CITY, its officers, officials, and employees harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the negligent acts, errors or omissions of the CONSULTANT in performance of this Agreement. In the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the CONSULTANT and the CITY, its officers, officials, employees, and volunteers, the CONSULTANT's liability, including the duty and cost to defend, hereunder shall be only to the extent of the CONSULTANT's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the CONSULTANT's waiver of immunity under Industrial Insurance, PROFESSIONAL SERVICE AGREEMENT 4 Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement, though no indemnification claim shall lie after any applicable underlying limitation of action(s) has run. 8. Insurance. The CONSULANT shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the CONSULTANT, its agents, representatives, or employees. 8.1 Insurance Term. The CONSULTANT shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the CONSULTANT, its agents, representatives, or employees. 8.2 No Limitation. The CONSULTANT’s maintenance of insurance as required by the Agreement shall not be construed to limit the liability of the CONSULTANT to the coverage provided by such insurance, or otherwise limit the CITY’s recourse to any remedy available at law or in equity. 8.3 Minimum Scope of Insurance. The CONSULTANT shall obtain insurance of the types and coverage described below: a. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be as least as broad as Insurance Services Office (ISO) form CA 00 01. b. Commercial General Liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop-gap independent contractors and personal injury and advertising injury. The CITY shall be named as an additional insured under the CONSULTANT’s Commercial General Liability insurance policy with respect to the work performed for the CITY using an additional insured endorsement at least as broad as ISO CG 20 26. c. Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. PROFESSIONAL SERVICE AGREEMENT 5 d. Professional Liability insurance appropriate to the CONSULTANT’s profession. 8.4 Minimum Amounts of Insurance. The CONSULTANT shall maintain the following insurance limits: a. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. b. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. c. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. 8.5 Other Insurance Provision. The CONSULTANT’s Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance as respect the CITY. Any insurance, self-insurance, or self-insured pool coverage maintained by the CITY shall be excess of the CONSULTANT’s insurance and shall not contribute with it. 8.6 Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:V. 8.7 Verification of Coverage. The CONSULTANT shall furnish the CITY with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the CONSULTANT before commencement of the work. 8.8 Notice of Cancellation. The CONSULTANT shall provide the CITY with written notice of any policy cancellation within two business days of their receipt of such notice. 8.9 Failure to Maintain Insurance. Failure on the part of the CONSULTANT to maintain the insurance as required shall constitute a material breach of contract, upon which the CITY may, after giving five business days’ notice to the CONSULTANT to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the CITY on PROFESSIONAL SERVICE AGREEMENT 6 demand, or at the sole discretion of the CITY, offset against funds due the CONSULTANT from the CITY. 8.10 CITY Full Availability of CONSULTANT Limits. If the CONSULTANT maintains higher insurance limits than the minimums shown above, the CITY shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the CONSULTANT, irrespective of whether such limits maintained by the CONSULTANT are greater than those required by this contract or whether any certificate of insurance furnished to the CITY evidences limits of liability lower than those maintained by the CONSULTANT. 9. Treatment of Assets. Title to all property furnished by the CITY shall remain in the name of the CITY and the CITY shall become the owner of the project specific work product and other documents, if any, prepared by the CONSULTANT pursuant to this Agreement. 10. Compliance with Law/FAA Requirements. 10.1 The CONSULTANT, in the performance of this Agreement, shall comply with all applicable federal, state or local laws and ordinances, including regulations for licensing, certification and operation of facilities, programs and accreditation, and licensing of individuals, and any other standards or criteria as described in this Agreement to assure quality of services. 10.2 The CONSULTANT specifically agrees to pay any applicable business and occupation (B & O) taxes which may be due on account of this Agreement. 10.3 Access to Records and Reports. 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 oir 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 contract for a period of not less than three years after final payment is made and all pending matters are closed. 10.4 General Civil Rights Provisions. The CONSULTANT 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. This provision binds the CONSULTANT and subtier contractors from the bid solicitation period through the completion of PROFESSIONAL SERVICE AGREEMENT 7 the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964. 10.5 Title VI Solicitation Notice: The CITY, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. 10.6 Compliance with Nondiscrimination Requirements. During the performance of this contract, the CONSULTANT, for itself, its assignees, and successors in interest (hereinafter referred to as the “CONSULTANT”) agrees as follows: a. Compliance with Regulations: The CONSULTANT will comply with the Title VI List of Pertinent Nondiscrimination Acts And Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. b. Non-discrimination: The CONSULTANT, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The CONSULTANT will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. c. Solicitations for Subcontracts, Including 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 subcontractor or supplier will be notified by the CONSULTANT of the CONSULTANT’s obligations under this contract and the Nondiscrimination Acts And Authorities 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 Nondiscrimination Acts And Authorities and instructions. Where any PROFESSIONAL SERVICE AGREEMENT 8 information required of a CONSULTANT is in the 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 Nondiscrimination 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 2. Cancelling, terminating, or suspending a contract, in whole or in part. f. Incorporation of Provisions: The CONSULTANT will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, Required Contact Provisions Issued on January 29, 2016 Page 19 AIP Grants and Obligated Sponsors Airports (ARP) unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The CONSULTANT will take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the CONSULTANT becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the CONSULTANT may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition, the CONSULTANT may request the United States to enter into the litigation to protect the interests of the United States. 