Loading...
HomeMy WebLinkAbout02-04-19 Council Meeting SPECIAL ACCOMMODATIONS:  The City of Arlington strives to provide accessible meetings for people with disabilities. Please contact the  ADA coordinator at (360) 403‐3441 or 711 (TDD only) prior to the meeting date if special accommodations are required.  CALL TO ORDER  Mayor Barb Tolbert    PLEDGE OF ALLEGIANCE    ROLL CALL  Mayor Barb Tolbert – Erin     APPROVAL OF THE AGENDA  Mayor Pro Tem Marilyn Oertle    INTRODUCTION OF SPECIAL GUESTS AND PRESENTATIONS     PROCLAMATIONS     PUBLIC COMMENT  For members of the public who wish to speak to the Council about any matter not on the Public Hearing  portion of the meeting.  Please limit remarks to three minutes.    CONSENT AGENDA                 Mayor Pro Tem Marilyn Oertle  1. Minutes of the January 22 and January 28, 2019 council meetings       ATTACHMENT A   2. Accounts Payable  3. Resolution increasing the opening change fund for Finance Department  ATTACHMENT B  4. Emergency repair to Water Department Office         ATTACHMENT C      PUBLIC HEARING     NEW BUSINESS      1. Purchase and Sale of Washington Avenue surplus property      ATTACHMENT D      Staff Presentation:  Paul Ellis      Council Liaison:  Mayor Pro Tem Marilyn Oertle      2. 2019 Runway 11/29 Rehabilitation Project        ATTACHMENT E      Staff Presentation:  Marty Wray      Council Liaison:  Jesica Stickles    3. Contract for Island Crossing Signal with SCJ Alliance       ATTACHMENT F      Staff Presentation:  Jim Kelly      Council Liaison:  Mike Hopson    Arlington City Council Meeting                                                             Monday, February 4, 2019 at 7:00 pm        City Council Chambers – 110 E Third Street SPECIAL ACCOMMODATIONS: The City of Arlington strives to provide accessible meetings for people with disabilities. Please contact the  ADA coordinator at (360) 403‐3441 or 711 (TDD only) prior to the meeting date if special accommodations are required.  4. Personnel Requests for Public Works Utilities        ATTACHMENT G      Staff Presentation:  Jim Kelly      Council Liaison:  Josh Roundy    5. Resolution authorizing staff to apply for a grant from the Transportation  ATTACHMENT H       Improvement Board for Complete Streets funding            Staff Presentation:  Nova Heaton       Council Liaison:  Debora Nelson     DISCUSSION ITEMS    INFORMATION    ADMINISTRATOR & STAFF REPORTS    MAYOR’S REPORT    EXECUTIVE SESSION    RECONVENE    ADJOURNMENT  Mayor Barb Tolbert DRAFT Page 1 of 3 Council Chambers 110 East Third Street *Tuesday, January 22, 2019 Councilmembers Present: Mike Hopson, Joshua Roundy, Jesica Stickles, Sue Weiss, Jan Schuette, Debora Nelson and Marilyn Oertle. Council Members Absent: None. Staff Present: Mayor Barb Tolbert, Paul Ellis, Dave Kraski, Jonathan Ventura, Jim Kelly, James Trefry, Steve Peiffle, Kristin Garcia, Sarah Lopez, Kristin Banfield, Kurt Patterson, Andrea Hill, Mike Gilbert, Kay Schander, Mark Wilde, Mike Sargent and Erin Keator. Also Known to be Present: Judy Ness, Doug Buell, Robert Harris, Karen Morse and Steve Maisch Mayor Barb Tolbert called the meeting to order at 7:00 p.m., and the Pledge of Allegiance and roll call followed. APPROVAL OF THE AGENDA Mayor Pro Tem Marilyn Oertle moved and Councilmember Debora Nelson seconded the motion to approve the agenda. The motion passed unanimously. INTRODUCTION OF SPECIAL GUESTS AND PRESENTATIONS Judy Ness – Mayor’s Volunteer Award. Mayor Tolbert spoke about Ms. Ness’s dedication to the City of Arlington which first began in 2005 when she first joined the Arlington Garden Club. She continued by citing other volunteer opportunities Ms. Ness has taken advantage of up to 2013 when she joined the Arlington Police Department as a volunteer. She went on to state how Ms. Ness fits in with the police department staff and has become an integral part of their Tuesday operations. The presentation concluded with Mayor Tolbert presenting Ms. Ness with the Mayor’s Volunteer Award. PROCLAMATIONS None. PUBLIC COMMENT Bob Harris expressed his concern regarding the infrastructure on Smokey Point Boulevard where the new apartments are being built. He stated he’s concerned that there are no sidewalks and that area will be very busy with pedestrian traffic once there are people occupying those apartments. Public Works Director Jim Kelly stated that there is going to be a planning effort and that he would like Mr. Harris to participate in that effort. Minutes of the Arlington City Council Meeting Minutes of the City of Arlington City Council Meeting January 22, 2019 Page 2 of 3 CONSENT AGENDA Mayor Pro Tem Marilyn Oertle moved and Councilmember Debora Nelson seconded the motion to approve the Consent Agenda which was unanimously carried: 1. Minutes of the January 7 and January 14, 2019 meetings. 2. Accounts Payable: Approval of EFT Payments and Claims Checks #95784 through #95882 dated December 31, 2018 for $603,591.68 and approval of EFT Payments and Claims Checks #95883 through #95938 dated January 8, 2019 through January 22, 2019 and approval of Payroll EFT Payments and Checks #29370 through #29375 dated December 1, 2018 through December 31, 2018 for $1,371,471.11. 3. Resolution declaring used water meters and scrap metal as surplus and authorizing sale. PUBLIC HEARING Resolution to surplus Public Works vehicles and equipment Purchasing Coordinator Kurt Patterson reviewed that the City currently has several vehicles and pieces of equipment that are beyond their useful life and need to be declared as surplus in order to be properly auctioned off. The public hearing was opened at 7:10 p.m. With no one wishing to speak, the public hearing was closed at 7:10 p.m. Councilmember Roundy moved and Councilmember Jesica Stickles seconded the motion to approve the Resolution declaring property as surplus, and authorize the Mayor to sign it. The motion passed unanimously. NEW BUSINESS Interlocal Agreements (ILAs) with Fire Districts 19, 21, and 25 for Emergency Medical Services (EMS) Chief Kraski reviewed the ILAs and asked Council to approve the Interlocal Agreements with Fire Districts 19, 21 and 25 for EMS Services: FD #19 – Silvana, FD #21 – Arlington Rural (Heights), #25 – Oso. The contracts are based financially on use and demand of the system rather than a percentage of the districts EMS levies. The model used is derived from the FCS study produced in 2016. Councilmember Debora Nelson expressed concern about the deadline stated for Darrington Fire District to bring back a proposal. Chief Kraski agreed to have discussions with Darrington Fire Chief prior to March to speed up the process. Councilmember Jesica Stickles asked for clarification on the term of the ILAs. Chief Kraski confirmed the ILAs term would be three years not four. Councilmember Sue Weiss moved and Councilmember Jesica Stickles seconded the motion, with the correction of the term date that was discussed, to approve the Interlocal Agreements with Fire Districts 19, 21, and 25 for EMS Services, and authorize the Mayor to sign the agreements. The motion passed unanimously. Minutes of the City of Arlington City Council Meeting January 22, 2019 Page 3 of 3 Transportation Improvement Board (TIB) Grant Agreement for roundabout at 204th Street and 77th Avenue. Public Works Director Jim Kelly reviewed the Transportation Improvement Board (TIB) Grant proposal. Staff is requesting authorization for the mayor to sign an agreement for acceptance of a TIB grant for construction of a roundabout at 204th Street NE and 77th Avenue NE. Debora Nelson moved and Councilmember Sue Weiss seconded the motion to approve the grant agreement with the Transportation Improvement Board and authorize the Mayor to sign it, pending final approval by the City Attorney. The motion passed unanimously. Ordinance rescinding 2019 Consumer Price Index (CPI) increases for water, sewer, and stormwater utilities Public Works Director Jim Kelly reviewed the proposed ordinance to amend the Arlington Municipal Code (AMC) 13.12 allowing the City to defer implementation of the 2019 mandatory water, sewer, and stormwater utility rate increases. Councilmember Roundy moved and Councilmember Jesica Stickles seconded the motion to approve the proposed ordinance rescinding the scheduled 2019 CPI increase to the water, sewer, and stormwater utility rates, and authorize the Mayor to sign it, pending final approval by the City Attorney. The motion passed unanimously. DISCUSSION ITEMS None. INFORMATION None. ADMINISTRATOR & STAFF REPORTS None. MAYOR’S REPORT None. EXECUTIVE SESSION None. ADJOURNMENT With no further business to come before the Council, the meeting was adjourned at 7:18 p.m. _________________________________________ Barbara Tolbert, Mayor DRAFT Page 1 of 3 Council Chambers 110 East Third Street January 28, 2019 Councilmembers Present: Mike Hopson, Debora Nelson, Joshua Roundy, Jesica Stickles, Sue Weiss, and Jan Schuette. Council Members Absent: Marilyn Oertle. Staff Present: Mayor Barb Tolbert, Paul Ellis, City Attorney Steve Peiffle, Jonathan Ventura, Jim Kelly, Marty Wray, James Trefry, Kris Wallace, Kristin Garcia, Nova Heaton, Sheri Amundson, Dave Ryan, Kristin Banfield, Bryan Terry and Erin Keator. Also Known to be Present: Gayle Roeber, Sarah Arney, Cristy Brubaker, Holly Sloan‐ Buchanan Mayor Barb Tolbert called the meeting to order at 7:00 pm, and the Pledge of Allegiance and roll call followed. APPROVAL OF THE AGENDA Councilmember Debora Nelson moved to approve the agenda as presented. Councilmember Sue Weiss seconded the motion, which passed with a unanimous vote. INTRODUCTION OF SPECIAL GUESTS AND PRESENTATIONS None. WORKSHOP ITEMS – NO ACTION WAS TAKEN Purchase and Sale of Washington Avenue surplus property City Administrator Paul Ellis explained to the Council that the four lots on Washington between 1st and 2nd Street were surplussed by City Council and listed for sale with Keller Williams. The property was offered for sale for $800,000. The City received a back‐up offer from Chris & Holli Smith for $750,000. The buyer deposited $8,000 in earnest money with the closing agent. Staff is proposing that a portion of the proceeds from the sale be used to relocate the community garden (NOT TO EXCEED $31,000), and purchase a storage building for Friends of the Library’s use in the amount of $5,318.63. Discussion followed with Mr. Ellis answering questions. 