Loading...
2022-01-25 City Council - Full Agenda-30671. 2. 3. 4. 5. 6. 7. Op E D o Agenda Edmonds City Council s71. ,HvREGULAR MEETING - VIRTUAL/ONLINE VIRTUAL ONLINE MEETING EDMONDS CITY COUNCIL MEETINGS WEB PAGE, HTTP://EDMONDSWA.IQM2.COM/CITIZENS/DEFAULT.ASPX, EDMONDS, WA 98020 JANUARY 25, 2022, 7:00 PM THIS MEETING IS HELD VIRTUALLY USING THE ZOOM MEETING PLATFORM. TO JOIN, COMMENT, VIEW, OR LISTEN TO THE EDMONDS CITY COUNCIL MEETING IN ITS ENTIRETY, PASTE THE FOLLOWING INTO A WEB BROWSER USING A COMPUTER OR SMART PHONE: HTTPS://ZOOM. US/J/95798484261 OR JOIN BY PHONE: US: +1 253 215 8782 WEBINAR ID: 957 9848 4261 PERSONS WISHING TO PROVIDE AUDIENCE COMMENTS USING A COMPUTER OR SMART PHONE ARE INSTRUCTED TO RAISE A VIRTUAL HAND TO BE RECOGNIZED. PERSONS WISHING TO PROVIDE AUDIENCE COMMENTS BY DIAL -UP PHONE ARE INSTRUCTED TO PRESS *9 TO RAISE A HAND. WHEN PROMPTED, PRESS *6 TO UNMUTE. IN ADDITION TO ZOOM, REGULAR COUNCIL MEETINGS BEGINNING AT 7:00 PM ARE STREAMED LIVE ON THE COUNCIL MEETING WEBPAGE, COMCAST CHANNEL 21, AND ZIPLY CHANNEL 39. "WE ACKNOWLEDGE THE ORIGINAL INHABITANTS OF THIS PLACE, THE SDOHOBSH (SNOHOMISH) PEOPLE AND THEIR SUCCESSORS THE TULALIP TRIBES, WHO SINCE TIME IMMEMORIAL HAVE HUNTED, FISHED, GATHERED, AND TAKEN CARE OF THESE LANDS. WE RESPECT THEIR SOVEREIGNTY, THEIR RIGHT TO SELF-DETERMINATION, AND WE HONOR THEIR SACRED SPIRITUAL CONNECTION WITH THE LAND AND WATER. - CITY COUNCIL LAND ACKNOWLEDGMENT CALL TO ORDER/FLAG SALUTE LAND ACKNOWLEDGEMENT ROLL CALL PRESENTATIONS 1. Lunar New Edmonds Proclamation (5 min) 2. Project Update on the Wastewater Treatment Plant Carbon Recovery Project (30 min) APPROVAL OF THE AGENDA AUDIENCE COMMENTS APPROVAL OF THE CONSENT AGENDA Edmonds City Council Agenda January 25, 2022 Page 1 1. Approval of Council Special Meeting Minutes of January 4, 2022 2. Approval of 5:45 PM Council Special Meeting Minutes of January 18, 2022 3. Approval of Council Meeting Minutes of January 18, 2022 4. Approval of payroll and benefit checks, direct deposit and wire payments. 5. Approval of claim checks and wire payment. 6. Authorize the advertisement of a Request for Proposals for Job Order Contracting 7. Approve a Professional Services Agreement with the Blueline Group for the design of the Phase 13 Waterline Replacement Project 8. Amendment to City's Interlocal Agreement with South County Fire 8. COUNCIL BUSINESS 1. Non -Represented Employees Compensation Study (20 min) 2. 2022 Budget Amendments (60 min) 3. Introduction Regarding Code Amendment to ECDC entitled Bicycle Parking Development Standards (25 min) 4. Enterprise Resource Planning System (ERP) Replacement (30 min) 9. REPORTS ON BOARD AND COMMITTEE MEETINGS 1. Council Committee Minutes (0 min) 10. MAYOR'S COMMENTS 11. COUNCIL COMMENTS ADJOURN Edmonds City Council Agenda January 25, 2022 Page 2 4.1 City Council Agenda Item Meeting Date: 01/25/2022 Lunar New Edmonds Proclamation Staff Lead: Carolyn LaFave Department: Mayor's Office Preparer: Carolyn LaFave Background/History Edmonds' first Lunar New Year celebration will be held Saturday, January 29, 2022. Staff Recommendation Narrative Mayor Nelson will read a proclamation in honor of Edmonds' first Lunar New Year celebration. The celebration will be held in conjunction with the City's new Winter Market and will take place at 5th & Bell on Saturday, January 29th. The event will begin at noon. Attachments: 2022LunarNewYearEdmondsProclamation Packet Pg. 3 O 40 City of Edmonds • Office of the Mayor LUNAR NEW YEAR EDMONDS 2022 WHEREAS; The City of Edmonds is proud to be home to residents and businesses from a wide variety of cultures around the world, we value that diversity as a source of strength; and WHEREAS; The City of Edmonds recognizes and celebrates the diversity of Asian Americans in our community and their valuable contributions to the economic, cultural, and artistic vitality of our city; and WHEREAS; Lunar New Year is celebrated by Asian cultures around the world and encompasses a wide variety of traditions and celebrations; and WHEREAS; Inclusion and representation in city recognized events and celebrations are vitally important so that ALL members of our community can feel accepted and connected in their city; and WHEREAS; Lunar New Year Edmonds is now recognized for the first time by the City of Edmonds as an annual celebration; NOW, THEREFORE, I, Mike Nelson, Mayor of the City of Edmonds, hereby proclaim January 29, 2022, Edmonds' First Annual Lunar New Year Edmonds celebration. Gong Xi Fa Cai! ike Nelson, Mayor ES s 189" a Packet Pg. 4 4.2 City Council Agenda Item Meeting Date: 01/25/2022 Project Update on the Wastewater Treatment Plant Carbon Recovery Project Staff Lead: Pamela Randolph Department: Public Works & Utilities Preparer: Rob English Background/History In August, 2014 City Council was presented with a plan to replace the Sanitary Sewage Sludge Incinerator with a gasification system. On April 10th, 2018, the Parks and Public Works Committee reviewed the incinerator replacement project proposal and recommended it be placed on the April 17th City Council agenda for presentation, discussion, and action. On April 171h, 2018, the City Council approved the pre -design contract with DES for the Carbon Recovery Project. The work was completed on time and within budget during 2018. City Council authorized a contract and funding with the State Department of Enterprise Systems (DES) for design of the WWTP Phase 6 Energy Conservation Project - Carbon Recovery in the 2019 budget. City Council appropriated $11,037,000 in the 2020 budget for construction to begin. On June 2nd, 2020 City Council received a presentation on the current status of the Incinerator Replacement Project (Carbon Recovery Project). The presentation presented a summary of work done to -date to identify and screen available options, described the significant design work done on the short-listed options, and presented a recommended option for City Council to consider as the preferred alternative. The comparisons included data on how the options actually work as well as how they compare on initial cost, on -going maintenance costs, and environmental performance. On June 9th, 2020 City Council received an additional presentation on this recommended project. Staff was directed to again place the project on the Action Agenda for June 16th. On June 16th, 2020 Council reviewed some of the preliminary funding considerations for the project but due to time constraints that discussion was unfinished. On June 23rd, 2020 Council again reviewed the project and entertained taking action to approve the project using an ESCO delivery model but ultimately decided to hold an optional Public Hearing on July 7th to get comments from the public regarding the project, its required funding, financing methods, and rate impacts. Packet Pg. 5 4.2 July 7th, 2020 - upon conclusion of the Public Hearing, the Mayor was authorized to sign all necessary documents between the City and the Department of Enterprise Systems to deliver this project for the Guaranteed Maximum Cost of $26,121,040. Staff Recommendation Project Update for information. Narrative Staff will make a presentation on the construction progress on the Carbon Recovery Project at the Wastewater Treatment Plant. Attachments: Draft Presentation Packet Pg. 6 4.2.a CITY OF EDMONDS CITY COUNCIL PRESENTATION JAN 25, 2022 These projects have been completed in partnership with AMERESCO Green + Clean + Sustainable Was hingwri State Department of Enterprise Services Packet Pg. 7 4.2.a PRESENTATION GOALS • Before and midpoint pictures • Bioair tower • Odor control and traffic on 2nd Ave • Construction impacts - supply chain and staffing challenges • Asbestos Violation appeal in the works • Negotiation with Ameresco and DES for • Energy Incentives, Grants, Potential tax saving • Impact of General Permit for Nutrient Removal > These projects have been completed in partnerrl 0 th 0 t. t. N Q) AMERESCO 1-1.. ❑rep, . s1siai... U1 0 „glla"-r,ph�Poe� f'+z. l ti4n iErtit¢rprise Servia V _• E L to 0 CL t= 0 L L clV C i— U fC Q Packet Pg. 8 4.2.a PATHWAY TO SUSTAINABILITY High Efficiency Blower Project saves: $33,9091yr. and 345 tons CO2, equivalent to: A36.5 home's energy 799 barrels of use for one year , oil consumed Dewatering Project saves: $133,211lyr. and I 537 tons CO2, equivalent to: 1 56.7 home's energy 1,243 barrels of oil use for one year , consumed These grojectr have been completed in partners) 4,4 L17, AMERESCO4 Gr—i . Cleau . S—Laniai,- 15ashin�� Sioir Ltpuin--ntt d Enterprise Serric Aeration & Blower Project saves: $34,0621yr. and 264 tons CO2, equivalent to: A27.9 home's energy , 611 barrels of use for one year oil consumed Carbon Recovery This phase will focus on the sewage sludge incinerator efficiency. We are evaluating options to reduce operational costs and the environmental footprint. Opportunities include clean gasification and drying the biosolids to create a high - nutrient soil amendment product. Packet Pg. 9 4.2.a CITY COUNCIL OVERSIGHT - PATH TO SUSTAINABILITY aD These projects have been compieted in partners) V :h: y4' tl7, L(L AMERESCO 15ashin�fiton•Deaom.nttd � Enterprise Serric V M • August 2014: Staff laid out a long-term plan in a presentation titled "Putting it all Together". The long- E term plan included a staged approach outlining a pathway for this next project. L L • After successful completion of Phase 3 & 4 energy projects, we approached City Council with the Phase 5 project which outlined the necessity of upgrading solids handling equipment in preparation forCU N the future Carbon Recovery. • April 10, 2018: Parks and Public Works Committee reviewed the project and recommended it be placed o on the April 17th City Council agenda for presentation, discussion, and action. • April 17, 2018: City Council approved the predesign effort. The work was completed on time and within budget during 2018. a • City Council authorized funding for the design of the WWTP Phase 6 Energy Conservation Project - s Carbon Recovery in the 2019 budget. L • In early 2019, the project team began development of Project B. Project B can reduce construction cost a significantly, does not require a new building, increases carbon recovery and reduces the o environmental impact of odor control . E= w a Packet Pg. 10 4.2.a EDMONDS WWTP PROCESS FLOW 9RRSCREEM9 PrZI MARY GI ARIKIr a AERATIOH d451h These projects have been completed in partners) y4 tfl, AMERESCO4 GmLil . Cleall . S—LeIllmUe 15ashin�� £lole Deaoro.+nx d Enterprise Serric Packet Pg. 11 4.2.a BEFORE AND MIDPOINT PICTURES • https://my.mafterport.com/show?m=WvxX8vZ3wro&start=%7B%22camera mode%22%3A1%2C%22camera position%22%3A%7B%22x%22%3A8.275790214538574%2C%22v%22%3A0.06020689010620117%2C%22z%22%3A0.04 7039132565259933%7D%2C%22camera auaternion%22%3A%7B%22x%22%3A- 0.06615119363055498%2C%22v%22%3A0.6016049983391049%2C%22z%22%3A0.05009223028971453%2C%22w%22%3A0.7944722865017134%7D%2C%22scan id%22%3A%22c447aOb31a6d495eaea57a651caab175%22%7 D L tv These projects have been completed in partnersl V :h: 0t rr AMERESCO 1-1.. 0-1 . SIsLai... 0 1 n,Mt"-rl9inh ¢rprise Servi;"Sle-rlla Vc f'+z. l ti4n iErti L H L d r 3 a, �a m 0 m 0 - a r m 0 L 0 C lV L U fC Q Packet Pg. 12 4.2.a CURRENT STATUS OF THE 600 BLG These projects have been completed in partnersl �y4 �fl rr AMERESCO crc��� . ❑rep, . s�sla���nr�r 15gshinl,�� 97nh �ePoitx,T a' f'+z. l ti4n Enterprise Servic Packet Pg. 13 4.2.a BIOTOWER - FIRST PIECE OF NEW EQUIPMENT ONLINE ,�,,.. - _0,. >• These projects have been completed in partnersl 0 th 4y4 t.fr Q) AMERESCO 1-1.. 0-1 . SIsLai... 0 f n,Mt"-r,swh ¢rprise Se;"Sle-rvilla Vc f'+z. l ti4n iErti L L 3 _ m to ca m c 0 m a D r m 0 a c 0 m as L Il L Q Packet Pg. 14 4.2.a ODOR CONTROL AND TRAFFIC ON 2ND AVE These projects have been completed in partnersi 0y LN rr AMERESCO Ul 1.. 0-1 . SISLellluk l 15gshinl,�l 9inh lePoitx,T a' f'+z. l ti4n Entit"erprise Servia Packet Pg. 15 4.2.a CONSTRUCTION IMPACTS- SUPPLY CHAIN AND STAFFIN aD These projects have been compieted in partners) V :h: y4' tl7, L(L AMERESCO C 15ashin��fiton•Deaom.nttd � Enterprise SwAc V r CHALLENGES E M • Due to Covid 19 and supply chain impacts we have experienced significant cost overruns. • Increased price of steel • Long production lead times • People unavailable — working remotely • Increased shipping cost and timeframes • Staffing for both WWTP and Construction impacts L w O r • Covid 19 has limited our ability to meet with our contractors face to face and build the sense of team which we have had on every other project we have delivered with this contracting mechanism. Q Packet Pg. 16 4.2.a ASBESTOS VIOLATION - APPEAL IN THE WORKS • On December 3, 2021 the WWTP had an impromptu inspection from PSCA. a� These projects have been completed in partners) 0 the 4y4 t.fr Q) "AMERESCO 1-1.. ❑rep, . s1siai... U1 0 15ashin-, swh IPSIe .T a' f'+z. l ti4n iErtit¢rprisell rvia V L • a Notice of Violation was issued due to the inspector noting that renovations had begun 3 without an updated AHERA report. • Work was stopped until the report was obtained. • An appeal was lodged with the Pollution Control Hearings Board U) 0 • Our belief is that we followed the regulations as written but that is not PSCA understanding. Q -,We will continue to the work this issue in hope of having a resolution by March 2022. At this point, we do expect to be levied a fine. Q Packet Pg. 17 4.2.a These projects have been completed in partnersl 4 tN AMERESCO 1-1.. ❑rep, . s1siai... U1 NEGOTIATION WITH AMERESCO AND DES POTENTIAL ADDED SCOPE Alt.1: (Headworks Screenings Side stream) - Install a washer compactor, modify the screenings handling area and replace the Alt. 1 man -door with a rollup door to accommodate a larger screenings roll -away dumpster. (Note — this alternate does not include the new screw conveyor for the screenings, which is addressed in Alt. #9) Alt. 2: Add a "Packed Tower" to the emission train for the Ecoremedy package to enhance activated charcoal life expectancy. This requires placing the activated carbon filter (ACF) outside the building. Ecoremedy will "furnish" the packed tower as a third Alt. 2 emissions control equipment, at no additional cost to their package. Includes GM furnishing emissions ductwork package (blue ductwork) associated with Alt.2 Packed Tower and outdoor carbon filter. Alt. 3: (Temporary sludge loadout) Modifications and provisions for sludge loadout operations associated with temporary hauling of dewatered sludge and screenings. Alt. 3 - Includes purchasing the necessary hoses to connect the IDS pump to the wye and the hoses necessary at the loading dock for loadout, to be used for construction phase and for future outage situations. Alt. 5: (Biochar Conveyance) Modifications and revisions necessary to retain the existing vacuum filter, vacuum filter pump and ash thickener to enhance the biochar product by extracting more moisture, thus making it a dryer and more marketable product. Alt. 5 _ Make piping provisions for bypassing the ash thickener and for bypassing the vacuum filter; these provisions will allow use of these apparatus by manual and deliberate change -over of valves by plant operators Packet Pg. 18 4.2.a r 'K.. i — NEGOTIATION WITH AMERESCO AND DES - POTENTIAL ADDED SCOPE tv These projects have been completed in partners) 0 :h: 0t rr AMERESCO 1-1.. 0-1 . s11iai... 0 E-n1Iti"e;p�-risee IIS,e rviaa' L V r to IL Alt. 9: Headworks Screenings Conveyor - Upgrade screenings belt conveyor to screw conveyor in the Alt. 9 Headworks building. L L Alt. 10: Architectural screen added on top of facade wall adjacent to parking lot to obscure new EcoFilter Alt.10 unit. Alt. 11 Alt. 11: (Caustic tank for Nuvoda) Relocate caustic storage tank from parking lot to a new elevated space o created inside the wall next to the new Bioair EcoFilter 2 Alt. 12 Alt. 12: Replace the swinging gate with a sliding gate at parking lot entrance. Alt. 17: BioAir - EcoFilter Upgrade Alt. 17 Upgrade package for dual technology as a result of odor study tv 0 a 0 L L Packet P9. 19 4.2.a ENERGY INCENTIVES, GRANTS, AND PERFORMANCE L (D These projects have been completed in partners) V :h: y4' tl7, LCD AMERESCO 15ashin��fiton•Deaom.nttd � Enterprise Serric V E M • 2010 Plant staff began working with SNO PUD and entered into an Energy Challenge —since L then we have received approximately $304,000 in PUD revenue to complete energy efficiency projects. We anticipate the Carbon Recovery project is estimated to be $20,000 - $30,000 andCU N should have this information within the next month. w O • The project will receive a $250,000 grant from the Department of Commence. We will be requesting the funds within the next month. L • We are working with Lighthouse Law Attorney Angela Tinker to determine what equipment will be deemed tax exempt due to the fact that we will soon be selling carbon rich biochar. We anticipate that there will significant savings for this element, estimated to be almost $750,000 N however the Department of Revenue will make the final assessment. w L Q Packet Pg. 20 4.2.a �--n r ��..:• WHAT ABOUT THE FUTURE - NUTRIENT REMO a� These projects have been completed in partners) 0 the 4y4 t.fr Q) AMERESCO 1-1.. 0-1 . s11iai... 0 15ashi.-, fiwh ell IS, f'+z. l ti4n iErtit¢rprise rvia V The State of Washington Department of Ecology just issued the General Permit for Nutrient Removal. 3 - Increases electrical demand - Increases cost of treatment, pumping and recycle flows - Reduces plant capacity Long term discussions prior to the issuance - Bottom Line - to 0 tv L - The work at the WWTP had to be completed to ensure a fully functional plant for the C next 30 years. L Il L Q Packet Pg. 21 4.2.a d a Packet Pg. 22 7.1 City Council Agenda Item Meeting Date: 01/25/2022 Approval of Council Special Meeting Minutes of January 4, 2022 Staff Lead: Scott Passey Department: City Clerk's Office Preparer: Scott Passey Background/History N/A Staff Recommendation Review and approve the draft meeting minutes on the Consent Agenda. Narrative N/A Attachments: 01-04-2022 Draft Special Meeting Minutes Packet Pg. 23 7.1.a EDMONDS CITY COUNCIL VIRTUAL ONLINE SPECIAL MEETING DRAFT MINUTES January 4, 2022 ELECTED OFFICIALS PRESENT Kristiana Johnson, Councilmember Will Chen, Councilmember Neil Tibbott, Councilmember Diane Buckshnis, Councilmember Vivian Olson, Council President Susan Paine, Councilmember Laura Johnson, Councilmember Mike Nelson, Mayor ELECTED OFFICIALS ABSENT none 1. CALL TO ORDER STAFF PRESENT Jeff Taraday, City Attorney Beth Ford, City Attorney's Office Rob English, Acting PW Director At 6:06 p.m., the Edmonds City Council Special Meeting was called to order by Mayor Nelson. The Council utilized the Zoom online meeting platform to conduct this meeting. 2. EXECUTIVE SESSION The Council then convened in Executive Session to discuss pending or potential litigation per RCW 42.3 0.11 0(l)(i). ADJOURN At 7:06 p.m., the executive session concluded and the meeting was adjourned. Edmonds City Council Draft Minutes January 4, 2022 Page 1 Packet Pg. 24 7.2 City Council Agenda Item Meeting Date: 01/25/2022 Approval of 5:45 PM Council Special Meeting Minutes of January 18, 2022 Staff Lead: Scott Passey Department: City Clerk's Office Preparer: Scott Passey Background/History N/A Staff Recommendation Review and approve the draft meeting minutes on the Consent Agenda. Narrative N/A Attachments: 01-18-2022 Draft Special Meeting Minutes (5:45 PM) Packet Pg. 25 7.2.a EDMONDS CITY COUNCIL VIRTUAL ONLINE SPECIAL MEETING DRAFT MINUTES January 18, 2022 ELECTED OFFICIALS PRESENT Kristiana Johnson, Councilmember Will Chen, Councilmember Neil Tibbott, Councilmember Diane Buckshnis, Councilmember Vivian Olson, Council President Susan Paine, Councilmember Laura Johnson, Councilmember Mike Nelson, Mayor ELECTED OFFICIALS ABSENT none 1. CALL TO ORDER STAFF PRESENT Jeff Taraday, City Attorney Sharon Cates, City Attorney's Office Jessica Neill Hoyson, HR Director At 5:48 p.m., the Edmonds City Council Special Meeting was called to order by Mayor Nelson. The Council utilized the Zoom online meeting platform to conduct this meeting. 2. EXECUTIVE SESSION The Council then convened in Executive Session to discuss pending or potential litigation per RCW 42.30.110(1)(i), and to evaluate the performance of a public employee per RCW 42.30.110(1)(g). ADJOURN At 6:30 p.m., the executive session concluded and the meeting was adjourned. Edmonds City Council Draft Minutes January 18, 2022 Page 1 Packet Pg. 26 7.3 City Council Agenda Item Meeting Date: 01/25/2022 Approval of Council Meeting Minutes of January 18, 2022 Staff Lead: Scott Passey Department: City Clerk's Office Preparer: Scott Passey Background/History N/A Staff Recommendation Review and approve the draft meeting minutes on the Consent Agenda. Narrative N/A Attachments: 01-18-2022 Draft Council Meeting Minutes Packet Pg. 27 7.3.a EDMONDS CITY COUNCIL VIRTUAL ONLINE MEETING DRAFT MINUTES January 18, 2022 ELECTED OFFICIALS PRESENT Mike Nelson, Mayor Vivian Olson, Council President Kristiana Johnson, Councilmember Will Chen, Councilmember Neil Tibbott, Councilmember Diane Buckshnis, Councilmember Susan Paine, Councilmember Laura Johnson, Councilmember ALSO PRESENT Brook Roberts, Student Representative 1. CALL TO ORDER/FLAG SALUTE STAFF PRESENT Angie Feser, Parks, Rec., Cultural Arts & Human Services Director Jessica Neill Hoyson, HR Director Rob English, Acting Public Works Director Shannon Burley, Deputy Parks, Rec., Cultural Arts & Human Services Director Pamela Randolph, WWTP Manager Jeff Taraday, City Attorney Scott Passey, City Clerk Dave Rohde, GIS Analyst The Edmonds City Council virtual online meeting was called to order at 7:02 p.m. by Mayor Nelson. The meeting was opened with the flag salute. 2. LAND ACKNOWLEDGEMENT Councilmember Tibbott read the City Council Land Acknowledgement Statement: "We acknowledge the original inhabitants of this place, the Sdohobsh (Snohomish) people and their successors the Tulalip Tribes, who since time immemorial have hunted, fished, gathered, and taken care of these lands. We respect their sovereignty, their right to self-determination, and we honor their sacred spiritual connection with the land and water." 3. ROLL CALL City Clerk Scott Passey called the roll. All elected officials were present, participating remotely. 4. PRESENTATIONS CITY PARK ODOR SCRUBBER PROJECT UPDATE Councilmember K. Johnson said she and Councilmember Tibbott (PPW Committee), asked staff to provide this presentation to the council. Acting Public Works Director Rob English introduced Pamela Randolph, WWTP Manager, who explained construction will begin in the next couple weeks. The City is sending a note to local residents affected by the city park odor scrubber project. She reviewed: Edmonds City Council Draft Minutes January 18, 2022 Page 1 Packet Pg. 28 7.3.a • Location of odor scrubber project in City Park on aerial map o Located there because City owns the property o Parks is installing electrical service for charging stations at City Park • Diagram of collection system o Described how odor scrubber will address odors via negative pressure o Existing odor carbon units will be removed and manholes on 2nd & 3' Avenue sealed • Photograph of odor scrubber and diagram of installation • Photographs of project site in City Park o In open space, not damage any trees o Fence around it, could install building in future if Parks desires • Project Schedule Description Begin Work Mobilization/Erosion Control Week of Jan 17th Site Grading, Trenching, Piping & Vault January 25th Form and Pour Concrete Pad February 15th SnoPUD Electrical & Transformer Vault February 22nd Electrical work and connection to meter March 8th Install Bio-Air Unit & Start-up March 14th Project Complete March 25th *Schedule is subject to change due to weather Project Budget Budget Original Change Order Cost (DP#68) $297,121 Change Order Increase (w/$1 Ok contingency) $83,192 Additional Management Reserve $20,000 Total $400,313 Funding City of Edmonds (50.787%) Sewer Utility Fund $203,306 WWTP Partners (49.213%) $197,006 Total $400,313 Councilmember K. Johnson commented this is really good news for the community and should be a long term solution to complaints about odors around 2nd and 3rd Avenue that have occurred for the past several years. 2. EDUCATIONAL PRESENTATION ON RANKED CHOICE VOTING Council President Olson said there is some movement on ranked choice voting (RCV) in the legislature and she thought the community would be interested in learning more about it. She knew about RCV and had some passion about it even before talking to the presenters. Lisa Ayrault, Director, Fair Vote Washington, a non-profit working on electoral reforms like RCV, introduced a volunteer from Edmonds, Eric Bidstrup. She was grateful the council was considering the possibility of supporting legislation now being considered by the State Legislature. She recalled local volunteers requested the city council support the legislation via adoption of a resolution. That resolution came quickly in front of the council in November and raised the issue of whether RCV was a good idea for Edmonds or not. That conversation put the cart before the horse in her opinion and instead she wanted to inform the council and the community about the bill that will have a hearing tomorrow in the legislature. She reviewed: Edmonds City Council Draft Minutes January 18, 2022 Page 2 Packet Pg. 29 7.3.a Local Options for RCV: HB 1156 and SB 5584 o Options, not a mandate o Local jurisdictions can: 1. Keep the status quo 2. Combine the primary and general into a single, high -turnout election using RCV ■ When more than five candidates, a primary is still held, and the top five vote -getters advance to the general election. Both elections use RCV 3. For offices with multiple identical positions, like city councilors, a city can choose to have candidates run in a pool instead of by arbitrary "position numbers" that artificially constrain voter choices o Provides funds for implementation Ms. Ayrault explained they did not go into whether RCV was good or bad because they did not want to put that ahead of providing an understanding that this bill gives the City more choices about how it runs elections. For anyone interested in more information about RCV, how it's working, and why it is the fastest growing electoral reform in the county, presentations are available from Fair Vote Washington's website twice a month and the Edmonds Civic Roundtable plans to make a presentation on Monday, January 24ti'. Fair Vote Washington presentations about RCV allow participants to try it via ranking something fun like their favorite pie. Mr. Bidstrup said the best way to think about this is there are a number of things that local jurisdictions can/cannot do in terms of elections; today Edmonds could not adopt RCV even if they wanted to. The legislation is about putting another tool in the city council's tool box about something they could choose to pursue if there is value and benefit to the community. The current legislation is making that tool available; the longer conversation about whether RCV is something Edmonds wants to pursue will occur later. Ms. Ayrault relayed Clallam County had a Charter Review Commission review process underway about a year ago that recommended supporting this bill to give Clallam County the authority to ask their voters if they wanted try RCV. Part of the reason for their support was in 2007 Clallam County had an RCV initiative on the ballot that narrowly lost. The Charter Review Commissioners were surprised to learn in the intervening years, since the state adopted the current top two primary method, that Clallam County had lost their authority to ask voters whether they wanted to use RCV. She summarized RCV is about local control. Councilmember Buckshnis commented the council has received a lot of questions from citizens. One of the question that has come up is how RCV works in jurisdictions with districting such as Seattle. Ms. Ayrault commented Seattle is a great example for many reasons; Seattle is having a lot of people file for council seats resulting in very long primary ballots. She referred to the phenomenon of vote splitting; the current method of voting where voters pick one candidate means voters are careful not to throw their vote away. For example, if ten people are running for city council in their district, voters think carefully about how to spend their one vote. A voter may have one candidate they like the best, but if they do not think they are electable, they are unlikely to vote for them. With RCV, a voter can honestly vote for first choice and if their first choice does not have enough support to win, they do not want their vote to be wasted and can vote for their second choice. RCV can be used in district elections with no problem and it allows voters to rank their choices. The only place RCV is not useful is if there are only 1-2 candidates in a race; it is only helpful in a race with 3 or more candidates. Mr. Bidstrup suggested thinking of elections as how people get elected versus what position they get elected to, whether it is a single district or numbered post, it is independent from that. Ms. Ayrault explained in a place like Seattle that has a districted system, they can keep that with RCV. If the RCV Edmonds City Council Draft Minutes January 18, 2022 Page 3 Packet Pg. 30 7.3.a local options bill passes, Seattle could consider having candidates run in pool like the City of Cambridge does. This bill does not mandate anything; it just gives more options. Council President Olson commented the council would not make the choice for the community; if the RCV bill passes, it would be a ballot measure and the community would decide for themselves. Ms. Ayrault said she was not an attorney and was not certain of Edmonds' process, but jurisdictions that have councilmanic authority have the authority to make that decision on their own, but most jurisdictions would go to the voters before making that decision. She believed that was the case in Edmonds. Council President Olson commented that was a question that could be answered at the Edmonds Civic Roundtable opening meeting which was open to the public. Council President Olson said the reason this has been on her radar for a long time is Item 3 in the presentation, offices with multiple identical positions. It does not seem to serve the community's best interest to have head -to -head races and it even builds animosity among groups of residents. That goes away for the most part with RCV and gives more support for people with wider appeal which helps serve the community as a whole. She liked the idea of RCV personally, but emphasized the bills were not making decisions for any jurisdictions, they only provide additional choices. She was grateful to the guests for sharing this information. She gave a shout out to Student Representative Brook Roberts for his hard work drafting the resolution. Now that everyone understands the bills are about a community being able to make that choice, the council welcomes emails from residents whether they want the council to support it. Ms. Ayrault said the local options bill is about local control of elections, all of which are non -partisan. On the national scale where RCV is gaining traction and voters like it, there is a remarkably broad ideological spectrum of communities adopting it. It is advancing quickly in deep red Utah as well as more left -leaning cities like Minneapolis, San Francisco and New York, and Alaska is about to begin using it for statewide elections and congressional races in the coming year. Nationally, there will be a lot of opportunity to benefit from other jurisdictions' taking the lead and using this way of voting. At this point early returns indicate voters like it which is why it is advancing so quickly. She summarized the local options bill would allow Edmonds voters to consider this form of voting in the future if they wanted to. Councilmember Chen thanked the presenters for informing the council. Having just finished an election himself, he felt RCV would ease the competitiveness between the top two candidates and provide a system that benefits the entire community by allowing voters to rank their top choices. This is a very important decision that voters need to decide themselves. If there is a point at which a decision has to be made, he supported putting it on the ballot to let voters decide. Mr. Bidstrup advised the Edmonds Civic Roundtable presentation is January 24t' from 4 to 5:30 p.m. at the Edmonds Waterfront Center. 5. APPROVAL OF THE AGENDA COUNCILMEMBER PAINE MOVED, SECONDED BY COUNCILMEMBER BUCKSHNIS, TO APPROVE THE AGENDA IN CONTENT AND ORDER. Council President Olson pointed out the addition of Item 8.3, Marina Beach Park Renovation Project Grant, which was inadvertently left off the original agenda. MOTION CARRIED UNANIMOUSLY. 6. AUDIENCE COMMENTS Edmonds City Council Draft Minutes January 18, 2022 Page 4 Packet Pg. 31 7.3.a Mayor Nelson invited participants and described the procedures for audience comments. Linda Ferkingstad, Edmonds, commenting on the Edmonds Tree Ordinance, asked when the council would make the ordinance equitable and correct to comply with the U.S. and Washington State Constitution, the Growth Management Act and Edmonds Comprehensive Plan. She questioned whether citizens should have to hire an attorney to force the council to obey the law. Her family purchased 1.2 acres and planned to build 4 homes in 2016 when her parents were 81 years old. They immediately began working with the Edmonds planning department and hired the necessary professionals to make it happen. They were told dividing the property could be problematic due to a critical area on one corner; that corner was given to their neighbor and then they were told they could divide the property into only three lots due to setbacks. That process took over two years. In November 2020, their engineers were finally prepared to submit an application, only to find submittals were halted for six months due to an emergency action by the city council. During those six months, the council, with the assistance of Kemen Lien, voted in the Edmonds tree ordinance, requiring property owners to pay the City for the timber and carbon footprint worth of trees over 24" in diameter that would be removed, $3000412,000 each, illegal takings of nearly $200,000 for their trees. Later council put a limit of $2 per square foot of property on the takings which amounts to over $100,000 for them. Council later conceded if they saved 50% of the significant trees on their property, they would be exempt from the illegal taking. Ms. Ferkingstad continued, commercial property development has a requirement for 5% open space which has been lowered to zero. Retaining 50% of the trees on their property equals 70-80% open space, leaving no natural light, no gardens, no views of Puget Sound or Olympic Mountains, no option for solar electricity and imminent danger of branches or trees falling on their homes. The cost of building has gone up exponentially in the last five years; they paid engineers and arborists double to prepare two applications for division with the changing ordinances. Her parents, who were 81 when they bought the property, will be 87 next month and are no longer able to move to the accessible home they hoped to build for them. This council has damaged their and other families' plans to build homes in single family zones because of the amount of trees on their property. There are few buildable properties in Edmonds without abundant trees. Edmonds has not paid into the tree fund for the many trees over 24" in diameter cut down in City Park and existing homeowners are not required to pay for their trees' worth before they are allowed to remove them. She requested the council rescind this illegal, discriminatory tree ordinance. Natalie Seitz, Edmonds, referred to the grant agreement for Marina Beach Park and requested the City not sign the agreement and pause implementation of the project because Marina Beach Park is currently in fairly good condition with a draft PROS Plan rating of 1.2. For context, 1.0 is the best possible condition rating so a master plan renovation is not needed. Marina Beach will require $4 million of local investment and is located in an area well served by Edmonds park resources. Delay of the project to increase equitable investment is in alignment with best practices from the 2018-2022 RCO plan for Washington State and the draft PROS Plan objective 2.1. The park design is predicated on the purchase of the Unocal marsh property with the Willow Creek alignment and salmon related benefits could be achieved through regulatory means at no cost to Edmonds residents when BNSF builds its second rail line. This is a moment when it is not too lake to change course for Marina Beach and prioritize underserved areas. With regard to the 2022 budget amendments, she did not support the removal of the REDI program manager as this position is critical to the City providing equitable investments in all communities. She did not support the removal of the Public Information Officer (PIO) as the City needs to make significant strides in outreach to all communities and a PIO is a critical position to support inclusive engagement to all Edmonds communities. Ms. Seitz supported the addition of uptown office expenses, including $60,000 for a police station and/or city hall relocation in an areas more central to the majority of Edmonds residents. She also supported the addition of $150,000 for streetlights in the Lake Ballinger area, a desperately needed improvement that Edmonds City Council Draft Minutes January 18, 2022 Page 5 Packet Pg. 32 7.3.a would make the community safer for children. Putting streetlights on existing poles is not enough to safely light the area and prevent crime. Her family went to their old neighborhood outside Edmonds to trick -or -treat last year because there are no sidewalks and not enough streetlights to make it safe for their children to celebrate Halloween in their area. She did not support the addition of $100,000 for the Creative District's 4' Avenue Corridor project design. The draft PROS Plan is already underway and that process will weigh the priority of this investment in relation to other critical park system needs. The downtown area already has over 108 acres of total park investments that serves only [inaudible] percent of the City's population while other areas, south Edmonds and the SR 99 corridor have significant more population than downtown and approximately 11 acres total combined identified as park resources. She urged the council to prioritize underserved areas instead of another high -dollar investment downtown and allow the PROS Plan and citywide public process to weigh this investment. She expressed her support for ranked choice voting. Ken Reidy, Edmonds, referred to tonight's consent agenda that includes Building Use Agreements at Frances Anderson Center, and requested a councilmember ask that this to be removed from the consent agenda for separate discussion and vote. Building Use Agreements contain discussion of something referred to as leasehold property tax which is really leasehold excise tax required under RCW 82.29A. The leasehold excise tax is supposed to be calculated on a market rate which is not necessarily the amount the City charges private parties to use public space. He questioned how annual rent increases below the CPI related to market rates. The March 16, 2010 city council meeting minutes document that former City Councilmember Strom Peterson and former City Attorney Bio Park had the following exchange: Councilmember Peterson noted the vendor near the ferry holding lanes who was charged the $1.05 per square foot right-of-way use fee did not pay property taxes such as a downtown business owner would. He asked if that could be considered in the gift of public funds. Mr. Park explained a leasehold excise tax must be charged when there was rental or lease of city property that is non-exempt. He said even if the City decreased the rental lease rate to zero, the leasehold excise tax would be calculated on the market rate. Mr. Reidy pointed out the City once understood that the leasehold excise tax was calculated on the market rate. City council reduced the monthly use fee of $1.05/square foot to $0.50/square foot when council adopted Resolution 1228 on April 20, 2010. Even though this specific $0.50/month/square foot fee still exists today, it should not be confused with the market rate that leasehold excise tax is based on. Evidence exists that City staff thinks food trucks can be charged leasehold excise tax based on the percentage of gross revenue that they pay the City for use of public parks. The January 4, 2022 meeting minutes document that City Attorney Jeff Taraday said he believed a portion of the fee charged streateries in 2022 would be subject to leasehold excise tax. He said the streatery related leasehold excise tax is not necessarily based on the $110 charge for all of 2021, $4,000 or $2,000 for 4 months in 2022. It is supposed to be calculated on the market rate. He encouraged Mayor Nelson and his staff to inform the Washington State Department of Revenue of the City's leasehold excise tax collection practices since at least March 16, 2010. Jim Ogonowski, Edmonds, said crime is increasing in Edmonds and not just along Highway 99. In December he became a victim. From behind, he was pushed down an embankment by a knife -wielding individual while walking on Olympic View Drive next to Southwest County Park. It was unprovoked and he did not see it coming. He thanked the Edmonds Police officers who responded to his 911 call; truly professional in the manner in which they handled the situation and arrested his assailant. Since the assault he has reached out to Mayor Nelson and Chief Bennett on multiple occasions to discuss what he learned from his experience and to share a few suggestions, but they refused to engage. He could only assume that public safety was not high on Mayor Nelson's agenda and he seemed more frustrated with his street not being plowed than with increasing crime. For Police Chief Bennett to say in a recent My Edmonds News story that, "we are fortunate no innocent people have been injured," Mr. Ogonowski said he was an Edmonds City Council Draft Minutes January 18, 2022 Page 6 Packet Pg. 33 7.3.a innocent person. He questioned whether they were waiting for more serious injuries. He suggested a task force to consider how to curtail this problem before it gets further out of hand. The City's police force has been put in a completely reactionary position; a proactive approach is needed. Rather than spending money putting a fence around the police parking lot, he suggested spending it protecting citizens. He hoped the city council takes a more proactive approach if the mayor will not, noting for whatever reason he got lucky. Kyle Weisbrod, Edmonds, said he spoke to the council last month in support of RCV. He thanked the council for scheduling time for a presentation regarding the local options bill currently before the state legislature. While he was disappointed the resolution to encourage Olympia to pass the local options bill was not on the agenda, whether a person liked RCV, were a skeptic or just wanted more information, passage of HB 1156 would simply give Edmonds and other communities in the state the opportunity to implement RCV. It is important not to take democracy for granted and to look for ways to improve how democracy functions and he encouraged such efforts. If someone is remodeling their house, they need all the tools available; even if they did not expect to need a screwdriver for the remodel, they would want one available just in case. Like a screwdriver, RCV is a tool to improve elections. It may be that Edmonds doesn't need it or chooses not to use it, but the choice should be available to all municipalities in Washington; HB 1156 would provide that option. He hoped he Council reconsidered the resolution in support of HB 1156 and urged Olympia to give local Washington communities greater control and more tools to use in their elections. Nathaniel Cook, Edmonds, who spoke to the council previously in support of RCV, thanked the council for scheduling the educational presentation regarding the local option bill which lays out the particulars of what is in the local options bill being considered by the legislature and what the resolution speaks to. He encouraged the council to vote in support of the resolution in the future. Cynthia Sjoblom, Edmonds, welcomed Councilmember Neil Tibbott. She did not support RCV as she did not see the need in Edmonds since there are rarely more than 2-3 candidates. She was aware the Edmonds Waterfront Center requires proof of vaccination and wanted to know if that would be required to attend the Civic Roundtable's presentation. She was sure she has natural immunity but wanted to know the policy and suggested a councilmember email her. (Written comments submitted to PublicComment@Edmondswa.gov are attached.) 7. APPROVAL OF THE CONSENT AGENDA COUNCILMEMBER K. JOHNSON MOVED, SECONDED BY COUNCILMEMBER PAINE, TO APPROVE THE CONSENT AGENDA. Council President Olson requested Item 7.10, Frances Anderson Center Tenant Building Use Agreements & Rate Increase, be removed from the agenda to ask Mr. Taraday and/or directors if the pointed raised by Ken Reidy should be considered before the agreements are finalized. MOTION CARRIED UNANIMOUSLY. The agenda items approved are as follows: 1. APPROVAL OF COUNCIL MEETING MINUTES OF JANUARY 4, 2022 2. APPROVAL OF PAYROLL AND BENEFIT CHECKS, DIRECT DEPOSIT AND WIRE PAYMENTS. 3. APPROVAL OF CLAIM CHECKS AND WIRE PAYMENT. Edmonds City Council Draft Minutes January 18, 2022 Page 7 Packet Pg. 34 7.3.a 4. ACKNOWLEDGE RECEIPT OF A CLAIM FOR DAMAGES FROM HARRIET ROSE & MARK ADAMO 5. ACKNOWLEDGE RECEIPT OF A CLAIM FOR DAMAGES FROM JAMES NELSEN 6. EDMONDS CITIZENS' TREE BOARD APPOINTMENT CONFIRMATION 7. CONFIRM APPOINTMENT TO BOARD/COMMISSION 8. NOVEMBER 2021 MONTHLY FINANCIAL REPORT 9. PFD BOARD CANDIDATE APPROVAL 11. APPROVE RESOLUTION TO AMEND THE PURCHASING POLICIES AND PROCEDURES FOR JOB ORDER CONTRACTING 12. AGREEMENT WITH CASCADE BICYCLE CLUB FOR THE CITYWIDE PEDESTRIAN CROSSING ENHANCEMENTS PROJECT 13. BOB BORUCHOWITZ PUBLIC DEFENSE OVERSIGHT CONTRACT 14. CONTRACT CHANGE ORDER FOR CITY PARK ODOR SCRUBBER PROJECT ITEMS REMOVED FROM CONSENT 10. FRANCES ANDERSON CENTER TENANT BUILDING USE AGREEMENTS & RATE INCREASE City Attorney Jeff Taraday said he did not have an opinion on whether the lease rates were fair market value. He has done a fair amount of litigation over the years to determine fair market value of real estate in the context of condemnation and determining that usually requires hiring an appraiser to give an opinion of fair market value. He knew of two ways to determine fair market value, 1) getting an opinion from a licensed real estate appraiser, and 2) looking at actual arms -length market transactions that reflect the market. With regard to the transactions in this item, he did not have enough data to have an opinion whether any of those transactions are being done at fair market value. Depending on how one wants to come to an opinion of fair market value, it could require devoting a fair amount resources to reach a grounded opinion as to whether something is fair market value. He was unsure what the fair market value of those properties was and he anticipated it would potentially require a significant amount of work to determine. The question is whether determining that is a wise use of City resources, a question for the council to decide. Council President Olson pointed out Director Feser and Deputy Director Burley were also present to answer questions. Parks, Recreation, Cultural Arts & Human Services Director Feser supported Mr. Taraday's assessment that in order to establish if the City is charging fair market value, a fair market value study would need to be done for the leased space at Frances Anderson Center as well as all the City's lease agreements. That would be a sizeable project that would take time, City resources, money and staff time to establish the market value for those leases. Even if the fair market value is not being charged, the leasehold excise tax is charged on the fair market value. Council President Olson relayed her understanding that even if the City wanted to keep the leases where they are, the amount that is non-taxable rent would need to be lowered to provide cushion for the extra tax that had to be charged. She asked if something more basic than a fair market value study could be done or would it be legally problematic to approve this year's agreements and then look at more closely going forward, knowing that the rates are probably below fair market value. Mr. Taraday said he did not have Edmonds City Council Draft Minutes January 18, 2022 Page 8 Packet Pg. 35 enough information to come to that conclusion and was not challenging Council President Olson's conclusion. The council is entering into the agreements for the term of the lease. The next time the leases come up, council could direct staff to enter into more comprehensive analysis of the market value to ensure the leasehold excise tax is being properly calculated. COUNCIL PRESIDENT OLSON MOVED, SECONDED BY COUNCILMEMBER CHEN, FOR THE NEXT TIME THAT THE CITY ENTERS INTO LEASE AGREEMENTS, NOT THE ONES IN THE PACKET CURRENTLY, THAT WE DO A MARKET ASSESSMENT TO MAKE SURE WE'RE PROPERLY DOING THAT TAX. Councilmember Buckshnis recommended this be moved to a committee for further research. This issue was just raised and there are a number of issues related to other City rentals, a market study, etc. She anticipated a study would be tremendous amount of work, and rather than just say yes, she preferred to have a more pragmatic discussion by a committee. She did not support the motion. COUNCILMEMBER BUCKSHNIS MOVED TO AMEND TO MOVE THIS TO A COMMITTEE FOR REVIEW. MOTION DIED FOR LACK OF A SECOND. Council President Olson raised a point of clarification, the motion was to do it for future leases because these leases start in January so there wasn't an option to wait for an in-depth study before approving these leases. She clarified the motion was to pursue getting that information but not stopping these leases and the council would need to separately approve the leases. The motion is related to looking into property values for the next time the leases are approved. Councilmember Paine commented it sounds like a request for more discussion and she was unsure that required a motion. She wanted to ensure the agreements could move forward for this year and consider whether the leases are fair market value at a more convenient date with more runway. She was concerned about doing this on the fly on a consent agenda item. She expressed support for approving the lease agreements. Councilmember L. Johnson supported moving forward with the lease agreements tonight as she did not have sufficient information to support doing a more in-depth study. There are a lot of things going on in the City now and without time to research or ponder it, she was unsure that was a high priority or what other projects would be delayed by doing a study. She supported moving forward with the lease agreements but not undertaking a study. Councilmember K. Johnson recalled the Parks and Public Works Committee discussed this with Deputy Parks, Recreation, Cultural Arts & Human Services Director Burley. She learned the Frances Anderson Center leases range from three to five years. Public Works and Administrative Services also oversee leases of other spaces in the City. The motion does not fit the needs of the City at this time. At the PPW Committee meeting, she learned the rents are not based on market rate but the cost of operations for utilities, bare bones to keep the facility running. The issue raised by Ken Reidy regarding taxes is a separate issue that Finance, Mr. Taraday and Ms. Burley can analyze and report back to council. She did not support the motion. Council President Olson raised a point of clarification, pointing out the motion did not include anything about approving the leases tonight. It was a standalone motion about looking into it further. Whether the motion passes or fails, a separate motion will be necessary to pass the agreements. Councilmember Chen expressed support for looking into it but as there are other priorities, it may not be the best use of resources. He seconded the motion for discussion. Edmonds City Council Draft Minutes January 18, 2022 Page 9 Packet Pg. 36 MOTION FAILED UNANIMOUSLY. COUNCILMEMBER PAINE MOVED, SECONDED BY COUNCILMEMBER BUCKSHNIS, TO APPROVE FRANCES ANDERSON CENTER TENANT BUILDING USE AGREEMENTS & RATE INCREASE AS PROPOSED. MOTION CARRIED UNANIMOUSLY. 8. COUNCIL BUSINESS 1. AMENDMENT TO CITY'S INTERLOCAL AGREEMENT WITH SOUTH COUNTY FIRE City Attorney Jeff Taraday said the packet contains a proposed amendment to the City's interlocal agreement between South County Fire (SCF) and the City. In the last quarter of 2021, the council proposed to respond to SCF and their threshold notice with certain mitigation measures. The discussion centered around whether the city council preferred adding one 24-hour 2-person unit or two 12-hour 2- person units. The cost to the City was basically the same in either case, approximately $1.5 million in addition to the current cost for fire and EMS services. At that time it was not so much a budgetary decision, but how they wanted to see fire service delivered, whether it was with one 24-hour unit or two 12-hour units that could address peak times as 70% of calls happen between 8 a.m. and 8 pm. The council ultimately decided it preferred the two peak hour unit approach and that was the designated remedial measure. Immediately following the council meeting, the mayor sent a letter to SCF indicating the City's choice. Unfortunately SCF is essentially refusing to provide that type of service, saying the service they will provide is one 24-hour two -person unit and not the two 12-hour units that the city council requested. The amendment to the interlocal agreement in the packet does what SCF is proposing, adding the 24-hour 2-person. Councilmember K. Johnson raised a point of clarification, asking whether it was a 24-hour one -person unit. Mr. Taraday clarified it was a 24-hour 2-person unit. Mr. Taraday continued, this is on the agenda for discussion tonight and will be on the agenda for action next week. The deadline SCF has given the City to enter into the interlocal agreement is the day after next week's council meeting. If the council meets that deadline, the agreement will be executed and that service will be added and will be the service provided for at least a year. SCF has committed in the draft ILA to not provide the city with an additional threshold notice for at least a one-year review period so they can analyze the impact of this 24-hour unit on the transport balance factor and Neighboring Unit Utilization Factor (NUUF), metrics used to determine whether Edmonds is paying its fair share. Mr. Taraday said the problem is the City believes two peak hour units would do a better job of addressing those factors than a single unit would, but are not being given an opportunity to essentially prove that. He expected the City was likely to receive another threshold notice and will be engaged in this process again in 2023. That doesn't mean that the council should not enter into the agreement; for at least the next year, the agreement gives the council what it would have had under its preferred remedial measure because the preferred remedial measure started with a 24-hour unit and converted to two 12-hour units at a time of the RFA's choosing. If councilmembers were asking themselves whether or not to support the ILA, entering into the amendment to the ILA provides what would have been provided anyway under the preferred remedial measure, but does not provide the long term solution. The council will have to hope that next year the RFA will be more receptive to the City's preferred remedial measure because that option is not being offered now. Councilmember Paine commented if the City went through mediation, that would happen prior to any service addition to the City. That persuaded her to make a decision sooner rather than later about next steps. She asked how long would it take go through mediation. Mr. Taraday answered it was hard to say Edmonds City Council Draft Minutes January 18, 2022 Page 10 Packet Pg. 37 7.3.a how long mediation would take; he guessed from an extra month to an extra three months, but during that time, no additional fire service would be implemented. Council President Olson said the point Councilmember Paine made was a good one and was one of the things on her radar as well. This is a large amount of money and she assured the public the council was not taking it lightly; it was a subject that has been before the council for many months and has been exhaustedly considered and discussed in other meetings. To the extend the council may or may not have a lot of discussion tonight, she assured it was not something the council was entering into lightly. Councilmember Buckshnis commented the council is up against a rock and a hard place. She recalled some councilmembers questioned the thresholds and it was her understanding the thresholds would be reviewed to ensure things like having Swedish Hospital within the City did not skew the numbers and put Edmonds at a disadvantage. She asked if the threshold would be discussed to mediate the fact that there is a hospital in Edmonds and the closest unit goes to incident or is that no longer on the table for discussion. Mr. Taraday said the RFA provided a response to those issues and in order for the City to drill down deeper and/or push back on their answer, the council would probably need to hire consultant. While he understands this at reasonably high level for an attorney, he is not a former fire chief and cannot necessarily scrutinize with the kind of detail that a consultant could. Even with that support from a consultant, he was did not think SCF was of a mind to get rid of these metrics. Councilmember Chen asked whether SCF provided a reason why they are not able to provide two 12-hour 2-person units. Mr. Taraday answered yes, SCF's November 11 letter (packet page 329) goes into some detail regarding their concerns. He read from the letter, "We cannot agree with the City's proposed Remedial Measures, as presented, for the following reasons: 1. South County Fire simply cannot commit to implementing the so-called permanent Remedial Measure of two PAUs because it is a subject of bargaining." Mr. Taraday said the City acknowledges that bargaining takes an uncertain amount of time which is why the timeline was left in SCF's control. The proposal was to eventually get to two PAUs, but since the amount of time it will take to get there is unknown, the one 24-hour unit can be provided as long as necessary to convert to the two PAUs. He thought the City was being very helpful to SCF by providing that flexibility and was surprised to see that identified as a sticking point. SCF also said the imposition of a 24-month threshold for issuing a new threshold notice was unacceptable. Mr. Taraday read the first paragraph it its entirety as he thought that was the crux of the matter: "1. South County Fire simply cannot commit to implementing the so-called permanent Remedial Measure of two PAUs. In short, this is a mandatory subject of bargaining, and we cannot ensure that IAFF Local 1828 will agree to add two PAUs. We would be willing to negotiate with IAFF Local 1828 in good faith about this issue, but any concessions South County Fire would have to make to obtain this contractual right is not a cost South County Fire should fairly absorb. Thus, if South County Fire were successful in negotiating for two PAUs, the cost to the City would need to include not only the labor cost but also the cost of any concessions South County Fire would need to offer in exchange." Councilmember Chen said if the City was paying $1.5 million for a 24-hour shift, essentially that is paying for 12 hours of non -peak time. Although he loved the firefighters, as a councilmember he needs to look out for citizens' interests. He asked if it would be possible go back to the table and negotiate with SCF for one 12-hour shift coverage for the peak time and pay $750,000, saving the City $750,000. If that was an option, he felt that would be the best bang for the dollar. Mr. Taraday said if Councilmember Chen was asking whether he thought SCF would accept that, he did not think they would. Councilmember Chen said SCF gives the council no choice, they are the only provider. Mr. Taraday said the council has long term choices. When the City entered into this agreement in 2010, he did not think the city council at that time contemplated these types of situations, that the council would essentially be Edmonds City Council Draft Minutes January 18, 2022 Page 11 Packet Pg. 38 7.3.a denied the level of service they were requesting. The council has time to consider whether this relationship is working long term or whether it wants to look at other possible arrangements. Right now, the council does not have a lot of leverage because the City is in a long term agreement with SCF. Either party can get out of the agreement with two years notice. If the council does not accept these terms, the option is find a way to do something different. Councilmember Tibbott assumed SCF believes the utilization factor is out of balance, so they think Edmonds needs more services. Mr. Taraday answered yes, it is beyond dispute that the NUUF is out of balance, that is a simple mathematical calculation and he has no reason to believe that the inputs into that formula are inaccurate. There is a difference of opinion how to potentially bring it into balance. Councilmember Tibbott observed SCF's solution is a 24-hour crew which he understood from the documentation would not operate out of Station 17 like it did in the past, but somewhere else. He assumed they would operate out of Swedish Hospital. One of the questions he asked in the past was whether it would be possible do an ILA with other cities utilizing Swedish, would they entertain that as a way to fund a 2-person crew that operates out of Swedish. Mr. Taraday said he thinks fundamentally SCF is looking for the City to contribute more to the regional fire and EMS effort. This additional $1.5 million is a significant additional contribution to the regional effort. The problem he saw going forward was he anticipated the City would receive another threshold notice next year and will be asked to provide another significant contribution to the regional effort. The problem was not who the City entered into ILA's with, but SCF does not feel Edmonds is contributing enough and they are looking to make that situation better. Councilmember Tibbott concluded there was really no way to negotiate; the solution was to either pay it or go to arbitration. Mr. Taraday answered there is no arbitration, there is mediation, but he did not think mediation would change anything in this instance. For the next year at least, this agreement is the answer. What the council decides to do long term is a different story and maybe one that the council needs to take a closer look at. Mayor Nelson clarified SCF originally wanted $2.25 million. Mr. Taraday agreed the City was able to reach an agreement with SCF on an amount lower than SCF originally requested. SCF's original remediation proposal was one 24-hour unit plus one -peak hour unit. They moved from their original proposal, but will not accept the remedial measure the City is proposing. Councilmember K. Johnson said it had not been lost on her that each time the council receives a report from SCF there is a subtext that they would like the City to join their regional organization which she felt was a driving factor. There are about five contracted cities. Figuring out the cost if the City was in the fire authority would be an important piece of information, if not this year, in the future. Mr. Taraday agreed with Councilmember K. Johnson's assessment and SCF has not been shy about saying so. SCF has pretty much said they would love for the City to join the RFA. If he was a SCF board member and was trying to convince Edmonds to join the RFA, he would probably do what they are doing, making it more expensive not to be in the RFA. Councilmember K. Johnson asked if they would sweeten the pot if the City joined the RFA. Mr. Taraday said he did not have an opinion on that. Councilmember K. Johnson said that was something to consider. While SCF is trying force the City by raising the rates, not providing any leeway makes the council not want to negotiate with them. Councilmember L. Johnson relayed her understanding that the NUUF has been out of balance almost since day one back in 2016 when a number of councilmembers who are on the council now were part of the decision to take away two FTE. She felt it was pretty strong language to say SCF was trying to force the City; the NUUF has been out of balance since the beginning and the council needs to acknowledge Edmonds City Council Draft Minutes January 18, 2022 Page 12 Packet Pg. 39 7.3.a that. Whether or not the City joins the RFA in the future is a separate issue. There needs to be some recognition that the decision made in 2016 may not have been the best decision for Edmonds. Edmonds continues to grow and needs adequate coverage. She hoped the council would take the time to come to an agreement regarding how the NUUF is calculated taking into consideration the placement of the hospital, etc. At this point she did not feel forced; she was disappointed it was not going the way the council wanted, but she looked at it as returning to the previous level of service. Council President Olson commented it was reasonable to think that the location of the hospital and traffic in and out impacted the NUUF, but SCF presented a slide that showed that was not the case, at least not to the extent the council thought it was. It sounds like in SCF's letter there are priorities for bargaining and they do not want to make the two 12-hour shifts a high priority because there are other things they want. It is possible if the City is closer to meeting the NUUF in the future, they may be willing to negotiate two 12-hour units. Councilmember Paine referred to the first page of the packet that says the council with input from the City should be able to determine what our level of need is. There is a defined need and in the near future the City needs to look at its needs and how to meet them. It is true the population is growing and it is important to adequately meet the public safety needs of the residents. Mr. Taraday said the council could make a motion tonight to put it on the consent agenda next week. COUNCIL PRESIDENT OLSON MOVED, SECONDED BY COUNCILMEMBER BUCKSHNIS, TO ACCEPT THE JANUARY 3, 2022 PROPOSAL FROM THE RFA TO HAVE ON CONSENT NEXT WEEK. Due to Councilmember K. Johnson experiencing technical difficulties, Mayor Nelson declared a brief recess. Mayor Nelson repeated the motion for Councilmember K. Johnson. MOTION CARRIED UNANIMOUSLY. 2. NON -REPRESENTED EMPLOYEES COMPENSATION STUDY HR Director Jessica Neill Hoyson commented a majority of councilmembers have walked through the materials or seen the presentation at the Finance or PSPP Committee meetings so the consultants will move through the materials quickly while giving it the weight and time it needs. She introduced Shannon Drohman and Kathy Marek, Compensation Connections. Ms. Drohman recapped the draft executive summary: • Project Activities o Conduct abase pay market study for 115 positions (72 represented and 43 non -represented) o Review and suggest revisions to existing wage scales based on the new market data o Recommend placement of positions into proposed wage scales • Summary of Methodology o We began this work by meeting with the Director of Human Resources to discuss the City's competitive market, comparator organizations, and positions to include in the study. We also explored how the City's compensation philosophy would inform the work of the project. o Excluded from the analysis were police, police support (except police service assistants), treatment plant, casual/hourly, and contract positions. Edmonds City Council Draft Minutes January 18, 2022 Page 13 Packet Pg. 40 7.3.a o The study began with a review of the existing job descriptions for the included positions. Next, we researched base pay from relevant compensation sources representing the jobs and the City's competitive market (see Market Data Sources below). o Best practice in compensation reviews recommends at least three market data sources to price a job title. Most of the City's positions have three matches in this market analysis, and many have four or five matches. o Using the market data as a foundation, we reviewed the existing wage scales and recommended updates to the structures. We then suggested potential changes to position grade based on the new market data Compensation goals o The City Council updated the compensation policy in 2021. The policy included the following goals for the compensation program: ■ To attract and retain, dedicated, hardworking, diverse, talented employees who are well qualified to perform their duties in an ever -evolving municipal government environment ■ To pay employees fairly and to ensure pay equity and internal equity ■ To be externally competitive by providing compensation commensurate with the labor market ■ To be fiscally responsible and legally defensible o The market study was grounded in the compensation policy and these goals. Market data sources o The compensation policy defined the City's comparable labor market as "Cities in Washington State based on population, assessed valuation, and assessed valuation per capita with a bandwidth of 50% up and 50% down." We researched compensation market data for these comparable cities: city County Population Assessed Valuation Per Capita Issaquah King 38,690 11,966,058,762 309,280 Edmonds Snohomish 42,470 11,011,221,440 259,271 Bothell King/Snohomish 48,400 12,354,415,516 255,257 Mukilteo Snohomish 21,360 5,444,416,654 254,888 Shoreline King 56,980 11,637,183,574 204,233 Lynnwood Snohomish 40,690 7,503,860,299 184,415 Puyallup Pierce 42,700 6,928,321,607 162,256 Burien King 52,300 7,794,662,044 149,038 Olympia Thurston 54,150 7,741,414,390 142,962 Lacey I Thurston 1 52,910 1 7,268,934,236 137,383 o The compensation policy also states that other local government agencies and private employers may be taken into consideration when they are determined to be a relevant factor in the City's labor market. o We researched pay data using published survey sources. These surveys utilize compensation information provided by hundreds of employers in the public and private sectors. We filtered the data to reflect employers of similar size to the City of Edmonds in the Puget Sound market. o Utilizing published surveys let us round out the data for City of Edmonds jobs that were not in the comparable city data. The published survey data also reflects the broader labor market in which the City competes for talent. Councilmember Buckshnis relayed a citizen question why assessed value was used in selecting comparator cities. Ms. Neill Hoyson answered the update to the compensation policy included updating how comparators are selected. An RCW addresses what a public entity should do when selecting comparators for uniformed personnel (fire and police) and the reason that applies to represented or non - represented is to have a consistent methodology across the board because it makes the decisions more Edmonds City Council Draft Minutes January 18, 2022 Page 14 Packet Pg. 41 7.3.a defensible. The RCW states having similar size employers with like type resources. Similar size is done using population as the first metric (50% up and down to be in the middle of the population group), the like piece is established by looking at what financial resources the city has to do the work and the most commonly used metric is assessed valuation because it shows the tax base. The assessed valuation per capita shows how much is available per person served in the city. This is the PERC-supported methodology; there is not a one -size -fits -all methodology, but if the methodology is ever challenged such as by a union, it is a very defensible position to use the methodology that PERC has said in the past is appropriate. Ms. Drohman continued: o The chart below shows the published survey sources and the market sector "filter" utilized in the study: Survey source Market Sector Economic Research Institute Government Com Anal st Government Milliman Public Employees Government Compdata Government Milliman Puget Sound Government Milliman Northwest Government Market Reference Point o When researching pay data in the published surveys, we noted the 25th, 50th (median), and 75th percentiles. For the comparator organization research, we noted the pay scales for each position and calculated the midpoint, which represents the 50th percentile (median). o When comparing the City's pay scales to the market, we utilized the 50th percentile (median) in alignment with the compensation policy and goals. Most public and private sector organizations use the 50th percentile as their market reference point. Councilmember Buckshnis clarified this is strictly wages and not benefits. Ms. Drohman agreed this study focused on wages and considered wage data for other employers compared to wage data for the City of Edmonds. Ms. Neill Hoyson explained comparator wages are used to set compensation for a position, not benefits. That does not mean that benefits should not be taken into account when setting total value of compensation. The council could consider whether benefits align with other employers, but that is not part of the three-year cycle for the Non -Represented Employee Compensation Study. Council President Olson referred to the list of comparators (packet page 378), relaying the comparator for the Development Services Director from CompAnalyst and Compdata was Engineering Director. She questioned whether that was the best comparator, assuming from that title that Engineering Director meant they were in a supervisory role which may impact the wage. She asked whether that was an appropriate choice or was it used by mistake. Ms. Drohman answered when they did job matching, they looked at the purpose, primary duties and required qualifications of the position. Sometimes that means the job title is different than the Edmonds or other cities' job title. Council President Olson said only Compdata used the title Engineering Director which was $20,000+/year higher than the Development Services Director. She suggested relooking at whether that was appropriate. Ms. Drohman agreed could be done. Ms. Drohman continued: • Findings and Recommendations for Non -Represented Positions o We compared the current non -represented salary scale to the market data and found it to be approximately 6% below the market median overall. This is based on the overall market data for all of the City's jobs compared to the current salary scale. We suggest that the City increase the non -represented salary scale's dollar amounts to better align with the market. Edmonds City Council Draft Minutes January 18, 2022 Page 15 Packet Pg. 42 7.3.a o We also examined the placement of each non -represented job within the salary scale to determine if any jobs might be a better fit in a different salary range, based on the market data. We found that 29 jobs move to a higher salary range (listed below). ■ Administrative Services Director ■ Associate Engineer ■ Associate Planner ■ Building Official ■ Capital Projects Manager ■ City Engineer ■ Comm Service/Econ Development Director ■ Deputy Parks Director ■ Development Services Director ■ Engineering Program Manager II ■ Executive Assistant to the Mayor ■ Executive Assistant Confidential ■ Human Services Program Manager ■ IS Manager ■ Park, Rec & Cultural Service Director ■ Planner ■ Planning Manager ■ Police Chief ■ Public Works Director ■ Recreation Supervisor ■ Senior Planner ■ Senior Utilities Engineer ■ Stormwater Engineer ■ Street-Stormwater-Manager ■ Facilities Manager ■ Fleet Manager ■ HR Director ■ Transportation Engineer ■ Urban Forest Planner o If the City implements the proposed salary scale and job placement changes for the non - represented employees, 39 people would be eligible for a pay increase. The total increase would be $220,409 or 2% of the City's total salary budget. Ms. Drohman reviewed additional materials provided in the packet: Non -Represented Market 50t' and Job Matching o Summary of all market data collected at 50t' percentile for each non -represented position o Details of survey source, survey job match title and survey 501' percentile (median) pay data for each NR position. Councilmember Buckshnis found it interesting with the Administrative Service Director that there was a $60,000 delta between the positions, Milliman — WA Public Employers could include Seattle, the Port, and much larger institutions. Ms. Drohman answered Milliman reflects Edmonds' general talent market overall and includes a broader swath of organizations. About 36 organizations participated in that survey, 27 in western Washington mainly Puget Sound and a few eastern WA, with a mix of small cities, small ports, large ports, and large cities. Councilmember Paine said when looking at the detailed analysis such as CompAnalyst 2021 4t1i quarter data, those look like outside agencies, maybe private employers which would be competitors for people the City is hiring. Ms. Drohman answered with CompAnalyst, they were able to filter for other governmental agencies and look at a cross section of employers that include for profit and non-profit employers. Councilmember Paine appreciated the inclusion of the year the study was included. She acknowledged the City competes with the private sector for some of the positions. Ms. Drohman continued: Non -Represented Salary Scale Adjustment o We compared the current non -represented salary scale to the market data and found it to be approximately 6% below the market median overall. The following table lists each non - represented grade, the current grade midpoint, the market data for jobs found in that grade if applicable, and the percent variance between the midpoint and market. The overall (average) variance is -6.7% Edmonds City Council Draft Minutes January 18, 2022 Page 16 Packet Pg. 43 7.3.a Current Grade NR-01 Current Grade Midpoint $57,268 Market 50th N/A Variance NR-02 $60,131 N/A 77 NR-03 $63,136 $60,197 4.7% NR-04 $66,295 N/A - NR-05 $69,610 N/A NR-06 $73,089 N/A NR-07 $76,744 $97,327 -13.8% NR-08 $80,581 $95,362 -18.3% NR-09 $84,611 $89,027 -5.2% NR-10 $88,840 $91,746 -3.3% NR-11 $93,283 $99,504 -6.7% NR-12 $97,947 $103,376 -5.5% NR-13 $102,944 $116,938 -13.7% NR-14 $107,987 $112,947 -4.6% NR-15 $113,387 $123,707 -9.1% NR-16 $119,056 $123,112 -3.4% NR-17 $125,008 $129,658 -3.7% NR-19 $131,259 N/A NR-19 $137,821 $146,952 -6.6% NR-20 $144,713 $157,408 -8.8% NR-21 $151,948 $159,664 -5.1% NR-22 $159,545 $166,142 -4.1% Overall Non -Represented Position Changes o Table lists each non -represented position which data has indicated should be placed at a new range on the salary schedule and the percentage of difference (increase) when comparing the current pay range midpoint to the proposed pay range midpoint. ■ List of increase to range mid -point for non -represented positions by department and job title Councilmember Buckshnis commented a lot of new directors have been hired recently. Citizens have asked why they were hired at the top level, in other words, market research is done to offer them a competitive wage. The example she gave in Finance Committee was the package given to the Development Services Director. Ms. Neill Hoyson clarified a market study is not done every time a position becomes vacant. That would not be a good practice because it would impact internal equity. Non - rep compensation is only adjusted at the time of the Non -Rep Compensation Study every three years. It was her understanding that the last time the director positions were market adjusted was in 2012 so it has been approximately 10 years since those positions received a market adjustment which is why they are so out of whack. She summarized the wage for Development Services Director was not reviewed at the time the position became vacant and it was essentially a 10-year old wage. Councilmember Tibbott asked about the process at the Finance and PSPP Committee, whether they looked at each position and recommended a move to the mid -point or were they recommending an across- the-board 6% increase. Ms. Neill Hoyson said both committees felt it required review and decision by full Council; there was no specific recommendation from the committees about implementation other than bringing the information to full Council. Councilmember Chen asked about the implication for represented employees if the council moved forward with a 6% increase for the non -rep employees. Ms. Neill Hoyson said she recommended council not make any decisions about the non -rep wages today because the council needs to review the results of Edmonds City Council Draft Minutes January 18, 2022 Page 17 Packet Pg. 44 7.3.a the represented employees comp study in a closed bargaining session in order to have a complete picture for all the positions. With regard to the impact to represented employees, there are individual results for each represented group which vary somewhat from the non -rep employees because they have different salary schedules and have had different bargaining over time. There is data for what will be recommended and that will be shared with the union when council gives authority to bargain. Councilmember Buckshnis commented this is looking at director positions that haven't been considered in ten years compared to positions that are bargained every three years. She reiterated the need to discuss the global aspect including benefits. Councilmember Chen recalled the Finance Committee was informed the studies incorporate a cost adjustment from different cities. Ms. Marek said any data point outside of the general of Edmonds or Puget Sound area would be geographically adjusted to Edmonds. For example, wages in Olympia would be adjusted to the Puget Sound -Edmonds area. Economic Research Institute is used to make those geographic adjustments. Ms. Neill Hoyson advised no action is necessary. She will schedule a bargaining strategy session and return this to council in open session for a decision regarding non -rep employees. 3. MARINA BEACH PARK RENOVATION PROJECT GRANT AGREEMENT Parks, Recreation, Cultural Arts & Human Services Director Angie Feser explained the purpose of this item is council consideration to authorize the mayor to sign an agreement for a $1M grant secured for Marina Beach Park. The agreement is the mechanism by which the City formally commits to completing this project as presented during the grant application. • Marina Beach Park 0 4.9 Acre park on south part of the beachfront o Adjacent to Port of Edmonds Marina o Bordered by BNSF railroad o Park renovation is part of the greater Edmonds Marsh restoration project ■ Edmonds Marsh is an estuary with degraded water quality due to its limited access to Puget Sound due to part of it in a pipe under the park o Park renovation provides open air channel that allow tidal flow between Puget Sound and the marsh Willow Creek Daylighting o Aerial of current and future o Historically, Willow Creek flowed through the marsh and park but was put in a pipe in 1962 for the development of the Port of Edmonds o Existing: 1,000' underground pipe and tide gate in the park ■ Creates a fish barrier, changed the marsh from health saltwater/freshwater estuary to a freshwater only marsh with invasive species and degraded water quality ■ Daylighting of the creek can occur by connecting the marsh through an existing railroad bridge o Proposed: 362' open-air, tidal channel, a critical part of reintroducing saltwater back into the marsh ■ Marsh restoration ■ Salmon habitat • Historic photos of Marina Beach Park — 1941 and 1985 o Unocal operated Edmonds fuel station from on site from 1923 to 1991 o Farm tanks on top of hill were removed 2000/2002 Edmonds City Council Draft Minutes January 18, 2022 Page 18 Packet Pg. 45 7.3.a o City purchased property now known as Marina Beach Parkin 2001 for $3.1M o Pier removed 2007-2009 • Marina Beach Park - Design o Aerial photo of existing park o Schematic of proposed renovated park • Renovation Design - ParkingNehicle Circulation o Difficult parking lot, especially for ADA access and water sports o New design moves parking lot out of center by combining 2 lots into one o Same number of current paved parking (58 regular and 4 ADA), eliminates 16 gravel spaces adjacent to dog park that can flood o Adds a circular drop off • Renovation Design - Restrooms o Entry plazas formalize park entries at both ends of parking lot and address public's request for permanent restrooms o Park's ADA walking paths will connect to Port boardwalk and ADA sidewalk • Renovation Design - Playground o Plastic playground replaced with nature play area o Inclusive playground o Three new overlooks and one renovated overlook will be ADA accessible • Renovation Design - Willow Creek bridges o Two ADA bridges over creek connect south and north sides of park o Provides improve circulation to dog area o Dog park upgraded to add dog agility course o Educational signage o Above -creek observation • Daylighting the Creek o 2013 early and 2015 final feasibility studies ■ 3 options considered - Preferred option, creek within Marina Beach Park, included in design - Unique opportunity to restore salmon habitat within the creek and estuary - Creek's alignment through the park best replicates the historic path and is supported by the park plan - No other place along the immediate stretch of the built -out shoreline to route the creek especially with the railroad running along the shore - Daylighting the creek means the park will become functionally contiguous with the Edmonds Marsh, improving the ecological function of both ■ Design incorporates - Fish habitat assessment - Hydrologic modeling - Sea -level rise studies - And conceptual design of broader restoration project ■ High certainty of success • Renovation Design - Preferred Tidal Channel Path o Aligns with open area under railroad bridge/tunnel providing considerable cost and time savings o To accommodate climate change, all proposed park development set at additional 1.5' back from the 12' 100 year storm line along the waterfront and 50' back from the creek o Native plants, shrubs and trees will be on the streambank and flat areas as well as salt -tolerant shrubs, sages and grasses near the mean tide level within the channel • Marina Beach Park Project - Timeline o Park Project Edmonds City Council Draft Minutes January 18, 2022 Page 19 Packet Pg. 46 7.3.a ■ 2015 Master Plan - council adoption ■ 2016 PROS Plan appendix - council adoption ■ hi 2019 for 2020 budget council approved $30k allotted for design development/grant application ■ Grant application council approval - March 2020 - recommended by Parks & Public Works Committee - March 2020 - Authorized by council via resolution (required by RCO) Grant Application timeline o June 2020 - grant applications submitted ■ July - technical review ■ September - full presentation o Early 2021 - successful awards in both grant programs ($500,000 each) ■ Ranked #1 ALEA (Aquatic Land Enhancement Account( ■ Funded in Local Parks category of WWRP program o May 2021 Grant Match certification - council approval on 5-5-1 vote o November 2021 - PPW Committee supports grants agreement o December 2021 - Finance Committee did not support grant agreement and asked for presentation to full council o Next Step: RCO Grant Agreement Marina Beach Park - RCO Grant Awards o ALEA (Aquatic Land Enhancement Account) ■ Acquisition, improvement, or protection of aquatic lands for public purposes ■ Provide or improve public access to the waterfront ■ Project unique and qualified in both categories ■ Funding group asked questions about marsh restoration and how this tied to it. o Local Parks category of WWRP program ■ Outdoor recreation amenities • PRK2: Marina Beach Park Improvements 2022 2023 2024 2025 2026 2027 Planning & Design $600,000 Construction $1,150,000 1,500,000 $2,750,000 Total expenses $1,750,00 $1,500,000 $2,750,000 REET II Fund 125 $750,000 $1,000,000 Fund 332 Balance + Park Impact Fees $1,000,000 $500,000 $1,150,000 Secured Grants $1,000,000 Total Revenues 1,750,000 $1,500,000 $2,150,000 Unsecured Funding $600,000 o Renovation to better serve community o ADA Improvements o Daylighting Creek o Support Marsh Restoration Does the council authorize the mayor to enter into the RCO grant agreement? If not, the project will pause. Councilmember L. Johnson congratulated staff on their work and the successful grant efforts. She referred to the comment about flooding of the gravel lot near the dog park and asked if the dog park also floods. Ms. Feser answered there are some issues with standing water in dog park as well. Councilmember L. Johnson asked whether the water stands or whether it wash off and if it washes, where does the water go. Ms. Feser answered standing water sits and eventually percolates into the ground and she assumed worked its way out into Puget Sound. Councilmember L. Johnson asked about the impact of percolation Edmonds City Council Draft Minutes January 18, 2022 Page 20 Packet Pg. 47 7.3.a from the dog park on salmon. Ms. Feser answered she did not have data on water quality related to the beach. She recalled the state has information about not recommend being in the water in that area due to water quality. Councilmember L. Johnson asked what the implication of not accepting the grants would be on the City's relationship with the granting agencies. Ms. Feser said she talked to RCO about this, whether it was better for the City to decline the grants now or whether the City should try to get additional grant funding to make the project work, see what happens with the Unocal property, etc. RCO said if the City is going to step away from a grant, the best time would be before signing the agreement. That is less impactful than if the City accepts the agreement and spends a couple years holding up the money and not allowing it to be used for other projects. In RCO, projects are ranked and the grant funding dollars go down the list until the money runs out. If a project is removed, the money trickles down to the next project so it is better to do it sooner rather than later. Councilmember L. Johnson said what excites her most about this project is the daylighting of Willow Creek; if the project does not move forward, that is the part she will be the most disappointed about. However, in light of everything she has learned about the City's park system and heard from constituents, it brings up the equity question. For so long the City has focused on the downtown and bowl area and it is worth considering whether this is the time to pivot and put those efforts into underserved neighborhoods instead. The City has a lot of catching up to do. She recalled counting benches, trash cans, etc. in parks which illustrated the glaring inequities. The council needs to think hard about whether this is the right thing to do right now, and if not, take advantage of the timing by not holding up the money and not damaging the City's relationship with the granting agencies. Speaking for the Off Leash Area Edmonds, the stewards of the dog park, Councilmember Buckshnis said gravel is added to dog park to take care of puddles. There have been king tides that come up to gate and move water, but generally the water saturates into ground. The City helps volunteers move the gravel. Water quality is tested; the Edmonds dog park has had better water quality than where the dive park is. Councilmember Buckshnis thanked the councilmembers that voted in favor of taking the Edmonds Marsh out of stormwater making this one holistic project. Ms. Feser has done a great job with what she inherited related to the Marina Beach Park remodel and obtaining two grants. She noted grant are returned often in the salmon recovery area of WRIA 8. Now that the City is taking holistic approach, she anticipated the City could apply for grants from WRIA 8 salmon recovery council. She supported declining the grants, noting there are many tribes, cities and parks that need the money. She preferred to wait until the resolution of Unocal property is known. Councilmember Buckshnis continued, approving these grants commits the City to $4 million in funding, one of the reasons the Finance Committee suggested presenting the agreements to full council. Regardless of whether the $4M comes from REET or impact fees, it is money the City can use in other areas. She agreed with Councilmember L. Johnson on the equity issue; the council should pause and regroup with regard to the marsh and revise the comprehensive plan which is out of compliance. She acknowledged the work the department did on the grants, but preferred to pause until the land acquisition issue is resolved. Councilmember Paine observed the packet states staff recommends the council consider allowing the City to keep the potential of project development available for at least a couple years. She asked what that would look like, putting the project on hold and not losing what has already done related to project design, predevelopment, etc. Ms. Feser answered the packet was prepared a number of weeks ago; it was originally scheduled to come to Council the first week of January but got bumped. Since then, the preliminary results of PROS Plan have become available that indicate the priorities of the community are slightly different than investing large sums of money into project like this and more about the diversity Edmonds City Council Draft Minutes January 18, 2022 Page 21 Packet Pg. 48 7.3.a and equity of the community and looking at land acquisition closer to Highway 99 and south and southeast Edmonds as well as conservation areas which would make the purchase of the Unocal a higher priority than this project. This project is at the 30% design level and can pause which will help move forward with marsh efforts across the railroad tracks. The design can be used in the big picture of the marsh restoration. Ms. Feser said her original ask was to accept the agreement to secure the funds, but after long conversations with RCO, staff changed their recommendation to say if the council is not going to do this project, it would be better for the City's reputation to turn the money back now rather than hold on to it for a couple years and try to gather the additional grant funds to move it forward. Councilmember Paine said the damage to the City's reputation was a high concern to her. She agreed there needed to be equity across the City in terms of the amenities provided for all neighborhoods. The list of current projects is long and other projects need to be added for equity across the City. She was not happy the project needed to be put on hold as it would be great to start developing a more effective, environmental appropriate waterfront area and she preferred to see that sooner rather than later as native killer whales are not thriving, but she understood the need. COUNCIL PRESIDENT OLSON MOVED, SECONDED BY COUNCILMEMBER BUCKSHNIS, TO EXTEND TO 10:20. MOTION CARRIED UNANIMOUSLY. Council President Olson extended her thanks to the Parks Department who did a beautiful job. Looking at the pictures, she wants it all. She was glad it was designed because it was a great project for someday. She echoed what others have said, spending $4M in the next few years was not a priority nor was additional granting efforts with the exception of ecological things. She loved everything in the plans including restrooms, but agreed the timing wasn't right to accept the grants. Councilmember Chen agreed with what has been said by councilmembers, especially Councilmember L. Johnson about the equity issue. Like Council President Olson, he loved the design and the improvements, but agreed it was probably not the best time to do them for obvious reasons; the PROS Plan has a long list of projects including many backlogged projects. However, if the project is delayed, citizens are concerned about ADA access to Marina Beach and other areas. He asked if current resources could be used to complete those easy fixes such as marking lines to provide ADA parking in front of the dog park or switching around the portable restrooms to provide ADA accessibility. He has toured Marina Beach with citizens who have access difficulties and he was hopeful those easy fixes could be addressed even if this project is delayed. Ms. Feser said there are funds set aside in the citywide capital program for small projects and ADA non- compliance is quickly becoming one of her high priorities. Those issues are identified in the PROS Plan draft and will be a high priority for the Parks Department. Councilmember Chen commented that issue has been raised in prior years as well. Councilmember Tibbott commented on Ms. Feser's amazing grasp of the park design and the elements around. He was part of the design when it came to the council the first time and he was impressed with the facts she provided. He thanked her for that hard work and for securing the grants. He supported not accepting grants, particularly due to the importance of considering how the park relates holistically to the marsh. He asked if she had any idea about the timeline for developing the marsh and the marsh park features and how it relates to water flows between the saltwater and freshwater. Ms. Feser answered the biggest next step and a key piece is the Unocal property. It is 20+ acres which doubles the size of the marsh and is the piece between the marsh the City owns and the outlet at Marina Beach Park. Whether the City can acquire that piece will drive the overall planning effort. Ownership of the Unocal property is important; if it is not owned by the City, it may be a partner the City can work with to restore the marsh. Edmonds City Council Draft Minutes January 18, 2022 Page 22 Packet Pg. 49 7.3.a Last year the City was able to security the first right of refusal on the property so the City is first in line when the property becomes available and the City needs to be ready for that. The price is unknown, whether it will be best and highest use and it is questionable what could be built there. The state bought the land for $8M and there is conversation about making the state whole. There is other work that can be done in the meantime to get ready but that is probably the first big piece to making the project move forward. Councilmember K. Johnson said she believes Puget Sound is the City's greatest park asset. Marina Beach Park can be used as it is without losing that opportunity. She has been involved with Marina Beach back to the master planning when there were various stakeholder groups. The dog beach was a major stakeholder and the daylighting of Willow Creek was a major feature in the design. Due to limited property, there has not been an opportunity to do a braided channel or more natural drainage through the Edmonds Marsh. She did not want to take an incremental approach right now. She had been led to believe there would be more funding available to cover the City's $4M if there was a more comprehensive approach to the Edmonds Marsh including the two bookends and the Unocal property. With regard to time, she has heard for the past ten years that the Unocal property would be resolved within two years; it is unknown how long that will take. In the meantime, the City needs to do its homework and get ready for the day the City could possibly own it, how it would be purchased, and obtaining funding from WRIA 8 to support salmon recovery in the Edmonds Marsh. COUNCIL PRESIDENT OLSON MOVED, SECONDED BY COUNCILMEMBER BUCKSHNIS, TO CHOOSE TO THANK THE GRANTING AGENCIES BUT DECLINE THE GRANTS AT THIS TIME. Councilmember Buckshnis thanked Ms. Feser, assuring cities give back grants to WRIA 8 all the time because their design changes and Edmonds' design is changing to be holistic. She was excited to work with staff in the future on a holistic approach. Councilmember Tibbott commented the design work done so far will not be lost and will be useful in the future. It is the right thing to do to pass on the grants now, knowing the work done in the past will be useful. He will support the motion. MOTION CARRIED UNANIMOUSLY. 4. APPROVAL OF RESOLUTION APPOINTING A COUNCIL REPRESENTATIVE TO THE SNOHOMISH HEALTH DISTRICT BOARD Council President Olson commented the resolution in the packet appoints Councilmember Tibbott to the Snohomish Health District. Councilmember Buckshnis raised a point of order, stating this was a council decision so the council should make a nomination and vote. She recalled that was how this was done in the past. City Clerk Scott Passey explained the name of the appointee is typically provided by the newly selected council president and added to the resolution for council adoption. COUNCIL PRESIDENT OLSON MOVED, SECONDED BY COUNCILMEMBER BUCKSHNIS, TO APPROVE A RESOLUTION OF THE CITY OF EDMONDS, WASHINGTON, APPOINTING NEIL TIBBOTT TO THE SNOHOMISH HEALTH DISTRICT BOARD. UPON ROLL CALL, MOTION CARRIED (6-1), COUNCILMEMBERS K. JOHNSON, CHEN, TIBBOTT, BUCKSHNIS, AND PAINE AND COUNCIL PRESIDENT OLSON VOTING YES; COUNCILMEMBER L. JOHNSON VOTING NO. Edmonds City Council Draft Minutes January 18, 2022 Page 23 Packet Pg. 50 7.3.a 5. APPROVAL OF RESOLUTION APPOINTING A COUNCIL REPRESENTATIVE AND ALTERNATE TO THE SNOHOMISH COUNTY PUBLIC TRANSPORTATION BENEFIT AREA CORPORATION (COMMUNITY TRANSIT) COUNCIL PRESIDENT OLSON MOVED, SECONDED BY COUNCILMEMBER BUCKSHNIS, TO APPROVE A RESOLUTION APPOINTING COUNCILMEMBER PAINE AS THE COUNCIL REPRESENTATIVE AND COUNCILMEMBER K. JOHNSON AS ALTERNATE TO THE SNOHOMISH COUNTY PUBLIC TRANSPORTATION BENEFIT AREA CORPORATION (COMMUNITY TRANSIT). MOTION CARRIED UNANIMOUSLY. 6. APPOINTMENT OF BOARD AND COMMITTEE REPRESENTATIVES FOR 2022 Council President Olson read the following appointments: Committee of the Council Representative Public Safety, Personnel & Planning Committee (2) Laura Johnson (Chair) & Susan Paine Parks & Public Works Committee (2) Kristiana Johnson & Neil Tibbott (Chair) Finance Committee (2) Diana Buckshnis (Chair) & Will Chen Outside Boards/Commissions/Advisor Representative(s) Affordable Housing Alliance Alternate Laura Johnson Neil Tibbott Community Transit Alternate Susan Paine Laura Johnson Creative District Council Rep Diane Buckshnis Disability Board (Edmonds) Mayor appoints two Laura Johnson Susan Paine Diversity Commission Will Chen Economic Development Commission Susan Paine Historic Preservation Advisory Commission (Edmonds) Kristiana Johnson Lake Ballinger Work Group Diane Buckshnis Lodging Tax Advisory Committee (Edmonds) Laura Johnson Mayor's Climate Protection Committee (Mayor appoints) Susan Paine PFD Oversight (Edmonds) Susan Paine Port of Edmonds Neil Tibbott SNOCOM 911 Kristiana Johnson Salmon Recovery — WRIA 8 Alternate Diane Buckshnis Seashore Transportation Forum Laura Johnson Snohomish County Tomorrow Alternate Will Chen Snohomish Health District Neil Tibbott Tree Board Liaison (Edmonds) Laura Johnson Youth Commission (Edmonds) Diane Buckshnis Council President Olson commented liaisons are present as ears and mouth to bring information to/from the Council/committees and are not active members of commissions. COUNCILMEMBER PAINE MOVED, SECONDED BY L. JOHNSON, TO EXTEND TO 10:30 P.M. Edmonds City Council Draft Minutes January 18, 2022 Page 24 Packet Pg. 51 7.3.a Councilmember Buckshnis asked if there were plans to consider Item 8.7, Budget Amendments. Council President Olson suggested setting a budget hearing for the first meeting in February. MOTION CARRIED UNANIMOUSLY. 7. BUDGET AMENDMENTS COUNCIL PRESIDENT OLSON MOVED, SECONDED BY COUNCILMEMBER BUCKSHNIS, TO SCHEDULE A PUBLIC HEARING ON THE BUDGET ON FEBRUARY 1, 2022. MOTION CARRIED UNANIMOUSLY. 9. COUNCIL COMMITTEE REPORTS 1. COUNCIL COMMITTEE MINUTES 10. COUNCIL COMMENTS Councilmember Tibbott thanked the council for their support of his appointment to the Health District. For those who wonder why he was interested, his mother retired as a nurse so growing up he saw her in the health profession for nearly 30 years. His family benefitted greatly from her commitment to nursing and health but also to holistic health. He was determined to make sure the people of Snohomish County have a strong health and wellbeing factor from the Health District as well as all the programs in the county and ultimately the city. He had strong motivation to be involved with the Health District and was thankful for the opportunity to be involved. Councilmember Tibbott reported much of the discussion at today's Health District meeting was regarding COVID rates in Snohomish County. The number of infections has decreased and it is possible, although not certain, that there will be a very rapid decrease in the number of cases. However, the caseload is so high that hospitals are quite full which is concerning. Further information is available on the Snohomish Health Board website. Councilmember Tibbott announced his appointment of Janelle Cass to the Tree Board. She brings a great deal of experience in environmental matters and he was excited to see what she will bring to the Tree Board discussions. He expected there will be important decisions and recommendations from the Tree Board this year. Councilmember Chen said he was excited to be the council liaison to the Diversity Board. He has seen the energy and involvement on the board and a lot of great work has been done. He referred to last night's Lift Every Voice performance at the Edmonds Center for the Arts, a powerful, wonderful message that he and his family and other councilmembers enjoyed. For the first time there will be a Chinese New Year celebration on January 29'. He thanked the Diversity Commission for their hard work on this event; it will be split into two celebrations, 10:30 a.m. on Highway 99 since a lot of diverse populations live there followed by other activities at 12 p.m. including line dancing, lucky money bag and other fun activities. He invited the public to attend this first celebration of many to come. Councilmember Chen announced his appointment of Andy Lyon to the Tree Board, commenting it was difficult decision because there were so many qualified applicants. Mr. Lyon has the professional experience and will be a great addition to the Tree Board. He has heard a lot of comments at council meetings about the tree ordinance as well as while campaigning and he looked forward to the Tree Board bringing recommendations to the council for further discussion. Edmonds City Council Draft Minutes January 18, 2022 Page 25 Packet Pg. 52 7.3.a Councilmember Paine reported the celebration of Reverend Dr. Martin Luther King's life and his work was really powerful and offers both lessons and hope for the community. The presentation by Lift Every Voice Legacy was thoughtful and hopeful. She also looked forward to the Lunar New Year event and referred to a donation link on their webpage. She expressed appreciation to the Diversity Commission for putting that together. She also appreciated tonight's guests who talked about ranked choice voting. Council President Olson announced she had appointed Wendy Clement to the Tree Board and Ross Dimmick as the alternate. She agreed there were amazing candidates with expertise and interest in trees. She encouraged those not selected to apply again. Councilmember K. Johnson said she was pleased to hear the rumble of Republic Waste Services on her street; the wait is over, residents now have pickup of garbage, recycling and yard waste. She announced her appointment of Rob Grant to the Tree Board. He is a charming man, with a great deal of knowledge about trees and tree identification and will be a wonderful addition to the Tree Board. Councilmember Buckshnis thanked everyone who reaches out to ask questions, express concerns and offer solutions. She pointed out the issue of 5G is now hitting the FAA and pilots are complaining it may impact their ability to fly planes. COUNCILMEMBER L. JOHNSON MOVED, SECONDED BY COUNCIL PRESIDENT OLSON, TO EXTEND 5 MINUTES. MOTION CARRIED UNANIMOUSLY. Councilmember L. Johnson reported in mid -December COVID case counts were 250 cases/100,000 residents; on January 15t1i, the case count is 2,997/100,000 which is an extreme increase. She encouraged the public to be aware and take appropriate precautions. Hospitals are at capacity which means anyone that needs to be seen for an emergency faces shortages and delays, not just COVID patients. Healthcare workers are at their wits end. She encouraged everyone to do their part; we're all in it together, be well and be safe. Student Representative Roberts thanked Lisa Ayrault and Eric Bidstrup from Fair Vote for the ranked choice voting presentation. The federal government is now offering free at-home COVID tests, four per household. Kits can be ordered at Covidtests.gov. He urged people to keep wearing masks in public, get booster shots, and make safe choices as he and other do not want to catch the virus or continue to overload hospitals. 11. MAYOR'S COMMENTS Mayor Nelson said if COVID was not enough, Saturday morning he received a call about a potential tsunami. He thank the Disaster Safety Coordinator, County Department of Emergency Management, Parks Department, Police Department, Public Works, and PIO. Even though the tsunami would be under 3 feet so the tsunami siren would not be activated, it could potentially move cars, knock people over as well as cause other property destruction so, based on the information available, staff was able to effectively close access to all public parks along the waterfront. He thanked the departments for acting quickly and the PIO for getting pertinent information out to residents. With regard to garbage, Mayor Nelson said four weeks is a long time to wait for waste or recycling picked up. Even though that was the result of a combination of events, it is unacceptable and is a health and safety hazard. He has asked that a complaint be filed with the Washington State Utilities and Transportation Commission because there needs to be other options, people cannot just wait week after week. He also directed the city attorney to look at how the City can contract directly for waste and recycling service. Currently it is under a franchise agreement with the State of Washington which is why Edmonds City Council Draft Minutes January 18, 2022 Page 26 Packet Pg. 53 7.3.a any concerns have to go through the Utilities Commission and not the City which he wanted changed. He was hopeful the garbage service providers could be held more accountable than they were now. Mayor Nelson urged everyone to be safe, wear masks, get boosters and vaccinations, and avoid gatherings. He commented people are getting test results and then the PCR says something different. He suggested people with symptoms assume they have it and be safe. 12. ADJOURN With no further business, the council meeting was adjourned at 10:32 p.m. Edmonds City Council Draft Minutes January 18, 2022 Page 27 Packet Pg. 54 7.4 City Council Agenda Item Meeting Date: 01/25/2022 Approval of payroll and benefit checks, direct deposit and wire payments. Staff Lead: Megan Menkveld Department: Administrative Services Preparer: Lori Palmer Background/History Approval of Payroll direct deposit replacement check #64976 dated 01/10/2022, Police clothing allowance check #64977 dated 01/14/2022 for $810.45, checks #64978 through #64981 for $6,576.75 dated 01/22/2022, payroll direct deposit for $670,466.85, benefit checks #64982 through #64987 and wire payments of $638,071.97 for the pay period January 1, 2022 through January 15, 2022. Staff Recommendation Approval of payroll and benefit checks, direct deposit and wire payments. Narrative In accordance with the State statutes, City payments must be approved by the City Council. Ordinance #2896 delegates this approval to the Council President who reviews and recommends either approval or non -approval of expenditures. Attachments: 01-01-22 through 01-15-22 benefit checks summary 01-01-22 through 01-15-22 payroll earnings summary 01-14-22 payroll earnings summary report Packet Pg. 55 Benefit Checks Summary Report City of Edmonds Pay Period: 1,039 - 01/01/2022 to 01/15/2022 Bank: usbank - US Bank Check # Date Payee # Name Check Amt 64982 01/20/2022 bpas BPAS 5,050.24 64983 01/20/2022 epoa2 EPOA-POLICE 5,904.00 64984 01/20/2022 epoa3 EPOA-POLICE SUPPORT 532.01 64985 01/20/2022 flex NAVIA BENEFIT SOLUTIONS 3,333.31 64986 01/20/2022 teams TEAMSTERS LOCAL 763 4,495.00 64987 01/20/2022 icma VANTAGE TRANSFER AGENTS 304884 5,039.52 24,354.08 Bank: wire - US BANK Check # Date Payee # Name Check Amt 3311 01/20/2022 awc AWC 331,466.30 3314 01/20/2022 mebt WTRISC FBO #N317761 120,103.59 3315 01/20/2022 us US BANK 129,139.82 3316 01/20/2022 wadc WASHINGTON STATE TREASURER 25,953.99 3318 01/20/2022 pb NATIONWIDE RETIREMENT SOLUTION 6,235.19 3320 01/20/2022 oe OFFICE OF SUPPORT ENFORCEMENT 819.00 613,717.89 Grand Totals: 638,071.97 1 / 18/2022 7.4.a N Y V N t v r m Direct Deposit 0.00 13 0.00 0.00 0 0.00 0.00 Q- 0.00 0 W 0.00 0 L a- o. Q Direct Deposit E 0.00 E 0.00 N 0.00 0.00 Y U 0.00 t 0.00 U .r m 0.00 a) m N 0.00 N LO r r O L C1 7 O L L N N r O O r C d E t V R a+ a Packet Pg. 56 Payroll Earnings Summary Report City of Edmonds Pay Period: 1,039 (01/01/2022 to 01/15/2022) Hour Type Hour Class Description Hours Amount 111 ABSENT NO PAY LEAVE 177.00 0.00 121 SICK SICK LEAVE 963.25 42,588.02 122 VACATION VACATION 839.25 38,164.65 123 HOLIDAY HOLIDAY HOURS 58.00 3,044.68 124 HOLIDAY FLOATER HOLIDAY 44.00 1,640.92 125 COMP HOURS COMPENSATORY TIME 131.00 5,859.45 130 COMP HOURS Holidav Compensation Used 18.00 707.06 131 MILITARY MILITARY LEAVE 22.00 1,098.76 141 BEREAVEMENT BEREAVEMENT 36.00 1,383.94 151 COMP HOURS HOLIDAY COMP BUY BACK 48.00 1,971.75 152 COMP HOURS COMPTIME BUY BACK 143.50 5,910.72 155 COMP HOURS COMPTIME AUTO PAY 146.17 7,868.19 157 SICK SICK LEAVE PAYOFF 731.25 30,866.13 158 VACATION VACATION PAYOFF 776.14 32,460.30 160 VACATION MANAGEMENT LEAVE 1.00 60.83 190 REGULAR HOURS REGULAR HOURS 15,048.75 701,165.53 194 SICK Emerqencv Sick Leave 470.00 19,538.13 195 REGULAR HOURS ADMINISTRATIVE LEAVE 48.00 1,921.00 196 REGULAR HOURS LIGHT DUTY 104.00 6,358.07 205 OVERTIME HOURS OVERTIME .5 2.00 33.59 210 OVERTIME HOURS OVERTIME -STRAIGHT 79.50 3,533.08 215 OVERTIME HOURS WATER WATCH STANDBY 48.00 2,690.23 216 MISCELLANEOUS STANDBY TREATMENT PLANT 16.00 1,438.96 220 OVERTIME HOURS OVERTIME 1.5 345.00 24,769.00 225 OVERTIME HOURS OVERTIME -DOUBLE 47.50 3,567.45 400 MISCELLANEOUS MISC PAY 0.00 -104.21 405 ACTING PAY OUT OF CLASS - POLICE 0.00 509.48 410 MISCELLANEOUS WORKING OUT OF CLASS 0.00 359.48 411 SHIFT DIFFERENTIAL SHIFT DIFFERENTIAL 0.00 1,125.07 602 COMP HOURS ACCRUED COMP 1.0 67.00 0.00 604 COMP HOURS ACCRUED COMP TIME 1.5 114.75 0.00 606 COMP HOURS ACCRUED COMP 2.0 41.50 0.00 902 MISCELLANEOUS BOOT ALLOWANCE 0.00 12,375.00 903 MISCELLANEOUS CLOTHING ALLOWANCE 0.00 -37.50 acc MISCELLANEOUS ACCREDITATION PAY 0.00 85.09 01/18/2022 Packet Pg. 57 Payroll Earnings Summary Report City of Edmonds Pay Period: 1,039 (01/01/2022 to 01/15/2022) Hour Type Hour Class Description Hours Amount acs MISCELLANEOUS ACCRED/POLICE SUPPORT 0.00 178.13 boc MISCELLANEOUS BOC II Certification 0.00 96.39 colre MISCELLANEOUS Collision Reconstructionist 0.00 92.72 cpl MISCELLANEOUS TRAINING CORPORAL 0.00 185.44 crt MISCELLANEOUS CERTIFICATION III PAY 0.00 491.91 ctr MISCELLANEOUS CTR INCENTIVES PROGRAM 0.00 150.00 deftat MISCELLANEOUS DEFENSE TATICS INSTRUCTOR 0.00 171.68 det MISCELLANEOUS DETECTIVE PAY 0.00 127.02 det4 MISCELLANEOUS Detective 4% 0.00 895.02 ed1 EDUCATION PAY EDUCATION PAY 2% 0.00 714.79 ed2 EDUCATION PAY EDUCATION PAY 4% 0.00 772.80 ed3 EDUCATION PAY EDUCATION PAY 6% 0.00 6,586.71 firear MISCELLANEOUS FIREARMS INSTRUCTOR 0.00 461.43 fmla ABSENT FAMILY MEDICAL/NON PAID 56.00 0.00 hol HOLIDAY HOLIDAY 162.00 5,723.99 k9 MISCELLANEOUS K-9 PAY 0.00 273.06 less MISCELLANEOUS LESS LETHAL INSTRUCTOR 0.00 88.70 Iq1 LONGEVITY LONGEVITY PAY 2% 0.00 974.58 Ig11 LONGEVITY LONGEVITY PAY 2.5% 0.00 684.10 Ig12 LONGEVITY Lonqevity 9% 0.00 4,697.39 Ig13 LONGEVITY Lonqevity 7% 0.00 945.39 Ig14 LONGEVITY Lonqevity 5% 0.00 706.98 Iq2 LONGEVITY PAY LONGEVITY PAY 4% 0.00 259.00 Iq4 LONGEVITY Lonqevity 1 % 0.00 390.23 Iq5 LONGEVITY Lonqevity 3% 0.00 1,313.39 Iq6 LONGEVITY Lonqevity .5% 0.00 293.21 Iq7 LONGEVITY Lonqevity 1.5% 0.00 408.72 Iq8 LONGEVITY Lonqevity 8% 0.00 492.12 mtc MISCELLANEOUS MOTORCYCLE PAY 0.00 127.02 ooc MISCELLANEOUS OUT OF CLASS 0.00 186.00 pds MISCELLANEOUS Public Disclosure Specialist 0.00 120.04 pfmp ABSENT Paid Family Medical Unpaid/Sup 140.00 0.00 phy MISCELLANEOUS PHYSICAL FITNESS PAY 0.00 2,681.06 prof MISCELLANEOUS PROFESSIONAL STANDARDS SER 0.00 201.50 pto MISCELLANEOUS Traininq Officer 0.00 161.22 01/18/2022 Packet Pg. 58 Payroll Earnings Summary Report City of Edmonds Pay Period: 1,039 (01/01/2022 to 01/15/2022) Hour Type Hour Class Description Hours Amount sdp MISCELLANEOUS sqt MISCELLANEOUS slw SICK St REGULAR HOURS traf MISCELLANEOUS vab VACATION SPECIAL DUTY PAY 0.00 310.53 ADMINISTRATIVE SERGEANT 0.00 201.50 SICK LEAVE ADD BACK -300.00 0.00 Serqeant Pay 0.00 151.13 TRAFFIC 0.00 127.02 VACATION ADD BACK 150.00 0.00 20,774.56 $985,394.77 Total Net Pay: $677,057.54 c CU 0 a 4- 0 0 0 L Q Q Q r Q 01/18/2022 Packet Pg. 59 Hour Type Hour Class 903 MISCELLANEOUS Payroll Earnings Summary Report City of Edmonds Pay Period: 1,083 (01/14/2022 to 01/14/2022) Description CLOTHING ALLOWANCE Hours Amount NUM 0.00 $900.00 Total Net Pay: $810.45 7.4.c 01/18/2022 Packet Pg. 60 7.5 City Council Agenda Item Meeting Date: 01/25/2022 Approval of claim checks and wire payment. Staff Lead: Dave Turley Department: Administrative Services Preparer: Nori Jacobson Background/History Approval of claim checks #250872 through #250986 dated January 20, 2022 for $1,018,664.86 and wire payment of 29,585.73. Staff Recommendation Approval of claim checks and wire payment. Narrative In accordance with the State statutes, City payments must be approved by the City Council. Ordinance #2896 delegates this approval to the Council President who reviews and recommends either approval or non -approval of expenditures. Attachments: claims 01-20-22 wire 01-20-22 FrequentlyUsedProjNumbers 1-20-22 Packet Pg. 61 7.5.a vchlist 01 /20/2022 1:24:53PM Bank code : usbank Voucher Date Vendor 250872 1/20/2022 076040 911 SUPPLY INC Voucher List City of Edmonds Page 0 Invoice PO # Description/Account Amoun r c INV-2-14313 INV-2-14313 - EDMONDS PD - PEEF PEER SUPPORT POLO - 3 >, 001.000.41.521.10.31.00 119.91 a EMBROIDERY L_ 001.000.41.521.10.31.00 36.0( 3 NAME TAPES c 001.000.41.521.10.31.00 24.0( 10.1 % Sales Tax � 001.000.41.521.10.31.00 18.1 E (D INV-2-15449 INV-2-15449 - EDMONDS PD - HARF U BLAUER FLEECE JACKET E 001.000.41.521.22.24.00 119.9� fd NAME TAPE ,- 001.000.41.521.22.24.00 9.0( o CHEVRON PATCH > 001.000.41.521.22.24.00 3.9E a 10.1 % Sales Tax a 001.000.41.521.22.24.00 13.4< Q INV-2-15450 INV-2-15450 - EDMONDS PD - GAGI N CPLCHEVRONS c 001.000.41.521.22.24.00 11.8E N PATCH INSTALL/REMOVAL c 001.000.41.521.22.24.00 8.0( 10.1 % Sales Tax 001.000.41.521.22.24.00 _M 2.0" INV-2-15451 INV-2-15451 - EDMONDS PD - LEEK TOURNIQUET POUCH m t 001.000.41.521.22.24.00 33.0( DBL CUFF CASE m r 001.000.41.521.22.24.00 36.5( Q DBL MAG POUCH 001.000.41.521.22.24.00 39.5( RADIO CASE 001.000.41.521.22.24.00 39.0( Page: 1 Packet Pg. 62 vchlist 01 /20/2022 1:24:53PM Voucher List City of Edmonds 7.5.a Page: 2 Bank code : Voucher usbank Date Vendor Invoice PO # Description/Account Amoun 250872 1/20/2022 076040 911 SUPPLY INC (Continued) 10.1 % Sales Tax 001.000.41.521.22.24.00 14.9E INV-2-15452 INV-2-15452 - EDMONDS PD - INVE MOLLEE DBL CUFF CASE 001.000.41.521.22.24.00 182.5( 10.1 % Sales Tax 001.000.41.521.22.24.00 18.4< Total : 730.3( 250873 1/20/2022 070322 A&A LANGUAGE SERVICES INC 15-91697 INT SWAHILI 1A0326341 INT SWAHILI 1A0326341 001.000.23.512.50.41.01 170.0( 15-93417 INT KOREAN 1A0539580 INT KOREAN 1A0539580 001.000.23.512.51.41.01 170.0( Total : 340.0( 250874 1/20/2022 000135 ABSCO ALARMS INC 80502 FIRE STATION 20 - FIRE ALARM UP FIRE STATION 20 - FIRE ALARM UP 001.000.66.518.30.48.00 8,915.3( 10.4% Sales Tax 001.000.66.518.30.48.00 927.2( Total: 9,842.5E 250875 1/20/2022 071634 ALLSTREAM 18031311 C/A768328 PR1-1 & 2 City Phone Service 512.000.31.518.88.42.00 1,335.7( Tourism Toll free lines 877.775.6929; 001.000.61.558.70.42.00 10.5� Econ Devlpmnt Toll free lines 001.000.61.558.70.42.00 10.5� Total : 1,356.9' 250876 1/20/2022 065568 ALLWATER INC 010422025 FINANCE DEPT WATER Finance dept water Page: 2 Packet Pg. 63 vchlist 01 /20/2022 1:24:53PM Voucher List City of Edmonds 7.5.a Page: 3 Bank code : Voucher usbank Date Vendor Invoice PO # Description/Account Amoun 250876 1/20/2022 065568 ALLWATER INC (Continued) 001.000.31.514.23.31.00 49.2( 10.4% Sales Tax E 001.000.31.514.23.31.00 5.1 , a 010422026 PARKS & RECREATION DEPT WATE L PARKS & RECREATION DEPT WATE 3 001.000.64.571.21.31.00 22.5( 10.4% Sales Tax sa 001.000.64.571.21.31.00 2.3, Y Total: 79.21 u t 250877 1/20/2022 074306 AMWINS GROUP BENEFITS INC 7139494 JANUARY RETIREE PREMIUMS FIRE PREMIUMS M 001.000.39.517.20.23.10 1,259.7< Z FIRE PREMIUMS 14- o 009.000.39.517.20.23.10 7,976.1' Total: 9,235.8' o a 250878 1/20/2022 069751 ARAMARK UNIFORM SERVICES 656000170970 WWTP: 1/5/22 UNIFORMS,TOWELS Q Mats/Towels $47.88+$4.99 423.000.76.535.80.41.00 52.8E N 3 lab coats @ $0.17.each = $0.51 + F N 423.000.76.535.80.24.00 3.3" 656000172935 FLEET DIVISION UNIFORMS & MAT Fleet Division Uniforms E 511.000.77.548.68.24.00 9.2� fd Fleet Division Mats U 511.000.77.548.68.41.00 19.1( 10.4% Sales Tax E 511.000.77.548.68.24.00 0.9 1 L) 10.4% Sales Tax 511.000.77.548.68.41.00 1.9� Q 656000172938 PUBLIC WORKS OMC LOBBY MATE PUBLIC WORKS OMC LOBBY MATE 001.000.65.518.20.41.00 1.6" PUBLIC WORKS OMC LOBBY MATE Page: 3 Packet Pg. 64 vchlist 01 /20/2022 1:24:53PM Bank code : usbank Voucher Date Vendor 250878 1/20/2022 069751 ARAMARK UNIFORM SERVICES 250879 1/20/2022 078237 ARIAS, ADRIAN Voucher List City of Edmonds 7.5.a Page: 4 Invoice PO # Description/Account Amoun (Continued) r 111.000.68.542.90.41.00 6.1, c PUBLIC WORKS OMC LOBBY MATE E, 422.000.72.531.90.41.00 6.1 - a PUBLIC WORKS OMC LOBBY MATE L 421.000.74.534.80.41.00 PUBLIC WORKS OMC LOBBY MATS 423.000.75.535.80.41.00 6.1 c PUBLIC WORKS OMC LOBBY MATE Y 511.000.77.548.68.41.00 6.0£ (D 10.4% Sales Tax U 001.000.65.518.20.41.00 0.1 1 E 10.4% Sales Tax 2 111.000.68.542.90.41.00 0.6z ,- 10.4% Sales Tax O 421.000.74.534.80.41.00 0.61 > 10.4% Sales Tax o 422.000.72.531.90.41.00 0.6z a 10.4% Sales Tax Q 423.000.75.535.80.41.00 0.6z N 10.4% Sales Tax 0 511.000.77.548.68.41.00 0.6- N 656000175028 PARKS MAINT UNIFORM SERVICE o PARKS MAINT UNIFORM SERVICE 001.000.64.576.80.24.00 63.4, 10.4% Sales Tax 001.000.64.576.80.24.00 6.5£ 656000175029 FACILITIES DIVISION UNIFORMS m FACILITIES DIVISION UNIFORMS t 001.000.66.518.30.24.00 27.9" 10.4% Sales Tax r Q 001.000.66.518.30.24.00 2.9( Total : 223.81 121521 INTEPRETER SPANISH lA0493229 Page: 4 Packet Pg. 65 vchlist 01 /20/2022 1:24:53PM Voucher List City of Edmonds 7.5.a Page: 5 Bank code : Voucher usbank Date Vendor Invoice PO # Description/Account Amoun 250879 1/20/2022 078237 ARIAS, ADRIAN (Continued) INTPERETER SPANISH lA0493229 001.000.23.512.50.41.01 100.0( Tota I : 100.0( 250880 1/20/2022 001441 ASCAP 100005809609 2022 MUSIC LICENSE FEE 2022 MUSIC LICENSE FEE 001.000.64.571.22.49.00 390.0( Total : 390.0( 250881 1/20/2022 071174 AXON ENTERPRISE INC INUS027437 INUS027437 - EDMONDS PD DRONE 001.000.41.594.21.64.00 11,849.0( BATTERIES FOR DRONE 001.000.41.594.21.64.00 1,200.0( MAVIC ENTERPRISE ADVANCED 001.000.41.594.21.64.00 6,240.0( 10.4% Sales Tax 001.000.41.594.21.64.00 3,087.5f IR CAMERA FOR DRONE 001.000.41.594.21.64.00 10,399.0( Total: 32,775.5° 250882 1/20/2022 075217 BASLER, ANTHONY 68566 INTERPRETER SPANISH 1A0715261 INTERPRETER SPANISH lA0715261 001.000.23.512.50.41.01 100.0( Total : 100.0( 250883 1/20/2022 073834 BATTERIES PLUS P47798785 WWTP: PO 719 AA LITHIUM BATTEI PO 719 AA LITHIUM BATTERIES 423.000.76.535.80.31.00 50.3, 10.4% Sales Tax 423.000.76.535.80.31.00 5.2: Total : 55.5! 250884 1/20/2022 072158 BRAVO ENVIRONMENTAL NW INC 68917 WWTP: PO 734 REPAIR SERVICE Page: 5 Packet Pg. 66 vchlist 01 /20/2022 1:24:53PM Voucher List City of Edmonds 7.5.a Page: 6 Bank code : Voucher usbank Date Vendor Invoice PO # Description/Account Amoun 250884 1/20/2022 072158 BRAVO ENVIRONMENTAL NW INC (Continued) PO 734 REPAIR SERVICE 423.000.76.535.80.48.00 17,985.0( �% 10.4% Sales Tax a 423.000.76.535.80.48.00 1,870.4z L Total: 19,855.4z .3 250885 1/20/2022 078083 BUYCE JR, RICHARD J 10066B TRAINING 10066B PERSONAL TRAINING INST ea 10066E PERSONAL TRAINING INST Y 001.000.64.571.27.41.00 555.0( u Total: 555.0( 250886 1/20/2022 073029 CANON FINANCIAL SERVICES 27787774 CONTRACT CHARGE OF PLANNIN( E Contract Charge of Planning Color C( U 001.000.62.524.10.45.00 32.3z o 10.4% Sales Tax 001.000.62.524.10.45.00 3.3E o 27882899 INV 27882899 - EDMONDS PD a 12/21 CONTRACT - 38C0l 511 Q 001.000.41.521.10.45.00 10.4% Sales Tax N 001.000.41.521.10.45.00 19.9Z N Total: 247.35 0 250887 1/20/2022 070088 CASCADIA CONSULTING GROUP 8086 PROF SERV: EDMONDS CAP ENG) E E Prof Serv: Edmonds CAP Engageme M 001.000.62.524.10.41.00 2,758.7E U 8519 PROF. SERV. EDMONDS CAP ENG Prof. Serv. Edmonds CAP Engagemi (D E 001.000.62.524.10.41.00 817.5( u 8521 PROF. SERV: EDMONDS CAP ENG r Prof. Serv: Edmonds CAP eNGAGFE Q 001.000.62.524.10.41.00 142.5( Total : 3,718.7E 250888 1/20/2022 069813 CDW GOVERNMENT INC P839441 WWTP: PO 714 HP GENB ETHERNI Page: 6 Packet Pg. 67 vchlist 01 /20/2022 1:24:53PM Bank code : usbank Voucher Date Vendor 250888 1/20/2022 069813 CDW GOVERNMENT INC 250889 1/20/2022 077735 CENTRAL PAVING LLC Voucher List City of Edmonds 7.5.a Page: 7 Invoice PO # Description/Account Amoun (Continued) r PO 714 HP GENB ETHERNET 1 GB c m E, 423.000.76.535.80.35.00 524.1 10.4% Sales Tax a 423.000.76.535.80.35.00 54.5" L P900801 WWTP: PO 714 HPE 32GB 2RX4 PC 3 PO 714 HPE 32GB 2RX4 PC4-29331 423.000.76.535.80.35.00 c 1,236.8E 10.4% Sales Tax Y 423.000.76.535.80.35.00 128.6z W Q015769 WWTP: PO 714 HPE SOOW FS PLP U PO 714 HPE SOOW FS PLAT HT PL E 423.000.76.535.80.35.00 444.8E n HPE 1.92T8 SATA RI SFF SC DS SSI 423.000.76.535.80.35.00 1,310.3E O 10.4% Sales Tax > 423.000.76.535.80.35.00 182.5z o Q128203 WWTP: POL 714 HPE ILO ADV ELE( a POL 714 HPE ILO ADV ELEC LIC 3) Q 423.000.76.535.80.35.00 544.6, c,4 10.4% Sales Tax 423.000.76.535.80.35.00 0 56.6z N Q215737 WWTP: PO 714 HP SB 800 G6 17-10 0 PO 714 HP SB 800 G6 I7-10700T 51; N 423.000.76.535.80.35.00 6,157.8( 10.4% Sales Tax 423.000.76.535.80.35.00 640.4- Q243257 VMWARE SUPPORT & MAINTENAN VMWare Support & Maintenance E 512.000.31.518.88.48.00 2,358.1 , m 10.4% Sales Tax Q 512.000.31.518.88.48.00 245.2z Total : 13,884.7; E21CA. Pmt2CP E21CA.PMT 2 THRU 11/19/21 E21CA.PMT 2 THRU 11/19/21 Page: 7 Packet Pg. 68 vchlist 01 /20/2022 1:24:53PM Voucher List City of Edmonds 7.5.a Page: 8 Bank code : Voucher usbank Date Vendor Invoice PO # Description/Account Amoun 250889 1/20/2022 077735 CENTRAL PAVING LLC (Continued) 112.000.68.542.30.48.00 485.9: E21CA.PMT 2 THRU 11/19/21 E, 125.000.68.542.30.48.00 1,735.9E a E21CA.PMT 2 THRU 11/19/21 L 126.000.68.542.30.48.00 1,299.3' .3 E21CA.PMT 2 THRU 11/19/21 c 421.000.74.542.30.48.00 10,197.0( E21CA.PMT 2 THRU 11/19/21 Y 422.000.72.542.30.48.00 574.4( y E21 CA.PMT 2 THRU 11/19/21 U 423.000.75.542.30.48.00 971.2,' E Total: 15,263.9( 250890 1/20/2022 069457 CITY OF EDMONDS INV-40 E21GA.ENG2021-0227 ROW PERMI o E21 GA.ENG2021-0227 ROW PERMI 423.000.75.594.35.41.00 590.0( o Total: 590.0( a Q 250891 1/20/2022 069457 CITY OF EDMONDS INV-32 EOFB.ENG2021-0092 ROW PERMIT EOFB.ENG2021-0092 ROW PERMIT N 422.000.72.594.31.41.00 260.0( N Total: 260.0( 0 250892 1/20/2022 035160 CITY OF SEATTLE 9056920000 W WTP: 11 /8/21-1 /11 /22 FLOW METE E E 11/8/21-1/11/22 FLOWMETER 87902 M 423.000.76.535.80.47.62 25.8, U Total: 25.8, r- m 250893 1/20/2022 077126 CLIFTONLARSONALLEN LLP 3113420 PROFESSIONAL SERVICES W/E 12 t PROFESSIONAL SERVICES W/E 1, 001.000.23.512.50.41.00 r 2,457.0( Q Total : 2,457.0( 250894 1/20/2022 065683 CORRY'S FINE DRY CLEANING DEC 2021 DEC 2021 DRY CLEANING - EDMO� DEC 2021 DRY CLEANING CHARGE Page: 8 Packet Pg. 69 vchlist 01 /20/2022 1:24:53PM Bank code : usbank Voucher Date Vendor 250894 1/20/2022 065683 CORRY'S FINE DRY CLEANING 250895 1/20/2022 005965 CUES INC Voucher List City of Edmonds Invoice PO # Description/Account (Continued) 001.000.41.521.22.24.00 602748 SEWER - PARTS SEWER - PARTS 423.000.75.535.80.31.00 Freight 423.000.75.535.80.31.00 10.4% Sales Tax 423.000.75.535.80.31.00 250896 1/20/2022 046150 DEPARTMENT OF LABOR & INDUSTRY 292342 250897 1/20/2022 064531 DINES, JEANNIE 292346 22-4138 250898 1/20/2022 076790 DUNGENESS CONSTRUCTION CORP EOFB.Pmt 4 Total : Total : F.A.C., LIBRARY & MUSEUM - ELEV F.A.C. - ELEVATOR CERT RENEWAI 001.000.66.518.30.49.00 LIBRARY - ELEVATOR CERT RENE% 001.000.66.518.30.49.00 MUSEUM - ELEVATOR CERT RENEI 001.000.66.518.30.49.00 PUBLIC WORKS - ELEVATOR CERT PUBLIC WORKS - ELEVATOR CERT 001.000.66.518.30.49.00 Total PSPP, FINANCE AND PPW MINUTE pspp, ppw, finance minutes 1/11 001.000.31.514.31.41.00 Total EOFB.PMT 4 THRU 12/31/21 EOFB.PMT 4 THRU 12/31/21 422.000.72.594.31.65.20 EOFB.Ret 4 422.000.223.400 Total : 7.5.a Page: 9 Amoun c 250.0< 250.W E �a a aD L �3 519.2E c �a 19.8, Y U m 56.0 , 595.2( E 2 U 0 154.6( 0 140.9( a a Q 140.9( N N O N 140.9( 577.3( N E M U 331.2( q 331.2( E t U m r 161,361.2� -8,068.0E 153,293.2; Page: 9 Packet Pg. 70 vchlist 01 /20/2022 1:24:53PM Bank code : usbank Voucher Date Vendor 250899 1/20/2022 007253 DUNN LUMBER 250900 250901 410111.1110 1/20/2022 078494 ECONORTHW EST Voucher List City of Edmonds Invoice 8450101 8451382 24982 1/20/2022 071969 EDMONDS CENTER FOR THE ARTS LTAC-2021-ECA 1/20/2022 076610 EDMONDS HERO HARDWARE 2772 2776 2780 7.5.a Page: 10 PO # Description/Account Amoun PM: SUPPLIES ACCT E000027 PM SUPPLIES: BUCKET E, 001.000.64.576.80.31.00 37.7,' 10.3% Sales Tax a 001.000.64.576.80.31.00 3.8E L PM: SUPPLIES ACCT E000027 .3 PM SUPPLIES: LUMBER, SHEETIN( 001.000.64.576.80.31.00 407.5( 10.3% Sales Tax Y 001.000.64.576.80.31.00 41.91 (D Total : 491.1( r E PROF SERV: EDMONDS GAP ANAL 2 Prof Serv: Edmonds Gap Analysis U 001.000.62.524.10.41.00 4" 2,715.0( O Total: 2,715.0( 0 LTAC AWARD FOR TOURISM AD IN a LTAC AWARD FOR TOURISM AD IN Q 120.000.31.575.42.41.40 12,500.0( Total : 12,500.0( N PM: SPRAYADHESIVE, ROPE CLIP 6 N PM: SPRAY ADHESIVE, ROPE CLIP 001.000.64.576.80.31.00 15.3E E 10.4% Sales Tax M 001.000.64.576.80.31.00 1.6( U PM: PARACORD, ROPE PM: PARACORD, ROPE m E 001.000.64.576.80.31.00 34.9E u 10.4% Sales Tax 001.000.64.576.80.31.00 3.61 Q PM: LIGHT BULB PM: LIGHT BULB 001.000.64.576.80.31.00 7.9� 10.4% Sales Tax Page: 10 Packet Pg. 71 vchlist 01 /20/2022 1:24:53PM Bank code : usbank Voucher Date Vendor 250902 1/20/2022 076610 EDMONDS HERO HARDWARE 250903 1/20/2022 008705 EDMONDS WATER DIVISION 250904 1/20/2022 075200 EDUARDO ZALDIBAR Voucher List City of Edmonds Invoice PO # Description/Account (Continued) 001.000.64.576.80.31.00 2781 PM: FAUCET SUPPLY LINE PM: FAUCET SUPPLY LINE 001.000.64.576.80.31.00 10.4% Sales Tax 001.000.64.576.80.31.00 Total : 5-00080 IRRIGATION AT HWY 99/CITY LINE IRRIGATION AT HWY 99/CITY LINE 001.000.64.576.80.47.00 5-10351 INTERURBAN TRAIL INTERURBAN TRAIL 001.000.64.576.80.47.00 Total 68727 250905 1/20/2022 008812 ELECTRONIC BUSINESS MACHINES AR209129 AR210251 INTSPANISH 1A0599624 INT SPANISH 1AO599624 001.000.23.512.51.41.01 Total : AR209129 - ACCT MK5031 - EDMOI` 12/21 A12434&A12435 BW COPIES 001.000.41.521.10.45.00 12/21 A12434&A12435 CLR COPIES 001.000.41.521.10.45.00 10.4% Sales Tax 001.000.41.521.10.45.00 5750 METER OVERAGE bw overage 001.000.22.518.10.45.00 dr overage 001.000.22.518.10.45.00 dr overage 001.000.61.557.20.45.00 7.5.a Page: 11 Amoun c 0.81 E �a a 15.9� L 3 1.6( 82.0' sa U m t U 56.3E E M z 56.3E o 112.7E Ta 0 L Q 100.0( 100.0( N 6 N 0 34.8( E 161.8( 20.4E E t U m r 5.0' Q 18.4( 18.4( Page: 11 Packet Pg. 72 vchlist 01 /20/2022 1:24:53PM Voucher List City of Edmonds Bank code : usbank Voucher Date Vendor Invoice 250905 1/20/2022 008812 ELECTRONIC BUSINESS MACHINES (Continued) 250906 250907 250908 AR210252 AR210269 1/20/2022 075136 ENVIRONMENTAL SCIENCE ASSOC 170847 1/20/2022 076992 ENVIRONMENTAL WORKS 1/20/2022 065789 ESTES, KEN 19001A-19 19001A-20 4 7.5.a Page: 12 PO # Description/Account Amoun c clr overage m E, 001.000.21.513.10.45.00 18.4( 10.4% Sales Tax a 001.000.22.518.10.45.00 2.4z L 10.4% Sales Tax 3 001.000.61.557.20.45.00 1.9" c 10.4% Sales Tax 001.000.21.513.10.45.00 1.9" Y W WTP: 12/16/21 - 1 /15/22 CONTRAi m 12/16/21 - 1/15/22 CONTRACT OVEI U 423.000.76.535.80.45.00 125.7E E 10.4% Sales Tax ii 423.000.76.535.80.45.00 13.0E ,- P&R COPIER USAGE: C57501 _0 P&R COPIER USAGE: C57501: accot fd 001.000.64.571.22.45.00 147.4" o 10.4% Sales Tax a 001.000.64.571.22.45.00 15.3< Q Total : 585.1: cN N PROF SERV: CLIMATE ACTION PLE N Prof Serv: Climate Action Plan c 001.000.62.524.10.41.00 7,291.2E Total : 7,291.2E 1 E7MA.SERVICES THRU 11/30/21 U E7MA.SERVICES THRU 11/30/21 126.000.64.594.76.41.00 965.0( E E7MA.SERVICES THRU 12/31/21 U E7MA.SERVICES THRU 12/31/21 f° 126.000.64.594.76.41.00 2,103.1 Q Total 3,068.11 REIMBURSEMENT REIMBURSEMENT Page: 12 Packet Pg. 73 vchlist 01 /20/2022 1:24:53PM Voucher List City of Edmonds 7.5.a Page: 13 Bank code : Voucher usbank Date Vendor Invoice PO # Description/Account Amoun 250908 1/20/2022 065789 ESTES, KEN (Continued) 009.000.39.517.20.23.00 676.8( Tota I : 676.8( 250909 1/20/2022 009350 EVERETT DAILY HERALD EDH946382 ORDINANCE 4244 ordinance 4244 001.000.31.514.31.41.40 27.5, Total : 27.5: 250910 1/20/2022 073133 EVERGREEN RURAL WATER OF WA 44666 2022 ANNUAL DUES FOR SYSTEM 2022 ANNUAL DUES FOR SYSTEM 421.000.74.534.80.49.00 350.0( 2022 ANNUAL DUES FOR SYSTEM 423.000.75.535.80.49.00 350.0( Total : 700.0( 250911 1/20/2022 066378 FASTENAL COMPANY WAEVE186104 WWTP: PO 715 RESTROOM TRASF PO 715 RESTROOM TRASH LINER; 423.000.76.535.80.31.00 155.3( 10.4% Sales Tax 423.000.76.535.80.31.00 16.1 E Total : 171.4; 250912 1/20/2022 072493 FIRSTLINE COMMUNICATIONS INC 171854 JAN-2022 SUPPORT SERVICES Jan-2022 Support Services 512.000.31.518.88.48.00 265.0( 10.4% Sales Tax 512.000.31.518.88.48.00 27.5E Total: 292.5E 250913 1/20/2022 074358 GEO-TEST SERVICES 47556 EOFB.SERVICES THRU 12/31/21 EOFB.SERVICES THRU 12/31/21 422.000.72.594.31.41.00 3,645.6( Total: 3,645.6( 250914 1/20/2022 012199 GRAINGER 9164367048 FAC MAINT - SUPPLIES/ ROOF LEA FAC MAINT - SUPPLIES/ ROOF LEA Page: 13 Packet Pg. 74 vchlist 01 /20/2022 1:24:53PM Voucher List City of Edmonds 7.5.a Page: 14 Bank code : Voucher usbank Date Vendor Invoice PO # Description/Account Amoun 250914 1/20/2022 012199 GRAINGER (Continued) 001.000.66.518.30.31.00 106.4' 10.4% Sales Tax E 001.000.66.518.30.31.00 11.0 � a 9164904816 WWTP: PO 729 IRON ELBOW L PO 729 IRON ELBOW 3 423.000.76.535.80.48.00 196.01 10.4% Sales Tax 423.000.76.535.80.48.00 20.3E Y 9164920481 FAC MAINT - SUPPLIES/ ROOF LEA U FAC MAINT - SUPPLIES/ ROOF LEA 001.000.66.518.30.31.00 81.9( E 10.4% Sales Tax R 001.000.66.518.30.31.00 8.5, ,u Total: 424.3, O 250915 1/20/2022 078449 GRANITE CONSTRUCTION CO E21 CA. Pmt 2 Granite E21 CA.PMT 2 SERVICES THRU 7/9/ R o L E21 CA.PMT 2 SERVICES THRU 7/9/ a 112.000.68.542.30.41.00 110.4, Q E21 CA.PMT 2 SERVICES THRU 7/9/ N 125.000.68.542.30.41.00 394.3' N E21 CA.PMT 2 SERVICES THRU 7/9/ N 126.000.68.542.30.41.00 294.2, c E21 CA. Ret 2 112.000.223.400 -39.9E . Total: 759.0° 12 250916 1/20/2022 076462 GREAT FLOORS LLC JB21-084095 FAC MAINT - STOCK FOR MULTIPLE r- FAC MAINT - STOCK FOR MULTIPLE E 001.000.66.518.30.31.00 3,050.0( U 10.4% Sales Tax 001.000.66.518.30.31.00 317.2( Q Total: 3,367.2( 250917 1/20/2022 012560 HACH COMPANY 12820088 WWTP: PO 703 PIPPETTE 2 ML PO 703 PIPPETTE 2 ML Page: 14 Packet Pg. 75 vchlist 01 /20/2022 1:24:53PM Voucher List City of Edmonds 7.5.a Page: 15 Bank code : Voucher usbank Date Vendor Invoice PO # Description/Account Amoun 250917 1/20/2022 012560 HACH COMPANY (Continued) 423.000.76.535.80.31.00 641.4( 10.4% Sales Tax 423.000.76.535.80.31.00 66.7( Tota I : 708.1( 250918 1/20/2022 069733 ICONIX WATERWORKS INC U2216000415 WATER - SUPPLIES/ REPAIR KIT WATER - SUPPLIES/ REPAIR KIT 421.000.74.534.80.31.00 650.4£ 10.4% Sales Tax 421.000.74.534.80.31.00 67.6E Total: 718.1: 250919 1/20/2022 073548 INDOFF INCORPORATED 3532202 CHAIR FOR S GAYLORD Chair for S Gaylord 512.000.31.518.88.35.00 566.0( 10.4% Sales Tax 512.000.31.518.88.35.00 58.8 , Total : 624.8 j 250920 1/20/2022 072627 INTRADO LIFE & SAFETY INC 7014394 MONTHLY 911 DATABASE MAINT Monthly 911 database maint 512.000.31.518.88.48.00 200.0( Total : 200.0( 250921 1/20/2022 077390 ISHIGAKI USA LTD 1649 WWTP: PO 673 REPAIR SERVICE PO 673 REPAIR SERVICE 423.000.76.535.80.48.00 6,000.0( PO 673 REPAIR SERVICE EXPENSE 423.000.76.535.80.48.00 2,057.7z Total : 8,057.7z 250922 1/20/2022 069366 ISSAQUAH HONDA KUBOTA 449471 PM SUPPLIES: HYDRO FAN PM SUPPLIES: HYDRO FAN 001.000.64.576.80.31.00 23.4E 10.4% Sales Tax Page: 15 Packet Pg. 76 vchlist 01 /20/2022 1:24:53PM Bank code : usbank Voucher List City of Edmonds Voucher Date Vendor Invoice PO # Description/Account 250922 1/20/2022 069366 ISSAQUAH HONDA KUBOTA (Continued) 001.000.64.576.80.31.00 Tota I : 250923 1/20/2022 075062 JAMESTOWN NETWORKS 6791 FIBER OPTICS INTERNET CONNEC Jan-2022 Fiber Optics Internet 512.000.31.518.87.42.00 10.4% Sales Tax 512.000.31.518.87.42.00 Total 250924 1/20/2022 067568 KPG INC 12-11121 EBCA.SERVICES THRU 12/31/21 EBCA.SERVICES THRU 12/31/21 112.000.68.595.33.41.00 Total 250925 1/20/2022 017050 KWICK'N KLEEN CAR WASH 12142021-01 INV 12142021-01 NOVEMBER 2021 NOV 2021 CAR WASH CHARGES 001.000.41.521.22.48.00 12142021-02 NOVEMBER 2021 CAR WASH NOVEMBER 2021 CAR WASH 511.000.77.548.68.49.00 Total 250926 1/20/2022 066522 LAKESIDE INDUSTRIES INC 183772 WATER/ SEWER - EZ STREET ASPI WATER/ SEWER - EZ STREET ASPI 423.000.75.535.80.31.00 WATER/ SEWER - EZ STREET ASPI 421.000.74.534.80.31.00 10.25% Sales Tax 423.000.75.535.80.31.00 10.25% Sales Tax 421.000.74.534.80.31.00 Total 250927 1/20/2022 067235 MARYS TOWING INC 100702 INV 00702 - CS 21-30162 - EDMONE 7.5.a Page: 16 Page: 16 Packet Pg. 77 vchlist 01 /20/2022 1:24:53PM Voucher List City of Edmonds 7.5.a Page: 17 Bank code : usbank Voucher Date Vendor Invoice PO # Description/Account Amoun 250927 1/20/2022 067235 MARYS TOWING INC (Continued) TOW BLACK BMW - CS 21-30162 001.000.41.521.22.41.00 208.0( 10.4% Sales Tax 001.000.41.521.22.41.00 21.6< 98062 INV 98062 - CS 21-39365 - EDMONE TOW TAN YUKON - CS 21-39365 001.000.41.521.22.41.00 208.0( 10.4% Sales Tax 001.000.41.521.22.41.00 21.6: Total : 459.2E 250928 1/20/2022 068489 MCLOUGHLIN & EARDLEY GROUP INC 0259631 E191 PO - PARTS E191 PO - PARTS 511.100.77.594.48.64.00 3,666.6( 10.4% Sales Tax 511.100.77.594.48.64.00 381.3< Total : 4,047.91 250929 1/20/2022 069923 MOTION INDUSTRIES INC WA33-868756 WWTP: PO 742 ELECTRIC MOTOR! PO 742 ELECTRIC MOTORS 423.000.76.535.80.35.00 7,107.5E Freight 423.000.76.535.80.35.00 164.2� 10.4% Sales Tax 423.000.76.535.80.35.00 756.2, Total : 8,028.1 250930 1/20/2022 078834 NANG & NGA NGUYEN 3-20400 #4266-3829390 UTILITY REFUND #4266-3829390 Utility refund due to 411.000.233.000 114.5, Total: 114.5, 250931 1/20/2022 024001 NC MACHINERY SECS0723393 UNIT 101 -PARTS/ BOLT UNIT 101 -PARTS/ BOLT 511.000.77.548.68.31.10 27.8, Page: 17 Packet Pg. 78 vchlist 01 /20/2022 1:24:53PM Voucher List City of Edmonds 7.5.a Page: 18 Bank code : usbank Voucher Date Vendor Invoice PO # Description/Account Amoun 250931 1/20/2022 024001 NC MACHINERY (Continued) Freight 511.000.77.548.68.31.10 15.0( 10.4% Sales Tax 511.000.77.548.68.31.10 4.4( 250932 1/20/2022 063034 NCL 250933 1/20/2022 024302 NELSON PETROLEUM 464755 0784626-IN 250934 1/20/2022 024960 NORTH COAST ELECTRIC COMPANY S011439934.001 250935 1/20/2022 074866 NORTHWEST PLAYGROUND EQUIPMEN PS236 250936 1/20/2022 068117 NPELRA 1173 Total : WWTP: NITR INHIB & DISPENSER NITR INHIB & DISPENSER 423.000.76.535.80.31.00 Freight 423.000.76.535.80.31.00 Total FLEET - FILTERS FLEET - FILTERS 511.000.77.548.68.34.40 10.4% Sales Tax 511.000.77.548.68.34.40 Total WWTP: PO 741 RELAYS W/PILOT L PO 741 RELAYS W/PILOT LIGHT 423.000.76.535.80.48.00 10.4% Sales Tax 423.000.76.535.80.48.00 Total BENCH AND PLAQUES BENCH AND PLAQUES 50% DEPO: 127.000.64.575.50.31.00 10.4% Sales Tax 127.000.64.575.50.31.00 Total MEMBERSHIP FEE Page: 18 Packet Pg. 79 vchlist 01 /20/2022 1:24:53PM Voucher List City of Edmonds 7.5.a Page: 19 Bank code : usbank Voucher Date Vendor Invoice PO # Description/Account Amoun 250936 1/20/2022 068117 NPELRA (Continued) JESSICA NPELRA MEMBERSHIP 20 001.000.22.518.10.49.00 225.0( Tota I : 225.0( 250937 1/20/2022 076902 OCCUPATIONAL HEALTH CTR OF WA 73917085 POLICE MEDICAL PHYSICAL PD PHYSICAL - HATCHETT 001.000.41.521.10.41.00 1,095.0( Total : 1,095.0( 250938 1/20/2022 073714 OLBRECHTS & ASSOC PLLC Dec 2021 HE Services PROF SERV: OLBRECHTS HEARIN Prof Serv: Olbrechts Hearing Examin 001.000.62.558.60.41.00 1,818.5E Total: 1,818.51 250939 1/20/2022 074148 OLSON, VIVIAN Jan 2022 TRAINING REIMBURSEMENT JANU Training reimbursement - Leadership 001.000.11.511.60.49.00 387.5( Total: 387.5( 250940 1/20/2022 002079 OPEN SQUARE 703080 703080 - EDMONDS PD DOWNSTAIRS REMODEL 001.000.41.594.21.64.00 78,991.9E 10.4% Sales Tax 001.000.41.594.21.64.00 8,215.1( Total: 87,207.1, 250941 1/20/2022 002203 OWEN EQUIPMENT COMPANY 00103997 UNIT 120 - PARTS/ 10" RUBBER HO UNIT 120 - PARTS/ 10" RUBBER HO 511.000.77.548.68.31.10 832.6, Freight 511.000.77.548.68.31.10 22.7' 10.4% Sales Tax 511.000.77.548.68.31.10 88.9( Tota I : 944.3' 250942 1/20/2022 075735 PACIFIC SECURITY 39326 SECURITY DEC 21 Page: 19 Packet Pg. 80 vchlist 01 /20/2022 1:24:53PM Voucher List City of Edmonds 7.5.a Page: 20 Bank code : Voucher usbank Date Vendor Invoice PO # Description/Account Amoun 250942 1/20/2022 075735 PACIFIC SECURITY (Continued) SECURITY DEC 21 001.000.23.512.50.41.00 3,534.9' Total: 3,534.9' 250943 1/20/2022 077288 PANG, LAWRENCE 12232021 INTCANTONESE 1A0723635 INTCANTONESE 1A0723635 001.000.23.512.50.41.01 100.0( Total : 100.0( 250944 1/20/2022 078831 PEDERSEN, MARISSA BID-1 BID/ED! BLOGGER FOR HOLIDAY E BID/ED! BLOGGER FOR HOLIDAY E 140.000.61.558.70.41.00 600.0( Tota I : 600.0( 250945 1/20/2022 074830 PERFORMANCE SYSTEMS INTEG 10843041 F.A.C. - FIRE ALARM SERVICE F.A.C. - FIRE ALARM SERVICE 001.000.66.518.30.48.00 495.0( 10.4% Sales Tax 001.000.66.518.30.48.00 51.4� Tota I : 546.41 250946 1/20/2022 073871 PERSONNEL EVALUATION INC 42674 INV 42674 - EDMONDS PD 4 - PERSONNEL EVALUATIONS 001.000.41.521.10.41.00 80.0( Tota I : 80.0( 250947 1/20/2022 069633 PET PROS 131 INV 131 - EDMONDS PD - ACE ACE FOOD -DISCOUNT 001.000.41.521.26.31.00 119.6� 10.5% Sales Tax 001.000.41.521.26.31.00 125, Total : 132.2E 250948 1/20/2022 074793 PETDATA INC 10333 INV 10333 - DEC 2021 - EDMONDS ONE YEAR PET LICENSE - DEC 20', 001.000.41.521.70.41.00 2,293.2( Page: 20 Packet Pg. 81 vchlist 01 /20/2022 1:24:53PM Voucher List City of Edmonds Bank code : usbank Voucher Date Vendor Invoice PO # 250948 1/20/2022 074793 074793 PETDATA INC (Continued) 250949 1/20/2022 069198 PNCWA WESTERN WA REGION 2021-EDM 250950 1/20/2022 029117 PORT OF EDMONDS 03870 250951 1/20/2022 030400 PUGET SOUND CLEAN AIR AGENCY 22-032 250952 1/20/2022 078830 RICHARDS, RONALD T 250953 1/20/2022 064769 ROMAINE ELECTRIC 250954 1/20/2022 067802 SAN DIEGO POLICE EQUIP CO 250955 1/20/2022 078812 SANTA FE 10128 HISTORY Description/Account Total : WWTP: 2021 MEMBERSHIP (8 STAF 2021 Membersihip: JClay, EDuenas, 423.000.76.535.80.41.00 Total PORT RIGHT-OF-WAY LEASE FOR PORT RIGHT-OF-WAY LEASE FOR 422.000.72.531.90.41.50 Total 2022 CLEAN AIR ASSESSMENT 2022 Clean Air Assessment (Supplen 001.000.39.553.70.41.50 Total 10128 NATURAL HISTORY OF WA& 10128 NATURAL HISTORY OF WASI 001.000.64.571.22.41.00 Total 5-034713 UNIT 95 - BATTERY UNIT 95 - BATTERY 511.000.77.548.68.31.10 10.4% Sales Tax 511.000.77.548.68.31.10 Total 650249 INV 650249 - ACCT 1733 - EDMOND 223 AMMO 500/CS 001.000.41.521.40.31.00 10.4% Sales Tax 001.000.41.521.40.31.00 Total ENP2021-0011 STREATERY REFUND DUE TO CHA 7.5.a Page: 21 Page: 21 Packet Pg. 82 vchlist 01 /20/2022 1:24:53PM Voucher List City of Edmonds 7.5.a Page: 22 Bank code : Voucher usbank Date Vendor Invoice PO # Description/Account Amoun 250955 1/20/2022 078812 SANTA FE (Continued) Streatery refund due to change in Cit) 001.000.257.620 2,000.0( �% Total: 2,000.0( a m 250956 1/20/2022 072733 SCHWING BIOSET INC 18001856 WWTP: 5% KSP PUMP 3 5% KSP PUMP 423.000.76.535.80.35.00 4,729.0( Total : 4,729.0( Y U 250957 1/20/2022 076328 SCJ ALLIANCE 66159 E20CE.SERVICES THRU 10/2/21 t E20CE.SERVICES THRU 10/2/21 U E 112.000.68.595.33.41.00 33,078.5< 66161 E20CE.SERVICES THRU 10/30/21 E20CE.SERVICES THRU 10/30/21 0 112.000.68.595.33.41.00 23,229.2E R E20CE.SERVICES THRU 10/30/21 > 0 112.000.68.595.20.61.00 3,988.8E a 66192 E20CE.SERVICES THRU 11/27/21 Q E20CE.SERVICES THRU 11/27/21 112.000.68.595.33.41.00 44,196.1 < N E20CE.SERVICES THRU 11/27/21 G N 112.000.68.595.20.61.00 4,678.5E c 66306 E20CE.SERVICES THRU 8/28/21 N E20CE.SERVICES THRU 8/28/21 E 112.000.68.595.33.41.00 171,343.1 2 E20CE.SERVICES THRU 8/28/21 112.000.68.595.20.61.00 12,443.8E Total: 292,958.3E t 250958 1/20/2022 066918 SEDOR, NORMAN 6 REIMBURSEMENT r REIMBURSEMENT Q 009.000.39.517.20.29.00 5,700.0( Total : 5,700.0( 250959 1/20/2022 070298 SESAC INC 10532606 2022 MUSIC LICENSE: EAC Page: 22 Packet Pg. 83 vchlist 01 /20/2022 1:24:53PM Bank code : usbank Voucher Date Vendor 250959 1/20/2022 070298 SESAC INC 250960 1/20/2022 036950 SIX ROBBLEES INC 250961 1/20/2022 037375 SNO CO PUD NO 1 Voucher List City of Edmonds Invoice PO # Description/Account (Continued) 2022 MUSIC LICENSE: EAC 117.100.64.573.20.49.00 14-422374 UNITS 25 & 64 - PARTS UNITS 25 & 64 - PARTS 511.000.77.548.68.31.10 10.4% Sales Tax 511.000.77.548.68.31.10 200651644 201383270 201501277 2017900003 205184385 205307580 221593742 221732084 Total : Total PARK MAINTENANCE SHOP PARK MAINTENANCE SHOP 001.000.64.576.80.47.00 CITY PARK GAZEBO CITY PARK GAZEBO 001.000.64.576.80.47.00 LIFT STATION #14 7905 1 /2 211 TH F LIFT STATION #14 7905 1 /2 211 TH F 423.000.75.535.80.47.10 ALDERWOOD INTERIE 6130 168TH ALDERWOOD INTERIE 6130 168TH 421.000.74.534.80.47.00 LIFT STATION #5 432 3RD AVE S / fV LIFT STATION #5 432 3RD AVE S / fV 423.000.75.535.80.47.10 DECORATIVE & STREET LIGHTING DECORATIVE & STREET LIGHTING 111.000.68.542.64.47.00 TRAFFIC LIGHT 21132 76TH AVE W TRAFFIC LIGHT 21132 76TH AVE W 111.000.68.542.64.47.00 VETERANS PLAZA METER 1000597 VETERANS PLAZA METER 1000597 001.000.64.576.80.47.00 7.5.a Page: 23 Amoun c 1,025.0( �% 1,025.0( a m L 3 3,914.7( 407.1' U 4,321.