10.7 Applicable Nondiscrimination Statutes. During the performance of this contract, the CONSULTANT, for itself, its assignees, and successors in interest (hereinafter referred to as the “CONSULTANT”) agrees to comply with the following nondiscrimination statutes and authorities; including but not limited to: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 CFR part 21 (Non-discrimination In Federally-Assisted Programs of The Department of Transportation—Effectuation of Title VI of The Civil Rights Act of 1964); PROFESSIONAL SERVICE AGREEMENT 9 • 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); • Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR part 27; • The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); • 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); • 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, subrecipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 – 12189) as implemented by Department of Transportation regulations at 49 CFR parts 37 and 38; • The Federal Aviation Administration’s Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures non- discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); PROFESSIONAL SERVICE AGREEMENT 10 • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). 10.8 Texting While 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 FAA encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or sub-grant. In support of this initiative, the Owner encourages the CONSULTANT to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work activities associated with the project. The CONSULTANT must include the substance of this clause in all sub-tier contracts exceeding $3,500 and involve driving a motor vehicle in performance of work activities associated with the project. 10.9 Energy Conservation Requirements. CONSULTANT and its subcontractors agree to comply with mandatory standards and policies relating to energy efficiency as contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6201et seq). 10.10 Federal Fair Labor Standards Act. All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part time workers. The CONSULTANT has full responsibility to monitor compliance to the referenced statute or regulation. The CONSULTANT must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor – Wage and Hour Division. 10.11 Occupational Safety and Health Act of 1970. All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. CONSULTANT must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The CONSULTANT retains full responsibility to monitor its compliance and their subcontractor’s compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). CONSULTANT PROFESSIONAL SERVICE AGREEMENT 11 must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor – Occupational Safety and Health Administration. 10.12 Trade Restriction Certification. By submission of an offer, the CONSULTANT certifies that with respect to this solicitation and any resultant contract, the CONSULTANT - 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 CONSULTANT must provide immediate written notice to the Owner if the CONSULTANT learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The CONSULTANT must require subcontractors provide immediate written notice to the CONSULTANT if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a CONSULTANT or subcontractor: (1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. or (2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such U.S.T.R. list or (3) who incorporates in the public works project any product of a foreign country on such U.S.T.R. list; Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of CONSULTANT is not required to exceed PROFESSIONAL SERVICE AGREEMENT 12 that which is normally possessed by a prudent person in the ordinary course of business dealings. The CONSULTANT agrees that it will incorporate this provision for certification without modification in in all lower tier subcontracts. The CONSULTANT may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by U.S.T.R, unless the CONSULTANT has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the CONSULTANT or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. 10.13 Veteran’s Preference. In the employment of labor (excluding executive, administrative, and supervisory positions), the CONSULTANT and all sub-tier contractors must give preference to covered veterans as defined within Title 49 United States Code Section 47112. Covered veterans include Vietnam-era veterans, Persian Gulf veterans, Afghanistan-Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 U.S.C. 632) owned and controlled by disabled veterans. This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates. 10.14 Certification Regarding Lobbying. The CONSULTANT certifies by signing and submitting this agreement, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the CONSULTANT, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall PROFESSIONAL SERVICE AGREEMENT 13 complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 10.15 Clean Air and Water Pollution Control. CONSULTANT agrees to comply with all applicable standards, orders, and regulations 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 Owner immediately upon discovery. The Owner assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal Aviation Administration. CONSULTANT must include this requirement in all subcontracts that exceeds $150,000. 10.16 Certification of CONSULTANT regarding Debarment. The CONSULTANT certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. 10.17 Certification of CONSULTANT regarding Tax Delinquency and Felony Convictions 1) CONSULTANT represents that it is not a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 2) The CONSULTANT represents that it is not a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. 