2017-04-25 City Council - Full Agenda-18821.
2.
3.
4.
5
6
u� Of EYMo�o
Agenda
Edmonds City Council
n Hy° COUNCIL CHAMBERS
250 5TH AVE NORTH, EDMONDS, WA 98020
APRIL 25, 2017, 7:00 PM
CALL TO ORDER/FLAG SALUTE
ROLL CALL
APPROVAL OF THE AGENDA
APPROVAL OF THE CONSENT AGENDA
1. Approval of Council Special Meeting Minutes of April 18, 2017
2. Approval of Council Meeting Minutes of April 18, 2017
3. Approval of claim, payroll and benefit checks, direct deposit and wire payments.
4. Ordinance Adopting Amendments to Chapter 10.95 ECC (Tree Board)
5. Reappointment of PFD Boardmembers
6. Contracting & Purchasing Policies Update
7. Interlocal Agreement with Snohomish Health District regarding Sale of Rucker Building
8. Authorization to contract with James G. Murphy to sell surplus city vehicles and surplus city
equipment
PRESENTATIONS/REPORTS
1. YWCA Stand Against Racism Day Proclamation (5 min.)
2. Cemetery Board annual report to Council (10 min.)
AUDIENCE COMMENTS (3-MINUTE LIMIT PER PERSON) - REGARDING MATTERS NOT LISTED ON
THE AGENDA AS CLOSED RECORD REVIEW OR AS PUBLIC HEARINGS
7. ACTION ITEMS
8
9.
10.
1. Contracting & Purchasing Policies Update (10 minutes)
2. Edmonds Veteran's Plaza Update and Request (15 min)
STUDY ITEMS
1. Wastewater Treatment, Disposal and Transport Contract Extension (10 min.)
2. Development Activities Update (20 min.)
3. Meadowdale Fields ILA (15 min.)
4. Authorization for design services for the Waterfront Redevelopment (10 min.)
5. Report on construction bids received for the 2017 Waterline Replacement Project (10 minutes)
6. Presentation of a Right of Way Dedication Deed from Edmonds School District for 236th St. at
the Madrona School Property (10 minutes)
MAYOR'S COMMENTS
COUNCIL COMMENTS
Edmonds City Council Agenda
April 25, 2017
Page 1
11. CONVENE IN EXECUTIVE SESSION REGARDING PENDING OR POTENTIAL LITIGATION PER RCW
42.30.110(1)(1)
12. RECONVENE IN OPEN SESSION. POTENTIAL ACTION AS A RESULT OF MEETING IN EXECUTIVE
SESSION.
ADJOURN
Edmonds City Council Agenda
April 25, 2017
Page 2
4.1
City Council Agenda Item
Meeting Date: 04/25/2017
Approval of Council Special Meeting Minutes of April 18, 2017
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:
Cmd041817 spec mtg
Packet Pg. 3
4.1.a
EDMONDS CITY COUNCIL SPECIAL MEETING
DRAFT MINUTES
APRIL 18, 2017
Elected Officials Present
Mike Nelson, Councilmember
Diane Buckshnis, Councilmember
Dave Teitzel, Councilmember
Neil Tibbott, Councilmember
Adrienne Fraley-Monillas, Councilmember
Tom Mesaros, Council President
Kristiana Johnson, Councilmember
Mayor Dave Earling
Elected Officials Absent
none
Staff Present
Mary Ann Hardie, Human Resources
Director
Al Compaan, Police Chief
Jeff Taraday, City Attorney
1. CALL TO ORDER/CONVENE IN JURY MEETING ROOM
At 6:40 p.m., the City Council Special Meeting was called to order by Mayor Earling in the
Council Chambers, 250 5th Avenue North, Edmonds.
2. EXECUTIVE SESSION TO DISCUSS COLLECTIVE BARGAINING PER RCW
42.30.140(1)(a)
The Council then adjourned to the Jury Meeting Room to discuss collective bargaining per RCW
42.30.140(1)(A). At 6:59 p.m. the executive session concluded.
ADJOURN
At 7:00 p.m., the meeting was adjourned.
Edmonds City Council Draft Minutes
April 18, 2017
Page 1
Packet Pg. 4
4.2
City Council Agenda Item
Meeting Date: 04/25/2017
Approval of Council Meeting Minutes of April 18, 2017
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:
04-18-2017 Draft Council Meeting Minutes
Packet Pg. 5
4.2.a
EDMONDS CITY COUNCIL DRAFT MINUTES
April 18, 2017
ELECTED OFFICIALS PRESENT
Dave Earling, Mayor
Thomas Mesaros, Council President
Kristiana Johnson, Councilmember
Michael Nelson, Councilmember
Adrienne Fraley-Monillas, Councilmember
Diane Buckshnis, Councilmember
Dave Teitzel, Councilmember
Neil Tibbott, Councilmember
1. CALL TO ORDER/FLAG SALUTE
STAFF PRESENT
M. Bard, Police Officer
Phil Williams, Public Works Director
Patrick Doherty, Econ. Dev & Comm. Serv. Dir
Shane Hope, Development Services Director
Scott James, Finance Director
Rob English, City Engineer
Jeff Taraday, City Attorney
Scott Passey, City Clerk
Andrew Pierce, Legislative/Council Assistant
Jerrie Bevington, Camera Operator
Jeannie Dines, Recorder
The Edmonds City Council meeting was called to order at 7:03 p.m. by Mayor Earling in the Council
Chambers, 250 5"' Avenue North, Edmonds. The meeting was opened with the flag salute.
2. ROLL CALL
City Clerk Scott Passey called the roll. All elected officials were present.
3. APPROVAL OF AGENDA
Mayor Earling announced he was withdrawing Agenda Item 7, Salary Commission (Confirmation of
Mayor's Appointments).
COUNCILMEMBER BUCKSHNIS MOVED, SECONDED BY COUNCILMEMBER FRALEY-
MONILLAS, TO APPROVE THE AGENDA IN CONTENT AND ORDER AS AMENDED.
MOTION CARRIED UNANIMOUSLY.
4. APPROVAL OF CONSENT AGENDA ITEMS
COUNCILMEMBER FRALEY-MONILLAS MOVED, SECONDED BY COUNCILMEMBER
BUCKSHNIS, TO APPROVE THE CONSENT AGENDA. MOTION CARRIED UNANIMOUSLY.
The agenda items approved are as follows:
1. APPROVAL OF COUNCIL MEETING MINUTES OF APRIL 11, 2017
2. APPROVAL OF CLAIM CHECKS
3. RESOLUTION ADOPTING CEMP AND DEBRIS MANAGEMENT PLAN
Edmonds City Council Draft Minutes
April 18, 2017
Page 1
Packet Pg. 6
4. REPORT ON FINAL CONSTRUCTION COSTS AND ACCEPTANCE OF THE 238TH
ST. SW WALKWAY AND DRAINAGE IMPROVEMENTS PROJECT
5. AMENDMENTS TO ON -STREET EMPLOYEE PARKING PERMIT PROGRAM
5. PRESENTATIONS/REPORTS
1. ANNUAL REPORT OF ECONOMIC DEVELOPMENT COMMISSION
Economic Development/Community Services Director Patrick Doherty explained in January 2016
Economic Development Commission (EDC) was reestablished after sunsetting in 2015. The EDC held
their first meeting in March 2016. The code requires an EDC representative provide the Council an
annual report.
EDC Chair Jamie Reece introduce his daughter, Ansley Reece, a student at Madrona. Mr. Reece
recognized the dedicated group of talented professionals who serve on the EDC. The EDC had a very
productive year. He summarized the reformed EDC's mission: empowered to advise and make
recommendations to the Mayor and City Council and other stakeholders within City government related
to strategies, programs or activities intended to generate economic development, jobs and more stable
municipal revenues. The EDC is asked to provide an annual report to Council as well as other reports and
communications as needed for specific issues and projects.
In August 2016, he presented the EDC objectives and priorities to the City Council including shorter term
projects such as Highway 99, Civic Field, downtown parking and Five Corners planning as well as longer
term projects such as exploring obstacles to redevelopment, revisiting Harbor Square redevelopment, and
considering community visioning and branding. The commission approaches these projects with
discussion at subcommittees and committees, discussions with staff and the commission as a whole and
recommendations are presented in letters memo and to the City Council.
He summarized the EDC efforts over the past year:
• September 2016
o Communicated with Council regarding Civic Field first iteration
■ Supported plans that included generous organized play facilities, meadow loop walking
path, maximizing flexible space for events, remaining flexible of the potential
replacement of the Boys & Girls Club structure and including ample lighting for year-
round accessibility and considering ongoing costs of facilities
• November 2016
o Downtown parking
■ Recommended more consistent enforcement of existing regulations, consideration of
more friendly parking fine schedules, collaboration and sharing of information with local
stakeholders to determine next steps in improving parking access and availability (talking
to area businesses and freeing up weekend parking)
o Civic Field second iteration
■ Issued a memo supporting the ongoing planning efforts and encouraging emphasis on
play courts and fields, covered/uncovered basketball courts and facilitating rebuilding of
the Boys & Girls Club when possible
■ Support in the community for retaining the skatepark.
February 2017
o Highway 99
■ Encouraged timely action with an emphasis on commercial elements, potential incentives
for development and affordable housing and direct communication and collaboration with
potential stakeholders in the business and development community
Edmonds City Council Draft Minutes
April 18, 2017
Page 2
Packet Pg. 7
4.2.a
■ Encouraged consideration of a catalyst project, public/private partnership to kickoff
redevelopment
o Five Corners
■ Encouraged decisive action on feasibility study, consideration of development incentives
and potential code changes
o Downtown pedestrian signage
■ Advocated for lower sign permit costs, more reasonable costs for variances when
applicable and collaboration with the BID regarding a signage system for out -of -sight
businesses
Mr. Reece advised many of the above efforts are in standby/monitor status awaiting further action. He
reviewed:
• EDC's focus in 2017:
o Development feasibility including examples where current regulations are obstacles to
otherwise beneficial development and pursuing methodology to objectively measure the
impact of further development.
o Broader economic development strategies, how economic development benefits all districts.
o List of existing, opportunity based priorities such as a downtown hotel, attracting a mid to
large employer, and Harbor Square redevelopment.
• Future priorities include:
o Finding ways to stabilize recent revenue gains from economic vitality
o Possibility of a new hotel in the hospital district
o Influence of walkability on economic development
Mr. Reece emphasized the importance of City Council's feedback and encouraged the Council to indicate
what they want and how the EDC can help. He also encouraged citizens to attend the EDC's meetings and
share their ideas and concerns about economic development. Mr. Doherty advised the EDC meets the
third Wednesday of every month from 6 to 8 p.m. in the Brackett Room on the third floor of City Hall.
Councilmember Fraley-Monillas asked how the EDC is involving the community such as community
members for whom English is a second language, who do not live in the downtown core, people of color,
etc. Mr. Reece answered the EDC is interested in broader outreach and thus far outreach has been to
commissioners' personal networks. The EDC acknowledges the need to do more with the press to invite
further comment; he has been authorized by the EDC to write articles for My Edmonds News and the
Beacon to inform the community and to encourage input. With regard to diversity outreach, he
acknowledged the EDC has been head -down addressing issues and has not yet addressed that issue. It is
worthy of discussion and he will introduce it at the EDC's next roundtable discussion.
Councilmember Fraley-Monillas expressed concern that commissioners' personal networks likely do not
reach everyone in Edmonds and it was important to reach out to people of color, people with
socioeconomic differences such as in the working-class neighborhoods near the Highway 99 corridor. Mr.
Reece invited Councilmember Fraley-Monillas to share tools for connecting with the community.
Councilmember Fraley-Monillas suggested contacting businesses along the corridor, reminding that 22%
of Edmonds is not white.
Councilmember Teitzel asked about opportunities for economic growth at Five Corners with the new
surgical clinic at the former Red Apple Market location taking a major corner out of play for
redevelopment opportunity and the larger church on another corner. Mr. Reece relayed the EDC's support
for businesses investing in investing Five Corners. The EDC sees Five Corners as a missed opportunity
through earlier inaction. Although it is understandable why action not taken due to efforts at Westgate,
that inaction resulted in the inability to redevelop some areas. However, three of the five corners still
Edmonds City Council Draft Minutes
April 18, 2017
Page 3
Packet Pg. 8
present opportunities for redevelopment and Five Corners is not just the corners but the greater area.
Opportunity remains and he encouraged forward movement to avoid another missed opportunity.
Councilmember Johnson commented the Red Apple Market space had been vacant for a number of years
and she welcomed the new veterinary facility. Five Corners is in her neighborhood and missed the
grocery store. She was personally interested in more opportunities for car sales on Highway 99 because it
is the biggest economic driver during good and bad times. Along with Councilmember Fraley-Monillas'
concern about reaching out to different ethnic groups, she commented the International District presents
its own special problems, Edmonds Community College and the former Economic Development Director
Stephen Clifton worked with businesses in that area in the past. She suggested reaching out to the
churches in the International District.
Council President Mesaros echoed Councilmember Johnson's comments, commenting opportunities on
Highway 99 for the Asian community have resulted in a number of wonderful restaurants. He agreed with
the suggestion to reach out and engage the business owners regarding the future of that area.
6. AUDIENCE COMMENTS
Mike Shaw, Edmonds, commented at least four Councilmembers share his concerns and he wanted to
convince the rest. He applauded the idea of a site survey of the Edmonds Marsh, commenting such a
survey has been long overdue and the main issue now is to be absolutely certain the survey is conducted
by a truly independent, unbiased scientific group. Studies are often compromised in some manner;
Edmonds can do better. He urged the Council to ensure the survey of the marsh is was without
comprising political or financial ties to a person or group and is thoroughly competent to ensure a clear,
science -based picture of the state of the marsh, its wildlife, ecology, biology, degree of contamination and
hydrology. He urged the Council to vet the companies under consideration for conducting the site survey
as thoroughly and comprehensively as possible.
Alvin Rutledge, Edmonds, expressed concern with the request to the State for funds to repair the
Frances Anderson Center roof. He provided history regarding the roof, in 1980 the City took out a 20-
year loan which was paid in 2000 when the City was annexed to the Sno-Isle Library, saving the City
$1.2 million. He was concerned if funding was not provided by the legislature, the City would be
responsible for funding repairs to the library roof.
Don Hall, Edmonds, speaking on behalf of his wife and her store, Garden Gear and Gallery, referred to
an Edmonds Beacon article regarding the closing of a store with a similar name. He assured Garden Gear
and Gallery is doing wonderfully, is not going out of business and will celebrate their 21't anniversary
next month.
7. ACTION ITEM
SALARY COMMISSION (CONFIRMATION OF MAYOR'S APPOINTMENTS)
This item was removed from the agenda via action taken during Item 3.
8. STUDY ITEMS
1. CHAPTER 10.95 AMENDMENTS TO CLARIFY TREE BOARD APPOINTMENT
PROCESS
Development Services Director Shane Hope explained after Chapter 10.95 was amended last year with
regard to other issues, staff realized there was problematic language regarding the appointment process
Edmonds City Council Draft Minutes
April 18, 2017
Page 4
Packet Pg. 9
4.2.a
and the location of meetings. At a January 2017 meeting, Councilmembers agreed, 1) individual
Councilmembers would appoint members and the Council would confirm the appointment, 2) remove
term limits, 3) have the Council President appoint the alternate, 4) clarify the role of the alternate board
member, 5) make the format of the list of items on which the Tree Board may advise and make
recommendations consistent and combine two of the items, and 6) add a location for regular Tree Board
meetings. She recommended the Council direct staff to prepare an ordinance for approval on the Consent
Agenda.
Councilmember Buckshnis thanked Ms. Hope for taking the Tree Board under her wing, assigning Denise
Nelson as the staff person and including the Tree Board in the Development Services budget. She
suggested once the ordinance is adopted, the Council reaffirm Tree Board members. Ms. Hope advised
that would be up to the Council.
COUNCILMEMBER BUCKSHNIS MOVED, SECONDED BY COUNCIL PRESIDENT
MESAROS, TO DIRECT THE CITY ATTORNEY TO PREPARE AN ORDINANCE FOR
APPROVAL ON CONSENT AGENDA. MOTION CARRIED UNANIMOUSLY.
2. REAPPOINTMENT OF PFD BOARD MEMBERS
Council President Mesaros said as Council liaison to the PFD Board, he was asked to present the two
board members for reappointment, Kevin McKay, VP for Finance & Administration, Edmonds
Community College; and Larry Ehl, Port of Seattle. The PFD Board approved the reappointment of Board
Members McKay and Ehl to serve an additional 3-year term beginning July 1, 2017. The PFD Board is in
the midst of doing strategic planning with the ECA Board and has requested early approval of these
nominations for continuity moving forward on this planning.
Councilmember Fraley-Monillas observed the application in the packet was dated April 2016 and asked if
the board members were still interested in serving. Council President Mesaros said he attended a PFD
Board meeting today and assured they were interested in continuing. Councilmember Fraley-Monillas
suggested in the future an updated application be provided.
It was the consensus of the Council to forward this item to the Consent Agenda for approval.
3. CONTRACTING & PURCHASING POLICIES UPDATE
Finance Director Scott James reviewed amendments to the Purchasing Policies and Procedures including
amendments for complying with federal requirements, for apprentice requirements and to increase limits
for procurement:
1) Title Page: Pufehasiag Contracting and Purchasing Policies and Procedures
2) Procurement of Products, page 4 of the amended policy
a) Purchases costing between $10,000 and $25,000 is being amended to $20,000 and $35,000
b) Change reflex's increasing cost of doing business, and
c) Most of the smaller projects such as fixing tile around the pool, replacing showers at the pool,
etc., fall between the $10 - $20k range, and
d) It is time consuming and sometimes difficult to get 3 quotes
e) The change is consistent with RCW's
3) Grant Agreements and Grant Reimbursement Documents, page 4 of the amended policy
a) Federal grant requirements now require an Authorized Official to execute & sign grant
agreements and payment vouchers
b) Policy now names Mayor as the Official to execute grant agreements
c) Policy identifies and authorizes the Director overseeing the capital project to execute
documents necessary to implement grant and submit reimbursements
Edmonds City Council Draft Minutes
April 18, 2017
Page 5
Packet Pg. 10
4.2.a
4) Procurement of Public Works, page 5 of the amended policy
a)
Policy is being amended to match State Law
b)
Amendment increases the threshold for City performed work on public work projects
c)
From $50,000 to $65,000 for projects involving multiple crafts or trades, and
d)
From $30,000 to $40,000 for projects involving a single craft or trade
5) Apprentice
utilization, page 8 of the amended policy
a)
The amended policy increases the threshold for when apprentices shall be utilized
b)
From $250,000 to $1,000,000 and
c)
Amends number of hours performed by apprentices
d)
From 4-5-1A to 10% of the contractor or subcontractor labor hours
6) Records Retention Requirements, page 16 of the amended policy
a)
Amended policy updates section to comply with Code of Federal Regulations
7) Conflicts of Interest, page 17 of the amended policy
a)
Amended policy updates section to comply with Code of Federal Regulations, and
b)
Requires contract selection participants to sign Conflict of Interest Disclosure Form
Mr. James recommended approval of the Purchasing Policies and Procedures as amended.
Councilmember Fraley-Monillas requested the amendments be discussed individually as she plans to vote
against the change in apprentice utilization. She explained apprenticeships provide training for skilled
labor jobs, providing training for people for whom college was not their first choice and the City requires
contractors' participation. She expressed concern with the change from a $250,000 project to a $1 million
project and decreasing the apprenticeship goals from 15% to 10%. She recognized it can be a hassle for a
contractor to hire apprentices but they also create living wage jobs.
Councilmember Buckshnis observed most of the amendments were to be in compliance with the Code of
Federal Regulations. Mr. James agreed, referencing Code of Federal Regulations Section 200 and
pointing out compliance with the regulations was highlighted during the last audit.
Councilmember Buckshnis referred to the amendment that authorizes the Mayor to execute grant
agreements for capital projects in the current Capital Improvement Program and/or Capital Facilities Plan
and asked if only the Mayor was allowed to execute agreements, not a designee. She recalled a major
project where a director signed the agreement that caused a great deal of controversy. Mr. James
answered it was only required on federal grants; the policy as proposed authorizes the Mayor and does not
allow the Mayor to designate someone else. Once the agreement is executed, the director oversees the
grant.
Councilmember Buckshnis expressed support for apprenticeships, relaying her nephew was an apprentice
as an engineer. She asked why the project amount was raised from $250,000 to $1 million. Public Works
Director Phil Williams said staff also likes the apprentice program and it has the potential to provide the
things cited by Councilmember Fraley-Monillas. In practice, after working with it for several years, it
does not happen on smaller projects. For example, on a $250,000 project, the contractor may only have 3-
4 employees working on the project. To meet this goal, the contractor would either have to hire an
apprentice they do not need which increases the cost of the project or layoff a long term employee and fill
the position with an apprentice. If a contractor makes a case to show it is not economically feasible, the
rules contain criteria that allow him to waive the requirement. That has been done but it requires a lot of
paperwork for little benefit on smaller projects. On larger projects, contractors have more staff. The
change from 15% to 10% reflects several years of performance. The existing 15% goal is seldom met,
even on projects over $1 million, and 10% is a more reasonable goal.
Edmonds City Council Draft Minutes
April 18, 2017
Page 6
Packet Pg. 11
4.2.a
Councilmember Buckshnis relayed her nephew worked for Hoffman Construction, companies that large
can afford to have apprentices. She relayed her understanding the $1 million project limit was selected
based on past history. Mr. Williams agreed it was intended to tailor the program to actual experience; it is
very difficult to achieve on smaller projects. Councilmember Buckshnis observed the language did not
reflect the ability to waive the requirement. Mr. Williams answered if a contractor makes a compelling
case, the requirement can be waived but it is a lot of trouble, does not pay off on the smaller projects and
may scare away some contractors from bidding. Councilmember Buckshnis suggested monitoring and
advising the Council regarding compliance at the end of year. City Engineer Rob English pointed out the
waiver authority is in section 5 on page 9 of the redline version.
Councilmember Buckshnis observed the amendments regarding conflict of interest tightened the
requirements, commenting other cities have had conflict of interest issues. Mr. Williams answered the
intent would be anyone involved in the selection process would be asked to sign a Conflict of Disclosure
Form, putting them on notice that they are obliged to notify of any conflict of interest.
Councilmember Teitzel referred to the Apprentice History that lists 16 projects and that the apprentice
goal was not met on 9 projects. He asked the penalty for not meeting the requirement or the incentive for
meeting the requirement. Mr. Williams answered there no penalty and no incentive. It is a goal, staff likes
to think contractors take it seriously. Councilmember Teitzel said if there is a goal, there should be teeth
in it such as a penalty or incentive. Mr. Williams said that has not been discussed, he cautioned against
including features in the City's procurement procedures that may result in an adverse outcome on project
bids. He agreed with the basic goal of the program, having people receive training and education via
apprenticeships. This was viewed as a way to stimulate that effort but it hasn't worked on smaller
projects.
Councilmember Teitzel expressed support for the notion of apprenticeships which assist people who not
on the college track to find meaningful work to support their families but he was concerned there were no
teeth in the metric. Mr. Williams said most cities do not have a requirement; Edmonds was one of a few
cities trying to promote that effort and these recommendations are consistent with how the program has
worked. With regard to raising the threshold to $1 million, Mr. English pointed out WSDOT's threshold
is $3 million, Seattle's is $1 million, Shoreline's is $1 million, Vancouver's is 3-8% depending on project
size, Snohomish County's is $250,000 and King County's varies depending on the project.
Councilmember Tibbott asked what size contracts companies with apprentices on their staff typically bid
on, anticipating some construction companies already have apprentices on staff. Mr. Williams answered
the bigger the project, the more likely the apprentice goal would be met. Councilmember Tibbott asked
how often the City has $5-6 million projects. Mr. Williams answered quite often lately. Mr. English said
of the projects in the packet where there was a goal, 10 were over $1 million; the City bid 35-36 projects
over that 5-year period.
Councilmember Tibbott relayed his understanding that a project over $65,000 required a bid. Mr.
Williams answered there are 2 criteria in state law, 1) the total aggregate of projects that an agency self -
performs cannot exceed 10% of the total capital budget for the year, and 2) any single project over
$65,000 requires a bid. Councilmember Tibbott asked how close the City was to the 10% limit with the
current Public Works projects. Mr. Williams answered the capital budget for 2017 is $25 million; the City
is far short of self -performing $250,000.
Councilmember Tibbott recalled conversations in the past about the possibility of having more Public
Works employees to handle smaller sidewalk projects. He referred to an ADA ramp near hospital,
envisioning that project could be done in-house for $200. He suggested considering more Public Works
employees to do these projects as a way to save money as well as provide an opportunity for apprentices
Edmonds City Council Draft Minutes
April 18, 2017
Page 7
Packet Pg. 12
4.2.a
on City staff during the summer months. Mr. Williams agreed there is room to grow that activity.
Avoiding project design is a huge cost savings, almost all construction projects have to be designed
before they are put out for bid. That cost can almost be eliminated with standard details and
communication between workers and engineering. He agreed a $8,000-10,000 ramp would cost
considerably less if it was constructed in-house. Councilmember Tibbott asked how that vision for
additional in-house Public Works staff matched the $65,000 threshold. Mr. Williams answered $65,000 is
for an individual project; projects can be phased, portions of a corridor done in different years, etc.
Councilmember Fraley-Monillas said the teeth or penalty is not getting the contract and the incentive is
getting the contract. She pointed out to Councilmember Buckshnis that apprenticeship are not for college
students but rather to create living wage jobs especially in non-traditional roles for those who chose not to
attend college, often for financial reasons. Many more local cities than those cited by staff have an
apprenticeship requirement. She pointed out Mr. Williams currently has the authority to waive the
requirement and while it required paperwork, it provides living wage jobs. She encouraged the Council
not to support reducing the apprentice requirement.
Councilmember Nelson suggested separating amendments related to compliance with the Code of Federal
Regulations such as grant agreements, grant reimbursements, record retention, conflict of interest and
safeguard of personal identifiable information; apprenticeships have nothing to do with the Code of
Federal or competitive bids. Mr. Williams agreed. Councilmember Nelson referred to the statement that
the threshold when projects must be bid competitively is being raised to match the State law. He asked if
the City was not in compliance with State law now. Mr. Williams answered the State periodically
increases that amount in recognition of inflation in construction costs. This would bring the City up to the
amount allowed under State law. Councilmember Nelson asked whether the City could have a lower
amount. Mr. Williams agreed that was allowed.
Councilmember Johnson referred to the Apprentice History 2012 — 2016, out of the 16 projects listed, 7
were over $1 million and did not meet the apprenticeship goal. She asked how not meeting the goal in
those larger projects could be justified. Mr. Williams answered the larger projects have a better track
record of meeting the goal; smaller projects struggle mightily which is the reality of the marketplace. He
commented it would be a shame to receive a low bid on a $1 million project that is $150,000 less than the
next lower bid and have to reject that bid and take the second low bidder for that reason. In that sense the
City is hiring the apprentice. He viewed that as an odd reason to reject a low bid, particularly when it was
so difficult on small projects.
Councilmember Johnson said she understood the difficulty on small projects, and asked how to encourage
the use of apprentices when 7 out of 16 projects did not meet the previous goal. Mr. Williams said one
could look at the track record over several years and reach a conclusion that the entire program was a
failure and abandon it; that was not the proposal. The proposal was to tailor the program to improve the
likelihood of success and have a higher level of compliance with these changes. He pointed out the cost of
a project is not just labor, on some projects a large percentage of the cost is materials which makes a
single number a difficult metric to judge success by. Mr. English referred to the Apprentice History 2012-
2016, pointing out 4 were near the 10% apprentice goal which was the reason for the recommendation to
reduce it from 15% to 10%.
It was the consensus of the Council to forward the amendments related to compliance with the Code of
Federal Regulations to the Consent Agenda and amendments related to apprentice requirements to the
regular agenda.
4. REPORT ON CONSTRUCTION BIDS RECEIVED FOR THE 2017 SEWER LINE
REPLACEMENT PROJECT
Edmonds City Council Draft Minutes
April 18, 2017
Page 8
Packet Pg. 13
4.2.a
City Engineer Rob English reported staff opened five construction bids today. The low bid was provided
by Shoreline Construction at $924,172; the high bid was $1.49 million, and the engineer's estimate was
$1.173 million. He provided project details:
• Replaces 2500 feet of 10-inch diameter concrete sewer main with 18-inch diameter PVC sewer
main
• Increases capacity
• Replaces concrete pipe in poor condition and in need of replacement
• Contract includes 80 working days
• Construction anticipated to start early -June
• Construction anticipated to be complete mid -September, early Oct.
• Construction budget
o Award amount $924,172
0 15% construction management ($138,600)
0 10% management reserve
o Total $1.155 million
o Available budget $1.364 million
Mr. English explained the next step is to review the bid documents. He recommended forwarding the bid
award to the Consent Agenda for approval next week.
Public Works Director Phil Williams advised the City has worked with Shoreline Construction multiple
times in the past and staff is very happy with the bid.
Council President Mesaros asked how much of the $1.3 million was labor. Mr. English said the pricing is
inclusive of material, equipment and labor. Council President Mesaros said he was curious in light of the
discussion on the previous agenda item how much of a $1.3 million project was labor and materials,
recognizing it varied by project.
It was the consensus of the Council to forward this item to the Consent Agenda for approval.
5. WASTEWATER TREATMENT, DISPOSAL AND TRANSPORT CONTRACT
F,XTFNSION
Public Works Director Phil Williams requested this item be delayed until next week as the Waste Water
Treatment Plant Supervisor Pamela Randolph was out after breaking her arm. This was agreeable to the
Council.
6. MOTION TO ALLOCATE COUNCIL FUNDS TO INITIATE AN RFP PROCESS TO
OBTAIN A BASELINE PLANNING SITE -SPECIFIC SCIENTIFIC STUDY OF THE
EDMONDS MARSH WATERSHED
Councilmember Buckshnis commented this was the result of working on Option M and discussions with
Ecology about the shoreline inventory and the information needed for a site specific study .
City Attorney Jeff Taraday explained the intent was to remove the scope of work in one of Shoreline
Master Program (SMP) options and take separate action on that concept. He did not make any changes to
that scope of work, feeling it was beyond his expertise. The concept is to publish something to request
proposals from consultants with this expertise; the scope of work exhibit would be a starting point to start
a conversation with consultants who respond to the RFP. The Council would have an opportunity to
interview the consultants and ask questions about any changes they propose. He reiterated the proposed
scope of work was just a starting point for the conversation with consultants. The scope of work was
Edmonds City Council Draft Minutes
April 18, 2017
Page 9
Packet Pg. 14
4.2.a
drafted at a time when it was proposed to be used as part of the SMP and as part of a project -level study.
Now that the intent is a planning level study, the final scope of work may need to be changed to make it a
planning level study instead of project level study.
Councilmember Johnson recommended using language from the SMP in accordance with what David
Pater, Ecology, said, "we are really asking to update the shoreline inventory and characterization report."
She noted that was a document that preceded the work that was done and had not been updated in a long
time. Second, the cumulative impact analysis needs to be updated. Both are discrete documents that
precede the SMP. Mr. Taraday said he understood Councilmember Johnson's first point, but in regard to
her second point, he said cumulative impacts are typically the impacts from something such as a project.
In this instance there is not a project so he was uncertain how the impact could be analyzed without a
project.
Councilmember Johnson responded she took it to mean the many projects anticipated in the future such as
the daylighting of Willow Creek, cleaning of the culverts and reordering of the channel. Mr. Taraday
relayed his understanding she was referring to restoration projects. Councilmember Johnson said she
would defer to the experts but was confident about the shoreline inventory and characterization analysis,
noting that exact language was not used in the RFP but it should be.
Councilmember Buckshnis clarified this was a motion to allocate Council funds to initiate an RFP. In
speaking with Development Services Director Shane Hope, there is a substantial difference between an
RFP and an RFQ. In reviewing some of the City's RFP's, they range from three pages to ten pages. This
is not the RFP; the scope of work is related to the three broad ecological functions to be evaluated by the
site -specific study, 1) biogeochemical functions, 2) hydrologic functions, 3) food web and habitat
functions. She will work with Ms. Hope to prepare the RFP.
Councilmember Teitzel expressed support for proceeding with a baseline study for the marsh and was
supportive of allocating Council funds. He was glad to hear the language in the agenda memo was not the
RFP and did not feel Council should be involved in writing the RFP. The Council's responsibility is to
outline policy and staff's responsibility is to use the policy to take action, in this instance, create an RFP.
He preferred to have staff draft an RFP using the major concepts from the agenda memo. He was
concerned it appeared to blend Appendix C with new language that was not consistent. He supported the
baseline study focusing on existing conditions, yet there is reference to "The site -specific study should
evaluate past, current and projected further ecological functions of the Edmonds Marsh" which he did not
view as a baseline study.
Council President Mesaros expressed support for the study and was pleased to hear Councilmember
Buckshnis say this was a beginning point and there would be further language. With regard to
Councilmember Johnson's comments about impacts of existing projects, he agreed with getting feedback
from the experts regarding the impacts on the marsh of daylighting Willow Creek and opening the
culverts. He echoed Councilmember Teitzel's suggestion about having staff draft a document for Council
review. He was supportive of using the language that has developed and having staff develop an RFP
inclusive of everything the Council wants.
Councilmember Buckshnis confirmed her discussions with Council President Mesaros that there should
be strong Council oversight but there was some disagreement whether it should be drafted by the Council
Assistant or Ms. Hope. She acknowledged Ms. Hope's wealth of information but did not want to burden
her with a great deal of extra work. Councilmember Buckshnis preferred the Council be involved since
the Council requested it and was paying for it.
Edmonds City Council Draft Minutes
April 18, 2017
Page 10
Packet Pg. 15
4.2.a
Councilmember Fraley-Monillas asked the Council's role in the RFP. Mr. Taraday said it was up to the
Council, if the Council wished, it could come to Council for final approval before it was published. He
clarified there was a difference between the RFP and the scope for work that the City would ultimately
contract for. Even after the RFP language is finalized, there will be an exchange of ideas with the
consultants that respond and the consultants will further refine the scope of work to what is contracted via
a professional service agreement.
Councilmember Fraley-Monillas wanted to have the Council involved in both the RFP and the scope of
work, recognizing there are different objectives on the dais and it will be important for all
Councilmembers to have input.
Council President Mesaros asked Ms. Hope her thoughts, commenting having Ms. Hope involved does
not abdicate the Council's involvement. Ms. Hope answered she has developed a number of RFP and
RFQs as have many other directors; a bit of science and art is required to get the language right. She and
others on staff are happy to assist, particularly while the Council does not have a functioning Admin
Assistant. The final language is up to the Council. Interviewing candidates is another step in the process;
it is up to the Council who to interview but there are also best practices in the process to avoid any
appearance of fairness issues.
Councilmember Tibbott asked whether Ms. Hope had enough direction from Council to begin the
process. Ms. Hope answered Councilmember Buckshnis and she have discussed this and the Council has
provided input tonight. She welcomed any additional thoughts from Council. Councilmember Tibbott
said he has not reviewed a RFP in the past and asked if there was a template and/or best practices for
developing an RFP. Ms. Hope offered to provide follow-up information to all Councilmembers.
Councilmember Buckshnis offered to draft an RFP and send it to Ms. Hope.
Council President Mesaros suggested the Council has given Ms. Hope direction/guidance with assistance
from Councilmember Buckshnis. He suggested they return with a draft RFP in two weeks.
7. INTERLOCAL AGREEMENT WITH SNOHOMISH HEALTH DISTRICT REGARDING
SALE OF RUCKER BUILDING
Economic Development/Community Services Director Patrick Doherty explained on September 27, 1990
Snohomish County, along with other cities and towns, including the City of Edmonds, entered into an
interlocal agreement (the "1990 ILA") to provide for the acquisition of a facility for the Snohomish
Health District known as the "Rucker Building." The District purchased the Rucker Building for
$5,150,000 in October 1990. The City of Edmonds contributed a total of $160,071 in a series of payments
from 1990 through 1995. The District's then -Deputy Director Rick Mockler indicated to the 1990 ILA
members that they would each own an interest in the Rucker Building.
In 1995 the District paid off the acquisition loan in full, at which time the 1990 ILA expired, leaving
unclear whether any continuing property interest continued to accrue to the parties. Indeed the District is
now the sole entity listed on the current deed and title. Since that time the District has assumed all
financial responsibility for utilities, ongoing operations and maintenance, and capital improvements.
Last fall the Board of Health and senior leadership began discussing the option to sell the Rucker
Building as part of its 2017 budget preparations. This led to the Board of Health's unanimous approval of
Resolution 17-03 on January 10, 2017 indicating its intent to surplus and sell the Rucker Building, as well
as encouraging the County and the cities and towns that were party to the original 1990 ILA to relinquish
any potential ownership and/or financial interest in the property.
Edmonds City Council Draft Minutes
April 18, 2017
Page 11
Packet Pg. 16
4.2.a
At this time the Rucker Building is officially on the market, listed by Kidder Mathews, who was retained
by the District. The Board of Health's real estate committee has indicated a preference to purchase a new
location for long-term financial viability (i.e., pay outright and not have ongoing annual lease or loan
payments). However, the ILA does include a provision to consider leasing a building, depending on
market conditions, timing, etc. The new facility sought by the District should consist of approximately
30,000 square feet and be located within the greater Everett vicinity, with parking and near major transit
lines.
If a new building is purchased, it is estimated that net residual proceeds would run from $24 million for a
capital fund intended to secure a more long-term financial stability to account for future physical plant
needs and/or program fund support. Selling the building in the near term would also eliminate up $1-1.5
million in expenditures earmarked in the 2017 budget for needed HVAC replacements.
If the District ends up leasing space, they will likely keep the majority of the sale proceeds in a
capital/reserve fund for lease and facility -related expenses, together with an eventual purchase in the
future.
More details of the District's intended sale of the Rucker Building and potential purchase and/or lease of a
new building can be found in the 4/5/17 letter from District Interim Administrator Jefferson Ketchel.
At this time, the District proposes that the original signatory jurisdictions to the 1990 ILA, including the
City of Edmonds, officially relinquish any potential financial interest in the Rucker Building, pursuant to
the proposed Interlocal Agreement, including a Quit Claim Deed, which relinquishes and conveys any
potential financial or property interest in the Rucker Building.
Councilmember Fraley-Monillas inquired about the cost to maintain the building. Heather Thomas,
Communications and Public Affairs Officer, Snohomish Health District, advised it was estimated at
$100,000 to $300,000/year for ongoing maintenance and operation, exclusive of utilities. The District
does not have a capital fund, so funding for building maintenance has come from the operating budget,
reducing funds available for programming or public health activities. Selling the building and purchasing
or leasing another building would allow the District to establish a capital fund. Councilmember Fraley-
Monillas observed the cost has been $100,000/year since 1990. Ms. Thomas agreed, commenting there
have been a few larger upgrades over the years; it was estimated over $2.6 million in District funds have
been spent in the last 20-25 years. Councilmember Fraley-Monillas asked if any of the cities had been
billed or contributed toward those expenditures. Ms. Thomas answered no.
Councilmember Tibbott asked the current sales price of the building. Ms. Thomas answered it was
technically unlisted. The assessed value is $9 million; the broker is targeting an $8-10 million sales price.
Councilmember Tibbott observed the building had appreciated from $5 million to $9 million and after the
sale, the proceeds were estimated to be $2-4 million. Ms. Thomas answered that was the amount after a
new building was purchased, tenant improvements were made, moving costs and getting established in
the new location. Councilmember Tibbott asked if the intent was to retain that $24 million in a capital
account and not use it for operations. Ms. Thomas answered that was the goal, to create a standalone
capital fund. Councilmember Tibbott asked if that would ultimately be used to purchase another facility.
Ms. Thomas answered the $2-4 million would be after the sale of the Rucker Building and purchase/lease
of a new building.
Councilmember Johnson observed the intent was to purchase or lease approximately 30,000 square feet.
She asked the size of the Rucker Building. Ms. Thomas answered it was about 90,000 square feet. When
purchased in 1990, the District had over 250 employees; it currently has 100-115 employees.
Approximately 10,000 square feet is leased by the IRS and the Health District occupies approximately
50,000 and there is vacant space. A few years ago the Board considered renovating the building,
Edmonds City Council Draft Minutes
April 18, 2017
Page 12
Packet Pg. 17
4.2.a
consolidating the District to primarily the first floor and leasing the majority of the second floor. That
renovation and the HVAC repairs would cost $4 million; given the District's financial situation, it was
difficult to justify $4 million in building improvements. The improvements were reduced to emergency
repairs, the $1.5-1.7 million in HVAC repairs. The District is also not in the business of property
management and does not have the staff for that or for property maintenance.
Councilmember Johnson observed the District currently has approximately half the employees it had in
1990. She asked whether more employees were anticipated in the future. Ms. Thomas answered the
District hoped to be able to grow with funding the legislature is considering but she did not anticipate
growth of 100 employees. The District has a lease in Lynnwood where some employees could be shifted
and then downsize into a smaller facility in the general Everett area that would have enough flexibility to
increase the number of employees if funding is provided by the State.
Councilmember Teitzel commented this is unusual and represents less than tidy recordkeeping; under the
terms of the 1990 ILA, the City held partial ownership in the building but that ownership was loss over
time. Conversely the City was not assessed for maintenance, making it possible it was a wash. He found
that troublesome from an accounting standpoint and asked if there were other options than the proposed
ILA. City Attorney Jeff Taraday answered if all the cities that made contributions were taking the same
course of action in the interest of preserving the District, it probably works out. If there was a hold -out
city that wanted to recoup their investment while all the other cities waived their rights, that would be a
problem. He suggested checking the ILA to determine if there was language that would prevent that from
happening, making the City's release contingent on all other parties making a similar release.
Ms. Thomas said what happened was frustrating for the District as well. When the District paid off the
loan in 1995, there was to be a subsequent real property ILA generated which would have identified
cities' explicit interest in the building and liabilities. She was uncertain why that was not done. The
District learned Snohomish County did a quit claim deed in 1996 to release their interest in the building,
over $2 million. It may have been decided at that time there did not need to be a real property ILA; the
District and cities have been unable to find any record. If the building was an asset, cities should have
been carrying it on their books as an asset, most have not. In discussing the need for individual quit claim
deeds from each city, the District's real estate attorneys said technically the District can sell the building
and collect the money. The risk is a city could sue the District unless a quit claim deed was done. The
only other process is a quiet title which requires naming all the cities in a lawsuit which the District did
not want to do. If a city did not sign the ILA, they would need to provide proof that money is owed to
them and potentially file a claim against the District. The intent is the most expeditious route. Almost all
the cities have passed the ILA, Brier, Mill Creek, Everett, Index and Gold Bar have not yet signed.
Councilmember Teitzel said he was comfortable this was the best course of action.
Councilmember Fraley-Monillas commented it was not just the Health District, cities also did not keep
proper records. As the Chair of the Snohomish County Health District, she recommended forwarding the
ILA to the Consent Agenda.
It was the consensus of the Council to forward this item to the Consent Agenda for approval.
Mayor Earling commented he had no issue with forgiving the $160,000 and signing a quit claim deed. He
acknowledged the Health District has had financial challenges and the cities have provided funds to assist
with cash flow this year. The District has been working on funding in the legislature but that outcome is
unknown. He voiced his continued concern that there would be further requests for financial assistance
from either the County and/or cities. He was mystified why the District would sell the building and not
purchase another building, possibly a lease option. He questioned how the District would sustain itself if
the legislature did not provide funding and cities tired of providing funding. He wanted the District to be
Edmonds City Council Draft Minutes
April 18, 2017
Page 13
Packet Pg. 18
4.2.a
strong financially, but he was not convinced that would happen as easily if the District reinvested all the
money in a new purchase. Ms. Thomas answered that was the reason for the change in the ILA. The short
term and long term viability of the District and leasing versus purchasing is a continuing conversation
with the Board. Mayor Earling commented some sellers will credit a lease payment toward the purchase
price. He summarized he was concerned but was willing to support the requested action.
Councilmember Fraley-Monillas said the District will not be going back to cities for funding. The
representatives of the cities at the Health District have been clear with District leadership that this is a
onetime shot. The Board intends to look at future planning very soon and how to continue providing
community health in Snohomish County if there are funding issues. The District recognizes there may be
more difficult decisions in the future.
8. AUTHORIZATION TO CONTRACT WITH JAMES G. MURPHY TO SELL SURPLUS
CITY VEHICLES AND SURPLUS CITY EQUIPMENT
Public Works Director Phil Williams requested authorization to sell the following at action:
• Equipment:
0 1957 Caterpillar D343 250KW generator (with external 550 gal. fuel tank)
o Kato Light, KF15-1, 9000Watt 120/240 V, Model G9-FG-B2EPP
• Fleet vehicles:
0 1995 Ford 445 Loader
0 2006 Ford Escape
• Police seizure vehicle:
o 2003 BMW M3
Councilmember Johnson asked if the BMW was a drug seizure. Mr. Williams answered he was not sure,
but that was a good guess. Councilmember Johnson asked if the proceeds of the sale of that vehicle would
go to the Snohomish County Drug Task Force. Mr. Williams answered it depends on the City's role in
process.
Councilmember Nelson referred to the 1957 generator and asked the typical lifespan of a generator. Mr.
Williams answered diesel powered generators provide service for a long time with good maintenance.
Councilmember Nelson commended staff on the good maintenance.
It was the consensus of the Council to forward this item to the Consent Agenda for approval.
9. MAYOR'S COMMENTS
Mayor Earling reported in talking with Senator Liias and Representative Peterson today, they anticipate
the legislature will adjourn on schedule but immediately go into an extended session. There seems to be
some optimism that the transportation budget may be passed by Sunday. The capital budget will be
delayed until a final settlement is reached on the General Fund.
Mayor Earling referred to comment by a citizen under Audience Comments about the Frances Anderson
Center roof and reference to the library roof, clarifying only the Frances Anderson Center roof will be
replaced.
Mayor Earling said he has made an appointment to the Planning Board Alternate position but will not
announce until the other six applicants have been informed.
Mayor Earling reported he has been asked to serve as a judge for Dancing with Our Stars at the Edmonds
Center for the Arts on Saturday. Several well-known community members will be guest dancers.
Edmonds City Council Draft Minutes
April 18, 2017
Page 14
Packet Pg. 19
4.2.a
10. COUNCIL COMMENTS
Councilmember Tibbott thanked the Council for allowing him to miss last week's meeting. While he was
out, he had an opportunity to check out digital books from the Sno-Isle Library, a great way to obtain free
reading material.
Councilmember Buckshnis reminded of the Arbor Day ivy pull on Saturday at Hutt Park beginning at 9
a.m. Refreshments will be provided, helpers should bring gloves and wear long sleeves and pants.
Councilmember Buckshnis advised the RFP for the Edmonds Marsh Site Specific Study will be on the
May 9th agenda as she is out of town on May 2na
Council President Mesaros advised he will miss the Hutt Park event; he and his wife will be attending a
conference in Portland. He advised the new format of committee meetings would begin on May 9th
following a Council meeting. He remind Councilmembers to email him their preference regarding
committees and he will make the appointments next week.
Councilmember Johnson advised there is still hope for the Public Works Trust Fund in the legislature
according to a memo from AWC. She urged anyone interested in supporting that program to contact their
legislators.
Councilmember Teitzel reported last Saturday the Rotary Club of Edmonds Daybreakers hosted the
Easter Egg Hunt at Frances Anderson Center field. Hundreds of kids from ages 4 to 10 participated; the
weather was great.
Councilmember Teitzel reported on vandalism of a very serious nature that occurred on April 16 in the
Westgate and Esperance areas. Swastikas, a symbol of hate and intolerance unacceptable in this
community, were painted on several vehicles. He strongly encouraged the Police Department to do a
thorough investigation and to prosecute any suspects not as vandals but as perpetrators of a hate crime.
Councilmember Nelson said swastikas painted on homes and cars may not be considered a hate crime in
the eyes of the law because the targets were not a protected class. However, he viewed it as an assault on
the community. A swastika serves only one purpose, to instill fear and to promote hatred, a symbol
representing a horrific time in our world's history. Some will say these recent acts are the work of a few
rotten apples, isolated incidents; he felt something deeper was happening. He listed 21 cities and counties
throughout the U.S. that have been assaulted with swastikas on benches, sidewalks, homes, fences, steps,
businesses, churches, trees, bridges, historic buildings and parks in the first 4 months of 2017. The ground
is shifting including tolerance of one another. We need to look out for each other, every member of the
community, double down in compassion and love of one another, sending a clear message that Edmonds
is a loving community because the times we live in demand it.
11. CONVENE IN EXECUTIVE SESSION REGARDING PENDING OR POTENTIAL LITIGATION
PER RCW 42.30.110(1)(i)
This item was not needed.
12. RECONVENE IN OPEN SESSION. POTENTIAL ACTION AS A RESULT OF MEETING IN
EXECUTIVE SESSION
This item was not needed.
Edmonds City Council Draft Minutes
April 18, 2017
Page 15
Packet Pg. 20
4.2.a
13. ADJOURN
With no further business, the Council meeting was adjourned at 9:03 p.m.
Edmonds City Council Draft Minutes
April 18, 2017
Page 16
Packet Pg. 21
4.3
City Council Agenda Item
Meeting Date: 04/25/2017
Approval of claim, payroll and benefit checks, direct deposit and wire payments.
Staff Lead: Scott James
Department: Administrative Services
Preparer: Nori Jacobson
Background/History
Approval of claim checks #225123 through #225210 dated April 20, 2017 for $481,430.12 and wire
payments dated 4/13/17 for $27,658.32, 4/17/17 for $5,688.50, 4/18/17 for $552.81 and 4/19/17 for
$2,285.75.
Approval of payroll direct deposit and checks #62663 through #62670 for $503,964.16, benefit checks
#62671 through #62676 and wire payments of $566,674.50 for the pay period April 1, 2017 through
April 15, 2017.
Staff Recommendation
Approval of claim, payroll and benefit checks, direct deposit and wire payments.
Fiscal Impact
Claims $517,615.50
Employee checks and direct deposit $503,964.16
Benefit checks and wire payments $566,674.50
Total Payroll $1,070,638.66
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:
claim cks 04-20-17
wire 04-13-17
wire 04-17-17
wire 04-18-17
wire 04-19-17
FrequentlyUsedProjNumbers 04-20-17
payroll summary 04-20-17a
payroll summary 04-20-17b
payroll benefit 04-20-17
Packet Pg. 22
4.3.a
vchlist
04/20/2017 9:03:30AM
Bank code : usbank
Voucher List
City of Edmonds
Voucher Date Vendor Invoice PO # Description/Account
225123 4/20/2017 068964 ACTION COMMUNICATIONS INC 1704113 INV#1704113 CUST#EDMPOL- EDN
HYTERA DIGITAL PORTABLE RADIC
001.000.41.521.22.35.00
HYTERA 1500 MAH BATTERIES
001.000.41.521.22.35.00
PRIORITY UPGRADES
001.000.41.521.22.35.00
VEHICLE CHARGER ADAPTERS
001.000.41.521.22.35.00
10.3% Sales Tax
001.000.41.521.22.35.00
Total
225124 4/20/2017 069751 ARAMARK UNIFORM SERVICES 1990118378 PARKS MAINT UNIFORM SERVICE
PARKS MAINT UNIFORM SERVICE
001.000.64.576.80.24.00
1990118379 FACILITIES DIVISION UNIFORMS
FACILITIES DIVISION UNIFORMS
001.000.66.518.30.24.00
10.3% Sales Tax
001.000.66.518.30.24.00
1990122296 PUBLIC WORKS OMC LOBBY MATE
PUBLIC WORKS OMC LOBBY MAT:
001.000.65.518.20.41.00
PUBLIC WORKS OMC LOBBY MAT:
111.000.68.542.90.41.00
PUBLIC WORKS OMC LOBBY MAT:
421.000.74.534.80.41.00
PUBLIC WORKS OMC LOBBY MATE
422.000.72.531.90.41.00
PUBLIC WORKS OMC LOBBY MATE
423.000.75.535.80.41.00
PUBLIC WORKS OMC LOBBY MATE
511.000.77.548.68.41.00
Page:
N
520.0(
U
100.0(
OMI141L,
O
L
83.6z c,
895.69 Q-
E
52.2 0
1.6' ti
r
6.1' N
0
6.1' Y
6.1' E
6.1'
m
6.0£ E
R
.r
r
a
Page: 1
Packet Pg. 23
vchlist
04/20/2017 9:03:30AM
Bank code : usbank
Voucher Date Vendor
225124 4/20/2017 069751 ARAMARK UNIFORM SERVICES
225125 4/20/2017 069226 BHC CONSULTANTS LLC
225126 4/20/2017 028050 BILL PIERRE FORD INC
Voucher List
City of Edmonds
Invoice PO # Description/Account
(Continued)
10.3% Sales Tax
001.000.65.518.20.41.00
10.3% Sales Tax
111.000.68.542.90.41.00
10.3% Sales Tax
421.000.74.534.80.41.00
10.3% Sales Tax
422.000.72.531.90.41.00
10.3% Sales Tax
423.000.75.535.80.41.00
10.3% Sales Tax
511.000.77.548.68.41.00
1990122297 FLEET DIVISION UNIFORMS & M
FLEET DIVISION UNIFORMS
511.000.77.548.68.24.00
FLEET DIVISION MATS
511.000.77.548.68.41.00
10.3% Sales Tax
511.000.77.548.68.24.00
10.3% Sales Tax
511.000.77.548.68.41.00
Tota
8670 ESJB.SERVICES THRU 3/24/17
ESJB.Services thru 3/24/17
421.200.74.594.34.41.00
Tota
650549 UNIT 49 - PARTS
Unit 49 - Parts
511.000.77.548.68.31.10
10.1 % Sales Tax
511.000.77.548.68.31.10
Tota
4.3.a
Page: 2
c
ca
.y
0
0-
W
Amoun
m
L_
0.1 i
m
0.6: U
4-
0.6: c
m
0.6:
c�
0.6< 0
CU
0.6, a
AT 0
5.9E
w
0
18.4(
0
L
0.6' a
Q
1.9( r
151.31 c
N
ti
r
14,305.3E N
14,305.3E o
N
Y
E
75.9( f°
U
Page: 2
Packet Pg. 24
4.3.a
vchlist Voucher List Page: 3
04/20/2017
9:03:30AM
City of Edmonds
c
ca
Bank code :
usbank
0
a�
Voucher
Date
Vendor
Invoice PO #
Description/Account
Amoun
225127
4/20/2017
074307 BLUE STAR GAS
7775
FLEET - AUTO PROPANE 602.1 GAL
L_
Fleet - Auto Propane 602.1 Gal
511.000.77.548.68.34.12
712.9(
Total:
712.9E
t
225128
4/20/2017
067391 BRAT WEAR
21513
INV#21513 - EDMONDS PD - D. SM
U
LABOR TO SEW CHEVRONS TO JA
001.000.41.521.22.24.00
21.0(
10.3% Sales Tax
001.000.41.521.22.24.00
2.1(
21519
INV#21519 - EDMONDS PD - GAGNI
JUMPSUIT W/ ALL ITEMS - CHARGE
0
001.000.41.521.22.24.00
257.5( a
10.3% Sales Tax
001.000.41.521.22.24.00
26.5. •�
Total:
307.1E 6
4-
0
225129
4/20/2017
074776 BUCKSHNIS, DIANE
11917
REIMBURSEMENT FOR TRAVEL - C
Diane Buckshnis - Reimbursement fo
cu
>
0
001.000.11.511.60.49.00
59.1( a
ORCA- Train Tickets to WRIA8 Grani
Q-
Q
001.000.11.511.60.49.00
24.0(
Good To Go - Toll
c
001.000.11.511.60.49.00
14.7E N
Total:
97.8E
ti
r
225130
4/20/2017
073029 CANON FINANCIAL SERVICES
17231344
RENTAL OF COPIER C3325I
N
RENTAL OF COPIER C3325I
001.000.23.512.50.45.00
65.6E w
COPIER MAINTENANCE C3325I
Y
001.000.23.512.50.48.00
114.6- E
17231345
C/A 572105 CONTRACT# 3091/0521
ca
Finance dept copier contract charge
001.000.31.514.23.45.00
209.6'
B&W Meter usage IRC5250 Mar-17
E
001.000.31.514.23.45.00
24.4<
R
.r
r
Q
Page: 3
Packet Pg. 25
vchlist
04/20/2017 9:03:30AM
Bank code : usbank
Voucher Date Vendor
225130 4/20/2017 073029 CANON FINANCIAL SERVICES
Voucher List
City of Edmonds
Invoice
PO # Description/Account
(Continued)
Color Meter usage IRC5250 Mar-17
001.000.31.514.23.45.00
10.3% Sales Tax
001.000.31.514.23.45.00
17231346
CITY CLERKS COPIER LEASE AN
CITY CLERKS COPIER LEASE 04/
001.000.25.514.30.45.00
17231348
CANON C5250
lease charges 4/2017
001.000.22.518.10.45.00
lease charges 4/2017
001.000.61.557.20.45.00
lease charges 4/2017
001.000.21.513.10.45.00
b&w meter usage 3/2017
001.000.22.518.10.45.00
b&w meter usage 3/2017
001.000.61.557.20.45.00
b&w meter usage 3/2017
001.000.21.513.10.45.00
color meter usage
001.000.22.518.10.45.00
color meter usage
001.000.61.557.20.45.00
color meter usage
001.000.21.513.10.45.00
10.3% Sales Tax
001.000.22.518.10.45.00
10.3% Sales Tax
001.000.61.557.20.45.00
10.3% Sales Tax
001.000.21.513.10.45.00
17231350
CANON C2501 F
lease charges 4/2017
4.3.a
Page: 4
c
ca
.y
0
0-
W
Amoun
m
L
107.6E
m
35.2( U
D 4-
0'
c
1,307.3'
c
c�
157.2' o
L
26.2( a
E
26.2( 'M
U
w
24.8, 0
c�
4.1E o
a
0.
4.1z Q
r
89.7( c
N
14.9E r
0
14.9E
0
28.0(
4.60
4.6(
m
E
t
R
.r
r
Q
Page: 4
Packet Pg. 26
vchlist
04/20/2017 9:03:30AM
Bank code : usbank
Voucher Date Vendor
225130 4/20/2017 073029 CANON FINANCIAL SERVICES
225131 4/20/2017 068484 CEMEX LLC
Voucher List
City of Edmonds
Invoice
(Continued)
17231356
4.3.a
Page: 5
PO # Description/Account
001.000.21.513.10.45.00 26.4z
color meter usage Y
001.000.21.513.10.45.00
35.6� aUi
10.3% Sales Tax
U
001.000.21.513.10.45.00
6.4'
RECEPTIONIST DESK CITY CLERK;
c
RECEPTIONIST DESK CITY CLERK;
001.000.25.514.30.45.00
35.5'
10.3% Sales Tax
001.000.25.514.30.45.00 3.6 1 _
Tota
9435222641
STORM DUMP FEES
Storm Dump Fees
422.000.72.531.10.49.00
9435231339
STORM DUMP FEES
Storm Dump Fees
422.000.72.531.10.49.00
9435283279
ROADWAY - ASPHALT
Roadway - Asphalt
111.000.68.542.31.31.00
9.5% Sales Tax
111.000.68.542.31.31.00
9435307635
ROADWAY - ASPHALT
Roadway - Asphalt
111.000.68.542.31.31.00
10.0% Sales Tax
111.000.68.542.31.31.00
9435315301
15TH WALK WAY - ASPHALT DELI
15th Walk Way - Asphalt Delivery
112.000.68.542.61.41.00
10.3% Sales Tax
112.000.68.542.61.41.00
Tota
0
2,371.85 j,
c�
a
E
M
1,296.2z Z
4-
0
1,268.01 0
L
a
Q.
Q
529.2(
r
0
50.2 , N
ti
184.8( N
0
18.4E Y
V
E
1,265.9E
r
130.3E
I : 4,743.4: E
t
R
.r
r
Q
Page: 5
Packet Pg. 27
vchlist
04/20/2017 9:03:30AM
Bank code : usbank
Voucher List
City of Edmonds
Voucher Date Vendor Invoice PO # Description/Account
225132 4/20/2017 074355 CITY OF MONROE POLICE DEPT MPD2017-002 INV#MPD2017-002 TRAINING EXPE
TUITION FOR TACT MEDICINE COU
628.000.41.521.23.31.00
AIRFARE FOR TACT MEDICINE COI
628.000.41.521.23.31.00
BAGGAGE FEE FOR TACT MEDICIN
628.000.41.521.23.31.00
RENTAL CAR FOR TACT MEDICINE
628.000.41.521.23.31.00
PER DIEM FOR TACT MEDICINE CC
628.000.41.521.23.31.00
LODGING FOR TACT MEDICINE CO
628.000.41.521.23.31.00
FUEL FOR RENTAL CAR -TACT MED
628.000.41.521.23.31.00
Total
225133 4/20/2017 073135 COGENT COMMUNICATIONS INC APR-17
C/A CITYOFED00001
Apr-17 Fiber Optics Internet Connecti
512.000.31.518.87.42.00
Total
225134 4/20/2017 062975 COLLISION CLINIC INC RO# 32673
UNIT 49 - REPAIRS AFTER INS
Unit 49 - Repairs after Ins
511.000.77.548.68.48.00
Total
225135 4/20/2017 069892 COLUMBIA FORD INC 3-H1165
UNIT E137PO - NEW 2017 FORD TF
Unit E137PO - New 2017 Ford Transi
511.100.77.594.48.64.00
3-H1201
UNIT E133PO - NEW 2017 FORD P(
Unit E133PO - New 2017 Ford Police
511.100.77.594.48.64.00
3-H1202
NEW UNIT E134PO - 2017 FORD P,
New Unit E134PO - 2017 Ford PGIICE
511.100.77.594.48.64.00
4.3.a
Page: 6
c
ca
.y
0
a
a�
Amoun
m
L_
2,990.0(
m
659.9E U
4-
50.0( c
m
132.0(
c�
816.0( 0
L
1,302.4E a
E
55.5' 'M
6,005.91, 0
0
c�
0
L
406.1( a
406.11 Q
r
0
0
311.41 ti
311.41 r
0
N
0
N
37,311.8,
E
37,344.3z
r
c
m
E
37,344.3z
R
.r
r
Q
Page: 6
Packet Pg. 28
vchlist
04/20/2017 9:03:30AM
Voucher List
City of Edmonds
Bank code : usbank
Voucher Date Vendor Invoice PO #
225135 4/20/2017 069892 069892 COLUMBIA FORD INC (Continued)
225136 4/20/2017 075648 COVICH-WILLIAMS CO INC 0292080-IN
Description/Account
UNIT 66 - PARTS
Unit 66 - Parts
511.000.77.548.68.31.10
10.3% Sales Tax
511.000.77.548.68.31.10
Tota
4.3.a
Page: 7
c
ca
.y
0
a
a�
Amoun
112,000.5( ,L
a
N
m
147.3: u
15.1E c
Total :
162.5'
225137
4/20/2017
005965 CUES INC
479408
SEWER/STORM - DUC LENSE REPI
c
Sewer/Storm - DUC Lense Replacem
f°
422.000.72.531.90.48.00
1,249.4,
Sewer/Storm - DUC Lense Replacem
423.000.75.535.80.48.00
1,249.4'
9.8% Sales Tax
E
422.000.72.531.90.48.00
122.4E TU
9.8% Sales Tax
4-
0
423.000.75.535.80.48.00
122.4z @
Total:
2,743.7E c
0
225138
4/20/2017
006200 DAILY JOURNAL OF COMMERCE
3323910
E6AA.RFQ ADVERTISEMENT
a
E6AA.RFQ Advertisement
Q
112.000.68.595.33.41.00
476.0( c
Total :
476.0( N
225139
4/20/2017
064531 DINES, JEANNIE
17-3759
CITY COUNCIL MINUTES 04/11/201 ,
ti
04/11/2017 CITY COUNCIL MEETIN(
r
c
001.000.25.514.30.41.00
241.4( It
Total :
241.4(
N
Y
225140
4/20/2017
073772 DIRECT MATTERS
54668
COURT FORMS J&S PG 1
U
COURT FORMS J&S PG 1
E
001.000.23.512.50.31.00
567.5<
54669
COURT FORMS J&S PG 2
COURT FORMS J&S PG 2
a0i
001.000.23.512.50.31.00
583.7E E
U
R
.r
r
Q
Page: 7
Packet Pg. 29
vchlist
04/20/2017 9:03:30AM
Bank code : usbank
Voucher Date Vendor
225140 4/20/2017 073772 073772 DIRECT MATTERS
225141 4/20/2017 007675 EDMONDS AUTO PARTS
Voucher List
City of Edmonds
Invoice
(Continued)
1-71527
1-71528
225142 4/20/2017 074302 EDMONDS HARDWARE & PAINT LLC 002121
225143 4/20/2017 008550 EDMONDS SCHOOL DISTRICT #15 PLN20160029
225144 4/20/2017 038500 EDMONDS SENIOR CENTER
225145 4/20/2017 008705 EDMONDS WATER DIVISION
2017-04-01
1-00575
1-00655
1-00825
1-00875
PO #
Description/Account
Tota
YOST POOL POWER BELTS
YOST POOL POWER BELTS
125.000.64.576.80.31.00
YOST POOL VACUUM GAUGE, PU
YOST POOL VACUUM GAUGE, PU
125.000.64.576.80.31.00
Tota
PM: PAINT MINI PARK FLOORS
PM: PAINT MINI PARK FLOORS
001.000.64.576.80.31.00
10.3% Sales Tax
001.000.64.576.80.31.00
Tota
REFUND: HEARING EXAMINER R
Refund: Hearing examiner refund o
001.000.257.620
Tota
04/17 RECREATION SERVICES C
04/17 Recreation Services Contract
001.000.39.569.10.41.00
Tota
OLYMPIC BEACH SPRINKLER / M
OLYMPIC BEACH SPRINKLER / M
001.000.64.576.80.47.00
LIFT STATION #7 71 W DAYTON S
LIFT STATION #7 71 W DAYTON S
423.000.75.535.80.47.10
BRACKETT'S LANDING RESTRO
BRACKETT'S LANDING RESTRO
001.000.64.576.80.47.00
SPRINKLER 21 MAIN ST / METER
4.3.a
Page: 8
c
ca
.y
0
a
a�
Amoun
1,151.3' .L
38.9, mu
IV 41
IV a
c
61.5E m
100.5(
c
c�
OP
0
L
13.3( ca
a
1.3E ,
1 : 14.71
w
E 0
n f°
156.0( o
I : CL
156.0( a
Q
r
F o
0
6,250.0(
1 : 6,250.0( r
E" N
E 4
0
105.7' Y
T
T E
44.2E
ON
ON
672.4E E
R
.r
r
Q
Page: 8
Packet Pg. 30
vchlist
04/20/2017 9:03:30AM
Bank code : usbank
Voucher List
City of Edmonds
Voucher Date Vendor Invoice
PO # Description/Account
225145 4/20/2017 008705 EDMONDS WATER DIVISION (Continued)
SPRINKLER 21 MAIN ST / METER 11
001.000.64.576.80.47.00
1-00925
LIFT STATION #8 107 RAILROAD AV
LIFT STATION #8 107 RAILROAD AV
423.000.75.535.80.47.10
1-01950
LIFT STATION #1 450 SUNSETAVE ,
LIFT STATION #1 450 SUNSETAVE,
423.000.75.535.80.47.10
1-02125
SUNSET & CASPER SPRINKLER/ M
SUNSET & CASPER SPRINKLER/ M
001.000.64.576.80.47.00
1-03710
SPRINKLER 290 MAIN ST / METER
SPRINKLER 290 MAIN ST / METER
001.000.64.576.80.47.00
1-03900
SPRINKLER 290 DAYTON ST / METE
SPRINKLER 290 DAYTON ST / MET[
001.000.64.576.80.47.00
1-03950
OLD PUBLIC WORKS (NORTH) 200
OLD PUBLIC WORKS 200 DAYTON
421.000.74.534.80.47.00
1-05125
SPRINKLER 101 2ND AVE N / METE
SPRINKLER 101 2ND AVE N / METE
001.000.64.576.80.47.00
1-05285
SPRINKLER 102 W DAYTON ST / MI
SPRINKLER 102 W DAYTON ST / MI
001.000.64.576.80.47.00
1-05340
SPRINKLER 190 DAYTON ST / MET[
SPRINKLER 190 DAYTON ST / MET[
001.000.64.576.80.47.00
1-05350
OLD PUBLIC WORKS (SOUTH) 200
OLD PUBLIC WORKS (SOUTH) 200
421.000.74.534.80.47.00
1-05650
CITY PARK SPRINKLER/ METER 71,
CITY PARK SPRINKLER/ METER 71,
001.000.64.576.80.47.00
4.3.a
Page: 9
44.2E
m
t
U
48.0 4-
a�
c
m
44.2E
c�
0
44.2E j,
a
E
44.2E
4-
0
44.2E
0
a
Q.
641.0E Q
r
0
0
44.2E
ti
r
0
44.2E N
0
N
Y
44.2E
E
94.6z
c
m
E
44.2E
R
.r
r
Q
Page: 9
Packet Pg. 31
vchlist
04/20/2017 9:03:30AM
Bank code : usbank
Voucher Date Vendor
225145 4/20/2017 008705 EDMONDS WATER DIVISION
Voucher List
City of Edmonds
Invoice
PO # Description/Account
(Continued)
1-05675
CITY PARK MAINTENANCE SHOP /
CITY PARK MAINTENANCE SHOP /
001.000.64.576.80.47.00
1-05700
SPRINKLER @ 3RD/PINE / METER
SPRINKLER @ 3RD/PINE / METER
001.000.64.576.80.47.00
1-05705
LIFT STATION #6 100 PINE ST / MEl
LIFT STATION #6 100 PINE ST / MEl
423.000.75.535.80.47.10
1-09650
SPRINKLER 350 MAIN ST / METER i
SPRINKLER 350 MAIN ST / METER i
001.000.64.576.80.47.00
1-09800
SPRINKLER 390 DAYTON ST / METE
SPRINKLER 390 DAYTON ST / METE
001.000.64.576.80.47.00
1-10778
FOUNTAIN 490 MAIN ST/METER 75'
FOUNTAIN 490 MAIN ST/METER 75'
001.000.64.576.80.47.00
1-10780
SPRINKLER 500 MAIN ST/ METER
SPRINKLER 500 MAIN ST / METER
001.000.64.576.80.47.00
1-13975
CITY HALL 121 5TH AVE N / METER
CITY HALL 121 5TH AVE N / METER
001.000.66.518.30.47.00
1-16130
SPRINKLER 439 5TH AVE S / METEI
SPRINKLER 439 5TH AVE S / METEI
001.000.64.576.80.47.00
1-16300
SPRINKLER 500 DAYTON ST / MET[
SPRINKLER 500 DAYTON ST / MET[
001.000.64.576.80.47.00
1-16420
LOG CABIN SPRINKLER / METER 6'
LOG CABIN SPRINKLER / METER 6'
001.000.64.576.80.47.00
1-16450
CENTENNIAL PLAZA SPRINKLER 1
CENTENNIAL PLAZA SPRINKLER 1
4.3.a
Page: 10
N
709.6E
t
U
4-
44.2E
m
93.9(
0
44.2E a
E
44.2E
4-
0
44.2: o
L
a
Q.
Q
44.2E r
0
0
633.2, ti
r
0
N
44.2: c
N
Y
44.2E E
Page: 10
Packet Pg. 32
vchlist
04/20/2017 9:03:30AM
Bank code : usbank
Voucher Date Vendor
225145 4/20/2017 008705 EDMONDS WATER DIVISION
225146
225147
4/20/2017 009350 EVERETT DAILY HERALD
4/20/2017 066378 FASTENAL COMPANY
Voucher List
City of Edmonds
Invoice
(Continued)
1-16630
1-17475
1-19950
1-36255
EDH750666
EDH752032
WAMOU43570
WAMOU43789
PO # Description/Account
001.000.64.576.80.47.00
SPRINKLER 575 MAIN ST / METE
SPRINKLER 575 MAIN ST / METE
001.000.64.576.80.47.00
SPRINKLER 590 DAYTON ST / ME
SPRINKLER 590 DAYTON ST / ME
001.000.64.576.80.47.00
PINE STREET PLAYFIELD / METE
PINE STREET PLAYFIELD / METE
001.000.64.576.80.47.00
SPRINKLER 1141 9TH AVE S / ME
SPRINKLER 1141 9TH AVE S / ME
001.000.64.576.80.47.00
E6AA.RFQ ADVERTISEMENT
E6AA.RFQ Advertisement
112.000.68.595.33.41.00
CITY ORDINANCE 4064
CITY ORDINANCE 4064
001.000.25.514.30.41.40
FLEET SHOP SUPPLIES
Fleet Shop Supplies
511.000.77.548.68.31.10
9.8% Sales Tax
511.000.77.548.68.31.10
SEWER - PARTS
Sewer - Parts
423.000.75.535.80.31.00
9.8% Sales Tax
423.000.75.535.80.31.00
Tota
Tota
Tota
4.3.a
Page: 11
R
R
TE
c
ca
.y
0
a
a�
Amoun
m
L
52.0(
N
�
m
44.2E U
TE 4-
TI 0
c
44.2E
R �
R �
c�
85.7� o
TE f°
a
44.2E E
1: 4,065.8E
4-
0
to
209.81 c
L
a
0.