2019 Runway 11/29 Rehabilitation Project Airport Operations Manager Marty Wray explained to the Council that the Airport is requesting the City Council approve two professional service agreements with DOWL, LLC for design and construction management services in the amount of $177,700 for the 2019 Runway 11/29 Rehabilitation Project. We are also including the engineer’s estimate in the Minutes of the Arlington City Council Workshop Minutes of the City of Arlington City Council Workshop January 28, 2019 Page 2 of 3 requested budget in the amount of $1,242,976. Airport staff will return for Council’s approval on the construction cost when construction bids are received. The amount requested above, includes a bid additive in the amount of $68,788 and design for the bid additive in the amount of $4,610 (no additional construction management costs). Discussion followed. Resolution Increasing the Finance Department Change Fund Finance Director Kristin Garcia stated the Finance Department has an established change fund and requests the fund be increased from $500 to $850. Utility Billing – Cycle Change Finance Director Kristin Garcia started by explaining there was an error on the Council Agenda Bill; this agenda item is only informational and will not be presented on the February 4, 2019 meeting agenda. Ms. Garcia then continued to explain the utility billing process currently has two cycles, Cycle 1 billed on the 15th of the month and Cycle 2 billed on the 1st of the month. Effective April 1, these two cycles will be combined so that all customers will be billed on the 1st. The cycles are being combined so that the utility bills will be easier to understand. Additionally, one billing cycle will create process efficiencies helping the City to keep costs down. The transition period will cause some impacts to the customer. The due date for Cycle 1 will be changing from the 5th to the 20th of the month. Cycle 2 will receive a mid‐month billing in March. To mitigate these impacts, late fees and shut offs will be waived for one month. The finance department will be available to assist customers during the transition. A communications plan has been developed and customers will begin receiving notification February 1 and will continue to receive notifications until the transition is complete. Discussion followed with Ms. Garcia answering questions. Contract for Island Crossing Signal with SCJ Alliance Public Works Director Jim Kelly explained staff is requesting to enter into a contract with SCJ Alliance for design work on the channelization plan and temporary signal layout of the Island Crossing intersection near the Pilot Truck stop. Discussion followed with Mr. Kelly answering questions. Personnel Requests for Public Works Utilities Public Works Director Jim Kelly explained that staff is requesting Council approval for three miscellaneous personnel actions not included in the 2019‐2020 approved budget and FTE plan. Staff is requesting approval on the following personnel actions:  Water Department Seasonal Workers ‐ Staff is requesting to hire two seasonal workers to assist with the final portion of the drive‐by water meter conversion project (for 2019 only).  Sewer Department WWTP Operator – The WWTP is normally staffed by 3 FTEs. Staff is requesting an additional FTE for a five month period for training before the Lead Operator retires (2019). No budget impact because the Lead Operator position was budgeted for a full year.  GIS Department – Staff is requesting to extend the existing GIS Intern contract for an additional two months to provide assistance while the new GIS system is installed and initiated. Discussion followed with Mr. Kelly answering questions. Minutes of the City of Arlington City Council Workshop January 28, 2019 Page 3 of 3 Emergency Repair to Water Department Office Public Works Director explained that staff is requesting that Council approve a resolution declaring an emergency situation that allows the Water Department to contract with a vendor for black mold removal without soliciting other quotes. Discussion followed with Mr. Kelly answering questions. Resolution authorizing staff to apply for a grant from the Transportation Improvement Board for Complete Streets funding Development Services Manager Nova Heaton explained to Council that this is a resolution authorizing Community and Economic Development to apply for Transportation Improvement Board funding to be used for a Complete Streets project. The proposed project will improve safety, walkability, support transit, and cycling options. Discussion followed with Ms. Heaton answering questions. Miscellaneous Council Items None. ADMINISTRATOR & STAFF REPORTS None. PUBLIC COMMENT None. COUNCILMEMBER REPORTS Councilmembers Nelson, Hopson, Schuette, Stickles and Weiss provided brief updates. EXECUTIVE SESSION None. REVIEW OF CONSENT AGENDA ITEMS FOR NEXT MEETING Council discussed and agreed to place the Resolution increasing the opening change fund for Finance Department and the Resolution approving the emergency repair to the Water Department office on the February 4, 2019 Consent Agenda. ADJOURNMENT With no further business to come before the Council, the meeting was adjourned at 7:56 p.m. _________________________________________ Barbara Tolbert, Mayor City of Arlington Council Agenda Bill Item: CA #3 Attachment B COUNCIL MEETING DATE: February 4, 2019 SUBJECT: Resolution Increasing the Finance Department Change Fund ATTACHMENTS: Resolution DEPARTMENT OF ORIGIN Finance EXPENDITURES REQUESTED: BUDGET CATEGORY: BUDGETED AMOUNT: LEGAL REVIEW: DESCRIPTION: The Finance Department has an established change fund and requests the fund be increased from $500 to $850. HISTORY: In 2015 the State Auditor recommended separate cash drawers for each individual cashier to ensure fixed responsibility in the event of a loss. These were established with an opening fund of $60.00, we’re increasing these to $100 give enough room to make change when needed. Purchasing an additional cash drawer for our part‐time position to receive payments, and add to our change fund drawer. ALTERNATIVES: Do not authorize the increase of the Finance Department Change Fund to $850. RECOMMENDED MOTION: I move to approve the resolution increasing the change fund to $850.00, and authorize the Mayor to sign the resolution. RESOLUTION NO. 2019‐xxx   RESOLUTION NO. 2019‐xxx A RESOLUTION INCREASING THE OPENING CHANGE FUND AMOUNT FOR THE FINANCE DEPARTMENT; WHEREAS, the City Council has determined that a daily opening cash change fund is required to conduct City operations in the Finance Department; NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ARLINGTON, WASHINGTON AS FOLLOWS: The amount to be maintained in the daily opening change fund shall be increased to $850.00. PASSED BY THE City Council of the City of Arlington this 4th day of February, 2019. ____________________________________ Barbara Tolbert, Mayor ATTEST: __________________________________ Erin Keator, City Clerk ___________________________________ Steve Peiffle, City Attorney City of Arlington Council Agenda Bill Item: CA #4 Attachment C COUNCIL MEETING DATE: February 4, 2019 SUBJECT: Resolution declaring emergency situation for black mold removal contract ATTACHMENTS: Resolution declaring emergency situation for black mold removal contract DEPARTMENT OF ORIGIN Public Works EXPENDITURES REQUESTED: $3,054.80 BUDGET CATEGORY: N/A BUDGETED AMOUNT: N/A LEGAL REVIEW: DESCRIPTION: Staff is requesting that Council approve a resolution declaring an emergency situation that allows the Water Department to contract with a vendor for black mold removal without soliciting other quotes. HISTORY: While replacing the carpet in the Water Utility Plant office, black‐mold was found along three of the four walls. This is an active office area that is critical to the Water Utility functions and cannot be closed off. Knowing that the US Department of Labor has identified that indoor exposure to mold can cause a variety of health effects and symptoms, including allergic reactions; staff determined that this was an employee health and safety issue. We also contacted the City’s HR Director, Mr. Trefry, appraised him of the situation and informed him that we would coordinate mold abatement with a certified contractor. Staff contacted a black‐mold remediation specialist, Wrecking Ball, and received a quote in the amount of $3,054.80 and proceeded with the abatement. This being an emergency situation, staff is requesting a declaration of emergency from council by resolution allowing the abatement to occur without having obtaining other quotes. ALTERNATIVES: Remand to staff for further consideration RECOMMENDED MOTION: I move to approve the resolution declaring an emergency for black mold removal at the Water Utility Office and authorize the Mayor to sign the resolution, pending final approval by the City Attorney. RESOLUTION NO. 2019‐xxx 1 RESOLUTION NO. 2019‐XXX A RESOLUTION DECLARING AN EMERGENCY AND WAIVING COMPETITIVE BIDDING REQUIREMENTS FOR BLACK MOLD REMEDIATION WHEREAS, in late November, 2018, the city was in the process of replacing carpeting in the water utility plans room at the Public Works Department; and WHEREAS, City staff encountered black mold along several walls of the plans room; and WHEREAS, the water utility plans room is an active office area that is critical to the Water Utility functions and cannot be closed off for remediation purposes; and WHEREAS, the US Department of Labor has identified that indoor exposure to mold can cause a variety of health effects and symptoms, including allergic reactions; and WHEREAS, the City determined that this was an employee health and safety issue which required immediate and emergency action; and WHEREAS, the City caused repairs to be made in the amount of $3,054.80; and WHEREAS, out of an abundance of caution the City wishes to document its reasoning for waiving the requirements of soliciting competitive proposals; NOW, THEREFORE, the Arlington, Washington City Council do hereby resolve as follows: 1. The City Council finds an emergency existed as a result of the discovery of black mold in the water utility plans room, which presented a real, immediate threat to the proper performance of essential functions, and potential loss or damage to property, bodily injury, or loss of life if immediate action was not taken, and therefore competitive bidding requirements for the work necessary as a result of the emergency are hereby waived. 