& � E 2 U 696.5E o �a 0 16.5( a 0_ Q 20.2( N 6 N 21.1E N E 2 25.6E U m E 203.81 U m Q 89.3< 94.4- Page: 23 Packet Pg. 84 vchlist 01 /20/2022 1:24:53PM Voucher List City of Edmonds 7.5.a Page: 24 Bank code : Voucher usbank Date Vendor Invoice PO # Description/Account Amoun 250961 1/20/2022 037375 SNO CO PUD NO 1 (Continued) 222398059 SIGNAL CABINET 22730 HIGHWAY' SIGNAL CABINET 22730 HIGHWAY' E 111.000.68.542.64.47.00 88.3, a Total: 1,256.0° L 3 250962 1/20/2022 063941 SNO CO SHERIFFS OFFICE 2021-7139 2021-7139 - MED NOV 2021 - EDMC 4.5 INMATE PHARM @ $1 EA 001.000.39.523.60.31.00 4.5( Y Total: 4.5( u t 250963 1/20/2022 072776 SNOHOMISH CONSERVATION DIST 5901 GRANT REIMBURSEMENT THRU 1', U E20FC.Services thru 12/31/21 E 422.000.72.531.90.41.20 2 19,138.6( U E7FG.Sevices thru 12/31/21 0 422.000.72.531.90.41.20 6,758.0z Total: 25,896.6' o L Q 250964 1/20/2022 076433 SNOHOMISH COUNTY 911 4229 JAN-2022 COMMUNICATION DISPA- Q JAN-2022 COMMUNICATION DISPA- v 001.000.39.528.00.41.50 76,390.8, N JAN-2022 COMMUNICATION DISPA- o 421.000.74.534.80.41.50 2,010.2� JAN-2022 COMMUNICATION DISPA- 423.000.75.535.80.41.50 2,010.2� E Total : 80,411.4:.� 250965 1/20/2022 038100 SNO-KING STAMP 68986 PUBLIC WORKS STAMPS - DATE & PUBLIC WORKS STAMPS - DATE & m 001.000.65.518.20.31.00 92.1( t Freight r 001.000.65.518.20.31.00 8.0, Q 10.5% Sales Tax 001.000.65.518.20.31.00 10.5- Total : 110.6: Page: 24 Packet Pg. 85 vchlist 01 /20/2022 1:24:53PM Voucher List City of Edmonds 7.5.a Page: 25 Bank code : usbank Voucher Date Vendor Invoice PO # Description/Account Amoun 250966 1/20/2022 075675 SORENSON FORENSICS LLC 49179 INV 49179 - ID SF085880 - EDMONI r STIR ANALYSIS - BATCH OF 10 c m E, 001.000.41.521.21.41.00 280.0( Total: 280.0( a m 250967 1/20/2022 038410 SOUND SAFETY PRODUCTS 119602/4 FAC MAINT - WORK WEAR S. MILLI 3 FAC MAINT - WORK WEAR S. MILLI 001.000.66.518.30.24.00 267.7.E 10.4% Sales Tax Y 001.000.66.518.30.24.00 27.8E u 119603/4 FAC MAINT - WORK WEAR S. MILLI FAC MAINT - WORK WEAR S. MILLI E 001.000.66.518.30.24.00 46.7; 'M 10.4% Sales Tax 001.000.66.518.30.24.00 4.8E O 120501/4 FAC MAINT - WORK WEAR J. SOME FAC MAINT - WORK WEAR J. SOME o L 001.000.66.518.30.24.00 69.91 a 10.4% Sales Tax Q 001.000.66.518.30.24.00 7.2£ N 120503/4 FAC MAINT - WORK WEAR J. SOME N FAC MAINT - WORK WEAR J. SOME N 001.000.66.518.30.24.00 149.9E c 10.4% Sales Tax 001.000.66.518.30.24.00 15.5E . Total: 590.0, 12 250968 1/20/2022 076114 SOUND SALMON SOLUTIONS 1537 EDMONDS FOREST STEWARDS St EDMONDS FOREST STEWARDS St E 001.000.64.571.21.41.00 1,250.0( U Total: 1,250.0( Q 250969 1/20/2022 039775 STATE AUDITOR'S OFFICE L146036 12-2021 AUDIT FEES 12-2021 Audit Fees 001.000.39.514.20.41.50 904.8( 12-2021 Audit Fees Page: 25 Packet Pg. 86 vchlist 01 /20/2022 1:24:53PM Voucher List City of Edmonds 7.5.a Page: 26 Bank code : Voucher usbank Date Vendor Invoice PO # Description/Account Amoun 250969 1/20/2022 039775 STATE AUDITOR'S OFFICE (Continued) 111.000.68.543.30.41.50 90.4( 12-2021 Audit Fees 421.000.74.534.80.41.50 271.4� 12-2021 Audit Fees 422.000.72.531.90.41.50 271.4� 12-2021 Audit Fees 423.000.75.535.80.41.50 271.4� Total : 1,809.6( 250970 1/20/2022 071585 STERICYCLE INC 3005846386 INV 3005846386 - CUST 6076358 - E MONTHLY SERVICE FEE 001.000.41.521.80.41.00 10.3( Total: 10.3E 250971 1/20/2022 076324 SUPERION LLC 268880 PROF SERV: ETRAKIT SOFTWARE Prof Serv: ETRAKIT Software 001.000.62.524.10.41.00 18,749.1: Total : 18,749.1; 250972 1/20/2022 078835 SZILASSY, PAUL 1-06326 UB OVERPAYMENT REFUND UB Overpayment refund 411.000.233.000 2,000.0( Total : 2,000.0( 250973 1/20/2022 078811 TAKI TIKI ENP2021-0009 STREATERY REFUND DUE TO CITN Streatery refund due to City ordinancf 001.000.257.620 2,000.0( Total: 2,000.0( 250974 1/20/2022 071666 TETRATECH INC 51839536 EOFA.SERVIES THRU 12/31/21 EOFA.SERVIES THRU 12/31/21 422.000.72.594.31.41.00 15,654.5( Total: 15,654.5( 250975 1/20/2022 078833 THE ESTATE OF DOROTHY M FALK 3-31375 #1493897 UTILITY REFUND #1493897 Utility refund due to Page: 26 Packet Pg. 87 vchlist 01 /20/2022 1:24:53PM Voucher List City of Edmonds Bank code : usbank Voucher Date Vendor Invoice 250975 1/20/2022 078833 THE ESTATE OF DOROTHY M FALK (Continued) 250976 1/20/2022 068105 THORSON MCDONALD WHITEMAN & 87925 250977 1/20/2022 042750 TRIBUZIO, WALLACE 250978 1/20/2022 070774 U LI N E I N C 250979 1/20/2022 064423 USA BLUE BOOK PO # Description/Account 411.000.233.000 Total : MEBT LEGAL FEES HARDSHIP AMENDMENT FEES 001.000.22.518.10.41.00 Total 5 REIMBURSEMENT REIMBURSEMENT 009.000.39.517.20.23.00 Total 143151128 WATER/ SEWER - SUPPLIES/ SCRI WATER/ SEWER - SUPPLIES/ SCRI 423.000.75.535.80.31.00 WATER/ SEWER - SUPPLIES/ SCRI 421.000.74.534.80.31.00 Freight 423.000.75.535.80.31.00 Freight 421.000.74.534.80.31.00 10.4% Sales Tax 423.000.75.535.80.31.00 10.4% Sales Tax 421.000.74.534.80.31.00 Total 837666 WWTP: PO 743 HACH NITRIFICATI( PO 743 HACH NITRIFICATION INHIE 423.000.76.535.80.31.00 Freight 423.000.76.535.80.31.00 10.4% Sales Tax 423.000.76.535.80.31.00 7.5.a Page: 27 Page: 27 Packet Pg. 88 vchlist 01 /20/2022 1:24:53PM Bank code : usbank Voucher Date Vendor 250979 1/20/2022 064423 USA BLUE BOOK 250980 250981 4711.1 250983 1/20/2022 069816 VWR INTERNATIONAL INC 1/20/2022 075155 WALKER MACY LLC Voucher List City of Edmonds Invoice (Continued) 837912 8807144535 P3282.04-44 1/20/2022 077785 WASHINGTON KIDS IN TRANSITION 5 1/20/2022 075635 WCP SOLUTIONS 12592706 7.5.a Page: 28 PO # Description/Account Amoun c WWTP: PO 743 HACH EZ GGA 198 PO 743 HACH EZ GGA 198 MG/L BC E E 423.000.76.535.80.31.00 682.8( a Freight L 423.000.76.535.80.31.00 26.0( .3 10.4% Sales Tax 423.000.76.535.80.31.00 c 73.7, Total : 1,337.1E Y U WWTP: PO 733 VWR PROBE BEAD PO 733 VWR PROBE BEADED TYPI U E 423.000.76.535.80.31.00 10.4% Sales Tax 423.000.76.535.80.31.00 7.3( O Total: 77.4f > 0 EOMA.SERVICES THRU 12/25/21 a EOMA.SERVICES THRU 12/25/21 Q 332.000.64.594.76.41.00 22,124.4E EOMA.SERVICES THRU 12/25/21 N 125.000.68.595.61.41.00 2,161.4E N Total : 24,285.9( c PMT 5 ERPF HOUSEHOLD SUPPOF E E PMT 5 ERPF HOUSEHOLD SUPPOF M 142.000.39.518.63.41.00 30,702.2z U PMT 5 ERPF HOUSEHOLD SUPPOF 142.000.39.518.63.41.00 3,070.2E E Total: 33,772.45 u m r FAC MAINT - SUPPLIES/ GLOVES Q FAC MAINT - SUPPLIES/ GLOVES 001.000.66.518.30.31.00 216.0( 10.4% Sales Tax 001.000.66.518.30.31.00 22.4E Page: 28 Packet Pg. 89 vchlist 01 /20/2022 1:24:53PM Voucher List City of Edmonds 7.5.a Page: 29 Bank code : Voucher usbank Date Vendor Invoice PO # Description/Account Amoun 250983 1/20/2022 075635 WCP SOLUTIONS (Continued) 12600379 PARKS FACILITY MAINT SUPPLIES PARKS FACILITY MAINT SUPPLIES: E 001.000.64.576.80.31.00 943.2E a 10.4% Sales Tax L .3 001.000.64.576.80.31.00 98.1( 12602488 PARKS FACILITY MAINT SUPPLIES PARKS FACILITY MAINT SUPPLIES sa 001.000.64.576.80.31.00 186.6( Y 10.4% Sales Tax U 001.000.64.576.80.31.00 19.4- Total: 1,485.8: E .ii 250984 1/20/2022 073552 WELCO SALES LLC 8181 #10 REGULAR ENVELOPES FOR FI U #10 regular envelopes for Finance - C o 001.000.31.514.23.31.00 245.0( 10.4% Sales Tax o L 001.000.31.514.23.31.00 25.4E 0- Total : 270.4f Q 250985 1/20/2022 072634 WHISTLE WORKWEAR 402366 PM: WORK WEAR - ANDREW ROCI C%4 PM: WORK WEAR - ANDREW ROCI c N 001.000.64.576.80.31.00 143.9� 9.8% Sales Tax c 001.000.64.576.80.31.00 14.1 - E Total : 158.1( fd U 250986 1/20/2022 011900 ZIPLY FIBER 206-188-0247 TELEMETRY MASTER SUMMARY A, r- TELEMETRY MASTER SUMMARY A, m E 421.000.74.534.80.42.00 272.3E u TELEMETRY MASTER SUMMARY A, 423.000.75.535.80.42.00 272.3E Q 425-776-2742 LIFT STATION #7 VG SPECIAL ACC[ LIFT STATION #7 V/G SPECIAL ACC 423.000.75.535.80.42.00 26.4, Page: 29 Packet Pg. 90 vchlist 01 /20/2022 1:24:53PM Bank code: usbank Voucher Date Vendor 250986 1/20/2022 011900 011900 ZIPLY FIBER 115 Vouchers for bank code : usbank 115 Vouchers in this report Voucher List City of Edmonds 7.5.a Page: 30 Invoice PO # Description/Account Amoun (Continued) Total: 571.1: m Bank total : 1,018,664.8E E �a Total vouchers : 1,018,664.8E m L 3 c U m M U E 2 U 4- 0 Page: 30 Packet Pg. 91 M 0 L Q El N N O N O N E M V C d E t V f0 r Q 7.5.b vchlist 01/20/2022 5:41:32PM Bank code : usbank Voucher Date Vendor 1202022 1/20/2022 062693 US BANK Voucher List City of Edmonds Page Invoice PO # Description/Account Amoun 0091 DEC VISA - EW a� PAGLIACCI - PW WELLNESS INCEr E 001.000.22.518.10.31.10 167.3( ca JERSEY MIKES - WWTP WELLNES; m 001.000.22.518.10.31.10 137.5, 1522 1522 SHANNON BURLEY CREDIT C 3 ISSUU: Digital Craze 001.000.64.571.22.49.00 39.0< N 1807 HAW LEY CC - 1807 1/6/2022 NOBEL SAFE - LOCK BOX t 001.000.41.521.22.31.00 228.0( U 1880 parks 1880 PARKS CREDIT CARD E Amazon: Rec supplies: Desk calenda Z 001.000.64.571.22.31.00 8.6( o PCNametag: WOTS: Name tags, land R 117.100.64.573.20.31.00 643.0E p Amazon: Admin supplies: Ink cartridg Q. 001.000.64.571.21.31.00 242.7E Q 1 Regpack: EAC contract: administrab 117.100.64.573.20.41.00 3,000.0( N N N 1880 police ROBINSON CC 1880 - 1/6/2022 N HOBBS - DOG FOOD r 001.000.41.521.26.31.00 88.3� 0 PEER SUPPORT MATERIALS 3 001.000.41.521.10.31.00 92.6( 2519 POLICE 1 CC 2519 1/6/2022 FED EX SHIPPING aD E 001.000.41.521.10.42.00 117.91 U 2660.21 MONITORS, DOCKING STATION, OF ca CDW - APC Back -UPS - Qty 3, APC Q 512.100.31.518.88.35.00 349.4z Newegg.com - HP 5TW10UT USB-C 512.100.31.518.88.35.00 386.3E Newegg.com - Acer K22HQL 21.5" M Page: 1 Packet Pg. 92 vchlist 01/20/2022 5:41:32PM Bank code : usbank Voucher Date Vendor 1202022 1/20/2022 062693 US BANK Voucher List City of Edmonds 7.5.b Page: 2 Invoice PO # Description/Account Amoun (Continued) -� 512.100.31.518.88.35.00 499.9< Newegg.com - APC BE650G UPS E 512.100.31.518.88.35.00 195.3( Newegg.com - BESTEK 6 outlet Surg 512.000.31.518.88.31.00 16.5E m .3 Newegg.com - Tripp Lite Gigabit Mids 512.000.31.518.88.31.00 84.4- Newegg.com - Logitech MK270 Wirel f° 512.000.31.518.88.31.00 59.5� 2660.22 SHIPPING CHARGES, DIGICERT t DHL Express - Freight charges for U 512.100.31.518.88.35.00 170.1 £ •� Digicert Inc - Wildcard digital 512.000.31.518.88.48.00 869.9E o 2686 ZOOM, WELLNESS MEETING SUPF R Zoom - Standard Biz Annual Qty 37 0 001.000.62.524.10.42.00 60.4E Q. Zoom - Audio License - Qty 37 12/0& a a 001.000.62.558.60.49.00 18.1Z .� UPS Battery Replacement - Qty 5 N 512.000.31.518.88.31.00 194.1( N Wellness expense for Well City Awar( r 001.000.22.518.10.31.10 158.9z Costco Wellness expense for Well Ci 3 001.000.22.518.10.31.10 49.9- . Amazon - Mountable Power Strip - Qt 512.000.31.518.88.31.00 110.4E a� E Amazon - Webcam - Qty 4 512.000.31.518.88.31.00 160.3E 2985 WWTP: DOE WW RENEWAL CERT a DOE: 2022 W W Operator Renewals 423.000.76.535.80.49.71 980.0( DOE: credit card fee for ww operator 423.000.76.535.80.49.71 41.1 E Page: 2 Packet Pg. 93 vchlist 01/20/2022 5:41:32PM Bank code : usbank Voucher Date Vendor 1202022 1/20/2022 062693 US BANK Voucher List City of Edmonds 7.5.b Page: 3 Invoice PO # Description/Account Amoun (Continued) -� Amazon: Stapler & 2022 Operator DiE 423.000.76.535.80.31.00 63.4.E E Amazon: 2022 desk calendars & paps 423.000.76.535.80.31.00 102.5, Amazon: 2022 Planner L 423.000.76.535.80.31.00 25.31 Amazon: 1 2022 Desk Calendar Pad 423.000.76.535.80.31.00 R 23.1( N Amazon: Tissues 423.000.76.535.80.31.00 59.6( t Puget Sound Clean Air Agency: 2022 U 423.000.76.535.80.41.50 2,000.0( Amazon: Tide Detergents ($214.74 + 423.000.76.535.80.31.00 237.0E o Amazon: 2022 Operators Diary($50.6 423.000.76.535.80.31.00 55.8E o Amazon: Stapler $12.98 + $1.35 tax) Q. 423.000.76.535.80.31.00 14.3< Q Amazon: C fold towels ($131.56 + $1: ., 423.000.76.535.80.31.00 N 145.2z N Amazon: Ecos Laundry Detergent N 423.000.76.535.80.31.00 34.1( c 2985.21 WWTP: FOR DIARY & STAPLER Driver returned goods without 3 423.000.76.535.80.31.00 -63.4.E }; 3048.21 THOMPSON CC 3048 1/6/2022 a� PATROL MEASURING WHEEL E 001.000.41.521.22.31.00 44.1( U MEASURING TAPE AND REEL ca 001.000.41.521.22.31.00 21.6E Q CR1632 BATTERIES FOR SIGHTS 001.000.41.521.22.31.00 162.5E RETIREMENT PLAQUES 001.000.41.521.22.31.00 187.6£ Page: 3 Packet Pg. 94 vchlist 01/20/2022 5:41:32PM Bank code : usbank Voucher Date Vendor 1202022 1/20/2022 062693 US BANK Voucher List City of Edmonds 7.5.b Page: 4 Invoice PO # Description/Account Amoun (Continued) -� 3048.22 THOMPSON CC 3048-22 1/6/2022 CAROLINE - HARD DRIVE E 001.000.41.521.10.31.00 126.9E PRINT 11 X1 7 CERTIFICATES 001.000.41.521.10.31.00 m 6.2, .3 FINAL RETIREMENT PLAQUE 001.000.41.521.10.31.00 55.2( 4171 MCCLURE CC 4171 1/6/2022 N ICLOUD STORAGE 001.000.41.521.40.41.40 0.9� t 4697.21 RETIREMENT FRAMING DOHERTY U retirement framing Doherty E 001.000.21.513.10.41.00 76.2; Doherty retirement cupcakes o 001.000.22.518.10.49.00 41.0( R pens o 001.000.21.513.10.31.00 15.41 Q. rapid test COVID a a 001.000.21.513.10.49.00 26.4E .� retirement poster Moore N 001.000.21.513.10.41.00 81.7E N Canva monthly subscription 1/22 r 001.000.21.513.10.49.00 12.9E 4697.22 2022 WALL CALENDAR 3 2022 wall calendar 001.000.21.513.10.31.00 19.8" 4929.21 CALENDAR FOR C. WAYLAND IN BI E Calendar for C. Wayland in Build. Div 001.000.62.524.10.31.00 25.4( Calendars for Dev. Sery Dept.- a 001.000.62.524.10.31.00 21.2- Office supplies for Dev. Serv. Dept.- 001.000.62.524.10.31.00 196.4� Calendars for Dev. Serv. Dept. - Page: 4 Packet Pg. 95 vchlist 01/20/2022 5:41:32PM Bank code : usbank Voucher Date Vendor 1202022 1/20/2022 062693 US BANK Voucher List City of Edmonds 7.5.b Page: 5 Invoice PO # Description/Account Amoun (Continued) -� 001.000.62.524.10.31.00 166.8E r- E. Engmann registration for 2021 E 001.000.62.558.60.49.00 205.0( Seattle Times Subscription for DSD 001.000.62.524.10.49.00 m 58.5( .3 B. Shipleyt Creative Cloud All apps 001.000.62.558.60.49.00 58.5( A. Brokenshire Creative Cloud all app R 001.000.62.558.60.49.00 58.5( 4929.22 MAIL CHIMP ORDER DSD- t Mail Chimp order DSD- U 001.000.62.524.10.49.00 23.11 •E 5245 MACHADO CC 5245 1/6/2022 CAR RENTAL FOR TRAINING o 001.000.41.521.40.43.00 2,802.6� R 5401.21 SAUNDERS CC 5401 - 1/6/2022 0 LOGITECH MIC/HEADSET Q. 001.000.41.521.40.31.00 55.2( Q BROWN TRAINING 12/22/21 001.000.41.521.40.49.00 199.0( N TRIMBLE TRAINING 12/22/21 N 001.000.41.521.40.49.00 374.0( r DANIELS TRAINING 12/28/21 001.000.41.521.40.49.00 295.0( 3 5401.22 SAUNDERS CC 5401 1/6/2022 HARRIS TRAINING 1/18/22 c 001.000.41.521.40.49.00 a� 1,099.0( E HARRIS TRAINING FLIGHT 1/18/22 001.000.41.521.40.43.00 498.6( 20 5593 CITY CLERK'S CC Q wapro membership - gray 001.000.31.514.23.49.00 25.0( amazon office supplies 001.000.31.514.31.31.00 132.4E Page: 5 Packet Pg. 96 vchlist 01/20/2022 5:41:32PM Bank code : usbank Voucher Date Vendor 1202022 1/20/2022 062693 US BANK Voucher List City of Edmonds 7.5.b Page: 6 Invoice PO # Description/Account Amoun (Continued) -� Washington Association Clerk's 001.000.31.514.31.49.00 25.0( E 5593 CITY CLERK CC �a amazon office supplies credit memo 001.000.31.514.31.31.00 m -132.4E .3 5593.21 CITY CLERK'S CC amazon office supplies c 001.000.25.514.30.23.00 43.0, y 5639 PAYFLOW PAYMENT PROCESSOR Payflow payment processor 001.000.62.524.20.49.00 15.9E u Payflow payment processor E 001.000.62.558.60.49.00 15.9 Payflow payment processor o 001.000.67.518.21.49.00 15.9 -R 5810 5810 RICH LINDSAY CREDIT CARD 0 WA St Dept of Agriculture: Registratic Q. 001.000.64.576.80.49.00 12.0( Q WA St Dept of Agriculture: Pesticide 001.000.64.576.80.49.00 400.0( N Amazon: Cemetery supplies: Desk ca c 130.000.64.536.50.31.00 N 23.0 1 r 5919 5919 FRANCES CHAPIN CREDIT C/ Submittable: EAC Online Submission d L 117.100.64.573.20.41.00 3,604.0( 3 PCNametag: WOTS: Name tags, Lan 117.100.64.573.20.31.00 827.8, E PCNametag: WOTS: Name tags, Ian) U 117.100.64.573.20.31.00 309.E , 5923 CS/ECON DEV CREDIT CARD DEC[ Q Lunar New Year - Sticker Mule Purch� 001.000.61.557.20.31.00 183.7E 5923.21 CS/ECON DEV CREDIT CARD DECE Facebook Advertising Page: 6 Packet Pg. 97 vchlist 01/20/2022 5:41:32PM Bank code : usbank Voucher Date Vendor 1202022 1/20/2022 062693 US BANK Voucher List City of Edmonds 7.5.b Page: 7 Invoice PO # Description/Account Amoun (Continued) -� 001.000.61.557.20.41.40 50.0( Water for Employee Service Event E 001.000.61.557.20.49.00 12.8( Coffee for Employee Service Event 001.000.61.557.20.49.00 m 11.91 .3 Diversity Commission Film Series 001.000.61.557.20.41.40 4.4, Diveristy Commission - Lunar New Ye N 001.000.61.557.20.41.00 1,000.0- Uptown Holiday Trolley Advertisment t 001.000.61.558.70.41.40 48.0( U OfficeSpace website listing for E 001.000.61.558.70.41.00 100.0( Z 7573 SMITH CC - 7573 1/6/2022 - MARATHON DIGITAL TIMER 'R 001.000.41.521.11.35.00 69.5, o 8474.21 8474 JESSE CURRAN CREDIT CAR Q. Amazon: PM supplies: Sprinkler a a 001.000.64.576.80.31.00 122.4E .� Amazon: PM supplies: Gloves N 001.000.64.576.80.31.00 73.4- N WSU Pesticide Education: Class r 001.000.64.576.80.49.00 180.0( Amazon: PM supplies: Rope 3 001.000.64.576.80.31.00 115.9( Amazon: PM supplies: Wall calendar; 001.000.64.576.80.31.00 93.5E E Amazon: PM supplies: Desk calendar U 001.000.64.576.80.31.00 42.8- 8474.22 8474 JESSE CURRAN CREDIT CAR a PAYPAL: WSU Pesticide Study books 001.000.64.576.80.31.00 67.1- 9010 SPEER CC 9010 1/6/2022 X PR FLASH LIGHT Page: 7 Packet Pg. 98 vchlist 01/20/2022 5:41:32PM Voucher List City of Edmonds 7.5.b Page: 8 Bank code : usbank Voucher Date Vendor Invoice PO # Description/Account Amoun 1202022 1/20/2022 062693 US BANK (Continued) 001.000.41.521.21.35.00 635.6z r- 9573.21 ZOOM, DUO, DOMAIN NAME REGIE E ENOM Domain Name Registration - 512.000.31.518.88.49.00 45.2E Zoom - Cloud recording monthly (IT), L 001.000.25.514.30.42.00 44.1( 3 Zoom - Cloud recording monthly (IT), c 001.000.61.557.20.42.00 44.1 E N Zoom - Cloud recording monthly (IT), 001.000.23.512.50.42.00 54.1( t Zoom - Cloud recording monthly (IT), U 512.000.31.518.88.42.00 44.1 E •� Zoom - Cloud recording monthly (IT), 001.000.62.558.60.42.00 88.3, p ENOM Domain Name Registration R 512.000.31.518.88.49.00 14.5E p Duo.com - MFA monthly qty 90 Q. 512.000.31.518.88.48.00 270.0( Q 9644.21 OXG DEC 2021 .� USPS POSTAGE FOR PASSPORTS N 001.000.23.512.50.42.00 26.1( N 9644.22 USPS POSTAGE FOR PASSPORTS r USPS POSTAGE FOR PASSPORTS 001.000.23.512.51.42.00 15.9( 3 9821.21 GREENMUN CC 9821 1/6/2022 ZOOM MEMBERSHIP c 001.000.41.521.40.41.00 a� 16.5z E SELF ADHESIVE CARD POCKETS 001.000.41.521.22.31.00 9.8 60 PK SELF ADHESIVE CARD POCI Q 001.000.41.521.22.31.00 12.1 RETRACTABLE ID HOLDERS 001.000.41.521.22.31.00 79.1, PACKAGE PICK UP - DRONE RETUI Page: 8 Packet Pg. 99 vchlist 01/20/2022 5:41:32PM Bank code : usbank Voucher Date Vendor 1202022 1/20/2022 062693 US BANK 1 Vouchers for bank code : usbank 1 Vouchers in this report Voucher List City of Edmonds 7.5.b Page: 9 Invoice PO # Description/Account Amoun (Continued) -� 001.000.41.521.10.42.00 11.3E WIRE KEYCHAINS E 001.000.41.521.22.31.00 20.9E SWIVEL BOLT - 2 TRANSACTIONS 001.000.41.521.22.31.00 m 83.4( .3 USB C CHARGERS - PATROL 001.000.41.521.22.31.00 248.0( SCREEN PROTECTORS - DEPT CE N 001.000.41.521.22.31.00 52.9, SWIVEL BOLT - t 001.000.41.521.22.31.00 125.1( U COMMAND INDOOR HANGING STR E 001.000.41.521.40.49.00 69.1 £ Z APPLE CLOUD STORAGE - 001.000.41.521.40.31.00 0.9E R HALLWAY PHOTO FRAME 0 001.000.41.521.10.31.00 12.1, o. 9821.22 GREENMUN CC 9821-22 1/6/2022 CL a AIRCRAFT TESTING FEE .� 001.000.41.521.40.49.00 175.0( N TLO CHARGES N 001.000.41.521.21.41.00 90.6z r BID-9798.21 BID/ED! CREDIT CARD DECEMBER BID/Ed! FB Ads 3 140.000.61.558.70.41.40 902.3" BID-9798.22 BID/ED! CREDIT CARD DECEMBER BID/Ed! Zoom Meeting Charges Janu a� E 140.000.61.558.70.49.00 16.5z U Total : 29,585.7; Q Bank total : 29,585.7: Total vouchers : 29,585.7; Page: 9 Packet Pg. 100 vchlist 01/20/2022 5:41:32PM Bank code : usbank Voucher Date Vendor Voucher List City of Edmonds Invoice PO # Description/Account 7.5.b Page: 10 Amoun Page: 10 Packet Pg. 101 7.5.c PROJECT NUMBERS (By Project Title) Project Engineering Accounting Project Funding Project Title Number Number STM 174th St. & 71 st Ave Storm Improvements c521 im STM 175th St. SW Slope Stabilization c560 E21 FB STM 2018 Lorian Woods Study qMi s018 E8FA SWR 2019 Sewerline Replacement Project c516 E8GA STM 2019 Storm Maintenance Project c525 E8FC WTR 2019 Swedish Waterline Replacement c523 E8JA STIR 2019 Traffic Calming i038 E9AA STIR 2019 Traffic Signal Upgrades i045 E9AD UTILITIES 2019 Utility Rate & GFC Update s02O E8JB WTR 2019 Waterline Overlay i043 E9CB 2019 Waterline Replacement c498 E7JA STIR 2020 Guardrail Installations i046 EOAA 20 Overlay Progranla i042 STIR 2020 Pedestrian Safety Program i049 EODB STIR 2020 Pedestrian Task Force 02 STIR 2020 Traffic Calming _ i048 EOAC STIR 2020 Traffic Signal Upgrades i047 EOAB STIR 2020 Waterline Overlay i053 EOCC STIR 2021 Guardrail Installations iO57 E21AB STIR 2021 Overlay Program 051 E21 CA STIR 2021 Pedestrian Task Force i062 E21DB SWR 2021 Sewer Overlay Program i06O E21CC STM 2021 Stormwater Overlay Program i061 E21 CD STIR 2021 Traffic Calming i056 E21 AA WTR 2021 Waterline Overlay Program i059 E21CB STIR 2022 Guardrail Program i073 E22AC STIR 2022 Overlay Program i063 E22CA STIR 2022 Pedestrian Safety program i072 E22DA 2022 Sewerline Overlay Program i065 E22CC _ STIR 2022 Signal Upgrades i07O E22AA STIR 2022 Stormwater Overlay Program i066 E22CD STIR 2022 Traffic Calming Program 071 E22AB UTILITIES 2022 Utility Rate and GFC Study s03O E22NB STIR 2022 Waterline Overlay Program i064 E22CB 220th Adapti i028 E8AB STIR 228th St. SW Corridor Improvements i005 E7AC 11111110& 2j/3th St,ysland & Mj�c. Ramna i037 E8DC STIR 238th St. SW Walkway (100th Ave to 104th Ave) c423 E3DB 238th St. SW Walkway (Edmonds Way to Hwy 99) c485 STIR 76th Ave Overlay (196th St. to OVD) i052 E20CB STIR 76th Ave W & 220th St. SW Intersection Improvements i029 E8CA STIR 76th Ave W at 212th St SW Intersection Improvements c368 ElCA STIR 84th Ave W Overlay from 220th to 212th i031 E8CC STIR 89th PI W Retaining Wall i025 E7CD urb Ram i033 E8DB STIR Admiral Way Pedestrian Crossing iO4O E91DA STD Audible Pedestrian Signals i024 E7AB STM Ballinger Regional Facility Pre -Design s022 E9FA STIR Bikelink Project c474 E5DA STIR Citywide Bicycle Improvements Project i05O EODC SWR Citvwide CIPP Sewer Rehab Phase I c488 E6GB STIR Citywide Pedestrian Crossing Enhancements i026 E7DC Citywide Protected/Permissive Traffic Signal Conversion i015 E6AB PRK Civic Center Playfield (Construction) c551 EOMA PRK Civic Center Playfield (Design) c536 EOMA Revised 12129/2021 Packet Pg. 102 PROJECT NUMBERS (By Project Title) 7.5.c Project Engineering Accounting Project Funding Project Title Number Number WTR Dayton St. Utility Replacement Project (3rd Ave to 9th Ave) c482 E5JB MENfilfiiii Dayton Street Stormwater Pump Station c455 Jim FAC Edmonds Fishing Pier Rehab c443 E4MB Edmonds Marsh Water Quality Project c564 E21 FE STR Edmonds Street Waterfront Connector c478 E5DB WTR Elm St. Waterline Replacement 6 c561 E21JB STR Elm Way Walkway from 8th Ave to 9th Ave iO58 E21 DA WTR Five Corners Reservoir Re -coati c473 E51KA PM Fourth Avenue Cultural Corridor STR Hwy 99 Gateway Revitalization STR Hwy 99 Revitalization Stage 3 (224th-238th) STR Hwy 99 Revitalization Stage 4 (224th-220th) STM Lake Ballinger Associated Projects SWR Lake Ballinger Trunk Sewer Study SWR Lift Station #1 Basin & Flow Study STR Minor Sidewalk Program STM NPDES (Students Saving Salmon) GF Official Street Map & SidewalkIan Update STM OVD Slope Repair & Stabilization STM Perrinville Creek Flow Reduction Improvements c282 E8MA s014 E6AA i067 E22CE i068 E22CF c436 E4FD s011 E5GB c461 E4GC 017 E6DD m013 s025 m105 c552 STM Perrinville Creek Recovery Study s028 SWR Phase 10 Sewerline Replacement Project c566 WTR Phase 11 Annual Water Utility Replacement Project c549 WTR Phase 12 Annual Water Utility Replacement Project c558 WTR Phase 13 Waterline Replacement Project c565 Phase 2 Annual Storm Utility Replacement Project c547 STM Phase 3 Storm Utility Replacement Project c563 L STM Phase 4 Storm Utility Replacement Project c567' SWR Phase 8 Annual Sewer Replacement Project c548 SWR Phase 9 Annual Sewer Replacement Project c559 FAC PW Concrete Regrade & Drainage South c502 SWR Sanitary Sewer and Stormwater Pipe Rating Services c562 STM Seaview Park Infiltration Facility c479 STM Seaview Park Infiltration Facility Phase 2 c546 WWTP Sewer Outfall Groundwater Monitoring c446 STR SR 104 Adaptive Systems (136th-226th_ 9 STR SR Revitalization Stage 2 (Medians, Gateway Signage & Hawk Signal) i055 UTILITIES Standard Details Updates solo STM Storm Drain Improvements @ 9510 232nd St. SW c495 STM Stormwater Comp Plan Update s017 STR Sunset Walkway Improvements c354 STR Trackside Warning System c470 UTILITIES Utility Funds reserve Policies Study s029 STR Walnut St. Walkway (3rd-4th) i044 PRK Waterfront Development & Restoration (Construction) c544 PRK Waterfront Development & Restoration (Design) c496 PRK Waterfront Development & Restoration (Pre - Design) m103 STM Willow Creek Daylighting/Edmonds Marsh Restoration c435 WWTP WWTP Outfall Pipe Modifications c481 WTR Yost & Seaview Reservoir Assessment s026 WTR Yost & Seaview Reservoir Repairs and Upgrades m160 PRK Yost Park Infiltration Facili c556 E7FG EONA E7FA E20FC E21FC E22GA EOJA E21JA E22JA EOFB E21FD E22FA EOGA E21 GA E9MA E21 GB E5FD EOFA E4HA E22CG E20CE E5NA E7FB E6FD E1 DA E5AA E22NA E9DC E7MA E7MA E7MA E4FC E5HA EOJB E22JB E21 FA Revised 12/29/2021 Packet Pg. 103 7.5.c PROJECT NUMBERS (By Engineering Number) Engineering Project Project Accounting Funding Number Number i046 STR EOAB i047 o STR EOAC i048 STR EOCA i042 STR EOCC i053 STR EODA s024 STR i049 STR EODC i05O STM EO STM EOFB c547 SWR EOGA JL48 WTR EOJA c549 Project Title 2020 Guardrail Installations 2020 Traffic Signal Upgrades 2020 Traffic Calming 2020 Overlay Program 2020 Waterline Overlay 2020 Pedestrian Task Force 2020 Pedestrian Safety Prog Citywide Bicycle Improvements Project Seaview Park Infiltration Facility Phase 2 Phase 2 Annual Storm Utility Replacement Project Phase 8 Annual Sewer Replacement Projec Phase 11 Annual Water Utility Replacement Project WTR EOJB 26 Yost & Seaview Reservoir Assessment PRK EOMA c551 Civic Center Playfield (Construction) PRK EOMA c536 Civic Center Playfield (Design) MEOPME" - GF EONA s025 Official Street Map & Sidewalk Plan Update STR E1CA 76th Ave W at 212th St SW Intersection Improvements STR E1 DA c354 Sunset Walkway Improvements STR E20CB M 76th Ave Overlay (196th St. to OVD1 STR E20CE i055 SR Revitalization Stage 2 (Medians, Gateway Signage & Hawk Signal) STM Perrinville Creek Flow Reduction Improvem STR E21AA iO56 2021 Traffic Calming STR E21AB i057 2021 Guardrail Installations STR E21 CA 051 2021 Overlay Program WTR E21 CB i059 2021 Waterline Overlay Program SWR E21 CC i06O 2021 Sewer Overlay Program STM E21 2021 Stormwater Overlay Program STR E21 DA iO58 Elm Way Walkway from 8th Ave to 9th Ave STR r E21 DB M 2021 Pedestrian Task Force PRK E21 FA c556 Yost Park Infiltration Facility E21 FB � AMSW Slope Stabilization STM E21 FC s028 Perrinville Creek Recovery Study STM E21 FD e 3 Storm Utility Replacement Project STM E21 FE c564 Edmonds Marsh Water Quality Project MLSWR E21 GA JL59 Phase 9 Annual Sewer Replacement Proje SWR E21GB c562 Sanitary Sewer and Stormwater Pipe Rating Services WTR E21JA 8 Phase 12 Annual Water Utility Replacement Project WTR E21JB c561 Elm St. Waterline Replacement STR F99AA i07O 2022 Signal Upgrades STR E22AB i071 2022 Traffic Calming Program STR i073 2022 Guardrail Program STR E22CA i063 2022 Overlay Program STR i064 2022 Waterline Overlay Program STR E22CC i065 2022 Sewerline Overlay Program STR i066 2022 Stormwater Overlay Progra STIR E22CE i067 Hwy 99 Revitalization Stage 3 (224th-238th) STR E2 i068 Hwy 99 Revitalization Stage 4 (224th-220th) STR E22CG i069 SR-104 Adaptive Systems (136th-226th) STR E22DA i072 2022 Pedestrian Safety program STM E22FA c567 Phase 4 Storm Utility Replacement Project SW c566 Phase 10 Sewerline Replacement Project WTR E22JA c565 Phase 13 Waterline Replacement Project WTR m160 Yost & Seaview Reservoir Repairs and Upgrades UTILITIES E22NA s029 Utility Funds reserve Policies Study Revised 12/29/2021 Packet Pg. 104 7.5.c PROJECT NUMBERS (By Engineering Number) Engineering Project Project Accounting Funding Number Number Project Title UTILITIES E22NB s030 2022 Utility Rate and GFC Study STR E3DB c423 238th St. SW Walkway (100th Ave to 104th Ave) STM c435 Willow Creek Daylighting/Edmonds Marsh Restoration STM E4FD c436 Lake Ballinger Associated Projects STM E4FE c455 Dayton Street Stormwater Pump Station SWR E4GC c461 Lift Station #1 Basin & Flow Study WWTP E4HA JS c446 J�tfall Groundwater Monitoring FAC E4MB c443 Edmonds Fishing Pier Rehab STR E57 c470 cside Warning System STR E5DA c474 Bikelink Project STR E5DB c478 Edmonds Street Waterfront Connector STM E5FD c479 Seaview Park Infiltration Facility SWR E5GB 11 Lake Ballinger Trunk Sewer Study WWTP E5HA c481 WWTP Outfall Pipe Modifications WTR E5JB c482 Dayton St. Utility Replacement Project (3rd Ave to 9th Ave) WTR E5KA c473 Five Corners Reservoir Re -coating UTILITIES E5NA solo Standard Details Updates STR E6AA s014 Hwy 99 Gateway Revitalization STR E6AB i015 Citywide Protected/Permissive Traffic Signal Conversion STR E6DA c485 238th St. SW Walkway (Edmonds Way to Hwy 99) ST Minor Sidewalk Program STM E6FD s017 Stormwater Comp Plan Update SWR E6GB 88 Citywide CIPP Sewer Rehab Phase III STR E7AB i024 Audible Pedestrian Signals STR E7AC i005 228th St. SW Corridor Improvements STR E7CD i025 89th PI W Retaining Wall STR Citywide Pedestrian Crossing Enhancements STM E7FA m105 OVD Slope Repair & Stabilization IV STM E7FB Storm Drain Improvements @ 9510 232nd St. SW STM E7FG m013 NPDES (Students Saving Salmon) WT c498 2019 Waterline Replacert, PRK E7MA c544 Waterfront Development & Restoration (Construction) PRK E7Mq2WW c496 Waterfront Development & Restoration (Design) PRK E7MA m103 Waterfront Development & Restoration (Pre - Design) STR E8AB i028 220th Adaptive STR E8CA i029 76th Ave W & 220th St. SW Intersection Improvements STR i031 84th Ave W Overlay from 220th to 21 STR E8DB i033 ADA Curb Ramps STR E8DIff i037 238th St. Island & Misc. Ramps STM E8FA s018 2018 Lorian Woods Study STM E8FB St. & 71st Ave Storm Improvements STM E8FC c525 2019 Storm Maintenance Project SWJ& E8GJW c516 2019 Sewerline Replacement Proj4h WTR E8JA c523 2019 Swedish Waterline Replacement UTILITIES s020 Zulu utlilre & GFC Update PM E8MA c282 Fourth Avenue Cultural Corridor IV STR E9AA i038 2019 Traffic Calming STR E9AD i045 2019 Traffic Signal Upgrades WTR E9CB i043 2019 Waterline Overla STR E9DA i040 Admiral Way Pedestrian Crossing STR E9DC i044 Walnut St. Walkway (3rd-4th) STM E9FA s022 Ballinger Regional Facility Pre -Design FAC E9MA c502 PW Concrete Regrade & Drainage South Revised 12/29/2021 Packet Pg. 105 7.5.c PROJECT NUMBERS (By New Project Accounting Number) Engineering Project Project Accounting Funding Number Number Project Title PM E81MA c282 Fourth Avenue Cultural Corridor STIR E1 DA c354 Sunset Walkway Improvements STIR E1CA c368 76th Ave W at 212th St SW Intersection Improvements STIR E3DB c423 238th St. SW Walkway (100th Ave to 104th Ave) STM E4FC c435 Willow Creek Daylighting/Edmonds Marsh Restoration STM E4FD c436 Lake Ballinger Associated Projects FAC E4MB c443 Edmonds Fishing Pier Rehab WWTP E4HA c446 Sewer Outfall Groundwater Monitoring STM E4FE c455 Dayton Street Stormwater Pump Station SWR E4GC c461 Lift Station #1 Basin & Flow Study STIR E5AA c470 Trackside Warning System WTR E5KA c473 Five Corners Reservoir Re -coating STIR E5DA c474 Bikelink Project STIR E5DB c478 Edmonds Street Waterfront Connector STM E5FD c479 Seaview Park Infiltration Facility WWTP E5HA c481 WWTP Ouffall Pipe Modifications WTR E5J13 c482 Dayton St. Utility Replacement Project (3rd Ave to 9th Ave) STIR E6DA c485 238th St. SW Walkway (Edmonds Way to Hwy 99) SWR E6GB c488 Citywide CIPP Sewer Rehab Phase III STM E7FB c495 Storm Drain Improvements @ 9510 232nd St. SW PRK E7MA c496 Waterfront Development & Restoration (Design) WTR E7JA c498 2019 Waterline Replacement FAC E9MA c502 PW Concrete Regrade & Drainage South SWR E8GA c516 2019 Sewerline Replacement Project STM E8FB c521 174th St. & 71st Ave Storm Improvements WTR E8JA c523 2019 Swedish Waterline Replacement STM E8FC c525 2019 Storm Maintenance Project PRK EOMA c536 Civic Center Playfield (Design) PRK E7MA c544 Waterfront Development & Restoration (Construction) STM EOFA c546 Seaview Park Infiltration Facility Phase 2 STM EOFB c547 Phase 2 Annual Storm Utility Replacement Project SWR EOGA c548 Phase 8 Annual Sewer Replacement Project WTR EOJA c549 Phase 11 Annual Water Utility Replacement Project PRK EOMA c551 Civic Center Playfield (Construction) STM E20FC c552 Perrinville Creek Flow Reduction Improvements PRK E21 FA c556 Yost Park Infiltration Facility WTR E21JA c558 Phase 12 Annual Water Utility Replacement Project SWR E21 GA c559 Phase 9 Annual Sewer Replacement Project STM E21 FB c560 175th St. SW Slope Stabilization WTR E21JB c561 Elm St. Waterline Replacement SWR E21 GB c562 Sanitary Sewer and Stormwater Pipe Rating Services STM E21 FD c563 Phase 3 Storm Utility Replacement Project STM E21 FE c564 Edmonds Marsh Water Quality Project WTR E22JA c565 Phase 13 Waterline Replacement Project SWR E22GA c566 Phase 10 Sewerline Replacement Project STM E22FA c567 Phase 4 Storm Utility Replacement Project STIR E7AC i005 228th St. SW Corridor Improvements STIR E6AB i015 Citywide Protected/Permissive Traffic Signal Conversion STIR E6DD i017 Minor Sidewalk Program STIR E7AB i024 Audible Pedestrian Signals STIR E7CD i025 89th PI W Retaining Wall STIR E7DC i026 Citywide Pedestrian Crossing Enhancements STIR E8AB i028 220th Adaptive STIR E8CA i029 76th Ave W & 220th St. SW Intersection Improvements Revised 12/29/2021 Packet Pg. 106 7.5.c PROJECT NUMBERS (By New Project Accounting Number) Engineering Project Project Accounting Funding Number Number Project Title STIR E8CC 031 84th Ave W Overlay from 220th to 212th STIR E8DB i033 ADA Curb Ramps STIR E8DC i037 238th St. Island & Misc. Ramps STIR E9AA i038 2019 Traffic Calming STIR E9DA iO4O Admiral Way Pedestrian Crossing STIR EOCA i042 2020 Overlay Program WTR E9CB i043 2019 Waterline Overlay STIR E9DC i044 Walnut St. Walkway (3rd-4th) STIR E9AD i045 2019 Traffic Signal Upgrades STIR EOAA i046 2020 Guardrail Installations STIR EOAB i047 2020 Traffic Signal Upgrades STIR EOAC i048 2020 Traffic Calming STIR EODB i049 2020 Pedestrian Safety Program STIR EODC i05O Citywide Bicycle Improvements Project STIR E21 CA i051 2021 Overlay Program STIR E20CB i052 76th Ave Overlay (196th St. to OVD) STIR EOCC i053 2020 Waterline Overlay STIR E20CE i055 SR Revitalization Stage 2 (Medians, Gateway Signage & Hawk Signal) STIR E21 AA i056 2021 Traffic Calming STIR E21AB i057 2021 Guardrail Installations STIR E21 DA i058 Elm Way Walkway from 8th Ave to 9th Ave WTR E21 CB i059 2021 Waterline Overlay Program SWR E21 CC i06O 2021 Sewer Overlay Program STM E21CD i061 2021 Stormwater Overlay Program STIR E21DB i062 2021 Pedestrian Task Force STIR E22CA i063 2022 Overlay Program STIR E22CB i064 2022 Waterline Overlay Program STIR E22CC i065 2022 Sewerline Overlay Program STIR E22CD i066 2022 Stormwater Overlay Program STIR E22CE i067 Hwy 99 Revitalization Stage 3 (224th-238th) STIR E22CF i068 Hwy 99 Revitalization Stage 4 (224th-220th) STIR E22CG i069 SR-104 Adaptive Systems (136th-226th) STIR E22AA i07O 2022 Signal Upgrades STIR E22AB i071 2022 Traffic Calming Program STIR E22DA i072 2022 Pedestrian Safety program STIR E22AC i073 2022 Guardrail Program STM E7FG m013 NPDES (Students Saving Salmon) PRK E7MA m103 Waterfront Development & Restoration (Pre - Design) STM E7FA m105 OVD Slope Repair & Stabilization WTR E22JB m160 Yost & Seaview Reservoir Repairs and Upgrades UTILITIES E5NA solo Standard Details Updates SWR E5GB s011 Lake Ballinger Trunk Sewer Study STIR E6AA s014 Hwy 99 Gateway Revitalization STM E6FD s017 Stormwater Comp Plan Update STM E8FA s018 2018 Lorian Woods Study UTILITIES E8J13 s02O 2019 Utility Rate & GFC Update STM E9FA s022 Ballinger Regional Facility Pre -Design STIR EODA s024 2020 Pedestrian Task Force GF EONA s025 Official Street Map & Sidewalk Plan Update WTR EOJB s026 Yost & Seaview Reservoir Assessment STM E21 FC s028 Perrinville Creek Recovery Study UTILITIES E22NA s029 Utility Funds reserve Policies Study UTILITIES E22NB s03O 2022 Utility Rate and GFC Study Revised 12129/2021 Packet Pg. 107 7.5.c PROJECT NUMBERS (By Funding) Project Engineering Accounting Project Funding ProiectTitle Number Number FAC Edmonds Fishing Pier Rehab c443 E4MB FAC PW Concrete Regrade & Drainage South c502 E9MA GF Official Street Map & Sidewalk Plan Update s025 EONA PM Fourth Avenue Cultural Corridor c282 E8MA PRK Civic Center Playfield (Construction) c551 EOMA PRK Civic Center Playfield (Design) c536 EOMA PRK Waterfront Development & Restoration (Construction) c544 E7MA PRK Waterfront Development & Restoration (Design) c496 E7MA PRK Waterfront Development & Restoration (Pre - Design) m103 E7MA PRK Yost Park Infiltration Facility c556 E21 FA STM 174th St. & 71 st Ave Storm Improvements c521 E8FB STM 175th St. SW Slope Stabilization c560 E21 FB STM Phase 4 Storm Utility Replacement Project c567 E22FA STM 2018 Lorian Woods Study s018 E8FA STM 2019 Storm Maintenance Project c525 E8FC STM 2021 Stormwater Overlay Program i061 E21 CD STM Ballinger Regional Facility Pre -Design s022 E9FA STM Phase 3 Storm Utility Replacement Project c563 E21 FD STM Dayton Street Stormwater Pump Station c455 E4FE STM Lake Ballinger Associated Projects c436 E4FD STM NPDES (Students Saving Salmon) m013 E7FG STM OVD Slope Repair & Stabilization m105 E7FA STM Perrinville Creek Flow Reduction Improvements c552 E20FC STM Perrinville Creek Recovery Study s028 E21 FC STM Phase 2 Annual Storm Utility Replacement Project c547 EOFB STM Seaview Park Infiltration Facility c479 E5FD STM Seaview Park Infiltration Facility Phase 2 c546 EOFA STM Storm Drain Improvements @ 9510 232nd St. SW c495 E7FB STM Stormwater Comp Plan Update s017 E6FD STM Willow Creek Daylighting/Edmonds Marsh Restoration c435 E4FC STM Edmonds Marsh Water Quality Project c564 E21 FE STR 2019 Traffic Calming i038 E9AA STR 2019 Traffic Signal Upgrades i045 E9AD STR 2020 Guardrail Installations i046 EOAA STR 2020 Overlay Program i042 EOCA STR 2020 Pedestrian Safety Program i049 E0D13 STR 2020 Pedestrian Task Force s024 EODA STR 2020 Traffic Calming i048 EOAC STR 2020 Traffic Signal Upgrades i047 EOAB STR 2021 Guardrail Installations i057 E21 AB STR 2021 Overlay Program i051 E21 CA STR 2021 Traffic Calming iO56 E21AA STR 228th St. SW Corridor Improvements i005 E7AC STR 238th St. Island & Misc. Ramps i037 E8DC STR 238th St. SW Walkway (100th Ave to 104th Ave) c423 E3DB STR 238th St. SW Walkway (Edmonds Way to Hwy 99) c485 E6DA STR 76th Ave Overlay (196th St. to OVD) iO52 E20CB STR 76th Ave W & 220th St. SW Intersection Improvements i029 E8CA STR 76th Ave W at 212th St SW Intersection Improvements c368 ElCA STR 84th Ave W Overlay from 220th to 212th i031 E8CC STR 89th PI W Retaining Wall i025 E7CD STR Hwy 99 Revitalization Stage 3 (224th-238th) i067 E22CE STR Hwy 99 Revitalization Stage 4 (224th-220th) iO68 E22CF STR SR-104 Adaptive Systems (136th-226th) i069 E22CG STR ADA Curb Ramps i033 E8DB Revised 12/29/2021 Packet Pg. 108 7.5.c PROJECT NUMBERS (By Funding) Project Engineering Accounting Project Funding ProiectTitle Number Number STIR Admiral Way Pedestrian Crossing 040 E9DA STIR Audible Pedestrian Signals i024 E7AB STIR Bikelink Project c474 E5DA STIR Citywide Bicycle Improvements Project i05O EODC STIR Citywide Pedestrian Crossing Enhancements 026 E7DC STIR Citywide Protected/Permissive Traffic Signal Conversion i015 E6AB STIR Edmonds Street Waterfront Connector c478 E5DB STIR Elm Way Walkway from 8th Ave to 9th Ave i058 E21 DA STIR Hwy 99 Gateway Revitalization s014 E6AA STIR Minor Sidewalk Program i017 E6DD STIR SR Revitalization Stage 2 (Medians, Gateway Signage & Hawk Signal) 055 E20CE STIR Sunset Walkway Improvements c354 E1 DA STIR Trackside Warning System c470 E5AA STIR Walnut St. Walkway (3rd-4th) i044 E9DC STIR 2021 Pedestrian Task Force 061 E21 DB STIR 2022 Overlay Program i063 E22CA STIR 2022 Waterline Overlay Program 064 E22CB STIR 2022 Sewerline Overlay Program i065 E22CC STIR 2022 Stormwater Overlay Program 066 E22CD STIR 2022 Signal Upgrades i07O E22AA STIR 2022 Traffic Calming Program 071 E22AB STIR 2022 Pedestrian Safety program i072 E22DA STIR 2022 Guardrail Program 073 E22AC STIR 2020 Waterline Overlay i053 EOCC STIR 220th Adaptive 028 E8AB SWR 2019 Sewerline Replacement Project c516 E8GA SWR 2021 Sewer Overlay Program 060 E21 CC SWR Citywide CIPP Sewer Rehab Phase III c488 E6GB SWR Lake Ballinger Trunk Sewer Study s011 E5GB SWR Lift Station #1 Basin & Flow Study c461 E4GC SWR Phase 8 Annual Sewer Replacement Project c548 EOGA SWR Phase 9 Annual Sewer Replacement Project c559 E21 GA SWR Sanitary Sewer and Stormwater Pipe Rating Services c562 E21 GB SWR Phase 10 Sewerline Replacement Project c566 E22GA UTILITIES 2019 Utility Rate & GFC Update s02O E8JB UTILITIES Standard Details Updates solo E5NA UTILITIES Utility Funds reserve Policies Study s029 E22NA UTILITIES 2022 Utility Rate and GFC Study s030 E22NB WTR 2019 Swedish Waterline Replacement c523 E8JA WTR 2019 Waterline Overlay 043 E9CB WTR 2019 Waterline Replacement c498 E7JA WTR 2021 Waterline Overlay Program 059 E21 CB WTR Dayton St. Utility Replacement Project (3rd Ave to 9th Ave) c482 E5JB WTR Elm St. Waterline Replacement c561 E21JB WTR Five Corners Reservoir Re -coating c473 E5KA WTR Phase 11 Annual Water Utility Replacement Project c549 EOJA WTR Phase 12 Annual Water Utility Replacement Project c558 E21JA WTR Yost & Seaview Reservoir Assessment s026 EOJB WTR Phase 13 Waterline Replacement Project c565 E22JA WTR Yost & Seaview Reservoir Repairs and Upgrades m160 E22JB WWTP Sewer Outfall Groundwater Monitoring c446 E4HA WWTP WWTP Outfall Pipe Modifications c481 E5HA Revised 12/29/2021 Packet Pg. 109 7.6 City Council Agenda Item Meeting Date: 01/25/2022 Authorize the advertisement of a Request for Proposals for Job Order Contracting Staff Lead: Rob English Department: Public Works & Utilities Preparer: Royce Napolitino Background/History During the 2019 Legislative Sessions, RCW 39.10.420-460 was amended to allow all public agencies to use Job Order Contracting (JOC) for public works projects when a determination is made that the use of job order contracts will benefit the public. March 9, 2021- The Parks and Public Works committee and the Finance committee approved the Job Order Contracting agenda bill for consent on the City Council's full agenda. April 6, 2021 - The City Council consented the approval of Job Order Contracting initiating staff process for advertising a Request for Proposal. May 18, 2021 - The City Council called for a full presentation of Proposal and Professional Services agreement. July 6, 2021- The City Council approved a Professional Services Agreement(PSA) for JOC services with Gordian, Inc. January 11, 2021 - The Parks & Public Works Committee reviewed this item and placed it on the consent agenda for approval. Staff Recommendation Authorize the advertisement of the Request for Proposals for Job Order Contracting. Narrative The objectives of the City's JOC program are to rapidly engage contractors in the performance of small to medium sized public works projects; to reduce construction, design, and planning costs; and to develop relationships and contracts with contractors to more quickly and efficiently respond to emergency situations. The JOC program is anticipated to be utilized in several different departments/divisions including Public Works Engineering & Construction, Road Maintenance, Wastewater, Surface Water, Facilities, Parks, Recreation and Cultural Services and other public works areas/projects. Attached is the Request for Proposals (RFP) for Job Order Contracting General Construction Services. The RFP has been developed in coordination with Gordian Inc. and the City Attorney's office. Staff is Packet Pg. 110 7.6 requesting authorization to advertise the RFP and request proposals for the City's Job Order Contracting Program. Attachments: City of Edmonds - Request for Proposals JOC Packet Pg. 111 7.6.a City of Edmonds Request for Proposals Job Order Contracting General Construction Services 2022 RFP due date no later than March 7, 2022, 2:00 p.m. Pacific Local Time Point of Contact: Thom Sullivan, Facilities Manager, Thom.SuIIivan@edmondswa.gov RFP Timeline Event Date Issue Date January 31, 2022 Mandator Pre -Proposal Meeting February 14, 2022, 1:30 p.m. — 2:30 p.m. Deadline for Final Questions February 18, 2022, 5:00 p.m. Pacific Local Time Proposal Due Date March 7, 2022, 2:00 p.m. Pacific Local Time Award Late April 2022 Contract Start Date May 2022 Contract Term Two (2) years with one (1) bilateral option term of one (1) year Information & Addenda Detailed proposal information including the scope of work and all submittal requirements can be obtained from Builder's Exchange of Washington, http://www.bxwa.com. "Posted Projects", "Public Works", "City of Edmonds". It is the Proposer's responsibility to check for addenda and other new documents on-line. The Request for Proposal may be examined at the Engineering Division on the second floor of Edmonds City Hall, 121 Fifth Avenue North, Edmonds, WA 98020 by appointment only. E-mail Rob English at Robert. English@edmondswa.gov to schedule an appointment. Page 1 of 134 Packet Pg. 112 7.6.a Virtual Pre -Proposal Meeting Information The purpose of this pre -proposal conference will be to discuss and answer questions regarding this solicitation and the project scope. It is mandatory that Proposers attend in order to facilitate questions regarding this project. Please join City of Edmonds and Gordian to review Edmonds's JOC RFP. Join the Zoom meeting on your computer or mobile app: https://edmondswa-gov.zoom.us/m/81153370365?pwd=TmIGK2ptMl FZVURZY1ZMdHh5K2xlZz09 Meeting ID: 811 5337 0365 Passcode:240907 Submittal Requirements Submit Sealed Proposals to: City of Edmonds, City Hall, 121 5th Ave North, Edmonds, WA 98020 Clearly label the outside of the sealed envelope containing one (1) unbound original proposal, one (1) flash drive in pdf format, and one (1) sealed price sheet containing the Proposal Name and contact information listed above. Only Proposals that arrive in the City Clerk's office by the deadline will be considered. The City will post its Intent to Award on March 28, 2022 on the City's website at: https://edmondswa.qov/cros/one.aspx?portal Id=16495016&pageld=17278052. NOTICE: Edmonds City Hall is closed to all visitors as a precaution to mitigate the spread of COVID-19. In order to provide a fair and transparent RFP process, the following procedures will be in place. • Proposal Submittal — Ryan Hague, the City's project manager, will be available outside the City Hall main entrance (121 5th Ave North, Edmonds, WA) to receive sealed proposals beginning at 1:45 on March 7, 2022. Proposers who arrive before this time shall call Ryan Hague at (425) 367-2138 and arrange to meet him at City Hall to drop-off their sealed proposal. • Proposal Opening — The proposals will be opened and read aloud at 2:15 PM via a live internet stream and concurrent conference call. Proposers who are interested in seeing/hearing the proposal opening may use either of the following: o Join a live stream of the proposal opening at the following website: https://edmondswa-gov.zoom.us/m/81153370365?pwd=TmIGK2ptMl FZVURZY1 ZMdHh5K2xlZz09 Meeting ID: 811 5337 0365 Passcode:240907 Join the conference call by dialing in from any phone at (253) 215-8782. Meeting ID: 811 5337 0365 Questions All questions must be in writing and submitted to Thom Sullivan, Facilities Manager, at Thom. SuIIivan(cr edmondswa.gov. Unauthorized contact regarding this Request for Proposal with City of Edmonds employees or Proposers may result in disqualification. Questions via phone will not be accepted. Any oral communications will be considered unofficial and non -binding on the City of Edmonds. Proposers should rely only on written statements issued by the individual named above. Page 2 of 134 Packet Pg. 113 7.6.a The City of Edmonds reserves the right to reject any or all proposals, and to waive irregularities or informalities in the proposal or in the RFP. No Proposer may withdraw their proposal after the hour set for the opening thereof or before award of contract. Title VI Requirements The City of Edmonds, 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 Proposers that 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. If you have questions, please contact Rob English at (425) 771-0220 or via e-mail at Robert. English(a-_)edmondswa.gov. For information about this project in another language, you may request, free of charge, language assistance services by contacting Rob English. Si tiene alguna pregunta, comuniquese con Rob English al (425) 771-0220 o por correo electronico a Robert. English@edmondswa.gov. Si desea obtener informacion sobre este proyecto en otro idioma, puede solicitar servicios gratuitos de asistencia linguistica poniendose en contacto con Rob English. Page 3 of 134 Packet Pg. 114 7.6.a TABLE OF CONTENTS 1. INSTRUCTIONS 1.1 Proposal Submittal Page 6 1.2 Proposal Closing Page 6 1.3 Offer Period Page 6 1.4 Request for Due Date Extension Page 6 1.5 Withdrawal of Proposal Page 6 1.6 Single Response Page 7 1.7 Evaluation & Award Page 7 1.8 Waiver of Minor Administrative Irregularities Page 7 1.9 Excluded Parties Page 7 1.10 Business License Page 7 1.11 Protest Procedures Page 8 1.12 Non -Endorsement Page 8 1.13 Proprietary Material Submitted/Public Disclosure Page 8 1.14 Cost of Preparing Proposals Page 9 1.15 Cooperative Purchasing Page 9 2. SPECIFICATIONS 2.1 Request for Proposals Intent Summary Page 10 2.2 Contract Value Page 10 2.3 Contractor License Fee/Identity of Unit Price Book to be Used Page 10 2.4 Scope of Work Page 11 2.5 Key Personnel Page 12 2.6 Job Order Contracting Process Overview Page 12 2.7 Compliance with Applicable Codes, Laws, and Regulations Page 13 2.8 Federal Regulations Page 13 2.9 Adjustment Factors Page 13 2.10 Mandatory Qualifications Page 14 2.11 Prevailing Wage Compliance Page 15 2.12 Intents and Affidavits Page 16 2.13 Performance and Payment Bonds Page 16 2.14 Retainage Bond Page 16 2.15 Option to Extend Page 16 2.16 Option Year Price Increase Page 16 2.17 Payment Page 17 2.18 Compliance with OMWBE Goals and Good Faith Effort Page 17 3. PROPOSAL SUBMITTAL REQUIREMENTS 3.1 Submittal Requirements Page 17 3.2 Content and Format Page 18 4. PROPOSAL EVALUATION PROCESS 4.1 General Page 18 4.2 Contract Award and Execution Page 18 4.3 Evaluation Criteria Page 18 FORMS: 4.02 Contractor Commitment and Information Page 21 4.03 Price Sheet Page 22 4.04 Questionnaire Page 23 Page 4 of 134 Packet Pg. 115 7.6.a 4.05 Certificate of Non-Debarment/Suspension Page 25 Certification of Compliance with Wage Payment Statutes Page 26 Job Order Contract Page 27 Performance Bond Page 35 Payment Bond Page 36 Retainage Bond Page 37 5. GENERAL CONDITIONS Table of Contents Page 39 6. FEMA SUPPLEMENTARY CONDITIONS Page 127 7. JOB ORDER CONTRACT TITLE VI APPENDICES 1 AND 2 Page 133 8. CONSTRUCTION TASK CATALOG® TECHNCIAL SPECIFICATIONS Links Provided on Page 11 Page 5 of 134 Packet Pg. 116 7.6.a SECTION 1 - INSTRUCTIONS 1.1 PROPOSAL SUBMITTAL The City Clerk must receive the Proposer's proposal in its entirety by 2:00 p.m. Pacific Time on the Due Date. Proposals arriving after the deadline will be returned unopened. All timely submitted proposals and accompanying documentation will become the property of the City of Edmonds as provided in Section 1.13. Proposal pricing must be submitted on the forms provided in this document in a sealed envelope. To receive consideration for award, the proposal shall be completed and signed by an authorized representative of the Proposer. Submission of a proposal constitutes acceptance of the procedures, evaluation criteria, and other instructions of this RFP. A Proposer may only withdraw a proposal as provided in Section 1.5. 1.2 PROPOSAL CLOSING At the appointed time, the names of the Proposers who submitted proposals will be read aloud at an administrative opening. The opening will be held via an online virtual platform. Information to access the administrative opening will be posted on the City's website calendar at least one (1) week before the submittal due date. 1.3 OFFER PERIOD All proposals submitted shall remain open for ninety (90) days from the submittal bid due date. The City of Edmonds reserves the right to extend this period. 1.4 REQUEST FOR DUE DATE EXTENSION Proposers may request an extension of the Proposal Due Date. A Proposer shall supply any justification and additional information that will facilitate an evaluation and decision by the City of Edmonds. Any approved extension will be issued in an addendum and applicable to all Proposers desiring to submit a proposal. 1.5 WITHDRAWAL OF PROPOSALS Proposers may withdraw a proposal which has been submitted at any time up to the Proposal Due Date and time. To accomplish this, a written request signed by an authorized representative of the Proposer must be submitted to the RFP Coordinator named on the Request for Proposals cover sheet. The Proposer may submit another proposal at any time up to that due date and time. Unless otherwise determined by the RFP Coordinator, no Proposer may withdraw or modify its proposal after the hour set for the opening thereof. Page 6 of 134 Packet Pg. 117 7.6.a 1.6 SINGLE RESPONSE At the City of Edmond's sole discretion, it may deem a single response to the RFP as a failure of competition, and in the best interest of the City of Edmonds, the single proposal may be rejected, and the RFP may be cancelled. 1.7 EVALUATION & AWARD The City of Edmonds will award a contract to the responsive and responsible Proposer(s) whose offer(s) best meet the needs of the City or, at the City's sole discretion, reject any and all Proposals. a. Responsive Proposer — A business entity or individual who has submitted a proposal that fully conforms in all material respects to the Request for Proposals (RFP) and all of its requirements, including all form and substance. b. Responsible Proposer — A business entity or individual who has the financial and technical capacity to perform the requirements of the RFP solicitation and subsequent contract. 1.8 WAIVER OF MINOR ADMINISTRATIVE IRREGULARITIES The City of Edmonds reserves the right, at its sole discretion, to waive minor administrative irregularities and informalities contained in any proposal submitted and accepted by the City. The City further reserves the right to make awards to the responsible Proposer whose proposal is determined to be the most advantageous to the City of Edmonds. The City of Edmonds reserves the right to reject any and all Proposals 1.9 EXCLUDED PARTIES All Proposers must certify that they are not on the United States Comptroller General's list of ineligible contractors nor the list of parties excluded from Federal procurement or non - procurement programs. See https://www.sam.gov. Any proposal received from a Proposer who does not so certify, or who has been deemed ineligible or excluded, shall be rejected by the City. 1.10 BUSINESS LICENSE As mandated by Edmonds City Code 4.72.020, if awarded a contract, the Awarded Job Order Contractor shall obtain a City of Edmonds business license prior to the execution of the contract and shall maintain the business license in good standing throughout the term of the contract. Page 7 of 134 Packet Pg. 118 7.6.a 1.11 PROTEST PROCEDURES The City of Edmonds shall provide a protest period of at least ten (10) business days following the day of the announcement of the apparent successful proposal(s) to allow a protester to file a detailed statement of the grounds of the protest. Any Proposer wishing to protest must file a detailed written statement of the grounds of the protest, noting the bid number, with the City Clerk no later than 5:00 pm on the second business day. The City shall promptly make a determination on the merits of the protest and provide to all Proposers a written decision of denial or acceptance of the protest. The City shall not execute the protested contract until two (2) business days following the City's decision on the protest. 1.12 NON -ENDORSEMENT In selecting a Proposer(s) to provide services to the City of Edmonds, the City is neither endorsing nor suggesting that the Proposer's services are the best or only solution to the City's needs. The Proposer agrees to make no reference to the City of Edmonds in any literature, promotional material, brochures, sales presentation or the like without the prior review and express written consent of the City of Edmonds. 1.13 PROPRIETARY MATERIAL SUBMITTED/PUBLIC DISCLOSURE A. Property of the City of Edmonds Unless withdrawn as provided in Section 1.5, all materials submitted in response to this RFP shall become the property of the City of Edmonds. Selection or rejection of a proposal does not affect this right of ownership. In this section, the term "proposal" is generic and refers to proposals, statements of qualification, letters of interest and any other material submitted in response to this RFP. B. Proposals are Public Records Pursuant to Chapter 42.56 RCW and other statutes regarding public agencies, all materials submitted under this RFP shall be considered a public record and except to the extent protected by state and/or federal laws will be available for inspection and copying by the public following contract award. Records will not be released by the City of Edmonds prior to contract award in order to protect the integrity of the procurement process, unless otherwise required by law. C. Public Records Exemption / Notice of RCW 39.10.470 In accordance with RCW 39.10.470, trade secrets (as defined in RCW 19.108.010) or other proprietary information submitted by a Proposer in connection with this RFP might not be subject to public disclosure under chapter 42.56 RCW if the Proposer specifically states in writing the reasons why protection from disclosure is necessary and identifies the data or materials to be protected. Proposers shall specifically designate and clearly label as "CONFIDENTIAL" any and all such materials or portions thereof that they deem to contain trade secrets or other proprietary information. Proposers should carefully consider what is truly confidential and should not mark an entire proposal as confidential. The Proposer shall provide the legal basis for the exemption to the City upon request. If the City receives a request for such information and the City's non -disclosure of such information is challenged in a court of competent jurisdiction, the Proposer shall, at its sole cost and expense, be responsible for defending the nondisclosure before the court. Page 8 of 134 Packet Pg. 119 7.6.a D. Proposals Not Marked as Confidential If a proposal or other material does not clearly identify the "CONFIDENTIAL" portions, the City will not notify the Proposer that its proposal will be made available for inspection and copying, and the City may publicly disclose such non -clearly identified portion with no liability whatsoever to the Proposer. E. Process for Disclosing Information If a request is made for disclosure of material or any portion marked "CONFIDENTIAL," the City will determine whether the material should be made available under the law. If the City determines that the material is subject to disclosure and a notification request has been specifically made, the City will seek to notify the Proposer of the request and allow the proposer ten (10) business days after such notification to take appropriate legal action in Superior Court at the Proposer's sole expense and liability. If the Proposer does not within such ten (10) business days serve the Office of the City Attorney with a copy of an order entered by the Superior Court that expressly prohibits the City from disclosure of the material marked "CONFIDENTIAL," then the Proposer will be deemed to have consented to the public disclosure of the material marked "CONFIDENTIAL" and the City may publicly disclose such material without any liability whatsoever to the Proposer. F. Indemnification by Proposer To the extent that the City withholds from disclosure all or any portion of a Proposer's material marked "CONFIDENTIAL", the Proposer, by submitting a proposal in response to this RFP, agrees to indemnify, defend and hold harmless the City of Edmonds from all lawsuits, liabilities, losses, damages, penalties, attorneys' fees and costs the City incurs arising from or relating to such withholding from disclosure. G. Consent to Procedure Proposers, by submission of materials marked "CONFIDENTIAL", acknowledge and agree that the City will have no obligation to advocate for nondisclosure in any forum and has no liability whatsoever to any Proposer for the disclosure of any material or record of any kind when that disclosure is in accordance with applicable law or in accordance with an order applying applicable law entered by the Superior Court or a Washington appellate court. By submitting a proposal, the Proposer consents to the procedure in this Section as its sole remedy and waives and releases all claims against the City arising from the City's actions taken in accordance with this procedure. 1.14 COST OF PREPARING PROPOSALS The City of Edmonds is not liable for any costs incurred by Proposers in the preparation and presentation of proposals and demonstrations submitted in response to this Request for Proposals. 1.15 COOPERATIVE PURCHASING Chapter 39.34 RCW allows cooperative purchasing between public agencies in the State of Washington. Public agencies that file an Interlocal Joint Purchasing Agreement with the City of Edmonds may wish to procure the goods and/or services herein offered by the selected Proposer(s). The selected Proposer(s) shall have the option of extending the same cost, terms, and conditions offered to the City of Edmonds to other public agencies under a separate Page 9 of 134 Packet Pg. 120 7.6.a agreement, contract or purchase order(s). The City of Edmonds is not liable in any regard for such agreement, contracts or purchase orders. Each public agency accepts responsibility for compliance with any additional or varying laws and regulations governing purchase by or on behalf of the public agency. The City of Edmonds accepts no responsibility for the performance of the Proposer(s) in providing goods and/or services to other public agencies, nor any responsibility for the payment price to the Proposer(s) for other public agency purchases. SECTION 2 - SPECIFICATIONS 2.1 INTENT SUMMARY / REASONS FOR USING JOB ORDER CONTRACTS The City of Edmonds has determined that the use of the Job Order Contracting system benefits the public by providing an effective means of reducing total lead-time, facilitating collaboration between the Job Order Contractor and design team, and reducing cost for public works projects. Through the use of unit price books and Job Orders, time consuming, costly aspects of traditional public works processes can be eliminated. As a part of the Job Order Contracting program, the City is accepting proposals from experienced contractors. The City expects a collaborative process of project procurement that combines the commitment, expertise and skills of the City and the Job Order Contractor(s) to achieve the completion of projects in the best interest of the public. 2.2 CONTRACT VALUE The Minimum Contract Value for each awarded Contract is $25,000. The awarded Job Order Contractor(s) are each guaranteed to receive the opportunity to perform Job Orders totaling at least $25,000 during the Base Term of their Contract. The Estimated Annual Value per Contract is $2,000,000 per year. Job Order Contractor(s) may be issued Job Orders exceeding the Estimated Annual Value during any year of their Contract. Job Order Contractor(s) are not guaranteed to receive this volume of Job Orders. It is merely an estimate. The City has no obligation to issue Job Orders in excess of the Minimum Contract Value. The City reserves the right to issue up to the maximum amount specified in RCW 39.10.440, which is up to $4 Million per Job Order Contractor per year. The Maximum Contract Value shall not exceed the value set forth in the RCW. The maximum dollar amount for a Job Order is $500,000, excluding Washington state sales and user tax. 2.3 CONTRACTOR LICENSE FEE / IDENTITY OF UNIT PRICE BOOK TO BE USED The City selected The Gordian Group's (Gordian) Job Order Contracting ("JOC") System for their JOC program. The Gordian JOC Solution includes Gordian's proprietary JOC System Software and JOC applications (JOC Applications) and construction cost data (Construction Task Catalog®), which shall be used by the Job Order Contractor solely for the purpose of fulfilling its obligations under its Job Order Contract, including preparation and submission of Job Order Proposals, subcontractor lists, and other requirements specified by the City. The Job Order Contractor's use, in whole or in part, of Gordian's JOC Applications, Construction Task Page 10 of 134 Packet Pg. 121 7.6.a Catalog® and other proprietary materials provided by Gordian for any purpose other than to execute work under its Job Order Contract for the City is strictly prohibited unless otherwise approved in writing by Gordian. Job Order Contractor(s) shall be required to execute Gordian's JOC System License and Fee Agreement and pay a one percent (1%) JOC System License Fee to Gordian to obtain access to the Gordian JOC Solution. Should Gordian, or any applicable tax authority, conclude that any sales and/or use tax shall be imposed on any part of the of the transactions contemplated herein, said tax shall be collected from the Job Order Contractor, in addition to the fees set forth herein, and remitted by Gordian. The JOC System License Fee applies to all Job Orders issued to the Job Order Contractor under the terms of its Job Order Contract. Job Order Contractor(s) shall include the JOC System License Fee in the Adjustment Factors. Links to the Job Order Contract Construction Task Catalog° (CTC) and Technical Specifications: https://fortive.box.com/s/s7915eVgwg7h7obhfi0p7pn9zp3ldbtz 2.4 SCOPE OF WORK The City is seeking to obtain the services of experienced general construction contractors with work experience similar to the type of work the City may procure through its Job Order Contracting program. A Job Order Contract is an indefinite quantity construction contract pursuant to which the Job Order Contractor may perform an ongoing series of individual projects at different locations and facilities under the jurisdiction of the City. Job Order Contracting is typically used for small to medium sized repair and rehabilitation work, replacement in kind projects, and minor new construction. The Contract Documents include a Construction Task Catalog° containing Pre -priced Tasks for construction work with preset Unit Prices. All Unit Prices are based on local labor, material and equipment costs and are for the direct cost of construction. As a part of the Job Order Contracting program, the City is accepting proposals from experienced contractors. Job Order Contracts will be awarded through an advertised process. It is the intent of the City to award Job Order Contracts to no more than three (3) separate contractors using the evaluation factors and the relative weight of the Adjustment Factors. Award(s) will be made to the highest scored contractor(s). Thereafter, as work is identified, the Job Order Contractor will attend a Joint Scope Meeting with the City to review and discuss the proposed work. The City will prepare a Detailed Scope of Work and issue a Request for Job Order Proposal to the Job Order Contractor. The Job Order Contractor will then prepare a Job Order Proposal including a Price Proposal, construction schedule, list of proposed subcontractors, and other requested documentation. The value of the Price Proposal shall be determined by summing the total of the following calculation for each Pre -priced Task: Unit Price x quantity x Adjustment Factor, plus the value of all Non-Prepriced Tasks. The Job Order Price shall equal the value of the approved Price Proposal. If the Job Order Proposal is found to be complete and accurate, the City may issue a Job Page 11 of 134 Packet Pg. 122 7.6.a Order to the Job Order Contractor. A Job Order will reference the Detailed Scope of Work and set forth the Job Order Completion Time and the Job Order Price. The Job Order Contractor will be paid the Job Order Price for completing the Detailed Scope of Work within the Job Order Completion Time. Extra work, credits, and deletions will be contained in a Supplemental Job Order. 2.5 KEY PERSONNEL The Job Order Contractor agrees to provide all key personnel necessary to perform all work, including the individuals who were named in the proposal submitted in response to this Request for Proposals. These key personnel shall remain assigned for the duration of the awarded Job Order Contract, unless otherwise agreed to in writing by the City, which shall not be unreasonably withheld. In the event the Job Order Contractor proposes to substitute any of the key personnel designated in the proposal, the individual(s) proposed must demonstrate similar qualifications and experience as required to successfully perform such duties. The City shall have the sole right to determine whether key personnel proposed as substitutes are qualified to work on the project. The Job Order Contractor and its subcontractors must obtain and maintain, during the Contract Term, all licenses required by state or local laws, codes, regulations or rules. The Job Order Contractor shall, upon request of the City, submit to the City evidence that it and its subcontractors hold the required licenses and that those licenses are current. 2.6 JOB ORDER CONTRACTING PROCESS OVERVIEW • Projects are identified by City departments. • The Job Order Contractor jointly scopes the work with the City. • The Job Order Contractor prepares a Detailed Scope of Work. • The City reviews the scope of work, modifies the scope as applicable and requests a price proposal from the Job Order Contractor. • The Job Order Contractor prepares a Job Order Proposal for the Project including a Price Proposal, Schedule, list of Subcontractors, Sketches or Drawings, and other requested documentation. • If the Job Order Proposal is found to be complete and reasonable, a Job Order may be issued. • A Job Order will reference the Detailed Scope of Work and set forth the completion time and price. The price will be a lump sum, fixed price for the completion of the Detailed Scope of Work. • A separate Job Order will be issued for each Project. Extra work, credits, and deletions will be contained in Supplemental Job Orders. All Job Orders issued prior to the expiration of the Job Order Contract shall be performed and completed as part of such contract. Payments will be made, and the guarantee period will continue after the contract term has expired. All terms and conditions of the Job Order Contract apply to each Job Order. Page 12 of 134 Packet Pg. 123 7.6.a 2.7 COMPLIANCE WITH APPLICABLE CODES, LAWS, AND REGULATIONS The Work shall be conducted by the Job Order Contractor in strict accordance with the Contract Documents and all applicable Federal, State, and City laws, regulations and codes, including, but not limited to: • City of Edmonds Standard Plans, as required per Job Order. • WSDOT Standard Specifications for Road, Bridge, and Municipal Construction, current edition, and all amendments • Manual of Uniform Traffic Control Devices (MUTCD) • Environmental Protection Agency and Washington Department of Ecology Standards • Others, as required 2.8 FEDERAL REGULATIONS At times the City is a recipient of federal funding. When a Job Order is funded with federal funds, the City will attach any grant terms, conditions and special requirements that will be applicable to the Job Order. The Job Order Contractor must abide by all federal terms and conditions in effect for that Job Order. Current Federal clauses are attached for reference. 2.9 ADJUSTMENT FACTORS 1. Proposers must provide five separate Adjustment Factors. The Adjustment Factors are as follows: • Normal Working Hours (General Facilities): Monday thru Friday 7:00 am to 4:00 pm except City holidays; • Other Than Normal Working Hours (General Facilities): Monday thru Friday 4:01 pm to 6:59 am and all day Saturday, Sunday and City holidays; • Normal Working Hours (Secured Facilities): Monday thru Friday 7:00 am to 4:00 pm except City holidays; • Other Than Normal Working Hours (Secured Facilities): Monday thru Friday 4:01 pm to 6:59 am and all day Saturday, Sunday and City holidays; • Non-Prepriced: For Non-Prepriced Work. 2. The Other than Normal Working Hours Adjustment Factors must be equal to or greater than the Normal Working Hours Adjustment Factors. The Non-Prepriced Adjustment Factor must be equal to or greater than 1.0000. 3. For proposal evaluation purposes only, the following work distributions shall be used to determine the Proposal Criteria Figure: Adjustment % Weight Factor (For Evaluation Only) Normal Working Hours 40% (General Facilities) Page 13 of 134 Packet Pg. 124 7.6.a Other than Normal Working 10% Hours General Facilities Normal Working Hours 30% Secured Facilities Other than Normal Working 10% Hours Secured Facilities Non-Prepriced 10% 4. The Construction Task Catalog® is priced at a net value of 1.0000. The price shall be an increase to (e.g., 1.1000) or decrease from (e.g., 0.9500) the Unit Prices listed in the Construction Task Catalog®. Proposers who submit Adjustment Factors other than as listed above may be considered non -responsive and their proposal may be rejected. 5. Material price spike adjustment: For the purpose of this clause, a "major spike" is defined as a spike in a specific material cost of more than 25% above what the cost of that material was on the date the Construction Task Catalog® was issued. In the event a major spike occurs in a specific material cost, the Contractor may submit a request for a price modification to a Unit Price or individual Job Order. In order to initiate such a request, the Contractor shall, a) identify the specific material that has experienced a major spike, b) identify Pre -priced Task(s) or Job Orders that require the material experiencing a major spike, and c) demonstrate that the spike exists by submitting a minimum of three quotes on material supplier letterhead to show that the current price meets the "major spike" definition above. The City, after review of a request, may elect to adjust the Unit Price or Job Order by considering it a NPP item. The adjustment will be for the difference between the material cost at the time the Construction Task Catalog® was issued times the quantity stated in the Job Order. The adjustment will not include any other markup, and the NPP adjustment factor will not apply. The City, at its option, may also determine that a 25% or more decrease in a material cost warrants the same NPP adjustment downward in the Unit Price or a Job Order. 2.10 MANDATORY QUALIFICATIONS 1. Proposers must meet the qualifications described in this section or be subject to disqualification from the RFP process. To be considered responsible to be awarded a Job Order Contract, the Proposer must: (a) At the time of proposal submittal, have a certificate of registration in compliance with Chapter 18.27 RCW; (b) Have a current state Unified Business Identifier (UBI) number; (c) If applicable, have Industrial Insurance coverage for the Proposer's employees working in Washington as required in Title 51 RCW; an Employment Security Department number as required in Title 50 RCW; and a Washington State Department of Revenue state excise tax registration number as required in Title 82 RCW; Page 14 of 134 Packet Pg. 125 7.6.a (d) Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3); (e) For public works projects subject to the apprenticeship utilization requirements in RCW 39.04.320, not have been found out of compliance by the Washington State Apprenticeship and Training Council for working apprentices out of ratio, without appropriate supervision, or outside their approved work processes as outlined in their standards of apprenticeship under Chapter 49.40 RCW for the one-year period immediately preceding the date of the RFP; and (f) Have received training from the Washington State Department of Labor & Industries or a training provider approved by the Department on the requirements related to public works and prevailing wages under Chapter 39.04 RCW and Chapter 39.12 RCW unless the Proposer has completed three (3) or more public works projects and has had a valid business license in Washington for three (3) or more years, and (g) Within the three-year period immediately preceding the date of the RFP, not have been determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of Chapter 49.46, 49.48, or 49.52 RCW. 2. Subcontractor Responsibility: The Awarded Job Order Contractor shall include the language of this Section 1 in each of its first tier subcontracts and shall require each of its subcontractors to include the same language 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 Awarded Job Order Contractor shall verify that each of its first -tier subcontractors meets the following bidder responsibility criteria: a. At the time of bid submittal, have a current certification of registration in compliance with Chapter 18.27 RCW. b. Have a current Washington State Unified Business Identifier (UBI) number. c. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). d. If applicable: i. Have Industrial Insurance (Workers' Compensation) coverage for the subcontractor's employees working in Washington State, as required in Title 51 RCW; ii. Have a Washington State Employment Security Department number, as required in Title 50 RCW; and iii. Have a Washington State Department of Revenue state excise tax registration number, as required in Title 82 RCW. e. Have an electrical contractor license, if required by Chapter 19.28 RCW. f. Have an elevator contractor license, if required by Chapter 70.87 RCW. 2.11 PREVAILING WAGE COMPLIANCE Job Order Contractors shall pay prevailing wages for all work that would otherwise be subject to the requirements of Chapter 39.12 RCW. Prevailing wages for all work performed pursuant to each Job Order must be the rates in effect at the time the individual Job Order is issued. Page 15 of 134 Packet Pg. 126 7.6.a Some Job Orders may be funded through federally programs. For these Job Orders, Job Order Contractors shall be compliant with the Davis Bacon Act, Copeland Anti -Kickback Act and all other relevant federal clauses as provided with the Job Order. Contractors must pay prevailing wages or Davis -Bacon wages, whichever is higher. 2.12 INTENTS AND AFFIDAVITS Each Job Order issued will require the submittal of a "Statement of Intent to Pay Prevailing Wages" and an "Affidavit of Wages Paid" that have been approved by the Washington State Department of Labor and Industries by the Job Order Contractor and any subcontractors. 1. The City of Edmonds must have a copy of the approved forms before it will make payment(s) to the Job Order Contractor. 2. The applicable wage rate for the work is the rate in effect on the date the Job Order is issued. 3. Upon contract execution and prior to the performance of Job Orders, the Job Order Contractor must submit to the City a copy of the Statement of Intent to Pay Prevailing Wages as it was filed online with the Washington State Department of Labor and Industries. 2.13 PERFORMANCE AND PAYMENT BONDS A Payment Bond and a Performance Bond for the Job Order Contract are required. Each bond will be in the penal sum no less than $2,000,000. Additionally, a "Letter of Bondability" issued by a surety licensed in the state of Washington demonstrating that the surety will provide bonds to the Job Order Contractor of up to $4,000,000 is required. In the event the parties agree to extend the Base Term, or if the cumulative amount of Work issued and not yet completed and accepted exceeds the bonded amounts, the Job Order Contractor shall deliver new Payment and Performance Bonds or rider(s) as required by the City. Job Order Contractors must use a Performance Bond form and a Payment Bond form acceptable to the City. 2.14 RETAINAGE BOND The City requires each Job Order Contractor to provide a Retainage Bond in the penal sum equal to $100,000. If the cumulative amount of required Retainage under Chapter 60.28 RCW exceeds this amount, the Job Order Contractor shall deliver a rider or a new Retainage Bond as required by the City. The Job Order Contractor must use a Retainage Bond form acceptable to the City. 2.15 OPTION TO EXTEND The parties may mutually elect to extend the Job Order Contract for one (1) additional year, in which case all contract terms and conditions will remain unchanged for the extension year. 2.16 OPTION YEAR PRICE INCREASE See Article 17 of the General Conditions, attached hereto for reference. Page 16 of 134 Packet Pg. 127 7.6.a 2.17 PAYMENT The City will make one (1) payment for all Job Orders that have a Job Order Completion Time of 45 days or less, or a Job Order Price of $25,000 or less. For all other Job Orders, the City may make partial, monthly payments based on a percentage of the work completed. Before submitting an Application for Payment (Final or Partial) the Job Order Contractor shall reach an agreement with the City's Project Manager concerning the percentage complete of the detailed Scope of Work and the dollar value for which the Application for Payment may be submitted. No down payment or advance payment of any kind will be made. Washington State law requires proof that the materials have been furnished, the services rendered, or the labor performed as described before payment may be made. All invoices must list the Job Order number and, along with supporting documents, be submitted to: City of Edmonds Attn: JOC Contract Administrator [To email address as directed by the City] 2.18 COMPLIANCE WITH OMWBE GOALS AND GOOD FAITH EFFORT Proposers must include in their proposal a good faith effort statement to comply with the Washington State OMWBE inclusion plan. Proposers must also submit their Diverse Business Inclusion Plan. Prior to the first Job Order, the City may approve, in consultation with the OMWBE Office or the equivalent local agency, the Job Order Contractor's Diverse Business inclusion Plan. This plan and tracking system should be reviewed by the JOC Steering Committee, comprised of representatives from both the City and the Job Order Contractor. The Diverse Business Inclusion Plan covers the entire Job Order Contract performance period and is not required at the Job Order level. SECTION 3 — PROPOSAL SUBMITTAL REQUIREMENTS 3.1 Submittal Requirements The City shall adhere to RCW 39.10.430. Proposals will be evaluated by the following: A. The following documents and qualifications are required and will be evaluated: Minimum Qualifications per Section 4 2. Form 4.02 Contractor Commitment and Information 3. Responses to Form 4.04 Questionnaire — Sections 1, 2, 3 and 4 4. Form 4.05 Debarment Form 5. Certification of Compliance with Wage Payment Statutes 6. Excluded Parties Listing System Search 7. Form 4.03 Price Sheet (must be included with proposal in a separate sealed envelope only) Page 17 of 134 Packet Pg. 128 7.6.a B. Awarded Job Order Contractor(s) will be requested to provide the following documents as part of the Award package: 1. Signed Contract 2. Performance Bond 3. Payment Bond 4. Retainage Bond 5. Insurance Certificate(s) 6. W-9 7. City of Edmonds Business License 3.2 Content and Format Clearly label the outside of the sealed envelope containing one unbound original proposal and one (1) flash drive in pdf format. Form 4.03 Price Sheet must be included with proposal in an additional separate sealed envelope only. Suggested response format: • Standard 8 1/2" x 11" paper; • Single sided, numbered pages; • Typed with a minimum of 11-point font; • Foldouts containing charts, spreadsheets, exhibits are permissible; • Brochures or other reference documentation may be included separately. SECTION 4 — PROPOSAL EVALUATION PROCESS 4.1 GENERAL All proposals will be reviewed to determine compliance with the requirements as specified in the RFP. Proposals will be evaluated on how well the proposal meets the needs of the City, as described in the Proposer's response to each requirement and the evaluation criteria identified in the RFP. It is important that the responses be clear and complete so that the evaluators can adequately understand all aspects of the proposal. 4.2 CONTRACT AWARD AND EXECUTION A contract award will be made for the proposal(s) that best meets the needs of the City of Edmonds. The award of a Job Order Contract to the successful Proposer(s) will be notice of acceptance. The award of a Job Order Contract will bind the Proposer to furnish the service in accordance with the information herein, responses to questions, the Proposer's proposal, other representations made, as well as all other terms and conditions of the Job Order Contract in its final form. 4.3 EVALUATION CRITERIA A City of Edmonds evaluation panel will review and score proposals in accordance with the requirements stated in this RFP. Page 18 of 134 Packet Pg. 129 7.6.a 1. Preliminary Evaluation of Minimum Qualifications 2. Phase 1: Evaluation of Responses to Questionnaire 4.04 3. Phase 2: Evaluation of Adjustment Factor Proposal 4.03 Minimum Qualifications: Preliminary Evaluation: The proposals will be reviewed to ensure the proposal meets the following minimum qualifications. If the minimum qualifications are not satisfied, the proposal will be eliminated from consideration. # Points Description 1 Eligibility Pass/Fail Minimum qualifications: • Registered/Licensed Contractor; • UBI number; • Current Employment Security account; • Current Dept. of Revenue account; • Current Worker's Compensation account • Not be disqualified from bidding on public works contracts Page 19 of 134 Packet Pg. 130 7.6.a Proposals will then be evaluated based on the following weighted criteria and how well the proposal meets the requirements as described in the RFP. Phase 1: Criteria Criteria Points Description 1 Qualifications and 50 Evaluate responses to Relevant Questionnaire 4.04. Experience 2 Technical 75 Evaluate responses to Capability, Questionnaire 4.04. Approach and Capacity 3 Communication and 50 Evaluate responses to Customer Service Questionnaire 4.04. 4 Risk, Performance 25 Evaluate responses to and Quality Questionnaire 4.04. which Assurance includes past performance on similar contracts Total 200 Evaluators will then open the sealed envelopes from the highest scoring firms containing Form 4.03 Price Sheet. Form 4.03 Price Sheet (must be included with proposal in a separate sealed envelope only) Phase 2: Criteria Criteria Points Description 5 Price Proposal 100 Evaluate Proposers' Adjustment Factors to determine fairness and reasonableness, points will be based on the perceived value of the proposal response in relation to the listed scope of work. Page 20 of 134 Packet Pg. 131 7.6.a FORM 4.02 PROPOSER COMMITMENT AND INFORMATION - SUBMITTAL REQUEST FOR PROPOSALS 2022 - JOB ORDER CONTRACTING FOR GENERAL CONSTRUCTION SERVICES Company Name: Company Address: City: State: ZIP: Tax ID #: UBI#: Contractor's License #: State of Washington Department of Employment Security # Legal status of organization, i.e., corporation, partnership, sole proprietorship. Contact Name (if different from Authorizing Official): Contact Title: Contact Email: Contact Direct Phone: Contact Address (If different from above): City: State: ZIP: By responding to this RFP, the Proposer understands and agrees to be bound by all requirements and contract terms and conditions contained in this RFP. By signing this form, the Proposer acknowledges receipt and understanding of any and all addenda issued for this RFP. This form, signed by an individual authorized to legally commit the Proposer, shall be submitted as the cover page. The Proposer also certifies that: • 1 am authorized to commit my company to this proposal and that the information herein is valid for 120 days from this date. • That all information presented herein is accurate and complete and that the scope of work can be performed as presented in this proposal upon the City's request. • That I have had an opportunity to ask questions regarding this proposal and that those questions have been answered • That this proposal response is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting an offer for this proposal and is in all respects fair and without collusion or fraud. Authorizing Official Name: Authorizing Official Email: Authorizing Official Signature: Authorizing Official Title: Authorizing Official Phone: Page 21 of 134 Packet Pg. 132 7.6.a FORM 4.03 PRICE SHEET - SUBMITTAL REQUEST FOR PROPOSAL 2022 - JOB ORDER CONTRACTING FOR GENERAL CONSTRUCTION SERVICES Proposer Name: This form must be included with proposal in a separate sealed envelope Specify all Adjustment Factors to (4) decimal places. Use conventional rounding methodology (i.e., if the number in the 5th decimal place is 0-4, the number in the 4th decimal remains unchanged; if the number in the 5th decimal place is 5-9, the number in the 4th decimal is rounded upward). If any of the Adjustment Factors are not specified to the 4th decimal, the remaining decimals will be considered to be zero. The Other Than Normal Working Hours Adjustment Factor must be greater than or equal to the Normal Working Hours Adjustment Factor. The Non-Prepriced Task Adjustment Factor must be greater than or equal to 1.0000. The City reserves the right to make arithmetic corrections, if any. In the event of discrepancy between th Adjustment Factors and the calculation of the Proposal Criteria Figure, the individual Adjustment Factor; in the column titled "Proposed Adjustment Factors" will prevail and will be used to calculate the Proposal Criteria Figure. When submitting Job Order Price Proposals related to specific Job Orders, the Job Order Contractor must utilize one or more of the Adjustment Factors applicable to the Work being performed. Having carefully examined the contract documents prepared by the City of Edmonds and having familiarized ourselves with the JOC procurement system and procedure for ordering work, the undersigned proposes to perform the Tasks required by each individual Job Order using the following Adjustment Factors: Proposed X Adjustment Factor Name Adjustment Factor Multiplier = Total 1 Normal Working Hours (General X 0.40 = Facilities 2' Other Than Normal Working Hours 0.10 = General Facilities)X 3 Normal Working Hours (Secured X 0.30 = Facilities 4' Other Than Normal Working Hours X 0.10 = (Secured Facilities) 5. Non-Prepriced Work X 0.10 = Add all the Total amounts in the right column. _ The Sum of these Total amounts is the Proposal Criteria Figure. Note: The weighted percentages (x multiplier) are for the purpose of calculating the Proposal Criteria Figure only. No assurances are made by the City that Work will be ordered under the Contract in a distribution consistent with the weighted percentages. The Proposal Criteria Figure is only used for the purpose of determining the lowest proposed price. It is not used to prepare Price Proposals. When preparing Price Proposals, the Job Order Contractor shall use one or more of the Adjustment Factors written above. Page 22 of 134 Packet Pg. 133 7.6.a FORM 4.04 QUESTIONNAIRE Proposers shall complete this "Questionnaire" providing the information in the same order requested below. Proposers may emphasize in their narrative any areas of their proposal that they believe exceed the City's requirements. Qualifications and Relevant Experience A. Briefly describe your company. Include: • how long the company has been in the business under the current name; • approximate volume of annual work; • an estimated percentage of work that is subcontracted; • percentage of work that is general contracting; • percentage of work that is Job Order Contracting; and • total number of staff dedicated to Job Order Contracting contracts. B. Describe the qualifications of your company, its business experience and achievements. C. Who are you proposing to be the project manager, superintendent and contract coordinator if awarded this contract? What is their experience with job order contracting? What are their years of experience, years in industry, years with the company, year(s) of applicable licenses, etc. Provide a list of three (3) major projects that person has been involved in and their role. D. Provide names, tenure, roles, and responsibilities for other key team members E. What is your staff turnover rate annually for the past five (5) years? F. Describe your company's prior subcontracting experience and ability to manage multiple subcontractors working on multiple project sites simultaneously. G. What characteristics most distinguish your company from your competitors? 2. Technical Capability, Approach, and Capacity A. What is your approach to managing multiple subcontractors? Describe your execution, management, and control of a sample Job Order project. B. Describe how your company will select subcontractors and the basis for such selection. C. Describe your company's quality assurance and inspection policy. D. Provide your company's minority and women's business enterprises business plan. Identify, in specific detail, how the company will maximize participation of certified women and minority business enterprises under this Job Order Contract. E. Provide your company's local business utilization plan. Identify, in specific detail, how the company will maximize participation of local businesses under this Job Order Contract. Local businesses are considered those businesses located in the City of Edmonds. Page 23 of 134 Packet Pg. 134 7.6.a F. Describe your approach to subcontracting versus self -performing the work with your own forces. Identify the types of work the Proposer intends on self - performing. G. What is your availability for this Project? Please include a statement of other work currently under way or anticipated to be in progress during the time frame of this Project and show how you intend to schedule projects, so this Project is accomplished as well. H. Describe your process to ensure compliance with Washington State laws and regulations. 3. Communication and Customer Services A. How will your project manager communicate with the City of Edmonds' project manager in all phases of the Job Order Contract? (How often are status reports provided)? B. Describe your company's policy for correcting defective workmanship. C. Describe your company's approach to achieving Customer Satisfaction. D. Where is your company's office located and what are your customer service hours? 4. Risk, Performance, and Quality Assurance A. Provide a list of current and past Job Order Contracts. Priority should be on providing current and active contracts within the past five (5) years that demonstrate successful contract performance. Include the following for each reference: a. Entity name and full address; b. Point of contact name, title, e-mail address, and phone number; c. Contract title, number, start and completion dates; d. Describe the job orders, clearly indicating the scope of work for which you were responsible. Detailed project information and/or pictures are not required but may be submitted at the Proposer's discretion. Submit projects that have achieved final acceptance after January 1, 2018. e. Describe any problems or major issues encountered during the projects listed and what was done to resolve it. B. Have you defaulted on any contracts within the past three (3) years or failed to meet contract terms? If so, describe. Page 24 of 134 Packet Pg. 135 7.6.a FORM 4.05 CERTIFICATE OF NON -DEBARMENT / SUSPENSION - SUBMITTAL CERTIFICATION REGARDING DEBARMENT, SUSPENSION AND OTHER INELIGIBILITY AND VOLUNTARY EXCLUSION LOWER TIER COVERED TRANSACTIONS The Lower Tier Participant (Applicant for a third -party subcontract or subgrant under a federally funded project), , hereinafter referred to as Contractor, certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in this transaction by any federal department or agency. Where the Contractor is unable to certify to any of the statements in this certification, such Contractor shall attach an explanation to this submittal. The Contractor, , certifies or affirms the truthfulness and accuracy of the contents of the statements submitted on or with this certification and understands that the provisions of 31 U.S.C. Section 3801 et sea. are applicable thereto. Signature of Authorized Official Title of Authorized Official Date THIS FORM SHALL BE COMPLETED AND RETURNED BY THE PRIME CONTRACTOR WITH THEIR ORIGINAL PROPOSAL PACKAGE Page 25 of 134 Packet Pg. 136 7.6.a CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES SUBMITTAL The Proposer hereby certifies that, within the three-year period immediately preceding the RFP date (January 31, 2022), the Proposer is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Proposer's Business Name: Signature of Authorized Official*: Printed Name: Title: Date: Check One: City: State: Sole Proprietorship ❑ Partnership ❑ Joint Venture ❑ Corporation ❑ State of Incorporation, or if not a corporation, State where business entity was formed: If a co -partnership, give firm name under which business is transacted: * If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co- partnership, proposal must be executed by a partner. Page 26 of 134 Packet Pg. 137 7.6.a CITY OF EDMONDS, WASHINGTON JOB ORDER CONTRACT THIS JOB ORDER CONTRACT (hereinafter "the Contract") is entered into by and between the City of Edmonds (hereinafter "the City") and [Insert Contractor's Name] (hereinafter "the Contractor"). The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: SECTION 1— WORK The Contractor shall complete all Work as specified or indicated in the Contract Documents The Work is generally described as follows: The Work of this Contract will be set forth in each Detailed Scope of Work referenced in the individual Job Orders. The Contractor is required to complete each Detailed Scope of Work for the Job Order Price within the Job Order Completion Time. The value of the Job Order Price Proposal shall be calculated by summing the total of the calculation for each Pre -priced Task (Unit Price x quantity x Adjustment Factor) plus the value of all Non-Prepriced Tasks. SECTION 2 — CITY REPRESENTATIVES 2.1 Project Manager: The City will appoint a Project Manager for each Job Order, who shall be the City's representative, assume all duties and responsibilities and have the rights and authority assigned to the Project Manager in the Contract Documents in connection with completion of the Work in accordance with the Job Order and the Contract Documents. 2.2 Contract Administrator: The JOC Contract Administrator is designated by the City to manage the Job Order Contracting program for the City. The Contract Administrator will oversee the execution of the program on behalf of the City and will provide overall guidance to the Project Managers and Contractor(s) in the execution of Job Orders. The Contract Administrator shall intervene in disputes or disagreements between the Project Manager and the Contractor. The Contract Administrator also may exercise any authority granted to Project Managers under the Contract Documents with respect to any Job Order at any time. SECTION 3 — CONTRACT TIME 3.1 The Base Term of the Contract is two (2) years. 3.2 There is one (1) bilateral Option Term. Both parties must agree to extend the Contract for the Option Term. The duration of the Option Term is one year. 3.3 The City and the Contractor may agree to extend the Option Term. Page 27 of 134 Packet Pg. 138 7.6.a 3.4 All Job Orders issued during the term of this Contract shall be valid and in effect notwithstanding that the Detailed Scope of Work may be performed, payments may be made, and/or the guarantee period may continue after the Contract term has expired. All terms and conditions of the Contract apply to each Job Order. 3.5 The Contractor shall commence work upon issuance of a Job Order and shall complete the Detailed Scope of Work for the Job Order Price within the Job Order Completion Time. SECTION 4 — CONTRACT PRICE 4.1 The City shall pay the Contractor for completion of each Detailed Scope of Work in accordance with the Contract Documents. 4.2 The Contract is an indefinite -quantity contract for general construction work and services. The Minimum Contract Value of Job Orders that the Contractor is guaranteed the opportunity to perform under this Contract is Twenty -Five Thousand Dollars ($25,000). The Estimated Annual Value is two Million Dollars ($2,000,000) for the City's Job Order Contracting Program. The City reserves the right to issue up to the maximum amount specified in RCW 39.10.40 of Four Million Dollars ($4,000,000) per year or such greater amount that may be authorized by statute. The Maximum Contract Value shall not exceed the value set forth in the RCW. 4.3 The Contractor is not guaranteed to receive the Estimated Annual Value. It is merely an estimate. Owner has no obligation to give the Contractor the opportunity to perform Job Orders in excess of the Minimum Contract Value. 4.4 The Contractor shall perform all work required, necessary, proper for or incidental to completing the Detailed Scope of Work called for in each individual Job Order issued pursuant to this Contract for the Unit Prices set forth in the Construction Task Catalog° and the following Adjustment Factors: Normal Working Hours Adjustment Factor (General Facilities) 7:00 am to 4:00 pm Monday through Friday, except for City Holidays: Other Than Normal Working Hours Adjustment Factor (General Facilities) 4:01 pm to 6:59 am Monday through Friday, and all -day Saturday, Sunday and City Holidays: Normal Working Hours Adjustment Factor (Secured Facilities) 7:00 am to 4:00 pm Monday through Friday, except for City Holidays: Other Than Normal Working Hours Adjustment Factor (Secured Facilities) 4:01 pm to 6:59 am Monday through Friday, and all -day Saturday, Sunday and City Holidays: Non-Prepriced Adjustment Factor: Page 28 of 134 Packet Pg. 139 7.6.a SECTION 5 — PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with Article 12 the General Conditions. Applications for Payment will be processed by the Contract Administrator with approval by the Project Manager as provided in the General Conditions. 5.1 Progress Payments. The City shall make progress payments on account of the Job Order Price on the basis of the Contractor's Invoices as recommended by Project Manager and Contract Administrator in accordance with the General Conditions. All progress payments will be on the basis of the progress of the Work as established in the General Conditions (and in the case of Unit Price Work based on the number of units completed). 5.2.1 Final Payment. Upon final completion and acceptance of the work in accordance with the General Conditions, City shall pay the remainder of the Job Order Price as recommended by Project Manager and Contract Administrator. A Certificate of Completion signed by the Project Manager is required prior to payment of any final invoice(s). 5.2.2 Schedule. As determined by the Project Manager, progress payments shall be made per the Project Payment Schedule. 5.2.3 Separate Contract. Per RCW 39.10.450, for purposes of chapters 39.08, 39.12, 39.76, and 60.28 RCW, each Job Order issued shall be treated as a separate contract. The Contractor will provide the bonds as set forth in the RFP and in the General Conditions on the forms provided by the City. SECTION 6 — INDEMNIFICATION The indemnity and defense obligations in this Section 6 are in addition to any other indemnity and defense obligation elsewhere in the Contract Documents. A. The Contractor will defend and indemnify the City from any and all Claims arising out of, in connection with, or incident to any acts, errors, omissions, or conduct by the Contractor relating to, or arising out of its performance of, this Contract. The Contractor will defend and indemnify the City whether a Claim is asserted directly against the City, or whether a Claim is asserted indirectly against the City, e.g., a Claim is asserted against someone else who then seeks contribution or indemnity from the City. The amount of insurance obtained by, obtainable by, or required of the Contractor does not in any way limit the Contractor's duty to defend and indemnify the City. The City retains the right to approve Claims investigation and counsel assigned to said Claim and all investigation and legal work regarding said Claim shall be performed under a fiduciary relationship to the City. B. The Contractor's obligations under this Section shall not apply to Claims caused by the sole negligence of the City. If: (1) RCW 4.24.115 applies to a particular Claim; and (2) such Claim is caused by or results from the concurrent negligence of: (a) the Contractor, its employees, subcontractors/subconsultants or agents; and (b) the City, then the Contractor's obligations under this Section 6 shall apply only to the extent allowed by RCW 4.24.115. Page 29 of 134 Packet Pg. 140 7.6.a C. As used in this section: (1) "City" includes the City's officers, employees, agents, and representatives; (2) "Claims" include all losses, claims, demands, expenses (including, but not limited to, attorney's fees and litigation expenses), suits, judgments, or damage, whether threatened, asserted or filed against the City, whether such Claims sound in tort, contract, or any other legal theory, whether such Claims have been reduced to judgment or arbitration award, irrespective of the type of relief sought or demanded (such as money or injunctive relief), and irrespective of the type of damage alleged (such as bodily injury, damage to property, economic loss, general damages, special damages, or punitive damages); and (3) "Contractor" includes the Contractor, its employees, agents, representatives and subcontractors. D. The Contractor waives any right of contribution against the City. It is agreed and mutually negotiated that in any and all claims against the City, its agents or employees, the Contractor, a subcontractor, anyone directly or indirectly employed by the Contractor or subcontractor, or anyone for whose acts any of them may be liable, the defense and indemnification obligations hereunder shall not be limited in any way by any limitation on the amount of damages, compensation, or benefits payable by or for the Contractor or any subcontractor under industrial worker's compensation acts, disability benefit acts, or other employees' benefit acts. The Contractor's and City's signatures hereto indicate specific waiver of the Contractor's industrial insurance immunity in order to fulfill this indemnity. Solely for the purpose of indemnification and defense as provided in this Contract, the Contractor specifically waives any immunity under the State Industrial Insurance Law, Title 51 RCW. The Contractor expressly acknowledges that this waiver of immunity under Title 51 RCW was the subject of mutual negotiation and was specifically entered into pursuant to the provisions of RCW 4.24.115. SECTION 7 — CONTRACTOR'S REPRESENTATIONS The Contractor makes the following representations: 7.1 The Contractor has familiarized itself with the nature and extent of the Contract Documents, Work, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 7.2 The Contractor is fully qualified to perform the Work to be performed hereunder in a competent and professional manner. 7.3 The Contractor has given the Project Manager written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by the Project Manager is acceptable to the Contractor. SECTION 8 — CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between the City and the Contractor concerning the Work consist of the following: 8.1 This Contract and its exhibits, if any. In a Federally Funded Job Order (as defined in the General Conditions) this Contract includes the applicable current Federal Contract Clauses, which the City will specifically designate in the Job Order. These Federal Contract Clauses are only applicable to that specific Federally Funded Job Order and have no force or effect with respect to any other Job Order. A Federally Funded Job Order may also include one - Page 30 of 134 Packet Pg. 141 7.6.a time changes to the Contract Documents specifically for that Job Order signed for the City by the Contract Administrator as necessary to coordinate the requirements of the applicable Federal Contract Clauses with the requirements of the Contract Documents. 8.2 General Conditions, attached hereto and incorporated by reference. 8.3 Supplementary Conditions, attached hereto and incorporated by reference. 8.4 The RFP and all addenda, incorporated by reference. 8.5 Contractor's Proposal, incorporated by reference. If there is inconsistency between any provision of the Contractor's Proposal and any other Contract Document, then the provision imposing the more stringent requirement on the Contractor will control. 8.6 The Construction Task Catalog® and Technical Specifications, incorporated by reference 8.7 All Job Orders and related documents, including but not limited to, the Detailed Scope of Work with Drawings and/or Specifications, Request for Proposal, Price Proposal, Job Order Proposal, Notice to Proceed, submittals, record documents, and all required close-out documentation and warranties, incorporated by reference. If there is inconsistency between any provision of the documents listed in this Section 8.7 and any other Contract Document, then the provision imposing the more stringent requirement on the Contractor will control. There are no Contract Documents other than those listed above in this Section 8. The Contract Documents may only be amended, modified or supplemented as provided in the General Conditions or Supplementary Conditions. All Contract Documents are essential parts of the Contract, and a requirement occurring in one is as binding as though occurring in all. In cases of conflict in the requirements and provisions as set out by the Contract Documents, the specifications, or the drawings, such conflict shall be reconciled by the order of precedence in the order the Contract Documents are set forth above. Additionally, in the event of conflicting provisions within the Job Order Contract, the following order of precedence with item (a) representing the highest precedence for resolution of the conflict shall apply: a) Contract Modifications (later takes precedence over earlier) b) Job Order Contract c) Addenda (later takes precedence over earlier) d) Job Orders (including Detailed Scopes of Work, Job Order Proposals, and any Supplemental Job Orders) e) Request for Proposals f) General Terms and Conditions g) Special and Supplementary Conditions (when provided) h) The Construction Task Catalog© i) Gordian Technical Specifications Any modification of any Contract Document listed in sections 8.1 to 8.6 above requires an amendment executed by an authorized representative of the City and by an authorized representative of the Contractor. Changes to Contract Documents listed under Section 8.7 may be Page 31 of 134 Packet Pg. 142 7.6.a executed by an authorized representative of the Contractor and by the Project Manager or the Contract Administrator for the City. SECTION 9 — PREVAILING WAGES Contractor shall comply with all state and federal laws relating to the employment of labor and wage rates to be paid. The Contractor will be required to file prevailing wage intents and affidavits with the Washington State Department of Labor & Industries for each Job Order. A Federally - Funded Job Order may specify the Davis -Bacon Act and Copeland Anti -Kickback Act, in which case the Contractor shall comply with these requirements. The Contractor will pay Washington state prevailing wages or Davis -Bacon wages, whichever is higher. SECTION 10 — MISCELLANEOUS 10.1 Terms used in this Contract which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 10.2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.3 City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 10.4 This Contract is governed by the laws of the State of Washington, without regard to the principles of conflict of laws. Any action or suit brought in connection with this Contract shall be exclusively brought in the Superior Court of King County, Washington. 10.5 Force Majeure: Neither party shall be liable to the other or deemed in breach or default for any failure or delay in performance under this Contract during the time and to the extent its performance is prevented by reasons of Force Majeure. For the purposes of this Contract, Force Majeure means an occurrence that is beyond the reasonable control of and without fault or negligence of the party claiming force majeure and which, by exercise of due diligence of such party, could not have been prevented or overcome. Force Majeure shall include natural disasters, including fire, flood, earthquake, windstorm, avalanche, mudslide, and other similar events; acts of war or civil unrest when an emergency has been declared by appropriate governmental officials; acts of civil or military authority; freight embargoes; epidemics; quarantine restrictions; labor strikes; boycotts; terrorist acts; riots; insurrections; explosions; and nuclear accidents. A party claiming suspension or termination of its obligations due to force majeure shall give the other party prompt written notice, but no more than two (2) working days after the event, of the impediment and its effect on the ability to perform; failure to provide such notice shall preclude recovery under this provision. Page 32 of 134 Packet Pg. 143 7.6.a 10.6 Nondiscrimination: In hiring or employment made possible or resulting from this Contract, there shall be no unlawful discrimination against any employee or applicant for employment because of sex, age (except minimum age and retirement provisions), race, color, creed, national origin, citizenship or immigration status (except if authorized by federal or state law, regulation, or government contract), marital status, sexual orientation, honorably discharged veteran or military status, the presence of any sensory, mental, or physical handicap or the use of a trained dog guide or service animal by a person with a disability, unless based upon a bona fide occupational qualification. This requirement shall apply to but not be limited to the following: employment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. No person shall be denied or subjected to discrimination in receipt or the benefit of any services or activities made possible by or resulting from this Contract on the grounds of sex, race, color, creed, national origin, age (except minimum age and retirement provisions), citizenship or immigration status (except if authorized by federal or state law, regulation, or government contract), marital status, sexual orientation, honorably discharged veteran or military status, the presence of any sensory, mental or physical handicap, or the use of a trained dog guide or service animal by a person with a disability. 10.7 Integration: The agreement between the parties shall consist of this Contract and its Appendices 1 & 2, the Request for Proposals, including the Scope of Work and Proposal form, and all Supplementary Conditions. These writings constitute the entire agreement of the parties and shall not be amended except by a writing executed by both parties. In the event of any conflict between this written Contract and any provision in the Contract Documents, the order of precedence shall apply. 10.8 This Contract, or any interest herein, or claim hereunder, shall not be assigned or transferred in whole or in part by the Contractor to any other person or entity without the prior written consent of the City, which consent will not be unreasonably withheld. In the event that such prior written consent to an assignment is granted, then the assignee shall assume all duties, obligations, and liabilities of the Contractor as stated herein. 10.9 Counterpart Originals: This Contract maybe executed in any number of counterpart originals, each of which shall be deemed to constitute an original Contract, and all of which shall constitute one Contract. The execution of one counterpart by a Party shall have the same force and effect as if that Party had signed all other counterparts. Page 33 of 134 Packet Pg. 144 7.6.a IN WITNESS WHEREOF, the City and the Contractor have signed this Contract. This Contract is effective as of the date of the last person to sign it, and may be executed in multiple counterparts, each of which shall be deemed an original. CITY OF EDMONDS, WASHINGTON Mike Nelson, Mayor TTEST/AUTHENT ICATED: Scott Passey, City Clerk Date: APPROVED AS TO FORM: Office of the City Attorney CONTRACTOR [Contractor's Complete Legal Name] Typed/Printed Name: Title: Date: Page 34 of 134 Packet Pg. 145 7.6.a PERFORMANCE BOND Bond No.: The City of Edmonds has awarded to (Principal), a contract for the construction of the project designated as , (Contract), and said Principal is required to furnish a bond for performance of all obligations under the Contract. 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 and named in the current list of "Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to the City of Edmonds in the sum of Two Million US Dollars ($2,000,000.00), subject to the provisions herein. This statutory performance bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall well and faithfully perform all of the Principal's obligations under the Contract and fulfill all the terms and conditions of all duly authorized modifications, additions, and changes to said Contract that may hereafter be made, at the time and in the manner therein specified; and if such performance obligations have not been fulfilled, this bond shall remain in full force and effect. The Surety for value received agrees that no change, 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 modifications 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. This bond may be executed in two (2) original counterparts, and shall be signed by the parties' duly authorized officers This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRINCIPAL SURETY Printed Name: Title Printed Name: Title: Name, address, and telephone number of local office/agent of Surety is: APPROVED AS TO FORM: Office of the City Attorney Page 35 of 134 Packet Pg. 146 7.6.a PAYMENT BOND Bond No. The City of Edmonds has awarded to (Principal), a contract for the construction of the project designated as (Contract), and said Principal is required under the terms of that Contract to furnish a payment bond in accord with Title 39.08 Revised Code of Washington (RCW) and (where applicable) 60.28 RCW. 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 and named in the current list of "Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to the City of Edmonds in the sum of Two Million US Dollars ($2,000,000.00), subject to the provisions herein. This statutory payment bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall pay all persons in accordance with RCW Titles 39.08 and 39.12 including all workers, laborers, mechanics, subcontractors, and material suppliers, and all persons who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work and shall pay the taxes, increases, and penalties incurred on the project; and if such payment obligations have not been fulfilled, this bond shall remain in full force and effect. The Surety for value received agrees that no change, 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, except as provided herein, 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 modifications 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. This bond may be executed in two (2) original counterparts, and shall be signed by the parties' duly authorized officers This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRINCIPAL SURETY Printed Name: Title Printed Name: Title: Name, address, and telephone number of local office/agent of Surety is: APPROVED AS TO FORM: Office of the City Attorney Page 36 of 134 Packet Pg. 147 7.6.a RETAINAGE BOND Bond No. KNOW ALL MEN BY THESE PRESENTS, that , a corporation organized under the laws of the State of and registered to do business in the State of Washington as a contractor, as Principal, and , a corporation organized under the laws of the State of and registered to transact business in the in the State of Washington as surety, as Surety, their heirs, executors, administrators, successors and assigns, are jointly and severally held and bound to the City of Edmonds, Washington, hereinafter called "City", and are similarly held and bound unto the beneficiaries of the trust fund created by RCW Chapter 60.28, in the sum of and /100's Dollars ($ ) the payment of which, well and truly to be paid, we bind ourselves, our heirs, executors and successors, jointly and severally, formally by these presents. THE CONDITIONS OF THE ABOVE OBLIGATION ARE THAT: WHEREAS, on the Principal executed a contract (the "Contract") with the City known as: Project Name: RFP JOB ORDER CONTRACTING FOR GENERAL CONSTRUCTION SERVICES And, WHEREAS, said Contract and RCW Chapter 60.28 require the City to withhold certain funds from monies earned by the Principal during the progress of the construction, hereinafter referred to as "earned retained funds"; and WHEREAS, the Principal requested that the City release the earned retained funds, as allowed under Chapter 60.28 RCW; NOW, THEREFORE, the condition of this obligation is such that the Surety is held and bound to the City to indemnify, defend and hold the City harmless from any and all loss, costs or damages that the City may sustain by reason of release of said earned retained funds to the Principal, then this obligation to be null and void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, it is expressly understood and agreed that: 1. Any suit or action under this bond must be instituted within the time period provided by applicable law. The bond shall be subject to all claims and liens provided for by law or Contract against the earned retained funds and in the same manner and priority as set forth for retained percentages in Chapter 60.28 RCW and the Contract. Page 37 of 134 Packet Pg. 148 7.6.a 2. The Surety hereby consents to and waives notice of any extension in the time for performance of the Contract, assignment of obligations under the Contract, or Contract alteration, termination, amendment or change order. 3. Until written release of this obligation by the City, this bond may not be terminated or canceled by the Principal or Surety for any reason. Any extension of time for the Principal's performance on the Contract, assignment of obligations under the Contract, or Contract alteration, amendment or change order shall not release the Surety from its obligation under this bond. 4. Chapter 60.28 RCW authorizes the City to substitute a retainage bond in lieu of earned retained funds and the Surety hereby waives any defense that this bond is void or otherwise not authorized by law. 5. Any claim or suit against the City to foreclose the liens provided for by Chapter 60.28 RCW shall be effective against the Principal and the Surety and any judgment under Chapter 60.28 RCW against the City shall be conclusive against the Principal and the Surety. 6. The laws of the State of Washington shall apply to the determination of the rights and obligations of the parties hereunder. Venue for any dispute or claim hereunder shall be the state courts of Washington in Snohomish County, Washington. SIGNED AND SEALED THIS Principal By Typed/Printed Name: Its Surety Typed/Printed Name: Attorney -in -Fact 20 Page 38 of 134 Packet Pg. 149 7.6.a SECTION 5 - GENERAL CONDITIONS ARTICLE 1 DEFINITIONS...........................................................................................................................42 1.1 Definition of Terms..........................................................................................................................42 1.1.1 JOC Specific Definition of Terms....................................................................................................49 1.2 Definitions/Abbreviations.......................................................................................................................52 ARTICLE PRELIMINARY MATTERS.................................................................................................54 2.1 City Operations...............................................................................................................................54 2.2 Starting the Job Order (Notice to Proceed).....................................................................................54 2.3 Job Order Completion Time............................................................................................................54 2.4 Extension of Time...........................................................................................................................55 2.5 Before Starting Work.......................................................................................................................55 2.6 Preconstruction Conference........................................................................................................... 56 ARTICLE 3 CONTRACT DOCUMENTS: INTENT, CORRELATION, EXECUTION OF AND OWNERSHIP OF CONTRACTDOCUMENTS.........................................................................................................................57 3.1 Intent...................................................................................................................................................... 