HomeMy WebLinkAbout05-13-24 Council WorkshopSPECIAL 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 Don Vanney
PLEDGE OF ALLEGIANCE
ROLL CALL
Mayor Don Vanney – Wendy
APPROVAL OF THE AGENDA
Mayor Pro Tem Michele Blythe
INTRODUCTION OF SPECIAL GUESTS AND PRESENTATIONS
PROCLAMATIONS
Apraxia Awareness Month ATTACHMENT A
Mayor Don Vanney
National Police Week ATTACHMENT B
Councilmember Rob Toyer
Older Americans Month ATTACHMENT C
Mayor Pro Tem Michele Blythe
WORKSHOP ITEMS – NO FINAL ACTION WILL BE TAKEN
1. Retreat Follow-Up, 10 Year Financial Model ATTACHMENT D
Staff Presentation: Paul Ellis
2. PSA with Century West Engineering Airport Master Plan Project ATTACHMENT E
Staff Presentation: Lorene Robinson
Council Liaison: Yvonne Gallardo-Van Ornam
3. Resolution WSDOT Grant, Airport Master Plan ATTACHMENT F
Staff Presentation: Lorene Robinson
Council Liaison: Yvonne Gallardo-Van Ornam
4. Resolution for WSDOT Grant, Perimeter Fencing Improvements ATTACHMENT G
Staff Presentation: Lorene Robinson
Council Liaison: Rob Toyer
Arlington City Council Workshop
Monday, May 13, 2024 at 6:00 pm
City Council Chambers – 110 E 3rd 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.
5. Resolution for WSDOT Grant, Taxiway Alpha Improvements Project ATTACHMENT H
Staff Presentation: Lorene Robinson
Council Liaison: Rob Toyer
6. Airport Fiber Installation Project ATTACHMENT I
Staff Presentation: Monroe Whitman
Council Liaison: Leisha Nobach
7. Fee Resolution for Airport Gate Proximity Cards ATTACHMENT J
Staff Presentation: Monroe Whitman
Council Liaison: Leisha Nobach
8. Police Quarterly Report and 2023 Annual Report ATTACHMENT K
Staff Presentation: Jonathan Ventura
9. North County Regional Fire Authority Quarterly Report ATTACHMENT L
Presentation: Dave Kraski
ADMINISTRATOR & STAFF REPORTS
MAYOR’S REPORT
COMMENTS FROM COUNCILMEMBERS/COUNCILMEMBER REPORTS
PUBLIC COMMENT
For members of the public who wish to speak to the Council. Please limit your remarks to three minutes.
REVIEW OF CONSENT AGENDA ITEMS FOR NEXT MEETING
EXECUTIVE SESSION
RECONVENE
ADJOURNMENT
Mayor Pro Tem Michele Blythe / Mayor Don Vanney
PROCLAMATION
Apraxia Awareness Day WHEREAS, May 14, 2024, marks Childhood Apraxia of Speech Day, during which awareness will be raised throughout the nation about childhood apraxia of speech, an extremely challenging speech disorder that affects 1-in-1,000 children; and WHEREAS, childhood apraxia of speech (CAS) causes children to have signi�icant dif�iculty learning to speak and is among the most severe speech de�icits in children; and WHEREAS, the act of learning to speak comes effortlessly to most children, those with apraxia require early, appropriate, and intensive speech therapy, often for many years to learn to speak; and WHEREAS, without appropriate speech therapy intervention, children with apraxia will have diminished communication skills, but are also placed at high risk for secondary impacts in reading, writing, spelling, and other school-related skills; and WHEREAS, such primary and secondary impacts diminish future independence and employment opportunities and challenge the ability to become productive, contributing citizens if not resolved or improved; and WHEREAS, public awareness about childhood apraxia of speech in Arlington is essential for families of children with this neurological disorder and the professionals who support them to achieve the needed services for those learning to use their own voice; and WHEREAS, our highest respect goes to these children, as well as their families, for their effort, determination, and resilience in the face of such obstacles; NOW, THEREFORE, I, Don Vanney, Mayor of Arlington, Washington, do hereby proclaim May 14, 2024 as Apraxia Awareness Day in Arlington. _____________________________________ May 13, 2024__ Don E. Vanney, Mayor Date
PROCLAMATION
National Police Week To recognize National Police Week 2024, and to honor the service and sacrifice of those law enforcement officers killed in the line of duty while protecting our communities and safeguarding our democracy. WHEREAS, there are more than 800,000 law enforcement officers serving in communities across the United States, including the dedicated members of the Arlington Police Department; WHEREAS, since the first recorded death in 1786, more than 24,067 law enforcement officers in the United States have made the ultimate sacrifice and been killed in the line of duty. WHEREAS, the names of these dedicated public servants are engraved on the walls of the National Law Enforcement Officers Memorial in Washington, DC; WHEREAS, 282 new names of fallen heroes are being added to the National Law Enforcement Officers Memorial this spring, including 118 officers killed in 2023 and 164 officers killed in previous years; WHEREAS, the service and sacrifice of all officers killed in the line of duty will be honored during the National Law Enforcement Officers Memorial Fund’s 36th Candlelight Vigil, on the evening of May 13, 2024; WHEREAS, the Candlelight Vigil is part of National Police Week, which will be observed this year May 10-16; WHEREAS, May 15 is designated as Peace Officers’ Memorial Day, in honor of all fallen officers and their families and U.S. flags should be flown at half-staff; THEREFORE, BE IT RESOLVED that I, Don Vanney, Mayor of Arlington, do hereby proclaim that May 10-16, 2024 will be observed as
National Police Week in the City of Arlington, and publicly salute the service of law enforcement officers in our community and in communities across the nation.
__________________________ May 13, 2024__ Don E. Vanney, Mayor Date
PROCLAMATION
Older Americans Month
Whereas, May is Older Americans Month, a time for us to recognize and honor older
adults and their immense influence on every facet of American society; and
Whereas, through their wealth of life experience and wisdom, older adults guide our
younger generations and carry forward abundant cultural and historical knowledge; and
Whereas, older Americans improve our communities through intergenerational
relationships, community service, civic engagement, and many other activities; and
Whereas, communities benefit when people of all ages, abilities, and backgrounds
have the opportunity to participate and live independently; and
Whereas, Arlington must ensure that older Americans have the resources and
support needed to stay involved in their communities — reflecting our commitment to
inclusivity and connectedness; and
Whereas, this year's theme, "Powered by Connection," emphasizes the profound
impact of meaningful interactions and social connection on the well-being and health of
older adults in our community.
Now, therefore, I, Don Vanney, Mayor of Arlington, do hereby proclaim May 2024 as
Older Americans Month
in the City of Arlington and call upon all residents to join me in recognizing the
contributions of our older citizens and promoting programs and activities that foster
connection, inclusion, and support for older adults.
May 13, 2024
Don Vanney, Mayor Date
City of Arlington
Council Agenda Bill
Item:
WS#1
Attachment
D
COUNCIL MEETING DATE:
May 13, 2024
SUBJECT:
Follow-up from Retreat, 10 Year financial model
ATTACHMENTS:
Presentation material at the workshop
DEPARTMENT OF ORIGIN
Executive Department - Paul Ellis, Finance Department - Kristin Garcia
EXPENDITURES REQUESTED: N/A
BUDGET CATEGORY: N/A
BUDGETED AMOUNT: N/A
LEGAL REVIEW:
DESCRIPTION:
Review of the proposed ten-year financial plan.
HISTORY:
At the City Council Spring Retreat held on March 22 and 23, 2024, the City Council requested an
additional scenario to the ten-year financial plan. Staff needed time to develop the information and
requested it be tabled until a Council Workshop in May.
ALTERNATIVES:
Remand to staff for additional information
RECOMMENDED MOTION:
None
City of Arlington Council Agenda Bill
Item: WS #2 Attachment E
COUNCIL MEETING DATE: May 13, 2024
Professional Services Agreement with Century West Engineering – Airport Master Plan Update & AGIS Project
Professional Services Agreement, Scope, and Fee
Airport; Lorene Robinson, Operations Coordinator 360-403-3472 EXPENDITURES REQUESTED: Amount Not to Exceed $833,334 BUDGET CATEGORY: CIP Fund BUDGETED AMOUNT: LEGAL REVIEW:
Master Plan will provide the City of Arlington with a plan to address the development needs at the airport for a 20-year planning horizon and will develop a program for implementation. Airport staff completed an RFQ for this project. Century West Engineering was selected for the Airport Master Plan Update & AGIS (airspace obstruction survey) Project. Century West Engineering will work in close liaison with the City of Arlington, Planning Advisory Committee, local business, stakeholder groups, the Federal Aviation Administration (FAA), and the Washington State Department of Aviation (WSDOT) to ensure that the plan reflects the airport’s development needs. The Airport Master Plan Update & AGIS Project will cost $833,334. Airport staff applied for grant funding, and it is anticipated that the city will receive 90% of FAA grant funding and 5% in WSDOT grant funding. Airport staff is required by the FAA to complete an Independent Fee Estimate (IFE) for this project, which is currently being completed.
the professional services agreement for the Airport Master Plan Update & AGIS Project with Century West Engineering in the amount not to exceed $833,334 and authorize the Mayor to sign (subject to the IFE being approved by the FAA). I also move to approve the FAA and WSDOT Grant offers subject to grant award for the Airport Master Plan Update & AGIS Project and authorize the Mayor to sign.
PROFESSIONAL SERVICE AGREEMENT 1
PROFESSIONAL SERVICES AGREEMENT
THIS AGREEMENT, is made and entered into in duplicate this 20th day of May, 2024
by and between the CITY OF ARLINGTON, a Washington municipal corporation, hereinafter
referred to as the "CITY" or “OWNER” and, Century West Engineering hereinafter referred to
as the "CONSULTANT".
RECITALS:
WHEREAS, the CITY desires to have certain services and/or tasks performed as set forth
below requiring specialized skills and other supportive capabilities; and
WHEREAS, sufficient CITY resources are not available to provide such services; and
WHEREAS, the CONSULTANT represents that the CONSULTANT is qualified and
possesses sufficient skills and the necessary capabilities, including technical and professional
expertise, where required, to perform the services and/or tasks set forth in this Agreement.
NOW, THEREFORE, in consideration of the terms, conditions, covenants, and
performance contained herein, the parties hereto agree as follows:
1. Scope of Services.
The CONSULTANT shall perform such services and accomplish such tasks, including
the furnishing of all materials and equipment necessary for full performance thereof,
as are identified and designated as CONSULTANT responsibilities throughout this
Agreement and as detailed in Exhibit A, attached hereto and incorporated herein (the
"Project"). CITY has relied upon the qualifications of CONSULTANT in entering into
this Agreement. By execution of this Agreement, CONSULTANT represents it
possesses the ability, skill and resources necessary to perform the work and is familiar
with all applicable current laws, rules and regulations which reasonably relate to the
Scope of Services detailed in Exhibit “A” hereto. CONSULTANT shall exercise the
degree of skill and diligence normally employed by professional consultants engaged
in the same profession, and performing the same or similar services at the time such
services are performed. CONSULTANT will be responsible for the technical accuracy
of its services and documents resulting therefrom, and CITY shall not be responsible
for discovering deficiencies therein. CONSULTANT agrees to correct any deficiencies
discovered without additional compensation, except to the extent such deficiencies
are directly attributable to deficiencies or omissions in City-furnished information.
PROFESSIONAL SERVICE AGREEMENT 2
2. Term.
The contract shall be completed by February 27, 2026, unless sooner terminated
according to the provisions herein.
3. Compensation and Method of Payment.
3.1 Payments for services provided hereunder shall be made following the
performance of such services, unless otherwise permitted by law and approved
in writing by the CITY.
3.2 No payment shall be made for any service rendered by the CONSULTANT except
for services identified and set forth in this Agreement.
3.3 The CITY shall pay the CONSULTANT for work performed under this Agreement
as follows: CONSULTANT shall submit monthly invoices detailing work performed
and expenses for which reimbursement is sought. CITY shall approve all invoices
before payment is issued. Payment shall occur within thirty (30) days of receipt
and approval of an invoice.
3.4 CITY shall pay CONSULTANT for such services: (check one)
Hourly: $ __________ per hour, plus actual expenses, but not
to exceed a total of $___________ without an amendment to
the contract.
Fixed Sum: A total amount of $XXXXXXX in accordance with the
fee schedule contained in Exhibit B for all work performed and
expenses incurred under this contract. .
Other: An hourly fee plus reimbursement of expenses per the
scope of work attached as Exhibit A, but not to exceed $833,334
for all work performed and expenses incurred under this contract.
4. Reports and Inspections.
4.1 The CONSULTANT at such times and in such forms as the CITY may
require, shall furnish to the CITY such statements, records, reports, data, and
information as the CITY may request pertaining to matters covered by this
Agreement.
4.2 The CONSULTANT shall at any time during normal business hours and as often as
the CITY or State Auditor may deem necessary, make available for examination
all of its records and data with respect to all matters covered, directly or
indirectly, by this Agreement and shall permit the CITY or its designated
authorized representative to audit and inspect other data relating to all matters
covered by this Agreement. The CITY shall receive a copy of all audit reports
made by the agency or firm as to the CONSULTANT'S activities. The CITY may, at
its discretion, conduct an audit at its expense, using its own or outside auditors,
PROFESSIONAL SERVICE AGREEMENT 3
of the CONSULTANT'S activities which relate, directly or indirectly, to this
Agreement.
5. Independent Contractor Relationship.
5.1 The parties intend that an independent CONSULTANT/CITY relationship will be
created by this Agreement. The CITY is interested primarily in the results to be
achieved; subject to paragraphs herein, the implementation of services will lie
solely with the discretion of the CONSULTANT. No agent, employee, servant or
representative of the CONSULTANT shall be deemed to be an employee, agent,
servant or representative of the CITY for any purpose, and the employees of the
CONSULTANT are not entitled to any of the benefits the CITY provides for its
employees. The CONSULTANT will be solely and entirely responsible for its acts
and for the acts of its agents, employees, servants, subcontractors or
representatives during the performance of this Agreement.
5.2 In the performance of the services herein contemplated the CONSULTANT is an
independent contractor with the authority to control and direct the performance
of the details of the work, however, the results of the work contemplated herein
must meet the approval of the CITY and shall be subject to the CITY'S general
rights of inspection and review to secure the satisfactory completion thereof.
6. CONSULTANT Employees/agents
The CITY may at its sole discretion require the CONSULTANT to remove any employee,
agent or servant from employment on this Project. The CONSULTANT may however
employ that (those) individual(s) on other non-CITY related projects.
7. Hold Harmless/Indemnification.
7.1 CONSULTANT shall indemnify and hold the CITY, its officers, officials, employees
and volunteers 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,
except for injuries and damages caused by the negligence of the CITY.
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
PROFESSIONAL SERVICE AGREEMENT 4
survive the expiration or termination of this Agreement, though no
indemnification claim shall lie after any applicable underlying limitation of
action(s) has run.
8. Insurance. The CONSULANT shall procure and maintain for the duration of the
Agreement, insurance against claims for injuries to persons or damage to property
which may arise from or in connection with the performance of the work hereunder by
the CONSULTANT, its agents, representatives, or employees.
8.1 Insurance Term. The CONSULTANT shall procure and maintain for the
duration of the Agreement, insurance against claims for injuries to persons or
damage to property which may arise from or in connection with the
performance of the work hereunder by the CONSULTANT, its agents,
representatives, or employees.
8.2 No Limitation. The CONSULTANT’s maintenance of insurance as required by
the Agreement shall not be construed to limit the liability of the CONSULTANT to
the coverage provided by such insurance, or otherwise limit the CITY’s recourse
to any remedy available at law or in equity.
8.3 Minimum Scope of Insurance. The CONSULTANT shall obtain insurance of
the types and coverage described below:
a. Automobile Liability insurance covering all owned, non-owned, hired and
leased vehicles. Coverage shall be as least as broad as Insurance Services
Office (ISO) form CA 00 01.
b. Commercial General Liability insurance shall be at least as broad as ISO
occurrence form CG 00 01 and shall cover liability arising from premises,
operations, stop-gap independent contractors and personal injury and
advertising injury. The CITY shall be named as an additional insured under
the CONSULTANT’s Commercial General Liability insurance policy with
respect to the work performed for the CITY using an additional insured
endorsement at least as broad as ISO CG 20 26.
c. Workers’ Compensation coverage as required by the Industrial Insurance
laws of the State of Washington.
d. Professional Liability insurance appropriate to the CONSULTANT’s profession.
8.4 Minimum Amounts of Insurance. The CONSULTANT shall maintain the
following insurance limits:
PROFESSIONAL SERVICE AGREEMENT 5
a. Automobile Liability insurance with a minimum combined single limit for
bodily injury and property damage of $1,000,000 per accident.
b. Commercial General Liability insurance shall be written with limits no less
than $1,000,000 each occurrence, $2,000,000 general aggregate.
c. Professional Liability insurance shall be written with limits no less than
$1,000,000 per claim and $1,000,000 policy aggregate limit.
8.5 Other Insurance Provision. The CONSULTANT’s Automobile Liability and
Commercial General Liability insurance policies are to contain, or be endorsed to
contain that they shall be primary insurance as respect the CITY. Any insurance,
self-insurance, or self-insured pool coverage maintained by the CITY shall be
excess of the CONSULTANT’s insurance and shall not contribute with it.
8.6 Acceptability of Insurers. Insurance is to be placed with insurers with a
current A.M. Best rating of not less than A:V.
8.7 Verification of Coverage. The CONSULTANT shall furnish the CITY with
original certificates and a copy of the amendatory endorsements, including but
not necessarily limited to the additional insured endorsement, evidencing the
insurance requirements of the CONSULTANT before commencement of the
work.
8.8 Notice of Cancellation. The CONSULTANT shall provide the CITY with written
notice of any policy cancellation within two business days of their receipt of such
notice.
8.9 Failure to Maintain Insurance. Failure on the part of the CONSULTANT to
maintain the insurance as required shall constitute a material breach of contract,
upon which the CITY may, after giving five business days’ notice to the
CONSULTANT to correct the breach, immediately terminate the contract or, at its
discretion, procure or renew such insurance and pay any and all premiums in
connection therewith, with any sums so expended to be repaid to the CITY on
demand, or at the sole discretion of the CITY, offset against funds due the
CONSULTANT from the CITY.
8.10 CITY Full Availability of CONSULTANT Limits. If the CONSULTANT maintains
higher insurance limits than the minimums shown above, the CITY shall be
insured for the full available limits of Commercial General and Excess or
Umbrella liability maintained by the CONSULTANT, irrespective of whether such
PROFESSIONAL SERVICE AGREEMENT 6
limits maintained by the CONSULTANT are greater than those required by this
contract or whether any certificate of insurance furnished to the CITY evidences
limits of liability lower than those maintained by the CONSULTANT.
9. Treatment of Assets. Title to all property furnished by the CITY shall remain in the name
of the CITY and the CITY shall become the owner of the work product and other
documents, if any, prepared by the CONSULTANT pursuant to this Agreement.
10. Compliance with Law/FAA Requirements.
10.1 The CONSULTANT, in the performance of this Agreement, shall comply with all
applicable federal, state or local laws and ordinances, including regulations for
licensing, certification and operation of facilities, programs and accreditation,
and licensing of individuals, and any other standards or criteria as described in
this Agreement to assure quality of services.
10.2 The CONSULTANT specifically agrees to pay any applicable business and
occupation (B & O) taxes which may be due on account of this Agreement.
10.3 Access to Records and Reports. The CONSULTANT must maintain an acceptable
cost accounting system. The CONSULTANT agrees to provide the sponsor, the
Federal Aviation Administration, and the Comptroller General of the United
States oir duly authorized representatives, access to any books, documents,
papers, and records of the CONSULTANT which are directly pertinent to the
specific contract for the purpose of making audit, examination, excerpts and
transcriptions. The CONSULTANT agrees to maintain all books, records and
reports required under this contract for a period of not less than three years
after final payment is made and all pending matters are closed.
10.4 General Civil Rights Provisions. The CONSULTANT agrees to comply with
pertinent statutes, Executive Orders and such rules as are promulgated to ensure
that no person shall, on the grounds of race, creed, color, national origin, sex,
age, or disability be excluded from participating in any activity conducted with or
benefiting from Federal assistance. This provision binds the CONSULTANT and
subtier contractors from the bid solicitation period through the completion of
the contract. This provision is in addition to that required of Title VI of the Civil
Rights Act of 1964.
10.5 Title VI Solicitation Notice: The CITY, in accordance with the provisions of Title VI
of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and
the Regulations, hereby notifies all bidders that it will affirmatively ensure that
any contract entered into pursuant to this advertisement, disadvantaged
business enterprises will be afforded full and fair opportunity to submit bids in
response to this invitation and will not be discriminated against on the grounds
of race, color, or national origin in consideration for an award.
PROFESSIONAL SERVICE AGREEMENT 7
10.6 Compliance with Nondiscrimination Requirements. During the performance of
this contract, the CONSULTANT, for itself, its assignees, and successors in interest
(hereinafter referred to as the “CONSULTANT”) agrees as follows:
a. Compliance with Regulations: The CONSULTANT will comply with the
Title VI List of Pertinent Nondiscrimination Acts And Authorities, as
they may be amended from time to time, which are herein
incorporated by reference and made a part of this contract.
b. Non-discrimination: The CONSULTANT, with regard to the work
performed by it during the contract, will not discriminate on the
grounds of race, color, or national origin in the selection and
retention of subcontractors, including procurements of materials and
leases of equipment. The CONSULTANT will not participate directly or
indirectly in the discrimination prohibited by the Nondiscrimination
Acts and Authorities, including employment practices when the
contract covers any activity, project, or program set forth in Appendix
B of 49 CFR part 21.
c. Solicitations for Subcontracts, Including Procurements of Materials
and Equipment: In all solicitations, either by competitive bidding, or
negotiation made by the CONSULTANT for work to be performed
under a subcontract, including procurements of materials, or leases
of equipment, each potential subcontractor or supplier will be
notified by the CONSULTANT of the CONSULTANT’s obligations under
this contract and the Nondiscrimination Acts And Authorities on the
grounds of race, color, or national origin.
d. Information and Reports: The CONSULTANT will provide all
information and reports required by the Acts, the Regulations, and
directives issued pursuant thereto and will permit access to its books,
records, accounts, other sources of information, and its facilities as
may be determined by the sponsor or the Federal Aviation
Administration to be pertinent to ascertain compliance with such
Nondiscrimination Acts And Authorities and instructions. Where any
information required of a CONSULTANT is in the exclusive possession
of another who fails or refuses to furnish the information, the
CONSULTANT will so certify to the sponsor or the Federal Aviation
Administration, as appropriate, and will set forth what efforts it has
made to obtain the information.
e. Sanctions for Noncompliance: In the event of a CONSULTANT’s
noncompliance with the Nondiscrimination provisions of this
contract, the sponsor will impose such contract sanctions as it or the
Federal Aviation Administration may determine to be appropriate,
including, but not limited to:
PROFESSIONAL SERVICE AGREEMENT 8
1. Withholding payments to the CONSULTANT under the
contract until the CONSULTANT complies; and/or
2. Cancelling, terminating, or suspending a contract, in whole or
in part.
f. Incorporation of Provisions: The CONSULTANT will include the
provisions of paragraphs one through six in every subcontract,
including procurements of materials and leases of equipment,
Required Contact Provisions Issued on January 29, 2016 Page 19 AIP
Grants and Obligated Sponsors Airports (ARP) unless exempt by the
Acts, the Regulations and directives issued pursuant thereto. The
CONSULTANT will take action with respect to any subcontract or
procurement as the sponsor or the Federal Aviation Administration
may direct as a means of enforcing such provisions including
sanctions for noncompliance. Provided, that if the CONSULTANT
becomes involved in, or is threatened with litigation by a
subcontractor, or supplier because of such direction, the
CONSULTANT may request the sponsor to enter into any litigation to
protect the interests of the sponsor. In addition, the CONSULTANT
may request the United States to enter into the litigation to protect
the interests of the United States.
10.7 Applicable Nondiscrimination Statutes. During the performance of this contract,
the CONSULTANT, for itself, its assignees, and successors in interest (hereinafter
referred to as the “CONSULTANT”) agrees to comply with the following
nondiscrimination statutes and authorities; including but not limited to:
• Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252),
(prohibits discrimination on the basis of race, color, national origin);
• 49 CFR part 21 (Non-discrimination In Federally-Assisted Programs of The
Department of Transportation—Effectuation of Title VI of The Civil Rights
Act of 1964);
• The Uniform Relocation Assistance and Real Property Acquisition Policies Act
of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons
displaced or whose property has been acquired because of Federal or
Federal-aid programs and projects);
• Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as
amended, (prohibits discrimination on the basis of disability); and 49 CFR
part 27;
• The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.),
(prohibits discrimination on the basis of age);
• Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123),
as amended, (prohibits discrimination based on race, creed, color,
national origin, or sex);
PROFESSIONAL SERVICE AGREEMENT 9
• The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope,
coverage and applicability of Title VI of the Civil Rights Act of 1964, The
Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act
of 1973, by expanding the definition of the terms “programs or activities”
to include all of the programs or activities of the Federal-aid recipients,
subrecipients and contractors, whether such programs or activities are
Federally funded or not);
• Titles II and III of the Americans with Disabilities Act of 1990, which prohibit
discrimination on the basis of disability in the operation of public entities,
public and private transportation systems, places of public
accommodation, and certain testing entities (42 U.S.C. §§ 12131 – 12189)
as implemented by Department of Transportation regulations at 49 CFR
parts 37 and 38;
• The Federal Aviation Administration’s Non-discrimination statute (49 U.S.C. §
47123) (prohibits discrimination on the basis of race, color, national
origin, and sex);
• Executive Order 12898, Federal Actions to Address Environmental Justice in
Minority Populations and Low-Income Populations, which ensures non-
discrimination against minority populations by discouraging programs,
policies, and activities with disproportionately high and adverse human
health or environmental effects on minority and low-income populations;
• Executive Order 13166, Improving Access to Services for Persons with Limited
English Proficiency, and resulting agency guidance, national origin
discrimination includes discrimination because of limited English
proficiency (LEP). To ensure compliance with Title VI, you must take
reasonable steps to ensure that LEP persons have meaningful access to
your programs (70 Fed. Reg. at 74087 to 74100);
• Title IX of the Education Amendments of 1972, as amended, which prohibits
you from discriminating because of sex in education programs or
activities (20 U.S.C. 1681 et seq).
10.8 Texting While Driving. In accordance with Executive Order 13513, "Federal
Leadership on Reducing Text Messaging While Driving" (10/1/2009) and DOT Order
3902.10 “Text Messaging While Driving” (12/30/2009), the FAA encourages recipients of
Federal grant funds to adopt and enforce safety policies that decrease crashes
by distracted drivers, including policies to ban text messaging while driving when
performing work related to a grant or sub-grant.
In support of this initiative, the Owner encourages the CONSULTANT to promote policies
and initiatives for its employees and other work personnel that decrease crashes by
distracted drivers, including policies that ban text messaging while driving motor
vehicles while performing work activities associated with the project. The CONSULTANT
PROFESSIONAL SERVICE AGREEMENT 10
must include the substance of this clause in all sub-tier contracts exceeding $3,500 and
involve driving a motor vehicle in performance of work activities associated with the
project.
10.9 Energy Conservation Requirements. CONSULTANT and its subcontractors agree
to comply with mandatory standards and policies relating to energy efficiency as
contained in the state energy conservation plan issued in compliance with the Energy
Policy and Conservation Act (42 U.S.C. 6201et seq).
10.10 Federal Fair Labor Standards Act. All contracts and subcontracts that result from
this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal
Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text.
The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards
for full and part time workers. The CONSULTANT has full responsibility to monitor
compliance to the referenced statute or regulation. The CONSULTANT must address any
claims or disputes that arise from this requirement directly with the U.S. Department of
Labor – Wage and Hour Division.
10.11 Occupational Safety and Health Act of 1970. All contracts and subcontracts that
result from this solicitation incorporate by reference the requirements of 29 CFR Part
1910 with the same force and effect as if given in full text. CONSULTANT must provide a
work environment that is free from recognized hazards that may cause death or serious
physical harm to the employee. The CONSULTANT retains full responsibility to monitor
its compliance and their subcontractor’s compliance with the applicable requirements
of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). CONSULTANT
must address any claims or disputes that pertain to a referenced requirement directly
with the U.S. Department of Labor – Occupational Safety and Health Administration.
10.12 Trade Restriction Certification. By submission of an offer, the CONSULTANT
certifies that with respect to this solicitation and any resultant contract, the
CONSULTANT -
a. is not owned or controlled by one or more citizens of a foreign country
included in the list of countries that discriminate against U.S. firms as published
by the Office of the United States Trade Representative (U.S.T.R.);
b. has not knowingly entered into any contract or subcontract for this project
with a person that is a citizen or national of a foreign country included on the list
of countries that discriminate against U.S. firms as published by the U.S.T.R; and
c. has not entered into any subcontract for any product to be used on the
Federal on the project that is produced in a foreign country included on the list
of countries that discriminate against U.S. firms published by the U.S.T.R.
This certification concerns a matter within the jurisdiction of an agency of the United
States of America and the making of a false, fictitious, or fraudulent certification may
PROFESSIONAL SERVICE AGREEMENT 11
render the maker subject to prosecution under Title 18, United States Code, Section
1001.
The CONSULTANT must provide immediate written notice to the Owner if the
CONSULTANT learns that its certification or that of a subcontractor was erroneous when
submitted or has become erroneous by reason of changed circumstances. The
CONSULTANT must require subcontractors provide immediate written notice to the
CONSULTANT if at any time it learns that its certification was erroneous by reason of
changed circumstances.
Unless the restrictions of this clause are waived by the Secretary of Transportation in
accordance with 49 CFR 30.17, no contract shall be awarded to a CONSULTANT or
subcontractor:
(1) who is owned or controlled by one or more citizens or nationals of a foreign
country included on the list of countries that discriminate against U.S. firms
published by the U.S.T.R. or
(2) whose subcontractors are owned or controlled by one or more citizens or
nationals of a foreign country on such U.S.T.R. list or
(3) who incorporates in the public works project any product of a foreign country
on such U.S.T.R. list;
Nothing contained in the foregoing shall be construed to require establishment of a
system of records in order to render, in good faith, the certification required by this
provision. The knowledge and information of CONSULTANT is not required to exceed
that which is normally possessed by a prudent person in the ordinary course of business
dealings.
The CONSULTANT agrees that it will incorporate this provision for certification without
modification in in all lower tier subcontracts. The CONSULTANT may rely on the
certification of a prospective subcontractor that it is not a firm from a foreign country
included on the list of countries that discriminate against U.S. firms as published by
U.S.T.R, unless the CONSULTANT has knowledge that the certification is erroneous.
This certification is a material representation of fact upon which reliance was placed
when making an award. If it is later determined that the CONSULTANT or subcontractor
knowingly rendered an erroneous certification, the Federal Aviation Administration may
direct through the Owner cancellation of the contract or subcontract for default at no
cost to the Owner or the FAA.
10.13 Veteran’s Preference. In the employment of labor (excluding executive,
administrative, and supervisory positions), the CONSULTANT and all sub-tier contractors
must give preference to covered veterans as defined within Title 49 United States Code
Section 47112. Covered veterans include Vietnam-era veterans, Persian Gulf veterans,
Afghanistan-Iraq war veterans, disabled veterans, and small business concerns (as
PROFESSIONAL SERVICE AGREEMENT 12
defined by 15 U.S.C. 632) owned and controlled by disabled veterans. This preference
only applies when there are covered veterans readily available and qualified to perform
the work to which the employment relates.
10.14 Certification Regarding Lobbying. The CONSULTANT certifies by signing and
submitting this agreement, to the best of his or her knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf
of the CONSULTANT, to any person for influencing or attempting to influence an
officer or employee of an agency, a Member of Congress, an officer or employee
of Congress, or an employee of a Member of Congress in connection with the
awarding of any Federal contract, the making of any Federal grant, the making of
any Federal loan, the entering into of any cooperative agreement, and the
extension, continuation, renewal, amendment, or modification of any Federal
contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be
paid to any person for influencing or attempting to influence an officer or
employee of any agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection with this
Federal contract, grant, loan, or cooperative agreement, the undersigned shall
complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,”
in accordance with its instructions.
(3) The undersigned shall require that the language of this certification be
included in the award documents for all sub-awards at all tiers (including
subcontracts, sub-grants, and contracts under grants, loans, and cooperative
agreements) and that all sub-recipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed
when this transaction was made or entered into. Submission of this certification is a
prerequisite for making or entering into this transaction imposed by section 1352, title
31, U.S. Code. Any person who fails to file the required certification shall be subject to a
civil penalty of not less than $10,000 and not more than $100,000 for each such failure.
10.15 Clean Air and Water Pollution Control. CONSULTANT agrees to comply with all
applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42
U.S.C. § 740-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C.
§ 1251-1387). The CONSULTANT agrees to report any violation to the Owner
immediately upon discovery. The Owner assumes responsibility for notifying the
Environmental Protection Agency (EPA) and the Federal Aviation Administration.
CONSULTANT must include this requirement in all subcontracts that exceeds $150,000.
PROFESSIONAL SERVICE AGREEMENT 13
10.16 Certification of CONSULTANT regarding Debarment. The CONSULTANT certifies
that neither it nor its principals are presently debarred or suspended by any Federal
department or agency from participation in this transaction.
10.17 Certification of CONSULTANT regarding Tax Delinquency and Felony Convictions
1) CONSULTANT represents that it is not a corporation that has any unpaid
Federal tax liability that has been assessed, for which all judicial and administrative
remedies have been exhausted or have lapsed, and that is not being paid in a timely
manner pursuant to an agreement with the authority responsible for collecting the tax
liability.
2) The CONSULTANT represents that it is not a corporation that was
convicted of a criminal violation under any Federal law within the preceding 24 months.
10.18 Disadvantaged Business Enterprises Provisions. CONSULTANT shall not
discriminate on the basis of race, color, national origin, or sex in the performance of this
contract. The CONSULTANT shall carry out applicable requirements of 49 CFR part 26 in
the award and administration of Department of Transportation-assisted contracts.
Failure by the Contractor to carry out these requirements is a material breach of this
contract, which may result in the termination of this contract or such other remedy as
the Owner deems appropriate, which may include, but is not limited to:
1) Withholding monthly progress payments;
2) Assessing sanctions;
3) Liquidated damages; and/or
4) Disqualifying the Contractor from future bidding as non-responsible.
10.19 Compliance with Applicable Federal Laws and Regulations.
Contractor agrees to comply with all other applicable federal laws and regulations governing the
provision of professional services on federally funded projects, including but not limited to the Federal
Acquisition Regulation (FAR), 48 CFR , Competition in Contracting Act (CICA), Brooks Act, Federal
Acquisition Streamlining Act (FASA), Service Contract Act (SCA), Anti-Kickback Act, False Claims Act
(FCA), and any agency-specific regulations applicable to the project. Contractor further agrees to adhere
to ethical standards and guidelines set forth by the contracting agency and to refrain from engaging in
any conduct that would violate federal law or compromise the integrity of the procurement process.