Q
22.3(
232.2( o
0
N
E
15.1( 'M
a
1.4E c
1 : 25.7$
t
R
.r
r
Q
Page: 11
Packet Pg. 33
vchlist
04/20/2017 9:03:30AM
Bank code : usbank
Voucher List
City of Edmonds
Voucher
Date Vendor
Invoice
PO # Description/Account
225148
4/20/2017 011900 FRONTIER
425-712-0417
TELEMETRY CIRCUIT LINE
TELEMETRY CIRCUIT LINE
421.000.74.534.80.42.00
TELEMETRY CIRCUIT LINE
423.000.75.535.80.42.00
425-712-8251
PUBLIC WORKS OMC ALARM, FAX,
PUBLIC WORKS OMC FIRE AND IN'
001.000.65.518.20.42.00
PUBLIC WORKS OMC FIRE AND IN'
421.000.74.534.80.42.00
PUBLIC WORKS OMC FIRE AND IN'
423.000.75.535.80.42.00
PUBLIC WORKS OMC FIRE AND IN'
511.000.77.548.68.42.00
PUBLIC WORKS OMC FIRE AND IN'
111.000.68.542.90.42.00
425-775-2455
CIVIC CENTER ALARM LINES 250 5
CIVIC CENTER FIRE AND INTRUSIC
001.000.66.518.30.42.00
Total:
225149
4/20/2017 075908 GEO TERRA INC
160117-2
IMPERVIOUS SURFACE MAPPING
Impervious Surface mapping and Nei
512.000.31.518.88.31.00
Impervious Surface mapping and Nei
421.000.74.534.80.31.00
Impervious Surface mapping and Nei
422.000.72.531.10.31.00
Impervious Surface mapping and Nei
423.000.75.535.80.31.00
Total
225150
4/20/2017 063137 GOODYEAR AUTO SERVICE CENTER
136843
FLEET TIRE INVENTORY (5)
WA St Tire Fee
511.000.77.548.68.34.40
10.4% Sales Tax
4.3.a
Page: 12
c
ca
.y
0
a
a�
Amoun
m
L_
33.7(
m
33.7E U
4-
aD
c
16.5:
69.4' c�a
0
69.4' L>%
c�
a
92.5E
82.6: U
w
0
7,000.0(
ti
1,000.0( c
N
1,000.0( c
N
Y
1,000.0(
10,000.0( .
c�
r
c
m
5.0( E
t
R
.r
r
Q
Page: 12
Packet Pg. 34
vchlist
04/20/2017 9:03:30AM
Voucher List
City of Edmonds
Bank code : usbank
Voucher Date Vendor Invoice
225150 4/20/2017 063137 GOODYEAR AUTO SERVICE CENTER (Continued)
PO # Description/Account
511.000.77.548.68.34.40
Fleet Tire Inventory (5)
511.000.77.548.68.34.40
4.3.a
Page: 13
c
ca
.y
0
a
a�
Amoun
m
L
71.1,
N
683.8E a0i
Total: 759.9, U
225151 4/20/2017 069733 H B JAEGER COMPANY LLC 183116/1
WATER PARTS
a
Water Parts
c
421.000.74.534.80.31.00
195.2,
9.8% Sales Tax
421.000.74.534.80.31.00
19.1 < _
184334/1
WATER INVENTORY #573 W-MTRB1
Water Inventory #573 W-MTRBOXAF
a
421.000.74.534.80.34.20
1,060.0,
#582 W-MTRBOXARM-02-040
E
•@
421.000.74.534.80.34.20
653.6L U
Water Parts
0
421.000.74.534.80.31.00
1,186.5(
9.8% Sales Tax
0
421.000.74.534.80.34.20
L
167.9z 0-
9.8% Sales Tax
Q'
Q
421.000.74.534.80.31.00
116.2E
Total :
r
3,398.75 c
N
225152 4/20/2017 068499 HARDWICK, ALAN HARDWICK 3-17
HARDWICK PER DIEM - BACKGROI
.,
PER DIEM FOR BACKGROUND INV
ti
r
001.000.41.521.40.43.00
224.0( N
Total :
224.0( c
225153 4/20/2017 012900 HARRIS FORD INC 169961
UNIT 35 - PARTS
N
Unit 35 - Parts
E
511.000.77.548.68.31.10
68.41 'W
10.4% Sales Tax
U
511.000.77.548.68.31.10
7.1,
170008
UNIT 49 - LATCH ASSEMBLIES
t
Unit 49 - Latch Assemblies
R
.r
r
Q
Page: 13
Packet Pg. 35
vchlist
04/20/2017 9:03:30AM
Bank code : usbank
Voucher Date Vendor
225153 4/20/2017 012900 HARRIS FORD INC
225154 4/20/2017 072647 HERRERA ENVIRONMENTAL
225155 4/20/2017 064528 HI -LINE ELECTRICAL
225156 4/20/2017 073548 INDOFF INCORPORATED
Voucher List
City of Edmonds
Invoice
PO # Description/Account
(Continued)
511.000.77.548.68.31.10
10.4% Sales Tax
511.000.77.548.68.31.10
170009
UNIT 35 - PARTS
Unit 35 - Parts
511.000.77.548.68.31.10
10.4% Sales Tax
511.000.77.548.68.31.10
170017
UNIT 49 - PARTS
Unit 49 - Parts
511.000.77.548.68.31.10
10.4% Sales Tax
511.000.77.548.68.31.10
4.3.a
Page: 14
c
ca
.y
0
a
a�
Amoun
m
L
138.9E
N
14.4E 0
t
U
4-
87.4.
m
9.0E
c�
0
44.9, j,
ca
a
4.61
Total : 375.01 'm
U
40122
WATERFRONT REDEVELOPMENT 1
0
WATERFRONT REDEVELOPMENT I
125.000.64.576.80.41.00
1,726.6' 0
Total:
1,726.6' a
Q
10528697
UNIT E108PO - PARTS
Unit E108PO - Parts
c
511.100.77.594.48.64.00
304.6� N
Freight
.,
511.100.77.594.48.64.00
ti
9.4E r
9.8% Sales Tax
N
511.100.77.594.48.64.00
30.8( c
Total:
344.91, w
2900829
LORELL CERAMIC HEATER
U
E
Lorell Adjustable Thermostat Ceramic
001.000.31.514.23.35.00
41.6�
9.8% Sales Tax
001.000.31.514.23.35.00
4.0(
2940791
OFFICE SUPPLIES - DSD
t
R
.r
r
a
Page: 14
Packet Pg. 36
4.3.a
vchlist Voucher List Page: 15
04/20/2017
9:03:30AM
City of Edmonds
c
ca
Bank code :
usbank
a
a�
Voucher
Date
Vendor
Invoice PO #
Description/Account
Amoun
225156
4/20/2017
073548 INDOFF INCORPORATED
(Continued)
L_
Office Supplies - DSD
001.000.62.524.10.31.00
72.1 £
2942643
LORELL CERAMIC HEATER
y
Lorell Adjustable Thermostat Ceramic
U
001.000.31.514.23.35.00
-41.6£
9.8% Sales Tax
001.000.31.514.23.35.00
-4.0£
2943166
COPY PAPER DSD
Copy paper DSD
ca
001.000.62.524.10.31.00
129.0: o
2943175
OFFICE SUPPLIES - DSD
Office Supplies - DSD
a
001.000.62.524.10.31.00
124.0E
Total:
325.25
225157
4/20/2017
071634 INTEGRATELECOM
768328
C/A768328
0
PR1-1 & 2 City Phone Service
512.000.31.518.88.42.00
917.3E p
Tourism Toll free lines 877.775.6929;
a
001.000.61.558.70.42.00
8.6( Q
Econ Devlpmnt Toll free lines
001.000.61.558.70.42.00
r
8.6( o
Total:
0
934.51 v
225158
4/20/2017
014940 INTERSTATE BATTERY SYSTEMS
300-10022673
UNIT P9 - WIPER BLADES
~
r
Unit P9 - Wiper Blades
N
511.000.77.548.68.31.10
109.5( c
10.3% Sales Tax
w
511.000.77.548.68.31.10
11.2E
300-10022919
FLOWER PROGRAM CABLE TIES
E
FLOWER PROGRAM CABLE TIES
001.000.64.576.81.31.00
119.0(
10.3% Sales Tax
c
001.000.64.576.81.31.00
m
12.2f E
300-10022921
PM: BATT CABLE GUARD, HOSE CL
R
.r
r
Q
Page: 15
Packet Pg. 37
vchlist
04/20/2017 9:03:30AM
Bank code : usbank
Voucher List
City of Edmonds
Voucher
Date
Vendor
Invoice PO #
Description/Account
225158
4/20/2017
014940 INTERSTATE BATTERY SYSTEMS
(Continued)
PM: BATT CABLE GUARD, HOSE CL
001.000.64.576.80.31.00
10.3% Sales Tax
001.000.64.576.80.31.00
Total:
225159
4/20/2017
070250 IRON MOUNTAIN
201260743
03-17 OFF SITE DATA STORAGE SE
Mar-2017 Off site data storage service
512.000.31.518.88.41.00
Total:
225160
4/20/2017
064934 JOHN BARKER LANDSCAPE
4/15 EBBTIDE WATERFR
4/15/17 EBBTIDE WATERFRONT CC
4/15/17 EBBTIDE WATERFRONT CC
001.000.64.571.21.41.00
Total:
225161
4/20/2017
016600 KROESENS INC
43170
INV#43170 ACCT#1320 - EDMONDS
BLACK SX021IIA VEST
001.000.41.521.23.24.00
YOKE-THROAT/COLLAR SX0211A
001.000.41.521.23.24.00
BICEPS SX02111A
001.000.41.521.23.24.00
ID PANELS BLACK POLICE
001.000.41.521.23.24.00
2113MC RIFLE PLATE BLACK
001.000.41.521.23.24.00
10x12 IMPAC HT PLATE BLACK
001.000.41.521.23.24.00
6 PROTECH POUCHES BLACK
001.000.41.521.23.24.00
Freight
001.000.41.521.23.24.00
9.8% Sales Tax
001.000.41.521.23.24.00
4.3.a
Page: 16
c
ca
.y
0
a
a�
Amoun
m
L_
127.2(
m
13.1( U
392.3'
a�
c
m
213.11
213.1' o
0
a
3,985.0( .
3,985.0(
4-
0
1,520.0' a
Q.
215.0( Q
0
355.0( N
10.0( r
0
N
452.0( 4
0
N
116.0(
E
108.0( 'ca
17.0( c
m
E
273.7' u
R
.r
r
Q
Page: 16
Packet Pg. 38
vchlist
04/20/2017 9:03:30AM
Voucher List
City of Edmonds
Bank code : usbank
Voucher Date Vendor Invoice
225161 4/20/2017 016600 016600 KROESENS INC (Continued)
225162 4/20/2017 068711 LAWN EQUIPMENT SUPPLY 4017-139
225163 4/20/2017 075980 LW PRODUCTS 738970
225164 4/20/2017 074263 LYNNWOOD WINSUPPLY CO 017041 00
225165 4/20/2017 075948 M&M KIDS SPORTS 5506 TENNIS
225166 4/20/2017 075480 MADATH, DONNA 5520 MAKE ART
225167 4/20/2017 075408 MESAROS, THOMAS 031717
14182
PO # Description/Account
Tota
PM: REACH, PAD, BACKPACK SP
PM: REACH, PAD, BACKPACK SP
001.000.64.576.80.31.00
10.3% Sales Tax
001.000.64.576.80.31.00
Tota
YOST HATCH REPLACEMENT
YOST HATCH REPLACEMENT
125.000.64.594.75.65.00
Tota
PM: IRRIGATION SOLAR PANEL K
PM: IRRIGATION SOLAR PANEL K
001.000.64.576.80.31.00
9.8% Sales Tax
001.000.64.576.80.31.00
4.3.a
Page: 17
c
ca
.y
0
a
a�
Amoun
3,066.7, L
T3
R/ Y
244.1:
25.1 E
I : 269.2i
c
c�
4,337.1( o
1 : 4,337.1( ca
a
IT
IT
127.2' 4-
0
12.41 >
0
Total:
139.6(
a
Q.
5506 TENNIS INSTRUCTION
Q
5506 TENNIS INSTRUCTION
r
001.000.64.571.25.41.00
324.0( c
Total :
324.0(
ti
5520 MAKE ART TOGETHER INSTR
r
5520 MAKE ART TOGETHER INSTR
0
N
001.000.64.571.22.41.00
37.8( c
Total :
37.8( Y
TRAVEL REIMBURSEMENT
E
Mesaros, Tom - Travel Reimbursemei
001.000.11.511.60.49.00
26.1 ,
REIMBURSEMENT FOR EXPENSES
r
Cash and Carry Food Services - Cow
E
001.000.11.511.60.49.00 36.1 r
R
.r
r
Q
Page: 17
Packet Pg. 39
vchlist
04/20/2017 9:03:30AM
Bank code : usbank
Voucher Date Vendor
225167 4/20/2017 075408 MESAROS, THOMAS
225168 4/20/2017 069053 MICRO COM SYSTEMS LTD
Voucher List
City of Edmonds
Invoice
(Continued)
` -1;:1'tl
225169 4/20/2017 020900 MILLERS EQUIP & RENTALL INC 254948
225170 4/20/2017 063777 MUNIMETRIX SYSTEMS CORP
225171 4/20/2017 064570 NATIONAL SAFETY INC
225172 4/20/2017 075539 NATURE INSIGHT CONSULTING
1706003
0461220-IN
7
4.3.a
Page: 18
c
ca
.y
0
a
a�
PO # Description/Account
Amoun
m
L_
Rental equipment for Council Retreat
001.000.11.511.60.49.00
29.9(
9.8% Sales Tax
001.000.11.511.60.49.00
2.9: U
Tota
DOCUMENT SCANNING FOR DS
Document scanning for DSD
001.000.62.524.10.41.00
Tota
SEWER - SEWER CAMERA MICR
Sewer - Sewer Camera Microreel R
423.000.75.535.80.45.00
10.3% Sales Tax
423.000.75.535.80.45.00
Tota
CLERKS INDEX SOFTWARE SUP
CLERKS INDEX SOFTWARE SUP
001.000.25.514.30.48.00
Tota
SEWER - SUPPLIES
Sewer - Supplies
423.000.75.535.80.31.00
Freight
423.000.75.535.80.31.00
9.8% Sales Tax
423.000.75.535.80.31.00
Tota
WILLOW CREEK DAYLIGHTING P
Tasks 1 - 4: Parks Project Mgmt an
125.000.64.575.50.41.00
95.1,
D
a�
c
�
1,735.3(
I: 1,735.3( o
0
A
er
a
216.0( .
U
22.2E o
238.2E �
PC
PC o
a
Q.
499.0( Q
1 : 499.0(
N
c
0
ti
r
72.0( o
d
N
15.5( o
N
8.5£
1 : 96.1�
R' r
a0i
843.7E E
R
.r
r
Q
Page: 18
Packet Pg. 40
vchlist
04/20/2017 9:03:30AM
Bank code : usbank
Voucher Date Vendor
225172 4/20/2017 075539 NATURE INSIGHT CONSULTING
225173 4/20/2017 024001 NC MACHINERY
225174 4/20/2017 024302 NELSON PETROLEUM
225175 4/20/2017 075770 NEOFUNDS BY NEOPOST
Voucher List
City of Edmonds
Invoice
(Continued)
��Y�I:i:I:7iE't7
0613159-IN
12251158
225176 4/20/2017 064215 NORTHWEST PUMP & EQUIP CO 2792581-00
225177 4/20/2017 063511 OFFICE MAX INC 276964
PO # Description/Account
Task 5: Engineering Dept Tasks
422.200.72.594.31.41.00
Tota
UNIT 101 - GLASS
Unit 101 -Glass
511.000.77.548.68.31.10
10.0% Sales Tax
511.000.77.548.68.31.10
Tota
FLEET FILTER INVENTORY
Fleet Filter Inventory
511.000.77.548.68.34.40
9.8% Sales Tax
511.000.77.548.68.34.40
Tota
7900044080303286 POSTAGE 03/
POSTAGE ADDED TO MAIL MACH
001.000.25.514.30.42.00
Tota
FLEET SHOP SUPPLIES
Fleet Shop Supplies
511.000.77.548.68.31.20
Freight
511.000.77.548.68.31.20
9.8% Sales Tax
511.000.77.548.68.31.20
Tota
P&RADMIN: TABS, PAPER, CHAL
P&RADMIN: TABS, PAPER, CHAL
001.000.64.571.21.31.00
4.3.a
Page: 19
m
93.7:
I: 937.5(
t
U
4—
a�
c
329.1 E
32.9,
1 : 362.0 , o
0
a
25.0E E
2.4E —01 : 27.5'.
1� 0
a a
4,000.0( Q
1 : 4,000.0( c
0
N
ti
r
538.2E o
N
23.6, o
N
55.0E
1 : 616.9E
40.3E E
R
.r
r
Q
Page: 19
Packet Pg. 41
vchlist
04/20/2017 9:03:30AM
Voucher List
City of Edmonds
Bank code : usbank
Voucher Date Vendor Invoice
225177 4/20/2017 063511 OFFICE MAX INC (Continued)
225178 4/20/2017 073714 OLBRECHTS & ASSOC PLLC
225179 4/20/2017 072739 O'REILLYAUTO PARTS
PO # Description/Account
10.3% Sales Tax
001.000.64.571.21.31.00
Tota
3/2017 HE Services
PRO SERV HE - QFC
Pro Sery HE - QFC
001.000.62.558.60.41.00
Prof Sery HE - OFC
001.000.25.514.30.41.00
QFC HE PLN20160056
001.000.245.967
Tota
3685-267429
UNIT 71 - HITCH BALL
Unit 71 - Hitch Ball
511.000.77.548.68.31.10
9.8% Sales Tax
511.000.77.548.68.31.10
3685-267445
FLEET RETURNS FROM MARCH
Fleet Returns from March
511.000.77.548.68.31.10
9.8% Sales Tax
511.000.77.548.68.31.10
3685-270280
UNIT 139 - FILTERS
Unit 139 - Filters
511.000.77.548.68.31.10
10.3% Sales Tax
511.000.77.548.68.31.10
RP 3685-269016
FLEET - WIPER BLADE (RETURN)
Fleet - Wiper Blade (return)
511.000.77.548.68.31.10
10.3% Sales Tax
511.000.77.548.68.31.10
RP 3685-269022
UNIT 102 - SOCKET
Unit 102 - Socket
4.3.a
Page: 20
4.1E
1 : 44.5(
t
U
4-
a�
c
50.0(
829.5(
0
413.0( ">%
I: 1,292.5( a
E
12.9� c
0
1.21 c
L
a
0.
Q
-8.2,
r
0
-0.8' N
ti
r
20.6E N
0
2.1< Y
E
14.0( 12
r
1.4E
E
t
R
.r
r
Q
Page: 20
Packet Pg. 42
vchlist
04/20/2017 9:03:30AM
Voucher List
City of Edmonds
Bank code : usbank
Voucher Date Vendor Invoice
225179 4/20/2017 072739 O'REILLYAUTO PARTS (Continued)
1:11c%1;:�:1 r'Z�I:ic3
225180 4/20/2017 027060 PACIFIC TOPSOILS 18-Tl006962
18-Tl006974
18-Tl006995
18-Tl007011
2-01004369-01
2-01005296-01
225181 4/20/2017 074422 PARTSMASTER, DIV OF NCH CORP 23132079
PO # Description/Account
511.000.77.548.68.31.10
10.3% Sales Tax
511.000.77.548.68.31.10
FLEET RETURNS
Fleet Returns
511.000.77.548.68.31.10
10.3% Sales Tax
511.000.77.548.68.31.10
STORM DUMP FEES
Storm Dump Fees
422.000.72.531.10.49.00
STORM DUMP FEES
Storm Dump Fees
422.000.72.531.10.49.00
STORM DUMP FEES
Storm Dump Fees
422.000.72.531.10.49.00
STORM DUMP FEES
Storm Dump Fees
422.000.72.531.10.49.00
PM DAYTON ST: TOPSOIL
PM DAYTON ST: TOPSOIL
132.000.64.594.76.65.00
PM: DAYTON ST TOPSOIL
PM: DAYTON ST TOPSOIL
132.000.64.594.76.65.00
FLEET - SAW
Fleet - Saw
511.000.77.548.68.35.00
Freight
511.000.77.548.68.35.00
Tota
Tota
4.3.a
Page: 21
c
ca
.y
0
0-
W
Amoun
m
L
19.9E
N
2.0(
t
U
4
-6.8£ c
m
-0.7' -a
57.9E M
0
a
96.0( E
.2
U
120.0( 0
0
96.0( a
Q.
Q
96.0( o
0
N
ti
491.9(
r
0
N
4
0
373.1�
Y
I : 1,273.01
E
149.3E
c
m
E
22.4'
R
.r
r
a
Page: 21
Packet Pg. 43
vchlist
04/20/2017 9:03:30AM
Voucher List
City of Edmonds
Bank code : usbank
Voucher Date Vendor Invoice
225181 4/20/2017 074422 PARTSMASTER, DIV OF NCH CORP (Continued)
225182 4/20/2017 070962 PAULSONS TOWING INC
225183 4/20/2017 028860 PLATT ELECTRIC SUPPLY INC
PO # Description/Account
9.8% Sales Tax
511.000.77.548.68.35.00
Tota
113361
INV#113361 - EDMONDS PD
TOW 2007 CHRYSLER #BCP7035
001.000.41.521.22.41.00
10.3% Sales Tax
001.000.41.521.22.41.00
113409
INV#113409 - EDMONDS PD
TOW 2009 MERCEDES #AZJ4263
001.000.41.521.22.41.00
10.3% Sales Tax
001.000.41.521.22.41.00
Tota
L189019
TRAFFIC CONTROL - SIGNAL SU
Traffic Control - Signal Supplies
111.000.68.542.64.31.00
9.8% Sales Tax
111.000.68.542.64.31.00
L651499
CITY HALL FINANCE REMODELS
City Hall Finance Remodel Supplie
4.3.a
Page: 22
s
c
ca
.y
0
a
a�
Amoun
m
L_
16.8z
I : 188.6:
t
U
a�
c
198.7:
20.4 1
0
159.0( a
16.3E
1 : 394.6( Z
w
0
PF
0
411.3: a
Q.
Q
40.3'
UI c
�
N
47.3(
r
4.6z N
c
N
11.8'
E
1.1E 2
E
E c
m
157.0 1 E
t
R
.r
r
Q
Page: 22
Packet Pg. 44
vchlist
04/20/2017 9:03:30AM
Voucher List
City of Edmonds
Bank code : usbank
Voucher Date Vendor Invoice PO #
225183 4/20/2017 028860 028860 PLATT ELECTRIC SUPPLY INC (Continued)
225184 4/20/2017 074342 PROTHMAN COMPANY 2017-5850
225185
225186
225187
225188
4/20/2017 076012 QUALITY FOOD CENTERS
4/20/2017 031600 RELIABLE FLOOR COVERINGS
PLN20160056
126346
4/20/2017 066786 RELIABLE SECURITY SOUND & DATA 22240
4/20/2017 064769 ROMAINE ELECTRIC
22241
22242
Description/Account
Tota
CONSULTING SERVICES FOR FIN
Municipal Consulting Services - A D
001.000.31.514.23.41.00
Tota
REFUND: HEARING EXAMINER F
Refund: Hearing examiner fee dep
001.000.257.620
Tota
FAC - STAIR TREAD AND ADHESI
FAC - Stair Tread and Adhesive
001.000.66.518.30.31.00
10.3% Sales Tax
001.000.66.518.30.31.00
Tota
4.3.a
Page: 23
c
ca
.y
0
0-
W
Amoun
673.6, _L
A Y
e
m
3,090.0E mu
1 : 3,090.0E
4-
W
E a
m
os
87.0( c
1 : 87.0( c�
0
L
VE
a
231.0( E
23.8( ,-
1 : 254.8(
c�
INV#22240 - EDMONDS PD
o
IMPOUND LOT-YEARLYALARM SY;
0-
001.000.41.521.80.41.00
359.4( Q
INV#22241 - EDMONDS PD
r
EVIDENCE LAB-YEARLYALARM SY
0
001.000.41.521.80.41.00
359.4(
INV#22242 - EDMONDS PD
ti
PROPERTY ROOM -YEARLY ALARM
r
c
001.000.41.521.80.41.00 359.4( N
5-013147 UNIT 452 - CLUTCH
Unit 452 - Clutch
511.000.77.548.68.31.10
10.3% Sales Tax
511.000.77.548.68.31.10
Total : 1,078.2( o
r
4.7E a0i
Total: 50.9( E
t
R
.r
r
Q
Page: 23
Packet Pg. 45
vchlist
04/20/2017 9:03:30AM
Bank code : usbank
Voucher Date Vendor
225189 4/20/2017 072440 SCORDINO, JOE
225190 4/20/2017 066964 SEATTLE AUTOMOTIVE DIST INC
Voucher List
City of Edmonds
Invoice
8
S3-1745221
S3-1818631
S3-1827221
S3-1842685
S3-1878656
S3-1878959
S3-1879793
4.3.a
Page: 24
c
ca
.y
0
a
a�
PO # Description/Account
Amoun
E7FG.REIMBURSEMENT FOR STUC
U
L_
E7FG.Reimbursement for Students S
001.000.39.554.90.49.00
883.8(
Total:
883.8(
FLEET RETURNS
Fleet Returns
511.000.77.548.68.31.10
9.8% Sales Tax
511.000.77.548.68.31.10
UNIT 125 - PARTS
Unit 125 - Parts
511.000.77.548.68.31.10
9.8% Sales Tax
511.000.77.548.68.31.10
UNIT 455 - THERMOSTAT
Unit 455 - Thermostat
511.000.77.548.68.31.10
9.8% Sales Tax
511.000.77.548.68.31.10
FLEET - FUEL CAP
Fleet - Fuel Cap
511.000.77.548.68.31.10
9.8% Sales Tax
511.000.77.548.68.31.10
UNIT5 454 - COOLING MOTOR
Unit5 454 - Cooling motor
511.000.77.548.68.31.10
9.8% Sales Tax
511.000.77.548.68.31.10
FLEET - BRAKE LINING KIT ( RET
Fleet - Brake lining kit ( returned)
511.000.77.548.68.31.10
9.8% Sales Tax
511.000.77.548.68.31.10
FLEET BRAKE KITS
t
U
4-
a�
c
-139.5E
-13.61 C
0
92.9' a
9.1'
U
4-
0
7.6: 0
0
L
0.7: 0-
Q
r
39.2( c
3.8( ti
r
0
N
46.7: c
N
Y
4.5E
UI E
39.9E
c
m
3.9, E
t
R
.r
r
Q
Page: 24
Packet Pg. 46
4.3.a
vchlist Voucher List Page: 25
04/20/2017
9:03:30AM
City of Edmonds
c
ca
Bank code :
usbank
0
a�
Voucher
Date
Vendor
Invoice PO #
Description/Account
Amoun
225190
4/20/2017
066964 SEATTLE AUTOMOTIVE DIST INC
(Continued)
L_
Fleet Brake Kits
511.000.77.548.68.34.40
249.2z
9.8% Sales Tax
511.000.77.548.68.34.40
24.4: U
S3-1970728
UNIT 114 - OIL
Unit 114 - Oil
c
511.000.77.548.68.31.10
37.3,
10.3% Sales Tax
511.000.77.548.68.31.10
3.8: c�a
Total:
410.3: o
L
225191
4/20/2017
074086 SIGNON
6323
ASL INTERPRETER EDNEY 6Z5100,
a
ASL INTERPRETER EDNEY 6Z5100i
001.000.23.523.30.41.01
188.3( •�
ASL INTERPRETER COOK 7Z43261
6
001.000.23.512.50.41.01
188.3( o
Total:
376.6(
0
225192
4/20/2017
074906 SITE WORKSHOP LLC
4531
VETERAN'S PLAZA LANDSCAPE AF
a
VETERAN'S PLAZA LANDSCAPE AF
Q-
Q
132.000.64.594.76.41.00
1,081.5(
Total:
1,081.5( c
0
225193
4/20/2017
037375 SNO CO PUD NO 1
2004-9683-4
LIFT STATION #10 17526 TALBOT R
N
LIFT STATION #10 17526 TALBOT R
~
r
423.000.75.535.80.47.10
73.9' N
2007-2302-1
TRAFFIC LIGHT 961 PUGET DR / MI
TRAFFIC LIGHT 961 PUGET DR / MI
o
111.000.68.542.64.47.00
N
25.4(
2008-6924-6
CIVIC CENTER PLAYFIELD BLEACF
E
CIVIC CENTER PLAYFIELD BLEACF
001.000.64.576.80.47.00
36.5,
2011-8453-8
HICKMAN PARK
HICKMAN PARK
t
001.000.64.576.80.47.00
70.9'
R
.r
r
Q
Page: 25
Packet Pg. 47
vchlist
04/20/2017 9:03:30AM
Bank code : usbank
Voucher List
City of Edmonds
Voucher Date Vendor Invoice
225193 4/20/2017 037375 SNO CO PUD NO 1 (Continued)
2013-8327-0
2014-3123-6
2014-3124-4
2014-4175-5
2014-5305-7
2022-8945-0
2025-4064-7
2044-2584-7
2205-4757-4
PO # Description/Account
CITY PARK GAZEBO
CITY PARK GAZEBO
001.000.64.576.80.47.00
PEDEST CAUTION LIGHT 9110 OLY
PEDEST CAUTION LIGHT 9110 OLY
111.000.68.542.64.47.00
PEDEST CAUTION LIGHT 9301 PUC
PEDEST CAUTION LIGHT 9301 PUC
111.000.68.542.64.47.00
TRAFFIC LIGHT 21531 HWY 99 / ME
TRAFFIC LIGHT 21531 HWY 99 / ME
111.000.68.542.63.47.00
CIVIC CENTER PLAYFIELD LIGHTS
CIVIC CENTER PLAYFIELD LIGHTS
001.000.64.576.80.47.00
TRAFFIC LIGHT 21931 HWY 99 / ME
TRAFFIC LIGHT 21931 HWY 99 / ME
111.000.68.542.64.47.00
SIERRA PARK IRRIGATION 8100 191
SIERRA PARK IRRIGATION 8100 191
001.000.64.576.80.47.00
LIFT STATION #2 702 MELODY LN /
LIFT STATION #2 702 MELODY LN /
423.000.75.535.80.47.10
TRAFFIC LIGHT SR104 @ 236TH S1
TRAFFIC LIGHT SR104 @ 236TH S1
111.000.68.542.63.47.00
Total
225194 4/20/2017 063941 SNO CO SHERIFFS OFFICE 1000434892 INV#1000434892 CUST#SSH00095 -
SCSO RANGE USAGE 10 HR 2/27/1
001.000.41.521.40.41.00
SCSO RANGE USAGE 10.5 HR 2/28
001.000.41.521.40.41.00
SCSO .5 OT SAINT-DENIS 2/28/17
4.3.a
Page: 26
N
15.7E y
t
U
4-
15.2 1
m
17.5,
0
180.2: a
E
54.2.
4-
0
c�
173.1o
L
a
Q.
Q
16.31 r
0
0
105.3z ti
r
0
N
60.4� c
845.1! Y
E
580.0(
r
c
m
609.0( E
t
R
.r
r
Q
Page: 26
Packet Pg. 48
vchlist
04/20/2017 9:03:30AM
Voucher List
City of Edmonds
Bank code : usbank
Voucher Date Vendor Invoice
225194 4/20/2017 063941 SNO CO SHERIFFS OFFICE (Continued)
225195 4/20/2017 065910 SNOCOM 911 COMMUNICATIONS 17-0331-2
225196 4/20/2017 006630 SNOHOMISH COUNTY
225197 4/20/2017 038100 SNO-KING STAMP
225198 4/20/2017 038410 SOUND SAFETY PRODUCTS
PO # Description/Account
001.000.41.521.40.41.00
QUARTERLY SERVICES
QUARTERLY SERVICES
001.000.39.528.00.51.00
QUARTERLY SERVICES
421.000.74.534.80.51.00
QUARTERLY SERVICES
423.000.75.535.80.51.00
Tota
70229 PARKS MAINT 5005 DUMP FEES
PARKS MAINT DUMP FEES
001.000.64.576.80.47.00
FINANCE DUMP FEES
001.000.31.514.23.48.00
ILLEGAL DUMPING
422.000.72.531.10.49.00
Tota
61459 INV#61459 - EDMONDS PD
LOCKER MAGNET-STANLEY
001.000.41.521.22.31.00
MAGMATE P ALTES - STANLEY
001.000.41.521.22.31.00
Freight
001.000.41.521.22.31.00
10.3% Sales Tax
001.000.41.521.22.31.00
4.3.a
Page: 27
c
ca
.y
0
a
a�
Amoun
m
L
47.4(
Total: 1,236.4f Y
m
t
U
244,316.9(
m
6,429.3(
c
c�
6,429.4( o
I: 257,175.7E
ca
a
E
462.0(
w
0
28.0(
0
5.0( a
I : 495.0( Q
0
0
N
4.5(
ti
r
6.0( N
It
2.7E (n
1.3£ E
Total : 14.6: 'm
U
35025/4 SEWER - WORK JEANS (2) D CRAV
Sewer - Work Jeans (2) D Crawford m
423.000.75.535.80.24.00 92.0, t
R
.r
r
Q
Page: 27
Packet Pg. 49
vchlist
04/20/2017 9:03:30AM
Bank code : usbank
Voucher Date Vendor
225198 4/20/2017 038410 SOUND SAFETY PRODUCTS
225199 4/20/2017 039775 STATE AUDITOR'S OFFICE
225200 4/20/2017 040250 STEUBER DISTRIBUTING
225201 4/20/2017 027269 THE PART WORKS INC
Voucher List
City of Edmonds
Invoice
PO # Description/Account
(Continued)
10.3% Sales Tax
423.000.75.535.80.24.00
Tota
L119194
02-17 AUDIT FEES
02-17 Audit Fees
001.000.39.514.20.51.00
02-17 Audit Fees
111.000.68.543.30.51.00
02-17 Audit Fees
421.000.74.534.80.51.00
02-17 Audit Fees
422.000.72.531.90.51.00
02-17 Audit Fees
423.000.75.535.80.51.00
02-17 Audit Fees
423.000.76.535.80.51.00
02-17 Audit Fees
511.000.77.548.68.51.00
Tota
2835085
PM: TOP 3.5 SVD, FLAT 1 OX20 AN
PM: TOP 3.5 SVD, FLAT 1 OX20 AN
001.000.64.576.81.31.00
9.1 % Sales Tax
001.000.64.576.81.31.00
2836517
SEWER - SUPPLIES
Sewer - Supplies
423.000.75.535.80.31.00
9.1 % Sales Tax
423.000.75.535.80.31.00
Tota
INV11327
YOST POOL VALVE REPLACEME
4.3.a
Page: 28
c
ca
.y
0
a
a�
Amoun
m
L_
9.4E
1 : 101.5(
t
U
4-
W
c
162.6(
4.8( cm
0
59.2'
c�
a
31.7E
83.6�
4-
0
21.9: 0
0
L
8.3E a
1 : 372.4( Q
D c
D N
N1
NT
138.8E ti
r
12.6z N
0
N
293.9( cYi
E
26.7z f°
1 : 472.11
r
c
E
�
R
.r
r
Q
Page: 28
Packet Pg. 50
vchlist
04/20/2017 9:03:30AM
Bank code : usbank
Voucher List
City of Edmonds
Voucher
Date
Vendor
Invoice
PO # Description/Account
225201
4/20/2017
027269 THE PART WORKS INC
(Continued)
125.000.64.594.75.65.00
Tota
225202
4/20/2017
072649 THE WIDE FORMAT COMPANY
98819
MAINTENANCE FOR HP PAGEWI
Apr-17 Maintenance on HP Pagewi
512.000.31.518.88.48.00
Meter useage 3/1/17 - 3/31/17-
512.000.31.518.88.48.00
10.3% Sales Tax
512.000.31.518.88.48.00
Tota
225203
4/20/2017
075850 TURLEY, DAVE
April 2017
WPTA CONFERENCE MILEAGE R
Mileage reimbursement for WPTA
001.000.31.514.23.43.00
Tota
225204
4/20/2017
062693 US BANK
1683
PASSPORT MAILING LABELS
PASSPORT MAILING LABELS
001.000.23.512.50.42.00
FINAL SHRED FOR COURT
001.000.23.512.50.49.00
1885
INV#1885 04/06/17 - POLICE DEPI
FEDEX CHG #16-1599
001.000.41.521.10.42.00
FEDEX CHG #17-4675,3305
001.000.41.521.10.42.00
BAG FEE-BACKGRD INV-SUTTON
001.000.41.521.40.43.00
FEDEX CHG PROPRETY CRIMES-
001.000.41.521.10.42.00
FEDEX CHG #17-1075
001.000.41.521.10.42.00
AIRFARE-BACKGRD INV-HARDWI
001.000.41.521.40.43.00
4.3.a
Page: 29
c
ca
.y
0
a
a�
Amoun
m
L_
1,426.0,
1 : 1,426.01 Y
m
DE
de
175.0( c
m
215.1E
c
c�
40.1 � _
1 : 430.3 i
ca
El Q'
E
178.6�
1 : 178.6$ c
c�
0
a
172.9( 0
57.5� c
0
N
11.5( r
0
16.1z
0
N
25.0(
D E
62.1 I 'M
19.0(
C
E
346.4(
R
.r
r
Q
Page: 29
Packet Pg. 51
vchlist
04/20/2017 9:03:30AM
Bank code : usbank
Voucher Date Vendor
225204 4/20/2017 062693 US BANK
Voucher List
City of Edmonds
Invoice PO # Description/Account
(Continued)
FEDEX CHG #17-5519, 5137, 6301
001.000.41.521.10.42.00
FEDEX CHG #16-22034
001.000.41.521.10.42.00
CAR RENTAL-BACKGRD INV-HARD
001.000.41.521.40.43.00
FUEL-BACKGRD INV-HARDWICK
001.000.41.521.40.43.00
LODGING-BACKGRD INV-HARDWIC
001.000.41.521.40.43.00
FUEL FOR NARCS VEHICLE-POFF
104.000.41.521.21.32.00
3048 INV#3048 04/06/17 - THOMPSON - E
STERCYCLE-MIN MONTHLY CHAR(
001.000.41.521.80.41.00
UPS CHG-RETURN JACKET -STRUM
001.000.41.521.10.42.00
SHRED 3 TOTES @ $4.65 2/22/17
001.000.41.521.10.41.00
UPS CHG-RETURN GLOVES - STR(
001.000.41.521.10.42.00
UPS CHG-RETURN SHIRTS-SAMPL
001.000.41.521.10.42.00
#10 ENVELOPES -REGULAR
001.000.41.521.10.31.00
#6 3/4 ENVELOPES - REGULAR
001.000.41.521.10.31.00
CANON EOS CAMERA W/FLASH
001.000.41.521.21.35.00
YONGNUO YN-568EX II FLASH
001.000.41.521.21.35.00
NIK TEST KIT - U
001.000.41.521.80.31.00
NIK TEST KIT - L
4.3.a
Page: 30
c
ca
.y
0
a
a�
Amoun
m
L_
13.3,
m
15.8E U
4-
268.6' c
m
44.0�
c�
338.6z o
L
40.4( a
E
10.3E
4-
0
10.3(
0
L
13.9E a
Q
10.1 i r
0
0
9.2E
ti
r
15.0< o
N
7.1c o
N
919.0(
to
OT &:Im
Page: 30
Packet Pg. 52
vchlist
04/20/2017 9:03:30AM
Bank code : usbank
Voucher List
City of Edmonds
Voucher
Date
Vendor
Invoice
PO # Description/Account
225204
4/20/2017
062693 US BANK
(Continued)
001.000.41.521.80.31.00
WALL CORK BOARD
001.000.41.521.10.31.00
PENDAFLEX END TAB FOLDERS
001.000.41.521.10.31.00
LITEBOOK RECHG WIHITE LIGHT
001.000.41.521.21.35.00
PERSONAL HEATER/FAN
001.000.41.521.21.35.00
HOT SOLO BISTRO CUPS
001.000.41.521.10.31.00
BATES BOOTS - SHOEMAKE
001.000.41.521.70.24.00
RENEW NOTARY STAMP-COLLIN
4.3.a
Page: 31
c
ca
.y
0
a
a�
Amoun
m
L
43.7 1
N
18.6( a0i
t
U
35.4 1
aD
c
249.9E
37.3: c�a
S
0
79.51 L>%
ca
a
88.3(
142.81 U
I : 3,352.11 0
D; 0
L
01 a
Q.
252.0( Q
1 : 252.0(
r
O
AI o
N
ti
38.3( r
0
N
3.9: c
A w
U
121.4z E
12.5'
r
1 : 176.2E
E
t
U
R
.r
r
a
Page: 31
Packet Pg. 53
vchlist
04/20/2017 9:03:30AM
Bank code : usbank
Voucher Date Vendor
225207 4/20/2017 072627 WEST SAFETY SERVICES INC
225208 4/20/2017 069691 WESTERN SYSTEMS
225209 4/20/2017 072634 WHISTLE W ORKW EAR
Voucher List
City of Edmonds
Invoice PO # Description/Account
(Continued)
Monthly 911 database maint
512.000.31.518.88.48.00
4.3.a
Page: 32
c
ca
.y
0
a
a�
Amoun
m
L_
100.0(
Total: 100.0( am
t
U
0000032366 95 & SR104 TRAFFIC CALMING - R)
Lr-
95 & SR104 Traffic calming - Radio c
TR-343448
TR-343449
TR-344839
225210 4/20/2017 075743 WHISTLE WORKWEAR OF SHORELINE 2763
112.000.68.595.33.41.00 3,580.0(
9.8% Sales Tax
112.000.68.595.33.41.00 350.8, cm
m
Tota
BOOT
BOOT
001.000.64.576.80.31.00
9.2% Sales Tax
001.000.64.576.80.31.00
RAINBIB, JACKET
RAINBIB, JACKET
001.000.64.576.80.31.00
9.2% Sales Tax
001.000.64.576.80.31.00
FAC MAINT - WORK JEANS (5), J
Fac Maint - Work Jeans (5), Jacket
001.000.66.518.30.24.00
9.2% Sales Tax
001.000.66.518.30.24.00
Tota
WATER/SEWER - WORK WEAR
Water/Sewer - Work Wear
421.000.74.534.80.24.00
Water/Sewer - Work Wear
423.000.75.535.80.24.00
9.5% Sales Tax
421.000.74.534.80.24.00
3,930.89 o
L
a
98.9( E
9.1' —00
112.4E a
Q.
Q
10.3E
AC c
1
N
268.9(
r
24.7z N
I : 524.6: c
N
E
386.9 � 'ca
386.9(
m
E
36.7(
R
.r
r
Q
Page: 32
Packet Pg. 54
vchlist
04/20/2017 9:03:30AM
Voucher List
City of Edmonds
Bank code : usbank
Voucher Date Vendor Invoice
225210 4/20/2017 075743 WHISTLE WORKWEAR OF SHORELINE (Continued)
2771
2772
88 Vouchers for bank code : usbank
88 Vouchers in this report
PO #
Description/Account
4.3.a
Page: 33
c
ca
.y
0
0-
M
Amoun
m
L
9.5% Sales Tax
423.000.75.535.80.24.00
36.7(
SEWER - WORK PANTS (5) D LEDE
y
Sewer - Work Pants (5) D Leder
U
423.000.75.535.80.24.00
179.9E
9.5% Sales Tax
423.000.75.535.80.24.00
17.1(
SEWER - WORK JEANS (3) D CRAV
Sewer - Work Jeans (3) D Crawford
ca
423.000.75.535.80.24.00
114.9 0
9.5% Sales Tax
423.000.75.535.80.24.00
10.91
Tota
Bank tota
Total voucher
1,170.3$ 0
I: 481,430.1, U
4-
0
s : 481,430.1,
0
L
Q
Q
Page: 33
Packet Pg. 55
0
0
N
r
C
d
E
t
V
R
r
Q
4.3.b
vchlist
04/13/2017 4:13:44PM
Bank code : usbank
Voucher List
City of Edmonds
Voucher Date Vendor Invoice
PO # Description/Account
4132017 4/13/2017 062693 US BANK 1865
SMARTS I GN S/MYDOOR SIGN - PS
SmartSigns/MyDoor Sign - PS Namel
001.000.66.518.30.31.00
Build - Charge.com/ Faucet Direct - F
001.000.66.518.30.31.00
Door Closer Svc Co - Treatment Plan
001.000.66.518.30.31.00
Office Max - Fac maint Wall Calendar
001.000.66.518.30.31.00
2519
INV#2519 04/06/17 -POLICE DEPT #
LUNCH ACCREDITATION TEAM 3/21�
001.000.41.521.10.31.00
REG. INTERNAL AFFAIRS-MCCLUR
001.000.41.521.40.49.00
REG. RECRUITING - MCCLURE
001.000.41.521.40.49.00
FUEL-BACKGRD INVEST-SWARTZ
001.000.41.521.40.43.00
MEAL-BACKGRND INVEST-SWART;
001.000.41.521.40.43.00
LODGING-BACKGRD INVEST -SWAP
001.000.41.521.40.43.00
MEAL-BACKGRND INVEST-SWART,
001.000.41.521.40.43.00
2674
ENDLESS KLEEN - FLEET SHOP - C
Endless Kleen - Fleet Shop - Cleaner
511.000.77.548.68.31.20
WSU Conf Mgmt - Vehicle Maint Mgn
511.000.77.548.68.49.00
WA DOL Unit E146RE Lic Fees
511.100.77.594.48.64.00
Gundies - Unit 49 - Back Doors
511.000.77.548.68.31.10
Right Aid - Fleet Shop Supplies
Page: 1
m
�3
c
R
0
Amoun m
0
w
L
19.1E
1,260.4E w
U
353.8E
m
c
15.7.
c
0
66.2' c
L
225.0( Q.
E
225.0( 'ca
4-
21.9c 0
6.7 1 0
a
a
272.1( Q
51.0( o
N
ti
377.0( A
v
990.0( c
m
L
49.7E 3
c
1,861.5(
t
c�
Q
Page: 1
Packet Pg. 56
vchlist
04/13/2017 4:13:44PM
Bank code : usbank
Voucher Date Vendor
4132017 4/13/2017 062693 US BANK
Voucher List
City of Edmonds
Invoice
PO # Description/Account
(Continued)
511.000.77.548.68.31.20
WA DOL - Unit E140SO - Lic Fees
511.100.77.594.48.64.00
Amazon - Shop Supplies
511.000.77.548.68.31.20
Home Depot - Unit 959 Supplies
511.000.77.548.68.31.10
Amazon - Unit 959 - Supplies
511.000.77.548.68.31.10
Amazon - Unit 959 - Parts
511.000.77.548.68.31.10
3215
INV#3215 04/06/17 - COMPAAN - EC
PIZZA FOR SWAT TEAM STANDOFF
001.000.41.521.10.31.00
3314
INV#3314 04/06/17 - LAWLESS - ED
REG. 2017 WAPRO TRAINING -HAW
001.000.41.521.40.49.00
2017 WAPRO DUES - HAWLEY
001.000.41.521.11.49.00
HONDA GENERATOR
001.000.41.521.21.35.00
HONDA GENERATOR
001.000.41.521.22.35.00
3355
AMAZON -DRONE
Amazon - Drone
422.000.72.531.40.35.00
NPI/RAM Mounts - Mount for Truck IF
422.000.72.531.90.31.00
Monoprice - Charging Supplies for IP:
422.000.72.531.90.31.00
L&I Permits - Elect Work Permit for
111.000.68.542.66.48.00
Monoprice - Car Charger for (Pads
422.000.72.531.90.31.00
4.3.b
Page: 2
m
L
�3
c
R
Amoun 0
a
m
20.8z
a�
L
49.7E
vi
181.2E y
7.6:
m
c
39.9(
26.5' c�c
0
152.2� Q.
E
175.0(
4-
0
25.0( 0
0
L
538.0, a
Q
538.0'
0
0
N
1,512.1: ti
M
87.4E
0
154.91
�3
79.0(
a�
93.30
c�
Q
Page: 2
Packet Pg. 57
vchlist
04/13/2017 4:13:44PM
Bank code : usbank
Voucher Date Vendor
4132017 4/13/2017 062693 US BANK
Voucher List
City of Edmonds
Invoice
PO # Description/Account
(Continued)
3439
AUTOMOTIVE WORKWEAR - WATE
Automotive Workwear - Water/Sewer
421.000.74.534.80.24.00
Automotive Workwear - Water/Sewer
423.000.75.535.80.24.00
Keep Filing - Water - Map Books &
421.000.74.534.80.31.00
RACO - Sewer Telemetry - Alarm Sy:
423.000.75.535.80.48.00
4675
4675 PARKS CREDIT CARD
COSTCO: SUPPLIES FOR WWU ST
001.000.64.571.21.31.00
AMAZON: GYMNASTICS PRESCHO
001.000.64.571.28.31.00
AMAZON: PRESCHOOL SUPPLIES
001.000.64.571.29.31.00
DISCOUNT SCHOOL SUPPLY: PRE;
001.000.64.571.29.31.00
AMAZON: BATTERIES
001.000.64.571.22.31.00
AMAZON: PRESCHOOL SUPPLIES
001.000.64.571.29.31.00
WALMART: ORGANIZER FOR PREE
001.000.64.571.29.31.00
AMAZON: EXPO FOLDING TABLE V\
001.000.64.571.22.31.00
FLAGHOUSE: GYMNASTICS SUPPI.
001.000.64.571.28.31.00
AMAZON: EXPO CUPS AND SPIGO'
001.000.64.571.22.31.00
AMAZON: SUPPLIES FOR YOST PC
001.000.64.576.80.31.00
AMAZON: PM: BIRD REPELLENT TA
001.000.64.576.80.31.00
4.3.b
Page: 3
m
L
�3
c
R
Amoun p
a
m
a�
L
79.6: 3
79.6, um
U
945.3E
m
c
771.0(
c
23.9( c
7.8: Q.
E
6.81 'M
249.3( o
ca
17.8< o
a
a
43.9< Q
16.2, c
N
66.9E
A
259.8z
4
0
25.9 1
�3
192.8,
a�
51.8E t
c�
Q
Page: 3
Packet Pg. 58
vchlist
04/13/2017 4:13:44PM
Bank code : usbank
Voucher Date Vendor
4132017 4/13/2017 062693 US BANK
Voucher List
City of Edmonds
Invoice PO # Description/Account
(Continued)
FLAGHOUSE: GYMNASTICS SUPPL
001.000.64.571.28.31.00
HARBOR FREIGHT TOOLS: PM: SH,
001.000.64.576.80.31.00
VISTAPRINT: SAMPLE HAT FOR RA
001.000.64.571.23.24.00
FULL SOURCE: JACKETS FOR RAN
001.000.64.571.23.24.00
NORBERTS ATHLETIC: MATS FOR
001.000.64.571.28.35.00
AMAZON: DSP SUPPLIES
117.100.64.573.20.31.00
FLAGHOUSE: GYMNASTICS SUPPL
001.000.64.571.28.31.00
AMAZON: GYMNASTICS SUPPLIES
001.000.64.571.28.31.00
NORBERTS ATHLETIC: MATS FOR
001.000.64.571.28.31.00
UPS STORE: SEND KEY TO WWU C
001.000.64.571.21.49.00
L&I: ELECTRICAL PERMIT DAYTON
132.000.64.594.76.65.00
5179 TRAINING, CONFERENCE REGISTF
Newegg.com - ORICO Aluminum 7 p(
512.000.31.518.88.35.00
ACCIS - 2017 Spring Conference
512.000.31.518.88.49.00
Newegg.com - ASUS VE228H 21.5" l
001.000.67.518.21.35.00
Travelocity Travel Protection for B
512.000.31.518.88.43.00
Alaska Airlines - Airfare for B Tuley
512.000.31.518.88.43.00
Alaska Airlines - Airfare for K Stevens
4.3.b
Page: 4
m
L
�3
c
R
Amoun Np
a
m
94.8<
�a
181.0: Y
U
a�
30.5 1 U
102.9E c
m
2,000.0(
23.8, c
L
349.1( Q.
E
63.5E 'M
141.6z o
9.2E o
a
a
79.0( Q
0
0
29.9�
ti
500.0( M
v
144.91 o
m
L
38.0( 3
c
146.4(
t
c�
Q
Page: 4
Packet Pg. 59
vchlist
04/13/2017 4:13:44PM
Bank code : usbank
Voucher Date Vendor
4132017 4/13/2017 062693 US BANK
Voucher List
City of Edmonds
Invoice PO # Description/Account
(Continued)
512.000.31.518.88.43.00
Amazon - Philips BDM4350UC 43" IP
001.000.62.558.60.35.00
Newegg.com - ASUS VE228H 21.5" l
512.000.31.518.88.35.00
Newegg.com - Kingston ValueRAM 81
512.000.31.518.88.35.00
Newegg.com - ORICO M31-14 High Sr
512.000.31.518.88.35.00
Newegg.com - StarTech CDP2HDUC
512.000.31.518.88.35.00
Newegg.com - Plugable Thunderbolt
512.000.31.518.88.35.00
Newegg.com - Samsung 850EVO 251
512.000.31.518.88.35.00
Newegg.com - Intel NUC BOXNUC61!
512.000.31.518.88.35.00
CSI-CSA- Certified Information Syste
512.000.31.518.88.49.00
Newegg.com - Intel NUC BOXNUC61!
001.000.41.521.11.35.00
Newegg.com - ORICO M31-14 High Sr
001.000.41.521.11.35.00
Monoprice - FLEXboot Series Cat5e
512.000.31.518.88.31.00
BulkRegister.com -
512.000.31.518.88.49.00
RSJoomla - 12 month subscription
512.000.31.518.88.49.00
Newegg.com - Intel NUC BOXNUC61!
512.000.31.518.88.35.00
5923 SUPPLIES, REFRESHMENTS, REGI
Lodging for Doherty while attending
001.000.61.558.70.43.00
4.3.b
Page: 5
m
L
�3
c
R
Amoun p
a
m
146.4( U
a)
L
878.3E 3
vi
974.81 QO)
U
314.9E
m
c
72.9E
169.2( M
0
105.4, L>%
M
Om
596.9z E
843.9E
4-
0
1,000.0(
0
L
740.9E a
Q
14.9�
0
0
136.6�
ti
32.3. M
v
73.8E o
m
L
895.9E 3
c
a�
116.1, t
c�
Q
Page: 5
Packet Pg. 60
vchlist
04/13/2017 4:13:44PM
Bank code : usbank
Voucher Date Vendor
4132017 4/13/2017 062693 US BANK
Voucher List
City of Edmonds
Invoice
PO # Description/Account
(Continued)
Off iceSpace listing on website for
001.000.61.558.70.41.00
Registration for Doherty and Hiatt to
001.000.61.558.70.49.00
Registration for Catha and Koenig to
140.000.61.558.70.49.00
Mailing charge to mail color samples
001.000.61.557.20.42.00
Supplies and refreshments for home
001.000.61.558.70.49.00
Diversity Commission event "Your Voi
001.000.61.557.20.49.00
Advertising for Diversity Commission
001.000.61.557.20.41.40
6254
6254 PARKS CR CARD
EDMONDS DEV SERVICES: PERMI'
001.000.64.571.21.41.00
ALASKAAIR: HITE AIRFARE TO NRI
001.000.64.571.21.43.00
QFC: FOOD FOR MTG
001.000.64.571.21.31.00
7000
VISA BILL-SHANE HOPE
Parking on: 3/9, 3/14, 3/16 and 3/28
001.000.62.524.10.43.00
AirFare for Shane, to/from APA NAtl
001.000.62.524.10.43.00
7483
LUNCH MEETING MAYOR/COUNCIL
Lunch meeting Mayor/Council Presid(
001.000.21.513.10.49.00
8017
ENG CREDIT CARD MARCH 2O17
E1CA.Construction Meeting Mailer
112.000.68.595.33.41.00
MRSC 2017 Renewal
001.000.67.518.21.49.00
4.3.b
Page: 6
m
L
�3
c
R
Amoun p
a
m
100.0(
�a
150.0( Y
U
W
150.0( U
6.6E c
m
29.7(
32.2 1 c
L
40.0( Q.
E
M
690.1( 6
4-
0
362.4( >
0
L
17.1E a
Q
26.0( c
N
474.4( ti
M
33.1 1 o
m
L
3
896.2,
a�
360.0(
c�
Q
Page: 6
Packet Pg. 61
vchlist
04/13/2017 4:13:44PM
Bank code : usbank
Voucher Date Vendor
4132017 4/13/2017 062693 US BANK
1 Vouchers for bank code : usbank
1 Vouchers in this report
Voucher List
City of Edmonds
Invoice
PO # Description/Account
(Continued)
8296
2017 WPTA MEMBERSHIP S JAM
4.3.b
Page: 7
E�
A
m
L
•3
c
R
Amoun Np
a
m
�
a�
L
40.0( 3
vi
U
aD
90.0(
90.0(
m
90.0(
c
150.0( c
90.0( Q.
El E
AN M
300.0( 6
S o
75.0( ca
I: 27,658.3, L
a
1 : 27,658.3, Q
s : 27,658.3, c
0
N
Page: 7
Packet Pg. 62
ti
A
4
O
d
L
3
c
as
E
c�
a
4.3.c
vchlist
04/17/2017 3:30:35PM
Bank code : usbank
Voucher List
City of Edmonds
Voucher Date Vendor Invoice
PO # Description/Account
4172017 4/17/2017 062693 US BANK 0781
US BANK COUNCIL CREDIT CARD
Book - "Mastering Council Meetings"
001.000.11.511.60.31.00
WSLCB - Banquet Permit
001.000.11.511.60.49.00
Sno. Co. Cities & Towns Membership
001.000.11.511.60.49.00
Pacific NW Catering - Lunch Delivery
001.000.11.511.60.49.00
QFC - Retreat Food/Drink
001.000.11.511.60.49.00
QFC - Supplies for Council Retreat
001.000.11.511.60.49.00
Office Max - Office Supplies for
001.000.11.511.60.31.00
Starbucks - City Council Retreat CoffE
001.000.11.511.60.49.00
OFC - Council Retreat Food
001.000.11.511.60.49.00
0781
US BANK COUNCIL CREDIT CARD
Rusty Pelican - Council Office Supplie
001.000.11.511.60.31.00
Paypal - Housing Consortium of Ever,
001.000.11.511.60.49.00
CNU - Registration Fee for Congress
001.000.11.511.60.49.00
US Bank - Late Fee on Credit Card
001.000.11.511.60.49.00
0781
2017 MEMBERSHIP MEETING CREI
Credit on acct March 2017 Membersl^
001.000.11.511.60.49.00
0781
US BANK COUNCIL CREDIT CARD
March 2017 Membership Meeting
001.000.11.511.60.49.00
Page: 1
m
�3
13
c
R
0
Amoun m
0
W
L
20.8E
11.0( (D
U
140.0(
m
c
595.3�
c
29.2E 0
0
18.2� L>%
0
a
195.E 1 E
81.8( 4-
0
128.9z >
0
a
a
17.2z Q
30.0( o
N
625.0(
ti
12.2' v
0
m
L
-35.0( 3
c
a�
E
35.0(
c�
Q
Page: 1
Packet Pg. 63
vchlist
04/17/2017 3:30:35PM
Bank code : usbank
Voucher Date Vendor
4172017 4/17/2017 062693 US BANK
Voucher List
City of Edmonds
Invoice PO #
(Continued)
4697
4697
!In
s
Description/Account
Pacific Northwest Catering
001.000.11.511.60.49.00
Office Max
001.000.11.511.60.31.00
SOUTH SNOHOMISH COUNTY CE
Dr. Gary Goldbaum retirement
001.000.21.513.10.49.00
SCC March Dinner Meeting -- Shan
001.000.62.524.10.49.00
SCC March Dinner Meeting -- Mayo
001.000.21.513.10.49.00
Xerox poster paper for ESCC
138.100.21.557.21.31.00
electric stapler
001.000.21.513.10.31.00
South Snohomish Cty CEO roundta
001.000.21.513.10.49.00
5x8 legal pads
001.000.21.513.10.31.00
4.3.c
Page: 2
m
L
�3
c
R
Amoun p
a
m
346.1 £
�a
21.6E Y
C U
aW
U
27.31
e
c
35.0(
r
35.0( M
0
55.7E L>%
0
om
32.9E E
bI M
129.2z
4-
0
9.0( >
0
L
5.4E a
Q
001.000.21.513.10.31.00 0.8�
SCC MARCH DINNER MEETING CR o
0
SCC March Dinner Meeting N
001.000.62.524.10.49.00
-35.0( ti
SCC March Dinner Meeting
ti
001.000.21.513.10.49.00
INV#9821 04/06/17-GREENMUN
- E o
DONUTS FOR 3/13/17 TRAINING
CL L
001.000.41.521.40.31.00
9.9� 3
PORTABLE RADIO BATTERIES
001.000.41.521.22.31.00
868.7,
DCABLES NIKON COOLPIX CABLE:
c�
Q
Page: 2
Packet Pg. 64
vchlist
04/17/2017 3:30:35PM
Bank code : usbank
Voucher Date Vendor
4172017 4/17/2017 062693 US BANK
Voucher List
City of Edmonds
Invoice PO # Description/Account
(Continued)
001.000.41.521.22.31.00
ASP 21" EXPANDABLE BATON
001.000.41.521.22.31.00
ASP 26" EXPANDABLE BATON
001.000.41.521.22.31.00
FOOD FOR 3/14/17 TRAINING CLAr
001.000.41.521.40.31.00
COFFEE FOR 3/13/17 TRAINING CL
001.000.41.521.40.31.00
COFFEE FOR 3/14/17 TRAINING CL
001.000.41.521.40.31.00
FOOD FOR 3/16/17 TRAINING CLAE
001.000.41.521.40.31.00
DONUTS FOR 3/17/17 TRAINING CL
001.000.41.521.40.31.00
COFFEE FOR 3/16/17 TRAINING CL
001.000.41.521.40.31.00
COFFEE FOR 3/17/17 TRAINING CL
001.000.41.521.40.31.00
REG. FTO STATE CONF - D. SMITH
001.000.41.521.40.49.00
REG. BACKGRD INVEST-SWARTZ
001.000.41.521.40.49.00
MOUTHGUARD(SAUNDERS)
001.000.41.521.40.31.00
RASHGUARD SHIRT (SUANDERS)
001.000.41.521.40.31.00
L/S SHIRT (SAUNDERS)
001.000.41.521.40.31.00
WRESTLING SHOES (SAUNDERS)
001.000.41.521.40.31.00
TEXTBOOK: TRAFFIC COLL (STRUP
001.000.41.521.40.31.00
MECHANIX GLOVES (SMALL)
4.3.c
Page: 3
m
L
�3
c
R
Amoun p
CL
m
29.0' U
w
L
235.3E 3
vi
246.50 y
U
15.9£
m
c
17.5'
17.5' M
0
14.4( L>%
0
Q.
9.9£ E
17.5'
4-
0
17.5' >
0
L
130.0( a
Q
299.0(
0
0
21.8�
ti
35.0z ti
v
54.7z o
m
L
68.9� 3
c
98.9<
t
c�
Q
Page: 3
Packet Pg. 65
vchlist
04/17/2017 3:30:35PM
Bank code : usbank
Voucher Date Vendor
4172017 4/17/2017 062693 US BANK
Voucher List
City of Edmonds
Invoice PO # Description/Account
(Continued)
001.000.41.521.40.31.00
MECHANIX GLOVES (MEDIUM)
001.000.41.521.40.31.00
MECHANIX GLOVES (XL)
001.000.41.521.40.31.00
OTTERBOX HOLSTER FOR IPHONE
001.000.41.521.40.31.00
ACRYLIC SIGN HOLDER
001.000.41.521.40.31.00
DANNER PATROL BOOTS (SAUNDE
001.000.41.521.22.24.00
511 PATROL RAIN PANTS (SAUNDE
001.000.41.521.22.24.00
GRIP SQUEEZE BALL (SAUNDERS)
001.000.41.521.22.24.00
MOCK TURTLENECK SHIRT (SAUNI
001.000.41.521.22.24.00
DISPLAYS -SIGN HOLDER (TRAININ
001.000.41.521.40.31.00
TLO SEARCHES MARCH 2O17
001.000.41.521.21.41.00
MASE CASES (SAUNDERS + INVEN
001.000.41.521.22.24.00
SWIVEL RADIO HOLDER (SAUNDEI
001.000.41.521.22.24.00
21" BATON HOLDER (SAUNDERS +
001.000.41.521.22.24.00
26" BATON HOLDER (INVENTORY)
001.000.41.521.22.24.00
FLASHLIGHT RING (SAUNDERS + II
001.000.41.521.22.24.00
4-PACK KEEPERS (INVENTORY)
001.000.41.521.22.24.00
MAG POUCH (SAUNDERS + INVEN_
4.3.c
Page: 4
m
L
�3
c
R
Amoun p
a
m
15.8( U
w
L
23.21
vi
23.21 y
U
19.9£
m
c
192.3, (D
201.9' M
0
106.5z L>%
0
Q.
9.3, E
19.9�
4-
0
100.2( >
0
L
57.0( a
Q
120.0(
0
0
68.0(
ti
72.0( ti
v
36.0( o
m
L
33.0( 3
c
16.0(
t
c�
Q
Page: 4
Packet Pg. 66
vchlist
04/17/2017 3:30:35PM
Bank code : usbank
Voucher List
City of Edmonds
Voucher Date Vendor
Invoice PO # Description/Account
4172017 4/17/2017 062693 US BANK
(Continued)
001.000.41.521.22.24.00
STREET/ROAD MAP OF EDMOND
001.000.41.521.40.31.00
DANNER PATROL BOOTS (SAUN
001.000.41.521.22.24.00
9821 RETURNED BOOTS
DANNER PATROL BOOTS (SAUN
001.000.41.521.22.24.00
G DANNER PATROL BOOTS (SAUN
001.000.41.521.22.24.00
G DISPLAYS -SIGN HOLDER (TRAINI
001.000.41.521.40.31.00
Tota
1 Vouchers for bank code : usbank
Bank tota
1 Vouchers in this report
Total voucher
4.3.c
Page: 5
m
L
3
c
R
Amoun 0
a
m
105.0(
S
27.9E 3
D E
374.9E
DE r
-201.9'
DE m
-374.9(
N
-100.2E c
I: 5,688.5(
I: 5,688.5(
s : 5,688.5(
4-
0
Page: 5
Packet Pg. 67
0
L
Q
Q
El
0
0
N
ti
ti
4
O
d
L
3
c
as
E
c�
a
4.3.d
vchlist
04/18/2017 1:32:33PM
Bank code : usbank
Voucher List
City of Edmonds
Voucher Date Vendor Invoice PO # Description/Account
4182017 4/18/2017 062693 US BANK 3535 STAPLES/ COASTWIDE- OUTSTA
Staples/ Coastwide- Outstanding in
001.000.66.518.30.31.00
Half Price Banners - Recycle Bann
421.000.74.537.90.49.00
Office Depot - Water - IPad protecto
421.000.74.534.80.31.00
FedEx - Sewer - TV Camera Shippi
423.000.75.535.80.42.00
Gutter King - FAC - Downspout
001.000.66.518.30.31.00
Tota
1 Vouchers for bank code : usbank Bank tota
1 Vouchers in this report Total voucher
Page:
m
�3
c
R
0
Amoun m
N[ 0
M
VC L
158.5:
er Y
189.1' (D
r
38.3
nC
145.31 M
c
21.4' 0
I : 552.8' 0
L
1 : 552.8' Q.
s : 552.8' .
0
4-
0
Page: 1
Packet Pg. 68
4.3.e
vchlist
04/19/2017 3:47:51 PM
Bank code : usbank
Voucher List
City of Edmonds
Voucher Date Vendor
Invoice PO # Description/Account
4192017 4/19/2017 062693 US BANK
5593 WAPRO, RECORDING & AMAZON
2017 WAPRO SPRING TRAINING F(
001.000.25.514.30.49.00
SNOHOMISH COUNTY RECORDINC
001.000.25.514.30.49.00
SNOHOMISH COUNTY RECORDINC
001.000.25.514.30.49.00
SNOHOMISH COUNTY RECORDINC
001.000.25.514.30.49.00
SNOHOMISH COUNTY RECORDINC
001.000.25.514.30.49.00
AMAZON - WIRELESS VERTICAL El
001.000.25.514.30.31.00
SNOHOMISH COUNTY RECORDINC
001.000.25.514.30.49.00
8083 OFFICE SUPPLIES - DSD
Office supplies - DSD
001.000.62.524.10.31.00
Brad Shipley - Adobe Creative Cloud
001.000.62.558.60.41.00
Deposit for Bavarian Lodge - Waylan(
001.000.62.524.20.43.00
Wayland Conference WAPT
001.000.62.524.20.49.00
Wayland - WAPT membership fees
001.000.62.524.20.49.00
Registration: WABO Spring business
001.000.62.524.20.49.00
Total
1 Vouchers for bank code : usbank
Bank total
1 Vouchers in this report
Total vouchers
Page:
1
m
�3
c
R
0
Amoun m
0
a)
L
175.0(
315.0( (D
U
318.0(
m
c
81.0(
c
316.0( 0
0
31.01 >`,
0
Q.