57 3.2 Correlation of the Contract Documents...........................................................................................57 3.3 No Warranties by the City...............................................................................................................58 ARTICLE 4 PHYSICAL CONDITIONS AND REFERENCE POINTS....................................................59 4.1 Unforeseen Physical Conditions.....................................................................................................59 ARTICLE 5 BONDS AND INSURANCE...............................................................................................60 5.1 Performance Bond..........................................................................................................................60 5.2 Payment Bond................................................................................................................................60 5.3 Contractor's Liability Insurance.......................................................................................................61 5.4 Contractor Pollution Liability............................................................................................................68 5.5 Waiver of Rights..............................................................................................................................69 5.6 Receipt and Application of Property Insurance Proceeds...............................................................70 ARTICLE 6 CONTRACTOR'S RESPONSIBILITIES .......................................... 6.1 Examination of the Site of Work and Detailed Scope of Work .................... 6.2 Error, Inconsistency, Omission or Variance in the Contract Documents..... 6.3 Supervision...................................................................................................... 6.4 Labor, Materials, and Equipment................................................................ 6.5 Equivalent Materials and Equipment, "or Equal" ......................................... 6.6 Disposal of Demolished Materials............................................................... 6.7 Subcontractors and Sub-Subcontractors.................................................... 6.8 Patent Fees and Royalties.......................................................................... 6.9 Laws and Regulations................................................................................. 6.10 Taxes............................................................................................................... 6.11 Use of Premises.......................................................................................... 6.12 Record Documents..................................................................................... 6.13 Safety and Protection.................................................................................. 6.14 Emergencies.................................................................................................... 6.15 Shop Drawings and Samples...................................................................... 6.16 Continuing the Work................................................................................... 6.17 Warranties....................................................................................................... 6.19 Progress Schedule...................................................................................... 6.20 On -Site Documents..................................................................................... 6.21 Working Drawings, Product Data, Samples, and Other Submittals ............ 6.22 Cutting, Fitting and Patching of Work.......................................................... 71 71 71 71 72 73 73 74 75 76 76 76 77 77 78 78 79 79 80 81 81 82 Page 39 of 134 Packet Pg. 150 7.6.a 6.23 Inspection of the Work....................................................................................................................82 6.24 Uncovering of Work........................................................................................................................83 6.25 Correction of Work..........................................................................................................................83 6.26 Responsibility for Work...................................................................................................................84 6.27 Hazardous Materials.......................................................................................................................84 6.28 Clean-up................................................................................................................................................85 6.29 Protection of Work During Suspension...........................................................................................86 6.30 Notice and Detailed Breakdown of Claim........................................................................................86 6.32 Prerequisite to Suit..........................................................................................................................86 6.33 Indemnification......................................................................................................................................87 ARTICLE 7 ADDITIONAL WORK AND WORK BY OTHERS............................................................. 89 7.1 Additional Work...............................................................................................................................89 ARTICLE CITY'SRESPONSIBILITIES........................................................................................ 8.1 Authority of the Project Manager............................................................................................... 8.2 Administration of the Contract................................................................................................... 8.3 City's Right to Carry Out Other Work........................................................................................ 8.4 Officers and Employees of the City Have No Personal Liability ................................................ 8.5 Gratuities......................................................................................................................................... 8.6 Service of Notices on the Contractor........................................................................................ 90 90 90 91 91 91 91 ARTICLE 9 PROJECT MANAGER'S STATUS DURING WORK ........................................................ 92 9.1 City's Representative......................................................................................................................92 9.2 Clarifications and Interpretations.....................................................................................................92 9.3 Rejecting Defective Work................................................................................................................92 9.5 Decisions on Disagreements..........................................................................................................92 9.6 Limitations on Project Manager's Responsibilities......................................................................... 93 9.8 Requests for Instruction................................................................................................................. 93 ARTICLE 10 CHANGES IN THE WORK.................................................................................................95 10.1 Changes to Contract Documents....................................................................................................95 10.2 Change Order and Supplemental Job Order..................................................................................95 10.3 Job Order Price...............................................................................................................................96 10.4 Job Order Completion Time........................................................................................................... 96 ARTICLE 11 WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK.....................................................................................................98 11.1 Warranty and Guarantee................................................................................................................98 11.2 Access to Work...............................................................................................................................98 11.3 Tests and Inspections.....................................................................................................................98 11.4 City May Stop the Work..................................................................................................................99 11.5 Correction or Removal of Defective Work.......................................................................................99 11.6 Acceptance of Defective Work........................................................................................................99 11.7 City May Correct Defective Work................................................................................................... 99 ARTICLE 12 PAYMENTS TO CONTRACTOR AND COMPLETION ................................................. 12.1 Application for Progress Payment.............................................................................................. 12.2 Contractor's Warranty of Title..................................................................................................... 12.3 Review of Applications for Progress Payment........................................................................... 12.4 Substantial Completion.............................................................................................................. 12.5 Partial Utilization........................................................................................................................ 12.6 Final Inspection.......................................................................................................................... 101 101 101 101 102 102 103 Page 40 of 134 Packet Pg. 151 7.6.a 12.7 Final Application for Payment.........................................................................................................103 12.8 Final Payment and Acceptance......................................................................................................104 12.9 Contractor's Continuing Obligation..................................................................................................104 12.10 Waiver of Claims.............................................................................................................................104 ARTICLE 13 SUSPENSION OF WORK AND TERMINATION.............................................................. 105 13.1 Suspend the Work..........................................................................................................................105 13.2 City May Terminate.........................................................................................................................105 13.3 Termination for Convenience.......................................................................................................... 106 13.4 Minimum Contract Value Not Achieved........................................................................................... 107 13.5 Contractor may Stop Work or Terminate........................................................................................ 107 ARTICLE 15 MISCELLANEOUS..................................................................................................................108 15.1 General Requirements....................................................................................................................108 15.2 Giving Notice...................................................................................................................................108 15.3 Computation of Time.......................................................................................................................108 15.4 Non-Discrimination................................................................................................................................108 15.5 Contractor Selection..............................................................................................................................109 15.6 Contractor's Personnel..........................................................................................................................109 ARTICLE 16 JOC PROCEDURE FOR ORDERING WORK.................................................................. 110 16.1 Initiation of a Job Order...................................................................................................................110 16.2 Preparation of the Price Proposal...................................................................................................110 16.3 Review of the Job Order Proposal and Issuance of the Job order..................................................114 ARTICLE 17 ENR CCI ADJUSTMENT OF THE ADJUSTMENT FACTORS.........................................117 ARTICLE 18 SOFTWARE, JOC SYSTEM LICENSE, AND COOPERATIVE PURCHASING ...............119 18.1 JOC System License.......................................................................................................................119 18.2 Cooperative Purchasing..................................................................................................................119 ARTICLE 19 COMPLIANCE WITH THE JOC RCW REQUIREMENTS ..................... 19.1 Contractor's Responsibility.................................................................................. 19.2 Maximum Job Order Value................................................................................. 19.3 Adjustment Factors and Construction Task Catalog® ......................................... 19.4 Prevailing Wage Rates to be Paid....................................................................... 19.5 Executed OMWBE Plan...................................................................................... 19.6 Subcontracting.......................................................................................................... 19.7 Public Records.................................................................................................... 19.8 Audits and Retention of Records........................................................................ 19.9 Public Notice Requirements................................................................................ 19.10 Public Inspection of Certain Records -Protection of Trade Secrets ..................... .....................120 .....................120 ..................... 120 .....................120 .....................120 ..................... 121 ...................... 121 ..................... 121 ..................... 121 ......................124 ..................... 124 Page 41 of 134 Packet Pg. 152 7.6.a ARTICLE 1 DEFINITIONS 1.1 Definition of Terms: Wherever used in these General Conditions or in the other Contract Documents, the following terms have the meanings indicated which are applicable to both the singular and plural thereof. Acceptance The official act of the City, Contract Administrator, or Project Manager as described in Article 12. Addenda Written or graphic instruments issued prior to the submittal of Contractor Proposals which clarify, correct or change the Proposal documents or the Contract Documents Contract (or Job The written agreement between the City and the Contractor Order Contract) The form accepted by Project Manager which is to be used by Application for Contractor in requesting progress or final payment and which is Payment to include such supporting documentation as is required by the Contract Documents. Bonds Performance and payment bonds and other instruments of security. Contract The authorized representative of the City who is assigned Administrator immediate charge of the administration of the Job Order Contract. Contract Documents All of the documents constituting the Contract. Contractor The individual, firm, partnership, corporation or combination thereof with whom City has entered into the Contract. City The City of Edmonds. Depending on the context, the term City may also include all of the City's elected officials, officers, employees and other authorized representatives Page 42 of 134 Packet Pg. 153 7.6.a Day Unless otherwise designated in the Contract Documents, a calendar day of twenty-four (24) hours measured from midnight to the next midnight. Defective An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or deficient, or does not conform to the Contract Documents or does not meet the requirements of any inspection, test or approval referred to in the Contract Documents, or has been damaged prior to Project Manager's recommendation of final payment. Drawinas The drawings which show the character and scope of the Work to be performed and which have been prepared or approved by Project Manager assigned to the Job order and which are referred to in the Detailed Scope of Work. Effective Date of the The date indicated in the Contract on which it becomes Contract effective, but if no such date is indicated, it means the date on which the Contract is signed and delivered by the last of the two parties to sign and deliver. Federally Funded A Job Order designated by the City as federally funded, in Job Order which case the Job Order includes the Federal Contract Clauses. Federal Contract The current federal contract clauses determined by the City to Clauses be applicable to a Federally Funded Job Order. Page 43 of 134 Packet Pg. 154 7.6.a Field Order A written order issued by Project Manager which orders minor changes in the Work in accordance with section 10.1.5, but which does not involve a change in the Price or the Completion Time. Final Completion Occurs when all requirements have been completed as stated in section 2.3 and Article 12. Final Payment The payment to be made to the Contractor in accordance with Article 12. Hazardous Materials The term "Hazardous Materials" means any hazardous or toxic substances, materials and wastes listed in the United States Department of Transportation Hazardous Materials Table 49 CFR 172.101 or listed by the Environmental Protection Agency as hazardous substances in 40 CFR Part 302 and any amendments thereto, and any substances, materials or wastes that are or become regulated under federal, state or local law. Hazardous Materials or substances shall also include, but not be limited to: regulated substances, petroleum products, pollutants, and any and all other environmental contamination as defined by, and in any and all federal. State and/or local laws, rules, regulations, ordinances or statutes now existing or hereinafter enacted relating to air, soil, water, environmental or health and safety conditions. Inspector The City's authorized representative assigned to make inspections of the Contractor's performance of the Work. Liquidated Damages The amount prescribed herein to be paid to the City, or to be deducted from any payments due or to become due the Contractor, for each day's delay in completing the whole or any specified portion of the work beyond the time allowed in the Job Order. At the sole discretion of the City, liquidated damages will be assessed, if at all, on a Job Order -by -Job Order basis. For each calendar day that the Detailed Scope of Work for a Job Order shall remain incomplete after the Job Order Completion Time, the amount per calendar day specified in following table, Schedule of Liquidated Damages, will be deducted from any money due the Contractor, not as a penalty but as liquidated damages; provided however that due account shall be taken of any adjustment of the Job Order Completion Time as provided for elsewhere in this Contract. Page 44 of 134 Packet Pg. 155 7.6.a Value of Job Order Liquidated Damages $0 to $10,000 $100/Day $10,001 to $50,000 $250/Day Over $50,000 $500/Day Notice of Intent to The written notice by City identifying the highest ranked Award Proposers and indicating that the City intends to award a contract to that Proposer(s) or enter into negotiations with such Proposer(s). Page 45 of 134 Packet Pg. 156 7.6.a Notice to Proceed A written notice given by City to Contractor fixing the date on Which the start of Work will commence and on which Contractor shall start to perform its obligation within the completion time under the Contract Documents. Payment Bond The form of security approved by the City, furnished by the Contractor and its surety guaranteeing the complete and faithful payment of all labor, material, equipment, and any other services provided to the Work. Performance Bond The form of security approved by the City, furnished by the Contractor and its surety guaranteeing the complete and faithful performance of the construction of the Work as specified in the Contract Documents. Plans The concept or mental formulation for the Work. The plans may be represented graphically by drawings, by the written words within the Contract Documents, or both. City Furnished Materials or equipment furnished by the City which is to be Materials or incorporated into the Work by the Contractor. Equipment Page 46 of 134 Packet Pg. 157 7.6.a Product Data The illustrations, standard schedules, performance charts, brochures, diagrams, and other information furnished by the Contractor to illustrate a material, product, or system. Project The collective improvements to be constructed by the Contractor pursuant to issuance of a Job order. A Project will consist of one Job order and any Supplemental Job Orders issued. Project Manager The authorized representative of the City who is assigned immediate charge of the work of the project. Pr000sal The offer or proposal of the Contractor submitted in response to the City's Request For Proposal for the selection of Contractor(s). Usually referred to as the Contractor's Proposal Pr000ser Any individual, firm, partnership, corporation or combination thereof formally submitting a proposal for the work contemplated, or any portion thereof, acting directly or through an authorized representative. Provide The all-inclusive actions required to furnish, install, connect, adjust, test, and make ready for use or occupancy. Punch List Shall have the meanina set forth in Article 12. RFP The Request for Proposal issued by the City for the selection of the Contractor(s). Samples Physical examples that illustrate materials, equipment or workmanship and establish standards by which the Work will be judged. Schedule of Prices Means the Unit Prices set forth in the Contract Documents. Shop Drawings All drawings, diagrams, illustrations, brochures, standard schedules, performance charts, instructions, and other data which are specifically prepared by Contractor, a Subcontractor, manufacturer, fabricator, supplier or distributor to illustrate some portion of the Work, material or equipment. Specifications Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards, performance requirements and workmanship as applied to the Work and certain administrative details applicable thereto. Page 47 of 134 Packet Pg. 158 7.6.a Subcontractor An individual, firm, or corporation having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the site. Sub -Subcontractor A Sub -Subcontractor is a business entity that has an agreement with a Subcontractor to perform a portion of the Work. The term Sub -Subcontractor means and includes the Sub -Subcontractor at all tiers. Substantial The Work or a specified part thereof has progressed to the Completion point where, in the opinion of Project Manager as evidenced by his/her certificate of Substantial Completion, the Detailed Scope of Work is sufficiently complete, in accordance with the Contract Documents, so that the Work or specified part can be utilized for the purposes for which it was intended; or if there be no such certificate issued, when final payment is due in accordance with section 12.4. The terms "substantially complete" and "substantially completed" as applied to any Work refer to Substantial Completion. Supplementary That portion of the Contract Documents that amends or Conditions supplements these General Conditions. Supplier A vendor, supplier, distributor, or materialman other than the Prime Contractor, which supplies material or equipment used in the performance of the Work. Page 48 of 134 Packet Pg. 159 7.6.a Suretv The company or association which is bound with and for the Contractor for the acceptable performance of the Contract and for its payment of all obligations arising out of the Contract Titles or Headings The titles or headings of the sections, divisions, parts, articles, paragraphs, or subparagraphs of the specifications are intended only for convenience of reference and shall not be considered as having any bearing on the interpretation of the text. Unit Prices The price published in the Construction Task Catalog° for a specific construction or construction related work task. Unit Prices for new Pre -priced Tasks can be established during the course of the Contract and added to the Construction Task Catalogs°. Each Unit Price is comprised of labor, equipment, and material costs to accomplish that specific Pre -priced Task Work The entire completed project or the various separately identifiable parts required to be furnished in accordance with the Contract Documents. Work is the result of performing services, furnishing labor, and furnishing and incorporating materials and equipment into the project, all as required by the Contract Documents. 1.1.1 Job Order Contracting Specific Definition of Terms: Adjustment Factor A competitively bid adjustment to be applied to the unit prices listed in the Construction Task Catalog°. Also known as a "coefficient." Base Term The initial period of the Contract and does not include any Option Terms. Construction Task Catalog° A comprehensive listing of construction related tasks together with a specific unit of measure and a published Unit Price. Detailed Scope of Work A document setting forth the work the Contractor is obligated to complete for a particular Job Order. Estimated Annual Value An estimate of the value of Job Orders that could be issued to the Contractor each year. Job Order A written order issued by the City, such as a Purchase Order, requiring the Contractor to complete the Detailed Scope of Work Page 49 of 134 Packet Pg. 160 7.6.a within the Job Order Completion Time for the Order Price. A project may consist of one or more Job Orders with one or more Supplemental Job Orders. [Job Order] CompletionTime The time within which the Contractor must complete the Detailed Scope of Work. [Job Order] Price The value of the approved Job Order Price Proposal and the amount the Contractor will be paid for completing a Job Order. [Job Orderl Price Proposal A price proposal prepared by the Contractor that includes the Pre -priced Tasks, Non-Prepriced Tasks, quantities and appropriate Adjustment Factors required to complete the Detailed Scope of Work. Job Order Proposal A set of documents including at least: (a) Job Order Price Proposal; (b) required drawings or sketches; (c) list of anticipated Subcontractors and Materialmen; (d) Construction schedule; and (e) other requested documents. Joint Scope Meeting A site meeting to discuss the work before the Detailed Scope of Work is finalized. Minimum Contract Value The minimum value of Job orders that the Contractor is guaranteed the opportunity to perform under this Contract_ Non-Prepriced Task A task that is not set forth in the Construction Task Catalog®. Normal Working Hours (General Facilities) Includes the hours from 7:00 a.m. to 4:00 p.m. Monday through Friday, except for City Holidays in Facilities classified as General by the City of Edmonds. Normal Working Hours (Secured Facilities) Includes the hours from 7:00 a.m. to 4:00 p.m. Monday through Friday, except for City Holidays in Facilities classified as Secured by the City of Edmonds. Notice to Proceed A written notice issued by the City directing the Contractor to proceed with construction activities to complete the Job Order. Option Term An additional period of time beyond the Contract Term which extends the termination date of the Contract. Other than Normal Page 50 of 134 Packet Pg. 161 7.6.a Workina Hours (General Facilities) Includes the hours of 4:01 p.m. to 6:59 a.m., Monday to Friday and all day Saturday, Sunday, and City Holidays in Facilities classified as General by the City of Edmonds. Other than Normal Working Hours (Secured Facilities) Includes the hours of 4:01 p.m. to 6:59 a.m., Monday to Friday and all day Saturday, Sunday, and City Holidays in Facilities classified as Secured by the City of Edmonds. Proposal Criteria Figure The amount determined in the Proposal Criteria Figure Calculation section of the Price Proposal, which is used for the purposes of determining the lowest price. Pre -priced Task A task described in and for which a unit price is set forth in the Construction Task Catalog®. Request for Proposal A written request to the Contractor to prepare a Proposal for the Detailed Scope of Work referenced therein. Supplemental Job Order A secondary Job Order developed after the initial Job Order has been issued for the purpose of changing, deleting, or adding work to the initial Detailed Scope of Work, or changing the Job Order Completion Time. Technical Specifications The written requirements for materials, equipment, systems, standards and workmanship for the Work, and performance of related services. Unit Price The price published in the Construction Task Catalog® for a specific construction or construction related work task. Unit Prices for new Pre -priced Tasks can be established during the course of the Contract and added to the Construction Task Catalogs®. Each Unit Price is comprised of labor, equipment, and material costs to accomplish that specific Pre -priced Task. Work All materials, labor and use of tools, equipment, and services necessary by the Contractor and/or Subcontractor to complete the Job Order. Page 51 of 134 Packet Pg. 162 7.6.a 1.2 Definitions/Abbreviations AAR Association of American Railroads ACI American Concrete Institute AISC American Institute of Steel Construction ANSI American National Standards Institute APA American Plywood Association API American Petroleum Institute ARA American Railway Association AREA American Railway Engineering Association ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigeration and Air Conditioning Engineers ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials AWS American Welding Society COS City of Edmonds CPM Critical Path Method of Project Scheduling CRSI Concrete Reinforcing Steel Institute FAA Federal Aviation Administration FHWA Federal Highway Administration FM Factory Mutual FS Federal Specification FTA Federal Transit Administration IEEE Institute of Electrical and Electronics Engineers ISO Insurance Service Office JIC Joint Industrial Council NAAMM National Association of Architectural Metal Manufacturers NBFU National Board of Fire Underwriters NEC National Electrical Code NEMA National Electrical Manufacturer's Association NESC National Electrical Safety Code NIOSH National Institute of Occupational Safety and Health NFPA National Fire Protection Association OFCCP Office of Federal Contract Compliance Programs OSHA Occupational Safety and Health Act Page 52 of 134 Packet Pg. 163 7.6.a PCA Portland Cement Association PSCAAPCA Puget Sound Clean Air Pollution Control Agency SAE Society of Automotive Engineers SMACNA Sheet Metal and Air Conditioning Contractors National Association SSPC Steel Structures Painting Council SWI Steel Window Institute UFC Uniform Fire Code UL Underwriter's Laboratory WISHA Washington Industrial Safety & Health Act Administration END ARTICLE 1 Page 53 of 134 Packet Pg. 164 7.6.a ARTICLE 2 PRELIMINARY MATTERS 2.1 City Operations The City is an operating facility which will continue in full operation throughout the term of this Contract. Where facility operations conflict with those of the Contractor, the operations of the facility will take precedence over those of the Contractor. It shall be the sole responsibility of the Contractor to schedule and coordinate its activities with those of the facility to assure minimum disruption of facility operations. 2.2 Starting the Job Order (Notice to Proceed) The Contractor shall show evidence that work has commenced on the Job Order within seven (7) days from the effective date of the Notice to Proceed. Work in this case is not limited to physical work at the project site. Work started prior to the effective date stated in the Notice to Proceed shall be at the Contractor's risk. 2.3 Job Order Completion Time 2.3.1 The Job Order Completion Time will commence to run on the effective date stated in the Notice to Proceed. The City Contract Administrator will transmit an executed copy of the Job Order to the Contractor as well as a Notice to Proceed. 2.3.2 The Job Order Completion Time is that period of time allotted in the Job Order, as adjusted, for the Contractor to achieve Substantial and/or Final Completion of the Detailed Scope of Work. 2.3.3 The term "day" as used in the Contract Documents shall mean a calendar day unless otherwise specifically designated. 2.3.4 Substantial Completion occurs when the City can use the Work for the use for which it is intended, and when all required documentation has been properly submitted to the City in accordance with the Job Order. Such documentation shall include but is not necessarily limited to: a. Maintenance and Operations manuals; b. Warranties; and c. Submittals required by the Specifications. 2.3.5 Final Completion occurs when all requirements of the Job Order and Contract Documents have been properly and completely fulfilled including but not limited to: a. Completion of re -inspection and City approval of all Punch List items; b. Submittal of final invoice and approval by the Contract Administrator and Project Manager; c. Submittal of all properly completed as -built record drawings; and d. Submittal of any other documents required by the Job Order. Page 54 of 134 Packet Pg. 165 7.6.a 2.3.6 Final Acceptance is the formal action of the City accepting the Work as complete. 2.3.7 Progress and Completion a. All time limits stated in the Job Orders are of the essence of this Contract. b. The Contractor shall begin the Work on the date indicated in the Notice to Proceed and shall diligently prosecute the Work with adequate equipment and forces in order to bring the Work to completion within the Job Order Completion Time. 2.4 Extension of Time Any extension of Job Order Completion Time must have the written approval of the Project Manager/City and must conform to the procedures set forth in Article 10.4. 2.5 Before Starting Work 2.5.1 Before undertaking each part of the Work, the Contractor shall carefully study and compare the Detailed Scope of Work and check and verify pertinent figures shown thereon and all applicable field measurements. The Contractor shall promptly report in writing to the Project Manager any conflict, error or discrepancy which the Contractor may discover; however, the Contractor shall not be liable to the City for failure to report any conflict, error or discrepancy in the Detailed Scope of Work, Drawings or Specifications, unless the Contractor had actual knowledge thereof or should reasonably have known thereof. 2.5.2 If requested, within five (5) days after the effective date of the Notice to Proceed and prior to start of Work (unless otherwise specified in the General Requirements), the Contractor shall submit to the Project Manager for review a preliminary Schedule of the Values of the work. Each bid item shall be broken down to its basic elements. The cost breakdown for both lump sum and unit price estimates shall include: a. Labor; b. Materials; c. Equipment; d. Overhead, profit and taxes; e. Other factors; f. Time required. 2.5.3 If requested, within ten (10) days after the effective date of the Notice to Proceed and prior to start of Work, unless otherwise specified in the General Requirements, the Contractor is to submit to the Project Manager for review an estimated Progress Schedule indicating the starting and completion dates of the various stages of the Work and a Preliminary Schedule of Shop Drawings submissions. The Schedule should include a bar chart. The Contractor may use a commercial scheduling program such as the "Microsoft Project" or equal. All submissions of schedule Page 55 of 134 Packet Pg. 166 7.6.a information to the Project Manager or other City representatives are to be provided in hard copy format and electronic format. 2.6 Preconstruction Conference Within seven (7) days after the effective date of the Job Order, but before the Contractor starts the Work at the site, unless otherwise specified in the Contract Documents, a conference will be held with the Contractor, Project Manager, Contract Administrator and others as determined by the Project Manager for review of the schedules to establish procedures for handling Shop Drawings and other submittals, for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. END ARTICLE 2 Page 56 of 134 Packet Pg. 167 7.6.a ARTICLE 3 CONTRACT DOCUMENTS: INTENT, CORRELATION, EXECUTION OF AND OWNERSHIP OF CONTRACT DOCUMENTS 3.1 Intent 3.1.1 The Contract Documents comprise the entire Contract between the City and the Contractor concerning the Work. 3.1.2 The Detailed Scope of Work is complementary; what is called for by one is as binding as if called for by all. 3.1.3 It is the intent of the Detailed Scope of Work to describe a complete Project or part thereof or performance requirements to be completed in accordance with the Contract Documents. Any Work that may reasonably be inferred from the Detailed Scope of Work and the Contractor's Price Proposal as being required to produce the intended result shall be supplied whether or not it is specifically called for. Words, which have a well-known technical or trade meaning and are used to describe Work, materials or equipment, shall be interpreted in accordance with such meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association, or to the code of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual or code in effect at the time of Price Proposal Submittal or on the effective date of the Job Order. However, no provision of any referenced standard specification, manual or code whether or not specifically incorporated by reference in the Detailed Scope of Work shall change the duties and responsibilities of the City or the Contractor, or any of their agents or employees from those set forth in the Contract Documents. Clarifications and interpretations of the Detailed Scope of Work shall be issued by the Project Manager as provided for in section 9.2. 3.2 Correlation of the Contract Documents 3.2.1 Each Contract Document is an essential part of the Contract between the City and the Contractor. The Contract Documents are intended to be complementary and prescribe and provide for all Work required by the Job Orders. Anything mentioned in the Specifications and not shown in the Detailed Scope of Work, or shown in the Drawings and not mentioned in the Specifications, shall be of like effect as if shown or mentioned in both. Any Work, materials or equipment that has not been specifically included in the Detailed Scope of Work but which is reasonably required to produce the intended result shall be provided by the Contractor as though it had been specifically included. 3.2.2 If there are discrepancies between the various Contract Documents, Specifications shall govern over Conditions and Drawings, Drawings shall govern over Conditions, larger scale drawings shall govern over smaller scale drawings, Supplementary Conditions shall govern over General Conditions, computed dimensions shall govern over scaled dimensions, and specific descriptions shall govern over general ones. Page 57 of 134 Packet Pg. 168 7.6.a 3.2.3 In the event of a conflict between the Detailed Scope of Work or the Contract Documents and applicable laws, codes, ordinances, regulations or orders of governmental authorities having jurisdiction over the Work or any portion thereof, or in the event of any conflict between such applicable laws, codes, ordinances, regulations, or orders, the most stringent requirements of any of the above shall govern and be considered as a part of this Contract in order to afford the City the maximum benefits thereof. 3.3 No Warranties by the City 3.3.1 No information derived from inspection of records or reports of investigation concerning the Work or conditions at the site(s) of the Work made or provided by the City will in any way relieve the Contractor from its responsibility for properly performing its obligations under the Contract Documents. Such records and reports are provided solely for the convenience of the Contractor with no warranties whatsoever, express or implied, by the City. Such records and reports are not part of the Contract Documents. The Contractor shall make its own conclusions and interpretations from the data supplied, information available from other sources, and the Contractor's own observations. 3.3.2 The Contract Documents will be governed by the laws of the State of Washington END ARTICLE 3 Page 58 of 134 Packet Pg. 169 7.6.a ARTICLE 4 PHYSICAL CONDITIONS AND REFERENCE POINTS 4.1 Unforeseen Physical Conditions The Contractor shall promptly notify the Project Manager in writing of any latent physical conditions at the site or in an existing structure differing materially from those indicated or referred to in the Detailed Scope of Work. The Project Manager will promptly review those conditions. If the Project Manager finds that there are latent physical conditions which differ materially from those intended in the Detailed Scope of Work, the Project Manager will prepare a Supplementary Job Order incorporating modifications to plans and specifications as necessary to proceed with and complete the Work. END ARTICLE 4 Page 59 of 134 Packet Pg. 170 7.6.a ARTICLE 5 BONDS AND INSURANCE 5.1 Performance Bond The Contractor shall furnish a duly executed Performance Bond upon a form provided by the City within ten (10) calendar days following receipt of the Notice of Award. The Bond shall be executed by a licensed surety which is registered with the Washington State Insurance Commissioner and the surety's name shall appear in the current Authorized Insurance Company List for the State of Washington published by the Office of the Insurance Commissioner, and must be approved by the U.S. Department of Treasury as evidenced by a listing in the Federal Register. In addition, the surety must be rated "A-, FSC (6)" or higher by A.M. Best Rating Guide. The penal amount of the bond shall be in an amount equal to the amount stated in the Proposal Requirements and conditioned upon the faithful performance of the Contract by the Contractor. If the Surety on any Performance Bond furnished by the Contractor is declared bankrupt or becomes insolvent, or its right to do business is terminated in the state of Washington, or it ceases to meet the requirements as stated above, the Contractor shall within five (5) days thereafter substitute another Bond and Surety. The City reserves the right to approve or reject any substitute Bond and Surety. The Performance Bond will initially be in the penal sum equal to Two Million Dollars ($2,000,000). In the event the parties agree to exercise the option to extend the Contract, or if the cumulative amount of Work issued and not yet completed and accepted exceeds such amount, the Contractor shall deliver a new Performance Bond or a rider as required by the City. Additionally, the Contractor shall also provide a signed "Letter of Bondability" stating that the Contractor is able to bond to the possible increased Contract Value of Four Million Dollars ($4,000,000). For a Federally Funded Work Order, the Contractor may be required to submit an additional performance bond in accordance with the applicable Federal Contract Clauses 5.2 Payment Bond The Contractor shall also furnish a duly executed Payment Bond upon a form provided by the City, within ten (10) calendar days following receipt of the Notice of Award. The Bond shall be executed by a licensed surety which is registered with the Washington State Insurance Commissioner and the surety's name shall appear in the current Authorized Insurance Company List in the State of Washington published by the Office of the Insurance Commissioner, and must be approved by the U.S. Department of Treasury as evidenced by a listing in the Federal Register. In addition, the surety must be rated "A-, FSC (6)" or higher by A.M. Best Rating Guide. The penal amount of the bond shall be in the amount stated in the Proposal Requirements and conditioned upon the payment by the Contractor to all laborers, mechanics, Subcontractors, suppliers, and all persons who shall supply for the performance of the Work covered by this Contract. If the Surety on any Payment Bond furnished by the Contractor is declared bankrupt or becomes insolvent, or its right to do business is terminated in the state of Washington, or Page 60 of 134 Packet Pg. 171 7.6.a 5.3 it ceases to meet the requirements as stated above, the Contractor shall within five (5) days thereafter substitute another Bond and Surety. The City reserves the right to approve or reject any substitute Bond and Surety. The Payment Bond will initially be in the penal sum equal to Two Million Dollars ($2,000,000). In the event the parties agree to exercise the option to extend the Contract, or if the cumulative amount of Work issued and not yet completed and accepted exceeds such amount, the Contractor shall deliver a new Payment Bond or a rider as required by the City. Additionally, The Contractor shall also provide a signed "Letter of Bondability" stating that the Contractor is able to bond to the possible increased Contract Value of Four Million Dollars ($4,000,000). For a Federally Funded Work Order, the Contractor may be required to submit an additional payment bond in accordance with the applicable Federal Contract Clauses. Contractor's Liability Insurance 5.3.1 The Contractor shall purchase and maintain such commercial general liability and other insurance as will provide protection from claims set forth below which may arise out of or result from the Contractor's performance of the Work and the Contractor's other obligations under the Contract Documents, whether such performance is by the Contractor, by any Subcontractor, by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable. a. Commercial General Liability Insurance on an Occurrence Basis in an amount not less than Two Million Dollars ($2,000,000) per occurrence and at least Five Million Dollars ($5,000,000) in the annual aggregate, including but not limited to: 1. Bodily Injury Liability; 2. Property Damage Liability (to include explosion, collapse and underground); 3. Blanket Contractual Liability; 4. Premises/Operations (including off -site operations); 5. Broad Form Property Damage Liability; 6. Products: Completed Operations Liability; 7. Personal Injury Liability; 8. Liability for Property of Others in the Care, Custody and Control of the Contractor. Claims Covered: The Contractor shall purchase and maintain commercial general liability insurance, covering all operations by or on behalf of the Contractor, on an occurrence basis, against: 1. claims for damages because of bodily injury, sickness or disease, or death of any person other than the Contractor's employees. 2. claims for damages insured by reasonably available personal injury liability coverage. 3. claims for damages, other than to the Work itself, because of injury to or destruction Page 61 of 134 Packet Pg. 172 7.6.a of tangible property wherever located, including loss of use resulting therefrom. Form and Content: The Contractor's commercial liability policy shall be written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage: a. Such insurance shall be maintained for three (3) years after final payment. b. The Contractor shall furnish the City and each other additional insured (as identified in the Supplementary Conditions or elsewhere in the Contract) evidence of continuation of such insurance at final payment and three (3) years thereafter. 2. Blanket contractual liability coverage, to the extent permitted by law, including but not limited to coverage of the Contractor's contractual indemnity obligations in Section 6.32 ("Indemnification"). 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground, explosion, and collapse coverage. 6. Personal injury coverage. 7. Additional insured endorsements that include both ongoing operations and products and completed operations coverage through ISO Endorsements CG 20 10 10 01 and CG 20 37 10 01 (together); or CG 20 10 07 04 and CG 20 37 07 04 (together); or their equivalent. 8. For design professional additional insureds, ISO Endorsement CG 20 32 07 04, "Additional Insured —Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. Commercial General Liability Insurance shall be written on Insurance Services Office ("ISO") occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop gap liability, independent contractors, products- completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The City shall be named an 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 equivalent coverage b. Comprehensive Automobile Liability Insurance: The Contractor shall purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle. The automobile liability policy shall be written on an occurrence basis. The Contractor shall provide proof of insurance in an amount not less than One Million Dollars ($1,000,000) per occurrence, including but not limited to: 1. Bodily Injury Liability; 2. Property Damage Liability; 3. Personal Injury Liability; 4. Owned and Non -Owned Auto Liability; 5. Hired and Borrowed Auto Liability. Comprehensive Automobile Liability Insurance covering all owned, non -owned, hired Page 62 of 134 Packet Pg. 173 7.6.a and leased vehicles as well as employee vehicles utilized in performance or the Work or at the Work site shall be provided. Coverage shall be written on ISO form CA 00 01 or a substitute form providing equivalent liability coverage. The insurance policy shall be endorsed to provide contractual liability coverage. c. Worker's Compensation as required by Washington law and Employer's Liability Insurance (Stop Gap) with limits not less than One Million Dollars ($1,000,000) per occurrence. If the City authorizes sublet work, the Contractor shall require each subcontractor to provide Worker's Compensation Insurance for its employees, unless the Contractor covers such employees. The Contractor shall purchase and maintain workers' compensation and employer's liability insurance for: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable); 3. claims for damages because of bodily injury, occupational sickness or disease, or death of the Contractor's employees (by stop -gap endorsement in monopolist worker's compensation states); and 4. Foreign voluntary worker compensation (if applicable). The Contractor shall comply with the following conditions and procure and keep in force during the term of this Contract, at the Contractor's own cost and expense, the policies of insurance with companies authorized to do business in the State of Washington, which are rated at least "A" or better and with a numerical rating of no less than VI I, by A.M. Best Company and which are acceptable to the City. The Contractor's insurance coverage shall be primary insurance as respect to the City. Any insurance, self-insurance or other coverage maintained by the City shall be for the protection of the City and excess to the Contractor's insurance and shall not contribute with it. The above liability policies shall be endorsed to contain a provision that the policy shall not be canceled or materially changed without thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. No cancellation provision in any insurance policy shall be construed in derogation of the continuous duty of the Contractor to furnish the required insurance during the term of this Contract. The Insurer or his/her agent will furnish to the Contract Administrator upon request, prior to any Work being performed, a copy of any policy cited above, certified to be a true and complete copy of the original. The Contractor shall provide the Contract Administrator, prior to any Work being performed, a Certificate of Insurance and additional insured endorsement(s) acceptable to the City Attorney evidencing the above -required insurance(s) and naming the City of Edmonds, its officers, employees and agents as Additional Insureds on the Commercial General Liability Insurance policy and the Business Automobile Liability Insurance policy with respect to the operations performed and services provided under this Contract; and that such insurance shall apply as primary insurance on behalf of such Additional Insureds. The City shall be named as an Additional Insured by endorsement using ISO Form CG 2010 or equivalent. Receipt by the City of any certificate showing less coverage than required is not a waiver of the Contractor's obligations to fulfill the requirements. Page 63 of 134 Packet Pg. 174 7.6.a 5.3.2 Contractor's Insurance for Other Losses. The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, the Contractor's employee owned tools, machinery, equipment or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or subcontractors as well as to any temporary structures, scaffolding and protective fences. 5.3.3 General Provisions a. The City and the Contractor shall obtain and maintain insurance as required in this Section and in the Supplementary Conditions. b. All insurance required by the Contract to be purchased and maintained by the City or the Contractor shall be obtained from insurance companies that are duly licensed or authorized, in the state orjurisdiction in which the Project is located, to issue insurance policies for the required limits and coverages. Unless a different standard is indicated in the Supplementary Conditions, all companies that provide insurance policies required under this Contract shall have an A.M. Best rating of A-VII or better. c. The Contractor shall deliver to the City, with copies to each named insured and additional insured (as identified in this Section, in the Supplementary Conditions, or elsewhere in the Contract), certificates of insurance establishing that the Contractor has obtained and is maintaining the policies, coverages, and endorsements required by the Contract. Upon request by the City or any other insured, the Contractor shall also furnish other evidence of such required insurance, including but not limited to copies of policies and endorsements, and documentation of applicable self -insured retentions and deductibles. The Contractor may block out (redact) any confidential premium or pricing information contained in any policy or endorsement furnished under this provision. d. The City shall deliver to the Contractor, with copies to each named insured and additional insured (as identified in this Section, the Supplementary Conditions, or elsewhere in the Contract), certificates of insurance establishing that the City has obtained and is maintaining the policies, coverages, and endorsements required of the City by the Contract (if any). Upon request by the Contractor or any other insured, the City shall also provide other evidence of such required insurance (if any), including but not limited to copies of policies and endorsements, and documentation of applicable self -insured retentions and deductibles. The City may block out (redact) any confidential premium or pricing information contained in any policy or endorsement furnished under this provision. e. Failure of the City or the Contractor to demand such certificates or other evidence of the other party's full compliance with these insurance requirements, or failure of the City or the Contractor to identify a deficiency in compliance from the evidence provided, shall not be construed as a waiver of the other party's obligation to obtain and maintain such insurance. f. If either party does not purchase or maintain all of the insurance required of such party by the Contract, such party shall notify the other party in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. g. If the Contractor has failed to obtain and maintain required insurance, the City may exclude the Contractor from the site, impose an appropriate set-off against payment, and exercise the City's termination rights under Article 13. Page 64 of 134 Packet Pg. 175 7.6.a h. Without prejudice to any other right or remedy, if a party has failed to obtain required insurance, the other party may elect to obtain equivalent insurance to protect such other party's interests at the expense of the party who was required to provide such coverage, and the Contract Price shall be adjusted accordingly. i. The City does not represent that insurance coverage and limits established in this Contract necessarily will be adequate to protect the Contractor or the Contractor's interests. j. The insurance and insurance limits required herein shall not be deemed as a limitation on the Contractor's liability under the indemnities granted to the City and other individuals and entities in the Contract. k. General provisions: The policies of insurance required by this Paragraph 5.3.3 shall: i. include at least the specific coverages provided in this Article; ii. be written for not less than the limits of liability provided in this Article and in the Supplementary Conditions, or required by Laws or Regulations, whichever is greater; iii. contain a provision or endorsement that the coverage afforded will not be canceled, materially changed, or renewal refused until at least ten (10) days prior written notice has been given to the Contractor. Within three (3) days of receipt of any such written notice, the Contractor shall provide a copy of the notice to the City and each other insured under the policy; iv. remain in effect at least until final payment (and longer if expressly required in this Article) and at all times thereafter when the Contractor may be correcting, removing, or replacing defective Work as a warranty or correction obligation, or otherwise, or returning to the site to conduct other tasks arising from the Contract Documents; and v. be appropriate for the Work being performed and provide protection from claims that may arise out of or result from the Contractor's performance of the Work and the Contractor's other obligations under the Contract Documents, whether it is to be performed by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. vi. The coverage requirements for specific policies of insurance must be met by such policies, and not by reference to excess or umbrella insurance provided in other policies. Umbrella or excess liability: The Contractor shall purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Subject to industry - standard exclusions, the coverage afforded shall follow form as to each and every one of the underlying policies. Contractor's pollution liability insurance: The Contractor shall purchase and maintain a policy covering third -party injury and property damage claims, including clean-up costs, as a result of pollution conditions arising from the Contractor's operations and completed operations. This insurance shall be maintained for no less than three (3) years after final completion. Additional insureds: The Contractor's commercial general liability, automobile liability, umbrella or excess, and pollution liability policies shall include and list as additional insureds the City and the Engineer, and any individuals or entities identified in the Supplementary Page 65 of 134 Packet Pg. 176 7.6.a Conditions; include coverage for the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of all such additional insureds; and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby (including as applicable those arising from both ongoing and completed operations) on a non-contributory basis. The Contractor shall obtain all necessary endorsements to support these requirements. Contractor's professional liability insurance: If the Contractor will provide or furnish professional services under this Contract, through a delegation of professional design services or otherwise, then the Contractor shall be responsible for purchasing and maintaining applicable professional liability insurance. This insurance shall provide protection against claims arising out of performance of professional design or related services, and caused by a negligent error, omission, or act for which the insured party is legally liable. It shall be maintained throughout the duration of the Contract and for a minimum of two (2) years after Substantial Completion. If such professional design services are performed by a Subcontractor, and not by the Contractor itself, then the requirements of this paragraph may be satisfied through the purchasing and maintenance of such insurance by such Subcontractor. 5.3.4 Citv's Liabilitv Insurance a. In addition to the insurance required to be provided by the Contractor under Paragraph 5.3.3, the City, at the City's option, may purchase and maintain at the City's expense the City's own liability insurance as will protect the City against claims which may arise from operations under the Contract Documents. b. The City's liability policies, if any, operate separately and independently from policies required to be provided by the Contractor, and the Contractor cannot rely upon the City's liability policies for any of the Contractor's obligations to the City, the Engineer, or third parties. 5.3.5 Proaerty Insurance a. Builder's Risk: Unless otherwise provided in the Supplementary Conditions and on a Job Order by Job Order basis as required by the City, the Contractor shall purchase and maintain builder's risk insurance upon the Work on a completed value basis, in the amount of the full insurable replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: i. include the City and the Contractor as named insureds, and all Subcontractors, and any individuals or entities required by the Supplementary Conditions to be insured under such builder's risk policy, as insureds or named insureds. For purposes of the remainder of this Paragraph 5.3.5 and any corresponding Supplementary Conditions, the parties required to be insured shall collectively be referred to as "insureds." ii. be written on a builder's risk "all risk" policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth Page 66 of 134 Packet Pg. 177 7.6.a movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations; water damage (other than that caused by flood); and such other perils or causes of loss as may be specifically required by the Supplementary Conditions. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk policies, by endorsement or otherwise, such insurance may be provided through other insurance policies acceptable to the City and the Contractor. iii. cover, as insured property, at least the following: (a) the Work and all materials, supplies, machinery, apparatus, equipment, fixtures, and other property of a similar nature that are to be incorporated into or used in the preparation, fabrication, construction, erection, or completion of the Work, including City - furnished or assigned property; (b) spare parts inventory required within the scope of the Contract; and (c) temporary works which are not intended to form part of the permanent constructed Work but which are intended to provide working access to the site, or to the Work under construction, or which are intended to provide temporary support for the Work under construction, including scaffolding, form work, fences, shoring, falsework, and temporary structures. iv. cover expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects). V. extend to cover damage or loss to insured property while in temporary storage at the site or in a storage location outside the site (but not including property stored at the premises of a manufacturer or Supplier). vi. extend to cover damage or loss to insured property while in transit. vii. allow for partial occupation or use of the Work by the City, such that those portions of the Work that are not yet occupied or used by the City shall remain covered by the builder's risk insurance. viii. allow for the waiver of the insurer's subrogation rights, as set forth below. ix. provide primary coverage for all losses and damages caused by the perils or causes of loss covered. X. not include a co-insurance clause. A. include an exception for ensuing losses from physical damage or loss with respect to any defective workmanship, design, or materials exclusions. xii. include performance/hot testing and start-up. xiii. be maintained in effect, subject to the provisions herein regarding Substantial Completion and partial occupancy or use of the Work by the City, until the Work is complete. b. Notice of Cancellation or Change: All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with this Paragraph 5.3.5 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least ten (10) days prior written notice has been given to the purchasing policyholder. Within three (3) days of receipt of any such written notice, the purchasing policyholder shall provide a copy of the notice to each other insured. Page 67 of 134 Packet Pg. 178 7.6.a c. Deductibles: The purchaser of any required builder's risk or property insurance shall pay for costs not covered because of the application of a policy deductible. d. Partial Occupancy or Use by the City: If the City will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 12.4 and 12.5, then the City (directly, if it is the purchaser of the builder's risk policy, or through the Contractor) will provide notice of such occupancy or use to the builder's risk insurer. The builder's risk insurance shall not be canceled or permitted to lapse on account of any such partial use or occupancy; rather, those portions of the Work that are occupied or used by the City may come off the builder's risk policy, while those portions of the Work not yet occupied or used by the City shall remain covered by the builder's risk insurance. e. Additional Insurance: If the Contractor elects to obtain other special insurance to be included in or supplement the builder's risk or property insurance policies provided under this Paragraph 5.3.5, it may do so at the Contractor's expense. Insurance of Other Property: If the express insurance provisions of the Contract do not require or address the insurance of a property item or interest, such as tools, construction equipment, or other personal property owned by the Contractor, a Subcontractor, or an employee of the Contractor or a Subcontractor, then the entity or individual owning such property item will be responsible for deciding whether to insure it, and if so in what amount. The Contractor certifies that it is aware of the provisions of Title 51 of the Revised Code of Washington which requires every employer to be insured against liability of Workers' Compensation, or to undertake self-insurance in accordance with the provisions of that Title. The Contractor shall comply with the provisions of Title 51 of the Revised Code of Washington before commencing the performance of any Work. The Contractor shall provide the Contract Administrator with evidence of Workers' Compensation Insurance (or evidence of qualified self-insurance) before any Work is commenced. In case of breach of any provision of this section, the City may, at its option and with no obligation to do so, provide and maintain at the expense of the Contractor, such types of insurance in the name of the Contractor, and with such insurers, as the City may deem proper, and may deduct the cost of providing and maintaining such insurance from any sums which may be found or become due to the Contractor under this Contract or may demand the Contractor to promptly reimburse the City for such cost. 5.4 Contractor Pollution Liability 5.4.1 If a Job Order requires Contractor Pollution Liability, the successful Contractor(s) will be required to provide Contractor Pollution Liability with minimum limits of liability of not less than One Million Dollars ($1,000,000) per claim or occurrence and Two Million Dollars ($2,000,000) aggregate per policy period of one (1) year. Page 68 of 134 Packet Pg. 179 7.6.a If the Contractor Pollution Liability coverage is written on a claims -made form: a. The retroactive date must be shown and must be before the date of the Contract or the start of Work; b. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the Work; c. If coverage is canceled or non -renewed and not replaced with another claims - made policy form with a retroactive date prior to the Contract Date the Contractor must purchase an extended period coverage for a minimum of five (5) years after the completion of the Work; d. A copy of the claims reporting requirements must be submitted to the City for review. 5.5 Waiver of Rights 5.5.1 All policies purchased in accordance with Paragraph 5.3.5, expressly including the builder's risk policy, shall contain provisions to the effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any insureds thereunder, or against the Engineer or its consultants, or their officers, directors, members, partners, employees, agents, consultants, or subcontractors. The City and the Contractor waive all rights against each other and the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages caused by, arising out of, or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work; and, in addition, waive all such rights against the Engineer, its consultants, all Subcontractors, all individuals or entities identified in the Supplementary Conditions as insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, under such policies for losses and damages so caused. None of the above waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance held by the City or the Contractor as trustee or fiduciary, or otherwise payable under any policy so issued. 5.5.2 The City waives all rights against the Contractor, Subcontractors, and the Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them, for: a. loss due to business interruption, loss of use, or other consequential loss extending beyond direct physical loss or damage to the City's property or the Work caused by, arising out of, or resulting from fire or other perils whether or not insured by the City; and b. loss or damage to the completed Project or part thereof caused by, arising out of, or resulting from fire or other insured peril or cause of loss covered by any property insurance maintained on the completed Project or part thereof by the City during partial occupancy or use, after Substantial Completion, or after final payment. Page 69 of 134 Packet Pg. 180 7.6.a c. Any insurance policy maintained by the City covering any loss, damage or consequential loss referred to in Paragraph 5.5.2(b) shall contain provisions to the effect that in the event of payment of any such loss, damage, or consequential loss, the insurers will have no rights of recovery against the Contractor, Subcontractors, or the Engineer, or the officers, directors, members, partners, employees, agents, consultants, or subcontractors of each and any of them. 5.5.3 The Contractor shall be responsible for assuring that the agreement under which a Subcontractor performs a portion of the Work contains provisions whereby the Subcontractor waives all rights against the City, the Contractor, all individuals or entities identified in the Supplementary Conditions as insureds, the Engineer and its consultants, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages caused by, arising out of, relating to, or resulting from any of the perils or causes of loss covered by builder's risk insurance and any other property insurance applicable to the Work. 5.6 Receipt and Application of Property Insurance Proceeds 5.6.1 Any insured loss under the builder's risk and other policies of insurance required by Paragraph 5.3.5 will be adjusted and settled with the named insured that purchased the policy. Such named insured shall act as fiduciary for the other insureds and give notice to such other insureds that adjustment and settlement of a claim is in progress. Any other insured may state its position regarding a claim for insured loss in writing within fifteen (15) days after notice of such claim. 5.6.2 Proceeds for such insured losses may be made payable by the insurer either jointly to multiple insureds, or to the named insured that purchased the policy in its own right and as fiduciary for other insureds, subject to the requirements of any applicable mortgage clause. A named insured receiving insurance proceeds under the builder's risk and other policies of insurance required by Paragraph 5.3.5 shall distribute such proceeds in accordance with such agreement as the parties in interest may reach, or as otherwise required under the dispute resolution provisions of this Contract or applicable Laws and Regulations. 5.6.3 If no other special agreement is reached, the damaged Work shall be repaired or replaced, the money so received applied on account thereof, and the Work and the cost thereof covered by Supplemental Job Order, if needed. END ARTICLE 5 Page 70 of 134 Packet Pg. 181 7.6.a ARTICLE 6 CONTRACTOR'S RESPONSIBILITIES 6.1 Examination of the Site of Work and Detailed Scope of Work By submitting a Job Order Proposal for a Job Order, the Contractor represents that it has carefully examined and investigated the site(s) of the Work, including material site(s), and the Detailed Scope of Work. The submission of its Job Order Proposal shall be conclusive evidence that the Contractor represents and acknowledges that it has made such examinations and investigations and is satisfied as to the conditions to be encountered in the performance of the Work, including the character, quantity, quality, and Detailed Scope of the Work, safety precautions to be undertaken, the quantities and qualities of materials to be supplied, and equipment and labor to be used, the requirements of the Detailed Scope of Work and how all such requirements correlate to the conditions at the site(s) of the Work. The Contractor shall determine from careful examination of the Detailed Scope of Work and the site of the Work, the methods, materials, labor, and equipment required to perform the Work in full, and the Contractor shall reflect the same in its Proposal. 6.2 Error, Inconsistency, Omission or Variance in the Contract Documents The Contractor shall promptly report to the Project Manager and/or the Contract Administrator any error, inconsistency, omission, or variance from applicable laws, statutes, codes, ordinances, or regulations which it discovers in the Detailed Scope of Work. If the Contractor promptly reports such discovery prior to commencement of any portion of the Work affected by any such error, inconsistency, omission, or variance, the Contractor shall not be liable to the City for damage resulting from such error, inconsistency, omission, or variance. If, however, the Contractor fails either to carefully study and compare the Detailed Scope of Work, or to promptly report the discovery of any error, inconsistency, omission, or variance known or believed by the Contractor to exist, the Contractor shall assume full responsibility therefore and shall bear all costs, liabilities and damages attributable to such error, inconsistency, omission, or variance. 6.3 Supervision 6.3.1 The Contractor shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Detailed Scope of Work. The Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of Work. The Contractor shall be responsible to see that the finished Work complies accurately with the Detailed Scope of Work. 6.3.2 The Contractor will provide a competent resident supervisor who understands the contract and the task being performed to continuously oversee the contract work. The supervisor will not be replaced without written notice to the Project Manager except under extraordinary circumstances. The supervisor will be the Contractor's representative at the site and shall have authority to act on behalf of the Contractor. All communications given to the supervisor shall be as binding as if given to the Contractor. Page 71 of 134 Packet Pg. 182 7.6.a a. Any supervisor who repeatedly fails to follow the Project Manager's written or oral orders, directions, instructions, or determinations, or who has proven to be incompetent, careless, or negligent shall be subject to removal from the Work site. Upon the written request of the Project Manager or the Contract Administrator, the Contractor shall immediately remove such supervisor and name a replacement in writing. 6.3.3 The Contractor shall provide competent, suitably qualified personnel to survey and lay out the Work and perform the Work as required by the Detailed Scope of Work The Contractor shall at all times maintain good discipline and order at the site. 6.3.4 Non-compliance with the Project Manager's request to remove and replace personnel at any level shall be grounds for terminating the Contract under the terms of Article 13. 6.3.5 The Contractor shall be fully responsible to the City for the acts or omissions of its employees, agents, Subcontractors, Sub -Subcontractors, suppliers, and their agents and employees, and all other persons who are to perform any of the Work. 6.3.6 The Contractor may not assign any portion of this Contract without the City's prior written consent. 6.4 Labor, Materials, and Equipment 6.4.1 The Contractor shall furnish all materials, equipment, labor, transportation, equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, and sanitary facilities and all other facilities and incidentals necessary for the execution, testing, initial operation and completion of the Work. 6.4.2 All materials and equipment shall be of good quality and new, except as otherwise provided in the Detailed Scope of Work. If required by the Project Manager, the Contractor shall furnish satisfactory evidence (including reports or required tests) as to the kind and quality of materials and equipment. 6.4.3 All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturer, fabricator, supplier or distributor, except as otherwise provided in the Contract Documents. 6.4.4 For equipment and materials that are permanently incorporated in the Work, the Contractor will provide to the Project Manager all Owners Manuals and Operating Instructions furnished by the equipment or material manufacturer. Page 72 of 134 Packet Pg. 183 7.6.a 6.5 Equivalent Materials and Equipment, "or Equal" 6.5.1 Whenever materials or equipment are specified or described in the Detailed Scope of Work, Drawings, Construction Task Catalog° or Specifications by using the name of a proprietary item or the name of a particular manufacturer, fabricator, supplier or distributor, the naming of the item is intended to establish the type, function, and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other manufacturers, fabricators, suppliers or distributors may be accepted by the Project Manager if sufficient information is submitted by the Contractor to allow the Project Manager to determine that the material or equipment proposed is equivalent to that named. The procedure for review by the Project Manager will be as set forth in Section 6.5.2 below as supplemented in the General Requirements. 6.5.2 Requests for review of substitute items of material and equipment will not be accepted by the Project Manager from anyone other than the Contractor. If the Contractor wishes to furnish or use a substitute item of material or equipment, the Contractor shall make written application to the Project Manager for acceptance thereof, certifying that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that specified, and be suited to the same use and capable of performing the same function as that specified. The application will state whether or not acceptance of the substitute for use in the Work will require a change in the Drawings or Specifications to adapt the design to the substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified shall be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in evaluating the proposed substitute. The Project Manager may require the Contractor to furnish at the Contractor's expense additional data about the proposed substitute. The Project Manager will be the sole judge of acceptability, and no substitute will be ordered or installed without the Project Manager's prior written acceptance. The City may require the Contractor to furnish at the Contractor's expense a special performance guarantee or other surety with respect to any substitute. 6.6 Disposal of Demolished Materials 6.6.1 Waste material is defined as all material from demolition or other source that is unsuitable to, or in excess of, the needs of the Work or material that is designated for removal and disposal off of City property. All waste materials shall become the property of the Contractor. Materials containing substances classified as hazardous, potentially hazardous, infectious, toxic, or dangerous under applicable Local, State and/or Federal regulations shall be handled and disposed of as directed by applicable regulations, the Detailed Scope of Work and/or the Contract Documents. Page 73 of 134 Packet Pg. 184 7.6.a Proof of proper disposal of substances classified as hazardous, potentially hazardous, infectious, toxic, or dangerous is required by the City. 6.6.2 The Contractor is solely responsible for the lawful managing and disposal of waste material and shall indemnify, defend and hold the City harmless from all liability, damages, claims, lawsuits, penalties and expenses, whether direct, indirect or consequential including but not limited to attorney's and consultant's fees and other expenses of litigation or arbitration arising from or in any way connected with, the demolition, removal or disposal of materials, except as specified for hazardous materials. 6.6.3 The value of waste materials, if any, shall be reflected in the total Job Order price. 6.6.4 During the course of the Work, if the Contractor encounters site materials that it believes may be hazardous, potentially hazardous, infectious, toxic, or dangerous, the Contractor will immediately notify the Project Manager and the Contract Administrator. 6.6.5 The City will retain title to all hazardous waste presently on -site encountered during demolition and removal. This does not include hazardous materials generated by the Contractor, such as used motor oils, lubricants, cleaners, etc. The Contractor shall dispose of such hazardous waste according to the Detailed Scope of Work and the Contract Documents, following local, State, and Federal regulations. The City of Edmonds will be shown as the hazardous waste generator and will sign all hazardous waste shipment manifests for non -contractor generated hazardous wastes. Nothing contained within these Contract Documents shall be construed or interpreted as requiring the Contractor to assume the status of the City or generator of hazardous waste substances for non -contractor generated hazardous wastes. 6.6.6 The Contractor shall follow all Environmental Protection Agency (EPA) and all other regulations regarding reporting the disposal of all materials. 6.7 Subcontractors and Sub -Subcontractors 6.7.1 Mandatory Criteria: As required by RCW 39.06.020 and 39.04.350(1), all subcontractors must satisfy all of the following criteria: • At the time of bid submittal, have a certificate of registration in compliance with Chapter 18.27 RCW; • Have a current state unified business identifier number; • If applicable, have Industrial Insurance coverage for the bidder's employees working in Washington as required in Title 51 RCW; an Employment Security Department number as required in Title 50 RCW; and a state excise tax registration number as required in Title 82 RCW; and • Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Page 74 of 134 Packet Pg. 185 7.6.a • If bidding on a public works project subject to the apprenticeship utilization requirements in RCW 39.04.320, not have been found out of compliance by the Washington State Apprenticeship and Training Council for working apprentices out of ratio, without appropriate supervision, or outside their approved work processes as outlined in their standards of apprenticeship under Chapter 49.04 RCW for the one-year period immediately preceding the date of the bid solicitation; and 6.7.2 The Contractor shall not employ any Subcontractor or other person or organization (including those who are to furnish the principal items of materials or equipment), whether initially or as a substitute, against whom the Project Manager may have reasonable objection. Acceptance of any Subcontractor, other person or organization by the City or the Project Manager shall not constitute a waiver of any right of the City to reject defective Work. If the City after due investigation has reasonable objection to any Subcontractor other person or organization proposed by the Contractor after the issuance of the Job Order, the Contractor shall submit an acceptable substitute. The Contractor shall not be required to employ any Subcontractor, other person or organization against whom the Contractor has reasonable objection. 6.7.3 The Contractor shall be fully responsible for all acts and omissions of its Subcontractors and of persons and organizations directly or indirectly employed by them and of persons and organizations for whose acts any of them may be liable to the same extent that the Contractor is responsible for the acts and omissions of persons directly employed by the Contractor. Nothing in the Contract Documents shall create any contractual relationship between the City or any contractor or other person or organization having a direct contract with the Contractor, nor shall it create any obligation on the part of the City to pay or to see to the payment of any moneys due any contractor or other person or organization, except as may otherwise be required by law. The City may furnish to any Subcontractor or other person or organization, to the extent practicable, evidence of amounts paid to the Contractor on account of specific Work done. 6.7.4 All Work performed for the Contractor by a Subcontractor will be pursuant to an appropriate agreement between the Contractor and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of the City. The City reserves the right to obtain copies of any Subcontractor and supplier agreements at any tier from the Contractor. 6.7.5 The Contractor will pay Subcontractors, in accordance with its contractual obligations to such parties, all the amounts the Contractor has received from the City on account of their work. The Contractor will impose similar requirements on Subcontractors to pay those parties with whom they have contracted. 6.8 Patent Fees and Royalties 6.8.1 The Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any Page 75 of 134 Packet Pg. 186 7.6.a invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Detailed Scope of Work for use in the performance of the Work and if to the actual knowledge of the City its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by the City in the Job Order. The Contractor shall indemnify and hold harmless the City and anyone directly or indirectly employed by either of them from and against all claims, damages, losses and expenses (including attorneys' fees) arising out of any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Detailed Scope of Work, and shall defend all such claims in connection with any alleged infringement of such rights. 6.9 Laws and Regulations 6.9.1 The Contractor shall give all notices and comply with all laws, ordinances, rules, and regulations applicable to the Work. If the Contractor observes that the Specifications or Drawings are at variance therewith, the Contractor shall give the Project Manager prompt written notice thereof, and any necessary changes shall be adjusted by an appropriate modification. If the Contractor performs any Work knowing or having reason to know that it is contrary to such laws, ordinances, rules and regulations, and without such notice to the Project Manager, the Contractor shall bear all costs arising therefrom; however, it shall not be the Contractor's primary responsibility to make certain that the Detailed Scope of Work, Specifications and Drawings are in accordance with such laws, ordinances, rules and regulations. 6.10 Taxes 6.10.1 The Contractor shall pay all sales, consumer, use, and other similar taxes required to be paid in accordance with the law of the State of Washington. All taxes are considered to be included in the Adjustment Factors. 6.11 Use of Premises 6.11.1 The Contractor shall confine equipment, the storage of materials and equipment and the operations of workmen to areas permitted by the City, and shall not unreasonably encumber the premises with equipment or other materials. 6.11.2 During the progress of the Work, the Contractor shall keep the premises free from accumulations of waste materials, rubbish, and other debris resulting from the Work. At the completion of the Work, the Contractor will remove all waste materials, rubbish, and debris from and about the premises as well as all tools, appliances, equipment and machinery, and surplus materials. The Contractor will leave the site clean and ready for occupancy by the City and restore to original condition any portions of the site not designated for alteration by the Detailed Scope of Work. Page 76 of 134 Packet Pg. 187 7.6.a 6.11.3 The Contractor will not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor will the Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.12 Record Documents 6.12.1 The Contractor shall keep one (1) record copy of all Specifications, Drawings, Addenda, modifications, Shop Drawings and samples at the site, in good order and annotated to show all changes made during the construction process. These will be available to the Project Manager and the Contract Administrator for examination and shall be delivered to the Project Manager for the City upon completion of the Work before final payment is made. 6.13 Safety and Protection 6.13.1 The Contractor will be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the Work. The Contractor shall take all necessary precautions for the safety of, and provide the necessary protection to prevent damage, injury or loss to: a. All employees on the Work and other persons who may be affected thereby; b. All the Work and all materials or equipment to be incorporated therein, whether in storage on or off the site; and c. Other property at the site or adjacent thereto, including vegetation, walks, pavements, roadways, structures, and utilities not designated for removal, relocation or replacement in the course of construction. It will be the Contractor's responsibility to protect the Work and repair any damages to the Work until after Final Acceptance, as defined in Article 12, has been achieved. 6.13.2 The Contractor will comply with all applicable laws, ordinances, rules, regulations, and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and will erect and maintain all necessary safeguards for such safety and protection. The Contractor will notify owners of adjacent property and utilities when prosecution of the Work may affect them. All damage, injury or loss to any property caused, directly or indirectly, in whole or in part, by the Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by the Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of the City or the Project Manager or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of the Contractor). The Contractor's duties and responsibilities for the safety and protection of the Work will continue until such time as all the Work is completed and the Project Manager has issued a notice to the Contractor in accordance with these General Conditions that the Work is acceptable. Page 77 of 134 Packet Pg. 188 7.6.a 6.13.3 The Contractor shall designate a responsible member of its organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's supervisor unless otherwise designated in writing by the Contractor to the City. 6.14 Emergencies 6.14.1 In emergencies affecting the safety or protection of persons, Work or property at the site or adjacent thereto, the Contractor, without special instruction or authorization from the Project Manager, is obligated to act to prevent threatened damage, injury or loss. The Contractor will give the Project Manager and the Contract Administrator prompt written notice of any significant changes in the Work or deviations from the Detailed Scope of Work caused thereby. 6.15 Shop Drawings and Samples 6.15.1 After checking and verifying all field measurements, the Contractor will submit Shop Drawings to the Project Manager for review and approval, as specified in the Job Order. The data shown on the Shop Drawings will be complete with respect to dimensions, design criteria, materials of construction and like information to enable the Project Manager to review the information as required. 6.15.2 The Contractor will promptly submit to the Project Manager for review and approval all samples required by the Job Order. All samples will have been checked by and stamped with the approval of the Contractor, identified clearly as to material, manufacturer, any pertinent catalog numbers, and the use for which intended. 6.15.3 At the time of sample and drawings submissions, any identified deviations from the Detailed Scope of Work will be called, in writing, to the Project Manager's attention. 6.15.4 The Project Manager will review Shop Drawings and samples within fifteen (15) days, but the Project Manager's review and approval shall be only for conformance with the design concept of the Project and for compliance with the information given in the Detailed Scope of Work and will not extend to means, methods, sequences, techniques, or procedures of construction or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. The Contractor will make any corrections required by the Project Manager and return the required number of corrected copies of Shop Drawings and resubmit new samples for review and approval. The Contractor will direct specific attention in writing to revisions other than the corrections called for by the Project Manager on previous submittals. The Contractor's stamp of approval on any Shop Drawing or sample shall constitute a representation to the City and the Project Manager that the Contractor has either determined and Page 78 of 134 Packet Pg. 189 7.6.a verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data or assumes full responsibility for doing so, and that the Contractor has reviewed or coordinated each Shop Drawing or sample with the requirements of the Detailed Scope of Work and the Contract Documents. 6.15.5 Where a Shop Drawing or sample is required by the Job Order, no related Work shall be commenced until the submittal has been reviewed and approved by the Project Manager. 6.16 Continuing the Work 6.16.1 The Contractor shall carry on the Work and maintain the progress schedule during all disputes or disagreements with the City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as the Contractor and the City may otherwise agree in writing. 6.17 Warranties 6.17.1 All Work will be of good quality, free from fault or defect, and in strict accordance with the requirements of the Detailed Scope of Work. Any Work not conforming to the foregoing warranty, including unapproved or unauthorized substitutions, shall be considered defective. 6.17.2 All Subcontractors', Sub -Subcontractors', manufacturers', and Suppliers' warranties and guarantees, expressed or implied, respecting any part of the Work and all materials used therein shall be obtained and enforced by the Contractor for the benefit of the City without the necessity of separate transfer or assignment thereof. When directed by the Project Manager or required by the Contract Documents, the Contractor shall require that Subcontractors, Sub -Subcontractors, manufacturers, and Suppliers execute separate warranties and guarantees in writing directly to the City. Warranty provisions which purport to limit or alter the City's rights under the Contract Documents are null and void. 6.17.3 The Contractor warrants that title to all Work, materials, and equipment covered by a request for a progress payment or final payment will pass to the City either by incorporation in the Work or upon the receipt of payment by the Contractor, whichever occurs first, free and clear of all liens, claims, security interests or encumbrances. The Contractor further warrants that no Work, materials, or equipment covered by a request for a progress payment or final payment will have been acquired by the Contractor, or by any other person performing Work at the project site or furnishing materials and equipment for the project, which Work, materials, or equipment are subject to an agreement under which an interest therein or an encumbrance thereon is retained by the seller of the same or is otherwise imposed by the Contractor or other person. Page 79 of 134 Packet Pg. 190 7.6.a 6.18 Not Used 6.19 Progress Schedule 6.19.1 Within ten (10) days after the effective date of the Notice to Proceed and prior to start of Work unless otherwise specified in the Job Order, the Contractor will prepare and submit a Progress Schedule in a form satisfactory to the Project Manager. Failure to submit a proposed Progress Schedule within the allowed time will not constitute grounds for an extension of the Job Order Completion Time. 6.19.2 The Progress Schedule will consist of a network analysis of the Critical Path Method (CPM) in arrow diagram form showing an activity description, cost, and calendar day duration for all significant design, manufacturing, construction, and installation activities. An activity list will be included with each copy of the Progress Schedule. 6.19.3 Within thirty (30) calendar days after receipt, the City will review, add comments, and return three (3) copies of the Progress Schedule to the Contractor. Review by the City of the proposed Progress Schedule does not constitute an approval of the Contractor's construction means, methods, sequences, or schedule. 6.19.4 The Progress Schedule shall outline the proposed operations, the interrelations of the various operations, and the order of performance in sufficient detail that progress of the Work can be evaluated accurately at any time during the performance of the Work. If abbreviations are used in the make-up of the Progress Schedule, a legend is to be provided to define all abbreviations. 6.19.5 If milestone completions are required by the Job Order, then those milestones are to be clearly defined on the Progress Schedule. 6.19.6 Should it become evident that the Contractor may fail to meet the scheduled dates as shown, the Project Manager may require the Contractor to submit a recovery schedule demonstrating its proposed plan to make up lag in scheduled progress and to ensure completion of the Work within the Job Order Completion Time. The Contractor, upon request, will be required at the Contractor's own expense to submit a revised Progress Schedule and to increase the Contractor's work force and working hours (second and third shifts) as required to bring the actual completion dates of the activities into conformance with the Progress Schedule. Further, the Contractor will submit a revised Progress Schedule at no cost to the City when, in the opinion of the Project Manager, the Contractor's sequence of Work varies significantly from that shown on the Progress Schedule. The City reserves the right to withhold progress payments until such time as an approved modified Progress Schedule in a form satisfactory to the Project Manager has been provided by the Contractor. Page 80 of 134 Packet Pg. 191 7.6.a 6.19.7 Failure of the Contractor to substantially comply with the requirements of this section may be considered grounds for a determination by the City that the Contractor is failing to prosecute the Work with such diligence as will ensure its completion within the time specified, and to take whatever action the City deems necessary and appropriate under the terms of the Contract Documents. 6.20 On -Site Documents 6.20.1 The Contractor is to maintain at the Project site, in good order for ready reference by the Project Manager, one (1) complete record copy of the Detailed Scope of Work, including changes in the Work, Field Orders, and all working drawings, Progress Schedule, and other approved submittals. 6.20.2 The Job Order record drawings are to be marked to truly record all changes made during construction, i.e., the "as -built" conditions. The Project's record drawings are to be updated on a weekly basis and before elements of the Work are covered or hidden from view. After the completion of the Work or portions of the Work and before requesting final inspection, the record copy of the Drawings will be given to the Project Manager. 6.21 Working Drawings, Product Data, Samples, and Other Submittals 6.21.1 The Contractor will review and submit all working drawings, product data, samples and other items required to be submitted to the City accompanied by a "shop drawing multi -transmittal" form. Such submittals will be given to the City in a complete and final form at least thirty (30) days prior to any Contractor need for review response or such other longer time that may be needed to allow time for detailed review by the City or others. The Contractor should allow sufficient time for the possibility of rejection of the submittal, needed revisions, and resubmittal review time. 6.21.2 By submitting working drawings, product data, and samples, the Contractor represents that it has determined and verified all materials, field measurements, and related field construction criteria are in accordance with the Detailed Scope of Work, and that the Contractor has checked and coordinated the information contained within the submittal with the requirements of the Detailed Scope of Work. The costs incurred by the City to review resubmitted working drawings, product data, and samples may be offset from any monies due the Contractor when the Contractor has failed to comply with this Subsection. 6.21.3 Review and approval by the City of the Contractor's working drawings, product data, or samples does not relieve the Contractor of responsibility for the accuracy of dimensions and details. Likewise, any review and comments do not relieve the contractor from complying with every requirement of the Job Order drawings and specifications unless the Contractor has called written attention to any deviations contained in the submittal and these deviations have been reviewed and accepted. By omission of any feature, capability, or part of any item submitted, the Page 81 of 134 Packet Pg. 192 7.6.a Contractor implies that these missing features, capabilities, or parts will be furnished exactly as required by the Job Order documents. Review and approval shall not constitute acceptance by the City of the correctness or adequacy of such submittals, nor shall it constitute a representation or warranty by the City that the drawings will satisfy the requirements of the Job Order. The review of a specific item shall not indicate approval of an assembly in which the item functions. The City's review or approval of a submittal shall not relieve the Contractor from responsibility for errors or omissions in the submittals. 6.21.4 Any Work delayed by reason of a properly rejected submittal is deemed to be entirely the Contractor's risk and will not be the basis for a claim by the Contractor for additional compensation or an extension of Job Order Completion Time. Drawings marked "subject to change" or the like will not be reviewed. The City is not required to review submittals that depend for their review on other submittals not yet submitted. 6.21.5 When resubmitting a submittal, the Contractor is to direct specific attention, in writing or on the resubmittal itself, to all revisions it has made. 6.21.6 No portion of the Work requiring submittal of a working drawing, product data, or sample is to be commenced until the submittal has been approved by the City as provided in these General Conditions. All portions of the Work involving submittals shall be performed in accordance with the approved submittals. 6.21.7 As -Built Drawings: If the Contractor is provided, or prepares, drawings as part of the Detailed Scope of Work, then as the Detailed Scope of Work progresses the Contractor shall keep a complete and accurate record of changes to, and deviations from, such drawings. The As -Built Drawings will be created in the same medium (paper, electronic) in which they were originally prepared. 6.22 Cutting, Fitting and Patching of Work 6.22.1 The Contractor will be responsible for all cutting, fitting, patching, or such other altering as may be required to complete the Work, or to make its several parts fit together properly. 6.22.2 The Contractor will not damage or endanger any portion of the Work, other work of the City, or that of any separate contractor(s) by cutting, fitting, patching or other altering of any work, or by excavation. The Contractor will not alter any of the work of the City or any separate contractor without written authorization from the City. 6.23 Inspection of the Work 6.23.1 The Project Manager or authorized representative shall have the right but not the obligation to inspect the Work, and to reject and refuse all labor and materials or methods of application, or any part thereof, which does not comply in kind, quality or material with the requirements of the Detailed Scope of Work. Any labor or material rejected, as not conforming to the Contract Documents shall be promptly removed. Labor and materials which do so conform will be furnished and Page 82 of 134 Packet Pg. 193 7.6.a delivered in place thereof; and if the Contractor refuses or neglects to remove such rejected material or to rebuild any such rejected Work, or otherwise correct the defects as the Project Manager directs, the City may obtain, use and employ materials, labor, tools, and implements to do the same and the expense thereof will be deducted from moneys which may otherwise be due or become due to the Contractor. 6.24 Uncovering of Work 6.24.1 If any portion of the Work should be covered prior to inspection called for by law or as required by the Contract Documents, the Contractor will, upon request of the Project Manager, uncover or remove the Work for inspection by the Project Manager or other governmental representatives, and replace the Work to the standard required by the Detailed Scope of Work, all at the Contractor's expense. 6.24.2 If any other portion of the Work has been covered or completed, the Contractor will, upon the request of the Project Manager, remove or uncover such Work for the Project Manager's observation. The Contractor will subsequently restore that portion of the Work to the standard required by the Detailed Scope of Work at no additional costs to the City. 6.25 Correction of Work 6.25.1 The Contractor will, at no additional expense to the City, promptly correct all Work which is defective or otherwise fails to conform to the requirements of the Detailed Scope of Work. Such Work is to be corrected even though it was previously inspected by the City, payment for it was included in a progress payment, whether or not it was completed, and whether or not it was observed before or after the date of Substantial Completion. 6.25.2 If, within one (1) year after Substantial Completion of the Work or within such longer period of time as may be prescribed by law or by the terms of any applicable additional warranty required by the Job Order, any of the Work is found to be defective or otherwise not in conformance with the Detailed Scope of Work, the Contractor will, at its cost, promptly correct such defective or non- conforming Work after receipt of written notice from the City. The obligation of this subsection shall survive termination of the Contract. 6.25.3 If the Contractor refuses or neglects to correct the defects as directed by the Project Manager, the City may obtain, use, and employ materials, labor, tools and implements to do the same and the expense thereof shall be deducted from moneys which may otherwise be due or become due to the Contractor or the City. If the Contractor fails to promptly correct defective or non -conforming Work, the City may correct it as provided in section 6.25, or may terminate this Contract. 6.25.4 Work corrected by the Contractor pursuant to section 6.25 will also be subject to the provisions of this section to the same extent as Work originally performed and for an additional one-year period commencing upon City acceptance of corrected work. Page 83 of 134 Packet Pg. 194 7.6.a 6.25.5 Nothing contained in this section is to be construed to establish a period of limitation with respect to any other obligation imposed on the Contractor by the Contract Documents or law, including the obligations imposed by section 6.17. The establishment of the time period of one year after the date of Final Completion or such longer period of time as may be prescribed by law or by the terms of any warranty required by the Job Order relates only to the specific obligation of the Contractor to correct defective or non -conforming Work, and bears no relationship to the time within which the Contractor's obligation to comply with the Job Order may be sought to be enforced, nor to the time within which proceedings may be commenced to establish the Contractor's liability with respect to obligations imposed on it by the Contract Documents or as otherwise may exist in law. 6.25.6 The City may, at its sole option, elect to retain defective or nonconforming Work In such case, the Contractor will reduce the Job Order Price in a reasonable amount to account for such defect or non-conformance. 6.26 Responsibility for Work 6.26.1 All Work performed under the Contract and all materials to be incorporated in the Work, whether in storage or on the Project site and whether under the care, custody and control of the Contractor, Subcontractor, or Sub -Subcontractor, shall be at the sole risk of loss and responsibility of the Contractor until Final Completion of the entire Project, except as may be limited by the Project Manager in writing for the period following Substantial Completion of the Work or designated portion thereof as provided in section 12.4. Damage from any cause to either permanent or temporary Work, utilities, materials, equipment, existing structures, the Project site, and other property owned by the City or others, shall be repaired by the Contractor to the satisfaction of the Project Manager at no additional cost to the City. At no time during the execution of this Contract shall the Contractor direct City staff or City agents to assist in the execution of the Work. 6.27 Hazardous Materials 6.27.1 The Contractor will comply with WAC 296-901 Global Harmonized System for Hazard Communication; and provide proper communications with personnel to prevent injury or illness. 6.27.2 The Contractor will take the following precautions to lessen the possibility of exposure to any hazardous material(s): • Notify all Subcontractors and/or suppliers of any Hazardous Materials that may be on site; • Label any Hazardous Materials brought on site as to contents, hazard warning, name and address of manufacturer; • Provide the following written information to the Project Manager prior to commencement of Work: 1. A list of Hazardous Materials to be used during the construction phase of the Page 84 of 134 Packet Pg. 195 7.6.a Work along with appropriate Material Safety Data Sheets. 2. A list of any Hazardous Materials that have been incorporated into the Project and will remain on site, along with the Material Safety Data Sheets. 6.27.3 The Contractor is not to cause or permit any Hazardous Material(s), as defined herein, to be brought upon, kept, or used in or about the job site except to the extent such Hazardous Materials are necessary for the prosecution of the Work or are required pursuant to the Contract Documents. Removal of such Hazardous Materials will be undertaken within twenty-four (24) hours following the City's demand for such removal. Removal will be undertaken by the Contractor at its sole cost and expense and will be performed in accordance with all applicable laws. Any damage to the Work, the job site or any adjacent property resulting from the improper use, or any discharge or release of Hazardous Materials, will be remedied by the Contractor at its sole cost and expense, and in compliance with all applicable laws. The Contractor will immediately notify the City of any release or discharge of any Hazardous Materials on the job site. The Contractor will be responsible for making any and all disclosures required under applicable "Community Right -to -Know" laws. The Contractor will not clean or service any tools, equipment, vehicles, materials, or other items in such a manner as to cause a violation of any laws or regulations relating to Hazardous Materials. All residue and waste materials resulting from any such cleaning or servicing will be collected and moved from the job site in accordance with all applicable laws and regulations. The Contractor will immediately notify the City of any citations, orders, or warnings issued to or received by the Contractor, or of which the Contractor otherwise becomes aware, which relate to any Hazardous Materials on the job site. Without limiting any other indemnification provisions pursuant to law or specified in this Contract, the Contractor will indemnify, defend at the Contractor's sole cost with legal counsel approved by the City and hold the City harmless from and against any and all such claims, demands, losses, damages, disbursements, liabilities, obligations, fines, penalties, costs, and expenses in removing or remediating the effect of any Hazardous Materials on, under, from or about the job site, arising out of or relating to, directly or indirectly, the Contractor's failure to comply with any of the requirements of Section 6.27. 6.28 Clean-up 6.28.1 At all times, and as may specifically be requested by the Project Manager, the Contractor will clean-up and remove all refuse resulting from the Work in order that the Project site remains free from an accumulation of construction debris. Upon failure to do so within twenty-four (24) hours after request by the Project Manager, such clean-up Work may be done by the City and the cost be charged to the Contractor and deducted from the Job Order Price. 6.28.2 Upon completion of the Work and before final inspection, the Contractor will clean the entire Work premises occupied or used in connection with the Work of all rubbish, surplus and discarded materials, false work, temporary structures, equipment, and debris. The entire Work premises shall be left in a clean, neat, and Page 85 of 134 Packet Pg. 196 7.6.a presentable condition. The Contractor will not remove warning, regulatory, or guide signs prior to Final Completion except as requested by the Project Manager. 6.29 Protection of Work During Suspension 6.29.1 In preparation for and during any suspension of Work as provided in section 13.1, the Contractor will take every precaution to prevent damage to, or deterioration of, the Work. Except as provided elsewhere in the Job Order, the Contractor will be responsible for all damage or deterioration to the Work during the period of suspension and shall, at its sole expense, correct or restore the Work to a condition acceptable to the Project Manager prior to resuming Work. A suspension of Work will not relieve the Contractor of any of its responsibilities under the Job Order. 6.30 Notice and Detailed Breakdown of Claim 6.30.1 Notice. If unforeseen conditions or changes in the Work arise for which the Contractor believes an equitable adjustment in time or money or any other adjustment in Job Order Completion Time or Job Order Price is or will be due, the Contractor will give the City immediate oral notice followed by written notice within seven (7) calendar days of such event. In all events, notice must be given and the Project Manager's direction received prior to performing the Work which the Contractor believes entitles it to such adjustments. Notice must identify in detail the basis for the claim. The date such written notice is received by the City shall define the start of time for any purpose regarding the claim. 6.30.2 Detailed Breakdown. Within thirty (30) calendar days of the City's receipt of the written notice above, the Contractor is to provide the City with a written breakdown of all of the elements and sub elements of the claim detailing the increase in the Job Order Completion Time and/or Job Order Price being sought. 6.30.3 If the Contractor fails to satisfy the requirements of this section, the Contractor will be deemed to have waived all rights to assert the claim against the City. 6.30.4 Unless otherwise directed by the City, the Contractor shall continue performance under this Contract while matters in dispute are being resolved. 6.30.5 For Federally Funded Job Orders, the requirements in this Section 6.30 are in addition to any claim requirements in the Federal Contract Clauses. 6.31 Prerequisite to Suit No legal action against the City may be filed on account of a claim or other liability arising out of or related to Work unless: a. The requirements of section 6.30 have been complied with; and b. The lawsuit is filed and served on the City within one hundred eighty (180) days of the date of Substantial Completion. The Contractor's failure to strictly comply with all requirements of this section shall be a complete bar to any claims, suits, or causes of action against the City. Page 86 of 134 Packet Pg. 197 7.6.a For Federally Funded Job Orders, the requirements in this Section 6.31 are in addition to any claim requirements in the Federal Contract Clauses. 6.32 Indemnification 6.32.1 The Contractor shall defend, indemnify and hold harmless the City and its agents from all liability, claims, damages, losses and expenses, whether direct, indirect or consequential (including, but not limited to, attorneys' and consultants' fees and other expenses of litigation or arbitration) arising out of the performance of the Work, which is caused, or alleged to be caused, in whole or in part, by any negligent act or omission of the Contractor (which for the purposes of this Article 6.32 shall include the Contractor and all of its Subcontractors, Sub - Subcontractors, Suppliers, agents, any other person directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable); provided, however, that where such liability, claim, damage, loss or expense arises from the concurrent negligence of (1) the City or its agents, and (2) the Contractor, it is expressly agreed that the Contractor's obligations of indemnity under this section shall be effective only to the extent of the Contractor's negligence. Such obligations shall not be construed to negate, abridge or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any person or entity described in this section. This section shall not be construed so as to require the Contractor to defend, indemnify, or hold harmless the City from such claims, damages, losses or expenses caused by or resulting from the sole negligence of the City or its agents. 6.32.2 In any and all claims against the City or its agents, the indemnification obligation of Article 6.32.1 above shall not be limited in any way to the extent of insurance coverage described in Articles 5.3 and 5.4 of the General Conditions, or by articles, which apply to insurance coverage, of the Supplementary Conditions, or by any limitation on the amount or type of damages, compensation benefits payable by or for the Contractor under applicable workers' compensation, benefit, or disability laws (including, but not limited to the Industrial Insurance laws, Title 51 of the Revised Code of Washington). The Contractor expressly waives any immunity the Contractor might have had under such laws with respect to the indemnities set forth in these General Conditions, and, by agreeing to enter this Contract, acknowledges that the foregoing waiver has been mutually negotiated by the parties. 6.32.3 For federally funded job orders, the following clause applies: No Federal Government Obligations to Third Parties (1) The City of Edmonds and the Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying Contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this Contract and shall not be subject to any obligations or liabilities to the Recipient, Contractor or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying Contract. Page 87 of 134 Packet Pg. 198 7.6.a (2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by the FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. END ARTICLE 6 Page 88 of 134 Packet Pg. 199 7.6.a ARTICLE 7 ADDITIONAL WORK AND WORK BY OTHERS 7.1 Additional Work 7.1.1 The City may perform additional work related to the Project by itself or let other direct contracts which may contain General Conditions similar to these. The Contractor shall afford the other contractors who are parties to such direct contracts (or the City, if the City is performing the additional work with City employees) reasonable opportunity for the introduction and storage of materials and equipment and the execution of work, and shall properly connect and coordinate its Work with theirs. 7.1.2 If any part of the Contractor's Work depends for proper execution or results upon the work of any such other contractor or the City, the Contractor shall inspect and promptly report to the Project Manager in writing any patent or apparent defects or deficiencies in such other work that render it unsuitable for such proper execution and results. The Contractor's failure so to report will constitute an acceptance of the other work as fit and proper for integration with the Contractor's Work except for latent or non -apparent defects and deficiencies in the other work. 7.1.3 The Contractor will do all Work required to make its several parts come together properly and integrate with such other work. The Contractor will not endanger any work of others by otherwise altering their work and will only alter their work with written consent of the Project Manager and the others whose work will be affected. 7.1.4 If the performance of additional work by other contractors or the City was not noted in the Detailed Scope of Work, written notice will be given to the Contractor prior to starting any such additional work. The City will coordinate and schedule any such additional Work not noted in the Detailed Scope of Work to avoid interference or conflict with ongoing or scheduled work by the Contractor. END ARTICLE 7 Page 89 of 134 Packet Pg. 200 7.6.a ARTICLE 8 CITY'S RESPONSIBILITIES 8.1 Authority of the Project Manager 8.1.1 A Project Manager's authority is specific to the Job Order to which he or she is assigned. 8.1.2 The Contract Administrator will exercise all authority of the Project Manager with respect to any and all Job Orders at any time. 8.1.3 The Contract Administrator will be the City's representative and shall administer all Contract Documents. With respect to a Job Order, Final Acceptance as provided for in Article 12 will be accomplished by the Project Manager. The Project Manager and the Contract Administrator have the authority to enforce all obligations imposed on the Contractor by the Contract Documents. 8.1.4 The Work will be performed in accordance with the Detailed Scope of Work and the Contract Documents. The Project Manager has the authority but not the obligation to reject Work that is defective or does not otherwise conform to the Detailed Scope of Work. 8.1.5 The Project Manager is not responsible for and will not have control or charge of the means, methods, techniques, sequences, or procedures of Work, or for safety precautions or programs incidental thereto, these being the sole responsibility of the Contractor. The Project Manager will not be responsible for or have any control or charge of the acts or omissions of the Contractor, Subcontractor, Sub - Subcontractor, Suppliers, or any of their agents or employees, or any other persons performing a portion of the Work. 8.1.6 The City will issue all communications to the Contractor through the Project Manager or the Contract Administrator, as determined. In case of termination of the employment of the Project Manager or the Contract Administrator, the City will appoint a replacement(s). 8.2 Administration of the Contract 8.2.1 Nothing in this Article or elsewhere in the Contract Documents shall be construed as requiring the Project Manager, the Contract Administrator, the Inspector, a consultant, or other representative of the City to direct or advise the Contractor as to the method or manner of performing the Work. No approval or advice given by the City as to the method or manner of performing the Work or procuring materials to be furnished will constitute a representation or warranty by the City that the result of such method or manner will conform to the Detailed Scope of Work or achieve the desired results. Such approval or advice will neither relieve the Contractor of any of its obligations under the Contract nor create any liability to the City on account of approval or advice. The Project Manager or the Inspectors may call to the attention of the Contractor defective Work or Work that does not conform otherwise to the Detailed Scope of Work. However, the failure of the Page 90 of 134 Packet Pg. 201 7.6.a Project Manager or the Inspectors to so inform the Contractor will not constitute approval or acceptance of such defective or non -conforming Work. 8.2.2 The presence of the Project Manager or the Inspector during the progress of any Work does not relieve the Contractor from responsibility for defects in the Work, nor does it bind the City in determining Final Completion of the Work. 8.2.3 Work done or material furnished which at any time is found not to conform to the requirements of the Contract Documents shall be at the Contractor's risk and expense and shall furnish no basis for an increase in the Contract Sum or Contract Time, even though the Project Manager or the Inspector fails to reject such Work or material. 8.3 City's Right to Carry Out Other Work The City reserves the right at all times to perform or cause to be performed other and additional work on or near the site of the Project. Should such other or additional work or City operations be either underway or subsequently undertaken at or near the Project, the the Contractor will coordinate its activities with those of all other work forces and conduct its activities to avoid or minimize any conflict between the operations of the Contractor and those persons performing the other or additional work or operations. 8.4 Officers and Employees of the City Have No Personal Liability Neither the elected officials, Project Manager, Contract Administrator, Inspector, nor any other officer, employee or agent of the City shall be personally liable to the Contractor for any of their acts or omissions arising out of the Project. 8.5 Gratuities The Contractor will not extend any loan, gratuity, or gift of money or services in any form whatsoever to any employee or officer of the City or City consultant, nor will the Contractor rent or purchase any equipment, materials, or services from any employee or officer of the City or any City consultant. 8.6 Service of Notices on the Contractor Any written notice required under the Contract Documents to be given to the Contractor may, at the option of the City, be served on the Contractor by personal service, electronic or facsimile transmission, mail, or private courier delivery to the last address provided in writing to the City Project Manager and the Contract Administrator. For the purpose of measuring time in determining the parties' rights and obligations with respect to notice given pursuant to the Job Order and Contract Documents (other than that given by personal service), notice is conclusively presumed to be received by the Contractor on the next business day following the City's electronic or facsimile transmittal placing the notice in the U.S. mail or delivering it to the private courier. END ARTICLE 8 Page 91 of 134 Packet Pg. 202 7.6.a ARTICLE 9 PROJECT MANAGER'S STATUS DURING WORK 9.1 City's Representative The Project Manager will be the City's representative for a Job Order. The Project Manager and the City's Contract Administrator will be identified to the Contractor prior to commencement of the Work. 9.2 Clarifications and Interpretations The Project Manager will issue with reasonable promptness such written clarifications or interpretations of the Detailed Scope of Work in the form of Drawings or otherwise as the Project Manager may determine necessary, which will be consistent with or reasonably inferable from the overall intent of the Detailed Scope of Work. If the Contractor believes that a written clarification or interpretation justifies an increase in the Job Order Price or Job Order Completion Time, the Contractor may make a claim as provided in Article 10. 9.3 Rejecting Defective Work The Project Manager will have authority to disapprove or reject Work which is defective, and will also have authority to require special inspection or testing of the Work, whether or not the Work is fabricated, installed or completed. 9.4 Not Used 9.5 Decisions on Disagreements 9.5.1 The Contract Administrator will be the initial interpreter of the Contract Documents while the Project Manager will be the initial interpreter of the requirements of the Job Order and judge of the acceptability of the Work. Additional disputes relating to the acceptability of the Work or the interpretation of the requirements of the Detailed Scope of Work or Contract Documents pertaining to the execution and progress of the Work shall be referred to the Contract Administrator in writing with a request for a formal decision in accordance with this section, which the Contract Administrator will render in writing within a reasonable time. Written notice of each such dispute shall be delivered by the claimant to the Contract Administrator within fifteen (15) calendar days of the occurrence after the event giving rise thereto, and written supporting data will be submitted to the Contract Administrator within forty-five (45) calendar days of such occurrence unless the Contract Administrator allows an additional period of time to ascertain more accurate data. 9.5.2 The rendering of a decision by the Contract Administrator pursuant to section 9.5.1 with respect to any such dispute (except any which have been waived by the making or acceptance of final payment as provided in section 12.8) will be a condition precedent to any exercise by the City or the Contractor of such rights or remedies as either may otherwise have under the Contract Documents or at law in respect of any such dispute. Page 92 of 134 Packet Pg. 203 7.6.a 9.6 Limitations on Project Manager's Responsibilities 9.6.1 Neither the Project Manager's authority to act under this Article 9 or elsewhere in the Contract Documents nor any decision made by the Project Manager in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of the Project Manager to the Contractor, any Subcontractor, any manufacturer, fabricator, supplier or distributor, or any of their agents or employees or any other person performing any of the Work. 9.6.2 Whenever in the Contract Documents the terms "as ordered", "as directed", "as required", "as allowed" or terms of like effect or import are used, or the adjectives "reasonable", "suitable", "acceptable", "proper" or "satisfactory" or adjectives of like effect or import are used, to describe a requirement, direction, review or judgment of the Project Manager as to the Work, it is intended that such requirement, direction, review or judgment will be solely to evaluate the Work for compliance with the Contract Documents unless there is a specific statement indicating otherwise. The use of any such term or adjective never indicates that the Project Manager shall have authority to supervise or direct performance of the Work or authority to undertake responsibility contrary to the provisions of Sections 9.8.2 or 9.8.3. 9.6.3 The Project Manager will not be responsible for the Contractor's means, methods, techniques, sequences or procedures of Work, or the safety precautions and programs incident thereto, and the Project Manager will not be responsible for the Contractor's failure to perform the Work in accordance with the Detailed Scope of Work. 9.6.4 The Project Manager will not be responsible for the acts or omissions of the Contractor or of any Subcontractor, or of the agents or employees of the Contractor or any Subcontractor, or of any other persons at the site or otherwise performing any of the Work. 9.7 Not Used 9.8 Requests for Instruction 9.8.1 Due to the highly variable nature of the materials and facilities encountered within the site, the Contractor will require instructions from the Project Manager as new areas are uncovered or exposed by the Work in progress. In the event that the Contractor requests such instructions in order to comply with the Contract requirements, the Project Manager will provide the instructions in writing, within forty- eight (48) hours. During the 48-hour period, no additional payments will be made to the Contractor for equipment, labor, or any other item related to the request for instructions. 9.8.2 In addition, the requirements of the Detailed Scope of Work may be supplemented and minor variations and deviations in the work may be authorized, in one or more of the following ways: Page 93 of 134 Packet Pg. 204 7.6.a a. The Project Manager may authorize minor variations in the work from the requirements of the Detailed Scope of Work which do not involve an adjustment in the Job Order Price or Job Order Completion Time and are consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order and will be binding on the City, and also on the Contractor who shall perform the Work involved promptly. If the Contractor believes that a Field Order justifies an increase in the Job Order Price or an extension of the Job Order Completion Time and the parties are unable to agree as to the amount or extent thereof, the Contractor may make a claim as provided in Article 10. b. The Project Manager's approval of a Shop Drawing or sample. c. The Project Manager's written interpretation or clarification. END ARTICLE 9 Page 94 of 134 Packet Pg. 205 7.6.a ARTICLE 10 CHANGES IN THE WORK 10.1 Changes to Contract Documents Non -Job Order Specific Contract Documents. Modification of the following Contract Documents after the effective date of the Contract requires a Contract amendment signed by an authorized representative of the Contractor and an authorized representative of the City: Contract, General Conditions, Supplementary Conditions, RFP and addenda thereto, Contractor's Proposal, and the Construction Task Catalog°. Job -Order Specific Contract Documents. Modification of the following Contract Documents and requirements after the effective date of the Contract are to be signed by the Contract Administrator and the Project Manager: all Job Orders and Job -Order specific documents, including but not limited to the Detailed Scope of Work, Job Order Completion Time, Request for Proposal, Price Proposal, Job Order Proposal, Notice to Proceed, submittals, record documents, and all required close- out documentation and warranties. Any modification that increases/decreases the Job Order Price must be signed by the Contract Administrator. 10.2 Change Order and Supplemental Job Order Changes to the Contract may be accomplished after execution of the Contract and without invalidating the Contract. The City, without invalidating the Job Order, may order changes in the Work by altering, adding to, or deducting from the Work, by issuing a Supplemental Job Order. All Supplemental Job Orders shall be developed and priced in accordance with the Procedures for Developing All Job Orders. Credits for Pre -priced and Non-Prepriced Tasks shall be calculated at the pre-set Unit Prices and multiplied by the appropriate Adjustment Factors. The result is that a credit for Tasks that have been deleted from the Detailed Scope of Work will be given at 100% of the value at which they were included in the original Job Order Price Proposal. All such Work shall be executed under the applicable conditions of the Contract Documents. The Project Manager may authorize minor changes in the Work that do not change the Job Order price, which are consistent with the overall intent of the Detailed Scope of Work. These may be accomplished by a Field Order and shall be binding on the City, and also on the Contractor who shall perform the change promptly. Additional Work performed without authorization of a Supplemental Job Order will not entitle the Contractor to an increase in the Job Order Price or an extension of the Job Order Completion Time. Page 95 of 134 Packet Pg. 206 7.6.a The Contractor may request a Supplemental Job Order to reflect modifications to the Work resulting from unforeseen site conditions. If the Project Manager determines that such unforeseen site conditions require a modification of the Work, the Project Manager will prepare a Supplemental Job Order for execution by the Contract Administrator incorporating such modifications as necessary to proceed with and complete the Work. The Contractor shall be responsible for reallocation of its work force when work cannot be continued in an area due to unforeseen conditions. In no event will the City reimburse the Contractor for charges caused by delays unless prior written authorization is provided by the City. 10.3 Job Order Price The Job Order Price constitutes the total compensation subject to authorized adjustments payable to the Contractor for performing the Detailed Scope of work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at its expense without change in the Job Order Price. Contractor Mobilization consists of preconstruction expenses and costs of preparatory work and operations performed by the Contractor that are not defined as a part of a payment item and are considered to be part of the Job Order Price. 