10.18 Disadvantaged Business Enterprises Provisions. CONSULTANT shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The CONSULTANT shall carry out applicable requirements of 49 CFR part 26 in the award and administration of Department of Transportation-assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this PROFESSIONAL SERVICE AGREEMENT 14 contract, which may result in the termination of this contract or such other remedy as the Owner deems appropriate, which may include, but is not limited to: 1) Withholding monthly progress payments; 2) Assessing sanctions; 3) Liquidated damages; and/or 4) Disqualifying the Contractor from future bidding as non-responsible. 11. Breach of Contract. Any violation or breach of terms of this contract on the part of the contractor or its subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. Owner will provide CONSULTANT written notice that describes the nature of the breach and corrective actions the CONSULTANT must undertake in order to avoid termination of the contract. Owner reserves the right to withhold payments to CONSULTANT until such time the CONSULTANT corrects the breach or the Owner elects to terminate the contract. The Owner’s notice will identify a specific date by which the CONSULTANT must correct the breach. Owner may proceed with termination of the contract if the CONSULTANT fails to correct the breach by deadline indicated in the Owner’s notice. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. 12. Assignment/subcontracting. 12.1 The CONSULTANT shall not assign its performance under this Agreement or any portion of this Agreement without the written consent of the CITY, and it is further agreed that said consent must be sought in writing by the CONSULTANT not less than thirty (30) days prior to the date of any proposed assignment. The CITY reserves the right to reject without cause any such assignment. 12.2 Any work or services assigned hereunder shall be subject to each provision of this Agreement and proper bidding procedures where applicable as set forth in local, state and/or federal statutes, ordinances and guidelines. 12.3 Any technical/professional service subcontract not listed in this Agreement, must have express advance approval by the CITY. 13. Changes. PROFESSIONAL SERVICE AGREEMENT 15 Either party may request changes to the scope of services and performance to be provided hereunder, however, no change or addition to this Agreement shall be valid or binding upon either party unless such change or addition be in writing and signed by both parties. Such amendments shall be attached to and made part of this Agreement. 14. Maintenance and Inspection of Records. 14.1 The CONSULTANT shall maintain books, records and documents, which sufficiently and properly reflect all direct and indirect costs related to the performance of this Agreement and shall maintain such accounting procedures and practices as may be necessary to assure proper accounting of all funds paid pursuant to this Agreement. These records shall be subject at all reasonable times to inspection, review, or audit, by the CITY, its authorized representative, the State Auditor, or other governmental officials authorized by law to monitor this Agreement. 14.2 The CONSULTANT shall retain all books, records, documents and other material relevant to this agreement, for six (6) years after its expiration. The CONSULTANT agrees that the CITY or its designee shall have full access and right to examine any of said materials at all reasonable times during said period. 15. Other Provisions. If changes in state law necessitate that services hereunder be expanded, the parties shall negotiate an appropriate amendment. If after thirty (30) days of negotiation, agreement can not be reached, this Agreement may be terminated by the CITY no sooner than sixty (60) days thereafter. 16. Termination. 16.1 Termination for Convenience. a. The Owner may, by written notice to the CONSULTANT, terminate this Agreement for its convenience and without cause or default on the part of CONSULTANT. Upon receipt of the notice of termination, except as explicitly directed by the Owner, the Contractor must immediately discontinue all services affected. b. Upon termination of the Agreement, the CONSULTANT must deliver to the Owner all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by the Engineer under this contract, whether complete or partially complete. c. Owner agrees to make just and equitable compensation to the CONSULTANT for satisfactory work completed up through the date PROFESSIONAL SERVICE AGREEMENT 16 the CONSULTANT receives the termination notice. Compensation will not include anticipated profit on non-performed services. d. Owner further agrees to hold CONSULTANT harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. 16.2 Termination for Cause. Either party may terminate this Agreement for cause if the other party fails to fulfill its obligations that are essential to the completion of the work per the terms and conditions of the Agreement. The party initiating the termination action must allow the breaching party an opportunity to dispute or cure the breach. The terminating party must provide the breaching party [7] days advance written notice of its intent to terminate the Agreement. The notice must specify the nature and extent of the breach, the conditions necessary to cure the breach, and the effective date of the termination action. The rights and remedies in this clause are in addition to any other rights and remedies provided by law or under this agreement. a) Termination by Owner: The Owner may terminate this Agreement in whole or in part, for the failure of the CONSULTANT to: 1. Perform the services within the time specified in this contract or by Owner approved extension; 2. Make adequate progress so as to endanger satisfactory performance of the Project; 3. Fulfill the obligations of the Agreement that are essential to the completion of the Project. Upon receipt of the notice of termination, the CONSULTANT must immediately discontinue all services affected unless the notice directs otherwise. Upon termination of the Agreement, the CONSULTANT must deliver to the Owner all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by the Engineer under this contract, whether complete or partially complete. Owner agrees to make just and equitable compensation to the CONSULTANT for satisfactory work completed up through the date the CONSULTANT receives the termination notice. Compensation will not include anticipated profit on non- performed services. PROFESSIONAL SERVICE AGREEMENT 17 Owner further agrees to hold CONSULTANT harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. If, after finalization of the termination action, the Owner determines the CONSULTANT was not in default of the Agreement, the rights and obligations of the parties shall be the same as if the Owner issued the termination for the convenience of the Owner. b) Termination by CONSULTANT: The CONSULTANT may terminate this Agreement in whole or in part, if the Owner: 1. Defaults on its obligations under this Agreement; 2. Fails to make payment to the CONSULTANT in accordance with the terms of this Agreement; 3. Suspends the Project for more than 180 days due to reasons beyond the control of the CONSULTANT. Upon receipt of a notice of termination from the CONSULTANT, Owner agrees to cooperate with CONSULTANT for the purpose of terminating the agreement or portion thereof, by mutual consent. If Owner and CONSULTANT cannot reach mutual agreement on the termination settlement, the CONSULTANT may, without prejudice to any rights and remedies it may have, proceed with terminating all or parts of this Agreement based upon the Owner’s breach of the contract. In the event of termination due to Owner breach, the Engineer is entitled to invoice Owner and to receive full payment for all services performed or furnished in accordance with this Agreement and all justified reimbursable expenses incurred by the CONSULTANT through the effective date of termination action. Owner agrees to hold CONSULTANT harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. 17. Notice. Notice provided for in this Agreement shall be sent by certified mail to the addresses designated for the parties on the last page of this Agreement. 18. Attorneys Fees and Costs. If any legal proceeding is brought for the enforcement of this Agreement, or because of a dispute, breach, default, or misrepresentation in connection with any of the provisions of this PROFESSIONAL SERVICE AGREEMENT 18 Agreement, the prevailing party shall be entitled to recover from the other party, in addition to any other relief to which such party may be entitled, reasonable attorney's fees and other costs incurred in that action or proceeding. 19. Jurisdiction and Venue. 19.1 This Agreement has been and shall be construed as having been made and delivered within the State of Washington, and it is agreed by each party hereto that this Agreement shall be governed by laws of the State of Washington, both as to interpretation and performance. 19.2 Any action of law, suit in equity, or judicial proceeding for the enforcement of this Agreement or any provisions thereof, shall be instituted and maintained only in any of the courts of competent jurisdiction in Snohomish County, Washington. 20. Severability. 20.1 If, for any reason, any part, term or provision of this Agreement is held by a court of the United States to be illegal, void or unenforceable, the validity of the remaining provisions shall not be affected, and the rights and obligations of the parties shall be construed and enforced as if the Agreement did not contain the particular provision held to be invalid. 20.2 If it should appear that any provision hereof is in conflict with any statutory provision of the State of Washington, said provision which may conflict therewith shall be deemed inoperative and null and void insofar as it may be in conflict therewith, and shall be deemed modified to conform to such statutory provisions. 21. Entire Agreement. The parties agree that this Agreement is the complete expression of the terms hereto and any oral representations or understandings not incorporated herein are excluded. Further, any modification of this Agreement shall be in writing and signed by both parties. Failure to comply with any of the provisions stated herein shall constitute material breach of contract and cause for termination. Both parties recognize time is of the essence in the performance of the provisions of this Agreement. It is also agreed by the parties that the forgiveness of the nonperformance of any provision of this Agreement does not constitute a waiver of the provisions of this Agreement. IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed the day and year first hereinabove written. PROFESSIONAL SERVICE AGREEMENT 19 CITY OF ARLINGTON CONSULTANT: Dowl, LLC ______________________________ ____________________________ Barbara Tolbert, Mayor Attest: ________________________________ Julie Peterson, City Clerk Page 1 of 4 TASK ORDER #8 EXHIBIT A: SCOPE OF WORK City of Arlington – Arlington Municipal Airport (AWO) Runway 16-34 Mill & Overlay Phase 2: Construction Administration This project will be completed under the Professional Services Agreement between the City of Arlington and DOWL, LLC, dated April 4, 2022. Project Description This project includes the following improvements to the Arlington Municipal Airport (AIRPORT), as shown in the attached Figure 1. Runway 16-34 Mill & Overlay (AIP Eligible): 1. 2.5 to 3-inch asphalt mill and overlay of Runway 16-34, full-length. Existing 10-foot runway paved shoulders are not included in this work. Limited portions of taxiway connectors will be included only as needed to provide a smooth transition from the new runway surface. Non-AIP Eligible Work: There is not anticipated to be any non-AIP eligible work included in this project. DOWL (CONSULTANT) and The City of Arlington – Arlington Municipal Airport (AIRPORT) have prepared the following scope of work. PHASE 2: CONSTRUCTION ADMINISTRATION 2.1 PROJECT MANAGEMENT The CONSULTANT will provide project management and administration, management of subconsultants, and liaison with the AIRPORT and FAA, and prepare monthly invoices with monthly progress reports. It is assumed that up to four (4) invoices will be required. 2.2 CONSTRUCTION MANAGEMENT PLAN The CONSULTANT will prepare a Construction Management Plan per FAA Advisory Circular 150/5370-12B, Quality Management for Federally Funded Airport Construction Projects, and submit to the FAA prior to the start of construction. 2.3 PRE-CONSTRUCTION ACTIVITIES The CONSULTANT will conduct a pre-construction conference and review the CSPP with the Contractor onsite prior to work commencing and making any necessary modifications that may be required. The CONSULTANT will review the Contractor’s proposed schedule with the Airport prior to the meeting. CONSULTANT survey crew will verify design control just prior to construction. City of Arlington – Arlington Municipal Airport (AWO) Runway 16-34 Mill & Overlay Phase 2: Construction Administration Page 2 of 4 2.4 SUBMITTAL REVIEW The CONSULTANT will review Contractor submittals for conformance with plans and specifications, and maintain a submittal log with all submittals to date and the current status. 