3.5( E
4" 461.5E 0
54.8c o
a
a
284.71 Q
150.0( o
N
35.0(
a6
60.0( v
2,285.7E c
m
L
2,285.7! 3
Page: 1
Packet Pg. 69
4.3.e
vchlist
04/19/2017 3:47:51 PM
Bank code : usbank
Voucher Date Vendor
Voucher List
City of Edmonds
Invoice
PO # Description/Account
Page: 2
Amoun
Page: 2
Packet Pg. 70
m
L
�3
c
R
0
a
m
0
w
L
T3
U
w
M
U
r
0
L
Q
E
M
0
4-
0
0
L
Q
Q
Q
r
0
0
N
4.3.f
PROJECT NUMBERS (By Project Title)
Project
Engineerin
1)
Accounting
Project
E
Funding
Protect Title
Number
Number
STM
12th Ave & Sierra Stormwater System Improvements
c484
E51FE
°
L
STR
15th St. SW Walkway (Edmonds Way to 8th Ave)
c424
E3DC
3
STM
183rd PI SW Storm Repairs
c491
E61FE
SWR
2013 Sanitary Sewer Pipe Rehabilitation
c390
E2GB
r
o
a
SWR
2013 Sewerline Replacement Project
c398
E3GA
STR
2014 Chip Seals
c451
E4CB
i
STM
2014 Drainage Improvements
c433
E41FA
73
STM
2014 Lake Ballinger Associated Projects
c436
E4FD
ui
a
z
STR
2014 Overlay Program
c438
E4CA
u
WTR
2014 Waterline Overlays
c452
E4CC
STM
2015 Citywide Drainage Improvements/Rehab Projects
c466
E51FA
m
STR
2015 Overlay Program
c463
E5CA
c
SWR
2015 Sewerline Overlays
i007
E5CC
°
°
SWR
2015 Sewerline Replacement Project
c441
E4GA
Q'
E
STR
2015 Traffic Calming
c471
E5AB
WTR
2015 Waterline Overlays
c475
E5CB
o
WTR
2015 Waterline Replacement Program
c440
E4JB
0
STR
2016 Curb Ramp Upgrades
i016
E613C
a
STR
2016 Overlay Program
i008
E6CA
a
SWR
2016 Sanitary Sewer Replacement Projects
c469
E5GA
c
N
SWR
2016 Sewerline Overlays
i010
E6CC
WTR
2016 Water Comp Plan Update
c460
E4JC
N
WTR
2016 Waterline Overlays
i009
E6CB
o
U)
WTR
2016 Waterline Replacement Projects
c468
E5JA
STR
2017 Curb Ramp Upgrades
i022
E7DA
z
STR
2017 Minor Sidewalk Program
i023
E7DB
o
a
STR
2017 Overlay Program
i018
E7CA
a�
N
SWR
2017 Sanitary Sewer Replacement Project
i013
E6GA
21
SWR
2017 Sewerline Overlays
i020
E7CC
r
STR
2017 Traffic Calming
i021
E7AA
L
WTR
2017 Waterline Overlays
i019
E7CB
LL
WTR
2017 Waterline Replacement Projects
i014
E6J13
E
SWR
2018/19 Sewerline Replacement Project
c492
E6GC
z
u
WTR
2018/19 Waterline Replacement Project
c493
E6JC
r
Q
Revised 4/20/2017 Packet Pg. 71
4.3.f
PROJECT NUMBERS (By Project Title)
Project
Engineerin
1)
Accounting
Project
E
Funding
Protect Title
Number
Number
STR
220th Street Overlay Project
c462
E4CD
°
L
STM
224th & 98th Drainage Improvements
c486
E6FB
3
WTR
224th Waterline Relocation (2013)
c418
E3J13
c
STR
228th St. SW Corridor Improvements
i005
E7AC
r
o
a
STR
236th St. SW Walkway (Edmonds Way to Madrona School)
c425
E3DD
STR
238th St. SW Walkway (100th Ave to 104th Ave)
c423
E3DB
i
STR
238th St. SW Walkway (Edmonds Way to Hwy 99)
c485
E6DA
STM
3rd Ave Rain Gardens
i012
E6FC
ui
z
STR
76th Ave W at 212th St SW Intersection Improvements
c368
E1 CA
STR
9th Avenue Improvement Project
c392
E2AB
FAC
AN Upgrades - Council Chambers
c476
E5LA
m
STR
ADA Curb Ramp Upgrades along 3rd Ave S
c426
E3DE
c
STR
ADA Transition Plan
s016
E6DB
°
°
STR
Bikelink Project
c474
E5DA
Q'
E
PRK
City Spray Park
c417
E4MA
SWR
Citywide CIPP Sewer Rehab Phase I
c456
E4GB
o
SWR
Citywide CIPP Sewer Rehab Phase II
c488
E6GB
>
0
STR
Citywide Protected/Permissive Traffic Signal Conversion
i015
E6AB
a
WTR
Dayton St. Utility Replacement Project (3rd Ave to 9th Ave)
c482
E5J13
a
STM
Dayton Street & SR104 Storm Drainage Alternatives
c374
E1 FM
o
N
PM
Dayton Street Plaza
c276
E7MA
STM
Dayton Street Storm Improvements (6th Ave - 8th Ave)
c472
E5FC
N
STM
Dayton Street Stormwater Pump Station
c455
E4FE
o
U)
FAC
Edmonds Fishing Pier Rehab
c443
E4MB
STM
Edmonds Marsh Feasibility Study
c380
E2FC
z
General
Edmonds Waterfront Access Analysis
c478
E5DB
o
IL
FAC
ESCO III Project
c419
E3LB
a�
N
PRK
FAC Band Shell Replacement
c477
E6MB
21
WTR
Five Corners Reservoir Re -coating
c473
E5KA
r
STR
Five Corners Roundabout (212th Street SW @ 84th Avenue W)
c342
E1AA
L
PM
Fourth Avenue Cultural Corridor
c282
E8MA
U_
STR
Hwy 99 Access Management Improvements
s014
E6AA
E
STR
Hwy 99 Enhancements (Phase III)
c405
E2AD
z
um
SWR
Lake Ballinger Trunk Sewer Study
s011
E5GB
r
Q
Revised 4/20/2017 Packet Pg. 72
4.3.f
PROJECT NUMBERS (By Project Title)
Project
Engineerin
1)
Accounting
Project
E
Funding
Protect Title
Number
Number
STM
LID Retrofits Perrinville Creek Basin
c434
E4FB
°
m
L
SW R
Lift Station #1 Basin & Flow Study
c461
E4GC
3
STR
Minor Sidewalk Program
i017
E6DD
STM
North Talbot Road Drainage Improvements
c378
E21FA
r
o
a
STM
Northstream Culvert Repair Under Puget Drive
i011
E61FA
STM
Northstream Pipe Abandonment on Puget Drive
c410
E3FE
i
STM
NPDES (Students Saving Salmon)
m013
E7FG
STM
OVD Slope Repair & Stabilization
m105
E7FA
ui
a
z
STM
Perrinville Creek Culvert Replacement
c376
E1 FN
u
STM
Perrinville Creek Stormwater Flow Reduction Retrofit Study
c408
E3FC
FAC
Public Safety Controls System Upgrades
c444
E4LA
m
STM
Seaview Park Infiltration Facility
c479
E5FD
c
WWTP
Sewer Outfall Groundwater Monitoring
c446
E4HA
°
°
STR
SR104 Corridor Transportation Study
c427
E3AB
Q'
E
STR
SR104/City Park Mid -Block Crossing
c454
E4DB
UTILITIES
Standard Details Updates
solo
E5NA
0
STM
Storm Drain Improvements @ 9510 232nd St. SW
c495
E7FB
>
0
STM
Storm Drainage Improvements - 88th & 194th
c429
E3FG
a
STM
Stormwater Comp Plan Update
s017
E6FD
a
STR
Sunset Walkway Improvements
c354
E1 DA
c
N
STM
SW Edmonds Basin #3-238th St. SW to Hickman Park Infiltration System
c379
E2FB
STM
SW Edmonds-1 05th/l 06th Ave W Storm Improvements
c430
E3FH
N
STR
Trackside Warning System
c470
E5AA
o
STR
Train Trench - Concept
c453
E4DA
m
STR
Transportation Plan Update
c391
E2AA
z
STM
Update Stormwater Management Code & Associated Projects
c467
E5FB
o
a
UTILITIES
Utility Rate Update
s013
E6JA
a�
N
PRK
Veteran's Plaza
c480
E6MA
STM
Video Assessment of Stormwater Lines
c459
E4FF
r
STM
Willow Creek Daylighting/Edmonds Marsh Restoration
c435
E4FC
L
WWTP
WWTP Outfall Pipe Modifications
c481
E5HA
LL
PRK
Yost Park Spa
c494
E6MC
m
Revised 4/20/2017 Packet Pg. 73
4.3.f
PROJECT NUMBERS (By Engineering Number)
Engineering
Protect
Protect
Accounting
Funding
Number
Number
Protect Title
STR
_ E1AA
c342
Fi1&.QQrneL§.JRoundabgut (212th Street SW @ 84th AvPniu, WAMM
STR
E1CA
c368
76th Ave W at 212th St SW Intersection Improvements
unset Walkway Improvements
STM
ElFM
c374
Dayton Street & SR104 Storm Drainage Alternatives
c376
Perrinville Creek Culvert Replacement
STR
E2AA
c391
Transportation Plan Update
venue provement Project
STR
E2AD
c405
Hwy 99 Enhancements (Phase III)
MELE2FA
c318
North Talbot Road Drainage Improvements
STM
E2FB
c379
SW Edmonds Basin #3-238th St. SW to Hickman Park Infiltration System
E2FC
d P
Edmonds J J116kility Study
SWR
E2GB
c390
2013 Sanitary Sewer Pipe Rehabilitation
04 Corrido sportation Stu
STR E3DB c423 238th St. SW Walkway (100th Ave to 104th Ave)
15th St. SW Walkway (Edmonds Way to 8th Avg
STR E3DD c425 236th St. SW Walkway (Edmonds Way to Madrona School)
DA Curb Ramp Upgrades along 3rd Ave
STM E3FC c408 Perrinville Creek Stormwater Flow Reduction Retrofit Study
c410
Northstream Pipe Abandonment on Puget Drive
Q
STM
E3FG
c429
Storm Drainage Improvements - 88th & 194th
T
c
_
N
E3FH
�dmq j;105th/106th Av
T
SWR
E3GA
c398
2013 Sewerline Replacement Project
N
WTR
E3,
224th Waterline Relocation (201
0
FAC
E3LB
c419
ESCO III Project
w
STR
E4CA
c438
2014 Overlay Program
z
STR
E4CB
c451
2014 Chip Seals
o
2014 Waterline Overlays
IL
m
STR
E4CD
c462
220th Street Overlay Project
c453
Train Trench - Concept
STR
E4DB
c454
SR104/City Park Mid -Block Crossing
L
E4FA
STM
E4FB
c434
LID Retrofits Perrinville Creek Basin
c
E
c435
Willow Creek Daylighting/Edmonds Marsh Restoration
r
STM E4FD c436 2014 Lake Ballinger Associated Projects Q
Revised 4/20/2017 Packet Pg. 74
4.3.f
PROJECT NUMBERS (By Engineering Number)
Engineering
Protect
Protect
Accounting
Funding
Number
Number
Protect Title
STM
E4FE
c455
Dayton Street StormwatggWp
STM
E4FF
c459
Video Assessment of Stormwater Lines
' SWW
E4GA
IWO15
Sewerline Replacement Proje
SWR
E4GB
c456
Citywide CIPP Sewer Rehab Phase I
SWR
Lift Station #1 Basin & Flow Study
WWTP
E4HA
c446
Sewer Outfall Groundwater Monitoring
WTR
2015 Waterline Replacement Program
WTR
E4JC
c460
2016 Water Comp Plan Update
c444
Public Safety Controls System Upgrades
PRK
E4MA
c417
City Spray Park
Edmonds Fichin-
STR
E5AA
c470
Trackside Warning System
STR
01 affic Calmi
STR
E5CA
c463
2015 Overlay Program
WTR
L
2015 Waterline Overlays
SWR
E5CC
i007
2015 Sewerline Overlays
5DA
Bikelink Projec
General
E5DB
c478
Edmonds Waterfront Access Analysis
E5FA
c466
015 Citywide Drainage Improvements/Rehab Projects
STM
E5FB
c467
Update Stormwater Management Code & Associated Projects
E5FC
rovements (6th Ave - 8th Ave)
STM
E51FD
c479
Seaview Park Infiltration Facility
STM
r
12th Ave & Sierra Stormwater System Improvements
SWR
E5GA
c469
2016 Sanitary Sewer Replacement Projects
SWR
E5GB
Lake Ballinger Trunk Sewer Study
WWTP
E5HA
c481
WWTP Outfall Pipe Modifications
16 Waterline Replaceme
WTR
E5JB
c482
Dayton St. Utility Replacement Project (3rd Ave to 9th Ave)
WTR
E5KA
c473
Five Corners Reservoir Re-coatin
FAC
E5LA
c476
AN Upgrades - Council Chambers
UTILITIE
ails Update
STR
E6AA
s014
Hwy 99 Access Management Improvements
STR
i015
Citywide Protected/Permissive Traffic Signal Conversion
STR
E6CA
i008
2016 Overlay Program
Revised 4/20/2017 Packet Pg. 75
4.3.f
PROJECT NUMBERS (By Engineering Number)
Engineering
Protect
Protect
Accounting
Funding Number
Number
Protect Title
WTR E6CB
i009
2116 Waterline O
SWR E6CC
i010
2016 Sewerline Overlays
c485 7F38th St. SW Walkway (Edmonds Way to Hwy 99)
STR
E6DB
s016
ADA Transition Plan
I
E6DC
i016
2016 Curb Ramp Upgrades
STR
E6DD
i017
Minor Sidewalk Program
Norths� Culvert Repair Under Puget Drive
STM
E6FB
c486
224th & 98th Drainage Improvements
Ave Rain Gardens
STM
E6FD
s017
Stormwater Comp Plan Update
1
i
SWR
E6GA
i013
2017 Sanitary Sewer Replacement Project
SWW
E6GB
Citywide CIPP Sewer Rehab Phase
SWR
E6GC
c492
2018/19 Sewerline Replacement Project
UTILITIES
013
Utility Rate Update
WTR
E6J13
i014
2017 Waterline Replacement Projects
WTR
qF
E6JC
2018/19 Waterline Replacement Project
PRK
E6MA
c480
Veteran's Plaza
PRK
E6MB
FAC Band Shell Replacement
PRK
E6MC
c494
Yost Park Spa
STR
i021
STR
E7AC
i005
228th St. SW Corridor Improvements
STR
i018
2017 Overlay Progra
WTR
E7CB
i019
2017 Waterline Overlays
SWR
E7CC
2017 Sewerline Overlays
STR
E7DA
i022
2017 Curb Ramp Upgrades
2017 Minor Sidewalk Progra
STM
E7FA
m105
OVD Slope Repair & Stabilization
c495
Storm Drain Improvements @ 9510 232nd St. SW
STM
E7FG
m013
NPDES (Students Saving Salmon)
276
Dayton Street Plaza
PM
E8MA
c282
Fourth Avenue Cultural Corridor
Revised 4/20/2017 Packet Pg. 76
4.3.f
PROJECT NUMBERS (By New Project Accounting Number)
Engineering
Project
Project
Accounting
Funding
Number
Number
Protect Title
PM
E7MA
c276
Dayton Street Plaza
PM
E8MA
c282
Fourth Avenue Cultural Corridor
STR
E1AA
c342
Five Corners Roundabout (212th Street SW @ 84th Avenue W)
STR
E1 DA
c354
Sunset Walkway Improvements
STR
E1CA
c368
76th Ave W at 212th St SW Intersection Improvements
STM
E1 FM
c374
Dayton Street & SR104 Storm Drainage Alternatives
STM
E1FN
c376
Perrinville Creek Culvert Replacement
STM
E2FA
c378
North Talbot Road Drainage Improvements
STM
E2FB
c379
SW Edmonds Basin #3-238th St. SW to Hickman Park Infiltration System
STM
E2FC
c380
Edmonds Marsh Feasibility Study
SWR
E2GB
c390
2013 Sanitary Sewer Pipe Rehabilitation
STR
E2AA
c391
Transportation Plan Update
STR
E2AB
c392
9th Avenue Improvement Project
SWR
E3GA
c398
2013 Sewerline Replacement Project
STR
E2AD
c405
Hwy 99 Enhancements (Phase III)
STM
E3FC
c408
Perrinville Creek Stormwater Flow Reduction Retrofit Study
STM
EYE
c410
Northstream Pipe Abandonment on Puget Drive
PRK
E4MA
c417
City Spray Park
WTR
E3J13
c418
224th Waterline Relocation (2013)
FAC
E3LB
c419
ESCO III Project
STR
E3DB
c423
238th St. SW Walkway (100th Ave to 104th Ave)
STR
E3DC
c424
15th St. SW Walkway (Edmonds Way to 8th Ave)
STR
E3DD
c425
236th St. SW Walkway (Edmonds Way to Madrona School)
STR
E3DE
c426
ADA Curb Ramp Upgrades along 3rd Ave S
STR
E3AB
c427
SR104 Corridor Transportation Study
STM
E3FG
c429
Storm Drainage Improvements - 88th & 194th
STM
E3FH
c430
SW Edmonds-105th/106th Ave W Storm Improvements
STM
E4FA
c433
2014 Drainage Improvements
STM
E4FB
c434
LID Retrofits Perrinville Creek Basin
STM
E4FC
c435
Willow Creek Daylighting/Edmonds Marsh Restoration
STM
E4FD
c436
2014 Lake Ballinger Associated Projects
STR
E4CA
c438
2014 Overlay Program
WTR
E4JB
c440
2015 Waterline Replacement Program
SWR
E4GA
c441
2015 Sewerline Replacement Project
0
0
N
Revised 4/20/2017 Packet Pg. 77
4.3.f
PROJECT NUMBERS (By New Project Accounting Number)
Engineering
Project
Project
Accounting
Funding
Number
Number
Protect Title
FAC
E4MB
c443
Edmonds Fishing Pier Rehab
FAC
E4LA
c444
Public Safety Controls System Upgrades
WWTP
E4HA
c446
Sewer Outfall Groundwater Monitoring
STR
E4CB
c451
2014 Chip Seals
WTR
E4CC
c452
2014 Waterline Overlays
STR
E4DA
c453
Train Trench - Concept
STR
E4DB
c454
SR104/City Park Mid -Block Crossing
STM
E4FE
c455
Dayton Street Stormwater Pump Station
SWR
E4GB
c456
Citywide CIPP Sewer Rehab Phase I
STM
E4FF
c459
Video Assessment of Stormwater Lines
WTR
E4JC
c460
2016 Water Comp Plan Update
SWR
E4GC
c461
Lift Station #1 Basin & Flow Study
STR
E4CD
c462
220th Street Overlay Project
STR
E5CA
c463
2015 Overlay Program
STM
E5FA
c466
2015 Citywide Drainage Improvements/Rehab Projects
STM
E5FB
c467
Update Stormwater Management Code & Associated Projects
WTR
E5JA
c468
2016 Waterline Replacement Projects
SWR
E5GA
c469
2016 Sanitary Sewer Replacement Projects
STR
E5AA
c470
Trackside Warning System
STR
E5AB
c471
2015 Traffic Calming
STM
E5FC
c472
Dayton Street Storm Improvements (6th Ave - 8th Ave)
WTR
E5KA
c473
Five Corners Reservoir Re -coating
STR
E5DA
c474
Bikelink Project
WTR
E5CB
c475
2015 Waterline Overlays
FAC
E5LA
c476
AN Upgrades - Council Chambers
PRK
E6MB
c477
FAC Band Shell Replacement
General
E5DB
c478
Edmonds Waterfront Access Analysis
STM
E5FD
c479
Seaview Park Infiltration Facility
PRK
E6MA
c480
Veteran's Plaza
WWTP
E5HA
c481
WWTP Outfall Pipe Modifications
WTR
E5JB
c482
Dayton St. Utility Replacement Project (3rd Ave to 9th Ave)
STM
E5FE
c484
12th Ave & Sierra Stormwater System Improvements
STR
E6DA
c485
238th St. SW Walkway (Edmonds Way to Hwy 99)
STM
E6FB
c486
224th & 98th Drainage Improvements
0
0
N
Revised 4/20/2017 Packet Pg. 78
4.3.f
PROJECT NUMBERS (By New Project Accounting Number)
Engineering
Project
N
Project
Accounting
Funding
Number
Number
Protect Title
E
SWR
E6GB
c488
Citywide CIPP Sewer Rehab Phase II
°
L
STM
E6FE
c491
183rd PI SW Storm Repairs
3
SWR
E6GC
c492
2018/19 Sewerline Replacement Project
c
WTR
E6JC
c493
2018/19 Waterline Replacement Project
r
o
a
PRK
E61VIC
c494
Yost Park Spa
STM
E7FB
c495
Storm Drain Improvements @ 9510 232nd St. SW
i
STR
E7AC
i005
228th St. SW Corridor Improvements
73
SWR
E5CC
i007
2015 Sewerline Overlays
ui
a
z
STR
E6CA
i008
2016 Overlay Program
U
WTR
E6CB
i009
2016 Waterline Overlays
SWR
E6CC
i010
2016 Sewerline Overlays
m
STM
E6FA
i011
Northstream Culvert Repair Under Puget Drive
c
STM
E61FC
i012
3rd Ave Rain Gardens
°
°
SWR
E6GA
i013
2017 Sanitary Sewer Replacement Project
Q-
E
WTR
E6JB
i014
2017 Waterline Replacement Projects
ca
STR
E6AB
i015
Citywide Protected/Permissive Traffic Signal Conversion
o
STR
E6DC
i016
2016 Curb Ramp Upgrades
>
0
L
STR
E6DD
i017
Minor Sidewalk Program
°-
Q.
a
STR
E7CA
i018
2017 Overlay Program
WTR
E7CB
i019
2017 Waterline Overlays
N
SWR
E7CC
i020
2017 Sewerline Overlays
STR
E7AA
i021
2017 Traffic Calming
N
STR
E7DA
i022
2017 Curb Ramp Upgrades
c
STR
E7DB
i023
2017 Minor Sidewalk Program
L
STM
E71FG
m013
NPDES (Students Saving Salmon)
z
STM
E7FA
m105
OVD Slope Repair & Stabilization
o
a
UTILITIES
E5NA
solo
Standard Details Updates
SWR
E5GB
s011
Lake Ballinger Trunk Sewer Study
N
UTILITIES
E6JA
s013
Utility Rate Update
r
STR
E6AA
s014
Hwy 99 Access Management Improvements
STR
E6DB
s016
ADA Transition Plan
STM
E6FD
s017
Stormwater Comp Plan Update
Revised 4/20/2017 Packet Pg. 79
PROJECT NUMBERS (By Funding)
4.3.f
Project Engineerin
Accounting
Project
Funding
Protect Title
Number
Number
FAC
AN Upgrades - Council Chambers
c476
E5LA
FAC
Edmonds Fishing Pier Reh
FAC
ESCO III Project
c419
E31-13
Public Safety Controls System Upgrades
General
Edmonds Waterfront Access Analysis
c478
E5DB
Dayton greet Plaza
PM
Fourth Avenue Cultural Corridor
c282
E81VIA
City Spray Park
PRK
FAC Band Shell Replacement
c477
E6MB
�an'sdWa
PRK
Yost Park Spa
c494
E61VIC
STM12thlWpe
&Sierra Stormwater System Improvements
c484
E5FE
STM
183rd PI SW Storm Repairs
c491
E6FE
STM
2214 Drainage Improvements
3
STM
2014 Lake Ballinger Associated Projects
c436
E4FD
STM
2015 Citywide Drainage Improvements/Rehab Projects
c46
STM
224th & 98th Drainage Improvements
c486
E6FB
STM
3rd Ave Rain Gardens
i012
E6FC
STM Davton Street & SR104 Storm Drainaae Alternatives c374 E1 FM T -
M Dayton Street Storm Improvements (6th Ave - 8th Ave)
STM Dayton Street Stormwater Pump Station
TM Edmonds Marsh Feasibility Study=
STM LID Retrofits Perrinville Creek Basin
albot Road provement
STM Northstream Culvert Repair Under Puget Drive
M Northstream Pipe Abandonment on Puget Drive
STM
NPDES (Students Saving Salmon)
MOVD
Slope Repair & Stabilization
STM
Perrinville Creek Culvert Replacement
STM
Perrinville Creek Stormwater Flow Reduction Retrofit Study
STM Seaview Park Infiltration Facility
Dr�rement t. SW
STM Storm Drainaae Improvements - 88th & 194th
Stormwater Comp Plan Update
Q
0
c455 E4FE r
c380 E2FC
c434 E4FB
c378
i011 E6FA
c410
m013 E7FG
m105
c376 E1 FN
c408
c479 E5FD
c495 -
c429 E3FG
s017 E6FD
Revised 4/20/2017
Packet Pg. 80
PROJECT NUMBERS (By Funding)
4.3.f
Funding Protect Title
STM SW Edmonds Basin #3-238th St. SW to Hickman Park Infiltration System
SW Edmonds-i5th/106th Ave W Storm Improvement
STM Update Stormwater Management Code & Associated Projects
Video Assessment of Stormwater Li
STM Willow Creek Daylighting/Edmonds Marsh Restoration
SIV 15th St. SV*Valkway (Edmonds Way to 8th Ave)
STR 2014 Chip Seals
2014 Overlay Program
STR 2015 Overlay Program
SIM
2015
STR
2016 Curb Ramp Upgrades
2016 Overlay Program
STR
2017 Curb Ramp Upgrades
dewalk Program
STR
2017 Overlay Program
STR
201 raffic Calming
STR
220th Street Overlay Project
Protect
Accounting
Number
Engineerin
Project
Number
c379 E2FB
c430
c467 E5FB
c45
c435 E4FC
cJ
c451
E4CB
c43
c463
E5CA
c471
AMIR
i016
E6DC
i008
STR 228th St. S\OLCorridor Improvements �
STR 236th St. SW Walkway (Edmonds Way to Madrona
04
STR 238th St. SW Walkway (100th Ave to 104th Ave)
STR 238th St. SW Walkway (Edmonds Way to Hwy 99)
W76th Ave W at 212th St SW Intersection Improvements
STR 9th Avenue Improvement Project
urb Ramp Upgrades along 3rd Ave S
STR ADA Transition Plan
Bikelink Project I
STR Citywide Protected/Permissive Traffic Signal Conversion
2th
STR Hwy 99 Access Management Improvements
wy 99 Enhancements (Phase III)
STR Minor Sidewalk Program
STR SR104 Corridor Transportation Study
STR SR104/City Park Mid -Block Crossing
STR Sunset Walkway Improvements
i022 E7DA
i023
i018 E7CA
c462 E4CD
c425 E3DD
0
0
c485 E6DA
Xc36
c392 E2AB
s016 E6DB
i015 E6AB
s014 E6AA
i017 E6DD
c454 E4DB
c354
Revised 4/20/2017 Packet Pg. 81
4.3.f
PROJECT NUMBERS (By Funding)
Project
Engineerin
Accounting
Project
Funding
Project Title
Number
Number
STR
Trackside Warning System
c470
E5AA
rench - ConceQM
c453 mom
STIR
Transportation Plan Update
c391
E2AA
OFW—V
2013 Sanitary Sewer Pipe Rehabilitation
c390
E2GB
SWR
2013 Sewerline Replacement Project
c398
E3GA
flu-1—
i007
SWR
2015 Sewerline Replacement Project
c441
E4GA
Moor2016
Sanitary Sewer Replacement Projects
c46
E5GA
SWR
2016 Sewerline Overlays
i010
E6CC
SWR
2017 Sanitary Sewer Replacement Project
inl"
E6GA
SWR
2017 Sewerline Overlays
i020
E7CC
2018/19 Sewerline Replacen Aroje-`
SWR
Citywide CIPP Sewer Rehab Phase I
c456
E4GB
Citywide CIPP Sewer Rehab Phase II
c488
E6GB
SWR
Lake Ballinger Trunk Sewer Study
s011
E5GB
Lif�1 B
AM61
E4GC
UTILITIES
Standard Details Updates
solo
E5NA
Utility Rate Updat
r E6JA
WTR 2014 Waterline Overlays c452 E4CC
XA/TR 9n15 Waterline Overlays E5CB N
WTR 2015 Waterline Replacement Program
EVTR 2016 Water Comp Plan Update
WTR 2016 Waterline Overlays
WVTR 2016 Waterline Replacement Projects
WTR 2017 Waterline Overlays
T
aterline Replacement&roje=F
WTR 2018/19 Waterline Replacement Project
TR 224th Waterline Relocation (2013)
WTR Dayton St. Utility Replacement Project (3rd Ave to 9th Ave)
Corners P ervoir Re -coating
WWTP Sewer Outfall Groundwater Monitoring
e Modifications
c440 E4,113
i009 E6CB
6 E5JA
i019 E7CB
c493 E6JC
E3,113
c482 E5,113
c446 E4HA
c481
Revised 4/20/2017
Packet Pg. 82
Payroll Earnings Summary Report
City of Edmonds
Pay Period: 822 (04/01/2017 to 04/15/2017)
Hour Type Hour Class Description Hours Amount
-ed2
REGULAR HOURS
Educational Pav Correction
0.00
-156.28
111
ABSENT
NO PAY LEAVE
58.89
0.00
112
ABSENT
NO PAY NON HIRED
40.00
0.00
120
SICK
SICK LEAVE - L & 1
32.00
860.19
121
SICK
SICK LEAVE
499.00
19,117.52
122
VACATION
VACATION
1,366.61
58,597.43
123
HOLIDAY
HOLIDAY HOURS
94.00
3,251.41
124
HOLIDAY
FLOATER HOLIDAY
25.00
847.34
125
COMP HOURS
COMPENSATORY TIME
241.75
9,767.18
129
SICK
Police Sick Leave L & 1
84.00
3,599.13
130
COMP HOURS
Holidav Compensation Used
1.25
43.00
141
BEREAVEMENT
BEREAVEMENT
51.00
1,571.76
150
REGULAR HOURS
Kellv Dav Used
243.75
9,202.94
152
COMP HOURS
COMPTIME BUY BACK
9.15
369.07
155
COMP HOURS
COMPTIME AUTO PAY
45.88
2,100.86
157
SICK
SICK LEAVE PAYOFF
21.25
857.12
158
VACATION
VACATION PAYOFF
20.00
806.70
160
VACATION
MANAGEMENT LEAVE
26.00
1,487.22
190
REGULAR HOURS
REGULAR HOURS
14,900.50
586,893.56
196
REGULAR HOURS
LIGHT DUTY
72.00
3,082.50
210
OVERTIME HOURS
OVERTIME -STRAIGHT
6.00
224.06
215
OVERTIME HOURS
WATER WATCH STANDBY
30.00
1,563.62
216
MISCELLANEOUS
STANDBY TREATMENT PLANT
15.00
1,405.36
220
OVERTIME HOURS
OVERTIME 1.5
180.50
10,798.83
225
OVERTIME HOURS
OVERTIME -DOUBLE
3.25
252.86
411
SHIFT DIFFERENTIAL
SHIFT DIFFERENTIAL
0.00
1,046.50
600
RETROACTIVE PAY
RETROACTIVE PAY
0.00
2,869.67
601
COMP HOURS
ACCRUED COMP .5
15.00
0.00
602
COMP HOURS
ACCRUED COMP
38.00
0.00
604
COMP HOURS
ACCRUED COMP TIME
150.00
0.00
606
COMP HOURS
ACCRUED COMP TIME
6.00
0.00
900
VACATION
ACCRUED VACATION
-24.00
0.00
901
SICK
ACCRUED SICK LEAVE
26.55
0.00
co
M
cQ
w
4/20/')ni 7
Attachment:
payroll summary 04-20-17a
(2001 : Approval of claim, payroll and benefit checks, direct deposit and wire payments.)
Payroll Earnings Summary Report
City of Edmonds
Pay Period: 822 (04/01/2017 to 04/15/2017)
Hour Type Hour Class Description Hours Amount
acc
MISCELLANEOUS
ACCREDITATION PAY
0.00
24.95
acs
MISCELLANEOUS
ACCRED/POLICE SUPPORT
0.00
145.56
boc
MISCELLANEOUS
BOC II Certification
0.00
86.48
colre
MISCELLANEOUS
Collision Reconstruction ist
0.00
107.89
cpl
MISCELLANEOUS
TRAINING CORPORAL
0.00
147.28
crt
MISCELLANEOUS
CERTIFICATION III PAY
0.00
640.76
det
MISCELLANEOUS
DETECTIVE PAY
0.00
303.32
det4
MISCELLANEOUS
Detective 4%
0.00
852.84
ed1
EDUCATION PAY
EDUCATION PAY 2%
0.00
793.44
ed2
EDUCATION PAY
EDUCATION PAY 4%
0.00
905.05
ed3
EDUCATION PAY
EDUCATION PAY 6%
0.00
4,925.43
fmla
ABSENT
FAMILY MEDICAL/NON PAID
80.00
0.00
fmis
SICK
FAMILY MEDICAL/SICK
68.00
2,662.33
k9
MISCELLANEOUS
K-9 PAY
0.00
102.75
Iq1
LONGEVITY
LONGEVITY PAY 2%
0.00
650.47
Ig10
LONGEVITY
LONGEVITY 5.5%
0.00
396.36
Ig11
LONGEVITY
LONGEVITY PAY 2.5%
0.00
752.67
Iq2
LONGEVITY PAY
LONGEVITY PAY 4%
0.00
993.55
I0
LONGEVITY PAY
LONGEVITY 6%
0.00
5,913.21
I0
LONGEVITY
Lonqevitv 1 %
0.00
156.07
Iq6
LONGEVITY
Lonqevitv .5%
0.00
348.44
Iq7
LONGEVITY
Lonqevitv 1.5%
0.00
997.10
Iq9
LONGEVITY
Lonqevitv 3.5%
0.00
82.46
mela
ABSENT
Medical Leave Absent (unpaid)
2.55
0.00
mels
SICK
Medical Leave Sick
119.55
5,296.51
melv
VACATION
Medical Leave Vacation
29.90
1,377.46
mtc
MISCELLANEOUS
MOTORCYCLE PAY
0.00
200.57
pds
MISCELLANEOUS
Public Disclosure Specialist
0.00
47.12
nhv
MISCELLANEOUS
PHYSICAL FITNESS PAY
0.00
1,864.42
prof
MISCELLANEOUS
PROFESSIONAL STANDARDS ;
0.00
157.56
sdp
MISCELLANEOUS
SPECIAL DUTY PAY 5%
0.00
271.15
sqt
MISCELLANEOUS
ADMINISTRATIVE SERGEANT
0.00
157.56
str
MISCELLANEOUS
STREET CRIMES
0.00
418.92
co
M
cQ
00
4/20/')ni 7
Attachment:
payroll summary 04-20-17a
(2001 : Approval of claim, payroll and benefit checks, direct deposit and wire payments.)
P-
P
Ponn 2 o (a
n
W
co
cQ
00 4/201'.)ni 7
Payroll Earnings Summary Report
City of Edmonds
Pay Period: 822 (04/01/2017 to 04/15/2017)
Hour Type Hour Class Description
traf MISCELLANEOUS TRAFFIC
Hours Amount
0.00 220.92
18,578.33
Total Net Pay:
$752,460.15
$501,912.45
P-
P
Pnnn 3 o (a
Attachment: payroll summary 04-20-17a (2001 : Approval of claim, payroll and benefit checks, direct deposit and wire payments.)
Payroll Earnings Summary Report
City of Edmonds
Pay Period: 858 (04/01/2017 to 04/15/2017)
Hour Type
Hour Class
Description
Hours
Amount
121
SICK
SICK LEAVE
1.50
56.11
190
REGULAR HOURS
REGULAR HOURS
83.50
3,123.39
411
SHIFT DIFFERENTIAL
SHIFT DIFFERENTIAL
0.00
27.95
85.00 $3,207.45
Total Net Pay: $2,051.71
� I4/20i')ni 7
U Attachment: payroll summary 04-20-17b (2001 : Approval of claim, payroll and benefit checks, direct deposit and wire payments.)
P-
P
Benefit Checks Summary Report
City of Edmonds
Pay Period: 822 - 04/01/2017 to 04/15/2017
Bank: usbank - US Bank
Check # Date Payee # Name Check Amt Direct Deposit
62671
04/20/2017
chapl
CHAPTER 13 TRUSTEE
940.00
0.00
62672
04/20/2017
epoa2
EPOA-POLICE
2,983.50
0.00
62673
04/20/2017
epoa3
EPOA-POLICE SUPPORT
388.00
0.00
62674
04/20/2017
flex
NAVIA BENEFIT SOLUTIONS
994.36
0.00
62675
04/20/2017
teams
TEAMSTERS LOCAL 763
4,614.00
0.00
62676
04/20/2017
icma
VANTAGE TRANSFER AGENTS 304884
2,808.27
0.00
12,728.13
0.00
Bank: wire -
US BANK
m
D�-4O 0/2n1 7
Check #
Date
Payee #
Name
Check Amt
Direct Deposit
2542
04/20/2017
awc
AW C
331,142.68
0.00
2545
04/20/2017
us
US BANK
103,889.93
0.00
2546
04/20/2017
wadc
WASHINGTON STATE TREASURER
19,916.77
0.00
2547
04/20/2017
mebt
WTRISC FBO #N3177B1
93,214.39
0.00
2550
04/20/2017
pb
NATIONWIDE RETIREMENT SOLUTION
5,483.60
0.00
2551
04/20/2017
oe
OFFICE OF SUPPORT ENFORCEMENT
299.00
0.00
0.00
553,946.37
Grand Totals:
566,674.50
0.00
Attachment: payroll benefit 04-20-17 (2001 : Approval of claim, payroll and benefit checks, direct deposit and wire payments.)
4.4
City Council Agenda Item
Meeting Date: 04/25/2017
Ordinance Adopting Amendments to Chapter 10.95 ECC (Tree Board)
Staff Lead: Shane Hope
Department: Development Services
Preparer: Diane Cunningham
Background/History
In late 2016, it was realized that Chapter 10.95 ECC, the Edmonds code chapter for the Tree Board,
contained problematic language about the process to appoint Tree Board members. Also, the chapter
did not set a specific location for Board meetings; thus every meeting must be noticed as "special".
The City Council discussed the process issues at its January 10, 2017 meeting. (See Attachment 1 for the
relevant meeting minutes.) Prior to the meeting, a memo had been prepared to explain the key issues
and options to resolve them; it included a history of past Tree Board appointments. (See details in
Attachment 2.) After discussion, the Council's general consensus was to amend the code to: (a) have
Councilmembers select individuals for Tree Board membership, with the alternate position being
selected by the current Council President; and (b) have the selected individuals be interviewed by the
full Council and the appointment confirmed.
Draft code amendments were prepared to implement the Council's January consensus and discussed at
the Council's April 18, 2017 meeting. The City Council directed that the code changes be brought back
in ordinance form and placed on the consent agenda. This has been done. (See Exhibit A, attached.)
Staff Recommendation
Adopt the ordinance amending Chapter 10.95 ECC.
Narrative
The code amendments clean up the difference between initial appointment of the Tree Board (when the
Board was first established) and subsequent appointments (all those that follow the initial Board
establishment). The new language:
a) Uses the same concept as the original language, which calls for individual City Council members
to select Tree Board appointees; however, it clarifies the term of the appointment (because a
straight "four-year" Tree Board appointment may not coincide with the term of the respective
City Council member)
b) Removes term limits for Tree Board appointments (Note: the existing code language allows only
one reappointment for any member, which is not typical of other city boards and commissions.)
c) Changes the City Council's existing authority to make "recommendations" regarding Tree Board
position appointments to instead "confirm" Tree Board appointments
d) Authorizes only the Council President to appoint a Tree Board alternate by removing the existing
option for the Mayor to do so
Packet Pg. 88
4.4
e) Clarifies the role of a Tree Board alternate (i.e., voting when lack of a quorum).
In addition, the new langauge:
6 Makes the list of items (on which the Tree Board may advise and make recommendations)
consistent in format and consolidates two of the items into one. (See 10.95.030.A - 1 through 6
in Attachment 3.)
6 Adds a location (City Council Chambers) for regular Tree Board meetings.
After ordinance adoption, the City Council should complete the process to appoint or reappoint any
Tree Board appointments that have not yet been made or that were made in a way that was not
consistent with the code in place at the time.
Attachments:
2017-04-12 ECC 10.95 TreeBoard Ord + Att
Packet Pg. 89
4.4.a
ORDINANCE NO.
AN ORDINANCE OF THE CITY OF EDMONDS,
WASHINGTON, AMENDING THE PROVISIONS THAT
GOVERN THE CITIZENS' TREE BOARD.
WHEREAS, in late 2016, it was realized that Chapter 10.95 ECC, the Edmonds code
chapter for the Citizens' Tree Board, contained problematic language about the process to
appoint tree board members; and
WHEREAS, having discussed the issues, the city council's consensus was to amend the
code to: (a) have each councilmember appoint an individual to the tree board, with the alternate
position being selected by the council president; and (b) have the appointed individuals be
interviewed and confirmed by the full council; and
WHEREAS, the chapter did not previously set a specific location for board meetings,
necessitating that every meeting be noticed as "special"; and
WHEREAS, it was deemed necessary to make other clarifications to the tree board a
chapter; NOW, THEREFORE,
THE CITY COUNCIL OF THE CITY OF EDMONDS, WASHINGTON, DO ORDAIN a
AS FOLLOWS:
Section 1. Chapter 10.95 of the Edmonds City Code, entitled "Citizens' Tree Board" is
hereby amended to read as shown in Attachment A, which is attached hereto and incorporated
herein by this reference as if set forth in full (new text is shown in underline; deleted text is
shown in strike through).
Section 2. Severability. If any section, subsection, clause, sentence, or phrase of this
ordinance should be held invalid or unconstitutional, such decision shall not affect the validity of
the remaining portions of this ordinance.
Packet Pg. 90
4.4.a
Section 3. Effective Date. This ordinance is subject to referendum and shall take effect
thirty (30) days after final passage of this ordinance.
APPROVED:
MAYOR DAVE EARLING
ATTEST/AUTHENTICATED:
CITY CLERK, SCOTT PASSEY
APPROVED AS TO FORM:
OFFICE OF THE CITY ATTORNEY:
M.
JEFF TARADAY
FILED WITH THE CITY CLERK:
PASSED BY THE CITY COUNCIL:
PUBLISHED:
EFFECTIVE DATE:
ORDINANCE NO.
Packet Pg. 91
4.4.a
SUMMARY OF ORDINANCE NO.
of the City of Edmonds, Washington
On the day of , 2017, the City Council of the City of Edmonds, passed
Ordinance No. A summary of the content of said ordinance, consisting
of the title, provides as follows:
AN ORDINANCE OF THE CITY OF EDMONDS,
WASHINGTON, AMENDING THE PROVISIONS THAT
GOVERN THE CITIZENS' TREE BOARD.
The full text of this Ordinance will be mailed upon request.
DATED this day of 12017.
CITY CLERK, SCOTT PASSEY
4840-7251-8158,v. 1
CD
n
Packet Pg. 92
Edmonds
Chapter 10.95 CITIZENS' TREE BOARD
ATTACHMENT A
Chapter 10.95
CITIZENS' TREE BOARD
Sections:
10.95.010 Board created — Membership.
10.95.020 Officers of board — Meetings — Forum.
10.95.030 Powers and duties.
10.95.010 Board created — Membership.
Page 1/2
A. There is hereby created a citizens' tree board consisting of seven members plus one alternate and one
nonvoting, ex officio position to be filled by an Edmonds city council member. Citizens members must be
Edmonds residents. It is recommended the board include citizens from throughout the city (representing different
watersheds and neighborhoods). Additionally, those with professional or hobbyist interest/experience in urban
forestry, horticulture, and habitat enviroscaping are preferred; these may include arborists, botanists, horticulturists,
native plant experts, master gardeners, wildlife experts, and related.
B. The members shall be appointed in the following manner: Within 30 days after the or-dinanee codified in this
chapter is passed, the city shall draft and publish an annotineement seeking appheants for board membership. The
standard eity ef Edmonds eitizen board and eammissien appliemian will be used. Pr-aspeetive board members will
have 30 days to s4mit their ^ diem an initially, ^ ^' Each councilmember shall appoint one tree board member
to a term the duration of which shall coincide with the term of the appointing councilmember. Each of the seven tree
board positions, numbers one through seven, will be appointed by the Councilmember holdingthe he respective position
number, one through seven. within 30 days following the elese of the appliemian period. The alternate member shall
be appointed by the council president to a term the duration of which shall coincide with the term of the council
president. eF4nayo^^ ,oa 1�^ ^^ ". All appointments must be confirmed by a majority of the full city
council. Newly elected councilmembers may reappoint an existing tree board member or alternate member or may
appoint a new member in the sole discretion of the individual councilmember. Where a councilmember is appointed to
fill a vacant council seat, that councilmember may only appoint a person to the tree board if the tree board position
associated with that council position becomes vacant. The selections shall be made based on the qu lifica4ions
applications;described per- the
initial appointmen4s, recommendations for renewaWreplacemen4s, when required, will be made by the full •
C. B. The term ef appain4fflefit shall be fouf years. Newever-, initially, to easufe tFansitional eansisteney th
members shall be appointed to four year terms and four members (plus the alternate) shall be appoin4ed to two year
terms. Couneilmember-s whose terms expire in 2011 shall appoin4 members to initial two year terms. Gotineilmembers
whose terms expire in 2013 shall appoint members to initial fettr year terms. Thereafter-, appointments shall eoineide
with the terms of newly elected couneilmembers. Each member-, at his or her There shall be no term limits ;
may seek renewal for one additional terms. Should a vacancy occur on the tree board, a new member shall be
appointed by the council position that previously mpointed the vacant position on the tree board for the duration of the
term he or she is f if llin remainder of the councilmember's term. [Ord. 3875 § 1, 2012; Ord. 3807 § 1, 2010].
10.95.020 Officers of board — Meetings — Forum.
Members of the board shall meet and organize by election, from the members of the board, a chair and vice chair and
other officers as may be determined by the board. It shall be the duty of the chair to preside at all meetings. The vice
chair shall perform this duty in the absence of the chair. A majority of the filled positions on the boar- Four members
shall constitute a quorum for the transaction of business. If four regular members are not present, the alternate member
may fulfill the auorum reauirement for that meetine and vote accordingly. Otherwise, the alternate may not vote. The
board shall meet regularly on the first Thursday of each month at 6:00 p.m. at such location within the eity of Edmonds
as it shall establish from tim&4o4imethe Edmonds city council chambers._ [Ord. 4034 § 1, 2016; Ord. 3807 § 1, 2010].
El
Q
O
L
M
0
m
d
d
L
0
rl
V
V
w
N
T-
4
0
ti
0
N
r+
c
a)
E
t
U
0
Q
The Edmonds City Code and Community Development Code are current through Ordinance 4039, passed August 2, 2016.
Packet Pg. 93
Edmonds
Chapter 10.95 CITIZENS' TREE BOARD
Page 2/2
10.95.030 Powers and duties.
A. The board is empowered to: advise and make recommendations to the mayor and city council and, as appropriate,
to the planning board and other boards or commissions of the city on such matters including but not limited to:
1. The board may assist in developing ^ tree ordinance and an An urban forest management program_
and/orordinances to help preserve and protect existing trees, encourage planting of additional trees, safeguard
trees on parcels where construction or renovation is occurring or planned to occur, and encouraging the Edmonds
citizenry to become active stewards of the urban forest.
2. Increasing community outreach and education regarding the value of trees, proper selection of trees, and
correct methods for planting of and caring for trees.
3. Working with civic, religious, and citizen groups on specific projects or to organize invasive plant removal and
native vegetation planting in accord with the department of parks, recreation and cultural services.
-54. Facilitating relevant grant applications supporting ecology and watershed protection projects.
65. Sponsoring an annual Arbor Day Event.
-76. Working towards achieving and maintaining a Tree City USA® status.
B. The board shall provide an annual report to the city council within the first quarter of each year. [Ord. 4034 § 2,
2016; Ord. 3807 § 1, 2010].
The Edmonds City Code and Community Development Code are current through Ordinance 4039, passed August 2, 2016.
Packet Pg. 94
4.5
City Council Agenda Item
Meeting Date: 04/25/2017
Reappointment of PFD Boardmembers
Staff Lead: Tom Mesaros
Department: City Clerk's Office
Preparer: Scott Passey
Background/History
This item was presented at the April 18, 2017 City Council meeting.
Staff Recommendation
Approve the PFD nominations as part of the consent agenda.
Narrative
Kevin McKay and Larry Ehl have been re -nominated by the PFD Board to serve an additional 3 year term
beginning July 1, 2017. The PFD Board is in the midst of doing strategic planning with the ECA Board and
has requested early approval of these nominations for continuity moving forward on this planning.
Attachments:
PFD Board applications
Packet Pg. 95
4.5.a
�gltof-Edmonds
Citizen Board and Commission Application
(PEASE PRINT oR rYPE) NOTE: This form Is a public record and maybe subject to disclosure upon request
Edmonds Public Facilities District
(Board or Commission)
Name-, Kevin McKay - —
Address:
Lynnwood, WA 98036
Date:, April 4, 2016
Day Phone:
Eaening Phone:
Cell:
E-mail:
Occupational status and background:__ __
VP for Finance & Operations, Edmonds CommunityCollege (I've been with the College
for 23 years). Have lived in Snohomish Count over 30 dears.
Organizational iWiliatiois. Trustee for the Foundation for Edmonds School District
Board member for Leadership Snohomish County(also alumni, class of 2012
Why are you seeking this appointment?- I have enjoyed many programs at the ECA and believe it
is one of our regional gems. I have worked with the ECA in my role at the College and
through LSC, and believe i can contribute back to my community by serving the ECA.
What skills and knowledge do you have to most the selection criteria?. Many gears of public sector and
community leadership experience, and a passion to serve our community.
Please list any other Board, Commission, Committee, or official positions you currently hold with the City of Edmonds:
N/A
Mciltional comments: It would be an honor to serve on the EPFD Board in support of such
an important and vital community resource. _—
Please return this completed form to.
Edmonds Public Facilities District
Address;
410 4th Ave N, Edmonds, WA 98020 r �,,,, �� •.---�
email:lisah@ec4arts,org
phone: 425.275.4485 Signature
RoVked4130114
Packet Pg. 96
4.5.a
Kevin McKay
Lynnwood, WA 98036
EXPERIENCE
Edmonds Community College - VP for Finance & Administration
January 2009 - PRESENT
Lead and manage the campus Finance and Operations division. including
Budget, Payroll, Security & Emergency Preparedness, Facilities, Information
Technology, and Auxiliary Services. Participate in campus leadership as a
member of President's Cabinet, represent the college at State commissions
and committees.
Serving as chief business and fiscal officer of the College.
Serving as College Ethics Officer.
m Working effectively with President's Cabinet In policy formation,
strategic planning, and budget development.
• Presenting to and informing the Board of Trustees regarding College
business, budget, and operational initiatives.
• Providing strategic analysis of policy options, critical college
programs, and Initiatives.
Ensuring high quality and efficient delivery of administrative services
to all College services, programs, and activities.
a Ensuring all financial and administrative functions comply with state
and federal laws, guidelines, and procedures.
v Providing leadership to organizational units within the business and
operations areas.
a Ensuring an effective, capable, and collaborative administrative staff
by appropriate selection, training, development, evaluation, and
motivation.
a Representing the College to legislative and community groups,
federal and state agencies, and professional organizations,
0 Serving as the Business Advisors Commission representative on the
Statewide Technology Transformation Task Force IT subcommittee
and on the State Board's "Lift -and -Shift" and "Go -Forward" steering
committee.
Packet Pg. 97
4.5.a
Edmonds Community College - Director of Information Technology
February 2005 - January 2009
Lead and manage all aspects of campus IT organization, including
budgeting, audit requirements, and personnel (40+full and part time
employees). Represent IT to administration and Instructional staff, as well as
to statewide and national audiences. Work closely with campus programs
and staff.
Edmonds Community College - Director of Distance Learning
September 1999 - February 2005
Managed all aspects of rapidly growing, self-support distance learning
program, Managed program staff, developed and managed budgets,
tracked and projected program growth, prepared reports, oversaw faculty
training and support, coordinated with campus administration, represented
college at state councils and national conferences.
Edmonds Community College - Coordinator of Distance Learning
1993 - 1999
Washington State Energy Office - Remote System Operator, Intern
1992-1993
Seafirst Bank - Customer Service Manager/Officer
1984-1992
EDUCATION
University of Phoenix - Master's of Management, Pub11c Administratlon
2008 - 2010
University of Phoenix -Bachelor's of Science. Business Management
2005-2007
Edmonds Community College - A.T.A ., Energy Management &
Accounting; Certificate, Commercial Energy Management
1992 - 1994
Packet Pg. 98
4.5.a
or, ED4
o�
City or f Edmonds
Citizen Board and Commission Application
Edmonds Public Facilities District
(Board or Commission)
Name Larry Ehl
(Please print or type)
Date
Please complete the.following whether or not a resume or additional information is attached.
Occupational status and background
Publisher, Editor of Transportation Issues Daily, a national
newsletter and website about transportation policy and funding issues. Background: 30 years in public &
private sector government relations communications; former Edmonds School Board Member. 1997-2002
Organization affiliations Assoc. of Washington Business. No others at this time have been focused on
starting a small business. Previous: Alderwood Rotary, Cascade Land Conservancy, United Way of
Snohomish County, Edmonds Public Education Foundation
Why are you seeking this appointment? I am looking for an opportunity to reengage in community service
for an organization which could utilize my experience and skills. I believe the ECA is an important regional
and community resource, and I would enjoy being part of a team working to maintain and perhaps grow
the ECA's service to the community and region.
What skills and knowledge do you have to meet the selection criteria?
Many years of strategic planning and direction, and public involvement and engagement, during service on
boards of Edmonds School District and Cascade Land Conservancy. 25 years public policy advocacy experien
Additional comments (use back of this sheet, if necessary) I would appreciate the opportunity to work
with the EPFD board, the ECA Board, the Edmonds City Council and other stakeholders to maintain and
expand the success of the Edmonds Center for the Arts.
Please return this completed form to:
Mail: Attn. — Joe McIalwain 410 4`" Ave. N., Edmonds, WA 98020
Fax: 425.275.4485 email: joe@ec4arts.oz--
Or deliver to Edmonds Center for the Arts, Administrative office (410 4`h Ave. N.)
Signature
Attachment 2
L
E
W
E
L
0
m
0
u_
a
0
c
a�
E
r
c
0
a
a
0
as
N
r
O
N
U)
c
0
.Q
Q.
0
m
0
LL
a
r
c
as
U
0
r
a
Packet Page 195 of 660
Packet Pg. 99
4.5.a
Larry E h I
Profile
Senior executive with 25+ years of public and private sector experience in creating and
executing strategic advocacy and communications plans to achieve organization goals.
Recognized as a personable leader who builds positive relationships with policy makers,
industry and community leaders, and who uses a levelheaded, proactive, creative and
nonpartisan approach in addressing policy and communications issues.
Selected Advocacy Achievements
Secured project funding and policy proposals in federal transportation legislation
Led and coordinated WSDOT Secretary's involvement as Chair of several national
coalitions and committees.
Fregeuent speaker at conferences and meetings and quoted regularly in press
Created advocacy plan that convinced USDOT to establish an inter -agency working group
Co-authored strategy that created the national Public Ferry Agencies Coalition
Led and coordinated a week-long Federal Funding and Policy educational exchange for
Governor's staff in DC
Coordinated Alaska Way Viaduct and Ferries tour for Senate Appropriations, USDOT staff
Wrote presentations for National Surface Transportation Policy & Revenue Study
Commission
Served as Secretary for Western Association of State Departments of Transportation
Assisted in generating strategy that formalized the West Coast Corridor Coalition
Developed federal transportation issue blog that became widely read and referenced
Influenced federal agency to modify regulatory proposal, saving five operating plants
Designed and executed corporate internal communications on critical public policy issue
that generated positive employee feedback and was adapted by other companies
Stopped a key legislative proposal that seriously threatened the industry's and company's
competitive edge in intellectual capital
Countered activist groups & prevented negative press on highly visible, controversial issue
Selected to address a national convention on "How To Lobby Effectively"
Member of Edmonds School Board that was selected as state's School Board of the Year
and later won the state 2001 Diversity Award for outstanding efforts to promote and
value diversity/multicultural education, and served as President.
Attachment 3
Packet Page 196 of 660
Packet Pg. 100
4.5.a
Experience
Transportation Issues Daily / Ehl Advocacy Services (May 2011 — Present)
Publisher / Principal
Transportation Issues Daily is a weekly e-newsletter and daily blog that offers short stories
and analysis about policy and funding issues about all modes, in kitchen -table language. Ehl
Advocacy provides strategic and communications counsel to help clients increase the odds
of securing funding and/or achieve legislative or regulatory goals.
Washington State Dept of Transportation, Olympia (March 2009 — April 2011)
Federal Relations Manager
Develop and execute legislative and communications strategies. Provide counsel on
legislative, communications, and policy issues to DOT Secretary and executives, the
Governor's office, State Agencies, Congressional offices and coalitions. Act as Agency's
primary liaison to Congress and USDOT. Represent WSDOT in, and assist in developing
advocacy plans for, national associations and coalitions. Write briefing papers, testimony,
speeches, and letters for executives, trade associations and coalitions.
Partnership For Learning (April 2008 — March 2009)
Executive Director
Develop and execute strategic advocacy, communications and fundraising plans.
Serve as a spokesman for business community's interests in public education.
Washington State Dept of Transportation, Olympia (March 2002 — April 2008)
Director of Government Relations (July 2007 — April 2008)
Federal Relations Manager (March 2002 - July 2007)
See above description.
Fisher Communications, Seattle (1995 — 2001)
Director of Corporate & Government Relations
Direct corporation's involvement in federal, state and local legislative and regulatory issues.
Monitor and analyze legislative actions, develop and execute communications and
legislative strategies. Write briefing papers, testimony, speeches and letters for executives,
trade associations and coalitions. Serve as company's advocate, decision -maker, and public
speaker in selected business and trade organizations.
U.S. Senator Slade Gorton, Washington, DC and Seattle (1989 — 1995)
Chief Of Staff (1994—1995); Deputy State Director (1992—1993).
Bullocks, Los Angeles (1983 — 1988)
Direct Mail Marketing Manager; Credit Marketing Manager, Customer Service Supervisor.
Packet Page 197 of 660
Packet Pg. 101
4.5.a
Education
Master of Arts, Adult Education and Training; Seattle University; 1983
Bachelor of Arts, History; University of Washington; 1981
Selected Professional and Community Involvement
Cascade Land Conservacy Board, Snohomish County Board (1998-2004)
Board of Directors, Edmonds School District (1997 - 2002)
Packet Page 198 of 660
Packet Pg. 102
4.6
City Council Agenda Item
Meeting Date: 04/25/2017
Contracting & Purchasing Policies Update
Staff Lead: Scott James
Department: Administrative Services
Preparer: Scott James
Background/History
Staff presented the Contracting & Purchasing Policies Amendments to Council on April 18th, 2017. Of
the seven section amendments, five policy sections and one defintion addition are placed onto the
Consent Agenda, with two of the amendments placed onto tonight's Action Items Agenda.
Staff Recommendation
Approve the following amendments to the City's Purchasing Polices and Procedures:
1) Policy title amendment
2) Procurement of Products section amendments
3) Grant Agreement and Grant Reimbursement Documents section amendments
4) Records Retention Requirement section amendments
5) Conflicts of Interest section amendments, and
6) Defintion for Safeguarding Personally Identifiable Informantion.
Narrative
Staff is recommending changes to the existing Purchasing Policies to comply with recent changes in the
Code of Federal Regulations, and increase efficenicies by increasing limits on when projects must be bid
competitively.
The following information describes the proposed changes. All references to page number are related
to the red -lined version.
Compliance with the Code of Federal Regulations:
Grant Aereements and Grant Reimbursement Documents (Paee 4):
Authorizes the Mayor to execute grant agreements for capital projects in the current Capital
Improvement Program and/or Capital Facilities Plan. The Director of the Department
overseeing the capital project would be responsible for the administration of the grant. This
is not part of the code of federal regulations, but it will provide a consistent approach on the
execution and administration of grants.
The Washington State Department of Transportation (WSDOT) administers federal -aid
highway funding for local agencies. All Federal Highway Administration (FHWA) funding
programs provide reimbursement to local agencies through WSDOT after project
expenditures are made by an agency. Federal grant requirements were changed and they
now require payment vouchers to be signed by an official who is authorized to legally bind
Packet Pg. 103
4.6
the non -Federal agency.
The proposed language will meet the federal requirements, since it authorizes the Mayor,
Director or City Engineer to sign all grant reimbursement vouchers for grant funded
transportation projects.
Record Retention Requirements (Page 16):
The existing section is deleted and replaced with new wording to comply with the Code of
Federal Regulations. The new section provides more specific information and requirements
related to the selection and pricing on City contracts.
Conflicts of Interest (Page 17):
Additional language is added to address conflicts of interest related to a Federal Award. A
Conflict of Disclosure Form is added and must be signed by the staff, Mayor and City
Councilmembers who participate in the selection, award, or administration of a contract
supported by a Federal Award.
Safeguard Personally Identifiable Information (Page 18):
This section is added to protect personally identifiable information such as social security
numbers.
Procurement of Products:
Staff recommends increasing the thresholds when procuring products by telephone or written
quotes. The procurement language is also revised to clarify that two quotes can be used when
three can't be obtained after a reasonable search is conducted.
Attachments:
Attachment 1: Redline - Contracting & Purchasing Policy 2017
Attachment 2 - Contracting & Purchasing Policy 2017
Attachment 3 - Apprentice History 2012-2016
Packet Pg. 104
4.6.a
City of Edmonds
`-Oc. 1 $y"
Contracti
and Purchasin
Policies
and
Procedures
March 20173
Style Definition: Heading 1: Left
Formatted: Font: (Default) Arial
a�
r
a
N
0
.O
IL
A
M
r`
Formatted: Font: (Default) Arial N
V
0
.N
IL
06
a�
L
0
U
d
r
C
d
E
L
V
fC
r
r
Q
Packet Pg. 105
4.6.a
Table of Contents
Paqe
Policy....................................................................................................................................................24
Purpose................................................................................................................................................24
Authority..............................................................................................................................................24
Parameters...........................................................................................................................................24
Procurement of Products...................................................................................................................32
Procurement of Professional Services.............................................................................................32
A. Professional, Technical, and Other..........................................................................................32
B. Architectural, Engineering, and Land Surveyor Services(A/E)...............................................43
Grant Agreements and Grant Reimbursement Documents 4
Procurement of Public Works............................................................................................................53
BiddingRequirements........................................................................................................................64
BidProcedures.................................................................................................................................64
ApprenticeRequirements.................................................................................................................76
ResponsibleBidder Criteria.............................................................................................................99
SmallWorks Roster........................................................................................................................1344
Limited Pubic Works Process.....................................................................................................1442
Change Orders on Public Works Construction Contracts..........................................................1155a3 Formatted: Font: Not Bold
Reimbursement of Expenses.........................................................................................................1543
OtherIssues....................................................................................................................................1543
InterlocalAgreements................................................................................................................1543
Sole Source Procurement..........................................................................................................1644
Special Market Conditions..........................................................................................................1644
Emergencies...............................................................................................................................1644
Record Retention Requirements................................................................................................1644
State Minimum Bidding Requirements.......................................................................................1645
Conflictsof Interest.....................................................................................................................1745
Formsand Templates................................................................................................................1715
Recyclables................................................................................................................................1745
SurplusItems..............................................................................................................................1845
StoreIssued Charge Cards........................................................................................................1845
PurchaseCards..........................................................................................................................1845
QuickChecks.............................................................................................................................184-5
EarlyRelease.............................................................................................................................1845
PettyCash..................................................................................................................................1845
BudgetAdjustments...................................................................................................................1846
Exclusive Contract Agreements.................................................................................................1846
Expenditures of Direct or Indirect Federal Financial Assistance................................................1846
Safeguard Personally Identifiable Information...........................................................................1846
FinanceCommittee....................................................................................................................1946
Conflict of Interest Disclosure Form..............................................................................................
20
City of Edmonds Purchasing Policy MaFGh �-'^"April 2017
Page 1 of 21486
Packet Pg. 106
4.6.a
Policy
The City of Edmonds will acquire goods and services in a manner that results in the most efficient delivery
of the same considering cost and value received.
To avoid conflict of interest, procurement will be impartial. Procurement of goods and services will provide
the City with the best quality for the best value and will be for the benefit of the public. Employees are
prohibited from making purchases for personal use and charging any City vendor account. Purchases
will be made within budget limits and to meet goals and objectives approved in the City's budget.
Potential purchases that are not within budget limits will be pre -approved through a budget amendment
process. All City purchases will ultimately be approved by the City Council through the voucher approval
process.
Purpose
This administrative manual establishes City responsibilities and policies, procedures, and practices to
follow to purchase equipment, materials, and services. All employees must follow established policies and
procedures. The City's purchasing policies and procedures, however, are intended solely for the benefit
of the City. Nothing therein shall be interpreted to create any specially benefited or protected class of
persons, or any private cause of action against the City. Adherence to policies and procedures will
ensure that public purchases and contracts are open, fair, and at the least cost to the public. Policies and
procedures are divided into six major areas: 1) Procurement of Products, 2) Procurement of Professional
Services, 3) Procurement of Public Works, 4) Bidding Requirements, 5) Reimbursement of Expenses,
and 6) Other Issues.
Authority
A department director (or designee), acting within his/her department budget, is authorized to provide for
supplies and services purchases. To ensure the City's fiscal responsibility, purchases are coordinated
through the Finance Department. The City's procurement procedures are based on Revised Code of
Washington minimum standards, Edmonds City Council adopted resolutions and ordinances, rules and
guidelines from the State Auditor's Office, and recommendations from Municipal Research Services
Center.
Parameters
Dollar -value ranges indicated pertain to each purchase (including tax, freight, handling and set up costs, if
applicable). Purchases cannot be broken into multiple purchases to avoid compliance with State statutes
and City policies.
Procurement of goods or services specifically identified and approved by Council during the budget
process are excluded from pre -approval requirements.
Any contract that extends beyond the approved budget cycle or which has continuing provisions
(indemnities) which impose obligations beyond the budget cycle must go to Council for authorization;
provided that the Mayor (or designees) shall be authorized to execute contracts with indemnity provisions
that survive expiration or termination of the contracts if the following conditions are met: (1) City Attorney
determines that the indemnity provision is in a standard form that assigns risks in a manner consistent
with the costs and purposes of the contract; and (2) the dollar value of the contract is less than $100,000.
City of Edmonds Purchasing Policy Ma�on13April 2017
Page 2 of 21486
Formatted: Font: (Default) Arial
Packet Pg. 107
4.6.a
Procurement of Products
Purchasing decisions costing $50,000 or less must be approved by the department director (or
designee). Purchases costing between $40-,09020,000 and $2-5-,00935,000 require at least three
telephone quotes from vendors (unless the items are from a sole source vendor), and completion
of the vendor quote form.
Purchasing decisions costing more than $2—R-,00035,000 but less than $50,000 must be approved
by the department director (or designees). Purchases require written quotations from, if possible,
at least three vendors (unless the items are from a sole source vendor or if only two possible
vendors can be found).
Purchasing decisions costing more than $50,000 but less than $100,000 must be approved by
the department director and the Mayor (or their designees). Purchases require written quotations
from, if possible, at least three vendors (unless the items are from a sole source vendor or if only
two possible vendors can be found).
Purchases in excess of $100,000 must be bid competitively (unless the items are from a sole
source vendor). See Bidding Requirements below. The City Council must authorize the call for
bids for a purchase estimated at $100,000 or more, as well as award the contract.
When soliciting quotes, the City will not inform a vendor of other vendors' quotes.
All quotes/bids must be awarded to the lowest responsible bidder.
Procurement of Professional Services
A. Professional, Technical, and Other Services
1. Professional, Technical and Other services include disciplines not specifically related to A/E
such as attorneys, computer programmers, financial analysts, bond counsels, artists,
planners, real estate appraisers, landscapers, etc.
2. Purchase of professional services requires completion of a City professional service contract
that describes services to be performed and purchase price.
3. The department director (or designee) must approve purchases of professional services
costing $50,000 or less, and provided funds have been budgeted is authorized to sign the
contract.
4. The department director and the Mayor (or their designees) must approve purchases of
professional services costing more than $50,000 but less than $100,000. The Mayor is
authorized to sign the contract provided funds have been budgeted.
5. Professional services with an estimated consultant fee of $100,000 or greater, require a
focused public solicitation to ensure the consultant has the necessary expertise. If the work
is not part of a project listed in the most current City Council Approved budget or CIP, a
summary of the public solicitation must be put on the City Council agenda for approval prior
to advertisement. The City Council must approve Professional Service contracts costing more
than $100,000, and authorize the Mayor to sign the contract.
6. Expertise, experience, including prior experience with the City, timeframe for completing
projects, and the value of a negotiated agreement will be considered when choosing a
consultant/firm to perform professional services.
City of Edmonds Purchasing Policy Ma�on13April 2017
Page 3 of 21496
Formatted: Font: (Default) Arial
Packet Pg. 108
4.6.a
B. Architectural, Engineering and Land Surveyor Services (A/E)
1. Procurement of A/E services will be in accordance with Chapter 39.80 RCW. The statute
requires advance notice of the need for professional services (RCW 39.80.030), evaluation of
firms' qualifications and performance (RCW 39.80.040), and negotiation with firms in
accordance with adjudged qualifications (RCW 39.80.050). A/E purchases will be coordinated
through the Public Works Department to ensure compliance with State statutes.
2. The department director (or designee) are designated authority to approve advertising
Requests for Qualifications (RFQ's) for A/E services when the estimated consultant contract
fee is $50,000 or less and to approve proceeding with procurement of A/E services using the
A/E Consultant Roster, provided funds have been budgeted by Council.
3. The department director and the Mayor (or their designees) must approve consultant
contracts when the estimated consultant contract fee is greater than $50,000, but less than
$100,000, provided funds have been budgeted.. The Mayor is authorized to sign the
contract.
4. Per Resolution 1155 the City utilizes the A/E consultant roster maintained by Municipal
Research and Services Center (MRSC).
5. Selection of an A/E consultant from the consultant roster may be made if the estimated
consultant fee is $100,000 or less.
6. All projects with an estimated A/E consultant fee of $100,000 or greater, and projects that are
sufficiently complex/unique will require a focused public solicitation advertised as a Request
for Qualification (RFQ's) to ensure the A/E consultant has the necessary expertise. If the
project is not listed in the City's current City Council Approved budget or CIP, a summary of
the RFQ and project details must be put on the City Council agenda for approval prior to
advertising the RFQ. The City Council must approve A/E Professional Service contracts
costing more than $100,000, and authorize the Mayor to sign the contract.
7. A selection panel, with a minimum of three employees, shall be used to select an A/E
consultant when the estimated consultant fee exceeds $100,000. A selection panel is
optional when the A/E consultant fee is estimated to be less than $100,000.
8. Purchase of A/E services require completion of a City professional service contract that
describes services to be performed and purchase price.
Grant Agreements and Grant Reimbursement Documents
The mayor shall be authorized to execute grant agreements for capital projects where
the city council previously authorized the,project in the current capital improvement Formatted: Font. Arial
program and., for growth -related projects, where the scope of the project is substantially Formatted: Font: Arial
consistent with the project description in the capital facilities plan_ Formatted: Font: Arial
.Once a grant agreement has been properly executed as provided above, the director of Formatted: Font: Arial
the department overseeing the capital protect may execute documents necessary to Formatted: Font. (Default) Arias
implement the grant agreement, including documents necessary for the city to be Formatted: Normal
reimbursed by the granting agency.
I City of Edmonds Purchasing Policy Ma�on13April 2017
Page 4 of 214N
Packet Pg. 109
4.6.a
The Federal Highway Administration, through the state,, ,sometimes authorizes federal
Formatted: Font: Anal
transportation funding to the CitV of Edmonds for transportation projects. The Code of
Formatted: Font: Arial
Federal Regulations, 2 CFR 200.415(a) has been revised to ensure that final fiscal
reports or vouchers requesting payment under federal agreements must include the
following certification, which, under this policy, may be signed bV the mayor, director, ,Or
Formatted: Font: Anal
city engineer, who are.herebV authorized to legally bind the city for the sole purpose of
Formatted: Font: Anal
requesting reimbursement for federally funded transportation projects to terms that are
Formatted: Font: Arial
consistent with the applicable grant agreement:
Formatted: Font: Arial
"By signing this report, I certify to the best of my knowledge and belief that the report is
Formatted: Font: Arial
true, complete, and accurate, and the expenditures, disbursements and cash receipts
are for the purposes and objectives set forth in the terms and conditions of the Federal
award. I am aware that any false, fictitious, or fraudulent information, or the omission of
any material fact, maV subject me to criminal, civil or administrative penalties for fraud,
false statements, false claims or otherwise. (U.S. Code Title 18, Section 1001 and Title
31, Sections 3729-3730 and 3801-3812)."
Procurement of Public Works
RCW 39.04.010 defines public works to include all work, construction, alteration, repair or improvement
other than ordinary maintenance, executed at the cost of the City. (Most public works projects are multiple
craft, defined as more than one type of work being executed.)
1. City employees may be used to perform public works projects until the accumulated costs of public
works projects performed by them during a budget cycle meets ten percent of the City's public works
construction budget; PROVIDED that, for any public works project costing more than fifty -sixty-five
thousand dollars, if multiple crafts or trades are involved, or thhly-forty thousand dollars, if only a
single craft or trade is involved, must be bid competitively. See Bidding Requirements below.
2. Starting in January 1, 2010, the bid limits above will be sixty five thousand dollars and forty
thousand dollars, respectively.
3. Once the accumulated cost of public works project performed by City employees during a budget
cycle meets or exceeds ten percent of the City's public works construction budget, all other public works
projects must be bid competitively, regardless of estimated costs. See Bidding Requirement below.
4. Public works projects are governed by prevailing wage requirements, regardless of contract
amount.
5. Except as noted below for Small Works Roster or limited public works, a bid bond of five percent
will be required on all public works bids, and a performance bond (or retainage for public works contracts
of thirty five thousand dollars or less) will also be required pursuant to Chapter 39.08 RCW on public
works contracts.
I City of Edmonds Purchasing Policy Ma�on13April 2017
Page 5 of 21486
Formatted: Font: Not Bold, Not Italic
Packet Pg. 110
4.6.a
Bidding Requirements
The competitive bid process is generally (although not exclusively) used for public works projects.
Dollar -value ranges indicated pertain to each purchase (including tax, freight, handling and set up costs, if
applicable). Purchases cannot be broken into multiple purchases to avoid compliance with State statutes
or City policies and procedures. Negotiations on bids are not permitted.
Bid Procedures
1. Authorization for Bids
Authorization to call for bids will be approved by the department director (or designee) for public
works projects estimated at less than $50,000; and by the department director and the Mayor (or their
designees) for a public works project costing more than $50,000. If the project is not included in the
current City Council Approved budget or CIP, the City Council must authorize the call for bids for a
project estimated at $100,000 or more.
2. Publication of Notice
After proper authorization, the requesting department director (or designee) will publish the
advertisement for Bids reasonably in advance of the bid submittal deadline in the official newspaper
or a newspaper of general circulation most likely to bring responsive bids.
3. Notice Contents
Notice (or advertisement) for bids should contain definite specifications and procedures for bidders to
use to estimate their bids. A bid notice for public work should include:
project title,
nature and scope of work or goods sought,
where contract documents (plans and specifications) can be reviewed or obtained,
cost, if any, to obtain a set of contract documents,
place, date, and time that bids are due,
place, date, and time that bids will be opened (if different from above),
materials and equipment to be furnished by the City, if any,
statement that a bid bond must accompany the bid for public works projects, and a
statement that the City retains the right to reject any and all bids and to waive minor
irregularities in the bidding process.
In addition, the City may provide evaluation criteria; minimum qualification expectations; date, time,
and location of pre -bid conference (if applicable); and name, address, and telephone number of the
project contact to assist bidders in preparing responsive submittals.
4. Bid Opening
Bids are submitted to the City Clerk's Office, where they are time and date stamped and processed.
No bids will be opened prior to the predetermined date and time.
5. Report on Bids
The requesting department director will report on all bids received with a recommendation on the
lowest responsible bidder, if any, or to reject all bids.
City of Edmonds Purchasing Policy Ma�on13April 2017 Page 6 of 21486
Packet Pg. 111
4.6.a
6. Bid Award
Unless all bids are rejected, a winning bid must be awarded to the lowest responsible bidder by the
department director (or designee) for a public works project costing less than $50,000; and by the
department director and the Mayor (or their designees) for a public works project costing more than
$50,000 but less than $100,000. The City Council must award bids which exceed $100,000. The
City may chose to reject all bids for any reason.
The following shall apply to bid solicitations:
• Selection of a winning offer is based primarily on low bid, after factoring whenever possible such
costs as maintenance and operations over the expected period of use. Consideration, however,
may also be given for the following:
• Ability, capacity, expertise and skill of the bidder to perform the contract.
• Character, integrity, reputation, judgment, experience, and efficiency of bidder.
• Ability to perform within time specified.
• Quality of performance of previous contract(s).
• Other information having a bearing on the decision to award the contract.
• Minimum qualifications must be provided to ensure respondents are reasonably qualified.
Minimum qualification requirement should be compared against the marketplace to ensure they
are not overly restrictive.
• To ensure consistency and fair process, the City will use standard forms, documents, contracts,
and terms and conditions, when practical. The Public Works & Finance Departments will maintain
templates for bid -related documents for use by departments. The City may use an evaluation
selection committee to promote an open and proper selection. The requesting department
director will appoint committee members to act in an advisory capacity.
• When practical, the City will conduct a pre -bid conference to allow a thorough discussion of the
City's expectations, intent, scope, specifications, and terms. Interested companies should be
encouraged to attend.
• Every bidder for a public works contract that is expected to cost one million dollars or more must
submit as part of the bid, or within one hour after the published bid submittal time, the names of
the subcontractors with whom the bidder, if awarded the contract, will subcontract for
performance of the work of: HVAC (heating, ventilation, and air conditioning); plumbing as
described in chapter 18.106 RCW; and electrical as described in chapter 19.28 RCW, or to name
itself for the work. The bidder shall not list more than one subcontractor for each category of work
identified, unless subcontractors vary with bid alternates, in which case the prime contract bidder
must indicate which subcontractor will be used for which alternate. Failure of bidder to submit as
part of the bid the names of such subcontractors or to name itself to perform such work or the
naming of two or more subcontractors to perform the same work shall render the bid
nonresponsive and, therefore, void.
• If no responsive bid is received on the first call the City may readvertise and make a second call,
or without any further call, it may enter into a negotiated contract, purchase the supplies, material
or equipment or perform the work or improvement using its own employees.
Apprentice Requirements
A. Definitions.
City of Edmonds Purchasing Policy Ma�on13April 2017 Page 7 of 21486
Packet Pg. 112
4.6.a
1. "Apprentice" means an apprentice enrolled in a state -approved apprenticeship training
program.
2. "Contractor" means a person, corporation, partnership, limited liability company, or
joint venture entering into a contract with the City to construct a public work.
3. "Labor hours" refers to the total number of hours worked by workers receiving an
hourly wage who are directly employed on the site of the public work and who are subject
to state or federal prevailing wage requirements. "Labor hours" shall also include hours
worked by workers employed by subcontractors on the site of the public work, and shall
include additional hours worked as a result of a contract or project adjustment or
pursuant to an agreed -upon change order.
4. "Estimated cost' means the anticipated cost of a public work, as determined by the
City, based upon the expected costs of materials, supplies, equipment, and labor, but
excluding taxes and contingency funds.
5. "Public work" refers to all City funded construction projects that constitute a public
work pursuant to RCW 39.04.010 as now or hereafter amended and estimated to cost
$25all 000,000 or more.
6. "State -approved apprenticeship training program" means an apprenticeship program
approved or recognized by the Washington State Apprenticeship and Training Council.
7. "Subcontractor" means a person, corporation, partnership, limited liability company, or
joint venture that has contracted with the contractor to perform all or part of the work to
construct a public work by a contractor.
B. Apprentice utilization.
Apprentices shall be utilized for the construction of public works by contractors and
subcontractors in accordance with this section.
1. Apprenticeship utilization program goal. For public works contracts with an estimated
cost of Two Hundred Fifty Thou One Million Dollars ($259 1 000,000) or more, the
Director of Public Works, or his designee, is authorized to require that up to f+fteert ten
percent (105%) of the contract labor hours, including contractor and subcontractor hours,
be performed by apprentices.
2. Contract requirements. Contract documents for such public works construction
projects shall include provisions detailing the apprentice labor requirements.
City of Edmonds Purchasing Policy Ma�on13April 2017 Page 8 of 21486
Packet Pg. 113
4.6.a
3. Monitoring. The City will include an Apprenticeship Utilization Form for contractors to
complete when submitting their bid documents, which identifies the intended usage of
apprentices by the contractor and any subcontractors. This document will require the
identification of individual apprentices by name and Washington State apprenticeship
registration number, an estimate of the total apprentice labor hours, and the identification
of apprentice hours to be worked by minorities, women, persons with disabilities and
disadvantaged youth. This provision is not intended and shall not be used to discriminate
against any applicant for training. In addition, the City will require the submittal of an
Apprenticeship Verification Form by the contractor at the conclusion of the public works
project that will identify the actual work performed by apprentices for the contractor and
subcontractors.
4. Failure to meet utilization goal. Failure by a contractor to comply with established
apprenticeship requirements, unless otherwise adjusted or waived in writing as set forth
below, shall be deemed a breach of contract for which the City shall be entitled to all
remedies allowed by law under the contract. Failure to comply with the apprenticeship
requirements may also be considered evidence bearing on a contractor's qualification for
award of future contracts with the City.
5. Adjustment and waiver. The Director of Public Works, or his designee, may adjust or
waive the requirements of this section for a specific project at any time for the following
reasons:
(a) The demonstrated lack of availability of apprentices in specific
geographic areas;
(b) A disproportionately high ratio of material costs to labor hours, which
does not make feasible the required minimum levels of apprentice
participation;
(c) The reasonable and necessary requirements of the contract render
apprentice utilization infeasible at the required levels;
(d) In order to meet the requirement, the contractor will be forced to
displace members of its workforce;
(e) The participating contractor has demonstrated a good faith effort to
comply with the requirements of this section; and/or
Other criteria deemed appropriate that are not inconsistent with the purpose and goals of this section.
Responsible Bidder Criteria
A. Mandatory responsible bidder criteria.
City of Edmonds Purchasing Policy Ma�on13April 2017 Page 9 of 21486
Packet Pg. 114
4.6.a
1. The bidder responsibility criteria set forth in this section shall be used by the Public
Works Department to establish the minimum requirements for all contractors and
subcontractors bidding on City contracts for public work (as those terms are defined in
RCW 39.04.010). The bid documents shall set forth the documentation to be submitted by
bidders to demonstrate their compliance with the mandatory responsible bidder criteria.
2. To be considered a responsible bidder and qualified to be awarded a City contract for
public work, the bidder must:
(a) At the time of bid submittal, have a certificate of registration in
compliance with chapter 18.27 RCW (contractor registration);
(b) Have a current state unified business identifier (UBI) number;
(c) If applicable, have:
(i) industrial insurance coverage for the bidder's employees
working in Washington as required in Title 51 RCW;
(ii) a state employment security department number as required
in Title 50 RCW; and
(iii) a state excise tax registration number as required in Title 82
RCW;
(d) Not be disqualified from bidding on any public works contract under
RCW 39.06.010 or RCW 39.12.065(3); and
(e) Until December 31, 2013, not have violated RCW 39.04.370 more than
one time as determined by the State Department of Labor and Industries.
3. A bidder must verify mandatory responsibility criteria for each first tier subcontractor,
and a subcontractor of any tier that hires other subcontractors must verify mandatory
responsibility criteria for each of its subcontractors. Verification shall include that each
subcontractor, at the time of subcontract execution, meets the responsibility criteria listed
in RCW 39.04.350(1) and ECC 18.00.060 and possesses an electrical contractor license,
if required by chapter 19.28 RCW, or an elevator contractor license, if required by chapter
70.87 RCW. This verification requirement, as well as the mandatory responsibility criteria,
must be included in every public works contract and subcontract of every tier.
B. Supplemental responsible bidder criteria.
City of Edmonds Purchasing Policy Ma�on13April 2017 Page 10 of 21496
Packet Pg. 115
4.6.a
1. In addition to the mandatory bidder responsibility criteria set forth in ECC 18.00.060
(A), the Public Works Department may adopt in connection with a particular project
relevant supplemental bidder responsibility criteria which the bidder must meet. Those
supplemental criteria, including the basis for evaluation and the deadlines for requesting
modification of the supplemental bidder responsibility criteria and for appealing a
determination that a low bidder is not responsible under the supplemental bidder
responsibility criteria, shall be provided in the invitation to bid or bidding documents.