10.4 Job Order Completion Time Any extension of Job Order Completion Time must have the written approval of the City and must conform to the procedures set forth herein. In event of delay in completion of the Work caused by acts of God, or public enemy, or another contractor in the performance of a contract with the City, or caused by fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes or weather, the sole and exclusive remedy of the Contractor will be an equitable extension of time allowed for completion. Reasonable Delays. The Contractor should anticipate that some reasonable delays, including those caused by normal weather patterns, may occur. The Contractor shall not be entitled to any compensation, damages, or extension of the Contract Time for such reasonable delays. Excusable Delays. The Job Order Completion Time may be extended without compensation by the City for a period equivalent to the time that the Contractor was delayed in the Work by one or more of the following causes, beyond the control of the City and the Contractor, occurring during the performance of the Work: a. Fire or other casualty for which the Contractor is not at fault or otherwise responsible; b. Strike, riot, war, or civil disorder; c. Suspension of Work due to unusual and severe weather; d. Suspension of Work due to other unsuitable conditions in accordance with Article 13. Page 96 of 134 Packet Pg. 207 7.6.a Unreasonable Delays. Extensions of Job Order Completion Time, if any, will be determined by the Project Manager. Time extensions will be allowed only to the extent that completion of the Work is unreasonably delayed through no fault of the Contractor, which must in all cases unless otherwise determined by the Project Manager be substantiated by impact to the critical path on the Progress Schedule. Any extension of the Job Order Completion Time by the City will be set forth in writing, which shall specify the calendar days by which the Contract Time is to be increased. No extension of time shall be allowed for any claimed delay which is caused by or results from concurrent delay or the fault, negligence, or collusion of the Contractor or its Subcontractors, suppliers, or any others, or any of their acts or failure to act or to timely perform the Work according to the Contract. Failure to make timely submittals to the City, procure materials or workmen, or perform the Work in accordance with the requirements of the Detailed Scope of Work, or to adequately plan for such functions will not be an adequate reason for an extension of the Job Order Completion Time. In no event shall the Contractor be entitled to loss or damage, including a change in Job Order Price for any delay in the Contractor's prosecution of the Work, even if such delay is caused by the City, except to the extent such acts or omissions of the City result in a delay to the Project's critical path, in which case the Contractor may receive an adjustment to the Job Order Price and/or an extension of the Job Order Completion Time. Any request for such cost shall be established and documented by the Contractor in detail to the satisfaction of the Project Manager. If the Contractor fails to fully comply with section 6.30, its claim for an extension of the Job Order Completion Time or adjustment to the Job Order Price on account of such claimed delay is waived. The Job Order Completion Time may only be changed by the City. Any request for an extension in the Job Order Completion Time shall be based on written notice delivered to the Project Manager and the Contract Administrator within fifteen (15) days of the occurrence of the event giving rise to the request. All requests for adjustment in the Job Order Completion Time shall be determined by the Contract Administrator if the Project Manager and the Contractor cannot otherwise agree. Any change in the Job Order Completion Time resulting from any such request shall be incorporated in a Field Order. The Job Order Completion Time will be extended in an amount equal to time lost due to delays beyond the control of the Contractor if a request is made therefore as provided in this Article 10. All time limits stated in the Job Orders and the Contract Documents are of the essence of the Contract. The provisions of this Article 10 shall not exclude recovery for damages including compensation for additional professional services for delay by either party. END ARTICLE 10 Page 97 of 134 Packet Pg. 208 7.6.a ARTICLE 11 WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.1 Warranty and Guarantee The Contractor warrants and guarantees to the City that all Work will be in accordance with the Detailed Scope of Work and will not be defective. Prompt notice of all defects shall be given to the Contractor. All defective Work, whether or not in place, may be rejected, corrected or accepted as provided in this Article 11. 11.2 Access to Work The Project Manager and the Project Manager's representatives, other representatives of the City, testing agencies and governmental agencies with jurisdictional interests will have access to the Work at reasonable times for their observation, inspection and testing. The Contractor shall provide proper and safe conditions for such access. 11.3 Tests and Inspections 11.3.1 The Contractor will give the Project Manager a minimum of seven (7) days' notice of readiness of the Work for all required inspections, tests or approvals. 11.3.2 If any law, ordinance, rule, regulation, code, or order of any public body having jurisdiction requires any Work or part thereof to specifically be inspected, tested or approved, the Contractor will assume full responsibility, pay all costs in connection, and furnish the Project Manager with the required certificates of inspection, testing or approval. The Contractor will also be responsible for and pay all costs in connection with any inspection or testing required in connection with the City's or the Project Manager's acceptance of a manufacturer, fabricator, supplier or distributor of materials or equipment proposed to be incorporated in the Work, or of materials or equipment submitted for approval prior to the Contractor's purchase thereof for incorporation in the Work. The cost of all other inspections, tests and approvals required by the Contract Documents shall be paid by the City unless otherwise specified. 11.3.3 All inspections, tests or approvals other than those required by law, ordinance, rule, regulation, code or order of any public body having jurisdiction will be performed by organizations acceptable to the City and the Contractor or by the Project Manager if so specified. 11.3.4 If any Work that is to be inspected, tested or approved is covered without written concurrence of the Project Manager, it must, if requested by the Project Manager, be uncovered for observation. Such uncovering shall be at the Contractor's expense unless the Page 98 of 134 Packet Pg. 209 7.6.a Contractor has given the Project Manager timely notice of the Contractor's intention to cover such Work and the Project Manager has not acted with reasonable promptness in response to such notice. 11.3.5 Neither observations by the Project Manager nor inspections, tests or approvals by others will relieve the Contractor from its obligations to perform the Work in accordance with the Detailed Scope of Work. 11.4 City May Stop the Work If the Work is defective, or the Contractor fails to supply sufficient skilled workmen or suitable materials or equipment, the City may order the Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of the City to stop the Work will not give rise to any duty on the part of the City to exercise this right for the benefit of the Contractor or any other party. 11.5 Correction or Removal of Defective Work If required by the Project Manager, the Contractor shall promptly, without cost to the City and as specified by the Project Manager, either correct any defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by the Project Manager, remove it from the site and replace it with non -defective Work. 11.6 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, the City prefers to accept it, the City may do so. In such case, if acceptance occurs prior to the Project Manager's recommendation of final payment, a Supplemental Job Order shall be issued incorporating the necessary revisions in the Detailed Scope of Work, including appropriate reduction in the Price; or, if the acceptance occurs after such recommendation, an appropriate amount shall be paid by the Contractor to the City. 11.7 City May Correct Defective Work If the Contractor fails within a reasonable time after written notice of the Project Manager to proceed to correct and to correct defective Work or to remove and replace rejected Work as required by the Project Manager in accordance with section 11.5, or if the Contractor fails to perform the Work in accordance with the Contract Documents (including any requirements of the progress schedule), the City may, after seven (7) days' written notice to the Contractor, correct and remedy any such deficiency. In exercising its rights under this section the City shall proceed expeditiously. To the extent necessary to complete corrective and remedial action, the City may exclude the Contractor from all or part of the site, take possession of all or part of the Work, and suspend the Contractor's services related thereto, take possession of the Contractor's tools, appliances, equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which the City has paid the Contractor but which are stored elsewhere. The Page 99 of 134 Packet Pg. 210 7.6.a Contractor shall allow the City and the City's representatives, agents and employees such access to the site as may be necessary to enable the City to exercise its rights under this Section. All direct and indirect costs of the City in exercising such rights shall be charged against the Contractor in an amount verified by the Project Manager, and a Supplemental Job Order shall be issued incorporating the necessary revisions in the Detailed Scope of Work and a reduction in the Job Order Price. Such direct and indirect costs shall include, in particular but without limitation, compensation for additional professional services required and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of the Contractor's defective Work. The Contractor shall not be allowed an extension of the Job Order Completion Time because of any delay in performance of the Work attributable to the exercise by the City of the City's rights hereunder. END ARTICLE 11 Page 100 of 134 Packet Pg. 211 7.6.a ARTICLE 12 PAYMENTS TO CONTRACTOR AND COMPLETION 12.1 Application for Progress Payment Unless otherwise specified in the General Requirements, the Contractor will submit Applications for Payment & Invoices to the Contract Administrator for review and approval following completion of each Job Order. Under no circumstances will the City pay Job Order Invoices more often than once a month. The Payment Application shall be accompanied by such supporting documentation as is required by the Contract Documents and also as the Contract Administrator reasonably requires. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Invoice shall also be accompanied by such data, satisfactory to the City, as will establish the City's title to the material and equipment and protect the City's interest therein, including applicable insurance. 12.2 Contractor's Warranty of Title The Contractor warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to the City at the time of payment free and clear of all liens, claims, security interests and encumbrances (hereafter in these General Conditions referred to as "Liens"). 12.3 Review of Applications for Progress Payment 12.3.1 The Contractor Administrator and the Project Manager will, within ten (10) days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Invoice for payment, or return the Invoice to the Contractor indicating in writing reasons for refusing to recommend payment. In the latter case, the Contractor may make the necessary corrections and resubmit the Application. Within thirty (30) days of receipt of a correct Invoice and with the Contract Administrator's and the Project Manager's recommendations, pay the Contractor the invoiced amount. 12.3.2 Not Used 12.3.3 Not Used 12.3.4 The Project Manager may refuse to recommend the whole or any part of any payment if, in his/her opinion, it would be incorrect to make such representations to the City. He/she may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended to such extent as may be necessary in the Project Manager's opinion to protect the City from loss because: a. the Work is defective, or completed Work has been damaged requiring correction or replacement; b. written claims have been made against the City or Liens have been filed in connection with the Work; Page 101 of 134 Packet Pg. 212 7.6.a c. the Job Order Price has been reduced because of Supplemental Job Order(s); d. The City has been required to correct defective Work or complete the Work in accordance with section 11.7; e. of the Contractor's unsatisfactory prosecution of the Work in accordance with the Detailed Scope of Work; f. the Contractor's failure to make payment to a Subcontractor, or for labor, materials or equipment; or g. of quantity adjustment or correction. 12.4 Substantial Completion 12.4.1 When the Contractor considers the entire Work ready for its intended use, the Contractor will certify in writing to the Project Manager that the entire Work is substantially complete and request that the Project Manager issue a Certificate of Substantial Completion. Within a reasonable time thereafter, the Contractor and the Project Manager will make an inspection of the Work to determine the status of completion. If the Project Manager does not consider the Work substantially complete, the Project Manager will notify the Contractor in writing giving his/her reasons. If the Project Manager considers the Work substantially complete, the Project Manager will prepare a Certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative "punch list" of items to be completed or corrected before final payment. A copy of the Certificate of Substantial Completion shall be forwarded to the Contract Administrator. 12.4.2 The City has the right to exclude the Contractor from the Work after the date of Substantial Completion, but will allow the Contractor reasonable access to complete or correct items on the punch list. 12.5 Partial Utilization Use by the City of completed portions of the Work may be accomplished prior to Substantial Completion of all the Work subject to the following: a. The City at any time may request in writing to the Contractor to permit the City to use any part of the Work which is believed to be substantially complete and can be used without significant interference with the other parts of the Work. If the Contractor agrees, the Contractor will certify to the City and the Project Manager that said part of the Work is substantially complete and request the Project Manager to issue a Certificate of Substantial Completion for that part of the Work. Within a reasonable time the City, Contractor and Project Manager will make an inspection of that part of the Work to determine its status of completion. If the Project Manager does not consider that part of the Work to be substantially complete, the Project Manager will notify the Contractor in writing giving his/her reasons. If the Project Manager considers that part of the Work to be substantially complete, the Project Manager will execute and deliver to the Contractor a certificate to that effect, fixing the date of Substantial Completion as to that part of the Work, attaching a tentative list (punch list) of items to be completed or corrected before final payment. The City will have the right to exclude the Contractor from any part of the Work which the Project Manager has so certified to Page 102 of 134 Packet Pg. 213 7.6.a be substantially complete, but will allow the Contractor reasonable access to complete or correct items on the tentative list. b. In lieu of the issuance of a Certificate of Substantial Completion as to part of the Work, the City may take over operation of a facility constituting part of the Work whether or not it is substantially complete if such facility is functionally and separately usable; provided that prior to any such takeover, the City and the Contractor have agreed as to the division of responsibilities between the City and the Contractor for security, operation, safety, maintenance, correction period, heat, utilities and insurance with respect to such facility. 12.6 Final Inspection Upon written notice from Contractor that the Work is complete, the Project Manager will make a final inspection with the Contractor and will notify the Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. The Contractor shall immediately take such measures as are necessary to remedy such deficiencies. 12.7 Final Application for Payment At the time of submission of its Final Application for Payment, the Contractor shall, unless otherwise determined by the Contract Administrator, provide the following information: 12.7.1 an affidavit for the Contractor confirming that there are no claims, obligations or liens outstanding or unsatisfied for labor, services, material, equipment, taxes or other items performed, furnished or incurred for or in connection with the Work which will in any way affect the City's interests; 12.7.2 a general release executed by the Contractor in a form acceptable to the City waiving, upon receipt of final payment by the Contractor, all claims, except those claims previously made in writing to the City and remaining unsettled at the time of final payment; 12.7.3 all operating manuals, warranties and other deliverables required by the Contract Documents; 12.7.4 if applicable, certified payrolls from the Contractor and all Subcontractors; 12.7.5 "Statement of Intent to Pay Prevailing Wages" and "Affidavit of Wages Paid" from the Contractor and each Subcontractor filed with the City and the Department of Labor and Industries; and 12.7.6 Certification of Use or Deferred Sales Tax Paid or both, and if required by the City, other data establishing payment or satisfaction of obligations, including, but not limited to, receipts, releases and waivers of liens, claims, security interests or encumbrances arising out of the Contract, to the extent and in such form as may be designated by the City. If a Subcontractor refuses to furnish a release or waiver required by the City, the Contractor may furnish a bond satisfactory to the City to indemnify the City against such lien. If such lien remains unsatisfied after payments are made, the Contractor shall refund to the City all money that the City may be compelled to pay in discharging such lien, including all costs and reasonable attorneys' fees. Page 103 of 134 Packet Pg. 214 7.6.a 12.8 Final Payment and Acceptance 12.8.1 If, on the basis of the Project Manager's observation of the Work during construction and final inspection, and the Contract Administrator and Project Manager's review of the final Application for Payment and accompanying documentation, the Project Manager is satisfied that the Work has been completed and the Contractor has fulfilled all of its obligations with regard to construction of the Project, the Project Manager will indicate approval of final payment by signing such invoice. The Contract Administrator will sign the final invoice as well and submit for final payment. The Project Manager will give written notice to the Contractor that the Work is acceptable subject to the provisions of Section 12.9. Otherwise, the Contract Administrator will return the Payment Application to the Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case the Contractor shall make the necessary corrections and resubmit the Application. If the Application and accompanying documentation are appropriate as to form and substance, the City will, within thirty (30) days after receipt, pay the Contractor. 12.8.2 Payment will be made to the Contractor only for those portions of the work that have been fully completed and accepted. 12.9 Contractor's Continuing Obligation The Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or final payment by Project Manager, nor the issuance of a Certificate of Substantial Completion, nor any payment by the City to the Contractor under the Contract Documents, nor any use or occupancy of the Work or any part thereof by the City, nor any act of acceptance by the City nor any failure to do so, nor the issuance of a notice of acceptability by the Project Manager pursuant to section 12.8, nor any correction of Defective Work by the City shall constitute an acceptance of Work not in accordance with the Contract Documents or a release of the Contractor's obligation to perform the Work in accordance with the Contract Documents. 12.10 Waiver of Claims The making and acceptance of final payment shall constitute the Contractor's waiver of all claims by the Contractor against the City other than those previously made in writing and still unsettled. END ARTICLE 12 Page 104 of 134 Packet Pg. 215 7.6.a ARTICLE 13 SUSPENSION OF WORK AND TERMINATION 13.1 Suspend the Work The City may, at any time and without cause, suspend the Work or any portion for a period of not more than thirty (30) calendar days with written notice to the Contractor. Notice will state the date when work will resume. The Contractor will resume the work on said date. The Contractor will be allowed an increase in the Job Order price or an extension of the Job Order completion time or both directly attributable to any suspension if it makes a claim as provided in Article 10 unless suspension of the Work is mutually agreed upon by the City and the Contractor. 13.2 City May Terminate 13.2.1 Upon the occurrence of any one or more of the following events of default: a. Contractor is adjudged bankrupt or insolvent; b. Contractor makes a general assignment for the benefit of creditors; c. a trustee or receiver is appointed for Contractor or for any of Contractor's property; d. Contractor files a petition to take advantage of any debtor's act, or to reorganize under the bankruptcy or similar laws; e. Contractor repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment; f. Contractor repeatedly fails to make prompt payments to Subcontractor or for labor, materials or equipment; g. Contractor disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction; h. Contractor disregards the authority of Project Manager or Contract Administrator; i. Contractor refuses or fails to prosecute Job Orders or any separable part thereof, with the diligence that will ensure its completion within the Job Order Completion Time or any extension or fails to complete the work within this time; or j. Contractor otherwise violates in any substantial way any provisions of the Contract Documents, this includes without limitation breach of applicable Federal Contract Clauses in a Federally Funded Job Order. The City may, after giving the Contractor and its Surety sixty (60) days' written notice specifying the event of default, terminate the services of the Contractor, exclude the Contractor from the site, and take possession of the Work and of all the Contractor's tools, appliances, equipment and machinery at the site and use the same to the full extent they could be used by the Contractor (without liability to the Contractor for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which the City has paid the Contractor but which are stored elsewhere, and finish the Work as the City may deem expedient. The City may complete the Work itself or with other contractors. The Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the Job Order Price exceeds the direct and indirect costs of completing Page 105 of 134 Packet Pg. 216 7.6.a the Work, including compensation for additional professional services, such excess shall be paid to the Contractor. If such costs exceed the unpaid balance, the Contractor or its Surety shall pay the difference to the City. The Contractor and its sureties shall be liable for any other damage to the City resulting from the Contractor's refusal or failure to complete the work within specified time, whether or not the Contractor's right to proceed with the work is terminated. 13.2.2 Where the Contractor's services have been so terminated by the City, the termination will not affect any rights of the City against the Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due the Contractor by the City will not release the Contractor from liability. 13.2.3 Upon seven (7) days written notice to the Contractor, the City may without cause and without prejudice to any other right or remedy elect to abandon the Work and terminate the Contract. The City will have all remedies in law and equity, including the right to specific performance (or injunction or other appropriate equitable remedy), without further assistance, and the rights to termination or suspension as provided herein. In such case, the Contractor shall be paid for all work completed and accepted as complete by the Project Manager. 13.2.4 Inasmuch as the Contractor can be adequately compensated by money damages for any breach of this Contract, which may be committed by the City, the Contractor expressly agrees that no default, act or omission of the City shall constitute a material breach of this Contract, entitling the Contractor to cancel or rescind the Contract (unless the City directs the Contractor to do so) or to suspend or abandon performance. 13.2.5 If there is a dispute regarding a Federally Funded Job Order, the parties will use the dispute resolution in the Federal Contract Clauses, if any. 13.2.6 Unless otherwise directed by the City, the Contractor shall continue performance under this Contract while matters in dispute are being resolved 13.3 Termination for Convenience 13.3.1 In addition to the City's other termination rights, the City may terminate the Contract for convenience. Upon ten (10) days' written notice to the Contractor, the City may, for its convenience and without cause, elect to terminate this Contract or any portion of this Contract. 13.3.2 If the Work or any portion thereof is terminated for convenience, the Contractor shall, subject to the limitation set forth in 13.3.3 below, be entitled to be paid that portion of the Job Order Price that corresponds to the percentage of work that is complete and accepted, in accordance with the Contract Documents, but shall not be entitled to any other costs or damages whatsoever including without limitation fee or profit on terminated Work. If the Contractor has any property in its possession belonging to the City, the Contractor will account for the same, and dispose of it in the manner the City directs. 13.3.3 The total sum to be paid to the Contractor under this Section 13.3 shall not exceed the Job Order Price(s) outstanding at the time of termination, as reduced by the amount of Page 106 of 134 Packet Pg. 217 7.6.a payments otherwise made, the price of Work not terminated, and as otherwise permitted by this Contract. The amounts payable to the Contractor shall exclude the fair value of property not under the City's control which is destroyed, lost, stolen or damaged so as to become undeliverable to the City. 13.3.4 Any claim, request for equitable adjustment or other demand for extra compensation or time extension by the Contractor arising from or related to acts, events, occurrences or omissions prior to the effective date of the convenience termination shall continue to be subject to and resolved in accordance with the rules (contractual or legal, express or implied) in effect prior to the termination. The convenience termination will not convert this Contract into a cost reimbursement contract. 13.4 Minimum Contract Value Not Achieved If, in the Base Term, the City, at no fault of the Job Order Contractor, fails to issue Job Orders totaling at least the Minimum Contract Value, then the Contractor's sole remedy is as set forth in RCW 39.10.440(7). 13.5 Contractor May Stop Work or Terminate If, through no act or fault of the Contractor or its subcontractors, the Work is suspended for a period of more than sixty (60) days by the City or under an order of court or other public authority, then the Contractor may, upon seven (7) days' written notice to the City, terminate the Contract and recover from the City payment for all Work completed and accepted. ARTICLE 14 NOT USED END OF ARTICLE 13 END OF ARTICLE 14 Page 107 of 134 Packet Pg. 218 7.6.a ARTICLE 15 MISCELLANEOUS 15.1 General Requirements 15.1.1 Should the City or the Contractor suffer injury or damage to its person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim shall be made in writing to the other party within a reasonable time of the first observance of such injury or damage. 15.1.2 The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon Contractor by sections 11.1, and 13.2 and all of the rights and remedies available to City thereunder, shall be in addition to, and shall not be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by law or contract, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this section shall be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. All representations, warranties and guarantees made in the Contract Documents shall survive final payment and termination or completion of this Contract. 15.2 Giving Notice Whenever any provision of the Contract Documents requires the giving of written notice it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 15.3 Computation of Time When any period of time is referred to in the Contract Documents by days, it shall be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation. 15.4 Non -Discrimination The Contractor shall not discriminate on the grounds of race, color, sex or national origin in the selection and retention of Subcontractors, including procurement of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in such discrimination, including discrimination in employment practices. In the event of the Contractor's noncompliance with the nondiscrimination provisions of the Contract Documents or applicable law, the City may impose such sanctions as it, or the City's funding agencies, may determine to be appropriate, including, but not limited to: (a) withholding of payments to the Contractor until the Contractor complies, and (b) termination or suspension of the Contract, in whole or in part. Page 108 of 134 Packet Pg. 219 7.6.a 15.5 Contractor Selection 15.5.1 The City may award an individual Job Order to any selected Contractor. Selection of the Contractor and award of the Job Order will be in compliance with established City procedures and based on one or more of the following criteria: 15.5.2 Rotational selection among all Contractors, unless otherwise determined by the City. 15.5.3 Evaluation of past and current performance on Job Orders of a similar nature and type of work, project size, construction management challenges, schedule performance, design management requirements, etc. 15.5.4 Balancing Job Order volume among Contractors. 15.5.5 Price, as determined by the Adjustment Factors of the Contractors. 15.5.6 Limitations posed by bonding capacity of the Contractors. 15.5.7 Other appropriate criteria as deemed in the best interest of the City. 15.6 Contractor's Personnel 15.6.1 The Contractor shall assign a full-time person as its representative for this Contract. This person shall be acceptable to the City and shall have a cell phone at which he or she can be reached at all times. 15.6.2 The Contractor shall have an office within the City of Edmonds or within close proximity (no more than 20 miles) of the City of Edmonds. 15.6.3 The Contractor shall also have at all times an Office Manager and a Superintendent assigned to this Contract. Additional staff will be provided depending on the volume of work. For each Job Order issued, the Contractor shall identify the Superintendent responsible for that Job Order. The Superintendent shall be reachable 24 hours a day, seven days a week. If the named Superintendent is not available because of illness or vacation or the like, the Contractor shall notify the City of a substitute Superintendent. At all times, the Contractor shall provide at least one Superintendent for every four Job Orders. Whenever, in the sole discretion of the City, the Contractor is not providing a sufficient level of supervision, the City may direct the Contractor to increase the level of supervision for any or all projects, including but not limited to the right to direct the Contractor to assign a full time, dedicated Superintendent for any project; submit daily management, inspection, activity, and planning reports; substitute subcontractors; submit daily photographs of the work in place and the work areas prepared for the next day's work; and develop a site specific quality control program, all at no cost to the City. END ARTICLE 15 Page 109 of 134 Packet Pg. 220 7.6.a ARTICLE 16 JOC PROCEDURE FOR ORDERING WORK 16.1 Initiation of a Job Order. 16.1.1 As the need exists, the Contract Administrator will notify the Contractor of a Project, schedule a Joint Scope Meeting, and issue a Notice of Joint Scope Meeting. The Contractor does not have the right to refuse to perform any Project, Pre -priced Task, or Non-Prepriced Task. 16.1.2 The Contractor shall attend the Joint Scope Meeting and discuss, at a minimum: a. general scope of the work to be performed; b. possible alternatives for performing the work and value engineering; c. access to the site and protocol for admission; d. hours of operation; e. staging area and areas that are off-limits; f. requirements for catalog cuts, technical data, samples and shop drawings; g. requirements for professional services, sketches, drawings, and specifications; h. construction duration, due date for Detailed Scope of Work; i. the presence of hazardous materials; j. organization of Price Proposal — by location, by corner, etc. k. date on which the Job Order Proposal is due. I. if the Job Order will be a Federally Funded Job Order, the applicable Federal Contract Clauses, such as, for example, Davis -Bacon and DBE requirements. 16.1.3 Upon completion of the joint scoping process, the Contractor will prepare a draft Detailed Scope of Work referencing any sketches, drawings, photographs, and specifications required to document accurately the work to be accomplished. The City shall review the Detailed Scope of Work and request any required changes or modifications. When an acceptable Detailed Scope of Work is complete, the City will issue a Request for Proposal that will require the Contractor to prepare a Job Order Proposal within a certain period of time. The Detailed Scope of Work will be the basis on which the Contractor will develop its Job Order Proposal and the City will evaluate the same. The Contractor does not have the right to refuse to perform any task or any work in connection with a particular Project. 16.1.4 The City may, at its option, include quantities in the Detailed Scope of Work if it helps to define the Detailed Scope of Work, if the actual quantities required are not known or cannot be determined at the time the Detailed Scope of Work is prepared, if the Contractor and the City cannot agree on the quantities required, or for any other reason as determined by the City. In all such cases, the City shall issue a Supplemental Job Order adjusting the quantities appearing in the Detailed Scope of Work to the actual quantities. 16.1.5 If the Contractor requires additional information to clarify the Detailed Scope of Work before preparing the Job Order Proposal, the Contractor will make such request quickly so that the Job Order Proposal can be submitted on time. 16.2 Preparation of the Price Proposal. 16.2.1 The Contractor's Job Order Proposal shall include, at a minimum: a. Job Order Price Proposal; Page 110 of 134 Packet Pg. 221 7.6.a b. Support documentation for Non-Prepriced Tasks; c. Required drawings or sketches; d. List of anticipated Subcontractors including a MBE/WBE Certification if required; e. Construction schedule; f. Other requested documents. 16.2.2 The Job Order Price shall be the value of the approved Job Order Price Proposal 16.2.3 The value of the Job Order Price Proposal shall be calculated by summing the total of the calculations for each Pre -priced Tasks (Unit Price x quantity x Adjustment Factor) plus the value of all Non-Prepriced Tasks. 16.2.4 The Contractor will prepare Price Proposals in accordance with the following: a. Pre -priced Task: A task described for which a unit price is set forth in the Construction Task Catalog°. The Contractor shall select the appropriate Pre - priced Tasks, enter the accurate quantities, and select the appropriate Adjustment Factor to be used for each such Pre -priced Task. The Contractor shall use the Adjustment Factors in effect on the date the Price Proposal is due, even though the Job Order may be issued after the Adjustment Factors have been updated. b. Non-Prepriced Task: A task that is not set forth in the Construction Task Catalog°. c. Information submitted in support of Non-Prepriced Tasks shall include, but not limited to the following: 1) Catalog cuts, specifications, technical data, drawings, or other information as required to evaluate the task. 2) If the Contractor will perform Work with its own forces, it must submit three (3) independent quotes for all material to be installed and will use Pre -priced Tasks for labor and equipment from the Construction Task Catalog°. If the Work is to be subcontracted, the Contractor must submit three (3) independent quotes from subcontractors. The Contractor will not submit a quote or bid from any supplier or subcontractor that the Contractor is not prepared to use. The City may require additional quotes and bids if the suppliers or subcontractors are not acceptable or if the prices are not reasonable. If three (3) quotes or bids cannot be obtained, the Contractor will provide the reason in writing for the City's approval. If approved, less than three (3) quotes or bids will be allowed. 3) After a Non-Prepriced Task has been approved by the City, the Unit Price for such task will be established, following approval by the City, and fixed as a permanent Non- Prepriced Task which will no longer require price justification. 4) The City's determination as to whether a task is a Pre -priced Task or a Non-Prepriced Task shall be final, binding and conclusive as to the Contractor. Page 111 of 134 Packet Pg. 222 7.6.a 16.2.5 Whenever, because of trade jurisdiction rules or small quantities, the cost of a minor task in the Job Order Price Proposal is less than the cost of the actual labor and material to perform such task, the City may permit the Contractor to be paid for such task as a Non- Prepriced Task, or use Pre -priced labor tasks and material component pricing to cover the actual costs incurred. Provided, however, that there is no other work for that trade on the Project or other work for that trade cannot be scheduled at the same time and the final charge does not exceed One Thousand Dollars ($1,000). 16.2.6 The Contractor shall make the necessary arrangements for and obtain all filings and permits required for the Work, including the preparation of all drawings, sketches, calculations and other documents and information that may be required therefor. If the Contractor is required to pay an application fee for filing a project, a fee to obtain a building permit, or any other permit fee to the City, State or some other governmental or regulatory agency, then the amount of such fee paid by the Contractor for which a receipt is obtained shall be treated as a Reimbursable Task to be paid without mark-up. The cost of expediting services or equipment use fees are not reimbursable. 16.2.7 The Contractor shall provide incidental engineering and architectural services required in connection with a particular Job Order including drawings and information required for filing. 16.2.8 The Contractor's Job Order Proposal shall be submitted by the date indicated on the Request for Proposal. All incomplete Job Order Proposals shall be rejected. The time allowed for preparation of the Contractor's Job Order Proposal will depend on the complexity and urgency of the Job Order but should average between seven and fourteen days. On complex Job Orders, such as Job Orders requiring incidental engineering/architectural drawings and approvals and permits, allowance will be made to provide adequate time for preparation and submittal of the necessary documents. 16.2.9 In immediate response situations and minor maintenance and repair Job Orders requiring immediate completion, the Job Order Proposal may be required quickly and the due date will be so indicated on the Request for Proposal or, as described below, the Contractor may be directed to begin work immediately with the paperwork to follow. 16.2.10 For purposes of Using the Construction Task Catalog®, the project site is defined as the exterior perimeter of a building. For work not performed in a building, the project site is defined as the limits of the work area. 16.2.11 By submitting a Job Order Proposal to the City, the Contractor agrees to accomplish the Detailed Scope of Work in accordance with the Request for Proposal at the price submitted. It is the Contractor's responsibility to include the necessary tasks and quantities in the Job Order Price Proposal and apply the appropriate Adjustment Factor(s) prior to delivering it to the City. 16.2.12 If the Contractor requires clarifications or additional information regarding the Detailed Page 112 of 134 Packet Pg. 223 7.6.a Scope of work in order to prepare the Job Order Proposal, the request must be submitted so that the submittal of the Job Order Proposal is not delayed. 16.2.13 In the event the Contractor is required to work in a secured facility or location where labor, materials, and equipment must be inspected, the Contractor will be permitted to add labor hours to the Job Order Price Proposal to account for lost time as a result of such inspection. 16.2.14 The final price submitted for Non-Prepriced Tasks shall be according to the following formula: For Non-Prepriced Tasks Performed with Contractor's Own Forces: A = The hourly rate for each trade classification not in the Construction Task Catalog° multiplied by the quantity; B = The rate for each piece of Equipment not in the Construction Task Catalog° multiplied by the quantity; C = Lowest of three (3) independent quotes for all materials, unless a lower number of quotes is approved by the Owner with a letter of justification. Total for a Non-Prepriced Tasks performed with Contractor's Own Forces = (A+B+C) x Non-Prepriced Task Adjustment Factor For Non-Prepriced Tasks Performed by Subcontractors: If the Non-Prepriced Task is to be subcontracted, the Contractor must submit three (3) independent quotes for the work. D = Lowest of three (3) Subcontractor Quotes Total Cost for Non-Prepriced Tasks performed by Subcontractors = D x Non-Prepriced Task Adjustment Factor a. After a Non-Prepriced Task has been approved by the City, the Unit Price for such task will be established, and fixed as a permanent Non-Prepriced Task which will no longer require price justification. b. The City's determination as to whether a task is a Pre -priced Task or a Non-Prepriced Task will be final, binding and conclusive to the Contractor. 16.2.15 The Contractor will make the necessary arrangements for and obtain all filings and permits required for the Work, including the preparation of all drawings, sketches, calculations and other documents and information that may be required. If the Contractor is required to pay an application fee for filing a project, a fee to obtain a building permit, or any other permit fee to the City, State or some other governmental or regulatory agency, then the amount of such fee paid for which a Page 113 of 134 Packet Pg. 224 7.6.a receipt is obtained will be treated as a Reimbursable Task to be paid without markup. 16.2.16 The Contractor shall provide incidental engineering and architectural services required in connection with a particular Job Order including drawings and information required for filing. 16.2.17 The Contractor's Job Order Proposal is to be submitted by the date indicated on the Request for Proposal. All incomplete Job Order Proposals shall be rejected. The time allowed for preparation of the Contractor's Job Order Proposal will depend on the complexity and urgency of the Job Order but should average between seven (7) and fourteen (14) days. On complex Job Orders, such as Job Orders requiring incidental engineering/architectural drawings and approvals and permits, allowance will be made to provide adequate time for preparation and submittal of the necessary documents. 16.2.18 In emergency situations and minor maintenance and repair Job Orders requiring immediate completion, the Job Order Proposal may be required quickly and the due date will be so indicated on the Request for Proposal. 16.2.19 By submitting a Job Order Proposal to the City, the Contractor agrees to accomplish the Detailed Scope of Work in accordance with the Request for Proposal at the price submitted. It is the Contractor's responsibility to include the necessary tasks and quantities in the Price Proposal and apply the appropriate Adjustment Factor(s) prior to delivering it to the City. 16.2.20 If the Contractor requires clarifications or additional information regarding the scope of work in order to prepare the Job Order Proposal, the request must be submitted so that the submittal of the Job Order Proposal is not delayed. 16.3 Review of the Job Order Proposal and Issuance of the Job Order 16.3.1 The City will evaluate the entire Price Proposal and compare these with the City's estimate of the Detailed Scope of Work to determine the reasonableness of approach, including the appropriateness of the tasks and quantities proposed. All incomplete Job Order Proposals will be rejected. The City will review the Price Proposal to determine the accuracy of the Pre -priced Tasks, quantities, Adjustment Factors, and Non-Prepriced Tasks. 16.3.2 The Contractor may choose the means and methods of construction; subject however, to the City's right to reject any means and methods proposed by the Contractor that: a. Will constitute or create a hazard to the work, or to persons or property; or b. Will not produce finished Work in accordance with the terms of the Contract; or c. Unnecessarily increases the price of the Job Order when alternative means and methods are available. Page 114 of 134 Packet Pg. 225 7.6.a 16.3.3 The City reserves the right to reject a Job Order Proposal or cancel a Project for any reason. The City also reserves the right not to issue a Job Order if it is determined to be in the best interests of the City. The City may perform such work by other means. The Contractor will not recover any costs arising out of or related to the development of the Job Order including but not limited to the costs to attend the Joint Scope Meeting, review the Detailed Scope of Work, prepare a Job Order Proposal including incidental architectural and engineering services, subcontractor costs, and the costs to review the Job Order Proposal with the City. 16.3.4 By submitting a Job Order Proposal to the City, the Contractor agrees to accomplish the Detailed Scope of Work in accordance with the Request for Proposal at the lump sum price submitted. It is the Contractor's responsibility to include the necessary Pre- priced Tasks and Non-Prepriced Tasks and quantities in the Job Order Price Proposal prior to delivering it to the City. 16.3.5 It is the Contractor's responsibility to include the necessary Pre -priced Tasks and Non-Prepriced Tasks, accurate quantities, and correct Adjustment Factors in the Price Proposal prior to delivering it to the City. 16.3.6 If the Job Order Proposal is found to be complete and accurate, The City may issue a Job Order to the Contractor. 16.3.7 The Job Order signed by The City and delivered to the Contractor constitutes The City's acceptance of the Contractor's Job Order Proposal. 16.3.8 A Job Order will reference the Detailed Scope of Work and set forth the Job Order Completion Time and the Job Order Price. The Job Order Price shall be the value of the approved Price Proposal. 16.3.9 All clauses of this Contract shall apply to each Job Order. 16.3.10 The Contractor will be paid the Job Order Price for completing the Detailed Scope of Work within the Job Order Completion Time. 16.3.11 The City, without invalidating the Job Order, may order changes in the Detailed Scope of Work by adding to, changing, or deleting from the Detailed Scope of Work, by issuing a Supplemental Job Order. All Supplemental Job Orders shall be developed in accordance with these procedures for ordering work. 16.3.12 The City may decide not to issue a Job Order under development, may decide to cancel a Job Order or any portion of a Job Order, or cancel a Project or any portion of a Project, for any reason. In such case, the Contractor shall not recover any costs arising out of or related to the development of the Job Order including but not limited to attending the Joint Scope Meeting, preparing or reviewing the Detailed Scope of Work, preparing a Job Order Proposal (including incidental architectural and engineering services), subcontractor costs, or reviewing the Job Order Proposal with The City. The City may perform such work by other means. Page 115 of 134 Packet Pg. 226 7.6.a 16.3.13 A Job Order will reference the Detailed Scope of Work and set forth the Job Order Completion Time, and the Job Order Price. A separate Job Order will be issued for each Project. Extra work, credits, and deletions will be contained in a Supplemental Job Order. The Job Order Price shall be a lump sum, fixed price for the completion of the Detailed Scope of Work. 16.3.14 Each Job Order provided to the Contractor will reference the Detailed Scope of Work and set forth the Job Order Price and the Job Order Completion Time. All clauses of this Contract shall be applicable to each Job Order. The Job Order, signed by the City and delivered to the Contractor constitutes the City's acceptance of the Contractor's Job Order Proposal. A signed copy of the Job Order will be provided to the Contractor. 16.3.15 In the event that immediate emergency response is necessary, the Contractor shall be required to follow alternative procedures as established by the City. The Contractor shall begin work as directed notwithstanding the absence of a fully developed Request for Proposal, Detailed Scope of Work, or Job Order. The Contractor shall be compensated for such work as if the work had been ordered under the standard procedures. The Contractor must submit to the City's Representative, their emergency procedure/ safety plan prior to starting work. The Contractor must be responsible for quality assurance and quality control. 16.3.16 Federally Funded Job Orders When the City initiates a Job Order, the City will specify whether the Job Order is a Federally Funded Job Order or not. If the Job Order has no such specification, then the Job Order is not a Federally Funded Job Order. A Federally Funded Job Order is subject to the Federal Contract Clauses, which will be provided by the City. In the event of irreconcilable conflict between the Federal Contract Clauses applicable to a Federally Funded Job Order and other Contract Documents, such Federal Contract Clauses control. The Federal Contract Clauses do not apply to Job Orders that are not Federally Funded Job Orders. END ARTICLE 16 Page 116 of 134 Packet Pg. 227 7.6.a ARTICLE 17 ENGINEERING NEWS RECORD CONSTRUCTION COST INDICES ADJUSTMENT OF THE ADJUSTMENT FACTORS 17.1 Economic Price Adjustment: The Adjustment Factors may be updated on each anniversary of the Contract date to account for changes in construction costs, provided, the Contractor requests in writing, approximately fourteen (14) to thirty (30) days prior to the anniversary of the Contract date, that the Adjustment Factors be updated. Such request shall be delivered to the City and to the Consultant/Gordian. In the event the Contractor fails to deliver the request timely, then the City will determine the date on which the Adjustment Factors will be updated, but in no event will such date be later than thirty (30) days after the written request is received by the City. Thereafter, the Contractor's Adjustment Factors will be adjusted according to the following: 17.2 The Contractor's Normal Working Hours and Other than Normal Working Hours Adjustment Factors will be adjusted according to the following: 17.2.1 A Base Year Index will be calculated by averaging the 12-month Construction Cost Indices (CCI) for Seattle, WA, published in the Engineering News Record (ENR) for the twelve (12) months immediately prior to the month of the bid due date (e.g. April bid date, Base Year Index is April of the prior year to March of the bid date year). 17.2.2 A Current Year Index will be calculated by averaging the 12-month Construction Cost Indices (CCI) for Seattle, WA, published in the Engineering News Record (ENR) for the twelve (12) months beginning with the month of anniversary of the bid due date (e.g. April bid date, Current Year Index is April of the prior year to March of the current year). 17.2.3 The Economic Price Adjustment will be calculated by dividing the Current Year Index by the Base Year Index. 17.2.4 The Contractor's original Adjustment Factors will be multiplied by the Economic Price Adjustment to obtain the Contractor's new Adjustment Factors effective for the next twelve (12) months. 17.2.5 Averages shall be obtained by summing the 12-month indices and dividing by twelve (12). 17.3 All calculations in this article will be carried to the fifth decimal place and rounded to the fourth decimal place. The following rules shall be used for rounding: 17.3.1 The fourth decimal place shall be rounded up when the fifth decimal place is five (5) or greater. 17.3.2 The fourth decimal place shall remain unchanged when the fifth decimal place is less than five (5). Page 117 of 134 Packet Pg. 228 7.6.a 17.4 Engineering News Record occasionally revises indices. Engineering News Record Construction Cost Indices used in the calculations described above will be those currently published at the time the Economic Price Adjustment calculation is performed. No retroactive adjustments will be made as a result of an Engineering News Record revision. Revised Construction Cost Indices, if any, will be used in subsequent calculations. 17.5 Under all circumstances, should the Contractor submit a Job Order Proposal with inaccurate Adjustment Factors, the act of submission by the Contractor is a waiver of all rights to any further compensation above the Job Order Price submitted in the Job Order Proposal. 17.6 The Contractor cannot delay submission of the Job Order Proposal past the due date to take advantage of a scheduled update of the Adjustment Factors. In that event, the Contractor shall use the Adjustment Factors that would have been in effect without the delay. 17.7 The Adjustment Factor for Non-Prepriced Tasks will remain constant for the duration of the Contract. END ARTICLE 17 Page 118 of 134 Packet Pg. 229 7.6.a ARTICLE 18 Software, JOC System License, and Cooperative Purchasing 18.1 JOC System License 18.1.1 The City selected The Gordian Group's (Gordian) Job Order Contracting (JOC) System for their JOC program. The Gordian JOC Solution includes Gordian's proprietary JOC System Software and JOC Applications, construction cost data (Construction Task Catalog@,) which will be used by the Contractor solely for the purpose of fulfilling its obligations under this Contract, including preparation and submission of Job Order Proposals, subcontractor lists, and other requirements specified by the City. Contractor's use, in whole or in part, of Gordian's JOC Applications, Construction Task Catalog® and other proprietary materials provided by Gordian for any purpose other than to execute work under this Contract for the CITY is strictly prohibited unless otherwise approved in writing by Gordian. The Contractor shall be required to execute Gordian's JOC System License and Fee Agreement and pay a one percent (1 %) JOC System License Fee to obtain access to the Gordian JOC Solution. 18.2 Cooperative Purchasing 18.2.1 RCW 39.34 allows cooperative purchasing between public agencies (political subdivisions) in the State of Washington. Public agencies that file an Interlocal Joint Purchasing Agreement with the City of Edmonds may also wish to procure the goods and/or services herein offered by the selected Contractor. The selected Contractor shall have the option of extending its offer to the City of Edmonds to other agencies for the same cost, terms and conditions. 18.2.2 The City of Edmonds does not accept any responsibility for agreements, contracts or purchase orders issued by other public agencies to the Contractor. Each public agency accepts responsibility for compliance with any additional or varying laws and regulations governing purchase by or on behalf of the public agency. The City of Edmonds accepts no responsibility for the performance of the Contractor in providing goods and/or services to other public agencies, nor any responsibility for the payment price to the Contractor for other public agency purchases. END ARTICLE 18 Page 119 of 134 Packet Pg. 230 7.6.a ARTICLE 19 COMPLIANCE WITH THE JOC RCW REQUIREMENTS 19.1 CONTRACTOR'S RESPONSIBILITY Contractor acknowledges that it has carefully examined the RFP documents and the Job Order Contracting RCW's. For example, the Contract is subject to RCW 39.10.200; 39.10.210; 39.10.420; 39.10.430; 39.10.440; 39.10.450; 39.10.460; and, 39.10.470. 19.2 MAXIMUM JOB ORDER VALUE The maximum dollar amount for an individual Job Order is Five Hundred Thousand dollars ($500,000) pretax. All Job Orders for the same project (original plus any Supplemental Job Orders) shall be treated as a single Job Order for the purpose of the $500,000 limit. A Job Order issued for a particular project may not exceed $500,000 excluding sales tax and Gordian fees. As required by RCW 39.10.450(3), no more than twenty percent of the dollar value of a Job Order may consist of items of work not contained in the Unit Price book. As required by RCW 39.10.450(4), any new permanent, enclosed building space constructed under a Job Order shall not exceed three thousand (3,000) gross square feet. 19.3 ADJUSTMENT FACTORS AND CONSTRUCTION TASK CATALOG® The Contractor is paid for the Job Order based upon a fixed percentage multiplier (Adjustment Factor) and fixed prices based on The Gordian Group's Construction Task Catalog° agreed to in the initial contract. Everything that is to be included in the Contractor's Adjustment Factors is listed and identified in the Construction Task Catalog° under Construction Task Catalog° Section and "Using the Construction Task Catalog°," pages 00-1 through 00-7. 19.4 PREVAILING WAGE RATES TO BE PAID A. Prior to making any payment, the City must receive a Labor and Industries approved copy of the "Statement of Intent to Pay Prevailing Wages" form from the Contractor, all sub -contractors and lower -tiers. Each progress payment application is to include a signed statement that prevailing wages have been paid. With final invoicing of a project, the City must receive a Labor and Industries certified copy of the "Affidavit of Wages Paid" form from the Contractor, all sub -contractors and lower -tiers. B. It is the Contractor's sole responsibility to ensure that the approved Intents and certified Affidavits are filed from all sub -contractors and lower -tiers and filed with the City for each Job Order. C. Job Order contractors shall pay prevailing wages for all work that would otherwise be subject to the requirements of chapter 39.12 RCW. Prevailing wages for all work performed pursuant to each Job Order must be the rates in effect at the time the individual Job Order is issued. D. If the Job Order is Funded by the Federal Transit Administration, the Davis -Bacon Act and Copeland Anti -Kickback applies. Page 120 of 134 Packet Pg. 231 7.6.a 19.5 EXECUTED OMWBE PLAN A. Per RCW 39.10.450, a public body may issue no Job Orders under a Job Order Contract until it has approved, in consultation with the Office of Minority and Women's Business Enterprises or the equivalent local agency, a plan prepared by the Contractor that equitably spreads certified women and minority business enterprise subcontracting opportunities, to the extent permitted by the Washington state civil rights act, RCW 49.60.400, among the various subcontract disciplines. B. The executed plan is required before the City will sign the Contract. 19.6 SUBCONTRACTING At least ninety percent (90%) of all work contained in a Job Order Contract must be subcontracted to entities other than the Contractor. The Contractor must distribute contracts as equitably as possible among qualified and available subcontractors including minority and woman -owned subcontractors to the extent permitted by law. 19.7 RETAINAGE The City requires each Contractor to provide a Retainage Bond in the penal sum equal to 5% of the Maximum Contract Value or $100,000 whichever is greater. If the cumulative amount of required retainage under Chapter 60.28 RCW exceeds this amount, the Contractor shall deliver a new Retainage Bond as required by the City. The Contractor must use a Retainage Bond form acceptable to the City. 19.8 PUBLIC RECORDS Under Washington state public records laws, records and documents including but not limited to written, printed, graphic, electronic, photographic or voice mail materials and/or transcriptions, recordings or reproductions provided to City or used by the City in connection to the Contract Documents become a public record subject to mandatory disclosure upon request by any person, unless the records and documents are exempt from public disclosure by a specific provision of law. The City has no obligation to enforce any exemption. Contractor will fully cooperate with the City to comply with the Washington state public records laws. 19.9 AUDITS AND RETENTION OF RECORDS A. All of the Project Records related to this Contract shall be open to inspection, audit, and/or copying by the City: i. During the Contract Time; For a period of not less than six (6) years after the date of Final Acceptance of the last Work or termination of the Contract. The Contractor shall also ensure that the wage, payroll and cost records of all Subcontractors and Suppliers at all tiers is retained and open to similar inspection or audit for the period required above by incorporating the provisions of this Audit section into any agreements with Subcontractors or Suppliers related to this Contract; and Page 121 of 134 Packet Pg. 232 7.6.a iii. If any Claim, audit, or litigation arising out of, in connection with, or related to this Contract is initiated, all documents and records shall be resolved or completed, whichever occurs later. B. The Contractor, its Subcontractors and Suppliers will make a good faith effort to cooperate with the City when the City gives notice of its need to inspect or audit Project Records. Cooperation will include assistance as may be reasonably required in the course of inspection or audit, including access to personnel with knowledge of the contents of the records being inspected or audited so that the information in the records is properly understood by the persons performing the inspection or audit. Cooperation will also include establishing a specific mutually agreeable timetable for making the records available for inspection by the City and its designee. Unless otherwise agreed, if the Contractor, its Subcontractors and Suppliers cannot make at least some of the relevant records available for inspection within fourteen (14) days of the City's written request, cooperation will necessarily entail providing the City with a reasonable explanation for the delay in production of records. Failure to cooperate will impact future responsibility determinations. C. The Contractor agrees that no Claim will be made against the City for the Work described herein unless the Contractor makes available to the City all documents and records. Failure to maintain and retain sufficient records to allow the City to verify all costs or damages or failure to permit the City or its designee access to the books and records shall constitute a waiver of the rights of the Contractor, Subcontractor, and Supplier to claim or be compensated for any damages, additional time or money under this Contract and shall bar any recovery there under. D. Inspection, audit, and/or copying of Project Records may be performed by the City at any time with not less than fourteen (14) days written notice; provided however, if an audit is to be commenced more than sixty (60) days after Final Acceptance of the Contract, the Contractor will be given thirty (30) days' notice of the time when the audit or inspection is to begin. E. The Contractor and its Subcontractors and Suppliers shall provide adequate facilities, acceptable to the City, for inspection, auditing, and/or copying during normal business hours. F. No additional compensation will be provided to the Contractor, its Subcontractors, or Suppliers for time or money spent in complying with the requirements of this Audit section. If the Contractor is formally dissolved, assigns or otherwise divests itself of its legal capacity under this Contract, then it will immediately notify the City and preserve such records, at its expense, as directed by the City. G. This Audit Section shall survive for six (6) years after the termination or expiration of this Contract, or conclusion of all Claims, audits or litigation, whichever occurs later. H. At a minimum, the following documents shall be considered Project Records and made available for inspection, auditing and copying: i. Daily time cards, time -sheets, daily reports, inspection reports, and supervisor's reports; ii. Insurance, welfare, and benefits records; Page 122 of 134 Packet Pg. 233 7.6.a iii. Payroll registers; iv. Earnings records; v. All relevant tax forms and records, including any state and federal payroll tax rate schedules governing the employer's payroll tax rates paid on behalf of employees that work on the project and any payroll tax forms summarizing the amounts paid; vi. Material invoices and requisitions; vii. Material cost distribution worksheets; viii. Equipment records including a list of company -owned equipment and an equipment distribution report containing equipment descriptions, equipment number, equipment rates, recorded equipment hours, phase or cost codes, dates, and any other relevant information as related to how equipment was recorded to the project; ix. Contractors' rental agencies', Subcontractors', and lower tier subcontractors' invoices; x. Contracts, purchase orders and agreements between the Contractor and each of its Subcontractors, and all lower tier subcontractor contracts and supplier contracts; A. Subcontractors' and lower tier subcontractors' payment certificates/payment applications; xii. Canceled checks, payroll and Contractors; xiii. Job cost reports, including both a job cost summary report comparing budgeted amounts to recorded amounts by cost type and phase or cost code and a job cost history/detail/transaction report listing each individual transaction by phase or cost code; xiv. General Ledger; xv. Cash disbursements journal; xvi. All documents which relate to each and every claim together with all documents which support the amount of damages to each claim; xvii. All schedule documents, including man -loaded schedules, work plans, planned resource codes, phasing documents and summaries; xviii. All other documents, including email, related to the Project, Claims, or Supplemental Job Orders; xix. Any documentation or information relied upon for the purposes of translating the bid amounts to original budget amounts; xx. Original budget and updated budgets used for tracking job performance throughout the project; xxi. Labor distribution reports summarizing straight time, overtime, and double time by employee and also separately summarizing base wage amounts versus labor burden and benefit amounts; Page 123 of 134 Packet Pg. 234 7.6.a xxii. Copies of all draft and approved change orders including a supplementary documentation or information relied upon for the purposes of pricing the change orders; xxiii. To the extent any of the above -referenced records exist in machine readable format, the Contractor will make them available in that form. This requirement specifically includes but is not limited to an obligation to provide the information and access in the native format in which it is maintained by the Contractor. The Contractor will, as reasonably requested by the City, provide read-only access to and reasonable technical support necessary to make use of any enterprise or legacy software utilized by the Contractor to manipulate and/or store the relevant data. 19.10 PUBLIC NOTICE REQUIREMENTS The Contractor will publish notification of intent to perform public works projects at the beginning of each contract year in a statewide publication and in a legal newspaper of general circulation in every county in which the public works projects are anticipated, per RCW 39.10.440 (5). 19.11 PUBLIC INSPECTION OF CERTAIN RECORDS -PROTECTION OF TRADE SECRETS A. RCW 39.10.470(1) and (2) state as follows: (1) Except as provided in subsections (2) and (3) of this section, all proceedings, records, contracts, and other public records relating to alternative public works transactions under this chapter shall be open to the inspection of any interested person, firm, or corporation in accordance with Chapter 42.56 RCW. (2) Trade secrets, as defined in RCW 19.108.010, or other proprietary information submitted by a bidder, offeror, or contractor in connection with an alternative public works transaction under this chapter shall not be subject to Chapter 42.56 RCW if the bidder, offeror, or contractor specifically states in writing the reasons why protection is necessary, and identifies the data or materials to be protected. B. The following shall govern to the application of RCW 39.10.470 to this Contract and the Work: 1. Proprietary information and trade secrets must be clearly identified as "CONFIDENTIAL." 2. If any document or record does not clearly identify the "CONFIDENTIAL" portions, the City will not notify the Contractor that such documents and records will be made available for inspection and copying, and the City may publicly disclose such non - clearly identified portions with no liability whatsoever to the Contractor. 3. If a request is made for disclosure of material or any portion marked "CONFIDENTIAL," the City will determine whether the material should be made available under the law. If the City determines that the material is subject to disclosure, the City will seek to notify the Contractor of the request and allow the proposer ten (10) business days after such notification to take appropriate legal action in Snohomish County Superior Court at the Contractor's sole expense and Page 124 of 134 Packet Pg. 235 7.6.a liability. If the Contractor does not within ten (10) business days serve the Office of the City Attorney with a copy of an order entered by the Superior Court that expressly prohibits the City from disclosure of the material marked "CONFIDENTIAL," then the proposer will be deemed to have consented to the public disclosure of the material marked "Confidential" and the City may publicly disclose such material without any liability whatsoever to Contractor. 4. To the extent that the City withholds from disclosure all or any portion of Contractor's material marked "CONFIDENTIAL", the Contractor shall indemnify, defend and hold harmless the City of Edmonds from all lawsuits, liabilities, losses, damages, penalties, attorneys' fees and costs the City incurs arising from or relating to such withholding from disclosure. END OF SECTION 19 Page 125 of 134 Packet Pg. 236 7.6.a Excluded Parties Listing System Search This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the Contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The Contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by the City of Edmonds. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the City of Edmonds, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Date: Signature: Company Name: Title: Page 126 of 134 Packet Pg. 237 7.6.a SUPPLEMENTARY CONDITIONS — FEMA AND OTHER FEDERALLY FUNDED PROJECT NOTE: These Supplementary Conditions apply to FEMA and other federally funded Cites projects. The City anticipates that most projects performed thru the Job Order Contracting_ program will not be FEMA funded or otherwise federally funded. The Agreement/Contract (collectively, "Contract") may be funded in whole or in part by federal grant funding received by The City of Edmonds from the Federal Emergency Management Agency ("FEMA"), which is part of the United States Department of Homeland Security ("DHS"), or other Federal Funding sources. Therefore, Consultant/Contractor (collectively, the "Contractor") must comply with all federal laws and regulations applicable to the receipt of FEMA grants, including, but not limited to, the contractual provision set forth in Title 2 of the Code of Federal Regulations, Part 200, in connection with the Contractor's performance of the work or services covered by the Contract (the "Project"). All such federal laws and regulations shall be deemed to be inserted in the Contract and the Contract shall be read and enforced as though such federal laws and regulations were included therein. Anything to the contrary herein notwithstanding, all FEMA-mandated terms shall be deemed to control in the event of a conflict with other provisions contained in the Contract. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any City of Edmonds request that would cause the City to be in violation of these FEMA terms and conditions or any other federal law or regulation applicable to the receipt of FEMA grants. If any provision of the Contract shall be such as to effect noncompliance with any FEMA requirement, such provision shall not be deemed to form a part thereof, but the balance of the Contract shall remain in full force and effect. In addition, the Contractor agrees to the following specific provisions: 1.1 Debarment The Contractor and any prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. .2 The City will ensure the Contractor and any lower participants are not debarred by checking the government's Excluded Parties List System at SAM.gov prior to executing a contract. 1.2 Cost Plus Percentage Not Allowed Notwithstanding any provisions in the Contract to the contrary, the Contractor and any prospective lower tier participant are prohibited from using cost plus percentage contracts. This includes, but is not limited to, the use of percentages for change orders or mark-ups on sub -contractors or materials. Cost plus fixed fee, either lump sum or unit price, is authorized. Page 127 of 134 Packet Pg. 238 7.6.a 1.3Additional Federal Contracting Requirements The Contractor must comply with Executive Order 11246 of September 24, 1965, entitled Equal Employment Opportunity, as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor regulations (41 CFR chapter 60). .2 The Contractor must comply with the requirements of the Age Discrimination Act of 1975 (42 U.S.C. § 6101 et seq.), which prohibits discrimination on the basis of age in any program or activity receiving Federal financial assistance. The Contractor must comply with the requirements of Titles I, 11, and III of the Americans with Disabilities Act, which prohibits recipients of federal funding from discriminating 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. §§ 12101-12213). 4 The Contractor must comply with the requirements of Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq.), which provides that no person in the United States will, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. Implementing regulations for the Act are found at 6 C.F.R. Part 21 and 44 C.F.R. Part 7. .5 The Contractor must comply with Title Vill of the Civil Rights Act of 1968, which prohibits Contractors from discriminating in the sale, rental, financing, and advertising of dwellings, or in the provision of services in connection therewith, on the basis of race, color, national origin, religion, disability, familial status, and sex (42 U.S.C. § 3601 et seq.), as implemented by the Department of Housing and Urban Development at 24 C.F.R. Part 100. The prohibition on disability discrimination includes the requirement that new multifamily housing with four or more dwelling units—i.e., the public and common use areas and individual apartment units (all units in buildings with elevators and ground -floor units in buildings without elevators) —be designed and constructed with certain accessible features (see 24 C.F.R. § 100.201). .6 The Contractor must comply with the Copeland Anti -Kickback Act (18 U.S.C. 874) as supplemented in Department of Labor regulations (29 CFR Part 3). 7 The Contractor must comply with the Davis -Bacon Act (40 U.S.C. 276a to 276a7) as supplemented by Department of Labor regulations (29 CFR Part 5). a. This project is a public work in the State of Washington, funded in whole or in part with public funds. Therefore, the higher of the two applicable prevailing wage rates, federal or state, will be enforced. .8 The Contractor must comply with Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327330) as supplemented by Department of Labor regulations (29 CFR Part 5). Page 128 of 134 Packet Pg. 239 7.6.a 9 The Contractor must provide reporting as specified in the plans, specifications and deliverables section of the Contract. 10 The City shall have patent rights with respect to any discovery or invention which arises or is developed in the course of or under such contract. I I The City shall have copyrights and rights respective to any data which arises or is developed in the course of or under such contract. 12 The County, State, the Federal grantor agency, the Comptroller General of the United States, or any of their duly authorized representatives shall have access to any books, documents, papers, and records of the Contractor which are directly pertinent to that specific contract for the purpose of making audit, examination, excerpts, and transcriptions. 13 The Contractor must maintain records for three years after grantees or subgrantees make final payments and all other pending matters are closed. 14 The Contractor must comply with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h)), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15). (Contracts, subcontracts, and subgrants of amounts in excess of $100,000) .15 The Contractor must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired by the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 16 The Contractor must comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94163, 89 Stat. 871). .17 The City is entitled to exercise all administrative, contractual, or other legal remedies permitted by law to enforce the Contractor's compliance with the terms of the Contract. .18 The Contractor must acknowledge its use of federal funding when issuing requests for proposals, bid invitations, and other documents describing the Project in connection with performing the Contract. Page 129 of 134 Packet Pg. 240 7.6.a 19 If the Contractor collects PH (Personally Identifiable Information) in connection with the Project, the Contractor is required to have a publicly available privacy policy that describes what PH they collect, how they use the PH, whether they share PH with third parties, and how individuals may have their PH corrected where appropriate. .20 The Contractor must comply with the Drug -Free Workplace Act of 1988 (41 U.S.C. § 701 et seq.), which is adopted at 2 C.F.R Part 3001, which requires that all organizations receiving grants from any Federal agency agree to maintain a drug -free workplace. .21 The Contractor must comply with the requirements of 31 U.S.C. § 3729 which sets forth that no recipient of federal payments shall submit a false claim for payment. See also 38 U.S.C. § 3801-3812 which details the administrative remedies for false claims and statements made. .22 The Contractor must comply with Preference for U.S. Flag Air Carriers: (air carriers holding certificates under 49 U.S.C. § 41 102) for international air transportation of people and property to the extent that such service is available, in accordance with the International Air Transportation Fair Competitive Practices Act of 1974 (49 U.S.C. § 401 18) and the interpretative guidelines issued by the Comptroller General of the United States in the March 31, 1981, amendment to Comptroller General Decision B-138942. .23 The Contractor must comply with the Title VI of the Civil Rights Act of 1964 (Title VI) prohibition against discrimination on the basis of national origin, which requires that recipients of federal financial assistance take reasonable steps to provide meaningful access to persons with limited English proficiency ("LEP") to their programs and services. Providing meaningful access for persons with LEP may entail providing language assistance services, including oral interpretation and written translation. .24 The Contractor must comply with 31 U.S.C. § 1352, which provides that none of the funds provided under an award may be expended by the Contractor to pay any person to influence, or attempt 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 any Federal action concerning the award or renewal. .25 Unless otherwise provided by law, the Contractor is subject to the Bayh-Dole Act, Pub. L. No. 96-517, as amended, and codified in 35 U.S.C. § 200 et seq. The Contractor is subject to the specific requirements governing the development, reporting, and disposition of rights to inventions and patents resulting from financial assistance awards are in 37 C.F.R. Part 401 and the standard patent rights clause in 37 C.F.R. § 401.14. .26 The Contractor must comply with U.S. Executive Order 13224 and U.S. law that prohibit transactions with, and the provisions of resources and support to, individuals and organizations associated with terrorism. Page 130 of 134 Packet Pg. 241 7.6.a .27 The Contractor must comply with the requirements of the government -wide award term which implements Section 106(g) of the Trafficking Victims Protection Act (TVPA) of 2000, as amended (22 U.S.C. § 7104). This is implemented in accordance with OMB Interim Final Guidance, Federal Register, Volume 72, No. 218, November 13, 2007. Full text of the award term is located at 2 CFR § 175.15. .28 The Contractor must comply with the Rehabilitation Act of 1973, including all sections, that prohibits discrimination on the basis of disability. The standards for deciding if employment discrimination exists under the Rehabilitation Act are the same as those used in Title I of the Americans with Disabilities Act. .29 The Contractor must maintain the currency of the information in the Universal Identifier and System of Award Management (SAM) until submission of the final financial report required under the award or receive final payment, whichever is later, as required by 2 C.F.R. Part 25. 30 The Contractor must comply with requirements of the Uniting and Strengthening America by Providing Appropriate Tools Required to Intercept and Obstruct Terrorism Act (USA PATRIOT Act), which amends 18 U.S.C. §§ 175-175c. Among other things, the USA PATRIOT Act prescribes criminal penalties for possession of any biological agent, toxin, or delivery system of a type or in a quantity that is not reasonably justified by a prophylactic, protective, bona fide research, or other peaceful purpose. .31 The Contractor must comply with the statutory requirements for whistleblower protections (if applicable) at 10 U.S.0 § 2409, 41 U.S.C. 4712, and 10 U.S.C. § 2324, 41 U.S.C. §§ 4304 and 4310. .32 The Contractor must obtain DHS's approval prior to using the DHS seal(s), logos, crests or reproductions of flags or likenesses of DHS agency officials, including use of the United States Coast Guard seal, logo, crests or reproductions of flags or likenesses of Coast Guard officials. 33 The Contractor must acknowledge and agree —and require any sub -contractors, successors, transferees, and assignees to acknowledge and agree —to comply with applicable provisions governing DHS access to records, accounts, documents, information, facilities, and staff. Additionally: a. the Contractor must cooperate with any compliance review or complaint investigation conducted by DHS; b. the Contractor must give DHS access to and the right to examine and copy records, accounts, and other documents and sources of information related to the grant and permit access to facilities, personnel, and other individuals and information as may be necessary, as required by DHS regulations and other applicable laws or program guidance; C. the Contractor must submit timely, complete, and accurate reports to the appropriate DHS officials and maintain appropriate backup documentation to support the reports; d. the Contractor must comply with all other special reporting, data collection, and evaluation requirements, as prescribed by law or detailed in program guidance; Page 131 of 134 Packet Pg. 242 7.6.a e. if, during the past three years, the Contractor has been accused of discrimination on the grounds of race, color, national origin (including limited English proficiency), sex, age, disability, religion, or familial status, the Contractor must provide a list of all such proceedings, pending or completed, including outcome and copies of settlement agreements to the DHS awarding office (FEMA) and the DHS Office of Civil Rights and Civil Liberties; and f. in the event any court or administrative agency makes a finding of discrimination on grounds of race, color, national origin (including limited English proficiency), sex, age, disability, religion, or familial status against the Contractor, or the Contractor settles a case or matter alleging such discrimination, the Contractor must forward a copy of the complaint and findings to the DHS Component and/or awarding office (FEMA). .34 Small and Minority Businesses: The non -Federal entity must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used when possible. Affirmative steps must include: a. Placing qualified small and minority businesses and women's business enterprises on solicitation lists; b. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; C. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; d. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; e. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and f. Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (a) through (e) of this section. http://www.ecfr.gov/cgi- bin/text-idx?node=se2.1.200 1321 &rgn=div8 The United States has the right to seek judicial enforcement of these obligations. Page 132 of 134 Packet Pg. 243 7.6.a JOB ORDER CONTRACT APPENDIX 1 (Appendix A of USDOT 1050.2A Standard Title VI Assurances) During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter collectively referred to as the "Contractor") agrees as follows: 1. Compliance with Regulations: The Contractor shall comply with the acts and regulations relative to nondiscrimination in federally -assisted programs of the United States Department of Transportation (USDOT), Title 49, Code of Federal Regulations, Part 21 (49 CFR 21), as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this Agreement. 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the Agreement, shall not discriminate on the grounds of race, color, national origin, sex, age, disability, income -level, or LEP in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The Contractor shall not participate directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the Agreement covers any activity, project, or program set forth in Appendix B of 49 CFR 21. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, request for proposal, or negotiation made by the Contractor for work to be performed under a subcontract, including procurement of materials, or leases of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this Agreement and the Regulations relative to nondiscrimination on the grounds of race, color, national origin, sex, age, disability, income -level, or LEP. 4. Information and Reports: The Contractor shall provide all information and reports required by the Regulations and directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the City or the appropriate state or federal agency to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Contractor shall so certify to the City, or state or federal agency, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Agreement, the City shall impose such contract sanctions as it or the appropriate state or federal agency may determine to be appropriate, including, but not limited to: • Withholding of payments to the Contractor under the Agreement until the Contractor complies; and/or • Cancellation, termination, or suspension of the Agreement, in whole or in part. Incorporation of Provisions: The Contractor shall include the provisions of the above paragraphs one (1) through five (5) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontractor or procurement as the City or appropriate state or federal agency may direct as a means of enforcing such provisions, including sanctions for noncompliance. Provided, that if the Contractor becomes involved in, or is threatened with, litigation by a subcontractor or supplier as a result of such direction, the Contractor may request that the City enter into such litigation to protect the interests of the City; or may request that the appropriate state agency enter into such litigation to protect the interests of the State of Washington. In addition, the Contractor may request the appropriate federal agency enter into such litigation to protect the interests of the United States. Page 133 of 134 Packet Pg. 244 7.6.a JOB ORDER CONTRACT APPENDIX 2 (Appendix E of USDOT 1050.2A Standard Title VI Assurances) During the performance of this contract, the Contractor, for itself, its assignees, and successors in the interest (hereinafter referred to as the "Contractor") agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Pertinent Non -Discrimination Authorities: • 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); and 49 CFR Part 21. • 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); • Federal -Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); • Section 504 of 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 U.S.C. § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilities Act, 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 C.F.R. 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 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 Person 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 the LEP person 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). Page 134 of 134 Packet Pg. 245 7.7 City Council Agenda Item Meeting Date: 01/25/2022 Approve a Professional Services Agreement with the Blueline Group for the design of the Phase 13 Waterline Replacement Project Staff Lead: Rob English Department: Public Works & Utilities Preparer: Rob English Background/History On December 14, 2021, the Parks & Public Works Committee reviewed this item and placed it on the consent agenda for approval. Staff Recommendation Approve the professional services agreement with the Blueline Group for the Phase 13 Waterline Replacement Project. Narrative The City issued a Request for Qualifications (RFQ) in October 2021 to hire a consultant to provide design engineering services for the Phase 13 and 14 Waterline Replacement Projects. The City received statements of qualifications from four (4) engineering firms and the selection committee selected the Blueline Group to provide design engineering services for the Phase 13 and 14 Waterline Replacement Projects. The design engineering for the Phase 13 Waterline Replacement Project is expected to be complete by December 2022, with construction expected to begin in Spring of 2023. In addition, a waterline site evaluation and preliminary alignment/design is included to determine the alignment of the waterlines that will be replaced as part of the Phase 14 Waterline Replacement Project. Staff and the consultant have agreed on a scope of services and budget, in the amount of $428,420 (including $17,380 in management reserve), for completion of the preliminary designs, final design and development of construction documents. When design services are required for the Phase 14 Waterline Replacement Project, a separate scope of work and fee will be drafted early 2023 and submitted to City Council for approval. The design services are funded by the Water Utility Fund. In total, the Phase 13 and 14 Waterline Replacement Project will upgrade/replace portions of the City's potable water network by replacing a total of approximately 10,000 linear feet of existing waterlines and associated appurtenances at various locations within the City. The Phase 13 Waterline Replacement Project will replace approximately 5,000 linear feet of watermain. The selection of the sites will be determined using the data supplied in the 2017 Comprehensive Water System Plan, coordinating with upcoming road, sanitary sewer, and storm drain projects, and input from Public Works maintenance staff. Replacements will focus on improving fire flow at various locations in the city, replacing mains that are past their life cycle and are requiring additional maintenance. Packet Pg. 246 7.7 Attachments: Professional Services Agreement - Phase 13 WL Replacement Phase 13 Water replacement design sites Packet Pg. 247 7.7.a CITY OF EDMONDS MIKE NELSON 121 5T" AVENUE NORTH - EDMONDS, WA 98020 - 425-771-0220 - FAX 425-672-5750 MAYOR Website: www.edmondswa.gov PUBLIC WORKS DEPARTMENT Engineering Division PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT ("Agreement") is made and entered into between the City of Edmonds, hereinafter referred to as the "City," and The Blueline Group, hereinafter referred to as the "Consultant." WHEREAS, the City desires to engage the professional services and assistance of a consulting firm to provide design services with respect to the Phase 13 Annual Waterline Replacement Project; and WHEREAS, the Consultant has the necessary skills and experience, and desires to provide such services to the City; NOW, THEREFORE, in consideration of the mutual benefits accruing, it is agreed by and between the parties hereto as follows: 1. Scope of work. The scope of work shall include all services and material necessary to accomplish the above mentioned objectives in accordance with the Scope of Work that is marked as Exhibit A, attached hereto and incorporated herein by this reference. 2. Payments. The Consultant shall be paid by the City for completed work for services rendered under this Agreement as provided hereinafter. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment and incidentals necessary to complete the work. A. Payment for work accomplished under the terms of this Agreement shall be on a time and expense basis as set forth in Exhibit A, attached hereto and incorporated herein by this reference; provided, in no event shall the payment for work performed pursuant to this Agreement exceed the sum of FOUR HUNDRED TWENTY EIGHT THOUSAND FOUR HUNDRED TWENTY DOLLARS ($428,420.00). B. All vouchers shall be submitted by the Consultant to the City for payment pursuant to the terms of this Agreement. The City shall pay the appropriate amount for each voucher to the Consultant. The Consultant may submit vouchers to the City monthly during the progress of the work for payment of completed phases of the project. Billings shall be reviewed in conjunction with the City's warrant process. No billing shall be considered for payment that has not been submitted to the City three days prior to the scheduled cut-off date. Such late vouchers will be checked by the City and payment will be made in the next regular payment cycle. 1 Packet Pg. 248 7.7.a C. The costs records and accounts pertaining to this Agreement 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 upon request. 3. Ownership and use of documents. All research, tests, surveys, preliminary data, reports, and any and all other work product prepared or gathered by the Consultant in preparation for the services rendered by the Consultant under this Agreement shall be and are the property of the Consultant, provided, however, that: A. All final reports, presentations, documentation and testimony prepared by the Consultant shall become the property of the City upon their presentation to and acceptance by the City and shall at that date become the property of the City. B. The City shall have the right, upon reasonable request, to inspect, review and copy any work product during normal office hours. Documents prepared under this Agreement and in the possession of the Consultant may be subject to public records request and release under Chapter 42.56 RCW. C. In the event that the Consultant shall default on this Agreement, or in the event that this Agreement shall be terminated prior to its completion as herein provided, the work product of the Consultant, along with a summary of work done to date of default or termination, shall become the property of the City and tender of the work product and summary shall be a prerequisite to final payment under this Agreement. The summary of work done shall be prepared at no additional cost. 4. Time of performance. The Consultant shall perform the work authorized by this Agreement promptly in accordance with the receipt of the required governmental approvals. 5. Indemnification / Hold harmless agreement. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses, demands, or suits at law or equity arising from the acts, errors or omissions of the Consultant in the performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement 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 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. The Consultant shall comply with all applicable sections of the applicable Ethics laws, including RCW 42.23, which is the Code of Ethics for regulating contract interest by municipal officers. The Consultant specifically assumes potential liability for actions brought by the Consultant's own employees against the City and, solely for the purpose of this indemnification and defense, the Consultant specifically waives any immunity under the state industrial insurance law, Title 51 RCW. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. Packet Pg. 249 7.7.a 6. General and professional liability insurance. The Consultant shall obtain and keep in force during the term of this Agreement, or as otherwise required, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. Insurance Coveraize A. Worker's compensation and employer's liability insurance as required by the State. B. Commercial general liability and property damage insurance in an aggregate amount not less than two million dollars ($2,000,000) for bodily injury, including death and property damage. The per occurrence amount shall be written with limits no less than one million dollars ($1,000,000). C. Vehicle liability insurance for any automobile used in an amount not less than a one million dollar ($1,000,000) combined single limit. D. Professional liability insurance in the amount of one million dollars ($1,000,000). Excepting the Worker's Compensation Insurance and Professional Liability Insurance secured by the Consultant, the City will be named on all policies as an additional insured. The Consultant shall furnish the City with verification of insurance and endorsements required by the Agreement. The City reserves the right to require complete, certified copies of all required insurance policies at any time. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The Consultant shall submit a verification of insurance as outlined above within fourteen days of the execution of this Agreement to the City. No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the City. The Consultant's professional liability to the City shall be limited to the amount payable under this Agreement or one million dollars ($1,000,000), whichever is the greater, unless modified elsewhere in this Agreement. In no case shall the Consultant's professional liability to third parties be limited in any way. 7. Discrimination prohibited. The Consultant shall not discriminate against any employee or applicant for employment because of race, color, religion, national origin, age, sex, sexual orientation, marital status, veteran status, liability for service in the armed forces of the United States, disability, or the presence of any sensory, mental or physical handicap, or any other protected class status, unless based upon a bona fide occupational qualification. 8. Consultant is an independent contractor. The parties intend that an independent contractor relationship will be created by this Agreement. No agent, employee or representative of the Consultant shall be deemed to be an agent, employee or representative of the City for any purpose. The Consultant shall be solely responsible for all acts of its agents, employees, representatives and subcontractors during the performance of this Agreement. 9. City approval of work and relationships. Notwithstanding the Consultant's status as an independent contractor, results of the work performed pursuant to this Agreement must meet the approval of the City. During pendency of this Agreement, the Consultant shall not perform work for any party with respect to any property located within the City of Edmonds or for any project subject to the administrative or quasijudicial review of the City without written notification to the City and the City's prior written consent. Packet Pg. 250 7.7.a 10. Termination. This being an Agreement for professional services, either party may terminate this Agreement for any reason upon giving the other party written notice of such termination no fewer than ten (10) days in advance of the effective date of said termination. 11. Integration. The Agreement between the parties shall consist of this document, its Appendices 1 & 2, and the Scope of Work and fee schedule attached hereto as Exhibit A. These writings constitute the entire Agreement of the parties and shall not be amended except by a writing executed by both parties. In the event of any conflict between this written Agreement and any provision of Exhibit A, this Agreement shall control. 12. Changes/Additional Work. The City may engage the Consultant to perform services in addition to those listed in this Agreement, and the Consultant will be entitled to additional compensation for authorized additional services or materials. The City shall not be liable for additional compensation until and unless any and all additional work and compensation is approved in advance in writing and signed by both parties to this Agreement. If conditions are encountered which are not anticipated in the Scope of Work, the City understands that a revision to the Scope of Work and fees may be required. Provided, however, that nothing in this paragraph shall be interpreted to obligate the Consultant to render services, or the City to pay for services rendered, in excess of the Scope of Work in Exhibit A unless or until an amendment to this Agreement is approved in writing by both parties. 13. Standard of Care. The Consultant represents that the Consultant has the necessary knowledge, skill and experience to perform services required by this Agreement. The Consultant and any persons employed by the Consultant shall use their best efforts to perform the work in a professional manner consistent with sound practices, in accordance with the schedules herein and in accordance with the usual and customary professional care required for services of the type described in the Scope of Work. 14. Non -waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 15. Non -assignable. The services to be provided by the Consultant shall not be assigned or subcontracted without the express written consent of the City. 16. Covenant against contingent fees. The Consultant warrants that he/she/they has/have not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this Agreement, and that he/she/they has/have not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award of making of this Agreement. For breach or violation of this warranty, the City shall have the right to annul this Agreement without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 17. Compliance with laws. 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 the Agreement to assure quality of services. Because this Agreement is subject to federal nondiscrimination laws, the Consultant Packet Pg. 251 7.7.a agrees that the provisions of Appendices 1 & 2, attached hereto and incorporated herein by this reference, apply to this Agreement. The Consultant specifically agrees to pay any applicable business and occupation (B & O) taxes which may be due on account of this Agreement. 18. Notices. Notices to the City of Edmonds shall be sent to the following address: City of Edmonds 121 Fifth Avenue North Edmonds, WA 98020 Notices to the Consultant shall be sent to the following address: The Blueline Group 25 Central Way, Suite 400 Kirkland, WA 98033 Receipt of any notice shall be deemed effective three (3) days after deposit of written notice in the U.S. mails, with proper postage and properly addressed. DATED THIS day of 2022. CITY OF EDMONDS THE BLUELINE GROUP By [Name, Title] Its ATTEST/AUTHENTICATED: Scott Passey, City Clerk APPROVED AS TO FORM: Office of the City Attorney STATE OF WASHINGTON ) Packet Pg. 252 7.7.a )ss COUNTY OF ) On this day of 2022, before me, the undersigned, a Notary Public in and for the State of Washington, duly commissioned and sworn, personally appeared , to me known to be the person who executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said person, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said instrument. WITNESS my hand and official seal hereto affixed the day and year first above written. NOTARY PUBLIC My commission expires: Packet Pg. 253 7.7.a APPENDIX 1 CONTRACT (Appendix A of USDOT 1050.2A Standard Title VI Assurances) During the performance of this Agreement, the Consultant/Contractor, for itself, its assignees, and successors in interest (hereinafter collectively referred to as the "Consultant/Contractor") agrees as follows: 1. Compliance with Regulations: The Consultant/Contractor shall comply with the acts and regulations relative to nondiscrimination in federally -assisted programs of the United States Department of Transportation (USDOT), Title 49, Code of Federal Regulations, Part 21 (49 CFR 21), as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this Agreement. 2. Nondiscrimination: The Consultant/Contractor, with regard to the work performed by it during the Agreement, shall not discriminate on the grounds of race, color, national origin, sex, age, disability, income -level, or LEP in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The Consultant/Contractor shall not participate directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the Agreement covers any activity, project, or program set forth in Appendix B of 49 CFR 21. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the Consultant/ Contractor for work to be performed under a subcontract, including procurement of materials, or leases of equipment, each potential subcontractor or supplier shall be notified by the Consultant/Contractor of the Consultant's/Contractor's obligations under this Agreement and the Regulations relative to nondiscrimination on the grounds of race, color, national origin, sex, age, disability, income -level, or LEP. 4. Information and Reports: The Consultant/Contractor shall provide all information and reports required by the Regulations and directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the City or the appropriate state or federal agency to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a Consultant/Contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Consultant/Contractor shall so certify to the City, or state or federal agency, as appropriate, and shall set forth what efforts it has made to obtain the information. Sanctions for Noncompliance: In the event of the Consultant's/Contractor's noncompliance with the nondiscrimination provisions of this Agreement, the City shall impose such contract sanctions as it or the appropriate state or federal agency may determine to be appropriate, including, but not limited to: • Withholding of payments to the Consultant/Contractor under the Agreement until the Consultant/Contractor complies; and/or • Cancellation, termination, or suspension of the Agreement, in whole or in part. 6. Incorporation of Provisions: The Consultant/Contractor shall include the provisions of the above paragraphs one (1) through five (5) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Consultant/Contractor shall take such action with respect to any subcontractor or procurement as the City or appropriate state or federal agency may direct as a means of enforcing such provisions, including sanctions for noncompliance. Provided, that if the Consultant/Contractor becomes involved in, or is threatened with, litigation by a subcontractor or supplier as a result of such direction, the Consultant/ Contractor may request that the City enter into such litigation to protect the interests of the City; or may request that the appropriate state agency enter into such litigation to protect the interests of the State of Washington. In addition, the Consultant/Contractor may request the appropriate federal agency enter into such litigation to protect the interests of the United States. Packet Pg. 254 7.7.a APPENDIX 2 CONTRACT (Appendix E of USDOT 1050.2A Standard Title VI Assurances) During the performance of this Agreement, the Consultant/Contractor, for itself, its assignees, and successors in interest (hereinafter collectively referred to as the "Consultant/Contractor") agrees to comply with the following non-discrimination statutes and authorities, including but not limited to: Pertinent Non -Discrimination Authorities: • 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); and 49 CFR Part 21. • 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 proejcts); • Federal -Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); • Section 504 of 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 U.S.C. § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilties Act, 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 C.F.R. 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 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 Person with Limited English Proficency, 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 the LEP person 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). Packet Pg. 255 EXHIBIT A — SCOPE & FEE ESTIMATE 7.7.a Project Name: Phase 13 Watermain Replacement Project Job #: 21-345 Effective Date: December 3, 2021 Project Description The Blueline Group, LLC ("Blueline") will provide engineering services for City of Edmonds' Phase 13 Waterline Replacement Project ("Project") generally consisting of the replacement of ±7,700 LF of existing water main with 8-inch diameter ductile iron (DI) pipe at the following locations: Site 1— Main St (7th Ave N — 9th Ave N); Main St (6th Ave N — Durbin Dr) Site 2 —164th PI SW (West of 72nd Ave W) Site 3 —12th PI N (West of 12' Ave N) Site 4 — 81St Ave W (South of 2061h St SW) Site 5 — 7th Ave S (Cedar St — Laurel St); Spruce St (East of 71h Ave S); Laurel St (East of 71h Ave S) Site 6 — Sound View PI (Cherry St — Wharf St); Lindsay PI Site 7 — 225th St SW (West of 73rd PI W — Connection to 74th PI W) Sites designed but not constructed under the Phase 12 Waterline Replacement Project will be incorporated into the construction documents for this project. Design will consist of water main, fire hydrants, connections to existing mains, water services, other appurtenances, and surface restoration. Blueline will provide topographic base mapping, geotechnical investigation, design drawings, specifications, engineer's estimates (PS&E) and bidding and construction support services as outlined herein. Task Summary Task 001 Project Management Task 002 Survey & Base Mapping Task 003 Geotechnical Investigation Task 004 30% Design (All Sites) Task 005 Water System Design (Phase 13 Sites) Task 006 Bidding Assistance Task 007 Construction Support Task 008 Public Outreach Task 009 Potholing Reserve Task 010 Easement Reserve Task 011 Management Reserve 1 Packet Pg. 256 7.7.a EXHIBIT A — SCOPE & FEE ESTIMATE Project Schedule Our Team shall begin work immediately upon receipt of written Notice to Proceed and proceed according to the attached Project Schedule. Key dates include: Notice to Proceed.......................................................................................... January 2021 Survey & Base Mapping................................................................... February/March 2022 30% Design Submittal......................................................................................... May 2022 Project Walkthrough........................................................................................... June 2022 Geotechnical Investigation.................................................................................. July 2022 60% Design Submittal..................................................................................... August 2022 90% Design Submittal................................................................................... October 2022 Final Design Submittal............................................................................... December 2022 Bidding & Award............................................................................................ January 2022 Construction Begins......................................................................................... Spring 2023 As-Builts & Project Closeout................................................................................. Fall 2023 Scope of Work Blueline's scope of work for the project is outlined on the following pages. Task 001 Project Management This task is for general coordination and meetings on the project, including plan review/discussion meetings, in-house quality assurance, coordination with subconsultants, etc. Blueline will prepare monthly invoices for work performed during the previous month. Task 002 Survey & Base Mapping Axis Survey and Mapping will prepare base mapping for the area specified in the Project Description above. AutoCad drawings will be prepared at a scale of 1"=20'. Existing aerial and/or LIDAR mapping sources may be utilized directly or as a basis for verification. Services will include the following: • Control survey in NAD 83/91 Horizontal Datum, with all elevations derived from and checked to NAVD 88 Vertical Datum. • Delineate parcel lines within above -described area as available from recorded plats and public records further compared to City of Edmonds and Snohomish County Parcel GIS lines. • Set additional elevation benchmarks at each end of project area and every 500-700' along the route. • Contract with and coordinate services of private utility locate company (APS) to ascertain conductible underground non -City owned utility locations and available asbuilt records. The cost of which ($10,250) is included in this proposal. 2 Packet Pg. 257 7.7.a EXHIBIT A — SCOPE & FEE ESTIMATE • Depict hard and soft surfaces on individual layers per accepted APWA standards. • Show and dimension located topographic features and contours at 2' intervals. • Locate top of valve nut elevations an all existing water valves within the project limits. • Locate side sewer lines as delineated by the City of Edmonds Public Works. • Show known utilities as provided by City of Edmonds GIS, research of available utility as -built records and as located by utility locators. Deliverables: AutoCad 2016 drawing file with point database and dtm files Assumptions: The City will provide all necessary right of entry into private property and notice to landowners along the route of mapping activity. The City will provide a copy of the notice to be presented to landowners by Axis Survey Crews. Task 003 Geotechnical Investigation HWA Geosciences, Inc. will provide Geotechnical Engineering Explorations and Report in accordance with the attached scope of work. Task 004 30% Design (All Sites) Using the base maps prepared in Tasks 002, Blueline will provide conceptual level plans showing the horizontal layout of the water main replacements for all 7 sites identified in the scoping documents from the City. Services under this task will include: • Kick-off Meeting with the City. • Layout and location of ±7,700 LF of new DI water mains (plan view only at this stage). • Review available information to determine the most efficient, cost effective alignments. • Coordination with franchise utility companies during design. • Prepare plan sheets for the proposed water main improvements. o Water design will be shown in plan view per City standards. o Sheets to be 22"x34" with roughly an 18"x28" drawing area. o Scale for these drawings is to be 1"=20' horizontal. • Prepare a preliminary Engineer's Estimate for each site with large contingency at this stage. • Prepare 30% Design Stage submittal. • Project Walk-through with City engineering and maintenance staff. • Recommendations to the City staff to select which of the 7 sites should be incorporated into the Phase 13 project and which should be included in the Phase 14 project. • Review meeting with the City staff to incorporate City comments into the next submittal. 3 Packet Pg. 258 7.7.a EXHIBIT A — SCOPE & FEE ESTIMATE Deliverables: 30% Design Submittal: PDF of Plans, Preliminary Engineer's Estimates and Design Memo in Word format including site selection recommendations. Task 005 Water System Design (Phase 13 Sites) Using the base maps prepared in Tasks 002 and the Geotechnical Recommendations provided in Task 003, Blueline will produce design plans, and specifications for the Sites selected for Phase 13. The services under this task will include: • Layout and location of ±4,000 LF of new DI water mains (exact length to be determined by Sites selected). • Incorporation of schedules designed but not constructed under the Phase 12 Waterline Replacement Project into the construction documents for this Project. • Design of fire hydrants, replacement of water services (to the existing water meter), connections to the existing system, and other associated appurtenances within the selected site limits. • Separating the PS&E into multiple schedules (A, B, C or I, II, III or other). • Coordination with franchise utility companies during design. • Prepare plan & profile split sheets for the proposed water main improvements. o Water design will be shown in plan and profile per City standards. o Sheets to be 22"x34" with roughly an 18"x28" drawing area. o Scale for these drawings is to be 1"=20' horizontal and 1"=5' vertical. • Show details necessary for construction of the improvements, utilizing City standard water details and developing specialized details as necessary. • Provide general temporary erosion and sedimentation control notes and details as necessary. • Prepare technical specifications, including Proposal, Contract Forms, General Conditions, and Measurement and Payment in WSDOT format, using City -provided standard specifications when available. • Prepare 60%, 90%, and Final Design stage submittals. • Prepare a design memo outlining design assumptions and questions at the 60%, and 90% design submittals. • Review meeting with City staff at each stage of the design and incorporate City comments into the next submittal. • Incorporate geotechnical recommendations into the 60% design submittal. • Constructability review and QA/QC. 4 Packet Pg. 259 7.7.a EXHIBIT A — SCOPE & FEE ESTIMATE Deliverables: 60% & 90% Design Submittals: PDF of Plans, Specifications, Engineer's Estimate and Design Memo in Word format. Final Design Submittal: PDF of Plans, Specifications, Engineer's Estimates, plus all documents in digital format (and ACAD files) on a CD. Task 006 Bidding Assistance Blueline will provide consultation services during the bidding process, including: • Prepare and issue addenda to clarify the construction documents, if necessary. Consultant will not charge for addenda if they are needed to correct or clarify errors or omissions in the bid documents. • Generally assist the City during the bidding process as needed. Deliverables: Addenda if necessary. Assumptions: The City will upload the bid documents to Builder's Exchange, conduct the bid opening, prepare the bid tabulation, review apparent low bidder references, and prepare recommendation for contract award. Task 007 Construction Support Blueline will provide construction support services for this Project during the construction period as listed below. Blueline will closely coordinate construction management activities with the City's staff and field inspector. Services under this task are anticipated to include: • Prepare for and attend the pre -construction conference. • Review requests for information (RFIs) provided by the Contractor and coordinate responses to up to five (4) RFIs with the City. • Provide up to two (2) changes to drawings or specifications as necessary to respond to field conditions or RFIs. • General consultation and coordination on an as -needed basis. Address construction questions as they arise. • Prepare As-Builts in AutoCad. Deliverables: RFI responses if necessary, As-Builts provided electronically, transmit and provide Utility data and PDF to City's GIS group. Assumptions: Construction inspection and administration services are not included. Task 008 Public Outreach Reserve Our Team will begin outreach efforts in the early design phases and will continue throughout the o project. This will include the sharing of project information, the convening of community meetings (as a r needed), and distribution of construction information. Public outreach services are only provided for Main St and Sound View/Lindsay PI sites if they are selected to be designed under Phase 13. Services will include: 1° a 5 Packet Pg. 260 7.7.a EXHIBIT A — SCOPE & FEE ESTIMATE • Coordination of outreach efforts with City staff. • Implement informational outreach efforts via mailer to residents and working with the City on content for the City's webpage. Up to one (1) mailer for each site (2 total) will be provided. • Develop presentation material (project summaries, graphics, mapping) in support of public outreach efforts. • Preparation for and attendance of up to one (1) open houses (via Zoom/video conference) session, with resident and stakeholders and opportunity for feedback. o The open house is anticipated to be held after contract award to discuss construction impacts with residents and businesses. o Preparation of up to 3 presentation exhibits. DELIVERABLES • (3) presentation exhibits. • (2) project mailers. • Presentations for (1) public meeting. Task 009 Potholing Reserve This task provides an allowance for Potholing utility crossing locations with the existing power, communications, water, storm, and sewer utilities during the Design Phase in order to determine the typical depth of the water main crossings, and pavement thickness. This task would include coordinating with a utility potholing company that provides this service and will include Blueline and/or the potholing company obtaining necessary right-of-way permits. Fee estimate is based on ±10% of Tasks 001— 007 Any funds under this item are not to be used unless explicitly authorized by the City in writing. Assumptions: Any applicable ROW permit fees to be paid by the City. Task 010 Easement Reserve This task will include assisting the City with permanent easement determination, coordination, and acquisition. This includes developing legal descriptions, notifications, and coordination with surveyor. Fee estimate is based on ±5% of Tasks 001— 007. Any funds under this item are not to be used unless explicitly authorized by the City in writing. Assumptions: Any applicable fees associated with the easements are to be paid by the City 6 Packet Pg. 261 7.7.a EXHIBIT A — SCOPE & FEE ESTIMATE Task 011 Management Reserve This task provides for unanticipated services deemed to be necessary during the course of the Project that are not specifically identified in the scope of work tasks defined above. Any funds under this item are not to be used unless explicitly authorized by the City in writing. Fee estimate is based on ±5% of Tasks 001— 007 General Assumptions and Notes • Scope and fees outlined above are based on the Project Description included in this proposal as well as the following information (any changes to these documents may result in changes to the fees): a. Scoping instructions and site maps emailed by the City of Edmonds November 10, 2021. b. City of Edmonds GIS records. c. Telephone/email conversations with the City prior to the date of this agreement. • We do not anticipate that environmental services will be necessary for this Project as work is anticipated to be completed in the paved areas of roadways outside of sensitive areas and buffers. If it is determined during the design phase that environmental services are needed, we will provide an Additional Services Authorization request for that effort. • We do not anticipate SEPA being required, and is therefore excluded. • We do not anticipate that traffic control plans, drainage calculations or reports, dewatering plans, electrical plans, or structural engineering plans will be necessary for this project, and are therefore not included. Should these services become necessary, we will provide an Additional Services Authorization to the City to retain subconsultants for those efforts. • Project stops/starts and significant changes to the Project Schedule may result in changes to the fees provided above and a separate fee proposal will be provided. • Agency fees (if any) are not included as part of the fees outlined above. • Temporary Construction Easements are not included. If required, construction easement preparation and negotiation will be an additional service. It is assumed the City will coordinate directly with property owners with existing easements where work will be performed. • The fees stated above do not include reimbursable expenses such as large format copies (larger than letter/legal size), mileage, and plots. These items will be billed under a separate task called Expenses. Estimate: $1,500. • Time and expense items are based on The Blueline Group's current hourly rates. • Blueline reserves the right to move funds between approved Tasks 001— 007 as necessary based on approved scope of work provided the overall budget of Tasks 001— 007 is not exceeded. The City Project Manager shall provide written authorization prior to moving funds. • If the Client requests Blueline's assistance in complying with any public records request, including without limitation providing copies of documents and communications, Client will pay Blueline's hourly fees and costs incurred in providing such assistance at then -current rates. Such 7 Packet Pg. 262 7.7.a EXHIBIT A — SCOPE & FEE ESTIMATE fees and costs will be billed as a separate task and will be in addition to the maximum or total fees and costs stated in the agreement to which this scope of work as attached s Packet Pg. 263 Phase 13 Watermain Replacement Project Job Number: 21-345 Prepared By: Grace Garwin, EIT Date: 12/3/2021 Checked By: Rob Dahn, PE Senior Project Project Engineer Engineering Manager Engineer Designer Task # Base Tasks $226/hr $204/hr $182/hr $167/hr Total Total Fee Fee Type Hours Hours Hours Hours Hours 001 Project Management 002 Survey & Base Mapping 003 Geotechnical Design 004 30% Design (All Sites) 005 Water System Design (Phase 13 Sites) 006 Bidding Assistance 007 Construction Support 008 Public Outreach Reserve 009 Potholing Reserve 010 Easement Reserve 011 Management Reserve Expenses 104 40 0 0 19 36 56 122 53 102 244 338 11 10 6 0 9 12 6 20 10 16 20 4 Total Hours 206 216 332 484 Blueline Personnel $46,556 $44,064 $60,424 $80,828 144 $31,660 Not to Exceed $77,330 Fixed Fee $48,210 Not to Exceed 233 $42,200 Not to Exceed 737 $133,640 Not to Exceed 27 $5,620 Not to Exceed 47 $8,910 Not to Exceed 50 $9,830 Not to Exceed $34,760 Not to Exceed $17,380 Not to Exceed $17,380 Not to Exceed $1,500 Not to Exceed 1238 $428,420 7.7.a Q Packet Pg. 264 Senior Project Engineering Total 001 Project Management Manager project Engineer Engineer Designer Hours Item # Description $226/hr $204/hr $182/hr $167/hr Hours Hours Hours Hours 1 Coordination with City and Subconsultants 24 12 36 2 Monthly Invoices/Progress Reports 12 12 N d 3 CA/QC 20 8 28 v 4 Management of Staff, Schedule, and Budget 24 8 32 5 General Project Coordination 24 12 36 N Total Hours 104 40 0 0 144 i0 Total Fee $23,504 $8,160 $0 $0 $31,660 p .N N N Total Cost L_ 002 Survey & Base Mapping (Axis) Blueline Markup Total d ... Item # Description 10% N E 1 Survey & Base Mapping $70,300 $7,030 v Total Fee $70,300 $7,030 $77,330 Q. a� J Total Cost 003 Geotechnical Design (HWA Blueline Markup Total M GeoSciences) r y Item # Description 10% IL 1 Geotechnical Investigations $43,824 $4,382 +, Total Fee $43,824 $4,382 $48,210 N E N d L 004 30% Design (All Sites) Senior Project Project Engineer Engineer Engineering Total Q Manager Designer Hours N Item # Description $226/hr $204/hr $182/hr $167/hr v Hours Hours Hours Hours 1 Kick-off Meeting (Incl. Prep Time) 1 2 2 5 U) 2 30% Conceptual Layout (All Sites) 4 16 32 122 174 3 Preliminary Engineer's Estimate 2 6 20 28 4 Project Walk-through with City (Incl. Prep Time) 8 8 16 y 5 Design Memo with Site Selection Recommendations 2 2 4 aNi 6 Review Meeting with City 2 2 2 6 O Total Hours 19 36 56 122 233 d Total Fee $4,294 $7,344 $10,192 $20,374 $42,200 Packet Pg. 265 Senior Project Engineering Total 005 Water System Design (Phase 13 Sites) Manager project Engineer Engineer Designer Hours Item # Description $226/hr $204/hr $182/hr $167/hr Hours Hours Hours Hours 1 60% PS&E 10 44 100 146 300 2 90% PS&E 10 30 72 120 232 3 Final Design Submittal 8 22 64 72 166 v 4 Review Meetings w/ City (Incl. Prep Time) 4 4 4 12 5 Constructability Review & QA/QC 20 20 N 6 Design Memos 1 2 4 7 i0 Total Hours 53 102 244 338 737 O Total Fee $11,978 $20,808 $44,408 $56,446 $133,640 ;) Senior Project Engineering Total 006 Bidding Assistance Project Engineer Engineer Manager Designer Hours Item # Description $226/hr $204/hr $182/hr $167/hr Hours Hours Hours Hours 1 Answer Bidder Questions as necessary 6 6 2 14 2 Prepare and Issue Addenda as necessary 1 2 4 7 3 General Assistance to the City 4 2 6 Total Hours 11 10 6 0 27 Total Fee $2,486 $2,040 $1,092 $0 $5,620 Senior Project Engineering Total 007 Construction Support Manager Project Engineer Engineer Designer Hours Item # Description $226/hr $204/hr $182/hr $167/hr Hours Hours Hours Hours 1 Attend Pre -Construction Conference (Incl. Prep Time) 2 2 4 2 Review RFIs and Provide Responses 1 4 2 7 3 Prepare Field Changes if necessary 1 2 8 11 4 General Assistance to the City 4 2 6 5 Provide As-builts in ACAD based on Inspector Redlines 1 2 4 12 19 Total Hours 9 12 6 20 47 Total Fee $2,034 $2,448 $1,092 $3,340 $8,910 Senior Project Engineering Total 008 Public Outreach Reserve Project Engineer Engineer Manager Designer Hours Item # Description $226/hr $204/hr $182/hr $167/hr Hours Hours Hours Hours 1 Mailer/Presentation Material 2 8 16 4 30 2 General Coordination 4 2 6 3 Open House Meeting (incl. Prep) 4 6 4 14 Total Hours 10 16 20 4 50 Total Fee $2,260 $3,264 $3,640 $668 $9,830 Packet Pg. 266 009 Potholing Reserve Total Cost Item # Description 1 Potholing Utility Crossings, incl obtaining ROW permits $34,757 Total Fee $34,757 010 Easement Reserve Total Cost Item # Description 1 Easement Determination and Coordination $17,379 Total $34,760 Total Total Fee $17,379 $17,380 011 Management Reserve Total Cost Total Item # Description 1 Unassigned Services Reserve $17,379 Total Fee $17,379 $17,380 7.7.a Q Packet Pg. 267 GEOSCIENCES INC. DBEIMWBE December 3, 2021 HWA Project No. 2021-P 158-21 Blueline 25 Central Way, Suite 400 Kirkland, Washington 98033 Attn: Robert Dahn, P.E. Subject: GEOTECHNICAL ENGINEERING SERVICES City of Edmonds —Phase 13 & 14 Waterline Replacement Project Edmonds, Washington 98026 Revised Scope and Fee Dear Mr. Dahn: Thank you for the opportunity to present this proposal for HWA GeoSciences Inc. (HWA) to provide consulting services for the City of Edmonds -Phase 13 & 14 Waterline Replacement Projects. HWA understands that the project consists of providing professional services to the Public Works Engineering and Operations Division in finalizing site selection for the Phase 13 and Phase 14 projects. The original scope and fee were submitted on November 19, 2021. This is a revised scope and budget to reflect changes in the scope requested by the City. The revised scope will include pavement corings to determine the pavement thickness and borings for groundwater information. It will not include the pavement analysis and sections design that was in the original scope. Below we present the revised scope and fee. PROJECT BACKGROUND We understand that the City of Edmonds (City) is planning to replace segments of water pipelines at various locations within the city as part of its Phase 13 & 14 (2023-2024) Waterline Replacement project. Seven sites have been identified for waterline replacements and subsequent pavement restorations with a total length of approximately 6,370 feet. We understand the depths of the water pipelines are in the range of three to four feet below the ground surface. There are no other subsurface installations anticipated. SCOPE OF WORK HWA scope of work will be to perform pavement corings to determine pavement thickness for road pavement restoration and geotechnical borings to provide groundwater information for pipeline installation. Geotechnical explorations will be limited to shallow explorations consisting Packet Pg. 268 7.7.a December 3, 2021 HWA Project No. 2021-P158-21 of borings to about 10 feet deep and of pavement corings. The project sites, streets/areas impacted by the water line replacement, and number of borings and corings proposed are summarized in Table 1. The locations and number of borings and corings were provided by the City. Engineering analysis will not be included in the scope. Our services will consist of the following subtasks: Table 1: Project Site Details and Number of Pavement Corings Approx. Number of Number of Site Location Pipe Length Borings Pavement (ft) Corings 1 Main Street 1,630 1 6 2 1641h Pl. SW 500 2 3 121h Pl. N 470 2 4 81 st Avenue W 540 2 5 71h Avenue S 500 1 4 Laurel Street 330 1 2 Spruce Street 320 1 2 6 Soundview Pl. 1,770 5 Lindsay Pl. 220 1 7 Parking lot 320 2 2251h Street SW 130 1 TOTAL 6,730 4 29 • Plan and Prepare Exploration Program for Borings and Pavement Corings within the City right of way: HWA will plan and coordinate the field exploration program for this project. A work plan to perform 4 geotechnical borings and 29 pavement cores along the alignment will be prepared and submitted to the City for approval. Depth of boreholes will be about 10 feet. • Obtain City of Edmonds Street Use Permit: HWA will work with the City of Edmonds to generate appropriate traffic control plans for the proposed drilling and pavement Edmonds -Phase 13 & 14 Waterline Replacement 2 HWA Geo5ciences Inc. Packet Pg. 269 7.7.a December 3, 2021 HWA Project No. 2021-P158-21 corings. For estimating purposes, we will assume that borings can be performed within side parking area or road shoulders while pavement coring will be performed within the roadway. We anticipate that WSDOT standard traffic control plans, requiring lane closures with flaggers, will be adequate for this project. We assume that all required rights of entry and street use permits will be provided by the City at no cost to HWA. HWA will coordinate with a flagging subcontractor to complete this phase of work where necessary. • Complete Utility Locates: HWA will notify the one -call utility have underground utilities located in the vicinity of the proposed borings. • Conduct Geotechnical Borings: A truck/trailer-mounted drill rig equipped with hollow - stem auger will be used to drill 4 borings at the proposed location (see Table 1). Standard Penetration Test (SPT) samples will be taken at 2-1/2 to 5-foot intervals throughout each boring. All borings will be monitored and logged under full-time observation of an HWA representative. The boring will be drilled by a licensed geotechnical driller under subcontract to HWA. • Generate Boring Logs: Samples retrieved from the borings will be sealed in plastic bags and taken to our Bothell, Washington laboratory for further examination. Soil and groundwater information will be presented in summary boring logs that will be generated upon completion of our exploration program. • Conduct Pavement Corings: HWA will perform pavement coring at 29 locations using a 6-inch diameter core barrel. Cores will be patched using water activated AquaphaltTM 6.0 to minimum thickness of 6 inches. • Prepare Coring Summary Logs: HWA will develop summary logs for each of the corings from the results of the pavement corings. • Quality Assurance / Quality Control: HWA will have all exploration data presented in the geotechnical data report reviewed by a principal prior to distribution to the design team or the City. • Draft and Final Geotechnical Data Report: We will prepare draft and final geotechnical data reports presenting the results of our studies. Our reports will include boring logs, site and exploration plan and result of pavement corings. • Geotechnical Support: We will provide support to Blueline during preliminary design on the interpretation of the data report as needed. • Project and Contract Management. We will prepare monthly invoices, and progress reports if required. We will correspond with Blueline /City of Edmonds in the form of emails, fax, and telephone calls, as necessary. We will provide project management for the geotechnical engineering subtasks, and we will coordinate with and manage all our subcontractors. Edmonds -Phase 13 & 14 Waterline Replacement 3 HWA GeoSciences Inc. Packet Pg. 270 7.7.a December 3, 2021 HWA Project No. 2021-P158-21 ASSUMPTIONS/CONDITIONS The following assumptions were made as part of the development of the proposal for this phase: • Access to the site and all required exploration permits will be provided to HWA by the City of Edmonds at no cost to HWA. • HWA will apply for the necessary ROW use permits (including up to two (2) traffic control plan revisions. • HWA will contract with a subcontractor to perform the borings. The borings will be conducted during workday hours (8AM to 5PM) with no work hour restrictions. • The geotechnical explorations proposed herein will NOT be used to assess site environmental conditions. However, visual, or olfactory observations regarding potential contamination will be noted. Analysis, testing, storage, and handling of potentially contaminated soil and ground water (either sampled or spoils from drilling) are beyond this scope of services. If contaminated soils and/or ground water are encountered, the material will be properly contained on -site for disposal as mutually agreed upon without additional cost to HWA. • All non -contaminated drilling spoils and related debris will be drummed on site and transported off site for disposal by the drilling subcontractor. • All geotechnical borings drilled through existing pavement will be patched with water activated AquaphaltTM 6.0 patching material. • Corings will be conducted during workday hours (8AM to 5PM) with no work hour restrictions. • Coordination meeting provisions are not included in the scope and budget. All communication with the city is assumed to be through Blueline. • Only geotechnical data from geotechnical exploration will be reported. No geotechnical recommendations and analysis will be included. PROJECT BUDGET We estimate that the scope of services proposed herein will require a budget of $43,824 to accomplish, as detailed on the attached project cost estimate spreadsheets. Our costs assume the coring can be accomplished in 6 days and the borings in a day. We will not exceed the above cost estimate without your prior authorization. However, if during the evaluation of the available data or during our field exploration unanticipated subsurface conditions are revealed which would require a level of effort beyond the scope of our study, we will contact you immediately to discuss any necessary modifications to our scope of services and/or budget estimate. The budget presented in this proposal reflects an estimate based on our current understanding of the project requirements for a scope of work developed from information provided. HWA reserves the right to transfer hours and budget dollars between tasks to satisfy project Edmonds -Phase 13 & 14 Waterline Replacement 4 HWA Geo5ciences Inc. Packet Pg. 271 7.7.a December 3, 2021 HWA Project No. 2021-P158-21 requirements. Our budget also reflects estimated direct costs to the project for testing, drilling, equipment rental etc. HWA may also transfer funds allocated for direct costs to professional/technical hours or vice versa, to satisfy project requirements. O.O Thank you again for the opportunity to provide this proposal for the City of Edmonds — Phase 13 & 14 Waterline Replacement geotechnical engineering services. Should you have any questions regarding this proposal, or require additional services, please contact us at your convenience. Sincerely, HWA GEOSCIENCES INC. Dila Saidin, Ph.D. P.E. Senior Geotechnical Engineer Attachments: Project cost estimate Edmonds -Phase 13 & 14 Waterline Replacement 5 HWA Geo5ciences Inc. Packet Pg. 272 7.7.a Project Cost Estimate HWA Ref: 2021-P158-21 City of Edmonds -Phase 13&14 Waterline Replacement ■ 1 11 ,` I GEOSCIENCES INC. Date: 17-Nov-21 Edmonds, Washington DBEIMWBE Prepared By: DBS Prepared for Blueline, Attn: Robert Dahn Reviewed By: DJH Revised: 3-Dec-21 . . . . . .. .. . .. . .. .. .. .. . . . .. . .. .. . .. . .. .. .. .. . . . .. . .. Scope of Work .. . .. . . . .. . . .. . . Refer to the attached scope FRTIMATFn HWA i.ARnRe WORK TASKS DESCRIPTION PERSONNEL & 2022 BILLING RATES Principal IX Geotech. Eng. VII Geotech. Eng. V Geotech. Eng. I Geologist III CAD Contract Admin TOTAL HOURS TOTAL AMOUNT $315.00 $265.00 $180.00 $120.00 $133.00 $101.00 $133.00 Project Setup 2 2 4 $626 GEOTECHNICAL EXPLORATION Plan and prepare field exploration program 3 3 6 12 $1,698 Prepare Traffic Control Plans 2 3 6 11 $1,518 Obtain city street use permit 1 2 2 1 2 6 $866 Conduct utility locates 4 8 12 $1,544 Conduct geotechnical borings 4 borings - 1 day) 1 8 9 $1,140 Generate boring logs 4 4 8 $1,200 Conduct pavement coring 29 cores - assume 6 days) 3 48 48 99 $12,684 Prepare coring summary logs 1 15 16 $2,175 REPORT AND PROJECT MANAGEME HWA A C 2 2 4 $890 Draft geotechnical data report 2 1 4 1 8 4 1 18 $2,614 Address review comments and prepare final data report 1 1 4 1 1 1 5 $853 GeotechnicalSupport 1 2 1 2 1 1 4 $890 Project and contract management 1 1 8 1 1 4 12 $1,972 TOTAL LABOR CHARGES: 0 1 6 1 38 1 80 1 85 1 4 1 7 220 $30,670 F.STiMATF.n n1RF.C'T F.XPF.NCF.C: Mileage 0.56/mi 10 round trip at 20mile/trip $224 Drilling subcontractor 1 day) $3,500 Traffic Control la ers/Arrowboard/Si s/Etc. - 6 days $6,000.00 Pavement Coring Equipment Rental $50/core $1,450.00 Aquaphalt Patching @ $60/core $1,980 TOTAL DIRECT EXPENSES: $13,154 PRI1.iFrT TIITAI.0 ANn R1FMMARV- Total Labor Cost $30,670.00 Direct Expenses $13,154 GRAND TOTAL: $43,824 Assumptions: 1. All costs are estimated, and may be increased or decreased within the limits of the total budget at the discretion of HWA's project manager. The HWA project manager may also transfer funds allocated for direst costs to professional/technical hours, and vice versa, as he/she determines appropriate. 