2.5 CONSTRUCTION ADMINISTRATION Provide construction administration services to include: a) Preparation of up to three (3) Contractor progress payment requests. b) Preparation of up to two (2) construction change orders. c) Respond to Contractor RFI’s (4 RFI’s estimated). d) Review all weekly certified payrolls (prime and subcontractors) monthly prior to the pay request and provide tracking spreadsheet to the AIRPORT. e) Review “Statement of Intent to Pay Prevailing Wage” and “Affidavit of Wages Paid” forms for prime Contractor and subcontractors. f) Conduct employee wage interviews for both prime contractor and subcontractors, as required by the City. g) Prepare weekly meeting agenda and minutes (5 meetings estimated). h) Provide Daily Reports (DR’s) for every working day the Contractor is working at the airport. Resident Engineer and Inspector will prepare and submit Daily Reports for each working day they are on site. (25 reports estimated). i) Prepare FAA weekly reports with progress photos for every week the Contractor is working at the airport (5 reports estimated). j) Prepare and submit FAA quarterly reports (5 reports estimated). k) Resident Engineer will conduct up to five (5) weekly construction meetings on-site and will be on site up to four (4) additional 8-hour days to monitor overlay staking on milled surface, test section construction, and significant production paving days. 2.6 RESIDENT PROJECT REPRESENTATIVE (RPR) & INSPECTION Provide full-time onsite Resident Project Representative (RPR) through construction (10-hour days, 21 working days) and an additional part-time Resident Engineer (RE) for review of staking on milled surface, test section evaluation, and significant production paving days (4, 8-hour days). RPR and RE will monitor and document construction progress, confirm conformance with schedules, plans and specifications, measure and document construction pay quantities, document significant conversations or situations, document input or visits by local authorities, etc., and photograph daily construction activities. RPR and RE will conduct up to five (5) weekly meetings on-site to coordinate progress of construction work with the AIRPORT, airport tenants, and the Contractor. Prepare daily reports documenting construction progress when onsite, materials used, number of workers and work process, and equipment used. Construction is anticipated to last approximately five (5) weeks. 2.7 ACCEPTANCE TESTING The CONSULTANT will provide acceptance testing for Hot Mix Asphalt. This will assume up to two (2) test sections with three (3) sublots each. Production paving is anticipated to be completed in six (6) lots, with up to twenty-six (26) sublots. City of Arlington – Arlington Municipal Airport (AWO) Runway 16-34 Mill & Overlay Phase 2: Construction Administration Page 3 of 4 2.8 FINAL INSPECTION Attend the final inspection with Airport personnel and the Contractor. Prepare a punchlist for the Contractor, if required. Conduct one (1) follow-up inspection when the Contractor has completed the punchlist. Additional inspections, if required, will be deducted from the Contractor’s final pay estimate. 2.9 RECORD DRAWINGS Prepare record drawings incorporating documented changes by the RPR and CONTRACTOR throughout construction and deliver three sets of printed drawings and one set of electronic drawings in AutoCAD and PDF formats on a flash drive to the AIRPORT, and a PDF of the record drawings to the FAA via electronic file transfer. 2.10 PROJECT CLOSEOUT The CONSULTANT will prepare a Draft FAA Construction Final Report per FAA 620-05 Standard Handout for Final Reports, Final Payment Summary, and a draft final Delphi reimbursement request (SF425/SF271) and submit to the AIRPORT and FAA for review. Review comments will be incorporated, and a final report will be submitted for approval. The CONSULTANT will determine the Pavement Classification Rating (PCR) of the constructed pavement section and update the Airport Master Record and As-Built Airport Layout Plan after construction. 2.11 GRANT ASSISTANCE The CONSULTANT will provide the AIRPORT with the following grant assistance: 1. Assist the Airport with preparation and submission of the FAA AIP grant application for this project. 2. Assist the Airport with general management of FAA AIP grant for this project. 3. Prepare FAA Quarterly and Annual Performance Reports and submit to the FAA. 2.12 DBE REPORTING The CONSULTANT will complete and submit the annual DBE Uniform Report online via the FAA Civil Rights Connect website. ASSUMPTIONS: a) The construction will occur during the summer of 2022 and will be completed by December 31, 2022. b) Construction staking is to be completed by the Contractor. Design survey control will be included in the Contract Plans, and surveyors will verify design control in the field just prior to construction NTP. c) A Construction Management Plan is required. d) Resident engineering fee estimate is based on providing a full-time inspector for 5 days per week for the full 21-day construction period at 10 hours per day, and an additional Resident Engineer for 1 day per week for 4-weeks at 8 hours per day. DELIVERABLES: The following documents, exhibits, or other presentations for work covered by this Agreement will be furnished by the CONSULTANT to the AIRPORT upon the completion of the various phases of the work. PRE-CONSTRUCTION CONFERENCE Meeting Agenda and Minutes PDF via email City of Arlington – Arlington Municipal Airport (AWO) Runway 16-34 Mill & Overlay Phase 2: Construction Administration Page 4 of 4 CONSTRUCTION MANAGEMENT PLAN Construction Management Plan PDF via email GRANT ASSISTANCE FAA Quarterly Report(s) PDF via email CONSTRUCTION Construction Documentation Complete set of electronic files on flash drive Meeting Minutes PDF via email Record Drawings Airport: Three (3) 11”x17” paper copies & PDF, FAA: PDF via electronic delivery Construction Closeout Report Airport: Three (3) copies & PDF, FAA: PDF via electronic delivery Airport Layout Plan Update PDF via electronic delivery DBE REPORTING Annual DBE Uniform Report Online via FAA Civil Rights Connect GENERAL Invoice and Progress Reports PDF via email Payroll Tracking Spreadsheet Excel spreadsheet via email Certified Payroll Reviews PDF via email Client:Arlington Municipal Airport (AWO) Project:Runway 16-34 Mill & Overlay Date:3/10/2022 Phase:02 - Construction Administration LABOR: TASK Project Engineering Survey Prof. Land Survey Admin. NO.TASK (Scope