2. As relevant to a particular project, supplemental bidder responsibility criteria may be
included to require that:
(a) The bidder shall not owe delinquent taxes to the Washington State
Department of Revenue without a payment plan approved by the Department
of Revenue;
(b) The bidder shall not currently be debarred or suspended by the federal
government;
(c) The bidder shall have complied with minority and women's business
enterprises, disadvantaged business enterprises, or other similar utilization
requirements or goals on federally -funded public works projects with such
requirements completed by the bidder within three years of the bid submittal
date, unless there are extenuating circumstances acceptable to the City;
(d) The bidder shall not be listed as an ineligible contractor on the federal GSA
Excluded Parties List System set forth by 31 U.S.0 § 6101 and Executive
Order 13496;
(e) If bidding on a public works project subject to the apprenticeship utilization
requirements in ECC 18.00.050, the bidder:
(i) shall not have been found out of compliance with apprenticeship
requirements of ECC 18.00.050 unless otherwise excepted or waived in
writing by the Mayor or the Mayor's designee pursuant to that section for
a one-year period immediately preceding the date of the bid submittal
deadline; and
(ii) shall have complied with apprenticeship utilization goals on public works
projects having such requirements that were completed by the bidder
within a three-year period immediately preceding the date of the bid
submittal deadline, unless there are extenuating circumstances
acceptable to the City;
(f) The bidder shall not have been convicted of a crime involving bidding on a
public works contract within five years from the bid submittal deadline;
(g) The bidder's standard subcontract form shall include the subcontractor
responsibility language required by RCW 39.06.020, and the bidder shall
have an established procedure which it utilizes to validate the responsibility
of each of its subcontractors. The bidder's subcontract form shall also include
a requirement that each of its subcontractors shall have and document a
similar procedure to determine whether the sub -tier subcontractors with
City of Edmonds Purchasing Policy Ma�on13April 2017 Page 11 of 21U6
Packet Pg. 116
4.6.a
which it contracts are also "responsible" subcontractors as defined by RCW
39.06.020;
(h) The bidder shall not have a record of excessive claims filed against the
retainage or payment bonds for public works projects during the previous
three years that demonstrate a lack of effective management by the bidder of
making timely and appropriate payments to its subcontractors, suppliers, and
workers, unless there are extenuating circumstances acceptable to the City;
(i) The bidder shall have successfully completed projects of a similar size and
scope as required by the contract documents for the project. In evaluating
whether projects were successfully completed, the City may check owner
references for previous projects and evaluate the owner's assessment of
bidder performance, including but not limited to quality control, safety record,
timeliness of performance, use of skilled personnel, management of
subcontractors, availability of and use of appropriate equipment, compliance
with contract documents, and management of submittals process, change
orders and close-out;
0) The bidder shall not have had any public works contract terminated for cause
by a government agency during the five year period immediately preceding
the bid submittal deadline for the project, unless there are extenuating
circumstances acceptable to the City;
(k) The bidder shall not have judgments entered by a court of law against the
bidder within five years of the bid submittal date that demonstrate a pattern of
failing to meet the terms of contracts, unless there are extenuating
circumstances acceptable to the City; and
(1) The bidder shall not have a documented pattern of prevailing wage
complaints filed against it within five years of the bid submittal date that
demonstrates a failure to pay workers prevailing wages, unless there are
extenuating circumstances acceptable to the City.
3. Supplemental bidder responsibility criteria may include any other criteria determined
by the City to be relevant to the particular project being bid, including but not limited to
the ability, capacity and skill of the bidder to perform, the experience and efficiency of the
bidder, the financial situation of the bidder, and the performance of the bidder on previous
contracts or services.
4. In a timely manner before the bid submittal deadline, a potential bidder may request
that the City modify the supplemental bidder responsibility criteria. The City must
evaluate the information submitted by the potential bidder and respond before the bid
submittal deadline. If the evaluation results in a change of the criteria, the City must
publish an addendum to the bidding documents identifying the modified criteria.
5. If the bidder fails to supply information requested concerning responsibility within the
time and manner specified in the bid documents, the City may base its determination of
responsibility upon any available information related to the supplemental criteria or may
find the bidder not responsible.
6. If the City determines a bidder to be not responsible, the City must provide, in writing,
the reasons for the determination. The bidder may appeal the determination within the
time period specified in the bidding documents by presenting additional information to the
City of Edmonds Purchasing Policy Ma�on13April 2017 Page 12 of 21486
Packet Pg. 117
4.6.a
a�
r
a
City. The City must consider the additional information before issuing its final
determination. If the final determination affirms that the bidder is not responsible, the City y
may not execute a contract with any other bidder until two business days after the bidder
determined to be not responsible has received the final determination. p
IL
,7. The invitation to bid or bidding documents shall specify the times, manner and Formatted: Font: Aral C
means of communications, deadlines and determinations required by this section.
Small Works Roster
t
The City of Edmonds has entered into an agreement with Municipal Research and Services Center,
whereas they will maintain the Small Works Roster. d
06
Resolution 1155, passed November 5, 2007 established a small works roster process to award public
works contracts, and is incorporated below. The Mayor (or designee) is authorized to proceed with },
procurement from the Rosters, provided funds have been budgeted by Council.
ca
L
r
Use of the Small Works Roster allows the City to preclude the advertisement requirements and sealed
bidding procedures of the formal competitive process. All other bidding procedures and requirements not �j
in conflict remain the same.
CO)
The following small works roster procedures are established for use by the City pursuant to RCW rn
39.04.155:
Cost. The City need not comply with formal sealed bidding procedures for the construction,
building, renovation, remodeling, alteration, repair, or improvement of real property where the
estimated cost does not exceed Three Hundred Thousand Dollars ($300,000.00), which includes
the costs of labor, material, equipment and sales and/or use taxes as applicable. Instead, the
City may use the small works roster procedures for public works projects as set forth herein. The
breaking of any project into units or accomplishing any projects by phases is prohibited if it is
done for the purpose of avoiding the maximum dollar amount of a contract that may be let using
the small works roster process.
2. Publication. At least once a year, on behalf of the City, MRSC shall publish in a newspaper of
general circulation within the jurisdiction a notice of the existence of the roster or rosters and
solicit the names of contractors for such roster or rosters. Responsible contractors shall be
added to appropriate MRSC roster or rosters at any time that they submit a written request and
necessary records. The City may require master contracts to be signed that become effective
when a specific award is made using a small works roster.
3. Telephone or Written Quotations. The City shall obtain telephone, written or electronic
quotations (in accordance with City of Edmonds Purchasing Policies and Procedures) for public
works contracts from contractors on the appropriate small works roster to assure that a
competitive price is established and to award contracts to a contractor who meets the mandatory
bidder responsibility criteria in RCW 39.04.350(1) and any pre -establish supplementary bidder
criteria under RCW 39.04.350(2).
a) A contract awarded from a small works roster need not be advertised. Invitations for
quotations shall include an estimate of the scope and nature of the work to be performed as
well as materials and equipment to be furnished. However, detailed plans and specifications
need not be included in the invitation.
b) Quotations may be invited from all appropriate contractors on the appropriate small works
roster. As an alternative, quotations may be invited from at least five contractors on the
appropriate small works roster who have indicated the capability of performing the kind of
work being contracted, in a manner that will equitably distribute the opportunity among the
contractors on the appropriate roster. "Equitably distribute" means that the City may not favor
i City of Edmonds Purchasing Policy Ma�on13April 2017
Page 13 of 21486
Packet Pg. 118
4.6.a
certain contractors on the appropriate small works roster over other contractors on the
appropriate small works roster who perform similar services.
If the estimated cost of the work is from one hundred fifty thousand dollars ($150,000) to
three hundred thousand dollars ($300,000), and the City chooses to solicit bids from at least
five, but less than all the appropriate contractors on the appropriate small works roster, the
City must notify the remaining contractors on the appropriate small works roster that
quotations on the work are being sought. The City has the sole option of determining
whether this notice to the remaining contractors is made by:
(i) publishing notice in a legal newspaper in general circulation in the area where the work
is to be done;
(ii) mailing a notice to these contractors; or
(iii) sending a notice to these contractors by facsimile or email.
c) At the time bids are solicited, the City representative shall not inform a contractor of the
terms or amount of any other contractor's bid for the same project;
d) A written record shall be made by the City representative of each contractor's bid on the
project and of any conditions imposed on the bid. Immediately after an award is made, the
bid quotations obtained shall be recorded, open to public inspection, and available by
telephone inquiry.
4. Limited Public Works Process. If a work, construction, alteration, repair, or improvement
project is estimated to cost less than thirty-five thousand dollars ($35,000), the City may award
such a contract using the limited public works process provided under RCW 39.04.155(3). For a
limited public works project, the City will solicit electronic or written quotations (note: no telephone
quotations permitted) from a minimum of three contractors from the appropriate small works
roster and shall award the contract to the lowest responsible bidder as defined under RCW
39.04.010. After an award is made, the quotations shall be open to public inspection and
available by electronic request.
For limited public works projects, the City may waive the payment and performance bond
requirements of chapter 39.08 RCW and the retainage requirements of chapter 60.28 RCW,
thereby assuming the liability for the contractor's nonpayment of laborers, mechanics,
subcontractors, materialmen, suppliers, and taxes imposed under Title 82 RCW that may be due
from the contractor for the limited public works project. However, the City shall have the right of
recovery against the contractor for any payments made on the contractor's behalf.
The City shall maintain a list of the contractors contacted and the contracts awarded during the
previous 24 months under the limited public works process, including the name of the contractor,
the contractor's registration number, the amount of the contract, a brief description of the type of
work performed, and the date the contract was awarded.
5. Determining Lowest Responsible Bidder. The contract must be awarded to the contractor
submitting the lowest responsible bid, or all bids must be rejected. If all bids are rejected, the City
may call for new bids. A responsible bidder shall be a registered and/or licensed contractor who
meets the mandatory bidder responsibility criteria established by RCW 39.04.350 and any
supplementary criteria pre -established by the City.
6. Award. For contracts of $100,000 or more, the Mayor or his designee shall present all
quotations/bids and recommendation for award of the contract to the lowest responsible bidder to
the City Council for approval. For public works project contracts of less than $100,000, the Mayor
or his designee shall have the authority to award public works contracts.
City of Edmonds Purchasing Policy Ma�on13April 2017 Page 14 of 21486
Packet Pg. 119
4.6.a
Bond and Other Requirements. Vendors/contractors selected off the Small Works Roster are
not relieved from observing applicable legal requirements such as Bid Bond, Performance Bond,
Retainage Requirements, Prevailing Wage, Labor and Material Bonding, etc. The City may waive
bid bond for any solicitation using the Small Works Roster process, and/or performance bond for
any contract awarded using the limited public works process.
Change Orders on Public Works Construction Contracts
Approval of change orders on Public Works Construction Contracts shall be in accordance with the
following requirements:
1. City Council members shall be notified by e-mail of any change order in excess of $50,000.
2. City Council approval shall be required for:
a) any change order in excess of $100,000
b) any change order which puts the total of change orders on a project over the designated
management reserve.
c) If City Council approval is required for a change order, but circumstances require a
speedier approval, the Mayor is authorized to approve the required work provided that
the change order and a written statement of the special circumstances requiring speedier
approval is placed on the next City Council agenda for review.
Reimbursement of Expenses
Travel and Meetina Expenses
Travel or training requires the requesting department director's prior approval. Expenses incurred on
authorized travel will be reimbursed as submitted on the required, itemized, Claim for Expenses form.
Receipts must be submitted with the claim form for all expenses except meals.
To qualify for reimbursement, submitted expenses must be within 30 days of incurrence, reasonable and
prudent under the circumstances, and directly relate to the conduct of City business or service.
Reimbursement for personal expenses is prohibited. Travel mileage by private vehicle is reimbursed at
the City's established rate, which is the current IRS rate.
Other Issues
Interlocal Aareements
Solicitation of bids/quotations is not required when purchases of materials, supplies, or equipment are
made under State standard contracts or similar contracts executed by and through other local
governments. The City Council must approve an interlocal agreement with the local government or State
agency after confirming that the other government or agency has complied or intends to comply with its
own statutory requirements and either (i) posted the bid or solicitation notice on a web site established
and maintained by a public agency, purchasing cooperative, or similar service provider, for purposes of
posting public notice of bid or proposal solicitations, or (ii) provided an access link on the state's web
portal to the notice.
Neither solicitation of bids/quotations nor interlocal agreement is required when purchasing materials,
supplies, or equipment from or through the United States of America or any agency thereof (RCW
39.32.070).
All internal procurement approval requirements must be observed and the process must comply with
state statutory requirements.
City of Edmonds Purchasing Policy Ma�on13April 2017 Page 15 of 21486
Packet Pg. 120
4.6.a
Sole Source Procurement
If, after conducting a good faith review of available resources, the requesting department director
determines that there is only one source of the required materials, supplies, equipment or service
(including public works), a purchase may be awarded without complying with established bid
requirements.
The requesting department will submit a written request for sole source procurement with negotiated
contract price, terms, conditions and delivery for approval. The vendor must certify that the City is getting
the lowest price offered as compared to similarly situated clients, terms and conditions. Department
directors can approve Sole Source purchases up to $50,000, the department director and the Mayor can
approve sole source purchases costing more that $50,000 but less than $100,000. Council must approve
sole source purchases costing more that $100,000. Immediately after the award of any sole source
purchase, the factual basis for awarding the same must be recorded and open to public inspection.
Special Market Conditions
The City may waive established bidding requirements if an opportunity arises to purchase favorably -
priced supplies, materials or equipment unrelated to public works projects that will be sold before the City
can conduct the bid process. The City may waive established bidding requirements and acquire any
supplies, materials, and equipment through an auction if the items can be purchased at a competitive
price.
Waiver will be authorized by the Mayor (or designee). Immediately after the award of any special market
conditions contract, the contract and the factual basis for awarding the same must be recorded and open
to public inspection.
Emergencies
In case of unforeseen circumstances beyond the control of the City that present a real and immediate
threat to the City's ability to properly perform essential functions, or to City property or the safety of
citizens and/or staff, the Mayor (or designee) can waive bid requirements to purchase supplies, materials,
equipment or services to stabilize the emergency condition. Purchases must be properly documented as
an emergency as soon as possible following the event.
Within two weeks of confirming the emergency existed, the City Council will adopt a resolution certifying
the emergency situation existed.
Record Retention Requirements
v d hen n'lohle 4e. ni lblin in eGtir.n
The City must maintain records sufficient to detail the history of procurement. These Formatted: Font. (Default) Aral
records will include, but are not necessarily limited to the following: rationale for the
method of procurement, selection of contract type, contractor selection or resection, and
the basis for the contract price. All quote/bid documents must be retained as indicated
in the State of Washington Retention Schedule and be available for public inspection.
State Minimum Bidding Requirements
On a case by case basis, the City Council may waive any requirement contained in the City's purchasing
policies and procedures as long as the result complies with applicable state laws.
I City of Edmonds Purchasing Policy Ma�on13April 2017
Page 16 of 21486
Packet Pg. 121
4.6.a
Conflicts of Interest
The City will not accept donations of materials or services in return for a commitment to continue or
initiate a purchasing agreement. No employee will participate in a procurement when they are aware of a
conflict of interest, or accept gifts or gratuities from existing or potential vendors in return for a
commitment to continue or initiate a purchasing relationship. See also RCW 42.23.030 and Chapter 3.70
ECC.
The City n maintains wfitter>-the following standards of conduct covering conflicts of interest and - Formatted: Font: (Default) Arial, 10 pt
governing the performance of its employees engaged in the selection, award and administration of
contracts. No employee or elected official of the City niustcan participate in the selection, award, or
administration of a contract supported by a Federal award if he or she has a real or apparent conflict of
interest. Such a conflict of interest would arise when the employee or elected official, any member of his
or her immediate family, his or her partner, or an organization which employs or is about to employ any of
the parties indicated herein, has a financial or other interest in or a tangible personal benefit from a firm
considered for a contract. The employees and elected officials of the City must neither solicit nor accept
gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. However, in
accordance with Section 10.14 of the City Personnel Policy, this requirement is waived if the benefit
received is not substantial or is of nominal value. These standards of conduct rust -provide for
disciplinary actions to be applied for violations of such standards by employees or elected officials of the
City.
Employees participating in the selection, award, or administration of a contract supporteds by a Federal Formatted: Left
Award must complete and sign a Conflict of Interest Disclosure Form, below in Exhibit 1.
Forms and Templates
Purchasing forms and templates may be obtained from the public directory.
Recyclables
Every effort will be made to use products made from recycled materials if such products are available, of
acceptable quality, and generally priced the same as similar, non -recycled products (Resolution 766).
City of Edmonds Purchasing Policy MaFGh �-'^"April 2017
Page 17 of 21486
Formatted: Font: (Default) Arial
Packet Pg. 122
4.6.a
Surplus Items
The City may acquire property from another governmental entity on mutually agreeable terms without
soliciting bids/quotations.
Store -Issued Charge Cards
It is sometimes necessary to use store -issued charge cards. The Department Managers will request prior
approval from the Finance Director or designee before establishing account.
Purchase Cards
Purchase cards can be issued with the approval of the Finance Director. They are to be used solely for
City -authorized business purposes. See Credit Card Policy.
Quick Checks
Quick checks may be issued to avoid incurring penalties, interest, or late charges. Submit requests for
quick checks to the Finance Department. Quick checks will be approved by the Finance Director or
designee.
Departments should avoid requests for quick checks by informing vendors of invoice deadlines and
payment schedules.
Early Release
Any checks requiring an early release must be approved by the Finance Director or designee.
Departments should avoid requests for early release by informing vendors of invoice deadlines and
payment schedules.
Petty Cash
Petty cash funds cover minor disbursements. Employees may be reimbursed from petty cash funds for
authorized purchases that total less than the established, petty -cash limit.
Budget Adjustments
Department directors (or designees) must ensure that purchases are initiated only when departmental
appropriations are sufficient to cover the anticipated cost. Expenditures that exceed departmental
appropriations require the Mayor's approval via the Budget Adjustment Request Form.
Exclusive Contract Agreements
The City may enter into an exclusive contract with a vendor in order to ensure the lowest prices on goods
and/or services unrelated to architecture, engineering, land survey or public works requiring competitive
bidding. All departments must use exclusive vendor unless special circumstances such as emergencies,
vendor does not carry exact product, etc.
Expenditures of Direct or Indirect Federal Financial Assistance
Prior to contracting for goods or services which will be paid for with either direct or indirect Federal
financial assistance, where vendors have not signed a self certification, vendors must be checked against
the Excluded Parties List System to assure they have not been suspended/debarred and are prohibited
from receiving federal funds (http://www.epls.gov/). Documentation of verification must be retained and
available for audit. See related Grant and Intergovernmental Loan Policy.
Safeguard Personally Identifiable Information
The City shall take reasonable measures to safeguard protected, personally identifiable
I City of Edmonds Purchasing Policy Ma�on13April 2017
Page 18 of 214,96
Formatted: Font: (Default) Arial
Formatted: Normal
Packet Pg. 123
4.6.a
information and other information the Federal awarding agency or pass -through entity
designates as sensitive or the non -Federal entity considers sensitive consistent with
applicable Federal, state, local and tribal laws regarding privacy and obligations of
confidentiality.
Finance Committee
The Finance Committee, composed of two Council members and the Finance Director, will review and
update the City of Edmonds' purchasing and accounts payable policies and procedures, as necessary.
I City of Edmonds Purchasing Policy Ma�on13April 2017
Page 19 of 21496
Formatted: Font: (Default) Arial
rn
t
U
CO)
CD
M
Packet Pg. 124
4.6.a
EXHIBIT 1 Formatted: Font: (Default) Anal, 14 p
caps
City of Edmonds, WA Formatted: Centered
CONFLICT OF INTEREST DISCLOSURE FORM
FOR CITY COUNCIL MEMBERS, MAYOR, DIRECTORS, and STAFF
Name (please print)
Date Position
It is the policy of the City of Edmonds to address how issues of actual, potential and
perceived conflicts of interest involving elected officials, directors, and employees of the City
should be identified, disclosed and managed. This form is designed to identify and disclose
known conflicts in an effort to properly mange them.
I have read the City of Edmonds's Conflict of Interest policy and understand that
as an employee/Elected Official of the City of Edmonds it is my obligation to act in a
manner which promotes the best interests of the City and to avoid conflicts of interest
when making decisions and taking actions on behalf of the City of Edmonds.
My answers to this disclosure form are correctly stated to the best of my
knowledge and belief. Should a possible conflict of interest arise in my responsibilities
to the City of Edmonds, I recognize that I have the obligation to notify, based on my
position, the appropriate designated individual (Director, Mayor, City Council member),
and to abstain from any participation in the matter until the City of Edmonds can
determine whether a conflict exists and how that conflict shall be resolved. If any
relevant changes occur in my affiliations, duties, or financial circumstances, I recognize
that I have a continuing obligation to file an amended "Conflict of Interest Disclosure
Form" with the appropriate designated department.
I understand that the information on this form is solely for use by the City of
Edmonds and is considered confidential information. Release to external parties will be
only when required by law.
Please complete the following questions, and submit this form to the Human
Resources Director of the City of Edmonds.
1. Are you or a member of vour immediate family an officer. director. trustee. partner (aeneral
or limited), employee or regularly retained consultant of any company, firm or organization
that presently has business dealings with the City of Edmonds or which might reasonably be
expected to have business dealings with the City of Edmonds in the coming year?
Yes No
If yes, please list the name of the company, firm or organization, the position held, and the
nature of the business which is currently being conducted with the City of Edmonds or which
may reasonably be expected to be conducted with the City of Edmonds in the coming_year:
City of Edmonds Purchasing Policy Marsh 2013April 2017 Page 4-204 of 214-96
Packet Pg. 125
4.6.a
EXHIBIT 1
2. Do you or does any member of your immediate family have a financial interest, direct or
indirect, in a company, firm or organization which currently has business dealings with the
City of Edmonds or which may reasonably be expected to have such business dealings with
the City of Edmonds in the coming_year?
Yes No
If yes, please list the name of the company, firm or organization, the nature of the interest and
the name of the person holding the interest, and the nature of the business which is currently
being conducted with the City of Edmonds or which may reasonably be expected to be
conducted with the City of Edmonds in the coming year:
3. Do you or does any member of your immediate family have a financial or personal
interest in an entity in which the City of Edmonds has a financial or other vested interest.
Yes No
If yes, please provide details below:
4. Have you or an immediate family member accepted gifts, gratuities, lodging, dining, or
entertainment that might reasonably appear to influence your judgment or actions concerning
the business of the Citv of Edmonds?
Yes No
If yes, please provide details below:
5. Do you have anv other interest or role in a firm or oraanization. where that interest or
relationship might reasonably be expected to create an impression or suspicion among the
public having knowledge of your acts that you engaged in conduct in violation of your trust as
a trustee, officer, Director or staff member?
Yes No
If yes, please provide details below:
Please add additional pages as needed.
If any material changes to the responses provided on this disclosure form occur, the trustee,
officer or employee is required to update the information on this form in writing, and submit
the update to the City of Edmonds Human Resources Director.
Form reviewed by:
Remedial Action(s) to be taken:
The City of Edmonds will follow-up on all recommended actions to ensure compliance.
City of Edmonds Purchasing Policy Marsh 2013April 2017 Page 4-204 of 214-96
Formatted: Font: (Default) Anal, 14 p
caps
Formatted: Centered
Packet Pg. 126
4.6.b
City of Edmonds
"Oe 1 gym
Contracting and
Purchasing
Policies
and
Procedures
March 2017
Packet Pg. 127
4.6.b
Table of Contents
Pace
Policy......................................................................................................................................................2
Purpose..................................................................................................................................................2
Authority................................................................................................................................................2
Parameters.............................................................................................................................................2
Procurement of Products.....................................................................................................................3
Procurement of Professional Services...............................................................................................3
A. Professional, Technical, and Other............................................................................................3
B. Architectural, Engineering, and Land Surveyor Services(A/E).................................................4
Grant Agreements and Grant Reimbursement Documents .............................................................
4
Procurement of Public Works..............................................................................................................5
BiddingRequirements..........................................................................................................................6
BidProcedures...................................................................................................................................6
Apprentice Requirements...................................................................................................................7
ResponsibleBidder Criteria...............................................................................................................9
SmallWorks Roster............................................................................................................................11
Limited Pubic Works Process.........................................................................................................13
Change Orders on Public Works Construction Contracts.............................................................13
Reimbursement of Expenses.............................................................................................................14
OtherIssues........................................................................................................................................14
InterlocalAgreements....................................................................................................................14
Sole Source Procurement..............................................................................................................14
SpecialMarket Conditions..............................................................................................................15
Emergencies...................................................................................................................................15
Record Retention Requirements....................................................................................................15
State Minimum Bidding Requirements...........................................................................................15
Conflictsof Interest.........................................................................................................................15
Formsand Templates....................................................................................................................16
Recyclables....................................................................................................................................16
SurplusItems..................................................................................................................................16
StoreIssued Charge Cards............................................................................................................16
PurchaseCards..............................................................................................................................16
QuickChecks.................................................................................................................................16
EarlyRelease.................................................................................................................................16
PettyCash......................................................................................................................................16
BudgetAdjustments.......................................................................................................................16
Exclusive Contract Agreements.....................................................................................................17
Expenditures of Direct or Indirect Federal Financial Assistance....................................................17
Safeguard Personally Identifiable Information...............................................................................17
FinanceCommittee........................................................................................................................17
Conflict of Interest Dislclosure Form................................................................................................18
aD
r
a
a�
.2
0
(L
a�
c
t
L)
L
3
a
06
a�
c
R
L
r
c
0
U
c�
City of Edmonds Purchasing Policy April 2017 Page 1 of 19
Packet Pg. 128
4.6.b
Policy
The City of Edmonds will acquire goods and services in a manner that results in the most efficient delivery
of the same considering cost and value received.
To avoid conflict of interest, procurement will be impartial. Procurement of goods and services will provide
the City with the best quality for the best value and will be for the benefit of the public. Employees are
prohibited from making purchases for personal use and charging any City vendor account. Purchases
will be made within budget limits and to meet goals and objectives approved in the City's budget.
Potential purchases that are not within budget limits will be pre -approved through a budget amendment
process. All City purchases will ultimately be approved by the City Council through the voucher approval
process.
Purpose
This administrative manual establishes City responsibilities and policies, procedures, and practices to
follow to purchase equipment, materials, and services. All employees must follow established policies and
procedures. The City's purchasing policies and procedures, however, are intended solely for the benefit
of the City. Nothing therein shall be interpreted to create any specially benefited or protected class of
persons, or any private cause of action against the City. Adherence to policies and procedures will
ensure that public purchases and contracts are open, fair, and at the least cost to the public. Policies and
procedures are divided into six major areas: 1) Procurement of Products, 2) Procurement of Professional
Services, 3) Procurement of Public Works, 4) Bidding Requirements, 5) Reimbursement of Expenses,
and 6) Other Issues.
Authority
A department director (or designee), acting within his/her department budget, is authorized to provide for
supplies and services purchases. To ensure the City's fiscal responsibility, purchases are coordinated
through the Finance Department. The City's procurement procedures are based on Revised Code of
Washington minimum standards, Edmonds City Council adopted resolutions and ordinances, rules and
guidelines from the State Auditor's Office, and recommendations from Municipal Research Services
Center.
Parameters
Dollar -value ranges indicated pertain to each purchase (including tax, freight, handling and set up costs, if
applicable). Purchases cannot be broken into multiple purchases to avoid compliance with State statutes
and City policies.
Procurement of goods or services specifically identified and approved by Council during the budget
process are excluded from pre -approval requirements.
Any contract that extends beyond the approved budget cycle or which has continuing provisions
(indemnities) which impose obligations beyond the budget cycle must go to Council for authorization;
provided that the Mayor (or designees) shall be authorized to execute contracts with indemnity provisions
that survive expiration or termination of the contracts if the following conditions are met: (1) City Attorney
determines that the indemnity provision is in a standard form that assigns risks in a manner consistent
with the costs and purposes of the contract; and (2) the dollar value of the contract is less than $100,000.
City of Edmonds Purchasing Policy April 2017 Page 2 of 19
Packet Pg. 129
4.6.b
Procurement of Products
Purchasing decisions costing $50,000 or less must be approved by the department director (or
designee). Purchases costing between $20,000 and $35,000 require at least three telephone
quotes from vendors (unless the items are from a sole source vendor), and completion of the
vendor quote form.
Purchasing decisions costing more than $35,000 but less than $50,000 must be approved by the
department director (or designees). Purchases require written quotations from, if possible, at
least three vendors (unless the items are from a sole source vendor or if only two possible
vendors can be found).
Purchasing decisions costing more than $50,000 but less than $100,000 must be approved by
the department director and the Mayor (or their designees). Purchases require written
quotations from, if possible, at least three vendors (unless the items are from a sole source
vendor or if only two possible vendors can be found).
Purchases in excess of $100,000 must be bid competitively (unless the items are from a sole
source vendor). See Bidding Requirements below. The City Council must authorize the call for
bids for a purchase estimated at $100,000 or more, as well as award the contract.
When soliciting quotes, the City will not inform a vendor of other vendors' quotes.
All quotes/bids must be awarded to the lowest responsible bidder.
Procurement of Professional Services
A. Professional, Technical, and Other Services
1. Professional, Technical and Other services include disciplines not specifically related to A/E
such as attorneys, computer programmers, financial analysts, bond counsels, artists,
planners, real estate appraisers, landscapers, etc.
2. Purchase of professional services requires completion of a City professional service contract
that describes services to be performed and purchase price.
3. The department director (or designee) must approve purchases of professional services
costing $50,000 or less, and provided funds have been budgeted is authorized to sign the
contract.
4. The department director and the Mayor (or their designees) must approve purchases of
professional services costing more than $50,000 but less than $100,000. The Mayor is
authorized to sign the contract provided funds have been budgeted.
Professional services with an estimated consultant fee of $100,000 or greater, require a
focused public solicitation to ensure the consultant has the necessary expertise. If the work
is not part of a project listed in the most current City Council Approved budget or CIP, a
summary of the public solicitation must be put on the City Council agenda for approval prior
to advertisement. The City Council must approve Professional Service contracts costing more
than $100,000, and authorize the Mayor to sign the contract.
Expertise, experience, including prior experience with the City, timeframe for completing
projects, and the value of a negotiated agreement will be considered when choosing a
consultant/firm to perform professional services.
City of Edmonds Purchasing Policy April 2017 Page 3 of 19
Packet Pg. 130
4.6.b
B. Architectural, Engineering and Land Surveyor Services (A/E)
1. Procurement of A/E services will be in accordance with Chapter 39.80 RCW. The statute
requires advance notice of the need for professional services (RCW 39.80.030), evaluation of
firms' qualifications and performance (RCW 39.80.040), and negotiation with firms in
accordance with adjudged qualifications (RCW 39.80.050). A/E purchases will be coordinated
through the Public Works Department to ensure compliance with State statutes.
2. The department director (or designee) are designated authority to approve advertising
Requests for Qualifications (RFQ's) for A/E services when the estimated consultant contract
fee is $50,000 or less and to approve proceeding with procurement of A/E services using the
A/E Consultant Roster, provided funds have been budgeted by Council.
3. The department director and the Mayor (or their designees) must approve consultant
contracts when the estimated consultant contract fee is greater than $50,000, but less than
$100,000, provided funds have been budgeted. The Mayor is authorized to sign the contract.
4. Per Resolution 1155 the City utilizes the A/E consultant roster maintained by Municipal
Research and Services Center (MRSC).
5. Selection of an A/E consultant from the consultant roster may be made if the estimated
consultant fee is $100,000 or less.
All projects with an estimated A/E consultant fee of $100,000 or greater, and projects that are
sufficiently complex/unique will require a focused public solicitation advertised as a Request
for Qualification (RFQ's) to ensure the A/E consultant has the necessary expertise. If the
project is not listed in the City's current City Council Approved budget or CIP, a summary of
the RFQ and project details must be put on the City Council agenda for approval prior to
advertising the RFQ. The City Council must approve A/E Professional Service contracts
costing more than $100,000, and authorize the Mayor to sign the contract.
A selection panel, with a minimum of three employees, shall be used to select an A/E
consultant when the estimated consultant fee exceeds $100,000. A selection panel is
optional when the A/E consultant fee is estimated to be less than $100,000.
Purchase of A/E services require completion of a City professional service contract that
describes services to be performed and purchase price.
Grant Agreements and Grant Reimbursement Documents
The Mayor shall be authorized to execute grant agreements for capital projects where the City Council
previously authorized the project in the current Capital Improvement Program and, for growth -related
projects, where the scope of the project is substantially consistent with the project description in the
Capital Facilities Plan.
Once a grant agreement has been properly executed as provided above, the director of the department
overseeing the capital project may execute documents necessary to implement the grant agreement,
including documents necessary for the city to be reimbursed by the granting agency.
The Federal Highway Administration, through the State, sometimes authorizes Federal transportation
funding to the City of Edmonds for transportation projects. The Code of Federal Regulations, 2 CFR
200.415(a) has been revised to ensure that final fiscal reports or vouchers requesting payment under
Federal agreements must include the following certification, which, under the this policy, may be signed
by the Mayor, Director, or City Engineer, who are hereby authorized to legally bind the City for the sole
purpose of requesting reimbursement for Federally funded transportation project to terms that are
City of Edmonds Purchasing Policy April 2017 Page 4 of 19
Packet Pg. 131
4.6.b
consistent with the applicable grant agreement.
"By signing this report, I certify to the best of my knowledge and belief that the report is true, complete
and accurate, and the expenditures, disbursements and cash receipts are for the purposes and objectives
set forth in the terms and conditions of the Federal award. I am aware that any false, fictitious, or
fraudulent information, or the omission of any material fact, may subject me to criminal, civil or
administrative penalties for fraud, false statements, false claims or otherwise. (U.S. Code Title 18, Section
1001 and Title 31, Sections 3729-3730 and 3801-3812)."
Procurement of Public Works
RCW 39.04.010 defines public works to include all work, construction, alteration, repair or improvement
other than ordinary maintenance, executed at the cost of the City. (Most public works projects are multiple
craft, defined as more than one type of work being executed.)
1. City employees may be used to perform public works projects until the accumulated costs of public
works projects performed by them during a budget cycle meets ten percent of the City's public works
construction budget; PROVIDED that, for any public works project costing more than sixty-five thousand
dollars, if multiple crafts or trades are involved, or forty thousand dollars, if only a single craft or trade is
involved, must be bid competitively. See Bidding Requirements below.
2. Starting in January 1, 2010, the bid limits above will be sixty five thousand dollars and forty
thousand dollars, respectively.
3. Once the accumulated cost of public works project performed by City employees during a budget
cycle meets or exceeds ten percent of the City's public works construction budget, all other public works
projects must be bid competitively, regardless of estimated costs. See Bidding Requirement below.
4. Public works projects are governed by prevailing wage requirements, regardless of contract
amount.
5. Except as noted below for Small Works Roster or limited public works, a bid bond of five percent
will be required on all public works bids, and a performance bond (or retainage for public works contracts
of thirty five thousand dollars or less) will also be required pursuant to Chapter 39.08 RCW on public
works contracts.
Bidding Requirements
The competitive bid process is generally (although not exclusively) used for public works projects.
Dollar -value ranges indicated pertain to each purchase (including tax, freight, handling and set up costs, if
applicable). Purchases cannot be broken into multiple purchases to avoid compliance with State statutes
or City policies and procedures. Negotiations on bids are not permitted.
Bid Procedures
1. Authorization for Bids
Authorization to call for bids will be approved by the department director (or designee) for public
works projects estimated at less than $50,000; and by the department director and the Mayor (or their
designees) for a public works project costing more than $50,000. If the project is not included in the
current City Council Approved budget or CIP, the City Council must authorize the call for bids for a
project estimated at $100,000 or more.
2. Publication of Notice
After proper authorization, the requesting department director (or designee) will publish the
advertisement for Bids reasonably in advance of the bid submittal deadline in the official newspaper
or a newspaper of general circulation most likely to bring responsive bids.
City of Edmonds Purchasing Policy April 2017 Page 5 of 19
Packet Pg. 132
4.6.b
3. Notice Contents
Notice (or advertisement) for bids should contain definite specifications and procedures for bidders to
use to estimate their bids. A bid notice for public work should include:
- project title,
- nature and scope of work or goods sought,
- where contract documents (plans and specifications) can be reviewed or obtained,
- cost, if any, to obtain a set of contract documents,
- place, date, and time that bids are due,
- place, date, and time that bids will be opened (if different from above),
- materials and equipment to be furnished by the City, if any,
- statement that a bid bond must accompany the bid for public works projects, and a
- statement that the City retains the right to reject any and all bids and to waive minor
irregularities in the bidding process.
In addition, the City may provide evaluation criteria; minimum qualification expectations; date, time,
and location of pre -bid conference (if applicable); and name, address, and telephone number of the
project contact to assist bidders in preparing responsive submittals.
4. Bid Opening
Bids are submitted to the City Clerk's Office, where they are time and date stamped and processed.
No bids will be opened prior to the predetermined date and time.
5. Report on Bids
The requesting department director will report on all bids received with a recommendation on the
lowest responsible bidder, if any, or to reject all bids.
6. Bid Award
Unless all bids are rejected, a winning bid must be awarded to the lowest responsible bidder by the
department director (or designee) for a public works project costing less than $50,000; and by the
department director and the Mayor (or their designees) for a public works project costing more than
$50,000 but less than $100,000. The City Council must award bids which exceed $100,000. The
City may choose to reject all bids for any reason.
The following shall apply to bid solicitations:
• Selection of a winning offer is based primarily on low bid, after factoring whenever possible such
costs as maintenance and operations over the expected period of use. Consideration, however,
may also be given for the following:
• Ability, capacity, expertise and skill of the bidder to perform the contract.
• Character, integrity, reputation, judgment, experience, and efficiency of bidder.
• Ability to perform within time specified.
• Quality of performance of previous contract(s).
• Other information having a bearing on the decision to award the contract.
City of Edmonds Purchasing Policy April 2017 Page 6 of 19
Packet Pg. 133
4.6.b
• Minimum qualifications must be provided to ensure respondents are reasonably qualified.
Minimum qualification requirement should be compared against the marketplace to ensure they
are not overly restrictive.
• To ensure consistency and fair process, the City will use standard forms, documents, contracts,
and terms and conditions, when practical. The Public Works & Finance Departments will maintain
templates for bid -related documents for use by departments. The City may use an evaluation
selection committee to promote an open and proper selection. The requesting department
director will appoint committee members to act in an advisory capacity.
• When practical, the City will conduct a pre -bid conference to allow a thorough discussion of the
City's expectations, intent, scope, specifications, and terms. Interested companies should be
encouraged to attend.
• Every bidder for a public works contract that is expected to cost one million dollars or more must
submit as part of the bid, or within one hour after the published bid submittal time, the names of
the subcontractors with whom the bidder, if awarded the contract, will subcontract for
performance of the work of: HVAC (heating, ventilation, and air conditioning); plumbing as
described in chapter 18.106 RCW; and electrical as described in chapter 19.28 RCW, or to name
itself for the work. The bidder shall not list more than one subcontractor for each category of work
identified, unless subcontractors vary with bid alternates, in which case the prime contract bidder
must indicate which subcontractor will be used for which alternate. Failure of bidder to submit as
part of the bid the names of such subcontractors or to name itself to perform such work or the
naming of two or more subcontractors to perform the same work shall render the bid
nonresponsive and, therefore, void.
• If no responsive bid is received on the first call the City may re -advertise and make a second call,
or without any further call, it may enter into a negotiated contract, purchase the supplies, material
or equipment or perform the work or improvement using its own employees.
Apprentice Requirements
A. Definitions.
1. "Apprentice" means an apprentice enrolled in a state -approved apprenticeship training
program.
2. "Contractor" means a person, corporation, partnership, limited liability company, or
joint venture entering into a contract with the City to construct a public work.
3. "Labor hours" refers to the total number of hours worked by workers receiving an
hourly wage who are directly employed on the site of the public work and who are subject
to state or federal prevailing wage requirements. "Labor hours" shall also include hours
worked by workers employed by subcontractors on the site of the public work, and shall
include additional hours worked as a result of a contract or project adjustment or
pursuant to an agreed -upon change order.
4. "Estimated cost" means the anticipated cost of a public work, as determined by the
City, based upon the expected costs of materials, supplies, equipment, and labor, but
excluding taxes and contingency funds.
5. "Public work" refers to all City funded construction projects that constitute a public
work pursuant to RCW 39.04.010 as now or hereafter amended and estimated to cost
$1,000,000 or more.
6. "State -approved apprenticeship training program" means an apprenticeship program
approved or recognized by the Washington State Apprenticeship and Training Council.
City of Edmonds Purchasing Policy April 2017 Page 7 of 19
Packet Pg. 134
4.6.b
7. "Subcontractor" means a person, corporation, partnership, limited liability company, or
joint venture that has contracted with the contractor to perform all or part of the work to
construct a public work by a contractor.
B. Apprentice utilization.
Apprentices shall be utilized for the construction of public works by contractors and
subcontractors in accordance with this section.
1. Apprenticeship utilization program goal. For public works contracts with an estimated
cost of One Million Dollars $1,000,000) or more, the Director of Public Works, or his
designee, is authorized to require that up to ten percent (10%) of the contract labor
hours, including contractor and subcontractor hours, be performed by apprentices.
2. Contract requirements. Contract documents for such public works construction
projects shall include provisions detailing the apprentice labor requirements.
3. Monitoring. The City will include an Apprenticeship Utilization Form for contractors to
complete when submitting their bid documents, which identifies the intended usage of
apprentices by the contractor and any subcontractors. This document will require the
identification of individual apprentices by name and Washington State apprenticeship
registration number, an estimate of the total apprentice labor hours, and the identification
of apprentice hours to be worked by minorities, women, persons with disabilities and
disadvantaged youth. This provision is not intended and shall not be used to discriminate
against any applicant for training. In addition, the City will require the submittal of an
Apprenticeship Verification Form by the contractor at the conclusion of the public works
project that will identify the actual work performed by apprentices for the contractor and
subcontractors.
4. Failure to meet utilization goal. Failure by a contractor to comply with established
apprenticeship requirements, unless otherwise adjusted or waived in writing as set forth
below, shall be deemed a breach of contract for which the City shall be entitled to all
remedies allowed by law under the contract. Failure to comply with the apprenticeship
requirements may also be considered evidence bearing on a contractor's qualification for
award of future contracts with the City.
5. Adjustment and waiver. The Director of Public Works, or his designee, may adjust or
waive the requirements of this section for a specific project at any time for the following
reasons:
(a) The demonstrated lack of availability of apprentices in specific
geographic areas;
(b) A disproportionately high ratio of material costs to labor hours, which
does not make feasible the required minimum levels of apprentice
participation;
(c) The reasonable and necessary requirements of the contract render
apprentice utilization infeasible at the required levels;
(d) In order to meet the requirement, the contractor will be forced to
displace members of its workforce;
(e) The participating contractor has demonstrated a good faith effort to
comply with the requirements of this section; and/or
Other criteria deemed appropriate that are not inconsistent with the purpose and goals of this section
City of Edmonds Purchasing Policy April 2017 Page 8 of 19
Packet Pg. 135
4.6.b
Responsible Bidder Criteria
A. Mandatory responsible bidder criteria.
1. The bidder responsibility criteria set forth in this section shall be used by the Public
Works Department to establish the minimum requirements for all contractors and
subcontractors bidding on City contracts for public work (as those terms are defined in
RCW 39.04.010). The bid documents shall set forth the documentation to be submitted by
bidders to demonstrate their compliance with the mandatory responsible bidder criteria.
2. To be considered a responsible bidder and qualified to be awarded a City contract for
public work, the bidder must:
(a) At the time of bid submittal, have a certificate of registration in
compliance with chapter 18.27 RCW (contractor registration);
(b) Have a current state unified business identifier (UBI) number;
(c) If applicable, have:
(i) industrial insurance coverage for the bidder's employees
working in Washington as required in Title 51 RCW;
(ii) a state employment security department number as required
in Title 50 RCW; and
(iii) a state excise tax registration number as required in Title 82
RCW;
(d) Not be disqualified from bidding on any public works contract under
RCW 39.06.010 or RCW 39.12.065(3); and
(e) Until December 31, 2013, not have violated RCW 39.04.370 more than
one time as determined by the State Department of Labor and Industries.
3. A bidder must verify mandatory responsibility criteria for each first tier subcontractor,
and a subcontractor of any tier that hires other subcontractors must verify mandatory
responsibility criteria for each of its subcontractors. Verification shall include that each
subcontractor, at the time of subcontract execution, meets the responsibility criteria listed
in RCW 39.04.350(1) and ECC 18.00.060 and possesses an electrical contractor license,
if required by chapter 19.28 RCW, or an elevator contractor license, if required by chapter
70.87 RCW. This verification requirement, as well as the mandatory responsibility criteria,
must be included in every public works contract and subcontract of every tier.
B. Supplemental responsible bidder criteria.
1. In addition to the mandatory bidder responsibility criteria set forth in ECC 18.00.060
(A), the Public Works Department may adopt in connection with a particular project
relevant supplemental bidder responsibility criteria which the bidder must meet. Those
supplemental criteria, including the basis for evaluation and the deadlines for requesting
modification of the supplemental bidder responsibility criteria and for appealing a
determination that a low bidder is not responsible under the supplemental bidder
responsibility criteria, shall be provided in the invitation to bid or bidding documents.
2. As relevant to a particular project, supplemental bidder responsibility criteria may be
included to require that:
City of Edmonds Purchasing Policy April 2017 Page 9 of 19
Packet Pg. 136
4.6.b
(a) The bidder shall not owe delinquent taxes to the Washington State
Department of Revenue without a payment plan approved by the Department
of Revenue;
(b) The bidder shall not currently be debarred or suspended by the federal
government;
(c) The bidder shall have complied with minority and women's business
enterprises, disadvantaged business enterprises, or other similar utilization
requirements or goals on federally -funded public works projects with such
requirements completed by the bidder within three years of the bid submittal
date, unless there are extenuating circumstances acceptable to the City;
(d) The bidder shall not be listed as an ineligible contractor on the federal GSA
Excluded Parties List System set forth by 31 U.S.0 § 6101 and Executive
Order 13496;
(e) If bidding on a public works project subject to the apprenticeship utilization
requirements in ECC 18.00.050, the bidder:
(i) shall not have been found out of compliance with apprenticeship
requirements of ECC 18.00.050 unless otherwise excepted or waived in
writing by the Mayor or the Mayor's designee pursuant to that section for
a one-year period immediately preceding the date of the bid submittal
deadline; and
(ii) shall have complied with apprenticeship utilization goals on public works
projects having such requirements that were completed by the bidder
within a three-year period immediately preceding the date of the bid
submittal deadline, unless there are extenuating circumstances
acceptable to the City;
(f) The bidder shall not have been convicted of a crime involving bidding on a
public works contract within five years from the bid submittal deadline;
(g) The bidder's standard subcontract form shall include the subcontractor
responsibility language required by RCW 39.06.020, and the bidder shall
have an established procedure which it utilizes to validate the responsibility
of each of its subcontractors. The bidder's subcontract form shall also include
a requirement that each of its subcontractors shall have and document a
similar procedure to determine whether the sub -tier subcontractors with
which it contracts are also "responsible" subcontractors as defined by RCW
39.06.020;
(h) The bidder shall not have a record of excessive claims filed against the
retainage or payment bonds for public works projects during the previous
three years that demonstrate a lack of effective management by the bidder of
making timely and appropriate payments to its subcontractors, suppliers, and
workers, unless there are extenuating circumstances acceptable to the City;
(i) The bidder shall have successfully completed projects of a similar size and
scope as required by the contract documents for the project. In evaluating
whether projects were successfully completed, the City may check owner
references for previous projects and evaluate the owner's assessment of
bidder performance, including but not limited to quality control, safety record,
City of Edmonds Purchasing Policy April 2017 Page 10 of 19
Packet Pg. 137
4.6.b
timeliness of performance, use of skilled personnel, management of
subcontractors, availability of and use of appropriate equipment, compliance
with contract documents, and management of submittals process, change
orders and close-out;
Q) The bidder shall not have had any public works contract terminated for cause
by a government agency during the five year period immediately preceding
the bid submittal deadline for the project, unless there are extenuating
circumstances acceptable to the City;
(k) The bidder shall not have judgments entered by a court of law against the
bidder within five years of the bid submittal date that demonstrate a pattern of
failing to meet the terms of contracts, unless there are extenuating
circumstances acceptable to the City; and
(1) The bidder shall not have a documented pattern of prevailing wage
complaints filed against it within five years of the bid submittal date that
demonstrates a failure to pay workers prevailing wages, unless there are
extenuating circumstances acceptable to the City.
3. Supplemental bidder responsibility criteria may include any other criteria determined
by the City to be relevant to the particular project being bid, including but not limited to
the ability, capacity and skill of the bidder to perform, the experience and efficiency of the
bidder, the financial situation of the bidder, and the performance of the bidder on previous
contracts or services.
4. In a timely manner before the bid submittal deadline, a potential bidder may request
that the City modify the supplemental bidder responsibility criteria. The City must
evaluate the information submitted by the potential bidder and respond before the bid
submittal deadline. If the evaluation results in a change of the criteria, the City must
publish an addendum to the bidding documents identifying the modified criteria.
5. If the bidder fails to supply information requested concerning responsibility within the
time and manner specified in the bid documents, the City may base its determination of
responsibility upon any available information related to the supplemental criteria or may
find the bidder not responsible.
6. If the City determines a bidder to be not responsible, the City must provide, in writing,
the reasons for the determination. The bidder may appeal the determination within the
time period specified in the bidding documents by presenting additional information to the
City. The City must consider the additional information before issuing its final
determination. If the final determination affirms that the bidder is not responsible, the City
may not execute a contract with any other bidder until two business days after the bidder
determined to be not responsible has received the final determination.
7. The invitation to bid or bidding documents shall specify the times, manner and means
of communications, deadlines and determinations required by this section.
Small Works Roster
The City of Edmonds has entered into an agreement with Municipal Research and Services Center,
whereas they will maintain the Small Works Roster.
Resolution 1155, passed November 5, 2007 established a small works roster process to award public
works contracts, and is incorporated below. The Mayor (or designee) is authorized to proceed with
procurement from the Rosters, provided funds have been budgeted by Council.
City of Edmonds Purchasing Policy April 2017 Page 11 of 19
Packet Pg. 138
4.6.b
Use of the Small Works Roster allows the City to preclude the advertisement requirements and sealed
bidding procedures of the formal competitive process. All other bidding procedures and requirements not
in conflict remain the same.
The following small works roster procedures are established for use by the City pursuant to RCW
39.04.155:
Cost. The City need not comply with formal sealed bidding procedures for the construction,
building, renovation, remodeling, alteration, repair, or improvement of real property where the
estimated cost does not exceed Three Hundred Thousand Dollars ($300,000.00), which includes
the costs of labor, material, equipment and sales and/or use taxes as applicable. Instead, the
City may use the small works roster procedures for public works projects as set forth herein. The
breaking of any project into units or accomplishing any projects by phases is prohibited if it is
done for the purpose of avoiding the maximum dollar amount of a contract that may be let using
the small works roster process.
2. Publication. At least once a year, on behalf of the City, MRSC shall publish in a newspaper of
general circulation within the jurisdiction a notice of the existence of the roster or rosters and
solicit the names of contractors for such roster or rosters. Responsible contractors shall be
added to appropriate MRSC roster or rosters at any time that they submit a written request and
necessary records. The City may require master contracts to be signed that become effective
when a specific award is made using a small works roster.
3. Telephone or Written Quotations. The City shall obtain telephone, written or electronic
quotations (in accordance with City of Edmonds Purchasing Policies and Procedures) for public
works contracts from contractors on the appropriate small works roster to assure that a
competitive price is established and to award contracts to a contractor who meets the mandatory
bidder responsibility criteria in RCW 39.04.350(1) and any pre -establish supplementary bidder
criteria under RCW 39.04.350(2).
a) A contract awarded from a small works roster need not be advertised. Invitations for
quotations shall include an estimate of the scope and nature of the work to be performed as
well as materials and equipment to be furnished. However, detailed plans and specifications
need not be included in the invitation.
b) Quotations may be invited from all appropriate contractors on the appropriate small works
roster. As an alternative, quotations may be invited from at least five contractors on the
appropriate small works roster who have indicated the capability of performing the kind of
work being contracted, in a manner that will equitably distribute the opportunity among the
contractors on the appropriate roster. "Equitably distribute" means that the City may not favor
certain contractors on the appropriate small works roster over other contractors on the
appropriate small works roster who perform similar services.
If the estimated cost of the work is from one hundred fifty thousand dollars ($150,000) to
three hundred thousand dollars ($300,000), and the City chooses to solicit bids from at least
five, but less than all the appropriate contractors on the appropriate small works roster, the
City must notify the remaining contractors on the appropriate small works roster that
quotations on the work are being sought. The City has the sole option of determining
whether this notice to the remaining contractors is made by:
(i) publishing notice in a legal newspaper in general circulation in the area where the work
is to be done;
(ii) mailing a notice to these contractors; or
(iii) sending a notice to these contractors by facsimile or email.
City of Edmonds Purchasing Policy April 2017 Page 12 of 19
Packet Pg. 139
4.6.b
c) At the time bids are solicited, the City representative shall not inform a contractor of the
terms or amount of any other contractor's bid for the same project;
d) A written record shall be made by the City representative of each contractor's bid on the
project and of any conditions imposed on the bid. Immediately after an award is made, the
bid quotations obtained shall be recorded, open to public inspection, and available by
telephone inquiry.
4. Limited Public Works Process. If a work, construction, alteration, repair, or improvement
project is estimated to cost less than thirty-five thousand dollars ($35,000), the City may award
such a contract using the limited public works process provided under RCW 39.04.155(3). For a
limited public works project, the City will solicit electronic or written quotations (note: no telephone
quotations permitted) from a minimum of three contractors from the appropriate small works
roster and shall award the contract to the lowest responsible bidder as defined under RCW
39.04.010. After an award is made, the quotations shall be open to public inspection and
available by electronic request.
For limited public works projects, the City may waive the payment and performance bond
requirements of chapter 39.08 RCW and the retainage requirements of chapter 60.28 RCW,
thereby assuming the liability for the contractor's nonpayment of laborers, mechanics,
subcontractors, materialmen, suppliers, and taxes imposed under Title 82 RCW that may be due
from the contractor for the limited public works project. However, the City shall have the right of
recovery against the contractor for any payments made on the contractor's behalf.
The City shall maintain a list of the contractors contacted and the contracts awarded during the
previous 24 months under the limited public works process, including the name of the contractor,
the contractor's registration number, the amount of the contract, a brief description of the type of
work performed, and the date the contract was awarded.
5. Determining Lowest Responsible Bidder. The contract must be awarded to the contractor
submitting the lowest responsible bid, or all bids must be rejected. If all bids are rejected, the City
may call for new bids. A responsible bidder shall be a registered and/or licensed contractor who
meets the mandatory bidder responsibility criteria established by RCW 39.04.350 and any
supplementary criteria pre -established by the City.
6. Award. For contracts of $100,000 or more, the Mayor or his designee shall present all
quotations/bids and recommendation for award of the contract to the lowest responsible bidder to
the City Council for approval. For public works project contracts of less than $100,000, the Mayor
or his designee shall have the authority to award public works contracts.
7. Bond and Other Requirements. Vendors/contractors selected off the Small Works Roster are
not relieved from observing applicable legal requirements such as Bid Bond, Performance Bond,
Retainage Requirements, Prevailing Wage, Labor and Material Bonding, etc. The City may waive
bid bond for any solicitation using the Small Works Roster process, and/or performance bond for
any contract awarded using the limited public works process.
Change Orders on Public Works Construction Contracts
Approval of change orders on Public Works Construction Contracts shall be in accordance with the
following requirements:
1. City Council members shall be notified by e-mail of any change order in excess of $50,000.
2. City Council approval shall be required for:
a) any change order in excess of $100,000
b) any change order which puts the total of change orders on a project over the designated
City of Edmonds Purchasing Policy April 2017 Page 13 of 19
Packet Pg. 140
4.6.b
management reserve.
c) If City Council approval is required for a change order, but circumstances require a
speedier approval, the Mayor is authorized to approve the required work provided that
the change order and a written statement of the special circumstances requiring speedier
approval is placed on the next City Council agenda for review.
Reimbursement of Expenses
Travel and Meetina Expenses
Travel or training requires the requesting department director's prior approval. Expenses incurred on
authorized travel will be reimbursed as submitted on the required, itemized, Claim for Expenses form.
Receipts must be submitted with the claim form for all expenses except meals.
To qualify for reimbursement, submitted expenses must be within 30 days of incurrence, reasonable and
prudent under the circumstances, and directly relate to the conduct of City business or service.
Reimbursement for personal expenses is prohibited. Travel mileage by private vehicle is reimbursed at
the City's established rate, which is the current IRS rate.
Other Issues
Interlocal Aareements
Solicitation of bids/quotations is not required when purchases of materials, supplies, or equipment are
made under State standard contracts or similar contracts executed by and through other local
governments. The City Council must approve an interlocal agreement with the local government or State
agency after confirming that the other government or agency has complied or intends to comply with its
own statutory requirements and either (i) posted the bid or solicitation notice on a web site established
and maintained by a public agency, purchasing cooperative, or similar service provider, for purposes of
posting public notice of bid or proposal solicitations, or (ii) provided an access link on the state's web
portal to the notice.
Neither solicitation of bids/quotations nor interlocal agreement is required when purchasing materials,
supplies, or equipment from or through the United States of America or any agency thereof (RCW
39.32.070).
All internal procurement approval requirements must be observed and the process must comply with
state statutory requirements.
Sole Source Procurement
If, after conducting a good faith review of available resources, the requesting department director
determines that there is only one source of the required materials, supplies, equipment or service
(including public works), a purchase may be awarded without complying with established bid
requirements.
The requesting department will submit a written request for sole source procurement with negotiated
contract price, terms, conditions and delivery for approval. The vendor must certify that the City is getting
the lowest price offered as compared to similarly situated clients, terms and conditions. Department
directors can approve Sole Source purchases up to $50,000, the department director and the Mayor can
approve sole source purchases costing more than $50,000 but less than $100,000. Council must
approve sole source purchases costing more than $100,000. Immediately after the award of any sole
source purchase, the factual basis for awarding the same must be recorded and open to public
inspection.
City of Edmonds Purchasing Policy April 2017 Page 14 of 19
Packet Pg. 141
4.6.b
Special Market Conditions
The City may waive established bidding requirements if an opportunity arises to purchase favorably -
priced supplies, materials or equipment unrelated to public works projects that will be sold before the City
can conduct the bid process. The City may waive established bidding requirements and acquire any
supplies, materials, and equipment through an auction if the items can be purchased at a competitive
price.
Waiver will be authorized by the Mayor (or designee). Immediately after the award of any special market
conditions contract, the contract and the factual basis for awarding the same must be recorded and open
to public inspection.
Emergencies
In case of unforeseen circumstances beyond the control of the City that present a real and immediate
threat to the City's ability to properly perform essential functions, or to City property or the safety of
citizens and/or staff, the Mayor (or designee) can waive bid requirements to purchase supplies, materials,
equipment or services to stabilize the emergency condition. Purchases must be properly documented as
an emergency as soon as possible following the event.
Within two weeks of confirming the emergency existed, the City Council will adopt a resolution certifying
the emergency situation existed.
Record Retention Requirements
The City must maintain records sufficient to detail the history of procurement. These records will include,
but are not necessarily limited to the following: rationale for the method of procurement, selection of
contract type, contractor selection or rejection, and the basis for the contract price. All quote/bid
documents must be retained as indicated in the State of Washington Retention Schedule and be
available for public inspection.
State Minimum Bidding Requirements
On a case by case basis, the City Council may waive any requirement contained in the City's purchasing
policies and procedures as long as the result complies with applicable state laws.
Conflicts of Interest
The City will not accept donations of materials or services in return for a commitment to continue or
initiate a purchasing agreement. No employee will participate in a procurement when they are aware of a
conflict of interest, or accept gifts or gratuities from existing or potential vendors in return for a
commitment to continue or initiate a purchasing relationship. See also RCW 42.23.030 and Chapter 3.70
ECC.
The City maintains the following standards of conduct covering conflicts of interest and governing the
performance of its employees engaged in the selection, award and administration of contracts. No
employee or elected official of the City can participate in the selection, award, or administration of a
contract supported by a Federal award if he or she has a real or apparent conflict of interest. Such a
conflict of interest would arise when the employee or elected official, any member of his or her immediate
family, his or her partner, or an organization which employs or is about to employ any of the parties
indicated herein, has a financial or other interest in or a tangible personal benefit from a firm considered
for a contract. The employees and elected officials of the City must neither solicit nor accept gratuities,
favors, or anything of monetary value from contractors or parties to subcontracts. However, in accordance
with Section 10.14 of the City Personnel Policy, this requirement is waived if the benefit received is not
substantial or is of nominal value. These standards of conduct provide for disciplinary actions to be
applied for violations of such standards by employees or elected officials of the City.
City of Edmonds Purchasing Policy April 2017 Page 15 of 19
Packet Pg. 142
4.6.b
Employees participating in the selection, award, or administration of a contract supported by a Federal
Award must complete and sign a Conflict of Interest Disclosure Form, below in Exhibit 1.
Forms and Templates
Purchasing forms and templates may be obtained from the public directory.
Recyclables
Every effort will be made to use products made from recycled materials if such products are available, of
acceptable quality, and generally priced the same as similar, non -recycled products (Resolution 766).
Surplus Items
The City may acquire property from another governmental entity on mutually agreeable terms without
soliciting bids/quotations.
Store -Issued Charge Cards
It is sometimes necessary to use store -issued charge cards. The Department Managers will request prior
approval from the Finance Director or designee before establishing account.
Purchase Cards
Purchase cards can be issued with the approval of the Finance Director. They are to be used solely for
City -authorized business purposes. See Credit Card Policy.
Quick Checks
Quick checks may be issued to avoid incurring penalties, interest, or late charges. Submit requests for
quick checks to the Finance Department. Quick checks will be approved by the Finance Director or
designee.
Departments should avoid requests for quick checks by informing vendors of invoice deadlines and
payment schedules.
Early Release
Any checks requiring an early release must be approved by the Finance Director or designee.
Departments should avoid requests for early release by informing vendors of invoice deadlines and
payment schedules.
Petty Cash
Petty cash funds cover minor disbursements. Employees may be reimbursed from petty cash funds for
authorized purchases that total less than the established, petty -cash limit.
Budget Adjustments
Department directors (or designees) must ensure that purchases are initiated only when departmental
appropriations are sufficient to cover the anticipated cost. Expenditures that exceed departmental
appropriations require the Mayor's approval via the Budget Adjustment Request Form.
City of Edmonds Purchasing Policy April 2017 Page 16 of 19
Packet Pg. 143
4.6.b
Exclusive Contract Aareements
The City may enter into an exclusive contract with a vendor in order to ensure the lowest prices on goods
and/or services unrelated to architecture, engineering, land survey or public works requiring competitive
bidding. All departments must use exclusive vendor unless special circumstances such as emergencies,
vendor does not carry exact product, etc.
Expenditures of Direct or Indirect Federal Financial Assistance
Prior to contracting for goods or services which will be paid for with either direct or indirect Federal
financial assistance, where vendors have not signed a self certification, vendors must be checked against
the Excluded Parties List System to assure they have not been suspended/debarred and are prohibited
from receiving federal funds (http://www.epls.gov/). Documentation of verification must be retained and
available for audit. See related Grant and Intergovernmental Loan Policy.
Safeguard Personally Identifiable Information
The City shall take reasonable measures to safeguard protected, personally identifiable information and
other information the Federal awarding agency or pass -through entity designates as sensitive or the non -
Federal entity considers sensitive consistent with applicable Federal, state, local and tribal laws regarding
privacy and obligations of confidentiality.
Finance Committee
The Finance Committee, composed of two Council members and the Finance Director, will review and
update the City of Edmonds' purchasing and accounts payable policies and procedures, as necessary.
City of Edmonds Purchasing Policy April 2017 Page 17 of 19
Packet Pg. 144
4.6.b
EXHIBIT 1
City of Edmonds, WA
CONFLICT OF INTEREST DISCLOSURE FORM
FOR CITY COUNCIL MEMBERS, MAYOR, DIRECTORS, and STAFF
Name (please print)
Date Position
It is the policy of the City of Edmonds to address how issues of actual, potential and perceived conflicts of
interest involving elected officials, directors, and employees of the City should be identified, disclosed and
managed. This form is designed to identify and disclose known conflicts in an effort to properly manage them.
I have read the City of Edmonds's Conflict of Interest policy and understand that as an
employee/Elected Official of the City of Edmonds it is my obligation to act in a manner which promotes the
best interests of the City and to avoid conflicts of interest when making decisions and taking actions on
behalf of the City of Edmonds.
My answers to this disclosure form are correctly stated to the best of my knowledge and belief.
Should a possible conflict of interest arise in my responsibilities to the City of Edmonds, I recognize that
have the obligation to notify, based on my position, the appropriate designated individual (Director, Mayor,
City Council member), and to abstain from any participation in the matter until the City of Edmonds can
determine whether a conflict exists and how that conflict shall be resolved. If any relevant changes occur
in my affiliations, duties, or financial circumstances, I recognize that I have a continuing obligation to file
an amended "Conflict of Interest Disclosure Form" with the appropriate designated department.
I understand that the information on this form is solely for use by the City of Edmonds and is
considered confidential information. Release to external parties will be only when required by law.
Signature Date
Please complete the following questions, and submit this form to the Human Resources Director of the
City of Edmonds.
1. Are you or a member of your immediate family an officer, director, trustee, partner (general or limited),
employee or regularly retained consultant of any company, firm or organization that presently has business
dealings with the City of Edmonds or which might reasonably be expected to have business dealings with the
City of Edmonds in the coming year?
Yes No
If yes, please list the name of the company, firm or organization, the position held, and the nature of the
business which is currently being conducted with the City of Edmonds or which may reasonably be expected to
be conducted with the City of Edmonds in the coming year:
2. Do you or does any member of your immediate family have a financial interest, direct or indirect, in a
company, firm or organization which currently has business dealings with the City of Edmonds or which may
reasonably be expected to have such business dealings with the City of Edmonds in the coming year?
Yes No
If yes, please list the name of the company, firm or organization, the nature of the interest and the name of the
person holding the interest, and the nature of the business which is currently being conducted with the City of
Edmonds or which may reasonably be expected to be conducted with the City of Edmonds in the coming year:
City of Edmonds Purchasing Policy April 2017 Page 19 of 19
Packet Pg. 145
4.6.b
EXHIBIT 1
3. Do you or does any member of your immediate family have a financial or personal interest in an entity in
which the City of Edmonds has a financial or other vested interest.
Yes No
If yes, please provide details below:
4. Have you or an immediate family member accepted gifts, gratuities, lodging, dining, or entertainment
that might reasonably appear to influence your judgment or actions concerning the business of the City of
Edmonds?
Yes No
If yes, please provide details below:
5. Do you have any other interest or role in a firm or organization, where that interest or relationship might
reasonably be expected to create an impression or suspicion among the public having knowledge of your acts
that you engaged in conduct in violation of your trust as a trustee, officer, Director or staff member?
Yes No
If yes, please provide details below:
Please add additional pages as needed.
If any material changes to the responses provided on this disclosure form occur, the trustee, officer or employee
is required to update the information on this form in writing, and submit the update to the City of Edmonds
Human Resources Director.
Form reviewed by:
Remedial Action(s) to be taken:
The City of Edmonds will follow-up on all recommended actions to ensure compliance.
City of Edmonds Purchasing Policy April 2017 Page 19 of 19
Packet Pg. 146
Apprentice History 2012-2016
4.6.c
Apprentice
Yr of
Contract Amount
Apprentice Goal
Goal Met
Award
Projects
Grants
PM
(Award)
Contractor
Required (Yes/No)
(Yes/No)
Actual %
Comments
Already had apprentice on payroll
2012
2012 Waterline Replacement
Ed
$ 652,000
D&G Backhoe
Yes
Yes
18.9%
prior to contract - existing Union sl
2012
Talbot Drainage Impr
Jaime
$ 317,179
Kamins
Yes
No
0.0%
2012
19 Sewer Lift Stations Rehab
Jaime
$ 3,862,240
Razz Construction
Yes
No
7.0%
Estimate for actual goal.
One apprentice on payroll from 20
2013
2013 Waterline Replacement
ED
$ 1,300,000
D&G Backhoe
Yes
No
10.3%
H2O project had graduated
Sewerline Replacement Phase 1 (2012
2013
Sewer Project)
ED
$ 1,230,000
Shoreline Construction
Yes
Yes
19.7%
Existing Union Shop
Project concurrent with Phase I Se,
Sewerline Replacement Phase 2 (2013
See Phase
Project; not enough apprentices tc
2014
ISewer Project)
ED
$ 1,780,000
Shoreline Construction
Yes
No
I Sewer
around
Waiver - contractor will be forced 1
displace members of its own
2014
2014 Waterline Replacement
Henry
$ 1,474,497
Earthwork Enterprises
Yes
No
0.0%
workforce
Waiver - contractor will be forced 1
displace members of its own
2014
Citywide Stormwater Improvements
Henry
$ 337,759
D & G Backhoe
Yes
No
0.0%
workforce
Contractor's apprentice left during
the job prompting contractor to se
and receive - good faith effort
2015
2015 Waterline Replacement
Ryan
$ 2,195,457
D&G Backhoe
Yes
Y/N
9.0%
exemption during construction
Waiver - contractor will be forced 1
displace members of its own
2015
2015 Sewerline Replacement
Henry
$ 1,090,411
Buno Construction
Yes
No
10.6%
workforce
Waiver - contractor will be forced 1
displace members of its own
2015
City Spray Park
X
Henry
$ 728,920
Wyser Construction
Yes
No
12.4%
workforce
Company family member is one of
2016
SW Edmonds 105th/106th
Ed
$ 492,000
Rodarte Construction
Yes
Yes
16.3%
apprentices.
Firm has stated they do not emplo
2016
2016 CIPP
Ed
$ 1,030,000
Insituform Technologies
Yes
No
apprentices.
2016
2016 Sewerline Replacement
Jaime
Karvel Construction
Yes
TBD
TBD
Project still active
2016
2016 Waterline Replacement
Henry
$ 1,147,402
D & G Backhoe
Yes
Yes
23.3%
2016
Fishing Pier
X
I Henry
$ 1,004,318
Razz Construction
Yes
Yes
16.7%
M
Os
m
0
N
N
0
N
O
Ar
2
2
d
U
r—
(1)
L
EI
a
Packet Pg. 147
4.7
City Council Agenda Item
Meeting Date: 04/25/2017
Interlocal Agreement with Snohomish Health District regarding Sale of Rucker Building
Staff Lead: Patrick Doherty
Department: City Clerk's Office
Preparer: Scott Passey
Background/History
On September 27, 1990 Snohomish County, along with the cities and towns, including the City of
Edmonds, entered into an interlocal agreement (the "1990 ILA") to provide for the acquisition of a
facility for the Snohomish Health District ("the District") known as the "Rucker Building." The District
purchased the Rucker Building for $5,150,000 in October 1990. The City of Edmonds contributed a total
of $160,071 in a series of six payments from 1990 through 1995. The District's then -Deputy Director
Rick Mockler indicated to the 1990 ILA members that they would each own an interest in the Rucker
Building.
In 1995 The District paid off the acquisition loan in full, at which time the 1990 ILA expired, leaving
unclear whether any continuing property interest continued to accrue to the parties. Indeed the District
is the sole entity listed on the current deed and title. Since that time the District has assumed all
financial responsibility for utilities, ongoing operations and maintenance, and capital improvements.
Last Fall the Board of Health and senior leadership began discussing the option to sell the Rucker
Building as part of its 2017 budget preparations. This lead to the Board of Health's unanimous approval
of Resolution 17-03 on January 10, 2017 indicating its intent to surplus and sell the Rucker Building, as
well as encouraging the County and the cities and towns that were party to the original 1990 ILA to
relinquish any potential ownership and/or financial interest in the property.
Please see attached a 10/18/16 memo from District Accounting Supervisor Dan LeFree to District Deputy
Director/Chief Operating Officer Pete Mayer, as well as 12/22/16 letter to Snohomish County and City
leaders from Board of Health Chair Brian Sullivan and District Deputy Director Peter Mayer.
Staff Recommendation
Approve ILA and authorization for Mayor to execute ILA on 4/25/17 City Council Consent Agenda.
Narrative
At this time the Rucker Building is officially on the market and is listed by Kidder Mathews, retained by
the District. The Board of Health's real estate committee has indicated a preference to purchase a new
location for long-term financial viability (i.e., pay outright and not have ongoing annual lease or loan
payments). However, the ILA does include a provision to consider leasing a building, depending on
market conditions, timing, etc. The new facility sought by the District should consist of approximately
30,000 square feet and be located within the greater Everett vicinity, with parking and near major
Packet Pg. 148
4.7
transit lines.
If a new building is purchased, it is estimated that net residual proceeds would run from $2-4 million for
a capital fund intended to secure a more long-term financial stability to account for future physical plant
needs and/or program fund support. Selling the Building in the near term would also eliminate up $1-
1.5 million in expenditures earmarked in the 2017 budget for needed HVAC replacements.
If the District ends up leasing space, they will likely keep the majority of the sale proceeds in a
capital/reserve fund for lease and facility -related expenses, together with an eventual purchase in the
future.
More details of the District's intended sale of the Rucker Building and potential purchase and/or lease of
a new building can be found in the attached 4/5/17 letter from District Interim Administrator Jefferson
Ketchel.
At this time the District proposes that the original signatory jurisdictions to the 1990 ILA, including the
City of Edmonds, officially relinquish any potential financial interest in the Rucker Building, pursuant to
the proposed Interlocal Agreement, including a Quit Claim Deed, which relinquishes and conveys any
potential financial or property interest in the Rucker Building (attached).
Attachments:
ILA SHD-Edmonds—Rucker Bldg
SHD letter 4-5-17
SHD memo 10-18-16 & letter 12-22-16
Packet Pg. 149
4.7.a
INTERLOCAL AGREEMENT
BETWEEN THE SNOHOMISH HEALTH DISTRICT
AND
THE CITY OF EDMONDS
RELINQUISHING OF POTENTIAL CLAIM OF OWNERSHIP OR FINANCIAL INTEREST IN THE
RUCKER BUILDING
This Interlocal Agreement is entered into pursuant to Chapter 39.34 RCW by and between the
SNOHOMISH HEALTH DISTRICT, a Washington Municipal Corporation (the Health District) and the City
of Edmonds, a municipal corporation of the State of Washington (the City) — collectively (the Parties), for
the purpose of relinquishing any potential claim of ownership or financial interest in the Rucker Building
located at 3020 Rucker Ave., Everett, Washington.
RECITALS
WHEREAS, This Agreement is made pursuant to the Interlocal Cooperation Act, Chapter 39.34
RCW; and
WHEREAS, the Snohomish Health District was originally established by resolution of Snohomish
County Board of County Commissioners on November 24, 1958, with an effective date of January 1,
1959; and
WHEREAS, the Snohomish Health District is an independent municipal corporation, incorporated
under the provisions of Chapter 70.46RCW with Snohomish County, and cities and towns within
Snohomish County as members of the Snohomish Health District; and
WHEREAS, the Snohomish Health District, under provisions of RCW 70.46.100, has the power
and authority to purchase, own, lease, and maintain real property and property rights necessary for the
conduct of its affairs; and
WHEREAS, the County, along with the cities and towns, entered into an interlocal agreement
executed on September 27, 1990 (the 1990 ILA"), to provide for the acquisition of a facility for the
Snohomish Health District known as the "Rucker Building"; and
WHEREAS, the 1990 ILA provided for the financing of the purchase of the facility at 3020 Rucker
Avenue in Everett, based on an equitable formula basis totaling $5,150,000; and
WHEREAS, in 1995 the Snohomish Health District paid off the loan to acquire the building in full,
thereby satisfying the terms of the 1990 ILA; and
WHEREAS, the deed and title to the Rucker Building are vested in the Snohomish Health District,
and the Snohomish Health District has assumed all financial responsibility for utilities, ongoing operations
and maintenance, and capital improvements; and
WHEREAS, the Snohomish Health District is interested in moving into a smaller building, either
purchased or leased, with remaining dollars to be invested into a new capital fund; and
WHEREAS, the Snohomish Health District Board of Health unanimously approved Resolution 17-
03 on January 10, 2017, signifying its intent to surplus and sell the Rucker Building, and encouraged the
cities, towns, and Snohomish County to relinquish any potential ownership and financial interest; and
WHEREAS, public health is a shared responsibility, and an effective public health response to the
threats to public health in Snohomish County which requires regional cooperation, participation and
support from cities, towns and the County;
ILA SHD—RUCKER BUILDING I of 7
Revised Draft 2-2-17
Packet Pg. 150
4.7.a
WHEREAS, cities, towns and the County have authority to make contributions toward the support
of public health and such contributions benefit the public health and welfare of the citizens of such cities,
towns and the County;
NOW, THEREFORE, in consideration of the agreements set forth below and for other good and
valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the City and the
Health District agree as follows:
Purpose.