2. Access to the site and all required exploration permits will be provided to HWA by the City of Edmonds at no cost to HWA. 2021-P158 Edmonds -Phase 13&14 - Fees 11-19-2021.xlsx Packet Pg. 273 d 7.7.b I Phase 13 (2023) Water Replacement-Proiect Sitesl L 0 Phase 13 Water Replacement Soundview Place Between Cherry St and Wharf St. Lindsav Place West of Soundview Place Main Street from 6th Ave S to Durbin Main Street from 7th Ave S to 9th Ave S 7th Ave S from Cedar to Laurel Spruce St, east of 7th Ave S Laurel St, east of 7th Ave S 1 12th Place N, west of 12th Ave N 181 st Ave W, south of 206th St SW P 164th PI SW. east of 72nd A\ Packet Pg. 274 7.8 City Council Agenda Item Meeting Date: 01/25/2022 Amendment to City's Interlocal Agreement with South County Fire Staff Lead: Jeff Taraday Department: City Attorney's Office Preparer: Scott Passey Background/History In 2017, the city and Snohomish County Fire District 1 entered into an amended interlocal agreement for fire and EMS services. On June 2, 2021, South County Fire (SCF) issued a threshold notice to the city. That notice commenced a process that is intended to conclude with some amendment to the city's interlocal agreement with SCF. On June 16, 2021, SCF sent the city a letter proposing that the city pay to supplement its existing service level with a 24-hour transport unit and a 12-hour peak activity unit. Over the summer months the administrations of SCF and the city held several meetings in hopes of ultimately laying the foundation for an agreement on designated remedial measures that would be incorporated into an amended ILA. The city council initially discussed these remedial measures on October 5, 2021, and held a public hearing on October 26, 2021. On November 1, 2021, the city council, on a 6-1 vote, approved the draft letter designating the city's remedial measures. Mayor Nelson sent that letter immediately after the November 1, 2021 council meeting. The city's November 1, 2021 remedial measures included a temporary remedial measure (implementation of 24-hour transport unit) and a permanent remedial measure (conversion of the 24-hour transport unit to two 12-hour peak hour units), while giving SCF the flexibility to determine when to convert the temporary remedial measure to the permanent remedial measure. These council -approved remedial measures would cost approximately $1.5 million over what the city currently pays for its fire and EMS services. On November 11, 2021, SCF sent the city a letter indicating that it could not agree to the city's November 1, 2021 remedial measures. The administration of SCF and the city met again on November 30, 2021 to see whether any further progress could be made toward reaching an agreement. On January 3, 2022, SCF sent the city another letter containing SCF's "final proposal," which contained, in part, the following three bullet points: • An amendment to the ILA must be executed by both parties no later than January 18, 2022 with an implementation date of February 1, 2022. • Assignment of a 24-hour unit within the City would be at the Fire Chiefs sole discretion. • The NUUF and TBF will be reviewed on February 1, 2023 based on the data collected in calendar year 2022 (the "Review Period"). South County Fire will not issue a Threshold Notice during this Review Period. However, if either the NUUF or TBF remain out of balance on February 1, 2023, then South County Fire may issue a new Threshold Notice. Packet Pg. 275 7.8 Note that a subsequent email exchange has confirmed that the ILA execution deadline has been extended from January 18, 2022 to January 26, 2022. The city received the proposed ILA amendment from SCF on January 12, 2022. SCF's January 3, 2022 letter indicates that the city has essentially two choices at this point: 1) execute an ILA that is consistent with SCF's January 3, 2022 letter; or 2) proceed to mediation. Section 2.2.3 of the 2017 ILA states, in part: "The City's selection shall be subject to mediation under paragraph 18.1 if the District finds the City's selection to be ineffective or inappropriate, but it shall not be subject to arbitration under paragraph 18.2." Section 2.2.4 states, in part: "If the parties cannot agree upon an amendment to this Restated ILA before the Negotiation Deadline, either party may terminate the Restated ILA pursuant to 11.2, PROVIDED THAT during the ensuing two-year Wind -Up Period, the District shall be authorized to increase service levels at the City Fire Stations as it deems necessary, and FURTHER PROVIDED THAT the marginal increase in the Contract Payment resulting from any such District -imposed service level increases during the Wind -Up Period shall be shared equally by the parties during the Wind -Up Period." On January 18, 2022, the city council discussed the pluses and minuses of accepting SCF's January 3, 2022 proposal and moved that the proposed amendment be forwarded to the consent agenda for approval. In short, acceptance of SCF's recent proposal would resolve this matter for approximately one year and would do so for roughly the same cost that the city council had authorized on November 1, 2021. But we do not expect that one 24-hour unit would offer as good a chance of balancing the NUUF / TBF as the city's designated remedial measure (two 12-hour peak hour units). Hence, it seems more likely than not that another threshold notice would be issued in 2023, which would start another round of remedial measure designations. Staff Recommendation Approve the attached proposed amendment to the city's agreement with South County Fire and authorize the mayor to sign it on behalf of the City of Edmonds. Narrative Below is the same narrative that was contained in your November 2021 council packets: Establishing appropriate service levels for fire and emergency response is one of the most important policy matters that a city council could be asked to vote on. The fundamental questions for policy makers are these: • how much emergency preparedness can a city afford to provide? • and how does that city prioritize emergency preparedness compared to other needs of the community? As a city adds resources to its fire department, it adds preparedness. As a city withdraws resources, it reduces preparedness. No city can add enough resources to be fully prepared for every emergency scenario. City resources are limited and emergency preparedness is expensive. But it is also one of the most important services that local government provides. Because there is no scientifically correct answer as to the right amount of city resources to devote to emergency preparedness, it is fundamentally a matter of legislative discretion. As councilmembers, you Packet Pg. 276 7.8 will each need to consider and eventually take a vote to determine the right amount of preparedness to purchase for your city. We will now explain the background that causes you to face this decision right now. The City of Edmonds operated its own fire department through 2009. In 2010, it began contracting with Snohomish County Fire District 1 (FD1) to provide fire and emergency medical services to the city pursuant to an interlocal agreement. From 2010 through 2016, the interlocal agreement with FD1 called for Edmonds' fire stations to be staffed 24/7 with nine firefighters and two firefighter/ paramedics, for a total of eleven firefighters on duty at any given time. There were three firefighters located at each of the city's three fire stations. In addition, the two paramedics were based in downtown Edmonds at station 17. We understand that the city also provided eleven firefighters on duty 24/7 when it ran its own fire department in 2009. In 2017, Mayor Earling proposed, and the city council approved, an amendment to the interlocal agreement that changed the staffing model. The 2017 amendment reduced the total number of firefighters on duty at any given time from eleven to nine, with three at each station. One of the three firefighters at each station is required to be a paramedic. So, the total number of paramedics increased from two to three. While certain assumptions would need to be made in calculating the cost savings created by these changes, we believe it reasonable to assume that the savings exceeded one million dollars per year. Of course, that cost savings did render the city less prepared for certain emergencies that would have required a large dispatch. After all, Edmonds had four units capable of emergency response from 2010 (and earlier) through 2016. But from 2017 through today, it has only had three units. During the negotiations leading up to the changes that took effect in 2017, FD1 expressed concern about the reduction in the total number of Edmonds units that could respond at any given time. Specifically, FD1 expressed concern that the 2017 changes would result in the need for units from neighboring stations to respond into Edmonds, effectively amounting to a subsidy being provided by the neighboring fire stations in Mountlake Terrace and Lynnwood. To address those concerns, the parties agreed upon some formulas that could be used to determine whether one community was using fire/EMS resources from another community in a disproportionate manner. These formulas are incorporated into the 2017 ILA. One of these formulas is called the neighboring unit utilization factor or NUUF. The other is called the transport balance factor or TBF. Because the NUUF and TBF are highly correlated, for the purposes of brevity, we will only explain the NUUF in this agenda memo. (The entire ILA is attached as an exhibit for anyone who wants to read more about the TBF.) NUUF measures the amount of time that Edmonds units respond to calls for service outside of Edmonds and then compares that to the amount of time that non -Edmonds units respond to calls for service in Edmonds. The purpose of the NUUF is to determine whether those two things are roughly in balance. Under the agreement, balance is achieved when those two amounts of time are within ten percent of one another. The NUUF is quite far out of balance and has been for a while. In other words, the NUUF indicates that non -Edmonds units are responding into Edmonds significantly more than the other way around. Recognizing this imbalance, on June 2, 2021, South County Fire (SCF), the successor to FD1 under the interlocal agreement, issued what is called a Threshold Notice. A copy of the Threshold Notice is Packet Pg. 277 7.8 attached. The purpose of the Threshold Notice is to demand that the city take Remedial Measures to bring the NUUF and the TBF back into balance. The administration has had several meetings with SCF since the Threshold Notice was issued. SCF has proposed certain Remedial Measures. See June 16, 2021 letter, attached. Specifically, SCF would like the city to add one 24-hour two -person unit and one 12-hour two -person unit or peak activity unit (PAU). The 24-hour unit alone would essentially replace the unit that was removed in 2017 (although it probably would not be returned to Station 17). So, the addition of a 24-hour unit and a 12-hour unit, as proposed by SCF, would increase the level of preparedness beyond where it had been prior to 2017. The SCF proposal would cost the city an additional $2.25M per year, approximately. Mayor Nelson does not support the SCF proposal. He does, however, support increasing the level of service. The mayor is seeking city council feedback on two alternatives. Either of Mayor Nelson's two alternatives would have roughly the same cost: an additional $1.5M per year. He supports that financial commitment, but is weighing and seeking feedback on how that additional commitment to the fire service should be implemented. One option would be to add a 24-hour two -person unit similar to the one that was cut in 2017, although, again, it likely would not be located at Station 17. Alternatively, in lieu of the 24-hour unit, the city could add two 12-hour two -person PAUs. We will refer to this option as the 2PAU option. There are pluses and minuses of each alternative. As between Mayor Nelson's two proposals, SCF has a strong preference for the 24-hour unit, because it would add an additional resource at all times of day. A nighttime fire, for example, while infrequent, is highly resource intensive when it occurs. The 24-hour unit adds a measure of preparedness for such incidents, while the 2PAU option does not. The advantage of the 2PAU option, on the other hand, is that it adds resources during the times of greatest need. While we would defer to SCF for exact figures, we understand that roughly 70% of all calls for service occur during the twelve peak hours. So, adding two units to address the peak would appear to be adding resources when they are most in need. (It stands to reason that with a slight staggering in the schedules of the two PAUs, these additional resources could probably capture a percentage even higher than 70% of the calls, but we would still need to verify that with SCF.) In any case, reasonable minds can differ over what type of preparedness is the best type for Edmonds. So, the city council will ultimately need to indicate whether it has a preference. We need to know the council's preference before we are required to designate the city's Remedial Measures at the end of October 2021. Representatives of South County Fire will be present during the discussion of this agenda item and would likely make some remarks and/or be available to answer questions. Attachments: 2022-01-12 First Amendment to Revised ILA.01.12.2022 Packet Pg. 278 7.8.a FIRST AMENDMENT TO REVISED AND RESTATED INTERLOCAL AGREEMENT FOR FIRE AND EMERGENCY MEDICAL SERVICES This FIRST AMENDMENT TO REVISED AND RESTATED INTERLOCAL AGREEMENT ("First Amendment") is entered into between SOUTH SNOHOMISH COUNTY FIRE AND RESCUE REGIONAL FIRE AUTHORITY, a Washington municipal corporation (the "RFA") and the CITY OF EDMONDS, a Washington city (the "City"). I. RECITALS This First Amendment is made with reference to the following facts: A. The City and Snohomish County Fire District No. 1 ("SCFD 1") entered into a Revised and Restated Interlocal Agreement for Fire and Emergency Medical Services dated January 26, 2017 (the "ILA"). B. SCFD 1's interest in the ILA was subsequently assigned to South County Fire on October 1, 2017. C. On June 2, 2021, South County Fire issued a Threshold Notice pursuant to section 2.2.2 of the ILA based on the fact that the Neighboring Unit Utilization Factor and Transport Balance Factor were out of balance. D. The Parties have met and conferred on Remedial Measures and now desire to implement Remedial Measures as provided herein as contemplated by Section 2.2.4 of the ILA. TERMS AND CONDITIONS N N r Implementation Date. The Remedial Measures listed herein shall be implemented on c the earlier of February 1, 2022 or such later date as The RFA is able to operationally J implement the Remedial Measures herein, but in no event later than March 1, 2022 (the — "Implementation Date"). The RFA shall provide written notice to the City of the a Implementation Date within two (2) business days after the Remedial Measures have been implemented. 2. Fire Station Staffing. Section 2.2 of the ILA is deleted and replaced with the following 2.2 Fire Station Staffing. The City Fire Stations shall each be staffed twenty-four (24) hours per day, seven (7) days per week with a minimum of one (1) fire captain and two (2) firefighters, at least one of whom shall be a firefighter/paramedic. Two additional firefighters shall be assigned to the City on a twenty-four (24) hour, seven (7) day basis; the Fire Chief shall have discretion where these two firefighters will be assigned. Any increase in staffing above this level shall not increase the Contract Payment unless the increase occurs through an amendment of this Restated ILA. 3. Threshold Notice. The Mayor and Fire Chief will review the NUUF and TBF data for the twelve month period following the Implementation Date (the "Review Period"). The RFA agrees not to issue a new Threshold Notice until the conclusion of the Review Period. The Parties agree that this twelve month review period has been negotiated Packet Pg. 279 7.8.a specifically for this First Amendment and shall not, in the absence of mutual agreement, apply to any subsequent Remedial Measures. 4. Contract Payment Adjustment. Effective on the Implementation Date, the Contract Payment shall be determined according to Amended Exhibit C, attached hereto, which reflects the additional 24-hour unit. It is noted that the labor rates shown on Exhibit C are not current labor rates and will be adjusted pursuant to Section 4.2.2 once a new collective bargaining agreement has been executed by the RFA and IAFF Local 1828; provided, however, that the increase in labor rates associated with the new 24-hour unit shall be retroactive only to the Implementation Date. 5. All Other Terms and Conditions. All other terms and conditions of the ILA not addressed herein shall remain unchanged and in full force and effect. Dated this day of 2022. SOUTH SNOHOMISH COUNTY FIRE & RESCUE REGIONAL FIRE AUTHORITY By: Greg Urban Its: Board Chair By: Chris Teofilak Its: Vice Chair By: David Chan Its: Commissioner By: Derek Daniels Its: Commissioner Approved as to form: By: Richard A. Davis III Its: South County Fire Attorney By: Jim Kenny Its: Commissioner E a By: Mark Laurence N Its: Commissioner N N r O ATTEST: Q J_ a� N By: Melissa Blankenship Its: Executive Assistant 2 Packet Pg. 280 7.8.a CITY OF EDMONDS By: Its: ATTEST: By: Its: Approved as to form: By: Its: City Attorney 3 N N O N N r Packet Pg. 281 7.8.a Station Costing Model Station Personnel (FTEs) FTE Battalion Chiefs FTE Captains 12 FTE Firefighter/Paramedics 24.656 FTE Firefighters EXHIBIT C (Amended) 2020 Edmonds Average Wage & Benefits per FTE Position 2020 2019 2018 2017 2.424 1 198,658 13.746 174,099 18.000 161,577 18.656 142,679 Total Positions 50.402 FTE Factor 4.582 Station Staffing 11.000 ADD: Administrative Overhead 10% Maintenance & Operation 10% Apparatus Replacement 2020 TOTAL SUPPRESSION/EMS CONTRACT COST ADD: Additional Staff Paid Separately by the Contracting Agency Cunt Fire Chief Assistant Chief Deputy Chief Department Manager Executive Assistant Manager Professional/Specialist Admin Assistant Technicians Fire Marshal Deputy Fire Marshal 481,546 468,309 444,166 450,463 2,393,172 2,332,273 2,244,895 2,215,824 2,908,384 2,776,534 2,724,267 2,655,087 2,661,824 1,358,816 1,295,360 1,246,038 8,444,925 6,935,932 6,708,688 6,567,414 844,4931 693,593 670,869 656,741 844,493 1 693,593 670,869 656,741 348,778 1 335,364 322,465 310,062 10,482,689 1 8,658,482 1 8,372,891 8,190,958 0.500 223,378 111,689 112,045 101,114 101,830 1.250 191,232 239,039 242,376 222,529 204,064 TOTAL ADDITIONAL COSTS 350,728 354,421 323,643 305,894 TOTAL FIRE/EMS SERVICES COST 10,833,417 9,012,903 8,696,534 8,496,852 Actual AV\Rate Actual AV\Rate Actual AV\Rate Esperance AV TCA 02475 809,803,017 742,308,017 639,883,470 565,469,115 Combined Tax Rate 1.745565876 1.870295512 1.924873833 1.975617147 Esperance Est. Property Tax Revenue (1,413,565) (1,388,335) (1,231,695) (1,118,134) TOTAL FIRE/EMS SERVICES COST AFTER ESPERANCE PROPERTY TAX CREDIT 9,852 1 7,624,568 7,464,839 7,378,718 Increase $ 1,569,015 4 N N O N N T- Packet Pg. 282 8.1 City Council Agenda Item Meeting Date: 01/25/2022 Non -Represented Employees Compensation Study Staff Lead: Jessica Neill Hoyson Department: Human Resources Preparer: Jessica Neill Neill Hoyson Background/History Per Policy, Non -Represented positions for the City will have a compensation survey completed every three years. The last survey was completed in 2018 for implementation in 2019. Human Resources has retained a consultant, Compensation Connections, to conduct the 2021 compensation survey which will be implemented in 2022. It should be noted that for this study both represented and non -represented positions were surveyed. This was undertaken as there were serious issues with internal equity of positions within the organization. Reviewing all positions together, and not just the non -represented, will allow the City to address the internal equity issues. The represented employees' compensation changes will be addressed as part of the bargaining process. This item was reviewed by the Finance Committee and the Public Safety & Personnel Committee on 1/11/21. Both Committees recommended the information go to full Council for review. Full Council reviewed the comp study information at the 1/11/22 meeting and recommended the represented comp study be reviewed in a closed bargaining session prior to final decision being made on the non -rep comp study. Staff Recommendation Adopt the 2021 non -rep comp study with a 6% adjustment to the non -rep schedule and implementation of the range changes for the 29 positions identified as needing adjustment effective February 1, 2022. Narrative In early 2021 the City Council approved updates to the compensation policy. The updated policy is attached for reference. The consultant has worked with Human Resources and established the process for the compensation survey within the parameters of the compensation policy as established by Council. Attached is an executive summary outlining the process and findings. The data behind the recommendation to adjust the non -rep salary schedule and the data behind the positions which are recommended to move on the updated schedule. Also, all job descriptions for those positions identified as needing adjustment are attached. Attachments: Exec -Su mmary-DRAFT- 123121 (002) Appendix-DRAFT-NonRep-Structure-010422 Appendix-DRAFT-NonRep-Matching-010522 NonRep Job Descriptions Compensation Policy(clean) Appendix-DRAFT-NonRep-Positions-010522(updated) Packet Pg. 283 City of Edmonds 2021 Compensation Market Study Executive Summary - DRAFT Current Situation The community that became the City of Edmonds grew out of a homestead and logging operation started by George Brackett in 1876. The City now provides many amenities for residents and visitors. An active arts and cultural community contribute to the strong sense of civic pride widely shared among the City of Edmond's residents. The City of Edmonds believes its greatest assets are the more than 200 people who make up its workforce. The City recognizes the value of its employees through competitive pay and benefits. It engaged Compensation Connections to benchmark pay for positions across the City. Project Activities The project activities for this market study included • Conduct a base pay compensation market study for 115 represented and non -represented positions across the City • Review and suggest revisions to the existing wage scales based on the new market data • Recommend placement of positions into the proposed wage scales Summary of Methodology We began this work by meeting with the Director of Human Resources to discuss the City's competitive x market, comparator organizations, and positions to include in the study. We also explored how the City's w compensation philosophy would inform the work of the project. E A compensation market study was conducted for 115 positions. Excluded from the analysis were police, ca police support (except police service assistants), treatment plant, casual/hourly, and contract positions. a The study began with a review of the existing job descriptions for the included positions. Next, we researched base pay from relevant compensation sources representing the jobs and the City's competitive market (see Market Data Sources below). Best practice in compensation reviews recommends at least three market data sources to price a job title. Most of the City's positions have three matches in this market analysis, and many have four or five matches. Using the market data as a foundation, we reviewed the existing wage scales and recommended updates 1/6/2022 City of Edmonds Packet Pg. 284 to the structures. We then suggested potential changes to position grade based on the new r Compensation Goals The City Council updated the compensation policy in 2021. The policy included the following goals for the compensation program: ■ To attract and retain, dedicated, hardworking, diverse, talented employees who are well qualified to perform their duties in an ever -evolving municipal government environment ■ To pay employees fairly and to ensure pay equity and internal equity ■ To be externally competitive by providing compensation commensurate with the labor market ■ To be fiscally responsible and legally defensible The market study was grounded in the compensation policy and these goals. Market Data Sources The compensation policy defined the City's comparable labor market as "Cities in Washington State based on population, assessed valuation, and assessed valuation per capita with a bandwidth of 50% up and 50% down." We researched compensation market data for these comparable cities: Issaquah King 38,690 11,966,058,762 309,280 Edmonds Snohomish 42,470 11,011,221,440 259,271 Bothell King/Snohomish 48,400 12,354,415,516 255,257 Mukilteo Snohomish 21,360 5,444,416,654 254,888 Shoreline King 56,980 11,637,183,574 204,233 Lynnwood Snohomish 40,690 7,503,860,299 184,415 Puyallup Pierce 42,700 6,928,321,607 162,256 Burien King 52,300 7,794,662,044 149,038 Olympia Thurston 54,150 7,741,414,390 142,962 Lacey Thurston 52,910 7,268,934,236 137,383 The compensation policy also states that other local government agencies and private employers may be taken into consideration when they are determined to be a relevant factor in the City's labor market. We researched pay data using published survey sources. These surveys utilize compensation information provided by hundreds of employers in the public and private sectors. We filtered the data to reflect employers of similar size to the City of Edmonds in the Puget Sound market. Utilizing published surveys let us round out the data for City of Edmonds jobs that were not in the comparable city data. The published survey data also reflects the broader labor market in which the City competes for talent. N 0 0 N M N r w Q c E E C9 as x w c m E Q 1/6/2022 City of Edmonds Packet Pg. 285 Please see the chart below for the published survey sources and the market sector "filter" utilized in the study. Economic Research Institute CompAnalyst Milliman Public Employers CompAnalyst Compdata Milliman Puget Sound Milliman Northwest Market Reference Point Government Governmen Governmen All Industrie All Industrie All Industrie All Industrie When researching pay data in the published surveys, we noted the 25th, 50th (median), and 75th percentiles. For the comparator organization research, we noted the pay scales for each position and calculated the midpoint, which represents the 50th percentile (median). When comparing the City's pay scales to the market, we utilized the 50th percentile (median) in alignment with the compensation policy and goals. Most public and private sector organizations use the 50th percentile as their market reference point. Findings and Recommendations for Non -Represented Positions We compared the current non -represented salary scale to the market data and found it to be approximately 6% below the market median overall. This is based on the overall market data for all of the City's jobs compared to the current salary scale. We suggest that the City increase the non -represented salary scale's dollar amounts to better align with the market. We also examined the placement of each non -represented job within the salary scale to determine if any jobs might be a better fit in a different salary range, based on the market data. We found that 29 jobs move to a higher salary range (listed below). ■ Administrative Services Director ■ Associate Engineer ■ Associate Planner ■ Building Official ■ Capital Projects Manager ■ City Engineer ■ Comm Service/Econ Development Director ■ Deputy Parks Director ■ Development Services Director ■ Engineering Program Manager II ■ Executive Assistant to the Mayor ■ Executive Assistant Confidential ■ Human Services Program Manager ■ IS Manager ■ Park, Rec & Cultural Service Director ■ Planner ■ Planning Manager ■ Police Chief ■ Public Works Director ■ Recreation Supervisor ■ Senior Planner ■ Senior Utilities Engineer ■ Stormwater Engineer ■ Street-Stormwater-Manager 1/6/2022 City of Edmonds Packet Pg. 286 ■ Facilities Manager ■ Fleet Manager ■ HR Director ■ Transportation Engineer ■ Urban Forest Planner If the City implements the proposed salary scale and job placement changes for the non -represented employees, 39 people would be eligible for a pay increase. The total increase would be $220,409 or 2% of the City's total salary budget. Labor Market Context It is important to note that we are seeing a significant number of salary scale and job placement changes right now with every organization. The Puget Sound labor market has historically been challenging for employers, with consistently low unemployment and steady wage growth. While the COVID-19 Pandemic caused many employers nationally to lay-off staff, most organizations in the Puget Sound continued to operate business -as -usual. The rate of unemployment for our area is fluctuating around 5% and our CPI-U growth is over 6% (per the U.S. Bureau of Labor Statistics). This is adding to an already difficult climate for employers as they hire and retain staff. The current situation emphasizes the importance for organizations to adjust to, and plan for, changing labor market conditions to keep their employees. About Compensation Connections Compensation Connections is a Seattle -area consulting firm advising organizations in matters related to total rewards. The firm is owned by Nancy Kasmar and Shannon Drohman, who started the business in 2014. Our team also includes eight staff members who serve as consultants or analysts. We have assisted hundreds of organizations with the overall design of compensation and rewards programs, job analysis, job descriptions, FLSA assessment, custom pay surveys, benchmarking studies, classification systems, internal job evaluation, pay structures, incentive plans, performance management systems, competency creation, employee impact analysis, and implementation support. Most of our clients are in Washington State, generally in the greater Puget Sound region, although we have clients across the U.S. We have a wide range in client size in a variety of industries, from small start-ups to well -established organizations with thousands of employees. In addition to public sector employers, our client mix includes engineering consulting, non-profit, education, construction, manufacturing, financial services, professional services, and healthcare. www.compensationconnections.com 1/6/2022 City of Edmonds Packet Pg. 287 ■ �r �, l � l} L� City of Edmonds 2021 Compensation Market Study Non -Represented Salary Scale Adjustment We compared the current non -represented salary scale to the market data and found it to be approximately 6% below the market median overall. The following table lists each non -represented grade, the current grade midpoint, the market data for jobs found in that grade if applicable, and the percent variance between the midpoint and market. The overall (average) variance is -6.7%. Grade N R-01 Current Grade MidpointCurrent $57,268 Market 50th N/A Variance - N R-02 $60,131 N/A - N R-03 $63,136 $60,197 4.7% N R-04 $ 66, 295 N/A - N R-05 $69,610 N/A - N R-06 $73,089 N/A - NR-07 $76,744 $87,327 -13.8% NR-08 $80,581 $95,362 -18.3% NR-09 $84,611 $89,027 -5.2% NR-10 $88,840 $91,746 -3.3% NR-11 $93,283 $99,504 -6.7% N R-12 $97,947 $103,376 -5.5% NR-13 $102,844 $116,938 -13.7% NR-14 $107,987 $112,947 -4.6% N R-15 $113,387 $123,707 -9.1% NR-16 $119,056 $123,112 -3.4% N R-17 $125,008 $129,658 -3.7% NR-18 $131,259 N/A - N R-19 $137,821 $146,952 -6.6% NR-20 $144,713 $157,408 -8.8% NR-21 $151,948 $159,664 -5.1% NR-22 Overall (Average) $159,545 Variance $166,142 -4.1% -6.7% 1/6/2022 City of Edmonds Packet Pg. 288 8.1.c City of Edmonds 2021 Compensation Market Study Non -Represented Market 50th and Job Matching For the compensation study, we utilized the 50th percentile (median) of the market data as the market reference point, in alignment with the City's compensation policy and goals. The following table lists each non -represented position and the aggregate market data for the position. The aggregate number was used for the initial determination of position placement within the non -represented salary schedule. Job Title Administrative Services Director 50th Survey Aggregate $158,552 Arts & Cultural Svcs Prgm Mgr $100,190 Associate Engineer $87,556 Associate Planner $98,402 Building Official $120,828 Capital Projects Manager $100,112 City Clerk $106,010 City Engineer $146,952 Comm Svc/Econ Dev Director $156,458 Communications Strategist/PIO $89,896 Deputy Dir Administrative Sery $125,526 Deputy Parks Director $133,791 Development Services Director $163,675 Job Title Engineering Program Manager II 50th Survey Aggregate $113,567 Enviromental Programs Manager $108,577 Exec. Assistant To The Mayor $95,362 Executive Assist Confidential $89,276 Facilities Manager $115,730 Fleet Manager $101,198 Human Resources Assistant $60,197 Human Resources Director $153,746 Human Services Program Manager $93,148 IS Manager $131,191 Park, Rec & Cultural Service Dir $154,612 Parks Maintenance Manager $98,550 Permit Supervisor $81,122 1/6/2022 City of Edmonds •• Title Survey 1 N LO Aggregate o 0 Planner $85,377 c' Planning Manager $124,034 t Police Chief $166,142 $. Public Works Director $159,664 m c Recreation Supervisor $97,745 z Safety-Disaster-Coord $88,166 U_ Senior HR Analyst $89,774 0 x =a Senior Planner $98,402 Q Senior Utilities Engineer $122,189 a Q Stormwater Engineer $116,938 r m E Street-Stormwater-Manager $119,102 u R Transportation Engineer $121,470 .r Q Urban Forest Planner $99,997 Packet Pg. 289 8.1.c The following table details the survey source, survey job match title, and survey 50th percentile (median) pay data for each non -represented position. The Survey 50th data points (below) for each City of Edmonds job title are the basis for the aggregate numbers listed in the above chart. City of Edmonds'Job Title Administrative Services Director Survey Source CompAnalyst - 2021 Q4 Survey Job Title Administrative Services Director Survey 50th $133,079 Administrative Services Director CompData - West (2021) Finance Director $176,113 Administrative Services Director ERI - 2021 Q4 (2021) Administrative Services Manager -Level 3 $132,667 Administrative Services Director Milliman - WA Public Employers (2021) Finance Director / CFO $192,349 Arts & Cultural Svcs Prgm Mgr CompAnalyst - 2021 Q4 Program Manager (Non -Profit) $95,372 Arts & Cultural Svcs Prgm Mgr CompData - West (2021) Program Manager II (Senior) $100,829 Arts & Cultural Svcs Prgm Mgr ERI - 2021 Q4 (2021) Program Director -Level 2 $104,370 Associate Engineer AWC - City of Bothell Engineer, Entry Level $85,787 Associate Engineer AWC - City of Olympia Engineer, Entry Level $90,057 Associate Engineer AWC - City of Puyallup Engineer, Entry Level $86,190 Associate Engineer CompAnalyst - 2021 Q4 Civil Engineer II $86,739 Associate Engineer CompData - West (2021) Civil Engineer 1 $92,525 Associate Engineer ERI - 2021 Q4 (2021) Engineer Utilities -Level 1 $81,860 Associate Engineer Milliman - WA Public Employers (2021) Civil Engineer - Entry $89,733 Associate Planner AWC - City of Bothell Planner, Senior Level $92,378 Associate Planner AWC - City of Burien Planner, Senior Level $91,923 Associate Planner AWC - City of Issaquah Planner, Senior Level $110,010 Associate Planner AWC - City of Lacey Planner, Senior Level $94,058 Associate Planner AWC - City of Lynnwood Planner, Senior Level $127,998 Associate Planner AWC - City of Olympia Planner, Senior Level $90,057 Associate Planner AWC - City of Puyallup Planner, Senior Level $90,557 Associate Planner AWC - City of Shoreline Planner, Senior Level $95,504 Associate Planner ERI - 2021 Q4 (2021) City Planner -Level 3 $83,424 c 0 r N C N Q E O U U) W W O Q. E w a� c (D U) am L 0- 0 c O z 1/6/2022 City of Edmonds Packet Pg. 290 Associate Planner Milliman - WA Public Employers (2021) Planner - Senior $1 , Building Official AWC - City of Bothell Building Official $132, t7;7 Building Official AWC - City of Burien Building Official $114, Building Official AWC - City of Issaquah Building Official $146,400 vw c Building Official AWC - City of Lacey Building Official $110,891 a� E Building Official AWC - City of Olympia Building Official $115,390 v Building Official AWC - City of Puyallup Building Official $110,326 Building Official AWC - City of Puyallup Building Official $110,326 Q. Building Official AWC - City of Shoreline Building Official $119,270 E w Building Official CompAnalyst - 2021 Q4 Construction Inspection Services Manager $119,605 c Building Official ERI - 2021 Q4 (2021) Inspection Manager -Level 3 $105,046 m Building Official Milliman - WA Public Employers (2021) Building Official $144,611 L Q Capital Projects Manager CompAnalyst - 2021 Q4 Construction Project Engineer - Intermediate $92,926 0 z Capital Projects Manager CompData - West (2021) Construction Manager $111,884 N Capital Projects Manager ERI - 2021 Q4 (2021) Manager Capital Projects -Level 2 $78,580 N 0 Capital Projects Manager Milliman - WA Public Employers (2021) Capital Projects Manager 1 $117,058 0a, City Clerk AWC - City of Bothell City Clerk $103,467 c City Clerk AWC - City of Burien City Clerk $104,003 City Clerk AWC -City of Issaquah City Clerk $110,010 a City Clerk AWC - City of Lacey City Clerk $91,879 c c z City Clerk AWC - City of Lynnwood City Clerk $140,797 U- City Clerk AWC - City of Mukilteo City Clerk $76,189 Q 0 City Clerk AWC - City of Olympia City Clerk $95,676 X City Clerk AWC - City of Puyallup City Clerk $99,945 c a City Clerk AWC - City of Shoreline City Clerk $105,416 a a r City Clerk CompAnalyst - 2021 Q4 Operations Manager $110,325 c E City Clerk CompAnalyst - 2021 Q4 Operations Manager $102,807 t L) City Clerk Milliman - WA Public Employers (2021) Records Manager $131,608 a 1/6/2022 City of Edmonds Packet Pg. 291 8.1.c City Engineer AWC -City of Bothell City Engineer/County Engineer $15 , City Engineer AWC - City of Lacey City Engineer/County Engineer $135,326 City Engineer AWC - City of Lynnwood City Engineer/County Engineer $156,267 c City Engineer AWC - City of Olympia City Engineer/County Engineer $139,169 r City Engineer AWC - City of Puyallup City Engineer/County Engineer $141,217 E City Engineer AWC - City of Shoreline City Engineer/County Engineer $138,318 v City Engineer CompAnalyst - 2021 Q4 Civil Engineering Manager $158,679 City Engineer CompData - West (2021) Civil Engineering Manager $129,298 Q. City Engineer CompData - West (2021) Engineering Director $189,676 E w City Engineer ERI - 2021 Q4 (2021) Civil Engineering Manager -Level 3 $124,126 c Comm Svc/Econ Dev Director AWC - City of Bothell Assistant City Manager/City Administrator $161,375 m Comm Svc/Econ Dev Director AWC - City of Issaquah Assistant City Manager/City Administrator $161,030 L Q Comm Svc/Econ Dev Director AWC - City of Lacey Assistant City Manager/City Administrator $134,199 0 z Comm Svc/Econ Dev Director AWC - City of Lynnwood Assistant City Manager/City Administrator $156,286 N Comm Svc/Econ Dev Director AWC - City of Olympia Assistant City Manager/City Administrator $173,261 N c Comm Svc/Econ Dev Director AWC - City of Shoreline Assistant City Manager/City Administrator $168,524 0a, Comm Svc/Econ Dev Director CompAnalyst - 2021 Q4 Top Community Development Executive $152,615 c Comm Svc/Econ Dev Director Milliman - WA Public Employers (2021) Economic Development Manager $144,371 2' Communications Strategist/P1O CompAnalyst - 2021 Q4 Marketing Communications Specialist $86,513 a Communications Strategist/P1O CompData - West (2021) Public Relations Specialist $78,439 c C z Communications Strategist/PIO ERI - 2021 Q4 (2021) Manager Marketing Communications -Level 1 $92,267 U_ Communications Strategist/PIO Milliman - WA Public Employers (2021) Public Information Officer $102,366 Q 0 Court Administrator AWC - City of Bothell Court Administrator $114,214 X Court Administrator AWC - City of Issaquah Court Administrator $120,969 c a Court Administrator AWC - City of Lynnwood Court Administrator $140,797 a a r Court Administrator AWC - City of Olympia Court Administrator $120,985 c E Court Administrator AWC - City of Puyallup Court Administrator $99,945 t Court Administrator CompAnalyst - 2021 Q4 Paralegal Manager $101,332 Q 1/6/2022 City of Edmonds Packet Pg. 292 8.1.c Court Administrator ERI - 2021 Q4 (2021) Legal Administrator -Level 3 $8 , Deputy Director Administrative Services CompAnalyst - 2021 Q4 Operations Manager $122,678 Deputy Director Administrative Services CompAnalyst - 2021 Q4 Administrative Services Manager $119,251 0 Deputy Director Administrative Services CompData - West (2021) Finance Manager $119,612 c Deputy Director Administrative Services ERI - 2021 Q4 (2021) Administrative Services Manager -Level 3 $132,667 ai a E Deputy Director Administrative Services Milliman - NW Mgmt and Professional (2021) Finance Manager $133,421 v Deputy Parks Director AWC - City of Bothell Parks And Recreation Director $137,169 U) Deputy Parks Director AWC - City of Burien Parks And Recreation Director $134,514 Q. Deputy Parks Director AWC - City of Issaquah Parks And Recreation Director $136,875 E w Deputy Parks Director AWC - City of Lacey Parks And Recreation Director $119,284 c Deputy Parks Director AWC - City of Lynnwood Parks And Recreation Director $147,440 m Deputy Parks Director AWC - City of Olympia Parks And Recreation Director $137,871 L Q Deputy Parks Director ERI - 2021 Q4 (2021) Program Director -Level 3 $114,413 0 z Deputy Parks Director Milliman - WA Public Employers (2021) Parks &amp; Recreation Director $142,763 N Development Services Director AWC - City of Bothell Planning/Community Development Director $161,375 N 0 Development Services Director AWC - City of Burien Planning/Community Development Director $158,252 90 Development Services Director AWC - City of Issaquah Planning/Community Development Director $161,030 c Development Services Director AWC - City of Lacey Planning/Community Development Director $146,703 Development Services Director AWC - City of Olympia Planning/Community Development Director $165,989 a Development Services Director AWC - City of Puyallup Planning/Community Development Director $148,366 c C z Development Services Director AWC - City of Shoreline Planning/Community Development Director $160,400 LL Development Services Director CompAnalyst - 2021 Q4 Engineering Director $181,802 Q 0 Development Services Director CompData - West (2021) Engineering Director $189,676 X Development Services Director ERI - 2021 Q4 (2021) Construction Engineering Director $153,080 c a Development Services Director Milliman - WA Public Employers (2021) Engineering Division Manager $173,755 a a r Engineering Program Manager II AWC - City of Bothell Engineer, Senior Level $112,494 c E Engineering Program Manager II AWC -City of Burien Engineer, Senior Level $109,203 t Engineering Program Manager II AWC - City of Issaquah Engineer, Senior Level $127,017 a 1/6/2022 City of Edmonds Packet Pg. 293 8.1.c Engineering Program Manager II AWC - City of Lacey Engineer, Senior Level $12 , Engineering Program Manager II AWC - City of Lynnwood Engineer, Senior Level $104,424 Engineering Program Manager II AWC - City of Olympia Engineer, Senior Level $109,340 0 Engineering Program Manager II AWC - City of Puyallup Engineer, Senior Level $118,744 r Engineering Program Manager II AWC - City of Shoreline Engineer, Senior Level $113,459 a� E Engineering Program Manager II CompAnalyst - 2021 Q4 Civil Engineering Supervisor II $118,187 v Engineering Program Manager II ERI - 2021 Q4 (2021) Construction Engineering Supervisor -Level 2 $102,617 aa'' Enviromental Programs Manager CompAnalyst - 2021 Q4 Environmental Planner III $113,275 Q. Enviromental Programs Manager ERI - 2021 Q4 (2021) Environmental Planner -Level 3 $86,104 E w Enviromental Programs Manager Milliman - NW Mgmt and Professional (2021) Environmental Engineer - Senior $118,045 c Enviromental Programs Manager Milliman - WA Public Employers (2021) Planner (Principal) $116,884 m Exec. Assistant To The Mayor CompAnalyst - 2021 Q4 Executive Assistant IV $107,910 L Q Exec. Assistant To The Mayor ERI - 2021 Q4 (2021) Executive Secretary CEO -Level 3 $89,361 0 z Exec. Assistant To The Mayor Milliman - Puget Sound Area (2021) Executive Assistant to CEO $92,820 N Exec. Assistant To The Mayor Milliman - WA Public Employers (2021) Executive Secretary / Assistant $91,357 N 0 Executive Assist Confidential AWC - City of Bothell Executive Secretary $105,686 90 c Executive Assist Confidential AWC - City of Burien Executive Secretary $85,065 m Executive Assist Confidential AWC - City of Issaquah Executive Secretary $99,958 2 Executive Assist Confidential AWC - City of Lacey Executive Secretary $84,443 a Executive Assist Confidential AWC - City of Lynnwood Executive Secretary $87,467 c C z Executive Assist Confidential AWC - City of Olympia Executive Secretary $95,962 Q Executive Assist Confidential AWC - City of Puyallup Executive Secretary $85,893 0 Executive Assist Confidential AWC - City of Shoreline Executive Secretary $88,376 X Executive Assist Confidential CompAnalyst - 2021 Q4 Executive Assistant III $84,108 c a Executive Assist Confidential CompData - West (2021) Executive Assistant $84,815 a a r Executive Assist Confidential ERI - 2021 Q4 (2021) Executive Assistant -Level 3 $83,820 c E Executive Assist Confidential Milliman - Puget Sound Area (2021) Executive Assistant $85,722 t FFacilities Manager AWC - City of Bothell Facilities Maintenance Director $122,992 Q 1/6/2022 City of Edmonds Packet Pg. 294 8.1.c Facilities Manager AWC -City of Issaquah Facilities Maintenance Director $12 , Facilities Manager AWC - City of Lynnwood Facilities Maintenance Director $96,157 Facilities Manager AWC - City of Shoreline Facilities Maintenance Director $116,359 0 Facilities Manager CompAnalyst - 2021 Q4 Facilities Manager $117,241 c Facilities Manager CompData - West (2021) Facilities Manager $102,608 a� E Facilities Manager ERI - 2021 Q4 (2021) Building & Facilities Manager -Level 3 $120,410 Lj Facilities Manager ERI - 2021 Q4 (2021) Construction Manager -Level 3 $116,580 (a) Facilities Manager Milliman - NW Mgmt and Professional (2021) Facilities Maintenance Manager $128,251 Q. Fleet Manager CompAnalyst - 2021 Q4 Equipment Manager $113,578 w Fleet Manager CompData - West (2021) Fleet Manager $97,537 c m Fleet Manager ERI - 2021 Q4 (2021) Fleet Manager -Level 2 $96,096 Fleet Manager Milliman - WA Public Employers (2021) Fleet Manager $99,391 L Q Fleet Manager Milliman - WA Public Employers (2021) Fleet Manager $99,391 0 z Gymnastics Instructor Bureau of Labor Statistics - ONet (2021) Coaches $41,037 N Gymnastics Instructor ERI - 2021 Q4 (2021) Instructor Sports -Level 2 $52,074 N 0 HR Director AWC - City of Bothell Human Resources Director $161,375 0 0 c HR Director AWC - City of Burien Human Resources Director $158,252 m HR Director AWC - City of Issaquah Human Resources Director $161,030 HR Director AWC - City of Lacey Human Resources Director $134,199 a HR Director AWC - City of Lynnwood Human Resources Director $156,286 c C z HR Director AWC - City of Lynnwood Human Resources Director $156,286 Q HR Director AWC - City of Olympia Human Resources Director $158,870 0 HR Director AWC - City of Puyallup Human Resources Director $134,419 X HR Director AWC - City of Shoreline Human Resources Director $152,671 c a HR Director CompAnalyst - 2021 Q4 Human Resources Director $138,433 a a r HR Director CompData - West (2021) Human Resources Director $153,378 c E HR Director ERI - 2021 Q4 (2021) Human Resources Director $138,826 t HR Director Milliman - NW Mgmt and Professional (2021) Director of Human Resources $174,898 Q 1/6/2022 City of Edmonds Packet Pg. 295 .1.c HR Director Milliman - WA Public Employers (2021) Human Resources Director Human Resources Assistant CompAnalyst - 2021 Q4 Human Resources Assistant II t$56,637 Human Resources Assistant CompData - West (2021) Human Resources Specialist ,2 0 Human Resources Assistant ERI - 2021 Q4 (2021) Human Resources Assistant -Level 3 $60,128 vw c Human Resources Assistant Milliman - Puget Sound Area (2021) Human Resources Coordinator $58,166 a� E Human Resources Assistant Milliman - WA Public Employers (2021) Human Resources Assistant $65,269 8 Human Services Program Manager CompAnalyst - 2021 Q4 Program Manager (Non -Profit) $95,372 U) Human Services Program Manager CompData - West (2021) Program Manager II (Senior) $95,787 Q. Human Services Program Manager ERI - 2021 Q4 (2021) Social Services Manager -Level 3 $88,284 E w IS Manager AWC - City of Bothell Information Systems Manager $161,375 c IS Manager AWC - City of Burien Information Systems Manager $117,669 m IS Manager AWC - City of Issaquah Information Systems Manager $146,400 L Q IS Manager AWC - City of Lacey Information Systems Manager $118,349 0 z IS Manager AWC - City of Lynnwood Information Systems Manager $156,286 N IS Manager AWC - City of Olympia Information Systems Manager $127,036 N 0 IS Manager AWC - City of Puyallup Information Systems Manager $113,089 90 c IS Manager AWC - City of Shoreline Information Systems Manager $131,656 IS Manager CompAnalyst - 2021 Q4 Information Technology Manager $127,128 2 IS Manager ERI - 2021 Q4 (2021) Information Technology Manager -Level 2 $97,058 a IS Manager Milliman - NW Mgmt and Professional (2021) IT Manager $138,925 c C z IS Manager Milliman - WA Public Employers (2021) IT Manager $139,317 U- Q Park, Rec & Cultural Service Dir AWC - City of Bothell Parks And Recreation Director $161,375 0 Park, Rec & Cultural Service Dir AWC - City of Burien Parks And Recreation Director $158,252 X Park, Rec & Cultural Service Dir AWC - City of Issaquah Parks And Recreation Director $161,030 c a Park, Rec & Cultural Service Dir AWC - City of Lacey Parks And Recreation Director $140,335 a a r Park, Rec & Cultural Service Dir AWC - City of Lynnwood Parks And Recreation Director $173,458 c E Park, Rec & Cultural Service Dir AWC - City of Olympia Parks And Recreation Director $162,201 t 5 Park, Rec & Cultural Service Dir AWC - City of Puyallup Parks And Recreation Director $134,419 Q 1/6/2022 City of Edmonds Packet Pg. 296 8.1.c Park, Rec & Cultural Service Dir ERI - 2021 Q4 (2021) Program Director -Level 3 $13 , Park, Rec & Cultural Service Dir Milliman - WA Public Employers (2021) Parks &amp; Recreation Director $167,957 Parks Maintenance Manager CompAnalyst - 2021 Q4 Building and Grounds Supervisor III $101,327 0 Parks Maintenance Manager CompData - West (2021) Maintenance Manager $107,489 r 2 Parks Maintenance Manager ERI - 2021 Q4 (2021) Maintenance Manager -Level 2 $91,065 a� a E Parks Maintenance Manager ERI - 2021 Q4 (2021) Grounds Maintenance Foreman -Level 3 $80,271 v Parks Maintenance Manager Milliman - WA Public Employers (2021) Park Maintenance Supervisor $112,597 aa'' Permit Supervisor AWC - City of Bothell Building Permit Specialist $78,995 2 0. Permit Supervisor AWC - City of Burien Building Permit Specialist $76,685 w Permit Supervisor AWC - City of Issaquah Building Permit Specialist $81,486 0 °' c Permit Supervisor AWC - City of Lacey Building Permit Specialist $74,678 m Permit Supervisor AWC - City of Lynnwood Building Permit Specialist $84,023 L Q Permit Supervisor AWC - City of Olympia Building Permit Specialist $80,895 0 z Permit Supervisor AWC - City of Puyallup Building Permit Specialist $71,921 N Permit Supervisor AWC - City of Shoreline Building Permit Specialist $77,724 N 0 Permit Supervisor CompAnalyst - 2021 Q4 Customer Service Supervisor $82,376 0a, Permit Supervisor ERI - 2021 Q4 (2021) Administrative Supervisor -Level 3 $87,900 c m Permit Supervisor Milliman - WA Public Employers (2021) Building Permit Specialist $85,808 2 Permit Supervisor Milliman - WA Public Employers (2021) Administrative Supervisor $90,972 a Planner AWC - City of Bothell Planner, Journey Level $83,693 c C z Planner AWC - City of Burien Planner, Journey Level $81,247 U_ Planner AWC - City of Issaquah Planner, Journey Level $90,871 Q 0 Planner AWC - City of Lacey Planner, Journey Level $87,322 X Planner AWC - City of Lynnwood Planner, Journey Level $92,037 c a Planner AWC - City of Olympia Planner, Journey Level $84,432 a a r Planner ERI - 2021 Q4 (2021) City Planner -Level 2 $71,077 c d E Planner Milliman - WA Public Employers (2021) Planner (Journey) $92,338 t Planning Manager ERI - 2021 Q4 (2021) City Planner -Level 3 $95,937 Q 1/6/2022 City of Edmonds Packet Pg. 297 8.1.c Planning Manager Milliman - WA Public Employers (2021) Planning Manager/ Director $14 , Planning Manager Milliman - WA Public Employers (2021) Planner (Principal) $134,416 Police Chief AWC - City of Bothell Police Chief $173,779 c Police Chief AWC - City of Issaquah Police Chief $177,127 c Police Chief AWC - City of Lacey Police Chief $155,995 Police Chief AWC - City of Lynnwood Police Chief $175,920 v Police Chief AWC - City of Mukilteo Police Chief $128,818 Police Chief AWC - City of Olympia Police Chief $189,971 °Q. Police Chief AWC - City of Puyallup Police Chief $163,768 w Police Chief CompAnalyst - 2021 Q4 Sheriff/Police Chief $120,653 c m Police Chief Milliman - WA Public Employers (2021) Police Chief $209,243 aa) Public Works Director AWC - City of Bothell Public Works Director $173,779 L Q Public Works Director AWC - City of Burien Public Works Director $158,252 0 z Public Works Director AWC - City of Issaquah Public Works Director $177,127 N N Public Works Director AWC - City of Lacey Public Works Director $150,865 0 Public Works Director AWC - City of Lacey Public Works Director $150,865 0a� c Public Works Director AWC - City of Lynnwood Public Works Director $177,166 Public Works Director AWC - City of Olympia Public Works Director $174,834 Public Works Director AWC - City of Puyallup Public Works Director $148,366 a Public Works Director AWC - City of Shoreline Public Works Director $164,416 c C z Public Works Director CompAnalyst - 2021 Q4 Civil Engineering Manager $158,679 LL Q Public Works Director ERI - 2021 Q4 (2021) Civil Engineering Manager -Level 3 $124,126 Public Works Director Milliman - WA Public Employers (2021) Public Works Director (with engineering) $157,494 X Recreation Supervisor AWC - City of Burien Recreation Manager/Supervisor $101,466 c a Recreation Supervisor AWC - City of Issaquah Recreation Manager/Supervisor $120,969 a a r Recreation Supervisor AWC - City of Lacey Recreation Manager/Supervisor $95,498 c E Recreation Supervisor AWC - City of Lynnwood Recreation Manager/Supervisor $87,442 t Recreation Supervisor AWC - City of Olympia Recreation Manager/Supervisor $90,057 a 1/6/2022 City of Edmonds Packet Pg. 298 8.1.c Recreation Supervisor AWC - City of Puyallup Recreation Manager/Supervisor $8 , Recreation Supervisor AWC - City of Shoreline Recreation Manager/Supervisor $110,752 Recreation Supervisor ERI - 2021 Q4 (2021) Director Recreation -Level 2 $87,632 0 Recreation Supervisor Milliman - WA Public Employers (2021) Recreation Supervisor $101,788 c Safety-Disaster-Coord CompAnalyst - 2021 Q4 Health and Safety Administrator III $90,233 E Safety-Disaster-Coord CompData - West (2021) Safety Administrator $78,551 c0 Safety-Disaster-Coord ERI - 2021 Q4 (2021) Enviro Health/Safety Coord-Level 3 $87,803 Safety- Di sa ste r-Coo rd Milliman - Puget Sound Area (2021) Safety Coordinator $96,077 Q. Senior Human Resources Analyst CompAnalyst - 2021 Q4 Human Resources Generalist III $89,205 E W Senior Human Resources Analyst CompData - West (2021) Human Resources Generalist $84,815 c Senior Human Resources Analyst ERI - 2021 Q4 (2021) Analyst Human Resources -Level 3 $82,605 m '0i Senior Human Resources Analyst Milliman - NW Mgmt and Professional (2021) Human Resources Generalist - Senior $93,649 L Q Senior Human Resources Analyst Milliman - WA Public Employers (2021) Human Resources Generalist - Senior $98,597 0 z Senior Planner AWC - City of Bothell Planner, Senior Level $92,378 N Senior Planner AWC - City of Burien Planner, Senior Level $91,923 N 0 Senior Planner AWC - City of Issaquah Planner, Senior Level $110,010 0 a, c Senior Planner AWC - City of Lacey Planner, Senior Level $94,058 m Senior Planner AWC - City of Lynnwood Planner, Senior Level $127,998 Senior Planner AWC - City of Olympia Planner, Senior Level $90,057 a Senior Planner AWC - City of Puyallup Planner, Senior Level $90,557 c c z Senior Planner AWC - City of Shoreline Planner, Senior Level $95,504 u. Senior Planner ERI - 2021 Q4 (2021) City Planner -Level 3 $83,424 Q Senior Planner Milliman - WA Public Employers (2021) Planner - Senior $108,110 X Senior Utilities Engineer AWC - City of Bothell Engineer, Senior Level $117,851 c a Senior Utilities Engineer AWC - City of Burien Engineer, Senior Level $114,403 a a r Senior Utilities Engineer AWC - City of Issaquah Engineer, Senior Level $133,066 c E Senior Utilities Engineer AWC - City of Lacey Engineer, Senior Level $125,908 t Senior Utilities Engineer AWC - City of Lynnwood Engineer, Senior Level $109,396 Q 1/6/2022 City of Edmonds Packet Pg. 299 c Senior Utilities Engineer AWC - City of Lynnwood Engineer, Senior Level Senior Utilities Engineer AWC - City of Olympia Engineer, Senior Level t$114,546 Senior Utilities Engineer AWC - City of Puyallup Engineer, Senior Level , 0 Senior Utilities Engineer AWC - City of Shoreline Engineer, Senior Level $118,862 c Senior Utilities Engineer CompAnalyst - 2021 Q4 Civil Engineer III $118,362 w a E Senior Utilities Engineer ERI - 2021 Q4 (2021) Engineer Utilities -Level 3 $125,973 Senior Utilities Engineer Milliman - NW Mgmt and Professional (2021) Civil Engineer - Senior $137,659 Senior Utilities Engineer Milliman - WA Public Employers (2021) Civil Engineer -Senior $138.643 0 2 Stormwater Engineer CompAnalyst - 2021 Q4 Civil Engineer III $107,602 E w Stormwater Engineer CompData - West (2021) Civil Engineer III (Lead) $121,825 c Stormwater Engineer ERI - 2021 Q4 (2021) Water Superintendent -Level 2 $104,081 m Stormwater Engineer Milliman - NW Mgmt and Professional (2021) Civil Engineer - Senior $125,145 L Q Stormwater Engineer Milliman - WA Public Employers (2021) Civil Engineer -Senior $126,039 0 z Street-Stormwater-Manager AWC - City of Issaquah Street/Road Superintendent $139,114 N Street-Stormwater-Manager AWC - City of Lacey Street/Road Superintendent $120,306 N 0 Street-Stormwater-Manager AWC - City of Lynnwood Street/Road Superintendent $110,581 90 Street-Stormwater-Manager AWC - City of Puyallup Street/Road Superintendent $112,149 c Street-Stormwater-Manager AWC - City of Shoreline Street/Road Superintendent $109,829 2 Street-Stormwater-Manager CompAnalyst - 2021 Q4 Construction and Building Project Manager $119,523 a Street-Stormwater-Manager ERI - 2021 Q4 (2021) Construction Project Manager -Level 3 $110,883 c C z Street-Stormwater-Manager ERI - 2021 Q4 (2021) Water Superintendent -Level 3 $130,429 Transportation Engineer CompAnalyst - 2021 Q4 Transportation Engineer IV $115,926 Transportation Engineer CompData - West (2021) Civil Engineer II (Senior) $122,655 Transportation Engineer ERI - 2021 Q4 (2021) Transportation Engineer -Level 3 $121,259 a Q Transportation Engineer Milliman - WA Public Employers (2021) Civil Engineer - Senior $126,039 Urban Forest Planner CompAnalyst - 2021 Q4 Environmental Planner III $113,275 m E Urban Forest Planner CompData - West (2021) Program Manager II (Senior) $110,911 r Q Urban Forest Planner ERI - 2021 Q4 (2021) Environmental Planner -Level 3 $82,360 1/6/2022 City of Edmonds Packet Pg. 300 Urban Forest Planner ERI - 2021 Q4 (2021) Land Manager Environmental -Level 2 $931 � , Water -Sewer Manager AWWA -Water-WW-Utilities (2020) Water Maintenance Manager $93,785 Water -Sewer Manager CompAnalyst - 2021 Q4 General Maintenance Supervisor $96,795 Water -Sewer Manager ERI - 2021 Q4 (2021) Water Superintendent -Level 3 $130,429 Water -Sewer Manager Milliman - WA Public Employers (2021) Water Superintendent / Supervisor $106,812 c 0 0 N C N a E 0 c.� a� a� 0 0. E w a� c aD m L Q NN� 1.6 0 Z Q 1/6/2022 City of Edmonds Packet Pg. 301 8.1.d City of EDMONDS Washington Administrative Services Director Department: Administrative Services Pay Grade: NR-20 Bargaining Unit: Non -Represented FLSA Status: Exempt Revised Date: May 2021 Reports To: Mayor POSITION PURPOSE: Under administrative direction, directs and administers the planning, organizing, controlling and directing the operations and activities of the Administrative Services Department including: purchasing, investments, risk management/claims administration, revenue forecasting and budgeting, auditing, debt and collection of past due accounts; information technology functions and GIS; City Clerk and City Records Officer functions and business license functions, Supervises and manages staff and evaluates work of assigned personnel. Serves as the City's Chief Financial Officer and Treasurer. Directors are responsible for the operations of the departments and may delegate signing authority except as limited by the provisions of Edmonds City Code or state or federal law. ESSENTIAL FUNCTIONS AND RESPONSIBILITIES: The following duties ARE NOT intended to serve as a comprehensive list of all duties performed by all employees in this classification, only a representative summary of the primary duties and responsibilities. Incumbent(s) may not be required to perform all duties listed and may be required to perform additional, position -specific duties. • Directs Department operations to maintain effective and efficient programs; ensures compliance and accountability with Federal, State, and local regulations, policies and procedures. • Plans, directs, coordinates, monitors and reviews the work of assigned staff ensuring that services and work products meet quality and safety standards; assigns work activities and coordinates schedules, projects and programs. • Supervises, coaches, trains and motivates staff; coordinates and/or provides staff training. • Provides constructive feedback to staff, reviews and evaluates work and makes effective suggestions and recommendations. • Directs the Department employment and hiring process and employee relations. • Manages the workflow and prioritization of projects and measures the performance of the department and all related staff and takes appropriate corrective action when necessary. • Develops, administers, maintains, and oversees the budget including the annual or bi-annual budget, outside funding, revenues, and assists with the development of the Capital Improvement Program and Capital Facilities Program. • Makes recommendations and forecasts for future funds needed for staffing, equipment, materials and supplies; recommends efficiencies to keep costs within established financial guidelines; approves Departmental expenditures and implements adjustments. • Provides advice and coaching to staff; and develops work plans for staff. • Implements and / or recommends corrective actions, discipline and termination procedures as appropriate / necessary. • Develops action plans and metrics analyzing operational results and assuring the effective allocation and utilization of resources. • Serves as staff on a variety of boards, commissions and committees; prepares and presents staff reports and other necessary correspondence. Deputy Administrative Services Director Last Reviewed: 05/18/2021 Last Revised: 05/18/2021 Packet Pg. 302 8.1.d 2 of 4 JOB DESCRIPTION Administrative Services Director • Attends and participates in professional group meetings maintaining awareness of new trends and developments in the fields related to area of assignment; incorporates new developments as appropriate and ensures processes, policies and practices are interpreted and applied consistently and effectively. • Oversees the preparation and maintenance of a variety of reports, records, and files related to assigned activities; prepare and maintain records and reports related to budgets, plans progress, personnel and related activities. • Recommends efficiencies to keep costs within established financial guidelines and approves department expenditures and implements adjustments. • Assures the adequacy and soundness of the City's financial structure; reviews and approves purchases for all aspects of a municipal Finance Department which also includes payroll, accounts payable and accounts receivable. • Administers liability, property, auto and fidelity insurance coverage and programs including the claims process. • Serves as insurance risk manager and claims administrator and protects the City against losses and bad investments. • Provides technical expertise, information and assistance and prepares and maintains a variety of narratives and statistical routine and non -routine reports for the Mayor and Council regarding assigned functions. • Conducts financial analysis and assists as needed in the formation and development of fiscal and other financial related policies, procedures, and programs. • Assures technically sound, secure and efficiently functioning voice and data systems on a City-wide basis. • Supervises the Information Services Manager and oversees the Information Services Division and provides strategic direction. • Supervises the City Clerk position and oversees the City Clerk's Office and provides strategic direction for the Office. • Assures secure and efficiently functioning network and computer applications. • Provides advice, guidance and direction to carry out major plans, projects and procedures consistent with established policies, ordinances and laws. • Communicates with other Directors, city staff, Council and outside organizations to coordinate activities and programs, resolve issues and conflicts and exchange information. • At the direction of the Mayor, work with Council to provide thorough information, analysis, pros/cons, consequences, options and recommendations for Council on specific topics. • Ensures processes, policies and practices are interpreted and applied consistently and effectively. • At the direction of the Mayor, work with Council to provide thorough information, analysis, pros/cons, consequences, options and recommendations for Council to make informed decisions. • Fulfills roles and responsibilities on the Emergency Operations Center team as assigned by the Mayor. • Performs related duties as assigned by Mayor. Required Knowledge of: • Supervisory and training principles, best management practices methods and techniques. • Principles and practices of governmental budget preparation and administration, including best practices. • Accounting theory, principles, and practices; Generally Accepted Accounting Principles and Government Finance Officers Association principles and audit standards. • Principles and practices of public administration and public finance administration. • Cash management principles and standards. • Accounting software and automated financial systems. • External and management reporting requirements and report preparation. Deputy Administrative Services Director Last Reviewed: 05/18/2021 Last Revised: 05/18/2091 Packet Pg. 303 8.1.d 3 of 4 JOB DESCRIPTION Administrative Services Director • Structure, organization and interrelationships of city departments, agencies and related governmental agencies and offices affecting assigned functions. • Federal, State and local laws, rules and regulations related to assigned activities and programs relevant to assigned functions. • Effective oral and written communication principles and practices to include public relations and public speaking. • Program/project management techniques and principles. • Research methods and report preparation and presentation. • Modern office procedures, methods, and equipment including computers and computer applications such as: word processing, spreadsheets, and statistical databases. • English usage, spelling, grammar and punctuation. • Principles of business letter writing. • Advanced principles and practices of governmental budget preparation and administration. • Contract negotiation and administration. Administrative program/project management techniques and principles. Required Skill in: • Planning, organizing, controlling and directing the activities and operations of the Finance Department. • Interpreting various financial/fiscal reports, bank statements, journal entries and ledgers sufficient to prepare reports, resolve issues/problems or explain entries. • Preparing and analyzing comprehensive financial and statistical data and numerical computations and comprehensive reports. • Creating, developing and presenting future plans to improve the operations of the City. • Interpreting and applying federal, state and local policies, laws and regulations. • Administering program goals and objectives; implementing initiatives and recommendations in support of department and City goals. • Utilizing personal computer software programs and other relevant software affecting assigned work and in compiling and preparing spreadsheets. • Establishing and maintaining effective working relationships with staff, management, vendors, outside agencies, community groups and the general public. • Interpreting and administering policies and procedures sufficient to administer, discuss, resolve and explain them. • Maintaining confidentiality and communicating with tact and diplomacy. • Applying program/project management techniques and principles. • Developing and monitoring departmental and program/project operating budgets, costs and schedules. • Communicating effectively verbally and in writing, including public relations and public speaking. • Supervising, leading and delegating tasks and workload assignments. MINIMUM QUALIFICATIONS: Education and Experience: Bachelor's Degree in Accounting, Finance, Business Administration or related field and seven years of professional level experience in governmental accounting operations, programs, and services that includes four years of staff supervisory, budgetary and management responsibility for a department or major division within a department; OR an equivalent combination of education, training and experience that will allow the incumbent to successfully perform the essential functions of the position. Master's Degree in any of the noted fields is preferred. Deputy Administrative Services Director Last Reviewed: 05/18/2021 Last Revised: 05/18/2091 Packet Pg. 304 8.1.d 4 of 4 JOB DESCRIPTION Administrative Services Director Required Licenses or Certifications: Certified Public Accountant (CPA) license preferred. Drivers' license required if driving City vehicles. Must be able to successfully complete and pass a background check. WORKING CONDITIONS: Environment: • Office environment. • Constant interruptions. Physical Abilities • Hearing, speaking or otherwise communicating to exchange information in person or on the phone. • Operating a computer keyboard or other office equipment. • Reading and understanding a variety of materials. • Sitting or otherwise remaining stationary for extended periods of time. • Bending at the waist, reaching above shoulders and horizontally or otherwise positioning oneself to accomplish tasks. Hazards: • Contact with angry and/or dissatisfied customers. Incumbent Signature: Department Head: Date: Date: Deputy Administrative Services Director Last Reviewed: 05/18/2021 Last Revised: 05/18/2091 Packet Pg. 305 8.1.d City of EDMONDS Washington ASSOCIATE ENGINEER Department: Public Works - Engineering Pay Grade: NR-09 Bargaining Unit: Non Represented FLSA Status: Exempt Revised Date: January 2018 Reports To: Varies POSITION PURPOSE: Under general direction, performs entry to mid -level civil engineering work in the planning, analysis, design, construction, operation and management of public works projects. ESSENTIAL FUNCTIONS AND RESPONSIBILITIES: The following duties ARE NOT intended to serve as a comprehensive list of all duties performed by all employees in this classification, only a representative summary of the primary duties and responsibilities. Incumbent(s) may not be required to perform all duties listed and may be required to perform additional, position -specific duties. • Be able to perform the following fundamental principles of civil engineering design: a. Hydraulic analyses of piped sewer and storm systems. b. Hydraulic analyses of channeled systems. c. Pressure analyses of potable water systems. d. Drainage basin delineation and associated hydrologic analyses. e. Cut/fill calculations in grading and roadway design. f. Sight distance calculations for roadway design. g. Buoyancy calculations for construction in high groundwater locations. h. Basic retaining wall design. i. Basic road design. • Prepares and interprets design drawings, specifications and cost estimates for various Public Works and Utilities projects. • Manages public works projects of smaller scope. • Coordinates project improvements with City Departments, private utilities, other public agencies and citizens. • Makes recommendations for, prepares and secures, necessary easements for project construction. • Assists with/Conducts engineering studies and provides recommendations relating to present activities and future projects • Collects, interprets and analyzes data, provides recommendations and confers with supervisors regarding the feasibility of design. • Independently performs a variety of routine and complex inspections on public works construction projects; assures safety, work quality, and compliance with approved plans, drawings and specifications, permits, standards and codes, including environmental protection laws. • Prepares daily inspection reports, calculates and prepares field notes records of contractor quantities and materials installed in the field. • Assists with contract administration on large public works construction projects. • Independently performs contract administration on public works construction projects of smaller scope. Associate Engineer Packet Pg. 306 8.1.d JOB DESCRIPTION Associate Engineer • Researches new methods, products and materials related to Public Works projects and makes recommendations to supervisors for their implementation. • Uses AutoCAD, Civil 3D, WWHM, HEC-RAS and related engineering and graphics software to prepare detailed design drawings. • Performs related work as required and other duties as assigned. Required Knowledge of: • Engineering mathematics, standards, practices and principles in design and construction. • Engineering calculators and modeling programs. • Basic hydraulics including weirs, flumes, and open ditches. • Interpersonal skills using tact, patience and courtesy. • Basic construction techniques and operation and maintenance principles of Public Works infrastructure. • Basic knowledge in field inspection techniques of Public Works facilities. • Property owners' rights and privileges. • Record -keeping and retrieval techniques. • Personal computers and software (AutoCAD, ArcGIS, Civil 3D, MS Word and Excel, databases and asset management). • Drafting practices and standards, including operating AutoCAD and Civil 3D to develop project drawings. • Interpersonal skills using tact, patience, and courtesy. • Modern office procedures, methods, and equipment including computers and computer applications sufficient to perform assigned duties. • English usage, spelling, grammar and punctuation. • Principles of business letter writing. Required Skill in: • Working with residents, business owners and contractors on a wide range of Capital Project related issues including enforcement of City requirements. • Organizing and interpreting large amounts of data related to inspections and design. • Using personal computers, productivity software such as Microsoft Office, ArcGIS. • Using personal computers, with design software such as AutoCAD to develop project drawings. • Using field survey and GPS equipment and other field equipment as assigned. • Effectively applying City code, local, state and federal laws relating to assigned work. • Effectively reading and understanding engineered plans and specifications. • Communicating effectively both orally and in writing using correct English. • Preparing and delivering oral presentations in an effective manner. • Accurately maintaining records and preparing correspondences, professional reports and presentations of data. • Prioritizing and scheduling work appropriately. • Consistently meeting schedules and time lines. • Establishing and maintaining cooperative and effective working relationships with others. MINIMUM QUALIFICATIONS: Education and Experience: Bachelor's Degree in Civil Engineering or related field preferred; OR an equivalent combination of education, training and experience that provides the required knowledge, skills and abilities. Associate Engineer Januiary Packet Pg. 307 8.1.d JOB DESCRIPTION Associate Engineer Required Licenses or Certifications: Valid State of Washington Driver's License. Must be able to successfully complete and pass a background check. WORKING CONDITIONS: Environment: • Indoor and outdoor work environment. • Driving a vehicle to conduct work. Physical Abilities: • Walking or otherwise moving over rough terrain. • Sitting, standing or otherwise remaining in a stationary position for extended periods of time. • Hearing, speaking or otherwise communicating to exchange information in person or on the phone. • Operating various equipment and tools. • Reaching overhead, above the shoulders and horizontally, bending at the waist, gripping, kneeling or crouching, stooping, crouching, reaching, pushing, pulling and twisting or otherwise positioning oneself to accomplish tasks. • Ascending/descending, ladders and inclines. • Working at heights, working on a high ladder and working in a confined space. • Working in a noisy work area, working in direct sunlight, working in outside temperature extremes and working in dampness. • Performing heavy physical labor, including lifting/carrying or otherwise moving or transporting 50-100 pounds. • Operating a passenger vehicle, heavy truck, heavy equipment and rotating machinery. • Reading and understanding printed and electronic messages and related materials. • Hearing voice conversations and hearing alarms. • Possessing close vision, far vision, side vision, depth perception, night vision and color vision. • Wearing appropriate personal protective equipment based on required City Policy. Hazards: • Working around and with machinery having moving parts. • Adverse weather conditions. • Exposure to smoke, noxious odors, toxic fumes and chemicals, epoxy chemicals, poison oak or ivy, dust or pollen, insect stings solvents, oil and ink. Incumbent Signature: Date: Associate Engineer J "PacketPg. 308 8.1.d JOB DESCRIPTION Associate Engineer Department Head: Date: U) c 0 r c a� a E 0 u m a� 0 am E w as c m m L Q Nd LPL 0 Z U) r- O Q �L 0 Q N0 0 Z r C w E a Associate Engineer J Packet Pg. 309 8.1.d City of EDMONDS Washington Associate Planner Department: Development Services - Planning Pay Grade NR-9 Bargaining Unit: Non -represented FLSA Status: Exempt Revised Date: November 2012 Reports To: Planning Manager or Senior Planner POSITION PURPOSE: Under general supervision, processes building and land use permit applications for the City; reviews projects for compliance with applicable codes such as zoning, critical areas and design standards; serves as staff liaison to assigned boards and commissions; provides information to the public regarding general and complex land and construction issues; coordinates GIS/mapping activities; conducts various planning reviews as assigned; may provide lead work direction to Planners and other lower level staff on assigned projects. ESSENTIAL FUNCTIONS AND RESPONSIBILITIES: The following duties ARE NOT intended to serve as a comprehensive list of all duties performed by all employees in this classification, only a representative summary of the primary duties and responsibilities. Incumbent(s) may not be required to perform all duties listed and may be required to perform additional, position -specific duties. • Reviews building permit applications for compliance with zoning, site development standards, critical areas regulations and design standards. • Prepares for and conducts presentations before various boards and commissions regarding project proposals and code amendments. • Reviews land use applications including: subdivisions, conditional use permits, design review, rezones, Comprehensive Plan amendments and annexations and writes detailed reports based on the evaluation of proposals compliance with city codes. • Prepares and issues public notice of applicable land use projects via mail; posts and writes publication notices through the local newspaper; follows required timelines for public notice. • Conducts various field visits for critical areas inspections, posting of public notice for land use projects, inspections associated with building permits and compliance with conditions of approval; fulfills requests for public records including: compiling files, emails and data related to a particular request. • Communicates regularly with the public, including owners of private property as well as project applicants such as: architects, developers, surveyors, biologists and geotechnical engineers. • Communicates via phone, email and in person at the public service counter and at various meetings. • Participates on assigned committees; attends associated meetings and provides necessary support and information. • Reviews applications for land use compliance; sends letters and researches past approvals and reviews conditional use permits for home occupations. • Conducts SEPA review of project proposals including various land use and building permit applications and code revisions. Associate Planner Last Reviewed: 02/27/2020 Last Revised: 11/2012 Packet Pg. 310 8.1.d 2 of 4 JOB DESCRIPTION Associate Planner ESSENTIAL FUNCTIONS AND RESPONSIBILITIES (continued) • Maintains public handouts and makes updates/revisions as necessary; maintains specific pages of the City's website and updates/revises as necessary and conducts updates of the City Community Development Code and Comprehensive Plan as necessary; prepares draft code language as directed and conducts public hearings before the Planning Board and City Council applicable to such updates. • Prepares and updates maps, graphics and public information materials to support current and long-range planning projects. • Develops and maintains Geographic Information Systems (GIS) mapping and database records as assigned while coordinating GIS/mapping activities with outside organizations. • Prepares and maintains a variety of records and reviews related to assigned activities. • Reviews and makes recommendations to City codes or policy changes as appropriate and based on experience with daily operations and planning. • Participates in the development of the comprehensive plan. • Maintains professional development including staying abreast with a variety of federal, state, and local regulations pertaining to land development and maintaining current knowledge of trends and developments in the planning field. Required Knowledge of: • Planning principles, practices and code of ethics. • General trends and issues in development and planning fields. • Planning principles, including creation of policies and creation of specific laws. • Basic construction, architectural design and development techniques. • Principles of customer service and public relations. • Research methods and report presentation. • GIS development and maintenance. • Structure, organization and interrelationships of city departments, agencies and related governmental agencies and offices affecting assigned functions. • Federal, state and local laws, rules, regulations, codes and administrative procedures related to assigned activities. • Effective oral and written communication principles and practices to include customer service. • Project management techniques and principles; time management and project prioritization. • Modern office procedures, methods, and equipment including computers and computer applications such as: word processing, spreadsheets, and statistical databases. • English usage, spelling, grammar and punctuation. • Principles of business letter writing. • Lead work and staff oversight of daily tasks. Required Skill in: • Providing technical assistance in the processing of planning permits. • Serve as staff liaison to the Planning Board and/or Architectural Design Board. • Conducting code interpretation, architectural review and code enforcement. • Understanding and interpreting legal and technical planning language and communicating the language in a way that is understandable to others. • Reviewing commercial and other building permits and conducting various types of reviews. • Providing information to the public regarding general and complex land and construction issues. Associate Planner Last Reviewed: 02/27/2020 Last Revised: 11/2012 Packet Pg. 311 8.1.d 3 of 4 JOB DESCRIPTION Associate Planner Required Skill in (continued) • Handling difficult planning -related situations with people. • Ensuring compliance with federal, state and local regulations related to land development. • Applying and explaining policies, procedures, rules and regulations. • Maintaining current knowledge of rules, regulations, requirements and trends. • Meeting schedules and timelines. • Utilizing personal computer software programs and other relevant software affecting assigned work and in compiling and preparing spreadsheets. • Establishing and maintaining effective working relationships with staff, management, vendors, outside agencies, community groups and the general public. • Applying project management techniques and principles. • Communicating effectively verbally and in writing including public relations. • Leading and delegating tasks and authority. MINIMUM QUALIFICATIONS: Education and Experience: Bachelor's Degree in Urban, Regional, or Municipal Planning, Geography, or related field AND Three years of experience performing planning duties including policy and code review, analysis, and evaluation, and preparation of detailed reports; prefer responsibility for leading projects or staff in a municipal planning environment; OR An equivalent combination of education, training, and experience that will allow the incumbent to successfully perform the essential functions of the position. Required Licenses or Certifications: Valid Driver's license required at time of hire. State of Washington Driver's License required within 30 days of hire Must be able to successfully complete and pass a background check. WORKING CONDITIONS: Environment: • Indoor/Outdoor/Office environment. • Driving a vehicle to work. Physical Abilities: • Hearing, speaking or otherwise communicating to exchange information in person and by phone • Reading and understanding a variety of materials. • Operating a computer and other office equipment. • Walking or otherwise moving and ascending/descending stairs during site visits. • Ability to wear appropriate personal protective equipment based on required City Policy. Hazards: • Chemicals, fumes or gases associated with utilities systems and projects. • Working in and around moving traffic. Associate Planner Last Reviewed: 02/27/2020 Last Revised: 11/2012 Packet Pg. 312 8.1.d 4 of 4 JOB DESCRIPTION Associate Planner Hazards (continued) • Contact with dissatisfied or abusive individuals. Incumbent Signature: Department Head: Date: Date: Associate Planner Last Reviewed: 02/27/2020 Last Revised: 11/2012 Packet Pg. 313 8.1.d City of EDMONDS Washington BUILDING OFFICIAL Department: Development Services — Building Bargaining Unit: Non -Represented Revised Date: November 2012 Pay Grade: NR-15 FLSA Status: Exempt Reports To: Development Services Director POSITION PURPOSE: Under administrative direction, plans, organizes, controls and directs the administration and enforcement of the adopted building construction codes for the City. Manages the plan review, inspection and permitting functions necessary to meet the City and State mandated regulations. Provides technical advice and makes interpretations related to various codes, laws and regulations that impact building construction and use to staff, engineers, architects, contractors and the public. Reviews and keeps current with changes in technology and regulations. Prepares reports for administration, Council, commissions and boards; oversees the daily operations, budgets and supervision and evaluation of assigned personnel and develops short and long term departmental plans. ESSENTIAL FUNCTIONS AND RESPONSIBILITIES: The following duties ARE NOT intended to serve as a comprehensive list of all duties performed by all employees in this classification, only a representative summary of the primary duties and responsibilities. Incumbent(s) may not be required to perform all duties listed and may be required to perform additional, position -specific duties. • Manages, coordinates and reviews the work of assigned staff; assigns work activities and coordinates schedules, projects, and programs and provides constructive feedback. • Reviews and evaluates work and makes effective suggestions and recommendations. • Supervises, coaches, trains and motivates staff; coordinates and/or provides staff training. • Manages the employment and hiring process and employee relations for assigned area. • Manages the workflow and prioritization of assigned projects and takes appropriate corrective action when necessary. • Provides advice and counsel to staff; develops or assists with developmental work plans for staff; and makes recommendations and/or implements corrective actions, discipline and termination procedures as appropriate/necessary or as directed. • Oversees supervision of plans reviewers on various types of construction. • Ensures that building plans and constructed building and structures are inspected and conform to code requirement and related regulations. • Oversees supervision of field inspectors; resolves unusual or difficult situations encountered by inspectors and plan reviews. Issues appropriate notices such as: Stop Work Orders, Order to Correct Violation Notices, Notice of Civil Violation Orders and Correction Notices for code compliance and code enforcement. • Researches and resolves problems, complaints and violations regarding buildings, construction and code compliance; determines appropriate action, enforces codes, prepares responses and maintains related records. • Reviews and approves City business licenses. Assistant Building Official No Packet Pg. 314 8.1.d JOB DESCRIPTION Building Official • Manages, administers, maintains and oversees assigned budgets including making recommendations to the annual and/or biannual budget. • Monitors expenditures and identifies needs. • Reviews and approves reports, purchases, and payments according to established policies and practices and makes recommendations and forecasts for future funds needed for staffing, equipment, materials, and supplies. • Administers City building codes including preparation of ordinances for adoption, required updates to reflect changes in State regulations, preparation of policy documents, determination and implementation and on -going application of building codes and policies. • Participates in, responds to, and manages various City administrative functions including attending mayoral, departmental, and City Council meetings and prepares documents and other required materials as needed including for the appeals process. • Manages systems maintenance, record keeping methods and computerized permitting programs. • Provides the final determination and interpretation of code provisions for staff and the public. • Oversees and manages the development and improvements of operations including for the Development Review Committee (DRC) handouts, Webpage, and on-line functionality; works with other departments on projects and development services systems and processes in order to create seamless, efficient and effective systems. • Coordinates and works with other groups on state and national code issues. • Consults with architects, engineers, designers, and owners and directs customer service at the counter, in DRC meeting sessions, pre -application process and/or in the field. • Serves as designated operational command official in the City's Emergency Operations Center (EOC) for the Building Division. • Provides operational leadership to assure standards are met for productivity, efficiency, continuous quality improvement, customer satisfaction and teamwork. • Performs work within scope of authority and training and in compliance with policies and quality standards. • Monitors assigned operations and ensures compliance with Federal, State, and local regulations and policies including maintaining current knowledge of trends and development in the field of construction. • Interprets policies and procedures and assures the consistent application of rules and regulations. • Provides code analysis and/or code clarification as needed. • Serves as staff on a variety of boards, commissions, and committees and attend Board of Appeals meetings, prepares and presents staff reports and other necessary correspondence. • Attends and participates in professional group meetings; maintains awareness of new trends and developments in the fields related to area of assignment and incorporates new developments as appropriate and assigned. Required Knowledge of: • Operations, services and activities required for a successful building code enforcement program. • Current federal regulations and state RCW's, building construction, building codes and the state Building code process. • Budget preparation and control. • City Disaster Plan and Response procedures • Plan review and research methodology of code provisions applicable to unusual situations. • Permit application process and administration. • Field Inspection methods and techniques. • Understanding of various building structural systems and concepts of engineering design, construction methods, standards, alternate designs and field inspection procedures. • Land use regulations and zoning codes as they relate to statues. Building Official No Packet Pg. 315 8.1.d JOB DESCRIPTION Building Official • Arithmetical computations adequate to correctly perform work. • Principles of customer service and public relations. • Research methods and report writing presentation and presentation and record -keeping techniques. • Structure, organization and inter -relationships of city departments, agencies and related governmental agencies and offices affecting assigned functions. • Federal, State, and local laws, rules, regulations, codes and administrative procedures related to assigned activities and programs relevant to assigned functions. • Advanced project/program development, scheduling, monitoring and control systems and program/project management techniques and principles. • Modern office procedures, methods and equipment including computers and computer applications such as: word processing, spreadsheets, and statistical databases. • English usage, spelling, grammar, and punctuation. • Principles and practices of governmental budget preparation and administration. • Supervisory and training principles, best management practices, methods and techniques. Required Skill in: • Administering and managing a comprehensive and responsive city building code enforcement program. • Working closely with Fire Prevention to apply various codes such as building and fire codes. • Conducting effective and accurate field inspections. • Evaluating the impact of new or proposed legislation, rules, and regulations on building code operations and recommending needed changes. • Resolving complaints. • Managing databases and producing detailed reports. • Interpreting and applying federal, state and local policies, laws and regulations related to area of responsibility. • Operating and utilizing various survey equipment and tools; driving a vehicle as needed to various sites. • Utilizing personal computer software programs and other relevant software affecting assigned work and in compiling and preparing spreadsheets. • Establishing and maintaining effective working relationships with staff, management, vendors, outside agencies, community groups and the general public. • Applying advanced program/project management techniques and principles. • Developing and monitoring departmental and program/project operating budgets, costs and schedules. • Communicating effectively verbally and in writing, including public relations and public speaking. • Effective oral and written communication principles and practices to include public relations and public speaking. • Planning and organizing work; meeting schedules and timelines. • Supervising, leading, coaching and using best management practices to improve staff performance; delegating tasks and workload assignments. MINIMUM QUALIFICATIONS: Education and Experience: Bachelor's Degree in Architecture, Engineering, Construction Management or related field and six years of experience in building codes administration, plan reviews and inspection that includes three years of staff supervisory and budgetary responsibility; preferably in a municipal environment; OR an equivalent combination of education, training and experience. Required Licenses or Certifications: Building Official No Packet Pg. 316 8.1.d JOB DESCRIPTION Building Official Valid State of Washington Driver's License. ICC or CABO Certification as Building Official. ICC Certification as Plans Examiner. ICC Certification as a Building Inspector. Must be able to successfully complete and pass background check. WORKING CONDITIONS: Environment: • Indoor and outdoor work environment • Driving a vehicle to conduct work. Physical Abilities: • Hearing, speaking or otherwise communicating to exchange information in person or on the phone. • Operating a computer keyboard and survey tools. • Reading and understanding a variety of materials and conducting inspections. • Sitting, standing or otherwise remaining in a stationary position for extended periods of time. • Ascending/descending ladders and working on scaffolding. • Walking or otherwise moving over rough or uneven surfaces. • Kneeling, bending, crouching and crawling, reaching overhead and above shoulders or otherwise positioning oneself to accomplish tasks. • Ability to wear appropriate personal protective equipment based on required City Policy. Hazards: • Adverse weather conditions. • Noise from equipment operation. • Regular exposure to fumes, dust and odors. • Working around and with machinery having moving parts. • Contact with angry and/or dissatisfied customers. Incumbent Signature: Department Head: Date: Date: Building Official No Packet Pg. 317 8.1.d City of EDMONDS Washington CAPITAL PROJECTS MANAGER Department: Public Works - Engineering Pay Grade: NR-11 Bargaining Unit: Non Represented FLSA Status: Exempt Revised Date: November 2012 Reports To: City Engineer POSITION PURPOSE: Under administrative direction, manages assigned capital improvement projects and contracts; plans, develops, prepares, and implements design drawings, specifications and cost estimates for utility, street, signal, facilities and other public works projects. Manages the advertisement, bid and award of capital improvement projects; contract administration and field inspection on city projects; monitors contractor activities to ensure construction is in accordance with City, State and Federal standards, codes, guidelines and laws and prepares, monitors and tracks project budgets. ESSENTIAL FUNCTIONS AND RESPONSIBILITIES: The following duties ARE NOT intended to serve as a comprehensive list of all duties performed by all employees in this classification, only a representative summary of the primary duties and responsibilities. Incumbent(s) may not be required to perform all duties listed and may be required to perform additional, position -specific duties. • Manages assigned capital improvement projects. • Plans, develops and prepares designs drawings, specifications and cost estimates for utility, street, facilities and other public works projects. • Designs contract drawings and specifications to assure quality, cost effective construction. • Uses AutoCAD and related engineering and graphics software to prepare detailed design drawings. • Coordinates project improvements with City Departments, private utilities, other public agencies and citizens and prepares and secures necessary easements for project construction. • Proposes alternate construction methods or materials to reduce project costs. • Performs constructability reviews of plans and specifications to reduce costs and avoid conflicts/changes during construction. • Manages the advertisement, bid and award of capital improvement projects and prepares advertisement notices and responses to bidder questions. • Reviews and analyzes bid documents for compliance with City, state and federal requirements and prepares award recommendation. Oversees the execution and processing of construction contract documents. • Performs the construction management of assigned capital improvement projects; implements the contract; maintains project filing system and follows related City, state and federal standards, policies, guidelines and laws. • Reviews and approves contractor submittals and review and respond to request for information. • Performs field inspection and prepares daily inspection reports; calculates and prepares field note records of contractor quantities and materials installed in the field; takes and files daily photos of assigned projects and monitors contractor operations and traffic control to ensure a safe work area. • Prepares and calculates progress pay estimates for Contractor payments. • Negotiates and prepares change orders and field change directives. • Responds promptly to public questions and concerns; attends, runs and/or coordinates associated meetings and interacts with other public agencies. • Manages and tracks the close-out phase of construction contracts and the documentation required for final project approval. Capital Projects Manager No Packet Pg. 318 8.1.d JOB DESCRIPTION Capital Projects Manager • Prepares and manages consultant contracts, develops and prepares Request for Qualifications (RFQ's) and reviews and evaluates statements of qualifications. • Reviews and approves fee sheets, scopes, invoices and checks consultant drawings, specifications and estimates for accuracy and quality; monitors consultant progress and invoices to approved schedules. • Develops, prepares and monitors project budget; reviews and tracks project expenditures and prepares reports on cost overruns or budget amendments. • Prepares City, state and federal documents for administration of grants and loans. Required Knowledge of: • Civil engineering principles, practices and standards. • Design and construction principles and methods. • Construction observation techniques and field construction including: field measurement and inspection methods, procedures, and materials. • City standards, codes and regulations and related state and federal laws. • Administration principles and practices of construction and consultant contracts. • Surveying principles and use of survey equipment. • Engineering mathematics, standards, practices and principles. • Engineering calculators and programs. • Drafting practices and standards including AutoCAD. • Technical aspects of field of specialty. • Reading, interpreting, and understanding civil design drawings, schematics and other related maps and drawings. • Applicable laws, regulations and codes. • Interpersonal skills using tact, patience and courtesy. • Structure, organization and interrelationships of city departments, agencies and related governmental agencies and offices affecting assigned functions. • Effective oral and written communication principles and practices to include public relations and public speaking. • Project management techniques and principles. • Research methods and report preparation and presentation. • Modern office procedures, methods, and equipment including computers and computer applications such as: word processing, spreadsheets and statistical databases. • English usage, spelling, grammar and punctuation. • Principles of business letter writing. Required Skill in: • Planning, developing and preparing design drawings for utility, street, signal and public works building and facilities projects. • Performing simple and moderately difficult designs. • Understanding and interpreting codes and specifications. • Meeting schedules and timelines. • Reading, interpreting and understanding specifications, drawings and field surveys. • Planning workload and prioritizing and scheduling work. • Representing the City effectively at public meetings and work with the public. • Interpreting, applying and explaining rules, regulations, policies and procedures. • Utilizing personal computer software programs and other relevant software affecting assigned work and in compiling and preparing spreadsheets including AutoCAD. Capital Projects Manager No Packet Pg. 319 8.1.d JOB DESCRIPTION Capital Projects Manager • Establishing and maintaining effective working relationships with staff, management, vendors, outside agencies, community groups and the general public. • Applying project management techniques and principles. • Directing the maintenance of a variety of assigned reports and files; and preparing, maintaining and reviewing both narrative and statistical reports. • Determining or assisting with project budgets, resources, and timelines to complete projects from conceptualization to finish. • Communicating effectively verbally and in writing, including public relations and public speaking. MINIMUM QUALIFICATIONS: Education and Experience: Associates Degree in Civil Engineering, Construction Management, or related field or the equivalent of two years of college -level coursework in the above fields and five years of general public works or construction related technical support work that includes three years of experience managing or inspecting construction of utilities, streets and facilities; OR an equivalent combination of education, training and experience. Required Licenses or Certifications: Valid State of Washington Driver's License. Must be able to successfully complete and pass a background check. WORKING CONDITIONS: Environment: • Indoor and outdoor work environment. • Driving a vehicle to conduct work. Physical Abilities: • Hearing, speaking or otherwise communicating to exchange information in person or on the telephone • Operating a computer keyboard and drafting materials. • Reading and understanding a variety of materials. • Sitting, standing or otherwise remaining in a stationary position for extended periods of time. • Ascending/descending from ladders and working from heights or depths. • Bending at the waist, kneeling or crouching reaching above shoulders and horizontally or otherwise positioning oneself to accomplish tasks. • Lifting/carrying or otherwise moving or transporting moderately heavy objects up to 40 lbs. • Ability to wear appropriate personal protective equipment based on required City Policy. Hazards: • Contact with angry and/or dissatisfied members of the public. • Occasional exposure to dangerous machinery. • Occasional extreme weather conditions. • Potential physical harm and hazardous chemicals when working in the field, conducting inspections and working around construction equipment and worksites. Incumbent Signature: Department Head: Date: Date: Capital Projects Manager No Packet Pg. 320 8.1.d City of EDMONDS Washington CITY ENGINEER Department: Public Works- Engineering Pay Grade: NR-19 Bargaining Unit: Non Represented FLSA Status: Exempt Revised Date: November 2012 Reports To: Public Works/Utilities Director POSITION PURPOSE: Under administrative direction, plans, organizes and directs the Engineering activities and operations of the City; manages the design, construction and administration of capital improvement projects; oversees the plan review and inspection of private development improvements, permits and other matters relating to the compliance with City codes, standards and technical practices of utilities, streets, sidewalks and other civil work; develops, prepares and manages the Division budget and project budgets for capital improvements. Supervises and evaluates the performance of assigned staff and makes recommendations for various personnel actions. ESSENTIAL FUNCTIONS AND RESPONSIBILITIES: The following duties ARE NOT intended to serve as a comprehensive list of all duties performed by ah employees in this classification, only a representative summary of the primary duties and responsibilities. Incumbent(s) may not be required to perform all duties listed and may be required to perform additional, position -specific duties. • Manages, coordinates and reviews the work of assigned staff. • Assigns work activities, coordinates schedules, projects, and programs, provides constructive feedback, reviews and evaluates work and makes effective suggestions and recommendations. • Supervises, coaches, trains and motivates staff and coordinates and/or provides staff training. • Manages the employment and hiring process and employee relations for assigned area. • Manages the workflow and prioritization of assigned projects and takes appropriate corrective action when necessary providing advice and counsel to staff. • Develops or assists with developmental work plans for staff and makes recommendations and/or implements corrective actions, discipline and termination procedures as appropriate/necessary or as directed. • Manages, administers, maintains and oversees assigned division budgets. • Makes recommendations to the annual budget, monitors expenditures and identifies needs, reviews and approves reports, purchases and payments according to established policies and practices. • Makes recommendations and forecasts for future funds needed for staffing, equipment, materials and supplies. • Develops and prepares the budget for the capital improvement program. • Monitors and tracks project expenditures and capital project revenues from utilities, grants, gas tax, REET, impact fees, bonds, and inter -local agreements; analyzes and reviews budgetary and financial data and controls. • Plans, organizes, controls and directs the Engineering activities and operations of the City including: streets, storm drainage, sanitary sewers, water utility, transportations/traffic engineering and public information. City Engineer No Packet Pg. 321 8.1.d JOB DESCRIPTION City Engineer • Communicates effectively and provides expertise and administrative guidance to assigned staff to meet the Division's goals, objectives and policies. • Oversees the administration of public works design and construction contracts on capital improvement projects for utility, street and City buildings and facilities projects. • Reviews and approves design plans, specifications and bid documents and advertises for bids and recommends award of construction contracts. • Negotiates, prepares and recommends change orders for approval; reviews and approves payments to consultants and contractors. • Organizes, prepares and approves agenda memos and exhibits for city Council review and approval. • Attends Council and committee meetings and makes presentations and responds to questions or issues as needed. • Oversees the review of private development plans, application for permits, subdivisions, rezones, Architectural Design Board approvals of utilities, streets, sidewalks and other civil work as well as variances and other matters relating to compliance with codes, standards, planning and technical practices. • Applies and implements engineering provisions related to City Code and recommends new ordinances and standards as appropriate; organizes and directs field inspections on construction of private development improvements and utilities within the public right-of-way. • Oversees and coordinates updates to a variety of long-term plans including storm water, water, sanitary sewer and transportation comprehensive plans. • Prioritizes problems based on social, maintenance and monetary impacts. • Provides engineering support to functional managers in developing the capital improvement program and capital budget and in preparing and updating comprehensive plans for the City's roads, utilities and other public facilities. • Prepares applications for and administers federal and state grants for capital improvement programs. • Provides technical expertise, information and assistance to the Director regarding assigned functions and assists as needed in the formulation and development of policies, procedures and programs. • Directs the preparation and maintenance of a variety of narrative and statistical reports, records and files related to assigned activities and personnel. • Prepares technical standards, administrative procedures and technical reports; communicates with other administrators, personnel and outside agencies to coordinate activities and programs; resolves issues and conflicts and exchange information and assumes the duties and responsibilities of the Public Works/Utilities Director in his or her absence. • Provides operational leadership to assure standards are met for productivity, efficiency, continuous quality improvement, customer satisfaction and teamwork. • Performs work within scope of authority and training and in compliance with policies and quality standards. • Monitors assigned operations and assure compliance with federal, state, and local regulations and policies; interprets policies and procedures and assures the consistent application of rules and regulations. • Serves as staff on a variety of boards, commissions and committees and prepares and presents staff reports and other necessary correspondence. • Attends and participates in professional group meetings. • Maintains awareness of new trends and developments in the fields related to area of assignment; incorporates new developments as appropriate and assigned. Required Knowledge of: • Planning, organization and direction of Engineering functions and operations. • Civil engineering techniques and design. • State and federal funding procedures for Public Works projects. City Engineer No Packet Pg. 322 8.1.d JOB DESCRIPTION City Engineer • Applicable federal, state and local laws, codes, regulations, policies and procedures related to water, wastewater and sanitary sewer systems, streets and other assigned areas. • Interpersonal skills using tact, patience and courtesy. • Health and safety standards, rules and regulations. • Principles and practices of the long-range strategic planning. • Structure, organization and interrelationships of city departments, agencies and related governmental agencies and offices affecting assigned functions. • Effective oral and written communication principles and practices to include public relations and public speaking. • Administrative program/project management techniques and principles. • Contract negotiation and administration. • Research methods and report preparation and presentation. • Modern office procedures, methods, and equipment including computers and computer applications such as: word processing, spreadsheets, and statistical databases. • English usage, spelling, grammar and punctuation. • Principles of business letter writing. • Principles and practices of governmental budget preparation and administration. • Supervisory and training principles, methods, best management practices and techniques. Required Skill in: • Planning, organizing, controlling and directing the Engineering activities and operations. • Serving as representative of the City on local and regional Engineering issues. • Supervising construction, design and contracts. • Conducting project design reviews. • Developing and administering procurement and consultant contracts as necessary. • Creating and producing effective grant requests. • Interpreting, applying and explaining rules, regulations, policies and procedures. • Planning and implementing long-term strategies, including capital construction project planning and oversight. • Utilizing personal computer software programs and other relevant software affecting assigned work and in compiling and preparing spreadsheets. • Establishing and maintaining effective working relationships with staff, management, vendors, outside agencies, community groups and the general public. • Analyzing situations accurately and adopting an effective course of action. • Maintaining confidentiality and communicating with tact and diplomacy. • Applying program/project management techniques and principles. • Directing the maintenance of a variety of reports and files and preparing, maintaining and reviewing comprehensive narratives and statistical reports. • Developing and monitoring departmental, capital improvement, and program/project operating budgets, costs and schedules. • Communicating effectively verbally and in writing, including public relations and public speaking. • Supervising, leading, coaching and using best management practices to improve staff performance; delegating tasks and workload assignments. City Engineer No Packet Pg. 323 8.1.d JOB DESCRIPTION City Engineer MINIMUM QUALIFICATIONS: Education and Experience: Bachelor's Degree in Civil Engineering or related field and six years of increasingly responsible civil engineering design and construction experience in a municipal, State, or related environment that includes three years of staff supervisory, budgetary, and management responsibility; OR an equivalent combination of education, training and experience. Required Licenses or Certifications: Valid State of Washington Driver's License . Current Washington State Professional Civil Engineer (PE) license. Must be able to successfully complete and pass a background check. WORKING CONDITIONS: Environment: • Indoor and outdoor work environment. • Driving a vehicle to conduct work. Physical Abilities: • Hearing, speaking or otherwise communicating to exchange information in person or on the telephone. • Operating a computer keyboard and drafting materials. • Reading and understanding a variety of materials. • Sitting, standing or otherwise remaining in a stationary position for extended periods of time. • Ascending/descending from ladders and working from heights or depths. • Bending at the waist, kneeling or crouching reaching above shoulders and horizontally or otherwise positioning oneself to accomplish tasks. • Lifting/carrying or otherwise moving or transporting moderately heavy objects up to 40 lbs. • Ability to wear appropriate personal protective equipment based on required City Policy. Hazards: • Contact with angry and/or dissatisfied customers. • Occasional exposure to dangerous machinery. • Occasional extreme weather conditions. • Potential physical harm and hazardous chemicals when working in the field, conducting inspections and working around construction equipment and worksites. Incumbent Signature: Department Head: Date: Date: City Engineer No Packet Pg. 324 8.1.d City of EDMONDS Washington COMMUNITY SERVICES & ECONOMIC DEVELOPMENT DIRECTOR Department: Community Services/Economic Pay Grade: NR-20 Development Bargaining Unit: Non Represented FLSA Status: Exempt Revised Date: November 2012 Reports To: Mayor POSITION PURPOSE: Under administrative direction, plans, organizes, coordinates, and implements special projects as assigned by the Mayor and City Council related to the planning of long-term policies and strategies for the City; develops community relations and public information programs and policies and establishes customer services programs; serves as administrative Mayor in the absence of the Mayor; assists the Mayor/Council in the formulation and development of administrative and operational policies, procedures and programs, including the planning of long-term growth strategies, meets with representatives from the public and private sector to negotiate agreements; communicates and forges cooperative partnerships to promote and develop the City's economic and community development programs. Directors are responsible for the operations of the departments and may delegate signing authority except as limited by the provisions of Edmonds City Code or state or federal law. ESSENTIAL FUNCTIONS AND RESPONSIBILITIES: The following duties ARE NOT intended to serve as a comprehensive list of all duties performed by all employees in this classification, only a representative summary of the primary duties and responsibilities. Incumbent(s) may not be required to perform all duties listed and may be required to perform additional, position -specific duties. • Directs Department operations to maintain effective and efficient programs; ensures compliance and accountability with Federal, State, and local regulations, policies and procedures. • Plans, directs, coordinates, monitors and reviews the work of assigned staff ensuring that services and work products meet quality and safety standards; assigns work activities and coordinates schedules, projects and programs. • Supervises, coaches, trains and motivates staff; coordinates and/or provides staff training. • Provides constructive feedback to staff; reviews and evaluates work and makes effective suggestions and recommendations. • Directs the Department employment and hiring process and employee relations. • Manages the workflow and prioritization of projects and measures the performance of the department and all related staff and takes appropriate corrective action when necessary. • Develops, administers, maintains and oversees the Departmental budget including: the annual or biannual budget, outside funding revenues, assists with the Capital Improvement Program and Capital Facilities Program. • Makes recommendations and forecasts for future funds needed for staffing, equipment, materials, and supplies; recommends efficiencies to keep costs within established financial guidelines and approves Departmental expenditures and implements adjustments. • Provides advice and coaching to staff; develops work plans for staff. • Implements and / or recommends corrective actions and discipline and termination procedures as appropriate / necessary. Community Services & Economic Development Director No Packet Pg. 325 8.1.d JOB DESCRIPTION Community Services & Economic Development Director • Develops action plans and metrics; analyzes operational results and assures the effective allocation and utilization of resources. • Serves as staff on a variety of boards, commissions and committees and prepares and presents staff reports and other necessary correspondence. • Attends and participates in professional group meetings maintaining awareness of new trends and developments in the fields related to area of assignment; incorporates new developments as appropriate and ensures processes, policies and practices are interpreted and applied consistently and effectively. • Oversees the preparation and maintenance of a variety of reports, records and files related to assigned activities; prepare and maintain records and reports related to budgets, plans progress, personnel and related activities. • Provides leadership and knowledge on emergency response/emergency operations and recovery activities. • Plans, organizes, and directs special projects for the City; provides leadership and direction in such areas as long-range capital programs and a variety of city-wide projects and programs which involve multiple departments. • Works on special projects at the Mayor's direction assuming the lead role and directing the preparation and maintenance of a variety of narratives and statistical reports, records, and files related to assigned activities. • At the direction of the Mayor, provides direct support to City Council, works with Council to provide thorough information, analysis, pros/cons, consequences, options and recommendations for Council to make informed decisions. • Serves as in-house consultant on department related projects, long range and strategic planning issues; assists council members in drafting policies and facilitating the development of goals, plans, regulations, and ordinances; attends Council meetings as needed/required. • Develops community relations programs and policies; maintains close contact with community groups and regional/State organizations as assigned by the Mayor. • Represents the City to the news media; meets with citizens to review and resolve customer service and other issues; establishes customer services programs to ensure that citizens achieve their objectives in the most timely and efficient manner. • Coordinates agreements, legislation, contracts and partnerships associated with assigned functions; meets with representatives of public and private sector entities to negotiate formal and informal agreements between City, State, and County governments and private interests as issues arise. • Communicates with neighboring jurisdictions to form cooperative partnerships to guide future regional - related development; communicates with state and federal officials and legislators to present the City's viewpoint on pending administrative or legislative actions. • Serves as administrative Mayor in the absence of the Mayor; represents the Mayor at meetings as directed; provides technical expertise, information and assistance to the Mayor as requested. • Assists the Mayor in the formulation and development of administrative and operational policies, procedures and programs. Assists the Mayor and Council with the planning and implementation of long-term strategies for the City. • Analyzes operational results and ensures the effective allocation and utilization of resources; serves as staff on a variety of boards, commissions, and committees and prepares and presents staff reports and other necessary correspondence. • Fulfills roles and responsibilities on the EOC team as assigned by the Mayor. • Performs related duties as assigned by Mayor. Required Knowledge of: • Operational characteristics, services, and activities related to community and economic development programs, including business and industry principles and practices related to work assigned. • Parliamentary procedures, principles and practices of capital construction processes and procedures. Community Services & Economic Development Director No Packet Pg. 326 8.1.d JOB DESCRIPTION Community Services & Economic Development Director • Principles and practices of the legislative process, and long-range strategic planning. • Structure, organization and inter -relationships of city departments, agencies and related governmental agencies and offices affecting assigned functions. • Effective oral and written communication principles and practices to include public relations and public speaking. • Administrative program/project management techniques and principles. • Contract negotiation and administration. Administrative program / project management techniques and principles. • Research methods and report preparation and presentation. • Modern office procedures, methods, and equipment including computers and computer applications such as: word processing, spreadsheets and statistical databases. • English usage, spelling, grammar and punctuation. • Principles of business letter writing. • Principles and practices of governmental budget preparation and administration. • Supervisory and training principles, best management practices, methods and techniques. Required Skill in: • Ability to work within federal, state, local laws, codes, regulations. • Planning, organizing and managing a variety of programs, projects and activities related to community and economic development activities. • Planning and implementing long-term growth and development strategies, including capital construction project planning and oversight. • Performing in-depth policy analysis, including development of alternatives, cost/benefit and other types of decision analysis. • Utilizing personal computer