Contractor acknowledges that failure to comply with these requirements may result in termination of
the contract and/or other remedies available to the contracting agency, including but not limited to
suspension or debarment from future government contracts.
11. Breach of Contract. Any violation or breach of terms of this contract on the part
of the contractor or its subcontractors may result in the suspension or termination of this
contract or such other action that may be necessary to enforce the rights of the parties of this
agreement.
PROFESSIONAL SERVICE AGREEMENT 14
Owner will provide CONSULTANT written notice that describes the nature of the breach
and corrective actions the CONSULTANT must undertake in order to avoid termination of the
contract. Owner reserves the right to withhold payments to CONSULTANT until such time the
CONSULTANT corrects the breach or the Owner elects to terminate the contract. The Owner’s
notice will identify a specific date by which the CONSULTANT must correct the breach. Owner
may proceed with termination of the contract if the CONSULTANT fails to correct the breach by
deadline indicated in the Owner’s notice.
The duties and obligations imposed by the Contract Documents and the rights and
remedies available thereunder are in addition to, and not a limitation of, any duties,
obligations, rights and remedies otherwise imposed or available by law.
12. Assignment/subcontracting.
12.1 The CONSULTANT shall not assign its performance under this Agreement or any
portion of this Agreement without the written consent of the
CITY, and it is further agreed that said consent must be sought in writing by the
CONSULTANT not less than thirty (30) days prior to the date of any proposed
assignment. The CITY reserves the right to reject without cause any such
assignment.
12.2 Any work or services assigned hereunder shall be subject to each provision of
this Agreement and proper bidding procedures where applicable as set forth in
local, state and/or federal statutes, ordinances and guidelines.
12.3 Any technical/professional service subcontract not listed in this Agreement, must
have express advance approval by the CITY.
13. Changes.
Either party may request changes to the scope of services and performance to be provided
hereunder, however, no change or addition to this Agreement shall be valid or binding upon
either party unless such change or addition be in writing and signed by both parties. Such
amendments shall be attached to and made part of this Agreement.
14. Maintenance and Inspection of Records.
14.1 The CONSULTANT shall maintain books, records and documents, which
sufficiently and properly reflect all direct and indirect costs related to the
performance of this Agreement and shall maintain such accounting procedures
and practices as may be necessary to assure proper accounting of all funds paid
pursuant to this Agreement. These records shall be subject at all reasonable
times to inspection, review, or audit, by the CITY, its authorized representative,
the State Auditor, or other governmental officials authorized by law to monitor
this Agreement.
PROFESSIONAL SERVICE AGREEMENT 15
14.2 The CONSULTANT shall retain all books, records, documents and other material
relevant to this agreement, for six (6) years after its expiration. The
CONSULTANT agrees that the CITY or its designee shall have full access
and right to examine any of said materials at all reasonable times during said
period.
15. Other Provisions.
If changes in state law necessitate that services hereunder be expanded, the parties shall
negotiate an appropriate amendment. If after thirty (30) days of negotiation, agreement can
not be reached, this Agreement may be terminated by the CITY no sooner than sixty (60) days
thereafter.
16. Termination.
16.1 Termination for Convenience.
a. The Owner may, by written notice to the CONSULTANT, terminate
this Agreement for its convenience and without cause or default on
the part of CONSULTANT. Upon receipt of the notice of termination,
except as explicitly directed by the Owner, the Contractor must
immediately discontinue all services affected.
b. Upon termination of the Agreement, the CONSULTANT must deliver
to the Owner all data, surveys, models, drawings, specifications,
reports, maps, photographs, estimates, summaries, and other
documents and materials prepared by the Engineer under this
contract, whether complete or partially complete.
c. Owner agrees to make just and equitable compensation to the
CONSULTANT for satisfactory work completed up through the date
the CONSULTANT receives the termination notice. Compensation will
not include anticipated profit on non-performed services.
d. Owner further agrees to hold CONSULTANT harmless for errors or
omissions in documents that are incomplete as a result of the
termination action under this clause.
16.2 Termination for Cause. Either party may terminate this Agreement for
cause if the other party fails to fulfill its obligations that are essential to the
completion of the work per the terms and conditions of the Agreement. The
party initiating the termination action must allow the breaching party an
opportunity to dispute or cure the breach.
The terminating party must provide the breaching party [7] days advance written
notice of its intent to terminate the Agreement. The notice must specify the
nature and extent of the breach, the conditions necessary to cure the breach,
and the effective date of the termination action. The rights and remedies in this
PROFESSIONAL SERVICE AGREEMENT 16
clause are in addition to any other rights and remedies provided by law or under
this agreement.
a) Termination by Owner: The Owner may terminate this Agreement in whole or
in part, for the failure of the CONSULTANT to:
1. Perform the services within the time specified in this contract or by
Owner approved extension;
2. Make adequate progress so as to endanger satisfactory performance
of the Project;
3. Fulfill the obligations of the Agreement that are essential to the
completion of the Project.
Upon receipt of the notice of termination, the CONSULTANT must immediately
discontinue all services affected unless the notice directs otherwise. Upon
termination of the Agreement, the CONSULTANT must deliver to the Owner all
data, surveys, models, drawings, specifications, reports, maps, photographs,
estimates, summaries, and other documents and materials prepared by the
Engineer under this contract, whether complete or partially complete.
Owner agrees to make just and equitable compensation to the CONSULTANT for
satisfactory work completed up through the date the CONSULTANT receives the
termination notice. Compensation will not include anticipated profit on non-
performed services.
Owner further agrees to hold CONSULTANT harmless for errors or omissions in
documents that are incomplete as a result of the termination action under this
clause.
If, after finalization of the termination action, the Owner determines the
CONSULTANT was not in default of the Agreement, the rights and obligations of
the parties shall be the same as if the Owner issued the termination for the
convenience of the Owner.
b) Termination by CONSULTANT: The CONSULTANT may terminate this
Agreement in whole or in part, if the Owner:
1. Defaults on its obligations under this Agreement;
2. Fails to make payment to the CONSULTANT in accordance with the
terms of this Agreement;
3. Suspends the Project for more than 180 days due to reasons beyond
the control of the CONSULTANT.
Upon receipt of a notice of termination from the CONSULTANT, Owner agrees to
cooperate with CONSULTANT for the purpose of terminating the agreement or
PROFESSIONAL SERVICE AGREEMENT 17
portion thereof, by mutual consent. If Owner and CONSULTANT cannot reach
mutual agreement on the termination settlement, the CONSULTANT may,
without prejudice to any rights and remedies it may have, proceed with
terminating all or parts of this Agreement based upon the Owner’s breach of the
contract.
In the event of termination due to Owner breach, the Engineer is entitled to
invoice Owner and to receive full payment for all services performed or furnished
in accordance with this Agreement and all justified reimbursable expenses
incurred by the CONSULTANT through the effective date of termination action.
Owner agrees to hold CONSULTANT harmless for errors or omissions in
documents that are incomplete as a result of the termination action under this
clause.
17. Notice.
Notice provided for in this Agreement shall be sent by certified mail to the addresses
designated for the parties on the last page of this Agreement.
18. Attorneys Fees and Costs.
If any legal proceeding is brought for the enforcement of this Agreement, or because of a
dispute, breach, default, or misrepresentation in connection with any of the provisions of this
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
PROFESSIONAL SERVICE AGREEMENT 18
shall be deemed inoperative and null and void insofar as it may be in conflict
therewith, and shall be deemed modified to conform to such statutory
provisions.
21. Entire Agreement.
The parties agree that this Agreement is the complete expression of the terms hereto and any
oral representations or understandings not incorporated herein are excluded. Further, any
modification of this Agreement shall be in writing and signed by both parties. Failure to comply
with any of the provisions stated herein shall constitute material breach of contract and cause
for termination. Both parties recognize time is of the essence in the performance of the
provisions of this Agreement. It is also agreed by the parties that the forgiveness of the
nonperformance of any provision of this Agreement does not constitute a waiver of the
provisions of this Agreement.
IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed the day
and year first hereinabove written.
CITY OF ARLINGTON CONSULTANT:
Century West Engineering
______________________________ ____________________________
Don E. Vanney, Mayor
Attest:
________________________________
Wendy Van Der Meersche, City Clerk
1 | P a g e
03.01.2024
SCOPE OF WORK
ARLINGTON MUNICIPAL AIRPORT
2024-2044 AIRPORT MASTER PLAN & AGIS
FAA AIP Grant Number: 3-XX-0XXX-0XX-2024
PROJECT INTENT
The City of Arlington (Sponsor) intends to develop a 2024-2044 Airport Master Plan to update the 2012
Airport Master Plan for Arlington Municipal Airport (AWO). The Master Plan will provide the City of
Arlington with a plan to address the development needs at the airport for a 20-year planning horizon
(2024-2044) and will develop a program for implementation within known funding constraints. Century
West Engineering (Consultant) has been retained by the Sponsor to accomplish the Master Plan. The
Consultant will work in close liaison with the City of Arlington and AWO staff, including the Airport
Director, a Planning Advisory Committee, local business and stakeholder groups, the Federal Aviation
Administration (FAA) and the Washington State Department of Aviation (WSDOT) to ensure that the
plan truly reflects the airport’s development needs.
The Sponsor has provided specific direction regarding the elements to be included in the master plan
to address the current and future needs at the airport. The following work program describes the
effort required to successfully complete the Master Plan for Arlington Municipal Airport within the FAA
framework and including additional scope items identified by the City for the development of airport
master planning documents.
This project will provide the City of Arlington with an updated 2024-2044 Airport Master Plan and
revised Airport Layout Plan (ALP) drawings. An updated Airport Capital Improvement Program (ACIP)
will provide the Sponsor with a method and proposed schedule for addressing future facility needs
through use of FAA Airport Improvement Program (AIP) grants and other available funding sources.
The project will address and/or update the basic tasks and work elements as outlined in FAA Advisory
Circulars 150/5070-6B, Airport Master Plans and 150/5300-13B Airport Design. The most current FAA
Northwest Region Airport Layout Plan Checklist will be prepared and submitted with the draft airport
layout plan drawing set.
KEY ITEMS TO BE ADDRESSED IN THIS AMP UPDATE
1. RPZ Analysis – RWY 34 (Existing 172nd Street NE & Proposed Road)
2. AGIS Survey – Two Runways (RWY 16/34 – NPI & RWY 11/29 – VIS)
3. Air Traffic Control Tower (ATCT) Siting Analysis
a. Class D Airspace Review
4. Exhibit A – Meet SOP 3.0 Checklist (Includes property boundary survey and title search)
5. Vertiport Analysis
2 | P a g e
6. Advanced Air Mobility (AAM) Planning
a. Forecasted growth in AAM during the 20-year planning period
b. Facility Improvements
c. Alternatives – Siting of AAM Facilities
d. Flight Corridor & Routing Planning
7. Planning for design aircraft upgrade (B-II existing & potential upgrade to C-II or design group III)
8. Emerging Technologies & Advancement of Sustainable Aviation Fuels
9. Airport Sustainability Planning
a. Solid Waste & Recycling Planning
b. Foreign Trade Zone (FTZ)
c. Utility Improvements including Solar
d. Sustainable Aviation Fuels (SAF)
10. Special Operations & Safety Review
a. Ultralight Operations
b. Glider Operations
ELEMENTS OF THE MASTER PLAN
The master plan update includes the following major work elements:
Element 1 – Study Initiation and Project Management
Element 2 – Public Involvement Process
Element 3 – AGIS Survey
Element 4 – Existing Conditions Analysis
Element 5 – Aviation Activity Forecasts
Element 6 – Facility Requirements
Element 7 – Alternatives Analysis
Element 8 – Capital Improvement Plan (CIP)
Element 9 – ALP Drawing Set
Element 10 – Airport Sustainability Planning
Element 11 – Reports and Documentation
Completion of the work elements in the Master Plan should result in:
1. A comprehensive understanding of the issues and opportunities, existing conditions, and an
identified level of future aviation activity that would mandate facility improvements required to
satisfy future demand.
2. A collaborative exploration of local Airport needs, goals, and facility requirements in sequence
with the development of community generated ideas, solutions, and development alternatives.
3 | P a g e
3. An implementation program with recommended strategies and actions for future land use,
transportation, and environmental requirements; a realistic and workable CIP; and current ALP
drawings that graphically depict existing conditions at the airport as well as potential future
proposed development projects.
4. A corresponding narrative report.
ELEMENT 1 – STUDY INITIATION AND PROJECT MANAGEMENT
Task 1.1 - Refine Scope of Work, Fee, and Schedule
Century West will develop a detailed scope of work, fee based on approved scope, and project
schedule, including approach and level of effort, to be made a part of the project contract fee
negotiations. A detailed task-by-task itemization of the project fee and schedule will be provided.
Century West will also develop subconsultant teams for applicable work for the review and approval of
the City of Arlington.
Three (3) meetings averaging 1 hour will be held with the Consultant team (3 prime consultants and 1
sub consultant), the City and FAA staff to prepare and review the scope of work.
Product: The final scope of work, which will also be used for an independent fee estimate for the project
for use in contract negotiations. A breakdown of project costs for each work element will be provided.
Three one-hour meetings will be conducted with the Consultant team.
Task 1.2 - Coordination and Control/Project Administration
The City of Arlington will manage, through its consultant, the administrative grant and fiscal aspects of
the project. Additional responsibilities include consultant/airport coordination, facilitation of meetings,
timely product review and supply of existing plans, report and electronic files relating to the airport
layout, land use, property ownership, approaches, pavement and facility conditions, and previous
planning studies and current development desires.
It is anticipated that the Consultant team leaders and the City’s key staff will function as a work group
that will facilitate all elements of the project. The Consultant will establish a schedule of bi-weekly
project meetings (estimated 38 teleconferences, assume 2 per month for 18- months, averaging 1
hour or less) for the work group (3 prime consultants, 1 sub consultant), with an open invitation to the
FAA and WSDOT to participate on an as-needed basis. The purpose of the meetings is to provide
regular updates on study progress and to provide an opportunity to discuss and address issues that
arise during the project. This coordination is intended to follow the overall project schedule. However,
the need for additional (continued) coordination has become increasingly important as project review
by FAA has required additional time. We have a commitment to our clients to maintain coordination
through the completion of the project, regardless of original project schedule.
Product: Estimated 38 bi-weekly teleconferences planned for 1 hour each.
Meeting Attendance: 3 prime consultants and 1 subconsultant for each meeting.
4 | P a g e
Task 1.3 – Grant Administration – Reporting & Closeout
The Consultant will complete FAA Quarterly Performance Reports through the duration of the project.
In addition, the Consultant will assist the City in completing the project closeout forms and required
reporting. The Consultant will also assist in preparing the annual DBE reporting.
Product: FAA Quarterly Performance Reports, Annual DBE Reports, and Project Closeout Forms.
ELEMENT 2 – PUBLIC INVOLVEMENT PROCESS
A comprehensive and engaging public involvement process will be a key ingredient for a successful
Master Plan update. The public involvement process element presents the tasks required to develop a
collaborative public involvement and master planning process that develops understanding, explores
solutions, and provides a realistic and achievable implementation plan.
Task 2.1 – Stakeholder Coordination
Effective coordination with local and regional jurisdictions and state and federal agencies is a critical
element in the success of any long-term planning process. Agency coordination will be initiated at the
earliest stages of the project and maintained throughout to provide effective lines of communication.
Sub-task 2.1.1 – Prepare List of Agency Stakeholders
The Consultant will work closely with the Airport Director and City staff at the outset of the
project to create a comprehensive list of agency stakeholders with their respective areas of
interest/responsibility identified. A list of non-agency stakeholders will also be created, which
will include established at-risk populations.
Product: Agency stakeholder list to be utilized for project coordination and document
distribution.
Sub-task 2.1.2 – Identify Planning Advisory Committee (PAC) Members
The Consultant will work closely with the Airport Director and City staff at the outset of the
project to create a PAC with approximately 5-10 subject matter experts. The PAC will be
assembled to provide input and allow for public dissemination of data. In addition to the
membership composition and number noted above, representatives from the FAA Seattle
Airports District Office (ADO) and WSDOT will serve as ex officio members of the PAC.
Product: A developed PAC contact list comprised of selected PAC members.
Sub-task 2.1.3 – City Staff Coordination
The Consultant will coordinate with the Airport Director in conjunction with project meetings
and/or public hearings to brief staff on project progress to prepare staff for Council updates or
reports to Councilors. The Consultant should work with City Staff to ensure all project related
information, timelines, and materials for timely posting and publication.
5 | P a g e
Product: 38 teleconference meetings with the City of Arlington staff concurrent with Task 1.2.
5 (five) one-hour coordination meetings with City of Arlington Staff prior to PAC meetings.
Task 2.2 – Planning Advisory Committee (PAC) Meetings
Up to five (5) PAC meetings will be held during the course of the study. Draft materials or any relevant
content required for the meeting will be electronically distributed by the Consultant at least 1 week in
advance of the meetings to allow ample time for review. The Consultant will be responsible for
conducting the meetings, reviewing the scope of the project, presenting the findings and
recommendations of the plan and program, preparing written meeting summaries, and responding to
any technical and professional questions and concerns. The Consultant will prepare any supplemental
handouts or presentation graphics needed for the meetings.
Sub-task 2.2.1 – Conduct PAC #1 (In-Person & Virtual)
The consultant will facilitate an interactive discussion with the PAC that will summarize the
existing conditions of the Airport and aviation industry, identify and discuss any potential issues
and opportunities not identified in the Consultant’s existing conditions analysis, and establish
the framework for finalizing the aviation forecasts that will ultimately be submitted to the FAA
for approval.
Product: All project related materials required to conduct PAC Meeting #1.
Meeting Attendance: 2 prime consultants & 1 subconsultant
Sub-task 2.2.2 – Conduct PAC #2, PAC #3, and PAC #4 (In-Person & Virtual)
The consultant will facilitate a multi-step public review process that will begin with a
stakeholder discussion to identify and verify the facility requirements necessary to satisfy
future demands on the Airport during PAC #2. The facility requirements discussed in PAC #2 will
serve as the building blocks for the development of three preliminary alternative concepts
capable of satisfying future demand. The preliminary development alternatives concepts will be
presented in PAC #3 for public review and comment. The public input provided in PAC #3 will be
used to refine the concepts to be presented during a second round of public review and
comment in PAC #4. Based on technical evaluations, public input and coordination with local
officials, the process will lead to the selection of a preferred alternative by the City that will be
presented for additional public review and comment. All alternatives considered in this process
must be consistent with all applicable FAA technical standards and regulations.
Product: All project related materials required to conduct PAC Meeting #2, #3, and #4.
Meeting Attendance: 2 prime consultants & 1 subconsultant
6 | P a g e
Sub-task 2.2.3 – Conduct PAC #5 (In-Person & Virtual)
The consultant will facilitate an interactive discussion and presentation with the PAC of an
implementation program with recommended strategies and actions for future land use,
transportation, and environmental requirements; a realistic and workable CIP; and current ALP
drawings that graphically depict existing conditions at the airport as well as proposed
development projects.
Product: All project related materials required to conduct PAC Meeting #5.
Meeting Attendance: 2 prime consultants & 1 subconsultant
Task 2.3 – Project Meetings
Additional project meetings will serve as another opportunity for public engagement and project
coordination among a variety of stakeholders and regulating agencies. The Consultant will prepare any
supplemental handouts or presentation graphics needed for the meetings.
Sub-task 2.3.1 – Public Open Houses (In-person)
The consultant will facilitate two (2) public open house meetings to be scheduled during the
project. These will be organized as public workshops with information displayed to inform the
public in general and to provide a forum for neighbors and stakeholder groups to discuss the
project and provide input. The meetings will be scheduled to coincide with PAC meetings (same
day or consecutive day), whenever possible. The working materials presented will be available
online for virtual public viewing and any public questions or comments can be submitted via
email or via iheartmac.org, the City’s civic engagement platform.
Product: Two public open house meetings scheduled in coordination with PAC meetings.
Meeting Attendance: 2 prime consultants & 1 subconsultant
Sub-task 2.3.2 – Federal Agency Coordination (FAA) (Virtual)
The Consultant will meet with FAA staff at the Forecasts, Alternatives, and ALP review stages of
the project to ensure full coordination and timely review and comment on draft work products.
Product: Three meetings with FAA.
Meeting Attendance: 2 prime consultants.
Task 2.4 – Public Notice and Data Distribution
Sub-task 2.4.1 – Public Meeting Notices/Press Releases
The City will be responsible for coordinating and scheduling PAC and other public meetings,
providing facilities for such meetings, and providing all required notification to PAC members
and/or the public. The Consultant will provide the content for the announcements and
7 | P a g e
notifications at least 30 days in advance of the publication date. The City will advertise the date
and time of the meetings to allow public attendance as desired. The City will assume all costs of
advertising and press release announcements in the local media and will coordinate with the
City’s staff to post notices and press releases to the City of Arlington’s website.
Product: Meeting notices and press release documentation.
Sub-task 2.4.2 – Website Content for City of Arlington
The Consultant will provide project deliverables including draft chapters, presentation
materials, meeting agendas, meeting notices, press releases (5 for PAC meetings, 2 for open
houses), questionnaires, and meeting summary notes for posting on the project website. The
City will determine what, if any, content is not meant for public consumption. The project web
page will provide an opportunity for the public to review project deliverables and progress
throughout the project. It can also be used to solicit public comment through posted surveys
for those unable to attend the public meetings.
Product: A project web page with relevant project related materials.
Sub-task 2.4.3 – Project Information Questionnaires
The Consultant, Airport Director, and City staff will jointly develop up to two (2) project specific
questionnaires to solicit input from the public at key points during the project. Typically, public
input at the facility requirements stage prior to the development of alternatives and at the
alternatives stage is important to define needs and also get input towards the selection of the
preferred alternative.
Product: Two project specific questionnaires.
Sub-task 2.4.4 – Public Meeting Summary Notes and Comment List
The Consultant will prepare notes for all meetings for the Sponsor to review. Once the meeting
notes have been reviewed, edited, and approved, the Consultant will provide a PDF copy to
post to the project web page. The consultant will also prepare a summary of comments
received and Sponsor responses that can be posted on the website.
Product: A summary of each meeting and comments from the public developed over the course
of the project.
ELEMENT 3 – AGIS
The Consultant will conduct an aeronautical survey at the Airport. The project will be completed in
compliance with the FAA Advisory Circulars listed below and will include an airport airspace analysis for
Runways with Vertical Guidance. The survey will complete the tasks in the “Airport Layout Plan (ALP)”
column of AC 150/5300-18B, Table 2-1.
8 | P a g e
Task 3.1 AGIS Survey
The purpose of this AGIS survey is to support ALP development and will include an FAA Airport
Airspace Analysis Survey for all Obstruction Identification Surfaces (OIS) defined in FAA Advisory
Circular 150/5300 - 18B: Runways with Vertical Guidance. The consultant will be responsible for
generating the OIS per AC 150/5300-18B.
QUALITY STANDARDS
The Advisory Circulars identified below detail the data collection methods and accuracies required for
the verification process by the Federal Aviation Administration (FAA) and the National Geodetic Survey
(NGS).
• AC 150/5300-16A “General Guidance and Specifications for Aeronautical Surveys:
Establishment of Geodetic Control and Submission to the National Geodetic Survey.”
• AC 150/5300-17C “Standards for Using Remote Sensing Technologies in Airport Surveys.”
• AC 150/5300-18B “General Guidance and Specifications for Submission of Aeronautical Surveys
to NGS: Field Data Collection and Geographic Information System (GIS) Standards”
PROJECT AREA
The project area encompasses all of the Airport inclusive of the above obstruction identification
surfaces as defined in AC 150/5300-18B.
Subtask 3.1.1 - Aerial Control and Ground Survey
Ground survey is required for the nAGIS survey. In accordance with the above mentioned ACs, and the
Statement of Work the Consultant will complete the following:
• Develop a Survey and Quality Control Plan
• Conduct pre-survey interviews with the Airport Director and complete interview checklists.
• Locate and validate PACS and SACS on the Airport. If PACS/SACS are not present or in usable
condition, Temporary Survey Marks (TSM) will be established in accordance with AC 150/5300-
16B, Paragraph 2.2.2
• Perform, Document, and Report the tie of PACS and SACS to the National Spatial Reference
System (NSRS)
• Establish, record, and document aerial image control points/targets.
o Control point/target locations to be coordinated with Aerial Survey provider.
• Establish, record, and document five (5) OPUS check points.
• Survey and document all runway ends and displaced thresholds at the airport. Each runway end
will be monumented if not already done.
• Determine or validate the runway width and length
• Survey the runway centerline profile at 50’ stations
• Survey or validate the positions of NAVAIDs associated with the airport runway(s).
• Provide completed field documentation, checklists and annotated photos detailing field
methods
• Provide Survey Narrative describing field methods, data processing steps, and results.
9 | P a g e
• Complete any other tasks not specifically listed above, as outlined in FAA AC-18B, Table 2-1
“Survey Requirements Matrix”.
Consultant will reference data deliverables to the project control datums:
Horizontal: North American Datum of 1983/2011 (NAD 83(2011)), Washington State Plane
Coordinate System, North Zone in U.S. Survey Feet.
Vertical: North American Vertical Datum of 1988 (NAVD 88)
Geoid: Geoid 18
Subtask 3.1.2 – Photogrammetric Mapping and Orthophotography
For this project, new vertical stereo aerial imagery will be acquired according to specifications described
in FAA AC 150/5300-17C. Aerial imagery will be collected at two scales. High resolution imagery will
cover the entirety of the Airport property and lower resolution imagery will cover the extent of all OIS
surfaces.
From the high-resolution airport property aerial imagery, the following will be produced:
• 100 scale mapping with 1’ contours of the existing airport property and Runway Protection
Zones (RPZ).
• Color digital orthophoto tiles and a single orthomosaic with a GSD of no greater than 0.25’
• Identification and mapping of obstacles within the imagery footprint
o Include top of all structures on the airport, and ground elevations of traverseway
centerlines where they intersect extended runway centerlines.
From the lower resolution OIS aerial imagery, the following will be produced:
• Landmark feature planimetric mapping
• Color digital orthophoto tiles and a single orthomosaic with a GSD of no greater than 1.0’
• Identification and mapping of obstacles within the OIS that were not captured in the high-
resolution imagery.
o Include elevations of traverseway centerlines where they intersect extended runway
centerlines.
Subtask 3.1.3 – Obstruction and Planimetric Feature Collection and Submission
The Obstruction Identification Surfaces (OIS) will satisfy the requirements of the AC 150/5300-18B,
Analysis of Runways with Vertically Guided Operations.
The specific types and quantities of obstructions for each surface are outlined and defined for the
particular surface in each circular section. Any obstructions that meet the requirement of the circular,
but are of a nature that elevations at the highest point of the obstruction are impractical to read
through photogrammetric methods (cell tower, electrical tower, etc.), will be identified and relayed to
the surveyor to initiate field surveyed elevations for the obstruction.
10 | P a g e
The delivery will include the planimetric feature collection. Features to be collected are listed on the
“Feature Collection Matrix” (attached). The final planimetric data will be submitted to the AGIS Portal
in ESRI Shapefile format, with all required attributes populated.
Product: Consultant will submit all data collected and associated documentation in the formats specified
in the appropriate advisory circulars to the FAA Office of Airports, Airports Surveying-GIS Program. All
data submissions to the FAA will be through the program’s web site http://www.adip.faa.gov.
The deliverables that will be uploaded to the AGIS website include:
Statement of Work, Imagery Plan and Survey and Quality Control Plan
Imagery Shipment Tracking Information
Obstruction survey data
Ground survey data
Planimetric data as listed in attached Feature Collection Matrix
Final Report and supporting documentation
Task 3.2 - Supplemental Information for Airport Layout Plan
In addition to the deliverables required under 18B delivery, the Consultant will provide the following
supplemental information to support ALP development.
• Part 77 imaginary surfaces for future runway configurations as defined through the
development alternatives process.
o The future runway ends and profile(s) will be provided after the selection of a
preferred runway alternative.
o Provide additional heights of features as needed based on preferred runway
alternative
o No additional imagery or obstacle collection/analysis is required.
Product: ESRI File Geodatabase containing Part 77 imaginary surfaces and obstacles as a 3D polygon
feature class.
ELEMENT 4 – EXISTING CONDITIONS ANALYSIS
The existing conditions analysis element will present the master plan process to the public and document
existing airfield facilities and conditions that affect the operation and development of the airport within
the context of the region, and local municipalities. The existing conditions analysis will utilize the
currently approved Airport Master Plan and subsequent work product to support the effort. The findings
documented in the Existing Conditions Analysis chapter will be used to support subsequent
recommendations throughout the development the master plan. It is expected the City of Arlington will
make available any information required to conduct a thorough inventory and analysis.
11 | P a g e
Task 4.1 – Develop Report Introduction Chapter
Consultant will develop a master plan introduction chapter to summarize and depict the following
information related to the master plan:
• Study Purpose
• Project Need
• Project Funding
• Project Schedule
• Public Involvement Process
• Goals of the Master Plan
• Known Issues & Opportunities
Product: A summarization and depiction of relevant content.
Task 4.2 – Data Collection and Inventory
The Consultant will collect, analyze, and incorporate information from local, regional and state
aeronautical or surface transportation studies, comprehensive planning documents, as related to the
development of Arlington Municipal Airport. Historic and forecast socioeconomic data will be collected
from secondary sources. The Consultant will also review existing and future land use within the airport
environs and existing zoning patterns, including overlay zoning designations. Existing airport traffic
patterns and flight procedures will be summarized.
Existing data and information, such as, but not necessarily limited to, documents, maps, studies, and
projects currently underway or in the planning stages (on and off airport property and in the vicinity)
which may directly or indirectly influence this study effort will be identified, reviewed, and
documented. Such information would, for example, include a review of any existing regional and state
system plans, airport layout plans, pavement maintenance plans, surface transportation plans, utility
plans, power/electrification plans, subarea plans, and engineering reports, among others.
The Consultant will utilize inventory data contained in the previous Airport Master Plan report in
addition to other airport specific, regional, or state aviation system planning studies. Other data
sources including the FAA Airport Record Form 5010, pavement management plan, construction
drawings and other relevant documents, as provided by the Airport Director or City staff. An on-site
inspection of major components of the airport will also be performed.
Meetings: Miscellaneous meetings with the Airport Director, stakeholders, City/County planning staff,
local airport users, etc.
Product: Tabulated airport facilities inventory for input to later work elements.
12 | P a g e
Task 4.3 - Evaluate and Present the Existing Regional Setting of the Airport
Consultant will evaluate and present an understanding of the issues and opportunities related to the
regional setting and local context of the Airport and surrounding community for use in subsequent
phases of the master plan. The following Subtasks will form the framework for examining the regional
context of the Airport:
Sub-task 4.3.1 – Location and Vicinity
Consultant will develop location and vicinity maps.
Sub-task 4.3.2 – Airport History, Role, and Area Airports Contextual Analysis
Consultant will summarize and depict the Airport History; the Airport’s National, State, and
Local Role; and conduct a Contextual Analysis of area airports.
• Airport History – Consultant will develop a summary and depiction of the Airport’s
history.
• National NPIAS, State, and Local Role – Consultant will summarize and depict the
Airport’s role in the National and State aviation system and summarize the role of the
Airport within the local community.
• Area Airports Contextual Analysis – Consultant will conduct an airport service area
analysis by locating competing airports relative to Arlington Municipal Airport and
population centers, assessing their role, and evaluating their facilities and services. This
information will be utilized to assess the influence that surrounding airports have with
respect to competing services, facilities and equipment, navigational aids, and
accessibility.
Sub-task 4.3.3 – Evaluate Historical and Existing Airport Operational Data
The Consultant will compile a summary of aviation activity and operational data for Arlington
Municipal Airport to indicate historical growth and present a basis for statistical analysis of
based aircraft, annual aircraft operations, and related factors.
A review of the airport’s current based aircraft fleet will be performed. The evaluation of
airport service area contextual analysis will be incorporated into the forecast update to reflect
the potential for increased market share. The previous Airport Master Plan report forecasts will
be compared to actual data in order to gauge the accuracy of individual projections and identify
specific trends. The FAA Aerospace Forecasts, the FAA Terminal Area Forecasts (TAF) will be
reviewed for comparison with current and recent historic data and summarized in the forecast
narrative.
The City of Arlington will provide a current list of locally-based aircraft by number and type.
Specific manufacturer and model data will be gathered for the largest type of based and/or
itinerant aircraft that regularly use the Airport. The Consultant will utilize other data sources
including airport records, fuel sales data, on-site inventories, and an airport user survey to
supplement airport management data, as appropriate.
13 | P a g e
Product: Summarization and depiction of current/historical based aircraft and pertinent
operations data.
Sub-task 4.3.4 – Community Socio-economic Data
Consultant will utilize available data (secondary sources) related to local and regional
population, employment, and other relevant socioeconomic conditions (historic data/trends
and future projections) to summarize and depict relevant local socio-economic data. This data
may include state and regional economic data, tourism activity and trends, and area military or
other state or federal government activity, as appropriate. Portland State University (PSU)
annual estimates of population and U.S. Census data will be reviewed.
Sub-task 4.3.5 – Relevant Studies
Consultant will summarize and depict relevant content from State and local planning studies
which may or may not include the following:
• Comprehensive Plans
• Local Transportation System Plans
• Local Utility Master Plans
• Previous Airport Master Plans
• Current Signed Airport Layout Plan
• State Aviation System Plan
• Three Mile Lane Area Plan
Sub-task 4.3.6 – Environmental Data
Consultant will summarize and depict environmental data from a variety of sources including
previous environmental documents, consultant inquiries, and publicly available data to
summarize and depict the data.
Note: The environmental overview is a desktop level review and summary of existing studies and
known information and does not include any field surveying or on-site evaluations.
NEPA Analysis – Building off previous environmental work completed for the Airport, consultant
will prepare an environmental overview of the Airport’s environmental setting and operating
environment based on NEPA Environmental Impact Categories outlined in FAA Order 1050.1F
Policies and Procedures for Considering Environmental Impacts and FAA Order 5050.4B, FAA
Environmental Handbook utilizing available data and information. No formal coordination with
federal and state agencies will be conducted as part of this work element. Informal
coordination may occur during the process of obtaining existing documents, etc. from various
agencies.
Consultant will gather and utilize existing maps of the airport environs and environmental
documents to document existing conditions. An on-site field verification of site conditions will
be conducted and will include a reconnaissance level analysis of resources as identified in the
bullet point list below. This summary is intended to reference any known or potential
14 | P a g e
environmental conditions or issues that could be affected by proposed airport development
that have been identified in recent environmental efforts conducted on the airfield. Consultant
will request information from the U.S. Fish and Wildlife Service (USFWS) of any rare,
threatened, and endangered plant and animal species that have been documented within the
vicinity of the Airport.