of Services)Engineer X Manager VI Engineer II Technician V Manager I Surveyor V Technician V Assistant TOTAL LABOR 255.00 210.00 120.00 140.00 215.00 135.00 95.00 90.00 HOURS COST 2.1 Project Management 8 60 0 0 0 0 0 24 92 16,800$ a General Project Management (8 months)8 60 24 92 16,800$ 2.2 Construction Management Plan 0 2 12 0 0 0 0 0 14 1,860$ a Construction Management Plan 2 12 14 1,860$ 2.3 Pre-Construction Activities 1 10 12 0 4 16 16 4 63 8,695$ a Review Schedule 1 2 2 2 7 1,095$ b Pre-Construction Conference / Minutes 8 10 2 20 3,060$ c Verification of Survey Control 4 16 16 36 4,540$ 2.4 Submittal Review 0 16 30 0 0 0 0 2 48 7,140$ a Submittal Reviews 16 30 2 48 7,140$ 2.5 Construction Administration 2 53 118 8 0 0 0 4 185 27,280$ a Pay Estimates (3)1 9 16 26 4,065$ b Change Orders (2)1 20 32 8 2 63 9,595$ c RFI's (4)6 8 2 16 2,400$ d Certified Payroll Review 4 32 36 4,680$ e Labor Documentation Review 6 12 18 2,700$ f Employee Wage Rate Interviews 1 4 5 690$ g Weekly Meeting Agenda / Minutes 4 8 12 1,800$ h FAA Weekly Reports (Anticipated 6 Reports)3 6 9 1,350$ 2.6 RPR & Inspection 0 72 210 0 0 0 0 0 282 40,320$ a Full-Time Inspector (21 Working Days)210 210 25,200$ b Part-Time Resident Engineer (4, 8-hour days)32 32 6,720$ c Weekly Meetings (PM - 5 Weeks, 8-hour days)40 40 8,400$ 2.7 Acceptance Testing 0 12 6 0 0 0 0 0 18 3,240$ a PM Subconsultant Coordination/Management 6 6 1,260$ b PWL & Pay Factor Review & QC 6 6 12 1,980$ c Acceptance Testing -$ 2.8 Final Inspection 0 18 20 0 0 0 0 0 38 6,180$ a Final Inspection 8 8 16 2,640$ b Punchlist 2 4 6 900$ c Closeout Inspection 8 8 16 2,640$ 2.9 Record Drawings 1 4 16 32 0 16 0 0 69 9,655$ a Record Drawings 1 4 16 32 16 69 9,655$ 2.10 Project Closeout 4 37 68 16 0 0 0 2 127 19,370$ a Draft FAA Construction Final Report/Project Summary 16 48 64 9,120$ b FAA Construction Final Report/Project Summary 2 12 16 2 32 5,130$ c Update Airport Master Record (5010)1 2 3 450$ d ALP Update & Narrative 2 8 2 16 28 4,670$ 2.11 Grant Assistance 0 32 40 0 0 0 0 4 76 11,880$ a AIP Grant Management 24 24 4 52 8,280$ b FAA Quarterly/Annual Performance Reports 8 16 24 3,600$ 2.12 DBE Reporting 0 4 8 0 0 0 0 0 12 1,800$ a Annual DBE Reporting to FAA Civil Rights Connect 4 8 12 1,800$ Labor Subtotal 16 320 540 56 4 32 16 40 1,024 154,220$ Expenses Mileage (Meetings, Site Visits)33 Trips @ 100 0.585$ / mile (IRS 2022 Rate)1,931$ Printed Conformed Contract Documents 10 75.00$ / set 750$ Printed Record Drawings 3 50.00$ / set 150$ Total Expenses 2,831$ Subconsultants Subconsultant Cost Markup Asphalt Acceptance Testing (HWA)40,000$ 10%44,000$ Total Subconsultants 44,000$ TOTAL FEE (Phase 2 - Construction Administration)201,051$ Sets x Miles / Roundtrip x EXHIBIT B-1: CONSULTANT FEE ESTIMATE DOWL PROJECT TEAM Subconsultant (HWA) Sets x \\dowl.com\j\Projects\23\15001-05\10PM\10.1 Scope & Fee - CA\EXHIBIT B - Fee Estimate - AWO Rwy 16-34 Overlay CA.xlsx Runway 16/34 Mill & Overlay New Striping (Yellow Paint) New Striping (White Paint) Runway 16/34 Runway 16/34 Taxiway B Taxiway B Tw y B 4 Tw y B 3 Tw y B 2 Tw y A 1 Tw y A 2 Tw y A 3 Tw y A 4 Ru n w a y 1 1 / 2 9 Arlington Municipal Airport (AWO) Runway 16/34 Mill & Overlay Figure 1: Project Elements Legend Mill & Overlay Runway 16/34 (5,322' x 100') Match existing 10-foot wide paved shoulders Mill & Overlay Runway 16/34 (5,322' x 100') Tax i w a y C Match existing Taxiway B connectors (TYP) Match existing Taxiway B connectors (TYP) Match existing 10-foot wide paved shoulders Match existing Taxiway C Match existing Taxiway A connectors (TYP) Match existing Taxiway A connectors (TYP) City of Arlington Council Agenda Bill Item: WS #3 Attachment C performed by the Deputy Chief position. The Police Department and Human Resources are also requesting assignment of the Police Services Supervisor Position to the Non-Represented Pay Plan, to reflect changes in duty assignments between the new Lieutenant The City recently received notice of the pending retirement of the Deputy Police Chief. In order to maintain a community police presence while meeting minimum statutory reporting obligations, Police Department management recommends the immediate promotion of two (2) Lieutenants from existing staff and the suspension of efforts to backfill of the Deputy Chief of police position until a future budget cycle. The Police Department also recently received notice of the pending retirement of the Police Services Manager. It is proposed that the vacancy created be reclassified to the position of Police Services Supervisor, given the assignment of 0.02 Pay Spread between Grades Pay Grade Position Title Step 1 Step 2 Step 3 Step 4 Step 5M Step 6 Step 7 Step 8 Step 9 Step 10 Step 11 Step 12 A Seasonal Maintenance Laborers 17.00 17.50 18.00 18.50 19.00 A Finance Intern A GIS Seasonal Worker 3.00%3.00%3.00%3.00%2.00%2.00%2.00%2.00%2.00%2.00%2.00% B 4,084 4,206 4,333 4,463 4,596 4,688 4,782 4,878 4,975 5,075 5,176 5,280 49,006 50,476 51,990 53,550 55,157 56,260 57,385 58,533 59,703 60,897 62,115 63,357 G Communications Specialist 5,418 5,581 5,748 5,921 6,098 6,220 6,345 6,472 6,601 6,733 6,868 7,005 G Deputy Clerk 65,018 66,969 68,978 71,047 73,179 74,642 76,135 77,658 79,211 80,795 82,411 84,060 G Executive Analyst 8.00%H Police Services Supervisor 5,852 6,027 6,208 6,394 6,586 6,718 6,852 6,989 7,129 7,272 7,417 7,565 70,220 72,327 74,496 76,731 79,033 80,614 82,226 83,871 85,548 87,259 89,004 90,784 8.00%I City Clerk/Executive Assistant 6,320 6,509 6,705 6,906 7,113 7,255 7,400 7,548 7,699 7,853 8,010 8,171 I Finance Accountant 75,838 78,113 80,456 82,870 85,356 87,063 88,804 90,580 92,392 94,240 96,125 98,047 I PW Accountant 8.00%J Finance Supervisor 6,825 7,030 7,241 7,458 7,682 7,836 7,992 8,152 8,315 8,482 8,651 8,824 J GIS Manager 81,905 84,362 86,893 89,499 92,184 94,028 95,909 97,827 99,783 101,779 103,815 105,891 J M&O Supervisor 8.00%K Police Services Manager 7,371 7,593 7,820 8,055 8,297 8,463 8,632 8,804 8,980 9,160 9,343 9,530 K Airport Operations Manager 88,457 91,111 93,844 96,659 99,559 101,550 103,581 105,653 107,766 109,921 112,120 114,362 K Planning Manager K Water Utility Supervisor K WW Utility Supervisor 8.00%L Assistant Finance Director 7,961 8,200 8,446 8,699 8,960 9,140 9,322 9,509 9,699 9,893 10,091 10,293 L M&O Manager 95,533 98,399 101,351 104,392 107,524 109,674 111,868 114,105 116,387 118,715 121,089 123,511 L Building Official L Development Services Manager L Natural Resources/ SW Manager L Utilities Manager 8.00%M Community Engagement Director 8,598 8,856 9,122 9,395 9,677 9,871 10,068 10,269 10,475 10,684 10,898 11,116 