2. The City authorizes the repairs to the property to be made by Wrecking Ball Demolition LLC of Everett, Washington, an authorized remediation contractor, at a total cost of $3,054.80. RESOLUTION 2019‐XXX 2 APPROVED by the Mayor and City Council of the City of Arlington this ______ day of _______________________, 2019. CITY OF ARLINGTON ____________________________________ Barbara Tolbert, Mayor ATTEST: _________________________________ Erin Keator, City Clerk APPROVED AS TO FORM: __________________________________ Steven J. Peiffle, City Attorney City of Arlington Council Agenda Bill Item: NB #1 Attachment D COUNCIL MEETING DATE: February 4, 2019 SUBJECT: Purchase and Sale of Washington Avenue surplus property ATTACHMENTS: Resolution and Purchase and Sale Agreement DEPARTMENT OF ORIGIN Administration – Paul Ellis; 360‐403‐4603 EXPENDITURES REQUESTED: BUDGET CATEGORY: Capital Facilities BUDGETED AMOUNT: LEGAL REVIEW: DESCRIPTION: The four lots on Washington between 1st and 2nd Street were surplussed by City Council and listed for sale with Keller Williams. The property was offered for sale for $800,000. The City received a back‐up offer from Chris & Holli Smith for $750,000. The buyer deposited $8,000 in earnest money with the closing agent. Staff is proposing that a portion of the proceeds from the sale be used to relocate the community garden (NOT TO EXCEED $31,000), and purchase a storage building for Friends of the Library’s use in the amount of $5318.63. HISTORY: The City owns four parcels on the west side of Washington Avenue between 1st Street and 2nd Street. Two of the lots are undeveloped, one lot accommodates the community garden and some storage. The corner lot on 1st and Washington has a single family dwelling which was rented on a month to month lease. The dwelling was constructed in 1953 and currently is in need of repairs and updating. Staff is currently working on a Memorandum of Understanding (MOU) with the Arlington School District to relocate the community garden to the corner of 3rd and French Ave on school district property. The property is zoned Old Town Residential District and would accommodate additional housing units. ALTERNATIVES: Remand to staff for additional information. RECOMMENDED MOTION: I move to approve the sale of the four parcels on the west side of Washington Avenue, with a portion of the proceeds from the sale being used to relocate the community garden (NOT TO EXCEED $31,000), and authorize the Mayor to sign the resolution and purchase and sale documents, pending review by the City Attorney. RESOLUTION NO. 2019‐XXX      A RESOLUTION OF THE CITY OF ARLINGTON AUTHORIZING THE SALE OF REAL PROPERTY AND  AUTHORIZING THE MAYOR TO SIGN CLOSING DOCUMENTS      WHEREAS, the City Council has previously determined that certain real property is  surplus to its needs and should be sold; and      WHEREAS, the City Council has approved a purchase and sale agreement with Chris  Smith and Holli Smith for the sale of the property; and      WHEREAS, the City Council wishes to authorize the Mayor to sign closing documents  pertaining to the sale;       NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ARLINGTON,  AS FOLLOWS:    1. The City Council authorizes the sale of the real property located at 717 E. 1st  Street and including Snohomish County Tax Parcel numbers 00455400601100,  00455400601400, 00455400601700, and 00455400601900.  2. Mayor Barbara Tolbert is hereby authorized to sign all closing documents  associated with the sale, subject to approval by the City Attorney.  3. This resolution shall be effective upon its passage and approval.        APPROVED by the Mayor and City Council of the City of Arlington this ______ day of  ____________________, 2019.                            CITY OF ARLINGTON                ____________________________________              Barbara Tolbert, Mayor  ATTEST:    _________________________________  Erin Keator, City Clerk      APPROVED AS TO FORM:    __________________________________  Steven J. Peiffle, City Attorney  City of Arlington Council Agenda Bill Item: NB #2 Attachment E COUNCIL MEETING DATE: February 4, 2019 SUBJECT: 2019 Runway 11/29 Rehabilitation Project ATTACHMENTS: Design Professional Services Agreement, Construction Management Professional Services Agreement, and Construction Estimate DEPARTMENT OF ORIGIN Airport EXPENDITURES REQUESTED: $1,420,676.00 BUDGET CATEGORY: Airfield Construction (Capital Improvement) BUDGETED AMOUNT: $1,351,439.00 LEGAL REVIEW: DESCRIPTION: The Airport is requesting the City Council approve two professional service agreements with DOWL LLC for design and construction management services in the amount of $177,700 for the 2019 Runway 11/29 Rehabilitation Project. We are also including the engineer’s estimate in the requested budget in the amount of $1,242,976. Airport staff will return for council’s approval on the construction cost when construction bids are received. The amount requested above, includes a bid additive in the amount of $68,788 and design for the bid additive in the amount of $4,610 (no additional construction management costs). HISTORY: Runway 11/29 pavement has far surpassed its 20 year life span, typical for airport runway surfaces and is in need of an overlay in order to continue safe operations on Arlington’s crosswind runway. The City Council approved this project as part of their biannual budget in the amount of $1,351,439. ALTERNATIVES: Approve staff’s recommendation with modifications Deny staff’s recommendation Table staff’s recommendation RECOMMENDED MOTION: I move to approve the proposed professional services agreement with DOWL, LLC in the amount of $177,700 for design services relating to the Runway 11/29 Rehabilitation project. PROFESSIONAL SERVICES AGREEMENT 1 CITY OF ARLINGTON PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT, is made and entered into in duplicate this 4th day of February, 2019, by and between the CITY OF ARLINGTON, a Washington municipal corporation, hereinafter referred to as the "CITY" and, DOWL, LLC, hereinafter referred to as the "SERVICE PROVIDER." 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 SERVICE PROVIDER represents that the SERVICE PROVIDER 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 SERVICE PROVIDER 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 SERVICE PROVIDER responsibilities throughout this Agreement and as detailed in Exhibit A, attached hereto and incorporated herein (the "Project"). 2.Term. The Project shall begin after the agreement is executed and shall be completed no later than June 30th, 2019, 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 SERVICE PROVIDER except for services identified and set forth in this Agreement. PROFESSIONAL SERVICES AGREEMENT 2 CITY OF ARLINGTON 3.3 The CITY shall pay the SERVICE PROVIDER for work performed under this Agreement as follows: SERVICE PROVIDER 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 SERVICE PROVIDER 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 . Other: An amount not to exceed $111,426.00 (total includes bid additive 1 design costs in the amount of $4,610.00) for all work performed and expenses incurred in performance of this contract. 4.Reports And Inspections. 4.1 The SERVICE PROVIDER 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 SERVICE PROVIDER 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 SERVICE PROVIDER'S activities. The CITY may, at its discretion, conduct an audit at its expense, using its own or outside auditors, of the SERVICE PROVIDER'S activities which relate, directly or indirectly, to this Agreement. 5.Independent Contractor Relationship. 5.1 The parties intend that an independent SERVICE PROVIDER/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 SERVICE PROVIDER. No agent, employee, PROFESSIONAL SERVICES AGREEMENT 3 servant or representative of the SERVICE PROVIDER shall be deemed to be an employee, agent, servant or representative of the CITY for any purpose, and the employees of the SERVICE PROVIDER are not entitled to any of the benefits the CITY provides for its employees. The SERVICE PROVIDER 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 SERVICE PROVIDER 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.Service Provider Employees/agents The CITY may at its sole discretion require the SERVICE PROVIDER to remove any employee, agent or servant from employment on this Project. The SERVICE PROVIDER 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, 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. PROFESSIONAL SERVICES AGREEMENT 4 8.Insurance. The SERVICE PROVIDER 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 SERVICE PROVIDER, its agents, representatives, or employees. 8.1 Minimum Scope of Insurance. SERVICE PROVIDER shall obtain insurance of the types described below: a.Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. b.Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or a substitute form and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury, if applicable to and obtainable by the Consultant’s profession. The City shall be named as an insured under the SERVICE PROVIDER's Commercial General Liability insurance policy with respect to the work performed for the City. c.Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. d.Professional Liability insurance appropriate to the SERVICE PROVIDER's profession. 8.2 Minimum Amounts of Insurance. SERVICE PROVIDER 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. 8.3 Other Insurance Provisions. The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Professional Liability and Commercial General Liability insurance: a.The SERVICE PROVIDER's insurance coverage shall be primary insurance as respects the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the SERVICE PROVIDER's insurance and shall not contribute with it. PROFESSIONAL SERVICES AGREEMENT 5 b.The SERVICE PROVIDER's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 8.4 Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:V. 8.5 Verification of Coverage. SERVICE PROVIDER 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 SERVICE PROVIDER before commencement of the work. 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 SERVICE PROVIDER pursuant to this Agreement. 10.Compliance with Laws. 10.1 The SERVICE PROVIDER, 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 SERVICE PROVIDER specifically agrees to pay any applicable business and occupation (B & O) taxes which may be due on account of this Agreement. 11.Nondiscrimination. 11.1 The CITY is an equal opportunity employer. Nondiscrimination in Employment. In the performance of this Agreement, the SERVICE PROVIDER will not discriminate against any employee or applicant for employment on the grounds of race, creed, color, national origin, sex, marital status, age or the presence of any sensory, mental or physical handicap; provided that the prohibition against discrimination in employment because of handicap shall not apply if the particular disability prevents the proper performance of the particular worker involved. The PROFESSIONAL SERVICES AGREEMENT 6 SERVICE PROVIDER shall ensure that applicants are employed, and that employees are treated during employment without discrimination because of their race, creed, color, national origin, sex, marital status, age or the presence of any sensory, mental or physical handicap. Such action shall include, but not be limited to: employment, upgrading, demotion or transfers, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and programs for training including apprenticeships. The SERVICE PROVIDER shall take such action with respect to this Agreement as may be required to ensure full compliance with local, state and federal laws prohibiting discrimination in employment. 11.3 Nondiscrimination in Services. The SERVICE PROVIDER will not discriminate against any recipient of any services or benefits provided for in this Agreement on the grounds of race, creed, color, national origin, sex, marital status, age or the presence of any sensory, mental or physical handicap. 11.4 If any assignment and/or subcontracting has been authorized by the CITY, said assignment or subcontract shall include appropriate safeguards against discrimination. The SERVICE PROVIDER shall take such action as may be required to ensure full compliance with the provisions in the immediately preceding paragraphs herein. 12.Assignment/subcontracting. 12.1 The SERVICE PROVIDER 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 SERVICE PROVIDER 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. 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 PROFESSIONAL SERVICES AGREEMENT 7 amendments shall be attached to and made part of this Agreement. 14.Maintenance and Inspection of Records. 