Consultant shall summarize and depict environmental data from a variety of sources including,
but not limited to, previous environmental documents, Consultant inquiries, and publicly
available data to address the following environmental impact categories:
Air quality – Consultant shall briefly evaluate air quality considerations with respect to
proposed master plan improvements. Air quality modeling or detailed analyses are outside of
this scope of Services. Consultant shall also summarize and depict local climate data. Consultant
shall request wind data from the onsite Automated Weather Observation System (AWOS) or
National Climatic Data Center for the Airport, or both, if available. Consultant shall develop and
update a wind rose using the FAA Airport Design program.
Biological resources (including fish, wildlife, and plants) – Consultant shall provide an overview
of habitat conditions and summary and of potential impacts to any biotic resources identified in
the study area.
Federally-listed Endangered and Threatened (“T&E”) Species – Consultant shall summarize
known or documented existing T&E species and designated critical habitat. Consultant shall not
perform species surveys as part of this scope of Services.
Climate - Consultant will summarize and depict local climate data. Consultant will obtain
available data from the onsite AWOS. A wind rose will be developed/updated using the FAA
Airport Design program.
Coastal resources – Not applicable and will not be included in the environmental section of the
report.
Department of Transportation Act Section 4(f) – Consultant shall review the Project area to
identify the presence of any Section 4(f) properties in the vicinity. If there are none, Consultant
shall document it. A Section 4(f) evaluation to determine if the use of any 4(f) properties would
be impacted is outside this scope of Services.
Farmlands - Consultant will review state and federal regulations for any Farmlands within the
study area.
Hazardous materials, solid waste, and pollution prevention - Consultant will complete a
summary and assessment of any Hazardous Materials identified in the study area based on a
review of previous studies and published data. The Consultant will develop recommendations
15 | P a g e
for avoidance, minimization, and mitigation measures for the preferred development
alternative.
Historical, architectural, archeological, and Cultural Resources Assessment (CRA) - Building off
previous environmental work completed for the Airport, Consultant shall summarize previous
cultural resources surveys and identify potential areas that may require further analysis based
on proposed development.
Note: The Historical, architectural, archeological, and CRA is a desktop level review and
summary of existing studies and known information and does not include any field surveying or
on-site evaluations.
Land Use – Consultant shall review and summarize local land use compatibility and identify
potential impacts of proposed improvements. Consultant shall review land use and zoning
maps.
Natural resources and energy supply - Consultant shall review proposed improvements,
construction techniques, and materials to assess opportunities and impacts.
Noise and compatible land use – Noise contours will not be completed as part of this Airport
Master Plan.
Socioeconomics, environmental justice, and children’s environmental health and safety risks -
Consultant will review and summarize socioeconomic impacts including shifts in patterns of
population movement and growth; public service demands; changes in business and economic
activities; and other factors identified by the public.
Visual effects (including light emissions) - Consultant will prepare a summary of increased light
emissions and visual effects created through the construction of the proposed improvements.
Water resources (including wetlands, floodplains, surface waters, groundwater, and wild and
scenic rivers)
Wetlands and Waters of the US – Consultant shall review existing information to identify
potential wetland resources in the Project area including historic aerial photos, National
Wetlands Inventory, and Natural Resource Conservation Service County Soil Survey.
Note: A wetland delineation or any site reconnaissance is outside this scope of services.
Floodplains – Consultant shall review FEMA maps to determine if any of the study area is within
the 100- year floodplain.
16 | P a g e
Stormwater and Water Quality – Consultant shall review on site drainage patterns and site uses
to determine the potential for water quality impacts.
Consultant will coordinate with US Army Corps of Engineers to confirm that no protected
resources exist in the vicinity of the project.
NEPA Analysis will provide a background overview of impact categories that will be used in the
assessment of development alternatives. The Preferred Alternative will be reviewed to assess
and document the likely impacts of the proposed improvements and serve as the basis for
future Environmental Assessments. The Consultant shall recommend additional study for
individual impact categories that may be required based on the Preferred Alternative selected.
Sub-task 4.3.7 – Local Surface Transportation System Analysis
Consultant will summarize and depict the existing and planned improvements for the local area
surface transportation network.
Sub-task 4.3.8 – Land Use Analysis
Consultant will summarize and depict the following:
• Base Zoning – Consultant will summarize and depict existing and planned on-airport and
off-airport zoning/land uses covering the existing FAR Part 77 Surfaces.
• Overlay Zoning – Consultant will summarize and depict existing adopted City and County
Airport overlay zones.
Product: A summarization and depiction of relevant content.
Task 4.4 - Evaluate and Present the Existing Landside Elements of the Airport
Consultant will evaluate and present an understanding of the issues and opportunities related to
landside facilities and services of the Airport for use in subsequent phases of the master plan. The
following sub-tasks will form the framework for examining the landside elements of the Airport:
Sub-task 4.4.1 – Utilities
Consultant will summarize and depict the existing utilities, to include water, gas, sanitary sewer,
storm water, electric, telephone, communications, and any other utilities within the airport
boundaries. Existing utility easements and any specified development setbacks located within
airport property will be depicted and/or noted. Existing local utility provider drawings
(electronic files when available) will be used to provide data for this task. Existing mapping of
natural site conditions will be consolidated into a common base map for use in the project.
Sub-task 4.4.2 – Local Emergency Medical/Fire Services (EMS)
Consultant will summarize and depict local emergency response facilities and capabilities.
17 | P a g e
Sub-task Task 4.4.3 – Airport Perimeter Fencing
Consultant will summarize and depict airport perimeter fencing and access to the airport
operations area. The location and configuration of controlled/uncontrolled vehicle and
pedestrian access gates will be documented.
Sub-task 4.4.4 – Airport Surface Road Access, Vehicle Parking, and Pedestrian Access
Consultant will summarize and depict the location and configuration of existing auto parking;
vehicle parking conformance to local standards; internal airport access roads; and pedestrian
access to aircraft. The location and configuration of controlled/uncontrolled vehicle access
points (gates, etc.) to the airport will be documented. Common vehicular access routes within
the airport’s landside areas (hangars, aprons, etc.) and planned future connections will be
identified through coordination with the Airport.
Sub-task 4.4.5 – General Aviation (GA) Terminal Areas
Consultant will summarize and depict the GA Terminal Area facilities including corporate office
and manufacturing facilities, FBOs, flight schools, public terminal buildings and Airport
administration and maintenance/vehicle storage facilities, non-aeronautical activities, and
other large scale high intensity operations on the Airport.
Sub-task 4.4.6 – Hangars
Consultant will summarize and depict the number of units, total square footage, and condition
of aircraft storage units on the Airport (based on a visual exterior inspection and/or information
provided by City staff). A summary of current hangar occupancy will be prepared based on data
provided by airport management.
Product: A summarization and depiction of relevant content.
Task 4.5 - Evaluate and Present the Existing Airside Elements of the Airport
Consultant will evaluate and present an understanding of the issues and opportunities related to
airside facilities, design standards, and airspace and approach procedures of the Airport and airspace
for use in subsequent phases of the master plan. The following sub-tasks will form the framework for
examining the airside elements of the Airport:
Sub-task 4.5.1 – Airside Facilities
Consultant will summarize and depict existing airside facilities data gathered from a variety of
sources to provide an inventory and understanding of the issues and opportunities surrounding
the following airside elements:
• Aprons – Consultant will summarize and depict airfield apron areas as well as the
location, size, and number of based and itinerant aircraft parking spaces/tiedowns for
the Airport’s existing apron areas.
• Taxiways and Taxilanes – Consultant will summarize and depict the existing taxiway and
taxilane network on the Airport.
• Runways – Consultant will summarize and depict the existing runways on the Airport.
18 | P a g e
• Airfield Pavements – Consultant will summarize and depict pavement thickness (if
information is available), pavement markings, pavement strength (if information is
available), pavement condition (based on latest PCI inspection), and construction history
of airside facilities such as runways, taxiway/taxilane and apron pavements. The most
recent WSDOT Pavement Management Plan for the airport will be utilized, in addition to
a review of existing design drawings.
• Support Facilities – Consultant will summarize and depict the airside support facilities
such as airfield lighting, signage, weather reporting equipment, NAVAIDS, fuel tanks,
and fueling facilities.
Sub-task 4.5.2 – FAA Design Standards
Consultant will summarize and depict known non-standard conditions identified in previous
planning studies and any additional conformance issues based on the existing Runway Design
Code (RDC) and the approach type/category.
Sub-task 4.5.3 –Airspace and Approach Procedures
Consultant will summarize and depict the latest available information for airspace, airport
traffic patterns and procedures, TERPS/Part 77 Airspace, and approach procedures:
• Area Airspace Review - Consultant will summarize and depict Airport airspace.
• Traffic Patterns – Consultant will summarize and depict existing traffic patterns and
aircraft operating procedures.
• TERPS – Consultant will summarize and depict an analysis of any existing or future TERPS
surfaces and any obstructions. AGIS data will be used if available for the preliminary
analysis, then incorporated into the final ALP drawing set.
• PART 77 Airspace – Consultant will summarize and depict an analysis of existing FAR Part
77 surfaces and any existing obstructions. AGIS data will be used if available for the
preliminary analysis, then incorporated into the final ALP drawing set.
• Approach Procedures – Consultant will summarize and depict existing approach
procedures and any known deficiencies.
• Ultralight & Glider Procedures – Consultant will summarize the existing ultralight and
glider operations and procedures at the airport.
Product: A summarization and depiction of relevant content.
Task 4.6 – Evaluate and Present the Existing Airport Administration Elements
Consultant will evaluate and present an understanding of the issues and opportunities related to the
Airport administration elements for use in subsequent phases of the master plan. The following sub-
tasks will form the framework for examining the administration elements of the Airport:
19 | P a g e
Sub-task 4.6.1 – Airport Ownership & Management
Consultant will summarize and depict pertinent information as it relates to the ownership and
management of the Arlington Municipal Airport, which may or may not include the following:
• Airport Ownership
• Airport Maintenance
• Airport Property Leasing
Sub-task 4.6.2 – Relevant State and Federal Regulations
Consultant will summarize and depict pertinent information as it relates to relevant State and
Federal regulations governing the Arlington Municipal Airport, which may or may not include
the following:
• Federal Regulatory Standards
• Grant Assurances/Compliance
Sub-task 4.6.3 – Airport Financials
Consultant will summarize and depict financial history for the Arlington Municipal Airport to
include:
• Operating Revenue and Expenses
• Rates and Charges Fee Schedule
Product: A summarization and depiction of relevant content.
Task 4.7 – Prepare Existing Conditions Analysis Chapter
Consultant will develop a chapter summarizing the tasks, sub-tasks, and pertinent information outlined
above. The draft chapter will provide information for subsequent decisions. This chapter will be
submitted to the City and FAA for review and comment.
Product: A narrative and graphical summary of the elements completed within Task 4; the chapter will
be revised as necessary based on review comments and will subsequently become chapters of the
Airport Master Plan report.
ELEMENT 5 – AVIATION ACTIVITY FORECASTS
Per FAA guidelines, the AMP will include updated activity forecasts including based aircraft, annual
aircraft operations, activity peaking, fleet mix, instrument approaches and operations, and distribution
between local and itinerant operations to assess the future demand at the Airport. The existing and
future critical aircraft will be identified through the forecast update. The base year for data will be CY
2023. Forecasts will focus on the 20-year window, with reporting in the 5-, 10-, 20- and 50- year
increments. Recent previous forecasting and airport activity analysis efforts such as the FAA TAF and
previous Airport Master Plan Forecasts will serve as reference material during the development of the
updated aviation activity forecasts.
20 | P a g e
Task 5.1 - Prepare Aviation Activity Forecasts
Based on the established baseline of the airport activity data, forecasts of future aviation demand levels
will be developed by the Consultant, using trend analysis, market share analysis or similar
methodologies. Socioeconomic and airport activity data collected during the existing conditions analysis
will be analyzed for input into the forecasting analyses. Updated forecasts will be developed for the
following Sub-Tasks:
Sub-task 5.1.1 – Based Aircraft
Consultant will summarize and depict pertinent information as it relates to the forecast number
of based aircraft (single engine, multi-engine piston, single/multi-engine turboprop, business
jets, helicopters, and other aircraft (light sport aircraft, gliders, ultralights). Forecast based
aircraft fleet will be further organized by Runway Design Code (RDC) and operating weight.
Sub-task 5.1.2 –Aircraft Operations
Consultant will summarize and depict pertinent information as it relates to the forecast number
of annual aircraft operations including mix of general aviation itinerant and local operations;
commercial operations; and military operations. The distribution of fixed wing and helicopter
operations will be included for each forecast year.
Sub-task 5.1.4 – Activity Peaking
Consultant will summarize and depict pertinent information as it relates to the forecast aviation
activity peaking (peak month, design hour, peak hour operations).
Sub-task 5.1.5 – Fleet Mix
Consultant will summarize and depict pertinent information as it relates to the forecast of the
fleet mix for preferred aircraft operations forecast by RDC and weight.
Sub-task 5.1.6 – Critical Aircraft
Consultant will summarize and depict pertinent information as it relates to the forecast critical
aircraft for each forecast year. Based on existing and future aircraft operations forecasts, the
Consultant will determine the existing and future critical aircraft (500 annual operations,
including local and itinerant, excluding touch and go’s). The existing and future critical aircraft
will determine the existing and future RDC, upon which FAA design standards are predicated.
Product: Preparation of general aviation forecasts in 5-year intervals for the 20-year planning period.
Task 5.2 – Preferred Forecasts
Based on a review of the updated forecasts and TAF projections, the Consultant will recommend a
“preferred forecast” for the update. The City, with input (as desired) from stakeholders and the
Consultant, will identify the preferred forecasts to be carried forward to develop scenarios for future
facilities.
Product: The selection of a preferred forecast scenario.
21 | P a g e
Task 5.3 - Develop Forecast Chapter
Consultant will develop a chapter summarizing the tasks, sub-tasks, and pertinent information outlined
above. The draft chapter will provide information for subsequent decisions. This chapter will be
submitted to the City and FAA for review and comment.
Product: A narrative and graphical summary of the forecasting analysis and preferred aviation activity
forecasts; the chapter will be revised as necessary based on review comments and will become a
chapter of the Airport Master Plan report.
Task 5.4 - Forecast Approval
The FAA Seattle Airports District Office (ADO) will review forecasts of aviation demand. Based on its
review, the ADO will approve the forecasts and existing and future critical aircraft as submitted, or
provide comments and request revisions to be made by the Consultant (for subsequent review by the
FAA Seattle ADO).
The FAA spreadsheets, “Comparison to TAF” and “Forecast Summary” will be included in the forecast
chapter appendix. The forecast spreadsheets may be found on the FAA web site.
Product: FAA approval of Aviation Activity Forecasts for use in subsequent tasks.
Note: This element will serve as a baseline for consideration, analysis, and recommendation conducted
as part of other Study elements. Aviation Activity Forecasts element documentation will be presented as
part of the Study. As this element serves as a basis for subsequent Study elements, the Consultant will
perform no effort and incur no expense for other elements related to the Aviation Activity Forecasts until
the City has received approval and acceptance of this Aviation Activity Forecasts element.
ELEMENT 6 – FACILITY REQUIREMENTS
The facility requirements will focus on the facility improvements needed to accommodate projected
demand safely and efficiently for the twenty-year planning period (2024-2044) consistent with current
FAA standards.
Task 6.1 – Define Updated Airfield Design Standards and Analyze Airfield Conformance
The Consultant will conduct an evaluation of the forecast critical aircraft and appurtenant FAA airport
design standards and FAR Part 77 airspace standards based on the existing approach type/category for
each runway end. Any non-conforming items will be documented. Non-standard Items will be
addressed in the airport development alternatives evaluation.
Product: Identification of any non-conforming facility configuration based on existing and future RDC.
22 | P a g e
Task 6.2 – Define Landside Elements Requirements
Based on the existing conditions analysis, forecasts of aviation activity, demand considerations, and
input from the City and PAC, the Consultant will summarize and depict a series of facility requirements
necessary to satisfy future demand and address any issues identified in the Landside Elements analysis.
In addition to the typical landside facility needs, a detailed analysis will be developed for the following
elements:
- Electrification, Solar Microgrid
- AAM Support Facilities
- Non-Aeronautical Development Areas & Section 163
- Utility Improvements
- Terminal Siting
- ATCT Siting
- Alternative Fuels
Product: Formulation of “landside elements” facility requirements to serve as a guide for the
preparation of the development alternatives.
Task 6.3 – Define Airside Elements Requirements
Based on the existing conditions analysis, forecasts of aviation activity, demand considerations, and
input from the City and PAC, the Consultant will summarize and depict a series of facility requirements
necessary to satisfy future demand and address any issues or opportunities identified in the Airside
Elements analysis, including a detailed analysis of the following elements:
- Vertiport Siting & AAM
- Glider Operations Area
o Operational Safety, Compatibility with Powered Aircraft
- Ultralight Runway & Operations
o Operational Safety, Compatibility with Aircraft Operations
- Alternative Turf Landing Area
Product: Formulation of “airside elements” facility requirements to serve as a guide for the preparation
of the alternatives analysis.
Task 6.4 – Develop Facility Requirements Chapter
The Consultant will develop a chapter describing the tasks outlined above. The chapters will be
submitted to the City, WSDOT, and FAA for review and comment.
Product: A narrative and graphical summary of the facility requirements; the chapter will be revised as
necessary based on review comments and will become a chapter of the report.
ELEMENT 7 – ALTERNATIVES ANALYSIS
In coordination with the public involvement process, the purpose of this element is to evaluate the
effects of the proposed development solutions identified in the facility requirements in the form of
airport development alternatives, thus providing the technical basis necessary for selecting a
23 | P a g e
“preferred” development plan for the airport.
Task 7.1 – Identify and Prepare Alternatives
Consultant will, based on the facility requirements, prepare, and depict potential airport development
alternatives for community and regulatory agency discussion.
• Three (3) airside development alternatives
• Three (3) landside development alternatives
• Two (2) Vertiport siting alternatives
• Three (3) Air Traffic Control siting alternatives
• A no-action option will be prepared for evaluation.
The airport development alternatives will be prepared using an aerial photo base and AGIS data,
when available, combined with the electronic file for the Airport Layout Plan that depicts existing
conditions.
Task 7.2 – Evaluation of Development Alternatives
Consultant will develop a detailed evaluation to summarize and depict a comparison of the merits and
deficiencies of the development alternatives under consideration. An evaluation matrix will be
prepared to compare the composite rankings of each alternative. Factors to be considered in the
evaluation include:
Sub-task 7.2.1 - Ability to Serve Forecast Demand: Each alternative will be evaluated to
determine its ability to meet forecast demand levels within accepted performance standards
such as aircraft delay and airport user convenience. These evaluations will be performed for
each type of facility and will be aggregated to permit comparison. The results of this evaluation
process will be quantified to the extent possible for use in the evaluation matrix.
Sub-task 7.2.2 - Aeronautical & Non-aeronautical Demand: The development alternatives will
analyze the market demand and opportunities for aeronautical and non-aeronautical
development at the airport. This will include a snapshot of regional trends and how the Airport
fits within the State system of airports.
Sub-task 7.2.3 - Airport Design Standards: Each alternative will be evaluated toward FAA
airport design standards. Potential approach obstructions and required mitigation, if any, will
be identified. Potential impacts on existing airport or tenant facilities will be addressed.
Sub-task 7.2.4 - Airspace Compatibility: Using the airspace requirements developed earlier and
the forecasts of aviation activity, potential impacts to airspace and related operations will be
evaluated for each alternative. This will include VFR airport traffic patterns, existing instrument
approach and departure (TERPS) surfaces.
24 | P a g e
Sub-task 7.2.5 - Land Use, Transportation, and Environmental Compatibility: The proposed
development alternatives will be evaluated to determine the impact on local land use, local
transportation systems, and the environment (the environmental analysis will generally be a
high level overview of the relevant NEPA impact categories).
Sub-task 7.2.6 – Ultralight Operations: The development alternatives will include a review of
the existing ultralight operations area and propose changes/modifications as necessary to
improve safety and accommodate future facility improvements needed to meet demand.
Sub-task 7.2.7 – Glider Operations: The development alternatives will include a review of the
existing glider operations area and propose changes/modification as necessary to improve
safety and accommodate future facility improvements needed to meet demand.
Product: A summarization and depiction of the evaluation of airside and landside development
alternatives presented.
Task 7.3 – Runway Protection Zone (RPZ) Analysis
Consultant shall identify and summarize the relevant information from the FAA’s Interim Guidance on
Land Uses Within a Runway Protection Zone, FAA Airport Design Advisory Circular (AC) 150/5300-13B,
14 CFR Part 77.
Sub-task 7.3.1 - Identify and Evaluate Existing and Future RPZ Deficiencies
Consultant shall prepare a summary and depiction of relevant existing and future RPZ
deficiencies to be addressed in the RPZ Analysis. RPZ deficiencies to be considered include:
• Roadways and bridges
• Buildings and structures
• Recreational land use
• Fuel storage facilities
• Hazardous material storage
• Wastewater treatment facilities
• Above-ground utility infrastructure, including any type of solar panel installations
• Wildlife hazard attractants such as retention ponds or municipal landfills
Sub-task 7.3.2 - RPZ Alternatives Analysis
Consultant shall prepare preliminary development alternatives to address RPZ deficiencies
based on previous work product and input from the City and FAA. The RPZ alternatives will be
merged in with the airside alternatives providing a total of three alternatives to accommodate
both the airside and RPZ improvements.
25 | P a g e
Areas of emphasis for analysis of alternatives shall include:
• A description of each alternative including a narrative discussion and exhibits or figures
depicting the alternative.
• A practicability assessment of the feasibility of the alternative in terms of cost,
constructability, and other factors.
• Identification of all Federal, State, and local transportation agencies involved or
interested in the issue.
• Analysis of the specific portion and percentages of the RPZ affected, drawing a clear
distinction between the Central Portion of the RPZ versus the Controlled Activity Area,
and clearly delineating the distance from the runway end and runway landing threshold.
• Analysis and identification of issues affecting sponsor control of the land within the RPZ.
Product: Graphical depictions of airside alternatives and summary of analysis.
Sub-task 7.3.3 - Select Preferred RPZ Development Alternative
Consultant shall provide a recommendation for the preferred development alternative based
on FAA and City review and comment of the preliminary development alternatives. A preferred
alternative will be recommended with a description of the basis for the preference over the
other alternatives. The recommendations will be presented to the City for final review and
approval. The preferred alternative will be consistent with all applicable FAA technical
standards and regulations unless FAA agrees to a modification of standards in their approval of
the preferred alternative.
Product: Consultant shall provide a graphic depiction and narrative description of the preferred
alternative.
Sub-task 7.3.4 - Prepare RPZ Assessment Summary
Consultant shall develop a written summary to be included in the Alternatives Chapter, that
summarizes the RPZ requirements and deficiencies as outlined above for City and FAA review
and comment. The draft summary will provide information for subsequent analysis and
decisions.
Product: A narrative and graphical summary of RPZ requirements and the existing and future
RPZ deficiencies will be completed and included in the Alternatives Chapter.
Task 7.4 Advanced Air Mobility (AAM) Planning
The Consultant and City understand that the growth in Advanced Air Mobility will change the aviation
industry significantly including the operations at airports and its airspace. The need to prepare for the
growth in both manned and unmanned passenger and cargo AAM is necessary and will be included in
the Airport Master Plan in order to help the Airport forecast the growth in AAM, the facility
improvements needed to support their operations, as well as integration with existing general aviation
operations.
26 | P a g e
Sub-task 7.4.1 – Summarize Advanced Air Mobility & Forecasted Growth
Consultant will summarize current Advanced Air Mobility trends including manned and
unmanned aerial vehicles, battery and hydrogen powered aircraft, and electric vertical takeoff
and landing (eVTOL) aircraft and anticipated growth over the 20-year planning period based on
current available information.
Sub-task 7.4.2 – Summarize Advanced Air Mobility Anticipated Facility Needs
Consultant will summarize and depict pertinent information as it relates to the facility
improvements needed for AAM support facilities including, but not limited to a passenger
terminal, utilities, aircraft landing and parking areas, as well as fueling, recharging or vehicle
maintenance facilities.
Sub-task 7.4.3 - Prepare Advanced Air Mobility Summary
Consultant shall develop a written summary to be included in the Alternatives Chapter, that
summarizes Advanced Air Mobility’s anticipated growth over the 20-year planning period and
associated facility improvements needed to support their operations for City and FAA review
and comment.
Product: A narrative summary of Advanced Air Mobility will be completed and included in the
Alternatives Chapter.
Task 7.5 Vertiport Siting Analysis
Sub-task 7.5.1 – Vertiport Siting Overview
Consultant will summarize and depict pertinent information as it relates to the development of
a Vertiport including the airspace, approaches and departures, and aircraft routing to support
anticipated volume of daily eVTOL operations.
Sub-task 7.5.2 – Vertiport Siting Facility Improvements
Consultant will summarize and depict pertinent information as it relates to the development of
the Vertiport’s support facilities including; but not limited to, a passenger terminal, aircraft
fueling, and utility infrastructure improvements.
Sub-task 7.5.3 – Prepare Vertiport Siting Alternatives Analysis
Consultant shall prepare two (2) preliminary development alternatives to site a vertiport and its
support facilities for the City’s consideration. The preliminary alternatives shall include:
• A description of each alternative including a narrative discussion and exhibits or figures
depicting the alternative.
• A practicability assessment of the feasibility of the alternative in terms of cost,
constructability, and other factors.
27 | P a g e
Product: Graphical depictions of the vertiport siting alternatives and summary of each
alternatives to be included in the siting report.
Sub-task 7.5.4 - Select Preferred Vertiport Siting Alternative
Consultant shall provide a recommendation for the preferred vertiport siting alternative based
on FAA and City review and comment of the preliminary siting alternatives. A preferred
alternative will be recommended with a description of the basis for the preference over the
other alternatives. The recommendations will be presented to the City for final review and
approval.
Product: Consultant shall provide a graphic depiction and narrative description of the preferred
alternative.
Sub-task 7.5.5 - Prepare Vertiport Siting Report
Consultant shall develop a written siting report to be included in the Alternatives Chapter, that
summarizes the vertiport siting considerations, facility improvements needed, and preliminary
and preferred siting location to the City and FAA for review and comment.
Product: A narrative summary of the vertiport siting analysis along with the preliminary and
preferred siting alternatives will be completed and included in the Alternatives Chapter.
Task 7.6 Air Traffic Control Tower (ATCT) Siting Analysis
A preliminary siting analysis to identify potential sites for a future Air Traffic Control Tower will be
included in the Airport Master Plan. The forecasts prepared as part of Element 5 will identify potential
timing when aircraft operations may warrant the addition of an ATCT.
Sub-task 7.6.1 – Preliminary ATCT Site Alternatives
Consultant shall prepare three (3) preliminary ATCT sites and a comparison of sites for the City’s
consideration. The preliminary alternatives shall include:
• A description of each site alternative including a narrative discussion and exhibits or
figures depicting the alternative.
• A comparison and evaluation of sites to review line of sight, field of view, access
availability, utilities availability, site preparedness, development compatibility and site
land parcel availability.
Product: Graphical depictions of the ATCT siting alternatives and summary of each alternative
with a comparison to sites to be included in the siting report.
28 | P a g e
Sub-task 7.6.2 – Preferred Site Recommendation
Consultant shall provide a recommendation for the preferred ATCT site based on FAA and City
review and comment of the preliminary siting alternatives. A preferred alternative will be
recommended with a description of the basis for the preference over the other alternatives.
The recommendations will be presented to the City for final review and approval.
Product: Consultant shall provide a graphic depiction and narrative description of the preferred
ATCT site.
Sub-task 7.6.3 – ATCT Siting Report
Consultant shall develop a written siting report to be included in the Alternatives Chapter, that
summarizes the ATCT siting considerations, preliminary and preferred siting location to the City
and FAA for review and comment.
Product: A narrative summary of the Air Traffic Control siting along with the preliminary and
preferred siting alternatives will be completed and included in the Alternatives Chapter.
Task 7.7 – Preferred Development Alternative
Based on review and comment of the preliminary development alternatives presented in the chapter,
the City of Arlington will select a preferred development alternative for the Consultant to proceed on
with Implementation phase of the master plan. The preferred alternative may include elements from
one or more of the preliminary development alternatives, or may include refinements that were
created during the evaluation of the preliminary alternatives. Comments provided by the master plan
PAC, FAA, City, WSDOT, airport users and tenants, and the public will be documented and summarized
in memo form by the Consultant. A preferred alternative will be recommended with a description of
the basis for the preference of the alternative over the others. The recommendations will be presented
to the City for final review and approval of the preferred alternative. As noted earlier, the preferred
alternative must be consistent with all applicable FAA technical standards and regulations.
Product: The City’s selected preferred development alternative to be reflected in graphic depiction and
narrative description.
Task 7.8 – Prepare Development Alternatives Chapter
The Consultant will develop a chapter describing the tasks outlined above. This chapter will be
submitted to the City and FAA for review and comment as described in the Public Involvement
Element.
Product: A narrative and graphical summary of the alternatives analysis; the chapter will be revised
and/or amended as necessary based on review comments and will become a chapter of the report.
29 | P a g e
ELEMENT 8 –CAPITAL IMPROVEMENT PLAN (CIP)
The Consultant will work closely with the City to identify key development priorities to be reflected in
the updated CIP. The cost of each project will be listed with the amount of anticipated FAA and WSDOT
funding defined based on current funding eligibility. The CIP will provide an annual breakdown of
projects for the short-term period (years 1-5); then overall groupings of projects provided for the
intermediate (years 6-10) and long-term (years 11-20) periods.
Task 8.1 – Prepare CIP Spreadsheet
The Consultant will prepare a 20-year Airport CIP, which will include recommended phases of
development, possible funding sources, including an evaluation of the airport’s predicted available FAA
grant funding based on current funding legislation. The CIP will also estimate local expenses associated
with project implementation that are not typically eligible for FAA funding.
The short-term period of the CIP (years 1-5) will be organized with prioritized annual project listings;
projects included in the intermediate and long-term periods will be prioritized within the overall
timeframe. A phasing diagram will identify each development and major pavement maintenance
project programmed in the 20-year planning period.
Product: A 20-year CIP (in spreadsheet form and project phasing diagram, with associated text.
Task 8.2 – Prepare CIP Cost Estimates
The Consultant will prepare detailed engineering-level cost estimates for each project within the 20-
year CIP. The Consultant will review the organization of the projects over the 20-year period based on
available funding, maintenance needed, and airport needs.
Product: Cost estimates for each project in the 20-year CIP. Review of the CIP spreadsheet and
organization of projects.
Task 8.3 – Prepare CIP Chapter
The Consultant will develop a chapter describing the tasks outlined above. This chapter will be
submitted to the City and FAA for review and comment as described in the Public Involvement
Element.
Product: A narrative and tabular summary of the implementation plan. The chapter will be revised
and/or amended as necessary based on review comments and will become a chapter of the report.
ELEMENT 9 - AIRPORT LAYOUT PLAN DRAWINGS
The previous Airport Layout Plan drawing set will be replaced (redrawn), to reflect current conditions,
updated master plan development recommendations, and all applicable FAA requirements. The major
projects proposed in the Capital Improvement Program (CIP) will be shown on the ALP in schematic
form. All drawings will be created in AutoCAD Version 2018 and formatted with color imaging and use
of color aerial photography and AGIS data, developed according to FAA SOP 2.00 and 3.00.
30 | P a g e
ALP Drawing Set Submittals
1. Preliminary Draft ALP Drawing Set (PDF to the City, and FAA Seattle ADO for informal
coordination with FAA ALP Checklist).
2. Draft ALP Drawing Set (PDF to the FAA Seattle ADO for airspace review).
3. Final ALP Drawing Set (3 signed printed copies); PDF copy to FAA, WSDOT, and City.
The Consultant will be responsible for submitting a signed copy of the FAA ALP checklist with copies of
the draft ALP submittal to the FAA. Following completion of FAA and local review, the Consultant will
make all necessary revisions; comments provided by City staff, the PAC, and others will be addressed
during the same revision period.
Note: The Airport Layout Plans Set will include 16-18 drawings to include the following:
1. Cover Sheet
2. Airport Data Sheet
3. Airport Layout Plan Drawing
4. Terminal Area Plan Drawings
I. East Development Area
II. Southwest Development Area
III. West Development Area
IV. Northwest Development Area
5. Airspace Drawing – FAR Part 77
6. Runway Protection Zone (RPZ) / Inner Approach Plan & Profile Drawings
I. Runway 16 & 34 RPZ / Inner Approach Plan & Profile
II. Runway 11 & 29 RPZ / Inner Approach Plan & Profile
7. Approach Plan & Profile Views for Each End
I. Runway 16 Plan & Profile Views
II. Runway 34 Plan & Profile Views
III. Runway 11 Plan & Profile Views
IV. Runway 29 Plan & Profile Views
8. Threshold Siting Surface Drawing for Each Runway End
II. Runway 16 & 34 Threshold Siting Surface
III. Runway 11 & 29 Threshold Siting Surface
9. On-Airport Land Use Plan
10. Off-Airport Land Use Plan
11. Exhibit A – Property Plan
Task 9.1 – Cover Sheet
A cover sheet drawing will be prepared to incorporate the project information, location, and Airport
Layout Plan approval letter signed by FAA and the City.
Product: Preparation of a cover sheet in AutoCAD format, compatible with the file format currently
used by the City.
31 | P a g e
Task 9.2 – Airport Data Sheet
An Airport Data Sheet drawing will be prepared to incorporate the project information and data
specific to the Airport Layout Plan drawing.
Product: Preparation of a data sheet in AutoCAD format, compatible with the file format currently used
by the City.
Task 9.3 - Airport Layout Plan
An Airport Layout Plan (ALP) drawing shall be prepared in accordance with the findings,
recommendations and approvals resulting from the study. The ALP shall be developed utilizing the data
collected and exported into AutoCAD, Version 2018. Additionally, the ALP will be compatible with the
file format currently used by the City.
The Airport Layout Plan will contain the information as required in FAA Advisory Circular 150/5300-
13B, and the most current FAA SOP 2.00 and SOP 3.00. The Airport Layout Plan will contain sufficient
data to obtain approvals from the FAA. The Airport Layout Plan will be depicted as a black and white
line drawing with color, as needed, to help differentiate the line work and hatching.
Product: Preparation of an Airport Layout Plan in AutoCAD format, compatible with the file format
currently used by the City.
Task 9.4 – Terminal Area Plan Drawings
Individual Terminal Area Plans will be prepared to depict the existing and proposed facilities for various
areas within airport property. The plans will generally be comprised of, but not limited to existing
general aviation facilities and any new general aviation areas (locations to be determined through
master plan evaluation).