software programs and other relevant software affecting assigned work and in compiling and preparing spreadsheets. • Establishing and maintaining effective working relationships with staff, management, vendors, outside agencies, community groups and the general public. • Organizing and administering the functions of a community and economic development department. • Interpreting and administering policies and procedures sufficient to administer, discuss, resolve and explain them. • Negotiating with representatives of various citizen groups and private and public agencies. • Analyzing situations accurately and adopting an effective course of action. • Maintaining confidentiality and communicating with tact and diplomacy. • Applying program/project management techniques and principles. • Preparing comprehensive narrative and statistical reports. • Developing and monitoring departmental and program/project operating budgets, costs and schedules. • Communicating effectively verbally and in writing, including public relations and public speaking. • Supervising, leading, and delegating tasks and authority. MINIMUM QUALIFICATIONS: Education and Experience: Bachelor's Degree in Planning, Engineering, Economic Development, Public or Policy Administration or related field and seven years of experience in economic or community development, legislative and policy development, or business/industry development that includes four years of staff supervisory, budgetary, and management responsibility for a department or major division; preferably in a municipal or public sector environment; OR an equivalent combination of education, training and experience. Master's Degree and AICP certification and/or PE license preferred. Community Services & Economic Development Director No Packet Pg. 327 8.1.d JOB DESCRIPTION Community Services & Economic Development Director Required Licenses or Certifications: State of Washington Driver's License. Must be able to successfully complete and pass a background check. WORKING CONDITIONS: Environment: • Office environment. • Constant interruptions. Physical Abilities • Hearing, speaking or otherwise communicating to exchange information in person or on the phone. • Operating a computer keyboard and other office equipment. • Reading and understand a variety of materials. • Sitting or otherwise remaining in a stationary position for extended periods of time. • Bending at the waist, reaching above shoulder or horizontally or otherwise positioning oneself to accomplish tasks. • Walking or otherwise moving to inspect sites. Hazards: • Contact with potentially angry and/or dissatisfied customers. Incumbent Signature: Department Head: Date: Date: Community Services & Economic Development Director No Packet Pg. 328 8.1.d City of EDMONDS Washington DEPUTY DIRECTOR OF PARKS, RECREATION & CULTURAL SERVICES Department: Parks, Recreation & Cultural Services Pay Grade: NR-17 Bargaining Unit: Non -Represented FLSA Status: Exempt Revised Date: December 2016 Reports To: Parks, Recreation & Cultural Services Director POSITION PURPOSE: Under the direction of the Parks, Recreation and Cultural Services Director, provide leadership, manage, supervise and administer a comprehensive Recreation program, including oversight of community center, outdoor pool, sports and fitness, camps, outdoor education and business services. Assist the Director with park development and planning, including strategic and long range planning for the department, and capital project management. Develop and manage assigned budgets and revenue, and prepare and administer department grants and grant programs. May act on behalf of or in lieu of the department director at selected management, community, Council or regional meetings dealing with parks, recreation and cultural services activities. ESSENTIAL FUNCTIONS AND RESPONSIBILITIES: The following duties ARE NOT intended to serve as a comprehensive list of all duties performed by all employees in this classification, only a representative summary of the primary duties and responsibilities. Incumbent(s) may not be required to perform all duties listed and may be required to perform additional, position -specific duties. • Manages the employment and hiring process and employee relations for assigned area. Manages, coordinates, and reviews the work of assigned staff, assigns work activities and coordinates schedules, projects, and programs. • Provides constructive feedback; reviews and evaluates work and makes effective suggestions and recommendations. Provides advice and counsel to staff, develops or assists with developmental work plans for staff; makes recommendations and/or implements corrective actions, discipline and termination procedures as appropriate/necessary or as directed. • Supervises, coaches, trains and motivates staff, and coordinates and/or provides staff training. • Assists Director in evaluating existing facilities, identifying deficiencies and assists with the design of new facilities to accomplish park goals and objectives. • Manages, administers, maintains and oversees assigned budgets including making recommendations to the annual budget. Assists in development and updating of the Parks, Recreation and Open Space Plans. • Monitors expenditures and identifies needs; reviews and approves reports, purchases, and payments according to established policies and practices; and makes recommendations and forecasts for future funds needed for staffing, equipment, materials, and supplies. • Advocates and works closely with citizens and other service providers in a cooperative community response to recreation, park use, facilities, programs, and addressing concerns. • Prepares, writes and administers various public and private grants for park and recreation facility development, proposals, evaluations and acknowledgements. • Provides staff support to the Planning Board, City Council Committees, citizen advisory groups and committees as needed. Prepares and presents staff reports and other necessary correspondence. Deputy Director of Parks, Recreation & Cultural Services De Packet Pg. 329 8.1.d JOB DESCRIPTION Deputy Director of Parks, Recreation and Cultural Services • Prepares reports and recommendations to the department Director and on policy issues relating to departmental operations. • Develops schedules and implements a comprehensive recreation program. • Works collaboratively with other agencies on program development and implementation. • Manages and oversees staff program development and implementation, fee structures for programs and instructors, marketing and media releases. • Identifies and reports vandalism and safety and health hazards; purchases supplies, equipment and materials. • Oversees business services for the department, including the management of the Frances Anderson Center tenant contracts, special event contracts, concessions, fee analysis and development. • Works with the public on gifting opportunities. • Investigates and responds to complaints and questions regarding facilities, programs, instructors and staff. • Receives and approves scholarship applications; discusses accommodations for special needs programming and facility. • Oversees department risk management; meets with various vendors and procures required supplies and equipment. • Assists the Director in the development and implementation of department goals, objectives, work plans and long-range plans; establishes division goals, objectives and priorities; and assists with department project presentations. • Provides operational leadership to assure standards are met for productivity, efficiency, continuous quality improvement, customer satisfaction and teamwork. • Performs work within scope of authority and training and in compliance with policies and quality standards while monitoring assigned operations and ensuring compliance with Federal, State and local regulations and policies. • Implements policies and procedures and ensures the consistent application of rules and regulations. • Attends and participates in professional group meetings; maintains awareness of new trends and developments in the fields related to areas of assignment; incorporates new developments as appropriate and assigned. Required Knowledge of: • Operational characteristics, services and activities related to recreational services and programs including business and industry principles and practices related to work assigned. • City and Community Center recreation programs, activities and operations. • Principles, practices and techniques of developing and implementing a comprehensive recreation program. • Knowledge of applicable laws, rules, regulations and ordinances such as the Growth Management Act, SEPA, Open Public Meetings Act, public bidding requirements and other. • Principles and practices of administration, supervision and training of personnel. • Contract administration, modern construction methods and materials. • Recreational needs of diverse communitygroups and programs in order to meet these needs. • Up to date marketing principles and practices. • Effective strategies for community fundraising and donations. • Structure, organization and inter -relationships of city departments, agencies and related governmental agencies and offices affecting assigned functions. • Federal, state and local laws, rules, and regulations related to assigned activities and programs. • Effective oral and written communication principles and practices to include public relations and public speaking. • Program/project management techniques and principles. Deputy Director of Parks, Recreation & Cultural Services De Packet Pg. 330 8.1.d JOB DESCRIPTION Deputy Director of Parks, Recreation and Cultural Services • Grant writing techniques and principles. • Research methods and report preparation and presentation. • Modern office procedures, methods, and equipment including computers and computer applications such as: word processing, spreadsheets, and statistical databases. • English usage, spelling, grammar and punctuation. • Principles of business letter writing. • Principles and practices of governmental budget preparation and administration. • Supervisory and training principles, best management practices, methods and techniques. Required Skill in: • Supervising, leading, coaching and using best management practices to improve staff performance; delegating tasks and workload assignments. • Developing, scheduling and implementing a comprehensive recreation program. • Planning, developing and administering an annual operating budget and assisting with long-range capital improvement programs. • Developing and implementing a variety of recreation programs and services that meet community needs. • Administering contracts for services. • Preparing, submitting, administering and monitoring grant proposals. • Analyzing situations accurately and adopting an effective course of action. • Utilizing personal computer software programs and other relevant software affecting assigned work and in compiling and preparing spreadsheets. • Establishing and maintaining effective working relationships with staff, management, vendors, outside agencies, community groups and the general public. • Interpreting policies and procedures sufficient to administer, discuss, resolve and explain them. • Applying program/project management techniques and principles. • Preparing and maintaining accurate records and reports. • Planning and preparing various promotional materials. • Developing and monitoring program/project operating budgets, costs and schedules. • Communicating effectively verbally and in writing. MINIMUM QUALIFICATIONS: Education and Experience: Bachelor's Degree in Recreation and Leisure Management, Business Administration or related field and seven years of experience in recreation and leisure management, recreation and leisure program development or similar related programs and services, preferably within a municipal or public sector environment, that includes five years of staff supervisory and budgetary responsibility for a major division or program; OR an equivalent combination of education, training and experience. Required Licenses or Certifications: Valid State of Washington Driver's License. Must be able to successfully complete and pass background check. Deputy Director of Parks, Recreation & Cultural Services De Packet Pg. 331 8.1.d JOB DESCRIPTION Deputy Director of Parks, Recreation and Cultural Services WORKING CONDITIONS: Environment: • Primarily an office environment. • Constant interruptions. • Driving a vehicle to conduct work. Physical Abilities: • Hearing, speaking or otherwise communicating to exchange information in person or on the phone. • Reading and understanding a variety of materials. • Seeing to read materials, close vision, distance vision, color vision, peripheral vision, depth perception, and the ability to adjust focus. • Operating a computer keyboard or other office equipment. • Sitting, standing or otherwise remaining in a stationary position for extended periods of time. • Bending at the waist, kneeling, crouching, reaching above shoulders and horizontally or otherwise positioning oneself to accomplish tasks. • Lifting/carrying or otherwise moving or transporting up to 40 lbs. Hazards: • Contact with angry and/or dissatisfied customers. Incumbent Signature: Department Head: Date: Date: Deputy Director of Parks, Recreation & Cultural Services De Packet Pg. 332 8.1.d City of EDMONDS Washington Development Services Director Department: Development Services Pay Grade: NR-20 Bargaining Unit: Non -Represented FLSA Status: Exempt Revised Date: November 2012 Reports To: Mayor POSITION PURPOSE: Under administrative direction, directs and administers the planning, organizing, controlling, and directing the operations and activities of the Development Services Department including Building and Planning functions. Supervises and evaluates the performance of assigned personnel. Responsible for all functions related to review of proposed development activities. Directors are responsible for the operations of the departments and may delegate signing authority except as limited by the provisions of Edmonds City Code or state or federal law. ESSENTIAL FUNCTIONS AND RESPONSIBILITIES: The following duties ARE NOT intended to serve as a comprehensive list of all duties performed by all employees in this classification, only a representative summary of the primary duties and responsibilities. Incumbent(s) may not be required to perform all duties listed and may be required to perform additional, position -specific duties. • Directs Department operations to maintain effective and efficient programs; ensure compliance and accountability with Federal, State, and local regulations, policies, and procedures. • Plans, directs, coordinates, monitors, and reviews the work of assigned staff ensuring that services and work products meet quality and safety standards; assigns work activities and coordinates schedules, projects, and program. • Supervises, coaches, trains, and motivates staff; coordinates and/or provides staff training. • Provides constructive feedback to staff, reviews and evaluates work and makes effective suggestions and recommendations. • Directs the Department employment and hiring process and employee relations. • Manages the workflow and prioritization of projects and measures the performance of the Department and all related staff and takes appropriate corrective action when necessary. • Develops, administers, maintains, and oversees the Departmental budget including: the annual or bi- annual budget, outside funding, revenues, assists with the Capital Improvement Program and Capital Facilities Program. • Makes recommendations and forecasts for future funds needed for staffing, equipment, materials, and supplies; recommends efficiencies to keep costs within established financial guidelines; approves Departmental expenditures and implements adjustments. • Provides advice and coaching to staff; develops work plans for staff. • Implements and / or recommends corrective actions, discipline, and termination procedures as appropriate / necessary. • Develops action plans and metrics analyzing operational results and ensures the effective allocation and utilization of resources. • Serves as staff on a variety of boards, commissions and committees and prepares and presents staff reports and other necessary correspondence. Development Services Director Last Reviewe Last Revi Packet Pg. 333 8.1.d 2 of 4 JOB DESCRIPTION Development Services Director • Develops action plans and metrics; analyzes operational results and assures the effective allocation and utilization of resources. • Attends and participates in professional group meetings maintaining awareness of new trends and developments in the fields related to area of assignment; incorporates new developments as appropriate and ensures processes, policies and practices are interpreted and applied consistently and effectively. • Oversees the preparation and maintenance of a variety of reports, records and files related to assigned activities; prepare and maintain records and reports related to budgets, plans progress, personnel, and related activities. • Provides leadership and knowledge on emergency response/emergency operations and recovery activities. • Participates in special assignments or projects as required and as priorities are set by the City Council or Mayor; research complex issues to specific initiatives; plans, develops and reviews technology improvements and initiatives at the department and city level; collaborates with other departments and IT. • At the direction of the Mayor, work with Council to provide thorough information, analysis, pros/cons, consequences, options, and recommendations for Council to make informed decisions. • Develops implementation schedules, approaches, and strategies; may present plans, projects, code amendments and historical and regulatory reviews to boards, commissions, and City Council; may also present similar concepts to other city staff in order to coordinate and/or provide education on specific topics. • At the direction of the Mayor, works with Council to provide thorough information, analysis, pros/cons, consequences, and options on specific topics; and recommendations for Council to make informed decisions. • Plans, organizes, and directs a variety of programs, projects and activities related to the Development Services Department including Building and Planning. • Oversees private development and long-range planning activities and assists in the implementation of the City's Capital Improvement Program as directed. • Establishes customer services programs to assure that citizens achieve their objectives in the most timely and efficient manner. • Provides technical expertise, information, and assistance to the Mayor regarding assigned functions; assists as needed in the formulation and development. • Plans, organizes, and implements long and short-term programs and activities designed to develop assigned facilities and services. • Directs the preparation and maintenance of a variety of narrative and statistical routine and non -routine reports, records and files related to assigned activities and personnel. • Communicates with other administrators, various City departments, city staff, outside organizations and contractors to coordinate activities and programs, resolve issues and conflicts and exchange information. • Develops and prepares the annual preliminary budget for Development Services; analyzes and review budgetary and financial data and control and authorize expenditures in accordance with established limitations. • Assists with related communications and public relations; attends and conducts a variety of meetings as assigned; attends and makes presentations at City Council meetings; represents the City with outside agencies and private parties; facilitates review of public concerns and inquiries and maintains documentation of such. (Log complaints and resolutions) • Fulfills roles and responsibilities on the EOC team as assigned by the Mayor. • Perform related duties as assigned by Mayor. • Acts as SEPA official. • Continually reviews and makes recommendations for Development code updates. Development Services Director Last Reviewe Last Revi Packet Pg. 334 8.1.d 3 of 4 JOB DESCRIPTION Development Services Director Required Knowledge of: • City organization, operations, policies, and procedures. • Planning, organization, and direction of the Development Services Department including Building and Planning functions. • Building, Engineering, and Planning Functions. • Principles and practices of governmental budget preparation and administration. • Structure, organization and interrelationships of city departments, agencies and related governmental agencies and offices affecting assigned functions. • Federal, state, and local laws, rules and regulations related to assigned activities and programs relevant to assigned functions. • Effective oral and written communication principles and practices. • Program/project management techniques and principles. • Research methods and report preparation and presentation. • Modern office procedures, methods, and equipment including computers and computer applications such as: word processing, spreadsheets, and statistical databases. • English usage, spelling, grammar, and punctuation. • Principles of business letter writing. • Advanced principles and practices of governmental budget preparation and administration. • Supervisory and training principles, best management practices, methods, and techniques. • Contract negotiation and administration. Administrative program / project management techniques and principles. Required Skill in: • Interpreting and applying applicable federal, state, and local rules and regulations; administering City and departmental policies and procedures sufficient to administer, discuss, resolve, and explain them. • Planning, organizing, controlling, and directing the activities and operations of Development Services of the City including Building and Planning functions. • Performing policy analysis, including development of alternatives, cost/benefit, and other types of decision analysis. • Administering program goals and objectives; implementing initiatives and recommendations in support of department and City goals. • Utilizing personal computer software programs and other relevant software affecting assigned work and in compiling and preparing spreadsheets. • Analyzing situations accurately and determining an effective course of action; preparing reports including providing and analysis and recommendation and/or options as requested by the Mayor to Council. • Meeting schedules and timelines and working independently with little direction. • Establishing and maintaining effective working relationships with staff, management, vendors, outside agencies, community groups and the general public. • Maintaining confidentiality and communicating with tact and diplomacy. • Applying program/project management techniques and principles. • Developing and monitoring departmental and program/project operating budgets, costs, and schedules. • Communicating effectively verbally and in writing, including public relations and public speaking. • Supervising, leading, coaching and using best management practices to improve staff performance, delegating tasks and workload assignments. Development Services Director Last Reviewe Last Revi Packet Pg. 335 8.1.d 4 of 4 JOB DESCRIPTION Development Services Director MINIMUM QUALIFICATIONS: Education and Experience: Bachelor's Degree in public administration, engineering, planning or related field and seven years of experience with four years of increasingly responsible management experience in the administration of City planning or building functions. Master's Degree or AIC or PE preferred. Required Licenses or Certifications: Valid State of Washington Driver's License. Must be able to successfully complete and pass a background check. WORKING CONDITIONS: Environment: • Office environment. • Constant interruptions. Physical Abilities • Hearing, speaking or otherwise communicating to exchange information in person or on the phone. • Operating a computer keyboard and other office equipment. • Reading and understanding a variety of materials. • Sitting or otherwise remaining in a stationary position for extended periods of time. • Bending at the waist, reaching above shoulder, or horizontally or otherwise positioning oneself to accomplish tasks. • Walking or otherwise moving to inspect sites. • Ability to wear appropriate personal protective equipment based on required City Policy. Hazards: • Contact with potentially angry and/or dissatisfied customers. Incumbent Signature: Department Head: Date: Date: Development Services Director Last Reviewe Last Revi Packet Pg. 336 8.1.d City of EDMONDS Washington ENGINEERING PROGRAM MANAGER 2 Department: Public Works - Engineering Pay Grade: NR-12 Bargaining Unit: Non -Represented FLSA Status: Exempt Revised Date: November 2012 Reports To: City Engineer POSITION PURPOSE: Under administrative direction, performs the more complex, advanced and senior level coordination, maintenance, management, and oversight of the engineering review and inspection process for private development projects to ensure compliance with the Edmonds Community Development Code (ECDC); provides guidance, training and oversight for other staff members on development reviews and inspections; performs engineering and construction management of the City capital improvement program for public facilities, streets and utilities; oversees the development, bidding and construction management of City projects. ESSENTIAL FUNCTIONS AND RESPONSIBILITIES: The following duties ARE NOT intended to serve as a comprehensive list of all duties performed by all employees in this classification, only a representative summary of the primary duties and responsibilities. Incumbent(s) may not be required to perform all duties listed and may be required to perform additional, position -specific duties. Private Development Services • Manages the Engineering Division responsibilities for private development reviews and inspections; coordinates and maintains an orderly review process for land development proposals submitted to the City and ensures compliance with the ECDC. • Supervises, coaches, trains and motivates staff and coordinates and/or provides staff training. • Manages the employment and hiring process and employee relations for assigned area. • Manages the workflow and prioritization of assigned projects and takes appropriate corrective action when necessary providing advice and counsel to staff. • Develops or assists with developmental work plans for staff and makes recommendations and/or implements corrective actions, discipline and termination procedures as appropriate/necessary or as directed. • Prepares and maintains a variety of records and reviews related to assigned activities. • Reviews and makes recommendations to City codes or policy changes as appropriate and based on experience with daily operations and planning. • Develops, documents and publicizes Engineering Division processes and procedures; establishes documents; publicizes City design and construction standards. • Determines engineering requirements for subdivisions, commercial, multi -family and single family private development projects. • Reviews plats and designs for streets and utilities to be installed. • Reviews and approves permits for commercial, multi -family, single family and other private development projects for code compliance. • Conducts preconstruction conferences and explains permit conditions to applicants. • Reviews final subdivision records, verifying accuracy of legal descriptions and maps for conformance to ECDC and coordinates reviews with other divisions. Senior Engineering Program Manager No Packet Pg. 337 8.1.d JOB DESCRIPTION Engineering Program Manager 2 • Calculates permit fees, prepares Engineering requirements for development and submits to the City Engineer for authorized signature. • Conducts reviews and inspections and approves construction of subdivisions, commercial and multi- family building projects; provides guidance, training and oversight for other staff members on development reviews and inspection. • Monitors assigned staff performance and implements corrective action as appropriate. • Serves as liaison between City staff, the public, engineering consultants and other land development professionals. • Responds to engineering questions and provides information regarding engineering permits and land development to the public. • Communicates with internal and external contacts regarding project management, project coordination and general inquiries. • Attends hearings on subdivision and land developments and presents project requirements. • Provides information to public regarding permits and related engineering questions. • Prepares and presents materials for City Council, Hearing Examiner, Planning Commission, Architectural Design Board and public meetings; prepares and maintains a variety of files, records and reports related to assigned activities. Capital Construction Program Management • Manages the City's construction program, processes and procedures. • Develops, documents and publicizes processes and procedures. • Oversees implementation of processes and procedures. • Provides training and guidance to other staff members; provides oversight of construction contract bidding, award, and administration. • Oversees the capital project management, inspection and compliance with contract, code and permit requirements; establishes, documents and publicizes City design and construction standards. • Serves as Quality Control Manager which includes quality control and constructability reviews of designs prepared by in-house staff and by outside consultants. • Ensures compliance with City codes, ordinances and general engineering practices; manages larger and more complex capital projects and construction contracts. • Provides detailed reports, records and other documentation related to assigned projects including: project files, correspondence, contract change orders and claims documentation and prepares permit and grant applications. • Designs capital projects, performs field inspections and surveys and prepares plans and specifications. • Establishes drafting standards to ensure clarity and uniformity in drawing layouts, lettering, symbols and line types. • Reviews proposed changes with City Engineer prior to implementation • Provides guidance, training and oversight for junior staff members on designing projects and managing construction contracts; monitors their performance and implements corrective action as appropriate. • Manages consultant contracts as assigned including: soliciting, selecting, monitoring and coordinating outside consultants. • Serves as lead surveyor and supervises survey teams. • Performs topographic and accident surveys providing guidance, training, and oversight for junior staff members in surveying. • Monitors assigned staff performance and implements corrective action if appropriate; performs detailed engineering and survey calculations and prepares legal descriptions. • Interprets Washington State Department of Transportation (WSDOT) and American Public Works Association (APWA) specifications and standards and assures project compliance with related regulations. • Communicates with City residents, departments and other agencies regarding assigned projects and provides a variety of information related to department projects and construction plans. • Performs other related duties as assigned. Engineering Program Manager 2 Nov Packet Pg. 338 8.1.d JOB DESCRIPTION Engineering Program Manager 2 Required Knowledge of: • Civil engineering principles, practices and standards. • City standards, codes, regulations, local, state and federal laws including the Edmonds Community Development Code. • Review, inspection and approval processes and procedures related to subdivisions and commercial, multi -family and single family private developments. • WSDOT and APWA specifications and procedures. • Building, electrical and plumbing codes, construction methods, materials, processes and procedures. • Field inspection practices, including surveying and material testing. • Modern engineering methods and techniques of construction and management of engineering projects. • Property owners' rights and privileges. • Laws, regulations, ordinances and codes related to assigned activities. • Health and safety regulations. • Technical aspects of field of specialty. • Interpersonal skills using tact, patience and courtesy. • Structure, organization and interrelationships of city departments, agencies and related governmental agencies and offices affecting assigned functions. • Effective oral and written communication principles and practices to include public relations and public speaking. • Program/project management techniques and principles. • Research methods and report preparation and presentation. • Modern office procedures, methods, and equipment including computers and computer applications such as: word processing, spreadsheets, and statistical databases. • English usage, spelling, grammar and punctuation. • Principles of business letter writing. • Oversight, technical review and advisement techniques, lead work principles, methods and techniques. Required Skill in: • Planning, designing, directing, coordinating and implementing construction of public facilities primarily related to streets and utilities. • Providing project oversight for the development, bidding and construction management of City projects. • Performing engineering and land survey calculations. • Reading, interpreting and understanding specifications, drawings and field surveys. • Reviewing and editing project plans and specifications. • Planning workload and prioritizing and scheduling work. • Representing the City effectively at public meetings and work with the public. • Interpreting, applying and explaining rules, regulations, policies and procedures. • Utilizing personal computer software programs and other relevant software affecting assigned work and in compiling and preparing spreadsheets. • Establishing and maintaining effective working relationships with staff, management, vendors, outside agencies, community groups and the general public. • Applying program/project management techniques and principles. • Directing the maintenance of a variety of reports and files; preparing, maintaining and reviewing narratives and statistical reports. • Determining or assisting with project budgets, resources and timelines to complete projects from conceptualization to finish. Engineering Program Manager 2 Nov Packet Pg. 339 8.1.d JOB DESCRIPTION Engineering Program Manager 2 • Communicating effectively verbally and in writing, including public relations and public speaking. • Oversight, training and technical review of other's tasks. MINIMUM QUALIFICATIONS: Education and Experience: Bachelor's Degree in Civil Engineering, Construction Management or related field and four years of municipal engineering experience including review, inspection and approval of subdivisions and commercial, multi -family and single family private developments, and management and oversight of capital construction projects and contracts that includes oversight of compliance, schedules, and costs; OR an equivalent combination of education, training and experience. Required Licenses or Certifications: Valid State of Washington Driver's License. Must be able to successfully complete and pass a background check. WORKING CONDITIONS: Environment: • Indoor and outdoor work environment. • Driving a vehicle to conduct work. Physical Abilities: • Hearing, speaking or otherwise communicating to exchange information in person or on the telephone • Operating a computer keyboard and drafting materials. • Reading and understanding a variety of materials. • Sitting, standing or otherwise remaining in a stationary position for extended periods of time. • Ascending/descending from ladders and working from heights or depths. • Bending at the waist, kneeling or crouching reaching above shoulders and horizontally or otherwise positioning oneself to accomplish tasks. • Lifting/carrying or otherwise moving or transporting moderately heavy objects up to 40 lbs. • Ability to wear appropriate personal protective equipment based on required City Policy. Hazards: • Contact with angry and/or dissatisfied customers. • Working in and around moving traffic. • Occasional exposure to dangerous machinery. • Occasional extreme weather conditions. • Potential physical harm and hazardous chemicals when working in the field, conducting inspections and working around construction equipment and worksites. Incumbent Signature: Department Head: Date: Date: Engineering Program Manager 2 Nov Packet Pg. 340 8.1.d City of EDMONDS Washington EXECUTIVE ASSISTANT- Confidential Department: Police Pay Grade: NR-7 Bargaining Unit: Non -Represented FLSA Status: Exempt Revised Date: November 2012 Reports To: Chief of Police POSITION PURPOSE: Under supervision of the Chief of Police, plans and performs technical administrative office coordination to assure smooth, timely and efficient office operations for the department; relieves supervisor of technical clerical and administrative duties having City-wide impact; researches, collects, analyzes and compiles data and information for inclusion in reports; maintains complex financial records, files and budgets related to departmental operations, programs and expenditures; provides daily supervision to part-time office staff; maintains confidentiality of sensitive information related to collective bargaining and other matters. ESSENTIAL JOB FUNCTIONS AND RESPONSIBILITIES: The following duties ARE NOT intended to serve as a comprehensive list of all duties performed by all employees in this classification, only a representative summary of the primary duties and responsibilities. Incumbent(s) may not be required to perform all duties listed and may be required to perform additional, position -specific duties. • Plans and performs technical administrative office coordination, processes departmental accounts payables and accounts receivables, processes grant invoices and payments; processes departmental payroll and relieves the supervisor of technical clerical and administrative duties having City-wide impact. • Performs, tracks, submits, and maintains all department personnel changes and set-up, including initial processing of hiring, termination, retirement and promotional paperwork. • Participates on budget development team; collects and analyzes complex budget and financial information for budget development and for labor negotiations; monitors current budget status reports. • Conducts a variety of studies involving programs, systems, operations, special needs, issues or activities of an assigned department. • Researches, analyzes and prepares recommendations or conclusions on assigned projects and assists with collection of data at the request of the supervisor. • Composes, prepares and types a variety of correspondence, memos, reports, meeting minutes and other materials and proofread materials to assure accuracy and completeness. • Organizes and coordinates office functions, activities and communications; assure efficient workflow and office operations. • Develops new and improved programs, systems and procedures as a result of new policies or directives or routine research and analysis. Assists with implementation after securing approval. • Prepares reports, minutes, agendas, correspondence and other materials as appropriate and according to decisions and approved actions. • Researches, analyzes and prepares information on a variety of topics; coordinates efforts with City departments, government agencies and vendors. • Provides information to the public and others as requested. Executive Assistant - Confidential No Packet Pg. 341 8.1.d JOB DESCRIPTION Executive Assistant Confidential • Responds to public records requests, subpoenas and other legal requests for production of confidential records in compliance with law and in coordination with City Clerk and City Attorney. • Attends a variety of meetings including staff meetings as assigned; participates on a variety of City committees as directed. • Provides staff support and clerical and administrative assistance to boards and committees. Provides daily supervision and guidance to Administrative Assistant. • Assists with collection of data, preparation of documents, taking of minutes, and maintenance of records during the collective bargaining process between the city and police union. • Maintains confidentiality of sensitive departmental and other information; provides information and assistance to City staff as needed. • Prepares and maintains various records and files; archive files and records as needed in compliance with the Washington State records retention schedule. • Performs complex and varied clerical support to relieve the department head of administrative detail including answering telephones, and greeting visitors; provide information in person or on the telephone or refer to appropriate personnel; open, screen and route mail. • Operates office machines including computers, copiers, calculators, typewriters and other equipment as assigned. • Uses specialized software and recordkeeping systems for accounts payable and receivable, payroll, criminal justice records, and public disclosure. • Performs other duties as assigned. Required Knowledge of: • City organization, procedures, federal and state laws. • Administrative functions and operations of a City government. • Research methods, data collection, and statistical analysis. • Accurate, lawful, and efficient record -keeping techniques. • Budget development, monitoring and control, including proficient skills in mathematics. • Interpersonal skills using tact, patience, and courtesy. • Principles of customer service and public relations. • Proper telephone etiquette. • Effective oral and written communication principles and practices. • Current office procedures, methods, and equipment including computers, computer applications sufficient to perform assigned work. • English usage, spelling, grammar, and punctuation. • Principles of business letter writing. Required Skill in: • Performing technical clerical and administrative duties having City-wide impact. • Planning and performing technical administrative office coordination duties. • Maintaining records, files, and information in compliance with laws, policies, and procedures. • Interpreting, applying and explaining rules, regulations, policies, procedures and laws. • Budget monitoring and control. • Preparing a variety of reports, logs, records and files related to assigned activities. • Maintaining confidentiality of sensitive information; working confidentially with discretion. • Being flexible and able to work with diverse personalities. • Researching a variety of subjects and presenting information in an efficient, accurate manner. • Utilizing personal computer software programs and other relevant software affecting assigned work. Executive Assistant Confidential No Packet Pg. 342 8.1.d JOB DESCRIPTION Executive Assistant Confidential • Establishing and maintaining effective working relationships with staff, management, vendors, outside agencies, community groups and the general public. • Meeting schedules and time lines and ability to work independently. • Communicating effectively verbally and in writing, including public relations and customer service. • Typing with acceptable speed and accuracy. • Taking meeting minutes and transcribing from recordings or notes. • Reading, interpreting, applying and explaining codes, contracts, rules, regulations, policies and procedures. MINIMUM QUALIFICATIONS: Education and Experience: Two years of college -level training in Business, Office Management, or related field and four years of increasingly responsible executive assistant or administrative office support experience or any combination of education, training and experience. Required Licenses or Certifications: Valid Washington state Driver License Must be able to pass a polygraph test and a complete background check WORKING CONDITIONS: Environment: • Office environment • Constant interruptions Physical Abilities: • Hearing, speaking or otherwise communicating to exchange information in person or on the phone. • Read and understand a variety of materials • Operate/use a computer keyboard and other office equipment • Sitting, standing or otherwise remaining in a stationary position for extended periods of time. • Bending at the waist, kneeling or crouching, reaching above shoulders and horizontally or otherwise positioning oneself to accomplish tasks. • Lift/carry or otherwise move or transport up to 20 lbs. Hazards: • Contact with angry and/or dissatisfied customers. Incumbent Signature: Department Head: Date: Date: Executive Assistant Confidential No Packet Pg. 343 8.1.d City of EDMONDS Washington EXECUTIVE ASSISTANT TO THE MAYOR Department: Mayor's Office Pay Grade: NR-8 Bargaining Unit: Non -Represented FLSA Status: Exempt Revised Date: November 2012 Reports To: Mayor POSITION PURPOSE: Under general supervision, plans and performs technical administrative office coordination to assure smooth, timely and efficient office operations for the department; relieves the Mayor of technical clerical and administrative duties having City-wide impact; researches, collects, analyzes and compiles data and information for inclusion in reports; maintains complex financial records, files and budgets related to departmental operations, programs and expenditures. ESSENTIAL FUNCTIONS AND RESPONSIBILITIES: The following duties ARE NOT intended to serve as a comprehensive list of all duties performed by all employees in this classification, only a representative summary of the primary duties and responsibilities. Incumbent(s) may not be required to perform all duties listed and may be required to perform additional, position -specific duties. • Plans and performs technical administrative office coordination; processes departmental accounts payables and accounts receivables; processes departmental payroll and relieves the Mayor of technical clerical and administrative duties having City-wide impact. • Researches, analyzes and prepares recommendations or conclusions on assigned projects; assists with collection of data at the request of the Mayor. • Composes, prepares and types a variety of correspondence, memos, reports and other materials and proofreads materials to assure accuracy and completeness. • Organizes and coordinates office functions, activities and communications; assures efficient workflow and office operations. • Responsible for maintaining assigned information the government channel (Channel 21). • Prepares reports, minutes, agendas, correspondence and other materials as appropriate and according to decisions and approved actions. • Researches, analyzes and prepares information on a variety of topics; coordinates efforts with City departments, government agencies and vendors. • Provides information to the public and others as requested; performs public disclosure requests regarding confidential records in compliance with Washington State laws. • Attends a variety of meetings including staff meetings as assigned; participates on a variety of City committees as directed. • Maintains confidentiality of sensitive departmental and other information; provides information and assistance to City staff as needed. • Prepares and maintains various records and files; archives files and records as needed in compliance with the Washington State records retention schedule. • Performs complex and varied clerical support to relieve the department head of administrative detail including: answering telephones and greeting visitors, providing information in person or on the telephone or referring to appropriate personnel; opens, screens and routes mail. • Operates office machines including: computers, copiers, calculators, typewriters and other equipment as assigned. Executive Assistant No Packet Pg. 344 8.1.d JOB DESCRIPTION Executive Assistant Required Knowledge of: • City organization, procedures, local ordinances and Federal and State laws. • Administrative functions and operations of a City government. • Research methods, data collection and statistical analysis. • Accurate, lawful, and efficient record -keeping techniques. • Budget monitoring and control including proficient skills in mathematics. • Interpersonal skills using tact, patience and courtesy. • Principles of customer service and public relations. • Proper telephone etiquette. • Effective oral and written communication principles and practices. • Modern office procedures, methods, and equipment including computers and computer applications sufficient to perform assigned work. • English usage, spelling, grammar and punctuation. • Principles of business letter writing. Required Skill in: • Performing technical clerical and administrative duties having City-wide impact. • Planning and performing technical administrative office coordination duties. • Maintaining records, files, and information in compliance with laws, policies and procedures. • Interpreting, applying and explaining rules, regulations, policies, procedures and laws. • Successfully meeting schedules and time lines. • Preparing a variety of reports, logs, records and files related to assigned activities. • Maintaining confidentiality of sensitive information; working confidentially with discretion. • Being flexible and able to work with diverse personalities. • Researching a variety of subjects and presenting information in an efficient, accurate manner. • Utilizing personal computer software programs and other relevant software affecting assigned work. • Establishing and maintaining effective working relationships with staff, management, vendors, outside agencies, community groups and the general public. • Meet schedules and time lines and ability to work independently. • Communicating effectively verbally and in writing, including public relations and customer service. MINIMUM QUALIFICATIONS: Education and Experience: Any combination equivalent to: two years college -level training with specialized course work in office administration or related field and four years of increasingly responsible office management or administrative office support experience. Required Licenses or Certifications: Valid State of Washington Driver's License. Must be able to successfully complete and pass a background check. Executive Assistant to the Mayor Janijary Packet Pg. 345 8.1.d JOB DESCRIPTION Executive Assistant WORKING CONDITIONS: Environment: • Office environment. • Constant interruptions. Physical Abilities: • Hearing, speaking or otherwise communicating to exchange information in person or on the phone. • Reading and understanding a variety of materials • Operating/using a computer keyboard and other office equipment • Sitting, standing or otherwise remaining in a stationary position for extended periods of time. • Bending at the waist, kneeling or crouching, reaching above shoulders and horizontally or otherwise positioning oneself to accomplish tasks. • Lifting/carrying or otherwise moving or transporting up to 20 lbs. Hazards: • Contact with angry and/or dissatisfied customers. Incumbent Signature: Department Head: Date: Date: Executive Assistant to the Mayor January Packet Pg. 346 8.1.d City of EDMONDS Washington FACILITIES MANAGER Department: Public Works - Facilities Pay Grade: NR-14 Bargaining Unit: Non Represented FLSA Status: Exempt Revised Date: November 2012 Reports To: Public Works/Utilities Director POSITION PURPOSE: Under administrative direction, plans, organizes, controls and directs the maintenance and repair activities for the City facilities including renovation and repair of City building facilities; develops, monitors and controls operating and capital budgets; develops bid and product specifications; provides construction planning and management functions for capital facilities projects including grant -funded projects and produces project -related documentation; develops division and department policies and procedures and City Council agenda items; serves as Resource Conservation Manager for City facilities and management representative to the Public Works' Safety Committee; manages and directs staff training, supervision and evaluations. ESSENTIAL FUNCTIONS AND RESPONSIBILITIES: The following duties ARE NOT intended to serve as a comprehensive list of all duties performed by all employees in this classification, only a representative summary of the primary duties and responsibilities. Incumbent(s) may not be required to perform all duties listed and may be required to perform additional, position -specific duties. • Manages, coordinates and reviews the work of assigned staff; assigns work activities and coordinates schedules, projects and programs; provides advice and counsel as well as constructive feedback to staff; reviews and evaluates work and makes effective suggestions and recommendations and/or implements corrective actions, discipline and termination procedures as appropriate/necessary or as directed. • Supervises, coaches, trains and motivates staff and coordinates and/or provides staff training. • Manages the employment and hiring process and employee relations for assigned area; manages the workflow and prioritization of assigned projects and takes appropriate corrective action when necessary. • Manages, administers, maintains and oversees assigned budgets including capital budgets; makes recommendations for assigned annual budgets. • Monitors expenditures and identifies needs; reviews and approves reports, purchases and payments according to established policies and practices; makes recommendations and forecasts for future funds needed for staffing, equipment, materials and supplies. • Plans, organizes, controls and directs the operations of the Facilities Maintenance division in the maintenance, renovation and repair of City building facilities and improvement projects within the guidelines of building codes. • Communicates with administrators, department personnel and private contractors to coordinate activities and projects; resolves issues and conflicts and exchanges information. • Manages facility maintenance requests and responsibilities with the leasees of City buildings. • Prepares bid specifications, obtains quotes, and recommends equipment and service purchases; provides technical assistance with the administration and submission of grant requests. Facilities Manager No Packet Pg. 347 8.1.d JOB DESCRIPTION Facilities Manager • Coordinates related activities with private contractors; attends various department and City meetings for a variety of purposes and participates in webinars and other job -related training. • Prepares and presents the departmental issues and recommendations regarding major facility projects; provides related information to appropriate management staff. • Manages work order and preventative maintenance systems including: generating work orders, recording completion of tasks and tracking supply inventories. • Manages the use and record keeping associated with the public electric vehicle charging stations owned by the City; serves as Resource Conservation Manger by monitoring and recording consumption; inspects operational status of such vehicles during occupied and unoccupied periods. • Uses controls software to perform adjustments to maintain quality environmental conditions in facilities. • Prepares and maintains a variety of reports, records and files related to assigned activities and personnel. • Develops and implements an annual work plan; provides technical assistance to staff on building requirements, processes and materials as needed. • Coordinates safety practices, procedures and equipment to ensure regulation compliance; investigates accidents of division staff. • Provides operational leadership to assure standards are met for productivity, efficiency, continuous quality improvement, customer satisfaction and teamwork. • Performs work within scope of authority and training and in compliance with policies and quality standards. • Monitors assigned operations and assures compliance with federal, state, and local regulations and policies; interprets policies and procedures and assures the consistent application of rules and regulations. • Serves as staff on a variety of boards, commissions and committees; prepares and presents staff reports and other necessary correspondence. • Attends and participates in professional group meetings maintaining awareness of new trends and developments in the fields related to area of assignment; incorporates new developments as appropriate and assigned. Required Knowledge of: • Operations, services and activities of a City Public Works Department as they relate to facilities maintenance. • Policies and objectives of the Facilities Maintenance division. • Applicable building plumbing, mechanical, fire and electrical codes. • Current building technology applications and practices. • Engineering/building plan reading and construction standards. • Safety rules and regulations. • Various equipment and repair manuals, parts purchasing catalogs, building codes and blueprints. • Structure, organization and inter -relationships of city departments, agencies and related governmental agencies and offices affecting assigned functions. • Federal, state, and local laws, rules and regulations related to assigned activities and programs. • Effective oral and written communication principles and practices. • Recordkeeping, report preparation and presentation techniques and practices. • Modern office procedures, methods, and equipment including computers and computer applications such as word processing, spreadsheets, and statistical databases. • English usage, spelling, grammar and punctuation. • Principles of business letter writing. • Principles and practices of governmental budget preparation and administration. • Supervisory and training principles, methods and techniques. Facilities Manager No Packet Pg. 348 8.1.d JOB DESCRIPTION Facilities Manager Required Skill in: • Planning, organizing, and directing the Facilities Maintenance division in the maintenance, remodeling and repair of City facilities and improvement projects. • Reading, interpreting and applying blueprints and design schematics. • Managing and meeting schedules and time lines. • Planning and organizing work. • Reviewing, reading, analyzing and interpreting equipment repair and maintenance manuals and parts catalogs. • Interpreting and applying applicable Federal, State and local policies, laws and regulations. • Establishing, tracking, and maintaining accurate files and records. • Monitoring and practicing safe work practices. • Utilizing personal computer software programs and other software relevant to assigned work in compiling and preparing letters, reports and spreadsheets, etc. • Establishing and maintaining effective working relationships with staff, management, vendors, outside agencies, community groups and the general public. • Interpreting and understanding policies and procedures sufficient to administer, discuss, resolve and explain them. • Compiling and preparing a variety of records, files and reports. • Developing and monitoring divisional and program/project operating budgets, costs and schedules. • Communicating effectively verbally and in writing. • Supervising, leading, coaching and using best management practices to improve staff performance; delegating tasks and workload assignments. MINIMUM QUALIFICATIONS: Education and Experience: Associates Degree or Vocational Training in Construction, Industrial Plant Maintenance, Building Operations/Energy Conservation, HVAC, or related field and six years of experience managing or supervising building maintenance work including knowledge of the tools and equipment needed to perform assigned duties, that includes three years of staff supervisory and budgetary responsibility; preferably in a municipal or public sector environment; OR an equivalent combination of education, training and experience. Required Licenses or Certifications: Valid State of Washington Driver's License. First aid/CPR certification. Must be able to successfully complete and pass background check. Other Requirements: Ability to pass a mandatory drug test upon conditional job offer. WORKING CONDITIONS: Environment: • Indoor and outdoor work environment. • Driving a vehicle to conduct work. Facilities Manager No Packet Pg. 349 8.1.d JOB DESCRIPTION Facilities Manager Physical Abilities: • Walking or otherwise moving over rough terrain. • Sitting, standing or otherwise remaining in a stationary position for extended periods of time. • Hearing, speaking or otherwise communicating to exchange information in person or on the phone. • Operating various equipment and tools. • Reaching overhead, above the shoulders and horizontally, bending at the waist, gripping, kneeling or crouching, stooping, crouching, reaching, pushing, pulling and twisting or otherwise positioning oneself to accomplish tasks. • Ascending/descending, ladders and inclines. • Working at heights, working on a high ladder and working in a confined space. • Heavy physical labor including lifting/carrying or otherwise moving or transporting 50-100 pounds. • Read and understand printed and electronic messages and related materials. • Hearing voice conversation and hearing alarms. • Possessing close vision, far vision, side vision, depth perception, night vision and color vision. • Ability to wear appropriate personal protective equipment based on required City Policy. Hazards: • Contact with angry and/or dissatisfied customers. • Working around and with machinery having moving parts. • Working in and around moving traffic. • Adverse weather conditions. • Exposure to smoke, noxious odors, toxic fumes and chemicals, epoxy chemicals, poison oak or ivy, dust or pollen, insect stings solvents, oil and ink. Incumbent Signature: Department Head: Date: Date: Facilities Manager No Packet Pg. 350 8.1.d City of EDMONDS Washington FLEET MANAGER Department: Public Works - Fleet Pay Grade: NR-12 Bargaining Unit: Non -Represented FLSA Status: Exempt Revised Date: November 2012 Reports To: Public Works/Utilities Director POSITION PURPOSE: Under administrative direction, develops, manages and implements the maintenance and repair operations and services related to a variety of diesel, gas and propane gas powered City vehicles and equipment; purchases new equipment and vehicles and disposes of expired equipment and vehicles; maintains and meets all Federal and State requirements to operate an on -site fuel storage depot and fueling island; analyzes and tracks equipment and vehicle cost history; meets state requirements for vehicle emissions testing; controls and manages the assigned budget; trains, supervises and evaluates staff. ESSENTIAL FUNCTIONS AND RESPONSIBILITIES: The following duties ARE NOT intended to serve as a comprehensive list of all duties performed by all employees in this classification, only a representative summary of the primary duties and responsibilities. Incumbent(s) may not be required to perform all duties listed and may be required to perform additional, position -specific duties. • Manages, coordinates and reviews the work of assigned staff. • Assigns work activities and coordinates schedules, projects and programs; provides constructive feedback; reviews and evaluates work and makes effective suggestions and recommendations. • Supervises, coaches, trains and motivates staff, coordinating and/or providing staff training. • Manages the employment and hiring process and employee relations for assigned area. • Manages the workflow and prioritization of assigned projects and takes appropriate corrective action when necessary, providing advice and counsel to staff. • Develops or assists with developmental work plans for staff; makes recommendations and/or implements corrective actions, discipline and termination procedures as appropriate/necessary or as directed. • Manages, administers, maintains, and oversees assigned budgets including making recommendations to the annual budget. • Monitors expenditures and identifies needs while reviewing and approving reports, purchases and payments according to established policies and practices. • Makes recommendations and forecasts for future funds needed for staffing, equipment, materials and supplies. • Continuously plans, organizes, controls and directs the acquisition, disposal, maintenance and inventory of the City's vehicle fleet including: a variety of vehicles, emergency vehicles and construction and road equipment. • Prioritizes emergency repairs so that equipment and crews can be dispatched if needed; manages the financing of the City's fleet operations including preparing and implementing rental rates. • Manages and oversees the City's inventory of vehicles and equipment for safety, operational status and maintenance overall condition and appearance. Fleet Manager No Packet Pg. 351 8.1.d JOB DESCRIPTION Fleet Manager • Ensures safety practices, procedures and equipment are adhered to and investigates accidents as needed. • Oversees the operations, safety and maintenance of shop related equipment including: tire machine, wheel balances, welding equipment, hydraulic jacks and hoists, drill press, air compressor, electronic testers, gas analyzers, air condition equipment, charging systems analyzers, ethylene glycol recycles and other tools. • Provides technical advice and repair assistance to shop technicians; provides technical assistance to all City users on operating City equipment and vehicles. • Clarifies and transfers daily work repair reports of shop technicians into the City vehicle maintenance system/program. • Conducts monthly inventory of all parts and fuel used by City departments. • Designs and oversees the requests for all new equipment and vehicles for each City department. • Communicates with managers on department's needs and effectively tracks funding source that allows for the purchase of new equipment when needed. • Provides operational leadership to assure standards are met for productivity, efficiency, continuous quality improvement, customer satisfaction and teamwork; performs work within scope of authority and training and in compliance with policies and quality standards. • Monitors assigned operations and assure compliance with federal, state, and local regulations and policies; interprets policies and procedures and assures the consistent application of rules and regulations. • Serves as staff on a variety of boards, commissions and committees and prepares and presents staff reports and other necessary correspondence. • Attends and participates in professional group meetings; maintains awareness of new trends and developments in the fields related to area of assignment and incorporates new developments as appropriate and assigned. Required Knowledge of: • Operations, services, and activities of a City Public Works Department. • Fleet maintenance techniques and practices. • Safety rules and regulations. • Basic fire apparatus. • State rules and regulations regarding emission testing. • Methods, equipment, tools, and materials used in the repair and maintenance of vehicles and equipment, including computer testing equipment. • Preventative maintenance and work order scheduling techniques including air and ABS brake systems. • Manufacturer, equipment and vehicle manuals, repair manuals and parts purchasing catalogs. • Structure, organization and inter -relationships of city departments, agencies and related governmental agencies and offices affecting assigned functions. • Federal, state and local laws, rules and regulations related to assigned activities and programs. • Effective oral and written communication principles and practices to include public relations. • Record keeping, report preparation and presentation techniques and practices. • Modern office procedures, methods, and equipment including computers and computer applications such as: word processing, spreadsheets, and statistical databases. • English usage, spelling, grammar and punctuation. • Principles of business letter writing. • Principles and practices of governmental budget preparation and administration. • Supervisory and training principles, methods and techniques. Fleet Manager No Packet Pg. 352 8.1.d JOB DESCRIPTION Fleet Manager Required Skill in: • Operating, maintaining and repairing of a variety of gasoline and diesel powered engines and equipment. • Managing fleet operations. • Reviewing, reading, analyzing and interpreting vehicle and equipment repair and maintenance manuals and parts catalogs. • Troubleshooting and repairing automotive/mechanical systems. • Using various automotive computer, electrical, and engine testing equipment and hand tools appropriate to the job. • Interpreting and applying applicable Federal, State and local policies, laws and regulations. • Establishing, tracking and maintaining accurate files and records. • Monitoring and practicing safe work practices. • Utilizing personal computer software programs and other relevant software affecting assigned work and in compiling and preparing spreadsheets. • Establishing and maintaining effective working relationships with staff, management, vendors, outside agencies, community groups and the general public. • Interpreting and administering policies and procedures sufficient to administer, discuss, resolve and explain them. • Compiling and preparing a variety of records, files, and reports. • Developing and monitoring departmental and program/project operating budgets, costs and schedules. • Communicating effectively verbally and in writing including public relations. • Supervising, leading, coaching and using best management practices to improve staff performance; delegating tasks and workload assignments. MINIMUM QUALIFICATIONS: Education and Experience: Associates Degree or Vocational Training in Automotive Technology, Mechanic and Equipment Maintenance, Fleet Management, Public Works or related field and six years of experience managing or supervising automotive and equipment repair including the knowledge of the tools and equipment needed to perform assigned duties, that includes three years of staff supervisory and budgetary responsibility; preferably in a municipal or public sector environment; OR an equivalent combination of education, training and experience. Required Licenses or Certifications: Valid State of Washington Driver's License, Class A commercial driver's license (CDL) with tanker and air brake endorsement. Must be able to successfully complete and pass a background check. Other Requirements: Ability to pass a mandatory drug test upon conditional job offer. WORKING CONDITIONS: Environment: • Shop conditions. • Moderate exposure to fumes, dust, odors, oil/grease and gases. • Moderate noise. • Driving a vehicle to conduct work. Fleet Manager No Packet Pg. 353 8.1.d JOB DESCRIPTION Fleet Manager Physical Abilities: • Hearing, speaking or otherwise communicating to exchange information in person or on the phone. • Operating tools and equipment necessary to perform the work. • Sitting, standing or otherwise remaining in a stationary position for extended periods of time. • Performing repairs. • Bending at the waist, pushing, pulling, kneeling or crouching, reaching overhead, above the shoulders and horizontally or otherwise positioning oneself to accomplish tasks. • Lifting/carrying or otherwise moving or transporting heavy objects up to 50 lbs. • Ability to wear appropriate personal protective equipment based on required City Policy. Hazards: • Contact with angry and/or dissatisfied customers. • Fumes from vehicle and equipment operations. • Exposure to chemicals. • Working around and with machinery having moving parts. Incumbent Signature: Date: Department Head: Date: Fleet Manager No Packet Pg. 354 8.1.d City of EDMONDS Washington HUMAN RESOURCES DIRECTOR Department: Human Resources Pay Grade: NR 20 Bargaining Unit: Non -Represented FLSA Status: Exempt Revised Date: June 2016 Reports To: Mayor POSITION PURPOSE: Under administrative direction, plans, organizes, control and directs the Human Resources functions and programs of the City; provide internal consulting assistance to the City's management and supervisory staff in a variety of Human Resources areas; supervise and evaluate the performance of assigned personnel. Directors are responsible for the operations of the departments and may delegate signing authority except as limited by the provisions of Edmonds City Code or state or federal law. ESSENTIAL FUNCTIONS AND RESPONSIBILITIES: The following duties ARE NOT intended to serve as a comprehensive list of all duties performed by all employees in this classification, only a representative summary of the primary duties and responsibilities. Incumbent(s) may not be required to perform all duties listed and may be required to perform additional, position -specific duties. • Plans, organizes, controls and directs the Human Resources functions and programs of the City including recruitment/selection, compensation/classification, training/development, labor relations, safety, personnel records, policy development, general management assistance and supervision of the Human Resources office. • Plans, organizes, coordinates and administers employee development and training programs including performance evaluation, educational assistance and in-service training; coordinate a variety of employee recognition programs; assist and counsel employees with confidential matters requiring internal or external resources; provide general conflict resolution assistance in employee related disputes. • Provides internal consulting assistance to the City's management and supervisory staff in a variety of areas including staffing and organization, employee development, disciplinary problems, and other special employment needs. • Plans, organizes and coordinates the City's recruitment and selection processes to assure compliance with legal requirements, human resources needs, and budgetary authority; provides staff assistance and guidance to the hiring authority in the selection of new employees and promotions; provides new employee orientations, exit interviews and payroll/benefit processing; • Coordinates the City's civil service program of recruitment, selection, classification and discipline; provide advice on selection techniques and procedures; advise Police management as needed and serve as Secretary & Chief Examiner to the commission. • Attends, conducts and participates in a variety of committee meetings; coordinates and participates on various labor-management committees, performs special projects involving research and report writing. Human Resources Director Packet Pg. 355 8.1.d JOB DESCRIPTION Human Resources Director • Supervises, coaches, trains, motivates and evaluates the performance of assigned staff; interview and selects employees and recommends transfers, reassignments, terminations and disciplinary actions; plans, coordinates and arranges for appropriate training of subordinates. • Manages the workflow and prioritization of projects and measures the performance of the department and all related staff and takes appropriate corrective action when necessary. • Administers the City's classification and compensation programs and systems including maintaining job descriptions, position control, salary and benefit administration, and policy development and compliance; conducts research on salary and benefit issues with outside agencies; analyze related cost areas and recommend changes to compensation and benefit programs as appropriate. • Prepares and conducts labor negotiations as directed by the Mayor and may serve as Chief Negotiator with a variety of organized bargaining units, including: public safety, public works and office technical employees; administers the labor agreement during the terms of the contract, and assists the management staff with grievances and related employee concerns. • Performs employee investigations and resulting investigatory reports; provides recommendation on follow up and/or corrective action based on investigatory findings. • Develops and recommends new or modified policies to address human resource needs within the City; direct and interpret the application of established personnel policies; develops employee communications to disseminate policy information. • Develops and prepares the annual preliminary budget for the Human Resources department; analyzes and reviews budgetary and financial data; monitors and authorizes expenditures in accordance with established limitations; reviews and approves reports, purchases, and payments according to established policies and practices and make recommendations and forecast for future funds needed for staffing, equipment, materials and supplies • Serves as primary staff liaison to the Disability Board and oversees the staff work on the Disability Board; serves as staff appointed representative as needed to the City MEBT Committee and the City-wide Safety Committee. • Directs the preparation and maintenance of a variety of narrative and statistical reports, records and files related to assigned activities and personnel; prepares information and materials for presentations on human resource issues to the City Council; prepares a variety of annual reports for the State and federal government. • Oversees and manages the City's worker's compensation and health/wellness programs, review programs for compliance with state and federal regulations. • Communicates with other administrators, personnel and outside organizations to coordinate activities and programs, resolve issues and conflicts and exchanges information. • Oversees records retention and records management for the department under Washington State Record retention rules including responding to and disseminating information appropriately for public records requests. • Responsible for determining needs for and maintenance of information for the City's Human Resources website. • Performs long-range planning activities including organizational planning and development, and strategic planning as needed. • Performs related duties as assigned. Human Resources Director Packet Pg. 356 8.1.d JOB DESCRIPTION Human Resources Director Required Knowledge of: • Employment and labor related law, city ordinances, state & federal legislation and industry best practices. • Governmental HRIS or information systems programs (Eden) for HR reporting. • Operations, services and activities of comprehensive Human Resources program. • Principles and practices of human resources administration and program development (HRD and HRM), including those specific to the public sector. • Job analysis, classification and evaluation techniques and practices. • Basic payroll processing. • Investigatory techniques. • Principles and methods of job analysis/evaluation and salary administration. • Structure, organization and inter -relationships of city departments, agencies and related governmental agencies and offices affecting assigned functions. • Employee relations, labor and contract negotiations and administering bargaining agreements. • Federal, state and local laws, rules and regulations related to assigned activities and programs including employment law and hiring practices. • Effective oral and written communication principles and practices to include public relations and public speaking. • Program/project management techniques and principles. • Research methods and report preparation and presentation. • Modern office procedures, methods, and equipment including computers and computer applications such as: word processing, spreadsheets, and statistical databases. • English usage, spelling, grammar and punctuation. • Principles of business letter writing. • Principles and practices of governmental budget preparation and administration. • Supervisory and training principles, best management practices, methods and techniques. Required Skill in: • Planning, organizing and directing a variety of assigned programs, projects and activities related to the diverse activities of the Human Resources Department. • Directing assigned human resource programs in a public -sector setting. • Interpreting, applying and administering policies and procedures sufficient to administer, discuss, resolve and explain them. • Keeping updated on legislation changes and state and federal laws related to and affecting human resources policies and best practices. • Performing professional -level work in the recruitment, screening, hiring, position classification and job evaluation. • Providing consultation, guidance and assistance regarding human resources and risk management policies and procedures, rules and regulations to administration, elected officials, department heads and supervisors, employees and the general public. • Analyzing complex problems, conducting comprehensive research, identifying alternative solutions, projecting consequences of proposed actions and making recommendations for resolution and implementation. • Performing investigations and providing investigatory reports. • Internal risk management and minimizing risk exposure. • Responding to inquiries or complaints from customers, regulatory agencies, or members of the general public. Human Resources Director Packet Pg. 357 8.1.d JOB DESCRIPTION Human Resources Director • Labor relations and contract negotiations in the public sector including grievance administration and binding arbitration. • MS Office Suite including: MS Excel, Access, Word, PowerPoint, Outlook, Publisher, Sharepoint, etc. • Algebra for mathematical computations regarding compensation and benefits information. • Utilizing personal computer software programs and other relevant software affecting assigned work and in compiling and preparing spreadsheets. • Establishing and maintaining effective working relationships with staff, management, vendors, outside agencies, community groups and the general public. • Interpreting and administering policies and procedures sufficient to administer, discuss, resolve and explain them. • Industrial health and safety program administration. • Maintaining confidentiality and communicating with tact and diplomacy. • Applying program/project management techniques and principles. • Preparing comprehensive narrative and statistical reports. • Developing and monitoring departmental and program/project operating budgets, costs and schedules. • Communicating effectively verbally and in writing, including public relations and public speaking. • Supervising, leading, and delegating tasks and workload assignments. • Working under deadlines, pressure and meeting schedules and timelines. • Working independently with little direction. MINIMUM QUALIFICATIONS: Education and Experience: Bachelor's Degree in Human Resources, Public Administration, Employment Law, Business Administration or related field and seven years of increasingly responsible human resource experience that includes direct responsibility for managing or supervising operations, programs and/or services in one or more human resource functional areas. Four years of staff supervisory, management and budgetary responsibility for a department or major division/functional area within a department; preferably in a public sector environment; OR an equivalent combination of education, training and experience to demonstrate the ability to perform the duties of the position. SHRM-SCP or other HR certifications such as CEBS, CMS, CLRP or CCP preferred. Required Licenses or Certifications: Valid State of Washington Driver's License. Must be able to successfully complete and pass a background check. Senior Professional in Human Resources (SPHR) preferred. WORKING CONDITIONS: Environment: • Office environment. • Constant interruptions. Physical Abilities • Hearing, speaking or otherwise communicating to exchange information in person or on the phone. • Operating a computer keyboard and other office equipment. • Reading and understanding a variety of materials. Human Resources Director Packet Pg. 358 8.1.d JOB DESCRIPTION Human Resources Director • Sitting or otherwise remaining in a stationary position for extended periods of time. • Bending at the waist, reaching above shoulder or horizontally or otherwise positioning oneself to accomplish tasks. • Lifting and/or carrying or otherwise moving or transporting up to 30 lbs. (occasionally). Hazards: • Contact with angry, dissatisfied and/or distressed employees and/or customers. Incumbent Signature: Department Head: Date: Date: Human Resources Director Packet Pg. 359 8.1.d City of EDMONDS Washington Human Services Program Manager Department: Community Services Pay Grade: NR-10* Bargaining Unit: AFSME* FLSA Status: Non-exempt Revised Date: 01/08/2020 Reports To: Community Services Director *This position's wages were established on the non -represented scale. It was later determined this position qualifies for AFSCME membership. Wages will be bargained on the AFSCME scale with the next union contract negotiations. POSITION PURPOSE: The Human Services Program Manager is a key City position that is responsible for assisting citizens by connecting to currently available human services programs, assisting in the navigation of processes required to receive services, and advocating for human and civil rights. The incumbent will be key in developing relationships with human services program providers, evaluating currently available services and programs, and advocating for new services and programs to improve the lives of the citizens of Edmonds. ESSENTIAL FUNCTIONS AND RESPONSIBILITIES: The following duties ARE NOT intended to serve as a comprehensive list of all duties performed by all employees in this classification, only a representative summary of the primary duties and responsibilities. Incumbent(s) may not be required to perform all duties listed and may be required to perform additional, position -specific duties. • Develop the City's Human Services Program to include analysis of current human services offerings, development of internal City processes to connect citizens to human services support programs, and establishing relationships with program providers, professional organizations, and groups that impact the human services available in the City of Edmonds • Plan, organize and manage the Human Services Program for the City. • Develop and administer an annual work plan to include the City's human service, priorities, establishing and updating of policies and identification of external programs that meet priorities or that will need to be established in order to meet priorities. • Originate and develop innovative programs and projects in addressing critical and emergent human Service needs in the community; • Understand, measure, analyze and respond to community needs on an ongoing basis. Advocate for and support a systems approach to meeting the community needs. • Assist citizens and community agencies in developing programs to respond to community needs; coordinate with local agencies to provide assistance to citizens in need. • Foster the development of community collaborations and partnerships to provide human services to Edmonds residents. Provide networking opportunities for human service providers and facilitate relationship development among them. • Present reports to the Director, Mayor, City Council, and citizens groups. • Oversee and develop resource and referral information and brochures to assist citizens in need or citizens seeking to help others in need; Human Services Program Manager Last Reviewed: 06/08/2021 Last Revised: 01/08/2020 Packet Pg. 360 8.1.d 2 of 3 JOB DESCRIPTION Human Services Program Manager • Represent the City of Edmonds on regional and sub -regional human services bodies, boards and committees; • Establish and maintain cooperative and effective working relationships with other jurisdiction's Human Services offices including state, county and city, and other community agencies and organizations concerned with addressing human services issues and needs in the community. • Provide technical and policy information to the public, and meet with public to resolve Human Service problems within the community and maintain positive relations. • Communicate community needs to stakeholders, and promote available resources and solutions. • Ensure that the community and other city departments are aware of resources and providers within the city, and can make appropriate referrals. • Collaborate with other city divisions and departments to address changing needs and demographics. • Participate in local, Snohomish County -wide, and region -wide conversations around human services to align city and regional priorities. • Coordinate programs, systems, and activities with local and regional human service providers and with other jurisdictions. Assist in the development of regional responses to local needs. • Serve as the city's representative to committees and organizations, communicate and meet City officials and administrators, public and private organizations, agencies, residents; serve on various committees as required. • Seek grant funding on behalf of the City to address human services needs and/or develop greater capacity to address needs by City staff and/or resources. • Ensure effective customer service, and efficient productivity, • Remain current with relevant advancements related to field. • Maintain regular, reliable, and punctual attendance, work evening and/or weekend hours as assigned, and travel as required. Required Knowledge of: • Principles and practices of planning, development, and execution of municipal human services programs • Local and regional human services issues • Snohomish County human service providers/systems. • Community demographics. • Policies and objectives of assigned programs and activities. • Laws, rules and regulations related to assigned activities. • Budget preparation practices. • Grant application processes, grant availabilities and eligibility. Required Skill in: • Interpersonal skills using tact, patience, and courtesy, including diverse community groups • Effective, professional, and positive interactions with difficult individuals. • Meet schedules and deadlines. • Report preparation and distribution skills. • Budget development and control skills. • Research and analytical skills. • Decision -making skills. • Conflict resolution and problem -solving skills. • Leadership skills. • Detail -oriented organizational skills. • Ability to: o Compose, proofread, and edit correspondence, ensuring correct grammar, spelling, punctuation and vocabulary. o Work independently. o Negotiate viable solutions under a variety of circumstances. o Analyze situations accurately and adopt an effective course of action. Human Services Program Manager Last Reviewed: 06/08/2021 Last Revised: 01/08/2020 Packet Pg. 361 8.1.d 3 of 3 JOB DESCRIPTION Human Services Program Manager o Generate complex reports. o Oral communication and public presentation skills. • Working with diverse community groups. • Grant application writing, researching grant opportunities. MINIMUM QUALIFICATIONS: Education and Experience: Bachelor's degree in Public Administration, one of the social sciences or other related field directly related to Human Services or Social Work. Four (4) years of increasingly responsible experience in program management with at least two (2) of those years specifically in the management of Human Services programs and/or services. Experience in public sector program management is preferred. An equivalent combination of education, training and experience that will allow the incumbent to successfully perform the essential functions of the position will be considered. Must be able to successfully complete and pass a background check. Required Licenses or Certifications: Valid Driver's license required at time of hire. State of Washington Driver's License required within 30 days of hire. WORKING CONDITIONS: Environment: • Office environment • Constant interruptions • Travel to conduct work may be necessary at times, mostly locally • Some evening and weekend hours may be required for meetings Physical Abilities • Hearing, speaking or otherwise communicating to exchange information in person or on the phone. • Operating a computer keyboard or other office equipment. • Reading and understanding a variety of materials. • Sitting or otherwise remaining stationary for extended periods of time. • Bending at the waist, reaching above shoulders and horizontally or otherwise positioning oneself to accomplish tasks. Hazards: • Contact with angry and/or dissatisfied customers. • Prolonged exposure to glare from computer monitors. • Exposure to heavy dust in some work areas • Occasional exposure to toxic or caustic chemicals, i.e. copier toner Incumbent Signature: Department Head: Date: Date: Human Services Program Manager Last Reviewed: 06/08/2021 Last Revised: 01/08/2020 Packet Pg. 362 8.1.d City of EDMONDS Washington Information Services Manager Department: Administrative Services Pay Grade: NR-15 Bargaining Unit: Non Represented FLSA Status: Exempt Revised Date: January 2016 Reports To: Administrative Services Director POSITION PURPOSE: The Information Services Manager is responsible for management of the day-to-day activities and long term strategic vision pertaining to the City's data and telecommunications networks, PC help desk, data backup and recovery, systems and network security, and servers and desktop computers. Provides training and direction, coordinates work flow and project assignments, serves as a working manager and a technical expert and resource for all staff assigned to the Information Services Department. ESSENTIAL FUNCTIONS AND RESPONSIBILITIES: The following duties ARE NOT intended to serve as a comprehensive list of all duties performed by all employees in this classification, only a representative summary of the primary duties and responsibilities. Incumbent(s) may not be required to perform all duties listed and may be required to perform additional, position -specific duties. • Develop, implement and adjust long range Technology Strategic Plan with performance metrics and replacement schedules to ensure optimal use of technology assets and budgets. • Responsible for the City's disaster recovery and business continuity plan and operations. • Responsible for maintaining the overall effective operation and security of the City's telecommunications (telephony), and data network systems including design, development, and maintenance. • Verifies compatibility for integration of all potential or proposed systems involving technology infrastructure. • Ensures the City's vision and mission are considered in planning and implementing information technology systems. • Responsible for resolution of network or PC failures and problems. • Ensures that customer service and communication with customers is a priority. • Recommends and manages the Information Systems Department budget and any associated capital projects budgets. • Evaluates changes and new developments in office automation, information systems, computer hardware and software. Recommends which changes would improve the operation of City's information technology functions and negotiates with vendors and consultants to reach the best solution for the City. • Analyzes and determines "chargeback" rates to funds and departments. • Ensures compliance and accountability with federal, state and local regulations, policies and procedures. • Works collaboratively with Directors and staff to architect and guide City information systems including computer, network, storage, telecom, security and software systems. • Supervises and reviews the work of assigned staff; assigns work activities and coordinates schedules, projects and programs; provides constructive feedback while reviewing and evaluating work; makes effective suggestions and recommendations. Information Services Manager Last Reviewed- Last Revi Packet Pg. 363 JOB DESCRIPTION Information Services Manager 8.1.d 2 of 4 • Manages the workflow and prioritization of projects and all related staff and takes appropriate corrective action. • Serves as staff on a variety of boards, commissions and committees at the direction of the Administrative Services Director. • Maintains awareness of new trends and developments in the fields related to area of assignment and incorporates new developments as appropriate ensuring processes, policies and practices are interpreted and applied consistently and effectively. • Coordinates policies and strategic planning under the direction of the Administrative Services Director. Required Knowledge of: • Ability to motivate and encourage staff, builds teamwork, and fosters a sense of accomplishment. • Excellent interpersonal skills for establishing and maintaining effective working relationships with employees, other Division staff, and vendors. • Comprehensive and up-to-date knowledge of network operating system and data communication capabilities and functions, particularly those of Unix and Windows in a multi -domain environment utilizing TCP/IP and Cisco router technology. • Comprehensive and up-to-date knowledge of PC operating systems, along with common utilities for PC diagnosis. • Working knowledge of data and VOIP voice communication concepts, methods and security issues. • Strong written communication skills for composing documentation and corresponding with City employees and vendors. • Excellent organization, time management, problem solving and planning skills. • Knowledge of the functions of City departments, standard City office operations and procedures, and interdepartmental working relationships. • Ability and willingness to maintain the absolute confidentiality of all sensitive files and materials accessed, discussed or observed while in the performance of duties. • Willingness and ability to support on -call staff in the evenings and on weekends. • Maintains current knowledge of IT project management tools and techniques. • Federal, State and local laws, rules and regulations related to assigned activities and programs relevant to assigned functions. • Effective oral and written communication principles and practices to include public relations and public speaking. • Research methods and report preparation and presentation including external and management reporting requirements and report preparation. • Modern office procedures, methods and equipment including computers and computer applications such as: word processing, spreadsheets, and statistical databases. • English usage, spelling, grammar and punctuation. • Principles of business letter writing. • Principles and practices of governmental budget preparation and administration. • Supervisory and training principles, best management practices, methods and techniques. Information Services Manager Last Reviewed- Last Revi Packet Pg. 364 JOB DESCRIPTION Information Services Manager Required Skill in: • Technical problem resolution • Supervising information resources and staff 8.1.d 3 of 4 • Communicating effectively verbally and in writing, including public relations and public speaking. • Assessing IT resources for compatibility with current and projected needs and developing and implementing IT acquisition and integration strategy for all City departments. • Standard business platforms including Microsoft productivity software, servers and workstations. • Supervising, leading, coaching and using best management practices to improve staff performance; delegating tasks and workload assignments. • Establishing and maintaining effective working relationships with staff, management, vendors, outside agencies, community groups and the general public. • Administering program goals and objectives; implementing initiatives and recommendations in support of department and City goals. • Preparing clear and concise administrative and statistical reports and correspondence. • Adapting to changes in technology and developing organizational goals and objectives. • Developing and administering contracts for supplies, services and equipment. • Analyzing policy and making effective decisions with the approval of the Administrative Services Director. • Evaluating processes and procedures for improvement and cost-effectiveness. • Interpreting and applying federal, state and local policies, laws and regulations. • Interpreting and administering policies and procedures sufficient to administer, discuss, resolve and explain them. • Applying program/project management techniques and principles. MINIMUM QUALIFICATIONS: Education and Experience: Bachelor's Degree in Computer Science, Business Administration or a closely related field; AND four years of significant experience in the administration or supervision of information technology systems including direct responsibility for leading, supervising or managing operations, programs and services, voice and data networks, customer web interface programs, integration responsibilities with vendors and contractors, software product design, budget/fiscal oversight/administration and project management; OR an equivalent combination of education, training, and experience. Required Licenses or Certifications: Valid State of Washington Driver's License. Must be able to successfully complete and pass a background check. Preferred Certifications: Cisco CNA Microsoft MCP WORKING CONDITIONS: Environment: • Indoor work environment. Information Services Manager Last Reviewed- Last Revi Packet Pg. 365 JOB DESCRIPTION Information Services Manager 8.1.d 4 of 4 Physical Abilities: • Bending at the waist, reaching overhead, above the shoulders and horizontally, stooping, kneeling, crouching, crawling or otherwise positioning oneself to accomplish tasks. • Sitting, standing or otherwise remaining in a stationary position for extended periods of time. • Reading and understanding a variety of materials. • Lifting/carrying or otherwise moving or transporting moderately heavy objects. • Hearing, speaking or otherwise communicating to exchange information in person and on the telephone. • Operating/using a computer keyboard or other office equipment. Hazards: • Contact with angry and/or dissatisfied employees and/or customers. • Prolonged exposure to glare from computer monitors. • Exposure to heavy dust in some work areas. Incumbent Signature: Department Head: Date: Date: Information Services Manager Last Reviewed- Last Revi Packet Pg. 366 8.1.d City of EDMONDS Washington PARKS, RECREATION & CULTURAL SERVICES DIRECTOR Department: Parks, Recreation & Cultural Services Pay Grade: NR-20 Bargaining Unit: Non Represented FLSA Status: Exempt Revised Date: November 2012 Reports To: Mayor POSITION PURPOSE: Under administrative direction, directs and administers the development and oversight of comprehensive parks, recreation, and cultural services programs for the City including: policy and decision making, contract administration, negotiations, budget management, staff development, facilities and programs management, cultural tourism, park maintenance, capital planning and development and improvements to promote community involvement and enhance quality of life for citizens of Edmonds. Directors are responsible for the operations of the departments and may delegate signing authority except as limited by the provisions of Edmonds City Code or state or federal law. ESSENTIAL FUNCTIONS AND RESPONSIBILITIES: The following duties ARE NOT intended to serve as a comprehensive list of all duties performed by all employees in this classification, only a representative summary of the primary duties and responsibilities. Incumbent(s) may not be required to perform all duties listed and may be required to perform additional, position -specific duties. • Directs department operations to maintain effective and efficient programs; ensure compliance and accountability with Federal, State and local regulations, policies and procedures. • Plans, directs, coordinates, monitors and reviews the work of assigned staff. • Supervises, coaches, trains and motivates staff; coordinates and/or provides staff training. • Provides constructive feedback to staff reviews and evaluates work and makes effective suggestions and recommendations. • Directs the department employment and hiring process and employee relations. • Manages the workflow and prioritization of projects and measures the performance of the Department and all related staff and takes appropriate corrective action when necessary. • Develops, administers, maintains and oversees the Departmental budget including: the annual or bi- annual budget, outside funding, revenues, assists with the Capital Improvement Program, and Capital Facilities Program. • Makes recommendations and forecasts for future funds needed for staffing, equipment, materials and supplies; recommends efficiencies to keep costs within established financial guidelines; approves Department expenditures and implements adjustments. • Provides advice and coaching to staff; develops work plans for staff. • Implements and / or recommends corrective actions and discipline and termination procedures as appropriate / necessary. • Develops action plans and metrics analyzing operational results and ensures the effective allocation and utilization of resources. • Serves as staff on a variety of boards, commissions and committees and prepares and presents staff reports and other necessary correspondence, including a quarterly report to Planning/Parks Board. Parks, Recreation & Cultural Services Director No Packet Pg. 367 8.1.d JOB DESCRIPTION Parks, Recreation & Cultural Services Director DRAFT • Attends and participates in professional group meetings maintaining awareness of new trends and developments in the fields related to area of assignment; incorporates new developments as appropriate and ensures processes, policies and practices are interpreted and applied consistently and effectively. • Oversees the preparation and maintenance of a variety of reports, records and files related to assigned activities; prepare and maintain records and reports related to budgets, plans, progress, personnel and related activities. • Fulfills roles and responsibilities on the EOC team as assigned by the Mayor. • Plans and directs the development and oversight of comprehensive recreation and cultural service programs including: arts, cultural activities, aquatics, day camps, fitness and athletics, gymnastics, preschool, lifelong learning and community events that promote community involvement and enhance quality of life. • Actively participates and provides leadership in city-wide long range planning and policy recommendations, council relationships and executive leadership team. • Promotes Economic Development and economic tourism; seeks funding for and manages capital projects that create a sense of place and enhance the aesthetics of the public right-of-way through public art or streetscape design and works collaboratively with all departments to accomplish city-wide vision, mission, and goals. • Directs the development and oversight of the comprehensive planning process for parks, recreation, and cultural services including: the City-wide Comprehensive Plan, Parks, Recreation and Open Space Comprehensive Plan, Community Cultural Plan and Streetscape Plan. • Develops and maintains all City parks and facilities to include: Yost Pool, the Frances Anderson Center, Edmonds Memorial Cemetery, Bracketts' Landing Underwater Park, waterfront parks, the flower program, dog park areas and park -related lands and park sites. • Works with citizens, Council members, public and private partners, neighborhoods, schools and legislators to address needs, concerns, resolve issues and engage interests in provision of parks, recreation and cultural services. • Oversees land acquisitions and management including: negotiations, contracts and agreements. • Incorporates new developments as appropriate and ensures processes, policies and practices are interpreted and applied consistently and effectively. • At the direction of the Mayor, works with Council to provide thorough information, analysis, pros/cons, consequences, options and recommendations on specific topics. • Perform related duties as assigned by Mayor. Required Knowledge of: • Operational characteristics, services and activities related to parks, recreation and cultural services programs, including business and industry principles, city codes and practices related to work assigned. • Principles and practices of developing, administering and directing a comprehensive City parks, recreation and cultural services program. • Principles and practices of land acquisition processes applicable to park lands and facilities. • Structure, organization and interrelationships of city departments, agencies and related governmental agencies and offices affecting assigned functions. • Effective oral and written communication principles and practices to include public relations. • Program/project management techniques and principles. • Grant writing techniques and principles. • Contract negotiation and administration. Administrative program / project management techniques and principles. • Research methods and report preparation and presentation. • Budget preparation and control. Parks, Recreation & Cultural Services Director No Packet Pg. 368 8.1.d JOB DESCRIPTION Parks, Recreation & Cultural Services Director DRAFT • Modern office procedures, methods, and equipment including computers and computer applications such as: word processing, spreadsheets, and statistical databases. • English usage, spelling, grammar and punctuation. • Principles of business letter writing. • Principles and practices of governmental budget preparation and administration. • Supervisory and training principles, best management practices, methods and techniques. Required Skill in: • Ability to work within federal, state, local laws, codes, regulations. • Planning, organizing and managing a variety of programs, projects and activities related to the diverse activities of the Parks, Recreation & Cultural Services Department. • Preparing, submitting, administering and monitoring grant proposals. • Utilizing personal computer software programs and other relevant software affecting assigned work and in compiling and preparing spreadsheets. • Establishing and maintaining effective working relationships with staff, management, vendors, outside agencies, community groups and the general public. • Organizing and administering the functions of a parks and recreation department. • Serving as community liaison and participating as a member of various boards and committees. • Interpreting and administering policies and procedures sufficient to administer, discuss, resolve and explain them. • Negotiating with representatives of various citizen groups and private and public agencies. • Analyzing situations accurately and adopting an effective course of action. • Maintaining confidentiality and communicating with tact and diplomacy. • Applying program/project management techniques and principles. • Preparing comprehensive narrative and statistical reports. • Developing and monitoring departmental and program/project operating budgets, costs and schedules. • Communicating effectively verbally and in writing. • Supervising, leading, best management practices and delegating tasks and workload assignments. MINIMUM QUALIFICATIONS: Education and Experience: Bachelor's Degree in Public Administration, Parks & Recreation, Recreation or related field and seven years of experience in administering and managing major parks and recreation related programs and services, preferably within a municipal or public sector environment that includes four years of staff supervisory, budgetary, and management responsibility for a department or major division; OR an equivalent combination of education, training and experience. Master's Degree preferred. Required Licenses or Certifications: Valid State of Washington Driver's License. Must be able to successfully complete and pass a background check. Parks, Recreation & Cultural Services Director No Packet Pg. 369 8.1.d JOB DESCRIPTION Parks, Recreation & Cultural Services Director DRAFT WORKING CONDITIONS: Environment: • Office environment. • Constant interruptions. • Driving a vehicle to conduct work. Physical Abilities: • Hearing, speaking or otherwise communicating to exchange information in person or on the phone • Reading and understanding a variety of materials. • Operating a computer keyboard or other office equipment. • Sitting, standing or otherwise remaining in a stationary position for extended periods of time. • Bending at the waist, kneeling, crouching, reaching above shoulders and horizontally or otherwise positioning oneself to accomplish tasks. Hazards: • Contact with potentially angry and/or dissatisfied customers. Incumbent Signature: Department Head: Date: Date: Parks, Recreation & Cultural Services Director No Packet Pg. 370 8.1.d City of EDMONDS Washington PLANNER Department: Development Services - Planning Pay Grade: NR-7 Bargaining Unit: Non -Represented FLSA Status: Exempt Revised Date: October 2012 Reports To: Planning Manager POSITION PURPOSE: Under general supervision, performs general planning related activities and tasks for assigned area within City Planning; provides technical assistance in the processing of planning permits for the City of Edmonds; reviews building permits for compliance with zoning, critical areas and design review requirements; conducts critical reviews and various planning reviews as assigned. The Planner performs projects independently and supports the planning function in responding to customer inquiries, processing planning permits and participating in short-term and long term planning activities. ESSENTIAL FUNCTIONS AND RESPONSIBILITIES: The following duties ARE NOT intended to serve as a comprehensive list of all duties performed by all employees in this classification, only a representative summary of the primary duties and responsibilities. Incumbent(s) may not be required to perform all duties listed and may be required to perform additional, position -specific duties. • Provides technical assistance in the processing of planning permits for current applications for the City; conducts a variety of reviews of building permits for compliance with zoning, critical areas, environmental and design review requirements and conducts critical reviews and various planning reviews as assigned. • Perform site inspections; coordinates requirements from other departments; reviews applications and appeals for compliance with development code and compliance with environmental regulations; creates associated reports. • Communicates with the public in person and on the telephone regarding general complex planning issues. • Responds to questions from the public, applicants and developers regarding the City's development review process and assists applicants in the completion of application materials. • Ensures compliance with all applicable Federal, State and local rules, regulations and codes. • Prepares and maintains a variety of records and reviews related to assigned activities and updates or makes recommendations to policy and code in assigned areas. • Conducts various inspections associated with permit compliance in assigned area and fulfills requests for public records including compiling files, emails and data related to a particular request. • Prepares and updates maps, graphics and public information materials to support current and long- range planning projects; develops and maintains Geographic Information Systems (GIS) mapping and database records as assigned. • Participates on assigned committees; attends associated meetings and provides necessary support and information. • Maintains professional development including staying abreast with a variety of Federal, State and local regulations pertaining to land development and maintaining current knowledge of trends and developments in the planning field. Planner Packet Pg. 371 8.1.d JOB DESCRIPTION Planner • Communicates with governmental agencies and other cities regarding projects affecting the City of Edmonds and to coordinate activities, exchange information and resolve issues or concerns. Prepares and maintains a variety of records and reviews related to assigned activities • Reviews and makes recommendations to City codes or policy changes as appropriate and based on experience with daily operations and planning. Required Knowledge of: • Basic planning principles, practices and code of ethics. • General trends and issues in development and planning fields. • Basic construction, architectural design and development techniques. • Basic principles of customer service and public relations. • Basic research methods and report presentation. • Structure, organization and inter -relationships of city departments, agencies and related governmental agencies and offices affecting assigned functions. • Federal, state and local laws, rules, regulations, codes and administrative procedures related to assigned activities. • GIS development and maintenance. • Effective oral and written communication principles and practices to include customer service. • Basic project management techniques and principles; time management and project prioritization. • Modern office procedures, methods, and equipment including computers and computer applications such as: word processing, spreadsheets, and statistical databases. • English usage, spelling, grammar and punctuation. • Principles of business letter writing. Required Skill in: • Providing technical assistance in the processing of planning permits for current applications and in the development of short-range plans for the City of Edmonds. • Conducting basic code interpretation, architectural review, and code enforcement. • Understanding and interpreting legal and technical planning language and communicating the language in a way that is understandable to others. • Reviewing commercial and other building permits and conducting various types of reviews. • Providing information to the public regarding general and complex land and construction issues. • Handling difficult planning related situations with people. • Ensuring compliance with federal, state and local regulations related to land development. • Explaining policies, procedures, rules and regulations. • Maintaining current knowledge of rules, regulations, requirements and trends. • Meeting assigned schedules and timelines. • Compiling and verifying data and prepare reports. • Utilizing personal computer software programs and other relevant software affecting assigned work. • Establishing and maintaining effective working relationships with staff, management, vendors, outside agencies, community groups and the general public. • Applying basic project management techniques and principles. • Communicating effectively verbally and in writing including public relations. • Administering citizens' boards. Planner Packet Pg. 372 8.1.d JOB DESCRIPTION Planner MINIMUM QUALIFICATIONS: Education and Experience: Bachelor's Degree in Urban, Regional, or Municipal Planning, Geography, or related field and two year of experience performing planning duties including code and permit reviews, analysis, and evaluation, and preparation of basic reports; OR an equivalent combination of education, training and experience. Required Licenses or Certifications: Valid State of Washington Driver's License. Must be able to successfully complete and pass a background check. WORKING CONDITIONS: Environment: • Indoor/Outdoor/Office environment. • Driving a vehicle to work. Physical Abilities: • Hearing, speaking or otherwise communicating to exchange information in person and by phone • Reading and understanding a variety of materials. • Operating a computer and other office equipment. • Walking or otherwise moving and ascending/descending stairs during site visits. • Ability to wear appropriate personal protective equipment based on required City Policy. Hazards: • Chemicals, fumes or gases associated with utilities systems and projects. • Contact with angry and/or dissatisfied members of the public. Incumbent Signature: Date: Department Head: Date: Planner Packet Pg. 373 8.1.d City of EDMONDS Washington PLANNING MANAGER Department: Development Services — Planning Pay Grade: NR-16 Bargaining Unit: Non Represented FLSA Status: Exempt Revised Date: November 2012 Reports To: Development Services Director POSITION PURPOSE: Under administrative direction, plans, organizes, controls and directs the Planning Division within the Development Services Department including: overseeing daily operations, budgeting and administration; performs professional and technical planning activities on special projects and programs; serves as liaison and City representative on planning related matters to city boards, commissions, departments, City Council and to external agencies; supervises and evaluates the performance of assigned personnel. ESSENTIAL FUNCTIONS AND RESPONSIBILITIES: The following duties ARE NOT intended to serve as a comprehensive list of all duties performed by all employees in this classification, only a representative summary of the primary duties and responsibilities. Incumbent(s) may not be required to perform all duties listed and may be required to perform additional, position -specific duties. • Manages, coordinates and reviews the work of assigned staff; assigns work activities and coordinates schedules, projects and programs. • Provides constructive feedback, reviews and evaluates work and makes effective suggestions and recommendations. • Supervises, coaches, trains and motivates staff; coordinates and/or provides staff training. • Manages the employment and hiring process and employee relations for assigned area; manages the workflow and prioritization of assigned projects and takes appropriate corrective action when necessary. • Provides advice and counsel to staff, develops or assists with developmental work plans for staff; makes recommendations and/or implements corrective actions, discipline and termination procedures as appropriate/necessary or as directed. • Manages, administers, maintains and oversees assigned budgets including making recommendations to the annual Division budget. • Monitors expenditures and identifies and prioritizes Division needs; reviews and approves reports, purchases, and payments according to established policies and practices; makes recommendations and forecasts for future funds needed for staffing, equipment, materials and supplies. • Oversees development, updating and maintenance of Comprehensive Plan, Development Codes and public information programs; develops and coordinates policy recommendations to City administration, City Council and the Planning Board. • Develops and analyzes options and approaches to complex planning and legislative issues and policy. • Develops implementation schedules, approaches and strategies; presents the full range of plans, projects, code amendments, historical and regulatory reviews to boards, commissions and City Council; may also present similar concepts to other city staff in order to coordinate or provide educational information. Planning Manager No Packet Pg. 374 8.1.d JOB DESCRIPTION Planning Manager • Participates in special assignments or projects as required and as priorities are set by the City Council, Mayor and Department Director. • Researches complex issues on specific initiative; plans, develops and reviews technology improvements and initiatives at the division, department and city level; collaborates with other departments and IT. • Writes reports, plans, studies and policy analyses. • Organizes, conceptualizes, researches and writes plans, analyses, codes and code amendments, reports and permit reviews for boards, commissions, City Council, departments or other agencies such as regional and state agencies. • Uses decision support tools such as GIS, statistical or database tools to evaluate and assist in analysis and development of alternatives for study. • Communicates with other administrators, personnel and contractors to coordinate activities and programs, resolve issues and conflicts and exchange information. • Provides operational leadership to assure standards are met for productivity, efficiency, continuous quality improvement, customer satisfaction and teamwork. • Performs work within scope of authority and training and in compliance with policies and quality standards; monitors assigned operations and assures compliance with federal, state, and local regulations and policies. • Interprets policies and procedures and assures the consistent application of rules and regulations. • Serves as City representative to external governmental agencies at State, regional and local levels in areas related to planning or growth management and attend City Council and Planning Board meetings and makes presentations. • Prepares and presents staff reports and other necessary correspondence; attends and participates in professional group meetings; maintains awareness of new trends and developments in the fields related to area of assignment and incorporates new developments as appropriate and assigned. • Fulfills roles and responsibilities on the EOC team as assigned by the Mayor. Required Knowledge of: • Advanced planning principles, practices and code of ethics. • Trends and issues in development and planning fields. • Trends and issues in technical/workplace technology and tools. • Construction, architectural design and development techniques. • Principles of customer service and public relations. • Advanced project development, scheduling, monitoring and control systems. • Research methods and report presentation. • Structure, organization and inter -relationships of city departments, agencies and related governmental agencies and offices affecting assigned functions. • Federal, state and local laws, rules, regulations, codes and administrative procedures related to assigned activities and programs relevant to assigned functions. • Effective oral and written communication principles and practices to include public relations. • Advanced program/project management techniques and principles. • Modern office procedures, methods, and equipment including computers and computer applications such as: word processing, spreadsheets, and statistical databases. • English usage, spelling, grammar, and punctuation. • Principles of business letter writing. • Principles and practices of governmental budget preparation, control and administration. • Supervisory and training principles, best management practices, methods and techniques. Planning Manager No Packet Pg. 375 8.1.d JOB DESCRIPTION Planning Manager Required Skill in: • Managing the Planning Division with the Development Services Department including: overseeing daily operations, budgeting and administration. • Planning, organizing and managing complex programs and projects including funding control. • Performing policy analysis, including development of alternatives, cost/benefit and other types of decision analysis. • Interpreting planning requirements and objectives to interested groups and the general public. • Conducting code interpretation, architectural review and code enforcement. • Gathering information from a wide variety of sources, analyzing, editing and creating new documentation and researching and preparing administrative reports and project evaluations. • Evaluating processes and procedures for improvement and cost-effectiveness. • Preparing clear and concise administrative and statistical reports and correspondence. • Adapting to changes in technology and developing organizational goals and objectives. • Analyzing policy and making effective decisions. • Interpreting and applying Federal, State and local policies, laws and regulations related to area of responsibility. • Utilizing personal computer software programs and other relevant software affecting assigned work and in compiling and preparing spreadsheets. • Establishing and maintaining effective working relationships with staff, management, vendors, outside agencies, community groups and the general public. • Interpreting and administering policies and procedures sufficient to administer, discuss, resolve and explain them. • Applying advanced program/project management techniques and principles. • Developing and monitoring departmental and program/project operating budgets, costs and schedules. • Communicating effectively verbally and in writing including public relations. • Supervising, leading, coaching and using best management practices to improve staff performance; delegating tasks and workload assignments. MINIMUM QUALIFICATIONS: Education and Experience: Bachelor's Degree in Urban & Environmental Geography, Planning, Public Policy, Environmental Studies or related field and six years of experience performing professional planning duties including policy review, development and evaluation, and plan and code analysis, amendment, and recommendations, that includes three years of staff supervisory and budgetary responsibility; preferably in a municipal planning environment; OR an equivalent combination of education, training and experience. Required Licenses or Certifications: Valid State of Washington Driver's License. Must be able to successfully complete and pass a background check. WORKING CONDITIONS: Environment: • Indoor/Outdoor/Office environment. • Driving a vehicle to work. Physical Abilities: Planning Manager No Packet Pg. 376 8.1.d JOB DESCRIPTION Planning Manager • Hearing, speaking or otherwise communicating to exchange information in person and by phone. • Reading and understanding a variety of materials. • Operating a computer and other office equipment. • Walking or otherwise moving and ascending/descending stairs during site visits. • Ability to wear appropriate personal protective equipment based on required City Policy. Hazards: • Chemicals, fumes or gases associated with utilities systems and projects. • Contact with angry and/or dissatisfied customers. Incumbent Signature: Department Head: Date: Date: Planning Manager No Packet Pg. 377 8.1.d City of EDMONDS Washington POLICE CHIEF Department: Police Pay Grade: NR 22 Bargaining Unit: Non Represented FLSA Status: Exempt Revised Date: November 2012 Reports To: Mayor POSITION PURPOSE: Under direction of the Mayor, plans, organizes, controls and directs activities and operations of the Police Department including law enforcement activities and the protection of life and property; employs strategies for reducing and preventing crime; ensures efficient deployment of personnel and equipment resources; plans and directs strategic planning and goal development, departmental budgeting and human resource functions including staff supervision and evaluation; enforces appropriate federal, state and city laws and ordinances; serves as official representative of the Department. Directors are responsible for the operations of the departments and may delegate signing authority except as limited by the provisions of Edmonds City Code or state or federal law. ESSENTIAL FUNCTIONS AND RESPONSIBILITIES: The following duties ARE NOT intended to serve as a comprehensive list of all duties performed by all employees in this classification, only a representative summary of the primary duties and responsibilities. Incumbent(s) may not be required to perform all duties listed and may be required to perform additional, position -specific duties. • Manages the Edmonds Police Department through effective planning, staff management, resource allocation and sound fiscal practices. • Directs, coordinates and reviews the work of assigned staff; assigns work activities and coordinates schedules, projects and programs; provides constructive feedback, reviews and evaluates work and makes effective suggestions and recommendations. • Coaches, trains and motivates staff and coordinates and/or provides staff training. • Provides leadership, direction and guidance for Police Officers to preserve peace, reduce the fear and incidence of crime and meet the public safety needs of the community. • Directs the employment and hiring process and employee relations; manages the workflow and prioritization of projects and measures the performance of the department and all related staff. • Takes appropriate corrective action when necessary; provides advice and counsel to staff; develops developmental work plans for staff, implements corrective actions, and discipline and termination procedures as appropriate/necessary. • Develops, administers, maintains, and oversees the budget including the annual budget making recommendations and forecasts for future funds needed for staffing, equipment, materials and supplies. • Recommends efficiencies to keep costs within established financial guidelines and approves department expenditures and implements adjustments. • Plans, organizes, controls and directs activities and operations of the police Department that furthers the mission of the Department by providing general authority law enforcement services to the City through enforcement of local, state, and federal laws. • Maintains current knowledge in the field of law enforcement and criminal justice, ensures compliance with local, state, and federal law, and empowers law enforcement personnel to develop and implement programs that ensure the safety of community residents, employees, visitors and their property. Police Chief No Packet Pg. 378 8.1.d JOB DESCRIPTION Police Chief • Represents the Department and works collaboratively with City elected officials, management team, and staff regarding various facets of planning of staff resources, budget utilization and enhancement of systems, equipment, and strategies. • At the direction of the Mayor, works with Council to provide thorough information, analysis, pros/cons, consequences, options and recommendations for Council on specific topics. • Builds consensus among groups and individuals; oversees the Department's policies and procedures developments; provides overall strategic planning of law enforcement services, including equipment resource needs and utilizations. • Develops goals and directs activities in furtherance of the Department's mission considering both short and long-term objectives. • Meets regularly with staff to discuss and resolve priorities, workload and technical issues. • Delegates responsibility to designated staff and delegates legal authority as authorized under state and federal law. • Stays informed of new and innovative concepts and employs those concepts to improve effectiveness and efficiency in delivery of services. • Thinks strategically about future policing in a growing and changing community; evaluates program/work objectives and effectiveness within the context of organizational goals and realigns work and staffing assignments for the Department. • Considers and implements appropriate and innovative approaches to risk management and serves as the City's Disaster Coordinator responsible for overseeing the City's emergency services response to natural or manmade disasters. • Serves as key member of the Emergency Operations Center (EOC). • Ensures the Department meets and exceeds professional standards of conduct and accountability. • Develops staffing and resources contingency plans, consults with staff members concerning various critical issues and matters of mutual concern and maintains positive and effective labor relations between command staff and the two bargaining units. • Engages in collective bargaining negotiations maintaining current knowledge of wages, hours and working conditions as it relates to represented employees in the Department and in relation to benchmark positions in the labor market. • Prepares a variety of reports, memos and correspondence for internal and external use regarding Department operations and results. • Directs preparation and maintenance of official documents, files, records and reports. • Collaborates with and forms proactive partnerships with residents, businesses, neighborhoods, schools, human service agencies and various community groups responding to community needs and concerns. • Resolves complex issues and problems securing community input and support in carrying out the mission and goals of the Department and ensures participation of personnel in current professional training at all levels within the organization in order to develop future supervisors and leaders by ensuring rank appropriate training in areas of professional ethics, conduct and leadership. • Directs Department operations to maintain effective and efficient programs developing action plans and metrics. • Serves as staff on a variety of boards, commissions, and committees, attends and participates in