14.1 The SERVICE PROVIDER 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 SERVICE PROVIDER shall retain all books, records, documents and other material relevant to this agreement, for six (6) years after its expiration. The SERVICE PROVIDER 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. The CITY may terminate this Agreement, in whole or in part, at any time, by at least five (5) days written notice to the SERVICE PROVIDER. 16.2 Termination for Cause. If the SERVICE PROVIDER fails to perform in the manner called for in this Agreement, or if the SERVICE PROVIDER fails to comply with any other provisions of the Agreement and fails to correct such noncompliance within five (5) days written notice thereof, the CITY may terminate this Agreement for cause. Termination shall be effected by serving a notice of termination on the SERVICE PROVIDER setting forth the manner in which the SERVICE PROVIDER is in default. The SERVICE PROVIDER will only be paid for services performed in accordance with the manner of PROFESSIONAL SERVICES AGREEMENT 8 performance set forth in this Agreement. 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 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. PROFESSIONAL SERVICES AGREEMENT 9 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. CITY: SERVICE PROVIDER: CITY OF ARLINGTON DOWL, LLC Barbara Tolbert, Mayor Page 1 of 6 TASK ORDER #3 EXHIBIT A: SCOPE OF WORK City of Arlington – Arlington Municipal Airport (AWO) Runway 11/29 Rehabilitation This project will be completed under the Professional Services Agreement between the City of Arlington and DOWL, LLC, dated February 4th, 2019 Project Description This project includes the following improvements to the Arlington Municipal Airport (AIRPORT), as shown in the attached Figure 1. Non-AIP Eligible Work: 1. Runway 11/29 Mill & Overlay (Figure 1) o This will include mill/overlay of Runway 11/29. o This will include mill and overlay of portions of Runway 11/29 taxiway connectors up to and including the holding position markings, as needed to match grades. 2. Removal of Excess Runway Shoulder Pavement (Figure 1) o This will include removal of excess runway shoulder asphalt pavement and replacement with topsoil and hydroseeding. Final design and construction of this work will be included as a bid additive, that will only be completed with separate authorization from the AIRPORT. DOWL (CONSULTANT) and The City of Arlington – Arlington Municipal Airport (AIRPORT) have prepared the following scope of work. City of Arlington – Arlington Municipal Airport Runway 11/29 Rehabilitation Page 2 of 6 PHASE 1: DESIGN 1.1 - PROJECT MANAGEMENT The CONSULTANT will provide project management and administration, management of subconsultants, and liaison with the AIRPORT, and prepare monthly invoices with monthly progress reports. It is assumed that up to four (4) invoices will be required. The CONSULTANT will attend up to three (3) meetings at the AIRPORT office; the anticipated meetings include: a) 50% Submittal Review Meeting b) 90% Submittal Review Meeting. c) One (1) additional meeting, as needed. The CONSULTANT will prepare meeting notes and distribute to all participants. Assumptions: a. One (1) invoice and one (1) progress report will be prepared per month. b. The project will be completed approximately per the attached Project Schedule. Deliverables: Invoice and Progress Report PDF via email Meeting Notes PDF via email 1.2 – TOPOGRAPHIC SURVEY The CONSULTANT will provide surveying services as follows: a) Establish horizontal and vertical control for mapping purposes and future construction layout. b) The topographic survey will be tied to the Washington State Plane coordinate system – North Zone (NAD 83/91) and the North American Vertical Datum of 1988 (NAVD 88). c) Conduct a topographic survey of select portions of the project area (approximate limits as shown in Figure 2 for use in the development of construction plans. Mapping features will include:  One-hundredth (0.01) foot contour interval and spot elevations for all runway pavements and associated taxiway connector pavements up to and including holding position markings.  On-site features including pavement, storm drainage, lights, signs, striping, electrical surface features, and visible utilities. d) Prepare a survey basemap in AutoCAD Civil 3D. The survey will include features, contours, and an existing surface model. The survey will also incorporate as-built records provided by the AIRPORT. e) Conduct an onsite review to verify features on the survey basemap. Assumptions: a) Underground utilities will be pre-marked using a private Utility Locate Service. b) The CONSULTANT survey personnel are not allowed by Washington State Law to enter manholes, vaults, or other structures defined as confined spaces. Measurements to confined spaces will be made from the surface. City of Arlington – Arlington Municipal Airport Runway 11/29 Rehabilitation Page 3 of 6 1.3 – GEOTECHNICAL INVESTIGATION The CONSULTANT will provide geotechnical services as follows: a) Review readily available geotechnical and pavement data for the project area. b) Arrange for underground utility location (“call before you dig”) prior to performing field activities. c) Hire a private utility locating service to check for the presence of buried utilities at planned subsurface exploration locations. d) Determine the thickness of the existing runway pavement at twelve (12) locations on Runway 11/29, by coring a 4-inch diameter core the full-depth of existing pavement, as shown in Figure 3. e) Determine the thickness of the existing pavement section at ten (10) locations on taxiway connectors and on approach ends of each runway by coring a 4-inch diameter core the full-depth of existing pavement, as shown in Figure 3. f) Determine the thickness of existing excess pavement at five (5) locations on excess runway shoulder pavement by coring a 4-inch diameter core the full-depth of existing pavement, as shown in Figure 3. g) A representative from DOWL will be on site during coring operations. h) Summarize the results of the investigation in a memorandum, including exhibits. Deliverables: Geotechnical Exhibit & Memorandum Three (3) copies and PDF 1.4 - 50% DESIGN The CONSULTANT will prepare construction plans to approximately the 50% level. The CONSULTANT will complete the following tasks: a) Site Conditions Review. The CONSULTANT will conduct a site visit to review existing site conditions for the preparation of plans. b) 50% Construction Plans. The CONSULTANT will develop detailed 50% Construction Plans in accordance with AIRPORT and FAA standards. An estimated sheet count is included below: Sheets Description 1 Cover Sheet 1 Survey Control Sheet 3 Construction Safety and Phasing Plan 3 Site Preparation / Temporary Erosion Control Plan 1 Typical Sections 6 Runway Plan and Profile 1 Civil Details 3 Runway Marking Plan 1 Marking Details 20 TOTAL c) 50% Contract Documents. The CONSULTANT will prepare project contract documents. Contract Documents will be developed in accordance with AIRPORT and FAA standards, and will incorporate City of Arlington – Arlington Municipal Airport Runway 11/29 Rehabilitation Page 4 of 6 AIRPORT provided front end documents (bid proposal, contract), FAA General Provisions (as modified for this City project), Technical Specifications, and applicable appendices. d) 50% Engineer’s Estimate. The CONSULTANT will prepare itemized quantity calculations for all contract bid items. An Engineer’s Estimate of construction costs will be prepared. e) 50% Engineer’s Design Memo. The CONSULTANT will prepare a preliminary design memorandum that summarizes the proposed pavement design criteria, geometric design, and marking design. This memorandum will include references to applicable FAA standards. f) FAA 7460-1, Notice of Propose Construction or Alteration. The CONSULTANT will prepare and submit a 7460-1 through the FAA OE/AAA online portal. Assumptions: a) The AIRPORT will provide contact information for all franchise utility companies located within the project limits. b) This scope of work assumes that water quality and detention facilities will not be required. c) An FAA 7460-1: Notice of Proposed Construction or Alteration will be required for this project. d) A SEPA Checklist will not be required for this project. e) A NEPA Checklist will not be required for this project. f) An FAA Construction Safety and Phasing Plan (CSPP) document will not be included. Phasing plans will be included in the construction plans. g) FAA Contract Provisions will not be included in this project. h) FAA General Provisions and Technical Specifications will be modified to reduce overall project complexity and cost, where appropriate. Deliverables: 50% Construction Plans (11” X 17”) Three (3) copies and PDF 50% Contract Documents Three (3) copies and PDF 50% Engineer’s Estimate Three (3) copies and PDF 50% Engineer’s Design Memorandum Three (3) copies and PDF FAA Form 7460-1 Online via OE/AAA Portal and PDF 1.5 - 90% DESIGN The CONSULTANT will advance the project design to the 90% complete stage. The CONSULTANT will complete the following tasks: a) Site Conditions Review. The CONSULTANT will conduct a site visit to review proposed design for conformance with existing site conditions. b) 50% Comments Response. The CONSULTANT will prepare responses to all comments received from the AIRPORT at the 50% review. c) 90% Construction Plans. The CONSULTANT will address AIRPORT comments from the 50% review, and advance plans to the 90% complete stage. City of Arlington – Arlington Municipal Airport Runway 11/29 Rehabilitation Page 5 of 6 d) 90% Contract Documents. The CONSULTANT will address AIRPORT comments from the 50% review, and advance contract documents to the 90% complete stage. e) 90% Engineer’s Estimate. The CONSULTANT will address AIRPORT comments from the 50% review, and advance cost estimate to the 90% complete stage. f) Final Engineer’s Design Memorandum. The CONSULTANT will address AIRPORT comments and incorporate them into the 90% Engineer’s Design Memorandum. g) Strategic Event Form. The CONSULTANT will prepare and submit a Strategic Event Form to the FAA for planned runway closures. Deliverables: 50% Comments Response Three (3) copies and PDF 90% Construction Plans (11” X 17”) Three (3) copies and PDF 90% Contract Documents Three (3) copies and PDF 90% Engineer’s Estimate Three (3) copies and PDF Final Design Memo Three (3) copies and PDF Strategic Event Form PDF via email 1.6 - FINAL PS&E SUBMITTAL The AIRPORT will provide the CONSULTANT with a set of consolidated review comments and “redline” review comments on the 90% Construction Plans, Contract Documents, and Cost Estimate. The AIRPORT will provide the review comments prior to the 90% Design Review Meeting. The CONSULTANT will develop the project design to the final stage, and complete the following: a) 90% Comments Response. The CONSULTANT will prepare responses to all comments received from the AIRPORT at the 90% review. b) 100% Construction Plans. The CONSULTANT will address AIRPORT comments from the 90% review, and provide a complete, bid-ready set of Construction Plans. c) 100% Contract Documents. The CONSULTANT will address AIRPORT comments from the 90% review, and provide a complete, bid-ready set of Contract Documents. d) 100% Cost Estimate. The CONSULTANT will address AIRPORT comments from the 90% review and advance the Cost Estimate to the 100% complete stage. The CONSULTANT will provide hard copies of the final Plans, Specifications, and Cost Estimate to the AIRPORT. The CONSULTANT will upload the plans and specifications to Builder’s Exchange of Washington, for distribution to Contractors. Deliverables: 100% Construction Plans (11” X 17”) Ten (10) printed copies, PDF, and AutoCAD 100% Contract Documents Ten (10) printed copies and PDF 100% Engineer’s Estimate Three (3) printed copies and PDF City of Arlington – Arlington Municipal Airport Runway 11/29 Rehabilitation Page 6 of 6 1.7 - GRANT ASSISTANCE The CONSULTANT will provide the AIRPORT with the following grant assistance: a) Assist with preparation of WSDOT Aviation Airport Aid Grant Application. 