Sub-task 9.4.1 - Terminal Area Plan – East Development Area
Sub-task 9.4.2 - Terminal Area Plan – Southwest Development Area
Sub-task 9.4.3 - Terminal Area Plan – West Development Area
Sub-task 9.4.4 – Terminal Area Plan – Northwest Development Area
Product: Individual Terminal Area Plan sheets projecting development consistent with the ALP drawing,
but in greater detail.
Task 9.5 - Airport Airspace Drawing (FAR Part 77)
The FAR Part 77 drawing depicts the plan view of the ultimate FAR Part 77 imaginary surfaces for the
airport. The existing and future full-length approach plan and profile views to each runway end. Any
obstructions will be listed, the amount of penetration determined (using AGIS data) and their proposed
disposition will be identified. Fifty-foot contour intervals will be shown for all FAR Part 77 imaginary
32 | P a g e
surfaces for full length of all approach surfaces. NOS Obstruction Chart and AGIS obstruction data will
be incorporated into the drawing, as appropriate. USGS quadrangle maps or AGIS data will be utilized
for the base layer on the Part 77 plan view.
Product: A FAR Part 77 airspace plan drawing for the airport
Task 9.6 - Runway Protection Zone (RPZ)/Inner Approach Plan & Profile Drawings
Drawings will be prepared that show the plan view of the Runway Protection Zones (RPZ) and plan and
profile views of the inner portion of the runway approach surface for each runway end. In addition,
obstacle clearance surfaces (OCS) or TERPS instrument runway departure surfaces will be depicted, as
applicable. Any obstructions within the RPZ or the other noted surfaces will be identified and a
recommended disposition will be provided. Aerial photography and AGIS data may be used to develop
these drawings. This drawing may be combined with other drawings.
Sub-task 9.6.1 – Runway 16 & 34 RPZ / Inner Approach Plan & Profile
Sub-task 9.6.2 – Runway 11 & 29 RPZ / Inner Approach Plan & Profile
Product: A Runway Protection Zone/Approach Plan and Profile drawing that shows the RPZs for each
runway end at the airport.
Task 9.7 - Approach Plan and Profile for Each Runway End
Drawings will be prepared that show the existing and future full approach plan and profile for the
approaches to each runway. In addition, obstacle clearance surfaces (OCS) or TERPS instrument
runway departure surfaces will be depicted, as applicable. Any obstructions within the approaches will
be identified and a recommended disposition will be provided. This drawing may be combined with
other drawings. USGS maps and AGIS data will be utilized.
Sub-task 9.7.1 – Runway 16 Plan & Profile Views
Sub-task 9.7.2 – Runway 34 Plan & Profile Views
Sub-task 9.7.3 – Runway 11 Plan & Profile Views
Sub-task 9.7.4 – Runway 29 Plan & Profile Views
Product: An Approach Plan and Profile drawing that shows the Part 77 approaches for each runway
end. The ultimate Part 77 approach plan and profile will be prepared for the most critical airfield
configuration (existing or ultimate). TERPS instrument runway departure surfaces will also be depicted
if applicable.
Task 9.8 – Threshold Siting Surface Drawing for Each Runway End
A Threshold Siting Surface Drawing will be prepared based on the findings and recommendations
33 | P a g e
reflected in the preferred alternative. A plan showing the existing and ultimate threshold siting surface
will be developed for each runway end. Plan and profile views of each area will be developed
identifying all physical obstructions. Obstruction heights and locations will be noted based on AGIS
data. Any obstruction requiring removal or relocation to meet FAA standards will be noted and an
action plan identified.
Sub-task 9.8.1 – Runway 16 & 34 Threshold Siting Surface
Sub-task 9.8.2 – Runway 11 & 29 Threshold Siting Surface
Product: A Threshold Siting Surface drawing depicting the surfaces for each runway end. This drawing
may be combined with other drawings, if appropriate.
Task 9.9 – On-Airport Land Use Plan
The Land Use Plan drawing will depict existing and recommended uses of all land within the ultimate
airport property. Current zoning designations for the Airport will also be depicted. The Land Use Plan
will be illustrated on a drawing (same sheet size and scale as the ALP) and described within the body of
the Master Plan document. The Consultant will work with the City and County during the development
of the On-Airport Land Use Plan to ensure accurate depiction of existing and proposed land uses.
The airport layout plan and on-airport land use plan drawings are intended to provide a clear path for
effective and efficient facility development based on anticipated demand, while providing airport
management adequate flexibility to refine facility configurations as needed to respond to changing
market conditions.
Product: An On-Airport Land Use Plan for all land within the ultimate airport property.
Task 9.10 – Off-Airport Land Use Plan
The Off-Airport Land Use Plan drawing will depict existing and recommended uses of all land in the
vicinity of the airport, generally identified as that area surrounding the airport, generally within ½-mile
of the facility. Land uses will be depicted by comprehensive plan land use categories, including such as
agriculture, residential, industrial, commercial, open space, aviation-related, public, etc. Current zoning
designations may also be depicted.
Off-airport land use will be illustrated on a drawing (same sheet size as the ALP) and described within
the body of the Master Plan document. Any findings found in this study effort will be incorporated into
the environs land use recommendations, which will be provided to any affected governmental entity
near the Airport. The Consultant will work with City and County planning during the development of
the Off-Airport Land Use Plan drawing to ensure that recommendations needed to implement any
changes in land use designations or zoning have been shared with local planning agencies. It is noted
that master plan addresses a 20-year planning horizon that does not typically require immediate
implementation for all action items.
34 | P a g e
Product: An Off-Airport Land Use Plan for lands in the vicinity of the airport.
Task 9.11 –Property Plan Map
An Airport Property Map is a snapshot of the inventory of parcels dedicated airport property It is not a
survey map or legal document. An updated Property Plan is needed to depict existing airport property
interests to current FAA standards.
Research Property Information. The Engineer shall research and obtain available existing airport
property/land use information from the Owner, FAA as well as previous airport plans and drawings.
Property research shall be conducted in the following manner:
• The Engineer is responsible for obtaining recorded property Ownership & Encumbrance
(O&E) information. Property research shall date back to Land Patent.
• Research existing airport property interests (e.g. fee, easement).
• Research recorded encumbrances upon existing airport property.
• Research FAA land acquisition grant history.
Note: The scope does not include a title search or property boundary survey. Best available information
will be used. No property ownership and encumbrance research shall be conducted on future airport
property areas identified in planning study.
Prepare a Property Plan Electronic Base Map. The Engineer shall utilize available section corner
information and researched legal descriptions to prepare the electronic mapped record drawing of
airport property interests and encumbrances. No site survey shall be completed. Encumbrances will only
be mapped to the extent possible from recorded documents.
Prepare Property Plan Printed Drawings & Tables. The Engineer shall prepare the Exhibit “A” / Airport
Property Map in accordance with FAA ARP SOP No. 3.00, Standard Operating Procedure (SOP) for FAA
Review of Exhibit “A” Airport Property Inventory Maps (October 1, 2013). Detailed information on
airport property interests and encumbrances on existing airport property shall be presented in a
tabular format.
Prepare Exhibit “A” Recordation and Encumbrance Booklet. The Engineer shall compile all property
research documents and drawings to prepare an Exhibit “A” Recordation and Encumbrance Booklet to
meet FAA SOP standards. Any property discrepancies will be documented. Resolution of property
discrepancies is not included within the scope of work.
Internal Quality Control. The Engineer shall perform an internal review of the Property Plan documents.
Documentation & Review Process. The Engineer shall assemble all property documentation into a
submittal package. Engineer will prepare an electronic PDF package. Engineer will submit Airport
Property Map plan sheet, checklist, and backup documentation to Owner and FAA for review and
acceptance.
Product: A Property Plan Map to be included in the plans set.
35 | P a g e
ELEMENT 10 – AIRPORT SUSTAINABILITY PLANNING
Task 10.1 – Recycling and Solid Waste Management Plan
The FAA Modernization and Reform Act of 2012 (FMRA) extended the FAA Airport Improvement
Program through 2015. Along with the reauthorization of the program, FMRA included a number of
changes to the AIP program. One such change is the requirement of airport sponsors to develop a
recycling and solid waste management plan. The scope must be consistent with applicable State and
local recycling laws and must include the following:
1 A waste audit;
2 The feasibility of solid waste recycling at the airport;
3 Minimizing the generation of solid waste at the airport;
4 Operation and maintenance requirements;
5 The review of waste management contracts; and
6 The potential for cost savings or the generation of revenue.
Sub-task 10.1.1 - Waste Audit
The Consultant will perform a waste audit of all current sources of waste material currently
generated on the airport. The audit will summarize material source, amount, current disposal
protocol, and applicable State and Federal requirements for disposal, if any. This will include
waste material generated from standard annual operations at the airfield and a basic summary
of construction waste material generated through airfield improvement projects.
The waste audit will catalog waste sources including hangar tenants, FBO and maintenance
hangar wastes, annual event wastes, deplaned waste, routine airport infield maintenance
waste (yard debris), and construction waste generated through projects identified on the 5-year
CIP. The waste audit will summarize waste over the busiest summer month and also include
estimates for any annual events. The “ownership” and responsibility for recycling or disposal of
each waste source will be identified in the audit.
Sub-task 10.1.2 Recycling Feasibility
The Consultant will review the waste material identified in the waste audit and evaluate
recycling feasibility for each constituent. The consultant will provide a table with a list of waste
materials with recommendations for recycling options for each, if applicable.
This task will include contacting local waste management and recycling vendors to understand
the availability of recycling for each waste stream and a review of logistical requirements, local
ordinances, state requirements, hauler and landfill requirements, and associated costs. The
36 | P a g e
findings of this review will be summarized to identify current practices, opportunities, and
barriers to recycling at the airport.
Sub-task 10.1.3 Plan to Minimize Solid Waste Generation
The Consultant will work with the Airport Sponsor to develop a plan to minimize solid waste
generation on the airport. The consultant will utilize the list of solid waste constituents
generated in the waste audit and provide recommendations for waste reduction opportunities
for each, as applicable. The plan will include the following elements:
A. Waste reduction policy and goals statement;
B. Waste tracking protocols, recycling effectiveness, and reporting;
C. Summary of lease requirements, local ordinances, development specifications related to
waste reductions, and purchasing policies;
D. Summary of physical constraints and requirements for recycling best practices;
Sub-task 10.1.4–Operational and Maintenance Requirements
The Consultant will review operational and maintenance activities that produce waste materials
and evaluate opportunities to reduce, reuse, or recycle materials generated from these
activities. A summary will be provided that includes each category of waste and who is
responsible for the costs, maintenance of equipment, and overall implementation of the plan
for each type of waste.
Sub-task 10.1.5 – Review Waste Management Contracts
The Consultant will review existing waste management contracts for the airport and airport
users and tenants to identify cost saving and recycling opportunities for waste materials
generated at the airport. This will include a review of current contracts including janitorial
contracts, tenant leases, and standard contract specifications for all maintenance and
development projects. It will also include a review of current contracts for waste management
including the hauling contract, and landfilling contract to identify opportunities for recycling
through existing and other locally available providers.
Sub-task 10.1.6 - Potential for Cost Savings or Revenue Generation
The Consultant will review all elements related to the generation, reuse, recycling, and disposal
of all waste materials generated on the airport and evaluate and provide recommendations for
costs savings or revenue generation.
This section will include the following tasks:
A. Plan for future development projects including hangar construction, tenant
improvements, landside and airside facility development and rehabilitation projects.
B. Opportunities for periodic review to identify if market dynamics have changed (i.e., glass
recycling pick up becomes available for the airport area.);
C. Recommendations for implementation including immediate actions, short term
implementation, and ongoing actions triggered by events or projects. This will also include
37 | P a g e
recommendations for modifications to project specifications and airport contracting
procedures to require recycling, as appropriate, for future projects and agreements.
D. Summary of cost savings or revenue generation at the airport through the
implementation of the plan.
Sub-task 10.1.7 - Prepare Recycling and Solid Waste Management Plan Chapter
The Consultant will develop a chapter describing the tasks outlined above. This section of the
chapter will be submitted to the City and FAA for review and comment as described in the
Public Involvement Element.
Product: Preparation of an Airport Recycling and Solid Waste Management Plan will be included
in the Sustainable Aviation Plan Chapter, which will be delivered to the City and FAA for review.
Task 10.2 – Sustainable Aviation Fuels (SAF)
Consultant will summarize and depict pertinent information as it relates to sustainable aviation fuels
currently in production and available for purchase. The evaluation will estimate future availability of SAF
for use by aircraft at Arlington Airport as well as potential source options. The Consultant will provide a
summary of anticipated facilities needed to support purchase, delivery, loading and storage of SAF fuels
and how they may be incorporated into the proposed development.
Product: Preparation of a sustainable aviation fuel summary to be included in the Sustainable Aviation
Plan Chapter, which will be delivered to the City and FAA for review.
Task 10.3 – Airport Solar Grid
Consultant will summarize and depict pertinent information as it relates the installation and benefits of
Solar including the reduction of greenhouse gas emissions, airport sustainability and reduction of
dependency on local grid-sourced energy. The Consultant will also identify a recommended capacity of
the microgrid to support the growth of AAM operations at the airport, specifically those reliant on
electric fueling. Consultant shall review utility provided power information regarding peak energy use by
the airport. Evaluate terminal and other facility demand loads. Evaluate equipment and aiming options
to maximize solar array and ability to provide power to the airport.
Product: Preparation of an airport solar grid summary to be included in the Sustainable Aviation Plan
Chapter, which will be delivered to the City and FAA for review.
Task 10.4 – Foreign Trade Zone (FTZ)
The Airport has expressed interest in becoming part of a Foreign Trade Zone and is working with the City
on pursuing this opportunity. As part of the master plan, the Consultant will summarize Foreign Trade
Zones, their requirements including what is not allowed in an FTZ zone, and how the airport may benefit
from being part of an FTZ.
Product: A summary of Foreign Trade Zones, requirements and benefits of the airport being part of an
FTZ will be included in the report.
38 | P a g e
ELEMENT 11 - REPORTS AND DOCUMENTATION
Task 11.1 – “Preliminary” Draft ALP Set
In order to address any concerns from the City or the FAA prior to the public meeting for the ALP
presentation, a draft ALP set will be prepared for FAA and Sponsor preliminary review and comment.
Formal reviews will be conducted following the preliminary coordination.
Product: “Preliminary Draft” Airport Layout Plan Set will be provided to the City.
Task 11.2 - Draft Airport Master Plan Report and Draft ALP Drawing Set
To ensure proper coordination of the planning effort and assure agreement between the Consultant,
Sponsor and FAA, a Draft Airport Master Plan Report and Draft ALP drawing set will be submitted for
formal review. The draft report will contain all preliminary chapters (revised based on comments
provided on original drafts), ALP drawings and the financial evaluation. The draft documents and plans
will submittal to the FAA for review and coordination with the appropriate FAA divisions (Air Traffic,
etc.).
Product: “Draft” Airport Layout Plan Set and “Draft” Airport Master Plan Report will be provided to the
City, FAA, and WSDOT.
Task 11.3 - Final Report and ALP Drawing Set
The Final Airport Master Plan Report and ALP drawings set will be prepared and distributed based on
comments received from the FAA final coordination/review process and any subsequent comments
received from the Sponsor. This will be the final publication of the report and plans set.
Product: “Final” Airport Layout Plan Set and “Final” Airport Master Plan Report will be provided to the
City, FAA, and WSDOT.
39 | P a g e
Task 11.4 – Summary of Products to FAA
Product: Quantity
Chapters/Draft Chapters 1 – PDF (of each chapter)
Draft Final Update Report 1 – PDF
Preliminary Draft ALP Print Sets & FAA Checklist 1 – PDF
Draft ALP Set & FAA Checklist 1 – PDF
Final ALP Set 1 – Printed & 1 – PDF
Final Update Report 1 – Printed & 1 – PDF
Task 11.5 – Summary of Products to Sponsor
The items listed below include electronic PDF distribution to the Planning Advisory Committee (PAC)
and WSDOT. All draft electronic documents will be distributed to the public through links to the
Consultant or City project webpage. The City will receive electronic PDF distribution of draft materials,
and the final ALP and Report will be provided in both electronic PDF and Printed.
Product: Quantity
Chapters/Draft Chapters 1 – PDF (of each chapter)
Draft Final Update Report 1 – PDF
Preliminary Draft ALP Print Sets & FAA Checklist 1 – PDF
Draft ALP Set 1 – PDF
Final ALP Set 3 – Printed & 1 – PDF
Final ALP CADD Files 1 – Electronic CAD Files
Final Update Report 5 – Printed & 1 – PDF
2024 Arlington Municipal Airport - Airport Master Plan Fee
Principal Project Senior Assistant CADD Admin.
In Charge Manager Airport Planner or Sr. Planner II Planner Technician Support
Charge Rates $295.00 $220.00 $227.00 $190.00 $92.00 $140.00 $120.00 Hours Total Labor
Task Task Description
Element 1 STUDY INITIATION, SOW, AND PROJECT MANAGEMENT
1.1
1.2
1.2
1.3
Task Budget:4 64 18 0 0 0 26 112 $22,466.00 $23,235.00
Element 2 PUBLIC INVOLVEMENT PROCESS
2.1
2.1.1
2.1.2
2.1.3
2.2
2.2.1
2.2.2
2.2.3
2.3
2.3.1
2.3.2
2.4
2.4.1
2.4.2
2.4.3
2.4.4
Task Budget:9 80 57 0 0 0 54 200 $39,674.00 $15,170.00
Element 3 AGIS Survey
3.1
3.1.1
3.1.2
3.1.3
3.2
Task Budget:0 0 0 64 0 24 0 88 $15,520.00 $113,362.00
Element 4 EXISTING CONDITIONS
4.1
4.2
4.3
4.3.1
4.3.2
4.3.3
4.3.4
4.3.5
4.3.6
4.3.6
4.3.7
4.3.8
4.4
4.4.1
4.4.2
4.4.3
4.4.4
4.4.5
4.4.6
4.5
4.5.1
4.5.2
4.5.3
4.6
4.6.1
4.6.2
4.6.3
4.7
Task Budget:0 2 53 96 144 8 18 321 $47,239.00 $49,470.00
Element 5 AVIATION ACTIVITY FORECASTS
5.1 Prepare Aviation Activity Forecasts $0.00
5.1.1 Based Aircraft 0 0 4 8 8 0 0 20 $3,164.00
5.1.2 Aircraft Operations 0 0 4 2 2 0 0 8 $1,472.00
5.1.3 Activity Peaking 0 0 4 2 2 0 0 8 $1,472.00
5.1.4 Fleet Mix 0 0 4 2 2 0 0 8 $1,472.00
5.1.5 Critical Aircraft 0 0 4 2 2 0 0 8 $1,472.00
5.2 Preferred Forecasts 0 1 8 2 2 0 0 13 $2,600.00
5.3 Develop Forecast Chapter 0 2 30 16 16 0 6 70 $12,482.00
5.4 Forecast Approval 1 1 4 2 0 0 0 8 $1,803.00
Task Budget:1 4 62 36 34 0 6 143 $25,937.00 $0.00
Element 6 FACILITY REQUIREMENTS
6.1
6.2
6.3
6.4
Task Budget:0 2 40 32 64 16 6 160 $24,448.00 $12,280.00
Element 7 ALTERNATIVES ANALYSIS
7.1
7.2
7.2.1
7.2.2
Century West
7.2.3 Airport Design Standards (Airside & Landside)0 0 4 8 8 2 2 24 $3,684.00 $4,440.00
7.2.4 Airspace Compatibility 0 $0.00 $2,780.00
7.2.5 Land Use, Transportation, and Environmental Compatibility 0 $0.00 $2,185.00
7.2.6 Ultralight Operations 0 $0.00 $2,185.00
7.2.7 Glider Operations 0 $0.00 $2,185.00
7.3 Runway Protection Zone (RPZ) Analysis 0 $0.00 $2,535.00
7.3.1 Identify and Evaluate Existing and Future RPZ Deficiencies 0 $0.00 $2,535.00
7.3.2 RPZ Alternatives Analysis 0 $0.00 $3,565.00
7.3.3 Select Preferred RPZ Development Alternative 0 $0.00 $1,625.00
7.3.4 Prepare RPZ Assessment Summary 0 $0.00 $1,835.00
7.4 Advanced Air Mobility (AAM) Planning 0 $0.00
7.4.1 Summarize Advanced Air Mobility & Forecasted Growth 0 $0.00 $6,982.00
7.4.2 Summarize Advanced Air Mobility Anticipated Facility Needs 0 $0.00 $9,081.00
7.4.3 Prepare Advanced Air Mobility Summary 0 $0.00 $8,574.00
7.5 Vertiport Siting Analysis 0 $0.00
7.5.1 Vertiport Siting Overview 0 $0.00 $5,452.00
7.5.2 Vertiport Siting Facility Improvements 0 $0.00 $5,749.00
7.5.3 Prepare Vertiport Siting Alternatives Analsysis 0 $0.00 $10,254.00
7.5.4 Select Preferred Vertiport Siting Alternative 0 $0.00 $2,927.00
7.5.5 Prepare Veritport Siting Report 0 $0.00 $8,556.00
7.6 Air Traffic Control Siting (ATCT) Siting Analysis 0 $0.00
7.6.1 Preliminary ATCT Site Alternatives 0 $0.00
7.6.2 Preferred Site Recommendation 0 $0.00
7.6.3 ATCT Siting Report 0 $0.00 $20,050.00
7.7 Preferred Development Alternative 0 0 16 8 4 24 2 54 $9,120.00 $16,420.00
7.8 Prepare Development Alternatives Chapter 0 2 24 32 16 0 12 86 $14,880.00 $7,370.00
Task Budget:0 4 76 96 60 62 22 320 $53,212.00 $150,140.00
Element 8 Capital Improvement Plan (CIP)
8.1 Prepare CIP Spreadsheet 0 0 8 4 16 0 0 28 $4,048.00 $2,920.00
8.2 Prepare CIP Cost Estimates 0 $0.00 $15,630.00
8.3 Prepare CIP Chapter 0 2 16 4 16 0 4 42 $6,784.00 $6,500.00
Task Budget:0 2 24 8 32 0 4 70 $10,832.00 $25,050.00
Element 9 AIRPORT LAYOUT PLAN DRAWINGS
9.1 Cover Sheet & Approval Letter 0 $0.00 $1,695.00
9.2 Airport Data Sheet 0 $0.00 $5,870.00
9.3 Airport Layout Plan & ALP Checklist 0 $0.00 $17,220.00
9.4 Terminal Area Plan Drawings 0 $0.00 $0.00
9.4.1 East Development Area 0 $0.00 $6,040.00
9.4.2 Southwest Development Area 0 $0.00 $5,970.00
9.4.3 West Development Area 0 $0.00 $5,970.00
9.4.4 Northwest Development Area 0 $0.00 $5,970.00
9.5 Airport Airspace Drawing (FAR Part 77)0 0 4 8 0 24 2 38 $6,028.00
9.6 Runway Protection Zone/Inner Approach Plan & Profile Drawings $0.00
9.6.1 Runway 16 & 34 RPZ / Inner Approach Plan & Profile 0 0 4 8 0 16 2 30 $4,908.00
9.6.2 Runway 11 & 29 RPZ / Inner Approach Plan & Profile 0 0 4 8 0 16 2 30 $4,908.00
9.7 Approach Plan and Profile For Each Runway End $0.00
9.7.1 Runway 16 Plan & Profile Views 0 0 4 8 0 16 2 30 $4,908.00
9.7.2 Runway 34 Plan & Profile Views 0 0 4 8 0 16 2 30 $4,908.00
9.7.3 Runway 11 Plan & Profile Views 0 0 4 8 0 16 2 30 $4,908.00
9.7.4 Runway 29 Plan & Profile Views 0 0 4 8 0 16 2 30 $4,908.00
9.8 Threshold Siting Surface Drawing for Each Runway End $0.00
9.8.1 Runway 16 & 34 Threshold Siting Surface 0 0 4 0 0 16 2 22 $3,388.00
9.8.2 Runway 11 & 29 Threshold Siting Surface 0 0 4 0 0 16 2 22 $3,388.00
9.9 On-Airport Land Use Plan 0 0 4 0 0 24 2 30 $4,508.00
9.1.0 Off-Airport Land Use Plan 0 0 4 0 0 24 2 30 $4,508.00
9.1.1 Property Plan & Checklist 0 $0.00 $18,580.00
Task Budget:0 0 44 56 0 200 22 322 $51,268.00 $67,315.00
Element 10 AIRPORT SUSTAINABILITY PLANNING
10.1 Recycling and Solid Waste Management Plan
10.1.1 Waste Audit 0 0 1 2 6 0 0 9 $1,159.00
10.1.2 Recycling Feasibility 0 0 1 2 6 0 0 9 $1,159.00
10.1.3 Plan to Minimize Solid Waste Generation 0 0 1 2 6 0 0 9 $1,159.00
10.1.4 Operational and Maintenance Requirements 0 0 1 2 6 0 0 9 $1,159.00
10.1.5 Review Waste Management Contracts 0 0 1 2 6 0 0 9 $1,159.00
10.1.6 Potential for Cost Savings or Revenue Generation 0 0 1 2 6 0 0 9 $1,159.00
10.1.7 Prepare Recycling and Solid Waste Management Plan Chapter 0 0 4 4 16 0 4 28 $3,620.00
10.2 Sustainable Aviation Fuels (SAF)0 $0.00 $8,970.00
10.3 Airport Solar Grid 0 $0.00 $22,207.00
10.4 Foreign Trade Zone (FTZ)0 2 8 8 16 0 0 34 $5,248.00
Task Budget:0 0 10 16 52 0 4 82 $15,822.00 $31,177.00
Element 11 REPORTS AND DOCUMENTATION
11.1 "Preliminary" Draft ALP Set 0 1 4 4 0 8 4 21 $3,488.00 $12,960.00
11.2 Draft Airport Master Plan Report & Draft ALP Drawing Set 0 1 12 8 0 8 20 49 $7,984.00 $6,480.00
11.3 Final Report and ALP Drawing Set 0 1 2 1 0 0 1 5 $984.00 $1,590.00
11.4 Summary of Products to FAA
11.5 Summary of Products to Sponsor
Task Budget:0 3 18 13 0 16 25 75 $12,456.00 $21,030.00
Totals 14 162 406 421 394 326 187 1910 318,874$ $508,229.00
Expenses (travel, communication, postage, etc.)Subconsultant Expenses
PAC Meeting Travel - 5 Trips for 2 Consultants (Mileage, Meals, Hotels, Airfare)3,000.00$ DOWL PAC Meeting Travel $612.50
Production Expenses (Printing, Mailings, Postage, etc.)491.00$ DOWL Other Expenses $1,000.00
Kimley-Horn Expenses $1,127.00
Total CWE Reimbursable Expenses 3,491.00$ 2,739.50$
Total Project Estimate 833,334$
City of Arlington Council Agenda Bill
Item: WS #3 Attachment F
May 13, 2024
Resolution for WSDOT Grant – Airport Master Plan Update & AGIS Project
WSDOT Resolution
Airport; Lorene Robinson, Operations Coordinator 360-403-3472 EXPENDITURES REQUESTED: $41,667 BUDGET CATEGORY: CIP BUDGETED AMOUNT: LEGAL REVIEW:
To apply for a WSDOT grant, the Airport must submit a signed assurance in the form of a resolution that local matching funds of $41,667 are available and authorized for the proposed grant project. Airport staff applied for state funding for the Airport Master Plan Update & AGIS (Airport Geographic Information System) Project (request 5% WSDOT grant funding). The Airport Master Plan Update & AGIS Project was budgeted and is estimated to cost $833,334. Airport Staff also submitted a grant to the FAA for assistance in funding at 90%. HISTORY: The city has previously approved resolutions for several projects, including the Airport Admin Building Solar Project, Rwy 16/34 Mill and Overlay Project, Rwy 11/29 Overlay Project, 2018 Seal Coat Project, 2018 Pavement Improvements Project, 2017 Taxiway Charlie Lighting & Signing Improvement Project (not awarded), Mound Area Taxilane Project, Security Lighting Project, Emergency Generator Project, and
move to approve the resolution in order to apply for WSDOT grant funding for the Airport Master Plan Update & AGIS Project and authorize the Mayor to sign the resolution.”
RESOLUTION NO. 2024-xxx
A RESOLUTION OF THE CITY OF ARLINGTON, WASHINGTON, CONFIRMING LOCAL
MATCHING FUND AVAILABILITY FOR WSDOT AVIATION AID GRANT FUNDING
WHEREAS, the Washington State Department of Transportation (WSDOT) provides grants
to local airports for capital projects; and
WHEREAS, WSDOT Aviation has indicated the potential for a grant in support of the
Arlington Municipal Airport application for a grant Airport Master Plan Update & AGIS
Project; and
WHEREAS, the grant requirements will include local matching funds for grants which are
approved;
NOW THEREFORE, the City Council of the City of Arlington does hereby resolve as follows:
1. City staff is authorized to apply for a WSDOT Aviation Aid grant for the sum of
$41,667 in support of the Airport Master Plan Update & AGIS Project;
2. The Mayor is hereby authorized to sign all documents required to accept any grants
which are received; and
3. The City supports the proposed project and will commit to the local match
requirement for any grants which are received through WSDOT as required by law.
ADOPTED BY THE CITY COUNCIL of the City of Arlington, at its regular meeting held
this 13th day of May, 2024.
CITY OF ARLINGTON
_____________________________
Don E. Vanney, Mayor
ATTEST:
__________________________________
Wendy Van Der Meersche, City Clerk
APPROVED AS TO FORM:
___________________________________
Steven J. Peiffle, City Attorney
City of Arlington Council Agenda Bill
Item: WS #4 Attachment G
COUNCIL MEETING DATE: May 13, 2024
Resolution for WSDOT Grant - Perimeter Fencing Improvement Project
WSDOT Resolution
Airport; Lorene Robinson, Operations Coordinator 360-403-3472 EXPENDITURES REQUESTED: $24,750 BUDGET CATEGORY: CIP BUDGETED AMOUNT: LEGAL REVIEW:
local matching funds are available and authorized for the proposed grant project. Airport staff applied for state funding for the Perimeter Fencing Improvement Project (request 5% WSDOT grant funding). The Perimeter Fencing Improvement Project was budgeted and is estimated to cost $585,000 for construction and construction administration (grant does not include $90,000 of non-eligible construction costs or design fees). Airport Staff also submitted a grant to the FAA for assistance in funding. Although WSDOT only requires a 5% match ($24,750), airport staff budgeted and estimates that it will fund
Solar Project, Rwy 16/34 Mill and Overlay Project, Rwy 11/29 Overlay Project, 2018 Seal Coat Project, 2018 Pavement Improvements Project, 2017 Taxiway Charlie Lighting & Signing Improvement Project (not awarded), Mound Area Taxi lane Project, Security Lighting Project, Emergency Generator Project, and
move to approve the attached resolution in order to apply for WSDOT grant funding for the Perimeter Fencing Improvement Project and authorize the Mayor to sign the resolution.”
RESOLUTION NO. 2024-xxx
A RESOLUTION OF THE CITY OF ARLINGTON, WASHINGTON, CONFIRMING LOCAL
MATCHING FUND AVAILABILITY FOR WSDOT AVIATION AID GRANT FUNDING
WHEREAS, the Washington State Department of Transportation (WSDOT) provides grants
to local airports for capital projects; and
WHEREAS, WSDOT Aviation has indicated the potential for a grant in support of the
Arlington Municipal Airport application for a grant for the Perimeter Fencing Improvement
Project; and
WHEREAS, the grant requirements will include local matching funds for grants which are
approved;
NOW THEREFORE, the City Council of the City of Arlington does hereby resolve as follows:
1. City staff is authorized to apply for a WSDOT Aviation Aid grant for the sum of
$24,750 in support of the Perimeter Fencing Improvement Project;
2. The Mayor is hereby authorized to sign all documents required to accept any grants
which are received; and
3. The City supports the proposed project and will commit to the local match
requirement for any grants which are received through WSDOT as required by law.
ADOPTED BY THE CITY COUNCIL of the City of Arlington, at its regular meeting held
this 13th day of May, 2024.
CITY OF ARLINGTON
______________________________
Don E. Vanney, Mayor
ATTEST:
__________________________________
Wendy Van Der Meersche, City Clerk
APPROVED AS TO FORM:
___________________________________
Steven J. Peiffle, City Attorney
City of Arlington Council Agenda Bill
Item: WS #5 Attachment H
COUNCIL MEETING DATE: May 13, 2024
Resolution for WSDOT Grant – Taxiway Alpha Mill and Overlay Project
Resolution
Airport; Lorene Robinson, Operations Coordinator 360-403-3472 EXPENDITURES REQUESTED: $255, 851 BUDGET CATEGORY: CIP BUDGETED AMOUNT: LEGAL REVIEW:
local matching funds are available and authorized for the proposed grant project. Airport staff applied for state funding for the Taxiway Alpha Mill and Overlay Project (request 5% WSDOT grant funding). The Taxiway Alpha Mill and Overlay Project was budgeted and is estimated to cost $5,446,795 for construction and construction administration (grant does not include non-eligible design costs or $329,758 of non-eligible construction costs). Airport Staff also submitted a grant to the FAA for assistance in funding (requested 90% FAA grant funding). Although WSDOT only requires a 5% match ($255,851),
Solar Project, Rwy 16/34 Mill and Overlay Project, Rwy 11/29 Overlay Project, 2018 Seal Coat Project, 2018 Pavement Improvements Project, 2017 Taxiway Charlie Lighting & Signing Improvement Project (not awarded), Mound Area Taxilane Project, Security Lighting Project, Emergency Generator Project, and
move to approve the attached resolution in order to apply for WSDOT grant funding for the Taxiway Alpha Mill and Overlay Project and authorize the Mayor to sign the resolution.”
RESOLUTION NO. 2024-xxx
A RESOLUTION OF THE CITY OF ARLINGTON, WASHINGTON, CONFIRMING LOCAL
MATCHING FUND AVAILABILITY FOR WSDOT AVIATION AID GRANT FUNDING
WHEREAS, the Washington State Department of Transportation (WSDOT) provides grants
to local airports for capital projects; and
WHEREAS, WSDOT Aviation has indicated the potential for a grant in support of the
Arlington Municipal Airport application for a grant for the Taxiway Alpha Mill and Overlay
Project; and
WHEREAS, the grant requirements will include local matching funds for grants which are
approved;
NOW THEREFORE, the City Council of the City of Arlington does hereby resolve as follows:
1. City staff is authorized to apply for a WSDOT Aviation Aid grant for the sum of
$255,851 in support of the Taxiway Alpha Mill and Overlay Project;
2. The Mayor is hereby authorized to sign all documents required to accept any grants
which are received; and
3. The city supports the proposed project and will commit to the local match
requirement for any grants which are received through WSDOT as required by law.
ADOPTED BY THE CITY COUNCIL of the City of Arlington, at its regular meeting held
this 13th day of May, 2024.