M Enterprise Data and Technology Manager 103,176 106,271 109,460 112,743 116,126 118,448 120,817 123,234 125,698 128,212 130,776 133,392 M Police Lieutenant 6.00%N City Engineer 9,114 9,387 9,669 9,959 10,258 10,463 10,672 10,886 11,103 11,325 11,552 11,783 N IT Manager 109,367 112,648 116,027 119,508 123,093 125,555 128,066 130,628 133,240 135,905 138,623 141,395 N Permit Center Manager N Police Lieutenant 10.00%O Deputy Public Works Director 10,025 10,326 10,636 10,955 11,284 11,509 11,739 11,974 12,214 12,458 12,707 12,961 O 120,303 123,913 127,630 131,459 135,403 138,111 140,873 143,690 146,564 149,495 152,485 155,535 O 5.05%P Deputy Police Chief 10,532 10,848 11,173 11,508 11,853 12,090 12,332 12,579 12,830 13,087 13,349 13,616 P Information Technology Director 126,379 130,170 134,075 138,097 142,240 145,085 147,987 150,947 153,966 157,045 160,186 163,389 P Human Resources Director 5.00%Q Airport Director 11,058 11,390 11,732 12,084 12,446 12,695 12,949 13,208 13,472 13,741 14,016 14,297 Q Administrative Services Director 132,698 136,679 140,779 145,002 149,352 152,339 155,386 158,494 161,664 164,897 168,195 171,559 5.00%R CED Director 11,611 11,959 12,318 12,688 13,068 13,330 13,596 13,868 14,146 14,428 14,717 15,011 R Public Works Director 139,333 143,513 147,818 152,252 156,820 159,956 163,156 166,419 169,747 173,142 176,605 180,137 R Finance Director 4.55%S Police Chief 12,139 12,504 12,879 13,265 13,663 13,936 14,215 14,499 14,789 15,085 15,387 15,694 S 145,672 150,042 154,544 159,180 163,955 167,234 170,579 173,991 177,471 181,020 184,640 188,333 13.00%T City Administrator 13,717 14,129 14,553 14,989 15,439 15,748 16,063 16,384 16,712 17,046 17,387 17,735 164,610 169,548 174,634 179,873 185,270 188,975 192,754 196,609 200,542 204,553 208,644 212,816 2022 Non-Represented Employees WS City of Arlington Council Agenda Bill Item: WS #4 Attachment D City of Arlington Council Agenda Bill Item: WS #5 Attachment E General Fund Operating Statement Revenue Charts AMERICAN RESCUE PLAN FUNDING STATUS UPDATE FEBRUARY 2022 REPORT PUBLIC HEALTH BUDGET SPENT TO DATE STATUS UPDATE Laptops for remote work/field use $ 5,000 In process Third party on call emergency service in lieu of sharing cell phone $ 5,100 1 full time employee to perform custodial and cleaning of public spaces $ 246,000 Position has been filled. Hired March. Touchless entry lock systems for City $ 261,000 $ 176,947 Nearly complete Vaccination incentive program for employees (with goal of 80%) $ 90,000 Two payment kiosks for City payments $ 100,000 Replenish Personal Protective Equipment (PPE) stock $ 12,985 $ 8,115 Buying supplies as needed Cold weather shelter $ 20,000 $ 20,000 Under contract with Arlington Community Resource Center - VOA Cyber security upgrades $ 94,000 $ 52,998 Utility system security improvements $ 237,310 $ 14,494 Public Health Total $1,071,395 $ 272,554 AMERICAN RESCUE PLAN FUNDING STATUS UPDATE FEBRUARY 2022 REPORT ECONOMIC RECOVERY BUDGET SPENT TO DATE STATUS UPDATE Design/build food truck park $1,366,625 Food bank – food distribution $ 60,000 Developing scope of work. Workforce development (partner with County) $ 25,000 Consultant for tourism recovery plan $ 50,000 Tourism event funding (similar to Lodging Tax Advisory Committee) $ 150,000 $ 50,705 Awarded 8 grants for a total of $105,688 for various events. 50% funding provided at time of contract award. Winter festival funding -Festival $ 170,000 $ 33,157 2021 complete. Looking into additional activities for 2022. Winter festival funding – Legion Park Lighting Upgrade $ 30,000 $ 43,741 Complete Chamber of Commerce (possible partner for communications position) Issued RFP and contracted with consultant $ 150,000 $ 1,000 Under 1 year contract with Portia Smith for $24,000 for COVID communications, business education, marketing, social media strategy…etc. AMERICAN RESCUE PLAN FUNDING STATUS UPDATE FEBRUARY 2022 REPORT Purchase parklets for more outdoor eating spaces $ 150,000 Purchase in process. Arlington Community Resource Center $ 360,000 $ Under contract. Capacity funding to hire 2 positions that will focus on providing services to those most vulnerable (low income) and households impacted by COVID. Case management will focus on removing barriers to housing and employment. Utility Credit program $ 310,000 $ 28,105 Phase I ended 12/31/21. Phase II ended 2/28/2022. Complete. NW Innovation Center $ 25,000 Under contract for WA. Technical support to businesses to train them to use and analyze digital data to assist with strategic decision making. Low income internet support (for 400 families) $ 90,000 Economic Recovery Total $2,936,625 $ 156,708 Local Government Meetings Date Date Date Date Date Date Date Date Council Workshops 2/14/22 2/28/22 Council Meetings 2/7/22 2/22/22 5th Monday MeetingsJoint Meetings with City Boards/Commissions Special Purpose (WWU & WSU studies,etc) Liaison Meeting 2/1/22 LTAC 2/4/22 AHA Meeting 2/10/22 2/23/22 Mayors Strategic Meeting 2/18/22 Date Date Date Date Date Date Date Date Association of Washington Cities Community Transit Economic Alliance Snohomish County Mayor's Association Puget Sound Regional Council Snohomish County Cities Snohomish County Committee for Improved Transportation Snohomish County Tomorrow Meetings with Snohomish County personnel and/or Governor, State departments National Government Meetings Date Date Date Date Date Date Date Date National League of Cities Meetings in Washington, D.C., which address issues with Congress, Executive, and Federal departments and Business Meetings Date Date Date Date Date Date Date Date Non-Profit Meetings Date Date Date Date Date Date Date Date Monthly Elected Official Strategic Report Due on 5th of month Name: Debora Nelson Date: Feb 2022 United Way Community & Volunteer Meetings/Events Date Date Date Date Date Date Date Date Stronger Together February 2022 Local Government Meetings Date Date Date Date Date Date Date Date Council Workshops 2/14/22 2/22/22 Council Meetings 2/7/22 2/28/22 5th Monday Meetings Joint Meetings with City Boards/Commissions Special Purpose (WWU & WSU studies,etc) Liaison Meeting 2/9/22 Meet with Barb & Paul 2/4/22 LEOFF 1 Board Meeting 2/16/22 Date Date Date Date Date Date Date Date Association of Washington Cities 2/4/22 2/11/22 2/18/22 Community Transit Economic Alliance Snohomish County 2/1/22 2/8/22 2/15/22 2/17/22 2/22/22 Mayor's Association Puget Sound Regional Council Snohomish County Cities Snohomish County Committee for Improved Transportation Snohomish County Tomorrow Meetings with Snohomish County personnel and/or Governor, State departments National