1.8 - BIDDING SUPPORT The CONSULTANT will provide the AIRPORT with bidding support, as follows: a) Prepare written responses to Contractor questions. b) Conduct Pre-Bid Meeting. c) Develop up to one (1) addendum, as required during the bidding period. 1.9 – ADDITIVE WORK FOR REMOVAL OF EXCESS RUNWAY PAVEMENT The following work will only be completed by the CONSULANT with separate written authorization from the AIRPORT: The CONSULTANT will revise the Plans, Specifications, and Cost Estimate to include removal of excess runway shoulder pavement as shown in Figure 1. Work is anticipated to include removal of existing excess pavement and replacement with fill material (if needed), topsoil, and seeding. a) Construction Plans. The CONSULTANT will revise the Construction Plans to include removal of excess runway pavement and restoration work. This is anticipated to include the following additional plan sheets: Sheets Description 3 Runway Shoulder Pavement Removal Plan 3 Runway Shoulder Restoration Plan b) Contract Documents. The CONSULTANT will revise the project contract documents as needed to include bid schedules and technical specifications associated with removal of excess runway pavement and restoration. c) Engineer’s Estimate. The CONSULTANT will prepare itemized quantity calculations for all additive bid items, and the Engineer’s Estimate of construction costs will be updated to include a separate additive bid schedule that includes the costs associated with removal of excess runway pavement and restoration. d) Engineer’s Design Memo. The CONSULTANT will prepare a revise the preliminary design memorandum to include the work associated with removal of excess runway pavement and restoration. EXHIBIT B-1: CONSULTANT FEE ESTIMATE Client: Arlington Municipal Airport Project: Runway 11/29 Rehabilitation Phase: LABOR: 1 - Design DM WH SA RT PR Nate Steve P Corey Date: 1/10/2019 TASK NO. TASK (Scope of Services) Senior Manager V 190.00 Project Manager IV 165.00 Engineer I 100.00 Engineering Technician V 130.00 Survey Manager 185.00 Prof. Land Surveyor VII 140.00 Survey Party Chief IV 120.00 Survey Tech. V 80.00 Admin. Assistant 75.00 TOTAL HOURS LABOR COST 1.1 Project Management 2 18 14 0 0 0 0 0 4 38 $ 5,050 a General Project Management 2 4 4 10 $ 1,340 b 50% Submittal Review Meeting 6 6 12 $ 1,590 c 90% Submittal Review Meeting 4 4 8 $ 1,060 d One Additional Meeting 4 4 8 $ 1,060 1.2 Topographic Survey 0 0 0 0 10 51 82 66 0 209 $ 24,110 a Topographic Survey / Office 8 47 16 71 $ 9,980 b Field Survey / Basemap 2 4 66 66 138 $ 14,130 1.3 Geotechnical Investigation 0 10 0 0 0 0 0 0 0 10 $ 1,650 a General Coordination 2 2 $ 330 d Coring of Existing Pavement Subconsultant g On Site Coordination during Coring 8 8 $ 1,320 1.4 50% Design 9 43 78 58 0 0 2 0 4 194 $ 24,685 a Site Conditions Review 4 4 8 $ 1,060 b 50% Construction Plans 4 4 $ 760 Cover Sheet 1 2 2 5 $ 625 Survey Control Sheet 1 2 2 2 7 $ 865 Construction Safety and Phasing Plan 4 8 8 20 $ 2,500 Plan 2 4 8 14 $ 1,770 Typical Sections 2 4 4 10 $ 1,250 Runway Plan and Profile 8 12 16 36 $ 4,600 Civil Details 2 4 4 10 $ 1,250 Runway Marking Plan 2 4 8 14 $ 1,770 Marking Details 2 4 4 10 $ 1,250 c 50% Contract Documents 2 8 16 4 30 $ 3,600 d 50% Engineer's Estimate 1 2 8 11 $ 1,320 e 50% Engineer's Design Memo 2 4 4 10 $ 1,440 f FAA 7460-1 1 2 2 5 $ 625 1.5 90% Design 10 39 54 32 0 0 0 0 4 139 $ 18,195 a Site Conditions Review 4 4 8 $ 1,060 b 50% Comments Response 2 4 4 10 $ 1,440 c 90% Construction Plans 2 16 20 32 70 $ 9,180 d 90% Contract Documents 2 8 16 4 30 $ 3,600 e 90% Engineer's Estimate 2 2 4 8 $ 1,110 f Final Engineer's Design Memo 2 4 4 10 $ 1,440 g Strategic Event Form 1 2 3 $ 365 1.6 Final PS&E Submittal 4 20 24 16 0 0 0 0 4 68 $ 8,840 a 90% Comments Response 1 2 3 $ 520 b 100% Construction Plans 1 8 12 16 37 $ 4,790 c 100% Contract Documents 1 8 8 4 21 $ 2,610 d 100% Engineer's Estimate 1 2 4 7 $ 920 1.7 Grant Assitance 0 2 4 0 0 0 0 0 0 6 $ 730 a WSDOT Aviation Grant Application 2 4 6 $ 730 1.8 Bidding Support 0 10 12 4 0 0 0 0 0 26 $ 3,370 a Respond to Contractor Questions 4 4 8 $ 1,060 b Pre-Bid Meeting 4 4 8 $ 1,060 c Addendum (1) 2 4 4 10 $ 1,250 Labor Subtotal 25 142 186 110 10 51 84 66 16 690 $ 86,630 1.9 Additive Work for Removal of Excess Runway Pavement 0 10 14 12 0 0 0 0 0 36 $ 4,610 a Construction Plans 4 8 12 24 $ 3,020 b Contract Documents 2 4 6 $ 730 c Engineer's Estimate 2 2 4 $ 530 d Engineer's Design Memo 2 2 $ 330 Additive Work Labor Subtotal 0 10 14 12 0 0 0 0 0 36 $ 4,610 Expenses Mileage (Meetings, Site Visits) 8 Trips @ 100 Miles Miles / Roundtrip ($0.545 / mile) $ 436 Travel / Per Diem 0 Trips @ $ - $ - Plotting / Reproductions $ 500 $ 936 Subconsultants Subconsultant Markup Total HWA Geosciences (Geotechnical) $ 17,500 10% $ 19,250 $ 19,250 TOTAL FEE (Phase 2 - Final Design) Without Additive $ 106,816 TOTAL FEE - Additive Work $ 4,610 TOTAL FEE - Including Additive Work $ 111,426 \\RED-FS\Red-projects\23\13920-00\10PM\Runway 11-29 Overlay\Scope & Fee\EXHIBIT B - Fee - Rwy 11-29 Rehabilitation_2019-01-10 Runway 11/29: 3,498' x 75' Taxiway C Runway 11/29 Mill & Overlay Remove Excess Runway Shoulder Pavement Remove Excess Runway Shoulder Pavement Arlington Municipal Airport (AWO) Runway 11/29 Rehabilitation Figure 1: Project Areas Survey all paint markings, including threshold bars, runway numbers, centerline, edge line, yellow lead-in lines, yellow chevrons Critical Runway Pavement Grid Runway pavement is fully defined by white threshold bars and white edge lines. Runway dimensions: 3,500' x 75'. Survey in grid pattern full length and width, with shots on runway centerline, runway edge (outside edge of white edge stripe) and at least 1 shot in between each side of centerline in between runway centerline and runway edge. Survey all paint markings, includ- ing threshold yellow hold lines at each taxiway Survey all pavement edges and about 10' into grass within red boundary Arlington Municipal Airport (AWO) Runway 11/29 Rehabilitation Figure 2: Approximate Survey Area Arlington Municipal Airport (AWO) Runway 11/29 Rehabilitation Figure 3: Approximate Coring Locations Legend Runway Cores (12) Taxiway/Runway End Cores (10) Excess Pavement Cores (5) PROFESSIONAL SERVICES AGREEMENT 1 CITY OF ARLINGTON PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT, is made and entered into in duplicate this day of , 2019, by and between the CITY OF ARLINGTON, a Washington municipal corporation, hereinafter referred to as the "CITY" and, DOWL, LLC, hereinafter referred to as the "SERVICE PROVIDER." 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 SERVICE PROVIDER represents that the SERVICE PROVIDER 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 SERVICE PROVIDER 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 SERVICE PROVIDER responsibilities throughout this Agreement and as detailed in Exhibit A, attached hereto and incorporated herein (the "Project"). 2.Term. The Project shall begin after the agreement is executed and shall be completed no later than ( ), 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 SERVICE PROVIDER except for services identified and set forth in this Agreement. PROFESSIONAL SERVICES AGREEMENT 2 CITY OF ARLINGTON 3.3 The CITY shall pay the SERVICE PROVIDER for work performed under this Agreement as follows: SERVICE PROVIDER 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 SERVICE PROVIDER 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 . Other: An amount not to exceed $66,274.00 for all work performed and expenses incurred in performance of this contract. 4.Reports And Inspections. 4.1 The SERVICE PROVIDER 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 SERVICE PROVIDER 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 SERVICE PROVIDER'S activities. The CITY may, at its discretion, conduct an audit at its expense, using its own or outside auditors, of the SERVICE PROVIDER'S activities which relate, directly or indirectly, to this Agreement. 5.Independent Contractor Relationship. 5.1 The parties intend that an independent SERVICE PROVIDER/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 SERVICE PROVIDER. No agent, employee, servant or representative of the SERVICE PROVIDER shall be deemed to be an PROFESSIONAL SERVICES AGREEMENT 3 employee, agent, servant or representative of the CITY for any purpose, and the employees of the SERVICE PROVIDER are not entitled to any of the benefits the CITY provides for its employees. The SERVICE PROVIDER 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 SERVICE PROVIDER 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. Service Provider Employees/agents The CITY may at its sole discretion require the SERVICE PROVIDER to remove any employee, agent or servant from employment on this Project. The SERVICE PROVIDER 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, 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 SERVICE PROVIDER shall procure and maintain for the duration of the Agreement, PROFESSIONAL SERVICES AGREEMENT 4 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 SERVICE PROVIDER, its agents, representatives, or employees. 8.1 Minimum Scope of Insurance. SERVICE PROVIDER shall obtain insurance of the types described below: a.Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. b.Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or a substitute form and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury, if applicable to and obtainable by the Consultant’s profession. The City shall be named as an insured under the SERVICE PROVIDER's Commercial General Liability insurance policy with respect to the work performed for the City. c.Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. d.Professional Liability insurance appropriate to the SERVICE PROVIDER's profession. 8.2 Minimum Amounts of Insurance. SERVICE PROVIDER 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. 8.3 Other Insurance Provisions. The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Professional Liability and Commercial General Liability insurance: a.The SERVICE PROVIDER's insurance coverage shall be primary insurance as respects the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the SERVICE PROVIDER's insurance and shall not contribute with it. b.The SERVICE PROVIDER's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has PROFESSIONAL SERVICES AGREEMENT 5 been given to the City. 8.4 Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:V. 8.5 Verification of Coverage. SERVICE PROVIDER 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 SERVICE PROVIDER before commencement of the work. 