CITY OF ARLINGTON
__________________________________
Don E. Vanney, Mayor
ATTEST:
__________________________________
Wendy Van Der Meersche, City Clerk
APPROVED AS TO FORM:
___________________________________
Steven J. Peiffle, City Attorney
City of Arlington
Council Agenda Bill
Item:
WS #6
Attachment
I
COUNCIL MEETING DATE:
May 13, 2024
SUBJECT:
Budget Amendment for Approval of Airport Fiber Installation Project
ATTACHMENTS:
Quote and Contract
DEPARTMENT OF ORIGIN
Airport; Monroe Whitman, Airport Operations Manager 360-403-3471
EXPENDITURES REQUESTED: $165,398.68
BUDGET CATEGORY: CIP
BUDGETED AMOUNT: 0
LEGAL REVIEW:
DESCRIPTION:
Airport Staff is returning to the City Council to request approval of a 2024 budget amendment and contract
for the Airport Fiber Installation Project in the amount of $165,398.68.
The Airport Fiber Installation Project will be completed in two phases to provide additional security and
fiber/internet capability for airport tenants. The project will be completed in 2024 under state contract
with Cannon Companies.
Airport staff is requesting a budget amendment as this project was not included in the 2024 approved
budget. Staff plans on using the approved capital budget funds from the 51st and 172nd restroom project
as this project is no longer occurring in 2024.
HISTORY:
This project will help to improve internet service and security for airport tenants and businesses located
on the field. Continuing to install fiber throughout the airport, will improve operations for businesses to
remain or relocate to the Arlington Municipal Airport.
ALTERNATIVES
Remand to staff for additional information.
RECOMMENDED MOTION:
Workshop; discussion only. At the May 13, 2024, Council meeting, the recommended motion will be, “I
move to approve The Airport Fiber Installation Project as part of a 2024 budget amendment in the amount
not to exceed $165,398.68 and authorize the Mayor to sign the contract with Cannon Companies.
W Ă Ő Ğ ͮϭ
ϰϬϲWŽƌƚĞƌtĂLJ͘DŝůƚŽŶ͕tϵϴϯϱϰ͘EEK/Ϭϱϱ^͕t
ǁǁǁ͘ĐĂŶŶŽŶĐŽŶƐƚƌƵĐƚŝŽŶŝŶĐ͘ĐŽŵ͘ϮϱϯͲϵϮϮͲϮϳϴϳ͘&ĂdžϮϱϯͲϵϮϮͲϯϮϰϱ
ϰϬϲWŽƌƚĞƌtĂLJ ĂƚĞ͗ϮͲϭϮͲϮϬϮϰ
DŝůƚŽŶ͕tϵϴϯϱϰͲϵϲϯϱϰ :ŽďůŽĐĂƚŝŽŶ͗ƌůŝŶŐƚŽŶŝƌƉŽƌƚ
ŽŶƚĂĐƚ͗^ŚĂŶĞ'ŽƚƚďƌĞŚƚ ŝĚŶƵŵďĞƌ͗ϮϰͲϭϰϮϵ
WŚŽŶĞ͗ϮϱϯͲϵϮϮͲϮϳϴϳ
&Ădž͗ϮϱϯͲϵϮϮͲϯϮϰϱ
WƌŽũĞĐƚdŝƚůĞ͗^ŽŶƚƌĂĐƚϬϱϲϮϬ/dĂďůŝŶŐͲϱϭƐƚ'ĂƚĞͬĂŵĞƌĂƌůŝŶŐƚŽŶŝƌƉŽƌƚ
dŚĂŶŬLJŽƵĨŽƌƚŚĞŽƉƉŽƌƚƵŶŝƚLJƚŽƉĂƌƚŝĐŝƉĂƚĞŝŶƚŚĞĂďŽǀĞƌĞĨĞƌĞŶĐĞĚƉƌŽũĞĐƚ͘dŚĞĨŽůůŽǁŝŶŐŝƐŽƵƌĐŽƐƚƉƌŽƉŽƐĂů͘
ŝĚ/ƚĞŵ ĞƐĐƌŝƉƚŝŽŶhŶŝƚ YƚLJ hŶŝƚWƌŝĐĞ ŝĚdŽƚĂů
ϭϬ dƌĞŶĐŚϮͲϮ͟ĐŽŶĚƵŝƚƐ&d ϭϴϳϴ ΨϯϮ͘ϭϯ ΨϲϬ͕ϯϰϬ͘ϭϰ
ϮϬ ϮϱͲd/ŶƐƚĂůů Ϯ Ψϲ͕ϳϲϰ͘ϴϰ Ψϭϯ͕ϱϮϵ͘ϲϴ
ϯϬ ϭϳdžϯϬ,,/ŶƐƚĂůů ϯ ΨϮ͕Ϯϱϰ͘Ϭϭ Ψϲ͕ϳϲϮ͘Ϭϯ
ϰϬ &ŝďĞƌWƵůůϮϴϴĐƚĂŶĚϭϮĐƚĨŝďĞƌ&d ϮϮϱϰ Ψϲ͘ϴϭ Ψϭϱ͕ϯϰϵ͘ϳϰ
ϱϬ ,ŽĨĨŵĂŶŽdždĞƌŵŝŶĂƚŝŽŶ Ϯ ΨϮ͕ϲϵϲ͘ϯϭ Ψϱ͕ϯϵϮ͘ϲϮ
ϲϬ &ŝďĞƌĂƐĞ/ŶƐƚĂůůĂŶĚ^ƉůŝĐŝŶŐ ϭ Ψϯ͕ϭϯϴ͘ϭϭ Ψϯ͕ϭϯϴ͘ϭϭ
ϳϬ ,ĂƌĚ^ƵƌĨĂĐĞZĞƐƚŽƌĂƚŝŽŶ^Y&d ϯϬ Ψϳϴ͘Ϯϴ ΨϮ͕ϯϰϴ͘ϰϬ
^ƵďdŽƚĂů ΨϭϬϲ͕ϴϲϬ͘ϳϮ
ϵ͘ϯй ^ĂůĞƐdĂdž Ψϵ͕ϵϯϴ͘Ϭϰ
dŽƚĂů Ψϭϭϲ͕ϳϵϴ͘ϳϲ
^ĐŽƉĞŽĨtŽƌŬ
dƌĞŶĐŚϮͲϮ͟ĐŽŶĚƵŝƚƚŽĂĚĞƉƚŚŽĨϯϲ͟ĂŶĚƌĞƐƚŽƌĞƐŽĨƚƐƵƌĨĂĐĞǁŝƚŚƌŽĐŬĂŶĚͬŽƌƚŽƉƐŽŝůĂŶĚŐƌĂƐƐƐĞĞĚ
/ŶƐƚĂůůϮϱͲdsĂƵůƚĨŽƌƐƉůŝĐĞůŽĐĂƚŝŽŶƐĂŶĚϭϳdžϯϬ,,ĨŽƌƐƚŽƌĂŐĞ
WůĂĐĞϮϴϴĐƚĂŶĚϭϮĐƚĨŝďĞƌŝŶŶĞǁĐŽŶĚƵŝƚƉĞƌĚĞƐŝŐŶ
/ŶƐƚĂůů,ŽĨĨŵĂŶďŽdžĂŶĚƚĞƌŵŝŶĂƚĞϭϮĐƚĨŝďĞƌ
^ƉůŝĐĞϮϴϴĐƚĨŝďĞƌƚŽϭϮĐƚĨŝďĞƌŝŶĐĂƐĞ
dĞƐƚŝŶŐŽĨƚĞƌŵŝŶĂƚĞĚĨŝďĞƌƐ
ZĞƐƚŽƌĞŚĂƌĚƐƵƌĨĂĐĞƌĞƐƚŽƌĂƚŝŽŶƚŽĞƋƵĂůŽƌďĞƚƚĞƌƋƵĂůŝƚLJ
WůĂĐĞ;ϭͿƚƌĂĐĞƌǁŝƌĞĂŶĚŵƵůĞƚĂƉĞŝŶĐŽŶĚƵŝƚ
WƌŽǀŝĚĞĂůůŵĂƚĞƌŝĂůƚŽĐŽŵƉůĞƚĞƐĐŽƉĞŽĨǁŽƌŬ
&ůĂŐŐŝŶŐĨŽƌĐƌŽƐƐŝŶŐƐĂƚϭϴϴƚŚ^ƚEĂŶĚϱϵƚŚƌE
/ŶĐůƵĚĞƐƉƌĞǀĂŝůŝŶŐǁĂŐĞ
W Ă Ő Ğ ͮϮ
ϰϬϲWŽƌƚĞƌtĂLJ͘DŝůƚŽŶ͕tϵϴϯϱϰ͘EEK/Ϭϱϱ^͕t
ǁǁǁ͘ĐĂŶŶŽŶĐŽŶƐƚƌƵĐƚŝŽŶŝŶĐ͘ĐŽŵ͘ϮϱϯͲϵϮϮͲϮϳϴϳ͘&ĂdžϮϱϯͲϵϮϮͲϯϮϰϱ
džĐůƵƐŝŽŶƐ
EŝŐŚƚĂŶĚǁĞĞŬĞŶĚǁŽƌŬ
WĞƌŵŝƚƚŝŶŐ;ĂůůǁŽƌŬŽŶƉƌŝǀĂƚĞƉƌŽƉĞƌƚLJͿ
ŚĂŶŐĞƐƚŽƐĐŽƉĞŽĨǁŽƌŬĂĨƚĞƌďŝĚƉƌŽƉŽƐĂůĂĐĐĞƉƚĂŶĐĞ
ZĞƉĂŝƌŽƌƌĞƉůĂĐĞŵĞŶƚŽĨĞdžŝƐƚŝŶŐǁŝƌĞ
ŽŶĚŝŶŐ
EŽƚĞ͗dŚŝƐƉƌŽƉŽƐĂůŵĂLJďĞǁŝƚŚĚƌĂǁŶďLJƵƐŝĨŶŽƚĂĐĐĞƉƚĞĚǁŝƚŚŝŶϯϬĂLJƐŽĨƉƌŽƉŽƐĂůĚĂƚĞ͘
WĂLJŵĞŶƚƐƐŚĂůůďĞŵĂĚĞĞĂĐŚƚŚŝƌƚLJĚĂLJƐĂƐƚŚĞǁŽƌŬƉƌŽŐƌĞƐƐĞƐ͘dŚĞĞŶƚŝƌĞĂŵŽƵŶƚŽĨƚŚĞĐŽŶƚƌĂĐƚƐŚĂůůďĞƉĂŝĚǁŝƚŚŝŶ
ƚŚŝƌƚLJĚĂLJƐĂĨƚĞƌĐŽŵƉůĞƚŝŽŶ͘
dĞƌŵƐĂŶĚŽŶĚŝƚŝŽŶƐ
ŝĚdĞƌŵ͘dŚŝƐŝĚƌĞŵĂŝŶƐĞĨĨĞĐƚŝǀĞĨŽƌƚŚŝƌƚLJ;ϯϬͿĚĂLJƐĨƌŽŵƚŚĞĚĂƚĞƐŚŽǁŶ͕ĂĨƚĞƌǁŚŝĐŚŝƚŝƐƐƵďũĞĐƚƚŽĐŚĂŶŐĞŽƌĐĂŶĐĞůůĂƚŝŽŶ͘
ŚĂŶŐĞƐ͘ŶLJĐŚĂŶŐĞƐĨƌŽŵƚŚĞƐƉĞĐŝĨŝĐĂƚŝŽŶƐŽŶƚŚĞĨĂĐĞŽĨƚŚŝƐŐƌĞĞŵĞŶƚǁŝůůďĞƵŶĚĞƌƚĂŬĞŶŽŶůLJƵƉŽŶǁƌŝƚƚĞŶŽƌĚĞƌ͕ĂŶĚǁŝůůďĞĐŚĂƌŐĞĚĂƚ
dŝŵĞĂŶĚDĂƚĞƌŝĂůƌĂƚĞƐƵŶůĞƐƐŽƚŚĞƌǁŝƐĞƐƉĞĐŝĨŝĞĚŝŶǁƌŝƚŝŶŐ͘
ĂƌůLJdĞƌŵŝŶĂƚŝŽŶ͘/ŶƚŚĞĞǀĞŶƚƚŚĂƚĂƉƌŽũĞĐƚŝƐĐĂŶĐĞůĞĚƉƌĞŵĂƚƵƌĞůLJ͕ϮϬйZĞͲ^ƚŽĐŬŝŶŐĨĞĞǁŝůůďĞĐŚĂƌŐĞĚƚŽŽǁŶĞƌ͘
WĂLJŵĞŶƚ͘ƵƐƚŽŵĞƌƐŚĂůůƉĂLJĂŶŶŽŶŽŶƐƚƌƵĐƚŝŽŶƚŚĞĂŵŽƵŶƚŝŶǀŽŝĐĞĚďLJĂŶŶŽŶŽŶƐƚƌƵĐƚŝŽŶǁŝƚŚŝŶƚŚŝƌƚLJ;ϯϬͿĚĂLJƐĨƌŽŵƚŚĞĚĂƚĞŽĨŝŶǀŽŝĐĞ͘
ƵƐƚŽŵĞƌĂŐƌĞĞƐƚŽƉĂLJĂŶŶŽŶŽŶƐƚƌƵĐƚŝŽŶϭϴйĨŝŶĂŶĐĞĐŚĂƌŐĞƐƉĞƌŵŽŶƚŚŽŶĂŶLJƵŶƉĂŝĚďĂůĂŶĐĞ͘
&ŽƌĐĞDĂũĞƵƌĞ͘ĂŶŶŽŶŽŶƐƚƌƵĐƚŝŽŶƐŚĂůůŶŽƚďĞůŝĂďůĞŝŶĚĂŵĂŐĞƐŽƌŽƚŚĞƌǁŝƐĞĨŽƌĚĞůĂLJŽƌĨĂŝůƵƌĞƚŽĐŽŵƉůĞƚĞƚŚĞũŽďŽĐĐĂƐŝŽŶĞĚďLJƵƐƚŽŵĞƌ͕
ƵƐƚŽŵĞƌ͛ƐĂŐĞŶƚƐ͕ĂĐƚƐŽĨ'ŽĚ͕ĂĐĐŝĚĞŶƚƐ͕ůĂďŽƌĚŝƐƉƵƚĞƐ͕ĐĂƌƌŝĞƌĚĞůĂLJƐ͕ŽƌŽƚŚĞƌĐĂƵƐĞƐŽƵƚƐŝĚĞŽĨƚŚĞĐŽŶƚƌŽůŽĨĂŶŶŽŶŽŶƐƚƌƵĐƚŝŽŶ͘
,ĂnjĂƌĚŽƵƐ DĂƚĞƌŝĂůƐ͘ ĂŶŶŽŶ ŽŶƐƚƌƵĐƚŝŽŶ ƐŚĂůů ŶŽƚ ďĞ ƌĞƐƉŽŶƐŝďůĞ ĨŽƌ ƚĞƐƚŝŶŐ͕ ŚĂŶĚůŝŶŐ͕ Žƌ ĚŝƐƉŽƐŝŶŐ ŽĨ ĐŽŶƚĂŵŝŶĂƚĞĚ͕ ƚŽdžŝĐ Žƌ ŚĂnjĂƌĚŽƵƐ
ŵĂƚĞƌŝĂůƐƵŶůĞƐƐŽƚŚĞƌǁŝƐĞƉƌŽǀŝĚĞĚŝŶƚŚŝƐĂŐƌĞĞŵĞŶƚ͘ĂŶŶŽŶŽŶƐƚƌƵĐƚŝŽŶƐŚĂůůĂƐƐƵŵĞƚŚĂƚĂůůŵĂƚĞƌŝĂůƐŚĂƵůĞĚĨƌŽŵƚŚĞũŽďƐŝƚĞĂƌĞŶŽƚ
ĐŽŶƚĂŵŝŶĂƚĞĚ͕ƚŽdžŝĐŽƌŚĂnjĂƌĚŽƵƐ͕ƵŶůĞƐƐŽƚŚĞƌǁŝƐĞƉƌŽǀŝĚĞĚŝŶƚŚŝƐŐƌĞĞŵĞŶƚ͘ƵƐƚŽŵĞƌĂŐƌĞĞƐƚŽŝŶĚĞŵŶŝĨLJ͕ĚĞĨĞŶĚĂŶĚŚŽůĚŚĂƌŵůĞƐƐĂŶŶŽŶ
ŽŶƐƚƌƵĐƚŝŽŶĨƌŽŵĂŶĚĂŐĂŝŶƐƚĂŶLJĐůĂŝŵƐ͕ĂĐƚŝŽŶƐ͕ĚĂŵĂŐĞƐ͕ĂŶĚͬŽƌĞdžƉĞŶƐĞƐĂƌŝƐŝŶŐŽƵƚŽĨĂŶŶŽŶŽŶƐƚƌƵĐƚŝŽŶ͛ƐŚĂŶĚůŝŶŐŽƌĚŝƐƉŽƐŝŶŐŽĨĂŶLJ
ƐƵĐŚŵĂƚĞƌŝĂůƐŝŶƚŚĞƉĞƌĨŽƌŵĂŶĐĞŽĨŝƚƐŽďůŝŐĂƚŝŽŶƐƵŶĚĞƌƚŚŝƐĂŐƌĞĞŵĞŶƚ͘
>ŝĞŶ͘ĂŶŶŽŶŽŶƐƚƌƵĐƚŝŽŶ͘ƐŚĂůůĨŝůĞĂůŝĞŶŽŶƚŚĞũŽďůŽĐĂƚŝŽŶŝĨŶĞĐĞƐƐĂƌLJƚŽĞŶĨŽƌĐĞĂŶLJŽĨƚŚĞƉĂLJŵĞŶƚƉƌŽǀŝƐŝŽŶƐŽĨƚŚŝƐŐƌĞĞŵĞŶƚ͘
W Ă Ő Ğ ͮϯ
ϰϬϲWŽƌƚĞƌtĂLJ͘DŝůƚŽŶ͕tϵϴϯϱϰ͘EEK/Ϭϱϱ^͕t
ǁǁǁ͘ĐĂŶŶŽŶĐŽŶƐƚƌƵĐƚŝŽŶŝŶĐ͘ĐŽŵ͘ϮϱϯͲϵϮϮͲϮϳϴϳ͘&ĂdžϮϱϯͲϵϮϮͲϯϮϰϱ
tĂƌƌĂŶƚLJ͘ĂŶŶŽŶŽŶƐƚƌƵĐƚŝŽŶ͘ǁŽƌŬŝƐŐƵĂƌĂŶƚĞĞĚĂŐĂŝŶƐƚĨĂƵůƚLJŵĂƚĞƌŝĂůĂŶĚǁŽƌŬŵĂŶƐŚŝƉĨŽƌŽŶĞ;ϭͿLJĞĂƌ͘>>Kd,ZtZZEd/^Z
/^>/D͕/E>h/E'tZZEdzK&DZ,Ed/>/dzE&/dE^^&KZWZd/h>ZWhZWK^͘
ŶLJĂůƚĞƌĂƚŝŽŶŽƌĚĞǀŝĂƚŝŽŶĨƌŽŵƚŚĞĂďŽǀĞƐƉĞĐŝĨŝĐĂƚŝŽŶƐŝŶǀŽůǀŝŶŐĞdžƚƌĂĐŽƐƚŽĨŵĂƚĞƌŝĂůĂŶĚͬŽƌůĂďŽƌǁŝůůŽŶůLJďĞĞdžĞĐƵƚĞĚƵƉŽŶǁƌŝƚƚĞŶŽƌĚĞƌƐĨŽƌ
ƐĂŵĞ͕ĂŶĚǁŝůůďĞĐŽŵĞĂŶĞdžƚƌĂĐŚĂƌŐĞŽǀĞƌƚŚĞƐƵŵŵĞŶƚŝŽŶĞĚŝŶƚŚŝƐĐŽŶƚƌĂĐƚ͘ůůĂŐƌĞĞŵĞŶƚƐŵƵƐƚďĞŵĂĚĞŝŶǁƌŝƚŝŶŐ͘
ZĞƐƉĞĐƚĨƵůůLJƐƵďŵŝƚƚĞĚ͕
ƐƚŝŵĂƚŽƌ͗
^ŝŐŶĞĚ:
^ŝŐŶĞĚ͗ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ ĂƚĞ͗ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ
dŝƚůĞ͗ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ
W Ă Ő Ğ ͮϭ
ϰϬϲWŽƌƚĞƌtĂLJ͘DŝůƚŽŶ͕tϵϴϯϱϰ͘EEK/Ϭϱϱ^͕t
ǁǁǁ͘ĐĂŶŶŽŶĐŽŶƐƚƌƵĐƚŝŽŶŝŶĐ͘ĐŽŵ͘ϮϱϯͲϵϮϮͲϮϳϴϳ͘&ĂdžϮϱϯͲϵϮϮͲϯϮϰϱ
ϰϬϲWŽƌƚĞƌtĂLJ ĂƚĞ͗ϮͲϭϮͲϮϬϮϰ
DŝůƚŽŶ͕tϵϴϯϱϰͲϵϲϯϱϰ :ŽďůŽĐĂƚŝŽŶ͗ƌůŝŶŐƚŽŶŝƌƉŽƌƚ
ŽŶƚĂĐƚ͗^ŚĂŶĞ'ŽƚƚďƌĞŚƚ ŝĚŶƵŵďĞƌ͗ϮϰͲϭϰϮϵ
WŚŽŶĞ͗ϮϱϯͲϵϮϮͲϮϳϴϳ
&Ădž͗ϮϱϯͲϵϮϮͲϯϮϰϱ
WƌŽũĞĐƚdŝƚůĞ͗^ŽŶƚƌĂĐƚϬϱϲϮϬ/dĂďůŝŶŐͲĞĂĐŽŶdŽǁĞƌƌůŝŶŐƚŽŶŝƌƉŽƌƚ
dŚĂŶŬLJŽƵĨŽƌƚŚĞŽƉƉŽƌƚƵŶŝƚLJƚŽƉĂƌƚŝĐŝƉĂƚĞŝŶƚŚĞĂďŽǀĞƌĞĨĞƌĞŶĐĞĚƉƌŽũĞĐƚ͘dŚĞĨŽůůŽǁŝŶŐŝƐŽƵƌĐŽƐƚƉƌŽƉŽƐĂů͘
ŝĚ/ƚĞŵ ĞƐĐƌŝƉƚŝŽŶ hŶŝƚ YƚLJ hŶŝƚWƌŝĐĞ ŝĚdŽƚĂů
ϭϬ dƌĞŶĐŚϮͲϮ͟ĐŽŶĚƵŝƚƐ &d ϱϲϮ ΨϯϮ͘ϭϯ Ψϭϴ͕Ϭϱϳ͘Ϭϲ
ϮϬ ϮϱͲd/ŶƐƚĂůů ϭ Ψϲ͕ϳϲϰ͘ϴϰ Ψϲ͕ϳϲϰ͘ϴϰ
ϯϬ ϭϳdžϯϬ,,/ŶƐƚĂůů Ϯ ΨϮ͕Ϯϱϰ͘Ϭϭ Ψϰ͕ϱϬϴ͘ϬϮ
ϰϬ &ŝďĞƌWƵůůϮϴϴĐƚĂŶĚϭϮĐƚĨŝďĞƌ &d ϲϳϲ Ψϲ͘ϴϭ Ψϰ͕ϲϬϯ͘ϱϲ
ϱϬ ,ŽĨĨŵĂŶŽdždĞƌŵŝŶĂƚŝŽŶ ϭ Ψϯ͕ϭϯϴ͘ϭϭ Ψϯ͕ϭϯϴ͘ϭϭ
ϲϬ &ŝďĞƌĂƐĞ/ŶƐƚĂůůĂŶĚ^ƉůŝĐŝŶŐ ϭ ΨϮ͕ϲϵϲ͘ϯϭ ΨϮ͕ϲϵϲ͘ϯϭ
ϳϬ ,ĂƌĚ^ƵƌĨĂĐĞZĞƐƚŽƌĂƚŝŽŶ ^Y&d ϲϬ Ψϳϴ͘Ϯϴ Ψϰ͕ϲϵϲ͘ϴϬ
^ƵďdŽƚĂů Ψϰϰ͕ϰϲϰ͘ϳϬ
ϵ͘ϯй ^ĂůĞƐdĂdž Ψϰ͕ϭϯϱ͘ϮϮ
dŽƚĂů Ψϰϴ͕ϱϵϵ͘ϵϮ
^ĐŽƉĞŽĨtŽƌŬ
dƌĞŶĐŚϮͲϮ͟ĐŽŶĚƵŝƚƚŽĂĚĞƉƚŚŽĨϯϲ͟ĂŶĚƌĞƐƚŽƌĞƐŽĨƚƐƵƌĨĂĐĞǁŝƚŚƌŽĐŬĂŶĚͬŽƌƚŽƉƐŽŝůĂŶĚŐƌĂƐƐƐĞĞĚ
/ŶƐƚĂůůϮϱͲdsĂƵůƚĨŽƌƐƉůŝĐĞůŽĐĂƚŝŽŶƐĂŶĚϭϳdžϯϬ,,ĨŽƌƐƚŽƌĂŐĞ
WůĂĐĞϮϴϴĐƚĂŶĚϭϮĐƚĨŝďĞƌŝŶŶĞǁĐŽŶĚƵŝƚƉĞƌĚĞƐŝŐŶ
/ŶƐƚĂůů,ŽĨĨŵĂŶďŽdžĂŶĚƚĞƌŵŝŶĂƚĞϭϮĐƚĨŝďĞƌ
^ƉůŝĐĞϮϴϴĐƚĨŝďĞƌƚŽϭϮĐƚĨŝďĞƌŝŶĐĂƐĞ
dĞƐƚŝŶŐŽĨƚĞƌŵŝŶĂƚĞĚĨŝďĞƌƐ
ZĞƐƚŽƌĞŚĂƌĚƐƵƌĨĂĐĞƌĞƐƚŽƌĂƚŝŽŶƚŽĞƋƵĂůŽƌďĞƚƚĞƌƋƵĂůŝƚLJ
WůĂĐĞ;ϭͿƚƌĂĐĞƌǁŝƌĞĂŶĚŵƵůĞƚĂƉĞŝŶĐŽŶĚƵŝƚ
WƌŽǀŝĚĞĂůůŵĂƚĞƌŝĂůƚŽĐŽŵƉůĞƚĞƐĐŽƉĞŽĨǁŽƌŬ
&ůĂŐŐŝŶŐĨŽƌĐƌŽƐƐŝŶŐƐĂƚϭϴϴƚŚ^ƚEĂŶĚϱϵƚŚƌE
/ŶĐůƵĚĞƐƉƌĞǀĂŝůŝŶŐǁĂŐĞ
W Ă Ő Ğ ͮϮ
ϰϬϲWŽƌƚĞƌtĂLJ͘DŝůƚŽŶ͕tϵϴϯϱϰ͘EEK/Ϭϱϱ^͕t
ǁǁǁ͘ĐĂŶŶŽŶĐŽŶƐƚƌƵĐƚŝŽŶŝŶĐ͘ĐŽŵ͘ϮϱϯͲϵϮϮͲϮϳϴϳ͘&ĂdžϮϱϯͲϵϮϮͲϯϮϰϱ
džĐůƵƐŝŽŶƐ
EŝŐŚƚĂŶĚǁĞĞŬĞŶĚǁŽƌŬ
WĞƌŵŝƚƚŝŶŐ;ĂůůǁŽƌŬŽŶƉƌŝǀĂƚĞƉƌŽƉĞƌƚLJͿ
ŚĂŶŐĞƐƚŽƐĐŽƉĞŽĨǁŽƌŬĂĨƚĞƌďŝĚƉƌŽƉŽƐĂůĂĐĐĞƉƚĂŶĐĞ
ZĞƉĂŝƌŽƌƌĞƉůĂĐĞŵĞŶƚŽĨĞdžŝƐƚŝŶŐǁŝƌĞ
ŽŶĚŝŶŐ
EŽƚĞ͗dŚŝƐƉƌŽƉŽƐĂůŵĂLJďĞǁŝƚŚĚƌĂǁŶďLJƵƐŝĨŶŽƚĂĐĐĞƉƚĞĚǁŝƚŚŝŶϯϬĂLJƐŽĨƉƌŽƉŽƐĂůĚĂƚĞ͘
WĂLJŵĞŶƚƐƐŚĂůůďĞŵĂĚĞĞĂĐŚƚŚŝƌƚLJĚĂLJƐĂƐƚŚĞǁŽƌŬƉƌŽŐƌĞƐƐĞƐ͘dŚĞĞŶƚŝƌĞĂŵŽƵŶƚŽĨƚŚĞĐŽŶƚƌĂĐƚƐŚĂůůďĞƉĂŝĚǁŝƚŚŝŶ
ƚŚŝƌƚLJĚĂLJƐĂĨƚĞƌĐŽŵƉůĞƚŝŽŶ͘
dĞƌŵƐĂŶĚŽŶĚŝƚŝŽŶƐ
ŝĚdĞƌŵ͘dŚŝƐŝĚƌĞŵĂŝŶƐĞĨĨĞĐƚŝǀĞĨŽƌƚŚŝƌƚLJ;ϯϬͿĚĂLJƐĨƌŽŵƚŚĞĚĂƚĞƐŚŽǁŶ͕ĂĨƚĞƌǁŚŝĐŚŝƚŝƐƐƵďũĞĐƚƚŽĐŚĂŶŐĞŽƌĐĂŶĐĞůůĂƚŝŽŶ͘
ŚĂŶŐĞƐ͘ŶLJĐŚĂŶŐĞƐĨƌŽŵƚŚĞƐƉĞĐŝĨŝĐĂƚŝŽŶƐŽŶƚŚĞĨĂĐĞŽĨƚŚŝƐŐƌĞĞŵĞŶƚǁŝůůďĞƵŶĚĞƌƚĂŬĞŶŽŶůLJƵƉŽŶǁƌŝƚƚĞŶŽƌĚĞƌ͕ĂŶĚǁŝůůďĞĐŚĂƌŐĞĚĂƚ
dŝŵĞĂŶĚDĂƚĞƌŝĂůƌĂƚĞƐƵŶůĞƐƐŽƚŚĞƌǁŝƐĞƐƉĞĐŝĨŝĞĚŝŶǁƌŝƚŝŶŐ͘
ĂƌůLJdĞƌŵŝŶĂƚŝŽŶ͘/ŶƚŚĞĞǀĞŶƚƚŚĂƚĂƉƌŽũĞĐƚŝƐĐĂŶĐĞůĞĚƉƌĞŵĂƚƵƌĞůLJ͕ϮϬйZĞͲ^ƚŽĐŬŝŶŐĨĞĞǁŝůůďĞĐŚĂƌŐĞĚƚŽŽǁŶĞƌ͘
WĂLJŵĞŶƚ͘ƵƐƚŽŵĞƌƐŚĂůůƉĂLJĂŶŶŽŶŽŶƐƚƌƵĐƚŝŽŶƚŚĞĂŵŽƵŶƚŝŶǀŽŝĐĞĚďLJĂŶŶŽŶŽŶƐƚƌƵĐƚŝŽŶǁŝƚŚŝŶƚŚŝƌƚLJ;ϯϬͿĚĂLJƐĨƌŽŵƚŚĞĚĂƚĞŽĨŝŶǀŽŝĐĞ͘
ƵƐƚŽŵĞƌĂŐƌĞĞƐƚŽƉĂLJĂŶŶŽŶŽŶƐƚƌƵĐƚŝŽŶϭϴйĨŝŶĂŶĐĞĐŚĂƌŐĞƐƉĞƌŵŽŶƚŚŽŶĂŶLJƵŶƉĂŝĚďĂůĂŶĐĞ͘
&ŽƌĐĞDĂũĞƵƌĞ͘ĂŶŶŽŶŽŶƐƚƌƵĐƚŝŽŶƐŚĂůůŶŽƚďĞůŝĂďůĞŝŶĚĂŵĂŐĞƐŽƌŽƚŚĞƌǁŝƐĞĨŽƌĚĞůĂLJŽƌĨĂŝůƵƌĞƚŽĐŽŵƉůĞƚĞƚŚĞũŽďŽĐĐĂƐŝŽŶĞĚďLJƵƐƚŽŵĞƌ͕
ƵƐƚŽŵĞƌ͛ƐĂŐĞŶƚƐ͕ĂĐƚƐŽĨ'ŽĚ͕ĂĐĐŝĚĞŶƚƐ͕ůĂďŽƌĚŝƐƉƵƚĞƐ͕ĐĂƌƌŝĞƌĚĞůĂLJƐ͕ŽƌŽƚŚĞƌĐĂƵƐĞƐŽƵƚƐŝĚĞŽĨƚŚĞĐŽŶƚƌŽůŽĨĂŶŶŽŶŽŶƐƚƌƵĐƚŝŽŶ͘
,ĂnjĂƌĚŽƵƐ DĂƚĞƌŝĂůƐ͘ ĂŶŶŽŶ ŽŶƐƚƌƵĐƚŝŽŶ ƐŚĂůů ŶŽƚ ďĞ ƌĞƐƉŽŶƐŝďůĞ ĨŽƌ ƚĞƐƚŝŶŐ͕ ŚĂŶĚůŝŶŐ͕ Žƌ ĚŝƐƉŽƐŝŶŐ ŽĨ ĐŽŶƚĂŵŝŶĂƚĞĚ͕ ƚŽdžŝĐ Žƌ ŚĂnjĂƌĚŽƵƐ
ŵĂƚĞƌŝĂůƐƵŶůĞƐƐŽƚŚĞƌǁŝƐĞƉƌŽǀŝĚĞĚŝŶƚŚŝƐĂŐƌĞĞŵĞŶƚ͘ĂŶŶŽŶŽŶƐƚƌƵĐƚŝŽŶƐŚĂůůĂƐƐƵŵĞƚŚĂƚĂůůŵĂƚĞƌŝĂůƐŚĂƵůĞĚĨƌŽŵƚŚĞũŽďƐŝƚĞĂƌĞŶŽƚ
ĐŽŶƚĂŵŝŶĂƚĞĚ͕ƚŽdžŝĐŽƌŚĂnjĂƌĚŽƵƐ͕ƵŶůĞƐƐŽƚŚĞƌǁŝƐĞƉƌŽǀŝĚĞĚŝŶƚŚŝƐŐƌĞĞŵĞŶƚ͘ƵƐƚŽŵĞƌĂŐƌĞĞƐƚŽŝŶĚĞŵŶŝĨLJ͕ĚĞĨĞŶĚĂŶĚŚŽůĚŚĂƌŵůĞƐƐĂŶŶŽŶ
ŽŶƐƚƌƵĐƚŝŽŶĨƌŽŵĂŶĚĂŐĂŝŶƐƚĂŶLJĐůĂŝŵƐ͕ĂĐƚŝŽŶƐ͕ĚĂŵĂŐĞƐ͕ĂŶĚͬŽƌĞdžƉĞŶƐĞƐĂƌŝƐŝŶŐŽƵƚŽĨĂŶŶŽŶŽŶƐƚƌƵĐƚŝŽŶ͛ƐŚĂŶĚůŝŶŐŽƌĚŝƐƉŽƐŝŶŐŽĨĂŶLJ
ƐƵĐŚŵĂƚĞƌŝĂůƐŝŶƚŚĞƉĞƌĨŽƌŵĂŶĐĞŽĨŝƚƐŽďůŝŐĂƚŝŽŶƐƵŶĚĞƌƚŚŝƐĂŐƌĞĞŵĞŶƚ͘
>ŝĞŶ͘ĂŶŶŽŶŽŶƐƚƌƵĐƚŝŽŶ͘ƐŚĂůůĨŝůĞĂůŝĞŶŽŶƚŚĞũŽďůŽĐĂƚŝŽŶŝĨŶĞĐĞƐƐĂƌLJƚŽĞŶĨŽƌĐĞĂŶLJŽĨƚŚĞƉĂLJŵĞŶƚƉƌŽǀŝƐŝŽŶƐŽĨƚŚŝƐŐƌĞĞŵĞŶƚ͘
W Ă Ő Ğ ͮϯ
ϰϬϲWŽƌƚĞƌtĂLJ͘DŝůƚŽŶ͕tϵϴϯϱϰ͘EEK/Ϭϱϱ^͕t
ǁǁǁ͘ĐĂŶŶŽŶĐŽŶƐƚƌƵĐƚŝŽŶŝŶĐ͘ĐŽŵ͘ϮϱϯͲϵϮϮͲϮϳϴϳ͘&ĂdžϮϱϯͲϵϮϮͲϯϮϰϱ
tĂƌƌĂŶƚLJ͘ĂŶŶŽŶŽŶƐƚƌƵĐƚŝŽŶ͘ǁŽƌŬŝƐŐƵĂƌĂŶƚĞĞĚĂŐĂŝŶƐƚĨĂƵůƚLJŵĂƚĞƌŝĂůĂŶĚǁŽƌŬŵĂŶƐŚŝƉĨŽƌŽŶĞ;ϭͿLJĞĂƌ͘>>Kd,ZtZZEd/^Z
/^>/D͕/E>h/E'tZZEdzK&DZ,Ed/>/dzE&/dE^^&KZWZd/h>ZWhZWK^͘
ŶLJĂůƚĞƌĂƚŝŽŶŽƌĚĞǀŝĂƚŝŽŶĨƌŽŵƚŚĞĂďŽǀĞƐƉĞĐŝĨŝĐĂƚŝŽŶƐŝŶǀŽůǀŝŶŐĞdžƚƌĂĐŽƐƚŽĨŵĂƚĞƌŝĂůĂŶĚͬŽƌůĂďŽƌǁŝůůŽŶůLJďĞĞdžĞĐƵƚĞĚƵƉŽŶǁƌŝƚƚĞŶŽƌĚĞƌƐĨŽƌ
ƐĂŵĞ͕ĂŶĚǁŝůůďĞĐŽŵĞĂŶĞdžƚƌĂĐŚĂƌŐĞŽǀĞƌƚŚĞƐƵŵŵĞŶƚŝŽŶĞĚŝŶƚŚŝƐĐŽŶƚƌĂĐƚ͘ůůĂŐƌĞĞŵĞŶƚƐŵƵƐƚďĞŵĂĚĞŝŶǁƌŝƚŝŶŐ͘
ZĞƐƉĞĐƚĨƵůůLJƐƵďŵŝƚƚĞĚ͕
ƐƚŝŵĂƚŽƌ͗
^ŝŐŶĞĚ:
^ŝŐŶĞĚ͗ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ ĂƚĞ͗ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ
dŝƚůĞ͗ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ
Page 1 of 26
Construction Contract (Rev 1.1.2024)
Project Name___________________________________________________ Project # ___________
THIS CONTRACT, is made and entered into in duplicate this ͺͺͺͺ dayŽĨ ͺͺͺͺͺͺͺͺͺͺͺ͕ 202_, by
and between the CITY OF ARLINGTON, a municipal corporation of the State of Washington, hereafter
called the “CITY”, and ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ(CONTRACTOR NAME) hereafter referred
to as the “CONTRACTOR”.