professional group meetings representing the Department at meetings and official functions with other law enforcement and governmental organizations. • Maintains absolute confidentiality of work -related issues, client records and City information; performs related duties as required or assigned. • Ensures processes, policies and practices are interpreted and applied consistently and effectively. • Maintains physical abilities as set forth under Working Conditions (below). • Performs other duties as directed by the Mayor. Police Chief No Packet Pg. 379 8.1.d JOB DESCRIPTION Police Chief Required Knowledge of: • Professional, technical, and administrative phases of law enforcement, crime prevention, rules of evidence, criminal procedures, statutory, constitutional and case law. • Applicable federal, state, and local criminal and civil laws, codes and regulations. • Principles, practices, and procedures of police science and modern police administration, organization, and operation. • Standards by which the quality of police service is evaluated. • Use of police records and their application to the solution of police problems. • Advanced principles and practices of program development and administration. • Criminal procedures and techniques of criminal investigations. • Principles of risk management. • Effective labor relations, collective bargaining and civil service rules/regulations to include negotiation principles and practices. • General social problems and cultural diversity of citizenry. • The geographical layout of the City, street names and numbers. • Public safety data processing and communications. • Current office procedures, methods, and equipment including computers and computer applications such as word processing, spreadsheets, and statistical databases. • Effective communication principles and practices to include public relations and public speaking. • Principles of business letter writing and report preparation. • English usage, spelling, grammar, and punctuation. • Principles of supervision, training, and performance evaluation. Required Skill in: • Possessing the highest level of integrity and honesty in order to earn the trust and confidence of staff, elected officials, the community and regional law enforcement partners. • Building strong community relationships and sense of responsibility, accountability, and transparency for members of the Department. • Understanding community and social conditions to determine needs. • Maintaining discipline and respect of employees and to lead and command multidisciplinary staff in law enforcement and crime prevention activities, including leading and commanding effectively in emergency situations. • Performing high-level negotiations and effectively partnering with other departments and groups. • Delegating authority and responsibility. • Conceptualizing, influencing, developing, and administering goals, objectives, guidelines, and procedures for the Police Department. • Making effective presentations and speaking effectively during public relations and media appearances. • Researching, analyzing, and evaluating new service delivery methods and techniques. • Establishing and maintaining effective working relationships with staff, management, vendors, outside agencies, community groups and the general public. • Exercising judgment and making decisions as to appropriate action under pressure in accordance with rules, regulations, and policies. • Operating police car, police radio, firearms and proper care for such weapons and equipment as required by department policy and procedures. • Effective oral and written communication principles and practices to include public relations and public speaking. • Advanced program/project management techniques and principles. Police Chief No Packet Pg. 380 8.1.d JOB DESCRIPTION Police Chief • Research methods and report preparation and presentation. • Current office procedures, methods, and equipment including computers and computer applications such as: word processing, spreadsheets and statistical databases. • English usage, spelling, grammar and punctuation. • Principles of business letter writing. • Advanced principles and practices of governmental budget preparation and administration. • Supervisory and training principles, best management practices, methods and techniques. MINIMUM QUALIFICATIONS: Education and Experience: Bachelor's Degree in Criminal Justice, Police Administration, Law Enforcement or related field and ten years of increasingly responsible law enforcement experience as a sworn general authority law enforcement officer, including five years of senior command and executive management experience that includes major command responsibilities, staff supervisory and budgetary responsibility; OR an equivalent combination of education, training and experience. Licenses or Certifications: Valid Washington State Driver License. Washington State Basic Law Enforcement Academy or equivalent academy Certification. May require additional certifications based on area of responsibility. First Aid/CPR certification. Must be able to successfully complete and pass a background check. May be required to successful complete and pass other examinations as required by law or by city and department policies and/or Civil Service Commission Rules and Regulations, including a medical and psychological exam. WORKING CONDITIONS: Environment: • Indoor/Outdoor work environment. • Seasonal heat and cold, temperature changes and adverse weather conditions. • Regular expose to fumes dust and odors. • Evening or variable hours and emergency call -out. • Driving a vehicle, motorcycle and/or bicycle to conduct work. • Shift work including holidays. Physical Abilities: • Hearing, speaking or otherwise communicating to exchange information in person or on the phone. • Lifting/carrying moderately heavy to heavy objects. • Performing duties requiring physical endurance in running, climbing and lifting. • Physical agility and stamina including running. • Operating various police equipment and tools. • Bending at the waist, stooping, kneeling or crouching, reaching overhead, above the shoulders and horizontally, crawling, turning and twisting or otherwise positioning oneself to accomplish tasks. • Walking or otherwise moving over rough or uneven surfaces. Police Chief No Packet Pg. 381 8.1.d JOB DESCRIPTION Police Chief • Ascending/descending stairs. • Sitting in a patrol vehicle for extended periods of time. • Sitting, standing, walking, running, stooping, kneeling, crouching, climbing or otherwise positioning or moving oneself to perform these activities. • Climbing through open windows, over fences and other stationery obstacles. • Driving a police vehicle safely and satisfactorily in both emergency and non -emergency situations. • Entering or exiting a patrol vehicle rapidly in an emergency situation. • Moving with sufficient agility to perform all police officer functions (e.g., taking cover quickly, pursuing, tackling and controlling a fleeing suspect, etc.). • Physically controlling persons including those resisting arrest using appropriate and necessary force. • Using and caring for department approved firearms in the safe an appropriate manner required by department regulations. Hazards: • Incumbents may be exposed to possible fights and confrontations. • Contact with angry and/or dissatisfied customers. • Traffic hazards and driving a vehicle during adverse weather conditions. • Exposure to explosives, chemicals and fires. • Contact with blood, body fluids and exposure to communicable diseases. Incumbent Signature: Department Head: Date: Date: Police Chief No Packet Pg. 382 8.1.d City of EDMONDS Washington PUBLIC WORKS/UTILITIES DIRECTOR Department: Public Works Pay Grade: NR-21 Bargaining Unit: Non Represented FLSA Status: Exempt Revised Date: November 2012 Reports To: Mayor POSITION PURPOSE: Under administrative direction, plans, organizes, controls and directs the capital improvements, operations and maintenance functions of City-wide Public Works services; operates and maintains City -owned infrastructure including streets, drainage, water and sewer utilities, buildings and vehicle fleet; supervises and evaluates the performance of assigned personnel. Directors are responsible for the operations of the departments and may delegate signing authority except as limited by the provisions of Edmonds City Code or state or federal law. ESSENTIAL FUNCTIONS AND RESPONSIBILITIES: The following duties ARE NOT intended to serve as a comprehensive list of all duties performed by all employees in this classification, only a representative summary of the primary duties and responsibilities. Incumbent(s) may not be required to perform all duties listed and may be required to perform additional, position -specific duties. • Directs Department operations to maintain effective and efficient programs, and assures compliance and accountability with federal, state, and local regulations, policies and procedures. • Plans, directs, coordinates, monitors and reviews the work of assigned staff; assigns work activities and coordinates schedules, projects and programs. • Supervises, coaches, trains and motivates staff; coordinates and/or provides staff training. • Provides constructive feedback to staff, reviews and evaluates work and makes effective suggestions and recommendations. • Directs the Department employment and hiring process and employee relations. • Manages the workflow and prioritization of projects; measures the performance of the department and all related staff and takes appropriate corrective action when necessary. • Develops, administers, maintains and oversees the Departmental budget including: the annual or bi- annual budget, outside funding, revenues, assists with the Capital Improvement Program and Capital Facilities Program. • Makes recommendations and forecasts for future funds needed for staffing, equipment, materials and supplies; recommends efficiencies to keep costs within established financial guidelines and approves Department expenditures and implements adjustments. • Provides advice and coaching to staff; develops work plans for staff. • Implements and/or recommends corrective actions and discipline and termination procedures as appropriate/necessary. • Develops action plans and metrics analyzing operational results and ensures the effective allocation and utilization of resources. • Serves as staff on a variety of boards, commissions and committees and prepares and presents staff reports and other necessary correspondence. Public Works/Utilities Director No Packet Pg. 383 8.1.d JOB DESCRIPTION Public Works/Utilities Director • Attends and participates in professional group meetings maintaining awareness of new trends and developments in the fields related to area of assignment; incorporates new developments as appropriate and ensures processes, policies and practices are interpreted and applied consistently and effectively. • Oversees the preparation and maintenance of a variety of reports, records and files related to assigned activities; prepare and maintain records and reports related to budgets, plans progress, personnel and related activities. • Provides leadership and knowledge on emergency response/emergency operations and recovery activities. • Plans, organizes, controls and directs the capital improvements, operations and maintenance functions of City-wide Public Works' services. • Develops strategies and programs to deliver Public Works' services effectively and efficiently and prepares reviews and monitors the Public Works' work plan. • Administers and manages all Public Works' projects utilizing staff and/or contractors in an efficient, effective manner using comprehensive knowledge of environmental compliance and safety regulations related to Public Works' activities; updates and implements programs in compliance with regulations. • Prepares and reviews contracts, reports, memos and other materials related to Public Works and assigned personnel. • Provides technical expertise, information and assistance to the Mayor regarding assigned functions; communicates with other administrators, personnel and contractors to coordinate activities and programs, resolve issues and conflicts and to exchange information; provides input and review of capital improvement projects and participates in special projects as directed. • Plans, organizes and implements long and short-term programs and activities designed to develop Public Works' infrastructure services and assists with related communications and public relations. • Attends and conducts a variety of meetings as assigned including making presentations at City Council meetings related to Public Works' issues, and facilitates review of public concerns and inquiries. • At the direction of the Mayor, works with Council to provide thorough information, analysis, pros/cons, consequences and options on specific topics. • Develops action plans and metrics; analyzes operational results and assures the effective allocation and utilization of resources. • Attends and participates in professional group meetings; maintains awareness of new trends and developments in the fields related to area of assignment. • Incorporates new developments as appropriate and ensures processes, policies and practices are interpreted and applied consistently and effectively. • At the direction of the Mayor, work with Council to provide thorough information, analysis, pros/cons, consequences, options and recommendations for Council on specific topics. • Fulfills roles and responsibilities on the EOC team as assigned by the Mayor. • Perform related duties as assigned by Mayor. Required Knowledge of: • Supervisory and training principles, best management practices, methods and techniques. • Contracting, safety and environmental laws, rules and regulations. • Engineering, maintenance and construction practices for streets, storm drainage systems, sanitary sewers, pump stations, water storage, traffic signals, City buildings and fleet maintenance. • Disaster emergency management and recovery process. • Effectively addressing and diffusing difficult situations and handling conflict. • Interpersonal skills using tact, patience and courtesy. • Tools and equipment used in the Public Works' maintenance and construction. • Construction standards. • Health and safety standards, rules and regulations. Public Works/Utilities Director No Packet Pg. 384 8.1.d JOB DESCRIPTION Public Works/Utilities Director • Principles and practices of the long-range and strategic planning. • Structure, organization and interrelationships of city departments, agencies and related governmental agencies and offices affecting assigned functions. • Effective oral and written communication principles and practices to include public relations and public speaking. • Administrative program/project management techniques and principles. • Contract negotiation and administration. Administrative program / project management techniques and principles. • Research methods and report preparation and presentation. • Modern office procedures, methods, and equipment including computers and computer applications such as: word processing, spreadsheets, and statistical databases. • English usage, spelling, grammar and punctuation. • Principles of business letter writing. • Principles and practices of governmental budget preparation and administration. • Supervisory and training principles, best management practices, methods and techniques. Required Skill in: • Ability to work within federal, state, local laws, codes, regulations • Interpreting, applying and explaining rules, regulations, policies and procedures. • Managing the operations and maintenance functions of City-wide Public Works services. • Operating and maintaining City -owned infrastructure including streets, drainage, water and sewer utilities, buildings, and vehicle fleet. • Developing and administering procurement and consultant contracts. • Creating and producing effective grant requests. • Negotiating, mediating and/or facilitating. • Coordinating and organizing a diverse work program. • Planning and implementing long-term strategies, including capital construction project planning and oversight. • Performing in-depth policy analysis, including development of alternatives, cost/benefit and other types of decision analysis. • Utilizing personal computer software programs and other relevant software affecting assigned work and in compiling and preparing spreadsheets. • Establishing and maintaining effective working relationships with staff, management, vendors, outside agencies, community groups and the general public. • Analyzing situations accurately and adopting an effective course of action. • Maintaining confidentiality and communicating with tact and diplomacy. • Applying program/project management techniques and principles. • Preparing, maintaining, and reviewing comprehensive narrative and statistical reports. • Developing and monitoring departmental and program/project operating budgets, costs, and schedules. • Communicating effectively verbally and in writing, including public relations and public speaking. • Supervising, leading, using best management practices, methods and techniques including delegating tasks and authority appropriately. Public Works/Utilities Director No Packet Pg. 385 8.1.d JOB DESCRIPTION Public Works/Utilities Director MINIMUM QUALIFICATIONS: Education and Experience: Bachelor's Degree in Civil Engineering, Public Administration or related field and eight years of increasingly responsible experience in public works projects managing or supervising operations, programs and services in one or more public works specialty areas that includes four years of staff supervisory, budgetary, and management responsibility; preferably in a municipal or public sector environment; prefer professional engineering license (PE) and/or Masters in Public Administration (MPA); OR an equivalent combination of education, training and experience. Required Licenses or Certifications: Valid State of Washington Driver's License. Must be able to complete and successfully pass a background check. WORKING CONDITIONS: Environment: • Office environment. • Constant interruptions. • Driving a vehicle to conduct work. Physical Abilities: • Hearing, speaking or otherwise communicating to exchange information in person or on the phone • Reading and understanding a variety of materials. • Operating a computer keyboard or other office equipment. • Sitting, standing or otherwise remaining in a stationary position for extended periods of time. • Bending at the waist, kneeling, crouching, reaching above shoulders and horizontally or otherwise positioning oneself to accomplish tasks. • Lifting/carrying or otherwise moving or transporting up to 40 lbs. Hazards: • Contact with potentially angry and/or dissatisfied customers. • Potential physical harm and hazardous chemicals when working in the field, conducting inspections and working around construction equipment and worksites. Incumbent Signature: Department Head: Date: Date: Public Works/Utilities Director No Packet Pg. 386 8.1.d City of EDMONDS Washington RECREATION SUPERVISOR Department: Parks, Recreation & Cultural Services Pay Grade: NR-10 Bargaining Unit: Non -Represented FLSA Status: Exempt Revised Date: December 2016 Reports To: Deputy Director of Parks, Recreation & Cultural Services POSITION PURPOSE: Under general direction, develops, schedules and implements a comprehensive recreation program including: supervision of aquatics, athletics, camps, gymnastics, preschool and fitness activities for the City and surrounding service areas; manages the recreation facilities; prepares and administers grants; manages staff including training and evaluation; monitors assigned budgets and revenue. ESSENTIAL FUNCTIONS AND RESPONSIBILITIES: The following duties ARE NOT intended to serve as a comprehensive list of all duties performed by all employees in this classification, only a representative summary of the primary duties and responsibilities. Incumbent(s) may not be required to perform all duties listed and may be required to perform additional, position -specific duties. • Supervises, coordinates, and reviews the work of assigned staff, assigns work activities and coordinates schedules, projects, and programs. • Provides constructive feedback; reviews and evaluates work and makes effective suggestions and recommendations. • Supervises, coaches, trains and motivates staff, and coordinates and/or provides staff training. • Supervises the employment and hiring process and employee relations for assigned area. • Supervises the workflow and prioritization of assigned projects and takes appropriate corrective action when necessary. • Provides advice and counsel to staff, develops or assists with developmental work plans for staff; makes recommendations and/or implements corrective actions, discipline and termination procedures as appropriate/necessary or as directed. • Plans and develops recreational programs, classes and activities and special events such as: adult leagues, special interest classes, camps, seasonal pool activities/programs, kid/adult art classes and fitness classes. • Evaluates programs and classes through participant evaluations and enrollment statistics. • Researches and recruits new contracted instructors for classes, researches recreation trends and ideas for new classes/camps/activities. • Prepares and maintains a variety of records and reports related to assigned programs and activities, • Coordinates programs, staff, instructors, schedules facility use, and oversees facility set-up for classes and events. • Monitors registration for upcoming classes and cancels classes with insufficient registration. • Prepares and develops assigned budgets including making recommendations to the annual budget • Develops and coordinates statistical analysis reports, including program attendance, revenue and expenses. Recreation Supervisor De Packet Pg. 387 8.1.d JOB DESCRIPTION Recreation Supervisor • Assists with monitoring expenditures and identifies needs, reviews and approves reports, purchases, and payments according to established policies and practices and makes recommendations and forecasts for future funds needed for staffing, equipment, materials, and supplies. • Develops schedules, implements and supervises a comprehensive recreation program. • Works collaboratively with other agencies on program development and implementation. • Supervises and oversees staff program development and implementation and fee structures for programs and instructors. • Markets programs including recreation guide, advertising and press releases. • Applies for and administers grants and solicits sponsorships for special events. researches grant opportunities; prepares grants and assist in administering awarded grants. • Prepares and distributes promotional materials; updates and maintains the City's Parks, Recreation & Cultural Services department website. • Assists in managing the Frances Anderson Center, Meadowdale Clubhouse and Yost Pool facilities determining facility needs. • Identifies and reports vandalism and safety and health hazards; purchases supplies, equipment and materials. • Assists in managing the Frances Anderson Center tenant contracts and works with tenants regarding space needs, researches and determines rental fees; coordinates work with facility maintenance and parks maintenance. • Investigates and responds to complaints and questions regarding facilities, programs, instructors and staff. • Receives and approves scholarship applications; discusses accommodations for special needs programming and facility. • Assists in assessment of risk management; meets with various vendors and procures required supplies and equipment. • Investigates inquiries, trouble calls, citizen complaints, resolves problems and/or refers them to the appropriate individual(s) for resolution. Assists in identifying and resolving safety hazards. Ensures safety and risk management requirements are followed for employee and customer safety. • Assists the Director and Deputy Director in the development and implementation of department goals, objectives, work plans and long-range plans; establishes division goals, objectives and priorities and assists with department project presentations. • Provides input and assistance with development and updating to the City's Capital Improvement Program for facilities and equipment and the Parks, Recreation and Open Space Plans and updating of the City's Comprehensive Plan as it pertains to parks planning. • Performs work within scope of authority and training and in compliance with policies and quality standards while monitoring assigned operations and ensuring compliance with Federal, State and local regulations and policies. • Implements policies and procedures and ensures the consistent application of rules and regulations. • Serves as staff on a variety of boards, commissions, and committees and prepares and presents staff reports and other necessary correspondence, • Attends, presents, promotes recreation and park program opportunities to City staff, service organizations, school groups and private businesses. • Attends and participates in professional group meetings; maintains awareness of new trends and developments in the fields related to areas of assignment; incorporates new developments as appropriate and assigned. Required Knowledge of: • Operational characteristics, services and activities related to recreational services and programs including business and industry principles and practices related to work assigned. • City and Community Center recreation programs, activities and operations. • Principles, practices and techniques of developing and implementing a comprehensive recreation program. Recreation Supervisor De Packet Pg. 388 8.1.d JOB DESCRIPTION Recreation Supervisor • Recreational needs of diverse community groups and programs in order to meet these needs. • Up to date marketing principles and practices. • Effective strategies for community fundraising and donations. • Structure, organization and inter -relationships of city departments, agencies and related governmental agencies and offices affecting assigned functions. • Federal, state and local laws, rules, and regulations related to assigned activities and programs. • Effective oral and written communication principles and practices to include public relations and public speaking. • Program/project management techniques and principles. • Grant writing techniques and principles. • Research methods and report preparation and presentation. • Modern office procedures, methods, and equipment including computers and computer applications such as: word processing, spreadsheets, and statistical databases. • English usage, spelling, grammar and punctuation. • Principles of business letter writing. • Principles and practices of governmental budget preparation and administration. • Supervisory and training principles, best management practices, methods and techniques. Required Skill in: • Developing, scheduling and implementing a comprehensive recreation program. • Planning, developing and administering an annual division, operating budget and assisting with long- range capital improvement programs. • Developing and implementing a variety of recreation programs and services that meet community needs. • Administering contracts for services. • Preparing, submitting, administering and monitoring grant proposals. • Analyzing situations accurately and adopting an effective course of action. • Utilizing personal computer software programs and other relevant software affecting assigned work and in compiling and preparing spreadsheets. • Establishing and maintaining effective working relationships with staff, management, vendors, outside agencies, community groups and the general public. • Interpreting and administering policies and procedures sufficient to administer, discuss, resolve and explain them. • Applying program/project management techniques and principles. • Preparing and maintaining accurate records and reports. • Planning and preparing various promotional materials. • Developing and monitoring program/project operating budgets, costs and schedules. • Communicating effectively verbally and in writing. • Working independently. • Supervising, leading, coaching and using best management practices to improve staff performance; delegating tasks and workload assignments. MINIMUM QUALIFICATIONS: Education and Experience: Bachelor's Degree in Recreation and Leisure Management, Business Administration or related field and four years of experience in recreation and leisure management, recreation and leisure program development or similar related programs and services, preferably within a municipal or public sector environment, that includes two years Recreation Supervisor De Packet Pg. 389 8.1.d JOB DESCRIPTION Recreation Supervisor of staff/contractor/seasonal supervisory and budgetary responsibility for a major division or program; OR an equivalent combination of education, training and experience. Required Licenses or Certifications: Valid State of Washington Driver's License. Must be able to successfully complete and pass background check. WORKING CONDITIONS: Environment: • Office environment. • Constant interruptions. • Driving a vehicle to conduct work. Physical Abilities: • Hearing, speaking or otherwise communicating to exchange information in person or on the phone. • Seeing to read materials, close vision, distance vision, color vision, peripheral vision, depth perception, and the ability to adjust focus. • Reading and understanding a variety of materials • Operating a computer keyboard or other office equipment. • Sitting, standing or otherwise remaining in a stationary position for extended periods of time. • Bending at the waist, kneeling, crouching, reaching above shoulders and horizontally or otherwise positioning oneself to accomplish tasks. • Lifting/carrying or otherwise moving or transporting up to 40 lbs. Hazards: • Contact with angry and/or dissatisfied customers. Incumbent Signature: Department Head: Date: Date: Recreation Supervisor De Packet Pg. 390 8.1.d City of EDMONDS Washington SENIOR PLANNER Department: Development Services - Planning Pay Grade: NR-11 Bargaining Unit: Non Represented FLSA Status: Exempt Revised Date: November 2012 Reports To: Planning Manager POSITION PURPOSE: Under general direction, serves as senior or lead Planner in performing a variety of more highly complex senior level professional planning responsibilities and tasks for the City; serves as staff liaison to boards and commissions; provides information to the public regarding general and complex land and construction issues; coordinates GIS/mapping activities; conducts various planning reviews as assigned; and provides work direction and leads Planners and support staff on assigned projects. ESSENTIAL FUNCTIONS AND RESPONSIBILITIES: The following duties ARE NOT intended to serve as a comprehensive list of all duties performed by all employees in this classification, only a representative summary of the primary duties and responsibilities. Incumbent(s) may not be required to perform all duties listed and may be required to perform additional, position -specific duties. • Serves as senior or lead Planner in performing the more complex planning responsibilities and tasks for the City and provides work direction and lead to Planners and support staff on assigned projects. • Serves as staff liaison to boards and commissions such as the Planning Board, Architectural Design Board and/or Hearing Examiner. • Prepares associated detailed reports, public notices, verifies zoning code compliance and conducts various planning reviews as assigned. • Coordinates code requirements with other divisions and departments, provide staff support at public hearings, make public presentations, conduct site inspections and perform other related duties. • Provides information to the public regarding general and complex land and construction issues, coordinates GIS/mapping activities, prepares and updates maps, graphics and public information materials and develops and maintains GIS mapping and database records. • Provides technical assistance in the processing of planning permits for current applications and in the development of short and long-range plans for the City of Edmonds. • Evaluates and analyzes plans to estimate projected population and employment growth. • Coordinates code requirements with other divisions and departments and public notices, prepares for and conducts presentations regarding project proposals and code amendments and conducts site inspections for compliance. • Prepares and maintains a variety of records and reviews related to assigned activities. • Reviews and makes recommendations to City codes or policy changes as appropriate and based on experience with daily operations and planning. • Interprets, communicates. exchanges information, and coordinates activities with governmental agencies and other cities regarding projects affecting the City and surrounding area and to resolve issues or concerns. Senior Planner No Packet Pg. 391 8.1.d JOB DESCRIPTION Senior Planner • Supervises, coaches, trains and motivates staff as assigned and coordinates and/or provides staff training as assigned. Required Knowledge of: • Development principles, such as economic development, community or town development patterns and national development trends. • Advanced planning principles, practices and code of ethics. • Trends and issues in development and planning fields. • Construction, architectural design and development techniques. • GIS development and maintenance. • Principles of customer service and public relations. • Advanced research methods and report presentation. • Structure, organization and inter -relationships of city departments, agencies, and related governmental agencies and offices affecting assigned functions. • Federal, state and local laws, rules, regulations, codes, and administrative procedures related to assigned activities. • Effective oral and written communication principles and practices to include public relations and customer service. • Advanced program/project management techniques and principles. • Time management and project prioritization. • Modern office procedures, methods, and equipment including computers, computer applications such as word processing, spreadsheets, and statistical databases. • English usage, spelling, grammar, and punctuation. • Principles of business letter writing. • Supervisory and training principles, best management practices, methods and techniques. Required Skill in: • Providing technical assistance in the processing of planning permits for current applications and in the development of short-range plans for the City of Edmonds. • Conducting code interpretation, architectural review, and code enforcement. • Analyzing policy and making effective decisions. • Reviewing commercial and other building permits and conducting various types of reviews. • Providing information to the public regarding general and complex land and construction issues. • Mediating conflict with customers and handling difficult situations with people. • Ensuring compliance with federal, state and local regulations related to land development. • Applying and explaining policies, procedures, rules and regulations. • Maintaining current knowledge of rules, regulations, requirements and trends. • Meeting schedules and timelines. • Utilizing personal computer software programs and other relevant software affecting assigned work and in compiling and preparing spreadsheets. • Establishing and maintaining effective working relationships with staff, management, vendors, outside agencies, community groups and the general public. • Applying program/project management techniques and principles. • Communicating effectively verbally and in writing, including public relations. • Supervising, leading, coaching and using best management practices to improve staff performance; delegating tasks and workload assignments. Senior Planner No Packet Pg. 392 8.1.d JOB DESCRIPTION Senior Planner MINIMUM QUALIFICATIONS: Education and Experience: Bachelor's Degree in Urban, Regional, or Municipal Planning, Geography, or related field and five years of experience performing planning duties including leading projects and staff, policy and code review, analysis, and evaluation, and preparation of detailed reports and presentations that includes two years of staff supervisory responsibility; preferably in a municipal planning environment; OR an equivalent combination of education, training and experience. Required Licenses or Certifications: State of Washington Driver's License Must be able to successfully complete and pass a background check WORKING CONDITIONS: Environment: • Indoor/Outdoor/Office environment. • Driving a vehicle to work. Physical Abilities: • Hearing, speaking or otherwise communicating to exchange information in person and by phone • Read and understand a variety of materials. • Operate a computer and other office equipment. • Walking or otherwise moving and ascending/descending stairs during site visits. Hazards: • Chemicals, fumes or gases associated with utilities systems and projects. • Contact with angry and/or dissatisfied customers. Incumbent Signature: Department Head: Date: Date: Senior Planner No Packet Pg. 393 8.1.d City of EDMONDS Washington SENIOR UTILITIES ENGINEER Department: Public Works - Engineering Pay Grade: NR-16 Bargaining Unit: Non Represented FLSA Status: Exempt Revised Date: April 2016 Reports To: City Engineer POSITION PURPOSE: Under administrative direction, plans and manages the City's engineering programs for water, stormwater and sewer utilities; develops and manages water, sewer and storm drainage capital projects; plans, develops and prepares design drawings, specifications and cost estimates; designs contract drawings to ensure quality and cost effective construction; manages consultant and contractor contracts; performs reviews and inspections of utilities on private development projects and performs oversight and technical review on design drawings and specifications prepared by other City staff. ESSENTIAL FUNCTIONS AND RESPONSIBILITIES: The following duties ARE NOT intended to serve as a comprehensive list of all duties performed by all employees in this classification, only a representative summary of the primary duties and responsibilities. Incumbent(s) may not be required to perform all duties listed and may be required to perform additional, position -specific duties. • Manages the City's engineering programs for water, stormwater and sewer utilities; prepares technical studies and performs hydraulic analysis to size new systems with appropriate capacity. • Performs oversight and technical supervision of utility engineering/design work performed by other staff members; reviews, approves, stamps and signs utility engineering/design drawings prepared by other staff members. • Prepares and implements new City code, standards and specifications for utility improvement and conducts plan reviews and inspections on utility improvements for private development applications. • Prepares the annual water, stormwater and sewer capital improvement programs and updates the water and sewer elements of the Comprehensive Plan. • Manages assigned capital improvement projects and independently plans, develops and prepares water, sewer and storm drainage utility design drawings, contract specifications and cost estimates. • Uses AutoCAD and related engineering and graphics software to prepare detailed design drawings. • Coordinates project improvements with City Departments, private utilities, other public agencies and citizens; prepares and secures necessary easements for project construction. • Manages the advertisement, bid and award of water, sewer and storm drainage capital improvement projects; prepares advertisement notice and responses to bidder questions. • Reviews and analyzes bid documents for compliance with City, state and federal requirements; prepares award recommendation for City Council; oversees the execution and processing of construction contract documents. • Performs the construction management of assigned projects; implements the contract and maintains a project filing system. • Follows related City, state and federal standards, policies, guidelines and laws; processes, reviews and approves contractor submittals; processes, reviews and responds to requests for information. • Performs field inspection and documentation of construction activities; prepares and calculates progress pay estimates and negotiates and prepares change orders and field change directives. Senior Utilities Engineer Packet Pg. 394 8.1.d JOB DESCRIPTION Senior Utilities Engineer • Prepares daily inspection reports; calculates and prepares field notes records of contractor quantities and materials installed in the field; takes and files daily photos of assigned projects and monitors contractor operations and traffic control to ensure a safe work area. • Responds promptly to public questions and concerns; attends, runs or coordinates associated meetings and interacts with other public agencies; manages and tracks the close-out phase of construction contracts and the documentation required for final project approval. • Prepares and manages consultant contracts; develops and prepares Request for Qualifications (RFQ's). • Reviews and evaluates statement of qualifications; reviews and approves fee sheets, scopes, schedules and invoices; reviews and checks consultant drawings, specifications and estimates for accuracy and quality; monitors consultant progress and invoices to approved schedules. • Develops, prepares and monitors project budget; reviews and tracks project expenditures; prepares reports on cost overruns or budget amendments; prepares City, state and federal documents for administration of grants and loans and proposes alternate construction methods or materials to reduce project costs. • Assists with the development and issuance of utility revenue bonds to fund capital improvement projects. • Prepares City Council agenda packets; attends City Council meetings and public hearings; makes presentations and responds to questions on issues as needed. • Manages, coordinates and reviews the work of assigned staff. • Assigns work activities; coordinates schedules, project and programs; provides constructive feedback; reviews and evaluates work and makes effective suggestions and recommendations. • Supervises, coaches, trains and motivates staff and coordinates and/or provides staff training. • Manages the employment and hiring process and employee relations for assigned area. • Manages the workflow and prioritization of assigned projects. • Develops or assists with developmental work plans for staff and makes recommendations and/or implements corrective actions including discipline and termination procedures as appropriate/necessary or as directed. Required Knowledge of: • Design and construction principles. • Construction field measurement and inspection methods and procedures. • City and industry (water, sewer and storm drainage) standard codes and regulations as well as local, state and federal laws relating to assigned work. • Surveying principles and use of survey equipment. • Engineering mathematics, standards, practices and principles. • Engineering calculators and modeling programs. • Drafting practices and standards, including operating AutoCAD to develop project drawings. • Technical aspects of field of specialty. • Interpersonal skills using tact, patience and courtesy. • Structure, organization and inter -relationships of city departments, agencies, and related governmental agencies and offices affecting assigned functions. • Effective oral and written communication principles and practices to include public relations and public speaking. • Program/project management techniques and principles. • Research methods and report preparation and presentation. • Modern office procedures, methods, and equipment including computers and computer applications such as: word processing, spreadsheets, and statistical databases. • English usage, spelling, grammar and punctuation. • Principles of business letter writing. Senior Utilities Engineer Packet Pg. 395 8.1.d JOB DESCRIPTION Senior Utilities Engineer • Principles and practices of governmental budget preparation and administration related to capital projects budgets. • Supervisory and training principles, methods, best management practices and techniques. Required Skill in: • Planning, developing and prepares design drawings and specifications for water, sewer and storm drainage utilities projects. • Managing projects, resources, schedules and timelines. • Performing topographic and construction surveys. • Reading and understanding engineering drawings. • Understanding codes and specifications. • Prioritizing and scheduling work. • Representing the City effectively at public meetings and working with the public. • Interpreting, applying and explaining rules, regulations, policies and procedures. • Utilizing personal computer software programs and other relevant software affecting assigned work and in compiling and preparing spreadsheets including AutoCAD to develop project drawings. • Establishing and maintaining effective working relationships with staff, management, vendors, outside agencies, community groups and the general public. • Analyzing situations accurately and adopting an effective course of action. • Applying program/project management techniques and principles. • Directing the maintenance of a variety of reports and files; preparing, maintaining and reviewing narratives and statistical reports. • Determining project budgets, resources and timelines to complete projects from conceptualization to finish. • Communicating effectively verbally and in writing including public relations and public speaking. • Supervising, leading, coaching and using best management practices to improve staff performance; delegating tasks and workload assignments. MINIMUM QUALIFICATIONS: Education and Experience: Bachelor's Degree in Civil Engineering or related field and four years of public works or construction related experience that includes project management experience in designing, managing or inspecting the construction of utilities projects; OR an equivalent combination of education, training and experience. Required Licenses or Certifications: Valid State of Washington Driver's License. Washington State Professional Civil Engineer (PE) license. Must be able to successfully complete and pass a background check. WORKING CONDITIONS: Environment: • Indoor and outdoor work environment. • Driving a vehicle to conduct work. Physical Abilities: Senior Utilities Engineer Packet Pg. 396 8.1.d JOB DESCRIPTION Senior Utilities Engineer • Hearing, speaking or otherwise communicating to exchange information in person or on the telephone. • Operating a computer keyboard and drafting materials. • Reading and understanding a variety of materials. • Sitting, standing or otherwise remaining in a stationary position for extended periods of time. • Ascending/descending from ladders and working from heights or depths. • Bending at the waist, kneeling or crouching reaching above shoulders and horizontally or otherwise positioning oneself to accomplish tasks. • Lifting/carrying or otherwise moving or transporting moderately heavy objects up to 40 lbs. • Ability to wear appropriate personal protective equipment based on required City Policy. Hazards: • Contact with angry and/or dissatisfied customers. • Occasional exposure to dangerous machinery. • Occasional extreme weather conditions. • Potential physical harm and hazardous chemicals when working in the field, conducting inspections and working around construction equipment and worksites. Incumbent Signature: Department Head: Date: Date: Senior Utilities Engineer Packet Pg. 397 8.1.d City of EDMONDS Washington STORMWATER ENGINEER Department: Public Works - Engineering Pay Grade: NR-14 Bargaining Unit: Non- Represented FLSA Status: Exempt Revised Date: November 2012 Reports To: City Engineer POSITION PURPOSE: Under administrative direction, manages stormwater engineering and compliance program; prepares City stormwater code, standards and reports; prepares stormwater compliance reviews on private development projects and capital improvements projects; plans, develops and implements the stormwater capital improvement plan; manages assigned capital improvement projects and contracts; prepares stormwater design drawings, specifications and cost estimates; provides technical recommendations to stormwater maintenance personnel; and updates the Storm and Surface Water element of the City's Comprehensive Plan. ESSENTIAL FUNCTIONS AND RESPONSIBILITIES: The following duties ARE NOT intended to serve as a comprehensive list of all duties performed by all employees in this classification, only a representative summary of the primary duties and responsibilities. Incumbent(s) may not be required to perform all duties listed and may be required to perform additional, position -specific duties. • Manages the City's stormwater engineering program; coordinates and oversees the City's compliance with the Western Washington Phase II Municipal Stormwater Permit (Phase II NPDES permit). • Prepares the City's annual report on the Phase II NPDES permit to the Department of Ecology and coordinates and conducts public education and outreach activities. • Prepares and implements the City's stormwater code for private development and permit applications; performs stormwater development review on larger sites and manages the inspection program to ensure all private stormwater facilities are properly maintained and operate as designed. • Directs the implementation of the entire program for controlling runoff for new development and redevelopment; applies all applicable City code and regulations to development submittals; performs development review of the more complex and larger sites for compliance; manages the inspection program to ensure all private stormwater facilities are properly maintained and operate as designed. • Manages, coordinates and reviews the work of assigned staff. • Assigns work activities; coordinates schedules, projects and programs; provides constructive feedback; reviews and evaluates work and makes effective suggestions and recommendations. • Supervises, coaches, trains and motivates staff and coordinates and/or provides staff training. • Manages the employment and hiring process and employee relations for assigned area. • Manages the workflow and prioritization of assigned projects and takes appropriate corrective action when necessary providing advice and counsel to staff. • Develops or assists with developmental work plans for staff and makes recommendations and/or implements corrective actions including discipline and termination procedures as appropriate/necessary or as directed. • Prepares and manages the annual Stormwater Capital Improvement Program. Stormwater Engineer No Packet Pg. 398 8.1.d JOB DESCRIPTION Stormwater Engineer • Develops and implements the Stormwater Capital Improvement Program plan to address flooding, water quality and aquatic habitat concerns throughout the City; performs hydraulic analysis and determines size of new systems to meet design flow requirements; performs field inspections of hydraulic and hydrology related work and develops and updates the City's stormwater standards, code and standard details including; project objects, cost estimates and Council briefings. • Manages assigned capital improvement projects; plans, develops and prepares stormwater design drawings, contract specifications and cost estimates. • Uses AutoCAD and related engineering and graphics software to prepare detailed design drawings. • Coordinates project improvements with City Departments, private utilities other public agencies and citizens. • Prepares and secures necessary easements for project construction. • Manages the advertisement, bid and award of stormwater capital improvement projects; prepares advertisement notices and responses to bidder questions; reviews and analyzes bid documents for compliance with city, state and federal requirements; prepares award recommendations for City Council and oversees the execution and processing of construction contract documents. • Performs the construction management of assigned stormwater projects; implements the contract and maintains project filing system. • Follows related city, state and federal standards, policies, guidelines, laws and processes. • Reviews and approves contractor submittals and reviews and responds to requests for information. • Performs field inspection and prepares daily inspection reports; calculates and prepares field note records of contractor quantities and materials installed in the field; takes and files daily photos of assigned projects and monitors contractor operations and traffic control to ensure a safe work area. • Prepares and calculates progress pay estimates for Contractor payments. • Negotiates and prepares change orders and field change directives. • Manages and tracks the close-out phase of construction contracts and the documentation required for final project approval. • Attends, runs or coordinates associated meetings; interacts with other public agencies and • Prepares and manages consultant contracts; develops and prepares Request for Qualifications (RFQ's) and reviews and evaluates statement of qualifications. • Reviews and approves fee sheets, scopes, schedules and invoices; reviews and checks consultant drawings, specifications and estimates for accuracy and quality; monitors consultant progress and invoices to approved schedules; • Develops, prepares and monitors project budget; reviews and tracks project expenditures and prepares reports on cost overruns or budget amendments. • Prepares City, state and federal documents for administration of grants and loans. • Prepares City Council agenda packets for stormwater issues; attends City Council meetings and public hearings; makes presentations and responds to questions on issues as needed and responds to public concerns and complaints regarding stormwater management issues. Required Knowledge of: • Engineering principles related to stormwater collection, conveyance, best management practices cost estimating and construction. • Environmental regulations related to stormwater management, wetlands, fisheries and aquatic systems. • Hydrologic and hydraulic analysis. • Surveying stormwater computer software applications and computer aided design. • City's Storm Water Management Ordinance and the Washington State Storm Water Management Manual. • Federal, state and local laws and regulations regarding drainage systems. • Technical aspects of field of specialty. • Interpersonal skills using tact, patience and courtesy. • Structure, organization and inter -relationships of city departments, agencies and related governmental agencies and offices affecting assigned functions. Stormwater Engineer No Packet Pg. 399 8.1.d JOB DESCRIPTION Stormwater Engineer • Effective oral and written communication principles and practices to include public relations and public speaking. • Program/project management techniques and principles. • Research methods and report preparation and presentation. • Modern office procedures, methods, and equipment including computers and computer applications such as: word processing, spreadsheets, and statistical databases. • English usage, spelling, grammar and punctuation. • Principles of business letter writing. • Principles and practices of governmental budget preparation and administration. Required Skill in: • Performing technical studies, designs and field inspections of hydraulic and hydrology -related work. • Performing hydraulic analysis of storm systems. • Interpretation of laws and regulations related to stormwater quality and quality and their effects on the environment. • Developing long term plans based on analysis developed. • Prioritizing projects based on cost and social benefit analysis. • Reviewing a variety of plans and providing guidance on deficiencies. • Represent the City effectively at public meetings and work with the public. • Meeting schedules and timelines. • Interpreting, applying and explaining rules, regulations, policies and procedures. • Utilizing personal computer software programs and other relevant software affecting assigned work and in compiling and preparing spreadsheets. • Establishing and maintaining effective working relationships with staff, management, vendors, outside agencies, community groups and the general public. • Analyzing situations accurately and adopting an effective course of action. • Applying program/project management techniques and principles. • Directing the maintenance of a variety of reports and files; preparing, maintaining and reviewing narrative and statistical reports. • Communicating effectively verbally and in writing including public relations and public speaking. • Supervising, leading, coaching and using best management practices to improve staff performance; delegating tasks and workload assignments. MINIMUM QUALIFICATIONS: Education and Experience: Bachelor's Degree in Civil Engineering, Environmental Engineering or related field and four years of municipal engineering experience; preferably in stormwater design and environmental permitting in a public sector environment; OR an equivalent combination of education, training and experience. Required Licenses or Certifications: Valid State of Washington Driver's License. Current Washington State Professional Civil Engineer (PE) license. Must be able to successfully complete and pass a background check. WORKING CONDITIONS: Stormwater Engineer No Packet Pg. 400 8.1.d JOB DESCRIPTION Stormwater Engineer Environment: • Indoor and outdoor work environment. • Driving a vehicle to conduct work. Physical Abilities: • Hearing, speaking or otherwise communicating to exchange information in person or on the telephone. • Operating a computer keyboard and drafting materials. • Reading and understanding a variety of materials. • Sitting, standing or otherwise remaining in a stationary position for extended periods of time. • Ascending/descending from ladders and working from heights or depths. • Bending at the waist, kneeling or crouching reaching above shoulders and horizontally or otherwise positioning oneself to accomplish tasks. • Lifting/carrying or otherwise moving or transporting moderately heavy objects up to 40 lbs. • Ability to wear appropriate personal protective equipment based on required City Policy. Hazards: • Contact with angry and/or dissatisfied customers. • Occasional exposure to dangerous machinery. • Occasional extreme weather conditions. • Potential physical harm and hazardous chemicals when working in the field, conducting inspections and working around construction equipment and worksites. Incumbent Signature: Department Head: Date: Date: Stormwater Engineer No Packet Pg. 401 8.1.d City of EDMONDS Washington Street/Storm Water Manager Department: Public Works — Streets/Storm Water Pay Grade: NR-15 Bargaining Unit: Non -Represented FLSA Status: Exempt Revised Date: 06/19/2021 Reports To: Public Works/Utilities Director POSITION PURPOSE: Under administrative direction, plans, controls and directs the construction, maintenance and repair of City streets, alleys, surface water and drainage facilities and systems, sidewalks, and related facilities; supervises and evaluates the performance of assigned staff; manages assigned budget; responds to citizen complaints and provides documentation to public record requests as well as insurance claims and recovery. ESSENTIAL FUNCTIONS AND RESPONSIBILITIES: The following duties ARE NOT intended to serve as a comprehensive list of all duties performed by all employees in this classification, only a representative summary of the primary duties and responsibilities. Incumbent(s) may not be required to perform all duties listed and may be required to perform additional, position -specific duties. • Manages, coordinates, and reviews the work of assigned staff; assigns work activities and coordinates schedules, projects, and programs. • Provides constructive feedback; reviews and evaluates work; makes effective suggestions and recommendations. • Supervises, coaches, trains, and motivates staff and coordinates and/or provides staff training. • Manages the employment and hiring process and employee relations for assigned area. • Manages the workflow and prioritization of assigned projects and takes appropriate corrective action when necessary, providing advice and counsel to staff. • Develops or assists with developmental work plans for staff and makes recommendations and/or implements corrective actions, discipline, and termination procedures as appropriate/necessary or as directed. • Manages, administers, maintains, and oversees assigned budgets including making recommendations to the annual budget. • Monitor's expenditures and identifies needs; reviews and approves reports, purchases, and payments according to established policies and practices. • Makes recommendations and forecasts for future funds needed for staffing, equipment, materials, and supplies. • Submits budget to the Public Works Director for approval and prepares bid specifications for the purchase of materials and equipment. • Obtains price quotes or bids for projects and maintains inventory of equipment and materials. • Plans, organizes, and implements work programs for the division related to the construction, maintenance and repair of City streets, alleys, surface water and drainage facilities and systems, sidewalks, and related facilities. • Coordinates short- and long-term plans, schedules, and activities with crew leaders; ensures materials, equipment and tools are available as needed. Street/Storm Water Manager Last Reviewe Last Revise Packet Pg. 402 8.1.d 2 of 4 JOB DESCRIPTION Street/Storm Water Manager • Ensures compliance with safety practices, procedures, and equipment; investigates accidents as necessary; reviews and critiques plans and permits for public and private construction and examines projects and reports deficiencies. • Communicates with the public to resolve issues, complaints, concerns, or questions related to division work and activities; communicates with other administrators, personnel, and contractors to coordinate activities and programs, resolve issues and conflicts and exchange information. • Prepares a variety of narratives and statistical reports, records and files related to assigned activities and personnel. • Provides operational leadership to assure standards are met for productivity, efficiency, continuous quality improvement, customer satisfaction and teamwork. • Performs work within scope of authority and training and in compliance with policies and quality standards monitoring assigned operations and assuring compliance with Federal, State, and local regulations and policies. • Interprets policies and procedures and assures the consistent application of rules and regulations. • Serves as staff on a variety of boards, commissions, and committees; prepares and presents staff reports and other necessary correspondence. • Attends and participates in professional group meetings; maintains awareness of new trends and developments in the fields related to area of assignment; incorporates new developments as appropriate and assigned. Required Knowledge of: • Municipal construction, maintenance, and repair procedures; practices and methods utilized in street and drainage maintenance services. • Operation and maintenance activities of street and drainage systems and facilities. • Operation of hand and power tools and specialized equipment used in street and drainage facility and systems maintenance and repair. • Applicable federal, state, and local laws, codes, regulations policies and procedures of assigned City systems and activities. • Construction standards. • Safety standards, rules, and regulations. • Interpersonal skills using tact, patience, and courtesy. • Technical aspects of field of specialty. • Structure, organization and inter -relationships of city departments, agencies and related governmental agencies and offices affecting assigned functions. • Effective oral and written communication principles and practices to include public relations. • Record keeping, report preparation and presentation techniques and practices. • Modern office procedures, methods, and equipment including computers and computer applications such as: word processing, spreadsheets, and statistical databases. • English usage, spelling, grammar, and punctuation. • Principles of business letter writing. • Principles and practices of governmental budget preparation and administration. • Supervisory and training principles, methods, and techniques. Required Skill in: • Planning, organizing, and administering a variety of programs, projects and activities related to the maintenance and repair of City streets, alleys, drainage facilities and systems, sidewalks, and related facilities. Street/Storm Water Manager Last Reviewe Last Revise Packet Pg. 403 8.1.d 3 of 4 JOB DESCRIPTION Street/Storm Water Manager • Operating and training personnel in the use and care of specialized tools and equipment used in street and drainage system maintenance and repair work. • Analyzing regular and emergency situations accurately and adopting an effective course of action. • Preparing comprehensive narrative and statistical reports. • Planning and organizing work and meeting schedules and timelines. • Interpreting and applying applicable Federal, State, and local policies, laws, and regulations. • Monitoring and practicing safe work practices. • Utilizing personal computer software programs and other relevant software affecting assigned work and in compiling and preparing spreadsheets. • Establishing and maintaining effective working relationships with staff, management, vendors, outside agencies, community groups and the general public. • Interpreting and administering policies and procedures sufficient to administer, discuss, resolve, and explain them. • Compiling, preparing, and maintaining a variety of records, files, and reports. • Developing and monitoring departmental and program/project operating budgets, costs, and schedules. • Communicating effectively verbally and in writing including public relations. • Supervising, leading, coaching and using best management practices to improve staff performance, delegating tasks and workload assignments. MINIMUM QUALIFICATIONS: Education and Experience: • Associates Degree, Vocational Training, or the equivalent of two years of college -level coursework in public works construction and maintenance or related field AND • Six years of experience in public works street maintenance, repair and construction activities and a working knowledge of the practices, procedures, and regulations of street/storm maintenance operations that includes three years of staff supervisory and budgetary responsibility; preferably in a municipal or public sector environment; OR • An equivalent combination of education, training and experience that will allow the incumbent to successfully perform the essential functions of the position. Required Licenses or Certifications: • First Aid Certificate. • Valid Flagging Card. • Must be able to successfully complete and pass a background check. Other Requirements: • Ability to pass a mandatory drug test upon conditional job offer. WORKING CONDITIONS: Environment: • Indoor and outdoor work environment. • Driving a vehicle to conduct work. Physical Abilities: Street/Storm Water Manager Last Reviewe Last Revise Packet Pg. 404 8.1.d 4 of 4 JOB DESCRIPTION Street/Storm Water Manager • Walking or otherwise moving over rough terrain. • Sitting, standing, or otherwise remaining in a stationary position for extended periods of time. • Hearing, speaking or otherwise communicating to exchange information in person or on the phone. • Operating various equipment and tools. • Reaching overhead, above the shoulders and horizontally, bending at the waist, gripping, kneeling, or crouching, stooping, crouching, reaching, pushing, pulling, and twisting or otherwise positioning oneself to accomplish tasks. • Ascending/descending, ladders, and inclines. • Working at heights, working on a high ladder, and working in a confined space. • Working in a noisy work area, working in direct sunlight, working in outside temperature extremes, and working in dampness. • Heavy physical labor, including lifting/carrying or otherwise moving or transporting 50-100 pounds. • Operating a passenger vehicle, heavy truck, heavy equipment, and rotating machinery. • Reading and understanding printed and electronic messages and related materials. • Hearing voice conversation and hearing alarms. • Possessing close vision, far vision, side vision, depth perception, night vision and color vision. • Ability to wear appropriate personal protective equipment based on required City Policy. Hazards: • Contact with angry and/or dissatisfied customers. • Working around and with machinery having moving parts. • Working in and around moving traffic. • Adverse weather conditions. • Exposure to smoke, noxious odors, toxic fumes and chemicals, epoxy chemicals, poison oak or ivy, dust or pollen, insect stings solvents, oil, and ink. Incumbent Signature: Department Head: Date: Date: Street/Storm Water Manager Last Reviewe Last Revise Packet Pg. 405 8.1.d City of EDMONDS Washington TRANSPORTATION ENGINEER Department: Public Works - Engineering Pay Grade: NR-14 Bargaining Unit: Non Represented FLSA Status: Exempt Revised Date: November 2012 Reports To: City Engineer POSITION PURPOSE: Under administrative direction, manages the City's transportation engineering program; manages assigned capital improvements projects and contracts; performs long-range transportation plans and reports; reviews traffic plans for conformance with city, state and federal standards; prepares traffic engineering and safety studies; prepares transportation design drawings, specifications and cost estimates; advises traffic signal maintenance personnel; establishes signal operations and updates the transportation element of the City's Comprehensive Plan and the City's Six Year Transportation Improvement Program. ESSENTIAL FUNCTIONS AND RESPONSIBILITIES: The following duties ARE NOT intended to serve as a comprehensive list of all duties performed by all employees in this classification, only a representative summary of the primary duties and responsibilities. Incumbent(s) may not be required to perform all duties listed and may be required to perform additional, position -specific duties. • Manages the City's transportation program; provides technical expertise on transportation related issues and responds to traffic engineering requests by citizens and City staff. • Coordinates transportation planning and improvements with City Departments, WSDOT, public agencies and regional transportation organizations. • Researches and prepares traffic engineering studies, reports and recommendations based on engineering standards, guidelines and city code. • Oversees and maintains data collection for traffic count records for intersection volume and speeds. • Reviews and evaluates traffic accident reports and prepares work orders to initiate changes and additions to traffic controls, pavement markings and traffic signs. • Directs and supervises the design, maintenance and operation of traffic signals, signs, pavement markings and illumination systems. • Prepares the annual Six Year Transportation Improvement Program (TIP), updates the transportation element of the Comprehensive Plan; develops and updates road standards in the Edmonds Community Development Code, design criteria and standard details. • Manages assigned capital improvement projects; plans, develops and prepares transportation design drawings, contract specifications and cost estimates. • Uses AutoCAD and related engineering and graphics software to prepare detailed design drawings. • Coordinates project improvements with City Departments, private utilities, other public agencies and citizens, and prepares and secures necessary easements for project construction. • Manages the advertisement, bid and award of transportation capital improvement projects. • Develops criteria to evaluate project priorities. Transportation Engineer No Packet Pg. 406 8.1.d JOB DESCRIPTION Transportation Engineer • Serves as staff on a variety of boards, commissions and committees. • Prepares advertisement notice and responses to bidder questions; reviews and analyzes bid documents for compliance with City, state and federal requirements; prepares award recommendation for City Council; oversees the execution and processing of construction contract documents. • Performs the construction management of assigned transportation projects; implements the contract and maintains project filing system following related City, state and federal standards, policies, guidelines and laws. • Processes, reviews and approves contractor submittals; processes, reviews, and responds to requests for information. • Performs field inspection and documentation of construction activities; prepares and calculates progress pay estimates; negotiates and prepares change orders and field change directives. • Prepares daily inspection reports, calculates and prepares field notes records of contractor quantities and materials installed in the field and takes and files daily photos of assigned projects. • Monitors contractor operations and traffic control to ensure a safe work area and responds promptly to public questions and concerns. • Manages and tracks the close-out phase of construction contracts and the documentation required for final project approval. • Prepares and manages consultant contracts; develops and prepares Request for Qualifications (RFQ's) and reviews and evaluates statement of qualifications. • Reviews and approves fee sheets, scopes, schedules and invoices; reviews and checks consultant drawings, specifications and estimates for accuracy and quality; monitors consultant progress and invoices to approved schedules. • Develops, prepares and monitors project budget; reviews and tracks project expenditures; prepares reports on cost overruns or budget amendments; prepares City, state and federal documents for administration of grants and loans; proposes alternate construction methods or materials to reduce project costs. • Prepares City Council agenda packets for transportation issues; attends City Council meetings and public hearing; makes presentations and responds to questions on issues as needed. Required Knowledge of: • Civil engineering principles and standards as applicable to transportation engineering activities. • Transportation demand management and transportation system management principles. • State and federal funding procedures for public works projects. • Applicable ordinances, local, state and federal laws, codes and regulations. • Administration principles and practices of construction and consultant contracts. • Reading, interpreting and understanding civil design drawings, schematics and other related maps and drawings. • Interpersonal skills using tact, patience and courtesy. • Health and safety standards, rules and regulations. • Principles and practices of the long-range strategic planning. • Structure, organization and inter -relationships of city departments, agencies and related governmental agencies and offices affecting assigned functions. • Effective oral and written communication principles and practices to include public relations and public speaking. • Administrative program/project management techniques and principles. • Contract negotiation and administration. • Research methods and report preparation and presentation. Transportation Engineer No Packet Pg. 407 8.1.d JOB DESCRIPTION Transportation Engineer • Modern office procedures, methods, and equipment including computers and computer applications such as: word processing, spreadsheets and statistical databases. • English usage, spelling, grammar, and punctuation. • Principles of business letter writing. • Principles and practices of governmental budget preparation and administration. Required Skill in: • Planning, organizing, controlling and directing the Transportation Engineering activities and operations. • Serving as representative of the City on local and regional Transportation Engineering issues. • Supervising construction, design and contracts. • Conducting project design reviews. • Developing and administering procurement and consultant contracts as necessary. • Creating and producing effective grant requests. • Interpreting, applying and explaining rules, regulations, policies and procedures. • Planning and implementing long-term strategies including capital construction project planning and oversight. • Utilizing personal computer software programs and other relevant software affecting assigned work and in compiling and preparing spreadsheets. • Establishing and maintaining effective working relationships with staff, management, vendors, outside agencies, community groups and the general public. • Analyzing situations accurately and adopting an effective course of action. • Maintaining confidentiality and communicating with tact and diplomacy. • Applying program/project management techniques and principles. • Directing the maintenance of a variety of reports and files; preparing, maintaining and reviewing comprehensive narratives and statistical reports. • Developing and monitoring departmental, capital improvement and program/project operating budgets, costs, and schedules. • Communicating effectively verbally and in writing including public relations and public speaking. MINIMUM QUALIFICATIONS: Education and Experience: Bachelor's Degree in Civil Engineering, Transportation Planning or related field and four years of increasingly responsible civil engineering design and construction experience in a municipal, State, or related environment OR an equivalent combination of education, training and experience. Required Licenses or Certifications: Valid State of Washington Driver's License. Washington State Professional Civil Engineer (PE) license. Must be able to successfully complete and pass a background check. WORKING CONDITIONS: Environment: • Indoor and outdoor work environment. • Driving a vehicle to conduct work. Transportation Engineer No Packet Pg. 408 8.1.d JOB DESCRIPTION Transportation Engineer Physical Abilities: • Hearing, speaking or otherwise communicating to exchange information in person or on the telephone. • Operating a computer keyboard and drafting materials. • Reading and understanding a variety of materials. • Sitting, standing or otherwise remaining in a stationary position for extended periods of time. • Ascending/descending from ladders and working from heights or depths. • Bending at the waist, kneeling or crouching reaching above shoulders and horizontally or otherwise positioning oneself to accomplish tasks. • Lifting/carrying or otherwise move or transport moderately heavy objects up to 40 lbs. • Ability to wear appropriate personal protective equipment based on required City Policy. Hazards: • Contact with angry and/or dissatisfied customers. • Occasional exposure to dangerous machinery. • Occasional extreme weather conditions. • Potential physical harm and hazardous chemicals when working in the field, conducting inspections and working around construction equipment and worksites. Incumbent Signature: Date: Department Head: Date: Transportation Engineer No Packet Pg. 409 8.1.d City of EDMONDS Washington Urban Forest Planner Department: Development Services - Planning Pay Grade NR-11 Bargaining Unit: Non -Represented FLSA Status: Exempt Revised Date: June 22, 2021 Reports To: Environmental Programs Manager POSITION PURPOSE: Under general direction, leads in implementing the City's tree regulations and programs that apply to development projects and to private properties, provides information for the public, coordinates with other departments, and provides facilitation and guidance to assist the Tree Board. ESSENTIAL FUNCTIONS AND RESPONSIBILITIES: The following duties ARE NOT intended to serve as a comprehensive list of all duties performed by all employees in this classification, only a representative summary of the primary duties and responsibilities. Incumbent(s) may not be required to perform all duties listed and may be required to perform additional, position -specific duties. Responsible for the implementation of the City of Edmonds' Urban Forest Management Program (UFMP, as it relates to private property, including, but not limited to the following tasks: • Provide Input on city code updates and interpretations related to trees • Lead development and implementation of tree programs to encourage healthy trees on private property • Make public presentations and prepares reports and memos as needed for public meetings • Identify tree -related policies and information for updating the City's Comprehensive Plan or other city plans • Identify best practices for planting and management of trees on private property • Assist with identifying preferred tree species for certain types of private properties • Coordinate tree -related code requirements and plan policies with other divisions and departments • Verify zoning requirements for specific projects and sites • Conduct site inspections and identify any corrections, as needed • Manage citywide tree canopy assessment data • Manage the permitting/notification process for removing or altering trees • Inspect trees on private property, as required • Prepare information for the public regarding tree management on private property • Provide facilitation and guidance to assist the Tree Board or, as necessary, other boards and commissions • Provide departmental information for Tree City USA applications (annual) • Keep records and data for private property tree management • Review professional tree assessments/landscape plans that are submitted to the City (especially in conjunction with development) • Assist with determining compliance violations and penalties for illegal tree -cutting on private property • Where feasible, guide parties to resources for resolving disputes pertaining to private trees Urban Forest Planner Last Reviewed: 07/08/2021 Last Revised: 06/22/2021 Packet Pg. 410 8.1.d 2 of 3 JOB DESCRIPTION Urban Forest Planner • Coordinate with the interdepartmental Tree Team (aka Urban Forest Management Plan Team) on tree - related activities • Support implementation of the city's Urban Forest Management Plan and facilitate periodic updates • Stay current on regional and national tree issues, trends and best practices • Attend and participate in related professional groups and committees as directed • Perform related duties and responsibilities as required. Required Knowledge of: • Urban forestry and landscape practices and principles • Protection of critical areas, including wildlife habitat, as related to trees and landscape • Principles and practices of urban forestry management • Urban planning and development practices • Local government permitting processes • GIS development and use • Time management and project prioritization • Principles of site development and construction • Principles of customer service and public relations • Effective report preparation and presentation • Public outreach techniques and community education • Research methods and sources of information related to urban forest management • Tree appraisal methods • Recent developments, current literature and sources of information related to tree and landscape management in urban areas • Pertinent federal, state, and local laws, codes, regulations, and procedures • Working with contractors and consultants Required Skill in: • Providing technical assistance for the processing of land use permits and applications • Evaluating site plans related to tree removal, pruning, planting, and protection • Using reference materials and manuals regarding the care and maintenance of trees • Utilizing personal computer software programs and other relevant software affecting assigned work • Establishing and maintaining effective working relationships with staff, management, outside agencies, community groups and the general public • Managing data and presenting key information in an easily understandable manner • Communicating effectively, both verbally and in writing • Operating personal computers and appropriate software programs MINIMUM QUALIFICATIONS: Education and Experience: A Bachelor's Degree in Forestry, Earth Sciences, Landscape Architecture or other relevant field and five years of urban forestry experience, including at least one year of planning- or development -related work, are required; or an equivalent combination of education and experience sufficient to successfully perform the essential functions of the job. Required Licenses or Certifications: • Valid State of Washington Driver's License Urban Forest Planner Last Reviewed: 07/08/2021 Last Revised: 06/22/2021 Packet Pg. 411 8.1.d 3 of 3 JOB DESCRIPTION Urban Forest Planner • Note: Other specialty certifications/licenses as required by state and federal law and/or OSHA and WAC regulations may be required within a specified period of time after hire • Note: Must be able to successfully complete and pass a background check Highly Recommended Certifications: • Arborist Certification from the International Society of Arboriculture WORKING CONDITIONS: Environment: • Indoor and outdoor work environment, including field visits • Driving a vehicle to conduct work. • Some possible exposure to fumes, dust and odors. • Occasional exposure to noise from equipment operation • Frequent office -type work, including computer operation and staff meetings Physical Abilities: • Hearing, speaking and otherwise communicating to exchange information in person and on the phone • Operating a computer, electronic tablet, and other office equipment • Reading and understanding a variety of materials • Sitting, standing, walking or otherwise positioning oneself for extended periods of time • Wearing proper personal protective equipment as required by department or City policy Hazards: • Exposure to insects and potential tree -dwelling animals and tree and plant pollens • Working sometimes in the vicinity of noisy, motorized machinery • Exposure to chemical fumes and pesticides • Contact with dissatisfied and upset members of the public Incumbent Signature: Department Head: Urban Forest Planner Date: Date: Last Reviewed: 07/08/2021 Last Revised: 06/22/2021 Packet Pg. 412 8.1.e CHAPTER V COMPENSATION 5.1 PURPOSE The City is committed to maintaining a compensation program that ensures fairness, pay equity, and external competitiveness for the purposes of attracting and retaining talented, engaged, and diverse employees. The purpose of this policy is to provide guidance regarding City compensation goals, subject to collective bargaining and fiscal constraints. All compensation decisions will be made without regard to race, gender, sexual orientation, or any other protected class 5.2 COMPENSATION PHILOSOPHY The City's compensation program should be designed to attract and retain dedicated, hardworking, diverse, and talented employees who effectively support the mission of the City. Therefore, the City's compensation philosophy shall be competitive in the relative market considering all appropriate factors. Those factors include, but are not limited to, compensation provided by comparable cities, pay equity and internal equity, and fiscal resources available to the City. The total compensation program is made up of both pay and benefits. The guiding principles set forth in this policy are expressed as general goals, with a full understanding that wages and benefits are mandatory subjects of bargaining for represented employees. This policy applies to non -represented City employees. It may also serve as a guideline for the City Council in its decision making with regard to labor negotiations. Compensation adjustment for non -represented employees are subject to City Council approval; compensation adjustments for represented employees are subject to collective bargaining, and ratification by the union(s) and City Council. 5.3 DEFINITIONS A. Benchmark — A job or classification that is commonly found and defined, used to make pay comparisons, either within the organization or to comparable jobs outside the organization. B. Compensation — Salary or hourly wages and City -paid benefits such as contributions toward health coverage and other group insurance benefits, retirement, paid time off, continuing education allowances, and any other fringe benefit received by employees. C. Compensation Philosophy — A set of guiding principles that are based on values that drive compensation decision making. D. Pay Equity —The practice of compensating employees in a consistent and fairway for the same or essentially similar work, regardless of race, gender, disability, sex, sexual orientation or other status. Packet Pg. 413 8.1.e E. Cost of Living Adjustment (COLA) — A periodic adjustment in wages or salaries to compensate for loss in purchasing power of money due to inflation. F. General Wage Increase —A wage or salary increase where either a flat rate or a common percentage of salary is used. G. Internal Equity — The pay relationships among jobs internal to the organization. H. Labor Market —the market in which workers compete for jobs and employers compete for workers. Market Adjustment — An adjustment to bring the salary range for a job classification to approximate market values, or to bring City benefits to approximate market values. J. Salary Schedule — The levels or hierarchy of job classifications and pay ranges. Salary schedules are generally constructed with consistent percentage changes between each salary range and between the steps assigned to each salary range. Edmonds has established as a standard a 5% increase between ranges and between steps within each range. K. Salary Range —A series of consecutive salary steps in the range comprising the pay rates for a job classification. L. Salary Compression — A condition in which jobs requiring significantly different levels of responsibility or professional expertise have a pay differential that is too small to be considered equitable. 5.4 COMPENSATION GOALS The City's compensation philosophy is to be competitive in the relevant labor market considering all appropriate factors. To carry out that philosophy, the City's compensation goals are: A. To attract and retain, dedicated, hardworking, diverse, talented employees who are well qualified to perform their duties in an ever evolving municipal government environment; B. To pay employees fairly and to ensure pay equity and internal equity; C. To be externally competitive by providing compensation commensurate with the labor market; D. To be fiscally responsible and legally defensible. Packet Pg. 414 8.1.e 5.5 MARKET DEFINITION The comparable labor market will be defined as Cities in Washington State based on population, assessed valuation, and assessed valuation per capita with a bandwidth of 50% up and 50% down. When establishing comparable cities, those located in Snohomish, King, Pierce, and Thurston County will be given first priority. Cities outside these counties may be considered if a statistically reasonable group of comparators is not established. Other local government agencies and private employers may be taken into consideration when they are determined to be a relevant factor in the labor market. Because of the diversity and complexity of some positions at the City, the market for dept head or management positions, or highly -specialized positions, may be a mix of public sector and private sector employers. The relevant labor market will be defined in a manner that reflects the primary industries or organizations where labor talent is found, recruited from, or lost to. 5.6 MARKET COMPETITIVENESS To maintain pay and benefits that are competitive within the compensation of employers offering similar employment and competing in the same labor market, the City sets compensation in relation to the comparable labor market. However, the City recognized that there are conditions where exceptions and flexibility may be necessary in situations which include but are not limited to: • Recruiting the desired level of talent in certain jobs is a sustained problem and results in negative impacts to the City and the citizens we serve; • Retention problems including succession and turnover; • City priorities; • Internal anomalies in alignment, disparities, or inconsistencies; • Significant changes in the economy or marketplace; • Limitations on available financial resources. 5.7 SALARY CLASSIFICATION AND GRADES Each regular position within the City is classified into a classification title for salary purposes. Each classification title is designated a particular pay grade as shown on the City's salary schedule, which is approved in labor agreements or annually by the City Council. All City employees are assigned to a classification title and provided a job description. This job description shall be reviewed annually with the employee and the supervisor during the employee's performance evaluation, and any changes to the classification shall be referred to the Human Resources Office for review. Any change in a job classification, which would subsequently require a change in salary grade assignment, must have prior approval by the Mayor and City Council, and the appropriate Union as needed prior to the implementation of any classification changes. Packet Pg. 415 8.1.e 5.8 PAY RATES Employees shall be paid within the limits of the wage range to which their positions are assigned. Usually, new employees will start their employment at the first step on the salary range for their classification. However, a new employee may be employed at a higher rate than the minimum when the employee's experience, training or proven capability warrant, or when prevailing market conditions require a starting rate greater than the minimum. Any placement above a step 3 at hire is subject to the Mayor's approval. Requests for placement above a step 3 should first be submitted to Human Resources for review who will then forward to the Mayor for approval. All pay rates for new employees will be reviewed for pay equity to ensure that the City continues to compensate employees consistently and fairly. 5.9 SALARY RANGE PROGRESSION New employees are advanced to the next salary step increment after satisfactorily completing the first six months of probation. After this, employees advance to the next step in the salary range on the January following their anniversary date and each succeeding January after a concurrent satisfactory overall performance evaluation has been completed by their supervisor, until reaching the maximum step. An employee is considered not to have achieved a satisfactory overall performance rating if two or more performance category areas in the evaluation receive less than a "meets standards" rating. An employee who fails to achieve at least a satisfactory overall performance rating on their annual performance evaluation shall not be eligible for a step increase until their next performance evaluation rating period. Employees who do not achieve a satisfactory overall performance rating will be immediately placed on a performance improvement plan (PIP). The PIP will provide clear expectations to the employee for the work performance items that must improve in order for the employee to achieve a satisfactory overall performance rating by the next evaluation period (usually 3 and/or 6 months) as determined under the PIP. A PIP also serves as a work plan for the employee that will likely include individualized, supervisor -provided feedback and counseling on improving work performance, as well as outlining any necessary areas of training or retraining in order for the employee to succeed on the PIP. 5.10 NON -REPRESENTED EMPLOYEES' ANNUAL SALARY ADJUSTMENTS The Mayor will recommend the adjustment of salary schedule for non -represented employees to the City Council for approval as part of the budget process. In addition, the City will attempt to mitigate compression issues as they arise. The Mayor will make appropriate and timely recommendations to City Council to maintain internal equity and prevent compression issues. 5.11 NON -REPRESENTED EMPLOYEES MARKET ANALYSIS The Human Resources Department will conduct compensation surveys for non -represented positions no later than September 1, every three years. Packet Pg. 416 8.1.e Salary ranges for positions will be determined by using the prevailing rates in the identified comparator cities. The City will be competitive within the defined market, but normally will not assume the position of a lead pay policy compared to the market; therefore, the median or 50th percentile of the mid -range of salary data collected will be used to determine competitiveness. Deviations from this may be considered by Council where such deviations are consistent with the established compensation philosophy. Every three years, based upon the survey data, the Mayor will recommend salary range market adjustments for non -represented positions to City Council. The Mayor will consider the following goals in developing the recommendation: 1. Maintain the mid -point of each salary range between 5% high/low of the mid -point of the comparator city median. a. Positions requiring adjustment will be assigned to the new salary range within the salary schedule that places the position closest to the comparator cities' median. 2. Ensure that positions which are essentially similar are internally equitable 3. Address any issues of compression between non -represented supervisory positions and their direct reports. 4. Any employee whose actual salary falls below the newly adopted pay range minimum, shall be adjusted up to the new minimum upon adoption of the new pay ranges. 5. Any employee whose actual salary exceeds the top of the approved salary range, will have their salary frozen until such time as the salary range for that position catches up to the compensation of the employee. 5.12 PROMOTION An employee promoted to a position in a higher classification and salary range shall receive a promotional pay increase to either 1) the entry step or salary of the new salary range, 2) the next highest available pay step in the new range which provides at least a 5% increase in pay, or 3) to start at the bottom of the pay grade of the higher classification, whichever is greater. Changes in salary due to a Reclassification of a position will be treated the same as a Promotion. Promotions change an employee's pay anniversary date and subsequent merit pay reviews. Promotions for positions covered by a collective bargaining agreement will be handled per the provisions of that agreement. An employee transferring from one position to another which are in the same pay range will not be considered a promotion. 5.13 PAYDAYS City employees are paid semi-monthly on the 5th and the 20th of each month. If a regularly scheduled payday falls on the weekend or a holiday, the paychecks will be distributed on the last preceding regularly scheduled working day. Automatic deposit is available upon request. Pay increases, other than those occurring upon the 1 st or the 16th of the month, become effective at the beginning of the next pay period. Packet Pg. 417 8.1.e 5.14 ERRORS IN PAY Every effort is made to avoid errors in paychecks. However, any employee who believes that an error has been made should contact the Finance Department immediately. The Finance Department will take the necessary steps to research the problem and to assure that any necessary correction is made properly and promptly. An employee reporting an error will be notified in writing within 15 business days of the outcome. An employee who believes further discrepancies exist should submit a written complaint to Human Resources immediately. If an employee has been overpaid in error, the City will ask that the amount be repaid by payroll deductions or by agreement, consistent with applicable laws. 5.15 DEDUCTIONS Some regular deductions from the employee's earnings are required by law; all other deductions must be approved by the City and specifically authorized in writing by the employee. The City will withhold from the employee's paycheck those deductions required by law and any voluntary deductions approved by the City and authorized by the employee, by applicable union contract, or by statute or regulation. 5.16 ACTING PAY When an employee is temporarily assigned to work in a position with a higher pay rate in order to fill a vacancy or act on behalf of an absent employee, the employee shall be paid Acting Pay in the amount of either the minimum of the salary rate of the acting position or a 5% increase in base pay, whichever is greater. To qualify, the employee must be assigned to the acting position for a period of ten (10) or more consecutive workdays. Acting Pay is limited to a six month period as noted in the City Ordinance. Any extenuating circumstances requiring Acting pay for a period beyond six months are subject to the Mayor and City Council's approval, or subject to applicable Civil Service Rules. 5.17 SPECIAL DUTY PAY The Mayor is authorized to pay any manager or director level employee special duty pay in addition to that person's regular compensation when the Mayor has temporarily assigned special duties to that person. No employee may receive special duty pay for longer than one year without city council approval. "Special duties" are defined as those duties not included as essential functions in the employee's official job classification and not otherwise associated with the employee's position. Special duty pay shall consist of up to ten percent of the employee's salary at the time the special duties are assigned. The Mayor is authorized to grant to each such employee up to five percent (5%) for special duty pay at the Mayor's discretion, and shall be based upon the scope of the additional responsibilities identified by the Mayor. If the Mayor determines that special duty pay above five percent (5%) is warranted for a particular employee, the Mayor will be authorized to grant up to ten percent (10%) for special duty pay upon prior approval by the City Council. Packet Pg. 418 8.1.e 5.18 COMPENSATION UPON TERMINATION When an employee's employment with the City is terminated, the employee will receive the following compensation on the next regularly scheduled payday including: 1) regular wages for all hours worked up to the time of termination which have not already been paid; 2) any overtime or holiday pay due; 3) A lump sum payment of any accrued but unused vacation and compensatory time and; 4) any employee -paid health insurance premiums paid in advance for health insurance coverage. Accrued sick leave will be paid in accordance with City Ordinance and Personnel Policies for Non -Represented employees, or the applicable collective bargaining agreement for Union Employees. 5.19 RECLASSIFICATION It is the supervisor's responsibility to maintain the employee's primary job assignments within the scope of the existing job classification, until a revised job classification is approved. Requests for revised job classifications can be made by the Department Director to the Human Resources department. In the event that an employee is eligible for a reclassification as determined by his/her supervisor, a reclassification form and a revised job description, along with the recommended pay grade should be submitted to Human Resources for review. All revised job descriptions and reclassification requests are subject to the Mayor's approval, before submittal to the City Council for their approval and/or the respective Union as required. Packet Pg. 419 City of Edmonds 2021 Compensation Market Study Non -Represented Position Changes The following table lists each non -represented position which data has indicated should be placed at a new range on the salary schedule and the percentage difference (increase) when comparing the current pay range midpoint to the proposed pay range midpoint. Department.. Accounting Title Administrative Services Director Increase to Range Mi_ ]t dpoin 7.1% Accounting Deputy Director Administrative Services 5.1% Building Building Official 5.1% Building Permit Supervisor 0.1% City Clerk City Clerk 0.1% Community Services Comm Svc/Econ Dev Director 7.1% Community Services Communications Strategist/PIO 0.1% Development Services Development Services Director 7.1% Engineering Associate Engineer 5.1% Engineering Capital Projects Manager 10.4% Engineering City Engineer 6.1% Engineering Engineering Program Manager II 15.9% Engineering Senior Utilities Engineer 10.4% Engineering Stormwater Engineer 15.9% Engineering Transportation Engineer 10.4% Equipment Rental Fleet Manager 5.1% Facilities Maintenance Facilities Manager 5.1% Grounds Maintenance Parks Maintenance Manager 0.1% a 1/20/2022 City of Edmonds Packet Pg. 420 Department.. Information Services Title IS Manager Increase to MidpointRange 15.9% Mayor's Office Exec. Assistant To The Mayor 15.9% Parks & Recreation Arts & Cultural Svcs Prgm Mgr 0.1% Parks & Recreation Deputy Parks Director 5.1% Parks & Recreation Human Services Program Manager 5.1% Parks & Recreation Park, Rec & Cultural Service Dir 7.1% Parks & Recreation Recreation Supervisor 10.4% Personnel Human Resources Analyst 5.1% Personnel Human Resources Assistant 5.1% Personnel Human Resources Director 7.1% Personnel Safety-Disaster-Coord 5.1% Personnel Senior Human Resources Analyst 5.1% Planning Associate Planner 5.1% Planning Enviromental Programs Manager 0.1% Planning Planner 10.4% Planning Planning Manager 5.1% Planning Senior Planner 5.1% Planning Urban Forest Planner 5.1% Police Executive Assistant Confidential 15.9% Police Police Chief 9.2% Public Works Public Works Director 8.2% Public Works Street-Stormwater-Manager 10.4% Public Works Water/Sewer Manager 10.4% Public Works WWTP Manager 5.1% Public Works WWTP Supervisor 5.5% Cn c 0 N C d a E 0 c.� d m 0 a E w d c m d L a m c 0 z a 1/20/2022 City of Edmonds Packet Pg. 421 8.2 City Council Agenda Item Meeting Date: 01/25/2022 2022 Budget Amendments Staff Lead: Diane Buckshnis and Kristiana Johnson Department: City Council Preparer: Scott Passey Background/History (Strikethrough text per Council motion passed January 25, 2022) Packet Pg. 422 8.2 Recommendation Narrative Attachments: January 25 exhibit 12022 Budget Amendment PowerPoint Jan 25th exhibit 2 council 2022 amendments Packet Pg. 423 2022 Budget Comments Council knew that we would revisit the budget in 2022. Timeliness is almost Feb. imperative since 2022 Budget was approved and now Items were left out of the budget such as the reorganization of Municipal Court, a new uptown Satellite Office and a potential Department restructure which could have significant impact or 2022 budget. We are still in a pandemic and have economic pressures inflation, supply shortages, three projected interest rate concerning economic indicators. the Police the from a spike in hikes and other N N O N Packet Pg. 424 2022 Budget Comments We have local budgetary pressures from changes in the South Fire Contract and the impact on both wages and benefits from the recent compensation study. It might be advantageous to postpone some appropriations until Council and the pubic can be provided more details as amendments happen quarterly. The use of $2.1 million in unrestricted reserves in this budget should be a Council decision as to the amount and purpose and per our approved Fund Balance Policy. These amendments came from four Council Members and this �QsF-o� presentation is a compilation of their items. Packet Pg. 425 2022 Budget Comments The first section identifies decision packets that are in question of removal and the second section suggest addition to the budget. To save time, each item will be motioned from moderator (and after a second) any member of Council can provide reason for motion. After vetting a vote will occur and five vote items or super majority will be highlighted. A budget hearing is scheduled for February 1st. A super -majority vote (five votes is needed in order for any amendment to be moved to the udget ordinance. N N O N Packet Pg. 426 2022 Budget Amendments N O # 1 - REDI Manager — there was not sufficient information to 0 support a on -going FTE. With this issue comes two motions: 1 Hire consultant to evaluate City on REDI metrics what has a ready been done and what needs to be done) an propose4 three alternatives to accomplishing that work and with that the allocation reduced to 70K 2) Substitute Motion: Hire REDI Manager for year one of a intended three year position to assess what is done, what needs to be done, to do the work, to train staff, and to set systems in place to carryon the work internally and with an occasional professional services contract after the three year period. ; Packet Pg. 427 1 2022 Budget Amendments #11 — One Commander FTE — proposed organizational restructure of the Police Department should be brought forth to a council committee. Appropriation is premature. Motion: Remove this decision packet. #13 — Body Cameras — Are these cameras assigned to individual police officers or are they interchangeable like the cars as needed for different shifts. If we can meet the law with sharing the body camera, reduce the appropriation from 16 to 10 and purchase the remaining 6 next year. Motion: Reduce appropriation to 10 body cameras? N N O N Packet Pg. 428 1 2022 Budget Amendments #14 —Police Scuba Team — in the past, we had a three member dive team. While a five member team may be optimal, looking for community partners to fund the service leve between minimum and optimal in future years. Motion: Decrease scuba team to three. suggests #16 — Public Information Officer — not sufficient support for FTE provided. Motion: Remove this decision packet N N O N Packet Pg. 429 2022 Budget Amendments #20 —Solar Program -this is a pilot project geared towards low- income families; yet it takes approximately $13K to be part of the $5K grant program and this is not a realistic expectation. There are many state solar program that offers incentives and grants. Motion: Remove this decision packet. N N O N Packet Pg. 430 8.2.a 2022 Budget Amendments #21—Last year, a $550K appropriation was approved and $409,000 was left unspent and is now a carry forward. The City is distributing funds in household grants from ARPA as well. Motion: Remove decision packet. #22 —New FTE position to manage existing capital projects — there is not sufficient information to support a full time FTE or how this position will manage what projects. Council committee should review to determine what exactly projects are part of this request. Motion: Remove decision packet. Packet Pg. 431 O 2022 Budget Amendments Fl� #33 — FCA Assessment —Recent bonds were approved based on the previous conditions assessment report and most projects will be completed in three years. A discussion about the timing of the re- assessment should be brought forth to a Council Committee. Motion: Remove decision packet. #34 —Carpet Cleaning —Could the City buy the carpet cleaning equipment and have our fully staffed custodial team do the twice annual carpet cleaning. There is not sufficient information to support this new expense especially when a new custodian is in the budget. Motion: Remove the decision packet. Process can be handled via a budget amendment and Council Committee review. Packet Pg. 432 8.2.a 2022 Budget Amendments #35 —Vehicle purchase for Maintenance and Custodial. Unclear as to the number of vehicles? DP 70 purchased a variety of 8 vehicles for an average of $60,625 per vehicle and no annual maintenance cost. Council should review all vehicles included in the 2022 budget to determine needs over want. Motion: Delete the decision packet. Schedule car purchase decision be brought forth to a Council Committee. #37 — $100,000 ongoing for aging infrastructure —The City bonded in order to address the backlog of infrastructure capital maintenance project and are unable to spend all the bonded amount this year. Motion: Delete the decision packet. N N O N Packet Pg. 433 8.2.a 2022 Budget Amendments #38 — New Police perimeter fence — The cost of providing a fence or other means of securing the police area should be vetted through a committee to determine if less expensive alternatives. Motion: Delete the decision packet. #40 - 2022 Commute Trip Reduction — During the pandemic, this seems to be an unneeded expense since many employees are working from home. An amendment can always come through after proper vetting of the PPPW committee. What was the data for the 2021 program? Motion: Delete decision packet. 8.2.a 2022 Budget Amendments #41— Purchase Message Board — Is this necessary for city work? The civic organizations that want to use them can rent them from a sign company. This is not a city function. Motion: Delete decision packet. #47 — Yost and Seaview Assessment and Rehabilitation — this entire project has yet to be brought forth to Council and an amendment can occur in 2022 or is this part of the Civic Infrastructure? The numbers in the description do not match the project status. Motion: Delete decision packet. 8.2.a 2022 Budget Amendments #47 —Yost and Seaview Reservoir Assessment and Rehabilitation — this entire project has yet to be brought forth to Council. The numbers in the description do not match the project status as Yost cost of $440K with interfund of $65K and then no cost for Seaview. But an assessment of $130K is listed with the entire project listed to be between $3.OMM to $3.5MM. Motion: Delete decision packet and bring forth to Council Committee and handle through amendment process. #48 — 3-year Rate Study Consultant —The CIP/CFP should be scrubbed before we allow any review by a consulting firm since number inconsistencies have been noted. Motion: Delete Decision Packet. N N O N .y CIL E ca N N O N 8.2.a 2022 Budget Amendment #51—Overtime —Potential estimates for pilot projects is not a sufficient reason to add overtime. Increasing the overtime appropriation should be addressed with Council Committee to look at consistency in overtime over the years. Motion: Delete decision packet. #55 —Edmonds Marsh Water Quality Improvements — no justification for water mitigation or the phases of this stormwater project. Suggest that the stormwater aspect be clarified in the CIP/CFP process. Council review to determine costs and plans for all project as these funds potentially impact utility rates. Motion: Delete decision packet. N N O Packet Pg. 437 8.2.a 2022 Budget Amendment #60 — Perrinville Creek Projects — No information provided from the Administration (promised in 2020) when the Creek was damaged by high water flow and City blocked portions of the creek to force flow into two vaults. Motion: Delete decision packet and bring forth budget amendment when plan is established. #61 - Green Streets and Rain Gardens — No information to support the green streets and the definition does not exist in City documents. Rain garden grants available through Snohomish County and how would the bio-retention and rain gardens should be built to reduce flooding? Motion: Delete decision packet. Packet Pg. 438 8.2.a 2022 Budget Amendment #70 — New vehicles —There are already a number of vehicles in the police and public works departments. These vehicles purchases can wait a year when Council has a better understanding of all cars needed from the B-Fund and supply shortages decrease. Motion: Delete decision packet. #71- Vehicle charging network — Further review of this to entail creating a charging network system and data on current use of our charging stations. Motion: Delete decision packet. #72 - Strategic Planning for optimizing the solar panel upgrade on Frances Anderson Building. There is not sufficient information in place to understand this request. Should ea vetted more fully by Council Committee to determine cost or impact of aged infrastructure. Motion: Delete decision packet. N N O N .y L 0 E Q ca N 0 N t x �tn N cc Packet Pg. 439 8.2.a 2022 Budget Amendments to Increase Appropriations • Motion to add Municipal Court restructure to reflect 2022 budget numbers currently represented only as attachments to the bu get via DP 230-22001,02, and impact on 03) • Motion to reflect the expense of the new satellite City Hall office on HWY 99 in the 2022 budget numbers. • Motion to add $100K for the Creative District's Fourth Avenue Corridor project design. N N O 8.2.a 2022 Budget Amendments to Increase Appropriations • Motion to add $60K for study of a Police Station relocation and/or City Hall relocation. • Motion to add $150K for Streetlights in the Lake Ballinger Area (CIP/CFP impact) • Motion to add the South County Fire adjustment to the budget. N N O N N a. 0 a. a 0) m N N O N r x L N 7 C 7 �.i C d s �o a Packet Pg. 441 8.2.b MEMORANDUM FOR INCLUSION IN COUNCIL PACKET Date: January 12, 2022 To: Edmonds City Council Cc: Mayor Mike Nelson Dave Turley, Administrative Services Director From: Jeff Taraday, City Attorney Re: Applicable law regarding possible budget amendments Having been made generally aware of a desire by at least some councilmembers to remove previously approved items from the 2022 budget, it seems appropriate to advise the city council regarding applicable law and, in particular, the vote margin that might be required to accomplish that objective. The final paragraph of RCW 35A•33.12o reads as follows: The city council, upon a finding that it is to the best interests of the code city to decrease, revoke or recall all or any portion of the total appropriations provided for any one fund, may, by ordinance, approved by the vote of one more than the majority of all members thereof, stating the facts and findings for doing so, decrease, revoke or recall all or any portion of an unexpended fund balance, and by said ordinance, or a subsequent ordinance adopted by a like majority, the moneys thus released may be reappropriated for another purpose or purposes, without limitation to department, division or fund, unless the use of such moneys is otherwise restricted by law, charter, or ordinance. RCW 35A•33.120 (emphasis added). In other words, any ordinance that the council would be considering to adopt budget amendments would need five votes to pass if the ordinance had the effect of decreasing the appropriations for a given fund. Keep in mind, however, that it is only the ordinance that requires such a vote margin. Any preliminary motions M600 Stewart Street, Suite 400, Seattle, WA 98101 P 206.273.7440 F 206.273.7401 www.lighthouselawgroup.com Packet Pg. 442 8.2.b made as part of the perfecting or finalizing of the ordinance would only need a majority for passage. But, as a practical matter, if an ordinance ultimately contains several amendments that each only garnered four votes during the perfection process, that ordinance might have a difficult time obtaining the five votes necessary for passage. If the final ordinance contains, for example, eight different budget amendments, but only one of those eight actually decreases an appropriation, the ordinance would still need five votes to pass, because there can be only one vote on the final ordinance and the ordinance would decrease appropriations. Accordingly, the council may wish to direct that two ordinances be prepared: one ordinance that contains amendments that decrease appropriation levels and another ordinance that contains other budget amendments that do not decrease appropriation levels. An example of a budget amendment that does not decrease appropriation levels would be the removal of an authorized FTE position without removing the appropriation or funding that had been associated with that FTE position. If two such ordinances are prepared, only the ordinance that decreases appropriation levels would require five votes to pass. Please feel free to contact us with questions. N600 Stewart Street, Suite 400, Seattle, WA 98101 I P 206.273.7440 I F 206.273.7401 I www.lighthouselawgroup.com Packet Pg. 443 8.3 City Council Agenda Item Meeting Date: 01/25/2022 Introduction Regarding Code Amendment to ECDC entitled Bicycle Parking Development Standards Staff Lead: Eric Engmann, Planning Department: City Council Preparer: Eric Engmann Background/History This code amendment was initiated as a way to support and promote alternative forms of transportation. The Planning Board reviewed the draft bicycle parking code amendment (AMD2021- 0001) on June 23, 2021 and held a public hearing on July 14, 2021. Staff Recommendation Listen to the introduction, ask questions, and schedule a public hearing on the proposed code amendment. Narrative Bike parking facilities help implement a modal shift in transportation that reduces the number of motor vehicles on the road. Bike parking also requires less space than motor vehicle parking and, in many situations, allows users to park closer to their destinations. This amendment would assist City's goal of reducing vehicle miles traveled (VMT), as identified in the Climate Action Plan. Providing these facilities will enable people to choose alternative transportation choices and achieve Comprehensive Plan goals. For instance, the Comprehensive Plan Transportation Policy 4.13 states, "Place highest priority for improvements to bicycle facilities and installation of bike racks and lockers near schools, commercial districts, multi -family residences, recreation areas, and transit facilities." This amendment would address the bicycle parking needs within Edmonds. Currently, bicycle parking standards are only required in the Community General (CG) zoning district and do not apply to city-wide development. The proposed amendment establishes when development projects are required to install bicycle parking. These bicycle parking spaces would apply to all multiple dwelling units (multifamily) and non-residential development that is new, substantially damaged or improved, or if a parking lot is expanded by 50 percent or more. The requirements of this code amendment are separated into short-term and long-term parking standards to address the different bicycle parking needs for a development. Short-term parking is intended for parking lasting less than four hours. These bicycle racks are typically located outside a development and near the entrance to provide safe and convenient locations for short term parking of the bicycles. This is commonly seen at business or commercial sites and used when running errands or making shorter trips. Long-term parking is intended for parking lasting four or more hours. It is primarily used by residents or employees of a development. Long-term parking is typically found within a building site such as a garage or storage room. Designing bike facilities for short and long term parking is Packet Pg. 444 8.3 important to meeting the needs of the cyclist and maximizing utilization, thereby reducing barriers to this form of transportation. Exhibits The code amendment language, as recommended by the Planning Board, is included as Exhibit 1. The minutes from the June 23, 3021 Planning Board Minutes and the July 14, 2021 Public Hearing are included as Exhibits 2 and 3. The Edmonds Bicycle Advocacy Group (EBAG) has also submitted a set of recommended changes to the code amendment, which is included as Exhibit 4. Attachments: Exhibit 1- Planning Board Recommended Code Language Exhibit 2-June 23, 2021 Planning Board Intro Excerpt Minutes Exhibit 3- July 14, 2021 Planning Board Hearing Excerpt Minutes Exhibit 4- EBAG Letter of Recommended Changes Packet Pg. 445 8.3.a Chapter 17.120 Bicycle Parking Facilities A. Purpose. The purpose of this Chapter is to provide adequate and safe facilities for the parking and storage of bicycles, and to encourage alternative forms of transportation. B. Definitions. 1. Bicycle Parking- means the space one bicycle takes up when locked to a bicycle rack or similar device. 2. Long-term bicycle parking- means bicycle parking or storage anticipated to be at a building site for four or more hours. 3. Short-term bicycle parking- means bicycle parking or storage anticipated to be at a building site for less than four hours. 4. Substantial damage —for the purposes of this chapter 17.120 ECDC, substantial damages means damage of any origin sustained by a structure whereby the cost of restoring the structure to its before damaged condition would equal or exceed 50 percent of the replacement cost of the structure before the damage occurred. 5. Substantial improvement- for the purposes of this chapter 17.120 ECDC, substantial improvement means any reconstruction, rehabilitation, addition, or other improvement of a primary structure, the cost of which equals or exceeds 50 percent of the market value of the primary structure before the "start of construction" of the improvement. C. Applicability. Development for each of the land uses identified in this Chapter 17.120 ECDC shall be required to provide bicycle parking facilities when one of the following occurs: 1. A new development; 2. Substantial damage or substantial improvement is made to an existing development within a one-year period, as determined by the Building Official; or 3. The parking capacity of an existing development or parking facility is increased by 50 percent or more of the total parking spaces provided. D. Short -Term Bicycle Parking. 1. Requirements. Short-term bicycle parking shall be provided as specified in Table 17.120.A. 7/15/2021 (As Passed by Planning Board) Page 1 of 4 Packet Pg. 446 8.3.a Table 17.120.A: Short -Term Bicvcle Parking Requirements Type of Use Minimum Number of Spaces Required Multiple dwelling units 1 per 10 dwelling units; not less than 2 spaces Non-residential uses 1 per 12 vehicle parking spaces; not less than 2 spaces 2. Installation of Short -Term Bicycle Parking. Short-term bicycle parking shall comply with all of the following: a. Required to be visible from a building's entrance, except it can be provided at locations not visible from the main entrance when directional signage is provided at a building entrance; b. Required to be located at the same grade as the sidewalk or at a location reachable by ramp or accessible route; c. Adequate illumination of the bicycle parking surface shall be provided; d. Required to have an area of not less than 18 inches wide, 60 inches long, and 48 inches high for each bicycle; e. Required to be provided with a rack or other facility for locking or securing each bicycle; f. The rack or other locking feature shall be permanently attached to concrete or other comparable material; and g. The rack or other locking feature shall be designed to accommodate the use of U-locks or similar devices approved for bicycle security. h. Bicycle parking facilities shall not impede pedestrian or vehicle circulation. E. Long -Term Bicycle Parking. 1. Requirements. Long-term bicycle parking shall be provided as specified in Table 17.120.13. Table 17.120.B: Lone -Term Bicvcle Parking Reauirements Type of Use Minimum Number of Spaces Required Multiple dwelling units' 0.75 per unit Non-residential uses 1 per 25,000 square feet of floor area; not less than 2 spaces Footnote 1: Multiple dwelling units with individual garages or ground floor units with direct outdoor access are exempt from this requirement. 2. Installation of Long -Term Bicycle Parking. Long-term bicycle parking shall comply with all of the following: a. Required to be located on the same site as the building; 7/15/2021 (As Passed by Planning Board) Page 2 of 4 Packet Pg. 447 8.3.a b. Required to be located inside the building, such as a vehicle parking garage or other secure common area, except it can be located outside the building if located within 300 feet of the building's main or employee entrance and provides permanent cover including, but not limited to, roof overhang, awning, or bicycle storage lockers; c. Adequate illumination of the bicycle parking surface shall be provided; Required to have an area of not less than 18 inches wide, 60 inches long, and 48 inches high for each bicycle; e. At least one electrical outlet shall be available for the use of electric -assisted bicycle charging within eight feet of each area where a group of long-term bicycle parking spaces is located. f. Required to be provided with a permanent rack, locker, or other facility for locking or securing each bicycle that is attached to concrete or other comparable material. Up to 50 percent of the racks may be located on walls. g. Alternative bicycle parking configurations and designs such as double decker lift assisted racks or bicycle parking in dedicated storage areas may be approved by the Development Services Director if it is determined that these alternative configurations provide adequate access, are easy to use, and allow a bike to be securely locked. h. Bicycle parking locations within auto parking areas shall be separated by a physical barrier such as curbs, wheel stops, stanchions, fences, or similar device. F. Calculations. 1. Fractions. For the purposes of this chapter 17.120 ECDC, calculations will be rounded up to the nearest whole number. 