A. The recitals set forth above are incorporated herein by this reference.
B. The purpose of this Agreement is to relinquish any potential ownership and financial
interest in 3020 Rucker Avenue in Everett, Washington.
2. Term.
The term of this Agreement shall commence and be effective upon full execution and filing or
recording pursuant to paragraph 15 below and shall continue indefinitely.
3. Responsibilities of the City and the Snohomish Health District.
A. Responsibilities of the City.
Within ten (10) calendar days of full execution of this agreement, the City agrees to
execute a Quit Claim Deed in the form attached as Exhibit A conveying any and all
interest, if any, the City may have in the real property known as the Rucker Building. The
legal description of the subject property is encompassed within the Quit Claim Deed in
Exhibit A. The executed Quit Claim Deed shall be sent to the Snohomish Health District
for recording.
B. Responsibilities of the Snohomish Health District.
The Snohomish Health District agrees to use all net proceeds from the sale of Rucker
Building to move into a smaller building, purchased or leased, with remaining proceeds to
be placed into a new capital fund to be dedicated by the Snohomish Health District for
operation and maintenance of said new building and associated property. If purchased,
title to such new property shall be vested in Snohomish Health District.
4. Public Benefit.
The City has had the opportunity to conduct due diligence concerning its potential ownership and
financial interest it may have, if any, to the Rucker Building and agrees to waive, relinquish and
convey the same. The City and the Snohomish Health District agree that if the City does have a
financial or ownership interest in the Rucker Building, that such interest is of approximately equal
or lesser value than the public health services provided by the Snohomish Health District to the
City and its citizens.
5. Legal Requirements.
Both parties shall comply with all applicable federal, state and local laws in performing this
Agreement.
6. Public Disclosure Laws.
The City and the Snohomish Health District each acknowledge, agree and understand that the
other party is a public agency subject to certain disclosure laws, including, but not limited to
Washington's Public Records Act, chapter 42.56 RCW. Each party understands that records
related to this Agreement and the District's performance of services under this Agreement may be
subject to disclosure pursuant to the Public Records Act or other similar law.
ILA SHD_RUCKER BUILDING
Revised Draft 2-2-17
2of7
Packet Pg. 151
4.7.a
7. Insurance.
Each party shall maintain its own insurance and/or self-insurance for its liabilities from damage to
property and/or injuries to persons arising out of its activities associated with this Agreement as it
deems reasonably appropriate and prudent. The maintenance of, or lack thereof of insurance
and/or self-insurance shall not limit the liability of the indemnifying part to the indemnified party(s).
Each party shall provide the other with a certificate of insurance or letter of self-insurance as the
case may be upon request.
8. Indemnification.
The Snohomish Health District shall protect, save harmless, indemnify and defend the City its
elected officials, officers, employees and agents, from and against any loss or claim for damages
of any nature whatsoever, including claims by third parties or Snohomish Health District
employees against which it would otherwise be immune under Title 51 RCW or other law, arising
out of any act or omission of the Snohomish Health District in performance of this Agreement, its
elected or appointed officials, officers, employees or agents, except to the extent the loss or claim
is attributable to the negligence or willful misconduct of the City, its elected officials, officers,
employees or agents.
The City shall protect, save harmless, indemnify and defend the Snohomish Health District, its
elected and appointed officials, officers, employees and agents from and against any loss or
claim for damages of any nature whatsoever, including claims by third parties or City employees
against which it would otherwise be immune under Title 51 RCW or other law, arising out of any
act or omission of the City in performance of this Agreement, its elected or appointed officials,
officers, employees or agents, except to the extent the loss or claim is attributable to the
negligence or willful misconduct of the County, its elected or appointed officials, officers,
employees or agents.
9. Notices.
Any notice to be given to the Snohomish Health District under this Agreement shall be either
mailed or personally delivered to:
Snohomish Health District
3020 Rucker Avenue, Ste 306
Everett, WA 98201
Any notice to the City shall be mailed or hand delivered to:
Mayor Dave Earling
121 5t" Avenue North
Edmonds, WA 98020
Receipt of any notice shall be deemed effective three (3) days after deposit of written notice in the
U.S. mail with proper postage and address.
10. Venue.
The laws of the State of Washington shall apply to the construction and enforcement of this
Agreement. Any action at law, suit in equity, or judicial proceedings for the enforcement of this
agreement or any provision hereto shall be in the Superior Court of Snohomish County, Everett,
Washington.
11. Disputes.
The parties agree that, following reasonable attempts at negotiation and compromise, any
unresolved dispute arising under this Agreement may be resolved by a mutually agreed -upon
alternative dispute resolution of arbitration or mediation.
ILA SHD_RUCKER BUILDING
Revised Draft 2-2-17
3of7
Packet Pg. 152
4.7.a
12. No third party beneficiaries; no joint venture.
This Agreement is for the sole benefit of the City and Snohomish Health District and shall not
confer third -party beneficiary status on any non-party to this Agreement. Nothing contained in this
Agreement shall be construed as creating any type or manner of partnership, joint venture or
other joint enterprise between the parties. County employees who provide services under this
Agreement shall at all times be acting in their official capacities as employees of Snohomish
County.
13. Entire Agreement.
This Agreement constitutes the entire agreement between the parties regarding the subject
matter hereof, and supersedes any and all prior oral or written agreements between the parties
regarding the subject matter contained herein. This Agreement may not be modified or amended
in any manner except by written agreement executed by both parties. Both parties recognize that
time is of the essence in the performance and the provisions of this Agreement.
14. Severability.
A. If a court of competent jurisdiction holds any part, term or provision of this Agreement to
be illegal or invalid, in whole or in part, the validity of the remaining provisions shall not be
affected, and the parties' rights and obligations shall be construed and enforced as if the
Agreement did not contain the particular provision held to be invalid.
B. If any provision of this Agreement is in direct conflict with any statutory provision of the
State of Washington, that provision which may conflict shall be deemed inoperative and
null and void insofar as it may conflict, and shall be deemed modified to conform to such
statutory provision.
15. Filing.
As provided by RCW 39.34.040, this Agreement shall be filed with the Snohomish County
Auditor, or, alternatively, posted on the website of each party.
16. Execution in Counterparts.
This Agreement may be executed in two or more counterparts, each of which shall constitute an
original and all of which shall constitute one and the same agreement.
16. Effective Date. 12017
City of Edmonds Snohomish Health District
Mayor
ATTEST:
City Clerk
Approved as to Form:
City Attorney
ILA SHD_RUCKER BUILDING
Revised Draft 2-2-17
Jefferson Ketchel, Interim Administrator
ATTEST:
Approved as to Form:
Health District Attorney
4of7
Packet Pg. 153
4.7.a
EXHIBIT A
After Recording Return to:
Snohomish Health District
3020 Rucker Avenue, Suite 306
Everett, WA 98201
QUIT CLAIM DEED
Grantor: CITY OF
Grantee: SNOHOMISH HEALTH DISTRICT
Legal: Lots 8-10 & 22-29, Block 720, Plat of Everett, Div H, V. 4, p. 50 and
Lots 5-7, Block 719, Plat of Everett, V. 3, P. 32, Snohomish Cty, WAAdd'I on p. 11=2
Tax I D#: 004375-720-008-00, 004375-720-009-00, 004375-720-022-00
004375-720-028-00 and 004391-719-005-00
THE GRANTOR, CITY OF , a municipal corporation of the State
of Washington, for and in consideration of clearing title of any interest Grantor may have,
conveys and quit claims to SNOHOMISH HEALTH DISTRICT, a municipal corporation of the
State of Washington, the following -described real estate, situated in the County of Snohomish,
State of Washington, including any interest therein which Grantor may hereafter acquire:
ILA SHD_RUCKER BUILDING
Revised Draft 2-2-17
5of7
Packet Pg. 154
4.7.a
PAPC'Pl A -
Lots 8, 9, 10, 22, 23, 24, 25, 26, 27, 28 and 29, Block 720, Plat of Everett,
Division "H," as per plat recorded in Volume 4 of Plats, page 50, records of the
Auditor of the County of Snohomish, State of Washington.
Situate in the City of Everett, County of Snohomish, State of Washington.
PARCEL B:
Lots 5, 6 and 7, Block 719, Plat of Everett, as per plat recorded in Volume 3 of
Plats, page 32, records of the Auditor of the County of Snohomish, State of
Washington.
Situate in the City of Everett, County of Snohomish, State of Washington.
DATED this day of 12017.
CITY OF
ILA SHD_RUCKER BUILDING
Revised Draft 2-2-17
(Print Name)
(Title)
6of7
Packet Pg. 155
4.7.a
STATE OF WASHINGTON )
) ss.
COUNTY OF SNOHOMISH )
I certify that I know or have satisfactory evidence that is
the person who appeared before me, and said person acknowledged that signed this
instrument, on oath stated that was authorized to execute the instrument and
acknowledged it as the of the CITY OF
to be the free and voluntary act of such party for the uses and purposes mentioned in the
instrument.
DATED this day of 2017.
(Legibly print name of notary)
NOTARY PUBLIC in and for the State of
Washington, residing at
My commission expires
ILA SHD_RUCKER BUILDING
Revised Draft 2-2-17
7of7
Packet Pg. 156
4.7.b
w♦w��
SNOHOMISH
HEALTH DISTRICT
WWW.SNOHD.ORG
April 5, 2017
The Honorable Dave Earling
City of Edmonds
121 Fifth Ave. N.
Edmonds, WA 98020
RE: Potential Interest in the Rucker Building
Dear Mayor Earling,
Administration Division
The Board of Health and senior leadership began discussing the option to sell the Rucker Building
late last fall, as a part of our 2017 budget preparations. Given the large capital investment needed
to not only maintain the building, but to efficiently utilize our space, the Board made the decision to
retain Kidder Mathews as our commercial real estate broker. The Rucker Building is officially on
the market and can be viewed at www.everettcbdofferinax.con-i.
The Board of Health's real estate committee has indicated a preference to purchase a new location
for long-term financial viability (i.e., pay outright and not have annual lease or loan payments).
However, based on your suggestion, we did amend the ILA to allow flexibility to purchase or lease
depending on what is on the market, timing, etc. We have instructed our team at Kidder Matthews
to look at both options and work with us on financial pros/cons of potential sites once we get to that
stage.
The real estate market is dynamic, so the timing of selling this building and identifying our future
location may require us to ask for a short-term lease arrangement. For a number of reasons, our
goal is to physically relocate out of the building. Remaining in place longer term would require
some significant improvements to work spaces, consolidate work spaces, etc. We are also mindful
of not making staff move multiple times if we can avoid it.
We are looking for a new facility that is approximately 30,000 sq. ft. in the general Everett vicinity
with parking and near major transit lines. We are not tied to downtown Everett, but also recognize
that we do have clinic space in South Lynnwood already. In order to serve existing clientele and
field work across the county, staying in the Everett vicinity is needed.
As it stands now, if we were to purchase, the remaining proceeds would be used to establish a
capital fund. We have not had a capital fund, so all expenses have come out of operating funds,
thereby reducing dollars that could be spent on programming. Ideally, after closing costs, purchase
of a new building and associated moving/renovation expenses, we would have $2-41VI in a capital
fund depending on sale price of our building and and purchase price of a new facility. These
proceeds would go a long way in providing us with financial stability; money set aside for needed
repairs in the future and reducing the strain on program funds. Selling the building soon also frees
up $1-1.5M that we have earmarked in our 2017 budget for needed HVAC replacements. Those
funds would then become money that can be used for operational needs.
3020 Rucker Avenue, Suite 306 ■ Everett, WA 98201-3900 ■ ph: 425.339.5210 0 fax: 425.339.5263
Packet Pg. 157
4.7.b
Mayor Dave Earling
Potential interest in the Rucker Building
April 5, 2017
Now, should we end up leasing a space, we'll need to work with the Board on how remaining
proceeds are allocated. We would likely still keep the majority of the proceeds in a capital/reserve
fund for lease and facility -related expenses, and possibly for a potential purchase down the road.
We have also had recent discussions about researching endowment -like options for some of those
proceeds, but this requires more conversation with staff and the Board to determine what's
feasible.
I'm happy to report that the Rucker Building ILA has been approved by a majority of the cities, and
we're hopeful that we can wrap up the rest in the coming weeks. As you can likely appreciate, this
is a complex and evolving process. We look forward to the opportunity to discuss this further with
you and the city council.
Sincerely,
J fferson S. Ketchel
Interim Administrator
cc: Patrick Doherty, Director, City of Edmonds
Adrienne Fraley-Monillas, Councilmember, City of Edmonds / Board of Health Chair
3020 Rucker Avenue, Suite 306 E Everett, WA 98201-3900 ■ ph: 425.339.5210 ■ fax: 425.339.5263
Packet Pg. 158
4.7.c
MEMORANDUM
TO: Pete Mayer, Deputy Director/Chief Operating Officer
FROM: Dan LeFree, Accounting Supervisor
DATE: October 18, 2016
RE: Rucker Building — Potential Ownership Interests
Background
The Snohomish Health District (the District) purchased the Rucker Building (the Building) in October
1990, for $5,150,000. This was done with the assistance of an interlocal agreement (the 1990 ILA) to
finance the purchase. The 1990 ILA included the County, 20 cities, and the District. Though the 1990 ILA
did not specifically address the topic of sharing an ownership interest in the Building, then -Deputy
Director Rick Mockler indicated to the 1990 ILA members that the parties to the 1990 ILA would each
own an interest in the Building. Although Mukilteo was not a party to the 1990 ILA, it was assessed per -
capita contributions for the financing of the Building.
In 1995, just prior to the completion of the 1990 ILA (which expired when the loan on the Building was
paid in full), and prior to the District receiving title to the Building, the Board of Health adopted Charter
Article VIII (available at www.snohd.orpJBudget-Financial). It appears this Article was intended to
establish a legal mechanism by which local governments who contributed to the purchase of properties
by the District might be reimbursed upon the occurrence of certain events (e.g., sale of the property,
merger of the District into the County, etc.). However, the District has not found supporting evidence that
the mechanism provided in Article VIII was utilized to establish, or apportion, ownership interests of the
Building.
The District has consistently reported the Building as owned by the District, and is not aware of any other
municipality reporting ownership interest in the Building on their financial statements, or other supporting
documents. Furthermore, the District is the sole entity listed on the deed and title.
Current Consideration
The District is currently considering selling the building. Legal counsel has advised that, prior to placing
the building on the market, we should obtain a written agreement from all parties to the 1990 ILA
regarding the disposition of ownerships in the Building. This includes an agreement from Mukilteo, if a
claim is alleged. Several County Council and Board of Health members have expressed support of the
possibility of their governments waiving, or donating, any claims to ownership interests in the Rucker
Building to the District. If sold, the proceeds would be used to purchase and move into a smaller building,
with remaining dollars put into a new capital fund.
Proposed Process
The District proposes that each party to the 1990 ILA, as well as Mukilteo, receive this brief history of the
purchase and operation of the Building, and the amounts contributed by each entity to the financing,
capital improvements, and operations of the Building (see attached). Representatives from each local
government are invited to an informational meeting to review the history of the building, and to propose
an interlocal agreement to take to their governments for consideration. Alternatively, or in addition to the
above, the District could provide each entity with a draft resolution that each local government could
adopt to waive or donate claims to the Building, and to authorize the County Executive or Mayor to sign
the agreement to effect that action.
Packet Pg. 159
4.7.c
SNOHOMISH
HEALTH DISTRICT
WWW.SNOHD.ORG
December 22, 2016
RE: Invitation to Discuss Potential Financial Interest in Rucker Building
Dear City and County Leaders,
Administration
The Board of Health and Snohomish Health District are currently considering selling our building at
3020 Rucker Avenue in Everett. As we researched the history of the property, we learned that a
number of municipalities, including yours, contributed certain amounts to the purchase of the property
from 1990 through 1995. We also learned that certain oral statements were made by one or more
representatives of the Snohomish Health District, which implied that the municipalities who contributed
to the purchase of the property may receive some disbursement if the property were sold in the future.
We'd like to begin the process of determining what, if any, financial interest your municipality might
have in connection with the property. Key documents are available at www.snohd.or ]Bud et -Financial
for you to review. The Board is requesting that your municipality consider relinquishing any potential
interest in the sale of the building. The Health District would use any proceeds from the sale of Rucker
Building to purchase and move into a smaller building, with remaining dollars put into a new capital
fund.
We are writing to invite you, and others you might appoint from your staff or legal counsel, to a meeting
with other municipalities in Snohomish County to discuss this request and the attached documents. In
addition to brief presentations at the respective north and south county mayor meetings, we will also be
holding three meetings around the county:
Thursday, January 19, 10:00-11:30 a.m. at Marysville City Hall
Wednesday, January 25, 12:30-2:00 p.m. at Edmonds City Hall
Monday, January 30, 2:30-4:00 p.m. at Monroe City Hall
We invite you to attend whichever meeting best accommodates your schedules.
Please indicate your interest and attendees from your municipality on the accompanying form and it to
Linda Carl at Icarl(@snohd.org by January 13, 2017. In addition, if you have any questions that you
would like to make sure are addressed in the meeting, please email those to Linda in advance.
Sincerely,
Brian Sullivan, Chair Peter Mayer, Dep rtyDirector
Board of Health Snohomish Health District
Enclosures: Snohomish Health District — Rucker Building Meeting Form
Snohomish Health District Memorandum, Dated October 18, 2016
3020 Rucker Avenues, Everett, WA 98201-3900 rA tel: 425.339.8677 a� fax: 425.339.5263
Packet Pg. 160
4.8
City Council Agenda Item
Meeting Date: 04/25/2017
Authorization to contract with James G. Murphy to sell surplus city vehicles and surplus city equipment
Staff Lead: Mike Adams
Department: Public Works & Utilities
Preparer: Royce Napolitino
Background/History
The city has utilized the services of James G. Murphy Auctioneers to sell surplus city vehicles and
equipment for several years. We have consistently received quality service and the best prices using this
approach. It has proven to be the most cost effective option to manage our larger surplus items like
vehicles and equipment.
Staff Recommendation
It is recommended that authorization be given to Public Works to contract with James G. Murphy
Auctioneers to sell (2) surplus city vehicles, (2) power generators, (1) police seizure vehicle .
Narrative
The city would like to utilize the services of James G. Murphy Auctioneers to sell surplus city vehicles and
equipment. This has proven to be a cost effective method to manage surplus items.
The following equipment:
Unit# 001-FLT 1957 Caterpillar D343 250KW generator SN# 62137764 (with external 550 gal. fuel tank)
Asset # 0528 - Kato Light, KF15-1, 9000Watt 120/240 V, Model G9-FG-B2EPP, Serial 876-33
The following fleet vehicles:
Unit# 018-PRK 1995 Ford 445 Loader SN# A431382
Unit# 535-POL 2006 Ford Escape Vin# 1FMYU92Z66KC35535
The following police seizure vehicle:
2003 BMW M3 Vin# WBSBR934X3PK01247
Packet Pg. 161
5.1
City Council Agenda Item
Meeting Date: 04/25/2017
YWCA Stand Against Racism Day Proclamation (5 min.)
Staff Lead: Mayor Earling
Department: Mayor's Office
Preparer: Carolyn LaFave
Background/History
YWCA USA is on a mission to eliminate racism, empower women, and promote peace, justice, freedom
and dignity for all. The organization is one of the oldest and largest women's organizations in the nation,
serving over 2 million women, girls, and their families each year. Learn more: www.ywca.org.
Staff Recommendation
Narrative
YWCAs across the country will take a "Stand Against Racism" April 27 - 30, 2017. The 10th annual Stand
Against Racism raises awareness of the ways institutional and structural racism impact our communities.
Attachments:
SAR_04_2017
Packet Pg. 162
1jr1oIrfamatiloln
O
City of Edmonds • Office of the Mayor
STAND
AGAINST
RACISM
WHEREAS, The YWCA is committed to eliminating racism, empowering women and
promoting peace, justice, freedom and dignity for all; and
WHEREAS, On the last Friday of April each year, thousands of people all across the United
States of America gather with the YWCA to spread awareness about the root
causes of racism and encourage conversations among diverse communities; and
WHEREAS, The YWCA believes that individuals and whole communities must be engaged in
a conversation about racism and speak out collectively, with one voice, and pledge
to stand against racism; and
WHEREAS, The City of Edmonds and the Edmonds Diversity Commission align with the
YWCA mission and work to eliminate racial inequity through internal practices,
citywide initiatives and partnerships with other institutions and the community;
and
0
NI
1*
0
WHEREAS, Edmonds residents value initiatives that will end race -based disparities and make
I
a
the world a more equitable, inclusive and dignified place for all to live;
a�
E
NOW THEREFORE, I DAVID O. EARLING, MAYOR OF EDMONDS, DO HEREBY
U
PROCLAIM APRIL 28TH IN OUR CITY TO BE
a
STAND AGAINST RACISM DAY
And I call upon all public officials, educators, businesses, community leaders and all people of
Edmonds. to observe this day and commit, going forward, to fight against racism whenever and
wherever it may appear.
David O. Earling, Mayor
April 25, 2017
Packet Pg. 163
5.2
City Council Agenda Item
Meeting Date: 04/25/2017
Cemetery Board annual report to Council (10 min.)
Staff Lead: Carrie Hite
Department: Parks, Recreation & Cultural Services
Preparer: Carrie Hite
Background/History
Each year the chair of the Cemetery Board makes an annual presentation to the Council to update the
Council on the business of the Cemetery.
Staff Recommendation
Be briefed on the annual business of the Cemetery.
Narrative
Jerry Janacek, the chair of the Cemetery Board, will be making the presentation.
Packet Pg. 164
7.1
City Council Agenda Item
Meeting Date: 04/25/2017
Contracting & Purchasing Policies Update (10 minutes)
Staff Lead: Phil Williams, Rob English & Scott James
Department: Administrative Services
Preparer: Scott James
Background/History
Staff presented the Contracting & Purchasing Policies Amendments to Council on April 18th, 2017. Of
the seven section amendments, two policy sections are placed onto the Action Items Agenda, with the
remaining amendments placed onto tonight's Consent Agenda.
Staff Recommendation
Council Action: Motion To approve amendments to City's Purchasing Policies and Procedures to the
Procurement of Public Works and to the Apprentice sections of the policy as presented.
Narrative
Staff is recommending changes to the Apprentice requirements on public works projects and an increase
in the limits for staff constructed projects from $50,000 to $65,000 on individual projects.
The following information describes the proposed changes. All references to page number are related
to the red -lined version.
Apprentice Requirements:
Staff recommends adjustments to the current Apprentice Requirements on Public Works
projects. In the fall of 2011, the City added a 15% Apprentice goal on Public Works projects with
an estimated cost of $250,000 (increased to $300,000 in 2012) or more. The purpose of an
apprentice training program is to provide training and experience to individuals seeking to enter
or advance in the work force. These opportunities will help develop a trained work force that
can work in the journey and foreman levels on future construction of public works projects.
Attachment 3 is a matrix that shows a five-year history of City projects, award amount,
apprentice goal, and the actual apprentice goal achieved. The following information is based on
the 5-year history:
15 of 35 projects had apprentice requirements.
5 of 15 projects achieved or exceeded the 15% apprentice goal.
4 of 15 projects had an apprentice participation between 9% and 13%
Based on this information, staff recommends the following adjustments to the apprentice
requirements on page 8 of 21:
Packet Pg. 165
7.1
Decrease the apprentice goal from 15% to 10%.
Apply the apprentice requirements on projects with an estimated cost of
$1,000,000 or more.
The following table shows apprentice goals and minimum contract amounts for several public
agencies that have apprentice requirements.
Agency Goal (%) Minimum Comments
Contract Amount
WSDOT
15%
$3,000,000
$31VI contract amount to 2020
City of Seattle
15%
$1,000,000
City of Shoreline
15%
$1,000,000
City of Vancouver
3%-8%
$500,000 to
12,000,000
Goal varies depending on contract amount
Snohomish County
15%
$250,000
King County
Varies
Varies
Goals are set based on number of trades,
size of project and cost.
The proposed change in contract limits would align better with other public agencies who have
an apprentice programs. It will also reduce the contract administration effort and the cost of
projects between $250,000 and $1,000,000 which have represented 1 out of every three City
projects since this apprenticeship program started.
Procurement of Public Works:
We are asking Council approval to change the threshold for when projects must be bid
competitively match what state law allows. This level had been set at $50,000 for many years
and was finally increased to $65,000 by the legislature in an attempt to adjust for constuction
cost inflation over time. We are asking to increase our local threshold to $65,000 as well.
Attachments:
Attachment 1: Redline - Contracting & Purchasing Policy 2017
Attachment 2 - Contracting & Purchasing Policy 2017
Attachment 3 - Apprentice History 2012-2016
Packet Pg. 166
7.1.a
City of Edmonds
`-Oc. 1 $y"
Contracti
and Purchasin
Policies
and
Procedures
March 20173
Style Definition: Heading 1: Left
Formatted: Font: (Default) Arial
a�
r
a
N
0
.O
IL
.i,
r
r`
Formatted: Font: (Default) Arial N
V
0
.N
IL
06
a�
L
0
U
d
r
C
d
E
L
V
fC
r
r
Q
Packet Pg. 167
7.1.a
Table of Contents
Paqe
Policy....................................................................................................................................................24
Purpose................................................................................................................................................24
Authority..............................................................................................................................................24
Parameters...........................................................................................................................................24
Procurement of Products...................................................................................................................32
Procurement of Professional Services.............................................................................................32
A. Professional, Technical, and Other..........................................................................................32
B. Architectural, Engineering, and Land Surveyor Services(A/E)...............................................43
Grant Agreements and Grant Reimbursement Documents 4
Procurement of Public Works............................................................................................................53
BiddingRequirements........................................................................................................................64
BidProcedures.................................................................................................................................64
ApprenticeRequirements.................................................................................................................76
ResponsibleBidder Criteria.............................................................................................................99
SmallWorks Roster........................................................................................................................1344
Limited Pubic Works Process.....................................................................................................1442
Change Orders on Public Works Construction Contracts..........................................................1155a3 Formatted: Font: Not Bold
Reimbursement of Expenses.........................................................................................................1543
OtherIssues....................................................................................................................................1543
InterlocalAgreements................................................................................................................1543
Sole Source Procurement..........................................................................................................1644
Special Market Conditions..........................................................................................................1644
Emergencies...............................................................................................................................1644
Record Retention Requirements................................................................................................1644
State Minimum Bidding Requirements.......................................................................................1645
Conflictsof Interest.....................................................................................................................1745
Formsand Templates................................................................................................................1715
Recyclables................................................................................................................................1745
SurplusItems..............................................................................................................................1845
StoreIssued Charge Cards........................................................................................................1845
PurchaseCards..........................................................................................................................1845
QuickChecks.............................................................................................................................184-5
EarlyRelease.............................................................................................................................1845
PettyCash..................................................................................................................................1845
BudgetAdjustments...................................................................................................................1846
Exclusive Contract Agreements.................................................................................................1846
Expenditures of Direct or Indirect Federal Financial Assistance................................................1846
Safeguard Personally Identifiable Information...........................................................................1846
FinanceCommittee....................................................................................................................1946
Conflict of Interest Disclosure Form..............................................................................................
20
City of Edmonds Purchasing Policy MaFGh �-'^"April 2017
Page 1 of 21486
Packet Pg. 168
7.1.a
Policy
The City of Edmonds will acquire goods and services in a manner that results in the most efficient delivery
of the same considering cost and value received.
To avoid conflict of interest, procurement will be impartial. Procurement of goods and services will provide
the City with the best quality for the best value and will be for the benefit of the public. Employees are
prohibited from making purchases for personal use and charging any City vendor account. Purchases
will be made within budget limits and to meet goals and objectives approved in the City's budget.
Potential purchases that are not within budget limits will be pre -approved through a budget amendment
process. All City purchases will ultimately be approved by the City Council through the voucher approval
process.
Purpose
This administrative manual establishes City responsibilities and policies, procedures, and practices to
follow to purchase equipment, materials, and services. All employees must follow established policies and
procedures. The City's purchasing policies and procedures, however, are intended solely for the benefit
of the City. Nothing therein shall be interpreted to create any specially benefited or protected class of
persons, or any private cause of action against the City. Adherence to policies and procedures will
ensure that public purchases and contracts are open, fair, and at the least cost to the public. Policies and
procedures are divided into six major areas: 1) Procurement of Products, 2) Procurement of Professional
Services, 3) Procurement of Public Works, 4) Bidding Requirements, 5) Reimbursement of Expenses,
and 6) Other Issues.
Authority
A department director (or designee), acting within his/her department budget, is authorized to provide for
supplies and services purchases. To ensure the City's fiscal responsibility, purchases are coordinated
through the Finance Department. The City's procurement procedures are based on Revised Code of
Washington minimum standards, Edmonds City Council adopted resolutions and ordinances, rules and
guidelines from the State Auditor's Office, and recommendations from Municipal Research Services
Center.
Parameters
Dollar -value ranges indicated pertain to each purchase (including tax, freight, handling and set up costs, if
applicable). Purchases cannot be broken into multiple purchases to avoid compliance with State statutes
and City policies.
Procurement of goods or services specifically identified and approved by Council during the budget
process are excluded from pre -approval requirements.
Any contract that extends beyond the approved budget cycle or which has continuing provisions
(indemnities) which impose obligations beyond the budget cycle must go to Council for authorization;
provided that the Mayor (or designees) shall be authorized to execute contracts with indemnity provisions
that survive expiration or termination of the contracts if the following conditions are met: (1) City Attorney
determines that the indemnity provision is in a standard form that assigns risks in a manner consistent
with the costs and purposes of the contract; and (2) the dollar value of the contract is less than $100,000.
City of Edmonds Purchasing Policy Ma�on13April 2017
Page 2 of 21486
Formatted: Font: (Default) Arial
Packet Pg. 169
7.1.a
Procurement of Products
Purchasing decisions costing $50,000 or less must be approved by the department director (or
designee). Purchases costing between $40-,09020,000 and $2-5-,00935,000 require at least three
telephone quotes from vendors (unless the items are from a sole source vendor), and completion
of the vendor quote form.
Purchasing decisions costing more than $2—R-,00035,000 but less than $50,000 must be approved
by the department director (or designees). Purchases require written quotations from, if possible,
at least three vendors (unless the items are from a sole source vendor or if only two possible
vendors can be found).
Purchasing decisions costing more than $50,000 but less than $100,000 must be approved by
the department director and the Mayor (or their designees). Purchases require written quotations
from, if possible, at least three vendors (unless the items are from a sole source vendor or if only
two possible vendors can be found).
Purchases in excess of $100,000 must be bid competitively (unless the items are from a sole
source vendor). See Bidding Requirements below. The City Council must authorize the call for
bids for a purchase estimated at $100,000 or more, as well as award the contract.
When soliciting quotes, the City will not inform a vendor of other vendors' quotes.
All quotes/bids must be awarded to the lowest responsible bidder.
Procurement of Professional Services
A. Professional, Technical, and Other Services
1. Professional, Technical and Other services include disciplines not specifically related to A/E
such as attorneys, computer programmers, financial analysts, bond counsels, artists,
planners, real estate appraisers, landscapers, etc.
2. Purchase of professional services requires completion of a City professional service contract
that describes services to be performed and purchase price.
3. The department director (or designee) must approve purchases of professional services
costing $50,000 or less, and provided funds have been budgeted is authorized to sign the
contract.
4. The department director and the Mayor (or their designees) must approve purchases of
professional services costing more than $50,000 but less than $100,000. The Mayor is
authorized to sign the contract provided funds have been budgeted.
5. Professional services with an estimated consultant fee of $100,000 or greater, require a
focused public solicitation to ensure the consultant has the necessary expertise. If the work
is not part of a project listed in the most current City Council Approved budget or CIP, a
summary of the public solicitation must be put on the City Council agenda for approval prior
to advertisement. The City Council must approve Professional Service contracts costing more
than $100,000, and authorize the Mayor to sign the contract.
6. Expertise, experience, including prior experience with the City, timeframe for completing
projects, and the value of a negotiated agreement will be considered when choosing a
consultant/firm to perform professional services.
City of Edmonds Purchasing Policy Ma�on13April 2017
Page 3 of 21496
Formatted: Font: (Default) Arial
Packet Pg. 170
7.1.a
B. Architectural, Engineering and Land Surveyor Services (A/E)
1. Procurement of A/E services will be in accordance with Chapter 39.80 RCW. The statute
requires advance notice of the need for professional services (RCW 39.80.030), evaluation of
firms' qualifications and performance (RCW 39.80.040), and negotiation with firms in
accordance with adjudged qualifications (RCW 39.80.050). A/E purchases will be coordinated
through the Public Works Department to ensure compliance with State statutes.
2. The department director (or designee) are designated authority to approve advertising
Requests for Qualifications (RFQ's) for A/E services when the estimated consultant contract
fee is $50,000 or less and to approve proceeding with procurement of A/E services using the
A/E Consultant Roster, provided funds have been budgeted by Council.
3. The department director and the Mayor (or their designees) must approve consultant
contracts when the estimated consultant contract fee is greater than $50,000, but less than
$100,000, provided funds have been budgeted.. The Mayor is authorized to sign the
contract.
4. Per Resolution 1155 the City utilizes the A/E consultant roster maintained by Municipal
Research and Services Center (MRSC).
5. Selection of an A/E consultant from the consultant roster may be made if the estimated
consultant fee is $100,000 or less.
6. All projects with an estimated A/E consultant fee of $100,000 or greater, and projects that are
sufficiently complex/unique will require a focused public solicitation advertised as a Request
for Qualification (RFQ's) to ensure the A/E consultant has the necessary expertise. If the
project is not listed in the City's current City Council Approved budget or CIP, a summary of
the RFQ and project details must be put on the City Council agenda for approval prior to
advertising the RFQ. The City Council must approve A/E Professional Service contracts
costing more than $100,000, and authorize the Mayor to sign the contract.
7. A selection panel, with a minimum of three employees, shall be used to select an A/E
consultant when the estimated consultant fee exceeds $100,000. A selection panel is
optional when the A/E consultant fee is estimated to be less than $100,000.
8. Purchase of A/E services require completion of a City professional service contract that
describes services to be performed and purchase price.
Grant Agreements and Grant Reimbursement Documents
The mayor shall be authorized to execute grant agreements for capital projects where
the city council previously authorized the,project in the current capital improvement Formatted: Font. Arial
program and., for growth -related projects, where the scope of the project is substantially Formatted: Font: Arial
consistent with the project description in the capital facilities plan_ Formatted: Font: Arial
.Once a grant agreement has been properly executed as provided above, the director of Formatted: Font: Arial
the department overseeing the capital protect may execute documents necessary to Formatted: Font. (Default) Arias
implement the grant agreement, including documents necessary for the city to be Formatted: Normal
reimbursed by the granting agency.
I City of Edmonds Purchasing Policy Ma�on13April 2017
Page 4 of 214N
Packet Pg. 171
7.1.a
The Federal Highway Administration, through the state,, ,sometimes authorizes federal
Formatted: Font: Anal
transportation funding to the CitV of Edmonds for transportation projects. The Code of
Formatted: Font: Arial
Federal Regulations, 2 CFR 200.415(a) has been revised to ensure that final fiscal
reports or vouchers requesting payment under federal agreements must include the
following certification, which, under this policy, may be signed bV the mayor, director, ,Or
Formatted: Font: Anal
city engineer, who are.herebV authorized to legally bind the city for the sole purpose of
Formatted: Font: Anal
requesting reimbursement for federally funded transportation projects to terms that are
Formatted: Font: Arial
consistent with the applicable grant agreement:
Formatted: Font: Arial
"By signing this report, I certify to the best of my knowledge and belief that the report is
Formatted: Font: Arial
true, complete, and accurate, and the expenditures, disbursements and cash receipts
are for the purposes and objectives set forth in the terms and conditions of the Federal
award. I am aware that any false, fictitious, or fraudulent information, or the omission of
any material fact, maV subject me to criminal, civil or administrative penalties for fraud,
false statements, false claims or otherwise. (U.S. Code Title 18, Section 1001 and Title
31, Sections 3729-3730 and 3801-3812)."
Procurement of Public Works
RCW 39.04.010 defines public works to include all work, construction, alteration, repair or improvement
other than ordinary maintenance, executed at the cost of the City. (Most public works projects are multiple
craft, defined as more than one type of work being executed.)
1. City employees may be used to perform public works projects until the accumulated costs of public
works projects performed by them during a budget cycle meets ten percent of the City's public works
construction budget; PROVIDED that, for any public works project costing more than fifty -sixty-five
thousand dollars, if multiple crafts or trades are involved, or thhly-forty thousand dollars, if only a
single craft or trade is involved, must be bid competitively. See Bidding Requirements below.
2. Starting in January 1, 2010, the bid limits above will be sixty five thousand dollars and forty
thousand dollars, respectively.
3. Once the accumulated cost of public works project performed by City employees during a budget
cycle meets or exceeds ten percent of the City's public works construction budget, all other public works
projects must be bid competitively, regardless of estimated costs. See Bidding Requirement below.
4. Public works projects are governed by prevailing wage requirements, regardless of contract
amount.
5. Except as noted below for Small Works Roster or limited public works, a bid bond of five percent
will be required on all public works bids, and a performance bond (or retainage for public works contracts
of thirty five thousand dollars or less) will also be required pursuant to Chapter 39.08 RCW on public
works contracts.
I City of Edmonds Purchasing Policy Ma�on13April 2017
Page 5 of 21486
Formatted: Font: Not Bold, Not Italic
Packet Pg. 172
7.1.a
Bidding Requirements
The competitive bid process is generally (although not exclusively) used for public works projects.
Dollar -value ranges indicated pertain to each purchase (including tax, freight, handling and set up costs, if
applicable). Purchases cannot be broken into multiple purchases to avoid compliance with State statutes
or City policies and procedures. Negotiations on bids are not permitted.
Bid Procedures
1. Authorization for Bids
Authorization to call for bids will be approved by the department director (or designee) for public
works projects estimated at less than $50,000; and by the department director and the Mayor (or their
designees) for a public works project costing more than $50,000. If the project is not included in the
current City Council Approved budget or CIP, the City Council must authorize the call for bids for a
project estimated at $100,000 or more.
2. Publication of Notice
After proper authorization, the requesting department director (or designee) will publish the
advertisement for Bids reasonably in advance of the bid submittal deadline in the official newspaper
or a newspaper of general circulation most likely to bring responsive bids.
3. Notice Contents
Notice (or advertisement) for bids should contain definite specifications and procedures for bidders to
use to estimate their bids. A bid notice for public work should include:
project title,
nature and scope of work or goods sought,
where contract documents (plans and specifications) can be reviewed or obtained,
cost, if any, to obtain a set of contract documents,
place, date, and time that bids are due,
place, date, and time that bids will be opened (if different from above),
materials and equipment to be furnished by the City, if any,
statement that a bid bond must accompany the bid for public works projects, and a
statement that the City retains the right to reject any and all bids and to waive minor
irregularities in the bidding process.
In addition, the City may provide evaluation criteria; minimum qualification expectations; date, time,
and location of pre -bid conference (if applicable); and name, address, and telephone number of the
project contact to assist bidders in preparing responsive submittals.
4. Bid Opening
Bids are submitted to the City Clerk's Office, where they are time and date stamped and processed.
No bids will be opened prior to the predetermined date and time.
5. Report on Bids
The requesting department director will report on all bids received with a recommendation on the
lowest responsible bidder, if any, or to reject all bids.
City of Edmonds Purchasing Policy Ma�on13April 2017 Page 6 of 21486
Packet Pg. 173
7.1.a
6. Bid Award
Unless all bids are rejected, a winning bid must be awarded to the lowest responsible bidder by the
department director (or designee) for a public works project costing less than $50,000; and by the
department director and the Mayor (or their designees) for a public works project costing more than
$50,000 but less than $100,000. The City Council must award bids which exceed $100,000. The
City may chose to reject all bids for any reason.
The following shall apply to bid solicitations:
• Selection of a winning offer is based primarily on low bid, after factoring whenever possible such
costs as maintenance and operations over the expected period of use. Consideration, however,
may also be given for the following:
• Ability, capacity, expertise and skill of the bidder to perform the contract.
• Character, integrity, reputation, judgment, experience, and efficiency of bidder.
• Ability to perform within time specified.
• Quality of performance of previous contract(s).
• Other information having a bearing on the decision to award the contract.
• Minimum qualifications must be provided to ensure respondents are reasonably qualified.
Minimum qualification requirement should be compared against the marketplace to ensure they
are not overly restrictive.
• To ensure consistency and fair process, the City will use standard forms, documents, contracts,
and terms and conditions, when practical. The Public Works & Finance Departments will maintain
templates for bid -related documents for use by departments. The City may use an evaluation
selection committee to promote an open and proper selection. The requesting department
director will appoint committee members to act in an advisory capacity.
• When practical, the City will conduct a pre -bid conference to allow a thorough discussion of the
City's expectations, intent, scope, specifications, and terms. Interested companies should be
encouraged to attend.
• Every bidder for a public works contract that is expected to cost one million dollars or more must
submit as part of the bid, or within one hour after the published bid submittal time, the names of
the subcontractors with whom the bidder, if awarded the contract, will subcontract for
performance of the work of: HVAC (heating, ventilation, and air conditioning); plumbing as
described in chapter 18.106 RCW; and electrical as described in chapter 19.28 RCW, or to name
itself for the work. The bidder shall not list more than one subcontractor for each category of work
identified, unless subcontractors vary with bid alternates, in which case the prime contract bidder
must indicate which subcontractor will be used for which alternate. Failure of bidder to submit as
part of the bid the names of such subcontractors or to name itself to perform such work or the
naming of two or more subcontractors to perform the same work shall render the bid
nonresponsive and, therefore, void.
• If no responsive bid is received on the first call the City may readvertise and make a second call,
or without any further call, it may enter into a negotiated contract, purchase the supplies, material
or equipment or perform the work or improvement using its own employees.
Apprentice Requirements
A. Definitions.
City of Edmonds Purchasing Policy Ma�on13April 2017 Page 7 of 21486
Packet Pg. 174
7.1.a
1. "Apprentice" means an apprentice enrolled in a state -approved apprenticeship training
program.
2. "Contractor" means a person, corporation, partnership, limited liability company, or
joint venture entering into a contract with the City to construct a public work.
3. "Labor hours" refers to the total number of hours worked by workers receiving an
hourly wage who are directly employed on the site of the public work and who are subject
to state or federal prevailing wage requirements. "Labor hours" shall also include hours
worked by workers employed by subcontractors on the site of the public work, and shall
include additional hours worked as a result of a contract or project adjustment or
pursuant to an agreed -upon change order.
4. "Estimated cost' means the anticipated cost of a public work, as determined by the
City, based upon the expected costs of materials, supplies, equipment, and labor, but
excluding taxes and contingency funds.
5. "Public work" refers to all City funded construction projects that constitute a public
work pursuant to RCW 39.04.010 as now or hereafter amended and estimated to cost
$25all 000,000 or more.
6. "State -approved apprenticeship training program" means an apprenticeship program
approved or recognized by the Washington State Apprenticeship and Training Council.
7. "Subcontractor" means a person, corporation, partnership, limited liability company, or
joint venture that has contracted with the contractor to perform all or part of the work to
construct a public work by a contractor.
B. Apprentice utilization.
Apprentices shall be utilized for the construction of public works by contractors and
subcontractors in accordance with this section.
1. Apprenticeship utilization program goal. For public works contracts with an estimated
cost of Two Hundred Fifty Thou One Million Dollars ($259 1 000,000) or more, the
Director of Public Works, or his designee, is authorized to require that up to f+fteert ten
percent (105%) of the contract labor hours, including contractor and subcontractor hours,
be performed by apprentices.
2. Contract requirements. Contract documents for such public works construction
projects shall include provisions detailing the apprentice labor requirements.
City of Edmonds Purchasing Policy Ma�on13April 2017 Page 8 of 21486
Packet Pg. 175
7.1.a
3. Monitoring. The City will include an Apprenticeship Utilization Form for contractors to
complete when submitting their bid documents, which identifies the intended usage of
apprentices by the contractor and any subcontractors. This document will require the
identification of individual apprentices by name and Washington State apprenticeship
registration number, an estimate of the total apprentice labor hours, and the identification
of apprentice hours to be worked by minorities, women, persons with disabilities and
disadvantaged youth. This provision is not intended and shall not be used to discriminate
against any applicant for training. In addition, the City will require the submittal of an
Apprenticeship Verification Form by the contractor at the conclusion of the public works
project that will identify the actual work performed by apprentices for the contractor and
subcontractors.
4. Failure to meet utilization goal. Failure by a contractor to comply with established
apprenticeship requirements, unless otherwise adjusted or waived in writing as set forth
below, shall be deemed a breach of contract for which the City shall be entitled to all
remedies allowed by law under the contract. Failure to comply with the apprenticeship
requirements may also be considered evidence bearing on a contractor's qualification for
award of future contracts with the City.
5. Adjustment and waiver. The Director of Public Works, or his designee, may adjust or
waive the requirements of this section for a specific project at any time for the following
reasons:
(a) The demonstrated lack of availability of apprentices in specific
geographic areas;
(b) A disproportionately high ratio of material costs to labor hours, which
does not make feasible the required minimum levels of apprentice
participation;
(c) The reasonable and necessary requirements of the contract render
apprentice utilization infeasible at the required levels;
(d) In order to meet the requirement, the contractor will be forced to
displace members of its workforce;
(e) The participating contractor has demonstrated a good faith effort to
comply with the requirements of this section; and/or
Other criteria deemed appropriate that are not inconsistent with the purpose and goals of this section.
Responsible Bidder Criteria
A. Mandatory responsible bidder criteria.
City of Edmonds Purchasing Policy Ma�on13April 2017 Page 9 of 21486
Packet Pg. 176
7.1.a
1. The bidder responsibility criteria set forth in this section shall be used by the Public
Works Department to establish the minimum requirements for all contractors and
subcontractors bidding on City contracts for public work (as those terms are defined in
RCW 39.04.010). The bid documents shall set forth the documentation to be submitted by
bidders to demonstrate their compliance with the mandatory responsible bidder criteria.
2. To be considered a responsible bidder and qualified to be awarded a City contract for
public work, the bidder must:
(a) At the time of bid submittal, have a certificate of registration in
compliance with chapter 18.27 RCW (contractor registration);
(b) Have a current state unified business identifier (UBI) number;
(c) If applicable, have:
(i) industrial insurance coverage for the bidder's employees
working in Washington as required in Title 51 RCW;
(ii) a state employment security department number as required
in Title 50 RCW; and
(iii) a state excise tax registration number as required in Title 82
RCW;
(d) Not be disqualified from bidding on any public works contract under
RCW 39.06.010 or RCW 39.12.065(3); and
(e) Until December 31, 2013, not have violated RCW 39.04.370 more than
one time as determined by the State Department of Labor and Industries.
3. A bidder must verify mandatory responsibility criteria for each first tier subcontractor,
and a subcontractor of any tier that hires other subcontractors must verify mandatory
responsibility criteria for each of its subcontractors. Verification shall include that each
subcontractor, at the time of subcontract execution, meets the responsibility criteria listed
in RCW 39.04.350(1) and ECC 18.00.060 and possesses an electrical contractor license,
if required by chapter 19.28 RCW, or an elevator contractor license, if required by chapter
70.87 RCW. This verification requirement, as well as the mandatory responsibility criteria,
must be included in every public works contract and subcontract of every tier.
B. Supplemental responsible bidder criteria.
City of Edmonds Purchasing Policy Ma�on13April 2017 Page 10 of 21496
Packet Pg. 177
7.1.a
1. In addition to the mandatory bidder responsibility criteria set forth in ECC 18.00.060
(A), the Public Works Department may adopt in connection with a particular project
relevant supplemental bidder responsibility criteria which the bidder must meet. Those
supplemental criteria, including the basis for evaluation and the deadlines for requesting
modification of the supplemental bidder responsibility criteria and for appealing a
determination that a low bidder is not responsible under the supplemental bidder
responsibility criteria, shall be provided in the invitation to bid or bidding documents.
2. As relevant to a particular project, supplemental bidder responsibility criteria may be
included to require that:
(a) The bidder shall not owe delinquent taxes to the Washington State
Department of Revenue without a payment plan approved by the Department
of Revenue;
(b) The bidder shall not currently be debarred or suspended by the federal
government;
(c) The bidder shall have complied with minority and women's business
enterprises, disadvantaged business enterprises, or other similar utilization
requirements or goals on federally -funded public works projects with such
requirements completed by the bidder within three years of the bid submittal
date, unless there are extenuating circumstances acceptable to the City;
(d) The bidder shall not be listed as an ineligible contractor on the federal GSA
Excluded Parties List System set forth by 31 U.S.0 § 6101 and Executive
Order 13496;
(e) If bidding on a public works project subject to the apprenticeship utilization
requirements in ECC 18.00.050, the bidder:
(i) shall not have been found out of compliance with apprenticeship
requirements of ECC 18.00.050 unless otherwise excepted or waived in
writing by the Mayor or the Mayor's designee pursuant to that section for
a one-year period immediately preceding the date of the bid submittal
deadline; and
(ii) shall have complied with apprenticeship utilization goals on public works
projects having such requirements that were completed by the bidder
within a three-year period immediately preceding the date of the bid
submittal deadline, unless there are extenuating circumstances
acceptable to the City;
(f) The bidder shall not have been convicted of a crime involving bidding on a
public works contract within five years from the bid submittal deadline;
(g) The bidder's standard subcontract form shall include the subcontractor
responsibility language required by RCW 39.06.020, and the bidder shall
have an established procedure which it utilizes to validate the responsibility
of each of its subcontractors. The bidder's subcontract form shall also include
a requirement that each of its subcontractors shall have and document a
similar procedure to determine whether the sub -tier subcontractors with
City of Edmonds Purchasing Policy Ma�on13April 2017 Page 11 of 21U6
Packet Pg. 178
7.1.a
which it contracts are also "responsible" subcontractors as defined by RCW
39.06.020;
(h) The bidder shall not have a record of excessive claims filed against the
retainage or payment bonds for public works projects during the previous
three years that demonstrate a lack of effective management by the bidder of
making timely and appropriate payments to its subcontractors, suppliers, and
workers, unless there are extenuating circumstances acceptable to the City;
(i) The bidder shall have successfully completed projects of a similar size and
scope as required by the contract documents for the project. In evaluating
whether projects were successfully completed, the City may check owner
references for previous projects and evaluate the owner's assessment of
bidder performance, including but not limited to quality control, safety record,
timeliness of performance, use of skilled personnel, management of
subcontractors, availability of and use of appropriate equipment, compliance
with contract documents, and management of submittals process, change
orders and close-out;
0) The bidder shall not have had any public works contract terminated for cause
by a government agency during the five year period immediately preceding
the bid submittal deadline for the project, unless there are extenuating
circumstances acceptable to the City;
(k) The bidder shall not have judgments entered by a court of law against the
bidder within five years of the bid submittal date that demonstrate a pattern of
failing to meet the terms of contracts, unless there are extenuating
circumstances acceptable to the City; and
(1) The bidder shall not have a documented pattern of prevailing wage
complaints filed against it within five years of the bid submittal date that
demonstrates a failure to pay workers prevailing wages, unless there are
extenuating circumstances acceptable to the City.
3. Supplemental bidder responsibility criteria may include any other criteria determined
by the City to be relevant to the particular project being bid, including but not limited to
the ability, capacity and skill of the bidder to perform, the experience and efficiency of the
bidder, the financial situation of the bidder, and the performance of the bidder on previous
contracts or services.
4. In a timely manner before the bid submittal deadline, a potential bidder may request
that the City modify the supplemental bidder responsibility criteria. The City must
evaluate the information submitted by the potential bidder and respond before the bid
submittal deadline. If the evaluation results in a change of the criteria, the City must
publish an addendum to the bidding documents identifying the modified criteria.
5. If the bidder fails to supply information requested concerning responsibility within the
time and manner specified in the bid documents, the City may base its determination of
responsibility upon any available information related to the supplemental criteria or may
find the bidder not responsible.
6. If the City determines a bidder to be not responsible, the City must provide, in writing,
the reasons for the determination. The bidder may appeal the determination within the
time period specified in the bidding documents by presenting additional information to the
City of Edmonds Purchasing Policy Ma�on13April 2017 Page 12 of 21486
Packet Pg. 179
7.1.a
a�
r
a
City. The City must consider the additional information before issuing its final
determination. If the final determination affirms that the bidder is not responsible, the City y
may not execute a contract with any other bidder until two business days after the bidder
determined to be not responsible has received the final determination. p
IL
,7. The invitation to bid or bidding documents shall specify the times, manner and Formatted: Font: Aral C
means of communications, deadlines and determinations required by this section.
Small Works Roster
t
The City of Edmonds has entered into an agreement with Municipal Research and Services Center,
whereas they will maintain the Small Works Roster. d
06
Resolution 1155, passed November 5, 2007 established a small works roster process to award public
works contracts, and is incorporated below. The Mayor (or designee) is authorized to proceed with },
procurement from the Rosters, provided funds have been budgeted by Council.
ca
L
r
Use of the Small Works Roster allows the City to preclude the advertisement requirements and sealed
bidding procedures of the formal competitive process. All other bidding procedures and requirements not �j
in conflict remain the same.
The following small works roster procedures are established for use by the City pursuant to RCW rn
39.04.155:
Cost. The City need not comply with formal sealed bidding procedures for the construction,
building, renovation, remodeling, alteration, repair, or improvement of real property where the
estimated cost does not exceed Three Hundred Thousand Dollars ($300,000.00), which includes
the costs of labor, material, equipment and sales and/or use taxes as applicable. Instead, the
City may use the small works roster procedures for public works projects as set forth herein. The
breaking of any project into units or accomplishing any projects by phases is prohibited if it is
done for the purpose of avoiding the maximum dollar amount of a contract that may be let using
the small works roster process.
2. Publication. At least once a year, on behalf of the City, MRSC shall publish in a newspaper of
general circulation within the jurisdiction a notice of the existence of the roster or rosters and
solicit the names of contractors for such roster or rosters. Responsible contractors shall be
added to appropriate MRSC roster or rosters at any time that they submit a written request and
necessary records. The City may require master contracts to be signed that become effective
when a specific award is made using a small works roster.
3. Telephone or Written Quotations. The City shall obtain telephone, written or electronic
quotations (in accordance with City of Edmonds Purchasing Policies and Procedures) for public
works contracts from contractors on the appropriate small works roster to assure that a
competitive price is established and to award contracts to a contractor who meets the mandatory
bidder responsibility criteria in RCW 39.04.350(1) and any pre -establish supplementary bidder
criteria under RCW 39.04.350(2).
a) A contract awarded from a small works roster need not be advertised. Invitations for
quotations shall include an estimate of the scope and nature of the work to be performed as
well as materials and equipment to be furnished. However, detailed plans and specifications
need not be included in the invitation.
b) Quotations may be invited from all appropriate contractors on the appropriate small works
roster. As an alternative, quotations may be invited from at least five contractors on the
appropriate small works roster who have indicated the capability of performing the kind of
work being contracted, in a manner that will equitably distribute the opportunity among the
contractors on the appropriate roster. "Equitably distribute" means that the City may not favor
i City of Edmonds Purchasing Policy Ma�on13April 2017
Page 13 of 21486
Packet Pg. 180
7.1.a
certain contractors on the appropriate small works roster over other contractors on the
appropriate small works roster who perform similar services.
If the estimated cost of the work is from one hundred fifty thousand dollars ($150,000) to
three hundred thousand dollars ($300,000), and the City chooses to solicit bids from at least
five, but less than all the appropriate contractors on the appropriate small works roster, the
City must notify the remaining contractors on the appropriate small works roster that
quotations on the work are being sought. The City has the sole option of determining
whether this notice to the remaining contractors is made by:
(i) publishing notice in a legal newspaper in general circulation in the area where the work
is to be done;
(ii) mailing a notice to these contractors; or
(iii) sending a notice to these contractors by facsimile or email.
c) At the time bids are solicited, the City representative shall not inform a contractor of the
terms or amount of any other contractor's bid for the same project;
d) A written record shall be made by the City representative of each contractor's bid on the
project and of any conditions imposed on the bid. Immediately after an award is made, the
bid quotations obtained shall be recorded, open to public inspection, and available by
telephone inquiry.
4. Limited Public Works Process. If a work, construction, alteration, repair, or improvement
project is estimated to cost less than thirty-five thousand dollars ($35,000), the City may award
such a contract using the limited public works process provided under RCW 39.04.155(3). For a
limited public works project, the City will solicit electronic or written quotations (note: no telephone
quotations permitted) from a minimum of three contractors from the appropriate small works
roster and shall award the contract to the lowest responsible bidder as defined under RCW
39.04.010. After an award is made, the quotations shall be open to public inspection and
available by electronic request.
For limited public works projects, the City may waive the payment and performance bond
requirements of chapter 39.08 RCW and the retainage requirements of chapter 60.28 RCW,
thereby assuming the liability for the contractor's nonpayment of laborers, mechanics,
subcontractors, materialmen, suppliers, and taxes imposed under Title 82 RCW that may be due
from the contractor for the limited public works project. However, the City shall have the right of
recovery against the contractor for any payments made on the contractor's behalf.
The City shall maintain a list of the contractors contacted and the contracts awarded during the
previous 24 months under the limited public works process, including the name of the contractor,
the contractor's registration number, the amount of the contract, a brief description of the type of
work performed, and the date the contract was awarded.
5. Determining Lowest Responsible Bidder. The contract must be awarded to the contractor
submitting the lowest responsible bid, or all bids must be rejected. If all bids are rejected, the City
may call for new bids. A responsible bidder shall be a registered and/or licensed contractor who
meets the mandatory bidder responsibility criteria established by RCW 39.04.350 and any
supplementary criteria pre -established by the City.
6. Award. For contracts of $100,000 or more, the Mayor or his designee shall present all
quotations/bids and recommendation for award of the contract to the lowest responsible bidder to
the City Council for approval. For public works project contracts of less than $100,000, the Mayor
or his designee shall have the authority to award public works contracts.
City of Edmonds Purchasing Policy Ma�on13April 2017 Page 14 of 21486
Packet Pg. 181
7.1.a
Bond and Other Requirements. Vendors/contractors selected off the Small Works Roster are
not relieved from observing applicable legal requirements such as Bid Bond, Performance Bond,
Retainage Requirements, Prevailing Wage, Labor and Material Bonding, etc. The City may waive
bid bond for any solicitation using the Small Works Roster process, and/or performance bond for
any contract awarded using the limited public works process.
Change Orders on Public Works Construction Contracts
Approval of change orders on Public Works Construction Contracts shall be in accordance with the
following requirements:
1. City Council members shall be notified by e-mail of any change order in excess of $50,000.
2. City Council approval shall be required for:
a) any change order in excess of $100,000
b) any change order which puts the total of change orders on a project over the designated
management reserve.
c) If City Council approval is required for a change order, but circumstances require a
speedier approval, the Mayor is authorized to approve the required work provided that
the change order and a written statement of the special circumstances requiring speedier
approval is placed on the next City Council agenda for review.
Reimbursement of Expenses
Travel and Meetina Expenses
Travel or training requires the requesting department director's prior approval. Expenses incurred on
authorized travel will be reimbursed as submitted on the required, itemized, Claim for Expenses form.
Receipts must be submitted with the claim form for all expenses except meals.
To qualify for reimbursement, submitted expenses must be within 30 days of incurrence, reasonable and
prudent under the circumstances, and directly relate to the conduct of City business or service.
Reimbursement for personal expenses is prohibited. Travel mileage by private vehicle is reimbursed at
the City's established rate, which is the current IRS rate.
Other Issues
Interlocal Aareements
Solicitation of bids/quotations is not required when purchases of materials, supplies, or equipment are
made under State standard contracts or similar contracts executed by and through other local
governments. The City Council must approve an interlocal agreement with the local government or State
agency after confirming that the other government or agency has complied or intends to comply with its
own statutory requirements and either (i) posted the bid or solicitation notice on a web site established
and maintained by a public agency, purchasing cooperative, or similar service provider, for purposes of
posting public notice of bid or proposal solicitations, or (ii) provided an access link on the state's web
portal to the notice.
Neither solicitation of bids/quotations nor interlocal agreement is required when purchasing materials,
supplies, or equipment from or through the United States of America or any agency thereof (RCW
39.32.070).
All internal procurement approval requirements must be observed and the process must comply with
state statutory requirements.
City of Edmonds Purchasing Policy Ma�on13April 2017 Page 15 of 21486
Packet Pg. 182
7.1.a
Sole Source Procurement
If, after conducting a good faith review of available resources, the requesting department director
determines that there is only one source of the required materials, supplies, equipment or service
(including public works), a purchase may be awarded without complying with established bid
requirements.
The requesting department will submit a written request for sole source procurement with negotiated
contract price, terms, conditions and delivery for approval. The vendor must certify that the City is getting
the lowest price offered as compared to similarly situated clients, terms and conditions. Department
directors can approve Sole Source purchases up to $50,000, the department director and the Mayor can
approve sole source purchases costing more that $50,000 but less than $100,000. Council must approve
sole source purchases costing more that $100,000. Immediately after the award of any sole source
purchase, the factual basis for awarding the same must be recorded and open to public inspection.
Special Market Conditions
The City may waive established bidding requirements if an opportunity arises to purchase favorably -
priced supplies, materials or equipment unrelated to public works projects that will be sold before the City
can conduct the bid process. The City may waive established bidding requirements and acquire any
supplies, materials, and equipment through an auction if the items can be purchased at a competitive
price.
Waiver will be authorized by the Mayor (or designee). Immediately after the award of any special market
conditions contract, the contract and the factual basis for awarding the same must be recorded and open
to public inspection.
Emergencies
In case of unforeseen circumstances beyond the control of the City that present a real and immediate
threat to the City's ability to properly perform essential functions, or to City property or the safety of
citizens and/or staff, the Mayor (or designee) can waive bid requirements to purchase supplies, materials,
equipment or services to stabilize the emergency condition. Purchases must be properly documented as
an emergency as soon as possible following the event.
Within two weeks of confirming the emergency existed, the City Council will adopt a resolution certifying
the emergency situation existed.
Record Retention Requirements
v d hen n'lohle 4e. ni lblin in eGtir.n
The City must maintain records sufficient to detail the history of procurement. These Formatted: Font. (Default) Aral
records will include, but are not necessarily limited to the following: rationale for the
method of procurement, selection of contract type, contractor selection or resection, and
the basis for the contract price. All quote/bid documents must be retained as indicated
in the State of Washington Retention Schedule and be available for public inspection.
State Minimum Bidding Requirements
On a case by case basis, the City Council may waive any requirement contained in the City's purchasing
policies and procedures as long as the result complies with applicable state laws.
I City of Edmonds Purchasing Policy Ma�on13April 2017
Page 16 of 21486
Packet Pg. 183
7.1.a
Conflicts of Interest
The City will not accept donations of materials or services in return for a commitment to continue or
initiate a purchasing agreement. No employee will participate in a procurement when they are aware of a
conflict of interest, or accept gifts or gratuities from existing or potential vendors in return for a
commitment to continue or initiate a purchasing relationship. See also RCW 42.23.030 and Chapter 3.70
ECC.
The City n maintains wfitter>-the following standards of conduct covering conflicts of interest and - Formatted: Font: (Default) Arial, 10 pt
governing the performance of its employees engaged in the selection, award and administration of
contracts. No employee or elected official of the City niustcan participate in the selection, award, or
administration of a contract supported by a Federal award if he or she has a real or apparent conflict of
interest. Such a conflict of interest would arise when the employee or elected official, any member of his
or her immediate family, his or her partner, or an organization which employs or is about to employ any of
the parties indicated herein, has a financial or other interest in or a tangible personal benefit from a firm
considered for a contract. The employees and elected officials of the City must neither solicit nor accept
gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. However, in
accordance with Section 10.14 of the City Personnel Policy, this requirement is waived if the benefit
received is not substantial or is of nominal value. These standards of conduct rust -provide for
disciplinary actions to be applied for violations of such standards by employees or elected officials of the
City.
Employees participating in the selection, award, or administration of a contract supporteds by a Federal Formatted: Left
Award must complete and sign a Conflict of Interest Disclosure Form, below in Exhibit 1.
Forms and Templates
Purchasing forms and templates may be obtained from the public directory.
Recyclables
Every effort will be made to use products made from recycled materials if such products are available, of
acceptable quality, and generally priced the same as similar, non -recycled products (Resolution 766).
City of Edmonds Purchasing Policy MaFGh �-'^"April 2017
Page 17 of 21486
Formatted: Font: (Default) Arial
Packet Pg. 184
7.1.a
Surplus Items
The City may acquire property from another governmental entity on mutually agreeable terms without
soliciting bids/quotations.
Store -Issued Charge Cards
It is sometimes necessary to use store -issued charge cards. The Department Managers will request prior
approval from the Finance Director or designee before establishing account.
Purchase Cards
Purchase cards can be issued with the approval of the Finance Director. They are to be used solely for
City -authorized business purposes. See Credit Card Policy.
Quick Checks
Quick checks may be issued to avoid incurring penalties, interest, or late charges. Submit requests for
quick checks to the Finance Department. Quick checks will be approved by the Finance Director or
designee.
Departments should avoid requests for quick checks by informing vendors of invoice deadlines and
payment schedules.
Early Release
Any checks requiring an early release must be approved by the Finance Director or designee.
Departments should avoid requests for early release by informing vendors of invoice deadlines and
payment schedules.
Petty Cash
Petty cash funds cover minor disbursements. Employees may be reimbursed from petty cash funds for
authorized purchases that total less than the established, petty -cash limit.
Budget Adjustments
Department directors (or designees) must ensure that purchases are initiated only when departmental
appropriations are sufficient to cover the anticipated cost. Expenditures that exceed departmental
appropriations require the Mayor's approval via the Budget Adjustment Request Form.
Exclusive Contract Agreements
The City may enter into an exclusive contract with a vendor in order to ensure the lowest prices on goods
and/or services unrelated to architecture, engineering, land survey or public works requiring competitive
bidding. All departments must use exclusive vendor unless special circumstances such as emergencies,
vendor does not carry exact product, etc.
Expenditures of Direct or Indirect Federal Financial Assistance
Prior to contracting for goods or services which will be paid for with either direct or indirect Federal
financial assistance, where vendors have not signed a self certification, vendors must be checked against
the Excluded Parties List System to assure they have not been suspended/debarred and are prohibited
from receiving federal funds (http://www.epls.gov/). Documentation of verification must be retained and
available for audit. See related Grant and Intergovernmental Loan Policy.
Safeguard Personally Identifiable Information
The City shall take reasonable measures to safeguard protected, personally identifiable
I City of Edmonds Purchasing Policy Ma�on13April 2017
Page 18 of 214,96
Formatted: Font: (Default) Arial
Formatted: Normal
Packet Pg. 185
7.1.a
information and other information the Federal awarding agency or pass -through entity
designates as sensitive or the non -Federal entity considers sensitive consistent with
applicable Federal, state, local and tribal laws regarding privacy and obligations of
confidentiality.
Finance Committee
The Finance Committee, composed of two Council members and the Finance Director, will review and
update the City of Edmonds' purchasing and accounts payable policies and procedures, as necessary.
I City of Edmonds Purchasing Policy Ma�on13April 2017
Page 19 of 21496
Formatted: Font: (Default) Arial
rn
t
U
I*
rn
M
Packet Pg. 186
7.1.a
EXHIBIT 1 Formatted: Font: (Default) Anal, 14 p
caps
City of Edmonds, WA Formatted: Centered
CONFLICT OF INTEREST DISCLOSURE FORM
FOR CITY COUNCIL MEMBERS, MAYOR, DIRECTORS, and STAFF
Name (please print)
Date Position
It is the policy of the City of Edmonds to address how issues of actual, potential and
perceived conflicts of interest involving elected officials, directors, and employees of the City
should be identified, disclosed and managed. This form is designed to identify and disclose
known conflicts in an effort to properly mange them.
I have read the City of Edmonds's Conflict of Interest policy and understand that
as an employee/Elected Official of the City of Edmonds it is my obligation to act in a
manner which promotes the best interests of the City and to avoid conflicts of interest
when making decisions and taking actions on behalf of the City of Edmonds.
My answers to this disclosure form are correctly stated to the best of my
knowledge and belief. Should a possible conflict of interest arise in my responsibilities
to the City of Edmonds, I recognize that I have the obligation to notify, based on my
position, the appropriate designated individual (Director, Mayor, City Council member),
and to abstain from any participation in the matter until the City of Edmonds can
determine whether a conflict exists and how that conflict shall be resolved. If any
relevant changes occur in my affiliations, duties, or financial circumstances, I recognize
that I have a continuing obligation to file an amended "Conflict of Interest Disclosure
Form" with the appropriate designated department.
I understand that the information on this form is solely for use by the City of
Edmonds and is considered confidential information. Release to external parties will be
only when required by law.
Please complete the following questions, and submit this form to the Human
Resources Director of the City of Edmonds.
1. Are you or a member of vour immediate family an officer. director. trustee. partner (aeneral
or limited), employee or regularly retained consultant of any company, firm or organization
that presently has business dealings with the City of Edmonds or which might reasonably be
expected to have business dealings with the City of Edmonds in the coming year?
Yes No
If yes, please list the name of the company, firm or organization, the position held, and the
nature of the business which is currently being conducted with the City of Edmonds or which
may reasonably be expected to be conducted with the City of Edmonds in the coming_year:
City of Edmonds Purchasing Policy Marsh 2013April 2017 Page 4-204 of 214-96
Packet Pg. 187
7.1.a
EXHIBIT 1
2. Do you or does any member of your immediate family have a financial interest, direct or
indirect, in a company, firm or organization which currently has business dealings with the
City of Edmonds or which may reasonably be expected to have such business dealings with
the City of Edmonds in the coming_year?
Yes No
If yes, please list the name of the company, firm or organization, the nature of the interest and
the name of the person holding the interest, and the nature of the business which is currently
being conducted with the City of Edmonds or which may reasonably be expected to be
conducted with the City of Edmonds in the coming year:
3. Do you or does any member of your immediate family have a financial or personal
interest in an entity in which the City of Edmonds has a financial or other vested interest.
Yes No
If yes, please provide details below:
4. Have you or an immediate family member accepted gifts, gratuities, lodging, dining, or
entertainment that might reasonably appear to influence your judgment or actions concerning
the business of the Citv of Edmonds?
Yes No
If yes, please provide details below:
5. Do you have anv other interest or role in a firm or oraanization. where that interest or
relationship might reasonably be expected to create an impression or suspicion among the
public having knowledge of your acts that you engaged in conduct in violation of your trust as
a trustee, officer, Director or staff member?
Yes No
If yes, please provide details below:
Please add additional pages as needed.
If any material changes to the responses provided on this disclosure form occur, the trustee,
officer or employee is required to update the information on this form in writing, and submit
the update to the City of Edmonds Human Resources Director.
Form reviewed by:
Remedial Action(s) to be taken:
The City of Edmonds will follow-up on all recommended actions to ensure compliance.
City of Edmonds Purchasing Policy Marsh 2013April 2017 Page 4-204 of 214-96
Formatted: Font: (Default) Anal, 14 p
caps
Formatted: Centered
Packet Pg. 188
City of Edmonds
"Oe 1 gym
Contracting and
Purchasing
Policies
and
Procedures
March 2017
Packet Pg. 189
7.1.b
Table of Contents
Pace
Policy......................................................................................................................................................2
Purpose..................................................................................................................................................2
Authority................................................................................................................................................2
Parameters.............................................................................................................................................2
Procurement of Products.....................................................................................................................3
Procurement of Professional Services...............................................................................................3
A. Professional, Technical, and Other............................................................................................3
B. Architectural, Engineering, and Land Surveyor Services(A/E).................................................4
Grant Agreements and Grant Reimbursement Documents .............................................................
4
Procurement of Public Works..............................................................................................................5
BiddingRequirements..........................................................................................................................6
BidProcedures...................................................................................................................................6
Apprentice Requirements...................................................................................................................7
ResponsibleBidder Criteria...............................................................................................................9
SmallWorks Roster............................................................................................................................11
Limited Pubic Works Process.........................................................................................................13
Change Orders on Public Works Construction Contracts.............................................................13
Reimbursement of Expenses.............................................................................................................14
OtherIssues........................................................................................................................................14
InterlocalAgreements....................................................................................................................14
Sole Source Procurement..............................................................................................................14
SpecialMarket Conditions..............................................................................................................15
Emergencies...................................................................................................................................15
Record Retention Requirements....................................................................................................15
State Minimum Bidding Requirements...........................................................................................15
Conflictsof Interest.........................................................................................................................15
Formsand Templates....................................................................................................................16
Recyclables....................................................................................................................................16
SurplusItems..................................................................................................................................16
StoreIssued Charge Cards............................................................................................................16
PurchaseCards..............................................................................................................................16
QuickChecks.................................................................................................................................16
EarlyRelease.................................................................................................................................16
PettyCash......................................................................................................................................16
BudgetAdjustments.......................................................................................................................16
Exclusive Contract Agreements.....................................................................................................17
Expenditures of Direct or Indirect Federal Financial Assistance....................................................17
Safeguard Personally Identifiable Information...............................................................................17
FinanceCommittee........................................................................................................................17
Conflict of Interest Dislclosure Form................................................................................................18
aD
r
a
a�
.2
0
(L
a�
c
t
L)
L
3
a
06
a�
c
R
L
r
c
0
U
City of Edmonds Purchasing Policy April 2017 Page 1 of 19
Packet Pg. 190
Policy
The City of Edmonds will acquire goods and services in a manner that results in the most efficient delivery
of the same considering cost and value received.
To avoid conflict of interest, procurement will be impartial. Procurement of goods and services will provide
the City with the best quality for the best value and will be for the benefit of the public. Employees are
prohibited from making purchases for personal use and charging any City vendor account. Purchases
will be made within budget limits and to meet goals and objectives approved in the City's budget.
Potential purchases that are not within budget limits will be pre -approved through a budget amendment
process. All City purchases will ultimately be approved by the City Council through the voucher approval
process.
Purpose
This administrative manual establishes City responsibilities and policies, procedures, and practices to
follow to purchase equipment, materials, and services. All employees must follow established policies and
procedures. The City's purchasing policies and procedures, however, are intended solely for the benefit
of the City. Nothing therein shall be interpreted to create any specially benefited or protected class of
persons, or any private cause of action against the City. Adherence to policies and procedures will
ensure that public purchases and contracts are open, fair, and at the least cost to the public. Policies and
procedures are divided into six major areas: 1) Procurement of Products, 2) Procurement of Professional
Services, 3) Procurement of Public Works, 4) Bidding Requirements, 5) Reimbursement of Expenses,
and 6) Other Issues.
Authority
A department director (or designee), acting within his/her department budget, is authorized to provide for
supplies and services purchases. To ensure the City's fiscal responsibility, purchases are coordinated
through the Finance Department. The City's procurement procedures are based on Revised Code of
Washington minimum standards, Edmonds City Council adopted resolutions and ordinances, rules and
guidelines from the State Auditor's Office, and recommendations from Municipal Research Services
Center.
Parameters
Dollar -value ranges indicated pertain to each purchase (including tax, freight, handling and set up costs, if
applicable). Purchases cannot be broken into multiple purchases to avoid compliance with State statutes
and City policies.