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 work product and other documents, if any, prepared by the SERVICE PROVIDER pursuant to this Agreement. 10.Compliance with Laws. 10.1 The SERVICE PROVIDER, 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 SERVICE PROVIDER specifically agrees to pay any applicable business and occupation (B & O) taxes which may be due on account of this Agreement. 11.Nondiscrimination. 11.1 The CITY is an equal opportunity employer. Nondiscrimination in Employment. In the performance of this Agreement, the SERVICE PROVIDER will not discriminate against any employee or applicant for employment on the grounds of race, creed, color, national origin, sex, marital status, age or the presence of any sensory, mental or physical handicap; provided that the prohibition against discrimination in employment because of handicap shall not apply if the particular disability prevents the proper performance of the particular worker involved. The SERVICE PROVIDER shall ensure that applicants are employed, and that employees are treated during employment without discrimination because of their race, creed, color, national origin, sex, marital status, age or the presence of any sensory, mental or physical PROFESSIONAL SERVICES AGREEMENT 6 handicap. Such action shall include, but not be limited to: employment, upgrading, demotion or transfers, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and programs for training including apprenticeships. The SERVICE PROVIDER shall take such action with respect to this Agreement as may be required to ensure full compliance with local, state and federal laws prohibiting discrimination in employment. 11.3 Nondiscrimination in Services. The SERVICE PROVIDER will not discriminate against any recipient of any services or benefits provided for in this Agreement on the grounds of race, creed, color, national origin, sex, marital status, age or the presence of any sensory, mental or physical handicap. 11.4 If any assignment and/or subcontracting has been authorized by the CITY, said assignment or subcontract shall include appropriate safeguards against discrimination. The SERVICE PROVIDER shall take such action as may be required to ensure full compliance with the provisions in the immediately preceding paragraphs herein. 12.Assignment/subcontracting. 12.1 The SERVICE PROVIDER 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 SERVICE PROVIDER 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. 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. PROFESSIONAL SERVICES AGREEMENT 7 14.Maintenance and Inspection of Records. 14.1 The SERVICE PROVIDER 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 SERVICE PROVIDER shall retain all books, records, documents and other material relevant to this agreement, for six (6) years after its expiration. The SERVICE PROVIDER 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. The CITY may terminate this Agreement, in whole or in part, at any time, by at least five (5) days written notice to the SERVICE PROVIDER. 16.2 Termination for Cause. If the SERVICE PROVIDER fails to perform in the manner called for in this Agreement, or if the SERVICE PROVIDER fails to comply with any other provisions of the Agreement and fails to correct such noncompliance within five (5) days written notice thereof, the CITY may terminate this Agreement for cause. Termination shall be effected by serving a notice of termination on the SERVICE PROVIDER setting forth the manner in which the SERVICE PROVIDER is in default. The SERVICE PROVIDER will only be paid for services performed in accordance with the manner of performance set forth in this Agreement. PROFESSIONAL SERVICES AGREEMENT 8 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 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. PROFESSIONAL SERVICES AGREEMENT 9 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. CITY: SERVICE PROVIDER: CITY OF ARLINGTON DOWL, LLC Barbara Tolbert, Mayor Page 1 of 3 TASK ORDER #4 EXHIBIT A: SCOPE OF WORK City of Arlington – Arlington Municipal Airport (AWO) Runway 11/29 Rehabilitation – Construction Management This project will be completed under the Professional Services Agreement between the City of Arlington and DOWL, LLC, dated ( ). Project Description This project includes the following improvements to the Arlington Municipal Airport (AIRPORT), as shown in the attached Figure 1. Non-AIP Eligible Work: 1. Runway 11/29 Mill & Overlay (Figure 1) o This will include mill/overlay of Runway 11/29. o This will include mill and overlay of portions of Runway 11/29 taxiway connectors up to and including the holding position markings, as needed to match grades. 2. Removal of Excess Runway Shoulder Pavement (Figure 1) o This will include removal of excess runway shoulder asphalt pavement and replacement with topsoil and hydroseeding. Final design and construction of this work will be included as a bid additive, that will only be completed with separate authorization from the AIRPORT. DOWL (CONSULTANT) and The City of Arlington – Arlington Municipal Airport (AIRPORT) have prepared the following scope of work. Page 2 of 3 City of Arlington – Arlington Municipal Airport Runway 11/29 Rehabilitation PHASE 2: CONSTRUCTION MANAGEMENT 2.1 – PROJECT MANAGEMENT The CONSULTANT will provide project management and administration, management of subconsultants, and liaison with the AIRPORT, and prepare monthly invoices with monthly progress reports. It is assumed that up to three (3) will be required. 2.2 - PRE-CONSTRUCTION CONFERENCE Review Contractor’s proposed schedule with the Airport prior to meeting. Conduct a pre-construction conference. Review the Construction Safety & Phasing Plan with the successful bidder on-site prior to work commencing and make any necessary modifications that may be required. 2.3 - SUBMITTAL REVIEW Review Contractor submittals for conformance with the plans and specifications. 2.4 - CONSTRUCTION ADMINISTRATION Provide construction administration services to include: a) Preparation of up to two (2) Contractor progress payment requests. b) Preparation of up to one (1) construction change order. 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. 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. h) Provide Inspector Daily Reports (IDR’s) for every working day the Contractor is working at the airport. 2.5 - RESIDENT ENGINEER Provide full time resident engineer to 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. Conduct up to three (3) weekly meeting on-site to coordinate progress of the construction work with the Airport, airport tenants, and the Contractor. Prepare daily activity reports documenting construction progress when onsite, materials used, number of workers and work process, and equipment used. Construction is anticipated to last 3 weeks. 2.6 – ACCEPTANCE TESTING Provide acceptance testing for Hot Mix Asphalt. This will assume up to two (2) test sections with 3 sublots each. Production paving is anticipated to be completed in 3 lots, with up to 12 sublots. 2.7 - FINAL INSPECTION Attend the final inspection with Airport personnel and the Contractor. Prepare punchlist for Contractor, if required. Conduct follow-up inspection when the Contractor has completed the punchlist. Page 3 of 3 City of Arlington – Arlington Municipal Airport Runway 11/29 Rehabilitation 2.8 - RECORD DRAWINGS Prepare record drawings and deliver three sets of printed drawings and one set of electronic record drawings in AutoCAD and PDF formats. Assumptions: a) The construction will occur during the summer of 2019. b) Construction staking is to be completed by the Contractor. Design survey control will be included in the Contract Plans. c) A Construction Management Plan is not required. d) Resident engineering fee estimate is based on providing a resident engineer for 5 days per week for a 3-week construction duration at 10 hours per day. e) A final construction report will not be required. Deliverables: The following documents, exhibits, or other presentations for the work covered by this Agreement will be furnished by CONSULTANT to the AIRPORT upon completion of the various phases of the work. GENERAL One (1) Copy Invoice and Progress Reports (3) One (1) Copy Meeting Notes (PDF via email) One (1) Copy All Construction Management documentation (1 binder at completion of project, electronic documents on flash drive) One (1) Copy Payroll Tracking spreadsheet (spreadsheet via email) One (1) Copy Reviewed Certified Payrolls (PDF via email) CONSTRUCTION One (1) Set Construction Documentation Three (3) Sets Record Drawings (11” X 17” hard copy, PDF and AutoCAD) Runway 11/29: 3,498' x 75' Taxiway C Runway 11/29 Mill & Overlay Remove Excess Runway Shoulder Pavement Remove Excess Runway Shoulder Pavement Arlington Municipal Airport (AWO) Runway 11/29 Rehabilitation Figure 1: Project Areas EXHIBIT B-1: CONSULTANT FEE ESTIMATE Client: Arlington Municipal Airport Project: Runway 11/29 Rehabilitation Phase: LABOR: 2 - Construction Date: 1/10/2019 TASK NO. TASK (Scope of Services) Senior Manager V 190.00 Project Manager IV 165.00 Engineer IV 150.00 Engineer I 100.00 Engineer II 125.00 Engineering Technician V 130.00 Admin. Assistant 75.00 TOTAL HOURS LABOR COST 2.1 Project Management 2 12 0 0 0 0 6 20 $ 2,810 a General Project Management (3 months) 2 12 6 20 $ 2,810 2.2 Pre-Construction Conference 0 6 0 4 0 0 0 10 $ 1,390 a Review Schedule 2 2 $ 330 b Pre-Construction Conference / Minutes 4 4 8 $ 1,060 2.3 Submittal Review 0 4 0 12 0 0 0 16 $ 1,860 a Submittal Review 4 12 16 $ 1,860 2.4 Construction Administration 0 21 0 39 0 4 0 64 $ 7,885 a Pay Estimates (2) 8 16 24 $ 2,920 b Change Orders (1) 4 8 4 16 $ 1,980 c RFI's (4) 4 4 8 $ 1,060 d Certified Payroll Review 4 8 12 $ 1,460 g Weekly Meeting Agenda/Minutes (3) 1 3 4 $ 465 2.5 Resident Engineer 0 104 0 108 0 0 0 212 $ 27,960 a Resident Engineer (10 10-hr working days) 100 100 $ 16,500 b Inspector (10 10-hr working days) 100 100 $ 10,000 d Weekly Meetings (3 meetings) 4 8 12 $ 1,460 2.6 Acceptance Testing 0 0 0 0 0 0 0 0 $ - a Acceptance Testing Subconsultant 0 $ - 2.7 Final Inspection 0 9 0 10 0 0 0 19 $ 2,485 a Final Inspection 4 4 8 $ 1,060 b Punchlist 1 2 3 $ 365 c Closeout Inspection 4 4 8 $ 1,060 2.8 Record Drawings 0 4 0 4 0 16 0 24 $ 3,140 a Record Drawings 4 4 16 24 $ 3,140 Labor Subtotal 2 160 0 177 0 20 6 365 $ 47,530 Expenses Mileage (Meetings, Site Visits) 32 Trips @ 100 Miles Miles / Roundtrip ($0.545/ mile) $ 1,744 Travel / Per Diem 0 Trips @ $ - $ - Plotting / Reproductions $ 500 $ 2,244 Subconsultants Subconsultant Markup Total Acceptance Testing (Estimate) $ 15,000 10% $ 16,500.00 $ 16,500.00 \\RED-FS\Red-projects\23\13920-00\10PM\Runway 11-29 Overlay\Scope & Fee\EXHIBIT B - Fee - Rwy 11-29 Rehabilitation_2019-01-10 TOTAL FEE (PHASE 2: CONSTRUCTION) $ 66,274 Client:City of Arlington - Arlington Municipal Airport (AWO) Project:Runway 11/29 Rehabilitation