2. Different Uses on Same Site. The requirement for different uses on the same site is calculated as the sum of all requirements for the individual uses. 16.6n_03n Site development standards — Design. (CG Zoning District) 6. Bicycle Storage Spaces. See Chapter 17.120 ECDC for parking standards relating to bicycle parking facilities. , Ane hiryele StE)Fage s ace feF each reside.ntial unit und-e-F 700 SquaFe feet and twe bicycle steFage spaces feeir each residential unit greater than 70-0 square feet. Bieyele steFage spaees sha eepsist Af 7/15/2021 (As Passed by Planning Board) Page 3 of 4 Packet Pg. 448 8.3.a 7/15/2021 (As Passed by Planning Board) Page 4 of 4 Packet Pg. 449 8.3.b CITY OF EDMONDS PLANNING BOARD Minutes of Virtual Meeting Via Zoom June 23, 2021 Chair Rosen called the virtual meeting of the Edmonds Planning Board to order at 7:00 p.m. LAND ACKNOWLEDGEMENT FOR INDIGENOUS PEOPLES We acknowledge the original inhabitants of this place, the Sdohobsh (Snohomish) people and their successors the Tulalip Tribes, who since time immemorial have hunted, fished, gathered, and taken care of these lands. We respect their sovereignty, their right to self-determination, and we honor their sacred spiritual connection with the land and water. BOARD MEMBERS PRESENT Mike Rosen, Chair Matt Cheung Todd Cloutier Judi Gladstone Richard Kuen Roger Pence BOARD MEMBERS ABSENT Alicia Crank, Vice Chair (Excused) Nathan Monroe (Unexcused) Mike Rosen: Calls meeting to order. STAFF PRESENT Rob Chave, Planning Division Manager Kernen Lien, Planning Division Eric Engmann, Planning Division Richard Kuen: Reads Land Acknowledgment for Indigenous Peoples. Rob Chave: Calls roll. (Planning Board responds) Mike Rosen: Mentions Alicia Crank has an excused absence and unless Nathan Monroe joins, it will be an unexcused absence. Packet Pg. 450 Rob Chave: States that part of the concern is ownership, especially for multifamily buildings. Would be hard for a tenant to get a building owner to make that investment of an upgrade from EV capable to EV ready. Judi Gladstone: Asks for clarification, that EV capable does not have an outlet. Eric Engmann: Confirms that EV capable only has the behind the wall wiring, no outlet. Rob Chave: Mentions many EVs have portable charging devices that can work with EV ready EV capable still needs significant steps to charge vehicles. Eric Engmann: States that many cities require 10% of EV spaces to be accessible spaces. Staff may need to create more scenarios to determine the best percentage. Mentions that the draft code language and terminology is similar to the surrounding cities. Much of the language comes from best practices and other codes. Mike Rosen: Thanks staff. Asks if it makes sense for this item to come back one more time before scheduling a public hearing. Roger Pence: Agrees. Mike Rosen: Asks if staff has any issue with presenting this one more time before a public hearing Rob Chave: Agrees to this. Mike Rosen: Introduces the bicycle parking code amendment. Eric Engmann: States that staff will be discussing the goals of this amendment and look at the proposed draft. States the closest goal is in the Climate Action Plan, Transportation Goal 3. Which seeks to reduce vehicle miles traveled by promoting active transportation. Having access to bicycles, places to park them, places to use them, sidewalks, all of this is part of this metric. Discusses the difference between short-term and long-term bicycle parking standards. Difference is based on how long they function for and (usually) where they are located. Short-term parking is typically for short trips, located at the front of a building, and is intended for parking less than 4 hours. This is the typical bike parking standard found in most zoning codes. States that long-term parking is important for biking as an alternative form of transportation. It occurs for parking of more than 4 hours and is typically located in a secure location within a building. This standard is seen more often in multifamily residential developments. Employees riding bikes to work also rely on this option. Planning Board Minutes June 23, 2021 Page 12 Packet Pg. 451 8.3.b Mentions that single-family is not included because there is typically space to store bicycles there. Mentions the applicability standards would be similar to those discussed for EV charging infrastructure. Would be required for new buildings, major renovations, or parking increases. Would be a choice between the 50% recommendation or the existing non- conforming standards. Discusses the effects of the regulations on different scenarios; small, medium, and large developments. Mentions larger developments would likely use storage rooms or lockers. Talks about other standards: • Proximity to entrances • Minimum sizes • Secure structures • Visibility • Outlets for electric bicycles (E-bikes) • Exceptions to the standards for units with direct outside access and reductions for assisted living • Considering higher standards for certain uses (idea borrowed from Shoreline) Mike Rosen: Asks for comments. Acknowledges Roger Pence. Roger Pence: Mentions the picture of a short-term bike rack. Asks if one "hoop" could count for two bike parking places. Eric Engmann: States this is the case if there was enough room on both sides to meet the minimum size requirements. Roger Pence: Mentions downtown locations and asks if short-term parking located in the public sidewalk could count toward this standard. Eric Engmann: States that improvements typically need to be on private property. Rob Chave: Agrees that, generally speaking, these requirements would take place on private property. Roger Pence: Reiterates that new development would have to provide an off-street or off -the -public sidewalk area for short term bike parking. Eric Engmann: Mentions the new zoning standards for the Community General (CG) zoning district. The buildings are required to build closer to the property line but bike parking still typically occurs onsite near the entrance. Roger Pence: Mentions he is thinking of the 13131 (central downtown) zone. Planning Board Minutes June 23, 2021 Page 13 Packet Pg. 452 8.3.b Eric Engmann: States that staff can look into allowing special consideration for this area. States that new development should be able to meet this standard but it could be difficult for existing building. Roger Pence: Comments that the Downtown Improvement Association is already installing bike racks on the public sidewalk downtown. Mike Rosen: Comments that he likes the exceptions to require additional bike parking for the 10 examples listed (in the code) but this seems arbitrary and discretionary. Asks if there is something about those uses that could be summarized if staff wants to require more parking there. Eric Engmann: Concedes that this exception can be difficult in code. Asks for more clarification Mike Rosen: Asks how someone would decide which uses need additional parking. Eric Engmann: States that the code often gives staff discretion to reduce standards. Mentions these uses (playfields, libraries, etc.) are ones that typically require more bike parking. Agrees that staff will look at this again. Mike Rosen: States that specificity in these kinds of things is always useful. Was wondering if there was another way to describe the content of this exception. Asks if there is any other comment. Sees none and thanks staff. Eric Engmann: Asks if this item is ready for public hearing. Mike Rosen: Confers with the Board. Todd Cloutier: Thinks it is ready to go. Judi Gladstone: Agrees that it is ready. Mike Rosen: Confirms the item is ready for public hearing. Mike Rosen: Introduces the extended agenda. Acknowledges that Council's meeting tomorrow may affect the extended schedule. Rob Chave: Agrees that some things are in flux as the council continues to discuss various things Mike Rosen: Asks for any specific questions. Acknowledges Roger Pence. Roger Pence: Asks if he can suggest a potential addition. States that the County has published a buildable lands report and includes a section on Edmonds. Has questions about the data and the maps. Would like a briefing on the Edmonds section of the buildable lands report by the author of the technical work. Feels it would be very useful to understand housing Planning Board Minutes June 23, 2021 Page 14 Packet Pg. 453 8.3.c CITY OF EDMONDS PLANNING BOARD Minutes of Virtual Meeting Via Zoom July 14, 2021 Chair Rosen called the virtual meeting of the Edmonds Planning Board to order at 7:00 p.m. LAND ACKNOWLEDGEMENT FOR INDIGENOUS PEOPLES We acknowledge the original inhabitants of this place, the Sdohobsh (Snohomish) people and their successors the Tulalip Tribes, who since time immemorial have hunted, fished, gathered, and taken care of these lands. We respect their sovereignty, their right to self-determination, and we honor their sacred spiritual connection with the land and water. BOARD MEMBERS PRESENT Mike Rosen, Chair Matt Cheung Nathan Monroe Roger Pence BOARD MEMBERS ABSENT Alicia Crank, Vice Chair (excused) Todd Cloutier (excused) Judi Gladstone (excused) Richard Kuen (excused) STAFF PRESENT Rob Chave, Planning Division Manager Eric Engmann, Planning Division Mike Rosen: Calls meeting to order and reads Land Acknowledgement for Indigenous Peoples. Asks Rob Chave for roll call. Rob Chave: Does roll call. Mike Rosen: States Judi Gladstone, Richard Kuen, Alicia Crank, and Todd Cloutier have excused absences. Mike Rosen: Mentions two past meeting minutes to approve. Starts with June 9. Asks for changes or Packet Pg. 454 summarize her past comments to the city council and planning board for the benefit of the new planning board members. Talks about climate change and the effect of the existing emergency ordinance and the upcoming consideration of the permanent ordinance. States climate change is likely to exacerbate extreme heat events like the one a few weeks ago and is part of a long term trend of hotter, drier summers. Also states native tree species encouraged by the current code are likely to decline and die off in the coming years. Mentions Seattle's master arborists have identified that if soil is dry near the trees 4 inches below the surface, that the trees should be watered lightly for about an hour every week. Says drought or dry and hot conditions is correlated with limb failure during the summer or upon the first wind event and branch fall creates a hazard to both people and property. States the result of the emergency ordinance is an implicit requirement for property owners to maintain trees above 24 inches or live with existing and increasing hazards in coming years. States that the city is not going to pay for her water bill for the days leading up to and the weeks following the last heat event or maintenance as things get worse. States the city made these costs and hazards required for a portion of her property with the emergency ordinance and they are a current reality for portions of the city annexed in the '60s, '90s, and SR 99 Corridor. Hopes that the planning board thoughtfully considers the burdens and hazards that the city is imposing on overburdened and other less developed communities and states that the city's narrow focus on preserving the private urban forest in its current location misses the reality of climate change. Mike Rosen: Thanks the board and apologizes for the interruption of the presentation. Eric Engmann: Asks Eric Engmann to continue where he left off with the presentation. States the main changes since the last draft. • Created a definition section • Updated the 50% rule to use existing code language for substantially improved and substantially damages • Created a calculations section • Removed exception option to allow City to set minimum standards above what is stated in the code (without specific requirements) • Updated minor Schriever's errors Explains the differences between short-term and long-term bicycle parking and how they are used. Reiterated that these standards would apply to multifamily and non-residential development. Planning Board Minutes July 14, 2021 Page 3 Packet Pg. 455 8.3.c Then explained the proposed standards. One short-term (multifamily) space per 10 dwelling units. Short-term nonresidential parking requires one per twelve parking spaces, with no less than two spaces. For long-term multifamily parking it is 0.75 per unit. For long-term nonresidential, it would be one per 25,000 square feet of floor area, not less than two spaces. Explains the footnote that multifamily units with individual garages and those with ground floor access directly outside of the development are exempt from these requirements. Briefly mentions the rest of the requirements and mentions the exception for assisted living and similar uses. States that he spoke with the Edmonds Bicycle Advocacy Group and showed them a few of the standards. Mentions some minor language recommended to be added by Public Works for the short-term and long-term standards. Talks about the applicability standards and how the new 50 percent rule would work and where the new language, using the defined terms substantial improvement and substantial damage, comes from. Also compares the proposed language to the other non- conforming standards in the code. Mentions that the work would need to take place over a 1-year period and the final decision would be made by the Building Official. Asks the Board to consider the proposed standards, the updated applicability standards and any other comments on the current draft. Also, asks the Board to consider transmittal to City Council. Mike Rosen: Opens up the public hearing. Asks if anyone in the audience wishes to speak. Rob Chave: States Natalie Seitz is in the audience and can speak if she wishes. Ms. Seitz: States she hasn't reviewed this in detail. States one of the major impacts of all of those bicycle sharing programs is ADA accessibility and making sure there is ADA accessible pedestrian access. Mike Rosen: Thanks Natalie Seitz and, understanding that there are no other people wishing to participate, closes the public hearing portion. Nathan Monroe: Asks if the short-term bicycle and the long-term bicycle, is governed by PROWAG or ADAG. Eric Engmann: Unsure. Asks if it refers to bike parking in the right-of-way. Nathan Monroe: Asks about bicycle parking on the fringe of the right of way, it would be accessible to our right of way and wonders what building code governs, PROWAG or ADAG? Eric Engmann: Unsure. Nathan Monroe: Imagines the Building Department will sort that out. Has four questions to ask. Has some pause about the assisted living exception and notes that building uses change. Planning Board Minutes July 14, 2021 Page 4 Packet Pg. 456 8.3.c Asks why assisted living was carved out. Eric Engmann: States this is standard for bike parking standards and done in other cities. This acknowledges that some use might required less bike parking. Nathan Monroe: States his concern is that building uses change often as the needs of the city change. Mentions assisted living now might become condos or apartments later and this could lead to insufficient infrastructure. Discusses caveat to have the space now but not necessarily use it as such. Has another question about electrical outlet distances. Would like to see the average extension length included, whatever it may be. Also mentions the lighting required in Section F and that there ware no specific lumen requirements. Worried about the code simply using the term lighting, and that developers can twist those words. Lastly, agrees that the 50% applicability rule seems appropriate. Eric Engmann: Mentions that staff discussed using specific lumens in earlier drafts. In talking with Public Works and the Building Official, it was felt that lumens were hard to specify. Mentions that it can be difficult if codes are too specific to allow for different scenarios. Mentions this is also why no specific distance was used for electrical outlets. States they were left out for some flexibility. Nathan Monroe: States he seems the point with lumens, but feels that average length of an electrical bike plug is a known quantity. Suggests the Board direct staff to include a specific electrical outlet distance. Mike Rosen: Discusses the applicability options. Asks if it is the consensus on using the 50% rule. Doesn't hear pushback so assumes there is consensus on 50%. Mentions Nathan Monroe suggests there be a specific plug-in (distance) number based, asks if this is a reasonable approach. Nathan Monroe: Agrees. Mike Rosen: Asks if Matt Cheung or Roger Pence have any concerns. Roger Pence: Observes that most electrical bikes have demountable batteries that riders take up to their living quarters to charge them up. Unsure how much demand there is for charging at the bike rack. Mike Rosen: Asks if there is any downside of putting this in the standards. Roger Pence: Has no objection, just pointing out fact. Mike Rosen: Reiterates what he assumes is the consensus of the group. Ponders if it is reasonable to mention a certain lumen to address the brightness of a surface. Asks if that is a reasonable Planning Board Minutes July 14, 2021 Page 5 Packet Pg. 457 8.3.c approach. Nathan Monroe: Asks if this is more like performance criteria. Mike Rosen: States the standard could be based on brightness of the room and not how it is done. Rob Chave: Mentions that bicycle parking can be provided in many different kinds of circumstances, sometimes within parking areas and other in personal storage units. Mentions that it is not a uniform thing. Nathan Monroe: Clarifies that short-term parking would be more public. Rob Chave: Agrees. Nathan Monroe: Mentions that for a safety and usability aspect, it should be well lit. States the current language seems a little ambiguous. Eric Engmann: Mentions the current language states it requires adequate illumination. Mentions that there are a lot of different scenarios to consider. Nathan Monroe: Asks if the code addresses safety, specifically if it must be in an easily accessible safe area Eric Engmann: Confirms. States that for short-term parking it needs to be near the building entrance unless specifically assigned to a different location. For long-term parking, it is typically where people live so it doesn't need the same sort of signage. Mike Rosen: Asks Nathan Monroe about his recommendation on the lighting. Nathan Monroe: States he is nervous from a builder's standpoint and acknowledges this is a minor issue. Mentions that the more standalone and performance criteria included the better. Defers to staff but mentions that he wanted to bring it up. Eric Engmann: Mentions that this was specifically discusses with the Building Official and Public works, the consensus was switching to the current language. Mike Rosen: Asks Nathan Monroe if he has a specific recommendation. Nathan Monroe: States that he is okay with adding the electrical (distance) language and not including the lumen language. Eric Engmann: Agrees that the electrical distance can be added. Mike Rosen: Brings up the assisted living exception. Asks if Eric Engmann has concern with that change Eric Engmann: Clarifies that the Board's amendment would require Senior living to comply. Planning Board Minutes July 14, 2021 Page 6 Packet Pg. 458 8.3.c Mike Rosen: States that they could still use it for other purposes, but it would be available. Eric Engmann: Mentions that there are considerations or scenarios where there may be use for some exceptions, but it is up to the Board. Mike Rosen: Asks Roger Pence and Matt Cheung if they have any opinion. Reiterates staff's comment that if Nathan Monroe has a strong opinion, then they will honor it. Nathan Monroe: States he thinks it makes the most sense to future proof our infrastructure. Mike Rosen: Asks Eric Engmann to make the change and brings up the proposed ADA standards that was discussed. Asks for the thoughts of the Board. Nathan Monroe: States that if it is inside of a building, it's already got to honor ADAG, which is the building code for accessibility and if it's outside, it's PROWAG if it's public right of way. States that the criteria already exists in other parts of the code and doesn't think it needs to be reiterated. Eric Engmann: Mentions that following ADA requirements is already part of the overall code language Mike Rosen: Mentions that staff had recommended adding two additional components to short-term and long-term parking installation requirements. Asks if anyone has any concerns. Hears none. Asks if Eric Engmann has any other discussion points. Eric Engmann: Mentions that Roger Pence had brought up whether there should be an exception to the short-term parking requirement in downtown if there is on -street parking nearby. Mike Rosen: Asks Roger Pence for his opinion. Roger Pence: States he was thinking about downtown where businesses and buildings are close together. Mentions the Board ought to be encouraging combined parking both automobiles and bicycles. States this approach seems logical. Mike Rosen: Asks Nathan Monroe for his thoughts. Nathan Monroe: Mentions this would mostly affect retrofits. Rhetorically asks who can use the on -street bike parking and how it would be used for multiple buildings. Roger Pence: States that logic would have the different building owners cooperating on a joint use facility. Concerned about how the short-term bike parking on private property would work; who could use it. Mike Rosen: States he appreciates that kind of thinking. Asks Eric Engmann if there is any other direction needed. Planning Board Minutes July 14, 2021 Page 7 Packet Pg. 459 8.3.c Eric Engmann: Mentions that was it. Mike Rosen: Asks if there is anything else to add or change. States that he thinks the Board is looking for a motion to send to Council. Nathan Monroe: Confirms that the update includes the electrical outlet distance component and removing the senior living exception. Mike Rosen: Agrees and mentions the two additions by staff. Nathan Monroe: Moves that this, with those modifications, be sent to Council. Matt Cheung: Seconds. Mike Rosen: Asks for any discussion. Asks for all those in favor say aye. Group: Aye. Mike Rosen: Asks if anybody is opposed. States that hearing none, the motion passes unanimously. Eric Engmann: introauces continuation or Lv cnarging intrastructure potential code amendment. States it will be focused on the changes from the last draft which are • The mix of EV charging standards in the table. • The applicability standard. Also mentions that there are a few changes to the draft since the last meeting. They are • Included Level 3 charging into the definition for EV capable and EV ready- for the sake of flexibility • Updated the 50% rule language- now uses substantial damage and substantial improvement in the definitions • Clarifies parking restrictions will only apply to EV Installed spaces • Minor clarifications and corrections States one of the big topics from the last meeting had to do with the mix of standards that were proposed. Highlights (and reads slides) of the pros and cons for each of the EV staging type: (EV Capable, EV Ready, EV Installed. Highlights the specific proposal. Mentions Board seemed comfortable with single family proposal, which also includes multifamily with individual garages. Discusses multiple dwelling unit (Multifamily) proposal. 20% EV capable, 40% EV ready, Planning Board Minutes July 14, 2021 Page 8 Packet Pg. 460 8.3.d Engmann, Eric From: Luke Distelhorst <luke.distelhorst@gmail.com> Sent: Wednesday, January 19, 2022 9:38 PM To: Engmann, Eric Cc: Hauss, Bertrand; McLaughlin, Susan Subject: Edmonds bike parking code recommendations from EBAG Attachments: EBAG - bike parking.docx Follow Up Flag: Flag for follow up Flag Status: Flagged Dear Eric, Thank you so much for reaching out to the Edmonds Bicycle Advocacy Group, as well as for these great code updates! It's a big step toward better infrastructure to support further active transportation development in Edmonds. Tonight we discussed the draft code and would like to make the following recommendations for consideration, please. 1. Recommendation: Increase the number of long-term spaces for non-residential properties to, "2 per 25,OOOsgft, not less than 3." a. Justification: Depending on the property, long-term spaces may be used both by employees and "customers." In order to have sufficient space, we recommend a slight increase that would account for potential dual -usage. A property like Winco, at—85,000 sq ft and a significant number of employees, would still only require 6 long-term parking spots. More secure parking will be a bigger incentive than ample short-term parking that is less secure. If a business would need 16 EV spaces, but only 2-3 long- term bike spaces, it is likely inadequate and may discourage biking (presentation slide 11). 2. Recommendation: Reduce distance for long-term, non-residential parking from front door as well as eliminate less -secure options. "Required to be located inside the building, such as a vehicle parking garage or other secure common area, except it can be located outside the building if located within 150 309 feet of the building's main or employee entrance and provides ^ ^t e ^elud ng 1but net ' ngite ' to of ever-"^^^ secured space, such as bicycle storage lockers." a. Justification: 100 yards is a considerable distance, and the potential for no security other than an awning/roof, is likely less secure than short-term parking that is visible to the entrance. If that provision is included, it would be a considerable downgrade not equivalent to parking inside a building or inside a parking garage, or even secure bike lockers. 3. Recommendation: Support for up to 50% on -wall as a reasonable balance. Many a -bikes are too heavy to wall hang/mount unless there is a fully -built system, as noted in point "g" (uncommon in North America, common in Europe). 4. Recommendation: Maintain "50% rule" for property redevelopment/improvement be included (as it is in current draft). S. Recommendation: The city provides a guiding document for best -practice racks (Barb Chamberlain at WSDOT uses this one: https://www.apbp.org/assets/docs/EssentialsofBikeParking FINA.pdf). Packet Pg. 461 8.3.d a. Justification: Current racks around Edmonds vary greatly from best -practice examples (Ed! racks around downtown), to unusable wave racks installed against brick walls. This will help ensure that new racks meet current best practice. Please let me know if you have any questions and thank you so much for all this great work! Best wishes, Luke Distelhorst 206-475-7751 Packet Pg. 462 8.4 City Council Agenda Item Meeting Date: 01/25/2022 Enterprise Resource Planning System (ERP) Replacement Staff Lead: Megan Menkveld Department: Administrative Services Preparer: Megan Menkveld Background/History The City of Edmonds' financial system, Eden, is a twenty -year -old system that is being phased out by Tyler Technologies. They are instructing customers to begin their search for a new system. Eden is a client -based (versus cloud -based) system that is dependent on offline applications like MS Excel and Adobe Acrobat to complete the budget and other work. It is a manual, time-consuming process, and collaboration between management and staff is done offline in meetings and emails. The COVID-19 pandemic has created the need for a comprehensive, cloud -based solution to ensure timely and accurate budget preparation as well as maintaining regular finance functions. Employees need to be able to work from home for an indefinite amount of time, as their job allows, to ensure the City stays operable. OpenGov's Budget Suite meets criteria for ARPA funding as it reduces the potential transmission of COVID-19 by being cloud -based and accessible to an unlimited number of users remotely. Staff Recommendation Staff is requesting that City Council authorize the Mayor to execute an agreement for implementation of OpenGov's Budget Suite for a fixed -fee five year SaaS contract of $67,822 per year and a $55,500 one- time implementation fee for a five-year total of $394,610 using ARPA funds. Staff is requesting that City Council waive RFP purchasing requirements for ERP replacement. Narrative Product selection for an ERP system is detailed and complex and requires a significant amount of staff effort across departments. The execution of a RFP takes about six months, and the implementation can take years. Due to limited City staff resources, a contracted project manager is necessary to coordinate and lead the search and then manage the implementation. Due to the urgency placed by the COVID-19 pandemic emergency and other factors, staff recommends waiving RFP requirements for the ERP system(RCW 39.04.280). Instead staff will do its due diligence in making a selection. In order to expedite necessary changes, staff recommends implementing the OpenGov Budget Suite first, which attaches to any ERP system, while the search continues for a full ERP replacement. The budget is touched and seen by potentially hundreds of people, and the Budget Suite addresses access and collaboration issues resulting from the pandemic. It can be deployed at any time, regardless of ERP. OpenGov's Budget Suite is the only integrated cloud solution for operating budget development, capital and workforce planning, and online budget book creation. This multi -tenant Software -as -a -Service solution connects stakeholders to the budget process, engages them for real-time feedback, accurately Packet Pg. 463 8.4 forecasts personnel costs, and integrates with the City's current financial system (Eden), resulting in improved outcomes, enhanced internal efficiencies, and more time for strategic planning. The integrated suite aggregates and synchronizes financial and non -financial data providing a means of storing informational documentation pertinent to the budget. The product streamlines and transforms the budget process from the initial stages of planning and personnel forecasting on through final publication while enabling collaboration throughout. The OpenGov Reporting and Transparency Platform, part of the Budget Suite, simplifies and streamlines the collection, analysis, and communication of complex information. This solution reduces manual reporting, data scrubbing, and formatting by providing on -demand access to dynamic, interactive reports and dashboards. Simple, self-service tools empower anyone with access to the platform to perform analysis without burdening technical teams, making it easier to discover trends, provide historical context, and find anomalies quickly. OpenGov allows limitless users. Staff will continue with the search for a project manager and ERP system and bring separate recommendations to Council. The total cost for this fixed -fee five-year software as a service (SaaS) contract is $67,822 per year and a $55,500 one-time deployment fee for a five-year total of $394,610. This price is lower compared to the NASPO Washington State Contract which the City could also utilize to purchase this software. Staff proposes utilizing ARPA Funds as it meets the spending criteria, mitigating employee exposure to events like COVID-19, by providing a telework infrastructure, remote access to City Council, and a tool for better communication and public access to the final budget. Attachments: Council Presentation January 25 2022 OpenGov_Software Services Agreement_ 210519_standard_ers2022 OpenGov + Edmonds Agreement 1.20.22 Packet Pg. 464 Replacement Enterprise Resource Planning Software (Eden Agenda, (30 minutes) • Enterprise Resource Planning System Overview • Considerations • OpenGov Budget Suite (Budget, Planning &Reporting) • Recommendation • Cost &Budget Impacts) • Next Steps 0 Packet Pg. 466 Enterprise Resource Planning System Traditional Option (One Service Agreement) WI uman esources Payroll -Self -Service HRIS Budget & Reporting OpenGov Budget Suite Option (Potentially Two Service Agreements) Human 4119 Resources Payroll *Self -Service •HRIS • Sole Source • Attaches to any ERP system Packet Pg. 467 Enterprise Resource Planning System: Options - • Or other ERP Budget Suite (5 months) ERP (x months) OpenGov Budget Suite Option Human Resources Payroll'M'MM71".Self-Service •HRIS __ Malhammo Sole Source • Attaches to any ERP system Packet Pg. 468 Considerations: Levels of Importance BUDGET SUITE 1. Operational Risk Low High • Eden will become non -operational 2. State of Emergency • ARPA Funding High High • Remote Working • Availability of Information 3. Market Conditions • Eden customers all need to replace systems N/A High at the same time • "Great Resignation" 4. City Staff Resources • Leanly staffed in Finance and IT • Requires other departments' key staff time High High • Competing projects and priorities within and between departments 5. ERP Customer References and Feedback High High Packet Pg. 469 Considerations: ARPA [Jeff Taraday opinion forthcoming] ARPA: American Rescue Plan Act Coronavirus State and Local Fiscal Recovery Funds: A subset of ARPA 2 CFR Part 35 111. Eligible Uses I A. Public Health and Economic Impacts • Purpose is to "Authorize the use of payments from the Fiscal Recovery Funds to respond to the public health emergency with respect to COVID- 19... • Must be in response to the disease itself.. . Packet Pg. 470 Considerations: ARPA Mt. Vernon, WA (12/08/2021) City Council Agenda Memo Entire ERP Staff proposes utilizing American Rescue Plan Act (ARPA) funding to replace our current financial software to use this electronic software that will also allow transparency. This expense meets the criteria of using these funds since the purchase and integration of OpenGov Cloud ERP software mitigates employee exposure to events like COVID-19 by providing a software solution that establishes a telework infrastructure, council access, and provides a tool for better communication and public access to the final budget. It allows staff to input, review and approve financial data remotely and minimizes physical contact. Packet Pg. 471 Considerations: ARPA Puyallup, WA (08/24/2021) City Council Agenda Memo Budget Suite Only Proposed use of ARPA funding was presented to Council on July 13, 2021. Subject: Approve a five-year contract with OpenGov for budgeting and transparency software. Fiscal Impacts: Utilize ARPA funding (revenue losses) for the initial five-year contract, then transition to the regular IT operating budget for ongoing annual subscription fees. Packet Pg. 472 Considerations: RFP Waiver [Jeff Taraday opinion forthcoming] • Would need to hire project manager/consultant to write and execute a product RFP • Both the preparation of the proposal and response are technical and detailed, a lengthy process. OpenGov typically does not respond to RFPs for those reasons. • OpenGov is on the WA State list of NASPO* vendors • There are realistically only three products on the market that make sense for Edmonds. • Tyler Munis • Springbrook (no response) • OpenGov • Other cities have followed scientific methods in their product comparison. • RCW Exception *National Association of State Procurement Officials &JIL IV Packet Pg. 473 Considerations: RFP Waiver [Jeff Taraday opinion forthcoming] Uniform exemptions to competitive bidding requirements (39-04.280 RCW) I . Purchases that are clearly and legitimately limited to a single source of supply (Sole Source Vendor): 2. Purchases involving special facilities or market conditions (auction) 3. Surplus Property (surplus property from another government 4. Purchases in the event of an emergency 5. Interlocal Agreements (State standard contracts) 6. Competitive Negotiations Competitive negotiation can be used as an alternative to the competitive bidding procedures for the acquisition of electronic data processing and telecommunications systems; energy saving or energy related equipment or services; or when it is determined in writing that the use of competitive bidding is neither practical nor advantageous to the City. Packet Pg. 474 Considerations: RFP Waiver Menlo Park, CA (City Council 09/22/2020) The rapid switch to remote work due to the COVID-19 pandemic has exacerbated the limitations of the current system and necessitated a more rapid adoption schedule. Further complicating matters, the workload requirements of the annual independent audit, preparation of financial statements, and preparation of the annual budget creates a relatively narrow window of potential "go -live" times. Staff recommends that the City Council waive formal bid requirements and authorize the city manager to enter into a five-year agreement with OpenGov for financial accounting software -as -a - service (SaaS) Packet Pg. 475 OpenGov Budget & Reporting Suite OpenGov Accessible to Limitless Users The Only Modern Cloud ERP for Local Government Future -proof your government's most important software investment by choosing the only modern cioud ERP designed to unify and automate the many mission -critical processes of local government. ® City Manager Dashboard �w 4 xw�wa V ...... ....... r,wC�11:,G ; +r. A w 1 ctat.p wt T� .... o •....nn.Mu 4 •. x.uew..voxn+.�n A .., ... ,-....-.. r,._., ® .. -• t.M..wm •u�wa+++nw d w�.rercxi.Mrrcu • xis.a9a.an eo E Cn _ _ a d L 3 O N d m w �L a L d y.+ _ W N N O N LO N w 3 _ R _ O 'yr M _ d N L a O aa� Packet Pg. 476 ADMINISTRATIVE SER OpenGov Budget & Reporting Suite Eden Not Accessible or Useable, except for designated staff YeWAS: Q throUph 73 a Aden MM ttule % E6E Ye- f.Lam at EorM& d* _j. Tiwkwg -A I8udI2KRm&SPw Fri As mft fiiesraral Lem GL its t Amix" lydwrafim Report Q Expenditure Account Find (OBEi Ched 0 x6 Lnhw File Edit UB€ Format Tab Help AoMxOAtidW E*ort CAFFiXIAS B Etpatl A ®� . ( PerNSV aAlyI71R!"A Su v� .!!& Main Activity Budget controls Comments GL4;ATratxzas mnHePM �-� aou[rrd Enaies Eb-.Cj Bt**l:A*mWankx Account# �••❑ A "Akc tF Title f$ L, c9 Status Debt or credi ReoW Ledw Account kind ❑ Active ❑ Credit p L1 Ledger End of Pdridd El No Posting ❑Debit Account class ❑ No Period Rep. :E C E umt p tS is Report groups V Report group 2 Cashllnvestment ❑ Budget RFR ❑ CAFR Onlyno Standard ❑ Budget Only ❑� Exclude fr ❑ Not Available Q PA require ij F rickh" Swum A E vergkn Gdai j E by D Control type j EnxTdbxeGcuwD Nominal/Real .. A"e%* Reppla Fund type v RaLwKWU RMM13 Beginning balance Rewenud mAE uns by hu-rd 112 Expenditw- [a Fate Edrt Format select Delp HeVAW-PackardHP LaserJel P2w5 PMUV status Rudy 1 Pra•,tbaforuftw Ffew4rn ar ardHPtsserletP203 COLVA Prirt s a sla[us rewt wkh sr lwnay i#armallim for a piddt+e wca r"v. inK q tie'claf bodge+ed arm. ewes. errcxrrrhrarces, balww=, and pei=* pn of bxoms uuA S4��C fiscalpear 2022 Fncalclass !y Firs aym Six" pww if E-*9 wW . l 3 IL_I Ura tarps Skatlilp acC'a+unk - -. ��� �tCCAIa•rk � Page break level 10 : ; : Pw a rlks D*ad poahm i Ac��yrtt lAlss NNY-NNN,NY HWAY.NN. NN Atc7rt Sdals Nfi`tAHRN`t'-HWAY NH NN Pro OGIiorls ❑ I nckyde e*vw&ames ❑ nckX6 pre-&XU baM ❑ I nic" ur-rp &dl b4w �+ Suppaess aicw ravith ❑ Do not svpprexs 1*61 ❑ Repo Ib- F1 PriM recap iep:vI © Put spxa Packet Pg. 477 ADMINISTRATIVE SER System . TORASB9C $ubsystorf Dispkay . . . OPADEV%05 ser ID . . . , . Password rogramlprocedure: Menu Current library. . IBM's interna syst m must only be VerfAel/Mod 520 use for conducting IBM's business Driver 5O0 KPFl509 SLIC or for purposes authorized by IBM System TORAS89C management. Owner . . . Sean Babins au Use is subject to audit at any time Phone e t . 4123 bg IBM management. Install date., 07260E You must ensure you have proper System Usage: AD Development permissions on goer f#lesl $ec Level 40 ------------------------------------- For help submit your requests to �rtt p:llr�3. t oro l ab. �.bm. co+�lhel p (C) COPYRIGHT IBM CORP. 1960, 2002. OpenGov Budget & Reporting Suite Alameda, CA (Budget Book) https:Hstories.opengov.com/alamedaca/Published/h6Dp2kbXH Hayward, CA (CIP) https:Hstories.opengov.com/haywardca/Published/4w8NCiahX Packet Pg. 479 OpenGov Budget & Reporting Suite Public Feedback Ashland, OR • Both an Online Budget Book and pdf version of the book were put online for the public. After several months, the pdf received about 5 downloads and the Online Budget Book had over 1,000 users. • The Finance Director said that residents have used information from the Online Budget Book and Transparency Portal during council meetings. In one example, a resident was making claims about how funds were being mismanaged and giving wrong numbers to support his claim. Another resident went to the City website and found the correct numbers in the meeting. Minneapolis, MN Budget -watchers routinely expressed appreciation for the level of financial transparency on the website. There was also a notable increase in the level of public debate around the budget. Video instructions and on -screen navigation help available so they can do as much or as little as they can. IV Packet Pg. 480 Recommendation: 1. Phased Implementation Starting Now 2. Waiver of RFP's Waiver of RFP's General HRIS Ledger Payroll (Employee Utility Billing Self -Service) ERP Planning & Implementation (12 months +) F or Budget Module Planning, Implementation & Training te January March May July September December • • • • • • • • • • February April June August November 2023 E Cn _ _ a d L 3 0 N d d A) CL w N N 0 N LO N R is c 0 �o d N L a 0 aa� Packet Pg. 481 Recommendation • Remote Work • Accessibility • ARPA • Transparency • No change to Eden processes for staff (besides budget) • Can attach to any ERP RP Later z • Select Project Manager • Evaluate Products • Plan for Human Resources • Plan for Change Management Cn IL d L O N d C. L W N N O N Ln N M 0 N L a 0 a Packet Pg. 482 Cost and Budget Impacts Billing Frequency: Annual Payment Terms: Net 30 SOFTWARE SERVICES: Product 1 Service Start Date End Date An Budgeting & Planning 02/01/2022 01/31/2027 $67 Dashboards, Financial Integration, Open Town Hall, Operating & Capital Budgeting,. Renortinc, & Analvtics. Stories. Transaarencv. Workforce Planninv, Software Annual Total: PROFESSIONAL SERVICES: $67.)i Product 1 Service Start Date Total 2 Professional Services Deployment - Prepaid 02/01/2022 $43, Billing/Service Periods: Period 1 February 1, 2022 Period 2 February 1, 2023 Period 3 February 1, 2024 Period 4 February 1, 2025 Period 5 February 1, 2026 $111,297.00 $67,822.00 $67,822.00 $67,822.00 $67,822.00 Services Total Amount: $43,4 $382,585 for 5-year contract Cost and Budget Impacts Comparison to NASPO 307387 4penGov Budgeting and Planning - Between $100-150 MiIIion - 5Y OG-SWBA-B 100 1 WM-AR-5Y $75,100.00 $74:354.94 1 857.822.00 309347 4penGov Professional Services Deployment - Prepaid - All Tiers - OY 06-PBBG-ALTR-0T-GY $205iHaur $ 02.951Hour $1851`Hour E Cn _ _ 2 a d L 3 0 N d d .Q _ W N N O N LO N R _ _ 0 �o d N d L a 0 c� c m Packet Pg. 484 Cost & Budget Impacts City of Edmonds A PA Funds Appropriation Schedule Approved/Requested Spent Approved Account Amount Expenditures Remaining Funds Balance Account A - City Expenditures 750,000 90,474.35 659,526 79,984.54 10,490 Account B - Household Support 4,150,000 1,050,000.00 3,100,000 240;482 809,568 Account C - Business Support 1,125,000 562,006.94 562,993 236521 325,686 Account D - Nonprofit Support 500,000 420,500.00 79,500 420500 - Account E - Job Retraining 600,000 600,000.00 - 199.999 400,001 Account F - Green Infrastructure 4.768.09D - 4.768.099 Total Funds 11.893.099 2.722.981 9.170.118 1.177. 37 Packet Pg. 485 Next Steps • Full Council Approve: • ERP Evaluation Presentation: • Waiver of RFP's Status • Waiver of RFP's • Mayor • Project Manager • OpenGov Signature for Search Status Budget Suite OpenGov • Recommendation w/ Agreement Budget Suite for Product Agreement Selection & Project Manager • Next Steps with Full Council Cn _ _ IL d L O N d d N �L Q. L W N N O N Ln N M _ _ 0 _ N L a 0 a Packet Pg. 486 8.4.b OPENGOV SOFTWARE SERVICES AGREEMENT OPENGOV SOFTWARE SERVICES AGREEMENT This Software Services Agreement (this "Agreement") is entered into by OpenGov, Inc., a Delaware corporation with a principal place of business at 6525 Crown Blvd #41340, San Jose, CA 95160 ("OpenGov") and the customer listed on the signature block below ("Customer"), as of the date of last signature below (the "Effective Date"). This Agreement sets forth the terms under which Customer will be permitted to use OpenGov's hosted software services. DEFINITIONS "Customer Data" means data that is provided by Customer to OpenGov pursuant to this Agreement (for example, by email or through Customer's software systems of record). Customer Data shall not include any confidential personally identifiable information. "Documentation" means the documentation for the Software Services at the Customer Resource Center page found at https://opengov.zendesk.com. "Feedback" means suggestions, comments, improvements, ideas, or other feedback or materials regarding the Software Services provided by Customer to OpenGov, including feedback provided through online developer community forums. "Initial Term" means the initial license term specified in number of years on the Order Form, commencing on the Effective Date. "Intellectual Property Rights" means all intellectual property rights including all past, present, and future rights associated with works of authorship, including exclusive exploitation rights, copyrights, and moral rights, trademark and trade name rights and similar rights, trade secret rights, patent rights, and any other proprietary rights in intellectual property of every kind and nature. "Order Form" means OpenGov's Software Services order form that: (a) specifies the Software Services provided by OpenGov; (b) references this Agreement; and (c) is signed by authorized representatives of both parties. "Renewal Term" means each additional renewal period, which shall be for a period of equal duration as the Initial Term, for which this Agreement is extended pursuant to Section 7.2. SOFTWARE SERVICES, SUPPORT AND PROFESSIONAL SERVICES 2.1 Software Services. Subject to the terms and conditions of this Agreement, OpenGov will use commercially reasonable efforts to perform the software services identified in the applicable Order Form entered into by OpenGov and Customer ("Software Services"). 2.2 Support & Service Levels. Customer support is available by email to support@opengov.com or by using the chat messaging functionality of the Software Services, both of which are available during OpenGov's standard business hours. Customer may report issues any time. However, OpenGov will address issues during business hours. OpenGov will provide support for the Software Services in accordance with the Support and Software Service Levels found at https://opengov.com/service-sla, as long as Customer is entitled to receive support under the applicable Order Form and this Agreement. 2.3 Professional Services. (a) If OpenGov or its authorized independent contractors provides professional services to Customer, such as implementation services, then these professional services will be described in a statement of work ("SOW") agreed to by the parties (the "Professional Services"). Unless otherwise specified in the SOW, any pre -paid Professional Services Fees must be utilized within one (1) year from the Effective Date. Any unused pre -paid Professional Services Fees shall be forfeited. (b) Unless the SOW provides otherwise, all reasonable travel expenses, pre -approved by Customer and incurred by OpenGov in performing the professional services will be reimbursed by Customer. Travel expenses Rev. 2018.01_210428 Packet Pg. 487 8.4.b OPENGOV SOFTWARE SERVICES AGREEMENT include cost of coach airfare travel round trip from the individual's location to Customer's location, reasonable hotel accommodations, ground transportation and meals. 3. RESTRICTIONS AND RESPONSIBILITIES 3.1 Restrictions. Customer may not use the Software Services in any manner or for any purpose other than as expressly permitted by the Agreement. Customer shall not, and shall not permit or enable any third party to: (a) use or access any of the Software Services to build a competitive product or service; (b) modify, disassemble, decompile, reverse engineer or otherwise make any derivative use of the Software Services (except to the extent applicable laws specifically prohibit such restriction); (c) sell, license, rent, lease, assign, distribute, display, host, disclose, outsource, copy or otherwise commercially exploit the Software Services; (d) perform or disclose any benchmarking or performance testing of the Software Services; (e) remove any proprietary notices included with the Software Services; (f) use the Software Services in violation of applicable law; or (g) transfer any confidential personally identifiable information to OpenGov or the Software Services platform. 3.2 Responsibilities. Customer shall be responsible for obtaining and maintaining computers and third party software systems of record (such as Customer's ERP systems) needed to connect to, access or otherwise use the Software Services. Customer also shall be responsible for: (a) ensuring that such equipment is compatible with the Software Services, (b) maintaining the security of such equipment, user accounts, passwords and files, and (c) all uses of Customer user accounts by any party other than OpenGov. 4. INTELLECTUAL PROPERTY RIGHTS; LICENSE GRANTS; ACCESS TO CUSTOMER DATA 4.1 Software Services. OpenGov retains all right, title, and interest in the Software Services and all Intellectual Property Rights in the Software Services. The look and feel of the Software Services, including any custom fonts, graphics and button icons, are the property of OpenGov and Customer may not copy, imitate, or use them, in whole or in part, without OpenGov's prior written consent. Subject to Customer's obligations under this Agreement, OpenGov hereby grants to Customer a non-exclusive, royalty -free license during the Term to use the Software Services. 4.2 Customer Data. Customer retains all right, title, and interest in the Customer Data and all Intellectual Property Rights therein. Customer hereby grants to OpenGov a non-exclusive, royalty -free license to, and permit its partners (which include, without limitation the hosting providers of the Software Services) to, use, store, edit and reformat the Customer Data, and to use Customer Data for purposes of sales, marketing, business development, product enhancement, customer service, or for analyzing such data and publicly disclosing such analysis ("Insights"), provided that in all such uses Customer Data is rendered anonymous such that Customer is no longer identifiable. 4.3 Access to Customer Data. Customer may download the Customer Data from the Software Services at any time during the Term, other than during routine software maintenance periods. OpenGov has no obligation to return Customer Data to Customer. 4.4 Feedback. Customer hereby grants to OpenGov a non-exclusive, royalty -free, irrevocable, perpetual, worldwide license to use and incorporate into the Software Services and Documentation Customer's Feedback. OpenGov will exclusively own any improvements or modifications to the Software Services and Documentation based on or derived from any of Customer's Feedback including all Intellectual Property Rights in and to the improvements and modifications. 5. CONFIDENTIALITY 5.1 Each party (the "Receiving Party") agrees not to disclose any Confidential Information of the other party (the "Disclosing Party") without the Disclosing Party's prior written consent, except as provided below. The Receiving Party further agrees: (a) to use and disclose the Confidential Information only in connection with this Agreement; and (b) to protect such Confidential Information using the measures that Receiving Party employs with respect to its own Confidential Information of a similar nature, but in no event with less than reasonable care. Notwithstanding the above, the Receiving Party may disclose Confidential Information to the extent required by law or court order, provided that prior written notice of such required disclosure and an opportunity to oppose or limit disclosure is given to the Disclosing Party. Rev. 2018.01_210428 Packet Pg. 488 8.4.b OPENGOV SOFTWARE SERVICES AGREEMENT 5.2 "Confidential Information" means all confidential business, technical, and financial information of the disclosing party that is marked as "Confidential" or an equivalent designation or that should reasonably be understood to be confidential given the nature of the information and/or the circumstances surrounding the disclosure (including the terms of the applicable Software Agreement). OpenGov's Confidential Information includes, without limitation, the software underlying the Software Services and all Documentation. 5.3 Notwithstanding the foregoing, "Confidential Information" does not include: (a) "Public Data," which is data that the Customer has previously released to the public, would be required to release to the public, upon request, according to applicable federal, state, or local public records laws, or Customer requests OpenGov make available to the public in conjunction with the Software Services. Confidential Information does not include (b) information that has become publicly known through no breach by the receiving party; (c) information that was rightfully received by the Receiving Party from a third party without restriction on use or disclosure; or (d) information independently developed by the Receiving Party without access to the Disclosing Party's Confidential Information. 6. PAYMENT OF FEES 6.1 Fees; Invoicing; Payment; Expenses. (a) Fees. The fees for the Software Services for the Initial Term and any Renewal Term ("Software Services Fees") and the fees for Professional Services ("Professional Services Fees") are set forth in the applicable Order Form. Software Services Fees and Professional Services Fees shall hereafter be referred to as "Fees". Except to the extent otherwise expressly stated in this Agreement or in an Order Form, (i) all obligations to pay Fees are non - cancelable and all payments are non-refundable, (ii) Customer must pay all Fees due under all Order Forms and SOW within thirty (30) days after Customer receives each invoice (invoices are deemed received when OpenGov emails them to Customer's designated billing contact); (iii) the Software Service Fee shall be due annually in advance, and (iv) Customer must make all payments without setoffs, withholdings or deductions of any kind. (b) Annual Software Maintenance Price Adjustment. OpenGov shall increase the Fees payable for the Software Services during any Renewal Term by 5% each year of the Renewal Term. (c) Invoicing and Payment. OpenGov will invoice the Customer according to the Billing Frequency listed on the Order Form. Customer shall pay all invoices according to the Payment Terms listed on the Order Form. (d) Travel Expenses. Unless the SOW provides otherwise, OpenGov will invoice Customer for travel expenses, pre -approved by the Customer, incurred in connection with each SOW as they are incurred. Customer shall pay all such valid invoices within thirty (30) days of receipt of invoice. Each invoice shall include receipts for the travel expenses listed on the invoice. (e) Customer Delays; On Hold Fee. I. On Hold Notice. Excluding delays caused by Force Majeure as described in Section 10.5, if OpenGov determines that Customer's personnel or contractors are not completing Customer's responsibilities described in the applicable SOW timely or accurately, OpenGov shall promptly, but in no event more than thirty (30) days from the date of such determination deliver to Customer a notice (an "On Hold Notice") that (A) designates the Professional Services to be provided to the Customer as "On Hold", (B) detail Customer's obligations and responsibilities necessary for OpenGov to continue performing the Professional Services, and (C) specify the Customer shall be invoiced for lost time in production (e.g. delayed or lost revenue resulting from rescheduling work on other projects, delay in receiving milestone payments from Customer, equipment, hosting providers and human resources idle) for a fee equal to 10% of the first year Software Service Fee (the "On Hold Fee"). II. Effects of On Hold Notice. Upon issuing an On Hold Notice, OpenGov shall be entitled, without penalty, to (A) reallocate resources otherwise reserved for the performance of the Professional Services, and (B) stop or caused to be stopped the Professional Services to be provided to the Customer until the Customer has fulfilled its obligations as set forth in the On Hold Notice. OpenGov shall remove the "On Hold" status, only upon Customer's fulfillment of its obligations set out in the On Hold Notice, including payment of the On Hold Rev. 2018.01_210428 Packet Pg. 489 8.4.b OPENGOV SOFTWARE SERVICES AGREEMENT Fee. Upon Customer's fulfillment of its obligations in the On Hold Notice, OpenGov may, in its sole discretion, extend the timeline to complete certain Professional Services up to six (6) weeks, depending on the availability of qualified team resources (OpenGov cannot guarantee that these team resources will be the same as those who were working on the project prior to it being placed On Hold). OpenGov shall bear no liability or otherwise be responsible for delays in the provision of the Professional Services occasioned by Customer's failure to complete Customer's responsibilities or adhere to a Customer schedule which were brought to the attention of the Customer on a timely basis, unless such delays result, directly or indirectly from the failure of OpenGov or its authorized independent contractors to perform the Professional Services in accordance with this Agreement or applicable SOW. 6.2 Consequences of Non -Payment. If Customer fails to make any payments required under any Order Form or SOW, then in addition to any other rights OpenGov may have under this Agreement or applicable law, (a) Customer will owe late interest penalty of 1.5% of the outstanding balance per month, or the maximum rate permitted by law, whichever is lower and (b) If Customer's account remains delinquent (with respect to payment of a valid invoice) for thirty (30) days after receipt of a delinquency notice from OpenGov, which may be provided via email to Customer's designated billing contact, OpenGov may temporarily suspend Customer's access to the Software Service for up to ninety (90) days to pursue good faith negotiations before pursuing termination in accordance with Section 7. Customer will continue to incur and owe all applicable Fees irrespective of any such Service suspension based on such Customer delinquency. 6.3 Taxes. All Fees under this Agreement are exclusive of any applicable sales, value-added, use or other taxes ("Sales Taxes"). Customer is solely responsible for any and all Sales Taxes, not including taxes based solely on OpenGov's net income. If any Sales Taxes related to the Fees under this Agreement are found at any time to be payable, the amount may be billed by OpenGov to, and shall be paid by, Customer. If Customer fails to pay any Sales Taxes, then Customer will be liable for any related penalties or interest, and will indemnify OpenGov for any liability or expense incurred in connection with such Sales Taxes. In the event Customer or the transactions contemplated by the Agreement are exempt from Sales Taxes, Customer agrees to provide OpenGov, as evidence of such tax exempt status, proper exemption certificates or other documentation acceptable to OpenGov. 7. TERM & TERMINATION 7.1 Term. Subject to compliance with all terms and conditions, the term of this Agreement shall commence on the Effective Date and shall continue until the Subscription End Date specified on the Order Form (the "Initial Term") unless sooner terminated pursuant to Section 7.3 below. 7.2 Renewal. This Agreement shall automatically renew for another period of the same duration as the Initial Term (the "Renewal Term" and together with the Initial Term, the "Term"), unless either party notifies the other party of its intent not to renew this Agreement in writing no less than thirty (30) days before the end of the Initial Term. 7.3 Termination. Neither party shall have the right to terminate this Agreement without a legally valid cause. If either party materially breaches any term of this Agreement and fails to cure such breach within thirty (30) days after notice by the non -breaching party (ten (10) days in the case of non-payment), the non -breaching party may terminate this Agreement. 7.4 Effect of Termination. (a) In General. Upon termination pursuant to Section 7.3 or expiration of this Agreement pursuant to Section 7.1: (a) Customer shall pay in full for all Software Services and Professional Services performed up to and including the effective date of termination or expiration, (b) all Software Services provided to Customer hereunder shall immediately terminate; and (c) each party shall return to the other party or, at the other party's option, destroy all Confidential Information of the other party in its possession. (b) Deletion of Customer Data. Unless otherwise requested pursuant to this Section 7.4(b), upon the expiration or termination of this Agreement the Customer Data, excluding any Insights, shall be deleted pursuant to OpenGov's standard data deletion and retention practices. Upon written request, Customer may request deletion of Customer Data, excluding any Insights, prior to the date of termination or expiration of this Agreement. Such Rev. 2018.01_210428 Packet Pg. 490 8.4.b OPENGOV SOFTWARE SERVICES AGREEMENT request must be addressed to "OpenGov Vice President, Customer Success" at OpenGov's address for notice described at Section 10. 7.5 Survival. The following sections of this Agreement shall survive termination: Section 5 (Confidentiality), Section 6 (Payment of Fees), Section 7.4(b) (Deletion of Customer Data), Section 8.3 (Warranty Disclaimer), Section 9 (Limitation of Liability) and Section 10 (Miscellaneous). 8. REPRESENTATIONS AND WARRANTIES; DISCLAIMER 8.1 By OpenGov. (a) General Warranty. OpenGov represents and warrants that: (i) it has all right and authority necessary to enter into and perform this Agreement; and (ii) the Professional Services, if any, will be performed in a professional and workmanlike manner in accordance with the related statement of work and generally prevailing industry standards. For any breach of the Professional Services warranty, Customer's exclusive remedy and OpenGov's entire liability will be the re -performance of the applicable services. If OpenGov is unable to re -perform all such work as warranted, Customer will be entitled to recover all fees paid to OpenGov for the deficient work. Customer must make any claim under the foregoing warranty to OpenGov in writing within ninety (90) days of performance of such work in order to receive such warranty remedies. (b) Software Services Warranty. OpenGov further represents and warrants that for a period of ninety (90) days, the Software Services will perform in all material respects in accordance with the Documentation. The foregoing warranty does not apply to any Software Services that have been used in a manner other than as set forth in the Documentation and authorized under this Agreement. OpenGov does not warrant that the Software Services will be uninterrupted or error -free. Any claim submitted under this Section 8.1(b) must be submitted in writing to OpenGov during the Term. OpenGov's entire liability for any breach of the foregoing warranty is to repair or replace any nonconforming Software Services so that the affected portion of the Software Services operates as warranted or, if OpenGov is unable to do so, terminate the license for such Software Services and refund the pre- paid, unused portion of the Fee for such Software Services. 8.2 By Customer. Customer represents and warrants that (i) it has all right and authority necessary to enter into and perform this Agreement; and (ii) OpenGov's use of the Customer Data pursuant to this Agreement will not infringe, violate or misappropriate the Intellectual Property Rights of any third party. 8.3 Disclaimer. OPENGOV DOES NOT WARRANT THAT THE SOFTWARE SERVICES WILL BE UNINTERRUPTED OR ERROR FREE; NOR DOES IT MAKE ANY WARRANTY AS TO THE RESULTS THAT MAY BE OBTAINED FROM USE OF THE SOFTWARE SERVICES. EXCEPT AS SET FORTH IN THIS SECTION 8, THE SOFTWARE SERVICES ARE PROVIDED "AS IS" AND OPENGOV DISCLAIMS ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING, BUT NOT LIMITED TO, IMPLIED WARRANTIES OF MERCHANTABILITY, TITLE, FITNESS FOR A PARTICULAR PURPOSE, AND NON -INFRINGEMENT. 9. LIMITATION OF LIABILITY 9.1 By Tom. NEITHER PARTY, NOR ITS SUPPLIERS, OFFICERS, AFFILIATES, REPRESENTATIVES, CONTRACTORS OR EMPLOYEES, SHALL BE RESPONSIBLE OR LIABLE WITH RESPECT TO ANY SUBJECT MATTER OF THIS AGREEMENT UNDER ANY CONTRACT, NEGLIGENCE, STRICT LIABILITY, OR OTHER THEORY: (A) FOR ERROR OR INTERRUPTION OF USE OR FOR LOSS OR INACCURACY OF DATA OR COST OF PROCUREMENT OF SUBSTITUTE GOODS OR SERVICES OR LOSS OF BUSINESS; (B) FOR ANY INDIRECT, EXEMPLARY, PUNITIVE, INCIDENTAL, SPECIAL, OR CONSEQUENTIAL DAMAGES; OR (C) FOR ANY MATTER BEYOND SUCH PARTY'S REASONABLE CONTROL, EVEN IF SUCH PARTY HAS BEEN ADVISED OF THE POSSIBILITY OF SUCH LOSS OR DAMAGE. 9.2 By Amount. IN NO EVENT SHALL EITHER PARTY'S AGGREGATE, CUMULATIVE LIABILITY FOR ANY CLAIMS ARISING OUT OF OR IN ANY WAY RELATED TO THIS AGREEMENT EXCEED THE FEES PAID BY CUSTOMER TO OPENGOV (OR, IN THE CASE OF CUSTOMER, PAYABLE) FOR THE SOFTWARE SERVICES UNDER THIS AGREEMENT IN THE 12 MONTHS PRIOR TO THE ACT THAT GAVE RISE TO THE LIABILITY. 9.3 Limitation of Liability Exclusions. The limitations of liability set forth in Sections 9.1 and 9.2 above do not apply to, and each party accepts liability to the other for: (a) claims based on either party's intentional breach of its Rev. 2018.01_210428 Packet Pg. 491 8.4.b OPENGOV SOFTWARE SERVICES AGREEMENT obligations set forth in Section 5 (Confidentiality), (b) claims arising out of fraud or willful misconduct by either party and (c) either party's unauthorized use, distribution, or disclosure of the other party's intellectual property. 9.4 No Limitation of Liability bV Law. Because some jurisdictions do not allow liability or damages to be limited to the extent set forth above, some of the above limitations may not apply to Customer. 10. MISCELLANEOUS 10.1 Logo Use. OpenGov shall have the right to use and display Customer's logos and trade names for marketing and promotional purposes in connection with OpenGov's website and marketing materials, subject to Customer's trademark usage guidelines provided to OpenGov. 10.2 Notice. Ordinary day-to-day operational communications may be conducted by email, live chat or telephone communications. However, for notices, including legal notices, required by the Agreement (in Sections where the word "notice" appears) the parties must communicate more formally in a writing given by personal delivery, by pre- paid first-class mail or by overnight courier to the address specified in the most recent Order Form (or such other address as may be specified in writing in accordance with this Section). 10.3 Anti -corruption. OpenGov has not offered or provided any bribe, kickback, illegal or improper payment, gift, or thing of value to any Customer personnel in connection with the Agreement, other than reasonable gifts and entertainment provided Customer in the ordinary course of business. If OpenGov become aware of any violation of the above restriction then OpenGov shall promptly notify Customer. 10.4 Injunctive Relief. The parties acknowledge that any breach of the confidentiality provisions or the unauthorized use of a party's intellectual property may result in serious and irreparable injury to the aggrieved party for which damages may not adequately compensate the aggrieved party. The parties agree, therefore, that, in addition to any other remedy that the aggrieved party may have, it shall be entitled to seek equitable injunctive relief without being required to post a bond or other surety or to prove either actual damages or that damages would be an inadequate remedy. 10.5 Force Maieure. Neither party shall be held responsible or liable for any losses arising out of any delay or failure in performance of any part of this Agreement, other than payment obligations, due to any act of god, act of governmental authority, or due to war, riot, labor difficulty, failure of performance by any third -party service, utilities, or equipment provider, or any other cause beyond the reasonable control of the party delayed or prevented from performing. 10.6 Severability; Waiver. If any provision of this Agreement is found to be unenforceable or invalid, that provision will be limited or eliminated to the minimum extent necessary so that this Agreement will otherwise remain in full force and effect and enforceable. Any express waiver or failure to exercise promptly any right under this Agreement will not create a continuing waiver or any expectation of non -enforcement. There are no third -party beneficiaries to this Agreement. 10.7 Assignment. Except as set forth in this Section, neither party shall assign, delegate, or otherwise transfer this Agreement or any of its rights or obligations to a third party without the other party's prior written consent, which consent shall not be unreasonably withheld, conditioned, or delayed. Either party may assign, without such consent but upon written notice, its rights and obligations under this Agreement to: (i) its corporate affiliate; or (ii) any entity that acquires all or substantially all of its capital stock or its assets related to this Agreement, through purchase, merger, consolidation, or otherwise. Any other attempted assignment shall be void. This Agreement shall inure to the benefit of and bind each party's permitted assigns and successors. 10.8 Independent Contractors. No agency, partnership, joint venture, or employment is created as a result of this Agreement and neither party has any authority of any kind to bind the other party in any respect. 10.9 Attorneys' Fees. In any action or proceeding to enforce rights under this Agreement, the prevailing party will be entitled to recover costs and attorneys' fees. 10.10Governing Law and Jurisdiction. This Agreement shall be governed by the laws of the State of California without regard to its conflict of laws provisions. Exclusive jurisdiction for litigation of any dispute, controversy or claim arising out of or in connection with this Agreement shall be only in the Federal or State court with competent Rev. 2018.01_210428 Packet Pg. 492 OPENGOV SOFTWARE SERVICES AGREEMENT 8.4.b jurisdiction located in San Mateo County, California, and the parties hereby submit to the personal jurisdiction and venue therein. 10.11 Complete Agreement. This Agreement is the complete and exclusive statement of the mutual understanding of the parties and supersedes and cancels all previous written and oral agreements, communications, and other understandings relating to the subject matter of this Agreement. No modification of this Agreement will be binding, unless in writing and signed by an authorized representative of each party. [SIGNATURE PAGE TO FOLLOW] Rev. 2018.01_210428 Packet Pg. 493 8.4.b OPENGOV SOFTWARE SERVICES AGREEMENT Signatures Customer: Signature: Name: Title: Date: OPENGOV, INC. Signature: Name: Title: Date: [SIGNATURE PAGE TO OPENGOV SOFTWARE SERVICES AGREEMENT] Rev. 2018.01_210428 Packet Pg. 494 CZ)OPENGOV OpenGov Inc. PO Box 41340 San Jose, CA 95160 United States Order Number: Q002997 Prepared By: Andrew Kercado Created On: 01/20/2022 Email: akercado@opengov.com Quote Expiration Date: 02/01/2022 Contract Term: 60 Months Subscription Start Date: 02/01/2022 Subscription End Date: 01/31/2027 ICustomer Information _ Customer: City of Edmonds, WA Contact Name: Dave Turley Bill To/Ship To: 121 Fifth Avenue North, 1 st Floor, Edmonds, Email: dave.turley@edmondswa.wa.us Washington 98020 United States IOrder Details Billing Frequency: Annual Payment Terms: Net 30 SOFTWARE SERVICES: Software Annual Total: $67,822.00 PROFESSIONAL SERVICES: Product / Service Start Date Total Amount Professional Services Deployment - Prepaid 02/01/2022 $55,500.00 Services Total Amount: $55,500.00 Order Form Legal Terms Welcome to OpenGov! Thanks for using our Software Services. This Order Form is entered into between OpenGov, Inc., with its principal place of business at PO Box 41340, San Jose, CA 95160 ("OpenGov"), and you, the entity identified above ("Customer"), as of the Effective Date. This Order Form includes and incorporates the OpenGov Software Services Agreement ("SSA") attached, or if no such SSA is attached, the SSA available at https:Hopengov.com/tenns-of-service and the applicable Statement of Work ("SOW") incorporated herein in the event Professional Services are purchased. The Order Form, SSA and SOW shall hereafter be referred to as the "Agreement". Unless otherwise specified above, fees for the Software Services and Professional Services shall be due and payable, in advance, on the Effective Date. By signing this Agreement, Customer acknowledges that it has reviewed, and agrees to be legally bound by, the OpenGov Terms and Conditions. Each party's acceptance of this Agreement is conditional upon the other's acceptance of the terms in the Agreement to the exclusion of all other terms. City of Edmonds, WA OpenGov, Inc. Signature: Signature: Name: Name: Title: Title: Sign Date: Countersign Date: Billing/Service Periods: Period 1 February 1, 2022 $123,322.00 Period 2 February 1, 2023 $67,822.00 Period 3 February 1, 2024 $67,822.00 Period 4 February 1, 2025 $67,822.00 Period 5 February 1, 2026 $67,822.00 https://opengov.com 11 1 Packet Pg. 495 8.4.c OPENGOV SOFTWARE SERVICES AGREEMENT OPENGOV SOFTWARE SERVICES AGREEMENT This Software Services Agreement (this "Agreement") is entered into by OpenGov, Inc., a Delaware corporation with a principal place of business at 6525 Crown Blvd #41340, San Jose, CA 95160 ("OpenGov") and the customer listed on the signature block below ("Customer"), as of the date of last signature below (the "Effective Date"). This Agreement sets forth the terms under which Customer will be permitted to use OpenGov's hosted software services. DEFINITIONS "Customer Data" means data that is provided by Customer to OpenGov pursuant to this Agreement (for example, by email or through Customer's software systems of record). Customer Data shall not include any confidential personally identifiable information. "Documentation" means the documentation for the Software Services at the Customer Resource Center page found at https:Hopengov.zendesk.com. "Feedback" means suggestions, comments, improvements, ideas, or other feedback or materials regarding the Software Services provided by Customer to OpenGov, including feedback provided through online developer community forums. "Initial Term" means the initial license term specified in number of years on the Order Form, commencing on the Effective Date. "Intellectual Property Rights" means all intellectual property rights including all past, present, and future rights associated with works of authorship, including exclusive exploitation rights, copyrights, and moral rights, trademark and trade name rights and similar rights, trade secret rights, patent rights, and any other proprietary rights in intellectual property of every kind and nature. "Order Form" means OpenGov's Software Services order form that: (a) specifies the Software Services provided by OpenGov; (b) references this Agreement; and (c) is signed by authorized representatives of both parties. "Renewal Term" means each additional renewal period, which shall be for a period of equal duration as the Initial Term, for which this Agreement is extended pursuant to Section 7.2. SOFTWARE SERVICES, SUPPORT AND PROFESSIONAL SERVICES 2.1 Software Services. Subject to the terms and conditions of this Agreement, OpenGov will use commercially reasonable efforts to perform the software services identified in the applicable Order Form entered into by OpenGov and Customer ("Software Services"). 2.2 Support & Service Levels. Customer support is available by email to support@opengov.com or by using the chat messaging functionality of the Software Services, both of which are available during OpenGov's standard business hours. Customer may report issues any time. However, OpenGov will address issues during business hours. OpenGov will provide support for the Software Services in accordance with the Support and Software Service Levels found at https://opengov.com/service-sla, as long as Customer is entitled to receive support under the applicable Order Form and this Agreement. 2.3 Professional Services. (a) If OpenGov or its authorized independent contractors provides professional services to Customer, such as implementation services, then these professional services will be described in a statement of work ("SOW") agreed to by the parties (the "Professional Services"). Unless otherwise specified in the SOW, any pre -paid Professional Services Fees must be utilized within one (1) year from the Effective Date. Any unused pre -paid Professional Services Fees shall be forfeited. (b) Unless the SOW provides otherwise, all reasonable travel expenses, pre -approved by Customer and incurred by OpenGov in performing the professional services will be reimbursed by Customer. Travel expenses Rev. 2018.01_210428 Packet Pg. 496 8.4.c OPENGOV SOFTWARE SERVICES AGREEMENT include cost of coach airfare travel round trip from the individual's location to Customer's location, reasonable hotel accommodations, ground transportation and meals. 3. RESTRICTIONS AND RESPONSIBILITIES 3.1 Restrictions. Customer may not use the Software Services in any manner or for any purpose other than as expressly permitted by the Agreement. Customer shall not, and shall not permit or enable any third party to: (a) use or access any of the Software Services to build a competitive product or service; (b) modify, disassemble, decompile, reverse engineer or otherwise make any derivative use of the Software Services (except to the extent applicable laws specifically prohibit such restriction); (c) sell, license, rent, lease, assign, distribute, display, host, disclose, outsource, copy or otherwise commercially exploit the Software Services; (d) perform or disclose any benchmarking or performance testing of the Software Services; (e) remove any proprietary notices included with the Software Services; (f) use the Software Services in violation of applicable law; or (g) transfer any confidential personally identifiable information to OpenGov or the Software Services platform. 3.2 Responsibilities. Customer shall be responsible for obtaining and maintaining computers and third party software systems of record (such as Customer's ERP systems) needed to connect to, access or otherwise use the Software Services. Customer also shall be responsible for: (a) ensuring that such equipment is compatible with the Software Services, (b) maintaining the security of such equipment, user accounts, passwords and files, and (c) all uses of Customer user accounts by any party other than OpenGov. 4. INTELLECTUAL PROPERTY RIGHTS; LICENSE GRANTS; ACCESS TO CUSTOMER DATA 4.1 Software Services. OpenGov retains all right, title, and interest in the Software Services and all Intellectual Property Rights in the Software Services. The look and feel of the Software Services, including any custom fonts, graphics and button icons, are the property of OpenGov and Customer may not copy, imitate, or use them, in whole or in part, without OpenGov's prior written consent. Subject to Customer's obligations under this Agreement, OpenGov hereby grants to Customer a non-exclusive, royalty -free license during the Term to use the Software Services. 4.2 Customer Data. Customer retains all right, title, and interest in the Customer Data and all Intellectual Property Rights therein. Customer hereby grants to OpenGov a non-exclusive, royalty -free license to, and permit its partners (which include, without limitation the hosting providers of the Software Services) to, use, store, edit and reformat the Customer Data, and to use Customer Data for purposes of sales, marketing, business development, product enhancement, customer service, or for analyzing such data and publicly disclosing such analysis ("Insights"), provided that in all such uses Customer Data is rendered anonymous such that Customer is no longer identifiable. 4.3 Access to Customer Data. Customer may download the Customer Data from the Software Services at any time during the Term, other than during routine software maintenance periods. OpenGov has no obligation to return Customer Data to Customer. 4.4 Feedback. Customer hereby grants to OpenGov a non-exclusive, royalty -free, irrevocable, perpetual, worldwide license to use and incorporate into the Software Services and Documentation Customer's Feedback. OpenGov will exclusively own any improvements or modifications to the Software Services and Documentation based on or derived from any of Customer's Feedback including all Intellectual Property Rights in and to the improvements and modifications. 5. CONFIDENTIALITY 5.1 Each party (the "Receiving Party") agrees not to disclose any Confidential Information of the other party (the "Disclosing Party") without the Disclosing Party's prior written consent, except as provided below. The Receiving Party further agrees: (a) to use and disclose the Confidential Information only in connection with this Agreement; and (b) to protect such Confidential Information using the measures that Receiving Party employs with respect to its own Confidential Information of a similar nature, but in no event with less than reasonable care. Notwithstanding the above, the Receiving Party may disclose Confidential Information to the extent required by law or court order, provided that prior written notice of such required disclosure and an opportunity to oppose or limit disclosure is given to the Disclosing Party. Rev. 2018.01_210428 Packet Pg. 497 8.4.c OPENGOV SOFTWARE SERVICES AGREEMENT 5.2 "Confidential Information" means all confidential business, technical, and financial information of the disclosing party that is marked as "Confidential" or an equivalent designation or that should reasonably be understood to be confidential given the nature of the information and/or the circumstances surrounding the disclosure (including the terms of the applicable Software Agreement). OpenGov's Confidential Information includes, without limitation, the software underlying the Software Services and all Documentation. 5.3 Notwithstanding the foregoing, "Confidential Information" does not include: (a) "Public Data," which is data that the Customer has previously released to the public, would be required to release to the public, upon request, according to applicable federal, state, or local public records laws, or Customer requests OpenGov make available to the public in conjunction with the Software Services. Confidential Information does not include (b) information that has become publicly known through no breach by the receiving party; (c) information that was rightfully received by the Receiving Party from a third party without restriction on use or disclosure; or (d) information independently developed by the Receiving Party without access to the Disclosing Party's Confidential Information. 6. PAYMENT OF FEES 6.1 Fees; Invoicing; Payment; Expenses. (a) Fees. The fees for the Software Services for the Initial Term and any Renewal Term ("Software Services Fees") and the fees for Professional Services ("Professional Services Fees") are set forth in the applicable Order Form. Software Services Fees and Professional Services Fees shall hereafter be referred to as "Fees". Except to the extent otherwise expressly stated in this Agreement or in an Order Form, (i) all obligations to pay Fees are non - cancelable and all payments are non-refundable, (ii) Customer must pay all Fees due under all Order Forms and SOW within thirty (30) days after Customer receives each invoice (invoices are deemed received when OpenGov emails them to Customer's designated billing contact); (iii) the Software Service Fee shall be due annually in advance, and (iv) Customer must make all payments without setoffs, withholdings or deductions of any kind. (b) Annual Software Maintenance Price Adjustment. OpenGov shall increase the Fees payable for the Software Services during any Renewal Term by 5% each year of the Renewal Term. (c) Invoicing and Payment. OpenGov will invoice the Customer according to the Billing Frequency listed on the Order Form. Customer shall pay all invoices according to the Payment Terms listed on the Order Form. (d) Travel Expenses. Unless the SOW provides otherwise, OpenGov will invoice Customer for travel expenses, pre -approved by the Customer, incurred in connection with each SOW as they are incurred. Customer shall pay all such valid invoices within thirty (30) days of receipt of invoice. Each invoice shall include receipts for the travel expenses listed on the invoice. (e) Customer Delays; On Hold Fee I. On Hold Notice. Excluding delays caused by Force Majeure as described in Section 10.5, if OpenGov determines that Customer's personnel or contractors are not completing Customer's responsibilities described in the applicable SOW timely or accurately, OpenGov shall promptly, but in no event more than thirty (30) days from the date of such determination deliver to Customer a notice (an "On Hold Notice") that (A) designates the Professional Services to be provided to the Customer as "On Hold", (B) detail Customer's obligations and responsibilities necessary for OpenGov to continue performing the Professional Services, and (C) specify the Customer shall be invoiced for lost time in production (e.g. delayed or lost revenue resulting from rescheduling work on other projects, delay in receiving milestone payments from Customer, equipment, hosting providers and human resources idle) for a fee equal to 10% of the first year Software Service Fee (the "On Hold Fee"). II. Effects of On Hold Notice. Upon issuing an On Hold Notice, OpenGov shall be entitled, without penalty, to (A) reallocate resources otherwise reserved for the performance of the Professional Services, and (B) stop or caused to be stopped the Professional Services to be provided to the Customer until the Customer has fulfilled its obligations as set forth in the On Hold Notice. OpenGov shall remove the "On Hold" status, only upon Customer's fulfillment of its obligations set out in the On Hold Notice, including payment of the On Hold Rev. 2018.01_210428 Packet Pg. 498 8.4.c OPENGOV SOFTWARE SERVICES AGREEMENT Fee. Upon Customer's fulfillment of its obligations in the On Hold Notice, OpenGov may, in its sole discretion, extend the timeline to complete certain Professional Services up to six (6) weeks, depending on the availability of qualified team resources (OpenGov cannot guarantee that these team resources will be the same as those who were working on the project prior to it being placed On Hold). OpenGov shall bear no liability or otherwise be responsible for delays in the provision of the Professional Services occasioned by Customer's failure to complete Customer's responsibilities or adhere to a Customer schedule which were brought to the attention of the Customer on a timely basis, unless such delays result, directly or indirectly from the failure of OpenGov or its authorized independent contractors to perform the Professional Services in accordance with this Agreement or applicable SOW. 6.2 Consequences of Non -Payment. If Customer fails to make any payments required under any Order Form or SOW, then in addition to any other rights OpenGov may have under this Agreement or applicable law, (a) Customer will owe late interest penalty of 1.5% of the outstanding balance per month, or the maximum rate permitted by law, whichever is lower and (b) If Customer's account remains delinquent (with respect to payment of a valid invoice) for thirty (30) days after receipt of a delinquency notice from OpenGov, which may be provided via email to Customer's designated billing contact, OpenGov may temporarily suspend Customer's access to the Software Service for up to ninety (90) days to pursue good faith negotiations before pursuing termination in accordance with Section 7. Customer will continue to incur and owe all applicable Fees irrespective of any such Service suspension based on such Customer delinquency. 6.3 Taxes. All Fees under this Agreement are exclusive of any applicable sales, value-added, use or other taxes ("Sales Taxes"). Customer is solely responsible for any and all Sales Taxes, not including taxes based solely on OpenGov's net income. If any Sales Taxes related to the Fees under this Agreement are found at any time to be payable, the amount may be billed by OpenGov to, and shall be paid by, Customer. If Customer fails to pay any Sales Taxes, then Customer will be liable for any related penalties or interest, and will indemnify OpenGov for any liability or expense incurred in connection with such Sales Taxes. In the event Customer or the transactions contemplated by the Agreement are exempt from Sales Taxes, Customer agrees to provide OpenGov, as evidence of such tax exempt status, proper exemption certificates or other documentation acceptable to OpenGov. TERM & TERMINATION 7.1 Term. Subject to compliance with all terms and conditions, the term of this Agreement shall commence on the Effective Date and shall continue until the Subscription End Date specified on the Order Form (the "Initial Term") unless sooner terminated pursuant to Section 7.3 below. 7.2 Renewal. This Agreement shall automatically renew for another period of the same duration as the Initial Term (the "Renewal Term" and together with the Initial Term, the "Term"), unless either party notifies the other party of its intent not to renew this Agreement in writing no less than thirty (30) days before the end of the Initial Term. 7.3 Termination. Neither party shall have the right to terminate this Agreement without a legally valid cause. If either party materially breaches any term of this Agreement and fails to cure such breach within thirty (30) days after notice by the non -breaching party (ten (10) days in the case of non-payment), the non -breaching party may terminate this Agreement. 7.4 Effect of Termination. (a) In General. Upon termination pursuant to Section 7.3 or expiration of this Agreement pursuant to Section 7.1: (a) Customer shall pay in full for all Software Services and Professional Services performed up to and including the effective date of termination or expiration, (b) all Software Services provided to Customer hereunder shall immediately terminate; and (c) each party shall return to the other party or, at the other party's option, destroy all Confidential Information of the other party in its possession. (b) Deletion of Customer Data. Unless otherwise requested pursuant to this Section 7.4(b), upon the expiration or termination of this Agreement the Customer Data, excluding any Insights, shall be deleted pursuant to OpenGov's standard data deletion and retention practices. Upon written request, Customer may request deletion of Customer Data, excluding any Insights, prior to the date of termination or expiration of this Agreement. Such Rev. 2018.01_210428 Packet Pg. 499 8.4.c OPENGOV SOFTWARE SERVICES AGREEMENT request must be addressed to "OpenGov Vice President, Customer Success" at OpenGov's address for notice described at Section 10. 7.5 Survival. The following sections of this Agreement shall survive termination: Section 5 (Confidentiality), Section 6 (Payment of Fees), Section 7.4(b) (Deletion of Customer Data), Section 8.3 (Warranty Disclaimer), Section 9 (Limitation of Liability) and Section 10 (Miscellaneous). 8. REPRESENTATIONS AND WARRANTIES; DISCLAIMER 8.1 By OpenGov. (a) General Warranty. OpenGov represents and warrants that: (i) it has all right and authority necessary to enter into and perform this Agreement; and (ii) the Professional Services, if any, will be performed in a professional and workmanlike manner in accordance with the related statement of work and generally prevailing industry standards. For any breach of the Professional Services warranty, Customer's exclusive remedy and OpenGov's entire liability will be the re -performance of the applicable services. If OpenGov is unable to re -perform all such work as warranted, Customer will be entitled to recover all fees paid to OpenGov for the deficient work. Customer must make any claim under the foregoing warranty to OpenGov in writing within ninety (90) days of performance of such work in order to receive such warranty remedies. (b) Software Services Warranty. OpenGov further represents and warrants that for a period of ninety (90) days, the Software Services will perform in all material respects in accordance with the Documentation. The foregoing warranty does not apply to any Software Services that have been used in a manner other than as set forth in the Documentation and authorized under this Agreement. OpenGov does not warrant that the Software Services will be uninterrupted or error -free. Any claim submitted under this Section 8.1(b) must be submitted in writing to OpenGov during the Term. OpenGov's entire liability for any breach of the foregoing warranty is to repair or replace any nonconforming Software Services so that the affected portion of the Software Services operates as warranted or, if OpenGov is unable to do so, terminate the license for such Software Services and refund the pre- paid, unused portion of the Fee for such Software Services. 8.2 By Customer. Customer represents and warrants that (i) it has all right and authority necessary to enter into and perform this Agreement; and (ii) OpenGov's use of the Customer Data pursuant to this Agreement will not infringe, violate or misappropriate the Intellectual Property Rights of any third party. 8.3 Disclaimer. OPENGOV DOES NOT WARRANT THAT THE SOFTWARE SERVICES WILL BE UNINTERRUPTED OR ERROR FREE; NOR DOES IT MAKE ANY WARRANTY AS TO THE RESULTS THAT MAY BE OBTAINED FROM USE OF THE SOFTWARE SERVICES. EXCEPT AS SET FORTH IN THIS SECTION 8, THE SOFTWARE SERVICES ARE PROVIDED "AS IS" AND OPENGOV DISCLAIMS ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING, BUT NOT LIMITED TO, IMPLIED WARRANTIES OF MERCHANTABILITY, TITLE, FITNESS FOR A PARTICULAR PURPOSE, AND NON -INFRINGEMENT. 9. LIMITATION OF LIABILITY 9.1 By Type. NEITHER PARTY, NOR ITS SUPPLIERS, OFFICERS, AFFILIATES, REPRESENTATIVES, CONTRACTORS OR EMPLOYEES, SHALL BE RESPONSIBLE OR LIABLE WITH RESPECT TO ANY SUBJECT MATTER OF THIS AGREEMENT UNDER ANY CONTRACT, NEGLIGENCE, STRICT LIABILITY, OR OTHER THEORY: (A) FOR ERROR OR INTERRUPTION OF USE OR FOR LOSS OR INACCURACY OF DATA OR COST OF PROCUREMENT OF SUBSTITUTE GOODS OR SERVICES OR LOSS OF BUSINESS; (B) FOR ANY INDIRECT, EXEMPLARY, PUNITIVE, INCIDENTAL, SPECIAL, OR CONSEQUENTIAL DAMAGES; OR (C) FOR ANY MATTER BEYOND SUCH PARTY'S REASONABLE CONTROL, EVEN IF SUCH PARTY HAS BEEN ADVISED OF THE POSSIBILITY OF SUCH LOSS OR DAMAGE. 9.2 By Amount. IN NO EVENT SHALL EITHER PARTY'S AGGREGATE, CUMULATIVE LIABILITY FOR ANY CLAIMS ARISING OUT OF OR IN ANY WAY RELATED TO THIS AGREEMENT EXCEED THE FEES PAID BY CUSTOMER TO OPENGOV (OR, IN THE CASE OF CUSTOMER, PAYABLE) FOR THE SOFTWARE SERVICES UNDER THIS AGREEMENT IN THE 12 MONTHS PRIOR TO THE ACT THAT GAVE RISE TO THE LIABILITY. 9.3 Limitation of Liability Exclusions. The limitations of liability set forth in Sections 9.1 and 9.2 above do not apply to, and each party accepts liability to the other for: (a) claims based on either party's intentional breach of its Rev. 2018.01_210428 Packet Pg. 500 8.4.c OPENGOV SOFTWARE SERVICES AGREEMENT obligations set forth in Section 5 (Confidentiality), (b) claims arising out of fraud or willful misconduct by either party and (c) either party's unauthorized use, distribution, or disclosure of the other party's intellectual property. 9.4 No Limitation of Liability by Law. Because some jurisdictions do not allow liability or damages to be limited to the extent set forth above, some of the above limitations may not apply to Customer. 10. MISCELLANEOUS 10.1 Logo Use. OpenGov shall have the right to use and display Customer's logos and trade names for marketing and promotional purposes in connection with OpenGov's website and marketing materials, subject to Customer's trademark usage guidelines provided to OpenGov. 10.2 Notice. Ordinary day-to-day operational communications may be conducted by email, live chat or telephone communications. However, for notices, including legal notices, required by the Agreement (in Sections where the word "notice" appears) the parties must communicate more formally in a writing given by personal delivery, by pre- paid first-class mail or by overnight courier to the address specified in the most recent Order Form (or such other address as may be specified in writing in accordance with this Section). 10.3 Anti -corruption. OpenGov has not offered or provided any bribe, kickback, illegal or improper payment, gift, or thing of value to any Customer personnel in connection with the Agreement, other than reasonable gifts and entertainment provided Customer in the ordinary course of business. If OpenGov become aware of any violation of the above restriction then OpenGov shall promptly notify Customer. 10.4 Injunctive Relief. The parties acknowledge that any breach of the confidentiality provisions or the unauthorized use of a party's intellectual property may result in serious and irreparable injury to the aggrieved party for which damages may not adequately compensate the aggrieved party. The parties agree, therefore, that, in addition to any other remedy that the aggrieved party may have, it shall be entitled to seek equitable injunctive relief without being required to post a bond or other surety or to prove either actual damages or that damages would be an inadequate remedy. 10.5 Force Maieure. Neither party shall be held responsible or liable for any losses arising out of any delay or failure in performance of any part of this Agreement, other than payment obligations, due to any act of god, act of governmental authority, or due to war, riot, labor difficulty, failure of performance by any third -party service, utilities, or equipment provider, or any other cause beyond the reasonable control of the party delayed or prevented from performing. 10.6 Severability; Waiver. If any provision of this Agreement is found to be unenforceable or invalid, that provision will be limited or eliminated to the minimum extent necessary so that this Agreement will otherwise remain in full force and effect and enforceable. Any express waiver or failure to exercise promptly any right under this Agreement will not create a continuing waiver or any expectation of non -enforcement. There are no third -party beneficiaries to this Agreement. 10.7 Assignment. Except as set forth in this Section, neither party shall assign, delegate, or otherwise transfer this Agreement or any of its rights or obligations to a third party without the other party's prior written consent, which consent shall not be unreasonably withheld, conditioned, or delayed. Either party may assign, without such consent but upon written notice, its rights and obligations under this Agreement to: (i) its corporate affiliate; or (ii) any entity that acquires all or substantially all of its capital stock or its assets related to this Agreement, through purchase, merger, consolidation, or otherwise. Any other attempted assignment shall be void. This Agreement shall inure to the benefit of and bind each party's permitted assigns and successors. 10.8 Independent Contractors. No agency, partnership, joint venture, or employment is created as a result of this Agreement and neither party has any authority of any kind to bind the other party in any respect. 10.9 Attorneys' Fees. In any action or proceeding to enforce rights under this Agreement, the prevailing party will be entitled to recover costs and attorneys' fees. 10.10Governing Law and Jurisdiction. This Agreement shall be governed by the laws of the State of California without regard to its conflict of laws provisions. Exclusive jurisdiction for litigation of any dispute, controversy or claim arising out of or in connection with this Agreement shall be only in the Federal or State court with competent Rev. 2018.01_210428 Packet Pg. 501 OPENGOV SOFTWARE SERVICES AGREEMENT 8.4.c jurisdiction located in San Mateo County, California, and the parties hereby submit to the personal jurisdiction and venue therein. 10.11 Complete Agreement. This Agreement is the complete and exclusive statement of the mutual understanding of the parties and supersedes and cancels all previous written and oral agreements, communications, and other understandings relating to the subject matter of this Agreement. No modification of this Agreement will be binding, unless in writing and signed by an authorized representative of each party. [SIGNATURE PAGE TO FOLLOW] Rev. 2018.01_210428 Packet Pg. 502 8.4.c OPENGOV SOFTWARE SERVICES AGREEMENT Signatures Customer: Signature: Name: OPENGOV, INC. Signature: Name: Title: Title: Date: Date: [SIGNATURE PAGE TO OPENGOV SOFTWARE SERVICES AGREEMENT] Rev. 2018.01_210428 Packet Pg. 503 8.4.c (2)OPENGOV Statement of Work City of Edmonds, WA Created by: Ariana Tuckey Creation Date: 01/20/22 Document Number: DD-02316 Version Number: 2 Overview 2 Preamble 2 Methodology 3 Project Initiation 4 Best Practice Review 4 Configuration 4 Validation 4 Deploy 5 Project Completion 5 Project Schedule 5 Roles and Responsibilities 6 Roles and Responsibilities Matrix 6 Governance 8 Regular Communication Components 8 Commitment to Project Direction and Goals 10 Escalation Process 10 Process 10 Escalation Requirements 10 Documentation 11 General Project Commitments 11 Project Scope 12 OpenGov Reporting & Transparency Platform 12 OpenGov Reporting & Transparency Platform Project Deliverables 12 1 Packet Pg. 504 8.4.c Q OPENGOV Project Tasks 12 Initiate 12 Best Practices 13 Configuration 13 Validation 14 Deploy 14 OpenGov Budgeting & Planning 15 Budget & Planning Project Deliverables 15 Project Tasks - Budgeting and Planning 15 Initiate 15 Best Practices 17 Configure 17 Validation 19 Deploy 19 Financial Integration 20 Financial Integration Deliverables 20 Financial Integration Tasks 20 Initiate 20 Configuration 21 Validation 21 Deploy 22 Acceptance 22 Acceptance Process 22 Acceptance Requirements 23 Change Management 23 1. Overview 1.1. Preamble This Statement of Work ("SOW") identifies services that OpenGov, Inc. ("OpenGov" or "we") will perform for City of Edmonds, WA ("Customer" or "you") pursuant to that order for Professional Services entered into between OpenGov and the Customer ("Order Form") which references the Software Services Agreement or other applicable agreement entered into by the parties (the "Agreement"). • Customer's use of the Professional Services are governed by the Agreement and not this SOW. • Upon execution of the Order Form or other documentation referencing the SOW, this 2 Packet Pg. 505 8.4.c Q OPENGOV SOW shall be incorporated by reference into the Agreement. In the event of any inconsistency or conflict between the terms and conditions of this SOW and the Agreement, the terms and conditions of this SOW shall govern with respect to the subject matter of this SOW only. Unless otherwise defined herein, capitalized terms used in this SOW shall have the meaning defined in the Agreement. This SOW may not be modified or amended except in a written agreement signed by a duly authorized representative of each party. openGov will be deployed as is, Customer has access to all functionality available in the current release. Initiation rt Validation> > Deploy Project Completion Initiation Best Practice Review Validation Go Llve Project Completl on Key Activitles: Learn Ing and appl lcation of Best Key Activities: Practices, Hands-on Workshops, Admin Tral ning Key ActMdea: Key Activities: System Key Activkles: Fl naI Introductions, project plan Key Work Products: Document Request Configuratlon Review, In use Acceptance, Transition to review, establish charter Checklists. Solutlon Recommendation, Data Map, user Acceptance Testing, Customer Success and plan timelines Solutlon Document Data ConfIrmatlon, User Key Work Products: Manager and Technical Training Projectt7ocumentatlon Support, Feedback survey Key Work Products: Roles and responsibilities Configuration Key Work products: Data Key Work Products: Project Overview, Project Plan, Key Activities: Applicatlan and Sol utlon Valldatlon, Customer Acceptance, Trgnsltion Charter and Schedule Configuratlon, Initial Data Migration Review Key Wark Products: Solution ConSguratlan. Peer Review, Solution Documernt 2. Methodology OpenGov's deployment methodology, often referred to as the OpenGov Way ("OG Way"), delivers on OpenGov's mission to power more effective and accountable governments.'It is an innovative, modern, and iterative approach that leads our customers to successfully deploy our products and help them successfully achieve their vision. The OG Way differentiates itself in the market by its foundation of customer empowerment. We rely on our years of experience working with governments, leading in governments, and leveraging best practices from the public and private sector in order to coach our customers through the change management needed to leverage our best practices and quality software. This methodology requires a degree of focus and engagement to ensure collaboration between both parties to produce the desired results in a timely manner. We look forward to our partnership and can't wait to show you how The OG Way will improve the way you do business and the services you're able to provide to your citizens! 3 Packet Pg. 506 8.4.c Q OPENGOV Project Initiation During project initiation, we will introduce project resources, review the products and services purchased, finalize project timelines, and conduct the kickoff meeting. Both OpenGov and Customer are responsible for assigning their Project Managers for the project. We will hold a planning meeting to review all project documents OpenGov has received to date. We'll also provide additional worksheets that need to be included. We'll set-up meetings to finalize the project plan and ensure there is a centralized location for these documents to be stored for collaboration. Lastly, we'll determine the date for the larger kickoff meeting and discuss the agenda for this critical meeting. Best Practice Review • OpenGov will provide your team with access to OG University and OpenGov's Resource Center so that you can start learning. • Provided checklists with samples of data and information that we'll need completed. We will obtain all data and integration information at this time in our standard format. • We will review your agency -specific documents to validate your business requirements. • We will then coach you on our best practices by showing you how our tool works in the most effective manner. • Based on our best practices review, we'll make solution recommendations based on our domain expertise. • We'll align with your team based on our understanding of your operating processes based on technical requirements and product functionality. • We'll review all data and integration requirements. A data map will be mutually agreed upon and signed off on by Customer. • We'll present a solution document to be mutually agreed upon prior to starting the configuration. Configuration • We will set-up the base configuration based on the mutually agreed upon solution document. • We will mutually configure the use cases based on the mutually agreed upon solution document. • We will migrate your data based on our mutually agreed upon data map. Validation • Review the completed work performed during configuration. 4 Packet Pg. 507 8.4.c Q OPENGOV • The appropriate members of the Customer project team will confirm that the solution has been configured correctly based on the solution and data mapping documents by testing the use of the solution. • Training will be provided based on the selected package, or as set forth herein. • Any items that were configured or migrated incorrectly based on the data map and solution document will be tracked via an issue log. We will work with your team to identify deployment critical issues that will be worked out prior to launch. If the item is not included in the mutually agreed upon data map and solution document, a mutually agreed upon change order will be discussed as defined in Section 10 Change Management of this SOW. • The exit criteria for this phase is the sign off by the Customer's Project Manager of the configuration based on the mutually agreed upon solution and data map as defined in Section 9 Acceptance of this SOW. Deploy • The solution is usable by Customer. Project Completion • Customer is sent a project acceptance form to sign as defined in Section 9 Acceptance of this SOW. • Customer will be asked to respond to a brief survey to provide feedback about the experience. • Customer is introduced to Customer Support and educated on how to engage with customer support based on Customer's procured package. 3. Project Schedule OpenGov will schedule resources for this project upon signature of the order form. Unless specifically noted, the OpenGov assigned project manager (as identified below or such alternate designated by OpenGov, the "OpenGov Project Manager") will work with Customer Project Manager to develop the project schedule for all requested deliverables under this SOW. OpenGov reserves the right to adjust the schedule based on the availability of OpenGov resources and/or Customer resources, and the timeliness of deliverables provided by the Customer. 5 Packet Pg. 508 8.4.c Q OPENGOV 4. Roles and Responsibilities 4.1. Roles and Responsibilities Matrix OpenGov Role Role Description Executive Sponsor Responsible for ensuring alignment on project value proposition ("ES") and vision. Escalation point for Customer Executive Sponsor to mitigate any risks that the project team cannot resolve. Executive Sponsor attends monthly (or other frequency) executive meetings to review deployment status, documented issue list, status and closure summary. Project Manager Responsible for the delivery of the professional services based ("PM") upon the agreed upon contract and SOW within the budgeted hours and timeframe. Ensures the project is properly forecasted, assigns tasks/resources, and tracks toward project completion. Holds executive steering committee meetings and/or quarterly business reviews as appropriate to ensure project issues are properly escalated and success is achieved. Facilitates the transition to support. Analyst ("IA") Responsible for helping Customer configure OpenGov's product suites as assigned. The Analyst is the primary consultant, guiding Customer through configuration working sessions to put together successful workflows. Subject Matter OpenGov Subject Matter Experts ("SMEs") will engage in Expert ("SME") strategy, design, and execution discussions internally and with Customer during the deployment. The SME has a specific area of expertise, and depending on the scope of the project more than one SME may engage. The SME will not be on all working sessions, but will be involved per the direction of the OpenGov Project Manager. Integration Engineer Responsible for migrations, conversions, and integrations as ("IE") assigned. Responsible for providing clear direction on specifications to ensure proper delivery of migration, conversions, and integrations. Clear data mapping and data validation to be provided with customer sign -offs obtained by the OpenGov Project Manager. Account Executive The Account Executive is responsible for the sales cycle. Aligning 6 Packet Pg. 509 8.4.c Q OPENGOV ("AE") on program vision, value proposition, and contract terms. The Account Executive will facilitate project kickoff along with the OpenGov Project Manager. The Account Executive will be engaged with the customer throughout theirjourney with OpenGov, post -deployment and beyond. Customer Manager The Customer Manager ("CM") is the primary customer ("CM") relationship holder post -Deploy. The "Air Traffic Controller" or "Quarterback" of OpenGov resources with focus on long term success of Customer's partnership with OpenGov. The CM will engage with Customer to discuss adoption strategy and conduct periodic reviews to ensure Customer's key stakeholders understand all OpenGov offerings and how they align to key Customer priorities. The CM will be introduced at deployment kick-off, but will not be an active participant in deployment working sessions. As the deployment approaches closure, the CM's engagement will ramp -up, and the OpenGov Project Manager to CM meeting with Customer will occur prior to Project Completion. Customer Role Role Description Budget Owner ("BO") The Customer Budget Owner commits the funds to the project deployment, assesses the value to the cost (ROI), and approves changes orders. In some cases, the Budget Owner and Executive Sponsor are the same person. Executive Sponsor Responsible for ensuring Customer team is aligned to core ("ES") project value proposition and goals. Able to intervene if the project goes off track, and has ability to make decisions on timeline and budget when decisions are stalled. The Executive Sponsor is not expected to regularly attend deployment working sessions. Executive Sponsors, attend monthly (or other frequency) executive meetings to review deployment status, documented issue list, status and closure summary. Project Manager Serves as the primary contact for OpenGov Project Initiation, ("PM") Best Practice Review, Configuration, Validation, Deploy, Project Completion. Coordinates meetings and schedules. Controls communication between the Customer and OpenGov project teams. Project Lead ("PL") Is an internal SME in the functional area of deployment. Attends working sessions, trainings, and responsible for reviewing 0 c as Q. 0 c as E U 0 a Packet Pg. 510 8.4.c Q OPENGOV configurations. Primary OpenGov counterpart will be the Analyst. Data and Responsible for mapping out data infrastructure and validating SystemsLead ("DSL") migration, conversion, integration requirements. Someone who is able to connect OpenGov team with any of Customer's third -party data sources and vendors as needed to fulfill SOW requirements. 5. Governance Project Governance provides the foundation and framework to manage deployments by assessing progress and addressing questions and challenges during the course of deployment. OpenGov follows three guiding principles for governance to maximize the deployment value with our customers: • Regular communication aligned to the agreed upon project plan and timing will occur. OpenGov expects our customers to raise questions or concerns as soon as they arise. OpenGov will do the same, as we can only address items when known. • Executive involvement is expected from both OpenGov and Customer. Not only may Executives be called upon to clarify expectations and/or confusion, but also to steer strategic items to maximize the value through the deployment. • Commitment to the direction outlined in this SOW and critical assessment change orders to ensure they drive value. 5.1. Regular Communication Components s Packet Pg. 511 8.4.c Q OPENGOV Statement Bi-Annually Review of PM, ES, PM, BO. Committee milestones per AE, CM ES commercial agreement, review budget and fiscal matters. Discuss strategic direction from deployment, alignment of OpenGov with Customer's 3-year roadmap, evaluate potential shift in strategy and impact to relationship Executive Sponsor Meeting Monthly / Discuss PM, ES, PM, ES, Bi-Monthly deployment: plus plus - Strategic others as others as impacts: timing, necessary necessary scope, process - Value prop changes, confusion - Project specific: items that need guidance, support and/or clarity Weekly Deployment Updates Weekly Summary of Project Project project actions Team + Team + against project ES(s) ES(s) plan. Risks and achievements highlighted in addition to asks of leadership. 0 c as Q. 0 c as E U 0 r a Packet Pg. 512 8.4.c Q OPENGOV 5.2. Commitment to Project Direction and Goals This SOW is the direction agreed upon by Customer and OpenGov. Transparency of the plan is paramount for our Customers to attain the value the SOW or any subsequent change order outlines. Should direction of the deployment become disconnected, OpenGov and Customer Project Managers will outline the gaps as they understand them and communicate the gaps to their respective Executive Sponsor(s) (or Project Teams) for discussion and resolution. The communication path for this engagement will be outlined in the kick off meeting, documenting both phone numbers and email. The general path is: OpenGov Project Manager --+ Professional Services Sr. Manager / SVP , Executive Sponsor 6. Escalation Process The purpose of this section is to define the escalation process, should it be needed, to support closing issues that are raised, discussed to move forward with the deployment. OpenGov and Customer agree to raise concerns and follow the escalation process, resource responsibility, and documentation. 6.1. Process • Identification of an issue impeding deployment progress, outcome or capturing the value proposition, that is not acceptable. • Customer or OpenGov Project Manager summarizes the problem statement and impasse. • Customer and OpenGov Project Managers will outline solution, acceptance or schedule Executive review in accordance with SLA as defined in Section 7 General Project Assumptions. • Resolution will be documented and signed off following Executive review in accordance with SLA as defined in Section 7 General Project Assumptions. 6.2. Escalation Requirements • OpenGov and Customer Project Managers will summarize the impasse and recommendation to present at scheduled or ad hoc executive meetings. Unless otherwise noted in this SOW, Customer Project Manager can approve how hours are used, but not where funding is required. 10 Packet Pg. 513 8.4.c Q OPENGOV • Executive Sponsors attend monthly (or other frequency) executive meetings to review deployment status, documented issue list, status, and closure summary. • Steering Committees, where applicable, will be the arbitrator to direction and issue closure. Unless otherwise noted in this SOW, the Customer Executive Sponsor must approve change orders that result in additional cost. • Customer or OpenGov Subject Matter Experts may be requested to provide input to the issue and assist in closure. Both Customer and OpenGov will make best effort to enable those Subject Matter Experts to be available and participate. 6.3. Documentation • Issue Escalation: Problem Statement with clear impact to the deployment and/or engagement. • Acceptance Document: Which will include any change order(s) or other process adjustments required and summary of the resolution. • Notes from Project Meetings, Executive Reviews, and Steering Committee meetings, as appropriate. 7. General Project Commitments OpenGov is excited to work with Customer on the implementation of our OpenGov ERP Cloud. In order to ensure we are able to meet the project timeline and ensure Customer is successful in this implementation, OpenGov asks that Customer abide by the General Assumptions detailed in this SOW. • This SOW is limited to the Implementation of the OpenGov Cloud as defined in the Project Scope. Any additional services or support will be considered out of scope. • Customer will commit and provide access to all necessary stakeholders and subject matter experts, and other key parties whose roles are defined in Section 4.1, necessary to the successful implementation of the OpenGov ERP Cloud as defined in this SOW. • Customer is responsible for internal change management associated with the purchase of new software. • Response Protocol o OpenGov and Customer commit to responding to inquiries, updates, or any other project -related matters in no more than 10 business days throughout the course of this project. If Customer is delayed in its response, Customer acknowledges that: a) the delay may impact the project schedule; and b) any fees for Professional Services due to OpenGov after such delay shall become due and OpenGov may invoice Customer for such prepayment. 11 Packet Pg. 514 8.4.c Q OPENGOV o As set forth in Section 6.1(e) of the Agreement, if extended delays in Customer responsiveness are encountered, OpenGov may opt to put the project into an "On Hold" status, which includes causing OpenGov to stop or cause to be stopped the Professional Services to be provided to the Customer, until the Customer has fulfilled its obligations set forth in the On Hold Notice as described in the Agreement. o The Professional Services will be provided during regular business hours (8am to 6pm Pacific Time) Monday through Friday (holidays excluded). • SOW Expiration: o This SOW is valid for up to 90 days from the Creation Date, or as agreed to in writing by OpenGov and Customer. 8. Project Scope 8.1. OpenGov Reporting & Transparency Platform 8.1.1. OpenGov Reporting & Transparency Platform Project Deliverables OpenGov Cloud based Reporting & Transparency Platform that includes: Reporting & • Stories Transparency • Open Town Hall Platform • Reporting • Dashboards • Transparency Portal 8.1.2. project Tasks The tasks listed below are required for OpenGov and Customer to successfully complete the OpenGov Reporting & Transparency Platform implementation. 8.1.2.1. Initiate Provisioning OpenGov will provision Customer's OpenGov entity and verify Customer R&T Platform has access to all purchased modules. 12 Packet Pg. 515 8.4.c Q OPENGOV OpenGov University Platform Training OpenGov will provide access to OpenGov University online training courses intended to teach users on the basics of the Reporting & Transparency Platform. Stories and OpenGov will build out an example of a Story: Open Town • One standard story based on available templates in OpenGov. Hall Examples OpenGov will build out an example of a topic in Open Town Hall. Initial Data OpenGov will upload any applicable datasets to the OpenGov Platform. Migration • Base Budget File • Historical Budget and Transactions Files, including beginning balances • Budget Reference Year data files OpenGov will accept flat files such as CSV, Text, and/or Excel 8.1.2.2. Best Practices FunctionalityDescription Overview of OpenGov assesses and identifies how best to configure and map data Best Practice to ensure success based on materials provided by Customer. Stories and The Implementation Analyst will conduct a review of the examples Open Town created. Hall Review Solution OpenGov will present a solution document to be mutually agreed upon Document prior to beginning configuration. 8.1.2.3. Configuration Chart of OpenGov will review and give feedback on Customer's general ledger Accounts chart of accounts OpenGov will provide a functional build of the proposed OpenGov Chart of Accounts, and gain sign off on acceptance from Customer. OpenGov will configure OpenGov Chart of Accounts in OpenGov system OpenGov OpenGov will: Reports I • Setup 3 OpenGov reports (Annual, Budget to Actuals, and 13 Packet Pg. 516 8.4.c Q OPENGOV Transactions) 8.1.2.4. Validation 8.1.2.5. Deploy Functionality Description Training OpenGov will review configured story and train Customer on how to: Stories • Create new stories • Update/Maintain current stories • Publish internally and externally Training Open OpenGov will present configured Open Town Hall site and theme. Town Hall OpenGov will train Customer on Open Town Hall functionality Training OpenGov will review configured OpenGov reports. OpenGov OpenGov will train Customer on report: Reports • Configuration • Update/Maintenance • Publishing internally and externally Training OpenGov will review configured Dashboards Dashboards OpenGov will train Customer on Dashboard: • Configuration • Update/Maintenance • Publishing internally and externally Platform OpenGov will review configured COA and uploaded data. Training OpenGov will train Customer on Platform maintenance:: • Users • Uploading data • Maintaining COA Sign Off Customer will sign off that they have: c E a a w E a� N U) C C a 0 as as •L a L as c w N N 0 N c a� E a) aD L a c 0 E w 0 c as Q. 0 c as E U 0 r r a 14 Packet Pg. 517 8.4.c Q OPENGOV • Configured Story • Configured Open Town Hall • Configured OpenGov reports • Been trained on Stories, Open Town Hall, OpenGov reports, Dashboards 8.2. OpenGov Budgeting & Planning 8.2.1. Budget & Planning Project Deliverables OpenGov Budgeting & Planning Suite, includes: Budgeting & • Operating Budget Planning Suite • Workforce Planning • Capital Improvement Project Budgeting • Online Budget Book • Budget Reporting 8.2.2. Project Tasks - Budgeting and Planning The tasks and responsibilities listed below are required for OpenGov and Customer to successfully complete the OpenGov Budgeting and Planning Suite implementation. 8.2.2.1. Initiate Functionality Description Documentation Customer to provide OpenGov: Receipt • Budget export • Examples of the documentation currently provided to department, • Budget schedule, • Management budget reports example OpenGov During the initial phase, OpenGov will provide system training to University administrators. Budget Training will include: Training • How to create 15 Packet Pg. 518 8.4.c Q OPENGOV • a budget • a proposal • a worksheet • add a line item • reselect line items • submit a budget • Reporting overview • Stories overview • Open Town Hall overview • Workforce Planning Overview Budget and OpenGov will build out examples of best practices for budgeting Workforce solutions: Solution Examples Operating • 2 budget instances in OpenGov • 2 proposals for each budget instance (Traditional and OpenGov) • 3 budget reports • Operating Budget Development • Operating Budget Details • Operating Budget Categories • 1 budget story for review Capital • 1 budget instances in OpenGov • 2 proposals • 3 budget reports • Capital Budget Development • Capital Budget Details • Capital Budget Categories • 1 capital story for review Workforce Planning Shell • 4 Standard cost elements • Wages • Insurance • Retirement • Taxes Online Budget OpenGov will build out: Book Examples • Look and feel of Online Budget Book • Best practice templates for: • Table of Contents • Budget message • Introduction • Revenue and Expenditure Assumptions a 16 Packet Pg. 519 8.4.c Q OPENGOV o Budget Summary o Departmental Information o Debt 8.2.2.2. Best Practices Functionality Description Overview of OpenGov assesses and identifies how best to configure and map data Best Practice to ensure success based on materials provided by Customer. Budget and The Implementation Analyst will conduct a review of the examples Workforce created and work with the customer to confirm a budget format on Solution which to move forward. Online Budget The Implementation Analyst will conduct review of Online Budget Book Book Solution templates and work with Customer to confirm format and approach. Solution OpenGov will present a solution document to be mutually agreed upon Document prior to beginning configuration. 8.2.2.3. Configure Base Budget OpenGov will configure and upload Customer's base budget file into File OpenGov. Budget I Based on the Review and Confirmation phase OpenGov OpenGov will Configuration setup Customer's preferred budget format: Operating • 1 Budget instance • 2 Proposals (Department) • Corresponding worksheets (single, fund, division, or function) • 1 standard budget Story template Capital • 1 Budget instance • 2 Proposals (Department or Project) • Corresponding worksheets (single, fund, division, or function) • 1 standard capital Story template 17 Packet Pg. 520 8.4.c Q OPENGOV Based on the review of the Workforce Planning Shell and with the guidance of the Implementation Analyst, Customer will: • Buildout remaining cost elements • Populate position template • Validate Workforce calculation Budget OpenGov will hold working sessions between the Implementation Configuration Analyst and Customer for the purpose of validating, reviewing, and Working iterating upon draft budget instances. Session will focus on: Sessions • Set up • Structure • Workflow • Useraccess Administrator OpenGov will provide 1, 60-Minute training sessions to enable Budget Customer's Budget Administrators to manage and maintain their Management OpenGov budgets including: Training • User access • Approval workflow • Cloning • Phases • Proposal status Dataset and OpenGov will set up 1 export and dataset view to enable budget reports View Configuration Budget OpenGov will set up 8 budget reports to include: Report(s) Operating • Operating Budget Milestones • Operating Budget Development • Operating Budget Details • Operating Budget Categories Capital • Capital Budget Development • Capital Budget Details • Capital Budget Categories • Capital Plan Report Budget OpenGov will provide 1, 60-Minute training sessions to enable Exports and Customer to own, manage and maintain their OpenGov Budget Data Reporting and Reports including: Training • Exports 0 c a� Q. 0 E U 0 a 18 Packet Pg. 521 8.4.c Q OPENGOV • Dataset views • Reports Online Budget OpenGov will setup 3 OpenGov standard Online Budget Book templates Book chosen from examples defined above. Configuration and Training Once templates are finalized, OpenGov will: Session • Create one Story shell for each department and fund from templates. (Department or fund can be substituted for another template listed above) • Create up to 2 reports for use in the Online Budget Book • Create OpenGov report views and add report tiles to created templates. Administrator training o One 60-Minute session for training: ■ Using and Copying Templates ■ How Datasets and Reports work in Stories ■ How the Online Budget Book works with Transparency Portal ■ Preparing for updating and ongoing use • OpenGov will provide working sessions for OpenGov to consult with Customer on Online Budget Book, scheduled as needed. (Not to exceed more than 10 sessions unless agreed upon by openGov Project Manager and Customer.) Customer administrators will set up additional project story shells and corresponding project users, and admins/users will add content 8.2.2.4. Validation Validation of The OpenGov Project Manager and Analyst will confirm with Configured Customer's Project Lead that all budget proposals are configured Budgets properly based on the agreed upon format. 8.2.2.5. Deploy Internal OpenGov will provide 1, 60-Minute training sessions to enable Budget User Customer's internal users to understand budgeting requirements. 19 Packet Pg. 522 8.4.c Q OPENGOV Training Sign Off Customer will provide written sign off that all Budgets and reports have been configured based on agreed upon formats. 8.3. Financial Integration 8.3.1. Financial Integration Deliverables Financial I OpenGov will work with Customer's IT Staff and Project Team to setup a Integration one way data integration from Tyler Eden to OpenGov 8.3.2. Financial Integration Tasks The tasks listed below are required for OpenGov and Customer to successfully complete the Financial Integrations with OpenGov. 8.3.2.1. initiate Solution OpenGov will review the proposed solution with Customer Review • Functionalities to be Integrated o Actuals (Revenue and Expenses) o Budget • Integration Approach o Database Connect / Agent Install • OpenGov Assumes: o The data will be linked to the Customer's COA. o Integration is unidirectional from the Customer's accounting software into OpenGov. Data Analysis OpenGov will perform the data analysis • To align with the required functionalities • To align with the COA 20 Packet Pg. 523 8.4.c Q OPENGOV 8.3.2.2. Configuration Integration OpenGov will perform the following Setup • Installation of Agent • Database View Deployment • OpenGov Assumes: o OpenGov will require assistance from Customer to understand source system specific customizations and configurations when building the data extract. When OpenGov is not able to access or extract data as per requirements, Customer should provide the data files in CSV format into OpenGov FTP Location. When the source accounting software is hosted by a third party vendor on behalf of Customer, Customer is responsible for brokering OpenGov's access to Customer's data residing at the vendor's premises in accordance with OpenGov's data formatting requirements. Configuration OpenGov will perform the Configuration to and Testing • Extract, Transform (when required) and load the data • Build Reports for the required functionalities • Initial validation of data 8.3.2.3. Validation Data Validation OpenGov team to work with Customer to • Validate the historical data • Validate the current year data • OpenGov Assumes: o Customer will provide data to validate against (PDF Export). Data should be received prior to the start of the integration. o OpenGov will perform the validation for data accuracy for the Integration, workingjointly with Customer team to approve the Financial Integration data. 21 Packet Pg. 524 8.4.c Q OPENGOV 8.3.2.4. FunctionalityDescription Deployment OpenGov will perform the Configuration to and Wrap Up • Schedule the current year data load • Train the administrators • Monitor the data load Sign Off Customer will complete OpenGov-provided sign off document acknowledging • Accuracy of the data for historical years and current year associated with the functionalities • Accuracy Reports associated with the functionalities • Adequately trained on the Integration Functionalities 9. Acceptance 9.1. Acceptance Process All Deliverables require acceptance from the Customer Project Manager(s) following the completion of Deliverables and upon Project Closure. Customer is responsible for conducting any additional review or testing of such Deliverable pursuant to any applicable mutually agreed upon acceptance criteria agreed upon by the parties for such Deliverable. Upon completion of these phases, the OpenGov Project Manager shall notify the Customer Project Manager(s) and provide the necessary documents for review and sign off. The following process will be used for accepting or acknowledging Deliverables and Project Closure: • OpenGov shall submit the completed Deliverables to Customer to review or test against the applicable acceptance criteria. Customer shall notify OpenGov promptly of its acceptance or rejection in accordance with the agreed upon acceptance criteria. • Customer must accept all Deliverables that meet the applicable acceptance criteria. OpenGov Project Manager will provide the Customer Project Manager with the OpenGov Acceptance form to sign off on the Deliverable and project. Once all Deliverables required to meet a particular phase have been accepted or are deemed accepted, the phase shall be deemed complete. 22 Packet Pg. 525 8.4.c Q OPENGOV • Upon completion of the phase or project, OpenGov allows Customer 10 business days to communicate that the particular Deliverable(s) does not meet Customer's requirements. Failure to communicate that the particular Deliverable(s) does not meet Customer's requirements will be deemed as acceptance and any further work provided to remedy Customer's complaint might incur additional cost. • Customer shall provide to OpenGov a written notice detailing the reasons for rejection and the nature of the failure to meet the acceptance criteria. OpenGov shall make best effort to revise the non -conforming Deliverable(s) to meet the acceptance criteria and re -submit it to Customer for further review and testing. • If the acceptance form is not received in accordance with Section 7 General Project Assumptions, the project phase and/or project will be considered accepted and automatically closed. 9.2. Acceptance Requirements • All acceptance milestones and associated review periods will be tracked on the project plan. • The Customer Project Manager will have decision authority to approve/reject all project Deliverables, Phase Acceptance and Project Acceptance. • Any open issues shall receive a response in accordance with Section 7 General Assumptions of this SOW following the Validation Acceptance review, or as mutually agreed upon between the parties, for resolution prior to advancing on in the project. • Both OpenGov and Customer recognize that failure to complete tasks and respond to open issues may have a negative impact on the project. • For any tasks not yet complete, OpenGov and/or Customer will provide sufficient resources to expedite completion of tasks to prevent negatively impacting the project. 10. Change Management This SOW and related efforts are based on the information provided and gathered by OpenGov. Customer acknowledges that changes to the scope may require additional effort or time, resulting in additional cost. Any change to scope must be agreed to in writing or email, by both Customer and OpenGov, and documented as such via a: • Change Order -Work that is added to or deleted from the original scope of this SOW. Depending on the magnitude of the change, it may or may not alter the original contract amount or completion date and be paid for by Customer. Changes might include: 23 Packet Pg. 526 8.4.c Q OPENGOV • Timeline for completion • Sign off process • Cost of change and Invoice timing • Signed by OpenGov and Customer Executives approving funds. Change documentation will be mutually agreed upon as defined in Section 7 General Assumptions of this SOW. Should that not occur, the change will be added to the next Executive Sponsor agenda for closure. Example of changes that might arise during a deployment: • Amending the SOW to correct an error. • Extension of work as the complexity identified exceeds what was expected by Customer or OpenGov. • Change in type of OpenGov resources to support the SOW. 24 Packet Pg. 527 9.1 City Council Agenda Item Meeting Date: 01/25/2022 Council Committee Minutes Staff Lead: Council Department: City Clerk's Office Preparer: Scott Passey Background/History N/A Staff Recommendation N/A. For information only. Narrative The Council committee meeting minutes are attached. Attachments: FC011422 Special Packet Pg. 528 9.1.a SPECIAL FINANCE COMMITTEE MEETING January 14, 2022 Elected Officials Participating Virtually Councilmember Diane Buckshnis (Chair) Councilmember Will Chen 1. CALL TO ORDER Staff Participating Virtually Dave Turley, Finance Director Megan Menkveld, Assistant Finance Director Scott Passey, City Clerk Jeff Taraday. Citv Attornev The Edmonds City Council special virtual online Finance Committee meeting was called to order at 2:00 p.m. by Councilmember Buckshnis. 2. COMMITTEE BUSINESS 2. Eden Replacement (Continued) Ms. Menkveld reviewed recommendation considerations: • Timing o Council o Eden Risk o ARPA o Implementation estimate o Market concerns • Alternatives o OpenGov o Munis o Springbrook • Reference Checks - OpenGov o All three references very valuable and overwhelmingly positive • Staff Effort o Requires a lot of effort • Change Management o Directors o Workgroup • Only OpenGov (12 — 15 months) • Only Munis (24 to 28 months) o Or other ERP • OpenGov budget plus Munis ERP o Budget suite 5 months o ERP (x months) • OpenGov o Upfront work — so many hours o Excellent communication and responsiveness o Mission driven, collaborative, transparent approach o Staff — so much staff ■ Budget manager for Minneapolis ■ Support staff includes several priority city staff and OpenGov customers o References ■ "Every customer feels like they're their only, favorite customer." • Munis Packet Pg. 529 9.1.a 01/14/22 Special Finance Committee Minutes, Page 2 o No upfront work 0 2.5-day demonstration February 9-11 o Over a month lead time plus 28-month implementation timeline o Not a compelling partnership Springbrook o No response o Duvall is moving from Springbrook to OpenGov A system we can use and understand o Prefer an Intuitive system ■ User -friend report filters and customizations ■ Web -based and on -demand ■ Staff can change code settings, see change logs, leave notes o Instead of a Programmed system ■ Requires ERP system expertise ■ Staff sends requests to someone who writes reports using a tool like Crystal Report ■ SQL or other programming language ■ "Green -Screen" ■ Customizations cannot be upgraded uniformly Recommendation o By January 25, 2022 ■ Full Council Presentation: proposal to waive RFPs ■ Full Council presentation: OpenGov Budget Suite with agreement o February 1, 2022 ■ Approve waiver of RFPs ■ Approval for Mayor to sign OpenGov Budget Suite Agreement o Finance Committee March 8, 2022 ■ ERP evaluation status ■ Project manager search status ■ Recommendation for product selection and project manager ■ Next steps with full Council Questions and discussion followed regarding concern interviewing Munis in February will delay OpenGov, funds available from ARPA funds, scoping meeting with OpenGov next week, why a new system is being considered, Eden (owned by Tyler) now offering Munis, considering OpenGov budget module because City does not currently have a budget module, advantages of staying with the same company's product, reason to waive RFP, whether it is better to have complete ERP system with one company, Munis versus OpenGov, pursuing OpenGov budget module and continuing to research OpenGov and Munis ERP, support for transparency provided by OpenGov, OpenGov test environment, the need for a project manager for either ERP but not for OpenGov budget module, and the City Attorney's Office researching use of ARPA funds and waiving RFP. Appropriation of additional ARPA funds will be added to next month's Finance Committee agenda. Action: Full Council on January 25 and Feb 1. 1. November 2021 Monthly Financial Report Mr. Turley reviewed: • Noteworthy items o REET is up $1,666,307 from this point in time last year o Real Property/Property Tax is up $75,857 from this point in time last year o EMS property tax is up $68,860 from this point in time last year o Sales Tax is up $1,904,891 from this point in time last year o Plan Checking Fees are up $167,751 from this point in time last year; development services revenues overall are up $259,855 from this point in time last year o Parks & Recreation program fees are up $322,388 from this point in time last year Packet Pg. 530 9.1.a 01/14/22 Special Finance Committee Minutes, Page 3 o We are now at 92% of the year completed; all funds and department are within or under budget January — November o General Fund Revenues ■ 3.4% ahead of budget, or $1,363,289 more than planned o General Fund Expenses ■ 8.23% under budget or $3,432,922 less than budgeted General Fund o Cumulative budget forecast: $68,185,977 o YTD Actuals $38,282,347 January- November Revenues and November 30 Cash Balances Revenues January -November 2021 016 Facilities Maintenance — Bond proceeds $4,400,000 332 Parks Construction — Bond proceeds $1,634,447 Total Bond proceeds $6,034,447 142 ARPA Fund $5,991,438 126 REET 1 $2,400,000 125 REET 2 $2,400,000 421 Water Fund $14,800,000 422 Storm Fund 8,600,000 423 Sewer/WWTP Fund 24,700,000 001 General Fund $41,500,000 Total $106,425,885 Cash Balances, November 30 Snohomish County Co Investment $42,308,731 Pool WA State Investment Pool $19,924,805 I Bonds/Certificates of DeDOSit 1 $16.178.516 $84,211 *Does not take into account fund -to -fund transfer or other minor revenue streams, including transportation grants *Numbers from monthly budgetary/financial report through November • 2021 Sales Tax Revenue o Quick look at Sales Tax ■ Sales Tax received through November 30 $9,423,112 • Sales tax received in December $874,396 ■ Total sales tax 2021 $10,302,508 ■ Budgeted sales tax for 2021 $8,600,000 ■ Additional received (more than budget) $1,702,508 • Looking forward: Requests for policy reviews in 2022 o Risk Fund - $25,00 budget to pay small claims from o Fund Balance Policy o Investment Policy o BID/ED! Policies o Expense Reimbursement Policy o Leak Adjustment Policy Questions and discussion followed regarding whether underspending is due to not enough staff or efficiency in spending control, opportunities for using excess funds, past resolution that dedicated a portion of REET funds to Parks, funds that have increased the cash balance (ARPA, bond proceeds, etc.), and ability of OpenGov utility billing to split rates between years. Action: Consent Agenda 3. ADJOURN The meeting was adjourned at 2:59 p.m. Packet Pg. 531