WHEREAS, the CITY desires , and
WHEREAS, the CONTRACTOR is qualified, willing and able to perform the necessary work.
NOW, THEREFORE, in consideration of the mutual promises and covenants herein contained,
to be kept, performed and fulfilled by the respective parties thereto, and other valuable considerations,
it is mutually agreed as follows:
1. SCOPE OF SERVICES
CONTRACTOR agrees to perform the services described in the attached Scope of Work and/or
proposal which is attached hereto as Exhibit ”A” and is herein incorporated by reference.
2. TERM
2.1 No work is to be performed prior to written notice by the CITY to proceed.
2.2 All work under this Contract is to be done within of notice to proceed.
3. COMPENSATION AND METHOD OF PAYMENT
3.1 CITY shall pay CONTRACTOR for the work performed under this Contract: (check one)
(please include all applicable taxes and fees)
Hourly: $ per hour but not more than a total of $_______________.
Fixed Sum: a total amount of $ .
Other: _____________________________________________________.
for all work performed and expenses incurred under this Contract.
KE^dZhd/KEKEdZd
The Airport Fiber Installation Project AP24.4
20th May
Cannon Companies
Airport Fiber Installation
by 12/31/2024
$165,398.68✔
4
Page 2 of 26
Construction Contract (Rev 1.1.2024)
3.2 The CONTRACTOR shall do all work and furnish all tools, materials, and equipment for
____________________ , which includes any applicable
sales or use tax, in accordance with and as described in the attached plans and
specifications and the Standard Specifications for Municipal Public Works Construction,
which are by this reference incorporated herein and made a part hereof, and shall perform
any alterations in or additions to the work provided under this Contract and every part
thereof.
3.3 The CONTRACTOR shall maintain time and expense records and report them to the CITY
monthly; and shall submit invoices to the CITY monthly for payment for work performed
to the date of the invoice. Invoices shall be in a format acceptable to the CITY.
3.4 The CITY shall pay all invoices from the CONTRACTOR by mailing a CITY warrant within 30
days of receipt of a properly completed invoice.
3.5 All records and accounts pertaining to this Contract are to be kept available for inspection
by representatives of the CITY for a period of three (3) years after final payment. Copies
shall be made available to the CITY upon request.
3.6 If during the course of the Contract, the work rendered does not meet the requirements
set forth in the Contract, the CONTRACTOR shall correct or modify the required work to
comply with the requirements of the Contract. The CITY shall have the right to withhold
payment for such work until it meets the requirements of the Contract.
4. PREVAILING WAGE
4.1 This Contract is subject to the requirements of Chapter 39.12 RCW, and as it may be
amended, relating to prevailing wages. On Public Works projects, funded in part or in
whole with Federal funds, Federal wages laws and regulations shall also be applicable. NO
WORKER, LABORER OR MECHANIC EMPLOYED IN THE PERFORMANCE OF ANY PART OF
THIS CONTRACT SHALL BE PAID LESS THAN THE PREVAILING RATE OR WAGE as determined
by the Industrial Statistician of the Department of Labor and industries for the State of
Washington. The schedule of prevailing wage rates for this Contract is attached hereto and
by this reference made a part of this Contract as though fully set forth herein.
4.2 Prior to making any payment under this Contract, the CITY must receive an approved copy
of the “Statement of Intent to Pay Prevailing Wages on Public Works Contracts” from the
Department of Labor and Industries.
4.3 It is the CONTRACTOR’s responsibility to obtain and file the Statement. The CONTRACTOR
shall be responsible for all filing fees. Each invoice shall include a signed statement that
prevailing wages have been paid by the CONTRACTOR and all subcontractors. Following
the final acceptance of services rendered, CONTRACTOR shall submit an “Affidavit of
Wages Paid” which must be certified by the Industrial Statistician of the Department of
Labor and Industries.
The Airport Fiber Installation Project
Page 3 of 26
Construction Contract (Rev 1.1.2024)
5. REPRESENTATIONS
CITY has relied upon the qualifications of CONTRACTOR in entering into this Contract. By execution
of this Contract, CONTRACTOR represents it possesses the ability, skill and resources necessary to
perform the work and is familiar with all applicable current laws, rules and regulations which
reasonably relate to the Scope of Services detailed in Exhibit “A” hereto.
6. STANDARD OF CARE
CONTRACTOR shall exercise the degree of skill and diligence normally employed by contractors
engaged in the same profession, and performing the same or similar services at the time such
services are performed. CONTRACTOR will be responsible for the technical accuracy of its services
and documents resulting therefrom, and CITY shall not be responsible for discovering deficiencies
therein. CONTRACTOR agrees to correct any deficiencies discovered without additional
compensation, except to the extent such deficiencies are directly attributable to deficiencies or
omissions in City-furnished information.
7. RESPONSIBILITY OF CONTRACTOR
7.1 Safety. CONTRACTOR shall take all necessary precautions for the safety of employees on
the work site and shall comply with all applicable provisions of Federal, State, and
municipal safety laws.
7.2 Corrections of Defects. CONTRACTOR shall be responsible for correcting all defects in
workmanship and/or materials discovered within one year after acceptance of this work.
When corrections of defects are made, CONTRACTOR shall be responsible for correcting
all defects in workmanship and/or materials in the corrected work for one year after
acceptance of the corrections by the CITY. The CONTRACTOR shall start work to remedy
such defects within seven (7) days of mailing notice of discovery thereof by the CITY and
shall complete such work within a reasonable time. In emergencies where damage may
result from delay or where loss of service may result, such corrections may be made by the
CITY, in which case the cost shall be borne by the CONTRACTOR. In the event the
CONTRACTOR does not accomplish corrections at the time specified, the work will be
otherwise accomplished and the cost of same shall be paid by the CONTRACTOR.
7.3 Warranty. CONTRACTOR shall be responsible for correcting all defects in workmanship
and material in a responsible period of time, after said work is completed. CONTRACTOR
shall start work to remedy such defects within seven (7) days of mailing notice of discovery
thereof by the CITY and shall complete such work in a reasonable time. In emergencies
where damage may result from delay or where loss of service may result, such correction
may be made by the CITY, in which case the cost shall be borne by the CONTRACTOR. In
the event the CONTRACTOR does not accomplish corrections at the time specified, the
work will be otherwise accomplished and the cost of same shall be paid by the
CONTRACTOR.
Page 4 of 26
Construction Contract (Rev 1.1.2024)
CONTRACTOR shall be liable for any costs, losses, expenses or damages, including
consequential damages, suffered by the CITY resulting from defects in the CONTRACTOR's
work including, but not limited to, cost of materials and labor extended by the CITY in
making emergency repairs and cost inspection and supervision of the CITY. CONTRACTOR
shall hold the CITY harmless from any and all claims which may be made against the CITY
as a result of any defective work and the CONTRACTOR shall defend any such claims at his
own expense. Where materials or procedures are not specified in the contract, the CITY
relies on the professional judgment of the CONTRACTOR to make appropriate selections.
7.4 Nondiscrimination.
7.4.1 Nondiscrimination Requirement. During the term of this Contract, CONTRACTOR,
including any subcontractor, shall not discriminate on the bases enumerated at
RCW 49.60.530(3). In addition, CONTRACTOR, including any subcontractor,
shall give written notice of this nondiscrimination requirement to any labor
organizations with which CONTRACTOR, or subcontractor, has a collective
bargaining or other agreement.
7.4.2 Obligation to Cooperate. CONTRACTOR, including any subcontractor, shall
cooperate and comply with any Washington state agency investigation
regarding any allegation that CONTRACTOR, including any subcontractor, has
engaged in discrimination prohibited by this Contract pursuant to RCW
49.60.530(3).
7.4.3 Default. Notwithstanding any provision to the contrary, Agency may suspend
CONTRACTOR, including any subcontractor, upon notice of a failure to
participate and cooperate with any state agency investigation into alleged
discrimination prohibited by this Contract, pursuant to RCW 49.60.530(3). Any
such suspension will remain in place until Agency receives notification that
CONTRACTOR, including any subcontractor, is cooperating with the investigating
state agency. In the event CONTRACTOR, or subcontractor, is determined to have
engaged in discrimination identified at RCW 49.60.530(3), Agency may terminate
this Contract in whole or in part, and CONTRACTOR, subcontractor, or both, may
be referred for debarment as provided in RCW 39.26.200. CONTRACTOR or
subcontractor may be given a reasonable time in which to cure this
noncompliance, including implementing conditions consistent with any court-
ordered injunctive relief or settlement agreement.
7.4.4 Remedies for Breach. Notwithstanding any provision to the contrary, in the event
of Contract termination or suspension for engaging in discrimination,
CONTRACTOR, subcontractor, or both, shall be liable for contract damages as
authorized by law including, but not limited to, any cost difference between the
original contract and the replacement or cover contract and all administrative
costs directly related to the replacement contract, which damages are distinct
from any penalties imposed under Chapter 49.60, RCW. Agency shall have the
Page 5 of 26
Construction Contract (Rev 1.1.2024)
right to deduct from any monies due to CONTRACTOR or subcontractor, or that
thereafter become due, an amount for damages CONTRACTOR or subcontractor
will owe Agency for default under this provision.
7.ϱ Employment. ŶLJ ĂŶĚ Ăůů ĞŵƉůŽLJĞĞƐ ŽĨ ƚŚĞ KEdZdKZ ǁŚŝůĞ ĞŶŐĂŐĞĚ ŝŶ ƚŚĞ
ƉĞƌĨŽƌŵĂŶĐĞshall be considered employees of the CONTRACTOR only and not of the
CITY and any and all claims that may or might arise under the Worker's Compensation
Act on behalf of said employees, while so engaged and any and all claims made by a
third party as consequence of any negligent act or omission on the part of the
CONTRACTOR's employees, while so engaged on any of the work or services provided
or rendered herein, shall be the sole obligation and responsibility of the CONTRACTOR.
8. SUBCONTRACTOR RESPONSIBILITY
8.1The CONTRACTOR shall include the language of this section in each of its first-tier
subcontracts, and shall require each of its subcontractors to include the same language of
this section in each of their subcontracts, adjusting only as necessary the terms used for
the contracting parties. The requirements of this section apply to all subcontractors
regardless of tier.
At the time of subcontract execution, the CONTRACTOR shall verify that each of its first-
tier subcontractors meets the following bidder responsibility criteria:
8.1.1 Have a current certificate of registration as a CONTRACTOR in compliance with
chapter 18.27 RCW, which must have been in effect at the time of subcontract bid
submittal;
8.1.2 Have a current Washington Unified Business Identifier (UBI) number;
8.1.3 If applicable, have:
8.1.3.1 Industrial Insurance (worker’s compensation) coverage for the
subcontractor’s employees working in Washington, as required in Title 51
RCW;
8.1.3.2 A Washington Employment Security Department number, as required in
Title 50 RCW;
8.1.3.3 A Washington Department of Revenue state excise tax registration
number, as required in Title 82 RCW;
8.1.3.4 An electrical CONTRACTOR license, if required by Chapter 19.28 RCW;
ϴ͘ϭ͘ϯ͘ϱŶĞůĞǀĂƚŽƌKEdZdKZůŝĐĞŶƐĞ͕ŝĨƌĞƋƵŝƌĞĚďƵLJŚĂƉƚĞƌϳϬ͘ϴϳZt
Page 6 of 26
Construction Contract (Rev 1.1.2024)
8.1.4 Not be disqualified from bidding on any public works contract under RCW
39.06.010 or 39.12.065(3).
9. HOLD HARMLESS
The CONTRACTOR shall defend, indemnify and hold the CITY, its officers, officials, employees and
volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney
fees, arising out of or in connection with the performance of this Contract, except for injuries and
damages caused by the sole negligence of the CITY.
However, should a court of competent jurisdiction determine that this Contract is subject to RCW
4.24.115, then, 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 CONTRACTOR
and the CITY, its officers, officials, employees, and volunteers, the CONTRACTOR’s liability
hereunder shall be only to the extent of the CONTRACTOR‘s negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the
CONTRACTOR’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 Contract.
10. INSURANCE
10.1 Insurance Term. CONTRACTOR shall procure and maintain, for the duration of this
Contract, insurance against claims for the injuries to persons or damages to property which
may arise from or in connection with the performance of the work thereunder by the
CONTRACTOR, his agent, representatives, employees or subcontractors. The cost of such
insurance shall be paid by the CONTRACTOR.
10.2 No Limitation. The CONTRACTOR shall procure and maintain insurance, as required in this
Section, without interruption from commencement of the CONTRACTOR’s work through
the term of the Contract and for thirty (30) days after the Physical Completion date, unless
otherwise indicated herein.
10.3 Minimum Scope of Insurance. The Contractor’s required insurance shall be of the types
ůĞĂƐĞĚvehicles. Coverage shall be at least as broad as Insurance Services Office
(ISO) form CA 00 01.
10.3.2
and coverage as stated below:
10.3.1 Automobile Liability insurance covering all owned, non-owned, hired andůĞĂƐĞĚ
Commercial General Liability insurance shall be at least as broad as ISO
occurrence form CG 00 01 and shall cover liability arising from
premises, operations, independent contractors, products-completed
operations, stop gap liability, ƉĞƌƐŽŶĂů ŝŶũƵƌLJ ĂŶĚ ĂĚǀĞƌƚŝƐŝŶŐ ŝŶũƵƌLJ͕ ĂŶĚ
Page 7 of 26
Construction Contract (Rev 1.1.2024)
ůŝĂďŝůŝƚLJ ĂƐƐƵŵĞĚ ƵŶĚĞƌ ĂŶ ŝŶƐƵƌeĚ ĐŽŶƚƌĂĐƚ͘ dŚĞCommercial General Liability
insurance shall be endorsed to provide a per project general aggregate limit
using ISO form CG 25 03 05 09 or an endorsement providing at least as
broad coverage. There shall be no exclusion for liability arising from explosion,
collapse or underground property damage. The CITY shall be named as an
additional insured under the Contractor’s Commercial General Liability
insurance policy with respect to the work performed for the CITY using ISO
Additional Insured endorsement CG 20 10 10 01 and Additional Insured-
Completed Operations endorsement CG 20 37 10 01 or substitute endorsements
providing at least as broad coverage.
10.3.3 Workers’ Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
10.4 Minimum Amounts of Insurance. CONTRACTOR shall maintain limits no less than:
10.4.1 Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident.
10.4.2 Commercial General Liability insurance shall be written with limits no less than
$2,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000
products-completed operations aggregate limit.
10.4.3 Worker's Compensation coverage as required by the Worker's Compensation Act
of the State of Washington.
10.5 City’s Full Availability of Contractor Limits. If the Contractor maintains higher
insurance limits than the minimums shown above, the CITY shall be insured for the full
available limits of Commercial General and Excess or Umbrella liability maintained by the
Contractor, irrespective of whether such limits maintained by the Contractor are greater
than those required by this Contract or whether any certificate of insurance furnished to
the CITY evidences limits of liability lower than those maintained by the Contractor.
10.6 Other Insurance Provision. The Contractor’s Automobile Liability and Commercial General
Liability insurance policies are to contain, or be endorsed to contain that they shall be
primary insurance as respect the CITY. Any insurance, self-insurance, or self-insured pool
coverage maintained by the CITY shall be excess of the Contractor’s insurance and shall not
contribute with it.
10.7 Acceptability of Insurers. Insurance is to be placed with insurers with a Best's rating of no
less than A: VII.
10.8 Verification of Coverage. CONTRACTOR shall furnish the CITY with certificates of insurance
effecting coverage required by this clause. The certification for each insurance policy is to
be signed by a person authorized by that insurer to bind coverage on its behalf. The
Page 8 of 26
Construction Contract (Rev 1.1.2024)
certificates are to be received and approved by the CITY before work commences. The CITY
reserves the right to require complete, certified copies of all required insurance policies, at
any time.
10.9 Subcontractors. The CONTRACTOR shall cause each and every subcontractor to provide
insurance coverage that complies with all applicable requirements of the Contractor-
provided insurance as set forth herein, except the CONTRACTOR shall have sole
responsibility for determining the limits of coverage required to be obtained by
subcontractors. The CONTRACTOR shall ensure that the CITY is an additional insured on
each and every Subcontractor’s Commercial General liability insurance policy using an
endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37
10 01 for completed operations.
10.10 Notice of Cancellation. The Contractor shall provide the CITY and all additional insureds for
this work with written notice of any policy cancellation within two business days of their
receipt of such notice.
10.11 Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the
insurance as required shall constitute a material breach of contract, upon which the CITY
may, after giving five business days’ notice to the Contractor to correct the breach,
immediately terminate the Contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the CITY on demand, or at the sole discretion of the CITY, offset against funds due
the Contractor from the CITY.
11. CLAIMS
11.1 Any claim against the CITY for damages, expenses, costs or extras arising out of the
performance of this Contract must be made in writing to the CITY within thirty (30) days
after the discovery of such damage, and in no event later than the time of approval by the
CITY of final payment. CONTRACTOR, upon making applications for final payment, shall be
deemed to have waived this right to claim for final payment.
12. COMPLIANCE WITH LAWS
12.1 The CONTRACTOR shall comply with all Federal, State and local laws and regulations
applicable to the work done under this contract. Any violation of the provisions of this
Contract shall be considered a violation of a material provision and shall be grounds for
cancellation, termination or suspension of the Contract by the CITY, in whole or on part,
and may result in ineligibility for future work for the CITY.
12.2 If federal funds are being used by the City in this Contract, the CONTRACTOR agrees to
comply with the terms and conditions set forth on Exhibit B attached hereto.
Page 9 of 26
Construction Contract (Rev 1.1.2024)
13. CITY'S RIGHT TO TERMINATE CONTRACT
13.1 The CITY may terminate this Contract upon the occurrence of any one or more of the
events hereafter specified:
13.1.1 If the CONTRACTOR should be adjudged bankrupt.
13.1.2 If the CONTRACTOR should make a general assignment of benefit of his creditors.
13.1.3 If a receiver should be appointed on the account of insolvency of the CONTRACTOR.
13.1.4 If CONTRACTOR should persistently or repeatedly refuse or fail to supply a
sufficient number of properly skilled workmen or proper materials for completion
of the work.
13.1.5 If the CONTRACTOR shall fail to complete the work within the time specified in the
contract.
13.1.6 If the CONTRACTOR shall fail to make a prompt payment to subcontractors or for
material or labor.
13.1.7 If CONTRACTOR should persistently disregard laws, ordinances or regulations of
Federal, State or municipal agencies or subdivisions thereof.
13.1.8 If CONTRACTOR should persistently disregard instructions of Management,
or otherwise be guilty of a substantial violation of the contract.
13.2 This Contract, and any amendments or extensions to said Contract may be terminated for
any reason not previously identified by either party by giving ten (10) days written notice
to the other party. In the event that this Contract is terminated by the CITY, CONTRACTOR
shall not be entitled to receive any further balance of the amount to be paid under this
Contract until the work shall have been fully finished. At such time, if the unpaid balance
of the amount to be paid under this Contract exceeds the expense incurred by the CITY in
finishing the work, all of the damages sustained or which may be sustained by reason of
such refusal, neglect, failure of discontinuance of employment, such excess shall be paid
by the CITY to CONTRACTOR. If such expense and damages shall exceed the unpaid
balance, CONTRACTOR and his surety and each thereof shall be jointly and severally liable
therefore to CITY and shall pay the difference to the CITY. Such expense and damage shall
include all legal costs incurred by the CITY in employment of attorneys to protect the rights
and interests of the CITY under the contract; provided such legal costs shall be reasonable.
14. OWNERSHIP OF DOCUMENTS
14.1 On payment to the CONTRACTOR by the CITY of all compensation due under this Contract
all finished or unfinished documents and material prepared by the CONTRACTOR with
Page 10 of 26
Construction Contract (Rev 1.1.2024)
funds provided by this Contract shall become the property of the CITY and shall be
forwarded to the CITY at its request.
14.2 Any records, reports, information, data or other documents or materials given to or
prepared or assembled by the CONTRACTOR under this Contract will be kept as
confidential and shall not be made available to any individual or organization by the
CONTRACTOR without prior written approval of the CITY or by court order.
15. PLANS AND SPECIFICATIONS
Plans and Specifications hereto referred to as the Exhibits, shall be available during office hours at
the following address: ____________________________. Said Plans and Specifications are by this
reference incorporated herein.
16. ASSIGNMENT
This Contract may not be assigned or otherwise transferred by the parties hereto without the
written consent of the other party.
17. INDEPENDENT CONTRACTOR
CONTRACTOR is and shall be at all times during the term of this Contract an independent
CONTRACTOR.
18. ATTORNEYS FEES AND COSTS
If any legal proceeding is brought for the enforcement of this Contract, or because of a dispute,
breach, default, or misrepresentation in connection with any of the provisions of this Contract, 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. NOTICE
Notices, other than applications for payment, shall be given in writing to the persons named
below:
TO THE CITY: TO THE CONTRACTOR:
__________________________________
__________________________________
_________________________________
_________________________________
_________________________________
18204 59th Dr. NE, Arlington, WA 98223
Lorene Robinson
Monroe Whitman
Cannon Companies
Page 11 of 26
Construction Contract (Rev 1.1.2024)
20. JURISDICTION AND VENUE
20.1 This Contract 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 Contract shall
be governed by laws of the State of Washington, both as to interpretation and
performance.
20.2 Any action of law, suit in equity, or judicial proceeding for the enforcement of this
Contract or any provisions thereof, shall be instituted and maintained only in any of the
courts of competent jurisdiction in Snohomish County, Washington.
21. SEVERABILITY
21.1 If, for any reason, any part, term or provision of this Contract 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 Contract did not contain the particular provision held
to be invalid.
21.2 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.
22. MODIFICATION
No change, alteration, modification or addition to the Contract will be effective unless it is in
writing and properly signed by all parties thereto.
IN WITNESS WHEREOF, the parties have executed this Contract as of this day of
, 202_.
CITY OF ARLINGTON, WASHINGTON: CONTRACTOR:
By By
Title Title
20th
May
Don E.Vanney, Mayor,City of Arlington Cannon Companies
4
Page 12 of 26
Construction Contract (Rev 1.1.2024)
EXHIBIT A - SCOPE OF WORK
DES Contract 05620 IT Cabling
Airport Fiber Installation Project AP24.4
Airport Fiber installation to be completed in two phases at two locations, per attached quotes and
statements of work:
• 51st Gate/ Camera $116,798.76
• Beacon Tower $48,599.92
Project Total: $165,398.68
Page 1 of 5
5(7$,1$*( 237,21
CONTRACTOR'S OPTION FOR RETAINED PERCENTAGE
ON PUBLIC WORKS CONTRACTS
Project: _______________________________________________________________________
Contractor: __BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB_______________________
RCW 60.28 as amended by (Chapter 223, laws of 1994) Regular Session allows each prime contractor on a Public Works
contract the following options concerning the amount reserved as retainage from moneys earned by the contractor.
Retainage Option Selection (Please Initial Selected Option)
Retained in a non-interest bearing fund by the City until forty-five days following the final
acceptance of said improvement or work as completed.
Bond in lieu of retainage. Use City of Arlington Retainage Bond form.
Complete and submit attached Retainage Bond section with Retainage Option selection.
Deposited by the City in an interest bearing account or escrow account in a bank, mutual
savings bank, or savings and loan association designated by the contractor (Form D-162), not
subject to withdrawal until after the final acceptance of said improvement or work as completed, or
until agreed to by both parties; PROVIDED, that interest on such account shall be paid to the
contractor.
Complete and submit attached Retainage Escrow Account section with Retainage
Option selection.
PRINCIPAL FIRM or COMPANY
Signature Date
Printed Name
Title
Name of Firm or Company
Address
City/State/Zip
Approved as to form:
________________________________________________________
Department Director or Designee, City of Arlington Date
Title
Retainage Option Form
The Airport Fiber Installation Project
Cannon Companies
Cannon Companies
Retainage Bond Option Form Page 2 of 5
5(7$,1$*(%21'
To: City of Arlington, Washington
Bond No:ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ
WƌŽũĞĐƚ͗ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ
The Principal and Surety hereby jointly and severally agree among themselves and with the Owner that every person
or entity making a valid claim on the Retained Fund pursuant to RCW 60.28 ("Claimant") who has not been paid in full
before the expiration of a period of forty-five (45) days after the completion of all Contract work may sue on this
Retainage Bond for the use and benefit of the Claimant, prosecute the suit to final judgment for the sum justly due the
Claimant, if any, and have execution on this Retainage Bond, all in accordance with and to the extent peUPissible under
RCW 60.28. The Owner shall not be liable for the payment of any costs or expenses, including attorneys' fees, of any
such suit.
No suit or action shall be commenced under this Retainage Bond by any Claimant:
DUnless the Claimant has complied with the requirements of RCW 60.28, and
EOther than in a state court of competent jurisdiction in and for Snohomish County, and not elsewhere.
.12: $// %< 7+(6( 35(6(176 WKDW BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB D FRUSRUDWLRQ RUJDQL]HG DQG
H[LVWLQJ XQGHU WKH ODZV RI WKH 6DWH RI BBBBBBBBBBBBBBBB DQG DXWKRUL]HG WR GR EXVLQHVV LQ WKH 6WDWH RI :DVKLQJWRQ DV 3ULQFLSDO
3ULQFLSDO DQG BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB D FRUSRUDWLRQ RUJDQL]HG DQG H[LVWLQJ XQGHU WKH ODZV RI WKH 6WDWH RI
BBBBBBBBBBBBBB DQG DXWKRUL]HG DQG DGPLWWHG WR WUDQVDFW EXVLQHVV LQ WKH 6WDWH RI :DVKLQJWRQ DV 6XUHW\ 6XUHW\ DUH MRLQWO\ DQG
VHYHUDOO\ KHOG DQG ERXQG XQWR WKH &,7< 2) $5/,1*721 DV 2EOLJHH 2ZQHU IRU WKH XVH DQG EHQHILW RI &ODLPDQWV GHILQHG EHORZ DV
EHQHILFLDULHV RI WKH WUXVW IXQG FUHDWHG E\ 5&: LQ WKH DPRXQW RI GHVFULEHG EHORZ IRU WKH SD\PHQW ZKHUHRI 3ULQFLSDO DQG 6XUHW\
ELQGWKHPVHOYHVWKHLUKHLUV H[HFXWRUV DGPLQLVWUDWRUV VXFFHVVRUVDQGDVVLJQV MRLQWO\DQGVHYHUDOO\ILUPO\ E\ WKHVHSUHVHQWV
WHEREAS, the Principal entered into a contract with the Owner in accordance with Drawings, Specifications, and other
Contract Documents, which contract is by reference made a part of this Retainage Bond ("Contract"); AND WHEREAS, the
Contract and RCW 60.28 require the Owner to reserve from the monies earned by the Principal on estimates during the progress of
the improvement or work a sum not to exceed 5% ("Retained Funds");
AND WHEREAS, Principal has requested under RCW 60.28.011(6) to submit a bond for all or a portion of the Retained Funds, and
the Owner is required by the statute to accept a satisfactory bond in lieu of the Retained Funds unless it can demonstrate good
cause for refusing it;
AND WHEREAS, it is the intent of the Principal, the Surety, and the Owner that this Retainage Bond and any proceeds from it are
subject to all claims and liens in the same manner and priority as set forth for retained percentages in RCW 60.28;
NOW THEREFORE, the condition of this obligation is that, if there are no valid claims by any person or entity arising under the
Contract pursuant to RCW 60.28, and no payment due from the Principal to the State of Washington with respect to taxes imposed
pursuant to Title 82 RCW or payments pursuant to RCW 50.42, then this obligation shall be void; otherwise, it shall remain in full force
and effect, subject, however, to the following conditions:
Cannon Companies
The Airport Fiber Installation Project
Retainage Bond Option Form Page 3 of 5
5(7$,1$*(%21'FRQW¶G
3. The amount of this Retainage Bond consists of:
(Check one of the following; if neither is checked, the first option shall apply)
5% of the final Contract Sum, including any increases due to change orders, quantities of work, new items of work,
or other additions as the Owner may pay under the Contract, any and all future progress payments and 5% of any
and all increases in the Contract Sum,
or
Dollars ($ ), which is a
fixed portion of the Retained Funds. Any balance of the Retained Funds will continue to be withheld, and retainage
will be withheld from any future progress payments or increases in the Contract Sum unless this Retainage Bond is
amended or replaced.
4. The amount of this Retainage Bond shall be reduced by and to the extent of any payment or payments properly made
under it.
SIGNED AND SEALED this day of , 202 .
PRINCIPAL SURETY
Principal Signature Date
Printed Name
Title
Surety Signature Date
Printed Name
Title
Name, address, and telephone of local office/agent of Surety Company is:
Approved as to form:
&LW\$WWRUQH\, City of Arlington Date
Retainage Bond Option Form Page 4 of 5
5(7$,1$*((6&52:$&&2817
Escrow No.
Bank or Trust Company Bank Account #
Agency: City of Arlington
Branch 238 N Olympic Ave .
Arlington, WA 98223
Street Address Project Name:
City, State, Zip Code
The Undersigned, , herein referred to as the Contractor, has directed City of Arlington,
and hereinafter referred to as the Agency, to deliver to you its warrants or checks, which shall be payable to you and the Contractor
jointly. Such warrants or checks are to be held and disposed of by you in accordance with the following instructions and upon the
terms and conditions hereinafter set forth.
INSTRUCTIONS
1. Warrants or checks made payable to you and the Contractor jointly upon delivery to you shall be endorsed by you and
forwarded for collection. The monies will then be used by you to purchase, as directed by the Contractor, bonds or other
securities chosen by the Contractor and approved by the Agency. Attached is a list of the types of such bonds, or other
securities approved by the Agency. Other bonds or securities, except stocks may be selected by the Contractor, subject
to express written approval of the Agency. Purchase of such bonds or other securities shall be in a form which shall allow
you alone to reconvert such bonds or other securities into money if you are required to do so by the Agency as provided
in Paragraph 4 of the Escrow Agreement.
2. When and as interest on the securities held by you pursuant to this agreement accrues and is paid, you shall collect such
interest and forward it to the Contractor at its address designated below unless otherwise directed by the Contractor.
3. You are not authorized to deliver to the Contractor all or any part of the securities held by you pursuant to this agreement
(or any monies derived from the sale of such securities or the negotiation of the Agency’s warrants or checks) except in
accordance with written instructions from the Agency. Compliance with such instructions shall relieve you of any further
liability related thereto. The estimated completion date on the contract underlying this Escrow Agreement is
subject to change as provided for by contract provisions.