Date: By:WH Base Bid: Taxiway Bravo Mill & Overlay Number Section Item Quantity Unit Unit Cost Total Cost A1 GP105 Mobilization 1 LS 100,000$ 100,000$ A2 GP50-06 Construction Surveying 1 LS 40,000$ 40,000$ A3 A-101 FOD Prevention Control 1 LS 30,000$ 30,000$ A4 G-100 CSPP Compliance and SPCD 1 LS 25,000$ 25,000$ A5 P-101 Pavement Milling, 3" Depth 29,200 SY 5.00$ 146,000$ A6 P-101 Crack Cleaning and Sealing 10,500 LF 2.50$ 26,250$ A7 P-401 Hot Mix Asphalt 5,900 TON 110$ 649,000$ A8 P-620 Pavement Markings (2 coats)20,000 SF 3.00$ 60,000$ 1,076,250$ 9.1%97,939$ 1,174,189$ Additive 1: Remove Excess Pavement Near Rwy 29 & 34 Threshold Number Section Item Quantity Unit Unit Cost Total Cost B1 P-101 Pavement Removal, Full Depth 4,060 SY 10$ 40,600$ B2 T-901 Seeding & Fertilizing 0.85 ACRE 5,000$ 4,250$ B3 T-905 Topsoil 455 CY 40$ 18,200$ 63,050$ 9.1%5,738$ 68,788$ Total with Additive 1 1,242,976$ Assumptions 3" mill and overlay of Runway 11/29, full length No Connector Taxiways will be overlayed with this work Crack sealing may be needed after milling - a quantity of 10,500 LF has been included (assumes 3 longitudinal joints) Subtotal Additive 1 Sales Tax Total Additive 1 SCIP COST ESTIMATE 1/15/2019 Subtotal Base Bid Sales Tax Total Base Bid Estimate - AWO Runway 11-29 Rehabilitation_2019-01-15 1 of 1 1/15/2019 City of Arlington Council Agenda Bill Item: NB #3 Attachment F COUNCIL MEETING DATE: February 4, 2019 SUBJECT: Contract with SCJ Alliance for Island Crossing Interim Traffic Signal Design ATTACHMENTS: Scope of Work and Fee from SCJ Alliance for Island Crossing Interim Traffic Signal Design DEPARTMENT OF ORIGIN Public Works EXPENDITURES REQUESTED: $28,200.00 BUDGET CATEGORY: Transportation Improvement Fund BUDGETED AMOUNT: N/A LEGAL REVIEW: DESCRIPTION: Staff is requesting to enter into contract with SCJ Alliance for design work on the channelization plan and temporary signal layout of the Island Crossing intersection near the Pilot Truck stop. HISTORY: Growth in Arlington and NE Snohomish County has added many vehicles to State Route 530 (SR‐530), the current WSDOT traffic count is close to 23,000 vehicles per day traveling on SR‐530. The Smokey Point Blvd and SR‐530 intersection was already operating at a Level of Service F, the increased traffic has only made a bad situation worse. To raise the LOS, provide protected turning movements, and improve vehicle and pedestrian safety, the City of Arlington, Snohomish County and the Stillaguamish Tribe of Indians are working with WSDOT to install an interim traffic signal on the west leg intersection. The City will continue to work with its partners for the funding and construction of the preferred long term solution; the installation of a roundabout at this intersection. SCJ Alliance will complete the design work in a contiguous effort with the Gibson Traffic Consultants Intersection Control Evaluation (ICE). The project will need to be approved by WSDOT prior to bid advertisement. ALTERNATIVES: Remand to staff for further consideration RECOMMENDED MOTION: I move to approve the SCJ Alliance scope of work and fee and to authorize the Mayor to sign the contract with SCJ Alliance, pending final approval by the City Attorney. SCJ Alliance Attachment A – Scope of Work SR530/Smokey Point Boulevard Intersection – Temporary Signal January 18, 2019 City of Arlington Page 1 ATTACHMENT A SCOPE OF WORK SR530 and Smokey Point Boulevard Intersection West– Temporary Traffic Signal Arlington, WA Transportation Design Services Prepared for: James Kelly, PE - City of Arlington Prepared By: Dan Ireland, P.E., Principal Date prepared: January 18, 2019 Overview The City of Arlington is looking to start the design of a temporary traffic signal system for the western side of the SR 530 and Smokey Point triangle intersection. The intent of the temporary signal is an interim improvement to the intersection in providing protected turning movements from Smokey Point Boulevard to/from SR 530. The design work will be performed in a contiguous effort while Gibson Traffic Consultants (GTC) develops the Intersection Control Evaluation (ICE) for WSDOT approval. The project will need to be approved by WSDOT prior to bid advertisement. The work will consist of the following Phases: · Phase 1 – 30% Design · Phase 2 – 90% Design · Phase 3 – Final Contract Documents · Phase 4 – Construction Support SCJ Alliance Attachment A – Scope of Work SR530/Smokey Point Boulevard Intersection – Temporary Signal January 18, 2019 City of Arlington Page 2 Phase 1 30% Design This phase will start the design process and provide an initial channelization of the intersection and temporary traffic signal system. To complete this phase, we will perform the following tasks: Task 1 Intersection Channelization Layout 1) Basemap/Sheet Setup: SCJ will develop an Auto CAD base map that will be specific to this project and be used for the basis of design for the remaining of the project. We will use our existing topographic survey of the right of way corridor that was conducted in 2015. Private developments have changed around this area, but no changes have occurred within the right of way. 2) Channelization Plan: SCJ will layout the intersection channelization based upon the current number of lanes and turning movements allowed at this west intersection location. Existing lanes will be modified, but there will not be an increase in lanes. It is estimated that they will not be any roadway prism widening required, only pavement marking modifications. The basis of design will be based upon 2018 WSDOT Design Manual and MUTCD standards. 3) AutoTurn Review: We will review the intersection for WB-67 truck turning movements in the allowed directions (North Bound to West Bound and East Bound to South Bound). Exhibits of the movements will be developed to accompany a WSDOT submittal for review. 4) Technical Memo: A technical memo will be developed that capture the basis of design and standards selected. This technical memo is a living document and will be submitted to WSDOT as part of the review packet. Task 2 Temporary Signal System Layout 1) PUD coordination: SCJ will coordinate with Snohomish County PUD for a viable power source for the temporary signal system. 2) Phase Diagram: We will develop the signal phase diagram that identifies how the signal controller operates the signal sequencing and movements. This will be shown on the plan sheet and is key to WSDOT reviews. 3) System Layout: The system will be a span wire system with wood poles. A signal layout will be performed based upon the channelization plan. The plan will identify service and controller location, pole locations, head locations and types. Pole sizing and calculations will be a part of the 90% Design phase. 4) Cost Estimate: SCJ will develop an estimate of construction costs for the work identified based upon 2018 bid history information available. SCJ Alliance Attachment A – Scope of Work SR530/Smokey Point Boulevard Intersection – Temporary Signal January 18, 2019 City of Arlington Page 3 Task 3 Project Management / Meetings 1) Project management in monitoring design progress, schedule and overall project budget. 2) Meetings: We assume 2 conference call meetings for coordination and general project coordination. 3) WSDOT Signal Staff Coordination: SCJ will coordinate with WSDOT NWR for expectations of temporary signal equipment and components. Temporary systems can be different than standard permanent system components typically used. We estimate 2 conference call meetings to discuss expectations and a follow up. Phase 1 Deliverables · Progress billings submitted monthly submitted via email in PDF format. · Plan view exhibit showing the intersection channelization plan and temporary signal layout (3 sheets). · Estimate of construction costs (1 pdf). Phase 1 Understanding/Assumptions · GTC will be conducting the ICE for WSDOT review and approval. · WSDOT meeting will include the ICE and Temp. Signal review. · 30% design drawings are not to be used for construction. · City will be facilitating project permitting. · Widening of the existing roadway prism will not be required. · Topographic survey will be provided by City or existing SCJ survey from 2014. · This will be a temporary signal system consisting of timber poles and a guy wire system. · WSDOT will not require a formal Channelization Plan for Approval. · Geotechnical information will be provided from adjacent developments for pole foundation design. · A Traffic Signal Permit will be prepared by others. Phase 2 90% Design This phase will follow the ICE and 30% design review meeting with WSDOT, GTC, and the City. Proceeding after this meeting, SCJ will be able to progress the preliminary design towards construction documents and develop additional design documentation such as design deviations that may be required due to existing roadway channelization. This phase will be completed with the second submittal to WSDOT for review. Traffic Signal Design · Coordinate with Snohomish PUD on service location. · Conduct a computerized photometric analysis to determine a conceptual level street light pole layout using AGi32 software. Includes Illumination calculations. · Perform signal pole foundation calculations for the wooden strain poles. · Advance vehicle loop detection placement calculations (as necessary) SCJ Alliance Attachment A – Scope of Work SR530/Smokey Point Boulevard Intersection – Temporary Signal January 18, 2019 City of Arlington Page 4 · Line loss calculations and illumination wire sizing · Service cabinet breaker sizing · Junction box sizing Conduit sizing Preliminary Construction Plan Set We will develop the following construction plan set consisting of the following sheets: · Vicinity Map · General Notes · Removal Plan / TESC Plan · Alignment Plan · Pavement Marking/Signing Plan · Pavement marking details/Sign Specs Table · Traffic Signal Plan · Wiring Schedule and Construction Notes · Wiring Termination Sheet · Controller Input File and Display Panel Sheet · Signal Standard Detail Chart · Illumination Design/Plan Sheet · Class A Construction Signing Plan · Traffic Control Plans as necessary Technical Memo: Update our Technical Design Memo to capture changes to the design and will be submitted along with the 90% plans to WSDOT for review. Contract Special Provisions: SCJ will develop contract special provisions based upon the WSDOT Standard Specification format. The special provisions will need to be included with the WSDOT review package. Draft Bid Documents: The draft bid documents will be per the City of Arlington format. SCJ will prepare the proposal sheet while updating the project estimate. This also include appendices such as Geotech information or any permits provided by the City. WSDOT Submittal for Review: SCJ will compile the package for WSDOT’s review and design approval. The submittal of this package will complete Phase 2 work. All comments from this review will be incorporated in Phase 3. Phase 2 Deliverables · WSDOT Review package consisting of the following: o Preliminary contract plan set (pdf) o Preliminary special provisions (pdf) o Preliminary engineers estimate (pdf) o Technical Memo for basis of design (pdf) · Draft Bid Document (front end) (pdf) SCJ Alliance Attachment A – Scope of Work SR530/Smokey Point Boulevard Intersection – Temporary Signal January 18, 2019 City of Arlington Page 5 Phase 2 Understanding/Assumptions · Interconnect will not be required. · Project design justifications/deviations will not be required. · Project will not require any new sidewalks or curb ramp designs for a pedestrian route. · GTC will gain ICE approval form WSDOT for a temporary traffic signal system. · Temporary Signal will consist of video detection. Phase 3 Final Contract Documents Final Plan Revisions: Immediately following the receipt of WSDOT comments, we will finalize the temporary signal design into the final construction bid package. The bid package will include all details and specifications required meeting WSDOT standards and specifications. Engineers Estimate: The project estimate will be updated and will be transferred to the bid proposal sheet for the bid package. Final Bid Package: This is the last effort in assembling all the contract documents together, formatting, table of contents, and merged into a single pdf document for the City. The completion of this phase will be the start of the public bid advertisement of the project. Phase 3 Deliverables · Final Bid Package Document: Contract Plans, Specifications, and Estimate for Bid Advertisement Phase 3 Understanding/Assumptions · City will administer bid advertisement, correspondence with interested bidders, and bid opening process. · City will review bids and develop award notifications. · City will have all permits in place prior to bid advertisement. · This estimate is based upon one bid advertisement period. Phase 4 Bid Advertisement and Construction Support (Future Phase) This phase will consist of supporting the City during the bid advertisement period, award, and construction phase. Depending on the City staff availability to administer this project, we can reassess the level of support needed after the project has been submitted for advertisement. This future phase level of effort will be assessed after Phase 3 is completed and this scope of work will be amended accordingly. Phase 98 Additional Services We understand that sometimes things “come up” during a project that we need to work on quickly and are out of the project scope listed above. When things like that develop, we will discuss with you the estimated effort first and track the time and costs under this separate phase. SCJ Alliance Attachment A – Scope of Work SR530/Smokey Point Boulevard Intersection – Temporary Signal January 18, 2019 City of Arlington Page 6 Phase 99 EXPENSES Expenses will be charged on a time-and-materials basis and include items such as travel expenses, mileage, plan reproduction, copies, etc. CONTRACT SUMMARY (not to be exceeded without prior authorization) Phase/ Task Description Fee Fee Method Phase 1 30% Design $9,000 Time & Materials Phase 2 90% Design $13,700 Time & Materials Phase 3 Final Construction Documents $4,500 Time & Materials Phase 98 Additional Services - Time & Materials Phase 99 Expenses $1,000 Time & Materials Total Estimated Fee: $28,200 Time & Materials Estimated Schedule TASK ITEM START END 30% DESIGN 1/23/19 2/3/19 WSDOT REVIEW #1 2/4/19 2/14/19 90% DESIGN* 2/1/19 2/21/19 WSDOT REVIEW #2 2/22/19 3/7/19 BID PACKAGE FINALIZING* 2/22/19 3/14/19 WSDOT BID APPROVAL #3 /BID ADVERTISEMENT 3/11/19 3/21/19 BID ADVERTISEMENT DATE* 3/22/19 * Start date and end date of these tasks are dependent on comment review times by WSDOT and City staff. Project schedule and approval to advertise will depend upon the approval of the ICE developed by GTC consultants and approved by WSDOT. END OF PROPOSAL City of Arlington Council Agenda Bill Item: NB #4 Attachment G COUNCIL MEETING DATE: February 4, 2019 SUBJECT: Miscellaneous Personnel Requests – Public Works ATTACHMENTS: None DEPARTMENT OF ORIGIN Public Works EXPENDITURES REQUESTED: Water Budget: $39,684.00 Sewer Budget: $3,484.00 Storm Budget: $3,484.00 BUDGET CATEGORY: Water/Wastewater/Stormwater BUDGETED AMOUNT: N/A LEGAL REVIEW: DESCRIPTION: Staff is requesting Council approval for three miscellaneous personnel actions not included in the 2019-2020 approved budget and FTE plan. HISTORY: Staff is requesting approval on the following personnel actions: Water Department Seasonal Workers - Staff is requesting to hire two seasonal workers to assist with the final portion of the drive-by water meter conversion project (for 2019 only). Sewer Department WWTP Operator – The WWTP is normally staffed by 3 FTE’s, staff is requesting an additional FTE for a five month period for training before the Lead Operator retires (2019). No budget impact as Lead Operator was budgeted for a full year. GIS Department – Staff is requesting to extend the existing GIS Intern contract for an additional two months to provide assistance while the new GIS system is installed and initiated. ALTERNATIVES: Remand to staff for further consideration RECOMMENDED MOTION: I move to authorize staff to proceed with the proposed personnel requests. City of Arlington Council Agenda Bill Item: NB #5 Attachment H COUNCIL MEETING DATE: February 4, 2019 SUBJECT: Resolution authorizing staff to apply for a grant from the Transportation Improvement Board for Complete Streets funding ATTACHMENTS: Resolution to authorize application, Complete Streets Transportation Improvement Board funding letter DEPARTMENT OF ORIGIN Community and Economic Development EXPENDITURES REQUESTED: BUDGET CATEGORY: BUDGETED AMOUNT: LEGAL REVIEW: DESCRIPTION: This is a resolution authorizing Community and Economic Development to apply for Transportation Improvement Board funding to be used for a Complete Streets project. The proposed project will improve safety, walkability, support transit, and cycling options. HISTORY: In 2018, the City of Arlington approved a Complete Streets ordinance and the Complete Streets plan for the City. In December 2018, the Snohomish County Health District nominated the City for Complete Streets funding. The TIB responded with a request for funding application for three project levels of funding from $400,000 to $600,000. ALTERNATIVES: Remand back to staff for additional information. RECOMMENDED MOTION: I move to approve the resolution to authorize application for Complete Streets funding, and authorize the Mayor to sign the resolution.      RESOLUTION NO. 2019‐xxx A RESOLUTION OF THE CITY OF ARLINGTON, WASHINGTON, AUTHORIZING APPLICATION FOR COMPLETE STREETS GRANT FUNDING THROUGH THE TRANSPORTATION IMPROVEMENT BOARD FOR A PROJECT THAT WILL IMPROVE SAFETY, PEDESTIRAN ACCESS, AND ENCOURAGE TRANSIT EXPANSION WITHIN THE CITY WHEREAS, the City of Arlington has adopted a Complete Streets Policy; and WHEREAS, the City has been nominated for a Complete Streets Award by the Transportation Improvement Board; and WHEREAS, the City of Arlington considers it in the best interest of the public to apply for the funding and use the award to construct a Complete Streets Project; NOW THEREFORE, BE IT RESOLVED by the City Council of the City of Arlington, Washington, as follows: 1. That the City of Arlington has authorized the Community and Economic Development Director to apply for the Complete Streets Award. 2. That the Community and Economic Development Director is hereby authorized to administer, as may be necessary, the Complete Streets Award and the subsequent work product produced by the award funds; and 3. That this Resolution shall be effective upon passage and signatures hereon in accordance with law. ADOPTED BY THE CITY COUNCIL of the City of Arlington, at its regular meeting held this 4th day of January, 2019. CITY OF ARLINGTON __________________________________ Barbara Tolbert, Mayor ATTEST: __________________________________ Erin Keator, City Clerk APPROVED AS TO FORM: ___________________________________ Steven J. Peiffle, City Attorney From: Armstrong, Greg (TIB) [mailto:GregA@tib.wa.gov]   Sent: Monday, January 14, 2019 3:40 PM  To: Nova Heaton <NHeaton@arlingtonwa.gov>; James Kelly <jkelly@arlingtonwa.gov>; Kris Wallace  <kwallace@arlingtonwa.gov>  Subject: [External] ‐ Complete Streets Workplan    Good Afternoon Nova and Jim!    Congratulations on being nominated for a Complete Streets award!  We are trying something a little different this  year in regards to our Complete Streets Award funding amount.  Based on your TIB evaluation, which included the  information provided by the agency which nominated you, a range of funds was established for you to generate a  work plan based off.      Attached is a spreadsheet which includes three tabs along the bottom.  Each tab represents a different amount of  funds.  We want to hear what you would do with your award money if you received $400K, $500K, or $600K.  In  some cases you may have the same base project and continue to add additional projects to that same plan for the  additional funds.  In other cases, by upping the funds you may have the money to complete a larger project that  you just couldn’t afford to do if you received a lesser funding amount so your work plan may be completely  different.    Remember that all items listed on the work plan must be completed, not just the ones until the money is gone. If  the award money is not enough to complete all projects listed, you will need to find other funds to complete the  list. You will not be eligible again until the work plan projects are complete. I would error on the side of slightly less  on your work plan since you can always add to it to expend your funds, but if it is on there, it will be expected to be  completed even if you run out of money.  An increase in project costs will also not be a valid justification as to why  a project is not able to be completed once it is on the work plan.  But also keep in mind we will be evaluating the  work plans to see the value of what is being completed for the money, so don’t go to light in your work plan.    Things to remember when developing your work plan…    1. All work on the work plan must be part of a city, county, or state street.  2. All work must be an improvement for bike, pedestrian, access to transit, or aesthetics (no street  preservation projects).  3. The intention for this money is not to supplement other funds, but to build projects that otherwise  wouldn’t be built.  4. We need to see actual projects get built with this money, not just plans and visions. Therefore, a small  amount of this money can go toward modal plan improvements, priority plans, etc (not full ADA transition  plans), but it should be limited.   5. All funds must be spent within 3 years from the award date (I believe it will be on or around March  22nd)…so plan for projects that will be complete by March of 2022.    I will need your absolute final signed work plans (one for each funding amount) no later than February 14th.  I need  to turn them in by February 15th.  Between now and February 14th, you can call or e‐mail draft work plans or ideas  to me and we can go through your thoughts and ideas.   Please plan accordingly if you will need counsel approval  so you can be sure to meet the deadline.    Thanks,    Greg Armstrong  PO Box 40901  Olympia, WA 98504‐0901  Phone: (360) 586‐1142  Fax: (360) 586‐1165  Website: www.tib.wa.gov