Procurement of goods or services specifically identified and approved by Council during the budget
process are excluded from pre -approval requirements.
Any contract that extends beyond the approved budget cycle or which has continuing provisions
(indemnities) which impose obligations beyond the budget cycle must go to Council for authorization;
provided that the Mayor (or designees) shall be authorized to execute contracts with indemnity provisions
that survive expiration or termination of the contracts if the following conditions are met: (1) City Attorney
determines that the indemnity provision is in a standard form that assigns risks in a manner consistent
with the costs and purposes of the contract; and (2) the dollar value of the contract is less than $100,000.
City of Edmonds Purchasing Policy April 2017 Page 2 of 19
Packet Pg. 191
Procurement of Products
Purchasing decisions costing $50,000 or less must be approved by the department director (or
designee). Purchases costing between $20,000 and $35,000 require at least three telephone
quotes from vendors (unless the items are from a sole source vendor), and completion of the
vendor quote form.
Purchasing decisions costing more than $35,000 but less than $50,000 must be approved by the
department director (or designees). Purchases require written quotations from, if possible, at
least three vendors (unless the items are from a sole source vendor or if only two possible
vendors can be found).
Purchasing decisions costing more than $50,000 but less than $100,000 must be approved by
the department director and the Mayor (or their designees). Purchases require written
quotations from, if possible, at least three vendors (unless the items are from a sole source
vendor or if only two possible vendors can be found).
Purchases in excess of $100,000 must be bid competitively (unless the items are from a sole
source vendor). See Bidding Requirements below. The City Council must authorize the call for
bids for a purchase estimated at $100,000 or more, as well as award the contract.
When soliciting quotes, the City will not inform a vendor of other vendors' quotes.
All quotes/bids must be awarded to the lowest responsible bidder.
Procurement of Professional Services
A. Professional, Technical, and Other Services
1. Professional, Technical and Other services include disciplines not specifically related to A/E
such as attorneys, computer programmers, financial analysts, bond counsels, artists,
planners, real estate appraisers, landscapers, etc.
2. Purchase of professional services requires completion of a City professional service contract
that describes services to be performed and purchase price.
3. The department director (or designee) must approve purchases of professional services
costing $50,000 or less, and provided funds have been budgeted is authorized to sign the
contract.
4. The department director and the Mayor (or their designees) must approve purchases of
professional services costing more than $50,000 but less than $100,000. The Mayor is
authorized to sign the contract provided funds have been budgeted.
Professional services with an estimated consultant fee of $100,000 or greater, require a
focused public solicitation to ensure the consultant has the necessary expertise. If the work
is not part of a project listed in the most current City Council Approved budget or CIP, a
summary of the public solicitation must be put on the City Council agenda for approval prior
to advertisement. The City Council must approve Professional Service contracts costing more
than $100,000, and authorize the Mayor to sign the contract.
Expertise, experience, including prior experience with the City, timeframe for completing
projects, and the value of a negotiated agreement will be considered when choosing a
consultant/firm to perform professional services.
City of Edmonds Purchasing Policy April 2017 Page 3 of 19
Packet Pg. 192
B. Architectural, Engineering and Land Surveyor Services (A/E)
1. Procurement of A/E services will be in accordance with Chapter 39.80 RCW. The statute
requires advance notice of the need for professional services (RCW 39.80.030), evaluation of
firms' qualifications and performance (RCW 39.80.040), and negotiation with firms in
accordance with adjudged qualifications (RCW 39.80.050). A/E purchases will be coordinated
through the Public Works Department to ensure compliance with State statutes.
2. The department director (or designee) are designated authority to approve advertising
Requests for Qualifications (RFQ's) for A/E services when the estimated consultant contract
fee is $50,000 or less and to approve proceeding with procurement of A/E services using the
A/E Consultant Roster, provided funds have been budgeted by Council.
3. The department director and the Mayor (or their designees) must approve consultant
contracts when the estimated consultant contract fee is greater than $50,000, but less than
$100,000, provided funds have been budgeted. The Mayor is authorized to sign the contract.
4. Per Resolution 1155 the City utilizes the A/E consultant roster maintained by Municipal
Research and Services Center (MRSC).
5. Selection of an A/E consultant from the consultant roster may be made if the estimated
consultant fee is $100,000 or less.
All projects with an estimated A/E consultant fee of $100,000 or greater, and projects that are
sufficiently complex/unique will require a focused public solicitation advertised as a Request
for Qualification (RFQ's) to ensure the A/E consultant has the necessary expertise. If the
project is not listed in the City's current City Council Approved budget or CIP, a summary of
the RFQ and project details must be put on the City Council agenda for approval prior to
advertising the RFQ. The City Council must approve A/E Professional Service contracts
costing more than $100,000, and authorize the Mayor to sign the contract.
A selection panel, with a minimum of three employees, shall be used to select an A/E
consultant when the estimated consultant fee exceeds $100,000. A selection panel is
optional when the A/E consultant fee is estimated to be less than $100,000.
Purchase of A/E services require completion of a City professional service contract that
describes services to be performed and purchase price.
Grant Agreements and Grant Reimbursement Documents
The Mayor shall be authorized to execute grant agreements for capital projects where the City Council
previously authorized the project in the current Capital Improvement Program and, for growth -related
projects, where the scope of the project is substantially consistent with the project description in the
Capital Facilities Plan.
Once a grant agreement has been properly executed as provided above, the director of the department
overseeing the capital project may execute documents necessary to implement the grant agreement,
including documents necessary for the city to be reimbursed by the granting agency.
The Federal Highway Administration, through the State, sometimes authorizes Federal transportation
funding to the City of Edmonds for transportation projects. The Code of Federal Regulations, 2 CFR
200.415(a) has been revised to ensure that final fiscal reports or vouchers requesting payment under
Federal agreements must include the following certification, which, under the this policy, may be signed
by the Mayor, Director, or City Engineer, who are hereby authorized to legally bind the City for the sole
purpose of requesting reimbursement for Federally funded transportation project to terms that are
City of Edmonds Purchasing Policy April 2017 Page 4 of 19
Packet Pg. 193
consistent with the applicable grant agreement.
"By signing this report, I certify to the best of my knowledge and belief that the report is true, complete
and accurate, and the expenditures, disbursements and cash receipts are for the purposes and objectives
set forth in the terms and conditions of the Federal award. I am aware that any false, fictitious, or
fraudulent information, or the omission of any material fact, may subject me to criminal, civil or
administrative penalties for fraud, false statements, false claims or otherwise. (U.S. Code Title 18, Section
1001 and Title 31, Sections 3729-3730 and 3801-3812)."
Procurement of Public Works
RCW 39.04.010 defines public works to include all work, construction, alteration, repair or improvement
other than ordinary maintenance, executed at the cost of the City. (Most public works projects are multiple
craft, defined as more than one type of work being executed.)
1. City employees may be used to perform public works projects until the accumulated costs of public
works projects performed by them during a budget cycle meets ten percent of the City's public works
construction budget; PROVIDED that, for any public works project costing more than sixty-five thousand
dollars, if multiple crafts or trades are involved, or forty thousand dollars, if only a single craft or trade is
involved, must be bid competitively. See Bidding Requirements below.
2. Starting in January 1, 2010, the bid limits above will be sixty five thousand dollars and forty
thousand dollars, respectively.
3. Once the accumulated cost of public works project performed by City employees during a budget
cycle meets or exceeds ten percent of the City's public works construction budget, all other public works
projects must be bid competitively, regardless of estimated costs. See Bidding Requirement below.
4. Public works projects are governed by prevailing wage requirements, regardless of contract
amount.
5. Except as noted below for Small Works Roster or limited public works, a bid bond of five percent
will be required on all public works bids, and a performance bond (or retainage for public works contracts
of thirty five thousand dollars or less) will also be required pursuant to Chapter 39.08 RCW on public
works contracts.
Bidding Requirements
The competitive bid process is generally (although not exclusively) used for public works projects.
Dollar -value ranges indicated pertain to each purchase (including tax, freight, handling and set up costs, if
applicable). Purchases cannot be broken into multiple purchases to avoid compliance with State statutes
or City policies and procedures. Negotiations on bids are not permitted.
Bid Procedures
1. Authorization for Bids
Authorization to call for bids will be approved by the department director (or designee) for public
works projects estimated at less than $50,000; and by the department director and the Mayor (or their
designees) for a public works project costing more than $50,000. If the project is not included in the
current City Council Approved budget or CIP, the City Council must authorize the call for bids for a
project estimated at $100,000 or more.
2. Publication of Notice
After proper authorization, the requesting department director (or designee) will publish the
advertisement for Bids reasonably in advance of the bid submittal deadline in the official newspaper
or a newspaper of general circulation most likely to bring responsive bids.
City of Edmonds Purchasing Policy April 2017 Page 5 of 19
Packet Pg. 194
3. Notice Contents
Notice (or advertisement) for bids should contain definite specifications and procedures for bidders to
use to estimate their bids. A bid notice for public work should include:
- project title,
- nature and scope of work or goods sought,
- where contract documents (plans and specifications) can be reviewed or obtained,
- cost, if any, to obtain a set of contract documents,
- place, date, and time that bids are due,
- place, date, and time that bids will be opened (if different from above),
- materials and equipment to be furnished by the City, if any,
- statement that a bid bond must accompany the bid for public works projects, and a
- statement that the City retains the right to reject any and all bids and to waive minor
irregularities in the bidding process.
In addition, the City may provide evaluation criteria; minimum qualification expectations; date, time,
and location of pre -bid conference (if applicable); and name, address, and telephone number of the
project contact to assist bidders in preparing responsive submittals.
4. Bid Opening
Bids are submitted to the City Clerk's Office, where they are time and date stamped and processed.
No bids will be opened prior to the predetermined date and time.
5. Report on Bids
The requesting department director will report on all bids received with a recommendation on the
lowest responsible bidder, if any, or to reject all bids.
6. Bid Award
Unless all bids are rejected, a winning bid must be awarded to the lowest responsible bidder by the
department director (or designee) for a public works project costing less than $50,000; and by the
department director and the Mayor (or their designees) for a public works project costing more than
$50,000 but less than $100,000. The City Council must award bids which exceed $100,000. The
City may choose to reject all bids for any reason.
The following shall apply to bid solicitations:
• Selection of a winning offer is based primarily on low bid, after factoring whenever possible such
costs as maintenance and operations over the expected period of use. Consideration, however,
may also be given for the following:
• Ability, capacity, expertise and skill of the bidder to perform the contract.
• Character, integrity, reputation, judgment, experience, and efficiency of bidder.
• Ability to perform within time specified.
• Quality of performance of previous contract(s).
• Other information having a bearing on the decision to award the contract.
City of Edmonds Purchasing Policy April 2017 Page 6 of 19
Packet Pg. 195
7.1.b
• Minimum qualifications must be provided to ensure respondents are reasonably qualified.
Minimum qualification requirement should be compared against the marketplace to ensure they
are not overly restrictive.
• To ensure consistency and fair process, the City will use standard forms, documents, contracts,
and terms and conditions, when practical. The Public Works & Finance Departments will maintain
templates for bid -related documents for use by departments. The City may use an evaluation
selection committee to promote an open and proper selection. The requesting department
director will appoint committee members to act in an advisory capacity.
• When practical, the City will conduct a pre -bid conference to allow a thorough discussion of the
City's expectations, intent, scope, specifications, and terms. Interested companies should be
encouraged to attend.
• Every bidder for a public works contract that is expected to cost one million dollars or more must
submit as part of the bid, or within one hour after the published bid submittal time, the names of
the subcontractors with whom the bidder, if awarded the contract, will subcontract for
performance of the work of: HVAC (heating, ventilation, and air conditioning); plumbing as
described in chapter 18.106 RCW; and electrical as described in chapter 19.28 RCW, or to name
itself for the work. The bidder shall not list more than one subcontractor for each category of work
identified, unless subcontractors vary with bid alternates, in which case the prime contract bidder
must indicate which subcontractor will be used for which alternate. Failure of bidder to submit as
part of the bid the names of such subcontractors or to name itself to perform such work or the
naming of two or more subcontractors to perform the same work shall render the bid
nonresponsive and, therefore, void.
• If no responsive bid is received on the first call the City may re -advertise and make a second call,
or without any further call, it may enter into a negotiated contract, purchase the supplies, material
or equipment or perform the work or improvement using its own employees.
Apprentice Requirements
A. Definitions.
1. "Apprentice" means an apprentice enrolled in a state -approved apprenticeship training
program.
2. "Contractor" means a person, corporation, partnership, limited liability company, or
joint venture entering into a contract with the City to construct a public work.
3. "Labor hours" refers to the total number of hours worked by workers receiving an
hourly wage who are directly employed on the site of the public work and who are subject
to state or federal prevailing wage requirements. "Labor hours" shall also include hours
worked by workers employed by subcontractors on the site of the public work, and shall
include additional hours worked as a result of a contract or project adjustment or
pursuant to an agreed -upon change order.
4. "Estimated cost" means the anticipated cost of a public work, as determined by the
City, based upon the expected costs of materials, supplies, equipment, and labor, but
excluding taxes and contingency funds.
5. "Public work" refers to all City funded construction projects that constitute a public
work pursuant to RCW 39.04.010 as now or hereafter amended and estimated to cost
$1,000,000 or more.
6. "State -approved apprenticeship training program" means an apprenticeship program
approved or recognized by the Washington State Apprenticeship and Training Council.
City of Edmonds Purchasing Policy April 2017 Page 7 of 19
Packet Pg. 196
7. "Subcontractor" means a person, corporation, partnership, limited liability company, or
joint venture that has contracted with the contractor to perform all or part of the work to
construct a public work by a contractor.
B. Apprentice utilization.
Apprentices shall be utilized for the construction of public works by contractors and
subcontractors in accordance with this section.
1. Apprenticeship utilization program goal. For public works contracts with an estimated
cost of One Million Dollars $1,000,000) or more, the Director of Public Works, or his
designee, is authorized to require that up to ten percent (10%) of the contract labor
hours, including contractor and subcontractor hours, be performed by apprentices.
2. Contract requirements. Contract documents for such public works construction
projects shall include provisions detailing the apprentice labor requirements.
3. Monitoring. The City will include an Apprenticeship Utilization Form for contractors to
complete when submitting their bid documents, which identifies the intended usage of
apprentices by the contractor and any subcontractors. This document will require the
identification of individual apprentices by name and Washington State apprenticeship
registration number, an estimate of the total apprentice labor hours, and the identification
of apprentice hours to be worked by minorities, women, persons with disabilities and
disadvantaged youth. This provision is not intended and shall not be used to discriminate
against any applicant for training. In addition, the City will require the submittal of an
Apprenticeship Verification Form by the contractor at the conclusion of the public works
project that will identify the actual work performed by apprentices for the contractor and
subcontractors.
4. Failure to meet utilization goal. Failure by a contractor to comply with established
apprenticeship requirements, unless otherwise adjusted or waived in writing as set forth
below, shall be deemed a breach of contract for which the City shall be entitled to all
remedies allowed by law under the contract. Failure to comply with the apprenticeship
requirements may also be considered evidence bearing on a contractor's qualification for
award of future contracts with the City.
5. Adjustment and waiver. The Director of Public Works, or his designee, may adjust or
waive the requirements of this section for a specific project at any time for the following
reasons:
(a) The demonstrated lack of availability of apprentices in specific
geographic areas;
(b) A disproportionately high ratio of material costs to labor hours, which
does not make feasible the required minimum levels of apprentice
participation;
(c) The reasonable and necessary requirements of the contract render
apprentice utilization infeasible at the required levels;
(d) In order to meet the requirement, the contractor will be forced to
displace members of its workforce;
(e) The participating contractor has demonstrated a good faith effort to
comply with the requirements of this section; and/or
Other criteria deemed appropriate that are not inconsistent with the purpose and goals of this section
City of Edmonds Purchasing Policy April 2017 Page 8 of 19
Packet Pg. 197
Responsible Bidder Criteria
A. Mandatory responsible bidder criteria.
1. The bidder responsibility criteria set forth in this section shall be used by the Public
Works Department to establish the minimum requirements for all contractors and
subcontractors bidding on City contracts for public work (as those terms are defined in
RCW 39.04.010). The bid documents shall set forth the documentation to be submitted by
bidders to demonstrate their compliance with the mandatory responsible bidder criteria.
2. To be considered a responsible bidder and qualified to be awarded a City contract for
public work, the bidder must:
(a) At the time of bid submittal, have a certificate of registration in
compliance with chapter 18.27 RCW (contractor registration);
(b) Have a current state unified business identifier (UBI) number;
(c) If applicable, have:
(i) industrial insurance coverage for the bidder's employees
working in Washington as required in Title 51 RCW;
(ii) a state employment security department number as required
in Title 50 RCW; and
(iii) a state excise tax registration number as required in Title 82
RCW;
(d) Not be disqualified from bidding on any public works contract under
RCW 39.06.010 or RCW 39.12.065(3); and
(e) Until December 31, 2013, not have violated RCW 39.04.370 more than
one time as determined by the State Department of Labor and Industries.
3. A bidder must verify mandatory responsibility criteria for each first tier subcontractor,
and a subcontractor of any tier that hires other subcontractors must verify mandatory
responsibility criteria for each of its subcontractors. Verification shall include that each
subcontractor, at the time of subcontract execution, meets the responsibility criteria listed
in RCW 39.04.350(1) and ECC 18.00.060 and possesses an electrical contractor license,
if required by chapter 19.28 RCW, or an elevator contractor license, if required by chapter
70.87 RCW. This verification requirement, as well as the mandatory responsibility criteria,
must be included in every public works contract and subcontract of every tier.
B. Supplemental responsible bidder criteria.
1. In addition to the mandatory bidder responsibility criteria set forth in ECC 18.00.060
(A), the Public Works Department may adopt in connection with a particular project
relevant supplemental bidder responsibility criteria which the bidder must meet. Those
supplemental criteria, including the basis for evaluation and the deadlines for requesting
modification of the supplemental bidder responsibility criteria and for appealing a
determination that a low bidder is not responsible under the supplemental bidder
responsibility criteria, shall be provided in the invitation to bid or bidding documents.
2. As relevant to a particular project, supplemental bidder responsibility criteria may be
included to require that:
City of Edmonds Purchasing Policy April 2017 Page 9 of 19
Packet Pg. 198
(a) The bidder shall not owe delinquent taxes to the Washington State
Department of Revenue without a payment plan approved by the Department
of Revenue;
(b) The bidder shall not currently be debarred or suspended by the federal
government;
(c) The bidder shall have complied with minority and women's business
enterprises, disadvantaged business enterprises, or other similar utilization
requirements or goals on federally -funded public works projects with such
requirements completed by the bidder within three years of the bid submittal
date, unless there are extenuating circumstances acceptable to the City;
(d) The bidder shall not be listed as an ineligible contractor on the federal GSA
Excluded Parties List System set forth by 31 U.S.0 § 6101 and Executive
Order 13496;
(e) If bidding on a public works project subject to the apprenticeship utilization
requirements in ECC 18.00.050, the bidder:
(i) shall not have been found out of compliance with apprenticeship
requirements of ECC 18.00.050 unless otherwise excepted or waived in
writing by the Mayor or the Mayor's designee pursuant to that section for
a one-year period immediately preceding the date of the bid submittal
deadline; and
(ii) shall have complied with apprenticeship utilization goals on public works
projects having such requirements that were completed by the bidder
within a three-year period immediately preceding the date of the bid
submittal deadline, unless there are extenuating circumstances
acceptable to the City;
(f) The bidder shall not have been convicted of a crime involving bidding on a
public works contract within five years from the bid submittal deadline;
(g) The bidder's standard subcontract form shall include the subcontractor
responsibility language required by RCW 39.06.020, and the bidder shall
have an established procedure which it utilizes to validate the responsibility
of each of its subcontractors. The bidder's subcontract form shall also include
a requirement that each of its subcontractors shall have and document a
similar procedure to determine whether the sub -tier subcontractors with
which it contracts are also "responsible" subcontractors as defined by RCW
39.06.020;
(h) The bidder shall not have a record of excessive claims filed against the
retainage or payment bonds for public works projects during the previous
three years that demonstrate a lack of effective management by the bidder of
making timely and appropriate payments to its subcontractors, suppliers, and
workers, unless there are extenuating circumstances acceptable to the City;
(i) The bidder shall have successfully completed projects of a similar size and
scope as required by the contract documents for the project. In evaluating
whether projects were successfully completed, the City may check owner
references for previous projects and evaluate the owner's assessment of
bidder performance, including but not limited to quality control, safety record,
City of Edmonds Purchasing Policy April 2017 Page 10 of 19
Packet Pg. 199
timeliness of performance, use of skilled personnel, management of
subcontractors, availability of and use of appropriate equipment, compliance
with contract documents, and management of submittals process, change
orders and close-out;
Q) The bidder shall not have had any public works contract terminated for cause
by a government agency during the five year period immediately preceding
the bid submittal deadline for the project, unless there are extenuating
circumstances acceptable to the City;
(k) The bidder shall not have judgments entered by a court of law against the
bidder within five years of the bid submittal date that demonstrate a pattern of
failing to meet the terms of contracts, unless there are extenuating
circumstances acceptable to the City; and
(1) The bidder shall not have a documented pattern of prevailing wage
complaints filed against it within five years of the bid submittal date that
demonstrates a failure to pay workers prevailing wages, unless there are
extenuating circumstances acceptable to the City.
3. Supplemental bidder responsibility criteria may include any other criteria determined
by the City to be relevant to the particular project being bid, including but not limited to
the ability, capacity and skill of the bidder to perform, the experience and efficiency of the
bidder, the financial situation of the bidder, and the performance of the bidder on previous
contracts or services.
4. In a timely manner before the bid submittal deadline, a potential bidder may request
that the City modify the supplemental bidder responsibility criteria. The City must
evaluate the information submitted by the potential bidder and respond before the bid
submittal deadline. If the evaluation results in a change of the criteria, the City must
publish an addendum to the bidding documents identifying the modified criteria.
5. If the bidder fails to supply information requested concerning responsibility within the
time and manner specified in the bid documents, the City may base its determination of
responsibility upon any available information related to the supplemental criteria or may
find the bidder not responsible.
6. If the City determines a bidder to be not responsible, the City must provide, in writing,
the reasons for the determination. The bidder may appeal the determination within the
time period specified in the bidding documents by presenting additional information to the
City. The City must consider the additional information before issuing its final
determination. If the final determination affirms that the bidder is not responsible, the City
may not execute a contract with any other bidder until two business days after the bidder
determined to be not responsible has received the final determination.
7. The invitation to bid or bidding documents shall specify the times, manner and means
of communications, deadlines and determinations required by this section.
Small Works Roster
The City of Edmonds has entered into an agreement with Municipal Research and Services Center,
whereas they will maintain the Small Works Roster.
Resolution 1155, passed November 5, 2007 established a small works roster process to award public
works contracts, and is incorporated below. The Mayor (or designee) is authorized to proceed with
procurement from the Rosters, provided funds have been budgeted by Council.
City of Edmonds Purchasing Policy April 2017 Page 11 of 19
Packet Pg. 200
Use of the Small Works Roster allows the City to preclude the advertisement requirements and sealed
bidding procedures of the formal competitive process. All other bidding procedures and requirements not
in conflict remain the same.
The following small works roster procedures are established for use by the City pursuant to RCW
39.04.155:
Cost. The City need not comply with formal sealed bidding procedures for the construction,
building, renovation, remodeling, alteration, repair, or improvement of real property where the
estimated cost does not exceed Three Hundred Thousand Dollars ($300,000.00), which includes
the costs of labor, material, equipment and sales and/or use taxes as applicable. Instead, the
City may use the small works roster procedures for public works projects as set forth herein. The
breaking of any project into units or accomplishing any projects by phases is prohibited if it is
done for the purpose of avoiding the maximum dollar amount of a contract that may be let using
the small works roster process.
2. Publication. At least once a year, on behalf of the City, MRSC shall publish in a newspaper of
general circulation within the jurisdiction a notice of the existence of the roster or rosters and
solicit the names of contractors for such roster or rosters. Responsible contractors shall be
added to appropriate MRSC roster or rosters at any time that they submit a written request and
necessary records. The City may require master contracts to be signed that become effective
when a specific award is made using a small works roster.
3. Telephone or Written Quotations. The City shall obtain telephone, written or electronic
quotations (in accordance with City of Edmonds Purchasing Policies and Procedures) for public
works contracts from contractors on the appropriate small works roster to assure that a
competitive price is established and to award contracts to a contractor who meets the mandatory
bidder responsibility criteria in RCW 39.04.350(1) and any pre -establish supplementary bidder
criteria under RCW 39.04.350(2).
a) A contract awarded from a small works roster need not be advertised. Invitations for
quotations shall include an estimate of the scope and nature of the work to be performed as
well as materials and equipment to be furnished. However, detailed plans and specifications
need not be included in the invitation.
b) Quotations may be invited from all appropriate contractors on the appropriate small works
roster. As an alternative, quotations may be invited from at least five contractors on the
appropriate small works roster who have indicated the capability of performing the kind of
work being contracted, in a manner that will equitably distribute the opportunity among the
contractors on the appropriate roster. "Equitably distribute" means that the City may not favor
certain contractors on the appropriate small works roster over other contractors on the
appropriate small works roster who perform similar services.
If the estimated cost of the work is from one hundred fifty thousand dollars ($150,000) to
three hundred thousand dollars ($300,000), and the City chooses to solicit bids from at least
five, but less than all the appropriate contractors on the appropriate small works roster, the
City must notify the remaining contractors on the appropriate small works roster that
quotations on the work are being sought. The City has the sole option of determining
whether this notice to the remaining contractors is made by:
(i) publishing notice in a legal newspaper in general circulation in the area where the work
is to be done;
(ii) mailing a notice to these contractors; or
(iii) sending a notice to these contractors by facsimile or email.
City of Edmonds Purchasing Policy April 2017 Page 12 of 19
Packet Pg. 201
c) At the time bids are solicited, the City representative shall not inform a contractor of the
terms or amount of any other contractor's bid for the same project;
d) A written record shall be made by the City representative of each contractor's bid on the
project and of any conditions imposed on the bid. Immediately after an award is made, the
bid quotations obtained shall be recorded, open to public inspection, and available by
telephone inquiry.
4. Limited Public Works Process. If a work, construction, alteration, repair, or improvement
project is estimated to cost less than thirty-five thousand dollars ($35,000), the City may award
such a contract using the limited public works process provided under RCW 39.04.155(3). For a
limited public works project, the City will solicit electronic or written quotations (note: no telephone
quotations permitted) from a minimum of three contractors from the appropriate small works
roster and shall award the contract to the lowest responsible bidder as defined under RCW
39.04.010. After an award is made, the quotations shall be open to public inspection and
available by electronic request.
For limited public works projects, the City may waive the payment and performance bond
requirements of chapter 39.08 RCW and the retainage requirements of chapter 60.28 RCW,
thereby assuming the liability for the contractor's nonpayment of laborers, mechanics,
subcontractors, materialmen, suppliers, and taxes imposed under Title 82 RCW that may be due
from the contractor for the limited public works project. However, the City shall have the right of
recovery against the contractor for any payments made on the contractor's behalf.
The City shall maintain a list of the contractors contacted and the contracts awarded during the
previous 24 months under the limited public works process, including the name of the contractor,
the contractor's registration number, the amount of the contract, a brief description of the type of
work performed, and the date the contract was awarded.
5. Determining Lowest Responsible Bidder. The contract must be awarded to the contractor
submitting the lowest responsible bid, or all bids must be rejected. If all bids are rejected, the City
may call for new bids. A responsible bidder shall be a registered and/or licensed contractor who
meets the mandatory bidder responsibility criteria established by RCW 39.04.350 and any
supplementary criteria pre -established by the City.
6. Award. For contracts of $100,000 or more, the Mayor or his designee shall present all
quotations/bids and recommendation for award of the contract to the lowest responsible bidder to
the City Council for approval. For public works project contracts of less than $100,000, the Mayor
or his designee shall have the authority to award public works contracts.
7. Bond and Other Requirements. Vendors/contractors selected off the Small Works Roster are
not relieved from observing applicable legal requirements such as Bid Bond, Performance Bond,
Retainage Requirements, Prevailing Wage, Labor and Material Bonding, etc. The City may waive
bid bond for any solicitation using the Small Works Roster process, and/or performance bond for
any contract awarded using the limited public works process.
Change Orders on Public Works Construction Contracts
Approval of change orders on Public Works Construction Contracts shall be in accordance with the
following requirements:
1. City Council members shall be notified by e-mail of any change order in excess of $50,000.
2. City Council approval shall be required for:
a) any change order in excess of $100,000
b) any change order which puts the total of change orders on a project over the designated
City of Edmonds Purchasing Policy April 2017 Page 13 of 19
Packet Pg. 202
management reserve.
c) If City Council approval is required for a change order, but circumstances require a
speedier approval, the Mayor is authorized to approve the required work provided that
the change order and a written statement of the special circumstances requiring speedier
approval is placed on the next City Council agenda for review.
Reimbursement of Expenses
Travel and Meetina Expenses
Travel or training requires the requesting department director's prior approval. Expenses incurred on
authorized travel will be reimbursed as submitted on the required, itemized, Claim for Expenses form.
Receipts must be submitted with the claim form for all expenses except meals.
To qualify for reimbursement, submitted expenses must be within 30 days of incurrence, reasonable and
prudent under the circumstances, and directly relate to the conduct of City business or service.
Reimbursement for personal expenses is prohibited. Travel mileage by private vehicle is reimbursed at
the City's established rate, which is the current IRS rate.
Other Issues
Interlocal Aareements
Solicitation of bids/quotations is not required when purchases of materials, supplies, or equipment are
made under State standard contracts or similar contracts executed by and through other local
governments. The City Council must approve an interlocal agreement with the local government or State
agency after confirming that the other government or agency has complied or intends to comply with its
own statutory requirements and either (i) posted the bid or solicitation notice on a web site established
and maintained by a public agency, purchasing cooperative, or similar service provider, for purposes of
posting public notice of bid or proposal solicitations, or (ii) provided an access link on the state's web
portal to the notice.
Neither solicitation of bids/quotations nor interlocal agreement is required when purchasing materials,
supplies, or equipment from or through the United States of America or any agency thereof (RCW
39.32.070).
All internal procurement approval requirements must be observed and the process must comply with
state statutory requirements.
Sole Source Procurement
If, after conducting a good faith review of available resources, the requesting department director
determines that there is only one source of the required materials, supplies, equipment or service
(including public works), a purchase may be awarded without complying with established bid
requirements.
The requesting department will submit a written request for sole source procurement with negotiated
contract price, terms, conditions and delivery for approval. The vendor must certify that the City is getting
the lowest price offered as compared to similarly situated clients, terms and conditions. Department
directors can approve Sole Source purchases up to $50,000, the department director and the Mayor can
approve sole source purchases costing more than $50,000 but less than $100,000. Council must
approve sole source purchases costing more than $100,000. Immediately after the award of any sole
source purchase, the factual basis for awarding the same must be recorded and open to public
inspection.
City of Edmonds Purchasing Policy April 2017 Page 14 of 19
Packet Pg. 203
Special Market Conditions
The City may waive established bidding requirements if an opportunity arises to purchase favorably -
priced supplies, materials or equipment unrelated to public works projects that will be sold before the City
can conduct the bid process. The City may waive established bidding requirements and acquire any
supplies, materials, and equipment through an auction if the items can be purchased at a competitive
price.
Waiver will be authorized by the Mayor (or designee). Immediately after the award of any special market
conditions contract, the contract and the factual basis for awarding the same must be recorded and open
to public inspection.
Emergencies
In case of unforeseen circumstances beyond the control of the City that present a real and immediate
threat to the City's ability to properly perform essential functions, or to City property or the safety of
citizens and/or staff, the Mayor (or designee) can waive bid requirements to purchase supplies, materials,
equipment or services to stabilize the emergency condition. Purchases must be properly documented as
an emergency as soon as possible following the event.
Within two weeks of confirming the emergency existed, the City Council will adopt a resolution certifying
the emergency situation existed.
Record Retention Requirements
The City must maintain records sufficient to detail the history of procurement. These records will include,
but are not necessarily limited to the following: rationale for the method of procurement, selection of
contract type, contractor selection or rejection, and the basis for the contract price. All quote/bid
documents must be retained as indicated in the State of Washington Retention Schedule and be
available for public inspection.
State Minimum Bidding Requirements
On a case by case basis, the City Council may waive any requirement contained in the City's purchasing
policies and procedures as long as the result complies with applicable state laws.
Conflicts of Interest
The City will not accept donations of materials or services in return for a commitment to continue or
initiate a purchasing agreement. No employee will participate in a procurement when they are aware of a
conflict of interest, or accept gifts or gratuities from existing or potential vendors in return for a
commitment to continue or initiate a purchasing relationship. See also RCW 42.23.030 and Chapter 3.70
ECC.
The City maintains the following standards of conduct covering conflicts of interest and governing the
performance of its employees engaged in the selection, award and administration of contracts. No
employee or elected official of the City can participate in the selection, award, or administration of a
contract supported by a Federal award if he or she has a real or apparent conflict of interest. Such a
conflict of interest would arise when the employee or elected official, any member of his or her immediate
family, his or her partner, or an organization which employs or is about to employ any of the parties
indicated herein, has a financial or other interest in or a tangible personal benefit from a firm considered
for a contract. The employees and elected officials of the City must neither solicit nor accept gratuities,
favors, or anything of monetary value from contractors or parties to subcontracts. However, in accordance
with Section 10.14 of the City Personnel Policy, this requirement is waived if the benefit received is not
substantial or is of nominal value. These standards of conduct provide for disciplinary actions to be
applied for violations of such standards by employees or elected officials of the City.
City of Edmonds Purchasing Policy April 2017 Page 15 of 19
Packet Pg. 204
Employees participating in the selection, award, or administration of a contract supported by a Federal
Award must complete and sign a Conflict of Interest Disclosure Form, below in Exhibit 1.
Forms and Templates
Purchasing forms and templates may be obtained from the public directory.
Recyclables
Every effort will be made to use products made from recycled materials if such products are available, of
acceptable quality, and generally priced the same as similar, non -recycled products (Resolution 766).
Surplus Items
The City may acquire property from another governmental entity on mutually agreeable terms without
soliciting bids/quotations.
Store -Issued Charge Cards
It is sometimes necessary to use store -issued charge cards. The Department Managers will request prior
approval from the Finance Director or designee before establishing account.
Purchase Cards
Purchase cards can be issued with the approval of the Finance Director. They are to be used solely for
City -authorized business purposes. See Credit Card Policy.
Quick Checks
Quick checks may be issued to avoid incurring penalties, interest, or late charges. Submit requests for
quick checks to the Finance Department. Quick checks will be approved by the Finance Director or
designee.
Departments should avoid requests for quick checks by informing vendors of invoice deadlines and
payment schedules.
Early Release
Any checks requiring an early release must be approved by the Finance Director or designee.
Departments should avoid requests for early release by informing vendors of invoice deadlines and
payment schedules.
Petty Cash
Petty cash funds cover minor disbursements. Employees may be reimbursed from petty cash funds for
authorized purchases that total less than the established, petty -cash limit.
Budget Adjustments
Department directors (or designees) must ensure that purchases are initiated only when departmental
appropriations are sufficient to cover the anticipated cost. Expenditures that exceed departmental
appropriations require the Mayor's approval via the Budget Adjustment Request Form.
City of Edmonds Purchasing Policy April 2017 Page 16 of 19
Packet Pg. 205
Exclusive Contract Aareements
The City may enter into an exclusive contract with a vendor in order to ensure the lowest prices on goods
and/or services unrelated to architecture, engineering, land survey or public works requiring competitive
bidding. All departments must use exclusive vendor unless special circumstances such as emergencies,
vendor does not carry exact product, etc.
Expenditures of Direct or Indirect Federal Financial Assistance
Prior to contracting for goods or services which will be paid for with either direct or indirect Federal
financial assistance, where vendors have not signed a self certification, vendors must be checked against
the Excluded Parties List System to assure they have not been suspended/debarred and are prohibited
from receiving federal funds (http://www.epls.gov/). Documentation of verification must be retained and
available for audit. See related Grant and Intergovernmental Loan Policy.
Safeguard Personally Identifiable Information
The City shall take reasonable measures to safeguard protected, personally identifiable information and
other information the Federal awarding agency or pass -through entity designates as sensitive or the non -
Federal entity considers sensitive consistent with applicable Federal, state, local and tribal laws regarding
privacy and obligations of confidentiality.
Finance Committee
The Finance Committee, composed of two Council members and the Finance Director, will review and
update the City of Edmonds' purchasing and accounts payable policies and procedures, as necessary.
City of Edmonds Purchasing Policy April 2017 Page 17 of 19
Packet Pg. 206
EXHIBIT 1
City of Edmonds, WA
CONFLICT OF INTEREST DISCLOSURE FORM
FOR CITY COUNCIL MEMBERS, MAYOR, DIRECTORS, and STAFF
Name (please print)
Date Position
It is the policy of the City of Edmonds to address how issues of actual, potential and perceived conflicts of
interest involving elected officials, directors, and employees of the City should be identified, disclosed and
managed. This form is designed to identify and disclose known conflicts in an effort to properly manage them.
I have read the City of Edmonds's Conflict of Interest policy and understand that as an
employee/Elected Official of the City of Edmonds it is my obligation to act in a manner which promotes the
best interests of the City and to avoid conflicts of interest when making decisions and taking actions on
behalf of the City of Edmonds.
My answers to this disclosure form are correctly stated to the best of my knowledge and belief.
Should a possible conflict of interest arise in my responsibilities to the City of Edmonds, I recognize that
have the obligation to notify, based on my position, the appropriate designated individual (Director, Mayor,
City Council member), and to abstain from any participation in the matter until the City of Edmonds can
determine whether a conflict exists and how that conflict shall be resolved. If any relevant changes occur
in my affiliations, duties, or financial circumstances, I recognize that I have a continuing obligation to file
an amended "Conflict of Interest Disclosure Form" with the appropriate designated department.
I understand that the information on this form is solely for use by the City of Edmonds and is
considered confidential information. Release to external parties will be only when required by law.
Signature Date
Please complete the following questions, and submit this form to the Human Resources Director of the
City of Edmonds.
1. Are you or a member of your immediate family an officer, director, trustee, partner (general or limited),
employee or regularly retained consultant of any company, firm or organization that presently has business
dealings with the City of Edmonds or which might reasonably be expected to have business dealings with the
City of Edmonds in the coming year?
Yes No
If yes, please list the name of the company, firm or organization, the position held, and the nature of the
business which is currently being conducted with the City of Edmonds or which may reasonably be expected to
be conducted with the City of Edmonds in the coming year:
2. Do you or does any member of your immediate family have a financial interest, direct or indirect, in a
company, firm or organization which currently has business dealings with the City of Edmonds or which may
reasonably be expected to have such business dealings with the City of Edmonds in the coming year?
Yes No
If yes, please list the name of the company, firm or organization, the nature of the interest and the name of the
person holding the interest, and the nature of the business which is currently being conducted with the City of
Edmonds or which may reasonably be expected to be conducted with the City of Edmonds in the coming year:
City of Edmonds Purchasing Policy April 2017 Page 19 of 19
Packet Pg. 207
EXHIBIT 1
3. Do you or does any member of your immediate family have a financial or personal interest in an entity in
which the City of Edmonds has a financial or other vested interest.
Yes No
If yes, please provide details below:
4. Have you or an immediate family member accepted gifts, gratuities, lodging, dining, or entertainment
that might reasonably appear to influence your judgment or actions concerning the business of the City of
Edmonds?
Yes No
If yes, please provide details below:
5. Do you have any other interest or role in a firm or organization, where that interest or relationship might
reasonably be expected to create an impression or suspicion among the public having knowledge of your acts
that you engaged in conduct in violation of your trust as a trustee, officer, Director or staff member?
Yes No
If yes, please provide details below:
Please add additional pages as needed.
If any material changes to the responses provided on this disclosure form occur, the trustee, officer or employee
is required to update the information on this form in writing, and submit the update to the City of Edmonds
Human Resources Director.
Form reviewed by:
Remedial Action(s) to be taken:
The City of Edmonds will follow-up on all recommended actions to ensure compliance.
City of Edmonds Purchasing Policy April 2017 Page 19 of 19
Packet Pg. 208
Apprentice History 2012-2016
7.1.c
Apprentice
Yr of
Contract Amount
Apprentice Goal
Goal Met
Award
Projects
Grants
PM
(Award)
Contractor
Required (Yes/No)
(Yes/No)
Actual %
Comments
Already had apprentice on payroll
2012
2012 Waterline Replacement
Ed
$ 652,000
D&G Backhoe
Yes
Yes
18.9%
prior to contract - existing Union sl
2012
Talbot Drainage Impr
Jaime
$ 317,179
Kamins
Yes
No
0.0%
2012
19 Sewer Lift Stations Rehab
Jaime
$ 3,862,240
Razz Construction
Yes
No
7.0%
Estimate for actual goal.
One apprentice on payroll from 20
2013
2013 Waterline Replacement
ED
$ 1,300,000
D&G Backhoe
Yes
No
10.3%
H2O project had graduated
Sewerline Replacement Phase 1 (2012
2013
Sewer Project)
ED
$ 1,230,000
Shoreline Construction
Yes
Yes
19.7%
Existing Union Shop
Project concurrent with Phase I Se,
Sewerline Replacement Phase 2 (2013
See Phase
Project; not enough apprentices tc
2014
ISewer Project)
ED
$ 1,780,000
Shoreline Construction
Yes
No
I Sewer
around
Waiver - contractor will be forced 1
displace members of its own
2014
2014 Waterline Replacement
Henry
$ 1,474,497
Earthwork Enterprises
Yes
No
0.0%
workforce
Waiver - contractor will be forced 1
displace members of its own
2014
Citywide Stormwater Improvements
Henry
$ 337,759
D & G Backhoe
Yes
No
0.0%
workforce
Contractor's apprentice left during
the job prompting contractor to se
and receive - good faith effort
2015
2015 Waterline Replacement
Ryan
$ 2,195,457
D&G Backhoe
Yes
Y/N
9.0%
exemption during construction
Waiver - contractor will be forced 1
displace members of its own
2015
2015 Sewerline Replacement
Henry
$ 1,090,411
Buno Construction
Yes
No
10.6%
workforce
Waiver - contractor will be forced 1
displace members of its own
2015
City Spray Park
X
Henry
$ 728,920
Wyser Construction
Yes
No
12.4%
workforce
Company family member is one of
2016
SW Edmonds 105th/106th
Ed
$ 492,000
Rodarte Construction
Yes
Yes
16.3%
apprentices.
Firm has stated they do not emplo
2016
2016 CIPP
Ed
$ 1,030,000
Insituform Technologies
Yes
No
apprentices.
2016
2016 Sewerline Replacement
Jaime
Karvel Construction
Yes
TBD
TBD
Project still active
2016
2016 Waterline Replacement
Henry
$ 1,147,402
D & G Backhoe
Yes
Yes
23.3%
2016
Fishing Pier
X
I Henry
$ 1,004,318
Razz Construction
Yes
Yes
16.7%
Os
m
0
N
N
0
N
O
Ar
2
2
d
U
r—
(1)
L
EI
a
Packet Pg. 209
7.2
City Council Agenda Item
Meeting Date: 04/25/2017
Edmonds Veteran's Plaza Update and Request (15 min)
Staff Lead: Carrie Hite
Department: Parks, Recreation & Cultural Services
Preparer: Carrie Hite
Background/History
On January 20, 2015, Council approved the concept for the Veterans Plaza.
On August 2, 2016, Council authorized the Mayor to sign the revised Goods & Materials Agreement for
the procurement of stone cladding, paving and site furnishings for the Edmonds Veterans Plaza from
Coldspring.
On August 23, 2016, Council authorized the Mayor to sign a Change Authorization for the Goods &
Materials Agreement for the procurement of stone cladding, paving and site furnishings for the
Edmonds Veterans Plaza from Coldspring.
On September 6, 2016, Council rejected bids for the Edmonds Veterans Plaza.
On Dec 13, 2016, Council awarded the bid for the Veterans Plaza Project.
On Dec. 13, 2016, Council approved $4000 towards the project from Council contingency fund.
Staff Recommendation
Be briefed on project and authorize additional funds.
Narrative
The Edmonds Veterans Plaza is a community project to support, create and build memorials to
Edmond's military veterans. The project will provide site improvements and enhancements to
the existing City of Edmonds Municipal Court Plaza and immediate surroundings. It includes a
new stone -clad wall with two waterfall feature elements, related mechanical, plumbing and
electrical work, new paving, walls, stairs and handrails, new site furnishings and lighting,
modifications to existing planting and irrigation, minor modifications to the existing parking lot
and new utility connections.
The project costs are being funded by the Edmonds Veteran Plaza Fund.
The Plaza Committee has raised a total of $568,710, filling the gap from the discrepancy that
was evident in December when the bid was awarded. This was enough to cover the original
construction contract with KA Construction with a 10% contingency. As is common during
construction, there are several unknowns and changes that come about. Following is a
description of difficulties and changes we have encountered so far on this project.
Packet Pg. 210
7.2
Unforeseen electrical issues have increased the budget significantly. The electrical panels in the
public safety building do not have the capacity to service the additional requirements of the
plaza. This will require a new meter base and a 200 amp electrical panel mounted in an above
ground electrical enclosure.
Additionally, the existing conduits for the flag pole lighting and the Centennial Plaza ere
originally installed in the plaza landscape area with only 8 inches of cover instead of the 18
inches as required by code. The conduits needed to be replaced and buried deeper to meet
compliance.
The Parks Department requested slabs for the benches, instead of footings. This will decrease
maintenance and liability.
Grants and additional fundraising will cover the cost of adding a drinking fountain and a
Veteran's Resource Kiosk. They will be installed later this year after the completion of the
construction contract. Waterline and electrical conduits are being installed by the contractor
while access is available.
The unforeseen electrical issues and the addition of more site features have required additional
staff time to coordinate during construction. A total of $25,000 is estimated for engineering
staff.
Lastly, Site Workshop and their electrical sub -consultant have exhausted budget from their
original contracts for the reasons listed in the paragraphs above. In addition, this project has
required their coordination with multiple parties, including Coldspring, supplier of the stone for
the Veteran's Wall and the Veteran's Plaza Committee. They also provided support for an
earlier bid on August 18, 2016, where the bids were rejected because of budgetary reasons. A
total of $17,500 is slated to go towards amendments to the consultant contracts.
City staff have met with the Veteran's Plaza Committee, and they are currently fundraising for
the informational kiosk. These additional costs outlined here, a lot of which are due to faulty
infrastructure and/or the City's requests, add $46,000 to the cost of the project. In addition,
there will be approximately $25,000 additional needed for the engineering staff time. This
request is for the Council to support additional funds and authorization for $71,000 as shown on
the attached budget. This includes an additional $13,250 for management reserve. This can be
funded out of the REET 2 balance.
Packet Pg. 211
7.2.a
Veterans Plaza Budget Summary
4/21/2017
Contract Number: E6MA/c480
Funding
Funding Totals
Edmonds Veterans Plaza Fund as of 4/4/17
$430,020.00
State Department of Commerce
$74,690.00
City parks 132 (includes 30k for const, and 15K for engineering staff time)
$45,000.00
Pending revenue from pledges
$29,000.00
Council Contingency Fund
$4,000.00
Additional budget authority from Council needed: includes 25K eng staff
$71,000.00
April 25th Council Session
Total Funding
$653,710.00
Consultant Expenses
Expense Totals
Status
Site Workshop - Design
$55,550.00
Approved
Site Workshop - Additional Electrical Design
$5,000.00
Estimated
Site Workshop - Additional Construction Support
$12,500.00
Proposed
Krazan - Materials Testing, Task Order 2
$2,031.40
Approved
Krazan - Materials Testing, Task Order 3
$1,466.05
Proposed
Total Consultant Expenses
$76,547.45
Owner Furnished Expenses
Expense Totals
Status
Stone Materials - Coldspring
$145,155.60
Tax & Freight Included
Benches & Plaques
$24,235.92
Tax & Freight Included
Dog Statue
$8,500.001
Tax Included?
Total Owner Furnished Expenses
$177,891.52
Change Proposals
Change Proposal
Totals
Status
CP #1 - Concrete Demo & Restoration Utility Corridor
$1,000.00
Estimate - Force Account
CP #2 - Sidewalk Near Seat Wall
$500.00
Estimate - Force Account
CP #3 - Demo Near Veterans Wall
$3,725.99
Negotiated
CP #4A - Electrical Conduits Centennial Plaza
$3,300.00
Estimate
CP #413 - Electrical Conduits Flag Pole & Sign Lighting
$1,500.00
Estimate
CP #5 - Drain Provisons for Circular Plaza
$870.21
Approved Force Account
CP #6 - Bench Slabs
$5,357.20
Negotiated
CP #7 - Drinking Fountain Waterline
$2,500.00
Estimate
CP #8 - Light Pole Footing
$3,752.44
Approved
CP #9 - Sidewalk at North End of Paver Plaza
$1,200.00
Estimate - Force Account
CP #10 - Electrical Lines for new service and 120V circuits
$4,000.00
Estimate
CP #11 - Deductive Change for Dog Statue Plinth
-$200.00
Estimate
CP #12 - Meter and Electrical Panel Box
$5,000.00
Estimate
CP #13 - Replace Colored Concrete with Sand Blasted Stripes in Plaza
$1,500.00
Estimate
CP #14 - Battery Operated Irrigation Controller
$750.00
Estimate
Total Change Pro osals
$34,755.84
Sales Tax 10.3%
$3,579.85
0
N
Change Order No. 1, Exhibit A Page 1 of 1 Printed: 4/21/2017
Packet Pg. 212
7.2.a
Total Change Proposals Plus Tax
1 $38,337.69
Construction Expenses
Expense Totals
K-A General Construction Contract Award
$264,998.11
Sales Tax @ 10.3%
$27,294.81
Total Construction Expenses Plus Tax
$292,292.92
City Expenses
Expense Totals
Estimated Additional
Costs
Engineering Staff Time (Thru 3/31)
$17,347.58
$22,000.00
Utility Fees (Water & Sewer)
$8,175.00
Drinking Fountain Water Line Review
$12.00
PUD Electrical Service
$4,172.00
Permit & ROW Fees
$1,918.50
Bid Advertising
$1,695.01
Total City Expenses
$33,320.09
$22,000.00
Project Expenses
Total Project Expenses
$640,389.67
Budget Summary
Total Project Funding
$653,710.00
Project Expenses
$640,389.67
Management Reserve - % of Original Contract
$13,250.00
Total Project Expenses
$653,639.67
Post Project Expenses
Status
Drinking Fountain
$6,033.48
Quote
PRV
$150.00
Estimate
Drinking Fountain Slab
$330.00
Estimate
Veterans Resource Kiosk
$20,000.00
Quote
Kiosk Slab
$330.00
Estimate
Total Post Project Expenses
$26,843.48
r
r
O
N
ti
T
T
N
0
E
E
N
IM
3
m
N
C
L
d
d
>
C
cD
i
V
Q
Change Order No.1, Exhibit A Page 1 of 2 Printed: 4/21/2017
Packet Pg. 213
8.1
City Council Agenda Item
Meeting Date: 04/25/2017
Wastewater Treatment, Disposal and Transport Contract Extension (10 min.)
Staff Lead: Phil Williams
Department: City Clerk's Office
Preparer: Scott Passey
Background/History
This item has not been before City Council.
Staff Recommendation
Staff recommend that the City Council approve the Wastewater Treatment, Disposal and Transport
Contract Extension. The length of the contract term, the vital importance of services involved, and the
size of financial commitments of the contract suggest this item should be placed on the regular Council
agenda calendar for April 18th
Narrative
In 1988 the City of Edmonds entered into an agreement with Olympic View Water and Sewer District,
Ronald Sewer District and the City of Mountlake Terrace to upgrade the WWTP to Secondary Treatment.
The agreement focused on financing and building the new plant. It also determined the ownership
interest of each Partner and their capital contribution rate. It also defines a process to ensure Partners
pay their share of operating expenses based on their annual measured flows to the facility. In addition
the contract defines the role and responsibility of the Oversight Committee which is composed of 1
member from each Partner organization. The agreement will expires in May, 2018 and will need to be
replaced with an updated version or extended under the existing terms before that date.
The Oversight Committee has worked diligently over the past few years to develop new contract
language that addresses a variety issues that have changed during the last 29 years. These include new
regulatory requirements, improved pre-treatment processes, holding each Partner responsible for their
own conveyance system upgrades and repairs, and clarification of some past ambiguities within the
contract. As the Oversight Committee entered into the final stages of contract review and re -drafting
concerns arose regarding the City of Shoreline's assumption of Ronald Sewer District and their intention
to take over the Pt. Wells area (currently within the service area of Olympic View Water and Sewer
District). These issues have brought the parties to an impasse on the re -negotiation of the existing
contract. A general agreement has been reached, however, to extend the existing contract for two
additional years to allow continued discussion and/or continued legal action to further clarify a path
forward.
Staff is recommending the City sign a 2-year contract extension to provide this additional time. By then,
if the courts have not already decided the issues being litigated we would at least be able to deal
directly with Shoreline rather than indirectly dealing with Shoreline through Ronald's board of directors
Packet Pg. 214
8.1
and General Manager.
Attachments:
Addend um-COE+COM+Oly View WS+Ronald W PSA
Packet Pg. 215
ADDENDUM FOR PROFESSIONAL SERVICES AGREEMENT
8.1.a
Wastewater Treatment, Disposal and Transport
WHEREAS, the City of Mountlake Terrace, Olympic View Water and Sewer District, and
Ronald Sewer District (the "Participants") and the City of Edmonds (the "City"), (collectively
the "Parties"), all municipal corporations of the State of Washington, entered into an underlying
Agreement for wastewater treatment, disposal and transport, for a term of thirty (30) years, from
May 17, 1988 to May 17, 2018; and
WHEREAS, the City has requested that the term set forth in the underlying Agreement be
extended two (2) years to allow time for issues between the Parties to be resolved ;
NOW, THEREFORE, in consideration of the mutual benefits accruing, it is agreed by and
among the Parties hereto as follows:
1. The underlying Agreement of May 17, 1988 among the Parties, incorporated by
this reference as fully as if herein set forth, is amended in, but only in, the following respects:
1.1 Term of Agreement: To extend this Agreement to May 17, 2020.
2. In all other respects, the underlying Agreement among the Parties shall remain in
full force and effect, amended as set forth herein, but only as set forth herein.
DATED this day of 52017.
CITY OF EDMONDS CITY OF MOUNTLAKE TERRACE
David O. Earling, Mayor
ATTEST/AUTHENTICATED:
Scott Passey, City Clerk
APPROVED AS TO FORM:
Office of the City Attorney
By:
Title:
ATTEST/AUTHENTICATED:
By:
Title:
APPROVED AS TO FORM:
By:
Title:
Page 1 of 2
Packet Pg. 216
ADDENDUM FOR PROFESSIONAL SERVICES AGREEMENT
8.1.a
Wastewater Treatment, Disposal and Transport
OLYMPIC VIEW WATER AND RONALD SEWER DISTRICT
SEWER DISTRICT
By:
By:
Title:
Title:
ATTEST/AUTHENTICATED:
ATTEST/AUTHENTICATED:
By:
By:
Title:
Title:
APPROVED AS TO FORM:
APPROVED AS TO FORM:
By:
By:
Title:
Title:
Page 2 of 2
Packet Pg. 217
8.2
City Council Agenda Item
Meeting Date: 04/25/2017
Development Activities Update (20 min.)
Staff Lead: Shane Hope
Department: Development Services
Preparer: Diane Cunningham
Background/History
This is a periodic report of development activity and projects related to Development Services.
Staff Recommendation
Consider information and ask any questions.
Narrative
A presentation (attached) will be shown on April 25 to highlight various development activities.
Key facts include:
The number of building permits was at an all-time high in 2016, surpassing the record high
achieved in 2015.
Even with modest staff increases, the number of building permits handled per Development
Services employee was still near an all-time high.
Building revenues were the highest since 2007.
In addition, graphics of various development projects, along with key data about the projects, will be
presented.
Packet Pg. 218
PROJECTS
t P.,
TIVITIE
N ma
DEVELOPMENT -00oo �
RVI S-it. ,FF
dik
AIL
; .
.
r� IT j"711
X, qzww t
STAFF TEAMWORK
building community behind the scenes.
t
8.2.a
Packet Pg. 220
STAFF TEAMWORK
customer assistance
8.2.a
c
0
L
a.
r
Z
Q
c.i
N
r
E
Q
0
r
r
x
w
c
as
E
c�
a
Packet Pg. 221
STAFF TEAMWORK
development review committee
8.2.a
c
0
L
a.
r
Z
Q
c.i
N
r
E
Q
0
r
r
x
w
c
as
E
c�
a
Packet Pg. 222
$2,000,000
$1,800,000
$1,600,000
$1,400,000
$1,200,000
$1,000,000
$800,000
$600,000
$400,000
$200,000
$0
DEVELOPMENT SERVICES PERMIT
HISTORY A
Ln to 1, W m O ri N M -zT m l0 1� W m O ri N M �zt Ln Lo 1� w m O ri N M T Ln
00 00 00 00 00 Q1 01 Q1 01 Q1 Q1 Q1 O1 01 01 O O O O O O O O O O r-I r-I � r-I r-I r-I
T Ol T T T T Ol Ol Ol M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
r-1 r-1 ri r-1 r-1 r-1 ri r-1 r-1 r-1 e 1 r-1 r-1 ri ri N N N N N N N N N N N N N N N N
MTotal Devel Svc Revenue # Building Permits
1,800
8.2.a
BliLDiRG
PEKMITS
c
0
reviewed by development
•
d
N
d
•. of Perm2016it
2015
2015
2016
a
N
Issued
# Issued
Valuation
Valuationm
New
Single Family
53
41
$19,078,711
$17,185,087
Duplex
0
0
$0
$0
Apartment/Condo
1(4Units)
8 (97units)
708,649
$14,948,238
con
Commercial
0
3
$0
$7,670,767
Mixed Use (Office/condo)
0
0
$0
$0
Q.
Additions / Alterations
o
Single Family
132
134
$7,736,525
$8,469,012
Apartment / Condo
21
22
$1,068,935
$613,766
W
Commercial
59
53
$8,952,038
$8,601,224
Other
E
Mechanical / Plumbing
318/368
350/382
$2,500
$200
s
Demolition
15
10
$0
$0
a
Miscellaneous
592
634
$3,515,200
3-926-91
ofta
1637
0 • 8
Packet Pg. 224
ENGINEERING
DIVISION
right-of-way,street use encroachment & side sewer activi-
CL
adk ,�. 1 •
Permits Issued 429
Y CO
" Permit Revenue $58,082 4
061
Inspection & Review 0
Revenue $214,337.
Transportation Impact Fees $139,031
x
.� Franchise Fees $91,861 W
-` C
t
R
W
Q
Packet Pg. 225
SOLAR PERMITS
2012
2013
2014
2015
2016
8.2.a
c
0
0
c
CL
r
a
My
it
cn
f
0
0
r
x
W
w
E
a
Packet Pg. 226
i
120
100
:X
.c
40
20
Ic
BUILDING PERMITS PER
DEVELOPMENT SERVICES EMPLOYEE ■
V1 %D I" w M O 1-1 N M Ln %D r� W M O -A N M V1 w r� W M O 'A N M
Q1 41 01 01 aQ1 Q1 D1 01 01 01 D1 01 01 01 O O O O O O O O O O O O O O
a -I a-i r-I r-I r-1 a --I a --I r-I r-I r-I r-I a --I rl ri ri N N N N N N N N N N N N N N
MTotal Employees —Building Permits per Employee
30
25
20
15
10
5
INSPECTIONS 2016
8.2.a
over 9, o o o field inspections were performed by developmE
services staff.
Packet Pg. 228
M KEY DEVELOPMENT PROJECTS
*Seabrook
Estates
Mueller Short Plat Glen Street
* * Condos
Post Office Mixed Us1
Top Pot *Gra hite Art MMMM
a r_��
�lSalish Crossing
Point «1N11
* MEn,
Edwards ■■�
* Westgate
int. *Village Brackel
Court
Willowd
Memory Care*
MagicToyota if If
r
moms AAA11
Edmonds
WORM!;
i-
8.2.a
Packet Pg. 229 1
RESIDENTIAL DEVELOPM
The Development Services Department
currently has active new Single Family
Residence permits
MUELLER
301 Caspers Street —
J- -
SHORT PLAT
Four new single family homes
�' ..�53'3I. ox �r �°'� ���•.: � ���,i vim,
y.
8.2.a
....................
rrr�
1
Packet Pg. 232
HIGHPOINT
22920-22926 102nd pl. W
IV, 17
�
�� /`
)�\ [
���
`~\\\.
z
j[ ��\��
..
HOMES
,jr
SEABROOK ESTATES
86o Caspers Street — Seven new residential units
�yf
8.2.a
Nesidentlai Cor
Various locations
3
Packet Pg. 235
ADULT FAMIL
Various locations
- ':47
gi
HOMES
mm�
POST OFFICE MIXED USE
Phase 11 — 28 new residential units +7,60o sf commercial
Good-bye to an old
friend...
...and welcome to
a new inviting
street front
le
Main Street view
Bit
WA fj.
LA I
CEDAR
CREEK
MEMORY
CARS-
2loo6 72nd Ave W— 70,897 sf 62 units with 8o beds
0 RETAIL RLD(;
a� m
Oo
.194.
Packet Pg. 239
POINT EDWARDS BLDG #10�
150 Pine St.— 68 new residential units +structured parkin
f7—Mll.;V
i
i,.��
9
.- i
ul l
_
Nils! liila 61 ! dolLi_ e.l
.Ill 11 MIN + , �
k • its _ ,.,� ��a,.x. -.SI ya.=Packet Pg. 240
VI
�'�
Beach Walk apartments
303 Edmonds St. — nine new apartments
M
MADRONA K-8
9300 236th Street SW
MAGIC TOYOTA
2130o HWY 99 — 47,000-sf showroom and service dept.
■
THE
SHOPS
at AURORA
VILLAGE
8431 2441h St. SW— 1o,000-sf new retail
RETAIL.
RETAI L
=��11� � 11�
WESTGATE VILLAGE
10032 Edmonds way— 91 new residential units +3,100 sf retai
1 NJMEL
' r ■ o•W
',. + ! 11 ga A lip
.IR '� s .�-"� ,_• < '� Il1, j` Ri�+
Y•L� S _ fFi I I ~ a e� �±Fi E j"'}'Yi a9n(�` I ''�I6`SI 4.7� is`#aA*,} w.
y � '! � � . i P 37 `fir'.'! ,,. y`' a `-n: x w .`I�` - r� l�W 4 .:, � • `�, �r,� � ��t�`�a 1 S'��f � . ���"11� �,fR� '� "-
� a I
Al
Graphite
Studios
202 Main St. — artist studios, art gallery, cafe, three apartment
'I'A
■ nw�
��
1]Y[/7011
b
/ / e
/
BUILDING -A-
% PtTA1L RUAILG 1-STGP1'
• / / &TILAIHG
�ualrr� 1-sroxv
PErnn. Buaonvc
4
b
EDMONDS VILLAGE RETAIL BUILDING
SITE PLAN SCALE I" = 30'
eo a w w
1 Pry - n esr
8.2.a
Packet Pg. 247
sit
SRLISH SFA ..� �.
.. J . - AR
i
• s
TENANT IMPROVEMENT
PROJECTS
SAl ltill Sl:q
' BRENf.dYe TM1RgOOA Yll '
*-
Bridge Animal Center
.• —J�
> 'fl
M�RKT�, w
WE
E
OPENI
Packet Pg. 248
CITY
PROJECTS
TECHNOLOGY UPDATE
❑ All Street Files have been scanned and converted to electronic records.
❑ All Microfilm archives have been digitized and imported into
Laserfiche.
❑ Over 92,000 files imported into Laserfiche repository. That's over
617,000 pages of documents!
❑ More than 30 file cabinets from the end floor of City Hall have been
emptied.
❑ Currently working on scanning of large Commercial and Residential
Plan sets
SPECIAL
EXAMPLES:
PROJECTS
❑ New Stormwater Code went into effect Jan 1, 2017
❑ Increased Transportation Impact Fees — Jan 1, 2017
❑ Increased Permit Fees — Jan 1, 2017
❑ Edmonds Community Development Code Update
■ LID Integration I Signs I Subdivisions
❑ Critical Areas Ordinance
❑ Shoreline Master Program
❑ Street Tree Plan Update
❑ Highway 99 Subarea Plan
❑ Public Works Standard Details Update
SPECIAL PROJECTS
Remodeled Permit & Green Resource Center
opened June `16
4
DEVELOPMENT
Building, Planning and
Engineering Divisions are
available Daily at the
Permit Counter
Many resources can be
found on City website and some
permits can be applied for online
City web map provides property
and utility information,
as-builts, zoning etc.
SERVICES
M, T, Th, F
Wednesdays
8:ooam — 4:3opm
8:3oam — noon
www.edmondswa.gov
www.maps.edmondswa.gov
It
ri
A
Packet Pg. 254
8.3
City Council Agenda Item
Meeting Date: 04/25/2017
Meadowdale Fields ILA (15 min.)
Staff Lead: Carrie Hite
Department: Parks, Recreation & Cultural Services
Preparer: Carrie Hite
Background/History
Council adopted the Parks, Recreation and Open Space Plan in February of 2014 identifying this project.
Council adopted the CIP in November of 2016 authorizing $500,000 for this project.
Staff Recommendation
Approve the Interlocal Agreement with the City of Lynnwood and Edmonds School District for the
redevelopment of the Meadowdale Playfields, authorizing the Mayor to enter into this agreement.
Narrative
This redevelopment project proposes to improve five playfields at the 26 year -old Meadowdale Athletic
Complex. The complex was initially developed as a partnership between the Edmonds School District,
Snohomish County, City of Edmonds and City of Lynnwood. The Athletic Complex is owned by the School
District and managed under an interlocal agreement by the Cities of Lynnwood and Edmonds for
community use.
The City entered into the Interlocal Agreement with the City of Lynnwood, Edmonds School District, and
Snohomish County in 1985 to develop, operate, maintain and schedule the Meadowdale Playfields,
increasing the City's capacity to provide athletic programs to its citizens. Although the Meadowdale
Playfields are located in Lynnwood, this has been a very successful partnership. To this day, it is the only
dedicated athletic space that the City utilizes for adult sports, providing a very robust softball league for
adults and seniors.
In the most recent Parks, Recreation, and Open Space Plan, adopted in February of 2014, the City
identifies planned improvements to the fields, updating them to all weather soccer and softball fields.
In addition, the City Council adopted the CIP this year, setting aside $500,000 for the City of Edmonds
contribution to this development project.
There is a definite need for athletic fields in SW Snohomish County and Edmonds. This project is an
opportunity to reinvest in and maximize the use of an existing facility to meet this need and is present in
the City's comprehensive plan. This renovation would provide year-round play, increase participation
for athletics, offer a variety of sports opportunities, increase community access, and provide a facility
that would bring tournaments to So. Snohomish County.
The City of Edmonds had a very small investment compared to the total cost of the project. The total
expenditure budget is close to $5.1M. The City of Edmonds would contribute $500,000. The City of
Packet Pg. 255
8.3
Lynnwood would contribute $2,597,155. The School District would contribute $1M. Various grants from
the State and Snohomish County would add another $950,000.
Edmonds parks interest is to continue to provide adult sports and athletic opportunities. It is also the
interest to dedicate the $500,000 to safety equipment for the fields, including safety netting, backstops,
fencing and ADA improvements.
The City of Lynnwood and the School District are both in the process of approvals for this ILA. This
project is out to bid, with bid opening scheduled for this week. There are bid alternates requested for
the infill on the fields. As Council can see in item #15 of the ILA, there will be an opportunity to review
the bids and recommend a bid option to the School District for consideration.
Attachments include:
1. Meadowdale Fields ILA 2017 to be considered.
2. Project design schematic
3. Meadowdale ILA 1985. Valid until 2025. Edmonds intent would be to negotiate a new
agreement after the renovation of the fields is complete, or in 2025 when this expires.
4. Meadowdale Appendix B 1985: Operations and Maintenance responsibilities.
5. Meadowdale ILA with Lynnwood and Edmonds School District 2012. This was entered into
without Edmonds, and gives Lynnwood until 2040 for operations of the field.
Attachments:
Meadowdale Fields ILA 04102017FINAL
Project Design
Meadowdale Development and Operation June 1985
MP Appendix B
MD Playfield ILA 2012 (4)
Packet Pg. 256
8.3.a
1 INTERLOCAL AGREEMENT
2 BETWEEN
3 EDMONDS SCHOOL DISTRICT and THE CITY OF EDMONDS
4 and THE CITY OF LYNNWOOD for the
5 MEADOWDALE PLAYFIELDS REDEVELOPMENT PROJECT
6
7 THIS INTERLOCAL AGREEMENT ("Agreement"), dated as of , 2017,
8 is made and entered into by and between EDMONDS SCHOOL DISTRICT NO. 15
9 ("District") and THE CITY OF EDMONDS ("Edmonds") and THE CITY OF LYNNWOOD
10 ("Lynnwood") for the redevelopment project of the Meadowdale Athletic Complex and
11 Playfields ("Playfields").
12
13 RECITALS
14
15 WHEREAS, Chapter 39.34 RCW (Interlocal Cooperation Act) permits local
16 government units to make the most efficient use of their powers by enabling them to cooperate
17 with other government entities on the basis of mutual advantage and thereby to provide services
18 and facilities in a manner pursuant to forms of governmental organizations that will accord best
19 with geographic, economic population, and other factors influencing the needs and development
20 of local communities; and
21
22 WHEREAS, each of the signatories hereto is a public agency as defined by RCW
23 Chapter 39.34; and
24 WHEREAS, the District owns real property used for school purposes which includes a
25 number of Playfields (referred to as the Meadowdale Playfields or the Playfields) and which is
26 located within the City of Lynnwood at 16700 66t'' Avenue West, legally described in Exhibit
27 A, attached hereto (the Real Property); and
28 WHEREAS, the District is responsible for the public education of the students in the
29 community, including physical education and athletic activities related to the educational program;
30 and
31
32 WHEREAS, the cities of Edmonds and Lynnwood (collectively referred to as the Cities)
33 have established departments in part for carrying out the purpose of developing and maintaining
34 community athletic and recreation programs; and
35
36 WHEREAS, the District and the Cities are mutually interested in supporting programs for
37 the community in the areas of athletics, recreation and education; and
38
39 WHEREAS, the Cities and the District have recognized for many years that through
40 cooperation, these publicly -owned athletic fields and facilities can be used to meet broader
2017 Meadowdale Playfields Development Agreement
Page 1 Packet Pg. 257
8.3.a
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
community needs for education, recreation and athletic activities than any of the parties can
provide separately; and
WHEREAS, the Cities and the District jointly developed the Meadowdale Playfields in
1985 for school, educational, and community use; and
WHEREAS, the Cities and the District maintain an interlocal agreement which authorizes
Edmonds and Lynnwood to jointly operate, maintain, and schedule use of the Playfields and which
has a term through June 5, 2025, copy attached hereto as Exhibit B (the 1985 ILA); and
Q
WHEREAS, Lynnwood and the District entered into an interlocal agreement which J
extends Lynnwood's use rights and obligations under the 1985 ILA to operate, maintain, and
schedule use of the Playfields until 2065, copy attached hereto as Exhibit C; and ii
m
WHEREAS, the Cities and the District intend to review the 1985 ILA regarding the
3
scheduling, maintenance, fees, and facility rules and restrictions at the Playfields; and -°a
m
WHEREAS, the Cities and the District with additional grantors are participating to share
the cost of redevelopment of the Playfields as outlined in this Agreement;
NOW, THEREFORE, the District, Edmonds and Lynnwood hereby agree as
62 follows:
63
64
65
66
67
68
69
70
71
72
73
74
75
76
77
78
79
80
81
82
83
84
85
86
1. The purpose of this Agreement is to define the rights and responsibilities of
the District, Edmonds and Lynnwood with regard to design, construction, and funding for
the project, which includes the redevelopment of two (2) multipurpose fields, three (3)
softball fields, backstops, perimeter fencing, and walking pathways (depicted in Exhibit D,
attached hereto) of the Playfields for continued use by the parties for education and
recreation purposes (the "Project"). All improvements will meet or exceed the 2010
American with Disabilities Act requirements.
2. The District owns the Real Property that is the subject of this Agreement. This
Agreement does not contemplate the transfer of ownership of the Real Property, nor to limit
the District's ability to comply with its statutory obligations regarding the use and
disposition of school property pursuant to RCW 28A.335. By operation of this Agreement,
Edmonds and Lynnwood do not acquire any ownership interest in and disclaim any interest
to the Playfields and the Real Property, which are and will remain the District's property.
3. The District agrees to make the Playfields on the Real Property available for
redevelopment by the parties and agrees that the athletic fields and facilities comprising the
Playfields are intended primarily for school and educational purposes and are for the benefit of
students and the school age population that reside within the District.
4. The District, Edmonds and Lynnwood recognize that the entirety of the
Playfields site has a 6f boundary designated by the National Park Service dedicating it to
recreational use, as depicted on Exhibit E, and any existing or future non -recreational uses
such as the installation of cell towers and antennas must be mitigated to properly convert
2017 Meadowdale Playfields Development Agreement
Page 2 Packet Pg. 258
8.3.a
87 the use by approval of the Washington State Recreation and Conservation Office.
88
89 5. The Cities and District agree to work closely with the surrounding community
90 in the design and approval of Project development.
91
92 6. Lynnwood will serve as the project manager for design and as the
93 construction agent for the Project, for the purpose of initially incurring all expenses for all
94 elements of the construction of the joint facility, including but not limited to architect and
95 engineering fees, site development/construction fees, processing change orders, if any,
96 Washington State sales tax, and securing permits. The Project shall be constructed and
97 performed in accordance with all state and local laws, regulations, policies and standards. All
98 construction contracts shall be procured through a formal competitive bidding process consistent
99 with applicable State law.
100
101 7. The Cities and District agree that no award of a construction contract for the
102 Project will be authorized until such time as all of the parties have approved the final plans,
103 specifications and cost estimates for the Project. The District shall have final approval of
104 the Project design including materials to be used in construction. The District expressly
105 disclaims any representation or warranty that such design, plans, and specifications are
106 suited for the uses and purposes intended by the Cities. The construction contract for the
107 Project shall include reasonable warranties from the persons or entities providing labor,
108 goods or professional services to complete the Project construction.
109
110 8. Upon completion of construction of the Project, the District agrees to
111 continue to make available the Playfields to Lynnwood and Edmonds to schedule, maintain
112 and use in accordance with the 1985 ILA, attached as Exhibit B, the extension agreement
113 attached as Exhibit C, or any subsequent agreement.
114
115 9. The District and Cities agree to jointly plan for additional capital expenditures
116 for maintenance and replacement costs for the Playfields.
117
118 10. Lynnwood will form a collaborative partnership with the District, Edmonds,
119 Snohomish County, Snohomish County Tourism Promotion Area, and the State of
120 Washington Recreation and Conservation Office to fund the redevelopment of the Playfields
121 for educational, recreational, and community athletic use.
122
123 11. The District agrees to contribute capital funds in the amount of One Million
124 Dollars and zero cents ($1,000,000.00) towards the redevelopment of the two (2)
125 multipurpose fields and related perimeter backstops, safety netting and fencing, walkways
126 and ADA improvements. Payment will be made to Lynnwood as provided in Paragraph 17
127 below.
128
129 12. Edmonds agrees to contribute capital funds in the amount of Five Hundred
130 Thousand Dollars and zero cents ($500,000.00) towards the redevelopment of perimeter
131 backstops, safety netting and fencing, walkways and ADA improvements of the two (2)
132 multipurpose and three (3) softball fields, except as stated in Paragraph 15 below. Payment
133 will be made to Lynnwood on a reimbursement basis as provided in Paragraph 17 below.