The Airport Fiber Installation Project
Retainage Bond Option Form Page 5 of 5
5(7$,1$*((6&52:$&&2817FRQW¶G
4. The Contractor agrees to pay you as compensation for your services hereunder as follows:
Payment of all fees shall be the sole responsibility of the Contractor and shall not be deducted from any property
placed with you pursuant to this agreement until and unless the Agency directs the release to the Contractor of the
securities and monies held hereunder whereupon you shall be granted a first lien upon such property released and
shall be entitled to reimburse yourself from such property for the entire amount of your fees as provided for herein
above. In the event that you are made a party to any litigation with respect to the property held by you hereunder,
or in the event that the conditions of this escrow are not promptly fulfilled or that you are required to render any
service not provided for in these instructions or that there is any compensation for such extraordinary services from
the Contractor and reimbursement from the Contractor for all costs and expenses, including attorney fees occasioned
by such default, delay, controversy, or litigation.
5. This agreement shall not be binding until executed by the Contractor and the Agency and accepted by you.
6. This instrument contains the entire agreement between you, the Contractor and the Agency with respect to this escrow
and you are not a party to nor bound by any instrument agreement other than this, you shall not be required to take notice
of any default or any other matter, nor be bound by nor required to give notice or demand, nor required to take action
whatever except as herein expressly provided; you shall not be liable for any loss or damage not caused by your own
negligence or willful misconduct.
7. The foregoing provisions shall be binding upon assigns, successors, personal representatives, and heirs of the parties
hereto.
The undersigned have read and hereby approve the instruction as given about governing the administration of this escrow and
do hereby execute this agreement on this day of , 202 .
City of Arlington
Contractor Agency
Authorized Signature Authorized Signature
238 N Olympic Ave
Address Address
Arlington, WA 98223
City-State-Zip City-State-Zip
The above escrow instruction received and accepted this day of , 202 .
Bank or Trust Company
Authorized Signature
Cannon Companies
Payment and Performance Bond Page 1 of 2
PAYMENT AND PERFORMANCE BOND
to the CITY OF ARLINGTON,
WASHINGTON
THE CITY OF ARLINGTON, WASHINGTON (the "City") has awardedWR
BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB("Principal"), a contract for the construction of
the project designated as ____________________________________ ("Contract"),
and said Principal is required to furnish a payment and performance bond in
accordance with RCW 39.08 and, where applicable, RCW 60.28.
The Principal and _______________________________________("Surety), a corporation
organized under the laws of the State of ________________ and licensed to do business
in the State of Washington as surety, are jointly and severally held and firmly bound to the
City in the sum of________________________________________________US Dollars
($ BBBBBBBBBBB), subject to the provisions herein.
THE CONDITIONS OF THIS BOND ARE SUCH THAT, if the said Principal faithfully performs
all of the provisions of the Contract in the manner and within the time therein set forth,
or within such extension of time as may be granted under the Contract (notice of which
extension being hereby waived by the Surety), and shall pay all laborers, mechanics,
subcontractors and material suppliers, and all persons who supply said principal or
subcontractors with provisions and supplies for the carrying on of the Contract work, and
shall hold the City harmless from any loss or damage occasioned to any person or
property by reason of any carelessness or negligence of the Principal, or any subcontractor
in the performance of the Contract work, and shall hold the City harmless from any loss or
damage occasioned to any person or property by reason of any carelessness or
negligence of the Principal, or any subcontractor in the performance of the Contract
work, and shall indemnify and hold harmless from any direct or indirect damage or
expense by reason or failure of performance as specified in the Contract or from
defects appearing or developing in the material or workmanship provided or performed
under the Contract, then and in that event this obligation shall be void; but otherwise it shall
be and remain in full force and effect until, at a minimum, claims filed in compliance with
Chapter 39.08 RCW are resolved and all other conditions set forth herein are satisfied.
PROVIDED FURTHER, that if said Contract is a public improvement contract involving the
construction, alteration, repair, or improvement of any highway, road , or street funded in whole
or in part by federal transportation funds, then an additional condition of this bond shall be
that this bond secures full payment to the State of Washington, including the departments of
Revenue, Employment Security, and Labor and Industries, with respect to taxes imposed
pursuant to Titles 50, 51, and 82 RCW which may be due.
THE SURETY, FOR VALUE RECEIVED, FURTHER AGREES THAT no change,
Cannon Companies
The Airport Fiber Installation Project
Payment and Performance Bond Page of 2
extension of time, alteration or addition to the terms of the Contract, the specifications
accompanying the Contract, or to the work to be performed under the Contract shall in any
way affect its obligation on this bond, and waives notice of any change, extension of time,
alteration or addition to the terms of the Contract or the work performed. The Surety agrees
that modification and changes to the terms and conditions of the Contract that increase the
total amount to be paid the Principal shall automatically increase the obligation of the Surety
on this bond and notice to Surety is not required for such increased obligation.
THE SURETY ACKNOWLEDGES that the City will execute the Contract after the date of
execution of the power of attorney attached to this bond, and the Surety further represents
that the power of attorney will be valid on the date of Contract execution.
PRINCIPAL SURETY
Signature Signature
Print Name, Title Print Name, Title
Date of Execution Date of Execution and Seal
Name, address, and telephone of local office/agent of Surety is:
APPROVED AND ACCEPTED thisBBBBBGD\RIBBBBBBBBBBBBBBBBBBIRUthe CITY OF
ARLINGTON by:
Departmental Approval:
&LW\$WWRUQH\ Director
NON-COLLUSION >Zd/KE
The undersigned bidder or agent, being duly sworn on oath, says that he/she has not, nor has any other
member, representative, or agent of the firm, company, corporation or partnership represented by
him/her, entered into any combination, collusion or agreement with any person relative to the price to
be bid by anyone at such letting nor to prevent any person from bidding nor to include anyone to refrain
from bidding, and that this bid is made without reference to any other bid and without any agreement,
understanding or combination with any other person in reference to such bidding.
He/She further says that no person or persons, firms, or corporation has, have or will receive directly or
indirectly, any rebate, free gift, commission or thing of value on account of such sale.
I HEREBY >ZUNDERPENALTz K& PERJURY hEZ d, >t^ K& d, ^dd K&
t^,/E'dKETHAT THE FKZ'K/E' /^ dZh E KZZd.
Dated this __ͺͺ__ day of___________, 202__͕Ăƚͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ͕t
_________________________________________________
(Name of Organization)
_________________________________________________
(Name and Title of Person Signing)
_________________________________________________
(Signature)
Cannon Companies
City of Arlington Council Agenda Bill
Item: WS #7 Attachment J
May 13, 2024
Fee Resolution Update for Airport Gate Proximity Cards ATTACHMENTS: Resolution (Section 7: Fees for the Arlington Municipal Airport) DEPARTMENT OF ORIGIN Airport; Monroe Whitman, Operations Manager 360-403-3471 EXPENDITURES REQUESTED: N/A BUDGET CATEGORY: N/A BUDGETED AMOUNT: LEGAL REVIEW:
access to airside (inside the gate) must apply for and obtain an Airport Prox Card. All prox cards must be renewed every two years. The first prox card will be provided at no charge, any additional cards will cost $10 amount per card (with Airport approval) and replacement cards will cost $40. The use of prox cards has been approved by Airport Commission therefor we are asking to update the current Resolution to
from a stand-alone keypad with an on-call number attached where the user would call airport staff, regardless of the time of night, and ask for the code. Recently staff updated to a modern system affixed with a camera to view the driver and their license plate. Additionally, the gates can now be opened
move to approve the resolution replacing Resolution No. 2024-003 and adopting revised fees for the Arlington Municipal Airport and authorize the Mayor to sign the resolution.
Page 1
RESOLUTION NO. 2024-XXX
A RESOLUTION REPLACING RESOLUTION NO. 2024-003,
AND ADOPTING A REVISED FEE SCHEDULE
WHEREAS, the City Council, through ordinance, has adopted regula�ons requiring certain
ac�ons and services; and,
WHEREAS, these various ordinances set forth that fees shall be set by resolu�on; and,
WHEREAS, the cost of providing these various services consistent with applicable codes,
regula�ons, and policies periodically increase and decrease, or certain services or prac�ces are
discon�nued and fees are no longer needed; and,
WHEREAS, it is the intent of the City of Arlington to charge appropriate fees and charges
that are consistent with the services provided and to cover the public cost of providing these
various services so that the public is not subsidizing individual benefits derived therefrom; and,
WHEREAS, the City has reviewed the fees in rela�onship to es�mated staff �me to
complete various tasks, and believes some fees should be updated; and
WHEREAS, the City Council held a public hearing concerning the establishment of the fees;
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ARLINGTON AS
FOLLOWS:
The following rates, fees, and charges for various services provided, ac�ons performed, or items
sold by the city and/or its contract service providers, and fines levied against code violators, are
hereby adopted:
Sec�on 1. Fees and Charges – General
1.1 Fees. Fees are intended to cover the normal, recurring costs associated with
providing a given service. Fees are non-refundable.
1.2 Prices. In some instances, the City provides certain goods and merchandise for
sale. Prices for these goods may be included in this resolu�on.
1.3 Payment Due. Fees are due at the �me the ac�on is requested (e.g., at �me of
applica�on) or occurs (e.g., prior to a specific ac�on). An applicant may pay all fees
of a mul�-phased project in advance; however, doing so does not vest applicable
fees due. Fees due are those in effect at the �me the specific ac�on or phase of an
ac�on is requested or occurs.
1.4 Waivers. Upon pe��on by the applicant, the City Council may waive any of the
fees, or por�ons thereof, for any non-profit organiza�on or government agency.
CITY OF ARLINGTON FEE SCHEDULE RESOLUTION NO. 2024-xxx
Page 2
Sec�on 2: Land Use Fees. Fees for various services, ac�ons, and permits regarding land
use, as per AMC Title 20 Land Use Code, shall be as listed in Table 2.1: Land Use Fees.
Table 2: Land Use Fees
Ac�on Fee ($)
Land Use Permits
Zoning Permit
Special Use Permit Hearing Examiner Fee
if required
Condi�onal Use Permit Hearing Examiner Fee
Administra�ve Condi�onal Use Permit
Temporary / Seasonal Event
Homeless Encampment
Mobile Sales and Deliveries
Development Agreement
Associated with Land Use Ac�ons addi�onal costs if accrued
Not Associated with Land Use Ac�ons if
Preliminary Plat
Condi�onal Use Permit for a Major Plat or Unit Lot
Subdivision ≥ 10 7,000.00 plus Hearing Examiner Fee
Permit for a Minor Plat or Unit Lot
Subdivision ≤ 9 3,100.00
Final Plats
Major Plat or Unit Lot Subdivision ≥ 10 plus actual cost of consultant
Minor Plat or Unit Lot Subdivision ≤ 9 plus actual cost of consultant
Binding Site Plan
Condi�onal Use Permit for Binding Site Plan ≥ 10 Lots Examiner Fee
actual cost of consultant
Zoning Permit for Binding Site Plans ≤ 9 Lots plus actual cost of consultant
Text and/or Design Devia�on
Lot Line Adjustment or Changes to Number of Lots plus actual cost of consultant
Subarea Plan
Subarea Plan (rivately ni�ated)of
Design Review
Administra�ve with Building Permit (
permit required): Residen�al Infill & Old Town
180.00
Administra�ve
Design Review Board
Mixed-Use Development
of
Condi�onal Use Permit Examiner Fee
Special Use Permit Examiner
if required
Zoning Permit 2,300.00
CITY OF ARLINGTON FEE SCHEDULE RESOLUTION NO. 2024-xxx
Page 3
Ac�on Fee ($)
Forest Prac�ce Permit
Permit Review 450.00
Forest Prac�ce Permit Applica�on 125.00 plus 125.00 per acre
Review Fee for Conversion Op�on Harvest Plan
Approval 125.00 plus 125.00 per acre
Review Fee To Li� Moratorium
Inspec�on Fee
Replacement Mi�ga�on In Lieu Fee with
Permit: Number of Trees Removed x 3 for
32.50 per replacement tree
Hearing Examiner
Single Family Residence or Duplex (1 Structure)
Variance, Special Use Permits, or Condi�onal Use
1,400.00
Commercial / Industrial / Mul�Family / Public
Agency: Variances, Special Use Permits, or
2,800.00
Mul�Permit Applica�on / Subdivisions / Plats /
Mixed-Use Development Permits / Binding Site
Plans / Shoreline Permits
3,500.00
Appeals of Administra�ve Decisions,
Interpreta�ons, Enforcement Orders, Licensing
Decisions, and SEPA Threshold Determina�ons, as
well as other Regulatory, Enforcement, or Quasi-
Judicial maters as may be assigned by City
Council
175.00 per hour
Appeals
To Planning Commission
To Hearing Examiner plus actual cost of Hearing Examiner
Reconsidera�on of Decision By:
Community Development Director and/or 180.00
Planning Commission
Hearing Examiner 250.00 plus actual cost of Hearing Examiner
Permit Extension
Resubmital Extension
Amendment to or Modifica�on of Permit
Insignificant Design Devia�ons
Minor Amendment
Major Amendment actual cost of Hearing Examiner
Boundary Line Adjustment
Boundary Line Adjustment / Lot Line Elimina�on of consultant
CITY OF ARLINGTON FEE SCHEDULE RESOLUTION NO. 2024-xxx
Page 4
Ac�on Fee ($)
Land Use Zoning Code Ordinance Amendment
Amendment to Text of Title 20 Zoning Ordinance 750.00
Amendment to Zoning Map (Rezone)
< 5 acres 1,200.00
Comprehensive Plan Amendment
Amendment (ycle)
Major Amendment (5 ycle)
Annexa�ons
Submission of 10% Pe��on
Submission of 60% Pe��on
Boundary Review Board Applica�on Filing Fee 50.00 paid directly to Snohomish County
If it goes to Boundary Review Board Hearing
Shoreline Development Permit
Shoreline Development Exemp�on Leter
Shoreline Substan�al Development Permit or
Shoreline Variance in conjunc�on with a Land Use
550.00
Substan�al Development Permit or
Shoreline Variance not in conjunc�on with a Land
1,100.00
Shoreline Condi�onal Use Permit 00.00 plus Hearing Examiner Fee
Significant Tree & Street Tree Removal
Significant Tree Removal requires replacement
rate of 3:1 or pay mi�ga�on in lieu fees per
replacement tree
150.00 per replacement tree x 3 = 450.00
per tree removed
Street Tree Removal requires replacement
of 1:1 or pay mi�ga�on in lieu fees per replacement
tree
1,030.00 per tree removed
Variance
Administra�ve (in addi�on to land use permit)
Hearing Examiner:mit or if
Administra�ve Variance is recommended to Hearing
paid a
1,300.00 plus actual cost
of Hearing Examiner
General Informa�on Mee�ng
wo ee�ngs
Subsequent ee�ngs 350.00 per mee�ng
SEPA Review (note: review of checklist included with
Land Use Permit fee)
SEPA Only (ermit)
Environmental Impact Statement (EIS)1,100.00 plus actual cost of consultant
Outside Consultants
Review for Land Use Permits Actual Cost of Review and/or Writen Reports
Change of Use
Change of Use Land Use Site Plan Review
(ddi�onal Design Review ees may apply)180.00
CITY OF ARLINGTON FEE SCHEDULE RESOLUTION NO. 2024-xxx
Page 5
Ac�on Fee ($)
Cri�cal Area Review
Cri�cal Area Site Plan Review (no land use permit) 180.00
Floodplain Development
Flood Hazard Permit (in addi�on to permit)
Deferral of Impact Fee
Applica�on
Request of U�lity Services Outside City Limits
U�lity Extension Agreement Family
Residence / Duplex 225.00
U�lity Extension Agreement Other Development
Property Tax Exemp�on Cer�ficate
Public No�ce / Publica�on
Public No�ce Prepara�on and Pos�ng
Newspaper Publica�on Actual cost of publica�on per
Everet Herald fee
Postage for Mailings Actual cost of postage per USPS fee
Recording
Recording Fees / Conformed Copies Snohomish
Miscellaneous Staff Time
Administra�ve Staff
Processing / Technology Fee
Added to all Land Use, Civil, U�lity, & Building
Permits 25.00
Credit Card Processing Surcharge / Service Fee 3% of actual cost
Electronic Funds Transfer Fee 0.50 per transac�on
Sec�on 3: Public Works Fees. Fees for various services, ac�ons, and permits shall be
listed in Tables 3-1: Review Fees, 3-2: Grading Plan Review Fees, 3-3: Grading Plan Fees,
and 3-4: Public Works Labor and Equipment Charges.
Table 3-1: Review Fees
Ac�on Fee ($)
Civil Review 6% of Engineer’s Es�mated Cost of Construc�on
with a minimum charge of 1,600.00
Administra�ve Review Fee 250.00 each
Miscellaneous Engineering Fee 550.00 each
As-Built Review Fee Included in the Civil Review Fee
Final Plat Review Fee Included in the Civil Review Fee
Inspec�on Fee 150.00 per hour, ½ hour minimum
Outside Consultant Review Fee Actual Costs
Simple Site Plan Review:
(Single Family Residence with maximum 2 lots
275.00 per Lot
CITY OF ARLINGTON FEE SCHEDULE RESOLUTION NO. 2024-xxx
Page 6
Ac�on Fee ($)
Right of Way
6% of Engineer ’s Es�mated Cost of Construc�on
or maximum 1,100.00 with a minimum charge of
125.00
1,100.00
Miscellaneous
–
200.00
1,100.00 plus actual cost
Permit for Non-Construc�on Use of Right of Way
per AMC Chapter 12.50
Applica�on
quare foot (nnual)
Commercial Zones including, but not limited 0.45
Business Zones including, but not limited to, 0.40
600.00 plus actual cost of Hearing Examiner
Table 3-2: Grading Plan Review Fees
50 cubic yards or Less 100.00
51 to 100 cubic yards 120.00
101 to 1,000 cubic yards 160.00
c
First 1,000 cubic yards
for each addi�onal ubic frac�on thereof
200.00
10,001 to 100,000 cubic yards
For the First 10,000 cubic yards
for each addi�onal ubic frac�on hereof
300.00
100,001 to 200,000 cubic yards
For the first 100,000 cubic yards
for each addi�onal 10,000 ubic frac�on hereof
400.00
200,001 cubic yards or More
For the first 200,000 cubic yards
for each addi�onal 10,000 ubic frac�on hereof
500.00
ddi�onal eview required by changes, addi�ons, or
revisions to approved plans.New Plan Review Fee
CITY OF ARLINGTON FEE SCHEDULE RESOLUTION NO. 2024-xxx
Page 7
Table 3-3: Grading Permit Fees
Base Permit Fee 100.00
50 cubic yards or less 120.00
51 to 100 cubic yards 160.00
c
First 100 cubic yards
for each addi�onal 100 ubic frac�on hereof
200.00
1,001 to 10,00 cubic yards
First 1,000 cubic yards
for each addi�onal 1 ubic frac�on hereof
300.00
10,001 to 100,000 cubic yards
For the First 10,000 cubic yards
for each addi�onal 1 ubic frac�on hereof
500.00
100,001 cubic yards or more
For the first 100,000 Cubic Yards
for each addi�onal 10,000 ubic frac�on hereof
600.00
Table 3-4: Public Works Labor and Equipment Charges
A. Services and work included in the below schedule will be charged a 15%
administra�ve/overhead fee for accoun�ng, billing and general City administra�ve
costs.
B. All work or services not included in the below schedule must be mutually agreed
upon prior to the commencement of work.
C. Equipment and machinery that is not explicitly included in the below schedule will
be charged at the rate set forth in the most current Rental Rate Blue Book for
Construc�on Equipment (“Blue Book”). If the equipment or machinery rate is not
available in the Blue Book, the City will determine an appropriate fee or rate based
on the original cost of the asset plus opera�ng and maintenance cost and/or
comparable rates charged by other organiza�ons.
Item Fee ($)
Labor Rate Cost
Lead Maintenance Worker
Senior Maintenance Worker
Maintenance Worker
Administra�ve Staff
Equipment Rate Cost
Pick Up Truck
Dump Truck
Back
Jeter Truck
Snow Plow
Street Sweeper
CITY OF ARLINGTON FEE SCHEDULE RESOLUTION NO. 2024-xxx
Page 8
Sec�on 4: Building, Plumbing, Mechanical, Fire Permit and Plan Review Fees.
For determining the value of a structure, the most current Building Valua�on Data as
published by the Interna�onal Code Council, is adopted by reference. Fees shall be as
listed in Tables 4-1: Building Permit Fees, 4-2: Building Plan Fees, 4-3: Miscellaneous
Building Permit Fees and 4-4: Miscellaneous Building Inspec�on & Plan Review Fees.
Table 4-1: Building Permit Fees
4
1.00 – 500.00 35.50 0.00 to 500.00
501.00 – 2,000.00 35.50
4.57
For the first 500.00
PLUS for each addi�onal 100.00, or frac�on thereof, to
and including 2,000.00
2,001.00 – 25,000.00 104.05
21.03
For the first 2,000
PLUS for each addi�onal 1,000.00, or frac�on thereof, to
and including 25,000.00
25,001.00 – 50,000.00 587.74
15.24
For the first 25,000.00
PLUS for each addi�onal 1,000.00, or frac�on thereof, to
50,001.00 – 100,000.00 967.24
10.61
For the first 50,000.00
PLUS for each addi�onal 1,000.00, of frac�on thereof, to
and including 100,000.00
100,001.00 – 500,000.00 1,497.74
8.41
For the first 100,000.00
PLUS for each addi�onal 1,000.00, or frac�on thereof, to
and including 500,000.00
500,001.00 – 1,000,000.00 4,861.74
7.19
For the first 500,000.00
PLUS for each addi�onal 1,000.00, or frac�on thereof, to
and including 1,000,000.00
1,000,001.00 and Up 8,456.74
5.49
For the first 1,000,000.00
PLUS for each addi�onal 1,000.00 or frac�on thereof
Table 4-2: Building Plan Review Fees
All Valua�ons 65% of Building Permit Fee Based on Valua�on Calcula�on per Table 4-1
CITY OF ARLINGTON FEE SCHEDULE RESOLUTION NO. 2024-xxx
Page 9
Table 4-3: Miscellaneous Building Permit Fees
100.00 plus Inspec�on Fee
(portable and stand-alone)250.00 plus Inspec�on Fee
(over 7 Feet in Height)100.00 plan review plus Inspec�on Fee
500.00
500.00
100.00
Table 4-1 & 4-2
75.00
500.00
500.00
100.00
--75.00
-–100.00 plan review; permit fee, Table 4-1
(permit not required under 4 feet)100.00 or IBC Valua�on, whichever is greater
Sign Permit Table 4 & 4 ; minimum 100.00
Solar Permits Table 4 & 4
Swimming Pool or Spa
ee for each pool or spa; private or public Table 4-1 & 4-2
Washington State Surcharge (RCW 19.27.085)
Commercial Building Permit
Residen�al Building Permit
Each Addi�onal Residen�al Unit
Table 4-4: Building Permit Fees
Inspec�ons outside of normal business hours 150.00 per hour (minimum charge 1 hour)
Re-inspec�on fees (includes two inspec�ons) 75.00 per hour
Inspec�on of which no fee is specifically indicated 75.00 per hour (minimum charge 1 hour)
For use of outside consultants for plan review and
inspec�ons, or both Actual costs
Opera�ng Permit Inspec�ons
Stop Work Order (working without a valid permit) Double ermit f
whichever is less
Revise Site Plan a�er Plan Review is Completed
Permit Extension 2% of total building permit f ;
minimum 110.00 and maximum 500.00
Revise Building Plan During Plan Review
< 50% Review Comple�on
> 50% Review Comple�on New Plan Review Fee
Revised Building Plans a�er Issuance of Permit New Plan Review Fee
CITY OF ARLINGTON FEE SCHEDULE RESOLUTION NO. 2024-xxx
Page 10
4.2 Plumbing Permit and Plan Fees. Plumbing fees shall be as listed in Table 4-5:
Plumbing Permit Fees and Table 4-6: Plumbing Plan Review Fees.
Table 4-5: Plumbing Permit Fees
per unit. A plan review fee of 65% per Table 4-6 for plumbing permits will be assessed at �me of
-
Addi�onal Plan Review Fees $ 75.00
Altera�on / Repair Piping $ 15.00
Backflow Assembly $ 25.00
Base Plumbing Fee $ 25.00
Bath / Shower Combo $ 15.00
Building Main Waste $ 25.00
Clothes Washer $ 15.00
Dishwasher $ 15.00
Drinking Foutain $ 15.00
Floor Drains $ 15.00
Grease Interceptor $ 75.00
Grease Trap $ 25.00
Hose Bibb $ 15.00
Icemaker / Refrigerator $ 15.00
Irriga�on – per meter $ 25.00
Kitchen Sink & Disposal $ 15.00
Laundry Tray $ 15.00
Lavatory $ 15.00
Medical Gas Piping ≤ 5 Inlets / Outlets $ 60.00
Medical Gas Piping for each addi�onal Inlet / Outlet > 5 $ 5.00
Miscellaneous – Regulated by Plumbing Code (not otherwise specified) $ 15.00
Pretreatment Interceptor $ 15.00
Re-Inspec�on Fee (all) $ 75.00
Roof Drains $ 15.00
Shower (only) $ 15.00
Sink (Bar, Service, etc.) $ 15.00
Toilets $ 15.00
Urinal $ 15.00
Vacuum Breakers $ 25.00
Water Heater $ 25.00
Water Heater - Tankless $ 25.00
Table 4-6: Plumbing Plan Review Fees
All Valua�ons 65% of Building Permit Fee Based on Valua�on Calcula�on per Table 4-1
CITY OF ARLINGTON FEE SCHEDULE RESOLUTION NO. 2024-xxx
Page 11
4.3 Mechanical Permit Fees. Mechanical permit fees shall be as listed in Table 4-7:
Mechanical Permit Fees and Table 4-8: Mechanical Plan Review Fees.
Table 4-7: Mechanical Permit Fees
calculated per unit. A plan review fee of 65% per Table 4-8 for mechanical permits will be assessed
ee
-
Addi�onal Plan Review Fees $ 75.00
Air Condi�oning Unit ≤ 100 Btu/h $ 15.00
Air Condi�oning Unit > 100 Btu/h $ 25.00
Air Condi�oning Unit > 500 Btu/hp $ 50.00
Air Handling Units $ 15.00
Base Mechanical Fee $ 25.00
Boiler < 100 Btu/h > 3 hp $ 15.00
Boiler > 1 million Btu/h < 50 hp $ 25.00
Boiler > 1.5 million Btu/h < 50 hp $ 50.00
Boiler > 100 Btu/h 3-15 hp $ 15.00
Boiler > 500 Btu/h 15-30 hp $ 25.00
Commercial Hoods – Type I / II $ 25.00 / 50.00
Diffusers $ 15.00
Dryer Duc�ng $ 15.00
Ductwork (drawings required) $ 25.00
Evapora�ve Coolers $ 15.00
Exhaust / Ven�la�on Fans $ 15.00
Fireplace / Insert / Stove $ 15.00
Forced Air Heat ≤ 100 Btu/h $ 15.00
Forced Air Heat > 100 Btu/h $ 25.00
Gas Clothes Dryer $ 15.00
Gas Fired Air Condi�oning Unit ≤ 100 Btu/h $ 15.00
Gas Fired Air Condi�oning Unit > 100 Btu/h $ 25.00
Gas Fired Air Condi�oning Unit > 500 Btu/hp $ 50.00
Gas Piping ≤ 5 Units $ 15.00
Gas Piping for each addi�onal unit > 5 $ 2.00
Heat Exchangers $ 15.00
Heat Pump-Condensing Unit $ 25.00
Hot Water Heat Coils $ 15.00
Miscellaneous – Regulated by Mechanical Code (not otherwise specified) $ 15.00
Package Units ≤ 100 Btu / > 100 Btu $ 25.00 / 50.00
Range / Cook Top – Gas Fired $ 15.00
Refrigera�on Unit ≤ 100 Btu/h $ 15.00
Refrigera�on Unit > 100 Btu/h $ 25.00
Refrigera�on Unit > 500 Btu/h $ 50.00
Re-Inspec�on Fee (all) $ 75.00
CITY OF ARLINGTON FEE SCHEDULE RESOLUTION NO. 2024-xxx
Page 12
MECHANICAL PERMIT FEES (Per Unit)
Commercial mechanical permits are required to submit line drawings. A permit fee shall be
calculated per unit. A plan review fee of 65% per Table 4-8 for mechanical permits will be assessed
ee
Residen�al Range Hood $ 15.00
Unit Heaters ≤ 100 Btu/h $ 15.00
Unit Heaters > 100 Btu/h $ 25.00
Variable Air Volume Boxes (part of Air Condi�oning System) $ 10.00
Wall Heaters – Gas Fired $ 25.00
Water Heater – Gas Fired $ 25.00
Table 4-8: Mechanical Plan Review Fees
All Valua�ons 65% of Building Permit Fee Based on Valua�on Calcula�on per Table 4-1
4.4 Fire Permits and Plan Review Fees. Fire permit fees shall be as listed in Table 4-9:
Fire Permit Fees and Table 4-10: Fire Plan Review Fees.
Table 4-9: Fire Permit Fees
FIRE SPRINKLER SYSTEMS (105.7.1, 105.7.4, 105.7.11)
**
1 to 2 75.00
3 to 5 125.00
6 to 10 175.00
11 to 20 225.00
21 to 40 300.00
41 to 100 375.00
101 to 200 475.00
201 to 300 575.00
> 300 600.00 plus 50.00 per 100 addi�onal devices
For Hydraulically designed systems mul�ply the fees above by 2
*
1 to 100 375.00
101 to 200 475.00
201 to 300 600.00
> 300 625.00 plus 50.00 per 100 addi�onal devices
CITY OF ARLINGTON FEE SCHEDULE RESOLUTION NO. 2024-xxx
Page 13
FIRE SPRINKLER SYSTEMS (105.7.1, 105.7.4, 105.7.11)
***
1 to 10 175.00
11 to 25 225.00
26 + 275.00
* – NFPA 13D SYSTEM INSTALLED – NOT REQUIRED – FEE REDUCED 50%
Pre-Engineered 200.00
Custom Engineered 275.00
Class I – New or Exis�ng 150.00
Class II – New or Exis�ng 150.00
Fire Pump 300.00 each
Addi�onal Hydrosta�c Pressure Test
(1 test included per permit) 150.00
Addi�onal Cover Inspec�on
(1 cover inspec�on included per permit)75.00
SPRAY BOOTHS (105.7) & INDUSTRIAL OVENS (105.7.7)
Spray Booths Fee ($)
Engineered w/ Documents
Built or used w/o Documents
Industrial Oven
NOTE: SEPARATE SPRINKLER SYSTEM REQUIRED
** Devices include separate individual por�ons of a Fire Sprinkler System such as:
Sprinklers, Risers, Valves, Pull Sta�ons, Beam Detectors, and other such Devices
(Each piece is one device).
FIRE ALARM SYSTEM NFPA 72 (105.7.3)
1 to 2 75.00
3 to 5 125.00
6 to 10 175.00
11 to 20 225.00
21 to 40 300.00
41 to 100 375.00
101 to 200 475.00
> 200 500.00 plus 50.00 per 100 addi�onal devices
CITY OF ARLINGTON FEE SCHEDULE RESOLUTION NO. 2024-xxx
Page 14
FIRE ALARM SYSTEM NFPA 72 (105.7.3)
NEW COMMERCIAL SYSTEM
Number of Sprinklers or Devices* Fee ($)
1 to 100 350.00
101 to 200 475.00
> 200 500.00 plus 50.00 per 100 addi�onal devices
NOTE: In addi�onal to device* fees shown, the following fees also apply.
FACP AND/OR TRANSMITTER
New 200.00
Replace 125.00
NOTE: All Central Sta�on Monitoring must be UL or FM Listed.
*Devices include separate individual por�ons of a Fire Alarm System such as:
Ini�a�ng Devices, No�fica�on Appliances, Flow Switches, Supervisory Switches, Magne�c Door
Hold-Open Devices, Remote Annunciators, Pull Sta�ons, Beam Detectors, and other such Devices
(Each piece is one device).
Table 4-10: Fire Plan Review Fees
< $5,000.00 200.00
$5,000.00 and Over 65% of Building Permit Fee Based on Valua�on Calcula�on per Table 4-1
Sec�on 5: Fire Department Life-Safety Inspec�on Fees. Fees for re-inspec�on for life-
safety issues conducted by the Fire Department shall be as listed in Table 5: Fire
Department Life-Safety Inspec�on Fees.
Table 5: Fire Department Life-Safety Inspec�on Fees
Life-Safety Inspec�ons of Businesses
Ini�al Inspec�on 0.00
First Re-Inspec�on for Correc�ons 0.00
Second Re-Inspec�on for Correc�ons 100.00
Third Re-Inspec�on for Correc�ons 150.00
Addi�onal Inspec�ons to Complete Life-Safety
Correc�ons and Atain Compliance 250.00
CITY OF ARLINGTON FEE SCHEDULE RESOLUTION NO. 2024-xxx
Page 15
Sec�on 6: Fees for the Use of City Owned Facili�es. Fees for various services, ac�ons,
and permits regarding use of City owned facili�es shall be as listed in Table 6: Fees for
the Use of City Owned Facili�es.
Table 6: Fees for the Use of City Owned Facili�es
S�llaguamish Conference Room at Public Works Administra�on (154 W. Cox). Room usage fees for
community youth related ac�vi�es and Neighborhood Watch mee�ngs may be waived
One to Three Hours 20.00 per hour
Over Three Hours 90.00
-
One to Four Days 100.00 per rental
Field Use 10.00 per hour
Ligh�ng 3.00 per 1.5 hours
4 X 20 Foot Bed 20.00 per season
4 X 8 Foot Bed 15.00 per season
2 X 8 Foot Bed 10.00 per season
Sec�on 7: Fees for the Arlington Municipal Airport. Fees for various services and
ac�ons regarding the Arlington Municipal Airport shall be as listed in Table 7: Fees for
the Arlington Municipal Airport.
Table 7: Fees for the Arlington Municipal Airport
–
Tie-Down Aircra� 50.00 monthly
Transient Aircra� Parking 5.00 per night
Large Aircra� Parking 50.00 per night
Short Term Parking 5.00 per night
Long Term Parking 50.00 monthly
Daily Use Rate 178.14 plus sales tax
New Card 1st card free
Addi�onal Cards 10.00 each
Card Renewal – Bi-annual 10.00 each
Lost or Stolen 40.00 each
CITY OF ARLINGTON FEE SCHEDULE RESOLUTION NO. 2024-xxx
Page 16
Sec�on 8: Appeal Fees for Viola�ons and Abatement. Fees for various services and
ac�ons regarding viola�ons and abatement as per Chapter 11.01 of the Arlington
Municipal Code shall be as listed in Table 8: Appeal Fees for Viola�ons and Abatement.
Table 8: Appeal Fees for Viola�ons and Abatement
To Hearing Examiner 582.00 plus actual cost of Hearing Examiner
Forest Prac�ce Viola�on Fine 317.00
Sec�on 9: Licensing Fees. Licensing fees for various licenses issued under various
sec�ons of the Arlington Municipal Code shall be as listed in Table 9: Licensing Fees.