Government Meetings Date Date Date Date Date Date Date Date National League of Cities Meetings in Washington, D.C., which address issues with Congress, Executive, and Federal departments and Business Meetings Date Date Date Date Date Date Date Date Non-Profit Meetings Date Date Date Date Date Date Date Date Monthly Elected Official Strategic Report Due on 5th of month Name: Don Vanney Date: 3/1/22 Community & Volunteer Meetings/Events Date Date Date Date Date Date Date Date Stronger Together Rotary Don Munson Memorial 2/22/22 Smart Growth Webinar 2/25/22 MONTH Feb YEAR Local Government Meetings Date Date Date Date Date Date Date Date Council Workshops 2/14/22 2/28/22 Council Meetings 2/7/22 2/22/22 5th Monday MeetingsJoint Meetings with City Boards/Commissions Special Purpose (WWU & WSU studies,etc) Liaison Meeting 2/2/22 2/16/22 2/22/22 New council members group 2/4/22 1-Feb 15-Feb 2/22/2022 Date Date Date Date Date Date Date Date Association of Washington Cities Community Transit Economic Alliance Snohomish County 2/24/22 Mayor's Association Puget Sound Regional Council Snohomish County Cities Snohomish County Committee for Improved Transportation Snohomish County Tomorrow 2/4/22 Meetings with Snohomish County personnel and/or address issues with Legislature, Governor, State departments National Government Meetings Date Date Date Date Date Date Date Date National League of Cities Meetings in Washington, D.C., which address issues with Congress, Executive, and Federal departments and Business Meetings Date Date Date Date Date Date Date Date Non-Profit Meetings Date Date Date Date Date Date Date Date Community & Volunteer Meetings/Events Date Date Date Date Date Date Date Date Stronger Together Monthly Elected Official Strategic Report Due on 5th of month Heather Logan, 3/2/2022 Rotary Conferences & Training Date Date Date Date Date Date Date Date NOTES: February 2022 Local Government Meetings Date Date Date Date Date Date Date Date Liaison Meeting Special Events conference Transportation Munson Special Events Regional Government Meetings Date Date Date Date Date Date Date Date Association of Washington Cities Community Transit 2/3/22 Bus Donation 2/3/22 Board 2/17/22 Executive 2/17/22 Finance 2/11/22 Meeting with Economic Alliance Snohomish Puget Sound Regional Council 2/10/22 address issues with Legislature, Governor, State departments Transportation Improvement National Government Meetings Date Date Date Date Date Date Date Date National League of Cities Meetings in Washington, D.C., which address issues with Congress, Executive, and Federal departments and Business Meetings Date Date Date Date Date Date Date Date Non-Profit Meetings Date Date Date Date Date Date Date Date Community & Volunteer Meetings/Events Date Date Date Date Date Date Date Date Stronger Together Rotary National Night Out Chamber Meeting Monthly Elected Official Strategic Report Due on 5th of month Jan Schuette February 2022 Local Government Meetings Date Date Date Date Date Date Date Date Council Workshops 2/14/22 2/28/22 Council Meetings 2/7/22 2/22/22 5th Monday MeetingsJoint Meetings with City Boards/Commissions Special Purpose (WWU & WSU studies,etc) PARC Liason Meeting 2/22/22 Munson Bench Dedication 2/22/22 Strategic Planning Meeting 2/18/22 Trail Coalition Meeting 2/17/22 NCRFA Meeting 2/9/22 2/23/22 AAC Board Meeting 2/1/22 Date Date Date Date Date Date Date Date Association of Washington Cities Community Transit Economic Alliance Snohomish County Mayor's Association Puget Sound Regional Council Snohomish County Cities Snohomish County Committee for Improved Transportation Snohomish County Tomorrow Meetings with Snohomish County personnel and/or address issues with Legislature, Governor, State departments National Government Meetings Date Date Date Date Date Date Date Date National League of Cities Meetings in Washington, D.C., which address issues with Congress, Executive, and Federal departments and Business Meetings Date Date Date Date Date Date Date Date Non-Profit Meetings Date Date Date Date Date Date Date Date Monthly Elected Official Strategic Report Due on 5th of month Name: Marilyn Oertle Date: March 19, 2022 United Way Community & Volunteer Meetings/Events Date Date Date Date Date Date Date Date Stronger Together Rotary MONTH February 2022 Local Government Meetings Date Date Date Date Date Date Date Date Council Workshops 2/14/22 2/28/22 Council Meetings 2/7/22 2/22/22 5th Monday Meetings Meeting with Paul/Barb 2/4/22 Airport Exec Liaison 2/9/22 Liaison Meeting/Airport 2/8/22 LEOFF Disability Board Meeting 2/16/22 Date Date Date Date Date Date Date Date Association of Washington Cities 2/4/22 Economic Alliance Snohomish County 2/8/22 2/15/22 Sr Center SnoCo Committee Mtg SnoCo Council on Aging 2/2/22 2/23/22 State Council on Aging 2/22/22 Meetings with Snohomish County personnel and/or Governor, State departments National Government Meetings Date Date Date Date Date Date Date Date Meetings in Washington, D.C., which address issues with Congress, Executive, and Federal departments and Business Meetings Date Date Date Date Date Date Date Date Non-Profit Meetings Date Date Date Date Date Date Date Date Community & Volunteer Meetings/Events Date Date Date Date Date Date Date Date NOAH - Board Meeting 2/4/22 Munson Memorial 2/22/22 Monthly Elected Official Strategic Report Due on 5th of month Name: Michele Blythe Date: NOTES: MONTH Feb-22 Local Government Meetings Date Date Date Date Date Date Date Date Council Workshops 2/14/22 Council Meetings 2/7/22 2/22/22 5th Monday Meetings Joint Meetings with City Boards/Commissions Special Purpose (WWU & WSU studies,etc) Liaison Meeting Paul Ellis Planning Commission Airport Commission Regional Government Meetings Date Date Date Date Date Date Date Date Association of Washington Cities Community Transit Economic Alliance Snohomish County 2/1/22 2/8/22 2/24/22 Mayor's Association Puget Sound Regional Council Snohomish County Cities Snohomish County Committee for Improved Transportation Snohomish County Tomorrow 2/23/22 Meetings with Snohomish County personnel and/or Governor, State departments National Government Meetings Date Date Date Date Date Date Date Date National League of Cities Meetings in Washington, D.C., which address issues with Congress, Executive, and Federal departments and Business Meetings Date Date Date Date Date Date Date Date Non-Profit Meetings Date Date Date Date Date Date Date Date Monthly Elected Official Strategic Report Due on 5th of month Mike Hopson Community & Volunteer Meetings/Events Date Date Date Date Date Date Date Date Stronger Together Rotary