134
2017 Meadowdale Playfields Development Agreement
Page 3 1 Packet Pg. 259
8.3.a
135 13. Lynnwood agrees to contribute capital funds in an amount up to Two Million
136 Five Hundred Ninety -Seven Thousand One Hundred Fifty -Five Dollars and zero cents
137 ($2,597,155.00) towards any expenses related to the Project, except as stated in Paragraph
138 15 and 16 below.
139
140 14. Lynnwood agrees to contract, bill for reimbursements, and properly account
141 for additional Project grant funding from the State of Washington Recreation and
142 Conservation Office contribution of capital funds in the amount of $750,000, Snohomish
143 County contribution of capital funds in the amount of $200,000, and Snohomish County
144 Tourism Promotion Area contribution of funds in the amount of $100,000. No such contract
145 or other grant funding approval may impose any restriction on the Real Property without
146 the District's review, consent, and written approval.
147
148 15. The parties acknowledge that (1) the bid package for the construction of the
149 Project will include a base bid option that includes use of SBR infill material, and two
150 alternate bid options that include use of other infill material, (2) each of the Cities will have
151 an opportunity to review bids and to recommend a bid option for the Project to the District,
152 and (3) in accordance with Paragraph 7 above, the District has the authority to consider the
153 bids and recommendations of the Cities and to approve the Project's final design. If a bid
154 option that includes use of non-SBR infill material is selected, then each party that
155 recommended (in the case of the Cities) or approved (in the case of the District) such non-
156 SBR bid option shall be responsible, jointly or severally, to pay the difference between the
157 bid amount for the SBR infill material and the bid amount for the other infill material in the
158 selected bid.
159
160 16. In the event that the total cost of the Project exceeds the District's contribution
161 amount under Paragraph 11, Edmonds' contribution amount under Paragraph 12 and this
162 Paragraph 15, Lynnwood's contribution amount under Paragraph 13 above, and the grant
163 funding described in Paragraph 14, Lynnwood shall recommend value -engineering
164 solutions to mitigate the excess costs, and submit the recommendations to the District and
165 Edmonds for their respective approvals, which approvals shall not be unreasonably
166 withheld. If the value -engineering solutions do not completely mitigate any excess costs,
167 Lynnwood shall be responsible for negotiating with the District and Edmonds an addendum
168 to the Agreement for the provision of additional funds from the parties that will cover the
169 excess costs. In the event that the total cost of the Project is less than the District's
170 contribution amount under Paragraph 11, Edmonds' contribution amount under Paragraph
171 12 and Paragraph 15, Lynnwood's "up to" contribution amount of $2,597,155.00 under
172 Paragraph 13, and the grant funding described in Paragraph 14, Lynnwood shall receive the
173 benefit and shall pay less than the full $2,597,155.00 stated in Paragraph 13.
174
175 17. Lynnwood will bill the District and Edmonds for their shares of the Project
176 costs under this Agreement as follows:
177
178 17.1 Upon the award of the contract for the construction of the Project,
179 Lynnwood shall invoice the District for $500,000.00, and upon fifty percent (50%)
180 completion of the construction of the Project, Lynnwood shall invoice the District for the
181 remaining $500,000.00 owed by the District; and
182
2017 Meadowdale Playfields Development Agreement
Page 4 Packet Pg. 260
8.3.a
183 17.2 Upon completion of the construction of the Project, Lynnwood shall invoice
184 Edmonds for $500,000.00 or such other amount as is due from Edmonds under Paragraph
185 15 above.
186
187 The District and Edmonds shall pay the invoiced amounts to Lynnwood within thirty (30)
188 days of the date of the respective invoices to each entity. Any undisputed amount not paid
189 by the date due shall bear interest at the rate of one percent (1 %) per month.
190
191 18. If the Cities' and District's representatives are unable to come to an
192 agreement in the administration of this Agreement and/or any dispute involving this
193 Agreement, including payment of assessments, the matter shall be referred to the Cities'
194 Mayors and the District's Superintendent for resolution within thirty (30) days' notice from
195 the Contract Administrator of the existence of a dispute. Should agreement not be reached
196 among the Mayors and the Superintendent within sixty (60) days' notice from the Contract
197 Administrator of the dispute, the parties shall submit the dispute to a mutually agreed upon
198 private arbitrator for binding resolution. In the event the parties cannot agree on an
199 arbitrator, one may be appointed by the presiding Judge of the Snohomish County Superior
200 Court, with costs of arbitration borne equally. The prevailing party shall be entitled to
201 recover reasonable attorneys' fees and costs related to said arbitration.
202
203 19. The term of this Agreement shall commence upon filing with the County
204 Auditor or upon listing the Agreement by subject on the District's web site or other
205 electronically retrievable public source in accordance with RCW 39.34.040 following
206 mutual execution (the "Effective Date") and shall expire upon Project close-out or when the
207 parties have completed all obligations under this Agreement, whichever occurs last.
208
209 20. Pursuant to RCW 39.34.030(4)(a), the District, Edmonds, and Lynnwood
210 hereby appoint the District's Executive Director of Business and Operations as the
211 "Administrator", who will be responsible for administering the District's responsibilities
212 under this Agreement and shall take such action as is necessary to ensure this Agreement is
213 implemented in accordance with its terms.
214
215 21. Pursuant to RCW 39.34.030(4)(a), the District, Edmonds, and Lynnwood
216 hereby appoint the City of Lynnwood's Parks, Recreation & Cultural Arts Director as the
217 "Administrator", who will be responsible for administering Lynnwood's responsibilities
218 under this Agreement and shall take such action as is necessary to ensure this Agreement is
219 implemented in accordance with its terms.
220
221 22. Pursuant to RCW 39.34.030(4)(a), the District, Edmonds, and Lynnwood
222 hereby appoint the City of Edmond's Parks, Recreation, and Cultural Services Director as
223 the "Administrator", who will be responsible for administering Edmonds' responsibilities
224 under this Agreement and shall take such action as is necessary to ensure this Agreement is
225 implemented in accordance with its terms.
226
227 23. This Agreement does not create a separate legal or administrative entity, and
228 consequently is being administered in accordance with RCW 39.34.030(4).
229
230 24. The parties shall maintain records necessary to carry out the purposes of this
2017 Meadowdale Playfields Development Agreement
Page 5 Packet Pg. 261
8.3.a
231 Agreement in accordance with generally accepted accounting principles. Such records shall be
232 available during normal working hours for the review of the respective parties, their accounting
233 representatives or the State Auditor.
234
235 25. Lynnwood, Edmonds, and the District each respectively agree to indemnify,
236 defend, and hold harmless each of the other parties from any claims, lawsuits, costs, and
237 judgments arising as a result of their respective negligent or otherwise wrongful acts or
238 omissions, or the acts or omissions of their respective agents, employees, contractors, or
239 officials, in any way related to the Project funding, design, construction, and material selection
240 under this Agreement. The indemnification obligations of the parties are several, and not joint,
241 as to their respective negligence or breach of this Agreement.
242
243 26. This Agreement and all questions concerning the capacity of the parties,
244 execution, validity (or invalidity), and performance of this Agreement, shall be interpreted,
245 construed and enforced in all respects in accordance with the laws of the State of
246 Washington. This Agreement has been negotiated and drafted by all parties and is not to be
247 construed in favor of any party.
248
249 27. Except as provided in the 1985 ILA, as amended, this Agreement represents the
250 entire agreement between the District and the Cities with respect to the Project. This Agreement
251 shall not be amended except in writing mutually agreed to and executed by the Cities and the
252 District. To the extent of any conflict between the terms and conditions of this Agreement and the
253 1985 ILA, this Agreement shall govern and control the rights and obligations of the parties with
254 respect to the Project.
255
256 28. Nothing herein shall be interpreted to create any right or liability with respect to
257 any person or entity not a party to this Agreement.
258
259 29. The parties are independent entities and nothing in this Agreement creates any
260 agency relationship. None of the parties to this Agreement shall be construed to be an officer,
261 agent or employee of any of the other parties.
262
263 30. All notices required to be served or given in accordance with the terms of this
264 Agreement shall be hand delivered or mailed via the U.S. Postal Service, postage pre -paid, to the
265 following addresses of record, or to such persons and addresses as the respective party may
266 designate in writing in the future:
267
268
Edmonds School District #15
Executive Director of Business and Operations
20420 68th Ave. West
Lynnwood, WA 98036-7400
City of Edmonds
Director of Parks, Recreation and Cultural Services
700 Main Street
Edmonds, WA 98020
2017 Meadowdale Playfields Development Agreement
Page 6 Packet Pg. 262
8.3.a
City of Lynnwood
Director of Parks, Recreation and Cultural Arts Department
PO Box 5008
Lynnwood, WA 98046-5008
269
270 31. This Agreement may be executed in several counterparts, all of which taken
271 together shall constitute the entire agreement between the parties hereto. If any provision of this
272 Agreement is determined to be invalid under any applicable statute or rule of law, it is to that
273 extent to be deemed omitted, and the balance of the Agreement shall remain enforceable.
274
275 [Signatures on following page]
276
2017 Meadowdale Playfields Development Agreement
Page 7 Packet Pg. 263
8.3.a
277
278
279
280
281
282
IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and
year first written above.
EDMONDS SCHOOL DISTRICT NO. 15
CITY OF EDMONDS
MAYOR DAVE EARLING
SUPERINTENDENT KRISTINE McDUFFY
ATTEST/AUTHENTICATE:
APPROVED AS TO FORM:
Scott Passey, City Clerk
Kristine R. Wilson of Perkins Coie LLP
Attorneys for the School District
APPROVED AS TO FORM:
Office of the City Attorney
CITY OF LYNNWOOD
MAYOR NICOLA SMITH
ATTEST/AUTHENTICATE:
Sonja Springer, Finance Director
APPROVED AS TO FORM:
Rosemary Larson, City Attorney
2017 Meadowdale Playfields Development Agreement
Page 8
Packet Pg. 264
8.3.a
283 EXHIBIT A
284
285 EDMONDS SCHOOL DISTRICT NO. 15
286 Meadowdale Athletic Complex & Playfields
287
288 Legal Description
289 Tracts 82,83, 107 and 108, Meadowdale Beach, according to plat thereof recorded in Volume 5
290 of Plats, page 38, records of Snohomish County, Washington and adjacent to vacated 68th Ave
291 West.
292
2017 Meadowdale Playfields Development Agreement
Page 9 Packet Pg. 265
8.3.a
293
294
295
296
EXHIBIT B
1985 ILA Agreement
ti
M
a�
J
a
z
U-
ti
O
N
O
O
I
Q
J_
N
!
L-
a)
cc
3
0
m
c
m
E
M
u
a
r
r
Q
2017 Meadowdale Playfields Development Agreement
Page 10 Packet Pg. 266
8.3.a
RECEIVED,
JUN 2 51985
Execs WO amca
DEVELOPMENT/OPERATION AGREEMENT
MEADOWDALE PLAYFIELD SITE
WHEREAS, each of the subscribed signator.ieS hereto is a public a
agency as defined by RCW Chapter 39.34;
J
WHEREAS, each of the subscribed signatories desire and agree to
a,
enter into a joint action and to cooperate with each other for the
purpose of developing, operating, maintaining, and scheduling a
recreation-site;and;
3
0
WHEREAS, Edmonds School District No. 15 owns approximately
twenty five (25) acres located at 66th Avenue West and 168th Street
�
S.W., and has indicated said acres to be called "Meadowdale Playfield
Site," and
WHEREAS, the Cities of Edmonds and Lynnwood, Snohomish County,
Q
and Edmonds School District No. 15 have identified a need for parks
Z
and recreation sites that will accord best with geographic, economic,
ti
population, and other factors influencing the development of the local
o
communities, and;
0
WHEREAS; Edmonds School District has identified the need for
Q
additional athletic fields in this area to enhance the District's
J
educational program;
a�
NOW THEREFORE, the parties do agree as follows:
LL
m
1. The Edmonds School District No. 15 agrees to make the
property available for development by the agencies identified in this
Agreement for consideration of use of the fields for school
district -sponsored educational activities. The Cities of Lynnwood,
Edmonds, and Snohomish County intend to establish the responsibility
of each party to this agreement for the development, operation,
maintenance, and scheduling of the recreation site.
2. The drawing dated March; 1985, entitled "Master Plan,"
adopted by the Councils of Lynnwood and Edmonds, Snohomish County's
Parks and Recreation Advisory Board and County Council, and Edmonds
School District No. 15, is hereby made a part of this Agreement. The
plan outlines development on the twenty five -acre site and considers
future developments and scheduling of adjacent School District
property: Meadowdale Elementary, Meadowdale Middle School, and
Meadowdale High School.
3. The Cities, County and School District agree that no call for
bids will be authorized for each phase of the construction until such
2017 Meadowdale Playfields Development Agreement
Page 11 Packet Pg. 267
time as all agencies have approved the final plans, specifications and
cost estimate for each phase. Also that no award of a construction
contract shall be made until approved by all agencies.
.4. The Cities, County, or School. District may propose additional
development plans for the recreation site after first consulting with
the other parties to this Agreement concerning the feasibility of such
development. The costs of preparing such development plans will be
borne entirely by the initiating agency unless a written agreement to
share such costs is approve by all parties prior to the incurring of
any costs. Development plans for the recreation site shall be first
approved by the other agencies prior to initiating construction,
improvement or installation. The preparation of proposed development
plans does not obligate the initiating agency to proceed with
construction.
5. The Cities shall bear the costs of construction. Snohomish
County will contribute $150,000 in 1984/85 and additional amounts, as
is later determined. The Cities of Lynnwood and Edmonds will each
contribute $120,000 per year for five years for construction of the
project.
6. The City of Lynnwood will serve as the construction agent for
the purpose of initially incurring all expenses for all elements of
the construction of the joint facility, including but not limited to
architect and engineering fees, site development/construction fees,
Washington State sales tax, etc.
The Parks and Recreation Director of Lynnwood will act as the
Construction Administrator. The Edmonds Parks and Recreation Director
will act a Construction Administrator.in the absence of the Lynnwood
Parks and Recreation Director.
7. The City of Lynnwood shall bill the City of Edmonds and
Snohomish County for their share of the project costs in accordance
with the amounts listed in Section 5. Lynnwood shall keep appropriate
books and accounts covering all construction related costs for review
or audit by the agencies.
S. The Cities will share equally the costs and responsibility of
maintenance, and divide the maintenance and operation responsibility
as each phase of the project is completed. The Cities will each
account for the costs of maintenance and operation of the playfields
and adjust responsibilities annually if they are not equal. The
School District will pay for the costs of field preparation for the
District's use. A detailed maintenance agreement will be developed
after the final master plan is accepted by all cities and an agreement
is reached on the phases of the project's development.
2017 Meadowdale Playfields Development Agreement
Page 12 Packet Pg. 268
8.3.a
9. if it is prudent to close or reduce scheduled use of a field
because of severe adverse weather conditions or other unforeseen
causes, the agencies involved shall confer and agree concerning
reduced use.
10. If the Cities'�Parks and Recreation Departments and the
District's representative are unable to come to an agreement in the
administration of this Agreement and/or any dispute involving this
Agreement, including payment of assessments or making good on
maintenance agreements, the matter shall be referred to the Cities'
Mayors and the District's Superintendent for resolution. Should
agreement not be reached among the Mayors and the Superintendent, the
Cities and the District will each appoint an arbitrator at their
respective expense. The three arbitrators will be given a designated
time to arrive at a decision which shall be binding on all parties.
11. At least once a year, or upon written request of any party,
this Agreement shall be reviewed by all parties' representatives for
the purpose of reconsidering the equitable distribution of the
responsibilities of each party. Recommendations for amendments shall
be made to the Cities' Mayors and the District's Superintendent and
presented to the Cities' Councils and the School Board for approval.
12. The Cities and the District, but not the County, shall
indemnify and hold harmless each of the other parties including the
County, to this Agreement and their respective officers, agents and
employees, from any and all loss, damage, liability or expense,
including expense of litigation, resulting from any actual or alleged
injury to any person or firm or to such person or firm's property,
caused by or resulting from any act or omission of the party which
constructs, maintains, or designs any facility or from any act or
omission which occurs as a result of the use of any area or facility
by the party or its guest or invitee. It is the intent of the parties
that each party bear, and indemnify the other parties, from all
claims, costs or loss which relate to that particular party's use, the
use of its guests or invitees and the party's design, construction, or
maintenance of any area or facility. Joint use, design, construction
or maintenance shall result in indemnification by such parties of all
parties not participating in sucIT joint use, design, construction or
maintenance. Participation by any party by the payment of funds alone
under this Agreement shall not be "used" for the purposes of this
paragraph. It is the stated intent of the parties that the County's
liability under this contract be limited to the amount of its monetary
contribution and that the County shall be liable for no other cost,
charge, claim or liability of any kind.
13. The Cities and the District shall agree on a set of policies
2017 Meadowdale Playfields Development Agreement
Page 13 Packet Pg. 269
8.3.a
for use of the facilities. Attached in Appendix "A" are policies and
procedures for the fields.
14. Each agency, in the use of the areas and.facilities shall be
responsible for the damage caused by the acts of its officers, agents,
employees, guests, invitees," or visitors that use the facilities, not
to include normal wear and tear. The costs or repairs or replacement
due to vandalism will be shared equally by the Cities.
15. The Cities may assess and collect fees from
participants for any activity held on the site. Edmonds and Lynnwood
will agree on a schedule of fees and charges annually.
16. The Cities or District will furnish and supply all
expendable materials necessary for carrying on their activity at the
facility.
17. Scheduling procedures:
A. The Cities will jointly schedule use of the site with each
agency receiving equal time for scheduling community programs.
Schedules will be coordinated to assure maximum use of the facility.
B. Scheduling will be based on three seasonal time periods,
i.e., Winter - January through March; Spring/Summer - April -- August;
and Fall - September through December.
C. School District programs will receive priority use of the
site during the normal school year (September through May), up to 6:00
p.m., Monday through Friday. Scheduling of school programs after 6:00
p.m. will be coordinated with other community programs.
D. Actual scheduling procedures, i.e., field use applications,
rental fees, scheduling dates, supervision of activities, group
priorities, etc., will be jointly developed and coordinated by staff
from both Cities.
E. The District will not pay field rental fees for its use of
the facilities for educational purposes. The District will be
assessed for field lighting costs and field preparation done by the
Cities' maintenance crews (lining, dragging, placement of bases,
etc.).
F. The Cities and the District will maintain records that will
2017 Meadowdale Playfields Development Agreement
Page 14 Packet Pg. 270
8.3.a
make clear the lines of responsibility and liability of the scheduling
agencies.
18. This Agreement.shall be in effect for. forty. (40) years from
this date or until terminated by a majority vote of the parties,
except as provided for in 18.c., or mutually amended in writing in the a
same manner as this agreement was executed.
a. Should either of the Cities or the County unilaterally wish a
to withdraw from this Agreement, they shall do so only after having a
given the other parties written notice of intent to terminate at least
one hundred eighty (180) days prior to such action. �
0
b. Unilateral withdrawal from this Agreement gives the a
withdrawing party no rights to recover any portion of its investment
in the site or to use any portion of the site. Ownership of any
improvement other than portable equipment items shall be vested in the
District subject to such rights as shall be agreed upon in writing
prior to the initiation of such improvements. Q
C. if the District terminates this Agreement before its full
term, the District will give the Cities and the County one hundred.
eighty (180) days notice of its intent and will reimburse the Cities
and the County for the amortized value of the development costs and
costs of improvements. Value shall be calculated by using the
formula
Years Agreement in Force
X Replacement Value of All project
40 costs at the time of termination.
19. If a negative Declaration for Environmental Impacts is not
approved, and conditions or mitigations are imposed in accordance with
the State Environmental protection Act that would impose greatly
increased costs not anticipated by this Agreement, any party may
withdraw from this Agreement without penalty.
2017 Meadowdale Playfields Development Agreement
Page 15 Packet Pg. 271
8.3.a
20. If any action, subsection, sentence, clause, or phrase of
this Agreement is for any reason held to be unconstitutional or
illegal, such decision shall not affect the validity of the remaining
portions of this Agreement. This Agreement shall be filed with the
City Clerks, Snohomish County Auditor, and the Secretary of State.
DATED this 5th day of June 1985.. a
J_
N
U-
CITY OF EDMONDS:
3
0
a�
Mayor EHmolds
CITY OF LYNNWOOD:
May Ileof Lynnwood
EDMONDS SCHOOL DISTRICT NO. 15
P6w; uuA 9/ex
Su e ntendent of Schools
SNOHOMISH COUNZ
THOi .AS
L'EPL ;CUTIY6_
ntV EXecZ-f-ive
�y4c4. 'q,e
l
2017 Meadowdale Playfields Development Agreement
Page 16
5 1985
Packet Pg. 272
APPENDIX
: MEADOWDALE PLAY FIELDS
FACILITY USE REGULATIONS
JANUARY, 1985
1. Alcoholic beverages and drugs are prohibited'at the complex, and sm i
is prohibited on the playing fields.
2. No golfing is permitted on the site unless approved by the Parks an J
Recreation Department.
3. Motorized vehicles are to be parked only in designated parking area yl
are prohibited or. the fields.
4. Pets must be on leash at all times except as may be permitted fors
events approved by the Parks and Recreation Department.
5. No person shall engage in the sale of merchandise or services or op
a concession without approval of the Parks and Recreation Departmen
_ 5. No person shall mutilate, deface, or damage any facility improvemen Q
All litter shall be disposed of in designated receptacles. LL
ti
7. Youth organizations will not be permitted to utilize the facilities N
without adequate adult supervision at all times.
8. All organizations, groups, and/or individuals utilizing the facilit al
must leave them in satisfactory condition. rai1ure to do so will r N
in additional maintenance costs charged to the organization, group, 2
individuals responsible for additional clean-up.
9. The Parks and Recreation Department reserves the right to cancel an
facility use permit for just cause or to amend the procedures set f of
in this document at any time.
10. The Parks and Recreation Department is not responsible for accident
' injuries, or loss of property.
11. Misuse of park facilities or failure to conform with these regulati
will be sufficient grounds for immediate permit suspension and/or d a r
of future applications.
12. The groups using the facilities agree to hold harmless the cities o
Edmonds and Lynnwood, Edmonds School District, and Snohomish County
and against any and all claims for damages resulting from death, pe
injury, or property loss or damage suffered or claimed to have been
suffered by any person whatsoever and rising out of any act or omis
of an applicant and/or its agents during use of facilities.
13. Umpires and/or referees- shall be the final -authority for governing
behavior during scheduled activities.
2017 Meadowdale Playfields Development Agreement
Page 17 Packet Pg. 273
8.3.a
MEADOWDALE PLAY FIELDS FACILITY USE REGULATIONS
Page 2
14. Anyone whose action jeopardizes safety or engages in abusive or
belligerent behavior will be disqualified from play and barred from the
facility.
15. The Facility Supervisor is -responsible for the total operation of the
complex and makes the final decisions regarding facility use.
MD/kw
0829R
2017 Meadowdale Playfields Development Agreement
Page 18 1 Packet Pg. 274
A
8.3.a
8.3.a
297
299
300
EXHIBIT C
Lynnwood — District ILA Extension
ti
M
as
J
a
z
U-
ti
O
N
O
O
I
Q
J_
N
!
L-
a)
3
0
m
c
m
E
M
u
a
r
r
Q
2017 Meadowdale Playfields Development Agreement
Page 20 Packet Pg. 276
8.3.a
Return Name sw=,.•• I 13 11I 11111 III 111 EI� 111 1I1 111111 1E 1111
Document Title(s)
Reference Number(s) of Related Document(s)
Grantor(s)
Grantee(s) fr
cy
Additional Reference #'s on Page
Additional Grantors on Page _
Additional Grantees on Page_
Legal Description (abbreviated form: ie Lot/Block/Plat or Section/Township/Range)
Assessor's Property Tax Parcel/Account Number
Complete Legal on Page
Additional Parcel #'s on Page _
The Auditor/Recorder will rely on the information provided on this form. The responsibility for the
accuracy of the indexing information is that of the document preparer.
2017 Meadowdale Playfields Development Agreement
Page 21 Packet Pg. 277
8.3.a
EXTENSION OF INTERLOCAL AGREEMENT
BETWEEN
EDMONDS SCHOOL DISTRICT and THE CITY OF LYNNWOOD
MEADOWDALE PLAYFIELDS
This Extension of Interlocal Agreement ("Agreement"), dated as of
7N, v- , 2012, is made and entered into by and between EDMONDS SCHOOL
D RICT NO. 15 ("School District") and THE CITY OF LYNNWOOD ("Lynnwood").
RECITALS
WHEREAS the School District and Lynnwood desire to terminate all interlocal
agreements between the School District and Lynnwood with respect to rights and
obligations for Lynnwood's use of the fields and amenities at former Lynnwood High
School, located at 3001 184th Street SW, Lymlwood, WA 98037-4701 ("Former LHS
Agreements"); and
WHEREAS the School District, Lynnwood, the City of Edmonds ("Edmonds") and
Snohomish County (the "County") entered into a Development/Operation,Agreement
Meadowdale Playfields dated June 5, 1985 (" 1985 Meadowdale ILA") which pertains to
the approximately 25 acres of real property owned by the School District and located at
66th Avenue West and 168th Street S.W., legally described on Exhibit A ("Meadowdale
Playfields"), which agreement has a current term through June 5, 2025; and
WHEREAS, to forever resolve all outstanding issues between Lynnwood and the
School District arising from or related to the Former LHS Agreements, the School District
and Lynnwood desire to extend Lynnwood's rights and obligations at Meadowdale
Playfields for an additional 40 years beyond the expiration of the current 1985
Meadowdale ILA and contemporaneously terminate, by separate agreement, the Former
LHS Agreements; and
WHEREAS both the School District and Lynnwood desire to maintain cooperative,
collaborative programs and relationships with Edmonds with respect to Parks and
Recreation and other issues of interest to their respective constituents; and
WHEREAS Lynnwood has expressed a desire to expand Lynnwood's rights and
obligations at Meadowdale Playfields to include the rights and obligations of Edmonds
under the 1985 Meadowdale ILA, either at the time Edmonds' rights expire under the 1985
Meadowdale ILA or sooner if possible; and
00358-0835/L) GAL23609131.3 -1-
2017 Meadowdale Playfields Development Agreement
Page 22 Packet Pg. 278
8.3.a
WHEREAS the School District will not guarantee the outcome but agrees to pursue
discussions with Edmonds to provide Lynnwood with exclusive use of the Meadowdale
Playfields when not needed for school purposes by the School District, all as set forth in
this Agreement.
NOW, THEREFORE, the School District and Lynnwood hereby agree as follows:
1. PURPOSE
The purposes of this Agreement are to:
(a) extend, as modified by this Agreement, Lynnwood's use rights and obligations
with respect to use of the Meadowdale Playfields under the 1985 Meadowdale ILA by
forty (40) years,
(b) allow Lynnwood to assume additional use rights and obligations at the
Meadowdale Playfields site if Edmonds ceases its use (currently anticipated to occur in
2025 when the 1985 Meadowdale ILA expires as to Edmonds, and potentially sooner if
Edmonds desires to terminate its use of the Meadowdale Playfields sooner), and
(c) establish cost sharing principles between the School District and Lynnwood
regarding potential future redevelopment of the Meadowdale Playfields.
2. CONTRACT ADMINISTRATOR
2.1 Pursuant to RCW 39.34.030(4)(a), to the extent a matter is not governed by the
1985 Meadowdale ILA, the School District and Lynnwood hereby appoint the School
District's Executive Director of Business and Operations as the "Contract
Administrator", who will be responsible for administering this Agreement, and at the
direction of the parties, shall take such action as is necessary to ensure this Agreement
is implemented in accordance with its terms.
2.2 This Agreement does not create a separate legal or administrative entity, and
consequently is being administered in accordance with RCW 39.34.030(4), as provided
in paragraph 2.1.
3. REAL AND PERSONAL PROPERTY
3.1 The School District owns the real property that is the subject of this Agreement.
This Agreement does not contemplate the transfer of ownership of the Property nor to
limit the School District's ability to comply with its statutory obligations regarding the
use and disposition of school property pursuant to RCW 28A.335.
00358-0835/LEGAL23609131.3 -2-
2017 Meadowdale Playfields Development Agreement
Page 23 Packet Pg. 279
8.3.a
3.2 The parties will not, during the term of and pursuant to this Agreement, jointly
acquire or hold any property (real or personal) with regard to the Meadowdale
Playfields; provided that the parties may make available to each other, as a matter of
convenience, athletic equipment and other personal property normal and incident to the
use of the Meadowdale Playfields. In the event that any such personal property items
are shared, the parties shall maintain records indicating the nature and quantity of the
items shared. Ownership and maintenance of any such personal property items shall
remain with the party who purchased the personal property item.
3.3 By operation of this Agreement, Lynnwood does not acquire any ownership
interest in and disclaims any interest to the Meadowdale Playfields, which is and will
remain the School District's property.
4. EXTENSION, DURATION AND TERMINATION
4.1 The School District and Lynnwood hereby extend the terin of the 1985 .
Meadowdale ILA, as between themselves only as set forth herein, to June 5, 2065.
4.2 The terin of this Agreement shall commence upon filing with the County Auditor
or upon listing the Agreement by subject on the School District's web site or other
electronically retrievable public source in accordance with RCW 39.34.040 following
mutual execution (the "Effective Date") and shall expire on June 5, 2065.
4.3 As between the School District and Lymlwood with respect to any new capital
investment by Lynnwood in the Meadowdale Playfields made after the Effective Date
of this Agreement not joined in by Edmonds under the 1985 Meadowdale ILA,
provided that such investment in the Meadowdale Playfields shall first have been
reviewed and approved in writing by the School District, Lynnwood's refund under
Section 18(c) of the 1985 Meadowdale ILA shall be calculated as follows:
Years this Extension Agreement remains in Force X Replacement value of Project Construction
53 Cost at Time of Termination.
5. NEGOTIATIONS TOWARD LYNNWOOD EXCLUSIVE USE RIGHTS AT
MEADOWDALE PLAYFIELDS DURING NON -SCHOOL HOURS
5.1 This Agreement does not amend the 1985 Meadowdale ILA, except to (a) extend
the term stated in Paragraph 18 for an additional forty (40) years until June 5, 2065,
and (b) amend the scheduling stated in Paragraph 17. However, the School District
shall engage in good faith negotiations with Edmonds toward moving Edmonds'
scheduling and use of the Meadowdale Playfields to other fields when the current
0035 8-0835/LEGAL23609131.3 -3 -
2017 Meadowdale Playfields Development Agreement
Page 24 Packet Pg. 280
8.3.a
Meadowdale ILA expires in 2025 or earlier, and to thereafter provide Lynnwood with
exclusive use rights and obligations at the Meadowdale Playfields site during non -
school hours as set forth in this Section 5. Lynnwood acknowledges (a) the School
District cannot guarantee any particular outcome with regard to negotiations with
Edmonds regarding the termination of Edmonds' use of the Meadowdale Playfields
prior to 2025, and (b) this Section 5.1 does not require the School District to exercise
its termination rights under Section 18(c) of the 1985 Meadowdale ILA to secure any
such cessation of Edmonds' Meadowdale Playfields scheduling or use.
5.2 In furtherance of this Section 5, Lynnwood and the School District will jointly
request review of the 1985 Meadowdale ILA to seek exclusive non -school use and
scheduling rights for Lynnwood if and as soon as Edmonds concurs, as follows:
(a) The School District will continue to have priority use of the Meadowdale
Playfields during school hours as described in the 1985 Meadowdale ILA.
(b) If and when Edmonds terminates its use rights at the Meadowdale
Playfields, Lynnwood shall
1. assume Edmonds' future use rights and obligations during non -
school hours, and thereafter have exclusive use and scheduling rights at the
Meadowdale Playfields, except for the School District's priority use rights during
school hours as described in the 1985 Meadowdale ILA; and
2. assume full responsibility for the maintenance, operation, repairs,
and restoration of the Meadowdale Playfields site as described in the 1985
Meadowdale ILA.
Notwithstanding such amendment, in accordance with section 17(e) of the 1985
Meadowdale ILA, the School District will not pay fees for its use of the Meadowdale
Playfields site for educational purposes, but the School District will be assessed for
field lighting costs and field preparation done by Lynnwood's maintenance crews
(lining, dragging, placement of bases, etc.).
5.3 The City's scheduling periods under Section 17(c) of the 1985 Meadowdale ILA
are revised as follows:
Field M-5 -City of Lynnwood scheduling starts at 5:30 p.m.
Fields M-lthrough 4- City of Lynnwood scheduling starts at 5:00 p.m.
00358-0835/LEGAL23609131.3 -4-
2017 Meadowdale Playfields Development Agreement
Page 25 Packet Pg. 281
8.3.a
with the understanding that the School District has the right to work with the City to
make special scheduling arrangements on those occasions when the District's use of the
fields need to extend beyond those start times.
6. DEVELOPMENT PLANS FOR MEADOWDALE PLAYFIELDS
6.1 The School District agrees to pay one-half of the cost (subject to section 6.2 and
applicable budgeting and other applicable legal requirements) of master planning the
redevelopment of Meadowdale Playfields at a future mutually -agreeable date, should
Lynnwood wish to consider realigning the fields on the Meadowdale Playfields
property along with any other site improvements. The School District's role in sharing
the cost of the master planning effort, if it occurs, is due to the School District's
continued ownership of the property and the School District's interest in continued
access to and school use of the fields, as well as parking and driveways at the
Meadowdale Playfields as event overflow parking and parent drop-off/pick-up for
Meadowdale Elementary and Meadowdale Middle Schools.
6.2 Upon notice to the School District given on or before May 1 and including an
estimate of the School District share of anticipated costs, for work that cannot be billed
to the School District until the following September, Lynnwood shall have the right to
initiate and take the lead on the master planning and site design and redevelopment
process under this Section 6. As the owner of the Meadowdale Playfields property, the
School District must approve of any redevelopment of the property, which the School
District may grant, deny or condition in its sole discretion. The preparation of and
agreement to pay for master planning costs does not obligate either party to proceed
with construction or redevelopment.
6.3 The School District camlot guarantee but may be willing to share the costs of
redevelopment of the Meadowdale Playfields, but only to the extent that the School
District derives an educational benefit from such redevelopment (which the School
District anticipates may be limited to benefits of the location, function and accessibility
of the parking/driveways as noted in section 6.1, and perhaps the redesign of the
fields).
7. MISCELLANEOUS
7.1 This Agreement together with the 1985 Meadowdale ILA represents the entire
agreement between Lynnwood and the School District with respect to the Meadowdale
Playfields. This Agreement shall not be amended except in writing mutually agreed to
and executed by Lynnwood and the School District, and the 1985 Meadowdale ILA
shall not be amended except in writing in the same manner as that agreement was
executed by all parties thereto.
00358-0835/LEGAL23609131.3 -5-
2017 Meadowdale Playfields Development Agreement
Page 26 Packet Pg. 282
8.3.a
7.2 This Agreement and all questions concerning the capacity of the parties, execution,
validity (or invalidity), and performance of this Agreement, shall be interpreted,
construed and enforced in all respects in accordance with the laws of the State of
Washington. This Agreement has been negotiated and drafted by all parties and is not
to be construed in favor of any party.
7.3 Nothing herein shall be interpreted to create any right or liability with respect to
any person or entity not a signatory to this Agreement.
7.4 The parties are independent entities and nothing in this Agreement creates any
agency relationship. None of the parties to this Agreement shall be construed to be an
officer, agent or employee of any of the other parties.
7.5 In the event of a dispute between the parties arising under this Agreement, the
Superintendent of the School District and the Mayor of Lynnwood shall meet to
attempt to resolve the dispute within thirty (30) days notice from the Contract
Administrator of the existence of a dispute. In the event the Superintendent and the
Mayor are unable to resolve the dispute within sixty (60) days notice from the Contract
Administrator of the dispute, the parties shall submit the dispute to a mutually agreed
upon private arbitrator for a binding resolution. In the event the parties cannot agree on
an arbitrator, one may be appointed by the Presiding Judge of the Snohomish County
Superior Court, with costs of arbitration borne equally. The prevailing party shall be
entitled to recover reasonable attorneys' fees and costs related to said arbitration.
7.6 All notices required to be served or given in accordance with the terms of this
Agreement shall be hand delivered or mailed via the U.S. Postal Service, postage pre-
paid, to the following addresses of record:
Edmonds School District #15
Executive Director of Business and
Operations
20420 68"i Ave. West
Lynnwood, WA 98036-7400
City of Lynnwood
Director of Parks, Recreation and Cultural
Arts Department
PO Box 5008
Lynnwood, WA 98046-5008
7.7 Any address changes shall be given to the other parties in writing.
7.8 This Agreement may be executed in several counterparts, all of which taken
together shall constitute the entire agreement between the parties hereto. If any
provision of this Agreement is determined to be invalid under any applicable statute or
rule of law, it is to that extent to be deemed omitted, and the balance of the Agreement
shall remain enforceable. If and to the extent reasonably required or desirable to
00358-0835/LEGAL23609131.3 -6-
2017 Meadowdale Playfields Development Agreement
Page 27 Packet Pg. 283
8.3.a
effectuate the terms of this Agreement, each party shall execute and deliver to the other
or third parties involved in issues pertaining to the 1985 Meadowdale ILA such other
and further documents, instruments and assurances as such other or third parry may
reasonably request, provided that neither party to this Agreement may be thereby
required pursuant to this sentence to undertake additional financial or other obligations.
IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and
year first written above.
EDMOND9SCHOOL DISTRICT NO. 15
NICK UROSSOIT ED. b.
SUPERINTENDENT
DATE: 2�
DATE: .$0--&V—/-2
003 5 8-083 5/LEGAL23609131.3
Approved as
of'Perkins Coie LLP
Attorneys for the School District
Approved as to form:
of Inslee, - est, Doezie & Ryder, P.S.
Attorneys for the City
-7-
2017 Meadowdale Playfields Development Agreement
Page 28
Packet Pg. 284
8.3.a
EXHIBIT D
Project Overview
Project Location: 16700 661h Avenue West (27 acres)
Background
• 27-acre athletic facility developed in 1990, located in Lynnwood
• Property owned by Edmonds School District
• City operates and maintains the facility, and shares use with District and City of Edmonds
• Interlocal Agreement gives City use of the facility through 2065
Community Need
• Only athletic facility in Lynnwood since loss of athletic complex at Lynnwood High School in 2009
• Increased demand for athletic fields in Lynnwood
• Facility is 26 years old - need to improve soccer fields and softball complex
• Fields are not playable in their current condition, expensive to maintain
• League and tournament reservations have declined, fields remain unused during much of the year
Proposed Project
• Soccer fields — replace existing dirt soccer fields with all-weather surfacing to create multipurpose fields for
soccer, lacrosse, and youth baseball.
• Softball Complex — install all-weather turf on softball infields, and increase height of fencing and backstops.
• Improvements would:
provide year-round play with turf fields
bring new team sports to MP (lacrosse, youth baseball, girls fast pitch)
increase opportunities for youth and adult participation in team sports
increase opportunities for outdoor recreation
Community Partners
• City of Lynnwood, City of Edmonds, Edmonds School District, Washington State Recreation & Conservation
Office, Snohomish County, and Snohomish County Tourism Promotion Area
Total Project Cost Estimate (value -engineered)
• $4,740,000 (base -bid infill)
SECURED Funding
• $2,597,155
• $1,000,000
• $ 750,000
• $ 500,000
• $ 200,000
• 100,000
$5,147,155
City of Lynnwood
2014 ESD Bond
RCO (Local Parks & YAF)
City of Edmonds
Snohomish County
TPA
Exhibit D: Page 1
2017 Meadowdale Playfields Development Agreement
Page 29 Packet Pg. 285
8.3.a
Project Schedule
• December 13
• January 25
• January 30
• January — March
• March 30
• April - May
• June — November
• December 31
Project Community Open House
Project Stakeholder Open House
Council Briefing
Final Design
Construction Ad
Bid Opening & Notice to Proceed
Construction
Construction Complete and Project Closeout
MEADOWDALE PLAYFIELDS
27 Acres 16700 66th Ave VV
Exhibit D: Page 2
2017 Meadowdale Playfields Development Agreement
Page 30 Packet Pg. 286
8.3.a
J
Q
_ Z
LL
Exhibit D: Page 3
2017 Meadowdale Playfields Development Agreement
Page 31 Packet Pg. 287
8.3.a
305 EXHIBIT E
306
307 National Park Service Agreement & 6f Boundary Map
308
309
310
2017 Meadowdale Playfields Development Agreement
Page 32 Packet Pg. 288
OMB No. 1024-0033 8.3.a
09/30/84
UNITED STATES DEPARTHMM OF THE INTERIOR
NATIONAL PARR SZRVICS
Land and Water Conservation Fund Project Agreement
State Washington Project Number 53-00594
Project Title Meadowdale Playfields
r c' !C 86
Project Period r.,,, Project Stage ALL
to June 30, 1991 Covered by this Agreement
Project Scope (Description of Project)
This project involves the further development of the existing'Meadowdale
Playfield complex. ' .<,
Project Coat The following are hereby incorporated
into this agreement:
Total Cost $ 320,000
Fund Support not 1. General Provisions (LWCF Manual)
to exceed 50%
Fund Amount $ 150,000 2. Project Application and
Attachments.
Coat of this
Stage $ 390,000 3.
Assistance this
Stage $ 150,000 4.
NPS 10-902 2017 Meadowdale PlayfielL pment Agreement
(7_81) Page 3
Packet Pg. 289
The United States of America, represented by the Director, National Park
Service, United States Department of the Interior, and the State named above
(herinafter referred to as the State), mutually agree to perform this agreement
in accordance with the band and Water Conservation Fund Act of 1965, 78 Stat.
897 (1964), the provisions and conditions of the band and Slater Conservation
Fund Grants [Manual, and with the terms, promises, conditions, plans,
specifications, estimates, procedures, project proposals, maps, and assurances
attached hereto or retained by the State and hereby made a part hereof.
The United States hereby promises, in consideration of the promises made by the
State herein, to obligate to the State the amount of money referred to above,
and to tender to the State that portion of the obligation which is required to
pay the United States' share of the costs of the above project stage, based
upon the above percentage of assistance. The State hereby promises, in
consideration of the promises made by the United States herein, to execute the
project described above in accordance with the terms of this agreement.
The following special project terms and conditions were added to this agreement
before it was signed by the parties hereto:
In witness whereof, the parties hereto have executed this agreement as of the
date entered below.
THE VNI1 ED S ATES OF AMER A STATE
13y W SHi T4N
By
(Signature) Signature)
National Park Service
United States Department
of the Interior
Date Z'
NPS 10-902
(7-81)
---•__--_R-QSERT L.,WILDER
(Name)
- -Qi rec tof,.--
(Title)
2017 Meadowdale Playfields Development Agreement
Page 34 1 Packet Pg. 290
0
UNITED STATES
DEPARTMENT OF THE INTERIOR
NATIONAL P'.RK SERVICE
8.3.a
STATE Washington (53)
Project Amendment No. 53-00594
AMENDMENT TO PROJECT AGREEMENT
THIS AMENDMENT To
Project Agreement No.86-04CDis hereby made and agreed upon by
the United States
of America, acting through the Director of the National Park
Service and by the
State of Washington pursuant to the band and Water
Conservation Fund
Act of 1965, 78 Stat. 897 (1964).
J
The State and the
United States, in mutual consideration of the promises made
2
herein and in the
agreement of which this is an amendment, do promise as
2
ii
follows:
m
That the above mentioned
agreement is amended by adding the following:
c
c�
The project cost is increased by $390,000 ($150,000 LWCF/$240,000
m
local). Project
scope is increased to allow for additional development
of the Meadowdale
Playfield complex. With this amendment the total
project cost is
$780,000 ($300,000 LWCF and $480,000 local),
r'
In all other respects the agreement of which this is an amendment, and the
plans and specifications relevant thereto, shall remain in full force and
affect. In witness whereof the parties hereto have executed this amendment as
of the date entered below.
THE UNITED f A STA�ES OMERICA / STATE
ByI /"� - Washington
Signature} (State)
t CHIE—F, DIVISION
(Title)
National Park
United States
the Interior
�L•L
Date
Service
Department of
12 19z3G
Byc�
Signature)
ROBERT L. WILDER
(Name)
Director
(Title)
NPS 10-902a
(7-81) 2017 Meadowdale Playfields Development Agreement
Page 35
Packet Pg. 291
3OWDALE
PLAYFI
ELL
LOCATION
MAP
��r
- :..2..Ywlr[�L14.::... a
r wI
1evfN Lrni 4nlAppy6{LL AD
MLIDNHAOnLA. H+IPTlA•w•rFG»M[3
JLAIrff 01!!D J[rr Li "?I AEr +F� Aoav y
A..w ry NIP .0 ► u
0 f'
-$ nn•.rerr ,w' d
,� a i�•+ 7b•q M-✓ �li.r_
'JiJ •!• r
V T
i
� N
k
.1 y
+-
ma �.
I� _r a
n /S•DJ'Jr' w !,G )['
lrl fi
RA• J7 Jv .rr'
PPN� -If
rAa - ter`
y
•�
1rti
:51.
_
.,
LEGE Nd
V susbow, COAX[rrrow"s
`�r
R[LD#AIMQ CERTIFICATE
SURVEYORS C:EIITIFICAT[
jy((h!
. rr [U■Dlr. CoAXRA.Xo, #DU»D
+ FOVACI cGi4c. Now. IX ca{[euwxee`.wr�A
Arr rM .rc.w. .r,rAn
•
• .'
A
V`TF
.� J.•ry` �p
- FOUND [VIFAC[ XpX,
�r
—2M�W
y$���u«n
crrwa�w�fLL.tJU1at_.^
nWr
�r_
Inp .11rouXo
IAorl rlr[
w.R
`, � y !✓ - � ' �
F,,.,�A,l:
�rr,,,,.r��'
o a[r CL AIsAe
SIT LINE [TAN[
RE
2017 Meadowdale Playfields Development Agreement
Page 37
8.3.a
[n A:'
{
- ftw�H
N
SCALE r roo
MERINA(I PLAT0[H0R1I0N
WEST
LEr.Aj DESCRIPTrF/1
FRACrj AF, e1, 477 ArID AM, M7AIW VOAL! MACH.
16 re ALA7 Atfe"Ir"cotor AflDADCF AY
MUM J Of PLAT!, JHOL JA ALWaS Or
JnONOM 13M C"F/ "J"N&IM. AnD W4Ar10
MK AVL NL1r
Lr6Crf AMM
Q
J
rn
2
2)
LL
d
3
0
0
Cd
C
EA
cn
J
a
z
LL
ti
0
N
O
O
QI
J
N
N
LL
0
d
GROUP FOUR, Inc.
r1TrT NIA Ar...r Mr»
++
c
1 L...—.L, MAriF^ MW[ . [M nA ss[I
d
ru.. n 74J-N rJ Meele rr.72J.N.M rFnwr #Af J d d
E
RECORD 0r SURVEY
V
LYNNWOOD PARKS DEPT.
r
Q
stIONOMISW cc WASHIhOTO
Packet Pg. 293
8.3.b
L Lr� wPRa
SO TSAU tB.OS 3. 4.3
/,'�,-�, - IPe77ara ek Cda5tl Feoro-es
Fri _ Ralsa] Bao-ksic.pf
-,'-
- } MULTWURPOSE FIELDS 1 82
= Lr• a r'as
y h4js at 0w4 Areas
Fro- iiaredo-r fw*bu
_. ............
Conceptual Site Development Plan
MeadawdalePlayfields Renmmtiw
a
Packet Pg. 294
8.3.c
RECEIVED,
JUN 2 51985
EceWWO Offices
DEVELOPMENT/OPERATION AGREEMENT
MEADOWDALE PLAYFIELD SITE
WHEREAS, each of the subscribed signator.ieS hereto is a public
agency as defined by RCW Chapter 39.34;
WHEREAS, each of the subscribed signatories desire and agree to
enter into a joint action and to cooperate with each other for the
purpose of developing, operating, maintaining, and scheduling a
recreation-site;and;
WHEREAS, Edmonds School District No. 15 owns approximately
twenty five (25) acres located at 66th Avenue West and 168th Street
S.W., and has indicated said acres to be called "Meadowdale Playfield
Site," and
WHEREAS, the Cities of Edmonds and Lynnwood, Snohomish County,
and Edmonds School District No. 15 have identified a need for parks
and recreation sites that will accord best with geographic, economic,
population, and other factors influencing the development of the local
communities, and;
WHEREAS; Edmonds School District has identified the need for
additional athletic fields in this area to enhance the District's
educational program;
NOW THEREFORE, the parties do agree as follows:
1. The Edmonds School District No. 15 agrees to make the
property available for development by the agencies identified in this
Agreement for consideration of use of the fields for school
district -sponsored educational activities. The Cities of Lynnwood,
Edmonds, and Snohomish County intend to establish the responsibility
of each party to this agreement for the development, operation,
maintenance, and scheduling of the recreation site.
2. The drawing dated March; 1985, entitled "Master Plan,"
adopted by the Councils of Lynnwood and Edmonds, Snohomish County's
Parks and Recreation Advisory Board and County Council, and Edmonds
School District No. 15, is hereby made a part of this Agreement. The
plan outlines development on the twenty five -acre site and considers
future developments and scheduling of adjacent School District
property: Meadowdale Elementary, Meadowdale Middle School, and
Meadowdale High School.
3. The Cities, County and School District agree that no call for
bids will be authorized for each phase of the construction until such
Packet Pg. 295
time as all agencies have approved the final plans, specifications and
cost estimate for each phase. Also that no award of a construction
contract shall be made until approved by all agencies.
.4. The Cities, County, or School. District may propose additional
development plans for the recreation site after first consulting with
the other parties to this Agreement concerning the feasibility of such
development. The costs of preparing such development plans will be
borne entirely by the initiating agency unless a written agreement to
share such costs is approve by all parties prior to the incurring of 3
any costs. Development plans for the recreation site shall be first -°a
approved by the other agencies prior to initiating construction,
improvement or installation. The preparation of proposed development m
plans does not obligate the initiating agency to proceed with
construction. o
5. The Cities shall bear the costs of construction. Snohomish LO
County will contribute $150,000 in 1984/85 and additional amounts, as IT
is later determined. The Cities of Lynnwood and Edmonds will each
contribute $120,000 per year for five years for construction of the
project. o
6. The City of Lynnwood will serve as the construction agent for
the purpose of initially incurring all expenses for all elements of
the construction of the joint facility, including but not limited to
architect and engineering fees, site development/construction fees,
Washington State sales tax, etc.
The Parks and Recreation Director of Lynnwood will act as the
Construction Administrator. The Edmonds Parks and Recreation Director
will act a Construction Administrator.in the absence of the Lynnwood
Parks and Recreation Director.
7. The City of Lynnwood shall bill the City of Edmonds and
Snohomish County for their share of the project costs in accordance
with the amounts listed in Section 5. Lynnwood shall keep appropriate
books and accounts covering all construction related costs for review
or audit by the agencies.
S. The Cities will share equally the costs and responsibility of
maintenance, and divide the maintenance and operation responsibility
as each phase of the project is completed. The Cities will each
account for the costs of maintenance and operation of the playfields
and adjust responsibilities annually if they are not equal. The
School District will pay for the costs of field preparation for the
District's use. A detailed maintenance agreement will be developed
after the final master plan is accepted by all cities and an agreement
is reached on the phases of the project's development.
Packet Pg. 296
8.3.c
9. if it is prudent to close or reduce scheduled use of a field
because of severe adverse weather conditions or other unforeseen
causes, the agencies involved shall confer and agree concerning
reduced use.
10. If the Cities'�Parks and Recreation Departments and the
District's representative are unable to come to an agreement in the
administration of this Agreement and/or any dispute involving this
Agreement, including payment of assessments or making good on
maintenance agreements, the matter shall be referred to the Cities'
Mayors and the District's Superintendent for resolution. Should
agreement not be reached among the Mayors and the Superintendent, the
Cities and the District will each appoint an arbitrator at their
respective expense. The three arbitrators will be given a designated
time to arrive at a decision which shall be binding on all parties.
11. At least once a year, or upon written request of any party,
this Agreement shall be reviewed by all parties' representatives for
the purpose of reconsidering the equitable distribution of the
responsibilities of each party. Recommendations for amendments shall
be made to the Cities' Mayors and the District's Superintendent and
presented to the Cities' Councils and the School Board for approval.
12. The Cities and the District, but not the County, shall
indemnify and hold harmless each of the other parties including the
County, to this Agreement and their respective officers, agents and
employees, from any and all loss, damage, liability or expense,
including expense of litigation, resulting from any actual or alleged
injury to any person or firm or to such person or firm's property,
caused by or resulting from any act or omission of the party which
constructs, maintains, or designs any facility or from any act or
omission which occurs as a result of the use of any area or facility
by the party or its guest or invitee. It is the intent of the parties
that each party bear, and indemnify the other parties, from all
claims, costs or loss which relate to that particular party's use, the
use of its guests or invitees and the party's design, construction, or
maintenance of any area or facility. Joint use, design, construction
or maintenance shall result in indemnification by such parties of all
parties not participating in sucIT joint use, design, construction or
maintenance. Participation by any party by the payment of funds alone
under this Agreement shall not be "used" for the purposes of this
paragraph. It is the stated intent of the parties that the County's
liability under this contract be limited to the amount of its monetary
contribution and that the County shall be liable for no other cost,
charge, claim or liability of any kind.
13. The Cities and the District shall agree on a set of policies
Packet Pg. 297
8.3.c
for use of the facilities. Attached in Appendix "A" are policies and
procedures for the fields.
14. Each agency, in the use of the areas and.facilities shall be J
responsible for the damage caused by the acts of its officers, agents, y
employees, guests, invitees," or visitors that use the facilities, not
to include normal wear and tear. The costs or repairs or replacementLL
due to vandalism will be shared equally by the Cities. as
3
0
15. The Cities may assess and collect fees from
participants for any activity held on the site. Edmonds and Lynnwood
will agree on a schedule of fees and charges annually.
rn
rn
16. The Cities or District will furnish and supply all
expendable materials necessary for carrying on their activity at the
facility.
17. Scheduling procedures:
A. The Cities will jointly schedule use of the site with each
agency receiving equal time for scheduling community programs.
Schedules will be coordinated to assure maximum use of the facility.
B. Scheduling will be based on three seasonal time periods,
i.e., Winter - January through March; Spring/Summer - April -- August;
and Fall - September through December.
C. School District programs will receive priority use of the
site during the normal school year (September through May), up to 6:00
p.m., Monday through Friday. Scheduling of school programs after 6:00
p.m. will be coordinated with other community programs.
D. Actual scheduling procedures, i.e., field use applications,
rental fees, scheduling dates, supervision of activities, group
priorities, etc., will be jointly developed and coordinated by staff
from both Cities.
E. The District will not pay field rental fees for its use of
the facilities for educational purposes. The District will be
assessed for field lighting costs and field preparation done by the
Cities' maintenance crews (lining, dragging, placement of bases,
etc.).
F. The Cities and the District will maintain records that will
Packet Pg. 298
8.3.c
make clear the lines of responsibility and liability of the scheduling
agencies.
18. This Agreement.shall be in effect for. forty. (40) years from
this date or until terminated by a majority vote of the parties,
except as provided for in 18.c., or mutually amended in writing in the
same manner as this agreement was executed.
a. Should either of the Cities or the County unilaterally wish
to withdraw from this Agreement, they shall do so only after having
given the other parties written notice of intent to terminate at least
one hundred eighty (180) days prior to such action.
b. Unilateral withdrawal from this Agreement gives the
withdrawing party no rights to recover any portion of its investment
in the site or to use any portion of the site. Ownership of any
improvement other than portable equipment items shall be vested in the
District subject to such rights as shall be agreed upon in writing
prior to the initiation of such improvements.
C. if the District terminates this Agreement before its full
term, the District will give the Cities and the County one hundred.
eighty (180) days notice of its intent and will reimburse the Cities
and the County for the amortized value of the development costs and
costs of improvements. Value shall be calculated by using the
formula
Years Agreement in Force
X Replacement Value of All project
40 costs at the time of termination.
19. If a negative Declaration for Environmental Impacts is not
approved, and conditions or mitigations are imposed in accordance with
the State Environmental protection Act that would impose greatly
increased costs not anticipated by this Agreement, any party may
withdraw from this Agreement without penalty.
Packet Pg. 299
8.3.c
20. If any action, subsection, sentence, clause, or phrase of
this Agreement is for any reason held to be unconstitutional or
illegal, such decision shall not affect the validity of the remaining
portions of this Agreement. This Agreement shall be filed with the
City Clerks, Snohomish County Auditor, and the Secretary of State.
DATED this 5th day of June
1985..
CITY OF EDMONDS:
I z V Mo o; Wa.
CITY OF LYNNWOOD:
May Ileof Lynnwood
EDMONDS SCHOOL DISTRICT NO. 15
P6w; uuA 9 lax
Su e ntendent of Schools
SNOHOMISH COUNZ
THOi .AS
L'EPL ;CUTIY6_
ntV EXecZ-f-ive
5 1985
Packet Pg. 300
8.3.c
1.
2.
3.
4.
5.
5.
7.
APPENDIX
MEADOWDALE PLAY FIELDS
FACILITY USE REGULATIONS
JANUARY, 1985
Alcoholic beverages and drugs are prohibited'at the complex, and sm Ji
is prohibited on the playing fields.
No golfing is permitted on the site unless approved by the Parks an U_
Recreation Department.
Motorized vehicles are to be parked only in designated parking area of
are prohibited or. the fields. C-0
G
Pets must be on leash at all times except as may be permitted for s
events approved by the Parks and Recreation Department.
No person shall engage in the sale of merchandise or services or op
a concession without approval of the Parks and Recreation Departmen co
No person shall mutilate, deface, or damage any facility improvemen
All litter shall be disposed of in designated receptacles.
Youth organizations will not be permitted to utilize the facilities
without adequate adult supervision at all times.
8. All organizations, groups, and/or individuals utilizing the facilit
must leave them in satisfactory condition. Failure to do so will r
in additional maintenance costs charged to the organization, group,
individuals responsible for additional clean-up.
9. The Parks and Recreation Department reserves the right to cancel an
facility use permit for just cause or to amend the procedures set f
in this document at any time.
10. The Parks and Recreation Department is not responsible for accident
injuries, or loss of property.
11. Misuse of park facilities or failure to conform with these regulati
will be sufficient grounds for immediate permit suspension and/or d
of future applications.
12. The groups using the facilities agree to hold harmless the cities o
Edmonds and Lynnwood, Edmonds School District, and Snohomish County
and against any and all claims for damages resulting from death, pe
injury, or property loss or damage suffered or claimed to have been
suffered by any person whatsoever and rising out of any act or omis
of an applicant and/or its agents during use of facilities.
13. Umpires and/or referees- shall be the final -authority for governing
behavior during scheduled activities.
Packet Pg. 301
8.3.c
MEADOWDALE PLAY FIELDS FACILITY USE REGULATIONS
Page 2
14. Anyone whose action jeopardizes safety or engages in abusive or
belligerent behavior will be disqualified from play and barred from the
facility. a
J
15. The Facility Supervisor is -responsible for the total operation of the -0
complex and makes the final decisions regarding facility use. 2
i_
2
MD/kw CU
0829R
0
a�
Packet Pg. 302
A
8.3.c
8.3.d
APPENDIX B
Meadowdale Playfields
Operation and Maintenance Responsibilities
In accordance with Item #8 of the Development/Operation Agreement, the followino
provisions are set forth to designate the operation and maintenance
responsibilities for the period January 1, 1988, to December 31, 1988.
1. The City of Lynnwood is designated as the managing agency for 1988 and as
such is to incur all costs associated with the normal operation and
maintenance of the joint facility subject to appropriate reimbursement from
the City of Edmonds.
2. Billino. The City of Lynnwood shall provide a detailed billing of the net
costs of maintenance and operation of the joint facility to the City of
Edmonds on a quarterly basis.
2.1. The City of Edmonds shall have twenty (20) working days to review said
bills and tender payment.
2.2. In the event of dispute regarding the amount or appropriateness of any
charge, the City of Edmonds shall notify the City of Lynnwood in writing by
depositing same in the U.S, mail within the twenty (20) day review period
and shall pay any amount not in dispute within said period.
2.3. The parties shall attempt to first resolve said dispute between
themselves. If they are unable to resolve the dispute within thirty (30)
days of the mailing of the notice of dispute, the parties shall submit the
matter to binding arbitration before an arbiter to be mutually agreed upon.
The costs of such arbitration shall be borne equally between the parties;
provided, however, that either party may refuse to submit to arbitration any
charge or cost alleged to be prohibited by law or the Constitution.
3. The City of Lynnwood shall keep appropriate books and accounts covering
operating and maintenance costs for review or audit by the City of Edmonds.
A separate accounting shall be maintained for all revenue collected from the
complex and equally credited to each city's operating and maintenance costs.
4. The City of Lynnwood shall provide the necessary property insurance required
for adequate coverage of the facility and name the City of Edmonds as an
additional insured. Deductible applicable to all claims shall be $1,000.00
each occurrence unless otherwise agreed upon by the cities. Item T2 of the
original agreement addresses liability conditions for the facility.
5. Normal operation and maintenance of the facility will include the following
items:
Operation
A. Receiving and processing of use request forms, collection of fees and
actual scheduling of approved activities as in accordance with Item r17
of the original agreement.
Packet Pg. 304
8.3.d
Meadowdale Playfields
Operation and Maintenance Responsibilities
Page 2
B. Set-up and supervision of all scheduled activities.
C. Organization, coordination, and supervision of the concession stand
operation.
D. Purchase of required operating materials, i.e., soccer nets, bases,
field lining material, etc.
E. Payment of all utility charges, i.e., electricity, water, sewer,
garbage, telephone, alarm monitoring, etc.
MAintonAnrP
A. Purchase of all materials required for the normal maintenance of the
facility, i.e., rest room supplies, garbage bags, fertilizers, seed,
sand, soils, bark, chemicals, irrigation supplies, lighting supplies,
etc.
B. Purchase of all equipment and tools required for the normal maintenance
of the facility, i.e., tractor and trailer, field liner, drags, hand
tools, etc.
C. Mowing, trimming, aerating, verticutting, top dressing, seeding,
fertilizing, and weed control of all turf areas.
D. Maintenance of the control building (rest rooms, storage, and office
areas, etc.).
E. Programming and maintenance of the automated irrigation system
throughout the facility.
F. Collection and disposal of all litter.
G. Cleaning and maintenance of parking lots, walkways, hard court surface
areas, and bleachers.
H. Repair items damaged by vandals.
I. Perform other normal operation and maintenance duties not listed above
that are required.
6. The maintenance and operation costs for 1988 shall not exceed S57,000 (10%
contingency) without prior approval of the City Councils of Lynnwood'and
Edmonds.
a
Packet Pg. 305
8.3.d
Meadowdale Playfields
Operation and Maintenance Responsibilities
Page 3
7. The field rental fees and concession stand revenue will be shared equally by
Edmonds and Lynnwood. Each City will collect revenue from its own league
activities.
APP VED AS T FORM:
� l
Ci y Attorney V t Date
APPROVED AS TO FORM:
,,� � L.2 a l0g
- --,w City Attorney Date
M&ORESP/T O MEADF/1-3
CITY OF JDMONDS:
ayor �. ��/zIs;, Date
ATT
Cit Clerk
CITY OF LYNNWOOD:
A 17
ayor Date
Packet Pg. 306
8.3.e
EXTENSION OF INTERLOCAL AGREEMENT
BETWEEN
EDMONDS SCHOOL DISTRICT and THE CITY OF LYNNWOOD
MEAD OWDALE PLAYFIELDS
This Extension of Interlocal Agreement ("Agreement"), dated as of
7N z , 2012, is made and entered into by and between EDMONDS SCHOOL
1k D CT NO. 15 ("School District") and THE CITY OF LYNNWOOD ("Lynnwood").
RECITALS
WHEREAS the School District and Lynnwood desire to terminate all interlocal
agreements between the School District and Lynnwood with respect to rights and
obligations for Lynnwood's use of the fields and amenities at former Lynnwood High
School, located at 3001 184th Street SW, Lynnwood, WA 98037-4701 ("Former LHS
Agreements"); and
WHEREAS the School District, Lynnwood, the City of Edmonds ("Edmonds") and
Snohomish County (the "County") entered into a Development/Operation_Agreement
Meadowdale Playfields dated June 5, 1985 ("1985 Meadowdale ILA") which pertains to
the approximately 25 acres of real property owned by the School District and located at
66th Avenue West and 168th Street S.W., legally described on Exhibit A ("Meadowdale
Playfields"), which agreement has a current term through June 5, 2025; and
WHEREAS, to forever resolve all outstanding issues between Lynnwood and the
School District arising from or related to the Former LHS Agreements, the School District
and Lynnwood desire to extend Lynnwood's rights and obligations at Meadowdale
Playfields for an additional 40 years beyond the expiration of the current 1985
Meadowdale ILA and contemporaneously terminate, by separate agreement, the Former
LHS Agreements; and
WHEREAS both the School District and Lynnwood desire to maintain cooperative,
collaborative programs and relationships with Edmonds with respect to Parks and
Recreation and other issues of interest to their respective constituents; and
WHEREAS Lynnwood has expressed a desire to expand Lynnwood's rights and
obligations at Meadowdale Playfields to include the rights and obligations of Edmonds
under the 1985 Meadowdale ILA, either at the time Edmonds' rights expire under the 1985
Meadowdale ILA or sooner if possible; and
00358-0835/LEGALU6091313 -I-
Packet Pg. 307
8.3.e
WHEREAS the School District will not guarantee the outcome but agrees to pursue
discussions with Edmonds to provide Lynnwood with exclusive use of the Meadowdale
Playfields when not needed for school purposes by the School District, all as set forth in
this Agreement.
NOW, THEREFORE, the School District and Lynnwood hereby agree as follows:
1. PURPOSE
The purposes of this Agreement are to:
(a) extend, as modified by this Agreement, Lynnwood's use rights and obligations
with respect to use of the Meadowdale Playfields under the 1985 Meadowdale ILA by
forty (40) years,
(b) allow Lynnwood to assume additional use rights and obligations at the
Meadowdale Playfields site if Edmonds ceases its use (currently anticipated to occur in
2025 when the 1985 Meadowdale ILA expires as to Edmonds, and potentially sooner if
Edmonds desires to terminate its use of the Meadowdale Playfields sooner), and
(c) establish cost sharing principles between the School District and Lynnwood
regarding potential future redevelopment of the Meadowdale Playfields.
2. CONTRACT ADMINISTRATOR
2.1 Pursuant to RCW 39.34.030(4)(a), to the extent a matter is not governed by the
1985 Meadowdale ILA, the School District and Lynnwood hereby appoint the School
District's Executive Director of Business and Operations as the "Contract
Administrator", who will be responsible for administering this Agreement, and at the
direction of the parties, shall take such action as is necessary to ensure this Agreement
is implemented in accordance with its terms.
2.2 This Agreement does not create a separate legal or administrative entity, and
consequently is being administered in accordance with RCW 39.34.030(4), as provided
in paragraph 2.1.
3. REAL AND PERSONAL PROPERTY
3_I-The School District owns the real propertythat.is the subject ofthis Agreement:
This Agreement does not contemplate the transfer of ownership of the Property nor to
limit the School District's ability to comply with its statutory obligations regarding the
use and disposition of school property pursuant to RCW 28A.335.
00358-0835/i.ECP IM609131.3 -2-
Packet Pg. 308
8.3.e
3.2 The parties will not, during the term of and pursuant to this Agreement, jointly
acquire or hold any property (real or personal) with regard to the Meadowdale
Playfields; provided that the parties may make available to each other, as a matter of
convenience, athletic equipment and other personal property normal and incident to the
use of the Meadowdale Playfields. In the event that any such personal property items
are shared, the parties shall maintain records indicating the nature and quantity of the
items shared. Ownership and maintenance of any such personal property items shall
remain with the party who purchased the personal property item.
3.3 By operation of this Agreement, Lynnwood does not acquire any ownership
interest in and disclaims any interest to the Meadowdale PIayfelds, which is and will
remain the School District's property.
4. EXTENSION, DURATION AND TERMINATION
4.1 The School District and Lynnwood hereby extend the term of the 1985
Meadowdale ILA, as between themselves only as set forth herein, to_June 5, 2.065.
4.2 The term of this Agreement shall commence upon filing with the County Auditor
or upon listing the Agreement by subject on the School District's web site or other
electronically retrievable public source in accordance with RCW 39.34.040 following
mutual execution (the "Effective Date") and shall expire on June 5, 2065.
4.3 As between the School District and Lynnwood with respect to any new capital
investment by Lynnwood in the Meadowdale PIayfields made after the Effective Date
of this Agreement not joined in by Edmonds under the 1985 Meadowdale ILA,
provided that such investment in the Meadowdale Playfields shall first have been
reviewed and approved in writing by the School District, Lynnwood`s refund under
Section 18(c) of the 1985 Meadowdale ILA shall be calculated as follows:
Years this Extension Aueement remains in Force X I Replacement value of Project Construction
53 Cost at Time of Termination.
5. NEGOTIATIONS TOWARD LYNNWOOD EXCLUSIVE USE RIGHTS AT
MFADOWDALE PLAYFIELDS DURING NON -SCHOOL HOURS
5.1 This Agreement does not amend the 1985 Meadowdale ILA, except to (a) extend
the term stated in Paragraph 18 for an additional forty (40) years until June 5, 2065,
and (b) amend the scheduling stated in Paragraph 17. However, the School District
shall engage in good faith negotiations with Edmonds toward moving Edmonds'
scheduling and use of the Meadowdale Playfields to other fields when the current
G035RMMILLCA L 3609131.3 3-
Packet Pg. 309
8.3.e
Meadowdale ILA expires in 2025 or earlier, and to thereafter provide Lynnwood with
exclusive use rights and obligations at the Meadowdale Playfields site during non -
school hours as set forth in this Section 5. Lynnwood acknowledges (a) the School
District cannot guarantee any particular outcome with regard to negotiations with
Edmonds regarding the termination of Edmonds' use of the Meadowdale Playfields
prior to 20253and (b) this Section 5.1 does not require the School District to exercise
its termination rights under Section 18(c) of the 1985 Meadowdale ILA to secure any
such cessation of Edmonds' Meadowdale Playfields scheduling or use.
5.2In furtherance of this Section 5, Lynnwood and the School District will jointly
request review of the 1985 Meadowdale ILA to seek exclusive non -school use and
scheduling rights for Lynnwood if and as soon as Edmonds concurs, as follows:
........... .......
(a) The School District will continue to have priority use of the Meadowdale
Playfields during school hours as described in the 1985 Meadowdale ILA.
(b) If and when Edmonds terminates its use rights at the Meadowdale
Playfields, Lynnwood shall
1. assume Edmonds' future use rights and obligations during non -
school hours, and thereafter have exclusive use and scheduling rights at the
Meadowdale Playfields, except for the School District's priority use rights during
school hours as described in the 1985 Meadowdale ILA; and
2. assume full responsibility for the maintenance, operation, repairs,
and,restoration of the Meadowdale Playfields site as.described in the 1985
... ...............
Meadowdale ILA.
Notwithstanding such amendment, in accordance with section 17(e) of the 1985
Meadowdale ILA, the School District will not pay fees for its use of the Meadowdale
Playfields site for educational purposes, but the School District will be assessed for
field lighting costs and field preparation done by Lynnwood's maintenance crews
(lining, dragging, placement of bases, etc.).
5.3 The City's scheduling periods under Section 17(c) of the 1985 Meadowdale ILA
are revised as follows:
Field M-5 -City. of Lynnwood scheduling starts at 5:30 p.m.
Fields M-lthrough 4- City of Lynnwood scheduling starts at 5:00 p.m.
0035MR351LEGAL23609131.3 -4--
Packet Pg. 310
8.3.e
with. the understanding that the School District has the right to work with the City to
make special scheduling arrangements on those occasions when the District's use of the
fields need to extend beyond those start times.
6. DEVELOPMENT PLANS FORMEADOWDALE PLAYFIELDS.
6.YThe School District agrees to pay one-half of the cost (subject to section 6.2 and
applicable budgeting and other applicable legal requirements) of master planning the
redevelopment of Meadowdale Playf gilds at a future mutually-agreeabI.e date, should
Lynnwood wish to consider. realigning the. fields on the Meadowdale Playfields
properly along with any other site improvements. The School District's role in sharing
the cost of the master planning effort, if it occurs, is due to the School District's
continued ownership of the property and the Schhool District's interest in continued
access to and school use of the fields, as well as parking and driveways at the
Meadowdale PIayfields as event overflow parldng and parent drop-off/pick-up for
Meadowdale Elementary and Meadowdale Middle Schools.
6.2 Upon notice to the School District given on or before May 1 and including an
estimate of the School District share of anticipated costs, for work that cannot be billed
to the School District until the following September, Lynnwood shall have the right to
initiate and take the lead on the master planning and site design and redevelopment
process under this Section 6. As the owner of the Meadowdale PIayfields property, the
School District must approve of any redevelopment of the property, which the School
District may grant; deny or condition in its sole discretion. The preparation of and
agreement to pay for master planning costs does not obligate either party to proceed
with construction or redevelopment.
6.3 The School District cannot guarantee but may be willing to share the costs of
redevelopment of the Meadowdale PIayfields, but only to the extent that the School
District derives an educational benefit from such redevelopment (which the School
District anticipates may be limited to benefits of the location, function and accessibility
of the parking/driveways as noted in section 6.1, and perhaps the redesign of the
fields).
7. NUSCELLANEOUS
7.1 This Agreement together with the 1985 Meadowdale ILA represents the entire
agreement between Lynnwood and the School District with respect to the Meadowdale
Playfields. This Agreement shall not be amended except in writing mutually agreed to
and executed by Lynnwood and the School District, and the 1985 Meadowdale ILA
shall not be amended except in writing in the same manner as that agreement was
executed by all parties thereto.
00358-0835/LEGAL23609131.3 -5-
Packet Pg. 311
8.3.e
7.2 This Agreement and all questions concerning the capacity of the parties, execution,
validity (or invalidity), and performance of this Agreement, shall be interpreted,
construed and enforced in all respects in accordance with the laws of the State of
Washington. This Agreement has been negotiated and drafted by all parties and is not
to be construed in favor of any party.
7.3 Nothing herein shall be interpreted to create any right or liability with respect to
any person or entity not a signatory to this Agreement.
7.4 The parties are independent entities and nothing in this Agreement creates any
agency relationship. None of the parties to this Agreement shall be construed to be an
officer, agent or employee of any of the other parties.
7.51n the event of a dispute between the parties arising under this Agreement, the
Superintendent of the School District and the Mayor of Lynnwood shall meet to
attempt to resolve the dispute within thirty (30) days notice from the Contract
Administrator of the existence of a dispute. In the event the Superintendent and the
Mayor are unable to resolve the dispute within sixty (60) days notice from the Contract
Administrator of the dispute, the parties shall submit the dispute to a mutually agreed
upon private arbitrator for a binding resolution. In the event the parties cannot agree on
an arbitrator, one may be appointed by the Presiding Judge of the Snohomish County
Superior Court, with costs of arbitration borne equally. The prevailing party shall be
entitled to recover reasonable attorneys' fees and costs related to said arbitration-
7-6 All notices required to be served or given in accordance with the terms of this
Agreement shall be hand delivered or mailed via the U_S_ Postal Service, postage pre-
paid, to the following addresses of record:
Edmonds School District #15 City of Lynnwood
Executive Director of Business and Director of Parks, Recreation and Cultural
Operations Arts Department
20420 68" Ave. West PO Box 5008
Lynnwood, WA 98036-7400 Lynnwood, WA 98046-5008
7.7 Any address changes shall be given to the other parties in writing.
7.8 This Agreement may be executed in several counterparts, all of which taken
together shall constitute the entire agreement between the parties hereto_ If any
provision of this Agreement is determined to be invalid under any applicable statute or
rule of law, it is to that extent to be deemed omitted, and the balance of the Agreement
shall remain enforceable. If and to the extent reasonably required or desirable to
0035B-O933n1 EGALn609131.3 -6-
Packet Pg. 312
8.3.e
effectuate the terms of this Agreement, each party shall execute and deliver to the other
or third parties involved in issues pertaining to the 1985 Meadowdale ILA such other
and further documents, instruments and assurances as such other or third party may
reasonably request, provided that neither party to this Agreement may be thereby
required pursuant to this sentence to undertake additional financial or other obligations.
IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and
year first written above.
EDMO SCHOOL DISTRICT NO. 15
F
NICK UhlITSSOIT ED. 9
SUPERINTENDENT
DATE-
DATE: 'J.._..,_
00358-0835/L GAL236d9I313
as
'of Perkins Coie LLP
Attorneys for the School District
Approved as to form:
of Inslee, 4est, Doezie & Ryder, P.S.
Attorneys or the City
_7_
Packet Pg. 313
8.3.e
EXHBIT A
EDMONDS SCHOOL DISTRICT NO.15
Meadowdale PIayf_elds
Legal Description
Tracts 82, 83,107 and I08, Meadowdale Beach, according to plat thereof recorded in
Volume 5 ofPlats, page 38, records of Snohomish County, Washington and adjacent to
vacated 68a' Ave. West.
00358.0835/LEGAL23609131.3 -8-
Packet Pg. 314
8.4
City Council Agenda Item
Meeting Date: 04/25/2017
Authorization for design services for the Waterfront Redevelopment (10 min.)
Staff Lead: Carrie Hlte
Department: Parks, Recreation & Cultural Services
Preparer: Carrie Hite
Background/History
Council authorized funds for the Waterfront Redevelopment project, the park area surrounding the
Senior Center as part of the CIP for 2017.
Council also adopted the PROS plan in February of 2014, identifying the project for connecting the
waterfront walkway in front of the Ebbtide condominiums.
Staff Recommendation
Authorize the Mayor to sign the Professional Services Agreement for Barker Landscape to complete the
design and bid documents for the waterfront park redevelopment in front of the senior center, the
connection of the walkway to the south, and the adjacent parking lot that services both the park and the
senior center.
Narrative
The City issued an RFQ for design services for the waterfront park redevelopment in front of the
senior center, the connection of the walkway to the south of the senior center, and the adjoining
parking lot that services both the park and the senior center. A panel comprised of City and senior
center staff evaluated the submittals and unanimously selected Barker Landscape to go forward with
the design contract. Barker Landscape put together a comprehensive team and has the experience of
completing other components of the waterfront walkway.
The park redevelopment on the grounds surrounding the senior center, and the connection of the
walkway south of the senior center is consistent with both the PROS plan and the Shoreline Master
Program.
The project design seeks to enhance the waterfront experience by removing the creosote pier, that is
both a barrier to access and harmful to the environment, adding wider stairs and seat wall, adding an
ADA ramp to the beach, adding a hand boat launch, and reintroducing natural elements to the
beachfront to increase habitat. It adds 300 feet of walkway, connecting to the northern walkway leading
to Bracketts South and Bracketts North. It will create a user friendly, barrier free access to the
beachfront and waterfront views.
The removal of the pier has been a priority for many years and adopted in the Edmonds Shoreline
Master program. In addition, the connection of the walkway, the rehabilitation of beach habitat area,
and the addition of ADA access and a hand boat launch have all been high priorities.
Packet Pg. 315
8.4
This will restore an underutilized site to a site that is welcoming, accessible, enhances circulation and
water access, and connects to the larger social opportunities afforded by the complete waterfront
walkway and experience. The southern connection in front of the Ebbtide will complete the missing link
along the waterfront. This has been identified in the City's comprehensive plan for 20 years.
Specifically, this area has been identified in the Shoreline Master Program as being potential habitat and
previous spawning areas for two important forage fish; the Sand Lance and Surf Smelt. It is also couched
between two coho salmon spawning creeks ( Shell and Shellebarger). The bulkheads removal will
enhance ecological conditions to support this habitat similar to the restoration at Bracketts Landing
South.
In addition, this project seeks to add LID improvements to the parking lot that is adjacent to the beach
front by a bioswale and raingarden. This will help mitigate the current condition of runoff from the
parking lot directly into the Puget Sound. As Council may recall, the design and construction of the
parking lot will be a shared cost 50/50 with the senior center. Because the City is subject to bidding
laws, the City will be bidding this part of the project and will manage the construction of the parking lot.
The City is currently in application for two $500,000 grants to assist in funding support for this
redevelopment. The Parks Department also designated $500,000 of Park Impact Fees and an additional
$600,000 in REET in the 2017 CIP budget to help support this development. In addition, Snohomish
County just granted the City $125,000 toward this project. We have a total of $2.1M authorized this
year for this project.
The timeline is projected for design this year, and construction in 2018.
Attachments include:
1. Professional Services Agreement for Barker Landscape
2. Exhibit A: Scope of Services describing the work to be performed.
3. Exhibit B.1: Design timelime and costs for the waterfront walkway connection in front of Ebbtide.
4. Exhibit B.2: Design timeline and costs for the parking lot. As outlined in the Senior Center lease
agreement, this amount and the construction costs will be divided evenly with the Senior Center.
5. Exhibit B.3: Design timeline and costs park redevelopment in front of the Senior Center.
6. Waterfront redevelopment image.
Packet Pg. 316
8.4.a
CITY OF EDMOND S
700 Main Street • EDMONDS, WA 98020 • 425-771-0320 • FAX 425-771-0253
Website: www.edmondswa.gov
PROFESSIONAL SERVICES
AGREEMENT
DAVE EARLING
MAYOR
THIS AGREEMENT ("Agreement") is made and entered into between the City of
Edmonds, hereinafter referred to as the "City", and Barker Landscape Architects, P.S.,
hereinafter referred to as the "Consultant".
WHEREAS, the City desires to engage the professional services and assistance of a
consulting firm to provide landscape design and engineering services with respect to the
Edmonds Waterfront Restoration project and waterfront connection;
NOW, THEREFORE, in consideration of 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
Services 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 on the Fee Schedule that is marked as Exhibit B,
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 FIVE HUNDRED
SIXTY EIGHT THOUSAND FIVE HUNDRED THIRTY SEVEN DOLLARS $ 568,537.
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 biweekly 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.
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.
1
Packet Pg. 317
8.4.a
3. Ownership and use of documents. All research, tests, surveys, preliminary data
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 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.
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.
Packet Pg. 318
8.4.a
Insurance Coverage
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 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. 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. 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.
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.
Packet Pg. 319
8.4.a
11. Integration. The Agreement between the parties shall consist of this document,
the Scope of Services attached hereto as Exhibit A, and the Fee Schedule attached hereto as
Exibit B. 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 Exhibits A or B, this Agreement shall control.
12. Changes/Additional Work. The City may engage Consultant to perform
services in addition to those listed in this Agreement, and 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 Services, the City understands that a
revision to the Scope of Services and fees may be required. Provided, however, that nothing in
this paragraph shall be interpreted to obligate the Consultant to render or the City to pay for
services rendered in excess of the Scope of Services in Exhibit A unless or until an amendment
to this Agreement is approved in writing by both parties.
13. Standard of Care. Consultant represents that Consultant has the necessary
knowledge, skill and experience to perform services required by this Agreement. Consultant and
any persons employed by 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 Services.
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 s/he has not
employed or retained any company or person, other than a bona fide employee working solely
for the Consultant, to solicit or secure this contract, and that s/he has 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.
The Consultant specifically agrees to pay any applicable business and occupation (B & O) taxes
which may be due on account of this Agreement.
Packet Pg. 320
8.4.a
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:
Barker Landscape Architects, P.S.
3002 NW 68th Street
Seattle, WA 98117
Receipt of any notice shall be deemed effective three days after deposit of written notice in the
U.S. mails, with proper postage and properly addressed.
DATED THIS DAY OF , 2017.
CITY OF EDMONDS BARKER LANDSCAPE ARCHITECTS, P.S.
By By
David O. Earling, Mayor
Its
ATTEST/AUTHENTICATED:
Scott Passey, City Clerk
APPROVED AS TO FORM:
Office of the City Attorney
Packet Pg. 321
8.4.a
STATE OF WASHINGTON )
)ss
COUNTY OF )
On this day of , 2017, 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. 322
8.4.b
Exhibit A
SCOPE OF WORK
SCOPE OF WORK
2017 EDMONDS WATERFRONT RE -DEVELOPMENT
Landscape Architectural & Engineering Design Services
Design Services
The City of Edmonds (City) is proposing to redevelop their central waterfront adjacent to the Senior Center.
Planned improvements include removal of the parking structure on the beach, restoration and the construction
of a walkway, new plaza and parking lot at the Senior Center, and a new connecting walkway on the beach in
front of the Ebb Tide condominium building for public access to the promenade to the south.
Design for the Ebbtide and Waterfront Center began in September 2015 when Environmental Works
(architects for the Senior Center) engaged Barker Landscape Architects (Barker) to prepare earlier versions of
this scope of work and attached budget to assist the City with design and environmental permitting of the
project. Subsequently, in November 2016, Barker participated in a meeting with the project team, including
representatives from the City, the Senior Center, Herrera, and Environmental Works, to discuss project
elements and schedule.
The existing Edmonds Senior Center includes a building, parking lots, and sections of the Edmonds waterfront
walkway. A portion of the existing parking area and waterfront walkway are located on a fill area supported by
an older bulkhead. The City is planning to restore the shoreline in this area by removing the existing older
bulkhead and fill area. The waterfront walkway that is currently on the fill area would be relocated landward to
align approximately with the existing walkway located to the north and south of the fill area. The proposed
walkway would have a slight curve in towards the land and a new upper tidal pocket beach area will be
installed where the existing bulkhead and fill are located.
Current plans also include two beach access stairs, one located at each end of the new walkway section.
The plan also includes reorientation of the parking area with new drainage and rain garden systems. A pile -
supported bulkhead is planned on the waterward side of the new walkway. The design of the bulkhead is
anticipated to consist of buried steel I-beam piling supporting a concrete fascia.
Barker Landscape Architects has teamed with Reid Middleton Inc. (civil and waterfront engineers), Landau
Associates (geotechnical), SWCA (archaeological) and Bruce Myers artist. In coordination with Herrera
Environmental Consultants (who are under a separate contract with the City) we will be preparing surveys,
design plans, presentation graphics, permit applications and supporting documents for this design, which will
be used to assemble permit applications, for review and approval by the City, and to advertise for
construction of the project.
This scope of work includes the following:
Geotechnical and Cultural Resource Investigations.
Assistance with application for City land use permits (e.g. design
review,ADB,clearing and grading, right-of-way, stormwater)
City of Edmonds pre -application meeting and Land Use Application
Public and stakeholder meetings including public display Graphics
April 18, 2017 1 of 13 BarkerLandscape Architects
Packet Pg. 323
8.4.b
Exhibit A
SCOPE OF WORK
Coordination with Architects for new Waterfront Center
Coordination with Environmental Consultants for Permits
Assistance with drawings for application for Federal and State land use
permits
(e.g. U SAC E/Ecology/WD FW/JARPA) and associated activities based on pre -
application meetings and Land Use Application)
Full Civil and Landscape Architectural design and construction specification
writing
services (25%/50%/90%/Final Bid Docs)
Integrated public art elements to be compatible with existing Promenade
Cost estimates for Civil and Landscape Architectural elements
(25%/50%/90%/Final Bid Docs)
Full Bidding support
This scope of work does not include the following:
Design of the Railroad Avenue streetscape or roadway improvements
Building Utility design or coordination
Permitting assistance and preparation of studies related to hazardous
materials
Informal coordination with local tribes outside of the pre -application meeting
Permit Fees
Construction support services
Support during an appeal process for any project permits
The following table outlines the work in this scone:
Task
Product
Purpose
Geotechnical
Borings
• basis for design and cost estimate
Investigation
Recommendations for foundation systems
Cultural Resources
Compile known Cultural Resources
• basis for SEPA
inventory
Civil/Structural Design
Foundation system design
0 basis for design and cost estimate
Piling Plan
Piling Cap detail
walkway structural
railing structural
structural calculations
April 18, 2017 2 of 13 BarkerLandscape Architects
Packet Pg. 324
8.4.b
Exhibit A
SCOPE OF WORK
Architectural, Walkway layout and grading basis for design, choices and cost estimates
Hardscape and Stair layout and grading
Landscape Design Ramp layout and grading
Public Art components Landscape plans for restoration, softening and screening
Artistic elements integrated throughout
Based on the pre -application meeting with the US Army Corps of Engineers (USACE) that occurred on
September 11, 2015, the team meeting on November 2, 2016, and an evaluation of City of Edmonds
environmental permitting requirements, the following environmental permits and approvals are anticipated for
the project. Our team will support Herrera's permit applications (Herrera is not included in this contract) by
providing drawings, estimated materials quantities and schedules for these permit applications:
IRegulatory Agency
Permit
Compliance Approvals
US Army Corps of
Clean Water Act Section 404 and Rivers and Harbors
0 Endangered Species Act Compliance (may
Engineers (USACE)
Act Section 10 -- Nationwide Permits
affect, not likely to adversely affect
determination)
• Magnuson -Stevens Fishery Conservation and
Management Act Compliance
• National Historic Preservation Act Section
106 Compliance
• Coastal Zone Management Act Consistency
Certification
Washington State
Section 401 Water Quality Certification
Department of Ecology
Construction Stormwater General Permit
(Ecology)
Washington Department
Hydraulic Project Approval (HPA)
• State Environmental Policy Act (SEPA)
of Fish and Wildlife
Threshold Determination
(WDFW)
City of Edmonds (City)
Shoreline Substantial Development Permit
• SEPA Threshold Determination
• Critical Areas Checklist and Review
These environmental permits are anticipated based on the following assumptions. If the project does not
continue to align with these assumptions, additional permits and approvals may be necessary, which are
not included in this scope:
All project elements will be permitted together as one Federal project with two
separate phases for work that is vulnerable to appeal: Phase 1 includes
redevelopment of the Senior Center, the parking lot, and bulkhead
removal/beach restoration; Phase 2 includes the Ebb Tide Walkway.
USACE will be the lead federal agency.
Any intertidal eelgrass beds will not be impacted by project actions
Proposed bulkhead/steps and stormwater outfall(s) will be located waterward
of the mean higher high water (MHHW) elevation of Puget Sound.
No excavation of hazardous materials will occur waterward of MHHW
elevation.
No excavation will occur in undisturbed native soil
April 18, 2017 3 of 13 BarkerLandscape Architects
Packet Pg. 325
8.4.b
Exhibit A
SCOPE OF WORK
' Project will comply with Washington Department of Natural Resources
guidelines for pile removal.
' Excavation waterward of MHHW elevation will occur with equipment
positioned on uplands.
' Construction staging will occur landward of MHHW elevation, with the
exception of the Ebb Tide Walkway, which may be constructed by barge.
' Project will not result in a net increase of impervious surfaces.
' Project will comply with current Washington State Department of
Ecology(Ecology) stormwater manual requirements.
' Project will be constructed on property owned or on an easement held by the
City of Edmonds.
' Ebb Tide Walkway will be constructed landward of the MHHW elevation.
' Project will be permitted under a Section 404 Nationwide permit and will not
require an individual permit.
' The project will not require an Individual Section 401 Water Quality
Certification.
' The beach restoration element of the project will be mitigation for
permanentimpacts associated with the Ebb Tide Walkway construction. No
off -site mitigation will be required.
' Assistance with application for other City permits (e.g., clearing and grading,
right-of-way, stormwater, and building permits) and associated activities (e.g.,
City of Edmonds pre -application meeting and Land Use Application)
' Permitting assistance or preparation of studies related to cultural resources or
hazardous materials
' Project design services
Permit Roadmap
The new SMP is back with Ecology for comment and Kernen anticipates a decision around May 1, 2017
followed by the City adopting the ordinance and integrating it into code around June 1. Of course, all of this is
subject to change and would likely fall in the "later" rather than "sooner" timeframe.
The project will require a Land Use Application for a Conditional Use Permit (for the building — review under
the Architectural design board) and a Shoreline Permit (triggers the Critical Areas Report and SEPA
checklist). We cannot apply for these permits until the new SMP has been adopted and we have a decision
on the location of the walkway. Therefore, I'm aiming to have the SEPA Environmental Checklist, Critical
Areas Report, Biological Evaluation, and JARPA ready to go June 1, with City review of draft documents in
mid -May. City review of the permit applications would be 3-4 months, if all goes smoothly with public
comments.
The JARPA, Biological Evaluation, and Critical Areas Report should be submitted to the Corps around the
same June 1 timeframe. 50 percent design plans in Corps format will accompany the JARPA. Application
April 18, 2017 4 of 13 BarkerLandscape Architects
Packet Pg. 326
8.4.b
Exhibit A
SCOPE OF WORK
review and permit issuance could take 6-12 months. If the walkway remains on the beach, it should be
constructed on piers/piles to simplify Corps/WDFW permitting.
The HPA application requires a SEPA determination (part of the Land Use/Shoreline permit). HPAs are
typically issued in 45 days.
PROPOSED NEAR -TERM 2017-2018 SCHEDULE
Mid -Ma y — Submit draft Critical Areas Report, SEPA Environmental Checklist, JARPA, and Biological
Evaluation for team/City review
Mid -May — Pre -application meeting with City, Corps, WDFW if walkway located on the beach
June 1 (adoption of SMP) — Submit Land Use Application, Critical Areas Report, Shoreline Permit Application,
SEPA Environmental Checklist to City; JARPA, Biological Evaluation, and Critical Areas Report to Corps
October — Shoreline Permit, Conditional Permit, SEPA determination issued from City; HPA application to
WDFW submitted
December — HPA issued
December (2017) to June (2018) — Corps permit issued
Overview of Project Tasks:
Barker's scope of work includes a discussion of the activities, assumptions, and deliverables associated with
the following tasks that Barker will perform on the project:
Task A: Scoping, Baseline Investigations & 25% Preliminary Design
Task B: 50% Design Development and Permit Submittal
Task C: 90% Construction Documents
Task D: Final Bid Documents
Task A — Scoping, Baseline Investigations and 25% Preliminary Design
Barker and the Team will develop a permitting plan in the form of a matrix that will serve as a permitting "road
map" for the project. The matrix will identify applicable required federal, state, and City permits/approvals
required for the project. For each permit/approval identified, the plan will identify the regulatory agency and
contact information; jurisdiction/trigger; submittal information and required supporting materials; permit
review timelines; fees; and comments specific to project elements. In addition, this task will entail assessing
applicability of streamlined permitting mechanisms, potential mitigation requirements, and related support for
navigating the permitting process. Under a separate contract, Herrera will coordinate with USACE, WDFW,
the Tulalip Tribe, and the City's Development Services Department as necessary to develop the permitting
plan.
Barker and Team will prepare for and participate in meetings with the project team to discuss project plans,
design development, schedule, necessary permits, and permit submittal requirements. Herrera will prepare
for and participate in a pre -application meeting with representatives from USACE, WDFW, the Tulalip Tribe,
and the project team to discuss the permitting plan, permit submittal requirements and schedule, and
proposed mitigation strategy. Herrera will coordinate with the project team to prepare coordination/support
materials for the pre -application meeting, including drawings, evaluation documents, calculations, or other
materials, as requested by the City project manager. Meeting notes will be prepared by the Team following
April 18, 2017 5 of 13 BarkerLandscape Architects
Packet Pg. 327
8.4.b
Exhibit A
SCOPE OF WORK
all meetings. This scope does not include frontage or building utility design work.
Reid Middleton will finalize the Coastal Engineering Report to address wave and tidal forces, Landau will
compile geotechnical boring and subsurface conditions reports from existing and new data, SWCA will do
baseline Cultural/archaeological research, and work with the team and Herrera to contribute to the SEPA
Environmental Checklist. This baseline information will contribute to appropriate design plans and permit
applications.
Landau Associates (LAI) will review previously collected geotechnical data in the vicinity of the proposed
project and complete two borings at the site in order to characterize the soil and groundwater conditions. One
boring will be located within the portion of the existing parking area and waterfront walkway that is located
within the fill area supported by the older bulkhead. The second boring will be located to the east of the first
boring along the approximate alignment of the new bulkhead. The proposed borings will each be advanced to
a depth of about 35 ft below existing site grades, or until practical refusal. Access to the site is somewhat
limited due to parking use. We therefore propose that Barker Landscape Architects or the City temporarily
restrict parking access in the boring areas when we plan to drill. Care will be exercised to limit surface
disturbance during drilling and backfilling of the exploratory borings; however, some disturbance to the existing
pavement is inevitable and our services do not include landscaping or extensive pavement restoration other
than patching the boreholes with lean mix concrete.
The explorations will be coordinated and monitored by a LAI representative. The explorations will be located in
the field by reference to available site features. To avoid buried utilities, we will coordinate with the City for any
know information about existing site utilities, contact the one -call utility locating service, and hire a private utility
locating service to check for potential conflicts with underground utilities prior to performing field activities.
Representative soil samples will be obtained from the explorations at selected intervals and transported to our
geotechnical testing laboratory for further examination and testing. Soil samples obtained from the explorations
will be held in our laboratory for 30 days after submittal of the final report. After that date, the soil samples will
be disposed of unless arrangements are made to retain them. Geotechnical laboratory testing will be
completed on representative soil samples obtained from the explorations, and is planned to consist of visual
classifications, natural moisture content determinations, and grain size classifications and hydrometer
analyses on up to 2 samples.
Engineering analyses and reporting by Landau Associates will include review of the information collected
during their subsurface explorations and site reconnaissance and conduct geotechnical engineering analyses
in order to develop geotechnical conclusions and recommendations to support the design of certain proposed
project features. The results of the field explorations, laboratory testing, engineering analyses, and
geotechnical engineering conclusions and recommendations will be summarized in a draft written report. Upon
receipt of review comments from Barker Landscape Architects and the City, Landau Associates will address
the comments and submit a signed and sealed geotechnical report. The geotechnical report will include:
A site plan showing pertinent existing site features and the approximate
location of the borings completed for this project, as well as readily available
previous explorations in the vicinity of the project by LAI and others.
Descriptive logs of the subsurface explorations and the results of the
geotechnical laboratory testing program.
A summary of surface and subsurface soil and groundwater conditions
observed during our field exploration program. Estimate groundwater flow
April 18, 2017 6 of 13 BarkerLandscape Architects
Packet Pg. 328
8.4.b
Exhibit A
SCOPE OF WORK
rate, in the event that dewatering is required during construction. This
information will need to be part of the bid package, so Contractors can
estimate the type and cost of an adequate dewatering system.
' A summary of what possible contamination might be expected, or possible
buried objects like logs or debris from waterfront uses prior to the senior
center.
' A phase one environmental assessment will be done as part of this scope.
' Additional borings shall be done to reduce unwanted surprises during
construction. The testing shall include shallower, and more test pits that was
originally proposed. Included is the lab/testing work involved in determining if
there is soil contamination. Also it will include a test pit, or drilling, near
where the bioswale is shown on the plans.
' An evaluation of the feasibility of the proposed project with respect to
geotechnical considerations.
' Recommendations for site preparation and earthwork, including reuse of site
soil, and criteria for selection, placement, and compaction of structural fill.
' Recommended temporary and permanent excavation slopes.
' An estimation, based on our proposed borings, of the thickness of fill to be
encountered in the area of the existing older bulkhead to be removed.
' Seismic design criteria.
' Recommendations for lateral earth pressures (presented in terms of
equivalent fluid pressures) for the pile supported bulkhead under static and
dynamic loading conditions for use in design of the bulkhead.
' Recommendations for shallow foundation support of the smaller project
features such as stair structures and seat wall, including subgrade
preparation, allowable soil bearing pressure, estimates of settlement, and soil
parameters for lateral load resistance.
' An assessment of the feasibility of infiltrating stormwater in the raingarden
areas. Estimates of infiltration rates will be based on grain size analyses.
' Recommendations for geotechnical monitoring and consultation during
construction.
Preliminary Architectural and Engineering design is the focus of this Task, and the team will develop concepts
to present to the City and Stakeholders to get input and make revisions as needed. This will include plans, 3D
computer models, sections, details, and illustrations to convey the character and form, elevation and size of
the components making up the walkway. Transitions to the existing promenades and seawalls, the new
Waterfront Center, parking plaza and restoration areas, and in all compass directions will be developed.
Assumptions
' Barker will review a draft permit matrix and roadmap prepared by Herrera and
comment by the project team and Herrera will respond to one consolidated set
of comments and finalize the permit matrix.
April 18, 2017 7 of 13 BarkerLandscape Architects
Packet Pg. 329
8.4.b
Exhibit A
Deliverables
SCOPE OF WORK
' Evaluation under the National Environmental Policy Act (NEPA) will not be
triggered.
' The project will be evaluated under the City's proposed Shoreline Master Plan
update and Critical Areas Ordinance update.
' The project will be evaluated using the proposed updates to the USACE Seattle
District's 2017 Nationwide permits (Special Public Notice dated June 20, 2016,
as revised).
' Barker and Team will prepare for and participate in up to five (5) one -hour
conference calls with the project team and provide meeting notes after each
meeting.
' Herrera under a separate contract will make all necessary arrangements for the
on -site pre -application meeting with USACE, WDFW, Tulalip Tribes, and project
team members. Herrera will prepare a meeting agenda. Barker team members
of will provide design drawings and calculations, and review as relevant to
support the discussion in this meeting.
' The pre -application meeting is assumed to be up to 2 hours in length and will be
held at the project site; travel time to the meeting is assumed to be 30 minutes
each way from Barker's offices. Reimbursable rate is $.0535/mile, per US
General Services Administration.
' The pre -application meeting will be attended by Barker and Reid Middleton
' Barker and Team will submit monthly invoices in a format approved by City.
' Preliminary Waterfront Center Site Plan
' Preliminary Demolition/TESC Plan
' Preliminary Promenade Walkway Layout Plan
' Preliminary Waterfront Center Restoration Plan
' 3D computer model simulating preferred layout plan
' Final Coastal Engineering Report
' Geotechnical Report
' Archaeological Research Report
' Preliminary Promenade Architectural and Landscape Design
' Preliminary Bulkhead Engineering Plan
' Preliminary Stair Engineering Plan
' Preliminary Beach Material Engineering Plan
' Preliminary Grading and Paving Plan
' Preliminary Stormwater Plan
April 18, 2017
8 of 13 BarkerLandscape Architects
Packet Pg. 330
8.4.b
Exhibit A
SCOPE OF WORK
' Preliminary Water and Sewer Plan, not included
' Permit Plan coordinated with Herrera
' Pre -Application Meeting agenda and notes
' Preliminary Probable Cost of Construction Estimate in accordance with the
City's estimating policy.
' Project Schedule
Task B — 50% Design Development
Barker and Team will develop schematic plans that are based on city and stakeholder input from task A
review. The Team will prepare for and participate in meetings with the City and Stakeholders to discuss
project plans, which will include 50% level Cover, TESC plans, grading and drainage at the transitions north
and south of the EbbTide, Pile and Superstructure Plans and Details, Layout plans, Site Sections, Walkway
and Stair design details. The team will also produce 50% level Edmonds/CSI format specifications, and Cost
Estimates. The 50% design models, plans, details, projected costs and project schedule will be presented to
the City Team and Architectural Design Board.
Assumptions
Deliverables
' Barker Landscape Architects and Team will use input from Task A to finalize the
preferred alternative layout to develop full package of 50% complete drawings
and specifications.
' The drawing submittal will be prepared using ACAD 2014 and will include a
cover sheet,
' TESC/demolition/grading/drainage/layout/landscape, civil and structural plans
' The team meetings are assumed to be up to 2 hours in length and will be held at
the project site or nearby; travel time to the meeting is assumed to be 30
minutes each way from Barker and Team member offices. Reimbursable rate is
$.0535/mile, per US General Services Administration.
' These drawings will be formatted for permit applications, and submitted to the
agencies once they have been approved by the Client.
' The team meetings will be attended by two Barker and two Reid Middleton staff.
' Barker and Team will submit monthly invoices in a format approved by City.
' Review of HPA Permit, Ecology Permit, and Critical Areas Report
' 50% Waterfront Center Site Plan
' 50% Demolition/TESC Plan
' 50% Waterfront Center Restoration Plan
' 50% Promenade Walkway Layout Plan
April 18, 2017 9 of 13 BarkerLandscape Architects
Packet Pg. 331
8.4.b
Exhibit A
SCOPE OF WORK
' 3D computer model simulating preferred layout plan
' 50% Bulkhead Engineering Plan
' 50% Stair Engineering Plan
' 50% Beach Material Plan
' 50% Grading and Paving Plan
' 50% Stormwater Plan & Report
' 50% Landscape Plan
' 50% Water and Sewer Plan, not included
' Waterfront Center Utilities and Road Frontage Plan not included
' Permit Application supporting plans and material quantities
' Project Schedule
' 50% Plans, Sections and Materials List
' 50% Outline Specifications in Edmonds/CSI format
' 50% Probable Cost of Construction Estimates
' 50% Architectural Design Board Presentation materials
' Permit Applications, JARPA/Shoreline, USACE/Ecology/City drawing formats
Task C — 90% Construction & Bid Documents
Barker and Team will develop 90% construction plans that are based on city and stakeholder input from task
C review. The Team will prepare for and participate in meetings with the City and Stakeholders to discuss
project plans, which will include any revisions from City and Agency review, including 90% level Cover sheet,
TESC/demolition plans, grading and drainage the restored beach, parking lot and plaza at the Waterfront
Center, at the transitions north and south of the EbbTide, Pile and Superstructure Plans and Details for the
walkway, Layout plans, Materials plans, Site Sections, Walkway and Stair design details.
The team will also produce 90% level Project Bid Manual, CSI format specifications, and Probable
Construction Cost Estimates. The 90% design models, plans, details, projected costs and project schedule
will be available to be presented to the City Team and Architectural Design Board if necessary.
This iteration of the drawings and details will be ready for submittal to the City for Clearing/Grading and
Building Permits. At this point structural calculations and other permit submittal requirements will be
prepared along with permit applications. The Team will prepare the documents for client approval, and
submit the permits once approved. The City will pay any and all permit application and review fees.
Assumptions
' Barker Landscape Architects and Team will use input from Task C to develop
full package of 90% complete construction drawings and specifications.
' The drawing submittal will be prepared using ACAD 2014 and will include a
cover sheet, TESC/demolition/grading/drainage/layout/landscape, civil and
April 18, 2017 10 of 13 BarkerLandscape Architects
Packet Pg. 332
8.4.b
Exhibit A
Deliverables
SCOPE OF WORK
structural plans
' Coordination with all permit agencies will be done during this phase as
necessary to keep the permit process moving as smoothly as possible. Design
clarifications and/or modifications may be requested by these agencies, and
these will be discussed with the City to determine any necessary actions.
' The team meetings are assumed to be up to 2 hours in length and will be held at
the project site or nearby; travel time to the meeting is assumed to be 30
minutes each way from Barker and Team member offices. Reimbursable rate is
$.0535/mile, per US General Services Administration.
' The team meetings will be attended by two Barker, and one Reid Middleton staff
members.
' Coordination with utility companies to ensure all utilities within the project limits
have been identified and are shown on the plans, not included.
' City standard details will be incorporated into the plan set.
' Multiple bid schedules may be required to accommodate available funding
sources.
' All bid schedules will include enough bid items to breakdown the construction
work to be performed by the contractor. The City will have the final approval on
the type and quantity of bid items to be used in the contract.
' Quantity tabulations shall be prepared for each bid item and submitted to City for
review.
' The drainage design will comply with the Edmonds Community Development
Code (ECDC) Chapter 18.30 and the stormwater addendum.
' Maximum Extent Feasible documents for sidewalk designs that can't meet ADA
requirements, not included
' Barker and Team will submit monthly invoices in a format approved by City.
' Revised drawings based on City, Stakeholder, Agency Input as necessary
' 90% Plans, Sections and Details (see detailed list, subject to change)
' 90% Draft Project Bid Manual in Edmonds format with WSDOT/APWA Division
1 General Requirements and special provisions
' 90% Project Construction Specifications in Edmonds/CSI format
' 90% Probable Cost of Construction Estimates in accordance with the City's
estimating policy
' 90% Architectural Design Board Presentation materials
' Clearing/Grading/Building/Stormwater Permit Submittal
' Revised Permit Applications, JARPA/Shoreline, USACE/Ecology, City formats
April 18, 2017 11 of 13 BarkerLandscape Architects
Packet Pg. 333
8.4.b
Exhibit A
SCOPE OF WORK
Final Stormwater Report
Project Schedule (updated monthly)
Task D — Final Bid Documents
Barker and Team will develop Final Project Bid Manual and Construction plans that are based on city and
stakeholder input from task D review. The Team will prepare for and participate in meetings with the City
and Stakeholders to discuss project plans, which will include any revisions from City and Agency review,
including the Final Cover sheet, TESC/demolition plans, grading and drainage at the transitions north and
south of the EbbTide, Pile and Superstructure Plans and Details for the walkway, Layout plans, Materials
plans, Site Sections, Walkway and Stair design details. The team will also produce the Final Project Bid
Manual, CSI format specifications, and Probable Construction Cost Estimates. The Final design models,
plans, details, projected costs and project schedule will be available to be presented to the City Team and
Architectural Design Board if necessary.
The Team will also follow up with all permit agencies to ensure that permits are issued, and any changes
required by the permits are incorporated into the bid documents. Any final fees required to issue permits
will be paid by the City.
Assumptions
Deliverables
Barker Landscape Architects and Team will use input from Task D to develop
full package of final complete construction drawings and specifications.
The drawing submittal will be prepared using ACAD 2014 and will include a
cover sheet, TESC/demolition/grading/drainage/layout/landscape, civil and
structural plans, and all necessary details and permit requirements.
Coordination with all permit agencies will be done during this phase as
necessary to get the permits issued for construction.
The team meetings are assumed to be up to 2 hours in length and will be held at
the project site or nearby; travel time to the meeting is assumed to be 30
minutes each way from Barker and Team member offices. Reimbursable rate is
$.0535/mile, per US General Services Administration.
The team meetings will be attended by one Barker, and one Reid Middleton staff
members.
Maximum Extent Feasible documents for sidewalk designs that cannot meet
ADA requirements, not included.
Barker and Team will submit monthly invoices in a format approved by City.
Final drawings based on City, Stakeholder, Agency Input as necessary
Final Plans, Sections and Details including all permit revisions issued for
construction.
April 18, 2017 12 of 13 BarkerLandscape Architects
Packet Pg. 334
8.4.b
Exhibit A
SCOPE OF WORK
Final Maximum Extent Feasible (MEF) documentation
Final Project Bid Manual in Edmonds/CSI format
Final Project Construction Specifications in Edmonds/CSI format
Updated Probable Cost of Construction Estimates
Final Architectural Design Board Presentation materials
Permits issued for construction: JARPA/Shoreline, USACE/Ecology, City
grading and building permits.
ASSISTANCE DURING BIDDING:
Prepare addenda and respond to bidders questions relayed through the City. It is assumed that Barker will
prepare three (3) addenda, unless additional addenda are necessary to correct errors or omissions by Barker
and/or Team in the design plans or specifications.
April 18, 2017 13 of 13 BarkerLandscape Architects
Packet Pg. 335
8.4.c
Exhibit B.1
City of Edmonds
Design Services for Edmonds Waterfront
Redevelopment
2017 Scope of Work for Carrie Hite, Parks Recreation & Cultural Services Director
Scope of work and Fee Proposal
prepared by Barker Landscape Architects
3002 NW 68th Street, Seattle, Washington 98117 (206) 783-2870 fax (206) 783-3212 John@barkeda.com
Assumptions:
Landscape Architectural, Engineedng services for full design, permitting services for the Ebb Tide and new Waterfront
Center shoreline promenade development and restoration. At each submittal, City will have 3 weeks to review and
respond. City is responsible for easements, any legal fees, dedication legal documents, and legal support.
Not Included:
Permit submittal fees, Construction administration
Timeline March 2017-January 2018 (may extend further into 2018 depending on permit process)
Overwater Walkway @ Ebb Tide
E D BARKER
LANDSCAPE
4'"5
ARCHITECTS, P.S.
A 3002 NW 68th St
USeattle, WA98117
206-783-2870
'rc. 18y0
Last updated: 4.20.17
Percentage of Overall Project Budget:
29%
Barker Landscape Architects
�d/eton Landau SWCA Myers
.06-
JB
NM
PUFF
Breakdown of work by personnel in hours
target dates
Land. Arch.
Land. Arch.
Land. Designer
Shoreline Eng. Geotech Archaeology Art
Subtotal
A. Scoping, Baseline Investigations, and 25%Preliminary Design
$106
8100
Ebb Tide
Project scoping Winter/Spring 201 i
30
20
1,493.5
Permit Roadmap plan and coordination w/Team during 25% Design
Spring 2017
8
8
8
$661.2
(1) Kickoff and (1) Team Site Visit
Spring 2017
4
4
4
$787
$1,117.1
(1) Internal Team Coordination Meetings
Spring 2017
3
3
3
$248.0
(1) EWC Team Coordination Meetings
Spring 2017
3
3
3
$248.0
Background Review
Spring 2017
2
4
4
$1,309
$1,578.7
(3) City Meetings
Spring 2017
6
6
6
$803
$1,298.9
(2) Stakeholder meetings
Spring 2017
4
6
6
$528
$963.0
Geotechnical Investigation
Spring 2017
1
1
1
$6,078 $1,501
$7,864.0
Biological Evaluation review
Spring 2017
2
3
3
$217.5
SEPA Environmental Checklist review
Spring 2017
2
2
2
$165.3
Prelim Overwater Walkway Engineering
Spring 2017
$7,212
$7,211.6
Overwater Walkway Architectural and Landscape Design
Spring 2017
8
20
20
$2,000
$6,440.0
25% Cost Estimate
Spring 2017
4
4
6
$377.0
Project Management, Meeting notes, QA/QC,Accounting and Office Support
Spring 2017
12
10
8
$1,353
$2,194.0
Update project schedule
Spring 2017
1
3
1
$140.7
subtotal
90
97
75
subtotal $10,648 $11,991 $6,078 $1,501 $2,000 $32,218
B. 50%, Design Development
Barker Landscape Architects
Reid Middleton Landau SWCA
Myers
Ebb Tide
Project phone conferences / coordination w/ Team during
Summer 2017
3
4
6
$346.6
Pre -application meetings, coordination w/ agencies in preparation for Fed. State, and City permitting
Summer 2017
4
4
$275
$512.8
(2) Team Site Visits
Summer 2017
6
6
6
$495.9
(2) Internal Team Coordination Meetings
Summer 2017
4
6
6
$435.0
(2) EWC Team Coordination Meetings
Summer 2017
4
4
4
$330.6
Coordination meetings with Permitting Agencies
Summer 2017
8
16
8
$893.2
Technical Description permits and responses to tech. questions
Summer 2017
2
4
$814
$1,424.0
Update task list to respond to project permit requirements gathered during 25% design
Summer 2017
8
$232.0
Design Revisions
Summer 2017
8
12
4
$684.4
Updated 3D model and Simulations
Summer 2017
1
10
18
$738.1
Stakeholder engagement
Summer 2017
4
4
12
$516.2
50% Engineering Drawings
Summer 2017
$10,160
$10,160.0
Site Plan Engineering
Summer 2017
$1,540
$500
$2,040.0
Demolition Engineering
Summer 2017
$589
$588.5
Overwater Walkway Engineering Pile Plan
Summer 2017
$6,391
$6,391.0
Overwater Superstructure Engineering Plan and Details
Summer 2017
$7,799
$7,799.0
Engineering for Railings
Summer 2017
$1,474
$1,474.0
Engineering for Decking and Finishes
Summer 2017
$1,738
$1,738.0
Engineering for Transition modifications
Summer 2017
$5,742
$500
$6,242.0
50% Cover Sheet (1 sheet)
Summer 2017
1
2
6
$227.7
50% TESC / Demo Plan (2 sheets)
Summer 2017
1
2
4
$181.3
50% Grading & Drainage Plans (1 sheet)
Summer 2017
2
2
12
$397.3
50% Utility Plans (1 sheet)
Summer 2017
2
2
12
$397.3
50% Layout plans (1 sheet)
Summer 2017
4
10
12
$690.2
50% Ebb Tide walkway, railing, artistic and stair design details (1 sheet)
Summer 2017
4
8
18
$500
$3,160.0
50% Transition plans, Beach, Boulders, Material, Soils and Landscape plan (1 sheet)
Summer 2017
8
16
24
$4,360.0
50% Decking and Finishes (1 sheet)
Summer 2017
4
4
10
$1,620.0
50% Landscape/Irrigation plan and details (1 sheet)
Summer 2017
1
2
8
$274.1
Review of 50% Set
Summer 2017
4
12
$469.8
50% Modified CSI format outline specifications
Summer 2017
20
5
16
$3,454
$4,579.2
50% Cost Estimate
Summer 2017
12
6
11
$902
$1,696.6
JARPA 1 Shoreline Permit submittal drawings (Barker RM CAD work only - not included in Herrera scope)
Summer 2017
10
14
70
$8,050.0
50% Architectural Design Review Document & Presention
Summer 2017
8
10
20
$997.6
QA/QC Review of 50% Set
Summer 2017
12
23
6
$1,337
$2,508.1
Submit Permit Applications
Summer 2017
12
2
16
$794.6
subtotal
149
198
309
subtotal
$29,731
$42,214 $0 $0
$1,500
D. 90% Construction Documents
Barker Landscape Architects
Reid Middleton Landau SWCA Myers
E
Project phone conferences / coordination w/Team during 90% Design
Fall 2017
5
12
8
685.9
V
Team Site Visits
Fall 2017
6
6
6
$495.9
Team Coordination Meetings
Fall 2017
6
6
6
$495.9
Q
Coordination meetings with Permitting Agencies
Fall 2017
2
6
$234.9
Revised task list to respond to project permit requirements gathered during 60% design
Fall 2017
2
8
$292.9
Design Revisions
Fall 2017
6
8
16
$785.9
Site Plan Engineering
Fall 2017
2
2
10 $275
$1,485
Demolition Engineering
Fall 2017
$275
$275
Overwater Walkway Engineering Pile Plan
Fall 2017
$1,848
$1,848
Overwater Superstructure Plan & Details
Fall 2017
$5,973
$5,973
Engineering for Railing
Fall 2017
$1,177
$1,177
Engineering for Decking and Finishes
Fall 2017
$1,386
$1,386
Engineering for Transition Modifications
Fall 2017
$3,476
$3,476
90% Engineering Drawings
Fall 2017
1
4
2 $8,393
$8,585.9
90% Design
Fall 2017
1
4
2
$192.9
90% Cover sheet/Site Plan (2 sheets)
Fall 2017
1
1
2
$365
90% TESC / Demo Plans (2 sheets)
Fall 2017
1
1
16
$430.7
90% Pile Plan (1 sheet)
Fall 2017
1
1
3
$445
90% Superstructure Plan and Details (2 sheets)
Fall 2017
2
4
8
$1,250
90% Railing, including artistic and structural elements (1 sheet)
Fall 2017
6
4
16 $1,000
$3,310
90% Decking and Finishes (1 sheet)
Fall 2017
4
4
16 $500
$2,600
90% Civil and Structural plans and details (2 sheets)
Fall 2017
2
4
6
$316.1
90% Landscape/Irrigation plans and details (4 sheet)
Fall 2017
3
12
32
$1,181.8
90% cost estimate
Fall 2017
4
4
6 $902
$1,279.0
QA/QC Review of 90% Set
Fall 2017
8
23
6 $1,221
$2,270.8
Front End Specifications
Fall 2017
20
15
6
$1,183.2
Develop specifications and bid manual - 90% Modified CSI Specifications
Fall 2017
22
3
10 $3,245
$4,233.9
Packet Pg. 336
8.4.c
Exhibit B.1
Building Permit submittal Fall 2017
3
8
25 $3,115
Clear and Grade Permit submittal Fall 2017
3
8
25 $903.4
Utility / Stormwater Permit submittal Fall 2017
2
8
25 $872.9
subtotal
113
156
252
subtotal $21,476 $28,171 $0 $0 $1,500 $51,147
E. Final Bid Documents & Biddina
Barker Landscape Architects
Reid Middleton Landau SWCA Myers
Ebb Tide
Final Design
Winter 2017
12
20
$945.4
Team Coordination Meetings
Winter 2017
4
4
4
$330.6
Site Plan Engineering
Winter 2017
$275
$275.0
Demolition Engineering
Winter 2017
$275
$275.0
Overwater Walkway Engineering Pile Plan
Winter 2017
$352
$352.0
Ovenvater Superstructure Plan & Details
Winter 2017
$1,177
$1,177.0
Railing
Winter 2017
$352
$352.0
Decking and Finishes
Winter 2017
$825
$825.0
Transition Modifications
Winter 2017
$1,738
$1,738.0
Final Drawings
Winter 2017
12
18
24 $5,916
$7,360.0
Front End Specifications
Winter 2017
18
4
8
$849.7
Technical Specidfications
Winter 2017
18
4
4 $1,430
$2,186.9
100% Cost Estimate
Winter 2017
12
2
12 $726
$1,427.8
Create multiple bid schedules to accommodate funding sources
Spring 2018
6
12
12
$809.1
Prebid conference, clarifications
Spring 2018
4
4
8 $184
$607.4
Out to bid, Bid Support, Answer bidders questions
Spring 2018
8
12
14 $451
$1,367.4
Addenda (assume 3 unless our bid docs require more)
Spring 2018
6
12
8 $866
$1,582.0
QA/QC
Spring 2018
8
10
4 $1,485
$2,111.4
subtotal 100% construction documents & bidding
108
102
98
subtotal
$8,520
$16,052 $0 $0 $0
$24,572
TOTAL - ALL DESIGN WORK
2% (below AIA std) for direct expenses for
PROPOSED DESIGN CONTRACT AMOUNM
etc.
Barker Landscape Architects
Team Lead / Landscape Architecture
$70,375
Shoreline Eng. Geotech Archaeology
$98,428 $6,078 $1,501
L Myers
Art
$5,000 $181,382
$3,628
$185,009
10% Management Reserve for unforeseen work $18,501
TOTAL PROPOSED DESIGN CONTRACT AMOUNT $203,510
C
O
E
am
0
a�
aD
d
Q'
C
O
4-
0
N
O
V
d
N
C
.N
O
L
O
r-
0
CU
N
•L
O
t
r.+
3
Q
00
r
Packet Pg. 337
8.4.d
Exhibit B.2
City of Edmonds
BARKER
Design Services for Edmonds Waterfront of E DAoM206-783-2870
LAB. PS.
Parking Lot �� `�ARCHIT3002 NW ECTS,
Redevelopment �� dh St
Seattle, WA98117
2017 Scope of Work for Carrie Hite, Parks Recreation & Cultural Services Director
Scope of work and Fee Proposal
prepared by Barker Landscape Architects
3002 NW 68th Street, Seattle, Washington 98117 (206) 783-2870 fax (206) 783-3212 John@barkeda.com
jno. 1890
Assumptions:
Landscape Architectural, Engineering services for full design, permitting services for the Ebb Tide and new Waterfront Last updated: 4.20.17
Center shoreline promenade development and restoration. At each submittal, City will have 3 weeks to review and
respond. City is responsible for easements, any legal fees, dedication legal documents, and legal support.
Not Included.,
Permit submittal fees, Construction administration
Timeline March 2017-January 2018 (may extend further into 2018 depending on permit process)
Percentage of Overall Project Budget:
29%
Barker Landscape Architects
IM Middleton Landau SWCA Myers
JB
NM
PC/TF
Breakdown of work bypersonnel in hours
target dates
Land. Arch.
Land. Arch.
Land. Designer
Shoreline Eng. Geotech Archaeology Art
A. Scoping, Baseline Investigations, and 25% Preliminary Design
$
-
Project scoping Winter/Spring 201 i
30
20
1,493.5
Permit Roadmap plan and coordination w/Team during 25% Design
Spring 2017
8
8
8
$661.2
(1) Kickoff and (1) Team Site Visit
Spring 2017
4
4
4
$649
$979.6
(1) Internal Team Coordination Meetings
Spring 2017
3
3
3
$248.0
(1) EWC Team Coordination Meetings
Spring 2017
3
3
3
$248.0
Background Review
Spring 2017
2
4
4
$347
$616.2
(3) City Meetings
Spring 2017
6
6
6
$440
$935.9
(2) Stakeholder meetings
Spring 2017
4
6
6
$435.0
Biological Evaluation review
Spring 2017
2
3
3
$217.5
SEPA Environmental Checklist review
Spring 2017
2
2
2
$165.3
Prelim Site Plan Coordination (BLAIRM)
Spring 2017
2
6
8
$1,023
$2,473.0
Prelim Curb and Site Elements
Spring 2017
1
3
5
$550
$1,355.0
Preliminary Grading and Paving Engineering
Spring 2017
$2,240
$2,239.6
Preliminary Stormwater Engineering wl Barker
Spring 2017
1
3
5
$1,965
$2,769.6
25% Cost Estimate
Spring 2017
4
4
6
$825
$1,202.0
Project Management, Meeting notes, QA/QC,Accounting and Office Support
Spring 2017
12
10
8
$759
$1,600.0
Update project schedule
Spring 2017
1
3
1
$140.7
subtotal
85
88
72
subtotal $8,983 $8,797 $0 $0 $0 $17,780
B. 50% Design Development
Barker Landscape Architects
Reid Middleton Landau
SWCA Myers Parking Lot
Project phone conferences / coordination w/ Team during
Summer 2017
3
4
6
$346.6
Pre -application meetings, coordination w/ agencies in preparation for Fed. State, and City permitting
Summer 2017
4
4
$237.8
(2) Team Site Visits
Summer 2017
6
6
6
$495.9
(2) Internal Team Coordination Meetings
Summer 2017
4
6
6
$435.0
(2) EWC Team Coordination Meetings
Summer 2017
4
4
4
$330.6
Coordination meetings with Permitting Agencies
Summer 2017
8
16
8
$893.2
Technical Description permits and responses to tech. questions
Summer 2017
2
4
$402
$578.4
Update task list to respond to project permit requirements gathered during 25% design
Summer 2017
8
$232.0
Design Revisions
Summer 2017
8
12
4
$684.4
Updated 3D model and Simulations
Summer 2017
1
10
18
$738.1
Stakeholder engagement
Summer 2017
4
4
12
$516.2
50% Engineering Design
Summer 2017
1
1
4 7337
$7,489.3
Site Plan Engineering
Summer 2017
2
2
10 539
$889.9
Demolition Engineering
Summer 2017
275
$275.0
Engineering for Paving, striping
Summer 2017
1584
$1,584.0
Grading & Stormwater Engineering incl. Report
Summer 2017
5918
$5,918.0
Engineering for Curbing and Sidewalk
Summer 2017
1034
$1,034.0
50% Cover Sheet (1 sheet)
Summer 2017
1
2
6
$227.7
50% TESC / Demo Plan (2 sheets)
Summer 2017
1
2
4
$181.3
50% Grading & Drainage Plans (1 sheet)
Summer 2017
2
2
12
$397.3
50% Utility Plans (1 sheet)
Summer 2017
2
2
12
$397.3
50% Layout plans (1 sheet)
Summer 2017
4
10
12
$690.2
50% Site Sections (1 sheet)
Summer 2017
4
8
12
$632.2
50% Paving and Striping Plan (1 sheet)
Summer 2017
4
8
12
$632.2
50% Paving and Striping Plan (1 sheet)
Summer 2017
2
8
8
$1,650.0
50% Landscapelirrigation plan and details (1 sheet)
Summer 2017
1
2
8
$945.0
Review of 50% Set
Summer 2017
4
12
$469.8
50% Modified CSI format outline specifications
Summer 2017
20
5
16 1837
$2,962.2
50% Cost Estimate
Summer 2017
12
6
11 825
$1,619.6
JARPA / Shoreline Permit submittal drawings (Barker RM CAD work only - not included in Herrera scope)
Summer 2017
10
14
70
$2,334.5
50% Architectural Design Review Document & Presention
Summer 2017
8
10
20
$997.6
QA/QC Review of 50% Set
Summer 2017
12
23
6 1177
$2,348.6
Submit Permit Applications
Summer 2017
12
2
16
$794.6
subtotal 146 197 303
subtotal $19,031 $20,928 $0 $0 $0 $39,958
D. 90% Construction Documents
Barker Landscape Architects
Reid Middleton Landau
SWCA Myers Parking Lot -
Project phone conferences / coordination w/Team during 90% Design
Fall 2017
5
12
8
685.9
Team Site Visits
Fall 2017
6
6
6
$495.9
Team Coordination Meetings
Fall 2017
6
6
6
$495.9
Coordination meetings with Permitting Agencies
Fall 2017
2
6
$234.9
Revised task list to respond to project permit requirements gathered during 60% design
Fall 2017
2
8
$292.9
Design Revisions
Fall 2017
6
8
16
$785.9
90% Engineering Design
Fall 2017
1
4
2
$6,853
$7,045.9
Site Plan Engineering
Fall 2017
$622
$621.5
Demolition Engineering
Fall 2017
$275
$275.0
Engineering for Paving, striping
Fall 2017
$1,089
$1,089.0
Grading & Stormwater Engineering
Fall 2017
$1,848
$1,848.0
Engineering for Curbing and Sidewalk
Fall 2017
$1,309
$1,309.0
90% Cover sheet/Site Plan (2 sheets)
Fall 2017
1
1
2
$105.9
90% TESC / Demo Plans (2 sheets)
Fall 2017
1
1
16
$430.7
90% Civil and Structural plans and details (2 sheets)
Fall 2017
2
4
6
$316.1
90% Landscape/Irrigation plans and details (4 sheet)
Fall 2017
3
12
32
$1,181.8
90% cost estimate
Fall 2017
4
4
6
$550
$927.0
QA/QC Review of 90% Set
Fall 2017
8
23
6
$913
$1,962.8
Front End Specifications
Fall 2017
20
15
6
$1,183.2
Develop specifications and bid manual - 90% Modified CSI Specifications
Fall 2017
22
3
10
$1,353
$2,341.9
Building Permit submittal
Fall 2017
3
8
25
$903.4
Clear and Grade Permit submittal
Fall 2017
3
8
25
$903.4
Utility I Stormwater Permit submittal
Fall 2017
2
8
25
$872.9
subtotal 97 137 197
subtotal $11,497 $14,812 so $0 $0 $26,309
Packet Pg. 338
8.4.d
Exhibit B.2
E. Final Bid Documents & Biddina
Barker Landscape Architects
WReid Middleton Landau
SWCA Myers Parking Lot a
Final Design
Winter 2017
12
20
$945.4
Team Coordination Meetings
Winter 2017
4
4
4
$330.6
Site Plan Engineering
Winter 2017
$138
$137.5
Demolition Engineering
Winter 2017
$138
$137.5
Engineering for Paving, striping
Winter 2017
$1,023
$1,023.0
Grading & Stormwater Engineering
Winter 2017
$1,298
$1,298.0
Engineering for Curbing & Sidewalk
Winter 2017
$275
$275.0
Final Drawings
Winter 2017
12
18
24 $4,167
$5,611.0
Front End Specifications
Winter 2017
18
4
8
$849.7
Technical Specidfications
Winter 2017
18
4
4 $539
$1,295.9
100% Cost Estimate
Winter 2017
12
2
12 $550
$1,251.8
Create multiple bid schedules to accommodate funding sources
Spring 2018
6
12
12
$809.1
Prebid conference, clarifications
Spring 2018
4
4
8 $175
$598.3
Out to bid, Bid Support, Answer bidders questions
Spring 2018
8
12
14 $484
$1,400.4
Addenda (assume 3 unless our bid docs require more)
Spring 2018
6
12
8 $629
$1,345.5
QA/QC
Spring 2018
8
10
4 $1,441
$2,067A
subtotal 100% construction documents & bidding
108
102
98
subtotal $8,520 $10,856 $0 $0 $0 $19,376J
TOTAL - ALL DESIGN WORK
Barker Landscape Architects Reid Middleton Landau SWCA Myers
Team Lead/ Landscape Architecture Shoreline Eng. Geotech Archaeology Art
$48,031 $55,392 $0 $0 $0
$103,423
$2,068
$105,491 a
$10,549 0
a�
$116,040
O
L
L
O
c,>
50
11
00
r
N
m
r
t
X
W
O
N
r
O
J
O>
C
Y
L
Q
O
/0
v!
O
E
W
a
J
Cal
Packet Pg. 339
8.4.e
Exhibit B.3
City of Edmonds
OV E D BARKER
Design Services for Edmonds Waterfront Redevelopment Waterfront & Bulkhead �� � LANDSCAPE NW
t
3002IV1N 68th St
U~ d - Seattle, WA 98117
206-783-2970
2017 Scope of Work for Carrie Hite, Parks Recreation & Cultural Services Director boll
Scope of work and Fee Proposal
prepared by Barker Landscape Architects
3002 NW 68th Street, Seattle, Washington 98117 (206) 783-2870 fax (206) 783-3212 john@barkeda.com yq c
Assumptions:
Landscape Architectural, Engineering services for full design, permitting services for the Ebb Tide and new Waterfront Center shoreline Last updated: 4.20.17
promenade development and restoration. At each submittal, City will have 3 weeks to review and respond. City is responsible for
easements, any legal fees, dedication legal documents, and legal support.
Not Included:
Permit submittal fees, Construction administration
Timeline March 2017,/anuary 2018 (may extend further into 2018 depending on permit process)
Percentage of Overall Project Budget:
Breakdown ofwork bypersonnel in hours
A. Scoping, Baseline Investigations, and 25% Preliminary Design
26%
target dates
Barker Landscape Architects 11111hilglilliM.
JB NM PGTF
Land. Arch. Land. Arch. Land. Designer
$105 $100
Landau SWCA Myers
Shoreline Eng. Geotech Archaeology Art
Subtotal
Project scoping
Winter/Spring 2017
30
20
Permit Roadmap plan and coordination w/Team during 25% Design
Spring 2017
8
8
8
$592.8
(1) Kickoff and (1) Team Site Visit
Spring 2017
4
4
4
$847
$1,143.4
(1) Internal Team Coordination Meetings
Spring 2017
3
3
3
$222.3
(1) EWC Team Coordination Meetings
Spring 2017
3
3
3
$222.3
Background Review
Spring 2017
2
4
4
$1,309
$1,550.8
(3) City Meetings
Spring 2017
6
6
6
$1,282
$1,726.1
(2) Stakeholder meetings
Spring 2017
4
6
6
$390.0
Geotechnical Investigation
Spring 2017
1
1
1
$41,690
$41,975.0
Biological Evaluation review
Spring 2017
2
3
3
$195.0
SEPA Environmental Checklist review
Spring 2017
2
2
2
$148.2
Final Coastal Engineering Report
Spring 2017
1
1
1
$5,016
$5,301.0
Archaeological Research for SEPA
Spring 2017
3
$10,044 $10,344
Preliminary Promenade Architectural and Landscape Design
Spring 2017
12
20
30
$6,000 $11,660
Preliminary Bulkhead Engineering
Spring 2017
$4,160
$4,160
Preliminary Stair Engineering
Spring 2017
$3,104
$3,104
Preliminary Beach Material Engineering
Spring 2017
$814
$814
Preliminary Grading and Paving Design
Spring 2017
1
3
5
$805.0
25% Cost Estimate
Spring 2017
2
8
$1,276
$1,538.6
Project Management, Meeting notes, QA/QC,Accounting and Office Support
Spring 2017
12
10
8
$1,716
$2,470.0
Update project schedule
Spring 2017
1
3
1
$126.1
94
108
85
subtotal $12,570 $19,524 $41,690 $10,044 $6,000 $89,828
B. 50% Design Development
Barker Landscape Architects
Landau SWCA Myers
Waterfront
Project phone conferences / coordination w/ Team during
Summer 2017
3
4
6
$310.7
Pre -application meetings, coordination w/ agencies in preparation for Fed. State, and City permitting
Summer 2017
4
4
$184
$396.9
(2) Team Site Visits
Summer 2017
6
6
6
$444.6
(2) Internal Team Coordination Meetings
Summer 2017
4
6
6
$390.0
(2) EWC Team Coordination Meetings
Summer 2017
4
4
4
$296.4
Coordination meetings with Permitting Agencies
Summer 2017
8
16
8
$800.8
Technical Description permits and responses to tech. questions
Summer 2017
2
4
$814
$972.6
Update task list to respond to project permit requirements gathered during 25% design
Summer 2017
8
$208.0
Design Revisions
Summer 2017
8
12
4
$613.6
Updated 3D model and Simulations
Summer 2017
1
10
18
$661.7
Stakeholder engagement
Summer 2017
4
4
12
$462.8
50% Engineering Drawings
Summer 2017
$9,097
Site Plan Engineering
Summer 2017
2
2
10
$891
Demolition Engineering
Summer 2017
$968
Walkway Bulkhead Engineering
Summer 2017
$10,274
Stairs Engineering
Summer2017
$3,806
Beach & Boulders Engineering Review
Summer 2017
$814
50% Cover Sheet (1 sheet)
Summer 2017
1
2
3
50% TESC / Demo Plan (2 sheets)
Summer 2017
1
2
4
50% Grading & Drainage Plans (1 sheet)
Summer 2017
2
2
12
50% Utility Plans (1 sheet)
Summer 2017
2
2
12
50% Layout plans (1 sheet)
Summer 2017
4
10
12
50% Site Sections (1 sheet)
Summer 2017
4
8
12
50% Paving Plan (1 sheet)
Summer 2017
4
8
12
50% Boulders, Material, Soils and Landscape plan (1 sheet)
Summer 2017
2
6
12
50% Waterfront promenade, railing, stair design, and artistic details (2 sheet)
Summer 2017
4
8
12
50% Landscape/Irrigation plan and details (2 sheets)
Summer 2017
1
2
8
Review of 50% Set
Summer 2017
4
8
WDFW HPA Permit Applications review
Summer 2017
1
2
USACE and Ecology Permit Application review
Summer 2017
2
2
2
Preconstruction Fish Forage Survey review
Summer 2017
1
1
1
Critical Area Report review
Summer 2017
1
1
1
50% Modified CSI format outline specifications
Summer 2017
20
5
16
$3,432
50% Cost Estimate
Summer 2017
12
6
11
$1,001
JARPA I Shoreline Permit submittal drawings (Barker RM CAD work only - not included in Herrera scope)
Summer 2017
10
14
60
50% Architectural Design Review Document & Presention
Summer 2017
8
10
20
QA/QC Review of 50% Set
Summer 2017
12
23
6
$1,799
Submit Permit Applications
Summer 2017
12
2
16
154
204
306
$500
$9,097.0
$1,205.6
$968.0
$10,274
$3,806
$814
$141.7
$162.5
$356.2
$356.2
$618.8
$566.8
$566.8
$1,770
$2,680
$945
$317.2
$305
$570
$285
$285
$4,440.8
$1,713.4
$7,250
$894.4
$2,848.9
$712.4
subtotal $25,930 $33,079 $0 $0 $500 $59,509
D. 90% Construction Documents
Barker Landscape Architects
Reid Middleton Landau SWCA Myers
Waterfront
Project phone conferences / coordination w/Team during 90% Design
Fall 2017
5
12
8
614.9
Team Site Visits
Fall 2017
6
6
6
$444.6
Team Coordination Meetings
Fall 2017
6
6
6
$444.6
Coordination meetings with Permitting Agencies
Fall 2017
2
6
$210.6
Revised task list to respond to project permit requirements gathered during 60% design
Fall 2017
2
8
$262.6
Design Revisions
Fall 2017
6
8
16
$704.6
Site Plan Engineering
Fall 2017
$1,238
$1,237.5
Demolition Engineering
Fall 2017
$765
$764.5
Walkway Bulkhead Engineering
Fall 2017
$6,809
$6,809.0
Stairs Engineering
Fall 2017
$4,279
$4,279.0
Beach & Boulders Review
Fall 2017
$814
$814.0
90% Engineering Drawings
Fall 2017
$7,198
$7,198.4
90% Cover sheet/Site Plan (2 sheets)
Fall 2017
1
1
2
$365
90% TESC / Demo Plans (2 sheets)
Fall 2017
1
1
16
$386.1
90% Pile Plan (1 sheet)
Fall 2017
1
1
3
$445
90% Superstructure Plan and Details (2 sheets)
Fall 2017
2
4
8
$1,250
90% Railing, including artistic and structural elements (1 sheet)
Fall 2017
6
4
16
$1,000
$3,310
90% Decking and Finishes (1 sheet)
Fall 2017
4
4
16
$500
$2,600
90% Civil and Structural plans and details (2 sheets)
Fall 2017
2
4
6
$283.4
90% Landscape/Irrigation plans and details (4 sheet)
Fall 2017
3
12
32
$1,059.5
90% Cost Estimate
Fall 2017
4
4
6
$726
$1,064.0
QA/QC Review of 90% Set
Fall 2017
8
23
6
$1,337
$2,277.7
Front End Specifications
Fall 2017
20
15
6
$1,060.8
Packet Pg. 340
8.4.e
Exhibit B.3
Develop specifications and bid manual - 90% Modified CSI Specifications
Fall 2017
22
3
10 $2,552
$3,438.6
Building Permit submittal
Fall 2017
3
8
25
$3,115
Clear and Grade Permit submittal
Fall 2017
3
8
25
$809.9
Utility / Stormwater Permit submittal
Fall 2017
2
8
25
$782.6
subtotal
109
146
238
subtotal $18,815 $25,717 $0 so $1,500 $46,032
E. Final Bid Documents & Biddina Barker Landscape Architects Landau SWCA Myers Waterfront
Final Design Winter 2017 12 20 847.6
Team Coordination Meetings Winter 2017 4 4 4 $296.4
Site Plan Engineering Winter 2017 $275 $275.0
Demolition Engineering Winter 2017 $275 $275.0
Walkway Bulkhead Engineering Winter 2017 $3,025 $3,025.0
Stairs Engineering Winter 2017 $2,321 $2,321.0
Beach & Boulders Review
Winter 2017
$275
$275.0
Final Drawings
Winter 2017
12
18
24
$5,916
$7,210.6
Front End Specifications
Winter 2017
18
4
8
$761.8
Technical Specidfications
Winter 2017
18
4
4
$2,739
$3,417.6
100% Cost Estimate
Winter 2017
12
2
12
$726
$1,355.2
Create multiple bid schedules to accommodate funding sources
Spring 2018
6
12
12
$725.4
Prebid conference, clarifications
Spring 2018
4
4
8
$255
$634.8
Out to bid, Bid Support, Answer bidders questions
Spring 2018
8
12
14
$484
$1,305.6
Addenda (assume 3 unless our bid does require more)
Spring 2018
6
12
8
$899
$1,540.9
QA/QC
Spring 2018
8
10
4
$1,716
$2,277.6
subtotal 100% construction documents & bidding
108
102
98
subtotal
$7,639
$18.906 $0 $0 $0
$26,545
Barker Landscape Architects iddleton Landau SWCA Myers
Team Lead/Landscape Architecture Shoreline Eng. Geotech Archaeology Art
TOTAL - ALL DESIGN WORK $64,954 $97,226 $41,690 $10,044 $8,000 $221,913
2% (below AA std) for direct expenses for printing, mileage, postage, etc. $4,438
PROPOSED DESIGN CONTRACT AMOUNT $226,351
10% Management Reserve for unforeseen work $22,635
TOTAL PROPOSED DESIGN CONTRACT AMOUNT $248,987
Packet Pg. 341
E>vsri+Tg Searrau Na Rernaan f•' .� - To BfaokeNr
i — -t
- --------
an rq
— TO a8aacn
__ i LTAJ-o
Beach Runs' i
Raf7ed PNar"Q Batl j 1 RC9EoralKln Area
__-__.--_-__. Proposed sg[wpe g•
_____ Proposed WNKway
Load•UNoad Zone
Proposed Edmonds
Waterlront Center
DAi UMS:
rrwI ws( o.1W1 ww W)41
'VrcIL Caw: ruW ea
BOCHMAFM Y-7. RESET WM. BFAM W1 K M"-&r S 0o'"EM 2r ON TOP
tlF t,,C*etE r1VT ,jm GR1ARfrL'DW ATBd. ].s' WrK of IkIL NDRN
COMER OF 4DgMC6 wTP.w<
''T'C' -'-.52 FEET
Pr
PrOMSed raiing
Kayak Hand Lwrxh
"Acusaible fide
= Exisainp SoawaM lc
LIMN of WOA
EatNrg Walkway •,
Proposed SNurn cl.
!ram wkW on arc-,
gardan. and Fan
beach
Propo,—d A--,
00
r
a
Packet Pg. 342
8.5
City Council Agenda Item
Meeting Date: 04/25/2017
Report on construction bids received for the 2017 Waterline Replacement Project (10 minutes)
Staff Lead: Rob English
Department: Engineering
Preparer: Megan Luttrell
Background/History
None.
Staff Recommendation
Staff will provide a recommendation at the City Council meeting.
Narrative
The project was advertised for construction bids in early April and the bid opening is schedule for April
25, 2017. Staff will provide the bid results and project budget at the Council meeting.
Packet Pg. 343
8.6
City Council Agenda Item
Meeting Date: 04/25/2017
Presentation of a Right of Way Dedication Deed from Edmonds School District for 236th St. at the
Madrona School Property (10 minutes)
Staff Lead: Rob English
Department: Engineering
Preparer: Megan Luttrell
Background/History
None.
Staff Recommendation
Forward this item to the May 2, 2017 consent agenda for approval.
Narrative
According to the Official Street Map, the desired right of way width for 236th St SW is 60 feet. The
street map shows that a 30 ft. dedication of right of way is required from each side of the street to
accomplish the goal of a 60 ft. right of way. Dedication requirements are addressed when a property
redevelops. In this case, Edmonds School District will dedicate the necessary street right of way as part
of the building permit process for the new Madrona School. The dedication will result in 664 linear feet
(If) of a 30ft wide dedication along the north property line. The result of the dedication will be a 60ft
right of way for the west 140 If of property frontage and a 30 ft. right of way for the remaining property
frontage.
Attachments:
Right of Way Dedication
ROW Dedication Detail
Packet Pg. 344
8.6.a
Return Address:
City Clerk
City of Edmonds
121 - 5th Ave. N.
Edmonds, WA 98020
Grantor(s): Edmonds School District
Grantee: City of Edmonds, Washington, a municipal corporation
Property Address: 9521 240' Street SW, Edmonds, WA
Abbreviated Legal: NE 1/4 OF THE SE 1/4, SECTION 36, TOWNSHIP 27 N, RANGE 3 E, W.M.
Assessor's Property Tax Parcel No.: 27033600404600
RIGHT-OF-WAY DEDICATION DEED
IN CONSIDERATION of benefits to accrue to the grantor(s) herein, the undersigned, EDMONDS
SCHOOL DISTRICT, hereby grants to the CITY OF EDMONDS, a municipal corporation, and its assigns, a
permanent public street/road/highway right-of-way easement, to be used for all lawful right-of-way purposes,
surface and subsurface, including but not limited to street/road/highway right-of-way uses as well as sidewalks,
plantings, right-of-way beautification improvements where deemed appropriate by the City, installation, operation
and maintenance of utilities, stormwater and such other uses that municipalities may make of rights -of -way from
time to time, now or in the future, for the use and benefit of the public, over, under, upon and across the
hereinafter described lands, All such uses are unrestricted in location within the right-of-way and shall not be
limited in any way whatsoever by the state of being, condition or location of the street.
The City of Edmonds shall have the right to utilize such additional width as may be necessary temporarily
for the placing of excavated materials thereon and for initial construction and maintenance operations. The City
shall restore the disturbed property to equal or better condition.
The easement hereby granted is located in the COUNTY OF SNOHOMISH, STATE OF
WASHINGTON, and is more particularly described as the following property:
The easement area is depicted in the drawing attached as Exhibit A.
The undersigned hereby covenants that they are the owner of the above described property in fee simple;
that the property is free of all liens and encumbrances, and that they have good and legal right to grant this deed.
The undersigned also hereby requests the Assessor and Treasurer of said County to set -over to the remainder the
lien of all unpaid taxes, if any, affecting the property hereby conveyed, as provided by RCW 84,60.070.
It is understood and agreed that delivery of this Deed is hereby tendered and that the terms and obligations
hereof shall not become binding upon the City of Edmonds unless and until accepted and approved hereon in
writing for the City of Edmonds, by the Public Works Director.
CITY OF EDMONDS: APPROVED AS TO FORM:
Phil Williams, Public Works Director Office of the City Attorney
Date
DATED THIS DAY OF 2017
Stewart Mhyre
Executive Director, Business and Operations
Packet Pg. 345
8.6.a
Page 2 RIGHT-OF-WAY DEDICATION DEED, Parcel 27033600404600
STATE OF WASHINGTON )
) ss
COUNTY OF SNOHOMISH )
On this day, before me, the under signed, a Notary Pubhc in and for the State of Washington, duly commissioned
and sworn, personally appeared _�1 ..�.s r:Al2ih,, P to me knrnvn to be the official representative
of Edmonds School Disiriet who executed the within and fo�ing. instrument and acknowledged the said
instrument to be the free and voluntary act of said entity, for the uses and purposes therein mentioned, and on oath
stated that he/she was authorized to execute said instrument.
GIVEN UNDER MY HAND AND OFFICIAL SEAL TWS 3 0 DAY OF �� rX , 2017
NOTARY PUBLIC
STATE OF WASHINQTON
SANDRA L. TROKA
My Appointment Expires
JANUARY 28, 2020
�3 tt✓ n d..K � i., . '�� r ra 1�ut
NOTARY PUBLIC in and for the
StateofWashington, residing at
1-11� s3
My commission expires' 4�)
Packet Pg. 346
8.6.a
EXHIBIT A
PARENT PARCEL
LEGAL DESCRIPTION:
THE NORTHEAST ONE -QUARTER OF THE SOUTHEAST ONE -QUARTER OF SECTION 36,
TOWNSHIP 27 NORTH, RANGE 3 EAST OF THE WILLAMETTE MERIDIAN, IN SNOHOMISH
COUNTY, WASHINGTON.
EXCEPTING THEREFROM THAT PORTION LYING WITHIN THE BOUNDARIES OF 240TH
STREET SW.
236T" STREET SW ROADWAY DEDICATION
LEGAL DESCRIPTION:
THE NORTHERLY 30.00 FEET OF THE EASTERLY 664.17 FEET OF THE NORTHEAST
ONE -QUARTER OF THE SOUTHEAST ONE -QUARTER OF SECTION 36, TOWNSHIP 27
NORTH, RANGE 3 EAST OF THE WILLAMETTE MERIDIAN, IN SNOHOMISH COUNTY,
WASHINGTON.
CONTAINING 19,925 SQUARE FEET.
SITUATE IN THE CITY OF EDMONDS, SNOHOMISH COUNTY, WASHINGTON
Packet Pg. 347
8.6.a
EXHIBIT MAP
236TH STREET SW ROADWAY DEDICATION
9�JIID AVE W
F— N T— N 1'59'53" E
93W AVE W
L1`
z `O
M
z
dw
F-
94TN AVE W 3a'
N 1'59'53" E
NE CORNER OF THE
SOUTHEAST QUARTER
OF SECTION 36
GRAPHIC SCALE
0 120 240
{ IN FEET )
1 inch = 120 ft.
TL 27033600404600
EDMONDS SCHOOL DISTRICT
11255 Kirkland Way, Suite 300
Kirkland, WA 98033
p. 425.827,20141 f. 425.827.5043
i
............ ....................... 7PA C �E ) Civl I Structural I Planning I Survey
An Engineering Services Company paceengrs.com
SCALE: 1" = 100' FILE: \1 5456— SRV. DWG DATE: 6/30/16 WRH
Packet Pg. 348
0
} 23510 I 23
351' _ 235 4
23515Nam
{
t
93M 4
23529
o rn a 9205 i p fi
Nar Vet IX
M-Abn
-
23.67Ff 5T SW
1fi
T
r,,DVV TJe.d: ec�-[ oN
A-fer.,
OlC?AloKNl- S0460[. 1->tSTV-4a
cAr-d ZA 2-46� S4- S kj
f tt6Fr of W" bebi na 'DOl-,kiL1 - lzc -v---6-P�-x� �-t
a
Packet Pg. 349