Table 9: Licensing Fees
New Applica�on / Renewal Business License under AMC Chapter 5.28 60.00
Peddlers & Solicitors License under AMC Chapter 5.04 25.00
Vehicles for Hire License under AMC Chapter 5.12
- First Vehicle
Each Vehicle therea�er
35.00
Sexually Oriented Adult Entertainment under AMC 5.36
Annual License for License of Manager and Entertainers Required
Annual License for the Adult Entertainment Business is Required
Sec�on 10: Dog Licensing Fees.
10.1 Fees for dog licenses as called for in Arlington Municipal Code Chapter 8.09 shall
be listed in Table 10: Dog Licensing Fees.
10.2 Per RCW 40.60.380, the City of Arlington shall honor a request by a blind person
or hearing-impaired person not to be charged a fee to license his or her guide
dog, or a request by a physically disabled person not to be charged a fee to
license his or her service animal.
10.3 All dogs require proof of current Rabies vaccina�on to be licensed.
Table 10: Dog Licensing Fees
Dog – unaltered (annual tag) 40.00
Dog – altered (life�me tag) 20.00
Dog – altered (senior ci�zen owner – life�me tag) 10.00
Replacement Tag Fee 5.00
CITY OF ARLINGTON FEE SCHEDULE RESOLUTION NO. 2024-xxx
Page 17
Sec�on 11: Fees for Police Services. Fees for various services, ac�ons, and permits for
police services shall be as listed in Table 11: Fees for Police Services.
Table 11: Fees for Police Services
Fingerprin�ng 20.00
Concealed Weapons Permits:
1. New Permit
2. Permit Renewal
3. Lost or Stolen Permit
Late Renewal of Permit
All charges per RCW 9.41.070
Lamina�on of Concealed Weapons Permit
An�Harassment Order Service (Includes service, return of
service, mileage & fuel costs)80.00
Fine for Parking:
1. Fine for parking as described in Arlington Municipal
Code 10.54.160, Prohibited Parking
2. Fine if paid within 24 hours of issuance.
3. Fine if not paid within 30 days of issuance, or if no�ce
of infrac�on is mailed, 33 days from the date the
50.00
25.00
100.00
Sec�on 12: Fees for Duplica�on and Redac�on of Public Records.
12.1 Fees for various services and ac�ons for duplica�on and redac�on of public
records shall be consistent with the provisions of RCW 42.56.120 and listed in Table
12: Fees for Public Records Services.
12.2 The City of Arlington finds that calcula�ng the actual costs of scanning per page
in order to fulfill a public records request would be unduly burdensome for the
following reasons:
(a) The City employs over 120 employees. Because all City employees contribute
to the produc�on of public records requests and all employees earn different
salaries or rate of pay, the public records officer would have to be privy to
salaries of all employees in order to calculate the invoice;
(b) Employees supplying scanned records to the public records officer would be
required to track �me spent, thereby crea�ng a burden for those employees
without worksta�ons as well as addi�onal work not assigned in many
employees’ job descrip�ons and or union contracts;
(c) The City’s public records officer would be required to maintain a record of all
employees who contribute to each part of a public record request and
poten�ally charge different amounts for mul�ple scanned pages;
CITY OF ARLINGTON FEE SCHEDULE RESOLUTION NO. 2024-xxx
Page 18
(d) The City uses more than seven document scanning machines with different
costs and lease agreement fees which change from �me to �me. The cost of
supplies for the City’s various scanning machines is subject to change based
on current market rates. Calcula�ng the por�on of the machines and supplies
used toward scanning public records would require knowledge of the cost of
supplies and an in-depth analysis of �ming and applica�on mul�plied by each
contribu�ng employee’s hourly rate of pay; and
(e) The response �me to a public records request may be delayed in order to
calculate scanning costs and create an invoice with different rates of scanning
charges.
Table 12: Fees for Public Records Services
In house copying of City documents for the public 0.15 per page
In house copying of City documents to PDF when original
document is not in electronic format 0.10 per page
Provision of files or atachments and provide by electronic
delivery 0.05 per 4 files or atachments
Electronic records transmission gigabyte (GB)
Storage media (USB or CD), container, envelope, and postage
delivery charge Actual cost
Duplica�on of documents and other media printed by outside Actual cost to produce
Staff redac�on �me for body-worn camera footage*
* The City will charge all requestor’s reques�ng body-worn
camera footage except those listed in RCW 42.56.240(e)(i) for
the �me it takes the City to redact the footage, see RCW
42.56.240(14)(f)(1). These charges are based on the average
per minute salaries of the City employees responsible for
video redac�on
0.8266 (0.83) per minute mul�plied
by the dura�on in minutes of the
por�on of the video which is
redacted
Sec�on 13: Fees for Franchise Applica�ons. Pursuant to AMC Title 21, fees for various
services and ac�ons for franchise applica�ons shall be listed in Table 13: Fees for
Franchise Applica�ons.
Table 13: Fees for Franchise Applica�ons
Franchise Applica�on Fee 1,000.00
Legal Review of Franchise Applica�on Actual costs
CITY OF ARLINGTON FEE SCHEDULE RESOLUTION NO. 2024-xxx
Page 19
Sec�on 14: Fees for GIS Products. Fees for various services and ac�ons for GIS shall be
listed in Table 14: Fees for GIS Products.
Table 14: Fees for GIS Products
Zoning and Land Use Maps 14.00
11 x 17 8.00
2 x 3 15.00
3 x 3 22.00
3 x 4 28.00
Map CD 29.00
Data CDs / FTP 29.00 per client
Hourly Rate for Custom Work 140.00 per hour, ½ hour minimum
Lamina�ng 4.00 per square foot
Shipping Actual Cost of container and postage
Sec�on 15: Finance Department Services. Fees for various services, ac�ons, and permits
for finance services shall be listed in Table 15: Fees for Finance Department Services.
Table 15: Fees for Finance Services
Non-Sufficient Funds – Dishonored or disallowed dra� or check 35.00
Establishing a new u�lity account 20.00
Reac�va�ng an exis�ng u�lity account 20.00
Shut off processing fee 50.00
Meter Tampering Fee 200.00
Sec�on 16: Repeal of Previous Fee Resolu�on. Resolu�on 2023-012 is hereby repealed.
Sec�on 17: Effec�ve Date. This resolu�on will become effec�ve immediately upon
passage.
PASSED by the City Council and Approved by the Mayor this 5th day of February, 2024.
CITY OF ARLINGTON FEE SCHEDULE RESOLUTION NO. 2024-xxx
Page 20
CITY OF ARLINGTON
__________________________________________
Don Vanney, Mayor
ATTEST:
__________________________________
Wendy Van Der Meersche, City Clerk
APPPROVED AS TO FORM:
__________________________________
Steven J. Peiffle, City Atorney
City of Arlington
Council Agenda Bill
Item:
WS #8
Attachment
K
COUNCIL MEETING DATE:
May 13, 2024
SUBJECT:
Police Quarterly Report
ATTACHMENTS:
Police Department Quarterly Report and 2023 Annual Report
DEPARTMENT OF ORIGIN
Police; Jonathan Ventura, Chief
EXPENDITURES REQUESTED: N/A
BUDGET CATEGORY: N/A
BUDGET AMMOUNT: N/A
LEGAL REVIEW:
DESCRIPTION:
Second Quarter Report and Arlington Police Department 2023 Annual Report.
HISTORY:
ALTERNATIVES:
RECOMMENDED MOTION:
Workshop; discussion only.
1 of 1
Staffing
• Budgeted 39 FTEs for 2023/24 (33 Officers – 1 Limited Commission – 5 Civilian)
• 38 current FTEs (32 Officers – 1 Limited Commission – 5 Civilian)
• APD has 2 contracted employees (1-DV Coordinator / 1-LEESW)
Update of Current Contracts
• Current APOA CBA expires 12/31/2024 (COA/APOA currently engaged in negotiations)
• Current AFSCME CBA expires 12/31/2024
Challenges
• Police Impound Building now on a month-to-month lease
Opportunities
• COA in talks with developer regarding possible long-term lease of space for APD
Impound/Training facilities.
Council Action Items
• Update to Parking Ordinance and New Ordinance related to defining police commissions
tentatively scheduled in June.
Executive Summary – Highlights
• APD received 2 new patrol vehicles. Kudos to Sgt. Schander for overseeing the upfitting
to get these vehicles ready for assignment.
• PSO Yarkut and our CO-OP Team (Ken/Calei) have been working with COA Code
Enforcement and M&O to holistically address a challenging location in Smokey Point.
These locations don’t become nuisance properties overnight, and it takes significant
effort and resources to remediate.
• Volunteer Coordinator Krell is putting together a program to address abandoned and
stolen shopping carts left around town. Our goal is to launch this program this summer.
• We interviewed multiple lateral police candidates this month and sent two into
background investigation.
• APD participated in a ‘Touch a Truck’ type event at the Navy Exchange. These events
are great opportunities for public outreach, community partnerships, image, and
recruitment.
• Thank you to Officer Denton and Recruit Officer Braniff for completing our tedious
annual Asset Inventory.
Police
Project Reports & Update
April 2024
ARLINGTON POLICE DEPARTMENT April 2024
INCIDENTS CALLS FOR SERVICE CASES
Incidents: 911 calls & officer-initiated
Calls for Service: 911 Calls
Cases:Require more documentation
7,
9
3
2
7,
5
5
6
8,
4
2
3
5,
7
4
4
5,
3
3
5
5,
1
2
0
1,
0
8
5
1,
2
2
9
1,
2
8
7
0
50
100
150
200
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24
911 Calls for Service by Time of Day
0
100
200
300
400
500
Sun Mon Tue Wed Thur Fri Sat
911 Calls for Service by Day of Week
Officer
Initiated
3,303
911 Calls
5,120
Warning
837
Ticket
123
*Generated a Report
**Count to get avg response time
Year to Date Totals
2022
2023
2024
Traffic (YTD)2022 2023 2024
Collisions*237 200 219
Traffic Stops 403 471 1014
Type Crime 2022 2023 2024
Assault 30 40 32
Order Violation 25 5 45
Robbery 7 2 4
Sex Offense 5 5 16
Arson -1 1
Vehicle Theft 42 33 29
Burglary 49 24 18
Fraud 32 29 39
Theft 116 109 105
Malicious Mischief 37 56 41
Weapon 9 13 8
Substance Abuse 12 8 26
DUI 17 23 34
Year-To-Date Crimes that Generated a Case
Pe
o
p
l
e
Pr
o
p
e
r
t
y
So
c
i
e
t
y
Records Feb Mar Apr
Fingerprints 20 26 29
Records Request 132 150 120
CPL Applications 22 30 17
Priority Definition # of Calls**Response Time (Avg)
1 Emergency - in progress w/ weapons or violence 5 00:07:41
2 Emergency - in progress 26 00:05:05
3 Urgent - in progress, lesser crimes 154 00:07:46
4 Non-Emergency - not in progress 230 00:11:04
5 Non-Emergency - mail in or animal 34 00:10:59
Response Times by Call Priority
Incident/Call Type Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr
911 200 269 300 184 129 117 94 99 113 99 83 107 100
Abandoned Vehicle 7 13 12 13 10 9 6 14 11 20 19 14 29
Alarm 54 51 69 57 78 88 86 56 44 58 65 54 49
Animal 33 55 45 43 46 32 21 23 26 29 34 39 49
Arson 1 0 0 0 0 0 0 0 0 0 0 0 1
Assault 8 18 14 18 17 11 15 13 14 11 14 11 7
Assist 34 59 60 69 68 69 76 69 70 78 61 77 67
ASW 1 1 1 2 8 5 3 2 3 3 1 1 4
Attempt to Contact 2 4 8 2 5 4 3 5 3 5 2 3 5
Attempt to Locate 2 2 0 2 4 2 1 2 1 2 1 3 2
BHC 38 33 39 30 43 48 49 30 33 36 22 24 46
Burglary 8 7 9 9 13 9 11 4 6 5 3 8 5
Civil 46 56 50 49 55 44 41 50 42 40 36 68 56
Collision 49 51 52 44 40 50 61 62 65 59 49 55 55
CPS 5 3 5 6 3 8 9 7 9 7 3 6 10
Death 5 3 3 5 4 2 1 3 2 6 8 6 4
Disturbance 47 40 51 52 50 38 42 42 32 33 32 46 37
DUI 27 28 28 43 26 26 25 25 27 21 23 28 24
DV 40 39 37 43 33 21 22 27 37 54 22 32 20
Elude 0 3 4 2 4 2 0 4 4 6 0 1 2
Follow Up 171 180 187 205 238 189 207 182 190 238 162 178 223
Foot 1 2 2 8 3 6 5 0 0 0 2 0 2
Fraud 11 13 18 14 24 19 19 17 11 14 16 25 16
Harassment 10 10 20 10 11 14 10 6 9 8 10 10 6
Indecent Exposure 2 1 4 5 2 1 1 1 2 1 1 2 6
Information 9 15 8 7 14 2 9 12 4 10 4 4 11
Malicious Mischief 27 27 14 22 33 22 16 26 11 12 18 22 11
Noise Complaint 22 32 23 28 29 25 10 13 21 16 18 19 17
Nuisance 65 66 58 67 80 87 78 90 46 58 57 60 57
Order Violation 3 10 8 14 3 5 8 2 7 14 17 14 10
Ordinance Violation 5 6 14 2 4 16 4 5 3 8 3 2 9
Paper Service 25 32 7 16 15 16 19 35 19 30 20 17 23
Parking 27 38 26 30 33 28 29 38 17 30 20 34 39
Person Lost/Found 12 13 8 13 8 10 10 14 9 9 9 6 15
Property Lost/Found 17 19 18 24 18 17 11 11 11 11 15 9 17
Public Assist 66 60 69 60 70 82 77 60 56 52 54 52 59
Pursuit 1 0 1 0 1 1 1 2 0 0 1 0 2
Robbery 1 0 1 1 1 0 5 0 2 0 0 1 2
RSO 30 10 5 11 8 21 15 12 0 14 0 13 8
School 18 14 7 0 0 34 31 32 15 20 10 6 22
Search Warrant 1 0 0 1 1 1 3 0 2 3 0 2 1
Security Check 34 50 104 70 72 47 46 64 59 63 118 228 161
Sex Offense 2 4 3 0 1 2 3 0 2 2 5 4 5
Shots Heard 1 3 3 5 2 3 1 5 5 3 2 3 1
Substance Abuse 20 43 28 19 28 27 31 19 35 29 24 35 41
Suicide 10 10 7 4 4 14 10 10 11 3 14 8 6
Suspicious 215 260 270 311 314 313 311 251 223 261 201 287 311
Theft 63 59 54 54 55 43 49 40 52 44 34 40 42
Threat 5 5 6 7 4 6 4 2 1 6 11 7 5
Traffic 173 255 190 248 190 247 224 256 221 278 323 272 332
Trespass 105 75 58 76 73 88 91 96 54 76 72 88 93
Vehicle Recovery 3 3 4 6 17 8 18 13 5 3 8 6 6
Vehicle Theft 4 12 10 12 15 11 18 7 9 6 13 7 9
Warrant 18 37 36 31 37 35 35 36 24 37 29 43 34
Welfare Check 71 61 58 68 67 56 62 39 43 49 60 62 40In
c
i
d
e
n
t
s
A
b
o
v
e
&
B
e
l
o
w
A
v
e
r
a
g
e
f
o
r
A
p
r
i
l
,
2
0
2
4
D
a
r
k
e
r
B
l
u
e
=
B
e
l
o
w
D
a
r
k
e
r
R
e
d
=
A
b
o
v
e
Apr 2024 - Top Non-Residential Internal Use Only
Location
Ap
r
Ma
y
Ju
n
Ju
l
Au
g
Se
p
Oc
t
No
v
De
c
Ja
n
Fe
b
Ma
r
Ap
r
1 Safeway South 46 46 55 64 63 66 63 47 43 46 37 65 53
2 Walmart 41 30 57 55 55 54 51 55 53 33 36 43 45
3 Gateway Plaza(3704 172 ST)28 44 30 14 20 19 30 18 18 25 26 42 28
4 ARCO (3521 172 ST NE)23 12 21 14 14 17 21 25 13 28 20 27 27
5 Pilot(2430 SR 530)19 31 30 42 32 22 28 32 21 25 30 42 27
6 Smky Pt Motor Inn(17329 SPD)4 8 10 16 9 10 11 11 8 13 16 21 26
7 Best Western (3721 172 ST NE)10 9 10 10 11 20 23 19 16 12 6 17 25
8 Safeway North 16 21 21 20 26 13 18 8 14 22 25 21 23
9 Rite Aid 24 32 22 11 25 23 32 26 19 16 22 28 23
10 Tractor Supply Co(17020 SmkyPt)9 16 14 23 20 25 22 21 14 9 10 24 22
11 Haller Park 15 41 18 46 40 18 25 18 8 5 18 8 17
12 208 S WEST AV (Nelson Petro)2 1 3 1 4 6 5 3 6 11 15
13 Amazon (4620 172nd St NE)4 5 3 4 5 7 8 21 12 4 9 4 15
14 Arlington High School(Crown Rdg)13 13 9 1 30 29 22 9 12 10 8 14
15 3326 Smky Pt DR (NTransit)7 10 8 9 5 12 15 7 7 12 7 10 13
16 Crossroads Complex(5200 172nd)9 15 39 11 12 33 19 30 14 13 15 15 13
17 3316 172 ST NE (Shell)2 7 18 9 10 11 6 8 7 6 5 11 12
18 Lowes 12 22 16 12 15 11 17 14 12 8 5 9 12
19 16632 Smky Pt B (Papa's Lockers)6 2 13 13 6 6 11 7 5 8 17 21 11
20 Arlington Motor Inn(2214 SR 530)5 1 2 1 3 7 2 3 5 3 10 15 11
21 Post Middle School (1220 E 5 ST)7 5 5 1 2 8 5 7 5 3 2 9 11
22 Bank of America(3230 172 ST NE)1 4 13 6 2 1 3 1 2 5 7 14 11
23 Smky Pt Center(3131 Smky Pt Dr)8 26 9 27 11 20 14 12 5 11 5 13 10
DUP/CAN and traffic stops removed from count
Compiled by Arlington PD, Volunteer Crime Analyst, Y. Hoover
ARLINGTON POLICE DEPARTMENTANNUAL REPORT
2 0 2 3
TABLE OF CONTENTS
Arlington Police Department
110 E 3rd Street
Arlington, Washington 98223
(360) 403-3400
Lobby
911 Dispatch 24 hours a day
Business Office
Monday-Friday / 9 a.m. to 5 p.m.
Closed / Saturday-Sunday & Holidays
Snohomish County District Court
Cascade Division
415 E Burke Avenue
Arlington, Washington 98223
(360) 435-7700
M e s s a g e f r o m t h e C h i e f
P u r p o s e a n d M i s s i o n
O r g a n i z a t i o n a l C h a r t
D e p a r t m e n t B u d g e t
P o l i c e S u p p o r t S e r v i c e s
T r a i n i n g
P o l i c e C a n i n e (K 9 )
C o -R e s p o n s e /C o m m u n i t y
O u t r e a c h P r o g r a m
P a t r o l D i v i s i o n
C r i m i n a l I n v e s t i g a t i o n s
D i v i s i o n
P r o f e s s i o n a l S t a n d a r d s
C r i m e S t a t i s t i c s
U s e o f F o r c e
C o m m u n i t y E n g a g e m e n t
N e w H i r e s /W e l c o m e
D e p a r t m e n t A w a r d s
Dear Residents of Arlington,
I am honored to present the introduction to the Arlington Police Department's 2023 Annual Report, which is
a testament to our ongoing commitment to serving and protecting the vibrant community of Arlington.
As we reflect on the past year, one marked by unprecedented challenges, I am proud to report that despite
the obstacles presented by the COVID-19 pandemic, our department has continued to adapt and evolve to
meet the needs of our community. Calls for service have steadily risen, nearing pre-pandemic levels,
showcasing our officers' resilience and dedication to ensuring our residents' safety and well-being.
Furthermore, I am pleased to announce positive trends in recruitment and hiring within our department. As
we strive to maintain a robust and diverse team of law enforcement professionals, we have witnessed an
upward trajectory in attracting top talent to join our ranks, ensuring that we are equipped to meet the
evolving demands of modern policing.
In pursuing excellence and innovation, the Arlington Police Department has undertaken significant strategic
planning initiatives in collaboration with the City Council, community stakeholders, and our dedicated
officers. This comprehensive process has provided us with a roadmap for the next five years, guiding our
efforts to enhance public safety, foster community partnerships, and uphold the values of integrity and
professionalism.
Looking ahead, I am excited to announce our department's ambitious goal of re-accreditation in 2024.
Accreditation will elevate our organizational standards and service capacities and serve as a powerful tool for
promoting transparency, accountability, and community trust. By adhering to industry best practices and
standards, we reaffirm our commitment to professionalism and excellence in law enforcement.
Despite today's challenges, the Arlington Police Department remains unwavering in our dedication to
serving this community.
In closing, I sincerely thank the residents of Arlington for your unwavering support and partnership.
Together, we will continue to build a safer, stronger, and more resilient community for generations to come.
Yours in service,
Jonathan Ventura
Chief of Police
A MESSAGE FROMCHIEF JONATHANVENTURA
Jonathan Ventura
Words matter, and our Purpose reflects that. If an Officer sees their job as “law
enforcement” they will go out looking to enforce the law. But if they were told
that their job was “to protect the vulnerable from harm,” would they protect
people from those who would break the law?
To protect the vulnerable from harm.
Our Mission Statement
The Department’s Mission Statement seeks to describe the organization’s
purpose, focusing on what the Department does and its role in the community.
Preserve life
Preserve peace
Preserve property
Our Vision Statement
The vision of the Arlington Police Department is to be a leader in law
enforcement through strong community partnerships, professionally
developed employees, enhanced technology, and strategic and succession
planning.
Our Organization Values
Organization Values describe the spirit by which the Department approaches
its work. Committee discussion emphasized the importance of these in
distinguishing what defines the Department, perhaps distinguishing it from
other police departments. To avoid dilution, the Department limited itself to a
small number of values that focused on what matters most:
Teamwork, Respect, Integrity, Professionalism, and Innovation
OUR PURPOSE
ORGANIZATIONAL CHART
*As of 1/1/2024
The police department budget is key to ensuring the safety and security of the community by
providing necessary resources for officers, equipment, and training. Without adequate funding, law
enforcement agencies may struggle to effectively respond to emergencies and combat crime, putting
public safety at risk.
DEPARTMENT BUDGET
Salaries and Benefits: $6,510,170
Supplies and Materials: $214,500
Maintenance and Equipment Replacement: $570,918
Contracted Services: $2,532,431
Total Budget: $9,828,019
The Records Division consists of 1 Support Services Manager, 1 Police Support Officer, 3 Police Services
Technician II, and 1 Police Services Technician III- Evidence Technician.
In 2023, the Support Services Team processed 25,971 incidents, to include 3,620 cases of which only one
remains as a hard copy in the file vault. All others were scanned and tossed. The team completed/processed
multiple hours of redactions from Body Worn Cameras, 203 Concealed Pistol Licenses, 1 dealer license, 630
Pistol Transfers, 1,359 Public Records Requests along with numerous answered phone calls from the public
POLICE SUPPORT SERVICES
POLICE SERVICES
The Records Division is responsible for records retention, public records disclosure, along with providing
statistical data for the National Incident-Based Reporting System (NIBRS). In addition, they process warrants,
court mandated orders, and validate records in accordance with the Automated Critical Criminal
Enforcement System requirements.
POLICE SUPPORT SERVICES
RECORDS DIVISION
The evidence room received 1937 items in 2023 with 1768 items being disposed of by auction, release, or
destruction.
POLICE SUPPORT SERVICES
EVIDENCE ROOM
Responsibility for developing and implementing training is shared amongst the Arlington
Police Department’s Instructor team and Supervisor group. Training is considered a critical
element of the department’s pursuit of excellence in the modern era of policing.
In 2023, Arlington Police Department staff received 5,737 training hours. This represents a 32%
increase in total training hours over 2022 when staff completed 4,323 hours.
Commissioned staff attend approximately 40+ hours of “In-Service” training annually, and
newly hired Police Recruits must attend a 720-hour Basic Law Enforcement Academy (BLEA)
before certification as a Police Officer. In total, Arlington Police Department staff received
2,856 hours of “required” training in 2023, which consisted of 696 “In-Service” hours and 2,160
BLEA training hours attributed to newly graduated Police Officers from the academy.
Continued professional development of newly promoted or appointed staff to Specialty and
Collateral Duty assignments required a significant investment in 2023. Arlington Police
Department invested a total of 1,539 hours of Professional Development training hours into
staff members, accounting for 26% of all training for the year. This follows a heavy investment
in 2022 when over 2,100 hours of Professional Development training were invested into staff.
In 2023, the Arlington Police Department adopted and implemented new employee
evaluation software to more accurately capture employee performance and improve
employee development administration, management, and efficiency within the organization.
Implementing and transitioning this new evaluation system was a significant step to
maintaining excellence and modernizing the agency.
TRAINING
Arlington Police Canine Units are assigned to the Arlington Municipal Airport as
the Airport Resource Officer (AROs) and Canine (K9) Handler Teams. In addition
to this assignment, the canine units support our patrol division. Arlington's
canine unit is also relied upon by surrounding Snohomish County law
enforcement agencies to provide mutual aid in the absence of another canine
team.
The Arlington Police Department Canine Unit includes two dogs and two
handlers. Officer Benner partnered with K9 Reece, a German Shepherd/Belgian
Malinois mix trained in tracking, handler protection, and apprehension. Officer
Zachman partnered with K9 Riggs, a German Shepherd trained in tracking,
handler protection, and apprehension.
Officer Zachman joined the ARO/K9 team in 2023. The City of Arlington received
K9 Riggs from the Snohomish County Sheriff's Office in early 2023 due to the
retirement of K9 Riggs' former Sheriff's office handler. Officer Zachman and K9
Riggs attended a 400-hour basic patrol canine school with the Spokane Police
Department in the first part of 2023 before graduating and becoming certified
through the Washington State Criminal Justice Training Center and the
Washington State Police Canine Association.
Our ARO/K9 teams work a 4 day/10 hour schedule, allowing for an overlapping
training day with other K9 teams in the region. In 2023, the Arlington Police
Department canine teams completed over 900 hours of state mandatory
training and were dispatched to 1400 calls for service.
CANINE (K9) UNITS
POLICE CANINE (K9)
CO-RESPONSE - COMMUNITY
OUTREACH PROGRAM
The Embedded Social Worker Program is a vital resource within the City of
Arlington Police Department. This team can focus on issues effecting
community members directly or indirectly. This can include unhoused
individuals and families (homelessness), substance addiction and mental
health (that are largely interrelated).
This is a two-member co-response team, one full time City of Arlington Police
Officer (Ken Thomas) and one full time Social Worker (Calei Vaughn). The
combination of skills and resources between the two team members is highly
effective.
This outreach team is visible and pro-active within the community. The team
takes both an outreach and enforcement role to address identified problems.
They work collaboratively with City of Arlington, local, and state services. They
are available to assist and educate community members and participate in
community education.
2023 Activity
During the 2023 period the team tracked some of the following data:
• 43 unhoused (homeless) were housed
• 432 camp, car, park, business checks completed
• 532 contacts
• 215 new clients
• 111 enforcements related to trespass, parking, camping, other arrests
• 115 transports to required services
The Patrol Division is the backbone of the Arlington Police Department. They
are the department’s most visible unit and the first line of defense in preventing
crime and providing protection. The Patrol Division is comprised of 20 highly
trained officers, supervised by 4 sergeants. The Patrol Division provides many
police services that include responding to and investigating the following:
9-1-1 calls for service
Non-emergency calls / walk-ins
Traffic collisions
Traffic enforcement
Preventative/deterrent patrol
Preliminary criminal investigations
In 2023, the Patrol Division responded to 24,380 calls for service. They made 97
Driving Under Influence (DUI) arrests, conducted 3,008 traffic stops,
investigated 626 traffic crashes, and issued 1,100 traffic citations (tickets). The
Patrol Division continues to work diligently daily to improve the quality of life for
all residents and visitors in our community.
PATROL DIVISION
PATROL DIVISION
The primary role of the Criminal Investigations Division is to conduct follow-up investigations of serious
felony-level crime, including violent crimes, child abuse, elder abuse, or incident reports generated by
the Patrol Division. In addition, Detectives develop information and intelligence on criminal activity, look
for missing persons, serve arrest and search warrants, and act as liaisons between the crime victim or
witness and the criminal justice system.
Occasionally, Detectives are called upon to assist outside agencies with felony investigations or incidents
that occurred outside of Arlington but may involve local community members as victims, witnesses, or
suspects. Detectives are also asked to make presentations to the community on topics such as domestic
violence, crime prevention, and drug/narcotics identification.
The Criminal Investigations Division remained very busy in 2023. CID cleared/closed 502 cases and
arrested 246 suspects in 2023.
CRIMINAL INVESTIGATIONSDIVISION (CID)
CRIMINAL INVESTIGATIONS DIVISION
Technique Count
Bean Bag Round 3
Counter-Joint 10
Countermeasure (Kick)1
Countermeasure (Punch/Hand Strike)1
Hair Control 1
Hands-On 55
Hobble Restraint 0
K9 Application 1
Pain Compliance 2
Pointing a Firearm 7
Pressure Point 1
Baton / Straight Stick 2
Take Down Technique 7
ECD (Taser)7
Total Use of
Force
98
Total Incidents
24380
Percentage
00.4%
Use of force involves an officer's deployment of control tactics and/or control devices.
The Arlington Police Department also categorizes the intentional pointing of a firearm at a subject as a
use of force incident, although it does not involve the application of physical force.
There were 98 reviewable Use of Force incidents for 2023. Each incident may involve more than one
officer or more than one application or type.
USE OF FORCE
Percentage of Incidents Requiring Use of
Force was less than 1%
The number of serious allegations compared to the number of incidents that employees handle every year is
extremely low, representing a low ratio of only 0.0328%.
The Arlington Police Department works to maintain a strong connection and dialogue with our community
partners in an effort to meet their needs and expectations. We recognize the importance of feedback our
organization and employees receive, and we thoroughly review each complaint, inquiry, allegation, and
commendation received to evaluate the proper response and course of action.
In the Law Enforcement industry as a whole and in our organization specifically, there are always
opportunities for growth and improvement.
Commendations and awards, inquiries, citizen complaints, use of force
response reviews, and allegations of misconduct investigations are
designed to allow the agency to meet community expectations of
excellence in policing, transparency, and accountability. To meet these
expectations and the Arlington Police Department’s mission, it requires
discipline and a commitment to perform as a well-regulated organization.
Complaints may be generated internally or externally to the organization
and are often made regarding the quality and manner of service provided.
Complaints vary in degrees of seriousness and may include concerns
regarding an employee’s demeanor, tardiness, customer service interaction,
or the nature of a department practice. The employee’s immediate
supervisor typically handles this type of complaint. At times, the outcome of
the inquiry will be forwarded to the Office of Professional Standards (OPS),
but many times it finds resolution without this need.
If an employee has multiple complaints of a similar nature where the
conduct has been determined to be unacceptable, then the complaint may
be forwarded to OPS to be handled and documented as an internal
investigation.
An internal investigation involves a complaint of a possible violation of
department standards, a written directive, city policy, or the rules. These
allegations include but are not limited to complaints of bias-based profiling,
excessive force, alleged corruption, insubordination, breach of civil rights,
false arrest, and other types of allegations of serious misconduct.
PROFESSIONAL STANDARDS
10
Number of OPS Investigations
Employees Investigated
Sustained Violations
2
0
2
3
S
T
A
T
S
8
2
CRIME STATISTICS
CRIME STATISTICS
The following chart includes statistics on arrests by race in Arlington for 2023. The data reveals that White
individuals accounted for 81% of arrests, followed by Black-African American individuals who accounted for
5% of all arrests. American Indian- Alaskan Native individuals made up 2% of the total arrests, while
multiracial individuals accounted for 2%, Asian individuals made up 1%, and an unkown race accounted for
9%.
The Arlington Police Department earnestly upholds the principle of community
policing, recognizing that enhanced police-community relations lead to a more robust
and safer community. Committed to fostering a cohesive and supportive environment,
the department prioritizes a visible presence, cultivates strong relationships with
residents and neighborhoods, and encourages collaborative partnerships with local
organizations.
In alignment with this commitment, the Arlington Police Department actively engages
in various initiatives and events to promote community cohesion and collaboration. The
department ensures a proactive and positive presence, from philanthropic endeavors
like Holidays with Heroes to active participation in community gatherings such as its
Citizens Academy, resource fairs, the Arlington Farmers Market, Pride, Street Fair,
Touch-a-Truck events, and National Night Out.
By actively participating in these events, the Arlington Police Department not only
strengthens ties with the community but also provides a platform for residents and
organizations to connect, thereby enhancing Arlington as a vibrant, secure, and
inclusive place to live, work, and enjoy.
COMMUNITY ENGAGEMENT
WELCOME TO THE TEAM
Law Enforcement
Embedded Social Worker
Calei Vaughn
Police Support Officer
Inci Yarkut
Police Officer
Josh Heltne
The Arlington Police Department is proud to welcome new team members to the police department
this year. These new officers have undergone rigorous training and are dedicated to serving and
protecting the community.
The department is confident that they will uphold the values of integrity and professionalism in their
roles.
AWARD RECIPENTS
DEPARTMENT AWARDS
Ed Krell, Police Volunteer
President Biden’s Volunteer Service Award
Al Lehman, Police Volunteer
President Biden’s Volunteer Service Award
Rich Stommel, Police Volunteer
President Biden’s Volunteer Service Award
Yvonne Hoover, Police Volunteer
President Biden’s Volunteer Service Award
Andrea Hill, Police Service Tech III
Commendation
Detective Kypher Koska, Commendation
Terri Jo Jensen, Police Service Tech II
Commendation
Detective Mike Phillips, Commendation
Detective Jason DeVoir, Commendation
Officer Dustin Bartlett, Commendation
Officer Stephanie Ambrose, Commendation
Julie Boyer, Police Chaplain, Commendation
Officer Mike McQuoid, Commendation
Kelli Ewald, Police Service Tech II, Commendation
Officer Zach Marshall,
DUI & Traffic Enforcement Award
Detective Sergeant Rory Bolter,
Community Engagement Award
Officer Andrew Goedl, Life Saving Award
Jennifer Bilow, Employee of the Year
City of Arlington Council Agenda Bill WS #9 Attachment
May 13, 2024 North County Regional Fire Authority 2024 First Quarter Report
First Quarter Report 2024
North County Regional Fire Authority; Dave Kraski, Deputy Chief of Operations EXPENDITURES REQUESTED: 0 BUDGET CATEGORY: N/A BUDGETED AMOUNT: LEGAL REVIEW: DESCRIPTION:
ALTERNATIVES: